.

NORTH MUNICIPAL WATER DISTRICT 501 E. Brown Street • Wylie, Texas 75098 (972) 442-5405 – Phone • (972) 295-6440 – Fax

TO: BOARD OF DIRECTORS

FROM: THOMAS W. KULA, EXECUTIVE DIRECTOR

DATE: MAY 16, 2019

SUBJECT: REGULAR MEETING – THURSDAY, MAY 30, 2019

I. MAY 2019 BOARD/COMMITTEE MEETINGS

The following Committee meetings were held in May 2019: • Nominating, Executive, and Personnel

The Nominating Committee will provide a recommended slate of officers at the May 2019 Board of Directors regular meeting.

The following Committee meetings will be held in May 2019: • Wastewater Committee – Thursday, May 30, 2019, 1:30 p.m. • Water Committee – Thursday, May 30, 2019, 2:30 p.m.

II. 2019 BOARD MEMBER APPOINTMENTS

The following Director’s terms of service will expire May 31, 2019, and their respective cities have been notified of the need to consider appointment to the Board:

• James Kerr, Allen • Darrell Grooms, Forney • Lynn Shuyler, Frisco • Don Gordon, Garland • Joe Joplin, McKinney • Phil Dyer, Plano • David Island, Princeton • John Sweeden, Richardson • Bill Lofland, Rockwall • Blair Johnson, Royse City

Also, the two vacated Board member positions (Mesquite and Wylie) terms will expire May 31, 2019, and the cities have been notified of the need to consider appointment to the Board.

MEMORANDUM TO BOARD OF DIRECTORS MAY 16, 2019 PAGE 2

To date, we have been notified that the following Directors have been appointed:

• James Kerr, Allen • Lynn Shuyler, Frisco • Don Gordon, Garland • Joe Joplin, McKinney • Phil Dyer, Plano • David Island, Princeton • Donald “Chip” Imrie, Rockwall • John Sweeden, Richardson • Blair Johnson, Royse City

Director Bill Lofland will be recognized for 21 years of service on the Board of Directors at the May 2019 Board meeting.

III. MONTHLY REPORTS/APPENDIX

Please note the following reports/documents are enclosed in the Board packet for your reference as appendices:

Appendix A – Water Consumption Report Appendix B – Water Quality Reports 1. Bonham Water Treatment Plant 2. Tawakoni Water Treatment Plant 3. Wylie Water Treatment Plant Appendix C – Wastewater Flow Report Appendix D – Wastewater Treatment Plant Capacity Report Appendix E – Wastewater Quality Report Appendix F – Solid Waste Tonnage Report Appendix G – NTMWD Financial Reports 1. NTMWD Financial Statements for the Six Months Ended April 30, 2019 Appendix H – Engineering Activity Report Appendix I – Construction Progress Report Appendix J – Bois d’Arc Lake Report IV. WATER CONTRACT AMENDMENT PROCESS

Following is a summary of the costs related to the Water Contract Amendment activities as of May 6, 2019:

FY16 FY17 FY18 FY19 TOTAL Contract Amendment $156,882.85 $143,184.38 $54,670.67 $18,443.37 $373,181.27 Activities (a) PUC $383,180.88 $1,949,386.65 $1,274,601.93 $3,607,169.46 Activities (b) Litigation $816,152.29 $86,303.72 $15,832.61 $918,288.62 Activities (c) TOTAL $156,882.85 $1,342,517.55 $2,090,361.04 $1,308,877.91 $4,898,639.35 MEMORANDUM TO BOARD OF DIRECTORS MAY 16, 2019 PAGE 3

(a) Includes payments to NewGen Strategies, Raftelis, Strategic Government Resources and Lloyd Gosselink for rate modeling services, facilitation services and legal support (b) Includes payments to Lloyd Gosselink for legal support to respond to PUC petition (c) Includes payments to Lloyd Gosselink for legal support for bond validation and PUC jurisdictional activities

The hourly rate charges for Lloyd Gosselink are as follows:

LEGAL COST TO NTMWD HOURLY RATE RANGE Paralegal $115 - $200 Associate $150 - $280 Principal $225 - $485

V. GLOSSARY OF NTMWD TERMS

Attached to this memorandum is a Glossary of NTMWD Terms that will be included in each Board packet for your reference.

VI. HISTORIC HIGHLIGHT: Muddy Creek Wastewater Treatment Plant Path to Regionalization

Since the North Texas Municipal Water District (NTMWD) began providing wastewater services in the early 1970s, the populations in the cities served has continued to rise at exponential rates. This remains true for two of our Sewer System Participants – the cities of Murphy and Wylie – who serve as good examples of the NTMWD meeting the common needs of communities through regionalization.

It wasn’t long after the approval of District Policy No. 10 in 1973, a guideline allowing the District to work with municipalities on a voluntary basis for advanced wastewater treatment facilities, that it would partner with Murphy and Wylie to take over operations and construct plants to meet their growing needs. Even though both cities had relatively small populations in the early 1970s, less than 5,000 combined, the growth projections indicated they would not remain small for long.

Throughout the remainder of the 70s and 80s, the District operated those early wastewater treatment plants to serve their residents, as well as the collection system for the Murphy plant. By 1990, it was clear that the projected rapid growth surrounding these two cities warranted a more regional approach. Talks began that year, but it wasn’t until 1999 that NTMWD signed a three-party contract with Murphy and Wylie to begin preliminary design of the Muddy Creek Wastewater Treatment Plant (WWTP) and associated infrastructure.

After a lengthy permitting process of nearly three years, construction began in 2003 and the 5 MGD plant began operations in 2005. Flows are conveyed to Muddy Creek WWTP through the Maxwell Creek Interceptor, which services Murphy residents and connects to the Muddy Creek interceptor, which services Murphy and Wylie. As soon as the Muddy Creek WWTP became operational, design work began on its expansion to 10 MGD, which was completed and placed in service in 2007.

MEMORANDUM TO BOARD OF DIRECTORS MAY 16, 2019 PAGE 4

The construction and operation of Muddy Creek WWTP allowed for numerous benefits. The older, smaller plants in Murphy and Wylie were shut down. Murphy has turned the land into a popular neighborhood park, and Wylie is working with the District on options for its old plant site. Through this regional approach, watershed protection is enhanced as discharge regulations are stricter for the larger plants resulting in a higher quality of water released back into area waterways.

Another benefit of regionalization can be seen in the growth planning options. The Muddy Creek WWTP site has room to expand as Murphy and Wylie grow. This summer, design work begins on a master plan to evaluate its current condition and lay the groundwork for projects needed to meet the future wastewater treatment needs of Murphy and Wylie. One such project is Muddy Creek’s expansion to 15 MGD. The project is scheduled to begin construction in late 2021. NTMWD continues to communicate with the cities to ensure future wastewater needs are met to protect public health, protect the environment and support economic growth.

Our history of wastewater service in Murphy and Wylie coupled with the District’s ongoing expansion and maintenance plans demonstrate our continued dedication to our vision statement, “Regional Service Through Unity – Meeting Our Region’s Needs Today and Tomorrow.”

Tour of Muddy Creek Wastewater Treatment Plant with Wylie Officials and Staff.

MEMORANDUM TO BOARD OF DIRECTORS MAY 16, 2019 PAGE 5

Attendees from left to right: Ken Wesson, NTMWD Wastewater System Manager; Mike Curry, NTMWD Lead Wastewater Plant Operator; David Earls, Chief Wastewater Plant Operator; Marvin Fuller, NTMWD Board Director (Wylie); Eric Hogue, Mayor of Wylie; Michael Brogden, NTMWD Wastewater Plant Supervisor; Jenna Covington, Assistant Deputy Wastewater; Brent Parker, Wylie Assistant City Manager; David Dahl, Wylie Councilmember; Bill Glass, NTMWD Board Director (Princeton); Chris Holsted, Wylie City Manager. Glossary of NTMWD Terms

AWWA American Water Works Association BDL Bois d'Arc Lake BOD Board of Directors C/O Change Order CAFR Comprehensive Annual Financial Report CCN Certificate of Convenience and Necessity CMAR Construction Manager At-Risk CMOM Capacity, Management, Operation, and Maintenance CSP Competitive Sealed Proposal DART Area Rapid Transit EIS Environmental Impact Statement EPA Environmental Protection Agency ESA Engineering Services Agreement FCEC Fannin County Electric Cooperative FEC Farmers Electric Cooperative FRP Fiberglass reinforced pipe GIS Geographic Information System GMP Guaranteed maximum price GPCD Gallons Per Capita Per Day HSPS High Service Pump Station ILA Interlocal Agreement K Thousand M Million MGD Million Gallons Per Day MOU Memorandum of Understanding MSPS Main Stem Pump Station NTMWD North Texas Municipal Water District NWC National Waterways Conference NWRA National Water Resources Association O&M Operations and Maintenance PFIA Public Funds Investment Act PUC Public Utility Commission RCEC Rayburn Country Electric Cooperative RDF Regional Disposal Facility ROW Right-of-Way RWPS Raw Water Pump Station RWRRF Regional Water Resource Recovery Facility RWS Regional Water System RWWS Regional Wastewater System RWWTP Regional Wastewater Treatment Plant SCADA Supervisory Control and Data Acquisiton SEP Supplemental Environmental Project SUD Special Utility District TCEQ Texas Commission on Environmental Quality TCOS Transmission Cost of Service TS Transfer Station TWCA Texas Water Conservation Association TWDB Texas Water Development Board UEFIS Upper East Fork Interceptor System USACE US Army Corps of Engineers WEF Water Environment Federation WTP Water Treatment Plant WWTP Wastewater Treatment Plant

NORTH TEXAS MUNICIPAL WATER DISTRICT 501 E. Brown Street • Wylie, Texas 75098 (972) 442-5405 – Phone • (972) 295-6440 – Fax

BOARD OF DIRECTORS REGULAR MEETING THURSDAY, MAY 30, 2019 4:00 P.M.

Notice is hereby given pursuant to V.T.C.A., Government Code, Chapter 551, that the Board of Directors of North Texas Municipal Water District (NTMWD) will hold a regular meeting, open to the public, on Thursday, May 30, 2019, at 4:00 p.m., at the NTMWD Administrative Offices, 501 E. Brown Street, Wylie, Texas.

The Board of Directors is authorized by the Texas Open Meetings Act to convene in closed or executive session for certain purposes. These purposes include receiving legal advice from its attorney (Section 551.071); discussing real property matters (Section 551.072); discussing gifts and donations (Section 551.073); discussing personnel matters (Section 551.074); or discussing security personnel or devices (Section 551.076). If the Board of Directors determines to go into executive session on any item on this agenda, the Presiding Officer will announce that an executive session will be held and will identify the item to be discussed and provision of the Open Meetings Act that authorizes the closed or executive session.

AGENDA1

I. CALL TO ORDER

II. INVOCATION – DIRECTOR LYNN SHUYLER

III. PLEDGE OF ALLEGIANCE

IV. PLEDGE OF ALLEGIANCE TO THE TEXAS FLAG

V. ANNOUNCEMENT OF QUORUM

VI. PUBLIC COMMENTS

The Board of Directors allows individuals to speak to the Board. Prior to the meeting, speakers must complete and submit a “Public Comment Registration Form.” The time limit is five (5) minutes per speaker, not to exceed a total of thirty (30) minutes for all speakers. The Board may not discuss these items, but may respond with factual or policy information.

______1Persons with disabilities who plan to attend the NTMWD Board of Directors meeting and who may need auxiliary aids or services are requested to contact Shannon Sauceman in the NTMWD Administrative Offices at (972) 442-5405 as soon as possible. All reasonable efforts will be taken to make the appropriate arrangements.

AGENDA – MAY 30, 2019 PAGE 2

VII. OPENING REMARKS

A. Presentations of awards, recognitions, achievements, etc., of the District, Board members, and staff

B. President’s Remarks concerning current events, conduct of meeting, posted agenda items, committee assignments, and related matters

C. Executive Director’s Status Report concerning legislation and regulatory matters, budgets, current projects and ongoing programs of the District including the Regional Water System, Regional Wastewater System, Regional Solid Waste System, Watershed Protection, and Water Conservation

VIII. CONSENT AGENDA ITEMS

The Consent Agenda allows the Board of Directors to approve all routine, noncontroversial items with a single motion, without the need for discussion by the entire Board. Any item may be removed from consent and considered individually upon request of a Board member or NTMWD staff member.

A. Consider approval of Board of Directors Regular Meeting Minutes – April 25, 2019 (Please refer to Consent Agenda Item No. 19-05-01)

B. Consider approval of Board of Directors Special Meeting Minutes – April 25, 2019 (Please refer to Consent Agenda Item No. 19-05-02)

C. Consider approval of Monthly Construction Report – May 2019 (Please refer to Consent Agenda Item No. 19-05-03)

D. Consider authorizing additional legal services with Saunders, Walsh & Beard in the amount of $50,000 on Project No. 101-0374-14, Bois d’Arc Lake Program Management (Please refer to Consent Agenda Item No. 19-05-04)

E. Consider authorizing additional program management services with Freese and Nichols, Inc., in the amount of $230,000 on Project No. 101-0374-14, Bois d’Arc Lake Program Management (Please refer to Consent Agenda Item No. 19-05-05)

F. Consider authorizing legal services with Saunders, Walsh & Beard in the amount of $10,000 for Project No. 101-0352-14, Wylie Water Treatment Plant Water System Operations Center (Please refer to Consent Agenda Item No. 19-05-06)

G. Consider adoption of Resolution No. 19-25 for conveyance of property at McKinney Lift Station in the form of a 0.161 acre permanent easement to Oncor Electric Delivery Company, LLC, Project No. 501-0502-18 (Please refer to Consent Agenda Item No. 19-05-07)

AGENDA – MAY 30, 2019 PAGE 3

IX. AGENDA ITEMS FOR INDIVIDUAL CONSIDERATION

GENERAL/ADMINISTRATIVE SERVICES AGENDA ITEMS

A. Consider adoption of Resolution No. 19-27 commending Director Bill Lofland for 21 years of service as a member of the NTMWD Board of Directors

B. Consider election of officers for Board of Directors in 2019-2020

C. Consider adoption of Resolution No. 19-28 commending Director John Sweeden for service as President of the NTMWD Board of Directors

WATER SYSTEM AGENDA ITEMS

D. Consider authorizing execution of engineering services agreement with Halff Associates, Inc., in the amount of $315,800 for preliminary engineering design on Project No. 101-0519-18, North Garland Pipelines Condition Assessment (Please refer to Administrative Memorandum No. 5403)

E. Consider adoption of Resolution No. 19-29 authorizing use of competitive sealed proposal procurement method under Texas Government Code, Chapter 2269, for the Wylie Water Treatment Plant IV Filter Gallery Wall Structural Evaluation, Project No. 101-0422-16 (Please refer to Administrative Memorandum No. 5404)

F. Consider authorizing award of construction contract with McKee Utility Contractors, Inc., in the amount of $6,279,290 on Project No. 101-0462-17, Renner Road to Plano Delivery Point No. 2 Pipeline (Please refer to Administrative Memorandum No. 5405)

G. Consider authorizing award of construction contract with Canary Construction, Inc., in the amount of $3,680,919 on Project No. 101-0467-17, South System Air Valve Improvements, Phase II (Please refer to Administrative Memorandum No. 5406)

H. Consider authorizing execution of engineering services agreement with Kimley- Horn and Associates, Inc., in the amount of $252,000 on Project No. 101-0427-16, Kaufman 20-Inch Waterline Assessment, Phase II (Please refer to Administrative Memorandum No. 5407)

I. Consider authorizing execution of a post-termination, final payment, and release agreement and authorization to issue final payment to Ratcliff Constructors, LP, in the final payment amount of $181,974.95 and ($9,795,025.05) credit for termination of contract, on Project No. 101-0352-14, Wylie Water Treatment Plant Water System Operations Center (Please refer to Administrative Memorandum No. 5416)

AGENDA – MAY 30, 2019 PAGE 4

WASTEWATER SYSTEM AGENDA ITEMS

J. Consider authorizing award of construction contract with Mart, Inc., in the total amount of $4,875,000 on Project No. 301-0499-18, Wilson Creek Regional Wastewater Treatment Plant Maintenance Facility and Solids Operation Facility, and Project No. 501-0522-18, Upper East Fork Interceptor System Storage and Parking Facilities (Please refer to Administrative Memorandum No. 5408)

K. Consider authorizing execution of inspection services agreement with Dietz Engineering, in the total amount of $274,571 for inspection services on Project No. 301-0499-18, Wilson Creek Regional Wastewater Treatment Plant Maintenance Facility and Solids Operations Facility, and Project No. 501-0522-18, Upper East Fork Interceptor System Storage and Parking Facilities (Please refer to Administrative Memorandum No. 5409)

L. Consider authorizing award of construction contract with Eagle Contracting, LP, in the amount of $14,193,000 for Project No. 301-0432-16, Floyd Branch Regional Wastewater Treatment Plant Process Optimization Improvements (Please refer to Administrative Memorandum No. 5410)

M. Consider authorizing execution of inspection services agreement with Dietz Engineering in the amount of $187,480 and authorizing future additional inspection services not exceeding five percent of the current rate through the Monthly Construction Report on Project No. 301-0432-16, Floyd Branch Regional Wastewater Treatment Plant Process Optimization Improvements (Please refer to Administrative Memorandum No. 5411)

N. Consider authorizing award of construction contract with Flow-Line Construction, Inc., in the amount of $408,350 on Project No. 501-0478-17, McKinney and Upper Cottonwood Creek Lift Stations Metering Improvements (Please refer to Administrative Memorandum No. 5412)

O. Consider authorizing execution of Wastewater Regionalization Agreement with East Fork Partners, LLC, for the proposed East Fork Wastewater Treatment Plant located in Weston, Texas (Please refer to Administrative Memorandum No. 5413)

BOIS D’ARC LAKE AGENDA ITEMS

P. Consider authorizing Amendment No. 13 to the Construction Manager At-Risk (CMAR) Agreement with Archer Western Construction, LLC, on Project No. 101- 0344-13, Bois d’Arc Lake Dam and Intake Structure, establishing a partial guaranteed maximum price (GMP) of $44,687,897.67 for construction of the terminal storage reservoir and allocate additional funding in that amount; establishing the final GMP for the entire CMAR 1 project scope in the amount of $216,714,595.64; set the CMAR’s substantial completion deadline to December 15, 2020 and set the final completion deadline to May 30, 2021; and set liquidated damages to $4,000 per day from substantial completion and $2,500 per day from final completion (Please refer to Administrative Memorandum No. 5414)

AGENDA – MAY 30, 2019 PAGE 5

Q. Consider adoption of Resolution No. 19-26 authorizing approval of settlement of pending litigation styled Knight et al v. U.S. Army Corps of Engineers et al, Cause No. 4:18-cv-00352-ALM pending in the U.S. District Court for the Eastern District of Texas (Please refer to Administrative Memorandum No. 5415)

X. DISCUSSION ITEMS

A. 86th Texas legislative session update

B. Bois d’Arc Lake project 1. Construction update 2. Bois d’Arc Lake land acquisition program update

C. Discuss status of Member City contract matters including: 1. Petition of the Cities of Garland, Mesquite, Plano and Richardson Appealing Wholesale Water Rates Implemented by North Texas Municipal Water District, Docket No. 46662 before the Public Utility Commission of Texas 2. Petition of the Cities of Garland, Mesquite, Plano and Richardson Appealing Wholesale Water Rates Implemented by North Texas Municipal Water District, Docket No. 47863 before the Public Utility Commission of Texas 3. Petition of the Cities of Garland, Mesquite, Plano, and Richardson Appealing Wholesale Water Rates Implemented by North Texas Municipal Water District, Docket No. 49043 before the Public Utility Commission of Texas 4. Ex Parte, North Texas Municipal Water District, Cause No. 429-02251-2018 in the 429th Judicial District, District Court of Collin County, Texas 5. Facilitation with Member Cities Regarding Alternate Cost Methodologies to the Amendatory Water Supply Contract

D. Review of items for follow up raised during meeting

E. Opportunity for Board members to request potential future agenda items (No substantive discussion of items will take place at this time)

XI. ADJOURNMENT

NORTH TEXAS MUNICIPAL WATER DISTRICT 501 E. Brown Street • Wylie, Texas 75098 (972) 442-5405 – Phone • (972) 295-6440 – Fax

MINUTES REGULAR MEETING OF THE BOARD OF DIRECTORS APRIL 25, 2019

The North Texas Municipal Water District (NTMWD) Board of Directors met in regular meeting on Thursday, April 25, 2019, at 4:00 p.m. at the John Bunker Sands Wetland Center located at 655 Martin Lane, Seagoville, Texas. Notice of the meeting was legally posted in accordance with Government Code, Title 551, Open Meetings.

I. CALL TO ORDER

President John Sweeden called the meeting to order at approximately 4:01 p.m.

II. INVOCATION – Director Richard Peasley offered the invocation.

III. PLEDGE OF ALLEGIANCE

President John Sweeden led the Pledge of Allegiance.

IV. PLEDGE OF ALLEGIANCE TO THE TEXAS FLAG

President John Sweeden led the Pledge of Allegiance to the Texas flag.

V. ANNOUNCEMENT OF QUORUM

Secretary Larry Parks announced a quorum was present. Directors absent are noted below, and any reference to unanimous votes excludes the Directors identified as being absent from the meeting

1 Anderson, Terry Sam 2 Carr, John 3 Crump, George 4 Dyer, Phil 5 Farmer, Joe 6 Fuller, Marvin 7 Glass, Bill 8 Gordon, Don 9 Grooms, Darrell 10 Hogan, Rod 11 Hollifield, David 12 Island, David

MINUTES – APRIL 25, 2019 PAGE 2

13 Johnson, Blair Absent 14 Joplin, Joe 15 Kerr, James 16 Lofland, Bill 17 May, Jack 18 McKissick, Charles 19 Murphy, John Absent 20 Parks, Larry 21 Peasley, Richard 22 Shuyler, Lynn 23 Sweeden, John 24 Vacant- Wylie 25 Vacant- Mesquite

The following NTMWD legal and financial consultants attended the meeting:

• Lauren Kalisek and James Aldredge – Lloyd Gosselink Rochelle & Townsend • Lewis Isaacks and Mark Walsh – Saunders Walsh & Beard • Alan Raynor and Molly Carson – McCall Parkhurst & Horton • David Medanich and Nick Bulaich - Hilltop Securities • Kate Norman – Coffin Renner

VI. PUBLIC COMMENTS

There were no public comments.

VII. OPENING REMARKS

A. Presentations of awards, recognitions, achievements, etc., of the District, Board members, and staff

There were no presentations of awards or recognitions.

B. President’s Remarks concerning current events, conduct of meeting, posted agenda items, committee assignments, and related matters

President Sweeden advised that Director Larry Parks is abstaining from voting on the Consent Agenda items, Agenda Item No. VIII.

Mr. Sweeden reviewed the May Board/Committee meeting schedule as follows:

• May 1 – Bois d’Arc Lake Project Tour • May 9 – Public Utility Commission meeting • May 16 – Nominating, Executive, Finance/Audit, and Personnel Committee meetings • May 23 – Wastewater and Water Committee meetings, Regular Board meeting

MINUTES – APRIL 25, 2019 PAGE 3

C. Executive Director’s Status Report concerning legislation and regulatory matters, budgets, current projects and ongoing programs of the District including the Regional Water System, Regional Wastewater System, Regional Solid Waste System, Watershed Protection, and Water Conservation

Executive Director Kula advised that the monthly progress report for the Bois d’Arc Lake is included in the Board members’ folders. Also, a copy of a letter from Representative Lyle Larson, Chairman of the House Natural Resources Committee, was distributed related to the Public Utility Commission case.

VIII. CONSENT AGENDA ITEMS

Director Larry Parks abstained from voting on the Consent Agenda Items.

Upon a motion by Director Rod Hogan and a second by Director Darrell Grooms, the Board of Directors unanimously approved the consent agenda items as follows:

A. Consider approval of Board of Directors Regular Meeting Minutes – March 28, 2019 (Please refer to Consent Agenda Item No. 19-04-01)

B. Consider approval of Board of Directors Special Meeting Minutes – March 28, 2019 (Please refer to Consent Agenda Item No. 19-04-02)

C. Consider approval of Monthly Construction Report – April 2019 (Please refer to Consent Agenda Item No. 19-04-03)

D. Consider authorizing additional program management services with Freese and Nichols, Inc., in the amount of $196,250 on Project No. 101-0374-14, Bois d’Arc Lake Program Management to remove and properly dispose of buried debris uncovered in the excavation of proposed right-of-way of Farm-to-Market Road 897 (Please refer to Consent Agenda Item No. 19-04-04)

E. Consider authorizing execution of permanent easement with Oncor Electric Delivery Company, LLC, and adoption of Resolution No. 19-24 for conveyance of property at the Indian Creek Lift Station No. 2, Second Oncor Overhead Electric Power Transmission Line in the form of a 0.008 acre permanent easement to Oncor Electric Delivery Company, LLC, Project No. 501-0453-17, Indian Creek Lift Station No. 2 (Please refer to Consent Agenda Item No. 19-04-05)

IX. AGENDA ITEMS FOR INDIVIDUAL CONSIDERATION

ADMINISTRATIVE SERVICES AGENDA ITEMS A. Consider adoption of Resolution No. 19-21 authorizing the issuance, sale, and delivery of approximately $41,500,000 of NTMWD Regional Wastewater System Revenue Bonds, Series 2019, and approving and authorizing instruments and procedures related thereto (Please refer to Administrative Memorandum No. 5385)

MINUTES – APRIL 25, 2019 PAGE 4

Nick Bulaich of Hilltop Securities provided the results of the bond sale. He advised that seven bids were opened today (April 25th). The successful bidder is Robert W. Baird & Company, Inc., and the true interest rate is 3.219685%.

Director Phil Dyer stated that the Finance/Audit Committee reviewed this item on March 14, 2019, and the Wastewater Committee reviewed it on March 28, 2019. Both Committees voted unanimously to recommend the Board of Directors authorize the proposed bond sale.

Upon a Board member question related to bond sales and the ongoing Public Utility Commission (PUC) case, bond counsel Alan Raynor clarified that the PUC case relates to the District Water System and the bond sale before the Board is for the Wastewater System. He advised that further questions regarding the legal impacts of the PUC case be taken up in executive session.

Upon the recommendation of the Finance/Audit Committee and the Wastewater Committee, a motion by Director Phil Dyer to adopt Resolution No. 19-21 authorizing the issuance, sale, and delivery of $41,450,000 NTMWD Regional Wastewater System Revenue Bonds, Series 2019, and a second by Director Bill Glass, the Board of Directors voted unanimously to approve.

WATER SYSTEM AGENDA ITEMS B. Consider authorizing execution of an engineering services agreement with Jacobs Engineering Group, Inc., in the amount of $1,049,788 for final engineering design on Project No. 101-0517-18, Wylie Water Treatment Plant II Structural and Mechanical Improvements, Phase 1 (Please refer to Administrative Memorandum No. 5386)

President John Sweeden advised that the contract amount noted on the agenda included a typographic error, and the contract amount is $1,049,788.

Director Jack May stated that the Water Committee reviewed this item on April 11, 2019, and voted unanimously to recommend the Board of Directors authorize execution of the engineering services agreement as presented.

Upon the recommendation of the Water Committee, a motion by Director Jack May and a second by Director Terry Sam Anderson the Board of Directors voted unanimously to approve as presented.

C. Consider authorizing execution of Administrative Compliance Order with United States Environmental Protection Agency, Region 6, related to Clean Air Act violations between 2015 and 2018 (Please refer to Administrative Memorandum No. 5387)

Director Jack May stated that the Water Committee also reviewed this item on April 11, 2019, and voted unanimously to recommend the Board of Directors authorize execution of the Administrative Compliance Order with United States Environmental Protection Agency.

Upon the recommendation of the Water Committee, a motion by Director Jack May and a second by Director Joe Joplin, the Board of Directors voted unanimously to approve this item as presented. MINUTES – APRIL 25, 2019 PAGE 5

D. Consider authorizing additional engineering services with Halff Associates, Inc., in the amount of $128,760 on Project No. 101-0352-14, Wylie Water Treatment Plant Water System Operations Center (Please refer to Administrative Memorandum No. 5388)

Upon a motion by Director James Kerr and a second by Director Phil Dyer, the Board of Directors voted unanimously to authorize additional engineering services as presented.

E. Consider authorizing execution of an engineering services agreement with Huitt- Zollars, Inc., in the amount of $17,500 on Project No. 101-0533-19, First Floor Men’s Restroom Modifications (Please refer to Administrative Memorandum No. 5389)

Upon a motion by Director Joe Farmer and a second by Director Lynn Shuyler, the Board of Directors authorized execution of the engineering services agreement as presented by majority vote. Director Jack May voted against the motion, noting he was opposed to modifications that could damage the foundation of the building.

Executive Director Tom Kula advised that the foundation would not be compromised by the new plan to modify the men’s restroom, and Deputy Director Joe Stankiewicz advised that the new estimated cost for construction is approximately $40,000, which will be presented to the Board for approval in the future.

F. Consider adoption of Resolution No. 19-23 authorizing use of competitive sealed bid proposal procurement method under Texas Government Code, Chapter 2269, for the Administrative Building First Floor Men’s Restroom Modifications, Project No. 101-0533-19 (Please refer to Administrative Memorandum No. 5390)

Upon a motion by Director Joe Farmer and a second by Director Rod Hogan, the Board of Directors adopted Resolution No. 19-23 as presented. Director Jack May voted against the motion.

G. Consider authorizing execution of a Memorandum of Understanding and joint regional water conservation public awareness campaign with Tarrant Regional Water District in the amount of $583,334 (Please refer to Administrative Memorandum No. 5391)

Director Jack May stated that the Water Committee reviewed this item on April 11, 2019, and voted unanimously to recommend the Board of Directors authorize execution of a Memorandum of Understanding (MOU) with Tarrant Regional Water District.

Mr. Kula introduced Dustin Compton, Regional Water Conservation Manager, with Tarrant Regional Water District (TRWD), and Mr. Compton stated TRWD was excited to be working together with NTMWD on this campaign. Upon the recommendation of the Water Committee, a motion by Director Jack May, and a second by Director Terry Sam Anderson, the Board of Directors voted unanimously to approve this item as presented.

MINUTES – APRIL 25, 2019 PAGE 6

H. Consider authorizing additional engineering services with Gupta and Associates, Inc., in the amount of $257,709.50 on Project No. 101-0510-18, Transmission System Water Quality Analyzers (Please refer to Administrative Memorandum No. 5392)

Director Jack May stated that the Water Committee reviewed this item on April 11, 2019, and voted unanimously to recommend the Board of Directors authorize additional engineering services.

Upon the recommendation of the Water Committee, a motion by Director Jack May and a second by Director Joe Joplin, the Board of Directors voted unanimously to approve this item as presented.

I. Consider authorizing additional engineering services with Alan Plummer Associates, Inc., in the amount of $90,750 for engineering design on Project No. 101-0462-17, Renner Road to Plano Delivery Point No. 2 Pipeline (Please refer to Administrative Memorandum No. 5393)

Upon a motion by Director Lynn Shuyler and a second by Director Rod Hogan, the Board of Directors voted unanimously to approve this item as presented.

BOIS D’ARC LAKE AGENDA ITEMS J. Consider authorizing execution of Amendment No. 6 to Construction Manager At-Risk Agreement for Partial Guaranteed Maximum Price No. 3 with Garney Companies, Inc., in the amount of $77,539,015.27 on Project No. 101-0424-16, Bois d’Arc Lake Raw Water Pipeline (Please refer to Administrative Memorandum No. 5394)

Director Jack May stated that the Water Committee reviewed this item on April 11, 2019, and voted unanimously to recommend the Board of Directors authorize execution of Amendment No. 6 to the Construction Manager At-Risk Agreement. .

Upon the recommendation of the Water Committee, a motion by Director Jack May, and a second by Director Darrell Grooms, the Board of Directors voted unanimously to approve this item as presented.

K. Consider authorizing Amendment No. 10 to Construction Manager At-Risk Agreement for a Partial Guaranteed Maximum Price No. 4 with Garney Companies, Inc., on Project No. 101-0428-16, Leonard Water Treatment Plant High Service Pump Station, as follows: (1) additional funding of $9,438,821.72; (2) set substantial completion date to September 21, 2020, and revise final completion date to May 15, 2021; and, (3) set liquidated damages to $2,500 per day from substantial completion date and $4,000 per day from final completion date (Please refer to Administrative Memorandum No. 5395)

Director Jack May stated that the Water Committee reviewed this item on April 11, 2019, and voted unanimously to authorize execution of Amendment No. 10 to Construction Manager At-Risk Agreement.

MINUTES – APRIL 25, 2019 PAGE 7

Upon the recommendation of the Water Committee, a motion by Director Jack May, and a second by Director Terry Sam Anderson, the Board of Directors voted unanimously to approve this item as presented.

L. Consider authorizing Amendment No. 9 to the Construction Manager At-Risk Agreement; Change Order No. 1 with Garney Companies, Inc., in the amount of $998,997; and ratifications of actions by the Executive Director on Project No. 101- 0358-14, Bois d’Arc Lake Raw Water Pump Station (Please refer to Administrative Memorandum No. 5396)

Director Jack May stated that the Water Committee reviewed this item on April 11, 2019, and voted unanimously to recommend the Board of Directors authorize execution of Amendment No. 9 and Change Order No. 1.

Upon the recommendation of the Water Committee, a motion by Director Jack May and a second by Director Darrell Grooms, the Board of Directors voted unanimously to approve as presented.

WASTEWATER SYSTEM AGENDA ITEMS M. Consider authorizing execution of inspection services agreement with Dietz Engineering in the amount of $252,989 on Project No. 310-0450-17, Muddy Creek Wastewater Treatment Plant Aeration Basin, Odor Control and Backup Power Improvements (Please refer to Administrative Memorandum No. 5397)

Upon a motion by Director Bill Glass and a second by Director Darrell Grooms, the Board of Directors voted unanimously to approve this item as presented.

N. Consider authorizing execution of engineering services agreement with CDM Smith, Inc., in the amount of $17,492,360 for final engineering design on Project No. 301-0426-16, Sister Grove Regional Water Resource Recovery Facility (Please refer to Administrative Memorandum No. 5398)

Director Bill Glass stated the Wastewater Committee reviewed this item on April 11, 2019, and voted unanimously to recommend the Board of Directors authorize execution of the engineering services agreement.

Upon a Board member’s question related to the cost of the engineering services, Assistant Deputy Cesar Baptista confirmed that the estimated cost of the project is $198.5 million, which resulted in engineering basic services at a fee of approximately 6.7%, combined with special services resulted in a total fee of approximately 8.8%. Mr. Kula advised Phase I and II of this project are both 16 MGD.

Upon the recommendation of the Wastewater Committee, a motion by Director Bill Glass, and a second by Director John Carr, the Board of Directors voted unanimously to approve this item as presented.

MINUTES – APRIL 25, 2019 PAGE 8

O. Consider adoption of Resolution No. 19-22 authorizing use of Construction Manager At-Risk Delivery Method under Texas Government Code, Chapter 2269, for Phase I of Sister Grove Regional Water Resource Recovery Facility, Project No. 301-0426-16 (Please refer to Administrative Memorandum No. 5399)

Director Bill Glass stated the Wastewater Committee reviewed this item on April 11, 2019, and voted unanimously to recommend the Board of Directors adopt Resolution No. 19-22 authorizing the use of Construction Manager At-Risk delivery method.

Upon the recommendation of the Wastewater Committee, a motion by Director Bill Glass, and a second by Director Darrell Grooms, the Board of Directors voted unanimously to approve this item as presented.

P. Consider authorizing additional engineering services with CP&Y, Inc., in the amount of $249,472 on Project No. 509-0455-17, Forney Mustang Creek Lift Station, Phase I (Please refer to Administrative Memorandum No. 5400)

Upon a motion by Director Bill Glass and a second by Director Joe Joplin, the Board of Directors voted unanimously to approve this item as presented.

SOLID WASTE SYSTEM AGENDA ITEMS Q. Consider authorizing additional engineering services with Weaver Consultants Group, LLC, in the amount of $45,000 for City of Plano site development application and Texas Commission on Environmental Quality Permit Amendment, Project No. 401-0447-16, Parkway Transfer Station Conversion to Top Load, Permitting Phase (Please refer to Administrative Memorandum No. 5401)

Upon a motion by Director Richard Peasley and a second by Director Lynn Shuyler, the Board of Directors voted unanimously to approve this item as presented.

GENERAL AGENDA ITEMS R. Consider authorizing execution of professional services agreement with Energy Edge Consulting, LLC, in the amount of $75,000 to develop and evaluate requests for proposal for solar energy purchase (Please refer to Administrative Memorandum No. 5402)

Director Marvin Fuller stated that the Policy Committee reviewed this item on April 11, 2019, and voted unanimously to approve this item. Director Fuller noted that this vendor was previously authorized on the approved vendor list and would assist in evaluating the option of solar energy, which should take approximately six months.

Discussion followed related to NTMWD’s current electrical providers and the purchase of solar energy. NTMWD staff advised that more discussion will follow once the evaluation is complete.

MINUTES – APRIL 25, 2019 PAGE 9

Upon the recommendation of the Policy Committee, a motion by Director Marvin Fuller, and a second by Director Darrell Grooms, the Board of Directors voted unanimously to approve this item as presented.

X. DISCUSSION ITEMS

A. Update on Bois d’Arc Lake 1. Construction update

Mr. Kula advised that NTMWD received a cease and desist letter from the U. S. Army Corps of Engineers (USACE) on March 29, 2019, for all earthmoving activities at Riverby Ranch and all other mitigation properties. The order was issued due to concerns with the status of archeological investigations.

Assistant Deputy Mike Rickman advised that NTMWD has submitted requests to resume activities and is working diligently with the USACE, Texas Historical Commission, Caddo Nation and AR Consultants in response to the letter. He indicated a response to NTMWD is expected before mid-May and that additional updates will be provided at the May 2019 Board meeting.

2. Bois d’Arc Lake acquisition program

This item was discussed in Executive Session noted below.

B. 86th Texas legislative session update

Brian Brooks, Process Improvement Advisor, provided a brief update on the status of bills in the 86th Texas legislative session that pertain to NTMWD.

At 4:59 p.m. Board President John Sweeden announced that an Executive Session of the Board of Directors was being called in order to discuss Agenda Items X. A. (2) (above) in a closed session pursuant to Section 551.072 of the Texas Government Code regarding Real Property and to discuss Agenda Item Nos. D. (1-5) and E. (1) in a closed session pursuant to Section 551.071 of the Texas Government Code for consultation with attorney.

Open Session reconvened at 5:57 p.m.

C. Announcement of Nominating Committee for development of recommendation on Board of Directors slate of Officers for 2019-2020

President Sweeden appointed a Special Purpose Committee - Nominating Committee for 2019-2020 Board of Directors Officers consisting of past three Board Presidents as follows:

• Terry Sam Anderson, Chairman • Joe Joplin • Bill Lofland

MINUTES – APRIL 25, 2019 PAGE 10

Mr. Sweeden advised that the Nominating Committee will meet on Thursday, May 16, 2019, at 11:00 a.m. and will provide a recommendation for consideration at the May 2019 Board meeting for the 2019-2020 Board of Directors Officers.

D. Discuss status of Member City contract matters including: 1. Petition of the Cities of Garland, Mesquite, Plano and Richardson Appealing Wholesale Water Rates Implemented by North Texas Municipal Water District, Docket No. 46662 before the Public Utility Commission of Texas 2. Petition of the Cities of Garland, Mesquite, Plano and Richardson Appealing Wholesale Water Rates Implemented by North Texas Municipal Water District, Docket No. 47863 before the Public Utility Commission of Texas 3. Petition of the Cities of Garland, Mesquite, Plano, and Richardson Appealing Wholesale Water Rates Implemented by North Texas Municipal Water District, Docket No. 49043 before the Public Utility Commission of Texas 4. Ex Parte, North Texas Municipal Water District, Cause No. 429-02251- 2018 in the 429th Judicial District, District Court of Collin County, Texas 5. Facilitation with Member Cities Regarding Alternate Cost Methodologies to the Amendatory Water Supply Contract

These items were discussed in Executive Session as noted above.

E. Update on pending litigation involving North Texas Municipal Water District/advice from legal counsel, including:

1. Knight et al. vs. U.S. Army Corps of Engineers, Case No. 18-352-ALM in the U.S. District Court for the Eastern District of Texas, Sherman Division

This item was discussed in Executive Session as noted above.

F. Review of items for follow up raised during meeting

There were none requested.

G. Opportunity for Board members to request potential future agenda items (No substantive discussion of items will take place at this time)

There were none requested.

XI. ADJOURNMENT

There being no further business, the meeting adjourned at approximately 5:58 p.m. The next regular meeting of the NTMWD Board of Directors will be held Thursday, May 23, 2019, at 4:00 p.m. at the North Texas Municipal Water District offices at 501 E. Brown Street, Wylie, Texas.

MINUTES – APRIL 25, 2019 PAGE 11

APPROVED:

______JOHN SWEEDEN, President

ATTEST:

______LARRY PARKS, Secretary

(Seal)

NORTH TEXAS MUNICIPAL WATER DISTRICT 501 E. Brown Street • Wylie, Texas 75098 (972) 442-5405 – Phone • (972) 295-6440 – Fax

MINUTES BOARD OF DIRECTORS SPECIAL MEETING THURSDAY, APRIL 25, 2019 3:00 P.M.

The North Texas Municipal Water District (NTMWD) Board of Directors met in Special Meeting on Thursday, April 25, 2019, at 3:00 p.m. at the John Bunker Sands Wetland Center located at 655 Martin Lane, Seagoville, Texas. Notice of the meeting was legally posted in accordance with Government Code, Title 551, Open Meetings.

AGENDA1

I. CALL TO ORDER

Meeting was called to order at 3:05 p.m.

II. ANNOUNCEMENT OF QUORUM

Secretary Larry Parks announced a quorum was present. Directors absent are noted below.

1 Anderson, Terry Sam 2 Carr, John 3 Crump, George 4 Dyer, Phil Absent 5 Farmer, Joe Arrived at 3:15 p.m. 6 Fuller, Marvin Arrived at 3:40 p.m. 7 Glass, Bill 8 Gordon, Don 9 Grooms, Darrell 10 Hogan, Rod Arrived at 3:30 p.m. 11 Hollifield, David 12 Island, David 13 Johnson, Blair Absent 14 Joplin, Joe 15 Kerr, James 16 Lofland, Bill 17 May, Jack 18 McKissick, Charles 19 Murphy, John Absent MINUTES – BOARD OF DIRECTORS SPECIAL MEETING APRIL 25, 2019 PAGE 2

20 Parks, Larry 21 Peasley, Richard 22 Shuyler, Lynn 23 Sweeden, John 24 Vacant (Mesquite) 25 Vacant (Wylie)

The following NTMWD legal and financial consultants attended the meeting:

• Lauren Kalisek and James Aldredge – Lloyd Gosselink Rochelle & Townsend • Kate Norman – Coffin Renner • Lewis Isaacks and Mark Walsh – Saunders Walsh & Beard • David Medanich and Nick Bulaich – Hilltop Securities

III. DISCUSSION ITEM

A. Informational Session on East Fork Water Reuse Project

Executive Director Tom Kula welcomed guests, the Board of Directors, and spouses in attendance.

John DeFillipo provided historical information on the creation of the East Fork Raw Water Supply (Wetland) project and reviewed the reuse process. He discussed the field study programs with middle/high school students as well as the research project with Baylor University. Mr. DeFillipo highlighted key achievements of the center and staff, discussed the upcoming expansion of the center, and provided information on opportunities to become involved with the Center and upcoming fundraising events.

Attendees were then given the opportunity to tour the Wetland boardwalk.

IV. ADJOURNMENT

There being no further business, the meeting adjourned at approximately 3:45 p.m.

APPROVED:

______JOHN SWEEDEN, President

ATTEST:

______LARRY PARKS, Secretary

(Seal) NORTH TEXAS MUNICIPAL WATER DISTRICT MAY 2019 CONSENT AGENDA ITEM NO. 19-05-03

MONTHLY CONSTRUCTION REPORT

RECOMMENDATION

The Executive Director and NTMWD staff recommend the Board of Directors authorize the Monthly Construction Report in accordance with NTMWD’s Board Policies Manual for project changes greater than $100,000 and less than $300,000.

I. CONSTRUCTION CHANGE ORDERS ONLY

WATER SYSTEM a. None.

WASTEWATER SYSTEM a. Project No. 501-0433-16, Princeton Parallel Force Main Improvements, Change Order No. 4.

Description Amount Days Original Contract Amount $4,132,665.00 330 Prior Change Order(s) Total $132,993.11 118 Proposed Change Order No. 4 County Road (CR) 400 pavement to repair damaged portion of the street paving $120,082.50 25 Proposed Change Order No. 4 Increase $120,082.50 25 Revised Contract Amounts $4,385,740.61 473

Original Completion Dates: Substantial – December 3, 2018; Final – February 1, 2019 Revised Completion Dates: Substantial – April 5, 2019; Final – June 24, 2019

Funding in the amount of $120,082.50 for Change Order No. 4 to Wildstone Construction, LLC, is available in the Upper East Fork Interceptor System 2017 Construction Fund. SOLID WASTE SYSTEM a. None.

II. AUTHORIZATION TO ISSUE CONSTRUCTION FINAL PAYMENT ONLY Work on the following projects is substantially complete with only minor deficiencies remaining. Final payment in the total amounts shown will be made on these projects when completion of all deficiency items is verified. CONSENT AGENDA ITEM NO. 19-05-03 PAGE 2

WATER SYSTEM a. None.

WASTEWATER SYSTEM a. None.

SOLID WASTE SYSTEM a. None.

III. CONSTRUCTION CHANGE ORDER AND AUTHORIZATION TO ISSUE FINAL PAYMENT ONLY

Work on the following projects is substantially complete with only minor deficiencies remaining. Final payment in the total amounts shown will be made on these projects when all work associated with the change order shown on the tabulation shall have been completed and accepted, and completion of all deficiency items is verified.

WATER SYSTEM a. None.

WASTEWATER SYSTEM a. Project No. 308-0398-15, Sabine Creek Wastewater Treatment Plant Expansion to 3 MGD, Change Order No. 12 and Change Order No. 13

Description Amount Days Original Contract Amount $9,162,200.00 540 Prior Change Order(s) Total $170,112.04 236 Proposed Change Order No. 12 Additional ultraviolet (UV) system training $2,415.00 Purchase of 18-inch knife gate valve on lift station force main $15,208.00 Proposed Change Order No. 12 Increase $17,623.00 0 Proposed Change Order No. 13 Bid Item No. 2 - Allowance for payment to manufacturer of cloth disc filter ($2,563.20) Bid Item No. 4 - Flex Base Roadway quantity adjustment ($20,400.00) Bid Item No. 5 - Reinforced Concrete Sidewalk quantity adjustment ($31,500.00) Bid Item No. 6 - Reinforced Concrete Roadway/Driveway quantity adjustment ($36,600.00) Additional calendar days to final completion 120 Proposed Change Order No. 13 ($91,063.20) 120 Final Contract Amounts $9,258,871.84 896

Original Completion Dates: Substantial – April 2, 2018; Final – June 1, 2018 Revised Completion Dates: Substantial – November 24, 2018; Final – May 23, 2019 CONSENT AGENDA ITEM NO. 19-05-03 PAGE 3

Funding in the amount of ($73,440.20) for Change Order No. 12 and 13 to Gracon Construction, Inc. will be credited back to the Sabine Creek Wastewater Treatment Plant 2016 Construction Fund.

SOLID WASTE SYSTEM a. Project No. 401-0476-17 Maxwell Creek Landfill Environmental Controls, 2018 Passive Landfill Gas System Installation, Change Order No. 3

Description Amount Days Original Contract Amount $942,400.00 150 Prior Change Order(s) Total $149,482.20 75 Change Order No. 3 Site preparation work $7,500.00 0 Additional turbine ventilator head $350.00 0 Additional chain link fence $14,000.00 0 Additional mow strip $30,187.50 0 Deletion of barb wire fence ($6,000.00) 0 Change Order No. 3 Increase $46,037.50 0 Final Contract Amounts $1,137,919.70 225

Original Completion Dates: Substantial – February 6, 2019; Final – March 8, 2019 Revised Completion Dates: Substantial – April 22, 2019; Final – May 22, 2019

Funding in the amount of $46,037.50 for Change Order No. 3 to Advance One Development, LLC. is available in the Regional Solid Waste System Capital Improvement Fund.

IV. AMENDMENTS TO ENGINEERING, INSPECTION AND/OR LEGAL SERVICES ONLY:

WATER SYSTEM a. None.

WASTEWATER SYSTEM a. None.

SOLID WASTE SYSTEM a. None.

NORTH TEXAS MUNICIPAL WATER DISTRICT MAY 2019 CONSENT AGENDA ITEM NO. 19-05-04

REGIONAL WATER SYSTEM BOIS D’ARC LAKE PROGRAM MANAGEMENT PROJECT NO. 101-0374-14

ADDITIONAL LEGAL SERVICES

PURPOSE OF THIS ACTION

Authorize additional legal services to provide legal assistance for amendments to the existing Construction Manager At-Risk (CMAR) agreements and other program contract legal matters.

RECOMMENDATION

The Executive Director and NTMWD staff recommend the Board of Directors authorize additional legal services as follows:

Consultant: Saunders, Walsh & Beard (SW&B)

Scope: Legal Services

Project: No. 101-0374-14, Bois d’Arc Lake (BDL) Program Management

Amount: $50,000

DRIVER(S) FOR THIS PROJECT

☐ Regulatory Compliance ☐ Asset Condition ☒ Capacity ☐ Redundancy/Resiliency ☐ ☐ Relocation or External Requests Operational Efficiency ☐ Safety ☐ Administrative ☐ Policy ☐ Other ______

BACKGROUND

PROJECT PURPOSE • Provide program management and coordination of more than 20 design and construction projects under the BDL program • Prepare agreement and standard contract general condition templates for use between NTMWD and selected partners for a Construction Manager At-Risk (CMAR) project delivery approach within the BDL program • Modify the standard documents to be used for a CMAR contract CONSENT AGENDA ITEM NO. 19-05-04 PAGE 2

• Provide legal assistance during the CMAR proposal and selection process • Provide legal assistance for changes to CMAR contracts

ADDITIONAL LEGAL SERVICES • As has been discussed previously with the Board, the BDL program has been separated into five major construction efforts, each to be led by a CMAR or, in the case of the Mitigation Property, a mitigation Full Service Provider (FSP) contractor. SW&B has been the principal legal firm providing legal assistance to NTMWD as the CMARs and FSP have moved from the preconstruction phase to the procurement phase and then into the construction phase. • The procurement process undertaken by the CMARs is different for each area of work and depends on how the CMAR elects to bid out the work. Each group of bid packages requires the CMAR to submit a Guaranteed Maximum Price (GMP) to NTMWD for Board authorization and funding. SW&B prepares a CMAR amendment for each GMP submitted by the CMAR. NTMWD staff requires additional legal assistance in developing the future GMP amendments. • SW&B will prepare other amendments to the CMAR contracts that deal mainly with contractual matters. An example of this type of amendment is the specific language required by the Texas Water Development Board (TWDB). • At least ten major GMP amendments are planned in 2019 to have the entire scope of the BDL program under contract. NTMWD staff anticipates the legal effort scoped in this request to be sufficient to prepare the CMAR contract amendments remaining in the BDL program.

LEGAL SERVICES FEE

Description Amount Original Legal Services $15,000 Prior Additional Services $397,000 Proposed Additional Services $50,000 Revised Amount $462,000

FUNDING

FUND(S): Regional Water System Capital Improvement Fund

NORTH TEXAS MUNICIPAL WATER DISTRICT

MAY 2019 CONSENT AGENDA ITEM NO. 19-05-05

REGIONAL WATER SYSTEM BOIS D’ARC LAKE PROGRAM MANAGEMENT PROJECT NO. 101-0374-14

PROGRAM MANAGEMENT SERVICES AGREEMENT ADDITIONAL SERVICES

PURPOSE OF THIS ACTION

Authorize funding to provide outsourced Program Management Services required for the Bois d’Arc Lake facilities projects and continued cultural resources coordination with the U. S. Army Corps of Engineers Tulsa District.

RECOMMENDATION

The Executive Director and NTMWD staff recommend the Board of Directors authorize additional program management services to the existing Program Management Services Agreement as follows:

Consultant: Freese and Nichols, Inc. (FNI)

Scope: Additional Program Management Services

Project: No. 101-0374-14, Bois d’Arc Lake (BDL) Program Management

Amount: $230,000

DRIVER(S) FOR THIS PROJECT

☐ Regulatory Compliance ☐ Asset Condition ☒ Capacity ☐ Redundancy/Resiliency ☐ ☐ Relocation or External Requests Operational Efficiency ☐ Safety ☐ Administrative ☐ Policy ☐ Other ______

PROJECT PURPOSE • Provide program oversight for the coordination of more than 20 design and construction projects under the BDL program. CONSENT AGENDA ITEM NO. 19-05-05 PAGE 2

• Program Management services for the BDL were authorized by the Board in November 2014 for one year, with the intent of authorizing additional services on an annual and as needed basis. • Additional program management services have been authorized each year as required and when required. Examples of services added in the past to program management scopes of work are power supply coordination, roadway project management, pipeline routing analysis, surveying and design standards development. • The additional program management services detailed below are necessary in order to advance the operations center, boat ramps, and cultural resource projects to meet the year 2022 completion schedule for the program.

ADDITIONAL PROGRAM MANAGEMENT SERVICES • FACILITIES PROJECT MANAGER (includes the lake operations center, dam maintenance building and boat ramps) (New service request) o Attend monthly design meetings with NTMWD staff, the Construction Manager At-Risk (CMAR) and design consultants o Attend stakeholder meetings o Provide quality assurance level reviews of the facilities plans, schedules, and budgets for conformance with the goals and objectives of the BDL program o Organize and run design submittal review meetings o Represent NTMWD as the technical lead for the operations center, dam maintenance facility and the boat ramps o Review design consultants invoices and recommend payment o Monitor and coordinate as necessary NTMWD’s boat ramp property acquisition effort with the design consultant • CULTURAL RESOURCE AND PERMIT PROJECT COORDINATOR (New service request) o Coordinate with NTMWD’s Bois d’Arc Lake Project Manager regarding the Clean Water Act (CWA) Section 404 permit conditions o Coordinate with NTMWD’s Permit Manager as required on the CWA Section 404 permit. o Communicate bi-weekly with the U.S. Army Corps of Engineers (USACE) Tulsa District project manager o Track and report the status of all archeology submittals to USACE Tulsa District project manager on all archeological efforts related to the program. Report shall include dates of submittals to USACE, review status within each Programmatic Agreement (PA) signatory agency, and resolutions to comments from PA signatories o Track and report the status of archeological testing and mitigation efforts (archeological field work) and identify schedule risks to the BDL program schedule o Manage the weekly archeological status conference call with the USACE staff o Attend up to four meetings in Tulsa with the USACE staff as required o Attend up to four cultural resources site visits as required.

The NTMWD staff has reviewed the fees proposed by FNI and recommends them as representative of the anticipated effort required for the BDL Program. The current program management fee was based on estimated man-hour requirements developed during meetings between NTMWD staff and FNI. NTMWD staff continues to coordinate and direct the efforts of the Program Manager, requesting assistance as required and optimizing the work effort to achieve the program goals.

CONSENT AGENDA ITEM NO. 19-05-05 PAGE 3

PROGRAM MANAGEMENT SERVICES FEE

DESCRIPTION AMOUNT Original ESA $450,000 Prior Additional Services $14,899,655 Proposed Additional Services $230,000 Revised ESA Amount $15,579,655

FUNDING

FUND(S): Funding in the amount of $230,000.00 is to be made available in the Regional Water System SWIFT Construction Funds contingent upon Texas Water Development Board approval of the additional services and release of funding.

NORTH TEXAS MUNICIPAL WATER DISTRICT MAY 2019 CONSENT AGENDA ITEM NO. 19-05-06

REGIONAL WATER SYSTEM WYLIE WATER TREATMENT PLANT WATER SYSTEM OPERATIONS CENTER PROJECT NO. 101-0352-14

LEGAL SERVICES

PURPOSE OF THIS ACTION

Authorize legal services with Saunders, Walsh & Beard, regarding execution of the post- termination, final payment and release agreement with Ratcliff Constructors, LP, for the Wylie Water Treatment Plant Water System Operations Center.

RECOMMENDATION

The Executive Director and NTMWD staff recommend the Board of Directors authorize legal services as follows:

Consultant: Saunders, Walsh & Beard

Scope: Legal Services

Project: No. 101-0352-14, Wylie Water Treatment Plant (WTP) Water System Operations Center

Amount: $10,000

DRIVER(S) FOR THIS PROJECT

☐ Regulatory Compliance ☐ Asset Condition ☐ Capacity ☐ Redundancy/Resiliency ☐ ☐ Relocation or External Requests Operational Efficiency ☐ Safety ☒ Administrative ☐ Policy ☐ Other ______

PROJECT PURPOSE • Construction of a centralized water system management and operations center to house approximately 16,000 square-feet of employee offices and workspaces. The facility will meet the projected needs of the Water Division at the Wylie Water Treatment Plant for water system treatment, transmission, supervisory control and data acquisition (SCADA) and personnel training. CONSENT AGENDA ITEM NO. 19-05-06 PAGE 2

PROJECT ISSUES • In February 2019, the NTMWD staff advised the Board of the termination of the construction contract by Ratcliff Constructors, LP (Ratcliff). Administrative Memorandum No. 5344 authorized re-bid of the project. The termination by Ratcliff was predicated upon the project being “suspended for over 90 consecutive days,” which was necessitated by the delays associated with obtaining the zoning change from the City of Wylie. City staff have approved issuance of the construction permit pending a preconstruction meeting with the selected contractor.

LEGAL SERVICES • Provide legal assistance to NTMWD staff during the process to terminate the construction contract with Ratcliff Constructors, LP. Services include: o Coordination with legal counsel for the contractor; o Draft post-termination, final payment and release agreement and supporting documents; o Legal support during meetings and coordination with the contractor and o Final review of all agreement and final payment documents.

LEGAL SERVICES FEE

Description Amount Legal Services $10,000 Requested Amount $10,000

FUNDING

FUND(S): Regional Water System Capital Improvement Fund

NORTH TEXAS MUNICIPAL WATER DISTRICT

MAY 2019 CONSENT AGENDA ITEM NO. 19-05-07

UPPER EAST FORK INTERCEPTOR SYSTEM MCKINNEY LIFT STATION IMPROVEMENTS PROJECT NO. 501-0502-18

RESOLUTION NO. 19-25

CONVEYANCE OF PERMANENT EASEMENT

PURPOSE OF THIS ACTION

Authorize conveyance of easement necessary for Oncor Electric to provide power to the proposed McKinney Lift Station.

RECOMMENDATION

The Executive Director and NTMWD staff recommend the Board of Directors:

1) Authorize the Executive Director to execute a permanent easement with Oncor Electric Delivery Company, LLC (Oncor); and,

2) Adopt Resolution No. 19-25, “A Resolution for Conveyance of Property at the McKinney Lift Station in the form of a 0.161 acre Permanent Easement to Oncor Electric Delivery Company, LLC, Project No. 501-0502-18.”

Scope: Conveyance of a permanent easement to Oncor Electric Delivery Company, LLC

Project: No. 501-0502-18, McKinney Lift Station Improvements

Amount: $0

DRIVER(S) FOR THIS PROJECT

☐ Regulatory Compliance ☐ Asset Condition ☒ Capacity ☐ Redundancy/Resiliency ☐ Relocation or External Requests ☐ Operational Efficiency ☐ ☐ Safety Administrative ☐ Other ☐ Policy

BACKGROUND

PROJECT PURPOSE • Convey a permanent easement to Oncor in order to provide a permanent Oncor overhead electric power transmission line to the McKinney Lift Station. CONSENT AGENDA ITEM NO. 19-05-07 PAGE 2

• The requested easement along with the survey plat is available for review upon request.

FUNDING

FUND(S): None required

NORTH TEXAS MUNICIPAL WATER DISTRICT

RESOLUTION NO. 19-25

A RESOLUTION FOR CONVEYANCE OF PROPERTY AT THE MCKINNEY LIFT STATION IN THE FORM OF A 0.161 ACRE PERMANENT EASEMENT TO ONCOR ELECTRIC DELIVERY COMPANY, LLC PROJECT NO. 501-0502-18

WHEREAS, the NTMWD Board of Directors has authorized the engineering design and construction of the McKinney Lift Station Improvements, Project No. 501- 0502-18; and,

WHEREAS, it is necessary to convey a permanent easement to provide for permanent electric power service to the lift station; and,

WHEREAS, adequate property is available at the lift station site for this conveyance.

NOW, THEREFORE, THE BOARD OF DIRECTORS IN A REGULAR MEETING RESOLVES THAT:

1. There is a public need for, and the public welfare and convenience are to be served by the conveyance of NTMWD property to facilitate construction of an electric power line to the McKinney Lift Station.

2. It is the recommendation of the Executive Director and NTMWD staff that the Board authorize conveyance of a 0.161 acre easement located at the McKinney Lift Station to Oncor Electric Delivery Company, LLC (Oncor). 3. The Executive Director is authorized to execute the permanent easement document agreement with Oncor.

THIS RESOLUTION ADOPTED BY THE NTMWD BOARD OF DIRECTORS IN A REGULAR MEETING ON MAY 30, 2019, IN THE ADMINISTRATIVE OFFICES OF THE NTMWD, WYLIE, TEXAS.

______LARRY PARKS, Secretary JOHN SWEEDEN, President

(Seal)

NORTH TEXAS MUNICIPAL WATER DISTRICT

RESOLUTION NO. 19-27

A RESOLUTION COMMENDING DIRECTOR BILL LOFLAND FOR 21 YEARS OF SERVICE AS A MEMBER OF THE NTMWD BOARD OF DIRECTORS

WHEREAS, Bill Lofland was appointed to the NTMWD Board of Directors in 1984 and again in 2001 representing the City of Rockwall; and,

WHEREAS, Mr. Lofland has served the NTMWD for 21 years continuing the legacy of service started by his grandfather, J.O. Wallace, who served as a charter member of the Board of Directors and subsequently for nearly 30 years; and,

WHEREAS, during Mr. Lofland’s tenure of service, he served as the NTMWD Board President, Vice President, and Secretary. Mr. Lofland also served as Chairman of the Executive, Water, Wastewater and Legislative Committees and has served on every standing Committee of NTMWD; and,

WHEREAS, Mr. Lofland has worked for the betterment of the NTMWD region and the City of Rockwall during his tenure in office; and,

WHEREAS, during Mr. Lofland’s tenure as President of the Board from 2013-14 he was instrumental in assuring NTMWD would provide the highest quality water through his support of conversion to ozone as a primary disinfectant and initial design for conversion to biologically active filtration, and he worked to ensure adequate water supplies following severe drought through his support of projects to dredge Lavon Lake and Jim Chapman Lake. Mr. Lofland demonstrated leadership in initiating policies to advance the District’s commitment to transparency and led the District during the transition to a new Executive Director.

NOW, THEREFORE, BE IT RESOLVED BY THE BOARD OF DIRECTORS OF THE NORTH TEXAS MUNICIPAL WATER DISTRICT THAT:

Bill Lofland has served as a distinguished Director of the North Texas Municipal Water District from 1984 to 1987 and from 2001 to 2019 by sincere and honest efforts to improve and enhance NTMWD programs and activities. The thanks of the NTMWD Board of Directors, staff, and cities served cannot express the true appreciation deserved.

THIS RESOLUTION PASSED BY THE NTMWD BOARD OF DIRECTORS ON THIS THE 30TH DAY OF MAY 2019.

LARRY PARKS, Secretary JOHN SWEEDEN, President

(SEAL)

NORTH TEXAS MUNICIPAL WATER DISTRICT

RESOLUTION NO. 19-28

A RESOLUTION COMMENDING DIRECTOR JOHN SWEEDEN FOR SERVICE AS PRESIDENT OF THE NTMWD BOARD OF DIRECTORS

WHEREAS, John Sweeden has served as President of the NTMWD Board of Directors from June 1, 2018, through May 30, 2019; and,

WHEREAS, during Mr. Sweeden’s tenure as President of the Board, he led the District as it began construction of Bois d’Arc Lake, the first major lake to be built in Texas in nearly 30 years. This project also includes the Leonard Water Treatment Plant and Riverby Ranch mitigation; and,

WHEREAS, during Mr. Sweeden’s tenure as President of the Board, the District began engineering design on the Sister Grove Water Resource Recovery Facility, which will serve the projected growth in Collin County for several decades; and,

WHEREAS, during Mr. Sweeden’s tenure as President of the Board, the adopted budget included a change in the budgeting methodology taking into account trends in water use and refined execution of NTMWD’s large capital program; and,

WHEREAS, Mr. Sweeden has always been mindful of the interests of the NTMWD and has worked tirelessly to advance the vision and mission of the NTMWD; and,

WHEREAS, Mr. Sweeden has provided outstanding leadership and guidance to the NTMWD Board of Directors and staff.

NOW, THEREFORE, BE IT RESOLVED BY THE BOARD OF DIRECTORS OF THE NORTH TEXAS MUNICIPAL WATER DISTRICT THAT:

The Board of Directors hereby expresses its gratitude to John Sweeden for his leadership and guidance during his tenure as President of the NTMWD Board of Directors. The thanks of the NTMWD Board of Directors, staff, and cities served cannot express the true appreciation deserved.

THIS RESOLUTION PASSED BY THE NTMWD BOARD OF DIRECTORS ON THIS THE 30TH DAY OF MAY 2019.

LARRY PARKS, Secretary DON GORDON, Vice-President

(SEAL) NORTH TEXAS MUNICIPAL WATER DISTRICT MAY 2019 ADMINISTRATIVE MEMORANDUM NO. 5403

REGIONAL WATER SYSTEM NORTH GARLAND PIPELINES CONDITION ASSESSMENT

PROJECT NO. 101-0519-18

ENGINEERING SERVICES AGREEMENT NORTH GARLAND TRANSMISSION SYSTEM HYDRAULIC OPTIMIZATION PRELIMINARY ENGINEERING

PURPOSE OF THIS ACTION

Authorize funding for preliminary engineering services to evaluate various hydraulic scenarios in the North Garland Transmission System and identify short-term and long-term recommendations to optimize system operations.

RECOMMENDATION

The Executive Director and NTMWD staff recommend the Board of Directors authorize the Executive Director to execute an engineering services agreement (ESA) as follows:

Consultant: Halff Associates, Inc.

Scope: North Garland Transmission System Hydraulic Optimization Preliminary Engineering Design

Project: No. 101-0519-18, North Garland Pipelines Condition Assessment

Amount: $ 315,800

This item will be on the May 30, 2019, Water Committee meeting agenda.

DRIVER(S) FOR THIS PROJECT

☐ Regulatory Compliance ☐ Asset Condition ☐ Capacity ☒ Redundancy/Resiliency ☐ ☒ Relocation or External Requests Operational Efficiency ☐ Safety ☐ Administrative ☐ Policy ☐ Other ______

ADMINISTRATIVE MEMORANDUM NO. 5403 PAGE 2

BACKGROUND

• A condition assessment of the 60- and 72-inch North Garland Pipelines is currently in progress as staff continues ongoing management of linear assets in the Water System. • The proposed assessment will evaluate various system operational conditions for optimization and identify physical improvements necessary to ensure reliability of the pipelines. • This evaluation will build on the 2010 Water System Capital Improvement Program Update, which included a transmission system pressure study.

PROJECT PURPOSE • Evaluate hydraulic scenarios in the North Garland Transmission System and identify short- term and long-term recommendations to optimize system operations.

PROJECT COMPONENTS • Review transmission system data, information, and operational requirements • Perform hydraulic analysis simulations for operation of the high service pump stations. Identify short-term and long-term solutions to optimize hydraulics and identify project needs • Develop scope, design requirements, and costs for recommended projects • Document recommendations in a technical report

BASIC SERVICES • Collect and monitor pertinent transmission system data • Generate standard operating procedures

SPECIAL SERVICES • None

ENGINEERING SERVICES FEE

DESCRIPTION AMOUNT Basic Services $315,800 Special Services $0

Requested Amount $315,800

FUNDING

FUND(S): Regional Water System Capital Improvement Fund

NORTH TEXAS MUNICIPAL WATER DISTRICT MAY 2019 ADMINISTRATIVE MEMORANDUM NO. 5404

REGIONAL WATER SYSTEM WYLIE WATER TREATMENT PLANT IV FILTER GALLERY WALL STRUCTURAL EVALUATION PROJECT NO. 101-0422-16

RESOLUTION NO. 19-29

AUTHORIZATION TO USE COMPETITIVE SEALED PROPOSAL PROCUREMENT METHOD

PURPOSE OF THIS ACTION

Authorize the use of competitive sealed proposal procurement method for the Water Treatment Plant IV filter wall repairs.

RECOMMENDATION

The Executive Director and NTMWD staff recommend the Board of Directors adopt Resolution No. 19-29, “A Resolution Authorizing Use of the Competitive Sealed Proposal Procurement Method under Texas Government Code Chapter 2269 for the Wylie Water Treatment Plant (WTP) IV Filter Gallery Wall Structural Evaluation, Project No. 101-0422-16.”

Consultant: N/A

Scope: Use of competitive sealed proposal methodology to select a contractor for the wall repairs

Project: No. 101-0422-16, Wylie Water Treatment Plant (WTP) IV Filter Gallery Wall Structural Evaluation

Amount: None

This item will be on the May 30, 2019, Water Committee meeting agenda.

DRIVER(S) FOR THIS PROJECT

☒ Regulatory Compliance ☒ Asset Condition ☐ Capacity ☐ Redundancy/Resiliency ☐ ☐ Relocation or External Requests Operational Efficiency ☐ Safety ☐ Administrative ☐ Policy ☐ Other ______

ADMINISTRATIVE MEMORANDUM NO. 5404 PAGE 2

BACKGROUND

• The filter complex at WTP IV was placed into service in 2008. • Some of the filter concrete walls, particularly within the valve and pipe galleries, have developed cracking that has resulted in significant water leakage into the galleries. • The design consultant, JQ Infrastructure, LLC, is in the process of completing the final design for the wall repairs. Due to the complexity of the tasks associated with the repairs, it is advantageous to the NTMWD to select a contractor based on qualifications as well as price in lieu of the low bid process.

COMPETITIVE SEALED PROPOSAL PROCUREMENT METHOD

• The Competitive Sealed Proposal (CSP) alternate procurement method allows NTMWD staff the flexibility to establish weighted selection criteria for contractor selection that includes price, experience, equipment, past performance, safety record, and/or financial stability. Other factors that may be considered include change order history, schedule and approach to the project. This method is recommended due to the performance requirements of repairing the filter gallery walls at WTP IV. This project is very complex with an estimated duration of over two years. The selected contractor would need to establish project controls and a work plan that would keep the plant operational while performing repairs between the scheduled shutdowns of October through June. Additionally, the contractor would need to have personnel adept at concrete installation, concrete injection & coating materials, as well as testing procedures related to the approval of the installed media to ensure plant water quality parameters are met. • In 2011, the Texas Legislature enacted legislation that allows public entities such as NTMWD to elect to operate under the new Chapter 2269 of the Texas Government Code, which authorizes the use of alternate procurement methods for construction projects, including CSP. The advantages of CSP include better value through evaluated contractor selection, discouragement of participation by marginal contractors, ability to take the best value offer, and the opportunity to negotiate with the top candidate. • In examining the ability to use this alternate delivery method, legal counsel has advised of the statutory need for the NTMWD Board of Directors to specifically elect to utilize the alternate delivery methods set forth in Chapter 2269 instead of the usual procurement requirements for this particular project. The Executive Director and NTMWD staff recommend the Board specifically authorize the use of the CSP Delivery Method and to supersede for this project the operation of any other applicable law, rule, or regulation governing competitive bidding by the NTMWD. Provided the Board approves this alternate delivery method, NTMWD staff and JQ Infrastructure, LLC. will immediately begin the process with the goal of presenting a recommendation to the Board of Directors at the October 2019 Board meeting regarding the construction of WTP IV filter gallery wall repairs.

FUNDING

FUND(S): None

NORTH TEXAS MUNICIPAL WATER DISTRICT

RESOLUTION NO. 19-29

A RESOLUTION AUTHORIZING USE OF THE COMPETITIVE SEALED PROPOSAL PROCUREMENT METHOD UNDER TEXAS GOVERNMENT CODE CHAPTER 2269 FOR THE WYLIE WATER TREATMENT PLANT (WTP) IV FILTER GALLERY WALL STRUCTURAL EVALUATION PROJECT NO. 101-0422-16

BE IT RESOLVED BY THE BOARD OF DIRECTORS OF NORTH TEXAS MUNICIPAL WATER DISTRICT THAT:

1. The North Texas Municipal Water District (NTMWD) authorizes the use of the Competitive Sealed Proposal Procurement Method under Chapter 2269 of the Texas Government Code for the Wylie Water Treatment Plant (WTP) IV Filter Gallery Wall Structural Evaluation, Project No. 101-0422-16. The NTMWD, through this resolution, specifically elects to be governed by Chapter 2269 of the Texas Government Code solely for the procurement of the Wylie WTP IV Filter Gallery Wall Structural Evaluation project referenced above, superseding any other applicable law, rule, or regulation governing competitive bidding by the NTMWD for this project.

2. This resolution shall take effect and be in full force and effect from and after the date of its adoption, and it is so resolved that all resolutions of the Board of Directors of the NTMWD in conflict herewith are hereby amended or repealed to the extent of such conflict.

THIS RESOLUTION ADOPTED BY THE NTMWD BOARD OF DIRECTORS IN A REGULAR MEETING ON MAY 30, 2019, IN THE ADMINISTRATIVE OFFICES OF THE NTMWD, WYLIE, TEXAS.

______LARRY PARKS, Secretary JOHN SWEEDEN, President

(SEAL) Skyview Dr.

WTP IV Filter Complex

Eubanks Ln.

Hwy 78

Legend Filter Complex

Wylie WTP IV Filter Gallery Wall Structural Evaluation Project No. 101-0422-16 Administrative Memorandum No. 5404 Ü NORTH TEXAS MUNICIPAL WATER DISTRICT MAY 2019 ADMINISTRATIVE MEMORANDUM NO. 5405

REGIONAL WATER SYSTEM RENNER ROAD TO PLANO DELIVERY POINT NO. 2 PIPELINE PROJECT NO. 101-0462-17

TABULATION OF BIDS AND AWARD OF CONTRACT

PURPOSE OF THIS ACTION

Award a contract for construction of approximately 8,000 linear (1.5 miles) feet of 24-inch and 30- inch water transmission pipeline from the intersection of Shiloh Road and Renner Road to the Plano Delivery Point No. 2 at 14th Street and Del Sol Drive.

RECOMMENDATION

The Executive Director, NTMWD staff and Alan Plummer Associates, Inc., recommend the Board of Directors authorize the award of a contract as follows:

Contractor: McKee Utility Contractors, Inc.

Scope: Construction

Project: No. 101-0462-17, Renner Road to Plano Delivery Point No. 2 Pipeline

Amount: $6,279,290

This item will be on the May 30, 2019, Water Committee meeting agenda.

DRIVER(S) FOR THIS PROJECT

☐ Regulatory Compliance ☐ Asset Condition ☒ Capacity ☐ Redundancy/Resiliency ☐ ☐ Relocation or External Requests Operational Efficiency ☐ Safety ☐ Administrative ☐ Policy ☐ Other ______

BACKGROUND

PROJECT PURPOSE • Provides additional treated water transmission capacity to Plano Delivery Point No. 2 • Plano Delivery Point No. 1 has been decommissioned and is no longer in service. Previous Plano Delivery Point No. 1 demand has been shifted to Plano Delivery Point No. 2. Shifted demand and projections indicate additional capacity needs at Plano Delivery Point No. 2. ADMINISTRATIVE MEMORANDUM NO. 5405 PAGE 2

• The pipeline will deliver water from the NTMWD Shiloh Road pump station located in Richardson. • Sealed bids were received for this project in October 2018 and were rejected in December 2018 due to the high costs received from three contractors. The combination of clarifying the plans and increased effort in the contractor outreach resulted in a reduction of $306,305 from the bids received in October 2018.

PROJECT COMPONENTS • Construction of approximately 8,000 linear feet (LF) of 24-inch and 30-inch water transmission pipeline from the intersection of Shiloh Road and Renner Road to the Plano Delivery Point No. 2 at 14th Street and Del Sol Drive. • The pipeline will generally parallel the existing 14-inch pipeline built along Shiloh Road in 1969. • Construction includes isolation valves, air valves, blow-off valves, cathodic protection, and associated appurtenances.

TABULATION OF BIDS

Sealed bids for construction of the Renner Road to Plano Delivery Point No. 2 Pipeline were received at 2:00 p.m. on Thursday, May 2, 2019, as tabulated below:

Bidder Total Bid Recommendation Lowest responsible bidder McKee Utility Contractors, Inc. $6,279,290 Recommended for Award

S.J. Louis Construction of Texas, Ltd. $6,397,111

BAR Constructors, Inc. $6,585,020

Thalle Construction Company, Inc. $7,014,813

BELT Construction, Inc. $7,173,227

ENGINEER’S OPINION OF $6,000,000 PROBABLE CONSTRUCTION COST

LOWEST RESPONSIBLE BIDDER HISTORY

McKee Utility Contractors, Inc. is currently in construction on one project for the NTMWD, and similar projects for other utilities: • Project No. 501-0466-17, Rowlett Creek Parallel Trunk Sewer Extension - $3,695,000 • City of Norman, Oklahoma: Lindsay Street Waterline, 24-inch Waterline Extension, $3,109,190.00 • City of Stillwater, Oklahoma: Project 15WC04 Two Mile 18-inch Waterline Extension - $4,364,910.00 (in progress) ADMINISTRATIVE MEMORANDUM NO. 5405 PAGE 3

• Oklahoma City, Oklahoma: Project WC-0829 36-inch Waterline Extension - $6,295,000.00 (in progress)

Based on their standing as lowest responsible bidder, the information provided, and reports by the supplied references, the NTMWD staff and Alan Plummer Associates, Inc., recommend award of the contract to McKee Utility Contractors, Inc.

FUNDING

FUND(S): Regional Water System 2016 Construction Fund.

State Hwy 5 StateHwy

Parker Plano No.2

!( 14th St. (544) Murphy Plano US75 Hwy Ú[ Murphy DART ROW Crossing Booster 14" Renner Rd. to Plano No.2 24" Pipeline Shiloh Shiloh Rd.

Renner Rd. 30"/42"

Richardson

Ú[

Shiloh Pump Station S Sachse ta te LEGEND H w City of Ú[ y Existing Pump Station 1 Garland 90 !( Existing Delivery Point Existing water lines Proposed pipeline 0 0.25 0.5 0.75 1 Miles

Renner Rd. to Plano Delivery Point No. 2 Pipeline Project No. 101-0462-17 Administrative Memorandum No. 5405 Ü NORTH TEXAS MUNICIPAL WATER DISTRICT MAY 2019 ADMINISTRATIVE MEMORANDUM NO. 5406

REGIONAL WATER SYSTEM SOUTH SYSTEM AIR VALVE IMPROVEMENTS PHASE II PROJECT NO. 101-0467-17

TABULATION OF BIDS AND AWARD OF CONTRACT

PURPOSE OF THIS ACTION

Award a construction contract for the replacement of 137 combination air valves with new 2, 4, 6, and 8-inch combination air valve assemblies, and construct manholes and vent piping in the South Transmission System.

RECOMMENDATION

The Executive Director, NTMWD staff and CP&Y, Inc., recommend the Board of Directors authorize the award of a contract as follows:

Contractor: Canary Construction, Inc.

Scope: Construction

Project: No. 101-0467-17, South System Air Valve Improvements Phase II

Amount: $3,680,919

This item will be on the May 30, 2019, Water Committee meeting agenda.

DRIVER(S) FOR THIS PROJECT

☒ Regulatory Compliance ☒ Asset Condition ☐ Capacity ☐ Redundancy/Resiliency ☐ ☐ Relocation or External Requests Operational Efficiency ☐ Safety ☐ Administrative ☐ Policy ☐ Other ______

BACKGROUND

• Air release valves serve a critical purpose in protecting a water transmission system, as they allow air to escape from and be admitted into a pipeline. When the pipelines included in this administrative memorandum were constructed, they complied with the then-current state regulations. ADMINISTRATIVE MEMORANDUM NO. 5406 PAGE 2

• Current Texas Commission on Environmental Quality (TCEQ) rules and regulations for design of water transmission systems include the venting of air release valves above grade. • While the current air valve installations provide the needed hydraulic protection for the piping systems, there is a need to upgrade installations to current TCEQ requirements. • The South System Air Valve Improvements was split into two phases. Phase I consists of replacing 58 existing combination air valves with new combination air valve assemblies, constructing 13 new manhole assemblies, upsizing 55 manholes, and is currently under construction.

PROJECT PURPOSE • Air valves, vents, manholes and supporting appurtenances are required on the following South System pipelines to meet the TCEQ regulations: o Garland Mesquite Phase I 60-inch Pipeline o Garland Mesquite Phase II 72-inch Pipeline o North Garland No. 2 72-inch Pipeline o North Garland 60-inch Pipeline o Wylie Garland Dallas 36-inch Pipeline o Wylie Plano 14-inch Pipeline o Dallas to Mesquite 14-inch Pipeline o Apollo to Casa View 42-inch Pipeline o Shiloh to Apollo 60-inch Pipeline o City of Richardson Custer to North 30-inch Pipeline

PROJECT COMPONENTS • Replace 137 existing combination air valves with new 2, 4, 6 and 8-inch combination air valve assemblies, and construct 64 new manholes with relief vents.

TABULATION OF BIDS

Sealed bids for construction of the South System Air Valve Improvements Phase II were received at 3:00 p.m. on Thursday, April 18, 2019, as tabulated below:

Bidder Total Bid Recommendation Lowest responsible bidder Canary Construction, Inc. $3,680,919 Recommended for Award Mountain Cascade of Texas, LLC $4,108,840 North Texas Contracting, Inc. $4,522,306 S.J. Louis Construction of Texas, LTD $4,560,625

ENGINEER’S OPINION OF $3,636,100 PROBABLE CONSTRUCTION COST

LOWEST RESPONSIBLE BIDDER HISTORY

Canary Construction, Inc. has successfully completed one project for NTMWD: ADMINISTRATIVE MEMORANDUM NO. 5406 PAGE 3

• Project No. 101-0413-16, System Wide Air Valve Improvements on East System

Canary Construction, Inc. is currently under contract for one other project for NTMWD: • Project No. 101-0442-16, North System Air Valve Improvements

Canary Construction, Inc. has also completed water and wastewater utility projects for other north Texas cities, including Grand Prairie, Melissa, Irving, Waxahachie, Forney, and Keller.

Based on their standing as lowest responsible bidder, the information provided, and reports by the supplied references, the NTMWD staff and CP&Y, Inc. recommend award of the contract to Canary Construction, Inc.

FUNDING

FUND(S): Regional Water System 2016 Construction Fund

NTMWD Wylie Parker Treatment Plant Wylie Northeast SUD

Plano Wylie Plano Pipeline Relocation 14" Pipeline Wylie

Murphy

North Garland No. 2 72" Pipeline & North Garland 60" Pipeline City of Richardson Custer To North 30" Pipeline East Fork SUD

Garland Mesquite Phase II 72" Pipeline Richardson Shiloh to Apollo 60" Pipeline Sachse

Rowlett City of Garland

Wylie Garland Dallas 36" Pipeline Garland Mesquite Phase I 60" Pipeline

Apollo to Casa View 42" Pipeline City of Dallas

University Park

Forney Lake WSC

Dallas to Mesquite 14" Pipeline Town of Sunnyvale Mesquite

South System Air Valve Improvements Phase II Project No. 101-0467-17 Administrative Memorandum No. 5406 Ü NORTH TEXAS MUNICIPAL WATER DISTRICT MAY 2019 ADMINISTRATIVE MEMORANDUM NO. 5407

REGIONAL WATER SYSTEM KAUFMAN 20-INCH WATERLINE ASSESSMENT PHASE II PROJECT NO. 101-0427-16

ENGINEERING SERVICES AGREEMENT

PURPOSE OF THIS ACTION

Authorize an engineering services agreement for improvements to the Forney to Kaufman 20-inch Pipeline to address deficiencies identified in the Phase I assessment and prepare the line for the Phase II inspection and assessment.

RECOMMENDATION

The Executive Director and NTMWD staff recommend the Board of Directors authorize the Executive Director to execute an engineering services agreement (ESA) as follows:

Consultant: Kimley-Horn and Associates, Inc.

Scope: Engineering design and construction phase services

Project: No. 101-0427-16, Kaufman 20-inch Waterline Assessment Phase II

Amount: $252,000

This item will be on the May 30, 2019, Water Committee meeting agenda.

DRIVER(S) FOR THIS PROJECT

☐ Regulatory Compliance ☒ Asset Condition ☐ Capacity ☐ Redundancy/Resiliency ☐ ☐ Relocation or External Requests Operational Efficiency ☐ Safety ☐ Administrative ☐ Policy ☐ Other ______

ADMINISTRATIVE MEMORANDUM NO. 5407 PAGE 2

BACKGROUND

PROJECT PURPOSE • The Kaufman 20-inch waterline was originally constructed in 1974, with an overall length of 79,000 linear feet (15 miles) of bar wrapped pipe. It is the sole source of treated water supply for the City of Kaufman. • Project No. 101-0427-16 Phase I, completed in April 2018, facilitated the replacement of combination air valves along the Kaufman 20-inch waterline to meet current NTMWD and Texas Commission on Environmental Quality (TCEQ) standards. In addition, Pure Technologies U.S., Inc. (Pure) inspected approximately 55,000 linear feet (10.4 miles) of the pipeline. • The Pure inspection identified seven damaged pipeline segments recommended for immediate repair. • Phase II addresses: o repair of these seven identified segments o installation of necessary access points to allow condition assessment of the remaining 24,000 linear feet (4.6 miles) of pipeline. • The planning level construction cost estimate to address the repairs and prepare the remaining unassessed portion of the waterline for condition assessment is $1,600,000.

PROJECT COMPONENTS • Design repair/replacement of the damaged sections of pipeline • Design access and isolation to allow insertion, retrieval and free movement of the electromagnetic inspection tool. Pure utilizes proprietary electromagnetic inspection equipment, which reads variations in electromagnetic signals that identify compromised or broken reinforcing wires and leaks in the steel cylinder portion of the pipe.

BASIC SERVICES • Project management and meetings • Design phase services • Bid phase services • Construction phase services

SPECIAL SERVICES • Survey for design • Condition assessment coordination • Condition assessment evaluation • Easement documents for temporary construction access

ENGINEERING SERVICES FEE

DESCRIPTION AMOUNT Basic Services $178,850 Special Services $73,150

Requested Amount $252,000

ADMINISTRATIVE MEMORANDUM NO. 5407 PAGE 3

FUNDING

FUND(S): Regional Water System Capital Improvement Fund.

High Point WSC

Forney

City of Terrell

Talty WSC Markout WSC

Kaufman 20''

Rose Hill SUD

Crandall

North Kaufman WSC

CombineLegend WSC

Phase I Gastonia-Scurry SUD Kaufman Phase II (! Delivery Point

Kaufman 20" Waterline Assessment Phase II Project No. 101-0427-16 Administrative Memorandum No. 5407 Ü

NORTH TEXAS MUNICIPAL WATER DISTRICT MAY 2019 ADMINISTRATIVE MEMORANDUM NO. 5416

REGIONAL WATER SYSTEM WYLIE WATER TREATMENT PLANT WATER SYSTEM OPERATIONS CENTER PROJECT NO. 101-0352-14

POST-TERMINATION FINAL PAYMENT AND RELEASE AGREEMENT AND AUTHORIZATION TO ISSUE FINAL PAYMENT

PURPOSE OF THIS ACTION

Authorize the Executive Director to execute a post-termination, final payment and release agreement and make final payment to Ratcliff Constructors, LP, for the Wylie Water Treatment Plant Water System Operations Center.

RECOMMENDATION

The Executive Director, NTMWD staff, Halff Associates, Inc. and Saunders, Walsh & Beard (SW&B), recommend the Board of Directors authorize the Executive Director to execute a post- termination, final payment and release agreement and make final payment as follows:

Contracting Party: Ratcliff Constructors, LP (Ratcliff)

Scope: Post-Termination, Final Payment and Release Agreement and Authorization to Issue Final Payment

Project: No. 101-0352-14, Wylie Water Treatment Plant Water System Operations Center

Amount: $181,974.95 Final Payment ($9,795,025.05) Credit for Termination of Contract

This item will be on the May 30, 2019, Water Committee meeting agenda.

DRIVER(S) FOR THIS PROJECT

☒ Asset Condition ☐ Regulatory Compliance ☐ Capacity ☐ Redundancy/Resiliency ☒ Operational Efficiency ☐ Relocation or External Requests Administrative ☐ Safety ☐ Other ______☐ Policy ☐

ADMINISTRATIVE MEMORANDUM NO. 5416 PAGE 2

BACKGROUND

PROJECT PURPOSE • Construction of a centralized water system management and operations center to house approximately 16,000 square-feet of employee offices and workspaces. The facility will meet the projected needs of the Water Division at the Wylie Water Treatment Plant for water system treatment, transmission, supervisory control and data acquisition (SCADA) and training personnel.

PROJECT ISSUES • In February 2019, the Board approved Administrative Memorandum No. 5344 advising of the termination by Ratcliff of the Construction Contract, and authorizing the NTMWD staff to re- bid the project. The termination by Ratcliff was predicated upon the project being “suspended for over 90 consecutive days,” which was necessitated by the delays associated with obtaining the zoning change from the City of Wylie. The Wylie WTP Water System Operations Center project is currently advertising and City staff have approved issuance of the construction permit pending a preconstruction meeting with the selected contractor. • Ratcliff has incurred verified labor costs in the amount of $56,742.04 associated with preparation of shop drawings for prefabricated materials, prior to the notice of termination. • Ratcliff has also incurred labor costs for supervision and project management in the additional amount of $72,721.91 associated with managing the project over the 11-month period since the May 2, 2018 award date. • Ratcliff has also secured the purchase of the building structural steel with the supplier, in the amount of $52,511.00. The project team recommends disposing of the materials and not simply assigning to the new contractor due to the risks involved with the reassignment and complications with the contract reassignment being raised by the steel supplier. The amount includes the total cost of raw material, detailing fee, restocking credit, and scrap credit.

POST-TERMINATION, FINAL PAYMENT AND RELEASE AGREEMENT

• The Executive Director and NTMWD staff recommend the Board of Directors authorize the Executive Director to execute the Post-Termination, Final Payment and Release Agreement for the construction contract with Ratcliff. The agreement has been executed by Ratcliff and is ready for execution by the Executive Director. The purpose of the proposed Agreement is to resolve all remaining issues with Ratcliff arising out of its termination of the Construction Contract, set the final payment amount and obtain a final release from Ratcliff. • Per the terms of the agreement, Ratcliff has submitted close-out documents which include: o Affidavit of Payment of Debts and Claims o Conditional Waiver and Release on Final Payment o Consent of Surety to Final Payment • Per the terms of the agreement, NTMWD shall pay $181,974.95 to Ratcliff as the “Final Payment”.

FINAL CONTRACT AMOUNT

Description Amount Original Contract Amount $9,977,000.00 Prior Change Order(s) Amount $0.00 Previous Payment $0.00 ADMINISTRATIVE MEMORANDUM NO. 5416 PAGE 3

Credit for Remaining Work ($9,795,025.05) Final Payment $181,974.95 Final Contract Amount $181,974.95

FUNDING

FUND(S): No additional funding is required for final payment to Ratcliff Constructors, LP. Funding in the amount of $9,795,025.05 will be credited to the Regional Water System Capital Improvement Fund.

Lynda Ln

Forrest Ross Rd

NTMWD Water Operations Building

Legend Abondoning Road

Lynda Ln. Extension to Forrest Ross Rd Eubanks Rd. Water Ops Building

0 250 500 1,000 Feet Source: Esri, DigitalGlobe, GeoEye, Earthstar Geographics, CNES/Airbus DS, USDA, USGS, AeroGRID, IGN, and the GIS User Community Wylie Water Treatment Plant Water System Operations Center Post-Termination, Final Payment and Release Agreement Project No. 101-0352-14 Administrative Memorandum No. 5416 Ü NORTH TEXAS MUNICIPAL WATER DISTRICT MAY 2019 ADMINISTRATIVE MEMORANDUM NO. 5408

REGIONAL WASTEWATER SYSTEM WILSON CREEK REGIONAL WASTEWATER TREATMENT PLANT MAINTENANCE FACILITY AND SOLIDS OPERATION FACILITY PROJECT NO. 301-0499-18 AND UPPER EAST FORK INTERCEPTOR SYSTEM STORAGE AND PARKING FACILITIES PROJECT NO. 501-0522-18

TABULATION OF BIDS AND AWARD OF CONTRACT

PURPOSE OF THIS ACTION

Award a construction contract for the Wilson Creek Regional Wastewater Treatment Plant Maintenance Facility and Solids Operation Facility, and Upper East Fork Interceptor System Storage and Parking Facilities project.

RECOMMENDATION

The Executive Director, NTMWD staff and Halff Associates, Inc. recommend the Board of Directors authorize the award of contract as follows:

Contractor: Mart, Inc.

Scope: Construction

Project: No. 301-0499-18, Wilson Creek Regional Wastewater Treatment Plant (RWWTP) Maintenance Facility and Solids Operation Facility No. 501-0522-18, Upper East Fork Interceptor System (UEFIS) Storage and Parking Facilities

Amount: $3,637,140 for Project No. 301-0499-18 $1,237,860 for Project No. 501-0522-18 $4,875,000 Total recommended amount

This item will be on the May 30, 2019, Wastewater Committee meeting agenda.

DRIVER(S) FOR THIS PROJECT

☐ Regulatory Compliance ☒ Asset Condition ☐ Capacity ☐ Redundancy/Resiliency ☐ ☒ Relocation or External Requests Operational Efficiency ☒ Safety ☐ Administrative ☐ Policy ☐ Other ______ADMINISTRATIVE MEMORANDUM NO. 5408 PAGE 2

BACKGROUND

PROJECT PURPOSE • On-going plant expansion projects and planned NTMWD staff additions require updating of plant facility working conditions to safeguard the health and safety of the operators and maintenance staff. This project will include the construction of several facilities used for maintenance, operations and storage, including additional parking facilities.

PROJECT COMPONENTS Regional Wastewater System, Maintenance Facility and Solids Operations Facility Project No. 301-0499-18 • Maintenance Facility: Approximate 4,500 square-foot facility which includes: a 40-foot x 72- foot maintenance bay with overhead crane, welding area, tool crib, administration area with one office, two cubicles and reception area, restroom/shower/locker areas, break room and storage areas. • Solids Operations Facility: Approximate 1,000 square-foot facility with one office, solids laboratory, restroom/shower/locker areas, laundry room and break area.

UEFIS Storage and Parking Facilities Project No. 501-0522-18 • Approximate 2,900 square-foot drive-through bay on the east side of the Maintenance Building dedicated to the UEFIS for storage and equipment maintenance; and 6 structural steel canopy parking spaces along north side of equipment yard to shelter equipment and trailers. • Approximate 20,000 square-foot equipment and material yard east of the Maintenance Building to store shipping containers, two phase separators, spare manholes/covers, fence posts, cattle gates with adequate space for loading and unloading operations.

ALTERNATE BID • Construction of fleet parking canopy structure • Furniture allowance • Steel racking within the UEFIS service bay • Stainless steel embed plates and weld plates as a component of tilt-up concrete wall panels

______

TABULATION OF BIDS

Sealed bids for construction of the Wilson Creek RWWTP Maintenance Facility and Solids Operation Facility, and UEFIS Parking and Storage Facilities at Wilson Creek RWWTP were received at 10:00 a.m. on Wednesday, April 3, 2019, as tabulated below:

ADMINISTRATIVE MEMORANDUM NO. 5408 PAGE 3

Bid Bidder Base Bid Total Bid Recommendation Alternates Lowest responsible bidder Mart, Inc. $4,618,000 $257,000 $4,875,000 recommended for award Hasen Design Build and $5,728,480 $200,000 $5,928,480 Development, Inc. Archer Western $5,791,000 $263,000 $6,054,000 Construction, LLC

Engineer’s Opinion of Probable Construction $5,394,400 $433,100 $5,827,500 Cost

Due to the favorable bids as compared to the Engineer’s Opinion of Probable Construction Cost (OPCC), the staff recommends acceptance of the bid alternates, resulting in a total bid amount to be awarded of $4,875,000.

The bid submitted by Mart was significantly lower than the OPCC, by approximately 17 percent. NTMWD staff and Halff Associates, Inc. met with the owner of Mart and the estimator that prepared Mart’s bid. Mart was aware of the large variance in their bid and previously held an internal meeting to review their proposal shortly after the bid opening. Mart informed NTMWD staff they are confident in their bid and subsequently submitted a letter to NTMWD staff stating Mart will honor their bid and complete the work for the bid amount.

LOWEST RESPONSIBLE BIDDER HISTORY

Mart has successfully completed the following projects for the NTMWD and other entities:

• Project No. 101-0301-12, NTMWD Administration Building Structural Improvements, Task No. 1 Root Barrier • City of Dallas Singing Hills Recreation Center - $4.5 million • Fort Worth Independent School District (ISD) School Renovations - $4.0 million • Garland ISD Austin & Middle School Renovations - $1.55 million • Arlington ISD Hill & Swift Elementary School Renovations - $4.15 million

Based on their standing as lowest responsive bidder, the information provided, reports supplied by references, and their history of successful project completion, the NTMWD staff and Halff Associates, Inc., recommend award of the contract to Mart, Inc.

FUNDING

FUND(S): Funding in the amount of $3,637,140 for Project No. 301-0499-18 will be made available in the Regional Wastewater System 2019 Construction Fund and $1,237,860 for Project No. 501-0522-18 will be made available in the Upper East Fork Interceptor System 2017 Construction Fund.

Proposed Maintenance Building

Proposed Solids Operations Building

^

Wilson Creek Regional Wastewater Treatment Plant Maintenance Facility and Solids Operations Facility and Upper East Fork Interceptor System Storage and Parking Facilities ­ Project No. 301-0499-18 and 501-0522-18 Administrative Memorandum No. 5408 NORTH TEXAS MUNICIPAL WATER DISTRICT MAY 2019 ADMINISTRATIVE MEMORANDUM NO. 5409

REGIONAL WASTEWATER SYSTEM WILSON CREEK REGIONAL WASTEWATER TREATMENT PLANT MAINTENANCE FACILITY AND SOLIDS OPERATIONS FACILITY PROJECT NO. 301-0499-18 AND UPPER EAST FORK INTERCEPTOR SYSTEM STORAGE AND PARKING FACILITIES PROJECT NO. 501-0522-18

INSPECTION SERVICES AGREEMENT

PURPOSE OF THE ACTION

Authorize an agreement for outsourced inspection services on the Wilson Creek Regional Wastewater Treatment Plant (RWWTP) Maintenance Facility and Solids Operation Facility and Upper East Fork Interceptor System (UEFIS) Storage and Parking Facilities.

RECOMMENDATION

The Executive Director and NTMWD staff recommend the Board of Directors authorize the Executive Director to execute an inspection services agreement (ISA) as follows:

Consultant: Dietz Engineering (Dietz)

Scope: Inspection Services

Project: No. 301-0499-18, Wilson Creek RWWTP Maintenance Facility and Solids Operations Facility No. 501-0522-18, UEFIS Storage and Parking Facilities

Amount: $207,393 for Project No. 301-0499-18 $67,178 for Project No. 501-0522-18 $274,571 Total recommended amount

BACKGROUND

PROJECT PURPOSE • On-going plant expansion projects and planned NTMWD staff additions require updating of plant facility working conditions to safeguard the health and safety of the operators and maintenance staff. This project will include the construction of several facilities used for maintenance, operations and storage, including additional parking facilities.

ADMINISTRATIVE MEMORANDUM NO. 5409 PAGE 2

PROJECT COMPONENTS Regional Wastewater System, Maintenance Facility and Solids Operations Facility Project No. 301-0499-18 • The project components are detailed in Administrative Memorandum No. 5408 in this Board packet.

INSPECTION SERVICES FEE • The inspection services for NTMWD projects are normally provided by the NTMWD Engineering Department. Due to the current project workload the NTMWD staff recommends that Dietz Engineering be retained to provide inspection services for these two projects. Dietz is currently providing inspection services for NTMWD on several construction projects. • Dietz’s proposed fee is based upon approximately 2,519 hours of inspection services, at a rate of $109 per hour, resulting in the amount of $274,571. The anticipated level of effort includes approximately ten percent contingency for overtime and weekend work. These services are based on 13 consecutive calendar months to coincide with final completion of the project. • The NTMWD staff has reviewed the hourly rate and maximum hour projection proposed by Dietz and recommends them as representative of the anticipated effort required for this project.

INSPECTION SERVICES FEE

DESCRIPTION AMOUNT Basic Services – Project No. 301-0499-18 $207,393 Basic Services – Project No. 501-0522-18 $67,178 Special Services $0 Requested Amount $274,571

FUNDING

FUND(S): Funding in the amount of $207,393 for Project No. 301-0499-18 will be made available in the Regional Wastewater System 2019 Construction Fund and $67,178 for Project No. 501- 0522-18 will be made available in the Upper East Fork Interceptor System 2017 Construction Fund.

NORTH TEXAS MUNICIPAL WATER DISTRICT

MAY 2019 ADMINISTRATIVE MEMORANDUM NO. 5410

REGIONAL WASTEWATER SYSTEM FLOYD BRANCH REGIONAL WASTEWATER TREATMENT PLANT PROCESS OPTIMIZATION IMPROVEMENTS PROJECT NO. 301-0432-16

TABULATION OF BIDS AND AWARD OF CONTRACT

PURPOSE OF THIS ACTION

Award a construction contract for process optimization improvements at Floyd Branch Regional Wastewater Treatment Plant.

RECOMMENDATION

The Executive Director, NTMWD staff and Arcadis US, Inc., recommend the Board of Directors authorize the award of contract as follows:

Contractor: Eagle Contracting, LP

Scope: Construction

Project: No. 301-0432-16, Floyd Branch Regional Wastewater Treatment Plant (RWWTP) Process Optimization Improvements

Amount: $14,193,000

This item will be on the May 30, 2019, Wastewater Committee meeting agenda.

DRIVER(S) FOR THIS PROJECT

☒ Regulatory Compliance ☒ Asset Condition ☐ Capacity ☐ Redundancy/Resiliency ☒ ☐ Relocation or External Requests Operational Efficiency ☐ Safety ☐ Administrative ☐ Policy ☐ Other ______

BACKGROUND

PROJECT PURPOSE • Replace outdated trickling filter (1950-1960’s) technology that is beyond its useful life expectancy to assure compliance with Texas Commission on Environmental Quality permit limits and provide improved treatment efficiencies at the following permitted flows: o Annual average daily flow of 4.75 million gallons per day (MGD) o Peak two-hour flow of 10 MGD ADMINISTRATIVE MEMORANDUM NO. 5410 PAGE 2

• Provide a supervisory control and data acquisition (SCADA) system to accommodate monitoring and control of the entire plant • Replace deteriorated electrical equipment that is beyond their useful life to ensure plant reliability.

PROJECT COMPONENTS • Ballasted activated sludge treatment process including magnetite equipment building, chemical storage, feed system, and sludge pumping modifications • Replacement of blowers, structural improvements, modifications to aeration basins, and secondary clarifier improvements • Associated yard piping • Electrical improvements including backup power with an automatic transfer switch • Instrumentation and control improvements

ALTERNATE BID • Independent jet-mixing system to minimize the settling of magnetite in the event of blower/diffuser system failure.

TABULATION OF BIDS

Sealed bids for construction of the Floyd Branch Regional Wastewater Treatment Plant Process Optimization Improvements were received at 2:00 p.m. on Monday, April 1, 2019, as tabulated below:

Bid Bidder Base Bid Total Bid Recommendation Alternate Lowest responsible bidder Eagle Contracting, LP $14,193,000 $499,000 $14,692,000 Recommended for Award Archer Western $14,426,100 $493,000 $14,919,100 Construction, LLC

ENGINEER’S OPINION OF PROBABLE $12,354,800 $550,000 $12,904,800 CONSTRUCTION COST

Arcadis US, Inc., and NTMWD staff have evaluated the contractors’ bids, met with the bidders, and have attributed the higher than expected costs to extended construction duration and higher electrical construction costs. The construction time was extended during the bid phase from 549 days to 885 days to concentrate construction activities during the summer months in order to minimize risks to plant operations and water quality. Additionally, electrical construction costs were higher than expected due to limited electrical subcontractors available and rising electrical costs seen over the past year. The project team validated this information in communications with one of the contractors who have stated that the electrical bids received from their subcontractor were higher than their own estimate as well as the engineer’s estimate. Due to the need to replace the current treatment facilities that are not capable of providing the required treatment and the deteriorated state of the electrical equipment, NTMWD staff recommends moving forward with this construction project.

ADMINISTRATIVE MEMORANDUM NO. 5410 PAGE 3

The jet mixing system was included as an alternate bid item on the project with the presumption that the selection would be evaluated based on the overall cost for the project. Due to the higher overall cost of the base bid for the project, NTMWD staff recommends not awarding the jet mixing system.

LOWEST RESPONSIBLE BIDDER HISTORY

Eagle Contracting, LP, has successfully completed or is currently under construction on the NTMWD projects listed below:

• Project No. 021, East Fork Raw Water Supply Project Diversion Pump Station, completed July 2009 • Project No. 116, Panther Creek Wastewater Treatment Plant Expansion, completed March 2011 • Project No. 101-0375-14, Wylie Water Treatment Plant I Rapid Mix and Sedimentation Improvements, currently under construction • Project No. 101-0480-17, High Service Pump Station 3-1 Improvements, currently under construction

Based on their standing as lowest responsible bidder, the information provided, reports by supplied references, and their history of successful project completion, the Executive Director, NTMWD staff, and Arcadis US, Inc., recommend award of the contract to Eagle Contracting, LP.

FUNDING

FUND(S): Funding in the amount of $14,193,000 is to be made available in the Regional Wastewater System 2019 Construction Fund.

Aeration Basin 1 (North) Aeration Basin 2 (South)

New Megnetite Building Floyd Branch RWWTP

Electrical Buildings

Trickling Filter

Trickling Filter

Legend Treatment Units Wastewater Plant

Floyd Branch Regional Wastewater Treatment Plant Process Optimization Improvements Project No. 301-0432-16 Administrative Memorandum No. 5410 Ü NORTH TEXAS MUNICIPAL WATER DISTRICT

MAY 2019 ADMINISTRATIVE MEMORANDUM NO. 5411

REGIONAL WASTEWATER SYSTEM FLOYD BRANCH REGIONAL WASTEWATER TREATMENT PLANT PROCESS OPTIMIZATION IMPROVEMENTS PROJECT NO. 301-0432-16

INSPECTION SERVICES AGREEMENT

PURPOSE OF THIS ACTION

Authorize an agreement for outsourced inspection services for the Floyd Branch Regional Wastewater Treatment Plant Process Optimization Improvements for one calendar year and authorize future additional inspection services not exceeding five percent of the current rate through the Monthly Construction Report.

RECOMMENDATION

The Executive Director and NTMWD staff recommend the Board of Directors authorize the Executive Director to execute an inspection services agreement (ISA) and authorize future additional inspection services not exceeding five percent of the current rate through the Monthly Construction Report as follows:

Consultant: Dietz Engineering

Scope: Inspection Services (Electrical and SCADA)

Project: No. 301-0432-16, Floyd Branch Regional Wastewater Treatment Plant (RWWTP) Process Optimization Improvements

Amount: $187,480

DRIVER(S) FOR THIS PROJECT

☒ Regulatory Compliance ☒ Asset Condition ☐ Capacity ☐ Redundancy/Resiliency ☒ ☐ Relocation or External Requests Operational Efficiency ☐ Safety ☐ Administrative ☐ Policy ☐ Other ______

ADMINISTRATIVE MEMORANDUM NO. 5411 PAGE 2

BACKGROUND

PROJECT PURPOSE • The project purpose and project components are detailed in Administrative Memorandum No. 5410 in this Board packet.

INSPECTION SERVICES • The engineering department normally provides the inspection services for NTMWD projects. However, due to the current project workload, the NTMWD staff recommends that Dietz Engineering (Dietz) be retained to provide full time electrical and SCADA inspection services for this project. Dietz is currently providing inspection services for NTMWD on several construction projects. • Dietz Engineering has proposed to provide up to 1,720 hours of inspection services at a rate of $109 per hour, resulting in the amount of $187,480. These services include 1,170 hours of electrical and 550 hours of SCADA inspection. NTMWD staff will oversee the actions of the contracted personnel and maintain responsibility of inspecting the civil construction of the project. • To better manage the project financing, future authorizations, as needed, will be requested from the Board for approval. This initial request is estimated to provide eight to ten months of inspection services depending on actual contractor activities. This authorization will allow future additional services to be requested through the Monthly Construction Report Consent Agenda Item, in lieu of an individual action item on the Board agenda, with the provision that the rate will not be increased by more than 5% of the existing hourly rate of $109/hr. NTMWD staff has reviewed the hourly rate and hour projection proposed by Dietz Engineering and recommends them as representative of the anticipated effort required for this project.

INSPECTION SERVICES FEE DESCRIPTION AMOUNT Basic Services $187,480 Special Services $0

Requested Amount $187,480

FUNDING

FUND(S): Funding in the amount of $187,480 is to be made available in the Regional Wastewater System 2019 Construction Fund

NORTH TEXAS MUNICIPAL WATER DISTRICT MAY 2019 ADMINISTRATIVE MEMORANDUM NO. 5412

UPPER EAST FORK INTERCEPTOR SYSTEM MCKINNEY AND UPPER COTTONWOOD CREEK LIFT STATIONS METERING IMPROVEMENTS PROJECT NO. 501-0478-17

TABULATION OF BIDS AND AWARD OF CONTRACT

PURPOSE OF THIS ACTION

Award a construction contract for decommissioning of an existing meter vault and rerouting of a gravity pipeline at the Upper Cottonwood Creek Lift Station and not award the bid alternate for metering improvements at McKinney Lift Station.

RECOMMENDATION

The Executive Director, NTMWD staff and Burgess & Niple, Inc., recommend the Board of Directors authorize the award of contract as follows:

Contractor: Flow-Line Construction, Inc.

Scope: Construction

Project: No. 501-0478-17, McKinney and Upper Cottonwood Creek Lift Stations Metering Improvements

Amount: $408,350

This item will be on the May 30, 2019, Wastewater Committee meeting agenda.

DRIVER(S) FOR THIS PROJECT

☒ Asset Condition ☐ Regulatory Compliance ☐ Capacity ☐ Redundancy/Resiliency ☒ Operational Efficiency ☐ Relocation or External Requests ☒ Safety

PROJECT PURPOSE • Decommission the influent parshall flume meter vault at Upper Cottonwood Creek Lift Station, which can no longer be safely accessed due to severe corrosion of the concrete structure, by rerouting the influent gravity pipeline into the lift station wet well. Magnetic flow meters were installed on the discharge force mains under Project No. 501-0295-12, Upper Rowlett Creek ADMINISTRATIVE MEMORANDUM NO. 5412 PAGE 2

and Upper Cottonwood Creek Lift Station Improvements, eliminating the need to replace the influent parshall flume. • The existing McKinney Lift Station has five pumps that include a magnetic flow meter on each pump discharge piping. The configuration of the meters is not ideal and the flow meters have had multiple service issues where the meters have to be returned to the manufacturer. Installation of new meters on the discharge force mains is recommended to improve reliability and accuracy of the meters at this lift station. • Sealed bids were received for this project in October 2018 and were rejected in November 2018 due to the high cost and complexities of managing flows during construction of the proposed magnetic flow meters located on the discharge force mains at McKinney Lift Station. A re-design was considered to recommend clamp-on flow meters at this lift station in order to reduce complex flow control requirements during construction.

PROJECT COMPONENTS • Approximately 115 linear feet of 36-inch gravity pipeline and three 6-foot diameter manholes are required to reroute the gravity pipeline at Upper Cottonwood Creek Lift Station and decommission the existing parshall flume meter vault.

BID ALTERNATE • Two 24-inch clamp-on flow meters and 8-foot meter vaults located on each of the two discharge force mains at McKinney Lift Station.

TABULATION OF BIDS

Sealed bids for construction of the McKinney and Upper Cottonwood Creek Lift Stations Metering Improvements were received at 10:00 a.m. on Wednesday, April 10, 2019, as tabulated below:

Bid Bidder Base Bid Total Bid Recommendation Alternate Lowest responsible Flow-Line Construction, Inc. $408,350 $337,160 $745,510 bid Recommended for Award Archer Western Construction, LLC $568,445 $163,620 $732,065

Acadia Services $580,110 $367,560 $947,670

ENGINEER’S OPINION OF PROBABLE CONSTRUCTION $444,300 $267,700 $712,000 COST

The bid documents stipulate the contract will be awarded to the responsible bidder with the lowest base bid price. It is recommended the Board authorize award of only the base bid portion of the project to Flow-Line Construction, Inc. for the construction of improvements at Upper Cottonwood Creek Lift Station due to the immediate structural and safety issues at the existing parshall flume meter vault.

ADMINISTRATIVE MEMORANDUM NO. 5412 PAGE 3

The staff has conducted additional analysis of the metering needs for the McKinney Lift Station. A more efficient and effective method of metering can be incorporated into Project No. 501-0502- 18, McKinney Lift Station Improvements, new construction which will ultimately replace the existing station, in which the risks associated with bypassing of flows during construction will be eliminated. Therefore, it is recommended the work associated with the metering of the existing McKinney Lift Station associated with this administrative memorandum not be awarded.

LOWEST RESPONSIBLE BIDDER HISTORY

Flow-Line Construction, Inc., has successfully completed similar projects for other entities: • Trinity River Authority – 36-inch Reinforced Concrete Cylinder Pipe Raw Waterline Relocation • City of Frisco, Texas – Lebanon Road Force Main • Dallas Water Utilities – 36-inch Reinforced Concrete Cylinder Pipe Waterline Relocation at Office Creek and a 48-inch Reinforced Concrete Cylinder Pipe Waterline Relocation at Westmoreland Road

Flow-Line Construction, Inc. is currently constructing Project No. 101-0503-18, Water Pipeline Relocations at FM 3549, for the NTMWD. Based upon their standing as lowest responsible bidder, the information provided and their history of successful project completion, the Executive Director, NTMWD staff and Burgess & Niple, Inc. recommend award of the base bid contract to Flow-Line Construction, Inc.

FUNDING

FUND(S): Funding in the amount of $408,350 is available in the Upper East Fork Interceptor System 2017 Construction Fund.

McKinney LS ) ä

McKinney LS

Wilson Creek RWWTP

Upper Cottonwood ) Creek LS

Upper Cottonwood Creek LS

ä Legend ä Wastewater Lift Stations Force Main Gravity Main

McKinney and Upper Cottonwood Creek Lift Stations Metering Improvements Project No. 501-0478-17 Administrative Memorandum No. 5412 Ü NORTH TEXAS MUNICIPAL WATER DISTRICT

MAY 2019 ADMINISTRATIVE MEMORANDUM NO. 5413

EAST FORK PARTNERS, LLC AND NTMWD WASTEWATER REGIONALIZATION AGREEMENT

PURPOSE OF THIS ACTION

Authorize a Wastewater Regionalization Agreement between East Fork Partners, LLC, and NTMWD for the proposed East Fork Wastewater Treatment Plant located in Weston, Texas.

RECOMMENDATION

The Executive Director and NTMWD staff recommend the Board of Directors authorize the Executive Director to execute a Wastewater Regionalization Agreement as follows.

Contracting Party: East Fork Partners, LLC (EFP)

Purpose: Execution of Wastewater Regionalization Agreement (WRA)

Project: N/A

Amount: $0

This item will be on the May 30, 2019, Wastewater Committee meeting agenda.

DRIVER(S) FOR THIS PROJECT

☐ Regulatory Compliance ☐ Asset Condition ☐ Capacity ☐ Redundancy/Resiliency ☐ ☐ Relocation or External Requests Operational Efficiency ☐ Safety ☒ Administrative ☒ Policy ☐ Other ______

BACKGROUND

• October 31, 2017, NTMWD requested from the Texas Commission on Environmental Quality (TCEQ) a contested case hearing on the East Fork WWTP application and associated draft permit for a WWTP. • In an attempt to settle the protest to the EFP’s application, NTMWD submitted a draft agreement to EFP on April 13, 2018, and negotiated over a period of 12 months, which included a requirement of the City of Weston to foster and develop regional wastewater service. ADMINISTRATIVE MEMORANDUM NO. 5413 PAGE 2

• Commissioners on January 30, 2019 granted NTMWD’s hearing request, referred matter concurrently to TCEQ Alternative Dispute Resolution (ADR) and to State Office of Administrative Hearings (SOAH) for contested case hearing. • NTMWD participated in ADR with East Fork Partners, City of Weston, and TCEQ on March 12, 2019, and then again on May 1, 2019, when the settlement agreement was reached.

WASTEWATER REGIONALIZATION AGREEMENT

• Permit application for 2.5 MGD WWTP to serve residential development of approximately 1,650 acres. • East Fork WWTP draft permit allows construction of the facility in phases: Phase I of 0.25 MGD, Phase II of 1.25 MGD and Final Phase of 2.50 MGD. • The proposed development and WWTP would be located within the incorporated boundaries and wastewater CCN boundaries of the City of Weston. • Upper East Fork Interceptor System, Wilson Creek Regional WWTP and the proposed Sister Grove Regional Water Resource Recovery Facility (RWRRF) (“Regional System”) are planned to provide wastewater service to northern Collin County, which includes the City of Weston where the East Fork WWTP is located. • NTMWD has expended significant time, effort, and resources over four decades in planning, financing, and constructing the infrastructure needed to serve the regional area. The proposed East Fork WWTP would not coincide with such efforts, especially given that the NTMWD recently submitted an application for the new Sister Grove RWRRF in the immediate area capable of providing service to the area proposed to be served by East Fork WWTP. • NTMWD pursued a WRA with EFP in part because EFP’s need for wastewater service was immediate and completion of construction of the Sister Grove RWRRF is scheduled for 2023. • WRA includes the following: o EFP will request the TCEQ add a special condition to the final TPDES permit issued for the application to include acknowledgment of the WRA. o Upon TCEQ issuance of a final permit, EFP shall transfer the permit and ownership of the WWTP to the City of Weston. o East Fork Partners (EFP) agrees as follows: . to participate in a future regional wastewater study to be performed for the areas encompassing the proposed development of the City of Weston. . to provide NTMWD notice prior to commencing initial construction of the proposed WWTP or any subsequent phased expansion and NTMWD will determine if connection to the Regional System is available and economically feasible. . to proceed with the construction or expansion of the proposed WWTP, if connection to the Regional System is determined to not be available or economically feasible. Otherwise, EFP shall instead connect to the Regional System. . that Phase I WWTP shall be constructed with a non-permanent package plant and, at which time EFP connects to the Regional System, EFP will abandon the package plant. . the effluent will be discharged into a tributary, through East Fork Trinity River and into Lavon Lake. The discharge location is approximately 16 miles upstream of Lavon Lake. . The Parties shall identify a mutually agreeable third-party operator for the WWTP. • Total Phosphorus limits are included in the Interim II Phase and Final Phase of the TCEQ- issued permit for protection of the water quality of Lavon Lake. • NTMWD shall withdraw its protest of the permit application when WRA is executed. ADMINISTRATIVE MEMORANDUM NO. 5413 PAGE 3

• A copy of the agreement is available upon request.

FUNDING

FUND(S): No funding is requested.

NORTH TEXAS MUNICIPAL WATER DISTRICT MAY 2019 ADMINISTRATIVE MEMORANDUM NO. 5414 REGIONAL WATER SYSTEM BOIS D’ARC LAKE DAM AND INTAKE STRUCTURE PROJECT NO. 101-0344-13

AMENDMENT NO. 13 CONSTRUCTION MANAGER AT-RISK AGREEMENT LEONARD WATER TREATMENT PLANT TERMINAL STORAGE RESERVOIR FINAL GUARANTEED MAXIMUM PRICE

PURPOSE OF THIS ACTION

Authorize an amendment to the Construction Manager At-Risk (CMAR) Agreement with Archer Western Construction, LLC, setting a Partial Guaranteed Maximum Price (GMP) for construction of the terminal storage reservoir at the Leonard Water Treatment Plant (LWTP) and also setting the Final GMP for the entire CMAR Project Scope.

RECOMMENDATION

The Executive Director, NTMWD staff and Freese and Nichols, Inc. (FNI), recommend the Board of Directors authorize the Executive Director to execute Amendment No. 13 to the CMAR agreement, which would accomplish the following (for the remainder of this administrative memorandum, the CMAR for the Bois d’Arc Lake Dam and Intake Structure will be referred to as CMAR 1):

1) Establish a Partial GMP in the amount of $44,687,897.67 for construction of the terminal storage reservoir and allocate additional funding in that amount;

2) Establish the Final GMP for the Entire CMAR 1 Project Scope in the amount of $216,714,595.64;

3) Set the CMAR’s substantial completion deadline to December 15, 2020 and set the final completion deadline to May 30, 2021; and,

4) Set liquidated damages to $4,000 per day from substantial completion and $2,500 per day from final completion.

CMAR: Archer Western Construction, LLC (Archer Western)

Scope: Construction Services and Construction Funding

Project: No. 101-0344-13, Bois d’Arc Lake Dam and Intake Structure

This item will be on the May 30, 2019, Water Committee meeting agenda. ADMINISTRATIVE MEMORANDUM NO. 5414 PAGE 2

DRIVER(S) FOR THIS PROJECT

☐ Regulatory Compliance ☐ Asset Condition ☒ Capacity ☐ Redundancy/Resiliency ☐ Relocation or External Requests ☐ Operational Efficiency ☐ Safety ☐ Administrative ☐ Policy ☐ Other ______

PROJECT PURPOSE • Manage and construct the Bois d’Arc Lake (BDL) Dam and Intake Structure, Lake Bonham Dam Improvements, BDL impoundment area clearing, and terminal storage of raw water from Bois d’Arc Creek Reservoir at the Leonard Water Treatment Plant (WTP) • Construct one celled earthen embankment terminal storage reservoir with approximately 210 million gallons (MG) of storage • Plan for future expansion to have an ultimate terminal storage capacity of 420 MG

PROJECT COMPONENTS • Construct a two-mile long, 90-foot high embankment with an uncontrolled three-cycle labyrinth service spillway • Construct a reinforced concrete water supply intake tower, approximately 100 feet tall with two 78-inch conduits through the dam • Improve the emergency spillway of Lake Bonham Dam and armor the downstream toe of the dam • Clear trees and brush within the reservoir footprint in accordance with the clearing plan • Construct Fannin County Road 2715 for equipment and supply access • Work associated with this authorization: o Construct a 210 MG terminal storage reservoir (TSR) cell consisting of an earthen embankment lined with high density polyethylene (HDPE) liner and soil cement for slope protection, including inlet and outlet structures and piping

AMENDMENT NO. 13 - ADDITIONAL CMAR SERVICES • Establish a Partial GMP and authorize the CMAR to award contracts for: 1) construction of one 210 MG TSR cell with inlet and outlet piping and connections to other BDL program components; 2) installation of electrical and instrumentation equipment; 3) construction materials testing as part of the CMAR’s quality control process; and 4) installation of mixers in the TSR. • Elements included in this authorization include three work packages (WPs) o WP No. 1 - embankment, liner, pipeline and appurtenances o WP No. 2 - electrical and instrumentation construction o WP No. 3 - construction materials testing services. • The proposals were evaluated by the project team using criteria published in the bidding documents, which includes considerations to qualifications and price. • The proposed Partial GMP for the three TSR-related Work Packages and allowance items referenced above totals $44,687,897.67.

FINAL GUARANTEED MAXIMUM PRICE This action by the Board of Directors and execution of Amendment No. 13 shall establish a Final GMP for this project, which will include within it the following: ADMINISTRATIVE MEMORANDUM NO. 5414 PAGE 3

• Cost of Work, including payments to subcontractors (including self-performed work payments) and CMAR’s General Conditions; • CMAR Fees; and • Contingency Funds as determined in the agreement

Provisions of the contract include the following:

• CMAR is responsible for costs in excess of the Final GMP, unless the Final GMP is increased by Change Order. • CMAR will be paid for actual costs incurred by the CMAR up to the GMP. • Unused funds including unused contingency funds will be retained by NTMWD.

To determine the Partial GMP for the construction work of the Leonard WTP Terminal Storage Reservoir, the tables below summarize the cost of all of the Work Packages, General Conditions, CMAR Contingency and CMAR Construction Services Fee (CMAR Fee) established in accordance with the CMAR Agreement.

Scope of Work Description—Leonard WTP Terminal Storage Reservoir

Description Lump Sum Amount

Work Package (WP) No. 1- Leonard TSR Main Embankment, Liner $ 36,443,564.60 and Pipeline Construction WP No. 2- Leonard TSR Electrical and Instrumentation $ 2,094,213.00 Construction

WP No. 3- Leonard TSR Construction Materials Testing $ 335,052.80

Allowance – stockpile clay embankment material for Leonard TSR $ 120,250.00 second cell

Allowance - Material purchasing and installation of two (2) Medora $ 112,154.00 Solar- Bee Mixers in the TSR

Total Estimated Construction Cost including allowances $ 39,105,234.40

General Conditions (@ 6.8% of the subcontract costs, self- $ 2,659,155.94 performed work, materials, equipment costs and allowances) Total Cost of Work $41,764,390.34

ADMINISTRATIVE MEMORANDUM NO. 5414 PAGE 4

CMAR Fees – Leonard WTP Terminal Storage Reservoir

Description Lump Sum Cost

Contingency (@ 2% of Total Cost of Work) $ 835,287.81

CMAR Construction Services Fee (@ 5% of Total Cost of Work) $ 2,088,219.52

Total CMAR Fees $ 2,923,507.33

Partial GMP - Leonard WTP Terminal Storage Reservoir (Sum of $44,687,897.67 Total Cost of Work and CMAR Fees) – Requested Amount

The Partial GMP of $44,687,897.67 included in this administrative memorandum compares to an estimated cost of $31,300,000.00 included in the Program Cost. Increased costs were incurred due to: • transfer of 3,000 linear feet of 90-inch pipe from the raw water pipeline to this project for ease and coordination of construction • increased depth for improved hydraulics and future transfer of Texoma raw water from the Howe balancing reservoir via gravity • raising of the embankment for better control of overflow • increased excavation in rock.

The following table provides the status of CMAR 1 construction costs as related to the estimated contract cost included in the $1.6 billion program estimate. As can be seen from the last two lines in the table, the current and final maximum contract amount ($218,770,508.64) for CMAR 1 through Amendment No. 13, including this Final GMP is $17,608,066.64 (8.05%) greater than the estimated contract amount included in the $1.6 billion program estimate ($201,162,442.00).

TOTAL MAXIMUM CONTRACT PRICE SUMMARY The total maximum contract price includes a summary of all construction costs, which is the sum of all construction work (including materials), applicable pre-negotiated preconstruction and procurement services fee, general conditions, contingency, and CMAR construction services fee. CMAR 1 Contract Price Summary Status Lump Sum Cost Description Preconstruction Services Fee Board Approved $ 990,467.00 Amendment No. 1- Additional Preconstruction Services for Dam and Intake Board Approved $ 142,000.00 Structure Amendment No. 2- Preconstruction services for Impoundment Clearing and Leonard Board Approved $ 406,239.00 Terminal Reservoir Amendment No. 3 No Additional Funding $ 0.00 Contract Modifications Requested Amendment No. 4 Procurement Services for Dam, Intake Board Approved $ 517,207.00 Structure and Leonard Terminal Reservoir (Increase) Amendment No. 5 Partial GMP for Fannin Board Approved $ 2,806,130.36 County Road (CR) 2715 Improvements ADMINISTRATIVE MEMORANDUM NO. 5414 PAGE 5

Amendment No. 6 Board Approved $ 1,216,437.43 Partial GMP for Dam Site Clearing Amendment No. 7 Modify provisions in the Agreement and No Additional Funding General Conditions to comply with Texas $ 0.00 Requested Water Development Board (TWDB) requirements Amendment No. 8 GMP (Dam, Intake Tower and Reservoir Clearing) less previously authorized Partial Board Approved $166,106,551.35 GMPs (includes work packages 1 and 9) and preconstruction services credit (unused services) Amendment No. 9 Advance to CMAR the lump sum of the anticipated General Conditions to cover costs No Additional Funding associated with CMAR’s initial project $ 0.00 Requested mobilization, procuring payment and performance bonds (the Mobilization Advance of $2,952,060.45) Amendment No.10 (Change Order No.1 for Dam, Intake Tower and Reservoir Clearing)- Additional Clearing due to recently acquired lands now available for clearing, remove work that will be addressed by the mitigation full Board Approved $ 1,991,209.08 service provider and remobilization cost necessary to remobilize the clearing subcontractor once the remaining lands are acquired Amendment No.11 (Change Order No. 2)- Removal of Deleted Work from CMAR’s Work resulting in a net reduction to the total Board Approved $ (93,630.25) estimated Cost of Work on the Dam and Reservoir Clearing Project Amendment No.12 –Change order for a 58- day time extension due for the September 21, Board Approved $ 0.00 2018 flood event Amendment No.13 – Partial GMP for construction work of the Leonard WTP Current Request $ 44,687,897.67 Terminal Storage Reservoir

CMAR 1 FINAL GMP FOR THE ENTIRE CMAR 1 PROJECT SCOPE $ 216,714,595.64

CMAR 1 Final Maximum Contract Price - Includes all $ 218,770,508.64 Preconstruction and Procurement Fees

CMAR 1 Estimated Contract Price Included in the $1.6B Program $ 201,162,442.00 Summary

ADMINISTRATIVE MEMORANDUM NO. 5414 PAGE 6

FUNDING

FUND(S): Funding in the amount of $44,687,897.67 is to be made available in the Regional Water System SWIFT Construction Funds contingent upon Texas Water Development Board approval of the contract and release of funding. NORTH TEXAS MUNICIPAL WATER DISTRICT MAY 2019 ADMINISTRATIVE MEMORANDUM NO. 5415

REGIONAL WATER SYSTEM BOIS D’ARC LAKE PROJECT NO. 101-0120-07 RESOLUTION NO. 19-26

PURPOSE OF THIS ACTION

Authorize settlement of pending litigation challenging USACE Permit and authorize the purchase of certain remaining tracts of land on Bois d’Arc Lake.

RECOMMENDATION

The Executive Director, NTMWD staff, Saunders, Walsh and Beard, and Lloyd Gosselink recommend the Board of Directors:

1. Authorize the settlement of pending litigation styled Knight et al v. U.S. Army Corps of Engineers et al, Cause No. 4:18-cv-00352-ALM pending in the U.S. District Court for the Eastern District of Texas; and,

2. Authorize the Executive Director to execute such documents and take such other steps required to effectuate settlement of the above-styled litigation whereby Plaintiffs will voluntarily dismiss the above action against USACE and NTMWD; and,

3. Authorize the Executive Director to acquire property owned by Plaintiffs in the above- styled litigation necessary for the Bois d’Arc Lake to further effectuate the settlement of the above-styled litigation as provided in the Mediation Agreement between the parties; and,

4. Adopt Resolution No. 19-26, “A Resolution Authorizing Approval of Settlement of Pending Litigation Styled Knight et al v. U.S. Army Corps of Engineers et al, Cause No. 4:18-cv- 00352-ALM.”

Consultant: Saunders Walsh & Beard

Scope: Resolve Federal litigation challenging Lake Permit; Acquisition of property for Bois d’Arc Lake

Project: No. 101-0120-07 Bois d’Arc Lake

This item will be discussed in Executive Session of the May 30, 2019, Board of Directors Regular meeting.

ADMINISTRATIVE MEMORANDUM NO. 5415 PAGE 2

BACKGROUND

PROJECT PURPOSE • Continue implementation of the Land Acquisition Program for the purchase of all the necessary properties and easements in the area for the purpose of accommodating the reservoir. • Develop Bois d’Arc Lake to provide treated water for the NTMWD service area.

FUNDING

FUND(S): No additional funding required at this time.

NORTH TEXAS MUNICIPAL WATER DISTRICT

RESOLUTION NO. 19-26

A RESOLUTION AUTHORIZING APPROVAL OF SETTLEMENT OF PENDING LITIGATION STYLED KNIGHT et al v. U.S. ARMY CORPS OF ENGINEERS et al, CAUSE NO. 4:18-cv-00352-ALM

WHEREAS, the Board of Directors previously authorized Project No. 101-0120-07 Bois d’Arc Lake, by various Resolutions for the purchase of property required for the design and construction of Bois d’Arc Lake (Project); and,

WHEREAS, the Board previously authorized the use of eminent domain to acquire fee simple title and necessary easements for the construction of the Project; and,

WHEREAS, various property owners filed that certain lawsuit styled; Knight et al v. U.S. Army Corps of Engineers et al, Cause No. 4:18-cv-00352-ALM, challenging USACE’s Permit and Record of Decision which granted NTMWD the right to construct the Project; and,

WHEREAS, NTMWD sought and was granted a motion to intervene as Defendant in the above-styled lawsuit; and,

WHEREAS, NTMWD staff and legal counsel have recommended settlement of the above-styled lawsuit whereby Plaintiffs would voluntarily dismiss their claims in the above-styled lawsuit; and,

WHEREAS, it is in the best interest of NTMWD for Plaintiffs to dismiss the lawsuit; and,

WHEREAS, upon dismissal of the above-styled lawsuit the Executive Director is hereby authorized to proceed with acquisition of the property and any required easements owned by the Plaintiffs in the above-styled lawsuit necessary for construction of the Lake as provided by the various Resolutions previously authorizing such acquisitions.

NOW, THEREFORE, THE BOARD OF DIRECTORS IN A REGULAR MEETING DETERMINES AND RESOLVES THAT:

1. It is in the best interest of the District to settle the above-styled lawsuit through Plaintiff’s voluntary dismissal of the lawsuit.

2. The Executive Director is authorized to take such steps and execute such documents as may be reasonably necessary to effectuate the settlement and to further acquire the property owned by Plaintiffs in the lawsuit through eminent domain or otherwise.

RESOLUTION NO. 19-26 PAGE 2

THIS RESOLUTION ADOPTED BY THE NTMWD BOARD OF DIRECTORS IN A REGULAR MEETING ON MAY 30, 2019, IN THE ADMINISTRATIVE OFFICES OF THE NTMWD, WYLIE, TEXAS.

______LARRY PARKS, Secretary JOHN SWEEDEN, President

(SEAL)

NORTH TEXAS MUNICIPAL WATER DISTRICT

MAY 2019 APPENDIX

BOARD OF DIRECTORS MEETING LIST OF APPENDICES

MONTHLY REPORTS

A. Water Consumption Report B. Water Quality Reports 1. Bonham Water Treatment Plant 2. Tawakoni Water Treatment Plant 3. Wylie Water Treatment Plant C. Wastewater Flow Report D. Wastewater Treatment Plant Capacity Report E. Wastewater Quality Report F. Solid Waste Tonnage Report G. NTMWD Financial Reports for the Month ended April 30, 2019 H. Engineering Activity Report I. Construction Progress Report J. Bois d’Arc Lake Report

NORTH TEXAS MUNICIPAL WATER DISTRICT - Bonham Water Analysis Apr-2019 Standards EPA EPA TCEQ TCEQ Mineral Analysis Raw Treated Primary Secondary Primary Secondary (mg/L) (mg/L) (mg/L) (mg/L) (mg/L) (mg/L) Residue on Evaporation 116 168 500 1000 Silica (SiO2) 2.87 <2.00 Iron (Fe) 2.68 0.268 0.3 0.3 Calcium (Ca) 13.9 43.4 Magnesium (Mg) 1.75 1.74 Sodium (Na) 3.09 9.64 Potassium (K) 2.58 2.25 Sulfate (SO4) 3.40 64.8 250 Nitrite (NO2) <0.0200 <0.0200 1 1 Nitrate (NO3) 0.0790 0.228 10 10 Chloride (Cl) 2.83 11.3 250 300 Fluoride (F) 0.0720 0.500 4.0 2.0 4 2.0 Phosphates (PO4) 0.203 <0.0100 (mg/L as (mg/L as (mg/L as (mg/L as (mg/L as (mg/L as CaCO3) CaCO3) CaCO3) CaCO3) CaCO3) CaCO3)

Total Alkalinity 42.8 * 65.3 * Total Hardness 41.4 114 Langelier Index -- -- Trace Element Analysis (mg/L) (mg/L) (mg/L) (mg/L) (mg/L) (mg/L) Arsenic (As) 0.00191 <0.00050 0.01 0.01 Barium (Ba) 0.0593 0.0396 2 2 Cadmium (Cd) <0.00100 <0.00100 0.005 0.005 Chromium (Cr) 0.00296 <0.00250 0.1 0.1 Copper (Cu) 0.00571 0.00253 1.3 1 1.3 1.0 Iron (Fe) 2.68 0.268 0.3 0.3 Lead (Pb) 0.00190 <0.000500 0.015 0.015 Manganese (Mn) 0.139 0.00364 0.05 0.05 Mercury (Hg) <0.000100 <0.000100 0.002 0.002 Nickel (Ni) 0.00258 0.00333 Selenium (Se) <0.00100 <0.00100 0.05 0.05 Silver (Ag) <0.00050 <0.00050 0.10 0.1 Zinc (Zn) 0.00892 <0.00250 5 5 Other Analysis Chlorine Residual (mg/L) -- 2.97 4.0 4.0 Total coliform ( Present / Absent ) -- A A A pH (Standard Units) @ 25ºC 6.87 * 7.80 * 6.5 - 8.5 >7.0 Specific Conductance (Umhos) 99.9 293 Turbidity (NTU) 45.2 * 0.07 * 0.3 0.3 Threshold Odor Number 8.0 1.0 3

Note 1: National Primary Drinking Water Regulations or Primary Standards are legally enforceable standards. National Secondary Drinking Water Regulations or Secondary Standards are non-enforceable guidelines regulating contaminants that may cause cosmetic or aesthetic effects In Drinking Water. Note 2: TCEQ Primary Standards are the maximum contaminant level allowed for each constituent. TCEQ Primary Standards are legally enforceable standards.

Note 3: * Identifies Monthly Average Process analyses. ** No odor analysis performed. ** NORTH TEXAS MUNICIPAL WATER DISTRICT - Tawakoni Water Analysis Apr-2019 Standards EPA EPA TCEQ TCEQ Mineral Analysis Raw Treated Primary Secondary Primary Secondary (mg/L) (mg/L) (mg/L) (mg/L) (mg/L) (mg/L) Residue on Evaporation 106 146 500 1000 Silica (SiO2) <2.00 <2.00 Iron (Fe) 0.463 0.222 0.3 0.3 Calcium (Ca) 30.8 44.3 Magnesium (Mg) 2.14 2.33 Sodium (Na) 8.69 15.2 Potassium (K) 3.21 3.09 Sulfate (SO4) 8.53 53.6 250 Nitrite (NO2) <0.0200 <0.0200 1 1 Nitrate (NO3) 0.549 0.621 10 10 Chloride (Cl) 4.3 10.0 250 300 Fluoride (F) 0.142 0.256 4.0 2.0 4 2.0 Phosphates (PO4) 0.0870 <0.0100 (mg/L as (mg/L as (mg/L as (mg/L as (mg/L as (mg/L as CaCO3) CaCO3) CaCO3) CaCO3) CaCO3) CaCO3)

Total Alkalinity 73.7 * 57.5 * Total Hardness 73.8 102 Langelier Index -0.6280 Trace Element Analysis (mg/L) (mg/L) (mg/L) (mg/L) (mg/L) (mg/L) Arsenic (As) 0.00152 <0.00050 0.01 0.01 Barium (Ba) 0.0628 0.0619 2 2 Cadmium (Cd) <0.00100 <0.00100 0.005 0.005 Chromium (Cr) <0.00250 <0.00250 0.1 0.1 Copper (Cu) 0.00147 0.0261 1.3 1 1.3 1.0 Iron (Fe) 0.463 0.222 0.3 0.3 Lead (Pb) <0.000500 <0.000500 0.015 0.015 Manganese (Mn) 0.0314 0.00453 0.05 0.05 Mercury (Hg) <0.000100 <0.000100 0.002 0.002 Nickel (Ni) 0.00150 0.00487 Selenium (Se) <0.00100 <0.00100 0.05 0.05 Silver (Ag) <0.00050 <0.00050 0.10 0.1 Zinc (Zn) 0.00438 0.00262 5 5 Other Analysis Chlorine Residual (mg/L) -- 3.38 * 4.0 4.0 Total coliform ( Present / Absent ) -- A A A pH (Standard Units) @ 25ºC 7.50 7.60 * 6.5 - 8.5 >7.0 Specific Conductance (Umhos) 192 294 Turbidity (NTU) 13.8 * 0.05 * 0.3 0.3 Threshold Odor Number 4.0 <1.0 3

Note 1: National Primary Drinking Water Regulations or Primary Standards are legally enforceable standards. National Secondary Drinking Water Regulations or Secondary Standards are non-enforceable guidelines regulating contaminants that may cause cosmetic or aesthetic effects In Drinking Water. Note 2: TCEQ Primary Standards are the maximum contaminant level allowed for each constituent. TCEQ Primary Standards are legally enforceable standards.

Note 3: * Identifies Monthly Average Process analyses. ** No odor analysis performed. NORTH TEXAS MUNICIPAL WATER DISTRICT - Wylie Water Analysis Apr-2019 Standards EPA EPA TCEQ TCEQ Mineral Analysis Raw Treated Primary Secondary Primary Secondary (mg/L) (mg/L) (mg/L) (mg/L) (mg/L) (mg/L) Residue on Evaporation 290 358 500 1000 Silica (SiO2) 3.73 3.08 Iron (Fe) 0.581 0.356 0.3 0.3 Calcium (Ca) 76.0 69.0 Magnesium (Mg) 6.00 6.37 Sodium (Na) 30.9 62.6 Potassium (K) 3.91 3.79 Sulfate (SO4) 42.4 101 250 Nitrite (NO2) <0.0100 <0.0100 1 1 Nitrate (NO3) 0.705 0.874 10 10 Chloride (Cl) 33.3 42.9 250 300 Fluoride (F) 0.225 0.256 * 4.0 2.0 4.0 2.0 Phosphates (PO4) 0.0750 0.0110

(mg/L as (mg/L as (mg/L as (mg/L as (mg/L as (mg/L as CaCO3) CaCO3) CaCO3) CaCO3) CaCO3) CaCO3)

Total Alkalinity 144 * 117 * Total Hardness 174 179 Langelier Index 0.4245

Trace Element Analysis (mg/L) (mg/L) (mg/L) (mg/L) (mg/L) (mg/L) Arsenic (As) 0.00144 0.00037 0.01 0.01 Barium (Ba) 0.0611 0.0562 2 2 Cadmium (Cd) <0.000500 <0.000500 0.005 0.005 Chromium (Cr) <0.00125 <0.00125 0.1 0.1 Copper (Cu) 0.0136 0.00328 1.3 1 1.3 1.0 Iron (Fe) 0.581 0.356 0.3 0.3 Lead (Pb) 0.000302 <0.000250 0.015 0.015 Manganese (Mn) 0.0205 0.0133 0.05 0.05 Mercury (Hg) <0.0000500 <0.0000500 0.002 0.002 Nickel (Ni) 0.00322 0.00620 Selenium (Se) 0.000540 <0.000500 0.05 0.05 Silver (Ag) <0.000250 <0.000250 0.10 0.1 Zinc (Zn) 0.00570 0.00536 5 5 Other Analysis Chlorine Residual (mg/L) -- 3.75 * 4.0 4.0 Total coliform ( Present / Absent ) -- A * A A pH (Standard Units) @ 25ºC 8.41 * 8.32 * 6.5 - 8.5 >7.0 Specific Conductance (Umhos) 508 * 631 * Turbidity (NTU) 13.7 * 0.0662 * 0.3 0.3 Threshold Odor Number 17.0 1.0 3

Note 1: National Primary Drinking Water Regulations or Primary Standards are legally enforceable standards. National Secondary Drinking Water Regulations or Secondary Standards are non-enforceable guidelines regulating contaminants that may cause cosmetic or aesthetic effects In Drinking Water. Note 2: TCEQ Primary Standards are the maximum contaminant level allowed for each constituent. TCEQ Primary Standards are legally enforceable standards.

Note 3: * Identifies Monthly Average Process analyses. NTMWD WASTEWATER FLOW SUMMARY BY SYSTEM FISCAL YEAR 2019 (Flows are Reported in 1000 Gallons)

FYTD % OCT NOV DEC JAN FEB MAR APR MAY JUN JUL AUG SEP FYTD Contribution Regional Wastewater System Member Cities Member Cities Allen 428,659 286,408 316,354 313,496 235,679269,839 318,054 2,168,489 9.61% Forney 205,780 157,752 111,707 94,517 74,058 76,915 118,006 838,735 3.72% Frisco 157,647 123,553 135,216 137,799 112,182 129,770 134,728 930,894 4.13% Heath 64,486 48,645 61,022 66,747 53,380 59,682 68,496 422,459 1.87% Mckinney 801,424 511,928 594,195 578,130 442,905 525,561 565,071 4,019,215 17.82% Melissa 31,502 31,502 0.14% Mesquite 585,547 449,824 505,185 461,388 386,143 433,959 505,199 3,327,245 14.75% Plano 1,395,352 842,824 902,950 906,608 693,544 755,307 971,826 6,468,411 28.67% Princeton 45,946 27,123 32,145 28,853 25,242 27,729 34,708 221,746 0.98% Prosper 78,018 43,298 57,035 52,242 36,283 44,830 49,915 361,621 1.60% Richardson 544,545 373,504 393,667 424,922 320,282 364,899 408,541 2,830,359 12.55% Rockwall 142,386 90,021 92,743 94,922 72,731 80,336 101,569 674,709 2.99% Seagoville * 43,090 36,593 37,849 39,113 31,314 34,238 40,650 262,847 1.17% Totals 4,492,879 2,991,475 3,240,068 3,198,736 2,483,743 2,803,065 3,348,265 22,558,232 100.00% Upper East Fork Interceptor System (UEFIS) System Member Cities (UEFIS) System Member Cities Allen 428,659 286,408 316,354 313,496 235,679269,839 318,054 2,168,489 13.38% Frisco 157,647 123,553 135,216 137,799 112,182129,770 134,728 930,894 5.75% Mckinney 801,424 511,928 594,195 578,130 442,905525,561 565,071 4,019,215 24.80% Melissa 31,502 31,502 0.19% Plano 1,395,352 842,824 902,950 906,608 693,544755,307 971,826 6,468,411 39.92% Princeton 45,946 27,123 32,145 28,853 25,242 27,729 34,708 221,746 1.37% Prosper * 78,018 43,298 57,035 52,242 36,283 44,830 49,915 361,621 2.23% Richardson 380,540 275,989 280,821 290,266 225,206 255,061 293,797 2,001,679 12.35% Totals 3,287,585 2,111,124 2,318,716 2,307,394 1,771,040 2,008,096 2,399,602 16,203,557 100.00% Regional Wastewater System and (UEFIS) Customer Cities (UEFIS) Customer Cities Anna 73,111 61,085 53,894 63,601 44,969 44,121 53,586 394,367 Fairview 33,973 18,638 16,935 20,378 16,796 16,881 20,707 144,309 Lucas 2,282 918 1,094 972 618 670 1,227 7,781 Melissa 45,350 34,821 31,455 39,910 29,010 31,404 211,951 Parker 9,583 7,686 5,977 7,394 5,674 5,675 7,517 49,507 Totals 164,300 123,149 109,356 132,255 97,068 98,751 83,037 807,914

Numbers shown are rounded to the nearest thousand gallons *Annual Requirement not exceeded, actual flow reported **Annual Requirement not exceeded, metering currently not in place Page 1 of 3 5/8/2019 NTMWD WASTEWATER FLOW SUMMARY BY SYSTEM FISCAL YEAR 2019 (Flows are Reported in 1000 Gallons)

FYTD % OCT NOV DEC JAN FEB MAR APR MAY JUN JUL AUG SEP FYTD Contribution Sewer System Interceptors Buffalo Creek Interceptor Forney 100,891 82,915 27,482 16,556 10,12610,114 33,555 281,639 20.43% Heath 64,486 48,645 61,022 66,747 53,380 59,682 68,496 422,459 30.64% Rockwall* 142,386 90,021 92,743 94,922 72,731 80,336 101,569 674,709 48.93% Totals 307,763 221,582 181,247 178,226 136,238 150,132 203,620 1,378,807 100.00% Forney Interceptor Forney 46,263 31,885 40,638 46,688 38,239 35,556 47,212 286,481 Forney-Mustang Creek Interceptor Forney 58,626 42,952 43,587 31,273 25,694 31,245 37,239 270,615 Lower East Fork Interceptor Mesquite* 31,440 21,640 26,259 25,476 21,095 24,527 31,252 181,690 40.87% Seagoville* 43,090 36,593 37,849 39,113 31,314 34,238 40,650 262,847 59.13% Totals 74,530 58,233 64,108 64,589 52,409 58,765 71,902 444,537 100.00% McKinney Interceptor Frisco 32,170 26,701 28,826 28,973 24,632 28,381 28,539 198,223 20.87% Mckinney 137,374 99,680 107,772 105,026 89,374 105,892 106,527 751,644 79.13% Totals 169,544 126,381 136,598 133,999 114,006 134,273 135,066 949,867 100.00% Muddy Creek Interceptor Murphy* 117,017 71,658 80,811 74,810 56,443 63,859 82,879 547,476 28.59% Wylie** 296,078 207,780 179,000 175,518 148,204 167,386 193,762 1,367,729 71.41% Totals 413,095 279,438 259,811 250,328 204,647 231,245 276,641 1,915,205 100.00% Parker Creek Interceptor Fate* 21,099 17,221 18,550 17,836 16,278 17,250 18,988 127,222 100.00% Royse City** Totals 21,099 17,221 18,550 17,836 16,278 17,250 18,988 127,222 100.00% Parker Creek Parallel Interceptor Fate 11,014 9,195 10,005 9,438 7,901 8,840 9,531 65,924 Sabine Creek Interceptor Royse City* 37,695 31,826 30,836 22,669 24,656 24,699 34,940 207,321

Numbers shown are rounded to the nearest thousand gallons *Annual Requirement not exceeded, actual flow reported **Annual Requirement not exceeded, metering currently not in place Page 2 of 3 5/8/2019 NTMWD WASTEWATER FLOW SUMMARY BY SYSTEM FISCAL YEAR 2019 (Flows are Reported in 1000 Gallons)

FYTD % OCT NOV DEC JAN FEB MAR APR MAY JUN JUL AUG SEP FYTD Contribution Sewer System Treatment Plants Farmersville WWTP Farmersville ‐ A.S. 28,271 17,091 18,062 18,359 12,754 14,961 19,087 128,584 Farmersville ‐ T.F. Totals 28,271 17,091 18,062 18,359 12,754 14,961 19,087 128,584 Frisco (Cottonwood Creek) WWTP Frisco Lavon (Bear Creek) WWTP Lavon 7,413 5,280 5,729 5,886 5,272 5,346 6,345 41,271 Muddy Creek WWTP Murphy 117,017 71,658 80,811 74,810 56,443 63,859 82,879 547,476 28.59% Wylie 296,078 207,780 179,000 175,518 148,204 167,386 193,762 1,367,729 71.41% Totals 413,095 279,438 259,811 250,328 204,647 231,245 276,641 1,915,205 100.00% North Rockwall (Squabble Creek) WWTP Rockwall 35,590 28,705 23,810 16,200 17,393 15,665 16,243 153,606 Panther Creek WWTP Frisco 220,553 185,147 197,073 198,343 169,056 182,642 182,152 1,334,966 Royse City WWTP Royse City Sabine Creek WWTP Fate* 32,113 26,416 28,555 27,274 24,179 26,090 28,519 193,146 48.23% Royse City* 37,695 31,826 30,836 22,669 24,656 24,699 34,940 207,321 51.77% Totals 69,809 58,242 59,391 49,943 48,835 50,789 63,459 400,468 100.00% Seis Lagos WWTP Seis Lagos 7,372 4,625 5,322 4,955 4,082 4,281 5,003 35,639 South Rockwall (Buffalo Creek) WWTP Rockwall 50,043 41,020 50,170 46,317 40,049 41,608 47,002 316,209 Stewart Creek West WWTP Frisco 210,191 120,019 136,335 126,152 95,443 120,355 153,521 962,017 Wylie WWTP Wylie

Numbers shown are rounded to the nearest thousand gallons *Annual Requirement not exceeded, actual flow reported **Annual Requirement not exceeded, metering currently not in place Page 3 of 3 5/8/2019 NTMWD WASTEWATER TREATMENT PLANT CAPACITY REPORT April FY 2019

Wastewater Treatment Plant Monthly Total Flow Monthly Average Permitted AADF Actual Permitted Peak Actual Monthly FYTD Peak % Capacity MG Daily Flow MGD AADF MGD 2 Hour MGD Peak 2 Hour MGD 2 hour MGD (AADF/Permitted AADF) MGD (Current Design Capacity) Regional Wastewater System Floyd Branch 114.744 3.825 4.750 3.189 9.999 11.213 12.596 67.1% Rowlett Creek 700.493 23.350 24.000 19.865 60.048 69.123 75.341 82.8% South Mesquite 833.920 27.797 33.000 23.206 82.501 85.000 95.260 70.3% Wilson Creek 1,844.005 61.467 56.000 55.811 204.002 141.010 166.678 99.7% Sewer System > 1 MGD Buffalo Creek 47.002 1.567 2.250 1.413 8.227 4.340 4.340 62.8% Muddy Creek 276.641 9.221 10.000 8.275 30.000 33.066 33.066 82.8% Panther Creek 182.152 6.072 10.000 6.078 30.000 11.199 14.116 60.8% Sabine Creek 63.459 2.115 3.000 1.754 9.000 5.907 5.907 58.5% Squabble Creek 16.243 0.541 1.200 0.696 3.000 2.475 3.970 58.0% Stewart Creek 153.522 5.117 5.000 4.232 12.501 11.960 14.983 84.6% Wylie 0.000 0.000 2.000 5.000 Wastewater Treatment Plant Monthly Total Flow Monthly Average Permitted AADF Actual Permitted Peak Actual Monthly FYTD Peak % Capacity MG Daily Flow MGD AADF MGD 2 Hour MGD Peak 2 Hour MGD 2 hour MGD (AADF/Permitted AADF) MGD (Current Design Capacity) Sewer System < 1 MGD Bear Creek 6.345 0.212 0.250 0.181 0.667 0.532 0.534 72.3% Cottonwood Creek 0.000 0.000 0.300 0.053 0.590 0.000 0.000 17.6% Farmersville ‐ A.S. 19.087 0.636 0.530 0.476 1.590 3.181 3.366 89.8% Farmersville ‐ T.F. 0.000 0.000 0.225 0.675 Royse City 0.000 0.000 0.500 2.000 Seis Lagos 5.003 0.167 0.250 0.153 0.720 1.250 1.250 61.1%

Numbers shown are rounded to the nearest thousand gallons Page 1 of 1 *Annual Requirement not exceeded, actual flow reported 5/10/2019 **Annual Requirement not exceeded, metering currently not in place NORTH TEXAS MUNICIPAL WATER DISTRICT WASTEWATER QUALITY REPORT April 2019

CARB. BIOCHEMICAL OXYGEN DEMAND TOTAL SUSPENDED SOLIDS

RAW FINAL TCEQ RAW FINAL TCEQ INFLUENT EFFLUENT LIMIT % INFLUENT EFFLUENT LIMIT % (mg/L) (mg/L) (mg/L) REMOVAL (mg/L) (mg/L) (mg/L) REMOVAL REGIONAL SYSTEM FLOYD BRANCH 183.5 3.4 10.0 98.2 117.8 2.0 15.0 98.3 ROWLETT CREEK 151.5 3.0 5.0 98.1 183.0 2.2 5.0 98.8 SOUTH MESQUITE 248.0 2.3 7.0 99.1 246.4 1.8 15.0 99.3 WILSON CREEK 148.9 2.2 5.0 98.5 133.9 1.9 5.0 98.6

SEWER SYSTEM BEAR CREEK 156.8 2.6 5.0 98.3 147.0 2.2 5.0 98.5 BUFFALO CREEK 164.3 2.2 10.0 98.7 195.8 1.2 15.0 99.4 COTTONWOOD CREEK * 10.0 15.0 FARMERSVILLE NO. 1 0.0 0.0 10.0 0.0 0.0 0.0 15.0 0.0 FARMERSVILLE NO. 2 111.7 4.2 10.0 96.2 112.4 5.2 15.0 95.4 MUDDY CREEK 134.4 2.3 7.0 98.3 128.6 1.7 15.0 98.7 PANTHER CREEK 187.1 2.2 5.0 98.8 209.2 1.1 12.0 99.5 ROYSE CITY 0.0 0.0 10.0 0.0 0.0 0.0 15.0 0.0 SABINE CREEK 127.2 2.2 10.0 98.2 104.5 2.1 15.0 98.0 SEIS LAGOS 178.4 4.0 7.0 97.7 148.4 8.7 15.0 94.1 SQUABBLE CREEK 190.0 2.6 5.0 98.6 202.8 2.0 12.0 99.0 STEWART CREEK WEST 165.2 2.2 7.0 98.7 194.6 2.4 15.0 98.8 WYLIE 0.0 0.0 10.0 0.0 0.0 0.0 15.0 0.0

* Final Effluent Reported as BOD5 AMMONIA-NITROGEN TOTAL PHOSPHORUS

RAW FINAL TCEQ RAW FINAL TCEQ % % INFLUENT EFFLUENT LIMIT INFLUENT EFFLUENT LIMIT REMOVAL REMOVAL (mg/L) (mg/L) (mg/L) (mg/L) (mg/L) (mg/L)

BEAR CREEK 36.6 0.40 2.0 98.9 BUFFALO CREEK 24.4 0.37 2.0 98.5 FARMERSVILLE NO. 1 0.0 0.00 3.0 0.0 FARMERSVILLE NO. 2 23.3 1.04 3.0 95.5 FLOYD BRANCH 18.8 0.05 2.0 99.7 MUDDY CREEK 19.2 0.20 2.0 98.9 3.73 0.83 2.4 77.8 PANTHER CREEK 27.1 0.12 2.0 99.6 5.26 0.20 1.0 96.2 ROWLETT CREEK 25.7 1.18 1.2 95.4 3.92 0.48 1.0 87.8 ROYSE CITY 0.0 0.00 3.0 0.0 SABINE CREEK 19.9 0.19 2.0 99.0 SEIS LAGOS 28.6 0.12 2.0 99.6 SOUTH MESQUITE 23.5 0.99 3.0 95.8 SQUABBLE CREEK 34.1 0.06 2.0 99.8 STEWART CREEK WEST 25.0 0.28 2.0 98.9 4.30 0.49 1.5 88.7 WILSON CREEK 26.1 0.94 2.0 96.4 3.80 0.15 0.5 96.0 WYLIE 0.0 0.00 2.0 0.0 NORTH TEXAS MUNICIPAL WATER DISTRICT REGIONAL SOLID WASTE SYSTEM TONNAGE REPORT

April 2019

April FY/YEAR-TO-DATE April FY/YEAR-TO-DATE 2019 2018-2019 2018 2017-2018

CUSTER 28,052.01 178,046.39 26,442.39 175,444.63

PARKWAY 10,543.79 73,677.34 11,032.63 76,600.62

LOOKOUT 16,693.18 98,939.03 13,159.22 87,376.79

121 RDF 38,787.55 225,807.13 33,534.84 218,271.64

TOTAL 94,076.53 576,469.89 84,169.08 557,693.68

SOURCE

ALLEN 6,171.28 41,281.27 6,285.00 41,564.36

FRISCO 10,915.10 71,557.94 10,462.06 68,270.68

MCKINNEY 16,462.72 92,665.33 14,663.95 95,601.08

PLANO 21,071.07 134,820.26 19,477.52 133,955.85

RICHARDSON 10,203.27 64,081.21 8,645.86 57,478.56

OTHERS 29,253.09 172,063.88 24,634.69 160,823.15

TOTAL 94,076.53 576,469.89 84,169.08 557,693.68

NORTH TEXAS MUNICIPAL WATER DISTRICT MARCH 30 TO APRIL 30, 2019 (Includes Change Orders from March 11, 2019 to March 29, 2019)

ENGINEERING ACTIVITY REPORT

I. CHANGE ORDERS TO CONSTRUCTION ONLY:

The following changes are in accordance with Board Policies Manual Section 9.3.A, which authorizes the Executive Director to approve changes up to $100,000.

WATER SYSTEM a. Project No. 101-0329-13, Water Transmission System Supervisory Control and Data Acquisition Improvements, Change Order No. 9 (4/1/19)

Description Amount Days Original Contract Amount $9,867,385.00 760 Prior Change Order(s) Total $231,992.48 205 Change Order No. 9 Additional days to address issues with communications at two sites $0.00 30 Change Order No. 9 Increase $0.00 30 Revised Contract Amounts $10,099,377.48 995

Original Completion Dates: Substantial – March 9, 2018; Final – April 8, 2018 Revised Completion Dates: Substantial – October 30, 2018; Final – November 29, 2018

No additional funding is required.

b. Project No. 101-0338-13, Regional Water System (RWS) Meter Vault Standardization, Set Point Control Implementation, Phase II (B), Change Order No. 1 (4/30/19)

Description Amount Days Original Contract Amount $8,985,000.00 530 Prior Change Order(s) Total $0.00 0 Change Order No. 1 Additional flex base paving, earthwork and culverts $53,738.39 0 Change Order No. 1 Increase $53,738.39 0 Revised Contract Amounts $9,038,738.39 530

Original Completion Dates: Substantial – April 9, 2020; Final – May 9, 2020 Revised Completion Dates: Substantial – N/A; Final – N/A ENGINEERING ACTIVITY REPORT MARCH 30, 2019 TO APRIL 30, 2019 PAGE 2

Funding in the amount of $53,738.39 for Change Order No. 1 to MELA Contracting, Inc., is available in the Regional Water System Capital Improvement Fund

c. Project No. 101-0434-16, Wylie Water Treatment Plant II Filter Underdrain Improvements and Conversion to Biologically Active Filters, Change Order No. 9 (3/21/19)

Description Amount Days Original Contract Amount $15,641,000.00 1,110 Prior Change Order(s) Total $525,313.00 0 Change Order No. 9 Backwash system programming improvements $23,814.00 40 Additional caulking in settled water flume $15,032.00 0 Change Order No. 9 Increase $38,846.00 40 Revised Contract Amounts $16,205,159.00 1,150

Original Completion Dates: Substantial – July 21, 2020; Final – September 19, 2020 Revised Completion Dates: Substantial – August 30, 2020; Final – October 29, 2020

Funding in the amount of $38,846.00 for Change Order No. 9 to Archer Western Construction, LLC, is available in the Regional Water System Capital Improvement Fund

d. Project No. 101-0485-17, Wylie Water Treatment Plant Chlorine System Improvements, Change Order No. 1 (3/21/19)

Description Amount Days Original Contract Amount $10,115,000.00 540 Prior Change Order(s) Total $0.00 0 Change Order No. 1 WTP III plant water leak repair and valve installation $4,643.00 10 WTP III temporary power and containment lighting $12,449.00 10 Change Order No. 1 Increase $17,092.00 20 Revised Contract Amounts $10,132,092.00 560

Original Completion Dates: Substantial – March 31, 2020; Final – April 30, 2020 Revised Completion Dates: Substantial – April 20, 2020; Final – May 20, 2020

Funding in the amount of $17,092.00 for Change Order No. 1 to Archer Western Construction, LLC, is available in the Regional Water System 2016 Construction Fund

e. Project No. 101-0496-18, Wylie Water Treatment Plant Anhydrous Ammonia Tank Critical Upgrades, Change Order No. 1 (4/22/19) ENGINEERING ACTIVITY REPORT MARCH 30, 2019 TO APRIL 30, 2019 PAGE 3

Description Amount Days Original Contract Amount $536,750.00 90 Prior Change Order(s) Total $0.00 0 Change Order No. 1 Relocate flow valves $12,328.01 0 Replace gage face at WTP II north tank $970.81 0 Install Schedule 80 fittings at WTP I tanks $4,595.18 0 Replace manway gasket at WTP I tanks $3,942.58 0 Install level transmitters on WTP I tanks $31,874.99 0 Install adapters and caps at WTP I & II $1,164.97 0 Change Order No. 1 Increase $54,876.54 0 Revised Contract Amounts $591,626.54 90

Original Completion Dates: Substantial – June 2, 2019; Final – August 1, 2019 Revised Completion Dates: Substantial – June 2, 2019; Final – August 1, 2019

Funding in the amount of $54,876.54 for Change Order No. 1 to Eagle Contracting, LP, is available in the Regional Water System 2016 Construction Fund

WASTEWATER SYSTEM a. Project No. 501-0401-15 Princeton Lift Station Improvements, Change Order No. 10 (3/19/19) and Change Order No. 11 (4/25/19)

Description Amount Days Original Contract Amount $7,997,000.00 360 Prior Change Order(s) Total $209,065.00 150 Change Order No. 10 Add light at bioxide tank $11,819.00 14 Change Order No. 11 Add handrails and additional stairs $55,331.00 45 Change Order Nos. 10 & 11 Increase $67,150.00 59 Revised Contract Amounts $8,273,215.00 569

Original Completion Dates: Substantial – September 16, 2018; Final – November 15, 2018 Revised Completion Dates: Substantial – April 1, 2019; Final – June 12, 2019

Funding in the amount of $67,150.00 for Change Order Nos. 10 and 11 to Crescent Constructors, Inc., is available in the Upper East Fork Interceptor System 2017 Construction Fund

ENGINEERING ACTIVITY REPORT MARCH 30, 2019 TO APRIL 30, 2019 PAGE 4

b. Project No. 301-0437-16, Wilson Creek Regional Wastewater Treatment Plant Expansion to 64 MGD, Change Order No. 13 (3/29/2019)

Description Amount Days Original Contract Amount $53,294,144.21 621 Prior Change Order(s) Total $513,512.79 69 Change Order No. 13 Ultraviolet disinfection effluent tie-in modifications $18,710.00 0 General Conditions (@8.5% of Construction Costs) $1,590.35 0 Contingency (@ 1% of Cost of Work) $203.00 0 CMAR construction services fee (@ 5% of Cost of Work) $1,015.02 0 Change Order No. 13 Increase $21,518.37 0 Revised Contract Amounts $53,829,175.37 690

Original Completion Dates: Substantial – April 30, 2019; Final – June 30, 2019 Revised Completion Dates: Substantial – July 8, 2019; Final – September 7, 2019

Funding in the amount of $21,518.37 for Change Order No. 13 to Sundt Construction, Inc., is available in the Regional Wastewater System 2017 Construction Fund

c. Project No. 309-0252-11, Stewart Creek West Wastewater Treatment Plant Expansion to 10 MGD, Change Order No. 24 (4/3/2019)

Description Amount Days $60,429,000.0 Original Contract Amount 0 790 Prior Change Order(s) Amount $2,284,061.00 384 Change Order No. 24 Credit for unused concrete repairs ($80,000.00) 0 Additional sidewalks $5,716.00 0 Modifications to aeration basins electrical panels to access air valves $6,008.00 3 Re-routing filter backwash piping to access control panels $7,180.00 4 Power to an eye wash station (EWS) and additional EWS $17,561.00 5 Change Order No. 24 Decrease ($43,535.00) 12 $62,669,526.0 Revised Contract Amounts 0 1,186

Original Completion Dates: Substantial – October 19, 2017; Final – December 18, 2017 Revised Completion Dates: Substantial – November 19, 2018; Final – January 18, 2019 ENGINEERING ACTIVITY REPORT MARCH 30, 2019 TO APRIL 30, 2019 PAGE 5

Funding in the amount of $43,535.00 for Change Order No. 24 to MWH Constructors, Inc., will be credited back to the Stewart Creek West Wastewater Treatment Plant Capital Improvement Fund

d. Project No. 501-0319-13, Lower Rowlett Creek and Lower Cottonwood Creek Lift Station Improvements, Change Order No. 4 (4/2/2019)

Description Amount Days Original Contract Amount $3,012,500.00 1095 Prior Change Order(s) Total ($23,394.00) 3 Change Order No. 4 Provide a spare fan for the biotrickling filter at the Lower Cottonwood Creek Lift Station $27,613.00 0 Change Order No. 4 Increase $27,613.00 0 Revised Contract Amounts $3,016,719.00 1098

Original Completion Dates: Substantial – January 26, 2020; Final – March 26, 2020 Revised Completion Dates: Substantial – January 29, 2020; Final – March 29, 2020

Funding in the amount of $27,613.00 for Change Order No. 4 to Pepper Lawson Waterworks, LLC, is available in the Upper East Fork Interceptor System 2016 Construction Fund

e. Project No. 301-0328-13, Rowlett Creek Regional Wastewater Treatment Plant Peak Flow Management Improvements, Phase I, Change Order No. 14 (4/5/2019, 4/16/2019)

Description Amount Days Original Contract Amount $46,487,500.00 1095 Prior Change Order(s) Total $1,064,240.18 78 Change Order No. 14 Additional stormwater pollution prevention plan measures $2,610.00 0 Install circuit from lightning panel at new Headworks Electrical Building to Generator $7,690.00 0 Change Order No. 14 Increase $10,300.00 0 Revised Contract Amounts $ 47,562,040.18 1,173

Original Completion Dates: Substantial – January 26, 2020; Final – March 26, 2020 Revised Completion Dates: Substantial – April 13, 2020; Final – June 12, 2020

Funding in the amount of $10,300.00 for Change Order No. 14 to Pepper Lawson Waterworks, LLC, is available in the Regional Wastewater System 2016 Construction Fund

ENGINEERING ACTIVITY REPORT MARCH 30, 2019 TO APRIL 30, 2019 PAGE 6

f. Project No. 301-0468-17, Wilson Creek Regional Wastewater Treatment Plant Electrical Improvements, Phase II, Change Order No. 2 (4/3/2019)

Description Amount Days Original Contract Amount $14,456,000.00 762 Prior Change Order(s) Total $19,660.00 0 Change Order No. 2 Installation of two 8-inch non-potable water system valves $5,355.00 0 Change Order No. 2 Increase $5,355.00 0 Revised Contract Amounts $14,481,015.00 762

Original Completion Dates: Substantial – September 28, 2020; Final – October 28, 2020 Revised Completion Dates: No change.

Funding in the amount of $5,355.00 for Change Order No. 2 to Facility Solutions Group, Inc., is available in the Regional Wastewater System 2018 Construction Fund.

g. Project No. 501-0454-17, Indian Creek Force Main No. 2, Change Order No. 4 (3/11/19) and Change Order No. 5 (4/5/19)

Description Amount Days Original Contract Amount $10,716,927.81 450 Prior Change Order(s) Total $285,536.48 5 Change Order No. 4 Hand mining to safely address a utility conflict with auger bore at Midway Road and Spring Creek Parkway $54,690.24 13 Change Order No. 5 Purchase of 84 each water filled jersey barriers to address safety concerns to vehicular traffic $25,466.97 0 Change Order Nos. 4 and 5 Increase $80,157.21 13 Revised Contract Amounts $11,082,621.50 468

Original Completion Dates: Substantial – October 9, 2018; Final – November 8, 2019 Revised Completion Dates: Substantial – October 27, 2019; Final – November 26, 2019

Funding in the amount of $80,157.21 for Change Order Nos. 4 and 5 to Excel Trenching, LLC, is available in the Upper East Fork Interceptor System 2018 Construction Fund

h. Project No. 301-0443-16, South Mesquite Creek Regional Wastewater Treatment Plant Influent Flow Handling and Secondary Clarifier Improvements, Change Order No. 3 (3/29/19) and Change Order No. 4 (4/30/19)

Description Amount Days ENGINEERING ACTIVITY REPORT MARCH 30, 2019 TO APRIL 30, 2019 PAGE 7

Original Contract Amount $8,263,000.00 480 Prior Change Order(s) Total $182,979.00 20 Change Order No. 3 Temporary underground 4160V power and fiber loop to maintain plant power and communications loop during construction activities related to the clarifier $46,581.00 0 Credit for materials not used as part of Change Order No. 2 ($23,938.22) 0 Change Order No. 4 36-inch mechanical joint cap at Junction Box No. 1 $4,820.62 0 Change Order Nos. 3 and 4 Increase $27,463.40 0 Revised Contract Amounts $8,473,442.40 500

Original Completion Dates: Substantial – August 21, 2019; Final – September 30, 2019 Revised Completion Dates: Substantial – September 10, 2019; Final – October 20, 2019

Funding in the amount of $27,463.40 for Change Order Nos. 3 and 4 to Crescent Constructors, Inc., is available in the Regional Wastewater System 2018 Construction Fund

i. Project No. 301-0369-14, South Mesquite Creek Regional Wastewater Treatment Plant Filter and Ultraviolet (UV) Disinfection Improvements, Change Order No. 6 (4/01/19)

Description Amount Days Original Contract Amount $9,955,608.00 586 Prior Change Order(s) Total $282,937.37 34 Change Order No. 6 Connect new 42-inch piping to the existing 42-inch piping at an elevation approximately 8 feet lower than shown on the drawings $11,061.11 0 Provide a disc filter backwash pump reset button on the exterior of three disc filter control panels $11,485.96 0 Change Order No. 6 Increase $22,547.07 0 Revised Contract Amounts $10,261,092.44 620

Original Completion Dates: Substantial – November 27, 2018; Final – January 26, 2019 Revised Completion Dates: Substantial – December 31, 2018; Final – March 1, 2019

Funding in the amount of $22,547.07 for Change Order No. 6 to Archer Western Construction, LLC, is available in the Regional Wastewater System 2017 Construction Fund

SOLID WASTE SYSTEM a. Project No. 401-0440-16, 121 Regional Disposal Facility Concrete Pavement Improvements, Change Order No. 3 (4/17/19) ENGINEERING ACTIVITY REPORT MARCH 30, 2019 TO APRIL 30, 2019 PAGE 8

Description Amount Days Original Contract Amount $4,395,434.64 240 Prior Change Order(s) Total $109,403.36 0 Change Order No. 3 Time extension for permit delay $0.00 245 Additional days due to inclement weather $0.00 43 Increase lime application rate $17,120.00 0 Relocate fire department connection $8,922.00 0 Change Order No. 3 Increase $26,042.00 288 Revised Contract Amounts $4,530,880.00 528

Original Completion Dates: Substantial – July 31, 2018; Final – August 30, 2018 Revised Completion Dates: Substantial – May 15, 2019; Final – June 14, 2019

Funding in the amount of $26,042.00 for Change Order No. 3 to Mario Sinacola & Sons Excavating, Inc., is available in the Regional Solid Waste System 2017 Construction Fund

II. AMENDMENTS TO ENGINEERING, INSPECTION AND/OR LEGAL SERVICES ONLY: The following projects are being amended in accordance with NTMWD’s Board Policies Manual Section 9.3.B – up to $100,000.

WATER SYSTEM a. Project No.101-0422-16, Wylie Water Treatment Plant IV Filter Gallery Wall Structural Evaluation

DESCRIPTION AMOUNT Original ESA $554,431 Prior Additional Services $0

Additional Services ($47,128)

Reduction of engineering services fee as negotiated Revised ESA Amount $507,303

Funding in the amount of ($47,128) to JQ Infrastructure, LLC will be credited back to the Regional Water System Capital Improvement Fund

b. Project No. 101-0506-18, Pipeline Relocations at FM 2478 (Custer Road) ENGINEERING ACTIVITY REPORT MARCH 30, 2019 TO APRIL 30, 2019 PAGE 9

DESCRIPTION AMOUNT Original ESA $327,550.00 Prior Additional Services $0.00

Additional Services $21,300.00 Additional 1,500.00 linear feet of survey and Subsurface Utility Engineering (SUE) Revised ESA Amount $348,850.00

Funding in the amount of $21,300 to Freese and Nichols, Inc., is available in the Regional Water System Capital Improvement Fund

WASTEWATER SYSTEM a. Project No. 301-0499-18, Wilson Creek Regional Wastewater Treatment Plant Maintenance Facility and Solids Operations Facility and Project No. 501-0522-18, Upper East Fork Interceptor System Storage and Parking Facilities

DESCRIPTION AMOUNT Original ESA $518,985.00 Prior Additional Services $199,850.00

Additional Services $1,266.80

Permitting Fees for Project No. 301-0499-18 $890.66 Permitting Fees for Project No. 501-0522-18 $376.14

Revised ESA Amount $720,101.80

Funding in the amount of $890.66 for Project No. 301-0499-18 to Halff Associates, Inc., is available in the Regional Wastewater System 2018 Construction Fund, and $376.14 for Project No. 501-0522-18 to Halff Associates, Inc., is available in the Upper East Fork Interceptor System 2018 Construction Fund

b. Project No. 301-0328-13, Rowlett Creek Regional Wastewater Treatment Plant Peak Flow Management Improvements, Phase I

DESCRIPTION AMOUNT Original ESA $3,458,000.00

Prior Additional Services $462,638.00

Additional Services $18,103.00 Design of flowmeters in lines to Train A aeration basins ENGINEERING ACTIVITY REPORT MARCH 30, 2019 TO APRIL 30, 2019 PAGE 10

Revised ESA Amount $3,938,741.00

Funding in the amount of $18,103.00 to CH2M HILL Engineers, Inc., is available in the Regional Wastewater System 2017 Construction Fund

c. Project No. 501-0502-18, McKinney Lift Station Improvements

DESCRIPTION AMOUNT Original ESA $2,280,806.00

Prior Additional Services $0.00

Additional Services $39,137.00 Design of magnetic flow meter vault, incorporation of Wilson Creek plant drain improvements project, and design of parshall flume flow meter vault Revised ESA Amount $2,319,943.00

Funding in the amount of $39,137.00 to HDR Engineering, Inc., is available in the Upper East Fork Interceptor System 2017 Construction Fund

SOLID WASTE SYSTEM c. None.

Construction Progress

Report April 2019

Water

Project Name: 0261 - HSPS 2-2 and 2-3 Mechanical Improvements

Contractor: Garney Companies, Inc. Consultant: MHW Americas, Inc.

$4,506,127.00 7/24/2014 Original Contract: Contract:

($531,984.50) 8/11/2014 Change Orders: Notice To Proceed:

% of Increase: -13.4% Original Completion: 4/26/2016

1/15/2017 Current Contract: $3,974,142.50 Revised Completion:

$3,800,445.15 264 Earned To Date: Days Extended:

Remarks: Completed all punch list items. Waiting on closeout documents.

Project Name: 0269 - Trinity River Main Stem Pump Station and RWP (CMAR)

Contractor: Garney Companies, Inc. Consultant: Freese and Nichols, Inc.

$102,796,737.00 1/26/2012 Original Contract: Contract:

5/29/2015 Change Orders: $0 Notice To Proceed:

0% 6/3/2019 % of Increase: Original Completion:

$102,796,737.00 Current Contract: Revised Completion:

Earned To Date: $89,228,367.29 Days Extended:

Remarks: Main Stem Pump Station: 1) Constructing the remaining intake structure components in submerged conditions. 2) Continue installing articulated blocks. 3) Continue installing the fence. 4) Installing airburst equipment. 5) Placing flex base road around the site perimeter. 5) Continue preliminary testing on electrical equipment. Raw Water Pipeline: 1) Installed pipeline appurtenances on Segment A. 2) Filled pipeline for hydrostatic test on Segment A. 2) Continue installing fiber optic conduit. Conveyance Pump Station: 1) Vertical turbine pumps delivered. 2) Grouting pump sole plates. Installed roof mounted HVAC unit.

Project Name: 0321 - Expansion of Raw Water PS #3 to 620MGD

Contractor: Archer Western Construction, LLC Consultant: Freese & Nichols, Inc.

$3,247,500.00 3/26/2015 Original Contract: Contract:

Change Orders: $552,647.50 Notice To Proceed: 4/29/2015

12/14/2016 % of Increase: 14.5% Original Completion:

$3,800,147.50 8/28/2017 Current Contract: Revised Completion:

Earned To Date: $3,767,105.50 Days Extended: 257

Remarks: Completed modifications to lower level handrail. Installed pump 2 platform / cat walk.

1

Project Name: 0326 - Casa View Control Structure & GST Improvements

Contractor: Crescent Constructors, Inc. Consultant: Kimley-Horn and Associates, Inc.

$6,125,600.00 5/28/2016 Original Contract: Contract:

Change Orders: $66,670.44 Notice To Proceed: 7/14/2016

1.1% 7/9/2017 % of Increase: Original Completion:

$6,192,270.44 Current Contract: Revised Completion: 11/21/2017

Earned To Date: $6,129,205.44 Days Extended: 135

Remarks: Finalized mediation for tank roof slope repairs.

Project Name: 0329 - Water Transmission System SCADA Upgrade

Contractor: Prime Controls Consultant: Gupta & Associates, Inc.

$9,867,385.00 1/28/2016 Original Contract: Contract:

$231,992.48 3/9/2016 Change Orders: Notice To Proceed:

2.3% % of Increase: Original Completion: 4/8/2018

11/29/2018 Current Contract: $10,099,377.48 Revised Completion:

$9,956,012.07 205 Earned To Date: Days Extended:

Remarks: Working on modifications to the Data concentrator, PLC swap, Howe modifications and radio communications for Frisco No. 2 repeater site, and punch list items.

Project Name: 0332 - Rockwall to Royse City PL No.2 & East System GST

Contractor: Thalle Construction Company, Inc. Consultant: Alan Plummer Associates, Inc.

$6,030,262.00 11/16/2017 Original Contract: Contract:

Change Orders: $0.00 Notice To Proceed: 1/10/2018

2/24/2019 % of Increase: Original Completion:

$6,030,262.00 Current Contract: Revised Completion:

Earned To Date: $5,066,239.99 Days Extended:

Remarks: Completed the meter vault building, installed two butterfly valves and continued installing the underground electrical conduit.

Project Name: 0338A - Meter Vault Standardization, Phase II, Set Point Control

Contractor: Crescent Construction, Inc. Consultant: Freese & Nichols, Inc.

$5,541,000.00 9/28/2017 Original Contract: Contract:

$202,000.00 11/1/2017 Change Orders: Notice To Proceed:

% of Increase: 3.5% Original Completion: 4/25/2019

6/27/2019 Current Contract: $5,743,000.00 Revised Completion:

$5,287,019.90 63 Earned To Date: Days Extended:

Remarks: Rowlett No. 1 – All work completed at this site; Mesquite No. 3 – building and site electrical, excavated for tie- ins; Rowlett No. 3 - All work is complete at this site; Garland No. 5 – installed re-worked pipeline, prepping for tie-in.

2

Project Name: 0338B - Meter Vault Standardization, Set Point Control Implementation, Phase II

Contractor: MELA Contracting, Inc. Consultant: Huitt-Zollars, Inc.

$8,985,000.00 10/25/2018 Original Contract: Contract:

Change Orders: $0.00 Notice To Proceed: 11/26/2018

6/8/2020 % of Increase: Original Completion:

$8,985,000.00 Current Contract: Revised Completion:

Earned To Date: $833,498.89 Days Extended:

Remarks: Frisco No. 1 –floor slab and starter wall; Garland No. 2 – No Work performed; Plano No. 5 – No Work performed; Wylie Interconnect – floor slab and starter wall

Project Name: 0340 - Plano No. 2 Delivery Point Meter Station Upgrade

Contractor: Archer Western Construction, LLC Consultant: Birkhoff, Hendricks, & Carter, LLP

$1,882,700.00 10/27/2016 Original Contract: Contract:

$34,679.15 8/14/2017 Change Orders: Notice To Proceed:

% of Increase: 1.8% Original Completion: 7/19/2018

7/13/2019 Current Contract: $1,917,379.15 Revised Completion:

$1,436,286.23 359 Earned To Date: Days Extended:

Remarks: The contractor is currently working on construction of the new electrical building.

Project Name: 0354 - Wylie WTP Chemical Systems Improvements, Phase 1B

Contractor: Pepper-Lawson Waterworks Consultant: Carollo Engineers, Inc.

$7,869,020.00 8/27/2015 Original Contract: Contract:

Change Orders: $1,113,049.95 Notice To Proceed: 9/2/2015

12.4% 8/5/2016 % of Increase: Original Completion:

$8,982,069.95 Current Contract: Revised Completion: 10/21/2017

Earned To Date: $8,683,633.24 Days Extended: 442

Remarks: Completing punch list items.

Project Name: 0354 - Wylie WTP Chemical Systems Improvements, Phase 2

Contractor: Pepper-Lawson Waterworks Consultant: Carollo Engineers

$10,999,000.00 4/28/2016 Original Contract: Contract:

$706,755.00 5/23/2016 Change Orders: Notice To Proceed:

6.0% % of Increase: Original Completion: 9/23/2017

4/18/2018 Current Contract: $11,705,755.00 Revised Completion:

$11,699,955.00 207 Earned To Date: Days Extended:

Remarks: Completing punch list items.

3

Project Name: 0363 - HSPS 1-1 Mechanical Improvements

Contractor: Red River Construction Consultant: Freese & Nichols, Inc.

$9,763,172.00 6/23/2016 Original Contract: Contract:

Change Orders: $371,317.99 Notice To Proceed: 7/18/2016

3.7% 11/10/2017 % of Increase: Original Completion:

$10,134,489.99 Current Contract: Revised Completion: 4/11/2018

Earned To Date: $10,134,489.99 Days Extended: 152

Remarks: Repairs required for the 72-inch butterfly valve, depending on shutdown availability.

Project Name: 0368A - Wylie WTP Power System Improvements, Phase I

Contractor: Brandt Industrial Consultant: Freese & Nichols, Inc.

$3,369,884.91 10/26/2017 Original Contract: Contract:

($17,467.34) 11/3/2017 Change Orders: Notice To Proceed:

-0.5% % of Increase: Original Completion: 12/18/2018

2/24/2019 Current Contract: $3,352,417.57 Revised Completion:

$2,349,576.35 68 Earned To Date: Days Extended:

Remarks: All underground feeder cables to the aerial grid are installed, tested, phased, and have been energized. Shutdown to tether the South substation to the North has been postponed to lower demand season. Work progresses on control wiring and logic from out of the Oncor control house to the new NTMWD control house.

Project Name: 0375 - Wylie WTP I Rapid Mix and Sedimentation Improvements

Contractor: Eagle Contracting, LP Consultant: Carollo Engineers, Inc.

$21,032,000.00 2/22/2018 Original Contract: Contract:

3/20/2018 Change Orders: ($4,568.83) Notice To Proceed:

0.0% 2/13/2020 % of Increase: Original Completion:

$21,027,431.17 Current Contract: Revised Completion: 2/15/2020

2 Earned To Date: $10,561,059.03 Days Extended:

Remarks: Concrete placements on basin, flow splitter, and meter vault walls are complete. Basin walkways, meter vault deck, and flow splitter box deck are being formed for future concrete pours. The new chemical storage area is under construction in the chemical building. The sludge line installation and lateral installation continue at the sludge lagoons. The electrical duct bank work between Operations and Plant I is ongoing. The first inclined plate settlers arrived April 30, 2019.

4

Project Name: 0385 - North System Exchange Parkway Ground Storage

Contractor: Crescent Constructors, Inc. Consultant: Freese & Nichols, Inc.

$19,069,000.00 5/25/2017 Original Contract: Contract:

Change Orders: $128,276.00 Notice To Proceed: 8/7/2017

0.7% 2/8/2019 % of Increase: Original Completion:

$19,197,276.00 Current Contract: Revised Completion: 3/19/2019

Earned To Date: $18,679,761.30 Days Extended: 39

Remarks: Continued installing screening fence and paving of sidewalk and the roadway. Disinfecting, filling and testing the tanks is ongoing. Final site grading continues.

Project Name: 0387 - Wylie WTP IV Expansion (CMAR)

Contractor: Archer Western Construction, LLC Consultant: Carollo Engineers, Inc.

$88,557,744.20 5/26/2016 Original Contract: Contract:

($1,231,576.21) 12/8/2016 Change Orders: Notice To Proceed:

% of Increase: (1.39%) Original Completion: 8/12/2019

Current Contract: $87,326,167.99 Revised Completion:

$64,073,412.21 Earned To Date: Days Extended:

Remarks: Concrete placements at the ozone and sedimentation basin are complete. Water tightness testing and crack repair continues at the Ozone contactor. Pours at the reclaim structure are ongoing - the last wall was poured 4-26-2019. Inclined plate settlers have been installed in the sedimentation basins. Installation of the sludge collection equipment continues. The installation of concrete troughs and electrical and instrumentation conduits at the filter structure continues. Coating at the filter building has commenced. Construction of the sodium hydroxide storage area is ongoing.

Project Name: 0407 - McKinney No. 1 to Princeton No. 1 Pipeline

Contractor: Thalle Construction Company, Inc. Consultant: Lockwood, Andrews & Newnam, Inc.

$8,863,129.70 6/22/2017 Original Contract: Contract:

$729,561.85 7/3/2017 Change Orders: Notice To Proceed:

7.6% % of Increase: Original Completion: 10/26/2018

1/16/2019 Current Contract: $9,592,691.55 Revised Completion:

$9,536,276.38 82 Earned To Date: Days Extended:

Remarks: Completing all punch list items.

5

Project Name: 0409 - North System Frisco-McKinney Ground Storage Tanks

Contractor: Crescent Constructors, Inc. Consultant: Kimley-Horn and Associates, Inc.

$8,173,000.00 10/26/2017 Original Contract: Contract:

Change Orders: $90,000.00 Notice To Proceed: 1/15/2018

1.1% 1/10/2019 % of Increase: Original Completion:

$8,263,000.00 Current Contract: Revised Completion: 1/27/2019

Earned To Date: $7,394,909.12 Days Extended: 17

Remarks: Continued paving, installing the chain-link fence and gate, installing mow strips, installing the irrigation system and fine grading. The 8-inch water line for fire hydrant is nearly complete. Continued working on the electrical, instrumentations and SCADA work.

Project Name: 0414 - High Service Pump Station 2-1 Electrical Improvements Phase I

Contractor: Facilities Solutions Group Consultant: Gupta & Associates, Inc.

$7,400,700.00 8/24/2017 Original Contract: Contract:

$47,029.00 Change Orders: Notice To Proceed: 9/14/2017

% of Increase: 0.6% Original Completion: 10/14/2019

$7,447,729.00 4/11/2020 Current Contract: Revised Completion:

$4,776,295.82 Earned To Date: Days Extended: 180

Remarks: Coating inside the building is continuing with steel and under-deck sealing. Exterior pads for ancillary transformers was poured incorrectly and is being replaced per Engineer's recommendations. Awaiting delivery of electrical switchgear.

Project Name: 0417 - Lake Chapman Pump Station No. 2 Pump Repair

Contractor: Odessa Pumps Consultant: No Consultant Firm Utilized

$208,349.00 2/25/2016 Original Contract: Contract:

2/25/2016 Change Orders: $151,300.00 Notice To Proceed:

42.1% 3/29/2019 % of Increase: Original Completion:

$359,649.00 Current Contract: Revised Completion:

Earned To Date: $206,265.51 Days Extended:

Remarks: Machine shop has completed column work for Pump 2 and provided a work report. All machine shop work is expected to be completed by 5/19/2019. Smith Pump Co. is scheduling pump installation for 5/27/2019.

6

Project Name: 0419 - Casa View Pump Station Electrical and Site Improvements

Contractor: Crescent Constructors, Inc. Consultant: Gupta & Associates, Inc.

$4,017,000.00 3/23/2017 Original Contract: Contract:

Change Orders: ($23,815.40) Notice To Proceed: 4/18/2017

-0.6% 5/13/2018 % of Increase: Original Completion:

$3,993,184.60 Current Contract: Revised Completion: 5/30/2018

Earned To Date: $3,891,022.03 Days Extended: 17

Remarks: The 30-inch meter has passed Siemens test Certification. Pump 4 installation is scheduled to be completed 6/3/2019. A few punch list items remain to be completed.

Project Name: 0431 - North McKinney Pipeline Phase III

Contractor: S.J. Louis Construction of TX, Ltd. Consultant: HDR Engineering, Inc.

$17,433,813.84 6/22/2017 Original Contract: Contract:

($30,313.17) 7/6/2017 Change Orders: Notice To Proceed:

% of Increase: -0.2% Original Completion: 11/6/2018

11/11/2018 Current Contract: $17,403,500.67 Revised Completion:

$17,177,656.15 5 Earned To Date: Days Extended:

Remarks: Preparing the last section of pipeline for chlorination. Cancelled a walk-through on the first section due to weather. Walk-through will be rescheduled when the site dries up enough to access all areas.

Project Name: 0434 - Wylie WTP II Filter Underdrain Improvements and Conversion to Biologically Active Filters

Contractor: Archer Western Construction, LLC Consultant: Carollo Engineers, Inc.

$15,641,000.00 7/27/2017 Original Contract: Contract:

9/5/2017 Change Orders: $564,159.00 Notice To Proceed:

3.5% 9/19/2020 % of Increase: Original Completion:

$16,205,159.00 Current Contract: Revised Completion: 10/29/2020

40 Earned To Date: $11,066,042.40 Days Extended:

Remarks: Filter coating is completed in filters 26-30. Holiday testing has been started in filter 26. The underdrains have been installed in filters 26-35. Filters 31-35 are being coated. Media installation is scheduled to begin the first week of May in filter 26. The backwash sequence programming modifications have been completed.

7

Project Name: 0445A - Maintenance Facilities Central Region, Phase 1

Contractor: Drive Construction, LLC Consultant: Merriman Anderson Architects, Inc.

$2,096,870.00 5/24/2018 Original Contract: Contract:

Change Orders: $83,231.11 Notice To Proceed: 6/25/2018

3.8% 3/22/2019 % of Increase: Original Completion:

$2,180,101.11 Current Contract: Revised Completion: 9/30/2019

Earned To Date: $727,142.10 Days Extended: 192

Remarks: Excavated and demolished existing piers for foundation work.

Project Name: 0457 - Replace Ozone Generators at Bonham Water Treatment Plant

Contractor: Archer Western Construction, LLC Consultant: CDM Smith, Inc.

$1,576,000.00 9/28/2017 Original Contract: Contract:

$6,176.52 10/17/2017 Change Orders: Notice To Proceed:

0.4% % of Increase: Original Completion: 9/12/2018

Current Contract: $1,582,176.52 Revised Completion:

$1,348,875.00 Earned To Date: Days Extended:

Remarks: Programmed and tested the new ozone system. Awaiting repairs of the existing ambient ozone analyzers prior to operation of the system. A third party will be out to calibrate and test the analyzers. Once completed, Suez will return to finish testing the new system.

Project Name: 0461 - Wylie WTP Emergency Notification System

Contractor: Johnson Controls Security Solutions, LLC Consultant: Chiang, Patel & Yerby (CP&Y)

$3,211,013.00 8/23/2018 Original Contract: Contract:

9/18/2018 Change Orders: $0.00 Notice To Proceed:

9/8/2019 % of Increase: Original Completion:

$3,211,013.00 Current Contract: Revised Completion:

Earned To Date: $663,614.20 Days Extended:

Remarks: Conduit and wiring are being installed at 8 pre-selected locations. The tentative date for completion of this installation and testing of 8 test locations is July 8.

Project Name: 0467 - South System Air Valve Improvements

Contractor: Mountain Cascade of TX, LLC Consultant: Chiang, Patel & Yerby (CP&Y)

$2,267,334.00 10/25/2018 Original Contract: Contract:

$0.00 Change Orders: Notice To Proceed: 1/2/2019

% of Increase: Original Completion: 8/30/2019

$2,267,334.00 Current Contract: Revised Completion:

$853,842.86 Earned To Date: Days Extended:

Remarks: Completed Line J sites, except for J5 and J5A, and completed all line A sites. Prepped for J5 and J5A installations, and

8

prepped for Line I installations. 35 of 70 CAV’s have been replaced and are on line, although final backfill and restoration remains outstanding on some.

Project Name: 0469 - 72" Texoma Pipeline Improvements

Contractor: Garney Companies, Inc. Consultant: Freese & Nichols, Inc.

$5,987,657.00 12/21/2017 Original Contract: Contract:

($40,140.30) Change Orders: Notice To Proceed: 1/3/2018

3/13/2020 % of Increase: -0.7% Original Completion:

$5,947,516.70 Current Contract: Revised Completion:

$3,406,962.93 Earned To Date: Days Extended:

Remarks: Work for FY 2018 has been completed. FY 2019 work to start in fall of 2019.

Project Name: 0480 - HSPS 3-1 Improvements

Contractor: Eagle Contracting, LP Consultant: AECOM Technical Services, Inc.

$6,014,100.00 9/27/2018 Original Contract: Contract:

$0.00 10/12/2018 Change Orders: Notice To Proceed:

% of Increase: Original Completion: 6/13/2020

Current Contract: $6,014,100.00 Revised Completion:

$496,622.24 Earned To Date: Days Extended:

Remarks: Relocating air relief valve and re-routing of the 8-inch water line is nearly complete. Continued excavating and shoring the meter vault.

Project Name: 0481 - Wylie WTP III SCADA Improvements

Contractor: Prime Controls Consultant: Tetra Tech, Inc.

$1,791,315.00 10/25/2018 Original Contract: Contract:

$0.00 Change Orders: Notice To Proceed: 11/26/2018

2/27/2020 % of Increase: Original Completion:

$1,791,315.00 Current Contract: Revised Completion:

$80,542.00 Earned To Date: Days Extended:

Remarks: Contractor has completed HMI Workshop No.1. Began development of graphics, demoed the chemical building panel components, and completed field investigation of fiber route, blower building, and electrical.

9

Project Name: 0485 - Wylie WTP Chlorine System Improvements

Contractor: Archer Western Construction, LLC Consultant: HDR Engineering, Inc.

$10,115,000.00 10/25/2018 Original Contract: Contract:

Change Orders: $17,092.00 Notice To Proceed: 11/7/2018

0.2% 4/30/2020 % of Increase: Original Completion:

$10,132,092.00 Current Contract: Revised Completion: 5/20/2020

Earned To Date: $1,070,429.95 Days Extended: 20

Remarks: The duct bank has been demoed and wiring has been temporarily relocated at the WTP III chlorine scrubber. Shoring supports have been installed at the new Plant III scrubber containment area. WTP I/II duct support piers have been drilled and poured. Pad for the dry scrubber at the WTP I/II railcar building has been formed and is awaiting concrete. Excavation for the WTP III chlorine scrubber containment will start in May.

Project Name: 0488 - Mesquite to Forney Pipeline Relocation at SH 352

Contractor: Blackrock Construction Consultant: Halff Associates, Inc.

$457,216.49 10/25/2018 Original Contract: Contract:

$0.00 Change Orders: Notice To Proceed: 11/26/2018

5/30/2019 % of Increase: Original Completion:

$457,216.49 Current Contract: Revised Completion:

$179,344.35 Earned To Date: Days Extended:

Remarks: Installed dish head plugs on cut ends of 24" pipe. Excavated bore pit, mobilized boring equipment and installed approximately 40' of tunnel casing.

Project Name: 0496 - Wylie WTP Ammonia System Improvements

Contractor: Eagle Contracting, LP Consultant: HDR Engineering, Inc.

$536,750.00 2/28/2019 Original Contract: Contract:

3/4/2019 Change Orders: $0.00 Notice To Proceed:

8/1/2019 % of Increase: Original Completion:

Current Contract: $536,750.00 Revised Completion:

Earned To Date: $339,017.40 Days Extended:

Remarks: Removed all valves and gauges from the east tanks at WTP III and IV. Installed all valves, gauges, and the fill station on the WTP III East Tank and prepared piping and flanges for the WTP IV East Tank.

10

Project Name: 0503 - Water Pipeline Relocations at FM 3549

Contractor: Flow-Line Construction, Inc. Consultant: Halff Associates, Inc.

$872,621.00 11/15/2018 Original Contract: Contract:

Change Orders: $0.00 Notice To Proceed: 12/14/2018

5/30/2019 % of Increase: Original Completion:

$872,621.00 Current Contract: Revised Completion:

Earned To Date: $437,730.00 Days Extended:

Remarks: Installed all open-cut and tunnel carrier piping on both 12" and 24" pipelines. Hydro tested and tested both lines. Tied-in new piping. New, re-routed piping is in service.

11

Wastewater

Project Name: 0252 - Stewart Creek WWTP Expansion to 10 MGD

Contractor: MWH Constructors, Inc. Consultant: Carollo Engineers, Inc.

$60,429,000.00 9/24/2015 Original Contract: Contract:

$2,240,526.00 10/20/2015 Change Orders: Notice To Proceed:

% of Increase: 3.6% Original Completion: 12/18/2017

1/18/2019 Current Contract: $62,669,526.00 Revised Completion:

$62,002,188.20 396 Earned To Date: Days Extended:

Remarks: General: Continued working on installation of missing pipe supports and braces. General site cleaning and improvements to the temporary drainage controls were implemented. Administration Building: Completed modifications to the showers and toilets to meet ADA requirements. Aeration Basins: Continued repair of rust stains caused by exposed chairs and tie-wire. As the basins were drained, a total of seven exposed rebar were found on five walls. Non-destructive tests determined the concrete cover depth over the rebar throughout the structure and the information has been provided to the Engineer for evaluation. Solids Building: Installed missing dampers in the odor ducts.

Project Name: 0295 - Upper Rowlett & Upper Cottonwood Creek LS Improvements

Contractor: Archer Western Construction, LLC Consultant: CH2M Hill

$8,904,500.00 8/28/2014 Original Contract: Contract:

$1,618,159.54 9/15/2014 Change Orders: Notice To Proceed:

15.4% % of Increase: Original Completion: 11/3/2016

1/25/2019 Current Contract: $10,522,659.54 Revised Completion:

$10,458,013.10 813 Earned To Date: Days Extended:

Remarks: Upper Rowlett Creek Lift Station: No work at this lift station. Upper Cottonwood Creek Lift Station: Completed installation of the new 24-in parallel discharge line and meter vault associated to this line. Worked on electrical wiring to flowmeter and installation of vents in the new vault.

Project Name: 0319 - Lower Rowlett Creek Lift Station

Contractor: Pepper Lawson Waterworks Consultant: CH2M Hill

$3,012,500.00 2/23/2017 Original Contract: Contract:

3/26/2017 Change Orders: $4,219.00 Notice To Proceed:

0.1% 3/26/2020 % of Increase: Original Completion:

Current Contract: $3,016,719.00 Revised Completion: 3/29/2020

3 Earned To Date: $1,990,337.81 Days Extended:

Remarks: Installed and tested the auger cast test piles for the foundation of three items on this project: lift station drywell, biotrickling filter pad and electrical building. Test piles passed the tests (these piles are testing piles and not the permanent/production piles). Submittals: Continued working on submittals.

12

Project Name: 0328 - Rowlett Creek RWWTP Peak Flow Improvements, Phase 1

Contractor: Pepper Lawson Waterworks Consultant: CH2M Hill

$46,487,500.00 2/23/2017 Original Contract: Contract:

Change Orders: $1,066,850.18 Notice To Proceed: 3/27/2017

2.2% 3/26/2020 % of Increase: Original Completion:

$47,554,350.18 Current Contract: Revised Completion: 6/12/2020

Earned To Date: $23,574,854.87 Days Extended: 78

Remarks: Yard Piping: Started installation of the 24-in line from the Plano LS to the MBR system. Junction Box 1A: Subcontractor continued working on the coating of this structure. Headworks: Installed and started testing of the auger cast test piles for the biotrickling filter pad. Headworks Electrical Building: Started installing forms. Storm water: Installed additional SWPPP measures per issued change order. MBR: Continued construction of this structure’s internal walls. UV System: Started work on the retaining walls at the UV location. Electrical: Subcontractor continued work on electrical panels at the Wet Weather Pump Station and embedded conduits at MBR and new Headworks Electrical Building.

Project Name: 0343 - Wilson Creek RWWTP Electrical Improvements, Phase 1

Contractor: Facilities Solutions Group Consultant: Mbroh Engineering, Inc.

$6,045,500.00 11/17/2016 Original Contract: Contract:

12/15/2016 Change Orders: $102,865.13 Notice To Proceed:

1.7% 4/19/2018 % of Increase: Original Completion:

Current Contract: $6,148,365.13 Revised Completion: 8/17/2018

195 Earned To Date: $5,268,386.00 Days Extended:

Remarks: Two LCSs remain to be refitted and tested by the manufacturer. Overhead connections and new conductors for LCS-3 and LCS-8 was completed. Infrared testing of all LCSs remains to be completed.

Project Name: 0346 - Wilson Creek Advanced Treatment and Headworks Improvements

Contractor: Archer Western Construction, LLC Consultant: CH2M Hill

$43,840,800.00 7/28/2016 Original Contract: Contract:

$454,981.00 Change Orders: Notice To Proceed: 9/6/2016

9/6/2019 % of Increase: 1.0% Original Completion:

$44,295,781.00 1/24/2020 Current Contract: Revised Completion:

$39,467,823.55 Earned To Date: Days Extended: 140

Remarks: General: Completed paving at main plant entrance. Installed guard rail along headworks facility retaining wall. Working on paving around high rate clarifier no. 2. Finished final grading around biological contact basin no. 2. Yard Piping: Installed grit piping, non-potable water piping, and supports for new headworks facility. Completed tie-ins to existing 18-inch return activated sludge lines and piping modifications at secondary sludge pump station no. 1. Installed storm drain piping at HRC no. 2 and HRC no. 2 polymer building. Electrical: Electrical subcontractor installed control panels, conduit, wire, and grounding at new headworks facility; conduit and grounding at headworks odor control; and conduit and grounding at HRC no. 2 polymer building.

13

Project Name: 0369 - SMC RWWTP Filter & Ultraviolet Disinfection Improvements

Contractor: Archer Western Construction, LLC Consultant: Black & Veatch

$9,955,608.00 5/25/2017 Original Contract: Contract:

Change Orders: $282,937.37 Notice To Proceed: 6/19/2017

2.8% 1/26/2019 % of Increase: Original Completion:

$10,238,545.37 Current Contract: Revised Completion: 3/1/2019

Earned To Date: $7,205,901.60 Days Extended: 34

Remarks: Electrical, I&C: Started the block wall construction of the new electrical building. Installed electrical and disconnect panels for the non-potable water pumps at the UV basin. Completed FAT testing of the new PLC panel. Effluent Structure: Constructed bulkhead in order to proceed with the modifications necessary to receive the new 90- inch effluent pipe.

Project Name: 0381 - Lower White Rock Lift Station Improvements

Contractor: Archer Western Construction, LLC Consultant: Cobb, Fendley & Associates

$5,789,000.00 9/28/2017 Original Contract: Contract:

$1,019,902.74 Change Orders: Notice To Proceed: 10/27/2017

12/29/2018 % of Increase: 15.0% Original Completion:

$6,808,902.74 1/25/2020 Current Contract: Revised Completion:

$4,291,441.65 Earned To Date: Days Extended: 392

Remarks: Continued work inside new electrical building to add switches and receptacles. Completed grounding ring and grounding of cabinets. Worked on electrical to new generator.

Project Name: 0389 - Beck Branch Gravity Sewer, Rowlett Creek Crossing Improvements

Contractor: Austin Filter Systems, Inc. Consultant: Jaster Quintanilla, Inc.

$750,000.00 8/24/2017 Original Contract: Contract:

8/27/2018 Change Orders: ($34.86) Notice To Proceed:

0.0% 2/23/2019 % of Increase: Original Completion:

Current Contract: $749,965.14 Revised Completion:

Earned To Date: $749,965.13 Days Extended:

Remarks: Contractor is substantially complete and awaiting on vegetation growth to achieve final completion.

14

Project Name: 0391- Preston Road Lift Station Improvements

Contractor: Archer Western Construction, LLC Consultant: Cobb, Fendley & Associates

$675,000.00 9/28/2017 Original Contract: Contract:

Change Orders: $0.00 Notice To Proceed: 10/30/2017

12/29/2018 % of Increase: Original Completion:

$675,000.00 Current Contract: Revised Completion: 3/15/2019

Earned To Date: $137,383.13 Days Extended: 76

Remarks: Contractor coordinated with Engineer on modifications to the 24-inch meter vault and isolation valve location for the 30-inch meter vault. RLC coordinated with operations to have new radar level instruments read correctly in Telog. Contractor indicated in 4/25/19 progress meeting work will focus on Project No. 381 at Lower White Rock Creek Lift Station then work will continue on this project.

Project Name: 0392 - Beck Branch Interceptor Improvements, Phase 2

Contractor: IPR South Central, LLC Consultant: Lockwood, Andrews & Newnam, Inc.

$6,543,325.00 10/27/2016 Original Contract: Contract:

$18,333.33 Change Orders: Notice To Proceed: 1/4/2017

6/8/2018 % of Increase: 0.3% Original Completion:

$6,561,658.33 Current Contract: Revised Completion:

$4,755,943.61 Earned To Date: Days Extended:

Remarks: Completed manhole rehabilitation/coating along the project limits. All parties working on procedures for inspection for resin debris upstream of junction box no. 1 at Rowlett Creek RWWTP and reconstruction of junction box #1833 south of Plano Parkway. Bypass to be removed after the segment upstream junction box no. 1 is inspected and cleaned.

Project Name: 0398 - Sabine Creek WWTP Expansion to 3 MGD

Contractor: Gracon Construction, Inc. Consultant: Perkins Engineering Consultant, Inc.

$9,162,200.00 10/27/2016 Original Contract: Contract:

$187,735.04 12/8/2016 Change Orders: Notice To Proceed:

2.0% % of Increase: Original Completion: 6/1/2018

1/23/2019 Current Contract: $9,349,935.04 Revised Completion:

$9,258,371.84 236 Earned To Date: Days Extended:

Remarks: Working on punch list items.

15

Project Name: 0400 - South Mesquite Creek RWWTP 2015 SCADA Improvements

Contractor: Prime Controls Consultant: GAI Consulting

$3,154,765.00 12/15/2016 Original Contract: Contract:

Change Orders: $83,259.33 Notice To Proceed: 1/5/2017

2.6% 5/19/2018 % of Increase: Original Completion:

$3,238,024.33 Current Contract: Revised Completion: 12/22/2018

Earned To Date: $3,207,024.32 Days Extended: 217

Remarks: Repair of the metal wall panel at the influent pump station damaged during construction has been completed.

Project Name: 0401 - Princeton Lift Station Improvements

Contractor: Crescent Construction, Inc. Consultant: Parsons Environment & Infrastructure,

Inc.

$7,997,000.00 10/26/2017 Original Contract: Contract:

11/20/2017 Change Orders: $220,884.00 Notice To Proceed:

2.7% 11/15/2018 % of Increase: Original Completion:

$8,217,884.00 Current Contract: Revised Completion: 4/28/2019

164 Earned To Date: $7,951,156.49 Days Extended:

Remarks: General: Ongoing grading the road base around the lift station and through the access drive, and continued site cleanup. Instrumentation: Subcontractor has been onsite pre-testing the instrumentation and SCADA systems. Mechanical: The manufacturers were onsite to pretest the knife gates and sump pumps.

Project Name: 0405 - North McKinney Interceptor Improvements Phase II

Contractor: Insituform Technologies, LLC Consultant: Dal-Tech Engineering

$5,578,819.00 4/27/2017 Original Contract: Contract:

($38,597.20) Change Orders: Notice To Proceed: 5/9/2017

10/31/2018 % of Increase: -0.7% Original Completion:

$5,540,221.80 Current Contract: Revised Completion:

$5,057,129.45 Earned To Date: Days Extended:

Remarks: Construction site access has been limited by rainfall and the presence of an additional contractor near FM 546. Five manholes remain to be rehabbed and potential remediation of liner sections remain to be addressed.

16

Project Name: 0433 - Princeton Parallel Force Main

Contractor: Wildstone Construction, LLC Consultant: Parsons Environment & Infrastructure,

Inc.

$4,132,665.00 12/21/2017 Original Contract: Contract:

$132,993.11 Change Orders: Notice To Proceed: 1/11/2018

% of Increase: 3.1% Original Completion: 2/1/2019

$4,265,658.11 5/30/2019 Current Contract: Revised Completion:

$3,453,744.50 Earned To Date: Days Extended: 118

Remarks: Poured the manhole at the downstream connection and coated the exterior. The HDD contractor began working and completed the pilot hole and is ready to begin installing the pipe. Continued fusing pipe, the pavement subcontractor began paving the access drives and repairing the disturbed areas along CR400, and the fence subcontractor installed the posts for the access gates. The trees were planted in East Fork Park for the USACE mitigation requirements.

Project Name: 0437 - Wilson Creek RWWTP Expansion to 64 MGD (CMAR)

Contractor: Sundt Construction, Inc. Consultant: Carollo Engineers, Inc.

$53,294,144.21 11/17/2016 Original Contract: Contract:

$535,031.16 10/17/2017 Change Orders: Notice To Proceed:

1.0% % of Increase: Original Completion: 6/30/2019

Current Contract: $53,829,175.37 Revised Completion: 9/7/2019

$36,010,117.46 69 Earned To Date: Days Extended:

Remarks: Primary Clarifiers: Patching coating, installing weirs and baffles, and assembling odor control covers. Aeration basin: Contractor worked on slab for electrical building. Installed air piping, diffusers, mixers, and effluent weir. Installed ductwork and duct supports at blower building. Secondary Clarifiers: Backfilling around secondary clarifier no. 8. UV Basin: concrete work on upper slab. Solids Building: Installed platforms, walkways, conveyors, ductwork, and duct supports. Yard Piping: Installed 20-inch return activated sludge line, 42-inch SC influent line, 36-inch filter effluent line, 6-inch filter drain line, and completed 36-inch UV effluent line tie-in. Electrical: subcontractor installed conduit for primary sludge pump station no. 3, BNR basin no. 12, and new solids building.

Project Name: 0439 - Beck Branch Parallel Interceptor & Plano Spring Creek FM

Contractor: Belt Construction, Inc. Consultant: Lockwood, Andrews & Newnam, Inc.

$5,555,196.00 12/20/2018 Original Contract: Contract:

2/27/2019 Change Orders: $0.00 Notice To Proceed:

2/24/2020 % of Increase: Original Completion:

Current Contract: $5,555,196.00 Revised Completion:

Earned To Date: $88,800.00 Days Extended:

Remarks: Contractor has mobilized trailer to site. Cleared and grubbed at downstream end of project near connection to JB-1A. Potholed 24-inch Beck Branch diversion line and shot elevation of top of pipe.

17

Project Name: 0443 - SMC RWWTP Influent Flow Handling and Secondary Clarifier Improvements

Contractor: Crescent Constructors, Inc. Consultant: CDM Smith, Inc.

$8,263,000.00 5/24/2018 Original Contract: Contract:

Change Orders: $205,621.78 Notice To Proceed: 6/7/2018

2.4% 9/30/2019 % of Increase: Original Completion:

$8,468,621.78 Current Contract: Revised Completion: 10/20/2019

Earned To Date: $2,198,501.53 Days Extended: 20

Remarks: Influent Flow Handling: Completed re-route of 24-inch Forney Mustang Creek force main. Excavated for construction of new junction box and set up pipe support for the 42-inch North Mesquite Interceptor 2, 24" Buffalo Creek Force Main and 18" Forney Force Main lines. Performed repair of leak on the 42-inch North Mesquite Interceptor. Secondary Clarifier: Completed excavation. Installed temporary 4180V power and fiber around work area.

Project Name: 0453 - Indian Creek Lift Station No. 2

Contractor: Red River Construction Consultant: AECOM Technical Services, Inc.

$7,463,700.00 5/24/2018 Original Contract: Contract:

$7,356.33 Change Orders: Notice To Proceed: 8/28/2018

10/17/2019 % of Increase: 0.1% Original Completion:

$7,471,056.33 11/16/2019 Current Contract: Revised Completion:

$1,740,968.85 Earned To Date: Days Extended: 30

Remarks: Influent Splitter Box: An electrical shutdown was performed to assist the contractor with drilling of shoring beam for the splitter box. Continued excavation for the splitter box and set up the base slab for the bypass manhole. Lift Station: Mat-slabs have been poured and the contractor is water curing the slabs. Rebar are being tied for the walls.

Project Name: 0454 - Indian Creek Force Main No. 2

Contractor: Excel Trenching, LLC Consultant: HDR Engineering, Inc.

$10,716,927.81 7/26/2018 Original Contract: Contract:

$365,693.69 8/15/2018 Change Orders: Notice To Proceed:

3.3% % of Increase: Original Completion: 11/8/2019

Current Contract: $11,082,621.50 Revised Completion: 11/26/2019

$5,631,500.12 18 Earned To Date: Days Extended:

Remarks: Contractor updated permits from City of Plano and the directional drill adjacent to Parkwood Boulevard and under Tennyson Parkway is complete. Continued open cut installation along Parkwood Boulevard near Spring Creek Parkway.

18

Project Name: 0466 - Rowlett Creek Parallel Trunk Sewer Extension

Contractor: McKee Utility Contractors Consultant: Jacobs Engineering, Inc.

$3,695,000.00 10/25/2018 Original Contract: Contract:

Change Orders: $0.00 Notice To Proceed: 1/2/2019

1/2/2020 % of Increase: Original Completion:

$3,695,000.00 Current Contract: Revised Completion:

Earned To Date: $1,965,760.35 Days Extended:

Remarks: Installed stone rip rap at five locations and the pipe has been concrete encased at three Waters Branch Creek crossings. Installed approximately 2,400 feet of 36-inch pipe and completed tunnel and pipe installation under Alma Rd. 16 out of 25 manholes have been coated and the portions of the pipe have been tested.

Project Name: 0468 - Wilson Creek RWWTP Electrical Improvements, Phase II

Contractor: Facilities Solutions Group Consultant: Mbroh Engineering, Inc.

$14,456,000.00 8/23/2018 Original Contract: Contract:

$25,015.00 Change Orders: Notice To Proceed: 9/27/2018

% of Increase: 0.2% Original Completion: 10/28/2020

$14,481,015.00 Current Contract: Revised Completion:

$1,125,938.80 Earned To Date: Days Extended:

Remarks: Power yard site preparation is continuing. Duct banks, utilities, and equipment layouts were completed. Pole delivery has begun. Main Switchgear relay settings were updated and power monitoring of the gear has begun.

19

Solid Waste

Project Name: 0440 - 121 RDF Concrete Pavement Improvements

Contractor: Mario Sinacola & Sons, Inc. Consultant: KSA Engineers

$4,395,434.64 12/21/2017 Original Contract: Contract:

$109,403.36 1/2/2018 Change Orders: Notice To Proceed:

% of Increase: 2.4% Original Completion: 8/30/2018

6/14/2019 Current Contract: $4,504,838.00 Revised Completion:

$2,326,511.52 Earned To Date: Days Extended:

Remarks: Completed lime stabilized subgrade for phase 2 and is scheduled to complete phase 2 paving in May.

Project Name: 0465 - Custer Road Transfer Station Compost Office

Contractor: Advanced Transol Consultants, LLC Consultant: Huitt-Zollars, Inc.

$502,000.00 4/27/2018 Original Contract: Contract:

Change Orders: $49,230.64 Notice To Proceed: 5/25/2018

8.9% 11/30/2018 % of Increase: Original Completion:

$551,230.64 Current Contract: Revised Completion: 3/31/2019

Earned To Date: $493,442.87 Days Extended: 121

Remarks: Currently working on deficiencies from a preliminary walk thru inspection conducted in April.

Project Name: 0476 - Maxwell Creek Landfill Environmental Controls

Contractor: Advance One Development, LLC Consultant: Weaver Consultants Group, LLC

$942,400.00 7/26/2018 Original Contract: Contract:

$149,482.20 10/9/2018 Change Orders: Notice To Proceed:

13.7% % of Increase: Original Completion: 3/8/2019

5/22/2019 Current Contract: $1,091,882.20 Revised Completion:

$1,091,882.20 75 Earned To Date: Days Extended:

Remarks: Completed all major items of work. Authorization of final payment for the Board's consideration is being scheduled.

Project Name: 0482B - Cell 5B-B, 5C, and 5D Excavation

Contractor: DelHur Industries, Inc. Consultant: Biggs & Mathews Environmental

$12,166,208.61 12/21/2017 Original Contract: Contract:

Change Orders: $60,142.47 Notice To Proceed: 1/2/2018

0.5% 9/30/2019 % of Increase: Original Completion:

$12,226,351.08 Current Contract: Revised Completion: 10/17/2019

Earned To Date: $8,100,486.18 Days Extended: 17

Remarks: The Contractor has 3 excavators, 2 ripping dozers, 9 hauling trucks, 2 water trucks, 1 forklift, and 1 lube truck on site. Construction progress meetings are held every two weeks to monitor progress. Completed excavation of Cell 5C and

20

has begun excavation of the 1,300,000 CY scheduled for Cell 5D.

Total Value - All Projects: $756,421,640.69

$564,942,233.15 Total Earned - All Projects:

74.7% % Difference:

21

BOIS D’ARC LAKE PROGRAM SUMMARY

. May 2019

BOIS D’ARC LAKE PROGRAM SUMMARY

PROGRAM MAPS AND STATUS SUMMARY ① RIVERBY AND UPPER MITIGATION SITES (FSP – RES) Design/Construction Budget: Est. - $148M; Authorized Amount – $148M; Spent Amount - $24.8M Status: See construction report sheet later in report. Schedule: See construction report sheet later in report. ② DAM AND RESERVOIR (CMAR 1 – Archer Western) Design/Construction Budget: Est. - $182M; Authorized Amount – $182M; Spent Amount - $57.6 Status: See construction report sheet later in report. Schedule: See construction report sheet later in report. ③ RAW WATER PUMP STATION (CMAR 3 - Garney) Design/Construction Budget: Est. - $92.7M; Authorized Amount – $92.7M; Spent Amount - $9.8M Status: See construction report sheet later in report. Schedule: See construction report sheet later in report. ④ FM 897 AND COUNTY ROADS (CMAR 4 – Austin Bridge and Road) Design/Construction Budget: Est. - $55.6M; Authorized Amount – $55.6M; Spent Amount - $19.4M Status: See construction report sheet later in report. Schedule: See construction report sheet later in report ⑤ & ⑥ RECREATION AREAS, BOAT RAMPS, LAKE OFFICE (CMAR 4 – Austin Bridge and Road) and DAM MAINTENANCE BUILDING (CMAR 3 - Garney) Design/Construction Budget: Est. - $17.1M; Authorized Amount – $1.6M; Spent Amount - $1.01M Status: Held design meetings for DMF, Boat Ramps and Lake Operations. Design ongoing. Worked on geotech and cultural resources survey onsite. Schedule: Design Complete in 2nd QTR 2019; Construction Complete in 3rd QTR 2020

2 | P a g e

BOIS D’ARC LAKE PROGRAM SUMMARY

PROGRAM MAPS AND STATUS SUMMARY

⑦ 90-INCH RAW WATER PIPELINE (CMAR 5 - Garney) Design/Construction Budget: Est. - $191.3M; Authorized Amount – $185.4M; Spent Amount - $36.8M Status: See construction report sheet later in report. Schedule: See construction report sheet later in report. ⑧ LEONARD WATER TREATMENT PLANT (CMAR 3 - Garney) Design/Construction Budget: Est. - $279.6M; Authorized Amount – $279.6M; Spent Amount - $46.3M Status: See construction report sheet later in report. Schedule: See construction report sheet later in report ⑨ HIGH SERVICE PUMP STATION (CMAR 3 - Garney) Design/Construction Budget: Est. - $73.3M; Authorized Amount – $14.7M; Spent Amount - $2.3M Status: Continued towards final design and procurement. Procurement ongoing for early packages, mechanical and structural work. Schedule: Design Complete in 2nd QTR 2019; Construction Complete in 3rd QTR 2021 ⑩ TERMINAL STORAGE RESERVOIR (CMAR 1 – Archer Western) Design/Construction Budget: Est. - $37.9M; Authorized Amount – $1.89M; Spent Amount - $1.3M Status: Procurement ongoing. GMP for TSR going to May board. NTP to be issued in mid June pending authorization. Schedule: Design Complete in 1st QTR 2019; Construction Complete in 4th QTR 2020 ⑪ TREATED WATER PIPELINE (CMAR 5 - Garney) Design/Construction Budget: Est. - $125M; Authorized Amount – $7.5M; Spent Amount - $2.56M Status: Continued with final design. Met with Collin County and Fannin County officials on permitting. Schedule: Design Complete in 2nd QTR 2019; Construction Complete in 3rd QTR 2021

3 | P a g e

BOIS D’ARC LAKE PROGRAM SUMMARY

CONSTRUCTION PROGRESS PHOTOS

4 | P a g e

BOIS D’ARC LAKE PROGRAM SUMMARY

5 | P a g e

BOIS D’ARC LAKE PROGRAM SUMMARY

6 | P a g e

BOIS D’ARC LAKE PROGRAM SUMMARY

7 | P a g e

BOIS D’ARC LAKE PROGRAM SUMMARY

8 | P a g e

BOIS D’ARC LAKE PROGRAM SUMMARY

MAY 2019 FINANCIAL STATUS

9 | P a g e

BOIS D’ARC LAKE PROGRAM SUMMARY

MAY 2019 FINANCIAL STATUS

10 | P a g e

BOIS D’ARC LAKE PROGRAM SUMMARY

MAY 2019 FINANCIAL STATUS

11 | P a g e

BOIS D’ARC LAKE PROGRAM SUMMARY

PROGRAM CONTINGENCY TRACKER

12 | P a g e

May 2019 - Bois d’Arc Lake Program Construction Status Summary

Overall Program Summary: The Bois d’Arc Program’s construction phase continued with strong progress in April despite the wet periods. The longer/drier days help to lessen the impacts of rain events. The only remaining projects yet to start construction include the high service pump station and treated water pipelines and facilities. The dam project had another good month of fill placement where they exceeded their estimated production amounts (170K CY estimated; almost 200K CY placed). Their best day of production had over 19K cubic yards placed. The roadway, raw water pump station and treatment plant projects are all progressing well. Earthmoving operations at Riverby are still on hold while the USACE, NTMWD, FNI and RES continue working through the archeology concerns there. Current schedule updates show that the program’s water delivery date of March 2022 is still on track.

Treatment Spring 2022 Budget Impoundment Fall 2020 Projected Actual

Mitigation Monitoring/Maintenance continues through approximately 2042. Not shown for clarity.

*Curve data utilizes actual numbers when available and estimated amounts for projects still pending procurement. Schedule and curve follow the earliest start and latest completion for that particular CMAR/FSP.

May 2019 - Bois d’Arc Lake Program Construction Status Summary

Archer Western - CMAR 1 Summary for the Dam, Reservoir Clearing and TSR: In spite of the weather still having impacts almost each week, the Bois d’Arc Lake dam construction team had a productive month in April. The team met and exceeded their production goals for the month placing as much as 19 thousand cubic yards in one day. Production rates are expected to be in the 19K range going forward into the summer with good weather conditions. Embankment continued on both sides of Bois d’Arc Creek. Internal drain system (sand blanket, finger drains, etc.) have been started on the west embankment and completed on the east section. Concrete crews continued work on the intake structure walls and mud slabs for the spillway. Conduit pipe installation continued with encasement steel being installed around the pipe. Clearing in the reservoir footprint is complete for all of the land currently available. The crews remaining are working on burning operations and tying down fish habitat. The clearing crews will return later this summer once land acquisition is completed. The TSR procurement is near being finished. Construction on the TSR is expected to start in mid-June. CMAR 1 Schedule and Cost Summaries:

Dam and Clearing Dam and TSR Time Summary TSR Total Amount Time Summary Reservoir Preconstruction Original Contract Duration to Substantial 922 TBD Procurement and Early $5,856,397.78 $222,083.00 $6,078,480.78 Approved Changes to Contract Duration 58 0 Packages Original Construction Start Date (NTP) GMP Amounts Minus 04/27/18 TBD $166,328,634.22 $0.00 $166,328,634.22 Early Packages Original Substantial Completion Date 11/04/20 TBD Approved Change $1,991,209.08 $0.00 $1,991,209.08 Revised Substantial Completion Date 01/01/21 TBD Orders Days Charged to the Project to Date 369 0 Current Cost $174,176,241.08 $222,083.00 $174,398,324.08 Days Remaining in Contract to Substantial 553 0 Amount Paid to Date $49,185,196.64 $207,186.25 $49,392,382.89 Contracted Final Completion Date 05/05/21 0 Percent Paid to Date 28.24% 93.29% 28.32% Days Ahead/Behind Schedule Behind 64 0 *Days charged to project from 5/1/19 **64 days behind contract time for substantial. Recovery schedule incorporated in this update. 58 day time extension approved at March board will be shown in CMAR's schedule next month.

Treatment Spring 2022 Budget Impoundment Fall 2020 Projected Actual

*Notes: Curve data for recovery estimated. Will receive projected recovery amounts with recovery schedule. TSR data is estimated and will be finalized after board authorization in May. May 2019 - Bois d’Arc Lake Program Construction Status Summary

RES - FSP Summary for the Environmental Mitigation Projects: Mitigation continued with non-earthmoving activities at Riverby Ranch. Stream restoration designers continue to work on finishing up design packages. Crews in the field work on demolition, fence removal, invasive species removal and erosion protection measures. USACE, NTMWD, FNI and RES met several times to work on resolution to the archeology issues currently impacting earthmoving activities.

FSP Schedule and Cost Summaries:

CMAR (CLOSED) FSP Mitigation Total Amount FSP Mitigation Preconstruction Procurement and Early $3,311,089.00 $0.00 $3,311,089.00 Original Construction Contract Duration 1665 Packages Approved Changes to Contract Duration 0 GMP Amounts $0.00 $135,997,990.00 $135,997,990.00 Original Construction Start Date 08/08/18 Approved Change Original Construction Substantial Completion Date $0.00 ($454,003.00) ($454,003.00) 02/28/23 Orders Revised Construction Substantial Completion Date 02/28/23 Current Cost $3,311,089.00 $135,543,987.00 $138,855,076.00 Days Charged to the Project to Date 266 Amount Paid to Date $3,311,089.00 $15,303,761.00 $18,614,850.00 Days Remaining in Contract 1399 Percent Paid to Date 100.00% 11.29% 13.41% Days Ahead/Behind Schedule 0 *Maintenance/Monitoring will continue for up to 20 years **Days charged as of 5/1/19

Budget Actual Main Construction Effort Complete Early 2023

May 2019 - Bois d’Arc Lake Program Construction Status Summary

Garney – CMAR 3 Summary for the Leonard Water Treatment Plant, Raw Water Pump Station, High Service Pump Station and Dam Maintenance Facility: Leonard Water Treatment Plant work continued. Mobilization activities for all contractors is nearing completion. Mass earthwork operations are completing at each facility and the projects are being handed off to the project leads. Currently only 2 facilities have not yet been handed off. Sub-foundation work for areas already handed off continued with electrical duct bank, piping, etc. being the focus. Foundation concrete is expected to begin soon. Rock anchor installation at the clearwell started at Leonard. The Raw Water Pump Station rock anchors were restarted in April. The high service pump station and dam maintenance facility have not started construction yet.

CMAR 3 Schedule and Cost Summaries: Dam Dam LWTP HSPS RWPS LWTP HSPS RWPS Total Amount Maintenance Maintenance Original Contract Duration to Substantial 1055 TBD 811 TBD Preconstruction Procurement and $1,743,688.00 $513,167.00 $563,163.00 $80,000.00 $2,900,018.00 Approved Changes to Contract Duration 0 0 0 0 Early Packages Original Construction Start Date (NTP) 11/05/18 TBD 12/10/18 TBD GMP Amounts $257,321,312.00 $0.00 $86,114,284.92 $0.00 $343,435,596.92 Original Substantial Completion Date 09/25/21 TBD 02/28/21 TBD Approved Change Revised Substantial Completion Date 09/25/21 TBD 02/28/21 TBD $0.00 $0.00 $0.00 $0.00 $0.00 Orders Days Charged to the Project to Date 177 0 142 0

Days Remaining in Contract to Substantial 878 0 669 0 Current Cost $259,065,000.00 $513,167.00 $86,677,447.92 $80,000.00 $346,335,614.92 Anticipated Final Completion Date 03/15/22 TBD 05/29/21 TBD Amount Paid to Date $28,966,844.05 $456,217.51 $5,049,211.72 $17,500.00 $34,489,773.28 Percent Paid to Date 11.18% 88.90% 5.83% 21.88% 9.96% Days Ahead/Behind Schedule 0 0 0 TBD *Days charged to project from 5/1/19

Treatment Spring 2022

Budget Projected Impoundment Fall 2020 Actual

*Notes: DMF and HSPS data is estimated.

May 2019 - Bois d’Arc Lake Program Construction Status Summary

Austin Bridge and Road – CMAR 4 Summary for FM 897, Fannin County Roads, Boat Ramps and Lake Operations Center: In between rain events, work on the state and county roadways continued. Work at 897 continued on bridge substructure, embankment work north of the bridge, culvert installation and work on the detour alongside the new highway. County road contractors worked on all sites except for 8A. Most of the heavy work outside of clearing, prep ROW and utility relocation focused on sites 27, 23, 12, 2 and 3. Sites 27, 23 and 12 are near completion and should wrap up in the next few months. The boat ramps and lake operations building have not started construction yet.

CMAR 4 Schedule and Cost Summaries: Boat Ramps & Boat Ramps & FM 897 County Roads FM 897 County Roads Total Amount Lake Operations Lake Office Original Contract Duration to Substantial 795 794 TBD Preconstruction Procurement and Early $446,100.00 $167,525.00 $247,475.00 $861,100.00 Approved Changes to Contract Duration 0 0 0 Packages Original Construction Start Date (NTP) 04/27/18 04/27/18 TBD GMP Amounts Minus $34,979,566.86 $13,462,042.72 $0.00 $48,441,609.58 Early Packages Original Substantial Completion Date 06/30/20 06/29/20 TBD Approved Change Revised Substantial Completion Date 06/30/20 06/29/20 TBD $47,470.38 $0.00 $0.00 $47,470.38 Orders Days Charged to the Project to Date 369 369 0 Current Cost $35,473,137.24 $13,629,567.72 $247,475.00 $49,350,179.96 Days Remaining in Contract to Substantial 426 425 TBD Amount Paid to Date $11,338,149.39 $3,060,443.76 $111,924.50 $14,510,517.65 Anticipated Final Completion Date 07/31/20 07/30/20 0 Percent Paid to Date 31.96% 22.45% 45.23% 29.40% Days Ahead/Behind Schedule Ahead 8 Ahead 7 TBD *Days charged to project from 5/1/19

Treatment Impoundment Spring 2022 Budget Fall 2020 Projected Actual

*Notes: Lake Operations Facility and boat ramps data is estimated. May 2019 - Bois d’Arc Lake Program Construction Status Summary

Garney – CMAR 5 Summary for Raw and Treated Water Pipelines: The raw water pipeline package 2 (tunneling, prep right of way; surveying; SWPPP) started on 4/1/19. Tunneling crews mobilized to the site and started digging tunneling pits the next day. Crews are working round the clock in shifts to work on tunneling at Ward Creek, US 82 and FM1396 currently. Additional resources will be added to complete the near half mile of tunnels on the RWPL ahead of the installation crews starting later this summer. The treated water pipeline will follow similar procurement methods and begin work in October 2019.

CMAR 5 Schedule and Cost Summaries: RWPL TWPL Total Amount RWPL TWPL Preconstruction Original Contract Duration to Substantial TBD TBD Procurement and Early $1,213,800.00 $811,200.00 $2,025,000.00 Packages Approved Changes to Contract Duration 0 0 Original Construction Start Date (NTP) TBD TBD GMP Amounts $97,039,673.05 $0.00 $97,039,673.05

Original Substantial Completion Date TBD TBD Approved Change $0.00 $0.00 $0.00 Revised Substantial Completion Date TBD TBD Orders Days Charged to the Project to Date 0 0 Current Cost $98,253,473.05 $811,200.00 $99,064,673.05 Days Remaining in Contract to Substantial TBD TBD

Anticipated Final Completion Date 0 0 Amount Paid to Date $31,881,291.55 $751,200.00 $32,632,491.55 Days Ahead/Behind Schedule TBD TBD Percent Paid to Date 32.45% 92.60% 32.94% *Anticipated construction start dates in spring 2019 **payments for materials on hand for steel pipe purchase

Treatment Spring 2022 Budget Impoundment Projected Fall 2020 Actual

*Notes: RWPL and TWPL data is estimated.