HomeMy WebLinkAboutResolution No. 04-25 RESOLUTION NO. 04- rg~''~
A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF THE
COLONY, TEXAS, APPROVING THE TERMS AND CONDITIONS OF THE
ENGINEERING SERVICES CONTRACT BY AND BETWEEN THE CITY
OF THE COLONY AND KIMLEY-HORN ASSOCIATES FOR THE
PRELIMINARY DESIGN OF WATER SYSTEM IMPROVEMENTS AT
WYNNWOOD PENINSULA, WHICH IS ATTACHED HERETO AND
INCORPORATED HEREIN AS EXHIBIT "A"; AUTHORIZING THE CITY
MANAGER TO EXECUTE THE CONTRACT; AND PROVIDING AN
EFFECTIVE DATE
WHEREAS, the City and Consultant have entered into an agreement such that the
Consultant is to provide the following services: THE PRELiMiNARY DESIGN OF WATER
SYSTEM iMPROVEMENTS AT WYNNWOOD PENiNSULA; and
WHEREAS, the City has determined that it is in the best interest of the City to enter into
the Contract with Kimley-Hom Associates, which is attached hereto and incorporated herein by
reference as Exhibit "A," under the terms and conditions provided therein·
WHEREAS, with this Contract the City of The Colony is agreeing to pay the sum of
$345,000.00 for such work.
THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF
THE COLONY, TEXAS THAT:
Section 1. The Engineering Services Contract, which is attached and incorporated hereto as
Exhibit "A", having been reviewed by the City Council of the City of The Colony, Texas, and found to
be acceptable and in the best interest of the City and its citizens, be, and the same is hereby, in all
things approved, and the City Manager is hereby authorized to execute the Agreement on behalf of the
City of The Colony, Texas.
Section 2. That this Resolution shall take effect immediately from and after its adoption and
it is so resolved.
PASSED, APPROVED and EFFECTIVE this 19th day of April, 2004.
ATTEST/~ fi6hn Dillard, May6r ~
~. ~e~,_.2 ~. ~ ~~ / City °f That C°l°ny' Tex~//r · i-~ ~J~, City Secretary
APPR~V~~ FORM: [CITY SEAL]
Robert E. Ha~, City Attorney
63918
THE CITY OF THE COLONY
INDIVIDUAL PRO~ECT ORDER NUMBER 10~
WITH
KIMLEY-HORN AND ASSOCIATES~ INC.
PREAMBLE
Describing a specific agreement between KIMLEY-HORN AND ASSOCIATES, INC. (hereinafter,
"the Consultant"), and The City of The Colony, Texas (hereinafter "the Client") in accordance with the
terms of the Master Agreement for Continuing Professional Services dated September 9, 2002, which is
incorporated herein by reference.
SECTION 1
Identification of Project: Professional Engineering Services For Water System Improvements for
Wynnwood Peninsula in The Colony, Texas.
SECTION 2
General CategorY of Services: Preliminary Design phase serVices associated with the following:
· 1 .$ million gallon (MG) elevated storage tank
· Approximately 15,000 LF of 24-inch water line
· 600,000 gallon ground storage tank
· 2,100 gallon per minute (gpm) pump station and 1,440 gpm pump station associated with the
aquifer storage recovery (ASR) well
Coordination and site planning services associated with a I MGD ASR well at the selected ASR site.
SECTION 3
Specific Scope of Basic Services: Kimley-Horn and Associates, Inc. will perform the following basic
scope of services under this IPO.
Coordination Tasks {Reimbursable)
The Consultant will coordinate with the following entities for this project:
Developer (Mathews Southwest)
Client's consultant (Chiang, Patel & Yerby) currently preparing the water system master plan and
the ASR well
Other City Departments such as Planning, GIS, Public Works
Coordination work performed under this task may occnr throughout, the project and will not be identified
as part of other phases of this project.
Coordination work may include, but not limited to the following:
INDIVIDUAL PROJECT ORDER NUMBER 1009 WITH
KIMLEY-HORN AND ASSOCIATES, INC. PAGE 1 OF 14
· Meetings with the entities identified above;
· Progress reports;
· Preparation and maintenance of design and construction schedUles;
· Exchange of technical information such as exhibits, preliminary plans, etc. and the direct
expenses associated with these items.
1.5 MG Elevated Storage Tank
A. Task 1-Preliminary Design (Reimbursable)
The Consultant will perform the following professional services for this project phase:
1. Attend a kick-off meeting with the Client to develop criteria for site selection and design
parameters.
2. Prepare an 1 l"x 17" exhibit and letter report identifying up to three (3) proposed locations for the
proposed tank site. The exhibit and letter report will include the following:
a. Exhibit - aerial photograph showing the approximate tank diameter, property information
obtained from the Denton Appraisal District, zoning information and land use information for
each site.
b. Letter Report - advantages and disadvantages of each site based on the site selection criteria
developed during the kick-off meeting.
3. Collect data on existing utilities, property owners, and infrastructure for the proposed tank site(s).
Consultant will coordinate with the following:
a. City Staff
b. Federal Aviation Administration (FAA)
c. Texas Commission on Environmental Quality (TCEQ)
d. Franchise utilities (gas, phone, electric)
e. Cable companies
4. Meet with Client and present recommendation for a proposed tank site
5. Once a proposed tank site has been selected, the Consultant will perform a horizontal and vertical
survey of the proposed site to locate visible topographic features, existing utilities contained
within and adjacent to the site and property information SUCh as iron pins. easements, etc.
6. Establish horizontal and vertical control points at the proposed tank site.
7. Perform a vertical survey from the Wynnwood Peninsula site to the (3) existing water tank s~tes
to verify the high water level in each of the existing tanks. The survey will include establishin, g
the existing tank overflow elevations using the same benchmark as the site design survey.
8. Perform a geotechnical analysis of the site utilizing a qualified geotechnical laboratory to
determine subsurface conditions and make recommendations regarding foundation design
parameters. The geotechnical analysis will include the following:
INDIVIDUAL PROJECT ORDER NUMBER 1009 WITH
KIMLEY-HORN AND ASSOCIATES, INC. PAGE 2 OF 14
a. Subsurface exploration including up to five (5) sample bores at varied depths.
b. Laboratory tests for classification purposes and strength characteristics.
c. Engineering services that address soil and groundwater conditions as well as
recommendations for foundations, floor slab and earthwork.
9. Prepare a geotechnical report that presents the results of the field and laboratory data as well as
analyses and recommendations. The data contained in the geotechnical report will be made
available to contractors during the bidding process for information purposes.
10. Perform preliminary electrical engineering services for the proposed water tank including:
a. Path study for SCADA
b. Chlorine residual monitoring
c. Motorized control valves
d. Accommodation for future antenna installation per Client lease agreements
11. Prepare a preliminary site civil layout including:
a. Grading
b. Drainage
c. Paving
d. Yard piping (plan view only)
e. Accommodations for future antenna space lease agreement occupants
f. Tank location
12. Evaluate up to three (3) tank types and prepare a preliminary Opinion of Probable Construction
Cost (OPCC) for each.
Meetings:
a. Prepare for and conduct a kick-off meeting with Client.
b. Present recommended tank site.
c. Present preliminary site civil layout, letter report and preliminary OPCC.
Deliverables:
a. Ten (I0) Copies of 1 l"x17" exhibit and letter report for recommended tank site(s).
b. Ten (10) copies of preliminary OPCC.
c. Ten (10) copies of preliminary site civil layout.
d. Two (2) copies of Geotechnical report.
Services/Deliverables provided by the Client:
a. Select a tank site.
INDIVIDUAL PROJECT ORDER NUMBER 1009 WITH
KIMLEY-HORN AND ASSOCIATES, INC. PAGE 3 OF 14
P"x~OOOOS O24~TheColonl'VNDIVIDUAL PROJECT ORDER NUMBER 1009_reli~ed. doc
b. Acquire the tank site.
c. Review and comment on the preliminary submittals.
d. Digital copies of the aeha] photographs of the project area.
e. A copy of the most recent master plan, and any other report or analysis associated with the
proposed elevated tank.
f. Copies of the most recent land use plan.
g. Existing survey monument information that may be used for horizontal and vertical control
24-Inch Water Line
A. Task 1-Routing and Alignment (Reimbursable)
The Routing/Alignment tasks will be performed in the general area of FM 423 from south of the Lake
Lewisville bridge to the intersection of Boyd Road and for the general area west of FM 423 to the
proposed elevated tank site.
Professional services under this task will include:
1. Attend a kick-off meeting with the Client to develop criteria for route selection and design
parameters.
2. Evaluate one (1) route along FM 423 from south of the Lake Lewisville bridge to the intersection
of Boyd Road.
3. Evaluate up to two (2) routes from FM 423 to the proposed elevated tank site.
a. Route A - along the proposed R.O.W. of Boyd Road from FM 423 to the proposed elevated
tank site.
b. Route B - direct route across undeveloped property from FM 423 to proposed elevated tank
site
4. Collect data on existing utilities, proper~y owners, and infrastructure along the proposed water
line routes. The Consultant will coordinate with the following:
a. City Staff
b. Corps of Engineers
c. City of Frisco
d. Franchise utilities (gas, phone, electric ~
e. Denton County
f. Texas Department of Transportation (TxDOT/
g. Cable companies
5. Provide 11"x 17" exhibit and Letter Report summarizing the evaluation of the proposed
alignments for the water line. The exhibit and letter report will include the following:
INDIVIDUAL PROJECT ORDER NUMBER 1009 WITH PAGE 4 OF 14
KIMLEY-HORN AND ASSOCIATES, INC.
a. Exhibit - aerial photograph showing the approximate water line alignment, property
information obtained from the Denton Appraisal District, zoning information and land use
information for each alignment.
b. Letter Rep°rt - advantages and disadvantages of each alignment based on the route selection
criteria developed during the kick-off meeting.
6. Provide information on permitting requirements for TxDOT and the Corps of Engineers.
Permitting will be provided as part of the Final Design Phase services.
7. Provide recommendations for temporary and permanent easements to be acquired.
8. Prepare preliminary OPCC.
Meetings:
a. Prepare for and conduct a kick-off meeting with Client.
b. Present letter report, recommended alignments and preliminary OPCC.
c. Prepare for and attend one (1) City Council meeting.
Deliverables:
a. Ten (10) copies of the Letter Report with findings of the Routing and Alignment Study.
b. Ten (10) copies of the 1 l"x 17" Exhibit showing preliminary alignment and proposed easement
acquisition locations.
c. Ten (I 0) copies of the preliminary OPCC.
Services/Deliverables provided by the Client:
a. Select aroute.
b. Provide water, sanitary sewer, and storm sewer maps, if available.
c. Provide existing information including record drawings and construction plans for projects
located near proposed alignments.
d. Digital copies of the aerial photographs of the project area.
e. Provide comments on Letter Report.
B. Task 2-Preparation of easement descriptions (Reimbursable)
Professional services under this task will include:
1. Preparation of a right-of-way (ROW) map identifying property owners and easement locations for
the entire alignment.
INDIVIDUAL PROJECT ORDER NUMBER 1009 WITH
KIMLEY-HORN AND ASSOCIATES, INC. PAGE 5 OF 14
2. Assist Client and Client's property acquisition consultant by providing technical information on
water line alignments for no more than ten (10) parcels. Information on additional parcels will
be considered Additional Services.
3. Prepare up to ten (10) easement documents for execution by Client and property owner.
Meetings:
a. Attend two (2) meetings with Client to discuss easement acquisition issues.
b. Prepare for and attend one (1) City Council meeting.
Deliverables:
a. Five (5) copies of ROW maps.
b. Two (2) originals of easement documents (temporary and permanent).
Services/Deliverables provided by the Client:
a. Acquisition of easements including appraisals and title searches.
b. Execution and Filing of easement documents.
c. Payment of easement acquisition cost to property owner(s).
C. Task 3-Preliminary Design (Reimbursable)
Once the proposed alignment has been approved and easements acquired by the Client, Consultant
will proceed with the Preliminary Design and preliminary plans and specifications.
Professional services under this task include:
1. Coordination with utilities and ROW holders
a. Corps of Engineers
b. City Staff
c. City of Frisco
d. Denton County
e. Franchise utilities (gas, phone, electric)
f. TxDOT
g. Cable
2. Perform a design level survey. The survey will include the following:
a. Width of easement or R.O.W. not to exceed 50 feet.
b. Locate visible topographic features such as marked existing utilities and their appurtenances,
6-inch diameter trees and larger, iron pins (if found), edge of pavement, fences.
c. Establish control points along the route.
INDIVIDUAL PROJECT ORDER NUMBER 1009 WITH PAGE 6 OF 14
KIMLEY-HORN AND ASSOCIATES, 1NC.
P:V)tTOOOS. 024~TheColon)¥PIDIVIDUAL pROJI~CT ORDER NUMBER 1009_re~ised doc
3. Perform a geotechnical analysis of the proposed alignment utilizing a qualified geotechnical
laboratory to determine subsurface conditions and make recommendations regarding embedment
and backfill parameters. The geotechnical analysis will include the following:
a. Subsurface exploration including up to ten (10) sample bores at various locations along the
proposed route.
b. Laboratory tests for classification purposes and strength characteristics.
c. Engineering services that address soil and groundwater conditions for proposed horizontal
boring locations.
4. Prepare a geotechnical report that presents the results of the field and laboratory data as well as
analyses and recommendations. The data contained in the geotechnical report will be made
available to contractors during the bidding process for information purposes.
5. Evaluate up to three (3) pipe materials for the 24-inch water line.
6. Update Preliminary OPCC based on Preliminary Design.
7. Preparation of Preliminary Plans (plan view only).
8. Preparation of Specification Outline.
Meetings:
a. Present preliminary plans and specification outline.
b. Prepare for and attend one (1) City Council meeting.
Deliverables:
a. Three (3) copies of the Preliminary Constmction Plans [plan view only).
b. Three (3) copies of the Specification Outline including material selection.
c. Three (3) copies of the updated preliminary OPCC.
Services/Deliverables provided by the Client:
a. Existing survey monument information that may be used for horizontal and vertical control
b. Review and comments on Preliminary Design.
D. Task 4 - Permitting (Reimbursable)
Once the proposed alignment and Preliminary Design have been approved by the Client. the
Consultant will complete the following tasks:
1. Meet with TxDOT Utility division to determine permit requirements.
2. Prepare the TxDOT Utility permit application for the Client's signature.
INDIVIDUAL PROJECT ORDER NUMBER 1009 WITH
KIMLEY-HORN AND ASSOCIATES, INC. PAGE 7 OF 14
3. Meet with Corps of Engineers permitting division to determine permit requirements.
4. Prepare Corps of Engineers permit application for Client's signature.
5. The Consultant will pay the review fee required for permit submittal one time for each entity, if
required.
Deliverables:
a. Four (4) copies TxDOT Utility permit application and the Preliminary Construction Plans.
b. Four (4) copies of Corps of Engineers permit.
Services/Deliverables provided by the Client:
a. Sign TxDOT Utility permit application.
b. Sign Corps of Engineers permit application.
1 MGD ASR Well
A. Task 1 - Coordination (Reimbursable)
The Consultant understands the ASR well analysis, design, permitting, testing, bidding, construction
contract administration and all other responsibilities associated with the ASR well that are not
provided in the following tasks are the responsibility of the Client.
The Consultant will perform the following professional services for this project phase:
1. Attend a kick-off meeting with the Client and other entities to develop criteria for site selection
and design parameters.
2. Attend progress meetings with the Client and other entities as necessary for project coordination.
B. Task 2 - Preliminary Design (Reimbursable)
The Consultant will perform the following professional services for this project phase:
1. Prepare a preliminary site plan showing the well site location, yard piping necessary for
connection to the proposed pump station and discharge to waste collection system for the ASR
well.
2. Evaluate up to three (3) discharge to waste collection system locations
3. Evaluate up to three (3) building configurations for housing the ASR well. Detailed floor plans
and building elevations will be included in the final design.
4. Evaluate up to three (3) taste and odor control equipment options and prepare a preliminary
OPCC for each.
INDIVIDUAL PROJECT ORDER NUMBER 1009 WITH
KIMLEY-HORN AND ASSOCIATES, INC. PAGE 8 OF 14
5. Evaluate up to three (3) disinfection options that will be compatible with the Client's existing
disinfection scheme and prepare a preliminary OPCC for each.
6. Prepare a preliminary alignment of the proposed water line to transport water from the well to the
connection point of the ground storage tank. The preliminary alignment of the proposed water
line will begin 10 feet beyond the well head.
7. Provide recommendations for temporary and permanent easements to be acquired for the
proposed water line.
8. Prepare a preliminary OPCC based upon the preliminary site plan and water line alignment.
Meetings:
a. Present preliminary site plan, discharge to waste collectio~ system, water line alignment and
preliminary OPCC.
b. Present building configuration
c. Prepare for and attend one (1) City Council meeting.
Deliverables:
a. Ten (10) copies of I l "x 17" exhibit and letter report for recommended site plan discharge to waste
collection system and water line alignment.
b. Ten (10) copies of preliminary OPCC.
Services/Deliverables provided by the Client:
a. Select and acquire a well site.
b. Digital copies of the aerial photographs of the project area.
c. Review and comment on the preliminary submittal.
600,000 Gallon Ground Storage Tank and Pump Station
A. Task 1-Preliminary Design (Reimbursable)
1. Attend a kick-off meeting with the Client to develop criteria for site selection and design
parameters.
2. Review master plans, land use plans, population projections, etc. provided by the Developer and
Client for the purpose of making water demand projections for the proposed service area.
Projections will include the initial, 10 year, 20 year, and ultimate planning periods.
3. Review the current water system master plan and water distribution model to make preliminary
recommendations for the system head curves for the proposed service area.
INDIVIDUAL PROJECT ORDER NUMBER 1009 WITH
KIMLEY.HORN AND ASSOCIATES, INC. PAGE 9 OF 14
4. Recommend pump type (horizontal split-case or vertical turbine) and general building
configuration for 2,100 gpm pump station and 1,440 gpm ASR pump station.
5. Recommend method of pressure maintenance for initial operation and for ultimate configuration.
6. Recommend ground storage tank type with preliminary dimensions. Final dimensions will be
provided in the Final Design.
7. Evaluate up to three (3) disinfection options that will be compatible with the Client's existing
disinfection scheme for maintaining residuals and prepare a preliminary OPCC for each.
8. Evaluate chlorine contact time (CT) criteria for the ground storage tank and ASR pump station.
9. Recommend piping schematics, pipe material and valve types.
10. Provide recommendation for building construction type and a basic floor plan. Detailed floor
plans and building elevations will be included in the Final Design.
11. Perform preliminary electrical engineering services for the proposed ground storage tank and
pump station including the following:
a. Analyze power availability to the proposed site, and the need for standby power to provide
uninterrupted service to the site for 2,100 gpm pump station and 1,440 gpm ASR well pump
station.
b. Path study for SCADA.
c. Chlorine residual monitoring.
d? Security features identified in the City's Vulnerability Assessment document.
12. Collect data On existing utilities, property owners, and infrastructure for the proposed site(s).
Consultant will coordinate with the following:
a. City Staff
b. ASR well design consultant
c. TCEQ
d. Franchise utilities (gas, phone, electric)
e. Cable companies
13. Prepare an l l"x17" exhibit and letter report identifying up to three (3) proposed locations for the
proposed ground tank and pump station site. The exhibit and letter report will include the
following:
a. Exhibit - aerial photograph showing the approximate tank diameter and pump station foot
print, property information obtained from the Denton Appraisal District, zoning information
and land use information for each site.
b. Letter Report - advantages and disadvantages Of each tank and pump station site based on the
site selection criteria developed during the kick-off meeting.
14. Meet with Client and present recommendation for a proposed site layout.
INDIVIDUAL PROJECT ORDER NUMBER 1009 WITH
KIMLEY-HORN AND ASSOCIATES, INC. PAGE 10 OF 14
15. Once a proposed site layout has been selected, the Consultant will perform a horizontal and
vertical survey of the proposed site to locate visible topographic features, existing utilities
contained within and adjacent to the site and property information such as iron pins, easements,
etc.
16. Establish horizontal and vertical control points at the proposed site.
17. Perform a geotechnical analysis of the site utilizing a qualified geotechnical laboratory to
determine subsurface conditions and make recommendations regarding foundation design
parameters. The geotechnical analysis will include the following:
a. Subsurface exploration including up to six (6) sample bores at varied depths.
b. Laboratory tests for classification purposes and strength characteristics.
c. Engineering services that address soil and groundwater conditions as well as
recommendations for foundations, floor slab and earthwork.
18. Prepare a geotechnical report that presents the results of the field and laboratory data as well as
analyses and recommendations. The data contained in the geotechnical report will be made
available to contractors during the bidding process for information purposes.
19. Prepare a preliminary site layout, including grading, drainage, paving, yard piping, tank location,
pump station location and tank type.
20. Prepare a letter report outlining recommendations for the pump station and ground storage tank.
21. Prepare a preliminary OPCC.
Meetings:
a. Prepare for and conduct a kick-off meeting with the Client.
b. Present recommended site layout.
c. Present preliminary site civil layout, letter report and OPCC.
Deliverables:
a. Ten (10) copies of 1 l"x 17" exhibit and letter report for recommended site(s).
b. Ten (10) copies of preliminary OPCC.
c. Ten (10) copies of 11 "x 17" preliminary site civil layout and letter report for pump station and
ground storage tank.
d. Two (2) copies of Geotechnical report.
Services/Deliverables provided by the Client:
a. Select and acquire a site.
INDIVIDUAL PROJECT ORDER NUMBER 1009 WITH
KIMLEY-HORN AND ASSOCIATES, INC. PAGE 11 OF 14
b. Provide information pertaining to ASR well, pumps, controls, etc...
c. Provide existing survey monument information that may be used for horizontal and vertical
control.
d. Review and comment on the preliminary submittals.
e. Digital copies of the aerial photographs of the project area.
f. A copy of the most recent master plan and any other report or analysis associated with the
proposed pump station and ground tank.
g. Copies of the most recent land use plan.
SECTION 4
Additional Services
Additional services to be performed if authorized by the Client, but which are not included in the above-
described Scope of Services, are as follows:
A. Any final design, bidding, and construction contract administration services.
B. Sanitary sewer design beyond the limits of the elevated tank site or pump station site.
C. Establish new survey monuments for any of the proposed sites.
D. Preparation of platting documents and/or real property survey for site acquisition.
E. Design of pig launching facilities for the 24-inch water line.
F. Design of ground storage tank larger than 600,000 gallons.
G. Design of pump station larger than 2,100 gpm.
H. Technical information on water line alignments on more than ten (10) parcels.
I. Accompanying the Client when meeting with the TCEQ, U.S. Environmental Protection Agency, or
other regulatory agencies during the course of the Project, beyond those meetings identified above.
The Consultant will assist the Client on an as-needed basis in preparing compliance schedules,
progress reports, and providing general technical support for the Client's compliance efforts.
J. Assisting Client or Contractor in the defense or prosecution of litigation in connection with or in
addition to those services contemplated by this Agreement. Such services, if any, will be furnished
by Consultant on a fee basis negotiated by the respective parties outside of and in addition to thais
Agreement.
K. Sampling, testing, or analysis beyond that specifically included in the Scope of Services referenced
herein above.
INDIVIDUAL PROJECT ORDER NUMBER 1009 WITH
KIMLEY-HORN AND ASSOCIATES, INC. PAGE 12 OF 14
L. Preparing applications and supporting documents for government grants, loans, or planning advances,
and providing data for detailed applications.
M. Appearing before regulatory agencies or courts as an expert witness in any litigation with third parties
or condemnation proceedings arising from the development or construction of the Project, including
the preparation of engineering data and reports for assistance to the Client.
N. Pr°viding professional services associated with the discovery of any hazardous waste or materials in
the project site.
0. Pr°fessi°nal services associated with designing secondary uses of the EST, s pedestal such as office or
storage space.
P. Additional meetings beyond those identified in the Scope of Services.
Q. Preparation for and attendance to public meetings to discuss the project.
R. Any services not listed in the Scope of Services.
SECTION 5
Special Terms of Compensation:
Consultant will perform the tasks described in the Phases below and Additional Services on a
reimbursable basis at the hourly rates in effect at the time of the service plus 6% to cover certain direct
expenses for the project which would include in-house duplicating, facsimile, postage, local mileage,
telephone, and word processing. Other direct expenses will be invoiced at cost plus 15%. Technical use
of computers for design, analysis, and graphics, etc., will be billed at $25.00 per hour. Consultant will not
perform any Additional Services without prior approval.
Consultant recommends that the Client budget the following for these services:
Coordination Tasks $ 30,000 (Reimbursable)
1.5 MG Elevated Storage Tank
Task 1 - Preliminary Design $ 50,000 (Reimbursable)
24-Inch Water Line
Task 1 - Routing and Alignment $ 40,000 (Reimbursable)
Task 2 - Preparation of Easement Descriptions ~L 20,000 (Reimbursable)
Task 3 - Preliminary Design $ 80,000 .(Reimbursable)
Task 4 - Permitting $ 20,000 (Reimbursable)
Subtotal ,$160,000 (Estimated)
1 MGD ASR Well ,. ~
Task 1 - Coordination $ 10,000 (Reimbursable)
Task 2 - Preliminary Design $ 15,000 (Reimbursable)
Subtotal ,$ 25,000 (Estimated)
INDIVIDUAL PROJECT ORDER NUMBER 1009 WITH
KIMLEY-HORN AND ASSOCIATES, 1NC. PAGE 13 OF 14
Ground Storage Tank and Pump Station
Task I - Preliminary Design $ 80,000 (Reimbursable)
Total Estimated Fees $345,000 (Estimated)
ACCEPTED:
CLIENT: THE CITY OF THE COLONY. TEXAS KIMLEY-HORN AND ASSOCIATES. INC.
A MUNICIPALITY
Charles M. Staples, P.E. !
TITLE: TITLE: Principal
DATE: DATE:
WITNESS: WITNESS:
TITLE: TITLE:
INDIVIDUAL PROJECT ORDER NUMBER 1009 WITH
KIMLEY-HORN AND ASSOCIATES, INC. PAGE 14 OF 14