Loading...
HomeMy WebLinkAboutC2018-254 - 6/14/2018 - NA TASK ORDER NO. 27 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—AMR /AMI Evaluation more fully described in Exhibit A. 3. COMPENSATION —The total amount not to exceed for Task Order No. 27 only is $55,130.00 This Task Order is approved and Consultant may proceed. All other terms and conditions of the Agreement remain in full force and effect. CITY OF CORPUS C i LNV, INC IOP ml, A ... ie _ z.41.4k - Fe.-7, _-_,:..e , c. •-,,t,dcw. Jeff H. dmonds, P.E. D e Dan S. - _ •,•'=cker, P.E. Date Director of Engineering Services President 801 Navigation, Suite 300 Corpus Christi, TX 78408 (361) 883-1984 Office Ioganb@Invinc.com Fund Name . Accounting Unit Account No. Activity No. Amount Water Operating Fund 4010-31010-062 530000 E16264-01-4010-EXP $55,130.00 2018-254 6/14/18 LNV Inc. INDEXED City Project No. E16264 Professional Services Contract City of Corpus Christi Water/Wastewater Treatment On-Call Support Task Authorization No. 27 — AMRJAMI Evaluation May 18, 2018 `NV Exhibit A Task Order 27 Page 1 of 6 v°',us c,,*a LNVIto* r A J4 SCOPE OF WORK Project No. E16264 Water and Wastewater Treatment On-Call Support Task Authorization No.27—AMR/AMI Evaluation PURPOSE The City of Corpus Christi Utilities Department is interested in evaluating alternative automatic meter reading and automatic meter infrastructure (AMR/AMI)alternatives to the Aclara system currently being utilized. The City is interested in obtaining an AMR/AMI system that provides consistent, reliable meter readings for both the Water and Gas Utilities at an economical cost, while also considering scalability, innovation of the system. The evaluated systems must be able to meet the needs of both the City's Water and Gas Departments by effectively integrating with current infrastructure and billing software.In addition, the City is interested in added value associated with peripheral systems such as wastewater surcharge monitoring, pressure, temperature and remote meter operations. The City is interested in piloting one or more systems to verify product quality,reliability and functionality prior to selecting an AMR/AMI system. The purpose of this task authorization is to provide assistance to the City staff by evaluating AMR/AMI systems to be purchased and implemented by the Corpus Christi Utilities Department. The following describes the typical key project components in evaluating AMR/AMI systems and implementing selected technologies. 1. Historical Data and Current Practices Review - Review the existing meter data and current practices to understand existing data collection and processing practices 2. AMR/AMI System Evaluation/Selection - Review the best available AMR/AMI technologies and determine the systems best suited for the City's needs 3. Conceptual Level Cost Estimate—Develop conceptual al cost estimates for system implementation and operational costs 4. Pilot Evaluation of Viable Systems—Coordinate the installation of one or more systems for a pilot trial to validate system operations and functionality 5. Specifications and Procurement Documents—Develop specifications for a competitive bid procurement process 6. Equipment Installation,Calibration,Testing and Public Outreach—Coordinate with selected installation contractor and assist the City with customer notification and outreach The scope of this task authorization will address project components 1 throuj'h 4. After completion of the scope described below,a separate task authorization or contract will be needed to perform procurement and installation of the AMR/AMI technology system-wide. The scope below summarizes the proposed tasks for the task authorization. 1 Exhibit A Task Order 27 Page 2 of 6 • • LNV .0 . . SCOPE OF WORK ADDITIONAL SERVICES: Task 0009—General Engineering The Engineer will perform the following: • Historical Data and Current Practices Review a. Review current AMR Data b. Meet with City Staff to discuss current operations and technology inefficiencies of AMR technology and to further define the City's needs and goals of the new system. c. Meet with City staff to discuss existing leak detection practices and meter replacement program • AMR/AMI System Evaluation/Selection a. Determine hardware and software requirements and interfaces with City's existing systems (billing,customer service, field operations) b. Determine communication requirements and preferences c. Review up to five(5)AMR/AMI system vendors and develop short list of preferred equipment based on cost, functionality and reliability d. Interview two(2)current utility users. • Conceptual Level Cost Estimate a. Develop conceptual level cost estimates for hardware,software,communication and other system requirements. b. Coordinate with City to develop operational costs and staffing c. Compare cost estimates against existing AMR/AMI system • Pilot Evaluation of Viable Systems a. Assist City staff in coordination with Vendors for installation of small-scale pilot program for up to two(2)AMR/A M I systems not exceeding a total man- hour effort of 60 hours. MEETINGS • Two (2) two hour meetings with City Staff to review data and discuss existing practices and goals of new system • One(I)two hour meeting to discuss hardware and software requirements of City's existing systems • One(1)two hour workshop to discuss the evaluation of vendors • Two(2)two hour meetings to coordinate pilot systems • Two(2)two hour site-visits to evaluate equipment installation ASSUMPTIONS • City will provide historical AMR/AMI data in electronic format for I.NV/1lazen review. • City will provide information regarding existing hardware and software. • City will attend and participate in Meetings described above 2 Exhibit A Task Order 27 Page 3 of 6 IINV 9. u5 CN LO O x , ,4 • City will monitor and maintain pilot systems during entire period of study • LNV/Hazen will coordinate procurement and installation of AMR/AMI small-scale pilot equipment with Vendors; however, installation to be performed by Vendor or Vendor's coordinated contractor. City to assist with oversight of field installation. • After installation,support efforts from LNV/Hazen are not included in this scope of work, but can be provide on a Time and Materials Basis. • The effort for the pilot evaluation of viable systems will be shared with the City prior to commencement of the evaluation.The anticipated man-hour and fee for this evaluation at present is as shown in Attachment A. Work will only be performed after obtaining consent from the City. DELIVERABLES The Engineer will prepare a MS PowerPoint Presentation to summarize findings to be presented at the Vendor Selection Workshop. The Engineer will compile data, conclusions, and recommendations in a summary memorandum. A memorandum summarizing the pilot-study evaluation is not included in this scope of work. SCHEDULE The Engineer's services shall be performed in a timely manner consistent with sound professional practices. The Engineer will complete the work according to the following schedule: Activity Completion Date Contract Execution-Notice to Proceed (NTP) TBD Historical Data and Current Practices Review 1.5 months after NTP AMR/AMI System Evaluation Workshop 3 months after NTP Draft Technical Memorandum 3.5 months after NTP Final Technical Memorandum 4.5 months after NTP Pilot study TBD based on Vendor Availability The time limits set forth in the schedule shall include allowances for reasonable and expected review time by the City 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. Delays caused by vendor response times 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 Engineer shall begin work immediately upon receipt of the executed Task Authorization and/or Notice to Proceed(written or emailed). FEE All services under this Task Authorization will be provided on a Time and Materials basis.The anticipated amount for this task authorization is $55,130.00, as shown in ATTACHMENT A. If the level of effort exceeds this estimate,a separate task authorization will be requested. 3 Exhibit A Task Order 27 Page 4 of 6 aQus cN • `O 9 LNVJH I�p! 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 c!cctexas.com APPROVAL The undersigned has reviewed and approved this Task Authorization and recommends LNV, Inc. to perform the work as presented: Recomended by: (), 1J //31.50 ( 2 (Printed Name) (Date) 4 Exhibit A Task Order 27 Page 5 of 6 Attachment A Task Authorization No. 27 Man-hour and Fee Analysis Task LNV Inc. Description PrInclpaWP Project Mgr. Project Engineer EJTII TOTALS $ 265.00 S 205.00 $ 170.00 $ 120.00 Total Hrs. Total Fee Hrs. Sub -total Hrs. Sub -total Hrs. Sub -total Hrs. Sub -total 1 Historical Data and Current Practices Review o $ - 4 $ 820 $ 1.220 S - 12 $ 1.440 16 $ 2.260.00 2 AMR/AM1 System Evaluation/Selection o 5 - 8 $ 1,640 12 5 - 8 5 960 16 $ 2,600.00 3 Conceptual Level Cost Estimate o $ - 2 $ 410 $ 570 5 - 8 5 960 10 5 1,370.00 4 Pilot Evaluation of Viable Systems o $ - 4 $ 820 2 5 - 12 5 1,440 16 5 2.260.00 24 Sub -totals 0 $ - 14 $ 2,870 0 S - 28 $ 3,360 58 $ 8,490.00 Task Hazen and Sawyer Description PrinclpaWP QaQC Project Engineer EBT TOTALS $ 285.00 $ 305.00 $ 165.00 $ 110.00 Total Hrs. Total Fee Admin Hrs. Sub -total Hrs. Sub -total Hrs. Sub -total Hrs. Sub -total 1 Historical Data and Current Practices Review 2 5 570 4 $ 1.220 8 $ 1.320 24 $ 2.640 38 5 5.750.00 2 AMR/AMI System Evaluation/Selection 2 5 570 12 5 3,660 24 5 3.960 r 112 $ 12,320 150 S 20.510.00 3 Conceptual Level Cost Estimate 2 $ 570 8 $ 2.440 8 5 1.320 32 5 3,520 50 $ 7.850.00 4 Pilot Evaluation of Viable Systems 2 5 570 8 $ 2,440 16 5 2,640 24 5 2,640 50 $ 8.290.00 Sub -totals 6 $ 1,710 24 $ 7,320 40 $ 6,600 168 $ 18,480 288 $ 42,400.00 $ 4,240.00 Total $ 55,130.00