File #: 19-1007    Name: McLarry Water Line Design Contract - KHA
Type: Resolution Status: Approved
In control: City Council Regular Meeting
On agenda: 12/3/2019 Final action: 12/3/2019
Title: Consider/Discuss/Act on a Resolution Authorizing the City Manager to Execute a Contract with Kimley-Horn and Associates, Inc. for Professional Engineering Design Services for the WA2052 – McLarry Water Line Project and Any Necessary Supplemental Agreements
Attachments: 1. Resolution, 2. Location Map

Title

Consider/Discuss/Act on a Resolution Authorizing the City Manager to Execute a Contract with Kimley-Horn and Associates, Inc. for Professional Engineering Design Services for the WA2052 - McLarry Water Line 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:                     December 3, 2019

 

DEPARTMENT:                        Development Services / Engineering                     

 

CONTACT:                       Nick Ataie, PE, CIP Engineering Manager

                     Paul Tucker, PE, Senior Utility Engineer

 

RECOMMENDED CITY COUNCIL ACTION:                     

                     Approval of Resolution.

 

ITEM SUMMARY: 

                     This Resolution authorizes the City Manager to execute a contract in the amount of $236,000 with Kimley-Horn and Associates, Inc. for professional engineering design services for the McLarry Water Line project (WA2052), for a total aggregate contract amount, inclusive of any supplemental agreements, not to exceed $272,000.

 

BACKGROUND INFORMATION: 

                     Per the Water Master Plan, a 36-inch water main generally along McLarry Drive (Redbud Pump Station site to the north side of Bloomdale Road) is needed to deliver water in the City’s 850 water pressure plane in the northwest quadrant of the City.

                     Per Section 5.1.1.1.1 of the 2012 Development Agreement with Trinity Falls Holdings LP dated December 4, 2012 including the First Amendment dated February 27, 2014, Second Amendment dated November 2, 2016, and the Third Amendment dated October 20, 2017, the City is responsible for bringing water to the north side of Bloomdale Road from the Redbud Pump Station site.

                     Kimley-Horn and Associates, Inc. is the design engineer for the Trinity Falls development and they are currently in the design process for the Trinity Falls East Feed Water Line project from the north side of Bloomdale Road to the intersection of Trinity Falls Parkway and FM 543.  The Trinity Falls developer plans to incorporate the McLarry Water Line project with the Trinity Falls East Feed Water Line project for bidding and construction phases under an Interlocal Participation Agreement.

                     The Interlocal Participation Agreement will specify a process and mechanism for reimbursement of construction costs associated with the project to McKinney MUD No. 1 of Collin County/Trinity Falls Holdings LP.

                     Kimley-Horn and Associates, Inc. submitted a response to RFQ 18-46 for On-call Utility Design Services.  They were one of eleven firms shortlisted by City Council on October 2, 2018. 

                     Staff has negotiated a project proposal with Kimley-Horn and Associates, Inc. in the amount of $236,000. Their scope includes the following elements:

o                     Basic Services (Design Services & Bid Phase Services)

o                     Special Services (Field Topographic Survey, Subsurface Utility Exploration, Franchise Utility Coordination, Right-of-Way and Easement Documentation, Environmental Investigations, Geotechnical, Cathodic Protection, and Construction Administration Services)

                     The preliminary opinion of probable construction cost (OPCC) for the City portion is $1,743,000.00.

                     The fee for basic services is $147,400 (8.5% of the OPCC) and the fee for special services is $88,600 (5.1% of the OPCC).

                     Staff is recommending a 15% design contingency for the project in the event that additional design services are deemed necessary at a later date.

                     Design of this project, including required easement acquisition, is anticipated to take 10 months to complete.  Construction is anticipated to begin as early as October 2020 and to be completed by October 2021.

 

FINANCIAL SUMMARY: 

                     The Resolution authorizes a contract with Kimley-Horn and Associates, Inc. for an amount not to exceed $272,000. 

                     Funds are available in the Capital Improvements Program Project WA2052.

                     With the approval of this item, $3,328,000 will remain in WA2052.

 

BOARD OR COMMISSION RECOMMENDATION:

                     N/A