Loading...
HomeMy WebLinkAboutC2017-592 - 12/22/2017 - NA TASK ORDER NO.1 This Task Order pertains to a Master Services Agreement for Professional Services by and between City of Corpus Christi, Texas (City) and Lockwood,Andrews& Newnam, Inc. (Consultant)dated September 26,2017(Agreement).Consultant shall perform services on the project described below as provided in this Task Order and in the Agreement. This Task Order shall not be binding until it has been properly signed by both parties. Upon execution,this Task Order shall supplement the Agreement as it pertains to the project described below. PROJECT NAME: E12191 IDIO Maior Ditch Improvements 1. PROJECT DESCRIPTION. • Make use of FEMA model, with revised parameters, for the La Voila Creek tributaries, and if warranted, file a FIRMs revision request to FEMA through the CLOMR/LOMR process. • Prioritize the major ditch (channel)improvement projects within the La Valla Creek tributaries based on the hydraulic modeling results. 2. SCOPE OF SERVICES. This task order is more fully described in Exhibit"A". 3. COMPENSATION.The total amount not to exceed for Task Order No. 1 is$151,640. This Task Order is approved and Consultant may proceed. All other terms and conditions of the Agreement remain in fu force an. _ . C 4 • 'P 'ISTI LOCKW• •D,ANDREWS&NEWNAM,INC. Age 1 Jeff . Edmonds, -. (D. _) Steve' '1 ilbrea ,P. E. (Date) Dir ctor of Engineering Services Associate 500 N.Shoreline Boulevard, Suite 500 Corpus Christi,TX 78401 (361)882-2257 Office Accounting Unit 3495-043 Account 550950 Activity E12191.01-3495-EXP Account Category 50950 Fund Name Storm Water 20128 Rev Bonds 2017-592 12/22/17 Lockwood Andrews &Newnam INDEXED Lockwood,Andrews L 9.n &Newnam, Inc. I IC) A 1)•\lY ( ()MI'ANY October 30, 2017 Jeff Edmonds, P.E. Director of Engineering Services City of Corpus Christi PO BOX 9277 Corpus Christi,Texas 78469-9277 Re: Proposal for Task Order#1-IDIQ Major Ditch Improvements(E12191) Master Services Agreement Dear Mr. Edmonds, The purpose of this proposal is to provide the City of Corpus Christi a scope and fee for the first Task Order (TO#1) in support of the Major Ditch Improvements Project (E12191). Task Order #1 will include the following tasks: • Make use of FEMA model, with revised parameters, for the La Volla Creek tributaries, and if warranted,file a FIRMs revision request to FEMA through the CLOMR/LOMR process; • Prioritize the major ditch (channel) improvement projects within the La Volla Creek tributaries based on the hydraulic modeling results; Attachment A details the scope of services required for this proposal. Attachment B includes a summary of fees. We propose to complete Task Order#1 of this project fora total contract amount not-to-exceed $151,640.00. Please feel free to contact me at 361-792-7225 or by email at smharris@lan-inc.com if you have any additional questions. Sincerely, ", - Scott Harris, PE Team Leader Attachments: A—Scope of Services B—Summary of Fees&Schedule Cc: Sarah West, P.E., Project Manager Task Order No. 1 500 N.Shoreline Blvd.Ste.500 • Corpus Christi.Texas 78401 • 361.882.2257 • www.lan-inc.com Exhibit"A" Page 1 of 12 • Attachment A Scope of Services Task Order#1 IDIQ Major Ditch Improvements (E12191) BASIC SERVICES A. Task 1—Make use of FEMA model,with revised parameters,for the La Voila Creek Basin (approximately 34.45 square miles) 1. Consult with City of Corpus Christi to understand requirements for each Task and review available data. 2. Participate in one (1)Task Kick-off and (2) Progress Meetings with the City staff, prepare the meeting agenda and distribute minutes to attendees within five working days of the meeting. 3. Provide Quality Assurance/Quality Control (QA/QC) measures to verify that all submittals of the project reflect the percent completion designated and do not necessitate an excessive amount of revision and correction by City. 4. Prepare and submit Monthly Invoices and Status Reports to the Project Manager no later than the last Wednesday of each month with action items developed from monthly progress and review meetings. s. Advise CITY as to the necessity of providing or obtaining from others data or services, Additional Services(i.e.geotechnical or topographic survey),which are not part of LAN's Basic Services, and assist CITY in obtaining such data and services. 6. Identify and analyze requirements of governmental authorities (i.e.TCEQ, FEMA, etc.) having jurisdiction over the CITY to approve the portions of the Project designed or specified by LAN with whom consultation is to be undertaken in connection with the Project. 7. Data Collection and Field Visits a. Collect and review historical Engineering reports, surveys,and hydrologic& hydraulic models for the project area and its vicinity. LAN shall carefully evaluate each previous study's assumptions,background,data sources,and its applicability to the current task order. b. Make one(1)three-day field visit to the project area to field verify existing conditions. Photographs and field verification of existing conditions of the main creek channels, overbank areas, and structures will be completed during the field visit. Field visit will also be performed to verify the available data collected in the project areas. 8. Existing Condition Hydrologic Modeling—as part of this task, LAN will complete a hydrologic analysis of the project area by using HEC-HMS. Hydrographs corresponding to 10%, 2%, 1%, and 0.2% AEP storm events will be developed from HEC-HMS as boundary conditions for unsteady HEC-RAS model.Tasks involved in this analysis include: a. Delineating Drainage Areas-Drainage areas will be delineated as necessary within the study areas based on the LiDAR data,as-built,survey,and existing plan sets. b. Hydrologic parameters - Hydrologic parameters for drainage areas (Curve Numbers, Clark Unit Hydrograph) are to be determined per the City Draft Drainage Criteria Task Order No. 1 Exhibit"A" Page 2 of 12 • Manual. This effort could involve using City standards, land-use data,soils data,and aerial imagery. c. Rainfall Storm Event—10%, 2%, 1%, and 0.2% AEP will be computed by using rainfall depth values listed in the City's Draft Drainage Criteria Manual or USGS WRIR 98-4044. d. Muskingum,Muskingum-Cunge,or Modified Plus methods will be applied to HEC-HMS reach routing modules as recommended in the City Draft Drainage Criteria Manual. 9. Existing Condition Hydraulic Modeling — as part of this task, LAN will complete hydraulic analyses of the open channel system in the project area. Tasks involved in this analysis include: a. 1D steady-state HEC-RAS models (10%, 2%, 1%, and 0.2% AEP storm events) will he developed for the project basin. LAN will obtain the current effective FEMA hydraulic models,as well as the hydraulic models developed by the City's other consultants,and convert these models to one unsteady-state HEC-RAS hydraulic model. LAN will utilize the effective FEMA HEC-RAS cross sections, where possible. As shown in Exhibit 1, currently, La Volla Creek, Margaret Kelly Channel, Donigan Channel and Airport Ditch #1 were studied in details by FEMA. b. LAN will develop 1D steady-state HEC-RAS models for major ditches without an existing hydraulic model and incorporate these new models to the combined 1D steady-state HEC-RAS model. As shown in Exhibit 1, the major ditches which require new HEC-RAS models include Airport Ditch #2, Home Road Ditch, Armory Ditch, Enterprise Channel, Saratoga Downs Channel, and Bates Channel. LiDAR furnished by the City will be utilized to acquire the hydraulic model geometry information. c. Hydraulic structures such as bridges and culverts will be built into the models appropriately by as-built record drawings from the City. When as-built drawings are not available,the engineer will notify the City for guidance. Any field survey efforts if deemed necessary by the City to acquire as-built or existing data will be authorized separately through a contract amendment. d. Mannings' n values will be examined by Table 4-3 of the City Draft Drainage Criteria Manual. Necessary adjustments will be made to Manning's n values to better represent existing field conditions and the recommendations of Table 4-3. e. Boundary Conditions and Inflows—Peak flows from the existing condition HEC-HMS model will be imported as boundary conditions into the combined 10 steady-state HEC-RAS model.Normal depth will be applied as the downstream boundary condition. f. The ID steady-state HEC-RAS model will be validated by comparing to FEMA effective model results, historical storm event high water marks, and channel gage data if available. B. Task 2-Preliminary Phase Services-Prioritize the major ditch(channel)improvement projects within the La Volla Creek tributaries based on the hydraulic modeling results: 1. Evaluate various alternate solutions available to the City and after consultation with City, recommend those solutions which in the LAN's judgment best meet City of Corpus Christi's requirements for the Project. a. Develop Improvement Alternatives Hydraulic HEC-RAS Models — LAN will perform hydraulic analyses on up to three (3) improvement alternatives comprised of major Task Order No. 1 Exhibit"A" Page 3 of 12 • • components of the open channel and hydraulic structures and ensure that those alternatives meet established criteria set forth in the City Draft Drainage Criteria Manual. The improvement alternatives includes but not limited to:detention basins, channel widening, channel improvements, bridge enlargement and replacement, culvert enlargement and replacement. It worth noting that the Improvement Alternatives hydraulic models will be for planning,implementation and general impact analysis and are not intended to meet FEMA standards for flood risk mapping.These models will have varying level of detail for planning and implementation purposes. Any flood risk modifications will need to be made to the FEMA effective models should they ever need to be used for FEMA flood risk purposes,which is not part of this Scope of Service. i. Identified the preferred locations for various improvement alternatives. ii. Model development for the proposed alternatives will build upon the existing condition HEC-RAS model. iii. The proposed improvements modeling effort is an iterative process that involves evaluation of benefit and impact for different alternatives and subsequent modification and optimization. iv. The proposed improvements will be evaluated for cost effectiveness in reducing flood risk. v. Alternative improvements for the purposes of value engineering and reducing overall construction cost will be evaluated. vi. Detention basins will be modeled as reservoirs by revising existing condition HEC-HMS model, since normally detention basins will have great impact to peak flows. Other improvement alternatives will only be modeled in steady- state HEC-RAS model by assuming they are not going to change the watershed hydrologic condition substantially. b. Cost Estimates - Planning level cost estimates will be prepared for each of the three (3) alternatives. The Engineer will develop an Opinion of Probable Construction Cost (OPCC)for the recommended alternatives.The cost estimates should include all major project items such as major ditch improvements, channel lining, earthwork, embankment, retention/detention basins, major utility relocations, and bridge or culvert replacement,with an overall 25%contingency. 2. Develop preliminary requirements for utility relocations and replacements or upgrades necessary for any proposed improvements. 3. Prepare engineering letter reports (ELR's) which will contain the statement of City's requirements for the Project and, as appropriate, will contain major ditch, channel, and/or hydraulic structure improvement schematic layouts, sketches and conceptual design criteria for drainage improvements with appropriate exhibits to indicate the considerations involved and those alternate solutions available to City,which LAN recommends. 4. Develop Sub-Basin Capital Improvement Plan/ Project List —As an appendix to the ELR, LAN will develop a detailed list of projects recommended for implementation in the sub-basin to improve the conditions of the existing major open ditch systems, improve flooding within the sub-basin, and improve water quality within the sub-basin and at its' outfall into Oso Creek. Task Order No. 1 Exhibit"A" Page 4 of 12 • • The project list will be comprehensive,include lifecycle costs, but will NOT be intended for full implementation during the three-year IDIQ contract. C. Documents/Services to be provided by the City The City shall provide LAN available studies, surveys, and reports concurrently when issuing the Notice to Proceed for a work authorization from this master service agreement. The documents to be provided to LAN include but not limited to: 1. Project budget specifying the funds available for the construction of stormwater improvements related to this contract 2. Existing Reports/plans for stormwater improvements 3. Existing LiDAR, conventional topographic survey data in the project area, City control benchmarks and coordinates 4. Existing GIS data including roadways,waterway and water body alignments and boundaries 5. As-built record drawings for utilities,channels, bridges, and culverts in the project areas. 6. Land use data,soil group data 7. Existing HEC-HMS, HEC-RAS, and other hydrologic and hydraulic models developed by FEMA and the City's consultants. Task Order No. 1 Exhibit"A" Page 5 of 12 • ADDITIONAL SERVICES This section defines the scope of additional services that may be needed for construction of these projects. The fees associated with these services are NOT included in this proposal. LAN will not begin work on any service under this section without specific written authorization by the Director of Engineering Services. Fees for Additional Services are an allowance for potential services to be provided and will be negotiated by the Director of Engineering Services as required. The A/E shall,with written authorization by the Director of Engineering Services, perform the following: A. Permitting - Furnish the City all engineering data and documentation necessary for all required permits. LAN will prepare this documentation for all required signatures. LAN will prepare and submit identified permits as applicable to the appropriate local,state, and federal authorities. B. LOMR/CLOMR — LAN will prepare LOMR/CLOMR package for proposed design alternatives, if deemed necessary. C. Right-of-Way (ROW) Acquisition Survey and Parcel Descriptions - all work must comply with Category 1-A, Condition I specifications of the Texas Society of Professional Surveyors' Manual of Practice for Land Surveying in the State of Texas, Ninth Edition. All work must be tied to and in conformance with the City's Global Positioning System (GPS) control network. All work must comply with all TxDOT requirements as applicable. LAN will coordinate with a sub-consultant to complete the following: 1. Perform surveys to determine apparent right-of-way widths. 2. Research plats, ROW maps, deed, easements,and survey for fence corners, monuments,and iron pins within the existing ROW and analyze to establish existing apparent ROW. A/E must obtain Preliminary Title Reports from a local title company and provide copies of the title reports to the City. Preliminary Title Report shall identify title ownership and any title encumbrances to all right-of-way to be acquired. 3. Provide a preliminary base map containing apparent ROW. This preliminary base map must show lot or property lines, land ownership and addresses as per appraisal district records. 4. Prepare Metes and Bounds instrument with supporting exhibits as required and agreed upon for ROW parcels, utility easements,and temporary construction easements. 5. Determine property corners and prepare right of way strip parcel map depicting all parcels proposed for acquisition. Metes and bounds descriptions must indicate parent tract areas based on the most accurate information available. Strip map will show entire parent tracts at "not to scale" and for information only. All existing easements within the parcels to be acquired and those within adjacent parcels must be shown. 6. Prepare individual signed and sealed parcel maps and legal descriptions for the required right of way acquisition for parcels and easements.A strip map showing all parcels required will be submitted along with parcel descriptions. Additional fees may be required in resolving boundary conflicts between Owners. D. Topographic Survey—Based on the value of the data gathered during the Preliminary Phase of this project (Task 1); there may be a need for additional site specific topographic survey to be accomplished prior to construction of any Delivery Order. In general,all work must be tied to and Task Order No. 1 Exhibit"A" Page 6 of 12 • • conform with the City's Global Positioning System(GPS)control network and comply with Category 6,Condition I specifications of the Texas Society of Professional Surveyors'El Manual of Practice for Land Surveying in the State of Texas, Ninth Edition. Include reference to a minimum of two (2) found boundary monuments from the project area. LAN will coordinate with a sub-consultant to complete the following: 1. Survey Control a. Establish Horizontal and Vertical Control; establish both primary and secondary horizontal/vertical control. b. Set project control points for Horizontal and Vertical Control outside the limits of project construction disturbance. c. Horizontal control will be based on NAD 83 State plane coordinates(South Zone),and the data will have no adjustment factor applied—i.e.—the coordinate data will remain in grid. d. Vertical control will be based on NAVD 88. e. All control work will be established using conventional (non-GPS) methods. Perform topographic surveys to gather existing condition information. 2. Utilities - Within the limits of the major ditch improvements projects, obtain x, y, and z coordinates of all accessible existing utilities included but not limited to: a. City owned sanitary sewer, storm sewer,water and gas lines h. Third-party utilities, i.e. electrical,telecommunications, oil &gas pipelines and wells, all visible utilities signs within the project limits. 3. Locate proposed soil/pavement core holes as drilled by the City's Geotechnical Engineering Consultant. 4. Locate improvements within the apparent project limits. 5. Locate and identify trees,at least five inches in diameter within the project limits. 6. Basemap-Generate electronic planimetric base map for use in project design. E. Environmental Assessments/Archeological Studies 1. LAN shall identify and develop a scope of work for any testing, handling and disposal of hazardous materials and/or contaminated soils that may be discovered during construction. 2. Phase I Assessment—if necessary LAN will coordinate with a Subconsultant for the following services: a. Performance of an on-site visit to view present conditions(chemical spill residue,die- back of vegetation, etc.); hazardous substances or petroleum products usage (presence of above ground or underground storage tanks, storage of acids,etc.);and evaluate any likely environmentally hazardous site history. b. Evaluation of risks of neighboring properties upon the subject property c. Review of Federal, State, Local and Tribal Records out to distances specified by the ASTM 1528 and AAI Standards(ranging from 1/8 to 1 mile depending on the database) d. Interview of persons knowledgeable regarding the property history (past owners, present owner, key site manager, present tenants, neighbors). 3. Archeological Studies-if necessary LAN will Subconsultant the following services: a. Archeological site surveys and testing b. Assessment of significance and effects on project Task Order No. 1 Exhibit"A" Page 7 of 12 c. Technical memorandum, reports F. Public Involvement. Participate in public meetings. For each public meeting, LAN will: I. Provide follow-up and response to citizen comments 2. Revise contract drawings to address citizen comments,as directed by the City 3. Prepare notices,handouts and exhibits for public information meetings G. Subsurface Utility Investigation—if necessary for the design of storm water related improvements in this contract, LAN will coordinate with a Subconsultant for the following services: 1. Inform local franchises whose utilities fall within the footprint of construction-related excavation of the potential for encountering their utility lines during construction. 2. Provide subsurface utility engineering in accordance with ASCE Standard "ASCE C-I, 38-02, Standard Guideline for the Collection and Depiction of Existing Subsurface Utility Data" including, but not limited to, hydro-excavation. The proposed subsurface utility investigation will be as follows: a. Excavation—The survey scope includes working with a subsurface utility excavator to perform Quality Level A investigation of underground utilities in specified areas through the project limit. (Quality Level A involves the use of nondestructive digging equipment at critical points to determine the horizontal and vertical position of underground utilities, as well as the type, size, condition, material, and other characteristics.) Utilities located at this quality level will be physically located and tied to the topographic survey control. The utility will be identified and an elevation will be obtained to the top of the utility. b. Utility Location—The survey scope includes locating certain utilities to Quality Level B (Quality Level B involves surveying visible above ground utility facilities, such as manholes,valve boxes,posts,etc.,and correlating this information with existing utility records.) These utilities will be located by obtaining a One-Call Notice and measuring the marked locations. c. Storm Water—Storm water facilities within the project limits will be located to Quality Level C. Locations will be based on the surveyed locations of accessible storm water manholes and drainage inlets. d. Wastewater—Wastewater facilities within the project limits will be located to Quality Level C. Locations will be based on the surveyed locations of accessible wastewater manholes. Wastewater lines that are not to be replaced as part of this project and that fall within the footprint of construction-related excavation shall be located at Quality Level A. e. Water—Water facilities within the project limits will be located to Quality Level C. f. Gas—Gas facilities within the project limits will be located to Quality Level C by the A/E. The City of Corpus Christi Gas Department will provide Quality Level A. The A/E will coordinate this activity. H. Geotechnical Engineering Services - LAN will coordinate with a sub-consultant to complete a subsurface investigation of the project area. Task Order No. t Exhibit"A" Page 8 of 12 • • 1. LAN will communicate to the City and Subconsultant the total number of borings required and termination depths of those borings in each work authorization from this Master Service Agreements. 2. Consultants will sample, identify and measure the pavement constituents at each boring location. The scope of work is provided below: a. Coordination with Texas One Call to identify underground utilities in the proximity of the boring locations. The borings will be relocated if necessary. b. Traffic control and traffic control devices as required by the City of Corpus Christi during field investigation. c. Soil samples will be obtained at predetermined depths, unless subsurface conditions warrant additional sampling. d. Groundwater readings will be obtained during drilling and immediately upon completion of the drilling operations. e. After obtaining the delayed groundwater readings, the open boreholes will be backfilled with excess soils obtained during the drilling operations;the base material will be replaced in the boreholes and patched with cold mix. f. Scope of Laboratory Testing Program i. Supplementary Visual Classification (ASTM D 2487) ii. Water Content Tests(ASTM D 2216) Hi. Atterberg Limits Tests(ASTM D 4318) iv. Unconfined Compressive Strength Tests (ASTM D 2166) v. Percent Material Finer Than The#200 Sieve Tests (ASTM D 1140) vi. All phases of the laboratory testing program will he performed in general accordance with applicable ASTM Specifications. All field and laboratory test results will be included on the boring logs or provided in the report. g. Geotechnical Engineering Report. In addition to the field and laboratory testing, a geotechnical engineering report will be prepared that includes a description of the field exploration and laboratory tests, boring logs, a discussion of the engineering properties of the subsurface materials encountered, trench excavation design parameters, OSHA soil type classification, utility trench recommendations and pavement recommendations for the proposed project. Task Order No. t Exhibit"A" Page 9 of 12 • Attachment B Summary of Fees &Schedule Task Order#1 IDIQ Major Ditch Improvements (E12191) SUMMARY OF FEES A. Fees for Basic Services—The City will pay the A/E a fixed fee,lump sum,for providing Basic Services associated with Tasks 1 and 2, per the table below: Basic Service Fees Task 1-Establish a hydraulic model of Sub-Basins $ 69,470.00 Task 2-Preliminary Phase Services-Prioritize the major ditch (channel) $82,170.00 improvement projects Total for Task Order#1 $ 151,640.00 SCHEDULE Milestone Action NTP Begin Task 1 Task 1 Complete/Progress Review NTP+8 weeks Meeting/Presentation of Results NTP+ 10 weeks Begin Task 2 NTP+20 weeks DRAFT ELR delivered to City NTP+23 weeks City Comments Returned to LAN NTP+26 weeks Final ELR delivered to City Task Order No. 1 Exhibit"A" Page 10 of 12 MAN-HOUR ESTIMATE: Task Order No. 1 Exhibit "A" Page 11 of 12 ISLI6PTCNOFWgU(TP516 Team Leader Senior Project Engineer 1 Manager Construction Manager Project Engineer HMIModelerl Technician TOTAL AJmI° HJIIIS TOTAL LABOR COSTS BASIC ENGINEERING SERVICES A Task l- Establish a hydraulic m*dale! Sub -Basins I Project Requrermnls, Rev w eye laMe dale 1 16 2 19 $ 3,940.00 2 304/0C 4 5 One (1) 00 rreehng end Mo (2) prepmgs plan 1 6 8 4 19 $ 3.350.00 $ 51000 1 1 I ] $ 2.85000 Monthly homes. status moods 6 6 J 15 Advise Cry 0n additional services repvenmts 2 2 $ 42000 6 7 Identify and anaperepJenents of govemrrenlel authorities 2 2 $ 420.00 Date Cakzlnn and Feld Visa 6 32 32 32 104 $ 14160.00 FMBMg 36 48 64 148 $ 18,22000 81N'O1091a R/*aulc lbdeing 48 80 60 208 $ 25,600 00 g Too/ 9 41 126 184 176 4 520 $ 69,47000 R Tan 2- Prelim inary an Services- Prioritize the m ajor dltch(channel) im proven ent projects: 1 2Develop 3 4 Evabate yarbus allemal° sokMns including nndeing, water quay tracts, and cosi edetates 24 60 160 144 1 389 $ 4841000 pranRums lw utility relocations, replacements upgrades Prepare Engineering Leiter Repan (AW 1 8 24 24 57 $ 887000 $ 16,80000 6 24 16 60 24 4 134 0 30 34 $ 8.09000 Develop Sub -Basin Capital Improvement Ran/ Reed List Total 7 6D 130 244 166 5 614 $ 82.17000 Task Order No. 1 Exhibit "A" Page 11 of 12 '44 m x MAJOR DITCH IMPROVEMENTS (PROJECT E12191) CITY of CORPUS CHRISTI 'FXA min Lockwood, Andrews &Nownam,Ine. • ,g* A .A'. ".•.'' N skerehnefflol., SAP 90i Ch188, Tex. 78401 EXHIBIT B TASK ORDER SUMMARY Master Services Agreement IDIQ Major Ditch Improvements Project No. E12191 TASK TOTAL TASK NOT TO DESCRIPTION EXCEED AMOUNT AMOUNT AMOUNT Maximum Contract Amount (Lockwood Andrews Newnam; $300,000.00 September 26, 2017; M2017-157) TASK ORDERS: 151,640.00 Task Order No. 1 151,640.00 Part 1 Establish a hydraulic model of Sub-Basins 69,470.00 Part 2 Preliminary Phase Services - Prioritize the major ditch 82,170.00 (channel) improvement projects 'Amount Remaining on Master Services Agreement $148,360.00 Task Order No. 1 Exhibit "B" Page 1 of 1