Loading...
Exhibit 1 - Agenda Information Sheet City of Denton _____________________________________________________________________________________ AGENDA INFORMATION SHEET DEPARTMENT: Procurement DCM: David Gaines DATE: May 17, 2022 SUBJECT Consider adoption of an ordinance of the City of Denton, a Texas home-rule municipal corporation, authorizing the City Manager to execute a Professional Services Agreement with Kimley-Horn and Associates, Inc., for regulatory permitting/approval support, process evaluation, design services, bidding assistance, construction phase services, and easement acquisition for the I-35 to Milam Creek Phase II Project for the Water Utilities Department; providing for the expenditure of funds therefor; and providing an effective date (RFQ 7574-010 – Professional Services Agreement for design and construction phase services awarded to Kimley-Horn and Associates, Inc., in the not-to-exceed amount of $751,100.00). The Public Utilities Board recommends approval (6 - 0). INFORMATION/BACKGROUND The Texas Department of Transportation (TxDOT) is widening the Interstate 35 (I-35) corridor in numerous areas throughout the City of Denton. The widening of I-35 presents conflicts with existing water and wastewater infrastructures entailing their relocations. Through a holistic approach, the Water Utilities Division took the opportunity to evaluate the current and future demands in the region as a direct impact on the widening of I-35. Kimley Horn and Associates was hired to assist with the design of the relocations as well as to identify the future demands as a result of expected growth. The first phase of the I-35 Utility Relocation Contract included services to analyze the sewer basin projected flows for potential development within the Milam Creek to Loop 288 area. The study indicated the existing sewer infrastructure is inadequate and recommended their upsizing and rerouting. Due to these recommendations, an engineering consulting firm is required to design the necessary infrastructures. The design will include the construction of a 3.3-MGD (million gallons per day) regional sanitary sewer lift station and will consolidate and decommission two other small problematic lift stations. Along with the lift station, there will be 11,400 ft. of 12-inch force mains and 10,500 ft. of 18-inch to 36-inch gravity sewer mains in order to serve future developments along the I-35 northwest corridor and clear the wastewater infrastructure conflicts identified with the I-35 TxDOT widening project. These Water Utilities modifications will support the projected growth within the I-35 northwest corridor. Based on the qualifications, knowledge, and experience in designing projects of similar type and magnitude, staff selected Kimley Horn and Associates Inc. from a list of qualified consultants to perform this work. Request for Qualifications for professional engineering services for Water and Wastewater was solicited using the City’s formal solicitation process. City Council approved a pre-qualified list of engineering firms on March 23, 2021 (Ordinance 21-546). City Hall 215 E. McKinney Street Denton, Texas www.cityofdenton.com PRIOR ACTION/REVIEW (COUNCIL, BOARDS, COMMISSIONS) On March 23, 2021, Council approved RFQ 7574 for a prequalified list of professional engineering firms for Water and Wastewater (Ordinance 21-546). On May 9, 2022, the Public Utilities Board (PUB) recommended this item to the City Council for consideration. RECOMMENDATION Award a contract with Kimley-Horn and Associates, Inc., for regulatory permitting/approval support, process evaluation, design services, bidding assistance, construction phase services, and easement acquisition for the I-35 to Milam Creek Phase II Project for the Water Utilities Department, in a not-to- exceed amount of $751,100. PRINCIPAL PLACE OF BUSINESS Kimley-Horn and Associates, Inc. Fort Worth, TX ESTIMATED SCHEDULE OF PROJECT This project will be started upon approval with a completion date by mid-2024. FISCAL INFORMATION These services will be funded from Wastewater Utilities account 640468541. Requisition #155267 has been entered into the Purchasing software system in the amount of $751,100. The budgeted amount for this item is $751,100. EXHIBITS Exhibit 1: Agenda Information Sheet Exhibit 2: Ordinance and Contract Respectfully submitted: Lori Hewell, 940-349-7100 Purchasing Manager For information concerning this acquisition, contact: David Brown, 940-349-8480. Legal point of contact: Marcella Lunn at 940-349-8333.