Loading...
HomeMy WebLinkAboutAgenda Report - November 18, 2020 C-12C IZ AGENDA ITEM OM CITY OF LODI COUNCIL COMMUNICATION TM AGENDA TITLE: Adopt Resolution Authorizing City Manager to Execute Amendment No. 1 to Task Order No. 48 with West Yost & Associates, Inc., of Davis, for Improvements to Electrical Building Project at White Slough Water Pollution Control Facility ($72,006) MEETING DATE: PREPARED BY: November 18, 2020 Public Works Director RECOMMENDED ACTION: Adopt resolution authorizing City Manager to execute Amendment No. 1 to Task Order No. 48 with West Yost & Associates, Inc., of Davis, for improvements to Electrical Building Project at White Slough Water Pollution Control Facility, in the amount of $72,006. BACKGROUND INFORMATION: On October 2, 2019, Council authorized Task Order No. 48 with West Yost & Associates, Inc., of Davis for design of the White Slough Water Pollution Control Facility (WSWPCF) Electrical Building Project (Project), in the amount of $1,355,628. The engineering and design work for this complex project was anticipated to take between 12 and 18 months. Covid-19 has caused some delay and at this time the design is approximately 70 percent complete and is expected to be completed by June 2021. As the design process evolves, Staff has found opportunities for improvement and is requesting some relatively minor changes to the design scope, which will enhance the overall project once constructed. As described in the Project Scope, Fee, and Schedule Report, dated September 25, 2020, the City requested changes to the scope of improvements included in the Project. The proposed changes to the scope of improvements that will be designed under this Project are generally described as follows: • Pacific Gas & Electric (PG&E) standby service is not feasible; therefore, the design of those improvements will be deleted from the Project. ■ Staff requested modifications to existing power and control circuit connections to the new electrical building requiring revised circuit routes, revised duct bank runs, including additional site visits to investigate existing conduit routing. • A redundant computer system server will be provided in the new electrical building which was not originally planned. ■ The addition of new, programmable controllers to replace the existing server racks serving the Main Pump Room, Digester Control Room, North Electrical Room, Secondary Electrical Room and Irrigation Control Room. APPROVED: S ab er, City Manager \\pwadc02\msc$\G ROU P W DM I N\Cou ncil\2020\11182020\WYA\CC_WYA. doc 11/5/2020 Adopt Resolution Authorizing City Manager to Execute Amendment No. 1 to Task Order No. 48 with West Yost & Associates, Inc., of Davis, for Improvements to Electrical Building Project at White Slough Water Pollution Control Facility ($72,008) November 18, 2020 Page 2 The addition of new fiber optic cable to replace the existing copper wiring between the Control Building and the Biosolids Dewatering and Storage Facility and the other process control buildings. Amendment No. 1, if approved, will add $72,006 in additional funds to include the amended scope of work, bringing the total Task Order amount to $1,427,634. This total amount remains below the original appropriation amount of $1,500,000. Staff recommends authorizing City Manager to execute Amendment No. 1 to Task Order No. 48 with West Yost & Associates, Inc., of Davis, for improvements to Electrical Building Project at White Slough Water Pollution Control Facility, in the amount of $72,006. FISCAL IMPACT: This project does not impact the General Fund FUNDING AVAILABLE: Wastewater Capital (53199000.77020) - $72,006 Andrew Keys Andrew Keys Deputy City Manager/Internal Services Director Charles E. Swimley, Jr. Public Works Director Prepared by Lance Roberts, Utilities Manager CES/LR/tw Attachment \\pwadc02\msc$\G ROU P W DM IN\Council\2020\11182020\WYA\CC_WYA.doc 11/5/2020 AMENDMENT NO. 1 WEST YOST & ASSOCIATES, INC. TASK ORDER NO. 48 THIS AMENDMENT, made and entered this day of November, 2020, by and between the CITY OF LODI, a municipal corporation (hereinafter "CITY"), and WEST YOST & ASSOCIATES, INC., a California corporation (hereinafter called "CONTRACTOR"). WITNESSETH: 1. WHEREAS, CONTRACTOR and CITY entered into Task Order No. 48 (the "Agreement") on October 15, 2019, attached hereto as Exhibit 1, and made a part hereof; and 2. WHEREAS, CITY requested to increase the fees under the agreement by $72,006, for a total not to exceed amount of $1,427,634, and amend the existing scope of services to include additional improvements to the Electrical Building Project at White Slough Water Pollution Control Facility, attached hereto as Exhibit 2 and made part of; and 3. WHEREAS, CONTRACTOR agrees to said amendments; and NOW, THEREFORE, the parties agree to amend the not to exceed amount under the Agreement and expand the scope of services as set forth above. All other terms and conditions of the Agreement remain unchanged_ IN WITNESS WHEREOF, CITY and CONTRACTOR have executed this Amendment No. 1 on the date and year first above written. CITY OF LODI, a municipal corporation Herein above called "CITY" By: STEPHEN SCHWABAUER City Manager Attest: JENNIFER CUSMIR City Clerk Approved as to Form: JANICE D. MAGDICH City Attorney jdm WEST YOST & ASSOCIATES, INC., a California corporation Hereinabove called "CONTRACTOR" By: JEFFREY PELZ Vice President Exhibit 1 Task Order No. 48 City of Lodi White Slough Water Pollution Control Facility Design of Screening, Receiving Station, and Electrical Improvements West Yost Job Number 213-19. 8=44 �1 GO ISI -LH Y' In accordance with the Task Order Agreement between City of Lodi (Client) and West Yost Associates, Inc. (Consultant), dated January 13, 1999, Consultant is authorized to complete the work scope defined in this Task Order according to the schedule and budget defined herein. WORK SCOPE Consultant shall provide design services related to; • New South Electrical Building and Appurtenances; ■ Interconnection to PG&E Power System, and • Site Improvements. These services are described in detail in Attachment A to this Task Order. BUDGET The costs for Consultant's services as defined herein shall not exceed $1,355,628. COMPENSATION Compensation shall be in accordance with the provisions of the Task Order Agreement between Client and Consultant. The compensation limit for services performed under this Task Order shall not exceed $1,355,628. If additional funds are required to complete the services defined herein beyond this limit, Consultant shall notify Client, in writing, prior to reaching the authorized limit and will not proceed with work in excess of the limit without the prior written approval of Client. ANIICIPATED SCHEDULE Detailed design services will be performed in accordance with the following anticipated schedule: Submit 50 percent Complete Design Submittal 12 Submit 90 percent Complete Design Submittal 28 Submit 100 percent Complete Design Submittal 38 August 14, 2019 West Yost Task Order MakOK-MLodi 20 181T048 Engineering services during construction are anticipated to occur between mid -2019 and the end of 2020_ WEST YOST ASSOCIATES, INC. Printed Name I/ize 11,R1►:(e&,-1 Title 1r Ir q Date of I August 14, 2019 Wert Yaat Iask Order CITY OF LODI U'L 4_ Signature Printed Nlime & k Title - ibi �jj� Date -- ptosed"to Pam: 1 JANICE D], AGt}ECH "Attu ay ATTEST: _ �- -r I PER M P • RRAIOLO tty Clerk nlalc\K•0kLadi20 I RIT04R Attachment A, Page l SCOPE OF DESIGN SERVICES LODI WHITE SLOUGH WATER POLLUTION CONTROL FACILITY ELECTRICAL AND SITE IMPROVEMENTS INTRODUCTION West Yost Associates (West Yost) has completed a Preliminary Design Report that addressed potential improvements at the City of Lodi's (City's) White Slough Water Pollution Control Facility (WPCF), and City staff have determined that the following improvements are of the highest priority. New South Electrical Building and Appurtenances; including: ■ Concrete -masonry -unit structure, with satellite control room and space for future facilities • Motor control centers, communication/security/lighting panels, and switchgear; all with modern diagnostic, reliability and safety features • Heating, ventilation, and air conditioning system • Interior lighting, grounding, raceway • Two new step-down pad mounted transformers • Conduit and wire from the new south electrical building to end -loads. Additional conduits will be included for future expansion and control system network. Interconnection to PG&E Power System, including: • Agreements and facilities necessary to allow the WPCF to operate using PG&E power when other sources of power are unavailable. General Site Improvements, including: • Access, parking and fencing • Underground utilities • Area lighting Attachment A, Figures 1-3 (at the end of this attachment) are a preliminary site plan and preliminary Poor plan and elevations -of the new south electrical building. Attachment A, Page 2 SCOPE OF SERVICES Task 1. Project Management and Quality Control tiuClask I I PlaiaCl Manajelnenl This subtask includes overall program management, coordination of activities and communication with City staff, and coordination and management of West Yost subconsultants. Subtask t 2 Quality `' n r 1 A detailed quality control review of the 90 percent design drawings, specifications, and construction cost estimate wil I be completed by senior level engineering personnel not involved in the design of the project. The review will check for correctness of the documents as well as provide a constructability review of the documents. Task 2. Design -Related Coordination and Field Work ubtask Z_ 1 _Geot@chnical_Investigation The geotechnical investigation will evaluate subsurface conditions at sites of the new electrical building and provide geotechnical engineering design parameters and construction recommendations for the project. Services will include: Pre -field Activities • Perform a limited geologic literature review to aid in evaluating the geologic conditions present at the site. • Review available design plans to select exploratory boring locations. • Perfonn a site reconnaissance to review project limits, determine drill rig access, and mark exploratory boring locations for subsequent utility clearance. ■ Notify subscribing utility companies via Underground Service Alert a minimum of 48 hours (as required by law) prior to performing exploratory excavations at the site. • Pay required fees and obtain a soil boring permit from the San Joaquin County Environmental Health Department (SJCEHD). • Retain the services of a California C57 -licensed drilling subcontractor to perform exploratory borings. Field Exploration Program ■ Perform two exploratory borings using a truck -mounted drill rig equipped with solid -flight or hollow -stem augers to depths ranging from approximately 5 to 50 feet. • Obtain representative samples from the exploratory borings. ■ Log the borings in accordance with the Unified Soil Classification System. • Upon completion, backfill the borings with neat cement grout in accordance with SJCEHD permit requirements. Attachment A, Page 3 Laboratory Testing Program To evaluate the index and engineering properties of the soils encountered, we anticipate the following laboratory tests will be conducted: • In-situ Moisture/Density, American Society for Testing and Materials (ASTM) D2937 Test Procedure • Grain Size Distribution, ASTM Dl 140 and D422 • Atterberg Limits, ASTM D4318 • Shear Strength, ASTM D2850 or D3080 • Maximum Dry Density/Optimum Moisture Content, ASTM D1557 • Soil Corrosion Parameters (pH, Resistivity, Sulfate, Chloride), Caltrans Test Methods 417, 422, and 643 • Resistance Value (R -Value), Caltrans Test Method 30l/ASTM D2844 Engineering Analysis and Report Field and laboratory testing data will be evaluated, and recommended design parameters will be developed. A summary report will be prepared, which will include: • Site Plan showing the locations of the exploratory borings ■ Logs of the exploratory borings, including depth to groundwater (if encountered) • Laboratory test results • Summary of geotechnical constraints and mitigation alternatives (if necessary) • Seismic hazards evaluation (e.g. faulting, liquefaction potential) • Anticipated excavation conditions, grading recommendations • Temporary excavation recommendations ■ Shoring methods and design loads • Dewatering considerations • Recommended foundation type(s) and associated foundation design parameters, estimated settlement • Slab -on -grade recommendations • Lateral earth pressures ■ Seismic design criteria (2016 California Building Code) • Flexible pavement structural section design • Screening level soil corrosion protection (pH, minimum resistivity, chloride, sulfate, sulfide, and redox potential) • - Attachment A, Page 4 SuGla�ih 2 2 T v�uyra r� �_5urvey The City has completed a topographic survey of the project area; however, a supplemental topographic survey will be performed to obtain more detailed topographic information in critical areas. Subtask 2 2 Deliverable Flectronic base map of additional topographic, survey information. based on the local VVPCF cinturrn and in AUtoCAQ fyiruat S k Z 3 'J nlrca I ri Dr ' xls rn P Elrr 'r n f Wtle �t3uzrri artici ntfrp For►ctronallt The design team will work with City electricians to establish circuit routing and functionality for equipment being powered from the new South Electrical Building. The intent is to replace all existing power and control circuits from the relocated motor control equipment to the end use equipment under this Contract. Work will include acquisition of available documentation, field site visits, access to pull boxes and equipment, and interviews with electricians and operators to establish control requirements where documentation is lacking. Subtask_2.4 Coordlna a ]nter�nnectron to. t= Power S stens The design team will coordinate with PG&E to reactivate the existing PG&E service to the plant as a standby power source to the existing City of Lodi/NCPA service. The design team will register the project on the PG&E web -based service portal, coordinate site meetings with PG&E service representatives, provide necessary documentation for PG&E engineering design to proceed, and respond to technical questions from PG&E regarding re-energization of the existing service. The estimated fees to complete this subtask and design tasks are based on the following assumptions: ■ City will provide the PG&E standard release document to allow the design team to request information and act in the City's behalf regarding the new service work. • The existing PG&E service is viable and complies with current PG&E requirements for medium voltage, distribution system utility service. • New service will be classified as a "standby service" and is not intended to be the primary service to the facility. Primary service will continue to be provided from NCPA and the City of Lodi Electrical Department. • All fees for engineering services from PG&E shall be paid by the City. Task 3. 50 Percent Complete Design Submittal This task will involve preparing 50 percent complete design drawings for the improvements identified in the Introduction. The design team will prepare and present 50 percent complete design documents for the City's review. All anticipated design drawings are listed in Table 1. Drawings will be developed in AutoCAD Version 2018 format, incorporating West Yost drafting standards. Drawings that are italicized are expected to be submitted with the 50 percent complete design documents. The 50 percent complete design submittal will also include an outline of technical specifications and front-end specifications required to assist the City in pre -qualifying construction contractors. Attachment A, Page 6 Table 1. Anticipated Design Drawings New South Electrical Building - Sections and Details 2 New South Electrical Building - Sections and Details 3 Transformer Pad - Plan and Sections HVAC HVAC Legend, Symbols, Sheet Index HVAC Equipment Schedules HVAC Details Title 24 Compliance New South Electrical Building HVAC Floor Plan Process and Instrumentation P&ID Legend and Abbreviations I P&ID Legend and Abbreviations 2 Typical Instrumentation Details l Typical Instrumentation Details 2 Control and Networking Legend and Abbreviations Existing SCADA Block Diagram Control System Architecture Diagram I Control System Architecture Diagram 2 Control System Architecture Diagram 3 Typical PLC & I/O Control Panel Power Distribution Instrumentation Sample Wiring Diagram - Di°,,crete 1kgmi Instrumentation Sample Wiring Diagram - Discrete Output Instrumentation Sample Wiring Diagram - Analog Input Instrumentation Sample Wiring Diagram - Analog Output P&ID —Electrical System Monitoring P&ID — Network System Monitoring Electrical Electrical Legend and Abbreviations 1 Electrical Legend and Abbreviations 2 Electrical Construction Details 1 Electrical Construction Details 2 Electrical Construction Details 3 Electrical Construction Details 4 Overall Site Plan and Lighting Site Plan I and Lighting Site Plan 2 and Lighting Single Line Diagram - Demolition Sheet I of '3 Attachment A, Page 7 Table 1. Anticipated Design Drawings Single Line Diagram - Demolition Sheet 2 of 3 ,Single Line Diagram - Demolition Sheet 3 of 3 Single Line Diagram - Facility 1 -line Diagram Overview Single Line Diagram - 12.47 kV PG&E Service and Generator 1 -Line Diagram Modifications Single Line Diagram - 13.8 kV NCPA Service 1 -Line Diagram Modifications 48V DC Distribution and Battery Connections PG&E Service Metering and Relay Diagram Single Line Diagram — Switchgear Single Line Diagram - MCC D Single Line Diagram - MCC -G2 Single Line Diagram - MCC -111 Single Line Diagram - MCC -H2 Single Line Diagram - MCC -H3 Single Line Diagram - UPS Distribution Switchgear Elevation MCC Elevations 1 MCC Elevations 2 MCC Elevations 3 MCC Elevations 4 Grounding Schematic 1 Groundinsf Schematic 2 Control Schematics l Control Schematics 2 Control Schematics 3 Control Schematics 4 Control Schematics 5 Control Schematics 6 Control Schematics 7 Control Schematics 8 Control Schematics 9 Control Schematics 10 Duct Bank Sections I Duct Bank Sections 2 Duct Bank Sections 3 Duct Bank Sections 4 Handhole Schedule Panelboard Schedules I Panelboard Schedules 2 Panelboard Schedules 3 Attachment A, Page 8 Table 1. Anticipated Design Drawings Special Systems Riser Diagram - Fire Alarm Special Systems Riser Diagram - Security Access System Special Systems Riser Diagram - CCTV New South Electrical Building - Power and Signal Plan New South Electrical Building - Lighting Plan Existing Digester No. ! and 2 - Power and Signal Plan Existing Digester No. 3 and 4 - Power and Signal Plan Existing Digester Control Building - Power and Signal Plan Existing Digester Boiler Area - Power and Signal Plan Existing DAF Thickeners No. l and 2 - Power and Signal Plan Existing Supernatant Pump Station - Power and Signal Plan Existing Headworlcs - Power and Signal Plan 1 Existing Headworks - Power and Signal Plan 2 Existing Primary Sludge Pump Room - Power and Signal Plan Existing Control Building - Power and Signal Plan Modifications Electrical Demolition: South Electrical Building Electrical Demolition: Sheet 1 of 2 Electrical Demolition: Sheet 2 of 2 Existing South Electrical Building Electrical Renovation Power and Signal Plan Existing South Electrical Building Electrical Renovation Lighting Plan Interconnection Diagrams 1 Interconnection Diagrams 2 Task 4 — 90 Percent Complete Design Documents The design team will prepare and submit 90 percent complete design documents for the City's review. The submittal will reflect comments received from the City on the 50 percent design submittal and will include: * 90 percent complete design drawings * Project d-escriptlon, gid Schedule, and Supplemental General Conditions (For incorporation by others into City's standard Division 0) * Draft technical specifications (Division l through 16) in CSI format * Opinion of probable construction cost The 90 percent design submittal will be presented to City staff along with an explanation as to how 50 percent design submittal comments have been addressed. Attachment A, Page 9 The design team will complete a quality control review of the 90 percent design drawings, specifications and construction cost estimate. Task 5 — 100 Percent Design Documents We will prepare 100 percent design documents by incorporating review comments from City staff and from the independent quality control check. The 100 percent design submittal shall also include an updated engineer's cost estimate to be used for the bidding phase. The completed design will allow for public bidding and construction of the proposed project. Design drawings will be prepared, stamped and signed by California Registered Professional Engineers of the applicable discipline. Task 6. Design Engineering Services During Bid Phase This task will involve assisting the City, as required, during the bid phase of the Project. We understand that assistance may include: • Preparing a presentation, attending, and providing other assistance at the City -led pre- bid meeting. • Providing technical assistance to support City staffs response to bidder's inquiries during the bidding process. • If it becomes necessary, the design team will develop addenda that may be needed to document responses to bidders' inquiries. Addenda will be prepared and delivered to the City for distribution. ■ Assisting the City in reviewing the bids for conformance and possible irregularities with regard to the contract documents. • Preparation of conformed design drawings and technical specifications that incorporate any changes made by addenda during the bidding period. Task 7, Design Engineering Services During Construction Phase This task wvill in_voLve providing design engineering support during the construction phase of this project. Subtasks are as follows: Subtask 7 1 - Submittal Review The design team will review submittals for compliance with the design concepts and specifications, certificates, samples, tests, methods, schedules, and manufacturers' installation and other instructions required, to be submitted by the Contract Documents. Attachment A, Page 10 Subtask 7.2 _Im rpr_etation and Qlarification of Contract Documents The design team will prepare written interpretation and clarifications of the Contract Documents in response to written requests for information (RFI's) from the Contractor. Subla cX 7 3 - ChMgg Urgei Su Qon We anticipate that there could be changes to the project. Some typical examples are: differences in conditions, Contractor suggestions approved by the City, additions to the work, changes in methods of construction, omissions, and Contract Document conflicts. As requested by the Construction Manager, the design team will issue design engineer -initiated clarifications (DEICs), prepare new or amend contract documents, 1111�- gas SSgIp ask 7 4 - A litnd_Construction Air eek+nye At the Construction Manager's request, a design team member will attend onsite progress meetings, or other construction related meetings, with the Construction Manager and others. We have assumed that design team members will attend a total of 30 meetings during the construction period. Subtask 7 5 - Pry are Record Drawm s Upon completion of the project, the design team will produce formal project record drawings. This task will be performed using information provided from the Contractor's working record drawings. .. IM11 I- -. ANTICIPATED SCHEDULE It is anticipated that services will be performed in accordance with Table 2. Table 2. Anticipated Design Milestones Submit 50 percent Complete Design Submittal 12 Submit 90 percent Complete Design Submittal 28 Submit 100 percent Complete Design Submittal 38 ESTIMATED FEE Services will be performed on a time and materials basis in accordance with design team's standard rates at the time the services are performed. The estimated fees for each Task and Subtask are shown in Table 3. We will not exceed the Total Estimated Fee without prior authorization from City. Attachment A, Page 11 Table 3. Estimated Fee by Task and Subtask EstimatedT�Ask of dollars Task 1. Project Management and Quality Control 1.1 Project Management $46,710 1.2 Quality Control $68,082 Subtotal, Task 1 $114,792 Task 2. Design Related Field Work 2.1 Geotechnical Investigation $14,266 2.2 Topographic Survey $7,504 2A Verification of Existing Power/Signal Wire Routing and Control Functionality $45,082 2.5 Coordinate Interconnection to PG&E Power System 1 $13,688 Subtotal, Task 2 $80,540 Task 3. 50 Percent Complete Design Submittal 3.1 Drawings & Specifications $262,998 3.2 Coordination and Review Meetings (2) $13,258 Subtotal, Task 3 $276,256 Task 4. 90 Percent Complete Design Submittal 4.1 Drawings & Specifications $290,360 4.2 Preliminary Construction Cost Estimate $17,482 4.3 Response to Comments $17,647 4.4 Coordination and Review Meetings (2) $13,258 Subtotal, Task 4 $338,747 Task 5. 100 Percent Complete DesiLn Submittal 5.1 Drawings & Specifications $150,747 5.2 Final Construction Cost Estimate $11,522 5.3 Response to Comments $11,764 5.4 Coordination and Review Meetings (1) $9,268 Subtotal, Task 5 $183,301 Task 6. Design Engineering Services During Bidding 6.1 Prepare-For/Attend Pre -Bid Meeting $7,702 6.2 Respond to Bidder's Inquiries $10,804 6.3 Prepare Addenda $6,650 6.4 Review Bids, Make Recommendations $1,827 6.5 Prepare Conformed Drawings $11,496 Subtotal, Task 6 $38,479 Task 7. Resign Engineering Services During Construction 7.1 Submittal Review $176,263 7.2 Respond to Requests for Information $67,224 Table 3. Estimated Fee by Task and Subtask 7.3 Change Order Support 7.4Attend Progress Meetings 4Prevare 7.5 Record Documents Subtotal, Task 7 TOTAL Attachment A, Page 12 $24,018 $23,539 $323,513 $1,355,628 w.ni i�uwa Mnn�m.-o�rn.rr. � v A i� t 4 I� 8 8 n b t v 4 3 ;Al $ �� INE T ■ YOiST `Jb:s'�•r `int-) 9/25/2020 Mr. Lance Roberts Utilities Manager City of Lodi, Public Works Department 221 W, Pine Street Lodi, CA 95240 Exhibit 2 SENT VIA: EMAIL SUBJECT: White Slough Water Pollution Control Facility (WPCF) Electrical Building Project - Scope, Fee, and Schedule Amendment Request Dear Mr. Roberts, As described in the Summary of Improvements Technical Memorandum (TM), dated September 4, 2020, the City has requested changes to the scope of improvements included in the White Slough Water Pollution Control Facility (WPCF) Electrical Building Project (Project). This letter presents a summary of the design budget and schedule modifications that West Yost is requesting to accommodate the requested changes in scope, for the City to review. SUMMARY OF SCOPE CHANGES The changes to the scope of improvements that will be designed under this Project are as follows: It has been determined that re -connection of the PG&E standby service is not feasible. So, the improvements needed to re -connect the PG&E service will be deleted from the Project and replaced with a scheme to provide convenient connections to a standby generator(s). Development of the new scheme will require additional coordination with City staff to determine standby generator needs. Existing power and control circuits will be connected to the new Electrical Building by intercepting the circuits within several site handholes rather than intercepting the circuits within the existing South Electrical Building. Additional work required to accommodate this change includes breakout of equipment locations and circuit routes, revised duct bank runs, site visits, and record drawing reviews to investigate existing site handholes and conduit routing. • A redundant virtualized server will be provided in the new Electrical Building. Lance Roberts 9/25/2020 Page 2 • The existing RIO racks serving the Main Pump Room, Digester Control Room, North Electrical Room, Secondary Electrical Room, and Irrigation Control Room will be replaced with new CompactLogix programmable automation controllers (PACs) installed in a distributed control topology. The original scheme, developed under the SCADA Planning Report and initially included in the design, was three sets of hot standby redundant ControlLogix controllers installed in a hybrid distributed/redundant topology. • The existing DH+ copper wiring between the existing Control Building and the Biosolids Dewatering & Storage Facility and the existing DH+ wiring between the North Electrical Room, Secondary Electrical Room, and Irrigation Control Room will be replaced with fiber optic cable. Thin clients will be provided for local operator access in the Main Pump Room, Digester Control Room, North Electrical Room, Secondary Electrical Room, and Irrigation Control Room. Wireless, web -based SCADA access will be provided. A CCN and card -reader door access system will not be installed in the new Electrical Building. The West Yost/TJCAA design team will incorporate the changes listed above into the 90% and 100% design submittals. BUDGET MODIFICATION REQUEST The West Yost/TJCAA design team is requesting additional design budget to include the improvements listed above in the 90% and 100% design submittals. West Yost/TJCAA is also requesting additional budget to cover the labor associated with preparation of the Summary of Improvements TM, development of design concepts and construction cost estimates included in the Summary of Improvements TM, and project management time related to the schedule extension discussed in the next section. The additional budget being requested by West Yost/TJCAA is summarized in Table 1. Table 1. Summary of Additional Budget Request Summary of Improvements TM 18 $4,869 24 $5,496 $10,365 Preliminary Design of Changes & Cost Estimates Additional 90% & 100% Design Effort WWEST YOST 144 $42,359 20 $4,580 $46,939 44 $13,328 0 $0 $13,328 Lance Roberts 9/25/2020 Page 3 Table 1. Summary of Additional Budget Request Project Management 0 $0 ' 6 $1,374 $1,374 + Total Project Hours and Budget 206 $60,556 44 $11,450 $72,006 OVERALL PROJECT BUDGET EVALUATION Table 2 summarizes the impact of the additional budget request on the overall Project Budget. Table 2. Overall Budget Evaluation Task 1. Project Management and QA/QC $114,792 $1,374 $116,166 Task 2. Design Related Field Work $80,540 $0 $80,540 Task 3.50 Percent Design Submittal $276,256 $57,304 $333,560 Task 4.90 Percent Design Submittal $338,747 $13,328 $352,075 Task 5.100 Percent Design Submittal $183,301 $0 $183,301 Task 6. Engineering Services During Bidding $38,479 $0 $38,479 Task 7. Engineering Services During Construction $323,513 $0 $323,513 Total Project Hours and Budget $1,355,628 $70,632 $1,427,634 SCHEDULE MODIFICATOIN REQUEST The 90 percent and 100 percent design submittals were originally scheduled for completion on September 18, 2020 and December 4, 2020, respectively. However, the West Yost/TJCAA Design Team has put several elements of the 90 percent submittal on hold to give the City time to consider and approve the changes to the project scope described above. Therefore, West Yost/TJCAA requests that the dates for completion of the 90 percent and 100 percent submittals be revised to the December 4, 2020, and February 26, 2020. WWESTYOST lance Roberts 9/25/2020 Page 4 Please review our request and call me at your earliest convenience if you would like to discuss in more detail. Thank you for•your consideration In this matter. Sincerely, WEST YOST Bill Schilling, PE Senior Engineer Signature: 7 � LP Email: imagdich@lodi.gov 01 W E 5T YQST a Tim Banyal, PE, PMP Principal Engineer RESOLUTION NO. 2020-269 A RESOLUTION OF THE LODI CITY COUNCIL AUTHORIZING THE CITY MANAGER TO EXECUTE AMENDMENT NO. 1 TO TASK ORDER NO. 48 WITH WEST YOST & ASSOCIATES, INC., OF DAVIS, FOR IMPROVEMENTS TO THE ELECTRICAL BUILDING PROJECT AT WHITE SLOUGH WATER POLLUTION CONTROL FACILITY ------------------------------------------------------------------------ WHEREAS, on October 2, 2019, Council authorized Task Order No. 48 with West Yost & Associates, Inc., of Davis, for design of the White Slough Water Pollution Control Facility (WSWPCF) Electrical Building Project (Project), in the amount of $1,355,628; and WHEREAS, as the design process evolved, staff found opportunities for improvement and is requesting some relatively minor changes to the design scope, which will enhance the overall project once constructed; and WHEREAS, staff recommends authorizing the City Manager to execute Amendment No. 1 to Task Order No. 48 with West Yost & Associates, Inc., of Davis, for improvements to the Electrical Building Project at White Slough Water Pollution Control Facility, in the amount of $72,006. NOW, THEREFORE, BE IT RESOLVED that the Lodi City Council does hereby authorize the City Manager to execute Amendment No. 1 to Task Order No. 48 with West Yost & Associates, Inc., of Davis, California, for improvements to the Electrical Building Project at White Slough Water Pollution Control Facility, in the amount of $72,006; and BE IT FURTHER RESOLVED, pursuant to Section 6.3q of the City Council Protocol Manual (adopted 11/6/19, Resolution No. 2019-223), the City Attorney is hereby authorized to make minor revisions to the above -referenced document(s) that do not alter the compensation or term, and to make clerical corrections as necessary. Dated: November 18, 2020 I hereby certify that Resolution No. 2020-269 was passed and adopted by the City Council of the City of Lodi in a regular meeting held November 18, 2020 by the following vote: AYES: COUNCIL MEMBERS — Chandler, Nakanishi, and Mayor Kuehne NOES: COUNCIL MEMBERS — None ABSENT: COUNCIL MEMBERS — Mounce ABSTAIN: COUNCIL MEMBERS — None JENNI�CUSMIR City Clerk 2020-269