Loading...
HomeMy WebLinkAboutRes 2025-02-1741 Agreement with Kimley-Horn for Design of the Hurricane Creek Trunk Sewer ExtensionCITY OF ANNA, TEXAS RESOLUTION NO. A RESOLUTION OF THE CITY OF ANNA, TEXAS, AUTHORIZING THE CITY MANAGER TO EXECUTE A PROJECT SPECIFIC AGREEMENT WITH KIMLEY- HORN FOR THE DESIGN OF THE HURRICANE CREEK TRUNK SEWER — NORTHERN EXTENSION PHASE 3, IN THE AMOUNT NOT TO EXCEED THREE HUNDRED SEVENTY-SIX THOUSAND DOLLARS ($376,000.00). WHEREAS, the Hurricane Creek Trunk Sewer Northern Extension Phase 3 project is listed as a capital improvement project in the City of Anna's Capital Improvement 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, the Hurricane Creek Trunk Sewer is a multi -phase sanitary sewer capital improvement project intended to provide city sewer facilities on the west side of US 75. This item is for the next phase, which will extend the sewer from the northern City limit across the golf course and over to Phase 1 and Phase 2 of the Liberty Hills Development:. and, WHEREAS, Kimley-Horn successfully completed the design of the previous phase, which is on this agenda to award construction. This item includes a segment that was removed from the last phase in order to speed up the overall timeline of getting sewer up to our northern boundary. If approved, Kimley-Horn will complete the final engineering and prepare construction documents for the project: and, WHEREAS, Kimley-Horn has provided the City with a proposal for the required engineering design services on the project, with a total cost of $376,000. 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 hereby authorizes the City Manager to execute a project -specific agreement for professional services with Kimley-Horn for the design of the Hurricane Creek Trunk Sewer Northern Extension Phase 3, That funding for the project shall come from the Utility Bond Fund 624 and shall not exceed $376,000. PASSED AND APPROVED by the City Council of the City of Anna, Texas on this ' 5 u� day of February 2025. ATTEST: APPROVED: City Secretary, Carrie Land * Mayor, Pete Cain 1 * THE QTy OF -� Anna f91i INDIVIDUAL PROJECT ORDER NUMBER 064512925 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 27t" 2021, which is incorporated herein by reference. Identification of Proiect: Project Name: Hurricane Creek Interceptor Phase 3 KH Project Manager: David Perkins, P.E. Project Number: 064512925 Specific scope of basic Services: Proiect Understandina: The City of Anna has requested Kimley-Horn to design approximately 4.500 linear feet of 42" wastewater line interceptor along the route shown in Exhibit A. This includes a metering station near the City of Anna City Limits as well as providing a connection point for the Liberty Hills Phase 2 project. This project also includes a feasibility analysis of a lift station on the east side of US 75 to be able to serve the northern area of the City of Anna east of US 75. This lift station study will include capacity calculations, service area, and site recommendations on the Liberty Hills project. It is assumed that the Liberty Hills Aquatic Resources Delineation study will be permitted by the Client to be used for this project. Task 1 — Preliminary Design (60% Design) The Consultant will update the 30% roll plot design that was established during the Hurricane Creek Phase 2 project (as part of a separate Agreement). The Consultant will review the 30% horizontal and vertical design with the Client and incorporate comments into the 60% design. 60% design will include the following sheets and design elements A. Cover sheet B. General notes and specifications C. Alignment and horizontal control plan D. Sewer plan and profile E. Metering station site plan F. Standard city details G. Project specific details Deliverables: • 60% Plans and Technical Specifications: Two hard copies and PDF files. 60% Opinion of Probable Construction Cost: Two hard copies and PDF files, Meetings: • 30% design review meeting with the Client • 60% plan and technical specification review meeting with the Client rev 1 2o21 Task 2: Final Design The Consultant will address Client review comments from the 60% plans and technical specifications to prepare 90% plans and technical specifications. 90% design will include the metering station site plan. electrical site plan and metering station details. The metering station will be designed based on City of Anna design criteria. 90% Design will include the following sheets and design elements: A. Cover sheet B. General notes and specifications C. Alignment and horizontal control plan D. Sewer plan and profile E. Metering station site plan F. Metering station electrical site plan G. Erosion control plan H. Tree removal plan I. Metering station details J. Standard city details K. Project specific details Final construction plans, technical specifications and contract documents will incorporate the Clients comments on the 90% design. 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. • 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: • 90% plan and technical specification review meeting with the Client Task 3 - Throckmorton Lift Station Feasibility Study The Consultant will evaluate the sizing necessary for a lift station to serve current and future development in the northeast side of US 75. This lift station will generally serve the area east of US 75, west of SH 5, and north of CR 371 within City of Anna City Limits. The Consultant will establish a service area boundary for this lift station and provide capacity calculations. Capacity design criteria will be established in this study. These findings will be summarized in a technical memorandum. This study will also provide recommendations on location for this lift station on the Liberty Hills Property. Data Collection: The Client shall provide the following information: • Information regarding development densities and timeline for planned and proposed developments within the defined service area • Record drawings of wastewater lines near the service area Deliverables • Preliminary Technical Memorandum le,, 1 2021 • Final Technical Memorandum Meetings: • One service area and location review meeting with the Client • One Preliminary Technical Memorandum review meeting with the Client Task 4 — Geotechnical Investigation Kimley-Horn. 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 10 sample bore 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 5 — 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. The Consultant 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; therefor, the Consultant 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 Certification and Conditions • 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 NWP terms must be met by the Client. For reference, notification to the USACE involved the submittal of the pre -construction notification (PCN) which may be required if: • The NWP General or Regional Conditions cannot be met • Specific triggers for notification to the USACE are met within the NWP • The impact threshold for the nationwide permit program are exceeded (greater than .10 acres and less than 0.50 acres, and 0.03 acres or less of stream bed at each separate, single and complete crossing); • The project proposes impacts to special aquatic sites, including wetlands • Client requests verification from the USACE This task does not include consultation with the USACE; however, this can be performed if warranted under sperate agreement. rep,' 1 2021 Task 6 - Desktop Cultural Resources Review: The Consultant 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 USAGE 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 • 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 potentially 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 7 — Bidding The Consultant will perform the following professional services for this project phase: 1. 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. 2. Provide plans and specifications in .pdf format to lonwave for online bidding. 3. Prepare the notice to bidders and submit the notice to newspaper for advertisement. 4. Issue addenda as required. 5. Answer contractor questions. 6. Prepare for and conduct a pre -bid conference. 7. Attend bid opening, prepare a tabulation of bids, and prepare a letter summarizing the bids to the Client. 8. 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. This task has been budgeted for up to 60 hours of KH effort. rev 1 '021 Task 8 — 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 250 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. 2. 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. 3. 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. 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. rep- 1 2021 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-Horns 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 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 alignment corridor 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 channels, manholes, junction boxes, outfalls, and erosion control • Culverts and bridges • Guardrail • Utility manholes, vaults. water valves, water meters, sprinkler heads, telephone poles, power poles, utility markers, other public utilities, and franchise utilities • Traffic signal poles, cabinets, and other signal equipment • Signs • Buildings re': 1 2021 • Retaining walls • Fence limits and material types • Trees • Other applicable physical features that could impact design Task 10 — Easement Documents: The Consultant will engage a professional surveyor subconsultant to prepare up to six (6) permanent and six (6) temporary easement instruments (narrative and graphic exhibits as required for proposed water improvements). Individual parcel exhibits shall be on 81/2'x11' paper, shall be sealed, dated, and signed by a Registered Professional Land Surveyor, shall conform to standard format provided by the Owner and 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. DelivPrahles- • 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 Clients 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. rev 1.2)021 • 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. • 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. ?c 1 '0'1 Terms of Compensation: For the services set forth above. the Client shall pay Consultant the following compensation: Task 1: Preliminary Wastewater Design Task 2: Final Wastewater Design Task 3: Throckmorton Lift Station Feasibility Study Task 4: Geotechnical Investigation Task 5: USACE NWP 58 Non -Notifying Memorandum Task 6: Desktop Cultural Resources Review Task 7: Bidding Task 8: Construction Phase Services Task 9: Survey Task 10: Easement Documents ($1,250/ each, est. 12) Subtotal (Not to Exceed) ACCEPTED: CITY OF ANNA S80.000 Lump Sum S110,000 Lump Sum S30,000 Lump Sum S20.000 Lump Sum S15,000 Lump Sum S4,000 Lump Sum S15.000 (Hourly) S60,000 (Hourly) S27.000 (Reimbursable) S15.000 (Reimbursable) $376,000 KIMLEY-HORN AND ASSOCIATES, INC. BY: ~ bh 11h BY: MichaelJ Carlisle. P.E. TITLE: ' aK.► TITLE: Associate DATE: 0 A? rev 1 202 1 DATE: 02i 18/2025 Yi N �G `p NpCC 8 az�� WaZod JS Fo u o jbgOZ aO 00 Z j JEU U I UW � Z�r w 4yU j J ." J a1a 2> 6 a2avr'iU Oda O�Q N R�JZ uJa-Sr J r Al o�gi�u �wm?No �J U N z 0 ¢¢¢N¢¢¢V U�Fy�a 4aw W�'"O U co / L O 4-