Loading...
HomeMy WebLinkAboutAgenda Report - March 18, 2015 C-07AGENDA ITEM Clvn7 CITY OF LODI COUNCIL COMMUNICATION TM AGENDA TITLE: Adopt Resolution Awarding Contract for White Slough Water Pollution Control Facility (WSWPCF) Farm Irrigation Improvements — Phase 1 to Knife River Construction, of Stockton ($415,213) MEETING DATE: March 18, 2015 PREPARED BY: Public Works Director RECOMMENDED ACTION: Adopt resolution awarding contract for White Slough Water Pollution Control Facility (WSWPCF) Farm Irrigation Improvements — Phase 1 to Knife River Construction, of Stockton, in the amount of $415,213. BACKGROUND INFORMATION This project consist of removing 3,770 feet of concrete ditch and installing approximately 1,040 feet of 36 -inch pipe, 2,730 feet of 30 -inch pipe, five alfalfa valves, and five standpipes, all as shown on the plans and specifications. As part of the summer operation at White Slough Water Pollution Control (WSWPCF), treated wastewater is pumped into a series of pipes and ditches to irrigate approximately 900 acres of farmland. There were multiple incidents in 2014 when the concrete ditch along Thornton Road overloaded with irrigation water and spilled into the County right-of-way. As required, the overflow events were reported to the Central Valley Regional Water Quality Control Board (CVRWQCB). The CVRWQCB has issued a Notice of Violation (Exhibit A) requiring the City to take action to eliminate future overflow events. One of the contributing factors to the spills is a low spot in the ditch adjacent to Thornton Road, which is where the spills occurred. The low spot is caused by a gradual slope of the channel, and would require reconstructing approximately 1,500 feet of the concrete ditch. Additional factors included dirt and debris from the fields getting into the ditch and clogging the slide gates and limiting the flow, therefore backing up the ditch. In order to eliminate future spills and satisfy the requirements of the CVRWQCB Notice of Violation, this project will remove the concrete ditches and replace them with buried pipes. These pipes are designed to accommodate existing and future irrigation requirements. Another option considered but not recommended, is to construct walls on both sides of the channel and existing ditch (effectively raising the contained height). This option (estimated to cost $300,000) would be less effective at preventing spills and would need to be demolished and removed for any future expansion of the irrigation system. Plans and specifications for this project were approved on February 4, 2015. The City received the following 10 bids for this project on February 25, 2015. APPROVED: , City Manager K:\WP\PROJECTS\SEWER\WSWPCF\Irrigation Ditch Improvements\CAward Irrigation Ditch.doc 3/9/2015 Adopt Resolution Awarding Contract for White Slough Water Pollution Control Facility (WSWPCF) Farm Irrigation Improvements — Phase 1 to Knife River Construction, of Stockton ($415,213) March 18, 2015 Page 2 Bidder Location Bid Engineer's Estimate $ 490,000.00 Knife River Construction Stockton $ 415,213.00 Mozingo Oakdale $ 461,864.00 Asta Construction Company Rio Vista $ 466,013.00 McGuire and Hester Oakdale $ 469,883.00 McFadden Construction Stockton $ 483,232.00 Ford Construction Company Lodi $ 491,785.00 F. Loduca Company Stockton $ 494,225.00 West Coast Backhoe Lodi $ 528,276.09 Taylor Backhoe Merced $ 595,609.48 Olympic Land Construction Sacramento $ 735,830.00 The project was included in the FY14/15 budget. FISCAL IMPACT: This project will reduce potential fines of up to $10,000 per day and $10 per gallon discharged, and will reduce future expansion costs. FUNDING AVAILABLE: This project was approved in the FY 14/15 budget under Wastewater Capital Fund (53199000.77020) Q--\ 6--f - Jordan yers Deputy City Manager/Internal Services Director I M - Prepared by Lyman Chang, Senior Civil Engineer FWS/LC/smh Attachment cc: City Engineer—Swimley Utility Superintendent Senior Civil Engineer Management Analyst — Public Works Knife River Construction F. Wally Sandelin Public Works Director K:\WP\PROJECTS\SEWER\WSWPCF\Irrigation Ditch Improvements\CAward Irrigation Ditch.doc 3/9/2015 6F LIFOxXIi Vater Boards Central Valley Regional Water Quality Control Board 6 March 2015 Larry Parlin Deputy Public Works Director City of Lodi 1331 South Ham Lane Lodi, CA. 95242 EowLrto 4. 9Fnowx Jn. ddwrbx M.anxc. Rmp1ou G3 'Fw RG1NYf FLYI r���YraL •n4�R4ro� NOTICE OF VIOLATION, SECONDARY WASTEWATER SPILL, CITY OF LODI, WHITE SLOUGH WATER POLLUTION CONTROL FACILITY, SAN JOAQUIN COUNTY The discharge of wastewater by the City of Lodi (Discharger) from the White Slough Water Pollution Control Facility (Facility) is regulated by a land discharge permit, Waste Discharge Requirements (WDRs) Order R5-2007-0113-01, and by surface water discharge permit WDRs Order R5-2013-0125 (NPDES CA0079243). Order R5-2007-0113-01 allows, in part, for secondary treated wastewater to be discharged to agricultural fields. The Discharger reported five spills, which occurred between 19 January 2014 and 9 August 2014. The spills are described as follows: ■ On 19 January 2014, the Discharger reported approximately 12,000 gallons of secondary treated effluent spill alongside Thornton Road. According to the Discharger, the spill occurred due to erosion which was discovered on the outside of the irrigation ditch (4D field). The spill was contained within the road ditch and no water reached surface waters. On 6 June 2014, the Discharger reported approximately 19,000 gallons of blended secondary treated effluent and industrial effluent spilled into a road side ditch on Thornton Road. According to the Discharger, Facility staff found the irrigation ditch in field 4C overflowing into the road ditch alongside Thornton Road. In reponse to the spill, the Discharger installed portable pumps to pump the spilled water from the roadside ditch back into the irrigation ditch. ■ On 2 July 2014, the Discharger reported that it discovered five seeps from their irrigation ditch alongside Thornton Road, which resulted in a spill of approximately 650 gallons of blended secondary treated and industrial effluent. According to the Discharger it compacted the soil along the irrigation ditches to prevent future similar events. ■ On 30 July 2014, the Discharger reported that during a field irrigation inspection, the Discharger discovered that their irrigation ditch alongside Thornton Road was leaking onto the road. In response to the spill, the Discharger installed potable pumps to pump KARL E_ LONGLEW SGD, FI -E.. CM,iIR I PAMELA fir_ GREEOON Pr.i=., B -CLE, EFECL�TIVE OFFrvE;� 11420 Sun Canter drivo 0200, R■nvhv Carikwo, CA IM070 I wuw.wato-rhv■rds.c■.gax+vanlralYallLty CIWQS Violations ID: 987544, 987545, 987546, 987547, and 987548 C$ RGCYCLGO F CA Larry Parlin - 2 - 6 March 2015 the spill back to the irrigation system. Approximately 65,000 gallons were retured to the Discharger's property. On 9 August 2014, the Discharger reported approximately 3,500 gallons of secondary treated effluent spilled onto Thornton Road. The Discharger stated the overflow was caused by a partial blockage of the irrigation ditch. According to the Discharger, the farmers cleared the debris and removed the blockage. Subsequently, the Discharger has backfilled the east side of the ditch to prevent flow from going over the top until the irrigation conveyance project is completed. The City of Lodi has violated: 1. Discharge Prohibition of WDRs Order R5-2007-0113-01, which states: "Discharge or application of waste at a location or in a manner different from that described in the findings is prohibited;" and 2. Standard Provision I.D, which states in part: "The Discharger shall at all times properly operate and maintain all facilities and systems of treatment and maintain all facilities and system of treatment and control... to achieve compliance with the conditions of this Order ... This provision requires the operation of backup and auxiliary facilities..." In summary, the irrigation ditch used to irrigate the City of Lodi's land application fields spilled five times during the 2014 calendar year, resulting in the discharge of secondary treated effluent combined with industrial process water to a non -permitted location. Due to the environmental impacts associated with the spills and discharge at a location in a manner different from that described in Order R5-2007-0113-01, the Central Valley Water Board has concerns about the current system's ability to prevent spills. In each of these spill events, the Discharger reported that an irrigation conveyance project was planned and that the project would prevent these spills from occurring in the future. Thus far, the Discharger has failed to submit a report summarizing repairs or replacement of the irrigation system. By 31 March 2015, the City of Lodi shall either submit a time schedule as to when the Discharger shall complete the irrigation conveyance project or shall propose a project that will adequately protect the Facility from having future spills. In addition, the Discharger shall submit a technical report detailing how the Discharger will prevent future similar violations. This technical report shall discuss whether more frequent inspections of the irrigation system will help prevent such a large volume of spills. Larry Parlin - 3 - 6 March 2015 Please be advised that spills are serious violations of your WDRs and failure to comply with the conditions of your WDRs could results in additional enforcement action, including Administrative Civil Liability (monetary penalty) of up to $10,000 per day and $10 per gallon discharged. If you have any questions, please contact Mohammad Farhad at (916) 464-1181 or mfarhad(a)-waterboards.ca.gov. KARI HOLMES, P.E Senior Water Resources Control Engineer NPDES Compliance and Enforcement Unit cc: Karen Horner, CPO, 1331 South Ham Lane, Lodi, CA 95242 WHITE SLOUGH FARM IRRIGATION IMPROVEMENTS — PHASE 1 CONTRACT 12751 North Thornton Road CITY OF LODI, CALIFORNIA THIS CONTRACT made by and between the CITY OF LODI, State of California, herein referred to as the "City," and KNIFE RIVER CONSTRUCTION, herein referred to as the "Contractor." WITNESSETH: That the parties hereto have mutually covenanted and agreed, and by these presents do covenant and agree with each other, as follows: The complete Contract consists of the following documents which are incorporated herein by this reference, to -wit: Notice Inviting Bids Information to Bidders General Provisions Special Provisions Bid Proposal Contract Contract Bonds Plans The July 1992 Edition, Standard Specifications, State of California, Business and Transportation Agency, Department of Transportation All of the above documents, sometimes hereinafter referred to as the "Contract Documents," are intended to cooperate so that any work called for in one and not mentioned in the other is to be executed the same as if mentioned in all said documents. ARTICLE I - That for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed by the City and under the condition expressed in the two bonds bearing even date with these presents and hereunto annexed, the Contractor agrees with the City, at Contractor's cost and expense, to do all the work and furnish all the materials except such as are mentioned in the specifications to be furnished by the City, necessary to construct and complete in a good workmanlike and substantial manner and to the satisfaction of the City the proposed improvements as shown and described in the Contract Documents which are hereby made a part of the Contract. ARTICLE II - The City hereby promises and agrees with the Contractor to employ, and does hereby employ, the Contractor to provide all materials and services not supplied by the City and to do the work according to the terms and conditions for the price herein, and hereby contracts to pay the same as set forth in Section 5.600, "Measurement, Acceptance and Payment," of the General Provisions, in the manner and upon the conditions above set forth; and the said parties for themselves, their heirs, executors, administrators, successors and assigns, do hereby agree to the full performance of the covenants herein contained. Contract WS-Farmlrrlmp.doc 03/03/15 ARTICLE III - The Contractor agrees to conform to the provisions of Chapter 1, Part 7, Division 2 of the Labor Code. The Contractor and any Subcontractor will pay the general prevailing wage rate and other employer payments for health and welfare, pension, vacation, travel time, and subsistence pay, apprenticeship or other training programs. The responsibility for compliance with these Labor Code requirements is on the prime contractor. ARTICLE IV - And the Contractor agrees to receive and accept the following prices as full compensation for furnishing all materials and for doing all the work contemplated and embraced in this agreement; also for all loss or damage arising out of the nature of the work aforesaid or from the action of the elements, or from any unforeseen difficulties or obstructions which may arise or be encountered in the prosecution of the work until its acceptance by the City, and for all risks of every description connected with the work; also for all expenses incurred by or in consequence of the suspension or discontinuance of work and for well and faithfully completing the work, and the whole thereof, in the manner and according to the Plans and Contract Documents and the requirements of the Engineer under them, to -wit: Perform the work necessary to remove the existing concrete irrigation ditch and slide gates and replace them with approximately 3,770 feet of 30" and 36" pipe, five alfalfa valves, five concrete standpipes, 300 feet of 18" lateral, and other incidental and related work, all as shown on the plans and specifications for the above project. For additional bid item descriptions refer to Section 6-07 "Description of Bid Items". CONTRACT ITEMS Item Description Qty Unit Unit Price Total 1 Demolition, Clearing and Grubbing 1 LS $51,250.00 $51,250.00 2 Install 36" Irrigation Pipe 1041 LF $93.00 $96,813.00 3 Install 30" Irrigation Pipe 2725 LF $76.00 $207,100.00 4 Install 18" Irrigation Lateral (to AV) 300 LF $57.00 $17,100.00 5 Install Alfalfa Valve (AV), 36" Standpipe, and Concrete Apron 5 EA $5,000.00 $25,000.00 6 48" Diameter Standpipe 3 EA $2,000.00 $6,000.00 7 48" Diameter Standpipe at Existing Connection 1 EA $4,700.00 $4,700.00 8 72" Diameter Standpipe 1 EA $3,900.00 $3,900.00 9 Asphalt Patch 1 LS $3,350.00 $3,350.00 TOTAL $415,213.00 ARTICLE V - By my signature hereunder, as Contractor, I certify that I am aware of the provisions of Section 3700 of the Labor Code, which requires every employer to be insured against liability for workers' compensation or to undertake self-insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract. Contract WS-Farmlrrlmp.doc 03/03/15 ARTICLE VI - It is further expressly agreed by and between the parties hereto that, should there be any conflict between the terms of this instrument and the Bid Proposal of the Contractor, then this instrument shall control and nothing herein shall be considered as an acceptance of the said terms of said proposal conflicting herewith. ARTICLE VII - The City is to furnish the necessary rights-of-way and easements and to establish lines and grades for the work as specified under the Special Provisions. All labor or materials not mentioned specifically as being done by the City will be supplied by the Contractor to accomplish the work as outlined in the specifications. ARTICLE VIII - The Contractor agrees to commence work pursuant to this contract within 15 calendar days after the City Manager has executed the contract and to diligently prosecute to completion within 60 CALENDAR DAYS. ARTICLE IX- State of California Senate Bill 854 requirements • No contractor or subcontractor may be listed on a bid proposal for a public works project (submitted on or after March 1, 2015) unless registered with the Department of Industrial Relations pursuant to Labor Code section 1725.5 [with limited exceptions from this requirement for bid purposes only under Labor Code section 1771.1(a)]. • No contractor or subcontractor may be awarded a contract for public work on a public works project (awarded on or after April 1, 2015) unless registered with the Department of Industrial Relations pursuant to Labor Code section 1725.5. • This project is subject to compliance monitoring and enforcement by the Department of Industrial Relations. • Note: SB 854 requires that the awarding agency include the above language in bid invitations and contracts for all projects being awarded on or after January 1, 2015. The contractor is responsible for reviewing SB 854 prior to submitting a bid to ensure compliance. Contract WS-Farmlrrlmp.doc 03/03/15 WHEN SIGNING THIS CONTRACT, THE CONTRACTOR AGREES THAT THE TIME OF COMPLETION FOR THIS CONTRACT IS REASONABLE AND THE CONTRACTOR AGREES TO PAY THE CITY LIQUIDATED DAMAGES AS SET FORTH IN SECTION 6-04.03 OF THE SPECIAL PROVISIONS. CONTRACTOR AGREES THAT THIS AMOUNT MAY BE DEDUCTED FROM THE AMOUNT DUE THE CONTRACTOR UNDER THE CONTRACT. IN WITNESS WHEREOF, the parties to these presents have hereunto set their hands the year and date written below. CONTRACTOR: CITY OF LODI, a municipal corporation KNIFE RIVER CONSTRUCTION By: Title M STEPHEN SCHWABAUER City Manager Date: Attest JENNIFER M. FERRAIOLO City Clerk (CORPORATE SEAL) Approved As To Form- JANICE D. MAGDICH City Attorney Contract WS-Farmlrrlmp doc 02/27/15 RESOLUTION NO. 2015-30 A RESOLUTION OF THE LODI CITY COUNCIL AWARDING AND AUTHORIZING THE CITY MANAGER TO EXECUTE THE CONTRACT FOR THE WHITE SLOUGH WATER POLLUTION CONTROL FACILITY FARM IRRIGATION — PHASE 1 IMPROVEMENTS WHEREAS, in answer to notice duly published in accordance with law and the order of this City Council, sealed proposals were received and publicly opened on February 25, 2015, at 11:00 a.m., for the White Slough Water Pollution Control Facility Farm Irrigation Improvements — Phase 1 described in the plans and specifications therefore approved by the City Council on February 4, 2015; and WHEREAS, said bids have been checked and tabulated and a report thereof filed with the City Manager as follows: Bidder Bid Knife River Construction $415,213.00 Mozingo $461,864.00 Asta Construction Company $466,013.00 McGuire and Hester $469,883.00 McFadden Construction $483,232.00 Ford Construction Company $491,785.00 F. Loduca Company $494,225.00 West Coast Backhoe $528,276.09 Taylor Backhoe $595,609.48 Olympic Land Construction $735,830.00 WHEREAS, staff recommends awarding the contract to the low bidder, Knife River Construction, in the amount of $415,213. NOW, THEREFORE, BE IT RESOLVED that the Lodi City Council does hereby award the contract for the White Slough Water Pollution Control Facility Farm Irrigation Improvements — Phase 1 to the low bidder, Knife River Construction, of Stockton, California, in the amount of $415,213; and BE IT FURTHER RESOLVED, that the City Manager is hereby authorized to execute the contract. Dated: March 18, 2015 I hereby certify that Resolution No. 2015-30 was passed and adopted by the City Council of the City of Lodi in a regular meeting held March 18, 2015, by the following vote: AYES: COUNCIL MEMBERS — Chandler, Nakanishi, and Mayor Johnson NOES: COUNCIL MEMBERS — None ABSENT: COUNCIL MEMBERS — Kuehne and Mounce ABSTAIN: COUNCIL MEMBERS — None l u , —f�' NIFER 11�. FERRAIOLO ity Clerk 2015-30 CITY COUNCIL BOB JOHNSON, Mayor MARK CHANDLER, Mayor Pro Tempore DOUG KUEHNE JOANNE MOUNCE ALAN NAKANISHI Knife River Construction 655 West Clay Street Stockton, CA 95206 CITY OF LODI PUBLIC WORKS DEPARTMENT CITY HALL, 221 WEST PINE STREET P.O. BOX 3006 LODI, CALIFORNIA 95241-1910 (209) 333-6706 FAX (209) 333-6710 EMAIL pwdept@lodi.gov http:\\www.lod i.gov March 11, 2015 STEPHEN SCHWABAUER City Manager JENNIFER M. FERRAIOLO City Clerk JANICE D. MAGDICH City Attorney WALLY SANDELIN Public Works Director SUBJECT: Adopt Resolution Awarding Contract for White Slough Farm Irrigation Improvements to Knife River Construction of Stockton ($415,213) Enclosed is a copy of background information on an item on the City Council agenda of Wednesday, March 18, 2015. The meeting will be held at 7 p.m. in the City Council Chamber, Carnegie Forum, 305 West Pine Street. This item is on the consent calendar and is usually not discussed unless a Council Member requests discussion. The public is given an opportunity to address items on the consent calendar at the appropriate time. If you wish to write to the City Council, please address your letter to City Council, City of Lodi, P. O. Box 3006, Lodi, California, 95241-1910. Be sure to allow time for the mail. Or, you may hand -deliver the letter to City Hall, 221 West Pine Street. If you wish to address the Council at the Council Meeting, be sure to fill out a speaker's card (available at the Carnegie Forum immediately prior to the start of the meeting) and give it to the City Clerk. If you have any questions about communicating with the Council, please contact Jennifer M. Ferraiolo, City Clerk, at (209) 333-6702. If you have any questions about the item itself, please call Sean Nathan at (209) 333-6706. F. Wally Sandelin Public Works Director FWS/snnh Enclosure cc: City Clerk NCCMTG DOC