Loading...
R-03-02-13-13D3 - 2/13/2003Phase I engineering for Creek Bend Blvd from Creek Bend Cir to Wyoming Springs Dr 0 . \,dox\ \R30333 • RESOLUTION NO. R- 03- 02- 13 -13D3 WHEREAS, the City of Round Rock desires to retain engineering services for Phase I engineering services for the design and construction of the extension of Creek Bend Road from Creek Bend Circle to Wyoming Springs Drive, and WHEREAS, PBS &J has submitted an Agreement for Engineering Services to provide said services, and WHEREAS, the City Council desires to enter into said agreement with PBS &J, Now Therefore BE IT RESOLVED BY THE COUNCIL OF THE CITY OF ROUND ROCK, TEXAS, That the Mayor is hereby authorized and directed to execute on behalf of the City an Agreement for Engineering Services with PBS &J for Phase I engineering services for the design and construction of the extension of Creek Bend Road from Creek Bend Circle to Wyoming Springs Drive, a copy of said agreement being attached hereto as Exhibit "A" and incorporated herein for all purposes. The City Council hereby finds and declares that written notice of the date, hour, place and subject of the meeting at which this Resolution was adopted was posted and that such meeting was open to the public as required by law at all times during which this Resolution and the subject matter hereof were discussed, considered and formally acted upon, all as required by the Open Meetings Act, Chapter 551, Texas Government Code, as amended. ATTEST: ( RESOLVED this 13th day of Februar , 003 .4141■14.10 15V A City of Round Rock, Texas ) 111,61t. CHRISTINE R. MARTINEZ, City Secretary 2 WELL, Mayor ROUND ROCK, TEXAS PURPOSE. PASSION. PROSPERITY THE STATE OF TEXAS COUNTY OF WILLIAMSON NOW, THEREFORE, WITNESSETH: CITY OF ROUND ROCK AGREEMENT FOR ENGINEERING SERVICES WITH PBS &J THIS AGREEMENT FOR ENGINEERING SERVICES ( "Agreement ") is made and entered into on this the day of the month of , 2003, by and between the CITY OF ROUND ROCK, a Texas home -rule municipal corporation, whose offices are located at 221 East Main Street, Round Rock, Texas 78664 -5299, (hereinafter referred to as "City "), and PBS &J, whose principal place of business is located at 206 Wild Basin Road, Suite 300 Austin, Texas 78746 (hereinafter called "Engineer "), and such Agreement is for the purpose of contracting for professional engineering services. RECITALS: Contract No. WHEREAS, V.T.C.A., Government Code §2254.002(2)(A)(vii) under Subchapter A entitled "Professional Services Procurement Act" provides for the procurement by municipalities of services of professional engineers; and WHEREAS, City and Engineer desire to contract for such professional engineering services; and WHEREAS, City and Engineer wish to document their agreement concerning the requirements and respective obligations of the parties; That for and in consideration of the mutual promises contained herein and other good and valuable considerations, and the covenants and agreements hereinafter contained to be kept and performed by the respective parties hereto, it is agreed as follows: CONTRACT DOCUMENTS The Contract Documents consist of this Agreement and any exhibits attached hereto (which exhibits are hereby incorporated into and made a part of this Agreement) and all Supplemental Agreements (as defined herein in Article 13) which are subsequently issued. These form the entire contract, and all are as fully a part of this Agreement as if attached to this Agreement or repeated herein. 1 ARTICLE 1 SCOPE OF SERVICES TO BE PERFORMED BY CITY City shall perform or provide services as identified in Exhibit A entitled "Services to be Performed by City." ARTICLE 2 SCOPE OF SERVICES TO BE PERFORMED BY ENGINEER Engineer shall perform engineering services as identified in Exhibit B entitled "Services to be Performed by Engineer." Engineer shall develop a mutually acceptable schedule of work as identified in Exhibit C entitled "Work Schedule." Such Work Schedule shall contain a complete schedule so that the Engineer's Scope of Services under this Agreement may be accomplished within the specified time and at the specified cost. The Work Schedule shall provide specific work sequences and definite review times by City and Engineer of all work performed. Should the review times take longer than shown on the Work Schedule, through no fault of Engineer, additional time may be authorized by City through a written Supplemental Agreement only if same is requested by a timely written request from Engineer which is approved by City. ARTICLE 3 CONTRACT TERM (1) Term. This Agreement shall be from the date hereof and shall terminate at the close of business on the 15 day of the month of April, 2004, unless extended by written Supplemental Agreement executed by Engineer and City prior to the date of termination, or as otherwise terminated as provided in Article 20 entitled "Termination." Any work performed or costs incurred after the date of termination shall not be eligible for reimbursement. Engineer shall notify City in writing as soon as possible if he /she /it determines, or reasonably anticipates, that the work under this Agreement will not be completed before the termination date. In that event City may, at its sole discretion, extend the contract term by timely written Supplemental Agreement. Engineer shall allow adequate time for review and approval of his/her /its request for time extension by City prior to expiration of this Agreement. (2) Work Schedule. Engineer acknowledges that the Work Schedule is of critical importance, and agrees to undertake all necessary efforts to expedite the performance of services required herein so that construction of the project will be commenced and completed as scheduled. In this regard, Engineer shall proceed with sufficient qualified personnel and consultants necessary to fully and timely accomplish all services required under this Agreement in the highest professional manner. (3) Notice to Proceed. After execution of this Agreement, Engineer shall not proceed with work delineated in Article 2 entitled "Scope of Services to be Performed by Engineer" and in Exhibit B entitled "Services to be Performed by Engineer" until authorized in writing by City to proceed as provided in Article 7 entitled "Notice to Proceed." 2 ARTICLE 4 COMPENSATION City shall pay and Engineer agrees to accept the amount shown below as full compensation for all engineering services performed and to be performed under this Agreement. The amount payable under this Agreement, without modification of the Agreement as provided herein, is the sum of One Hundred Sixty-one Thousand Four Hundred Seventy-five Dollars ($161,475.00) as shown in Exhibit D entitled "Fee Schedule." The lump sum amount payable may be revised only by written Supplemental Agreement in the event of a change in scope, additional complexity from that originally anticipated, or change in character of work as authorized by City. Engineer shall prepare and submit to City monthly progress reports in sufficient detail to support the progress of the work and to support invoices requesting monthly payment. Any preferred format of City for such monthly progress reports shall be identified in Exhibit B entitled "Services to be Performed by Engineer." Satisfactory progress of work shall be maintained as an absolute condition of payment. The fee herein referenced may be adjusted for additional work requested and performed only if approved by written Supplemental Agreement. ARTICLE 5 METHOD OF PAYMENT Payments to Engineer for services rendered shall be made while work is in progress. Engineer shall prepare and submit to City, not more frequently than once per month, a progress report as referenced in Article 4 above. Such progress report shall state the percentage of completion of work accomplished during that billing period and to date. Simultaneous with submission of such progress report, Engineer shall prepare and submit one (1) original and one (1) copy of a certified invoice in a form acceptable to City. This submittal shall also include a progress assessment report in a form acceptable to City. Progress payments shall be made in proportion to the percentage of completion of work tasks identified in Exhibit D entitled "Fee Schedule." Progress payments shall be made by City based upon work actually provided and performed. Upon timely receipt and approval of each statement, City shall make a good faith effort to pay the amount which, notwithstanding anything herein to the contrary, is due and payable within thirty (30) days. City reserves the right to withhold payment pending verification of satisfactory work performed. Engineer has the responsibility to submit proof to City, adequate and sufficient in its determination, that tasks were completed. The certified statements shall show the total amount earned to the date of submission and shall show the amount due and payable as of the date of the current statement. Final payment does not relieve Engineer of the responsibility of correcting any errors and/or omissions resulting from his/her /its negligence. Engineer's Contract- revised I0.2002/specs master 3 ARTICLE 6 PROMPT PAYMENT POLICY In accordance with Chapter 2251, V.T.C.A., Texas Government Code, payment to Engineer will be made within thirty (30) days of the day on which City receives the supplies, materials, equipment, or within thirty (30) days of the day on which the performance of services was complete, or within thirty (30) days of the day on which City receives a correct invoice for the supplies, materials, equipment, or services, whichever is later. Engineer may charge a late fee (fee shall not be greater than that which is permitted by Texas law) for payments not made in accordance with this prompt payment policy; however, this policy does not apply to payments made by City in the event: A. There is a bona fide dispute between City and Engineer concerning the supplies, materials, or equipment delivered or the services performed that causes the payment to be late; or B. The terms of a federal contract, grant, regulation, or statute prevent City from making a timely payment with federal funds; or C. There is a bona fide dispute between Engineer and a subcontractor or between a subcontractor and its supplier concerning supplies, materials, or equipment delivered or the services performed which causes the payment to be late; or D. The invoice is not mailed to City in strict accordance with instructions, if any, on the purchase order, or this Agreement or other such contractual agreement. City shall document to Engineer the issues related to disputed invoices within ten (10) calendar days of receipt of such invoice. Any non - disputed invoices shall be considered correct and payable per the terms of Chapter 2251, V.T.C.A., Texas Government Code. ARTICLE 7 NOTICE TO PROCEED City shall issue a written authorization to proceed with work identified in the Scope of Services. City shall not be responsible for actions by Engineer or any costs incurred by Engineer relating to additional work not included in Exhibit B entitled "Services to be Performed by Engineer." ARTICLE 8 PROJECT TEAM City's Designated Representative for purposes of this Agreement is as follows: Thomas. E. Word, Jr., P.E. [Name] Director of Transportation [Title] 221 East Main St. [Address] Round Rock, Texas 78664 [City, State, Zip] (512) 218 -5562 [Telephone Number] (512) 218 -5563 [Facsimile Number] 4 City's Designated Representative shall be authorized to act on City's behalf with respect to this project. City or City's Designated Representative shall render decisions in a timely manner pertaining to documents submitted by Engineer in order to avoid unreasonable delay in the orderly and sequential progress of Engineer's services. Engineer's Designated Representative for purposes of this Agreement is as follows: Mr. Keith Jackson [Name] Vice President [Title] 206 Wild Basin Road, Suite 300 [Address] Austin, TX 78746 [City, State, Zip] 512- 327 -6840 [Telephone Number] 512- 327 -2453 [Facsimile Number] ARTICLE 9 PROGRESS EVALUATION Engineer shall, from time to time during the progress of the work, confer with City at City's election. Engineer shall prepare and present such information as may be pertinent and necessary, or as may be requested by City, in order for City to evaluate features of the work. At the request of City or Engineer, conferences shall be provided at Engineer's office, the offices of City, or at other locations designated by City. When requested by City, such conferences shall also include evaluation of Engineer's services and work. Should City determine that the progress in production of work does not satisfy the Work Schedule, then City shall review the Work Schedule with Engineer to determine corrective action required. Engineer shall promptly advise City in writing of events which have or may have a significant impact upon the progress of the work, including but not limited to the following: (1) Problems, delays, adverse conditions which may materially affect the ability to attain program objectives, prevent the meeting of time schedules and goals, or preclude the attainment of project work units by established time periods; and such disclosure shall be accompanied by statement of actions taken or contemplated, and City assistance needed to resolve the situation, if any; and (2) Favorable developments or events which enable meeting the work schedule goals sooner than anticipated. ARTICLE 10 SUSPENSION Should City desire to suspend the work, but not to terminate this Agreement, then such suspension may be effected by City giving Engineer thirty (30) calendar days' verbal notification followed by written confirmation to that effect. Such thirty -day notice may be waived in writing by Engineer's Contract - revised 10- 2002 /specs master 5 agreement and signature of both parties. The work may be reinstated and resumed in full force and effect within sixty (60) days of receipt of written notice from City to resume the work. Such sixty-day notice may be waived in writing by agreement and signature of both parties. If City suspends the work, the contract period as determined in Article 3 is not affected and this Agreement will terminate on the date specified unless this Agreement is amended indicating otherwise. City assumes no liability for work performed or costs incurred prior to the date authorized by City for Engineer to begin work, and/or during periods when work is suspended, and/or subsequent to the contract completion date. ARTICLE 11 ADDITIONAL WORK If Engineer forms a reasonable opinion that any work he /she /it has been directed to perform is beyond the scope of this Agreement and as such constitutes extra work, he /she /it shall promptly notify City in writing. In the event City finds that such work does constitute extra work and exceeds the maximum amount payable, City shall so advise Engineer and a written Supplemental Agreement will be executed between the parties as provided in Article 13 entitled "Supplemental Agreements." Engineer shall not perform any proposed additional work nor incur any additional costs prior to the execution, by both parties, of a written Supplemental Agreement. City shall not be responsible for actions by Engineer nor for any costs incurred by Engineer relating to additional work not directly associated with the performance of the work authorized in this Agreement or any amendments thereto. ARTICLE 12 CHANGES IN WORK If City deems it necessary to request changes to previously satisfactorily completed work or parts thereof which involve changes to the original scope of services or character of work under this Agreement, then Engineer shall make such revisions as requested and as directed by City. Such revisions shall be considered as additional work and paid for as specified under Article 11 entitled "Additional Work." Engineer shall make revisions to work authorized hereunder as are necessary to correct errors appearing therein, when required to do so by City. No additional compensation shall be due for such work. ARTICLE 13 SUPPLEMENTAL AGREEMENTS The terms of this Agreement may be modified by written Supplemental Agreement if City determines that there has been a significant change in (1) the scope, complexity or character of the service to be performed, or (2) the duration of the work. Any such Supplemental Agreement must be duly authorized by City Council Resolution. Where such City Council authorization is required, Engineer shall not proceed until the appropriate Resolution has been adopted. Additional compensation, if appropriate, shall be identified as provided in Article 4 entitled "Compensation." 6 Both parties must execute any written Supplemental Agreement within the contract period specified in Article 3 entitled "Contract Term." It is understood and agreed by and between both parties that Engineer shall make no claim for extra work done or materials furnished until City grants full execution of the written Supplemental Agreement and authorization to proceed. City reserves the right to withhold payment pending verification of satisfactory work performed. ARTICLE 14 OWNERSHIP OF DOCUMENTS All data, basic sketches, charts, calculations, plans, specifications, and other documents created or collected under the terms of this Agreement are the exclusive property of City and shall be furnished to City upon request. All documents prepared by Engineer and all documents furnished to Engineer by City shall be delivered to City upon completion or termination of this Agreement. Engineer, at his/her /its own expense, may retain copies of such documents or any other data which he /she /it has furnished City under this Agreement. Any release of information shall be in conformance with requirements of the Texas Open Records Act. ARTICLE 15 PERSONNEL, EQUIPMENT AND MATERIAL Engineer shall furnish and maintain, at his/her /its own expense, quarters for the performance of all services, and adequate and sufficient personnel and equipment to perform the services as required. All employees of Engineer shall have such knowledge and experience as will enable them to perform the duties assigned to them. Any employee of Engineer who, in the opinion of City, is incompetent or whose conduct becomes detrimental to the work shall immediately be removed from association with the project when so instructed by City. Engineer certifies that he /she/it presently has adequate qualified personnel in his/her /its employment for performance of the services required under this Agreement, or will obtain such personnel from sources other than City. Engineer may not change the Project Manager without prior written consent of City. ARTICLE 16 SUBCONTRACTING Engineer shall not assign, subcontract or transfer any portion of the work under this Agreement without prior written approval from City. All subcontracts shall include the provisions required in this Agreement and shall be approved as to form, in writing, by City prior to work being performed under the subcontract. No subcontract shall relieve Engineer of any responsibilities under this Agreement. ARTICLE 17 EVALUATION OF WORK City, or any authorized representatives of it, shall have the right at all reasonable times to review or otherwise evaluate the work performed or being performed hereunder and the premises on which it is being performed. If any review or evaluation is made on the premises of Engineer or a subcontractor, Engineer's Contract - revised 10 -2002 /specs master 7 then Engineer shall provide and require its subcontractors to provide all reasonable facilities and assistance for the safety and convenience of City or other representatives in the performance of their duties. ARTICLE 18 SUBMISSION OF REPORTS All applicable study reports shall be submitted in preliminary form for approval by City before any final report is issued. City's comments on Engineer's preliminary reports shall be addressed in any final report. ARTICLE 19 VIOLATION OF CONTRACT TERMS/BREACH OF CONTRACT Violation of contract terms or breach of contract by Engineer shall be grounds for termination of this Agreement, and any increased costs arising from Engineer's default, breach of contract, or violation of contract terms shall be paid by Engineer. ARTICLE 20 TERMINATION This Agreement may be terminated before the stated termination date by any of the following conditions. (1) By mutual agreement and consent, in writing, of both parties. (2) By City, by notice in writing to Engineer, as a consequence of failure by Engineer to perform the services set forth herein in a satisfactory manner. (3) By either party, upon the failure of the other party to fulfill its obligations as set forth herein. (4) By City, for reasons of its own and not subject to the mutual consent of Engineer, upon not less than thirty (30) days' written notice to Engineer. (5) By satisfactory completion of all services and obligations described herein. Should City terminate this Agreement as herein provided, no fees other than fees due and payable at the time of termination shall thereafter be paid to Engineer. In determining the value of the work performed by Engineer prior to termination, City shall be the sole judge. Compensation for work at termination will be based on a percentage of the work completed at that time. Should City terminate this Agreement under Subsection (4) immediately above, then the amount charged during the thirty (30) day notice period shall not exceed the amount charged during the preceding thirty (30) days. If Engineer defaults in the performance of this Agreement or if City terminates this Agreement for fault on the part of Engineer, then City shall give consideration to the actual costs incurred by 8 Engineer in performing the work to the date of default, the amount of work required which was satisfactorily completed to date of default, the value of the work which is usable to City, the cost to City of employing another firm to complete the work required and the time required to do so, and other factors which affect the value to City of the work performed at the time of default. The termination of this Agreement and payment of an amount in settlement as prescribed above shall extinguish all rights, duties, and obligations of City and Engineer under this Agreement, except the obligations set forth herein in Article 21 entitled "Compliance with Laws." If the termination of this Agreement is due to the failure of Engineer to fulfill his/her /its contractual obligations, then City may take over the project and prosecute the work to completion. In such case, Engineer shall be liable to City for any additional costs incurred by City. Engineer shall be responsible for the settlement of all contractual and administrative issues arising out of any procurements made by Engineer in support of the scope of services under this Agreement. ARTICLE 21 COMPLIANCE WITH LAWS (1) Compliance. Engineer shall comply with all applicable federal, state and local laws, statutes, codes, ordinances, rules and regulations, and the orders and decrees of any court, or administrative bodies or tribunals in any manner affecting the performance of this Agreement, including without limitation, minimum/maximum salary and wage statutes and regulations, and licensing laws and regulations. Engineer shall furnish City with satisfactory proof of his/her /its compliance. Engineer shall further obtain all permits and licenses required in the performance of the professional services contracted for herein. (2) Taxes. Engineer will pay all taxes, if any, required by law arising by virtue of the services performed hereunder. City is qualified for exemption pursuant to the provisions of Section 151.309 of the Texas Limited Sales, Excise, and Use Tax Act. ARTICLE 22 INDEMNIFICATION Engineer shall save and hold harmless City and its officers and employees from all claims and liabilities due to activities of his/her /itself and his/her /its agents or employees, performed under this Agreement, which are caused by or which result from error, omission, or negligent act of Engineer or of any person employed by Engineer or under Engineer's direction or control. Engineer shall also save and hold City harmless from any and all expenses, including but not limited to attorneys fees which may be incurred by City in litigation or otherwise defending claims or liabilities which may be imposed on City as a result of such activities by Engineer, its agents, or employees. Engineer's Contact- revised 10- 2002/spccs master 9 ARTICLE 23 ENGINEER'S RESPONSIBILITIES Engineer shall be responsible for the accuracy of his/her /its work and shall promptly make necessary revisions or corrections resulting from errors, omissions, or negligent acts, and same shall be done without compensation. City shall determine Engineer's responsibilities for all questions arising from design errors and/or omissions. Engineer shall not be relieved of responsibility for subsequent correction of any such errors or omissions or for clarification of any ambiguities until after the construction phase of the project has been completed. ARTICLE 24 ENGINEER'S SEAL The responsible engineer shall sign, seal and date all appropriate engineering submissions to City in accordance with the Texas Engineering Practice Act and the rules of the State Board of Registration for Professional Engineers. ARTICLE 25 NON - COLLUSION, FINANCIAL INTEREST PROHIBITED (1) Non - collusion. Engineer warrants that he /she /it has not employed or retained any company or persons, other than a bona fide employee working solely for Engineer, to solicit or secure this Agreement, and that he /she /it has not paid or agreed to pay any company or engineer any fee, commission, percentage, brokerage fee, gifts, or any other consideration, contingent upon or resulting from the award or making of this Agreement. For breach or violation of this warranty, City reserves and shall have the right to annul this Agreement without liability or, in its discretion and at its sole election, to deduct from the contract price or compensation, or to otherwise recover, the full amount of such fee, commission, percentage, brokerage fee, gift or contingent fee. (2) Financial Interest Prohibited. Engineer covenants and represents that Engineer, his/her /its officers, employees, agents, consultants and subcontractors will have no financial interest, direct or indirect, in the purchase or sale of any product, materials or equipment that will be recommended or required for the construction of the project. ARTICLE 26 INSURANCE (1) Insurance. Engineer, at Engineer's sole cost, shall purchase and maintain during the entire term while this Agreement is in effect professional liability insurance coverage in the minimum amount of One Million Dollars from a company authorized to do insurance business in Texas and otherwise acceptable to City. (2) Subconsultant Insurance. Without limiting any of the other obligations or liabilities of Engineer, Engineer shall require each subconsultant performing work under this Agreement to maintain during the term of this Agreement, at the subconsultant's own expense, the same stipulated minimum 10 insurance required in Article 26, Section (1) above, including the required provisions and additional policy conditions as shown below in Article 26, Section (3). Engineer shall obtain and monitor the certificates of insurance from each subconsultant in order to assure compliance with the insurance requirements. Engineer must retain the certificates of insurance for the duration of this Agreement, and shall have the responsibility of enforcing these insurance requirements among its subconsultants. City shall be entitled, upon request and without expense, to receive copies of these certificates of insurance. (3) Insurance Policy Endorsements. Each insurance policy shall include the following conditions by endorsement to the policy: 1. Each policy shall require that thirty (30) days prior to the expiration, cancellation, non - renewal or any material change in coverage, a notice thereof shall be given to City by certified mail to: City Manager, City of Round Rock 221 East Main Street Round Rock, Texas 78664 Engineer shall also notify City, within 24 hours of receipt, of any notices of expiration, cancellation, non - renewal, or material change in coverage it receives from its insurer. 2. Companies issuing the insurance policies shall have no recourse against City for payment of any premiums or assessments for any deductibles which all are at the sole responsibility and risk of Engineer. 3. The Term "City" or "City of Round Rock" shall include all authorities, Boards, Commissions, Departments, and officers of City and the individual members, employees and agents thereof in their official capacities, and/or while acting on behalf of the City of Round Rock. 4. The policy clause "Other Insurance" shall not apply to any insurance coverage currently held by City, to any such future coverage, or to City's Self - Insured Retentions of whatever nature. 5. Engineer and City mutually waive subrogation rights each may have against the other for loss or damage, to the extent same is covered by the proceeds of insurance. (4) Cost of Insurance. The cost of all insurance required herein to be secured and maintained by Engineer shall be borne solely by Engineer, with certificates of insurance evidencing such minimum coverage in force to be filed with the City. Such Certificates of Insurance are evidenced as Exhibit "F" herein entitled "Certificates of Insurance." Engineer's Contract- revised 10- 2002 /specs master 11 ARTICLE 27 COPYRIGHTS City shall have the royalty-free, nonexclusive and irrevocable right to reproduce, publish or otherwise use, and to authorize others to use, any reports developed by Engineer for governmental purposes. ARTICLE 28 SUCCESSORS AND ASSIGNS This Agreement shall be binding upon and inure to the benefit of the parties hereto, their successors, lawful assigns, and legal representatives. Engineer may not assign, sublet or transfer any interest in this Agreement, in whole or in part, by operation of law or otherwise, without obtaining the prior written consent of City. ARTICLE 29 SEVERABILITY In the event any one or more of the provisions contained in this Agreement shall for any reason be held to be invalid, illegal or unenforceable in any respect, then such invalidity, illegality or unenforceability shall not affect any other provision thereof and this Agreement shall be construed as if such invalid, illegal or unenforceable provision had never been contained herein. ARTICLE 30 PRIOR AGREEMENTS SUPERSEDED This Agreement constitutes the sole agreement of the parties hereto, and supersedes any prior understandings or written or oral contracts between the parties respecting the subject matter defined herein. This Agreement may only be amended or supplemented by mutual agreement of the parties hereto in writing. ARTICLE 31 ENGINEER'S ACCOUNTING RECORDS Records pertaining to the project, and records of accounts between City and Engineer, shall be kept on a generally recognized accounting basis and shall be available to City or its authorized representatives at mutually convenient times. The City reserves the right to review all records it deems relevant which are related to this Agreement. ARTICLE 32 NOTICES All notices to either party by the other required under this Agreement shall be personally delivered or mailed to such party at the following respective addresses: 12 City: City of Round Rock Attention: City Manager 221 East Main Street Round Rock, TX 78664 and to: Stephan L. Sheets City Attorney 309 East Main Street Round Rock, TX 78664 Engineer: Keith Jackson Vice President PBS &J 206 Wild Basin Road, Suite 300 Austin, TX 78746 ARTICLE 33 GENERAL PROVISIONS (1) Time is of the Essence. Engineer understands and agrees that time is of the essence and that any failure of Engineer to complete the services for each phase of this Agreement within the agreed Work Schedule may constitute a material breach of this Agreement. Engineer shall be fully responsible for his/her /its delays or for failures to use his/her /its best efforts in accordance with the terms of this Agreement. Where damage is caused to City due to Engineer's failure to perform in these circumstances, City may withhold, to the extent of such damage, Engineer's payments hereunder without waiver of any of City's additional legal rights or remedies. (2) Force Majeure. Neither City nor Engineer shall be deemed in violation of this Agreement if prevented from performing any of their obligations hereunder by reasons for which they are not responsible or circumstances beyond their control. However, notice of such impediment or delay in performance must be timely given, and all reasonable efforts undertaken to mitigate its effects. (3) Enforcement and Venue. This Agreement shall be enforceable in Round Rock, Williamson County, Texas, and if legal action is necessary by either party with respect to the enforcement of any or all of the terms or conditions herein, exclusive venue for same shall lie in Williamson County, Texas. This Agreement shall be govemed by and construed in accordance with the laws and court decisions of the State of Texas. Engineer's Contract - revised 10 -2002 /specs master 13 The undersigned signatory for Engineer hereby represents and warrants that the signatory is an officer of the organization for which he /she has executed this Agreement and that he /she has full and complete authority to enter into this Agreement on behalf of the firm. The above - stated representations and warranties are made for the purpose of inducing City to enter into this Agreement. IN WITNESS WHEREOF, the City of Round Rock has caused this Agreement to be signed in its corporate name by its Mayor, duly authorized to execute the same on its behalf by Resolution No. , approved by the City Council on the day of the month of , 200 , and Engineer, PBS&J, signing by and through his/her /its duly authorized representative(s), thereby binding the parties hereto, their successors, assigns and representatives for the faithful and full performance of the terms and provisions hereof. CITY OF ROUND ROCK, TEXAS: By: Mayor ATTEST: By: City Secretary ENGINEER: PBS &J By: + Signature of Principal Printed Name:Richard A. Wickett Chairman of the Board ATTEST: By 0 1-4-4 / / / PA /P4 - Becky S. Schaffer, Assistant Secretary ARTICLE _ 34 SIGNATORY WARRANTY 14 (1) Exhibit A "Services to be Performed by City" (2) Exhibit B "Services to be Performed by Engineer" (3) Exhibit C "Work Schedule" (4) Exhibit D "Fee Schedule" (5) Exhibit E "Work Authorizations" (6) Exhibit F "Certificates of Insurance" 15 ATTACHMENT A SERVICES TO BE PROVIDED BY THE CITY The City of Round Rock Public Works Department will furnish to the Engineer the following items /information: PHASES I & II FC11O ROUTE & DESIGN STUDIES 1. Perform Traffic Evaluations and Projections (existing counts and design year projections necessary to prepare traffic control plans). a. Direction of flow and number of lanes on all roadways. b. Proposed typical sections for all roadways (including cross streets). 2. Develop Roadway Design Criteria based on ITE standards. 3. Preliminary right -of -way (ROW) requirements. 4. Conduct design concept conference (DCC). 5. As -built plans of existing Creek Bend, Brushy Creek Road (Hairy Man Road), Brushy Creek Bridge, Brushy Creek Hike and Bike Trail and other facilities adjacent to this project, as well as criteria for establishing additional geotechnical requirements (as necessary). 6. Utility information (plans, maps, etc.) archived within the City of Round Rock. 7. Subdivision plats and site plans along the Creek Bend corridor. FC12O ENVIRONMENTAL STUDIES AND PUBLIC INVOLVEMENT 1. Provide guidance on selecting appropriate stakeholders for public meeting. 2. Attend public meeting and provide supporting information as desired by the City. FC13O RIGHT - OF - WAY (ROW) 1. Assist in obtaining right -of -entry (ROE). 2. Assist in the utility coordination process. 3. Assist in the ROW acquisition process. Creek and Attachment A doc Page 1 of2 1/22/2003 8.21 AM FCI50 FIELD SURVEYING AND PHOTOGRAMMETRY Provide all available survey information to date FC16O ROADWAY DESIGN CONTROLS 1. Provide design speed and specific design criteria for the project. 2. Provide guidance on disposition of terminating existing Brushy Creek Road (Hairy Man Road) on either side of proposed Creek Bend Corridor and corresponding removal of existing Brushy Creek Bridge. FC161 DRAINAGE 1. Provide available information on existing drainage facility. 2. Provide hydraulic design criteria for project design. 3. Assist with coordination of hydraulic design and submission of CLOMR to FEMA Administrator and US Corps of Engineers. 4. Provide standard details as necessary. FC163 MISCELLANEOUS (ROADWAY) 1. Provide direction necessary to permit decisions for aesthetic treatment of structures and landscaping. 2. Provide noise abatement coordination and design. 3. Attend utility coordination meetings. 4. Prepare and coordinate any required Utility Agreements. 5. Provide standard detail sheets, general notes library, and specifications as necessary. FC352 CONSTRUCTION INSPECTION SERVICES The City will adopt the Texas Department of Transportation (TxDOT) "Texas Standard Specification 1993" Manual for implementing all construction related items unless otherwise noted. Creek Bend Attachment A doc Page 2 of 2 1/22/2003 8:21 AM PHASES I & II GENERAL ATTACHMENT B SERVICES TO BE PROVIDED BY THE ENGINEER The work to be performed by PBS &J (the Engineer) under this contract shall consist of providing engineering services required for the design and construction of the extension of Creek Bend Road from Creek Bend Circle to Wyoming Springs Drive. The facility will consist of continuing the 4 -lane divided arterial street with a proposed bridge over Brushy Creek. The existing Brushy Creek Road (Hairy Man Road) bridge is to be removed and Brushy Creek Road permanently closed to through traffic via cul - de - sacs on proposed termini. The Engineer will attend an initial meeting with the City to coordinate a detailed work schedule and plan all project activities. The work effort and the management for this project will be conducted in the Engineer's office in Austin, Texas. The Engineer will be readily accessible to the City of Round Rock staff and will meet with the City's project manager as necessary. The Engineer will conduct progress meetings with the City on a scheduled basis and at critical milestones for the project. Reports for progress meetings will be submitted which will detail on- going work as well as work accomplished since the previous report. The Engineer will prepare a memorandum documenting progress meetings. The Engineer will coordinate all activities with the City of Round Rock and with other state and federal agencies including meetings with the City to ensure proper project progress. The Engineer will administer all phases of the project not reserved by the city including preparation of invoices, coordination of all work assigned to and accomplished by team firms, etc. The Engineer will furnish a brief progress report each month with submission of the project invoice. All work is subject to the review and approval of the City of Round Rock. The Creek Bend Road project will be separated into two phases. The first phase will involve preliminary engineering work required to develop the project including an environmental constraints map, rendering for aesthetic treatment of structures, preliminary drainage and water quality facilities, alternatives analysis and ultimately a design schematic based on the technically preferred alternative. This first phase will be accomplished without right -of -entry (ROE) onto the Clarence Sauls tract(s). Phase II will be remaining engineering and tasks required to develop a set of bidding documents through completion of construction and opening the roadway to traffic. It is the Engineer's intent to accelerate the surveying, geotechnical, environmental and right -of -way document efforts immediately after attaining ROE for Mr. Clarence Sauls tract(s). Creek Bend Attachment B doc Page 1 of 19 1/22/2003 821 AM The Engineer will utilize the Institute of Transportation Engineers (ITE) "Guidelines for Urban Major Street Design". to facilitate development of roadway geometry and appurtenances. The City's drainage and utility standard drawings and specifications will be utilized. If a special provision or special specification must be developed under this contract, it shall be in the City's format, and, to the extent possible, incorporate references to the City's approved test procedures. Texas Department of Transportation (TxDOT) specifications and standard drawings shall be used for all remaining design and construction related items. The Engineer shall provide the following engineering services required, for the design and construction of the above referenced project: PHASE I FC11O ROUTE AND DESIGN STUDIES 1. Identify Project Issues. a. Review previously developed issues. (1) Identify significant issues. (2) Prepare issues memorandum. (3) Develop Initial Project Data. b. Collect and review available data. (1) Survey and provide horizontal and vertical control using the establish City NAD 83 HARN (English) datum within approved ROE areas only. (2) Obtain planimetric and topographic data within approved ROE areas only. (3) Conduct initial field reconnaissance within approved ROE areas only. (4) Obtain existing ROW easement and ownership data of affected property owners. (5) Obtain utility locations and information. 2. Perform preliminary studies. a. Perform hydraulic and hydrologic studies: (1) Obtain existing Corps of Engineers floodplain study for Brushy Creek crossing to be used as a baseline model. (2) Analyze and modify existing hydraulic model of Brushy Creek to reflect the preliminary Brushy Creek Crossing structure. (3) Prepare both offsite and preliminary onsite drainage area maps for project limits. (4) Prepare conceptual storm sewer and water quality facility layouts. (5) Develop WPAP. b. Perform structural studies: Creek Bend Attachment B.doc Page 2 of 19 1/22/2003 8:21 AM (1) Study Two (2) bridge vs. excavation/retaining wall alternatives. (2) Study Three (3) alternative structural types associated with the aesthetic alternatives. 3. Identify and evaluate feasible alternatives. a. Develop constraints map. b. Identify design Two (2) alternatives using results of hydraulic, hydrologic and structural studies. c. Develop alternative designs using City of Round Rock digital orthophotography and GEOPAK: (1) (2) (3) (4) (5) (6) ( ( Establish design criteria. Develop typical sections. Establish preliminary horizontal alignments. Establish preliminary vertical alignments. Prepare preliminary earthwork design. Establish preliminary ROW requirements. Develop alternatives for Hairy Man Road and access drive /cul -de -sac facility. Prepare preliminary cost estimate for each alternative. 4. Aesthetic Alternatives. a. Site Analysis - The Engineer will perform a site analysis of the project limits that shall be the basis for preparation of aesthetic alternatives. The Engineer will document findings from the analysis for review with the City of Round Rock and incorporation in the final report. The Engineer will conduct the site visit to confirm existing conditions and to prepare for the initial presentation to the City. (1) Visual Inventory - The Engineer will conduct a photographic inventory of conditions within the project limits. (2) Inventory Local Character - The Engineer will compile selected images representing regional motifs and materials, which potentially influence the aesthetic alternatives. b. Review Schematic Plans - The Engineer will review the proposed schematic plans and profiles with the City of Round Rock to identify prototypical project conditions to be addressed in the aesthetic alternatives. c. Prepare Analysis Documents - The Engineer will prepare summary plans documenting relevant project analysis issues for the Design Theme Identification. d. Presentation of Findings - The Engineer will present the conclusions and recommendations reached in the Analysis for Aesthetic Treatment of structures with a meeting with the City of Round Rock. e. Design Principals - The Engineer will identify basic design issues applicable to the implementation of the aesthetic concepts. Creek Bend Attachment B doe Page 3 of 19 1/22/2003 8:21 AM J• f. Design Themes - The Engineer will prepare Three (3) conceptual design themes that will address each of the following components: (1) Abutments. (2) Bents. (3) Bridge Beams (Short and Long Span). (4) Barriers (Bridge and Roadway). (5) Traffic Rails. (6) Slope Pavements. (7) Color Scheme. (8) Miscellaneous (e.g. lighting, logos, trails, etc.). 1 g. Cost Comparison - The Engineer will prepare a rough order of magnitude cost estimate based on proposed aesthetic conditions for consideration with the final aesthetic alternatives schemes. (1) Enhanced Costs - The Engineer will identify estimated incremental cost h. Presentations - The Engineer will present the three design themes (including 3 elevation views, 1 plan view and 1 perspective view) at a preliminary stage of development at a meeting with the City of Round Rock. This presentation will consist of character sketches at interim stages of development. The final design themes will be presented to the City of Round Rock in one meeting in plans, sections and/or elevations with support images and will include preliminary cost information. i. Prepare an Aesthetic Theme Report for the documenting the various stages of development and final approved theme. Develop Aesthetic Theme Standards to be used for the construction bidding plans. 5. Prepare design schematic. a. Define existing ROW and other property lines required to accurately establish roadway alignments. b. Prepare design schematic of Preferred Alternative utilizing City aerial flight data and GEOPAK. Due to anticipated delays for ROE access to the Clarence Sauls tract(s) tract(s), the design schematic will be developed without the corroboration of a comprehensive project site evaluation, environmental investigation or tree survey. Based on the best information available prior to access to the Saul'(s) tract, the design schematic will include the following: (1) (2) (3) (4) differential for proposed design themes. Typical sections. Horizontal and Vertical alignments. Bridge structure configuration and layout. Earthwork design (develop design cross sections to identify required ROW, bridge and retaining wall limits). Creek Bend Attachment B.doc Page 4 of 19 1/22/2003 821 AM Determine preliminary slope /utility or drainage easement ROW requirements. Display ROW ownership information. Display identified utility locations. Hydraulic analysis of the Brushy Creek Crossing on the 100 year Brushy Creek floodplain. Develop preliminary plan/profile sheets while addressing pedestrian needs including hike and bike trails, sidewalks and wheelchair ramps (to be used for coordination with utility companies and other parties requiring preliminary horizontal and vertical information). (10) Develop conceptual storm sewer and water quality facility(s) layouts. c. Prepare an Engineering Summary Report for the Technically Preferred Alternative including the following items: (1) Project description and history. (2) Alternative studies evaluation/selection. (3) Construction project limits. (4) Conceptual Sequence of Construction and Traffic Control Plan. (5) Preliminary Construction and ROW cost estimates. (5) (6) ( ( (9) FC12O ENVIRONMENTAL STUDIES 1. Ecological Investigations - Literature Review and Field Effort. This phase will involve a review of existing literature and a site visit to the project area where access has been secured to determine the baseline level of ecological resources. The literature review will include an evaluation of files at the Texas Parks and Wildlife Department (TPWD) Biological and Conservation Data System (TXBCD), county list of species protected by the U.S. Fish and Wildlife Service (FWS) that may potentially occur within the project vicinity, Soil Survey of Williamson County, and distribution maps of endemic caverinole fauna (Veni and Associates, Inc.). PBS &J ecologists will conduct a field investigation within approved ROE areas in order to determine the current baseline conditions. PBS&J assumes that the centerline or project limits will be identified on the ground prior to initiation of any field effort. During the field effort, PBS&J will evaluate an area 250 feet perpendicular from the centerline of the proposed project. This field investigation will determine the current vegetative community, verify the soils present on site, identify any lands that are jurisdictional under Section 404 of the Clean Water Act and the presence of any suitable habitat for federally protected species. A PBS&J geologist will also walk the approved ROE areas, using FWS protocol to identify any surface indications of karst features that may contain habitat for federally protected species. PBS&J will not hand excavate or Creek Bend Attachment B.doc Page 5 of 19 1/22/2003 8:21 AM otherwise attempt to obtain body passage into any documented karst features within the project area. We understand that access to the Sauls tract(s) will not be secured during Phase I of the project. Therefore, we propose to conduct the field effort described above on portions of the project area outside of the Sauls tract. Since access t� the Sauls tract(s) will not be secured in the initial phase, PBS&J proposes to perform a preliminary review of this property by conducting an aerial assessment via helicopter. This will enable PBS&J to assess the vegetative community on the Sauls tract and determine if habitat is suitable for utilization by federally protected bird species. The results of the literature search of the entire project area, the helicopter assessment and the results of the field effort on the non -Sauls portion of the project area, will be presented in a preliminary technical memorandum and will be completed within approximately 6 weeks of receiving the notice to proceed. This preliminary Memorandum will include a discussion of possible permitting options, if applicable. This preliminary memorandum will also include a description and figure(s) illustrating the limits of any lands that are jurisdictional under Section 404 of the Clean Water Act, any karst features and any habitat that is suitable for utilization by federally protected species. This information will be based on the research methods described above. Included along with this preliminary memorandum will be representative color photographs of the project area and photographs of any specific features that PBS&J feels are appropriate. 2. Cultural Resources Investigations a. The Engineer will provide qualified staff and facilities to perform cultural resource studies for this project in two -phase approach with all field investigations delayed until permissible access is granted for the entire project area. b. Phase 1 studies will include historical and archival records review to develop a baseline level of knowledge regarding known and possible cultural resources within the project vicinity. This preliminary level of cultural resource information will be reported in the form of a Technical Memo. c. Data to be gathered and reported will include: (1) officially recorded archaeological and historical sites listed with the Texas Historical Commission and Texas Archaeological Research Lab, including listed National Register and State Archaeological Landmark sites. (2) historical background information assembled from published and on -line information sources, as well as local historical societies and museums. (3) historical map and aerial photo coverage prior to ca. 1955. (4) deed, tax, and census research to identify historic period property improvements and land use patterns. d. The Technical Memo will also provide assessments and recommendations regarding regulatory permitting and compliance requirements for the project, including the need for permitted field investigations to be performed during Phase 2 of the project. The Creek Bend Attachment B doc Page 6 of 19 1/22/2003 8:21 AM Technical Memo may serve to facilitate regulatory agency coordination and public involvement for this project, but is not intended to satisfy formal federal and state regulatory compliance requirements. Mapping of cultural resource site location data gathered during Phase 1 will be prepared to assist the project engineering and design team, but such information is restricted from public access and distribution. FC13O RIGHT -OF -WAY (ROW) 1. Coordination Meetings and general project coordination. This task will remain in affect until the submission of the Phase 1 survey deliverables. 2. Deed, Plat, Utility and Right -of -Way Research will provide for record information needed. Includes, but not limited to, adjoining properties deeds, recorded plats, right -of- way documents, evidence of new surveys, municipal and cooperating area utility provider plans. This does not include title abstracting for fee ownership or legal opinions of record documents including easements. 3. Boundary and Platted Right -of -Way Surveys sufficient to provide proposed roadway alignments. This provides for the boundary surveys of existing parcels, lots, plats and existing right -of -ways in order to create schematic alignments of the proposed roadway except for Clarence Sauls tract(s) due to a lack of ROE. FC15O FIELD SURVEYING 1. Coordination with Roadway Designer, project manager and surveyor provides for, but is not limited to, data exchange, meetings and general project coordination. This task will remain in affect until the delivery of the phase 1 mapping. 2. Obtain Right -of Entry (ROE) to effected property owners for surveying. Coordination with the City in determining what properties will be contacted, to what extent, and when. PBS &J will obtain approval prior to delivering written request for right -of -entry. This includes certified mailings to property owners as needed to accomplish the task set forth. PBS&J will notify the City of any property owners not cooperative with the right -of- entry for possible legal remedy. 3. Horizontal and vertical control by conventional and global positioning methods. Datum may be specified by the client, or engineer based on the City of Round Rock control network, or as state plane coordinates, vertical as needed. 4. Topographic and planimetric mapping of existing roadways on each end of the proposed alignment within approved ROE areas only. This includes mapping of existing curbs, pavements, visible and exposed utilities, structures, drainage facilities and other improvements that may affect design criteria DELIVERABLES 30% Submittal. 1. Environmental constraints map. Creek Bend Attachment B.doc Page 7 of 19 1/22/2003 8:21 AM 2. Rendered illustrations of environmental technical memorandums, engineering summary reports and proposed design themes. 3. Aesthetic Theme Standards to be used in construction plan set. 4. Design schematic (showing utilities identified to date). 5. Preliminary plan/profile sheets of all proposed roadways. 6. Preliminary bridge and retaining wall layouts. 7. Preliminary drainage and water quality layouts. 8. Preliminary hydraulic report and model of Brushy Creek to reflect the preliminary Brushy Creek Crossing structure. 9. The Engineer will present the conclusions and recommendations reached in the Aesthetic Analysis of structures at a meeting with the City of Round Rock. 10. Preliminary construction and ROW cost estimate(s). Creek Bend Attachment B doe Page 8 of 19 1/22/2003 8:21 AM PHASE II FC12O ENVIRONMENTAL STUDIES 1. Ecological Permitting — This phase will involve coordination with the project engineer to discuss permitting options relative to ecological constraints, and development and submittal of a Nationwide Permit 14 pre - construction notification to the U.S. Army Corps of Engineers, if applicable. Coordination efforts with the U.S. Army Corps of Engineers and U.S. Fish and Wildlife Service will be required. This scope includes costs for limited informal coordination efforts with these agencies, limited correspondence, and two meetings. Because of the lack of access to the Sauls tract, information obtained from the literature review, habitat mapping, and helicopter survey should be submitted to U.S. Fish and Wildlife for comment on potential impacts to threatened and endangered species. If protected species are potentially present and require formal Section 7 consultation between federal agencies and/or Section 10(a) permitting, PBS&J would prepare a scope and cost estimate to be provided under separate cover. This scope does not include costs for preparation of an Individual Permit, compensatory mitigation plan, or endangered species formal consultations or permitting with U.S. Fish and Wildlife Service. If these services are required, a scope and cost estimate will be provided under separate cover. 2. Cultural Resources Investigations - Phase II services will include development of a research strategy and permit application as needed to acquire a Texas Antiquities Code permit for required archaeological and historical investigations. Development and approval of a TAC permit will require consultation with the Texas Historical Commission staff and local historical agents. Depending on the type and extent of federal jurisdiction over this project, probably limited to the flood plain associated with Brushy Creek, consultation with the U.S. Army Corps of Engineers' cultural resource staff may also require additional regulatory compliance efforts in accordance with Section 106 of the National Historic Preservation Act. The results of the field investigations and the agency coordination may identify cultural resource sites and conditions that will warrant further investigation and/or efforts to redesign the project. If additional investigations are necessary, these services can be provided under supplemental scope of services authorized by the Client. • FC130 RIGHT- WAY -ROW (ROW) 1. Coordination Meetings and general project coordination. This task will remain in affect until the submission of all Phase 2 survey deliverables. 2. Additional Deed, Utility and Right -of -Way Research will provide for additional information needed on properties previously not allowing right -of -entry. This does not include title abstracting for fee ownership or legal opinions of record documents including easements. 3. Boundary and Platted Right -of -Way Surveys sufficient to provide proposed roadway alignments. This provides for the boundary surveys of existing parcels, lots, plats and existing right -of -ways needed on properties previously not allowing right -of- entry. Creek Bend Attachment 13 doc Page 9 of 19 1222003 8.21 AM 4. Provide right -of -way documents for parcel acquisition, not to exceed four (4), along the desired route. These surveys will be produced based on a Category 2 Route Survey, Condition III, Suburban, as defined by the Manual of Practice, 1999 Revised Ninth Edition for Land Surveying in the State of Texas, except as may differ within the specifications contained herein, or by the client. This proposal does not provide for whole tract purchases, or the resolution of any property line or corner disputes, if in fact any exist. Any boundary line agreements or resolutions beyond record deed lines may be identified and exhibits supplied to the client, or their agent, as additional work orders, if needed. Metes and bounds legal descriptions and plats will be produced on each parcel as needed and delivered on 8.5 "x14" legal bond as Exhibit A, containing the description and accompanying sketch, or map, as a two part document. These will be based on the most current ownership information collected from the Williamson County appraisal district files. Any land swaps, quitclaims, or subdivisions causing additional parcels or additional deeds will be considered additional services. 5. Slope Easement Descriptions and Exhibit Maps will be prepared for not more than four (4) slope easements, and one (1) drainage easement for water quality facilities, if needed along the final route. These will be delivered on 8.5 "x14" legal bond as Exhibit A, containing the description and accompanying sketch, or map, as a two part document. This does not include any staking or monumentation of the easements. If slope easements become fee taking right -of -way parcels, then monumentation and other considerations would be required as additional services. FC15O FIELD SURVEYING 1. Coordination with Roadway Designer, project manager and surveyor provides for, but is not limited to, data exchange, meetings and general project coordination. This task will remain in affect until the delivery of the Phase 2 mapping. 2. Horizontal and vertical control by conventional and global positioning methods needed on properties previously not allowing right -of -entry. 3. Topographic and planimetric mapping of the proposed corridor of properties previously not allowing right -of -entry, verifying existing available elevation data supplied by the client. This will include mapping of existing curbs, pavements, visible and exposed utilities, structures, drainage facilities and other improvements that may affect design criteria. 4. Tree Surveys of the 250 -foot wide corridor within Brushy creek 100 -yr floodplain will consist of mapping and tagging 12 inch and larger hardwoods. 5. Borehole location surveys will be provided along the corridor at 20 locations. 6. Centerline and ROW staking will be done on one hundred foot stations along the corridor for environmental and geotechnical investigation purposes. 7. PC/PT control and monumentation on ROW allows for the monumentation and control staking for points of curvatures and points of tangency along both proposed right -way and proposed centerline. These will be staked with brass caps '/2 inch iron rods. Creek Bend Attachment B.doc Page 10 of 19 1/22/2003 8:21 AM 8. ROW /Easement/Boundary/Intersection staking and monumentation allows for the monumentation of the proposed right -of -way at the intersection of parcel property lines at right -of -ways. These will be staked with brass caps 1/2 inch iron rods. 9. Brushy Creek cross - sections will be provided along Brushy Creek at the proposed bridge area. This will include three upstream sections, and three downstream sections from the proposed crossing. Each section will be at significant length (approximately 700 feet in length) as to model channel for FC16O ROADWAY DESIGN CONTROLS 1. Refine the horizontal and vertical alignment of roadways based upon the approved schematic. 2. Provide design cross - sections. 3. Compute earthwork quantities. 4. Prepare typical sections. 5. Complete plan/profile sheets while addressing pedestrian needs including hike and bike trails, sidewalks and wheelchair ramps. 6. Develop intersection, driveway and cul -de -sac (permanent road closure) details for both Creek Bend and Hairy Man Road. 7. Miscellaneous roadway details. FC161 DRAINAGE 1. Prepare drainage area maps showing existing conditions and proposed improvements. 2. Prepare hydraulic computations for, bridges, channels, storm sewer and inlets. 3. Prepare hydraulic data sheets. 4. Analyze and modify existing hydraulic model of Brushy Creek to reflect the proposed Brushy Creek Crossing structure. 5. Determine limits of required drainage facilities outfall structures and water quality facilities. 6. Develop plan sheets for both new storm sewer and existing storm sewer systems. 7. Prepare Storm Water Prevention Plans (SW3P) plans. 8. Water Quality. a. Prepare and process Water Pollution Abatement Plan (WPAP) through acceptance by TCEQ. b. Prepare water quality facility design if required. 9. Perform Level 1 scour analysis for proposed Brushy Creek Bridge structure. Creek Bend Attachment B.doc Pagel 1 of 19 1/22/2003 821 AM 10. Summary of quantities for drainage items. 11. Prepare SW3P quantities and summaries. FC162 SIGNING, MARKINGS AND SIGNALIZATION 1. Prepare signing and pavement markings layout. 2. Prepare summary of small signs. 3. Prepare summary of pavement markings. FC163 MISCELLANEOUS (ROADWAY) 1. Prepare retaining wall layouts and details. 2. Prepare Traffic Control Plan (TCP). a. A detailed TCP shall be developed for adjacent roadways under traffic utilizing the MUTCD and the current TxDOT Barricade and Construction Standards. Each phase will identify the existing and proposed traffic control devices that will be used to handle traffic during each sequence of construction, including regulatory signs, warning signs, construction warning signs, detour signs, construction pavement markings, channelizing devices, portable changeable message signs, flashing arrow boards, barricades, barriers, etc. b. Prepare a narrative of the construction sequencing, including acceptable construction work hours and construction material(s) haul routes. c. Prepare roadway detour details as required. d. Develop TCP quantities and summaries. 3. Prepare illumination plan layouts for roadway, intersections, and bridge structure. 4. Prepare special utility details (water or sanitary sewer as required). 5. Prepare landscape development miscellaneous details as required. 6. Prepare estimate, specifications and general notes. 7. Prepare special specifications as required for non - standard items if required. 8. Geotechnical design. Creek Bend Attachment B.doc Page 12 of 19 1/22/2003 821 AM a. Establish test hole locations. b. Tie test hole locations to project survey datum. c. Drill test holes. d. Perform Pavement design. e. Evaluate, interpret and determine geological features. f. Prepare Geotechnical report. 9. Prepare construction cost estimate. 10. Develop construction time estimate. FC17O BRIDGE DESIGN 1. Develop Bridge Layouts for Brushy Creek Bridge and Hairy Man Road Access Bridge. a. Bridge Layouts (PLAN). (1) Horizontal curve information or bearing of centerline. (2) Including horizontal, vertical, and template information of all roadways or railroads crossed. (3) Bearing of centerline or reference line. (4) Skew angle(s). (5) Slope for header banks and approach fills. (6) Control stations at beginning and ending of bridge (with deck elevation), intersections, etc. (7) Bridge roadway width and curbs, face of rail, shoulders, or sidewalks. (8) Bridge end treatments (cement stabilized backfill details, etc.) (9) Limits and type of riprap. (10) Proposed features under structure. (11) Location of profile grade line. (12) North arrow. (13) Typical bridge roadway section including preliminary proposed beam types and spacing. (14) Cross slope and superelevation data. (15) Minimum horizontal clearances will be calculated and indicated (dimensioned) to controlling features, when applicable. Creek Bend Attachment B.doc Page 13 of 19 1/22/2003 821 AM (16) Location of soil core holes (station and offset), shown on layout. (17) Bent stations and bearings. (18) Retaining wall locations. (19) Traffic flow directional arrows. (20) Railing types shown (use single slope railing unless otherwise directed). (21) Joint types and seal size, if used. (22) Beam line numbers consistent with span details. (23) Critical horizontal clearances (location of railroad tracks, nearby structures and utilities). (24) Bearings of utilities. (25) Overhead sign bridge locations, if applicable. 2. Bridge Layouts (ELEVATION) (1) Type of foundation. (2) Finished grade elevations at beginning and end of bridge. (3) Overall length of structure. (4) Length, type of spans and units. (5) Type of railing. (6) Minimum calculated vertical clearance(s). (7) Existing and proposed ground lines clearly marked. (8) Grid elevations and stations. (9) Bent numbers encircled. (10) Stationing of bridge compatible with grid stations. (11) Standard title. (12) Profile grade data. (13) Typeofriprap. (14) Soil Core Hole information with penetrometer test data shall be shown on the bridge layout at correct station, elevation and scale. (15) Dowel locations at all bents. (16) Column "H" heights. (17) Number, size and length of foundations. (18) Overhead sign bridge locations. 3. Additional layout requirements for the Brushy Creek Bridge. Design and 100 -year peak discharges and velocities. Creek Bend Attachment B.doc Page 14 of 19 1/22/2003 8:21 AM 4. Bridge Estimate, Quantities, and Specifications. 5. Foundation Studies (cost estimate included with Function Code 110). The minimum number of soil core holes shall be obtained in accordance with Section 1 - 30 1 of the TxDot Bridges and Structures Foundation Exploration and Design Manual. Soil core holes shall be obtained at approximately 200 foot intervals along bridge alignments. 6. Bridge Total Quantities and Cost Estimates. 7. Bridge Special Provisions and Specifications. 8. Develop Bridge Aesthetics Details (coordination with and approved by City). 9. Bridge Design. a. Bridge design will be in accordance with the latest edition of the American Association of State Highway and Transportation Officials Standard Sprecifications for Highway Bridges (AASHTO). b. The engineer shall prepare a bridge layout of each bridge structure for City of Round Rock review and approval. The bridge layout shall be in conformance with the TxDOT Bridges and Structures, Operation and Planning Manual and the Bridges and Structures, Detailing Manual. Soil core hole data is not required for submission of the preliminary bridge layout. No bridge design work is to be performed until the City has given the Engineer written approval of the preliminary bridge layout. c. Several months may be required, after the preliminary bridge layout is submitted, to obtain approval and/or permits from the following: (1) (2) (3) TNRCC. U.S. Army Corps of Engineers. Texas Parks and Wildlife. FC 351 CONSTRUCTION BID SERVICES 1. Prepare construction bid documents. 2. Conduct pre -bid meeting. 3. Conduct construction bid opening. 4. Summarize bid tabs. 5. Post - construction bid award tasks. 6. Conduct pre - construction meeting. FC 352 CONSTRUCTION INSPECTION SERVICES Creek Bend Attachment B doc Page 15 of 19 1/22/2003 8.21 AM 1. Verify receipt of the Contractor's schedule of operations. 2. During Construction. a. Manage Contractor Payments - Receive invoices from the Contractor, review, verify quantities of work performed & materials used, approve /reject, or prepare a statement of total value of the work done less 10% retained, and less all- previous payments, and submit to the City for payment. b. Inspect Construction Work. (1) Meet with the Contractor to establish an understanding of the critical stages of the work. (2) Verify line, grade, and dimensions of roadways and structures with survey instruments, as deemed necessary by the Construction Inspector. (3) Advise the Contractor and request corrective action be taken, if an inspection reveals that work has not been properly performed. (4) Evaluate and document the Contractor's operations and production with respect to quality and progress. (5) Verify and perform spot checks on quantities being identified, measured, recorded and verified by comparisons against plan, contract quantities and plan dimensions. (6) Maintain "redline" drawings to document the changes made to the constructed project. The central full size copy marked "Redlines" will be located at a location to be determined after award of contract. The City will famish two copies of contract documents, plans, project construction manual, special provisions, and special specifications to the Construction Inspector. (7) Check materials delivered to the project to determine if they have been tested in accordance with the "Quality Assurance Program ". (8) Receive, review, verify, and log all "project test" results from the Contractor. (9) Accept all materials and workmanship. (10) Validate QC test results by verification tests from independent samples. (11) Record, and maintain on the project, results of testing in accordance with the City's requirements. (12) Report to the City on the contractors' compliance with the identification of test results with the test number, date of testing, at the station and elevation of the test on the appropriate plan sheet. (13) When test requirements are not met order the performance of independent material testing in accordance with the "Quality Assurance Program ". (14) Receive and transmit, to the City, of the Contractors "trench safety plan" prepared and sealed by a registered professional engineer. (15) Prepare all change order documents, negotiate the price of new work with the contractor, evaluate costs, and submit recommendation to the City. Creek Bend Attachment B.doc Page 16 of 19 1/222003 8'21 AM (16) Provide digital and video photo logging of project activities. (17) Review and report to the City on the contractors' compliance with Environmental Protection Agency (EPA) National Pollution Prevention Discharge Elimination System (NPDES) General Permit Requirements. (18) Prepare EPA Notice of Intent (NOI) for signature by the City and the Contractor & transmit to the City. (19) Provide inspection of Barricade, sign and traffic handling on a daily basis. (20) Receive from the Contractor, and verify compliance with specifications, Manufacturer Certificates of Compliance of each and every specified material or manufactured equipment item. (21) Review the ACP mix for compliance with the project specifications. (22) Manage "Request for Information" (RFI) notices for the construction work. c. Maintain a daily Project Diary which will include: (1) Date. (2) Weather conditions. (3) Contract time charged and reasons for days credited. (4) Work in progress, including temporary erosion control. (5) Location of work. (6) Contractor and subcontractor's work force. (7) Arrival and departure of equipment (8) Quantity of equipment and its usage at the project site (9) Important instructions to the contractor (10) Names of official visitors and a summary of any discussions with visitors (11) Unusual construction or work conditions (12) Decision making discussions with the contractor (13) Disagreements with the contractor (14) Detailed information that may have a connection with a probable dispute or claim against the City (15) Project completion and final inspection d. Perform erosion control inspections and maintain Storm Water Pollution Prevention Plan documents in accordance with current NPDES regulations 3. Final Acceptance. a. Verify transmittal, by the Contractor to the City, of an affidavit stating that all bills related to any work, labor, equipment or supplies have been paid and that there are no outstanding claims or bills remaining Creek Bend Attachment B doc Page 17 of 19 1222003 8 21 AM b. Review and verify final statement prepared by the Contractor, or prepare a final statement of the value of all the work performed showing the balance due under the terms of the contract, and submit to the City for verification and approval • c. Review and verify submission, to the City, of the "As- Built" drawings dated and signed by the Contractor and his project superintendent prior to final acceptance d. Verify acquisition of the maintenance bond, for the two -year period from the date of final acceptance e. Issue a Certificate of Completion f. Notify the City for Final Inspection g. Prepare EPA Notice of Termination and transmit to the City for submission to the EPA through the City DELIVERABLES 60% Submittal 1. 11 "x17' plan sets to include all required plan sheets 2. 90% construction cost estimate 3. A list of Special Provisions and General Notes 4. Special specifications as needed 95% Submittal 1. 11 "x17" plan sets to include all revised plan sheets and corresponding redlines 2. 95% construction cost estimate 3. A list of Special Provisions and General Notes 4. Special specifications as needed 100% Submittal 1. Obtain required environmental clearance letters and permits 2. One final signed and sealed set of 22 "X34" full -scale Mylar drawings, two 22 "X34" copies of signed and sealed Mylar, and twenty -five 11 "X17" paper copies of the final Plans, Specification and Estimates (PS &E). Bid Packages and Proposals will be complete and suitable for bidding and award of a construction contract. 3. One (1) electronic file of drawings, cross sections and supporting data 4. 100% cost estimate 5. Twenty -five (25) sets of 11 "X17" final design cross sections (paper copies) with earthwork quantities Creek Bend Attachment B.doc Page 18 of 19 1/22/2003 821 AM REFERENCES 1. Standard Specifications for Construction of Highways, Streets, and Bridges - TxDOT. 2. Special Provisions and Special Specifications - TxDOT. 3. PS &E Preparation Manual - TxDOT. 4. Division of Bridges and Structures Operation and Planning Manual - TxDOT. 5. Division of Bridges and Structures Hydraulic Manual - TxDOT. 6. Division of Bridges and Structures Design Examples - TxDOT. 7. Division of Bridges and Structures Bridge Design Guide - TxDOT. 8. Division of Bridges and Structures Detail Manual - TxDOT. 9. Division of Bridges and Structures Foundation Exploration and Design Manual TxDOT. 10. Standard Specifications for Highway Bridges - AASHTO. 11. Division of Highway Design Operations and Procedures Manual - TxDOT. 12. Division of Highway Design Operations and Procedures Manual Part IIB - Environmental and Public Involvement Procedures during Project - Specific Planning and Development - TxDOT. 13. A Policy on Geometric Design of Highways and Streets ("The Green Book ") AASHTO. 14. Highway Capacity Manual Special Report 209 - Texas Research Board (TRB). 15. Technical Advisory T6640.8A - FHWA. 16. Noise Guidelines - TxDOT. 17. Air Quality Guidelines - TxDOT. 18. Flexible Pavement Design Manual - TxDOT. 19. Guide for the Design of Pavement Structures, 1996 - AASHTO. 20. Texas Manual on Uniform Traffic Control Devices - TxDOT. 21. Standard Highway Sign Designs for Texas - TxDOT. 22. Standard Specifications for Structural Supports for Highway Signs, Luminaries and Traffic Signals - AASHTO. 23. Utility Accommodation Policy - TxDOT. 24. Utility Manual - TxDOT. 25. Division of Right of Way, ROW Manual - Book I - TxDOT. 26. Division of Right of Way, ROW Manual - Book II - TxDOT. 27. Code of Federal Regulations, Title 23 - "Highway" - Federal Register. 28. Administrative Order No. 5 -89 - Signing, Sealing and Dating of Engineering Documents - TxDOT. 29. Administrative Circular No. 26 - 91 - Minimum Signing, Sealing and Dating Procedures for Department Engineering Documents - TxDOT. 30. Administrative Circular No. 25 -84 - Soils Information for High Mast Lighting, Overhead Sign Bridges, and Retaining Walls - TxDOT. 31. Administrative Circular No. 33 -87 - Preliminary Retaining Wall Layouts to be submitted to Division of Bridges and Structures - TxDOT. 32. Administrative Circular No. 25 -92 - Division of Bridges and Structures to be responsible for all geotechnical engineering support for foundations, retaining walls, and embankment stability and settlement - TxDOT. 33. Institute of Transportation Engineers (ITE) "Guidelines for Urban Major Street Design - A Recommended Practice ". Creek Bend Attachment B.doc Page 19 of 19 1/22/2003 8 21 AM EXHIBIT C 0031pn &nee. Gee. Bend Exlens. I . -- F - -I- - -1- ° -I- - -I- iii T. fl.-1.1.1.1. b l'.I'' R I= I= I= 41.1.12 =Z. man. mod Da. rm.. .....n...1..•11......,. ......s.d.lana c,....d,...,,,,,,,,..... Foinmy201...2(303 AM.* I • , . • • ' it • • . tl f . I. 2 0 4.4.1. Cm*, Eminarson Pul. Ea....* .1......* RN 0.16.11.111.1.... 6.1. Sur...p ...1121..E.1 1 11.1...11. .13.m. 111.E111.11116.1.1.E.... ..... E........ • 1 1 , • # . Li • .16 • • - iLM13.11.1.1Wey F,...., .8,...., ,.........., 10111411..... F. 11.10.11.......... Mai 10 F.., ....,,,,, 0.......... 10116,... MM.. 111.1.1.. 1 • • 1111■V • .. • ... • .. • 1 6 • ...T. 1 1 R um ..... uud 0 u. u.o.u......r .11 Pa, EXHIBIT D PBS&J Classification Summary Creek Bend Extension Work Authorization No. 1 Classification Principal Project Manager Sr Trans/Struct Engineer Sr Engineer Design Engineer EIT Or Scientist/Sr EnvPlnr Scientist/Env Plnr RPLS GPS Tech 3 Man Crew CADD Designer Clencal Architect Sr Inspector Total Labor PHASE 1 Hours Hourly Rate Labor Cost 12 0150.00 01,800 44 $150.00 $8,800 170 $140.00 323,800 62 $130.00 38,080 32 595.00 53,040 184 080.00 313,120 129 $100.00 512,900 185 07000 $11,550 100 39500 59,500 32 $75.00 $2,400 78 5125.00 59,750 240 S85 00 520,400 39 060.00 02,340 370 590.00 033,300 0 575.00 $0 1,625 5158,780 PHASE 2 Hours Hourly Rate Labor Cost 72 $15000 510,800 192 $150.00 028,800 577 5140.00 580.780 528 5130 00 068,840 713 395.00 387,735 770 080.00 561,600 223 010000 022,300 294 570.00 $20,580 155 395.00 014,725 24 575.00 51,800 228 012500 028250 1,630 585.00 $138,550 174 080.00 510,440 0 090.00 00 3,520 57500 $284,000 9,026 5808,200 TOTAL Hours Hourly Rate Labor Cost 84 0150.00 512,800 236 0150.00 535,400 747 5140.00 3104,580 590 5130 00 576,700 745 595 00 $70,775 934 880.00 974,720 352 5100.00 535,200 459 570.00 532,130 255 595 00 524,225 56 575.00 54,200 304 5125 00 538,000 1,870 505.00 5158,950 213 560.00 512,780 370 55000 533,300 3,520 57500 $264,000 10,851 5964,960 PBSBJ Expenses - Phase 1 PBSBJ Expenses - Phase 2 PBS&J Total Fee SUBCONSULTANTS HVJ Associates, Inc (Geotech) Project Total Fee $4,715 00 35,065.00 3989,875.00 $80,445 00 51,050,120.00 PBS&J Hourly Rates include a 181.63% Audited Overhead Rate and a 12% Profit Margin fora Total Multiplier of 2,9302 Creek Bend Exhibd D7 mm Page 1 of I • PBS&J Total Fee (excluding Survey, 0001065, Architect and Inspection) Phase 1 Phase 2 0813,835 5103,610.00 5510,225.00 1272003 PHASEI PHASE 2 TOTAL Hours Labor Cost Hours Labor Cost Hours Labor Cost 950 $93,580 0 $0 950 $93,580 318 $27,970 449 $37,000 767 $64,970 133 $13,220 202 $18,930 335 $32,150 236 $21,990 382 $41,140 618 $63,130 0 $0 1,002 $98,115 1,002 $98,115 0 $0 784 $72,420 784 $72,420 0 $0 134 $11,520 134 $11,520 0 $0 795 $79,375 795 $79,375 0 $0 1,830 $185,700 1,830 $185,700 0 $0 3,840 $264,000 3,840 $264,000 1,637 $156,760 9,418 $808,200 11,055 $964,960 Creek Bald ExWba D7.,nm Function Code 110 120 130 150 160 161 162 163 170 352 Total Labo PBS &J Expenses - Phase 1 PBS &J Expenses - Phase 2 PBS &J Total Fee SUBCONSULTANTS HVJ Associates, Inc. (Geotech)(Phase 2) $80,445.00 Project Total Fee $1,050,120.00 Estimated Construction Cost $5,000,000 Fee % of Construction Cost 21.0% EXHIBIT D PBS &J Function Code Summary Creek Bend Extension Work Authorization No. 1 $4,715.00 $5,065.00 $969,675.00 Page 1 of 1 107/2003 G RTK System Day 3 $400.00 $1,200.00 Overnight express deliveries Each 5 $15.00 $75.00 Hot shot deliveries (2 hour service) Each 20 $17.50 $350.00 Mileage Mile 2,500 $0.36 $900.00 Plans reproduction (Environmental, 30 %, 60 %, 100 %) paper Each 3,000 $0.06 $180.00 Plans reproduction (Final) 22 "x34" Mylar Each 0 $1.00 $0.00 Bidding Documents Reproduction (25 Sets) Each 0 $0.11 $0.00 Helicopter rental (Environmental Investiagation) Hour 2 $715.00 $1,430.00 Mechanical Excavator rental (Environmental Investiagation) Day 0 $750.00 50.00 Environmental Field Supplies Each 1 $580.00 $580.00 Artifact Curation Fees (3/8 of File Box for artifiacts and records located at TARL) Each 0 $500.00 $0.00 I'Total 54,715 Creek Bend Exhibit D7.mm EXHIBIT D PBS &J Expenses - Phase 1 Creek Bend Extension Work Authorization No.1 Page 1 of 1 it uantity Unit Price Total 1/27/2003 Direct Cost G.P.S RTK System - "" Day __ ' 0 $400.00 $0.00 Overnight express deliveries Each 5 $15.00 $75.00 Hot shot deliveries (2 hour service) Each 20 $17.50 $350.00 Mileage Mile 3,500 $0.36 $1,260.00 Plans reproduction (Environmental, 30 %, 60 %, 100 %) paper Each 12,000 $0.06 $720.00 Plans reproduction (Final) 22 "x34" Mylar Each 200 $1.00 $200.00 Bidding Documents Reproduction (25 Sets) Each 11,000 $0.11 $1,210.00 Helicopter rental (Environmental Investiagation) Hour 0 $715.00 $0.00 Mechanical Excavator rental (Environmental Investiagation) Day 1 $750.00 $750.00 Environmental Field Supplies Each 0 $580.00 $0.00 Artifact Curation Fees (3/8 of File Box for artifiacts and records located at TARL) Each 1 $500.00 5500.00 Total $5,065 Creek Bend Exhibit D7.mm EXHIBIT D PBS &J Expenses - Phase 2 Creek Bend Extension Work Authorization No.1 Page 1 of 1 Unit Price Total 1/27/2003 Fugra South, Inc. Proposed Creek Bend Extension January 14,2003 TABLE I- COST BREAKDOWN FOR GEOTECRNICAL INVESTIGATION Item Description Quant. Unit Unit Price Amount Field investigation Mobilization , All - Terrain Vehicle Mounted Rig 1 @ 51,200.00 per site 11,20000 All - Terrain Vehicle 0 week 18,75000 per week 1000 Field Technician- Utility Clearance &Field Coordination 80 hr @ 15500 perhr 54,40000 Field Technician - Logging 300 hr 145.00 � per hr 513,500.00 Backfill Material - Bentonite Chips 890 ft @ 17.00 per foot 16,230 00 Tex - 132 -E, Texas Cone Penetration Test 126 @ 120.00 each 12,520 00 Dozer/Water Truck Rental 2 weeks @ 01,500.00 per week 53,000 00 Pavement Core - Asphalt 0 @ 175.00 per core S000 Core Boxes 60 @ 111.00 per box 566000 Standby Time 0 @ 1175 00 per hr SO 00 Per Diem 30 @ 1250,00 per day 57.500 00 Subtotal 139,010.00 Laboratory Testing Onrincering Personnel Field Coordination Project Engineer, P E Laboratory Test Assigomenle & Results Review Project Engineer, P.E. 2 hr@ 110500 perhr 5210.00 Engineer Associate 12 hr@ S75.00 perhr 0900,00 Boring Log Preparation Project Engineer, P.E. Engineer Associate Draft Person Pavement Design Senior Pavement Engineer, PE. Project Engineer, P.E. Engineer Associate 890 ft @ 512.00 per foot 110,6K00 Subtotal 510,680.00 16 hr@ 1105.00 perhr 11,680.00 4 hr@ 110500 per hr 542000 22 hr@ 57500 perhr 51,65000 40 hr@ 155.00 per hr 12,200.00 12 hr@ 511500 perhr 11.38000 40 hr@ 5105.00 per Iv 14,200.00 56 hr@ 57500 perhr 54,20000 Bridge Design Project Engineer, P.E. 12 hr@ 5105.00 perhr 51,260,00 Engineer Associate 40 hr@ 575.00 per hr 53,000.00 Draft Person 8 hr @ 555.00 perhr 544000 Report Preparation & Project Management Pnnci P% t hr@ 512500 perhr 212500 Project Manager, P.E. 40 hr@ 5105,00 perhr 14,20000 Project Engineer, P E. 16 hr@ 5105.00 perhr 11,680.00 Engineer Associate 24 hr@ 575.00 perhr 51,800,00 Draft Person 10 hr @ 555.00 per hr 5550 00 Word Processor 8 hr @ 045 00 per hr 036000 Report Reproduction 0500,00 Subtotal 530,755.00 Totnl 580,445.00 CEC Fee Calculator Project Example 01 from booklet C= 045 Sum of fee factors CCI = 3484.85 ENR construction cost index CCI, 993 3484.85 Dallas, Texas - March 1993 P = 5.200 Construction cost in millions of dollars A= 1 Cost index factor =CCl /CCliq°a F = 14.76 = (12x(1 + C)) /(P /A) °r = Engineering fee as a percent of construction cost Fee = $767,520 Technical Factors Factor Values Value 1 Level of information required on plans/drawings -0.2010 0.10 0 2 Project requirements a. scope of services . b rehab vs. grass roots project e interface with other contracts/consultants d. numerous disciplines required • e alteration/modification of existing facility f complexity of project -0 20 to 0.33 0 3. Existing data, e.g. a. preliminary engineering report b. as- constructed drawings/specifications -0 35 to 0.20 0 Owner Controlled Factors Factor Values Value I. Risk/liability (base standard of nsk limit to fee) -0 10 to 0.10 -0.05 2. Time required for owner review /approvals (2 weeks standard) 0 0 to 0 20 0 3. Number of submittals/owner reviews Add 0.05 for each submittal in addition to preliminary and final 0.1 4. Schedule for completing work - fast -track vs. reasonable schedule 0.0 to 0.20 0.1 5. Payment schedule - 30 days after receipt of invoice 0 01 for each late 30-day period 0.01 6. Owner requested subconsultants 0.05 to 0.15 of the value of the subcontract 0 7. Owner participation m project/partnenng 0.0 to 0 20 0.05 8. Construction inspection limiting participation of engineer 0.05 to 020 0 External Factors Factor Values Value 1. Coordination with other entities 0.0 to 0.12 0.12 2. Environmental regulations 0.01,3 0.12 0.12 3. "Not- in -my- back - yard' /cihzen's involvement 0.0 to 0.20 0 4. Govemmental constraints 0.0 to 0 20 0 Crt■Bad rubs OS mm EXHIBIT D CEC Fee Check Creek Bend Extension Work Authorization No. 1 miaam 02/05/2003 10:36 FAX 5122185563 02 -05 -2003 10:06am From -P056J LEGAL MIAMI CERTIFICATE OF LIABILITY INSURANCE PRODUCER 01-31 -LUU4 I(:'nPri below. _ aTION CO rill OT )l7SLIRANC;_ POLICY EFFECTIVE E ATE =ABER DATE D LTI. A. GENERAL LLailli.rEY aUTCMOSILE LIABILITY Es.L.S5S LIABILITY Ccrt of Incur CORI /spec; moue CORR PUBLIC WORKS G1247843206 9/30/02 — 03 BOA247543223 09/30/02 -03 BE21316.09 09/30/02 -03 B WoRtcERS' COMPENSKOatt FC247843268 09 /30/02 -03 AND EMPIAYERS' LIABH.IlY CE.RTIPICATEELOLDF3(: (31 Se Coy of Round Reel: :'21 E, Main StrcCt liaised Rock-T. EXRIBIT "A" 305-509-2730 ' D PRoPEssIONAL Lit18t A Y YrofesSional/ Cle us glad e pb. oe Ct7[SONs ALrTE tv DESCIUPTTON OF OPE.I:ATIONSILOCATI LPSlstW Ref: Cheek Bead Rica vestals — See Attachment 4 SHEETS EJ 002 COMPANIES AFFORDING COVERAGE A Continental Casualty Co. ARV B NDMi0na1 Union Tire Ins. /AIG A4-F $V C A Cas Co of Reading PA PA AXV C0LURS1i0RTE, ALTER, ET ALS. 5979 NW 151 Street — St a. 105 titam:i Lakes, E1. 33014 realms Y Schuh &J ernigan, Inc. Lloyds of London A — Sv Post, Buckley, A d/1? /a PBS&J ect LO � 2001 S 107th Ave. Moat Tar 33172 -rms business s TO CERTIFY TF1A" bred fated above types is of i9 nstiran a and D accordance with the rovisions of the stand p O)icl e s l s ed bylth described, for the the standard policies used by the companies, and further hereinafter decTibed. Exceptions to the policies are note LIMITS GENERAL AGGREGATE S ,00 ,000 PRADUCTS-COMP/orAOC, 5 2,000,000 pERSONALez ADV. WPM S 1,000,00 EACH CCCURRENCE 5 1,000,000 F DAhL.,o0(Any , Arc) S 1,000.00 MED. E PENSE (Any one paten) 3 cams WED SINGLE LUAU x 1,000,000 E0D1LY INJURY(Yerpcsm) x 8OD2.Y ROU'RY (re accident) S PROPERTY DAMAGE EACH OCCURRENCE AGGREGATE T -270 P.002 /002 6 -804 nay: 1 - 17 - 2003 STATUTORY LIMITS 6 . EnCH ACC2)ENT 1 1.000,000 DISEASE - POLICY LIMIT S 1.000,00 DISF.ASE.EACH BM? LOYCE 5 1,000,000 (1,000,000 Li.ab- ea:elai7n/aggLegat 11/11/1961 Retro Dat. and tVarYc Compen_adon end Emplayas' 1•itb5 ty' o-- a Cuy Round gook is flied as additional of a 'd with respect to all policies except o , and'Profeses sI6nal Liability'. Sllaald any ny .. of the above bove described policies be cto s1Ied or changed before [he cxp660000 date therea> the nS company w:Il mail th'uty (30 ) t written notice to the cenificaC hoicks owned below. St ,ONA OF At1Tih0fi1 Typed Name.. p Meade Collinsworth Tide: Anrhori.med Representative Rc•iscd 107100o 5 10,000,000 x10,000,000 REPRESEITATWE DATE: February 7, 2003 SUBJECT: City Council Meeting — February 13, 2003 ITEM: 13.D.3. Consider a resolution authorizing the Mayor to execute a contract with PBS &J to provide Phase I engineering services for the design and construction of the extension of Creek Bend Road from Creek Bend Circle to Wyoming Springs Drive. Resource: Tom Word, Director of Transportation Services History: The City is developing a project to continue the 4 -lane divided arterial street, Creek Bend Road, with a proposed bridge over Brushy Creek from Creek Bend Circle to Wyoming Springs Drive. This proposal from PBS &J will involve preliminary engineering work required to develop the project including an environmental constraints map, rendering for aesthetic treatment of structures, preliminary drainage and water quality facilities, altematives analysis, design schematic based on the technically preferred alternative and ultimately a set of bidding documents through•completion of construction and opening the roadway to traffic. The engineer has agreed to perform the work for $161,475.00. Funding: Cost: $161,475.00 Source of funds: Capital Project Funds (GO Bond 2001) Outside Resources: PBS &J Impact/Benefit: This project will provide an east -west alternative to RM 620 and a new crossing of Brushy Creek. Public Comment: N/A Sponsor: N/A "ROUND ROCK, TEXAS PURPOSE PASSION PROSPERITY THE STATE OF TEXAS COUNTY OF WILLIAMSON 12- 63_oa- /3 -/3p3 Contract No. CITY OF ROUND ROCK AGREEMENT FOR ENGINEERING SERVICES WITH ' PBS &J § § THIS AGREEMENT FOR ENGINEERING SERVICES ( "Agreement ") is made and entered into on this the 13 day of the month of F 32Ui j , 2003, by and between the CITY OF ROUND ROCK, a Texas home -rule municipal corporation, v hose offices are located at 221 East Main Street, Round Rock, Texas 78664 -5299, (hereinafter referred to as "City "), and PBS &J, whose principal place of business is located at 206 Wild Basin Road, Suite 300 Austin, Texas 78746 (hereinafter called "Engineer "), and such Agreement is for the purpose of contracting for professional engineering services. RECITALS: WHEREAS, V.T.C.A., Government Code §2254.002(2)(A)(vii) under Subchapter A entitled "Professional Services Procurement Act" provides for the procurement by municipalities of services of professional engineers; and WHEREAS, City and Engineer desire to contract for such professional engineering services; and WHEREAS, City and Engineer wish to document their agreement concerning the requirements and respective obligations of the parties; NOW, THEREFORE, WITNESSETH: That for and in consideration of the mutual promises contained herein and other good and valuable considerations, and the covenants and agreements hereinafter contained to be kept and performed by the respective parties hereto, it is agreed as follows: CONTRACT DOCUMENTS The Contract Documents consist of this Agreement and any exhibits attached hereto (which exhibits are hereby incorporated into and made a part of this Agreement) and all Supplemental Agreements (as defined herein in Article 13) which are subsequently issued. These form the entire contract, and all are as fully a part of this Agreement as if attached to this Agreement or repeated herein. 1 ARTICLE 1 SCOPE OF SERVICES TO BE PERFORMED BY CITY City shall perform or provide services as identified in Exhibit A entitled "Services to be Performed by City." ARTICLE 2 SCOPE OF SERVICES TO BE PERFORMED BY ENGINEER Engineer shall perform engineering services as identified in Exhibit B entitled "Services to be Performed by Engineer." Engineer shall develop a mutually acceptable schedule of work as identified in Exhibit C entitled "Work Schedule." Such Work Schedule shall contain a complete schedule so that the Engineer's Scope of Services under this Agreement may be accomplished within the specified time and at the specified cost. The Work Schedule shall provide specific work sequences and definite review times by City and Engineer of all work performed. Should the review times take longer than shown on the Work Schedule, through no fault of Engineer, additional time may be authorized by City through a written Supplemental Agreement only if same is requested by a timely written request from Engineer which is approved by City. ARTICLE 3 CONTRACT TERM (1) Term. This Agreement shall be from the date hereof and shall terminate at the close of business on the 15 day of the month of April, 2004, unless extended by written Supplemental Agreement executed by Engineer and City prior to the date of termination, or as otherwise terminated as provided in Article 20 entitled "Termination." Any work performed or costs incurred after the date of termination shall not be eligible for reimbursement. Engineer shall notify City in writing as soon as possible if he /she /it determines, or reasonably anticipates, that the work under this Agreement will not be completed before the termination date. In that event City may, at its sole discretion, extend the contract term by timely written Supplemental Agreement. Engineer shall allow adequate time for review and approval of his/her /its request for time extension by City prior to expiration of this Agreement. (2) Work Schedule. Engineer acknowledges that the Work Schedule is of critical importance, and agrees to undertake all necessary efforts to expedite the performance of services required herein so that construction of the project will be commenced and completed as scheduled. In this regard, Engineer shall proceed with sufficient qualified personnel and consultants necessary to fully and timely accomplish all services required under this Agreement in the highest professional manner. (3) Notice to Proceed. After execution of this Agreement, Engineer shall not proceed with work delineated in Article 2 entitled "Scope of Services to be Performed by Engineer" and in Exhibit B entitled "Services to be Performed by Engineer" until authorized in writing by City to proceed as provided in Article 7 entitled "Notice to Proceed." 2 t ARTICLE 4 COMPENSATION City shall pay and Engineer agrees to accept the amount shown below as full compensation for all engineering services performed and to be performed under this Agreement. The amount payable under this Agreement, without modification of the Agreement as provided herein, is the sum of One Hundred Sixty-one Thousand Four Hundred Seventy -five Dollars ($161,475.00) as shown in Exhibit D entitled "Fee Schedule." The lump sum amount payable may be revised only by written Supplemental Agreement in the event of a change in scope, additional complexity from that originally anticipated, or change in character of work as authorized by City. Engineer shall prepare and submit to City monthly progress reports in sufficient detail to support the progress of the work and to support invoices requesting monthly payment. Any preferred format of City for such monthly progress reports shall be identified in Exhibit B entitled "Services to be Performed by Engineer." Satisfactory progress of work shall be maintained as an absolute condition of payment. The fee herein referenced may be adjusted for additional work requested and performed only if approved by written Supplemental Agreement. ARTICLE 5 METHOD OF PAYMENT Payments to Engineer for services rendered shall be made while work is in progress. Engineer shall prepare and submit to City, not more frequently than once per month, a progress report as referenced in Article 4 above. Such progress report shall state the percentage of completion of work accomplished during that billing period and to date. Simultaneous with submission of such progress report, Engineer shall prepare and submit one (1) original and one (1) copy of a certified invoice in a form acceptable to City. This submittal shall also include a progress assessment report in a form acceptable to City. Progress payments shall be made in proportion to the percentage of completion of work tasks identified in Exhibit D entitled "Fee Schedule." Progress payments shall be made by City based upon work actually provided and performed. Upon timely receipt and approval of each statement, City shall make a good faith effort to pay the amount which, notwithstanding anything herein to the contrary, is due and payable within thirty (30) days. City reserves the right to withhold payment pending verification of satisfactory work performed. Engineer has the responsibility to submit proof to City, adequate and sufficient in its determination, that tasks were completed. The certified statements shall show the total amount earned to the date of submission and shall show the amount due and payable as of the date of the current statement. Final payment does not relieve Engineer of the responsibility of correcting any errors and/or omissions resulting from his/her /its negligence. Engineer's Contract - revised 10- 2002 /specs master 3 ARTICLE 6 PROMPT PAYMENT POLICY In accordance with Chapter 2251, V.T.C.A., Texas Government Code, payment to Engineer will be made within thirty (30) days of the day on which City receives the supplies, materials, equipment, or within thirty (30) days of the day on which the performance of services was complete, or within thirty (30) days of the day on which City receives a correct invoice for the supplies, materials, equipment, or services, whichever is later. Engineer may charge a late fee (fee shall not be greater than that which is permitted by Texas law) for payments not made in accordance with this prompt payment policy; however, this policy does not apply to payments made by City in the event: A. There is a bona fide dispute between City and Engineer concerning the supplies, materials, or equipment delivered or the services performed that causes the payment to be late; or B. The terms of a federal contract, grant, regulation, or statute prevent City from making a timely payment with federal funds; or C. There is a bona fide dispute between Engineer and a subcontractor or between a subcontractor and its supplier concerning supplies, materials, or equipment delivered or the services performed which causes the payment to be late; or D. The invoice is not mailed to City in strict accordance with instructions, if any, on the purchase order, or this Agreement or other such contractual agreement. City shall document to Engineer the issues related to disputed invoices within ten (10) calendar days of receipt of such invoice. Any non - disputed invoices shall be considered correct and payable per the terms of Chapter 2251, V.T.C.A., Texas Government Code. ARTICLE 7 NOTICE TO PROCEED City shall issue a written authorization to proceed with work identified in the Scope of Services. City shall not be responsible for actions by Engineer or any costs incurred by Engineer relating to additional work not included in Exhibit B entitled "Services to be Performed by Engineer." ARTICLE 8 PROJECT TEAM City's Designated Representative for purposes of this Agreement is as follows: Thomas. E. Word, Jr., P.E. [Name] Director of Transportation [Title] 221 East Main St. [Address] Round Rock, Texas 78664 [City, State, Zip] (512) 218 -5562 [Telephone Number] (512) 218 -5563 [Facsimile Number] 4 City's Designated Representative shall be authorized to act on City's behalf with respect to this project. City or City's Designated Representative shall render decisions in a timely manner pertaining to documents submitted by Engineer in order to avoid unreasonable delay in the orderly and sequential progress of Engineer's services. Engineer's Designated Representative for purposes of this Agreement is as follows: Mr. Keith Jackson [Name] Vice President [Title] 206 Wild Basin Road, Suite 300 [Address] Austin, TX 78746 [City, State, Zip] 512- 327 -6840 [Telephone Number] 512- 327 -2453 [Facsimile Number] ARTICLE 9 PROGRESS EVALUATION Engineer shall, from time to time during the progress of the work, confer with City at City's election. Engineer shall prepare and present such information as may be pertinent and necessary, or as may be requested by City, in order for City to evaluate features of the work. At the request of City or Engineer, conferences shall be provided at Engineer's office, the offices of City, or at other locations designated by City. When requested by City, such conferences shall also include evaluation of Engineer's services and work. Should City determine that the progress in production of work does not satisfy the Work Schedule, then City shall review the Work Schedule with Engineer to determine corrective action required. Engineer shall promptly advise City in writing of events which have or may have a significant impact upon the progress of the work, including but not limited to the following: (1) Problems, delays, adverse conditions which may materially affect the ability to attain program objectives, prevent the meeting of time schedules and goals, or preclude the attainment of project work units by established time periods; and such disclosure shall be accompanied by statement of actions taken or contemplated, and City assistance needed to resolve the situation, if any; and (2) Favorable developments or events which enable meeting the work schedule goals sooner than anticipated. ARTICLE 10 SUSPENSION Should City desire to suspend the work, but not to terminate this Agreement, then such suspension may be effected by City giving Engineer thirty (30) calendar days' verbal notification followed by written confirmation to that effect. Such thirty -day notice may be waived in writing by Engineer's Contract- revised 10- 2002/specs master 5 agreement and signature of both parties. The work may be reinstated and resumed in full force and effect within sixty (60) days of receipt of written notice from City to resume the work. Such sixty-day notice may be waived in writing by agreement and signature of both parties. If City suspends the work, the contract period as determined in Article 3 is not affected and this Agreement will terminate on the date specified unless this Agreement is amended indicating otherwise. City assumes no liability for work performed or costs incurred prior to the date authorized by City for Engineer to begin work, and/or during periods when work is suspended, and/or subsequent to the contract completion date. ARTICLE 11 ADDITIONAL WORK If Engineer forms a reasonable opinion that any work he /she /it has been directed to perform is beyond the scope of this Agreement and as such constitutes extra work, he /she /it shall promptly notify City in writing. In the event City finds that such work does constitute extra work and exceeds the maximum amount payable, City shall so advise Engineer and a written Supplemental Agreement will be executed between the parties as provided in Article 13 entitled "Supplemental Agreements." Engineer shall not perform any proposed additional work nor incur any additional costs prior to the execution, by both parties, of a written Supplemental Agreement. City shall not be responsible for actions by Engineer nor for any costs incurred by Engineer relating to additional work not directly associated with the performance of the work authorized in this Agreement or any amendments thereto. ARTICLE 12 CHANGES IN WORK If City deems it necessary to request changes to previously satisfactorily completed work or parts thereof which involve changes to the original scope of services or character of work under this Agreement, then Engineer shall make such revisions as requested and as directed by City. Such revisions shall be considered as additional work and paid for as specified under Article 11 entitled "Additional Work." Engineer shall make revisions to work authorized hereunder as are necessary to correct errors appearing therein, when required to do so by City. No additional compensation shall be due for such work. ARTICLE 13 SUPPLEMENTAL AGREEMENTS The terms of this Agreement may be modified by written Supplemental Agreement if City determines that there has been a significant change in (1) the scope, complexity or character of the service to be performed, or (2) the duration of the work. Any such Supplemental Agreement must be duly authorized by City Council Resolution. Where such City Council authorization is required, Engineer shall not proceed until the appropriate Resolution has been adopted. Additional compensation, if appropriate, shall be identified as provided in Article 4 entitled "Compensation." 6 Both parties must execute any written Supplemental Agreement within the contract period specified in Article 3 entitled "Contract Term." It is understood and agreed by and between both parties that Engineer shall make no claim for extra work done or materials furnished until City grants full execution of the written Supplemental Agreement and authorization to proceed. City reserves the right to withhold payment pending verification of satisfactory work performed. ARTICLE 14 OWNERSHIP OF DOCUMENTS All data, basic sketches, charts, calculations, plans, specifications, and other documents created or collected under the terms of this Agreement are the exclusive property of City and shall be furnished to City upon request. All documents prepared by Engineer and all documents furnished to Engineer by City shall be delivered to City upon completion or termination of this Agreement. Engineer, at his/her /its own expense, may retain copies of such documents or any other data which he /she /it has furnished City under this Agreement. Any release of information shall be in conformance with requirements of the Texas Open Records Act. ARTICLE 15 PERSONNEL, EQUIPMENT AND MATERIAL Engineer shall furnish and maintain, at his/her /its own expense, quarters for the performance of all services, and adequate and sufficient personnel and equipment to perform the services as required. All employees of Engineer shall have such knowledge and experience as will enable them to perform the duties assigned to them. Any employee of Engineer who, in the opinion of City, is incompetent or whose conduct becomes detrimental to the work shall immediately be removed from association with the project when so instructed by City. Engineer certifies that he /she /it presently has adequate qualified personnel in his/her /its employment for performance of the services required under this Agreement, or will obtain such personnel from sources other than City. Engineer may not change the Project Manager without prior written consent of City. ARTICLE 16 SUBCONTRACTING Engineer shall not assign, subcontract or transfer any portion of the work under this Agreement without prior written approval from City. All subcontracts shall include the provisions required in this Agreement and shall be approved as to form, in writing, by City prior to work being performed under the subcontract. No subcontract shall relieve Engineer of any responsibilities under this Agreement. ARTICLE 17 EVALUATION OF WORK City, or any authorized representatives of it, shall have the right at all reasonable times to review or otherwise evaluate the work performed or being performed hereunder and the premises on which it is being performed. If any review or evaluation is made on the premises of Engineer or a subcontractor, Engineer's Contract - revised 10- 2002 /specs master 7 then Engineer shall provide and require its subcontractors to provide all reasonable facilities and assistance for the safety and convenience of City or other representatives in the performance of their duties. ARTICLE 18 SUBMISSION OF REPORTS All applicable study reports shall be submitted in preliminary form for approval by City before any final report is issued. City's comments on Engineer's preliminary reports shall be addressed in any final report. ARTICLE 19 VIOLATION OF CONTRACT TERMS/BREACH OF CONTRACT Violation of contract terms or breach of contract by Engineer shall be grounds for termination of this Agreement, and any increased costs arising from Engineer's default, breach of contract, or violation of contract terms shall be paid by Engineer. ARTICLE 20 TERMINATION This Agreement may be terminated before the stated termination date by any of the following conditions. (1) By mutual agreement and consent, in writing, of both parties. (2) By City, by notice in writing to Engineer, as a consequence of failure by Engineer to perform the services set forth herein in a satisfactory manner. (3) By either party, upon the failure of the other party to fulfill its obligations as set forth herein. (4) By City, for reasons of its own and not subject to the mutual consent of Engineer, upon not less than thirty (30) days' written notice to Engineer. (5) By satisfactory completion of all services and obligations described herein. Should City terminate this Agreement as herein provided, no fees other than fees due and payable at the time of termination shall thereafter be paid to Engineer. In determining the value of the work performed by Engineer prior to termination, City shall be the sole judge. Compensation for work at termination will be based on a percentage of the work completed at that time. Should City terminate this Agreement under Subsection (4) immediately above, then the amount charged during the thirty (30) day notice period shall not exceed the amount charged during the preceding thirty (30) days. If Engineer defaults in the performance of this Agreement or if City terminates this Agreement for fault on the part of Engineer, then City shall give consideration to the actual costs incurred by 8 . Engineer in performing the work to the date of default, the amount of work required which was satisfactorily completed to date of default, the value of the work which is usable to City, the cost to City of employing another firm to complete the work required and the time required to do so, and other factors which affect the value to City of the work performed at the time of default. The termination of this Agreement and payment of an amount in settlement as prescribed above shall extinguish all rights, duties, and obligations of City and Engineer under this Agreement, except the obligations set forth herein in Article 21 entitled "Compliance with Laws." If the termination of this Agreement is due to the failure of Engineer to fulfill his/her /its contractual obligations, then City may take over the project and prosecute the work to completion. In such case, Engineer shall be liable to City for any additional costs incurred by City. Engineer shall be responsible for the settlement of all contractual and administrative issues arising out of any procurements made by Engineer in support of the scope of services under this Agreement. ARTICLE 21 COMPLIANCE WITH LAWS (1) Compliance. Engineer shall comply with all applicable federal, state and local laws, statutes, codes, ordinances, rules and regulations, and the orders and decrees of any court, or administrative bodies or tribunals in any manner affecting the performance of this Agreement, including without limitation, minimum/maximum salary and wage statutes and regulations, and licensing laws and regulations. Engineer shall furnish City with satisfactory proof of his/her /its compliance. Engineer shall further obtain all permits and licenses required in the performance of the professional services contracted for herein. (2) Taxes. Engineer will pay all taxes, if any, required by law arising by virtue of the services performed hereunder. City is qualified for exemption pursuant to the provisions of Section 151.309 of the Texas Limited Sales, Excise, and Use Tax Act. ARTICLE 22 INDEMNIFICATION Engineer shall save and hold harmless City and its officers and employees from all claims and liabilities due to activities of his/her /itself and his/her /its agents or employees, performed under this Agreement, which are caused by or which result from error, omission, or negligent act of Engineer or of any person employed by Engineer or under Engineer's direction or control. Engineer shall also save and hold City harmless from any and all expenses, including but not limited to attorneys fees which may be incurred by City in litigation or otherwise defending claims or liabilities which may be imposed on City as a result of such activities by Engineer, its agents, or employees. Engineer's Contract- revised I0- 2002/specs master 9 ARTICLE 23 ENGINEER'S RESPONSIBILITIES Engineer shall be responsible for the accuracy of his/her /its work and shall promptly make necessary revisions or corrections resulting from errors, omissions, or negligent acts, and same shall be done without compensation. City shall determine Engineer's responsibilities for all questions arising from design errors and/or omissions. Engineer shall not be relieved of responsibility for subsequent correction of any such errors or omissions or for clarification of any ambiguities until after the construction phase of the project has been completed. ARTICLE 24 ENGINEER'S SEAL The responsible engineer shall sign, seal and date all appropriate engineering submissions to City in accordance with the Texas Engineering Practice Act and the rules of the State Board of Registration for Professional Engineers. ARTICLE 25 NON - COLLUSION, FINANCIAL INTEREST PROHIBITED (1) Non - collusion. Engineer warrants that he /she /it has not employed or retained any company or persons, other than a bona fide employee working solely for Engineer, to solicit or secure this Agreement, and that he /she /it has not paid or agreed to pay any company or engineer any fee, commission, percentage, brokerage fee, gifts, or any other consideration, contingent upon or resulting from the award or making of this Agreement. For breach or violation of this warranty, City reserves and shall have the right to annul this Agreement without liability or, in its discretion and at its sole election, to deduct from the contract price or compensation, or to otherwise recover, the full amount of such fee, commission, percentage, brokerage fee, gift or contingent fee. (2) Financial Interest Prohibited. Engineer covenants and represents that Engineer, his/her /its officers, employees, agents, consultants and subcontractors will have no financial interest, direct or indirect, in the purchase or sale of any product, materials or equipment that will be recommended or required for the construction of the project. ARTICLE 26 INSURANCE (1) Insurance. Engineer, at Engineer's sole cost, shall purchase and maintain during the entire term while this Agreement is in effect professional liability insurance coverage in the minimum amount of One Million Dollars from a company authorized to do insurance business in Texas and otherwise acceptable to City. (2) Subconsultant Insurance. Without limiting any of the other obligations or liabilities of Engineer, Engineer shall require each subconsultant performing work under this Agreement to maintain during the term of this Agreement, at the subconsultant's own expense, the same stipulated minimum 10 insurance required in Article 26, Section (1) above, including the required provisions and additional policy conditions as shown below in Article 26, Section (3). Engineer shall obtain and monitor the certificates of insurance from each subconsultant in order to assure compliance with the insurance requirements. Engineer must retain the certificates of insurance for the duration of this Agreement, and shall have the responsibility of enforcing these insurance requirements among its subconsultants. City shall be entitled, upon request and without expense, to receive copies of these certificates of insurance. (3) Insurance Policy Endorsements. Each insurance policy shall include the following conditions by endorsement to the policy: 1. Each policy shall require that thirty (30) days prior to the expiration, cancellation, non - renewal or any material change in coverage, a notice thereof shall be given to City by certified mail to: City Manager, City of Round Rock 221 East Main Street Round Rock, Texas 78664 Engineer shall also notify City, within 24 hours of receipt, of any notices of expiration, cancellation, non - renewal, or material change in coverage it receives from its insurer. 2. Companies issuing the insurance policies shall have no recourse against City for payment of any premiums or assessments for any deductibles which all are at the sole responsibility and risk of Engineer. 3. The Term "City" or "City of Round Rock" shall include all authorities, Boards, Commissions, Departments, and officers of City and the individual members, employees and agents thereof in their official capacities, and/or while acting on behalf of the City of Round Rock. 4. The policy clause "Other Insurance" shall not apply to any insurance coverage currently held by City, to any such future coverage, or to City's Self - Insured Retentions of whatever nature. 5. Engineer and City mutually waive subrogation rights each may have against the other for loss or damage, to the extent same is covered by the proceeds of insurance. (4) Cost of Insurance. The cost of all insurance required herein to be secured and maintained by Engineer shall be borne solely by Engineer, with certificates of insurance evidencing such minimum coverage in force to be filed with the City. Such Certificates of Insurance are evidenced as Exhibit "F" herein entitled "Certificates of Insurance." Engineer's Contract - revised 10- 2002/specs master 11 ARTICLE 27 COPYRIGHTS City shall have the royalty-free, nonexclusive and irrevocable right to reproduce, publish or otherwise use, and to authorize others to use, any reports developed by Engineer for governmental purpose`s. ARTICLE 28 SUCCESSORS AND ASSIGNS This Agreement shall be binding upon and inure to the benefit of the parties hereto, their successors, lawful assigns, and legal representatives. Engineer may not assign, sublet or transfer any interest in this Agreement, in whole or in part, by operation of law or otherwise, without obtaining the prior written consent of City. ARTICLE 29 SEVERABILITY In the event any one or more of the provisions contained in this Agreement shall for any reason be held to be invalid, illegal or unenforceable in any respect, then such invalidity, illegality or unenforceability shall not affect any other provision thereof and this Agreement shall be construed as if such invalid, illegal or unenforceable provision had never been contained herein. ARTICLE 30 PRIOR AGREEMENTS SUPERSEDED This Agreement constitutes the sole agreement of the parties hereto, and supersedes any prior understandings or written or oral contracts between the parties respecting the subject matter defined herein. This Agreement may only be amended or supplemented by mutual agreement of the parties hereto in writing. ARTICLE 31 ENGINEER'S ACCOUNTING RECORDS Records pertaining to the project, and records of accounts between City and Engineer, shall be kept on a generally recognized accounting basis and shall be available to City or its authorized representatives at mutually convenient times. The City reserves the right to review all records it deems relevant which are related to this Agreement. ARTICLE 32 NOTICES All notices to either party by the other required under this Agreement shall be personally delivered or mailed to such party at the following respective addresses: 12 City: City of Round Rock Attention: City Manager 221 East Main Street Round Rock, TX 78664 and to: Stephan L. Sheets City Attorney 309 East Main Street Round Rock, TX 78664 Engineer: Keith Jackson Vice President PBS &J 206 Wild Basin Road, Suite 300 Austin, TX 78746 ARTICLE 33 GENERAL PROVISIONS (1) Time is of the Essence. Engineer understands and agrees that time is of the essence and that any failure of Engineer to complete the services for each phase of this Agreement within the agreed Work Schedule may constitute a material breach of this Agreement. Engineer shall be fully responsible for his/her /its delays or for failures to use his/her /its best efforts in accordance with the terms of this Agreement. Where damage is caused to City due to Engineer's failure to perform in these circumstances, City may withhold, to the extent of such damage, Engineer's payments hereunder without waiver of any of City's additional legal rights or remedies. (2) Force Majeure. Neither City nor Engineer shall be deemed in violation of this Agreement if prevented from performing any of their obligations hereunder by reasons for which they are not responsible or circumstances beyond their control. However, notice of such impediment or delay in performance must be timely given, and all reasonable efforts undertaken to mitigate its effects. (3) Enforcement and Venue. This Agreement shall be enforceable in Round Rock, Williamson County, Texas, and if legal action is necessary by either party with respect to the enforcement of any or all of the terms or conditions herein, exclusive venue for same shall lie in Williamson County, Texas. This Agreement shall be govemed by and construed in accordance with the laws and court decisions of the State of Texas. Engineer's Contract - revised I0- 2002/specs master 13 The undersigned signatory for Engineer hereby represents and warrants that the signatory is an officer of the organization for which he /she has executed this Agreement and that he/she has full and complete authority to enter into this Agreement on behalf of the firm. The above - stated representations and warranties are made for the purpose of inducing City to enter into this Agreement. IN WITNESS WHEREOF, the City of Round Rock has caused this Agreement to be signed in its corporate name by its Mayor, duly authorized to execute the same on its behalf by Resolution No. R - - - )3D3 , approved by the City Council on the /3 day of the month of FEO,CUOy 200 3 , and Engineer, PBS&J, signing by and through his/her /its duly authorized representative(s), thereby binding the parties hereto, their successors, assigns and representatives for the faithful and full performance of the terms and provisions hereof. CITY OF ROUND ROCK, TE By: fi�il /` ATTEST: ATTEST: By: City Secretary ENGINEER: PBS &J By: A ai Signature of Principal Printed Name:Richard A. Wickett Chairman of the Board By: gl /jO°i' Becky S. Schaffer, Assistant Secretary ARTICLE.. 34 SIGNATORY WARRANTY 14 h LIST OF EXHIBITS ATTACHED (1) Exhibit A "Services to be Performed by City" (2) Exhibit B "Services to be Performed by Engineer" (3) Exhibit C "Work Schedule" (4) Exhibit D "Fee Schedule" (5) Exhibit E "Work Authorizations" (6) Exhibit F "Certificates of Insurance" Engmeer's Contract - revised 10- 2002/specs master 15 ATTACHMENT A SERVICES TO BE PROVIDED BY THE CITY The City of Round Rock Public Works Department will furnish to the Engineer the following items /information: PHASES I & II FC11O ROUTE & DESIGN STUDIES 1. Perform Traffic Evaluations and Projections (existing counts and design year projections necessary to prepare traffic control plans). a. D of flow and number of lanes on all roadways. b. Proposed typical sections for all roadways (including cross streets). 2. Develop Roadway Design Criteria based on ITE standards. 3. Preliminary right -of -way (ROW) requirements. 4. Conduct design concept conference (DCC). 5. As -built plans of existing Creek Bend, Brushy Creek Road (Hairy Man Road), Brushy Creek Bridge, Brushy Creek Hike and Bike Trail and other facilities adjacent to this project, as well as criteria for establishing additional geotechnical requirements (as necessary). 6. Utility information (plans, maps, etc.) archived within the City of Round Rock. 7. Subdivision plats and site plans along the Creek Bend corridor. FCl2O ENVIRONMENTAL STUDIES AND PUBLIC INVOLVEMENT 1. Provide guidance on selecting appropriate stakeholders for public meeting. 2. Attend public meeting and provide supporting information as desired by the City. FC13O RIGHT -OF -WAY (ROW) 1. Assist in obtaining right -of -entry (ROE). 2. Assist in the utility coordination process. 3. Assist in the ROW acquisition process. Creek Bend Attachment A.doc Page 1 of 2 1/22/2003 8:21 AM FCI5O FIELD SURVEYING AND PHOTOGRAMMETRY Provide all available survey information to date FC16O ROADWAY DESIGN CONTROLS 1. Provide design speed and specific design criteria for the project. 2. Provide guidance on disposition of terminating existing Brushy Creek Road (Hairy Man Road) on either side of proposed Creek Bend Corridor and corresponding removal of existing Brushy Creek Bridge. FC161 DRAINAGE 1. Provide available information on existing drainage facility. 2. Provide hydraulic design criteria for project design. 3. Assist with coordination of hydraulic design and submission of CLOMR to FEMA Administrator and US Corps of Engineers. 4. Provide standard details as necessary. FC163 MISCELLANEOUS (ROADWAY) 1. Provide direction necessary to permit decisions for aesthetic treatment of structures and landscaping. 2. Provide noise abatement coordination and design. 3. Attend utility coordination meetings. 4. Prepare and coordinate any required Utility Agreements. 5. Provide standard detail sheets, general notes library, and specifications as necessary. FC352 CONSTRUCTION INSPECTION SERVICES The City will adopt the Texas Department of Transportation (TxDOT) "Texas Standard Specification 1993" Manual for implementing all construction related items unless otherwise noted. Creek Bend Attachment A doc Page 2 of 2 1/22/2003 8.21 AM PHASES I & II GENERAL ATTACHMENT B SERVICES TO BE PROVIDED BY THE ENGINEER The work to be performed by PBS&J (the Engineer) under this contract shall consist of providing engineering services required for the design and construction of the extension of Creek Bend Road from Creek Bend Circle to Wyoming Springs Drive. The facility will consist of continuing the 4 -lane divided arterial street with a proposed bridge over Brushy Creek. The existing Brushy Creek Road (Hairy Man Road) bridge is to be removed and Brushy Creek Road permanently closed to through traffic via cul -de -sacs on proposed termini. The Engineer will attend an initial meeting with the City to coordinate a detailed work schedule and plan all project activities. The work effort and the management for this project will be conducted in the Engineer's office in Austin, Texas. The Engineer will be readily accessible to the City of Round Rock staff and will meet with the City's project manager as necessary. The Engineer will conduct progress meetings with the City on a scheduled basis and at critical milestones for the project. Reports for progress meetings will be submitted which will detail on- going work as well as work accomplished since the previous report. The Engineer will prepare a memorandum documenting progress meetings. The Engineer will coordinate all activities with the City of Round Rock and with other state and federal agencies including meetings with the City to ensure proper project progress. The Engineer will administer all phases of the project not reserved by the city including preparation of invoices, coordination of all work assigned to and accomplished by team firms, etc. The Engineer will famish a brief progress report each month with submission of the project invoice. All work is subject to the review and approval of the City of Round Rock. The Creek Bend Road project will be separated into two phases. The first phase will involve preliminary engineering work required to develop the project including an environmental ' constraints map, rendering for aesthetic treatment of structures, preliminary drainage and water quality facilities, alternatives analysis and ultimately a design schematic based on the technically preferred alternative. This first phase will be accomplished without right -of -entry (ROE) onto the Clarence Sauls tract(s). Phase II will be remaining engineering and tasks required to develop a set of bidding documents through completion of construction and opening the roadway to traffic. It is the Engineer's intent to accelerate the surveying, geotechnical, environmental and right -of -way document efforts immediately after attaining ROE for Mr. Clarence Sauls tract(s). Creek Bend Attachment B doc Page 1 of 19 1/22/2003 8:21 AM The Engineer will utilize the Institute of Transportation Engineers (ITE) "Guidelines for Urban Major Street Design".to facilitate development of roadway geometry and appurtenances. The City's drainage and utility standard drawings and specifications will be utilized. If a special provision or special specification must be developed under this contract, it shall be in the City's format, and, to the extent possible, incorporate references to the City's approved test procedures. Texas Department of Transportation (TxDOT) specifications and standard drawings shall be used for all remaining design and construction related items. The Engineer shall provide the following engineering services required_ for the design and construction of the above referenced project: PHASE I FC11O ROUTE AND DESIGN STUDIES 1. Identify Project Issues. a. Review previously developed issues. (1) Identify significant issues. (2) Prepare issues memorandum. (3) Develop Initial Project Data. b. Collect and review available data. (1) Survey and provide horizontal and vertical control using the establish City NAD 83 HARN (English) datum within approved ROE areas only. (2) Obtain planimetric and topographic data within approved ROE areas only. (3) Conduct initial field reconnaissance within approved ROE areas only. (4) Obtain existing ROW easement and ownership data of affected property owners. Obtain utility locations and information. (5) 2. Perform preliminary studies. a. Perform hydraulic and hydrologic studies: (1) Obtain existing Corps of Engineers floodplain study for Brushy Creek crossing to be used as a baseline model. (2) Analyze and modify existing hydraulic model of Brushy Creek to reflect the preliminary Brushy Creek Crossing structure. Prepare both offsite and preliminary onsite drainage area maps for project limits. (3) (4) Prepare conceptual storm sewer and water quality facility layouts. (5) Develop WPAP. b. Perform structural studies: Creek Bend Attachment B.doc Page 2 of 19 1/22/2003 8:21 AM (1) Study Two (2) bridge vs. excavation/retaining wall altematives. (2) Study Three (3) alternative structural types associated with the aesthetic altematives. 3. Identify and evaluate feasible alternatives. a. Develop constraints map. b. Identify design Two (2) altematives using results of hydraulic, hydrologic and structural studies. c. Develop alternative designs using City of Round Rock digital orthophotography and GEOPAK: (1) Establish design criteria. (2) Develop typical sections. (3) Establish preliminary horizontal alignments. (4) Establish preliminary vertical alignments. (5) Prepare preliminary earthwork design. (6) Establish preliminary ROW requirements. (7) Develop altematives for Hairy Man Road and access drive/cul -de -sac facility. (8) Prepare preliminary cost estimate for each alternative. 4. Aesthetic Alternatives. a. Site Analysis - The Engineer will perform a site analysis of the project limits that shall be the basis for preparation of aesthetic alternatives. The Engineer will document findings from the analysis for review with the City of Round Rock and incorporation in the final report: The Engineer will conduct the site visit to confirm existing conditions and to prepare for the initial presentation to the City. (1) Visual Inventory - The Engineer will conduct a photographic inventory of conditions within the project limits. (2) Inventory Local Character - The Engineer will compile selected images representing regional motifs and materials, which potentially influence the aesthetic alternatives. b. Review Schematic Plans - The Engineer will review the proposed schematic plans and profiles with the City of Round Rock to identify prototypical project conditions to be addressed in the aesthetic alternatives. c. Prepare Analysis Documents - The Engineer will prepare summary plans documenting relevant project analysis issues for the Design Theme Identification. d. Presentation of Findings - The Engineer will present the conclusions and recommendations reached in the Analysis for Aesthetic Treatment of structures with a meeting with the City of Round Rock. e. Design Principals - The Engineer will identify basic design issues applicable to the implementation of the aesthetic concepts. Creek Bend Attachment B doe Page 3 of 19 122/1003 821 AM f. Design Themes - The Engineer will prepare Three (3) conceptual design themes that will address each of the following components: (1) Abutments. (2) Bents. (3) Bridge Beams (Short and Long Span). (4) Barriers (Bridge and Roadway). (5) Traffic Rails. (6) Slope Pavements. (7) Color Scheme. (8) Miscellaneous (e.g. lighting, logos, trails, etc.). Cost Comparison - The Engineer will prepare a rough order of magnitude cost estimate based on proposed aesthetic conditions for consideration with the final aesthetic alternatives schemes. (1) Enhanced Costs - The Engineer will identify estimated incremental cost differential for proposed design themes. h. Presentations - The Engineer will present the three design themes (including 3 elevation views, 1 plan view and 1 perspective view) at a preliminary stage of development at a meeting with the City of Round Rock. This presentation will consist of character sketches at interim stages of development. The final design themes will be presented to the City of Round Rock in one meeting in plans, sections and/or elevations with support images and will include preliminary cost information. i. Prepare an Aesthetic Theme Report for the documenting the various stages of development and final approved theme. j. Develop Aesthetic Theme Standards to be used for the construction bidding plans. 5. Prepare design schematic. a. Define existing ROW and other property lines required to accurately establish roadway alignments. b. Prepare design schematic of Preferred Alternative utilizing City aerial flight data and GEOPAK Due to anticipated delays for ROE access to the Clarence Sauls tract(s) tract(s), the design schematic will be developed without the corroboration of a comprehensive project site evaluation, environmental investigation or tree survey. Based on the best information available prior to access to the Saul'(s) tract, the design schematic will include the following: (1) Typical sections. (2) Horizontal and Vertical alignments. (3) Bridge structure configuration and layout. (4) Earthwork design (develop design cross sections to identify required ROW, bridge and retaining wall Limits). g. Creek Bend Attachment B.doc Page 4 of 19 1/22/2003 8.21 AM (5) Determine preliminary slope/utility or drainage easement ROW requirements. (6) Display ROW ownership information. (7) Display identified utility locations. (8) Hydraulic analysis of the Brushy Creek Crossing on the 100 year Brushy Creek floodplain. Develop preliminary plan/profile sheets while addressing pedestrian needs including hike and bike trails, sidewalks and wheelchair ramps (to be used for coordination with utility companies and other parties requiring preliminary horizontal and vertical information). (10) Develop conceptual storm sewer and water quality facility(s) layouts. c. Prepare an Engineering Summary Report for the Technically Preferred Alternative including the following items: (1) Project description and history. (2) Alternative studies evaluation/selection. (9) (3) (4) (5) Creek Bend Attachment B.doc Construction project limits. Conceptual Sequence of Construction and Traffic Control Plan. Preliminary Construction and ROW cost estimates. FC12O ENVIRONMENTAL STUDIES 1. Ecological Investigations - Literature Review and Field Effort. This phase will involve a review of existing literature and a site visit to the project area where access has been secured to determine the baseline level of ecological resources. The literature review will include an evaluation of files at the Texas Parks and Wildlife Department (TPWD) Biological and Conservation Data System (TXBCD), county List of species protected by the U.S. Fish and Wildlife Service (FWS) that may potentially occur within the project vicinity, Soil Survey of Williamson County, and distribution maps of endemic caverinole fauna (Veni and Associates, Inc.). PBS&J ecologists will conduct a field investigation within approved ROE areas in order to determine the current baseline conditions. PBS&J assumes that the centerline or project limits will be identified on the ground prior to initiation of any field effort. During the field effort, PBS &J will evaluate an area 250 feet perpendicular from the centerline of the proposed project. This field investigation will determine the current vegetative community, verify the soils present on site, identify any lands that are jurisdictional under Section 404 of the Clean Water Act and the presence of any suitable habitat for federally protected species. A PBS&J geologist will also walk the approved ROE areas, using FWS protocol to identify any surface indications ofkarst features that may contain habitat for federally protected species. PBS&J will not hand excavate or Page 5 of 19 1/22/2003 8:21 AM officially recorded archaeological and historical sites listed with the Texas Historical Commission and Texas Archaeological Research Lab, including listed National Register and State Archaeological Landmark sites. (2) historical background information assembled from published and on -line information sources, as well as local historical societies and museums. (3) historical map and aerial photo coverage prior to ca. 1955. (4) deed, tax, and census research to identify historic period property improvements and land use patterns. d. The Technical Memo will also provide assessments and recommendations regarding regulatory permitting and compliance requirements for the project, including the need for permitted field investigations to be performed during Phase 2 of the project. The 2. Cultural Resources Investigations a. The Engineer will provide qualified staff and facilities to perform cultural resource studies for this project in two -phase approach with all field investigations delayed until permissible access is granted for the entire project area. b. Phase 1 studies will include historical and archival records review to develop a . baseline level of knowledge regarding known and possible cultural resources within the project vicinity. This preliminary level of cultural resource information will be reported in the form of a Technical Memo. c. Data to be gathered and reported will include: otherwise attempt to obtain body passage into any documented karst features within the project area. We understand that access to the Sauls tract(s) will not be secured during Phase I of the project. Therefore, we propose to conduct the field effort described above on portions of the project area outside of the Sauls tract. Since access to the Sauls tract(s) will not be secured in the initial phase, PBS &J proposes to perform a preliminary review of this property by conducting an aerial assessment via helicopter. This will enable PBS&J to assess the vegetative community on the Sauls tract and determine if habitat is suitable for utilization by federally protected bird species. The results of the literature search of the entire project area, the helicopter assessment and the results of the field effort on the non -Sauls portion of the project area, will be presented in a preliminary technical memorandum and will be completed within approximately 6 weeks of receiving the notice to proceed. This preliminary memorandum will include a discussion of possible permitting options, if applicable. This preliminary memorandum will also include a description and figure(s) illustrating the limits of any lands that are jurisdictional under Section 404 of the Clean Water Act, any karst features and any habitat that is suitable for utilization by federally protected species. This information will be based on the research methods described above. Included along with this preliminary memorandum will be representative color photographs of the project area and photographs of any specific features that PBS&J feels are appropriate. (1) Creek Bend Attachment B doe Page 6 of 19 1/222003 8:21 AM Technical Memo may serve to facilitate regulatory agency coordination and public involvement for this project, but is not intended to satisfy formal federal and state regulatory compliance requirements. Mapping of cultural resource site location data gathered during Phase 1 will be prepared to assist the project engineering and design team, but such information is restricted from public access and distribution. FC13O RIGHT - OF - WAY (ROW) 1. Coordination Meetings and general project coordination. This task will remain in affect until the submission of the Phase 1 survey deliverables. 2. Deed, Plat, Utility and Right -of -Way Research will provide for record information, needed. Includes, but not limited to, adjoining properties deeds, recorded plats, right -of- way documents, evidence of new surveys, municipal and cooperating area utility provider plans. This does not include title abstracting for fee ownership or legal opinions of record documents including easements. 3. Boundary and Platted Right -of -Way Surveys sufficient to provide proposed roadway alignments. This provides for the boundary surveys of existing parcels, lots, plats and existing right -of -ways in order to create schematic alignments of the proposed roadway except for Clarence Sauls tract(s) due to a lack of ROE. FC15O FIELD SURVEYING 1. Coordination with Roadway Designer, project manager and surveyor provides for, but is not limited to, data exchange, meetings and general project coordination. This task will remain in affect until the delivery of the phase 1 mapping. 2. Obtain Right -of Entry (ROE) to effected property owners for surveying. Coordination with the City in detem3ining what properties will be contacted, to what extent, and when. PBS&J will obtain approval prior to delivering written request for right -of -entry. This includes certified mailings to property owners as needed to accomplish the task set forth. PBS&J will notify the City of any property owners not cooperative with the right -of- entry for possible legal remedy. 3. Horizontal and vertical control by conventional and global positioning methods. Datum may be specified by the client, or engineer based on the City of Round Rock control network, or as state plane coordinates, vertical as needed. 4. Topographic and planimetric mapping of existing roadways on each end of the proposed alignment within approved ROE areas only. This includes mapping of existing curbs, pavements, visible and exposed utilities, structures, drainage facilities and other improvements that may affect design criteria DELIVERABLES 30% Submittal. 1. Environmental constraints map. Creek Bend Attachment B.doc Page 7 of 19 122/2003 8 21 AM 2. Rendered illustrations of environmental technical memorandums, engineering summary reports and proposed design themes. 3. Aesthetic Theme Standards to be used in construction plan set. 4. Design schematic (showing utilities identified to date). 5. Preliminary plan/profile sheets of all proposed roadways. 6. Preliminary bridge and retaining wall layouts. 7. Preliminary drainage and water quality layouts. 8. Preliminary hydraulic report and model of Brushy Creek to reflect the preliminary Brushy Creek Crossing structure. 9. The Engineer will present the conclusions and recommendations reached in the Aesthetic Analysis of structures at a meeting with the City of Round Rock. 10. Preliminary construction and ROW cost estimate(s). Creek Bend Attachment B.doc Page 8 of 19 1/22/2003 8:21 AM PHASE II FC12O ENVIRONMENTAL STUDIES 1. Ecological Permitting — This phase will involve coordination with the project engineer to discuss permitting options relative to ecological constraints, and development and submittal of a Nationwide Permit 14 pre - construction notification to the U.S. Army Corps of Engineers, if applicable. Coordination efforts with the U.S. Army Corps of Engineers and U.S. Fish and Wildlife Service will be required. This scope includes costs for limited informal coordination efforts with these agencies, limited correspondence, and two meetings. Because of the lack of access to the Sauls tract, information obtained from the literature review, habitat-mapping, and helicopter survey should be submitted to U.S. Fish and Wildlife for comment on potential impacts to threatened and endangered species. If protected species are potentially present and require formal Section 7 consultation between federal agencies and/or Section 10(a) permitting, PBS&J would prepare a scope and cost estimate to be provided under separate cover. This scope does not include costs for preparation of an Individual Permit, compensatory mitigation plan, or endangered species formal consultations or permitting with U.S. Fish and Wildlife Service. If these services are required, a scope and cost estimate will be provided under separate cover. 2. Cultural Resources Investigations - Phase II services will include development of a research strategy and permit application as needed to acquire a Texas Antiquities Code permit for required archaeological and historical investigations. Development and approval of a TAC permit will require consultation with the Texas Historical Commission staff and local historical agents. Depending on the type and extent of federal jurisdiction over this project, probably limited to the flood plain associated with Brushy Creek, consultation with the U.S. Army Corps of Engineers' cultural resource staff may also require additional regulatory compliance efforts in accordance with Section 106 of the National Historic Preservation Act. The results of the field investigations and the agency coordination may identify cultural resource sites and conditions that will warrant further investigation and/or efforts to redesign the project. If additional investigations are necessary, these services can be provided under supplemental scope of services authorized by the Client. FC130 RIGHT- WAY -ROW (ROW) 1. Coordination Meetings and general project coordination. This task will remain in affect until the submission of all Phase 2 survey deliverables. 2. Additional Deed, Utility and Right -of -Way Research will provide for additional information needed on properties previously not allowing right -of -entry. This does not include title abstracting for fee ownership or legal opinions of record documents including easements. 3. Boundary and Platted Right -of -Way Surveys sufficient to provide proposed roadway alignments. This provides for the boundary surveys of existing parcels, lots, plats and existing right -of -ways needed on properties previously not allowing right -of -entry. Creek Bend Attachment B.doc Page 9 of 19 12212003 8:21 AM 4. Provide right -of -way documents for parcel acquisition, not to exceed four (4), along the desired route. These surveys will be produced based on a Category 2 Route Survey, Condition 111, Suburban, as defined by the Manual of Practice, 1999 Revised Ninth Edition for Land Surveying in the State of Texas, except as may differ within the specifications contained herein, or by the client. This proposal does not provide for whole tract purchases, or the resolution of any property line or comer disputes, if in fact any exist. Any boundary line agreements or resolutions beyond record deed lines may be identified and exhibits supplied to the client, or their agent, as additional work orders, if needed. Metes and bounds legal descriptions and plats will be produced on each parcel as needed and delivered on 8.5'x14" legal bond as Exhibit A, containing the description and accompanying sketch, or map, as a two part document. These will be based on the most current ownership information collected from the Williamson County appraisal district files. Any land swaps, quitclaims, or subdivisions causing additional parcels or additional deeds will be considered additional services. 5. Slope Easement Descriptions and Exhibit Maps will be prepared for not more than four (4) slope easements, and one (1) drainage easement for water quality facilities, if needed along the final route. These will be delivered on 8.5 "x14" legal bond as Exhibit A, containing the description and accompanying sketch, or map, as a two part document. This does not include any staking or monumentation of the easements. If slope easements become fee taking right -of -way parcels, then monumentation and other considerations would be required as additional services. FC15O FIELD SURVEYING 1. Coordination with Roadway Designer, project manager and surveyor provides for, but is not limited to, data exchange, meetings and general project coordination. This task will remain in affect until the delivery of the Phase 2 mapping. 2. Horizontal and vertical control by conventional and global positioning methods needed on properties previously not allowing right -of -entry. 3. Topographic and planimetric mapping of the proposed corridor of properties previously not allowing right -of -entry, verifying existing available elevation data supplied by the client. This will include mapping of existing curbs, pavements, visible and exposed utilities, structures, drainage facilities and other improvements that may affect design criteria. 4. Tree Surveys of the 250 -foot wide corridor within Brushy creek 100 -yr floodplain will consist of mapping and tagging 12 inch and larger hardwoods. 5. Borehole location surveys will be provided along the corridor at 20 locations. 6. Centerline and ROW staking will be done on one hundred foot stations along the condor for environmental and geotechnical investigation purposes. 7. PC/PT control and monumentation on ROW allows for the monumentation and control staking for points of curvatures and points of tangency along both proposed right -way and proposed centerline. These will be staked with brass caps 'A inch iron rods. Creek Bend Attachment B.doc Page 10 of 19 1/222003 821 AM 8. ROW /Easement/Boundary/Intersection staking and monumentation allows for the monumentation of the proposed right -of -way at the intersection of parcel property lines at right -of -ways. These will be staked with brass caps %2 inch iron rods. 9. Brushy Creek cross - sections will be provided along Brushy Creek at the proposed bridge area. This will include three upstream sections, and three downstream sections from the proposed crossing. Each section will be at significant length (approximately 700 feet in length) as to model channel for FC16O ROADWAY DESIGN CONTROLS 1. Refine the horizontal and vertical alignment of roadways based upon the approved schematic. 2. Provide design cross - sections. 3. Compute earthwork quantities. 4. Prepare typical sections. 5. Complete plan/profile sheets while addressing pedestrian needs including hike and bike trails, sidewalks and wheelchair ramps. 6. Develop intersection, driveway and cul -de -sac (permanent road closure) details for both Creek Bend and Hairy Man Road. 7. Miscellaneous roadway details. FC161 DRAINAGE 1. Prepare drainage area maps showing existing conditions and proposed improvements. 2. Prepare hydraulic computations for, bridges, channels, storm sewer and inlets. 3. Prepare hydraulic data sheets. 4. Analyze and modify existing hydraulic model of Brushy Creek to reflect the proposed Brushy Creek Crossing structure. 5. Determine limits of required drainage facilities outfall structures and water quality facilities. 6. Develop plan sheets for both new storm sewer and existing storm sewer systems. 7. Prepare Storm Water Prevention Plans (SW3P) plans. 8. Water Quality. a. Prepare and process Water Pollution Abatement Plan (WPAP) through acceptance by TCEQ. b. Prepare water quality facility design if required. 9. Perform Level 1 scour analysis for proposed Brushy Creek Bridge structure. Creek Bend Attachment B.doc Page 11 of 19 1222003 8 AM 10. Summary of quantities for drainage items. 11. Prepare SW3P quantities and summaries. FC162 SIGNING, MARKINGS AND SIGNALIZATION 1. Prepare signing and pavement markings layout. 2. Prepare summary of small signs. 3. Prepare summary of pavement markings. FC163 MISCELLANEOUS (ROADWAY) 1. Prepare retaining wall layouts and details. 2. Prepare Traffic Control Plan (TCP). a. A detailed TCP shall be developed for adjacent roadways under traffic utilizing the MUTCD and the current TxDOT Barricade and Construction Standards. Each phase will identify the existing and proposed traffic control devices that will be used to handle traffic during each sequence of construction, including regulatory signs, warning signs, construction warning signs, detour signs, construction pavement markings, channelizing devices, portable changeable message signs, flashing arrow boards, barricades, barriers, etc. b. Prepare a narrative of the construction sequencing, including acceptable construction work hours and construction material(s) haul routes. c. Prepare roadway detour details as required. d. Develop TCP quantities and summaries. 3. Prepare illumination plan layouts for roadway, intersections, and bridge structure. 4. Prepare special utility details (water or sanitary sewer as required). 5. Prepare landscape development miscellaneous details as required. 6. Prepare estimate, specifications and general notes. 7. Prepare special specifications as required for non - standard items if required. 8. Geoteclmical design. Creek Bend Attachment B doc Page 12 of 19 1/222003 8.21 AM a. Establish test hole locations. b. Tie test hole locations to project survey datum. c. Drill test holes. d. Perform Pavement design. e. Evaluate, interpret and determine geological features. f. Prepare Geotechnical report. 9. Prepare construction cost estimate. 10. Develop construction time estimate. FC17O BRIDGE DESIGN 1. Develop Bridge Layouts for Brushy Creek Bridge and Hairy Man Road Access Bridge. a. Bridge Layouts (PLAN). (1) Horizontal curve information or bearing of centerline. (2) Including horizontal, vertical, and template information of all roadways or railroads crossed. (3) Bearing of centerline or reference line. (4) Skew angle(s). (5) Slope for header banks and approach fills. (6) Control stations at beginning and ending of bridge (with deck elevation), intersections, etc. (7) Bridge roadway width and curbs, face of rail, shoulders, or sidewalks. (8) Bridge end treatments (cement stabilized backfill details, etc.) (9) Limits and type of riprap. (10) Proposed features under structure. (11) Location of profile grade line. (12) North arrow. (13) Typical bridge roadway section including preliminary proposed beam types and spacing. (14) Cross slope and superelevation data. (15) Minimum horizontal clearances will be calculated and indicated (dimensioned) to controlling features, when applicable. Creek Bend Attachment B.doc Page 13 of 19 1/22/2003 8.21 AM (16) Location of soil core holes (station and offset), shown on layout. (17) Bent stations and bearings. (1 8) Retaining wall locations. (19) Traffic flow directional arrows. (20) Railing types shown (use single slope railing unless otherwise directed). (21) Joint types and seal size, if used. (22) Beam line numbers consistent with span details. (23) Critical horizontal clearances (location of railroad tracks, nearby structures and utilities). (24) Bearings of utilities. (25) Overhead sign bridge locations, if applicable. 2. Bridge Layouts (ELEVATION) (1) Type of foundation. (2) Finished grade elevations at beginning and end of bridge. (3) Overall length of structure. (4) Length, type of spans and units. (5) Type of railing. (6) Minimum calculated vertical clearance(s). (7) Existing and proposed ground lines clearly marked. (8) Grid elevations and stations. (9) Bent numbers encircled. (10) Stationing of bridge compatible with grid stations. (11) Standard title. (12) Profile grade data. (13) Type of riprap. (14) Soil Core Hole information with penetrometer test data shall be shown on the bridge layout at correct station, elevation and scale. (15) Dowel locations at all bents. (16) Column "H" heights. (17) Number, size and length of foundations. (18) Overhead sign bridge locations. 3. Additional layout requirements for the Brushy Creek Bridge. Design and 100 -year peak discharges and velocities. Creek Bend Attachment B doc Page 14 of 19 1222003 821 AM 4. Bridge Estimate, Quantities, and Specifications. 5. Foundation Studies (cost estimate included with Function Code 110). The minimum number of soil core holes shall be obtained in accordance with Section 1 -30 1 of the TxDot Bridges and Structures Foundation Exploration and Design Manual. Soil core holes shall be obtained at approximately 200 foot intervals along bridge alignments. 6. Bridge Total Quantities and Cost Estimates. 7. Bridge Special Provisions and Specifications. 8. Develop Bridge Aesthetics Details (coordination with and approved by City). 9. Bridge Design. a. Bridge design will be in accordance with the latest edition of the American Association of State Highway and Transportation Officials Standard Sprecifications for Highway Bridges (AASHTO). b. The engineer shall prepare a bridge layout of each bridge structure for City of Round Rock review and approval. The bridge layout shall be in conformance with the TxDOT Bridges and Structures, Operation and Planning Manual and the Bridges and Structures, Detailing Manual. Soil core hole data is not required for submission of the preliminary bridge layout. No bridge design work is to be performed until the City has given the Engineer written approval of the preliminary bridge layout. c. Several months may be required, after the preliminary bridge layout is submitted, to obtain approval and/or permits from the following: (1) TNRCC. (2) U.S. Amiy Corps of Engineers. (3) Texas Parks and Wildlife. FC 351 CONSTRUCTION BID SERVICES 1. Prepare construction bid documents. 2. Conduct pre -bid meeting. 3. Conduct construction bid opening. 4. Summarize bid tabs. 5. Post - construction bid award tasks. 6. Conduct pre - construction meeting. FC 352 CONSTRUCTION INSPECTION SERVICES Creek Bend Attachment B.doc Page 15 or 19 122/2003 8:21 AM 1. Verify receipt of the Contractor's schedule of operations. 2. During Construction. a. Manage Contractor Payments - Receive invoices from the Contractor, review, verify quantities of work performed & materials used, approve /reject, or prepare a statement of total value of the work done less 10% retained, and Less all- previous payments, and submit to the City for payment. b. Inspect Construction Work. . (1) Meet with the Contractor to establish an understanding of the critical stages of the work. (2) Verify line, grade, and dimensions of roadways and structures with survey instruments, as deemed necessary by the Construction Inspector. (3) Advise the Contractor and request corrective action be taken, if an inspection reveals that work has not been properly performed. (4) Evaluate and document the Contractor's operations and production with respect to quality and progress. (5) Verify and perform spot checks on quantities being identified, measured, recorded and verified by comparisons against plan, contract quantities and plan dimensions. (6) Maintain "redline" drawings to document the changes made to the constructed project. The central full size copy marked "Redlines" will be located at a location to be determined after award of contract. The City will furnish two copies of contract documents, plans, project construction manual, special provisions, and special specifications to the Construction Inspector. (7) Check materials delivered to the project to determine if they have been tested in accordance with the "Quality Assurance Program ". (8) Receive, review, verify, and log all "project test" results from the Contractor. (9) Accept all materials and workmanship. (10) Validate QC test results by verification testsfrom independent samples. (11) Record, and maintain on the project, results of testing in accordance with the City's requirements. (12) Report to the City on the contractors' compliance with the identification of test results with the test number, date of testing, at the station and elevation of the test on the appropriate plan sheet. (13) When test requirements are not met order the performance of independent material testing in accordance with the "Quality Assurance Program ". (14) Receive and transmit, to the City, of the Contractors "trench safety plan" prepared and sealed by a registered professional engineer. (15) Prepare all change order documents, negotiate the price of new work with the contractor, evaluate costs, and submit recommendation to the City. Creek Bend Attachment B doc Page 16 of 19 12212003 8:21 AM (16) Provide digital and video photo logging of project activities. (17) Review and report to the City on the contractors' compliance with Environmental Protection Agency (EPA) National Pollution Prevention Discharge Elimination System (NPDES) General Permit Requirements. (18) Prepare EPA Notice of Intent (NOI) for signature by the City and the Contractor & transmit to the City. (19) Provide inspection of Barricade, sign and traffic handling on a daily basis. (20) Receive from the Contractor, and verify compliance with specifications, Manufacturer Certificates of Compliance of each and every specified material or manufactured equipment item. (21) Review the ACP mix for compliance with the project specifications. (22) Manage "Request for Information" (RFI) notices for the construction work. c. Maintain a daily Project Diary which will include: (1) Date. (2) Weather conditions. (3) Contract time charged and reasons for days credited. - (4) Work in progress, including temporary erosion control. (5) Location of work. (6) Contractor and subcontractor's work force. (7) Arrival and departure of equipment (8) Quantity of equipment and its usage at the project site (9) Important instructions to the contractor (10) Names of official visitors and a summary of any discussions with visitors (11) Unusual construction or work conditions (12) Decision making discussions with the contractor (13) Disagreements with the contractor (14) Detailed information that may have a connection with a probable dispute or claim against the City (15) Project completion and final inspection d. Perform erosion control inspections and maintain Storm Water Pollution Prevention Plan documents in accordance with current NPDES regulations 3. Final Acceptance. a. Verify transmittal, by the Contractor to the City, of an affidavit stating that all bills related to any work, labor, equipment or supplies have been paid and that there are no outstanding claims or bills remaining Creek Bend Attachment B.doc Page 17 of 19 1/222003 8 21 AM b. Review and verify final statement prepared by the Contractor, or prepare a final statement of the value of all the work performed showing the balance due under the terms of the contract, and submit to the City for verification and approval c. Review and verify submission, to the City, of the "As- Built" drawings dated and signed by the Contractor and his project superintendent prior to final acceptance d. Verify acquisition of the maintenance bond, for the two -year period from the date of final acceptance e. Issue a Certificate of Completion f. Notify the City for Final Inspection g. DELIVERABLES Prepare EPA Notice of Termination and transmit to the City for submission to the EPA through the City 60% Submittal 1. 11 "x17" plan sets to include all required plan sheets 2. 90% construction cost estimate 3. A list of Special Provisions and General Notes 4. Special specifications as needed 95% Submittal 1. 11 "x17' plan sets to include all revised plan sheets and corresponding redlines 2. 95% construction cost estimate 3. A list of Special Provisions and General Notes 4. Special specifications as needed 100% Submittal 1. Obtain required environmental clearance letters and permits 2. One final signed and sealed set of 22'X34" full -scale Mylar drawings, two 22 "X34" copies of signed and sealed Mylar, and twenty -five 11 "X17" paper copies of the final Plans, Specification and Estimates (PS &E). Bid Packages and Proposals will be complete and suitable for bidding and award of a construction contract. 3. One (1) electronic file of drawings, cross sections and supporting data 4. 100% cost estimate 5. Twenty -five (25) sets of 11 "X17" final design cross sections (paper copies) with earthwork quantities Creek Bend Attachment B.doc Page 18 of 19 12212003 821 AM REFERENCES 1. Standard Specifications for Construction of Highways, Streets, and Bridges - TxDOT. 2. Special Provisions and Special Specifications - TxDOT. 3. PS &E Preparation Manual - TxDOT. 4. Division of Bridges and Structures Operation and Planning Manual - TxDOT. 5. Division of Bridges and Structures Hydraulic Manual - TxDOT. 6. Division of Bridges and Structures Design Examples - TxDOT. 7. Division of Bridges and Structures Bridge Design Guide - TxDOT. 8. Division of Bridges and Structures Detail Manual - TxDOT. 9. Division of Bridges and Structures Foundation Exploration and Design Manual TxDOT. 10. Standard Specifications for Highway Bridges - AASHTO. 11. Division of Highway Design Operations and Procedures Manual - TxDOT. 12. Division of Highway Design Operations and Procedures Manual Part IIB - Environmental and Public Involvement Procedures during Project - Specific Planning and Development - TxDOT. 13. A Policy on Geometric Design of Highways and Streets ( "The Green Book ") AASHTO. 14. Highway Capacity Manual Special Report 209 - Texas Research Board (TRB). 15. Technical Advisory T6640.8A - FHWA. 16. Noise Guidelines - TxDOT. 17. Air Quality Guidelines - TxDOT. 18. Flexible Pavement Design Manual - TxDOT. 19. Guide for the Design of Pavement Structures, 1996 - AASHTO. 20. Texas Manual on Uniform Traffic Control Devices - TxDOT. 21. Standard Highway Sign Designs for Texas - TxDOT. 22. Standard Specifications for Structural Supports fo'r Highway Signs, Luminaries and Traffic Signals - AASHTO. 23. Utility Accommodation Policy - TxDOT. 24. Utility Manual - TxDOT. 25. Division of Right of Way, ROW Manual - Book I - TxDOT. 26. Division of Right of Way, ROW Manual - Book 1.1 - TxDOT. 27. Code of Federal Regulations, Title 23 - "Highway" - Federal Register. 28. Administrative Order No. 5 -89 - Signing, Sealing and Dating of Engineering Documents - TxDOT. 29. Administrative Circular No. 26 -91 - Minimum Signing, Sealing and Dating Procedures for Department Engineering Documents - TxDOT. 30. Administrative Circular No. 25 -84 - Soils Information for High Mast Lighting, Overhead Sign Bridges, and Retaining Walls - TxDOT. 31. Administrative Circular No. 33 -87 - Preliminary Retaining Wall Layouts to be submitted to Division of Bridges and Structures - TxDOT. 32. Administrative Circular No. 25 -92 - Division of Bridges and Structures to be responsible for all geotechnical engineering support for foundations, retaining walls, and embankment stability and settlement - TxDOT. 33. Institute of Transportation Engineers (ITE) "Guidelines for Urban Major Street Design - A Recommended Practice ". Creek Bend Attachment B.doc Page 19 of 19 1/222003 8:21 AM EXHIBIT Design Wed. Creek Bend Extemhn c ..1,.• rsms>o 00 I.,.. xom 1.0 n IM am 1.00 0 x 00 1.. 00 4 i i W I I I I I1RAAARxxRRR:::SRSRR ttomwu..ewy.auaw w 1F Ceq.,i. —' v .am,. _ _ _ - — --- - fats .e..1.e..,..,..F.....,af...M. lu'..�lemu 0lo ....e.>ol....sm.IF...vm [...an. 1.704 u.. AO. 1 J 1.1.7o. Upmv I.wwmw te.,m..x u An. Em...,e.x >:...: ' - 0000 . ,00 00 00 0000. I - E.kpt.l.ewb.w, _ _ _- - - E 00 00:: _ :: . 0000. . - ' - . f , nNa...u.fx....H..++ - - RIgM.J M 6 f....1, rpi.,.,.a.....mnbeatm ._ _ __ .....1 s..yrm e - xox - _ __ P.M ....1 txea E C,s.u,w..m Pik if...0MM 0000. -0000. , El • 1 - ' : 00 00: E •." I - .... - - ...::... . • • rcm tat G.wq. rim IAA ae.n. ewm..l a. ... i....encw - cm a umue..,...s..or tN Bndge 0..p. - 1MM..W - • • ♦.1 *tt F1'12T.rl'air . • ilo.700.4 E - - :7 1..a10e...u. a..esauue.x W/•■1 A..... s.....e ■v ft.eu.m.,m.. 0 efe rmmaa.,e.x •••• ,.00,00, Classification Principal Project Manager Sr TransIShuct Engineer Sr Engineer Design Engineer EIT Sr Scientist/Sr EnvPlnr ScientistlEnv Plnr RPLS GPS Tech 3 Man Crew CADD Designer Clerical Architect Sr Ins • ector Project Total Fee Total Lebo PBSBJ Expenses - Phase 1 PBS&J Expenses - Phase 2 PBS &J Total Fee SUBCONSULTANTS HVJ Associates, Inc, (Geotech) EXHIBIT D PBS &J Classification Summary Creek Bend Extension Work Authorization No. 1 54,715.00 55,085.00 5969,875.00 580, 00 51,050,120.00 PBSBJ Hourly Rates include a 161.63% Audited Overhead Rate and a 12% Profit Margin far a Total Multiplier of 2.9302 Creek Bend Exhibit D7,mm Page 1 of 1 . PBS &J Total Fee (excluding Survey, Geotech, Architect and Inspection) Phase 1 Phase 2 5813,835 9103,810.00 5510,225.00 1272003 PHASE] PHASE2 TOTAL Hours Hourly Rate Labor Cost Hours Hourly Rate Labor Cost l Hours Hourly Rate Labor Cost�� 12 5150 00 • 51,800 72 5150 00 510,800 84 5150 00 512,800 44 5150.00 58,800 192 5150.00 928,800 238 9150.00 535,400 170 5140.00 523,800 577 9140.00 580,780 747 5140.00 5104,580 82 5130.00 58,080 528 9130 00 566,840 590 5130.00 576,700 32 595.00 53,040 713 585.00 987,735 745 585.00 570,775 184 580.00 513,120 770 580.00 561,800 934 580.00 574,720 129 5100.00 512,900 223 5100.00 522,300 352 5100.00 535,200 185 570.00 • 511,550 294 570.00 920,580 459 570.00 532,130 100 595.00 59,500 155 595.00 514,725 255 985.00 524,225 32 575.00 52,400 24 575.00 51,600 56 575.00 54,200 78 5125.00 58,750 ' 228 S125.00 528,250 304 5125.00 538,000. 240 985.00 520,400 1,830 585.00 5138,550 1,870 585.00 5158,950 38 960.00 52,340 174 580.00 510,440 213 56000 512,780' 370 590.00 533,300 0 590.00 50 370 590.00 933,300 0 57500 50 3,520 57500 5284,000 3,520 575.00 9284,000 1,825 5156,780 9,028 9808,200 10,651 5964,960 Classification Principal Project Manager Sr TransIShuct Engineer Sr Engineer Design Engineer EIT Sr Scientist/Sr EnvPlnr ScientistlEnv Plnr RPLS GPS Tech 3 Man Crew CADD Designer Clerical Architect Sr Ins • ector Project Total Fee Total Lebo PBSBJ Expenses - Phase 1 PBS&J Expenses - Phase 2 PBS &J Total Fee SUBCONSULTANTS HVJ Associates, Inc, (Geotech) EXHIBIT D PBS &J Classification Summary Creek Bend Extension Work Authorization No. 1 54,715.00 55,085.00 5969,875.00 580, 00 51,050,120.00 PBSBJ Hourly Rates include a 161.63% Audited Overhead Rate and a 12% Profit Margin far a Total Multiplier of 2.9302 Creek Bend Exhibit D7,mm Page 1 of 1 . PBS &J Total Fee (excluding Survey, Geotech, Architect and Inspection) Phase 1 Phase 2 5813,835 9103,810.00 5510,225.00 1272003 PHASEI PHASE 2 TOTAL Hours Labor Cost Hours Labor Cost Hours Labor Cost 950 $93,580 0 $0 950 $93,580 318 $27,970 449 $37,000 767 $64,970 133 $13,220 202 $18,930 335 $32,150 236 $21,990 382 541,140 618 $63,130 0 $0 1,002 $98,115 1,002 $98,115 0 $0 784 $72,420 784 $72,420 0 $0 134 511,520 134 $11,520 0 $0 795 $79,375 795 $79,375 0 $0 1,830 5185,700 1,830 $185,700 0 $0 3,840 $264,000 3,840 5264,000 1,637 $156,760 9,418 $808,200 11,055 $964,960 Creek Bend Exhibit D7.mm Function Code 110 120 130 150 160 161 162 163 170 352 Project Total Fee Total Labo PBS &J Expenses - Phase 1 PBS &J Expenses - Phase 2 PBS &J Total Fee _ SUBCONSULTANTS I-IVJ Associates, Inc. (Geotech)(Phase 2) $80,445.00 Estimated Construction Cost 55,000,000 Fee % of Construction Cost 21.0% EXHIBIT D PBS &J Function Code Summary Creek Bend Extension Work Authorization No. 1 $4,715.00 $5,065.00 $969,675.00 $1,050,120.00 Page 1 of 1 1/27/1003 G.P.S RTK System Day 3 $400.00 $1,200.00 Overnight express deliveries Each 5 $15.00 $75.00 Hot shot deliveries (2 hour service) Each 20 $17.50 $350.00 Mileage Mile 2,500 $0.36 $900.00 Plans reproduction (Environmental, 30 %, 60 %, 100 %) paper Each 3,000 $0.06 $180.00 Plans reproduction (Final) 22 "x34" Mylar Each 0 $1.00 $0.00 • Bidding Documents Reproduction (25 Sets) Each 0 $0.11 $0.00 Helicopter rental (Environmental Investiagation) Hour 2 $715.00 $1,430.00 Mechanical Excavator rental (Environmental Investiagation) Day 0 $750.00 $0.00 Environmental Field Supplies Each 1 $580.00 $580.00 Artifact Curation Fees (3 /8 of File Box for artifiacts and records located at TARL) Each 0 $500.00 $0.00 Total $4 715 Creek Bend Exhibit D7.mm EXHIBIT D PBS &J Expenses - Phase 1 Creek Bend Extension Work Authorization No.1 Page 1 of 1 Unit Quantity Unit Price Total 1/27/2003 Direct cost G.P.S RTK System Day 0 $400.00 $0.00 Overnight express deliveries Each 5 $15.00 $75.00 Hot shot deliveries (2 hour service) Each 20 $17.50 $350.00 Mileage Mile 3,500 $0.36 $1,260.00 Plans reproduction (Environmental, 30 %, 60 %, 100 %) paper Each 12,000 $0.06 $720.00 Plans reproduction (Final) 225(34" Mylar Each 200 $1.00 $200.00 Bidding Documents Reproduction (25 Sets) Each 11,000 $0.11 $1,210.00 Helicopter rental (Environmental lnvestiagation) Hour 0 $715.00 $0.00 Mechanical Excavator rental (Environmental Investiagation) Day 1 $750.00 $750.00 Environmental Field Supplies Each 0 $580.00 $0.00 Artifact Curation Fees (3/8 of File Box for artifiacts and records located at TARL) Each 1 $500.00 $500.00 Total $5 065 Creek Bend Exhibit D7.mm EXHIBIT D PBS &J Expenses - Phase 2 Creek Bend Extension Work Authorization No.1 Page 1 of 1 Quantity Unit Price Total 1 /27/2 0 03 laboratory Testing Engineering Personnel Field Coordination Project Engineer,P.E. Fugro South, Inc Proposed Creek Bend Extension January 14, 2003 TABLE I- COST BREAKDOWN FOR GEOTECBNICAL INVESTIGATION Item Description Ouant Unit Unit Price Amount Field Investigation Mobilization, All-Terrain Vehicle Mounted Rig 1 Q 5420000 per site 51,200.00 All- Terrain Vehicle 0 week @ 58,750.00 per week 50.00 Field Technician - Utility Clearance & Field Coordination 80 hr (a} 555.00 perhr 54,40000 Field Technician- Logging 300 hr@ 545.00 perhr 513,500.00 Backfill Material - Bentonite Chips 890 ft Q 57.00 per foot 56,230 00 Tex -132 -E, Texas Cone Penetration Test 126 Q 52000 each 52,52000 Dozer/Water Truck Rental 2 weeks Q 51,500.00 per week 53,00000 Pavement Core - Asphalt 0 Q 27500 per core 50.00 Core Boxes 60 Standby Tune ® 175.00 pr hr 5660.00 Per Diem 0 Q 5175.00 per hr 5000 30 @ 5250.00 per day 57.50000 Subtotal 539,010.00 890 ft Q 512.00 per foot 510680.00 Subtotal 510,680.00 16 hrQ 5105.00 perhr 51,680.00 Laboratory Test Assignments & Results Review Project Engineer, P.E. 2 hr() 510500 perhr 521000 Engineer Associate 12 hrQ 57500 perhr 5900.00 Boring Log Preparation Project Engineer,P.E. 4 hrQ 5105.00 perhr 5420.00 Engineer Associate 22 hr@ 575.00 perhr 51,65000 Draft Person 40 hrQ 555.00 perhr 5220000 Pavement Design Senior Pavement Pngmeer, P.E. 12 hrQ 5115.00 perhr 51,380.00 Project Engineer,P.E 40 hrQ 5105.00 perhr $4,200.00 Engineer Associate 56 hr@ 075.00 perhr $4,200.00 Bridge Design Project Engineer,P.E. 12 hr® 5105.00 perhr 51,260.00 Engineer Associate 40 hrQ 575.00 per br 53,000 00 Draft Person 8 l6Q 55500 per hr 544000 Report Preparation & Project Management Principal 1 hrQ 5125.00 perhr 5125.00 Project Manager,P.E 40 hrQ 510500 perhr 54,200.00 Project Engineer,P.E 16 hr@ 5105.00 perhr 21,680.00 Engineer Associate 24 hrQ 575.00 perbr 51,800.00 Draft Person 10 hrQ 555.00 per hr 555000 Word Processor 8 hrQ 545.00 perhr 536000 Report Reproduction 550000 Subtotal 530,755.00 Total 580,445.00 CEC Fee Calculator Project: Example 01 from booklet C= 045 Sum of fee factors CCI - 3484.85 ENR construction cost index CCltsyr = 3484 85 Dallas, Texas - March 1993 P = 5.200 Construction cost in millions of dollars A= 1 Cost index factor =CCI /CC[iyyr F= 14.76 =(12x(1 +C))1(P /A) Engineering fee as a percent of construction cost Fee = 5767,520 _ ' • Technical Factors • - Factor Values _ _ Value I. Level of information required on plans/drawings -0 20 to 0 10 0 2 Project requirements a, scope of services - b rehab vs gross roots project c. interface with other contracts/consultants d. numerous disciplines required e. alteration/modification of existing facility f. complexity of project -0.2010033 0 3. Existing data, a g. a. preliminary engineering report b. as-constructed drawings /specifications -0.35 t° 0.20 0 Owner`. Controlled Factors . Factor Values _ . • Value 1. Risk / liability (base standard of risk limit to fee) -0.10 to0.10 -0.05 2. Time required for owner review /approvals (2 weeks standard) 0.0 to 0.20 0 3 Number of submittals/owner reviews Add 0.05 for each submittal in addition to preliminary and final 0.1 4. Schedule for completing work - fast-track vs. reasonable schedule 0.0 to020 0.1 5. Payment schedule - 30 days after receipt of Invoice 0.01 for each late 30 -day period 0.01 6. Owner requested subconsultants 0.05 to 0.15 of the value of the subcontract 0 7 Owner partrcipahan in project/partnering 0.0 to 0.20 0.05 8. Construction inspection limiting participation of engineer 0.05 to 0,20 0 " External Factors Factor Values Value 1. Coordination with other entities 00 to 0.12 0.12 2. Environmental regulations 0 0 to 0.12 0.12 3. ' Nat -m -my- back - yard " /citizen's Involvement 0 0 to 0.20 0 4. Governmental constraints 0.0 to 0.20 0 Oak &ada.bibitn6m= EXHIBIT D CEC Fee Check Creek Bend Extension Work Authorization No.1 16]/200] 02/05/2003 10:36 FAX. 5122185563 y 02 - 05 - 2002 1U:OSam From - PBSIJ LEGAL MIAMI 01 I<:anP8 riupr •••• -" CERTIFICATE OF LIABILITY INSURANCE 'R.ODUCE1. ET ALS. CoT.»ts+i<DR'raa ALTER., ET 1D5 5979 NW 151 Srreei -14 'Miami lakes, FL INSURED Schuh & Jernigan, Inc. I oyds of London A - XV Post, Buckley, A d/b /a PBS&T e hc Companies fused above with respect w the 2001 NW 107th Ave. A Insured business above is insured by P THIS n IS ard cp p ilon5 CER�Y TIfi�A K descr for the types of insurance and in accordance with the provisions of she e hereinafter bills standard 011lciea used by the companies, and further hereinafter described, pxteptions to the policies are noted below. ' — �. ICY EFF'L• C'[IV•E IEXITF A.110N CO TYR>y Olt 1NSL *RANI .a NUMBER DATE DATE tilt A. GENERAL LIABILITY A rromoau_s GL247843206 9/30/02 - 03 CERTLFICATE I10T.0 Ct City M Guy of RoandRod: :11 E. Main Street lteund Reek Tots 18664 It of Incur CORE /spoor mover BIIA247843223 09/30/02 - 03 CORR PUBLIC WORKS - r SHEETS 1021316.09 -09/30/02e-03 ESX a LIABILITY IABILITY B Woficetts•COMPENSA 5IC247843266 09/30/02 -03 AND MW:WEBS' Lk 1LrrY 305-511 -2730 COMPANIES AFFORDING COVERAGE A Continental Casualty Co. A XV S Notional Union Fire Ins - /4.1C A+i- 84 American Cas Co of Beading PA PA AXV EXHIBIT "A" LIMITS 0ENEFw AGGREGATE $ ,00,OO L PRODUCTS - COMA /OP AO G. S 2,000,000 110SONALd: ADV. fN1URY 5 1,000,000 EACHOCCUFRENCE s 1,000,000 F1tsE DAI (Anv= Vie) s 1,000, MED. EXPENSE (Any one person) 3 ZS ,000 COMBINED SINGLESUIT S 1,000,0 BODILY INJURY(Fcrpcn'n) 5 8DD1LY INJURY (P et,ecidm0 1 PROPERTY DAMAGE EACH OCCURRENCE AGGREGATE ij002 T -270 P.002 /002 p -e64 Data: 1 -17 -2003 x10,000,000 x10,000,0 STATUTORY LIMITS x . EACH ACCIDENT s 1,000,000 DISEASE -POCKY LIMIT S 1.000,000 DI SeASE. EACHEMPLOYEE S 1,000 11,000,000 Liab. ea:claim /aggregat= 11/11/1961 Retro Date PROFESSIONALL ProfesSioual/ PollunitatiLiab Claims '/dada port DESCIUPTION OF OP61sAT10NE /LOCATION3iveInCLPSISPE " rTesdDecE nova Ref- Ceeek Bend Fast etts3.on - See Attachment except 'Workers' Cot+ ea =odor and Employes' Liability, , . nd CW' of o toctal 1 ROck bill y Sh od as any n T l e Io ove described with respect to all =c below. P aad 'Peofesatoaal Liahiliq�. Sifaul�t�n no tee ta cc�Ca1�lalde policies oc11ed or chzngcd before the expiration dole therca4 the isswnS company .411 tgail shirr" C30)4 ay; SIONA . OF AITTOfi1 Ty Name: V Meade Collinsworth Tide: A Representative Revised 10!1002 REPRESENTAT1vE ROUND ROCK, TEXAS PURPOSE. PASSION. PROSPERITY. March 3, 2003 Dear Mr. Jackson: Mayor Si cerely, Nye Maxwell Mayor Pro-tem Tom Nielson Christine R. Martinez City Secretary Council Members Man McGraw Carrie Pitt Scot Knight Enclosure Isabel Callahan Gary Coe City Manager Jim Nuse City Attorney Stephan L. Sheets Mr. Keith Jackson Vice President PBS&J 206 Wild Basin Road, Suite 300 Austin, TX 78746 The Round Rock City Council approved Resolution No. R- 03- 02 -13- 13D3 at their regularly scheduled meeting on February 13, 2003. This resolution approves an agreement for Phase I engineering services for the design and construction of the extension of Creek Bend Road from Creek Bend Circle to Wyoming Springs Drive. Enclosed is a copy of the Resolution and original agreement for your files. If you have any questions, please do not hesitate to contact Tom Word at 218 -5562. CITY OF ROUND ROCK Administrative Dept , zzi East Main Street • Round Rock, Texas 78664 Phone. 512 218.5400 • Fax 912 218 7097 • www.ci round -rock tx us r An employee -owned company Document No. 000140 PBS &J Job No. 449011 BRA/LCRA ALLIANCE BRUSHY CREEK REGIONAL WASTEWATER SYSTEM ENGINEERING REPORT Prepared for: Lower Colorado River Authority P.O. Box 220 Austin, Texas 78767 ' C�� O ° F T�q ° E da °° ° ° }\f ° ° °s *pl3 *° t o KAREN ALISON FRIESE IP §5% 66959 Prepared by: 9�O�� PBS&J ��� °\ti Lower Colorado River Authority (� • � October 2000 206 Wild Basin Road, Suite 300 • Austin, Texas 78746 • Telephone. 512.327.6840 • Fax: 512.327.2453 • www pbsj.com Year population 1997 71782 2000 78297.4 2005 89156.4 2010 100640 2015 112540 2020 124440 2025 136340 2030 148240 2035 160140 2040 172040 2045 183940 2050 195840 250000 Z 200000 0 P 150000 a 100000 0 a 50000 0 CITY OF ROUND ROCK POPULATION 1997 2000 2005 2010 2015 2020 2025 2030 2035 2040 2045 2050 131 6 - 16�°v) q1 gv"))0,9 FLOWS CORR Loadings Influent Effluent MGD Lbs/dy MIL Mg/L 2 Hr Peak (System ICORR CBOD ITSS [FOG INH3 CBOD ITSS1FOG INH3 CBOD ITSS IFOG INH3 DATE DAY 8/1/2001 Wed 8/2/2001 Thu 8/3/2001 Fri 8/4/2001 Sat 8/5/2001 Sun 8/6/2001 Mon 8/7/2001 Tue 8/8/2001 Wed 8/9/2001 Thu 8/10/2001 Fri 8/11/2001 Sat 8/12/2001 Sun 8/13/2001 Mon 8/14/2001 Tue 8/15/2001 Wed 8/16/2001 Thu 8/17/2001 Fri 8/18/2001 Sat 8/19/2001 Sun 8/20/2001 Mon 8/21/2001 Tue 8/22/2001 Wed 8/23/2001 Thu 8/24/2001 Fri 8/25/2001 Sat 8/26/2001 Sun 8/27/2001 Mon 8/28/2001 Tue 8/29/2001 Wed 8/30/2001 Thu 613112001 Fri 9/1/2001 Sat 9/2/2001 Sun 9/3/2001 Mon 10.3440 10.2840 13.1520 12.2180 11.9760 10.8360 13.2840 10.7280 10.4880 10.2720 11.4720 12.3240 11.5200 11.6880 11.6760 12.2160 11.0880 12.3360 12.0240 12.0000 12.0000 10.0000 11.0000 10.8480 12.3000 31.8000 32.3400 21.0000 21.4800 31.7520 31.0000 23.0000 23.4960 23.4980 9.1037 8.9938 8.7581 9.1400 8.6561 9.0035 9.0537 9.1274 9.2396 9.3100 8.9507 9.3116 9.3484 9.0211 8.8193 9.1120 8.4563 9.2440 9.3994 8.6178 8.9114 8.2132 8.9131 8.7397 8.6763 10.0110 20.3540 17.4570 17.0750 21.1240 23.1160 19.5610 18.8900 17.3381 8.1205 8.0456 8.2875 7.7722 8.0505 8.2322 8.4287 8.3347 8.5851 8.0781 8.4079 8.4823 8.0967 7.8635 8.3859 7.5892 8.5076 8.4926 7.5112 8.1425 7.3582 7.9792 8.0882 7.7128 9.1190 19.5529 18.3290 16.2259 20.3148 22.1277 18.6359 17.8951 18.4878 12719 15145 10810 13930 16215 15475 12920 13096 16654 17395 17888 14538 14802 14854 14149 15248 16738 17077 8056 11055 8344 12684 18085 16570 19074 29858 15648 13925 19382 14210 14175 13961 21974 5689 16909 6497 14909 17994 17439 16590 15988 15752 16169 16408 15527 26741 13641 15666 12912 16603 14732 3508 4346 2699 9050 16459 19297 21903 142416 56925 25170 22703 41338 30152 32762 34377 1693 1765 1597 1653 1719 1977 1575 1793 1912 1900 1732 1927 1560 1548 1986 1544 1795 1636 1604 3272 1677 1491 1710 1686 1698 1742 2577 1430 1543 1898 1155 1246 1393 1279 188 84 25.0 2.2 1.9 0.15 226 252 ' 26.3 1.5 1.5 0.14 156 94 23.1 2.0 2.6 0.08 215 230 25.5 2.1 2.0 0.62 242 268 25.6 1.8 1.4 0.17 225 254 28.8 1.2 1.3 0.38 184 236 22.4 1.3 1.2 0.09 188 230 25.8 1.6 1.4 0.18 233 220 26.7 1.5 0.9 0.29 258 240 28.2 2.4 2.9 1.43 255 234 24.7 2.5 1.9 0.07 206 220 27.3 2.0 2.5 0.42 219 396 23.1 1.1 1.2 0.22 227 208 23.6 1.3 2.3 0.64 202 224 28.4 1.5 1.2 0.28 241 204 24.4 1.5 0.5 0.22 236 234 25.3 1.1 1.3 0.28 241 208 23.1 1.0 1.7 0.08 129 56 25.6 1.3 1.4 0.10 183 64 48.18 24.7 1.2 0.8 2.5 0.43 136 44 24.3 2.1 3.0 0.12 191 136 25.7 1.4 0.4 0.16 268 244 25.0 1.7 1.4 0.35 258 300 26.4 2.0 2.4 0.61 251 288 22.9 1.5 3.2 0.76 183 873 15.8 1.2 1.6 0.06 115 418 10.5 1.3 1.9 0.11 103 186 11.4 1.2 3.8 0.07 114 134 11.2 2.6 3.9 0.33 77 224 6.3 3.0 5.4 0.64 91 194 8.0 1.1 2.5 0.15 95 222 9.4 1.3 2.8 0.12 180 250 9.3 3.0 11.2 1.05 9/4/2001 Tue 20.9400 17.5780 16.4201 13297 15885 1479 97 116 10.8 1.3 3.9 0.27 9/5/2001 Wed 15.2400 11.7978 10.9244 17028 19882 1430 187 218 15.7 1.5 1.0 0.38 9/6/2001 Thu 14.3760 11.3860 10.4504 14729 14817 1473 169 170 16.9 1.8 1.8 0.28 9/7/2001 Fri 13.8480 10.6240 9.7757 14357 13371 1508 176 164 18.5 1.3 0.9 0.38 9/8/2001 Sat 13.8720 10.5470 9.8181 11300 10481 1531 138 128 18.7 1.0 1.5 0.11 9/9/2001 Sun 13.7760 10.5710 9.7033 14817 13110 1667 183 162 20.6 1.2 2.7 0.64 9/10/2001 Mon 12.9120 9.9750 8.9256 14151 15037 1667 190 202 22.4 1.2 1.6 0.29 9/11/2001 Tue 12.4560 9.4870 8.6781 12087 14909 1484 167 206 20.5 4.1 2.1 0.23 9/12/2001 Wed 12.7560 9.1870 8.3678 13120 15214 1535 188 218 22.0 1.2 2.7 0.25 9/13/2001 Thu 13.0000 9.4966 8.6844 13544 16948 2014 187 234 27.8 2.1 3.4 0.28 9/14/2001 Fri 12.3360 9.3064 8.5311 14244 15511 1736 200 218 24.4 2.8 2.5 0.30 9/15/2001 Sat 12.9960 9.3430 8.5894 17959 17622 1662 251 246 23.2 1.2 1.0 0.14 9/16/2001 Sun 12.7440 9.5143 8.7084 16341 18593 1634 225 256 22.5 1.9 1.2 0.13 9/17/2001 Mon 11.8200 8.9839 8.0002 11950 12010 1568 179 180 23.5 1.4 1.1 0.28 9/18/2001 Tue 12.9720 9.2268 8.3863 13800 14828 1525 197 212 21.8 1.5 2.6 0.19 9/19/2001 Wed 12.6000 9.5916 8.7629 16012 23533 1696 219 322 23.2 1.1 0.6 0.22 9/20/2001 Thu 12.7920 9.2063 8.1379 12936 12624 1554 191 186 22.9 1.7 0.6 0.32 9/21/2001 Fri 11.0280 9.3019 8.6953 15318 15084 1849 211 208 25.5 1.2 0.5 0.28 9/22/2001 Sat 13.1520 9.8089 8.9668 17058 17350 1698 228 232 22.7 1.7 2.0 0.37 9/23/2001 Sun 14.0000 9.9080 9.0351 18846 18989 2057 250 252 27.3 2.0 2.6 0.11 9/24/2001 Mon 13.0000 9.1530 8.2073 16079 13690 1643 235 200 24.0 2.2 1.2 0.43 9/25/2001 Tue 11.0000 8.5790 7.7781 15348 17128 2043 237 264 31.5 1.5 0.9 0.16 9/26/2001 Wed 13.0000 8.9450 8.0669 13348 16147 1743 198 240 25.9 1.2 0.9 0.08 9/27/2001 Thu 13.0000 9.1692 8.3573 16442 16728 1687 236 240 24.2 1.7 1.1 0.44 9/28/2001 Fri 11.2680 8.9194 8.1109 14537 14205 1644 215 210 24.3 1.4 0.8 0.71 9/29/2001 Sat 13.3080 8.7600 8.0160 15697 16446 1685 235 246 25.2 1.5 1.5 0.24 9/30/2001 Sun 14.0400 9.1730 8.0686 13492 13997 2920 201 208 43.4 1.3 0.4 0.08 10/1/2001 Mon 13.3440 8.7389 7.9037 15556 15820 1859 238 240 28.2 1.2 2.8 0.35 10/2/2001 Tue 12.4080 8.9138 8.0422 15500 14488 1871 231 216 27.9 1.3 1.2 0.64 10/3/2001 Wed 12.8880 8.5930 7.7605 10718 6472 1942 166 100 30.0 1.4 1.5 0.08 10/4/2001 Thu 12.8160 9.1298 8.2383 14648 14841 1409 213 216 20.5 1.5 1.7 0.28 10/5/2001 Fri 11.0000 8.4400 7.7227 11130 13397 1888 173 208 29.0 2.4 1.5 0.31 10/6/2001 Sat 13.0000 8.5198 7.6952 10025 7830 1861 156 122 29.0 1.8 1.4 0.69 10/7/2001 Sun 12.4800 8.9953 8.1123 20913 16373 2497 309 242 36.9 2.7 2.5 0.68 10/8/2001 Mon 13.4400 8.7660 7.8101 11907 14200 1876 183 218 28.8 1.3 2.0 0.20 10/9/2001 Tue 12.9360 8.3380 7.5015 14596 15390 1777 233 246 28.4 2.6 2.8 0.61 10/10/2001 Wed 13.0800 8.5229 7.6164 12819 12704 1874 202 200 29.5 1.1 1.1 0.28 10/11/2001 Thu 23.6040 10.2972 9,2665 17574 16693 10/12/2001 Fri 13.8120 12.5603 11.7217 10939 25222 10/13/2001 Sat 15.7440 11.0571 10.0251 16931 13378 10/14/2001 Sun 15.7440 10.9750 10.1137 9211 7085 10/15/2001 Mon 13.5960 9.9864 8.8978 10960 13357 10/16/2001 Tue 13.4520 9.6390 8.7641 13120 14911 10/17/2001 Wed 12.8160 9.4180 8.5753 14196 16308 10/18/2001 Thu 12.3480 9.2633 8.5456 13641 13114 10/19/2001 Fn 12.8000 9.7638 8.9276 16313 16380 10/20/2001 Sat 14.0000 9.2210 8.2685 11661 8413 10/21/2001 Sun 13.4888 9.3850 8.5080 13524 9650 10/22/2001 Mon 13.0560 9.2050 8.2369 11424 7419 10/23/2001 Tue 12.0960 9.1684 8.3081 10948 8453 10/24/2001 Wed 11.4600 10.0804 9.2210 14750 14612 10/25/2001 Thu 11.8920 9.2508 7.9018 12416 10149 10/26/2001 Fri 13.4980 8.9461 7.9458 14301 15242 10/27/2001 Sat 11.5320 8.9490 7.8486 13628 11259 10/28/2001 Sun 13.0000 9.6700 8.6240 13651 13234 10/29/2001 Mon 12.0000 9.5479 9.0570 15326 14352 10/30/2001 Tue 12.0000 9.1631 8.6426 16458 19029 10/31/2001 Wed 12.3840 9.2227 8.3739 17061 18063 11/1/2001 Thu 11.0000 9.5248 8.6765 15334 15630 11/2/2001 Fri 10.6560 10.3309 9.5484 14485 14812 11/3/2001 Sat 9.8490 8.1520 7.5103 14388 13905 11/4/2001 Sun 13.0080 10.0428 8.9075 18505 15898 11/5/2001 Mon 11.5080 8.8819 7.8892 12218 8554 11/6/2001 Tue 10.9920 9.5642 8.6776 10581 5211 11/7/2001 Wed 11.0000 9.2516 8.3844 17370 13566 11/8/2001 Thu 13.0800 9.2356 8.4339 11479 6049 11/9/2001 Fn 10.7040 7.9292 7.0226 8194 2108 11/10/2001 Sat 12.0000 8.4720 7.7093 14018 11187 11/11/2001 Sun 12.6720 9.0090 8.2463 18148 14718 11/12/2001 Mon 11.0400 8.7818 7.6726 16151 19197 11/13/2001 Tue 10.4640 8.9775 8.0892 17035 17810 11/14/2001 Wed 10.7040 8.5745 7.8043 15738 16272 11/15/2001 Thu 29.4960 17.6668 18.8042 30468 18219 11/16/2001 Fri 18.0120 13.2440 12.0260 14683 27883 2002 227 216 25.9 1.2 1.6 1750 112 258 17.9 2.1 2.0 1689 203 160 20.2 3.0 1.5 1451 109 84 17.2 1.6 1.9 1484 148 180 20.0 1.3 1.8 1974 180 204 27.0 1.2 1.4 1731 199 228 24.2 1.3 1.7 1525 191 184 21.4 2.0 2.6 1660 219 220 22.3 2.0 2.9 1607 169 122 23.3 1.0 1.0 1809 191 136 25.5 1.2 0.7 1800 166 108 26.2 1.6 2.2 1649 158 122 23.8 1.8 1.7 3199 192 190 41.6 1.1 1.2 1867 188 154 25.3 3.7 0.6 1789 216 230 27.0 2.0 1.1 1722 208 172 26.3 1.1 1.2 1798 190 184 25.0 1.4 2.7 2017 203 190 26.7 3.0 0.9 1694 228 264 23.5 1.3 2.1 1774 244 230 25.4 1.6 1.0 2033 212 216 28.1 1.6 1.5 2206 182 186 27.7 1.7 2.3 1560 230 222 24.9 1.2 1.9 1731 249 214 23.3 2.6 3.6 1592 186 130 24.2 1.3 0.7 1715 146 72 23.7 1.2 1.3 1664 248 194 23.8 1.3 1.7 1878 163 86 26.7 1.9 0.9 1657 140 36 28.3 1.5 1.5 2012 218 174 31.3 1.6 1.1 1857 235 214 27.0 1.2 1.2 1747 252 300 27.3 1.0 4.0 1850 253 264 28.9 1.5 1.3 2076 242 250 31.9 3.1 1.4 4919 217 130 35.1 1.7 1.3 1675 146 278 16.7 1.4 1.3 0.67 0.47 0.11 0.16 0.37 0.16 0.10 0.41 0.35 0.46 0.38 0.41 0.14 0.03 0.42 0.72 0.30 0.37 0.31 0.26 0.74 0.39 0.16 0.10 2.32 0.40 0.33 0.27 0.25 0.41 0.53 0.79 0.49 0.28 0.23 0.28 0.31 11/17/2001 Sat 16.8960 12.0390 11.1327 14113 7613 1226 152 82 13.2 3.6 9.6 1.29 11/18/2001 Sun 16.0000 11.8450 10.9283 11748 14218 1595 129 156 17.5 1.2 1.5 0.33 11/19/2001 Mon 14.0000 10.5990 9.5727 11073 11177 1501 139 140 18.8 1.3 1.3 1.55 11/20/2001 Tue 13.8960 9.9920 9.0126 12365 10373 1466 165 138 19.5 1.4 0.3 0.07 11/21/2001 Wed 12.0000 9.8300 8.9870 15635 15890 1626 209 212 21.7 1.7 1.4 0.25 11/22/2001 Thu 17.0000 9.4640 8.7376 15070 9036 1749 207 124 24.0 1.9 2.1 0.20 11/23/2001 Fri 15.0000 8.9410 7.9237 13574 2379 1593 205 36 24.1 2.6 1.5 0.28 11/24/2001 Sat 19.0000 8.9000 7.9855 21478 15984 1578 323 240 23.7 1.6 1.8 0.35 11/25/2001 Sun 14.0000 9.8270 8.9919 18786 22198 1845 251 296 24.6 1.3 1.0 0.06 11/26/2001 Mon 11.0000 9.6966 8.6194 16548 12796 1682 230 178 23.4 1.3 0.4 0.19 11/27/2001 Tue 14.0000 9.7983 8.9629 11235 5083 3846 1734 150 68 51.45 23.2 1.8 1.1 2.5 0.80 11/28/2001 Wed 14.0000 10.4264 9.5793 16921 19493 2085 212 244 26.1 1.6 2.1 0.12 11/29/2001 Thu 13.0000 10.3010 9.5088 13117 3965 2054 165 50 25.9 2.3 0.8 0.31 11/30/2001 Fri 11.7960 9.4580 8.5866 10749 2435 1726 150 34 24.1 2.1 2.1 0.79 12/1/2001 Sat 14.4120 10.0081 9.0896 13842 12708 1505 183 168 19.9 2.8 5.1 0.48 12/2/2001 Sun 14.8200 11.3190 10.4517 16876 16213 1735 194 186 19.9 2.8 7.0 0.49 12/3/2001 Mon 14.3040 10.5761 9.5857 12935 16788 1559 162 210 19.5 1.3 1.8 0.17 12/4/2001 Tue 12.0000 10.1695 9.2386 14208 14485 1472 184 188 19.1 1.3 1.0 1.38 12/5/2001 Wed 14.0000 10.0990 9.2489 11910 15119 1651 154 196 21.4 1.1 1.0 0.06 12/6/2001 Thu 12.0960 9.8780 8.9881 14331 14061 1862 192 188 24,9 2.0 1.5 0.18 12/7/2001 Fri 12.9480 10.6180 9.8014 14150 4251 2158 173 52 26.4 2.1 2.6 0.34 12/8/2001 Sat 16.6200 12.2980 11.3492 16138 19498 2149 171 206 22.7 2.1 2.7 0.22 12/9/2001 Sun 16.1040 12.0540 11.1033 18437 15372 2074 199 166 22.4 2.2 3.3 0.08 12/10/2001 Mon 13.8600 11.0200 10.1198 11352 13166 1831 135 156 21.7 1.3 1.5 0.61 12/11/2001 Tue 14.0000 11.4290 10.4355 13081 24717 1984 150 284 22.8 1.4 0.5 0.21 12/12/2001 Wed 15.0000 11.1425 10.1690 15842 14418 1204 187 170 14.2 1.2 2.2 0.20 12/13/2001 Thu 14.0000 11.1612 10.2137 12701 14311 2700 149 168 31.7 1.4 1.3 0.16 12/14/2001 Fri 14.0000 10.7890 9.9981 11457 13842 2085 137 166 25.0 1.5 1.1 0.49 12/15/2001 Sat 29.0000 16.9390 16.1527 16193 25057 3179 120 186 23.6 1.4 1.9 0.07 12/16/2001 Sun 21.3480 14.7112 13.5281 10921 10831 1591 97 98 14.1 2.6 4.1 0.41 12/17/2001 Mon 15.9360 12.5320 11.4421 14409 14314 2309 151 150 24.2 1.8 4.8 0.16 12/18/2001 Tue 13.4640 11.5190 10.6328 10907 11528 1676 123 130 18.9 1.3 2.0 0.23 12/19/2001 Wed 13.5480 10.8990 9.9589 11462 13621 1578 138 164 19.0 1.2 0.8 0.15 12/20/2001 Thu 13.0080 10.5940 9.4040 13255 13333 2055 169 170 26.2 1.7 1.7 0.51 12/21/2001 Fri 13.0000 10.2120 9.3651 14528 23431 1554 186 300 19.9 1.6 1.6 0.82 12/22/2001 Sat 15.0000 10.0030 9.3511 12634 17937 1482 162 230 19.0 1.1 1.0 0.25 12/23/2001 Sun 14.0000 9.7110 8.6567 26352 34655 1227 365 480 17.0 1.3 1.7 0.78 12/24/2001 Mon 15.0000 9.6200 8.7390 12172 31777 1603 167 436 22.0 2.8 2.0 0.39 12/25/2001 Tue 11.3400 8.8630 8.0338 18091 25193 2144 270 376 32.0 1.8 1.2 0.68 12/26/2001 Wed 12.8920 9.5020 8.4399 24495 35617 1900 348 506 27.0 1.6 1.4 0.35 12/27/2001 Thu 12.0000 9.6736 8.8513 22220 27461 3464 2141 301 372 46.93 29.0 1.4 3.0 2.5 0.38 12/28/2001 Fri 12.9600 9.3440 8.4227 23251 24867 1545 331 354 22.0 1.6 2.8 0.18 12/29/2001 Sat 14.0880 9.1850 8.3460 26033 38840 1671 374 558 24.0 1.3 4.7 0.23 12/30/2001 Sun 14.0000 9.4289 8.4880 23856 39642 1770 337 560 25.0 2.2 3.6 1.40 12/31/2001 Mon 13.0000 9.4439 8,5421 8834 5272 3491 124 74 49.0 1.4 3.3 0.87 1/1/2002 Tue ` 13.0000 9.3801 8.5580 12134 7994 1713 170 112 24.0 2.0 2.8 0.57 1/2/2002 Wed 14.0000 9.7082 8.5354 25840 44989 1993 363 632 28.0 5.8 3.4 0.51 1/3/2002 Thu 13.0200 9.1730 8.1255 14773 13980 2236 218 206 33.0 2.5 4.8 1.52 1/4/2002 Fri 11.3160 8.7252 7.7807 16807 19857 2466 259 306 38.0 2.6 4.1 1.22 1/5/2002 Sat 14.1120 9.3290 8.2986 17510 18687 1938 253 270 28.0 1.8 2.3 0.21 1/6/2002 Sun 14.0000 9.9830 8.8512 28346 29380 1624 384 398 22.0 1.3 2.5 0.11 1/7/2002 Mon 13.5840 9.4540 8.4468 22472 48748 1620 319 692 23.0 2.6 1.7 0.09 1/8/2002 Tue 12.2552 9.0210 7.9750 19621 38976 1929 295 586 29.0 1.3 2.0 0.40 1/9/2002 Wed 10.8600 8.4820 8.6261 22590 69352 1655 314 964 23.0 1.7 1.0 0.29 1/10/2002 Thu 9.8880 9.3330 8.3763 22355 25149 3283 320 360 47.0 1.5 1.9 0.41 1/11/2002 Fri 9.8760 8.2060 7.2521 19717 21653 2238 326 358 37.0 1.8 2.3 0.51 1/12/2002 Sat 11.4240 9.1025 8.1337 24014 40972 1153 354 804 17.0 1.1 2.3 0.15 1/13/2002 Sun 9.9840 9.8030 9.0276 26427 45927 1054 351 610 14.0 2.8 7.3 0.01 1/14/2002 Mon 9.4080 8.7550 7.6529 18063 31657 894 283 496 14.0 1.2 1.9 0.08 1/15/2002 Tue 9.5640 8.5489 7.6104 19232 44049 1206 303 694 19.0 5.3 2.3 0.21 1/16/2002 Wed 9.5880 9.5772 8.6812 23205 27657 1716 321 382 23.7 2.2 0.6 0.29 1/17/2002 Thu 13.6800 10.0026 9.0288 22078 30421 2455 293 404 32.6 1.3 6.0 0.34 1/18/2002 Fri 10.2120 8.6350 7.8106 15582 10032 1830 239 154 28.1 1.3 0.4 0.00 1/19/2002 Sat 14.9640 9.1581 8.2161 24394 32342 1514 358 472 22.1 1.2 1.1 0.03 1/20/2002 Sun 12.9840 9.2820 8.2844 23491 45877 1845 340 884 26.7 1.1 1.4 0.04 1/21/2002 Mon 13.2840 9.7301 8.6553 17462 40857 2440 242 566 33.8 1.5 2.4 0.09 1/22/2002 Tue 12.2760 8.9520 8.0035 21100 42052 1529 316 630 22.9 2.5 2.4 0.22 1/23/2002 Wed 11.6350 8.9971 8.1032 19740 42305 1940 292 626 28.7 1.1 0.6 0.11 1/24/2002 Thu 12.8040 8.8100 7.8033 18313 22387 1926 281 344 29.6 2.1 2.2 0.38 1/25/2002 Fri 11.1840 8.4260 7.5647 23785 28769 1987 377 456 31.5 1.7 1.7 0.38 1/26/2002 Sat 14.0040 9.0870 8.1630 23984 50243 1770 352 738 26.0 1.2 1.0 0.22 1/27/2002 Sun 13.9680 10.0170 9.1246 26711 56770 2108 351 746 27.7 1.1 0.5 0.03 1/28/2002 Mon 13.0000 9.0032 7.8075 17125 54045 1120 283 830 17.2 1.4 3.6 0.14 1/29/2002 Tue 13.0000 9.0843 8.1215 20816 51613 1876 309 762 27.7 2.1 3.4 0.09 1/30/2002 Wed 10.9560 8.5122 7.6471 19471 9694 1824 305 152 28.6 2.1 2.0 0.17 1/31/2002 Thu 10.7520 8.7680 7.9188 23240 6076 1961 352 92 29.7 2.9 2.9 0.03 2/1/2002 Fri 10.5600 8.2650 7.2788 20215 6192 2368 333 102 39.0 3.1 2.6 0.23 2/2/2002 Sat 13.5720 9.0420 8.0627 23266 12238 1883 346 182 28.0 4.1 2.2 0.10 2/3/2002 Sun 13.9920 9.6720 8.7088 25712 80040 1816 354 1102 25.0 3.8 7.4 0.00 2/4/2002 Mon 11.2320 8.5720 7.4502 15782 56294 1429 254 906 23.0 1.4 2.6 0.00 2/5/2002 Tue 12.6480 9.7300 8.8986 23229 68277 2672 313 920 36.0 1.4 1.6 0.36 2/6/2002 Wed 12.1680 9.5350 8.5826 21903 64922 1575 308 907 22.0 1.2 1.8 0.08 2/7/2002 Thu 12.4200 9.4750 8.6960 23788 48301 1886 328 666 26.0 1.5 4.5 0.08 2/8/2002 Fri 11.4960 8.8170 7.8889 21646 36976 1908 329 562 29.0 2.0 2.4 0.05 2/9/2002 Sat 14.5560 9.6500 8.7693 25305 62604 2048 346 856 28.0 1.2 1.4 0.09 2/10/2002 Sun 13.7880 9.9430 8.8709 26264 42466 2072 355 574 28.0 1.3 1.4 0.07 2/11/2002 Mon 11.5080 9.4160 8.5480 21245 65088 2353 298 913 33.0 5.4 5.8 1.21 2/12/2002 Tue 11.7120 9.0396 8.0703 17028 73364 1683 253 1090 25.0 1.4 6.0 0.25 2/13/2002 Wed 11.2680 9.4844 8.5672 19363 65020 1643 271 910 23.0 1.8 3.5 0.41 2/14/2002 Thu 11.0760 8.7870 7.8810 60075 62704 1709 914 954 26.0 4.6 7.1 0.32 2/15/2002 Fri 11.2440 8.9030 8.1133 26998 40193 2571 399 594 38.0 2.8 5.7 0.18 2/16/2002 Sat 13.7520 9.3860 8.4200 25280 38833 2668 360 553 38.0 1.2 2.1 0.06 2/17/2002 Sun 13.4280 9.9190 8.9759 26051 96793 1946 348 1293 26.0 1.2 0.9 0.35 2/18/2002 Mon 11.8080 9.5670 8.5835 19283 59992 2143 270 840 30.0 1.4 1.7 0.08 2/19/2002 Tue 11.9520 9.0280 8.1196 18825 69545 1828 278 1027 27.0 3.4 3.1 0.07 2/20/2002 Wed 11.2320 9.0164 8.0642 25692 68785 1614 382 993 24.0 1.4 1.3 0.25 2/21/2002 Thu 11.3880 8.8275 8.0616 38189 57552 3160 568 856 47.0 2.1 5.2 . 0.37 2/22/2002 Fri 10.7640 8.1970 7.3108 49892 74508 2317 815 1222 38.0 2.7 2.4 0.09 2/23/2002 Sat 12.7680 8.6990 7.6106 21835 71533 1206 344 1127 19.0 1.2 1.2 0.01 2/24/2002 Sun 11.9760 9.3620 8.3880 4897 88144 2309 70 1260 33.0 1.4 1.9 0.53 2/25/2002 Mon 10.8080 9.0394 8.0570 20226 78819 1747 301 1170 26.0 1.8 2.5 0.04 2/26/2002 Tue 10.7880 8.8473 7.7810 21285 79170 1947 328 1220 30.0 3.1 2.2 0.15 2/27/2002 Wed 11.2200 8.5730 7.7202 42431 58592 1996 659 910 31.0 1.3 0.3 1.55 2/28/2002 Thu 10.7040 8.4840 7.5017 12763 68195 1689 204 1090 27.0 2.5 5.0 0.68 3/1/2002 Fri 11.0000 8.4601 7.8262 19717 67037 1717 310 1054 27.0 2.3 2.3 0.22 3/2/2002 Sat 11.0000 8.3041 7.3716 22809 80722 1721 371 1313 28.0 1.5 23 0.19 3/3/2002 Sun 13.0000 9.6172 8.6668 25154 63824 1662 348 883 23.0 3.2 4.7 0.26 3/4/2002 Mon 11.0000 8.4311 7.4215 17454 20859 1547 282 337 25.0 1.3 4.8 0.56 3/5/2002 Tue 10.7040 8.3911 7.4685 19242 32567 1806 309 523 29.0 3.2 3,3 0.60 3/6/2002 Wed 10.6560 8.8839 7,9439 25043 48364 .1789 378 730 27.0 4.2 4.5 0.43 3/7/2002 Thu 9.5280 9.1099 8.1486 20315 12909 2106 299 190 31.0 3.2 0.5 0.82 3/8/2002 Fri 3/9/2002 Sat 3/10/2002 Sun 3/11/2002 Mon 3/12/2002 Tue 3/13/2002 Wed 3/14/2002 Thu 3/15/2002 Fri 3/16/2002 Sat 3/17/2002 Sun 3/18/2002 Mon 3/19/2002 Tue 3/20/2002 Wed 3/21/2002 Thu 3/22/2002 Fri 3/23/2002 Sat 3/24/2002 Sun 3/25/2002 Mon 3/26/2002 Tue 3/27/2002 Wed 3/28/2002 Thu 3/29/2002 Fri 3/30/2002 Sat 3/31/2002 Sun 4/1/2002 Mon 4/2/2002 Tue 4/3/2002 Wed 4/4/2002 Thu 4/5/2002 Fri 4/6/2002 Sat 4/7/2002 Sun 4/8/2002 Mon 4/9/2002 Tue 4/10/2002 Wed 4/11/2002 Thu 4/12/2002 Fri 4/13/2002 Sat 10.7280 8.3343 7.5524 20156 17636 1764 320 280 28.0 2.8 3.7 12.7920 8.3602 7.3874 15649 14540 1664 254 236 27.0 1.4 2.3 11.4960 8.6221 7.6646 17643 18793 2237 276 294 35.0 4.3 2.6 11.0000 9.2959 8.3638 18973 14927 2162 272 214 31.0 1.8 1.2 10.0000 8.8741 8.0415 12474 7377 1811 186 110 27.0 3.9 3.3 15.9120 7.7351 6.8733 16796 11235 1433 293 196 25.0 3.1 3.2 10.7040 8.7869 7.8920 15533 4212 1909 236 64 29.0 4.3 3.4 10.4520 8.2831 7.4563 13494 14178 1617 217 228 26.0 2.6 3.0 11.3880 8.0781 7.1988 12548 16330 1381 209 272 23.0 2.3 1.4 13.0000 9.2401 8.2777 17052 18225 2416 247 264 35.0 3.5 4.2 11.3040 8.7522 7.6554 15961 15195 1596 250 238 25.0 1.3 2.2 13.0000 8.9841 8.1118 14275 17995 1759 211 266 26.0 2.2 3.5 11.0000 9.0181 8.0690 13055 14401 1750 194 214 26.0 1.8 2.6 12.0000 8.9521 8.1603 15993 16334 2858 235 240 42.0 2.4 1.7 10.8960 8.1731 7.3813 11512 15882 3078 187 258 50.0 2.2 2.7 12.2640 8.7351 7.5741 16992 19329 1706 269 306 27.0 3.2 5.7 13.0000 9.5331 8.6088 18165 18954 1723 253 264 24.0 1.6 1.9 19.0000 8.3342 7.5256 11800 14938 1569 188 238 25.0 1.6 1.2 11.0000 9.1750 7.9692 14157 23395 1728 213 352 26.0 2.9 7.8 11.0000 9.2114 8.3610 16317 21198 1813 234 304 26.0 2.1 3.2 11.0000 9.3595 8.4799 10325 30128 1839 146 426 26.0 2.3 4.2 12.0000 8.7591 7.7740 11152 19710 1861 3112 172 304 28.7 48.0 2.1 1.4 18.0000 10.6447 9.8403 18055 21338 1970 220 260 24.0 2.6 2.8 13.4880 10.2661 9.2243 18386 24925 1539 239 324 20.0 1.2 1.8 12.9360 9.9281 8.9700 18361 16458 1653 219 220 22.1 0.6 1.9 12.8400 9.9815 8.8812 14206 19110 1704 192 258 23.0 3.1 1.3 11.6640 9.1246 8.3210 18321 1603 264 23.1 2.5 11.4360 8.9501 8.0773 11903 10913 1704 177 162 25.3 2.7 1.9 11.0000 8.7887 7.8500 12937 15843 1637 198 242 25.0 0.5 1.1 12.6120 9.0579 8.0969 14877 13641 1695 220 202 25.1 6.1 3.0 13.6800 9.9583 9.1398 15985 11129 1959 210 146 25.7 5.0 1.3 13.3800 10.0593 8.9072 15880 15006 2043 214 202 27.5 1.9 1.5 13.3440 9.5189 8.5246 12975 17347 2204 183 244 31.0 4.6 2.5 12.9120 9.3219 8.4774 21522 23049 2255 304 326 31.9 4.8 3.6 12.8760 9.3209 8.5156 12301 17329 2109 173 244 29.7 3.6 1.6 11.1960 8.6842 .7.7757 12483 13878 1913 193 214 29.5 3.1 2.3 12.5520 9.0181 8.1770 16810 17867 1732 247 262 25.4 2.2 1.3 0.79 0.26 0.47 0.09 0.07 0.05 0.36 0.39 0.11 0.10 0.14 0.13 0.09 0.18 0.04 0.09 0.50 0.26 0.17 0.15 0.27 2.5 0.03 0.60 0.16 0.24 0.23 0.19 0.31 0.14 0.40 0.19 0.37 0.22 0.22 0.20 0.12 0.12 4/14/2002 Sun 12.7080 10.2487 9.1431 14183 19216 2173 186 252 4/15/2002 Mon 12.1800 9.8488 8.7790 14255 18890 1882 195 258 4/16/2002 Tue 12.3120 9.1875 8.2212 12534 19610 1844 183 286 4/17/2002 Wed 11.6350 9.0121 8.1259 12978 18569 1776 192 274 4/18/2002 Thu 11.9880 9.3758 8.4046 8839 16542 2341 126 236 4/19/2002 Fri 10.9080 8.6647 7.7983 9853 9886 1860 152 152 4/20/2002 Sat 12.0960 9.0571 8.1872 15305 18936 1819 225 278 4/21/2002 Sun 12.7680 9.8171 8.8158 16315 18675 1912 222 254 4/22/2002 Mon 12.0000 9.7305 8.6980 16452 20457 2031 227 282 4/23/2002 Tue 11.7600 8.7844 7.8453 13930 19367 1950 213 296 4/24/2002 Wed 11.5820 8.8338 7.9414 13544 17750 2053 205 268 4/25/2002 Thu 11.5440 9.4283 8.4933 14316 14875 2005 202 , 210 4/26/2002 Fri 13.6700 8.9549 8.0703 12559 14807 2261 187 220 4/27/2002 Sat 12.3360 8.9219 7.8293 21339 11492 1998 327 176 4/28/2002 Sun 12.5880 9.5399 8.5943 19883 21503 2021 277 300 4/29/2002 Mon 11.6860 9.2715 8.3248 20211 24439 1937 291 352 4/30/2002 Tue 11.5080 9.6619 8.5821 12719 19755 2169 178 276 5/1/2002 Wed 11.1960 9.5809 8.6307 15202 25481 2287 211 354 5/2/2002 Thu 11.2200 9.3914 8.3975 17453 31516 1982 249 450 5/3/2002 Fri 10.6080 8.6838 7.7882 10295 18577 1773 159 286 5/4/2002 Sat ' 12.1800 8.8431 7.8774 11839 5519 2155 180 84 5/5/2002 Sun 11.9040 9.5882 8.6225 10183 6041 1999 142 84 5/6/2002 Mon 11.7240 9.1194 8.0704 15629 20058 2060 232 298 5/7/2002 Tue 11.2800 9.3999 8.3144 17772 23854 2066 256 344 5/8/2002 Wed 11.2680 9.3784 8.4686 19790 24437 2168 280 346 5/9/2002 Thu 11.4240 9.0763 8.2153 20598 19321 1980 301 282 5/10/2002 Fri 10.9800 9.1748 8.2864 10415 16724 2253 151 242 5/11/2002 Sat 13.0000 8.8375 7.9148 28978 22179 2172 439 336 5/12/2002 Sun 11.7960 9.2465 8.2265 14552 18936 2285 212 276 5/13/2002 Mon 11.4720 9.4504 8.3823 20231 26146 1999 289 374 5/14/2002 Tue 11.5680 9.3815 8.3937 20147 25481 2128 288 364 5/15/2002 Wed 11.8920 9.5654 8.6543 20368 21509 1985 282 298 5/16/2002 Thu 11.3400 9.4869 8.5457 19471 18816 2067 273 264 5/17/2002 Fri 10.8240 8.9046 7.9490 11303 20684 2367 171 312 5/18/2002 Sat 13.1760 9.4272 8.4606 16617 12983 2321 236 184 5/19/2002 Sun 11.7840 9.9071 8.9404 22481 23114 1998 302 310 5/20/2002 Mon 11.1840 9.5799 8.3001 21812 23951 '2111 315 346 28.5 25.7 26.9 26.2 33.4 28.6 26.7 28.0 28.0 29.8 31.0 28.3 33.6 30.6 28.2 27.9 30.3 31.5 28.3 27.3 32.8 27.8 30.6 29.8 30.7 28.9 32.6 32.9 33.3 28.6 30.4 27.5 29.0 35.7 32.9 26.8 30.5 1.9 3.0 2.8 3.6 1.8 3.4 0.8 1.0 1.6 1.4 2.1 2.0 1.9 1.7 3.2 3.5 0.7 0.5 1.0 1.8 0.2 0.6 2.4 0.7 1.3 3.0 1.0 2.1 1.2 0.6 2.0 3.3 1.3 4.1 0.7 5.3 1.7 1.5 1.9 1.3 1.4 1.3 1.3 1.3 1.3 1.3 1.3 1.3 1.3 1.6 1.4 1.2 1.5 2.0 1.4 1.2 1.3 1.4 1.0 1.4 1.1 2.4 2.2 1.8 1.3 1.1 1.3 1.4 2.3 1.2 2.9 2.2 2.5 1.3 0.27 0.21 0.31 0.28 0.48 0.35 0.08 0.09 0.50 0.14 0.06 0.20 0.24 0.22 0.35 0.04 0.12 0.12 0.12 0.33 0.33 0.14 0.10 0.29 0.15 0.07 0.49 0.32 0.08 0.41 0.14 0.23 0.38 0.38 0.32 0.43 0.30 5/21/2002 Tue 11.3040 9.0312 8.2242 24487 18794 5/22/2002 Wed 10.7040 8.9772 8.0323 14858 20097 5/23/2002 Thu 10.9320 9.7369 8.8105 26893 28363 5/24/2002 Fri 11.0160 9.2971 8.2669 19394 14754 5/25/2002 Sat 12.0120 9.6431 8.7102 17267 19032 5/26/2002 Sun 12.4320 9.2346 8.2784 17468 26098 5/27/2002 Mon 13.5840 10.4215 9.5132 22596 27610 5/28/2002 Tue 11.8440 9.8781 8.8747 26941 23389 5/29/2002 Wed 11.3640 9.5141 8.5983 23609 33266 5/30/2002 Thu 14.7000 9.6773 8.7661 23907 29975 5/31/2002 Fri 11.4720 9.0287 8.1743 12448 16225 6/1/2002 Sat 12.0960 8.9501 7.9063 11269 11473 6/2/2002 Sun 12.0000 9.7888 8.9525 12230 9706 6/3/2002 Mon 11.3040 9.7591 8.7021 22063 26272 6/4/2002 Tue 11.1600 9.6837 8.7429 19913 28437 6/5/2002 Wed 11.0880 9.5293 8.5357 23207 23492 6/6/2002 Thu 10.8000 9.2799 8.3940 12181 20302 6/7/2002 Fri 11.5560 9.4186 8.6969 14521 21905 6/8/2002 Sat 12.6840 9.5369 8.6264 22087 22015 6/9/2002 Sun 12.3240 9.9888 9.0090 26898 30505 6/10/2002 Mon 11.3040 10.0945 9.0826 19872 24543 6/11/2002 Tue 11.3400 9.8943 9.0303 20026 25456 6/12/2002 Wed 11.1840 9.9657 8.8094 16450 19690 6/13/2002 Thu 11.0040 9.8126 8.9658 10379 19741 6/14/2002 Fri 10.8240 9.8148 8.9878 9707 5697 6/15/2002 Sat 12.3240 8.7200 7.7657 16969 6/16/2002 Sun 13.1280 10.4248 9.4734 22438 27653 6/17/2002 Mon 11.7000 9.7131 8.7541 26721 6/18/2002 Tue 11.3520 9.9591 8.8771 17494 12438 6/19/2002 Wed 11.7480 10.6759 9.5169 19819 38098 6/20/2002 Thu 11.4600 10.6341 9.2358 15382 14481 6/21/2002 Fri 11.2080 10.0125 8.6481 14295 18176 6/22/2002 Sat 13.0800 9.9483 8.2795 16869 18506 6/23/2002 Sun 12.9000 10.1083 8.7670 19866 18718 6/24/2002 Mon 14.7120 10.2111 8.5917 20063 6/25/2002 Tue 15.5040 10.2109 8.7384 16143 21572 6/26/2002 Wed 15.5040 11.3421 9.9105 18250 24796 2113 357 274 30.8 5.2 7.5 1996 222 300 29.8 2.2 1.2 2124 366 386 28.9 0.6 1.3 1951 281 214 28.3 0.3 2.6 2150 238 262 29.6 2.9 2.0 2037 253 378 29.5 3.2 1.4 2380 285 348 30.0 2.0 1.3 2095 364 316 28.3 2.0 2.6 1785 329 464 24.9 1.0 2.2 1923 327 410 26.3 2.5 2.2 1909 183 238 28.0 1.3 1.6 1899 171 174 28.8 2.1 1.9 1941 164 130 26.0 2.8 1.3 2272 304 362 31.3 2.8 2.1 2209 273 390 30.3 2.7 4.1 1922 326 330 27.0 1.9 1.3' 1764 174 290 25.2 2.1 1.4 2154 200 302 29.7 3.2 1.4 2086 307 306 29.0 4.2 2.6 2089 358 406 27.8 7.6 2.8 2113 260 324 27.9 2.1 1.2 2131 266 338 28.3 2.4 2.0 1954 224 268 26.8 2.6 1.3 2208 139 264 29.5 3.5 1.4 2219 130 76 29.6 3.7 1.6 2487 262 38.4 0.9 1.1 2647 284 350 33.5 1.2 1.3 2278 366 31.2 2.4 1.3 2384 236 168 32.2 3.1 1.5 2326 250 480 29.3 1.5 1.2 2326 200 188 30.2 1.5 2.8 2229 198 252 30.9 2.8 1.7 2161 244 268 31.3 2.6 2.0 2018 272 256 27.6 1.4 1.2 1978 280 27.6 1.6 1.6 2172 222 296 29.8 1.7 1.1 2298 221 300 27.8 1.4 1.2 0.63 0.17 0.38 0.39 0.24 0.30 0.68 0.94 0.09 0.16 0,18 0.22 0.27 0.41 0.12 0.12 0.13 0.21 0.08 0.28 0.20 0.31 0.25 0.22 0.23 0.18 0.08 0.08 0.29 0.19 0.43 0.16 0.10 0.10 0.54 0.34 0.07 6/27/2002 Thu 1: 6/27/2002 Thu 12.6840 10.8528 9.2758 13283 6962 3141 172 90 40.6 3.1 6/28/2002 Fri t 6/28/2002 Fri 12.0960 10.5436 9.1171 21214 19922 2099 279 262 27.6 5.9 6/29/2002 Sat 1: 6/29/2002 Sat 13.7520 11.0822 9.5098 12745 18242 2173 161 230 27.4 2.8 6/30/2002 Sun 11 6/30/2002 Sun 16.9920 13.4561 11.8316 28754 4342 2575 291 44 26.1 1.3 7/1/2002 Mon 1 7/1/2002 Mon 14.3880 12.3691 10.7635 16975 22262 1544 189 248 17.2 1.3 7/2/2002 Tue 3' 7/2/2002 Tue 37.8480 24.3441 22.5621 24198 34999 4046 129 186 21.5 1.3 7/3/2002 Wed 2 7/3/2002 Wed 21.1800 15.1331 13.1694 14981 19550 1669 136 178 15.2 2.5 7/4/2002 Thu 11 7/4/2002 Thu 18.4800 13.0241 11.0352 18904 22640 1417 205 246 15.4 1.3 7/5/2002 Fri 1: 7/5/2002 Fri 15.6120 11.9891 10.2150 11518 16527 1810 135 194 18.9 2.1 7/6/2002 Sat 1: 7/6/2002 Sat 15.2640 11.4701 10.0645 12952 15109 1670 154 180 19.9 1.3 7/7/2002 Sun 1. 7/7/2002 Sun 14.6520 11.7481 10.1355 27895 20794 1733 330 246 20.5 1.4 7/8/2002 Mon 1: 7/8/2002 Mon 13.1880 11.1901 9.6400 14480 15597 1688 180 194 21.0 1.3 7/9/2002 Tue t 7/9/2002 Tue 12.8520 11.2135 9.5868 17062 13592 2199 213 170 27.5 3.6 7/10/2002 Wed 1: 7/10/2002 Wed 12.6840 11.0972 9.3946 12850 17707 1880 164 226 24.0 1.2 7/11/2002 Thu 1: 7/11/2002 Thu 13.5960 11.0775 9.7185 9540 11509 2091 118 142 25.8 1.4 7/12/2002 Fri 1; 7/12/2002 Fri 12.3240 10.0911 8.7098 10279 3341 1831 142 46 25.2 1.7 7/13/2002 Sat 1 7/13/2002 Sat 14.9640 10.7043 9.0601 11160 13450 1980 148 178 26.2 1.4 7/14/2002 Sun 1: 7/14/2002 Sun 13.0440 11.0351 9.3855 13103 17534 2035 167 224 26.0 1.0 7/15/2002 Mon 1i 7/15/2002 Mon 13.8960 11.2095 9.6971 9988 5014 1957 124 62 24.2 1.4 7/16/2002 Tue 1: 7/16/2002 Tue 13.3680 10.9481 9.4136 17272 30933 1994 220 394 25.4 1.4 7/17/2002 Wed 1: 7/17/2002 Wed 13.1640 10.9403 9.3546 15354 20129 1771 197 258 22.7 1.2 7/18/2002 Thu 1: 7/18/2002 Thu 13.3200 11.0241 9.5910 11414 12958 2048 143 162 25.6 1.3 7/19/2002 Fri 1 7/19/2002 Fri 14.8920 10.8371 9.2907 14660 14257 1883 189 184 24.3 1.5 7/20/2002 Sat 1: 7/20/2002 Sat 15.0960 10.7151 8.8336 12679 13850 1901 172 188 25.8 2.2 7/21/2002 Sun 1 7/21/2002 Sun 14.8680 11.5594 10.3258 18928 18773 2050 220 218 23.8 1.1 7/22/2002 Mon 1; 7/22/2002 Mon 13.2720 10.9363 9.3828 15901 20033 1894 203 258 24.2 1.3 7/23/2002 Tue 1 ' 7/23/2002 Tue 14.6840 10.5174 8.9861 14718 18738 1836 198 250 24.5 1.2 7/24/2002 Wed 1' 7/24/2002 Wed 11.9160 10.4479 8.9091 15559 39528 1709 209 532 23.0 1.1 7/25/2002 Thu 1; 7/25/2002 Thu 12.8240 11.3240 9.8189 10015 14576 2211 122 178 27.0 2.6 7/26/2002 Fri t 7/26/2002 Fri 12.0000 10.2962 8.7900 7807 12463 2075 107 170 28.3 1.4 7/27/2002 Sat 1: 7/27/2002 Sat 15.4320 10.2586 8.8101 18266 15724 1918 249 214 26.1 1.2 7/28/2002 Sun 1: 7/28/2002 Sun 13.7520 10.6115 9.0790 15681 17870 1923 207 238 25.4 1.0 7/29/2002 Mon 1: 7/29/2002 Mon 12.8160 9.5872 8.1665 17817 17300 1825 262 254 26.8 1.3 7/30/2002 Tue 1: 7/30/2002 Tue 12.8480 10.4773 8.9423 16676 12678 1969 224 170 26.4 1.3 7131/2002 Wed 1; 7/31/2002 Wed 12.3120 9.9491 8.4965 14527 17290 1927 205 244 27.2 1.2 TOTAL TOTAL 3627.8462 3265.2535 6091339 8372774 12443 695730 AVERAGE AVERAGE : 9 ;9393 8.9459 16874 22939 3111 1906 233 315 43.8 26.2 2.0 Section Page List of Figures List of Tables 111 1.0 INTRODUCTION 1 1.1 GENERAL PROJECT DESCRIPTION 2 1.2 PROJECT PHASING 3 2.0 SERVICE AREA PARAMETERS AND WASTEWATER DESIGN FLOWS 5 2.1 POPULATION PROJECTIONS 5 2.2 WASTEWATER FLOW PROJECTIONS 6 3.0 SYSTEM CAPACITIES 7 3.1 ' INTERCEPTOR SIZING ANALYSIS 7 3.1.1 The PBS&J Brushy Creek Interceptor Model 9 3.2 ONION BRANCH LIFT STATION AND PUMPOVER 15 3.3 CUSTOMER ALLOCATION OF PIPE CAPACITY 16 3.4 POINTS OF ENTRY 16 4.0 BCRWWS ESTIMATED CONSTRUCTION COSTS AND SCHEDULE 17 4.1 CONSTRUCTION /ACQUISITION SEQUENCE 17 4.1.1 Phase I 17 4.1.2 Phase II 18 4.2 FUTURE EXPANSIONS 19 4.2.1 Periodic Expansion of Treatment Capacity 19 4.2.2 Parallel Interceptors 20 4.2.3 Periodic Wastewater Treatment Plant Rehabilitation 20 5.0 REFERENCES 21 APPENDIX 1 - Brazos- Colorado Water Alliance APPENDIX 2 - Capacity Allocations to Customers Based on Design Flows APPENDIX 3 - History of the Brushy Creek Regional Wastewater System 449011/000140 TABLE OF CONTENTS 1 LIST OF FIGURES Brushy Creek Regional Waste Water System LIST OF TABLES 3 -2 Brushy Creek Interceptor Design 449011/000140 111 Page map pocket 3 -1 Brushy Creek Interceptor Service Area Parameters -Yr. 2040 10 11 1.0 INTRODUCTION BRA/LCRA ALLIANCE BRUSHY CREEK REGIONAL WASTEWATER SYSTEM ENGINEERING REPORT The Brazos River Authority (BRA) and the Lower Colorado River Authority (LCRA) on November 21, 1995, entered into an agreement to form the Brazos- Colorado Water Alliance (Reference Appendix 1). The purpose of the Alliance is to facilitate the regional conservation, planning, and development of the water resources and the planning and development of regional wastewater services for the Williamson County area and other areas of mutual concem to BRA and LCRA. Specifically, the Alliance agreed to carry out joint planning, financing, construction and, where appropriate, operation of regional water and wastewater facilities in Williamson County. As a direct result of this agreement, the Alliance has entered into a contract for regional wastewater service for Round Rock and Cedar Park, dated July 6, 1997 (the "1997 Regional Service Agreement ") and has continued further discussions with the Cities of Austin and Leander, as well as the Brushy Creek and Fem Bluff MUDs, concerning providing additional regional wastewater service in the Upper Brushy Creek watershed through the Brushy Creek Regional Wastewater System (BCRWWS). Contemporaneously with this report, the Alliance will enter into a new wholesale wastewater service agreement with Round Rock, Cedar Park, and Austin (the "2000 Regional System Agreement ") which will replace the 1997 Regional System Agreement and new wholesale wastewater agreements with Brushy Creek and Fem Bluff MUDs (the "Subregional Agreements "). The cities of Round Rock, Cedar Park, and Austin are collectively the "Customers," and Brushy Creek and Fem Bluff MUDs are the "Sub - Regional Customers ". However, as used in this report, the word "customer" (lower case "c ") is meant to include Customers, Sub - Regional Customers and a potential future customer, the City of Leander. This report summarizes the BCRWWS project (the "Project "), portions of which have already been acquired or recently constructed and are currently in operation. It was prepared through a joint effort by the Lower Colorado River Authority and PBS &J (formerly Espey, Huston & Associates, Inc.) In order to develop the Project flows and Project construction timing, the Alliance generally relied on information provided directly by the customer cities regarding existing conditions and projected growth. Proposed interceptor sizes, and customer points of entry were also initially derived from this information, which was first gathered and preliminarily analyzed in the mid- 1990s. Points of entry are continually updated during the development of the Project, again, through direct coordination with, and usually through discussion initiated by, the customers. The System also relies, in part, on assumptions made and results developed in previous studies which are referred to throughout this report and listed in Section 5.0. 449011/000140 1 1.1 , GENERAL PROJECT DESCRIPTION The BCRWWS had been under study and, to some extent, had been implemented over the past fifteen years under the auspices of the Brushy Creek Water Control & Improvement District No. 1 (BCWCID). The Alliance acquired most of the assets held by the BCWCID, including facilities, engineering studies, construction documents and easements. It is currently in the process of fmalizing the acquisition of the remaining BCWCID assets, which include the Onion Branch Lift Station and related force mains from the City of Austin. The proposed ultimate service areas for each customer (the "Service Area ") include all of the drainage area of the Upper Brushy Creek watershed within the jurisdiction of the customers, as shown in Figure 1. Service populations are based on ultimate build -out of these areas which is generally assumed to occur around the year 2037. Collection system components are and will continue to be sized and constructed as needed for this ultimate build -out, whereas the treatment plant capacities will be constructed in incremental stages as service demands occur. The BCRWWS System ( "System ") is described as a 17 -mile gravity interceptor (Contract Nos. 1 - 6A, 20, and the BCRWWS Tunnel), ranging in size from 36" to 72" in diameter, which collects flow from the customers (the farthest upstream point being the Cedar Park Wastewater Treatment Plant (WWTP)) and ultimately transports it to the Regional WWTP, located in Round Rock, Texas (reference Figure '1). The System also includes a 36 -inch gravity interceptor labeled as "Contract 9 ", or the Lake Creek Interceptor in Round Rock; the West WWTP, and the Onion Creek Interceptor System (which provides long term service to Brushy Creek MUD North). On an interim basis, regional service is also being provided via the Onion Branch Lift Station. Several non - system components contribute to the System, which are also referenced on Figure 1. These include the Southwest and Chandler Creek Interceptors (which contribute directly to the Regional WWTP) and Cedar Park's North Brushy Creek Interceptor. The System Interceptor has the capability to grow within the service areas as well, with an extension of the North Brushy Creek Interceptor, serving parts of Cedar Park and Leander, and the Lake Creek Interceptor, which would serve areas within the City of Austin. The System may also be referenced by existing construction plans and, as shown on Figure 1, as the following: Segments in Phase "I" - Constructed by the Alliance and In Service (as of this document's publication date): Contract No. 2, Interceptor from Avery Lake to Brushy Creek Contract No. 3, Interceptor from South Brushy Creek to Dry Fork Creek Contract No. 6, Interceptor from the Round Rock WWTP to Lake Creek 449011/000140 2 Segments Proposed as "Phase II" - Estimated Construction Completion Date Prior to 2002: Contract No. 1, Interceptor from Cedar Park to Avery Lake Contract No. 20, Interceptor from the MoPac Railroad to Dry Fork Creek BCRWWS Tunnel (connecting Contract No. 20 to Contract No. 6) Other previously constructed portions of the BCRWWS which have been (or will be acquired) by the Alliance include the following: Contract No. 4, Onion Branch Lift Station, Phase I • Contract No. 5a, Onion Branch 16" & 24" Wastewater Transmission Line, Phase I • Contract No. 5b, Onion Branch 24" Wastewater Transmission Line Contract No. 6A, 60" Wastewater Interceptor from Lake Creek to the Round Rock East WWTP • Contract No. 9, Lake Creek Interceptor in Round Rock • Round Rock's Onion Creek Interceptor System As mentioned above, other facilities the Alliance has acquired include the Round Rock East WWTP, the site /facilities of which were developed as the primary BCRWWS Regional WWTP, and the Round Rock West WWTP which also continues to operate as part of the BCRWWS. The BCRWWS Regional WWTP will be expanded to accommodate the growth of wastewater flows within the service area. 1.2 PROJECT PHASING The remaining parts of the proposed Project will be constructed in two main Phases and expanded as necessary to provide regional wastewater service to the customers within the designated Service Areas. To date, the Alliance has acquired most of the existing regional assets, completed construction of the initial phase of the System's East Wastewater Treatment Plant, and will continue to construct major collection system improvements necessary to provide service to initially identified Service Areas. For Phase I, service to the Cedar Park ETJ, north of Austin's ETJ and to the south of the South Branch of Brushy Creek has been limited to areas downstream (east) of the old Southern Pacific Railroad tracks (just west of Panner Lane). Throughout Phase I, service to this area and existing service to the Brushy Creek MUD and the Fern Bluff MUD will be provided through the existing Onion Branch Lift Station and pump -over. This lift station and portions of Round Rocks Onion Branch Interceptor may require an expansion and upgrade to continue to provide service over the next few years. 449011/000140 3 Collection system improvements include the extension of the Interceptor (Contract No. 6 - approximately 6,350 linear feet (LF) of 72 ") from the end of Contract No. 6A to just past the Round Rock West WWTP. This was necessary to relieve the impending capacity overload on the West WWTP. Construction of Contract No. 6 was completed in July 1999. Construction of Contract No. 3 (approximately 11,000 LF of 54" and 42 ") began in November 1998 and was completed in October 1999. Contract No. 3 has extended service to the Brushy Creek and Fem BIuff MUDs, and to the confluence of North and South Brushy Creeks, in order to serve development occurring within the Cedar Park Service Area that is currently being served by the Cedar Park North Brushy Creek Interceptor. Contract No. 2 began construction in November 1999 and has brought wastewater service into developing parts of the Austin Service Area. Phase I also included the acquisition of existing BCRWWS assets as defined in the 1997 Regional System Agreement, including the two existing Round Rock wastewater treatment facilities, the WCID's regional system assets, and the continued construction of the initial phase of the System's East WWTP. Phase lI of the Project involves several major interceptor projects, designed to: 1) extend the System collection lines out to the Cedar Park WWTP (Contract No. 1), and 2) provide relief of the Onion Branch Lift Station. Contract No. 1 will provide service capacity for flows in excess of the Cedar Park's WWTP design capacity, as well as provide service to the remainder of the Cedar Park and Austin Service Areas within the South Branch of Brushy Creek. This extension of the interceptor to the Cedar Park WWTP will require approximately 9,600 LF of 42" and 48" interceptor. Contract No. 1 will be bid in the Fall of 2000, and construction is estimated to be complete in the Fall of 2001. The timing of the downstream portions of Phase II will be determined by build - out in the Service Areas upstream of the Onion Branch Lift Station and related pumpover facilities. In order to abandon the lift station, the Alliance will be constructing approximately 11,900 LF of 60" and 66" interceptor (Contract No. 20) and an additional 7,400 LF of tunnel, under the Georgetown (old Missouri Pacific) Railroad and US Ili - 35, in order to convey the flows to Contract No. 6. Service in the upper portion of the Lake Creek Watershed west of Panner Lane and within the City of Austin's Service Area has not been provided initially because adequate service is available through Austin's pump - over facilities to the Walnut Creek WWTP. Recent projections provided by Austin show that service to the portion of Austin's Service Area in the upper Lake Creek Watershed is not expected to be brought into the System until the year 2015, instead of 2030 as reported in 1997. The System has been designed and will be constructed to serve the estimated populations, assumed acreages and/or densities, assumed per capita wastewater flows and assumed inflow /infiltration (I/1) described in the Engineering Report for each Customer's Service Area and the Leander Service Area. The System will be designed to serve its entire service area including the Leander Service Area, as if the wastewater treatment plants owned by Cedar Park, Brushy Creek MUD, and Leander, respectively, are wholly out of service assuming the population estimates, assumed acreages and/or densities, assumed per capita wastewater flows and assumed 1/1 in the Engineering Report are accurate. 449011/000140 4 PBS' 2.0 SERVICE AREA PARAMETERS AND WASTEWATER DESIGN FLOWS 2.1 POPULATION PROJECTIONS PBS&J began reevaluating the System Interceptor again in 1997, using previous studies and information gathered by the customers up to that point in time. The Service Area is that area which naturally drains by gravity to the System interceptors and which is in the jurisdiction of the customers. Although the Regional WWTP serves interceptors outside of the Regional Inteceptor, and therefore has a larger service area, the System Interceptor Service Area encompasses a total of approximately 55,700 acres in the southwestern comer of Williamson County. PBS&J developed a model, which is discussed in detail in Section 3.0, which utilized the major points of entry and known projections to size the System. Population projections were refined. The estimate of the projected ultimate (year 2037) service population which was most recently modeled (1998), differs somewhat from the original projections. The main differences are due to providing excess capacity for the addition of estimated flows from the City of Leander, a reduction of City of Austin population in the Lake Creek basin, and an increase in Bushy Creek MUD's projected population. Previous studies stated that, in 1993, a population density of 5.3 people per acre was agreed to by the Cities of Austin and Round Rock. This population density was utilized with the following exceptions. Interceptor sizing is based upon ultimate population in the Service Areas. The population growth rate is used only in timing of projects such as when to construct certain segments of the interceptor system and when to expand the System's East Wastewater Treatment Plant. 449011/000140 1. In areas where the 1990 population density as determined by the U. S. Census Bureau was already greater than 5.3 people per acre. These areas included Anderson Mill MUD and one census tract in the center of Round Rock. 2. In Brushy Creek MUD and Fern Bluff MUD. These two MUDs provided ultimate population and population growth rates specific to their areas. For Brushy Creek MUD, the density is 10.8 people per acre, and Fern Bluff MUD is 7.4. 3. In the portion of Cedar Park's Service Area comprising Cedar Park's ETJ prior to Senate Bill (SB) 421. The City of Cedar Park had a population study performed for its existing ETJ and the ultimate population and population growth rates from that study were used. The population was desegregated into separate large areas, grouped by Nodes, or "points of entry", which have since been assigned specific Contract Manhole Nos. The population in each portion of the Service Area is equal to the area times 5.3 people per acre; unless it is affected by one of the exceptions discussed above. The following table presents the ultimate populations projected for each of the identified areas and used in the PBS&J Model. Area Ultimate Population Austin Lake Creek 64,466 Austin Brushy Creek 14,416 Brushy Creek MUD (LCRA) 18,500 Fern Bluff MUD (LCRA) 5,040 Cedar Park 72,514 Cedar Park (Senate Bill 421) 41,444 Leander 54,346 Round Rock (Interceptor flows) 91.718 Interceptor Service Area Total 362,444 Round Rock (Chandler Creek) 68,385 Round Rock (Forrest Creek) 4.261 BCRWWS Service Area Total 435,090 2.2 WASTEWATER FLOW PROJECTIONS For System interceptor design, a minimum unit flow rate used was 100 gallons per capita per day (gpcd) for all portions of the Service Area with population expressed as population - equivalent. Since the population projections for Round Rock Service Area reflect residential population only, its unit wastewater flow rate of 140 gpcd included an allowance for commercial and industrial flows. This value is derived by Round Rock from its treatment plant flow data and service area residential population. Regarding treatment plant flows, according to the LCRA, the following per capita flows have been assumed: Austin @ 100 gpcd, Cedar Park and Leander @ 85 gpcd, Round Rock @ 140 gpcd, and the Brushy Creek and Fem Bluff MUD's (LCRA) Service Areas @ 100 gpcd. This assumption more accurately represents the flow measured by the customers. These values were used in timing expansions to the System's East Wastewater Treatment Plant and for forecasting when existing treatment plants will reach their permitted limits. 449011/000140 6 3.0 SYSTEM CAPACITIES 3.1 INTERCEPTOR SIZING ANALYSIS The System, as originally envisioned, had been conceptually modeled in 1993 by Camp, Dresser & McKee, Inc. (CDM). In 1997, the hydraulic design was completely reviewed and consequently revised. While new population projections were analyzed to create new design flows, PBS&J and the System's Technical Review Committee also evaluated other design criteria including the wastewater and I/1 unit flow rates, wastewater peaking factors, and a wastewater versus I/I peaking coincidence factor. Most of the updated construction plans maintain the same alignment as the original route selection due to existing easements and right of way considerations. However, there have been minor realignments and those are documented in more detailed contract - specific Engineering Reports. Also, although the wastewater treatment plants owned by Cedar Park, Brushy Creek MUD, and Leander, respectively, remain active at this time, the System will be designed and constructed to accommodate all flows as if such plants are wholly out of service assuming the estimated populations, assumed acreages and/or densities, assumed per capita wastewater flows and assumed 1/I are accurate. As stated earlier, a minimum unit flow rate of 100 gpcd was used for all areas with population expressed as population- equivalent. Since the population projections for Round Rock reflect residential population only, its unit wastewater flow rate of 140 gpcd included an allowance for commercial flows. The wastewater peaking factor (WWPF) selected for this model is the formula used by the City of Austin, which is equivalent to the commonly used peaking factor published in technical manuals (American Society of Civil Engineers Manual No. 37; Water Pollution Control Federation Manual No. 9). This formula produces a peaking factor which decreases as the cumulative average wastewater flow increases: WWPF= [18 +(0. 0144 *Q,V g )1 /2]/[4 +(0.0144 *Q, „ /2](Q,„e gpm) The other components of the design flow are the extraneous flows due to inflow and infiltration (I/I). Infiltration is essentially a relatively steady leakage of groundwater into the collection system which can change seasonally with the level of the ground water table. Inflow is a rapid and short term influx of stormwater in response to a storm event. Inflow rates are a function of rainfall intensity. Different types of defects in the collection system (including private service laterals as well as the municipal system) produce the different inflow and infiltration flows. Since much of the customers' collection systems which will be generating the year 2037, design flow does not currently exist; selection of inflow and infiltration rates for design can not be determined from actual measured flow data, nor can the inflow rate be associated with a particular design storm rainfall intensity. The I/I rate selected for this model is 1,200 gallons per day per acre 449011/000140 7 P (gpd/ac). The City of Austin's standard criteria for I/1 is 1,500 gpd/ac. The I/1 criteria for the CDM model was 800 gpd/ac. Criteria for 1/1 flows were evaluated in terms of the resulting ratio of peak flow to average flow. s The I/1 unit rate of 1,200 gpd/ac produces a total Year 2037 peak flow (peak wastewater plus peak 1/1) of 119 mgd in the interceptor at the System's East Wastewater Treatment Plant, which is 3.41 times the average dry weather design flow. The CDM model of the interceptor produced a 3.67 ratio of peak flow to average flow at the treatment plant. The "Brushy Creek Regional Wastewater Treatment Facility Design Memorandum" (HDR Engineering, 1994) used 3.57 for the ratio of peak hour flow to average daily flow. Therefore, the 1,200 gpd/ac 1/1 criteria used for this model seems reasonable and was reviewed and accepted by the Technical Review Committee. In common practice the peak design flow is taken as the peak wastewater flow and the peak I/1 flow occurring simultaneously. In reality this coincidence is possible but not highly likely because the duration of the peak for each component is short and the occurrence is infrequent. One approach to this probability situation is to depeak the wastewater flow with a "Wastewater Peaking Coincidence Factor" (WPCF), i.e., to plan for the peak 1/I flow occurring when the wastewater component does not exceed a certain percentage of the design peak wastewater flow. For this project, a sensitivity analysis for pipe sizing was performed with WPCF values of 100 %, 90 %, and 80 %. The modeling showed that the 80% WPCF scenario produced peak flows reaching 90% of pipe capacity in only 3% of the interceptor length with pipe slopes based on creek - crossing control points. It also allowed some sections of the interceptor to be downsized. Although an 80% WPCF is less conservative than a 100% coincidence factor, it still seemed reasonable and prudent from a probability of occurrence standpoint. Ultimately, the Technical Review Committee supported the adoption of the 80% peaking coincidence factor as a part of the design flow criteria. In addition to design flows, pipe sizing depends on pipe slope and other pipeline design criteria. One such pipe sizing criteria that is related to the design flow is the "Design Flow -to- Capacity Ratio" (DFCR), i.e., a requirement that the pipe be sized so that the design flow does not exceed x% of the pipe capacity flowing full. A DFCR of 90% was accepted for this study. Pipe capacity flowing full is based on Manning's equation with a pipe roughness n- factor of 0.013. Minimum velocity is also a criteria which can affect pipe size and slope selection. As a State standard, the TNRCC requires a minimum velocity of 2 ft/sec for the pipe flowing full. For most of this Project the pipe slope will be approximately the same as the slope of the Brushy Creek streambed, because of the interceptor creek crossings at a number of locations. These available slopes will produce velocities in the range of 5 to 7 ft/sec for the pipe flowing full. Therefore, criteria for minimum velocity is not a significant 449011/000140 8 factor for the interceptor redesign. Of more concern is the potential for supercritical flow conditions due to the relatively steep slopes and high velocities. In order to avoid hydraulic jumps and/or unstable flow in the pipe, a guideline used for fmal design was a minimum of 1.10 for the ratio of normal depth to critical depth. 3.1.1 The PBS&J Brushy Creek Interceptor Model The sewer model for this analysis is a spreadsheet model using Microsoft Excel. It consists of several files or modules for a database of Service Area parameters and unit construction costs and modules for calculation of design flows, pipe sizes, and cost estimates. This sewer model is a "static" model which calculates peak flows by applying peaking factors to average flows that are based on Service Area development and unit flow criteria. There are "dynamic" sewer models available (e.g., HydroGraphics, HydroWorks, SWMM) which are conceptually more accurate for hydraulic analysis, but these more sophisticated models require more extensive input data. Use of a static model at this time greatly reduces the number of assumptions for the input data and criteria and allows use of typical and familiar formulas and criteria which have been developed empirically from observed conditions which the dynamic models are intended to simulate. The model was developed from the original construction plans for the interceptor extending from the existing Contract No. 6A, starting at the System's East Wastewater Treatment Plant, east of Round Rock, to the future Contract No.1 terminating at Cedar Park's treatment plant. The model is being used to revise the interceptor pipe sizes and profile based on the new flows and other design parameters. The interceptor sewer model calculates design flows based on the service area parameters and design flow criteria shown in Table 3 -1. Given the criteria discussed above, pipe sizes for final design are based on the new design flows and available slopes. The available slopes are governed primarily by the interceptor and lateral main creek crossings. The target for minimum depth of cover for the interceptor at creek crossings is 3 ft to top of pipe. Given the pipe elevation constraints discussed above, the interceptor model was used to evaluate alternatives for pipe size and slope combinations to provide the required capacity for the design flows. The model was last updated in 1998 for the design of Contract Nos. 2 and 3 The results of modeling that were used for final design of Contract Nos. 2, 3, and 6 are shown in Table 3 -2. The model will be updated, using more recent population projections, to check the design of Contract No. 1 and for the design of Contract No. 20 and the System's Brushy Creek Tunnel. 449011/000140 PBSI TABLE 3 -1. BRUSHY CREEK INTERCEPTOR SERVICE AREA PARAMETERS - YR 2037 Jurisdiction CDM Model Node MH Const. Plans Acres Popn Density Popn UnitFlow gpd /c Avg Flow (gpm) Infiltn/Ac (gpd /ac) Infiltn (gpm) Inflo /Ac (gpd /ac) Inflow (gpm) CedarPark 9-9 081 -26 C #1 -26 10,503 6.90 72,514 100 5,036 400 2,918 800 5,835 SB421 n/a C #1 -13 C #1 -13 411 6.85 2,815 100 196 400 114 800 228 SB421 B -8 C #1 -5 C #1 -5 341 6.85 . 2,336 100 162 400 95 800 189 SB421 n/a C #2 -23 C2-#22 171 6.85 R 1,171 , 100 81 400 48 800 95 SB421 B -7 C #2 -17 C2-#16 490 6.85 3,357 100 233 400 136 800 272 SB421 B-6 C #2 -10 C249 213 6.85 1,459 100 101 400 59 800 118 SB421 B -5 C #3 -23 03424 4,424 6.85 30,306 100 2,105 400 1,229 800 2,458 Leander B -5 C #3 -23 C3-#24 5,225 10.40 . 54,346 100 3,774 400 1,451 800 2,903 BC MUD B-4 C#3 -14 C3-#13 519 10.80 5,606 140 545 400 144 800 288 BC MUD B -1 C #20-8 C #20 -8 1,039 10.79 11,212 140 1,090 400 289 800 577 BC MUD T -2 C 821 -1 C #21 -1 156 10.78 1,682 140 164 400 43 800 87 FernBluff B -5 083 -19 C3-#18 228 7.40 1,687 100 117 400 63 800 127 FernBluff 8-3 083-1 C#3 -1 453 7.40 3,353 100 233 400 126 800 252 Austin B - 8 C #1 - 5 C #1 - 5 1,289 5.30 , 6,832 100 474 400 358 800 716 Austin B -7 C #2 -17 C2-#16 663 5.30 3,514 100 244 400 184 800 368 Austin B -6 082 -10 C249 250 5.30 1,325 100 92 400 69 800 139 Austin B -5 C #2 -2 C2-#1B 518 5.30 2,745 100 191 400 144 800 288 Austin L - 8 C #20 - 8 C #20 -8 6,189 5.87 36,346 100 2524 400 1,719 800 3,438 Austin L -7 C #20 -8 C#20-8 555 5.30 • 2,942 100 204 400 154 800 308 Austin L -6 C #20 -8 0820 -8 669 5 30 ` 3,544 100 246 400 186 800 372 Austin L -5 C #20-8 0820 -8 476 5.30 . 2,523 100 175 400 132 800 264 Austin L C #20 - 8 C #20 - 8 2,408 5.30 12,762 100 886 400 669 800 1,338 Austin L - 3 C #20 - 8 C #20 -8 1,047 5.30 i 5,549 100 385 400 291 800 582 Austin L -2 0820.8 0820 -8 151 5.30 : 800 100 56 400 42 800 84 RoundRock B -3 C #3 -1 C #3 -1 2,189 5.30 11,602 140 1,128 400 608 800 1,216 RoundRock B -2 C #20A -1 C #20A -1 262 5.30 1,389 140 135 400 73 800 146 RoundRock 0-1 C #20 -8 C #20-8 319 5.30 1,691 140 164 400 89 800 177 RoundRock L -3 C#20 -8 C #20 -8 342 5.30 1,813 140 176 400 95 800 190 RoundRock L - 2 C #20 - 8 0820 273 5.30 1,447 140 141 400 76 800 152 RoundRock L -1 C #20-8 0820 -8 433 5.30 2,295 140 223 , 400 120 800 241 RoundRock T -2 0821 -1 C #21 -1 4,144 5.30 21,963 140 2,135 400 1,151 800 2,302 RoundRock T -3 C #6 -15 C#6 -15 1,471 5.30 7,796 140 758 400 409 800 817 RoundRock T-4 086 -1 C#6 -1 4,296 5.30 22,769 140 2,214 400 1,193 800 2,387 RoundRock T -5 089 -1 089 -1 1,336 5.30 7,081 140 688 400 371 800 742 RoundRock T -6 C#6A -21 C#6A -21 1,274 5.30 6,752 140 656 400 354 800 . 708 RoundRock T - 7 C #6A - 12 C #6A - 12 966 5.30 5,120 140 498 400 268 800 537 To Interceptor - Subtotal 55,693 362,444 28,231 15,470 30,941 RoundRock T -9 C#6A -1 C #6A -1 804 5.30 4,261 140 414 400 223 800 447 RoundRock Chndlr C #6A -1 C #6A -1 n/a n/a 68,385 140 6,649 400 n/a 800 n/a To WWfP - Total 435,090 35,294 Note Populations and acreages are base o 1996 CDM Stu with the the following changes: (1) Cedar Park - includes 6B421 area, pop equiv for relief of Cedar Park WWTP, and 2 new points of entry; (2) Austin - decrease popn in Lake Ck basin; (3) Brushy Ck MUD - increase popn, add 2 new points of entry, and increase per capita average flow; (4) Leander - include in service area Tae 3 -lrxls 928/00 12.13 PM TABLE 3 2. BRUSHY CREEK INTERCEPTOR DESIGN vo 0;80. - Calo'd Std Design USE BFCRO 0,90 , Downstream MH Upstream MH 57,225 DownStream MH UpSlream MH UIS Target Prev Design Size Size qlO Size SIZE 0' qlQ' Model Plans Sta # Model Plans Sta it Length Slope FLIn TopPipe FLout TopPipe dFL Slav Size Flow (1) (2) (3) (4) (5) (6) (7) (8) (9) C806 -1 #1 4 +8474 056.2 #2 5 +07.24 2250 0,578% 642.72 648.72 642,85 648,85 e0 71,141 55.2 60 0,80 60 72 144.477 049 C #6 -2 #2 5 +07.24 000 -3 #3 8 +58.03 350.79 0.202% 64285 64885 643.56 84956 60 71,141 67.2 72 0.83 72 +1 72 85,511 0.83 C 4�6 -3 #3 8 +58.03 C#8-4 #4 8 +86.23 28.20 0.213% 64356 649.56 643.62 64962 e0 71,141 666 72 0.81 72 72 87,673 081 C08-4 #4 8 +86.23 006 -5 #5 18 +32.85 946,62 0 201% 64362 649.62 64552 551.52 60 71,141 67.3 72 0.84 72 72 85,154 0,84 C06 -5 #5 16 +32.85006 -6 #6A 24 +31.93 59908 0.199% 64552 651.52 64671 652.71 80 71,141 67.4 72 0.84 72 72 84,713 084 C56-5 #6A 24 +31,93 056 -7 560 24 +6029 28,36 0.21254 646.71 652.71 646.77 652.77 60 71 66.6 72 0,81 72 72 87.426 0,81 C56 -7 868 24 +60.29 056 -0 #7A 26 +61 87 201.58 0.189% 648.77 652.77 647.15 853.15 80 71,141 68 1 72 0,86 72 72 82,525 0 86 C #6 -6 #7A 26 +81,87 C #6 -9 4478 26 +93 85 31.98 0.219% 647.15 653.15 647 22 653 22 80 71,141 66 2 72 0 80 72 72 88,926 0.80 C46 -9 978 26 +93.85 066 -10 #8 29 +5311 25926 0.16954 647.22 653.22 647.71 65371 60 71,141 68.1 72 0.86 72 72 82.632 0,86 C06 -10 #8 29 +3040 006 -11 #9 33 +98.22 467.82 0.199% 647.71 65371 648.64 65464 so 71,141 67.4 72 0.84 72 72 84,746 084 056 -11 #9 33 +98.22 C#6.12 #10 38 +87.26 489,04 0200% 648.64 65464 64962 655.62 60 71,141 87.3 72 l 72 084 084 72 72 72 72 85,086 85,119 0,84 0.84 066 -12 #10 38 +87,26 006 -13 #11 43 +70,93 48367 0201% 649.62 655.62 65059 656.59 e0 71,141 673 C #6 -13 #11 43 +70.93 C08 -14 #12 #12A 49 +2663 52 +95.80 55570 369.17 0,200% 0200% 650.59 65659 65170 657.70 eo 71 67.4 72 0.84 72 72 84,949 084 C #6 -14 #12 49 +26.63 596 -15 651.70 65770 65244 658.44 e0 71,141 67.3 72 084 72 72 85,098 084 C#6 -15 #12A 53 +01.06 056.16 #13 54 +09 21 108.15 0,21354 652,44 658.44 652,67 658 67 e0 69,086 65.9 66 0 99 72 72 87,653 0.79 566 -16 #13 54 +09.21 C #8 -17 #14 55 +42.29 133.08 0,20354 652.67 65867 65294 658.94 60 69,086 66.4 72 0,81 72 72 85,614 081 006 -17 #14 55 +42 29 C06 -18 #15 57 +38 29 196.00 0.199% 652,94 658.94 653 33 659 33 60 69,086 66.7 72 0.81 72 72 84,785 0.81 C86 -18 515 57 +3829 C06.19 918 63 +43.49 605.20 0.200% 653.33 65933 65454 660.54 60 68,086 66.6 72 0.81 72 72 84,989 0,81 C56 -19 #16 63 +43 49 C 621.1 na 67 +91.60 448.11 0.201%. 654.54 660 54 655 44 661.44 661,70 60 69,086 66.6 72 0.81 72 72 85,182 0131 0821 -1 na 9 +48.11 CO21 -2 na 10 +78.00 129.89 0,200% 65544 - 661.44 65570 r--- 62,969 64.3 - 66 0,93 - -72 72 85,003 0.74 0821 -2 na 10 +78.00 C 821 -3 na 19 +41.00 863.00 0.20D% 65570 661.70 657.43 66343 84 62,989 64.3 66 0.93 72 72 85.003 D.74 5921.3 na 19 +91.00 C #20 -1 na 87 +88.00 6797.0 0186% 657.43 663.43 66993 67593 64 62,969 65.2 66 097 72 72 81.974 0.77 C #20 -1 0920 -2 C #20.3 na 5 +89.00 0920 -2 na 9 +95.00 406.00 0.357% 685.80 69130 687.25 69275 15.9 0.0 IS S S 62,969 57.7 60 0.901 66 -1 66 90,091 0.70 0.70 na 9 +95.00 C #20 -3 na 16 +74.00 679,00 0.35754 687.25 692.75 68968 69518 62,969 57.7 60 090 66 66 90,091 na 16 +74.00 CO20-4 na 22 +1900 545.00 0.357% 689.68 695.18 691.62 697.12 0.0 0 0 62,969 57.7 60 090 66 68 90,091 0,70 0.70 C #20-4 na 22 +19,00 5#20.5 na 27 +64.00 545.00 0.357% 691.62 697.12 693.57 699 07 62,969 57.7 60 0 90 66 68 90,091 0520 -5 na 27 +64.00 0020.6 na 33 +09.00 545.00 0.357% 693.57 699.07 695.52 701 02 0 .1 0 olo o o o se ea 62,969 57.7 60 080 0 90 66 66 66 90,091 0.70 C 820.6 na 33 +09,00 0620 -7 na 36 +04.00 295 00 0 357% 695.52 701.02 696.57 702.07 62,969 57 7 60 66 90,091 0.70 0,70 0,84 0,84 5620.7 na 36 +04.00 0620 -8 na 39 +92,00 388.00 0357% 69657 702.07 697.96 703,46 7035 ee 62,969 57.7 60 080 66 66 90,091 C 820.8 na 39 +92.00 C #20 -9 na 44 +27.00 435.00 0.355% 698 96 703.46 705,01 700.51 705.01 60 44,265 50,6 54 0.84 54 -1 54 52,614 5820 -9 na 44 +27.00 C 920 -10 na 48 +26.00 39900 0355% 700.51 701.92 708,42 e0 44,285 506 54 0.84 54 54 52,614 0520.10 na 48 +2800 C #20-11 na 53 +53.00 527.00 0355% 701.92 70642 703.80 708.30 eo 44,265 50.6 54 0.84 54 54 52.614 0.84 0,84 C #20.11 na 53 +53,00 C520.12 na 58 +17.00 464,00 0.355% 703.80 708.30 705 45 709.95 so 44,265 50.6 54 0.84 54 54 52,614 C #20 -12 na 58 +17.00 CO20 -13 na 59 +92.00 175 00 0.3557. 705.45 709 95 706.07 710 57 0 0 eo 44,265 50.6 54 0.84 54 54 52,614 0134 C 520.13 na 59 +92.00 0520 -14 na 63 +95,00 403.00 0.355%. 706 07 710 57 707.50 712.00 0 0 712 0 60 44,265 50.6 54 084 54 54 52,614 0 84 C 920 -14 na 63 +95.00 5020.15 na 66+50,00 255.00 0,26554 707.50 712.50 708.18 713.16 00 712.5 60 44,265 53.5 54 0.97 60 +1 60 60,156 074 C #20.15 na 66 +50 00 5920 -16 na 67 +63.00 113 00 0.265% 708.18 713.15 708,47 713.47 0.0 80 44,265 53.5 54 0.97 60 60 60,156 0 74 C 520 -16 na 67 +6300 C 920.17 na 68 +91.00 128,00 0.265% 708.47 713.47 708.81 71381 0.0 60 44,265 53.5 54 097 60 80 60,156 0.74 C520 -17 na 68 +91 00 0520.18 na 71 +12,00 221,00 0.265% 708.81 713,81 709 40 714.40 0.0 so 44,265 53 5 54 0,97 60 60 60,156 0,74 0620.18 na 71 +12 00 C #20 -19 na 73 +60,00 248,00 0 265% 709,40 714 40 710.06 715 06 0 0 86 44,265 53.5 54 0.97 60 60 60,156 0.74 0620.18 na 73 +6000 C #20 -20 na 77 +23.00 363,00 216,00 0265% 710,06 0265% 711.02 715,06 71602 711.02 711,59 712,48 716,02 716,59 0.0 00 60 44,265 53.5 54 54 0,97 60 60 60,156 0.74 074 D.74 C #20 -20 na 77 +2300 C #20 -21 na 79 +39,00 60 44,265 535 0.97 60 60 60,156 60,156 0520 -21 na 79 +39.00 0020 -22 na 82 +75.00 336 00 0 265% 711.59 716 59 717,48 0.0 so 44,265 53.5 54 0.97 60 60 T bbb54e M6 P 8 2 8 1 0 5 1 TABLE 3 2. BRUSHY CREEK INTERCEPTOR DESIGN 1 I wPCP= 0,80 Calc'd 510 Design USE DFCk= 0.90 Model Downstream Plans MU Sta 4 Model Upstream Plans MH Sta # 07,225 DownStream MH Upstream MH UIS 10F1. Target Prev Design Size Size q(0 Size SIZE Q' 410' Length Slope FLin TopPlpe FLout TopPipe Elev Size Flow (1) (2) (3) (4) (5) (6) (7) (8) . (8) C 420 -22 na 82 +75,00 0 520 -23 na 85 +83.00 308.00 0.265% 712.48 717.48 713.30 718.30 0.0 e0 44,265 53 5 54 0.97 60 60 60.156 0,74 C #20.23 na 85 +83 00 0 920 -24 na 91 +54.00 571 00 0 265% 713.30 718 30 714 81 719.81 0.0 60 44,265 53 5 54 0.97 60 60 60,156 0.74 C 020.24 na 91 +54.00 C #20 -25 na 92 +150D 61.00 0.265% 714.91 719.61 71497 719.97 0.0 so 44,285 53.5 54 0.97 60 60 60,156 0.74 CO20-25 na 92 +15 00 C #20 -26 na 92 +75.00 61.00 0.265% 714 97 719.97 715.13 720.13 0.0 so 44,265 53.5 54 0.97 60 60 60,156 0.74 C 020 -26 na 92 +76.00 C #20 -27 na 84 *46.00 170.00 0.265% 715.13 720.13 71558 720 58 0.0 80 44.265 53.5 54 0.97 80 60 60.156 074 0020.27 na 94 46 00 C #20A -1 na 97 +93.00 347.00 0.265% 715 58 720.58 716 40 721.40 0.0 721 5 so 44,265 53.5 54 0.97 80 60 60,156 0.74 0#20A -1 na 97 +93.00 C #20A- na 101 40 00 347.00 0 25416 716.40 721 40 717.32 722 32 0.0 60 43,889 53 3 54 0.97 60 60 60,058 0,73 C #20A -2 na 101 +40.00 C 920A- na 106 +86 00 546.00 0 264% 717.32 722 32 718 76 723 76 0.0 60 43,889 53.3 54 0 97 60 60 60,058 0 73 C #20A -3 C #20A -4 na 106 86 00 1 C � #20A • 109 +83.00 1�i�ll!fLi1i7fe,�lc� na 109 +83.00 297 00 0.264% 718.76 723.76 719,54 724.54 0.0 eo 43,869 53 3 54 0 97 60,058 0 73 114 +43.00 460.00 0 264% 718 54 724 54 720 76 725.76 0 0 60 - 43,889 53.3 0.97 60,058 0.73 C #20A• C #20A -6 na na 119 +04.00 C W 119 +04.00 C #3 -1 na na 114 +04 00 124 +00.00 � 0 264% 496.00 � 720 77 721.87 725.76 726.97 721 97 723.28 726.97 728.28 0.00 � 60 so 43,889 53.3 53.3 ® 0 73 C 63 -1 10 +00.00 C 93 -2 C3-#1A 11 +89.71 169.71 0.260'. 723.78 728.28 724.22 728.72 s0 60 � MINEKII ri:B 57.7 0.89 pin miiiim 40,088 0,89 ® 45.002 0 73 0.89 00 ��C#3.3 C3-02 15 +61.30 0.26016 722.11 ® 45,002 0.89 C #3 -3 C43-4 C343 15 +81.30 0.03-4 C3-#3 17 +62.64 207.54 723.73 723.65 BO 40,088 ® �� ` 45,002 0.89 C53 -5 C3 -#4 17 +62 84 0#3-5 #3 22 +36 35 C#36 C3-#4 22 +36.35 27+28 21 473,51 � 491 86 ifi 723.65 724.88 724 88 726.16 729 38 i ao 40,088 51.7 0 89 �■ 40,058 ® =MEI■ 45 45,002 0.89 0 89 043.6 C3 - #5 27 28 21 083.7 30 *89 82 361 61 726.16 730.66 727.10 731.60 0 00 40,088 51.7 45,002 0,89 C#3 -7 C3-#6 30 *89.82 C #3 -a C3• 07 34 92.50 402.68 72710 731.60 72815 732,65 40,088 51.7 089 54 ' ' 45,002 089 043 -9 C347 34 +92 50 009.9 C3 - #8 38 +11.12 318.62 0.26% 728.75 732.65 728 98 733.48 40,088 51.7 0 45,002 0 89 083-9 03.68 38 +11 12 083-10 0349 43 +65.37 554.25 0.2816 728.98 733.46 730.42 734.92 40,088 51 7 089 54 54 45,002 0,89 003-10 03-#9 43 +65.37 C#3.11 C3• #10 47 +26.36 360.99 0 26 % 730 42 734.92 731 36 735 86 40,088 51.7 - n O 54 45002 0 89 47 +26.36 003.12 C #3 -11 C3450 50 +31.92 305.56 0.26 % 731.36 735.86 732.15 736,65 40,088 51.7 ®� 45,002 0 89 C#3 - 50 +31.92003 -13 C3412 54 +20.52 388.60 0.28 ° /. 732.15 736.65 773.16 737.66 40,098 51.7 ' 069 54 I 45,002 089 C#3 1 3 C3 54 +20.52 56 C3 -#12A 56 +89.90 269,38 0.26% 733.16 737.66 733,86 738.36 60 40,088 ® 0 89 45,002 0 89 -012A +89 90 0#3.14 03413 58 09 00 119,10 733 86 738 36 - 738,67 i so 40,088 51.7 54 0.89 111 45,002 0 89 003-14 C3.813 58 +09.00 003.15 C3-#14 58 +74.93 65 93 0 260% 734.27 738 77 734 44 738.94 54 39,009 512 54 0 87 54 45,002 0.87 C # 3-75 C3 - #14 58 +74.13 C43-16 C3-#15 82 *62.14 388.01 0.26% 734.44 738.94 735.45 73995 54 39 51.2 54 45,002 087 G13-16 03- #15 62 +62.14 0x3.17 66 +49 93 367.79 0 2616 735.45 739.95 736.46 39 51 2 54 08 : 45,002 0 87 043.17 003.18 03416 C3417 66 +49 93 003.19 C3417 67 +95.64 145.71 0.26% 736.46 740.96 736.84 741 34 39,009 51.2 54 0.8 ■ 45 0 87 67 +95 64 002.19 C3-#18 72 +84,69 489.05 0.26% 736 84 738.11 742 51 39,009 51.2 54 0.8 ■ 54 45,002 0,87 0#3.19 003-20 C3419 C3419 72 +84.69 C #3 - 20 03419 75 +67.53 0 260% 738 21 742.71 738.95 743.45 38,679 51.0 0 86 ■ 54 45,002 0.99 75 *67.53 003.21 03420 82 +34.86 667 33 0 26% 738.95 743 45 740,68 745.18 38,679 51 0 0.86 ■© 45,002 0 66 0 #3-21 037120 82 34 86. C3 - #21 87 +28.18 493 32 0 2616 740.68 745.18 741.98 746.46 38.679 51 0 0.86 45.002 0.66 00 0-22 C3 - #21 C 3 -#22A 87 +2818 90 *29,36 C3 #22A -823A 90 +29.36 301.18 026% 741.96 74646 74275 747,25 54 38,679 51,0 086 54 45,002 0.86 C 3 #23A C3 92 +41.84 212.58 026% 742.75 747.25 743.30 747.80 � - 54 36,679 51.0 54 086 54 ■ 45 0 88 - 92 +41.94 03424 55+25 00 283.06 0 26% 743.30 747.80 744.04 748 54 42 38 51.0 54 0 86 54 ■ 45,002 0,86 083 C3 24 C3-#25 95 +25 00 043.26 03425 96 +75 24 150.24 0 380% 748.54 745.61 749.11 0.15 42 23.309 39.3 42 0.84 42 27,835 0.84 -29 063-27 C3-826 96 +46 61 003.27 03-#26 99 +64.76 318.15 0.38% 745.76 749.26 746.97 750.47 0.15 42 23,309 ' 42 0.84 42 27,835 0.84 99 +64.76 0x3 -20 C3 - #27 104 +53.71 486.95 0.38 16 747.12 750 62 748 97 752.47 0.15 42 23,309 39.3 42 084 42 NMI 27,835 084 0#3-29 C3 - #27 104 +53.71 C#3 29 C3-#28 109 +97.77 544.06 0.3816 749.12 752.62 751.19 754.69 0,15 42 23,309 39.3 42 0,84 42 ■131 27,835 084 063-29 C3 - 528 109 +97.77 003.30 C3 - #29 110 +17.43 19.66 0,38% 751.34 754 84 751.42 754.92 0 95 42 23,308 39.3 42 0.84 42 ■ 42 27,835 0,84 C4340 C3-#29 110 +17.43 C#2 - C 2 -#1A 112 +59.18 241.76 0.38% 751.57 75507 752.48 755.98 0.10 7555+ 42 23,309 383 42 084 42 42 27,835 084 T bbbbda xls Page 2 o14 7111100 TABLE 3 -2, BRUSHY CREEK INTERCEPTOR DESIGN I Down0tream MH I WPCF4 UZI Size 080 Design Flaw (1) Calc'd Size (2) Std Size (3) ql0 ( Design =■® (5) (6) USE (7) OFCR• 0' (8) 060 q70' (9) Model Downstream Plans MH Sta # Model Upstream Plans MH Sta # 57,225 UpSlream MH LYS Target Elev Length Slope FUn TopPipe FLout TopPipe dFL Ca2-1 C2 - #1A 32 +82 B5552.2 C2 - #1B 32 +97.85 15.00 0 38% 752.58 756.05 752,64 756.14 0,10 42 23,309 39,3 42 084 42 42 27,835 0.84 =MMUS 592-3 C2-92 32 +97.85 5+2.3 52-442 37 +29.08 431,23 752.74 756.24 754.12 757 62 0.10 42 22,625 40.1 42 0.89 42 ■ 42 25,543 0.89 37 +29,08 C#24 52 - 03 41 +70,11 441.03 0.32% 75422 757.72 75563 757.17 759,13 760,67 0.10 0.10 Ea 42 42 42 22,625 22 625 22,625 40.1 40,1 45 7 48 0.89 0.89 g 42 . = 42 42 25,543 25,543 25,787 0,89 0,89 0 88 542.4 C2- #3 41 +70.11 Cans C2-#4 46 +18,20 44809 0,32% 755,73 759,23 Ca2-5 542.6 52-#5 46 +18.20 50 +67.48 5+2.4 592.7 C2-95 5246 50 +67.48 449,28 757,27 56 +36.27 568,79 0 16% 757.99 MINIM 761.89 758 90 761 99 762.90 42 22,625 45,7 48 0 88 ' 25,787 0 86 552.7 56 +36 27 CA 5247 61 +22,92 486 65 758 90 762 90 759,67 763.67 0.50 . 42 22,625 45.7 48 0,88 ■ 25,787 0 813 562.4 582.9 C2- #7 C2.00 61 +22.92 67 +05.84 5+2.9 C42 -10 5248 5249 67 +0584 58292 70+00.00 294,16 760.17 761.69 762.95 784,17 761.69 EMILIO 766,45 764,02 76569 766.45 0,50 767.52 0 10 .. 42 22,625 41.7 42 0,98 48 48 32,872 069 42 22,625 41.7 42 0,98 48 4B 32,872 069 552.10 C2449 70 +00 00 582-11 73 +22,35 322.35 0.330% 42 21,982 39.5 42 0 85 -1 42 25.939 0.85 Cat -11 C2-410 73 +22.35 C#2.12 52-#11 77 +13.11 39076 0,33% 764.12 767.62 765.41 76891 010 42 21,982 39.5 42 0.65 42 42 25,939 0,85 552-12 C2'411 77 +13.11 582 -13 52 - #12 81 +05.30 392.19 0,33% 765.51 769 01 766 80 770,30 0 10 42 21,982 39,5 42 0.85 42 42 25,939 0,85 582 -13 024112 81 +05,30 C42 -14 C2413 83 +09.78 204 48 0 33% 766.90 770.40 767 58 771,08 0.10 42 21,982 39.5 42 0,85 42 42 25.939 0 85 5+2.14 52413 83 +09,78 552.15 52-#14 87 +28.14 418,36 0.33% 767,66 771.18 769,08 772,56 0 10 42 21,982 39 5 42 0 85 42 42 25,939 0.85 562.15 52414 87 +28,14 5+2•16 C2-#15 91 +46.50 418,36 Mai 769.18 772.66 770.54 774,04 0.10 _ 42 21,982 LW 42 0 95 42 ■I 25,939 0.85 562.16 91 +46 50 542 -17 97 +38.90 770 64 772,59 776.09 0.30 . 42 21,992 IMMI 39.5 37.4 NM 42 0 85 0.73 ME■ ZEI■IZIESEZEI 25,939 0 85 0.73 502 -17 97 +38 90 5+2.18 102 +93.12 554 22 0 3803/4 EMU= 775,00 778 50 0 10 _ 42 CA2.15 52417 102 +93,12 C#2.19 52418 . 105 +50.00 256.88 038% 775,10 778,60 776.08 779,58 0.10 42 20,382 um ' 0.73 m■IMI 27,835 073 582.19 524118 105 +50005#2.20 C2 - #19 110 +41,99 491.99 038% 778.18 77968 77804 78154 0.10 42 20,382 37.4 NM� =ME KM 37,2 0.73 0 73 073 0.72 �• MEW mi.ig ■ � 42 27,635 27 27,835 27,835 27.835 0.73 0,73 0.73 0,73 7 072 CA 20 110 +41,99 ca221 042.22 C2420 C2 - #21 115 +33,97 491,98 038% 778.14 119 +68.31 432,34 0,38% 780,11 781.64 780,01 783 61 781.78 78351 785,26 010 0.10 010 0,10 0 10 42 42 42 42 42 20,382 20,382 20,382 . 20,129 Cat - 21 115 +33 97 042.22 119 +6631 52.23 C2422 123+66.84 400,53 0,3B% 781,86 783,38 562-23 552 -24 123 +66 84 127 +67.37 Ca244 Ca2•25 127 +67 37 400.53 0 380% 783.48 131 +65.33 397.96 785.10 Kijima 788,60 78661 788,50 790,11 20,129 37,2 in 0.72 ' 42 27.835 542.25 582.26 582 -27 131 +65.33 136 +48 30 139 +25,07 Ca2.20 552.27 551-1 136 +46 30 480.97 0 25% 786,71 139 +25 07 278.77 0,2584 788.02 141 +17.50 192.43 0 25% 788.81 790.21 791 52 792,31 787 92 788 71 791.42 792.21 0.10 0.10 0.10 42 42 42 42 20,129 20,129 20,129 20,129 40 2 40,2 40 2 42 42 42 0.89 0 89 0 89 0 89 42 101 ' 42 42 El 42 22.577 0 89 22.577 22,577 0 89 0.8 789,29 792.79 551-1 11 +92.43 Cal -2 17 +51.62 559.19 0.25% 789,39 792 89 790,79 794,29 0 10 42 22,577 0,89 rn„ 17 +51.62 crt - 23 +10.81 55919 025% 790,89 79439 792,29 795,79 0.10 42 20,129 40,2 42 0.89 42 42 22,577 0.89 23 +10 81 cst4 28 +70 00 559,19 0,25% 792.39 795,89 793 79 797 29 0 10 42 20 40 42 089 42 42 22,577 089 28+70 00 CA1.5 30 +24.03 154.03 793.89 797,39 794.27 MEM 0,10 42 20,129 402 42 089 42 42 22,577 0 3833 7 : . _ 30 +24 03 32 +60,,,,, 33 +84, 36+49.16 j„ s 32 +60 00 235 97 0,240% 33+84,12 MEM 0 24% 38 +49.15 265.03 0,24% 455.25 0 24% 794 37 797.87 794.94 795 34 796.07 797,27 Ifi= 0,10 798.84 0 10 799,57 0.10 800,77 0.10 RENA 17,901 17,901 17,901 38.8 38 B 388 42 42 0,81 0,81 081 42 42 42 42 42 42 22,121 22,121 0.81 0 81 0,81 795,04 795,44 798.17 798.54 799,67 17,901 38 8 42 0 81 42 42 22,121 0,81 C91 - 9 41 +04, 40 1.10 43 +26.49 222,09 0,24% 797.37 800,87 797.90 801,40 0.10 802 17,901 38.8 42 081 42 ■ 42 22,121 0.81 581-10 541-11 541-12 C # 1 -13 Ca l -14 43 +26, 49 46+28.08 �r 59 +37.20 64 +85,31 8 55 5 5 t 46 +28.08 301.59 52 90.25 KM.= 59 +37.20 ENRIMEEINMEI 64+8531 548.11 68 +3278 347,47 0,500% 798.00 799,61 806.55 809.39 801,00 799,51 802.61 60292 806,12 806 35 809.55 809.29 812.89 81070 802 51 0 10 0.20 809.35 • 812,29 0.10 814,20 0.10 _ 614 to 17,901 17,901 33,8 33.6 ESE 36 0,85 085 KEISI 36 36 36 21,167 21,167 0.85 0.85 0 85 082 0 -62 17,901 17,287 17,287 33.8 334 352 38 38 36 0 85 0,82 0,94 36 . 42 38 36 42 21,167 21,167 27,725 0.50% 0377% 551 -15 68 +32.78 C91.18 71+07.04 274,26 0 313% 810 80 814 30 811 84 815,34 0.10 42 17 35.2 36 0,84 42 27,725 0.62 Cal -19 71 +07.04 541-17 74 +80 87 373.83 0,38 % 811.94 815 44 813 35 816 85 0 10 42 17,287 35 2 38 0 94 42 42 27,725 0 62 T bbbbda As Paaa 3 014 TABLE 3 2. BRUSHY CREEK INTERCEPTOR DESIGN Downstream MH Upstream MH Model Plans Sta # Tc Plans Sta # Cal -17 C#1 -18 C#1 -19 74 +80,87 78 +54.70 84 +78,20 C81.20 061.21 C#1 -22 C #133 0 #1 -24 C #1 -25 Notes: (1) ( ( (4) (5) (6) ( (8) ( 88 +47 32 92 +16.44 95 +43 74 102 +35,57 106 +64,90 107 +21,47 C #1 -16 0#1.19 081 -20 C #1.21 C#1 -22 C #1.23 041 -24 C#1 -25 641.26 78+5470 84+78 20 88 +47.32 92 +16 44 95 +43,74 57,225 Length 373.83 623 50 369.12 369.12 327.30 0.38% 0,38% 102 +35 57 106 +64,90 107 +21 47 113 +68,94 691.83 429 33 56 57 647.47 Slope 0 38% 0,38% 0 38% 0 38% 0 38% 0 38% 0.38% Peak wet weather flow calculated from population, acreage & unit flows Calculated exact pipe size for pipe flowing full at design flow (n =,013) Next standard pipe size larger than calculated size Ratio of design flow (q) to capacity (Q) of standard size pipe flowing full Tentative design pipe size (next larger standard size if q/Q 5 DFCR criteria) Flag for pipe size increase ( +1) or decrease ( -1) from downstream pipe Final design pipe size - User selection Capacity flowing full for final design pipe size Ratio of design flow (q) to capacity (Q') of design pipe size flowing full DFCR = Design Flow to Capacity Ratio WPCF = Wastewater Peaking Coincidence Factor DownStream MH FLin TopPipe 813.45 814.96 817.41 818.90 820.39 821.72 824 43 826,15 82646 816.95 818,48 820.91 822.40 823 89 825 22 827.93 829.65 829.96 Upstream MH FLoul TopPipe 814 86 817 31 818.36 820 81 81880 820 29 821 82 824.33 826 05 822.30 823 79 825.12 827 83 829 55 829 86 832.40 U/S dFL 0.10 0.10 0.10 0 10 0.10 0.10 0 10 826 36 828,90 0 10 0.10 wPCF= - 0:80 Target Prev Elev Size 42 42 42 42 63420 42 42 42 42 42 Design Flow (1) 17,287 17,287 17,267 17,287 17,267 17,287 17,287 17,287 17,287 Calc'd Size ( 35 2 35.2 35.2 35.2 35.2 35.2 35.2 35.2 35.2 Sid Size q/0 (3) (4) 38 0.94 36 0,94 36 0.94 36 0 94 36 0.94 36 0.94 36 0 94 Design Size (5) 42 42 42 42 42 27,725 27,725 42 42 42 42 (6) USE SIZE (7) 42 42 42 42 42 42 42 42 42 OFCR= 8 27,725 27,725 27,725 27,725 27.725 36 0 94 36 0.94 27,725 27,725 T bbbbda+ls Page 4 +14 0.90 910 ( 0 62 0 62 0.62 0.62 0.62 0,62 0 82 0 62 0.62 3.2 ONION BRANCH LIFT STATION AND PUMPOVER The Onion Branch lift station is located at the westem city limits of Round Rock, just east of Tonkawa Village subdivision, approximately 400 ft north of Brushy Creek and 1,300 ft south of Sam Bass Road. The station was designed for three submersible sewage pumps with ultimate firm capacity of 4,500 gpm, with 3,300 ft of 16 -inch force main discharging to a 24 -inch gravity main near Sam Bass Road and Old Settlers Boulevard (FM 3406). On account of delays in construction of the final section of the gravity receiving line, approximately 5,900 ft of additional 12 -inch force main was constructed eastward in order to connect the 16 -inch force main with the 24 -inch Onion Branch Interceptor where it crosses Old Settlers Boulevard. The 1986 engineering report for the lift station indicated that the rated capacity of the two initial pumps was 1,700 gpm each with the 16 -inch force main. Since the original engineering report was produced, an investigation of flows and pumping capacity was conducted for the Onion Branch lift station (Onion Branch Interceptor System Capacity Utilization Study, Espey Huston & Assoc., 1998). This investigation found that the pumps discharged 1,700 to 1,800 gpm on start-up, but then decreased to 850 to 1000 gpm after 6 to 7 minutes of run time. The average dry weather flow at Onion Branch lift station ranged from 270 to 350 gpm. The influent flows occur as brief slugs of flow from upstream lift stations. Peak flow reached 1,300 gpm on several occasions. The lag pump would occasionally run briefly, technically indicating overloading, but this did not cause practical problems because the influent flows were of short duration controlled by the upstream pumping. The Onion Branch lift station will be relieved once construction of Contract No. 20 and the System's Brushy Creek Tunnel are complete. Although the need for additional interim capacity is not established at this time, a couple of measures are possible to increase the lift station pumping capacity. The first could restore capacity to the originally designed 1,700 gpm, while the second could take the station to 2,800 gpm. The first measure taken should be an analysis to identify any possible problems in the existing force main system with trapped air, which is suspected of causing the reduced pumping capacity. If this _ analysis shows that remedial measures would not increase pumping capacity, then the second measure - construction of approximately 500 LF of 24" force main (connecting the 16" force main with the 24" gravity main) would be required. Pumping capacity could be increased to approximately 2800 gpm by replacing the existing impellers with larger impellers. Installing larger impellers would not assist in providing additional capacity without construction of this 500 LF of main. Until these improvements are complete, LCRA will contract with Fem Bluff to obtain the right to use the Fern Bluff 12 -inch force main to transport wastewater from the Onion Branch Lift Station to the Onion Branch Gravity System as a System expense. The Onion Branch Interceptor consists of 25,500 feet (4.8 miles) of 21- to 30 -inch pipe that extends from the West Treatment Plant to North Brushy Creek MUD. If surcharging is taken as an indication 449011/000140 15 of overloading, the Onion Branch Interceptor is overloaded, according to a flow monitoring study performed by the City of Round Rock, at a point just south of Highway 79. Further analysis of the data did confirm that the lower 3,000 feet of interceptor did surcharge. However, the lower end of the interceptor is known to be surcharged by high operating levels in the influent lift station at the West Treatment Plant, and it is possible that this could be a factor as well. Due to the age of the entire system, combined with the location of overloaded segments of pipe, the best solution to remedy the occasional surcharging will be construction of BCRWWS Contract No. 20 and the Tunnel. 3.3 CUSTOMER ALLOCATION OF PIPE CAPACITY t , The System's proposed collection lines have been sized based on the results of the PBS &J model. This model derives the design flow for each of the customers based on each customer's population served within each subarea and land area associated with that Service Area. The pipe is sized to serve the total accumulative population upstream of any particular "segment" of pipe and this design population defines a pro -rata share of the pipe represented by each city's service needs. Appendix 2 presents a detailed table defining each customer's allocated share in each defined pipe segment based on ultimate projected populations to be served. The computer model nodes shown in Appendix 2 are the same nodes referenced on Figure 1. Surplus Reserved Capacity, or that capacity otherwise reserved for the City of Leander, is also shown in Appendix 2. 3.4 POINTS OF ENTRY/METERING A "Point of Entry" is defined as a specific manhole on the main interceptor where a customer will be provided an entry location for its contributing flow. All flows entering the System must flow through a "Point of Entry" at a location to be specified by agreement between BRA, LCRA, and each respective customer. Metering is currently proposed to be accomplished via the installation of flow meters at every Point of Entry. The System, however, has numerous points of entry which, with flow meters at each one, impose a significant capital and operation and maintenance expense on the System. Therefore, various methods of metering altematives are currently under evaluation. They would need to achieve similar results as flow monitoring at every point of entry, but be more cost effective. Any change to Metering every Point of Entry must be agreed to by LCRA and BRA and approved by the unanimous vote of the Technical Review Committee. 449011/000140 16 4.0 BCRWWS ESTIMATED CONSTRUCTION SCHEDULE The proposed Project encompasses several acquisition and construction projects. It is anticipated that these regional System assets will continue to be acquired, and constructed in the sequence outlined in this section. 4.1 CONSTRUCTION /ACQUISITION SEQUENCE For contract purposes the System interceptors have been divided as "Upstream" and 'Downstream" segments. Downstream being defined as those interceptors connecting the System's East Wastewater Treatment Plant to Node C3 -1 and Upstream being defined as those interceptors from C3 -1 to the Cedar Park WWTP (reference Figure 1). Construction and acquisition will occur under the two main phases described herein. 4.1.1 Phase I The initial phase of the Project consists of significant acquisitions and several construction projects. These have now been substantially completed, are operational, and will provide regional wastewater service to the customers. Phase I projects provide, wastewater service to Round Rock, Fern Bluff MUD, Brushy Creek MUD, Austin, Leander, and Cedar Park through existing systems acquired from Round Rock and construction of Contract Nos. 6, 3, and 2. Initial capacity limitations of Phase I will be based on the System's East and the Round Rock West Plant treatment capacity and the capacity limitation of the Onion Branch lift station and pumpover. Phase I - Initial service through to Pawner Lane - excluding Contract Nos. 20, 1, and the System's Brushy Creek Tunnel. 449011/000140 IA. East WWTP Expansion/Regional System Planning and Design IB. Acquisition of Round Rock East and West Plant and Regional Assets IC. Contract No. 6 Construction ' ID. Contract No. 3 Construction IE. Onion Branch Lift Station & Pumpover Acquisition and Upgrade IF. Acquisition of Cedar Park Regional Assets IH. Contract No. 2 Construction 17 Round Rock's limitation will be based on their initial share of the 14.8 mgd available at the Plants. Additional treatment plant capacity is projected to be required in the year 2007. Round Rock's contractual flows during that year are 9.6 mgd. Round Rock's capacity flow limitations will not be dependent upon regional system pipe capacity. Cedar Park's capacity limitations will be based upon the treatment capacity of their existing WWTP (2.5 mgd) for service within the City and limited by the capacity of the Onion Branch Lift Station and pumpover for service within the eastern areas of its ETJ. Both of these limitations are projected to be reached in the year 2002. That year, Cedar Park's WWTP is expected to begin to receive flows in excess of rated capacity and the capacity of the Onion Branch Lift Station and pumpover will be exceeded. Both of these occurrences are what drive the timing of Phase Austin's limitations during Phase I will be tied to the capacity limitation of the Onion Branch Lift Station and pumpover. Again, this is projected to occur in the year 2002. 4.1.2 Phase II 449011/000140 Phase I capacity limitations based on daily average flows are as follows: • Round Rock • Austin, LCRA, Cedar Park • Cedar Park 18 9.60 mgd (2007) 2.45 mgd (2002) at Onion Branch LS 2.5 mgd at Cedar Park WWTP Phase 11 of the Project is currently scheduled to be constructed in the next 2 -3 years. Construction of Contract No. 20, and the Brushy Creek Tunnel is required to convey flows by gravity from upstream of the Onion Branch Lift Station to Contract No. 6. In addition, development projections in the Cedar Park and Austin Service Areas, as well as a projected increase in flows to the Cedar Park WWTP necessitate the construction of Contract No. 1. The following projects are identified as Phase II. IIA. Construct Contract No. 1 BB. Construct Contract No. 20 and the BCRWWS Tunnel (Contract No. 21) According to the LCRA, capacity limitations upon completion of Phase II will be based upon treatment capacity of 14.8 mgd at the System's East and West plants and 2.5 mgd at Cedar Park. These capacities are projected to be reached in the year 2007. Capacity limitations for each of the customers prior to the expansion of the System's East Plant will be based upon contractual flows in the year of 2007 as follows: • Round Rock 9.6 mgd • Austin 0.3 mgd • LCRA 2.4 mgd (includes BCMUD and Fem Bluff MUD) Cedar Park a 2.5 mgd Until completion of the portion of Phase]] of the System downstream of the Onion Branch Lift Station, LCRA will contract with Brushy Creek MUD to have a portion of the System wastewater flows treated by the MUD at Brushy Creek MUD's South Wastewater Treatment Plant as a System expense. 4.2 FUTURE EXPANSIONS 4.2.1 Periodic Expansion of Treatment Capacity The treatment plants will be constructed in incremental capacity expansions to meet reasonable build out periods, maintaining adequate excess capacity to meet reasonable growth rates. Any unusual growth, such as major industry development, can be accommodated with adequate notice. Likewise, if the Lake Creek Basin is converted from the existing Walnut Creek pump -over prior to the year 2015, treatment capacity can be provided to accommodate the additional flows at any time prior to 2015 with adequate notice. Currently, future expansions are anticipated to be required as presented in the following chart. 50 {5 0 90 6 25 0 20 15 10 .10 BCRWWS W WIP FLOW AND CAPACITY 2015 YEAR l� 449011/000140 19 2025 PI Jr _- { --- } - -{ • _ . }__{__ : -.{ _, _ 4 4 __ 4 ' 1 F t • Round Rock 9.6 mgd • Austin 0.3 mgd • LCRA 2.4 mgd (includes BCMUD and Fem Bluff MUD) Cedar Park a 2.5 mgd Until completion of the portion of Phase]] of the System downstream of the Onion Branch Lift Station, LCRA will contract with Brushy Creek MUD to have a portion of the System wastewater flows treated by the MUD at Brushy Creek MUD's South Wastewater Treatment Plant as a System expense. 4.2 FUTURE EXPANSIONS 4.2.1 Periodic Expansion of Treatment Capacity The treatment plants will be constructed in incremental capacity expansions to meet reasonable build out periods, maintaining adequate excess capacity to meet reasonable growth rates. Any unusual growth, such as major industry development, can be accommodated with adequate notice. Likewise, if the Lake Creek Basin is converted from the existing Walnut Creek pump -over prior to the year 2015, treatment capacity can be provided to accommodate the additional flows at any time prior to 2015 with adequate notice. Currently, future expansions are anticipated to be required as presented in the following chart. 50 {5 0 90 6 25 0 20 15 10 .10 BCRWWS W WIP FLOW AND CAPACITY 2015 YEAR l� 449011/000140 19 2025 PI 4.2.2 Parallel Interceptors The major collection system components are designed for ultimate population projections. However, the Contract No. 6A interceptor does not have adequate capacity to handle full ultimate build -out of the Lake Creek Basin. Based on current build out schedules and the assumption that Lake Creek populations will not come in prior to 2015, a parallel 48" will be required at that time. 4.2.3 Periodic Wastewater Treatment Plant Rehabilitation According to LCRA, the System's wastewater treatment plants will require periodic rehabilitation and replacement of major equipment to maintain the serviceability of the facilities. The costs of the rehabilitation projects are included in the capital plan for the Project. The rehabilitation is assumed to occur over a 3- to 5 -year period every 20 years at an estimated cost of approximately 25% of initial cost. 449011/000140 20 P 5.0 REFERENCES Brushy Creek Interceptor Design Analysis. Austin, TX: Espey, Huston & Associates, Inc., August, 1997. Final Engineering Design Report, Brushy Creek Regional Wastewater Collection System Contract No. 6. Austin, TX: Espey, Huston & Associates, Inc., September, 1997. BRA/LCRA Alliance, Brushy Creek Regional Wastewater System Engineering Report. Austin, TX: Espey, Huston & Associates, Inc., Revised March 19, 1997, December 19, 1996, June 26, 1996, May 1, 1996, Original March 1996. Brushy Creek Sewer Service Study, Status Report. Austin, TX: Camp Dresser & McKee Inc., January 12, 1996. Brushy Creek Regional Wastewater System Facilities Plan. Austin, TX: Camp, Dresser & McKee, Inc., September 1988. A Feasibility Study of a Potential Regional Wastewater Treatment Facility for the Upper Brushy Creek Watershed of Southwest Williamson County, Texas. Austin, TX: Haynie & Kaltman, Inc. and Espey, Huston & Associates, Inc., Revised March, 1985, Original July 1984. Final Engineering Design Report Regional Wastewater Collection System for the Upper Brushy Creek Watershed of Southwest Williamson County, Texas, Contracts 1, 2, 3, 4, 5, 6, & 8(a), (b). Austin, TX: Espey, Huston & Associates, Inc., May 1986. 449011/000140 21 PBSI APPENDIX 1 PBS' waters of the Brazos River; and BRAZOS- COLORADO WATER ALLIANCE WHEREAS, the Brazos River Authority ( "BRA ") is a conservation and reclamation district created under the authority of Article 16, Section 59, of the Constitution of the State of Texas, comprising all but three of the counties of the watershed of the Brazos River and its tributary streams; and WHEREAS, BRA is authorized and empowered to control, coordinate, conserve and manage the employment and use of flood, storm and unappropriated flow WHEREAS, BRA is also authorized and empowered to construct, own, operate, maintain and provide sewerage gathering, treatment, and disposal services; and WHEREAS, the Lower Colorado River Authority ( "LCRA ") is a conservation and reclamation district created under the authority of Article 16, Section 59, of the Constitution of the State of Texas, consisting of that part of the State of Texas that is included within the boundaries of the counties of Bastrop, Blanco, Burnet, Colorado, Fayette, Llano, . Matagorda, Sa Saba, Travis and Wharton (the "District "); and WHEREAS, although the County of Lampasas is not included in the LCRA's statutory District, LCRA also is authorized to exercise the same powers within Lampasas County that it may otherwise exercise within the District, provided, however, that, with respect to that portion of Lampasas County located within the Brazos River watershed, LCRA may not provide water and wastewater services without the consent of the Brazos River Authority; and WHEREAS, LCRA's statutory powers include the directive to control, store, preserve, distribute, use and sell the waters of the Colorado River within the District or within the boundaries of the watershed that contribute inflow to the Colorado River below the intersection of Coleman, Brown and McCulloch counties (the "LCRA basin "); to prevent or aid the prevention of flood damages from the waters of the Colorado River and its tributaries; and to construct, own, operate, maintain or otherwise to provide sewerage gathering, treatment, and disposal services; and WHEREAS, the Central Texas region, including Williamson County, is experiencing rapid business and population growth, which is expected to continue for the foreseeable future with accompanying demands for municipal water supplies and wastewater services; and WHEREAS, BRA and. LCRA recognize that optimal development, conservation and use of the region's water resources depends upon cooperative planning and development. THEREFORE, BRA and LCRA endorse and accept the following principles of joint action to address the immediate and long -term water and wastewater requirements of the Williamson County area and, where appropriate, the long- term water and wastewater needs of other areas of mutual concern to BRA and LC RA. AGREEMENT ARTICLE I BRAZOS - COLORADO WATER ALLIANCE 1.1 To facilitate the regional conservation, planning and development of the water resources and the planning and development of regional wastewater services for the Williamson County area and, where appropriate, other areas of mutual concern to BRA and LCRA, BRA and LCRA hereby agree to form the Brazos - Colorado Water Alliance ( "Alliance "). 2 1.2 The foremost principle of the Alliance shall be the wise and efficient management of the water resources of the two basins for the benefit and well being of both regions and their citizens. BRA and LCRA commit to work together to gain for appropriate, joint programs. their respective basins the benefits of coordinated and, when water and wastewater management and development ARTICLE It WILLIAMSON. COUNTY 2.1 Williamson County, although in the Brazos River basin, currently has southern portions of the county supplied with water from the Colorado River. Because of its proximity to the LCRA water service area and the county's important economic connections with LCRA's electric service area, Williamson County is a logical area to profit from cooperative water and wastewater planning and development by the Alliance. Dramatic growth in this area has led to pressing water supply shortages and highlighted the danger of potential limits to further economic development and growth in the area. Thus, the water and wastewater needs of this area are particularly acute regional issues that BRA and LCRA agree to address jointly through the following actions: (a) carrying out joint planning, financing, construction, and where appropriate, operation of regional water and wastewater facilities; (b) developing the criteria for joint planning efforts; (c) utilizing surface and groundwater resources from both basins to meet the Williamson County area's needs; (d) assisting in the development of the water resources of the area; (e) studying the quantity and quality of water resources available in each basin to serve the Williamson County area; 3 (f) determining the water demands of the Williamson County area; (g) gathering and sharing streamflow and weather monitoring data; (h) transferring and sharing technology; (1) cooperating in working with the legislative and regulatory process to address the water and wastewater needs of the Williamson County area. ARTICLE III LONG -TERM PLANNING AND INITIATIVES 3.1 BRA and LCRA recognize that their statutory missions with respect to water resources and wastewater services, first and foremost, are to supply.the immediate and long -term water and wastewater demands of their respective basins. BRA is recognized as the regional water and wastewater provider of choice in the Brazos basin and LCRA is recognized as the regional provider of choice in the Lower Colorado River basin. However, within the limits of statutory authority, BRA and LCRA may agree to other arrangements with respect to specific regional projects in either basin. 3.2 BRA and LCRA also recognize that they can best serve their respective basins by long -term planning efforts and initiatives that will focus, when appropriate, upon regional solutions to water and wastewaterlieeds. Therefore, long -term, coordinated regional planning and initiatives will be key elements of the Alliance. 3.3 BRA and LCRA agree to institute long -term regional planning processes and initiatives to address the water and wastewater needs in areas of mutual 4 concern to the Alliance using the actions enumerated for addressing those needs in Williamson County in Article II, Section 2.1, above. BRAZOS RIVER AUTHORITY President By:., 474i� Roy P(. Roberts General Manager w: \corttImiscVcra • bra.mou ARTICLE IV GENERAL PROVISIONS 4.1 The Effective Date of this Alliance shall be on the date when this agreement is executed by the President of Brazos River Authority and the Chair of Lower Colorado River Authority and by the General Managers of both river authorities. 4.2 The Boards of Directors of both river authorities shall review the accomplishments of the Alliance and the desirability of its continued existence every ten years; provided, however, that either party may terminate this Alliance by giving not Tess than 30 days' written notice to the other party of such termination. ENTERED into this the f --9/ day of /(4 1995. 5 LOWER COLORADO RIVER AUTHORITY By: .. :. L By CHARLES MOSER TEDDY BQEHM General Manager APPENDIX 2 i 3 PBS' 0_ncmda a. 3,695 EPTOR DESIGN FLOW AND CAPACITY ALLOCATION Austin L 005 1,857 1,855 2,792 X0% 3,143 13580 %' 3,874 101.62r 3,708 3,705 3,672 3,670 19,090 •Ni324 18,972 1 +2% 6 18,936 18,840 M43?.4 18,812 2312fa 18,786 232A 18,767 Surplus Reserved Capacity Ph !:k 0155i 9,786 41 9,778 9,739 ?4w23 °� 9,651 9,643 9,345 i8.4% 9,264 9,239 9,173 1 L. 9,153 9,136 r t 9,123 ,M11,3 Fern Bluff MUD 7P,-✓. u 0.ciV , 358 357 1,059 vrl 1,058 1,030 1,023 1,021 1,014 1,013 1,011 1,010 Brushy Creek MUD 00% go4. : O��i6 000 %4 1,210 tO22D1u 1,198 u , 1,196 3,461 ��abr 3,768 Wirfi 3,756 3,725 43/0 3,716 3,701 Round Rock ,00/% 0: X6, 3,407 3,813 5,784 11,972 14,152 e s 1�9i/o 20,473 22,426 3,707 24,283 25,688 INTERC Cedar Park 17,287 0 0 ,7 17,901 OO�OD 18,273 z 8c 18,527 19,190 7x 0° 19,482 86 4° � ; � 19.435 ° 25,185 25,167 25,086 6��f681p% 24,902 24,885 56 22° 24,260 24,089 24,037 379 23,898 09 23,858 216 23,821 9`50% 3,793 g 9/2500 1215 PM Customer Population & Servic NODE Data Cedar Park Austin Surplus Reserved Capacity Fern Bluff MUD MH# Avg gpd /c -> 100 100 100 100 I A Popn 72,514 - - - C #1 - 26 Acres 10,503 - - - B Popn 2,815 - - - C#1 -13 Acres 411 - - - C Popn 2,336 6,832 - - C#1-5 Acres 341 1,289 - - 1@ E D Popn 1,171 - - - C#2 -23 Acres 171 - - - E Popn 3,357 3,514 - - I C#2 -17 Acres 490 663 - - F Popn 1,459 1,325 - - C#2 - Acres 213 250 - - G Popn - 2,745 - - C #2 -2 Acres - 518 - - H Popn 30,306 - 54,346 - I C#3 -23 Acres 4,424 - 5,225 - I Popn - - - 1,687 C#3-19 Acres - - - 228 F J Popn - - - - 1 C#3 -14 Acres - - - - I6 K Popn - - - 3,353 C#3 - 1 Acres - - - 453 I L Popn - - - - j C #20A -1 Acres - - - M Popn - 64,466 - - C#20 8 Acres 11,495 - i N Popn - - - - f C #21 Acres - - - - c 0 Popn - - - - I C #6 Acres - - - - P Popn - - - - C#6 - 1 Acres - - - - j Q Popn - - - - i C#9 -1 Acres - - - - ! R Popn - - - - F C #6A -21 Acres - - - - 4 S Popn - - - - C#6A-12 Acres - - - - T Popn - - - - C#6A -1 Acres - - - - i Iota) Sum of Popn 113,958 78,882 54,346 5,040 Iotal Sum of Acres 16,553 14,215 5,225 681 I NO FES: (1) Nodes are manhole designations used in the sewer mode a1 0_ncmda a. 3,695 EPTOR DESIGN FLOW AND CAPACITY ALLOCATION Austin L 005 1,857 1,855 2,792 X0% 3,143 13580 %' 3,874 101.62r 3,708 3,705 3,672 3,670 19,090 •Ni324 18,972 1 +2% 6 18,936 18,840 M43?.4 18,812 2312fa 18,786 232A 18,767 Surplus Reserved Capacity Ph !:k 0155i 9,786 41 9,778 9,739 ?4w23 °� 9,651 9,643 9,345 i8.4% 9,264 9,239 9,173 1 L. 9,153 9,136 r t 9,123 ,M11,3 Fern Bluff MUD 7P,-✓. u 0.ciV , 358 357 1,059 vrl 1,058 1,030 1,023 1,021 1,014 1,013 1,011 1,010 Brushy Creek MUD 00% go4. : O��i6 000 %4 1,210 tO22D1u 1,198 u , 1,196 3,461 ��abr 3,768 Wirfi 3,756 3,725 43/0 3,716 3,701 Round Rock ,00/% 0: X6, 3,407 3,813 5,784 11,972 14,152 e s 1�9i/o 20,473 22,426 3,707 24,283 25,688 INTERC Cedar Park 17,287 0 0 ,7 17,901 OO�OD 18,273 z 8c 18,527 19,190 7x 0° 19,482 86 4° � ; � 19.435 ° 25,185 25,167 25,086 6��f681p% 24,902 24,885 56 22° 24,260 24,089 24,037 379 23,898 09 23,858 216 23,821 9`50% 3,793 g 9/2500 1215 PM BRUSHY CREEK INTERCEPTOR CAPACITY ALLOCATION TO CUSTOMERS BASED ON DESIGN FLOWS (PEAK WET WEATHER FLOWS) Customer Population 8 Service Area Section Cumulative Population and Acres INTERCEPTOR DESIGN FLOW AND CAPACITY ALLOCATION NODE Data Cedar Park Austin Surplus Fern Bluff Brushy Creek MUD Round Rock Grand Total Node - to-Node Cedar Park Austin Surplus Fem Bluff Reserved MUD Capacity Brushy Creek MUD Round Rock Cumulative Grand Total Av. Flow I / I PF DesignQ Cedar Park Austin Surplus Reserved Capacity Fern Bluff MUD Brushy Creek MUD Round Rock MH# Reserved Capacity MUD Avg gpd /c -> 100 100 100 100 140 140 A C #1 -26 Popn Acres 72,514 10503 - - - - - - - - - - 72,514 10,503 2,815 411 9,168 1,630 1,171 A C#1 -26 B C #1 -13 72,514 10503 - - - - - - - - - - - - - - - 72,514 10503 75,329 10,914 5,036 8,753 5,231 9,095 5,868 10,453 5,949 2.12 17,287 2.10 17,901 2.06 20,129 2.06 17,287 00.0 17,901 0.00° - - - - _ l 0 �` 0,.0 °„ Q O at. O , = .4,00 0 - _ >r' ` OM ¢ 0 00:As y _ • ll. ° B C #1 -13 Popn Acres 2,815 411 - - - - - - - - - - B C#1 -13 C 051 -5 D C C #1 -5 75,329 10914 - - C C #1 -5 Popn Acres 2,336 341 6,832 1,289 - - - - - - - - - D C #2 -23 E 77,665 11,255 78,837 6,832 1,289 6,832 - - - - - - - - - - 84,497 12,544 85,669 18,273 08 18,527 7x,08 1,857 2.40-20 0 G � .. . d. , s, 000° "1000' 1,855 - - 79 03_ ; gao x . A 000% D Popn 1,171 - - - - - C#2 -23 E Acres Popn 171 3,357 - 3,514 - - - - - - - - 171 6,871 C#2 -23 E 082 -17 F 11,426 82,193 1,289 10,346 - - - - 12,715 10,596 20,382 2.03 - - - - 92,539 6,426 .1� 19,190 8 0 19,482 864 3 O0 . 2,792 - - - _ ;12.x % y 00°a - 00% -o 00%tip^ 0 +� o 3143 - - - .. - 389 %, 0 00 po ° k D ° `E#` ii C #2 -17 F C#2 -10 Acres Popn Acres 490 1,459 213 663 1,325 250 - - - - - - - - 1,153 2,784 463 C #2 -17 F C#2 -10 C#2 -10 G 052 -2 11,916 83,652 12,129 1,952 11,671 2,202 - - - _ - - - - - 13868 95,323 14,331 11,557 6,620 11,943 21,982 2.02 22625 - - - - G Popn - 2,745 - - - 2,745 G H 83,652 14,416 - - - - 96,068 6,810 2.01 19,435 E337, n2 6 1 r .�a4..., 25,167 o • nPu.P 3,874 - - - _ 771774. �.. j g.00a D 0 3,708 9,786 _ C#2 2 H 0#3 -23 Acres Popn Acres - 30,306 4,424 518 - - - 54,346 5,225 - - - - - - - - - 518 84,652 9,649 1,687 228 5,606 C #2 -2 H C#3.23 053-23 I C #3-19 12,129 113,958 16,553 113,958 16553 113,958 2,720 14,416 2720 14,416 2720 14,416 - 54,346 5,225 54,346 3225 54,346 - - - 1,687 228 1,687 - - - - 5,606 - - - - - 14,849 182,720 24,498 184,407 24,726 190,013 12,374 12,689 20415 12,806 20605 13,351 23309 1.80 38679 1.80 39,009 1.78 =IT ,.,.. n obtk '�. 959 `t -25 . ,3 0 Y ',, a r 1 °fi p ' s 3,705 9,778 358 - - I C#3-19 J Popn Acres Popn - - - - - - - - - 1,687 228 - - - 5,606 - - - I C#3 -19 .1 J C #3 -14 K a wer .. 25p h `' 'r 25,086 3,695 9,739 357 1,210 - C53 -14 K C #3 -1 Acres Popn Acres - - - - - - - - - - - - - - - - _ - - 3,353 453 - - 519 - - - 11,602 2189 519 14,955 2,642 1,389 262 82,924 13901 23,645 4,300 C #3 -14 K 083-1 L C#20A -7 M C #20-8 N C #21 -1 0#3 -1 L C#20A -1 M 0#20 -8 N C#21 -1 0 C#6 -15 16553 113,958 16,553 113,958 16553 113,958 16553 113,958 16,553 2720 14,416 2,720 14,416 2,720 78,882 14,215 78,882 14215 5,225 54,346 5,225 54,346 5,225 54,346 3225 54,346 5,225 228 5,040 681 5,040 681 5,040 681 5,040 681 519 5,606 519 5,606 519 16,818 1558 18,500 1,714 - 11,602 2,189 25245 204,968 27,887 21,038 14,712 23239 14,847 23,458 21,118 35,042 23,417 38,625 40088 1.75 43889 1.75 44265 1.65 62,969 1.63 69,086 ;6 5° '. ='3 • 4t '89 3 0 - 0`.00 24,902 3,672 9,651 1,059 1,198 3,407 ° 'e ' 2 a E ..17.. ': . -,, 24,885 3,670 9,643 1,058 1,196 3,813 .220t .220t .n 2 2 •. .• 39 a sew 0% .,,, 24260 19,090 9,345 1,030 3,461 5,784 8 a a, 8 , €.`1 / '- 500 '"�,=9��•0 24,089 18,972 9,264 1,023 3,768 11,972 L - Popn Acres - - 11,212 1,039 1,682 156 1,389 262 7,246 1,367 21,963 4144 12,991 2451 20,237 3818 42,200 7,962 206,357 23149 289281 42050 312,926 46350 M C#20 8 N C #21 -1 Popn Acres Popn Acres 64,466 11,495 - - - - - - - - - - ' .!J .6 41 ,7271 . 6: 6 6 . 1 8° * 5,45, •1• 3 • 0 Popn - - - - - 7,796 7,796 0 P 113,958 78,882 54,346 5,040 18,500 49,996 320,722 24,175 1.62 24,037 18,936 9,239 1,021 3,756 14,152 W r276732 r 729 °o • T 3° 7 ` 1 ° i ce. C #6-15 Acres - - - - - 1,471 1,471 C#6-15 C#6 -1 16,553 14,215 5,225 681 1,714 9,433 47,621 39,851 71,141 P C#8-1 Q Popn Acres Popn - - - - - - - - - - - - 22,769 4296 7,081 22,769 4,296 7,081 P C#6 -1 Q Q 069-1 113,958 16,553 78,882 14215 78,882 54,346 5,225 , 54,346 5,040 681 5,040 18,500 1,714 18,500 72,765 13729 79,846 343,491 52117 350,572 26,389 43431 27,077 160 77,122 1.59 ,�a .. 23,898 18,840 9,173 1,014 3,725 20,473 t 9°d ,.,. , % ;aS 'i F•t 89% �,3 y M /d -," 6.551. 23,058 18,812 9,153 1,013 3,716 22,426 75775 0'21 Mpo• =1 6 A I M. 7 ,- , . 28 0 - - - R 113,958 C #9 -1 Acres - - - - - 1,336 1,336 C #9 -1 C#6A -21 16,553 14,215 5,225 681 1,714 15,065 53,453 44,544 78,977 R Popn - - - - - 6,752 6,752 R S 113,958 78,882 54,346 5,040 18,500 86,598 357,324 27,734 1.58 23,821 18,786 9,136 1,011 3,707 24,283 C#6A -21 Acres - - - - - - 1274 5,120 1,274 5,120 C #6A -21 S C#8A -12 T 16,553 14215 3225 681 1214 18,500 16,339 91,718 54,727 362,444 45,606 28,231 80744 1.58 9 50° 0 23277X : wfw - . 59?Q} 3091 P• 18,767 9,123 1,010 3,701 25,688 2 5£_ ` ° I $1.�7° ' S Popn - - - - 113,958 78,882 54,346 5,040 C#6A -12 Acres - - - 966 966 C#6A -12 C #6A -1 16,553 14,215 5,225 681 1,714 17505 55693 46,411 82082 T Popn - - - - - 4,261 4,261 113,958 78,882 54,346 5,040 18,500 95,979 366,705 28,646 + -O ;. C #6A -1 Acres - - - - - 804 804 16,553 14,215 5,225 681 1,714 18,109 56,497 47,081 o a um o •opn Iffirs1P1Q:iR1f:KEi m ar •8 ma.e : mom= c.. r 1,714 :, 0• 56,497 an. not man o e num ers Der con tmLaon o ns_ (21 .n ntrarwa - ocnn,n .a nenene nru env .. ... .. + .. ,�... .. ,,.......,. __.__ _ ota em •ores 'a. es are 16,55 4, , 5 man o e eesl gnat lons use. in t e sewer APPENDIX 2 o_ooeede xis Page 10 9125400 1215 PM APPENDIX 3 P History of the Brushy Creek Regional Wastewater System In December 1985, the Brushy Creek Water Control and Improvement District No. 1 of Williamson and Milam Counties (the "WCID "), the City of Austin ( "Austin "), the City of Round Rock ( "Round Rock "), Williamson County Municipal Utility District No. 2 (now known as "Brushy Creek MUD ") and Williamson County Municipal Utility District No. 3 ( "MUD 3 ") entered into a Wastewater Disposal Contract (the "1985 Agreement ") to provide for the financing, design, construction, operation and maintenance of a regional wastewater transportation and treatment system to serve the Upper Brushy Creek watershed (the Regional System). The Regional System was generally described in a report entitled A Feasibility Study of a Potential Regional Wastewater Treatment Facility for the Upper Brushy Creek Watershed of Southwest Williamson County, Texas, prepared by Espey, Huston & Associates, Inc. and Haynie & Kaltman, Inc. This report was authorized by the WCID and completed in July 1984. Several amendments and options were evaluated over the next year with Option 4F dated September 1985 being accepted by all of the parties. Option 4F proposed the construction of approximately twenty-two (22) miles of wastewater interceptors, three lift stations, and a 10 MGD regional wastewater treatment facility to be located east of the City of Round Rock. The engineer's estimate for Option 4F was $40,690,030. Also during 1985, the WCID was designated as the regional provider of wastewater services for the Upper Brushy Creek Watershed and received a 10 MGD Wastewater Discharge Permit from the Texas Water Commission. In December 1985, Round Rock entered into construction contracts for a 2. 5 MGD wastewater treatment plant at the regional site as well as wastewater interceptor Contracts 6 and 9 to transport wastewater flows from Round Rock's Lake Creek basin to the regional site. In the spring of 1987, the WCID received bids for the construction of eight (8) of the wastewater interceptor projects and the wastewater treatment plant. A revised overall project cost was prepared by the WCID and the Technical Committee in the amount of $56,545,724. This higher estimate was based on the construction bids received and the inclusion of project costs not in the original engineer's estimate. In August 1987, Brushy Creek MUD withdrew from participation in the 1985 Agreement and it expired of its own terms. In April 1988, the WCID, Austin and Round Rock entered into a Wastewater Disposal Agreement (the "1988 Agreement ") to provide for the financing, design, construction, operation and maintenance of a revised version of the Regional System which would serve only the extraterritorial jurisdictions of Austin and Round Rock. In approving the 1988 Agreement, Austin requested that the engineering report be updated and consideration be given to reducing the pipe size of many of the wastewater interceptors and that evaluation of further phasing of the project be considered. Camp Dresser & McKee, Inc. ( "CDM ") completed this report entitled Mushy Creek Regional Wastewater System Facility Plan in September 1988. In January 1989, the WCID, Austin and Round Rock entered into Amendment No. 1 to the 1988 Agreement to incorporate the changes recommended in the CDM report and entered into an Interim Wastewater Disposal Agreement (the "Interim Agreement ") whereby the WCID secured interim wastewater transportation and treatment services from Round Rock for Austin. 449011/000140 061300 Under the 1985 Agreement and the 1988 Agreement, the WCID acquired several wastewater interceptor projects and the Onion Branch Lift Station which were built by others. The WCID also acquired several easements and other interests in real estate for the Regional System. In the Spring of 1994, Austin and Round Rock determined that due to the earlier withdrawal of Brushy Creek MUD and MUD 3 and the subsequent downsizing of the system, the further participation by the WCID as project manager was no longer needed and that further financing, design, construction, operation and maintenance of the Regional System could best be done as a joint endeavor of Austin and Round Rock. In September 1994, the parties entered into an "Agreement for Termination of Brushy Creek Regional Wastewater Disposal Agreement" (the "Termination Agreement ") which set forth the terms and conditions for termination of the 1988 Agreement and the transfer of all regional assets to Austin and Round Rock. The Termination Agreement was amended in September 1995 and again in March 1996 providing for extensions of the closing date. Also in the Spring of 1994, Austin and Round Rock entered into an Interlocal Agreement for the design of an 11.8 MGD regional wastewater treatment plant. HDR Engineering was selected as the engineer for the project. In March 1995, Austin received bids for the construction of the plant. During the spring, the Texas Legislature considered several bills which would reduce the Austin ETJ in Williamson County. Two of these bills were approved and signed into law by the Governor in June. As a result of these bills, Austin did not proceed with the construction of the plant. In August 1995, Round Rock entered into a construction agreement with Craig, Sheffield & Austin, Inc. ( "CSA ") to construct an 11.8 MGD wastewater treatment plant on the regional site in the amount of $19,474,00. In order for Round Rock to proceed with the construction, a significant change order was negotiated and approved to reduce the size to 6.8 MGD and to reduce the contract amount to $14,979,390. Round Rock and CSA are proceeding with this construction project. 449011/000140 061300