Loading...
HomeMy WebLinkAboutC2019-053 - 3/6/2019 - NA TASK ORDER NO. 40 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-ONSWTP Liquid Chlorine Piping Replacement, more fully described in Exhibit A. 3. COMPENSATION -The total amount not to exceed for Task Order No. 40 only is $35,000. 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 • - -U C -ISTI LNV, INC. 3� l lur 3 /9 Jeff H. Edmonds, P.E. D�e7/ --Por-D S. Leyendecker, 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 Fund 4010-31010-062 530000 El 6264-01-4010-EXP $35,000.00 C2019-053 3/06/19 LNV Inc. Task Order No. 40 Pagelof SrJANrED Professional Services Contract City of Corpus Christi Water/Wastewater Treatment On-Call Support City Project No. E16264 Task Authorization No. 40 ONSWTP Liquid Chlorine Piping Replacement - Bid and Construction Phase February 22, 2019 LAN EXHIBIT A Page 1 of 4 `OPPUS CI�9O��R LNV -,qzsrs SCOPE OF WORK Water and Wastewater Treatment On-Call Support Project No. E16264 Task Authorization No. 40—ONSWTP Liquid Chlorine Piping Replacement- Bid and Construction Phase 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 was in very poor condition and was in need of replacement. Task authorization No. 26 was previously executed 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).The task authorization covered the design effort for the piping replacement and provided drawings and specifications for piping, fittings,and appurtenances. The purpose of this task authorization is to continue the work started under task authorization 26. Due to the critical nature of the project, this task authorization will assist the City by providing extensive construction phase support services for the successful replacement of liquid chlorine piping. SCOPE OF WORK BASIC SERVICES: The Engineer will perform the following: Task 0001 —Bid and Construction Phase 1. Due to the specialized nature of work to be performed, confirm Contractor's qualifications are per requirements. 2. Review shop drawings and submittals for conformance with contract documents. 3. Make up to seven(7)site visits including a final inspection with the City staff to observe general progress and quality of construction. 1 EXHIBIT A Page 2 of 4 sous ch o +, LNV O4 DELIVERABLES Not Applicable. 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. MONTHS TASK TASK DESCRIPTION DURATION 1 2 3 4 5 6 0001 Bid and Construction Phase ■.■■■■ Bid Phase 3 months ■■■ - Product Submittal by Supplier/Manufacturer 2 weeks ■.■ ■■ - Piping&Appurtenances Manufacture* 3 Weeks ■.■ ■ - Installation of Piping on Site 3 weeks ■..■ ■ ,Vote: *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$35,000.00.The Engineer shall not incur any cost in excess of this not-to-exceed amount without prior written authorization from the City. 2 EXHIBIT A Page 3 of 4 eUs r., • SOP of LNv :,,,,,t0 , o gym J h rei 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: D. Grimsbo,P.E. A.LC.P J EFF L.o:)r>7a^...)Ds Exe tive Directors • ilities Department o or u ' risti r_-___Cit City p (---1-- )e-__ Tog. DE t___►UC,r1G IBJ (_ Office: 3' 4:26-1874 Fax- . .1-826- : :9 6C-72 ✓ /L - ail: DanG cct- : .com APPROVAL The undersigned has reviewed and approved this Task Authorization and authorizes LNV, Inc.to perform the work as presented: A thorned by: ...2,i9)AN. ' / r /)4ti 6'7? /i19 S Q (Printed Name) 0/ m/kit (f / 7 (Date) 3 EXHIBIT A Page 4 of 4