Loading...
HomeMy WebLinkAboutC2018-750 - 11/13/2018 - NA TASK ORDER NO. 33 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—Packery Channel Waterline Crossing Evaluation, more fully described in Exhibit A. 3. COMPENSATION —The total amount not to exceed for Task Order No. 33 only is $12,450.00 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 CO- - -ISTI LNV, INC. / ///3//1/ //L�. 1t`1311g ff H. Edmonds, .E. Dan , -. . 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 Fund 4010-31010-062 530000 E16264-01-4010-EXP $12,450.00 C2018-750 11/13/18 LNV Inc. SflANNFfl City Project No. E16264 Professional Services Contract City of Corpus Christi Water/Wastewater Treatment On-Call Support Task Authorization No. 33—Packery Channel Waterline Crossing Evaluation November 6, 2018 INV EXHIBIT A Page 1 of 6 LNV SCOPE OF WORK Project No.E16264 Water and Wastewater Treatment On-Call Support Task Authorization No. 33—Packery Channel Waterline Crossing Evaluation PURPOSE The City of Corpus Christi is responsible,by agreement,for supplying water to Nueces County Water Improvement District No.4(NC WID#4).Water is supplied to the area via a 24-inch line from the Flour Bluff area to the Sand Dollar Pump Station. From Sand Dollar Pump Station,water is then transmitted through a 20-inch line(consisting of twin 16-inch lines crossing the Packery Channel)to the NCWID#4 system. During a recent storm event,the 20-inch water line to NCWID#4 was damaged and water supply to the region from the City of Corpus Christi had to be halted. To avoid a similar situation in case of future storm/severe weather events,the City wants to take steps to improve the redundancy and reliability of the water distribution system in the area. In this regard, the City has requested that the following alternatives be evaluated to help the City determine the most feasible option to add redundancy and increase water distribution system reliability. • Option 1:Construction of 20-inch waterline from existing twin 16-inch waterlines(northside of the Packery Channel)to Zahn Drive. • Option 2:Construction of 20-inch waterline from existing twin 16-inch waterlines(southside of the Packery Channel)to Zahn Drive. • Option 3: Construction of 20-inch waterline from PK Road 53 (opposite Padre Island Burger Company)to Zahn Drive. • Option 4:, Construction of 20-inch waterline from PK Road 53 (opposite Padre Island Burger Company)to Fire Station No. 16. In addition,this task authorization will also evaluate the installation of a 4-inch conduit for fiber optics cabling to assist City MIS staff with connection of Fire Station 16 to the City's SCADA system. • Option 1:Construction of 4-inch fiber optics conduit from Sand Dollar Pump Station to Zahn Drive. • Option 2:Construction of 4-inch fiber optics conduit from Sand Dollar Pump Station to Fire Station 16. The purpose of this task authorization is to evaluate each of the above alternatives and provide recommendations for the material, depth and method of construction for the proposed waterlines and MIS conduits. In addition,this task authorization will also provide the Engineer's opinion of probable construction cost for each alternative. EXHIBIT A Page 2 of 6 LNV SCOPE OF WORK ADDITIONAL SERVICES: Task 0009—General Engineering The Engineer will perform the following: • Attend kick-off meeting with City staff to determine the objectives and requirements for the project. • Review existing plans,reports and easement information available for the proposed construction area. • Analyze options for waterline and MIS conduit construction listed above and provide the following information for each: o Proposed waterline length,material and depth o Proposed MIS conduit length,material and depth o Method of construction o Engineer's opinion of probable construction cost • Prepare a technical memorandum for City review. Notes and Assumptions: i. This memorandum will only present the method of construction, material of construction, proposed line depth and estimated construction cost for the different alternatives.Based on this information,the City staff will decide the most feasible alternative for construction. ii. The proposed water line and fiber optic conduit sizes are pre-determined by City staff. iii. It is assumed that the proposed water line and fiber optic conduit will be constructed within the existing City of Corpus Christi or Texas Department of Transportation(TxDOT)right-of-way. No additional cost is included in the estimates for acquiring land for easements; however, additional effort required to obtain permits for construction from TxDOT and US Army Corp of Engineers(USACE)is included in the cost estimates. iv. A new project for the dredging of Packery Channel is currently in the works.The information about the dredging including proposed depth of dredging was provided by City staff. Depths for the proposed waterline and fiber optic conduit is based on the new proposed depth of the channel. v. It has been noted by the City that the capacity of the Sand Dollar Pump Station will need to be increased to meet any future large water demand from NCWID#4.Since the future demand has not been evaluated under this scope,the cost for modifications of the Sand Dollar Pump Station has not been included in the cost estimates shown in this memorandum. DELIVERABLES The Engineer will prepare a DRAFT Technical Memorandum containing the evaluation of alternatives for review and approval by the City. Upon receipt of comments, the Engineer will incorporate the comments into the FINAL memorandum and provide one (1) electronic copy to the designated City Task Authorization Manager. EXHIBIT A Page 3 of 6 LNV 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 Task 0009—General Engineering • DRAFT Technical Memorandum 2 weeks after NTP • FINAL Technical Memorandum 2 business days after receipt of comments 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 Engineer shall begin work immediately upon receipt of the executed Task Authorization and/or Notice to Proceed(written or emailed). FEE The services under this task authorization will be provided on a Lump Sum(LS)basis.The anticipated amount for this task authorization is$12,450.00,as shown in ATTACHMENT A.The Engineer shall not incur cost in excess of this not-to-exceed amount without prior written authorization from the City. EXHIBIT A Page 4 of 6 0.p U•. LNV 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(Qa cctexas.com APPROVAL The undersigned has reviewed and approved this Task Authorization and recommends LNV, Inc. to perform the work as presented: Recommended by: (Printed Name) CO a-.7,10 / (Date) EXHIBIT A Page 5 of 6 Attachment A Task Authorization No.33 Man-hour and Fee Analysis LNV Inc. PekANaYVP S. ,I.V. FST11 Sr LADE TscA cA00Tenh UNVTOTAL $nano I S 230.00 S 170.00 rim= 3115.00 S*cm Task f —I t- _. __ _- Total Kn.; TtNat Foe j Oss n Hes. ,psm.pm Fks. Hina. ; Hrs. 6.+tr i His. 6414-tztai Hix. iub.tota1; Hrs. fub.aotrt 1 __ __ 0009 General Enptneeriny . - K0 Meeting with Gty S 2 S 460 2 S 340 2 S 240 S - S - 6 S 1,040 - Re�Aowofetdstinglrtannason S - S - e S 1,360 8 $ 980 S - S - 16 S 2320 • DRAFT IectncalrtxrnotsrtGurt 1 S 265 4 S 920 18 S 2,720 24 5 2880 4 S 460 8 S 540 55 S 7785 FINAL terJTul menarartdun 1 5 255 2 S 480 2 S 340 2 5 240 5 - S - 7 S 1.305 2 !$ s70.00? S S 9„MOOS• 2s $4,750.00 M 54,329.00 4 ) 41430S 4S4 � S S 440.00 a4 d 1 13.4 EXHIBIT A Page 6 of 6