HomeMy WebLinkAboutResolution No. 07-062
RESOLUTION NO. 07- D&2-
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 KlMLEY-HORN AND ASSOCIATES, INC.
FOR DESIGN OF AN ELEVATED STORAGE TANK AT WYNNWOOD
PUMP STATION, 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: DESIGN OF AN ELEVATED STORAGE
TANK AT WYNNWOOD PUMP STATION; and
WHEREAS, the City has determined that it is in the best interest of the City to enter into
the Contract with KIMLEY-HORN AND ASSOCIATES, INC. , 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 not to
exceed $205,000.00 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 in the amount of $192,000.00 as the base amount, plus a $13,000.00 contingency
amount for a total not to exceed $205,000.00, and the City Manager is hereby authorized to execute
the Contract on behalf ofthe 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 18TH day of JUNE,
2007.
(!L~ LJ~
Christie Wilson, City Secretary
Dillard, Mayor
of The Colony, Texas
63918
THE CITY OF THE COLONY
INDIVIDUAL PROJECT ORDER NUMBER 1015
WITH
KIMLEY-HORN AND ASSOCIATES. INe.
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: 1.0 million gallon elevated storage tank located at the Wynnwood Peninsula
Pump Station site.
SECTION 2
General Category of Services: Design, Bidding and Construction Contract Administration services for a
new elevated storage tank.
SECTION 3
Specific Scope of Basic Services: Consultant will perform the following basic scope of services under
this IPO.
Task 1 - Final Design
The Consultant will perform the following services under this task. This task does not include
services associated with options described in Tasks 2, 3 and 4.
A. Attend a kick-off meeting with the Client to develop design criteria.
B. Coordinate with the following agencies as may be necessary for the design of the project.
· Client's Staff
· Federal Aviation Administration (FAA),
· TCEQ
C. Perform a site survey of the proposed site to verifY topographic features and existing utilities
contained within and adjacent to the site.
D. Utilize the existing geotechnical analysis performed by Kleinfelder ofthe site identifYing
subsurface conditions and recommendations regarding foundation design parameters. The
data contained in the geotechnical report will be made available to contractors during the
bidding process for informational purposes.
INDIVIDUAL PROJECT ORDER NUMBER 1015 WITH
KIMLEY-HORN AND ASSOCIATES, INC.
',IFtwfpO l'}Jrojec/',PROJECr,000008. 014', TheColonyiMaster _AgreemenIllPO's'INDlVIDUAL PROJECT ORDF.R NUMBER 10 15 ESTFJ NAU.doc
PAGE 1 OF8
E. Prepare engineering plan sheets, specifications and construction Contract Documents for
project bidding and regulatory approval. Plans will consist of 22" x 34" plan sheets. The
Consultant anticipates preparing approximately 15-20 plan sheets. The Consultant will
provide the following information on the plan sheets:
· Civil sheets
Site plans
Profiles
Elevations
Sections
Tank logo
Grading
Landscaping
Details
· Electrical sheets
Site plan
Floor plan
Sections
Control and instrumentation
Details
F. Specifications will include technical specifications for materials and installation of proposed
facilities. The Contract Documents will be based upon the Client's Standard Contract
documents. The NCTCOG Standard Specifications for Public Works Construction and the
Client's requirements for Public Works Construction will govern all other specifications.
G. Perform electrical engineering services for the proposed water tank. The electrical design
will include the following:
a. General electrical design for the proposed elevated storage tank.
b. Security features identified in the Client's Vulnerability Assessment document.
c. Design of obstruction lighting in accordance with FAA requirements.
d. Site lighting at the base of the elevated storage tank.
e. Design and specification of SCADA equipment that will interface with the existing
SCADA system.
f. Modification of controls from the existing pressure tank to the EST
H. Submit to the Client 95% plans, specifications, Contract Documents, and OPCC for review
and comments.
I. Make revisions based on the Client's review comments.
J. Submit final plans to the following regulatory agencies for review:
a. TCEQ
b. Texas Department of Licensing and Registration (TDLR) - for ADA requirements (if
required). The Consultant will pay the review fee required for plan submittal one time.
INDIVIDUAL PROJECT ORDER NUMBER 1015 WITH
KIM LEY-HORN AND ASSOCIATES, INC.
'\FtwfpOl ''}Jrojec/'.PROJEC7'.000008. 024\ TheColonyiMas/er Agreemen/\lPO'slJNDlVIDUAL PROJECT ORDER NUMBER 1015 j.'STj''lNAU.doc
PAGE20F8
K. Submit to the Client final bidding documents for the project.
Meetings:
a. Meet with Client one time to present 95% complete plans, specifications, Contract
Documents and an OPCC for this phase of the project.
b. Meet with Client one time to present Final Plans and Specifications, Contract Documents
and an OPCC for this phase of the project.
c. Prepare for and attend one (1) City Council meeting.
Deliverables:
b. Three (3) copies of95% complete plans, specifications, contract documents and an
OPCC for review and comment.
c. Two (2) copies of final plans for regulatory approval.
d. Three (3) copies of final plans, contract documents and OPCC.
e. One (1) compact disc containing the electronic files of the scanned plans in .PDF format.
ServicesIDeliverables provided by the Client:
a. Review and comment on the 95% submittal.
b. Copies of City Ordinances that govern items such as Landscaping, Lighting, adopted
Building Code.
Task 2 - Bidding Phase Services
The Consultant will perform the following professional services for this project phase:
A. Print and issue a maximum of 30 sets of plans and specifications for distribution to
contractors and plan houses. A non-refundable deposit will be required of prospective
bidders upon receiving plans and specifications. Additional sets of bidding documents shall
be printed, only upon the Client's authorization, as Additional Services.
B. Prepare the Notice to Bidders. The Client will be responsible for submitting the Notice to
newspapers for advertisement. Advertising will be billed directly to the Client by the
newspaper.
C. Issue addenda as required.
D. Answer contractor questions.
E. Prepare for and conduct a Pre-bid conference.
INDIVIDUAL PROJECT ORDER NUMBER 1015 WITH
KIMLEY-HORN AND ASSOCIATES, INC.
\ IFtwfpOl 'p"'lec/IPROJEC7',000008. 024', TheC%nyiMa.\'/er Agreemen/\lPO:>'dNDlVIDUAL PROJECT ORDER NUMBER 1015. ESt FlNAU.ooc
PAGE30F8
F. Attend bid opening, prepare a tabulation of bids, and prepare a letter summarizing the bids to
the Client for award of contract.
G. Prepare six (6) sets of the contract documents for execution by the contractor, receive and
review such documents for completeness, and forward to the Client for review and execution.
Task 3 - Construction Contract Administration Services
Consultant will provide professional construction phase services for the purpose of providing
assistance to the Client during construction for each project. These services are as follows:
1. Pre-Construction Conference.
Consultant will attend a Pre-Construction Conference prior to commencement of Work at the
Site.
Provide eight (8) sets of Contract Documents for use by Client and contractor during the
construction phase.
2. Visits to Site and Observation of Construction.
Consultant will provide on-site construction observation services during the construction
phase. Consultant will make visits at intervals as directed by Client in order to observe the
progress of the Work. Such visits and observations by Consultant are not intended to be
exhaustive or to extend to every aspect of Contractor's work in progress. Observations are to be
limited to spot checking, selective measurement, and similar methods of general observation of
the Work based on Consultant's exercise of professional judgment. Based on information
obtained during such visits and such observations, Consultant will evaluate whether Contractor's
work is generally proceeding in accordance with the Contract Documents, and Consultant will
keep Client informed of the general progress of the Work.
The purpose of Consultant's site visits will be to enable Consultant to better carry out the
duties and responsibilities specifically assigned in this Agreement to Consultant, and to provide
Client a greater degree of confidence that the completed Work will conform in general to the
Contract Documents. Consultant shall not, during such visits or as a result of such observations
of Contractor's work in progress, supervise, direct, or have control over Contractor's work, nor
shall Consultant have authority over or responsibility for the means, methods, techniques,
equipment choice and usage, sequences, schedules, or procedures of construction selected by
Contractor, for safety precautions and programs incident to Contractor's work, nor for any failure
of Contractor to comply with laws and regulations applicable to Contractor's furnishing and
performing the Work. Accordingly, Consultant neither guarantees the performance of any
Contractor nor assumes responsibility for any Contractor's failure to furnish and perform its work
in accordance with the Contract Documents.
3. Recommendations with Respect to Defective Work.
Consultant will recommend to Client that Contractor's work be disapproved and rejected
while it is in progress if, on the basis of such observations, Consultant believes that such work
will not produce a completed Project that conforms generally to Contract Documents.
INDIVIDUAL PROJECT ORDER NUMBER 1015 WITH
KIM LEY-HORN AND ASSOCIATES, INC.
",Ftwfpor'projec/IPROJEC7'000008.024\ TheColony'iMas/er _ Agreemell/'dPO's'INDlV1DlfAL PROJECT ORDER NUMBER IOI5ESTF1NAU.doc
PAGE40F8
4. Clarifications and Interpretations.
Consultant will respond to reasonable and appropriate Contractor requests for information
and issue necessary clarifications and interpretations of the Contract Documents to Client as
appropriate to the orderly completion of Contractor's work. Any orders authorizing variations
from the Contract Documents will be made by Client.
5. Change Orders.
Consultant may recommend Change Orders to Client, and will review and make
recommendations related to Change Orders submitted or proposed by the Contractor.
6. Shop Drawings and Samples.
Consultant will review and approve or take other appropriate action in respect to Shop
Drawings and Samples and other data which Contractor is required to submit, but only for
conformance with the information given in the Contract Documents. Such review and approvals
or other action will not extend to means, methods, techniques, equipment choice and usage,
sequences, schedules, or procedures of construction or to related safety precautions and programs.
7. Substitutes and "or-equal. "
Evaluate and determine the acceptability of substitute or "or-equal" materials and equipment
proposed by Contractor in accordance with the Contract Documents, but subject to the provisions
of applicable standards of state or local government entities.
8. Inspections and Tests.
Consultant may require special inspections or tests of Contractor's work as Consultant deems
appropriate, and may receive and review certificates of inspections within Consultant's area of
responsibility or of tests and approvals required by laws and regulations or the Contract
Documents. Consultant's review of such certificates will be for the purpose of determining that
the results certified indicate compliance with the Contract Documents and will not constitute an
independent evaluation that the content or procedures of such inspections, tests, or approvals
comply with the requirements of the Contract Documents. Consultant shall be entitled to rely on
the results of such tests and the facts being certified.
9. Disagreements between Client and Contractor.
Consultant will, if requested by Client, render written decision on all claims of Client and
Contractor relating to the acceptability of Contractor's work or the interpretation of the
requirements of the Contract Documents pertaining to the progress of Contractor's work. In
rendering such decisions, Consultant shall be fair and not show partiality to Client or Contractor
and shall not be liable in connection with any decision rendered in good faith in such capacity.
INDIVIDUAL PROJECT ORDER NUMBER 1015 WITH
KIM LEY-HORN AND ASSOCIATES, INC.
','FtwfpO l'pr<'lecl'PROJECr,000008. 024, TheColony'Masler _ Agreement'dPO's'INJJlVIDUAL PROJECT ORDER NUMBER 1015 EST FINAU.doc
PAGE50F8
10. Applications for Payment.
Based on its observations and on review of applications for payment and accompanying
supporting documentation, Consultant will determine the amounts that Consultant recommends
Contractor be paid. Such recommendations of payment will be in writing and will constitute
Consultant's representation to Client, based on such observations and review, that, to the best of
Consultant's knowledge, information and belief, Contractor's work has progressed to the point
indicated and that such work-in-progress is generally in accordance with the Contract Documents
subject to any qualifications stated in the recommendation. In the case of unit price work,
Consultant's recommendations of payment will include determinations of quantities and
classifications of Contractor's work, based on observations and measurements of quantities
provided with pay requests.
By recommending any payment, Consultant shall not thereby be deemed to have represented that
its observations to check Contractor's work have been exhaustive, extended to every aspect of
Contractor's work in progress, or involved detailed inspections of the Work beyond the
responsibilities specifically assigned to Consultant in this Agreement. It will also not impose
responsibility on Consultant to make any examination to ascertain how or for what purposes
Contractor has used the moneys paid on account of the Contract Price, nor to determine that title
to any portion of the work in progress, materials, or equipment has passed to Client free and clear
of any liens, claims, security interests, or encumbrances, nor that there may not be other matters
at issue between Client and Contractor that might affect the amount that should be paid.
11. Substantial Completion.
Consultant will, promptly after notice from Contractor that it considers the entire Work ready
for its intended use, in company with Client and Contractor, conduct a site visit to determine if
the Work is substantially complete. Work will be considered substantially complete following
satisfactory completion of all items with the exception of those identified on a final punch list. If
after considering any objections of Client, Consultant considers the Work substantially complete,
Consultant will notifY Client and Contractor.
12. Final Notice of Acceptability of the Work.
Consultant will conduct a final site visit to determine if the completed Work of Contractor is
generally in accordance with the Contract Documents and the final punch list so that Consultant
may recommend, in writing, final payment to Contractor. Accompanying the recommendation
for final payment, Consultant shall also provide a notice that the Work is generally in accordance
with the Contract Documents to the best of Consultant's knowledge, information, and belief
based on the extent of its services and based upon information provided to Consultant upon which
it is entitled to rely.
13. Limitation of Responsibilities.
Consultant shall not be responsible for the acts or omissions of any Contractor, or of any of
their subcontractors, suppliers, or of any other individual or entity performing or furnishing the
Work. Consultant shall not have the authority or responsibility to stop the work of any
Contractor.
INDIVIDUAL PROJECT ORDER NUMBER 1015 WITH
KIM LEY-HORN AND ASSOCIATES, INC.
','FtwfpOl',projec/'.PROJEC71000008. 024\ TheC%t/yiMa,!er _ Agreemen/\IPO'NNDlVIDUAL PROJECT ORDER NUMBER 1015 JST_ flNAU.doc
PAGE60F8
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. Additional sets of bidding documents
B. Work associated with taking the pressure tank system completely out of service.
C. Breaking the project into phases beyond what is specifically shown in Scope of Services for
additional floors, disinfection facilities, etc....
D. Accompanying the Client when meeting with the TCEQ, U.S. Environmental Protection Agency,
Corps of Engineers 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.
E. Assisting Client or Contractor in the defense or prosecution of litigation in connection with or in
addition to those services contemplated by this Agreement. Such services, if any, will be furnished
by Consultant on a fee basis negotiated by the respective parties outside of and in addition to this
Agreement.
F. Sampling, testing, or analysis beyond that specifically included in the Scope of Services referenced
herein above.
G. Preparing applications and supporting documents for government grants, loans, or planning advances,
and providing data for detailed applications.
H. 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.
I. Providing professional services associated with the discovery of any hazardous waste or materials in
the project site.
J. Any additional changes to the Contract Documents necessary to break the project into phases or
bidding portions of the project at a later date.
K. Making significant modifications to the plans and specifications after the 95% submittals have been
approved by the Client.
L. Providing project representative services, on-site inspection, during the construction phase of the
project.
M. Additional meetings beyond those identified in the Scope of Services.
N. Preparation for and attendance to public meetings to discuss the project.
O. Any services not listed in the Scope of Services.
INDIVIDUAL PROJECT ORDER NUMBER 1015 WITH
KIM LEY-HORN AND ASSOCIATES, INC.
",FtwfpO 1 ''}Jrojecl\PROJEC7'000008. 024', TheColony'Master.. Agreemelll'dPO's'dNDlVIDUAL PROJECT ORDER NUMBER 1015. EST F1NAU.ooc
PAGE70F8
SECTION 5
Special Terms of Compensation:
Consultant will perform Tasks 1 through 3 in the Scope of Services 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%. We will not
perform any Additional Services without prior approval. Fees will be invoiced monthly based on services
provided.
Consultant recommends that the Client budget the following for these services:
Task 1 - Final Design Services
Task 2 - Bidding
Task 3 - CCA Services
$119,000
$ 13,000
$ 60,000
(Reimbursable)
(Reimbursable)
(Reimbursable)
Consultant's estimate of the amount that will become payable for Tasks 1-3 is only an estimate for
planning purposes, and is not binding on the parties, and is not the minimum or maximum amount
payable to Consultant under this Agreement.
ACCEPTED:
CLIENT: THE CITY OF THE COLONY, TEXAS
A MUNICIP ALITX ^
BY: \)~ ~
KIMLEY -HORN AND ASSOCIATES, INe.
BY: C ~(--1~
Cole Webb, P.E.
TITLE:
TITLE: Assistant Secretary
DATE: :)
DATE:
~ -'(-07
~
WITNESS:
WITNESS:
TITLE:Uptdfj O!tf5t'1'
TITLE:
Vice President
INDIVIDUAL PROJECT ORDER NUMBER 1015 WITH
KIMLEY-HORN AND ASSOCIATES, INC.
"FtwfpOl 'project'PROJEC71000008. 024" TheC%nyiMa.\'(er.Agreemeflt'd POWNJJJVIDUAL PROJECT ORDER NUMBER 1015 EST flNAU.doc
PAGE 8 OF 8