Loading...
HomeMy WebLinkAboutOrdinance No. 03-1498 CITY OF THE COLONY, TEXAS ORDINANCE NO. O ~ ~ ]~% AN ORDINANCE OF THE CITY OF THE COLONY, TEXAS, AUTHORIZING THE CITY MANAGER TO ENTER INTO A CONTRACT WITH HALFF ASSOCIATES~ INC. FOR PREPARATION OF CONSTRUCTION PLANS FOR MEMORIAL DRIVE AND INFRASTRUCTURE ASSOCIATED WITH FIVE STAR PARK; ATTACHING THE APPROVED FORM OF CONTRACT AS EXHIBIT "A"; AND PROVIDING AN EFFECTIVE DATE. BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF THE COLONY, TEXAS: SECTION 1. That the City Manager of the City of The Colony, Texas is hereby authorized to execute on behalf of the City a contract with HalffAssociates, Inc. to provide for the renovation of the Police and Courts Building. The approved form of contract is attached hereto as Exhibit "A", and made a part hereof for such purposes. SECTION 2. This Ordinance shall take effect immediately from and after its passage by the City Council of the City of The Colony, Texas. DULY PASSED AND APPROVED by the City Council of the City of The Colony, Texas this 17th day of November, 2003. APPROVED: J/~m Dillard, Mayor ATTEST: Patti A. Hicks, City Secretary APPR~V[ ~y///~ORM: EXHIBIT "A" SCOPE OF WORK for Preparation of Plans, Specifications and Cost Estimates SITE INFRASTRUCTURE ASSOCIATED WITH HORIZON WATER PARK in THE COLONY A. Description: The Colony intends to construct necessary infrastructure improvements to allow development of thc Horizon Water Park within the Memorial Park site at Paige Road and Memorial Drive. Thc improvements are described in the report entitled "Horizon Water Park Feasibility Study" prepared by HalffAssociates. The improvements will be designed and constructed in two phases. In the general the improvements include: Phase I 1. Driveway cnh'ance to Paige Road 2. Channel improvements in North Channel 3. Weir Structure in Office Creek 4. 400-space parking lot with lighting and drainage 5. Water and sanitary sewer lines Phase II 1. Memorial Drive Paving and Drainage fi.om 700-feet of Paige Road to Worley Drive, including driveway to Park 2. Memorial Drive 16-inch Water Line fi.om Paige Road to Driveway 3. Office Creek Drainage Improvements B. Work Plan: 1. Feasibility Study - Prepare a feasibility study for the construction of a water park to be located on City-owned park land at the northeast comer of Paige Road and Memorial Drive. The feasibility study will address the following issues: a. Roadway improvements for Memorial Drive fi.om Paige Road to Worley Drive b. Drainage issues related to Office Creek and the North Channel c. Optimum location for required detention d. Utility improvements e. Access and parking A-1 As part of the feasibility study Halff will prepare a conceptual site plan to include the Horizon Water Park and proposed park improvements by the City. Halff will prepare a brief study report with estimates of probable cost for Memorial Drive and associated driveway, Paige Road driveway and culvert, drainage and channel improvements, on-site parking and drainage improvements, Memorial Drive water line and on-site water lines, lighting for Memorial Drive and parking lot, engineering and survey costs. Halffwill submit twelve copies of the feasibility study and conceptual site plan. 2. Surveying a. Boundary Survey: Prepare a boundary survey and field notes for the 7.5 acre Horizon Water Park site based on the approved conceptual site plan. b. Topographical Survey for Design: Prepare a topographical survey suitable for design for the entire 23.8 acre Memorial Park site and adjacent streets. c. Provide twelve copies of each the surveys bearing the seal of a Texas Registered Public Surveyor. Provide digital files as requested. d. Supplemental Surveys: Additional field survey work will be performed to obtain "as-built" elevations for Phase I improvements that may affect Phase II and to set additional construction controls for Phase II construction. e. Right-of-Way Maps and Parcels - Prepare right-of-way maps, exhibits and legal descriptions for two (2) parcels to be obtained for the Memorial Drive extension in Phase II. Documents will be prepared in the format required by the City of The Colony. All documents will bear the seal of a Texas Registered Professional Land Surveyor. 3. Phase I Construction Plans: Halffwill prepare construction plans and specifications for Phase I improvements. It is assumed all Phase I improvements will be bid and constructed in a single construction contract. Plans will include the following: · Project Layout and General Notes · Dimensional Control Plan · Grading Plan · Drainage Area Map and Calculations · Layout and Structural Details for Weir Structure A-2 · Plan, Profiles and Typical Sections for North Channel Improvements including Box Culvert at Driveway · Parking Lot Plan including striping, signage and markings · Parking Lot Drainage Plan and Profiles · Parking Lot Lighting Plan · Water and Sanitary Sewer Plans · Erosion Control Plans · Paving Details · Drainage Details · Water and Sanitary Sewer Details · Structural Details · Miscellaneous Details · Temporary Traffic Control Plan During preparation of the plans Halffwill coordinate with the City, City's Park Design Consultant and Horizon Water Park. 4. Right-of-Way Maps and Parcels - Prepare right-of-way maps, exhibits and legal descriptions for two (2) parcels to be obtained for the Memorial Drive extension. Documents will be prepared in the format required by the City of The Colony. All documents will bear the seal of a Texas Registered Professional Land Surveyor. 5. Phase II Construction Plans: Halffwill prepare construction plans and specifications for the improvements. It is assumed that all Phase II improvements will be bid and constructed in a single construction package. Plans will include the following: · Project Layout and General Notes · Dimensional Control Plan · Memorial Drive Plan and Profile · Memorial Drive Typical Paving Sections · Memorial Drive Pavement Markings Plan · Drainage Area Map and Calculations · Plan, Profiles and Typical Sections for Office Creek Channel Improvements · Box Culvert Plans and Profiles · Memorial Drive Water Line Plan and Profile · Memorial Drive Landscape and Irrigation Plans · Erosion Control Plans · Paving Details · Drainage Details · Water Details · Structural Details · Landscape Details · Irrigation Details A-3 · Miscellaneous Details · Temporary Traffic Control Plan · Channel and Roadway Cross-Sections 6. Texas Department of Licensing Review: Halffwill prepare the application for signature by the City and submit plans to the Texas Department of Licensing for review and approval. 7. Phase I and II Construction Administration: Services through construction will include the following: · Assemble bid documents · Attend pre-bid meeting · Analyze bids and recommend award of contract · Attend pre-construction meeting · Provide periodic inspection · Perform fmal inspection and walk-through C. Schedule Halffwill begin work immediately after receipt of a written notice to proceed and in accordance with the following project milestones: Phase I Complete feasibility study November 5, 2003 Complete boundary survey November 11, 2003 Complete topographic survey November 26, 2003 Complete preliminary plans December 1, 2003 Complete final plans December 15, 2003 Complete bid and award January 19, 2004 Complete Construction May 1, 2004 Phase li Submit right-of-way documents January 15, 2004 Complete Preliminary Plans March 1, 2004 Complete final plans May 1, 2004 A-4 Complete bid and award July 1, 2004 Complete Construction March 1, 2005 ^-5 EXHIBIT "B" COMPENSATION for Preparation of Plans, Specifications and Estimates SITE INFRASTRUCTURE ASSOCIATED WITH HORIZON WATER PARK in THE COLONY Exhibit "B" defines the basis of compensation to the Consultant for the services rendered. Phase I Services A. Basic Fee Services - The basic fee for the services as described in Exhibit "A" will be $83,000 which includes printing, direct costs and computer charges normally associated with production of these services and reproduction of up to fifteen (15) sets of plans for review purposes. The basis of compensation for Basic Fee services shall be as follows: 1. $45,800 for - Preliminary Plans, Specifications and Estimates 2. $24,700 for - Final Plans, Specifications and Estimates Items (1) through (2) will be billed lump sum upon submittal of the plans included in the design tasks and in accordance with the billing schedule in Item C. below. 3. Construction Administration Services shall be billed in accordance with the billing schedule in Item C. below up to a total lump sum of $12,500. B. Special Services - Special Services will be billed lump sum. The following table summarizes special services fees. TASK DESCRIPTION FEE B.I. Feasibility Study $13,000 B.2. Boundary Survey $5,700 B.3. Topographic Survey $4,300 B.4. Printing of Plans and Specifications $2,000 TOTAL SPECIAL SERVICES $25,000 C. Billing Schedule - Services will be billed at five project milestones and in accordance with the following schedule: 1. Lump sum fee of $23,000 upon submittal of Feasibility Study, Boundary Survey and Topographic Survey (Items B.I., B.2. & B.3.) 2. Lump sum of $45,800 upon submittal of preliminary plans, specifications and estimates (Item A. 1.) 3. Lump sum of $24,700 upon submittal of final plans, specifications and estimates (Item A.2.) 4. Lump sum of $3,500 upon receipt of bids (Portion of Item A.3. and Item B.4.) 5. Lump sum of $11,000 upon completion of construction (Remainder of Item B.4.) The total maximum fee for all Phase I services is $108,000. Phase II Services A. Basic Fee Services - The basic fee for the services as described in Exhibit "A" will be $95,000 which includes printing, direct costs and computer charges normally associated with production of these services and reproduction of up to fiReen (15) sets of plans for review purposes. The basis of compensation for Basic Fee services shall be as follows: 1. $52,700 for - Preliminary Plans, Specifications and Estimates 2. $28,300 for - Final Plans, Specifications and Estimates Items (1) through (2) will be billed lump sum upon submittal of the plans included in the design tasks and in accordance with the billing schedule in Item C. below. 3. Construction Administration Services shall be billed in accordance with the billing schedule in Item C. below up to a total lump sum of $14,000. B-2 B. Special Services - Special Services will be paid for lump sum. The following table summarizes special services fees. TASK DESCRIPTION FEE B.1. Supplemental Design Surveys $4,000 B.2. Right-of-Way Parcels $5,000 B.3. Printing of Plans and Specifications $2,500 TOTAL SPECIAL SERVICES [ $11,500 C. Billing Schedule - Services will be billed at five project milestones and in accordance with the following schedule: 1. Lump sum of $5,000 upon submittal of right-of-way parcels (Item B.2.) 2. Lump sum of $56,700 upon submittal of preliminary plans, specifications and estimates (Item A. 1. and B.1.) 3. Lump sum of $28,300 upon submittal of final plans, specifications and estimates (Item A.2.) 4. Lump sum of $5,000 upon receipt of bids (Portion of Item A.3. and Item B.3.) 5. Lump sum of $11,500 upon completion of construction (Remainder of Item A.3.) The total maximum fee for all Phase II services is $106,500. The total maximum fee for Phase I and Phase II is $214,500. D. In order to account for different funding sources, the following billing mounts will be split in the following manner: Item Memorial Drive Remainder of Phase II Total 1. $ 5,000 .... $ 5,000 2. $ 37,990 $ 18,710 $ 56,700 3. $ 18,960 $ 9,340 $ 28,300 4. $ 3,350 $ 1,650 $ 5,000 5. $ 7.700 $ 3.800 $ 11.500 $ 73,000 $ 33,500 $ 106,500