Loading...
HomeMy WebLinkAboutCity Packets - City Council - 11/08/2023 - RegularAgenda Item No:1.5 CITY COUNCIL Agenda Item Report Meeting Date: November 8, 2023 Submitted by: Tina Stewart Submitting Department: City Secretary Item Type: Proclamation Agenda Section: Subject: Proclamation recognizing National Animal Shelter Appreciation week. (Mayor) Suggested Action: Attachments: National Animal Shelter Appreciation Week.doc 5 MAYORAL PROCLAMATION WHEREAS,There are more than 73 million cats and 68 million dogs living in more than 63 million households across the United States; and WHEREAS,The irresponsibility of some pet owners has resulted in animals running loose and unsupervised, causing a threat to public health and safety; and WHEREAS, Pet owners who have not had their companion animals spayed or neutered contribute to pet overpopulation; and WHEREAS,Animal shelters help both animals and people in many ways: by returning lost pets to their owners, enforcing animal control laws, rescuing injured animals, educating the public, and matching up families with new animal companions. NOW, THEREFORE,I, Richard Boyer, Mayor of the City of The Colony, Texas, do hereby proclaim November 5 - 13, 2023, as a week of celebration and recognition of: NATIONAL ANIMAL SHELTER APPRECIATION WEEK in recognition of The Colony Animal Services for providing compassionate services to animals and people in our community. Signed and Sealed this 8 th day of November, 2023. Richard Boyer, Mayor City of The Colony 6 Agenda Item No:1.6 CITY COUNCIL Agenda Item Report Meeting Date: November 8, 2023 Submitted by: Kimberly Thompson Submitting Department: City Secretary Item Type: Discussion Agenda Section: Subject: Items of Community Interest Suggested Action: Attachments: 7 Agenda Item No:1.7 CITY COUNCIL Agenda Item Report Meeting Date: November 8, 2023 Submitted by: Kimberly Thompson Submitting Department: City Secretary Item Type: Presentation Agenda Section: Subject: Receive presentation from Parks and Recreation regarding upcoming events and activities. (Stansell) Suggested Action: Attachments: 8 Agenda Item No:3.1 CITY COUNCIL Agenda Item Report Meeting Date: November 8, 2023 Submitted by: Tina Stewart Submitting Department: Animal Control Item Type: Discussion Agenda Section: Subject: Discuss and receive direction on The Colony Animal Services Ordinances. (Perez) Suggested Action: Attachments: 9 Agenda Item No:3.2 CITY COUNCIL Agenda Item Report Meeting Date: November 8, 2023 Submitted by: Joe Perez Submitting Department: General Admin Item Type: Discussion Agenda Section: Subject: Discuss and receive input on proposed revisions to The Colony's short-term rental ordinance. (Perez) Suggested Action: Attachments: The Colony - Ord - short term rental - update JP Edit - jlm rev redline - 101223.docx 10 CITY OF THE COLONY, TEXAS ORDINANCE NO. AN ORDINANCE OF THE CITY COUNCIL OF THE CITY OF THE COLONY, TEXAS, AMENDING CHAPTER 8, ARTICLE III, ENTITLED “HOTEL OCCUPANCY TAX” BY AMENDING SECTION 8-75, ENTITLED “DEFINITIONS” BY ADDRESSING DEFINITIONS CONCERNING SHORT-TERM RENTALS; AND AMENDING SECTION 8-86, ENTITLED “SHORT-TERM RENTAL FACILITY LICENSE REQUIRED” BY REQUIRING A LICENSE, PROVIDING FOR LICENSE APPLICATION REQUIREMENTS,PROHIBITING THE ADVERSTISEMENT OF SPECIAL EVENTS AT SHORT-TERM RENTAL PROPERTIES, PROVIDING PARKING RESTRICTIONS, REQUIRING A MINIMUM STAY REQUIREMENT, PROVIDING OCCUPANCY LIMITS, AND RELATED ISSUES; PROVIDING A SEVERABILITY CLAUSE; PROVIDING A SAVINGS CLAUSE; PROVIDING A PENALTY OF A FINE NOT TO EXCEED TWO THOUSAND DOLLARS ($2,000) FOR EACH AND EVERY OFFENSE; AND PROVIDING FOR AN EFFECTIVE DATE. WHEREAS,the City Council of the City of The Colony, Texas, has discussed and considered such revisions and has determined that it is in the best interest of the City of The Colony, Texas, to amend and add various sections of Chapter 8, Article III, entitled “Hotel Occupancy Tax” to better address the payment of Hotel Occupancy Tax by short-term rentals consistent State law. NOW THEREFORE, BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF THE COLONY, TEXAS: SECTION 1. The findings set forth above are incorporated into the body of this Ordinance as if fully set forth herein. SECTION 2.That the Code of Ordinances of the City of The Colony, Texas, is hereby amended by amending Chapter 8, Article III, entitled “Hotel Occupancy Tax and Short Term Rentals,” by amending section 8-75, which shall read as follows: “ARTICLE III. - HOTEL OCCUPANCY TAX AND SHORT TERM RENTALS Sec. 8-75. - Definitions. In this article: (1)Advertise means the act of drawing the public’s attention to a short-term rental in order to promote the availability of the residence for use as a short-term rental. Said advertising may be found in any medium, including but not limited to, newspaper, magazine, brochure, website, or mobile application. 11 (2)Bedroom means the living area(s) of the dwelling unit that is designed and furnished for sleeping and which has proper egress as required by the International Residential Code. (3)Consideration means the cost of a hotel or short-term rental room only if the room is ordinarily used for sleeping, and does not include the cost of any food served or personal services rendered to the room or a person in the room unless related to the cleaning and readying of the room for occupancy. (4)Booking Service means any reservation and/or payment service provided by a person or Entity that facilitates a short-term rental transaction between an Owner and a prospective Occupant, and for which the person or entity collects or receives, directly or indirectly through an agent or intermediary, a fee in connection with the reservation and/or payment services provided for the short-term rental transaction. (5) Designated operator means a responsible party who can be contacted regarding immediate concerns and complaints from the public.. (6)Hosting Platform means a person or entity that participates in the short-term rental business by providing, and collecting or receiving a fee for, Booking Services through which an Owner may offer premises for an occupant on a short-term basis. Hosting Platforms usually, though not necessarily, provide Booking Services through an online platform that allows an Owner to advertise the premises through a website provided by the Hosting Platform and the Hosting Platform conducts a transaction by which potential occupants arrange their use and their payment, whether the would-be occupant pays rent directly to the Owner or to the Hosting Platform. (7)Hotel means a building in which members of the public may obtain sleeping accommodations for consideration. The term includes a hotel, motel, tourist home, tourist house, tourist court, lodging house, inn, rooming house, or other building where a room is furnished for a consideration, but does not include a hospital, sanitarium, or nursing home. (8) Licensee shall mean a person or legal entity issued a short-term rental facility license. (9)Occupant means any individual person living, sleeping or possessing a building, or portion thereof. A person is not required to be paying rent, providing in-kind services, or named in any lease, contract or other legal document to be considered an occupant. (10) Owner shall mean an individual person, proprietorship, partnership, corporation, association, or other legal entity. (11) Short term rental shall mean a residential dwelling unit(s) that is rented out for compensation on a temporary basis for a period of less than 30 consecutive days. (12)Tourism means the guidance or management of tourists. 12 (13)Tourist means an individual who travels from the individual's residence to a different municipality, county, state, or country for pleasure, recreation, education, or culture.” SECTION 3.That the Code of Ordinances of the City of The Colony, Texas, is hereby amended by amending Chapter 8, Sections 8-86, entitled “Short-term rental facility license required,” 13 which shall read as follows: “Sec 8-86. - Short-term rental facility license required. (a)It shall be unlawful to operate a short-term rental facility without a short-term rental facility license in violation of any provision of a short-term rental facility license, this article, or any other applicable city ordinance or other law. (b)License application and review: (1)To obtain a license for a short-term rental facility, a person must submit an application on a form provided for that purpose to the city’s third-party collection service. The application must contain the following: (A)The name, street address, mailing address, email address, and telephone number of the applicant, the owner, and the designated operator of the short- term rental facility. The applicant must assign a "designated operator." (B)If the applicant or owner is a partnership, a corporation, or limited liability company, the application shall list the names of all partners, directors, members, and officers, as applicable, of the applicant and the owner. (C)A short-term rental facility license shall be valid from the date of issuance unless otherwise suspended or revoked in accordance with section 8-87. (c)Operation of a short-term rental facility. (1)The licensee shall comply with the noise requirements set forth in article IX of chapter 6 of this Code. (2)The licensee will comply with all building, electrical, and other codes and ordinances of the city. (3)Advertising, promoting or allowing of special events prohibited. It shall be unlawful for an owner or occupant to advertise or promote a special event, or allow the advertising and promotion of a special event (e.g. banquet, wedding, reception, reunion, bachelor or bachelorette party, concert, or any similar activity that would assemble large numbers of invitees) to be held on the premises. It shall be unlawful for an owner or occupant to allow, suffer or permit a banquet hall or special event as described to be held on the premises. 14 (4)Lighting.If the property is residentially zoned, all lighting must be directed toward the establishment and not at adjacent properties. (5)Signage.No on-premise signage shall be allowed advertising the property as a short-term rental consistent with the code and state law. (6) Parking restrictions. The maximum amount of motor vehicles allowed at a short- term rental shall be limited to the number of available off-street parking spaces. It shall be unlawful for an owner or person to permit, allow or advise occupants to park more vehicles on the premises than the available off-street parking spaces, or to suffer or permit parking of vehicles on an unapproved surface. It shall be unlawful for an occupant of a short-term rental, or an owner thereof to allow an occupant, to park or occupy a motor home, recreational vehicle, boat, commercial vehicle, or otherwise prohibited motor vehicle on the premises of a short-term rental or on a residential street near a short-term rental (7)Minimum stay required.It shall be unlawful for an owner to rent or lease a short- term rental for a period of less than 24 hours. (8)Physical conversion of premises prohibited.It shall be unlawful for an owner or person to convert a garage to living space, remodel, renovate, enlarge or otherwise modify premises to add additional bedrooms for use as a Short-term Rental except consistent with the City’s Code of Ordinances. (9) It shall be unlawful for an owner or person to pave or otherwise cover pervious soil to create additional on-premise parking without prior approval from the City, and consistent with the City’s Code of Ordinances. (10)Occupants. It shall be unlawful for an owner, person, or occupant to rent, allow, provide, advertise, or occupy a property by more than two (2) persons per bedroom, plus two (2) additional persons, when using the premises as a short-term rental. 15 (11)On premise curfew.It shall be unlawful for an owner or person to allow the congregation of occupants outside at the premises between the hours of 10:00 p.m. and 9:00 a.m. (12)Refuse service requirements.It shall be unlawful for an owner or occupant to place, or allow to be placed, trash on the premises before 7:00 PM the evening prior to scheduled pickup or on a day not scheduled for pickup by the city’sauthorized solid waste transportation vendor and must be removed from the street or alley within 24 hours of service. (13)Notice to occupants of short-term rentals.An owner or person operating a short- term rental shall provide a notice of instructions (also known as “host rules”) to occupants staying at the premises in a form developed by the City. The notice shall instruct the occupants as to all applicable city regulations pertaining to short-term rentals. These include, but are not limited to, occupancy restrictions, limits on parking, trash pickup, prohibitions on special events, limits on amplified sound, and curfew times. (14) Designated operator or responsible party contact.An owner must designate the name and contact information of a local designated operator or responsible party who can be contacted regarding immediate concerns and complaints from the public. Said individual must be available to be reached in person or by phone at all times while occupants are on the premises of a short-term rental. If called, a local responsible party must be able to and shall be present at the premises within one (1) hour of call from the City. A local responsible party must be authorized to make decisions regarding the premises and its occupants. A local responsible party may be required to, and shall not refuse to, accept service of citation for any violations on the premises. Acceptance of service shall not act to release owner of any liability under this chapter.” 16 SECTION 4.If any section, article paragraph, sentence, clause, phrase or word in this Ordinance, or application thereto any persons or circumstances is held invalid or unconstitutional by a Court of competent jurisdiction, such holding shall not affect the validity of the remaining portions of this Ordinance; and the City Council hereby declares it would have passed such remaining portions of this Ordinance despite such invalidity, which remaining portions shall remain in full force and effect. SECTION 5.That all provisions of the Ordinances of the City of The Colony, Texas, in conflict with the provisions of this Ordinance be, and the same are hereby amended, repealed, and all other provisions of the Ordinances of the City not in conflict with the provisions of this Ordinance shall remain in full force and effect. SECTION 6.Any person, firm, or corporation violating any of the provisions of this Ordinance shall be deemed guilty of a misdemeanor and, upon conviction in the municipal court of the City of The Colony, Texas, shall be punished by a fine not to exceed the sum of Two Thousand Dollars ($2,000.00) for each offense. Every day a violation occurs shall constitute a separate offense. SECTION 7.This Ordinance shall become effective immediately upon its passage and publication as required by law. 17 PASSED AND APPROVED BY THE CITY COUNCIL OF THE CITY OF THE COLONY, TEXAS, THIS day of , 2023. Richard Boyer, Mayor ATTEST: Tina Stewart, TRMC, CMC City Secretary APPROVED AS TO FORM: Jeff Moore, City Attorney 18 Agenda Item No:3.3 CITY COUNCIL Agenda Item Report Meeting Date: November 8, 2023 Submitted by: Molly Owczar Submitting Department: Customer Services Item Type: Discussion Agenda Section: Subject: Discuss and receive direction in regards to Homeowner's Associations in The Colony seeking relief on water utility bills due to leaks. (Owczar) Suggested Action: Attachments: 19 Agenda Item No:3.4 CITY COUNCIL Agenda Item Report Meeting Date: November 8, 2023 Submitted by: Kimberly Thompson Submitting Department: City Secretary Item Type: Discussion Agenda Section: Subject: Council to provide direction to staff regarding future agenda items. (Council) Suggested Action: Attachments: 20 Agenda Item No:4.1 CITY COUNCIL Agenda Item Report Meeting Date: November 8, 2023 Submitted by: Kimberly Thompson Submitting Department: City Secretary Item Type: Minutes Agenda Section: Subject: Consider approving City Council Regular Session meeting minutes from October 17, 2023. (Stewart) Suggested Action: Attachments: October 17, 2023 DRAFT Minutes.docx 21 1 These items are strictly public service announcements. Expressions of thanks, congratulations or condolences; information regarding holiday schedules; honorary recognition of city officials, employees or other citizens; reminders about upcoming events sponsored by the City or other entity that are scheduled to be attended by a city official or city employee. No action will be taken and no direction will be given regarding these items. MINUTES OF THE CITY COUNCIL REGULAR SESSION HELD ON OCTOBER 17, 2023 The Regular Session of the City Council of the City of The Colony, Texas, was called to order at 6:30 p.m. on the 17 th day of October 2023, at City Hall, 6800 Main Street, The Colony, Texas, with the following roll call: Richard Boyer, Mayor Judy Ensweiler, Councilmember Robyn Holtz, Councilmember Brian Wade, Mayor Pro Tem David Terre, Councilmember Perry Schrag, Deputy Mayor Pro Tem Joel Marks, Councilmember Present Present Present Absent (Business) Present Present Present And with 6 councilmembers present a quorum was established and the following items were addressed: 1.0 ROUTINE ANNOUNCEMENTS, RECOGNITIONS and PROCLAMATIONS 1.1 Call to Order Mayor Boyer called the meeting to order at 6:30 p.m. 1.2 Invocation Councilman Schrag delivered the invocation. 1.3 Pledge of Allegiance to the United States Flag The Pledge of Allegiance to the United States Flag was recited. 1.4 Salute to the Texas Flag Salute to the Texas Flag was recited. 1.5 Items of Community Interest Mayor, along with Community Services Director, Jackie Kopsa, announced information on the 25th Anniversary of The Colony’s Community Development Corporation event and invited all to attend. 1.5.1 Receive presentation from the Library regarding upcoming events and activities. Digital Media Librarian, Noelle Roseberry, provided upcoming events and activities to the Council. 2.0 CITIZEN INPUT Krista Kelley, 5520 Russell Drive, spoke on animal cruelty and suggested various ways to address it. 22 City Council – Regular Meeting Agenda October 17, 2023 Page| 2 Alex Eicke, 7305 Elm Street, spoke concerning animal cruelty cases. Shannon Greer, 4624 Coney Island, read a letter on behalf of Chris Narimani, regarding circumstances surrounding the loss of his dog. Patti Castleberry, 1073 Cornell Drive, Carrollton, spoke concerning illegal boarding. Alexia Barker, 5520 Russell Drive, spoke concerning animal cruelty. 3.0 WORK SESSION 3.1 Council to provide direction to staff regarding future agenda items. Councilmember Ensweiler requested a future agenda item to discuss animal services ordinances. 4.0 CONSENT AGENDA Motion to approve all items from the Consent Agenda with the exception of Agenda Item No 4.3 – Ensweiler; second by Marks, motion carried with all ayes. 4.1 Consider approving City Council Regular Session meeting minutes from October 4, 2023. 4.2 Consider approving a resolution authorizing the City Manager to execute a contract with F&F Concrete for the construction of the Five Star Maintenance Yard Road Connector in the amount of $78,929.98. RESOLUTION NO. 2023-074 ***Item No. 4.3 was pulled from the consent agenda for separate discussion.*** 4.3 Consider approving a resolution authorizing the City Manager to execute an agreement for Construction Manager at Risk services with Steele and Freeman, Inc. for renovation of the Trinity North building in the amount of $689,086.00 and 3.5% of the projects guaranteed Maximum price. Motion to approve as amended- Ensweiler; second by Marks, motion carried with all ayes. RESOLUTION NO. 2023-075 5.0 REGULAR AGENDA ITEMS 5.1 Discuss and consider an ordinance regarding the Site Plan application of “Planet Fitness,” an approximately 20,000 square-foot health studio within Lot 7B, Block 23 City Council – Regular Meeting Agenda October 17, 2023 Page| 3 A, in the Colony Center Addition. The subject site is located at the northwest corner of State Highway 121 and South Colony Boulevard within the PD-16 Zoning District and the Gateway Overlay District. Director of Planning, Isaac Williams, presented the proposed ordinance to Council. Representative, Lynn Kadleck of LK Planning, LLC, answered questions from Council. Motion to approve – Marks; second by Holtz, motion carried with all ayes. ORDINANCE NO. 2023- 2538 Executive Session was convened at 7:28 p.m. 6.0 EXECUTIVE SESSION 6.1 A. Council shall convene into a closed executive session pursuant to Section 551.071 of the Texas Government Code to seek legal advice from the city attorney regarding 3805 Overlook Court. B. Council shall convene into a closed executive session pursuant to Section 551.071 of the Texas Government Code to seek legal advice from the city attorney about La Quinta Inn and Suites, 3750 Market Street, The Colony, concerning contemplated litigation - failure to pay hotel occupancy tax and related matters. C. Council shall convene into a closed executive session pursuant to Sections 551.072 and 551.087 of the Texas Government Code to deliberate regarding purchase, exchange, lease or value of real property and commercial or financial information the city has received from a business prospect(s), and to deliberate the offer of a financial or other incentive to a business prospect(s). Regular Session was reconvened at 8:20 p.m. 7.0 EXECUTIVE SESSION ACTION 7.1 A. Any action as a result of executive session regarding 3805 Overlook Court. Motion to authorize the City Attorney’s office to file and prosecute a Chapter 54 lawsuit or other lawsuit against the owners of 3805 Overlook Court – Schrag; second by Ensweiler, motion carried with all ayes. B. Any action as a result of executive session regarding La Quinta Inn and Suites, 3750 Market Street, The Colony, concerning contemplated litigation -failure to pay hotel occupancy tax and related matters. Motion to authorize the City Attorney’s office to file and prosecute a lawsuit against La Quinta Inn and Suites, located at 3750 Market Street, for failure to pay hotel occupancy tax and related matters – Ensweiler; second by Schrag, motion carried with all ayes. 24 City Council – Regular Meeting Agenda October 17, 2023 Page| 4 C. Any action as a result of executive session regarding purchase, exchange, lease or value of real property and commercial or financial information the city has received from a business prospect(s), and the offer of a financial or other incentive to a business prospect(s). No Action ADJOURNMENT With there being no further business to discuss the meeting adjourned at 8:22 p.m. APPROVED: __________________________________ Richard Boyer, Mayor City of The Colony, Texas ATTEST: _____________________________________ Tina Stewart, TRMC, CMC, City Secretary 25 Agenda Item No:4.2 CITY COUNCIL Agenda Item Report Meeting Date: November 8, 2023 Submitted by: Jason Bonds Submitting Department: Fire Item Type: Resolution Agenda Section: Subject: Consider approving a resolution authorizing the City Manager to issue a purchase order to Rush Truck Center in the amount of $50,016.32 for the replacement of an Assistant Fire Marshal truck. (Bonds) Suggested Action: Replacement of 2017 Truck that is being reassigned to the Fire Inspector. CIP account #895-670-6630-2454. This vehicle has already been purchased by the Fire Department due to the availability we were able to get it and due to the shortage of commercial truck chassis. The Fire Department purchased the truck October 9, 2023. While this has not been approved by council it was approved in this year’s CIP budget. Attachments: F-150 Quote.pdf Res. 2023-xxx Rush Truck Center.docx 26 27 28 29 30 31 32 33 34 CITY OF THE COLONY, TEXAS RESOLUTION NO. 2023 - _________ A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF THE COLONY, TEXAS AUTHORIZING THE CITY MANAGER TO ISSUE A PURCHASE ORDER TO RUSH TRUCK CENTER, DALLAS, TX FOR THE REPLACEMENT OF THE ASSISTANT FIRE MARSHAL TRUCK THROUGH THE TEXAS LOCAL GOVERNMENT PURCHASING COOPERATIVE BUYBOARD; AND PROVIDING AN EFFECTIVE DATE NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF THE COLONY, TEXAS: Section 1. That the City Council of the City of The Colony, Texas hereby authorizes the City Manager to issue a purchase order in the amount of $50,016.32 to Rush Truck Center, Dallas, TX through the Texas Local Government Purchasing Cooperative Buyboard. Section 2. That the City Manager or his designee are authorized to issue said purchase order. Section 3. That this resolution shall take effect immediately from and after its passage. PASSED AND APPROVED BY THE CITY COUNCIL OF THE CITY OF THE COLONY, TEXAS THIS 8 th DAY OF NOVEMBER 2023. _____________________________ Richard Boyer, Mayor City of The Colony, Texas ATTEST: ____________________________________ Tina Stewart, TRMC, CMC, City Secretary APPROVED AS TO FORM: ____________________________________ Jeffrey L. Moore, City Attorney 35 Agenda Item No:4.3 CITY COUNCIL Agenda Item Report Meeting Date: November 8, 2023 Submitted by: Jason Bonds Submitting Department: Fire Item Type: Resolution Agenda Section: Subject: Consider approving a resolution authorizing the City Manager to issue a purchase order to Got You Covered Uniforms in the amount of $84,000.00 for the purchase of Fire Department uniforms. (Bonds) Suggested Action: This will be an open purchase order for the purchase of uniforms throughout the budget year for fire department personnel. Attachments: Res. 2023-xxx Got You Covered Uniforms.docx 36 CITY OF THE COLONY, TEXAS RESOLUTION NO. 2023 - _________ A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF THE COLONY, TEXAS, AUTHORIZING THE CITY MANAGER TO ISSUE A PURCHASE ORDER TO GOT YOU COVERED UNIFORMS FOR THE PURCHASE OF FIRE DEPARTMENT UNIFORMS; AND PROVIDING AN EFFECTIVE DATE. NOW,THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF THE COLONY, TEXAS, THAT: Section 1.That the City Council of the City of The Colony, Texas hereby authorizes the City Manager to issue a purchase order to Got You Covered Uniforms in the amount of $84,000.00 for the purchase of Fire Department uniforms. Section 2. That the City Manager and/or his designee are authorized to issue said purchase order. Section 3.This resolution shall take effect immediately from and after its passage. PASSED AND APPROVED BY THE CITY COUNCIL OF THE CITY OF THE COLONY, TEXAS, THIS 8TH DAY OF NOVEMBER 2023. ____________________________________ Richard Boyer, Mayor City of The Colony, Texas ATTEST: ____________________________________ Tina Stewart, TRMC, CMC, City Secretary APPROVED AS TO FORM: ____________________________________ Jeffrey L. Moore, City Attorney 37 Agenda Item No:4.4 CITY COUNCIL Agenda Item Report Meeting Date: November 8, 2023 Submitted by: Kimberly Thompson Submitting Department: Police Item Type: Resolution Agenda Section: Subject: Consider approving a resolution authorizing the City Manager to execute a contract with Flock Group Incorporated for the purchase of ten (10) Flock Safety Falcon License Plate Reader (LPR) cameras in the amount of $63,500.00. (Coulon/Winnett) Suggested Action: This is a two (2) year contract; year (1) - $33,500.00 and year (2) - $30,000.00. Attachments: Flock Safety Requisition.pdf Flock Sole Source Letter.pdf Police Tech Specs.pdf Flock Safety Law Enforcement Agreement.docx Res. 2023-xxx Flock Group Inc.docx 38 0moz,omn(,Y lh4., z |-n T oox- 6) CE o PP!o-o{ a_ ;3 c o N)Po 4 0) ;) u)o UJtsm T'Vem*tya= -@ ={6em=to ci -r P i$m;B ^toltr =gfr ooo7bHov z(') CIm (-)o.9 o m (1 Dco I'l oo trag ttt Io o CL I 0j o o t,t o o f =cg uo fo € gL @dzI 11of 0) =o 3 0,no m tl c ETo OJ OJo o CL oa 0,o I fq trsagll (')ooE'o 0, ID o oo OJ j o 3 0,a.o, tr oootr 3o3 o)t.o = c E'o OJ 0)oIo CL coto I € o f I =o-CIm ozm + CE tr Eo 0) t OJ6 =o CL oo E. oo oo6c 3o fdoa.o OJ I 3o o lrrcq 3 9o f tv P -{IN 3It Foo I O)\j(n I O) NJP(]J oo I O)!(n O) NJP UJ cz0 tr,ET uii !FI T o.)- + rD T OJ oo f-!7o OJ 3 rD o) =J 9_o 3 rD =oi3.o T o x U) rD T OJ oo =r!7ooi 3o o) ! TH ffi=tDmmo mmn6 a7#3 $eo =J -f;B*or ='. o^r =.<E9q J9 =io.: <o;Ef =.<*ii'of3E'*E#Pd+LidogH Eo< =.o'a3'jlo'rt=-q' G' - E -e'd9E F Btx F 3 o OJ T q. ,a5 -t OJ tso Po p C z -{ (1.) LNIoo <Jr -l*'Ooooo cz !F 11m {.4 LIJ -u)(noIoo {/r {.4 UJ -uJ(no PoO <J\<Jl <Jl <J\<J\{/t {/}{-A UJ (.rloIoo {r} (r-)IooIoo o !vmT' FmI q, s =f f rD C!oo oo os .) (, o-o l o l oa o Nop T'T'vo mI q, 5 39 1170 Howell Mill Rd. NW · Suite 210, Atlanta, GA 30318 Sole Source Letter for Flock Safety™ ALPR Cameras and Solution Flock Safety is the sole manufacturer and developer of the Flock Safety ALPR Camera. Flock Safety is also the sole provider of the comprehensive monitoring, processing, and machine vision services which integrate with the Flock Safety ALPR Camera. The Flock Safety ALPR camera and devices are the only Law Enforcement Grade ALPR System to offer the following combination of proprietary features: 1. Partnerships: ○ Flock Safety is the only LPR provider to officially partner with AXON to be natively and directly integrated into Evidence.com ○ Flock Safety is the only LPR provider to be fully integrated into a dynamic network of Axon’s Fleet 3 mobile ALPR cameras for patrol cars and Flock Safety’s Falcon cameras ○ Access to additional cameras purchased by our HOA and private business partners, means an ever-increasing amount of cameras and data at no additional cost ○ Ability to potential access additional cameras from Flock Customers, including: Irving PD, Lewisville PD, Hickory Creek PD, Little Elm PD, Argyle PD, Northlake PD, Garland PD, Dallas PD, Grand Praire PD, River Oaks PD, Anna PD, Prosper PD, Plano PD, North Richland Hills PD, Richland Hills PD, Hurst PD, Bedford PD, Arlington PD, Forney Pd, Aubrey PD, Kaufman County SO, Tarrant County SO, Mansfield PD, Heath DPS, at no additional cost 2. Vehicle Fingerprint Technology™: ○ Patented proprietary machine vision to analyze vehicle license plate, state recognition, and vehicle attributes such as color, type, make and objects (roof rack, bumper stickers, etc.) based on image analytics (not car registration data) ○ Machine vision to capture and identify characteristics of vehicles with a paper license plate and vehicles with the absence of a license plate ○ Ability to ‘Save Search’ based on description of vehicles using our patented Vehicle Fingerprint Technology without the need for a license plate, and set up alerts based on vehicle description ○ Only LPR provider with “Visual Search” which can transform digital images from any source into an investigative lead by finding matching vehicles based on the vehicle attributes in the uploaded photo ○ Falcon Flex™: an infrastructure-free, location-flexible license plate reader camera that is easy to self install. Falcon Flex ties seamlessly into the Flock ecosystem 40 1170 Howell Mill Rd. NW · Suite 210, Atlanta, GA 30318 with a small and lightweight camera with the ability to read up to 30,000 license plates and vehicle attributes on a single battery charge 3. Integrated Cloud-Software & Hardware Platform: ○ Ability to capture two (2+) lanes of traffic simultaneously with a single camera from a vertical mass ○ Best in class ability to capture and process up to 30,000 vehicles per day with a single camera powered exclusively by solar power ○ Wireless deployment of solar powered license plate reading cameras with integrated cellular communication weighing less than 5lbs and able to be powered solely by a solar panel of 60W or less ○ Web based footage retrieval tool with filtering capabilities such as vehicle color, vehicle type, vehicle manufacturer, partial or full license plate, state of license plate, and object detection ○ Utilizes motion capture to start and stop recording without the need for a reflective plate ○ Motion detection allows for unique cases such as bicycle capture, ATV, motorcycle, etc. ○ On device machine processing to limit LTE bandwidth consumption ○ Cloud storage of footage ○ Covert industrial design for minimizing visual pollution 4. Transparency & Ethical Product Design: ○ One-of-a-kind “Transparency Portal” public-facing dashboard that details the policies in place by the purchaser, as well as automatically updated metrics from the Flock system ○ Built-in integration with NCMEC to receive AMBER Alerts to find missing children ○ Privacy controls to enable certain vehicles to “opt-out” of being captured 5. Integrated Audio & Gunshot Detection: ○ Natively integrated audio detection capabilities utilizing machine learning to recognize audio signatures typical of crimes in progress (e.g., gunshots) 6. Live Video Integration: ○ Ability to apply computer vision to third-party cameras using Wing™ LPR, transforming them to evidence capture devices using the same Vehicle Fingerprint technology offered on the Flock Safety Falcon™ ALPR cameras ○ Wing™ Livestream integrates live stream traffic cameras, publicly or privately owned livestream security cameras into one cloud-based situational awareness dashboard to increase response time in mission-critical incidents 41 1170 Howell Mill Rd. NW · Suite 210, Atlanta, GA 30318 ○ Manage various government intelligence including ALPR, livestream cameras, CAD, automatic vehicle location (AVL) on Flock Safety’s Wing™ Suite ○ Access Wing™ Replay to unlock enhanced situational awareness with 7-day footage retention, Hot List Live Video Instant Replay, and downloadable MP4 7. Warranty & Service: ○ Lifetime maintenance and support included in subscription price ○ Flock Safety is the only fully integrated ALPR one-stop solution from production of the camera to delivery and installation ○ Performance monitoring software to predict potential failures, obstructions, tilts, and other critical or minor issues Thank you, Garrett Langley CEO, Flock Safety 42 Tech Specs DUAL SOLAR PANELS Solar & Existing Pole Solar & Flock Pole Electric & Existing Pole CAMERA POLE License plate reading cameras that capture more evidence for your city. Voltage: 18-20V Weight: 25.73 lbs (with hardware) Length: 21.25” Width: 28” Mount: Pole top or side of existing pole Length: 8.75” Height: 5” Width: 2.875” Mounting: Adjustable band clamps Weight: 3lbs Footage: Uploads via integrated LTE Field of View: 15’ wide, 65 distance Assembly: Flock Safety in Atlanta, GADOT Breakaway Pole - 12’ installed height Diameter: 2.875” OD, 2.125” ID Material: 6061 Aluminum with black coating Alloy: 6061 Weight: 32 lbs INSTALL ANYWHERE 43 Flock Safety + TX - The Colony PD ______________ Flock Group Inc. 1170 Howell Mill Rd, Suite 210 Atlanta, GA 30318 ______________ MAIN CONTACT: Jasmine Norton jasmine.norton@flocksafety.com 2145425610 44 EXHIBIT A ORDER FORM Customer:TX - The Colony PD Initial Term:24 Months Legal Entity Name:TX - The Colony PD Renewal Term:24 Months Accounts Payable Email:mwinnett@thecolonytx.gov Payment Terms:Net 30 Address:6800 Main St The Colony, Texas 75056 Billing Frequency:50% of Annual Contract + 100% of Implementation Invoiced at Signing. 25% of Annual Contract Invoiced at First Camera Validation. 25% of Annual Contract Invoiced at Last Camera Validation. Annual payments invoiced for remainder of subscription term. Retention Period:30 Days Hardware and Software Products Annual recurring amounts over subscription term Item Cost Quantity Total Flock Safety Platform $30,000.00 Flock Safety Flock OS FlockOS ™Included 1 Included Flock Safety LPR Products Flock Safety Falcon ®Included 10 Included Professional Services and One Time Purchases Item Cost Quantity Total One Time Fees Flock Safety Professional Services Professional Services - Standard Implementation Fee $350.00 10 $3,500.00 Subtotal Year 1:$33,500.00 Annual Recurring Subtotal:$30,000.00 Estimated Tax:$0.00 Contract Total:$63,500.00 45 Taxes shown above are provided as an estimate. Actual taxes are the responsibility of the Customer. This Agreement will automatically renew for successive renewal terms of the greater of one year or the length set forth on the Order Form (each, a “Renewal Term”) unless either Party gives the other Party notice of non-renewal at least thirty (30) days prior to the end of the then-current term. 46 Billing Schedule Billing Schedule Amount (USD) Year 1 At Contract Signing $18,500.00 At First Device Installed $7,500.00 At Last Device Installed $7,500.00 Annual Recurring after Year 1 $30,000.00 Contract Total $63,500.00 *Tax not included 47 Product and Services Description Flock Safety Platform Items Product Description Terms Flock Safety Falcon ® An infrastructure-free license plate reader camera that utilizes Vehicle Fingerprint®technology to capture vehicular attributes. The Term shall commence upon first installation and validation of Flock Hardware. One-Time Fees Service Description Installation on existing infrastructure One-time Professional Services engagement. Includes site & safety assessment, camera setup & testing, and shipping & handling in accordance with the Flock Safety Advanced Implementation Service Brief. Professional Services - Standard Implementation Fee One-time Professional Services engagement. Includes site and safety assessment, camera setup and testing, and shipping and handling in accordance with the Flock Safety Standard Implementation Service Brief. Professional Services - Advanced Implementation Fee One-time Professional Services engagement. Includes site & safety assessment, camera setup & testing, and shipping & handling in accordance with the Flock Safety Advanced Implementation Service Brief. 48 By executing this Order Form, Customer represents and warrants that it has read and agrees all of the terms and conditions contained in the Terms of Service located at https://www.flocksafety.com/terms-and-conditions/L1/ The Parties have executed this Agreement as of the dates set forth below. FLOCK GROUP, INC.Customer: TX - The Colony PD By:\FSSignature2\By:\FSSignature1\ Name:\FSFullname2\Name:\FSFullname1\ Title:\FSTitle2\Title:\FSTitle1\ Date:\FSDateSigned2\Date:\FSDateSigned1\ PO Number: 49 CITY OF THE COLONY, TEXAS RESOLUTION NO. 2023 – ________ A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF THE COLONY, TEXAS, AUTHORIZING THE CITY MANAGER TO EXECUTE A CONTRACT WITH FLOCK GROUP INCORPORATED FOR THE PURCHASE OF TEN (10) FLOCK SAFETY FALCON LICENSE PLATE READER (LPR) CAMERAS; AND PROVIDING AN EFFECTIVE DATE NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF THE COLONY, TEXAS: WHEREAS, the City of The Colony, Texas, has determined that it is in the best interest of the City to execute a two-year contract with Flock Group Incorporated for the purchase of ten (10) Flock Safety Falcon License Plate Reader (LPR) cameras in the amount of $63,500.00 (year 1 - $33,500.00; year 2 - $30,000.00); NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF THE COLONY, TEXAS, THAT: Section 1.The City Council of the City of The Colony authorizes the execution of a contract with Flock Group Incorporated for the purchase of ten (1) Flock Safety Falcon License Plate Reader (LPR) cameras in the amount of $63,500.00. Section 2. The City Manager is hereby authorized to execute the contract for said purchase. Section 3.That this resolution shall take effect immediately from and after its passage. PASSED AND APPROVED BY THE CITY COUNCIL OF THE CITY OF THE COLONY, TEXAS THIS 8th DAY OF NOVEMBER 2023. Richard Boyer, Mayor City of The Colony, Texas ATTEST: Tina Stewart, TRMC, CMC, City Secretary 50 APPROVED AS TO FORM: Jeffrey L. Moore, City Attorney 51 Agenda Item No:4.5 CITY COUNCIL Agenda Item Report Meeting Date: November 8, 2023 Submitted by: Tina Stewart Submitting Department: City Secretary Item Type: Resolution Agenda Section: Subject: Consider approving a resolution authorizing the City Manager to execute a multiple-use agreement with the Texas Department of Transportation allowing the installation and operation of Automated License Plate Recognition cameras in Texas Department of Transportation Right-Of-Way." (Coulon/Winnett) Suggested Action: Attachments: TXDOT 2044.pdf Res. 2023-xxx TxDOT Right-of-Way Agreement.docx 52 Form 2044 Page 1 of 10 (Rev. 8/21) MULTIPLE USE AGREEMENT STATE OF TEXAS § COUNTY OF TRAVIS § THIS AGREEMENT made by the State of Texas by and between the Texas Department of Transportation, hereinafter referred to as “State”, party of the first part, and Entity Name , hereinafter called Name for Contract , party of the second part, is to become effective when fully executed by both parties. WITNESSETH WHEREAS , on the day day of month of the year , 20 XX , the governing body for the Name for Contract , entered into Resolution/Ordinance No. Ordinance hereinafter identified by reference, authorizing the Name for Contract agreement with the State; and ’s participation in this WHEREAS , the Name for Contract maintenance and operation of a public has requested the State to permit the construction, Public work to be installed on the highway right of way, (ROADWAY Highway Name CONTROL SECTION NO. Ctrl No. ). (General description of area including either the control number or GPS coordinates.) shown graphically by the preliminary conceptual site plan in Exhibit “A” and being more specifically described by metes and bounds of Exhibit “B”, which are attached and made a part hereof; and WHEREAS , the State has indicated its willingness to approve the establishment of such facilities and other uses conditioned that the Name for Contract will enter into agreements with the State for the purpose of determining the respective responsibilities of the Name for Contract and the State with reference thereto, and conditioned that such uses are in the public interest and will not damage the highway facilities, impair safety, impede maintenance or in any way restrict the operation of the highway facility, all as determined from engineering and traffic investigations conducted by the State. 53 Form 2044 (Rev. 8/21) Page 2 of 10 AGREEMENT NOW, THEREFORE , in consideration of the premises and of the mutual covenants and agreements of the parties hereto to be by them respectively kept and performed as hereinafter set forth, it is agreed as follows: 1.DESIGN AND CONSTRUCTION Name for Contract will prepare or provide for the construction plans for the facility, and will provide for the construction work as required by said plans at no cost to the State. Said plans shall include the design of the access control, necessary horizontal and vertical clearances for highway structures, adequate landscape treatment, adequate detail to ensure compliance with applicable structural design standard s, sufficient traffic control provisions, and general layout. They shall also delineate and define the construction responsibilities of both parties hereto. Completed plans will be submitted to State for review and approval and when approved shall be attached to the agreement and made a part thereof in all respects. Construction shall not commence until plans have been approved by the State. Any future revisions or additions shall be made after prior written approval of the State. Any sidewalks, curb ramps and other pedestrian elements to be constructed, either on site or off site, by the Name for Contract shall be in accordance with the requirements of Title II of the Americans With Disabilities Act (ADA) and with the Texas Accessibility Standards (TAS). Elements constructed by the Name for Contract and found not to comply with ADA or TAS shall be corrected at the entire expense of the Name for Contract . 2.INSPECTION Ingress and egress shall be allowed at all times to such facility for Federal Highway Administration personnel and State Forces and equipment when highway maintenance operations are necessary, and for inspection purposes; and upon request, all parking or other activities for periods required for such operations will be prohibited. 3.PARKING REGULATIONS Parking regulations shall be established limiting parking to single u nit motor vehicles of size and capacity no greater than prescribed for 11/2 ton trucks, such vehicles to conform in size and use t o g overning laws. Parking shall be permitted only in marked spaces. Parking shall be prohibited when a security threat, as determined by TxDOT, exists. 54 Form 2044 (Rev. 8/21) Page 3 of 10 4. PROHIBITION/SIGNS Regulations shall be established prohibiting the parking of vehicles transporting flammable or explosive loads and prohibiting use of the area in any manner for peddling, advertising or other purposes not in keeping with the objective of a public facility. The erection of signs other than those required for proper use of the area will be prohibited. All signs shall be approved by the State prior to the actual erection. 5. RESPONSIBILITIES Timely maintenance, repair and operation of the facility shall be entirely the responsibility of the Name for Contract . Such responsibility shall not be transferred, assigned or conveyed to a third party without the advanced written approval of the State. These responsibilities expressly include the timely maintenance and repair of any portion of the facility necessary to comply with the Americans with Disabilities Act. Further, such responsibility shall include picking up trash, mowing and otherwise keeping the facility in a clean and sanitary condition, and surveillance by police patrol to eliminate the possible creation of a nuisance or hazard to the public. Hazardous or unreasonably objectionable smoke, fumes, vapor or odors shall not be permitted to rise above the grade line of the highway, nor shall the facility subject the highway to hazardous or unreasonably objectionable d ripping, droppings or discharge of any kind, including rain or snow. If the State determines that Name for Contract has failed to comply with these responsibilities, it will perform the necessary work and charge Name for Contract the actual cost of the work. 6. FEES Any fees levied for use of the facilities in the area shall be nominal and no more than are sufficient to defray the cost of construction, maintenance and operations thereof, and shall be subject to State approval. A. Retention Period. The Name for Contract shall maintain all books, documents, papers, accounting records and other evidence pertaining to fees collected and costs (hereinafter called the Records). The Name for Contract shall make the records available during the term of the Agreement and for four years from the date the Agreement is terminated, until completion of all audits, or until pending litigation has been completely and fully resolved, whichever occurs last. B. Audit Report. If fees are collected by the Name for Contract for the use of the facility under this agreement, the Name for Contract will provide the State an annual audit report detailing the fees collected for the use of the facility and the costs associated with constructing, maintaining, and operating the facility within the same period. If the report shows more fees collected than expenses for the construction, operation, or maintenance of the facili ty the Name for Contract must provide a multiple year plan detailing how the additional revenue will be used for construction, operation, or maintenance of the facility. 55 Form 2044 (Rev. 8/21) Page 4 of 10 C.Availability. The State or any of its duly authorized representatives, the Federal Highway Administration, the United States Department of Transportation, Office of Inspector General, and the Comptroller General shall have access to the Name for Contract 's records that are directly pertinent to this Agreement for the purpose of making audits and examinations. 7.TERMINATION UPON NOTICE This provision is expressly made subject to the rights herein granted to both parties to terminate this agreement upon notice, and upon the exercise of any such right by either party, all obligations herein to make improvements to said facility shall immediately cease and terminate and Name for Contract shall be responsible for the facility's timely removal at no cost to the State. If the State determines that Name for Contract has failed to timely remove the facility, it will perform the necessary work and charge Name for Contract the actual cost of the work. 8.MODIFICATION/TERMINATION OF AGREEMENT If in the sole judgment of the State it is found at any future time that traffic conditions have so changed that the existence or use of the facility is impeding maintenance, damaging the highway facility, impairing safety or that the facility is not being properly operated, that it constitutes a nuisance, is abandoned, or if for any other reason it is the State’s judgment that such facility is not in the public interest, this agreement under which the facility was constructed may be: (1) modified if corrective measures acceptable to both parties can be applied to eliminate the objectionable features of the facility; or (2) terminated and the use of the area as proposed herein discontinued. 9.PROHIBITION OF STORAGE OF FLAMMABLE MATERIALS All structures located or constructed within the area covered by the agreement shall be fire resistant. The storage of flammable, explosive or hazardous materials is prohibited. Operations deemed to be a potential fire hazard shall be subject to regulation by the State. 10.RESTORATION OF AREA The Name for Contract shall provide written notification to the State that such facility will be discontinued for the purpose defined herein. The Name for Contract shall, within thirty (30) days from the date of said notification, clear the area of all facilities that were its construction responsibility under this agreement and restore the area to a condition satisfactory to the State. 11.PREVIOUS AGREEMENTS It is understood that this agreement in no way modifies or supersedes the terms and provisions of any existing agreements between the parties hereto. 56 Form 2044 (Rev. 8/21) Page 5 of 10 12.I NDEMNIFICATION THE Name for Contract WILL INDEMNIFY THE STATE AGAINST ANY AND ALL DAMAGES AND CLAIMS FOR DAMAGES, INCLUDING THOSE RESULTING FROM INJURY OR DEATH OF PERSONS OR FOR LOSS OF OR DAMAGE TO PROPERTY, ARISING OUT OF, INCIDENT TO OR IN ANY MANNER CONNECTED WITH THE CONSTRUCTION, OPERATION OR MAINTENANCE OF THE FACILITY, WHICH INDEMNIFICATION SHALL EXTEND TO AND INCLUDE ANY AND ALL COURT COSTS, ATTORNEY’S FEES AND EXPENSES RELATED TO OR CONNECTED WITH ANY CLAIMS OR SUITS FOR DAMAGES AND SHALL, IF REQUESTED IN WRITING BY THE STATE TO DO SO, ASSIST THE STATE OR RELIEVE THE STATE FROM DEFENDING ANY SUCH SUITS BROUGHT AGAINST IT. THE INDEMNIFICATION OF THE STATE SHALL EXTEND FOR A PERIOD OF TWO (2) YEARS BEYOND THE DATE OF TERMINATION OF THIS AGREEMENT. DURING EACH YEAR WHILE THERE IS ANY LIABILITY BY REASON OF THE AGREEMENT CONTAINED IN THIS SUBSECTION OF THIS RESOLUTION, INCLUDING THE CALENDAR YEAR 20XX , THE City Name (CITY) SHALL COMPUTE AND ASCERTAIN THE RATE AND AMOUNT OF AD VALOREM TAX, BASED ON THE LATEST APPROVED TAX ROLLS OF SAID ENTITY, WITH FULL ALLOWANCES BEI NG MADE FOR TAX DELINQUENCIES AND COSTS OF TAX COLLECTION, WHICH WILL BE SUFFICIENT TO RAISE AND PRODUCE THE MONEY REQUIRED TO PAY ANY SUMS WHICH MAY BE OR BECOME DUE DURING ANY SUCH YEAR, IN NO INSTANCE TO BE LESS THAN TWO (2%) PER CENT OF SUCH OBLIGATION, TOGETHER WITH INTEREST THEREON, BECAUSE OF THE OBLIGATION HEREIN ASSUMED. SAID RATE AND AMOUNT OF AD VALOREM TAX IS HEREBY ORDERED TO BE LEVIED AND IS HEREBY LEVIED AGAINST ALL TAXABLE PROPERTY IN SAID ENTITY FOR EACH YEAR WHILE ANY LIABILITY EXISTS BY REASON OF THE OBLIGATI ON UNDE RTAKEN BY THIS SUBSECTION OF THIS RESOLUTION, AND SAID AD VALOREM TAX SHALL BE ASSESSED AND COLLECTED EACH SUCH YEAR UNTIL ALL OF THE OBLIGATIONS HEREIN INCURRED SHALL HAVE BEEN DISCHARGED AND ALL LIABILITY HEREUNDER DISCHARGED. No party to this agreement intends to waive, relinquish, limit or condition its general governmental immunity from liability in any way. Each party agrees and acknowledges that it is not an agent, servant, or employee of the other party and that under this provision each party is responsible only for its own acts and for those of its agents, servants, independent contractors or employees. Such responsibility includes, but is not 57 Form 2044 (Rev. 8/21) Page 6 of 10 limited to any claims or amounts arising or recovered under the “Workers Compensation Law,” the Texas Tort Claims Act, Chapter 101, Texas Civil Practice and Remedies Code; or any other applicable laws or regulations, all as time to time may be amended. Nothing in this agreement shall be construed as creating any liability in favor of any third party against the State and the Name for Contract . Additionally, this agreement shall not ever be construed as relieving any third party from any liability against the State. Furthermore, the Name for Contract shall become fully subrogated to the State's rights of recovery and shall be entitled to maintain any action over and against any third party who may be liable for damages. The State agrees to execute and deliver instruments and papers and to otherwise do that which is necessary to secure such rights. 13. INSURANCE The Name for Contract , shall provide necessary safeguards to protect the public on State maintained highways including adequate insurance for payment of any damages which might result during the construction, maintenance, repair and operation of the facility. shall include TxDOT as an additional insured by endorsement in Name for Contract Name for Contract 's commercial general liability insurance policy. Prior to beginning work on the State's right of way, the Name for Contract 's construction contractor shall submit to the State a completed insurance form (TxDOT Form No. 1560) or appropriate certificate of self -insurance and shall maintain the required coverage during the construction of the facility. 14. USE OF RIGHT OF WAY It is understood that the State by execution of this agreement does not impair or relinquish the State’s right to use such land for highway purposes when it is required for the construction or re-construction of the traffic facility for which it was acquired, nor shall use of the land under such agreement ever be construed as abandonment by the State of such land acquired for highway purposes, and the State does not purport to grant any interest in the land described herein but merely consents to such use to the extent its authority and title permits. 15. ADDITIONAL CONSENT REQUIRED The State asserts only that it has sufficient title for highway purposes. The Name for Contract shall be responsible for obtaining such additional consent, permits or agreement as may be necessary due to this agreement. This includes, but is not limited to, appropriate permits and clearances for environmental, ADA and public utilities. 16. FHWA ADDITIONAL REQUIREMENTS If the Facility is located on the Federal -Aid Highway System, “ATTACHMENT A”, which states additional requirements as set forth in the Federal Highway Administration’s Title 23, Code of Federal Regulations, § 710, shall be attached to and become a part of this agreement. 58 Form 2044 (Rev. 8/21) Page 7 of 10 17. CIVIL RIGHTS ASSURANCES The Name for Contract , for itself, its personal representatives, successors and int erests and assigns, as part of the consideration hereof, does hereby covenant and agree as a covenant running with the land that: (1) no persons, on the grounds of race, color, sex, age, national origin, religion or disabling condition, shall be excluded f rom participation in, be denied the benefits of, or be otherwise subjected to discrimination in the use of said facility; (2) that in the construction of any improvements on, over or under such land and the furnishing of services thereon, no person on the ground of race, color, sex, age, national origin, religion or disabling condition, shall be excluded from participation in, denied the benefits of, or otherwise be subjected to discrimination; (3) that the Name for Contract shall use the premises in compliance with all other requirements imposed by or pursuant to Title 49, Code of Federal Regulations, Department of Transportation, Subtitle A, Office of the Secretary, Part 21, Non-discrimination in Federally-Assisted programs of the Department of Transportation - Effectuation of Title VI of the Civil Rights Act of 1964, and as said Regulations may be amended. That if in the event of any breach of the above non-discrimination covenants, the State shall have the right to terminate the agreement and reenter and repossess said land and the facilities thereon, and hold the same as if said agreement had never been made or issued. 18. AMENDMENTS Any changes in the time frame, character or responsibilities of the parties hereto shall be enacted by a written amendment executed by both parties hereto. 19. LEGAL CONSTRUCTION In case one or more of the provisions contained in this agreement shall for any reason be held invalid, illegal or unenforceable in any respect, such invalidity, illegality or unenforceability s hall not affect any provision hereof and this agreement shall be construed as if such invalid, illegal, or unenforceable provision had never been contained in this agreement. 20. AUDIT The State may conduct an audit or investigation of any aspect of this agreement. The Name for Contract must provide the State with access to any information the State considers relevant to the investigation or audit. The audit can include, but is not limited to, any contract for construction or maintenance of any facility or structure authorized by this agreement or any contract to provide a service to the Name for Contract agreement. if that service is authorized by this 59 Form 2044 (Rev. 8/21) Page 8 of 10 21. AUTHORITY OF STATE AUDITOR The state auditor may conduct an audit or investigation of any entity receiving funds from the state directly under the contract or indirectly through a subcontract under the contract. Acceptance of funds directly under the contract or indirectly through a sub contract under this contract acts as acceptance of the authority of the state auditor, under the direction of the legislative audit committee, to conduct an audit or investigation in connection with those funds. An entity that is the subject of an audit or investigation must provide the state auditor with access to any information the state auditor considers relevant to the investigation or audit. 22. NOTICES All notices required under this agreement shall be mailed or hand delivered to the following respective addresses: STATE (Name of other party) (Mailing Address) (Mailing Address) Texas Department of Transportation Maintenance Division 125 East 11th Street Austin, Texas 78701-2483 Address Name Address Name Address Road/Street/Hwy Address City/State/Zip 23. TIMELY PAYMENT When required by any provision of this agreement requires a payment to be made to the State, the other party hereto shall within thirty (30) days from receipt of the State's written notification pay the State for the full cost of repairing any damages to the highway facility which may result from the other party's construction, maintenance, repair or operation of the facility. 24. WARRANTS The signatories to this agreement warrant that each has the authority to enter into this agreement on behalf of the party represented. List of Attached Exhibits: Exhibit A - General Layout Exhibit B - Metes and Bounds Description Exhibit C - Approved Construction Plans Exhibit D - Certificate of Insurance (TxDOT Form 1560) Exhibit E - Attachment A (FHWA Additional Requirements) 60 Form 2044 (Rev. 8/21) Page 9 of 10 IN WITNESS WHEREOF, the parties have hereunto affixed their signature, the State on the on the day of day of , 20 . , 20 , and the (Name of other party) By: Signature STATE OF TEXAS Executed and approved for the Texas Transportation Commission for the purpose and effect of activating and/or carrying out the orders, and established policies or work programs heretofore approved and authorized by the Texas Transportation Commission. By: Printed Name Director, Maintenance Division Title Printed Name Agency Date APPROVAL RECOMMENDED: Contact Office and Telephone No. District Engineer Printed Name Date 61 Form 2044 (Rev. 8/21) Page 10 of 10 ATTACHMENT A Inasmuch as this project is on the Federal-Aid highway system, the following additional requirements as applicable with the Federal Highway Administration’s Title 23, Code of Federal Regulations, § 710.105. 1. Any significant revision in the design or construction of the facility shall receive prior approval by the Texas Department of Transportation subject to concurrency by the FHWA. 2. Any change in the authorized use of real property interest shall receive prior approval by the Texas Department of Transportation subject to concurrence by the FHWA. 3. Real property interest shall not be transferred, assigned or conveyed to another party without prior Texas Department of Transportation approval subject to concurrence by the FHWA. 4. This agreement will be revocable in the event that the real property interest facility ceases to be used or is abandoned. EXHIBIT E 62 CITY OF THE COLONY, TEXAS RESOLUTION NO. 2023 - ________ A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF THE COLONY, TEXAS, AUTHORIZING THE CITY MANAGER TO EXECUTE A MULTIPLE-USE AGREEMENT WITH THE TEXAS DEPARTMENT OF TRANSPORATION ALLOWING THE INSTALLATION AND OPERATION OF AUTOMATED LICENSE PLATE RECOGNITION CAMERAS IN TEXAS DEPARTMENT OF TRANSPORTATION RIGHT-OF-WAY; AND PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, the City Council of the City of The Colony has determined the addition of Automatic License Plate Recognition (ALPR) Cameras will increase public safety and aid the Police Department in its crime prevention efforts and strategies; and WHEREAS,the City Council desires to engage with the Texas Department of Transportation (TxDOT) and asks that Flock safety be allowed to place ALPR Cameras in TxDOT right-of-way on behalf of the City of The Colony; and WHEREAS,the City Council finds it to be in the public interest to authorize the City Manager to sign a Multiple-Use Agreement with TxDOT. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF THE COLONY, TEXAS, THAT: Section 1. The City Council hereby authorizes the City Manager to enter into a Multiple-Use Agreement with TxDOT for the installation and operation of ALPR Cameras in TxDOT right-of-way. Section 2. That this resolution shall take effect immediately from and after its passage. DULY PASSED AND APPROVED BY THE CITY COUNCIL OF THE CITY OF THE COLONY, TEXAS, THIS THE 8 th DAY OF NOVEMBER 2023. ________________________________ Richard Boyer, Mayor City of The Colony, Texas 63 ATTEST: ___________________________________ Tina Stewart, TRMC, CMC, City Secretary APPROVED AS TO FORM: ___________________________________ Jeffrey L. Moore, City Attorney 64 Agenda Item No:4.6 CITY COUNCIL Agenda Item Report Meeting Date: November 8, 2023 Submitted by: Kimberly Thompson Submitting Department: Facilities Maintenance Item Type: Resolution Agenda Section: Subject: Consider approving a resolution authorizing the City Manager to accept a proposal from Next Gen Construction in the amount of $103,800.00 for the reroofing of the City Hall Annex building. (Blythe) Suggested Action: Attachments: Next Gen Proposal - Annex Roof - signed 10-6-23.pdf 2899_001.pdf Res. 2023-xxx Next Gen Construction Bid.docx 65 66 67 68 69 CITY OF THE COLONY, TEXAS RESOLUTION NO. 2023 – ________ A RESOLUTION OF THE CITY OF THE COLONY, TEXAS AUTHORIZING THE CITY MANAGER TO ACCEPT THE PROPOSAL FROM NEXT GEN CONSTRUCTION FOR THE REROOFING OF THE CITY HALL ANNEX BUILDING; PROVIDING AN EFFECTIVE DATE. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF THE COLONY, TEXAS: Section 1. That the City Council of the City of The Colony, Texas hereby authorizes the City Manager to accept a proposal from Next Gen Construction, in the amount of $103,800.00 for the reroofing of the City Hall Annex building. Section 2. That the City Manager or his designee is authorized to accept the proposal. Section 3. That this resolution shall take effect immediately from and after its passage. PASSED AND APPROVED BY THE CITY COUNCIL OF THE CITY OF THE COLONY, TEXAS THIS THE 8th DAY OF NOVEMBER 2023. _____________________________ Richard Boyer, Mayor City of The Colony, Texas ATTEST: ____________________________________ Tina Stewart, TRMC, CMC, City Secretary APPROVED AS TO FORM: ____________________________________ Jeffrey L. Moore, City Attorney 70 Agenda Item No:4.7 CITY COUNCIL Agenda Item Report Meeting Date: November 8, 2023 Submitted by: Tina Stewart Submitting Department: Public Works/Water Distribution Item Type: Resolution Agenda Section: Subject: Consider approving a resolution authorizing the City Manager to issue a purchase order to PVS Technologies in the amount of $75,000.00 for the purchase of Ferric Chloride Solution for the treatment of waste water. (Whitt) Suggested Action: Two suppliers of bulk Ferrric Chloride Solution Pencco at $2.77 per gal and PVS Technologies at $2.205 per gallon. Attachments: Ferric Chloride Solution PO.pdf Res. 2023-xxx PVS Technologies.docx 71 72 73 74 75 76 77 78 79 80 81 82 83 84 85 CITY OF THE COLONY, TEXAS RESOLUTION NO. 2023 - _________ A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF THE COLONY, TEXAS, AUTHORIZING THE CITY MANAGER TO ISSUE A PURCHASE ORDER TO PVS TECHNOLOGIES FOR THE PURCHASE OF FERRIC CHLORIDE SOLUTION FOR THE TREATMENT OF WASTE WATER; AND PROVIDING AN EFFECTIVE DATE. NOW,THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF THE COLONY, TEXAS, THAT: Section 1.That the City Council of the City of The Colony, Texas hereby authorizes the City Manager to issue a purchase order to PVS Technologies in the amount of $75,000.00 for the purchase of Ferric Chloride Solution for the treatment of waste water. Section 2. That the City Manager and/or his designee are authorized to issue said purchase order. Section 3.This resolution shall take effect immediately from and after its passage. PASSED AND APPROVED BY THE CITY COUNCIL OF THE CITY OF THE COLONY, TEXAS, THIS 8TH DAY OF NOVEMBER 2023. ____________________________________ Richard Boyer, Mayor City of The Colony, Texas ATTEST: ____________________________________ Tina Stewart, TRMC, CMC, City Secretary APPROVED AS TO FORM: ____________________________________ Jeffrey L. Moore, City Attorney 86 Agenda Item No:4.8 CITY COUNCIL Agenda Item Report Meeting Date: November 8, 2023 Submitted by: Tina Stewart Submitting Department: Public Works/Water Distribution Item Type: Resolution Agenda Section: Subject: Consider approving a resolution authorizing the City Manager to issue a purchase order to Polydyne Inc. in the amount of $75,000.00 for the purchase of Clarifloc for the treatment of waste water. (Whitt) Suggested Action: Attachments: Polydyne Inc. PO.pdf Res. 2023-xxx Polydyne Inc..docx 87 88 89 90 91 CITY OF THE COLONY, TEXAS RESOLUTION NO. 2023 - _________ A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF THE COLONY, TEXAS, AUTHORIZING THE CITY MANAGER TO ISSUE A PURCHASE ORDER TO POLYDYNE INC. FOR THE PURCHASE OF CLARIFLOC FOR THE TREATMENT OF WASTE WATER; AND PROVIDING AN EFFECTIVE DATE. NOW,THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF THE COLONY, TEXAS, THAT: Section 1.That the City Council of the City of The Colony, Texas hereby authorizes the City Manager to issue a purchase order to Polydyne Inc. in the amount of $75,000.00 for the purchase of Clarifloc for the treatment of waste water. Section 2. That the City Manager and/or his designee are authorized to issue said purchase order. Section 3.This resolution shall take effect immediately from and after its passage. PASSED AND APPROVED BY THE CITY COUNCIL OF THE CITY OF THE COLONY, TEXAS, THIS 8TH DAY OF NOVEMBER 2023. ____________________________________ Richard Boyer, Mayor City of The Colony, Texas ATTEST: ____________________________________ Tina Stewart, TRMC, CMC, City Secretary APPROVED AS TO FORM: ____________________________________ Jeffrey L. Moore, City Attorney 92 Agenda Item No:4.9 CITY COUNCIL Agenda Item Report Meeting Date: November 8, 2023 Submitted by: Tina Stewart Submitting Department: Public Works/Water Distribution Item Type: Resolution Agenda Section: Subject: Consider approving a resolution authorizing the City Manager to issue a purchase order to NRC Gulf Environmental in the amount of $100,000.00 for sludge hauling services for the treatment of waste water. (Whitt) Suggested Action: Attachments: NRC Gulf Environmental PO.pdf Res. 2023-xxx NRC Gulf Environmental.docx 93 94 95 96 97 98 99 100 101 CITY OF THE COLONY, TEXAS RESOLUTION NO. 2023 - _________ A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF THE COLONY, TEXAS, AUTHORIZING THE CITY MANAGER TO ISSUE A PURCHASE ORDER TO NRC GULF ENVIRONMENTAL FOR SLUDGE HAULING SERVICES FOR THE TREATMENT OF WASTE WATER; AND PROVIDING AN EFFECTIVE DATE. NOW,THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF THE COLONY, TEXAS, THAT: Section 1.That the City Council of the City of The Colony, Texas hereby authorizes the City Manager to issue a purchase order to NRC Gulf Environmental in the amount of $100,000.00 for sludge hauling services for the treatment of waste water. Section 2. That the City Manager and/or his designee are authorized to issue said purchase order. Section 3.This resolution shall take effect immediately from and after its passage. PASSED AND APPROVED BY THE CITY COUNCIL OF THE CITY OF THE COLONY, TEXAS, THIS 8TH DAY OF NOVEMBER 2023. ____________________________________ Richard Boyer, Mayor City of The Colony, Texas ATTEST: ____________________________________ Tina Stewart, TRMC, CMC, City Secretary APPROVED AS TO FORM: ____________________________________ Jeffrey L. Moore, City Attorney 102 Agenda Item No:4.10 CITY COUNCIL Agenda Item Report Meeting Date: November 8, 2023 Submitted by: Tina Stewart Submitting Department: Public Works/Water Distribution Item Type: Resolution Agenda Section: Subject: Consider approving a resolution authorizing the City Manager to issue a purchase order to US Peroxide, LLC in the amount of $177,000.00 for the purchase of Hydrogen Peroxide for the treatment of waste water. (Whitt) Suggested Action: The city has an agreement with US Peroxide, LLC to operate and make needed adjustments to the dosage of Hydrogen Peroxide to the odor control system at the Austin Ranch lift station, that agreement includes US Peroxide, LLC supplying Hydrogen Peroxide for quality control . Attachments: US Peroxide, LLC. PO.pdf Res. 2023-xxx US Peroxide LLC.docx 103 104 105 106 107 108 109 110 111 CITY OF THE COLONY, TEXAS RESOLUTION NO. 2023 - _________ A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF THE COLONY, TEXAS, AUTHORIZING THE CITY MANAGER TO ISSUE A PURCHASE ORDER TO US PEROXIDE, LLC FOR THE PURCHASE OF HYDROGEN PEROXIDE FOR THE TREATMENT OF WASTE WATER; AND PROVIDING AN EFFECTIVE DATE. NOW,THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF THE COLONY, TEXAS, THAT: Section 1.That the City Council of the City of The Colony, Texas hereby authorizes the City Manager to issue a purchase order to US Peroxide, LLC in the amount of $177,000.00 for the purchase of Hydrogen Peroxide for the treatment of waste water. Section 2. That the City Manager and/or his designee are authorized to issue said purchase order. Section 3.This resolution shall take effect immediately from and after its passage. PASSED AND APPROVED BY THE CITY COUNCIL OF THE CITY OF THE COLONY, TEXAS, THIS 8TH DAY OF NOVEMBER 2023. ____________________________________ Richard Boyer, Mayor City of The Colony, Texas ATTEST: ____________________________________ Tina Stewart, TRMC, CMC, City Secretary APPROVED AS TO FORM: ____________________________________ Jeffrey L. Moore, City Attorney 112 Agenda Item No:4.11 CITY COUNCIL Agenda Item Report Meeting Date: November 8, 2023 Submitted by: Tina Stewart Submitting Department: General Admin Item Type: Resolution Agenda Section: Subject: Consider approving a resolution authorizing the City Manager to execute the submission of a grant application to the Office of the Governor for Axon Body Worn Cameras - Grant Number 4791601. (Beene) Suggested Action: Attachments: Res. 2023-xxx Axon Body Worn Camera Grant Request.docx 113 CITY OF THE COLONY, TEXAS RESOLUTION NO. 2023 - ________ A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF THE COLONY, TEXAS, APPROVING A GRANT REQUEST FOR AXON BODY WORN CAMERA GRANT - GRANT NUMBER 4791601 THROUGH THE GOVERNOR’S PUBLIC SAFETY OFFICE; DESIGNATION OF THE NAME AND/OR TITLE OF AN AUTHORIZED OFFICIAL DURING THE GRANT PERIOD; AND PROVIDING FOR AN EFFECTIVE DATE. NOW THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF THE COLONY, TEXAS THAT: WHEREAS,the City of The Colony, Texas, finds it in the best interest of the citizens of The Colony that the body worn camera be operated for 2023-2024; and WHEREAS,the City of The Colony agrees to provide applicable matching funds for said project as required by the body worn camera grant application; and WHEREAS, the City of The Colony agrees that in the event of loss or misuse of the Office of the Governor funds, the City of The Colony assures that the funds will be returned to the Office of the Governor in full. WHEREAS,the City of The Colony designates KATELYN WIGHT as the grantee’s authorized official. The authorized official is given the power to apply for, accept, reject, alter or terminate the grant on behalf of the applicant agency. NOW THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF THE COLONY, TEXAS, APPROVES SUBMISSION OF THE GRANT APPLICATION FOR THE BODY WORN CAMERAS TO THE OFFICE OF THE GOVENOR. DULY PASSED AND APPROVED BY THE CITY COUNCIL OF THE CITY OF THE COLONY, TEXAS, THIS THE 8 TH DAY OF NOVEMBER 2023. ________________________________ Richard Boyer, Mayor City of The Colony, Texas ATTEST: ___________________________________ Tina Stewart, TRMC, CMC, City Secretary 114 APPROVED AS TO FORM: ___________________________________ Jeffrey L. Moore, City Attorney 115 Agenda Item No:4.12 CITY COUNCIL Agenda Item Report Meeting Date: November 8, 2023 Submitted by: Jackie Kopsa Submitting Department: Parks & Recreation Item Type: Resolution Agenda Section: Subject: Consider approving a resolution authorizing the City Manager to execute Supplemental Agreement No. 1 to lease DACW63-1-08-0613 with the US Army Corps of Engineers expanding the lease area at Wynnewood Park to include area for future marina site. (Kopsa) Suggested Action: Attachments: Supplemental Agreement No. 1 Res. 2023-xxx US Corps of Engineers for expansion of marina site.docx 116 117 118 119 120 121 122 123 124 125 126 127 128 129 130 131 132 133 134 135 136 137 138 139 140 141 142 143 CITY OF THE COLONY, TEXAS RESOLUTION NO. 2023 - _________ A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF THE COLONY, TEXAS, AUTHORIZING THE CITY MANAGER TO EXECUTE SUPPLEMENTAL AGREEMENT NO. 1 TO LEASE DACW63- 1-08-0613 WITH THE U.S. ARMY CORPS OF ENGINEERS EXPANDING THE LEASE AREA AT WYNNEWOOD PARK TO INCLUDE AREA FOR FUTURE MARINA SITE; AND PROVIDING AN IMMEDIATE EFFECTIVE DATE WHEREAS, the City has determined that it is in the best interest of the City to enter into Supplemental Agreement No. 1 to lease DACW63-1-08-0613 with the United States Army Corps of Engineers – Fort Worth Division, expanding the lease area at Wynnewood Park to include area for future marina site. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF THE COLONY, TEXAS: Section 1.That the City Council for the City of The Colony, Texas, does hereby approve the Supplemental Agreement No. 1 to lease DACQ63-1-08-0613 with the United States Army Corps of Engineers –Fort Worth Division, expanding the lease area at Wynnewood Park to include area for future marina site and authorizes the City Manager to execute said Agreement on behalf of the City of The Colony, Texas. Section 2.That this Resolution shall take effect immediately from and after its adoption and it is so resolved. PASSED AND APPROVED BY THE CITY COUNCIL OF THE CITY OF THE COLONY, TEXAS THIS 8TH DAY OF NOVEMBER 2023. _____________________________ Richard Boyer, Mayor City of The Colony, Texas ATTEST: ____________________________________ Tina Stewart, TRMC, CMC, City Secretary 144 APPROVED AS TO FORM: ____________________________________ Jeffrey L. Moore, City Attorney 145 Exhibit A Supplemental Agreement No. 1 146 Agenda Item No:4.13 CITY COUNCIL Agenda Item Report Meeting Date: November 8, 2023 Submitted by: Calvin Lehmann Submitting Department: Parks & Recreation Item Type: Resolution Agenda Section: Subject: Consider approving a resolution authorizing the City Manager to execute a Construction Services Contract in the amount of $544,510.00 with Stoic Civil Construction, Inc for the Stewart Creek Park Shoreline Protection & Enhancement Project. (Lehmann) Suggested Action: Attachments: Stewart Creek Park Bid Tab.pdf Letter of Recommendation - Stoic.pdf Res. 2023-xxx Stoic Civil Construction Inc. Construction Services Contract.docx 147 148 149 150 151 CITY OF THE COLONY, TEXAS RESOLUTION NO. 2023 - _______ A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF THE COLONY, TEXAS, AUTHORIZING THE CITY MANAGER TO EXECUTE A CONSTRUCTION SERVICES CONTRACT BETWEEN THE CITY OF THE COLONY AND STOIC CIVIL CONSTRUCTION, INC. FOR THE STEWART CREEK PARK SHORELINE PROTECTION & ENHANCEMENT PROJECT; AND PROVIDING AN EFFECTIVE DATE. WHEREAS, the City Council has determined that it is in the best interest of the citizens to award a bid to Stoic Civil Construction Inc. for the Stewart Creek Park Shoreline Protection & Enhancement Project; and NOW,THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF THE COLONY, TEXAS, THAT: Section 1.That the City Manager of the City of The Colony, Texas hereby awards a bid to Stoic Civil Construction Inc. in the amount of $544,510.00 for such work. Section 2. That the City Manager or his designee is authorized to issue the appropriate purchase order(s) in accordance with the bid award. Section 3.This resolution shall take effect immediately from and after its adoption and it is so resolved. PASSED AND APPROVED BY THE CITY COUNCIL OF THE CITY OF THE COLONY, TEXAS, THIS THE 8TH DAY OF NOVEMBER 2023. _____________________________ Richard Boyer, Mayor City of The Colony, Texas ATTEST: ___________________________________ Tina Stewart, TRMC, CMC, City Secretary APPROVED AS TO FORM: ___________________________________ Jeffrey L. Moore, City Attorney 152 Agenda Item No:4.14 CITY COUNCIL Agenda Item Report Meeting Date: November 8, 2023 Submitted by: Robert Kotasek Submitting Department: Engineering Item Type: Resolution Agenda Section: Subject: Consider approving a resolution authorizing the City Manager to execute a Construction Services Contract in the amount of $ 489,250.00 with JR West Texas Concrete, LLC. for the Bridge Culvert Repair at Paige Road and Memorial Drive. (Hartline) Suggested Action: Background: City Council approved funding for the Bridge Culvert Repair at Paige Road and Memorial Drive in the 2022-2023 budget. The southern barrel of the precast bridge culvert at the intersection of Paige Road and Memorial Drive is experiencing settlement near the downstream exit which has caused distress in the adjacent wing wall. There are also noticeable impacts to the wing wall, sidewalk, riprap, parapet wall and hand rail at the northwest corner of this existing bridge culvert. Additionally, many of the precast culvert joints have significant joint material loss and need repairing. The project bids were opened on October 12, 2023 and the low bidder was JR West Texas Concrete, LLC. at a cost of $ 489,250.00. Walter P. Moore and Associates, Inc., the Project Design Engineer, received positive feedback from representatives that have previously worked with the contractor including the City of Burleson, City of Watauga and City of Keene. Walter P. Moore and Associates, Inc. recommends approval of the contract with this company. See attached Engineering Recommendation letter for additional information. With approval, the project is anticipated to start construction in December 2023 with an estimated completion in June 2024. Attachments: Location Map Certified Bid Tabulation Engineering Recommendation Letter Existing Condition Photos Financial Summary Res. 2023-xxx JR West Texas Concrete, LLC Construction Services Contract.docx 153 S H 1 2 1 M ai n M e m o rial Plano Pa ig e S o u t h C olo n y B lair O a k s Aztec S a m R a y b u r n T o ll w a y Arbor Glen Worley Alpha A v e r y Tittl e C lo v e r V alle y B a rtlett S H 1 2 1 O n R a m p Buc ks ki n M o r n i n g S t a rRunyon Apache Durango Cougar Alley N e b r a s k a F u r n it u r e M a rt Bargain Destination Alta O ak s Phoenix A m h u r st Haw se Liberty C he ye n ne C r e s c e n t Sundance Fallwater KADIN B i s c a y n e Foxfire E X I T M a i n S t / J o s e y L n W I L T S H I R E Blue GlenAsh Glen E X I T S p ri n g C r e e k JOSEPH E X IT N F M / S o u t h C olo n y Evans Branch Hollow Grandscape Longhorn Cascades T r a il v i e w Wom a c k H a c k n e y P in e b r o o k Goodman Mohaw k Westport Nia g ara B o c a R a t o n Att erb ury Blaynes McKinley S H 1 2 1 G r a n d s c a p e Plano S a m R a y b u r n T o ll w a y S H 1 2 1 O n R a m p M e m o r i a l S H 1 2 1 O n R a m p M a i n Pa ig e µLocation MapBridge Culvert Repair at Paige Road and Memorial Drive Bridge Culvert Repair at Paige Road and Memorial Drive 154 City of The Colony - Bridge Culvert Repair at Paige Rd. and Memorial Dr. JR WEST TEXAS CONCRETE, LLC F&F CONCRETE, LLC STOIC CIVIL JBM EXCAVATION, LLC TALBERT COMPANIES CAPKO CONCRETE STRUCTURES LLC IBCTX, LLC JAGOE PUBLIC COMPANY MACIAS SPECIALITY CONTRACTING, LLC TOTAL BID $489,250.00 $518,000.00 $560,420.00 $582,200.00 $623,030.00 $632,000.00 $803,650.00 $1,233,475.00 Addenda Yes Yes Yes Yes Yes Yes Yes Yes Bid Bond Yes Yes Yes Yes Yes Yes Yes Yes Bids Certified by: BID #69-23-12 BID SUMMARY City of The Colony Project Manager: Robert Kotasek Walter P Moore Project Manager: Ernest Fields, PE Bid Opening: October 12, 2023 155 Project: Date: Unit Cost Total Cost Unit Cost Total Cost Unit Cost Total Cost Unit Cost Total Cost Unit Cost Total Cost Unit Cost Total Cost Unit Cost Total Cost Unit Cost Total Cost Unit Cost Total Cost 1 1 LS Construction Staking, work fully performed, complete in place $3,000.00 $3,000.00 $7,500.00 $7,500.00 $2,000.00 $2,000.00 $5,000.00 $5,000.00 $30,000.00 $30,000.00 $3,000.00 $3,000.00 $50,000.00 $50,000.00 $25,000.00 $25,000.00 2 1 LS Erosion Control, implemented and maintained, including preparation of Notice of Intent and Notice of Termination, work fully performed, complete in place $3,500.00 $3,500.00 $10,000.00 $10,000.00 $6,000.00 $6,000.00 $10,000.00 $10,000.00 $25,000.00 $25,000.00 $10,000.00 $10,000.00 $25,000.00 $25,000.00 $65,000.00 $65,000.00 3 1300 LF Silt Fence, furnish and install complete in place $6.00 $7,800.00 $15.00 $19,500.00 $3.00 $3,900.00 $10.00 $13,000.00 $6.00 $7,800.00 $4.00 $5,200.00 $10.00 $13,000.00 $10.00 $13,000.00 4 1 EA Rock Check Dam, furnish and install work fully performed, complete in place $500.00 $500.00 $300.00 $300.00 $4,000.00 $4,000.00 $2,500.00 $2,500.00 $5,000.00 $5,000.00 $3,000.00 $3,000.00 $7,500.00 $7,500.00 $15,000.00 $15,000.00 5 1 EA Stabilized Construction Entrance, furnish and install, work fully performed, complete in place $1,000.00 $1,000.00 $2,000.00 $2,000.00 $4,000.00 $4,000.00 $2,000.00 $2,000.00 $5,000.00 $5,000.00 $4,000.00 $4,000.00 $7,500.00 $7,500.00 $15,000.00 $15,000.00 6 1 EA Inlet Protection, furnish and install, work fully performed, complete in place $1,000.00 $1,000.00 $300.00 $300.00 $300.00 $300.00 $2,000.00 $2,000.00 $2,500.00 $2,500.00 $200.00 $200.00 $600.00 $600.00 $650.00 $650.00 7 1 LS Mobilization and General Site Preparation, work fully performed, complete in place $30,000.00 $30,000.00 $7,500.00 $7,500.00 $54,000.00 $54,000.00 $40,000.00 $40,000.00 $10,000.00 $10,000.00 $60,000.00 $60,000.00 $79,000.00 $79,000.00 $310,000.00 $310,000.00 8 1 LS Traffic Control, work fully performed, complete in place $3,500.00 $3,500.00 $8,000.00 $8,000.00 $11,000.00 $11,000.00 $15,000.00 $15,000.00 $10,000.00 $10,000.00 $15,000.00 $15,000.00 $50,000.00 $50,000.00 $75,000.00 $75,000.00 9 1100 SY Clearing and Grubbing, work fully performed, complete in place $5.00 $5,500.00 $13.50 $14,850.00 $4.00 $4,400.00 $10.00 $11,000.00 $5.00 $5,500.00 $32.00 $35,200.00 $20.00 $22,000.00 $7.50 $8,250.00 10 2 EA Tree Protection, work fully performed, complete in place $100.00 $200.00 $400.00 $800.00 $400.00 $800.00 $500.00 $1,000.00 $5,000.00 $10,000.00 $500.00 $1,000.00 $2,000.00 $4,000.00 $750.00 $1,500.00 11 330 CY Excavation, work fully performed, complete in place $30.00 $9,900.00 $65.00 $21,450.00 $50.00 $16,500.00 $50.00 $16,500.00 $50.00 $16,500.00 $50.00 $16,500.00 $25.00 $8,250.00 $75.00 $24,750.00 12 310 CY Site Excavated Fill, furnish and install, work fully performed, complete in place $40.00 $12,400.00 $85.00 $26,350.00 $69.00 $21,390.00 $50.00 $15,500.00 $100.00 $31,000.00 $80.00 $24,800.00 $50.00 $15,500.00 $50.00 $15,500.00 13 350 SY Rock Riprap, work fully performed, construct complete in place $60.00 $21,000.00 $150.00 $52,500.00 $100.00 $35,000.00 $200.00 $70,000.00 $300.00 $105,000.00 $190.00 $66,500.00 $250.00 $87,500.00 $300.00 $105,000.00 14 150 SY Additional Rock Riprap, work fully performed, construct complete in place $60.00 $9,000.00 $150.00 $22,500.00 $100.00 $15,000.00 $200.00 $30,000.00 $300.00 $45,000.00 $190.00 $28,500.00 $200.00 $30,000.00 $325.00 $48,750.00 15 150 SY Sod, work fully performed, construct complete in place $10.00 $1,500.00 $32.00 $4,800.00 $20.00 $3,000.00 $18.00 $2,700.00 $15.00 $2,250.00 $80.00 $12,000.00 $40.00 $6,000.00 $10.00 $1,500.00 16 55 LF Remove and Replace Concrete Curb, work fully performed, construct complete in place $60.00 $3,300.00 $50.00 $2,750.00 $125.00 $6,875.00 $80.00 $4,400.00 $15.00 $825.00 $150.00 $8,250.00 $150.00 $8,250.00 $25.00 $1,375.00 17 110 SY Remove and Replace Concrete Sidewalk, work fully performed, construct complete in place $140.00 $15,400.00 $90.00 $9,900.00 $275.00 $30,250.00 $90.00 $9,900.00 $65.00 $7,150.00 $180.00 $19,800.00 $200.00 $22,000.00 $95.00 $10,450.00 18 100 LF New Steel Fence, work fully performed, construct complete in place $50.00 $5,000.00 $250.00 $25,000.00 $175.00 $17,500.00 $90.00 $9,000.00 $100.00 $10,000.00 $250.00 $25,000.00 $400.00 $40,000.00 $315.00 $31,500.00 19 1 LS Potholing, work fully performed, construct complete in place $1,500.00 $1,500.00 $5,000.00 $5,000.00 $4,000.00 $4,000.00 $2,000.00 $2,000.00 $3,000.00 $3,000.00 $5,000.00 $5,000.00 $10,000.00 $10,000.00 $5,000.00 $5,000.00 20 1 LS Level A SUE on Gas Line, work fully performed, construct complete in place $5,000.00 $5,000.00 $10,000.00 $10,000.00 $12,000.00 $12,000.00 $2,000.00 $2,000.00 $35,000.00 $35,000.00 $1,000.00 $1,000.00 $30,000.00 $30,000.00 $10,000.00 $10,000.00 21 20 CY Remove and Replace Parallel Wingwall, furnish and install, work fully performed, complete in place $2,500.00 $50,000.00 $2,500.00 $50,000.00 $2,200.00 $44,000.00 $3,000.00 $60,000.00 $500.00 $10,000.00 $2,000.00 $40,000.00 $1,300.00 $26,000.00 $2,250.00 $45,000.00 22 10 SY Remove and Replace Concrete Road Pavement, furnish and install, work fully performed, complete in place $150.00 $1,500.00 $175.00 $1,750.00 $350.00 $3,500.00 $200.00 $2,000.00 $148.00 $1,480.00 $620.00 $6,200.00 $800.00 $8,000.00 $850.00 $8,500.00 23 1 EA Remove and Replace Storm Inlet, furnish and install, work fully performed, complete in place $13,000.00 $13,000.00 $6,500.00 $6,500.00 $8,600.00 $8,600.00 $12,000.00 $12,000.00 $7,000.00 $7,000.00 $15,000.00 $15,000.00 $8,000.00 $8,000.00 $25,000.00 $25,000.00 24 60 CY Remove Existing Flared Wingwall, furnish and install, work fully performed, complete in place $20.00 $1,200.00 $500.00 $30,000.00 $115.00 $6,900.00 $200.00 $12,000.00 $60.00 $3,600.00 $300.00 $18,000.00 $80.00 $4,800.00 $250.00 $15,000.00 25 60 CY New Custom Flared Wingwall, furnish and install, work fully performed, complete in place $2,000.00 $120,000.00 $1,100.00 $66,000.00 $1,550.00 $93,000.00 $2,500.00 $150,000.00 $500.00 $30,000.00 $1,000.00 $60,000.00 $1,300.00 $78,000.00 $1,500.00 $90,000.00 26 15 CY Remove Concrete Headwall, furnish and install, work fully performed, complete in place $50.00 $750.00 $500.00 $7,500.00 $800.00 $12,000.00 $300.00 $4,500.00 $75.00 $1,125.00 $300.00 $4,500.00 $150.00 $2,250.00 $250.00 $3,750.00 27 15 CY Replace Concrete Headwall, furnish and install, work fully performed, complete in place $2,000.00 $30,000.00 $1,100.00 $16,500.00 $2,800.00 $42,000.00 $2,000.00 $30,000.00 $500.00 $7,500.00 $2,000.00 $30,000.00 $1,300.00 $19,500.00 $1,500.00 $22,500.00 28 100 LF Remove Existing Metal Guard Rail, furnish and install, work fully performed, complete in place $10.00 $1,000.00 $25.00 $2,500.00 $10.00 $1,000.00 $10.00 $1,000.00 $500.00 $50,000.00 $20.00 $2,000.00 $20.00 $2,000.00 $100.00 $10,000.00 29 1 LS Reuse Existing Metal Guard Rail, furnish and install, work fully performed, complete in place $2,800.00 $2,800.00 $6,000.00 $6,000.00 $3,500.00 $3,500.00 $1,000.00 $1,000.00 $1,000.00 $1,000.00 $3,850.00 $3,850.00 $6,000.00 $6,000.00 $3,500.00 $3,500.00 30 15 CY Moment Slab, furnish and install, work fully performed, complete in place $2,000.00 $30,000.00 $1,100.00 $16,500.00 $2,275.00 $34,125.00 $800.00 $12,000.00 $750.00 $11,250.00 $1,500.00 $22,500.00 $1,300.00 $19,500.00 $1,500.00 $22,500.00 31 90 SF Concrete Repair at Box Culverts, furnish and install, work fully performed, complete in place $100.00 $9,000.00 $25.00 $2,250.00 $122.00 $10,980.00 $30.00 $2,700.00 $45.00 $4,050.00 $100.00 $9,000.00 $200.00 $18,000.00 $400.00 $36,000.00 32 15 CY Concrete Apron, furnish and install, work fully performed, complete in place $2,000.00 $30,000.00 $900.00 $13,500.00 $1,100.00 $16,500.00 $500.00 $7,500.00 $900.00 $13,500.00 $1,800.00 $27,000.00 $1,300.00 $19,500.00 $2,500.00 $37,500.00 33 40 CY Additional Concrete, furnish and install, work fully performed, complete in place $1,200.00 $48,000.00 $700.00 $28,000.00 $500.00 $20,000.00 $500.00 $20,000.00 $900.00 $36,000.00 $250.00 $10,000.00 $1,000.00 $40,000.00 $2,500.00 $100,000.00 34 80 EA Efflorescence Cleaning at Box Culvert Joints, furnish and install, work fully performed, complete in place $150.00 $12,000.00 $250.00 $20,000.00 $155.00 $12,400.00 $50.00 $4,000.00 $1,000.00 $80,000.00 $500.00 $40,000.00 $450.00 $36,000.00 $400.00 $32,000.00 $489,250.00 $518,000.00 $560,420.00 $582,200.00 $623,030.00 $632,000.00 $803,650.00 $1,233,475.00 $0.00 Item No. 10/18/2023 Total Quantity Unit Description COMPANY JBM EXCAVATION, LLC COMPANY JR WEST TEXAS CONCRETE, LLC COMPANY F&F CONCRETE, LLC TOTAL BID TABULATION - BID #69-23-12 COMPANY COMPANY CAPKO CONCRETE STRUCTURES LLC IBCTX, LLC Bridge Culvert Repair at Paige Rd. and Memorial Dr. COMPANY MACIAS SPECIALITY CONTRACTING, LLC COMPANY STOIC CIVIL COMPANY TALBERT COMPANIES COMPANY JAGOE PUBLIC COMPANY 156 214.740.6200 main 500 North Akard, Suite 2300 · Dallas, Texas 75201 October 24, 2023 TO: Mr. Ron Hartline, PE Director of Engineering 6800 Main Street The Colony, TX 75056 RE: Bridge Culvert Repair at Paige Rd. and Memorial Dr. – The Colony, Texas City of the Colony Bid #69-23-12 Walter P. Moore and Associates Project No M04.22012.00 Recommendation of Award Dear Mr. Hartline: We have reviewed the final bids from each contractor for the above referenced project. There were 8 responsive bids ranging from $489,250 to $1,233,475. There was one bid submitted by Macias Specialty Contracting, LLC that didn’t include the bid form which we are referring to as a non-responsive bid. We have performed a tabulation of the bids. We did identify math errors in the Stoic Civil Construction bid and the Talbert Companies bid, but the errors do not affect the bid results. Final Checked Bid JR West Texas Concrete, LLC $ 489,250 F&F Concrete, LLC $ 518,000 Stoic Civil Construction, Inc. $ 560,420 JBM Excavation, LLC $ 582,200 Talbert Companies, LLC $ 623,030 Capko Concrete Structures, LLC $ 632,000 IBCTX, LLC $ 803,650 Jagoe Public Company $ 1,233,475 Macias Specialty Contracting, LLC Nonresponsive The low bidder is JR West Texas Concrete, LLC (JR West) with a bid that was slightly lower than our final Engineer’s Estimate of Probable Cost of $498,000. We contacted Charles Howard with JR West and he promptly provided a list of similar projects with references. We contacted a number of the references and visited with City representatives from Burleson, Watauga, and Keene. All had positive feedback regarding the JR West, particularly relating to Charles Howard, the proposed project manager from JR West for this project. Representatives from Watauga and Keene both said their projects went smoothly without incident. The Burleson representative indicated that there were issues on their project with a Utility Subconsultant and with some gaps in the design drawings. He indicated that Charles Howard handled these issues quickly and professionally. All three city representatives stated that they would be happy to work with JR West again on future projects. 157 October 24, 2023 City of The Colony - Bridge Culvert Repair at Paige Rd. and Memorial Dr M04.22012.00 Page 2 of 2 We recommend that the City accept the bid and award the contract to JR West Texas Concrete, LLC. If you have any questions, please don’t hesitate to contact us at 214.740.6200. Sincerely, Walter P. Moore and Associates, Inc. Ernest L. Fields, P.E. Senior Principal 158 Existing Bridge Culvert at Paige Road and Memorial Drive 159 Existing Bridge Culvert at Paige Road and Memorial Drive 160 Existing Bridge Culvert at Paige Road and Memorial Drive 161 Existing Bridge Culvert at Paige Road and Memorial Drive 162 Existing Bridge Culvert at Paige Road and Memorial Drive 163 Existing Bridge Culvert at Paige Road and Memorial Drive 164 Existing Bridge Culvert at Paige Road and Memorial Drive 165 FINANCIAL SUMMARY: Are budgeted funds available: Yes Amount budgeted/available: $500,000.00 (Design and Construction) $ 50,000.00 (Storm Water General Contractual Services) Fund(s) (Name and number): 895-669-6420 Project Number 2383 200-671-6213 Cost of recommended contract award: $ 489,250.00 Total estimated project cost: $ 56,500.00 Engineering Already authorized: Yes $ 489,250.00 Construction Already authorized: No $ 545,750.00 Total estimated costs 166 CITY OF THE COLONY, TEXAS RESOLUTION NO. 2023 - _______ A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF THE COLONY, TEXAS, AUTHORIZING THE CITY MANAGER TO EXECUTE A CONSTRUCTION SERVICES CONTRACT BETWEEN THE CITY OF THE COLONY AND JR WEST TEXAS CONCRETE, LLC. FOR THE BRIDGE CULVERT REPAIR AT PAIGE ROAD AND MEMORIAL DRIVE; AND PROVIDING AN EFFECTIVE DATE. WHEREAS, the City Council has determined that it is in the best interest of the citizens to award a bid to JR West Texas Concrete, LLC. for the Bridge Culvert Repair at Paige Road and Memorial Drive; and NOW,THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF THE COLONY, TEXAS, THAT: Section 1.That the City Manager of the City of The Colony, Texas hereby awards a bid to JR West Texas Concrete, LLC. in the amount of $489,250.00 for such work. Section 2. That the City Manager or his designee is authorized to issue the appropriate purchase order(s) in accordance with the bid award. Section 3.This resolution shall take effect immediately from and after its adoption and it is so resolved. PASSED AND APPROVED BY THE CITY COUNCIL OF THE CITY OF THE COLONY, TEXAS, THIS THE 8TH DAY OF NOVEMBER 2023. _____________________________ Richard Boyer, Mayor City of The Colony, Texas ATTEST: ___________________________________ Tina Stewart, TRMC, CMC, City Secretary APPROVED AS TO FORM: ___________________________________ Jeffrey L. Moore, City Attorney 167 Agenda Item No:4.15 CITY COUNCIL Agenda Item Report Meeting Date: November 8, 2023 Submitted by: Robert Kotasek Submitting Department: Engineering Item Type: Resolution Agenda Section: Subject: Consider approving a resolution authorizing the City Manager to execute a Construction Services Contract in the amount of $650,000.00 with URETEK USA, Inc. for the Citywide Roadway Lifting Services Project. (Hartline) Suggested Action: Background: City Council approved funding for the Citywide Roadway Lifting Services Project in the 2023-2024 budget. The project’s scope of work consists of lifting various settled pavement areas along Lebanon Road, residential streets in the Tribute subdivision and other locations along roadways within the city. The proposed work is for soil densification and lifting to strengthen base and sub-base soils under the concrete pavement by furnishing and injecting expansive URETEK 486 STAR polymer polyurethane material into the foundation soils beneath the pavement through holes and/or injection tubes. All work will be done per the price list taken from the Buy Board (https://www.buyboard.com) and pricing is based off of Buy Board Contract #635-21 that is through URETEK USA, Inc. and includes all the necessary materials and equipment to complete the roadway lifting services. URETEK USA recently performed work on several streets in the Tribute subdivision and city staff were very satisfied with the work completed. City staff checked the references for this firm and received positive feedback from both the City of Garland and North Gate Constructors and recommends approval of the contract in the amount of $ 650,000.00 with this company. Attachments: Construction Services Contract Financial Summary Photos of Lifting Services and Existing Lebanon Road Res. 2023-xxx Construction Services Contract - URETEK USA, Inc..doc 168 1-1 Contract Documents STANDARD FORM OF AGREEMENT BETWEEN OWNER AND CONTRACTOR ON THE BASIS OF A STIPULATED PRICE THIS AGREEMENT is dated as of the 1st day of October in the year 2023 by and between the CITY OF THE COLONY, TEXAS, a municipal corporation (hereinafter called OWNER) and URETEK USA, Inc. (hereinafter called CONTRACTOR). OWNER and CONTRACTOR, in consideration of the mutual covenants hereinafter set forth, agree as follows: Article 1. WORK. CONTRACTOR shall complete all Work as specified or indicated in the Contract Documents. The Work is generally described as follows: The scope of work consists of lifting the various settled areas along Lebanon Road, residential streets in the Tribute subdivision and other locations along roadways within the city. The lifting to be performed includes all the necessary materials and equipment to complete the roadway lifting services for the drainage improvements necessary on various roadways in the City of The Colony. The proposed work is for soil densification to strengthen base and sub-base soils under the concrete pavement by furnishing and injecting expansive URETEK 486 STAR polymer polyurethane material into the foundation soils beneath the pavement through holes and/or injection tubes. All work will be done per the price list taken from the Buy Board (https://www.buyboard.com) and pricing is based off of Buy Board Contract #635-21 that is through URETEK USA, Inc. All of the above shall be done in accordance with TxDOT, City of The Colony and NTTA specifications with the City of the Colony’s Addenda and as per instructions of the City of The Colony City Engineer. All construction sequencing and any necessary barricading will be done according to the TxDOT and NTTA Standards. CITYWIDE ROADWAY LIFTING SERVICES PROJECT City of The Colony Article 2. ENGINEER. Contract administration will be provided by the City of The Colony Engineering Department who is hereinafter called ENGINEER and who is to act as OWNER's representative, assume all duties and responsibilities and have the rights and authority assigned to the ENGINEER in the Contract Documents in connection with completion of the Work in accordance with the Contract Documents. Article 3. CONTRACT TIME. 3.1. The Work will be completed within 260 calendar days after Notice to Proceed which includes 15 inclement weather days. 169 1-2 Contract Documents Article 4. CONTRACT PRICE. 4.1. Services will be authorized on a project task order basis. An initial project estimate will be provided by the CONTRACTOR for each repair area. Once the CONTRACTOR receives authorization to perform the work, coordination and performance of the work may begin. 4.2. OWNER shall pay CONTRACTOR for completion of the work per the price list taken from the Buy Board that is through URETEK USA, Inc. The costs for 8” pavement lifting and void stabilization shall be $24.00 per cubic foot which converts to $6.00 per pound. The contract sum shall not exceed the amount of $ 650,000.00 unless authorized in writing by the City. Article 5. PAYMENT PROCEDURES. CONTRACTOR shall submit monthly Applications for Payment to ENGINEER 5.1. Progress Payments. OWNER shall make monthly progress payments in accordance with the Contract lump sum price on the basis of CONTRACTOR's Applications for Payment as recommended by ENGINEER, each month during construction until work is completed and accepted by the City. All progress payments will be made on the basis of the percentage of the work completed. Article 6. INTEREST. No interest shall ever be due on late payments. Article 7. CONTRACT DOCUMENTS. The Contract Documents which comprise the entire agreement between OWNER and CONTRACTOR concerning the Work consist of the following: 7.1. This Agreement (pages 1-1 through 1-6, inclusive). 7.2. Documentation submitted by CONTRACTOR prior to Notice of Award. 7.3. Certificate of Insurance Information. 7.4. A two-year unconditional warranty against settlement of more than 1/2” of the injected areas. This two-year unconditional warranty on workmanship shall begin after acceptance of work. 7.5. All pricing for the products installed will match the Buy Board program through URETEK USA, Inc. 170 1-3 Contract Documents Article 8. MISCELLANEOUS. 8.1. Terms used in this Agreement which are defined in Item 101.1 of the General Provisions will have the meanings indicated in the General Provisions. 8.2. No assignment by a party hereto of any rights under or interests in the Contract Documents will be binding on another party hereto without the written consent of the party sought to be bound; and specifically but without limitation moneys that may become due and moneys that are due may not be assigned without such consent (expect to the extent that the effect of this restriction may be limited by law), and unless specifically stated to the contrary in any written consent to an assignment no assignment will release or discharge the assignor from any duty or responsibility under the Contract Documents. 8.3. OWNER and CONTRACTOR each binds itself, its partners, successors, assigns and legal representatives to the other party hereto, its partners, successors, assigns and legal representatives in respect of all covenants, agreements and obligations contained in the Contract Documents. Article 9. INSURANCE REQUIREMENTS It is understood and agreed as a part of this contract that the CONTRACTOR shall indemnify, save and hold the City harmless from any and all claims, demands or damages which result from any injury, loss or liability as a result of CONTRACTOR’S performance of this contract, including any for which it might be contended that the City is negligent. In that regard CONTRACTOR shall carry: COMPREHENSIVE GENERAL LIABILITY AND CONTRACTOR’S INSURANCE: LIMITS: COMBINED SINGLE LIMIT BODILY INJURY AND PROPERTY DAMAGE $1,000,000.00 EACH OCCURRENCE $2,000,000.00 AGGREGATE (PER PROJECT ENDORSEMENT) (PER LOCATION ENDORSEMENT) AUTOMOBILE LIABILITY: LIMITS: COMBINED SINGLE LIMIT BODILY INJURY AND PROPERTY DAMAGE - $1,000,000.00 PER OCCURRENCE It is understood that the purpose of the insurance required herein is to cover any liability that may result, not only against the CONTRACTOR but also against the City, as a result of CONTRACTOR’S performance of this contract. Therefore, such insurance shall not include any exclusion, which may be relied upon to cause the City not to be covered. Generally the insurance coverage shall be provided by a company rated A+ or A in the current Best Key Rating Guides. All insurance other than Worker's Compensation shall be of the occurrence type. The company shall be one acceptable to the OWNER and more specifically shall be adequately capitalized and rated and shall be a company admitted in Texas. At the time of the execution of the contract and before commencing work, the CONTRACTOR shall submit to the OWNER a certificate of insurance in favor of the OWNER 171 1-4 Contract Documents with a 30-day notice of cancellation, naming the “City of The Colony” as an additional insured and showing that the CONTRACTOR has the coverage required herein. All coverage shall include a waiver of subrogation clause in favor of the OWNER. The CONTRACTOR shall also file with the OWNER valid Certificates of Insurance covering all sub-contractors. WORKMAN’S COMPENSATION AND EMPLOYER’S LIABILITY: CONTRACTOR shall carry Worker’s Compensation and Employer’s Liability. LIMITS: WORKERS’ COMPENSATION STATUTORY EMPLOYER’S LIABILITY $1,000,000.00 PER OCCURRENCE A certificate of insurance must be attached showing that the CONTRACTOR has coverage providing for payment of benefits as specified by the Worker’s Compensation Law of the State of Texas. After award of contract, Contractor will provide Owner with Certificate of Insurance which will be executed and bound here with final documents. A certificate of insurance must be provided with this contract showing that the CONTRACTOR has coverage providing for payment of benefits as specified by the Worker’s Compensation Law of the State of Texas. Article 10: EXISTING UTILITIES AND SERVICE LINES: The Contractor shall be responsible for the protection of all existing utilities and service lines crossed or exposed by the construction operations. Where existing utilities and service lines are cut, broken or damaged, the CONTRACTOR shall replace the utilities and service lines with the same type of original construction, or better, at his own cost and expense. If it is necessary to change or move the property of any owner or of a public utility, such property shall not be moved or interfered with until authorized by the ENGINEER. The right is reserved to the owner of any public utility to enter upon the limits of the project for the purpose of making such changes or repairs of their property that may be made necessary by the performance of this contract. The Contractor shall contact the following utility companies 72 hours prior to doing any work in the area: a) Texas One Call PH (800) 245-4545 b) City of The Colony Water Department locate@thecolonytx.gov c) Oncor Electric PH (940) 497-7510 d) Atmos Energy PH (972) 881-4161 e) AT&T PH (972) 569-3010 f) Time Warner Cable PH (214) 320-5435 g) CoServ Electric PH (940) 321-7800 h) CoServ Gas PH (940)321-7800 i) DIGTESS PH (800) 344-8377 j) Parks Irrigation Specialist PH (214) 236-8520 k) Grande Communications PH (940) 270-9600 172 1-5 Contract Documents Article 11: PROTECTION OF SITE: The CONTRACTOR shall protect all structures, walks, pipelines, sprinkler systems, trees, shrubbery, lawns and other improvements during the progress of his work, and shall remove from the site all debris and unused materials at the CONTRACTORS’ expense. In the event the CONTRACTOR damages any of the improvements previously listed during construction activities, CONTRACTOR shall replace the damaged improvement to its original condition without compensation from the OWNER. Article 12: BARRICADES AND DANGER SIGNALS: Where the work is found to need barricading in case of any additional work found needed or the thru street traffic is impacted for more than 24 hours in one of the areas on the street, the CONTRACTOR shall furnish, erect, maintain, and remove such barricades, fences, lights, control signs and other danger signals; CONTRACTOR shall provide such watchmen and shall take such other precautionary measures for the protection of persons or property and of the work as necessary. Barricades shall conform to the Texas Manual on Uniform Traffic Control Devices, Latest Edition. From sunset to sunrise, the CONTRACTOR shall furnish and maintain sufficient lights at each barricade. A sufficient number of barricades shall be erected to keep vehicles from being driven on or into any work under construction. The CONTRACTOR shall furnish watchmen in sufficient number to protect the work. All items associated with traffic control shall be included at no extra pay unless specified otherwise in the Contract Documents. If found necessary The CONTRACTOR must submit a Traffic Control Plan for approval by the OWNER prior to the removal and/or installation of any traffic control devices needed for the project that may be needed to be placed on the street more than 24 hours due to an unforeseen issue. The CONTRACTOR will be held responsible for all damage to the work due to the failure of barricades, signs, lights and watchmen to protect it, and whenever evidence is found of such damage, the ENGINEER may order the damaged portion immediately removed and replaced by the CONTRACTOR at his cost and expense. The CONTRACTOR’S responsibility for the maintenance of barricades, signs, lights and for providing watchmen shall not cease until the OWNER has accepted the project. Article 13: SUBMITTALS SUBMITTED FOR APPROVAL: The CONTRACTOR shall submit for the approval of the OWNER, prior to commencing work, for any concrete needed, epoxy, high strength mortar, traffic control plans and other materials necessary to perform the work for this project. Article 14: CLEANUP FOR FINAL ACCEPTANCE The CONTRACTOR shall make a final cleanup of all parts of the work before final acceptance by the OWNER. This cleanup shall include, among other things, the removal of all objectionable rocks, pieces of concrete and other construction materials, and in general preparing the site of the work in an orderly manner true to original grade and appearance. 173 174 FINANCIAL SUMMARY: Are budgeted funds available: Yes Amount budgeted/available: $ 650,000.00 Fund(s) number and Account #: Fund 895-669-6420, Project Number 2468 ($ 500,000.00) (Lift Lebanon Road pavement at Tribute where uneven) Fund 710-669-6421, Project Number 2475 ($ 150,000.00) (Tribute Water Ponding- City Portion) Source of Funds: 2023-2024 General Fund Special Capital Projects 2023-2024 Storm Water Utility Funding Cost of recommended construction services contract award: $ 650,000.00 Total estimated project cost: $ 0.00 Engineering $ 650,000.00 Construction Already authorized Yes  No $ 650,000.00 Total estimated costs 175 Photos of Pavement Lifting by URETEK USA 176 Photos of Pavement Lifting by URETEK USA 177 Photos of Existing Areas in Tribute Subdivision Before Pavement Lifting Performed 178 Photos of Existing Areas in Tribute Subdivision Before Pavement Lifting Performed 179 Photos of Existing Areas in Tribute Subdivision Before Pavement Lifting Performed 180 Photos of Existing Areas in Tribute Subdivision Before Pavement Lifting Performed 181 Lebanon Road Existing Conditions 182 Lebanon Road Existing Conditions 183 Lebanon Road Existing Conditions 184 CITY OF THE COLONY, TEXAS RESOLUTION NO. 2023 – ________ A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF THE COLONY, TEXAS, AUTHORIZING THE CITY MANAGER TO EXECUTE A CONSTRUCTION SERVICES CONTRACT BY AND BETWEEN THE CITY OF THE COLONY AND URETEK USA, INC. FOR THE CITYWIDE ROADWAY LIFTING SERVICES PROJECT; AND PROVIDING AN EFFECTIVE DATE. WHEREAS, the City and Consultant have entered into a Constructions Services Contract for the Citywide Roadway Lifting Services Project; and WHEREAS, the City has determined that it is in the best interest of the City to enter into the contract with URETEK USA, Inc.; and WHEREAS, with this contract, the City of The Colony is agreeing to the services not to exceed the amount of $650,000.00 for such work. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF THE COLONY, TEXAS, THAT: Section 1.The Construction Services Contract, 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. 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 AND APPROVED BY THE CITY COUNCIL OF THE CITY OF THE COLONY, TEXAS THIS 8TH DAY OF NOVEMBER 2023. _____________________________ Richard Boyer, Mayor City of The Colony, Texas ATTEST: ___________________________________ Tina Stewart, TRMC, CMC, City Secretary 185 APPROVED AS TO FORM: ___________________________________ Jeffrey L. Moore, City Attorney 186 Agenda Item No:5.1 CITY COUNCIL Agenda Item Report Meeting Date: November 8, 2023 Submitted by: Tina Stewart Submitting Department: City Secretary Item Type: Ordinance Agenda Section: Subject: Conduct a public hearing, discuss and consider an appeal of denial, revocation, or suspension of a short-term rental license for 3805 Overlook Court, The Colony, Texas. (Perez/Browder) Suggested Action: Per Sec. 8-88 a licensee of a short-term rental who has had their license suspended or revoked by the City Manager may appeal the decision to the City Council. The licensee of 3805 Overlook Court has submitted a request to appeal the suspension of their short-term rental license by the City Manager and this item serves as the hearing for Council to consider the appeal. Staff will present all of the evidence gathered so far supporting the license suspension decision by the City Manager for Council to consider in their decision to uphold the suspension or not. Attachments: 187 Agenda Item No:5.2 CITY COUNCIL Agenda Item Report Meeting Date: November 8, 2023 Submitted by: Isaac Williams Submitting Department: Planning Item Type: Ordinance Agenda Section: Subject: Discuss and consider an ordinance regarding the Site Plan application of “Club Carwash,” an approximately 4,970 square-foot car wash and auto laundry building with a single tunnel and approximately 19 vacuum stalls within Lot R6A-3, Block 1, in the Wal-Mart Addition. The subject site is located at 4675 State Highway 121 in the General Retail (GR) Zoning District and the Gateway Overlay District. (Williams) Suggested Action: Please see the attached staff report, drawings, maps and illustrations for detailed land use, site layout and staff recommendations Attachments: SP23-0009-Club Carwash Site Plan CC Staff Report.doc SP23-0009-Club Carwash CC exhibits.pdf Ord. 2023-xxxx Club Carwash Site Plan.docx 188 1 CITY COUNCIL REPORT AGENDA DATE:November 8, 2023 DEPARTMENT:Planning and Development Department SUBJECT:SP23-0009 – Club Carwash – Site Plan Discuss and consider an ordinance regarding the Site Plan application of “Club Carwash,” an approximately 4,970 square-foot car wash and auto laundry building with a single tunnel and approximately 19 vacuum stalls within Lot R6A-3, Block 1, in the Wal-Mart Addition. The subject site is located at 4675 State Highway 121 in the General Retail (GR) Zoning District and the Gateway Overlay District. OWNER/APPLICANT Owner: 4675 SH 121 Holdings, LLC Jupiter, FL Applicant:Clay Cristy Bedford, TX ClayMoore Engineering EXISTING CONDITION OF PROPERTY The subject site is developed with the unoccupied Golden Corral restaurant. ADJACENT ZONING AND LAND USES North General Retail (GR) - Mixed commercial (shopping center) South State Highway 121 East General Retail (GR) - Mixed commercial (shopping center) West Business Park (BP) – Hotel (La Quinta Inn) and Restaurant (Texas Roadhouse) PROPOSED DEVELOPMENT The applicant request Site Plan consideration for an approximately 4,970 square-foot car wash and auto laundry building with associated vacuum stalls. DEVELOPMENT REVIEW COMMITTEE (DRC) REVIEW The Development Review Committee (DRC) finds that the proposed Site Plan is consistent with the Zoning Ordinance requirements and Gateway Overlay where applicable. The DRC recommends approval. PRIOR ACTION The City of The Colony’s Planning and Zoning Commission at its meeting on October 24, 2023 approved the request (7-0) regarding SP23-0009 the Site Plan application of “Club Carwash.” ATTACHMENTS 1. Staff Analysis 2. Location Map 3. Project Narrative 4. Proposed Development Plans 189 2 ATTACHMENT 1 Land Use Analysis The applicant intends to redevelop the site with a standalone carwash establishment and express drive-thru restaurant or similar; the subject site is the carwash portion of the redevelopment. The redevelopment will utilize the existing property boundaries and a majority of the existing flatwork. The applicant’s site plan reflects the intent to demolish the vacant Golden Corral building and develop the proposed use. The site is located within the General Retail (GR) zoning district where carwash uses require SUP approval as established by Ordinance No. 2023-2500. However, the applicant introduced this development prior to the ordinance change and is vested under the previous allowance. Circulation and Parking The access is provided from SH 121 and existing cross access connections from the east and north. The applicant’s request is intended to be the most optimal building configuration and lot layout with respect to existing cross access, lot dimensions, and Gateway requirements. Redevelopment includes the use of the existing row of parking spaces along SH 121, established with the development of the Golden Corral restaurant. Those spaces encroach into the required 25-foot front yard setback and the applicant received approval from the Board of Adjustment on August 17, 2022 to allow the continued use of the row of parking within the 25-foot setback (parking within the required setback is was prohibited under Section 13-101; this has subsequently been repealed). The proposed design, utilizes existing mutual access drives and facilitates required connectivity to adjacent development and future development. Vacuum stalls are located interior to the site, and are screened from SH 121 by the main building. As proposed, the subject site will otherwise be developed in compliance with the heightened design requirements of the Gateway Overlay District. The development plans reflect building aesthetics and landscape design consistent with newer development in the Gateway. Landscape shall be provided in accordance with the Gateway Overlay District and landscape requirements reflected in Section 17A. Landscaping and Buffering The landscape plan reflects the planting of various canopy trees, small ornamental trees, shrubs, and ground cover consistent with development within the Gateway Overlay District. The landscape plan reflects the uses of existing buffers along SH 121, and the establishment of transitional/ perimeter buffers along the other property lines. Plantings within these buffers offer screening of the vehicular areas of the site. All landscaping will be irrigated in compliance with City standards. Building Elevations The building contains the carwash tunnel, administrative office and storage. The design is congruent with carwash uses, but is also consistent with the intent of the Gateway Overlay District. The design reflects a mix of architectural elements for visual interest such as vertical and 190 3 horizontal articulations, awnings and glazing and material changes, including the use of masonry and color changes. Development Review Committee Review The Development Review Committee (DRC) finds that the proposed Site Plan is consistent with the Zoning Ordinance requirements and Gateway Overlay where applicable. The DRC recommends approval. 191 192 193 194 195 196 197 198 199 CITY OF THE COLONY, TEXAS ORDINANCE NO. 2023 - ________ SITE PLAN – CLUB CARWASH AN ORDINANCE OF THE CITY COUNCIL OF THE CITY OF THE COLONY, TEXAS, APPROVING A SITE PLAN APPLICATION FOR “CLUB CARWASH,” AN APPROXIMATELY 4,970 SQUARE-FOOT CAR WASH AND AUTO LAUNDRY BUILDING WITH A SINGLE TUNNEL AND APPROXIMATELY 19 VACUUM STALLS WITHIN LOT R6A-3, BLOCK 1, IN THE WAL-MART ADDITION THE SUBJECT SITE IS LOCATED AT 4675 STATE HIGHWAY 121 WITHIN THE GENERAL RETAIL (GR) ZONING DISTRICT AND THE GATEWAY OVERLAY DISTRICT; PROVIDING A SEVERABILITY CLAUSE; PROVIDING A REPEALER CLAUSE; AND PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, the Planning and Zoning Commission and the City Council of the City of The Colony, Texas, in compliance with the laws of the State of Texas, and the Code of Ordinances of the City of The Colony, Texas, have given requisite notices and consideration of the site plan application and related plans, and the City Council of the City of The Colony, Texas, is of the opinion and finds that Site Plan Application No. SP23-0009for “Club Carwash,” an approximately 4,970 square-foot car wash and auto laundry building with a single tunnel and approximately 19 vacuum stalls within Lot R6A-3, Block 1, in the Wal-Mart Addition and located at 4675 State Highway 121 within the General Retail Zoning District and the Gateway Overlay District should be approved. NOW, THEREFORE, BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF THE COLONY, TEXAS: SECTION 1. That the findings set forth above are incorporated into the body of this Ordinance as if fully set forth herein. SECTION 2.That the City Council of the City of The Colony, Texas, does hereby approve the Site Plan, Landscape Plan, building elevations and photometric plan applicable to the subject area, copies of which are attached hereto as Exhibit A of this Ordinance. SECTION 3.That it is hereby declared to be the intention of the City Council of the City of The Colony, Texas, that the phrases, clauses, sentences, paragraphs and sections of this Ordinance are severable, and if any phrase, clause, sentence, paragraph or section of this Ordinance shall be declared unconstitutional by the valid judgment or decree of any court of competent jurisdiction, such unconstitutionality shall not affect any of the remaining phrases, clauses, sentences, paragraphs and sections of this Ordinance, since the same would have been enacted by the City Council without the incorporation of this Ordinance of any such unconstitutional phrase, clause, sentence, paragraph or section. SECTION 4. That any provision of any prior ordinance of the City whether codified or uncodified, which are in conflict with any provision of this Ordinance, are hereby repealed to the 200 extent of the conflict, but all other provisions of the ordinances of the City whether codified or uncodified, which are not in conflict with the provisions of this Ordinance, shall remain in full force and effect. SECTION 5. That this Ordinance shall become effective immediately upon its passage. PASSED AND APPROVED BY THE CITY COUNCIL OF THE CITY OF THE COLONY, TEXAS THIS THE 8TH DAY OF NOVEMBER 2023. Richard Boyer, Mayor City of The Colony, Texas ATTEST: Tina Stewart, TRMC, CMC, City Secretary APPROVED AS TO FORM: Jeffrey L. Moore, City Attorney 201 Exhibit A 202 Agenda Item No:5.3 CITY COUNCIL Agenda Item Report Meeting Date: November 8, 2023 Submitted by: Kimberly Thompson Submitting Department: Police Item Type: Resolution Agenda Section: Subject: Discuss and consider approving a resolution authorizing the City Manager to issue a purchase order to Motorola Solutions in the amount of $424,845.67 for the replacement of portable radios through Contract DIR-TSO-4101. (Coulon) Suggested Action: Attachments: Radio Requisition.pdf Radio Quote.pdf Res. 2023-xxx Motorola Solutions.docx 203 204 205 206 207 208 209 210 211 212 213 214 215 216 CITY OF THE COLONY, TEXAS RESOLUTION NO. 2023 - _________ A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF THE COLONY, TEXAS, AUTHORIZING THE CITY MANAGER TO ISSUE A PURCHASE ORDER TO MOTOROLA SOLUTIONS FOR THE REPLACEMENT OF PORTABLE RADIOS; AND PROVIDING AN EFFECTIVE DATE. NOW,THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF THE COLONY, TEXAS, THAT: Section 1.That the City Council of the City of The Colony, Texas hereby authorizes the City Manager to issue a purchase order to Motorola Solutions in the amount of $424,845.67 for the replacement of portable radios through Contract DIR-TSO-4101. Section 2. That the City Manager and/or his designee are authorized to issue said purchase order. Section 3.This resolution shall take effect immediately from and after its passage. PASSED AND APPROVED BY THE CITY COUNCIL OF THE CITY OF THE COLONY, TEXAS, THIS 8TH DAY OF NOVEMBER 2023. ____________________________________ Richard Boyer, Mayor City of The Colony, Texas ATTEST: ____________________________________ Tina Stewart, TRMC, CMC, City Secretary APPROVED AS TO FORM: ____________________________________ Jeffrey L. Moore, City Attorney 217 Agenda Item No:5.4 CITY COUNCIL Agenda Item Report Meeting Date: November 8, 2023 Submitted by: Tina Stewart Submitting Department: Public Works/Water Distribution Item Type: Resolution Agenda Section: Subject: Discuss and consider approving a resolution authorizing the City Manager to issue a purchase order to F&F Concrete in the amount of $4,500,000.00 for the repair and replacement of alleys, streets, and sidewalks. (Whitt) Suggested Action: Attachments: Res. 2023-xxx F&F Concrete.docx 218 CITY OF THE COLONY, TEXAS RESOLUTION NO. 2023 - _________ A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF THE COLONY, TEXAS, AUTHORIZING THE CITY MANAGER TO ISSUE A PURCHASE ORDER TO F&F CONCRETE FOR THE REPAIR AND REPLACEMENT OF ALLEYS, STREETS AND SIDEWALKS; AND PROVIDING AN EFFECTIVE DATE. NOW,THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF THE COLONY, TEXAS, THAT: Section 1.That the City Council of the City of The Colony, Texas hereby authorizes the City Manager to issue a purchase order to F&F Concrete in the amount of $4,500,000.00 for the repair and replacement of alleys, streets and sidewalks. Section 2. That the City Manager and/or his designee are authorized to issue said purchase order. Section 3.This resolution shall take effect immediately from and after its passage. PASSED AND APPROVED BY THE CITY COUNCIL OF THE CITY OF THE COLONY, TEXAS, THIS 8TH DAY OF NOVEMBER 2023. ____________________________________ Richard Boyer, Mayor City of The Colony, Texas ATTEST: ____________________________________ Tina Stewart, TRMC, CMC, City Secretary APPROVED AS TO FORM: ____________________________________ Jeffrey L. Moore, City Attorney 219 Agenda Item No:5.5 CITY COUNCIL Agenda Item Report Meeting Date: November 8, 2023 Submitted by: Robert Kotasek Submitting Department: Engineering Item Type: Resolution Agenda Section: Subject: Discuss and consider approving a resolution authorizing the City Manager to execute an Engineering Services Contract in the amount of $374,500.00 with Quiddity Engineering, LLC. to prepare construction plans and specifications for the Phase 14A Residential Street Reconstruction project. (Hartline) Suggested Action: Summary of Request: This contract will authorize Quiddity Engineering, LLC. to prepare construction plans and contract specifications for the Phase 14A Residential Street Reconstruction project. City Council approved funding for the design of these streets in the 2023/2024 CIP budget. The streets to be designed during this project are listed below. Concrete Streets: King Drive – From Ramsey Drive to Gibson Drive Norris Drive – From Miller Drive to Paige Road Knox Drive – From Miller Drive to Paige Road The concrete streets will be reconstructed to the same width as existing with reinforced concrete pavement. Sidewalk and driveway returns within right-of-ways will also be reconstructed. Storm drains, water/wastewater mains and street lights will also be replaced, as needed. The design contract includes surveying, preparing construction plans and specifications, bidding assistance and construction management services. The total cost of the contract with Quiddity Engineering, LLC. is $ 374,500.00. With approval, the project is anticipated to start construction in August 2024 with an estimated completion in October 2025. Attachments: Location Map Engineering Services Contract Financial Summary Existing Condition Photos Res. 2023-xxx Engineering Services Contract - Quiddity Engineering, LLC.doc 220 6053 Main Street Main Pa ig e Nas h Baker Norris North Colony Blai r Oa ks Slay St rick la nd Roberts Gates Big River Jo y Crawford Glenview S o u t h C olo n y Pe mb erto n Adams Gibson Kno x Perrin John Yates Ash lo ckFryer Larner WagnerHale Pearce St an le y Cur r y Brandenburg Hetherington Phelps Powers Bedford Shannon Walk er B a rtlett K n i g h t Ramsey Miller King Young Ya ge r Keys Pettit Jen n in g s Gr iff in R a g a n A li s t e r Witt Overland Rock Canyon Rockwood Green Hollow Darb y Thompson Watk in s Queen Rolling Hill Archer Kisor Ma ts on Cole M e m o rial Marsh Buc ks ki n M a y e s Augusta Iv ySutton Freeman Bra nchwood Clover Valley Day Spring T a ylo r Hendrix Pa inte r Mountain Valley Pruitt Lakeshore Lookout Bear Run Cook Wilshire Fisher Westwood Phoenix Landmark Creekdale Trailview Lake Ridge Fall River Foster EvansLa ke Vis ta H a m i l t o n G r a h a m M i d d l e t o n Merrell Wom a c k H a c k n e y C a r r i a g e Riverview Apache Eagle River Gilliam Hardaway Marks Crutchberry Santa Fe Hedgecoxe Overton Keller Pa wn e e C o c k r e l l Chow ni ng South Colony Main M e m o r i a l M a y e s Pa ig e µLocation MapPhase 14A Streets Reconstructionr Project Norris Dr. - From Miller Dr. to Paige Rd. Knox Dr. - From Miller Dr to Paige Rd. King Dr. - From Ramsey Dr. to Gibson Dr. 221 PHASE 14A STREETS RECONSTRUCTION, QUIDDITY ENGINEERING PROFESSIONAL SERVICES AGREEMENT – Page 1 STATE OF TEXAS § CITY OF THE COLONY, TEXAS § AGREEMENT FOR PROFESSIONAL SERVICES COUNTY OF DENTON § This Agreement for Professional Services (“Agreement”) is made by and between the City of The Colony, Texas, a municipal corporation located in Denton County, Texas (“City”), and Quiddity Engineering, LLC. (“Professional”) (individually, each a “Party” and collectively, “Parties”), acting by and through the Parties’ authorized representatives. Recitals: WHEREAS, City desires to engage the services of Professional as an independent contractor and not as an employee in accordance with the terms and conditions set forth in this Agreement; and WHEREAS, Professional desires to render professional services for City for the Phase 14A Streets Reconstruction (“Project”) in accordance with the terms and conditions set forth in this Agreement. NOW, THEREFORE, in exchange for the mutual covenants set forth herein and other valuable consideration, the sufficiency and receipt of which is hereby acknowledged, the Parties agree as follows: Article I Employment of Professional Professional will perform as an independent contractor all services under this Agreement to the prevailing professional standards consistent with the level of care and skill ordinarily exercised by members of Professional’s profession, both public and private, currently practicing in the same locality under similar conditions including but not limited to the exercise of reasonable, informed judgments and prompt, timely action. If Professional is representing this it has special expertise in one or more areas to be utilized in the performance of this Agreement, then Professional agrees to perform those special expertise services to the appropriate local, regional and national professional standards. Article II Term 2.1 The term of this Agreement shall begin on the last date of execution hereof by all parties hereto (the “Effective Date”) and shall continue until completion of the services provided by Professional to City under this Agreement. 2.2 Professional may terminate this Agreement by giving thirty (30) days prior written notice to City. In the event of such termination by Professional, Professional shall be entitled to compensation for services satisfactorily completed in accordance with this Agreement prior to the date of such termination. 222 PHASE 14A STREETS RECONSTRUCTION, QUIDDITY ENGINEERING PROFESSIONAL SERVICES AGREEMENT – Page 2 2.3 City may terminate this Agreement by giving ten (10) days prior written notice to Professional. In the event of such termination by City, Professional shall be entitled to compensation for services satisfactorily completed in accordance with this Agreement prior to the date of such termination. Upon receipt of such notice from City, Professional shall immediately terminate working on, placing orders or entering into contracts for supplies, assistance, facilities or materials in connection with this Agreement and shall proceed to promptly cancel all existing contracts insofar as they are related to this Agreement. Article III Scope of Services 3.1 Professional shall perform the services specifically set forth in Exhibit A, attached hereto and incorporated herein by reference, entitled “Scope of Services”. In case of conflict with the language of Exhibit A and the provisions of this Agreement, the provisions of this Agreement shall control. 3.2 The Parties acknowledge and agree that any and all opinions provided by Professional represent the best judgment of Professional. 3.3 Schematic Design Documents, Design Development Documents, Contract Documents, Drawings, Plans, Specifications and other documents, including those in electronic form, prepared by Professional and its consultants, agents, representatives, and/or employees in connection with the Project (“Project Documents”) are intended for the use and benefit of City. Professional and its consultants, agents, representatives, and/or employees shall be deemed the authors of their respective part of said Project Documents. Notwithstanding the foregoing, City shall own, have, keep and retain all rights, title and interest in and to all Project Documents, including all ownership, common law, statutory, and other reserved rights, including copyrights, in and to all such Project Documents, whether in draft form or final form, which are produced at City’s request and in furtherance of this Agreement or for the Project provided that City has justly compensated Professional for all effort and costs in accordance Article V of this agreement. City shall have full authority to authorize contractor(s), subcontractors, sub-subcontractors, City consultants, and material or equipment suppliers to reproduce applicable portions of the Project Documents to and for use in their execution of the work or for any other purpose. All materials and reports prepared by Professional in connection with this Agreement are “works for hire” and shall be the property of City provided that City has justly compensated Professional for all effort and costs in accordance Article V of this agreement Professional shall, upon completion of the services provided under this Agreement, or upon earlier termination of this Agreement, provide City with reproductions of all materials, reports, and exhibits prepared by Professional pursuant to this Agreement, and shall provide same in electronic format if requested by City. Any re-use of the Project Documents by the City on any other project not contemplated or included under this Agreement shall be at the City’s sole risk, without liability to Professional. 223 PHASE 14A STREETS RECONSTRUCTION, QUIDDITY ENGINEERING PROFESSIONAL SERVICES AGREEMENT – Page 3 Article IV Schedule of Work 4.1 Professional agrees to commence services upon written direction from City and to complete the tasks set forth in Exhibit A, Scope of Services, in accordance with a work schedule established by City (the “Budget Requirements and Work Schedule”), which is attached hereto and incorporated as Exhibit B. 4.2 In the event Professional’s performance of this Agreement is delayed or interfered with by acts of City or others, Professional may request an extension of time for the performance of same as hereinafter provided, and City shall determine whether to authorize any increase in fee or price, or to authorize damages or additional compensation as a consequence of such delays, within a reasonable time after receipt of Professional’s request. 4.3 No allowance of any extension of time, for any cause whatsoever, shall be claimed or made by Professional, unless Professional shall have made written request upon City for such extension not later than five (5) business days after the occurrence of the cause serving as the basis for such extension request, and unless City and Professional have agreed in writing upon the allowance of such additional time. Article V Compensation and Method of Payment 5.1 City shall pay Professional as more specifically set forth in Exhibit “B” by payment of a fee not to exceed $ 374,500.00. 5.2 Each month Professional shall submit to City an invoice supporting the amount for which payment is sought. Each invoice shall also state the percentage of work completed on the Project through the end of the then submitted billing period, the total of the curr ent invoice amount, and a running total balance for the Project to date. 5.3 Within thirty (30) days of receipt of each such monthly invoice, City shall make monthly payments in the amount shown by Professional’s approved monthly invoice and other documentation submitted. 5.4 Professional shall be solely responsible for the payment of all costs and expenses related to the services provided pursuant to this Agreement including, but not limited to, travel, copying and facsimile charges, reproduction charges, and telephone, internet, e-mail, and postage charges, except as set forth in Exhibit A. 5.5 Nothing contained in this Agreement shall require City to pay for any services that is unsatisfactory as determined by City or which is not performed in compliance with the terms of this Agreement, nor shall failure to withhold payment pursuant to the provisions of this section constitute a waiver of any right, at law or in equity, which City may have if Professional is in default, including the right to bring legal action for damages or for specific performance of this Agreement. Waiver of any default under this Agreement shall not be deemed a waiver of any subsequent default. 224 PHASE 14A STREETS RECONSTRUCTION, QUIDDITY ENGINEERING PROFESSIONAL SERVICES AGREEMENT – Page 4 Article VI Devotion of Time, Personnel, and Equipment 6.1 Professional shall devote such time as reasonably necessary for the satisfactory performance of the services under this Agreement. City reserves the right to revise or expand the scope of services after due approval by City as City may deem necessary, but in such event City shall pay Professional compensation for such services at mutually agreed upon charges or rates, and within the time schedule prescribed by City, and without decreasing the effect iveness of the performance of services required under this Agreement. In any even t, when Professional is directed to revise or expand the scope of services under this Agreement, Professional shall provide City a written proposal for the entire costs involved in performing such additional services. Prior to Professional undertaking any revised or expanded services as directed by City under this Agreement, City must authorize in writing the nature and scope of the services and accept the method and amount of compensation and the time involved in all phases of the Project. 6.2 It is expressly understood and agreed to by Professional that any compensation not specified in this Agreement may require approval by the City Council of the City of The Colony and may be subject to current budget year limitations. 6.3 To the extent reasonably necessary for Professional to perform the services under this Agreement, Professional shall be authorized to engage the services of any agents, assistants, persons, or corporations that Professional may deem proper to aid or assist in the performance of the services under this Agreement. The cost of such personnel and assistance shall be borne exclusively by Professional. 6.4 Professional shall furnish the facilities, equipment, telephones, facsimile machines, email facilities, and personnel necessary to perform the services required under this Agreement unless otherwise provided herein. Article VII Relationship of Parties 7.1 It is understood and agreed by and between the Parties that in satisfying the conditions and requirements of this Agreement, Professional is acting as an independent contractor, and City assumes no responsibility or liability to any third party in connection with the services provided by Professional under this Agreement. All services to be performed by Professional pursuant to this Agreement shall be in the capacity of an independent contractor, and not as an agent, servant, representative, or employee of City. Professional shall supervise the performance of its services and shall be entitled to control the manner, means and methods by which Professional’s services are to be performed, subject to the terms of this Agreement. As such, City shall not train Professional, require Professional to complete regular oral or written reports, require Professional to devote his full-time services to City, or dictate Professional’s sequence of work or location at which Professional performs Professional’s work, except as may be set forth in Exhibit A. 7.2 Professional shall be responsible for the professional quality, technical accuracy, and the coordination of all designs, drawings, specifications, plans, and other services furnished by 225 PHASE 14A STREETS RECONSTRUCTION, QUIDDITY ENGINEERING PROFESSIONAL SERVICES AGREEMENT – Page 5 Professional under this Agreement. Professional shall, without additional compensation, correct or revise any errors or deficiencies in the Project Documents and other services provided under this Agreement. Neither City’s review, approval, nor acceptance of, nor payment for any of, the services provided under this Agreement, shall be construed to operate as a waiver of any rights under this Agreement, and Professional shall be and remain liable to City in accordance with applicable law for actual damages to City caused by Professional’s negligent performance of any of the services furnished under this Agreement. To the fullest extent permitted by law, the parties waive all claims against each other for any consequential or special damages, including without limitation loss of use of the project and loss of profit, incurred by either party allegedly due to the fault of the other regardless of the nature of the fault. The City and Professional, having balanced their respective risks and rewards to be realized under this Agreement, agree that the total liability of Professional to City for any Loss, as defined below, whether arising under this Agreement, any services provided, or the project shall not exceed in the aggregate the total professional fee paid to Professional. The City waives any and all Loss and claims for Loss against Professional in excess of such limitation. City further waives all claims for Loss against the individual owners, shareholders, or employees of Professional and shall look solely to Professional for satisfaction of any such claims of Loss. The term “Loss” means any and all actual and alleged loss, costs and damages of any nature (including without limitation, actual, special and consequential damages, vicarious liability, personal injury, death, property damage including loss of use thereof, and economic loss); and any expense (including without limitation reasonable attorney’s and experts’ fees and costs of litigation and defense) claimed through any direct claims, cross-claims, counterclaims or claims for subrogation, contribution or indemnity that arise, in whole or in part, in connection with this Agreement, its performance or interpretation or with respect to the project or services the Agreement describes. Article VIII Insurance 8.1 Before commencing work, Professional shall, at its own expense, procure, pay for and maintain during the term of this Agreement the following insurance written by companies approved by the state of Texas and acceptable to City. Professional shall furnish to the City Director of Engineering certificates of insurance executed by the insurer or its authorized agent stating coverages, limits, expiration dates and compliance with all applicable required provisions. Certificates shall reference the project/contract number and be addressed as follows: City of The Colony, Texas Attention: Ron Hartline, P.E. Director of Engineering 6800 Main Street The Colony, Texas 75056 A. Commercial General Liability insurance, including, but not limited to Premises/Operations, Personal & Advertising Injury, Products/Completed Operations, Independent Contractors and Contractual Liability, with minimum combined single li mits 226 PHASE 14A STREETS RECONSTRUCTION, QUIDDITY ENGINEERING PROFESSIONAL SERVICES AGREEMENT – Page 6 of $1,000,000 per occurrence, $1,000,000 Products/Completed Operations Aggregate, and $1,000,000 general aggregate. Coverage must be written on an occurrence form. The General Aggregate shall apply on a per project basis. B. Workers’ Compensation insurance with statutory limits; and Employers’ Liability coverage with minimum limits for bodily injury: 1) by accident, $100,000 each accident, and 2) by disease, $100,000 per employee with a per policy aggregate of $500,000. C. Business Automobile Liability insurance covering owned, hired and non- owned vehicles, with a minimum combined bodily injury and property damage limit of $1,000,000 per occurrence. D. Professional Liability Insurance to provide coverage against any claim which the Professional and all professionals engaged or employed by the Professional become legally obligated to pay as damages arising out of the performance of profes sional services caused by error, omission or negligent act with minimum limits of $2,000,000 per claim, $2,000,000 annual aggregate. NOTE: If the insurance is written on a claims-made form, coverage shall be continuous (by renewal or extended reporting period) for not less than thirty-six (36) months following completion of this Agreement and acceptance by City. 8.2 With reference to the foregoing required insurance, Professional shall endorse applicable insurance policies as follows: A. A waiver of subrogation in favor of City, its officials, employees, and officers shall be contained in the Workers’ Compensation insurance policy. B. The City, its officials, employees and officers shall be named as additional insureds on the Commercial General Liability policy, by using endorsement CG2026 or broader . C. All insurance policies shall be endorsed to the effect that City will receive at least thirty (30) days notice prior to cancellation, non-renewal, termination, or material change of the policies. 8.3 All insurance shall be purchased from an insurance company that meets a financial rating of B+VI or better as assigned by A.M. Best Company or equivalent. Article IX Right to Inspect Records 9.1 Professional agrees that City shall have access to and the right to examine any directly pertinent books, documents, papers and records of Professional involving transactions relating to this Agreement. Professional agrees that City shall have access during normal working 227 PHASE 14A STREETS RECONSTRUCTION, QUIDDITY ENGINEERING PROFESSIONAL SERVICES AGREEMENT – Page 7 hours to all necessary Professional facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this section. City shall give Professional reasonable advance notice of intended audits. 9.2 Professional further agrees to include in subcontract(s), if any, a provision that any subcontractor agrees that City shall have access to and the right to examine any directly pertinent books, documents, papers and records of such subcontractor involving transactions related to the subcontract, and further, that City shall have access during normal working hours to all such subcontractor facilities and shall be provided adequate and appropriate work space, in order to conduct audits in compliance with the provisions of this section. City shall give any such subcontractor reasonable advance notice of intended audits. Article X Miscellaneous 10.1 Entire Agreement. This Agreement and any and all Exhibits attached hereto constitutes the sole and only agreement between the Parties and supersedes any prior or contemporaneous understandings, written agreements or oral agreements between the Parties with respect to the subject matter of this Agreement. 10.2 Authorization. Each Party represents that it has full capacity and authority to grant all rights and assume all obligations granted and assumed under this Agreement. 10.3 Assignment. Professional may not assign this Agreement in whole or in part without the prior written consent of City. In the event of an assignment by Professional to which the City has consented, the assignee shall agree in writing with the City to personally assume, perform, and be bound by all the covenants and obligations contained in this Agreement. 10.4 Successors and Assigns. Subject to the provisions regarding assignment, this Agreement shall be binding on and inure to the benefit of the Parties and their respective heirs, executors, administrators, legal representatives, successors and assigns. 10.5 Governing Law and Exclusive Venue. The laws of the State of Texas shall govern this Agreement, and exclusive venue for any legal action concerning this Agreement sh all be in a District Court with appropriate jurisdiction in Denton County, Texas. The Parties agree to submit to the personal and subject matter jurisdiction of said court. 10.6 Amendments. This Agreement may be amended only by the mutual written agreement of the Parties. 10.7 Severability. In the event any one or more of the provisions contained in this Agreement shall for any reason be held to be invalid, illegal, or unenforceable in any respect by a court of competent jurisdiction, such invalidity, illegality or unenforceability shall not affect any other provision in this Agreement, and this Agreement shall be construed as if such invalid, illegal, or unenforceable provision had never been contained in this Agreement. 228 PHASE 14A STREETS RECONSTRUCTION, QUIDDITY ENGINEERING PROFESSIONAL SERVICES AGREEMENT – Page 8 10.8 Survival of Covenants and Terms. Any of the representations, warranties, covenants, and obligations of the Parties, as well as any rights and benefits of the Parties, pertaining to a period of time following the termination of this Agreement shall survive termination, including, but not limited to, Section 3.3, Article X, and, in particular, Sections 10.13 and 10.14. 10.9 Recitals. The recitals to this Agreement are incorporated herein. 10.10 Notice. Any notice required or permitted to be delivered hereunder may be sent b y first class mail, overnight courier or by confirmed telefax or facsimile to the address specified below, or to such other Party or address as either Party may designate in writing, and shall be deemed received three (3) days after delivery set forth herein: If intended for City: Ron Hartline, P.E. Director of Engineering City of The Colony 6800 Main Street The Colony, Texas 75056 If intended for Professional: Quiddity Engineering, LLC. Attn: Chief Operating Officer 6330 West Loop South Suite 150 Bellaire Texas 77401 10.11 Counterparts. This Agreement may be executed by the Parties hereto in separate counterparts, each of which when so executed and delivered shall be deemed an original, but all such counterparts shall together constitute one and the same instrument. Each counterpart may consist of any number of copies hereof each signed by less than all, but together signed by all of, the Parties hereto. 10.12 Exhibits. The exhibits attached hereto are incorporated herein and made a part hereof for all purposes. 10.13 Professional’s Liability. Acceptance of the Project Documents by City shall not constitute nor be deemed a release of the responsibility and liability of Professional, its employees, associates, agents or subcontractors for the accuracy and competency of their designs, working drawings, specifications or other documents and work; nor shall such acceptance be deemed an assumption of responsibility by City for any defect in the Project Documents or other documents and work prepared by Professional, its employees, associates, agents or sub-consultants. 229 PHASE 14A STREETS RECONSTRUCTION, QUIDDITY ENGINEERING PROFESSIONAL SERVICES AGREEMENT – Page 9 10.14 Indemnification. PROFESSIONAL AGREES TO DEFEND, INDEMNIFY AND HOLD HARMLESS CITY FROM AND AGAINST ANY AND ALL LIABILITIES, DAMAGES, CLAIMS, SUITS, COSTS (INCLUDING COURT COSTS, ATTORNEY’S FEES AND COSTS OF INVESTIGATION) AND ACTIONS BY REASON OF INJURY TO OR DEATH OF ANY PERSON OR DAMAGE TO OR LOSS OF PROPERTY TO THE EXTENT CAUSED BY PROFESSIONAL’S PERFORMANCE OF SERVICES UNDER THIS AGREEMENT OR BY REASON OF ANY ACT OR OMISSION ON THE PART OF PROFESSIONAL, ITS OFFICERS, DIRECTORS, SERVANTS, AGENTS, EMPLOYEES, REPRESENTATIVES, CONTRACTORS, SUBCONTRACTORS, LICENSEES, SUCCESSORS OR PERMITTED ASSIGNS (EXCEPT WHEN SUCH LIABILITY, CLAIMS, SUITS, COSTS, INJURIES, DEATHS OR DAMAGES ARISE FROM OR ARE ATTRIBUTED TO THE SOLE NEGLIGENCE OF THE CITY). IF ANY ACTION OR PROCEEDING SHALL BE BROUGHT BY OR AGAINST CITY IN CONNECTION WITH ANY SUCH LIABILITY OR CLAIM, THE PROFESSIONAL, ON NOTICE FROM CITY, SHALL DEFEND SUCH ACTION OR PROCEEDINGS AT PROFESSIONAL’S EXPENSE, BY OR THROUGH ATTORNEYS REASONABLY SATISFACTORY TO CITY. PROFESSIONAL’S OBLIGATIONS UNDER THIS SECTION SHALL NOT BE LIMITED TO THE LIMITS OF COVERAGE OF INSURANCE MAINTAINED OR REQUIRED TO BE MAINTAINED BY PROFESSIONAL UNDER THIS AGREEMENT. IF THIS AGREEMENT IS A CONTRACT FOR ENGINEERING OR ARCHITECTURAL SERVICES, THEN THIS SECTION IS LIMITED BY, AND TO BE READ AS BEING IN COMPLIANCE WITH, THE INDEMNITY SPECIFIED IN § 271.904 OF THE TEXAS LOCAL GOVERNMENT CODE, AS AMENDED. THIS SECTION SHALL SURVI VE TERMINATION OF THIS AGREEMENT 10.15 Conflicts of Interests. Professional represents that no official or employee of City has any direct or indirect pecuniary interest in this Agreement. Any misrepresentation by Professional under this section shall be grounds for termination of this Agreement and shall be grounds for recovery of any loss, cost, expense or damage incurred by City as a result of such misrepresentation. 10.16 Default. If at any time during the term of this Agreement, Professional shall fail to commence the services in accordance with the provisions of this Agreement or fail to diligently provide services in an efficient, timely and careful manner and in strict accordance with the provisions of this Agreement or fail to use an adequate number or quality of personnel to complete the services or fail to perform any of Professional’s obligations under this Agreement, then City shall have the right, if Professional shall not cure any such default after thirty (30) days written notice thereof, to terminate this Agreement. Any such act by City shall not be deemed a waiver of any other right or remedy of City. If after exercising any such remedy due to Professional’s nonperformance under this Agreement, the cost to City to complete the services to be performed under this Agreement is in excess of that part of the contract sum which as not theretofore been paid to Professional hereunder, Professional shall be liable for and shall reimburse City for such excess costs. 230 PHASE 14A STREETS RECONSTRUCTION, QUIDDITY ENGINEERING PROFESSIONAL SERVICES AGREEMENT – Page 10 10.17 Confidential Information. Professional hereby acknowledges and agrees that its representatives may have access to or otherwise receive information during the furtherance of Professional’s obligations in accordance with this Agreement, which is of a confidential, non- public or proprietary nature. Professional shall treat any such informati on received in full confidence and will not disclose or appropriate such Confidential Information for Professional’s own use or the use of any third party at any time during or subsequent to t his Agreement. As used herein, “Confidential Information” means all oral and written information concerning the City, its affiliates and subsidiaries, and all oral and written information concerning City or its act ivities, that is of a non-public, proprietary or confidential nature including, without limitation, information pertaining to customer lists, services, methods, processes and operating procedures, together with all analyses, compilations, studies or other documents, whether prepared by Professional or others, which contain or otherwise reflect such information. The term “Confidential Information” shall not include such information that is or becomes generally available to the public other than as a result of disclosure to Professional, or is required to be disclosed by a governmental authority under applicable law. 10.18 Remedies. No right or remedy granted or reserved to the Parties is exclusive of any other right or remedy herein by law or equity provided or permitted; but each right or remedy shall be cumulative of every other right or remedy given hereunder. No covenant or condition of this Agreement may be waived without written consent of the Parties. Forbearance or indulgence by either Party shall not constitute a waiver of any covenant or condition to be performed pursuant to this Agreement. 10.19 No Third Party Beneficiary. For purposes of this Agreement, including the intended operation and effect of this Agreement, the Parties specifically agree and contract that: (1) this Agreement only affects matters between the Parties to this Agreement, and is in no way intended by the Parties to benefit or otherwise affect any third person or entity notwithstanding the fact that such third person or entity may be in contractual relationship with City or Professional or both; and (2) the terms of this Agreement are not intended to release, either by contract or operation of law, any third person or entity from obligations owing by them to either City or Professional. 231 232 PHASE 14A STREETS RECONSTRUCTION, QUIDDITY ENGINEERING PROFESSIONAL SERVICES AGREEMENT – Page 12 Exhibit A Scope of Services Project Understanding The City has requested the Professional to perform topographic survey and engineering services for the reconstruction of the paving, waterlines and sanitary sewer for the Phase 14A Streets Reconstruction project. Design standards shall be the new City Engineering Design Manual approved in 2023. The engineering design services for this project includes the following concrete streets:  King Drive: Approximately 1,150 LF of King Drive from Ramsey Drive to Gibson Drive  Noris Drive: Approximately 1,300 LF of Norris Drive from Miller Drive to Paige Road  Knox Drive: Approximately 1,450 LF of Knox Drive from Miller Drive to Paige Road The pavement typical section will be based on the City’s typical pavement section provided by the City, 6” of Portland Cement concrete pavement over 6” Type A Grade 2 flexible base. The proposed paving, sidewalk and driveway improvement widths and limits will be replaced back into their existing locations with the sidewalk being located offset from the back of curb or at its current location. Vertical profile design of the paving, sidewalks and driveway will be replaced in- kind to 0.8% longitudinal slope where possible without the use of cascading profiles with sags, retaining walls or added drainage improvements in streets or yards. Sidewalks shall be 5’ in width and adhere to ADA design standards and the new 2023 City Engineering Design Manual. Waterline improvements include approximately 4,300 LF of 8-inch waterline offset from the existing waterline within the road limits stated above and will connect to existing waterlines at Ramsey Drive, Gibson Drive, Miller Drive and Paige Road. Any concrete disturbed on Ramsey Drive, Gibson Drive, Miller Drive or Paige Road due to waterline tie-in will be designed for concrete panels to be replaced. The sanitary sewer improvements for this project include abandon in place or remove as needed and replacement of approximately 3,750 LF of 8-inch sanitary sewer main to existing manholes on Miller Drive, Ramsey Drive. Manholes will be placed just before the Paige intersections on the existing sanitary sewer for the tie-ins near Paige Road. No replacement of sanitary sewer within the Paige right-of-way is included in this scope. The proposed paving profiles will not include a cascading profile with sags. No drainage calculations or drainage improvements are included with this project other than replacement of existing curb inlet tops or changing the size of the inlet to the desired to be indicated by the City. The Professional understands that the project area is currently not experiencing drainage problems (i.e., building flooding, etc.). Streetlight improvements will include conduit, pull boxes and pole foundation/bases (using City standard details) for the length of the project with lights spaced at 300 feet in accordance with City standards. Selection and specification of lighting poles and fixtures, along with lighting photometrics and/or illumination evaluation, is not included in this scope. 233 PHASE 14A STREETS RECONSTRUCTION, QUIDDITY ENGINEERING PROFESSIONAL SERVICES AGREEMENT – Page 13 Based on our understanding of the City’s needs and the project area characteristics, the Professional prepared the following scope of services and fee proposal. Scope of Basic Services 1) Schematic Phase The purpose of this task is for the Professional’s Engineer to assess the street geometric alignments and identify the best locations for proposed waterline, sanitary sewer, drainage, street lighting and potential known conflicts. The schematic design phase shall include the following: a. Kickoff meeting with City representatives, with a project site visit to observe existing conditions. b. Identify and seek to obtain data for existing conditions in the project area such as: record drawings, utilities, master plans, tree protection requirements, design standards, plats, rights-of-way, easements, and property ownership. c. Prepare a 30% schematic design scroll plot showing the proposed plan for paving, water, sanitary sewer, and lighting, shown with an aerial image and topographic survey of the project area. A profile view will be provided of the existing surface to demonstrate existing longitudinal street grades. d. Coordinate with City staff for the location and sizing of the contractor staging area that will be provided by the City. e. The City staff shall review and meet with the Professional’s Engineer to discuss the schematic scroll plots. f. Preparation of a preliminary opinion of probable construction cost. g. Attendance or presentations to City Council or neighborhood organizations can be performed as an additional service if needed. h. Traffic studies are not anticipated or included. i. Environmental services are not anticipated or included. 2) Design Phase The purpose of this task is for the preparation of construction plans for the project. The design phase shall include the following: a. General Design: Cover Sheet, Index, General Notes, Bid Schedule, and Technical Specifications. b. Typical Pavement Sections: prepare pavement typical sections for the tree roadways based on the City’s standard typical sections. c. Project Layout with Survey Control: prepare project layout sheet including survey control points. d. Demolition Plans: prepare layouts to delineate and quantify the limits of removals for pavement, utilities, drainage, and miscellaneous items. e. Roadway Plans: prepare typical sections, horizontal alignment sheets, quantities, roadway plan & profile drawings, sidewalks, utility adjustments, and standard details. Roadway cross-sections will be provided at driveway centerlines and/or approximate 234 PHASE 14A STREETS RECONSTRUCTION, QUIDDITY ENGINEERING PROFESSIONAL SERVICES AGREEMENT – Page 14 50’ intervals. f. Water Plans: prepare horizontal alignment plan sheets, quantities, and details for a waterline offset from the existing waterline. No profile design for waterline will be included. g. Sanitary Sewer Plans: prepare horizontal and vertical alignment plan/profile sheets, quantities, and details. h. Erosion Control Plan: prepare base map for the limits of the project along with standard details for the contractor to utilize in his preparation of the Storm Water Pollution Prevention Plan. i. Traffic Control Plans (TCP): prepare a TCP to include geometry required to facilitate the movement of vehicles through the work zone at a reduced speed limit as well as work zone typical sections, lane markings, and standard details. j. Lighting, Pavement Markings, and Signage Plan: Prepare joint marking and signage and lighting plan. Prepare marking layouts, quantities, sign types, and standard details. Sign posts and specifications will be based on City standards and details. Prepare horizontal alignment plan sheets, quantities, and details for conduit and pole foundation/bases spaced at 300 feet. City to provide details for base, pole, bolt pattern, pull boxes and required conduit size. Service points, metering, and wiring to be provided by others. k. The plans will include sidewalk and wheelchair ramp layout, standard details, specifications and notes. Structural design of retaining walls along the sidewalk or property lines is not included in the scope. l. Details: Compile City typical details. No special details are included. m. Project Manual: Compile City Technical specifications and bidding documents into a project manual. No special technical specifications are included. n. TDLR Submittal: Submit plans and specifications to obtain Notice of Substantial Compliance for the Project from the Texas Department of Licensing and Regulation. o. Submittals shall include the following in hard copy and pdf format (billed as reimbursables): i. 60% Preliminary Design: a. Drawings (4 copies 11x17) and opinion of probable construction Cost. b. Project Manual: City Technical specifications and bidding documents. ii. 90%Design: a. Drawings (3 copies 11x17) and opinion of probable construction cost. b. Project Manual: City Technical specifications and bidding documents. iii. Final Design: a. Drawings (1 copy 11x17) and opinion of probable construction cost b. Project Manual: City Technical specifications and bidding documents. 235 PHASE 14A STREETS RECONSTRUCTION, QUIDDITY ENGINEERING PROFESSIONAL SERVICES AGREEMENT – Page 15 3) Bid Phase Services The Professional’s Engineer shall assist the City staff in advertisement of the project for bids. The cost of advertisement and web portal hosting shall be the responsibility of the City. Scope includes Engineering services and assistance as stated below for one (1) bid opening. Professional’s Engineer shall: a. Attend and assist the City with one (1) in-person pre-bid meeting. The Professional’s Engineer will facilitate the technical aspects of the project, while City staff facilitate the administrative aspects of the project. b. Assist the City with the preparation of up to two (2) addenda to the bid documents and provide answers to bidder questions and interpreting bid documents if requested. c. Assist City with the opening and tabulation of the bids and evaluation of low bidder references for the two lowest bidders. d. Provide letter recommending award of a construction contract. 4) Construction Contract Administration The Professional’s Engineer shall represent the City in the non-resident administration of the construction contract. Services do not involve continuous or extensive on-site inspection to check or verify means and methods, materials, or manage construction efforts. As such, the Professional’s Engineer cannot provide certification of the completed project beyond the limited observation described below. If Field Project Representation is desired, the Professional’s Engineer can provide those services on an hourly reimbursable basis. The proposed scope of work includes the following: a. Assist the City with a pre-construction meeting. b. Provide 3-24” x 36” and 10-11” x 17” sets of plans and 6- sets of project manuals for the preconstruction meeting (billed as reimbursable). c. Review shop drawings and submittals for conformance with the design concept and general compliance with the requirements of the construction contract. This proposal assumes twelve (12) submittals and two (2) re-reviews. d. Attend up to twelve (12) monthly progress/coordination meetings at City Hall. e. Conduct up to twelve (12) site visits for observation of construction. Provide email of observed deficiencies to City if encountered. f. Review monthly contractor pay applications (limited to 12). Quantity verification and negotiation shall be provided by City prior to Professional’s Engineer’s review. g. Provide written responses for up to six (6) requests for information or clarifications. h. Review up to three (4) changes to the contract for construction. The Professional’s Engineer will make recommendations to the City regarding the acceptability of the Contractor’s request and, upon approval of the City, assist the City in negotiations of the requested change. Upon agreement and approval, the Professional’s Engineer shall prepare final change order documents. i. Assist the City staff in conducting the final walk-through for general conformance with the design concept and compliance with the contract documents. j. Prepare construction ‘record drawings’ based upon markups and information provided by the City Inspector and the construction contractor. Provide one (1) 24” x 36” copy of the record drawings and electronic copies in .pdf, tiff and .dwg-AutoCAD format. 236 PHASE 14A STREETS RECONSTRUCTION, QUIDDITY ENGINEERING PROFESSIONAL SERVICES AGREEMENT – Page 16 k. Assist with preparation of as-built (closeout) contract amendment to reconcile final quantities.. Scope of Special Services 1) Utility Coordination Utility Coordination shall include correspondence with individual utility companies (contact information as provided by the City), submittals of plans (30%, 60%, and 90%) to utility companies followed by a monthly status reports and requests for information from utility company representatives. Once available, reflect all the information on the construction drawings as provided by utility companies. 2) Design Topographic Survey/Construction Control a. Any right-of-entry issues/notices on private property shall be the responsibility of the City. b. Establish horizontal and vertical survey control points referencing the City of The Colony monument system (NAD 83 and NAVD 88) and make them available to the contractor for use during construction. c. Existing drainage system details of roadside ditches, culverts, inlets, storm sewers, outfall flow lines. d. Visible improvements such as fences, driveways, landscape areas, etc. e. Visible utilities including manholes (with invert information), water valves, water meters, fire hydrants, telephone pedestals, power poles, down conduits, gas line markers, etc. f. Underground utilities which are marked in the field by utility locators within project location. g. Cross-sections of the right-of-way of King, Norris and Knox Drives within the prescribed project limits, including obtaining additional detail at intersections, limited yard and driveway topo to help ensure positive drainage to streets. h. Establish location, size and type of trees that are 12” and larger (measured 4.5’ above the ground). i. No offsite survey beyond the limits of the described project is included. j. Establish the apparent right-of-way from: i. Found front property corners, fences, etc. ii. Plotting the most recent recorded plats and deeds of tracts along the project route k. Generate 1’ contours from the field points collected. Information Provided by the City The following information shall be provided to the Professional’s Engineer. 1. Roadway design standards and thoroughfare plans. 2. Record drawings for infrastructure in the project area. 3. Franchise utility contact information for local representatives. 4. Provide Notice of Entry to all property owners along the corridor if required. 5. City Standard pavement section. 237 PHASE 14A STREETS RECONSTRUCTION, QUIDDITY ENGINEERING PROFESSIONAL SERVICES AGREEMENT – Page 17 Special Considerations 1. It is assumed that the downstream storm sewer system(s) have adequate capa city to convey drainage from this project. Downstream hydrologic/hydraulic studies are not included. 2. No drainage calculations or improvements are included in the scope of services. 3. Geotechnical engineering or investigations are not included in the scope of services. 4. Environmental evaluations and permitting is not included in the scope of services. 5. Landscape architecture/irrigation design is not included in the scope of services. 6. Structural engineering design is not included in the scope of services. 7. Arborist services are not included in the scope of services. 8. Topographic and boundary survey of the proposed contractor’s staging area in not included in the scope of services. 9. Traffic signal design/studies is not included in the scope of services. 10. Any review or permit fees associated with the project shall be paid by the City, or if paid by the Professional, shall be considered as a reimbursable expense, and are not included in any fees proposed. 11. Additional hourly services to be negotiated using the Professional’s current Schedule of Hourly Rates. 12. Reimbursable expenses including outside services not performed by Professional’s personnel shall be billed as a reimbursable plus a 10% management fee. 238 PHASE 14A STREETS RECONSTRUCTION, QUIDDITY ENGINEERING PROFESSIONAL SERVICES AGREEMENT – Page 18 Exhibit B Budget Requirements and Work Schedule Budget Requirements: The services will be completed on a project total fee, not to exceed $ 374,500.00. No work outside the approved scope of work should be performed by the Professional without prior written approval and Change Order to the signed contract. If the Professional sees the Scope of Services changing so that Additional Services are needed, the Professional will notify City for City’s approval before proceeding. A complete man hour-estimate and expense fee rate schedule for the scope of services is included in Attachment C and a summary of the services is listed below. Basic Services Schematic Phase $ 62,400.00 Design Phase $ 219,800.00 Bid Phase $ 13,300.00 Construction Contract Administration $ 42,900.00 SUBTOTAL $ 338,400.00 Special Services Utility Coordination $ 2,500.00 Design topographic survey/construction control $ 30,100.00 Reimbursables $ 3,500.00 (estimated) SUBTOTAL $ 36,100.00 CONTRACT TOTAL $ 374,500.00 Work Schedule: The proposed scope of work in Exhibit A is anticipated to completed within 7 months of design time from the receipt of a signed agreement and/or official notice-to-proceed. A detailed work schedule bar chart breakdown by tasks is attached as part of this Exhibit B. 239 ID Task Name Duration Start Finish 1 NTP/Project Setup/Kickoff 8 days Wed 11/1/23 Fri 11/10/23 2 Topographic Surveys 30 days Mon 11/13/23Fri 12/22/23 3 Geotechnical 30 days Mon 11/20/23Fri 12/29/23 4 Schematic Design 30 days Mon 12/18/23Fri 1/26/24 5 City Review 10 days Mon 1/29/24 Fri 2/9/24 6 60% Design 30 days Mon 2/12/24 Fri 3/22/24 7 City Review 10 days Mon 3/25/24 Fri 4/5/24 8 90% Design 25 days Mon 4/8/24 Fri 5/10/24 9 City Review 10 days Mon 5/13/24 Fri 5/24/24 10 Final Plans 10 days Mon 5/27/24 Fri 6/7/24 Nov '23 Dec '23 Jan '24 Feb '24 Mar '24 Apr '24 May '24 Jun '24 EXHIBIT B PHASE 14A CONCRETE STREETS RECONSTRUCTION PROJECT City of The Colony Quiddity Engineering October 20, 2023 Page 1 24 0 Date 10/20/2023 CITY OF THE COLONY Opp No.11090-0002_P PHASE 14A CONCRETE STREETS RECONSTRUCTION Project No.11090-0002-01 Sub-Total Sub Cons. Total Task Level Principal Quality Manager Project Manager Project Engineer Design Engineer II Design Engineer I/CAD Operator Administrative Assistant (cost + 10%) Budget Total $275.00 $255.00 $225.00 $160.00 $145.00 $125.00 $125.00 1 a Project Kickoff 4 8 $1,900 1,900$ 2 Confirm Existing Conditions 2 8 20 $4,810 4,810$ 3 d Scroll Plot 2 2 4 $1,240 1,240$ 4 Schematic Paving/Driveway/ Sidewalk Design 4 20 20 80 $18,420 18,420$ Schematic Drainage Design $0 -$ 5 Schematic Waterline Design 1 10 20 30 $9,155 9,155$ 6 Schematic Sanitary Sewer Design 1 10 20 30 $9,155 9,155$ 7 Schematic Signing and Pavment Marking and Lighting Layout 1 10 10 20 $6,455 6,455$ 8 Staging Area Coordination 1 1 $350 350$ 9 Schematic OPCC 4 20 $3,400 3,400$ 10 QA/QC 8 4 $2,940 2,940$ 11 Address QA/QC Comments 4 8 $1,900 1,900$ 12 Prepare and Submit Schematic Design Submittal (30%)1 8 $1,225 1,225$ 13 e Schematic Design Meeting with City 4 4 $1,400 1,400$ 0 17 82 0 72 233 0 62,400$ e Prepare Response Log for 30% and 60% Review Comments $0 -$ 14 Address 30% and 60% Review Comments from City 2 4 4 20 $4,490 4,490$ 15 Title Sheet (1 sheet)1 5 $850 850$ 16 Project Layout (1 sheet)1 10 $1,475 1,475$ 17 General Notes (1 sheet)1 5 $850 850$ 18 Quantity Summary Sheets (2 sheet)2 20 $2,950 2,950$ 19 Typical Sections (2 sheet)1 10 $1,475 1,475$ 20 Traffic Control Plans (6 sheet)1 10 35 60 $15,080 15,080$ 21 Demolition Plan (6 sheet)1 5 25 50 $11,255 11,255$ 22 a Paving Plan and Profile (11 sheets)8 30 90 225 $49,965 49,965$ a Intersection Layout (3 sheet)$0 -$ 23 Cross Sections (9 sheets)4 10 30 80 $17,620 17,620$ Drainage Area Map & Calcs (4 sheets)$0 -$ a Drainage Plan and Profile (6 sheets)$0 -$ 24 Waterline Plan (6 sheets)2 10 20 80 $15,660 15,660$ 25 Sanitary Sewer Plan and Profile (10 sheets)4 18 40 160 $30,870 30,870$ 26 a Signing and Pavement Markings and Lighting Plan (6 sheet)4 14 25 70 $16,545 16,545$ 27 a Erosion Control Plan (6 sheet)2 10 15 40 $9,935 9,935$ 28 Details 2 2 $700 700$ 29 TDLR Notice of Substantial Compliance 3 $375 $1,500.00 1,875$ 30 c 60%, 90% and 100% OPCC 2 10 15 40 $9,935 9,935$ 31 Project Manual/Bid Form 4 10 15 25 5 $9,195 9,195$ f Special Specifications $0 -$ 32 QA/QC 15 10 $6,075 6,075$ 33 Address QA/QC Comments 2 4 10 $2,280 2,280$ 34 f Prepare 60%, 90% and 100% Package to City for Review 3 6 12 25 $6,980 6,980$ 35 f 60% and 90% Meetings with City 8 16 $3,800 3,800$ 0 52 165 0 330 956 5 219,800$ BASIC SERVICES Task 001 - Schematic Design Mileage and Prints, Etc. JC Survey/ Subs Task 002 - Design Phase Total Task 002 Total Task 001 24 1 Date 10/20/2023 CITY OF THE COLONY Opp No.11090-0002_P PHASE 14A CONCRETE STREETS RECONSTRUCTION Project No.11090-0002-01 Sub-Total Sub Cons. Total Task Level Principal Quality Manager Project Manager Project Engineer Design Engineer II Design Engineer I/CAD Operator Administrative Assistant (cost + 10%) Budget Total $275.00 $255.00 $225.00 $160.00 $145.00 $125.00 $125.00 Mileage and Prints, Etc. JC Survey/ Subs 36 a-c Coordination and Distribution of Bidding Documents 1 2 4 $1,205 1,205$ 37 e Prepare Agenda and Sign-In Sheet, Attend Pre-Bid Meeting/Answer Questions, Prepare Minutes 8 8 2 $3,050 3,050$ 38 f Issue up to 2 Addenda to Purchasing 8 16 4 $4,300 4,300$ 39 Attend Bid Opening 2 2 $700 700$ 40 h-I Prepare/Review Bid Tabulation of Submitted Bids 4 6 4 $2,150 2,150$ 41 i Contact References provided by Contractor on two (2) lowest bidders and Recommendation of Award 4 8 $1,900 1,900$ 0 1 28 0 0 44 10 13,300$ Prepare EJCDC C-520 Agreement $0 -$ 42 Attend Pre-Construction Conference 4 4 $1,400 1,400$ Coordinate and Distribute "Issued for Construction" Documents $0 -$ 43 Submittal Reviews (12 submittals + 2 re-reviews) & Log 7 14 $3,325 3,325$ 44 Prepare and Facilitate Monthly Progress/Coordination Meetings (12 total) and Prepare/Distribute Minutes 18 24 $7,050 7,050$ 45 Construction Site Observation (up to 12) 18 24 $7,050 7,050$ 46 Review Pay Estimates (up to 12)12 24 $5,700 5,700$ 47 Answering RFIs (6) & Log 6 12 $2,850 2,850$ 48 Construction Change Order Reviews & Log (up to 4) Negotiate and Prepare 24 12 $6,900 6,900$ 49 Construction Substantial / Final Completion Inspection 16 4 $4,100 4,100$ 50 Record Drawings 2 4 10 $2,660 2,660$ 51 Close Out Change Order 4 8 $1,900 1,900$ 0 2 113 0 0 136 0 42,900$ 338,400$ 52 Utility Coordination $2,500 2,500$ 0 0 0 0 0 0 0 2,500$ 53 Topo Survey $0 $30,100.00 30,100$ 0 0 0 0 0 0 0 30,100$ Geotech Report $0 -$ -$ 0 0 0 0 0 0 0 -$ Special Survey/Design $0 -$ 0 0 0 0 0 0 0 -$ 54 Reimbursables $3,500.00 3,500$ 0 0 0 0 0 0 0 3,500$ Total Special Services 36,100$ 374,500$ Total Task 004 Total Basic Services Task 003 - Bid Phase Services Special Services Total Task 003 Task 004 - Construction Contract Administration Task 005 -Utility Coordination SUBTOTAL ALL SERVICES Total Task 005 Task 006 -Design Topographic Survey/Construction Control Total Task 006 Task 000 -Geotechnical Report Total Task 000 Task 000 - Special Survey/Design Services Total Task 000 Task 007 - Reimbursables Total Task 007 24 2 FINANCIAL SUMMARY: Are budgeted funds available: Yes Amount budgeted/available: $ 10,000,000.00 (Phase 14 Streets Reconstruction Design and Construction) Fund(s) (Name and number): 895-669-6670-2259 Project number: 2460 Source of Funds: 2023-2024 General Fund Special Capital Projects Cost of recommended contract award: $ 374,500.00 Total estimated project cost: $ 374,500.00 Engineering Already authorized Yes  No $ 374,500.00 Total estimated costs 243 Existing Condition Photos of Norris Drive 244 Existing Condition Photos of Knox Drive 245 Existing Condition Photos of King Drive 246 CITY OF THE COLONY, TEXAS RESOLUTION NO. 2023 – ________ A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF THE COLONY, TEXAS, AUTHORIZING THE CITY MANAGER TO EXECUTE AN ENGINEERING SERVICES CONTRACT BY AND BETWEEN THE CITY OF THE COLONY AND QUIDDITY ENGINEERING, LLC TO PREPARE CONSTRUCTION PLANS AND SPECIFICATIONS FOR THE PHASE 14A RESIDENTIAL STREET RECONSTRUCTION PROJECT; AND PROVIDING AN EFFECTIVE DATE. WHEREAS, the City and Consultant have entered into an Engineering Services Contract to prepare construction plans and specifications for the Phase 14A Residential Street Reconstruction Project; and WHEREAS, the City has determined that it is in the best interest of the City to enter into the Contract with Quiddity Engineering, LLC; and WHEREAS, with this Contract the City of The Colony is agreeing to the services not to exceed the amount of $374,500.00 for such work. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF THE COLONY, TEXAS, THAT: Section 1.The Engineering Services Contract, 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. 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 AND APPROVED BY THE CITY COUNCIL OF THE CITY OF THE COLONY, TEXAS THIS 8TH DAY OF NOVEMBER 2023. _____________________________ Richard Boyer, Mayor City of The Colony, Texas 247 ATTEST: ___________________________________ Tina Stewart, TRMC, CMC, City Secretary APPROVED AS TO FORM: ___________________________________ Jeffrey L. Moore, City Attorney 248 Agenda Item No:5.6 CITY COUNCIL Agenda Item Report Meeting Date: November 8, 2023 Submitted by: Robert Kotasek Submitting Department: Engineering Item Type: Resolution Agenda Section: Subject: Discuss and consider approving a resolution authorizing the City Manager to execute an Engineering Services Contract in the amount of $296,499.00 with Cobb, Fendley & Associates, Inc. to prepare construction plans and specifications for the Phase 14B Residential Street Reconstruction project. (Hartline) Suggested Action: Summary of Request: This contract will authorize Cobb, Fendley & Associates, Inc. to prepare construction plans and contract specifications for the Phase 14B Residential Street Reconstruction project. City Council approved funding for the design of these streets in the 2023/2024 CIP budget. The streets to be designed during this project are listed below. Concrete Streets: Bogard Drive and Dunn Drive – From both intersections with Independence Drive. Kean Circle – From North Colony Boulevard to end of cul-de-sac. Larner Street – From FM 423 to Curry Drive. The concrete streets will be reconstructed to the same width as existing with reinforced concrete pavement. Sidewalk and driveway returns within right-of-ways will also be reconstructed. Storm drains, water/wastewater mains and street lights will also be replaced, as needed. The design contract includes surveying, preparing construction plans and specifications, bidding assistance and construction management services. The total cost of the contract with Cobb, Fendley & Associates, Inc is $ 296,499.00. With approval, the project is anticipated to start construction in July 2024 with an estimated completion in August 2025. Attachments: Location Map Engineering Services Contract Existing Condition Photos Financial Summary Res. 2023-xxx Engineering Services Contract - Cobb, Fendley & Associates, Inc.doc 249 250 6053 Main Street Main Pa ig e Nas h Baker Fryer Memorial Blai r Oa ks Fox S H 1 2 1 Ragan S o u t h C olo n y Keys Norris North Colony Tu rn e r S q u i r e s A zte c Slay Taylor S t r i c k l a n d Reed Rice Roberts Arbor Glen Et h r i d g e Worley Gates El m N e w t o nMalone Tr e g o Cur r y Big River Larner Glenview Trui tt Jo y Nervin Crawford Alpha Pruitt Hale Perrin CarrollLongo A v e r y Pemberton Adams C a l d w e l l Wil cox Gibson G r a n d s c a p e Kno x Tree se Carr Jenkins D r i s c o l l Ireland Augusta John Yates P e a r c e Knight I o l a Ash lo ck Northpointe El l i o t W a g n e r Sherman C l a r y Phelps Clover Valley Marlar Ter r y Brandenburg Hetherington Chapman Russell Powers Legend Bedford Shore S t e w a r t Shannon Walk er Whe el er Sample Sagers A u t u m n B a rtlett Lake Highlands S a m R a y b u r n T o ll w a y Rutledge Buckskin Chatham Ramsey Concord Miller King M o r n i n g S t a r A l l e n Young A li s t e r Woodruff L a k e s h o r e Ya ge r Poole Runyon Apache Scott Pettit T y l e r Madison Mc af ee Jen n in g sDurbin Gr iff in M a p l e B a l l a r d Overland Rock Canyon G a l l o w a y Rockwood Green Hollow V a d e n D un n F allw ater Thompson Lakecrest Queen Wexley Ward Younger Rolling Hill Archer Kisor Alta O ak s Phoenix Marsh BILTMOORE Teal Cove ALC OVE A m h u r st Sutton T w i t t y Day Spring Anderson Hendrix Haw se Pa inte r R i d g e c r e s t T u c k e r Sundance W i l s h i r e Watson Fisher L a k e P a r k S a n d h i l l Horseshoe Southmoor Boga rd Kean G a r v i n Sarasota Rearn Wampler Fores t S k y l i n e Blue GlenAsh Glen U s h e r Bentley Lake Ridge Fall River W a t e r s E d g e H i g h C l i f f Evans G R I F F I N H a m i l t o n Fay Inman Pin e bro o k M i d d l e t o n Merrell Heron Cove H a c k n e y S t o n e C r e e k G o o d m a n B a r s t o w Ohare Woodlands P R I N C E W I L L I A MN a v a h o M e l r o y Nia g ara Crutchberry H i l l C r e e k Willowbend Santa Fe Att erb ury JamesIndianola Keller B l a y n e s Garrett H an n a Tucson Wate r s E d g e M e m o ri a l Main S H 1 2 1 Pa ig e µLocation MapPhase 14B Streets Reconstructionr Project Kean Circle Larner Street (From FM 423 to Curry Drive) Bogard Drive and Dunn Drive(From both intersections with Independence Drive) 251 CITY OF THE COLONY, TEXAS, PROFESSIONAL SERVICES AGREEMENT. COBBFENDLEY:. PHASE 14B STREETS RECONSTRUCTION Page 1 STATE OF TEXAS § CITY OF THE COLONY, TEXAS § AGREEMENT FOR PROFESSIONAL SERVICES COUNTY OF DENTON § This Agreement for Professional Services (“Agreement”) is made by and between the City of The Colony, Texas, a municipal corporation located in Denton County, Texas (“City”), and Cobb, Fendley & Associates, Inc. (“Professional”) (individually, each a “Party” and collectively, “Parties”), acting by and through the Parties’ authorized representatives. Recitals: WHEREAS, City desires to engage the services of Professional as an independent contractor and not as an employee in accordance with the terms and conditions set forth in this Agreement; and WHEREAS, Professional desires to render professional services for City for the Phase 14B Streets Reconstruction (“Project”) in accordance with the terms and conditions set forth in this Agreement. NOW, THEREFORE, in exchange for the mutual covenants set forth herein and other valuable consideration, the sufficiency and receipt of which is hereby acknowledged, the Parties agree as follows: Article I Employment of Professional Professional will perform as an independent contractor all services under this Agreement to the prevailing professional standards consistent with the level of care and skill ordinarily exercised by members of Professional’s profession, both public and private, currently practicing in the same locality under similar conditions including but not limited to the exercise of reasonable, informed judgments and prompt, timely action. If Professional is representing this it has special expertise in one or more areas to be utilized in the performance of this Agreement, then Professional agrees to perform those special expertise services to the appropriate local, regional and national professional standards. Article II Term 2.1 The term of this Agreement shall begin on the last date of execution hereof by all parties hereto (the “Effective Date”) and shall continue until completion of the services provided by Professional to City under this Agreement. 2.2 Professional may terminate this Agreement by giving thirty (30) days prior written notice to City. In the event of such termination by Professional, Professional shall be entitled to compensation for services satisfactorily completed in accordance with this Agreement prior to the date of such termination. 252 CITY OF THE COLONY, TEXAS, PROFESSIONAL SERVICES AGREEMENT. COBBFENDLEY:. PHASE 14B STREETS RECONSTRUCTION Page 2 2.3 City may terminate this Agreement by giving ten (10) days prior written notice to Professional. In the event of such termination by City, Professional shall be entitled to compensation for services satisfactorily completed in accordance with this Agreement prior to the date of such termination. Upon receipt of such notice from City, Professional shall immediately terminate working on, placing orders or entering into contracts for supplies, assistance, facilities or materials in connection with this Agreement and shall proceed to promptly cancel all existing contracts insofar as they are related to this Agreement. Article III Scope of Services 3.1 Professional shall perform the services specifically set forth in Exhibit A, attached hereto and incorporated herein by reference, entitled “Scope of Services”. In case of conflict with the language of Exhibit A and the provisions of this Agreement, the provisions of this Agreement shall control. 3.2 The Parties acknowledge and agree that any and all opinions provided by Professional represent the best judgment of Professional. 3.3 Schematic Design Documents, Design Development Documents, Contract Documents, Drawings, Plans, Specifications and other documents, including those in electronic form, prepared by Professional and its consultants, agents, representatives, and/or employees in connection with the Project (“Project Documents”) are intended for the use and benefit of City. Professional and its consultants, agents, representatives, and/or employees shall be deemed the authors of their respective part of said Project Documents. Notwithstanding the foregoing, City shall own, have, keep and retain all rights, title and interest in and to all Project Documents, including all ownership, common law, statutory, and other reserved rights, including copyrights, in and to all such Project Documents, whether in draft form or final form, which are produced at City’s request and in furtherance of this Agreement or for the Project. City shall have full authority to authorize contractor(s), subcontractors, sub-subcontractors, City consultants, and material or equipment suppliers to reproduce applicable portions of the Project Documents to and for use in their execution of the work or for any other purpose. All materials and reports prepared by Professional in connection with this Agreement are “works for hire” and shall be the property of City. Professional shall, upon completion of the services provided under this Agreement, or upon earlier termination of this Agreement, provide City with reproductions of all materials, reports, and exhibits prepared by Professional pursuant to this Agreement, and shall provide same in electronic format if requested by City. Any re-use of the Project Documents by the City on any other project not contemplated or included under this Agreement shall be at the City’s sole risk, without liability to Professional. Article IV Schedule of Work 4.1 Professional agrees to commence services upon written direction from City and to complete the tasks set forth in Exhibit A, Scope of Services, in accordance with a work schedule established by City (the “Budget Requirements and Work Schedule”), which is attached hereto and incorporated as Exhibit B. 253 CITY OF THE COLONY, TEXAS, PROFESSIONAL SERVICES AGREEMENT. COBBFENDLEY:. PHASE 14B STREETS RECONSTRUCTION Page 3 4.2 In the event Professional’s performance of this Agreement is delayed or interfered with by acts of City or others, Professional may request an extension of time for the performance of same as hereinafter provided, and City shall determine whether to authorize any increase in fee or price, or to authorize damages or additional compensation as a consequence of such delays, within a reasonable time after receipt of Professional’s request. 4.3 No allowance of any extension of time, for any cause whatsoever, shall be claimed or made by Professional, unless Professional shall have made written request upon City for such extension not later than five (5) business days after the occurrence of the cause serving as the basis for such extension request, and unless City and Professional have agreed in writing upon the allowance of such additional time. Article V Compensation and Method of Payment 5.1 City shall pay Professional as more specifically set forth in Exhibit “B” by payment of a fee not to exceed $296,499.00. 5.2 Each month Professional shall submit to City an invoice supporting the amount for which payment is sought. Each invoice shall also state the percentage of work completed on the Project through the end of the then submitted billing period, the total of the current invoice amount, and a running total balance for the Project to date. 5.3 Within thirty (30) days of receipt of each such monthly invoice, City shall make monthly payments in the amount shown by Professional’s approved monthly invoice and other documentation submitted. 5.4 Professional shall be solely responsible for the payment of all costs and expenses related to the services provided pursuant to this Agreement including, but not limited to, travel, copying and facsimile charges, reproduction charges, and telephone, internet, e-mail, and postage charges, except as set forth in Exhibit A. 5.5 Nothing contained in this Agreement shall require City to pay for any services that is unsatisfactory as determined by City or which is not performed in compliance with the terms of this Agreement, nor shall failure to withhold payment pursuant to the provisions of this section constitute a waiver of any right, at law or in equity, which City may have if Professional is i n default, including the right to bring legal action for damages or for specific performance of this Agreement. Waiver of any default under this Agreement shall not be deemed a waiver of any subsequent default. Article VI Devotion of Time, Personnel, and Equipment 6.1 Professional shall devote such time as reasonably necessary for the satisfactory performance of the services under this Agreement. City reserves the right to revise or expand the scope of services after due approval by City as City may deem necessary, but in such event City 254 CITY OF THE COLONY, TEXAS, PROFESSIONAL SERVICES AGREEMENT. COBBFENDLEY:. PHASE 14B STREETS RECONSTRUCTION Page 4 shall pay Professional compensation for such services at mutually agreed upon charges or rates, and within the time schedule prescribed by City, and without decreasing the effectiveness of the performance of services required under this Agreement. In any event, when Professional is directed to revise or expand the scope of services under this Agreement, Professional shall provide City a written proposal for the entire costs involved in performing such additional services. Prior to Professional undertaking any revised or expanded services as directed by City under this Agreement, City must authorize in writing the nature and scope of the services and accept the method and amount of compensation and the time involved in all phases of the Project. 6.2 It is expressly understood and agreed to by Professional that any compensation not specified in this Agreement may require approval by the City Council of the City of The Colony and may be subject to current budget year limitations. 6.3 To the extent reasonably necessary for Professional to perform the services under this Agreement, Professional shall be authorized to engage the services of any agents, assistants, persons, or corporations that Professional may deem proper to aid or assist in the performance of the services under this Agreement. The cost of such personnel and assistance shall be borne exclusively by Professional. 6.4 Professional shall furnish the facilities, equipment, telephones, facsimile machines, email facilities, and personnel necessary to perform the services required under this Agreement unless otherwise provided herein. Article VII Relationship of Parties 7.1 It is understood and agreed by and between the Parties that in satisfying the conditions and requirements of this Agreement, Professional is acting as an independent contractor, and City assumes no responsibility or liability to any third party in connection with the services provided by Professional under this Agreement. All services to be performed by Professional pursuant to this Agreement shall be in the capacity of an independent contractor, and not as an agent, servant, representative, or employee of City. Professional shall supervise the performance of its services and shall be entitled to control the manner, means and methods by which Professional’s services are to be performed, subject to the terms of this Agreement. As such, City shall not train Professional, require Professional to complete regular oral or written reports, require Professional to devote his full-time services to City, or dictate Professional’s sequence of work or location at which Professional performs Professional’s work, except as may be set forth in Exhibit A. 7.2 Professional shall be responsible for the professional quality, technical accuracy, and the coordination of all designs, drawings, specifications, plans, and other services furnished by Professional under this Agreement. Professional shall, without additional compensation, correct or revise any errors or deficiencies in the Project Documents and other services provided under this Agreement. Neither City’s review, approval, nor acceptance of, nor payment for any of, the services provided under this Agreement, shall be construed to operate as a waiver of any rights under this Agreement, and Professional shall be and remain liable to City in accordance with applicable law for all damages to City caused by Professional’s negligent performance of any of the services furnished under this Agreement. 255 CITY OF THE COLONY, TEXAS, PROFESSIONAL SERVICES AGREEMENT. COBBFENDLEY:. PHASE 14B STREETS RECONSTRUCTION Page 5 Article VIII Insurance 8.1 Before commencing work, Professional shall, at its own expense, procure, pay for and maintain during the term of this Agreement the following insurance written by companies approved by the state of Texas and acceptable to City. Professio nal shall furnish to the City Manager certificates of insurance executed by the insurer or its authorized agent stating coverages, limits, expiration dates and compliance with all applicable required provisions. Certificates shall reference the project/contract number and be addressed as follows: City of The Colony, Texas Attention: Troy C. Powell, City Manager 6800 Main Street The Colony, Texas 75056 A. Commercial General Liability insurance, including, but not limited to Premises/Operations, Personal & Advertising Injury, Products/Completed Operations, Independent Contractors and Contractual Liability, with minimum combined single limits of $1,000,000 per occurrence, $1,000,000 Products/Completed Operations Aggregate, and $1,000,000 general aggregate. Coverage must be written on an occurrence form. The General Aggregate shall apply on a per project basis. B. Workers’ Compensation insurance with statutory limits; and Employers’ Liability coverage with minimum limits for bodily injury: 1) by accident, $100,000 each accident, and 2) by disease, $100,000 per employee with a per policy aggregate of $500,000. C. Business Automobile Liability insurance covering owned, hired and non- owned vehicles, with a minimum combined bodily injury and property damage limit of $1,000,000 per occurrence. D. Professional Liability Insurance to provide coverage against any claim which the Professional and all professionals engaged or employed by the Professional become legally obligated to pay as damages arising out of the performance of professional services caused by error, omission or negligent act with minimum limits of $2,000,000 per claim, $2,000,000 annual aggregate. NOTE: If the insurance is written on a claims-made form, coverage shall be continuous (by renewal or extended reporting period) for not less than thirty-six (36) months following completion of this Agreement and acceptance by City. 8.2 With reference to the foregoing required insurance, Professional shall endorse applicable insurance policies as follows: 256 CITY OF THE COLONY, TEXAS, PROFESSIONAL SERVICES AGREEMENT. COBBFENDLEY:. PHASE 14B STREETS RECONSTRUCTION Page 6 A. A waiver of subrogation in favor of City, its officials, employees, and officers shall be contained in the Workers’ Compensation insurance policy. B. The City, its officials, employees and officers shall be named as additional insureds on the Commercial General Liability policy, by using endorsement CG2026 or broader . C. All insurance policies shall be endorsed to the effect that City will receive at least thirty (30) days notice prior to cancellation, non-renewal, termination, (10 days’ notice of cancellation due to non-payment of premium) of the policies. 8.3 All insurance shall be purchased from an insurance company that meets a financial rating of B+VI or better as assigned by A.M. Best Company or equivalent. Article IX Right to Inspect Records 9.1 Professional agrees that City shall have access to and the right to examine any directly pertinent books, documents, papers and records of Professional involving transactions relating to this Agreement. Professional agrees that City shall have access during normal working hours to all necessary Professional facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this section. City shall give Professional reasonable advance notice of intended audits. 9.2 Professional further agrees to include in subcontract(s), if any, a provision that any subcontractor agrees that City shall have access to and the right to examine any directly pertinent books, documents, papers and records of such subcontractor involving transactions related to the subcontract, and further, that City shall have access during normal working hours to all such subcontractor facilities and shall be provided adequate and appropriate work space, in order to conduct audits in compliance with the provisions of this section. City shall give any such subcontractor reasonable advance notice of intended audits. Article X Miscellaneous 10.1 Entire Agreement. This Agreement and any and all Exhibits attached hereto constitutes the sole and only agreement between the Parties and supersedes any prior or contemporaneous understandings, written agreements or oral agreements between the Parties with respect to the subject matter of this Agreement. 10.2 Authorization. Each Party represents that it has full capacity and authority to grant all rights and assume all obligations granted and assumed under this Agreement. 10.3 Assignment. Professional may not assign this Agreement in whole or in part without the prior written consent of City. In the event of an assignment by Professional to which 257 CITY OF THE COLONY, TEXAS, PROFESSIONAL SERVICES AGREEMENT. COBBFENDLEY:. PHASE 14B STREETS RECONSTRUCTION Page 7 the City has consented, the assignee shall agree in writing with the City to personally assume, perform, and be bound by all the covenants and obligations contained in this Agreement. 10.4 Successors and Assigns. Subject to the provisions regarding assignment, this Agreement shall be binding on and inure to the benefit of the Parties and their respective heirs, executors, administrators, legal representatives, successors and assigns. 10.5 Governing Law and Exclusive Venue. The laws of the State of Texas shall govern this Agreement, and exclusive venue for any legal action concerning this Agreement shall be in a District Court with appropriate jurisdiction in Denton County, Texas. The Parties agree to submit to the personal and subject matter jurisdiction of said court. 10.6 Amendments. This Agreement may be amended only by the mutual written agreement of the Parties. 10.7 Severability. In the event any one or more of the provisions contained in this Agreement shall for any reason be held to be invalid, illegal, or unenforceable in any respect by a court of competent jurisdiction, such invalidity, illegality or unenforceability shall not affect any other provision in this Agreement, and this Agreement shall be construed as if such invalid, illegal, or unenforceable provision had never been contained in this Agreement. 10.8 Survival of Covenants and Terms. Any of the representations, warranties, covenants, and obligations of the Parties, as well as any rights and benefits of the Parties, pertaining to a period of time following the termination of this Agreement shall survive termination, including, but not limited to, Section 3.3, Article X, and, in particular, Sections 10.13 and 10.14. 10.9 Recitals. The recitals to this Agreement are incorporated herein. 10.10 Notice. Any notice required or permitted to be delivered hereunder may be sent by first class mail, overnight courier or by confirmed telefax or facsimile to the address specified below, or to such other Party or address as either Party may designate in writing, and shall be deemed received three (3) days after delivery set forth herein: If intended for City: With Copy to: Troy C. Powell Ron Hartline, P.E. City Manager Director of Engineering City of The Colony City of The Colony 6800 Main Street 6800 Main Street The Colony, Texas 75056 The Colony, Texas 75056 If intended for Professional: Ted Sugg, P.E. Principal: Regional Municipal Manager Cobb, Fendley & Associates, Inc. (“CobbFendley”) 2801 Network Boulevard, Suite 800 Frisco, Tx 75034 258 CITY OF THE COLONY, TEXAS, PROFESSIONAL SERVICES AGREEMENT. COBBFENDLEY:. PHASE 14B STREETS RECONSTRUCTION Page 8 10.11 Counterparts. This Agreement may be executed by the Parties hereto in separate counterparts, each of which when so executed and delivered shall be deemed an original, but all such counterparts shall together constitute one and the same instrument. Each counterpart may consist of any number of copies hereof each signed by less than all, but together signed by all of, the Parties hereto. 10.12 Exhibits. The exhibits attached hereto are incorporated herein and made a part hereof for all purposes. 10.13 Professional’s Liability. Acceptance of the Project Documents by City shall not constitute nor be deemed a release of the responsibility and liability of Professional, its employees, associates, agents or subcontractors for the accuracy and competency of their designs, working drawings, specifications or other documents and work; nor shall such acceptance be deemed an assumption of responsibility by City for any defect in the Project Documents or other documents and work prepared by Professional, its employees, associates, agents or sub-consultants. 10.14 Indemnification. PROFESSIONAL AGREES TO DEFEND (EXCEPT FOR PROFESSIONAL LIABLITY CLAIMS), INDEMNIFY AND HOLD HARMLESS CITY FROM AND AGAINST ANY AND ALL LIABILITIES, DAMAGES, CLAIMS, SUITS, COSTS (INCLUDING COURT COSTS, ATTORNEY’S FEES AND COSTS OF INVESTIGATION) AND ACTIONS BY REASON OF INJURY TO OR DEATH OF ANY PERSON OR DAMAGE TO OR LOSS OF PROPERTY TO THE EXTENT CAUSED BY PROFESSIONAL’S PERFORMANCE OF SERVICES UNDER THIS AGREEMENT OR BY REASON OF ANY ACT OR OMISSION ON THE PART OF PROFESSIONAL, ITS OFFICERS, DIRECTORS, SERVANTS, AGENTS, EMPLOYEES, REPRESENTATIVE S, CONTRACTORS, SUBCONTRACTORS, LICENSEES, SUCCESSORS OR PERMITTED ASSIGNS (EXCEPT WHEN SUCH LIABILITY, CLAIMS, SUITS, COSTS, INJURIES, DEATHS OR DAMAGES ARISE FROM OR ARE ATTRIBUTED TO THE SOLE NEGLIGENCE OF THE CITY). IF ANY ACTION OR PROCEEDING SHALL BE BROUGHT BY OR AGAINST CITY IN CONNECTION WITH ANY SUCH LIABILITY OR CLAIM, THE PROFESSIONAL, ON NOTICE FROM CITY, SHALL DEFEND SUCH ACTION OR PROCEEDINGS AT PROFESSIONAL’S EXPENSE, BY OR THROUGH ATTORNEYS REASONABLY SATISFACTORY TO CITY. PROFESSIONAL’S OBLIGATIONS UNDER THIS SECTION SHALL NOT BE LIMITED TO THE LIMITS OF COVERAGE OF INSURANCE MAINTAINED OR REQUIRED TO BE MAINTAINED BY PROFESSIONAL UNDER THIS AGREEMENT. IF THIS AGREEMENT IS A CONTRACT FOR ENGINEERING OR ARCHITECTURAL SERVICES, THEN THIS SECTION IS LIMITED BY, AND TO BE READ AS BEING IN COMPLIANCE WITH, THE INDEMNITY SPECIFIED IN § 271.904 OF THE TEXAS LOCAL GOVERNMENT CODE, AS AMENDED. THIS SECTION SHALL SURVIVE TERMINATION OF THIS AGREEMENT 10.15 Conflicts of Interests. Professional represents that no official or employee of City has any direct or indirect pecuniary interest in this Agreement. Any misrepresentation by Professional under this section shall be grounds for termination of this Agreement and shall be 259 CITY OF THE COLONY, TEXAS, PROFESSIONAL SERVICES AGREEMENT. COBBFENDLEY:. PHASE 14B STREETS RECONSTRUCTION Page 9 grounds for recovery of any loss, cost, expense or damage incurred by City as a result of such misrepresentation. 10.16 Default. If at any time during the term of this Agreement, Professional shall fail to commence the services in accordance with the provisions of this Agreement or fail to diligently provide services in an efficient, timely and careful manner and in strict accordance with the provisions of this Agreement or fail to use an adequate number or quality of personnel to complete the services or fail to perform any of Professional’s obligations under this Agreement, then City shall have the right, if Professional shall not cure any such default after thirty (30) days written notice thereof, to terminate this Agreement. Any such act by City shall not be deemed a waiver of any other right or remedy of City. If after exercising any such remedy due to Professional’s nonperformance under this Agreement, the cost to City to complete the services to be performed under this Agreement is in excess of that part of the contract sum which as not theretofore been paid to Professional hereunder, Professional shall be liable for and shall reimburse City for such excess costs. 10.17 Confidential Information. Professional hereby acknowledges and agrees that its representatives may have access to or otherwise receive information during the furtherance of Professional’s obligations in accordance with this Agreement, which is of a confidential, non- public or proprietary nature. Professional shall treat any such information received in fu ll confidence and will not disclose or appropriate such Confidential Information for Professional’s own use or the use of any third party at any time during or subsequent to this Agreement. As used herein, “Confidential Information” means all oral and written information concerning the City, its affiliates and subsidiaries, and all oral and written information concerning City or its activities, that is of a non-public, proprietary or confidential nature including, without limitation, information pertaining to customer lists, services, methods, processes and operating procedures, together with all analyses, compilations, studies or other documents, whether prepared by Professional or others, which contain or otherwise reflect such information. The term “Confidential Information” shall not include such information that is or becomes generally available to the public other than as a result of disclosure to Professional, or is required to be disclosed by a governmental authority under applicable law. 10.18 Remedies. No right or remedy granted or reserved to the Parties is exclusive of any other right or remedy herein by law or equity provided or permitted; but each right or remedy shall be cumulative of every other right or remedy given hereunder. No covenant or condition of this Agreement may be waived without written consent of the Parties. Forbearance or indulgence by either Party shall not constitute a waiver of any covenant or condition to be performed pursuant to this Agreement. 10.19 No Third Party Beneficiary. For purposes of this Agreement, including the intended operation and effect of this Agreement, the Parties specifically agree and contract that: (1) this Agreement only affects matters between the Parties to this Agreement, and is in no way intended by the Parties to benefit or otherwise affect any third person or entity notwithstanding the fact that such third person or entity may be in contractual relationship with City or Professional or both; and (2) the terms of this Agreement are not intended to release, either by contract or operation of law, any third person or entity from obligations owing by them to either City or Professional. 260 261 CITY OF THE COLONY, TEXAS, PROFESSIONAL SERVICES AGREEMENT. COBBFENDLEY:. PHASE 14B STREETS RECONSTRUCTION Page 11 EXHIBIT A SCOPE OF SERVICES The Professional will provide the City engineering consulting services for the reconstruction of the following streets and the associated public utilities (water, wastewater and storm drainage):  Bogard Drive/Dunn Drive from Independence Drive (total 1,765 ft)  Kean Circle from N. Colony Boulevard to end (555 ft)  Larner Street from Main Street to Curry Drive (670 ft) The City and Professional anticipate the reconstruction of these streets will be bid as one construction package. The Professional will provide professional engineering services as follows:  Prepare Construction Plans and Specifications for the reconstruction of the above streets and the associated utilities to include: o Street paving replacement with concrete curb and gutter using City’s standard 6” concrete over 6” flexible base material  Replace driveways to the r.o.w. line unless slopes require additional length  Address any erosion issues at the west end of Bogard/Dunn; this area is in a floodplain. o Sidewalk and ADA compliant barrier free ramps o Storm drainage system including piping and curb inlets  Provide full plan and profile for Bogard Drive and Dunn Drive  For Kean Circle, maintain drainage in the existing flume  For Larner Street, verify gutter flow is appropriate o Water and wastewater main and services replacement on all streets  Min. 8” water main replacement  Min. 8” wastewater main replacement  Replace water services to r.o.w. using a single 1” service line to serve two (2) ¾” meters with a bullnose connection  Replace each meter box (not the meter) o Replace street light foundations and pull boxes  Coordinate with Oncor to verify existing street light locations are appropriate o Provide Tree Survey  All trees in r.o.w. are to be removed unless the homeowner wants to keep it; in this case use the City standard tree well detail to contain the roots  Any tree with a caliper of 12” and above and will be identified by species; all trees regardless of caliper will be shown on the Professional’s Plan  The City Arborist will verify if trees shown to remain are viable o Include a line item for potholing to locate utilities during construction, as needed o Rebuild concrete pads for community mailboxes 262 CITY OF THE COLONY, TEXAS, PROFESSIONAL SERVICES AGREEMENT. COBBFENDLEY:. PHASE 14B STREETS RECONSTRUCTION Page 12 I, BASIC SERVICES A. DESIGN PHASE 1. The Professional will provide design plans at the Preliminary (60%), Pre-Final (90%), and Final (100%) phases of design. The Professional will prepare design plans in accordance with the standard details and specifications for the City of The Colony and the North Central Texas Council of Governments. 2. Preliminary Engineering (60%) The Professional will prepare Preliminary Engineering construction plans as follows: a. Conduct a project kick-off meeting with the City staff. b. Conduct an on-site project meeting with City staff and the design team to determine the City’s needs and preferences regarding the street and utility reconstruction. c. Obtain record drawings, studies, and planning documents from the City that may have an impact on the project. Incorporate this data into the planning and design of the project. d. The Professional will contact the franchise utility companies and use the information they provide to show their existing and proposed facilities on the design plans to help identify conflicts so early coordination for the relocation of the franchise utilities can be performed to help avoid conflicts during construction. The professional will keep a log of franchise utility companies contacted and their response, if any. e. Determine constructability of the project using existing slopes on streets, flowlines of wastewater and storm drainage facilities, and pinpoint any erosion or floodplain issues that will negatively impact the function of the project and cost of construction. Any issues detected will be reported to the City and resolved before continuing with this phase of design. f. The Professional will prepare horizontal control for each street with any required easements or rights-of-way shown. Prepare a horizontal and vertical control plan that locates all proposed and known existing facilities. Legal descriptions (Lot Nos., Block Nos., and Addition Names) along with property ownership shall be provided on the plan view. g. Prepare roadway plan and profile sheets showing limits of pavement, driveways, alleys, elevations at all PVI’s and PI’s; high and low points, horizontal and vertical curve information, and pertinent calculations. Profiles for existing ground at the right-of-way lines shall be shown. 263 CITY OF THE COLONY, TEXAS, PROFESSIONAL SERVICES AGREEMENT. COBBFENDLEY:. PHASE 14B STREETS RECONSTRUCTION Page 13 h. Known existing utilities and utility easements will be shown on the roadway plan and profile sheets. The Professional will coordinate with utility companies and the City to ascertain what, if any, future improvements are planned that may impact the Project. Submit pertinent plan sheets to private utility companies for review and utility clearance. i. Prepare drive-way profiles showing the proposed driveway grade transitioning into the existing driveway grade and limits of tie back. j. The Professional will review the existing drainage patterns of Kean Circle and Larner Drive to verify the existing gutter flow is sufficient and appropriate to maintain drainage on these streets. For Bogard/Dunn, the Professional will verify the capacity of the existing outfall system is capable of handling the current flow volume. The Professional will provide a drainage area map and flow calculations for all four streets. k. Prepare storm drainage plan and profile sheets for Bogard and Dunn Drives. l. The Professional will prepare the plan sheets for the proposed water lines for each street including valves, fire hydrants and services connections. m. The Professional will prepare the plan and profile sheets for the proposed wastewater lines for each street including cleanouts, manholes and services connections. n. Prepare an Erosion Control Narrative and Erosion Control Plan. It is the contractor’s responsibility to prepare and submit the SWPPP, the NOI and the NOT. o. Prepare a construction sequencing plan in accordance with the TMUTCD requirements. A suggested traffic control plan, prepared in accordance with the TxDOT standard traffic control details and the TMUTCD to ensure that one lane is open to traffic at all times, will also be prepared for each construction phase. The contractor will be responsible for submitting a construction Traffic Control Plan, sealed by a Texas Professional Engineer, for review and approval by the City. p. The Professional will prepare a Pavement Markings, Lighting and Signage Plan. The Lighting Plan will show the location of proposed light pole foundations and pull boxes for each street. The Professional will not be responsible for light pole design or selection, nor will a lighting design be performed. The Professional will coordinate with Oncor to verify that the locations of existing foundations (to be removed) are appropriate for new foundations. q. Roadway cross-sections will be developed from the survey notes, at intervals not to exceed 50 foot along the project length and will extend 10’ past the right-of-way line on both sides of the street. Additional cross-sections at important features including alleys, driveways, PI’s of intersecting streets, etc. will also be provided. Cross-sections will show centerline station, profile grades and centerline elevations, roadway section 264 CITY OF THE COLONY, TEXAS, PROFESSIONAL SERVICES AGREEMENT. COBBFENDLEY:. PHASE 14B STREETS RECONSTRUCTION Page 14 (existing and proposed) and right-of-way limits. Excavation and embankment volumes and end area computations shall also be provided. r. The Professional will review and include appropriate standard details for construction of the above items from the CITY, NCTCOG and TxDOT, as needed. s. The Professional shall deliver two half size (11”x17”), two full size (22” x 34”), and a pdf file of the Pre-Final construction plans to the City for review. Generally, plan sheets shall be organized as follows: i. Cover Sheet ii. Sheet Index iii. General Notes iv. Typical Sections v. Project Layout with Horizontal and Vertical Control vi. Removal Plans vii. Paving Plan and Profile Sheets viii. Driveway Profiles ix. Drainage Area Maps / Drainage Calculations x. Storm Drain Plan & Profile Sheets xi. Water Plans xii. Wastewater Plan & Profile Sheets xiii. Erosion Control Narrative xiv. Erosion Control Plans xv. Construction Sequencing xvi. Suggested Standard TxDOT Traffic Control Plans xvii. Pavement Markings, Lighting and Signage Plans xviii. Cross Sections xix. City Paving Details xx. City Storm Drain Details xxi. City Water & Wastewater Details xxii. Misc. Details xxiii. TxDOT Traffic Control Details t. The Professional shall submit an Opinion of Probable Construction Costs. u. The Professional shall submit project specifications for City review. The project contract documents (front end), general conditions, and special conditions will be provided by the City. Project Specifications will be prepared in accordance with the North Central Texas Council of Governments Standard Specifications for Public Works Construction, latest edition. Any required specifications not included in the North Central Texas Council of Governments Standard Specifications for Public Works Construction will be prepared separately and included in the bid documents. v. The Professional will prepare the bid proposal forms (Project quantities) of the improvements to be constructed and included in the contract documents. 265 CITY OF THE COLONY, TEXAS, PROFESSIONAL SERVICES AGREEMENT. COBBFENDLEY:. PHASE 14B STREETS RECONSTRUCTION Page 15 w. The Professional shall meet with the City to discuss review comments for the Preliminary submittal. 3. Pre-Final Phase (90%) Upon approval of Preliminary engineering plans, the Professional will provide Pre-Final plans as follows: a. Address all City comments and prepare the Pre-Final plans for City review. The Professional shall deliver two half size (11”x17”), two full size (22” x 34”), and a pdf file of the Pre-Final construction plans to the City for review. b. The Professional shall submit a Pre-Final Opinion of Probable Construction Costs. c. The Professional shall submit updated project specifications for City review. d. The Professional will update the bid proposal forms (Project quantities) of the improvements to be constructed and included in the contract documents. e. Attend one Over The Shoulder (OTS) plan review meeting with the City. The review meeting will be conducted to address review comments and to develop appropriate and immediate resolutions to those comments to produce the Final construction documents. 4. Final Engineering (100%) Following approval of the Pre-Final plans, The Professional shall prepare Final plans as follows: a. Address all City comments and finalize all engineering drawings in accordance with the OTS review. b. The Professional will finalize the bid proposal forms (Project quantities) of the improvements to be constructed, showing any alternate bid items and summary sheets. c. The Professional will finalize the contract documents and technical specifications. d. The Professional shall submit a Final Opinion of Probable Construction Costs. e. The Professional will provide two half size (11”x17”), two full size (22” x 34”) sealed drawings, stamped ”Bid Documents”, and a thumb drive containing the pdf files for the plans and specifications. 266 CITY OF THE COLONY, TEXAS, PROFESSIONAL SERVICES AGREEMENT. COBBFENDLEY:. PHASE 14B STREETS RECONSTRUCTION Page 16 B. BIDDING PHASE 1. Provide sealed plans, specifications, and bid documents in PDF format to the City Purchasing Department to be posted on the City website (or preferred job board) for advertisement. Also provide the bid summary sheets in excel (no formulas) to be posted to the selected website. The City will be responsible for all advertising fees. 2. Assist the City in conducting a pre-bid meeting. 3. Assist the City by responding to questions and interpreting bid documents. Prepare and issue addenda to the bid documents as required. 4. Assist City in the opening, tabulating, and analyzing the bids received. Review the qualification information and check references provided by the apparent low bidder to determine if, based on the information available, they appear to be qualified to construct the Project. Recommend award of contract or other actions as appropriate to be taken by City. 5. Assist the City in issuing a Notice to Proceed to the construction contractor. 6. Furnish the following conformed contract documents: a. City i. Contract Documents – 2 ii. Full Size (22” x 34”) Plans – 4 iii. ½ Size (11” x 17”) Plans – 2 iv. PDF of Contract Documents and Plans b. Contractor i. Contract Documents – 2 ii. Full Size (22” x 34”) Plans – 4 iii. ½ Size (11” x 17”) Plans – 2 iv. PDF of Contract Documents and Plans C. CONSTRUCTION PHASE Upon completion of the Bidding Phase services, the Professional will proceed with the performance of Construction Phase services as described below. The Professional will endeavor to protect the City in providing these services; however, it is understood that the Professional does not guarantee the Contractor's performance, nor is the Professional’s responsible for supervision of the Contractor's operation and employees. The Professional shall not be responsible for the means, methods, techniques, sequences or procedures of construction selected by the Contractor, or any safety precautions and programs relating in any way to the condition of the premises, the work of the Contractor or any Subcontractor. The Professional shall not be responsible for the acts or omissions of any person (except its own employees or agents) at the Project site or otherwise performing any of the work of the Project. 267 CITY OF THE COLONY, TEXAS, PROFESSIONAL SERVICES AGREEMENT. COBBFENDLEY:. PHASE 14B STREETS RECONSTRUCTION Page 17 1. Assist the City in conducting a Pre-Construction conference with the Contractor and review the construction schedule prepared by the Contractor pursuant to the requirements of the construction contract. 2. Review Contractor's submittals, including requests for information, modification requests, shop drawings/material cut sheets, schedules, and other submittals in accordance with the requirements of the construction contract documents for the Project. 3. Review and sign contractor’s pay requests. The Professional’s review will be to confirm the quantities installed are reasonable for the phase of the project, retainage is accurate, and mathematical calculations are correct. It is the City’s responsibility to field verify the individual quantities for accuracy as submitted by the contractor. 4. Attend ten (10) monthly progress meetings with City staff and the contractor to review the progress of the project. The monthly progress meetings will coincide with visits to the site to observe the progress and the quality of work and to attempt to determine in general if the work is proceeding in accordance with the Construction Contract Documents. In this effort the Professional will endeavor to protect the City against defects and deficiencies in the work of Contractors and will report any observed deficiencies to the City. Visits to the site in excess of the specified number are an Additional Service. 5. Conduct, in company with the City’s representative, a final review of the Project for conformance with the design concept of the Project and general compliance with the Construction Contract Documents. Prepare a list of deficiencies to be corrected by the Contractor before recommendation of final payment. Assist the City in obtaining legal releases, permits, warranties, spare parts and keys from the contractor. Review and comment on the certificate of completion and the recommendation for final payment to the Contractor(s). Visiting the site to review completed work in excess of two trips is an Additional Service. 6. Prepare record drawings in accordance with the information furnished by the City and Contractor reflecting changes in the Project made during construction. Provide 1 set of prints labeled "Record Drawings" to the City. II. SPECIAL SERVICES A. TOPOGRAPHIC SURVEY: 1. Project Control a. Basis of Control: The Colony geodetic control, if available, otherwise the Allterra-VRS GPS system will be used to establish horizontal and vertical values. b. Project Coordinate System: Survey coordinates will be provided in a project modified State Plane “surface” position. The project scaling point and factor will be labeled and 268 CITY OF THE COLONY, TEXAS, PROFESSIONAL SERVICES AGREEMENT. COBBFENDLEY:. PHASE 14B STREETS RECONSTRUCTION Page 18 shown in CAD. Basis of control and all other pertinent details will be described in the CAD files and on the control description sheets. c. Horizontal and Vertical Control Methods: Horizontal and vertical control will be established using RTK “base and rover” GPS methods. Control will have an accuracy of +/- 0.04’ at the time of survey. 5/8” iron rods with cap and/or mag nails will be used as a control material. Horizontal and vertical control points will be set at 500’ intervals within the project area. Where possible, control monumentation shall be located sufficiently away from the project limits so as not to be disturbed by construction activities. 2. Utility Location/Coordination a. Texas811 OneCall Coordination: Prior to commencing any topographic fieldwork, the Professional will submit a utility locate request for the project limits to Texas811 (formerly Texas Excavation Safety System, Inc.) online at www.Texas811.org or by telephone at 811 or 800-344-8377. Marks set by Texas811 will be shown on the survey. b. Private Franchise Utilities: Locate and tie visible franchise utilities (Gas, Telephone/FOC, Electric, Cable, etc.) and associated appurtenances including but not limited to: power poles, guy anchors, manholes, meters, valves, test stations, vaults, handholes, pull boxes, pedestals, controllers, etc. Denote size, material type, pressure rating, line voltage and utility owner as applicable, if available. Visible Texas811 markings will be shown on the survey. c. The Colony Public Utilities: Locate and tie visible public utilities (water, wastewater, storm drainage, and telephone/fiber) and associated appurtenances including but not limited to: manholes, cleanouts, meters, services, isolation valves, blow-offs, fire hydrants, inlets, junction boxes, headwalls, wingwalls, rip-rap aprons and all other appurtenances. Denote size, material type and flow direction as applicable. Locate the top of operating nut elevations for visible utility valves. Accessible utility manholes will be detailed identifying: structure size, material type, rim elevations, measure downs and corresponding flow line and top of pipe elevations for visible pipe wall penetrations. Upstream and downstream wastewater and storm drainage rim and invert data will be shown. 3. Right-of-Entry a. ROE will be obtained from a percentage of property owners determined by the City as appropriate for this project. These services include a ROE mailer and keeping records obtained for project entry. 269 CITY OF THE COLONY, TEXAS, PROFESSIONAL SERVICES AGREEMENT. COBBFENDLEY:. PHASE 14B STREETS RECONSTRUCTION Page 19 4. Topographic Survey Main project area cross sections and/or mapping will be collected generally at 50’ intervals and at all breaks in grade producing 1’ interval contours for a width of ROW to ROW. a. Project crossing side streets, alleys, and drainage ways will be surveyed an additional 25 feet in each direction beyond the main project swath. Crossing alignments will be surveyed for a width that properly covers each crossing feature. b. Intersecting streets will be extended to mid-panel beyond the 2nd joint from curb return. c. Expansion joints will be detailed at all intersections to a point 50 feet from the returns. d. Driveways will be surveyed an additional 15’ beyond the ROW. e. The building outline/face of all project-adjoining homes will be shown on the survey. i. Finish floor elevations will be captured if backyard entry is not required. ii. Private cleanouts will be located if backyard entry is not required. f. Existing pavement markings and signage will be identified on the survey. g. Streetlight bases and pull boxes will be shown on the survey. h. Surface Drainage Features: Locate and tie top, toe and flow lines of existing swales, channels and creeks with the project limits. 5. Trees, Shrubs, Landscaping and Irrigation: a. All trees that fall within the ROW will be tagged in the field. Tag ID’s, common name and approximate trunk size will be noted on the survey. b. Any tree in the r.o.w. with a caliper of 12” and above and will be identified by species; all trees in the r.o.w. regardless of caliper will be shown on the survey. 6. Exclusions: The following items are excluded from this scope of services: a. Abstracting Services: This proposal does not include hiring an abstractor to conduct abstracting services for property, easement and right-of-way research. Current platting and/or deed information available at the County and information provided to the Professional by the City will be used for this project. b. Arborist Services: This proposal does not include the services of an arborist or licensed landscape architect to provide tree size and scientific name. The Professional will make 270 CITY OF THE COLONY, TEXAS, PROFESSIONAL SERVICES AGREEMENT. COBBFENDLEY:. PHASE 14B STREETS RECONSTRUCTION Page 20 an attempt to approximately identify the common name and size of each project affected tree. c. Construction Staking Services: This proposal does not include staking of any kind for the construction of this project. Project control will not be refreshed prior to the commencement of construction. d. Subsurface Utility Investigation: This proposal does not include subsurface excavation to confirm underground utility locations. All utility line work will be based on surface field evidence and provided record drawing research. e. SUE Test Hole and Marker Locations: This proposal does not include the location and collection of data regarding test-hole locations or SUE marking locations performed by SUE contractors. f. Soil Borings: This proposal does not include the location of soil borings performed by others. g. This proposal does not include the resolution of any boundary conflicts observed during the survey. h. This proposal does not include preparation of R.O.W. or easement documents required for acquisition. B. TDLR REVIEW 1. The Professional will submit plans to the Texas Department of Licensing and Regulation for review of sidewalk and barrier free ramp ADA compliance. Any comments the Professional receives will be incorporated into the Professional’s plan set. C. GEOTECHNICAL INVESTIGATION AND PAVEMENT DESIGN 1. Geotechnical services are not included in this proposal. Any geotechnical information required will be provided by the City. 2. The Professional will utilize the City’s standard pavement section of 6” concrete over 6” of flexible base material. The Professional will use standard City details to accompany this pavement section. 271 CITY OF THE COLONY, TEXAS, PROFESSIONAL SERVICES AGREEMENT. COBBFENDLEY:. PHASE 14B STREETS RECONSTRUCTION Page 21 III. CLIENT RESPONSIBILITIES The City will provide the following information in a timely manner so as not to delay the services of the Professional: 1. The City will provide any available design plans, drainage studies, surveys, property information, utility locations, geotechnical data, CADD files or any other pertinent information. 2. The City shall attend review meetings and make final decisions on design issues such that questionable matters may be resolved and the Project progresses as scheduled. 3. The City shall provide the Professional access to the site and allow interviews with personnel that have a working knowledge of the facilities within the Project area. The City shall make available personnel to assist in the locating of water and wastewater lines, which cannot be identified by other means. 4. The City shall provide personnel to accompany the Professional when delivering Right of Entry letters to homeowners. IV. ADDITIONAL SERVICES Services not included in the description of Scope of Services in this proposal may be provided by the Professional upon request. If the City authorizes additional services to be performed by the Professional, said services shall be provided in accordance with an agreed upon scope, fee and schedule between the City and the Professional and documented by execution of a Supplemental Agreement to this contract. The following services are NOT included in this proposal: 1. Any other service not specifically included within the description of Basic Services, Special Services, or Other Services as described above, such as: a. USACE permitting, Nationwide Permitting, Specific Permitting. b. Boundary survey, lot platting, or abstracting the adjacent properties. c. ROW and / or Boundary Resolution. d. ROW and Easement document preparation. e. Geotechnical investigation or materials testing. f. Hydraulic Analysis of existing or proposed drainage conditions. g. Soil, water or other environmental testing or environmental assessment of any kind. h. Subsurface Utility Engineering (SUE Level A & B). i. Construction Inspection. j. Any engineering consulting or design services other than those expressly detailed in this proposal. 2. Any permitting, testing, studies, design, or redesign effort required to bring the plans and specifications and the project into compliance with any local, state or federal regulations, processes or procedures that are put into effect after the execution date of this contract. 272 CITY OF THE COLONY, TEXAS, PROFESSIONAL SERVICES AGREEMENT. COBBFENDLEY:. PHASE 14B STREETS RECONSTRUCTION Page 22 3. Consulting services by others not included in this proposal. 4. Design of improvements outside the project limits / off-site. 5. Redesign or additional surveying for the City’s convenience or due to changed conditions after the execution date of this contract. 6. Redesign or additional surveying for the City’s convenience after City has approved proposed alternates and / or approved progress on the design. 7. Alternate additions that are not included in the original scope. 8. Evaluation of design / alignment alternatives beyond what is defined in the scope. 9. Preparing exhibits and / or intermediate submittals beyond what is defined in the scope. V. EXCLUSIONS The following items are excluded from this scope of services: 1. Geotechnical engineering / testing / investigation. 2. Structural engineering. 3. Franchise utility relocation design. 4. Accessibility design or review. 5. Hydraulic modeling (HEC). 6. Preparation of a Storm Water Pollution Prevention Plan (SWPPP). 7. Preparation of Custom Site-Specific Traffic Control Plans (TCP). 8. Wetlands determination, mitigation plans, permitting or assessments. 9. Floodplain delineation, analysis, reclamation plans, permitting, or coordination with FEMA / USACE. 10. Preparation / submittal of a CLOMR and/or LOMR. 11. Coordination with agencies (USACE, TCEQ, FEMA, EPA, TxDOT, etc.) regarding the project or proposed construction. 12. Permitting (USACE, TMDL, TDLR, NPDES, TCEQ, TWDB, FEMA, EPA, TxDOT, etc.). 273 CITY OF THE COLONY, TEXAS, PROFESSIONAL SERVICES AGREEMENT. COBBFENDLEY:. PHASE 14B STREETS RECONSTRUCTION Page 23 13. Right-of-Way determination / map. 14. The resolution of any boundary conflicts observed during the course of the survey. 15. Performing a title search or complete abstracting of any properties or easements. 16. Construction verification survey. 17. The City will be responsible for providing construction inspection on the project. The Professional will only provide general project representation based on the number of site visits provided in this proposal. 274 CITY OF THE COLONY, TEXAS, PROFESSIONAL SERVICES AGREEMENT. COBBFENDLEY:. PHASE 14B STREETS RECONSTRUCTION Page 24 EXHIBIT B BUDGET REQUIREMENTS AND WORK SCHEDULE Budget Requirements: The services will be completed on a project total fee, not to exceed $296,499.00. No work outside the approved scope of work should be performed by the Professional without prior written approval and Change Order to the signed contract. If the Professional sees the Scope of Services changing so that Additional Services are needed, the Professional will notify City for City’s approval before proceeding. Other direct expenses are reimbursed at actual cost times a multiplier of 1.15. They include outside printing and reproduction expense, communication expense, travel, transportation and subsistence away from Dallas and other miscellaneous expenses directly related to the work, including costs of laboratory analysis, tests, and other work required to be done by independent persons other than staff members. A complete man hour-estimate and expense fee for the scope of services is included in Attachment A and a summary is listed below. BASIC SERVICES DESIGN PHASE: PRELIMINARY (60%) $ 168,000 PRE-FINAL (90%) $ 16,900 FINAL (100%) $ 13,500 BIDDING PHASE $ 20,800 CONSTRUCTION PHASE $ 42,500 BASIC SERVICES SUBTOTAL $ 261,700 SPECIAL SERVICES TOPOGRAPHIC SURVEYING $ 22,968 SURVEY RIGHT-OF-ENTRY $ 1,331 TDLR REVIEW $ 5,500 SPECIAL SERVICES SUBTOTAL $ 29,799 PROJECT EXPENSES $ 5,000 PROJECT TOTAL $ 296,499 Work Schedule: The proposed scope of work in Exhibit A is anticipated to completed within approximately 180 calendar day of design time from the receipt of a signed agreement and/or official notice-to- proceed. A detailed work schedule breakdown by tasks is included in Attachment B 275 276 277 278 279 280 Existing Condition Photos of Kean Circle 281 Existing Condition Photos of Larner Street 282 Existing Condition Photos of Bogard Drive Existing Condition Photos of Dunn Drive 283 FINANCIAL SUMMARY: Are budgeted funds available: Yes Amount budgeted/available: $ 10,000,000.00 (Phase 14 Streets Reconstruction Design and Construction) Fund(s) (Name and number): 895-669-6670-2259 Project number: 2460 Source of Funds: 2023-2024 General Fund Special Capital Projects Cost of recommended contract award: $ 296,499.00 Total estimated project cost: $ 296,499.00 Engineering Already authorized Yes  No $ 296,499.00 Total estimated costs 284 CITY OF THE COLONY, TEXAS RESOLUTION NO. 2023 – ________ A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF THE COLONY, TEXAS, AUTHORIZING THE CITY MANAGER TO EXECUTE AN ENGINEERING SERVICES CONTRACT BY AND BETWEEN THE CITY OF THE COLONY AND COBB, FENDLEY & ASSOCIATES, INC. TO PREPARE CONSTRUCTION PLANS AND SPECIFICATIONS FOR THE PHASE 14B RESIDENTIAL STREET RECONSTRUCTION PROJECT; AND PROVIDING AN EFFECTIVE DATE. WHEREAS, the City and Consultant have entered into an Engineering Services Contract to prepare construction plans and specifications for the Phase 14B Residential Street Reconstruction Project; and WHEREAS, the City has determined that it is in the best interest of the City to enter into the Contract with Cobb, Fendley & Associates, Inc.; and WHEREAS, with this Contract the City of The Colony is agreeing to the services not to exceed the amount of $296,499.00 for such work. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF THE COLONY, TEXAS, THAT: Section 1.The Engineering Services Contract, 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. 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 AND APPROVED BY THE CITY COUNCIL OF THE CITY OF THE COLONY, TEXAS THIS 8TH DAY OF NOVEMBER 2023. _____________________________ Richard Boyer, Mayor City of The Colony, Texas 285 ATTEST: ___________________________________ Tina Stewart, TRMC, CMC, City Secretary APPROVED AS TO FORM: ___________________________________ Jeffrey L. Moore, City Attorney 286 Agenda Item No:5.7 CITY COUNCIL Agenda Item Report Meeting Date: November 8, 2023 Submitted by: Kimberly Thompson Submitting Department: City Secretary Item Type: Resolution Agenda Section: Subject: Discuss and consider approving a resolution casting the city’s votes for David Terre to serve on the Denton Central Appraisal District Board of Directors for a two-year term beginning January 1, 2024. (Council) Suggested Action: Attachments: Board Nominees for 2024 Year.pdf 2024 Ballot Delivery for BOD all except large units.pdf Res. 2023-xxx DCAD Board of Directors Vote.doc 287 Nominee Information Denton Central Appraisal District Board of Directors Your name has been submitted by a Denton County Entity as a candidate for the 2024 Denton CAD Board of Directors. Please complete the following information and feel free to attach any additional information. Please retuꢀ this ꢁꢂ by Octobꢃr 26, 2023. Alex Buck Name Highland Village. Texas. 75077 Address/City /Zip 214-908-5940 alexmaryb@me.com Cell Phone E-mail 1.Are you a resident of Denton County?Yꢃꢄ/No a.If yes, have you resided in Denton County for at least two years immediately preceding the beginning of this term?Yꢃꢄ/ꢅ 2.Are you, or have you ever been, an employee of a taxing unit (County, City, School, Special District) in Denton County?¥es/ꢇo a.If yes, which taxing unit? ______ _ b.When?----------- 3.Are you, or have you ever been an employee of 4. Denton CAD?¥ꢆ/ꢇo a.If yes, what years were you employed? ____ _ Are you currently, or have you ever served as a voting member of the Denton CAD Board of Directors? a.If yes, what years have you served? 2021-2023 Yꢃꢄ/ꢅ 5.Do you directly or through a business entity have substantial interest in a contract with Denton CAD or a taxing unit that participates in the District?¥es/ꢇo a.If yes, please list: ____________ _ 6.Have you engaged in the business of appraising property for compensation for use in proceedings under the Property Tax Code during the last three years?¥ꢆ/ꢇo 7.Have you ever been engaged in the business of representing property owners for compensation in the proceedings under the Property Tax Code in Denton County in the last three years?¥es/ꢇo 288 289 290 291 Alicia M. McKinley Lake Dallas, TX 75065 972-215-9028 aliciamckinleymed@gmail.com 292 The reason I want to serve on the CAD Board of Directors is to continue the work of representing the public's best interest related to appearing before the board, ensuring all groups of people are able to participate and have access to the board. I want to ensure the general public is aware of the policies and how the board can serve them. I am a member of the Lake Dallas ISD School Board. I am an active member of community and have the time and commitment to ensure I am present at meetings and represent the best interest of the public according to the policy. 293 Nominee Information Denton Central Appraisal District Board of Directors Your name has been submitted by a Denton County Entity as a candidate for the 2024 Denton CAD Board of Directors. Please complete the following information and feel free to attach any additional information. Pleasꢀ rꢀtuꢁ this ꢂrm by o ꢀ/ꢁer 26 / 2023. NN ꢀꢁtꢂ Name cꢀ,ꢁ. ꢀ ꢂm Address/City/Zip 2ꢃ-ꢄ-ꢀ3q ꢁom,rꢂ;ꢃ@ꢄl cꢅꢆ Cell Phone E-mail' 1.Are you a resident of Denton County?@/No a.If yes, have you resided in Denton County for at 2. 3. 4. 5. 6. 7. least two years immediately preceding the beginning ꢀ, of this term?�No Are you, or have you ever been, an employee of a taxing unit (County, City, School, Special District) in Denton County? a.If yes, which taxing unit? ______ _ b.When?----------- Are you, or have you ever been an employee of Denton CAD? Yes9 a.If yes, what years were you employed? ____ _ Are you currently, or have you ever served as a voting member of the Denton CAD Board of Directors? a.If yes, what years have you served? _____ _ Do you directly or through a business entity have substantial interest in a contract with Denton CAD or a taxing unit that participates in the District? a.If yes, please list: ____________ _ Have you engaged in the business of appraising property for compensation for use in proceedings under the Property Tax Code during the last three years? Have you ever been engaged in the business of representing property owners for compensation in the proceedings under the Property Tax Code in Denton County in the last three years? 294 295 Nominee Information Denton Central Appraisal District Board of Directors Your name has been submitted by a Denton County Entity as a candidate for the 2024 Denton CAD Board of Directors.Please complete the following information and feel free to attach any additional information.Please return this form by October 26,2023. Charles Stafford __________________________________________________ Name Denton,TX 76209 _________________________________________________ Address/City/Zip 940-595-7253_______________charlesramseystafford@yahoo.com__ Cell Phone E-mail 1.Are you a resident of Denton County?Yes/No a.If yes,have you resided in Denton County for at least two years immediately preceding the beginning of this term?Yes/No 2.Are you,or have you ever been,an employee of a taxing unit (County,City,School,Special District)in Denton County?Yes/No a.If yes,which taxing unit?______________ b.When?________________________ 3.Are you,or have you ever been an employee of Denton CAD?Yes/No a.If yes,what years were you employed?__________ 4.Are you currently,or have you ever served as a voting member of the Denton CAD Board of Directors?Yes/No a.If yes,what years have you served?__since 2003__________ 5.Do you directly or through a business entity have substantial interest in a contract with Denton CAD or a taxing unit that participates in the District?Yes/No a.If yes,please list:___________________________ 6.Have you engaged in the business of appraising property for compensation for use in proceedings under the Property Tax Code during the last three years?Yes/No 7.Have you ever been engaged in the business of representing property owners for compensation in the proceedings under the Property Tax Code in Denton County in the last three years?Yes/No 296 8.Are you directly related to any employee of the Denton CAD?Yes/No a.If yes,please list the degree of relation.___________ 9.Do you currently own property on which delinquent taxes have been owed to a taxing unit for more than 60 days or are part of a suit to collect the delinquent taxes that have been deferred or abated?Yes/No 10.Please give a brief statement on why you would be interested in serving on the Denton Central Appraisal District Board of Directors. __Service on the Denton CAD Board of Directors is an exercise in public service. I believe in a government administered by citizen volunteers.The opportunity to serve is a founding principle of our democracy.I have the time,experience and skills to serve on this board and would deeply appreciate the opportunity to serve another term. ______________________________________________________________ 11.Please list any additional information you believe would be beneficial for the Denton County Entities to know about you. ___The district is very high-performing compared to other,similar districts in North Texas.We are entering into a prolonged period of unprecedented growth. We have the people and the systems in place to manage that growth,and to give excellent service to our taxpayers. _____________________________________________________________ ________________________________________________________________ ________________________________________________________________ Return to: Misty Baptiste -Denton Central Appraisal District 3911 Morse St. Denton,TX 76208 misty.baptiste@dentoncad.com 297 Bio for David A. Johnson Mr. Johnson is originally from the Midwest and is a 28-year resident of Flower Mound. He has a 35-year career in finance and banking, is married, and has two adult children. Mr. Johnson has been involved in Flower Mound and Denton County for more than 25 years in several capacities, including community and charity-based activities.  Habitat for Humanity of Denton County – 5 years, Past Board President  Flower Mound Planning & Zoning Commissioner – 10 years and past Chairman  United Way of Denton County Project Blue Print Graduate – 2019  Active Rotarian for 15+ years  Wellington HOA Board of Directors – 6 years and several Officer Positions  Cross Timbers YMCA Board – 10 years, Board Chairman for 3 years  Flower Mound Summit Club Member – 10 years  LISD Facilities Advisory Committee 2016-2017  Flower Mound Chamber of Commerce Leadership Graduate  Grapevine Chamber Young Entrepreneurs Mentor  Active in several area Chambers of Commerce Mr. Johnson – “I enjoy giving back to my community with my time, philanthropy, and ideas. I believe it is important to give back, change lives, and leave a legacy. My non-profit work helps me meet new people, learn about different facets of our society, and share my business acumen. My volunteer work in local government allows me to give back, have input, be informed and be part of the process.” 298 299 300 Nominee Information Denton Central Appraisal District Board of Directors Your name has been submitted by a Denton County Entity as a candidate for the 2024 Denton CAD Board of Directors. Please complete the following information and feel free to attach any additional information. Please return this form by October 26, 2023. Jared Eutsler Name Corinth, T exas 76210 ____________ _ Address/City/ Zip 407 -951-2448 jared.eutsler@unt.edu Cell Phone E-mail 1.Are you a resident of Denton County? a.If yes, have you resided in Denton County for at least two years immediately preceding the beginning of this term? �No 2. 3. 4. 5. 6. Are you, or have you ever been, an employee of a taxing unit (County, City, School, Special District) in Denton County? a.If yes, which taxing unit? ______ _ b.When? __________ _ Are you, or have you ever been an employee of Denton CAD? a.If yes, what years were you employed? ____ _ Are you currently, or have you ever seꢀed as a voting member of the Denton CAD Board of Directors? a.If yes, what years have you served? _____ _ Do you directly or through a business entity have substantial interest in a contract with Denton CAD or a taxing unit that participates in the District? a.If yes, please list: ____________ _ Have you engaged in the business of appraising property for compensation for use in proceedings under the Property Tax Code during the last three years? ꢁꢂs� ꢁꢂꢃ ꢁꢂꢄ 7.Have you ever been engaged in the business of representing property owners for compensation in the proceedings under the Property Tax Code in Denton County in the last three years?ꢁꢂ@ 301 302 Nominee Information Denton Central Appraisal District Board of Directors Your name has been submitted by a Denton County Entity as a candidate for the 2024 Denton CAD Board of Directors. Please complete the following information and feel free to attach any additional information. Please return this form by October 26, 2023. Roy T. Atwood Name Carrollton, Texas 75007 Address/City/Zip 214-616-0528 royatwood@atwoodga meros. com Cell Phone E-mail 1.Are you a resident of Denton County?Yes a.If yes, have you resided in Denton County for at least two years immediately preceding the beginning of this term?Yes 2.Are you, or have you ever been, an employee of a taxing unit (County, City, School, Special District) in 3. 4. 5. 6. 7. Denton County?No a.If yes, which taxing unit? ______ _ b.When? __________ _ Are you, or have you ever been an employee of Denton CAD? a.If yes, what years were you employed? Are you currently, or have you ever served as a voting member of the Denton CAD Board of Directors? a.If yes, what years have you served? 2018 -present Do you directly or through a business entity have substantial interest in a contract with Denton CAD or a taxing unit that participates in the District? a.If yes, please list: Have you engaged in the business of appraising property for compensation for use in proceedings under the Property Tax Code during the last three years? No Yes No No Have you ever been engaged in the business of representing property owners for compensation in the proceedings under the Property Tax Code in Denton County in the last three years? No 303 304 305 306 307 CITY OF THE COLONY, TEXAS RESOLUTION NO. 2023 - ________ WHEREAS,the City of The Colony has joined in the formation of a Denton Central Appraisal District; and WHEREAS, the Denton County Chief Appraiser has notified each taxing entity that voting is in order for establishing a new five member Board of Directors; and WHEREAS, the Denton County Chief Appraiser has notified the City of its voting entitlement of __________ (__) votes. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF THECOLONY, TEXAS: That the City of The Colony votes are hereby cast for David Terre to serve on the Denton Central Appraisal District Board of Directors for a two-year term beginning January 1, 2024. PASSED AND APPROVED BY THE CITY COUNCIL OF THE CITY OF THE COLONY, TEXAS, THIS 8TH DAY OF NOVEMBER, 2023. Richard Boyer, Mayor City of The Colony, Texas ATTEST: Tina Stewart, TRMC, CMC, City Secretary APPROVED AS TO FORM: ____________________________________ Jeffrey L. Moore, City Attorney 308 Agenda Item No:6.1 CITY COUNCIL Agenda Item Report Meeting Date: November 8, 2023 Submitted by: Kimberly Thompson Submitting Department: City Secretary Item Type: Discussion Agenda Section: Subject: A. Council shall convene into a closed executive session pursuant to Sections 551.072 and 551.087 of the Texas Government Code to deliberate regarding purchase, exchange, lease or value of real property and commercial or financial information the city has received from a business prospect(s), and to deliberate the offer of a financial or other incentive to a business prospect(s). Suggested Action: Attachments: 309 Agenda Item No:7.1 CITY COUNCIL Agenda Item Report Meeting Date: November 8, 2023 Submitted by: Kimberly Thompson Submitting Department: City Secretary Item Type: Discussion Agenda Section: Subject: A. Any action as a result of executive session regarding purchase, exchange, lease or value of real property and commercial or financial information the city has received from a business prospect(s), and the offer of a financial or other incentive to a business prospect(s). Suggested Action: Attachments: 310