HomeMy WebLinkAbout06-15-21 EO&WR Committee Packet 1
OTAY WATER DISTRICT
ENGINEERING, OPERATIONS & WATER RESOURCES COMMITTEE MEETING
and
SPECIAL MEETING OF THE BOARD OF DIRECTORS
BY TELECONFERENCE
2554 SWEETWATER SPRINGS BOULEVARD
SPRING VALLEY, CALIFORNIA
TUESDAY
June 15, 2021
11:00 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 COMMITTEE ON ANY SUBJECT MATTER WITHIN THE
COMMITTEE'S JURISDICTION BUT NOT AN ITEM ON TODAY'S AGENDA
This meeting is being held via teleconference. Members of the public may submit their
comments on agendized and non-agendized items by either of the following two meth-
ods:
a) No later than a half hour before the start of the meeting, complete and submit a
Request to Speak Form. Your request to speak will be acknowledged during
the “Public Participation” portion of the meeting when the committee will hear
your public comment. When called to speak, please state your Name and the
City in which you reside. You will be provided three minutes to speak.
OR
b) No later than a half hour before the start of the meeting, email your comment to
BoardSecretary@otaywater.gov and it will be read aloud during the “Public Par-
ticipation” portion of the meeting. Please provide your Name and the City in
which you reside, with your comment. Your comment must not take more than
three minutes to read.
The District’s meeting is live streamed. Information on how to watch and listen to the
District’s meeting can be found at this link: https://otaywater.gov/board-of-
directors/agenda-and-minutes/committee-meetings/
2
DISCUSSION ITEMS
3. AWARD A PROFESSIONAL ENGINEERING SERVICES AGREEMENT TO
CAROLLO ENGINEERS, INC. FOR ALTERNATIVES EVALUATION OF THE 870-1
RESERVOIR COVER/LINER REPLACEMENT PROJECT IN AN AMOUNT NOT-TO-
EXCEED $106,300.00 (MARCHIORO) [5 minutes]
4. AWARD TWO (2) PROFESSIONAL SERVICES CONTRACTS FOR AS-NEEDED IN-
PLANT INSPECTION SERVICES AND AUTHORIZE THE GENERAL MANAGER TO
EXECUTE TWO (2) AGREEMENTS WITH ON-SITE TECHNICAL SERVICES, INC.
AND KENNY CONSULTING SERVICES, INC., EACH IN AN AMOUNT NOT-TO-
EXCEED $175,000. THE TOTAL AMOUNT FOR THE TWO (2) AGREEMENTS WILL
NOT EXCEED $175,000 DURING FISCAL YEARS 2022 AND 2023 (ENDING
JUNE 30, 2023) (DIPIETRO) [5 minutes]
5. AUTHORIZE THE GENERAL MANAGER TO EXECUTE UNILATERAL FINAL
CONTRACT CHANGE ORDER NO. 2 TO THE EXISTING CONSTRUCTION
CONTRACT WITH THARSOS, INC. IN THE REDUCED AMOUNT OF ($105,732.10)
FOR THE TEMPORARY LOWER OTAY PUMP STATION REDUNDANCY PROJECT
(LONG) [5 minutes]
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 by contacting the District Secretary at (619)
670-2253.
If you have any disability which would require accommodation in order to enable you to par-
ticipate in this meeting, please call the District Secretary at 670-2253 at least 24 hours prior
to the meeting.
Certification of Posting
I certify that on June 11, 2021, 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 June 11, 2021.
/s/ Tita Ramos-Krogman, District Secretary
STAFF REPORT
TYPE MEETING: Regular Board MEETING DATE: July 7, 2021
SUBMITTED BY: Jeff Marchioro Senior Civil Engineer
PROJECT: P2563-001101
DIV. NO. 2
APPROVED BY: Bob Kennedy, Engineering Manager
Rod Posada, Chief, Engineering
Jose Martinez, General Manager
SUBJECT: Award of a Professional Engineering Services Agreement for Alternatives Evaluation of the 870-1 Reservoir Cover/Liner
Replacement Project to Carollo Engineers, Inc.
GENERAL MANAGER’S RECOMMENDATION:
That the Otay Water District (District) Board of Directors (Board)
award a professional engineering services agreement to Carollo Engineers, Inc. (Carollo) and authorize the General Manager to execute a professional engineering services agreement with Carollo for alternatives evaluation of the 870-1 Reservoir Cover/Liner Replacement Project in an amount not-to-exceed $106,300.00 (see
Exhibit A for project locations).
COMMITTEE ACTION:
Please see Attachment A.
PURPOSE:
To obtain Board authorization for the General Manager to enter into a professional engineering services agreement with Carollo for
alternatives evaluation of the 870-1 Reservoir Cover/Liner Replacement Project in an amount not-to-exceed $106,300.00.
AGENDA ITEM 3
2
ANALYSIS:
The 11 million-gallon (MG) 870-1 “Upper” Reservoir was originally constructed in 1963 and fitted with its existing reinforced
chlorosulfonated polyethylene (CSPE) floating cover and high-density polyethylene (HDPE) liner in 1988. Existing cover/liner material
testing, completed by a local floating cover and liner contractor (Conterra, Inc.), suggested the material is nearing the end of its useful life. In the last few years, the floating cover has been
repeatedly repaired to maintain the integrity of the cover material. It is no longer cost effective to continue to repair the existing
cover that has lasted beyond its life expectancy.
The existing 870-1 Reservoir cannot be readily isolated for the
approximate six-month duration necessary for floating cover/liner replacement because the 870-1 Reservoir is the sole reservoir serving
the 870 Pressure Zone. The 870 Pressure Zone has become a large and complex zone with highly variable industrial demands since the existing cover/liner was fitted to the 870-1 Reservoir in 1988. The recently constructed 870-2 Pump Station is limited to pumping into the 870 Pressure Zone with the 870-1 Reservoir isolated for short
duration (e.g., one day) intervals while continuously manned by District staff only.
Carollo prepared the plans for the 870-2 Pump Station. Two years ago, Carollo identified two (2) cursory alternatives to isolate the
870-1 Reservoir for the approximate six-month duration: (1) Improvingthe 870-2 Pump Station closed zone pumping capability by addingcontrol valve(s) between the new 870-2 Pump Station and the existing570-1 Reservoir, and (2) Constructing a temporary storage tankadjacent to the 870-1 Reservoir similar to a temporary bolted steel
tank recently constructed by the City of Poway (City). In May 2019,District staff visited the City of Poway’s Buehler Reservoir
Rehabilitation project and observed the City’s temporary bolted steeltank. The 870-1 Reservoir Cover/Liner Replacement CIP P2563 wassubsequently budgeted assuming the temporary bolted steel tank
alternative for Fiscal Year 2021. CIP P2563 remains budgetedassuming the temporary storage tank alternative for Fiscal Year 2022.
It is unusual to have a large and complex zone as such served by a single reservoir without redundancy. Maintenance work adjacent to
the existing 870-1 Reservoir has already been deferred due to the inability to isolate the existing 870-1 Reservoir for construction
projects.
In March 2021, District staff solicited a proposal from Carollo
understanding Carollo is well positioned to assist District staff to
3
decide how to isolate the 870-1 Reservoir for the Floating
Cover/Liner Replacement project. Carollo is already familiar with the original design and construction of the new 870-2 Pump Station, which will facilitate further development of the two cursory
alternatives identified with Carollo in 2019. Carollo’s scope of work also includes analysis of a permanent storage alternative and
other alternatives as outlined in attached Exhibit B. District staff recommends sole-sourcing the attached scope of work to
Carollo since they are already very familiar with the District’s facilities. Staff considered using As-Needed Engineering Design
Consultants already under contract for this work; however, one is not experienced with this type of study and the other does not have the detailed knowledge of this pressure zone. With the complexities of
the project and the existing condition of the liner and cover, staff is running against a tight timeline and decided to sole-source this
project to Carollo. Carollo developed this knowledge as a result of the modeling Carollo did during the Preliminary Design Report (PDR) stage for the Pump Station Replacement project. Carollo’s design of the Pump Station is
a key component of this study. Working with a firm that is not familiar with this pressure zone is also expected to take more time to complete the study and will incur higher costs for the District as staff will spend more time and effort to get them up to speed.
Carollo’s attached scope of work assumes that one of the District’s As-Needed Hydraulic Modeling consultants (Water Systems Consulting or Wood Rodgers) would perform hydraulic modeling work as directed by Carollo. FISCAL IMPACT: Joe Beachem, Chief Financial Officer
The total budget for CIP P2563, as approved in the FY 2022 budget, is $3,500,000. Total expenditures, plus outstanding commitments and forecast, are $3,456,485. See Attachment B for the budget detail.
Based on a review of the financial budget, the Project Manager
anticipates that the budget for CIP P2563 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.
4
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 General Manager’s Vision, "To be a model water agency
by providing stellar service, achieving measurable results, and continuously improving operational practices." LEGAL IMPACT:
None. JM/BK:jf
Https://otaywater365.sharepoint.com/sites/engcip/Shared Documents/P2563 870-1 Reservoir Cover-Liner Replacement/Staff Reports/07-07-21 Staff Report Carollo 870-1 Floating Cover-Liner.docx Attachments: Attachment A – Committee Action
Attachment B – Budget Detail Exhibit A – Location Map Exhibit B – Carollo Scope of Work and Fee Estimate
ATTACHMENT A
SUBJECT/PROJECT: P2563-001101
Award of a Professional Engineering Services Agreement for Alternatives Evaluation of the 870-1 Reservoir Cover/Liner Replacement Project to Carollo Engineers, Inc.
COMMITTEE ACTION:
The Engineering, Operations, and Water Resources Committee
(Committee) reviewed this item at a meeting held on June 15, 2021. 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:
P2563-001101
Award of a Professional Engineering Services Agreement for Alternatives Evaluation of the 870-1 Reservoir Cover/Liner
Replacement Project to Carollo Engineers, Inc.
5/19/2021
Budget
3,500,000
PlanningConsultant Contracts 4,722 4,722 - 4,722 CONTERRA INC
2,377 2,377 - 2,377 LAYFIELD USA CORPORATION
Standard Salaries 32,043 32,043 35,000 67,043 106,300 106,300 106,300 Carollo - Planning and Alternatives Eval
50,000 50,000 50,000 As-Needed Hydraulic Modeling supporting Carollo
Total Planning 195,443 39,143 191,300 230,443
Design 001102Standard Salaries 443 443 50,000 50,443
60,000 60,000 Future Design Floating Cover/Liner (District staff)
150,000 150,000 Future Design Temp Bolted Steel Tank (Consultant)10,000 10,000 Future Corrosion Engineer
15,000 15,000 Future Geotechnical Engineer
1,500 1,500 Future Reprographics
Total Design 443 443 286,500 286,943
Construction
Standard Salaries 3,099 3,099 - 3,099
1,400,000 1,400,000 Future Const Contract - Floating Cover/Liner1,000,000 1,000,000 Future Const Contract - Temp Bolted Steel Tank
10,000 10,000 Future Corrosion Engineer
10,000 10,000 Future Geotechnical Engineer10,000 10,000 Future Laboratory
30,000 30,000 Future System Integration & SCADA Development20,000 20,000 Future Security System
96,000 96,000 Future CM @4%
120,000 120,000 Future Inspection @5%120,000 120,000 Future Staff Time @10%
120,000 120,000 Future Contingency @5%
Total Construction 3,099 3,099 2,936,000 2,939,099
Grand Total 198,985 42,685 3,413,800 3,456,485
Vendor/Comments
Otay Water District
p2563-Res - 870-1 Reservoir Cover/Liner Replac
Committed Expenditures
Outstanding
Commitment &
Forecast
Projected
Final Cost
OTAY WATER DISTRICT870-1 RESERVOIR COVER/LINER REPLACEMENTLOCATION MAP
EXHIBIT A
CIP P2563F
P:\
\
w
o
r
k
i
n
g
\
C
I
P
P
2
5
1
5
-
8
7
0
-
1
R
e
s
e
r
v
o
i
r
P
a
v
i
n
g
\
S
t
a
f
f
R
e
p
o
r
t
s
\
E
x
h
i
b
i
t
A
!\
VICINITY MAP
PROJECT SITE
NTSDIV 5
DIV 1
DIV 2
DIV 4
DIV 3
?ò
Aä%&s
?p
?Ë
F
0 800400
Feet
870-1RESERVOIR
EAST MESADETENTIONFACILITY
571-1RESERVOIR
A
L
T
A
R
O
A
D
OTAY WATER DISTRICT BOUNDARY
PROJECT SITE
5355 Mira Sorrento Place, Suite 270, San Diego, California 92121
P. 858.505.1020 F. 858.505.1015
May ,
Mr. Jeff Marchioro, PE
Otay Water District
Sweetwater Springs Blvd.
Spring Valley, CA, ( ( )
Subject: Proposal to Provide Engineering Evaluation Services for OWD ) ‐ Reservoir
Dear Mr. Marchioro:
Carollo Engineers Inc. (Carollo) is pleased to submit this proposal to Provide Engineering Services for the
) ‐ Reservoir. We understand the Otay Water District (District) is planning to replace the lining and cover
on the ) ‐ Reservoir. These repairs are anticipated to last approximately 6‐months, in which time, the
reservoir would be unavailable. As a result, the District is interested in evaluating alternatives to provide
short‐term, and perhaps long‐term, redundancy.
Carollo previously assisted the District with investigating this issue and collectively the District and Carollo
identified two potential alternatives.
. Improve ) ‐ Pump Station closed zone capability by running at least one ) pump x and
constructing a single ‐inch PRV to discharge excess flow back to the Roll Reservoir. One PRV in
the ) ‐ PS (backup) and one PRV (primary).
. Provide a temporary , ‐gallon steel water storage tank, near the existing ) ‐ reservoir.
The ‐inch PRV (recirculating flow back to supply tank) was based on ClaVal’s recommended sizing (up to
, gpm excess flow needing to recirculate) and the , ‐gallon temporary tank size was from a
datalogger on the outlet of the tank to record flows/tank levels. Neither of these alternatives have been
evaluated in detail.
Carollo is providing this proposal to evaluate the original two alternatives/scenarios and additional scenarios
listed under Task , to assist the District in selecting the option that best achieves the District’s objectives.
SCOPE OF WORK
Task 1: Development of Modeling Scope of Work for District’s On-call Modeling Consultant
Carollo will develop a draft scope of work for the hydraulic modeling efforts to support this work. This draft
scope of work will be used by the District to solicit proposal(s) from their on‐call hydraulic modeling
consultants for this work effort. The scope of work will include model updates to include the ) ‐ Pump
Station, modeling of the scenarios, coordination meetings with Carollo and with the District, storage sizing
and locations, siting of potential improvements, a summary report that documents the analysis performed
and results, and other related activities.
Task 2: Hydraulic Modeling Input and Coordination
Fundamental to the evaluation of the alternatives is the understanding of how they impact the District’s
water system. It is therefore necessary to evaluate scenarios before developing conceptual layouts and
EXHIBIT B
Mr. Jeff Marchioro, PE
Otay Water District
May ,
Page
carollo.com
conceptual cost estimates. For this task, Carollo will develop hydraulic modeling scenarios for each of the
alternatives listed below. Carollo will then work with the District’s on‐call hydraulic modeling consultant to
evaluate the scenarios using the current hydraulic model:
. A single ‐inch PRV to improve ) ‐ Pump Station closed zone capability.
. A temporary tank approximately , gallons.
=. Combined Scenario & : Using the two alternatives above in combination to meet the needs of the
District.
. A reservoir, sized to meet the District’s potable water demands, but also to provide the necessary
redundancy to take ) ‐ Reservoir out‐of‐service for the repairs.
. Up to three additional alternatives based on the hydraulic model results.
6. Potential pump station modifications (additional extra electric pump and motor).
Carollo will ask that the District’s hydraulic modeling consultant to consider future demands that are
included in the District’s latest Master Plan. Carollo assumes that the upgraded ) ‐ Pump Station and
Reservoir will be included in the model. The District will confirm the construction duration for the ) ‐
Reservoir modifications. The District will also confirm that the water demand from Mexico can be eliminated
during the ) ‐ Reservoir upgrades. Carollo will oversee the work of the District’s modeling consultant and
Carollo will have primary responsibility for determining the volume and location of the additional storage
based on information provided by the District’s modeling consultant.
Once the scenarios have been evaluated, Carollo will review the results with the modeling consultant.
Carollo will then summarize the results in a PowerPoint presentation. Carollo will then distribute the
PowerPoint summary and conduct a meeting with the District and the modeler to review the results. In this
review meeting, the District will determine which scenarios (up to of the scenarios listed above) to move
forward with in Task =. Carollo will document the modeling and review meeting results and will incorporate
the comments into the final Technical Memorandum developed in Task =.
Carollo to coordinate with the hydraulic modeler:
Carollo will assist in the update of the District’s hydraulic model by providing the selected hydraulic
modeling consultant with the CAD linework, pump curves, and indicate any operational limitations (e.g.,
maximum or minimum number of pumps running, start/stop frequency limitations, electric motor/soft start
capabilities, pump ramp up/down time, control valve characteristics etc.) for the ) ‐ pump station
improvements. The updated model will be used by the District for future planning efforts, including the
upcoming Water Facilities Master Plan.
Task 3: Alternative Evaluation
For each of the alternatives that were selected in Task for further evaluation, Carollo will develop
conceptual layouts. These conceptual layouts of the tank alternatives will also evaluate if the proposed tanks
fit within the available space or new land/property is needed. Carollo will schedule and conduct two virtual
meetings; one with operations staff and one meeting with the engineering staff, to review the alternatives
and to document preferences and criteria weighting to be used in the evaluation.
Mr. Jeff Marchioro, PE
Otay Water District
May ,
Page =
carollo.com
Carollo will then develop conceptual construction cost estimates and an evaluation matrix. Carollo will then
conduct a meeting with the District to review the layouts, the cost estimates, and the evaluation matrix.
Carollo will receive input on the evaluation and include District’s recommended modifications and requested
changes. Carollo will develop a draft Technical Memorandum for the District to review. Carollo will revise the
Technical Memorandum based on comments from the District. Carollo anticipates that there will be three
draft submittals before finalizing the Technical Memorandum.
Life cycle Costs Assessment: The temporary solutions may become reoccurring cost which will coincide
with each floating cover/liner replacement. Some scenarios, for example Scenario , includes a temporary
tank that will be rebuilt each time the floating cover/liner needs to be replaced; however, scenarios that
include modifications of the pipelines and pump station may not have reoccurring costs. Carollo will develop
life‐cycle cost for the scenarios that are included in Task = (subset of scenarios listed in Task ).
BUDGET ESTIMATE
Carollo’s estimated budget is presented below. Carollo propose to perform the above‐described scope of
services on a Lump‐Sum and Not‐To‐Exceed Fee of , .
Task Fee: C ,
Task Fee: C= ,
Task = Fee: C6),)
Total Fee: ,
List of Assumptions:
· The District’s hydraulic modeler will be able to evaluate the scenarios developed by Carollo and will
provide the results within weeks of authorization of this work.
· All costs associated with hydraulic modelling to support this effort will be borne by the District
outside of Carollo’s contract.
· Carollo will attend two ( ) virtual meetings with the District and two ( ) with the hydraulic modelling
consultant.
· District will provide all available plans, surveys, and other related information.
· District will provide one set of consolidated comments on each draft Technical Memorandum
resolving District internal comments (clarity and alignment across internal groups) prior to returning
the draft to Carollo.
· All deliverables provided by Carollo will be submitted electronically via email; hard copy versions of
deliverables will not be required by the District.
· Carollo’s will not be updating the District’s hydraulic model nor performing any of the hydraulic
modeling efforts.
· Carollo has the right to rely on the information provided by the District and/or the District’s
hydraulic modeling consultant.
Mr. Jeff Marchioro, PE
Otay Water District
May ,
Page
carollo.com
SCHEDULE
We expect this work to take approximately four ( ) months to complete. This schedule will depend on the
District hydraulic modeler and on the District’s availability to participate in the meetings.
Please feel free to contact me should you have any questions regarding this proposal. Carollo appreciates
the opportunity to work with the District on this important study.
Sincerely,
CAROLLO ENGINEERS, INC.
Troy Hedlund, PE
Senior Project Manager
Vice President
cc: Jeff Thornbury
Eric Mills
Jason Davis
Miko Aivazian
STAFF REPORT
TYPE MEETING: Regular Board MEETING DATE: July 7, 2021
SUBMITTED BY: Brandon DiPietro Field Services Manager
PROJECT: Various DIV. NO. All
APPROVED BY: Michael Long, Engineering Manager
Rod Posada, Chief, Engineering
Jose Martinez, General Manager
SUBJECT: Award of Two (2) As-Needed In-Plant Inspection Services Contracts for Fiscal Years 2022 and 2023
GENERAL MANAGER’S RECOMMENDATION:
That the Otay Water District (District) Board of Directors (Board) award two (2) professional services contracts for As-Needed In-Plant
Inspection Services and to authorize the General Manager to execute two (2) agreements with On-Site Technical Services, Inc. (On-Site) and Kenny Consulting Services, Inc. (KCS), each in an amount not-to-exceed $175,000. The total amount of the two (2) agreements will not exceed $175,000 during Fiscal Years 2022 and 2023 (ending June 30,
2023).
COMMITTEE ACTION:
Please see Attachment A.
PURPOSE:
To obtain Board authorization for the General Manager to enter into two (2) professional services agreements for As-Needed In-Plant
Inspection Services with On-Site and KCS, with each agreement in an amount not-to-exceed $175,000 for Fiscal Years 2022 and 2023. The
total amount of the two (2) agreements will not exceed $175,000 during Fiscal Years 2022 and 2023.
AGENDA ITEM 4
2
ANALYSIS: The District will require the services of a professional in-plant inspection consultant in support of the District’s Capital
Improvement Program (CIP) and developer funded projects for the next two (2) fiscal years. Due to the strict requirements for the weld
inspection, surface preparation, and coating application on steel pipelines, the District uses a third-party inspector to monitor, document, and verify welding reports and to ensure coatings are
applied per District and coating manufacturer’s specifications. The District requires the specialty inspector be certified by the
American Welding Society as a Certified Welding Inspector (CWI) or Senior Certified Welding Inspector (SCWI) qualified to code AWS D1.1 QC1, American Society for Nondestructive Testing (ASNT) SNT-TC-1A as
an NDT Level II or greater, and National Association of Corrosion Engineers (NACE) as a Level III Coating Inspector. The inspector’s
tasks include, but are not limited to, submitting daily reports detailing the manufacturer’s activities, periodic testing, and overall quality control for the manufacturer’s procedures. It is more efficient and cost effective to issue an as-needed
contract for In-Plant Inspection Services, which will provide the District with the ability to obtain consulting services in a timely and efficient manner. This concept has also been used in the past for other disciplines such as design engineering, construction management, geotechnical, and environmental services.
The anticipated CIP and developer projects that are estimated to require in-plant inspection services for Fiscal Years 2022 and 2023 are listed below: CIP No. & Dev No. Capital Facilities & Developer Projects
P2174 1090-1 Pump Station Replacement P2405 624/340 PRSs Paseo Ranchero and Otay Valley Road
P2453 SR-11 Utility Relocations–Siempre Viva Road Bridge Crossing
D0362 Otay 250
D0914 Alta Crossing Unit 4
D1044 Otay Ranch Village 8
The As-Needed In-Plant Inspection Services agreements do not commit the District to any expenditure until a task order is approved to
perform work on a CIP project or developer funded project. The District does not guarantee work to the consultant, nor does the
District guarantee that it will expend all of the funds authorized by the agreement on professional services.
3
The District solicited for in-plant inspection services by placing an
advertisement on the Otay Water District’s website and using Periscope S2G (formally known as BidSync), the District’s online bid solicitation website on Monday, March 29, 2021. Seven (7) firms
submitted a letter of interest and a statement of qualifications. The Request for Proposal (RFP) for As-Needed In-Plant Inspection
Services was sent to all seven (7) firms. Of the seven (7) firms that submitted a letter of interest and statement of qualifications, three (3) firms submitted proposals. These are:
• Kenny Consulting Services, Inc., San Diego, CA
• On-Site Technical Service, Inc., Garden Grove, CA
• PDmC, Inc., Oceanside, CA
The following firms did not submit a proposal, BWS Services, KPFF Consulting Engineers, RMA Companies, and Weston Solutions, Inc. The remaining four (4) declined to propose due to various reasons
including expressing difficulty with finding capacity to accommodate additional work.
A panel of five (5) staff members reviewed the proposals from On-Site, KCS, and PDmC. Staff agreed that On-site and KCS are best qualified to perform the services based on their experience, understanding of the scope of work, proposed method to accomplish the
work, and their composite hourly rate. On-Site, KCS, and PDmC submitted the Company Background Questionnaire, as required by the RFP, and staff did not find any significant issues. In addition, staff checked their references and
performed an internet search on the companies. Staff found the references to be excellent and did not find any outstanding issues
with the internet search. FISCAL IMPACT: Joe Beachem, Chief Financial Office
The funds for these two (2) agreements will be expended on a variety of projects, as previously noted above. These agreements are for as-needed professional services based on the District's need and schedule, and expenditures will not be made until a task order is
approved by the District for the consultant's services on a specific CIP or development project.
Based on a review of the financial budget, the Project Manager anticipates that the budgets will be sufficient to support the
professional as-needed services required for the CIP and developer projects noted above.
4
The Finance Department has determined that the funds to cover these
agreements will be available as budgeted for these projects. 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 General Manager’s Vision, "To be a model water agency
by providing stellar service, achieving measurable results, and continuously improving operational practices."
LEGAL IMPACT: None.
BD/ML:mlw
https://otaywater365.sharepoint.com/sites/engoperating/Shared Documents/As-Needed Services/In-Plant Inspection/FY 22-23/Staff Report/BD_07_07_2021 Staff Report_Award of As-Needed In-plant Inspection Services._bdd.docx Attachments: Attachment A – Committee Action Attachment B – Summary of Proposal Rankings
ATTACHMENT A
SUBJECT/PROJECT: Various Award of Two (2) As-Needed In-Plant Inspection Services Contracts for Fiscal Years 2022 and 2023
COMMITTEE ACTION:
The Engineering, Operations, and Water Resources Committee (Committee) reviewed this item at a meeting held on June 15, 2021. 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.
Qualifications of
Team
Responsiveness
and Project
Understanding
Technical and
Management
Approach
INDIVIDUAL
SUBTOTAL -
WRITTEN
AVERAGE SUBTOTAL -
WRITTEN
P
r
o
p
TOTAL SCORE
30 25 30 85 85 100 Poor/Good/
Excellent
Jon Chambers 27 22 28 77
Michael Long 29 23 28 80
Mike O'Donnell 28 24 28 80
Andrea Carey 30 25 28 83
Brandon DiPietro 29 24 28 81
Jon Chambers 26 22 27 77
Michael Long 28 23 27 78
Mike O'Donnell 28 23 27 78
Andrea Carey 28 23 28 79
Brandon DiPietro 27 23 27 77
Jon Chambers 20 20 22 62
Michael Long 25 21 21 67
Mike O'Donnell 25 21 22 68
Andrea Carey 23 21 20 64
Brandon DiPietro 23 20 23 66
*The fees were evaluated by comparing the weighted rates for two positions. The sum of the weighted rates are noted on the Rates Scoring Chart.
Firm On-Site KCS PDmC
Fee $235 $339 $269Score15110
75
Kenny Consulting
Services 78 79
65
Excellent
PDmC
RATES SCORING CHART
On-Site Inspection
Services 80 95
MAXIMUM POINTS
Excellent
ATTACHMENT B
SUMMARY OF PROPOSAL RANKINGS
As-Needed In-Plant Inspection Services FY 2022-2023
WRITTEN
REFERENCES
https://otaywater365.sharepoint.com/sites/engoperating/Shared Documents/As-Needed Services/In-Plant Pipe Inspection/FY 22-23/Rankings/Summary of Proposal Rankings_bdd.xls
STAFF REPORT
TYPE MEETING: Regular Board MEETING DATE: July 7, 2021
SUBMITTED BY: Michael J. Long Engineering Manager PROJECT: P2619-01103 DIV. NO. 1
APPROVED BY: Rod Posada, Chief, Engineering
Jose Martinez, General Manager
SUBJECT: Approval of Unilateral Final Contract Change Order No. 2 to the Construction Contract with Tharsos, Inc. for the Temporary
Lower Otay Pump Station Redundancy Project
GENERAL MANAGER’S RECOMMENDATION:
That the Otay Water District (District) Board of Directors (Board) authorize the General Manager to execute the Unilateral Final Contract Change Order No. 2 to the existing construction contract
with Tharsos, Inc. (Tharsos) in the reduced amount of ($105,732.10) for the Temporary Lower Otay Pump Station Redundancy project
(Project) (see Exhibit A for Project location).
COMMITTEE ACTION:
Please see Attachment A.
PURPOSE:
This action is to obtain Board authorization for the General Manager to execute the Unilateral Final Contract Change Order No. 2 to reduce
the existing contract in an amount not-to-exceed ($105,732.10) for the Project.
ANALYSIS:
The scope of work for the Temporary Lower Otay Pump Station Redundancy Project (Project) consists of grading, raised concrete
AGENDA ITEM 5
2
slab with cut-off walls, masonry retaining wall, below and above
grade potable steel piping, meter vault, fuel oil piping, electrical improvements, instrumentation and control equipment, fencing, and installation of an owner pre-purchased trailer mounted portable pump
and diesel engine and all other work and appurtenances in accordance with the contract documents.
At the July 3, 2019 Board Meeting, the Board awarded a construction contract in the amount of $1,647,000.00 to Tharsos, Inc. Since
the award of the construction contract, one (1) change order has been approved.
Change Order No. 1, which totaled $57,133.00, compensated the contractor for changes to the contract to remove and dispose of
diesel fuel contaminated soil, pipe, drainpipe and asphalt paving materials and replace with new at the 1485 Pump Station site. These
changes resulted from premature failure of existing buried emergency generator fuel piping, which created a diesel fuel leak and contaminated existing soils and retaining wall drainage piping. This change order added 14 days to the contract’s original 275 day duration to extend to a new contract duration of 289 calendar days.
The Unilateral Final Contract Change Order No. 2, which is the subject of this staff report, adjusts the contract quantities resulting from field conditions for the following eighteen (18) items, as detailed in the attached Exhibit B:
1. Increases the contract in the amount of $701.00 to modify the specified concrete mix from 4,000 psi to 5,000 psi per RFP 002 and PCO 03. 2. Increases the contract in the amount of $2,424.00 to modify the retaining wall and slab concrete footing per RFP 002 and PCO
04. 3. Increases the contract in the amount of $10,483.00 to provide
for shutdown revisions to accommodate leaking existing valves per PCO 04. 4. Increases the contract in the amount of $22,579.00 to provide
for removal and replacement of saturated existing soil material per PCO 08.
5. Increases the contract in the amount of $11,673.00 to provide for new electrical conductors between the existing meter pedestal and new manual transfer switch per PCO 09.
6. Increases the contract in the amount of $2,802.00 to provide for an interior coating on the new ultrasonic flow meter per
PCO 10. 7. Increases the contract in the amount of $2,913.00 to provide for a revised gate fence post base per PCO 11.
3
8. Provides 93 days of contract time associated with all COVID-19
and specified vendor delays associated with submittal and material procurement. 9. Provides 2 days of contract time related to the use of Bid Item
20 – Electrical and Control systems Additions Allowance associated with additional scope per BI 20 – Work Order 01.
10. Provides 2 days of contract time related to the use of Bid Item 21 – Specialized Equipment Electrical Connections Allowance associated with additional scope per BI 21 – Work Order 01.
11. Decreases the amount allocated for Bid Item 18, Unknown or Unidentified Obstruction Allowance, by $10,000.00.
12. Decreases the amount allocated for Bid Item 19, Rock Removal Allowance, by $1,500.00. 13. Decreases the amount allocated for Bid Item 20, Electrical &
Control Systems Additions Allowance, by $7,377.00. 14. Decreases the amount allocated for Bid Item 21, Specialized
Equipment Electrical Connections Allowance, by $3,231.00. 15. Decreases the amount allocated for Bid Item 22, Agency Permit Fees Allowance, by $6,199.10. 16. Decreases the amount allocated for Bid Item 23, Environmental/Regulatory Compliance Allowance, by $10,000.00.
17. Adds 10 calendar days due to weather impacts per Contract Specifications 00700-8.5 18. Decreases the amount of the contract by $121,000 for assessment of liquidated damages from December 5, 2020 until substantial completion on April 5, 2021.
District staff negotiated in good faith with the contractor and presented a draft Bilateral Change Order No. 2 on June 6, 2021 to Tharsos, Inc. The draft Change Order included settlement agreements reached during good faith negotiations that concluded on June 4,
2021. On June 9, 2021, Tharsos, Inc. refused to finalize the draft negotiated Bilateral Change Order and this Unilateral Change Order
No. 2 was developed to close the project. The Final Contract Change Order No. 2 adjusts the contract duration
by adding 171 days to the current 289 calendar day contract for a total duration of 460 calendar days making the revised contract
completion date December 5, 2020. Substantial completion for the contract was achieved on April 5, 2021, which has resulted in collection of liquidated damages of $121,000 ($1,000 per day for each
of the 121 days beyond the contract completion date).
In total, the cost associated with the above changes to the contract and adjusted contract duration in Change Order No. 2 is a reduction of the construction contract amount of ($105,732.10) to a total final
contract amount of $1,598,400.90.
4
FISCAL IMPACT: Joe Beachem, Chief Financial Officer The total budget for the combined CIP P2619, as approved in the FY
2021 budget, is $3,300,000. Total expenditures, plus outstanding commitments and forecast, including this contract, are $3,251,219.
See Attachment B 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 under the current rate model that 100% of the funding is available from the Replacement Fund for CIP P2619.
GRANTS/LOANS:
Engineering staff researched and explored grants and loans and found none were 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.
MJL/RP:jf
https://otaywater365.sharepoint.com/sites/engcip/Shared Documents/P2619 Temp LOPS Redundancy/Staff Reports/Unilateral Change Order No 2/Staff Report CO No 2.docx Attachments: Attachment A – Committee Action Attachment B – Budget Detail Exhibit A – Location Map
Exhibit B – Final Change Order No. 2
ATTACHMENT A
SUBJECT/PROJECT: P2619-001103
Approval of Final Contract Change Order No. 2 in an amount not-to-exceed a reduction of ($105,732.10) to the Construction Contract with Tharsos, Inc. for the Temporary Lower Otay Pump Station Redundancy Project
COMMITTEE ACTION:
The Engineering, Operations, and Water Resources Committee (Committee) reviewed this item at a meeting held on June 15, 2021. 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 – P2619 Budget Detail
SUBJECT/PROJECT: P2619-001103
Approval of Final Contract Change Order No. 2 in an amount not-to-exceed a reduction of ($105,732.10) to the
Construction Contract with Tharsos, Inc. for the Temporary Lower Otay Pump Station Redundancy Project
6/9/2021
Budget
3,300,000
PlanningConsultant Contracts 2,043 2,043 - 2,043 HELIX ENVIRONMENTAL5,098 5,098 - 5,098 ICF JONES & STOKES INCRegulatory Agency Fees 5,118 5,118 - 5,118 COUNTY OF SAN DIEGO
50 50 - 50 PETTY CASH CUSTODIAN
Standard Salaries 117,414 117,414 - 117,414
Total Planning 129,724 129,724 - 129,724
Design 001102
Consultant Contracts 3,585 3,585 - 3,585 RFYEAGER ENGINEERING LLC
35,515 35,515 - 35,515 MICHAEL BAKER INT'L INC
580 580 - 580 NV5 INC
27,955 27,955 - 27,955 WATER SYSTEMS CONSULTING INC
41,088 41,088 - 41,088 BSE ENGINEERING INC
Parking and Tolls 24 24 - 24 PETTY CASH CUSTODIAN
Regulatory Agency Fees 125 125 - 125 GOVOLUTION*SERVICE FEE
4,995 4,995 - 4,995 CITY TREASURER
Service Contracts 86 86 - 86 DAILY JOURNAL CORPORATIONStandard Salaries 148,102 148,102 - 148,102
Total Design 262,054 262,054 - 262,054
Construction
Construction Contracts 1,117 1,117 - 1,117 CLARKSON LAB & SUPPLY INC1,647,000 1,348,301 298,699 1,647,000 THARSOS INC(105,732) (105,732) (105,732) THARSOS INC CO No 2Consultant Contracts 13,998 6,142 7,856 13,998 BSE ENGINEERING INC($48,660 of $100K Contingency)98,482 98,482 - 98,482 ALYSON CONSULTING2,600 1,285 1,315 2,600 GEOCON INCORPORATED1,920 1,920 - 1,920 NV5 INC7,175 7,175 - 7,175 MICHAEL BAKER INT'L INC
520 520 - 520 RFYEAGER ENGINEERING LLC
16,163 - 16,163 16,163 WATCHLIGHT CORPORATION
INFRASTRUCTURE EQUIPMENT & MA 815,853 733,368 82,485 815,853 HAWTHORNE POWER SYSTEMS
3,396 3,396 - 3,396 PALMER JOHNSON POWER SYST
25,805 25,805 - 25,805 RICK'S MACHINE SHOP
OTHER AGENCY FEES 3,810 3,810 2,500 6,310 CITY OF SAN DIEGO
Service Contracts 1,260 1,260 - 1,260 MAYER REPROGRAPHICS INC
Standard Salaries 312,073 312,073 10,000 322,073
Supplier Contracts 1,503 1,503 - 1,503 FERGUSON WATERWORKS # 1083
Total Construction 2,846,941 2,546,156 313,285 2,859,441
Grand Total 3,238,719 2,937,934 313,285 3,251,219
Vendor/Comments
Otay Water Districtp2619-Temp Lower Otay Pump Station Redundancy
Committed Expenditures
Outstanding
Commitment &
Forecast
Projected Final Cost
OTAY WATER DISTRICTTEMPORARY LOWER OTAY PUMP STATION REDUNDANCYLOCATION MAP
EXHIBIT A
CIP P2619F
P:\WORKING\CIP P2619 Temp LOPS Redundancy\Graphics\Exhibits-Figures\Exhibit A, Location Map.mxd
O L Y M P I C P K W Y
PROJECT SITE
!\
ÃÅ125
HUNTE PK W Y
PROCTOR VALLEY RD
W
U
E
S
T
E
R
D
Aä
LOWEROTAYLAKE
UPPEROTAYLAKE
E
A
S
T
L
A
K
E
P
K
W
Y
VICINITY MAP
PROJECT SITE
NTSDIV 5
DIV 1
DIV 2
DIV 4
DIV 3
ÃÅ54
!\
ÃÅ125
ÃÅ94
ÃÅ905
§¨¦805
F
0 2,3001,150
Feet
OTAY WATER DISTRICT
2554 SWEETWATER SPRINGS BLVD., SPRING VALLEY, CA. 91978, (619) 670-2222
CONTRACT/P.O. CHANGE ORDER No. 2
PROJECT/ITEM: Temporary Lower Otay Pump Station Redundancy (CIP P2619)
CONTRACTOR/VENDOR: Tharsos, Inc. REF.CIP No.: P2619
APPROVED BY: Board REF. P.O. No: 720658 DATE: 6/9/21
DESCRIPTION:
See attached page 2 of 4 for continuation.
REASON:
See attached page 3 of 4 for continuation.
CHANGE P.O. TO READ:
Revise Contract to deduct $105,732.10 and add 171 days time for a total Contract amount of $1,598,400.90 with
a Contract Duration of 460 Calendar Days.
ORIGINAL CONTRACT/P.O. AMOUNT: $ 1,647,000.00
ADJUSTED AMOUNT FROM PREVIOUS CHANGE: $ 57,133.00
TOTAL COST OF THIS CHANGE ORDER: $ (105,732.10)
NEW CONTRACT/P.O. AMOUNT IS: $ 1,598,400.90
ORIGINAL CONTRACT COMPLETION DATE: 6/3/20
CONTRACT/P.O. TIME AFFECTED BY THIS CHANGE: Yes
REVISED CONTRACT COMPLETION DATE: 12/5/20
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 : Michael Lopez DIV. MGR : DATE:
TITLE: President DATE : CHIEF: DATE:
COMPANY & Tharsos, Inc.
ADDRESS: 7839 University Ave, #210 DISTRICT APPROVAL:
La Mesa, CA 91942 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. 2 page 2 of 4
Description of Work
Description
Increase Decrease Time
Item No. 1:
This Change Order modifies the specified concrete mix from 4,000psi to
5,000psi per RFP 002 and PCO 03.
$701.00 0
Item No. 2:
This Change Order modifies the retaining wall and slab concrete footing per
RFP 002 and PCO 04.
$2,424.00 0
Item No. 3:
This Change Order provides for shutdown revisions to accommodate leaking
existing valves per PCO 07.
$10,483.00 32
Item No. 4:
This Change Order provides for removal and replacement of saturated
existing soil material per PCO 08.
$22,579.00 7
Item No. 5:
This change Order provides for new electrical conductors between the
existing meter pedestal and new manual transfer switch per PCO 09.
$11,673.00 4
Item No. 6:
This Change Order provides for an interior coating on the new ultrasonic flow
meter per PCO 10.
$2,802.00 21
Item No. 7:
This Change Order provides for a revised gate fence post base per PCO 11. $2,913.00 0
Item No. 8:
This Change Order provides contract time associated with all Covid-19 and
specified vendor delays associated with submittal and material procurement.
$0.00 $0.00 93
Item No. 9:
This Change Order provides for time related to the use of Bid Item 20 –
Electrical and Control systems Additions Allowance associated with
additional scope per BI 20 – Work Order 01
$0.00 $0.00 2
Item No. 10:
This Change Order provides for time related to the use of Bid Item 21 –
Specialized Equipment Electrical Connections Allowance associated with
additional scope per BI 21 – Work Order 01
$0.00 $0.00 2
Item No. 11:
This Change Order decreases the amount allocated for Bid Item 18,
Unknown or Unidentified Obstruction Allowance, by $10,000.00 to a new
authorized amount of $0.00.
$10,000.00 0
Item No. 12:
This Change Order decreases the amount allocated for Bid Item 19, Rock
Removal (Unit Price), by $1,500.00 to a new authorized amount of $0.00.
(Deduct 25 CY at $60.00/CY)
$1,500.00 0
Item No. 13:
This Change Order decreases the amount allocated for Bid Item 20, Electrical
and Control Systems Additions Allowance, by $7,311.00 to a new authorized
amount of $2,6230.00.
$7,377.00 0
Item No. 14:
This Change Order decreases the amount allocated for Bid Item 21,
Specialized Equipment Electrical Connections Allowance, by $3,231.00 to a
new authorized amount of $1,769.00.
$3,231.00 0
Item No. 15:
This Change Order decreases the amount allocated for Bid Item 22, Agency $6,199.10 0
Contract / P.O. Change Order No. 2 page 3 of 4
Permit Fees Allowance, by $6,199.10 to a new authorized amount of
$3,800.90.
Item No. 16:
This Change Order decreases the amount allocated for Bid Item 23,
Environmental/regulatory Compliance Allowance, by $10,000.00 to a new
authorized amount of $0.00.
$10,000.00 0
Item No. 17:
Add 10 calendar days due to weather impacts per Contract Specifications
00700-8.5
$0.00 $0.00 10
Item No. 18:
Reimbursement for liquidated damages from December 5, 2020 until
Substantial Completion on April 5, 2021 (121 Calendar days at
$1,000/calendar days).
$121,000.00 0
Sub Total Amount $53,575.00 $159,307.10 171
Total Net Change Order Amount $(105,732.10)
Revisions to: BID SCHEDULE
Item #
Description
Quantity
Unit
Unit Price
Amount
18 Unknown or Unidentified Obstruction (Allowance) 1 LS LS $0.00
19 Rock Removal (Unit Price) 0 CY $60.00 $0.00
20 Electrical and Control Systems Additions Allowance 1 LS LS $2,623.00
21 Specialized Equipment Electrical Connections Allowance 1 LS LS $1,769.00
22 Agency Permit Fees 1 LS LS $3,800.90
23 Environmental/Regulatory Compliance Allowance 1 LS LS $0.00
Reason:
Item No. 1:
During the course of construction, the engineer determined that the specified concrete mix design required adjustment from a
4,000psi mix to a 5,000psi mix. This Change Order is necessary to resolve all costs and time associated with implementation
of this work scope.
Item No. 2:
During the course of construction, the engineer determined that revisions to the footing design were required to achieve the
design intent. This Change Order is necessary to resolve all costs and time associated with implementation of this work scope.
Item No. 3:
Resulting from initial shutdowns it was discovered that valve leakby exceeded anticipated volumes resulting in additional scope
to address the leakby including procurement of an additional tapped blind flange. This Change Order is necessary to resolve
all costs and time associated with implementation of this work scope.
Item No. 4:
During excavation for the required pipe supports wet and unsuitable native soil was encountered requiring removal and
replacement. This Change Order is necessary to resolve all costs and time associated with implementation of this work scope.
Item No. 5:
During installation of the new electrical manual transfer switch it was discovered that the existing to remain electrical feed
conductors were corroded and required replacement. This Change Order is necessary to resolve all costs and time associated
with implementation of this work scope.
Contract / P.O. Change Order No. 2 page 4 of 4
Item No. 6:
Subsequent to delivery of the new ultrasonic flow meters it was determined that the vendor only provided a shop prime coating
and not an NSF 61 product resulting in the requirement to incorporate additional surface preparation and coating materials on
the flow meter. This Change Order is necessary to resolve all costs and time associated with implementation of this work scope.
Item No. 7:
During installation of the new fence it was discovered that the retaining wall footing precluded drilling the gate post to the required
support depth resulting in the requirement to fabricate a base plate suitable to mount to the footing and support the gate post.
This Change Order is necessary to resolve all costs and time associated with implementation of this work scope.
Item No. 8:
The Covid-19 pandemic impacted the submittal and material procurement process delaying the delivery of materials including
necessary pipe, valves and ultrasonic flow meters. The longest material delay resulted from the Ultrasonic Flow Meter which
was initially scheduled to be delivered on January 29, 2020 and arrived ready for installation on October 26, 2020. This resulted
in the scheduled completion moving from June 17, 2020 to January 4, 2021. This Change Order is necessary to resolve all
costs and time associated with the extended material procurement time.
Item No. 9:
The Contract Allowance Bid Item, Item No. 20, Electrical and Control Systems Additions Allowance, was used to account for
additional scope. Costs were accounted via the Contractual Allowance; however, it was agreed that the added scope
cumulatively resulted in a five (5) calendar day extension to the Contract. This change is necessary to provide the time extension
agreed upon to resolve all costs associated with relevant contractor change order requests.
Item No. 10:
The Contract Allowance Bid Item, Item No. 21, Specialized Equipment electrical Connections Allowance, was used to account
for additional scope. Costs were accounted via the Contractual Allowance; however, it was agreed that the added scope
cumulatively resulted in a two (2) calendar day extension to the Contract. This change is necessary to provide the time extension
agreed upon to resolve all costs associated with relevant contractor change order requests.
Item No. 11:
The Contract Bid Item No. Bid Item 18, Unknown or Unidentified Obstruction Allowance, was used to the maximum extent
practical and is no longer required.
Item No. 12:
The Contract Bid Item No. Bid Item 19, Rock Removal, was used to the maximum extent practical and is no longer required.
Item No. 13:
The Contract Bid Item No. Bid Item 20, Electrical and Control systems Additions Allowance, was used to the maximum extent
practical and is no longer required.
Item No. 14:
The Contract Bid Item No. Bid Item 21, Specialized Equipment Electrical Connections Allowance, was used to the maximum
extent practical and is no longer required.
Item No. 15:
The Contract Bid Item No. Bid Item 22, Agency Permit Fees, was used to the maximum extent practical and is no longer required.
Item No. 16:
The Contract Bid Item No. Bid Item 23, Environmental/Regulatory Compliance Allowance, was used to the maximum extent
practical and is no longer required.
Item No. 17:
Contract Documents Section 00700-8.5 provides for no cost time extensions due to weather impacts on the project progress.
Weather impacted the project ten (10) days between December 28, 2020 and April 5, 2021. The project was impacted on
December 28 and 29, 2020, January 25, 26, and 29, March 3, 4, 10, 11, and 12, 2021 due to weather.
Item No. 18:
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 failure to substantially complete tall work. The adjusted
Contract complete date was December 5, 2020 resulting in 121 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.
P2619-001103
APPROVED
C.O. AMOUNT BY DATE DESCRIPTION TYPE C.O.
1 $57,133.00 GM 3/16/2020
Remove and Dispose contaminated soil at 1485 PS (CIP
P1320)LS
2 ($105,732.10) Board
Multiple Items - change concrete mix, modify retaining wall footing design, modify shutdown for leaking valves, R&R saturated soils, new electrical conductors, flow meter coating,
revised fence post base, Covid-19 material procurement delay,
work order time, weather days, and bid item reconcilliation,
weather days, liquidated damages
LS
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
192021222324
25
Total C.O.'s To Date: ($48,599.10)-3.0%
Original Contract Amount: $ 1,647,000.00
Current Contract Amount:$1,598,400.90
Change Order Breakdown for the Month:
Month Net C.O.$ Limit Authorization Absolute C.O.$ Absolute C.O. %
6/21 $0.00 $5,000/5% PM/Supervisor $0.00 0.0%
$10,000/10% Manager $0.00 0.0%
$15,000/20% Chief $0.00 0.0%
$50,000/30%GM $0.00 0.0%
CHANGE ORDER LOG
Temporary Lower Otay Pump Station Redundancy (CIP P2619)