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