HomeMy WebLinkAboutRes 2025-08-1799 Professional Services Agreement with Kimley-Horn for Design of Throckmorton Lift StationCITY OF ANNA, TEXAS
RESOLUTION NO. a oa 5- o 8- 1 n? 9'
A RESOLUTION OF THE CITY OF ANNA, TEXAS AUTHORIZING THE CITY
MANAGER TO EXECUTE AN AGREEMENT FOR PROFESSIONAL SERVICES WITH
KIMLEY-HORN AND ASSOCIATES, INC. FOR DESIGN OF THROCKMORTON LIFT
STATION, IN THE AMOUNT NOT TO EXCEED FIVE HUNDRED FIFTY-EIGHT
THOUSAND AND EIGHT HUNDRED AND ZERO CENTS ($558,800.00) AND
PROVIDING FOR AN EFFECTIVE DATE.
WHEREAS, the Throckmorton lift station project is listed as a capital improvement project
in the City of Anna's Wastewater Master Plan; and,
WHEREAS, the continued growth of the City of Anna requires continuous improvements
to the City's public sewer system, including capital projects that increase sewer system
access, capacity, resiliency, and redundancy to protect the health, safety, and welfare of
the public; and,
WHEREAS, Kimley-Horn to design a lift station on the west side of US 75 as shown in
the attached exhibit is able to serve the northern area of the City of Anna as described as
the service area in the Throckmorton Lift Station Feasibility Study. This lift station will
include a force main that conveys flows across Hurricane Creek and into the Hurricane
Creek Phase 3 interceptor. Kimley-Horn's services will be performed in general
accordance with the currently published rules, regulations, and procedures of City of Anna
(CCN Provider), TCEQ, Collin County, and other applicable jurisdictions.
NOW THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF
ANNA, TEXAS, THAT:
Section 1. Recitals Incorporated
The recitals above are incorporated herein as if set forth in full for all purposes.
Section 2. Authorization of Payment and Funding.
The City Council of the City of Anna, Texas, authorizes the City Manager to execute an
agreement for professional services with Kimley-Horn and Associates, Inc. in the amount
of $558,800.00 for the design of Throckmorton lift station.
The funding for this project shall come from the Wastewater Impact Fee fund.
PASSED AND APPROVED by the City Council of the City of Anna, Texas on this 1 a.
day of August 2025.
ATTEST:
City Secretary, C rrie And
Aii
THE CIl'Y C?F
�a
I: XAS
APPROVED:
Mayor, Pete Cain
Exhibits (A)
(following Page)
2025-07-21—HumCar, Cr- X + C'We
A! i ta� EC' Crmt E-Sin
INDIVIDUAL PROJECT ORDER NUMBER 064512929
Describing a specific agreement between Kimley-Horn and Associates, Inc. (the Consultant), and the City
of Anna (the Client) in accordance with the terms of the Master Agreement for Continuing Professional
Services dated July 2711, 2021, which is incorporated herein by reference.
Identification of Project:
Project Name: Hurricane Creek Lift Station
KH Project Manager: Mike Gran, P.E.
Project Number: 064512929
Specific Scope of Basic Services:
Proiect Understandin
The City of Anna has requested Kimley-Horn to design a lift station on the west side of US 75 as shown in
the attached exhibit that is able to serve the northern area of the City of Anna as described as the service
area in the Throckmorton Lift Station Feasibility Study. This lift station will include a force main that conveys
flows across Hurricane Creek and into the Hurricane Creek Phase 3 interceptor. Kimley-Horn's services
will be performed in general accordance with the currently published rules, regulations, and procedures of
City of Anna (CCN Provider), TCEQ, Collin County, and other applicable jurisdictions.
Task 1 — Lift Station Preliminary Engineering Report
The Consultant will prepare and submit a Preliminary Engineering Report (PER) per the City of Anna's
specifications for review including:
A. Lift Station Capacity and Phasing Plan
B. System and Pump Curves
C. Wet Well Sizing
D. Site Access and Security per TCEQ and City of Anna Design Standards
E. Flood Protection
F. Emergency Power
G. Force Main Sizing
H. Preliminary Alignments for Offsite Force Main
Task 2: Lift Station Preliminary Design
The Consultant will prepare construction plans for a public lift station handing approximately 2,100 gpm of
design flow, in accordance with the City of Anna specifications and guidelines. The lift station design will
include the following:
A. Prepare required plan sheets for design of a dual -duplex, submersible pump lift station to meet
design flow requirements of the existing and future sewer basin.
B. Prepare site plan sheet showing all improvements to be made
C. Prepare section view of proposed lift station
D. Prepare electrical site layout
E. Coordination with primary electric provider for design (design of electrical utility service to serve the
lift station anticipated to be provided by others
F. Prepare detail sheets
rev 1 /2021
Submit to the City of Anna preliminary design plans and Opinion of Probable Construction Costs (OPCC)
for review and comments.
The following assumptions are made for the design of the Lift Station:
• A new lift station with a firm capacity of 2,100 gallons -per -minute. The lift station shall be a dual -
duplex, submersible pump station and design shall be per the City of Anna specifications,
guidelines, and recommendations
• Electrical Design and SCADA integration
• On -site Generator with Automatic Transfer Switch, foundation and fuel tank.
• Approximately 2,500 LF of 8" force main discharging to a proposed manhole along the Hurricane
Creek PH 3 alignment
• Design of 2 connection points for the proposed force mains to the proposed Hurricane Creek Creek
Ph 3 Interceptor
Deliverables:
• 50% Plans and Technical Specifications: Two hard copies and PDF files.
• 50% Opinion of Probable Construction Cost: Two hard copies and PDF files.
Meetings:
• 50% plan and review meeting with the Client
Task 3: Lift Station Final Design
The following assumptions are made for the final design of the Lift Station:
• The electrical control building is assumed to consist of a cast -in -place concrete foundation,
concrete masonry walls, and a steel joist roof. The proposed building dimensions are 10 feet in
width, 20 feet in length, and 10 feet in clear height.
• Vehicle and equipment loading will be determined and confirmed at the 50% submittal
• The codes to be used in design shall be the International Building Code — 2021 Edition, ACI 318-
19, ACI 350-R20
Once the preliminary design has been approved by the Client, the Consultant will proceed with the final
design. The final design will include the following:
A. Engineering plans and technical specifications for project bidding and regulatory approval.
Specifications shall include technical specifications for materials and installation of the proposed
facilities. The plans will include:
a. Civil Sheets: general notes, site plan, grading plan, yard piping plan, security fence details
b. Mechanical sheets: lift station mechanical plan, section, and details
c. Electrical Sheets: legends, general notes, site plan, building power, lighting and grounding
plans, one -line diagrams, control schematics, and details.
d. Structural Sheets: general notes, structural design and details for wet well, valve vault,
meter vault (if required), electrical control building, slab -on -grade, jib crane foundation, and
specifications
B. Submit final plans and specifications to TCEQ for approval
C. Submit final plans, specifications, and opinion of probable construction costs to the Client for review
and comments
Deliverables:
• 90% Plans, Technical Specifications, and Construction Contract Documents: Two hard copies and
PDF files.
• 90% Opinion of Probable Construction Cost: Two hard copies and PDF files.
rev 1/2021
100% Plans, Technical Specifications, and
and PDF files.
100% Opinion of Probable Construction Cosl
Construction Contract Documents: Two hard copies
Two hard copies and PDF files.
Meetings:
• 90% plan and technical specification review meeting with the Client
Task 4 — Offsite Force Main(s) Design
The Consultant will prepare construction plans for up to 2,500 linear feet of 8" diameter PVC force main, in
accordance with the City of Anna specifications and guidelines. A total of 2 force mains will be designed
parallel to each other to convey flows from the dual wet well configuration lift station. The force main design
will include the following:
A. Preliminary Design
a. Prepare required plan sheets for design of 8" diameter offsite force mains to provide service
to the lift station service area (preliminary plans will be plan view only)
b. Prepare required general plan sheets (e.g. general notes, project layout, general details,
etc.)
c. Coordination with Client staff for locations to existing utilities and desired connection point
d. Submit to the Client preliminary design plans and Opinion of Probable Construction Costs
(OPCC) for review and comments.
B. Final Design
Once the preliminary design has been approved by the Client, the Consultant will proceed with the
final design. The final design will include the following. -
Engineering plans and technical specifications for project construction. Specifications shall
include technical specifications for materials and installation of the proposed facilities. The
plans will include.
i. Civil Sheets: general notes, plan and profile views, dimension control (if required),
erosion control, and details.
Submit final plans, specifications, and opinion of probable construction costs to the Client
for review and comments.
Deliverables:
• 50% Plans and Technical Specifications: Two hard copies and PDF files.
• 50% Opinion of Probable Construction Cost: Two hard copies and PDF files.
• 90% Plans, Technical Specifications, and Construction Contract Documents: Two hard copies and
PDF files.
• 90% Opinion of Probable Construction Cost: Two hard copies and PDF files.
• 100% Plans, Technical Specifications, and Construction Contract Documents: Two hard copies
and PDF files.
• 100% Opinion of Probable Construction Cost: Two hard copies and PDF files.
Meetings:
• 50% plan and review meeting with the Client
• 90% plan and technical specification review meeting with the Client
rev 1/2021
Task 5 — Biddinq
The Consultant will perform the following professional services for this project phase:
Print a maximum of 3 full size (22" x 34") and 3 half size (11" x 17") sets of plans and specifications
for the Client.
Provide plans and specifications in .pdf format to lonwave for online bidding.
Prepare the notice to bidders and submit the notice to newspaper for advertisement.
Issue addenda as required.
Answer contractor questions.
Prepare for and conduct a pre -bid conference.
Attend bid opening, prepare a tabulation of bids, and prepare a letter summarizing the bids to the
Client.
Prepare (6) sets of the contract documents for execution by the contractor, receive and review such
documents for completeness, and forward to the Client for review and execution.
Task 6 — Construction Phase Services
Consultant will provide professional construction phase services during construction of this project. This
task has been budgeted for up to 12 months of construction or 450 Hours of Kimley-Horn Effort. Additional
effort beyond this budgeted amount will be provided on an hourly basis. The construction phase services
are as follows:
1. Pre -Construction Conference. Prepare for and attend a pre -construction conference prior to
commencement of work at the site.
Visits to Site and Observation of Construction. Kimley-Horn will make visits as directed by Client
in order to observe the progress of the work. Such observations will not be exhaustive or extend
to every aspect of Contractor's work. Observations will to be limited to spot checking, selective
measurement, and similar methods of general observation. Based on information obtained during
site visits, Kimley-Horn will evaluate whether Contractor's work is generally proceeding in
accordance with the Contract Documents, and Kimley-Horn will keep Client informed of the general
progress of the work. Kimley-Horn will not supervise, direct, or have control over Contractor's work,
nor shall Kimley-Horn have authority to stop the Work or have responsibility for the means,
methods, techniques, equipment choice and usage, schedules, or procedures of construction
selected by Contractor, for safety programs incident to Contractor's work, or for any failure of
Contractor to comply with any laws. Kimley-Horn does not guarantee the performance of any
Contractor and has no responsibility for Contractor's failure to perform its work in accordance with
the Contract Documents.
Recommendations with Respect to Defective Work. Kimley-Horn will recommend to Client that
Contractor's work be disapproved and rejected while it is in progress if, on the basis of its
observations, Kimley-Horn believes that such work will not produce a completed Project that
generally conforms to the Contract Documents.
4. Clarifications and Interpretations. Kimley-Horn will respond to reasonable and appropriate
Contractor requests for information and issue necessary clarifications and interpretations of the
Contract Documents. Any orders authorizing variations from the Contract Documents will be made
by Client.
5. Change Orders. Kimley-Horn may recommend Change Orders to the Client and will review and
make recommendations related to Change Orders submitted or proposed by the Contractor.
rev 1/2021
6. Shop Drawings and Samples. Kimley-Horn will review and approve or take other appropriate action
in respect to Shop Drawings and Samples and other data which Contractor is required to submit,
but only for conformance with the information given in the Contract Documents. Such review and
approvals or other action will not extend to means, methods, techniques, equipment choice and
usage, schedules, or procedures of construction or to related safety programs.
7. Substitutes and "or -equal." Kimley-Horn will evaluate and determine the acceptability of substitute,
or "or -equal" materials and equipment proposed by Contractor in accordance with the Contract
Documents.
8. Disagreements between Client and Contractor. Kimley-Horn will, if requested by Client, render
written decision on all claims of Client and Contractor relating to the acceptability of Contractor's
work or the interpretation of the requirements of the Contract Documents. In rendering decisions,
Kimley-Horn shall be fair and not show partiality to Client or Contractor and shall not be liable in
connection with any decision rendered in good faith.
9. Applications for Payment. Based on its observations and on review of applications for payment
and supporting documentation, Kimley-Horn will determine amounts that Kimley-Horn recommends
Contractor be paid. Such recommendations will be based on Kimley-Horn's knowledge,
information and belief, and will state whether in Kimley-Horn's opinion Contractor's work has
progressed to the point indicated, subject to any qualifications stated in the recommendation. For
unit price work, Kimley-Horn's recommendations of payment will include determinations of
quantities and classifications of Contractor's work, based on observations and measurements of
quantities provided with pay requests. Kimley-Horn's recommendations will not be a representation
that its observations to check Contractor's work have been exhaustive, extended to every aspect
of Contractor's work, or involved detailed inspections.
10. Substantial Completion. Kimley-Horn will, after notice from Contractor that it considers the Work
ready for its intended use, in company with Client and Contractor, conduct a site visit to determine
if the Work is substantially complete. Work will be considered substantially complete following
satisfactory completion of all items with the exception of those identified on a final punch list.
11. Final Notice of Acceptability of the Work. Kimley-Horn will conduct a final site visit to determine if
the completed Work of Contractor is generally in accordance with the Contract Documents and the
final punch list so that Kimley-Horn may recommend final payment to Contractor. Accompanying
the recommendation for final payment, Kimley-Horn shall also provide a notice that the Work is
generally in accordance with the Contract Documents to the best of Kimley-Horn's knowledge,
information, and belief based on the extent of its services and based upon information provided to
Kimley-Horn.
12. Record Drawings — Prepare project "Record Drawings" based on information provided by the
contractor and/or Client as to the actual field placement of the work including any changes or
deletions. Consultant is not responsible for the accuracy of the information provided by the
contractor and/or the Client. Consultant will provide the following deliverables:
• One (1) set of reproducible (22"X34") Record Drawings
• Two (2) full size Record Drawings
• Three (3) half size Record Drawings
• One (1) set of .pdf file Record Drawings
rev 1 /2021
Task 7 — Geotechnical Investigation
The Consultant, via subconsultant will perform geotechnical analysis of the site utilizing a qualified
geotechnical laboratory to determine subsurface conditions and make recommendations regarding design
parameters. The analysis shall include the following:
• Subsurface exploration including up to 5 sample bores drilled between 8 and 40 feet.
• Laboratory tests for classification purposes and strength characteristics
• Engineering services that address the soil and groundwater conditions
A geotechnical report will be furnished by the geotechnical engineer to present the results of the field and
laboratory data. The data contained in the geotechnical report will be made available to the contractors
during the bidding process for informational purposes.
Task 8 — Lift Station Landscape Design
Kimley Horn will prepare Landscape & Irrigation Drawings containing the following:
A. Landscape Screening Exhibit: Kimley Horn will develop a conceptual landscape screening plan,
which illustrates the preliminary concept, and general layout of the proposed landscape
surrounding the lift station. This exhibit will be conveyed with 2D renderings in section and plan
view to illustrate the following items:
a. Canopy and ornamental trees
b. Shrubs & groundcover
c. Enhanced landscaping
d. Landscape screening techniques
Drawings and renderings will be conceptual in nature and will be used for illustrative and programming
purposes only and does not include marketing graphics.
B. Landscape Construction Documents: Based on the approved concept and plans from the
Landscape Screening Exhibit, Kimley Horn will prepare a final construction set for the site. The
construction documents will consist of the following:
a. General Notes, Project Specifications, and Materials Legend: Showing general notes and
materials related to proposed construction based on jurisdictional standards.
b. Planting Plans: Showing plant species, sizes, and location with associated details for
canopy trees, ornamental trees, shrubs and groundcover, and turf.
c. Irrigation Plan: Kimley Horn will prepare an Irrigation Plan for the project, within the limits
of the proposed construction. As a part of this task, Kimley Horn will provide one irrigation
plan in compliance with the reviewing agency codes and ordinances. The plan will be
prepared using AutoCAD technology suitable for submittal to the client and for bidding by
contractors, including installation details, specifications, and general notes plan sheet.
The Irrigation Plan is intended for inclusion in the overall project set of construction
drawings.
The Irrigation Plan shall include head, drip, main, and valve locations and size, controller
type and location, specifications, detailed drawings, and installation notes. The effort for
this task includes addressing up to one round of ordinary and reasonable comments from
the Client.
Necessary storm sewer, water, and sanitary sewer connections for the proposed improvements will be
provided by Kimley Horn under separate tasks. This set will include addressing one round of ordinary and
rev 1/2021
reasonable revisions after the 90% set, based on review comments from the client. Revisions beyond the
Bid Set / Issue for Construction will be considered an additional service.
Deliverables:
• Preliminary Landscape Screening Exhibit
o Illustrative concept plans & sections. PDF files, and up to two hard copies
• Final Landscape Screening Exhibit
o Based on direction from the client, Kimley Horn will provide revised illustrative concept
plans & sections. PDF files, and up to two hard copies
• 100% Landscape and Irrigation Construction Documents
0 90% Construction Document Permit Set (B&W) in digital (PDF) format and up to two full
size 24x36 printed copies.
0 100% Construction Document Bid set / Issue for Construction (B&W) in digital (PDF) format
and up to five full size 24x36 printed copies.
o Project manual with technical specifications in digital (PDF) format and up to two printed
copies included with 100% set.
o OPCC to assist City with budget planning
o Irrigation Plan
o Plans, details, and specifications. PDF files and up to two hard copies.
Meetings:
• Landscape Screening Exhibit Presentation
Task 9 — Survey
The Consultant will engage a professional surveyor subconsultant to perform field survey to identify and
locate existing topographic elements within the selected force main alignment corridor and lift station site
including but not limited to, the following:
• Property pins
• Existing pavement, curbs, sidewalks, barrier free ramps, etc.
• Driveways
• Existing storm sewer inlets, headwalls/wingwalls, swales and
boxes, outfalls, and erosion control
• Culverts and bridges
• Guardrail
• Utility manholes, vaults, water valves, water meters, sprinkler
poles, utility markers, other public utilities, and franchise utilities
• Traffic signal poles, cabinets, and other signal equipment
• Signs
• Buildings
• Retaining walls
• Fence limits and material types
• Trees
• Other applicable physical features that could impact design
Task 10 — Easement Documents:
channels, manholes, junction
heads, telephone poles, power
The Consultant will engage a professional surveyor subconsultant to prepare up to two (2) permanent and
two (2) temporary easement instruments (narrative and graphic exhibits as required for proposed water
improvements). Individual parcel exhibits shall be on 8 'h"x11" paper, shall be sealed, dated, and signed
by a Registered Professional Land Surveyor, shall conform to standard format provided by the Owner and
rev 1 /2021
shall contain the following at a minimum:
a. Parcel number
b. Area required
c. Area remaining
d. Legal description
e. Current owner
f. Any existing platted easements or easements filed by separate instrument including
easements provided by utility companies
g. All physical features
h. Metes and bounds description of parcel to be acquired for the Project. The description
shall be provided on a separate sheet from the attachment. Each type of easement shall
be described separately. Prepare up to six (6) permanent and six (6) temporary easement
metes and bounds descriptions.
Deliverables:
• Two (2) paper copies of field notes and exhibits, and an electronic version of the exhibits (i.e. PDF)
for permanent and temporary construction easements
Additional Services if required:
Any services not specifically provided for in the above scope will be billed as additional services and
performed at Kimley-Horn's then current hourly rate. Additional services Kimley-Horn can provide include,
but are not limited to the following:
• Additional sets of bidding documents and copies of review documents.
• Additional site visits and meetings with City Staff.
• Preparation of platting documents
• Accompanying the Client when meeting with the TCEQ, U.S. Environmental Protection Agency, or
other regulatory agencies during the course of the Project, beyond those meetings identified above.
The Consultant will assist the Client on an as -needed basis in preparing compliance schedules,
progress reports, and providing general technical support for the Client's compliance efforts.
• Assisting Client or Contractor in the defense or prosecution of litigation in connection with or in
addition to those services contemplated by this Agreement. Such services, if any, will be furnished
by Consultant on a fee basis negotiated by the respective parties outside of and in addition to this
Agreement.
• Sampling, testing, or analysis beyond that specifically included in the Scope of Services referenced
herein above.
• Preparing applications and supporting documents for government grants, loans, or planning
advances, and providing data for detailed applications.
• Appearing before regulatory agencies or courts as an expert witness in any litigation with third
parties of condemnation proceedings arising from the development of construction of the Project,
including the preparation of engineering data and reports for assistance to the Client.
rev l /2021
• Providing professional services associated with the discovery of any hazardous waste or materials
in the project site.
• Any additional changes to the Contract Documents necessary to break the project into phases or
bidding portions of the project at a later date.
• Redesign to reflect project scope changes requested by the Client, required to address changed
conditions or change in direction previously approved by the Client, mandated by changing
governmental laws, or necessitated by the Client's acceptance of substitutions proposed by the
Contractor.
• Making significant modifications to the plans and specifications after the 90% submittals have been
approved by the Client.
• Providing project representative services, on -site inspection, during the construction phase of the
project.
• Preparation for and attendance to public meetings to discuss the project.
• Hazardous materials/environmental assessment or studies (except as outlined in the scope).
• Environmental Cultural Resources Survey
• Construction Staking
• Any services not listed in the Scope of Services.
Schedule:
The consultant will provide the services listed in the Scope of Services upon receipt of signed IPO within a
length of time as mutually agreed to by both the client and consultant.
Terms of Compensation:
For the services set forth above, the Client shall pay the Consultant the following compensation:
Task 1: Lift Station Preliminary Engineering Report
Task 2: Lift Station Preliminary Design
Task 3: Lift Station Final Design
Task 4: Offsite Force Main(s) Design
Task 5: Bidding
Task 6: Construction Phase Services
Task 7: Geotechnical Investigation
Task 8: Lift Station Landscape Design
Task 9: Survey
Task 10: Easement Documents
($2,000/ each, est. 4)
Subtotal (Not to Exceed)
rev 1 /2021
$30,000 Lump Sum
$120,000 Lump Sum
$161,000 Lump Sum
$41,000 Lump Sum
$25,000 Lump Sum
$105,500 (Hourly)
$23,000 Lump Sum
$28,000 Lump Sum
$17,300 (Reimbursable)
$8,000 (Reimbursable)
$558,800
ACCEPTED:
CITY OF ANNA
BY: ! ,
TITLE:
DATE:
rev 1/2021
4l- /r -.--) I'-- ,
-
KIMLEY-HORN AND ASSOCIATES, INC.
BY: -A�� PA p f:--,
TITLE: AsS oc ►9T (=
DATE: -7 I s 112025-
[[ £ 3SVHd - HO1d3O2131N1 1I81HX3 NOIl`d1S 1311 ONt/ Q
2131`dM31Sb'M `dt1W 30In213S 2131dM31SdM Hie an :rasve° "� X
U JO ll<(<AaIwIV # !'I N3MAO 3Nt/oRR m `3sn CINV� NOiHOWNO021H1
j'� . J� seoz a"rc :ova
4D-
�J.
K.a
So
• `
�
e��oo
�
i I i
-a
sc
a sn