Date: June 2, CONTRACT for Engineering Services Kortsen Relief Sewer Design Concept Report. Dear Mr. McKeon,

Size: px
Start display at page:

Download "Date: June 2, CONTRACT for Engineering Services Kortsen Relief Sewer Design Concept Report. Dear Mr. McKeon,"

Transcription

1 Date: June 2, 2016 To: Subject: Terrence S. McKeon, P.E. City of Casa Grande 3181 N. Lear Avenue Casa Grande, AZ Phone: x CONTRACT for Engineering Services Kortsen Relief Sewer Design Concept Report Dear Mr. McKeon, Sunrise Engineering, Inc. (SEI) is pleased to provide the following proposal and agreement to provide Professional Engineering Services for the above referenced project. SEI agrees, upon receipt of your acceptance to this agreement, to perform the following identified services in accordance and the terms and conditions shown in the contract between Sunrise Engineering and the City of Casa Grande. Scope of Services The Kortsen Relief Sewer (KRS) project is intended to address capacity in one of the City s primary sewer interceptors, in the Kortsen Road alignment, which services a large portion of the City s projected and future growth. According to the City s recent sewer modeling and master plan update this interceptor will require some form of capacity upgrades to service this growth. In addition, this project is intended to facilitate the service to existing connections and projects where the City has made commitments to service. The scope of services for this contract is to evaluate several alignment options for this relief interceptor and begin the detail design for the selected alignment alternative. The City has identified three alignments for evaluation as part of this design concept report. These alignments include the Santa Cruz Wash, Kortsen Road and Cottonwood Lane which are shown in Exhibit A. P:\Casa Grande\00000KortsenDCR\Admin\Contract\CONTRACT - Kortsen DCR docx

2 PHASE 0001 PRELIMINARY ALIGNMENT EVALUATION: The goal of this Phase is to perform a preliminary analysis of each alignment to eliminate one alignment from further consideration and select the best two alignments for further evaluation. This selection will be based on the following tasks: Task 001 Field Investigation: Members of project team will perform a field investigation to define the design and construction challenges associated with of each alternative alignment. This field investigation is anticipated to identify constructability issues, existing surface improvements, public disruption, surface evidence of existing utilities, available corridor(s) and road conditions. Task 002 Alignments Modeling: Using the City s sewer system model, a scenario and exhibit for each of the alignments will be completed to determine the potential area that can be serviced and how much flow relief will be accomplished for the existing Kortsen interceptor(s). In addition, this modeling will determine preliminary manhole inverts, slopes and pipe sizing for each alignment. In addition, this task will include an analysis of how each proposed alignment would connect to the headworks of the City s Water Reclamation Facility (WRF). Task 003 Alignments Cost Estimates and Evaluation: A conceptual cost estimate for each alignment will be developed using the information gathered in the field investigation and modeling tasks. Using the information developed in the tasks above a recommendation for the two alignments for further analysis will be provided to the City. This task will include a team meeting to review the information from the field investigation, modeling and cost estimate for each alignment. PHASE 0002 ALIGNMENT EVALUATION & SELECTION: The goal of this Phase is to perform a detailed analysis and selection process for the two best alignments that will be identified in Phase Task 001 Utility & Base Mapping: Utility mapping information for water, power, cable and other utilities shown in the project area will be requested from their respective utility providers. This information will be overlaid onto aerial photography, contours and GIS parcel information along with sewer utility information provided by the City to create a base map for evaluation of each alignment. Page 2

3 Task 002 Horizontal & Vertical Alignment and Modeling: A horizontal and vertical alignment will be developed for each alternative based on the modeling and base mapping created in Phase 0002, Task 001. This task will include refinement of the sewer modeling completed in Phase 0001 for each alignment to address both the immediate and intermediate flow conditions within the City s collection system to relieve the Kortsen interceptor. Conceptual plans for each alignment will be prepared to show the relation to existing utilities, estimated depth, connections, pipe size, pipe length, pipe slope, approximate manhole locations, right-of-way and other surface improvements. Task 003 Utility Potholing: Existing utilities that appear to be critical in nature that impact the proposed horizontal or vertical alignment of the interceptor for each alignment alternatives can be potholed at the direction of the City. A budget of five potholes per alignment alternative (total of 10 potholes) has been included to determine the size, depth and location these utilities. Task 004 Geotechnical Investigation: A geotechnical investigation of the two alignments will be conducted. This will include soil borings to a depth of approximately 30 feet at six locations per alignment (12 total). Each boring will be spaced approximately 1- mile on center and will evaluate the subsurface conditions anticipated during construction. Borings located within roadway pavement will be repaired using asphaltic concrete (AC) cold patch. Laboratory testing will be tested for moisture content, dry density, shear strength, sieve analysis, Atterberg limits, ph, minimum resistivity, chloride content and sulfate content. Geotechnical investigation will be summarized into a geotechnical report and will include information such as boring logs, OSHA soil classification type for trench excavations, recommended safe slope configurations for open cut trenches, design soil parameters for trench shoring and bedding and backfill requirements. Task 005 Property Acquisition & Permitting Determination: Both the requirements for property acquisition and permitting will be researched and determined for each alignment. The property acquisition will be based on the proposed horizontal alignment corridor needs in comparison to the GIS parcel data along the alignment. A list of affected properties will be developed for each alignment. In addition, the anticipated permitting requirements for each alignment will be identified and summarized. Task 006 Constructability Assessment & Cost Estimates: A constructability review will be performed to identify benefits and challenges of each alignment. A preliminary cost estimate for each alignment will be developed using the information gathered in Phase The preliminary cost estimate will include items, quantities, units and unit costs. This information will be used in making a final recommendation and selection of the preferred alignment. Page 3

4 Task 007 Alignment Evaluation & Selection: Using the information developed in the tasks above a selection matrix will be developed to assist in choosing the preferred alignment. The selection criteria and scoring of the matrix will be based on input from the project team and information identified in Phases 0001 and Based on the results of this matrix scoring a recommendation for the selected alignment to move forward with final design will be provided to the City. This task will include a team meeting to review the information from the field investigation, modeling and cost estimate for each alignment. PHASE 0003 SELECTED ALIGNMENT PRELIMINARY DESIGN: The goal of this Phase is to perform a preliminary design for the selected alignment that will be identified in Phase Task 001 Aerial Photography & Digitized Mapping: Field survey for the selected alignment will be performed to establish project control, verify benchmarks and set aerial panels. Aerial photography and digitized mapping will be performed for the selected alignment for a total of 100 feet on either side of the proposed alignment centerline. Mapping will include 1-foot contours. In addition, this scope item will include four (4) full days of additional field survey to verify mapping, capture pertinent surface features, capture surface evidence of existing utilities and obtain manhole rim/invert information. This will be used to update and replace the base mapping developed in Phase 0002 with up-to-date information. Task 002 Utility Potholing: Existing major utilities that appear to impact the proposed horizontal or vertical alignment of the interceptor for the proposed pipeline alignment can be potholed at the direction of the City. A budget of twenty (20) potholes has been included to determine the size, depth and location these utilities. Task 003 Drainage & Scour Analysis: Existing drainage studies will be reviewed for the Arizola Drain. This flow information for the 100-year event, along with soil samples taken from Arizola Drain will be used to determine the scour potential of the channel bottom for each facility. Preliminary design recommendations will be provided for scour protection if the maximum scour depth is anticipated to be within 2 feet of the top of the new interceptor sewer. Scour analysis for the North Branch of the Santa Cruz Wash is not included in this scope of work. Task 004 Preliminary Design Plans: Prepare the design and construction documents for the interceptor sewer for the preferred alignment. These plans will include plan and profile sheets to show the horizontal and vertical alignment of the new relief sewer. This will include information from the utility potholing and show connection points to the City s existing sewer system. These plans will be approximately 40% complete for the deliverable and will be incorporated into the Design Concept Report. Page 4

5 Task 005 Material Selection: Prepare options for both traditional and alternative materials to be considered for the pipe and manholes for the project. These options will include an analysis of the capital cost, long term O&M and the pro s and con s of each. Task 006 Property Acquisition Determination: The requirements for property acquisition will be more developed for the alignment for this task. The property acquisition will be based on the proposed horizontal alignment corridor needs for both permanent easements and temporary construction easements using the GIS parcel data along the alignment. A list of affected properties with an exhibit showing the required property acquisition and acreages will be created. Task 007 Constructability Assessment & Cost Estimates: A constructability review will be performed to identify benefits and challenges of the selected alignment. A detailed cost estimate for each alignment will be developed using the design plans and material selection developed in Phase This task will include one day of field test pit excavations along the selected alignment. The detailed cost estimate will include items, quantities, units and unit costs. This information will be used for budgeting purposes for the City s Capital Improvement Program. PHASE 0004 PROJECT MANAGEMENT & FINAL DELIVERABLES Task 001 Kick-off Meeting: Attend a team meeting with the City of Casa Grande staff to review the overall scope of work, evaluation criteria, schedule, communication lines, project reporting, alignments to be evaluated and confirm the project goals. Task Meetings & Project Management: The scope of work included in this task is for the project meetings and management, which are as follows: Attend up to 5 meetings with the client for the project at the City. Attend up to 5 meetings with the client for the project at SEI s office. Prepare and maintain project schedule. Prepare written monthly project progress update for the scope of work outlined within this contract. Coordinate activities of the project team. Task 003 Prepare Final Report: This scope of work includes the preparation of a Design Concept Report based on the scope of work shown above. This document will summarize the results of the alignment selection process, design criteria, cost estimates and preliminary design. Page 5

6 Scope of Work Exclusions & Conditions 1. Plans shall be prepared in accordance with MAG (Maricopa Association of Governments) Standards and Specifications supplemented by the City of Casa Grande. 2. Property boundary information will be based on GIS parcel information provided by the City. Boundary survey, legal descriptions or right-of-way acquisition documents are not included in the scope of work. 3. Off-site drainage studies, floodplain determination, CLOMR/LOMR are not included in the scope of work. 4. Construction observation and staking is not included in the scope of work. If requested or required, these services can be provided on a time and material basis at the rates show in Exhibit C in addition to the contract cost. 5. Review, processing, permitting, flow testing and all other fees are excluded. 6. Reproduction costs for plans, exhibits, reports, etc. will be billed as a reimbursable expense or on a Time and Material basis depending on method of execution. The scope of work for the engineering services to be performed as part of this contract will be provided in accordance with the fees shown in Exhibit B. Any further services requested in excess of those listed above will be performed at the rates and fees shown in Exhibit C. Please execute the agreement below with all signatures, and return it to our office. If you have any questions regarding this proposal, please contact our office at (480) We look forward to working with you. Sincerely, SUNRISE ENGINEERING, INC. Gregory D. Potter, P.E. Principal/ Project Manager Page 6

7 EXHIBIT A

8 EXHIBIT B Cost Summary Phase Task Work Task Description ($) *Fee Type 0001 Preliminary Alignment Evaluation 001 Field Investigation $7, Alignments & Modeling $25, Alignments Cost Estimates & Evaluation $8,400 Subtotal $41,200 T&M NTE 0002 Alignment Evaluation & Selection 001 Utilities & Base Mapping $22, Horizontal & Vertical Alignment and Modeling $40, Utility Potholing $12, Geotechnical Investigation $32, Property Acquisition & Permitting Determination $8, Constructability Assessment & Cost Estimates $8, Alignment Evaluation & Selection $12,600 Subtotal $136,600 T&M NTE 0003 Selected Alternative Preliminary Design 001 Aerial Photography & Digitized Mapping $40, Utility Potholing $22, Drainage & Scour Analysis $10, Preliminary Design Plans $104, Material Selection $11, Property Acquisition Determination $9, Constructability Assessment & Cost Estimates $33,600 Subtotal $232,200 T&M NTE 0004 Project Management & Final Deliverables 001 Kick-off Meeting $5, Meetings & Project Management $41, Prepare Final Report $42,500 Subtotal $89,700 T&M NTE Contract Total $499,700 *Lump Sum = Fixed Fee; T&M = Time & Materials; NTE = Not to Exceed **T&M (Time and Materials) Not to Exceed is a budgeted amount that will not be exceeded without Client approval and does not guarantee the tasks will be completed within this amount.

9 EXHIBIT C SUNRISE ENGINEERING, INC. Arizona Offices 2016 Fee Schedule CODE CLASSIFICATION RATE CODE CLASSIFICATION RATE 101 Engineer (E.I.T.) I $89 per h our 051 Administrative I $40 per hour 102 Engineer (E.I.T.) II $ Administrative II $ Engineer III $ Administrative III $ Engineer IV $ Survey Tech $ Engineer V $ Survey CAD Tech $ Principal Engineer $ Survey Crew Chief $ Project Manager I $ Survey Manager $ Project Manager II $ Registered Surveyor $ Engineering Tech I $ Principal Surveyor $ Engineering Tech II $ Construction Manager I $ Engineering Tech III $ Construction Manager II $ Engineering Tech IV $ Sr. Construction Manager $ CAD Technician I $ Field Technician I $ CAD Technician II $ Field Technician II $ CAD Technician III $ Field Technician III $ CAD Technician IV $89 MILE Mileage $0.59 per mile Subconsultants and other direct expenses as incurred plus 10% handling fee