Loading...
HomeMy WebLinkAboutC2019-611 - 10/23/2019 - NA TASK ORDER NO. 50 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 O.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. 50 only is $90,575.00. 4. PROJECT DELIVERABLE(S): Deliverables will be received in 17 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. / Digitally signed by Jeff Edmonds O,N: n-Jett EdrrorAs,o, / 2019 9102. /03//9 em il-yero-eye@cae=as.com,c=us Oa(e.2019.10.23 15:3d:05-05'00' Jeff H. Edmonds, P.E. Date Da S. 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.50 SCAN 1tED Fund Name Accounting Unit Account No. Activity No. Amount Wastewater Operating Fund 4200-33000-042 530000 E16264-01-4200-EXP $90,575.00 Task Order No.50 Page 2 of 2 Professional Services Contract City of Corpus Christi Water/Wastewater Treatment On-Call Support City Project No. E16264 Task Authorization No. 50 Oso WRP Traveling Bridges Assessment and Repair October 14, 2019 LNif Exhibit A Page 1 of 6 „,„, ,,,, LNV ; Ja SCOPE OF WORK Water and Wastewater Treatment On-Call Support Project No. E16264 Task Authorization No. 50—Oso WRP Traveling Bridges Assessment and Repair BACKGROUND & PURPOSE The Oso Water Reclamation Plant(Oso WRP)was originally constructed in 1941. It has an annual average flow(AAF)treatment capacity of 16.2 million gallons per day(MGD)and a peak two(2)hour capacity of 98 MGD. The flow is treated by two trains—the East and West Plant. Each plant has four (4) clarifiers and travelling bridges. At present, Traveling Bridge #1 and Traveling Bridge #4 in the West Plant and Traveling Bridge#5 in the East Plant are out of service. While all traveling bridges are anticipated to be replaced as a part of the next phase of Oso WRP Infrastructure Rehabilitation and Improvements project (City Project E12206), the design, bid and construction of the project is anticipated to take approximately 4-5 years.Due to the criticality of the bridges and the impact they have on wet weather capacity, City staff reached out to LNV to develop options for immediate rehabilitation of the three (3) traveling bridges currently out of service. Rehabilitation of the traveling bridges will ensure that the clarifier mechanism is restored or replaced to immediately improve reliability of the units and in the long-term provide some flexibility in the treatment process, if any unit goes out of service. In addition to the recommendations for immediate repairs, City staff would like to consider expediting the replacement of Traveling Bridge #4 and evaluate what it would cost to convert an existing rectangular clarifier to a circular clarifier. The scope of this task authorization consists of the following main tasks related to the repair/rehabilitation of the traveling bridges. • Task 050A—Traveling Bridge Assessment and Immediate Repair/Rehabilitation On October 1, LNV presented three(3)rehabilitation options for the City's consideration and the City decided to move forward with Option 1-Immediate Repair/Rehabilitation of the bridges. The scope of this task authorization involves assisting the City with the implementation of Option 1 and the repair/rehabilitation of the bridges. Under this task authorization, LNV will coordinate with two (2) specialized traveling bridge manufacturers to perform site visits. The manufacturers will assess the current condition of the traveling bridges and present a list of immediate improvements for LNV's consideration. LNV will evaluate the recommendations and associated proposals and recommend the best path forward to the City. Once the City has selected the repair/rehabilitation method most suited to their needs,the City will have the following options: o Option 1 —Issue a PO to one of the two companies to perform the desired repairs o Option 2—Prepare a set of plans&specs clearly defining the repairs needed and issue a bid package for a competitive sealed bid This task authorization is to be billed on a Time and Materials (T&M) basis. For the purpose of estimating a conservative level of effort,it is assumed for now that the City will choose Option 2.Based on proposals received, if the City chooses to go with Option 1, the level of effort for the task will be reduced accordingly. 1 Exhibit A Page 2 of 6 LNV • Task 050B—Expedite Traveling Bridge Replacement Coordinate with both specialized manufacturers to prepare a proposal to replace a single traveling bridge at the plant to assist in confirming performance and also to provide an idea of anticipated cost for the City's consideration. LNV will coordinate with the manufacturers and assist the City by providing all necessary support for successful replacement. • Task 050C—Existing Rectangular to Circular Clarifier Conversion Cost Estimate The scope of this task includes engineering services to prepare a high-level cost estimate for the conversion of rectangular clarifiers to circular clarifiers. SCOPE OF WORK BASIC SERVICES: The Engineer will perform the following: Task 050A—Traveling Bridge Assessment and Immediate Repair/Rehabilitation • Conduct one (1) meeting each with representatives of both manufacturers (GH Systems/SEW Eurodrive and Ovivo)to discuss project objectives,background and results of assessments. • Coordinate with both manufacturers to set up separate site visits for manufacturers to assess the condition of the traveling bridges on field. • Review list of recommendations and proposals provided by both manufacturers. • Conduct meeting with City staff to present evaluation of recommendations and proposals and recommend best path forward. • Based on alternative selected by the City,develop a set of plans and specifications clearly defining the repairs needed and issue a bid package for a competitive sealed bid. • Assist City with evaluating bids received and provide letter of bid recommendation. • Assist City during construction by reviewing submittals,providing responses to RFIs and providing construction observation services as necessary. Task 050B—Expedite Traveling Bridge Replacement • Coordinate with both manufacturers and Oso WRP plant staff to identify design/performance criteria of the proposed traveling bridge at the plant. • Review performance data as provided by each manufacturer. • Evaluate performance and cost estimates information provided by both manufacturers. • Conduct meeting with City staff to present evaluation of recommendations,proposals and recommend best path forward. 2 Exhibit A Page 3 of 6 O yUS C,4. > Jk LNV • Based on replacement method selected by the City, develop a set of plans and specifications and issue a bid package for the implementation of the permanent improvement at the plant. • Assist City with evaluating bids received and provide letter of bid recommendation. • Assist City during construction by reviewing submittals,providing responses to RFIs and providing construction observation services as necessary. Task 050C—Existing Rectangular to Circular Clarifier Conversion Cost Estimate • Evaluate up to two(2)circular clarifier equipment mechanisms and identify a suitable equipment type for the proposed conversion. • Determine size of clarifier units while providing a hydraulic capacity to treat current two-hour peak flow capacity of 98 MGD. • Provide a high-level cost estimate for the conversion of rectangular clarifier to a circular clarifier,as requested by the City. DELIVERABLES Task 050A—Traveling Bridge Assessment and Immediate Repair/Rehabilitation • One(1)electronic copy of bid package consisting of construction plans and specifications for selected repair/rehabilitation method • One(1)electronic copy of bid recommendation letter Task 050B—Expedite Traveling Bridge Replacement Implementation • One(1)electronic copy of bid package consisting of construction plans and specifications for implementation of permanent improvement. • One(1)electronic copy of bid recommendation letter Task 050C—Existing Rectangular to Circular Clarifier Conversion Cost Estimate • One(1)electronic copy of recommended equipment type,size of proposed clarifier units and associated cost estimate for conversion of rectangular to circular clarifier. 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. 3 Exhibit A Page 4 of 6 upeus c�,�„ LNV ,; IBS? 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. TASK TASK DESCRIPTION DURATION NUMBER Notice to Proceed(NTP) To be Determined(TBD) 050A Traveling Bridge Assessment and Immediate 6 months after NTP Repair/Rehabilitation 10 months after NTP (Design—3 months 050B Expedite Traveling Bridge Replacement Bid—3 months Construction—4 months) 050C Existing Rectangular to Circular Clarifier 4 weeks from NTP Conversion Cost Estimate 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 $90,575.00.The Engineer shall not incur any cost in excess of this not-to-exceed amount without prior written authorization from the City. 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 4 Exhibit A Page 5 of 6 Attachment A Task Authorization No.50 Man-hour and Fee Analysis LNV Inc. Senior Project Manager Project Manager Project Engineer EIT III CAD Technician II TOTALS $ 230,00 S 205.00 $ 100.00 $ 135.00 $ 90.00 Task Description Hrs. Sub-total Hrs. Sub-total Hrs. Sub-total Hrs. Sub-total Hrs. Sub-total Total Hrs. Total Fee 050A Traveling Bridge Assessment and Immediate Repair/Rehabilitation - Meetings with manufacturers(2) 4 $ 920 $ - 4 $ 720 $ - $ - 8 $ 1.640.00 - Coordination with manufacturers&City staff 2 $ 460 4 $ 820 8 $ 1,440 $ - $ - 14 $ 2.720.00 - Review of list of recommendations 1 $ 230 1 $ 205 4 $ 720 4 $ 540 $ - 10 $ 1,695.00 - Recommendation&meeting with City staff 2 $ 460 2 $ 410 2 $ 360 2 $ 270 $ - 8 $ 1.500.00 - Development of bid package 2 $ 460 4 $ 820 16 $ 2,880 40 $ 5,400 32 $ 2.880 94 $ 12.440.00 - Bid phase assistance 1 $ 230 8 $ 1,640 20 $ 3,600 $ - $ - 29 $ 5.470.00 - Construction phase assistance 1 S 230 4 S 820 16 $ 2,880 24 $ 3,240 $ - 45 S 7,170.00 Subtotal for Task 050A 13 $ 2,990 23 $ 4,715 70 $ 12,600 70 1$ 9,450 32 $ 2,880 208 $ 32,635.00 050B Expedite Traveling Bridge Replacement Coordination with two manufacturers to set up 2 $ 460 $ 8 $ 1 440 $ - $ - 10 $ 1,900.00 pilot - Review of performance and cost data 1 $ 230 2 $ 410 8 $ 1,440 8 $ 1,080 $ - 19 $ 3,160.00 - Recommendation 8 meeting with City staff 2 $ 460 $ - 4 $ 720 4 $ 540 $ - 10 $ 1.720.00 - Development of bid package 4 $ 920 16 $ 3.280 32 $ 5,760 80 $ 10,800 80 $ 7,200 212 $ 27.960.00 - Bid phase assistance 2 $ 460 8 $ 1,640 20 $ 3,600 20 $ 2,700 $ - 50 $ 8,400.00 - Construction phase assistance 2 $ 460 4 $ 820 24 $ 4.320 32 $ 4,320 $ - 62 $ 9.920.00 Subtotal for Task 050B 13 $ 2,990 30 $ 6,160 96 $ 17,280 144 $ 19,440 80 $ 7,200 363 $ 53,060.00 050C Existing Rectangular to Circular Clarifier Conversion Cost Estimate Identify suitable equipment type and size of 1 $ 230 2 $ 410 4 $ 720 8 $ 1,080 $ - 15 $ 2.440.00 proposed units for conversion - Develop cost estimates 1 $ 230 2 $ 410 4 $ 720 8 $ 1.080 $ - 15 $ 2.440.00 Subtotal for Task O50C 2 $ 460 4 $ 820 8 $ 1,440 16 $ 2,160 0 $ - 30 $ 4,880.00 Total for Task Authorization 50 28 $ 6,440 67 $ 11,686 174 $ 31,320 230 $ 31,050 112 $ 10,080 I 601 $ 90,575.00 Exhibit A Page 6 of 6