Loading...
HomeMy WebLinkAboutC2019-610 - 10/23/2019 - NA TASK ORDER NO. 49 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)by Motion No. M2016-093. 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: E16264 Water and Wastewater Treatment On-Call Support 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 0.N.Stevens Water Treatment Plant and six wastewater treatment plants. 2. SCOPE OF SERVICES: Water System Engineering Support, more fully described in Exhibit A. 3. COMPENSATION: The total amount not to exceed for Task Order No. 49 only is $79,769.00. 4. PROJECT DELIVERABLE(S): Deliverables will be received in 12 months upon issuance of Notice to Proceed. 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 CHRISTI LNV,INC. JguXy.prod Dv n.h[Qe..IX.1 /!/' �N cn= .M1 Edmondsc. �Erq N. Jew 2C19'02715.Y1.51-05'00' Jeff H. Edmonds, P.E. Date Po!- Da . Leyendecker, P.E. Date Director of Engineering Services President 801 Navigation, Suite 300 Corpus Christi, TX 78408 (361)883-1984 Office danl@Invinc.com Task Order No.49 Pa SCANNED Fund Name Accounting Unit Account No. Activity No. Amount Wastewater Operating Fund 4200-33000-042 530000 E16264-01-4200-EXP $79,769.00 Task Order No.49 Page 2 of 2 City Project No. E16264 Professional Services Contract City of Corpus Christi Water/Wastewater Treatment On-Call Support Task Authorization No. 49 — Collection System Odor Control Demonstration October 21 , 2019 LNif Exhibit A Page 1 of 6 Pp US LNV = SCOPE OF WORK Project No. E16264 Water and Wastewater Treatment On-Call Support Task Authorization No. 49—Collection System Odor Control Demonstration BACKGROUND The City of Corpus Christi (City) historically used ferrous sulfate for odor control in parts of wastewater collection system.The use and dosage of the chemical was mainly based on the City's historical experience and locations of odor complaints from residents. In the recent past, the City decided to evaluate alternate chemical products to effectively address. odor complaints and reduce corrosion of components in the wastewater collection system. A part of this evaluation was completed under E16264-TA21-Wastewater Collection System Odor Control Chemical Assessment. This involved a preliminary evaluation that included historical review,sampling and analysis,drivers and treatment goal selection to address odor and corrosion issues of concern within the City's collection system. Based on review meetings available funding, four (4) sites from the Oso Basin- (Airline LS, McArdle Trunk Main, Everhart/Staples LS and Wooldridge LS) were selected for implementation. Arcadia LS that send flows Oso, Greenwood or Broadway WWTPs was also evaluated but is currently not included as a part of full-scale demonstration because of low observed H2S levels during field sampling. Under El 6264-TA 37-Wastewater Collection System Odor Control Chemical Assessment, additional field sampling and bench-scale testing was completed to further define the most appropriate chemical.This level of effort is required to complete Task 5- Selection and Implementation to assist the City through procurement process in implementing a long-term and sustainable odor control program. The purpose of this task authorization will be to continue assisting the City with additional effort to implement a 7-8 month full-scale demonstration. This additional effort can be attributed to the following factors: • Changes in implementation/procurement strategy • The number of service providers for odor control are limited due to its specialized nature and patents which may lead to sole sourcing and may not comply with the City's current procurement strategy. • To develop a strategy to avoid sole sourcing and ensuring a competitive bid process • Possibility of a full-scale trial in the initial implementation project • Additional modeling assistance • Data review assistance through the eight(8)month program • Preparation of summary letter with long-term recommendations 1 Exhibit A Page 2 of 6 vyJS - 4 r, LNV SCOPE OF WORK ADDITIONAL SERVICES: TASK 0009-GENERAL ENGINEERING Task 49.Odor Control Chemical Selection and Implementation The purpose of this task is to provide continued assistance to the City in the implementation of odor control chemicals at identified sites. The following sub-tasks are anticipated for a successful odor control program: • Procurement Assistance: Assist the City for developing a draft and final RFP document. This additional effort will be used for vendor coordination, incorporating new chemical specifications if needed, developing scoring criteria and matrix to evaluate vendor proposals once submitted. This effort also includes site visits with vendors to identify feed locations based on vendor specific constraints. • Additional Modeling Assistance: Assist the City using the City's wastewater model in readjusting flow locations and addressing vendor information requests for pump run times, flow paths, etc. • System Installation Oversight: Support the City during the start-up phase as required. Engineer to assist in coordination of monitoring efforts between the City and the selected vendors during this start-up period. • Data Analysis: Provide assistance to the City for analysis of liquid-phase and gas-phase data collected during the full-scale demonstration. The City team will continue monitoring post odor control training and share data with the Engineer,and monthly meetings will be held to discuss the performance of the full-scale demonstration and provide support as needed to address issues that may arise during operations. Fee is based on 112 hours. • Summary Letter: The Engineer will prepare a summary letter for the City at the end of full- scale demonstration which will include an evaluation of results from the full-scale demonstration and recommendations for long-term implementation at the identified four(4) locations. Deliverables: i. The Engineer will prepare chemical/vendor specifications (to include performance criteria, scoring matrix,etc.)for City's review. ii. Summary letter at the end of full-scale demonstration. 2 Exhibit A Page 3 of 6 O,. US Gid GJ LNVo X651 MeetinLs: i. Monthly coordination calls/meetings with the City to discuss performance of full-scale demonstration and assist in troubleshooting. Basis of Fee:Difficult to accurately estimate the level of effort at this time.It is assumed that a number of tasks will be performed by the City and the Engineer.Engineer's fee may be greatly impacted by the assumed division of responsibilities City Responsibilities: i. The City will lead the procurement and vendor selection procedures.The Engineer will assist with the process as detailed above. ii. The City will collect liquid-phase and vapor-phase data following vendor odor control chemical addition system implementation with a frequency of once per week during dosage optimization phase and once every month for the remainder of the full-scale demonstration. The City will provide the data to the Engineer in an Excel format for analysis. iii. City staff will supply sulfide sampling equipment(LaMotte dissolved sulfide test kit for liquid- phase data collection,and OdaLog®units for vapor-phase data collection). 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 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. Activity Anticipated Timeline DRAFT Bid Document Submission Friday,November 15 2019 FINAL Bid Document Submission 1 week after City's review Bidding and Project Award Friday,January 31,2020 Full-scale Demonstration for Four(4) Sites March 1,2020—October 31,2020 3 Exhibit A Page 4 of 6 G�PQU�q S LNV ,„„,, 18,7 FEE The services for this task authorization will be provided on a Time and Materials basis as the project is moved towards completion. The anticipated amount for this task authorization is $79,769, 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. If the level of effort exceeds this estimate,a separate task authorization will be requested. 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: Pablo Martinez, P.E. C.P.M Project Manager Engineering Department City of Corpus Christi Office: 361-826-1929 Email: PabloMl@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) (Date) 4 Exhibit A Page 5 of 6 ATTACHMENT A TASK AUTHORIZATION 49 MAN-HOUR AND FEE ANALYSIS LNV Inc. Principal/VP ,- -- EIT II TOTALS $ 265.00 $ 240.00 $ 170.00 $ 135.00 $ 120.00 Description Hrs. Sub-total Hrs. Sub-total Hrs. Sub-total Hrs. Sub-total Hrs. Sub-total Total Hrs. Total Fee 0009 General Engineering 49.Odor Control Selection and Implementation a.Procurement Assistance(RFP Development) 2 $530 8 $ 1,920 16 $ 2,720 $ - 40 $ 4,800 66 $ 9,970 b.Additional Modeling Assistance $0 4 $ 960 16 $ 2,720 8 $ 1,080 12 $ 1,440 40 $ 6,200 c.System Installation Oversight $0 4 $ 960 8 $ 1,360 $ - 12 $ 1,440 24 $ 3,760 d.Data Analysis $0 8 $ 1,920 16 $ 2,720 $ - 40 $ 4,800 64 $ 9,440 e.Meetings/Conference Calls 8 $2,120 16 $ 3,840 $ - $ - 16 $ 1,920 40 $ 7,880 f.Summary Letter 8 $2,120 4 $ 960 12 $ 2,040 $ - 12 $ 1,440 36 $ 6,560 Sub-totals 18 $4,770 44 10560 68 11560 8 $ 1,080 132 $ 15,840 270 $ 43,810.00 Hazen and Sawyer Principal/VP QAQC Senior Project Engineer-2 Project Engineer EIT TOTALS $ 285.00 $ 305.00 $165.00 $ 120.00 $ 110.00 Description Hrs. Sub-total Hrs. Sub-total Hrs. Sub-total Hrs. Sub-total Hrs. Sub-total Total Hrs. Total Fee ODCs Admin Fee Total Fee 0009 General Engineering 49.Odor Control Selection and Implementation a.Procurement Assistance(RFP Development) 2 $ 570 8 $ 2,440 16 $ 2,640 $ - 16 $ 1,760 42 $ 7,410 b.Additional Modeling Assistance $ - $ - $ - $ $ - 0 $ - c.System Installation Oversight $ - 4 $ 1,220 8 $ 1,320 $ - 4 $ 440 16 $ 2,980 $ 500 d.Data Analysis $ - 8 $ 2,440 16 $ 2,640 $ - 24 $ 2,640 48 $ 7,720 $ 1,500 e.Meetings/Conference Calls 8 $ 2,280 8 $ 2,440 12 $ 1,980 $ - 12 $ 1,320 40 $ 8,020 f.Summary Letter 4 $ 1,140 4 $ 1,220 8 $ 1,320 $ - 8 $ 880 24 $ 4,560 Sub-totals 10 $ 2,850 28 $ 8,540 52 $ 8,580 0 $ - 56 $ 6,160 146 $ 30,690 $ 2,000 $ 3,269 $ 35,959 Total Fee I$ 79,769 Attachment6fipi@ge41 of 1 Page 6 of 6