Loading...
HomeMy WebLinkAbout06-18-19 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 Board Room TUESDAY June 18, 2019 12:00 P.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 P2619 BUDGET IN THE AMOUNT OF $300,000 AND AWARD A CONSTRUCTION CONTRACT TO THARSOS, INC. FOR THE TEMPORARY LOWER OTAY PUMP STATION REDUNDANCY PROJECT IN AN AMOUNT NOT-TO-EXCEED $1,647,000 (MARCHIORO) [5 minutes] 4. APPROVE THE ISSUANCE OF A PURCHASE ORDER TO CORTECH ENGINEER- ING FOR THE PURCHASE OF A PORTABLE TRAILER MOUNTED VARIABLE FREQUENCY DRIVE PUMP IN AN AMOUNT NOT-TO-EXCEED $453,000 (MAR- CHIORO) [5 minutes] 5. ADJOURNMENT BOARD MEMBERS ATTENDING: Tim Smith, Chair Gary Croucher 2 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 June 14, 2019 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 14, 2019. /s/ Susan Cruz, District Secretary STAFF REPORT TYPE MEETING: Regular Board MEETING DATE: July 3, 2019 SUBMITTED BY: Jeff Marchioro Senior Civil Engineer PROJECT: P2619- 001103 DIV. NO. 1 APPROVED BY: Bob Kennedy, Engineering Manager Dan Martin, Assistant Chief of Engineering Rod Posada, Chief, Engineering Mark Watton, General Manager SUBJECT: Approval to Increase the CIP P2619 Budget in an Amount of $300,000 and Award of a Construction Contract to 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): 1. Increase the CIP P2619 budget by $300,000 (from $2,900,000 to $3,200,000); and 2. Authorize the General Manager to execute a construction contract with Tharsos, Inc. (Tharsos) for the Temporary Lower Otay Pump Station (TLOPS) Redundancy Project in an amount not-to-exceed $1,647,000 (see Exhibit A for Project location). COMMITTEE ACTION: Please see Attachment A. PURPOSE: To obtain Board approval to increase the overall CIP P2619 budget in the amount of $300,000 (from $2,900,000 to $3,200,000) and to obtain Board authorization for the General Manager to enter into a construction contract with Tharsos for the TLOPS Redundancy Project (Project) in an amount not-to-exceed $1,647,000. 2 ANALYSIS: On August 1, 2018, the District awarded a purchase order to the local CAT dealer (Hawthorne Power Systems) teamed with Chillicothe Metal Company (CMCO) to build a trailer mounted engine and pump. Most of the components to build the trailer including the large diesel engine have been delivered to CMCO’s facility located in Illinois. Hawthorne/CMCO is anticipated to deliver the trailer to the District in December 2019 or January 2020. Hawthorne’s purchase order does not include installation of the trailer at the Project site. Staff prepared a site civil package for installation of the trailer in-house. The District’s as-needed engineering design consultant (Michael Baker) provided structural design and peer review. The District’s as-needed electrical engineer consultant (BSE) provided electrical, instrumentation, and control design. The District’s as- needed corrosion engineer consultant (RFYeager) provided cathodic protection design. The bid documents include grading, raised concrete 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, and fencing. On May 2, 2019, the Project was formally advertised for bid using BidSync, an online bid solicitation website. The Project was also advertised in the Daily Transcript. BidSync provided electronic distribution of the Bid Documents, including specifications, plans, and addendum. A Pre-Bid Meeting was held on May 9, 2019, which was attended by seven (7) general contractors. A single addendum was sent out to all bidders and plan houses to address questions and clarifications to the contract documents during the bidding period. Bids were publicly opened on May 23, 2019, with the following results: CONTRACTOR TOTAL BID AMOUNT CORRECTED BID AMOUNT 1 Tharsos, Inc. (La Mesa, Ca) $1,647,000.00 $1,647,000.00 2 Advanced Construction Services Inc. (Norman, OK) $1,829,655.91 $1,719,655.91 3 Cora Constructors (Palm Desert, CA) $1,797,900.00 $1,797,900.00 4 Public Works Contractor, Inc. (Spring Valley, CA) $1,941,315.92 $1,941,315.92 5 SCW Contracting Corp (Fallbrook, CA) $1,996,025.00 $1,996,025.00 The Engineer’s Estimate is $1,385,000, which includes four (4) bid allowances (Electrical and Control Systems Additions Allowance, 3 Specialized Equipment Electrical Connections Allowance, Agency Permit Fees, and Environmental/Regulatory Compliance Allowance) added via Addendum 1. The lowest bid is $262,000 higher that the Engineer’s Estimate. As a result, a $300,000 budget increase is required. Staff concluded that the Engineer’s Estimate likely did not capture the risk and complexity associated with this unique project combined with difficult access spanning multiple jurisdictions and permits with the City of San Diego and the City of Chula Vista. The bid items with the largest differences between the Engineer’s Estimate and the low bid include Bid Item 10 “Above Grade Piping” and Bid Item 13 “Electrical, Instrumentation, & Control”. Savings on other District CIPs are expected to offset this budget increase. For example, over $200,000 of the structural steel allowances for the 803-2 Reservoir Interior/Exterior Coating & Upgrades project (P2565) will not be needed. A review of the bids was performed by District staff for conformance with the contract requirements and determined that Tharsos was the lowest responsive and responsible bidder. Tharsos holds a Class A, General Engineering, Contractor’s License in the State of California, which meets the contract document’s requirements, and is valid through January 31, 2021. The reference checks indicated a very good to excellent performance record on similar projects. An internet background search of the company was performed and revealed no outstanding issues with this company. Tharsos recently completed the Ralph W. Chapman Water Reclamation Facility Headworks Improvements and Steele Bridge SPS Wet Well Improvements Project for the District. Their performance on that contract was excellent. Staff verified that the bid bond provided by Tharsos is valid. Staff will also verify that Tharsos’s Performance Bond and Labor and Materials Bond are valid prior to execution of the contract. On May 24, 2019, the District received a Bid Protest from Advanced Construction Services Inc. (ACS) indicating that Tharsos should be considered non-responsive (Exhibit B). ACS’s Bid Protest asserted that, “especially as it relates to the tape coating”, Tharsos’s listed manufacturer for steel pipe (Southland Pipe Corp.) did not meet the requirement of Bid Document Specification Section 15061, Cement Mortar Lined and Tape Coated Steel Pipe and Specials, Paragraph 1.5, Qualification of Manufacturers which states: “Factory applied pipe lining and coating is an element of the completed pipe. Only manufacturers who provide a completed lined and coated pipe can be qualified for this 4 work. The Work requires that one pipe manufacturer accept responsibility for furnishing the complete coated and lined pipe without altering or modifying the Contractor’s responsibilities under the Contract Documents. All pipe components, including but not limited to, manufacturing of steel cylinders, fittings, and applying the linings and coatings (tape wrap, mortar, etc.) for the main pipeline shall be the product of one manufacturer that has been manufacturing steel pipe for municipal water pipelines for at least five years and has completed at least three similar projects of 24” diameter or larger.” As part of the Bid Protest evaluation process, staff forwarded ACS’s Bid Protest to Tharsos and requested a formal response. Tharsos responded on May 29, 2019 (Exhibit C). Also, on May 29, 2019, the District received a Bid Protest from Cora Constructors (Cora) indicating that Tharsos should be considered non- responsive (Exhibit D). Cora’s Bid Protest asserted that Tharsos should not be allowed to substitute the “listed pipe supplier”. Cora’s Bid Protest asserted that “On bid day Southland Pipe acknowledged they did not meet the specifications and notified the companies it bid to of this.” Cora’s Bid Protest also asserted issues with ACS’s and Public Works Contractor’s (PWC) bids as described in Exhibit D. On May 30, 2019, District staff held a conference call with Tharsos and Southland Pipe to review ACS’s and Cora’s bid protests. District staff also prepared a list of questions included in Exhibit E summarizing ACS’s and Cora’s bid protests from the District’s perspective. Tharsos responded on May 31, 2019 (Exhibit F) and stated Southland Pipe considered their quote “a gamble” given the possible misunderstanding that a competitor to Southland Pipe (Northwest Pipe) is the only qualified pipe supplier “...due to Northwest's reported statement on their quote that claimed only Northwest could perform this work.” Tharsos’s response also clarified that the tape wrap process would be performed at Southland Pipe’s facility by Southland employees, which will meet the requirements of the bid documents. The specific details of the tape wrap will be reviewed and approved upon the construction submittal process included in the Project specifications. Staff has completed an evaluation of the Bid Protests submitted by ACS and Cora as related to Tharsos and has determined that the submitted Bid Protests are without merit. Cora’s Bid Protest that 5 substitutions should not be allowed is also without merit since Tharsos has not suggested changing pipe suppliers and Southland appears to meet specification. Staff is, therefore, recommending that the construction contract be awarded to Tharsos. FISCAL IMPACT: Joe Beachem, Chief Financial Officer The total budget for CIP P2619, as approved in the FY 2020 budget, is $2,900,000. Total expenditures, plus outstanding commitments and forecast including this contract, are $3,200,000. See Attachment B for budget detail. Based on a review of the financial budget, the Project Manager anticipates that with a budget increase of $300,000, CIP P2619 will be completed within the new budget amount of $3,200,000. The Finance Department has determined that, under the current rate model, 69% of the funding is available from the Betterment Fund and 31% of the funding is available from the New Water Supply Fee Projects 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 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 P:\WORKING\CIP P2619 Temp LOPS Redundancy\Staff Reports\2019 07 03 Trailer Install\BD 07-03-19 Staff Report TLOPS Redundancy.docx Attachments: Attachment A – Committee Action Attachment B – Budget Detail Exhibit A – Location Map Exhibit B - ACS Bid Protest 6 Exhibit C – Tharsos Response to ACS Bid Protest Exhibit D - Cora Protest Exhibit E – District Questions Exhibit F – Tharsos Response to District Questions ATTACHMENT A SUBJECT/PROJECT: P2619-001103 Approval to Increase the CIP P2619 Budget in an Amount of $300,000 and Award of a Construction Contract to 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 18, 2019. 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: P2619-001103 Approval to Increase the CIP P2619 Budget in an Amount of $300,000 and Award of a Construction Contract to Tharsos, Inc. for the Temporary Lower Otay Pump Station Redundancy Project 6/3/2019 Budget Planning Consultant Contracts 2,043 2,043 - 2,043 HELIX ENVIRONMENTAL 5,098 5,098 - 5,098 ICF JONES & STOKES INC Regulatory Agency Fees 5,118 5,118 - 5,118 COUNTY OF SAN DIEGO 50 50 - 50 PETTY CASH CUSTODIAN Standard Salaries 105,145 105,145 - 105,145 Total Planning 117,454 117,454 - 117,454 Design 001102 Consultant Contracts 2,535 2,535 - 2,535 RFYEAGER ENGINEERING LLC 35,515 1,970 33,545 35,515 MICHAEL BAKER INT'L INC 46,328 20,972 25,356 46,328 BSE ENGINEERING INC 27,140 27,140 - 27,140 WATER SYSTEMS CONSULTING 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 Standard Salaries 131,558 130,865 693 131,558 100 - 100 100 Advertisement 1,500 - 1,500 1,500 Reprographics Total Design 248,319 188,626 59,694 248,319 Construction INFRASTRUCTURE EQUIPMENT &3,396 3,396 - 3,396 PALMER JOHNSON POWER SYST 25,805 25,805 - 25,805 RICK'S MACHINE SHOP 834,222 - 834,222 834,222 HAWTHORNE POWER SYSTEMS Standard Salaries 615 615 - 615 Consultant Contracts 8,758 - 8,758 8,758 BSE ENGINEERING INC 1,647,000 - 1,647,000 1,647,000 Construction Contract 65,880 - 65,880 65,880 CM @4% 82,350 - 82,350 82,350 Inspection @5% 82,350 - 82,350 82,350 Staff Time @5% 82,350 - 82,350 82,350 Contingency @5% Total Construction 2,832,727 29,817 2,802,910 2,832,727 Grand Total 3,200,000 335,897 2,864,104 3,200,000 Vendor/Comments Otay Water District p2619-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     From: ken castro [mailto:ken@acs‐8a.com]   Sent: Friday, May 24, 2019 2:24 PM  To: D Martin <dan.martin@otaywater.gov>  Subject: Temporary Lower Otay Pump Station Redundancy (CIP P2619)    Hello Mr. Martin,     Thank you for taking my phone call today.  As we discussed, Advanced Construction Services, Inc. (ACS)  would like to formally protest the bid results of the above referenced Otay Water District bid  solicitation.     ACS would like to call to your attention Section 15061 ‐ Cement Mortar Lined and Tape Coated Steel  Pipe and Specials, Part 1.5 ‐ Qualification of Manufacturers of the Contract Documents, which states  “Factory applied pipe lining and coating is an element of the completed pipe. Only manufacturers who  provide a completed lined and coated pipe can be qualified for this work. The Work requires that one  pipe manufacturer accept responsibility for furnishing the complete coated and lined pipe without  altering or modifying the Contractor’s responsibilities under the Contract Documents. All pipe  components, including but not limited to, manufacturing of steel cylinders, fittings, and applying the  linings and coatings (tape wrap, mortar, etc.) for the main pipeline shall be the product of one  manufacturer that has been manufacturing steel pipe for municipal water pipelines for at least five  years and has completed at least three similar projects of 24” diameter or larger.”     It is our opinion, that the smaller pipe companies such as Southland Pipe Corp. would not be able to  meet this requirement, especially as it relates to the tape coating.  As a result of this opinion, ACS listed  “Northwest Pipe Company” as their named Manufacturer / Vendor for Item 1 and 2. CML & Tape‐ Coated with Mortar Overcoat Welded Steel Pipe on Form A of their submitted bid documents.  In  contrast however, it is our current understanding that the apparent low bidder listed Southland Pipe  Corp. as their named Manufacturer / Vendor for the same item numbers.     With the assumption that the above information is valid and correct, ACS would like to respectfully  request that the District review the bid package submitted by the apparent low bidder, particularly as it  pertains to the above referenced opinion.        Respectfully,  Ken Castro  619‐778‐8750               Exhibit B - ACS Bid Protest 1 THARSOS INC 7839 University Ave, Ste 210 San Diego ELBE 10TH0091 La Mesa, Ca 91942 Cal SBE 1755070 (P) 619-464-1261 (F) 619-825-6577 mlopez@tharsosinc.com May 29, 2019 Jeff Marchioro, P.E. Otay Water District 2554 Sweetwater Springs Blvd Spring Valley, CA 91978 RE: TEMPORARY LOWER OTAY PUMP STATION REDUNDANCY (CIP P2619) SUBJ: Response to Request from OWD to Respond to Bid Protest by Advanced Construction Services, Inc. (ACS) Dear Mr. Marchioro: Per your request, we are responding to the bid protest that was presented by Advanced Construction Services, Inc. (ACS), who presented a claim that states “the District should review the bid package submitted by the apparent low bidder” (Tharsos, Inc.). ACS is basing this request on their opinion that our pipe supplier Southland Pipe Corporation of Rialto, CA is unable to meet the requirement “The Work requires that one pipe manufacturer accept responsibility for furnishing the complete coated and lined pipe without altering or modifying the Contractor’s responsibilities under the Contract Documents.” as defined by specification 15061-1.5 QUALIFICATION OF MANUFACTURERS. Several points should be presented on our behalf that supports our selection of Southland Pipe Corporation as our pipe materials source for this project. Please note the following: 1. Care should always be given to the role of the pipe materials producers in California, such as Southland Pipe and Northwest Pipe. Both well-respected companies produce products that are the culmination of assembly or fabrication of products using materials that originate at large national and/or international manufacturing companies and steel mills. For example, a. The steel sheets or plates that are used in the fabrication of steel cylinders that are then used as the foundation for fabricated steel pipe is forged in a steel mill outside of California and purchased by the pipe fabricators for use in the production of fabricated steel pipe and fittings. The steel mill is the ultimate source for the root product (steel sheet or plate) upon which the fabricators create the products that are sold to contractors in the form of fabricated steel pipe and fittings. The pipe fabricators do not manufacture the steel sheets/plate, but incorporate the sheets/plates manufactured by others into the products that they sell and that you accept as fabricated steel pipe and fittings. 1. For further clarification, Southland Pipe Corporation opts to procure its steel cylinders from the reputable firm Roscoe Moss Company in Los Angeles, CA. Having been in Exhibit C – Tharsos Response to ACS Bid Protest 2 business since 1926, Roscoe Moss has produced more steel cylinder materials than all of the pipe fabricators in California on public works project. Specifically, “Roscoe Moss Company manufactures steel water pipe meeting the requirements of AWWA C-200 for use in supply lines and transmission mains. We provide pipe ranging in diameters from 6 5/8” OD to 60” OD, in wall thicknesses from 10 gauge to ½” and in lengths of 20 feet to 60 feet. For field assembly, we can manufacture single butt weld joints, lap/bell welded slip joints, butt strap joints, and rolled-groove rubber gasket bell joint.” Using a core steel manufacturer with nearly 100 years of cylinder experience, Roscoe Moss provides Southland Pipe Corporation the confidence that its fabrications are built upon a base steel product that is of the highest quality and workmanship possible, and with a century of experience supporting that decision. b. Steel flanges that all pipe fabricators use are manufactured by a forging company who produces pipe flanges for purchase by pipe fabricators for incorporation into the products that they sell. The pipe fabricators do not manufacture the flanges, but incorporate the flanges manufactured by others into the products that they sell and that you accept as fabricated steel pipe and fittings. c. The steel wire mesh that is commonly used in the cement coating process on CML&C steel cylinder pipe is manufactured by steel mills who produce mesh for purchase by pipe fabricators for incorporation into the products that they sell. The pipe fabricators do not manufacture the mesh, but incorporate the mesh manufactured by others into the products that they sell and that you accept as fabricated steel pipe and fittings. d. Steel thread-o-lets and/or weld-o-lets are manufactured by steel manufacturers who specialize in the production of these components such as Babcock & Wilcox and others. The pipe fabricators do not manufacture these pipeline outlet products, but incorporate these products manufactured by others into the products that they sell and that you accept as fabricated steel pipe and fittings. e. Specialized lining and coating materials, such as epoxies and coating products, cementitious products, and tape-wrap products are manufactured by manufacturers who specialize in the production of these components such as 3M, Tnemec and others. The pipe fabricators do not manufacture these lining and coating products, but incorporate these products manufactured by others into the products that they sell and that you accept as fabricated steel pipe and fittings. 2. Attention should be given to not discriminate against the size of a business, as stated in the ACS comment that “the smaller pipe companies such as Southland Pipe Corp. would not be able to meet this requirement, especially as it relates to the tape coating...”. The size of a business is irrelevant to the quality of the products it produces. In today’s world of supporting small business enterprises, it would be inappropriate for a public agency to consider a bid protest to be acceptable because of the protester’s opinion regarding the size of the company whom Tharsos, Inc. proposes to conduct business with. It is the quality of the finished product that shall be reviewed and approved by Otay Water District, and not the size of the business who produced it. 3. Southland Pipe Corporation has been conducting business as a piping systems supplier since 1990. They specialize as a supplier of steel pipe, flanges, and weld and fabricated fittings for the waterworks industry. Southland provides custom steel fabrication and fully engineered projects for pipelines, pump stations, reservoirs, pressure reducing stations, and water and sewage treatment plants throughout the west coast, including, California, Arizona, Nevada. With their large stock of standard weld fittings, fabricated mitered fittings, eccentric, concentric reducer cones, and flanges, Exhibit C – Tharsos Response to ACS Bid Protest 3 Southland is able to expedite orders quickly to meet the time frame that the industry demands. Any additional qualifications or certifications that are required by Otay Water District can be included in our pipe submittal package for this project. 4. It must be recognized that Specification Section 15061-1.50 presents a requirement for ‘manufacturers’ that does not truly represent the pipe fabrication industry standard practices. Fabrication is considered a form of manufacturing, although all pipe fabricators acquire products manufactured by others, and combine these products into fabricated steel pipe and fittings that meet the specific requirements of the project specifications including the linings and coatings. In the example of a fabricator, the ‘manufacturing’ that they perform is the business of combining the materials manufactured by others into a finished product using a number of scrutinizing quality control procedures to ensure that the fabricated steel pipe or fitting meets the pressure ratings, life/longevity standards, corrosion resistance, proper plumb and square fit up, proper lining and coating applications per the manufacturer of the lining and coating products, and all other specified expectations of the end user. It is the quality of the fabrication and coating/lining work that Southland takes pride in, and Tharsos, Inc. accepts responsibility for, that shall be produced specifically for this project. 5. Regarding experience, Southland Pipe Corporation produces steel pipe materials/fabrications to the same specifications as those required for this Otay Water District project and for a multitude of other public agencies including water districts equivalent to or larger than the Otay Water District. a. Specifically, Tharsos, Inc. has asked Southland Pipe Corporation to also respond to the comments made by Advanced Construction Services, Inc. (ACS) as included below: Southland Pipe Corporation has been serving the Waterworks Industry since 1990. Our customer base includes Municipalities, Water Districts, Public and Private Agencies, Contractors and Waterworks Supply Houses. We provide custom steel fabrication and fully engineered projects for pipelines, pump stations, reservoirs, pressure reducing stations, and water and sewage treatment plants throughout the west coast including California, Arizona and Nevada. Southland Pipe employs highly skilled welders and fitters that are certified to ASME Section IX and AWS D1.1. Southland Pipe Corporation currently holds a Class A General Engineering Contractors License, is NSF 61 certified, a member of the Steel Plate Fabricators Association, AWWA member, and Certified WBE and SBE business. A couple of our Current Projects include: 1. Los Alamitos Pump Station Belczak and Sons 8” thru 54” Epoxy lined Cement Coated steel pipe and fittings. $400,000 2. Palmer Avenue Reservoir RSH Construction Services 4” thru 31” CMLC Steel pipe and fittings $310,000 3. Agua Fria Water Plant 12 Ferguson 6” thru 31” CMLC Steel pipe and fittings $128,000 Exhibit C – Tharsos Response to ACS Bid Protest 4 If you would like more information or have any questions, please contact me at (909) 873- 3820. Chris Cartwright V.P. of Operations In closing, Tharsos, Inc. would like to assure Otay Water District, that as a licensed general contractor who specializes in this type of work, Tharsos, Inc. has (1) properly prepared its bid for this project, (2) complied with the requirements of Specification Section 15061-1.50, (3) included the incorporation of quality products and services from Southland Pipe Corporation (www.southlandpipe.com) in its procurement plans for the materials for this project, (4) considered Southland as a qualified pipe system fabricator/manufacture for this project prior to including Southland in the Tharsos bid to Otay Water District, and (5) looks forward to working with Otay Water District on this project including providing materials and products that are 100% in compliance with the acceptance criteria of Otay Water District. If you have any questions, please do not hesitate to contact me. Thank You, Michael Lopez THARSOS INC Michael Lopez Project Manager Exhibit C – Tharsos Response to ACS Bid Protest Southland Pipe Corp. 1230 Durst Drive Rialto, Ca. 92376 Phone 575-539-2463 Fax 575-539-2464 5/23/19 Otay Water District RE: Qualification of Manufacturers To Whom It May Concern: Southland Pipe Corporation is a pipe manufacturer. Southland procures all pipe components and manufactures pipe spools complete with linings and coatings. These pipe spools match a project’s contract drawings and specifications. Southland is solely responsible for the pipe spools as these spools are Southland’s products. To state that Southland is not a pipe manufacturer would be erroneous. Sincerely, Chris Evans, P.E. Southland Pipe Exhibit C – Tharsos Response to ACS Bid Protest May 29,2019 Mr. Jeff Marchioro Otay Water District 2554 Sweetwater Springs Blvd. Spring Valley, CA 91978 Lie # 766304-A&B Reference: Bid Protest-Project CIP P2619-Temporary Lower Otay Pump Station Redundancy Cora Constructors hereby formally protests the bids of Advanced Construction Services Inc., Tharsos Inc. and Public Works Contractor Inc. for the reasons set forth below. The bid proposal has a mandatory Listing of Manufacturers which includes language that states "No substitution of manufacturers will be allowed unless approved by the District." If the District allows a substitution for the listed pipe supplier it will have given both Tharsos Inc, and Public Works Contractor Inc. an unfair advantage. The same applies if the District allows a substitution for the Nusonic Flow Meters. Both Tharsos Inc. and Public Works Contractor Inc. bids are not responsible and are non-responsive since they listed manufacturers for the steel pipe that do not meet the experience requirements in specification sections 150611.5 and 09810 1.1 B. In the case of Tharsos Inc.'s bid they knowingly listed a supplier that did not meet the specifications. On bid day Southland Pipe acknowledged they did not meet the specifications and notified the companies it bid to of this. It was irresponsible for Tharsos Inc. to list Southland Pipe as the manufacturer for the steel pipe. Cora protests the bid of Advanced Construction Services Inc. since it did not comply with section 01090 B 19 which incorporates the SSPWC by reference. Section 2-3.2 of the SSPWC requires the Contractor to self-perform 50% of the work. Advanced Construction Services Inc. on its subcontractor listing page acknowledges it has subcontracted in excess of 50% of the work. This gave Advanced Construction Services Inc. an unfair advantage. Cora also protests Advanced Construction Services Inc.'s bid because they did not list a manufacturer for the 24" and 30" flow meters, they listed a supplier which would enable them to provide an equal and therefore gives them an unfair advantage. For each of the other 75140 St. Charles Place, Ste A • Palm Desert, CA 92211 Tel: 760 674-3201 • Fax: 760 674-3202 Exhibit D - Cora Protest items in their manufacturer listing page they listed the manufacture and not a supplier. The contract specifications in section 17407 2.01 A clearly state to provide a Nusonics Model C800 with no equals. Section 000100 16 states 11 Within ten {10) calendar days after the opening of proposals, the District will issue "Notice of Apparent Low Bidder" to the lowest responsive and responsible Bidder in accordance with the Contract Documents. All three of the protested bids are not responsible and are non- responsive. Paragraph 22 of section 000100 further states "If awarded, the award will be made by the District on the basis of the proposal from the lowest responsive and responsible Bidder." Cora is the lowest responsive and responsible bidder and should be awarded the contract. Res~ctfully, .\ .§~:;:-· Dennis Stockton President Exhibit D - Cora Protest 1 Jeff Marchioro From:Jeff Marchioro Sent:Thursday, May 30, 2019 3:48 PM To:rwilliams@tharsosinc.com; mlopez@tharsosinc.com Cc:D Martin; Bob Kennedy; cevans@gilanet.com Subject:RE: Temporary Lower Otay Pump Station Redundancy Bid Number CIP P2619 Attachments:Cora Protest Letter.pdf; Southland Email.pdf Michael,    As discussed during our conference call please respond to the following comments/questions.     Bidder correspondence:  o Provide all of Southland correspondence with Cora (and others) to clarify the following statement in  Cora’s attached letter:  “On bid day Southland Pipe acknowledged they did not meet the specifications  and notified the companies it bid to of this.”    o Clarify the intent of Southland’s attached email to ACS’s subcontractor M‐Rae which states:  “It seems  Northwest is the only game in town for this job. It would be a gamble to use my number.”     Pipe surface preparation:  o Describe how the pipe surface preparation for tape wrap would be performed.  o Describe who would perform pipe surface preparation for tape wrap.     Tape wrap:  o Describe transport/handling methods between pipe surface preparation and tape wrap stations at  Southland’s plant.  o Describe the location of the stations where tape wrap would be applied.  o Describe which company would apply tape wrap at Southland’s plant or if it will be applied by Southland  staff.     Cement‐mortar/rock shield overcoat:  o Describe transport/handling methods between tape wrap and cement‐mortar/rock shield overcoat  stations at Southland’s plant.  o Describe who will would apply cement‐mortar/ rock shield overcoat.  Thank you,    Jeff Marchioro, P.E.  Senior Civil Engineer  Otay Water District  619.670.2725 (direct)  Jeff.Marchioro@otaywater.gov    From: rwilliams@tharsosinc.com <rwilliams@tharsosinc.com>   Sent: Thursday, May 30, 2019 11:28 AM  To: Jeff Marchioro <Jeff.Marchioro@otaywater.gov>; mlopez@tharsosinc.com  Cc: D Martin <dan.martin@otaywater.gov>; Bob Kennedy <Bob.Kennedy@otaywater.gov>; cevans@gilanet.com  Subject: RE: Temporary Lower Otay Pump Station Redundancy Bid Number CIP P2619  Exhibit E – District Questions 2   Jeff,      I have spoken with Chris Evans of Southland Pipe and he is available to join the call.      We are available at 2:30.     Thank you,        Rich Williams  Tharsos Inc.  General Engineering Contractors  License 980621  7839 University Ave. Suite 210   La Mesa Ca. 91942  (619) 464-1261 (office)  (619) 251-2038 (cell)  (619) 825-6577 (fax)                     From: Jeff Marchioro [mailto:Jeff.Marchioro@otaywater.gov]   Sent: Thursday, May 30, 2019 9:15 AM  To: mlopez@tharsosinc.com  Cc: 'Rich Williams' <rwilliams@tharsosinc.com>; D Martin <dan.martin@otaywater.gov>; Bob Kennedy  <Bob.Kennedy@otaywater.gov>; cevans@gilanet.com  Subject: RE: Temporary Lower Otay Pump Station Redundancy Bid Number CIP P2619     Michael,     As discussed with you and Rich, please let us know your availability for a conference call hopefully this afternoon.  We  suggest that Southland participate in the call.  We are available after 2pm today.     We received the attached bid protest from Cora Constructors.   We also received the attached email from the ACS’s Pipe  Install subcontractor (M‐Rae).     Please be prepared to discuss the following:      Two bidders have indicated that Southland informed them that Southland did not meet the  specifications.  Cora’s attached letter states:  “On bid day Southland Pipe acknowledged they did not meet the  specifications and notified the companies it bid to of this.”   Southland’s attached email to ACS’s subcontractor  M‐Rae states:  “It seems Northwest is the only game in town for this job. It would be a gamble to use my  number.”      We would like to gain a better understanding of Southland’s tape wrap procedures and experience tape  wrapping pipe.  The intent of the Section 15061, Paragraph 1.5 is that the pipe manufacturing and tape wrap  would be performed under one roof.   Historically, Southland has employed an offsite company called “Mobile  Exhibit E – District Questions 3 Pipe Lining and Coating”.   Southland’s current tape wrapping methods (e.g.; The location of pipe surface  preparation and tape wrap application.  Handling methods to protect the tape wrap system prior to application  of cement‐mortar, rock shield overcoat) are unknown.     Thank you,     Jeff Marchioro, P.E.  Senior Civil Engineer  Otay Water District  619.670.2725 (direct)  Jeff.Marchioro@otaywater.gov     From: mlopez@tharsosinc.com <mlopez@tharsosinc.com>   Sent: Wednesday, May 29, 2019 1:52 PM  To: Jeff Marchioro <Jeff.Marchioro@otaywater.gov>  Cc: 'Rich Williams' <rwilliams@tharsosinc.com>; D Martin <dan.martin@otaywater.gov>; Bob Kennedy  <Bob.Kennedy@otaywater.gov>; cevans@gilanet.com  Subject: RE: Temporary Lower Otay Pump Station Redundancy Bid Number CIP P2619     Jeff,     Please find attached our letter of response to the bid protest letter sent to us on 5/24/2019.  Please call me if you have  any questions.     Thank You     Michael Lopez  THARSOS INC  619‐464‐1261 office  619‐669‐8377 cell     From: Jeff Marchioro [mailto:Jeff.Marchioro@otaywater.gov]   Sent: Friday, May 24, 2019 3:28 PM  To: mlopez@tharsosinc.com  Cc: 'Rich Williams' <rwilliams@tharsosinc.com>; D Martin <dan.martin@otaywater.gov>; Bob Kennedy  <Bob.Kennedy@otaywater.gov>  Subject: RE: Temporary Lower Otay Pump Station Redundancy Bid Number CIP P2619     Michael,     Please provide a response to the bid protest copied below focusing on the “one manufacturer” requirement.  The  referenced specification paragraph is attached for convenience.  The attached Southland letter does not address the  “one manufacturer” or experience requirements.       “…Advanced Construction Services, Inc. (ACS) would like to formally protest the bid results of the above  referenced Otay Water District bid solicitation.     ACS would like to call to your attention Section 15061 ‐ Cement Mortar Lined and Tape Coated Steel Pipe and  Specials, Part 1.5 ‐ Qualification of Manufacturers of the Contract Documents, which states “Factory applied pipe  lining and coating is an element of the completed pipe. Only manufacturers who provide a completed lined and  coated pipe can be qualified for this work. The Work requires that one pipe manufacturer accept responsibility  for furnishing the complete coated and lined pipe without altering or modifying the Contractor’s responsibilities  Exhibit E – District Questions 4 under the Contract Documents. All pipe components, including but not limited to, manufacturing of steel  cylinders, fittings, and applying the linings and coatings (tape wrap, mortar, etc.) for the main pipeline shall be  the product of one manufacturer that has been manufacturing steel pipe for municipal water pipelines for at  least five years and has completed at least three similar projects of 24” diameter or larger.”     It is our opinion, that the smaller pipe companies such as Southland Pipe Corp. would not be able to meet this  requirement, especially as it relates to the tape coating.  As a result of this opinion, ACS listed “Northwest Pipe  Company” as their named Manufacturer / Vendor for Item 1 and 2. CML & Tape‐Coated with Mortar Overcoat  Welded Steel Pipe on Form A of their submitted bid documents.  In contrast however, it is our current  understanding that the apparent low bidder listed Southland Pipe Corp. as their named Manufacturer / Vendor  for the same item numbers.     With the assumption that the above information is valid and correct, ACS would like to respectfully request that  the District review the bid package submitted by the apparent low bidder, particularly as it pertains to the above  referenced opinion.”     Thank you,     Jeff Marchioro, P.E.  Senior Civil Engineer  Otay Water District  619.670.2725 (direct)  Jeff.Marchioro@otaywater.gov     From: mlopez@tharsosinc.com <mlopez@tharsosinc.com>   Sent: Friday, May 24, 2019 12:08 PM  To: Jeff Marchioro <Jeff.Marchioro@otaywater.gov>  Cc: 'Rich Williams' <rwilliams@tharsosinc.com>  Subject: Temporary Lower Otay Pump Station Redundancy Bid Number CIP P2619     Jeff,     Thanks for calling and letting us know about the possible protest.  We believe Southland Pipe meets the specifications  for this project. We have attached a letter from them assuring the pipe and lining & coatings and done by them and  meet the requirements of the specifications.     Thank You     Michael Lopez  THARSOS INC  619‐464‐1261 office  619‐669‐8377 cell          Virus-free. www.avast.com      Click here to report this email as spam.  Exhibit E – District Questions 5/31 /19 Michael Lopez Tharsos Inc. 7839 University Ave, Ste 210 La Mesa, Ca 91942 RE: Lower Otay Pump Station Redundancy Project Michael Lopez: Southland Pipe Corp. 1230 Durst Drive Rialto, Ca. 92376 Phone 575-539-2463 Fax 575-539-2464 This Jetter is to address Otay Water District emaiJ of May 30, 2019. Bidder correspondence: Attached is Southland's email correspondence with Cora Constructors. The district already has M-Rae's email correspondence. The only other correspondence was with Ferguson Water Works (not a contractor). There were phone conversations resulting from my emails. These conversations were simply more discussions on my "gamble" statement. The two bidders that are contesting this bid had the option to use Southland or use the higher cost ofNorthwest. The "gamble" I referred to was their own interpretations of the specs. They made their choice. And they knew that Otay has the final say. My email warnings were to make the contractors cognizant of a potential problem due to Northwest's reported statement on their quote that claimed only Northwest could perform this work. Pioe surface preparation: Southland's "Tape Wrap Process" is attached to this letter for more detailed information. The pipe surface preparation for the tape wrap would be preformed after the spools are completely welded and their linings completed. The spools would be sand blasted to a SSPC-SP6 profile. Then a primer would be applied to the steel at 1-3 mils. This work would be performed by Southland employees. Exhibit F – Tharsos Response to District Questions Tape wrap: Spools primed for tape wrapping would be moved by utilizing slings on forklifts. The spools would be placed on one of Southland's pipe spinning machines were advantageous or to a convenient place for hand wrapping. All the tape wrapping work would be performed in Southland's "cement area". This work would be performed by Southland employees. Cement-mortar/rock shield overcoat: Spools tape wrapped would be moved by utilizing slings on forklifts. The spools would be placed on SouthJand's cement coating machine if advantageous or to the area were gunite work is performed. All the rock shield work would be performed in Southland's "cement area". This work would be performed by Southland employees. ~c~ Chris Evans, P.E. Attachments Exhibit F – Tharsos Response to District Questions Chris Evans From: Sent: To: Chris Evans <cevans@gilanet.com> Thursday, May 30, 2019 10:59 AM 'mlopez@tharsosi nc.com' Subject: FW: Lower Otay pump station Michael, Below is my "gamble" statement to Cora Constructors. Chris Evans Southland Pipe From: Chris Evans <cevans@gilanet.com> Sent: Thursday, May 23, 2019 3:48 PM To: 'Dennis Stockton' <des@coraconstructors.com> Subject: RE: Lower Otay pump station Northwest is putting on their quote that only they can quote this job. It is the old under "one roof' type of situation, in their opinion. From: Dennis Stockton <des@coraconstructors.com> Sent: Thursday, May 23, 2019 3:18 PM To: 'Chris Evans' <cevans@gilanet.com> Subject: RE: Lower Otay pump station Why do xou say that? Sincerely, Dennis Stockton IN THE FUTURE, PLEASE USE THIS NEW EMAIL ADDRESS President Cora Constructors Inc. (760) 674-1536 Phone (760) 674-3202 Fax From: Chris Evans [mailto:cevans@gilanet.coml Sent: Thursday, May 23, 2019 1:23 PM To: 'Dennis Stockton' Subject: RE: Lower Otay pump station Dennis, 1 Exhibit F – Tharsos Response to District Questions It seems Northwest is the only game in town for this job. It would be a gamble to use my number. Chris Evans Southland Pipe From: Dennis Stockton <des@coraconstructors.com> Sent: Thursday, May 23, 2019 12:55 PM To: 'Chris Evans' <cevans@gilanet.com> Subject: RE: l ower Otay pump station Thanks Chris Sincerely, Dennis Stockton IN THE FUTURE, PLEASE USE THIS NEW EMAIL ADDRESS President Cora Constructors Inc. (760) 674-1536 Phone (760) 674-3202 Fax From: Chris Evans [mailto:cevans@gilanet.com] Sent: Thursday, May 23, 2019 7:48 AM To: 'Dennis Stockton' Subject: RE: Lower Otay pump station Dennis, My quote is attached. Chris Evans Southland Pipe From: Dennis Stockton <des@coraconstructors.com> Sent: Monday, May 20, 2019 12:25 PM To: cevans@gilanet.com Subject: Lower Otay pump station Hi Chris, Joe tells me you will be bidding this project. Attached is a link to the plans and specs in case you don't have them. Sincerely, Dennis Stockton 2 Exhibit F – Tharsos Response to District Questions IN THE FUTURE, PLEASE USE THIS NEW EMAIL ADDRESS President Cora Constructors Inc. (760) 674-1536 Phone (760) 674-3202 Fax 3 Exhibit F – Tharsos Response to District Questions Tape Wrap Process Shop Applied Process 1. Prepare pipe per American Water Works Association C214 "Tape Coating Systems" and blast pipe per SSPC-SP6 "Commercial Blast Cleaning". 2. Apply Polyken #1019 primer @ 1-3 mils. 3. Apply anti-corrosion inner layer ofPolyken #989-20. Total thickness is to be 20 mils with a 1" min. overlap. 4. Holiday test anti-corrosion layer and repair and defects. 5. Apply mechanical outer layer of Poly ken #955-30. Total thickness is to be 30 mils with a 1" min. overlap. 6. Apply mechanical outer layer ofPolyken #956-30. Total thickness is to be 30 mils with a 1" min. overlap. 7. Total tape system thickness to be 80 mils. Field Applied Process -Joints I. Clean pipe per SSPC-SP3 "Power Tool Cleaning". 2. Apply Polyken #1027 primer. 3. Apply anti-corrosion inner layer of Polyken #932-50. Total thickness is to be 50 mils with a 1" min. overlap. 4. Holiday test anti-corrosion layer and repair and defects. 5. Apply mechanical outer layer ofPolyken #954-15. Thickness is to be 15 mils with a half overlap. 6. Total tape system thickness to be 80 mils. 7. Provide a 3 inch minimum overlap onto shop applied tape coating. Exhibit F – Tharsos Response to District Questions + N I 'v/ATER SHUT-OFF MARTIN EZ &. TUREK, INC . w :::> z w FACILITY VACANT LOT > <( ~ w ~ w u B.N.S.F. SOUTHLAND PIPE FACILITY 1230 DURST DR. RIAL TO, CA. STEEL FITTING STORAGE \ ELECTRICAL ACETYLENE MAIN SHUT-OFF ~I [ ~ /1000 GAL. _, DIESEL 0 o FAB ~CUTTING L SHOP cr FLUID I? ~ c ___. .... .___ • ROPANE \ ' DEF OXYGENj EMERGENCY RESPONSE OFFICE EQUIPMENT COMPLEX CEMENT AREA L CJ I oFFICE I ( ENTRANCE SETVACUATION G~/ AGING AREA ~T DURST DRIV~E---------==== MISSION METALS FACI LITY SECONDARY ENTRANCE NO OPEN SE\JER OR STORM DRAINS ON SITE NO NATURAL GAS ON SITE INER TOYS R US FACILITY SCALE: 1 "=150' Exhibit F – Tharsos Response to District Questions STAFF REPORT TYPE MEETING: Regular Board MEETING DATE: July 3, 2019 SUBMITTED BY: Jeff Marchioro Senior Civil Engineer PROJECT: P2640- 001103 DIV. NO. varies APPROVED BY: Bob Kennedy, Engineering Manager Dan Martin, Assistant Chief of Engineering Rod Posada, Chief, Engineering Mark Watton, General Manager SUBJECT: Approval to Purchase a Portable Trailer Mounted Variable Frequency Drive Pump GENERAL MANAGER’S RECOMMENDATION: That the Otay Water District (District) Board of Directors (Board) authorize the General Manager to issue a Purchase Order to Cortech Engineering (Cortech) for the purchase of a Portable Trailer Mounted Variable Frequency Drive (VFD) Pump in an amount not-to-exceed $453,000. COMMITTEE ACTION: Please see Attachment A. PURPOSE: To obtain Board authorization for the General Manager to issue a Purchase Order to Cortech for the purchase of a Portable Trailer Mounted VFD Pump in an amount not-to-exceed $453,000. ANALYSIS: District staff completed a cost benefit analysis comparing alternatives that would avoid disruption of water service while taking existing critical facilities offline for extended periods of time. The cost benefit analysis also accounted for cost savings the District could realize from the resulting simplification of existing pump station replacement concepts. CIP P2640 was developed to procure an affordable Portable Trailer Mounted VFD Pump that will be designed for deployment at four (4) existing hydropneumatic pump stations and three (3) existing small pressure zones, each fed by a single gravity reservoir. The Trailer will include six (6) multistage centrifugal variable speed pumps. The specified pump skid is designed to operate at a maximum flow rate of 1,500 gallons per minute (GPM) and up to 385 feet of head. District staff prepared drawings and a performance specification in- house and reached out to the following teams to solicit quotes as shown in Table 1, below. TABLE 1 PUMP SKID BUILDER REPRESENTATIVE 1 PremierFlow (Tulsa, OK) Cortech (San Diego, CA) 2 Grundfos (Brookshire, TX) Barrett Pump (San Diego, CA) 3 Dakota Pump (Mitchell, SD) Flo-Systems (Burbank, CA) 4 Burt Process Equipment (Hamden, CT) Crowley (Irwindale, CA) 5 AIM Solutions (Downers Grove, IL) Watermark Engineered Product Sales, Inc. (Ashland, OH) 6 Munro (Grand Jct., CO) Huntington (Valley Center, CA) 7 JDL Systems (El Monte, CA) Crowley (Irwindale, CA) Six (6) firms submitted informal quotes and the results are shown in Table 2 below. Adjustments were made based on quotes received from equipment builders (Chillicothe Metal Company located in Illinois and Power Zone located in Colorado) for the trailer build and an itemized quote received from the District’s preferred system integrator (TechKnowsion, Inc. located in Pleasant Hill, California) for the programmable logic controller (PLC), programming, and system integration. Minor adjustments were made using engineering estimates. 3 TABLE 2 CONTRACTING FIRM RAW QUOTE AMOUNT ADJUSTMENT APPROXIMATE SALES TAX COMPARABLE AMOUNT 1 Cortech $400K - $23K $423K 2 Barrett Pump $381K +$39K $24K $444K 3 Dakota Pump $445K -$4K $25K $466K 4 Crowley $293K +$198K $28K $519K 5 Watermark $383K +$143K $30K $556K 6 Munro $594K +$85K $39K $718K The following adjustments were made for comparison of the various quotes: 1. Cortech – None. 2. Barrett Pump – Freight, additional staff time, and SCADA system integration. 3. Dakota Pump – Optional deducts (delete trailer roof hatches and reduce trailer length), addition for stainless rather than of painted steel piping. 4. Crowley – Freight and additional staff time. District would separately contract PLC, programming, SCADA system integration, and trailer build. 5. Watermark - Freight and additional staff time. District would separately contract the trailer build. 6. Munro - Additional staff time. District would separately contract PLC cabinet, PLC, programming, and SCADA system integration. After Barrett Pump’s quote was received, it was considered unresponsive since it included a controller with proprietary components that District SCADA staff could not fully maintain or replace without assistance from Barrett Pump/Grundfos. Staff anticipates some modifications will be needed after the review of shop drawings to include some additional controls, SCADA equipment, and other District directed changes to meet District operating requirements. Subsequently, a seven percent (7%) contingency of $30K is included in the award amount to allow staff to modify the purchase order to make District directed changes, if any. FISCAL IMPACT: Joe Beachem, Chief Financial Officer The total budget for CIP P2640, as approved in the FY 2020 budget, is $550,000. Total expenditures, plus outstanding commitments and forecast including this contract, are $546,668. See Attachment B for budget detail. 4 Based on a review of the financial budgets, the Project Manager anticipates that the budget for CIP P2640 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. 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 P:\WORKING\CIP P2640 Portable Trailer Mounted VFD Pumps\Staff Reports\BD 07-03-19 Staff Report VFD Trailer Procurement R2.docx Attachments: Attachment A – Committee Action Attachment B – Budget Detail ATTACHMENT A SUBJECT/PROJECT: P2640-001103 Approval to Purchase a Portable Trailer Mounted Variable Frequency Drive Pump COMMITTEE ACTION: The Engineering, Operations, and Water Resources Committee (Committee) reviewed this item at a meeting held on June 18, 2019. 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: P2640-001103 Approval to Purchase a Portable Trailer Mounted Variable Frequency Drive Pump 5/31/2019 Budget 550,000 Planning Standard Salaries 30,010 30,010 - 30,010 Total Planning 30,010 30,010 - 30,010 Design 001102 Standard Salaries 23,658 23,658 - 23,658 Total Design 23,658 23,658 - 23,658 Construction 453,000 - 453,000 453,000 Cortech including sales tax & 7% contingency 15,000 - 15,000 15,000 Staff Time 25,000 - 25,000 25,000 Contingency Total Construction 493,000 - 493,000 493,000 Grand Total 546,668 53,668 493,000 546,668 Vendor/Comments Otay Water District p2640-Portable Trailer Mounted VFD Pumps Committed Expenditures Outstanding Commitment & Forecast Projected Final Cost