Loading...
HomeMy WebLinkAbout03-17-20 EO&WR Committee PacketOTAY WATER DISTRICT ENGINEERING, OPERATIONS & WATER RESOURCES COMMITTEE MEETING and SPECIAL MEETING OF THE BOARD OF DIRECTORS 2554 SWEETWATER SPRINGS BOULEVARD SPRING VALLEY, CALIFORNIA BOARDROOM TUESDAY March 17, 2020 11:30 A.M. This is a District Committee meeting. This meeting is being posted as a special meeting in order to comply with the Brown Act (Government Code Section §54954.2) in the event that a quorum of the Board is present. Items will be deliberated, however, no formal board actions will be taken at this meeting. The committee makes recommendations to the full board for its consideration and formal action. AGENDA 1. ROLL CALL 2. PUBLIC PARTICIPATION – OPPORTUNITY FOR MEMBERS OF THE PUBLIC TO SPEAK TO THE BOARD ON ANY SUBJECT MATTER WITHIN THE BOARD'S JU- RISDICTION BUT NOT AN ITEM ON TODAY'S AGENDA DISCUSSION ITEMS 3. APPROVE AN INCREASE TO THE CIP P2561 BUDGET IN THE AMOUNT OF $150,000 (FROM $2,300,000 TO $2,450,000) AND APPROVE CHANGE ORDER NO. 1 TO THE EXISTING CONSTRUCTION CONTRACT WITH LAYFIELD USA CORPORATION IN AN AMOUNT NOT-TO-EXCEED $105,535.48 FOR THE RES- ERVOIR 711-3 FLOATING COVER AND LINER REPLACEMENT PROJECT (MAR- TIN) [5 minutes] 4. APPROVE CHANGE ORDER NO. 4 TO THE EXISTING CONSTRUCTION CON- TRACT WITH CASS CONSTRUCTION, INC. dba CASS ARRIETA IN AN AMOUNT NOT-TO-EXCEED $1,880 FOR THE VISTA VEREDA AND HIDDEN MESA ROAD WATER LINE REPLACEMENT PROJECT [MARTIN] (5 minutes) 5. APPROVE CHANGE ORDER NO. 6 TO THE EXISTING CONSTRUCTION CON- TRACT WITH PACIFIC HYDROTECH CORPORATION IN THE AMOUNT OF $40,125.89 FOR THE 870-2 PUMP STATION REPLACEMENT PROJECT (MARTIN) [5 minutes] 2 6. ADJOURNMENT BOARD MEMBERS ATTENDING: Tim Smith, Chair Gary Croucher All items appearing on this agenda, whether or not expressly listed for action, may be delib- erated and may be subject to action by the Board. The Agenda, and any attachments containing written information, are available at the Dis- trict’s website at www.otaywater.gov. Written changes to any items to be considered at the open meeting, or to any attachments, will be posted on the District’s website. Copies of the Agenda and all attachments are also available through the District Secretary by contacting her at (619) 670-2280. If you have any disability that would require accommodation in order to enable you to partici- pate in this meeting, please call the District Secretary at 670-2280 at least 24 hours prior to the meeting. Certification of Posting I certify that on March 13, 2020 I posted a copy of the foregoing agenda near the regu- lar meeting place of the Board of Directors of Otay Water District, said time being at least 24 hours in advance of the meeting of the Board of Directors (Government Code Section §54954.2). Executed at Spring Valley, California on March 13, 2020. /s/ Susan Cruz, District Secretary STAFF REPORT TYPE MEETING:Regular Board MEETING DATE: April 1, 2020 SUBMITTED BY:Dan Martin Assistant Chief of Engineering PROJECT: P2561-001103 DIV. NO. 2 APPROVED BY: Rod Posada, Chief, Engineering Mark Watton, General Manager SUBJECT:Approval to Increase the CIP P2561 Budget in an Amount of $150,000 and approval of Change Order No. 1 in an amount not-to-exceed $105,535.48 to the Construction Contract with Layfield USA Corporation for the Reservoir 711-3 Floating Cover and Liner Replacement Project GENERAL MANAGER’S RECOMMENDATION: That the Otay Water District (District) Board of Directors (Board): 1. Increase the budget for CIP P2561 by $150,000 (increase the CIP budget for P2561 from $2,300,000 to $2,450,000); and2. Approve Change Order No. 1 to the existing constructioncontract with Layfield USA Corporation (Layfield) in an amountnot-to-exceed $105,535.48 for the Reservoir 711-3 FloatingCover and Liner Replacement Project (see Exhibit A for Project location). COMMITTEE ACTION: Please see Attachment A. PURPOSE: To obtain Board authorization to increase the CIP P2561 budget in the amount of $150,000 from $2,300,000 to $2,450,000 and to obtain Board authorization for the General Manager to execute Change Order No. 1 in an amount not-to-exceed $105,535.48 to the construction contract with Layfield for the Reservoir 711-3 Floating Cover and Liner Replacement Project (Project). AGENDA ITEM 3 2 ANALYSIS: The 16 million gallon 711-3 Reservoir was originally constructed with its existing reinforced polypropylene (RPP) floating cover and liner in 2002. In the last few years, the floating cover has been repeatedly repaired to maintain the integrity of the cover material. Dive videos taken showed leaks and sunlight penetrating the floating cover in many places. It was no longer cost effective to continue to repair the existing cover that has reached the end of its life expectancy. The Project scope of work generally consists of the removal and replacement of the existing reservoir liner and floating cover with a new reinforced chlorosulfonated polyethylene (CSPE) liner and floating cover. The CSPE geomembrane will have a 30 year warranty. The warranty will not be prorated for the first 15 years, and then prorated for years 16 through 30. The floating cover work is very specialized and requires that the installation be performed by contractors that are certified to install the CSPE material, which is supplied by Burke Environmental Products. At the July 11, 2018 Board meeting, the Board awarded a construction contract in the amount of $1,997,000.40 to Layfield. A Notice to Proceed was issued on August 1, 2018. Change Order No. 1 (Exhibit B), which is the subject of this staff report, serves to close out the construction contract and includes the following items associated with the 711-3 Reservoir cover and liner installation project: • Addition of five (5) calendar days for use of Bid Item 8 – Reservoir Improvement Allowance associated with cathodic repair work. • Addition of two (2) calendar days for use of Bid Item 8 – Reservoir Improvement Allowance associated with the construction of additional anchor bolts. • Reconciliation of unused portion of Bid Item 8 – Reservoir Improvement Allowance. • Owner directed slope repair acceleration costs and additional time (151 calendar days) associated with work resequencing and production impacts as part of post weather cumulative impacts. • Costs and time (81 calendar days) associated with contractor efforts to identify and temporarily repair a water leak in an existing concrete structure. • Reimbursement of lost water at the 711-3 Reservoir resulting from failed bacteriological and VOC testing. 3 • Reimbursement for liquidated damages from November 12, 2019 until Substantial Completion on November 27, 2019. • Addition of eighteen (18) calendar days due to weather impacts per Contract Specifications. In total, the cost associated with the items in Change Order No. 1 is $105,535.48. Time impacts associated with this change are also provided in Exhibit B. The two hundred and fifty-seven (257) additional days added to the contract will result in a revised total contract duration of 469 calendar days. As of November 27, 2019, the Project was substantially complete and the 711-3 Reservoir has been returned to service. FISCAL IMPACT: Joe Beachem, Chief Financial Officer The total budget for CIP P2651, as approved in the FY 2020 budget, is $2,300,000. Total expenditures, plus outstanding commitments and forecast including this contract, are $2,448,670. See Attachment B for budget detail. Based on a review of the financial budget, the Project Manager anticipates that with a budget increase of $150,000, the Project will be completed within the new budget amount of $2,450,000. The Finance Department has determined that, under the current rate model, 100% of the funding will be available from the Replacement Fund. GRANTS/LOANS: Engineering staff researched and explored grants and loans and found none available for this Project. STRATEGIC GOAL: This Project supports the District’s Mission statement, “To provide exceptional water and wastewater service to its customers, and to manage District resources in a transparent and fiscally responsive manner” and the General Manager’s Vision, "To be a model water agency by providing stellar service, achieving measurable results, and continuously improving operational practices." 4 LEGAL IMPACT: None. DM/RP:jf P:\WORKING\CIP P2561 711-3 Reservoir Cover-Liner Replacement\Staff Reports\BD 04-01-20 Layfield\BD 04-01-20 Staff Report 711-3 Res CO No 1.docx Attachments: Attachment A – Committee Action Attachment B – Budget Detail Exhibit A – Location Map Exhibit B – Change Order No. 1 ATTACHMENT A SUBJECT/PROJECT: P2561-001103 Approval to Increase the CIP P2561 Budget in an Amount of $150,000 and Approval of Change Order No. 1 in an amount not-to-exceed $105,535.48 to the Construction Contract with Layfield USA Corporation for the Reservoir 711-3 Floating Cover and Liner Replacement Project COMMITTEE ACTION: The Engineering, Operations, and Water Resources Committee (Committee) reviewed this item at a meeting held on March 17, 2020. The Committee supported Staff's recommendation. NOTE: The “Committee Action” is written in anticipation of the Committee moving the item forward for Board approval. This report will be sent to the Board as a Committee approved item, or modified to reflect any discussion or changes as directed from the Committee prior to presentation to the full Board. ATTACHMENT B – Budget Detail SUBJECT/PROJECT: P2561-001103 Approval to Increase the CIP P2561 Budget in an Amount of $150,000 and Approval of Change Order No. 1 in an amount not-to-exceed $105,535.48 to the Construction Contract with Layfield USA Corporation for the Reservoir 711-3 Floating Cover and Liner Replacement Project 3/9/2020 Budget 2,300,000 Planning & Design Consultant Contracts 5,867 5,867 - 5,867 LAYFIELD USA CORPORATION 3,308 3,308 - 3,308 NV5 INC Regulatory Agency Fees 50 50 - 50 PETTY CASH CUSTODIAN Standard Salaries 45,695 45,695 - 45,695 Total Planning 54,920 54,920 - 54,920 Construction 3,469 3,469 - 3,469 CLARKSON LAB & SUPPLY 1,997,000 1,822,250 174,750 1,997,000 LAYFIELD USA CORPORATION 105,536 - 105,536 105,536 Change Order No. 1 55,680 55,680 - 55,680 ALYSON CONSULTING 1,040 1,040 - 1,040 RFYEAGER ENGINEERING LLC 318 318 - 318 CORE & MAIN LP 595 81 81 - 81 DAILY JOURNAL CORPORATION 628 628 - 628 MAYER REPROGRAPHICS 220,000 215,793 4,207 220,000 Standard Salaries - 10,000 - 10,000 10,000 Contingency (0.5% of Const Contract) Total Construction 2,393,752 2,099,259 294,493 2,393,752 Grand Total 2,448,672 2,154,179 294,493 2,448,672 Vendor/Comments Otay Water District p2561-Res - 711-3 Reservoir Cover/Liner Replac Committed Expenditures Outstanding Commitment & Forecast Projected Final Cost OTAY WATER DISTRICT711-3 RESERVOIR COVER REPLACEMENTLOCATION MAP EXHIBIT A CIP P2561F P:\WORKING\CIP P2561 711-3 Reservoir Cover-Liner Replacement\Graphics\Exhibits-Figures\Exhibit A (ALTERNATE) - Staff Report.mxd !\ VICINITY MAP PROJECT SITE NTSDIV 5 DIV 1 DIV 2 DIV 4 DIV 3 ÃÅ54 ÃÅ125 ÃÅ94 ÃÅ905 §¨¦805 F 0 490245 Feet 711-3 RESERVOIRPROJECT SITE H U N TE P KWY PROCTOR VALLEY RD O L D TRAIL RD D U N C A N RANCH R D OTAY WATER DISTRICT 2554 SWEETWATER SPRINGS BLVD., SPRING VALLEY, CA. 91978, (619) 670-2222 CONTRACT/P.O. CHANGE ORDER No. 1 PROJECT/ITEM: 711-3 Reservoir Improvement CONTRACTOR/VENDOR: Layfield USA Corporation REF.CIP No.: P2561 APPROVED BY: Board REF. P.O. No: 720547 DATE: 3/9/19 DESCRIPTION: See attached page 2 of 3 for continuation. REASON: See attached page 3 of 3 for continuation. CHANGE P.O. TO READ: Revise Contract to add $105,535.48 and add 257 days time for a total Contract amount of $2,102,535.88 with a Contract Duration of 469 Calendar Days. ORIGINAL CONTRACT/P.O. AMOUNT: $ 1,997,000.40 ADJUSTED AMOUNT FROM PREVIOUS CHANGE: $ 0.00 TOTAL COST OF THIS CHANGE ORDER: $ 105,535.48 NEW CONTRACT/P.O. AMOUNT IS: $ 2,102,535.88 ORIGINAL CONTRACT COMPLETION DATE: 2,28/19 CONTRACT/P.O. TIME AFFECTED BY THIS CHANGE: Yes REVISED CONTRACT COMPLETION DATE: 11/12/19 IT IS UNDERSTOOD WITH THE FOLLOWING APPROVALS, THAT THE CONTRACTOR/VENDOR IS AUTHORIZED AND DIRECTED TO MAKE THE HEREIN DESCRIBED CHANGES. IT IS ALSO AGREED THAT THE TOTAL COST FOR THIS CHANGE ORDER CONSTITUTES FULL AND COMPLETE COMPENSATION FOR OBLIGATIONS REQUIRED BY THE CONTRACT/P.O. ALL OTHER PROVISIONS AND REQUIREMENTS OF THE CONTRACT/P.O. REMAIN IN FULL FORCE AND EFFECT. CONTRACTOR/VENDOR: STAFF APPROVALS: SIGNATURE: PROJ. MGR : DATE: NAME : Jon Feenstra DIV. MGR : DATE: TITLE: Project Manager DATE : CHIEF: DATE: COMPANY & Layfield USA Corporation ADDRESS: 10038 Marathon Parkway DISTRICT APPROVAL: Lakeside, CA 92040 GEN. MANAGER: DATE: COPIES:  FILE (Orig.),  CONTRACTOR/VENDOR,  CHIEF-ENGINEERING,  CHIEF-FINANCE,  ENGR. MGR.  ACCTS PAYABLE,  INSPECTION,  PROJ. MGR.,  ENGR. SECRETARY,  PURCHASING,  PROJECT BINDER Contract / P.O. Change Order No. 1 page 2 of 3 Description of Work Description Increase Decrease Time Item No. 1: This Change Order provides for time related to the use of Bid Item 8 – Reservoir Improvement Allowance associated with the Cathodic Repairs per BI 8 – Work Order 02. $0.00 $0.00 5 Item No. 2: This Change Order provides for time related to the use of Bid Item 8 – Reservoir Improvement Allowance associated with the Additional Anchor bolts per BI 8 – Work Order 03. $0.00 $0.00 2 Item No. 3: This Change Order decreases the amount allocated for Bid Item 8, Reservoir Improvement Allowance by $9,679.72 to a new authorized amount of $40,320.28. $9,679.72 0 Item No. 4: This Change Order provides for Owner directed slope repair acceleration costs and additional Contract time associated with work resequencing and production impacts as part of post weather workdays cumulative impact. $27,300.00 151 Item No. 5: This Change Order provides for costs and time associated with contractor efforts to identify and temporarily repair a water leak in an existing concrete structure. $144,429.20 81 Item No. 6: This Change Order provides for reimbursement of lost water at the 711-3 Reservoir resulting from failed bacteriological and VOC testing. $41,514.00 0 Item No. 7: Reimbursement for liquidated damages from November 12, 2019 until Substantial Completion on November 27, 2019 (15 calendar days at $1,000/calendar day) $15,000.00 0 Item No. 8: Add 18 calendar days due to weather impacts per Contract Specifications 00700-8.5 $0.00 $0.00 18 Sub Total Amount $171,729.20 $66,193.72 257 Total Net Change Order Amount $105,535.48 Revisions to: BID SCHEDULE Item # Description Quantity Unit Unit Price Amount 8 Reservoir Improvement Allowance 1 LS LS $40,320.28.00 Reason: Item No. 1: The Contract Bid Item No. 8, Reservoir Improvement Modification Allowance, was utilized to account for additional cathodic repairs. Costs were accounted via the Contractual Allowance; however, it was agreed that the added scope resulted in a 5 (five) calendar day extension to the Contract. This change is necessary to provide the time extension agreed upon to resolve all costs associated with this issue. Contract / P.O. Change Order No. 1 page 3 of 3 Item No. 2: The Contract Bid Item No. 8, Reservoir Improvement Modification Allowance, was utilized to account for additional tension tower anchor bolts. Costs were accounted via the Contractual Allowance; however, it was agreed that the added scope resulted in a 2 (two) calendar day extension to the Contract. This change is necessary to provide the time extension agreed upon to resolve all costs associated with this issue. Item No. 3: The Contract Bid Item No. 8, Reservoir Improvement Allowance, was used to the maximum extent practical and is no longer required. Item No. 4: In late December 2018 the District directed weekend work to implement reservoir slope repairs prior to an impending storm. The Contractor also asserted cumulative weather impact costs and time associated with weather conditions during the course of construction. This change order is necessary to implement the modification and resolve all costs and time associated with Owner directed acceleration and cumulative weather time impacts for contractor implemented work resequencing and production impacts. Item No. 5: Subsequent to filling the reservoir for water quality testing a leak was revealed by water emanating from the reservoir underdrain system. As this water flow was not present prior to commencement of construction activities the Contractor was directed to locate and repair the source of the leak. The Contractor performed manned diver entry, visual inspection after draining the reservoir, pressurized smoke testing of the underdrain system ultimately locating the leak with a second diver entry. The source of the leak was determined to be a system of cracks in an existing concrete structure at the floor of the reservoir which was an existing reservoir element to be reused as part of the Contractor’s scope. This change order is necessary to implement the modification and resolve all cost and time impacts with this issue. Item No. 6: Resulting from failed bacteriological and VOC testing on the 711-3 Reservoir, draining of the reservoir was required. This change order is necessary to allow the District to recover the additional expenditures incurred for lost water pursuant to contractual provisions. Item No. 7: Pursuant to contractual provisions, failure of the Contractor to complete the work within the time allowed will result in damages being sustained by the District for each calendar day the Contractor fails to substantially complete all work. The adjusted Contract completion date was November 12, 2019 and substantial completion was achieved on November 27, 2019 resulting in 15 days of liquidated damages. This change order is required to reimburse the District for costs associated with the Contractor not completing the project within the allotted time. Item No. 8: Contract Documents Section 00700-8.5 provides for no cost time extensions due to weather impacts on the project progress. Weather impacted the project eight (18) days between December 1, 2018 and May 31, 2019. The project was impacted on December 6, 7 and 31, 2018, January 5, 6, 14, 15, 16, 17, 18, and 31, February 2, 4, 5 and 14, May 1, 9 and 10, 2019 due to weather. 711-3 Reservoir Improvement Project: P2561 Consultant/Contractor: Layfield USA Corporation Subproject: 001103 APPROVED C.O. AMOUNT BY DATE DESCRIPTION TYPE C.O. 1 $105,535.48 Board Change order No. 1 addresses eight items including time associated with Cathodic Repairs; time associated with additional anchor bolts; reconsiliation of allowance Bid Item No 8; owner directed slope repair acceleration; leak location and temporary repair of existing concrete structure; credit for lost water; reimbursement of liquidated damages and weather days. Contractor 2 3 4 5 6 7 8 9 10 11 12 13 1415 Total C.O.'s To Date: $105,535.48 5.3% Original Contract Amount:$1,997,000.40 Current Contract Amount:$2,102,535.88 Month Net C.O.$ Limit Authorization Absolute C.O.$ C.O. % 3/20 $105,535.48 $3,000 Insp $105,535.48 5.3% $7,000 PM/Supervisor 0.0% $15,000 DivM 0.0% $20,000 Asst Chief $30,000 Chief 0.0%00%$75,000 GM 0.0% >$75,000 Board 0.0% CHANGE ORDER LOG P:\WORKING\CIP P2561 711-3 Reservoir Cover-Liner Replacement\Construction\Change Orders\200309_COLOG 1 3/10/2020 STAFF REPORT TYPE MEETING:Regular Board MEETING DATE: April 1, 2020 SUBMITTED BY:Dan Martin Assistant Chief of Engineering PROJECT: P2574-001103 P2625-001103 DIV. NO. 5 APPROVED BY: Rod Posada, Chief, Engineering Mark Watton, General Manager SUBJECT:Approval of Change Order No. 4 in an amount not-to-exceed $1,880.00 to the Construction Contract with Cass Arrieta for the Vista Vereda (CIP P2574) and Hidden Mesa Road (CIP P2625) Water Line Replacement Project GENERAL MANAGER’S RECOMMENDATION: That the Otay Water District (District) Board of Directors (Board) approve Change Order No. 4 to the existing construction contract with Cass Construction, Inc. dba Cass Arrieta (Cass Arrieta) in an amount not-to-exceed $1,880.00 for the Vista Vereda and Hidden Mesa Road Water Line Replacement Project (see Exhibit A for Project location). COMMITTEE ACTION: Please see Attachment A. PURPOSE: To obtain Board authorization for the General Manager to execute Change Order No. 4 in an amount not-to-exceed $1,880.00 to the construction contract with Cass Arrietta for the Vista Vereda and Hidden Mesa Road Water Line Replacement Project (Project). AGENDA ITEM 4 2 ANALYSIS: The District provides water distribution service and sanitary sewer collection service in the Jamacha drainage basin located in the northern area of the District. The existing 12-inch Cement Mortar Lined and Coated (CML&C) Steel pipe that serves as the distribution main for the western portion of the 978 Pressure Zone along Vista Vereda to Hidden Mesa Road was constructed in 1959. Several water main breaks have occurred in the area that have led to a determination that the pipeline has reached the end of its useful life and should be replaced. The original pipeline was constructed in easements prior to any development in the area. Over the years, with the subdivision of properties and construction of homes, the difficult to access easements are no longer a desirable location for placing an important transmission water main. This Project moves the transmission main for this area into Hidden Mesa Road. The Project scope of work generally consists of construction along Vista Vereda and Hidden Mesa Road of approximately 3,700 linear feet of 12-inch Polyvinyl Chloride (PVC) water line and 400 linear feet of 8-inch PVC water line, including appurtenances, restoration of services, surface restoration, traffic control, and all testing andinspection, as required by the Contract Documents. At the November 7, 2018 Board Meeting, the Board awarded a construction contract in the amount of $2,848,364.00 to Cass Arrieta. Since the award of the construction contract, there have been three (3) Change Orders approved. Change Order No. 1, which totaled $45,750.67, compensated the contractor for several items associated with the Hidden Mesa water line construction including: additional cut and cap of the existing mainline to minimize future customer impacts; realignment of the planned main to resolve utility conflicts; additional asphalt paving, as required by the County permit; and reconciliation of unused allowance items. Contract time was also adjusted for weather impacts and for impacts due to the added work. In total, Change Order No. 1 added twenty-nine (29) calendar days to the contract. Change Order No. 2, which totaled $115,213.59, compensated the contractor for several items associated with the Vista Vereda water line construction including: revisions to the alignment, profile, and sequence of connection for the planned water main tie-in at the Vista Vereda/Vista Grande intersection; encasement of the existing sewer to meet the State Water Resource Control Board – Division of Drinking Water separation requirements; mainline grade revisions to the profile of the planned water main within Vista Vereda due to existing 3 utilities; and credit adjustments for unused bid allowance items. Contract time was also adjusted for impacts resulting from the added work. In total, Change Order No. 2 added ninety-three (93) calendar days to the contract. Change Order No. 3, which totaled $1,998.18, compensated the contractor for a modification of the planned profile for the 12-inch connection to the 978 Reservoir pipeline on Vista Vereda and quantity adjustments to sixteen (16) contract bid items resulting from field conditions. Contract time was also adjusted for impacts resulting from the added work. In total, Change Order No. 3 added eighteen (18) calendar days to the contract. Change Order No. 4 (Exhibit B), which is the subject of this staff report, serves to close out the construction contract and includes the following items associated with the water line work on Vista Vereda and Hidden Mesa: •Additional erosion control measures to improve the existing draining conditions which were impacted by the project. •Reimbursement for District personnel and equipment costs incurred during the cellular concrete spill cleanup. •Reconciliation of Bid Item No. 32 Reinstall Chain Link Fence dueto field conditions. In total, the cost associated with the items in Change Order No. 4 is $1,880.00. There were no time impacts associated with this change as provided in Exhibit B. As of November 25, 2019, the Project was substantially complete with punch list items remaining. These punch list items include final restoration associated with a cellular concrete spill that occurred in early November 2019. The District has required the contractor to secure releases from affected property owners as a condition of contract acceptance. FISCAL IMPACT: Joe Beachem, Chief Financial Officer The total budget for CIP P2574, as approved in the FY 2020 budget, is $1,785,000. Total expenditures, plus outstanding commitments and forecast including this contract, are $1,783,834. See Attachment B1 for budget detail. Based on a review of the financial budget, the Project Manager anticipates that CIP P2574 will be completed within the budget amount of $1,785,000. The total budget for CIP P2625, as approved in the FY 2020 budget, is $2,210,000. Total expenditures, plus outstanding commitments and 4 forecast including this contract, are $2,209,523. See Attachment B2 for budget detail. Based on a review of the financial budget, the Project Manager anticipates that CIP P2625 will be completed within the budget amount of $2,210,000. The Finance Department has determined that 100% of the funding for CIP P2574 and CIP P2625 will be available in the Replacement Reserve. GRANTS/LOANS: Engineering staff researched and explored grants and loans and found none available for this Project. STRATEGIC GOAL: This Project supports the District’s Mission statement, “To provide exceptional water and wastewater service to its customers, and to manage District resources in a transparent and fiscally responsive manner” and the District’s Vision, “To be a model water agency by providing stellar service, achieving measurable results, and continuously improving operational practices.” LEGAL IMPACT: None. DM/RP: P:\WORKING\CIP P2574 12-Inch PL Replacement, 978 Zone, Vista Vereda\Staff Reports\Board 04-01-20\BD 04-01-20 Staff Report Vista Vereda-Hidden Mesa CO 4.docxAttachments: Attachment A – Committee Action Attachment B1 – P2574 Budget Detail Attachment B2 – P2625 Budget Detail Exhibit A – Location Map Exhibit B – Change Order No. 4 ATTACHMENT A SUBJECT/PROJECT: P2574-001103 P2625-001103 Approval of Change Order No. 4 in an amount not-to-exceed $1,880.00 to the Construction Contract with Cass Arrieta for the Vista Vereda (CIP P2574) and Hidden Mesa Road (CIP P2625) Water Line Replacement Project COMMITTEE ACTION: The Engineering, Operations, and Water Resources Committee (Committee) reviewed this item at a meeting held on March 17, 2020. The Committee supported staff's recommendation. NOTE: The “Committee Action” is written in anticipation of the Committee moving the item forward for Board approval. This report will be sent to the Board as a Committee approved item, or modified to reflect any discussion or changes as directed from the Committee prior to presentation to the full Board. ATTACHMENT B1 – P2574 Budget Detail SUBJECT/PROJECT: P2574-001103 P2625-001103 Approval of Change Order No. 4 in an amount not-to-exceed $1,880.00 to the Construction Contract with Cass Arrieta for the Vista Vereda (CIP P2574) and Hidden Mesa Road (CIP P2625) Water Line Replacement Project 9-Mar-20 Budget 1,785,000 Planning Consultant Contracts 1,224 1,224 - 1,224 HELIX ENVIRONMNTL PLANNING INC 1,121 1,121 - 1,121 ICF JONES & STOKES INC 1,900 1,900 - 1,900 WATER SYSTEMS CONSULTING INC Regulatory Agency Fees 2,331 2,331 - 2,331 COUNTY OF SAN DIEGO 50 50 - 50 PETTY CASH CUSTODIAN Service Contracts 154 154 - 154 STAR-NEWS PUBLISHING CO Standard Salaries 81,111 81,111 - 81,111 Total Planning 87,891 87,891 - 87,891 Design 001102 Consultant Contracts 147,150 147,150 - 147,150 RICK ENGINEERING COMPANY 3,487 3,487 - 3,487 NINYO & MOORE GEOTECHNICAL 28,582 28,582 - 28,582 NINYO & MOORE GEOTECHNICAL AND 2,612 2,612 - 2,612 HUNSAKER & ASSOCIATES 12,559 12,559 - 12,559 C BELOW INC - - - - Service Contracts 40 40 - 40 DAILY JOURNAL CORPORATION 1,000 1,000 - 1,000 CHICAGO TITLE COMPANY Standard Salaries 137,409 137,409 - 137,409 Total Design 332,839 332,839 - 332,839 Construction Construction Contracts 1,320 1,320 - 1,320 CLARKSON LAB & SUPPLY INC 1,171,884 1,114,719 57,165 1,171,884 CASS CONSTRUCTION INC 1,140 - 1,140 1,140 CHANGE ORDER NO 4 Consultant Contracts 6,860 6,860 - 6,860 RICK ENGINEERING COMPANY 12,000 8,715 3,285 12,000 ALYSON CONSULTING Regulatory Agency Fees - - - - COUNTY OF SAN DIEGO Service Contracts 900 900 - 900 MAYER REPROGRAPHICS INC Standard Salaries 159,000 151,607 7,393 159,000 10,000 - 10,000 10,000 Contingency (0.9%) Total Construction 1,363,104 1,284,121 78,983 1,363,104 Grand Total 1,783,834 1,704,851 78,983 1,783,834 Vendor/Comments Otay Water District P2574 - PL 12" 978 Zone, Vista Vereda Committed Expenditures Outstanding Commitment & Forecast Projected Final Cost ATTACHMENT B2 – P2625 Budget Detail SUBJECT/PROJECT: P2574-001103 P2625-001103 Approval of Change Order No. 4 in an amount not-to-exceed $1,880.00 to the Construction Contract with Cass Arrieta for the Vista Vereda (CIP P2574) and Hidden Mesa Road (CIP P2625) Water Line Replacement Project 9-Mar-20 Budget 2,210,000 Planning Standard Salaries 815 815 - 815 Total Planning 815 815 - 815 Design 001102 Consultant Contracts 12,559 12,559 - 12,559 C BELOW INC - - - 2,612 2,612 - 2,612 HUNSAKER & ASSOCIATES 118,540 118,540 - 118,540 RICK ENGINEERING COMPANY Service Contracts 40 40 - 40 DAILY JOURNAL CORPORATION Standard Salaries 77,043 77,043 - 77,043 Total Design 210,795 210,795 - 210,795 Construction Construction Contracts 1,839,443 1,839,443 - 1,839,443 CASS CONSTRUCTION INC 740 - 740 740 CHANGE ORDER NO 4 4,416 4,416 - 4,416 CLARKSON LAB & SUPPLY INC Consultant Contracts 3,679 3,679 - 3,679 RICK ENGINEERING COMPANY 68,415 68,415 - 68,415 ALYSON CONSULTING For Ops Only - Contracted Services 2,000 2,000 - 2,000 RICK POST WELD & WET TAPPING Regulatory Agency Fees 13,321 13,321 - 13,321 COUNTY OF SAN DIEGO Service Contracts 900 900 - 900 MAYER REPROGRAPHICS INC Standard Salaries 50,000 47,037 2,963 50,000 15,000 - 15,000 15,000 Contingency (0.8%) Total Construction 1,997,914 1,979,211 18,703 1,997,914 Grand Total 2,209,523 2,190,820 18,703 2,209,523 Vendor/Comments Otay Water District P2625 - PL - 12" 978 Zone in Hidden Mesa Road Committed Expenditures Outstanding Commitment & Forecast Projected Final Cost OTAY WATER DISTRICT 2554 SWEETWATER SPRINGS BLVD., SPRING VALLEY, CA. 91978, (619) 670-2222 CONTRACT/P.O. CHANGE ORDER No. 4 PROJECT/ITEM: Vista Vereda and Hidden Mesa Road Water Line Replacement CONTRACTOR/VENDOR: Cass Construction, Inc. dba Cass Arrieta REF.CIP No.: P2574/P2625 APPROVED BY: Board REF. P.O. No: 720647 DATE: 3/2/20 DESCRIPTION: See attached page 2 of 2for continuation. REASON: See attached page 2 of 2 for continuation. CHANGE P.O. TO READ: Revise Contract to add $1,880.00 and add 0 day’s time for a total Contract amount of $3,013,206.44 with a Contract Duration of 350 Calendar Days. ORIGINAL CONTRACT/P.O. AMOUNT:$2,848,364.00 ADJUSTED AMOUNT FROM PREVIOUS CHANGE:$162,962.44 TOTAL COST OF THIS CHANGE ORDER:$1,880.00 NEW CONTRACT/P.O. AMOUNT IS:$3,013,206.44 ORIGINAL CONTRACT COMPLETION DATE:7/8/19 CONTRACT/P.O. TIME AFFECTED BY THIS CHANGE:Yes REVISED CONTRACT COMPLETION DATE:11/25/19 IT IS UNDERSTOOD WITH THE FOLLOWING APPROVALS, THAT THE CONTRACTOR/VENDOR IS AUTHORIZED AND DIRECTED TO MAKE THE HEREIN DESCRIBED CHANGES. IT IS ALSO AGREED THAT THE TOTAL COST FOR THIS CHANGE ORDER CONSTITUTES FULL AND COMPLETE COMPENSATION FOR OBLIGATIONS REQUIRED BY THE CONTRACT/P.O. ALL OTHER PROVISIONS AND REQUIREMENTS OF THE CONTRACT/P.O. REMAIN IN FULL FORCE AND EFFECT. CONTRACTOR/VENDOR:STAFF APPROVALS: SIGNATURE:PROJ. MGR:DATE: NAME:Wes Wise DIV.MGR:DATE: TITLE:President DATE:CHIEF:DATE: COMPANY & Cass Construction, Inc. dba Cass Arrieta ADDRESS:P.O. Box 309 DISTRICT APPROVAL: El Cajon, CA 92022 GEN. MANAGER:DATE: COPIES:FILE (Orig.),CONTRACTOR/VENDOR,CHIEF-ENGINEERING,CHIEF-FINANCE,ENGR. MGR. ACCTS PAYABLE,INSPECTION,PROJ. MGR.,ENGR. SECRETARY,PURCHASING,PROJECT BINDER Contract / P.O. Change Order No. 4 page 2 of 2 Description of Work Description Increase Decrease Time Item No. 1: This Change Order provides for final erosion control betterments per COR 015.(CIP P2574) $2,400.00 0 Item No. 2: This Change Order provides for reimbursement for District personnel and equipment costs incurred during cell-crete spill cleanup. (CIP P2574) $1,260.00 0 Item No. 3: This Change Order increases the amount allocated for Bid Item 32, Reinstall Chain Link Fence (H=4 to 6-Ft) by $740.00 to a new authorized amount of $33,522.00. (Add 10 LF at $74.00/LF) (CIP P2625) $740.00 0 Sub Total Amount $3,140.00 $1,260.00 0 Total Net Change Order Amount $1,880.00 Revisions to: BID SCHEDULE Item #Description Quantity Unit Unit Price Amount 32 Reinstall Chain Link Fence (H=4 to 6-Ft)453 LF $74.00 $33,522.00 Reason: Item No. 1: Subsequent to recent rains it was determined that additional erosion control measures were required to improve existing draining conditions until native vegetation can stabilize soil conditions. This Change Order is necessary to resolve all costs and time associated with implementation of this work scope. Item No. 2: The Contractor experienced a failure during pumping of grout required for abandonment of the existing waterline. The District assisted cleanup efforts to minimize impacts to affected ratepayers. This Change Order is necessary to recover all District costs time associated with provided assistance. Item No. 3: The Contract Bid Item No. 32, Reinstall Chain Link Fence (H=4 to 6-Ft), required a quantity adjustment resulting from field conditions. 15 Customer Contract No.: Project Name:VISTA VEREDA WATER LINE REPLAC Description Additional Erosion & BMP Repairs P2574 Change Order Request No.: Date:02/14/2020 CA Job #:18-2597 From:To:DOUGLAS COOK OTAY WATER DISTRICT 2554 SWEETWATER SPRINGS BLVD SPRING VALLEY, CA 91978-2004 O.(619) 670-2777 C.858-518-3072 dcook@alysoncorp.com MATT GOUBEAUX CASS ARRIETA PO BOX 309 EL CAJON, CA. 92022 O.(619)590-0929 F.(619)590-1202 mgoubeaux@cassarrieta.com W/S:02/01/2020 Description Cost Code Qty U/M Unit Price Total PriceItem 1 Additional Rutting Repairs and Straw Wattle Installation 150 LF. $16.00 2,400.0044-0001 $2,400.00Total: Additional Work Days Requested: Notes: Additional work to repair minor rutting and install staw watle along fence at north end of Vista Vereda. Page 1 of 1 Vista Vereda and Hidden Mesa Road Water Line Replacement Project: P2574/P2625 Consultant/Contractor: Cass Construction, Inc. dba Cass Arrietta Subproject: 001103 APPROVED C.O. AMOUNT BY DATE DESCRIPTION TYPE C.O. 1 $45,750.67 GM 10/8/2019 Change order No. 1 addresses 13 items including the cut and cap of mainline, several minor field modifications, interconnect piping revisions west of Hidden Mesa Trail, additional trench resurfacing as required by the County of San Diego, credits for unused allowances, and adjustments in contract time due to changes and weather. Contractor 2 $115,213.59 Board 11/7/2019 Change Order No. 2 addresses 10 items including revisions to the alignment due to utility conflicts in Vista Vereda; utility conflicts at the intersection of Vista Vereda and Vista Grande; and credits for unused allowances. The change order also provides an adjustments in contract time. Contractor 3 $1,998.18 Board 2/6/2020 Change Order No. 3 addresses 17 items including revisions to the 12-inch connection to the reservoir pipeline and adjustments to contract bid item quantities due to field conditions. Contractor 4 $1,880.00 Board Change Order No. 4 addresses three items including: additional erosion control measures to improve the existing draining conditions; reimbursement for District personnel and equipment costs incurred during the cellular concrete spill cleanup; and reconciliation of Bid Item No. 32 Reinstall Chain Link Fence due to field conditions. Contractor 5 6 7 8 9 10 11 12 13 14 15 Total C.O.'s To Date: $164,842.44 5.8% Original Contract Amount:$2,848,364.00 Current Contract Amount:$3,013,206.44 Month Net C.O.$Limit Authorization Absolute C.O.$ C.O. % 3/20 $1,880.00 $3,000 Insp $1,880.00 0.1% $7,000 PM/Supervisor 0.0% $15,000 DivM 0.0% $20,000 Asst Chief $30,000 Chief 0.0%00%$75,000 GM 0.0% >$75,000 Board 0.0% CHANGE ORDER LOG P:\WORKING\CIP P2574 12-Inch PL Replacement, 978 Zone, Vista Vereda\Construction\Change Orders\200309_COLOG 1 3/9/2020 STAFF REPORT TYPE MEETING:Regular Board MEETING DATE: April 1, 2020 SUBMITTED BY:Dan Martin Assistant Chief of Engineering PROJECT: P2083-001103 P2562-001103 DIV. NO. 2 APPROVED BY: Rod Posada, Chief, Engineering Mark Watton, General Manager SUBJECT:Approval of Change Order No. 6 in an amount not-to-exceed $40,125.89 to the Construction Contract with Pacific Hydrotech Corporation for the 870-2 Pump Station Replacement Project GENERAL MANAGER’S RECOMMENDATION: That the Otay Water District (District) Board of Directors (Board) authorize the General Manager to execute a Change Order No. 6 to the existing construction contract with Pacific Hydrotech Corporation (Pacific Hydrotech) in the amount of $40,125.89 for the 870-2 Pump Station Replacement Project (Project) (see Exhibits A and B for Project location). COMMITTEE ACTION: Please see Attachment A. PURPOSE: To obtain Board authorization for the General Manager to execute Change Order No. 6 in the amount of $40,125.89 to the construction contract with Pacific Hydrotech for the 870-2 Pump Station Replacement Project. AGENDA ITEM 5 2 ANALYSIS: The District’s existing High Head (870-1) and Low Head (571-1) Pump Stations constructed in 1962 and 1966, respectively, have reached the end of their useful lives. The 870-2 Pump Station Project will replace these facilities and includes replacement of existing Reservoir inlet/outlet piping, construction of recirculation system pumps, and a chloramine disinfection booster system. Improvements of the access road and the installation of utilities for electrical, gas, sewer, and communication services are also included. The 870-2 Pump Station Replacement Project also includes the replacement of the 571-1 Reservoir (36.7 MG) floating cover and liner. The 571-1 Reservoir was originally built in 1967. In 1993 the District retrofitted the existing Reservoir to install a reservoir liner and floating cover. The existing liner and floating cover were more than 24 years old and nearing the end of their useful lives. As part of the overall Project, the existing Reservoir outlet stub-out piping located beneath the Reservoir was replaced, which allows the new 870-2 Pump Station to simultaneously perform its primary function (pump from the 571-1 Reservoir to the 870-1 Reservoir), recirculate the 571-1 Reservoir, and also achieve a future function (pump from the 571-1 Reservoir to the 624 Pressure Zone). The replacement of the cover and liner under this Project mitigates having to take this critical Reservoir out of service a second time within the next few years. The demolition of the Low Head and High Head Pump Stations will be completed at a later date (not part of this Project) when the new 870-2 Pump Station has been brought online and completed its warranty period. At the July 5, 2017 Board Meeting, the Board awarded a construction contract in the amount of $16,925,900.00 to Pacific Hydrotech. Since the award of the construction contract, five (5) change orders have been approved. Change Order No. 1, which totaled $26,269.83, compensated the contractor for changes associated with the 571-1 Reservoir cover and liner improvements. These changes included provisions for additional cover buoyancy floats; replacement of existing unsalvageable batten bar anchor bolts; contractor reservoir disinfection in lieu of contract specified District disinfection; weather related days; and an adjustment to the contract milestone date for the 571-1 Reservoir. In total, Change Order No. 1 added twenty-seven (27) days to the contract. 3 Change Order No. 2, which totaled $48,698.12, compensated the contractor for changes including the following: modifications to the new electric meter room to accommodate San Diego Gas & Electric accessibility requirements; modifications to provide two (2) 250-gallon aqueous ammonia tanks in lieu of one (1) 550-gallon tank to better serve Station operations; provisions for two (2) 30-inch magnetic flow meters in lieu of ultrasonic flow meters to provide more resiliency and flexibility with anticipated flow conditions; and repairs to an existing rectifier electrical conduit adjacent to the access road. Change Order No. 2 also addressed contract time including weather days. In total, Change Order No. 2 added sixteen (16) days to the contract. Change Order No. 3, which totaled $64,864.00, compensated the contractor for several changes including the following: modifications to the dimensions of the backup generator concrete foundation pad; addition of structural support members for the heating, ventilation, and air-conditioning (HVAC) equipment and emergency generator muffler; revisions to the Stations louvers and associated masonry; installation of door louvers for the compressor room doors; increasing the discharge piping on the 570 zone (recirculation) pumps to 18-inches; revisions to provide a sewn protective thermal insulation jacket with clips for the emergency generator muffler and exhaust piping; modifying the emergency generator exhaust roof penetration to simplify future muffler removal/servicing; and consolidation of exterior lighting controls in a new contactor and control panel. Change Order No. 3 also addressed contract time including weather days. In total, Change Order No. 3 added twenty-five (25) days to the contract. Change Order No. 4, which totaled $49,157.89, compensated the contractor for several changes including the following: surge protection for indoor devices; additional pipe supports; spare engine exhaust catalysts; modification to Victaulic couplings; and relocation of chemical analyzers. Change Order No. 4 also reconciled credits associated with the unused portions of the Environmental/Regulatory Compliance and Reservoir Improvement Allowance items. Change Order No. 4 also addressed contract time including weather days. In total, Change Order No. 4 added forty-four (44) days to the contract. 4 Change Order No. 5, which totaled $95,725.00, compensated the contractor for several changes including the following: profile and alignment revisions to the 66-inch and 30-inch discharge yard piping and suction header elevation; modifications to the Type D emergency batteries and test switch locations; addition of a fuel containment structure; providing position switches at the surge tank isolation valve; modifications to the thermal insulation for the pump engine coolant line piping; fire rated door hardware at door D-12; addition of bollards and a metal protective enclosure at the diesel fuel lines entrance location to the Pump Station; revisions to the suction header platform handrail; revisions to the pump engine natural gas pipe sizes; modifications to the cable tray support; ethernet communications to the pump engines; additional costs associated with dewatering existing vault No. 7; elevation and layout modifications to the suction header walkway and engine platform structures; and credits for unused items. Change Order No. 5 also addressed contract time including weather days. In total, Change Order No. 5 added thirty-eight (38) days to the contract. Change Order No. 6, which is the subject of this staff report, provides for the following twelve (12) items, as detailed in the attached Exhibit C: 1. Credits associated with revisions to chain link fencing.2. Modifications to the overhead crane electrical feed circuit. 3. Installation of flashing around pump engine exhaust canopy roofpenetration. 4. Handrail and steps at the fuel containment structure.5. Incorporation of handwheels on all suction header valves.6. Type II gate well frames and lids. 7. Additional conduit between CP-100 and the telephone backboard.8. Additional electrical grounding of the gas engines. 9. Custom grade adjustment for the oil interceptor.10. Relocation of pump engine batteries.11. Modifications to the planned hydroseed mix. 12. Addition of days due to weather impacts. In total, the cost associated with the items in Change Order No. 6 is $40,125.89. Time impacts associated with this change are also provided in Exhibit C. The twenty-seven (27) additional days added to the contract will result in a revised total contract duration of 977 calendar days. As of March 2020, the physical construction of the 870-2 Pump Station is approximately 95% percent complete and Project startup has begun. 5 FISCAL IMPACT: Joe Beachem, Chief Financial Officer The total budget for CIP P2083, as approved in the FY 2020 budget, is $19,550,000. Total expenditures, plus outstanding commitments and forecast, are $19,547,852. See Attachment B-1 for the budget detail. Based on a review of the financial budget, the Project Manager anticipates that the budget is sufficient to support the Project. The total budget for CIP P2562, as approved in the FY 2020 budget, is $2,900,000. Total expenditures, plus outstanding commitments and forecast, including this contract, are $2,877,536. See Attachment B-2 for the budget detail. Based on a review of the financial budget, the Project Manager anticipates that the budget is sufficient to support the Project. The Finance Department has determined that, under the current rate model, 100% of the funding is available from the Replacement Fund for CIP P2083 and for CIP P2562. GRANTS/LOANS: Engineering staff researched and explored grants and loans and found none available for this Project. STRATEGIC GOAL: This Project supports the District’s Mission statement, “To provide exceptional water and wastewater service to its customers, and to manage District resources in a transparent and fiscally responsible manner” and the District’s Vision, “To be a model water agency by providing stellar service, achieving measurable results, and continuously improving operational practices.” LEGAL IMPACT: None. DM/RP:jf P:\WORKING\CIP P2083 870-2 Pump Station Replacement\Staff Reports\BD 04-01-20 Pacific Hydrotech Change Order 6\BD 04-01-20 Staff Report CO No. 6 for 870-2 PS.docxAttachments: Attachment A – Committee Action Attachment B1 – P2083 Budget Detail Attachment B2 - P2562 Budget Detail Exhibit A – 870-2 Pump Station Project Location Exhibit B - 870-2 Pump Station Project Detail Map Exhibit C – Change Order No. 6 ATTACHMENT A SUBJECT/PROJECT: P2083-001103 P2562-001103 Approval of Change Order No. 6 in an amount not-to-exceed $40,125.89 to the Construction Contract with Pacific Hydrotech Corporation for the 870-2 Pump Station Replacement Project COMMITTEE ACTION: The Engineering, Operations, and Water Resources Committee (Committee) reviewed this item at a meeting held on March 17, 2020. The Committee supported staff's recommendation. NOTE: The “Committee Action” is written in anticipation of the Committee moving the item forward for Board approval. This report will be sent to the Board as a Committee approved item or modified to reflect any discussion or changes as directed from the Committee prior to presentation to the full Board. ATTACHMENT B-1 – P2083 Budget Detail SUBJECT/PROJECT: P2083-001103 P2562-001103 Approval of Change Order No. 6 in an amount not-to-exceed $40,125.89 to the Construction Contract with Pacific Hydrotech Corporation for the 870-2 Pump Station Replacement Project Date: 03/09/20 Budget 19,550,000 Planning Consultant Contracts 100,000 73,904 26,096 100,000 HELIX ENVIRONMNTL PLANNING INC 17,094 17,094 - 17,094 JONES & STOKES ASSOCIATES INC 211,034 211,034 - 211,034 ICF JONES & STOKES INC Regulatory Agency Fees 2,109 2,109 - 2,109 CA DEPT OF FISH & WILDLIFE 720 720 - 720 CALIFORNIA REGIONAL WATER 1,570 1,570 - 1,570 SAN DIEGO COUNTY WATER AUTH 2,286 3,924 - 3,924 STATE WATER RESOURCES Service Contracts 2,260 2,260 - 2,260 COUNTY OF SAN DIEGO 164 164 - 164 SAN DIEGO DAILY TRANSCRIPT 505 505 - 505 THE SAN DIEGO UNION-TRIBUNE Standard Salaries 219,000 213,836 5,164 219,000 Fixed Asset 580,444 580,444 - 580,444 Total Planning 1,137,187 1,107,566 31,259 1,138,825 Design 001102 Consultant Contracts 136 136 - 136 THE WATCHLIGHT CORPORATION 4,850 4,850 - 4,850 BURKETT & WONG ENGINEERS INC 14,068 14,068 - 14,068 SOUTHERN CALIFORNIA SOIL 3,034 3,034 - 3,034 RICK ENGINEERING COMPANY 4,625 4,625 - 4,625 ROGER B WOODHULL 22,149 22,149 - 22,149 NINYO & MOORE GEOTECHNICAL AND 10,484 10,484 - 10,484 HUNSAKER & ASSOCIATES 6,086 6,086 - 6,086 HDR ENGINEERING INC 682,870 682,870 - 682,870 CAROLLO ENGINEERS INC 7,974 7,974 - 7,974 AEGIS ENGINEERING MGMT INCRegulatory Agency Fees 3,694 3,694 - 3,694 SAN DIEGO GAS & ELECTRIC20,000 18,348 1,652 20,000 COUNTY OF SAN DIEGO Service Contracts 98 98 - 98 DAILY JOURNAL CORPORATION Standard Salaries 677,054 677,054 - 677,054 Supplier Contracts 5,350 5,350 - 5,350 INLAND AERIAL SURVEYS INC Total Design 1,462,472 1,460,820 1,652 1,462,472 Construction Construction Contracts - - - 13,935,507 12,871,401 1,064,106 13,935,507 PACIFIC HYDROTECH CORPORATION 40,126 - 40,126 40,126 Pacific Hydrotech Co. CO No. 6 733,448 677,442 56,006 733,448 PACIFIC WESTERN BANK 2,000 790 1,210 2,000 CLARKSON LAB Consultant Contracts 437,691 412,363 25,328 437,691 CAROLLO ENGINEERS INC - - - - 1,319 1,319 - 1,319 NINYO & MOORE GEOTECHNICAL AND 9,225 9,225 - 9,225 NV5 INC 17,623 17,623 - 17,623 RBF CONSULTING 1,069,994 776,525 293,469 1,069,994 MICHAEL BAKER INT'L INC 29 29 - 29 PARKING and TOLLS 438 438 - 438 NINYO & MOORE GEOTECHNICAL OTHER AGENCY FEES 15,000 7,998 7,002 15,000 COUNTY OF SAN DIEGO 179,854 179,854 - 179,854 SAN DIEGO GAS & ELECTRIC Professional Legal Fees 276 276 - 276 ARTIANO SHINOFF 280 280 - 280 STUTZ ARTIANO SHINOFF Service Contracts 3,628 3,628 - 3,628 MAYER REPROGRAPHICS INC 119 119 - 119 SAN DIEGO DAILY TRANSCRIPT Standard Salaries 240,000 193,202 46,798 240,000 60,000 - 60,000 60,000 Security System 15,000 - 15,000 15,000 Communications Connection Contingency 185,000 - 185,000 185,000 1.3% of Construction Contract Total Construction 16,946,556 15,152,511 1,794,045 16,946,556 Grand Total 19,546,214 17,720,896 1,826,956 19,547,852 Vendor/Comments Otay Water District p2083-PS -870-2 Pump Station Committed Expenditures Outstanding Commitment & Forecast Projected Final Cost ATTACHMENT B-2 – P2562 Budget Detail SUBJECT/PROJECT: P2083-001103 P2562-001103 Approval of Change Order No. 6 in an amount not-to-exceed $40,125.89 to the Construction Contract with Pacific Hydrotech Corporation for the 870-2 Pump Station Replacement Project Date: 03/09/2020 Budget 2,900,000 Planning Regulatory Agency Fees 50 50 - 50 PETTY CASH CUSTODIAN Total Planning 50 50 - 50 Design 001102 Standard Salaries 51,320 51,320 - 51,320 Total Design 51,320 51,320 - 51,320 Construction Standard Salaries 30,000 15,916 14,084 30,000 129,300 129,300 - 129,300 MICHAEL BAKER INT'L INC 2,414,577 2,384,358 30,218 2,414,577 PACIFIC HYDROTECH CORPORATION 127,083 125,493 1,590 127,083 PACIFIC WESTERN BANK 206 206 - 206 CLARKSON LAB & SUPPLY Contingency 125,000 - 125,000 125,000 4.9% of Construction Contract Total Construction 2,826,166 2,655,273 170,893 2,826,166 Grand Total 2,877,536 2,706,643 170,893 2,877,536 Vendor/Comments Otay Water District p2562-Res - 571-1 Reservoir Cover/Liner Replac Committed Expenditures Outstanding Commitment & Forecast Projected Final Cost OTAY WATER DISTRICT870-2 PUMP STATIONLOCATION MAP EXHIBIT A CIP P2083F P: \ W O R K I N G \ C I P P 2 0 8 3 8 7 0 - 2 P u m p S t a t i o n R e p l a c e m e n t \ G r a p h i c s \ E x h i b i t s - F i g u r e s \ E x h i b i t A , L o c a t i o n M a p , M a y 2 0 1 6 . m x d ROLLRESERVOIR(571-1) LOW HEADPUMP STATION HIGH HEADPUMPSTATION FOR PROJECT DETAILSEE EXHIBIT B ACCESS FROMALTA RD OWD PROPERTY LINE(APPROX) FirearmsTrainingFacility VICINITY MAP PROJECT SITE NTSDIV 5 DIV 1 DIV 2 DIV 4 DIV 3 !\ ?ò Aä ?Ë ;&s ?p F 0 250125 Feet OTAY WATER DISTRICT870-2 PUMP STATIONPROJECT DETAIL MAP EXHIBIT B CIP P2083F P: \ W O R K I N G \ C I P P 2 0 8 3 8 7 0 - 2 P u m p S t a t i o n R e p l a c e m e n t \ G r a p h i c s \ E x h i b i t s - F i g u r e s \ E x h i b i t B , P r o j e c t D e t a i l M a p , M a y 2 0 1 6 . m x d 0 10050 Feet Legend ExistingEasementOWD ExistingParcelOWD ExistingEasementSDGE ProposedStructure ProposedWater ProposedStormDrain ProposedSewer ProposedGas ProposedSiteCivil ExistingWaterOWD 3/9/20 Contract / P.O. Change Order No. 6 page 2 of 3 Description of Work Description Increase Decrease Time Item No. 1: Charges attributable to the 870-2 PS (CIP 2083). This Change Order provides for revisions to chain link fencing requirements including deletion of fencing around the pump engine pad, deletion of vinyl coating from fence fabric and addition of a manual double gate between the pump station and Sheriff facility per COR 99. $5,216.11 0 Item No. 2: Charges attributable to the 870-2 PS (CIP 2083). This Change Order provides for modifications to the overhead crane electrical feed circuit breaker, conductor and conduit size per COR 100. $1,047.00 0 Item No. 3: Charges attributable to the 870-2 PS (CIP 2083). This Change Order provides for flashing around the pump engine exhaust canopy roof penetration per COR 102. $4,777.00 7 Item No. 4: Charges attributable to the 870-2 PS (CIP 2083). This Change Order provides for handrail and steps at the fuel containment structure per COR 104. $10,834.00 3 Item No. 5: Charges attributable to the 870-2 PS (CIP 2083). This Change Order provides for incorporation of handwheels on all suction header valves per COR 106. $3,760.00 1 Item No. 6: Charges attributable to the 870-2 PS (CIP 2083). This Change Order provides twelve type II gate well frames/lids per COR 107. $3,130.00 1 Item No. 7: Charges attributable to the 870-2 PS (CIP 2083). This Change Order provides a new 2-inch conduit between CP-100 and the telephone backboard per COR 108. $2,872.00 1 Item No. 8: Charges attributable to the 870-2 PS (CIP 2083). This Change Order provides for electrical grounding of the gas engines per COR 109. $1,610.00 1 Item No. 9: Charges attributable to the 870-2 PS (CIP 2083). This Change Order provides a custom grade adjustment section to the oil interceptor per COR 110. $3,624.00 1 Item No. 10: Charges attributable to the 870-2 PS (CIP 2083). This Change Order provides for relocation of the pump engine batteries per COR 111. $7,627.00 4 Item No. 11: Charges attributable to the 870-2 PS (CIP 2083). This Change Order provides for modifications to the hydroseed mix design and increases the seed content per COR 113. $6,061.00 0 Item No. 12: Add eight (8) calendar days due to weather impacts per Contract Specifications 00700-8.5. $0.00 $0.00 8 Sub Total Amount $45,342.00 $5,216.11 27 Total Net Change Order Amount $40,125.89 Contract / P.O. Change Order No. 6 page 3 of 3 Reason: Item No. 1: During fence layout discussions it was determined that; fencing was no longer required around the pump engine pad, deletion of the vinyl coating on the fence fabric would provide a consistent galvanized fabric with adjacent District fencing and incorporation of a new 14-foot vehicle double gate between the Pump Station site and Sheriff facility would be beneficial for alternate access. This Change Order is required to implement the required modifications resolving all costs associated with COR 99. Item No. 2: The Contract specified overhead crane circuit breaker, conduit and electrical conductor feeder size. During submittal review it was determined that the submitted crane required a larger circuit breaker, electrical conductor feeder size and conduit to accommodate the provided equipment. This change order is required to implement the required modifications resolving all costs associated with COR 100. Item No. 3: The Contract did not provide flashing at the pump engine penetration through the canopy as requested by Operations & Maintenance. This change order is required to provide the requested flashing resolving all costs with COR 102. Item No. 4: During construction it was determined that the fuel containment area would benefit from incorporation of handrail and steps to improve safety and simplify ingress/egress for diesel fuel transfer pump maintenance. This change order is required to provide the handrail and steps resolving all costs with COR 104. Item No. 5: The Contract Documents provided a T-handle wrench nut for suction header valve operations. It was determined that handwheels with the same steel coating as interior piping would provide increased functionality. This change order is required to implement the modification resolving all costs with COR 106. Item No. 6: During construction it was determined that the plans did not incorporate the District standard two-piece gate well lids as part of the included details. This change order is required to implement the modification resolving all costs with COR 107. Item No. 7: The Contract did not identify a conduit pathway between the telephone backboard and CP-100. During construction it was determined that a conduit pathway would mitigate potential mechanical damage to the datalink required between the backboard and CP-100. This change order is required to install the conduit and resolve all costs associated with COR 108. Item No. 8: Subsequent to pump engine installation it was determined that installation of an additional engine ground would mitigate electrical noise on data and control conductors increasing operational reliability. This change order is required to implement the modification and resolve all costs associated with COR 109. Item No. 9: The Contract specified installation of a specific oil interceptor. Resulting from the required depth of the drain line a custom riser extension was required to facilitate access for cleaning and maintenance. This change order is required to implement the modification and resolve all costs associated with COR 110. Item No. 10: Subsequent to installation of the pump engines, Operations & Maintenance requested relocation of the batteries from the engine skid to ground level to facilitate access and simplify future battery replacement by relocating the batteries closer to a vehicle access point. This change order is required to implement the modification and resolve all costs associated with COR 111. Item No. 11: During submittal review it was determined to change the hydroseed mix design and seed content. This change order is required to implement the modification and resolve all costs associated with COR 113. Item No. 12: Contract Documents Section 00700-8.5 provides for no cost time extensions due to weather impacts on the project progress. Weather impacted the project eight (8) days between December 16, 2019 and February 29, 2020. The project was impacted on December 23, 26 and 27, 2019, January 17, 21 and 22, February 10 and 11, 2020 due to weather. 870-2 Pump Station Replacement Project Project: P2083/P2562 Consultant/Contractor: Pacific Hydrotech Corporation Subproject: 001103 APPROVED C.O. AMOUNT BY DATE DESCRIPTION TYPE C.O. 1 $26,269.83 GM 5/18/2018 Change order provides for additional buoyancy floats, anchor bolts, and a modified disinfection procedure for the 571-1 Reservoir. Also addresses contract time for weather. Contractor 2 $48,698.12 GM 1/29/2019 Electric service room modifications; ammonia storage modifications; replace ultrasonic flow meters with magnetic type; relocate existing rectifier power conduit; and weather days Contractor 3 $64,864.00 Board 4/4/2019 Bathroom fixtures; backup generator concrete foundation pad modifications; HVAC muffler support structural members; louver and pilaster modifications; door louvers; increase pump discharge pipe size to 18-inch; modify emergency generator thermal insulation; emergency generator exhaust roof penetration; exterior lighting controls modifications; weather days. Contractor 4 $49,157.89 Board 11/7/2019 Change order addresses 28 specific items including but not limited to surge protection for indoor devices, additional pipe supports, exhaust fan for EF-4, spare exhaust catalyst, modifications to Victaulic couplings, relocation of chemical analyzers. Also includes time adjustments and weather days. Contractor 5 $95,725.00 Board 2/6/2020 Change order addresses 23 specific items including but not limited to profile and alignment revisions to the 66-inch and 30-inch discharge yard piping; addition of a fuel containment structure; modifications to emergency batteries and test switch locations; modifications to the thermal insulation for the pump engine coolant line piping; Ethernet communication to the pump engines; modifications to the suction header walkway and engine platform structures; and credits for unused allowance items. Also includes time adjustments and weather days. Contractor 6 $40,125.89 Board Change Order addresses 12 specific items including a credit for fencing, modifications to the crane electrical, canopy flashing around engine exhaust, handrail and steps for fuel containment, handwheels for suction header valves, type II gate well frames/lids, conduit between CP-100 and telephone backboard, additional grounding for gas engines, grade adjustment for oil interceptor, relocation of engine batteries, modifications to hydroseed mix, and weather days. Contractor 7 8 9 10 Total C.O.'s To Date: $324,840.73 1.9% Original Contract Amount:$16,925,900.00 Current Contract Amount:$17,250,740.73 Month Net C.O.$ Limit Authorization Absolute C.O.$ C.O. % 3/20 $40,125.89 $3,000 Insp $40,125.89 0.2% $7,000 PM/Supervisor 0.0% $15,000 Manager 0.0% $20,000 Asst. Chief 0.0% $30,000 Chief 0.0% $75,000 GM 0.0% >$75,000 Board 0.0% CHANGE ORDER LOG P:\WORKING\CIP P2083 870-2 Pump Station Replacement\Construction\Change Orders\COLOG_2003091 3/9/2020