Loading...
HomeMy WebLinkAboutC2015-321 - 10/26/2015 - NA • CITY OF CORPUS CHRISTI AMENDMENT NO. 2 CONTRACT FOR PROFESSIONAL SERVICES The City of Corpus Christi, Texas, a Texas home-rule municipal corporation ("City") and LNV, Inc. ("Consultant"), agree to the following amendments to the Contract for Professional Services for Oso Water Reclamation Plant Nutrient Removal and Re-rate to 24 MGD - Phase 2 (Final) (Project No. E122061: Original Contract June 11, 2013 Motion No. 2013-102 $9,998,629.00 Amendment No. 1 May 11, 2015 Administrative Approval $0.00 In the Original Contract, Exhibit "A", Section I. Scope of Services shall be amended as set forth in the attached Amendment No.2, Exhibit "A". In the Original Contract, Exhibit "A", Section 3 shall be amended based on the modified scope of services in the attached Amendment No. 2, Exhibit "A" for a fee not to exceed $0.00, for a total restated fee not to exceed $9,998,629.00. All other terms and conditions of the June 11, 2013 Contract for Professional Services between the City and Consultant, and of any amendments to that contract,which are not specifically addressed herein shall remain in full force and effect. CITY s - CO P ' C TIgAf/1:j LNV!lab- ' • ".-4-FAil ) `, li Val- H. Gray, ' E. l� 21,,(15- Date . =en cker, P.E. Date Executive Director of 'ublic ork President 801 N- .gation, Suite 300 Co pus Christi, TX 78408 RECO • NDED (361) 883-1984 Office 4"-II (361) 883-1986 Fax -t-15 Op= ati-• epartmen Date APP VED AS TO LEGAL FORM 144,(/ / /0-45'(5‘ As tant City Attorney Date APP VED 141/V, Office of Management and Budget Project Number E12206 r1U cundl\5 Accounting Unit 4249-064 Cmoire 6 Account 550950 L to ATT 2015-321 Activity E12206014249EXP 10/26/15 _ Account Category 50950 Fund Name Wastewater 2012B RVBD City LNV Inc. K:\ENC 0 WRP NUTRIENT REMOVAL&RE-RATE TO 24 MGD-PH 2(FINAL)WMENDMENT NO 2\CONTRAC.DOC REV 10/1/15 • LNV Solutions Today with a engineers architects I contractors Vision for Tomorrow September 18, 2015 Mr. Jeff Edmonds, P.E. Director of Capital Programs City of Corpus Christi P.O. Box 9277 Corpus Christi,Texas 78469-9277 RE: AMENDMENT NO.2 TO PROFESSIONAL SERVICES CONTRACT(REVISED) Oso WRP Nutrient Removal and Re-rate to 24 MGD—Phase 2(FINAL) City Project E12206 Dear Mr. Edmonds: The original contract for the above referenced project was approved by City Council on June 11, 2013 by Motion No. M2013-102 for an amount not to exceed $9,998,629.00. The scope of the project included major facility improvements at the Oso WRP (Contract "A") along with the decommissioning and replacement of the Laguna Madre WVVfP with an effluent pump station (Contract"B"). LNV previously received formal Notice to Proceed (NTP) letters for Preliminary Design and Permitting services from the City on August 19, 2013 in the amount of $200,000 and on February 26, 2014 in the amount of $1,293,283 for a total not to exceed fee of $1,493,283. LNV also received authorization for a zero-dollar Amendment No.1 on May 14, 2015. The purpose of Amendment No. 1 was to reduce the original Basic Service scope of work, for adding un-scoped Additional Services (Geotechnical Investigation & unanticipated Permitting tasks) and for revising the project schedule. With the revisions to the project scope,the construction budget for Contract A was reduced from $63.0M to $56.8M. The modified scope of work was intended to address the deteriorating condition of the aging treatment facilities at the Oso WRP, improve ongoing operational issues and to reliably and dependably treat wastewater in accordance with the City's discharge permit during the next 2 permitting cycles(approx. 10 years). The City recently began investigating the feasibility of a regional wastewater treatment facility. Until the City completes this investigation, the long-term plans for the City's existing wastewater treatment plant infrastructure and collection systems are unknown. For this reason, City staff has chosen to further reduce the scope of work associated with Contract "A" where the main project objective is to address the most critical needs for reliable operation of the Oso WRP. The preliminary design, along with the preliminary engineering report (PER) for 30% design, was completed for the modified Amendment 1 scope of work($56.8M) in November of 2014. As detailed AMD. NO.2 EXHIBIT"A" 801 NAVIGATION I SUITE 300 I CORPUS CHRISTI,TEXAS 78408 Page 1 of 7 OFFICE 361.883.1984 I FAX 361.883.1986 I WWW.LNVINC.COM in the "Preliminary Design Phase" section of this amendment, preliminary design must be performed for the following items to meet the City's current objectives for the Oso WRP: • Existing aeration basin process upgrade alternatives for maximizing nitrification • Existing course bubble aeration system rehabilitation • Permanent Step Feed Improvements • Clarifier 1-4 Traveling Bridge Replacement • Digester 2 Structural Repairs Moreover, as a result of the reduction in the scope of work, the original PER, along with the drawings associated with 30% design, must be rewritten to account for the removal and/or re- working of the following items: • ECR-5 and 6 • New process train Aeration Basin 3&4 (6 MGD/each) • Generators and Generator Pad • Improved automation and SCADA system • Civil Site Plans • Miscellaneous yard piping In addition, Amendment No. 2 includes un-scoped work associated with transferring wastewater flows between various treatment plant basins to temporarily and/or permanently reduce plant flows at the Oso WRP. It also includes a process modeling study to determine the most efficient way to maximize the nitrification capabilities of the existing basins. A description of the project background and revised scope of services are provided below. The City intends to postpone the Oso WRP BNR process upgrades, re-rating to 24 MGD, and Contract"B" and retain the option to implement these improvements through this contract at a later date, if so desired. AMENDMENT 2 PROJECT DESCRIPTION: Many treatment units at the Oso WRP have exceeded their useful design life, are impacting the plants ability to dependably treat wastewater and are resulting in unanticipated emergency repairs and alleged permit violations. The deteriorating equipment requires significant O&M efforts to maintain the plant in operable condition to treat wastewater and to maintain permit compliance. The revised Contract "A" portion of the Phase 2 improvements is intended to address the most critical facilities. The following objectives will be achieved by implementing the revised improvements associated with Amendment No. 2. • Help maintain regulatory compliance by replacing obsolete & maintenance intensive treatment units • Maximize the value of existing infrastructure • Reduce operation and maintenance (O&M)costs associated equipment emergency repairs AMD. NO.2 EXHIBIT"A" Page 2 of 7 • • • Reduce process odors • Reduce the risk of future unanticipated emergency repairs and associated permit violations • Improve plant reliability • Temporary or permanent reduction of Oso WRP flows by approximately 4 MGD to allow for aeration basin maintenance The following obiectives are no longer being considered: • To maintain regulatory compliance by replacing the existing Breakpoint Chlorination system with biological ammonia/total nitrogen removal for improved dependability and reduced risk associated with chemical feed • Provide accommodations for implementing phosphorus removal in the future • Provide three(3)treatment trains for operational and maintenance flexibility(18 MGD) • Provide improved process automation and monitoring • Provide accommodations for future increased capacity for anticipated flows and/or basin transfers(Retrofit of 4th aeration basin can be done at a later date, if desired) • Provide back-up/emergency generator power for improved treatment reliability (3000 kW) • Reduce operation and maintenance(O&M)costs associated with inefficient process, equipment and chemical usage SCOPE OF SERVICES: The Scope of Services for this contract shall be amended to modify the Basic &Additional Services as described below. A. BASIC SERVICES The engineering tasks shown in the original contract will remain the same. However, the number of treatment facilities being modified and/or constructed are being reduced, decreasing the estimated construction cost from the original$63.0M budget to a budget of$37.75M(2018$). IMPROVEMENTS INCLUDED IN AMENDMENT NO.2: The following improvements are included at this time: • Rehabilitation or replacement of the existing LS1 with a new influent lift station (Sized for 80 MGD, Pumping Capacity of 60 MGD) • Rehabilitation or replacement of the existing headworks facility with improved screening,grit removal, and flow splitting capabilities (98 MGD) • ECR-5 to serve the new LS1 and Headworks • Additional odor control facility(Additive Alternative) • Retrofit of the two (2) existing aeration basins for maximizing nitrification including a new aeration system(approx. 6-8 MGD capacity) o Installation of mixers in the existing aeration basins to maximize nitrification o Air header, air drop and course bubble diffuser replacement o Aeration basin grit accumulation survey and condition assessment o Blower Upgrades • Digester 2 structural rehabilitation • Step Feed System—Permanent Replacement AMD. NO.2 EXHIBIT"A" Page 3 of 7 • • Clarifier 1-4 Traveling Bridge Replacement • Scum System Replacement on all 8 clarifiers • Internal access roads and paving IMPROVEMENTS REMOVED FROM ORIGINAL SCOPE OF SERVICE: The following items have been modified or removed from the scope of service at this time: • Reduced capacity of new influent pump station. Lift Station 2 will remain in service. • Improved automation and SCADA system • Potable and Non-potable plant water system improvements will not be included • Disinfection system modifications and CCC improvements • New Maintenance Building • Conversion of the existing basins to fine bubble aeration and a BNR process • New process train Aeration Basin 3&4 (6 MGD/each) • New Blower Building and complete blower replacement • ECR-6 • Generators and Generator Pad 1. PRELIMINARY DESIGN PHASE Although preliminary design has already been completed (Nov 2014) for the originally scoped project, this revised scope for basic services will require a portion of the preliminary design to be re- performed. This additional re-work is associated with the following: a. Adding preliminary design work that was not included in the original as described below: Item Description Prelim.Construction Cost 1 Process upgrade alternatives to existing aeration basins $6,240,000 2 Permanent step-feed system replacement $500,000 3 Clarifier 1-4 traveling bridge replacement $3,300,000 4 Structural repairs to Digester 2 $635,000 SUBTOTAL(2015$) $10,675,000 TOTAL(2018$) $11,665,000 Preliminary Design Fee $250,222 AMD. NO.2 EXHIBIT"A" Page 4 of 7 • • • b. Incorporating the removal and the addition of the previously mentioned items, as well as the re- working of the following items, into the PER and the drawings for 30%design: Item Construction Cost(2015$) %Preliminary Re-work 1:ECR-5 and 6 $2,500,000 50 2:Aeration Train No. 3 $9,364,000 1 3:Aeration Train No. 4 $8,945,000 1 4:Generators and Pad $7,120,000 1 5: l&C and SCADA $1,500,000 25 6:Scum Removal System $2,091,000 25 7:Civil Site Plans $350,000 50 8:Misc.Yard Piping $1,575,000 50 Preliminary Design Fee $73,582 It should be noted that Amendment No.2 includes an additional service to model and evaluate the various alternatives for transferring approximately 4MGD to an adjacent treatment plant basin. Upon completion of this task. it is anticipated that the recommended alternative will implemented through the execution of a contract amendment to design and prepare a separate bid package for construction. The scope and magnitude of this work is currently unknown and as a result, is not included in Amendment No.2. B. ADDITIONAL SERVICES 19. INTRA-BASIN FLOW TRANSFER EVALUATION The existing average daily flows (ADF) at the Oso WRP are approximately 12 MGD. In order to perform the rehabilitation work on the aeration basins and aeration equipment, as scoped in this amendment, the ADF must be reduced to the capacity of a single train (8.1 MGD). In order to achieve this,the Engineer will evaluate the various alternatives, either temporary or permanent, for transferring approximately 4 MGD ADF (24 MGD peak flows) from the Oso WRP service area to either the Broadway WWTP, Greenwood WWTP, or some combination thereof. The Engineer will use the recently calibrated wastewater system hydraulic model for the evaluation. This work will be completed as follows: • Review existing flow and permitting data for the Broadway and Greenwood WWTPs to determine the available unused capacity of each • Review existing lift station flows to identify potential candidates for the flow transfers • Meet with the Utility Department staff up to five (5) times to receive input/feedback, to answer specific questions concerning the evaluation, and to provide a status updates • Identify up to fifteen(15)feasible alternatives for flow transfers • Perform site visits to each of the proposed transfer lift stations to confirm existing conditions and the potential for construction obstacles/conflicts • Establish proposed force main horizontal alignments for each alternative with the objective of limiting impacts on the public, minimizing force main lengths, avoiding potential utility conflicts, minimizing land acquisition, and avoiding recently constructed streets. AMD. NO.2 EXHIBIT"A" Page 5 of 7 • • • Perform walk through along each proposed force main route to confirm existing conditions and the potential for construction obstacles/conflicts • Model the proposed scenarios under dry weather and peak wet weather scenarios to estimate system-wide impacts and to establish discharge points that do not negatively impact the desired level of service. The model will also be used to appropriately size the force mains and pumps by determining the total dynamic head and associated horse power requirements. In some cases, there may be a need to have parallel force mains to handle the ADF and peak flows. In addition, some pumps may no longer fit the hydraulic conditions associated with modifying the force main diameter, length and discharge elevations. • Transfer lift stations will be evaluated to minimize electrical upgrades and to ensure any new pumps are appropriate for each wet well. • Operational costs will be calculated for each • Evaluate the advantages, disadvantages, design considerations and construction requirements of both a temporary(interim)transfer and a permanent transfer. • Prepare high level preliminary quantity take offs and opinion of probable construction cost estimates for each alternative. These will be planning level estimates used to compare each alternative and to determine the most cost effective options. • Prepare and submit a draft and final engineering report discussing the methodology, findings, recommendations, opinion of probable construction cost estimates, modeling results and exhibits clearly depicting the evaluated alternatives. Deliverables: Draft and Final Engineering Report Upon completion of this task and with authorization by the City, it is anticipated that the recommended alternative will implemented through the execution of a contract amendment to design and prepare a separate bid package for construction. 20. DYNAMIC PROCESS MODELING &EVALUATION The Engineer will update the BioWinT"" dynamic process model prepared in Phase 1 to: (1) update the process mass loadings to incorporate the planned reduced hydraulic and waste loadings of the plant due rerouting of Oso WRP influent flow to other sewersheds in the City, (2) model the aeration basins as a nitrifying activated sludge process to remove BOD and ammonia , and (3) determine if the activated sludge process could be optimized to partially remove nitrogen to reduce process air demand, recover alkalinity, improve treatment efficiency, and reduce plant O&M costs. The process modeling output would determine the process air demands and diffuser spacings for each zone, basin mixing requirements, and expected effluent water quality. Deliverables: Updated BioWinTM Dynamic Process Models Process Mass Balances AMD. NO.2 EXHIBIT "A" Page 6 of 7 • • • SCHEDULE: All work under this contract shall be completed by the Engineer in accordance with the schedule shown below. TASK Duration (months) Basic Services 1. Preliminary Design 5 2. Design Phase 12 3. Bidding Phase 4 4. Construction Phase 36 Additional Services 19. Flow Transfers 5 20. Process Modeling 4 FEES: A. Fees for Additional Services Authorized. The City will pay the Engineer for the additional services detailed in this Amendment on a time and materials basis in accordance with the attached rate schedule (ATTACHMENT 2), for an amount not to exceed those shown in "ATTACHMENT 1" for provided services specified in this contract. The fee will be full and total compensation for services and for all expenses incurred in performing these services. Engineer will submit monthly statements for basic services rendered. Each statement will be based on the project percent completion at the time of billing. City will make prompt monthly payments in response to Engineer's monthly statements. B. Summary of fees. Refer to ATTACHMENT 1. If you have any questions or if you would like to discuss in more detail, please feel free to call me at 361-960-2279. Sincerely, f;tr.dosti .pg. Logan Burton, P.E. PrincipalNice President LNV, Inc. TBPE Firm Reg No. F-366 AMD. NO.2 EXHIBIT"A" Page 7 of 7 ATTACHMENT 1: SUMMARY FEE TABLE 09/18/2015-REVISED Construction Budget Amd 2=$37.75M - ORIGINAL CONTRACT FEES AMENDED FEES AUTHORIZED FEES CONTRACT A• CONTRACTS• ORIGINAL UNAUTHORIZED TASK (MO WRP) (LMWWTP) CONTRACT AMD 1 AMD 2 TOTAL AMD 1 AMD 2 TOTAL REMAINING FEES TOTAL BASIC SERVICES - 1. Preliminary Phase* $1,293,283 $620,514 $1,913,797 SO SO $1,913,797 $1,186,898 $323,805 $1,510,703 $403,094 2. Design Phase' $2,564,148 $1,230,252 $3,794,400 SO SO $3,794,400 $2,324,785 ($718,461) $1,608,324 $2,185,076 3. Bid Phase' $71,410 $34,060 $105,470 $0 $0 $105,470 $71,410 (528,317) $45,093 $60,377 4. Construction Phase* $862,552 $414,788 $1,277,340 SO SO $1,277,340 $862,552 ($321,434) $541,118 $736,222 Subtotal Basic Services $4,791,393 $2,299,614 $7,091,007 $0 $0 $7,091,007 $4,445,645 ($740,407) $3,705,238 $3,385,769 ADDITIONAL SERVICES(ALLOWANCE2 1. Permitting&Agency Coordination* $129,083 $97,100 $226,183 $140,000 SO $386,183 $269,083 $0 $289,083 $97,100 2. Topo Survey&Land Acquisition $82,944 $157,066 $240,010 SO SO $240,010 $82,944 $0 $82,944 $157,086 3. Environmental Issues(TBD) $0 $0 $0 $0 SO $0 SO SO SO So 4. Construction Observation Services(TRD) $0 $0_ $0 SO $0 $0 SO $0 SO So 5. Start-Up&Training* $250,068 $59,008 $309,076 SO SO $309,078 SO $0 50 $309,076 6. Warranty Phase* $88,086 $24,876 $112,962 $0 SO $112,982 SO SO SO $112,962 7. SCADA&O&M Documentation* $166,461 $35,220 $201,681 SO SO $201,881 SO SO SO $201,681 8. Public Involvement' $12,037 $12,057 $24,094 SO SO $24,094 SO SO SO $24,094 9. Conformed Contract Documents* $82,428 $34,790 $117,218 $0 $0 $117,218 SO S0 SO 5117,218 10. Exist.Facilities Condition Assessment $295,390 $0 $295,390 ($185,260) SO $110,130 $0 SO SO $110,130 11. Filtration&UV Disinfection Study $94,358 $0 $94,358 SO SO 594,358 $94,358 $0 $94,358 So 12. Windstorm Certification* $86,456 $20,904 $107,360 SO $0 $107,360 $0 $0 SO $107,360 13. Peer Review-Coord.&Response* $367,305 $88,068 $455,373 SO ($56,441) $398,932 $0 SO SO $398,932 14. LMWWTP Decommissioning• $0 $299,840 $299,840 SO SO $299,840 $0 SO $0 $299,840 15.Blogas/Natural Gas Onsite Cogen. $152,661 50 $152,661 50 ($152,661) $0 $0 SO SO SO 16.Oso WRP Energy Audit $271,416 $0 $271,416 SO SO $271,416 SO SO SO $271,416 17.Geotechnical Services $0 $0 $0 $35,760 SO $35,760 $35,760 SO $35,760 $0 18.Dig 2 Structural Assessment $0 $0 $0 $9,500 SO $9,500 $9,500 $0 $9,500 $0 19.Intra-basin Flow Transfer Evaluation $0 $0 $0 SO $137,148 $137,148 SO $137,148 $137,146 $0 20.Dynamic Process Modeling&Evaluation $0 $0 $0 SO $71,958 $71,956 SO $71,956 $71,956 $0 Subtotal Additional Services $2,078,693 $828,929 $2,907,622 $0 $0 r $2,907,622 $491,646 $209,102 $700,747 $2,206,875 TOTAL FEE $6,870,086 I $3,128,543_ $9,998,629 $0 $0 $9,998,629 $4,937,290 ($631,305) $4,405,985 $5,592,544 Council Approval Admin Admin - dune 103 M20133-11022Approval Approval - NOTES: • Rales have been escalated to the midpoint of construction for each contract. AMENDMENT 2 ATTACHMENT I