Dallas Logo
File #: 20-1779    Version: 1 Name:
Type: CONSENT AGENDA Status: Approved
File created: 9/10/2020 In control: Water Utilities Department
On agenda: 10/28/2020 Final action: 10/28/2020
Title: Authorize a professional services contract with Kimley-Horn & Associates, Inc. to provide engineering services for erosion control and storm drainage improvements at 12 locations within the city of Dallas (list attached to the Agenda Information Sheet) - Not to exceed $919,255.39 - Financing: Flood Control (D) Fund (2017 General Obligation Funds) ($791,698.46), Storm Drainage Management Capital Construction Fund ($70,324.82), and Wastewater Capital Improvement E Fund ($57,232.11)
Indexes: 11, 4, 5, 6, 7
Attachments: 1. List, 2. Maps, 3. Resolution
Date Ver.Action ByActionResultAction DetailsMeeting DetailsVideo
No records to display.

STRATEGIC PRIORITY:                     Mobility Solutions, Infrastructure, and Sustainability

AGENDA DATE:                     October 28, 2020

COUNCIL DISTRICT(S):                     4, 5, 6, 7, 11

DEPARTMENT:                     Water Utilities Department

EXECUTIVE:                     Majed Al-Ghafry

______________________________________________________________________

SUBJECT

 

Title

Authorize a professional services contract with Kimley-Horn & Associates, Inc. to provide engineering services for erosion control and storm drainage improvements at 12 locations within the city of Dallas (list attached to the Agenda Information Sheet) - Not to exceed $919,255.39 - Financing:  Flood Control (D) Fund (2017 General Obligation Funds) ($791,698.46), Storm Drainage Management Capital Construction Fund ($70,324.82), and Wastewater Capital Improvement E Fund ($57,232.11)

 

Body

BACKGROUND

 

This action will authorize a professional services contract with Kimley-Horn & Associates, Inc. for the engineering evaluation and design of storm drainage and erosion control improvements at 12 locations.  Known flooding issues will be evaluated at various locations and recommendations along with construction plans and specifications will be developed for storm drainage improvements.  In addition, construction plans will be developed for bank repairs along Joe’s Creek downstream of Walnut Hill Lane to mitigate slope failure and erosion on the east bank that has compromised an existing alley and sanitary sewer pipeline.  Anticipated improvements include restoring and armoring the eroded bank to minimize future erosion.

 

Drainage recommendations and improvement designs will be provided at 1716 and 1721 Greendale Drive, Milverton Drive and Palisade Drive, 9321 Prairie Oak Drive, 7012 Royal Lane, and 3418 and 3428 Monte Carlo Street.  Studies and proposed design improvements will be completed for the Cypress Branch at Jennie Lee culvert improvements, the Hatfield Branch at Seagoville channel improvements, and the Joe’s Creek West Fork at Walnut Hill Bridge improvements to increase conveyance capacity and alleviate flooding issues.  Feasibility studies will be performed for 4804 Hollow Ridge Road, Lake June at St. Augustine culvert improvements and Prairie Creek at U.S. 175 channel and bridge improvements.  The feasibility studies will evaluate proposed improvement options to increase drainage conveyance and will include conceptual exhibits, opinions of cost, and a list of regulatory requirements and key tasks for future design efforts.  Final design and preparation of construction plans for these three locations is not included in this contract, but could be addressed by a future supplemental agreement or separate engineering contract.

 

The services provided for this contract include project management, topographic and boundary surveys, easement identification and legal exhibits, subsurface utility exploration, geotechnical investigations, structural analysis, hydrologic and hydraulic stream and storm drainage system modeling, feasibility studies, development of conceptual and preliminary construction plans, and development of construction plans and special specifications.

 

The consulting firm was selected following a qualifications-based selection process in accordance with the City of Dallas Administrative Directive 4-5 procurement guidelines.

 

ESTIMATED SCHEDULE OF PROJECT

 

Begin Design                     November 2020

Complete Design                     November 2021

 

PRIOR ACTION/REVIEW (COUNCIL, BOARDS, COMMISSIONS)

 

This item has no prior action.

 

FISCAL INFORMATION

 

Fund

 FY 2020

 FY 2021

Future Years

Flood Control (D) Fund (2017 General Obligation Funds)

$791,698.46

 $0.00

 $0.00

Storm Drainage Management Capital Construction Fund

  $70,324.82

 $0.00

 $0.00

Wastewater Capital Improvement E Fund 

  $57,232.11

 $0.00

 $0.00

Total

$919,255.39

 $0.00

 $0.00

 

 

                     Council District                       Amount

 

                     4                     $  70,324.82

                     5                     $350,401.33

                     6                     $277,074.63

                     7                     $110,685.98

                     11                     $110,768.63

 

                                          Total                                                               $919,255.39

 

M/WBE INFORMATION

 

In accordance with the City’s Business Inclusion and Development Policy adopted on September 23, 2020, by Resolution No. 20-1430, as amended, the M/WBE participation on this contract is as follows:

 

Contract Amount

Category

M/WBE Goal

M/WBE %

M/WBE $

$919,255.39

Architectural & Engineering

25.66%

25.66%

$235,880.93

This contract meets the M/WBE goal.

Kimley-Horn & Associates, Inc. - Local; Workforce - 19.00% Local

 

OWNER

 

Kimley-Horn & Associates, Inc.

 

Marty S. Paris, P.E., Vice President

 

MAP

 

Attached