No preview available
Ordinance No. 16,100 ORDINANCE NO. 16,100 AN ORDINANCE OF THE CITY COUNCIL OF THE CITY OF BAYTOWN, TEXAS, AUTHORIZING THE THIRD AMENDMENT TO THE CONSULTING SERVICES CONTRACT WITH KIMLEY-HORN ASSOCIATES, INC., FOR THE WAYNE GRAY SPORTS COMPLEX, TURF AND PARKING IMPROVEMENTS CONSTRUCTION PROJECT; AUTHORIZING PAYMENT BY THE CITY OF BAYTOWN IN THE AMOUNT OF FIFTEEN THOUSAND AND NO 100 DOLLARS ($15,000.00); AND PROVIDING FOR THE EFFECTIVE DATE THEREOF. ************************************************************************************* BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF BAYTOWN,TEXAS: Section 1: That the City Council of the City of Baytown,Texas,hereby authorizes and directs the City Manager to execute the Third Amendment to the Consulting Services Contract with Kimley-Horn Associates, Inc., for the Wayne Gray Sports Complex, Turf and Parking Improvements Construction Project. A copy of the amendment is attached hereto, marked Exhibit "A," and made a part hereof for all intents and purposes. Section 2: That the City Council of the City of Baytown authorizes payment to Kimley-Horn Associates, Inc., in the amount of FIFTEEN THOUSAND AND NO 100 DOLLARS ($15,000.00) for the design and preparation of construction documents in accordance with the amendment authorized in Section 1 hereinabove. Section 3: This ordinance shall take effect immediately from and after its passage by the City Council of the City of Baytown. INTRODUCED, READ and PASSED by the affirmative vote of the City C uncil of the City of Baytown, this the 13"'day of March, 2025. a,/ f CHARLES fORWN, Mayor N EST: 5NYTOW F °T 0 o oe N S ° ANGEL C O C OF APPROVED AS TO FO _ SCOTT L D, City Attorney R.Ordinances and Resolutions%..Ordinance Drafts%2025-03-13'+Authorizing 3rd amendmen to the Consulting Services Agreement with Kimley Hom for the Wayne Gray Turf and Parking Project.kh.docx EXHIBIT "A" Consulting Services Contract Amendment Wayne Gray Sports Complex, Turf and Parking Improvements Date of Issuance: 02/12/2025 Amendment No: 03 r, T T F.R Consultant: Kimlev-Horn & Associates. Inc. Project No: PARK2108 PO/Contract#: 2205415/4250077 BAYTOWN Explanation: The purpose for this amendment is the modification in Scope of Work for the Wayne Gray Sports Complex, Turf and Parking Improvements Project. "Consultant" is asking for an additional $15,000.00, to resubmit the revised drainage report to the Harris County Flood Control Department. In the 900.10 design submittal dated July 25, 2023, "Consultant" the Engineer of Record provided the Opinion of Probable Construction Cost (OPCC) with a cost of$4,559,773.27 for the project. This cost would cover the retrofit of the Wayne Gray softball infields with artificial turf and the additional parking at the Sports Complex. The complete detention to accommodate these revisions at the site would also be addressed. The construction of the additional parking lot for the Pirates Bay complex on the plot of land purchased by the City in March 2023 would also be included. The current project budget does not account for the provided Opinion of Probable Construction Cost so the Scope of Work must be modified to fit with the limitation. The "Consultant" proposes $15,000.00 to make the necessary changes to the design to fit the completion of the four softball infields with artificial turf and the partial detention necessary for these modifications. The modification of the current fields would only be to the infields to receive artificial turf and no other work for the enhancement of the park until further funds become available. The current detention would be modified to accommodate the four new artificial infields. Description of Work Cost Time 1. Modification in Scope of Work design modifications $ 15,000.00 133 Days 2. $ 0 0 Days 3. $ 0 0 Days 4. Total $ 15,000.00 133 Days Proposal Scope/Schedule: The additional scope of work and the schedule associated with the same, are attached hereto as Exhibit "A" and incorporated herein for all intents and purposes. Cost& Time Chance Summary: Cost Time Original Contract: $144,000.00 161 Days Previous Amendment(s): $ 80,355.00 166 Days Net increase (decrease) from this Amendment: $15,000.00 133 Days Revised Contract: $239,355.00 460 Days Percent increase (decrease) this Amendment (10.41 %) Percent increase (decrease) all Amendments (66.22 %) R Template Design 1 of 2 D6.Revised 9 2023 Consultant agrees to perform changes(s) included in this Contract Amendment for the price and time indicated. The prices for changes included all costs associated with this Contract Amendment. No work is to be done until this Amendment is executed. No payment to the Consultant shall be made for work included in the Amendment until this Amendment is executed. Unless a different meaning clearly appears from the context, words and phrases as used in this Amendment, the terms and phrases as used herein shall have the same meanings as in the Agreement. The provisions of this Amendment and the Agreement and all previous amendments, if any, shall be read together and construed as one agreement provided that, in the event of any conflict or inconsistency, between the provisions of this Amendment and the provisions of the Agreement and any previous amendment, the provisions of this Amendment shall control. This Amendment has been jointly negotiated by the parties hereunder and shall not be construed against a party hereunder because that party may have assumed primary responsibility for the drafting of this Amendment. By this Amendment, the City does not consent to litigation or suit, and the City hereby expressly revokes any consent to litigation that it may have granted by the terms of this Amendment, the Agreement or any other contract or agreement or addenda, any charter, or applicable state law. Nothing contained in this Amendment or in the Agreement shall be construed in any way to limit or to waive the City's sovereign immunity. The persons executing this Agreement hereby represent that each party has the full power and authority to enter into and perform pursuant to the Amendment, and that each has been properly authorized and empowered to enter into the Amendment. Upon execution by all parties, the following changes identified for the Contract Value and/or Contract Time shown, are made part of the Contract. APPROVED: APPROVED: By: 1C Date: 2/12/25 By: Date: Consultant JASON E. REYNOLDS,City Manager Stephen Kelly, P.E. Printed Name APPROVED AS TO CONTENT: Associate �By. Date:02/21/2025 Title FRANK O.SIMONEAUX,JR.,P.E.,PWE Director APPROVED AS TO FUNDING: 2/20/25 By: Date: TERESA McKENZIE,Chief Financial Officer By: Date: Proj t Manager Enrique Villa Printed Name By: lmkp" Date: 2/20/25 usiness sset Team Member Taylor Khoury Printed Name R\Template0esign 2 of 2 D6.Revised 9 2023 Kimley>>) Horn February 12, 2025 Mr. Frank Simoneaux, P.E. Director of Public Works and Engineering City of Baytown 2123 Market Street Baytown, TX 77520 RE: Professional Services Agreement City of Baytown— Wayne Gray Sports Complex, Turf and Parking Improvements,Amendment No. 3(PO2205415) Dear Mr. Simoneaux: Kimley-Horn and Associates, Inc. ("Consultant') is pleased to submit this amendment proposal to the City of Baytown("City")for providing the scope of services in Exhibit A for the resubmittal to Harris County Flood Control District("HCFCD")at Wayne Gray Sports Complex for a total not to exceed contract fee of$15,000, based on terms and conditions as utilized in the Agreement for Consulting Services between Consultant and City dated April 19, 2022 ("Original Scope"). We appreciate the opportunity to continue to serve the City of Baytown. If you have any questions or need additional information regarding this proposal, please contact me. KIMLEY-HORN AND ASSOCIATES, INC. Sincerely, kA.b► l� G Kristina Malek, P.L.A. Michael D. Lucas Associate/Project Manager Regional Contract Lead Attachments: Exhibit A—Scope of Services Map 1 - Project Area Map EXHIBIT A- SCOPE OF SERVICES PROJECT BACKGROUND The original scope of work includes four(4) synthetic turf field retrofits from natural turf, full detention (four (4) fields plus parking areas), backstop improvements, outfield fencing, three (3) additional parking areas with lighting, landscape and irrigation. The current 90% plans dated July 2023 reflect this scope of work. Consultant understands the City would like to reduce the scope of the project and repackage for bidding due to budget cuts (as shown in Map 1) and reflect the following bid alternates: 1) Base Bid: Reduce scope to two (2) synthetic turf field retrofits from natural turf (Field #5 and #8)and limited detention for the two (2)fields (Field#5 and#8). 2) Alternate 1: Add two additional synthetic turf field retrofits from natural turf(Field #6 and#7). 3) Alternate 2: Add limited detention for two (2)fields (Field #6 and#7). Repackaging includes removing all other improvements from the 90% plans dated July 2023, including but not limited to backstop improvements, outfield fencing, parking areas, site amenities, landscape and irrigation. Due to the change in detention design,the Consultant will be required to resubmit the revised plans to the HCFCD.This scope of effort is related to the resubmittal to HCFCD only. These improvements are in an effort to better serve the community's needs for recreation and tournament facilities. Consultant will perform the following tasks: TASK 1 —PROJECT MANAGEMENT No additional effort for this task. TASK 2—SURVEY AND PLATTING No additional effort for this task. TASK 3—GEOTECHNICAL INVESTIGATION No additional effort for this task. TASK 4—DRAINAGE Consultant will revise the detention pond analysis to reflect the following two(2)options: 1)limited detention for two (2) synthetic turf fields, and 2) limited detention for four (4) synthetic turf fields, from full detention as shown in the submitted 90% Construction Documents. Consultant will incorporate the revisions and submit it with the 100% design submittal and to HCFCD per the original scope. The revised submittal will consist of the following: Task 4.1-4.3 Per the original scope as it relates to the limited detention design. Deliverables: Task 4.1-4.3 Per the original scope as it relates to the limited detention design. TASK 5—PRELIMINARY ENGINEERING REPORT No additional effort for this task. ADDITIONAL SERVICES Consultant can provide additional services, if needed,upon the City's issuance of a written change in scope. Any additional amounts paid to Consultant as a result of the material change to the Scope of the Project shall be agreed upon in writing by both parties before the services are performed. w 0 m rn m a a E� w � 0 0 C C n :i y is� 5R a� Gr. N � N 00 O � m w 04 rs, rx o W p N fs. U N O � y U <v .a ea T W F c 0 W J � � W c a p d O � Ll w w w .a Q F O -- F C o � Y R F tu E � ! ! f ( & 2 / � } ) ) ® ) I - - |7 ƒ §5 ` ° J) E | E )! � ■ § }�\ ! Ui k § a - 3 = — a � /§ /k\ N V N � , M Y ' O ► ►— ► cr Or cn M N ry� M M N N M M M N M M M M Ln Ln Ln Ln Ln Ln Ln \ N N N M \ \ N N N \ N M M N N N N N N N N N Ul N Ln N Ul N \ \ \ N l0 M \ \ \ r� \ N N \ \ \ \ \ \ \ \ \ N \ N \ N to d N \ r-I r-I P� d' 00 N M \ \ r-I Ln Ln 00 00 Ln M r- V \ N \ l0 \ \ r-I r-I 0) \ \ r-I r-I \ \ \ W W e-1 N N N ri r-I r-I N N ri N LP) \ LA N \ \ \ r-I M \ \ LA N � N H \ \ \ \ \ \ \ \ \ \ \ \ 00 \ r-I C N r-I M C C H M C C C N - � ^ N r-I cn � Ln U1 l0 I- I- 00 00 a) O a) O O O O O O O O O OJ N a) a) a) 0) a) a) a) a a) N O a) C 3 3 -C L 3 3 L i 3 3 3 3 3 3 3 3 3 3 3 3 3 L E- 2 P H- H- F- LL L1 i- F- I- H H F- I- F- N N N cn M M M M Lf1 Ln U1 Ln Ln Ln Ln Ln \ Ln r4 Ln r4 N M NM M M N N N N N -- \ M \ \ \ \ \ \ \ \ \ N \ N \ N \ N \ N N N \ \ \ \ \ O 01 N N N l0 0) 01 t0 � 00 Ln \ cn \ 00 fN lO \ N \ \ \ r- [Y 1� r- 00 r-I N \ r•1 r•I N N r-I r-I H N N N N lO N \ r•1 r-I 1� rn O r-I r-I r-I ri N \ \ t0 \ \ \ \ \ \ \ \ \ \ \ \ \ r-I N r-I r\i N \ \ r\-1 f l a\•I - N � M l\p ^ ^ ^ H M � Ln Ln w n n 00 Ln a) O 0) 3 a) e-1 M O v a) a) a) p p W N N -°a �a w w a) a) N a) a) a) a) 3 LL 3 3 3 O >• Y > T >- >- >- Y Y Y Y 3 Y leY Y Y -be le -be -he Y -he >� Y •a "0c 3 v rn rn -0 v -0 -0 0 3 3 3 3 N 3 33 3 3 3 3 3 3 3 3 3 ri r-I ri H N N N ri H 000 U) Ln I, M Ul N N O^l N c} It N ' ri M N ri Or-I N a+ C d E u u O p O Y C L O O Q 7 Z r- fl- L, Y W Ur N a) Q u Z cam) a o >• z a -W he a u C7 -a se +, a=i o u Q IA E X Z +3+ O C N a) }, a c M O U) O aJ a) le LN Q Q aJ 7 }, a) O �, e H yOj IA O_ � £ u c -O E p Ln c O NLn CA mQ u O y O N C > 0 '> v rn u t c C C G. ° u u m �. 4- Q occ 0i u C d '" C Q O o c c Lo Ln 0 4A W CO '" c aal c '+wl O� LL o u z o o t E u c E 3 c c c -a E Q) MIA O — W � i o H > > U U c u a) � f0 Q M M M 3 Q O_ m U •V i `n °) :� o o 0) w t0 c o_ a a \ c - a v 3 C a3i c = a� v fl a Ln o c c 0' L O V On (A 0 L O Q. CL O_ L O H 41 O O 3 3 O c U O 'j O EE Q Q u u p ,a t0 •� u E aoi °' °' a) u a) r-I L 'c u � u -a = = o o p ,, aJ o v aJ '> o Y > a) a, O 3 M d = O O p V •U L r•I u N L > L 'O (7 L L a) C. u a) L N t' Q L -f7 M p i z = LO u u U c c a a Q m cc O_ c -p M M W a `° O a L U v Y M IY I= LL 3 3 O_ O_ H '^ H Q A c O O >- >- O- > n N > > d N LL C Ln LU Lu U O O - H H L9 0 v � ++ E O v +, �+ a) .r M -c O +_. 3 u O M 3 'm a a x u u u u z z H a 9 a u u Q a a a u u cc 'u a H Q M u Q z H = u a, 1e iT iT iT iT 1� iT �T �T �T41t - N M Ln l0 p- M Q1 O N M Lfl lD 00 01 O N M 'q Ln to r- m m O M m m M 'oul'sole!oossy pue woH-Aalw!N of Al!I!geil lnogl!m aq l!eys•oul'sale!oossy pue uJoH-A8lwiN Aq uogeldepe