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