Loading...
HomeMy WebLinkAbout2026-01-13; Municipal Water District; 05; Adoption of Revised Plans and Authorization to Execute a Construction Contract Change Order with Creative Home dba CHI Construction, Inc. for the Valve Replacement PhaseCA Review TL Meeting Date: Jan. 13, 2026 To: President and Board Members From: Geoff Patnoe, Executive Manager Staff Contact: Timothy Smith, Utilities Maintenance Planner timothy.smith@carlsbadca.gov, 760-421-6434 Stephanie Harrison, Utilities Manager stephanie.harrison@carlsbadca.gov, 442-339-2310 Subject: Adoption of Revised Plans and Authorization to Execute a Construction Contract Change Order with Creative Home dba CHI Construction, Inc. for the Valve Replacement Phase III Project Districts: All Recommended Action Adopt a resolution adopting revised plans and authorizing the execution of a construction contract change order with Creative Home, dba CHI Construction, Inc. for the Valve Replacement Phase III Project in an amount not to exceed $348,780. Executive Summary The Carlsbad Municipal Water District’s, or CMWD’s, Water Valve Repair/Replacement Program repairs or replaces broken water valves throughout the potable water system to ensure reliable water delivery, reduce water loss and help maintain high service levels to customers. This is a multi-year program with construction projects developed every couple of years. The scope of the current construction contract includes installation of 87 valves at 26 prioritized locations throughout the CMWD’s service area. The project is currently under construction with a contract completion date of March 26, 2026. The CMWD Board of Directors authorized the execution of a contract with Creative Home, doing business as CHI Construction, Inc. for construction of the Valve Replacement Phase III Project, in an amount not to exceed $3,823,800 on Oct. 29, 2024. (CMWD Resolution No. 1750) Staff request that the CMWD Board adopt the revised plans related to the construction contract change order for valve replacement work at two additional priority site locations, as shown in the map in Exhibit 2, to enhance the water system control for the upcoming water main replacement work in the Barrio area in an amount not to exceed $348,780. Jan. 13, 2026 Item #5 Page 1 of 11 Docusign Envelope ID: EAE265F5-2E9A-401B-9D77-53A29839FD9B Explanation & Analysis Project overview The CMWD is committed to effectively managing the district’s assets to ensure it can continue to provide superior water service. The district’s Water Valve Repair/Replacement Program, Capital Improvement Program Project No. 5019-F, is designed to fix or replace valves that have been identified as inoperable during routine maintenance checks or operational procedures. In addition to replacing broken valves, the CMWD replaces any valves that are on the same fitting as the broken valves and of the same age. The project also installs related components at each site to allow water system control and enable safe draining, refilling and protection of the pipelines during maintenance activities. The current construction contract includes installing 87 valves at 26 locations in an amount not to exceed $3,823,800, as approved by CMWD Resolution No. 1750. After construction started, staff identified two additional priority site locations where seven aging valves must be replaced to enhance the CMWD’s water system control for the upcoming water main replacement work in the Barrio area. The two locations are at the intersection of Chestnut Avenue and Tyler Street and at the Chestnut Avenue cul-de-sac, identified as C27 and C28 in the map provided as Exhibit 2. The addition to the scope for the project results in a revised total of 94 valves, as categorized in the following table and as shown in Exhibit 2. Staff have determined that the revised plans for the additional sites conform with CMWD standards and recommend that the CMWD Board adopt the revised plans and authorize the execution of an owner-initiated contract change order to add the two priority site locations to the contract. Fiscal Analysis The cost of the contract change order is $348,780, which will bring the total contract construction cost to $4,172,580. The project is funded as part of the Water Valve Repair/Replacement Program, Capital Improvement Program Project No. 5019, as Project No. 5019-F. There are sufficient funds in the Capital Improvement Program project budget for this change order. Valve Replacement Phase III Project Capital Improvement Program Project No. 5019-F Contract scope Contract scope with additions Existing valves to be replaced 57 64 New valves to be installed to improve system operations 30 30 TOTAL 87 94 Jan. 13, 2026 Item #5 Page 2 of 11 Docusign Envelope ID: EAE265F5-2E9A-401B-9D77-53A29839FD9B The table below provides a summary of the available funds and estimated costs: No additional appropriation is required, as the previously approved funding for the Valve Replacement Phase III Project (No. 5019) is sufficient to cover the change order for the two additional sites. The previously authorized construction contingency of $573,570 is also sufficient to complete the project and will not be increased for this change order. Carlsbad Municipal Code Section 3.28.040(C)(5) authorizes the Executive Manager to approve change orders up to an amount equal to the contingency set at the time the project is awarded, which for this project is $573,570, as previously authorized in CMWD Resolution No. 1750. Next Steps With adoption of the revised plans and authorization by the CMWD Board to execute a construction contract change order for this work, staff will issue a change order with Creative Home, dba CHI Construction, Inc. to complete the valve replacement work at the two additional sites. Environmental Evaluation The proposed action for replacement of seven valves at two additional priority site locations is categorically exempt from environmental review under California Environmental Quality Act Guidelines Section 15301 because it involves the maintenance, repair or minor alteration of existing facilities with negligible or no expansion of the existing or former use. No exceptions to the categorical exemption as set forth in CEQA Guidelines Section 15300.2 or Carlsbad Municipal Code Section 19.04.070(C) apply. Exhibits 1. CMWD Board of Directors resolution 2. Map and revised site plans Water Valve Repair/Replacement Program Capital Improvement Program Project No. 5019 Total appropriation to date $11,367,000 Total expenditures and encumbrances to date -$10,329,641 Total available balance (includes amount already encumbered for construction) $1,037,359 Valve Replacement Phase III Project Capital Improvement Program Project No. 5019-F Remainder of funds for construction management and engineering support, inspection and materials testing, staff and consultants and public outreach for original construction contract (estimated) -$225,000 Construction contract change order - Creative Home DBA CHI Construction, Inc. -$348,780 Total remaining construction costs and contract change order cost $573,780 Remaining balance $463,579 Jan. 13, 2026 Item #5 Page 3 of 11 Docusign Envelope ID: EAE265F5-2E9A-401B-9D77-53A29839FD9B Exhibit 1 RESOLUTION NO. 1791 . A RESOLUTION OF THE BOARD OF DIRECTORS OF THE CARLSBAD MUNICIPAL WATER DISTRICT OF THE CITY OF CARLSBAD, CALIFORNIA, ADOPTING REVISED PLANS AND AUTHORIZING THE EXECUTION OF A CONSTRUCTION CONTRACT CHANGE ORDER WITH CREATIVE HOME, DBA CHI CONSTRUCTION, INC. FOR THE VALVE REPLACEMENT PHASE III PROJECT IN AN AMOUNT NOT TO EXCEED $348,780 WHEREAS, the Carlsbad Water District, or CMWD, Board of Directors has determined that it is necessary, desirable, and in the public interest to replace broken valves at priority locations and make other improvements at the same locations through the Valve Replacement Phase III Project, Capital Improvement Program, or CIP, Project No. 5019-F; and WHEREAS, on June 11, 2024, the CMWD Board of Directors adopted plans and specifications and authorized the solicitation of bids for the project in Resolution No. 1737; and WHEREAS, on Oct. 29, 2024, through adoption of Resolution No. 1750, the CMWD Board of Directors authorized the execution of a contract with Creative Home, doing business as CHI Construction, Inc. in an amount not to exceed $3,823,800; and WHEREAS, staff identified two (2) additional priority valve site locations at the intersection of Chestnut Avenue and Tyler Street and at the Chestnut Avenue cul-de-sac at which the CMWD’s water system control needs to be enhanced for the upcoming water main replacement work in the Barrio area; and WHEREAS, the construction change order to replace seven valves at two additional priority site locations is in an amount not to exceed $348,780; and WHEREAS, the change order amount will increase the total construction contract cost to $4,172,580, and there is sufficient funding available in CIP No. 5019; and WHEREAS, staff have determined that the plans related to the construction contract change order work conform with CMWD standards, and staff recommend adoption of the revised plans by the CMWD Board. NOW, THEREFORE, BE IT RESOLVED by the Carlsbad Municipal Water District Board of Directors of the City of Carlsbad, California, as follows: 1.That the above recitations are true and correct. Jan. 13, 2026 Item #5 Page 4 of 11 Docusign Envelope ID: EAE265F5-2E9A-401B-9D77-53A29839FD9B 2.That the CMWD Board has determined that the proposed action for replacement of seven valves at two additional priority site locations is categorically exempt from environmental review under CEQA Guidelines Section 15301 because it involves the maintenance, repair or minor alteration of existing facilities with negligible or no expansion of the existing or former use. No exceptions to the categorical exemption as set forth in CEQA Guidelines Section 15300.2 or Carlsbad Municipal Code Section 19.04.070(C) apply. 3.That the revised plans for two additional priority site locations for the Valve Replacement Phase III Project, CIP Project No. 5019-F, are on file in the Office of the Secretary to the Board and hereby adopted. 4.That the construction contract change order for valve replacement work at two additional priority site locations in an amount not to exceed $348,780 for the Valve Replacement Phase III Project, CIP Project No. 5019-F, is approved, and the Executive Manager or designee is authorized to execute a change order with Creative Home dba CHI Construction, Inc. PASSED, APPROVED AND ADOPTED at a Special Meeting of the Board of Directors of the Carlsbad Municipal Water District of the City of Carlsbad on the 13th day of January, 2026, by the following vote, to wit: AYES: Blackburn, Bhat-Patel, Acosta, Burkholder, Shin. NAYS: None. ABSTAIN: None. ABSENT: None. ______________________________________ KEITH BLACKBURN, President ______________________________________ SHERRY FREISINGER, Secretary (SEAL) Jan. 13, 2026 Item #5 Page 5 of 11 Docusign Envelope ID: EAE265F5-2E9A-401B-9D77-53A29839FD9B C9 C14 C13C11 C12 C2 C7 C3C4 C1 C8 C10 C5 C6 DocuSign Envelope ID: 9B189138-D226-4C97-8F8B-1BCF06D6626C 6/5/2024 Exhibit 2 Jan. 13, 2026 Item #5 Page 6 of 11 2 PROJECT SITES ADDED C28 C27 Docusign Envelope ID: EAE265F5-2E9A-401B-9D77-53A29839FD9B T Y L E R S T 10" A C P W M P Z 2 5 5 6" AC P W M P Z 2 5 5 12" P V C S E W E R 72" R C P D R A I N 8 " P V C S E W E R 10" A C P W M P Z 2 5 5 6" AC P W M P Z 2 5 5 6 " A C P W M P Z 2 5 5 CHES T N U T A V E PHOTO 1 - FROM TYLER ST LOOKING SOUTHEAST NOTE: 1. ASSUME EXISTING PAVEMENT TO BE 4" AC PAVEMENT WITH 12" OF CLASS II AGGREGATE BASE. 2. ALL SURFACE IMPROVEMENTS MUST BE REPAIRED PER LATEST CITY OF CARLSBAD STANDARDS AND REGIONAL 2022 SAN DIEGO REGIONAL STANDARD DRAWINGS. 3. LOCATION OF UTILITIES SHOWN ON PLAN ARE DIAGRAMMATIC ONLY, DRAWN FROM AVAILABLE RECORDS, AND ARE NOT GUARANTEED. THE CONTRACTOR MUST BE RESPONSIBLE FOR LOCATING ALL STRUCTURES AND FACILITIES, WHETHER SHOWN HEREIN OR NOT, AND PROTECTING THEM FROM DAMAGE. THE EXPENSE OF REPAIR OF REPLACEMENT OF SAID SUBSTRUCTURES AND UTILITIES MUST BE BORNE BY THE CONTRACTOR. PLAN SITE 27 - EXISTING: INTERSECTION: CHESTNUT AVE AND TYLER ST REMOVE EXIST. 10" GATE VALVE REMOVE 10" AC PIPE TO THE NEAREST JOINT (15' MAX. FROM END OF FITTING) REMOVE EXIST. 10" GATE VALVE REMOVE EXIST. FIRE HYRDRANT SERVICE NEAREST JOINT (15' MAX. FROM END OF FITTING) REMOVE EXIST. 10"X6" DI CROSS REMOVE EXIST. 6" DI CROSS REMOVE EXIST. 6" GATE VALVE REMOVE EXIST. 6" GATE VALVE REMOVE 6" AC PIPE TO THE NEAREST JOINT (15' MAX. FROM END OF FITTING) REMOVE 6" AC PIPE TO THE NEAREST JOINT (15' MAX. FROM END OF FITTING) REMOVE/ABANDON 6" AC PIPE IN PLACE PER CARLSBAD SPECIFICATIONS FOR ABANDONMENT OF ASBESTOS CEMENT PIPE REMOVE 10" AC PIPE TO THE NEAREST JOINT (15' MAX. FROM END OF FITTING) REMOVE EXIST. 6" GATE VALVE SEWER LINE SHOWN PER GIS DATA, CONTRACTOR TO PROTECT IN PLACE PROTECT IN PLACE EXIST. FIRE HYDRANT ASSEMBLY AND INTERMEDIATE PIPING REMOVE 6" VALVE AND ACP TO THE NEAREST JOINT REMOVE EXIST. CONCRETE SIDEWALK AS NEEDED FOR CONSTRUCTION 10/1/25 AG CONSTRUCTION DIRECTIVE #11 Jan. 13, 2026 Item #5 Page 7 of 11 Docusign Envelope ID: EAE265F5-2E9A-401B-9D77-53A29839FD9B T Y L E R S T 10" A C P W M P Z 2 5 5 6" AC P W M P Z 2 5 5 12" P V C S E W E R 72" R C P D R A I N 8 " P V C S E W E R 6 " A C P W M P Z 2 5 5 CHE S T N U T A V E FL X FL 10"X8" DI TEE PLANNOTE: 1. AERIAL UTILITIES NOT SHOWN FOR CLARITY. 2. SEE CITY OF CARLSBAD STANDARD DRAWINGS GS 24- GS 28 FOR PAVEMENT REPAIR. 3. ALL BURIED PIPE AND APPURTENANCES SHALL BE WAX TAPE WRAPPED PER CARLSBAD STANDARD SPECIFICATION 09902. FL X FL 8"X6" REDUCER 6" PVC WATER MAIN FL X MJ 10" GATE VALVE 2" MAR 10" PVC WATER MAIN FL X MJ 10" GATE VALVE 2" MAR 10" PVC WATER MAIN FL X FL 8" GATE VALVE 2" MAR 6" PVC WATER MAIN FL X MJ 8"X6" REDUCER 15' MAX15' MAX 42" MIN VALVE RELOCATION (SECTION A) N.T.S 15' MAX DESCRIPTIONITEM GATE VALVE, SIZE/CONNECTION PER PLAN (W-21)1 POLYETHYLENE ENCASEMENT2 3 4 VALVE BOX ASSEMBLY(W-23) 5 6 7 8 RESTRAINED MECHANICAL JOINT FITTING PVC TO AC TRANSITION COUPLING EXISTING PIPE, SIZE/MATERIAL PER PLAN C900 PVC PIPE, SIZE PER PLAN (W-2) MANUAL AIR RELEASE VALVE (W-10)9 10 DI REDUCER, SIZE/CONNECTION PER PLAN DI CROSS, SIZE/CONNECTION PER PLAN 1 4 1 10 10 6 6 6 7 7 7 8 8 8 9 9 9 3 1 1 410 10 88 2 55 5 11 5 CUT AND CAP EXIST. 6" ACP PER DTL 3, DWG D-1 CUT AND CAP EXIST. 6" ACP PER CARLSBAD STANDARD SPECIFICATIONS SITE 27 - PROPOSED: INTERSECTION: CHESTNUT AVE AND TYLER ST SEE PIPE CONNECTION PER DTL 2, DWG D-1 (TYP.) 11 RESTRAINED FLANGE COUPLING ADAPTER 3(SHOWN OUT OF SECTION) 1 55 6 7 FL X MJ 6" GATE VALVE 6" PVC WATER MAIN 10/1/25 AG CONSTRUCTION DIRECTIVE #11 Jan. 13, 2026 Item #5 Page 8 of 11 Docusign Envelope ID: EAE265F5-2E9A-401B-9D77-53A29839FD9B 8 " V C P S E W E R 8 " A C P W M 2 5 5 CHES T N U T A V E 10" A C P W M P Z 2 5 5 6" AC P W M P Z 2 5 5 12" P V C S E W E R 72" R C P D R A I N 1 0 " A C P W M P Z 2 5 5 PLANNOTE: 1. AERIAL UTILITIES NOT SHOWN FOR CLARITY. 2. ASSUME EXISTING PAVEMENT TO BE 4" AC PAVEMENT WITH 12" OF CLASS II AGGREGATE BASE. 3. ALL SURFACE IMPROVEMENTS MUST BE REPAIRED PER LATEST CITY OF CARLSBAD STANDARDS AND REGIONAL 2022 SAN DIEGO REGIONAL STANDARD DRAWINGS. 4. LOCATION OF UTILITIES SHOWN ON PLAN ARE DIAGRAMMATIC ONLY, DRAWN FROM AVAILABLE RECORDS, AND ARE NOT GUARANTEED. THE CONTRACTOR MUST BE RESPONSIBLE FOR LOCATING ALL STRUCTURES AND FACILITIES, WHETHER SHOWN HEREIN OR NOT, AND PROTECTING THEM FROM DAMAGE. THE EXPENSE OF REPAIR OF REPLACEMENT OF SAID SUBSTRUCTURES AND UTILITIES MUST BE BORNE BY THE CONTRACTOR. PHOTO 1 - FROM EASTERN CUL-DE-SAC REMOVE 10" AC PIPE TO THE NEAREST JOINT (15' MAX. FROM END OF FITTING) ABANDON 6" AC PIPE IN PLACE TO EXIST. END CAP PER CARLSBAD SPECIFICATIONS FOR ABANDONMENT OF ASBESTOS CEMENT PIPE REMOVE 2" INTERTIE BETWEEN 6" AND 10" WATERLINES REMOVE EXIST. 10" GATE VALVE REMOVE EXIST. 10" GATE VALVE REMOVE EXIST. 10" DI TEE AND THRUST BLOCK REMOVE EXIST. 2" GATE VALVE SITE 28 - EXISTING: CHESTNUT CUL-DE-SAC REMOVE EXIST. MAR REMOVE EXIST. 6" GATE VALVE AND EXIST. MAR REMOVE EXIST. SIDEWALK AND FENCING AS NEEDED FOR CONSTRUCTION 10/1/25 AG CONSTRUCTION DIRECTIVE #11 Jan. 13, 2026 Item #5 Page 9 of 11 Docusign Envelope ID: EAE265F5-2E9A-401B-9D77-53A29839FD9B CHE S T N U T A V E 10" A C P W M P Z 2 5 5 6" AC P W M P Z 2 5 5 12" P V C S E W E R 72" R C P D R A I N 1 0 " A C P W M P Z 2 5 5 PLANNOTE: 1. AERIAL UTILITIES NOT SHOWN FOR CLARITY. 2. SEE CITY OF CARLSBAD STANDARD DRAWINGS GS 24 - GS 28 FOR PAVEMENT REPAIR. 3. ALL BURIED PIPE AND APPURTENANCES SHALL BE WAX TAPE WRAPPED PER CARLSBAD STANDARD SPECIFICATION 09902 1 2 VALVE RELOCATION (SECTION A) DESCRIPTIONITEM GATE VALVE, SIZE/CONNECTION PER PLAN (W-21)1 POLYETHYLENE ENCASEMENT2 3 4 VALVE BOX ASSEMBLY(W-23) 5 6 7 8 DI TEE, SIZE/CONNECTION PER PLAN AND THRUST BLOCK (W-19) RESTRAINED MECHANICAL JOINT FITTING PVC TO AC TRANSITION COUPLING EXISTING PIPE, SIZE/MATERIAL PER PLAN C900 PVC PIPE, SIZE PER PLAN (W-2) N.T.S MANUAL AIR RELEASE VALVE (W-10)9 10 DI REDUCER, SIZE/CONNECTION PER PLAN 42" MIN 10" PVC WATER MAIN. RESTRAIN JOINTS APPROX. 30'. 6" PVC WATER MAIN 10" PVC WATER MAIN. RESTRAIN JOINTS, APPROX. 22' CUT AND CAP EXIST. 6" ACP PER CARLSBAD STANDARD SPECIFICATIONS FL X FL 10"X8" DI TEE FL X MJ 10" GATE VALVE FL X MJ 10" GATE VALVE FL X FL 8" GATE VALVE FL X MJ 6" 45° DI BEND MJ X MJ 6" 45° DI BEND W/THRUST BLOCK PER, SEE BELOW FL X FL 8" X 6" REDUCER 4 1 616 1 55 10 9 8 55 11 11 6 77 7 11 DI BEND, SIZE/CONNECTION PER PLAN5 12 12 THRUST BLOCK (W-19) 12 8 3 3 3 1 2 2 2 2 2 15' MAX 15' MAX 2' MIN ABANDON EXIST. 2" INTERTIE 13 2" MAR SITE 28 - EXISTING: CHESTNUT CUL-DE-SAC 13 CUT AND CAP EXIST. 6" ACP CARLSBAD STANDARD SPECIFICATIONS 8 6 78678 (SHOWN OUT OF SECTION) 6" PVC WATER MAIN, APPROX. 10' 7' 7' 10/1/25 AG CONSTRUCTION DIRECTIVE #11 Jan. 13, 2026 Item #5 Page 10 of 11 Docusign Envelope ID: EAE265F5-2E9A-401B-9D77-53A29839FD9B DESCRIPTIONITEM PVC PIPE1 PVC REPAIR COUPLING WITH SPLIT RESTRAINT4 GENERAL NOTES: 1. PIPE SIZES, LENGTHS, INTERIOR AND EXTERIOR DIAMETERS MAY VARY BETWEEN PROJECT SITES. CONTRACTOR IS TO VERIFY PIPE DIMENSIONS IN FIELD PRIOR TO INSTALLATION. 2. CONTRACTOR MUST ADHERE TO ALL MANUFACTURER FURNISH AND INSTALLATION INSTRUCTIONS. 3. CONTRACTOR MUST FOLLOW ALL MITIGATION METHODS OUTLINED IN THE SPECIFICATIONS FOR REMOVAL OF ASBESTOS CEMENT PIPE. 1 4 PVC TO ASBESTOS CEMENT CONNECTIONPVC TO PVC PIPE CONNECTION 1 1 D-1 2 D-1 FITTING TYPEPIPE SIZE (IN) 6 TEE/CAP 4.24 1.46 THRUST BLOCK DIMENSIONS TABLE NOTES: 1. VALVE CAN PER CARLSBAD STANDARD DRAWING W-10. 2. THRUST BLOCK PER CARLSBAD STANDARD DRAWING W-19. 3. ALL BURIED PIPE AND APPURTENANCES SHALL BE WAX TAPE WRAPPED PER CARLSBAD STANDARD SPECIFICATION 09902. ACP END CAP AND BALL VALVE3 C27-B BEARING AREA (SQ FT) THRUST BLOCK WIDTH (FT) THRUST BLOCK HEIGHT (FT) 2.91 1 2 3 6" MECHANICALLY RESTRAINED CAP WITH 2" THREADED INSERT 2" RISER ASSEMBLY PER CARLSBAD STANDARD DRAWING W-10 6" ACP NEW 6" PVC 2" BALL VALVE VALVE CAN TRANSITION COUPLING THRUST BLOCK DESCRIPTIONITEM PVC PIPE1 EXISTING ASBESTOS CEMENT PIPE2 TRANSITION COUPLING3 PROVIDE DIELECTRIC BUSHING OR UNION TO SEPARATE DISSIMILAR METALS 18" MIN. 36" MAX. 1 10/1/25 AG CONSTRUCTION DIRECTIVE #11 Jan. 13, 2026 Item #5 Page 11 of 11 Docusign Envelope ID: EAE265F5-2E9A-401B-9D77-53A29839FD9B