City of Olathe header
To visit archives prior to April 2024 please click here.
File #: G24-4429   
Type: Council Consent Status: Passed
File created: 5/22/2024 In control: City Council
On agenda: 6/4/2024 Final action: 6/4/2024
Title: Consideration of a Professional Services Agreement with TREKK Design Group, LLC for design of the West Cedar Creek Sewer Interceptor Project, PN 1-C-011-24.
Staff Contact: Mary Jaeger, Nate Baldwin
Attachments: 1. A. Project Location Map, 2. B. Project Fact Sheet, 3. C. Professional Services Agreement

Focus Area: Infrastructure (Engineering)

Staff Contact: Mary Jaeger / Nate Baldwin

Subject: Consideration of a Professional Services Agreement with TREKK Design Group, LLC. for design of the West Cedar Creek Sewer Interceptor Project, PN 1-C-011-24.

________________________________________________________________________________

TITLE:

title

Consideration of a Professional Services Agreement with TREKK Design Group, LLC for design of the West Cedar Creek Sewer Interceptor Project, PN 1-C-011-24.

Body

________________________________________________________________________________

Summary:

This project includes the design and construction of a new gravity sanitary sewer interceptor from the City’s existing 159th Street and Cedar Lake lift stations to the south end of Lake Olathe along Dennis Avenue. The construction of the interceptor will allow for the decommissioning of both lift stations. At the north end of the interceptor, a new regional lift station will be constructed, and all flows will be pumped through a new force main from the lift station at Dennis Avenue all the way to the City’s Cedar Creek Wastewater Treatment Plant located on 119th Street west of Clare Road. These improvements will also allow for sanitary sewer service to areas along Old 56 Highway west of Robinson Drive that currently do not have the ability to be provided service.

 

On January 24, 2024, the City advertised a Request for Qualifications (RFQ) to provide design services for the West Cedar Creek Sewer Interceptor Project.  Seven (7) firms responded to the RFQ.  After reviewing all proposals, the selection committee short-listed three (3) firms for interviews.  Following the interview process, the selection committee chose the team of TREKK Design Group, LLC (TREKK) and Allgeier Martin & Associates, Inc. (AMA) as the most qualified firms.  AMA will serve as a subconsultant to TREKK.

 

The $4,810,132.60 Professional Services Agreement provides engineering design for the new gravity interceptor, force main and regional lift station.  Services will include project administration, surveying, flow analysis, development of construction plans and specifications, bid services, and construction administration and inspection.

 

Early survey work has been completed through the City’s existing on-call agreement for Surveying services with Renaissance Infrastructure Consulting, and design is expected to start immediately after acceptance of this Agreement. It is anticipated that construction on this project will begin in Spring 2025 with completion anticipated in Fall 2026.

________________________________________________________________________________

Financial Impact:

Funding for the West Cedar Creek Sewer Interceptor Project, as approved in the 2024-2028 Capital Improvements Plan, includes:

                     

Revenue Bonds                                                                                    $26,474,500

SDF                                                                                                                              $17,968,300

                                          Total:                                                                                                                              $44,442,800

________________________________________________________________________________

Action Needed:

Approval of a Professional Services Agreement with TREKK Design Group, LLC for design of the West Cedar Creek Sewer Interceptor Project, PN 1-C-011-24.

________________________________________________________________________________

Attachment(s):

A.                     Project Location Map

B.                     Project Fact Sheet

C.                     Professional Services Agreement