Loading...
HomeMy WebLinkAboutC2018-193 - 4/24/2018 - NA TASK ORDER NO. 26 This Task Order pertains to a Master Services Agreement for Professional Services by and between City of Corpus Christi, Texas (City) and LNV, Inc. (Consultant) dated August 16, 2016 (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/NUMBER: Water and Wastewater Treatment On-Call Support, E16264 1. PROJECT DESCRIPTION-This project provides the Utility Department with on-call services to assist with any technical, operational, maintenance, diagnostic and design concerns for the City's O.N.Stevens Water Treatment Plant and six wastewater treatment plants. 2. SCOPE OF SERVICES -O.N. Stevens Water Treatment Plant Liquid Chlorine Piping Replacement and more fully described in Exhibit A. 3. COMPENSATION - The total amount not to exceed for Task Order No. 26 only is $74,000.00. This Task Order is approved and Consultant may proceed. All other terms and conditions of the Agreement remain in full force and effect. op CITY OF 0 RP 1 HRIST LNV, INC 'PAO digi 412) g #0 AOP, A,. V .°gI qiillif Jeff H. Edmonds, P.E. Date ri: ••-•`:� er, P.E. Date Director of Engineering Services President 801 Navigation, Suite 300 Corpus Christi, TX 78408 (361) 883-1984 Office loganb@Invinc.com Fund Name Accounting Unit Account No. Activity No. Amount Water Operating 4010-31010-062 530000 E16264-01-4010-EXP $74,000.00 2018-193 4/24/18 LNV Inc. INDEXED Professional Services Contract City of Corpus Christi Water/Wastewater Treatment On-Call Support City Project No. E16264 Task Authorization No. 26 ONSWTP Liquid Chlorine Piping Replacement April 13, 2018 LIMA, Task Order No.26 Exhibit A Page 1 of 8 ,.,use„ O q LNV 4 O_ Y �k G J • h • list SCOPE OF WORK Water and Wastewater Treatment On-Call Support Project No. E16264 Task Authorization No.26—ONSWTP Liquid Chlorine Piping Replacement BACKGROUND& PURPOSE The O.N. Stevens Water Treatment Plant (ONSWTP) currently uses an aging chlorine gas system for disinfection. The facility stores liquefied chlorine gas in 90-ton railcars on-site in an open-air, covered storage area. Due to capacity limitations,redundancy and safety concerns,and potential future regulatory challenges associated with the use of chlorine gas,the City recently decided to replace the existing chlorine gas system with a sodium hypochlorite on-site generation(OSG)system. Implementation of the new OSG system is expected to take 3-5 years. In the meantime, while the new system is being designed and constructed, there are some critical liquid piping improvements necessary to the existing gas chlorine system to ensure safe and reliable operation over the next few years. The pressurized liquid chlorine is piped from the railcar storage area to the gas measurement building where it is first converted to gas at the evaporators, and then metered at the chlorinators prior to injection. A portion of the liquid piping between the railcars and the exterior wall of the gas measurement building was replaced in the past few years and is still in good condition. However,the piping from the exterior of the building to the feed side of the three evaporators is in very poor condition and needs to be replaced. The purpose of this task authorization is to assist the City in the replacement of the liquid chlorine piping that runs between the outside wall of the gas measurement building and the upstream side of the three evaporators (the portion in poor condition). This task authorization will provide the City with recommendations for replacement of the piping along with the development of a bid package for implementing the recommendations. The bid package will include but may not be limited to simple drawings (such as PFDs and/or schematic piping diagrams), specifications for piping, fittings, and appurtenances and front-end documents such as a bid tab,project sequencing,contractor qualifications and construction constraints. The replacement of this piping includes significant risk to disinfection at ONSWTP; therefore, this task authorization will provide a detailed maintenance of plant operations and temporary back-up plans to mitigate potential risk to the chlorine system currently in service.Additionally, due to the critical nature of the project,this task authorization will also assist the City by providing extensive construction phase services support for the successful replacement of the piping. The high risk nature of the project, unknown O&M needs during construction and the corresponding level of consultant effort required to support the Contractor and Owner are not well defined at this stage. As a result,the fee for this task authorization is anticipated to be in the range of$50,000-$74,000, with$74,000 being on the conservative side. The scope of work, anticipated schedule and man-hour and fee analysis are presented in the following sections. Task Order No.26 Exhibit A Page 2 of 8 • ppUi CN `O 9 LNV0 Ate. 4. SCOPE OF WORK BASIC SERVICES: The Engineer will perform the following: Task 0001 —Design Phase 1. Conduct a kick-off meeting and up to two (2) status meetings with the City to provide an update on project progress and coordinate the proposed design and construction activities. 2. Obtain and review all available record drawings and reports pertaining to the chlorine gas system. 3. Conduct up to two (2) site visits to assess the existing condition of the air pipes, identify special concerns and gain an overall understanding of the project site and constraints. 4. Evaluate different replacement alternatives and recommend the most suitable course of action. 5. Host a three(3)hour workshop with City staff to define the construction constraints and to identify an acceptable level of risk that should be assumed in preparing and the project budget. This workshop may be used to brainstorm and identify the temporary feed alternatives and advantages/disadvantages of each. 6. Prepare necessary design calculations, drawings and specifications for the suggested replacement method.The following are the anticipated drawing and specifications Drawings - Cover Sheet - Symbols and Details - Site plan - Demo Plan - Piping plan - Piping Details - P&ID - Instrumentation Details Specifications - Front End Documents - Liquid Chlorine Piping - Valves and Appurtenances - Detailed Maintenance of Operations 7. Identify specialty contractors available and interested in bidding this work. Provide Contractor qualifications in front end documents to ensure only those qualified for doing the work are able to bid the work. 8. Assist the City in responding to questions and/or clarifications during the bid process Task Order No.26 Exhibit A Page 3 of 8 • PPS�N • GO A� LNVAzar Task 0002—Bid Phase 1. Participate in the pre-bid conference. 2. Prepare required addenda in the City's format in response to pre-bid questions. 3. Due to the specialized nature of work to be performed, analyze bids and confirm Contractor's qualifications are per requirements. 4. Prepare bid tabulation and provide a bid recommendation letter to the City. Task 0003—Construction Phase 1. Review shop drawings and submittals for conformance with contract documents. 2. Make up to seven (7) site visits including a final inspection with the City staff to observe general progress and quality of construction. ASSUMPTIONS • City to provide a Project Manager to assist in the coordination of efforts with utility staff • City Maintenance staff to be available for design status meetings and construction site visits to ensure improvements are consistent with the City's preference. DELIVERABLES The Engineer will prepare a DRAFT package, necessary specifications, along with construction plans to direct the installation of the recommended piping improvements,for the City's review and comment.Upon receipt of comments, the Engineer will incorporate comments into the Final package and provide one(1) hard copy and one(1)electronic copy to the designated City Task Authorization Manager specified under this authorization. Additionally,the Engineer will also provide the City with a Bid Recommendation Letter at the end of the bidding process. SCHEDULE The Engineer's services shall be performed in a timely manner consistent with sound professional practices. The time limits set forth in the schedule shall include allowances for reasonable and expected review time by the City and approval by authorities having jurisdiction over this project, and shall not be allowed as cause for delay or adjustments to the schedule. Delays caused by review times by the City exceeding those anticipated by the Engineer's schedule are cause for adjustments in the schedule. Any adjustments made to the agreed upon schedule shall be made in writing and accepted by both parties. The construction schedule presented is a preliminary estimate and may change depending on the improvement solutions selected. The Engineer shall begin work immediately upon receipt of the executed Task Authorization and/or Notice to Proceed (written or emailed). The work under this task authorization is anticipated to be complete in accordance with the following schedule. Task Order No.26 Exhibit A Page 4 of 8 PPUS co O A LNV q r4 O" JzN • +is'9 MONTHS TASK TASK DESCRIPTION DURATION 1 2 3 4 5 6 7 8 0001 Design Phase MENNEN.. - Site visit and review of existing data 2 Weeks ••••••• - DRAFT Plans and Specifications 3 Weeks+1 Week ■■■■■■ For Ci Review - FINAL Plans and Specifications 2 Weeks ■ ■■■■■■ 0002 Bid Phase 3 months ■■ MEM 0003 Construction Phase ■■■■■■■■ - Product Submittal by Supplier/Manufacturer 2 weeks MENEM EN - Piping&Appurtenances Manufacture* 3 Weeks 11111.111111 ■ - Installation of Piping on Site 3 weeks ■■■■■■ ■ Note: *Initial estimate.Might vary based on manufacturer's schedule FEE The services will be provided on a Time and Materials (T&M) basis as the project is moved towards completion.The anticipated amount for this task authorization is$74,000.00.This is a conservative estimate and the actual effort is anticipated to be in the range of$50,000-$74,000. A detailed man hour breakdown for this task authorization can be found in ATTACHMENT A. If the level of effort exceeds this estimate,a separate task authorization will be requested. Task Order No.26 Exhibit A Page 5 of 8 • fUi C • PNq LNVti TASK AUTHORIZATION MANAGER The Task Authorization Manager will be the primary contact person during the performance of this work. All correspondence or inquiries should be addressed to the Task Authorization Manager. This work task will be coordinated by: Dan Grimsbo, P.E. A.I.C.P. Executive Director of Utilities Department City of Corpus Christi Office: 361-826-1874 Fax: 361-826-1889 Email: DanG@cctexas.com APPROVAL The undersigned has reviewed and approved this Task Authorization and authorizes LNV,Inc.to perform the work as presented: Au or zed by: kc,--/;)"7- l r /n ( d (Printed Name) 3 .12/ L /,' (Date) Task Order No.26 Exhibit A Page 6 of 8 Attachment A Task Authorization No.26 Ilan_hlnur incl Fee Analvsi Task Order No. 26 Exhibit A Page 7 1118 '-t Engineer Project Engine. Elis Sr. CA001015 Tech CADD Tech L60 TOTAL • $ 115.00 S 90.00 Total W s- `- ToU1 F • " Mrs, Subtotal 0,9. SubtpMl Hrs. Subtotal IRa. Subtotal 0001 9e4011P8... - Mes*ps wM CM Sb9 (Up to 3) $ - 6 5 1.230 $ - $ - 6 $ 720 f - f - 12 S 1250.00 - SM cab [Up to 2) 8 rime et docw„erds $ - 2 f 410 s - 2 S 340 6 f 720 S - 0 - 10 S 1.470.00 Ev.su.on of Abmsbaes and Workshop web CM Stag (Up b3- hours f - 3 f 815 $ - S B f 980 f - S 11 f +.575.00 - Technical Specifications 8 Project Seousr.ng $ - f - $ - 2 S 340 16 $ 1820 $ - S - 18 8 2.260.00 - Project Cost and Schedule f - 1 s 206 f - 2 $ 4 f 480 f - f •340 7 f 1.025.00 DRAFT Plans (LW to bad site plan dent plan. p,png .. . details f - 3 s 615 f - 3 $ 510 20 $ 2.400 8 $ 690 32 $ 2.880 ea $ 7 095.00 - _. Fein Plana and Speo6otrora 1 s 265 1 $ 205 f - 2 f 340 4 f 480 $ - 8 f 720 16 $ 2010.00 - ONOC s - $ - 2 $ 400 f - f - f - S - 2 $ 400.00 0002 Ble Phase • Pre Ba Cerement* 3 - 2 $ 4f0 f - 2 s 340 4 f 480 $ - S - 8 $ 1230.00 - Add.M. Preparation n Response b Prie8id Omegans $ •- 1 s 205 s - 4 f 4 S 480 f - S - •660 9 s 1.365.00 - Bid 0pen,09 $ •- 2 s 410 s - 2 $ 340 $ f - s - 4 S 75080 - feaW.on of Contractor's Owi6ueons S - 2 s 410 s - 6 s 1.020 $ - s - S - a f 1430.00 - 0,0 Tap, 60 and Bid Reo„n.n.ndamn Lana 1 f 265 1 s 205 s - 1 f 170 2 s 240 f - s - 5 3 880.00 - ONOC S s - 1 8 201 f - S - f - $ - 5 S 20000 0003 Construction Plisse - PreCon9t Son Meebg $ • 2 $ 410 f - f - 2 s 240 f - $ - 4 $ 650.00 - Re. 5,bn0bb (Up b 3) $ • 2 f 410 f - 3 $ 510 3 S 360 s - f - a S 1.280.00 - Answer RFts(Up b 2) f - 2 $ 410 S - 4 f 660 10 $ 1.200 f - f - 16 S 2.290.00 - Sib V Sita l7) S 6 f 1.230 f 8 S 1.360 f 4 S 1.680 $ - f - 18 S 4,270.00 - Final Yrpecbn.95, Coy Staff S - 2 f 410 f - 2 3 340 2 S 240 S - f - 8 $ 990.00 2 3 030.00 30 S 7,718.00 3 f 000.00 43 0 7,310.00 100 $ 12,000.00 1 $ 090.00 40 $ 3100.00 277 $ 33,120.00 Task Order No. 26 Exhibit A Page 7 1118 Attachment A Task Authorization No.26 Man-hour and Fee Analysis Task Haten & Sawyer Description PrinclpaVVP QAQC Pro(eet Engineer EIT IV CARD Tech Hazen & Salryal Tole $ 265.00 $ 305.00 $ 165.00 0110.00 $ 90.00 Tots) IM. Total Fee Ke. Sub -teal Ike. Sub4ole Hrs. Sub40tal Hrs. Subtotal lbs. 886.001 0001 Design Phase • Meetings with City Sian (Up b 3) 5 - S e $ 0006 $ 000 S - 12 S 1.650.00 - Site wens (Up to 218 review of document 5 • S - 4 S 6604 S 440 $ - 8 $ 1.100.00 Evaluation of Alternatives and Nbrkehop with City San (Up to 3 hours) 1 $ 285 2 0 610 8 S 1.320 12 $ 1.320 S - 23 $ 3.535.00 - Technical Specifications (Assume 5 specs) 8 Protea Sequenc,n0 5 2 $ 610 12 $ 1.980 32 $ 3.520 $ - 48 $ 6.11000 - Protect Cost and Schedule 1 $ 285 1 $ 305 2 S 330 fl $ 600 S - 10 $ 1.580.00 DRAFT Plana (Hazen to support pipers piping details and lead P810, Instrumentation) S • 2 $ 610 8 S 1.320 20 S 2.200 32 $ 2.880 62 $ 7.010.00 - Final Plans and Specifications 1 S 265 2 $ 810 2 $ 330 8 S 880 8 $ 720 21 S 2.825.00 • Constructability Review 1 S 285 2 S 810 2 $ 330 2 $ 220 5 7 $ 1.44500 4 $ 1,140.00 11 $ 3,365.00 44 $ 7,260.00 90 $ 9,900.00 40 0 3,600.00 109 $ 26,266.00 0002 Bid Phase • Pre Be Conference $ - S - 2 .8 3302 $ 220 $ - 4 0 550.00 - Addenda Reparation in Response to Re•&d Questions S . S - 2 0 330 $ - $ - 2 $ 330.00 • Bid Opamng S - • S - 2 S 330 $ $ - 2 0 330 00 - Evaluation of Contractor's Oualihcations 1 S 285 2 S 610 2 $ 330 2 0 220 $ - 7 $ 1.44500 - 814 Tabulabon and Bid Recommenda5on Liter S • S - 2 S 930 $ S - 2 $ 330.00 - OA/OC $ • $ - $ - S • S - 0 S 1 8 200.00 2 8 610.00 10 8 1,460.00 4 5 440.00 0 8 17 8 2,966.00 0003 Construction Phase $ - • P.Construceon Meearr $- S 2 S 330 2 S 220 S - 4 $ 55000 • Review Subsides (Up to 3) d 1 S 285 2 S 610 0 $ 090 0 $ 660 $ 15 S 2.545 00 • Answer RFIS (Up b 3) S - S 3 $ 4950 $ 660 $ - 9 S 1.155.00 • Site Visit (7) $ • $ -14 S 2,370 14 S 1.540 S - 28 $ 3.850.00 • Fina Inapec8on with City Staff $- S 3 $ 495 3 $ 330 S - 6 5 825.00 Subtotal 1 $ 286 2 S 610.00 20 - $ 4,020.00 31 8 3,410.00 0 8 - 82 0 0,923.00 0 $ 1,710.00 15 $ 4,575.00 62 $ 13,530.00 125 $ 13,76000 40 S 3000.00 268 $ 37,186.00 Administrative Fee (10% of Suboonsulant Fee) S 3,717 Total Fee S 40,001.50 TOTAL FEE FOR TASK AUTHORIZATION 28 ( LNV • HAZEN FEE) a 574.000.00 Task Order No. 26 Exhibit A Page 8 of 8