File #: 23-0119    Name: SH 5 Utility Relocations Phase 2
Type: Resolution Status: Consent Item
In control: City Council Regular Meeting
On agenda: 2/21/2023 Final action:
Title: Consider/Discuss/Act on a Resolution Authorizing the City Manager to Execute a Contract with Kimley-Horn and Associates, Inc. for Engineering Services for the SH 5 Utility Relocations Phase 2 Project and Any Necessary Supplemental Agreements
Attachments: 1. Resolution, 2. Location Map
Date Ver.Action ByActionResultAction DetailsMeeting DetailsVideo
No records to display.

Title

Consider/Discuss/Act on a Resolution Authorizing the City Manager to Execute a Contract with Kimley-Horn and Associates, Inc. for Engineering Services for the SH 5 Utility Relocations Phase 2 Project and Any Necessary Supplemental Agreements

 

Summary

COUNCIL GOAL:                     Operational Excellence

                     (2B: Balance available resources to accommodate the growth and maintenance needs of the city)

 

MEETING DATE:                     February 21, 2023

 

DEPARTMENT:                      Development Services / Engineering

 

CONTACT:                       Gary Graham, PE, Director of Engineering

                     Blake Sills, PE, Interim CIP Manager

                     Brook Retta, PE, CIP Engineer

                     Paul Tucker, PE, Senior Utility Engineer

                     

 

RECOMMENDED CITY COUNCIL ACTION:                     

                     Approval of the Resolution.

 

ITEM SUMMARY: 

                     This Resolution authorizes the City Manager to execute a contract in the amount of $1,464,300, as well as all required supplemental agreements thereto, with Kimley-Horn and Associates, Inc. to provide professional engineering services for the SH 5 Utility Relocations Phase 2 project (CIP Projects WA2266 and WW2266), for a total aggregate contract amount, inclusive of any supplemental agreements, not to exceed $1,685,000.

 

BACKGROUND INFORMATION: 

                     The Texas Department of Transportation (TxDOT) is in the process of design and right-of-way acquisition for the upcoming reconstruction of SH 5 from Power House Street to SH 121 in eastern McKinney. TxDOT has the Ready-to-Let date tentatively scheduled for Late Fall 2024. TxDOT has informed the City of McKinney that the construction of this project is currently not funded.

                     The SH 5 Utility Relocations project is required to relocate and improve the existing water and sanitary sewer mains and services to clear the proposed roadway facilities needed by TxDOT prior to the roadway construction.

                     There is approximately 15,500 linear feet of existing water distribution lines ranging in size from 8 inch to 36 inch and 2,000 linear feet of existing sanitary sewer collection lines ranging in size from 8 inch to 16 inch along SH 5 that are in conflict with the proposed TxDOT reconstruction project.

                     Permanent easements and temporary construction easements will be needed in areas where the space is limited for the relocated water and sanitary sewer lines.  There are approximately Fifty (50) parcels that easements are expected to be acquired along the project limits.

                     A Standard Utility Agreement (SUA) with The Texas Department of Transportation (TxDOT) will be prepared as part of this project for reimbursement by TxDOT for expenses due to the SH 5 Utility Relocations project. The total cost of the City utility relocation project, including design, easement acquisition, construction, project management, and construction inspection is estimated to be $21,315,000. The estimated reimbursement percentage from TxDOT is approximately 40% ($8,526,000) and will be paid after the completion of the utility relocation project.

                     Kimley-Horn and Associates, Inc. submitted a response to RFQ 21-42 for On-call Utility Design Services. They were one of thirteen firms shortlisted by City Council on September 7, 2021.

                     Staff has negotiated a project proposal with Kimley-Horn and Associates, Inc. in the amount of $1,464,300. Their scope includes the following elements:

o                     Basic Services (Design Services & Bid Phase Services)

o                     Special Services (Field Topographic Survey, Subsurface Utility Engineering, Franchise Utility Coordination, Right-of-Way and Easement Documentation, Environmental and Geotechnical Investigations, Public Involvement, Cultural Resources Survey, TxDOT Standard Utility Agreement Coordination, and Construction Administration Services).

                     Construction of this project is estimated to cost approximately $11,268,000.  Kimley-Horn and Associates, Inc. submitted a proposal of $1,464,300 (13.0% of the estimated construction) to perform the engineering services. The proposed fee for basic services is $843,600 (7.49% of the construction) and the proposed fee for special services is $620,700 (5.51% of construction).

                     Design of this project, including required easement acquisition, is anticipated to take 15 months to complete. Construction is anticipated to begin as early as Summer 2024 and to be completed by Late Fall 2025.

 

FINANCIAL SUMMARY: 

                     The Resolution authorizes a professional services contract with Kimley-Horn and Associates, Inc. for an amount not to exceed $1,685,000. Professional Services under this contract will utilize the following projects and funding accounts:

o                     Project WA2266 - Account 20 - Water (75.07%) - $1,265,000.00.

o                     Project WW2266 - Account 20 - Wastewater (24.93%) - $420,000.00.

                     With the approval of this item, $2,035,000 will remain in Project WA2266. Additional water revenues required for construction of this project are anticipated to be issued through Utility Revenue Bonds in FY24.

                     With the approval of this item, $330,000 will remain in Project WW2266. Additional wastewater revenues required for construction of this project are anticipated to be issued through Utility Revenue Bonds in FY24.

BOARD OR COMMISSION RECOMMENDATION:

                     N/A