Loading...
HomeMy WebLinkAboutRES 880141.23 - Study of Wastewater PlanA RESOLUTION AUTHORIZING THE CITY OF GEORGETOWN, TEXAS AN AGREEMENT WATER DEVELOPMENT BOARD TO STUDY A REGIONAL WASTEWATERPLAN;•THOUSAND DOLLARS FOR FUNDING FROM PRIVATE AND PUBLIC SOURCESr* AUTHORIZING THE MAYOR TO' EXECUTE THE AGREEMENT; CONDITIONALLY APPROVING THE AGREEMENT BETWEEN WALLACE, • & RICE FOR ENGINEERING SERVICES TO BE PROVIDED FORSTUDY REGIONAL WASTEWATER PLAN; AND AUTHORIZING MAYOR TO EXECUTE THAT AGREEMENT UPONAPPROVAL THE TEXAS WATER DEVELOPMENT BOARD AND THE CITY WHEREAS, the City of Georgetown, Texas, (City) finds there is a need and desire to study a plan for a regional wastewater system; WHEREAS, the Texas Water Development Board (Board) has available matching funds in the amount of lii./f for studyof plan forregional WHEREAS, the City desires to enter into a study with matching funding from the Board to develop a regional wastewater plan and further commits to providing $52,000 in funds for the study; WHEREAS, the engineering firm of Wallace, Winkler & Rice (Engineer) desires to provide the engineering services as required under the agreement for the study,; WHEREAS, the City desires to retain Engineer to perform such studies as required by its agreement with the Board for this study; NOW THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF GEORGETOWN, TEXAS: Section I. That the City Council of - City of -. .- •wn approve Agreement No. 8-483-615 between the Texas Water Development Boar and City of Georgetownt Texas, attached hereto and incorporate herein as if fully set forth at length and commits to providin Fifty-two Thousand Dollars in funding from both private anil public o Section II. That the Mayor be authorized to execute the agreement and the City Secretary to attest thereto. Section III. The City Council conditionally approves the engineering agree- ment between Wallace Winkler & Rice and the City, which is attached hereto and incorporated by reference as if fully set forth at length, such approval is subject to the approval by the Texas Water Development Board and Georgetown City Attorney. That the Mayor be authorized to execute the engineering agree- ment and the City Secretary to attest thereto after approval by the Texas Water Development Board and the City Attorney. RESOLVED this _day of A4Yu­b 1988. U —1L D9L\- Jim Colbert, Mayor ATTEST: APPROVED: le7 Leta Willoughby Diane Callander City Secretary City Attorney I , being the current City Secretary of the City of Georgetown do hereby certify the above is a true and correct copy of a resolution of the City Council of the City of Georgetown and such resolution was duly adopted at a meeting open to the public and notice of said meeting, giving the date, place, and subject thereof, was posted as prescribed by,Article 6252-17, Section 3A, VATCS. (City Seal) City Secretary 7A7DB Contract No. 8-483-615 STATE OF TEXAS Texas Water Development Board and COUNTY OF TRAVIS City of Georgetown, Texas WHEREAS, the City of Georgetown, Georgetown, Texas, hereinafter termed the City, applied to the Texas Water Development Board, Austin, Texas, hereinafter termed the Board, for a planning grant to develop a regional wastewater plan; WHEREAS, the City has agreed to com-nit funds to pay for the local share of the planning project; WHEREAS, the City is the entity who will act as administrator of the Board's planning grant and will be responsible for the execution of this contract; and WHEREAS, on January 21, 1988, the Board approved the application for financial assistance; NOW THEREFORE, the Board and the City, for the mutual consideration stated, agree and understand as follows: WITNESSETH: Ili I 11A I As a joint and cooperative undertaking with the Board, to be financed jointly as hereinafter specified, the City will prepare a regional wastewater plan for the Georgetown area. Services and activities provided shall be in strict accordance with re- quirements of the Texas Water Code, Chapter 15; associated rules of 31 Texas Administrative Code, Chapter 355, Sections 355.10-355.19; Attachment A, the original grant application, which is made a permanent part of this Contract; and with the following procedures and project descriptions: 1. It shall be the responsibility of the City to establish formal and direct liaison with the entities listed in Exhibit A; the directors of utility districts within the service area that have notified the City of their interest in the project; appropriate officials of the rIbwn of Weir; officials of the Brazos River Authority; representatives of the Capital Area Planning Council; and community leaders in the proposed service area for the purpose of coordinating the work of the planning project and to acquire available data pertinent to the planning effort. Planning shall be coordinated with all existing wastewater treatment studies and activities for the purpose of providing information for the proposed project. As the organizing entity, the City has the responsibility to solicit comments from the general public as to the content of the planning project. 2. The project will produce a feasibility -level plan for a regional wastewater system for a service area which is defined as the city limits of Georgetown and its extra -territory jurisdiction (FTJ), the incorporated limits and ETJ of the 'Ibwn of Weir, -the certified service area of the Williamson County MUDs #5 and,#6, and approximately 1,500 acres of privately owned land and portions of major watersheds outside the above referenced service areas to include the San Gabriel River, Berry Creek, Pecan Branch, Smith Branch, Mankins Branch and Lake Granger. The City will conduct the planning study according to the following tasks. Additional task detail is provided in Exhibit B. Task I. Develop and collect data from the City of Georgetown, Thwn 11 of Weir, Williamson County MUD's #5 and #6, and private land owners including existing treatment plants flows, effluent quality and system capacities, lift system locations and capacities, and current rate structures. Estimates of potential users and/or developments with potential flows M will be developed; and current,, projected, and land use population data for the proposed service area will be developed. Potential flows will take into account water savings incorporated in the water conservation plan prepared in Task IV. Task II. Identify and evaluate potential service areas based on timing of potential developments, quantification of waste loads, projection of sewer flows, and analysis and determination of cost effective service boundaries. Task III. Evaluate major interceptor and -treatment -alternatives including: A. Determine acceptable wasteloads on the San Gabriel River and major watersheds in the planning area. 1. Establish watershed models for Berry Creek, Pecan Branch, and San Gabriel River (Lake Georgetown Dam to Lake Granger). 2. Develop discharge simulations on existing and proposed capacity for the City of Georgetown, Town of Weir, and Williamson County MUD's #5 and #6. 3. Create Lake Granger model based on historical conditions vs increased capacities for the City of Georgetown, Town of Weir, and Williamson County MUD's #5 and #6. B. Investigate and analyze environmental concerns. 1. Establish geographic boundary of the Edwards Aquifer Recharge Zone on -the -ground as it relates to the location of a regional wastewater treatment facility and discharge point. -3- 2. Conduct archeological investigations in relationship to wastewater treatment plant site and discharge point. 3. Analyze biological parameters in relationship to discharge point downstream to Lake Granger. 4. Evaluate geologic impact for the proposed service area. C. Define wastewater treatment facilities for the ,proposed planning area. 1. Establish effluent quality parameters. 2. Define treatment capacity. 3. Analyze and determine treatment process required. 4. Determine treatment plant site location(s). 5. Evaluate treatment alternatives and staging of wastewater treatmentprocessrequired. 6. Analyze and develop estimated costs for the proposed wastewater treatment facilities. D. Develop interceptor lines sizing and routes. 1. Prepare maps of proposed planning area. 2. Determine sizing of interceptor lines consistent with proposed capacities and estimated flows. 3. Evaluate individual routes of proposed interceptor lines. 4. Analyze and prepare cost estimates for proposed lines on respective routes. SM E. Delineate construction sequence for proposed wastewater treatment facilities and lines including time intervals and associated costs. Task IV. Prepare a water conservation plan for the proposed planning area to promote efficient use of water supplies and manage- ment of wastewater loadings. Water savings identified in the water conservation plan will be incorporated in projections of wastewater loadings developed in Task I. Task V. Develop financial plan for proposed treatment plant facility and lines for the planning area. A. Estimate revenue potential for respective construction stages. B. Determine financial ability to implement and sustain the proposed wastewater system. C. Prepare rate study estimating costs to users in the planning area. D. Perform economic analyses of implementation costs including capital costs, maintenance and operating costs, and estimated revenues for respective stages. E. Evaluate public and private funding sources to determine financing options for the proposed wastewater system. Task VI. Develop final report summarizing methodology, evaluation of alternatives,= and recommendation of system plan. The final report will include the following items. A. Facilities to be implemented. B. Environmental engineering characteristics including water quality objectives. C. Water conservation plan recommendations. -5- D. Recommendations for wastewater treatment plant and lines implementation including: 1. Desired discharges 2. Evaluation of treatment alternative(s) 3. Evaluation of treatment plant site(s) 4. Evaluation of interceptor route(s) 5. Phasing of facilities 6. Estimated costs associated with implementation 7. Estimated annual operation and maintenance costs. E. Detailed capital costs for facilities to be implemented. F. Final recommendations and conclusions. 3. The project will include coordinating the wastewater system plan and policies with existing plans and policies of entities listed in Exhibit A, the county, and the state. II. PROJECT SCHEDULE AND REPORTS The City has 90 days, beginning January 21, 1988, to execute this Contract and to provide written evidence acceptable to the Executive Administrator that the City has available its 50 -percent ($52,000) matching grant share. The Board's approval of a grant to the City will be rescinded on April 20, 1988, if this Contract has not been signed by the City and acceptable evidence of the availability of City matching funds has not been provided to the Executive Administrator. The term of'%this Contract shall begin and the City shall begin performing its obligations hereunder on January 21, 1988. The City shall complete the work program stated in Article I, above, not later than September 30, 1988, unless such date is extended as provided below, at which time the City shall I Mo deliver a draft Final Report. After a 30 -day review period, the draft Final Report together with review comments will be returned to the City. A Final Report incorporating any required changes must be submitted to the Board by December 31, 1988. Deadlines may be extended only in writing by the Board. Twelve (12) copies of the Final Report shall be delivered to the Board. Delivery of an acceptable Final Report prior to December 31, 1988, shall constitute completion of the terms of the Contract. Monthly progress work a• which suffnarize the work completed througT Lhe period of the submitted State • Texas Purchase Voucher will be submitt-"-7 by the City to the Board by the 20th of the month following the period covered by the Voucher. The work report will contain the following information. 1. Task names and descriptions. 2. Total cost of the individual tasks, including TWDB and City portions. 3. Percent of the tasks completed. 4. Dollar value of the percent of the tasks completed. 5. Total tasks completed, indicating the percent of and dollar value of the project completed as reflected in totals of all State Vouchers Coordination meetings will be held in April and July to discuss the status of the study. Representatives of municipalities in Williamson County, the City of Georgetown, and Town of Weir will be invited to the meetings. The City will schedule the coordination meetings so that a narrative status report on the project can be written by the City and submitted to the I Board according.,,to the following monthly schedule during the active life of the Contract: May 31, 1988, and August 31, 1988. An interim status report will not be required after the draft Final Report has been submitted for review. The status report shall be in letter form and shall contain the following information: -7- ...... . .. ....... 1. A brief statement of the overall progress made since the last status 2. A brief description of any problems that have been encountered during the previous reporting period that will affect the study, delay the timely completion of any portion of the Contract, or will inhibit the completion of or cause a change in any of the project products or objectives. 3. A description of actions the City or the contractor plans to take to correct anv Problems described in item 2 above or change any schedule, product, or objectives stated in the Contract. If for any reason the City is unable to complete the work program called for under the terms of this Contract on or before September 30, 1988, and is unable toldeliver the Final Report on or before December 31, 1988, the City and the Board hereby agree to consider negotiating an extension of the Contract period; however, the Board will not be liable for more than $52,000 for the entire Contract. The Board must, however, be notified in writing ten (10) working days prior to the date for completion of the work program or thirty (30) days prior to the date for submittal of the Final Report that the City will be requesting renegotiation. The Board, for and in consideration of the obligations and responsibil- ities undertaken by the City, hereby agrees to compensate and reimburse the City, in a total amount not to exceed $52,000, upon the submission of invoices and Purchase Vouchers representing costs incurred,by the City pursuant to performance of this Contract. The City will contribute $52,lit ,representin,• fifty (50) percent of the total project cost, in the form of cash. ".4 A. Reimbursement to the City shall be made in accordance with the following budget, with the Board contributing fifty (50) percent of the total project cost in the form of cash. BUDGET Regional Wastewater Services Contract Plan for the City of Georgetown Subcontract Sub -Subcontract Category Tbtal Budget Services- Services A. Salaries and Wages** -0- $26,000 $ 7,800 B. Fringe** -0- 6,900 2,310 C. Travel -6- 900 350 D. Expendable Supplies -0- 1,000 300 E. Subcontract Services 104,000 29,080 7,920* F. Technical/Computer Services -0- -0- 1,600 G. Communications -0- 500 150 H. Reproduction -0- 2,500 300 I. Overhead** -0- 27,840 5,500 J. Profit -0- 9,280 2,850 $104,000 $104,000 $29,080 Three subcontracts: archeologist - $3,360; biologist - $2,160; geologist - $2,400. TASK BUDGET Regional Wastewater Services Contract Plan for the City of Georgetown Fffffip� I. Develop and Collect Data $ 8,700 II. Define Service Areas 5,000 III. Evaluation of Major Interceptors 58,000 and Treatment Alternatives IV. Prepare Water Conservation Plan 3,800 V. Develop Financial Plan 4,000 VI. Prepare Final Report 24,500 TOTAL $104,000 Em "Definition of Contract Budget Terms 1. Salary Cost is defined as the cost of salaries of engineers, draftsmen, stenographers, surveymen, clerks, laborers, etc., for time directly chargeable to the project. 2. Fringe Costs are defined to include social security contributions, unemployment excise and payroll taxes, Employment compensation insurance, retirement benefits, medical and insurance benefits, sick leave, vacation, and holiday pay applicable thereto. 3. Overhead Costs are those costs incurred by the prime • and sub- contractors in maintaining a place of business and performing professional services similar to those specified in this contract project description. These expenses shall include the following: o Indirect salaries, including that portion of the salary of prin- cipals and executives that is allocable to general supervision o Indirect salary fringe benefits o Accounting and legal services related to normal management and business operations a Travel costs incurred in the normal course of overall administra- tion of the business o Equipment Rental o Depreciation of furniture, fixtures, equipment, and vehicles a Dues, subscriptions, and fees associated with trade, business, technical, and professional organizations o Other insurance o Rent and.utilities o Repairs and maintenance of furniture, fixtures, and equipment Monthly invoices and State Purchase Vouchers supplied by the Board for work performed shall be submitted for reimbursement. Said invoices and vouchers shall be supported by sufficient detail to substantiate billings by the City, said detail to include the following: (1) For direct expenses incurred by the City for outside consulting services --copies of invoices to the City showing the tasks that were performed; the percent and cost of each task completed; a total cost figure for each direct expense category including labor, fringe, overhead, travel, communication and postage, technical and computer services, expendable supplies, printing and reproduction; and the total dollar amount due to the consultant. (2) For travel and subsistence expenses, including such expenses for sub- contractors --names, date, work location, time period at work location, itemization of subsistence expenses of each Employee, limited, however, to travel.expense authorized for state Employees by General Appropriation Act, 1987 Tex. Sess. Law Serv., 2nd Called Sess., Ch. 78, Art. V, Sections 13 and 14, at 515 or as amended; and (3) Other transportation costs --copies of invoices covering tickets for transportation or, if not available, names, dates, and points of travel of individuals; and (4) All other reimbursable expenses --invoices or purchase vouchers showing reason for expense with receipts to evidence the amount B. The Board shall reimburse the City only upon receipt of an invoice and a Purchase Voucher; provided, however, the Board shall only pay up to ninety (90%) percent of the Board's share of each invoice pending the City's performance, completion of the report, and acceptance and approval of said report by the Board. At the time of said performance, completion, and approval of the report by the Board, the Board shall pay the remaining ten (10%) percent to the City. C. The City and the subcontractors shall maintain satisfactory financial accounting documents and records and shall make them available for examination and audit by the Board. Accounting by the City and the subcontractors shall be in a manner consistent with generally accepted accounting principles. W. EUBLICATION AND SUBCONTRACTING M The Board shall have unlimited rights to technical or other data resulting directly from the performance of services to the Board under this Contract. It is agreed that the wastewater facility planning materials developed by the City pursuant to this Contract shall become the joint property of the City and the Board in which the Board retains the right to establish copyrights. Any wastewater facility planning materials subject to a Board copyright and produced by the City or Board pursuant to this Contract may be printed by the City or Board at their own cost and distributed by either at their discretion within the State of Texas. The City may otherwise utilize such material provided under this Contract as it deems necessary and appropriate, including the right to publish and distribute the materials or any parts thereof under its own name within the State of Texas, provided that any Board copyright is appropriately noted on the printed materials. The City agrees to acknowledge the Board in any news releases or other publications relating to the work performed under this Contract. Nb work herein called for by the City shall be subcontracted or assigned without prior written approval of the Executive Administrator of the Board for such subcontract. The subcontract shall include a detailed budget estimate with specific cost details for each item of the Work to be performed by the subcontractor and for each category of reimbursable expenses or, if approved by the Executive Administrator, evidence that the fees charged are fair and reasonable. The subcontracts shall conform to the terms of the Contract and include provisions which require subcontractor compliance with Board rules. The Board's approval of a $52,000 grant to the City will be rescinded on April 20,1988, if this Contract has not been signed by the City and acceptable evidence of the availability of the City's matching funds has not been This Contract may be altered or amended only by mutual written consent and may be terminated by the Board at any time by written notice to the City. Upon receipt of such notice, the City shall, unless the notice directs otherwise, immediately discontinue all work in connection with the performance of this Contract and shall proceed to cancel promptly all existing orders insofar as such orders are chargeable to this Contract. The City shall submit a statement showing in detail the work performed under this Contract to the date of termination. The Board shall then pay the City promptly that proportion of the prescribed fee which applied to the work actually performed under this Contract, less all payments that have been previously made. Thereupon, copies of all completed work accomplished under this Contract shall be delivered to the Board. The Board may issue a Stop Work order to the City at any time. Upon receipt of such order, the City is to discontinue all work under this Contract and cancel all orders pursuant to the Contract, unless the order directs otherwise. If the Board does not issue a Restart Order within 60 days after receipt by the City of the Stop Work order, the City shall regard this Contract terminated in accordance with the foregoing provisions. VI. NO DEBT AGAINST THE STATE This Contract and Agreement shall not be construed as creating any debt by or on behalf of the State of Texas and for the Texas Water Development Board, and all obligations of the State of Texas are subject to the availability of IIEM�.M For the purpose of this Contract, the City will be considered an I independent contractor and therefore solely responsible for liability resulting from negligent acts or omissions. The City shall obtain all necessary insurance in the judgment of the City, to protect itself, the Board, 1. Carson Hoge General Manager Brazos River Authority P. 0. Box 7555 Waco, Texas 76714-7555 2. The Honorable Mervin Walker Mayor City of Weir P. 0. Box 264 Weir, Texas 78674 3. The Honorable is Wilson Judge Williamson County Courthouse Georgetown, Texas 78626 4. The Honorable Dollie Hajda Mayor City of Granger 212 E. Davilla Granger, Texas 76530 5. The Honorable Clark Jackson Mayor City of Taylor 400 Porter Street Taylor, Texas 76574 6. Carl Liddel Manager Jonah Water Supply Corporation Rt. 1, Box 112 B Georgetown, Texas 79626 7. Mark DeBruler Manager Williamson County MUD #2 330 Cornerwood, Dr. Austin, Texas 78717 8. The Honorable Mike Robinson Mayor City of Pound Rock City Hall Round Rock, Texas 78664 Beck Chisholm Trail W.S.C. Florence, Texas 76527 and Employees and officials of the Board from liability arising out of the Contract. The City shall indemnify and bold the Board and the State of Texas harmless, to the extent that the City may do so in accordance with State Law, from any and all losses, damages, liability, or claims therefore, on account of personal injury, death, or property damage of any nature whatsoever caused by the City, arising out of the activities under this Contract. The City shall be solely and entirely responsible for procuring all authority for the City to perform the subject work. Should any one or more provisions of this Contract,be held to be null, void, voidable, or for any reason whatsoever, of no force and effect, such provision(s) shall be construed as severable from the remainder of this Contract and shall not affectthevalidity of all other provisions of this Contract which shall remain of full force and effect. I Ws a All correspondence between the parties shall be made to the following addresses: Flor the Board: Texas Water Development Board P. 0. Box 13231, Capitol Station Austin, Texas 78711-3231 Attn: Executive Administrator im For the City of Georgetown: Mayor P. 0. Box 409 Georgetown, Texas 78627-0409 Attn: Jim Colbert In WITNESS WHEREOF the parties hereto cause this Contract and Agreement to be duly executed in triplicate. 09 By'. 4tq lw-- M. ReginaId Arnold II Executive Administrator THE CIT,� OF GEORGE By„.' Jim Colbert Mayor Date: ss -15- 10. R. B. Moth - ab bit Hill W.S.C. 828 Sidney Baker Kerrville, Texas 78028 11. James Clarno Manager Brushy Creek VQCID #1 102 Old Bowan Rd. Round Rock, Texas 78664 12. Bobby Stanton Williamson County MUD's # 5 and #6 301 Toledo Trail Georgetown, Texas 78626 13. Steger & Bizzell Pecan Branch (Creek P1.) Util. Dist. 1978 Austin Avenue Georgetown, Texas 78626 14. Steger & Bizzell Dove Springs Utility District 1978 Austin Avenue Georgetown, Texas 78626 15. Dan Mize President Lake Granger W.S.C. P. 0. Box 810 Taylor, Texas 76574 16. The Honorable Edmund Schmidt Mayor P. 0. Box 266 Hutto, Texas 78634 17. Wayne Bell S.W. Milum Water Supply P. 0. Box 232 Rockdale, Texas 76567 18. The Honorable A.J. Lel-man Mayor City of Thorndale P. 0. Box 308 Thorndale, Texas 76577 19. The Honorable James Dvorek Mayor City of Thrall Thrall, Texas 76578 20. Ralpb Bachmeyer Nowac Water Supply P. 0. Box 297 Thrall, Texas 76578 21. The Honorable Bobby Hill Mayor City of Bartlett Drawer H Bartlett, Texas 76511 22. Don Stence Executive Director Capital Area Planning Council 2520 IH -35 South Austin, Texas 78704 23. Charlie Steger Steger & Bizzell 1978 Austin Avenue Georgetown, Texas 78626 24. Don Bizzell Steger & Bizzell 1978 Austin Avenue Georgetown, Texas 78626 REGIONAL WASTE -RATER & COLLECTION TREArIMENT STUDY Scope of Plan for the Georgetown Area The scope of services for the plan is defined as follows: Task 1. Collect Data A.. City of Georgetown, Town of Weir, Williamson County MUD #5 and #6 and Private Land Owners. 1. Existing Collection System Maps 2. Existing Treatment Plant Layouts 3. Existing Plant Flows 4. Existing Plant Effluent Quality 5. Permit Requirements 6. Prior Wastewater Studies 7. City Map 8. City Ordinances 9. System Capacities 10. Lift System Locations and Capacities 11. Current Rate Structure B. Potential Users and/or Developments 1. Basin Map 2. Available Property Maps 3. Layout of Potential Developments 4. , Edwards Recharge Zone Map 5. Existing Development Studies 6. Potential Flows C. Population 1. Current 2. Projections 3. Land Use D. Service Area .1. Meetings with Georgetown Officials 2. Meetings with Weir officials 3. Meetings with Developers and Utility Districts 4. Meetings with Industry Task II. Potential Service Areas A. Determine Timing of Potential Developments B. Quantify Waste Loads C. Project Sewer Flows D. Define Cost Effective Service Boundaries Task III. Evaluate Major Interceptor and Treatment Alternatives A. Determine Acceptable Waste Loads on San Gabriel River and Major Watersheds 1. Model Set-up and data check 2. Model Calibration 3. Model Validation 4. City of Georgetown Discharge Simulation Town of Weir Simulation Williamson County MUD #5 and #6 Simulation a. Existing Capacity b. Proposed Capacity 5. Lake Granger Simulation a. Historical Conditions b. With Georgetown Increased Capacity c. With Weir Increased Capacity d. With Williamson County MUD #5 and #6 Increased Capacity B. Environmental Concerns 1. Treatment Plant Site Evaluation a. BJwards Aquifer Recharge Zone b. Archeological Significance c. Biological Inventory d. Geological IMpace Evaluations 2. Discharge Point Evaluation a. B3wards Aquifer Recharge Zone b. Archeological Significance c. Receiving Stream Biological Impacts d. Geological Impact Evaluations 3. Major Interceptor Evaluations C. Define Wastewater Facilities 1. Establish Effluent Quality Parameters 2. Define Treatment Capacity 3. Determine Treatment Process Required 4. Evaluate Staging of Facilities 5. Estimate Costs D. Develop Interceptor Sizing and Routes 1. Prepare Maps Size Interceptor Lines 3. Evaluate Routes 4. Estimate Cbsts E. Delineate Construction Sequence F. Develop Water Conservation Plan 1. City of Georgetown 2. Tbwn of Weir 3. Williamson County MUD #5 and #6 Task IV. Develop Financial Plan A. Estimate Revenue Potential B. Determine Financial Ability C. Prepare Rate Study D. Perform Economic Analysis E. Evaluate Financing Options 1. Public 2. Privatization 3. Investigate Funding Sources A. Facility Planning 1. Summarize Methodology and Approach 2. Summarize and Evaluate Alternatives 3. Recommended Plan B. Environmental Engineering 1. Water Quality Modeling - Watersheds a. Berry Creek within defined planning area b. Pe -can Branch within defined planning area c. San Gabriel River within defined planning area 2. Water Quality Modeling - Lake Granger 3. Geological Ground Survey - Edwards Aquifer Recharge Zone in the selected regional treatment plant area and discharge point 4. Archeological Ground Survey - Potential Plant Site(s) and Outfall Line(s) from existing Georgetown's STP to below Mankins Branch confluence 5. Biological Investigation - Discharge point downstream to Lake Granger 6. Review Existing and Proposed Water Quality Standards 7. Evaluation of Applicable Antidegradation Policies 8. Finalize Water Quality objectives C. Reconmended Water Conservation Plan D. Implementation Recomendations 1. Desired Discharges a. Flow b. Quality c. Location 2. Evaluation of Treatment Alternative(s) 3. Evaluation of Plant Site(s) 4. Evaluation of Interceptor Route(s) 5. Phasing of Facilities 6. Estimate Costs Associated with Implementation 7. Estimate Yearly Operation & Maintenance Costs E. Detailed Capital Costs F. ReconTnendat ions G. Conclusions Wallace, ENGINEERS March 25, 1988 Si Mr. Ed Barry, Director of Planning City of Georgetown P.O. Box 409 Georgetown, Texas 78627 RE: Engineering Contract Winkler'uy, Rice, Inc. PLANNERS • FURVEYORS Transmitted herein is thre(' (3) executed copies of our Engineering Contract for the Georgetown Regional Wastewater Planning Grant from the Texas Water Development Board (TWDB). We have taken the TWDB contract and made appropriate changes and additions. T"m major addition is Section I - Basic Services of Engineer #4. We will prepare t Georgetown Regional Wastewater Plan with the level of detail included n Task I and EXHIBIT B, SCOPE OF SERVICES attached to the Engineering Contract. T Regional Wastewater Plan will be formatted for the City of Georgetown to use toward application which meets the requirements of the State Revolving Loan Fund Progra, Draft Emergency Rules, Chapter 375, dated December 17, 1987. We are confident that all of the planning grant effort will be usable in a regional facility plan. We are reasonably confident that several items of work will completely fulfill the State Revolving Fund requirements (such as service -planning planning areas, populations, water quality - wasteload evaluations, and water conservation plan). We look forward to reviewing this contract at an early date to resolve any questions well in advance of the schedule needed to meet the April 20 TWDB deadline. Yours truly, R.E. Wallace, P.E. President Wallace, Winkler & Rice, Inc. Enclosures ik Mailing Address: P.O. Box 22007 - Waco, Texas 76702 9.225 Central Park Drive Suite 100 * Waco, Texas 76710 - (817) 772-9272 - Telefax (817) 776-2924 This agreement made as of January 21, 1988 between the City of Georgetown, Williamson County, Texas hereafter referred to as OWNER and Wallace, Winkler and Rice, Inc. hereafter referred to as ENGINEER. OWNER employs ENGINEER to perform professional engineering services and produce a feas ibil ity- level plan for a regional wastewater system for the planning service area • as the city limits of Georgetown and its ETJ, the Town of Weir and its ETJ, the certified service area of the Williamson • MUD's #5 and #6 and approximately 1500 acres of privately owned land and portions • major watersheds outside the above • areas • include the San Gabriel River, Berry Creek, •. Branch, Smith Branch, Mankins Branch and Lake Georgetown. 1. Upon execution of Agreement and written authorization to proceed, ENGINEER shall perform the following professional services: It shall •. the responsibility • the ENGINEER to establish formal and • • with the entities listed in Exhibit A; the directors • utility • that have notified the City • their interest in the project-, appropriate officials of the Town • Weir; •: • the Brazos River Authority; representatives of the Capital Area Planning Council; and community leaders in the proposed service area for the purpose • coordinating the work of the planning project and to • available • pertinent to the planning effort. Planning shall be coordinated with all existing wastewater treatment studies • activities for the purpose • providing information for the proposed project. The ENGINEER has the responsibility to solicit comments from the general public as to the • • the • project. 2. The ENGINEER will conduct the planning study according the the following tasks: (Additional task detail is provided in Exhibit B.) Task 1. Develop and collect data from the City of Georgetown, Town of Weir, • • MUD's #5 and • and private land owners including existing treatment plant flows, effluent • and system capacities, lift system locations and capacities, and current rate structures. Estimates of r• users and/or developments with •• flows will be developed; and current, projected, and land use population data for the proposed service area will be developed. Potential flows will take into account water savings incorporated in the water conservation plan prepared in Task IV. Task 11, Identify and evaluate potential service areas based on timing of potential developments, quantification • waste loads, projection of sewer flows, and analysis and • of cost effective service boundaries. Task IV. Evaluate major interceptor and treatment alternatives including: A. Determine acceptable wasteloads on the San Gabriel River and major watersheds in the planning area. 1. Establish watershed models for Berry Creek, Pecan Branch, and San Gabriel River (Lake Georgetown Dam to Lake Granger). 2. Develop discharge simulations on existing and..proposed capacity for the City of Georgetown, Town of Weir, and Williamson County MUD's #5 and #6. 3. Create Lake Granger model based on historical conditions vs. increased capacities for the City of Georgetown, Town of Weir, and Williamson County MUD's #5 and #6. B. Investigate and analyze environmental concerns. 1. Establish geographic boundary of the Edwards Aquifer Recharge Zone on -the -ground as it relates to the location of a regional wastewater treatment facility and discharge point. 2. Conduct archeological investigations in relationship to wastewater treatment plant site and discharge point. 3. Analyze biological parameters in relationship to discharge point downstream to Lake Granger. 1, Evaluate geological impact for the proposed service area. C. Define wastewater treatment facilities for the proposed planning area. 1. Establish effluent quality parameters. 2. Define treatment capacity. 3. Analyze and determine treatment process required. 5. Evaluate treatment alternatives and staging of wastewater treatment process required. 6. Analyze and develop estimated costs for the proposed wastewater treatment facilities. 1. Prepare maps of proposed planning area. 1 Determine sizing of interceptor lines consistent with proposed capacities and estimated flows. 4. Analyze and prepare cost estimates for proposed lines on respective routes. E, Delineate construction sequence for proposed wastewater treatment facilities and lines including time intervals and associated costs. Task IV. Prepare a I water conservation plan for the proposed planning area to promote efficient use of water supplies and management of wastewater loadings. Water savings identified in the water conservation plan will be incorporated in projections of wastewater loadings developed in Task I. Task V. Develop financial plan for proposed treatment plant facility and Knes for the planning area. A. Estimate revenue potential for respective construction steps. B. Determine financial ability to implement and sustain the proposed wastewater system. C. Prepare rate study estimating costs to users in the planning area. D. Perform -economic analyses of implementation costs including capital costs, maintenance and operating costs, and estimated revenues for respective stages. E. Evaluate public and private funding sources to determine financing options for the proposed wastewater system. Task V1. Develop final report summarizing methodology, evaluation of alternatives, and recommendation of system plan. The final report will include the following items. A. Facilities to be implemented B. Environmental engineering characteristics including water quality objectives. C. Water conservation plan recommendations. D. Recommendations for wastewater treatment plant and lines implementation including: 1. Desired discharges 2. Evaluation of treatment alternative(s) 3. Evaluation of treatment plant site(s) 4. Evaluation of interceptor route(s) 5. Phasing of facilities 7. Estimated annual operation and maintenance costs. E. Detailed capital costs for facilities to be implemented. F. Final recommendations and conclusions. 3. The project will include coordinating the wastewater system plan- and policies with existing plans and policies of entities listed in Exhibit A, the county, and the state. 4. ENGINEER will prepare the Georgetown Regional Wastewater Plan with the level of detail included in the attached scope of services (EXHIBIT B) and described in Task I through VI of this agreement. The Regional Wastewater Plan will be formatted for the OWNER to use toward an application which meets the requirements of the State Revolving Loan Fund Program Draft Emergency Rules, Chapter 375, dated December 17, 1987. The term of this agreement shall begin and the ENGINEER shall begin performing its obligations hereunder on January 21, 1988. The ENGINEER shall complete the work program stated in Section 1, above, not later than September 30, 1988, unless such date is extended as provided below at which time the ENGINEER shall deliver a draft Final Report. After a 30 -day review period, the draft Final Report together with review comments will be returned to the ENGINEER. A Final Report incorporating any required changes must be submitted to the OWNER by December 31, 1988. Deadlines may be extended only in writing by the OWNER. Twelve (12) copies of the Final Report shall be delivered to the OWNER. Delivery of an acceptable Final Report prior to December 31, 1988, shall constitute completion of the terms of the Contract. Monthly progress reports and invoices which summarize the work completed through the period of the submitted State of Texas Purchase Voucher will be submitted by ENGINEER to the OWNER for submission to the Board by the 20th of the month following the period covered by the Voucher. The work report will contain the following information. Task names and descriptions 2. Total cost of the individual tasks, including TWDB and City portions. 3. Percent of the tasks completed. Dollar value of the percent of tile tasks completed Total tasks completed, indicating the percent of and dollar value of the project completed as reflected in totals of all State Vouchers submitted. Payments shall be made to ENGINEER within 30 days of submission of monthly work reports and -invoices. Coordination meetings will be held in April and July to discuss the status of the study. Representatives of municipalities in Williamson County, the City of Georgetown, and Town If Weir will be invited to the meetings. The ENGINEER will schedule the coordination meetings so that a narrative status repo on the project can be written by the ENGINEER and submitted to the OWNER and t Board according to the following monthly schedule during the active life of the Contra May 31, 1988, and August 31 1988. An interim status report will not be required aft the draft Final Report has been submitted for review. The status %report shall be letter form and shall contain the following information-. I A brief statement of the overall progress made since the last status report. 2. A brief description of any problems that have been encountered during the previous reporting period that will affect the study, delay the timely completion of any portion of the Contract, or will inhibit the completion of or cause a change in any of the project products or objectives. 3. A description of actions the ENGINEER plans to take to correct any problems described in item 2 above or change any schedule, product, or objectives stated in the Contract. If for any reason the ENGINEER is unable to complete the work program called for under the terms of this Contract on or before -September 30, 1988, and is unable to deliver the Final Report on or before December 31, 1988, the ENGINEER and the OWNER hereby agree to consider negotiating and extension of the Contract period; however, t e OWNER will not be liable for more than $52,000.00 for the entire Contract and the Board will not be liable for more than $52,000.00 for the entire Contract. The OWNER must, however, be notified in writing ten (10) working days prior to the date for completion of the work program or thirty (30) days prior to the date for submittal for the Final Report that the ENGINEER will be requesting renegotiation wit , h the OWNER and the Boat . The OWNER, for and in consideration of the obligations and responsibilities undertaken by the ENGINEER, hereby agrees to compensate the ENGINEER in a total amount not to exceed $104,000.00 upon the submission of monthly invoices and Purchase Vouchers representing Costs incurred by the ENGINEER pursuant to performance of this Contract. A. Reimbursement to the ENGINEER shall be made in accordance with the following budget. BUDGET * Three subcontracts: archeoLogist - $3,360; biotogist - $2,160; geologist - $2,400. TASK BUDGET Regional Wastewater Services Contract Plan for the City of Georgetown TASK BUDGET I. DEVELOP AND COLLECT DATA $ 8,700.00 11. DEFINE SERVICE AREAS 5,000.00 111. EVALUATION OF MAJOR INTERCEPTORS AND TREATMENT ALTERNATIVE 58,000.00 IV. PREPARE WATER CONSERVATION PLAN 3,800.00 V. DEVELOP FINANCIAL PLAN 4,000.00 VI. PREPARE FINAL REPORT 24,500.00 um "Definition of Contract Budget Term a r, fit =1 1. Salary Cost is defined as the cost of salaries of engineers, draftsmen, stenographers, surveymen, clerks, laborers, etc., for time directly chargeable to the project. 2. Fringe Costs are defined to • social security contributions, unemployment excise and payroll taxes, employment compensation insurance, retirement benefits, edical insurance r• sick leave, vacation, and holiday pay applicable thereto. 3. Overhead, Costs are those costs incurred by the prime contractor and sub- contractors in maintaining a place of business and performing professional services SUBCONTRACT SUB -SUBCONTRACT CATEGORY TOTAL BUDGET SERVICES SERVICES A. SALARIES AND WAGES" -0- $26,000.00 $ 7,800.00 B.. FRINGE" .0- 6,900.00 2,310.00 C. TRAVEL -0- 900.00 350.00 D. EXPENDABLE SUPPLIES -0- 1,000.00 300.00 E. SUBCONTRACT SERVICES 104,000.00 29,080.00 7,920.00* F. TECHNICALICOMPUTER SERVICES -0- O-. 1,600.00 G. COMMUNICATIONS -0- 500.00 150.00 H. REPRODUCTION -0- 2,500.00 300.00 I. OVERHEAD" -0- 27,840.00 5,500.00 J. PROFIT -0- 9,280.0 2,850.00 $104,000.00 $104,000.00 $29,080.00 * Three subcontracts: archeoLogist - $3,360; biotogist - $2,160; geologist - $2,400. TASK BUDGET Regional Wastewater Services Contract Plan for the City of Georgetown TASK BUDGET I. DEVELOP AND COLLECT DATA $ 8,700.00 11. DEFINE SERVICE AREAS 5,000.00 111. EVALUATION OF MAJOR INTERCEPTORS AND TREATMENT ALTERNATIVE 58,000.00 IV. PREPARE WATER CONSERVATION PLAN 3,800.00 V. DEVELOP FINANCIAL PLAN 4,000.00 VI. PREPARE FINAL REPORT 24,500.00 um "Definition of Contract Budget Term a r, fit =1 1. Salary Cost is defined as the cost of salaries of engineers, draftsmen, stenographers, surveymen, clerks, laborers, etc., for time directly chargeable to the project. 2. Fringe Costs are defined to • social security contributions, unemployment excise and payroll taxes, employment compensation insurance, retirement benefits, edical insurance r• sick leave, vacation, and holiday pay applicable thereto. 3. Overhead, Costs are those costs incurred by the prime contractor and sub- contractors in maintaining a place of business and performing professional services similar to those specified in this contract project description. These expenses shall include the following: Indirect salaries, including that portion of the salary of principals and executives that is allocable to general supervision Indirect salary fringe benefits Accounting and legal services related to normal management and business operations I Travel costs incurred in the normal course of overalt, administration of the business Equipment Rental Depreciation of furniture, fixtures, equipment, and vehicles Dues, subscriptions, and fees associated with trade, business, technical, and professional organizations Other insurance Rent and utilities Repairs and maintenance of furniture, fixtures, and equipment A. Monthly invoices submitted by the ENGINEER and State Purchase Vouchers supplied by the Board for work performed shall be submitted for reimbursement by the OWNER. Said invoices and vouchers shall be supported by sufficient detail to substantiate billings by the OWNER, said detail to include the following - (1) For direct expenses incurred by the OWNER for outside consultir"- services-- copies of invoices to the OWNER showing the tasks that we performed; the percent and cost of each task completed; a total co figure for each direct expense category including labor, fringe, overhea travel, communication and postage, technical and computer service expendable supplies, printing and reproduction-, and the total doll amount due to the consultant. (2) For travel and subsistence expenses, including such expenses for sub- contractors --names, date, work location, time period at work location, itemization of subsistence expenses of each employee, limited, however, to travel expense authorized for state employees be General Appropriation Act, 1986 Tex. Sess. Law Serv., Cn. 13, Art. V, see 13.1 at 587 or as amended; and (3) Other transportation costs --copies of invoices covering tickets foll transportation or, if not available, names, dates, and points of travel• r individuals, and (4) All other reimbursable expenses--invoicles or purchase vouchers showi reason for expense with receipts to evidence the amount incurred. B. The OWNER shall reimburse the ENGINEER only upon receipt of an invoice and a Purchase Voucher- provided, however, the OWNER shall only pay up to ninety-five percent (95%) of the OWNER's share of each invoice pending the ENGINEER'S performance, completion of the report, and acceptance and approval of said report by the OWNER. At the time of said performance, completion, and approval of the report by the OWNER, the OWNER shall pay the remaining five percent (50/0) to the ENGINEER. The ENGINEER shall maintain satisfactory financial accounting documents and records and shall make them available for examination and audit by the OWNER. Accounting by the ENGINEER shall be in a manner consistent with generally accepted principles. 211BAM -mum IMIJIM0121M The OWNER shall have unlimited rights to technical or other data resulting directly from performance of services to the OWNER under this contract. It is, agreed that the wastewater facility planning materials developed by the ENGINEER pursuant to this Contract shall become the joint property of the OWNER and the ENGINEER in which the OWNER retains the right to establish copyrights. Any wastewater facility planning materials subject to an OWNER copyright and produced by the ENGINEER or OWNER pursuant to this Contract may be printed by the ENGINEER or OWNER at their own cost and distributed by either at their discretion within the State of Texas. The ENGINEER may otherwise utilize such material provided under this Contract as deems necessary and appropriate, including the right to publish and distribute the materials or any parts thereof under its own name within the State of Texas, provided that any OWNER copyright is appropriately noted on the printed materials. The ENGINEER agrees to -acknowledge the OWNER in any news releases or other publications relating to the work performed under this Contract. No work herein called for by the OWNER shall be subcontracted or assigned without prior written approval of the Executive Administrator acting for the OWNER for such subcontract. The subcontract shall include a detailed budget estimate with specific cost details for each item of work to be performed by the subcontractor and for each category of reimbursable expenses or, if approved by the Executive Administrator, evidence that the fees charged are fair and reasonable. The subcontracts shall conform to the terms of the Contract and include provisions which require subcontractor compliance with OWNER rules. This Contract may be altered or amended only by mutual written consent and may be terminated by the OWNER at any time with a thirty (30) day written notice to the ENGINEER. Upon receipt of such -notice, the ENGINEER shall, unless the notice directs otherwise, immediately discontinue all work in connection with the performance of this contract and shall proceed to cancel promptly all existing orders insofar as such orders are chargeable tothis Contract. The ENGINEER shall submit a statement showing in detail the work performed under this Contract to the date of termination. The OWNER shall then pay the ENGINEER promptly that proportion of the prescribed fee which applied to the work actually performedunder this Contract, less * all payments that have been previously made. Thereupon, copies of all completed work accomplished under this Contract shall be delivered to the OWNER. The OWNER may issue a written Stop Work Order to the ENGINEER at any time. Upon receipt of such order, the ENGINEER is to discontinue all work under, this Contract and cancel all orders pursuant to the Contract, unless the order directs otherwise. If the OWNER does not issue a written Restart Order within 60 days after receipt by the ENGINEER of the Stop Work Order, the ENGINEER shall regard this Contract terminated in accordance with the foregoing provisions. RIMUNMV1111 For the purpose of this Contract, the ENGINEER will be considered an independent contractor and therefore solely responsible for liability resulting from negligent acts or omissions. The ENGINEER shall obtain all necessary insurance in the judgement of the Engineer, to protect itself, the OWNER and employees and officials of the owner from liability arising out of the Contract. The ENGINEER shall indemnify and hold the OWNER harmless, to the extent that the ENGINEER may do so in accordance with State Law, from any and all losses, damages, liability, or claims therefore,* on account of personal injury, death, or property damage of -any nature whatsoever caused by the Engineer, arising out of the activities under this Contract. The ENGINEER shall be solely and entirely responsible for procuring all appropriate licenses and permits which may be required by any competent authority for the ENGINEER to perform the subject work. SECTION VII - SEVERANCE _PROVISION Should any one or more provisions of this Contract be held to be null, void, voidable, or for any reason whatsoever, of no force and effect, such provision(s) shall be construed as severable from the remainder of this Contract and shall not affect the validity of all other provisions of this Contract which shall remain of full force and effect. All correspondence between the parties shall be made to the following addresses: Mayor Jim Colbert City of Georgetown PD. Box 409 Georgetown, Texas 78627-041 Mr. R.E. Wallace, P.E. President Wallace, Winkler & Rice, Inc. P.O. Box 22007 Waco, Texas 76702 In WITNESS WHEREOF the parties hereto cause this Contract and Agreement to be duly executed in triplicate. ATTEST: The City of Georgetown City Secretary ATTEST: CAI- rvt Corporate Secretary By: Jim Colbert Mayor Wallace, Winkler & Rice, Inc. By: R.E. Wallace, P.E. President Exhibit A Political Subdivisions and Entities in the Planning Area 1. Mr. Carson Hoge General Manager Brazos River Authority P.O. Box 7555 Waco, Texas 76714-7555 2, The Honorable Mervin Walker Mayor City of Weir P.O. Box 264 Weir, Texas 78674 3. The Honorable Don Wilson Judge Williamson County Courthouse Georgetown, Texas 78626 4. The Honorable Dollie Hajda Mayor City of Granger 212 E. Davilla Granger, Texas 76530 5. The Honorable Clark Jackson Mayor City of Taylor 400 Porter Street Taylor, Texas 76574 6. Mr. Carl Liddel Manager Jonah Water Supply Corporation Rt. 1, Box 112 B Georgetown, Texas 79626 7. Mr. Mark Debruler Manager Williamson County MUD #2 330 Corner wood Dr. Austin, Texas 78717 8. The Honorable Mike Robinson Mayor City of Round Rock City Hall Round Rock, Texas 78664 9. Mr. B.M. Beck Chisholm Trail W.S.C. Florence, Texas 76527 10. Mr. R.B. Motherall Rabbit Hill W.S.C. 828 Sidney Baker Kerrville, Texas 7802-V 11. Mr. James Clarno Manager Brushy Creek WCID #1 102 Bowman Rd. Round Rock, Texas 78664 12. Mr. Bobby Stanton Williamson County MUD's #5 and #6 301 Toledo Trail Georgetown, Texas 78626 13. Steger & Bizzell Pecan Branch (Creek Pl.) Util. Dist. 1987 Austin Avenue Georgetown, Texas 78626 14. Steger & Bizzell Dove Springs Utility District 1978 Austin Avenue Georgetown, Texas 78626 15. Mr. Dan Mize President Lake Granger W.S.C. P.O. Box 810 Taylor, Texas 76574 16. The Honorable Edmund Schmidt Mayor P.O. Box 266 Hutto, Texas 78634 17. Mr. Wayne Bell S.W. Milum Water Supply P.O. Box 232 Rockdale, Texas 18. The Honorable A.J. Lehman Mayor City of Thorndale P.O. Box 308 Thorn dale,' Texas 76577 19. The Honorable James Dvorek Mayor City of Thrall Thrall, Texas 76878 20. Mr. Ralph Bachmeyer Nowac Water Supply P.O. Box 297 Thrall, Texas 76578 21. The Honorable Bobby Hill Mayor City of Bartlett Drawer H Bartlett, Texas 76511 22. Mr. Don Stence Executive Director Capital Area Planning Council 2520 IH -35 South Austin, Texas 78704 23. Mr. Charlie Steger Steger & Bizzell 1987 Austin Avenue Georgetown, Texas 78626 24, Mr. Don Bizzell Steger & Bizzell 1987 Austin Avenue Georgetown, Texas 78624-, � t EXHIBIT B REGIONAL WASTEWATER & COLLECTION TREATMENT STUDY Scope of Plan for the Georgetown Area The scope of services for the plan is defined as rollows: A. City of Georgetown, Town of Weir, Williamson County MUD #5 and #6 and Private Land Owners. 1. Existing Collection System Maps 2. Existing Treatment Plant Layouts 3. Existing Plant Flows 4. Existing Plant Effluent Quality 5. Permit Requirements 6. Prior Wastewater Studies 7. City Map 8, City Ordinances 9. System Capacities 10. Lift System Locations and Capacities 11. Current Rate Structure a t. . 01 1. Basin Map 2. Available Property Maps 3. Layout of Potential Developments 4. Edwards Recharge Zone Map 5. Existing Development Studies 6. Potential Flows C. Population 1. Current 2. Projections 3. Land Use D. Service Area 1. Meetings with Georgetown Officials 2, Meetings with Weir Officials 3. Meetings with Developers and Utility Districts 4. Meetings with Industry 11. Potential Service Areas A. Determine Timing of Potential Developments B. Quantify Waste Loads C. Project Sewer Flows D. Define Cost Effective Service Boundaries 111. Evaluate Major Interceptor and Treatment Alternatives A. Determine Acceptable Waste Loads on San Gabriel River and Major Watersheds in the Planning Area, 1. Model Set-up and data check 2. Model Calibration 3. Model Validation 4. City of Georgetown Discharge Simulation Town of Weir Simulation Williamson County MUD #5 and #6 Simulation a. Existing Capacity b. Proposed Capacity 5. Lake Granger Simulation a. Historical Conditions b. With Georgetown Increased Capacity C. With Weir Increased Capacity d, With Williamson County MUD #5 and #6 Increased Capacity B. Environmental Concerns 1. Treatment Plant Site Evaluation a. Edwards Aquifer Recharge Zone b. Archeological Significance C. Biological Inventory d. Geological Impact Evaluations 2. Discharge Point Evaluation a. Edwards Aquifer Recharge Zone b. Archeological Significance C. Receiving Stream Biological Impacts d. Geological Impact Evaluations 3. Major Interceptor Evaluations C. Define Wastewater Facilities 1. Establish Effluent Quality Parameters 2. Define Treatment Capacity 3. Determine Treatment Process Required 4. Evaluate Staging of Facilities 5. Estimate Costs D. Develop Interceptor Sizing and Routes 1. Prepare Maps 2. Size Interceptor Lines 3. Evaluate Routes 4. Estimate Costs E. Delineate Construction Sequence F. Develop Water Conservation Plan 1. City of Georgetown 2. Town of Weir 3. Williamson County MUDs #5 and #6 A, Estimate Revenue Potential B. Determine Financial Ab'ility C. Prepare Rate Study D. Perform Economic Analysis E. Evaluate Financing Options I Public 2. Privatization 3. Investigate Funding Sources V. Final Report A. Facility Planning 1, Summarize Methodology and Approach 2. Summarize and Evaluate Alternatives 3. Recommended Plan B. Environmental Engineering 1. Water Quality Modeling - Watersheds a., Berry Creek within defined planning area C. Pecan Branch within defined planning area b. San Gabriel River within defined planning area 2. Water Quality Modeling - Lake Granger 3. Geological Ground Survey - Edwards Aquifer Recharge Zone in the selected regional treatment plant area and discharge point 4. Archeological Ground Survey - Potential Plant Site(s) and Outfall Line(s) from existing Georgetown's STP to below Mankins Branch confluence 5. Biological Investigation - Discharge point downstream to Lake Granger 6. Review Existing and Proposed Water Quality Standards 7. Evaluation of Applicable Antidegradation Policies 8. Finalize Water Quality Objectives C. Recommended Water Conservation Plan D. Implementation Recommendations 1, Desired Discharges a. Flow b. Quality c. .. Location 2. Evaluation of Treatment Alternative(s) 3. Evaluation of Plant Site(s) 4. Evaluation of Interceptor Route(s) 5, Phasing of Facilities 6. Estimate Costs Associated With Implementation 7. Estimate Yearly Operation & Maintenance Costs E. Detailed Capital Costs F. Recommendations G. Conclusions