HomeMy WebLinkAboutRes 2024-05-1620 Project Specific Agreement for the Design of the Hurricane Creek Trunk Sewer Northern Ext.!!2
!!2
!!2
!!2
!!2
!!2
!!2
!!2
!!2!!2!!2!!2!!2!!2
!!2
!!2
!!2
!!2
!!2
!!2
!!2!!2
!!2!!2
!!2!!2!!2 !!2
!!2
!!2
!!2
!!2!!2
!!2
!!2!!2
!!2
!!2
!!2
!!2
!!2
!!2
!!2
!!2!!2!!2!!2!!2
!!2!!2!!2!!2!!2!!2!!2!!2!!2!!2!!2
!!2!!2!!2!!2!!2!!2!!2!!2!!2
!!2
!!2
!!2
!!2!!2
!!2!!2!!2
!!2
!!2!!2
!!2
!!2
!!2
!!2
!!2!!2
!!2!!2!!2
!!2
!!2
!!2
!!2
!!2
!!2
!!2
!!2
!!2
!!2!!2
!!2
!!2
!!2
!!2
!!2
!!2
!!2
!!2
!!2!!2
!!2
!!2
!!2
!!2!!2!!2
!!2
!!2!!2
!!2!!2
!!2!!2!!2
!!2
!!2
!!2
!!2
!!2
!!2
!!2
!!2
!!2
!!2!!2 !!2
!!2
!!2 !!2 !!2
!!2!!2
!!2
!!2
!!2
!!2
!!2!!2!!2!!2!!2!!2!!2
!!2
!!2
!!2!!2
!!2
!!2!!2!!2!!2
!!2!!2!!2!!2
!!2
!!2
!!2!!2!!2
!!2!!2!!2!!2!!2
!!2!!2 !!2 !!2!!2!!2
!!2
!!2
!!2
!!2
!!2!!2!!2
!!2
!!2
!!2!!2!!2
!!2!!2!!2
!!2
!!2
!!2
!!2!!2
!!2
!!2
!!2
!!2
!!2
!!2
!!2
!!2
!!2
!!2
!!2
!!2
!!2
!!2!!2!!2!!2!!2
!!2
!!2
!
g
g
g
g
!
!COUNTY ROAD 511FM
2862 COUNTYROAD 480FM 455
COUNTYROAD3
7
0
COUNTYROAD371
OUTER LOOP FM 2862COUNTY ROAD 286 18''18''21''21''15''15''15''
21''24''24''12''24''21''21''21''21''15''15''15''18''18''15''§¨¦75 ¬«121")455
")455
¬«5
PROPOSED PILOT GROVE
LIFT STATION #3
CAPACITY: 270 GPM
PROPOSED PILOT GROVE
LIFT STATION #2
CAPACITY: 255 GPM
PROPOSED PILOT GROVE
LIFT STATION #1
CAPACITY: 215 GPM
PROPOSED THROCKMORTON
CREEK LIFT STATION
CAPACITY: 2250 GPM
EF131
EF129
EF127
SGC155
SGC123
WSGC117
WSGC119
SGC125
SGC143
SGC145
SGC127
SGC141
SGC147
SGC153 SGC151
SGC149
SGC139
SGC137
SGC129
SGC121
SGC113
SGC111
SGC115
SGC131
SGC119
SGC117
SGC107
SGC133 PGC111
PGC109
PGC107
PGC105
PGC103
PGC101
HB101
SGC105
SGC103
SGC101
SGC109WSGC101
WSGC103
WSGC105
WSGC107
SC105
WSGC109SC101
SC103
CC101
SLC105
SLC109
SLC111
SLC113 SLC117
SLC119
SLC121
SLC123
TC115
TC107
TC105
TC103
TC101
SLC103
SLC107
TC111
TC113
TC117
TC137
TC135HC133
HC125
HC127
HC119
HC123
HC121
HC115
HC117
HC111
HC109
HC113
HC105
HC107
HC103
HC101
EF105
EF101
EF103
EF107
EF109
EF113
EF111
EF115
EF117
EF121
EF119
EF123
EF125
TC109
SLC115
CC103
36 ''
36 ''21 ''8 '
'
8 ''8 ''1
8
'
'8 ''8 ''
8 ''
8 ''
8 ''
27 ''8
'
'12 ''24 ''42 ''8 '
'27 ''42 ''10 ''8 ''12 ''8 ''15 ''
54
'
'
10 ''
1
2
'
'
60 ''10 ''8 ''24 ''18 ''15
'
'
2
4
'
'8 ''18 ''
8 ''
8 ''8 ''10 '
'30 ''8 ''21 ''8
'
'18 ''8 ''8 ''8 ''48 ''15 ''
21 ''
18 ''
1
5
'
'21 ''27 ''27 ''8 ''
8 ''
21 ''
8 ''8 ''48 ''21 ''36 ''
1
2
'
'8 ''10 ''1
8
'
'8 ''15 ''
8 ''10 ''18 ''8
'
'
3
0
'
'
30 ''18 '
'
3
6
'
'
8 ''
15
'
'
8 ''24 ''8 ''
10 ''
8 ''8 ''24 ''8 ''10 ''10 ''15 ''PROPOSED
ANNA RANCH
LIFT STATION
EXISTING
COYOTE MEADOWS
LIFT STATION
EXISTING
CAMDEN PARC
LIFT STATION
EXISTING
ELIZABETH STREET
LIFT STATION
EXISTING NORTH
POINTE LIFT STATION
CAPACITY: 745 GPM
EXISTING
LIFT STATION
CAPACITY: 100 GPM
EXISTING
LIFT STATION
CAPACITY: 34 GPM
CITY OF ANNA
WASTEWATER MASTER PLAN
FIGURE
WWMP
Kimley-Horn and Associates, Inc.File Path: K:\MKN_Civil\City of Anna - Master Data\GIS\Anna_Wastewater Master Plan.aprxLast Saved: 9/1/2023 1:51 PMI 0 4,0002,000
Feet
NTMWD Clement Creek P.O.E.
Existing Peak: 1.35 MGD
Buildout Peak: 4.72 MGD
NTMWD Throckmorton
Creek P.O.E.
Existing Peak: 7.20 MGD
Existing WWTP Treats 2.0 MGD Peak
Buildout Peak: 35.96 MGD
Buildout WWTP Treats 18.0 MGD Peak
Throckmorton Creek/
Trinity River Interceptor
Contracted Capacity Upstream:
5.60 MGD (2014)
Contracted Capacity Downstream:
9.60 MGD (2014)
Clement Creek Contracted
Capacity: 3.0 MGD (2014)
Text
Legend
Lift Stations
Wastewater Subbasin
Clement Creek
Clement Creek Existing
East Fork Trinity
Harrington Branch
Hurricane Creek
Clement Creek Existing
Sister Grove Creek
Slayter Creek
Throckmorton Creek
West Sister Grove Creek
Stiff Creek
!Proposed WWTP
g Proposed Lift Station
!Existing WWTP
!!2 Existing Manhole
Existing Force Main
Existing Wastewater
Proposed Manhole
Proposed Force Main
Streams
parcels
Planning Boundary
Floodplain
Van Alstyne/Mantua P.O.E.
Peak Flow = 13.88 MGD
Weston P.O.E. #1
Peak Flow = 0.50 MGD
Weston P.O.E. #2
Peak Flow = 0.50 MGD
Weston P.O.E. #3
Peak Flow = 0.50 MGD
Weston P.O.E. #4
Peak Flow = 0.50 MGD
Weston P.O.E. #5
Peak Flow = 0.50 MGD
Weston P.O.E. #6
Peak Flow = 0.50 MGD
Weston P.O.E. #7
Peak Flow = 0.50 MGD
Harrington Branch WWTP
Phase 1 Capacity: 1 MGD
Phase 2 Capacity: 2 MGD
Phase 3 Capacity: 2.5 MGD
Hurricane Creek WWTP
Phase 1 Capacity: 4 MGD
Phase 2 Capacity: 8 MGD
Phase 3 Capacity: 16 MGD
Slayter Creek WWTP
Existing Capacity: 0.5 MGD
Phase 3 Capacity: 0.975 MGD
Expansion Capacity: 4.5 MGD
Van Alstyne P.O.E.
Peak Flow = 20.48 MGD
Stiff Creek P.O.E.
Buildout Peak: 2.77 MGD
kimley-horn.com 6160 Warren Parkway, Suite 210, Frisco, TX 75034 972 335 3580
May 02, 2024
Mr. Greg Peters, Assistant City Manager
City of Anna
120 W. 7th Street
Anna, TX 75409
Re: Master Trunk Sewer Design – Liberty Hills
City of Anna ETJ, Collin County, Texas
Dear Greg:
Kimley-Horn and Associates, Inc. (“Kimley-Horn” or “Consultant”) is pleased to submit this proposal to
the City of Anna (“City”) for the planning and design of a master sewer main extension through the
Liberty Hills project.
PROJECT UNDERSTANDING
The master sewer main will generally extend through the Liberty Hills project from a point of connection
at the south end to be coordinated with the City’s consultant, Freese and Nichols, to the city limit line
at the north end. Two stubs will be extended to the city limit line to provide service to the City of Van
Alstyne as generally depicted on the attached Limits of Work exhibit. In addition to the gravity sewer
line, this work will include the design of an inverted siphon beneath Hurricane Creek.
The following scope of services assumes that the Liberty Hills developer will allow the City use existing
project topography and as well as the previously prepared Aquatic Resources Delineation study
previously prepared by Kimley-Horn for the Liberty Hills project. The effort to redo these items is not
included as part of this agreement.
SCOPE OF SERVICES
Kimley-Horn will provide the services specifically set forth below.
Task 1: Update Master Sewer Flows
Kimley-Horn will obtain current master sewer flow projections from the City of Anna, City of Van Alstyne,
Liberty Hills and Mantua developers. We will consolidate the information to obtain current design flow
information applicable for this project. The sewer projections will be tabulated for review and use, but
no formal report will be prepared.
Kimley-Horn will consult with the City to discuss our findings. Kimley-Horn will use the final design
flows as directed by the City for design of the project improvements.
This task includes one coordinate meeting to evaluate results.
Page 2
kimley-horn.com 6160 Warren Parkway, Suite 210, Frisco, TX 75034 972 335 3580
Task 2: Preferred Alignment Study
Kimley-Horn has previously completed a preliminary alignment study of the master trunk sewer.
Kimley-Horn’s surveyor will establish the location of the preliminary alignment. Kimley-Horn will
conduct a field walk with the City to verify field conditions and make adjustment s to the preliminary
alignment as necessary.
Kimley-Horn will incorporate feedback from the City, as well as observations made during the field
walk to establish the preferred alignment.
Kimley-Horn’s surveyor will establish the location of the preferred master trunk sewer alignment for
final design purposes. As part of this task, Kimley-Horn’s surveyor will establish creek flow lines at
creek crossings to verify preliminary design assumptions.
Task 3: Preliminary Sewer Plan and Profile Design
Kimley-Horn will prepare a preliminary plan and profile design of the master trunk sewer. Design flows
and pipe sizing will be established based on the updated master sewer flows established in Task 1 and
the preferred alignment established in Task 2.
The preliminary plan and profile exhibit (roll plot) will be submitted to the City for review and comment.
This task includes one design review meeting and one coordination meeting.
Task 4: Construction Plans 60%
Kimley-Horn will address minor review comments obtained from the City’s review of the Preliminary
Plan and Profile Design to prepare 60% construction plans.
The plan set will include the following sheets / design elements:
A. Cover sheet
B. General notes and specifications
C. Alignment and horizontal control plan
D. Sewer plan and profile
E. Creek crossing details
F. Inverted Sewer Siphon or Aerial Crossing (see Task 7)
G. Erosion Control Plan
H. Standard City details
The downstream connection point will be coordinated with the Freese and Nichol’s design plans. Two
upstream connections to the City of Van Alstyne will be provided at locations generally depicted on
Page 3
kimley-horn.com 6160 Warren Parkway, Suite 210, Frisco, TX 75034 972 335 3580
Kimley-Horn’s preliminary design. Locations and depths will be coordinated with the City of Van Alstyne
and Mantua development.
The 60% Construction Plans and 60% OPCC will be submitted to the City for review and comment.
This task includes one design review meeting.
Task 5: Construction Plans 90%
Kimley-Horn will progress the 60% Construction Plans and address minor review comments received
from the City’s review of the 60% Construction Plans to prepare the 90% Construction Plans.
The 90% Construction Plans, 90% OPCC, 90% Technical Specifications, and Construction Documents
will be submitted to the City for final review and approval.
This task includes on design review meeting.
Task 6: Final Construction Plans
Kimley-Horn will assemble the Final Construction Plans, Technical Specifications and Construction
Documents and submit up to four sets of stamped and sealed plans to the City for approval and bidding.
Task 7: Inverted Sewer Siphon Design
Kimley-Horn will utilize the creek survey provided in task 2 of this contract to design an inverted sewer
siphon to direct the trunk sewer beneath hurricane Creek. The inverted siphon will be designed per
TCEQ requirements and will be submitted to the City as part of the 60% and 90% Construction Plans.
The design will include approximately 200 linear foot two-barrel or three-barrel inverted sewer siphon,
upstream and downstream splitter structures, and relevant details. Sheets will include the following:
1. Plan and Profile Sheets;
2. Siphon Box Details – Civil;
3. Siphon Box Details – Structural;
4. Odor Control Details – Passive System Only.
Kimley-Horn will address up to two rounds of minor review comments received from the City as part of
this task.
This task involves one design review meeting.
Page 4
kimley-horn.com 6160 Warren Parkway, Suite 210, Frisco, TX 75034 972 335 3580
Task 8: Easement Descriptions
Kimley-Horn will identify and establish the limits of easements required for the construction and
placement of the master trunk sewer. Kimley-Horn will prepare metes and bounds descriptions of each
easement and provide them to the City.
This task contemplates up to 10 sewer easements and 10 temporary construction easements.
Additional easement will be prepared for an additional fee. The City and developer will be responsible
for negotiating and obtaining all easements.
Task 9: Desktop Cultural Resources Review
Kimley-Horn will engage a professional archeologist subconsultant to perform a desktop cultural
resources review. The results of the desktop review will be compiled in a letter report, which can be
used to coordinate the field efforts with the USACE Fort Worth District Regulatory Archeologist and/or
Texas Historical Commission (THC) if a survey is requested during USACE permit review (if permitting
is required). The purpose of the desktop review is to identify and describe existing cultural resources
in the project area, discuss the potential for discovering previously unknown cultural resources, and
make recommendations about the need for further archeological work so that the project can proceed.
The archeologist will compile information from records/databases, including (as necessary):
• Texas Archeological Sites Atlas (TASA);
• National Register of Historic Places (NRHP);
• Additional records at the Texas Archeological Research Laboratory (TARL);
• Natural Resources Conservation Service (NRCS) soil maps;
• Bureau of Economic Geology geological maps;
• City, state, or county planning documents (when available);
• USGS topographic maps;
• Records available at city and county historical societies; and
• Published local histories.
A letter report that details the results of the records search and presents a review of the natural
environment and cultural history of the project area, along with conclusions and recommendations of
findings. This letter will include a discussion of the potential for the proposed project to affect known
archeological sites, State Antiquities Landmarks (SALs), or sites listed or potentiall y eligible for listing
on the NRHP. In addition to this discussion, the letter will also address the likelihood that the proposed
project will encounter areas with a high potential for containing cultural resources. The report will be
submitted to the Client for review.
Task 10: Protected Species Assessment
Kimley-Horn will perform a protected species assessment in an effort to assess potential impacts to
wildlife species protected by federal laws including the Endangered Species Act (ESA), the Migratory
Bird Treaty Act (MBTA), and/or the Bald and Golden Eagle Protection Act (BGEPA) enforced by the
Page 5
kimley-horn.com 6160 Warren Parkway, Suite 210, Frisco, TX 75034 972 335 3580
U.S. Fish and Wildlife Service (USFWS). Potential impacts to wildlife species protected by state laws
enforced by the state specific wildlife department/agency will also be assessed.
Kimley-Horn will review readily available resources in an attempt to identify potentially suitable habitat
for protected species to be evaluated in the field or “sp ot-checked.” Resources may include, but may
not be limited to:
• Federally and state listed threatened and endangered species on a county-wide basis
• USFWS Information for Planning and Consultation (IPaC) portal
• Current and historical topographic maps
• Current and historical aerial photographs
• State ecoregion maps vegetation information/data
• Soil survey data
• USFWS NWI data
• Available existing information regarding topography and geology of the site
Site observations will be performed to evaluate the presence of federally and/or state-listed threatened
and endangered species and the presence of suitable habitat for federally -listed threatened and/or
endangered species. Additionally, the presence of migratory birds, bald eagles, golden eagles, and
suitable habitats will be evaluated. While performing the site visit, species locations (if observed) will
be collected with a GPS unit and will be displayed on an exhibit as part of the report. If observed, a
preliminary map will be provided to the Client prior to pr eparation and issuance of the
report. Preliminary findings will be provided to the Client following the site visit.
Kimley-Horn will prepare a protected species assessment report that will include the applicable
regulatory framework, describe the assessment methodology, provide limitations and findings, and
provide site-specific conclusions and recommendations.
This Task does not include consultation with the U.S. Fish and Wildlife Services or additional studies
or mitigation if our studies identify the presence of threatened and/or endangered species.
Task 11: Aquatic Resources Delineation
Kimley-Horn will update the previously prepared Aquatic Resource Delineation prepared for the Liberty
Hills project to include portions of this project located outside the Liberty Hills property. Kimley-Horn
will locate readily available resource documents which may include aerial photographs, historic
topographic maps, soil surveys, U.S. Fish and Wildlife Service (USFWS) National Wetlands Inventory
(NWI) maps,), Federal Emergency Management Agency (FEMA) flood hazard layer, and other related
data for a desktop review of site conditions.
Kimley-Horn will perform a site visit to evaluate the existence and approximate locations of aquatic
resources on the site generally following the USACE 1987 Wetlands Delineation Manual and the
applicable USACE Regional Supplement. Following the site visit, Kimley-Horn will prepare exhibits
showing the boundaries (polygons) and acreage and/or linear footage (if applicable) of aquatic
Page 6
kimley-horn.com 6160 Warren Parkway, Suite 210, Frisco, TX 75034 972 335 3580
resources identified onsite during the site visit. Appropriate feature data, locations, and extents will be
collected with a GPS with sub-meter accuracy as required by the USACE.
This scope of work does not include flagging; however, if warranted by the Client, features can be
flagged for an additional fee to allow for surveyors to collect the data at a later date.
Kimley-Horn will prepare a report for the project documenting the results of the aquatic resources
delineation performed onsite. The report will address the applicable regulatory framework, describe
the assessment methodology, limitations and findings, provide site -specific conclusions and
jurisdictional analysis of identified features, and provide recommendations pertaining to compliance
with Section 404 of the Clean Water Act and/or Section 10 of the Rivers and Harbors Act. The report
will also include applicable maps/exhibits, site photographs, and data sheets/forms. This task assumes
up to one revision of the delineation report. If additional revisions are requested, additional fees may
apply.
It is important for the Client to understand that the Environmental Protection Agency (EPA) and the
USACE occasionally issue guidance concerning what they intend to assert jurisdiction over. Changes
that impact our strategy or scope will cause additional work and will be addressed as an additional
service amendment to this agreement. Observations will be made under the applicable regulatory
guidance at the time of the observations.
This Task does not include consultation with the USACE.
Task 12: USACE NWP 58 Non-Notifying Memorandum
This task assumes the project can be authorized by Nationwide Permit (NWP) 58 for Utility Line
Activities for Water and Other Substances without notification to the USACE Fort Worth District .
Kimley-Horn will add to the previously prepared aquatic resources delineation report (previously
prepared for the Liberty Hills project) to document compliance with the applicable NWP. This scope
assumes that formal USACE notification and authorization is not required; therefore, Kimley -Horn will
document specific project information and details and how to use the perceived applicable NWP. The
report will include regulatory language for the applicable NWP with discussion of selected noteworthy
General Conditions. The report will include the following information:
• Brief project description of proposed impacts to aquatic features;
• NWP 58 permit language with General Conditions;
• State Water Quality Certifications and Conditions; and
• NWP Regional Conditions for Texas.
Though no coordination with the USACE is proposed as part of this Task, the use of the applicable
NWP constitutes compliance with appropriate Federal regulations. All NWP General and Regional
Conditions and NWP terms must be met by the Client. For reference, notification to the USACE
involves the submittal of a Pre-Construction Notification (PCN), which may be required if:
• The NWP General or Regional Conditions cannot be met;
Page 7
kimley-horn.com 6160 Warren Parkway, Suite 210, Frisco, TX 75034 972 335 3580
• Specific triggers for notification to the USACE are met within the NWP;
• The impacts thresholds for the Nationwide Permit program are exceeded (greater than 0.10
acre and less than 0.50 acre, and 0.03 acre or less of stream bed at each separate, single and
complete crossing);
• The project proposes impacts to special aquatic sites, including wetlands; or
• Client requests verification from the USACE.
This task does not include consultation with the USACE; however, this can be performed if warranted
under a separate Agreement.
Task 13: Geotechnical Investigation
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:
a. Subsurface exploration including up to 22 sample bore drilled between 8 and 40 feet .
b. Laboratory tests for classification purposes and strength characteristics
c. 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 contractors
during the bidding process for informational purposes.
Task 14: Bidding Phase Services
Kimley-Horn will assist the City with the preparation and bidding of the Master Trunk Sewer plans.
Kimley-Horn’s services will include:
A. 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.
B. Provide plans and specifications in .pdf format to CivCast and the City of Anna Ionwave website
for online bidding.
C. Prepare the notice to bidders and submit the notice to one newspaper for advertisement.
D. Issue addenda as required.
E. Answer contractor questions
F. Prepare for and conduct a pre-bid conference.
G. Attend bid opening, prepare a tabulation of bids, and prepare a letter summarizing the bids to
the Client.
H. Prepare size (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.
Page 8
kimley-horn.com 6160 Warren Parkway, Suite 210, Frisco, TX 75034 972 335 3580
Task 15: Construction Phase Services
Kimley-Horn can provide construction phase services to support the construction of the master trunk
sewer as described below and as requested by the Client:
A. Pre-Construction Conference
a. Prepare for and attend a pre-construction conference prior to commencement of work
at the site.
B. 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 observa tions 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.
C. 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.
D. 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.
E. 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.
F. 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 i nformation 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.
Page 9
kimley-horn.com 6160 Warren Parkway, Suite 210, Frisco, TX 75034 972 335 3580
G. 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.
H. 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.
I. 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 obser vations
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.
J. 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.
K. 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
L. 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:
a. One (1) set of reproducible Record Drawings
b. Two (2) full size Record Drawings
c. Three (3) half size Record Drawings
d. One (1) set of .pdf file Record Drawings
Page 10
kimley-horn.com 6160 Warren Parkway, Suite 210, Frisco, TX 75034 972 335 3580
A maximum of 350 hours has been budgeted for this task. Additional effort will be billed as an additional
service.
EXCULSIONS
Kimley-Horn will rely on the accuracy and completeness of information provided by the C ity, or by
others for whom Kimley-Horn is not legally responsible. The Client acknowledges that verifying the
accuracy and completeness of such information is not part of Kimley -Horn’s services.
In addition, the following items are specifically excluded from the scope of this Agreement including
other task not specifically noted in the above scope of services:
• SWPPP preparation (provided by Contractor following selection)
• Tree surveys
• USACOE permitting
• TCEQ permitting
• Design of powered odor control or chemical dosing system
• Topographic survey
• Pothole investigation and surveys of underground infrastructure
• RW or easement negotiations or acquisition support
ADDITIONAL SERVICES
Any services not specifically provided for in the above scope, as well as changes in the scope of
proposed services and revisions requested by the C ity after substantial completion of the proposed
services, will be considered Additional Services and performed at our then current hourly rates.
INFORMATION PROVIDED BY CLIENT
We shall be entitled to rely on the completeness and accuracy of all information provided by the C ity or
the City’s consultants or representatives. The City shall provide all information requested by Kimley-
Horn during the project, including but not limited to the following:
• Executed agreement
• Permission to enter property
• Permission to use Liberty Hills topographic survey data
• Permission to use Liberty Hills Aquatic Resources Delineation study
• All review and permitting expenses
• RW or easement negotiations or acquisition support
SCHEDULE
We will provide our services as expeditiously as practicable to meet a mutually agreed upon schedule.
Page 11
kimley-horn.com 6160 Warren Parkway, Suite 210, Frisco, TX 75034 972 335 3580
FEE SUMMARY
Task 1 Update Master Sewer Flows $10,000
Task 2 Preferred Alignment Study $52,000
Task 3 Preliminary Sewer Plan and Profile Design $56,000
Task 4 Construction Plans 60% $125,000
Task 5 Construction Plans 90% $95,000
Task 6 Final Construction Plans $35,000
Task 7 Inverted Sewer Siphon Design $90,000
Task 8 Easement Descriptions $20,000
Task 9 Desktop Cultural Resources Review $4,000
Task 10 Protected Species Assessment $9,000
Task 11 Aquatic Resources Delineation $9,500
Task 12 USACE NWP 58 Non-Notifying Memo $15,000
Task 13 Geotechnical Investigation $30,000
Task 14 Bidding Phase Services $20,000
Task 15 Construction Phase Services $100,000
Subtotal $670,500
In addition to the above fees, direct reimbursable expenses such as printing, reproduction, deliveries,
and other direct expenses will be billed at 1.15 times cost. All permitting, application, and similar project
fees will be paid directly by the Client.
Lump sum fees will be invoiced monthly based upon the overall percentage of services performed.
Hourly services will be invoiced based on actual effort. Reimbursable expenses will be invoiced based
upon expenses incurred. Payment will be due within 25 days of your receipt of the invoice and should
include the invoice number and Kimley-Horn project number.
CLOSURE
In addition to the matters set forth herein, this Agreement shall be subject to the City’s standard terms
and conditions.
Unless directed otherwise, invoices will be emailed to Greg Peters at gpeters@annatexas.gov. Please
include the invoice number and Kimley-Horn project number with all payments.
We appreciate the opportunity to provide these services to you. Please contact me if you have any
questions.
Sincerely:
KIMLEY-HORN AND ASSOCIATES, INC.
Thomas G. Coppin, P.E.
Vice President