HomeMy WebLinkAboutResolution - 2023-R0400 - Professional Services Contract 17246, Freese And Nichols, Inc - 08/22/2023Resolution No. 2023-R0400
Item No. 6.16
August 22, 2023
RESOLUTION
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK:
THAT the Mayor of the City of Lubbock is hereby authorized and directed to execute fo
and on behalf of the City of I.ubbock, Professional Services Agreement Contract No. 17246 for ;
FEMA restudy — System B, by and between the City of Lubbock and Freese and Nichols, Inc., ani
related documents. Said Contract is attached hereto and incorporated in this resolution as if full:
set forth herein and shall be included in the minutes of the City Council.
Passed by the City Council on August 22, 2023
APPROVED AS TO CONTF?NT:
� ..
Erik Rejino, Assistant City Manager
APPROVED AS TO FORM:
K li Leisure, Senior Assictant City Attorney
ccdocslRES.PSA-No. 17246 FNI FEMA restudy
8.9.23
Resolution No. 2023-R0400
PROFESSIONAL SERVICES AGREEMENT
STATE OF TEXAS §
COUNTY OF LUBBOCK §
This Professional Service Agreement ("AgreemenY') Contract No. 17246 is entered into this22nd
day of August , 2023, is by and between the City of Lubbock (the "City"), a Texas home rule
municipal corporation, and Freese and Nichols, Inc., (the" Engineer"), a Texas corporation.
WITNESSETH
WHEREAS, The City desires to contract with the Engineer to provide professional services for
FEMA Restudy — System B, (the "Activities"); and
WHEREAS, the Engineer has a professional staff experienced and is qualified to provide
professional engineering services related to Activities, and will provide the services, as defined below, for
the price provided herein, said price stipulated by the City and the Engineer to be a fair and reasonable
price; and
WHEREAS, the City desires to contract with the Engineer to provide professional services
related to the Activities, and Engineer desires to provide the Services related to same.
NOW THEREFORE, for and in consideration of the terms, covenants and conditions set forth in
this Agreement, the City and the Engineer hereby agree as follows:
ARTICLE I. TERM
The term of this Agreement commences on the Effective Date and continues without interruption
for a term of 18 months. If the Engineer determines that additional time is required to complete the Services,
the City Engineer, may, but is not obligated to, in his or her discretion, execute an agreement to grant up to
an additional six (6) months of time so long as the amount of the consideration does not increase. An
amendment to this Agreement resulting in an increase in the amount of the consideration must be approved
by the City acting through its governing body.
Page 1 of 11
ARTICLE II. SERVICES AND COMPENSATION
A. The Engineer shall conduct all activities, and within such timeframes, as set forth on Exhibit
"A", attached hereto (the "Services").
B. The Engineer shall receive as consideration to be paid for the performance of the Services, in
an amount not to exceed $450,110.00, as set forth in Exhibit "B".
ARTICLE III. TERMINATION
A. General. The City may terminate this Agreement, for any reason or convenience, upon thirty
(30) days written notice to the Engineer. In the event this Agreement is so terminated, the City shall only
pay the Engineer for services actually performed by the Engineer up to the date the Engineer is deemed to
have received notice of termination, as provided herein.
B. Termination and Remedies. In the event the Engineer breaches any term andlor provision of this
Agreement, the City shall be entitled to exercise any right or remedy available to it by this Agreement, at
law, equity, or otherwise, including without limitation, termination of this Agreement and assertion of an
action for damages andlor injunctive relief. The exercise of any right or remedy shall not preclude the
concurrent or subsequent exercise of any right or remedy and all rights and remedies shall be cumulative.
ARTICLE IV. NON - ARBITRATION
The City reserves the right to exercise any right or remedy available to it by law, contract, equity,
or otherwise, including without limitation, the right to seek any and all forms of relief in a court of
competent jurisdiction. Further, the City shall not be subject to any arbitration process prior to exercising
its unrestricted right to seek judicial remedy. The remedies set forth herein are cumulative and not exclusive,
and may be exercised concurrently. To the extent of any conflict between this provision and another
provision in, or related to, this Agreement, this provision shall control.
ARTICLE V. REPRESENTATIONS AND WARRANTIES
A. Existence. The Engineer is a corporation duly organized, validly existing, and in good standing
under the laws of the State of Texas and is qualified to carry on its business in the State of Texas.
B. Corporate Power. The Engineer has the corporate power to enter into and perform this
Agreement and all other activities contemplated hereby.
C. Authorization. Execution, delivery, and performance of this Agreement and the activities
contemplated hereby have been duly and validly authorized by all the requisite corporate action on the part
Page 2 of 11
of the Engineer. This Agreement constitutes legal, valid, and binding obligations of the Engineer and is
enforceable in accordance with the terms thereof.
D. Engineer. The Engineer maintains a professional staff and employs, as needed, other qualified
specialists experienced in providing the Services, and is familiar with all laws, rules, and regulations, both
state and federal, including, without limitation the applicable laws, regarding the Activities contemplated
hereby.
E. Performance. The Engineer will and shall conduct all activities contemplated by this Agreement
in accordance with the standard of care, skill and diligence normally provided by a professional person in
performance of similar professional services, and comply with all applicable laws, rules, and regulations,
both state and federal, relating to professional services, as contemplated hereby.
F. Use of Copyrighted Material. The Engineer warrants that any materials provided by the Engineer
for use by City pursuant to this Agreement shall not contain any proprietary material owned by any other
party that is protected under the Copyright Act or any other law, statute, rule, order, regulation, ordinance
or contractual obligation relating to the use or reproduction of materials. The Engineer shall be solely
responsible for ensuring that any materials provided by the Engineer pursuant to this Agreement satisfy this
requirement and the Engineer agrees to indemnify and hold City harmless from all liability or loss caused
to City or to which City is exposed on account of the Engineer's failure to perform this duty.
ARTICLE VI. SCOPE OF WORK
The Engineer shall accomplish the following: Professional Services related to the Services, as
provided in Exhibit "A", attached hereto and made a part hereof.
ARTICLE VII. INDEPENDENT CONTRACTOR STATUS
The Engineer and the City agree that the Engineer shall perform the duties under this Agreement
as an independent contractor and shall be considered as independent contractor under this Agreement and/or
in its activities hereunder for all purposes. The Engineer has the sole discretion to determine the manner in
which the Services are to be performed. During the performance of the Services under this Agreement, the
Engineer and the Engineer's employees and/or sub-consultants, will not be considered, for any purpose,
employees or agents of the City within the meaning or the application of any federal, state or local law or
regulation, including without limitation, laws, rules or regulations regarding or related to unemployment
insurance, old age benefits, workers compensation, labor, personal injury or taxes of any kind.
Page 3 of 11
ARTICLE VIII. INSURANCE
The Engineer shall procure and carry, at its sole cost and expense through the life of this Agreement,
except as otherwise provided herein, insurance protection as hereinafter specified, in form and substance
satisfactory to the City, carried with an insurance company authorized to transact business in the state of
Texas, covering all aspects and risks of loss of all operations in connection with this Agreement, including
without limitation, the indemnity obligations set forth herein. The Engineer shall obtain and maintain in
full force and effect during the term of this Agreement, and shall cause each approved subcontractor or sub-
consultant of the Engineer to obtain and maintain in full force and effect during the term of this Agreement,
commercial general liability, professional liability and automobile liability coverage for non-owned and
hired vehicles with insurance carriers admitted to do business in the state of Texas. The insurance
companies must carry a Best's Rating of A-VII or better. Except for Professional Liability, the policies will
be written on an occurrence basis, subject to the following minimum limits of liability:
Commercial General Liability:
Per Occurrence Single Limit: $1,000,000
General Aggregate Limit: $2,000,000
Professional Liability:
Combined Single Limit: $2,000,000
Automobile Liability:
Combined Single Limit for any auto: $1,000,000 Per Occurrence
Employer's Liability:
Per Occurrence Single Limit: $1,000,000
Worker's Compensation
Per Occurrence Single Limit: $500,000
The Engineer shall further cause any approved subcontractor or sub-consultant to procure and
carry, during the term of this Agreement, the insurance coverage required of Engineer herein, including
without limitation, Professional Liability coverage, protecting the City against losses caused by the
professional negligence of the approved subcontractor or sub-consultant. The City shall be listed as a
primary and noncontributory additional insured with respect to the Automobile Liability and Commercial
General Liability and shall be granted a waiver of subrogation under those policies. The Engineer shall
provide a Certificate of Insurance to the City as evidence of coverage.
The Certificate shall provide 30 days' notice of cancellation. A copy of the additional insured
endorsement and waiver of subrogation attached to the policy shall be included in the Certificate. The
Engineer shall elect to obtain worker's compensation coverage pursuant to Section 406.002 of the Texas
Labor Code. Further, the Engineer shall maintain said coverage throughout the term of this Agreement and
Page 4 of 11
shall comply with all provisions of Title 5 of the Texas Labor Code to ensure that the Engineer maintains
said coverage. The Engineer may maintain Occupational Accident and Disability Insurance in lieu of
Worker's Compensation. In either event, the policy must be endorsed to include a waiver of subrogation in
favor of the City. If at any time during the life of the Agreement or any extension hereof, the Engineer fails
to maintain the required insurance in full force and effect, the Engineer shall be in breach hereof and all
work under the Agreement shall be discontinued immediately.
Notwithstanding anything contained herein to the contrary, the professional liability policy shall be
maintained at the Engineer's sole cost and expense. The retroactive date shall be no later than the
commencement of the performance of this Agreement and the discovery period (possibly through tail
coverage) shall be no less than 10 years after the completion of the Services provided for in this Agreement.
The provisions of this Article VIII shall survive the termination or expiration of this Agreement.
ARTICLE IX. EMPLOYMENT OF AGENTS/RETAINING OF CONSULTANTS
The Engineer may employ or retain consultants, contractors, or third parties (any of which are
referred to herein as "Sub-consultant"), to perform certain duties of Engineer, as set forth on Exhibit B,
attached hereto, under this Agreement, provided that the City approves the retaining of Sub-consultants.
The Engineer is at all times responsible to the City to perform the Services as provided in this Agreement
and the Engineer is in no event relieved of any obligation under this Agreement upon retainage of any
approved Sub-consultant. Any agent and/or Sub-consultant retained and/or employed by the Engineer shall
be required by the Engineer to carry, for the protection and beneiit of the City and the Engineer and naming
said third parties as additional insureds, insurance as described above required to be carried by the Engineer
in this Agreement.
The Engineer represents that such services are either under applicable value thresholds or are
otherwise exempt from notice and/or bid requirements under Texas Law.
ARTICLE X. CONFIDENTIALITY
The Engineer shall retain all information received from or concerning the City and the City's
business in strictest confidence and shall not reveal such information to third parties without prior written
consent of the City, unless otherwise required by law.
ARTICLE XI. INDEMNITY
THE ENGINEER SHALL INDEMNIFY AND SAVE HARMLESS THE CITY OF LUBBOCK
AND ITS ELECTED OFFICIALS, OFFICERS, AGENTS, AND EMPLOYEES FROM ALL SUITS,
ACTIONS, LOSSES, DAMAGES, CLAIMS, OR LIABILITY OF ANY KIND, CHARACTER, TYPE,
OR DESCRIPTION, INCLUDING WITHOUT LIMITING THE GENERALITY OF THE FOREGOING,
Page 5 of 11
ALL EXPENSES OF LITIGATION, COURT COSTS, AND ATTORNEY'S FEES, FOR INJURY OR
DEATH TO ANY PERSON, OR INJURY TO ANY PROPERTY, RECEIVED OR SUSTAINED BY
ANY PERSON OR PERSONS OR PROPERTY, TO THE EXTENT ARISING OUT OF, RELATED TO
OR OCCASIONED BY, THE NEGLIGENT ACTS OF THE ENGINEER, ITS AGENTS, EMPLOYEES,
ANDIOR SUBCONSULTANTS, RELATED TO THE PERFORMANCE, OPERATIONS OR
OMISSIONS UNDER THIS AGREEMENT ANDIOR THE USE OR OCCUPATION OF CITY OWNED
PROPERTY. THE INDEMNITY OBLIGATION PROVIDED HEREIN SHALL SURVIVE THE
EXPIRATION OR TERMINATION OF THIS AGREEMENT.
ARTICLE XII. COMPLIANCE WITH APPLICABLE LAWS
The Engineer shall comply with all applicable federal, state and local laws, statutes, ordinances,
rules and regulations relating, in any way, manner or form, to the activities under this Agreement, and any
amendments thereto.
ARTICLE XIII. NOTICE
A. General. Whenever notice from the Engineer to the City or the City to the Engineer is required
or permitted by this Agreement and no other method of notice is provided, such notice shall be given by
(1) actual delivery of the written notice to the other party by hand (in which case such notice shall be
effective upon delivery); (2) facsimile (in which case such notice shall be effective upon delivery); or (3)
by depositing the written notice in the United States mail, properly addressed to the other party at the
address provided in this article, registered or certified mail, return receipt requested, in which case such
notice shall be effective on the third business day after such notice is so deposited.
B. Engineer's Address. The Engineer's address and numbers for the purposes of notice are:
Freese and Nichols, Inc.
David Rivera, PhD, P.E., CFM
1500 Broadway Street, Suite 1150
Lubbock, Texas 79401
Telephone: 214-217-2263
Email: David.Rivera n,freese.com
C. City's Address. The City's address and numbers for the purposes of notice are:
Tommy Harms, P.E.
City of Lubbock
P.O. Box 2000
1314 Avenue K
Lubbock, Texas 79457
Telephone: 806-775-2344
Email: tharms(�a,mylubbock.us
Page 6 of 11
D. Change of Address. Either party may change its address or numbers for purposes of notice by
giving written notice to the other party as provided herein, referring specifically to this Agreement, and
setting forth such new address or numbers. The address or numbers shall become effective on the 15th day
after such notice is effective.
ARTICLE XIV. CITY-PROVIDED DATA AND RESPONSIBILITIES
Provision of Data. The City shall furnish the Engineer non-confidential studies, reports and other
available data in the possession of the City pertinent to the Engineer's Services, so long as the City is
entitled to rely on such studies, reports and other data for the performance of the Engineer's Services under
this Agreement (the "Provided Data"). The Engineer shall be entitled to use and rely, so long as such
reliance is reasonable, upon all such Provided Data.
ARTICLE XV. MISCELLANEOUS
A. Captions. The captions for the articles and sections in this Agreement are inserted in this
Agreement strictly for the parties' convenience in identifying the provisions to this Agreement and shall not
be given any effect in construing this Agreement.
B. Audit. The Engineer shall provide access to its corporate books and records to the City. The City
may audit, at its expense and during normal business hours, the Engineer's books and records with respect
to this Agreement between the Engineer and the City.
C. Records. The Engineer shall maintain records that are necessary to substantiate the services
provided by the Engineer.
D. Assignability. The Engineer may not assign this Agreement without the prior written approval
of the City.
E. Successor and Assigns. This Agreement binds and inures to the benefit of the City and the
Engineer, and in the case of the City, its respective successors, legal representatives, and assigns, and in the
case of the Engineer, its permitted successors and assigns.
F. Construction and Venue.
THIS AGREEMENT SHALL BE GOVERNED BY AND CONSTRUED IN ACCORDANCE WITH THE
LAWS OF THE STATE OF TEXAS. THIS AGREEMENT IS PERFORMABLE IN LUBBOCK
COUNTY, TEXAS. THE PARTIES HERETO HEREBY IRREVOCABLY CONSENT TO THE SOLE
AND EXCLUSIVE JURISDICTION AND VENUE OF THE COURTS OF COMPETENT
Page 7 of 11
JURISDICTION OF THE STATE OF TEXAS, COUNTY OF LUBBOCK, FOR THE PURPOSES OF
ALL LEGAL PROCEEDINGS ARISING OUT OF OR RELATING TO THIS AGREEMENT OR THE
ACTIONS THAT ARE CONTEMPLATED HEREBY.
G. Severability. If any provision of this Agreement is ever held to be invalid or ineffective by any
court of competent jurisdiction with respect to any person or circumstance, the remainder of this Agreement
and the application of such provision to persons andior circumstances other than those with respect to which
it is held invalid or ineffective shall not be affected thereby.
H. Amendment. No amendment, modification, or alteration of the terms of this Agreement shall be
binding unless such amendment, modification, or alteration is in writing, dated subsequent to this
Agreement, and duly authorized and executed by the Engineer and the City.
I. Entire Agreement. This Agreement, including Exhibits "A" through "B" attached hereto, contains
the entire agreement between the City and the Engineer, and there are no other written or oral promises,
conditions, warranties, or representations relating to or affecting the matters contemplated herein.
J. No Joint Enterprise. Nothing contained herein shall be construed to imply a joint venture, joint
enterprise, partnership or principal — agent relationship between the Engineer and the City.
K. Documents Owned by City. Any and all documents, drawings and specifications prepared by
Engineer as part of the Services hereunder, shall become the property of the City when the Engineer has
been compensated as set forth in Article II, above. The Engineer shall make copies of any and all work
products for its files.
L. Notice of Waiver. A waiver by either the City or the Engineer of a breach of this Agreement
must be in writing and duly authorized to be effective. In the event either party shall execute and deliver
such waiver, such waiver shall not affect the waiving party's rights with respect to any other or subsequent
breach.
M. Third Party Activities. Nothing in this Agreement shall be construed to provide any rights or
benefits whatsoever to any party other than the City and the Engineer.
N. Non-Appropriation. All funds for payment by the City under this Agreement are subject to the
availability of an annual appropriation for this purpose by the City. In the event of non-appropriation of
funds by the City Council of the City of Lubbock for the services provided under the Agreement, the City
will terminate the Agreement, without termination charge or other liability, on the last day of the then-
current fiscal year or when the appropriation made for the then-current year for the services covered by this
Agreement is spent, whichever event occurs first (the "Non-Appropriation Date"). If at any time funds are
not appropriated for the continuance of this Agreement, cancellation shall be accepted by the Engineer on
Page 8 of 11
thirty (30) days prior written notice, but failure to give such notice shall be of no effect and the City shall
not be obligated under this Agreement beyond the Non-Appropriation Date.
O. Contracts with Companies Engaged in Business with Iran, Sudan, or Foreign Terrorist
Organization Prohibited. Pursuant to Section 2252.152 of the Texas Government Code, prohibits the City
from entering into a contract with a vendor that is identified by The Comptroller as a company known to
have contracts with or provide supplies or service with lran, Sudan or a foreign terrorist organization
P. No Boycott of Israel. Pursuant to Section 2271.002 of the Texas Government Code, a) This
section applies only to a contract that: (1) is between a governmental entity and a company with 10 or more
full-time employees; and (2) has a value of $100,000 or more that is to be paid wholly or partly from public
funds of the governmental entity. (b) A governmental entity may not enter into a contract with a company
for goods or services unless the contract contains a written verification from the company that it: (1) does
not boycott Israel; and (2) will not boycott Israel during the term of the contract.
Q. Texas Government Code 2274. By entering into this Agreement, Contractor verifies that: (1) it
does not, and will not for the duration of the contract, have a practice, policy, guidance, or directive
that discriminates against a firearm entity or frearm trade association or (2) the verification required by
Section 2274.002 of the Texas Government Code does not apply to the contract. If Contractor is a company
with 10 or more full-time employees and if this Agreement has a value of at least $100,000 or more,
Contractor verifies that, pursuant to Texas Government Code Chapter 2274, it does not have a practice,
policy, guidance, or directive that discriminates against a firearm entity or firearm trade association; and
will not discriminate during the term of the contract against a firearm entity or firearm trade association.
R. Contractor represents and warrants that: (1) it does not, and will not for the duration of the
contract, boycott energy companies or (2) the verification required by Section 2274.002 of the Texas
Government Code does not apply to the contract. If Contractor is a company with 10 or more full-time
employees and if this Agreement has a value of at least $100,000 or more, Contractor verifies that, pursuant
to Texas Government Code Chapter 2274, it does not boycott energy companies; and will not boycott
energy companies during the term of the Agreement. This verification is not required for an agreement
where a governmental entity determines that these requirements are inconsistent with the governmental
entity's constitutional or statutory duties related to the issuance, incurrence, or management of debt
obligations or the deposit, custody, management, borrowing, or investment of funds.
S. Texas Public Information Act. The requirements of Subchapter J, Chapter 552, Government
Code, may apply to this contract and the contractor or vendor agrees that the contract can be terminated if
the contractor or vendor knowingly or intentionally fails to comply with a requirement of that subchapter.
To the extent Subchapter J, Chapter 552, Government Code applies to this agreement, Contractor agrees
to: (1) preserve all contracting information related to the contract as provided by the records retention
Page 9 of 11
requirements applicable to the governmental body for the duration of the contract; (2) promptly provide to
the governmental body any contracting information related to the contract that is in the custody or
possession of the entity on request of the governmental body; and (3) on completion of the contract, either:
(A) provide at no cost to the governmental body all contracting information related to the contract that is in
the custody or possession of the entity; or (B) preserve the contracting information related to the contract
as provided by the records retention require�nents applicable to the governmental body.
T. Professional Responsibility. All architectural or engineering services to be performed shall be
done with the professional skill and care ordinarily provided by competent architects or engineers practicing
under the same or similar circumstances and professional license.
EXECUTED as of the Effective Date hereof.
CITY OF LUBBOCK
AT ST:
Courtney Paz, City Secr ary
APPROVED AS TO CONTENT:
Michael G. Keenum, P.E., CFM, Divisions Director of EngineeringlCity Engineer
ROVED A TO FQRM:
K lli Leisure, Senior Assistant City Attorney
Firm
Freese and Nichols, Inc.
By:
Scott Hubley, P.E., CFM, Vice President
Email: skh@freese.com
Page 10 of 11
Exhibit A
CITY OF LUBBOCK SYSTEM B RESTUDY
SCOPE OF SERVICES
GENERAL OVERViEW
This scope of services includes detailed hydrologic and hydraulic analysis of Playa System B within the
City of Lubbock. System B is contained primarily between Marshall Street to 4`h Street and Frankford
Avenue to quaker Avenue. The total drainage area of the study area is approximately 19 square miles
and includes 22 playa lakes. The study area was selected due to recent construction of the Northwest
Lubbock Drainage Improvements project that is now operational along a major portion of System B. The
ultimate outcome of this project will be a FEMA Letter of Map Revision (LOMR) to revise the Flood
Insurance Rate Map (FIRM). The study area and included playas are shown in Exhibit 1. This scope
includes the following tasks:
BASIC SERVICES
Task 1— Project Management and Meetings
Task 2— Data Collection and Field Survey
Task 3— Detailed Hydrologic and Hydraulic Analysis
Task 4 — Report
Task 5— FEMA Letter of Map Revision
SPECIAL SERVICES
Task 6 — Public Outreach
BASIC SERVICES: FNI will provide the following professional services in connection with the above
described project.
Task 1— Project Management, Meetings and Project Webmap
1. Project Management - FNI will provide Project Management services including project coordination,
schedule management, routine communications with the City, and monthly status and schedule reporting
(at a minimum).
2. Monthly Meetings with City of Lubbock PM — FNI will hold a monthly status call with the City of Lubbock
PM for the duration of the project. A typical call is anticipated to be thirty minutes long but may vary
depending on the topic. (18 months)
3. Milestone Meetings - FNI will conduct up to a total of ten (10) team meetings with City staff at key
milestones. FNI will prepare an agenda and provide minutes for all meetings. Meetings may be virtual or
in-person depending on the topic. A total of four (4) in-person meetings are assumed. These meetings are
anticipated as follows:
a. Kickoff and data collection (1)
b. Existing conditions review (1)
c. Floodplain mapping review (1)
d. Draft report review (1)
e. FEMA Package Review (1)
f. Public Outreach Coordination (1)
g. FEMA coordination meetings (2)
h. Two (2) additional team meeting as needed
4. Project Webmap — FNI will host an ArcGIS Online map for the duration of the project that depicts
floodplain modeling and mapping information as well as project progress. FNI will provide the City with
access to the map. The map will be for City and FNI collaboration and will not be made available publicly.
Task 2 — Data Collection
1. Data Collection
a. Obtain and review previous watershed studies, models, reports, and record drawings
from the City for the Study area.
b. Obtain available GIS data, including topographic maps, storm drain system mapping,
easements, property lines, drainage complaints, future land use map and aerial imagery
from the City for base map development.
c. Obtain LIDAR topographic data from the City, or Texas Natural Resources Information
System (TNRIS) where not available from the City, for the study area.
d. Conduct up to three (3) site visits to verify and document initial conditions.
e. Prepare base map of existing conditions including playas, road crossings, hydraulic
features, drainage areas, topography, storm drain network and aerial photos.
2. Field Survey — NOT INCLUDED
This scope assumes that the City will provide existing field survey and record drawings as needed to
support the LOMR. Any additional field survey needs will be considered an additional service.
Task 3— Detailed Hydrologic and Hydraulic Analysis
This phase includes the development of new hydrologic and hydraulic models for existing and future fully
developed conditions within the study area using ICPR 4. The study extents are shown in Exhibit 1.
This task includes:
a. Utilize existing models from the City including the Northwest Lubbock Drainage
Improvements Model and any System model updates.
b. Confirm delineation of watersheds and sub-watersheds for the study area and update as
needed.
c. Confirm model input parameters for the study area and update as needed.
d. Create both existing and future fully developed land use layers for the study area and
reflect within the model.
e. Determine the existing discharges for the study area for the 2-, 5-, 10-, 25-, 50-, 100-,
and 500-year storm events.
f. Determine the existing and future fully-developed water surface elevations for the study
area for the 2-, 5-, 10-, 25-, SO-, 100-, and 500-year storm events.
g. Develop the existing and future fully-developed conditions 100-year and 500-year
floodplains within the study limits.
Table 1— Playa lakes to be included
Playa Number
041 051
041A 052
042 053
043A 054
0436 071
043C 105
044 106
045 114
046 884
047 911
048 914
915
Deliverables
i. Updated ICPR 4 models. Models will incorporate City/TNIRS LiDAR and survey data collected.
ii. Flood Hazard communication deliverables:
a. Detailed 100-Year floodplain delineations for existing and future fully developed
conditions utilizing City/TNRIS LiDAR and developed ICPR model results.
b. Structures located in the 100-Year existing floodplain and structures potentially
inundated by greater than 1 foot of flood depth.
c. Roadway crossing hazard level for the 2-, S-, 10-, 25-, 50-, 100-, and 500-year storm
events.
d. FEMA floodplain changes map identifying areas removed and added to the FEMA
floodplain as a result of the detailed study.
iii. Develop report chapter(s) summarizing the methodology and results of the hydraulic
analysis.
iv. Submit electronic copy in pdf format of the draft chapter(s) to the City for review.
v. City comments will be incorporated in the final report.
Task 4 — Report
This phase includes the development of a single final report documenting the project.
1. Report
i. FNI will compile report chapters, an executive summary, graphics, cost estimates,
appendices, GIS files, DFIRM database, and other digital information into a draft final report.
ii. Submit one (1) hard copy and an electronic copy in pdf format of the draft report to the City
for review.
iii. Up to one (1) round of City comments will be incorporated in the final report.
iv. Submit two (2) hard copies and an electronic copy in pdf format of the final report to the
City.
Task 5— FEMA Letter of Map Revision
This phase includes the development of a LOMR submittal to FEMA to update the Flood Insurance Rate
Maps.
i. Independent internal review by FNI LOMR Review team.
ii. Prepare MT-2 forms, flood profiles, summary of discharges table, floodway data table, and
other supporting information for submittal to FEMA.
iii. Submit models and documentation to FEMA for review and comment. FNI will make
revisions and respond to up to two (2) rounds of FEMA comments for the LOMR submittal.
iv. LOMR submittal fees due to FEMA shall be paid separately by the City.
SPECIAL SERVICES: FNI will provide the following professional services in connection with the above
described project.
Task 6 — Public Outreach
FNI will prepare and attend up to two (2) public meetings to communicate the impacts of the LOMR on
affected property owners.
Task 7— ICPR Mapping Tool
FNI will develop an automated tool in GIS to facilitate floodplain mapping based on ICPR results. FNI will
develop a draft tool and apply it to the System B model results. The target will be to develop a draft
floodplain that can be refined by manual edits but will streamline the overall mapping process.
ADDITIONAL SERVICES: Any services performed by FNI that are not included in the Basic Services or
Special Services described above are Additional Services. Addifional Services to be performed by FNI, if
authorized by Client, are described as follows:
1. Development of grant applications
2. Development of stormwater capital improvements or alternatives analysis
3. Field Survey
4. Assistance with legal proceedings
S. Coordination with USACE or other regulatory agencies
6. Modeling beyond the extents identified in Figure 1
7. Coordination with landowners beyond what is included above
8. Negotiation of easements or real property
11 I1
11
puesal
ffM
i -
-
a e •'/� , ,• e fry;, ;��� o, ►
. so,ai•
"�(rl� •IkII �I � �11�
0 �� •`'` � *fir+l °
•y�'L .. �jsiJs: ��'' '
_ i ';r�rn 1 •4
SI 1 {
1
1500 Broadway Street, Suite 1150 + Lubbock, Texas 79401 + 806-686-2700 + FAX 817-735-7491 www.freese.com
July 20, 2023
Tommy Harms, EIT
Civil Engineer Associate II
City of Lubbock
Re: System B Restudy Proposal
Mr. Harms:
In response to your request, Freese and Nichols, Inc. is pleased to present the proposal for the above
referenced project. A detailed scope of work is attached. This proposal includes the following services
and tasks:
Fee Breakdown by Task
Task
Description
Fee
1
PM, Meetings, and Project Webmap
$93,433
2
Data Collection
$13,929
3
Detailed Hydrologic and Hydraulic Analysis
$146,989
4
Report
$40,205
5
FEMA LOMR
$102,496
6
Public Outreach
$27,820
7
ICPR Mapping Tool
$25,238
Sub -Total $ 450,110
Thank you for the opportunity to assist the City of Lubbock on this important project. If you have any
questions, please call me at 817-735-7378. We will be pleased to discuss this proposal with you and are
willing to structure the contract as needed to best meet the needs and goals of the City.
Sincerely,
Freese and Nichols, Inc.
Scott Hubley, P.E., CFM
Vice -President