Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
R-06-06-22-10C2 - 6/22/2006
RESOLUTION NO. R -06-06-22-10C2 WHEREAS, Chapter 791 of the Texas Government Code, V. T. C.A., authorizes local governments and agencies of the state to enter into agreements with one another to perform governmental functions and services, and WHEREAS, the City of Round Rock wishes to enter into an Interlocal Agreement Regarding Preliminary Design Services for Regional Water System with the City of Cedar Park and the Lower Colorado River Authority, 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, subject to the City Manager's and City Attorney's approval of the final language and terms, an Interlocal Agreement Regarding Preliminary Design Services for Regional Water System with the City of Cedar Park and the Lower Colorado River Authority, a copy of same 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. RESOLVED this 22nd day of June, 2006. @PFDesktop\::ODMA/WORLDOX/O:/WDOX/RESOLUTI/060622C2.WPD/sc ATTEST ALA/kJ me WtO , Mayor Peo-7 ')i City of Round Rock, Texas CHRISTINE R. MARTINEZ, City Secre 2 INTERLOCAL AGREEMENT REGARDING PRELIMINARY DESIGN SERVICES FOR REGIONAL WATER SYSTEM THE STATE OF TEXAS COUNTY OF WILLIAMSON KNOW ALL BY THESE PRESENTS: THIS INTERLOCAL AGREEMENT REGARDING PRELIMINARY DESIGN SERVICES FOR REGIONAL WATER SYSTEM ("Agreement") is entered into between the City of Round Rock, Texas, a Texas home -rule city ("Round Rock"); the City of Cedar Park, Texas, a Texas home -rule city ("Cedar Park"), and the Lower Colorado River Authority, a political subdivision of the State of Texas ("LCRA"). In this Agreement, Round Rock, Cedar Park and LCRA are sometimes individually referred to as "a Party" and collectively referred to as "the Parties". Recitals WHEREAS, the growth of the Cities of Round Rock and Cedar Park as well as the City of Leander ("Leander") necessitates the development of additional water supplies for each of these communities; and WHEREAS, LCRA previously entered into that certain "Wholesale Potable Water Supply Agreement" dated as of March 2, 1998 with Leander pursuant to which LCRA agreed to construct facilities from time to time in order to provide a wholesale water supply to Leander sufficient to meet Leander's needs; and WHEREAS, the Parties have agreed to jointly pursue a regional water supply system that will ultimately provide an additional 105.8 million gallons per day of potable water supply to meet future water demands of the Parties and Leander, based on projected population growth; and WHEREAS, the Parties have previously entered into multiple agreements in anticipation of the regional water supply system, including: (i) the "Interlocal Agreement Regarding Design of New Hope Regional Waterline" between Round Rock, Cedar Park and LCRA dated December 15, 2005; (ii) the "Interlocal Agreement Regarding Construction of Regional Water Line" between Round Rock, Cedar Park and LCRA dated March 23, 2006; (iii) the "Interlocal Agreement for Interim Water Supply" between Round Rock and Cedar Park dated March 9, 2006; and (iv) the Interlocal Agreement Regarding Water Supply Agreement Obligations between LCRA and Cedar Park, dated March 9, 2006; and WHEREAS, the Parties desire to proceed with the preliminary design and other consulting services related to the regional water system project; and WHEREAS, the purpose of this Agreement is to set forth the terms and conditions pursuant to which LCRA shall authorize preliminary design and other consulting services related i EXHIBIT to the regional water system project, and pursuant to which the Parties will cost participate in all costs and expenses related thereto. NOW, THEREFORE, in consideration of the foregoing premises and the mutual promises and agreements of the Parties contained in this Agreement, the Parties agree as follows: I. DEFINITIONS When used in this Agreement, capitalized terms not otherwise defined shall have the meanings set forth below: 1.01 "Agreement" means this Interlocal Agreement Regarding Preliminary Design Services for Regional Project. 1.02 "Cedar Park" means the City of Cedar Park, Texas. 1.03 "Cost Allocation Percentage" means the percentage of Preliminary Design Costs to be paid by each Party. The Cost Allocation Percentages for each category of Preliminary Design Services and are set forth on Exhibit "B" attached hereto. 1.04 "Design Committee" means the engineering representative(s) selected by each Party for purposes of reviewing and approving certain technical elements, including the preliminary design and location of the Regional Project facilities, associated with the Preliminary Design Services, as more particularly described in Article II of this Agreement. 1.05 "Design Fund" means a fund to be established and administered by LCRA in accordance with Section 4.03 in order to provide monies to pay the Preliminary Design Costs. 1.06 "Effective Date" means the last date of execution of this Agreement by the Parties; provided all of the Parties must execute this Agreement for it to be effective. 1.07 "LCRA" means the Lower Colorado River Authority. 1.08 "LCRA Project Management Services" means those management services to be performed by LCRA in connection with the Preliminary Design Services, as such project management services are more particularly described on Exhibit "C" attached hereto. 1.09 "LCRA Project Management Fee" means the compensation to be made by the Parties to LCRA for LCRA Project Management Services, which compensation shall not exceed $221,210.00 without the unanimous approval of the Design Committee in accordance with the terms of this Agreement. The actual LCRA Project Management Fee shall be calculated on a time and materials basis based on the rates set forth on Exhibit "C" attached hereto. 1.10 "LCRA G&A Payment" mean the payment to be made by the parties to LCRA for its general and administrative costs, which payment shall be equal to nine percent (9%) of the following: (i) the total payments made to the Project Consultants under the Preliminary Design 2 Contracts; and (ii) the LCRA Project Management Fee. The estimated LCRA G&A Payment is $249,025.00, as more particularly described in Exhibit "B" attached hereto 1.11 "New Hope Water Line" means the water transmission line and related equipment and appurtenances being constructed by Cedar Park on behalf of the Parties in accordance with the terms of the New Hope Water Line Construction Agreement. 1.12 "New Hope Water Line Construction Agreement" means that certain Interlocal Agreement Regarding Construction of Regional Water Line" dated March 23, 2006, between Round Rock, Cedar Park, and LCRA relating to the construction of the New Hope Water Line. 1.13 "Party" or "Parties" means Cedar Park, Round Rock, and/or LCRA, individually or collectively, as applicable. 1.14 "PER" means the "Regional Water Supply Project Engineering Design Report" prepared by HDR Engineering, Inc. and dated March 2006. 1.15 "Preliminary Design Services" means the preliminary engineering and other services to be performed by the Project Consultants pursuant to the Preliminary Design Contracts. 1.16 "Preliminary Design Contracts" means those certain contracts for engineering services attached hereto as Exhibit "A" pursuant to which the Project Consultants shall provide Preliminary Design Services. 1.17 "Preliminary Design Costs" means all costs and expenses incurred by LCRA pursuant to the Preliminary Design Contracts for Preliminary Design Services. The Preliminary Design Costs shall include the following: (i) all payments to be made to the Project Consultants under the Preliminary Design Contracts; (ii) the LCRA Project Management Fee; and (iii) the LCRA G&A Payment. 1.18 "Project Consultants" means the following ,firms which are parties to the Preliminary Design Contracts with LCRA for each category of the Preliminary Design Services, as follows: (a) Carter & Burgess, Inc. for the Raw Water System and Barge; (b) Camp Dresser & McKee, Inc. for the Water Treatment Plant; (c) Lockwood, Andrews and Newnam, Inc. for Segment 1 of the Treated Water Transmission Line; (d) K Friese & Assoc for Segment 2C of the Treated Water Transmission Line; and (e) Carter & Burgess, Inc. for Segment 3 of the Treated Water Transmission Line. 1.19 "Regional Project" means the regional water supply system, which will ultimately provide an additional 105.8 million gallons per day of potable water supply to meet future water demands of the Parties, based on projected population growth, as more fully described in the PER. 3 1.20 "Round Rock" means the City of Round Rock, Texas. II. DESIGN COMMITEE 2.01 Composition of Design Committee. There is hereby created a Design Committee to be composed of one representative (and one alternate representative) appointed by each Party. The following persons are hereby designated as the initial members of the Design Committee: Kenneth Wheeler and Sam Roberts (alternate representative) on behalf of Cedar Park; Drew Hardin and Wayne Watts (alternate representative) on behalf of LCRA; and Don Rundell and Tom Clark (alternate representative) on behalf of Round Rock. Each representative (and alternate representative) of a Party shall serve at the will of the governing body (or its designee) that the person represents. Upon the incapacitation, resignation, or revocation of the power of such representative (or alternate representative), the governing body of the appropriate Party (or its designee) shall promptly appoint a new representative (or alternate representative) to the Design Committee, and shall immediately notify the other Parties in writing of such appointment. The Parties acknowledge and agree that up to two representatives of the City of Leander shall be entitled to attend meetings of, and receive materials provided to, the Design Committee but shall not be considered members of the Design Committee for purposes of this Agreement. 2.02 Responsibility of Design Committee. The Design Committee shall: (i) Attend and participate in regular meetings conducted by LCRA with the Project Consultants to monitor the status of the Preliminary Design Services and to provide direction and recommendations with respect thereto; (ii) Review and unanimously approve the preliminary design report, routing and location of the Regional Project facilities produced by the Project Consultants; (iii) Review Preliminary Design Services (iv) Review LCRA Project Management Fee; and unanimously approve any revisions to the scope of to be performed by any Project Consultants; and unanimously approve any changes to the scope of the Services or the amount of the LCRA Project Management (v) Confirm final completion of Preliminary Design Services under the Preliminary Design Contracts; and (vi) Address any other pertinent matters relating to the Preliminary Design Services. The Design Committee shall meet at regular intervals to review the matters over which it has authority. The Design Committee shall be diligent, prompt and timely in reviewing and acting on matters submitted to it. 4 III. PRELIMINARY DESIGN SERVICES 3.01 Preliminary Design and Project Management Services. (a) Within ten days of execution of this Agreement by all of the Parties, LCRA will enter into the Preliminary Design Contracts in the form attached hereto as Exhibit "A„ (b) The Parties mutually acknowledge and agree to the scope of Preliminary Design Services set forth in the attached Preliminary Design Contracts. The scope of Preliminary Design Services, including any proposed changes to a Project Consultant's compensation in connection therewith, may only be modified by unanimous written authorization from the Design Committee, which authorization shall be set forth in a "Memorandum of Agreement" executed by each member of the Design Committee. (c) The Parties mutually acknowledge and agree to the scope of LCRA Project Management Services set forth in Exhibit "C," and the payment of the LCRA Project Management Fee to LCRA on a time and materials basis in accordance with the rates set forth on Exhibit "C". The scope of LCRA Project Management Services, and any proposed payment of the LCRA Project Management Fee to LCRA in excess of $221,210.00 in connection therewith, may only be modified by unanimous written authorization from the Design Committee, which authorization shall be set forth in a "Memorandum of Agreement" executed by each member of the Design Committee. (d) LCRA agrees to prepare a monthly written status report regarding the status of the Preliminary Design Services and Project Management Services rendered by LCRA. The monthly report shall be furnished to the Design Committee. 3.02 Design Committee Participation. (a) LCRA shall prepare a schedule of meetings with the Project Consultants that shall be approved by all members of the Design Committee. LCRA agrees that the Design Committee may attend and participate in all regular meetings scheduled with the Project Consultants regarding the Preliminary Design Services. The foregoing shall not be construed to prohibit LCRA from communicating with Project Consultants regarding the Preliminary Design Services without the presence or participation of the Project Consultants, or from meeting with the Project Consultants when it is not practicable to schedule a meeting with the Design Committee. (b) LCRA agrees that it will provide regular status reports to the Design Committee regarding the progress of the Preliminary Design Services. Without limitation, LCRA shall promptly furnish to the Design Committee a copy of each progress report received from each Project Consultant. (c) LCRA agrees that the final route and location of the Regional Project facilities will not be finalized until the Design Committee has reviewed and approved 5 unanimously such design and location. The approval of the Design Committee shall be evidenced in the form of a Memorandum of Agreement to be executed by each member of the Design Committee. (d) LCRA shall furnish a draft copy of any preliminary (as provided according to the scope of the Preliminary Design Contracts) and final reports prepared by the Project Consultants to the Design Committee. Within ten (10) business days of receipt of the reports, the members of the Design Committee shall specify in writing to LCRA any objections regarding the draft reports, and any proposed revisions thereto. If any member of the Design Committee fails to object in writing to the report within the 10 -business -day period, then that member shall be deemed to have approved the draft report. In the event that any member of the Design Committee timely objects to the draft report, then the Design Committee shall endeavor in good faith to resolve the matter by unanimous agreement. If the Design Committee cannot unanimously agree to the proper resolution within 15 business days, then LCRA shall suspend any further services by the Project Consultants and terminate this Agreement by providing written notice of termination to the other Parties. In the event of such termination, all Parties shall provide payment of their pro rata share of the Preliminary Design Costs incurred prior to and through the date of the notice of termination in accordance with Section 4.03 below. 3.03 Work Product. (a) Upon receipt of a request from another Party, LCRA agrees to promptly make available to the requesting Party copies of any work product produced by the Project Consultants in connection with the Preliminary Design Services. The Party requesting a copy of such information shall pay all reasonable costs incurred by LCRA in preparing and furnishing the copies. (b) In accordance with, and subject to the terms and conditions set forth in the Preliminary Design Contracts, LCRA agrees that the remaining Parties may utilize the work product produced by the Project Consultants for their own purposes. IV. PAYMENT OF PRELIMINARY DESIGN COSTS. 4.01 Allocation of Preliminary Design Costs. LCRA shall require each Project Consultant to categorize the costs and services for which it seeks payment under the Preliminary Design Contracts into one of the following project categories (the "Project Categories") for purposes of applying the correct Cost Allocation Percentage and thereby calculating each Party's share of the Preliminary Design Costs, as hereinafter set forth: (i) "Raw Water System and Barge"; (ii) "Water Treatment Plant"; (iii) "Transmission Line Segment 1"; (iv) "Transmission Line Segment 2C"; or 6 (v) "Transmission Line Segment 3". LCRA shall also require the Project Consultants to prepare separate invoices for payment for each Project Category. 4.02 Payment of Preliminary Design Costs. (a) Each Party shall pay for a portion of the Preliminary Design Costs in accordance with the following terms and methodology: (i) All Preliminary Design Costs shall be shared by the Parties according to the Cost Allocation Percentages applicable to each Project Category designation, as set forth in Exhibit "B" attached hereto; and (ii) The LCRA Project Management Fee and LCRA G&A Payment shall be shared by each of the Parties in the same way as other Preliminary Design Costs; (b) LCRA agrees that upon receipt of each invoice from the Project Consultants, it shall review the invoice and confirm: (i) that the Preliminary Design Services have been completed in accordance with the request for payment; (ii) that Preliminary Design Services for which payment is sought have been properly allocated to the correct Project Category; and (iii) that each invoice does not seek payment for services for more than one Project Category. (c) Upon LCRA's approval of each invoice for Preliminary Design Services, LCRA will transmit a copy of the approved invoice to the Design Committee. Within ten (10) business days of receipt of the invoice for payment, the Design Committee shall specify in writing to LCRA any objections regarding the invoice for payment, including any objections regarding the Project Category designation. If any member of the Design Committee fails to object in writing to the invoice within the 10 business day period, then the Party represented by such Design Committee shall be deemed to have approved the invoice for payment and the Project Category designation. In the event that any member of the Design Committee timely objects to the invoice or Project Category designation, then the matter shall be resolved in accordance with the following procedures: (i) If the objection relates to the performance of work or services by a Project Consultant, then LCRA shall exercise all rights to which it is entitled under the Preliminary Design Contract to resolve the dispute, require correction of the defective work, and otherwise address the concern of the objecting member of the Design Committee. The Parties acknowledge and agree that LCRA may pay an invoice notwithstanding such objection. (ii) In the event that any member of the Design Committee objects to an invoice for reasons not related to the performance of work or services by the Project Consultant, including by way of example whether the correct Project Category designation has been applied, then the Design Committee shall endeavor in good faith 7 to resolve the matter by unanimous agreement. If the Design Committee cannot unanimously agree to the proper resolution within 30 calendar days of the date of written objection, then the invoice shall be paid by LCRA as received; provided, however, that any Party may subsequently seek a determination of the proper Project Category designation through the dispute resolution process set forth in the New Hope Water Line Construction Agreement, and the allocation of costs between the Parties shall be adjusted in accordance with such determination. Any such request for dispute resolution must be brought within thirty (30) calendar days of the date of written objection. 4.03 Design Fund. (a) The Parties shall contribute monies to the Design Fund in accordance with the following provisions: (i) Within ten calendar days of execution of the Preliminary Design Contracts by LCRA, each Party shall deposit into the Design Fund a sum ("the Design Payment"), which represents twenty five percent (25%) of each Party's share of the estimated Preliminary Design Costs. Each Party's estimated Design Payment, based on the estimated Preliminary Design Costs set forth in Exhibit "B" attached hereto, is set forth below: 1) Round Rock- $373,601.46; 2) LCRA- $295,003.32; and 3) Cedar Park- $85,386.10. (ii) At such time as the balance in the Design Fund is substantially depleted, as determined in LCRA's reasonable discretion, LCRA shall provide written notice (by email or otherwise) thereof to the other Parties, each of which shall have thirty (30) calendar days to deposit into the Design Fund an additional Design Payment, in the same amount as originally deposited. Each notice by LCRA shall be accompanied by a written accounting report that identifies in reasonable detail all prior expenditures from the Design Fund. (iii) The foregoing process shall continue until such time as the Preliminary Design Costs have been paid in full. In the event that the Preliminary Design Costs exceed the original estimate, then each Party shall thereafter deposit within the Design Fund a sum equal to the product determined by multiplying each Party's Cost Allocation Percentage for the type of Preliminary Design Services by the Preliminary Design Costs for such services. (b) In the event that there are remaining funds within the Design Fund upon final completion of the Preliminary Design Services, then LCRA shall promptly divide and remit within 30 calendar days such funds to the Parties on a pro rata basis according to the percentage of all Preliminary Design Costs previously paid by each of the Parties, or in the event the 8 remaining funds are attributable to one or more specific Project Category designations, the remaining funds shall be remitted to the Parties according to each of the Party's Cost Allocation Percentage for the Project Category designation. Payment shall be accompanied by a written accounting describing the basis for calculation of payment to each Party. (c) All interest that accumulates within the Design Fund shall remain within such fund for payment of Preliminary Design Costs. 4.04 Dispute or Litigation. In the event of any dispute between any Preliminary Design Consultant and LCRA relating to the Preliminary Design Services, the Parties agree as follows: (i) LCRA will provide written notice of the details of such dispute or litigation to the other Parties as soon as reasonably practicable, and shall continue to provide timely status reports to the other Parties as such dispute or litigation progresses; (ii) LCRA will not initiate litigation against a Preliminary Design Consultant for any matter that may impact the Preliminary Design Costs without first seeking the written consent of the other Parties. If the other Parties withhold their consent and do not participate in the litigation or dispute, then LCRA shall be entitled to any award or settlement that results from such litigation or dispute; (iii) Any Party may seek to join any litigation or dispute resolution process related to the Preliminary Design Services, and no other Party shall interfere with such intervention or participation. The intervening Party shall pay its costs and expenses, and no other Party will be responsible for payment of any such costs and expenses; and (iv) LCRA and any intervening Parties shall use their respective reasonable efforts to resolve the dispute or litigation in a manner that mutually benefits all of the Parties to the litigation equally and is mutually beneficial to the common interests of the Parties participating in the litigation (and to all Parties who seek to intervene without success); (v) In the event that any Parties other than LCRA participate in any litigation or dispute resolution process, then each such additional Party shall be responsible for its respective legal costs and fees. All Parties agree that they will share the costs and expenses incurred by LCRA associated with such litigation, along with the costs of any adverse judgments or settlements, as Preliminary Design Costs according to each Party's Cost Allocation Percentage for the Project Category designation to which the disputed Preliminary Design Services relates; (vi) LCRA will not agree to any resolution of the dispute that would increase the Preliminary Design Costs without the written consent of all Parties; (vii) Any monetary awards, judgments, or settlements received by LCRA in litigation that relates to the Preliminary Design Services shall be deposited into the Design Fund and applied against the Preliminary Design Costs for the Project 9 Category designation to which the dispute relates. Each Party shall receive credit in an amount equal to the product obtained by multiplying each Party's Cost Allocation Percentage by the amount of the award, judgment or settlement deposited into the Design Fund. V. GENERAL PROVISIONS 5.01 Authority. This Agreement is made in part under the authority conferred in Chapter 791, Texas Government Code and Section 402.001, Texas Local Government Code. 5.02 Severability. The provisions of this Agreement are severable and, if any provision of this Agreement is held to be invalid for any reason by a court or agency of competent jurisdiction, the remainder of this Agreement will not be affected and this Agreement will be construed as if the invalid portion had never been contained herein. 5.03 Payments from Current Revenues. Any payments required to be made by a Party under this Agreement will be paid from current revenues or other funds lawfully available to the Party for such purpose. 5.04 Cooperation. The Parties agree to cooperate at all times in good faith to effectuate the purposes and intent of this Agreement. 5.05 Entire Agreement. Except as otherwise expressly provided herein, this Agreement contains the entire agreement of the Parties regarding the sharing of costs for the Preliminary Design Services and supersedes all prior or contemporaneous understandings or representations, whether oral or written, regarding the subject matter. The Parties confirm that further agreements regarding the Regional Project are contemplated and will not be affected or limited by this Agreement. 5.06 Amendments. Any amendment of this Agreement must be in writing and will be effective if signed by the authorized representatives of the Parties. 5.07 Applicable Law; Venue. This Agreement will be construed in accordance with Texas law. Venue for any action arising hereunder will be in Williamson County, Texas. 5.08 Notices. Any notices given under this Agreement will be effective if (i) forwarded to a Party by hand -delivery; (ii) transmitted to a Party by confirmed telecopy; or (iii) deposited with the U.S. Postal Service, postage prepaid, certified, to the address of the Party indicated below: CEDAR PARK: 10 600 North Bell Blvd. Cedar Park, Texas 78613 Attn: Sam Roberts Telephone: (512) 258-4121 x6321 Facsimile: (512) 258-6083 Email: roberts@ci.cedar-park.tx.us with copy to: ROUND ROCK: with copy to: LCRA: with copy to: Leonard Smith P.O. Box 684633 Austin, Texas 78768 Telephone: (512) 474-6707 Facsimile: (512) 474-6706 Email: lsmithAleonardsmithlaw. com 221 East Main Round Rock, Texas 78664 Attn: Jim Nuse Telephone: (512) 218-5410 Facsimile:(512) 218-7097 Email: jnuse@round-rock.tx.us Steve Sheets 309 E. Main Street Round Rock, Texas 78664-5264 Telephone: (512) 255-8877 Facsimile: (512) 255-8986 Email: slsheets@sheets-crossfield.com 3700 Lake Austin Blvd. Austin, Texas 78703 Attn: Scott Ahlstrom Telephone: (512) 473-3367 Facsimile: (512) 397-6722 Email: scott.ahlstrom@lcra.org Madison Jechow 3700 Lake Austin Blvd., Ste. H424 Austin, Texas 78703 Telephone: (512) 473-4067 Telecopy: (512) 473-4010 Email: Madison.Jechow@a,lcra.org 5.09 Exhibits. The following exhibits are attached to this Agreement and incorporated herein by reference: Exhibit A - Exhibit B - Exhibit C - Preliminary Design Contracts Cost Allocation Percentages LCRA Project Management Services Description 5.10 Counterparts; Effect of Partial Execution. This Agreement may be executed simultaneously in multiple counterparts, each of which will be deemed an original, but all of which will constitute the same instrument. 11 5.11 Authority. Each Party represents and warrants that it has the full right, power and authority to execute this Agreement. ATTEST: City Secretary THE STATE OF TEXAS COUNTY OF WILLIAMSON THIS INSTRUMENT was , 2006, by City of Round Rock, a Texas home -rule CITY OF ROUND ROCK: By: Printed Name: Title: Date: acknowledged before me on this day of , as , of the city, on behalf of said city. Notary Public, State of Texas Printed/Typed Name of Notary My Commission Expires: 12 ATTEST: CITY OF CEDAR PARK: City Secretary THE STATE OF TEXAS COUNTY OF WILLIAMSON § § § By: Printed Name: Title: Date: THIS INSTRUMENT was acknowledged before me on this day of , 2006, by , as , of the City of Cedar Park, a Texas home -rule city, on behalf of said city. Notary Public, State of Texas Printed/Typed Name of Notary My Commission Expires: 13 THE STATE OF TEXAS COUNTY OF WILLIAMSON LOWER COLORADO RIVER AUTHORITY: By: Printed Name: Scott B. Ahlstrom, P.E., PMP Title: Manager, Water & Wastewater Utility Services Date: § § § THIS INSTRUMENT was acknowledged before me on this day of , 2006, by Scott B. Ahlstrom, as Manager, Water & Wastewater Utility Services, of the Lower Colorado River Authority, a political subdivision of the State of Texas , on behalf of said subdivision. Notary Public, State of Texas Printed/Typed Name of Notary My Commission Expires: 14 EXHIBIT "A" PRELIMINARY DESIGN CONTRACTS EXHIBIT "B" COST ALLOCATION PERCENTAGES EXHIBIT "C" DESCRIPTION OF LCRA PROJECT MANAGEMENT SERVICES DATE: June 16, 2006 SUBJECT: City Council Meeting - June 22, 2006 ITEM: 10.C.2. Consider a resolution authorizing the Mayor to execute an Interlocal Agreement Regarding Preliminary Design Services for Regional Water System with the City of Cedar Park and the Lower Colorado River Authority. Department: Legal / Water and Wastewater Utilities Staff Person: Steve Sheets, City Attorney Tom Clark, Utilities Director Justification: The City is in the process of developing the Lake Travis Regional Water Supply System by forming a partnership with Cedar Park, Leander and the Lower Colorado River Authority (LCRA). This Interlocal Agreement will authorize the LCRA to enter into preliminary engineering design agreements for the project and commit the City to its share of the costs. Funding: Cost: $1,600,000 Source of funds: Utility Self Financed Construction - Water Outside Resources: Background Information: City of Cedar Park City of Leander Lower Colorado River Authority The Lake Travis Regional Water Supply System is proposed to be a partnership between the Cities of Round Rock, Cedar Park and Leander and the LCRA. This Interlocal Agreement will authorize the LCRA to enter into preliminary engineering design agreements for the project and commit the City to its share of the costs. Total City's estimated cost for Phase I of the project is estimated to be approximately $45,000,000 of the total estimated cost of $90,222,000. The City's percentage share of the estimated engineering costs is shown on Exhibit `B' of the attached agreement. Staff is in process of negotiating a long term agreement that will determine ownership and operation of the project which is needed to meet the City's future water supply needs. The project is scheduled to become operational summer of 2009. Public Comment: N/A EXECUTED DOCUMENT FOLLOWS INTERLOCAL AGREEMENT REGARDING PRELIMINARY DESIGN SERVICES FOR REGIONAL WATER SYSTEM THE STATE OF TEXAS COUNTY OF WILLIAMSON § § § KNOW ALL BY THESE PRESENTS: THIS INTERLOCAL AGREEMENT REGARDING PRELIMINARY DESIGN SERVICES FOR REGIONAL WATER SYSTEM ("Agreement") is entered into between the City of Round Rock, Texas, a Texas home -rule city ("Round Rock"); the City of Cedar Park, Texas, a Texas home -rule city ("Cedar Park"), and the Lower Colorado River Authority, a political subdivision of the State of Texas ("LCRA"). In this Agreement, Round Rock, Cedar Park and LCRA are sometimes individually referred to as "a Party" and collectively referred to as "the Parties". Recitals WHEREAS, the growth of the Cities of Round Rock and Cedar Park as well as the City of Leander ("Leander") necessitates the development of additional water supplies for each of these communities; and WHEREAS, LCRA previously entered into that certain "Wholesale Potable Water Supply Agreement" dated as of March 2, 1998 with Leander pursuant to which LCRA agreed to construct facilities from time to time in order to provide a wholesale water supply to Leander sufficient to meet Leander's needs; and WHEREAS, the Parties have agreed to jointly pursue a regional water supply system that will ultimately provide an additional 105.8 million gallons per day of potable water supply to meet future water demands of the Parties and Leander, based on projected population growth; and WHEREAS, the Parties have previously entered into multiple agreements in anticipation of the regional water supply system, including: (i) the "Interlocal Agreement Regarding Design of New Hope Regional Waterline" between Round Rock, Cedar Park and LCRA dated December 15, 2005; (ii) the "Interlocal Agreement Regarding Construction of Regional Water Line" between Round Rock, Cedar Park and LCRA dated March 23, 2006; (iii) the "Interlocal Agreement for Interim Water Supply" between Round Rock and Cedar Park dated March 9, 2006; and (iv) the Interlocal Agreement Regarding Water Supply Agreement Obligations between LCRA and Cedar Park, dated March 9, 2006; and WHEREAS, the Parties desire to proceed with the preliminary design and other consulting services related to the regional water system project; and WHEREAS, the purpose of this Agreement is to set forth the terms and conditions pursuant to which LCRA shall authorize preliminary design and other consulting services related 1 R-otc-oto-as-JOC1, to the regional water system project, and pursuant to which the Parties will cost participate in all costs and expenses related thereto. NOW, THEREFORE, in consideration of the foregoing premises and the mutual promises and agreements of the Parties contained in this Agreement, the Parties agree as follows: I. DEFINITIONS When used in this Agreement, capitalized terms not otherwise defined shall have the meanings set forth below: 1.01 "Agreement" means this Interlocal Agreement Regarding Preliminary Design Services for Regional Project. 1.02 "Cedar Park" means the City of Cedar Park, Texas. 1.03 "Cost Allocation Percentage" means the percentage of Preliminary Design Costs to be paid by each Party. The Cost Allocation Percentages for each category of Preliminary Design Services and are set forth on Exhibit "B" attached hereto. 1.04 "Design Committee" means the engineering representative(s) selected by each Party for purposes of reviewing and approving certain technical elements, including the preliminary design and location of the Regional Project facilities, associated with the Preliminary Design Services, as more particularly described in Article II of this Agreement. 1.05 "Design Fund" means a fund to be established and administered by LCRA in accordance with Section 4.03 in order to provide monies to pay the Preliminary Design Costs. 1.06 "Effective Date" means the last date of execution of this Agreement by the Parties; provided all of the Parties must execute this Agreement for it to be effective. 1.07 "LCRA" means the Lower Colorado River Authority. 1.08 "LCRA Project Management Services" means those management services to be performed by LCRA in connection with the Preliminary Design Services, as such project management services are more particularly described on Exhibit "C" attached hereto. 1.09 "LCRA Project Management Fee" means the compensation to be made by the Parties to LCRA for LCRA Project Management Services, which compensation shall not exceed $221,210.00 without the unanimous approval of the Design Committee in accordance with the terms of this Agreement. The actual LCRA Project Management Fee shall be calculated on a time and materials basis based on the rates set forth on Exhibit "C" attached hereto. 1.10 "LCRA G&A Payment" mean the payment to be made by the parties to LCRA for its general and administrative costs, which payment shall be equal to nine percent (9%) of the following: (i) the total payments made to the Project Consultants under the Preliminary Design 2 Contracts; and (ii) the LCRA Project Management Fee. The estimated LCRA G&A Payment is $249,025.00, as more particularly described in Exhibit "B" attached hereto 1.11 "New Hope Water Line" means the water transmission line and related equipment and appurtenances being constructed by Cedar Park on behalf of the Parties in accordance with the terms of the New Hope Water Line Construction Agreement. 1.12 "New Hope Water Line Construction Agreement" means that certain Interlocal Agreement Regarding Construction of Regional Water Line" dated March 23, 2006, between Round Rock, Cedar Park, and LCRA relating to the construction of the New Hope Water Line. 1.13 "Party" or "Parties" means Cedar Park, Round Rock, and/or LCRA, individually or collectively, as applicable. 1.14 "PER" means the "Regional Water Supply Project Engineering Design Report" prepared by HDR Engineering, Inc. and dated March 2006. 1.15 "Preliminary Design Services" means the preliminary engineering and other services to be performed by the Project Consultants pursuant to the Preliminary Design Contracts. 1.16 "Preliminary Design Contracts" means those certain contracts for engineering services attached hereto as Exhibit "A" pursuant to which the Project Consultants shall provide Preliminary Design Services. 1.17 "Preliminary Design Costs" means all costs and expenses incurred by LCRA pursuant to the Preliminary Design Contracts for Preliminary Design Services. The Preliminary Design Costs shall include the following: (i) all payments to be made to the Project Consultants under the Preliminary Design Contracts; (ii) the LCRA Project Management Fee; and (iii) the LCRA G&A Payment. 1.18 "Project Consultants" means the following firms which are parties to the Preliminary Design Contracts with LCRA for each category of the Preliminary Design Services, as follows: (a) Carter & Burgess, Inc. for the Raw Water System and Barge; (b) Camp Dresser & McKee, Inc. for the Water Treatment Plant; (c) Lockwood, Andrews and Newnam, Inc. for Segment 1 of the Treated Water Transmission Line; (d) (e) K Friese & Assoc for Segment 2C of the Treated Water Transmission Line; and Carter & Burgess, Inc. for Segment 3 of the Treated Water Transmission Line. 1.19 "Regional Project" means the regional water supply system, which will ultimately provide an additional 105.8 million gallons per day of potable water supply to meet future water demands of the Parties, based on projected population growth, as more fully described in the PER. 3 1.20 "Round Rock" means the City of Round Rock, Texas. II. DESIGN COMMITEE 2.01 Composition of Design Committee. There is hereby created a Design Committee to be composed of one representative (and one alternate representative) appointed by each Party. The following persons are hereby designated as the initial members of the Design Committee: Kenneth Wheeler and Sam Roberts (alternate representative) on behalf of Cedar Park; Drew Hardin and Wayne Watts (alternate representative) on behalf of LCRA; and Don Rundell and Tom Clark (alternate representative) on behalf of Round Rock. Each representative (and alternate representative) of a Party shall serve at the will of the governing body (or its designee) that the person represents. Upon the incapacitation, resignation, or revocation of the power of such representative (or alternate representative), the governing body of the appropriate Party (or its designee) shall promptly appoint a new representative (or alternate representative) to the Design Committee, and shall immediately notify the other Parties in writing of such appointment. The Parties acknowledge and agree that up to two representatives of the City of Leander shall be entitled to attend meetings of, and receive materials provided to, the Design Committee but shall not be considered members of the Design Committee for purposes of this Agreement. 2.02 Responsibility of Design Committee. The Design Committee shall: (i) Attend and participate in regular meetings conducted by LCRA with the Project Consultants to monitor the status of the Preliminary Design Services and to provide direction and recommendations with respect thereto; (ii) Review and unanimously approve the preliminary design report, routing and location of the Regional Project facilities produced by the Project Consultants; (iii) Review and unanimously approve any revisions to the scope of Preliminary Design Services to be performed by any Project Consultants; (iv) Review and unanimously approve any changes to the scope of the LCRA Project Management Services or the amount of the LCRA Project Management Fee; (v) Confirm final completion of Preliminary Design Services under the Preliminary Design Contracts; and (vi) Address any other pertinent matters relating to the Preliminary Design Services. The Design Committee shall meet at regular intervals to review the matters over which it has authority. The Design Committee shall be diligent, prompt and timely in reviewing and acting on matters submitted to it. 4 III. PRELIMINARY DESIGN SERVICES 3.01 Preliminary Design and Project Management Services. (a) Within ten days of execution of this Agreement by all of the Parties, LCRA will enter into the Preliminary Design Contracts in the form attached hereto as Exhibit «A» (b) The Parties mutually acknowledge and agree to the scope of Preliminary Design Services set forth in the attached Preliminary Design Contracts. The scope of Preliminary Design Services, including any proposed changes to a Project Consultant's compensation in connection therewith, may only be modified by unanimous written authorization from the Design Committee, which authorization shall be set forth in a "Memorandum of Agreement" executed by each member of the Design Committee. (c) The Parties mutually acknowledge and agree to the scope of LCRA Project Management Services set forth in Exhibit "C," and the payment of the LCRA Project Management Fee to LCRA on a time and materials basis in accordance with the rates set forth on Exhibit "C". The scope of LCRA Project Management Services, and any proposed payment of the LCRA Project Management Fee to LCRA in excess of $221,210.00 in connection therewith, may only be modified by unanimous written authorization from the Design Committee, which authorization shall be set forth in a "Memorandum of Agreement" executed by each member of the Design Committee. (d) LCRA agrees to prepare a monthly written status report regarding the status of the Preliminary Design Services and Project Management Services rendered by LCRA. The monthly report shall be furnished to the Design Committee. 3.02 Design Committee Participation. (a) LCRA shall prepare a schedule of meetings with the Project Consultants that shall be approved by all members of the Design Committee. LCRA agrees that the Design Committee may attend and participate in all regular meetings scheduled with the Project Consultants regarding the Preliminary Design Services. The foregoing shall not be construed to prohibit LCRA from communicating with Project Consultants regarding the Preliminary Design Services without the presence or participation of the Project Consultants, or from meeting with the Project Consultants when it is not practicable to schedule a meeting with the Design Committee. (b) LCRA agrees that it will provide regular status reports to the Design Committee regarding the progress of the Preliminary Design Services. Without limitation, LCRA shall promptly furnish to the Design Committee a copy of each progress report received from each Project Consultant. (c) LCRA agrees that the final route and location of the Regional Project facilities will not be finalized until the Design Committee has reviewed and approved 5 unanimously such design and location. The approval of the Design Committee shall be evidenced in the form of a Memorandum of Agreement to be executed by each member of the Design Committee. (d) LCRA shall furnish a draft copy of any preliminary (as provided according to the scope of the Preliminary Design Contracts) and final reports prepared by the Project Consultants to the Design Committee. Within ten (10) business days of receipt of the reports, the members of the Design Committee shall specify in writing to LCRA any objections regarding the draft reports, and any proposed revisions thereto. If any member of the Design Committee fails to object in writing to the report within the 10 -business -day period, then that member shall be deemed to have approved the draft report. In the event that any member of the Design Committee timely objects to the draft report, then the Design Committee shall endeavor in good faith to resolve the matter by unanimous agreement. If the Design Committee cannot unanimously agree to the proper resolution within 15 business days, then LCRA shall suspend any further services by the Project Consultants and terminate this Agreement by providing written notice of termination to the other Parties. In the event of such termination, all Parties shall provide payment of their pro rata share of the Preliminary Design Costs incurred prior to and through the date of the notice of termination in accordance with Section 4.03 below. 3.03 Work Product. (a) Upon receipt of a request from another Party, LCRA agrees to promptly make available to the requesting Party copies of any work product produced by the Project Consultants in connection with the Preliminary Design Services. The Party requesting a copy of such information shall pay all reasonable costs incurred by LCRA in preparing and furnishing the copies. (b) In accordance with, and subject to the terms and conditions set forth in the Preliminary Design Contracts, LCRA agrees that the remaining Parties may utilize the work product produced by the Project Consultants for their own purposes. IV. PAYMENT OF PRELIMINARY DESIGN COSTS. 4.01 Allocation of Preliminary Design Costs. LCRA shall require each Project Consultant to categorize the costs and services for which it seeks payment under the Preliminary Design Contracts into one of the following project categories (the "Project Categories") for purposes of applying the correct Cost Allocation Percentage and thereby calculating each Party's share of the Preliminary Design Costs, as hereinafter set forth: (i) "Raw Water System and Barge"; (ii) "Water Treatment Plant"; (iii) "Transmission Line Segment 1"; (iv) "Transmission Line Segment 2C"; or 6 (v) "Transmission Line Segment 3". LCRA shall also require the Project Consultants to prepare separate invoices for payment for each Project Category. 4.02 Payment of Preliminary Design Costs. (a) Each Party shall pay for a portion of the Preliminary Design Costs in accordance with the following terms and methodology: (i) All Preliminary Design Costs shall be shared by the Parties according to the Cost Allocation Percentages applicable to each Project Category designation, as set forth in Exhibit "B" attached hereto; and (ii) The LCRA Project Management Fee and LCRA G&A Payment shall be shared by each of the Parties in the same way as other Preliminary Design Costs; (b) LCRA agrees that upon receipt of each invoice from the Project Consultants, it shall review the invoice and confirm: (i) that the Preliminary Design Services have been completed in accordance with the request for payment; (ii) that Preliminary Design Services for which payment is sought have been properly allocated to the correct Project Category; and (iii) that each invoice does not seek payment for services for more than one Project Category. (c) Upon LCRA's approval of each invoice for Preliminary Design Services, LCRA will transmit a copy of the approved invoice to the Design Committee. Within ten (10) business days of receipt of the invoice for payment, the Design Committee shall specify in writing to LCRA any objections regarding the invoice for payment, including any objections regarding the Project Category designation. If any member of the Design Committee fails to object in writing to the invoice within the 10 business day period, then the Party represented by such Design Committee shall be deemed to have approved the invoice for payment and the Project Category designation. In the event that any member of the Design Committee timely objects to the invoice or Project Category designation, then the matter shall be resolved in accordance with the following procedures: (i) If the objection relates to the performance of work or services by a Project Consultant, then LCRA shall exercise all rights to which it is entitled under the Preliminary Design Contract to resolve the dispute, require correction of the defective work, and otherwise address the concern of the objecting member of the Design Committee. The Parties acknowledge and agree that LCRA may pay an invoice notwithstanding such objection. (ii) In the event that any member of the Design Committee objects to an invoice for reasons not related to the performance of work or services by the Project Consultant, including by way of example whether the correct Project Category designation has been applied, then the Design Committee shall endeavor in good faith 7 to resolve the matter by unanimous agreement. If the Design Committee cannot unanimously agree to the proper resolution within 30 calendar days of the date of written objection, then the invoice shall be paid by LCRA as received; provided, however, that any Party may subsequently seek a determination of the proper Project Category designation through the dispute resolution process set forth in the New Hope Water Line Construction Agreement, and the allocation of costs between the Parties shall be adjusted in accordance with such determination. Any such request for dispute resolution must be brought within thirty (30) calendar days of the date of written objection. 4.03 Design Fund. (a) The Parties shall contribute monies to the Design Fund in accordance with the following provisions: (i) Within ten calendar days of execution of the Preliminary Design Contracts by LCRA, each Party shall deposit into the Design Fund a sum ("the Design Payment"), which represents twenty five percent (25%) of each Party's share of the estimated Preliminary Design Costs. Each Party's estimated Design Payment, based on the estimated Preliminary Design Costs set forth in Exhibit "B" attached hereto, is set forth below: 1) Round Rock- $373,601.46; 2) LCRA- $295,003.32; and 3) Cedar Park- $85,386.10. (ii) At such time as the balance in the Design Fund is substantially depleted, as determined in LCRA's reasonable discretion, LCRA shall provide written notice (by email or otherwise) thereof to the other Parties, each of which shall have thirty (30) calendar days to deposit into the Design Fund an additional Design Payment, in the same amount as originally deposited. Each notice by LCRA shall be accompanied by a written accounting report that identifies in reasonable detail all prior expenditures from the Design Fund. (iii) The foregoing process shall continue until such time as the Preliminary Design Costs have been paid in full. In the event that the Preliminary Design Costs exceed the original estimate, then each Party shall thereafter deposit within the Design Fund a sum equal to the product determined by multiplying each Party's Cost Allocation Percentage for the type of Preliminary Design Services by the Preliminary Design Costs for such services. (b) In the event that there are remaining funds within the Design Fund upon final completion of the Preliminary Design Services, then LCRA shall promptly divide and remit within 30 calendar days such funds to the Parties on a pro rata basis according to the percentage of all Preliminary Design Costs previously paid by each of the Parties, or in the event the 8 remaining funds are attributable to one or more specific Project Category designations, the remaining funds shall be remitted to the Parties according to each of the Party' s Cost Allocation Percentage for the Project Category designation. Payment shall be accompanied by a written accounting describing the basis for calculation of payment to each Party. (c) All interest that accumulates within the Design Fund shall remain within such fund for payment of Preliminary Design Costs. 4.04 Dispute or Litigation. In the event of any dispute between any Preliminary Design Consultant and LCRA relating to the Preliminary Design Services, the Parties agree as follows: (i) LCRA will provide written notice of the details of such dispute or litigation to the other Parties as soon as reasonably practicable, and shall continue to provide timely status reports to the other Parties as such dispute or litigation progresses; (ii) LCRA will not initiate litigation against a Preliminary Design Consultant for any matter that may impact the Preliminary Design Costs without first seeking the written consent of the other Parties. If the other Parties withhold their consent and do not participate in the litigation or dispute, then LCRA shall be entitled to any award or settlement that results from such litigation or dispute; (iii) Any Party may seek to join any litigation or dispute resolution process related to the Preliminary Design Services, and no other Party shall interfere with such intervention or participation. The intervening Party shall pay its costs and expenses, and no other Party will be responsible for payment of any such costs and expenses; and (iv) LCRA and any intervening Parties shall use their respective reasonable efforts to resolve the dispute or litigation in a manner that mutually benefits all of the Parties to the litigation equally and is mutually beneficial to the common interests of the Parties participating in the litigation (and to all Parties who seek to intervene without success); (v) In the event that any Parties other than LCRA participate in any litigation or dispute resolution process, then each such additional Party shall be responsible for its respective legal costs and fees. All Parties agree that they will share the costs and expenses incurred by LCRA associated with such litigation, along with the costs of any adverse judgments or settlements, as Preliminary Design Costs according to each Party' s Cost Allocation Percentage for the Project Category designation to which the disputed Preliminary Design Services relates; (vi) LCRA will not agree to any resolution of the dispute that would increase the Preliminary Design Costs without the written consent of all Parties; (vii) Any monetary awards, judgments, or settlements received by LCRA in litigation that relates to the Preliminary Design Services shall be deposited into the Design Fund and applied against the Preliminary Design Costs for the Project 9 Category designation to which the dispute relates. Each Party shall receive credit in an amount equal to the product obtained by multiplying each Party's Cost Allocation Percentage by the amount of the award, judgment or settlement deposited into the Design Fund. V. GENERAL PROVISIONS 5.01 Authority. This Agreement is made in part under the authority conferred in Chapter 791, Texas Government Code and Section 402.001, Texas Local Government Code. 5.02 Severability. The provisions of this Agreement are severable and, if any provision of this Agreement is held to be invalid for any reason by a court or agency of competent jurisdiction, the remainder of this Agreement will not be affected and this Agreement will be construed as if the invalid portion had never been contained herein. 5.03 Payments from Current Revenues. Any payments required to be made by a Party under this Agreement will be paid from current revenues or other funds lawfully available to the Party for such purpose. 5.04 Cooperation. The Parties agree to cooperate at all times in good faith to effectuate the purposes and intent of this Agreement. 5.05 Entire Agreement. Except as otherwise expressly provided herein, this Agreement contains the entire agreement of the Parties regarding the sharing of costs for the Preliminary Design Services and supersedes all prior or contemporaneous understandings or representations, whether oral or written, regarding the subject matter. The Parties confirm that further agreements regarding the Regional Project are contemplated and will not be affected or limited by this Agreement. 5.06 Amendments. Any amendment of this Agreement must be in writing and will be effective if signed by the authorized representatives of the Parties. 5.07 Applicable Law; Venue. This Agreement will be construed in accordance with Texas law. Venue for any action arising hereunder will be in Williamson County, Texas. 5.08 Notices. Any notices given under this Agreement will be effective if (i) forwarded to a Party by hand -delivery; (ii) transmitted to a Party by confirmed telecopy; or (iii) deposited with the U.S. Postal Service, postage prepaid, certified, to the address of the Party indicated below: CEDAR PARK: 10 600 North Bell Blvd. Cedar Park, Texas 78613 Attn: Sam Roberts Telephone: (512) 258-4121 x6321 Facsimile: (512) 258-6083 Email: roberts@ci.cedar-park.tx.us with copy to: ROUND ROCK: with copy to: LCRA: with copy to: Leonard Smith P.O. Box 684633 Austin, Texas 78768 Telephone: (512) 474-6707 Facsimile: (512) 474-6706 Email: lsmith(&,,leonardsmithlaw. corn 221 East Main Round Rock, Texas 78664 Attn: Jim Nuse Telephone: (512) 218-5410 Facsimile:(512) 218-7097 Email: jnuse@round-rock.tx.us Steve Sheets 309 E. Main Street Round Rock, Texas 78664-5264 Telephone: (512) 255-8877 Facsimile: (512) 255-8986 Email: slsheets@,sheets-crossfield.com 3700 Lake Austin Blvd. Austin, Texas 78703 Attn: Scott Ahlstrom Telephone: (512) 473-3367 Facsimile: (512) 397-6722 Email: scott.ahlstrom@lcra.org Madison Jechow 3700 Lake Austin Blvd., Ste. H424 Austin, Texas 78703 Telephone: (512) 473-4067 Telecopy: (512) 473-4010 Email: Madison.Jechow@lcra.org 5.09 Exhibits. The following exhibits are attached to this Agreement and incorporated herein by reference: Exhibit A - Exhibit B - Exhibit C - Preliminary Design Contracts Cost Allocation Percentages LCRA Project Management Services Description 5.10 Counterparts; Effect of Partial Execution. This Agreement may be executed simultaneously in multiple counterparts, each of which will be deemed an original, but all of which will constitute the same instrument. 11 5.11 Authority. Each Party represents and warrants that it has the full right, power and authority to execute this Agreement. ATTEST: City Secretary THE STATE OF TEXAS § COUNTY OF WILLIAMSON CITY OF ROUND ROCK: By: V� Printed Name: /Q CAV ,,��iil% e G E19W Title: f)1 Y tie Pi Date: /-3-040 \Pxrroe'%, MICHAEL MASON WEAVER Notary Public, State of Texas My Commission Expires January 31, 2010 / THIS INSTRUMENT was acknowledged before me on this 17 day of , 2006, by h( r\ �C (QR_ , as ()2 Pito , of the City of Round Rock, a Texas home -rule city, on behalf of said city. Cd6/'l Not. Public, State o Te II xllas \Ak C etF an) w iNdA— Printed/Typed Name of Notary My Commission Expires: (" 3 l )010 12 ATTEST: CITY OF CEDAR PARK: City Secretary THE STATE OF TEXAS COUNTY OF WILLIAMSON § § § By: Printed Name: Title: Date: THIS INSTRUMENT was acknowledged before me on this day of , 2006, by , as , of the City of Cedar Park, a Texas home -rule city, on behalf of said city. Notary Public, State of Texas Printed/Typed Name of Notary My Commission Expires: 13 THE STATE OF TEXAS COUNTY OF WILLIAMSON LOWER COLORADO RIVER AUTHORITY: By: Printed Name: Scott B. Ahlstrom, P.E., PMP Title: Manager, Water & Wastewater Utility Services Date: § § § THIS INSTRUMENT was acknowledged before me on this day of , 2006, by Scott B. Ahlstrom, as Manager, Water & Wastewater Utility Services, of the Lower Colorado River Authority, a political subdivision of the State of Texas , on behalf of said subdivision. Notary Public, State of Texas Printed/Typed Name of Notary My Commission Expires: 14 EXHIBIT "A" PRELIMINARY DESIGN CONTRACTS Scope of Engineering Services To Be Provided by HDR Engineering, Inc. through Carter & Burgess, Inc. Relating to Cedar Park/Round Rock/Leander Regional Water System Project For the Lower Colorado River Authority June 30, 2006 SUMMARY Carter & Burgess, Inc. (C&B) plans to execute an engineering services agreement with the Lower Colorado River Authority (LCRA) to provide engineering services for the raw water delivery system for the Cedar Park/Round Rock/Leander Regional Water System Project (Project), which is described in the Preliminary Engineering Report (Draft 2) prepared by HDR Engineering, Inc. and dated January, 2006. As a subconsultant to C&B, HDR Engineering, Inc. (HDR) will serve as the lead engineering firm for the raw water intake and pumping system. The scope of services is more fully described in the following paragraphs. I. TASK ORDER NO. I — PRELIMINARY DESIGN SERVICES PRELIMINARY DESIGN REPORT — FLOATING INTAKE 1. Attend a total of 6 meetings with the C&B, LCRA and/or stakeholders for the Project through October 23, 2006 (deadline for submitting draft of PER). HDR will not prepare the minutes of the meetings, but will review and comment on the minutes as provided by others. 2. Provide a comprehensive QA/QC process for Task Order I. QC reviews will be conducted prior to submitting plans for review. 3. Provide and maintain a project schedule in MS Project format. Update bi-weekly and submit with each monthly invoice. 4. Establish Design Criteria — Assist in determining the anticipated range of flows, hydraulic grade line requirements at the treatment plant, and acceptable flow velocities and pipe pressures. HDR will provide input to C&B for a technical memorandum that will summarize the design criteria. 5. HDR will provide C&B with the hydraulic model prepared during the Preliminary Engineering Phase as well as meet with C&B and its subconsultant to transfer the knowledge of the model. 7. Floating Intake Modifications: Develop a conceptual plan for modification and expansion of the existing Twin Creeks intake barge located adjacent to the City of Cedar Park's water treatment plant. Tasks to be performed include the following: a) Review the intake barge manufacturer's original shop drawing submittals (and CAD files, if they can be obtained) and verify the design concept for expansion of the intake barge to support up to eight raw water pumps. Update the flotation calculations to verify the design concepts presented in the HDR Preliminary Engineering Report. Page 1 of 4 b) Investigate the feasibility of installing the raw water pipeline(s) to the base of the submerged cliff by directional drilling and by underwater installation of an exposed, submerged pipe or pipes connecting to the hoses from the barge. Develop concepts for both approaches and recommend a preferred approach based on consideration of constructability, future maintenance, and cost. c) Develop concepts and make recommendations for future delivery of raw water from the deep water intake to the existing Cedar Park and LCRA Sandy Creek water treatment plants. This involves planning for the future interconnection to the raw water systems of the two plants. Review and develop two concepts for reducing the pressure of raw water to be delivered to the two plants: to install a pressure reducing valve with anti -cavitation trim or a turbine to recover the energy. Recommend a preferred concept for reducing the pressure. d) Coordinate with electrical subconsultant to develop a recommended layout for an electrical building to serve the floating intake. The building is anticipated to be located within Cedar Park's plant site or on LCRA's adjacent site that powers the Sandy Creek intake. Coordinate with both entities to evaluate the feasibility of the locations and recommend one site. e) Prepare preliminary structural design for floating intake, supports, electrical building, miscellaneous structures and vaults. f) Architect to develop schematic layout for barge and electrical building. Develop preliminary HVAC requirements and fire suppression. Coordinate activities with structural, electrical, HVAC, and civil designers. g) Prepare preliminary drawings for the recommended concepts. Drawings will include: 1. A site plan. 2. A plan of the modified barge structure. 3. A profile view of the raw water pipeline(s) from the Cedar Park water treatment plant to the floating intake barge. 4. A plan of the electrical building. h) Prepare an opinion of probable construction cost for the recommended barge expansion concept. 8. HDR will review and provide comments on SCADA System Design & Integration Approach to be provided by C&B who will obtain it from CDM in relation to the Raw Water Intake. 9. Prepare the appropriate chapter(s) of Preliminary Design Report regarding the floating raw water intake improvements. a) Assist with the preparation of a schedule for final design and construction. The final design and construction schedule is yet to be determined. b) Assist with the preparation of a draft Design Report to be furnished to the LCRA for review and distribution. c) Assist with the incorporation of comments into final Design Report. This will become the basis for the project design. 10. PRELIMINARY DESIGN REPORT — DEEP WATER INTAKE AND PIPELINE SEGMENT 5 Page 2 of 4 A. Assist C&B with the Deep Water Intake Site and Route Study: Task will include the following: 1. Assist C&B to investigate and make preliminary recommendations regarding alignment and construction alternatives for Segment 5 and the intake site. Up to four (4) alignment alternatives and three (3) intake alternatives will be reviewed including the existing pipeline route and intake site identified in the PER. 2. Assist in the preparation of the intake related portions of the draft Route Study Report including recommendations to be furnished to the LCRA for review and comment. 3. Provide information for inclusion in the final Route Study Report. B. Deep Water Intake Preliminary Design: Provide preliminary engineering for the proposed deep water intake. The tasks include the following: 1. Develop up to two alternative layouts for the station and verify site requirements and constructability. 2. Develop system head curves for pumping from the deep water intake site to the Cedar Park WTP, Sandy Creek WTP, and new WTP sites. 3. Examine the unique design challenges posed by vertical turbine pumps with long lineshafts. Consult with pump manufacturers in an effort to identify manufacturers of suitable pumps and special design features that may be recommended. Evaluate pumping unit alternatives for deep set vertical turbine pumps including variable speed drives. 4. Update the preliminary steady-state hydraulic calculations for the raw water delivery system to determine the system curve and make preliminary selections for the raw water pumps for the deep water intakes. 5. a) Develop two alternate concepts for the deep water intake site at Volente. The first will be the concept presented in the PER with a pump station located adjacent to Lake Travis at Booth Circle. The second will include a gate shaft at this location with a pump station at another location to be determined following discussion with LCRA. A tunnel would connect the gate shaft to the pump station. Recommend one option based on consideration of constructability, future maintenance, cost, and, in consultation with the environmental consultant, environmental concerns. b) Update the concept of a joint City of Austin/LCRA intake and common pump station previously identified as option A2A in preliminary cost estimates jointly prepared by HDR and Turner, Collie, & Braden, Inc. and provided to the City of Austin and LCRA in March, 2006. Update the cost estimate to eliminate the transmission pipeline to the City's Water Treatment Plant #4 (the proposed location for which has changed) and incorporate the cost estimate to be prepared by C&B for the transmission pipeline to LCRA's regional water treatment plant site. This scope item is not intended to be a detailed alternatives study nor to recommend a specific concept. It is limited to presenting planning -level costs for initial consideration and discussion purposes with LCRA's customers and the City of Austin. 6. Assist with the determination of the electric power requirements of the proposed deep water intake Pedernales Electric Cooperative in an effort to determine Page 3 of 4 Pedernales Electric Cooperative's requirements and potential schedule for upgrading their infrastructure to serve the project. 7. Coordinate with electrical subconsultant to develop a conceptual layout for the electrical equipment to serve the raw water pump station. 8. Prepare structural design for deepwater intake shaft(s), tunnels, pump building, and miscellaneous structures and vaults. 9. Architect to develop schematic layout for pump station building. Develop preliminary HVAC requirements and fire suppression. Coordinate activities with structural, electrical, HVAC, and civil designers. 10. Prepare an analysis of the alternatives based on capital and operating costs, ease of operation and maintenance, and other factors appropriate to the analysis. 11. Preliminary plan views of the alternatives, and two sections per alternative. 12. Coordinate with a geotechnical subconsultant on the geotechnical investigation, including three (3) deep rock borings and laboratory analyses. Core samples will be reviewed by tunneling experts in order to provide recommendations for shaft and tunnel designs, dewatering, pipeline construction, trenching, and trench safety. 13. Assist in developing preliminary SCADA requirements for proposed intake. a. Address instrumentation and monitoring requirements. b. Address type of SCADA system specifications. c. Address communications options including fiber optics, radio, etc. d. Provide cost estimates. 14. Evaluate intake structure construction alternatives. 15. Prepare preliminary drawings for the recommended concepts. Drawings will include: a. Site plan(s). b. Plan and cross-section views of the proposed pump station and, if recommended, gate shaft structure. c. Prepare an opinion of probable construction cost for the recommended concept. C. Raw Water Pipeline Segment 5 - Preliminary Design: The tasks for this will include the following: 1. Review and comment on the locations, and methods of construction for proposed tunneling and boring operations at river, creek, paved roads, highways and other areas along the proposed alignment that require boring or tunneling. D. Preliminary Design Report: Prepare the appropriate chapter(s) of Preliminary Design Report regarding the floating raw water intake improvements. 1. Assist with the preparation of a schedule for final design and construction. The final design and construction schedule is yet to be determined. 2. Assist with the preparation of a draft Design Report to be furnished to the LCRA for review and distribution. 3. Assist with the incorporation of comments into final Design Report. This will become the basis for the project design. E. PROJECT CADD STANDARDS: Review and provide comments to Project Specification and CADD Standards to be provided by C&B. HDR will not have to attend any meetings concerning Project Specification and CADD Standards. Page 4 of 4 w F- > - re w • W W LL J U ZC4 U z5NreCO c LY t/y (nN WLY<c ( W CO Z re ce ZZ W WC • Q Z 'd 0. Lw -VW Z'a V Z < n w2 O re• w LY a w U LABOR COST N �COC0000000 V 0CO'::1- V -N (O O CO0TI-OOCO(ONtN MCO'Et N0 N- 0 NA, N CO CO CA T f•••.. T NN CO In I,- N 00 OO CO co LL O COO co- N Co 00 rt h N O 00 T O U) Technician 69- 64 64 Efl Efl Cfl 64 EA> 64 EH 64 VI 64 64 69 Efi N Esi Or e-- a0 - CO d 69 COCO 0 0 r' N L cp O c N CD c CfD co N M N ` _ w 0 E. 0 6) t O ti C Z 1- CO O N CO N P N CO a0 O N CO O CO N • CO 00 O O co U 2 a) a. - Q ✓ cc 45 aa) c fuj a c co -t O N O 05 Q U a) O c N N '� c0 ca o Q 2a :p .coC N v co a) c 71 E C N a) 0 0'o0 UD.0 Z N a rn9. _g �cncn ctsc Q o i,, S. o _c Q -- cc 49- a) L2 CD._p•E o 3Qv cu0 3Q D Jc w t c CD 0 a °)V ti N O N O a) N 2 CY <1—fiQUfYa a) (0 c 0 rn� 9- •N 3 O O U > 0 aU - •c ( • QJ e) .0 a` Vi .. o no.Y;Q m0 a) a3 • t- 4? N (6 (0 O U > Yc Y • Q N .� m Q T2 Q PROJECT CADD STANDARDS 0 N • O CO M N T R 64 0 COO CMO 64 O 0 CO cej N ..4 - N I 64 O NNr C3) T 64 OTHER DIRECT COSTS N O O M CA 0 0 CO • O O N- e- T T N CO Eft EA. EA En. Miscellaneous/Other x o ... W Q --- E W a) .• U < ccr !owl 0E 0 O aD O a) <�d \R|2SE June 12, 2006 Mr h b n«c PE. Principal Carter & Burgess 2705 Bee Cave Road, Suite 300 Austin, Texas 78746 34\ E DeararJohn [! andU S.y [ 'ark -l. eAir-R m al r aG� and y Pe Attached are$z »flow nen pr ur Rmdimi� w Oe§ Phase Sc eofSe Manpow me, We "Cr k RegialI aerSupply Pri ec [nate for Preliminary Design Phase ServR:es, r ed kh look ft ad m Pr td q Atmel oD! -king «K %qw do no §meta & Burgess m,± is projit SCOPE OF WORK — PRELIMINARY DESIGN PHASE CEDAR PARK — LEANDER — ROUND ROCK REGIONAL WATER PROJECT RAW WATER INTAKE AND PIPELINE K FRIESE & ASSOCIATES, INC. SCOPE OF WORK TASKS FROM CARTER & BURGESS PROVIDED SCOPE OF WORK: A PRELIMINARY DESIGN REPORT — FLOATING INTAKE AND PIPELINE SEGMENTS 1 - 4 8 Verify Hydraulic Model — Verify the existing HDR hydraulic model of the preferred raw water alternative alignment using WaterCAD software. Include any modifications that differ from the original PER. The model will include both the Phase I (Floating Barge) and Phase II (deep water intake) raw water systems. Available mapping and topography along the proposed pipeline route will be used as background to develop the model alignment and key nodal elevations. Prepare a hydraulic model for the system demand data and design flow rates developed previously and furnished by the LCRA. Update the preliminary steady- state hydraulic calculations for the raw water delivery system to determine the system curve and make preliminary selections for the raw water pumps for the floating intake. B PRELIMINARY DESIGN REPORT — DEEP WATER INTAKE AND PIPELINE SEGMENT 5 4f Prepare a hydraulic model for the preferred alignment using system demand data and design flow rates furnished by OWNER. Update the preliminary steady-state hydraulic calculations for the raw water delivery system to determine the system curve and make preliminary selections for the raw water pumps for the floating and deep water intakes. Analysis of a maximum of 3 scenarios is budgeted. Page 1 of 1 w w Q Z 2 H w �— wa- wz O Q • W D m Q WZ O w 2�w u_ • z Q • W J 1- 0 W O d W 1— Q J z _O 5 w 0 0 0 z 0 cc CEDAR PARK o 0 $4, 986 $29,688 $34.674 • Expenses Cost 0 63 Total Labor Cost 0 CO rn v $29, 688 a ao a PI w Total Labor o 1 co N eco $ 57.38 Clerical 0 o 1 $ 80.03 CADD Technician P. 0 a a 00 co Project Engineer Hours O fA N O N N Project Manager 60 O N 0 N b 69 m N CO a ` d- EA c d 0 M Task C8B Scope Item A IPDR - Floating Intake and Pipeline Segments 1 - 4 8 Verify Hydraulic Model PDR - Deep Water Intake & Pipeline Segment 5 Prepare Hydraulic Model & Develop System Curve w ti V 03 U w UJ 0 R > auJ N a0 mrF cr war. .11—w 3�w O 00 C7H o Z cc 4= 2 U U = J Raw Water Intake and Transmission Line Print date:6/23/2006 al ,15 3E Senior Junior Principal Principal Principal Project Senior Junior Technician/ Project Technician? Project Principal Task Engineer/S Controls Engineer/Scientist/PI Contracts Engineer/Scientist/PI Technical Project Administrator/0 echnical Manager Consultant Manager cientist Specialist anner/1S Consultant Administrator armor/IS Consultant Editor Accoumam ffice Editor 4 16 8 4 24 Bill Berhorst Jose Guzman 117 $145.00 Dan Freline Task Description RAW WATER INTAKE AND TRANSMISSION LINE PROJECT L TASK ORDER NO.1-PRELIMINARY DESIGN SERVICES A. FLOATING INTAKE AND PIPELINE SEGMENTS 1 - 4 21. SCADA System Design & Integration ADoroach: a Review of the proposed CDM I&C and SCADA standards. b. Provide recommendations for I&C and SCADA requirements for the raw water pump controls. c. Participate in three (3) meetings with LCRA and stakeholders' operational personnel to review the various SCADA system requirements. d Deveb I' - p pre immary cost es ales for I&C arta SCADA. a Develop and submit preliminary I&C / SCADA plan. L Meet with the design team (initially), LCRA and stakeholders to review the l&C / SCADA Report and incorporate comments into the Preliminary Design Report. Subtoal B- DEEP WATER INTAKE AND PIPELINE SEGMENT 5 3. Deep Water Intake Preliminary Design: Prepare preliminary engineering for the proposed deep water intake. p. Provide preliminary SCADA requirements for proposed intake i. Address instrumentation and monitoring requirements. ii. Address type of SCADA system specifications. iii. Address communications options including fiber optics, radio, etc. iv. Provide cost estimates. Subtotal Total Approved Hourly Billing Rate Print date:6/23/2006 June 29, 2006 Carter & Burgess, Inc. 2705 Bee Cave Road Suite 300 Austin, TX 78746 Baer Engineering and Environmental Consulting, Inc. Sent via e-mail to John.LindnerPc-b.com and Reed.MeriwetherPc-b.com and U.S. Mail. Attention: Mr. John Lindner, P.E. Subject: Proposal for Environmental Site Development Permitting Cedar Park/Round Rock/Leander Regional Water System Project Raw Water Intake and Pipeline Baer Engineering Proposal No. 062020-5.015, Exhibit A Dear Mr. Lindner: Baer Engineering & Environmental Consulting, Inc. (Baer Engineering) is pleased to present this proposal for environmental services to Carter & Burgess, Inc. and the Lower Colorado River Authority (LCRA) for the Cedar Park/Round Rock/Leander Regional Water System Project Raw Water Intake and Pipeline. It is our understanding that the LCRA and its Central Texas partners, Cedar Park, Leander, and Round Rock are combining resources to upgrade their regional water system. Carter & Burgess has been contracted to work on the raw water intake and raw water pipeline portion of the project. Baer Engineering will assist with the environmental portion of the project. SCOPE OF SERVICES Baer Engineering proposes the following tasks for Phase 1 — Preliminary Design Report for the project: Task 1—Identify and Map Environmental Constraints. — information gathering, data collection, and constraints mapping, Task 2—Coordinate with Regulatory Agencies. Identify Permitting Requirements. — permitting assessment, decision matrix development The specific tasks are broken out below. TASK 1 PERSONNEL RATE HOURS TOTAL Identify and Map Environmental Constraints. Order and compile records for constraints in the project area. Project Scientist $80 8 $640 Perform initial site survey of selected areas. Project Scientists $80 160 $12,800 Assemble data for constraints map. Project Scientist $80 32 $2,560 Prepare constraints map. CADD $65 80 $5,200 Perform QA/QC of map. Principal Scientist $140 8 $1,120 Process documents. Support Staff $45 8 $360 Meet with Carter & Burgess / LCRA, et al. (4) Project Scientist $80 16 $1,280 Principal Scientist $140 16 $2,240 Purchase job supplies and records. At cost $8,000 TOTAL: $34,200 Baer Engineering and Environmental Consulting, Inc. 7756 Northcross Drive, Suite 211, Austin, Texas 78757 Phone: 512/453-3733 — Fax: 512/453-3316 — Toll Free: 800/926-9242 www.baereng.com Carter & Burgess, Inc.: 062020-5.015 LCRA Raw Water Intake and Pipeline June 29, 2006 Page 2 TASK 2" PERSONNEL RATE HOURS TOTAL Coordinate with Regulatory Agencies. Identify Permitting Requirements. Review USFWS Regional 10 (a) Permit. Principal Scientist $140 16 $2,240 Determine BCCP requirements. Principal Scientist $140 16 $2,240 Determine THC requirements. Project Scientist $80 16 $1,280 Determine USACE NWP 12 requirements. Principal Scientist $140 24 $3,360 Prepare environmental report detailing permit requirements. Project Scientist $80 80 $6,400 Perform QA/QC of report. Principal Scientist $140 8 $1,120 Process documents. Support Staff $45 8 $360 Prepare initial decision matrix based on constraints map. Highlight 6 potential routes based on environmental data. Project Scientist $80 24 $1,920 Prepare drawing showing 6 potential routes. CADD $65 40 $2,600 Perform QC of map and matrix. Principal Scientist $140 6 $840 Process documents. Support Staff $45 8 $360 Meet with Carter & Burgess / LCRA, et al. (4) Project Scientist $80 16 $1,280 Principal Scientist $140 8 $1,120 Purchase job supplies. At cost $1,000 TOTAL: $26,120 TOTAL $60,320 The total amount for job supplies and records for Task 1 includes the costs to reproduce maps, plates, figures, exhibits, etc. and to purchase commercially -available regulatory record databases. It also includes a minor amount for expendables consumed during the field exercise. The total amount is an estimate. These items will be billed at cost. The total amount for job supplies for Task 2 includes the costs to reproduce maps, plates, figures, exhibits, etc. The total amount is an estimate. These items will be billed at cost. SCHEDULE These tasks will begin immediately upon notice proceed, which is anticipated to be on or about July 10, 2006. Baer Engineering anticipates completing these tasks by October 23, 2006. AUTHORIZATION Baer Engineering will perform the above tasks in accordance with the terms and conditions of our contract with Carter & Burgess, Inc. If you are in agreement, please provide us with an original contract for our execution. Our services and confidential reports will be prepared on the behalf of and for the exclusive use of Carter & Burgess, Inc. and the LCRA. Baer Engineering appreciates the opportunity to provide support services to Carter & Burgess, Inc. and the LCRA. If you have any questions or comments in reference to the above proposal, please feel free to contact me at 512.453.3733. Sincerely, BAER ENGINEERING & ENVIRONMENTAL CONSULTING, INC. Therese M. Baer, P.E. President Attachment: 2006 Schedule of Fees Baer Engineering and Environmental Consulting, Inc. VK Gupta j I Subconsultant Task Fee Estimate Ceder Park- Round Rock LCRA Regional Water Supply Project 1 Principal Project Manager Engineer CADD Tech Clerical Total RATE $135.00 $110 $ 80.00 $ 52.00 $ 33.00 TASK 1 FLOATING INTAKE MODIFICATIONS 1.1 Meetings a. Internal Coordination 6 -month ( Telephone) $ 810.00 $ 1,320.00 $ 960.00 $ 1,320.00' $ 880.00 $ 66.00 $ 3,090.00 $ 1,860.00, $ 2,026.00 b. Project Status (monthly) $ 540.00 c. !Kick off Meeting in Austin $ 1,080.00 1.2 Data Collection/Review a. Review Existing Design and Reports. $ 660.00 $ 1,280.00 $ 1,100.00 $ 132.00 $ 66.00 $ 2,072.00 $ 1,166.00 b. Confirm Field Conditions( Trip) c. Discussion with Power Company $ 540.00 $ 3,300.00 $ 640.00 $ 220.00 $ 640.00 $ 4,480.00 $ 860.00 e. Define Facil/Struct for Demo/Abandon f. Determine Constructability Issues $ 270.00 $ 440.00 $ 710.00 1.3 Preliminary Opinioni of Probable Const Cost $ 405.00 $ 440.00 , $ 1,280.00 $ 132.00 $ 2.257.00 , 1.4 Preliminary Concept Drawings of Electrical Building $ 880.00 , $ 1,600.00 $ 440.00 $ 1,920.00 $ 440.00 , $ 1,920.00 $ 1,920.00 $ 660.00 $ 640.00 $ 520.00 $ 624.00 $ 520.00 $ 832.00 $ 99.00 $ 99.00 $ 99.00 $ 99.00 $ 99.00 $ 3,369.00 $ 3,083.00 $ 2,979.00 $ 2,851.00 $ 1,399.00 a Existing One Line Modification $ 270.00 b. c. Create Preliminary One Line Diagram Electrical Equipment Sizing d Electrical Building Layout e. Review Site and Recomment Site I 1.5 Preliminary Engineering Report a. Draft PER I $ 440.00 $ 2,400.00 $ 2,840.00 b. Internal Review/QC $ 540.00 $ 660.00 $ 1,200.00 c Incorporate Internal Comments $ 480.00 $ 208.00 $ 132.00 $ 820.00 d Submit Draft PER $ 320.00 $ 104.00 $ 66.00 $ 490.00 e CB Comments and Incorporate Comments $ 480.00 $ 162.00 $ 66.00 $ 708.00 f LORA Review Meeting Incorporate LCRA Comments $ 1,080.00 $ 880.00 $ 480.00 $ 162.00 $ 66.00 $ 1,960.00 $ 708.00 g h Respond in writing to LCRA comments $ 480.00 $ 66.00 $ 546.00 i Submit Final PER to CB $ 220.00 $ 320.00 $ 208.00 $ 132.00 $ 880.00 SUB- TOTAL 1 $ 42,354.00 Over head ODC s at 3% $ 1,270.62 TOTAL $ 43,624.62 TASK -2 DEEP WATER INTAKE PRELIMINARY DESIGN 2.1 Meetings a. Internal Coordination 6 -month ( Telephone) $ 270.00 $ 880.00 $ 640.00 $ 1,790.00 1 2.2 Power Company Coordination a Discussion with Power Company $ 1,080.00 $ 2,640.00 $ 640.00 $ 4,360.00 2.3 Preliminary Opinioni of Probable Const Cost $ 405.00 $ 440.00 $ 1,280.00 $ 132.00 $ 2,257.00 2.4 Preliminary Concept Drawings of Electrical Building $ 440.00 $ 1,920.00 $ 440.00 $ 1,920.00 $ 1,920.00 $ 624.00 $ 520.00 $ 832.00 $ 99.00 $ 99.00 $ 99.00 $ 3,083.00 $ 2,979.00 $ 2,851.00 a Create Preliminary One Line Diagram b Electrical Equipment Sizing c Electrical Building Layout 2.5 Preliminary Engineering Report a. Draft PERI $ 440.00 $ 1,600.00 $ 330.00 $ 2,040.00 $ 600.00 b. Internal Review/QC $ 270.00 c. Internal Review Meeting $ 220.00 $ 160.00 $ 104.00 $ 484.00 d CB Comments and Incorporate Comments _ $ 320.00 $ 320.00 $ 108.00 $ 108.00 $ 66.00 $ 66.00 $ 494.00 $ 494.00 e Incorporate LCRA Comments f Respond in writing to LCRA comments $ 220.00 $ 480.00 $ 66.00 $ 766.00 $ 22,198.00 SUB- TOTAL 1 Over head ODC's at 3% $ 665.94 TOTAL $ 22,863.94 FUGRO CONSULTANTS LP111 11111M.11041MI ORO Mr. John Linder, P.E. Carter & Burgess, Inc. 2705 Bee Cave Road, Suite 300 Austin, Texas 78746 8613 Cross Park Drive Austin, TX 78754 Phone: 512-977-1800 Fax: 512-973-9565 Proposal No. 1001-3531 May 19, 2006 Proposal for Geotechnical and Tunnel Engineering Services Cedar Park — Round Rock — LCRA Regional Water Supply Project Williamson and Travis Counties, Texas Dear Mr. Linder, Fugro Consultants LP (Fugro) is pleased to submit this proposal for geotechnical and tunnel engineering services in support of tunnel assessments for the above project. This proposal and budget is based on information contained in the January 2006 Preliminary Engineering Report for the project conducted by HDR, and subsequent meetings and phone conversations with representatives of HDR and Carter & Burgess. In short, tunnel segments and associated shafts are being evaluated for the existing Cedar Park floating intake structure, a new deep water intake near Volente, and a crossing under RM 1431. Fugro will have primary responsibility for the geotechnical investigation (excluding crossing under RM 1431 which will be conducted by others) and tunnel assessment services. Fugro will be assistedby our Alliance Partner, Brierley Associates, as a subconsultant to Fugro for tunnel assessments. The project is being split into two phases. Our scope of services and budget estimate for each phase are discussed in the following paragraphs. Scope of Services Phase I of the project will include upgrading the floating intake structure at the existing Cedar Park water treatment plant. This would involve either draping intake pipes over the existing steep limestone cliff or installing fixed pipes to the bottom of the cliff using horizontal directional drilling (HDD). The geotechnical investigation will consist of one deep vertical boring at the top of the cliff (El. 780), extending to the proposed lowest elevation of the HDD (El. 600), for a total boring depth of 180 linear feet. If site conditions allow access along the cliff, a series of shorter core borings will be made along the alignment of the HDD in place of the one deep boring. The boring(s) will be continuously cored and measurements of core recovery and rock quality designation (RQD) will be made for each core run interval. Laboratory test will consist of unconfined compression tests on selected samples of rock, and Atterberg Limits/gradation tests A member of the Fugro group of companies with offices throughout the world. ORO as�`v o�� Carter & Burgess, Inc. Mr. John Lindner, P.E. May 19, 2006 Page 2 of 4 on samples of surficial soils. Based on the results of the field and lab work, Fugro Consultants and our subconsultant Brierley Associates will evaluate the feasibility of using the HDD tunneling method for construction of fixed pipes for the floating intake structure upgrade. A report for this phase will be issued with our results and recommendations. Phase II of the project will include a preliminary assessment of a deep water intake near Volente. This will involve a vertical shaft on land near the lake, and four horizontal intake conduits extending into the lake. It is anticipated that the four intake conduits will be constructed using a micro tunnel boring machine (MTBM). Two options are being evaluated for the vertical shaft. One option would house the pumps in the shaft nearest the lake. The other option would house the pumps in a remote pump station shaft farther north of the lake and the lake shaft would simply serve as a smaller diameter gate shaft. In this scenario, the two shafts would be connected by a tunnel using either a conventional tunnel boring machine (TBM) or possibly a MTBM. For preliminary design considerations, the geotechnical investigation will consist of one vertical boring near each proposed shaft location. The boring depths are estimated to be 220 ft for the lake shaft and 235 ft for the remote pump station shaft. The lake shaft will include packer pressure tests at five-foot intervals from lake elevation (El. 680) to the bottom of the boring to evaluate potential water infiltration problems during construction of the shaft. Core recovery, RQD and unconfined compression tests will be conducted at each boring location. Preliminary geotechnical engineering and tunnel assessment will consist of discussions of TBM and MTBM construction methods, temporary support methods for vertical shafts, potential groundwater problems, and potential permanent liner systems for use in preliminary construction cost estimates. A report for this phase will be issued with our results and recommendations. In addition to the above, we have been asked to provide an assessment of potential construction methods for a 72 -inch carrier pipe under RM 1431. Construction methods being considered are open cut excavation, jack and boring, and tunneling. The geotechnical investigation and laboratory testing for this assessment will be the responsibility of others. A letter report for this task will be issued with our recommendations. ORO o ®�I'm" �'�■ Carter & Burgess, Inc. Mr. John Lindner, P.E. Cost Estimate May 19, 2006 Page 3 of 4 Based on the scope of work presented herein and details outlined in the Attachments 1 and 2 to this proposal, our total cost estimate is $105,500.00. A summary of the total cost for each of the three primary tasks is presented below. Phase I Floating Intake Upgrade at Cedar Park WTP $27,000.00 Phase II Deep Water Intake near Volente $72,400.00 Pipe under RM 1431 $ 6,100.00 Total $105,500.00 The estimated fee is based on the following: 1. Boring locations will be staked by measuring distances and angles from existing site features, and should be considered approximate. Alternatively, Fugro can mark boring locations from survey control points such as center of proposed structures, established by others. 2. Boring locations will be accessible with truck -mounted drilling equipment. Clearing, grading, and/or traffic control are not included in this estimate. 3. Underground utilities will be cleared by on-site personnel. 4. Agreement to the Terms and Conditions listed on the attached Schedule 40.01. 5. This proposal does not include costs for environmental drilling and/or environmental consultation of site conditions. The estimated fee may be exceeded if site conditions are significantly different than anticipated or changes in work are required or requested. The estimated maximum fee will not be exceeded without the client's prior authorization. Terms and Conditions Fees for our work are included on the Attachments to this document. General Terms and Conditions are outlined in schedule 40.01. The following statement is required by Fugro's Insurance Company. Fugro's scope of work does not include the investigation, detection, or design related to the presence of any Biological Pollutants. The term "Biological Pollutants" includes, but is not limited to, mold, fungi, spores, bacteria, and viruses, and the byproducts of any such biological organisms. * IBRO . �..s riummesaii Carter & Burgess, Inc. Mr. John Lindner, P.E. May 19, 2006 Page 4 of 4 To indicate acceptance of this proposal, please have the signature block below signed by a duly authorized representative of the client, and return one copy to us for our files. Whoever signs below is identified as our Client as used throughout Schedule 40.01 attached. We appreciate the opportunity to provide these services to Carter and Burgess and the LCRA. If you have any questions, please do not hesitate to call me. LBY/bv(h\w1g\p\2005\1001-3531 \P3531) Attachments Attachments 1, 2 Schedule 40.01 CLIENT: Firm Name Authorizing Signature Typed Name & Title Date Sincerely, . FUGRO CONSULTANTS LP By: Fugro Consultants GP LLC Its sole general partner Lewis B. Yates, P. Special Projects Manager FUGRO CONSULTANTS LP Schedule 40.01 (Rev. Apr 05) GENERAL CONDITIONS FOR TECHNICAL SERVICES ORO samanal .mmersim 1. Parties to This Agreement CLIENT as used herein is the entity who authorizes performance of services by Fugro Consultants LP (FUGRO) under the conditions stated herein. FUGRO as, used herein includes, Fugro Consultants LP, its employees and officers, and its subcontractors and sub -consultants (including affiliated corporations). 2. On-site Responsibilities and Risks 2,1 Right -of -Entry. Unless otherwise agreed, CLIENT will furnish unfettered rights -of -entry and obtain permits as required for FUGRO to perform the fieldwork. 2.2 Damage to Property. FUGRO will take reasonable precautions to reduce damage to land and other property caused by FUGRO's operations. However, CLIENT understands that damage may occur and FUGRO's fee does not include the cost of repairing such damage. If CLIENT desires FUGRO to repair and/or pay for damages, FUGRO will undertake the repairs and add the pre -agreed cost to FUGRO's fee. 2.3 Toxic and Hazardous Materials. CLIENT will provide FUGRO with all information within CLIENT's possession or knowledge as to the potential occurrence of toxic or hazardous materials, or Biological Pollutants (as defined in 9. below) at the site being investigated. If unanticipated toxic or hazardous materials, or biological pollutants are encountered, FUGRO reserves the right to demobilize FUGRO's field operations at CLIENT's expense. Remobilization will proceed following consultation with FUGRO's safety coordinator and CLIENTs acceptance of proposed safety measures and fee adjustments. 2.4 Utilities and Pipelines. While performing FUGRO's fieldwork, FUGRO will take reasonable precautions to avoid damage to subterranean and subaqueous structures, pipelines, and utilities. CLIENT agrees to defend, indemnify, and hold FUGRO harmless for any damages to such structures, pipelines, and utilities that are not called to FUGRO's attention and/or correctly shown on plans furnished to FUGRO. 2.5 Site Safety. FUGRO is not responsible for the job site safety of others, nor does FUGRO have stop -work authority over work by others. However, FUGRO will conduct its work in a safe, workman -like manner, and will observe the work -site safety requirements of CLIENT that have been communicated to FUGRO in writing. 3. Standard of Care 3.1 FUGRO will perform its services consistent with that level of care and skill ordinarily exercised by members of the profession currently practicing under similar conditions in the same location. 3.2 CLIENT acknowledges that conditions may vary from those encountered at the location where borings, surveys, or explorations are made and that FUGRO's data, interpretations, and recommendations are based solely on the information available to FUGRO, and FUGRO is not responsible for the interpretation by others of the information developed. 4. Limitation of Remedies To the greatest extent permitted by law, CLIENT's sole remedy against FUGRO for claims and liabilities in any way arising out of or directly or indirectly related to FUGRO's work for CLIENT will not exceed an aggregate limit of $50,000 or the amount of FUGRO's fee, whichever Is greater, regardless of the legal theory under which remedy is sought, whether based on negligence [whether sole or concurrent, active or passive], breach of warranty, breach of contract, strict liability or otherwise. In the event CLIENT does not wish to limit FUGRO's remedy to this sum, and if CLIENT requests in writing prior to acceptance of this Agreement, FUGRO agrees to negotiate a greater remedy amount in exchange for an Increase in scope and fee appropriate to the project and remedy risks involved.. 5. Invoices and Payment At FUGRO's discretion, invoices will be submitted at the completion of task elements, or monthly for services rendered. Payment is due upon presentation of FUGRO's invoice and is past due thirty- (30) days from invoice date. CLIENT agrees to pay a financing charge of one percent (1 %) per month (or the maximum rate allowable by law, whichever is less), on past due accounts, and agrees to pay attorney's fees or other costs incurred in collecting any delinquent amount. 6. Data, Records, Work Product and Report(s), and Samples Data, Records, Work Product and Report(s) are FUGRO's property. All pertinent records relating to FUGRO's services shall be retained for a minimum of two (2) years after completion of the work. CLIENT shall have access to the records at all reasonable times during said period. FUGRO will retain samples of soil and rock for a minimum of 30 days after submission of FUGRO's report unless CLIENT advises FUGRO otherwise. Upon CLIENT's written request, for an agreed charge FUGRO will store or deliver the samples in accordance with CLIENTS instructions. 7. Indemnification FUGRO and CLIENT shall indemnify each other from any claims, damages, losses, and costs, including, but not limited to, reasonable attorney's fees and litigation costs, to the proportionate extent caused by each party's own negligence, including the negligence of the indemnifying party, and its employees, affiliated corporations, officers, and sub -tier parties in connection with the project. 8. Consequential Damages Notwithstanding any other provision of this Agreement, CLIENT and FUGRO waive and release any claim against the other for loss of revenue, profit or use of capital, loss of services, business interruption and/or delay, loss of product, production delays, losses resulting from failure to meet other contractual commitments or deadlines, downtime of facilities, or for any special, indirect, delay or consequential damages resulting from or arising out of this Agreement, or as a result of or in connection with the work, and whether based on negligence (whether sole or concurrent, active or passive), breach of warranty, breach of contract, strict liability or otherwise. 9. Biological Pollutants FUGRO's scope of work does not include the investigation, detection, or design related to the presence of any Biological Pollutants. The term "Biological Pollutants" includes, but is not limited to, mold, fungi, spores, bacteria, and viruses, and the byproducts of any such biological organisms. CLIENT agrees that FUGRO will have no liability for any claim regarding bodily injury or property damage alleged, arising from, or caused directly or indirectly by the presence of or exposure to any Biological Pollutants. In addition, CLIENT will defend, indemnify, and hold harmless FUGRO from any third party claim for damages alleged to arise from or be caused by the presence of or exposure to any Biological Pollutants. If CLIENT requests in writing prior to acceptance of this Agreement, FUGRO will negotiate a greater limitation amount, and remove CLIENT's responsibilities, in exchange for an increase in fee to develop an expanded scope of work to provide biological pollutant protection. 10. Acceptance of Agreement These GENERAL CONDITIONS have been established in large measure to allocate certain risks between CLIENT and FUGRO. FUGRO will not initiate service without formal agreement on the terns and conditions set forth in these GENERAL CONDITIONS. Acceptance or authorization to initiate services shall be considered by both parties to constitute formal acceptance of all terns and conditions of these GENERAL CONDITIONS. Furthermore, all preprinted terms and conditions on CLIENTs purchase order or purchase order acknowledgment forms are inapplicable to these GENERAL CONDITIONS and FUGRO's involvement in CLIENTs project. 11. Termination of Contract CLIENT and FUGRO may terminate services at any time upon ten (10) days written notice. In the event of termination, CLIENT agrees to fully compensate FUGRO for services performed including reimbursable expenses to the termination date, as well as demobilization expenses. FUGRO will terminate services without waiving any claims or incurring any liability. ATTACHMENT 1 FEE ESTIMATE GEOTECHNICAL AND TUNNEL ENGINEERING SERVICES FUGRO CONSULTANTS LP Cedar Park -Round Rock-LCRA Regional Water Supply Project for Carter -Burgess .N O c..7, OO 69 1C2 31AK O. § O 0)M cci 63 ': _63HI- tHw 80 SI 0 'I0 OW 0 OyC 4 y ,,. O 0 luellnsuo3gng 0 laneu 0 49 amply our slso0 ao11101oai10 JeL110 $ o V 0 n �= 0 0-14- p '3' 0 2 (0 0 0) CO r . 0 O P 0 2 Vc0 0 0 O=y m 10 H SmOH Ie101 N CO cs, 4 f- CO el v 4. issv •u!wpv N O oi °0 OOvO/6un eJa N N 0 n r mN r N iSIDOIOao/eeulBu3 0 ri w AaIJaug) Jaeul6u3 rapid •J9 v d' N N `r 0 N 0 0 0 M d' 0 N 6, (a6n3) Je6eueya(wd �g � lo 07 N 40 COCON 24 N N 0 0 41. M 0 N (Aapepg) aleloOSsy N - 00 N 0 0 CDCO N N (oAnd) ledpuIJd V' N N N N 0 0 N r 49 WORK TASK iiieview Existing Geo Information Develop and Implement Subsurface Exploration Program Drilling, Sampling, Testing (see Attachment 2) Interpretation of Geotechnical Data Feasibility of HDD Construction - Floating Intake site Feasibility of Lake Tap Construction - Deep Water Intake !Feasibility of Remote Pump ShaftTunnel - Deep Water Intak, Progress and Coordination Meetings Project Management and QC Feasibilty of Pipe under RM 1431 TOTAL HOURS TOTAL COST 1- N M a 0 0 h CO 01 0l ATTACHMENT 2 �aR0 n rit Li..}4._Lavaca&M FEE ESTIMATE GEOTECHNICAL AND TUNNEL ENGINEERING SERVICES FUGRO CONSULTANTS LP Cedar Park -Round Rock-LCRA Regional Water Supply Project Drilling, Sampling, Testing Drilling and Field Testing Services Quantity Unit Rate Subtotal Mobilization and demobilization of drill rig 1 Is $17.40 $200.00 Drilling in soil 15 ft $14.00 $210.00 Continuous core drilling in hard rock, 0' to 50' 135 ft $17.40 $2,349.00 Continuous core drilling in hard rock, 50' to 75' 75 ft $19.80 $1,485.00 Continuous core drilling in hard rock, 75' to 100' 75 ft $22.20 $1,665.00 Continuous core drilling in hard rock, 100' to 150' 150 ft $29.40 $4,410.00 Continuous core drilling in hard rock, 150' to 300' 185 ft $35.40 $6,549.00 Packer set-up1 each $330.00 $330.00 Packer inflations, 0' to 100' 6 each $240.00 $1,440.00 Packer inflations, 100' to 150' 10 each $300.00 $3,000.00 Packer inflations, 150' to 300' 14 each $360.00 $5,040.00 Borehole grouting, 0' to 150' 450 ft $6.60 $2,970.00 Borehole grouting, 150' to 300' 185 ft $9.00 $1,665.00 Water hauling 12 hr $168.00 $2,016.00 Water usage 24 per 800 gal $9.00 $216.00 Coordination of boring locations and field logging 90 hrs $80.00 $7,200.00 Subtotal $40,745.00 Laboratory Services Quantity Unit Rate Subtotal Atterberg Limit Determinations 6 ea $45.00 $270.00 Sieve Analysis 6 ea $45.00 $270.00 Moisture Contents 63 ea $10.00 $630.00 Unconfined Compression Tests 63 ea $40.00 $2,520.00 Graduate Engineer 16 hrs $70.00 $1,120.00 Subtotal $4,810.00 TOTAL $45,555.00 Volente Lake Shaft: 220' w/ PT from 70' to 220' Volente Remote Pump Station Shaft: 235' Cedar Park Floating intake: 180' GEOTECHNICAL ENGINEERING DRILLING & SAMPLING FOUNDATION DESIGN HOL ENGINEERING, INC. 23 June 2006 Carter & Burgess 2705 Bee Cave Road, Suite 300 Austin, Texas 78746 Attn: Mr. Reed Meriwether, P.E. Re: Preliminary Geologic Assessment LCRA Raw Water Lines Cedar Park, Texas CONSTRUCTION INSPECTION LABORATORY TESTING MATERIALS TESTING Dear Reed, As per your request, we are providing a cost estimate for performing a Preliminary Geological Assessment of the preferred pipeline route at the above referenced project site. The assessment will include a review of existing geological maps, TxDOT data and previous geotechnical reports supplied by the LCRA in order to characterize area soil conditions and make recommendations for the location and spacing of future design related soil borings and testing parameters. Our written report will also include preliminary recommendations from a tunnel engineer, Mr. Kurt Sanders, P.E., with Lachel Felice & Associates, Inc., on the methods of construction and cost estimates for proposed tunneling and boring operations along the proposed alignment. Below is a cost estimate for the above work. COST ESTIMATE 1. Engineering time to review geological maps, TxDOT data and previous geotechnical reports — 4 Hrs. @ $100.00/Hr $ 400.00 2. Engineering report w/preliminary findings and recommendations $ 500.00 3. Engineering report by the tunnel engineer with preliminary recommendations on construction methods for tunneling and boring operations — 8 Hrs. @ $125.00/Hr$ 1,000.00 Total Cost Estimate $ 1,900.00 Soil borings are not requested at this time, therefore all recommendations will be strictly preliminary until actual soil conditions can be verified. We appreciate the opportunity to offer our services. If we can answer any questions concerning the above, please do not hesitate to call. Sincerely, Linda Holt, P.E. Principal Engineer 2220 Barton Skyway • Austin, Texas • 78704 • Ph. (512) 447-8166 • Fax (512) 447-0852 rev. 6/20/06 Group Solutions LCRA Water Treatment Cost Proposal 18 months Tasks Database Development Stakeholder Involvement PIS Meetings & Communications Coordination & Admin Total Hours Est. Cost Labor Total Direct Expenses Print/Copy Mileage Postage/Courier Expense Total Project Total Senior PN PI Manager 120.00 102.00 45 4 60 45 18 20 22 170 Admin 60.00 78 78 2640.00 17340.00 4680.00 24660.00 180 110 50 340.00 25000.00 1. Dbase 80hrs setup/2hrs/mo. Maint. 2. Hotline 4hr./mo 3. Mtgs. 3 X 20 4. Coord. 2 hrs/mo Isin June 23, 2006 Mr. Edward Oppermann Purchasing Agent Lower Colorado River Authority P.O. Box 220 Austin, Texas 78767 Lockwood, Andrews & Newnam, Inc. A LEO A DALY COMPANY RE: CEDAR PARK / ROUND ROCK / LEANDER REGIONAL WATER SYSTEM TREATED WATER TRANSMISSION LINE SEGMENT 1 PRELIMINARY DESIGN SERVICES PROPOSAL Mr. Oppermann: LAN has included a revised engineering fee estimate for the above referenced project. The error on our subconsultants total has been corrected. This fee estimate shall supersede all other versions sent prior to June 23, 2006. We are looking forward to working with you and your customers on this project. If you have any questions or comments, please contact me at 338-4212. Sincerely, JuLe 14a.oPia Julie Hastings, PE Senior Project Manager Attachments 10801 North Mopac Expy., Bldg. 1, Ste. 120 • Austin, Texas 78759 • 512.338.4212 • Fax: 512.338.4942 • www.lan-inc.com �n June 22, 2006 Mr. Edward Oppermann Purchasing Agent Lower Colorado River Authority P.O. Box 220 Austin, Texas 78767 Lockwood, Andrews & Newnam, Inc. A LEO A DALY COMPANY RE: CEDAR PARK / ROUND ROCK / LEANDER REGIONAL WATER SYSTEM TREATED WATER TRANSMISSION LINE SEGMENT 1 PRELIMINARY DESIGN SERVICES PROPOSAL Mr. Oppermann: LAN is pleased to present this revised engineering scope, fee estimate, and schedule for the above referenced project based on your fax of June 21, 2006. We are looking forward to working with you and your customers on this project. If you have any questions or comments, please contact me or Julie Hastings at 338-4212. Sincerely, Brian D. Rice, PE Vice President — Central Texas Attachments cc: Jim Clamo, LCRA Drew Hardin, LCRA 10801 North Mopac Espy., Bldg. 1, Ste. 120 • Austin, Texas 78759 • 512.338.4212 • Fax: 512.338.4942 • www.lan-inc.com TREATED WATER TRANSMISSION LINE SEGMENT 1 PRELIMINARY DESIGN SERVICES SCOPE OF SERVICES The work to be performed by Lockwood, Andrews & Newnam, Inc. (LAN) shall consist of providing engineering services required for the preliminary engineering, detailed design and preparation of construction documents for Treated Water Transmission Line Segment 1 consisting of approximately 9,300 linear feet of 78 -inch water line from the proposed plant site to the proposed Segment 2A 78/72 -inch water line currently under construction at New Hope Road and Bagdad Road. In addition LAN will perform hydraulic surge analysis for the entire treated water transmission main from the plant to Sam Bass Road and FM1431. The scope of services for the Preliminary Engineering Phase is defined below. L Preliminary Design Services LAN will gather information through site visits, record research and discussions with LCRA and the other customers to identify and evaluate alternative routes. Each route will be analyzed, weighing advantages and disadvantages to determine the recommended route. LAN will provide the following services with respect to the preliminary engineering phase of the waterline: a. Project Kick-off. 1. Provide NTP to subconsultants. 2. Discuss schedule and deliverables. 3. Identify project team and points of contact. b. Attend an 8 -hour design coordination workshop to be hosted by LCRA and the customers. c. Attend bi-weekly coordination/progress meetings. d. Coordinate with subconsultants. e. Coordinate with adjacent projects to verify start and end points and identify potential conflicts and requirements. f. Coordinate with TxDOT regarding alignment alternatives. Review available record information and identify potential design/construction requirements and permitting. g. Coordinate with City of Cedar Park to identify future projects that may be impacted by the proposed water line. Identify restrictions and permits for work within City ROW or property including park lands. h. Perform hydraulic analysis for the entire treated transmission main. The hydraulic model provided will be a skeletal model of the proposed transmission main from the proposed plant (start point) to the final delivery point in Round Rock (end point). WaterCAD will be utilized to develop a 24- hour extended period simulation. The start and end points will be simplified in the model as a reservoir and tank respectively. Single nodes will be used to represent the demand at each take point. The distribution systems of the individual Cities will not be modeled; however the analysis will include a 4 Treated Water Transmission Line Scope of Services Segment 1 Preliminary Design Services search for potential redundancy points. Diurnal curves will be developed from data provided by the individual Cities. Deliverables will include a letter report and a copy of the model on CD. i. Provide recommendations regarding allowable standard pipe and appurtenance materials including linings and coatings. Recommendations will be based on industry standards and our experience with large diameter water line. j. Develop a standard metering station for all take -points along the treated transmission main. This will include coordination with the customers on preferences and development of a standard for use at all points of delivery. In addition, a specific evaluation of the Cedar Park and Leander meter stations at Bagdad road will be included. k. Perform a preliminary environmental evaluation to assess potential impact to existing endangered species, karsts features, and archeological/cultural resources and identify design issues. Hicks & Company will perform the preliminary environmental study. Their scope is attached. 1. Perform a preliminary geologic assessment consisting of site reconnaissance, geologic literature review, and a review of nearby boring data to determine general geologic conditions and suitability of proposed construction methods. Fugro Consultants will perform the preliminary geologic assessment. Their scope is attached. 1. Review traffic counts and identify major roadways to minimize potential impact on existing traffic. m. Identify businesses, residential areas, and public facilities such as churches, bus routes, parks, etc. n. Research and identify existing utilities. Obtain record information and establish point of contact for each utility. o. Verify existing ROW/Easements and identify potential additional easement requirements. Provide a strip map identifying property owners along the alignment. ROE will be secured by LCRA. p. Identify and evaluate alternative routes based on research and site visits. Develop a decision matrix based on established criteria to objectively select the recommended route. q. Prepare schematic plan and profiles of the recommended alignment using City of Cedar Park aerial and GIS information at a scale of 1"=100'. r. Prepare preliminary cost estimates for each alternative route. s. Prepare draft PER report detailing alternatives and providing a recommended route. Submit 15 copies of draft PER for review. t. Meet with LCRA and the customers to present Preliminary Engineering Report (PER) findings and recommendation. u. Finalize PER based on LCRA and customer review comments. Submit 25 copies of final PER. 2 . O O N s O O Y O O Gry m O N P a O n m. P N h OOe .. 1T; O OND H oS n tV fV T 2 d 1 N O N V 6.8= V U .Ti.,lV U0+i aN ab h. -i O n D'i -,O.N O� f P 00Mb — 000000000030000004000000 N H B H Ns'... N F N f N _ _i gr QyN 00 Myybb pp N - Y j I:m3 N OD C OD W O? VW OD e N - a - la4-. N 4 e W ggnAm 2:°v 1 =v w - Om G p a O a Q .. N 00 W N n N N V W 00 P N S V N 41;c2,9 y pN p M 00 .0,4 -t, -AV VWN W W N.. 8 N.b - - 4 O O , . W W r C N N N W W N p b N N b N N Q N Q - N H ........ .._ on g.2 N C NN _ =A 2 N NN Q _ C O I A c w x y a 3 y,2 .5 i .11- i^ tQ C aa3 I- 6 - 1 o .1-6 . U A214 n n O .a.= 2! U�'! >- y0 O ,SCO _ N V z Cppp O UCi § L% ill Fi 521 Each 4 Senior Proj Project Project Principal Manager Manager Engineer IV 8I35 44 5 i*z a. OiC e.6 Identify Traffic Impacts Identify Residential, Business and Public Facility Impacts Research and coordinate with existing utilities Develop alternative alignments Develop Strip Map of Property Owners Develop preliminary cost estimates Identify ROW/Easement requirements Coordination with adacent projects Coordination with TxDOT Coordination with Cedar Park Parks Department To C mf3Oa SUBCONSULTANTS Environmemal (Hicks) raga Delivery/ Courier PRELIMINARY DESIGN SERVICES TOTAL COST MM 64.1° ID ID • " • • • • • • • • • A 1.E ; CD ID1E-C C ILL :U. i ;11. 111 31 . . ....- . I i I ; • • . I I 00 DS 10 u. ......._„............,________,_ g if . :. ,. :... .. -ID 0 ,c, , Q )g il a ir.1::. lizz. ,r-. co t•-- -17. CD 11, • : ; c F..- 0 I . 1 C , 1 C i:' 1 g I i i I IM gIVg1I-0gggii gca (5 0 CDOCD10 0 . '0 OD 'CO CI 1 0 0 %1.0. 1.0 i 10 110 00 4. ,..-• %.-• , e•• i DJ RE1 -8 :13ID 0 L _,_ i . .2. 5; to • • 1 141' i 'AD 0 1 ID 10 IS i8 ID 0 to D ;co co 0 0 N o '8 18 0 s.s...4 co o G 15 ID T. co >. to -o 0 01 z csi jc. 1- 1. 10,1 ;DI ▪ 01 0. 1504 WEST 5TH STREET AUSTIN, TEXAS 78703 TEL: 512 / 478.0858 FAX: 512 / 474.1849 Scope of Work LCRA Regional Treated Water Transmission Main (Revised June 20, 2006) HICKS COMPANY ENVIRONMENTAL ARCHEOLOGICAL AND PLANNING CONSULTANTS General Description of Project (Per LAN E-mail of May 19, 2006) The project consists of about 9,250 linear feet of 78" waterline. It will begin at the new Water Treatment Plant site which will be near the Travis/Williamson County line in the vicinity of the Gann Ranch subdivision at the western end of New Hope Road. The water transmission line will proceed east along New Hope Road (parts of which are not yet constructed) to Bagdad Road where it will connect to the 78" waterline currently under construction. General Description of Environmental Services Work will include a constraints level analysis of natural and cultural resources subject to regulation and management overview by federal and state resource agencies. Additionally, a 100% field survey for archeological resources will be conducted if recommended by the Texas Historical Commission. This scope of work will include four tasks described below. Additional work that may be identified based on results of the constraints level analyses is currently undetermined and will be supplemental to this scope of work. Task 1. Identification of jurisdictional waters (including wetlands) subject to federal regulation under Section 404 of the Clean Water Act The proposed project design will be reviewed and site reconnaissance will be conducted to determine existence of resource issues and potential impacts requiring permitting under Section 404 of the Clean Water Act. A desktop review will be conducted to identify potentially occurring wetlands, including those regulated under Section 404 of the Clean Water Act. Research will include use of National Wetland Inventory maps, topographic maps, soil survey reports, and aerial photography. Evaluation will include site reconnaissance to determine existence of any potentially affected jurisdictional wetlands and type of permit required. A delineation of waters (or wetlands) will be completed in anticipation of obtaining regulatory compliance. Task 2. Investigation of the Potential Occurrence of Threatened and Endangered Species Hicks & Company Scope — June 20, 2006 LCRA Regional Treated Water Transmission Main p. 1 of 4 Information will be reviewed from databases maintained by the U.S Fish and Wildlife Service and Texas Parks and Wildlife Department to determine county occurrence and the nearest known locations of potentially occurring species that are listed as endangered, threatened or species of concern. A summary list of potentially occurring species will be prepared. Habitat requirements for any potentially occurring species will be investigated, including research of information contained on maps and aerial photography. A field reconnaissance visit will be conducted to confirm occurrence of potential species habitat. Task 3. Investigation of the Potential Occurrence of Cultural Resources Research of existing databases will be conducted that will summarize documented cultural resources in the project area. This will include archival research at the Texas Archeological Research Laboratory, and the Texas Historical Commission (THC). The investigation will focus on the identification of any known archeological sites, State Archeological Landmarks, properties listed on the National Register of Historic Places, historical markers, buildings, or cemeteries. This information will be summarized in a letter report to the Texas Historical Commission for the purposes of evaluating the potential for unrecorded cultural resources to occur within the study area of the proposed project. This technical letter report will make recommendations regarding the need for further field efforts, and will solicit the THC's concurrence on cultural resource issues. This investigation will not include a field reconnaissance. Should the THC request a field investigation; a 100% pedestrian survey for the project area is included in this scope of work and attached cost estimate. This effort will be conducted under a Texas Antiquities Permit, in accordance with Chapter 26, the Rules of Practice and Procedure for the Antiquities Code of Texas. The field survey will meet the minimum survey standards set forth by the Texas Historical Commission, and will include subsurface shovel tests in order to assess archeological sites and deposits. The results of the survey will be assimilated into a report submitted to the Texas Historical Commission for their review. All artifacts and documents generated during the survey will be professionally curated to complete the project and the TAC permit. Task 4. Identification of Sensitive Environmental Features Sensitive environmental features potentially occurring within the project area will be investigated. These features will include streams or streambeds, floodplains, or habitat exhibiting high value. Karst locations within the project area that could contain endangered karst species will be investigated by evaluating maps depicting karst zones of potential species occurrence. Specific karst evaluations to identify, delineate, and map karst features or to survey for karst invertebrates or associated habitat will be supplemental to this scope of work. An American Society of Testing and Materials (ASTM) hazardous materials database search will be conducted, and evidence of any potential surface contamination will be noted during the conduct of other field surveys. Hicks & Company Scope —June 20, 2006 LCRA Regional Treated Water Transmission Main p. 2 of 4 4. This Scope of Work does not include: 1. Formal coordination under Section 7 of the Endangered Species Act; 2. Presence/absence surveys of endangered species requiring specific protocols; 3. Archeological investigations beyond a 100% pedestrian survey; the cost of backhoe trenching, and 4. Tree surveys; and, 5. Surface or subsurface excavation to investigate contamination from hazardous materials. Study Area: The study area will be the designated project ROW. If not adjacent to roads, the ROW centerline will be located by stakes or GPS coordinates with these locations provided by LAN. Deliverables: 1. A Technical Memorandum will be prepared that will summarize results of the investigations described in Tasks 1-4. The technical memorandum will include tables and figures that support summary findings as needed or required. 2. A Letter Report will be prepared for submission to the Texas Historical Commission for purposes of Texas Antiquities Code coordination. 3. An Archeological Survey Report will be prepared for submission to the Texas Historical Commission for purposes of regulatory clearance. Schedule: Deliverables will be submitted within 12 weeks of notice -to -proceed. Assumptions: 1. One field visit to identify/evaluate/confirm Section 404 regulated waters of the U.S. including jurisdictional wetlands. 2. One field visit to identify/evaluate critical environmental features to include potentially occurring threatened and endangered species habitat. 3. At least one field visit under TAC Permit to evaluate potential occurrence of cultural resources. Hicks & Company Scope — June 20, 2006 LCRA Regional Treated Water Transmission Main p. 3 of 4 4. At least one meeting will be needed with environmental regulatory agencies 5. NEPA documentation will not be required. 6. An Environmental Assessment will not be required. 7. Aerial photographs, design maps and plans will be provided by LAN. 8. Rights -of -Entry to be provided by LAN. 9. Coordination and documentation of public participation, if required, will be the responsibility of LAN or LCRA. No attendance at public involvement functions is anticipated. If the project encounters substantial opposition or public controversy, related additional involvement by Hicks & Company would be addressed in a supplemental scope of work. 10. If substantial changes in the proposed alignment occur after field investigations or a majority of baseline data collection has occurred, a meeting will be scheduled to determine impacts to Hicks & Company's scope of work and fee estimate. 11. Costs are included for estimating projected budget requirements. Hicks & Company Scope - June 20, 2006 LCRA Regional Treated Water Transmission Main p. 4 of 4 a a m N o T o ' W V 526,186.00 53,927.00 530,113.90 F- 8'88888888 N N p V a H rs a I �1 pp.n r� TTT[o`Irymel .9 O^ O 0 O O A tt y O t0 aA N m ry� i•• N. N , _ i $ 8 b m O m N Ci Iq nbi 1p b 40 e- .. m O N m 4 to Om O 0 0 8 o o 0 0 0 0 0 ICRA Regional Treated Water Transmission Main Scope and Cost Estimate - June 20, 2006 .abor I 1 1 HICKS & COMPANY O o O o O O O • j O O O O O O O Per Mile 280 $0.445 Day 4 $36.00 Day 2 $65.00 DaY 1 550.00 Drawer 1 $1,400.00 1 51,750.00 2 526.00 O O O O o O O ' spa 0 0 0 0 0 0 0 0 V) N o O 07 VN/ S o O O N o m M �.7�, 4. 0 0 0 0 0 N N ion 404 Jurisdictional Waters atoned & Endangered Species gild P a g 0- 3 1 g .> C w 1111- lIL 15 111.11;b 8' o Ly. 3 � `y mi S b ZgEIF ti ❑ z m a a i z0EzE OI z a a FUGRO CONSULTANTS LP Lockwood, Andrews & Newnam 10801 North Mopac Expressway Building 1, Suite 120 Austin, Texas 78759 Attention: Ms. Julie Hastings, P.E. -piano 8613 Cross Park Drive Austin, Texas 78754 Phone: 512-977-1800 Fax: 512-973-9966 Proposal No. 1001-3536-1 June 22, 2006 Proposal for Preliminary Geologic Assessment LCRA Regional Water Transmission Main, Phase 1 Cedar Park, Texas Fugro Consultants LP (Fugro) is pleased to provide geotechnical engineering services for the above referenced project. The LCRA is planning to install about 9,250 linear ft of 78 -inch waterline along New Hope Road and through unimproved property in the western portion of the alignment. The pipeline will be primarily installed using conventional open -cut technique with one definite trenchless road crossing and a possible second trenchless crossing along the proposed alignment. Our scope will include a preliminary geologic assessment and then field and laboratory phases, and finally an engineering phase. This proposal is for the Preliminary Geologic • Assessment. The following sections of this proposal include the scope of our services, a cost estimate, an estimated schedule, and proposed terms and conditions. Preliminary Geologic Assessment Fugro will conduct a preliminary geologic assessment consisting of site reconnaissance, geologic literature review, and a review of nearby boring data to determine general geologic conditions and suitability of proposed construction methods. A brief letter report will be issued after our preliminary geologic assessment. This brief report will include a geologic map and any findings of our site reconnaissance and literature search. Cost Estimate Based on the scope of work outlined above and the attached Fee Schedule G-2006, our estimated fee is presented as Attachment A. The estimated fee may be exceeded if site A member of the Fugro group of companies with offices throughout the world. Lockwood, Andrews & Newnam, Inc. Ms. Julie Hinting, P.E. June 22, 2006 Page 2 of 3 conditions are significantly different than anticipated or changes In work are required or requested. However, the estimated maximum fee will not be exceeded without the client's prior authorization. Required additions to the above scope of services would be invoiced in accordance with the attached fee schedule. Schedule Weather and site conditions permitting, our work can start within about two weeks after formal authorization to proceed. Under normal circumstances, report preparation will take an additional 2 to 3 weeks to complete. Terms and Conditions Fees for field work, laboratory testing, and report preparation are outlined in Schedule G-2006. Schedule 40.01 describes general contractual conditions including identification of client, on-site responsibilities and risks, warranty, invoicing procedures, and record and sample maintenance. Schedule 40.01 is attached to this proposal. The following statement is required by Fugro's Insurance Company. Fugro's scope of work does not include the investigation, detection, or design related to the presence of any Biological Pollutants. The term "Biological Pollutants" includes, but is not limited to, mold, fungi, spores, bacteria, and viruses, and the byproducts of any such biological organisms. TIAGEREI smitamisiolg i••�•str.�kurea lrlt�l Lockwood, Andrews & Newnam, Inc. • Ms. Julie Hasting, P.E. June 22, 2006 Page 3 of 3 To indicate acceptance of this proposal, please have the signature block below signed by a duly authorized representative of the client, and return one copy to us for our files. Whoever signs below is identified as our Client as used throughout L $ / 'osm, v✓tias� er a rct."et`-} We appreciate the opportunity to submit this proposal and look forward to working with you on this project. Please call us if we can be of any additional assistance. Sincerely, FUGRO CONSULTANTS LP By: Fugro Consultants GP LLC Its sole general partner Peter H. Bush, P.E. Vice President PHBIIt(11g\p1200611001-35361P3536-1) Attachments Attachment A Schedule 40.01 Fee Schedule 3-2006 CLIENT: Firm Name Authorizing Signature Typed Name & Title Date 4 Proposal No. 1001-3536-1 June 22, 2006 a Attachment A Preliminary Geologic Assessment Cost Estimate LCRA Regional Water Transmission Main, Phase 1 Cedar Park, Texas Eng neerlhg'Services `; ;> '.;` ` ' 'Qyantity Unit ;Rate-' ` . 'Subtdtal `. Senior Project Manager a hours $135.00 :' $810.00 Project Engineer 20 hours $100.00 $2,000.00 Geologist 30 hours $90.00 $2,700.00 - Drafting 6 hours $55.00 $330.00 Word Processing 6 hours $45.00 $270.00 :.... :, ,,,. -``iOT- SiiMA'mo ;MST: ;" . - ;tB:it'tiLod Page 1 of 1 Fee Schedule 0-2006 FEE SCHEDULE FOR GEOTECHNICAL FIELD, LABORATORY AND ENGINEERING SERVICES Sao a limetz 1. Field Investigation 1.1. Mobilization and demobilization, per mobilization 1.1.1 Drill truck, water truck, pickup, and crew $ 3.00/mile 1.1.2 All -terrain drill rig, pickup, and crew $ 5.00/mile 1.2. All -terrain vehicle with drill rig (additional charge) $ 400.00/day 1.3. Drilling and sampling 1.3.1 Drilling and sampling with 3 -inch, thin-walled tube sampler, continuous to 10.0 ft, 5.0 ft intervals thereafter $ 14.00/foot 1.3.2 Continuous drilling and sampling with 3 -inch, thin-walled tube sampler or split -spoon sampler for environmental screening $ 30.00/foot 1.4. Standard penetration tests $ 19.00/each 1.5. TxDOT cone penetration tests $ 24.00/each 1.6. Rock coring, NX or similar core barrel 1.6.1 Drilling in soft rock (Austin Chalk, Eagle Ford Shale, etc.) $ 20.00/foot 1.6.2 Drilling in hard rock or cavitated rock (Edwards, Buda, Glen Rose, Georgetown, and Walnut Formations) $ 24.00/foot 1.7. Wash or auger borings drilled and logged from cuttings: 1.7.1 Sail $ 12.00/foot 1.7.2 Rock $ 18.00/foot 1.8. Casing of boreholes $ 12.00/foot 1.9. Hourly charges for boring layout, excessive time spent gaining access to boring locations, backfilling boreholes, cleaning up site, installing piezometers, and for other reasons beyond our control $ 155.00/hour 1.10. Rental of concrete core drilling equipment or equipment to gain site access, or traffic control devices 1.11. Materials for piezometers, grouting, etc 1.12. Surveying or other outside contractors 1.13. Traffic control 1.14. Per diem for out-of-town assignments, per man 1.15 High-pressure steam cleaner 1.16 OVA meter 1.17 Steel drums for drill cuttings (delivered) 1.18 Plugging boreholes with bentonite/concrete slurry 1.19 Cone penetrometer testing Cost + 15% Cost + 15% Cost + 15% Upon Request $ 85.00/night $ 350.00/day $ 350.00/day $ 60.00/each $ 8.00/foot $ 3,000.00/day 2. Laboratory Tests 2.1. Natural water content and soil classification $ 10.40/each $ 45.00/each 2.2. Plastic and liquid limits Fee Schedule G-2006 2.3. Free swell test $ 85.00/each 2.4. Pressure swell test $ 125.00/each 2.5. Uniaxial pressure -strain test $ 50.00/each 2.6. Sieve analysis (No. 4, 40, and 200 sieves) $ 45.00/each 2.7. Percent material passing a single sieve $ 25.00/each 2.8. Minus No. 200 sieve $ 35.00/each 2.9. Hydrometer analysis $ 175.00/each 2.10. Unit dry weight determination and natural water content $ 10.00/each 2.11. Unconfined compression test, soil $ 35.00/each 2.12. Unconfined compression test, rock $ 45.00/each 2.13. Unconsolidated -undrained triaxial compression test $ 45.00/each 2.14. Standard Proctor (ASTM D-698) compaction test. $ 185.00/each 2.15. Modified Proctor (ASTM D-1577) compaction test $ 195.00/each 2.16. TxDOT (TEX-113-E) compaction test $ 195.00/each 2.17. California Bearing Ratio (CBR) $ 200.00/point 2.19. Consolidation test, 7 -load increments $ 275.00/each Additional load increments $ 50.00/each 2.19. Permeability of silt or clay $ 250.00/each 2.20. Specific gravity $ 35.00leach • 2.21. Volumetric shrinkage $ 60.00/each 2.22 Chemical and analytical testing by outside laboratory Cost + 15% 3. Engineering and Technical Personnel 3.1. Senior Consultant/Project Principal $ 145.00/hour 3.2. Senior Project Manager $ 135.00/hour 3.3. Project Manager $ 125.00/hour 3.4 Project Engineer $ 100.00/hour 3.5 Project Geologist $ 90.001hour 3.6 Laboratory Manager $ 90.00/hour 3.7. Graduate Engineer $ 80.00/hour 3.8. Senior Engineering Technician $ 65.00/hour 3.9. Technician and Draftsperson $ 55.00/hour 3.10, Word Processor $ 45.00/hour 4. Report Reproduction and Miscellaneous 4.1. Outside services, printing, reproduction, etc Cost + 15% 4.2. Outside technical assistance Cost + 15% 4.3. Transportation $ 0.45/mile Rates for other tests and services quoted on request. OFRIESE & ASSOCIATES, INC. June 29, 2006 Mr. Edward Oppermann Purchasing Agent, LCRA Supply Chain Services Lower Colorado River Authority P.O. Box 220 Austin, Texas 78767-0220 VIA: E-MAIL AND COURIER Subject: Cedar Park -Leander -Round Rock Regional Water Supply Project Segment 2c of the Treated Water Transmission Line Dear Mr. Oppermann: Attached are the following items revised per the facsimile from Drew Hardin dated June 29, 2006: 1. Preliminary Design Phase Scope of Services; 2. Manpower/Budget Estimate for Preliminary Design Phase Services; 3. Schedule for Preliminary Design Phase Services; 4. Individual Sub -Consultant's Scope of Services and detailed cost estimates with hours and rates. If you have any questions or need additional information, please do not hesitate to contact me. We very much look forward to working with you, the LCRA staff, and the other participating cities on this project. Sincerely, Tom Owens, P.E. Vice President Attachments K FRIESE & ASSOCIATES, INC. + CONSULTING ENGINEERS 7600 BURNET ROAD, SUITE 290 AUSTIN, TX 78757 . TEL 512.338.1 704 + FAX 512.338.1 784 • www.kfriese.com PRELIMINARY DESIGN SERVICES SCOPE OF WORK CEDAR PARK — LEANDER - ROUND ROCK — REGIONAL WATER PROJECT TREATED WATER TRANSMISSION LINE SEGMENT 2c PROJECT UNDERSTANDING The Cedar Park — Leander — Round Rock Regional Water Project consists of two phases. The first phase includes improvements to Cedar Park's existing floating intake, construction of raw water and treated water transmission lines, and construction of a 20 MGD regional water treatment plant. The second phase of the project involves construction of a 142.2 MGD deep water intake near Volente, and associated raw water lines to supply the regional plant, and Cedar Park's and LCRA's water treatment facilities. The raw water intake will also provide 1.4 MGD to the Twin Creeks golf course to meet a commitment by Cedar Park. The system will ultimately provide 105.8 MGD of treated water to the participants with plant expansions occurring as they are needed. The treated water transmission line has been broken into five segments; Segment 1, Segments 2a and 2b (under construction), Segment 2c, and Segment 3. Segment 2c consists of approximately 7,400 linear feet of 72 -inch diameter pipeline from the termination point of Segment 2b at approximately 1,200 linear feet west of the intersection of County Road 180 and County Road 185, and extends to Parmer Lane, at which point Segment 3 begins. A metered connection point for the City of Leander will be installed near Parmer Lane. System participant demands indicate that the regional water treatment plant must be on-line and supplying water by 2008 in order to meet the needs of Cedar Park. However, short-term agreements between Cedar Park, Round Rock and LCRA will delay the need for new water supply until summer 2009. The overall schedule of the project is summarized below and a detailed schedule for Preliminary Design Services for Segment 2c is attached. Preliminary Design Services: June 2006 to November 2006 Final Design and Bidding October 2006 to October 2007 Construction October 2007 to May 2008 ASSUMPTIONS 1. It is our understanding that hydraulic modeling and surge analysis of Segment 2c will be performed by LAN and that limiting pressure conditions will be supplied to KFA for design purposes. 2. Carter & Burgess will develop CADD standards for use on this project. 3. LAN will develop a standard finished water metering system that will be used for the Leander connection to Segment 2c. 4. LAN has developed standard specifications for pipe, valves, etc., and those specifications will be available for use on this project. Page 1 of 4 Kf FRIESE & ASSOCIATES, INC. PRELIMINARY DESIGN SERVICES SCOPE OF WORK CEDAR PARK — LEANDER - ROUND ROCK — REGIONAL WATER PROJECT TREATED WATER TRANSMISSION LINE SEGMENT 2c 5. CDM will develop overall SCADA system and integration protocol for the project. SCOPE OF SERVICES — PRELIMINARY DESIGN 1. Meetings and Status Reports — KFA will attend regular status meetings with LCRA to review progress and upcoming work. It is our understanding KFA will attend two (2) 4 -hour sessions of the kick-off meeting and that biweekly project meetings will be conducted beginning the week of July 10. We have budgeted for eight (8) biweekly meetings, including meeting preparation and minutes as appropriate for Segment 2c. KFA will also submit monthly status reports to LCRA documenting progress, budget, and schedule. The schedule will be submitted electronically in MS Project format. 2. Survey Control — Through KFA's contract, survey control will be established for all transmission line segments. Twelve pairs of control will be installed with values relative to NAD 83 Texas State Plane Coordinates, Central Zone 4203 (scaled to surface values) and the vertical datum will be GPS Orthometric heights projected through the length of the project. 3. Provide input to and coordinate with LCRA and other design firms on issues such as CADD standards, standard details, technical specifications, metering, surge analysis, hydraulic modeling, SCADA, survey, geotechnical data, etc. 4. Provide LCRA Public Relations representative with exhibits and project information as requested. 5. Work with LCRA to develop design criteria such as standard valve and manway spacing, flush/drain valve locations, depth of cover, etc. 6. Coordinate with the City of Cedar Park, City of Round Rock, Williamson County, and Segment 3 design consultant to confirm road crossing locations and to develop required right-of-way width for the proposed extension of New Hope Road and preferred waterline location within the proposed right-of-way. 7. Identify Candidate Alignments (4 assumed), considering both waterline construction and future extension of New Hope Road, and develop a base map using existing City of Cedar Park aerial photography, tax maps and other available data sources. 8. Route Analysis: a. Preliminary Environmental Survey: SWCA will conduct literature searches for sensitive natural and cultural resources that could pose constraints to the proposed transmission main routes. A search of the files and maps at the Texas Parks and Wildlife (TPWD), Texas Historical Commission (THC), and Texas Archaeological Research Laboratory (TARL) will be conducted to identify and map endangered or threatened species, sensitive natural communities, or sensitive Page 2 of 4 Kf FRIESE & ASSOCIATES, INC. PRELIMINARY DESIGN SERVICES SCOPE OF WORK CEDAR PARK — LEANDER - ROUND ROCK — REGIONAL WATER PROJECT TREATED WATER TRANSMISSION LINE SEGMENT 2c historic or pre -historic resources known to occur in close proximity to the study area. Additional sources of information that will be utilized include published reports, aerial photographs, maps, and records at the Texas Natural Resources Information Systems archives. The information obtained from these efforts will be used to help identify potential permitting and alignment constraints. Following the literature search, SWCA will conduct a brief field reconnaissance to verify the results and to locate unrecorded constraints along each route under consideration. The results of the literature search, permitting identification, and field reconnaissance will be documented in an environmental constraints report and map. SWCA will perform a jurisdictional delineation to identify and quantify waters of the U.S. and wetlands falling within the jurisdiction of the USACE. SWCA will conduct an intensive survey of the waterline alignment in compliance with the Antiquities Code of Texas. This includes coordinating with THC and applying for a Texas Antiquities Permit. b. Permit Evaluation: Identify Local, State, and Federal permits required for each proposed route and estimate acquisition time for each permit. c. Preliminary Geologic Assessment: Fugro Consultants, LP will conduct a geologic assessment consisting of site reconnaissance, geologic literature review, and a review of nearby boring data to determine general geologic conditions and suitability of proposed construction methods. d. Utility Research: Coordinate with utility companies to identify the location of existing utilities along each route. e. Coordinate with Williamson County on crossing locations, construction methods, and permitting requirements for the Parmer Lane and CR 185 crossings. f. Easement Evaluation: Identify and map necessary easements required for construction, maintenance, and operation for each proposed route. Constructability Review: Evaluate appropriate construction methods and required workspace. Evaluate connection options to Segment 3 at Parmer Lane and coordinate with the Segment 3 design engineer on connection options. h. Develop cost estimates for each proposed route based on the information gathered above, including probable land costs. Land values are to be furnished by the LCRA ROW staff. i. Conduct one meeting with the LCRA to review the alignment alternatives and develop a consensus on the best alternative. 9. Perform preliminary, schematic level planning for the New Hope Road extension for use in transmission main planning including preliminary drainage area maps, major drainage routes and future connections to existing roads. Coordinate with the Segment 3 design engineer on the preliminary design and alignment of the New Hope Road extension. g. Page 3 of 4 Kf ~FRIESE & ASSOCIATES, INC. PRELIMINARY DESIGN SERVICES SCOPE OF WORK CEDAR PARK — LEANDER - ROUND ROCK — REGIONAL WATER PROJECT TREATED WATER TRANSMISSION LINE SEGMENT 2c 10. Prepare plan and profile sheets of the preferred alignment showing property ownership, proposed right-of-way of the New Hope Road extension, transmission main location, and proposed permanent and temporary construction easements. Sheets shall be aerial based using the City of Cedar Park's GIS information and shall be at a scale of 1" = 100'. 11. Prepare a report documenting and summarizing alternatives and recommendations for the extension of New Hope Road including a comparison of alternative routes, cost estimates, and typical road sections based on anticipated conditions. 12. Provide a listing in electronic format of landowners along Segment 2c using the Williamson County Appraisal District records. 13. Coordinate with LCRA, the City of Leander, and other design consultants to evaluate the stub -out location, appropriate valving, and metering and SCADA options for the City of Leander connection at Parmer Lane. 14. Final Design Report: KFA will prepare a Final Design Report summarizing the investigation and recommendations. Fifteen (15) copies of the draft report will be submitted to LCRA for review and distribution. Following a meeting with the LCRA to discuss review comments, KFA will incorporate the comments into the Final Design Report and submit twenty-five (25) copies to LCRA. At a minimum the Final Design Report will include: a. Recommended alignment for the pipeline b. Recommendations for the interface point between Segments 2c and 3 c. Recommendations for the City of Leander connection at Parmer Lane d. Identification of environmental constraints and permitting requirements. e. Summary of geologic conditions and constraints f. Summary of established design criteria g. Preliminary opinion of probable cost for the preferred alignment h. A schedule for final design and construction. Page 4 of 4 K*FRIESE & ASSOCIATES, INC. 1- W U E- ¢ • O U) N p • J C7 Q W m Z U) W Q W • Z 0Erz Z Y O 0co • r W p co U Z Z W • W H Z c C75 Q p W WJ Z c J cc Q C CL Lu 0 LU W CC a Li— o 0 I Total I U — oo 0,St N xj N a} n OO W N E9 N� 69 4,3 44 .6 My .V <9 O n O N N a O 0r.. uQ) - v O/ N m O V O us 1A f7 �'1 tf7 f`'I a� �f < ���yyf �{{ aa . W N IA H N W K N H t9 69 n 01 a co pppp W n M W^ EY 69 0 M E9 0 1. M• SS 0 ' E9 fit up O S ^O n �1 49 N N Off) M# CO CD w U $24,5111 $0 $700 $4,048 $100 $20,463 $600 $1,238 $18,3001 $100 $1,238 $100 $0 $18,300 $7,1911 <9 8 8 8_8 8 8 8 88 01 N EiN d> f9 E ;,-.• Gq $8,103 $6,5441 $100 $8,103 $100 $0 $6,544 $17,818 88 O E9 § Nei O vi rt Sub - Consultant Uo 609 p OrV )V ^ ad c‘, w pp y) ITotal Labor U p o'i E9 _ b3 o h 49 pp aa N N 499 03 N 8 N co N M �pp ^y M O� O C9 < h O O c N N o h N ri c' fV N CV s} h co 49 W N W W 19 H H M 19 N W E9 SS h M e9 O t� t4 O n N. h. c] aD a t 1A p ' s. '9 ITotal Labor O 2 N N O co M N CO aa N(� pppp h N O N N O n N O O ry O f0 coN C O OD O^ n M M coR V O M M 49 U N V N V O 7 V. 7 V N O R v v vt). O $ 80.03 CADD Technician Hours O� co M O co O O N Sr N N N N N N 7 co 7 a 7 VO 41 40 I O CO co '- EA U N E .� w N _ V V' O N O d, M n CO N N CO CO 00 co CO N 10 N N N O N OCO N O C l0 O = CV 0 ,pp O) CO CO N CO CO W CO CO CO co K co et co a co 0 CO N 0 COO CO(D O CO Ov CO co 96 1 _ 378 7 M N N n Na Q O O O N N CO N < Q O CO CON O g v Task 'Phase I - Preliminary Design Services IMeetings and Status Reports la tick -off Workshop lb Biweekly Meetings (8) & Status Reports (4) Survey Control 2a KFA 2b Inland 1CADD Stds, Std Details, Std Specifications Public Information Design Criteria New Hope Road ROW Requirements Candidate Alignments & Mapping _ 7a KFA 7b Inland 'Route Analysis 8a Preliminary Environmental Survey (KFA) 8a Preliminary Environmental Survey (SWCA) 8b Permit Evaluation 8c Preliminary Geologic Assessment (KFA) 8c Preliminary Geologic Assessment (Fugro) 8d Utility Research (KFA) 8d Utility Research (SAM) 8e Road Crossing Coordination 8t Easement Evaluati. 8g Constructabiiity Re . 8h Cost Estimates 8i Alignment Alternatives Meeting INew Hope Road ROW Planning Easement/ROW Strip Maps 10a KFA lob Inland 1New Hope Road Alternatives Report Landowner Database Leander Stub -out Planning Final Design Report LLQ a 0 0 0 .- .- N () RHH 01 0 M O N LU W CC a Li— o 0 H U O a ao aJN HZ aW W Z <0W a0 ZaZ (Uv) a O u) >-00 reZZ Z - CCJ w W aQ Z3 W0 J Q Y W a� CC 0 w U O E " m rn c' L I� U N 8 8 e 8 8 5 5 5 o 5 5 8 8 5 5 8 8 8 5 8 5 8 5 5 8 5 n 8 8 5 a :r I N a N rn m a f a a' N a N L: i 3 F LL' LL 3 3 ! 3 3 LL 3 4 3 3 3 3 8 8 5 8 $ 8 8 $ o `8 $ 8 $ 8 '8 8 `8 8 8 `8 8 `8 '8 $ `8 8 0 8 8 $ N N DN o 57'277 �O '�' 'CD CO i _' �' a �+ e in a a a i2 ~ m 3 3 3 3 m 3 3 m 3 g. - r~; 3 3 N N ' N O -N [7 N M N N N C.,' .--,4 O N N^ N ^ N d N 41 Y l* E s v p �' m ai a �-g-, n m o a E 3 v m v 2 Z c 5¢ o_ a w K g _^ m o w m p1 m ) 'c !Ai! O U 'T N N W 1 K C.6 K 3 d N a < 0 P.e � Q 2 g' $ c) � .. c N g i n w w` a C Y (§ w ci in E g m' a O u _v 1‘31_,A 0 z � C m a 2 2 wks Wed 9/27/06 Wed 10/11/06 3 wks Wed 10/11/06 Wed 11/1/06 Wed 11/22/06 5885888888888888888 il oq N a 35 N 'N C O 10 t0 rn m N ` W m� rn� O� O O O O O m�� F F-- i, i 3 3 w 3� `8 "88 0 8 8 `8 `8 `8 `8 B `8, N `8 `8 8 8 8 8 i IZf N Oi N N O tp < oOi s m .§,o 0 o im o 0 0 01 N N„ N O 0)O N N O NO rn O O G p 1 O 1 O E g l g g� y 2 m `m L' a 'U 2' Y t P. S ,� m' 8 m m Z C 'Itc m °° v m .e U0 LL 11-g3 i!,1 . � E a1 m S k N O 1F c E o $ ,Cy O » Lc! 1 g 0 oSW r- c§ 1 fi o LES E a v', re m e a e a 4 a v e a a N N v"'i 0 35 June 21, 2006 Mr. Tom Owens, P.E. K Friese & Associates, Inc. 7600 Burnet Road, Suite 290 Austin, Texas 78757 Austin Office 4407 Monterey Oaks Boulevard, B1dg.1, Suite 110 Austin, TX, 78749 Tel 512.476.0891 Fox 512.476.0893 www.swco.com Re: LCRA Waterline Scope of Services Dear Mr. Owens: SWCA Environmental Consultants (SWCA) is pleased to present this proposal to provide environmental support for the Lower Colorado River Authority (LCRA) Waterline Project. Our proposed scope of services will include a preliminary environmental survey to identify potential constraints occurring along the proposed alignment. If you find the scope of services, terms, and cost of this proposal to be acceptable, please indicate by providing your firm's subcontracting agreement. SWCA appreciates the opportunity to provide our services to K Friese & Associates and LCRA. If you have any questions regarding this proposal, please do not hesitate to contact me at (512) 476-0891. Sincerely, Gary L. Galbraith Managing Principal, Austin/San Antonio SCOPE OF SERVICES LCRA WATERLINE PROJECT PHASE I: PRELIMINARY ENVIRONMENTAL SURVEY Task 1: Background Review and Field Reconnaissance SWCA will conduct literature searches for sensitive natural and cultural resources that could pose constraints to the proposed waterline alignments. A search of the files and maps at the Texas Parks and Wildlife (TPWD), Texas Historical Commission (THC), and Texas Archaeological Research Laboratory (TARL) will be conducted to identify and map endangered or threatened species, sensitive natural communities, or sensitive historic or pre -historic resources known to occur in close proximity to the study area. Additional sources of information that will be utilized include published reports, aerial photographs, maps, and records at the Texas Natural Resources Information Systems archives. The information obtained from these efforts will be used to help identify potential permitting constraints. Following the literature search, SWCA will conduct a field reconnaissance to verify the results of the constraint map and to locate unrecorded constraints along the project alignment. Of particular concern within the project area is the potential to encounter karst features along the proposed alignment. SWCA will record the location of all karst features within the alignment and assess whether any of the features require further investigations. SWCA anticipates that the field effort will take two days to complete. Upon completion of the field reconnaissance, a report will be prepared which identifies the location of biological, geological and cultural resource constraints. The report will also include a map of all constraints identified. Please note that this map is not for public distribution, as the locations of ecological and cultural resources are considered extremely sensitive. Cost for Task 1: $5,248.60 Schedule: SWCA can complete the services described above within one month of receiving notice to proceed, assuming there are no landowner access constraints. Task 2: Delineation of Jurisdictional Wetlands and Waters of the U.S. SWCA will perform a jurisdictional delineation to identify and quantify waters of the U.S. and wetlands falling within the jurisdiction of the U.S. Army Corps of Engineers (USACE). SWCA will conduct the jurisdictional waters/wetland delineation pursuant to the current USACE methodologies as outlined in the 1987 Wetland Manual and in accordance with guidance provided by the USACE Fort Worth Regulatory staff. SWCA will perform delineations on all stream crossings identified along the alignment as well as any wetlands that may be encountered. The delineation will be confined to a maximum width of 150-feet on either side of the proposed centerline. At each crossing, SWCA will gather information on the presence or absence of hydric soils, wetland vegetation and wetland hydrology. A soil pit will be dug to a depth of at least 12" at each sample point. The dominant plant species present in a 30-foot radius around the sample point will be noted and observations regarding wetland hydrology will be made. The boundary of each jurisdictional area recorded will be flagged in the field Boundaries of jurisdictional areas will be mapped with a Trimble Pro XRS backpack GPS unit. SWCA will complete fieldwork within two weeks or receiving notice to proceed. Upon completion of the field delineations, a jurisdictional delineation report will be prepared which identifies the location of jurisdictional areas within the 150-foot wide corridor and provides a description of the jurisdictional areas found. The report will describe the project area, the methods used during the delineation, and the results of our investigations. The report will also include field data sheets, mapping, and photos of each sample site. A draft report will be submitted to K Friese & Associates within two weeks of completion of fieldwork. Assuming one week for review by K Friese & Associates, a final report will be submitted within 6 weeks of receiving initial notice to proceed. We assume LCRA will take up to two weeks to review the delineation report. At this time, we assume that the project can be permitted under Nationwide Permit (NWP) 12 for Utility Line Activities. Preconstruction notification (PCN) to the USACE will be required if jurisdictional impacts are equal to or greater than 0.10 acre or if listed species might be affected or are in the vicinity of the project. If listed species may be affected or are in the project vicinity, consultation under Section 7 of the Endangered Species may be required prior to permit issuance. A new scope of work and cost estimate will be required for Section 7 consultation or if the project requires and Individual Permit. Cost for Task 2: $3,020.71 Schedule: SWCA can complete the services described above within one month of receiving notice to proceed, assuming there are no landowner access constraints and the alignment is marked in the field prior to conducting jurisdictional delineation. Task 3: Cultural Resources Survey SWCA will conduct an intensive survey of the LCRA Waterline alignment. Work will be conducted in compliance with the Antiquities Code of Texas. The proposal includes coordinating with the Texas Historical Commission (THC) and applying for a Texas Antiquities Permit to conduct fieldwork, intensive survey with shovel test and backhoe trench explorations, and to prepare a report of the investigations. The client will provide all land access and appropriate project maps for the project. Because the project will eventually involve lands owned or controlled by a political subdivision of the State of Texas (LCRA), any archaeological field investigations will require a Texas Antiquities Permit. SWCA's Principal Investigator will prepare a permit application and submit it to the Texas Historical Commission (THC), the permitting and reviewing agency. The permit will require the signature of the Project Sponsor and Landowner, in this case, both will be the LCRA. Once the permit is submitted, the THC has 30 days to review the permit and issue a permit number. SWCA will closely track the process to insure the quick acquisition of a permit so the fieldwork can begin in a timely manner. Once the permit is obtained, SWCA will conduct an archaeological survey of the waterline alignment. The survey will be of sufficient intensity to determine the nature, extent, and, if possible, potential significance of any cultural resources located within the proposed project area. The field survey will consist of two SWCA archaeologists who will initially walk all of the proposed project areas with particular focus on any previously recorded sites. During the survey, the archaeologists will be examining the ground surface and erosional profiles for the presence of cultural resources. Shovel Test Survey Shovel testing will be used where upland topography or disturbed areas are crossed by the project easement. Shovel tests will be excavated in 20 -cm arbitrary levels to 1 m in depth or culturally sterile deposits, which ever comes first. The matrix will be screened through 1/4 -inch mesh. The location of each shovel test will be plotted using a Global Positioning System (GPS) receiver, and each test will be recorded on appropriate project field forms. Areas with previously recorded sites will require additional shovel testing to explore the nature of the cultural deposits. If an archaeological site is encountered in the proposed project area during the investigations, it will be explored as much as possible with consideration to land access constraints. Any discovered sites will be assessed in regards to potential significance so that recommendations can be made for proper management (avoidance, non -avoidance, or further work). Appropriate State of Texas Archaeological Site Data Forms will be filled out for each site discovered during the investigations. A detailed plan map of each site will be produced and locations will be plotted on USGS 7.5 minute topographic maps and relevant project maps. Report Preparation Once the archaeological survey has been completed, SWCA will prepare a report of the investigations. The archaeological report will document previous investigations in the area, background cultural settings, the methodology used in the investigations, the presence and condition of any previously recorded sites revealed in the records review, the general nature and extent of cultural resources encountered during the archaeological survey, recommendations on the need for further work, and the potential significance of the cultural resources in regards to future development and for listing as a State Archaeological Landmark. Draft copies of the report will be submitted to the client for review and comment. Once this has been accomplished, any appropriate edits will be made and a draft report will be submitted to the THC for review. The Texas Antiquities Code also requires that 20 copies of the final report be submitted once the project is completed. In addition, all recovered artifacts and documentation must be curated at an approved repository. Curation involves preparing the artifacts (washing, labeling, cataloging, etc.) and paying a fee for storage space. Please note that archaeological artifact curation fees are not included in this proposal. In the event that artifacts requiring curation are collected, a change order will be necessary to cover the cost of curating them at an approved facility. This will be • invoiced at cost plus 15 percent. Generally, the cost of curation—including supplies and the curation fee—on projects of this size is less than $500.00. Cost for Task 3: $6,087.00 Schedule: Receive Antiquities Permit within 4 weeks of submittal. Conclude field surveys within 2 weeks of receiving Antiquities Permit. Submit draft report to K Friese & Associates within 9 weeks of receiving Antiquities Permit. Submit draft report to THC within 12 weeks or receiving Antiquities Permit. Receive THC approval within 15 weeks of receiving Antiquities Permit. Total Project Cost: $14,356.31 Cost Estimate: LCRA Waterline Preliminary Environmental Survey Property Size: 7,400 Linear Feet Task 1. Background Review and Field Reconnaissance Name Title Rate Hours Total G. Galbraith Sub. Matter Expert $150.00 6 $900.00 K. White Env. Spec VI $95.00 16 $1,520.00 C. Medlar Graphics $65.00 5 $325.00 C. Crawford Env. Spec. I $55.00 16 $880.00 K. Nesvacil Env. Spec. I $55.00 16 $880.00 L. Acuna Cult. Res. Spec. I $55.00 8 $440.00 Total Labor $4,945.00 Supplies Cost Quantity Total Postage $10.00 1 $10.00 Camera $10.00 2 $20.00 GPS rental $65.00 2 $130.00 mileage $0.45 200 $89.00 Graphics $1.00 10 $10.00 Copies $0.05 100 $5.00 Task 1 Total: supplies subtotal $264.00 total (15%) $303.60 $5,248.60 Task 2. Jurisdctional Waters Delineation and Report Name Title Rate Hours Total G. Galbraith Sub. Matter Expert $150.00 4 $600.00 C. Medlar Graphics $65.00 3 $195.00 D. Jones Env. Spec. II $65.00 32 $2,080.00 Total Labor $2,875.00 Supplies Cost Quantity Total Postage $10.00 1 $10.00 Camera $10.00 1 $10.00 GPS rental $65.00 1 $65.00 mileage $0.45 60 $26.70 Graphics $1.00 10 $10.00 Copies $0.05 100 $5.00 Task 2 Total: Task 3: Cultural Resources Survey supplies subtotal $126.70 total (15%) $145.71 $3,020.71 Fieldwork Name Title Rate Hours Total B. Houk Principal Investigator IV $85.00 16 $1,360.00 K. Lawrence Cult. Res. Spec. I $55.00 16 $880.00 Total Labor $1,840.00 Supplies Cost Quantity Total mileage $0.45 100 $45.00 Backhoe Rental $550.00 2 $1,100.00 Camera $10.00 2 $20.00 Supplies subtotal $1,165.00 total (15%) $1,339.75 Subtask Total Cost $3,179.75 Report Preparation Name Title Rate Hours Total K. Miller Principal Investigator VII $115.00 1 $115.00 B. Houk Principal Investigator IV $85.00 24 $2,040.00 K. Lawrence Cult Res. Spec. I $45.00 4 $180.00 C. Medlar Graphics $65.00 4 $260.00 M. Cody Cult Res. Tech II $45.00 4 $180.00 Total Labor $2,775.00 Supplies Cost Quantity Total TARL Site Forms $22.50 2 $45.00 Final Reports $2.00 35 $70.00 Task 3 Total: Supplies Subtotal $115.00 total (15%) $132.25 Subtask Total Cost $2,907.25 $6,087.00 Project Total $14,356.31 FUGRO CONSULTANTS LP K Friese & Associates, Inc. 7600 Burnet Road, Suite 290 Austin, Texas 78757 Attention: Mr. Tom Owens, P.E. CRO N NiessmoiNums 8613 Cross Park Drive Austin, Texas 78754 Phone: 512-977-1800 Fax: 512-973-9966 Proposal No. 1001-3538-1 June 19, 2006 Proposal for Preliminary Geologic Assessment LCRA Regional Water Transmission Main, Segment 2C Cedar Park, Texas Fugro Consultants LP (Fugro) is pleased to provide geotechnical engineering services for the above referenced project. The LCRA is planning to install a major treated water distribution system in Williamson County. A portion of this is a 72 -inch diameter line which is being designed by K Friese & Associates. This section (Segment 2C) extends generally east -west about 6,200 linear ft along or near Williamson County Road 180 and through unimproved property generally between County Road 185 and Ronald Reagan Boulevard. The pipeline will be primarily installed using conventional open -cut technique with two trenchless road crossings (CR 185 and Ronald Reagan Boulevard) and a possible trenchless crossing of Post Oak Creek. Our scope will include a preliminary geologic assessment and then field and laboratory phases, and finally an engineering phase. This proposal is for the Preliminary Geologic Assessment. The following sections of this proposal include the scope of our services, a cost estimate, an estimated schedule, and proposed terms and conditions. Preliminary Geologic Assessment Fugro will conduct a geologic assessment consisting of site reconnaissance, geologic literature review, and a review of nearby boring data to determine general geologic conditions and suitability of proposed construction methods. A brief letter report will be issued after our preliminary geologic assessment. This brief report will include a geologic map and any findings of our site reconnaissance and literature search. A member of the Fugro group of companies with offices throughout the world. f• K Friese & Associates, Inc. Mr. Tom Owens, P.E. Cost Estimate ORO Proposal No. 1001-3538 Page 2 of 5 Based on the scope of work outlined above and the attached Fee Schedule G-2006, our estimated fee is presented as Attachment A. The estimated fee may be exceeded if site conditions are significantly different than anticipated or changes in work are required or requested. However, the estimated maximum fee will not be exceeded without the client's prior authorization. Required additions to the above scope of services would be invoiced in accordance with the attached fee schedule. Schedule Weather and site conditions permitting, our work can start within about two weeks after formal authorization to proceed. Under normal circumstances, report preparation will take an additional 2 to 3 weeks to complete. Terms and Conditions Fees for field work, laboratory testing, and report preparation are outlined in Schedule G- 2006. Our professional services agreement with K Friese and Associates describes general contractual conditions including identification of client, on-site responsibilities and risks, and invoicing procedures. The following statement is required by Fugro's Insurance Company. Fugro's scope of work does not include the investigation, detection, or design related to the presence of any Biological Pollutants. The term "Biological Pollutants" includes, but is not limited to, mold, fungi, spores, bacteria, and viruses, and the byproducts of any such biological organisms. K Friese & Associates, Inc. Mr. Tom Owens, P.E. ARDNNNIINR Proposal No. 1001-3538 Page 3 of 5 To indicate acceptance of this proposal, please have the signature block below signed by a duly authorized representative of the client, and return one copy to us for our files. We appreciate the opportunity to submit this proposal and look forward to working with you on this project. Please call us if we can be of any additional assistance. Sincerely, FUGRO CONSULTANTS LP . By: Fugro Consultants GP LLC Its sole general partner 09 John A. Wooley, P.E. Senior Vice President JAW/by(i1g1p1200611001-35381P3538-1) Attachments Attachment A Fee Schedule G-2006 CLIENT: Firm Name Authorizing Signature Typed Name & Title Date Proposal No. 1001-3538 6/19/2006 ORO imilmoteem Attachment A Preliminary Geologic Assessment Cost Estimate LCRA Regional Water Transmission Main, Segment 2C Cedar Park, Texas Page 1 of 1 1!�iGgs {Y777 Quanta„ �.Rii :: Ram S toy � Etloilk!!✓ry9r¢5ek Senior Project Manager .. 4 "` hours $135.00 $540.00 Project Engineer 16 hours $100.00 $1,600.00 Geologist 20 hours $90.00 $1,800.00 Drafting 4 hours $55.00 $220.00 Word Processing 4 hours $45.00 $180.00 TOTAL. EST!MATELf' GIBST aka Page 1 of 1 Fee Schedule G-2006 FEE SCHEDULE FOR GEOTECHNICAL FIELD, LABORATORY AND ENGINEERING SERVICES Irma IrLemsjil 1. Field Investigation 1.1. Mobilization and demobilization, per mobilization 1.1.1 Drill truck, water truck, pickup, and crew $ 3.00/mile 1.1.2 AII-terrain drill rig, pickup, and crew $ 5.00/mile 1.2. AII-terrain vehicle with drill rig (additional charge) $ 400.00/day 1.3. Drilling and sampling 1.3.1 Drilling and sampling with 3 -inch, thin-walled tube sampler, continuous to 10.0 ft, 5.0 -ft intervals thereafter $ 14.00/foot 1.3.2 Continuous drilling and sampling with 3 -inch, thin-walled tube sampler or split -spoon sampler for environmental screening $ 30.00/foot 1.4. Standard penetration tests $ 19.00/each 1.5. TxDOT cone penetration tests $ 24.00/each 1.6. Rock coring, NX or similar core barrel 1.6.1 Drilling in soft rock (Austin Chalk, Eagle Ford Shale, etc.) $ 20.00/foot • 1.6.2 Drilling in hard rock or cavitated rock (Edwards, Buda, Glen Rose, Georgetown, and Walnut Formations) $ 24.00/foot 1.7. Wash or auger borings drilled and logged from cuttings: 1.7.1 Soil $ 12.00/foot 1.7.2 Rock $ 18.00/foot 1.8. Casing of boreholes $ 12.00/foot 1.9. Hourly charges for boring layout, excessive time spent gaining access to boring locations, backfilling boreholes, cleaning up site, installing piezometers, and for other reasons beyond our control $ 155.00/hour 1.10. Rental of concrete core drilling equipment or equipment to gain site access, or traffic control devices Cost + 15% 1.11. Materials for piezometers, grouting, etc Cost + 15% 1.12. Surveying or other outside contractors Cost + 15% 1.13. Traffic control Upon Request 1.14. Per diem for out-of-town assignments, per man $ 85.00/night 1.15 High-pressure steam cleaner $ 350.00/day 1.16 OVA meter $ 350.00/day 1.17 Steel drums for drill cuttings (delivered) $ 60.00/each 1.18 Plugging boreholes with bentonite/concrete slurry $ 8.00/foot 1.19 Cone penetrometer testing $ 3,000.00/day 2. Laboratory Tests 2.1. Natural water content and soil classification $ 10.00/each 2.2. Plastic and liquid limits $ 45.00/each Fee Schedule G-2006 SRO 1111 11111111110jamiAW 2.3. Free swell test $ 85.00/each 2.4. Pressure swell test $ 125.00/each 2.5. Uniaxial pressure -strain test $ 50.00/each 2.6. Sieve analysis (No. 4, 40, and 200 sieves) $ 45.00/each 2.7. Percent material passing a single sieve $ 25.00/each 2.8. Minus No. 200 sieve $ 35.00/each 2.9. Hydrometer analysis $ 175.00/each 2.10. Unit dry weight determination and natural water content $ 10.00/each 2.11. Unconfined compression test, soil $ 35.00/each 2.12. Unconfined compression test, rock $ 45.00/each 2.13. Unconsolidated -undrained triaxial compression test $ 45.00/each 2.14. Standard Proctor (ASTM D-698) compaction test $ 185.00/each 2.15. Modified Proctor (ASTM D-1577) compaction test $ 195.00/each 2.16. TxDOT (TEX-113-E) compaction test $ 195.00/each 2.17. Califomia Bearing Ratio (CBR) $ 200.00/point 2.19. Consolidation test, 7 -load increments $ 275.00/each Additional load increments $ 50.00/each 2.19. Permeability of silt or clay $ 250.00/each 2.20. Specific gravity $ 35.00/each 2.21. Volumetric shrinkage $ 60.00/each 2.22 Chemical and analytical testing by outside laboratory Cost + 15% 3. Engineering and Technical Personnel 3.1. Senior Consultant/Project Principal $ 145.00/hour 3.2. Senior Project Manager • $ 135.00/hour 3.3. Project Manager $ 125.00/hour 3.4 Project Engineer $ 100.00/hour 3.5 Project Geologist $ 90.00/hour 3.6 Laboratory Manager $ 90.00/hour 3.7. Graduate Engineer $ 80.00/hour 3.8. Senior Engineering Technician $ 65.00/hour 3.9. Technician and Draftsperson $ 55.00/hour 3.10. Word Processor $ 45.00/hour 4. Report Reproduction and Miscellaneous 4.1. Outside services, printing, reproduction, etc Cost + 15% 4.2. Outside technical assistance Cost + 15% 4.3. Transportation $ 0.45/mile Rates for other tests and services quoted on request. INLAND I G EO DETICS PROFESSIONAL LAND SURVEYORS 30 May 2006 19 June 2006 (revised) Tom Owens, P.E. KFriese & Associates, Inc. 7600 Bumet Road, Suite 290 Austin, TX 78757 RE: Engineering Design Surveying Project: LCRA — Preliminary Design Phase Services Mr. Owens: 1504 Chisho/m Trai/ Road Suite 101 Round Rock 7X 78681 512-238-1200 512-238-1251 fax Inland Civil Associates, L.L.C. (Inland) is pleased to submit our proposal for professional land surveying services related to the above referenced project. Our proposal is to generate topographic and tree location data and property boundary information for the LCRA Water Line Project in the vicinity of Parmer Lane (FM 734) and an extension of CR 180 in Cedar Park, TX. The area will encompass a detailed survey of a 200 foot wide route of the proposed alignment for approximately 7,000 feet. We understand the proposed alignment begins at the easterly boundary of Lakewood Country Estates and proceeds easterly to Parmer Lane. This alignment is depicted on an aerial map delivered to our office on 25 May 2006 from Tom Owens and is considered the basis for this proposal. Below is a specific list of our proposed Scope of Services and estimated costs. SCOPE OF SERVICES PHASE I A. Right of Entry 1. Inland assumes the affected owners have been contacted requesting access for surveying operations, archeology, and environmental investigations and that right -of -entry has been secured. Inland reserves the option to tailor the survey operations with respect to right of entries granted geographically. Any special conditions to ROE must be forwarded to our office before survey operations begin. B. Preliminary Property Schematic and Property Ownership Segment 2C 1. Inland will perform sufficient deed research of current property owners (per tax records) along the route of survey and prepare a boundary deed schematic exhibit as preliminary to easement preparation in Phase II. This exhibit is not to be considered a boundary survey of the affected parcels. Additional surveying will be required for easement preparation as scoped in Phase II tasks. 2. Inland estimates this activity will require 2 weeks from NTP or July 7, 2006 (whichever comes first). C. Primary Control Survey, Segments 1, 2C, and 3 (checks to Segment 2A) 1. Establish survey primary datum control for the project. This control system will also reconciled with other segments along the project by other firms. The values will be relative to NAD 83 Texas State Plane Coordinates, Central Zone 4203 (scaled to surface values). Vertical Datum will be GPS Orthometric heights and projected through the length of the project. Inland will install and position 12 pairs of control points along the project route using GPS Static observations and OPUS processing by NGS. Inland will report coordinate checks to Segment 2A Control. 2. Inland will perform differential level loops and/or GPS RTK level checks to known benchmarks as a check to the vertical intergrity of Task No. 1 above. KFriese — LCRA Water Line Project PAGE 2 3. Deliverables will include a property ownership list and a plot file depicting the current tax office property maps for the affected areas. 4. Inland anticipates these activities will require 5 weeks from NTP. (some concurrency) The ESTIMATED fee for the above services: $ 24,844.00 The estimated fee proposed above are based on personnel time required to perform the described Scope of Services. Additional time requirements resulting from project scope changes, plan revisions, field recovery of or discrepancies of control provided will be considered reasonable cause for us to seek additional compensation for services not included in these amounts. Sincerely, M. Stephen Truesdale Registered Professional Land Surveyor Licensed State Land Surveyor Inland Geodetics, LP ii: II i 111 `0111111111111111010111111111111111111111111111111 :iiiiiiiI�IiNiNiIiIII1IIII IIIAIpiNIip i1914�p j11lll1lllllll1lllllll1il�9119!��I!IIIIIII�Ni'�1n�%i�1i�N�1ii1 11,111111131111111111111111111111111111111111111111110 '111 N uNiim LIIIIIII1111111113111111111111111111111111111111111111111111i 111I1II3N II 3fIN 1III I 1111111111111111111111111111111111111011 iI1IIIIIII1I1i�uiii�ii�u�uu 3IIlIIII1 31111111 IIIII1I1IIII IIII1II1IIIII 11111111111111111111 111111111011111111111111101101011111111101111� Q 0 O June 21, 2006 Mr. B. Ryan Bell, P.E. K Friese & Associates 7600 Burnet Road Suite 290 Austin, TX 78757 5308 West Highway 290, hiding 8, A stir, Tenn 18135 Ok S 12.417.0575 Fax S12320029 sanasamincba www biz E-mail: rbell@kfriese.com Hardcopy to Follow RE: LCRA Segment 2B-72 CR185 to Parmer Lane, Williamson County, TX Subsurface Utility Engineering Services — Quality Level "D" SAM, Inc. No. P2006-00338REVISION D Dear Mr. Bell: Surveying And Mapping, Inc. (SAM, Inc.) greatly appreciates this opportunity to provide you with Subsurface Utility Engineering (SUE), Quality Level — D (QL-D) services for the above referenced project. The following scope of services with associated fee is based upon SAM, Inc.'s understanding of the services to be provided and the information provided us for developing this scope of services on this project. I. SCOPE OF SERVICES: A. Quality Level D (QL-D) Information: SAM, Inc. will provide QL-D services along the proposed route of Segment 2B-72 from a point on County Road 180 (approximately 0.83 miles north of FM1431) to Parmer Lane (approximately 0.7 miles north of FM1431). This project is approximately 7,400 linear feet in length (additional 1,200 linear feet). The limits of the project are approximately 500 linear feet both sides of the proposed water centerline. This service includes obtaining record information of utility systems within the project limits and mapping the information found. B. Quality Levels C (QL-C) Information: NOT PART OF CONTRACT SAM, Inc. will not include QL-C information in the preliminary phase. C. The Client will provide SAM, Inc. with electronic planimetric files for the project. SAM, Inc. will utilize these files as background for depicting existing utilities found. Further, the Client will mark the proposed route with starting point, intermediate points, and ending point so that SAM, Inc. can walk the route to confirm if there are utility crossings along this route. D. Quality Level B (QL-B) Information: NOT PART OF CONTRACT QL-B services of designating the horizontal location of underground utilities will not be provided as part of this contract. The results of the QL-D investigation will determine if QL-B services are required for the Final Design Phase. 1 of 4 II. FEES: SAM, Inc. will provide the previously described SUE services on a time and materials basis as follows: DESCRIPTION QUANTITY UNITS RATE AMOUNT SUE QL - D Project Manager 7 Hrs. $136.00 $952.00 Record Research 30 Hrs. $86.00 $2,580.00 Staff Engineer 14 Hrs. $115.00 $1,610.00 CADD Technician 28 Hrs. $75.00 $2,100.00 Overhead Utility review 0 Hrs. $130.00 $0.00 QA/QC Review (Field) 8 Hrs. $130.00 $1,040.00 Administrative Support 4 Hrs. $42.00 $168.00 QL-D Total $8,450.00 The schedule for this project, weather permitting, is as follows: Notice to Proceed (NTP) Receipt of background files Record Collection & Mobilization Office Work/QA & QC 3 weeks 1 week Total: 4 weeks We hope this scope of service and fee estimate meets your approval. If there are any questions concerning this information or if we can be of additional assistance, please feel free to contact us. We are looking forward to working with you on this project and future projects. Very truly yours, Lynn D. Lambden, P.E. SUE Project Manager 2 of 4 SUBSURFACE UTILITY ENGINEERING (SUE) SUE (OUALITY LEVEL B — Utility Designating): This unit price includes personnel and equipment for records research, designating, engineering, surveying, CADD, mapping and limited traffic control. Price per linear foot (including all related services) $ 1.55 per L.F. Price per linear foot (does not include surveying, CADD & mapping services) $ 1.18 per L.F. SUE (QUALITY LEVEL A — Utility Locate, Test Holes): These unit prices include personnel and equipment for vacuum excavation, engineering, surveying, CADD, and limited traffic control. These prices reflect that a Quality Level B service has been provided by SAM, Inc. Price per Test Hole 0 feet to 3.00 feet Over 3.00 feet to 7.00 feet Over 7.00 feet to 13.00 feet Over 13.00 feet to 20.00 feet Over 20.00 feet $ 898.00 $1,076.00 $1,471.00 $2,233.00 $3,3 85.00 SUE MOBILIZATION/DEMOBILIZATION: These costs are intended to be a one-time expense compensation for mobilizing/demobilizing personnel and equipment portal to portal. Vacuum excavation truck $ 4.83 per mile NOTE: When the above unit prices are not utilized, the following appropriate hourly rates will apply: SUE OFFICE PERSONNEL SERVICES: Project Manager $136.00 per hour Staff Engineer $115.00 per hour Records Researcher $ 86.00 per hour Field Coordinator $ 78.00 per hour Technician $ 75.00 per hour SUBSURFACE UTLITY ENGINEERING (SUE) FIELD SERVCES: One (1) Designating Person with equipment Two (2) Person Designating Crew with equipment One (1) Locating person without equipment Interior pipe wall condition video Required Permit Fees Ground Penetrating Radar (GPR) 3 of 4 $ 74.00 per hour $ 120.00 per hour $ 70.00 per hour At Cost At Cost At Cost UNDERSTANDING OF SUE SERVICES: 1. Normal traffic control, included within Quality Service Levels B and A, is considered standard placement of traffic cones, freestanding warning signage and vehicle -mounted traffic directional sign. Traffic control requiring lane closures, traffic detouring, police support, flagpersons, etc. is considered special traffic control. If special traffic control is to be provided by SAM, Inc., this service will be subcontracted to a TxDOT approved subcontractor and billed to TxDOT at cost. 2. The subsurface utility engineering service assumes that all monumentation required for performing this service will be established by TxDOT or that the required monumentation is pre-existing. 3. All purchased services are invoiced at actual cost. These include but are not limited to reproduction and project required special supplies and rented or leased equipment. 4 of 4 Ray Dunlap 13203 Onion Creek Drive Manchaca, Texas 78652 June 20, 2006 Ms. Karen A. Friese, P.E. President K Friese & Associates, Inc. 7600 Burnet Road, Suite 290 Austin, Texas 78757 Re: Cedar Park — Leander — Round Rock Regional Water Project QA/QC Services Dear Ms. Friese: I propose to provide QA/QC services on the above referenced project as follows: 60 hrs @ $60/hr Total $3,600 I appreciate this opportunity and look forward to working with you. Sincerely, Ray Dunlap, P.E. 12357-A Riata Trace Parkway, Suite 210 Austin, Texas 78727 tel: 512 346-1100 fax: 512 345-1483 June 30, 2006 Mr. Drew Hardin Lower Colorado River Authority 3700 Lake Austin Boulevard Austin, Texas 78703-3504 RE: Cedar Park/Round Rock/Leander Regional Water System Project Dear Mr. Hardin: Please find attached CDM's Revised Scope of Work, Cost and Schedule, as well as the following subconsultant's Scopes of Work and Costs: American Archaeology Group, LLC, AK Young and Associates, K Friese & Associates, Inc., LAN, and the Wallace Group. Please don't hesitate to contact me if you have any questions. Sincerely, (-- Allen D. Woelke, P.E. Vice President Camp Dresser & McKee Inc. W :MCRA\Correspondence\ consulting • engineering • construction • operations Cedar Park -Leander -Round Rock Regional Water Treatment Plant Process Evaluation and Facility Plan Final Scope of Work (30 June 2006) Background The new Cedar Park -Leander -Round Rock Regional Water Treatment Plant will initially be constructed as a 20 to 25 mgd facility with an ultimate size of 105.8 mgd. The raw water source for the plant is Lake Travis. Initially, the raw water will be drawn from the Sandy Creek arm of the lake, but as the plant is expanded, the intake location will be moved to deeper water in the main body of Lake Travis. The first phase of the project will commence with a Kickoff meeting to discuss raw water quality, treated water quality goals, operational issues and treatment technologies. An economic and operational evaluation will be conducted of a conventional water treatment plant process and two types of membrane treatment plant processes. Based on the economic and operational analysis, a facility plan will be developed for the recommended process. Task 1 Kickoff Meeting/Project Management The Kickoff meeting will be held with the Regional Water Treatment Plant Stakeholders which may include technical and operations representatives from the project co - participants and members of the CDM Team to present information and receive input on raw water quality, treated water quality goals and expectations, existing and future drinking water regulations, water treatment technologies, and operational issues associated with treatment technologies. The workshop will explore existing and future water quality goals and discuss existing and future drinking water rules and how they may affect the treatment technology needed to treat the raw water. Advantages and disadvantages of each treatment technology will be discussed. Ancillary equipment and processes will also be addressed at the workshop. These ancillary processes will include waste backwash recovery, sludge handling and dewatering, clearwells, high service pumping, SCADA, support facilities, site security, chemical storage and feed, and emergency power provisions. The deliverable of the Kickoff Meeting will be the minutes of the meeting which will include information presented and any directions or decisions made at the meeting. Project management is provided to assure the Project is delivered to the expectations of the co -participants and will consist of the following: • Continually assess the expectations of the co -participants and manage the scope, schedule, and budget of the Project to meet these expectations. ■ Facilitate communications between all co -participants. 1 Cedar Park -Leander -Round Rock Regional Water Treatment Plant Process Evaluation and Facility Plan Final Scope of Work • Assure the established quality standards of both the co -participants and CDM are strictly adhered to. • Coordinate the activities of all CDM Project Team members. • Coordinate meeting schedules amongst co -participants and document the results of all meetings in the form of meeting summaries. • Prepare monthly status reports of Project progress, expenditures to date cost -to - budget information and WBE/MBE utilization and submit in conjunction with monthly service invoice. • Prepare for and lead bi-weekly project status meetings. Prepare minutes of meeting for distribution and review. Finalize minutes following review. Workshops in the scope of work will be used as bi-weekly meetings. Task 2 Water Treatment Process Economic and Operational Analysis It is envisioned that the conventional water treatment process and two membrane water treatment technologies will be studied in more detail following the kickoff meeting. This task includes the sizing of the treatment facilities for each process, developing capital costs for each process, developing operating costs for each process and present worth operating costs of each process. To develop the two technologies in sufficient detail to conduct this analysis, the following information will be developed. 2.1 Conventional Water Treatment Plant Process For the Conventional Water Treatment Plant Process Alternative, the following subtasks will be completed. 2.1.1 Develop Treatment Process Schematics 2.1.2 Size Treatment Processes and Develop Layouts 2.1.3 Develop Disinfection Strategies 2.1.4 Prepare Process Piping Layouts 2.1.5 Determine Electrical Requirements 2.1.6 Develop Site Plan 2.1.7 Prepare Cost Estimates and Cost Evaluation 2.1.8 Prepare Technical Memorandum 2.2 Membrane Water Treatment Plant Processes For the submerged and pressure membranes Treatment Plant Process Alternatives, the following subtasks will be completed. 2.2.1 Develop Treatment Process Schematics for Pressure and Submerged 2.2.2 Size Treatment Processes and Develop Layout for Pressure and Submerged 2.2.3 Develop Disinfection Strategies for Pressure and Submerged 2.2.4 Prepare Process Piping Layouts for Pressure and Submerged 2.2.5 Determine Electrical Requirements for Pressure and Submerged 2 Cedar Park -Leander -Round Rock Regional Water Treatment Plant Process Evaluation and Facility Plan Final Scope of Work 2.2.6 Develop Site Plan for Pressure and Submerged 2.2.7 Prepare Cost Estimates and Cost Evaluation for Pressure and Submerged 2.2.8 Prepare Technical Memorandum 2.3 Ancillary Facilities The ancillary facilities of the plant are those facilities that are common regardless of the treatment process selected. The sizes of some of the ancillary facilities may change with different treatment alternatives, such as the backwash recovery, but others will be independent of the treatment alternative selected, such as the high service pump station. The following facilities will be evaluated under this task. 2.3.1 Site Improvement 2.3.2 Off Site Utility Requirements 2.3.3 Clearwell Layout 2.3.4 High Service Pumping Layout 2.3.5 Off Site Ground Storage Tank Layout 2.3.6 Sludge Handling 2.3.7 Backwash Recovery 2.3.8 Chemical Storage and Feed Systems 2.3.9 Plant Control System 2.3.10 System SCADA 2.3.11 Emergency Backup Power 2.3.12 Cost Estimates and Cost Evaluation 2.3.13 Prepare Technical Memorandum For each of the ancillary facilities the following subtasks will be completed. • Develop Treatment Process Schematics • Size Treatment Processes and Develop Layout • Coordinate with Treatment Process to Prepare Process Piping Layouts • Determine Electrical Requirements • Coordinate with Treatment Process to Develop Site Plan 2.4 Water Treatment Plant Process Reconnaissance Engineer will plan and organize a field reconnaissance trip for up to 15 to visit water treatment plants of similar sizes to the new regional facility and that use water treatment processes being considered for the new regional facility. Engineer shall prepare minutes of the reconnaissance trip. 2.5 Water Outage Risk Reduction Engineer will evaluate opportunities to reduce the risk of water supply outages. This will include evaluating tying into the Sandy Creek treated water line and an on-site raw 3 Cedar Park -Leander -Round Rock Regional Water Treatment Plant Process Evaluation and Facility Plan Final Scope of Work water storage pond. Engineer will assess other opportunities during the study and report them to the co -participants for consideration. 2.6 Finished Water Quality Based on plant flows during different treatment plant phases and the size and length of the treated water pipeline, prepare an estimate of disinfectant residual at each point of entry into the co -participants' systems. 2.7 Findings Workshop Fifteen copies of the draft Technical Memorandum will be prepared and delivered to the co -participants. The results of these analyses will be presented in a workshop format with the co -participants. At the workshop, the treatment technology to be used for the regional water treatment plant will be selected. Following the workshop, the technical memorandum will be revised to include the results of the workshop and the final recommendation. Twenty-five copies of the final technical memorandum and one electronic copy will be delivered to the co -participants. Task 3 Finalize Plant Site 3.1 Site Selection Following the selection of the process and finalizing the needed ancillary processes, the final site plan will be developed and the Engineer will assist the co -participants with selecting the final site to accommodate the initial 20 to 25 mgd plant and the ultimate (105.8 mgd) plant size. Sites 1, 2 and 4 in the January 2006 HDR report will be evaluated in detail. This will include assisting with the selection of a site for the off-site ground storage tank at an overflow elevation of 1117. 3.2 Site Survey The recommended site will be surveyed and field notes and a plat drawing will be developed. 3.3 Off Site Utility Evaluation Off site utilities to the site will be evaluated. Wastewater service, electrical service, and telephone service representatives will be contacted to determine where the closest facilities are located. Based on expected loads, either the cost of connecting to the nearest facility will be determined by the Engineer, or the cost will be provided by the respective Utility. The cost to provide access, stormwater improvements and site permitting will also be determined for each potential site. 4 Cedar Park -Leander -Round Rock Regional Water Treatment Plant Process Evaluation and Facility Plan Final Scope of Work 3.4 and 3.5 Environmental and Archaeological Assessment The potential sites will be evaluated from an environmental (threatened/endangered species) and archaeological perspective to determine if there are any fatal flaws with the potential sites. A report of the environmental and archaeological aspects of the site will be prepared. 3.6 Report A summary report of the environmental and archaeological finding and off site utility findings will be prepared. The report will detail the costs to develop the off site utilities and will identify potential environmental and archaeological constraints on the site. Task 4 Facility Plan Following selection of the treatment process and site, a facility plan in a written report will be prepared that documents the following plant requirements and will serve as the preliminary engineering report. 4.1 Required Site Improvements 4.2 Required Off Site Utility Requirements 4.3 Site Security Requirements 4.4 Site Development Permits 4.5 Layout of Treatment Plant for 20 to 25 mgd and Ultimate Plant Size and Sizing Criteria for the Treatment Process and Ancillary Processes 4.6 Clearwell Size and Layout for 20 to 25 mgd and Ultimate Plant Size 4.7 High Service Pumping for 20 to 25 mgd and Ultimate Plant Size 4.8 Off Site Ground Storage Tank for 20 to 25 mgd and Ultimate Plant Size 4.9 Sludge Handling and Disposal for 20 to 25 mgd and UItimate Plant Size 4.10 Backwash Recovery Process for 20 to 25 mgd and Ultimate Plant Size 4.11 Chemical Feed for 20 to 25 mgd and Ultimate Plant Size and Disinfection for 20 to 25 mgd and Ultimate Plant Size 4.12 Communications Between the Plant and the Raw Water Pump Station 4.13 Communications Between the Plant SCADA and the Co -participants 4.14 Identify Any Required Permits or Approvals and Piloting Treatment Facilities Need 4.15 Final Design, Bidding and Construction Schedule 4.16 Report 4.17 Workshop Fifteen draft copies of the Facility Plan and one electronic copy will be delivered to the co -participants. Following a one week period for review, a workshop will be held to gather input from the co -participants. Following receipt of input on the draft Facility Plan, twenty-five final copies of the final Facility Plan and one electronic copy will be delivered to the co -participants. 5 Cedar Park -Leander -Round Rock Regional Water Treatment Plant Process Evaluation and Facility Plan Final Scope of Work Task 5 SCADA Integration, Standards Development and Coordination 5.1 SCADA Workshop The SCADA system is an integral component of the overall Cedar Park -Leander -Round Rock Regional Water Treatment Plant. In an effort to gain a thorough understanding of the Utilities' desires, with regard to the anticipated SCADA system, the CDM Team will conduct a one -day SCADA workshop. During this workshop, CDM will provide guidance as to current technologies that should be considered. The primary objective of this workshop is to generate a list of SCADA system criteria that are to be achieved throughout the remainder of the design. The discussions held and the decisions agreed to during this workshop will lead to a preliminary determination of the desired system architecture for the new plant control system. Other topics discussed during this workshop will include identification of requirements for interfacing the new SCADA system with anticipated remote facilities and a determination of anticipated software standards that are to be followed. These standards are inclusive of both graphical and programming issues that are expected for the SCADA system. CDM anticipates that key operational personnel be included in these discussions to ensure their insight is included in the final system design. At the conclusion of this workshop, the CDM Team will assemble the notes from the workshop into meeting minutes. These minutes will include a preliminary system architecture diagram and details of the decisions made with regard to the software standards. The minutes will be provided to the UHIity for review to confirm CDM's understanding of the design criteria. 5.2 Standards Development CDM will use the information gathered during the SCADA Workshop as the basis for developing the SCADA hardware, SCADA software and overall programming standards to be followed throughout the project. A detailed description of the SCADA hardware and software standards will be provided in the Technical Memorandum described in Task 5.4. Additionally, programming standards shall be developed to include, naming conventions, graphic color conventions, display formats, security levels, etc. Development and documentation of these standards will provide a consistent applications software product. 5.3 Coordination Meetings As part of the SCADA workshop, CDM will determine additional communications criteria required to allow monitoring and control of anticipated remote facilities. The CDM Team will use this information as the basis for developing the overall system communication needs. This effort will include coordinating with other design firms that are currently performing services for these remote facilities. We have included 6 Cedar Park -Leander -Round Rock Regional Water Treatment Plant Process Evaluation and Facility Plan Final Scope of Work attendance at up to three one -day meetings with other design firms to support this effort. We anticipate that the purpose of these meetings will be to coordinate the SCADA system architecture and the standards to ensure the remote communications of these facilities are addressed. 5.4 Technical Memorandum At the conclusion of the SCADA workshop and the meetings with the other design firms, the CDM Team will generate a SCADA technical memorandum for inclusion into the final Facility Plan. This memorandum will include a discussion of hardware alternatives available to meet the criteria set forth during the workshop along with CDM's recommendation regarding not only the hardware components, but also the overall SCADA system architecture. Also, development of system standards and conventions to be used as the basis for organizing and program development of this project will be included. These software standards will provide a consistent applications software product to aid in meeting operational needs. Schedule Board Approval Kickoff Meeting/ Workshop Water Treatment Process Economic and Operational Analysis Workshop Draft Facility Plan June 21, 2006 June 27 and 28, 2006 August 31, 2006 October 2, 2006 7 . C C C 0 � c Q • E O w V 10N • IO 0• 3 m 0 E o L4 •O a a 0 1 - 16 L C H CO ('n D) N N O co 1441 Cl M CD CCD N CO CO CD �~- N M CO VO' _ N 1- N 40 O 0 0 0 0 0 N O O O O O 241 40 CO CO O CO 1- O N NO M M O 401 0 20 O O cr N T !---71 O O O O O O (D 12 CD 20 0 CD a ( O V0 24 M fD O O N CD CO CO OZ V' 40 CD CO O N CD fD O tD (D O CD (N4 CD T. M 1 40 v N CO v N CO 00 CO 0) N 00 (O t0 (`N9 .T CON j 40 CO CD Kick OffMeeting Kickoff Meeting/Workshop TCEQ Coordination & Meetings Progress Meetings Project Management liff—aterJr#440100t Process Economic and 0p4ltt10i4al ►nalysia, Water Treatment Process Analysis Develop Treatment Process Schematics Size Treatment Processes and Develop Layouts Develop Disinfection Strategies Prepare Process Piping Layouts Determine Electrical Requirements Develop Site Plan Cost Estimates and Cost Evaluation Prepare Technical Memorandum Membrane Treatment Process Analysis Develop Treatment Process Schematics for Pressure and Submerged Size Treatment Processes and Develop Layouts for Pressure and Submerged Develop Disinfection Strategies for Pressure and Submerged Prepare Process Pump and Piping Layouts for Pressure and Submerged Determine Electrical Requirements for Pressure and Submerged •-- N M i^,'= "Ff'`' r .-N N,- N N CO N et N O CV CD N 1� N CO N N N N N N N M N N V ' N N CA N N 0 O H Task Description ONO a1 tO aD ON 01 0 N a CO CO CO N T 881 CO 'f CO CI N r r N r r CO N N N 0 (O V03 CO r. () C`') r o 0 24 o O o o ..Cr N 00 N 00 N 00 N O N (D N CO ('4 CO CO V O (D N (D -241 O O 0 C0 r C0 r O .k1 N O 0 N CO CO01 N V N 00 24 24 (0 V N L 24 CO CO 0 V (D CO r CO 0 Nf ‘ct N N 00 o N OD 7 N (0 r CO CO r (D - CO r V OD (D r (D r CO r N Cr) 401 (O r - (D V tt �t OO CD N 13 CO N 000001 M "7 CO r r r Develop Site Plan for Pressure and Submerged Cost Estimates and Cost Evaluation for Pressure and Submerged Prepare Technical Memorandum Ancillary Facilities Site Improvements lOff Site Utility Requirements Clearwell Layout High Service Pumping Layout Off Site Ground Storage Tank Layout Sludge Handling Backwash Recovery Chemical Storage and Feed Systems Plant Control System System SCADA lEmergency/Backup Power Cost Estimates and Cost Evaluation Prepare Technical Memorandum Water Treatment Plant Reconnaisance 7 Water Outage Risk Reduction Finished Water Quality 7 Findings Workshop Finalies Plant site Site Selection Site Survey Off Site Utility Evaluation Environmental Evaluation (D (V N r.-00 N N N N C N r C6 N 1 2.3.2 M C') N of M N NCD CM N M N ti C7 N CO 0) N o Ci N O r Ch N r r M N 00 04 C'7 N et 01 C) N a N N N (O CV A N `: r C6) N (') C') C+) 10 H 0 0 W 0 0 C .0) C W 0 0 C 0 .a w 0 c � p) 1-- 0 0 0 1 Y) 0 Y N F CO 7 7 N T e� i CO . h- O N N 00 et N CO N N N N c0 N CO N O N 00 N O N O N co 00 CD 4 CO co LO CD )'- CO M N an co O e— 0 0 0 0 0 0 0 CO 20 CO N Cr Op 7 . CD CO CD CO CO CO CO CO OD c0 OD CO O 0 0 0 0 0 0 O CO O 0 0 0 O 0 OD CD CO _ N 40 szt 00D N Op CD `— CO CD CO CO CO CO e— CO et N c0 N N CO CD e— O ct N CD N V N N N er et a' d' Cr et 24 CO CO `— N CO [t "7 Archaeological Evaluation 0 a o X acflity Plan: Site Improvements Off Site Utility Requirements Site Security Requirements Site Development Permits 20-25 mgd Treatment Plant Layout Clearwell Layout High Service Pumping Layout Off Site Ground Storage Tank Layout Sludge Handling Backwash Recovery 'Chemical Feed/Disinfectiion Plant Control System Plant SCADA Permits and Approvals/Piloting Need Schedule & Cost Estimate Report Workshop E 3r 0 a• Z i Workshop Standards Development Coordination Meetings Final Technical Memorandum CO ci CD cei V I 4.2 CO d' et et in a' CO 4 C', d' CO V (3) et 0 r N CO d' CO CO r-. 10 r U N tri CO CC) et CA 3 0 0 0 0 a 13 O c d x8 <4 Y j 0 0 cost O 43 700,0 10+6 43434343. d N O M N M N - M d C Ca $ 17,860 5 4 4501 0000C ) nt0 r to64436 M d O n O' 1 $ 15,920 00 N V CO r O N (91949.4363 O O N N V O d to O CO O (D C N C $ 12,350 I 5 101501 > d VV I 696963 N C R M $ 29,030 4 '111,1g5 00000000 4V V 1 0. c NNN r MOON t t- V tri N CO t\ i- $ 7,600 $ 10640 w p 1G( 0 N 0 O 0 70 610 0 N 0 N p464644366464663 0 O N 0 O NN 00 0 O O 4 C O 4 4 0 O . N r yy N V 60 d M N 0 i • rn 43 $ 14,130 $ 26,650 $ 9,490 S d CO 0 O 43 $ 10,520 I 00 M, NCO NN 00 0000 0,00 00CO 7 M 0000 0.000000 $ v 00000000 0 _ 000000000000000.0 00 _ 0 1D 0 ro o v 4369 69 69 cp —0NN N 43 O NN O M — . 14 49 4349 49 7 N 69 cOp a0 00,0 04 04 49 69 N O c+) 69 69 N 4349 7 N 19 43 O d .- 49 69 69 69 43 cD O d N •- 00006,0000000 0W V a0 d N N 40 D d n r . 43 19 . 00 n to,....... 000 n o ... 4369... ........to........ 0 0 y, 0 • o o M' 7 06,00 �o M .43...43.. o yOy o 0 0 c0 ' 10 V M tD N 7 7V 0 N 0 pp0 .. 8 M O 64 43.43.... 0 cc00 N7' 0 p op 1 cD V O o g N.- 0 m, 43.43 43...43.43.43...43 m0 0 60 N M o O 0 0 N d o 0 c0+) ON) N 0 N NN . 000 V NO N .- m N D N 43 43 0 0 p cD 00N70 43 o O O o 0 O d N O N o 7 O N N S A N 43.43 43 0 0 0 d N N 0 0 d O N V N m 43. 0 0 O N O N N 0 43.0 0 0 V d N N N N 0 1D O M M M M 64 43 43. 43 43.0 V V N N N N 0 0 V N N N N 43 43 OV OV N N N N 43 0 O c00 O M N M 0. N .-- 0 0 N 43 43 0 0 0 0 V W O 0000 4c Mro� 0 0 0. . O r 43 0 0 0 0 0 0 N N* 00 N N 40 N A M. N v.- •-— 6443.. 4349 0 N N � 43 0 0000000 N. ....t"10.....0 �d.-.-.- 0 0 N N 0 0..43 N N t- N O — v . 0 V O M . 43.....43..43..... 000000000000 NV N 0 t- MMM d d 0 0 6O N N 10 .- d d 0 0 MMM d 00 0 0 td V cD O is M . 0omc� tD f0 CO 0000 43 .. .43.43 64 64. M 64 49...43.. 705 ..43....43 V ON N 43 43..43.64 NNW 7 m c0 M 43 43 sYE . IsICeOtr Meeting/Workshop TCEQ Coordination 8 Meetings Progress Meetings Project Management water Treatment Process Analysis Develop Treatment Process Schematics size Treatment Processes and Develo. La or Devel.. Disinfection Strate. ies Pre .are Process Pi. in. La outs Determine Electrical Re.uirements Develo. Site Plan Cost Estimates and Cost Evaluation (Prepare Technical Memorandum Membrane Treatment Process Analysis Develop Treatment Process Schematics for P1 Size Treatment Processes and Develop Layot Develop Disinfection Strategies for Pressure a Prepare Process Pump and Piping Layouts for IDetermine Electrical Requirements for Pressu Develop Site Plan for Pressure and Submerge Cost Estimates and Cost Evaluation for Presst Prepare Technical Memorandum u c m m _E c n'2 a ini Utt Site Utility Requirements Clearwell Layout LI High Service Pumping Layout Off Site Ground Storage Tank Layout Sludge Handling Backwash Recovery Chemical Storage and Feed Systems Plant Control System System SCADA Emergency/Backup Power TO EO � J > C W A D U a -2 0 N m wqi 8 m.• Da? Water treatment Plant Reconnaisance Water Outage Risk Reduction Finished Water Quality Findings Workshop — N N N 39 y N 40 N N N N N N N M N N N 7 N N N N N 49 V i0 N N N N . N N N N N 0 N N N N 47 7 N M 1V N M M M N N V 4040 M 143 N N N . M N N 43 O) M M N N O 7 12 M N N 04 0 12 M N N d OW N N _ _ N N N 0 Q0 9 0 0 Ol • O y� Q 0 0 1 00 R •N To j 30 < 2 . Y j 0 = Jel iiN O N O n O N . 69 n N O r O N V .- 69 69 h O n n en 'R O G 69 69 N N n :. NO .' 49 .. .O CO O 3 O C."') N 69 69 $ 6,320 $ 380 $ 17,080 $ 380 $ 380 s ann O ) N N 1, n 0 r7 1. 69 O O N N n r 0 69 69. O O N N r O 0 Ci 6919 a COON 01 .- 05 t0 V 69 69 R h to.. N f 69 49 O 05 N 1, 69 O c O V eD 0 Oi d 69 6 $ 8,060 $ 30,270 m fax L 0 o 69 g0 vi 69 — 69 'm o 0 D L o 8 69 0 5 A 0 O N . C YD L p S N 39 E p) D $ 13,292 $ 3,394 $ 3,408 • O CO 0 69 $ 25,600 $_. 33,390 0 0 0 0CO O 0000 O 69 69 69 69 0 0 69 69 ' . 69 69 69 ' 69 69.69 69 69 69 69 O 000 c' cD iO 69.69 69 N O 69 0 69 eh 69 39 • CD N 6939 69196969 S N 69196, O 19 O 69 69.6939 000000 69 6969 O 696969.69 o 196969 $ - • 69 69 69 69. 69 69 39.69 69 69 69 69 69 69 69 69 69 69 .69 . 69. 69 69 69 39 69 69. . 69.69 0 .. 69 69 69 69 69 69 0 0 a 0 69 69 69 69 69 0 gll 0 0 p 9 69 69 O CD ' ' N 39 69 69 69. O c+1 M 69 O N0 •' 69 69 69..69.6, < N N ' C d N N N N 69. 69 0 0 N N N N 69 69 69 ? N ? N N N •- N 69 69 69 69 N •- 69 6969 O eh C. 69 N a0O W a M C 69 69 000000 O. 0 CD (D O O O h A A 1, 1 69 69 69 39. O 0 00000000000000000 000' r : 69 M 0 69 .69.69 CO O en 1` OOOO CJ M 69 01 n 69 69 O CO r n 69.69 O O f` A 69 CD ON n N N 69 69 69 .01 0 O 69 . 69 69 0 N eD 0) e0 DOO NNNN 69 69 69 69. 0 V 69 69 19/69 69.... 69 ... 69 69 ... 0 y O �0ep DO 69 0 m' 69 69 I. Site Selection Site Survey Off Site Utility Evaluation Environmental Evaluation Archaeological Evaluation O wc eCill.lei Mat r ite Improvements ff Site Utility Requirements ite Security Requirements Site Development Permits 20-25 mgd Treatment Plant Layout Clearwell Layout High Service Pumping Layout Off Site Ground Storage Tank Layout Sludge Handling i Plant Control System Plant SCADA Permits and Approvals/Piloting Need Schedule & Cost Estimate Report 0 i Y SCADA Workshop Standards Development/Integration Coordination Meetings • — N 01 d 0 CO ni ci ni ni ni ei 5., 6- N M vvv V O v e CD n v e CO A 6v O e- V V N C9 a V a N 10 V 4 O 11f) 1` d T •- u N M' uu. «■!7;««!»qp°!°°©°EEEE, �2g2§: L E5 ai - 22 la£§5��„ /!`$/!/!!/}/j}}J// f■5��,,,,s�al-a-�-�a,� /F- N /5- „ 3 0 2N0fl 00 »,,,,f"l k § f = Ili 7) )at.5I \!!\- \\}}\) NO External Tasks External MilestOne • May 22 06 11:OOa Bradle 5125563373 p.1 American ,ArcI-laeolo G ro u • seas Texas.� LLC P.O. Box 1017 Lampasas, 76550.Office: (512) 556-4100 • Fax: (512) 556-3373 May 21, 2006 Mr. Allen Woelke, P.E. Camp, Dressex & McKee, Inc. I2357 -A Riata Trace Parkway Austin, Texas 78727 RE: New Regional Water Treatment Plant Dear Mr. Woelke: I am herein submitting our fixed prig cost to perform an archaeological the proposed New Regional Water Treatment Plant in Cedar Park er th survey of provided for Sites 1, 2, and 4. Our fixedpma p thatr you Pie to conduct Project is $8,450.00 (Eightan archaeological survey for this Thousand Four Hundred Fifty Dollars). We will provide a backhoe and a driver to assist us in excavating the necessaryb for potentially buried cultural deposits. Please have all ities Oackhee�1Cd and markedtrenches to rked prior to our commencement of fieldwork or have someone, present to help guide us to avoid any utilities. Upon acceptance of our bid, I will field a crew to complete the field work within 15 days of notification, and issue a draft report for your review and submit a copy to the fieldwork, Historical Commission for their review the �' in approximately 20 days from completing hope:fully in less tune. We look forward to representing your interests before the Texas Historical Commission. If hesitate to �� me at you have any questions, please do not hon to develop avoidance time. If cultural resources are identified, we will work with idance plans to assist in achieving the goals of your project. JUN -27-2006 15:30 FROM:A. K. YOUNG ASSOC. 512 478 8009 AK YOUNG ASSOCIATES LANDSCAPE ARCHITECTURE SITE PLANNTNO RESOURCE ANALYSIS - Pat Office Box 201486 Austin, Axes 78720-1265 (512) 476.6686 Fat (612) 478.8009 June 27, 2006 Mr. Allen D. Woelke, P.E., V.P. CAMP DRESSER & MCKEE INC. 12357-A Riata Trace Parkway Suite 210 Austin, Texas 78727 T0:3451483 P.1 RE: LCRA Regional Water Supply Project (Water Treatment Plant) Scope of Services for A. K. Young Associates PHASE; Preliminary Design Study Dear Mr. Woelke; The following outline briefly describes the scope of services that will be provided by my office during the Preliminary Design Study phase of the project referenced above. Proposed Scope of Services 1. Prepare for and attend initial project familiarization meeting. Prepare for and attend periodic team meetings and/or tears meetings called to discuss specific subject items or site issues with CDM (Camp Dresser & McKee Inc.). 2. Coordinate and direct work of environmental subconsultants to A. K. Young Associates (AKYA). Subconsultants will be selected as necessary due to scope requirements, following approval by CDM. The work .of this environmental team will be supplemented by the archeologist subcontracted directly to CDM. 3. Secure appropriate base information from CDM for the site area under consideration. (Refer to sites 1, 2, and 4 shown on Figure 3-1, Water Treatment Plant Site Alternatives, from Preliminary Engineering Report for this project.) Secure confirmation from CDM that appropriate Right Of Entry has been granted to the design team members by each of the property owners. JUN -27-2006 15:30 FROM:A. K. YOUNG ASSOC. 512 478 8009 A. K. Young Associate LCRA Regional Water Supply Project TO:3451483 p,2 Page 2 June 27, 2006 4. Research known, available resources to secure relevant information for use in evaluation report. Sources include the U.S. Fish and Wildlife Austin Office, the Texas Natural Resources Information System's National Welands Inventory maps, the Federal Emergency Management Agency Regional Office, Travis County, the Water Development Board, the Soil Conservation Service, TNRCC, the Bureau of Economic Geology, and the Texas Parks and Wildlife Department. Tobin aerial photography (1937) will be secured and interpreted for further subsurface geologic information. 5. Coordinate and/or conduct site visits for members of the environmental team as necessary to establish preliminary level of site familiarization. Site visits must take place' within this phase of the work, which is expected to be completed by mid October. Site visits for this phase of the work should be completed by the end of September, in order to allow sufficient time for finalization of the evaluation report. 6. Communicate with CDM in order to remain familiar with engineering design alternatives under consideration. Provide feedback to CDM regarding the potential site impacts and permitting implications of the alternatives, for inclusion in the decision making process. 7. Prepare environmental section of Preliminary Design Study which evaluates the probable permitting requirements for the site based on the preliminary design recommendations and findings from the environmental surveys and research. Coordinate as necessary to accomplish the incorporation Of the archeological subsection. (A subsection of this evaluation report will be prepared by the archeologist and modified only to the extent necessary to work within the format of the overall environmental section.) proposed Fee The fee associated with the scope of services outlined above is $15,000. Periodic invoices will be prepared based on the time and expenses accrued during the course of conducting the work and will be submitted to CDM for payment. The rates utilized on this project will be in accordance with the rate letter provided previously to CDM for use on this project, with supplemental rates provided for any subconsultant selected to provide services. Prepared by: Anne K. Young, ASLA A. K. Young Associates Cedar Park -Round Rock-LCRA Regional Water Treatment Plant Process Evaluation and Facility Plan Scope of Work — K Friese & Associates, Inc. 1. Project Management/Administration — This task includes monitoring budgets and schedules, communications, and other tasks directly associated with the project. 2. Meetings — For budgeting purposes we have assumed 4 coordination meetings with CDM throughout the preliminary engineering phase at 4 -hours each. 3. Quality Assurance/Quality Control — The QA/QC task includes review of the work at various stages of progress as well as review of all materials to be submitted. 4. Kick-off Workshop — KFA will attend the Kick-off Workshop to gather information regarding site conditions and any other information that will aid in the preliminary evaluations. 5. KFA will coordinate with the City of Cedar Park to locate the nearest wastewater line or lift station and waterline with adequate capacity to serve the proposed facilities. Projected wastewater flows and water demands will be provided by CDM. 6. KFA will determine the required wastewater line sizes and routes from each of the potential plant sites to the identified receiving wastewater line. 7. KFA will determine the required waterline size and routes from each of the potential plant sites to the identified supply waterline. 8. Access road and associated drainage improvements necessary to facilitate access to each of the proposed sites will be evaluated by KFA. 9. KFA will estimate a preliminary size of stormwater detention and water quality improvements based on the site plan prepared by CDM. KFA will also identify any off-site stormwater improvements that may be required for each site. 10. KFA will coordinate with Cedar Park to identify permits required for site development and associated submittal content, review periods, and permit fees. 11. Cost estimates will be prepared for each of the above items (off-site water & wastewater, on-site stormwater improvements, access, permitting) and provided to CDM to assist in the site evaluation. 12. KFA will document the findings of the above tasks, including exhibits as appropriate. Findings will be transmitted in electronic format (Microsoft Word, AutoCad, etc.) to CDM to be included in the Facility Plan. �n Lockwood, Andrews & Newnam, Inc. SCOPE OF SERVICES June 30, 2006 (Revised) LCRA — Regional Water Treatment Plant: Preliminary Phase For this project Lockwood, Andrews & Newnam (LAN) will provide professional services as described below. 1. Project Management A. Kickoff Meeting B. Update Meetings with Project Team (Bi -Weekly for 4 Months) C. Update Meetings with Client (Bi -Weekly for 4 Months) 2. Process Workshop Meeting with Client (2 -Days) LAN will attend the meeting and will assist in the discussion pertaining to the clearwells, high -service pump station(s) and any buildings requiring architectural work. 3. Evaluate Site Alternatives LAN will assist in evaluating the four site alternatives proposed in the HDR report. The evaluation will include an analysis of treated water lines, the cost to pump from each of the sites along with the capital costs of the land itself Evaluation will result in a recommended treatment site for the pump station and clear well facilities. 4. Hydraulic Modeling of High -Service Pump Stations & Storage Facilities LAN will model the high -service pump station(s) in WaterCAD to aid in determining the viability of maintaining all of the clearwell capacity on the treatment plant site. The modeling will also review the possibility of a secondary off-site storage tank located separately from the treatment plant. Finally, the modeling will also serve to aid in the pump selection for the station(s). This modeling will be performed only for the recommended treatment site indicated in Item 3 above. mn Lockwood, Andrews & Newnam, Inc. 5. Architectural Space Planning Meeting (1 -Day) LAN will lead the meeting to determine the physical spaces required for administration, maintenance areas, a chemical feed arrangement and the high - service pump station(s). This meeting will include architectural and civil engineering discussions. 6. Develop On -Site High -Service Pump Station Layout A. Architectural Layout — Plan and Elevations of proposed building to house the high -service pumps. B. Preliminary Pump Layout — Preliminary pump selection and detailed flow diagram for relation between clearwells, pumps and disinfection. Also included will be a plan and sections of proposed pumps and piping inside the building. C. Piping Designs — Plan of proposed yard piping. 7. Develop Off -Site Storage Facility Layout A. Site Layout — Plan showing storage tank(s) and other structures within boundaries of proposed site. B. Piping Designs — Plan of proposed yard piping. C. Drainage Facilities — Preliminary review of requirements for water quality/detention ponds, to include basic sizing for location on site. D. Driveways & Parking Areas — Layout of proposed access drives to include an analysis of required turning radii to allow for delivery of equipment and chemicals. 8. Preliminary Architectural Design CDM will provide technical guidance and direction to LAN project Architect to perform the following tasks: A. Admin Building — Preliminary plans, sections and elevations for the Administration Building. B. Chemical Feed Building — Preliminary plans, sections and elevations for the Ian Lockwood, Andrews & Newnam, Inc. Chemical Feed Building. C. Maintenance Facilities — Preliminary plans, sections and elevations for the Maintenance Facilities. 9. Schedule & Budget A. Construction Schedule — Prepare a construction schedule for the construction of the onsite facilities to include: Admin Building, Chemical Feed Building, Maintenance Facilities, Clearwells and High -Service Pump Station. Also prepare a construction schedule for the off-site pump station. Construction Cost Estimate — Prepare a preliminary construction cost estimate for all items included in the recommendations. B. 10. Preliminary Engineering Report A. LAN will prepare and submit to CDM a Preliminary Report presenting the preliminary results, recommendations and associated costs for the items reviewed. The report will include all of the exhibits (such as plans, diagrams, etc.) that are generated during the items discussed in detail above. B. QA/QC — LAN will provide a full, independent technical QA/QC of the preliminary report. The QA/QC will include the portion of the report generated by LAN. END OF SCOPE 1- z a 1- z w 2 w W J 0 FACILITY PLAN FEE ESTIMATE June 30, 2006 (Revised) HOURS SMANAGERT PMANAGER CIV. ENG. ARCHITECT I ENGIN ER I R. PROJECROJECTSENIOR PROJECT PROJECTENG0 ` GADD TECH TECH NIOR I CADD TECH I CLERICAL I EXPENSES' TOTAL 8 8888.88 E b Ne, N N HEM -m, N.1 '•4'54 8 E O N 88 EE n 0. lf 888 ES" e.O . N 8 b W $ 7,450.00 $ 4,745.00 8 10 1(1 888 tion .*fa WWW W6 8 8 E 1 O ` N N So! Esq ma. N N N N N 8 8 8 N 8 N e x a 2 t N N � 4 2 N N N N N N N N N N 7 a '54 g Vince Qulroz m N N m 24 4 b N r 11 r 5 f m . N N N a v g 5 a g N 40 48 ,WV .—.- a d N N ONA v N �� I i.N.. N N I gt. 06 C V 'N' O mma0 N� rp y N Zoog Zoog fi Z 3 w d MN+ma Nag N 24 [ 24 j a r d `. p y7 5 N N ��yy g m pop N N N COQ.) N m♦ m m N Y y t0 m i t _u i i m MP m p (y a a am. 4<NN v. 9I 24 8 220 1 O 8 8 W 8 2 a MWN V64.- p t m N M DESCRIPTION PREUMINARY DESIGN 1, Project >Prodect8Meeang >Updatefngs with Project ro) ed Tea (6i -Weekly) 49-Weekty Meetings wig' Client >Travel T.' 0 ; n Ich It.; pl p ''g 7.0E a1 °� Ili e N� >Architectural Layout I 1 >Pre8minanv Punt0 Lavou( 1 A s u" hill A I 2 2 lifi A A I Ili illi qaZY 3 A l Prepare Preliminary Engineering Repol 1k? (PER) a 1 m r ai a 18 N n v. N C! w m w ENGINEERS ARCHITECTS PLANNERS SURVEYORS WACO KILLEEN AUSTIN DALLAS ROUND ROCK Brad Bernhard, PE Brut Blankenship, l'E Paul Boyer, PE Robert Calderon, PI: Dan Flaherty, RPLS Sean Flaherty, RPl S Lonny Gillespie, RPLS Andrew Gonzales, PF_ George lezek, AIA Jahn Kular, PE David Marek, PE Mike Murphy, RPLS DougNewport, PE Dan Ninon, RPL$ Martin Pflanz, PE Vans 11. Proffitt, RPLS Lynn .Simpson, RPLS Darrell Vickers, AIA R.E.'Bob' !Vallate, PE, RPLS Old Town Square One Chisholm Trail Suite 130 Round Rnck, Texas 78681 (512) 248-0065 Fax(512) 246-0359 w w w. w a l l ace• gro u p, co m May 25, 2006 Mr. William T. Reynolds, P.E. CDM 12357-A Riata Trace Parkway, Suite 210 Austin, TX 78727 Ph. 512-346-1100 Fax 512-345-1483 RE: Proposal for Professional Surveying Services For Proposed LCRA Site 1, 2 or 4 Dear Mr. Reynolds: We are pleased to present this proposal for professional services in connection with the above referenced project. The Wallace Group, Inc. (TWG) proposes the following specific services: A. SCOPE OF SERVICES: 1. TWG will prepare a Land Title Survey of the site selected from out of the above-mentioned sites. This survey will be conducted in accordance with the basic standards and conditions set forth for a Category 1A, Condition II (Urban), Land Title Survey in the State of Texas prepared by the Texas Society of Professional Surveyors, 2006 edition. Per Land Title Survey requirements we will horizontally Locate all visible improvements and utilities on the subject tract. In addition, TWG will prepare a metes and bounds description. This professional service should be prepared with the benefit of a current title report or opinion (to be provided by the Client). TWG will not abstract the subject property. 2. TWG will prepare a 1 lot final plat without preliminary at a scale of 1"=100' of the selected site, if required, and submit to the City of Cedar Park or the City of Leander as appropriate for the selected site. TWG will also attend meetings and process through the city for approvals. Client is responsible for all submittal and recording fees. B. SUMMARY OF FEES: 1. TSPS Land Title Survey $8,000.00 +8.25% Tax $660.00 $8,660.00 C:\Documents and Settings\bakerkh\Local Settings\Temporary Internet Files\OLKI C5\RR-025-CDM-LCRA Plant site-5- 25-06,doe Mr. William T. Reynolds, P.E. May 25, 2006 Page 2 2. Final Plat $5,500.00 +8.25% Tax $453.75 $5,953.75 TOTAL LUMP SUM FEE $14,613.75* * If Client is tax exempt, omit the tax. C. DELIVERABLES: TWG will produce and furnish an AutoCAD 2005 -survey base drawing in an electronic file format unless requested to save to an earlier version. We will also provide 6 original prints of the title survey drawing. We will furnish a mylar to the City of the final plat and required D. ADDITIONAL SERVICES: Any services not mentioned in Section A above may be provided for an additional fee and will be billed at our standard hourly rates per the attached rate schedule. E. SCHEDULE: TWG can commence the work effort within three (3) working days of receipt of Notice to Proceed and submit the completed Survey within ten (10) working days after that, weather permitting. Certificate of Insurance is available upon request. All surveying services are under the jurisdiction of the Texas Board of Professional Land Surveying, 7701 North Lamar, Suite 400, Lamar Crest Towers, Austin, Texas 78752 (512-452-9427). Any complaints about surveying services should be sent to the above address to the attention of the Complaints Officer of the Board. We appreciate the opportunity to work with you on this project and look forward to being of service. To authorize us to proceed with this work please have a representative sign at the designated space and fax one copy to us for our files. If there are any questions about this matter or any other, please feel free to contact us at 512-248-0065. C:\Documents and Settings\bakerkh\Local Settings\Temporary Internet Files\OLKIC51RR-025-CDM-LORA Plant site-5- 25-06.doc Mr. William T. Reynolds, P.E. May 25, 2006 Page 3 Respectfully submitted, THE WALLACE GROUP, INC. Vana H. Proffitt, R.P.L.S. Project Manager ACCEPTED: CLIENT: Authorizing Signature Printed Name & Title Date C:1i)om cuents and SettingskbakerkhlI ocal Settings\Temporary Internet Files �Ol Kl C51RR-025-CDM-LCRp Plant site -5- CADodoc Carter:Burgess June 30, 2006 Mr. Edward Opperman, C.P.M. Purchasing Agent LCRA P.O. Box 220 Austin, Texas 78767-0220 Re: Cedar Park/Round Rock/Leander Regional Water System Project Treated Water Transmission Line — Task Order 1 Dear Mr. Opperman, 2705 Bee Cave Road, Suite 300 Austin, Texas 78746 Phone: 512.314.3100 Fax: 512.314.3135 www.c-b.com Transmitted herewith are three (3) originals of our revised scope of work, schedule, and subconsultant proposals for professional services for the above referenced project. We appreciate the opportunity to submit our fee proposal on this project and are excited to have the chance to perform these professional services on behalf of the LCRA. Please call me at anytime to answer questions on this proposal or to set up a meeting to discuss. Sincerely, Carter & Burgess, Inc John H. Lindner, P.E. Managing Principal Carter & Burgess, Inc. Carter & Burgess Architects/Engineers, Inc. Carter & Burgess Consultants, Inc. C&B Architects/Engineers, Inc. C&B Architects/Engineers, P.0 C&B Nevada, Inc. Nixon & Laird Architects/Engineers, P.C. LCRA Treated Water Transmission Line -Segment 3 Scope of Work CEDAR PARK — ROUND ROCK — LCRA REGIONAL WATER SUPPLY PROJECT TREATED WATER TRANSMISSION LINE -SEGMENT 3 SCOPE OF WORK JUNE 30. 2006 BACKGROUND Cedar Park, Round Rock, Leander and the LCRA have recently completed a draft Preliminary Engineering Report entitled Cedar Park — Round Rock — LCRA Regional Water Supply Proiect - Preliminary Engineering Report Draft No. 2, by HDR Engineering, Inc., dated February 2006, for a regional water supply project to supply the future water supply needs of all of the Customers. The proposed regional system could ultimately provide an estimated 105.8 mgd of treated water capacity, with Cedar Park receiving 15 mgd, Round Rock receiving 40.8 mgd, and Leander receiving 50.0 mgd. To meet the projected water demands of the Customers, Phase I of the proposed regional water supply system must be completed and in operation in the spring of 2009. The capacity for Phase I of the regional water treatment plant would be approximately 20 to 25 mgd. Additional phases of the plant will be constructed as needed depending on the peak water demands of the Customers. Phase I of the regional water supply project includes improvements to an existing raw water intake, new raw water transmission lines, a new water treatment plant, and a new treated water transmission line. Raw water intake improvements would include an upgrade to the existing barge at the Cedar Park water treatment plant. The floating intake structure will be utilized until a deep water intake can be built by the Customers as part of Phase II at a later date. The floating intake would convey water through a new raw water pipeline from the Cedar Park Plant to the new 105.8 mgd region water treatment plant located north of FM 1431 and west of Leander. A treated water transmission main is anticipated to be located within the existing and future sections of the New Hope Road right-of-way. The transmission main component has been separated into 4 segments and will deliver treated water to Cedar Park, Round Rock and Leander. To meet the projected water demands of the Customers, Phase I of the proposed regional water supply system must be completed and in operation in the spring of 2009. Engineering services anticipated for the expansion project are described in the Scope of Work below. SCOPE OF WORK The objective of this project is to provide a Preliminary Design Report including a schematic level roadway design for New Hope Road and a pipeline alignment study, prepare final design documents, and provide bidding and construction phase services for segment 3 of the new treated water transmission pipeline. Segment 3 is approximately 12,100 LF based on the PER. The water transmission line will be constructed from the west right-of-way line of Parmer Lane to the intersection of FM 1431 and Sam Bass Road. The pipeline must be sized to facilitate an ultimate flow of approximately 40.8 mgd. All recommendations and designs implemented under this scope are to be Page 1 LCRA Treated Water Transmission Line -Segment 3 Scope of Work evaluated in light of current information and regulatory requirements as well as regulations, both final and interim, which may be promulgated during the contract period. I. TASK ORDER NO. 1— PRELIMINARY DESIGN SERVICES A. PRELIMINARY DESIGN REPORT — TREATED WATER TRANSMISSION MAIN SEGMENT 3 - The engineer will evaluate the regional water supply project as recommended in the Preliminary Engineering Report (PER) and recommend an implementation plan for final design and construction of Segment 3 of the treated water transmission line. The services to be provided include: 1 Attend bi-weekly meetings with the LCRA and/or stakeholders through October 2006. It is the intent of these meetings to (1) facilitate the progress of the preparation of any required permits through the exchange of information, (2) keep team members apprised of the project status, and (3) gather/disseminate information. Minutes of these meetings will be prepared and submitted to each of the participants for their review and comment within 10 days of each meeting. 2. Environmental Constraints and Permitting: It is assumed that regulatory agencies, such as the cities of Leander, Cedar Park, and Round Rock, the LCRA, Texas Commission on Environmental Quality (TCEQ), Texas Historical Commission (THC), Texas Parks and Wildlife Department (TPWD), US Army Corps of Engineers(USACE) , and US Fish and Wildlife Service (USFWS), will consider Segment 3 of the treated water transmission main as one project. The initial step will include information gathering, data collection, pedestrian surveys, and informal regulatory coordination to identify and map environmental constraints for the study area, to facilitate the selection of the final alignment, and to identify the specific permitting requirements for the final alignment. This review will examine the general area of the project and not each individual route or alignment considered. An environmental constraints map and ancillary report will be created for the treated water transmission main by completing the following tasks: a. Gather information and collect data from appropriate agencies and regulatory databases to prepare an environmental constraints map and report for the project area that encompasses the proposed pipeline routes or alignments for Segments 3. Information and data will include such items as aerial photographs, topographic maps (current and historical), soil maps, wetland maps, Edwards Aquifer maps, and regulatory databases (federal, state, and local). b. Perform a non -intrusive site reconnaissance of the project area to assess the potential for impacts to 1) Waters of the U.S., including special aquatic sites and wetlands; 2) habitat for rare, threatened and endangered species;3) cultural resources; 4) Edwards Aquifer recharge zone; and 5) other critical or sensitive environmental features such as springs, bluffs, rimrock, sinkholes, and other karst features. c. Refine the environmental constraints map and ancillary report based upon any additional findings during the site reconnaissance. d. Identify conditions that may trigger the need for individual permits from USACE and USFWS. Assist in identifying alternatives to mitigate the Page 2 LCRA Treated Water Transmission Line -Segment 3 Scope of Work requirement for individual permits. Identify applicable USACE nationwide permits. Identify applicable USFWS permit requirements. e. Coordinate with appropriate regulatory agencies to verify assumptions and permitting requirements for each agency's respective jurisdiction. f. Conduct up to eight (8) project review and comment meetings with the LCRA and other identified agencies. g. Prepare conclusions in similar format so they can be added to the Treated Water Transmission pipeline Preliminary Design Report. 3. Treated Water Pipeline Route Study: Perform a route study to review alternative pipeline routes including the following: a. Conduct one (1) meetings with LCRA and stakeholders to discuss changes that may have occurred since the PER was published. b. Develop preliminary alignment map from existing aerial image and schematic design of New Hope Road to identify possible pipeline routes. c. Conduct four (4) meetings with various regulatory agencies and asses how modifications to the route may impact the project schedule, constructability and cost. d. Perform necessary engineering services to investigate, review, analyze, evaluate and make recommendations regarding alignment alternatives of the new pipeline from Parmer Lane to the new intersection of FM 1431 and Sam Bass Road. Up to three (3) alternatives will be reviewed including the New Hope Road route as identified in step 3 above. i. Identify and make preliminary recommendations of the extent, locations, and methods of construction for proposed tunneling and boring operations at river, creek, paved roads, highways, habitat, and other areas along the proposed alignment that require boring or tunneling. ii. Provide a recommendation of the proposed horizontal and vertical pipeline alignment based on a matrix evaluation of both economic and non -economic criteria. iii. Provide an opinion of probable cost for each alternative including probable land costs. Land values are to be furnished by the LCRA ROW staff. iv. Evaluate easement requirements for construction, maintenance and access. e. If any recommendation requires new and/or additional easements, identify all parcels of land to be acquired by the LCRA for the recommended pipeline(s) alignment(s). f. Prepare route maps using existing USGS maps, GIS data and aerial photographs. g. Prepare a draft Route Study Report including recommendations and furnish fifteen (15) copies to the LCRA for review and comment. h. Hold three (3) meetings with the LCRA and stakeholders to review the alignment alternatives and develop a consensus on the best alternative. i. Prepare twenty five (25) copies of the final report presenting the preferred route alternative. This will become the basis for the project design. Page 3 LCRA Treated Water Transmission Line -Segment 3 Scope of Work 4. New Hope Road Schematic Design: If the New Hope Road ROW is the selected pipeline route, develop a preferred alignment for the future New Hope Road between Parmer Lane and Sam Bass Road. a. Data Collection: i. In conjunction with Baer Engineering, a study area will be established. Baer Engineering will be performing the environmental assessment and C&B will coordinate with Baer on the findings of their assessment. ii. The results of the preliminary fieldwork and records research will be incorporated on to the City of Cedar Park GIS base mapping. iii. C&B will meet with the City of Cedar Park and Williamson County road departments to coordinate their specific roadway design criteria and preferences. This will include confirmation of the intersection locations at Parmer Lane and Sam Bass Road. b. Preliminary Alternatives i. Working with the identified constraints, C&B will develop three (3) preliminary alternatives that fulfill the City and Counties desire to develop a 4 -lane (MAD -4) urban arterial through this corridor. Typical ROW width will be 120', with a roadway design speed of 45 -mph. The alternatives will also include preliminary locations and sizes of water quality facilities required by TCEQ Edwards Aquifer regulations. ii. C&B will coordinate roadway design with LCRA water transmission main requirements. iii. Once the conceptual alternatives have been developed, Baer Engineering will go back into the field to assess specific impacts of the proposed facility. iv. C&B will document the preliminary alignment alternatives including typical sections, cost estimates and environmental impacts in the Design Report. A recommendation of the technically preferred alternative will be included for LCRA and the cities consideration. c. Resource Agency Coordination i. In conjunction with Baer Engineering, a study area will be established. Baer Engineering will be performing the environmental assessment and C&B will coordinate with Baer on the findings of their assessment. ii. The results of the environmental investigations and impact evaluation of the preliminary alternatives will be coordinated with Baer Engineering. 5. Provide a comprehensive QA/QC process for the entire project. QC reviews will be conducted prior to submitting plans for review. 6. Project Schedule: - Provide and maintain a project schedule in MS Project format. Update bi-weekly and submit with each monthly invoice. 7. Establish Design Criteria — Coordinate with LCRA, stakeholders, and the water treatment plant design team to determine the anticipated range of flows, hydraulic grade line requirements at the treatment plant, and acceptable flow velocities and pipe pressures. The design criteria will be summarized in a technical memorandum and submitted to LCRA. Page 4 LCRA Treated Water Transmission Line -Segment 3 Scope of Work 8. Review Hydraulic Model — Provide input to LAN who will construct a hydraulic model and conduct surge analysis of the preferred alignment and review results to be used in the actual design. 9. Verify Pipe Sizes — Use the data from the treated water system model to verify the pipe sizes proposed in the HDR PER meet the design criteria established. 10. Perform necessary engineering services to investigate, review, analyze, evaluate and make recommendations regarding pipeline material options. Evaluate pipe pressure class requirements. 11. Provide information on pipe size and material to LAN for surge modeling. 12. Coordination with other public entities: Contact each agency to obtain current information on existing and proposed facilities that may be affected by the proposed alignments. Coordinate the proposed alignments with the appropriate public entities, including TxDOT and regulatory agencies. 13. Coordination with Utility Companies: Contact each utility company to obtain current information on existing and proposed facilities that may be affected by the proposed alignments. Coordinate the proposed alignments with the appropriate private utility companies and private entities. 14. Provide schematic plans and guide specifications for the treated water pipeline alternative selected by LCRA. a. Develop schematic level ground profiles of alignment. b. Prepare preliminary plan sheets (scale 1" =100') and critical profiles for selected alignment. Use City of Cedar Park GIS contour information and centerline of pipeline survey data. c. Prepare preliminary guide specifications. d. Prepare an opinion of probable construction cost. Revise the opinion of probable construction cost following reviews by LCRA. e. Conduct one (1) review meeting with the LCRA. f. Revise the preliminary drawings following reviews by LCRA. 15. Geotechnical Assessment: Provide a Preliminary Geologic Assessment of the preferred pipeline route. This is a "desktop" survey based on existing Soil Conservation Service maps, TxDOT data and previous geotechnical reports supplied by the LCRA. The report will characterize area soil conditions and make recommendations for the location and spacing of future design related soil borings and testing parameters. The report will also include preliminary recommendations on the methods of construction for proposed tunneling and boring operations along the proposed alignment and cost estimates. 16. Based on the design established by LAN prepare a preliminary site plan and mechanical layout for the Round Rock meter station and connection point. 17. Preliminary Surveying and Mapping: Using Travis and Williamson County Appraisal District records gathering property ownership, deed, plat, road right-of-way and utility information and Page 5 LCRA Treated Water Transmission Line -Segment 3 Scope of Work prepare parcel map for the preferred raw water intake site, raw water transmission main and future deep water intake site(s). 18. SCADA System Design & Integration Approach: Based on the Systems Integration Design Guide (SIDG) to be developed by CDM for the water treatment plant develop the preliminary SCADA requirements to interface the Round Rock metering station with the regional SCADA system. a. Review of the proposed CDM I&C and SCADA standards. b. Provide recommendations for I&C and SCADA requirements for the Round Rock metering station. c. Participate in one (1) meeting with LCRA and stakeholders' operational personnel to review the various SCADA system requirements. d. Develop preliminary cost estimates for I&C and SCADA. e. Develop and submit preliminary I&C / SCADA plan. a. Meet with the design team (initially), LCRA and stakeholders to review the I&C / SCADA Report and incorporate comments in to the Preliminary Design Report. 19. Preliminary Design Report: Prepare a Preliminary Design Report summarizing the results and recommendations. At a minimum the report should address: a. Provide an executive summary of the conclusions and recommendations. b. Organize and include the information developed in the previous sections. c. Recommended design requirements for the transmission main d. Identify all environmental constraints and permitting requirements. e. Provide preliminary SCADA requirements f. Prepare preliminary opinion of probable cost for each of the preferred alignments. g. Prepare a schedule for final design and construction. The design process and construction phasing is to meet the 2009 water demands for the Customers. h. Prepare a draft Design Report including recommendations and furnish fifteen (15) copies to the LCRA for review and distribution. i. Hold one (1) meeting with the LCRA and stakeholders to discuss review comments. j. Incorporate comments into final Design Report and prepare twenty five (25) copies of the final Preliminary Design Report. This will become the basis for the project design. B. PROJECT ASSUMPTIONS — The following assumptions and general understanding pertain to the provisions above and form the basis for this proposal: 1. This scope does not include effort for a Section 404 (Clean Water Act) Individual Permit application or threatened and endangered species investigations. In the event this effort is warranted, we will request this as Additional Services. 2. This scope does not include archeological test excavations to determine the significance of any sites found to be located within the project's area of potential affect and does not include any data recovery or mitigation if archeological sites determined to be significant are found. In the event this effort is warranted, we will request this as Additional Services. 3. The LCRA will provide all necessary right of entry. Page 6 LCRA Treated Water Transmission Line -Segment 3 Scope of Work 4. A base hydraulic model for all segments of the treated water transmission line will be developed by LAN and will be available for use on this project. 5. Standards for the treated water metering station will be developed by LAN and incorporated into the preliminary design for this project. 6. Standard technical specifications for pipe, valves, etc. will be based on those already developed by LAN for Segments 2A and 2B. 7. SCADA will be based on standards developed by LCRA's Engineer for the water treatment plant. 8. LCRA's public relations staff will provide the majority of the effort required for the public relations/public input plan for this project. 9. LCRA will provide hard copy and electronic copies of previous studies, reports, surveys, easements, plans, and other related information that is pertinent to this project. Page 7 - -_ PARK-ROUND ROCt(-LdlkA-VEdidt4A-L-WA-fti*�U-pfiL�-VR6j-Edt _ ate aPefin 7"ask Order f-Pr llminar Design Serviced - - -- -- F'e st m to __ -- - - - - - -- - -- --- - -- - t�I -Ju rlt±fig; (ift Project senior Project ADD Envir, s Starve Total�� Total Basic Total Special Scope Item Description ription' Rtana er projectErr clerical Tectal c S Basic :n:wndjE�e X12 Hill Seer cssrar ro Halt 9 En Ineer Engineer Designer scientist RPLS Special; P Services ecvSc s rased Total E relintinary Design Report I Attend b-weekl areati s with LORA Stakeholders thru October 2006 --- -24 ___ i3,c - -- -- _._.- - -- ..nViY'Cltlai'SeC3tal ,1n"ti"alYtts 4"1.,P1C9:P`f€'12d?fi9tlq:. ---... _.. -----...... _---- 2 10320 - 2 '16 _ __ _-._-..- _.._-__._ -.__ ._ _..---_ __ . _.. . __ .._ tt?.320.00I ;�1C3,.t2tJ.CttI _._ attaer information and collect data from a ro ruts a ences. - - -- 16 16 .8 — , - - � a0.00 s8;280.00 � Petfo€rri a non-intrusive site reconnaissance aissnce crf,fho roject area, -___ 32680 32.680.07 s3 Refin, - - - I o __ _ _,ns�.�U T E?[he enV€rClrtrfieata.l cc"9n,�tYa@rats mal and arlLl## Ye CJrt.,--_....._ - -- _ ___---_-- µ __ _._-- _ _ _ ..-.__ _- d 'Identifi `errriftiri re riirernent arrd codiflcns. -_.__ _ 00 - - - -- - ___..___-- _._- $0,10 �I ! ciord€nafe with a rb riafe re Mato _ ___ __-_ ___ 5 —� —.--. h _ ? — encies.. - ..._ __.._.--- .._.— _...._- ---------- -- f Conduct a to ei ht t3 ro'ect review a - - __-__- _ - __ _ __ -r --- -f_ p J ____--- er rnantrieotin s. - - __ - - - 3a.00 - $$0,00 _ 0 __ ._ -_ _ P€ re ccarlausions for Prelirttiri Desi n,Report - -- - -r _. $ _ _-_ --- - 900 __ -- -- 0 i rented water pipeline route stud -" --_----- -- _ Go --- _ _ crduct exrte i rrteetintvith LORA aid fakeholders -- � -_ 8 0 ---. ____ - - - b Develo r lrrralna a(i nment a- -- _ s- 3,024,00 $2 o2C.3C - - vary _ _- 2 io 2c - --- 2 6 _809fl __ --- -J. ohduct uoo p to fcatar f1€r eetinrs with various recuiatc ry agencies s 2 s _ - -- - 4630 $4,634,00 $4� d !€avcsti€ate,review,aria# e,snd evaluate ali rar€erlf alternatives -- -_ ___ , �� - - - _ IL aka preliminary construction recommendatic ns 1 16 -_ _-_ _ -_ - -- - ------- • • I3 Ft GC7rrla7Send` 7 _.__-.... '- ....'_---= .._5125 $€x.00 O.C?6_ - - ,425.0{ $5,425,00 0 at ear€of co ase i aline a#i nnient — ' _ p P- 2 2 20 2 - - - --- - Provide o Irtitn of probable cast 6550 - = -_ P.-- - ----._ - T _-. -----___ .__-..__ _. - - 1 _ 4 i__._�_ i 4 - .- ___-- -- .. ----- _- -- _ _. - _.. --- $6,550.0f1^_ $6,55t?C30 . iv i valL7a.te eaSE7Cnerlt reta„iireritea"dtS _— _ _ _.._. _....___._. .____ 23g3 - --- ` - - --- - --- - _..__ 2 2 _._ - - -. __. -s2_3s ,C 3 $$2,385,00 -- e Identify a0parcels of land to be ac aired by the LORA ___.____ . - s65 30$5.00 - .-.. i-�. � r - - - 72 i6 1S 3 6625 - _.._ - - x£355}Ca C.: 4 f_k_ (Prepare rcaaite reaps-using US ,to# and aeric#photo r hs __._ _-_. ___.. �.._ _......i.-. -_.. .._ _ .__ ", , 5 - --- -- - ._P - _ S --- - --i Pre are a drat RC3 8 24 16 - 59 0 - -- -. - _6,625.CC 6,62 .0C ___ _ !_ ufe y_gepo _- 4 16 --. - ---- -_ --- - - $5,92C1,oC $5,920,00 - - ---4 32 t1 10660 i0 h Heald three nrsetin with L RA and stakeholders __ s 2 - - - -- $ ,660-0 1000, o 5__.-- Pre die(went -five eca ies of fiinal re oro __- -- --% � _" -�� f�� 3 a 2 , _ 1 t7 „ ---_- _ __ - ___ �_ ___ -" - _- _ ,7G7CP.C}f3' $5 70t#,CNJ - 1 -New}lope Road Schematic Desit n - - - 1400 - - _ - -- - -. X1,400,00t.acc.Cn' a Data Collection - --- 0, �o,00 � eae rdinaie w.r-Frvircan eta! other Consultants Canis to e9biair data ---- - - _ - —_.. _. 4 12 1800 __ --- -54.00 $0,00 i Ltevt=lop project design criteria --- 4 - - --- ___: - - - $$1,800,00$1,800,00 -.._-_._ -- 1040 -- — - - --- € iii !Meet wt €t oP odar`Park 1illiamson Count _____ , -- _ ___ --- 1,444,00 $1'040.00 __-�_ 4 720 _ to 'Prelirraina Alternaf}ves __ _ T__ - _ __._ _ - -._._._.. --- - --- - $720.00 $720,00 _ ____ - Covle Throe relirrrita ali nrrrersts and a s - - - -- f t Fo-m rY - p.- 4 32 so s� - --- ---. ' - ---- Moo --- _ _€€ Develop ical sections 4 - = - - - 99780 -- �9,7e0.ail 1 _____ ,7so 00 _-- iii �t aa_te wafer etualitfdc3lifies -I__ 1s _ ____ s __- - ,_______ 3680 $ -, .....___"____—_ —_ .. t-----____ .....___ {...._. ____ .... $3.564.44 _ W4a, i�,7 .. — 8 12_ 8 38 i0 _ _ v Laeue# cspinion of paobable cost - - 3$44.04 -- _ -._._ 16 12 24 g ___. _--__ --..._f._-___. __ - -___- _ _-___.. _-_ _.____._-_ __ $3.8 i0.f 0 -_ v I Prepare alternative anal sis re rt ____ 7207 -- -- _ - -- -_-._ _ $77200.00 _$7,200 00 Y 2n s2 15 a 4 - ---- .__ ! (. rReSc tfrCe Ai e_y C'C}C4rdiP7c"1t3CJr#.. ..__-_ ___.. ------_-._. _..-_----- -_._. a,_._. 736£i _-_.--_-- - ___.. -- __ - -- - ;_ _ I -. � _.. -_.._ _ _ --"------- i------ --- --,� _ ----- -- "57,16(0,00a7,16C1.t70 —._. o - "Idcacarinate wf Environmental Consultant _.-- -__ -- .---{-.. I ---- .:. -- --.- ----- --_ _. _.__.___ _.......__ 8 - -... __.,. ......----_. ___- .___._. _.__- ____.__._.._ -� .__.... .._- ...__. _... 50.44 64.00 - -iii IAttend rneettn with USFWS -- - -__ t 4 sa o - - - - _ _...._ _...- -_. - 4 1444 U $1,440,00 _.. �.. -_ 1 Provide cotnnp7mh r sive CW-Q process for entire-o'ect 8 24 _- ---- - __ ! - --- 720 - ---i $720.0 H - _ .— ,? 941 T - -.._a. _ $720,00 -- ,6 -IC3eved prrft to hetitev reale#arned bi-week! - _ -_- -i- -- -_ ------ I - - -- __ o.44t: o -- - -- 2 1 16 2 — —_ __.____._._ $9,440.00 -`= establish Prao ect Desi n criteria, _ - - --1 -- --- _ - __ _ -- m- - 8544'_. _ _-__- -- - _ __-_ �t,5a7,t7f $8,540.00- Review O ,.# p g ...----..-._ -_-_---- ___,�._ ! ____. ;- .. .._._._ __._._._- --_,2065 j I Iz tE to V 3 iV4"£#!C 3YiC}4i'#f 3CCEl7t I A& yp _ r_.-..__-- , _ _ .___ _____ $2,065,00 - -- _- £- - _ 2 4 _ 920 - _ $2,065.00 _. _.- _- __ .__-.-�_.._ __S._-... 82,79 .i0 I " Verify:PipeSi __ - --. _ - -1 { L-_- -.. -_.--- --. __-------_.__ 2 1 4 __.___ _ __ _._ ____. -----_- i 71 ___ _,._._._, 32,791.001 9 240 935 _ tP valu to i e'll?1e rnaterla3 Ca $ILOi'18 ___ _._.-..._._ .....__.. __-1 _.____.- w� .�. -- -- -- _ _ .. - p — s 2 - ;— - — _-.__— --- - 4x ,25. 0 _ , _ ----, -. ----- P___ 1624 x971 1 f s Coordinate with LSRA star e rr€eeflr consultant LAS -_l_-- _.---- - --- __.-_ -- - _. .__ $5,791.ci0 4_. - ---_._ _ 2 , 4 -__ $ ,7lcxa 1 ! _ - ---.__ i_.- --....__- -� oordinate with other"-7i.€�'P9ii�,6,'r2flt4e "_._.._.__2 �-T-._._. .._._.-_I --- i --r -_-- ---._._..._. .__._._.... 9`207 � __ .1-....__ -_ __.� _..----- --- -- I" __ _._ 16 4 2 _._ - ---- - -4 - - X924.74' - $920aO F 470 I r - "# 4(`i'C?Cari 9r3afe with t.1 9#lt Co677 v"2111 . 1 _._.__- -....____._..._ ,_ ._._.__.....__, C -r 8 16 B - - 84,570,00 ar4,570aO 14; Provide scheinat'rc Ins :-, __� - - - _ _-_ __---L _u_- 2 466 - - --- - - _ a w and guide ecif+cations --- - �.- P $4,665.00} 84,665.003 _ Develop schematic level mound Orof€(es of 1Pi nraaent 1 ---- --- $o.4o- _ ---- - DO;C£7 - F-- -- b Pte � -- -- --- 4 10 16 16 -5065 ,_.�.._ are �chemafilc tan sheets acid crtfacai rofiles ftar selected ali nrrr a' - ---_- _-- ------_---- eCt 2 1b 4 -- - --- - - --- - --- 85,065.(10 $5,065,00 _ c Pre are aide 9 eci#ica$ions 9 __._.___..__._-,...-__.-_ 19890_- - _-.. 11.89C.0fP -_._- -_._._ r c3 'Pre art;art o In€on - --_ ___--____.-- :______ __ ___ . 4 -__-_!__ a __� 1705 __.__ _ -_ $1#,es4 2x7 L ._ __ __ ___-.... 1.705.00' - _ p _- as robable_con traction cast 1 2 4 --_.._-- -___-____ __-_._ _- _. e AfPendono f >r v - --- _ __ L . _ _ -- is25 _.._-- _- _-i_.- -_... _�__._._ 1.70 .011 - _ _ _ f _e iew a7" et9n W1th Lt:�F$r^s 4 _ _-. --- ;_ ---- -- - $1,625.(}0 $1 M5,00 r F evte the reI'srra#Zia dtdin anff ir3 't _ _..- j -.. ---- -! ... _ 1610 -, _.:. cQ Carafe LI+A ct7rraCrie9'?t 1 £3 8 ...I ..___-'-------- 1,6104.00: 8 9 6 -- -- 1 ! Provide preliminary geological ical assess ersf of preferred pipeline route, - 4,it65.0 i' $4,865.00 t � 1365 r -I`- i j - _Tre � includlh review of trracfrles methods 1 I 4 i 12 I � 4 � i t 2965 ! 1900 $4,886.00 "4,88 a.G 7 r r,r,t Orv 1>i= 1F-12 1'1)1° 03 CO CO OD CO 0 t 10 0 , 01414 CO 0 0 (0 V 0) t 01 01 01 01 01 0) 01 CL3 01 01 CD c).0000 Incorporate LCRA Comments & resubmit riciainiaH VH01 eouannpuoo CD 01 01 5 - Pc; 01 01 ro 01 0 0 c—r-tt 01 en pode u Libisao kieuiw 0 01 0) yoeoiddv 01 0 eLtuolui diusiaumoAi rioij JO i L1131d uoie buualainjoo 1000 GPAO)d i.UOLUSSOSSy 18 L 01 00 ,‹010)0100101) 00 0 0) C/) cD 0 0 0 cD 3 Wwei-loS 4P-10 0 Fi0r Dads opine pue sueld 5 0) 551 0 0 0 3 7 0 CO)) (0 03 V 00) 01 40 Coordinate with other public e 000 0) CD 01 0. 0 r- 01 C,r3 01 co 0) 01 01 (Ntrl w04) laPooj zijIn trtil rif [2. 01 01 0) CD 01 "a a) Al 0 01 0 :3 0) C)0 0) euaiuo ubisaa ipefoid C) rn 0 3 m 0 CD 0 00 0 01 CD Complete New Hope Road Schema Luaips peou adoH MON 01 0)0 CO 0 01 a0 01 C.0 0 001 01 m 01 01 111 01 0 a CD 01 01 0 010 0) a rat 0 tar 01 0 01 0 01 ()D 01 01 01 Cis) 1777,1: 1.77 r- 0 DJ r-7-1 5 co 10 00 01 0 (0 (0 C 01 0) 0) 0101 C (/) ar) Co 01 ND CD (I) 01 N.) 01 (0 CD 010 Go 0101 ct,t, 0 01 01 Cr, CY) (I) 01 0 cf) O 0 • Cy CD O) 01 01 (0 5 CO (47 01 01 (0 ctrr (3)07 r‘...) 01 0-, 8 01 NLAN GEODETICwS 19 June 2006 (revised) Reed Meriwether, P.E. Carter & Burgess, Inc. 2705 Bee Cave Road, Suite 300 Austin, TX 78746 RE: Preliminary Design Phase Project: LCRA — Preliminary Design Phase Services Mr. Owens: 1504 Chisholm Trail Road Suite 101 Round Rock, 7X 78681 512-238-1200 512-238-1251 fax Inland Civil Associates, L.L.C. (Inland) is pleased to submit our proposal for professional land surveying services related to the above referenced project. Our proposal is to property ownership information for the LCRA Water Line Project in the vicinity of Parmer Lane (FM 734) to Sam Bass Road (CR 175) in Cedar Park, TX. We understand the proposed alignment begins at Parmer Lane and extends to and along CR 175 for a short distance. This alignment is depicted on an aerial map delivered to our office on 15 June May 2006 from Reed Meriwether and is considered the basis for this proposal. Below is a specific list of our proposed Scope of Services and estimated costs. SCOPE OF SERVICES A. Right of Entry 1. Inland assumes the affected owners have been contacted requesting access for surveying operations, archeology, and environmental investigations and that right -of -entry has been secured. Inland reserves the option to tailor the survey operations with respect to right of entries granted geographically. Any special conditions to ROE must be forwarded to our office before survey operations begin. B. Preliminary Property Schematic and Property Ownership Segment 2C 1. Inland will perform sufficient appraisal district research of current property owners (per tax records) along the route of survey and prepare a modified tax map schematic exhibit as preliminary information gathering. This exhibit is not to be considered a boundary survey of the affected parcels Inland estimates this activity will require 2 weeks from NTP or July 14, 2006 (whichever comes first). 2. Deliverables will include a property ownership list and a plot file depicting the current tax office property maps for the affected areas. 3. Inland anticipates these activities will require 3 weeks from NTP. The ESTIMATED fee for the above services: $ 6,544.00 The estimated fee proposed above are based on personnel time required to perform the described Scope of Services. Additional time requirements resulting from project scope changes, plan revisions, field recovery of or discrepancies of control provided will be considered reasonable cause for us to seek additional compensation for services not included in these amounts. Sincerely, M. Stephen Truesdale Registered Professional Land Surveyor Licensed State Land Surveyor Inland Geodetics, LP 111111111111111 /NM�INIAl11M�11Y�NIIAIYINNI 1111111111111111111111111111111111111111111111111IMIIl iIoIIIiIIYINI1��INIIIIIIYAII1 �IIIAIoiioiiiiiiiiiooiioioiiioiiiioiiii 11111114111111111141111111PHIMPINN1 :ioiiiN INIY�1II�l :IIIIIIG1111 1NII�a1Y11�l iiiiuiiuii19IIIa I!IIIIIIIi IY11I81 I11IYI1I I11I11Iil 1111111111111111111 :iuuiii�I���1Ani�"��iY"m�i�$1111111111111111111111111111111111111111111111111111' 0 0 0 0 0 i 0 0 0 1 x 0 0 2,1D]!M:01:MIXT3fi:Wff:-i 0 CDCD • K R 1 S June 22, 2006 MrJohn ndner Principal Carter & Burgess 1705 Bee Ca[a, Austin, Texas 7K 6 E A and U3 Subject. ()oar lohn %# hi arethcr te 300 1!ek Re Anal\V2wSL Iyer «! e zd\Vat " a! 6a§on 3n! urrquaE ry Doi MmwScope o£Se&ea; 2 \1 p\e Budd1E+mae1rlda§mw Dail Phase \:&% ; $t have! itch »ornclI Corn9n < G and m vt„or Ittnem mmj! is project. SCOPE OF WORK — PRELIMINARY DESIGN PHASE CEDAR PARK — LEANDER — ROUND ROCK REGIONAL WATER PROJECT TREATED WATER TRANSMISSION LINE - SEGMENT 3 K FRIESE & ASSOCIATES, INC. SCOPE OF WORK TASKS FROM CARTER & BURGESS PROVIDED SCOPE OF WORK: PRELIMINARY DESIGN SERVICES 9 Review Hydraulic Model — Provide model input parameters specific to Segment 3 to LAN who will construct a hydraulic model and conduct surge analysis of the preferred alignment and review output results for Segment 3. The work for this task shall be consistent with the number of hours proposed in the Manpower/Budget Estimate. 10 Verify Pipe Sizes — Use the data from the treated water system model to verify the pipe sizes proposed in the HDR PER meet the design criteria established. 11 Provide recommendations regarding pipeline material options based on available pipe materials and local use and experience. Evaluate pipe pressure class requirements based on LAN model output. 17 Based on the design established by LAN prepare a preliminary site plan and mechanical layout for the Round Rock meter station and connection point. Page 1 of 1 1- 0 W O F— W' Z W W Q w O - LU Q Q 2 z �. W 0 Z W J W I— ZLU • 0U 9ciiO m2 aZ W Z d Q 0 1 Z Q H• IA Q Y W Q a. 0 W 0 (0 1-- 1 Cost 1 <- I. CO 64 L() co O 69"r.: •,- f, O) bs N V' CO 69 OI (O '41. 4 69 Expenses Cost O O 69 O v. 69 Total Labor Cost N. co CO OO) ( '> Ln ^ °) M 43 69w Total Laborl = O S co CO co 72-1 M `••• COCO i try Clerical Hours V v CO $ 80.03 CADD Technician 12 O 2 24 N $ 110.68 Project Engineer (0 O 2 , N 20 b N O co fR Project Manager Hours N N rY (0 N CO N V3 c0 a C a` Hours N N e} CO to N (0 I- ninary Design Services Review Hydraulic Model Verify Pipe Sizes Pipe Material and Pressure Class Meter Station Layout 0 4:1 Z Cl) o I,- GEOTECHNICAL ENGINEERING DRILLING & SAMPLING FOUNDATION DESIGN Carter & Burgess 2705 Bee Cave Road, Suite 300 Austin, Texas 78746 Attn: Mr. Reed Meriwether, P.E. ENGINEERING, INC. 23 June 2006 Re: Preliminary Geologic Assessment LCRA Treated Water Transmission Line — Segment 3 FM 1431 Cedar Park, Texas CONSTRUCTION INSPECTION LABORATORY TESTING MATERIALS TESTING Dear Reed, As per your request, we are providing a cost estimate for performing a Preliminary Geological Assessment of the preferred pipeline route at the above referenced project site. The assessment will include a review of existing geological maps, TxDOT data and previous geotechnical reports supplied by the LCRA in order to characterize area soil conditions and make recommendations for the location and spacing of future design related soil borings and testing parameters. Our written report will also include preliminary recommendations from a tunnel engineer, Mr. Kurt Sanders, P.E., with Lachel Felice & Associates, Inc., on the methods of construction and cost estimates for proposed tunneling and boring operations along the proposed alignment. Below is a cost estimate for the above work. COST ESTIMATE 1. Engineering time to review geological maps, TxDOT data and previous geotechnical reports — 4 Hrs. @ $100.00/Hr $ 400.00 2. Engineering report w/preliminary findings and recommendations $ 500.00 3. Engineering report by the tunnel engineer with preliminary recommendations on construction methods for tunneling and boring operations — 8 Hrs. @ $125.00/Hr$ 1,000.00 Total Cost Estimate $ 1,900.00 Soil borings are not requested at this time, therefore all recommendations will be strictly preliminary until actual soil conditions can be verified. We appreciate the opportunity to offer our services. If we can answer any questions concerning the above, please do not hesitate to call. Sincerely, Linda Holt, P.E. Principal Engineer 2220 Barton Skyway • Austin, Texas • 78704 • Ph. (512) 447-8166 • Fax (512) 447-0852 X 0 } Treated Water Trans Copy ol CO_LCRA RWSP_ReEn9 SEG3_ I aaaa=;[ § ossa § oil ;sass \7 7~\ ®j` asa'aa} g aaa; ! ass ,aaaa &; , . a}; , ■ 1 ;;sass[ § aa" } a}\ ;sass /§ I°7 a§a ; a =000=:.. , 0000 0 000 00000 00 000 000 , 0 \ \ k \. \ Bill Berhorst Junior Engineer/Scientist/PI sonar/IS Consultant Jose Guzman , ) -� ^ :‘'i' \/ , . { ; - 1 i t KLA I cU W A I GH 1 NANSMISSION LINE- SEGMENT z S ■ f | | R _,% \• ; ( \ / / I6. Provide a comprehensive QA/QC process for the entire project r. Provide arra maintain a protect schedule in MS Project format. Update bi-weekly and submit with each monthly invoice. . IZU. tGAUA system ueslgn & Intearation Approach' a Review of the proposed CDM I&C and SCADA standards. b. Provide recommendations for I&C and SCADA requirements for the Round Rock metering station. c. Participate in one (1) meeting with LCRA and stakeholders' operational personnel to review the various SCADA system requirements. d. Develop preliminary cost estimates for l&C and SCADA. e. Develop and submit preliminary I&C / SCADA plan. 1. Meet won the design team (initially), LCRA and stakeholders to review the I&C / SCADA Report and incorporate comments in to the Preliminary Design Report. ) 0 _ _ la. Provide an executive summary of the conclusions and recommendations` c. Recommended design requirements for the transmission main e. Provide preliminary SCADA requirements I. Prepare preliminary opinion of probable able cost for each of the preferred alignments. h. Prepare a draft Design Report including recommendations Hold (participate in) one (1) meeting with the LCRA and stakeholders to discuss review comments. �. Incorporate comments into final Design Report ) ! } { Copy ol CO_LCRA RWSP_ReEn9 SEG3_ June 29, 2006 Carter & Burgess, Inc. 2705 Bee Cave Road Suite 300 Austin, TX 78746 Baer Engineering Environmental Consulting, Inc. Sent via e-mail to John.LindnerPc-b.com and Reed.Meriwether(ac-b.com and U.S. Mail. Attention: Mr. John Lindner, P.E. Subject: Proposal for Environmental Site Development Permitting Cedar Park/Round Rock/Leander Regional Water System Project Treated Water Transmission Main from Parmer Lane to Sam Bass Road Baer Engineering Proposal No. 062025-5.015, Exhibit A Dear Mr. Lindner: Baer Engineering & Environmental Consulting, Inc. (Baer Engineering) is pleased to present this proposal for environmental services to Carter & Burgess, Inc. and the Lower Colorado River Authority (LCRA) for the Cedar Park/Round Rock/Leander Regional Water System Project — Treated Water Transmission Main from Parmer Lane to Sam Bass Road. It is our understanding that the LCRA and its Central Texas partners, Cedar Park, Leander, and Round Rock are combining resources to upgrade their regional water system. Carter & Burgess has been contracted to work on the subject treated water transmission pipeline portion of the project. Baer Engineering will assist with the environmental portion of the project. SCOPE OF SERVICES Baer Engineering proposes the following tasks for Phase 1 — Preliminary Design Report for the project: Task 1—Identify and Map Environmental Constraints. — information gathering, data collection, and constraints mapping, Task 2—Coordinate with Regulatory Agencies. Identify Permitting Requirements. — permitting assessment, decision matrix development The specific tasks are broken out below. TASK 1 PERSONNEL RATE HOURS TOTAL Identify and Map Environmental Constraints. Order and compile records for constraints in the project area. Project Scientist $80 4 $320 Perform initial site survey of selected areas. Project Scientist $80 40 $3,200 Assemble data for constraints map. Project Scientist $80 16 $1,280 Prepare constraints map. CADD $65 80 $5,200 Perform QA/QC of map. Principal Scientist $140 8 $1,120 Process documents. Support Staff $45 4 $180 Meet with Carter & Burgess / LCRA, et al. (4) Project Scientist $80 8 $640 Principal Scientist $140 8 $1,120 Purchase job supplies and records. At cost $6,700 TOTAL: $19,760 Baer Engineering and Environmental Consulting, Inc. 7756 Northcross Drive, Suite 211, Austin, Texas 78757 Phone: 512/453-3733 — Fax: 512/453-3316 — Toll Free: 800/926-9242 www.baereng.com Carter & Burgess, Inc.: 062025-5.015 LCRA Treated Water Pipeline June 29, 2006 Page 2 TASK 2 PERSONNEL RATE HOURS TOTAL Coordinate with Regulatory Agencies. Identity Permitting Requirements. Determine USFWS/TPWD requirements. Project Scientist $80 8 $640 Determine Edwards Aquifer requirements. Project Scientist $80 4 $320 Determine USACE NWP 12 requirements. Project Scientist $80 8 $640 Determine THC requirements. Project Scientist $80 8 $640 Prepare environmental report detailing permit requirements. Project Scientist $80 40 $3,200 Perform QA/QC of report. Principal Scientist $140 8 $1,120 Process documents. Support Staff $45 4 $180 Prepare initial decision matrix based on constraints map. Highlight 3 potential routes based on environmental data. Project Scientist $80 24 $1,920 Prepare drawing showing 3 potential routes. CADD $65 24 $1,560 Perform QC of map and matrix. Principal Scientist $140 4 $560 Process documents. Support Staff $45 4 $180 Meet with Carter & Burgess / LCRA, et al. (4) Project Scientist $80 8 $640 Principal Scientist $140 8 $1,120 Purchase job supplies. At cost $200 TOTAL: $12,920 TOTAL The total amount for job supplies and records for Task 1 includes the costs to reproduce maps, plates, figures, exhibits, etc. and to purchase commercially -available regulatory record databases. It also includes a minor amount for expendables consumed during the field exercise. The total amount is an estimate. These items will be billed at cost. $32,680 The total amount for job supplies for Task 2 includes the costs to reproduce maps, plates, figures, exhibits, etc. The total amount is an estimate. These items will be billed at cost. SCHEDULE AND FEE FOR SERVICES These tasks will begin immediately upon notice proceed, which is anticipated to be on or about June 26, 2006. Baer Engineering anticipates completing these tasks by October 23, 2006. AUTHORIZATION Baer Engineering will perform the above tasks in accordance with the terms and conditions of our contract with Carter & Burgess, Inc. If you are in agreement, please provide us with an original contract for our execution. Our services and confidential reports will be prepared on the behalf of and for the exclusive use of Carter & Burgess, Inc. and the LCRA. Baer Engineering appreciates the opportunity to provide support services to Carter & Burgess, Inc. and the LCRA. If you have any questions or comments in reference to the above proposal, please feel free to contact me at 512.453.3733. Sincerely, BAER ENGINEERING & ENVIRONMENTAL CONSULTING, INC. Therese M. Baer, P.E. President Attachment: 2006 Schedule of Fees Baer Engineering and Environmental Consulting, Inc. LCRA Raw Water Intake and Pipeline Scope of Work CEDAR PARK — ROUND ROCK — LCRA REGIONAL WATER SUPPLY PROJECT RAW WATER INTAKE AND TRANSMISSION LINE PROJECT TASK ORDER NO. 1 - SCOPE OF WORK June 30, 2006 BACKGROUND Cedar Park, Round Rock, Leander and LCRA have completed a draft Preliminary Engineering Report called Cedar Park — Round Rock — LCRA Regional Water Supply Project - Preliminary Engineering Report Draft No. 2, HDR Engineering, Inc., February 2006, for a Regional Water Supply Project to supply the future water supply needs of all of the Customers. The proposed regional system could ultimately provide 105.8 mgd of treated water capacity, with Cedar Park receiving 15 mgd, Round Rock receiving 40.8 mgd and Leander receiving 50.0 mgd. To meet the projected water demands of the Customers, Phase I of the proposed regional water supply system must be completed and in operation in the spring of 2009. The capacity for Phase I of the regional water treatment plant would be approximately 20 to 25 mgd. Additional phases of the plant will be constructed as needed depending on the peak water demands of the Customers. Phase I of the regional water supply project includes improvements to an existing raw water intake, new raw water transmission lines, a new water treatment plant, and a new treated water transmission line. Raw water intake improvements would include an upgrade to the existing barge at the Cedar Park water treatment plant. The floating intake structure will be utilized until a deep water intake can be built by the Customers as part of Phase II at a later date. The floating intake would convey water through a new raw water pipeline from the Cedar Park Plant to the new 105.8 mgd region water treatment plant located north of FM 1431 and west of Leander. A treated water transmission main is anticipated to be located within the existing and future sections of the New Hope Road right-of-way. The transmission main component has been separated into 4 segments and will deliver treated water to Cedar Park, Round Rock and Leander. To meet the projected water demands of the Customers, Phase I of the proposed regional water supply system must be completed and in operation in the spring of 2009. Engineering services anticipated for the expansion project are described in the Scope of Work below. SCOPE OF WORK The objective of this project is to provide a preliminary design report for modification to the existing Twin Creeks floating intake and raw water pipeline. The raw water pipeline will be constructed from the Cedar Park Water Treatment Plant to the proposed treatment plant site located northwest of the intersection of FM 1431 and Lime Creek Road. The pipeline must be sized to facilitate an ultimate flow of approximately 155 mgd of raw water. All recommendations and designs, implemented under this scope are to be evaluated in light of current information and regulatory requirements as well as regulations, both final and interim, which may be promulgated during the contract period. Page 1 LCRA Raw Water Intake and Pipeline Scope of Work This could include regulations regarding Interim Disinfection By -Products and Interim Enhanced Surface Water Treatment Rules. I. TASK ORDER NO. I — PRELIMINARY DESIGN SERVICES A. PRELIMINARY DESIGN REPORT — FLOATING INTAKE AND PIPELINE SEGMENTS 1 - 4 — Twin Creeks Raw Water Floating Intake and Pipeline Segments 1 - 4. The engineer will evaluate the regional water supply project as developed in the HDR Preliminary Engineering Report and recommend an implementation plan for final design and construction of the raw water intake, transmission main and future deep water intake. The services to be provided include: 1. Attend bi-weekly meetings with the LCRA and/or stakeholders through October 2006. It is the intent of these meetings to (1) facilitate the progress of the preparation of any required permits through the exchange of information, (2) keep team members apprised of the project status, and (3) gather/disseminate information. Minutes of these meetings will be prepared and submitted to each of the participants for their review and comment within 10 days of each meeting. 2. Environmental Constraints and Permitting: It is assumed that the managers of the Balcones Canyonlands Conservation Program (BCCP) permitted area and other regulatory agencies, such as the City of Austin Watershed Protection and Development Review Department (WPDRD), Texas Historical Commission (THC), Texas Parks and Wildlife Department (TPWD), US Army Corps of Engineers(USACE) , and US Fish and Wildlife Service (USFWS), will consider the raw water intake, transmission main and future deep water intake as one project; therefore, the permitting should be a combined effort. The initial step will include information gathering, data collection, pedestrian surveys, and informal regulatory coordination to identify and map environmental constraints for the study area, to facilitate the selection of the preferred route, and to identify the specific permitting requirements for the preferred route. This review will examine the general area of the project and not each individual route. An environmental constraints map and ancillary report will be created for the raw water intake, raw water transmission main and future deep water intake by completing the following tasks: a. Gather information and collect data from appropriate agencies and regulatory databases to prepare an environmental constraints map and report for the project area that encompasses the proposed intake sites and pipeline routes including Segments 1 - 5. Information and data will include such items as aerial photographs, topographic maps (current and historical), soil maps, wetland maps, and regulatory databases (federal, state, and local). b. Perform a non -intrusive site reconnaissance of the project area to assess the potential for impacts to 1) Waters of the U.S., including special aquatic sites and wetlands; 2) habitat for rare, threatened and endangered species; 3) cultural resources; and 4) other critical or sensitive environmental features such as springs, bluffs, rimrock, sinkholes, and other karst features. c. Refine the environmental constraints map and ancillary report based upon any additional findings during the site reconnaissance. d. Identify conditions that may trigger the need for individual permits from USACE and USFWS. Assist in identifying alternatives to mitigate the Page 2 LCRA Raw Water Intake and Pipeline Scope of Work requirement for individual permits. Identify applicable USACE nationwide permits. Identify applicable BCCP and/or USFWS permit requirements. e. Coordinate with appropriate regulatory agencies to verify assumptions and permitting requirements for each agency's respective jurisdiction. f. Conduct up to eight (8) project review and comment meetings with the LCRA and other identified agencies. g. Prepare conclusions in similar format so they can be added to the Raw Water and Deep Water Intake Preliminary Design Reports. 3. Raw Water Pipeline Route Study: Perform a route study for raw water transmission main segments 1 — 4 to review alternative pipeline routes including the following: a. Conduct one (1) meeting with LCRA and stakeholders to discuss changes that may have occurred since the PER was published. b. Develop preliminary alignment map from existing aerial photography to identify possible pipeline routes. c. Conduct four (4) meetings with various regulatory agencies and asses how modifications to the route may impact the project schedule, constructability and cost. d. Perform necessary engineering services to investigate, review, analyze, evaluate and make recommendations regarding alignment and construction alternatives for the new pipeline from intake point to the new treatment plant site. Up to three (3) alternatives will be reviewed including the existing pipeline route as identified in the PER. i. Identify and make preliminary recommendations on the methods of construction for proposed tunneling and boring operations along the proposed alignment. ii. Provide a recommendation of the proposed horizontal and vertical pipeline alignment based on a matrix evaluation of both economic and non -economic criteria. iii. Provide an opinion of probable cost for each alternative including probable land costs. Land values are to be furnished by the LCRA ROW staff. iv. Evaluate easement requirements for construction, maintenance and access. e. If any recommendation requires new and/or additional easements, identify all parcels of land to be acquired by the LCRA for the recommended pipeline(s) alignment(s). f. Prepare route maps using existing USGS maps, GIS data and aerial photographs. g. Prepare a draft Route Study Report including recommendations and furnish fifteen (15) copies to the LCRA for review and comment. h. Hold three (3) meetings with the LCRA and stakeholders to review the alignment alternatives and develop a consensus on the best alternative. i. Prepare twenty five (25) copies of the final report presenting the preferred route alternative. This will become the basis for the project design. 4. Provide a comprehensive QA/QC process for Task Order I. QC reviews will be conducted prior to submitting plans for review. Page 3 LCRA Raw Water Intake and Pipeline Scope of Work 5. Project Schedule: - Provide and maintain a project schedule in MS Project format. Update bi-weekly and submit with each monthly invoice. 6. Establish Design Criteria — Coordinate with LCRA, stakeholders, and the water treatment plant design team to determine the anticipated range of flows, hydraulic grade line requirements at the treatment plant, and acceptable flow velocities and pipe pressures. The design criteria will be summarized in a technical memorandum and submitted to LCRA. 7. Verify Hydraulic Model — Verify the existing HDR hydraulic model of the preferred raw water alternative alignment using WaterGEMS software. Include any modifications that differ from the original PER. The model will include both the Phase I (Twin Creek) and Phase II (Volente) raw water systems. Available mapping and topography along the proposed pipeline route will be used as background to develop the model alignment and key nodal elevations. Prepare a hydraulic model for the system demand data and design flow rates developed previously and furnished by the LCRA. Update the preliminary steady-state hydraulic calculations for the raw water delivery system to determine the system curve and make preliminary selections for the raw water pumps for the floating intake. 8. Verify Pipe Sizes and Develop System Head Curves — Use the raw water system model to verify the pipe sizes proposed in the PER meet the design criteria and develop the limiting system head curves for the floating barge raw water intake pumps throughout the range of flows and lake water surface elevations. This task will include three conditions: a. Condition 1 — The Twin Creek intake supplying all raw water to the first phase of the Regional Water Treatment Plant at maximum, normal pool, and minimum lake water surface elevations. b. Condition 2 — The Volente intake supplying all raw water to the final phase of the Regional Water Treatment Plant, all raw water to the Cedar Park Water Treatment Plant, and all raw water to the LCRA Sandy Creek Water Treatment Plant at maximum, normal pool, and minimum lake water surface elevations. c. Condition 3 — The Volente intake working in conjunction with the Cedar Park and Sandy Creek intakes (at maximum and normal pool surface elevations) supplying raw water to the final phase of the Regional Water Treatment Plant. 9. Perform necessary engineering services to investigate, review, analyze, evaluate and make recommendations regarding pipeline material options. Evaluate pipe pressure class requirements. 10. Perform necessary engineering services to investigate, review, analyze, evaluate and make recommendations regarding the "point of delivery" of the raw water to the proposed water plant. 11. Coordination with other public entities: Contact each agency to obtain current information on existing and proposed facilities that may be affected by the proposed alignments. Coordinate the proposed alignments with the appropriate public entities, including TxDOT, and regulatory agencies. Page 4 LCRA Raw Water Intake and Pipeline Scope of Work 12. Coordination with Utility Companies: Contact each utility company to obtain current information on existing and proposed facilities that may be affected by the proposed alignments. Coordinate the proposed alignments with the appropriate private utility companies and private entities. 13. Coordinate the electric power requirements for the upgrades to the Twin Creeks intake with Pedernales Electric Cooperative in an effort to determine PEC's requirements and potential schedule for upgrading their infrastructure to serve the project. 14. Raw Water Pipeline: Provide preliminary plans and guide specifications for the raw water pipeline design alternative selected by LCRA. a. Develop schematic plan views of alignment. b. Prepare preliminary plan sheets (scale 1" =100') and critical profiles for selected alignment. Use City of Cedar Park GIS contour information and centerline of pipeline survey data. c. Prepare preliminary guide specifications. d. Prepare an opinion of probable construction cost. Revise the opinion of probable construction cost following reviews by LCRA. e. Conduct one (1) review meeting with the LCRA. f. Revise the preliminary drawings following reviews by LCRA. 15. Floating Intake Modifications: Develop a conceptual plan for modification and expansion of the existing Twin Creeks intake barge located adjacent to the City of Cedar Park's water treatment plant. Tasks to be performed include the following: a. Review the intake barge manufacturer's original shop drawing submittals (and CAD files, if they can be obtained) and verify the design concept for expansion of the intake barge to support up to eight raw water pumps. Update the flotation calculations to verify the design concepts presented in the HDR Preliminary Engineering Report. b. Conduct a geotechnical investigation, including one (1) rock boring and laboratory analyses. Core samples will be reviewed by tunneling experts in order to provide recommendations for shaft and tunnel designs, dewatering, pipeline construction, trenching, and trench safety. c. Investigate the feasibility of installing the raw water pipeline(s) to the base of the submerged cliff by directional drilling and by underwater installation of an exposed, submerged pipe or pipes connecting to the hoses from the barge. Develop concepts for both approaches and recommend a preferred approach based on consideration of constructability, future maintenance, and cost. d. Develop concepts and make recommendations for future delivery of raw water from the deep water intake to the existing Cedar Park and LCRA Sandy Creek water treatment plants. This involves planning for the future interconnection to the raw water systems of the two plants. Review and develop two concepts for reducing the pressure of raw water to be delivered to the two plants: to install a pressure reducing valve with anti -cavitation trim or a turbine to recover the energy. Recommend a preferred concept for reducing the pressure. e. Address potential security issues by performing a preliminary vulnerability assessment of the proposed intake site and related facilities. Page 5 LCRA Raw Water Intake and Pipeline Scope of Work f. Coordinate with electrical subconsultant to develop a recommended layout for an electrical building to serve the floating intake. The building is anticipated to be located within Cedar Park's plant site or on LCRA's adjacent site that powers the Sandy Creek intake. Coordinate with both entities to evaluate the feasibility of the locations and recommend one site. g. Prepare preliminary structural design for floating intake, supports, electrical building, miscellaneous structures and vaults. h. Architect to develop schematic layout for barge and electrical building. Develop preliminary HVAC requirements and fire suppression. Coordinate activities with structural, electrical, HVAC, and civil designers. i. Prepare preliminary drawings for the recommended concepts. Drawings will include: i. A site plan. ii. A plan of the modified barge structure. iii. A profile view of the raw water pipeline(s) from the Cedar Park water treatment plant to the floating intake barge. iv. A plan of the electrical building. j. Submit preliminary plans for review and revise the drawings following reviews by LCRA. k. Prepare an opinion of probable construction cost for the recommended barge expansion concept. Revise the opinion of probable construction cost following reviews by LCRA. 16. Geotechnical Assessment: Provide a Preliminary Geologic Assessment of the preferred pipeline route. This is a "desktop" survey based on existing Soil Conservation Service maps, TxDOT data and previous geotechnical reports supplied by the LCRA. The report will characterize area soil conditions and make recommendations for the location and spacing of future design related soil borings and testing parameters. 17. Preliminary Surveying and Mapping: All land surveying services, including aerial mapping, will be performed in accordance with standards and specifications for Surveying and Mapping as outlined in SM1-SM6, pages 1-16 and attachments A,B,C, dated 10/26/04 obtained from LCRA Surveying and Mapping department staff, unless otherwise directed. The Surveyor will assure compliance and adherence to all state standards and regulations set forth by the Texas Board of Professional Land Surveyors for the type work performed. The surveyor will provide the required property surveying, design surveying, and easement/right- of-way documentation for the proposed alignments including the following services: a. Using Travis and Williamson County Appraisal District records gathering property ownership, deed, plat, road right-of-way and utility information and prepare parcel map for the preferred raw water intake site, raw water transmission main and future deep water intake site(s). b. Establish horizontal and vertical control monumentation by GPS and conventional methods in accordance with SM4. (25 monuments) 18. SCADA Coordination and Preliminary Design: Based on the Systems Integration Design Guide (SIDG) to be developed by CDM for the water treatment plant develop the preliminary SCADA requirements to interface the raw water pump station with the new regional SCADA system. Page 6 LCRA Raw Water Intake and Pipeline Scope of Work a. Review of the proposed CDM I&C and SCADA standards. b. Provide recommendations for I&C and SCADA requirements for the raw water pump controls. c. Participate in one (1) meetings with LCRA and stakeholders' operational personnel to review the various SCADA system requirements. d. Develop preliminary cost estimates for I&C and SCADA. e. Develop and submit preliminary I&C / SCADA plan. f. Meet with the design team (initially), LCRA and stakeholders to review the I&C / SCADA Report and incorporate comments in to the Preliminary Design Report. 19. Preliminary Design Report: Prepare a Preliminary Design Report summarizing the results and recommendations. At a minimum the report should address: a. Provide an executive summary of the conclusions and recommendations. b. Organize and include the information developed in the previous sections. c. Recommended design requirements for the raw water barge and transmission main d. Identify all environmental constraints and permitting requirements. e. Provide preliminary SCADA requirements f. Prepare preliminary opinion of probable cost for each of the preferred alignments. g. Prepare a schedule for final design and construction. The design process and construction phasing is to meet the 2009 water demands for the Customers. h. Prepare a draft Design Report including recommendations and furnish fifteen (15) copies to the LCRA for review and distribution. i. Hold two (2) meetings with the LCRA and stakeholders to discuss review comments. j. Incorporate comments into final Design Report and prepare twenty five (25) copies of the final Preliminary Design Report. This will become the basis for the project design. B. PRELIMINARY DESIGN REPORT — DEEP WATER INTAKE AND PIPELINE SEGMENT 5. Perform necessary engineering services to investigate, review, analyze, evaluate and make recommendations for the location of a deep water intake to be located in the Volente area of Lake Travis. Review the recommendations presented in the Preliminary Engineering Report, prepared by HDR Engineering (January 2006 / Draft No.2), 1. Provide a general environmental assessment and analysis for the pipeline alternative alignments for raw water pipeline Segment 5. Coordinate efforts to identify all local, state, and federal permits and approvals required. This effort will be performed in combination with the permitting of the floating barge intake and raw water transmission main Segments 1 — 4 and is more fully defined in Section A.1. 2. Intake Site and Route Study: Perform a route study to review alternative pipeline routes and construction methods and review possible deep water intake sites including the following: a. Conduct three (3) meetings with LCRA and stakeholders to discuss changes that may have occurred since the PER was published. Page 7 LCRA Raw Water Intake and Pipeline Scope of Work b. Develop preliminary alignment map from existing aerial photography to identify possible pipeline routes and intake sites. c. Conduct four (4) meetings with various regulatory agencies and assess how modifications to the route and intake site may impact the project schedule, constructability and cost. d. Perform necessary engineering services to investigate, review, analyze, evaluate and make recommendations regarding alignment and construction alternatives for Segment 5 and the intake site. Up to four (4) alignment alternatives and three (3) intake alternatives will be reviewed including the existing pipeline route and intake site identified in the PER (including coordination with proposed City of Austin deep water intake). e. If any recommendation requires new and/or additional easements, identify all parcels of land to be acquired by the LCRA for the recommended pipeline(s) alignment(s). f. Prepare route maps using existing USGS maps, GIS data and aerial photographs. g. For the routes studied; i. Identify and make preliminary recommendations of the extent, locations, and methods of construction for proposed tunneling and boring operations at river, creek, paved roads, highways, habitat, and other areas along the proposed alignment that require boring or tunneling. ii. Provide a recommendation of the proposed horizontal and vertical pipeline alignment based on a matrix evaluation of both economic and non -economic criteria. iii. Provide an opinion of probable cost for each alternative including probable land costs. Land values are to be furnished by the LCRA ROW staff. iv. Evaluate easement requirements for construction, maintenance and access. h. Prepare a draft Route Study Report including recommendations and furnish fifteen (15) copies to the LCRA for review and comment. i. Hold three (3) meetings with the LCRA and stakeholders to review the alignment alternatives and develop a consensus on the best alternative. j. Prepare twenty five (25) copies of the final report presenting the preferred route alternative. This will become the basis for the project design. 3. Deep Water Intake Preliminary Design: Prepare preliminary engineering for the proposed deep water intake. a. Conduct three (3) meetings with LCRA and stakeholders to discuss changes that may have occurred since previous study and project requirements. b. Conduct four (4) meetings with various regulatory agencies and assess how modifications to the proposed site and route may impact the project schedule and constructability. c. Develop up to three (3) alternative layouts for the station and verify site requirements and constructability. d. Develop system head curves for pumping from the deep water intake site to the Cedar Park WTP, Sandy Creek WTP, and new WTP sites. e. Examine the unique design challenges posed by vertical turbine pumps with long lineshafts. Consult with pump manufacturers in an effort to identify manufacturers of suitable pumps and special design features that may be recommended. Evaluate pumping unit alternatives for deep set vertical Page 8 LCRA Raw Water Intake and Pipeline Scope of Work turbine pumps including variable speed drives. f. Develop two alternate concepts for the deep water intake. The first will be the concept presented in the PER with a pump station located adjacent to Lake Travis at Booth Circle. The second will include a gate shaft at this location with a pump station at another location to be determined following discussion with LCRA. A tunnel would connect the gate shaft to the pump station. Recommend one option based on consideration of constructability, future maintenance, cost, and, in consultation with the environmental consultant, environmental concerns. g. Determine the electric power requirements of the proposed deep water intake Pedernales Electric Cooperative in an effort to determine Pedernales Electric Cooperative's requirements and potential schedule for upgrading their infrastructure to serve the project. h. Coordinate with electrical subconsultant to develop a conceptual layout for the electrical equipment to serve the raw water pump station. i. Prepare structural design for deepwater intake shaft(s), tunnels, pump building, and miscellaneous structures and vaults. j. Architect to develop schematic layout for pump station building. Develop preliminary HVAC requirements and fire suppression. Coordinate activities with structural, electrical, HVAC, and civil designers. k. Prepare an analysis of the alternatives based on capital and operating costs, ease of operation and maintenance, and other factors appropriate to the analysis. I. Preliminary plan views of the alternatives, and two sections per alternative. m. Conduct a geotechnical investigation, including three (3) deep rock borings and laboratory analyses. Core samples will be reviewed by tunneling experts in order to provide recommendations for shaft and tunnel designs, dewatering, pipeline construction, trenching, and trench safety. n. Address potential security issues by performing a preliminary vulnerability assessment of the proposed intake. o. Coordinate preliminary SCADA requirements for proposed deep water intake. i. Address instrumentation and monitoring requirements. ii. Address communications options including fiber optics, radio, etc. iii. Provide cost estimates. p. Evaluate intake structure construction alternatives. q. Prepare preliminary drawings for the recommended concepts. Drawings will include: i. Site plan(s). ii. Plan and cross-section views of the proposed pump station and, if recommended, gate shaft structure. iii. Revise the preliminary drawings following reviews by LCRA. r. Prepare an opinion of probable construction cost for the recommended concept. Revise the opinion of probable construction cost following reviews by LCRA. 4. Raw Water Pipeline Segment 5 - Preliminary Design: Prepare preliminary engineering for the proposed raw water pipeline. a. Conduct three (3) meetings with LCRA and stakeholders to discuss changes that may have occurred since previous study and project requirements. b. Conduct four (4) meetings with various regulatory agencies and assess how modifications to the proposed may impact the project schedule and Page 9 LCRA Raw Water Intake and Pipeline Scope of Work constructability. c. Coordination with other public entities: Contact each agency to obtain current information on existing and proposed facilities that may be affected by the proposed alignments. Coordinate the proposed alignments with the appropriate public entities and regulatory agencies. d. Coordination with Utility Companies and Private Entities: Contact each utility company and private entity to obtain current information on existing and proposed facilities that may be affected by the proposed alignments. Coordinate the proposed alignments with the appropriate private utility companies and private entities. e. Utilize information gathered for the Route Study to develop preliminary plan views of preferred pipeline alignment. f. Prepare a hydraulic model for the preferred alignment using system demand data and design flow rates furnished by Owner. Update the preliminary steady -sate hydraulic calculations for the raw water delivery system to determine the system curve and make preliminary selections for the raw water pumps for the floating and deep water intakes. g. Perform necessary engineering services to investigate, review, analyze, evaluate and make recommendations regarding the connection point to the other proposed Raw Water pipeline segments. h. Evaluate options and make recommendations regarding pipeline size, material options and pressure class. i. Recommendation of the construction techniques to be used for the pipeline. j. Identify and make preliminary recommendations on the methods of construction for proposed tunneling and boring operations along the proposed alignment. k. Evaluation of proposed public and private utility crossings, and recommendation of required utility relocations, repairs, and replacements I. Acquire proper permits and/or Right of Entry and permission to operate equipment within public and private property along the proposed alignments. m. Raw Water Pipeline - Segment 5: Provide preliminary plans and guide specifications for the raw water pipeline design alternative selected by LCRA. i. Develop schematic level ground profiles of alignment. ii. Develop hydraulic profiles for alignment. iii. Prepare preliminary plan and profile sheets for alignment. iv. Prepare Preliminary cost estimate. 5. Preliminary Design Report: Prepare a Preliminary Design Report summarizing the results and recommendations. At a minimum the report should address: a. Provide an executive summary of the conclusions and recommendations. b. Organize and include the information developed in the previous sections. c. Recommended design requirements for the raw water barge and transmission main d. Identify all environmental constraints and permitting requirements. e. Provide preliminary SCADA requirements f. Prepare preliminary opinion of probable cost for each of the preferred alignments. g. Prepare a schedule for final design and construction. The final design and construction schedule is yet to be determined. h. Prepare a draft Design Report including recommendations and furnish fifteen (15) copies to the LCRA for review and distribution. Page 10 LCRA Raw Water Intake and Pipeline Scope of Work i. Hold two (2) meetings with the LCRA and stakeholders to discuss review comments. j. Incorporate comments into final Design Report and prepare twenty five (25) copies of the final Preliminary Design Report. This will become the basis for the project design. C. PROJECT CADD STANDARDS Due to the magnitude and complexity of the Regional Water Supply Project, and the fact that the intake, treatment plant and transmission mains are to be designed by multiple engineering firms managing multiple construction contracts, it is imperative that guidelines and standards be established for computer aided design and drafting (CADD). Having one engineering firm coordinate and manage this effort will ensure uniformity, avoid any unnecessary gaps that might lead to costly change orders, create plans with the same "look and feel", and provide the LCRA with consistent documents to manage in the field. This effort should include the following: 1. Incorporate the LCRA Engineering Design and Drafting Standards for Vendors, Contractors and CAD Users to provide engineering firms with specific LCRA Engineering Drawing Standards & Procedures for creating or revising Engineering drawings. These guidelines are to be used when creating all drawings on a computer-based format. All drawings will be produced in AutoCAD format in the release as directed by the LCRA. 2. Facilitate a partnering meeting to establish a uniform set of CADD standards for the entire project. 3. Review existing CADD standards all ready in use by the LCRA and stakeholders. 4. Propose modifications and additional CADD standards as required to meet the diverse nature of this project. 5. It is anticipated that a committee consisting of the LCRA, stakeholders and other prime firms would meet three (3) times in order to initiate the tasks, review proposals, and select final standards. 6. Participate in committees lead by other consultants on general technical specification requirements and material selections. This will included a maximum of four (4) separate meetings. 7. Coordinate development of technical specifications and material selections. D. Project Communications Plan: While the LCRA will lead the Public Involvement and Public Relations effort for the project, our services are intended to augment their in- house resources. 1. Provide support to LCRA staff for Public Involvement and Communications for the Pipeline project, including: a. Develop and maintain for LCRA's benefit, a list of key project stakeholders, including elected officials, neighborhood associations, environmental groups, major landowners, businesses, and others in impacted areas with primary contact(s) addresses, and telephone fax/fax/email numbers. b. In cooperation with LCRA, produce a written document to guide stakeholder outreach. The plan will specify stakeholder involvement goals, project issues, involvement tactics, responsibilities, and timelines. c. Facilitate, attend, and/or assist LCRA with public information and neighborhood meetings (up to 2) and briefings. Assist LCRA with questions from concerned citizens, meeting follow-up, and presentation materials as requested. Page 11 LCRA Raw Water Intake and Pipeline Scope of Work E. PROJECT ASSUMPTIONS — The following assumptions and general understanding pertain to the provisions above and form the basis for this proposal: 1. This scope does not include effort for a Section 404 (Clean Water Act) Individual Permit application or threatened and endangered species investigations. In the event this effort is warranted, we will request this as Additional Services. 2. This scope does not include archeological test excavations to determine the significance of any sites found to be located within the project's area of potential affect and does not include any data recovery or mitigation if archeological sites determined to be significant are found. In the event this effort is warranted, we will request this as Additional Services. 3. The LCRA will provide all necessary right of entry. 4. Standard technical specifications for pipe, valves, etc. will be based on those already developed by LAN for Segments 2A and 2B. 5. SCADA will be based on standards developed by LCRA's Engineer for the water treatment plant. 6. LCRA's public relations staff will provide the majority of the effort required for the public relations/public input plan for this project. 7. LORA will provide hard copy and electronic copies of previous studies, reports, surveys, easements, plans, and other related information that is pertinent to this project. Page 12 , _ ._____.,... . „_ Preliminary Survey & Mapping Gather property ownership information 1 4 24 Establish horizontal and vertical control SCADA System Scematic/Conceptual Design 1 8 8 'Review proposed CDM I&C and SCADA standards Provide recommendations ro l Electrical building plan Prepare preliminary drawings including LCRA review Prepare an opinion of probable construction cost Provide preliminary geological assessment of preferred pipeline route Site plan — Modified barge structure plan P f'le view of the raw water pipeline(s) Investigate the feasibility of installing the raw water pipellne(s) Develop concepts and make recommendations for future delivery of raw (water to Cedar Park and LCRA Sandy Creek WTP's _ (Preliminary vulnerability assessment - Coordinate with electrical subconsultants to develop a recommended layout Prepare preliminary structural design for floating intake, supports, electrical building, miscellaneous structures and vaults. Architect to develop schematic barge and electrical building layout Prepare preliminary drawings Evaluate "point of delivery" of the raw water 10 the p,uNvd ao ...ersant F.,,,,, - Coordinate with other public entities 6 12 16 Coordinate with Utility Companies 1 8 - 16 'Coordinate with PEC 1 4 8 Raw Water Pipeline - Provide schematic plans and guide specifications (Develop schematic level ground profiles of alignment 1 4 8 1 Prepare schematic plan sheets and critical profiles for selected alignment 2 12 24 Prepare guide specifications - _ 2 2 e Prepare an opinion of probable construction cost 2 4 Conduct one (1) review meeting with LCRA 2 4 4 Revise the preliminary drawings and incorporate LCRA comments - 2 s Floating Intake Modifications 16 32 40 Review the intake barge manufacturer's original shop drawing submittals Geotechnical investigation and construction recommendations Prepare draft Route Study Report, up to fifteen (15) copses Hold three (3) meetings with LCRA and stakeholders Prepare twenty-five (25) copies of final report Provide comprehensive QA/QC process for Task Order 1 Provide and maintain project schedule Establish Project Design Criteria - Verify existing hydraulic model Verify Pipe Sizes and Develop System head Curves for 3 scenarios Evaluate pipeline material options Provide opinion of probable cost Evaluate easement requirements Identify all parcels of land to be acquired by the LCRA Prepare route maps using USGS, GIS and aerial photographs - lefine the environmental constraints map and ancillary report. lentify permitting requirements and conditions. ;oordinate with appropriate regulatory agencies. ;onduct up to eight (8) project review and comment meetings. 'repave conclusions for Preliminary Design Report. law water pipeline route study )onduct one (1) meeting with LCRA and stakeholders 4 6 8 )evelop preliminary alignment map 4 6 16 ;onduct four (4) meetings with various regulatory agencies 12 12 12 nvestigate, review, analyze, and evaluate alignment alternatives lake preliminary construction recommendations 2 16 20 ecommendation of proposed pipeline alignment - 4 12 24 9 8 16 -4 ttend bi-weekly meetings with LCRA & Stakeholders thru October 2006 nvironmental Constraints and Permitting: lather information and collect data from appropriate agencies. 'erform a non -intrusive site reconnaissance of the project area. ROCK – LCRA REGIONAL WATER SUPPLY PROJECT ripeline - Task Order No. 1 - Preliminary Design Services -4 — irgess a ia= la " ',, 1.. itiv I IF I . I 1 i I 1 ili 11 7„ ' 'ImiliTili C&B Total C&B Survey Total C&B Basic Sial Inland HDR K Friese AdvaMka CH2M Hill .,;. . 7190 5945 2705 1 0 toto------ 0 000001 1 Iv mmittio-1 I 1II1111H11II1I1Miiii11iiiiI!Miiii1Iiiiii i pi 1 III% 1 % II I k 1 1 1 1 i g P 111111. imi 1 ill m 1 Corrpro Fugro 1 1 i il 1 1 1 1 ill 1 1 m 1 El . II , 1 gi 1 if I NE;C $1,920.00 $920.00 $7,190.00 $5,945.00 $2,705.00 $0.00 $2,385.00 $12,970.00 $2,690.00 $1,240.00 $1,890.00 $4,600.00 $19,404.00 $4,180.00 $13,398.00 $6,826.00 $5,752.00 II $20,352.00 Total Basic Services Total Special Services $0.00 $2,385.00 $12,970.00 $2,690.00 $1,240.00 $1,890.00 $4,600.00 .1 o,wv.w $7,305.00 $1,200.00 $19,404.00 $4,180.00 $13,398.00 $6,826.00 $5,752.00 $1,920.00 $920.00 $7,190.00 $5,945.00 $2,705.00 m C N O -( A W N - 0 -D W aO —m ao CT 0) —. _.� t� ti.N d O Q01 i—.-. X10 —N an Q N -..N 3 — F — -- s -.m ao Cr 11) .0 '0 o = 3 — -.-. go D _ 'Hold one (1) review meetings wdh the LCRA and sta e o ers Finalize and provide twenty-five (25) copies final Report to LCRA Preliminary Design Report - Deep Water Intake and Pipeline Provide executive summary Organize and include information from previous scope items n line Prepare Preliminary Design Report summarizing results and recommendations. Develop and submit IRC/SCADA Report Meet with the Design team.Owner and stakeholders Participate in one (1) meetings Develop cost estimate Project Senior project 1 Manager 1 Project Engineer (Address potential security issues WTP En ineer Develop system head curves Preliminary design of vertical turbine pumps [Develop two (2) alternative concepts for the deep water intake (Determine the electric power requirements _ 'Coordinate with electrical subconsultant Prepare structural design Architect to develop schematic layout Prepare an analysis of the alternatives Preliminary plan views of the alternatives Conduct a geotechnical investigation Conduct three (3) meetings witn LCRA and stakeho ers Conduct four (4) meetings with various regulatory agencies Develop up to three (3) alternative layouts Donduct four (4) meetings witn various regulatory nycn�ieo erform necessary engineering services regarding alignment alternatives Segment 5 and the intake site RA iegment 5 'rovide a general environmental assessment and analysis for the pipeline tltemative alignments for Segment 5 ntake Site and Route Study -- Donduct three (3) meetings with LCRA and stakeholders Develop preliminary alignment map Evaluation of proposed public and private utility crossings Acquire proper permits and/or Right of Entry Raw Water Pipeline Segment 5 preliminary plans and guide specifications Recommendation of construction techniques Identify and make preliminary recommendations on tunneling and boring the other proposed Haw Water pipeline segmen s [Evaluate options and make recommendations regarding pipeline size: — 'material options and pressure class Prepare a hydraulic model Perform necessary engineering services regarding the connection point to t Coordination with Utility Companies and Private en i ies Utilize information gathered for the Route Study Conduct tour (4) meetings wdh various regu a ory ag Coordination with other public entities ft Raw Water Pipeline Segment 5 - Preliminary Design Conduct three (3) meetings with LCRA and stakeholders I t encies Prepare preliminary arawings ror me WI:01111i Qiiuou ,..GF•.� Site plan(s) Plan and cross-section views Revise the preliminary drawings Prepare an opinion of probable construction cost Doordinate preliminary SCADA requirements with 4ddress type of SCADA system specifications 4ddress communications options rovide cost estimates old three (3) meetings witn the LCRA and stakehol ers repare twenty-five (25) copies of the final report eep Water Intake - Preliminary Design Id •ovide a recommendation of the proposed pipeline a ignmen 'ovide an opinion of probable cost ialuate easement requirements repare a draft Route Study Report, up to fifteen (15) copies d sntify all parcels of land to be acquired uy the LC _ epare route maps -- r the routes studied; entity and make preliminary recommendations _ I' t :pare a schedule tor final design and construction ;pare and deliver fifteen (15) copies of draft Report to LCRA khld ;ommended design requirements for treated water transmissio ntify all environmental constraints and permitting requirements wide preliminary SCADA requirements pare preliminary opinion of probable cost n 9 O O 0 O A i n O N O A W p O O 01 O N O m q O N $67,760.00 1 $202,345.00 N o 0££17 08961 oc66 0 $11,675 0 I 1 C&B Total C&B Survey Total C&B Basic Special Crew O O O O O O O O O O O 0 0 0 0 WO 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 000 O D O O O O O O O Co O pp A , A A fD O N ! N O 9 N D i � T C O O C G C C V w $143,756.00 Total Basic Services fp O pO 8 8 (p O pO 8 8 8 8 8 8 (p 8O 8 N 9, 8 (p (q O O O 8 8 8 50.00 50.00 $33,484.00 50.00 $0.00 (p O pO 8 8 (p Op 8 O pO 8 8 pO 8 0 O � 8 0 8 88 8 TiJ N 0 8 (p 88 8O 8 8 8 8 N 8 8f, t2G N Ey O 8 pO 8 8 8 O 88 8 8 8 Op 9' 8 8? pO 8 8 88 O 8 8 50.00 $0.00 $0.00 50.00 VI 'In 8 pO 8 8 88 8 pO 8 pO 8p 8 8 O_ tOAp 8 8 8 8 01 N 8 W N 0 N 88 O 8 8 pO 8O 8 8 88 pO 8 8 $0.00 $0.00 50.00 pO 8 pP A 8 Total Special Services 8888 8888 ER 88 $0.00 N '°88888"8888` 88888888888: 8 50.00 $0.00 50.00 yl 8 888888888888888888 2 8 880!° 88888 N N 8 8 T Ol N 8 V P8888888880_ 6-4 88888888888 W 8 0 n 0 DJ D 0 n- 0 D r \ _ — —I y 1 $87,760.00 $302,485.00 0 1876 mO o m N O O o m D O 0. es O 0 T IV o fA CDO = N p NNu) T O N 8 0 O ^ O O V a $143,756.00 0 8 p � to W Obi mp 0 8 Total Basic Services — in rn N-.0.8888 25$888 8 0 41 B86NNP 8$8888 R 8 N $2,850.00 I $2,490.00 $2,480.00 8 $359,113.94 $791,215.56 $1,876.00 8 0 0 0 A 8 8 0 0 88.-8 88888f 8 0 8 C Total Special Services $ 30,000.00 $988,367.56 NN 8 8 8 8 8 N IHLH F» 64vi n F» �» en T 8 w (� ( w a -I 2 1 0) 3 C o a 3 � w 3 3 w s)lsel Iew0WX3 0 w a co IO 5 m 0 m 0 0 3 N (D 0 r 0 w 77 m 0 0 3 3 m m 1CAgo O 37 m O to c Q D. 3 `w< 1< aouennouo0 g malnaa vaJ1 Deliver Draft Deep Water lntak Prelim Report uodaa 6uuaaul6u3 lueww!laJd LCRA Review and Concurrence N 01 (P J 0 0 W 0 0 0 03 N N N N N W 0. N N N (/1 N UI N N 0 0 a)1elu1JaWeM dean W•, C,) W1 i WI N N. Ni. NI 0) N © © © Ed © © © 11 I j it i NI' N1 '8,1011 W'i Ji O)I V)i A WI N O.. I I J aouaJnauo3 g meinaa VE101 Deliver Draft Preliminary Design Report Prepare Preliminary Design Report 0 03- > D 0 5 s N m o 3 O N `G a Qo 0 0 ( Q.1 � 0 0 o > a 0 0 Preliminary Surveying and ownership map Provide preliminary geological assessment Incorporate LCRA Review comments LCRA Review and Concurrence Deliver Draft Schematic plans and guide specifications N — N —. N N W J O 0 0 0 O 0 O J O 0 J A OD 0 A U1 0) 0 a a a a a a a a a 0. a a a a a 0. 0. a a a w w w w w d w w w w w w w w w w w w w w N N t/1 N N N N N N N N V7 N N N N N D) N -J 0, • W 0 O LIGI LI Li Gni LI La Li Coordinate with Utility Companies Evaluate Pipeline and Material Options 0 3 a 3D m 0 3 (D D N N 3 0 Aprils alnold leui t Jan!laa Incorporate LCRA Review Comments aouennouo0 mainaa vtj0l Aprils alnoa t4eaa Jangaa Raw Water Pipeline Route Study T O 3 w S. 0 0 2 N o c i a3 m 3 a : m m m 0) = Q° N N 3 0 1 mO- a 0 m 3 3' N 0 3 m m 0 % 3 a fD O o) 0 N N n0 0 zb o 3 m 'i 5 iii N , > 0 0 a E m N Provide and Maintain Project Schedule Attend bi-weekly meetings with LCRA 1 0 IC W j j A (D N N N U1 J J J J J 0 0 J 0 0 01 0 0 P. 0 0 0 0;... a a a a a a a a a a a a a a a a d o. a s ao `wG `wG .w< `wG .wso < `w< `w< `w< `wG `OG .�< `wG `wG `wG'<G '<a) N N N N ID N N N N N to •N N N N N N N N 4 T • V O 0 O 03 A 0 05 O 0) c N C O O O (1) c N W! RAW WATER TRANSMISSION MAIN & DEEP WATER INTAKE DESIGN IA LAN .. EODETICS 19 June 2006 (revised) Reed Meriwether, P.E. Carter & Burgess, Inc. 2705 Bee Cave Road, Suite 300 Austin, TX 78746 RE: Preliminary Design Phase Raw Water Intake Line Project: LCRA — Preliminary Design Phase Services Mr. Owens: 1504 Chisholm Trail Road Suite 101 Round Rock, 7X 78681 512-238-1200 512-238-1251 fax Inland Civil Associates, L.L.C. (Inland) is pleased to submit our proposal for professional land surveying services related to the above referenced project. Our proposal is to property ownership information for the LCRA Raw Water Line Project from the Sandy Creek Arm floating intake station on Lake Travis to the proposed WTP in Cedar Park, TX. We understand the proposed alignment generally follows the existing waterline across undeveloped land and parallels Anderson Mill Road to Lime Creek Road and RM 1431. This alignment is depicted on an aerial map delivered to our office on 25 April 2006 from Reed Meriwether and is considered the basis for this proposal. Below is a specific list of our proposed Scope of Services and estimated costs. SCOPE OF SERVICES A. Right of Entry 1. Inland assumes the affected owners have been contacted requesting access for surveying operations, archeology, and environmental investigations and that right -of -entry has been secured. Inland reserves the option to tailor the survey operations with respect to right of entries granted geographically. Any special conditions to ROE must be forwarded to our office before survey operations begin. B. Preliminary Property Schematic and Property Ownership 1. Inland will perform sufficient appraisal district research of current property owners (per tax records) along the route of survey and prepare a modified tax map schematic exhibit as preliminary information gathering. This exhibit is not to be considered a boundary survey of the affected parcels Inland estimates this activity will require 2 weeks from NTP or July 14, 2006 (whichever comes first). 2. Deliverables will include a property ownership list and a plot file depicting the current tax office property maps for the affected areas. 3. Inland anticipates these activities will require 3 weeks from NTP. The ESTIMATED fee for the above services: $ 5,904.00 The estimated fee proposed above are based on personnel time required to perform the described Scope of Services. Additional time requirements resulting from project scope changes, plan revisions, field recovery of or discrepancies of control provided will be considered reasonable cause for us to seek additional compensation for services not included in these amounts. Sincerely, M. Stephen Truesdale Registered Professional Land Surveyor Licensed State Land Surveyor Inland Geodetics, LP IlililinI1YN�yMIS liOiiiILl IIIIllhIIIIn IiOHiiIllOiL:I lIlIlIlIlIlIlI 11111111 YIAl1��II1n�I11�II1�NAI�II 11111111111111111111111111111111111111111111111111 0 J r r a 0 J r 0 r x 0 Q O iki 111111111PINIMIIIMPUPPIIP111111111lll ?9�AIY� �IIIIIYIyIIYAllllliIIIIIIGIIIIIIIIIIIGIllhIIIIIIIIGIIIIIIIIIIIIIII1 1�� iuiuiiioiuuniiiiiiuiiiuuiiuiiiiuuuiiiiiuiuiiii ; 311111111111111111111111111111111111111111111111111 .1111111111111111111111111111111111111111111111111111 -- ---------- Lit --- cca U H 0 W 2 U N a 0 cra 11111! IIIIIIIIIIII! IlIlIlIlIlIlIl IIIIIlIIIIlIII EXHIBIT "B" COST ALLOCATION PERCENTAGES Phase/Segment EXHIBIT "B" ALLOCATION OF COSTS Capacity Cost (mgd) Allocation Costs Raw Water System and Barge Cedar Park n/a 19.14% $212,409 Leander(LCRA) n/a 46.01% $510,731 Round Rock n/a 34.85% $386,881 Total Composite 100.00% $1,110,021 Water Treatment Plant Cedar Park 15.0 14.18% $122,959 Leander (LCRA) 50.0 47.26% $409,864 Round Rock 40.8 38.56% $334,449 Total 105.8 100.00% $867,272 Transmission Line Segments Segment 1 Cedar Park 15.0 14.18% $37,017 Leander (LCRA) 50.0 47.26% $123,392 Round Rock 40.8 38.56% $100,687 Total 105.8 100.00% $261,096 Segment 2C Cedar Park 0.0 0.00% $0 Leander (LCRA) 38.0 48.22% $104,956 Round Rock 40.8 51.78% $112,690 Total 78.8 100.00% $217,646 Segment 3 Cedar Park 0.0 0.00% $0 Leander (LCRA) 0.0 0.00% $0 Round Rock 40.8 100.00% $315,133 Total 40.8 100.00% $315,133 Project Management Cedar Park 15.0 14.18% $34,185 Leander (LCRA) 50.0 47.26% $113,950 Round Rock 40.8 38.56% $92,983 Total 105.8 100.00% $241,119 Allocation of Costs Cedar Park $406,571 Leander (LCRA) $1,262,892 Round Rock $1,342,823 Total $3,012,286 June 28 update EXHIBIT "C" DESCRIPTION OF LCRA PROJECT MANAGEMENT SERVICES Scope of Services CPLRR Regional Water System LCRA Program Management for Preliminary Design Services June 30, 2006 BACKGROUND The cities of Cedar Park, Leander and Round Rock and LCRA have recently agreed to jointly pursue planning of a regional water supply project in northeast Travis and southwestern Williamson Counties. LCRA is pursuing this planning on behalf of Leander, which receives all of its potable water supply from LCRA. Cedar Park desires to receive water from the CPLRR Project beginning in spring 2009, while the other cities desire to receive water from the CPLRR Project in the next several years after 2009. The cities and LCRA desire to begin preliminary design services for the CPLRR Project immediately in order to have the Phase 1 facilities completed by summer 2009. As a result, LCRA issued a Request for Qualifications for professional engineering services for preliminary design services on the CPLRR Project and is prepared to move forward with execution of Tong -term agreements for engineering services with the five engineers selected. The total cost anticipated for these professional services for the preliminary design phase is about $2,500,000 to $3,000,000. The cities have agreed that LCRA should act as the Project Manager for the preliminary design phase services while negotiations are under way for long-term agreements regarding the regional CPLRR Project. The cities and LCRA also have agreed to share the costs for the preliminary design services based on their capacity allocations in the CPLRR Project and propose to enter into an Inter -local Agreement regarding Preliminary Design Services to address the cost sharing. Under the terms of the Inter -local Agreement, LCRA will enter into contracts with the engineers and manage their work. Cedar Park and Round Rock will reimburse LCRA for their share of preliminary design and LCRA program management costs and Leander has agreed that its share of the preliminary design will be recovered through its existing wholesale potable water services agreement with LCRA. No work under the contracts will be authorized until all parties sign the Inter -local Agreement for Preliminary Design Services. The Scope of Services for Program Management of Preliminary Design Phase of the CPLRR Phase 1 Regional Water System is defined below. Task 1 PRELIMINARY DESIGN - INITIATION & PLANNING The initiation and planning phase of the preliminary design services begins with development of the Request for Qualifications (RFQ) for engineering services and continues to execution of preliminary design services. Execution of preliminary design services officially begins when the Inter -local Agreement with the cities is signed by all parties and Task Orders have been executed with all engineering firms. The work included in the initiation and planning phase for preliminary design services is described below. 1.1 Administer RFQ • Develop RFQ document and incorporate/coordinate cities' comments on RFQ. • Coordinate advertisement of RFQ • Coordinate and lead RFQ informational meeting PM_Scope of Work_CPLRR_PrelDesign.doc 1 of 4 6/30/2006 CPLRR Regional Water System — Prelim Design Scope of Services LCRA Program Mgmt • Develop matrix for scoring proposals. • Coordinate interview process with selected engineers and cities. • Generate and deliver letters of recommendation to selected engineering firms. 1.2 Contract Administration • Coordinate receipt and review process for scope of work and budget proposals from engineers. • Develop terms and conditions and fee structure for long-term agreements with engineering firms. • Process, review, and approve Task Order release 1.3 Management, Review and Oversight • Coordinate comments from cities on RFQ document. • Coordinate and consolidate cities comments for review of engineer's scope of work and budget proposals. • Generate write-up for LCRA Board approval for capital improvements and long- term agreements with engineering firms. • Setup accounting structure for project per requirements in the Inter -local Agreement. Task 2 PRELIMINARY DESIGN — PROGRAM MANAGEMENT Management of the execution phase of the Preliminary Design services by LCRA primarily includes project coordination with the cities, project tracking/reporting, environmental and real estate coordination, and management of the five engineering contracts included in the project. The preliminary design phase is anticipated to last approximately four months. The work included in the management of the preliminary design services is described below. 2.1. Program/Project Management 2.1.1 Project Management • Develop and update Program/Project Management Plan • Develop, monitor and update Project schedules • Develop, monitor and update Project budget and costs • Conduct weekly progress meetings with cities and engineers • Primary contact to coordinate the activities of engineering firms. • Develop fact sheet on project for general public information. • Develop monthly status reports and distribute to cities. • Review and approve monthly invoices from engineers. • Generate monthly project reports summarizing project performance (Earned Value, CPI, SPI). • Generate and maintain project website. • Perform quality review of approximately 30 deliverables from engineers and coordinate/ consolidate cities' comments. • Develop program/project filing structure and maintain project files. 2.1.2 Contract Administration PM_Scope of Work_CPLRR_PrelDesign.doc 2 of 4 6/30/2006 CPLRR Regional Water System — Prelim Design Scope of Services LCRA Program Mgmt • Process monthly invoices • Process Task Order amendments, if required. • Monitor M/WBE utilization. • Maintain file structure for all purchasing activities. • Maintain master contract files and ensure currency of insurance certificates, bonds, licenses, and other related documents. Perform copying, filing, mailing, and archiving of purchase orders and other documents. 2.1.3 Project Accounting/Billing • Prepare accounting data and forward to Accounts Payable for payment to contractors • Calculate cities' cost share and prepare data for submittal to cities for payment 2.2 Environmental Coordination • As the permittee, will take the lead in developing permitting strategy with assistance from external design consultant, sub -consultants and cities. • Coordinate up to six (6) meetings with regulatory agencies. • Review and comment on all environmental deliverables by engineers including, but not limited to: Environmental constraints matrix and maps, habitat maps, permitting strategy, strip maps, and draft and final reports. • Participate in discussions and consensus building on best alternative and final route study report • Assist real estate group in obtaining Temporary Right of Entry agreements for selected pipeline routes and utility sites. • Coordinate and attend field surveys with engineers. Provide memorandum summarizing field findings to project manager and/or engineers. • Assist project manager in developing a schedule for environmental and permitting tasks in preliminary design and design/construction phases. 2.3 Real Estate Coordination • Generate 75 Temporary Right of Entry (ROE) documents. • Obtain property owner information from engineers and send letter with attached ROE to property owners. • Make contact with property owner and set-up meetings to obtain ROE. • Serve as primary contact for property owners through entire project. • Maintain files of executed ROEs. Task 3 DESIGN/CONSTRUCTION — INITIATION & PLANNING 3.1 Project Management — Planning 3.1.1 Develop Project Plan PM_Scope of Work_CPLRR_PrelDesign.doc 3 of 4 6/30/2006 CPLRR Regional Water System — Prelim Design Scope of Services LCRA Program Mgmt • Develop overall Program Management Plan and individual Project Management Plans for each individual project. Primary elements of the plans address management of: schedule, budget, risk, communication, documents, quality, stakeholders, and project team. • Develop overall program and individual project management team members. 3.1.2 Develop Engineer Scope of Work and Budget • Conduct up to three (3) meetings with each engineer to develop scope of work and budget for design construction phase of project. • Conduct up to three (3) meetings with cities to solicit and coordinate comments on engineer proposed scope of work and budgets. • Coordinate with LCRA purchasing to develop terms and conditions of engineer contracts for design/construction phase. • Generate necessary documentation for LCRA Board approval of design/construction capital improvements and engineering contracts. 3.1.3 Contract Administration • Coordinate receipt and review process for scope of work and budget proposals from engineers. • Develop terms and conditions and fee structure for long-term agreements with engineering firms. • Process, review, and approve Task Order release PM_Scope of Work_CPLRR_PrelDesign.doc 4 of 4 6/30/2006 H R L a a) 0 a L E rdr co d d m 3 w E N c re 4.. IX CD y a. V R co 2 E ca O L a ga c) J U O C HU $10,400 $9,900 2511 1 0 1 6) 1 ID 1 M M 000 CO CDO N. O f010M EACH O 0 Cl. Tr EA 0 '1' A- M 6N9 0 M r- M 10 w Doc OOC( M N....d toa- C 4*4� $500 $34,530 57.950 1291 9111 PgM Program Manager PrM Project Manager PC Project Controls E/O Engineering/Operations CA Contract Administrator EC Environmental Coordinator RE Real Estate Coordinator AT Attomey CO IA C & W ooc O N N c (A 69. fA 0 O 0 O N f A 0 .4 ti W 00C MV' V3 EREf Total Labor Cost 4 $10,400 4 $9,900 $3,250 8 $23,550 $73,280 64 $15,360 Rn 2nn 1 0 1 0 1 N 1 co 1 or) 0 V CO N fA 0 CO 1D 6 W 0 0 0 0 O CO O CD CO U') ,— 1� CA 69 E 0 0 M 10 O N M W N Labor Hours in n H W Q coCSO M 0 N NNW N K w Lr) N to N N 7 10 N M a`ro 3 100 N 10 t0 (0 e{ Q 0 »VC N COO 0 (JO (0 ' 1 V COO h o w -. O CV CO N CO N 1 . 12 coM OOO O(„) �aa m e— MO , CO O n CO �MNViNO e a- pp 0) 01 O N 0. N 1' N COO M N 0 CI a 1.0 PREL DESIGN PHASE - INITIATION & PLANNING 1.1 Administer RFQ 1.2 Contact Administration 1.3 Program Management/Planning Subtotal - RFQ/Planning 2.0 PREL DESIGN PHASE - PROGRAM MGMT 2.1 Program/Project Management 2.1.1 Program/Project Management 2.1.2 Contract Administration 2.1.3 Project Acct/Billing 2.2 Environmental Coordination 2.3 Real Estate Coordination Subtotal - Execution 3.0 DESIGN/CONSTRUCTION - INITIATION & PLANNING 3.1 Program/Project Management Planning 3.1.1 Develop Project Plan 3.1.2 Engineering Scope of Work & Budget 3.1.3 Contract Administration Subtotal - Design/Constn Planning Total PM_ScopeBudget_CPLRR_PrelDesign_Overall.xls/FER LCRA PM Cost