Loading...
HomeMy WebLinkAboutResolution No. 2012-058 CITY OF THE COLONY, TEXAS RESOLUTION NO. 2012- U 5 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF THE COLONY, TEXAS, APPROVING THE PROFESSIONAL ENGINEERING SERVICES CONTRACT BY AND BETWEEN THE CITY OF THE COLONY AND GRAHAM ASSOCIATES, INC. FOR THE DESIGN OF THE PHASE II WIDENING OF PLANO PARKWAY, WHICH IS ATTACHED HERETO AND INCORPORATED HEREIN AS EXHIBIT "A"; AUTHORIZING THE CITY MANAGER TO EXECUTE THE CONTRACT; AND PROVIDING AN EFFECTIVE DATE WHEREAS, the City and Consultant have entered into a Contract such that the Consultant is to provide the following services: design of the Phase II widening of Plano Parkway from State Highway 121 to 2,330 feet north of Windhaven Parkway; and WHEREAS, the City has determined that it is in the best interest of the City to enter into the Contract with Graham Associates, Inc. which is attached hereto and incorporated herein by reference as Exhibit "A," under the terms and conditions provided therein; and WHEREAS, with this Contract the City of The Colony is agreeing to pay the sum of $160,544.00 for such work. THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF THE COLONY, TEXAS THAT: Section 1. The Professional Services Contract, which is attached hereto and incorporated herein as Exhibit "A", having been reviewed by the City Council of the City of The Colony, Texas, and found to be acceptable and in the best interest of the City and its citizens, be, and the same is hereby, in all things approved for a total amount of $160,544.00. Section 2. The City Manager is hereby authorized to execute the Contract on behalf of the City of The Colony, Texas. Section 3. This Resolution shall take effect immediately from and after its adoption and it is so resolved. PASSED, APPROVED and EFFECTIVE this 17th day of July, 2012. ATTEST: li e McCou y, Mayor City of Th Colony, Texas Christie Wilson, City Secretary APPROVED AS TO FORM: I 'Y. -p 3 C y Attorney,~a._~s J6ffMoore, ~uzrzz~f Graham Associates, Inc. i CONSULTING ENGINEERS & PLANNERS June 11, 2012 Mr. Ron L. Hartline, P.E. The Colony 6800 Main Street The Colony, TX 75056-1133 Re: PROPOSAL FOR PROFESSIONAL ENGINEERING SERVICES PLANO PARKWAY PHASE 11 Dear Ron: This shall serve as Graham Associates, Inc. (GAI) proposal to provide professional engineering and surveying services to the City of The Colony for the referenced Plano Parkway Phase 11 project. This project will widen the existing Plano Parkway section from a four (4) lane divided boulevard to a six (6) lane divided boulevard by adding lanes to the inside median. It will also re-align the lanes under SH 121 to eliminate a jog in the lanes through the intersection, provide left turn lanes at Tittle Road, the future Headquarters Drive, the future Nebraska Furniture Mart customer drop-off, the Billingsley tract, add a deceleration lane at the Billingsley tract and analyze modifications to the Texas U-turn at SH 121 to improve capacity. Scope: GAI understands the scope of project to be providing services as follows per discussions with the City of The Colony and review of the plans prepared by AECOM: Plano Parkway • Verify and adjust baseline control • Prepare plans for Plano Parkway • Traffic control plan modification/redesign • Trail geometries/design • Drainage Area Map/Runoff computations at design locations • Drainage design at SH 121 • Culvert analysis at Sta 42+00 • Complete Culvert Design, Rip Rap, Tree Removal, wall design and Pedestrian Rail • Irrigation design/coordination with James Poe • ADA Review submittal (including fee) Summit Office Park Centerpoint Three Chase Bank 1300 Summit Ave., Suite 419 600 Six Flags Drive, Suite 500 3200 Broadway Blvd, Suite 268 Ft. Worth, Texas 76102-4418 Arlington, Texas 76011-6356 Garland, Texas 75043-1571 (817) 332-5756 (817) 649-1914 0 Metro (817) 640-8535 (972) 840-6671 Fax (817) 336-6909 FAX (817) 633-5240 FAX (972)-840-6671 SH 121 • Investigate modification of Texas U-turn • Geometric design of Texas U-turn • Signal relocations • Lane modifications under SH 121 bridge • Utility coordination • Coordination with NTTA/TxDOT • Coordination with City of Lewisville for signals at SH 121 Traffic Warrant Studies Tittle Road Intersection • Modify geometrics/vertical design • Signals (modify to opticom) Headquarters Drive • Modify geometrics/vertical design • Signals Billingsley tract • Deceleration lane geometries/vertical design • Left turn lane geometrics/vertical design NFM Customer Drop-off intersection • Coordinate with NFM for location • Geometries/vertical design • Signals Meetings • Attend City Council Meeting • Prepare Exhibits and Direct Public Meeting • Utility Coordination Meeting Irrigation • Coordinate with James Pole and Include Irrigation Plans in Final Plans and Specs. Advertise and Bid • Produce Bid Documents and Plans • Respond to Bid Questions and Prepare Addenda • Pre Bid Meeting, Bid Opening, Bid Tab and Engineers Recommendation Letter Construction Administration • Monthly Site Visits and Progress Meetings • Pay Request and Change Order review and approval Project Closeout • Provide "Record" As-Built plans QA/QC Miscellaneous • Boundary verification • Prepare Drainage Easement Descriptions at culvert • Prepare ROW dedication descriptions at SH 121 In the preparation of this proposal, GAI identified the items listed in the Scope and intends for these to be all inclusive of the effort required to complete the items to the satisfaction of the City of the Colony for the fees indicated in ATTACHMENT B. Items specifically excluded from the scope include retaining walls, bridges, SUE, landscaping, SWPPP and the relocation or redesign of streetlight from that shown in the plans prepared by AECOM for Plano Parkway. GAI will submit 60%, 90%, and 95% packages to the City for review and will address all comments that are generated by the City review. A Final design bid document package will be prepared when all review comments have been addressed. All submittals beyond the 90% submittal will consist of design plan, cost estimate and specifications. Each incremental submittal package will consist of six (6) sets of design plans and 2 copies of the specifications. The Final bid document submittal will consist of eleven (11) sets of plans and specifications. Special services anticipated in addition the basis services identified above are as follows: • EA These services, if needed, will be provided through a Change Order to the Contract for the Plano Parkway Phase 2 project after a scope is developed for the requested services and fees will be based upon the fees indicated in ATTACHMENT B. i Fee GAI prepared a preliminary cost estimate for this project, which is attached as ATTACHMENT A. The base design fee for this project was computed by estimating the manhours required to perform the tasks identified in the Scope. The fee requested for the project are as indicated in the Project Budget Projection, attached as ATTACHMENT B. The total base design fee shall not exceed $ 160,544.00 without a written request and authorization by the City of the Colony. We are prepared to complete an Engineering Services Contract for this project upon your authorization and look forward to working with you. I trust that the information included, herein, is sufficient for your use, however, if you have any question don't hesitate to call me at (817)640-8535. Sincerely, GRAHAM ASSOCIATES; INC. Approved By: By:~4k Brian M. Avirett, P.E. Division Manager Date: I i ATTACHMENT "A" PAVING Plano Parkway Phase 2 From S.H. 121 to Sta. 58+50.00 May 8, 2012 Item Description Quantity Unit Unit Price Item Cost 1.00 SAWCUT, DEMOLISH, & REMOVE CONC. CURB 10,350 LF $ 12.00 $ 124,200.00 SAWCUT & REMOVE EXIST. CONC. PAVEMENT & 2.00 FLATWORK 5,525 SY $ 12.00 $ 66,300.00 3.00 UNCLASSIFIED STREET EXCAVATION 2,035 CY $ 8.00 $ 16,280.00 4.00 4" THICK 4,000 PSI REINFORCE CONC. PAVEMENT 5,872 SY $ 42.00 $ 246,633.33 5.00 8" THICK FLEXIBLE BASE 18,311 SY $ 16.00 $ 292,976.00 6.00 COMPACTED SUBGRADE 18,311 SY $ 16.00 $ 292,976.00 7.00 AT GRADE BRICK PAVER MEDIAN & MEDIAN NOSES 758 SY $ 60.00 $ 45,466.67 8.00 BRICK PAVER CROSSWALK W/ CONC. FOUNDATION 250 SY $ 60.00 $ 15,000.00 9.00 8" THICK 4,000 PSI REINFORCE CONC. PAVEMENT 16,646 SY $ 40.00 $ 665,840.00 10.00 STREET HEADER, CLASS C, CONSTRUCT 239 LF $ 8.00 $ 1,912.00 11.00 EROSION CONTROL 1 LS $ 40,000.00 $ 40,000.00 12.00 PAVEMENT MARKINGS 22,600 LF $ 2.50 $ 56,500.00 13.00 INSTALL TRAFFIC SIGNAL @ NFM DROP OFF 1 LS $ 225,000.00 $ 225,000.00 14.00 INSTALL TRAFFIC SIGNAL @ HEADQUARTERS DR. 1 LS $ 225,000.00 $ 225,000.00 15.00 MODIFY TRAFFIC SIGNAL @ TITTLE 1 LS $ 225,000.00 $ 225,000.00 16.00 RELOCATE TRAFFIC SIGNAL @ S.H. 121 1 LS $ 75,000.00 $ 75,000.00 17.00 2" PVC Schedule 40 Conduit for Stree Lights 525 LF $ 5.50 $ 2,887.50 18.00 RELOCATE STREET LIGHT 17 EA $ 10,000.00 $ 170,000.00 19.00 CONC. HANDICAP/CURB RAMP 2 EA $ 800.00 $ 1,600.00 20.00 PULL BOXES FOR FIBER OPTIC 17 EA $ 800.00 $ 13,600.00 21.00 CONDUIT FOR FIBER OPTIC 5,800 LF $ 7.00 $ 40,600.00 22.00 R.O.W. PREPARATION 56 STA. $ 1,000.00 $ 56,000.00 TRAFFIC CONTROL, SIGNS, BARRICADE, & TRAFFIC 23.00 HANDLING 1 LS $ 150,000.00 $ 150,000.00 24.00 MOBILIZATION & BONDS 1 LS $ 305,000.00 TOTAL $ 3,353,771.50 Since Graham Associates, Inc. has no control over the costs of labor, materials or equipment, or over ;;ontractor's methods of determining prices, or over competitive bidding or market conditions, this ;)pinion of probable cost is made on the basis of our professional experience and represents our best judgment as a firm familiar with the construction industry. We cannot guarantee that proposals, bids x the project costs will not vary from the opinion of probable cost prepared by Graham Associates. IfNlt--~ u DRAINAGE Plano Parkway Roadway Phase 2 From S.H. 121 to Sta. 58+50.00 May 8th, 2012 Item Description Quantity Unit Unit Price Item Cost 25.00 RCP PIPE REMOVE & DISPOSE 34 LF $ 16.50 $ 561.00 26.00 REMOVE & DISPOSE C.I. 3 EA $ 500.00 $ 1,500.00 STORM SEWER 24" RCP CLASS III FURNISH & 27.OOINSTALL 42 LF $ 82.00 $ 3,444.00 CURB INLET 10' RECESSED 3000 PSI 28.00 CONSTRUCT 3 EA $ 3,000.00 $ 9,000.00 29.00 6" Under-Drain 642 LF $ 70.00 $ 44,940.00 CONST. MODIFIED TxDOT WINGWALL TYPE 30.00 „PW„ 2 EA $ 12,000.00 $ 24,000.00 31.00 JUNCTION BOX CONSTRUCT 1 EA $ 12,000.00 $ 12,000.00 32.00 BOX CULVERT 9'x 6' FURNISH & INSTALL 22 LF $ 350.00 $ 7,700.00 33.00 RAILING FOR HEADWALL 100 L. F. $ 130.00 $ 13,000.00 34.00 12" GROUTED ROCK RIP RAP 180 S.Y. $ 100.00 $ 18,000.00 35.00 TRENCH SAFETY 64 LF $ 2.10 $ 134.40 TOTAL $ 134,279.40 Since Graham Associates, Inc. has no control over the costs of labor, materials or equipment, or over contractor's methods of determining prices, or over competitive bidding or market conditions, this opinion of probable cost is made on the basis of our professional experience and represents our best judgment as a firm familiar with the construction industry. We cannot guarantee that proposals, bids or the project costs will not vary from the opinion of probable cost prepared by Graham Associates. ATTACHMENTB GRAHAM ASSOCIATES,INC. Project Budget Projection June 11, 2012 Plano Parkway Phase II Principal Senior Engineer Reg. Engineer Grad. Engineer Tech.IV Tech III Tech II 3 Man Survey 2 Man Survey GPS Survey_ _ Task $145 $125 5100 585 $85 $70 $60 $140 $120 5125 Subtotal Plano Parkway Verify/Adjust basemaps 0 4 _ 8 16 16 4 8 0 0 0 54,780.00 Verify/Adjust baseline 0 2 0 8 8 4 12 0 0 _ 0 $2,610.00 _ Modify plan structure 0 4 0 8 _ 16 8 24 0 0 0 $4,540.00 _ Traffic control Plan modification 0 2 0 8 8 8 16 0 0 0 $3,130.00 _ Trail geometrics/design 0 4 0 16 16 8 16 0 0 0 $4,740.00 DA map/Runoff computations 0 2 0 8 4 _ 4 8 0 0 0 $2,030.00 _ Drainage design at SH 121 0 2 0 8 12 4 16 0 0 0 __$3,190.00 _ Culvert analysis 0 _ 2 0 8 0 0 0 0 0 0 $930.00 _ Culvert design 0 2 0 8 12 __4 12 0 0 0 _ 52,950.00 QA/QC 2 _ a 8 4 2 z 8 0 0_ 6_ $2,720.00 _ ADA Review (including fee) S1,500.00 subtotal S33,120.00 SH 121 Texas U-turn modifications 0 _ 4_ 4 8 _ 4_ 0 0 0 0 _0 S1,920.00 _ Texas U-turn design____ 0 2 _ 4 8 2 _ 8 0 0 0 0 $1,824.00 Signal relocations 0 0 0 0 0 0 0 0 _ 0 0 S18,500.00 Lane modifications under SH 121 0 2 4 8 8 12 0 0 0 0 $2,850.00 Utility coordination 0 4 4 8 0 0 0 0 0 0 $1,580.00__ Coordination with NTTA/TxDOT 0 4 4 8 _ 0 0 0 0 0 0 S1,580.00 Coordination with Lewisville 0 4 4 4 0 0 0 0 0 0 51,240.00 subtotal 529,494.00 Traffic Signal Warrant Studies $9,650.00 Tittle Road Modify geometrics Y 0 2 _ 4 8 12 8 12 0 _ 0 0 _ $3,630.00 Signals 0 0 0 _ 0 0 0 0 0 _ 0 0 $13,300.00 subtotal$16,930.00 _ Headquarters Drive Modify geometrics 0 2 _ 4 12 8 12 0 0 0 $3,630.00 _ Signals 0 0 0 0 0 0 0 0 _ 0_ $16,100.00 _ _ subtotal $19,730.00 _ Billingsley Tract Decal Lane geometrics 0 2 4 _ 8 _ 12 8 12 0 0 0 $3,630.00 _ Left turn lane geometrics 0 2 4 8_ v 12 8 12 0 0 0 S3,630.00 _ _ subtotal $7,260.00 NFM Drop off Geometric design _ 0 _ 2_ 4 8_ 8 4_ 8 0 0 0 __$2,770.00 _ Coordination 1 Y 2 4 4 0 v 0 0 0 i 0 0 $1,135.00 Signals 0 _0 0 0 0 0 0_ 0 0 0 $16,100.00 subtotal $20,005.00 Meetings City Council Meetings _ 2_ 2 2 0 0 0 0 0 0 0 $740.00_ Public Meeting/Exhibit preparation 2 2 2 4 0 4 0 0 0 _ $1,660.00 Utility coordination meeting 2 2 2 0 0 0 0 0 0 0 _ $740.00 subtotal $3_,140.00 Irrigation Coordinate with James Pole 0 1 2 4 4 0 4 0 0 0 $7,245.00 _ subtotal 51,245_.00 Bidding Services Produce Bid documents 0 2 2 8 8 8 16 0 _ 0 0 $3,330.00 Respond to questions/Addenda 0 4 4 4 0 0 0 0 0 0 _ $1,240.00 Respond to questions/Addenda 0 4 4 0 0 00 0 0 0 $900.00 Ysubtotal $5,470.00 Monthly Site Visits/Progress Meetings (6 visits) _ 0 _ 24 0 24 _ 0 0 0 0 0 _ 0 $5,040.00 Pay Request/CO review 0- 24 24 _0 _ 0 _ 0 0 0 0 $5,040.00 subtotal _ $10,080.00 Miscellaneous Boundary Verification 0 0 0 0 _ ~4 0 0 4 16 _ 0 $2,820.00 Drainage Easements (<1.0 AC) 51,600.00 ROW documents (<1.0 AC) $4,420.00 Excludes retaining wall, bridges, landscape, SUE I 'J