Loading...
HomeMy WebLinkAboutC2019-377 - 6/3/2019 - NA • TASK ORDER NO. 20 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 Lagoon 5 and 6 Dredging, more fully described in Exhibit A. 3. COMPENSATION —The total amount not to exceed for Task Order No. 20 only is $80,530. 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 CORfr CHRISTI LNV, INC ufroeL) t)A.1 209 Jeff •monds, P.E. Date Dan'"'7" er, P.E. late Director of Engineering Services Preside, 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 $80,530.00 Task Order No. 20 Page 1 of 1 SCANNED SCOPE OF WORK Project No. E16264 Water and Wastewater Treatment On-Call Support Task Authorization No. 20—ONSWTP Lagoon 5 and 6 Dredging BACKGROUND The City of Corpus Christi(City)owns and operates the 161.5 MGD O.N.Stevens Water Treatment Plant (ONSWTP) that currently utilizes Lagoon 5 and 6 for managing the residuals produced from the sedimentation basins. These lagoons were constructed in 1998 and have not been dredged since construction. A residuals survey conducted in September 2016 demonstrated that the lagoons are over 87%full and operating at capacity.The decant structures in these lagoons are covered with solids and are not operational as they were designed to be. The solids that are sent to the lagoons are recycled back around the sedimentation basin and cause water quality issues. Hence, there is an immediate need to dredge the lagoons for operational flexibility and to address water quality issues while long-term solids handling facilities are planned under the next phase of City Project No. 180195 (O.N. Stevens Water Treatment Plants Solids Handling and Disposal Facilities). Under this task authorization, a construction package will be prepared for dredging, dewatering and disposal of residuals from Lagoons 5 and 6. The ENGINEER will provide the following services. • Prepare Dredging Plans and Specifications • Prepare Contract Documents • Assist the City in bidding the project • Services during construction including review of submittals,RFIs,reviewing test data,tracking landfill quantities,and change order requests and attending regular construction progress meetings ADDITIONAL SERVICES: Task 0009—General Engineering The Engineer will perform the following work: 1. Design Phase Services 1.01 Project Kickoff Meeting ENGINEER will coordinate regular to conduct the kickoff meeting to discuss project goals and obtain input from the City. ENGINEER will prepare meeting minutes and will finalize and distribute after review by the City's staff. Scope Item Assumptions: • Meeting will be held at the Corpus Christi Utilities building or ONSWTP. • Utilities and Engineering Services Staff will attend progress meetings. • ENGINEER's staff working on the project remotely will dial in by phone as necessary. EXHIBIT A Page 1 of 11 Meetings: • One(1)two-hour kickoff meeting Deliverables: • Meeting Minutes and sign-in sheet. 1.02 Detailed Project Schedule and Updates ENGINEER will prepare a project schedule that summarizes all of the major tasks of the project and the critical path of the project. ENGINEER will update the project schedule as the project progresses or changes occur. 1.03 Pre-final(90%)and Final Design Upon authorization by the City,the ENGINEER will perform the pre-final design for dredging of Lagoon 5 and 6. The design will involve development of a set of contract documents,which will include construction plans, details, specifications, and other documents to establish and depict the size,character, and extent of the entire project with respect to site work, mechanical, instrumentation and electrical systems,and such other elements as may be appropriate. All of the contract plans will be prepared using the latest version of AutoCAD.As part of the final design,the ENGINEER will develop contractual conditions and instructions to bidders and will also update the project cost estimates and construction schedule,to reflect the level of design completion. As part of preparing the final design,the ENGINEER will conduct an internal constructability review. This review will focus on the ease with which the system can be constructed at the selected site,be integrated with existing facilities, and avoid interferences and other obstacles that could cause construction delays or difficulties. The ability to maintain existing facilities in service throughout construction will also be examined as part of the constructability review. Design documents will be submitted to the City at various stages during final design. The following deliverables have been established for final design,which will be provided at the 90 %and Final 100%completion points,respectively: Deliverables for Pre-final (90%)Design Completion • Front end documents • Design drawings(Approximately 13 sheets) • Specifications The 90%documents will be submitted to the City for approval. Upon receipt of the City's comments on the Pre-final(90%)deliverables,the ENGINEER will revise the set and issue Final,bid-ready documents,which will include the "front-end" documents, along with the design drawings and technical specifications. EXHIBIT A Page 2 of 11 Scope Item Assumptions: • Where possible, ENGINEER will incorporate the plan sheets from previously prepared for Lagoon 7 dredging, City Project No. E17050 in order to reduce the level of effort. It is expected that approximately 5-7 sheets can be used as a template. • The City will coordinate with TCEQ or any regulating authority if required • The City will provide an updated standard front-end(general and supplemental conditions and Division 1 specifications)documentation for inclusion into the contract documents. • All permitting/plan review fees will be paid by the City. • It is assumed that there are no known hazardous waste contaminated areas, wetlands, endangered species, or other environmentally sensitive flora or fauna which may require additional efforts during design,permitting or construction management. • The contractor will be responsible for providing all equipment, materials, labor,permits, testing, and supervision required to dredge,haul and properly deliver the residuals to the disposal site. • The residuals will be disposed of at the Cefe Valenzuela Landfill, 2397 Co. Rd. 20, Robstown,TX 78380,owned by the City of Corpus Christi(approximately 20 miles from ONSWTP). • It is assumed that Cefe Valenzuela Landfill is currently, or will be, authorized to receive the water treatment plant residual solids. Neither the Engineer nor Contractor are responsible for obtaining TCEQ authorization for the landfill. • The Contractor will be responsible for conducting and providing the following documentation as necessary for the option bid by the Contractor: • trip tickets; • detailed work plan included in bid; • percent total solids tests for each load; • paint filter tests for each load at the point of generation; • TCLP and TPH tests for every 25,000 CY disposed of at the landfill • The Contractor will NOT be responsible for tipping fees at the Cefe Valenzuela Landfill. • Existing contractor staging area near Hearn Rd. will be available to Contractor. Contractor will be responsible for maintaining the staging area in a condition that is suitable for their own use and will NOT be responsible for restoring the staging area to its existing condition. • Contractor award will be based on lowest responsive and qualified bidder but quantities on the Bid Form will be for evaluation purposes only. The bid documents will include hypothetical quantities that help to establish unit costs and to gain an understanding of the target quantities. • The total estimated quantity of residuals to be removed is approximately 9,450 DT from the lagoons. Deliverables: • 90%design review submittal • One(1)electronic pdf copy of plans and specifications • One pdf electronic copy of entire bid set • Two-sets of bound 8 1/2-inch by 11-inch specifications and five sets of half size(11-inch by 17-inch)drawings(hard copy) EXHIBIT A Page 3 of 11 1.04 QA/QC ENGINEER will document internal Quality Assurance review comments on the pre-final (90%)drawing and specifications. ENGINEER will address internal Quality Assurance review comments. 1.05 Pre-final(90%)Design Workshop ENGINEER will lead workshop to discuss the Pre-Final(90%)drawings and specifications. ENGINEER will incorporate comments from the City into the Final Design. Scope Item Assumptions: • The City staff will provide comments to the ENGINEER on the drawings and specifications. • The City staff will attend the submittal workshops. Meetings: • One(1)two-hour Pre-final(90%)Design Workshop 2. Bid Phase Services The ENGINEER will develop bid documents including contract agreement forms,general conditions and supplemental conditions,notice to bidders, instruction to bidders, insurance, bond requirements,and preparation of other contract and bid related items, specifications and drawings to describe the size and character of the entire project,description of the materials to be utilized and such other essentials as may be necessary for construction and cost analysis under this phase. 2.01 Sampling and Bench Testing Coordination&Support This task will aid in improving the accuracy and effectiveness of bids by allowing the prospective bidders to determine effectiveness of dewatering equipment and the required quantities of polymer and other dewatering aids as necessary. During bid advertisement,the ENGINEER will: • Assist bidders in obtaining residual samples from Lagoons 5&6 if requested by the City Staff. Scope Item Assumptions: • The City Staff will coordinate with all identified prospective bidders to provide access to, and oversee bidders activities inside, ONSWTP for bidders individual sampling and bench-scale testing. • The contractor shall be responsible for all sampling and testing. EXHIBIT A Page 4 of 11 • 2.02 Pre-Solicitation Workshop After a Preliminary Solicitation has been advertised on CivCast but before the Invitation to Bidders is advertised by the City,the ENGINEER will: • Assist the City in conducting a Pre-Solicitation Workshop with the prospective Bidders in order to make Bidders aware of any unique project components, inform Bidders of the project details,clarify Bidder or City questions and solicit comments,questions and input from the City and Bidders. • Prepare a draft agenda for City review, address the review comments and finalize the agenda,and document the workshop in writing within 5 working days. Scope Item Assumptions: • The City will coordinate with the bidders to assist them with sampling and testing residuals from the lagoons. Meetings: • One(1)two-hour Pre-Solicitation Workshop Deliverables: • Meeting Agenda and Meeting Minutes 2.03 Bidding Coordination and Addenda Preparation The ENGINEER will: • Answer City and Contractor questions develop written responses in the form of Contract Addenda Deliverables: • One (1) hard copy and electronic set of any required addenda for distribution to Bidders and provide overall support to City during the bid advertisement period. 2.04 Bid Evaluation and Recommendation of Award The ENGINEER will tabulate and review all bids received for compliance with the requirements of the Bid Documents, including addenda. After consultation with City,the ENGINEER will prepare a written award recommendation based on this review and knowledge of proposed contractors' and subcontractors' past performance records. EXHIBIT A Page 5 of 11 • Scope Item Assumptions: • The City will provide the budget for the project specifying the funds available for the construction contract. • This Scope of Services does not include time for the ENGINEER to assist the City in the event of bid protests. Meetings: • One(1)two-hour bid opening meeting • One(1)two-hour meeting to discuss bids with the City Deliverables: • Bid Review Form and recommendation for contract award 3. Construction Phase Services The intent of the Construction Administration Phase is to assist the City in confirming that construction of the Project is carried out in accordance with the requirements of the Contract Documents and to help facilitate and enable the Work to progress in an efficient and cost- effective manner,while maintaining facility operations. The anticipated level of effort is based on 9,450 DT of residuals being removed in 6-months of construction period. 3.01 General Project Administration and Meetings The ENGINEER will assist the City during the construction phase,by providing the following: • Participate in pre-construction meeting conference and provide a recommended agenda for critical construction activities and elements impacted by the project. • Conduct monthly progress update meetings with City staff as scheduled under Task 1. Provide progress reports to City. • Provide construction administration, quality control, value engineering support and coordination.design related services: Scope Item Assumptions: • ENGINEER will not be responsible for the means, methods, techniques, sequences or procedures of construction selected by the Contractor(s)(except as otherwise specified in the Contract Documents) or the safety precautions and programs incident to the Work of the Contractor(s). • ENGINEER to provide regular construction administration and site visits to ensure conformance with design. • The City will process applications/estimates for payments to Contractor.ENGINEER will review the payment applications prior to releasing payment to the Contractor. EXHIBIT A Page 6 of 11 • Meetings: • One(1)two-hour meeting pre-construction conference with the City • Six(6)one-hour monthly progress meetings Deliverables: • Recommended Agenda for critical construction activities • Meeting Minutes and sign-in sheet. 3.02 Review Submittals The ENGINEER will: • Receive, log and distribute for review and approval the submittals, shop drawings, samples,test results,operations and maintenance manuals,and other data that Contractor is required to submit. The ENGINEER will also evaluate the Contractor's request for substitutions. • Distribute and file the submittals after review action has been taken. The ENGINEER will follow-up to verify that revisions are made and resubmitted as required and will verify that such required submittals are received and approved prior to installation or payment for the materials covered. • Review the schedule of shop drawing submissions and schedule of values prepared by Contractor and will discuss status of the submittals at construction progress meetings. The ENGINEER will be responsible for completing the submittal reviews within 15 business days and for monitoring the status and timeliness of responses. • Maintain a submittal log showing dates of submittal, transmittal action to other sub- consultants,dates of return and review action. Deliverables: • Updated Submittals Log • Reviewed Submittals with Submittal Status 3.03 Issue Interpretations and Clarifications(RFI's) The ENGINEER will: • Act as a point of contact for interpretation of the requirements of the Contract Documents and judge of the acceptability of the work based on the requirements shown or specified. • Respond to Requests for Information (RFI) within five (5) business days and for monitoring the status and timeliness of responses. • Maintain a RFI log showing dates of submittal,transmittal action to other sub-consultants, dates of return,and a summary of the response. EXHIBIT A Page 7 of 11 Deliverables: • Updated RFI Log • RFI Responses • Contractor or City-Requested Change Reviews as necessary • Contract Document Interpretations and Clarifications as necessary 3.04 Site Visits The ENGINEER will conduct regular visits to the site(at least one(1)per month)to familiarize themselves with the status of work, make spot checks of work-in-progress, verify conformance with the design intent,and conduct detailed coordination of construction issues. During site visits the ENGINEER will verify quantities and characteristics of residuals being dredged and dewatered along with moisture content of the solids at various stages of dewatering and residuals levels in the Lagoons based on Contractor daily logs in order to track and provide the data to the City monthly. A total of six (6) two-hour site visits are anticipated for the duration of construction. 3.05 Change Orders ENGINEER will review cost and time estimates for change orders and for Contractor's claims for additional cost or compensation due to differing site conditions, force majeure, material or equipment shortages, or other causes in order to determine whether they are justified under the Contract.The ENGINEER will also provide an estimate of the additional Design Consultant costs (if any)that would be incurred as a result of the change order. 3.06 Substantial Completion/Final Acceptance Inspection Following notice from the Contractor,the ENGINEER and other Project Team members will conduct an inspection to determine if the Project is substantially complete in accordance with the construction documents. If the ENGINEER considers the work substantially complete,then the ENGINEER will deliver to City and the Contractor a Certificate of Substantial Completion and a list of observed items requiring completion or correction (punch list), date for completion for the punch list, and recommendation for division of responsibilities between the City and the Contractor. Project Team members will conduct a final inspection to determine if the finished Work has been completed to the standard required by the Contract Documents and that Contractor has fulfilled its obligations as required. A final list of items to be completed or corrected in accordance with the requirements of the construction documents will be prepared and submitted to the Contractor. After the Contractor has completed the work of the final punch list and upon written notice from the Contractor,the ENGINEER will review and determine that items on the final list have been completed or corrected and make recommendations to the City concerning acceptance and final payment. EXHIBIT A Page 8 of 11 Scope Item Assumptions: • ENGINEER will maintain the punch-list of final construction items. • The City will conduct the final inspection with the Engineer. Meetings: • N/A Deliverables: • Substantial Completion Recommendation • Substantial Completion Punch List • Final Completion Recommendation • Final Completion Punch List 4. Tracking Residual Quantities This task will help in tracking the project progress and sludge removal rates. The ENGINEER will provide the following services. • Track program progress,expenditures and available program funds by compiling Contractor pay requests and sludge removal quantities from contractor daily logs and will provide the data to the City monthly. • Track and tabulate daily percent solids testing and landfill tickets to calculate total Contractor production. • Review percent solids lab test results for consistency and accuracy. Coordinate with City, Contractor and third-party lab in case of discrepancies to remedy the discrepancy. • Provide regular updates to the City on funds allocated and funds remaining. • Coordinate with City staff on any required changes throughout the duration of the project as directed by the City. The services described under this task are based on removal of approximately 9,450 DT of solids and for a duration not to exceed six months. The Contractor daily logs should include dredging progress, quantities and characteristics of residuals dredged and dewatered, moisture content of the solids at various stages of dewatering, residuals level, average residual removal rate, and dewatering rates. Scope Item Assumptions: • The City (Cefe Valenzuela Landfill staff) will provide weekly trip ticket/scale reports showing the weight of each individual load of ONSWTP residuals received at Cefe Valenzuela. EXHIBIT A Page 9 of 11 • SCHEDULE The Engineer's services shall be performed in a timely manner consistent with sound professional practices. The Engineer will complete work according to the schedule provided below. Duration Activity NTP TBD 4 weeks after NTP Pre-final Design 6 weeks after NTP City Review 7 weeks after NTP Final Design 16 weeks after NTP Bidding and Contract Award 42 weeks after NTP Dredging Operation Completion 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 total fee is estimated to be $80,530 as shown in Attachment A. Fee for Task 1: The services will be provided on a LUMP SUM basis for Task 1 as the project is moved towards completion. The anticipated amount for this task authorization is $28,910 as shown in Attachment A. Fee for Task 2 -4: The services will be provided on a Time&Material basis for Task 2-5 as the project is moved towards completion. The anticipated amount for this task authorization is $51,620 as shown in Attachment A. If the level of effort exceeds this estimate,a separate task authorization will be requested. EXHIBIT A Page 10 of 11 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: Alex Barabanov,P.E. Senior Project Manager City of Corpus Christi Office: 361-826-1873 Email: AlexBa(acctexas.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) (Date) EXHIBIT A Page 11 of 11