Loading...
HomeMy WebLinkAboutAgenda Report - June 7, 2017 C-04TM CITY OF LODI COUNCIL COMMUNICATION AGENDA ITEM C-4 AGENDA TITLE: Adopt Resolution Authorizing City Manager to Execute Change Order No. 3 to the Central Plume — Mid Plume PCE/TCE Groundwater Treatment Project with Water Rock Construction Corporation, of Alameda ($143,926) and Appropriating Funds ($143,926) MEETING DATE: June 7, 2017 PREPARED BY: Public Works Director RECOMMENDED ACTION: Adopt resolution authorizing City Manager to execute Change Order No. 3 to the Central Plume — Mid Plume PCE/TCE Groundwater Treatment Project with Water Rock Construction Corporation, of Alameda, in the amount of $143,926, and appropriating funds in the amount of $143,926. BACKGROUND INFORMATION: The Central Plume is one of four areas within the City contaminated with tetrachloroethene (PCE) and/or trichloroethylene (TCE). The chemicals were prominently used in the dry cleaning and printing industries. The City negotiated settlements with various parties and initiated a remediation program under direction of the State of California. This project is part of the remediation program. This project, awarded by Council on February 17, 2016, is intended to capture and contain the southerly plume migration, and consists of a groundwater extraction well, granular activated carbon treatment unit, a metal enclosure, electrical and site work. The Central Valley Regional Water Quality Control Board has reviewed and concurs with the proposed work plan and construction documents. The sitework and treatment unit have been constructed and are substantially complete. The extraction well was installed in June 2016 in accordance with the plans and specifications. The flow produced by the well, however, was unacceptably less than the design flow rate of 50 gallons per minute. Additional steps taken to improve the flow were not successful and it has been determined a new well must be drilled in a different location in order to complete this State -required project. Approval of the new location was granted by the Central Valley Regional Water Quality Control Board in a letter dated April 20, 2017, as shown in Exhibit A. Change Order No. 3 consists of abandoning the existing extraction well and drilling a new, relocated extraction well in accordance with the original plans and specifications for the project. The cost of the change order is $143,926. Staff recommends authorizing City Manager to execute Change Order No. 3 to the Central Plume — Mid Plume PCE/TCE Groundwater Treatment Project with Water Rock Construction Corporation, of Alameda, in the amount of $143,926, and appropriating funds in the amount of $143,926. APPROVED: e- n c bau: r, City Manager cc-Change-Order3. doc K:\WP\PROJECTS\WATER\PCE,TCE\Central\ExtractTreatSystem\Mid Plume Extraction Sys 5/30/17 Adopt Resolution Authorizing City Manager to Execute Change Order No. 3 to the Central Plume — Mid Plume PCE/TCE Groundwater Treatment Project with Water Rock Construction Corporation, of Alameda ($143,926) and Appropriating Funds ($143,926) June 7. 2017 Page 2 FISCAL IMPACT: FUNDING AVAILABLE: This change order will add $143,926 to the project cost. Separate from this change order there will be ongoing costs associated with the operation and maintenance of the extraction well and treatment facility. No General Funds will be expended on this project. Contract Summary: $445,000.00 Original Contract $ 1,006.83 Change Order No. 1 (Well Pump Changes) $ 4,069.14 Change Order No. 2 (Extra Well Development Time) $143,926.00 Proposed Change Order No. 3 (Drill New Extraction Well) $594,001.97 New Contract Amount Central Plume Settlement Funds (590) are available and will be used for completing the project construction and future operation and maintenance costs. 0/44), -r - Andrew Keys Deputy City Manager/Internal Services Director Charles E. Swimley, Jr. Public Works Director Prepared by Lyman Chang, Deputy Public Works Director/City Engineer CES/LC/tdb Attachments cc: Public Works Management Analyst Utility Superintendent Water Rock Construction Corporation Construction Manager K:\WP\PROJECTS\WATER\PCE,TCE\Central\ExtractTreatSystem\Mid Plume Extraction System\CC-Change-Order3 doc 5/30/17 Water Boards EDMUND G. BROWN JR. GOVERNOR ATTHEW RODRIOUEZ SECRETARY FOR ENVIRONMENTAL PROTECTION Central Valley Regional Water Quality Control Board April 20, 2017 Andrew Richle Water Plant Superintendent City of Lodi 2001 W. Turner Road Lodi, CA 95242 REVIEW OF RECOMMENDED LODI CENTRAL PLUME MID -PLUME REPLACEMENT EXTRACTION WELL LOCATION, LODI, SAN JOAQUIN COUNTY Staff of the California Regional Water Quality Control Board, Central Valley Region (Central Valley Water Board) reviewed the April 18, 2017 Technical Memorandum Recommended Lodi Central Plume Mid -Plume Replacement Extraction Well Location prepared by West Yost Associates on behalf of the City of Lodi (City). The memorandum provides an update on the recent installation of a new groundwater extraction and treatment (GWET) in the middle portion of the Lodi Central Plume. The memorandum includes recommendations for the location and construction of a new extraction well to replacea recently installed extraction well that was found to have an unexpectedly low yield. The memorandum results and recommendations were also discussed during a March 29, 2017 meeting between the City and Central Valley Water Board staff. In April 2011, groundwater remediation in the Central Plume began at the source area with a GWET system that pumped from two source area groundwater extraction wells (EW -4 and EW - 5). These wells were turned off in November 2011 due to low concentrations of PCE in the influent. Both EW -4 and EW -5 were constructed with screens starting below 100 feet deep, while PCE pollution at the source area appeared to be predominantly in shallower groundwater. The source area GWET system was restarted in April 2012 with newly installed EW -6, which was constructed with a screen from 50 to 90 feet deep. The influent concentrations of PCE in EW -6 started at 2,100 micrograms per liter (pg/L), decreased to 100 pg/L by January 2013, and further decreased to 32 pg/L as of July 2014. In August 2014, EW -6 was shut down and post - shutdown sampling indicated steady or decreasing PCE concentrations. Between April 2011 and July 2014, extraction wells EW -4, EW -5 and EW -6 removed approximately 26 pounds of PCE from groundwater in the Central Plume source area. Currently, the highest concentrations of PCE in the Central Plume are located down gradient of the source area in the middle portion of the plume. To address the PCE mass in the middle portion of the plume, the City installed a single new 6 -inch diameter extraction well near the KARL E. LONGLEY SCD, P.E., CHAIR 1 PAMELA C. CREEOON P.E., BCEE, EXECUTIVE OFFICER 11020 Sun Center Drive #200. Rancho Cordova. CA 95670 www.waterboards.ca.eov/centralvallev CYCLED PAPER Andrew Richle - 2 - April 20, 2017 intersection of Church Street and West Tokay Street in June 2016. A treatment system was constructed on the adjacent Needham Elementary School property. This location is approximately 2400 feet down gradient of the source area. PCE at this location is encountered primarily in the intermediate depth zone between 75 and 125 feet. Extraction well EW -7 was constructed with a screen interval of 75 to 125 feet and a planned extraction rate of 50 gallons per minute. However, when tested during startup, EW -7 was found to yield less than 1 gallon per minute. Therefore EW -7 could not meet its design purpose of capturing and containing the PCE contamination in the mid -plume area. To determine a location for a new extraction well to replace EW -7, the City advanced one CPT boring (CPT -38) southeast of EW -7. After identifying sampling depths from the CPT logging, hydropunch-type groundwater samplers were advanced to collect groundwater samples at 85 and 114 feet below ground surface. The groundwater samples collected both contained PCE. PCE was detected at a concentration of 380 pg/L at 85 feet and 120 pg/L at 114 feet. For comparison, the groundwater sample collected from monitoring well G -25A, which is screened from 89 to 99 feet and is located just east of EW -7, contained 1,100 pg/L of PCE in November 2017. The City also conducted pump testing at G -25A in October 2016, and found that the 2 - inch monitoring well could yield 8 gallons per minute. Based on the available information, the City is proposing to install a new 6 -inch diameter extraction well screened to replace EW -7 approximately 20 feet north of G -25A. The new extraction well would be screened from 75 to 100 feet below ground surface and extract groundwater at 8 gallons per minute. The final depth, screen interval and extraction rate will be determined during construction and startup. Central Valley Water Board staff concurs with the proposed replacement extraction well. Please notify Central Valley Water Board staff at least one week prior to conducting the field activities. Please submit a report of well installation within 60 days of completing the field work. If you have any questions regarding this letter, please contact me at (916) 464-4665 or ncasebeer@waterboards.ca.gov. Nathan Casebeer, P.G. Engineering Geologist Private Sites Cleanup Unit cc: Varinder Oberoi, West Yost Associates, Pleasanton CITY OF LODI PROPOSED CHANGE ORDER AND REQUEST FOR PROPOSAL PROJECT: Central Plume — Mid Plume PCE/TCE Groundwater Treatment Project CONTRACTOR: Water Rock Construction ARCHITECT/ENGINEER: Lyman Chang C.O. NO: PCO NO: 3 RFI NO: FI NO: Submit Proposal Within 15 Days Upon Receipt of This Request Brief Description Of Work 1. Abandon the existing extraction well. 2. Drill a new extraction on a predetermined location. 3. Connect the well to the Treatment Unit See attached for complete scope of work. Request, Proposal, Recommendation And Approval Requesting Official: Lyman Chang Date of Request: 8/26/16 Schedule Impact : 2 Days Contractor Proposal Date: 4/25/17 Add Amount : $143,926.00 Deduct Amount: Reason For Change: Lack of water production Requested By: Lyman Chang CONTRACTOR AGREES TO FURNISH ALL LABOR AND MATERIALS AND PERFORM ALL WORK REQUIRED TO COMPLETE THE ABOVE DESCRIBED WORK CHANGE IN ACCORDANCE WITH THE REQUIREMENTS FOR SIMILAR WORK COVERED BY THE CONTRACT EXCEPT AS OTHERWISE STIPULATED HEREIN FOR THE STATED CONSIDERATION. TO PERFORM THE CHANGES FOR THE AMOUNT INDICATED WHICH INCLUDES ANY EXTENDED OR JOBSITE OVERHEAD, DISRUPTION, RIPPLE EFFECT AND OTHER IMPACT COSTS. NO WORK WILL BE STARTED UNTIL THIS PROPOSAL IS ACCEPTED. ORIGINAL CONTRACT $445,000 Contractor Date PREVIOUS ADDS $ 5,075.97 PREVIOUS DEDUCTS $0 City Engineer Date THIS CHANGE $143,926.00 CONTRACT TO DATE $ 594,001.97 Public Works Director Date CONTRACT TIME ADJUSTMENT 60 DAYS ORIGINAL CONTRACT COMPLETION DATE: 7/29/2016 City Manager Date ADJUSTED CONTRACT COMPLETION DATE: 7/28/2017 PCO3.doc 5/1/2017 DESCRIPTION: New Extraction Well (Added work) BILLING NUMBER: REPORT DATE: 4-25-17 PERFORM DATE: LABOR & EQUIPMENT CHARGES LABOR .RTIME TOTAL MATERfAUSPFCUUaST WORK/LUMPSUM OR UNIT PRICE PAYMENT 15% CODE QUOTE # DATE VENDOR NAME / INVOICE DESCRIPTION UNITS OUM UNIT PRICE TOTAL MARKUP TOTAL 1 Off haul existing AC - Quad Axle Dump Truck (4 hour min) 4 HR 9105.00 $420.00 $63.00 $483.00 AC Dump Fees 1 LD $125.00 $125.00 $18.75 $143.75 3/8/17 Type A - 1/2" HMA - Granite Rock 5 TN $70.08 $350.40 $52.56 $402.96 Haul new HMA - Quad Axle Dump Truck (4 hour min) 4 Hr $105.00 $420.00 $63.00 9483.00 4/25/17 CDF-711 Concrete 9 CYD $125.00 $1,125.00 $168.75 $1,293.75 1 Permits and Inspection time for Well Abandonment and Installation 1 LS 91,600.00 91,600.00 $240.00 $1,840.00 636058 3/10/17 Harrington Industrial Plastics - Additional) Containment Pipe and Fittings 1 LS $1,004.52 $1,004.52 $150.68 $1,155.20 Traffic Control Plan, newspaper ad, door hangers, signs, etc 1 LS $3,465.00 $3,465.00 $519.75 $3,984.75 Portable Sanitation (2 months) 1 LS $500.00 $500.00 $75.00 $575.00 Trench Plate (2 months) 1 LS $450.00 $450.00 $67.50 $517.50 1 Waste to be off -hauled at bid unit prices1 SUBCONTRACTOR CHARGES 5 CODE QUOTE # DATE SUBCONTRACTOR UNITS OUM UNIT PRICE TOTAL MARKUP TOTAL 3/16/17 Gregg Dnlling - Well Abandonment, New Drilling and Development 1 LS $93,450.00 $93,450.00 $14,017.50 $107,467.50 Additional Street Sweeping 2 HR $145.00 $290.00 943.50 $333.50 Centerline Striping Co- Additional striping 1 LS $3,476.00 53,476.00 $521.40 $3,997.40 TOTAL LABOR CHARGES $ 13,310.87 TOTAL EQUIPMENT CHARGES $ 3,745.32 TOTAL MATERIALJSPECIALIST/LUMPSUM OR UNIT PRICE CHARGES $10,878.91 TOTAL SUBCONTRACTOR CHARGES $111,798A0 BOND & INSURANCE $ 4,192.00 COR TOTAL S 143,925-50 k 7 / ) ) Q § G [ e #0 ? § SUBTOTAL 8,702.76 _ SURCHARGE 1.305.41 L _ SUBTOTAL, 33% JOB NAME: Central Plume - Extraction Well improper notice of initial well development performance. Costs include cost of abandoning existing and drilling new well, and additional utility pipe installation/trenching. REGULf RATEI 82.40 04 00 0 82.40 N cn to DESCR OP. FOREMAN CO CUCLj IOP. FOREMAN LABORER 0 EQUIPMENT j . . , . , 0 0 N \ : C. ;§ OVERTIME )§ 0 , , , ,0n. CHANGE ORDER # COR # 3 OWNER JOB # RATE 22.76 :::: 62.04 § ( 2 2 @ ¥ § § \ ( pa 6.3 ® l REGULJ , U1 OD , , N WORK PERFORMED FOR: City of Lodi CONTRACTOR JOB #: 1602 WORK PERFORMED BY: WRC DESCR PICKUP -FOREMAN (06-12) TakTB180 / CAT308 EXCAV W/THUMB CAT SKID -STEER LOADER- 4/1 BUCKE WATER TRAILER WACKER PLATE AC / CONCRETE SAW, W/ TOOLS & TR Crew Break out: } d 0re W L.1_ %) ( RT 24 2 CO CD ° 00 .....ire,.01 un ICIMPADI Air 31 ... ILIS NAM ten.,;..' ,:4e9u,. IQO'I3O A.LIJ 4 Id H LIS IS HJ2IIIHJ S LES TI NOLLJVILLYH 2IH.LV/IQNCIO2I9 HIIR'Id QIN - HI\C17d 7V'LLNIJ • 4 ▪ a, 2 1331,1S Roal- 1TU GREGG DRILLING & TESTING, INC. SPECIALIZING IN ENVIRONMENTAL. GEOTECHNICAL AND IN-SITU TESTING Date: 03/16/2017 Phone: Yola Bayram Email: Applied Water Resources,Inc 2363 Mariner Square Drive, Suite 245 Alameda, CA 94501 510-671-2088 vbavram@'awrcorp.net SUBJECT: COST ESTIMATE FOR SONIC DRILLING SERVICES LOCATED IN LODI, CALIFORNIA Dear Ms. Bayram, Pursuant to your request, you will find the enclosed cost estimate for the project located in Lodi, California. SCOPE OF WORK: Task 1 -Over Drill (1) 6" stainless well to 125'bgs. Grout boring, Roll off bin for waste onsite. Task 2- Airknife (1) location to 5'bgs. Backfill boring with cuttings. Task 3- Continuous core the location to 130'bgs. Use a street plate to cover boring. Roll off bin onsite. Task 4- Over ream the boring to a nominal 12" diameter and install a 6" Stainless steel well. Roll off bin onsite. Task 5- Development and Pump installation of Well Task 6- Waste Handling COST ESTIMATE: Work to include all aspects related to Tasks 1 through Task 6 Project Total: $93,450.00 ASSUMPTIONS: Level D safety protection, Site accessible for equipment, Site is secure -No security required Asphalt/Dirt Surface, Water is available on site, Bins and disposal TBD, minimum charge is 10Tons. Analytical of waste by others. Daily rate includes up to ten hours per day on site Monday thru Friday Additional time will be billed at rig rate plus $55.00/per man, per hour. Client to obtain/coordinate traffic control if/as needed. No third party billing Prevailing Wage Project Client obtains all Boring/Well permits Excludes vault and vault Installation TERMS and CONDITIONS: The preceding costs represent our best estimate for the tasks, as we understand them. The cost estimate does not reflect additional charges which would be incurred for standby time or adverse drilling conditions, subcontractors such as rental equipment, concrete coring/saw cut, port -a potty, etc. All subcontracted items will be billed at their cost plus 20%. The cost estimate does not include any taxes that may be charged. The client will be responsible for obtaining the necessary permits and for the clearance of underground utilities. The client will provide copies of USA notices to Gregg Drilling at least 72 hours prior to start of work so that we can use information contained in those notices to also notify USA, as required by law. Gregg Drilling will not be responsible for any damages to underground utilities. Client will be invoiced following completion of the work or every two weeks whichever comes more frequently; all bills are due and payable within 30 days of the date of the invoice. Invoices not paid within 30 days will be subject to a 1.5% per month finance charge ACCEPTANCE of PROPOSAL: Please sign and fax back a copy of this proposal to indicate acceptance of the proposal and conditions. Accepted by: Client Name: Signature: Name (printed): Title: Date: Gregg Drilling & Testing, Inc. would like to thank you for the opportunity to submit a bid on this proposed work and look forward to assisting you on this project. We will be pleased to discuss the details of this work and to provide any further information you may require. Sincerely, GREGG DRILLING & TESTING, INC. ,c%aed Cr` vsret° Michael Cramer Sonic Operations Manager 03/10/17 01:27 PH PST Harrington Ind Plast Harrington Ind Page 2 of 2 #37557/7 E Harrington Industrial Plastics 242 South Garrard Blvd Richmond CA 94801 510-235-2360 510-235-1237 Fax 075759 CASH SALES -TERRITORY 068 242 SOUTH GARRARD BLVD RICHMOND, CA 94801 Job: Quotation Quotation# Written: Quote Date Expire Date Page 00636058 CJG 03/10/17 04/09/17 1 OF 1 Ship To: WATER ROCK CONST. 2363 MARINER SQUARE DRIVE,#243 ALAMEDA, CA 94501 RFQ# CITY OF LODI Contact: CHERYL CARY (702) 858-1220 Ship Via: BEST WAY POSSIBLE Phone#: 510-671-2089 FOB / Delivery ARO: SHIPPING POINT Fax: 510-548-8107 Frt-Terms: CHRG INBOUND & OUTBOUND Product/Description Quantity Price U/M Extension 400-020BE 2" PIPE B/E PVC SCH40 400-040BE 4" PIPE B/E PVC SCH40 *1149 DOUBLE CONT MISC DC17-A020-A040 1/2"X2" 45 ELL PVC SCH 40 X PVC SCH 40 PRODUCT IS NONRETURNABLE ITEM MAY NOT BE CANCELLED 80 80 3 0.76 FT 2.17 FT 63.33 EA *1149 DOUBLE CONT MISC 2 57.03 EA DC06-A020-A040 2"X4" 90 ELL PVC SCH 40 X PVC SCH 40 PRODUCT IS NONRETURNABLE ITEM MAY NOT BE CANCELLED *1149 DOUBLE CONT MISC 1 107.81 EA DCTM-A020-A040 2"x4" TERM. FIT PVC SCH 40 X PVC SCH 40 PRODUCT IS NONRETURNABLE ITEM MAY NOT BE CANCELLED DCCT -H020 -A040 20 13.66 EA 2"x4" CENTRALIZER IPS ODxSCH40 ID WHT 60.80 173.60 189.99 114.06 107.81 273.20 Merchandise Tax Est.Freight / Handling Net Quote Total 919.46 85.06 0.00 1,004.52 Thanks For Thinking Harrington. Respectfully Chris J. Gladish All Quotations are subject to review upon placement of order. Freight/Handling and applicable taxes if not listed above will be added. Harrington standard terms and conditions apply to this quote. e,�__.�■ ■mss, CI ILC ILII IC STRIPING COMPANY, INC. 9847 DINO DRIVE ELK GROVE, CA 95624 CENTERLINESTRIPING.COM JOB NAME: CHURCH @ TOKAY STRIPE REPAIR LOCATION: CHURCH ST @ TOKAY ST LODI CA COMPANY: WATER ROCK CONSTRUCTION 2363 MARINER SQUARE 8243 ALAMEDA CA 94501 ATTENTION: DAN MULARONI PHONE: 510-671-2291 FAX: PHONE: (916) 686-8860 ADMIN. FAX (916) 686-8868 ESTIM. FAX: (916) 686-8875 CA UC. # 499345 A,C32 NV LIC. # 39727 A8, A21 D.I.R. 81000004030 JOB FILE #: QUOTED BY: TOM RAWLINS QUOTATION PAGE 1 OF 2 E-MAIL CONTACT: tomracenterlinestriping.com BID DATE: 3/13/2017 TIME: 02:47 PM BOND INCLUDED ? NO RATE: 0.94% WITH 8200 MINIMUM IS TRAFFIC CONTROL INCLUDED? YES NUMBER OF ADDENDUMS NOTED: NA ITEM NO. ITEM DESCRIPTION QUANTITY QUOTE AMOUNT 1 REPLACE STRIPING AND MARKINGS DAMAGED BY SAW CUT / PAVING OPERATIONS 1 LS 3476.00 3476.00 SEE PAGE 2 OF 2 FOR SPECIFIC TERMS AND CONDITIONS FOR THIS QUOTATION 1 TOTAL 3476.00 _-s_t■ ■I�IIf1• CCI ILCILII IC STRIPING COMPANY, INC. 9847 DINO DRIVE ELK GROVE, CA 95624 CENTERUNESTRIPING.COM JOB NAME: CHURCH 15) TOKAY STRIPE REPAIR LOCATION: CHURCH ST @ TOKAY ST LODI CA PHONE: (916) 686-8860 ADMIN. FAX (916) 686-8868 ESTIM. FAX: (916) 686-8875 CA LIC. 4 499345 A, C32 NV IJC. 8 39727 A8, A21 QUOTATION TERMS AND CONDITIONS PAGE 2OF2 CENTERLINE CARRIES THE FOLLOWING INSURANCE LIMITS:GENERAL LIABILITY- EACH OCCURANCE $ 1 MILLION 1 GENERAL AGGREGATE $2 MILLION. COMPLETED OPERATIONS AGGREGATE $ 2 MILLION. EXCESS LIMITS - EACH OCCURANCE /GENERAL AGGREGATE LIMITS OF $5 MILLION THE BELOW TERMS AND CONDITIONS TO BE INCORPORATED AS A INTEGRAL PART OF THE SUBCONTRACT AGREEMENT. " WAIVER OF SUBROGATION IS INCLUDED FOR UP TO 2 (TWO) ENDORSEMENTS. ADDITIONAL COSTS CHARGED FOR MULTIPLE ENDORSEMENT: " CONTRACTOR SHALL FURNISH SUBCONTRACTOR WITH ONE SET OF CONTRACT PLANS AND SPECIFICATIONS, INCLUDING ALL ADDENDUMS PERMITS, BONDS, OR ANY FORM OF ENGINEERING (STAKING, TESTING, INSPECTION, ETC.) UNLESS OTHERWISE SPECIFIED ARE EXCLUDED `• CENTERLINE STRIPING COMPANY IS NOT RESPONSIBLE FOR DESIGN ERRORS/OMISSIONS IN PLANS OR SPECIFICATIONS GENERAL CONTRACTOR TO PROVIDE CLEAN AND CLEAR ACCESS TO PROJECT FOR ALL LABOR PERSONNEL AND EQUIPMENT " ALL ITEMS NOT SPECIFICALLY MENTIONED IN THIS QUOTATION ARE EXCLUDED " NO WORK WILL BE PERFORMED IN ADDITION TO OUR BASE BID UNLESS A WRITTEN "CHANGE ORDER" OR "EXTRA WORK AUTHORIZATION" IS SIGNED BY AN AUTHORIZED REPRESENTATIVE OF THE GENERAL CONTRACTOR. ALL EXTRA WORK IS SUBJECT TO THE SAME TERMS AND CONDITIONS AS THE ORIGINAL CONTRACT " ANY MODIFICATIONS, FIELD INSTRUCTIONS OR CHANGES ORDERS THAT CHANGE THE SCOPE OF THE ORIGINAL BID WORK ARE SUBJECT TO ADDITIONAL COSTS " THIS QUOTATION IS BASED ON A STANDARD MONDAY THROUGH FRIDAY WORK WEEK. ADDITIONAL COSTS MAY OCCUR FOR WORK PERFORMED ON WEEKENDS MAINTENANCE / PROTECTION OF EXISTING STORM DRAIN SYSTEM IS EXCLUDED " CENTERLINE STRIPING COMPANY IS SIGNATORY TO THE LABORERS LOCAL 185 AND THE PAINTERS LOCAL 1176 > TAX INCLUDED 1 FURNISHED AND INSTALLED > ONE MOVE IN INCLUDED > ADDITIONAL MOVES AT - $750.00 > 12 DAYS ADVANCED NOTICE FOR SCHEDULING IS REQUIRED > WRITTEN AUTHORIZATION IS REQUIRED PRIOR TO PROCEEDING WITH WORK > TRAFFIC CONTROL FOR TRAFFIC STRIPING OPERATIONS IS INCLUDED > THIS QUOTATION MAY BE WITHDRAWN BY CENTERLINE STRIPING CO., INC. IF NOT ACCEPTED IN WRITING, WITHIN 30 DAYS OF PRIME CONTRACT AWARD. > TEMPORARY PAVEMENT DELINEATION EXCLUDED > ROADSIDE SIGNAGE EXCLUDED > CORE OF CONCRETE FOR SIGNAGE IS EXCLUDED n ADVANCED POSTING OF WORK ZONE FOR NO PARKING AREAS DURING WORK IS EXCLUDED > PORTABLE CHANGEABLE MESSAGE SIGN IS EXCLUDED > CONSTRUCTION AREA SIGNS ARE EXCLUDED > LEAD COMPLIANCE PLAN FOR STRIPE REMOVAL OPERATIONS IS EXCLUDED We Propose hereby to furnish material and labor - complete in accordance with the above stipulations and quotation for the sum of: Payment to be made upon completion of work and receipt of invoice. l All material is guaranteed to be as specified. All work to be completed in a Authorized substantial workmanlike manner according to specifications submitted per stadard Signature: 3476.00 practices. Any alteration or deviation from the above specifications irwoiving extra CENT L =1 • STRI costs will be executed only upon written orders, and will become an extra charge over and above this estimate. All agreements contingent upon strikes, accidents or delays beyond our control. Owner to carry fire, tornado and other necessary insurance. Our workers are fully covered by Workman's Compensation Insurance. withdrawn by us if not accepted within Note: this proposal may be 17 COMPANY, INC. 90 days. Acceptance of Proposal - The above prices, specifications and conditions are saUsfactn:y and are hereby accepted. You are authorized to do the work as specified Payment will be made as outlined above. invoices are due and payable 30 days from date of invoice. Ail overdue amounts will be charged an interest charge of 18% per annum. Company Name: WATER ROCK CONSTRUCTION Authorized Signature: Date of Acceptance: Printed Name: GRAflITE" MATERIAL QUOTE (MQ) GRANITE CONSTRUCTION COMPANY (hereafter "Seller") submits to the purchaser identified below ("Purchaser") this Quote for material as described below (Material") This material quote ("MQ") upon transmittal to Purchaser, replaces and terminates any verbal quote or offer that Purchaser may have received from Seller referencing the Project. Date/Time:3/8/2017 4:40:17 PM To: DAN MULARONI Customer: WATER ROCK CONSTRUCTION Bid Date: 3/8/2017 Project: GROWN WATER TREATMENT - WATER ROCK CONSTRUCTION Description:LODI JOB#16-02 Phone: 510-671-2291 Fax: DMULARONI@WATERK.NET 1 DELIVERY: Delivery shall be F.O.B. Plant. Material shall be delivered or made available in accordance with a schedule mutually agreed upon by the Purchaser and Seller Any charges at destination for spotting, switching, handling, storage and/or other accessorial services, and demurrage, shall be paid by Purchaser. Plant standby time, job cancellation, damages caused by Purchaser or Purchasers trucker, added surcharges and force majeure events will be the responsibility of Purchaser. Purchaser will schedule delivery of aggregates and asphalt concrete and trucking with Sellers designated material dispatcher. Should Seller not be responsible for trucking, Purchaser will be responsible to schedule all trucking needs directly with the Purchaser's trucker of choice. Seller will not be responsible for any non-performance of the trucker operating under the direction of Purchaser Should Purchaser designate a trucker to perform hauling of Materials under this MQ, Purchaser indemnifies and holds Seller harmless for costs or damages incurred due to the acts or omissions of such trucker. 2. TERMS OF PAYMENT: Purchaser shall pay Seller at the prices given in the table below. Payment shall be due no more than thirty (30) days from the date of the invoice in the full amount of the invoice without retention of any amounts by Purchaser. Purchaser's failure to pay all amounts owing when due shall be deemed a material breach of this MQ and Seller may, at its option, (i) terminate this MQ; (ii) require payment to be made in advance of future deliveries; or (iii) place future deliveries on a C.O.D basis Amounts past due shall bear an interest charge computed from the due date at the lesser of the maximum interest rate allowed by law or at the rate of 1.5% per month Purchaser agrees to pay all costs and expenses of collecting past due accounts, including actual attorneys' fees, incurred whether or not a suit or action is filed, on appeal or otherwise. 3. MATERIAUSPECIFICATION/PRICE: Pricing does not include Sales Tax. ITEM # MATERIAL DESCRIPTION QUANTITY UNITS PRICE FOB PLANT NAME 1056 1 /2"HMA64-10R15 5 TN 64.00 PLANT FRENCH CAMP A.C. PLANT This quote is for material only, pricing does not include freight. Special Conditions: AC PRICE BASED RAC OIL $380/LT ANY INCREASE WILL REFLECT AC PRICE $.06/$1.00. FRENCH CAMP'S CURRENT OPERATING HOURS ARE M-TH 8AM TO 3PM. PLEASE CALL AHEAD FOR FRIDAY OPENING. AFTER 3PM OVERTIME WILL BE BILLED AT $400/HR UNLESS AGREED UPON BEFORE SHIFT For Asphalt Concrete and Aggregates sold after the price will increase by $ 0.00 per ton for Aggregates and $ 0.00 per ton for Asphalt Concrete Prices effective until 6/30/2017 QUOTE VALID ONLY IF SIGNED AND RETURNED NO LATER THAN 4/7/2017 4. PRICE ESCALATION: Purchaser acknowledges that national and regional supply shortages for the raw material necessary for the production and delivery of the Material may occur and that the prices for oil, liquid propane, gasoline, diesel, natural gas and electricity (collectively "Fuel") as well as liquid asphalt, Portland cement and lime (collectively "Elements") may increase during the term of this MQ. In the event that Seller incurs cost increase(s) in Fuel or Elements such that if the purchase price of any Material to be supplied under this MQ is increased to reflect the same cost increase incurred by Seller for the Fuel and Elements of that Material and would result in an increase in the price of said Material of greater than: (i) 10% for aggregate type Material; (ii) 6% for asphaltic concrete type Material; or (iii) 4% for Portland cement type Material, then Purchaser and Seller shall negotiate to mutually agree upon a revised price for the Material yet to be delivered under this MQ. If the parties cannot agree upon a revised price for such Material, then either Party may, upon two (2) days written notice, terminate this MQ as to any Material not delivered to Purchaser as of the date of termination. 5. ACCEPTANCE: This MQ shall constitute a firm offer for thirty (30) days from its date first written above or, if otherwise, as stated in Section 3 (Special Conditions) above ("Acceptance Period"). The terms and conditions of this MQ may be accepted by the Purchaser ("Acceptance") only by one of the following alternatives performed within the Acceptance Period: (i) Purchaser's execution and delivery to Seller of this MQ; or (ii) the Purchaser placing either a written or oral order for all or a portion of the Material quoted under this MQ or (iii) Sellers commencement of performance. This MQ can only be modified in writing and signed by both parties. Any and all additional or different terms proposed by Purchaser, whether contained in Purchaser's purchase order, shipping release fomis, prior practice between the parties, or on any modification to this MQ by Purchaser shall not be binding on nor obligate Seller unless prior to Acceptance this MQ is returned with Purchaser's full counter -proposal and is then signed and dated by Seller's authorized representative. The issuance or the execution of this MQ shall not be intended or construed as creating an exclusive or requirements supply agreement between Purchaser and Seller. 6 READY MIX CONCRETE ADDITIVES (if applicable): Seller shall not be responsible for the effect on slump, strength, or quality of any concrete to which water or any other materials are added at the direction of Purchaser or Purchaser's representatives. Seller does not guarantee pumpability of mixes since Seller has no control over the type of pumping equipment used or the conditions that prevail. When color additives or any other additives or add agents are added to ready -mix concrete ("Additives"), they may be at the request and instructions of Purchaser. In such event, Seller's warranty is limited to Purchaser's recovery under the Additive manufacturer's warranty and Seller does not warrant or guarantee the results or effects of Additives on the ready -mix concrete product to which they are added 7. DELIVERY: Where delivery off of Seller's facility is Seller's responsibility, Seller or its contract hauler will enter upon the delivery location only as a convenience to Purchaser and Purchaser specifically waives and agrees to defend, indemnify and hold Seller harmless from and against any claim or liability or action against Seller because of damage caused thereby including, but not limited to, damage to concrete surfaces, pipelines or underground structures or utilities. Purchaser agrees to provide clear, substantial and suitable access to the point of delivery. 8. INSPECTIONS AND ALTERATIONS: It shall be Purchaser's responsibility to make, or cause to be made, and pay for such inspections and tests as may be required at Seller's facility or the F O.B. location to assure the Material meets any requirements of Purchaser other than that specified in this MQ. 9. FORCE MAJEURE: Seller shall not be liable for failure to perform or delay in delivery by reason of any contingency or occurrence reasonably beyond Seller's control which shall be defined to include, but not be limited to, actual or threatened strikes, labor disputes, boycotts, work stoppages, or work slowdowns or fire, flood, inclement weather, embargos, war, governmental authority, or regulations, including allocations, preferences, and priorities established by or for the government, or shortage or failure of raw material or transportation which makes performance by Seller under any MQ more costly. If such delay continues for a period of more than sixty (60) days, Purchaser shall have the right, upon seven (7) days written notice to Seller, to terminate this MQ. 10. INTEGRATED AGREEMENT: This MQ sets forth the entire agreement between Seller and Purchaser with respect to its subject matters. All prior and contemporaneous conversations, practices between the parties, quotes, offers, negotiations, representations, promises and warranties with respect to said subject matters are waived, merged herein and superseded thereby This is a fully integrated agreement. 11. WARRANTY/REMEDIES: SELLER WARRANTS THAT THE MATERIAL WILL, AT THE POINT AND TIME OF DELIVERY, CONFORM TO THE SPECIFICATIONS SET FORTH IN SECTION 3 HEREIN. PURCHASER SHALL INDEMNIFY, DEFEND, AND HOLD HARMLESS SELLER AGAINST ANY AND ALL CLAIMS, SUITS, ACTIONS, LEGAL PROCEEDINGS, DAMAGES, LIABILITIES, INTEREST, ACTUAL ATTORNEY'S FEES, COSTS AND EXPENSES OF WHATEVER KIND OR NATURE AS A RESULT OF PURCHASER'S BLENDING OR USE OF THE MATERIAL IN A MANNER THAT IS INCONSISTENT WITH THE SPECIFICATIONS SET FORTH HEREIN. USE OF SELLER PRODUCTS INCONSISTENT WITH THE SPECIFICATIONS SET FORTH HEREIN DOES NOT, REGARDLESS OF SELLER'S KNOWLEDGE, CONSTITUTE A WARRANTY OBLIGATION FOR THE USE OF THE MATERIALS INCONSISTENT WITH THOSE SPECIFICATIONS NO OTHER WARRANTIES OF ANY KIND ARE MADE BY SELLER AND SELLER EXPRESSLY DISCLAIMS ALL OTHER WARRANTIES TO THE FULLEST EXTENT PERMITTED BYLAW, WHETHER EXPRESS OR IMPLIED, INCLUDING, BUT NOT LIMITED TO, WARRANTIES OF MERCHANTABILITY OR FITNESS FOR ANY PURPOSE. Purchaser's exclusive remedies for breach of this express warranty with respect to any non conforming Material shall be limited solely, at the option of Seller, to (i) replacement of the non -conforming Material to the F.O B. delivery point or (ii) the cost to replace the non -conforming Material to the F.O.B. delivery point Seller shall be given a reasonable opportunity to investigate and cure any non-conformance, Seller's breach of warranty obligation shall not extend beyond the last to occur of: One (1) year following substantial completion of the Project for which the MQ applies or one (1) year from the last delivery of Material under this MO. Seller's liability for any other breach of this MQ shall be limited to the difference between the delivered price of the Material covered hereby and the market price of such Material at the F.O.B. point specified above. In no event shall Seller be liable for loss of profit, delay or any incidental or consequential damages. 12. EXCLUSIVE TERMS AND CONDITIONS; MODIFICATION: No terms and conditions other than those stated herein and no agreement or understanding in any way purporting to modify these terms and conditions shall be binding on Seller unless made in writing and signed by Seller. Seller hereby objects to and rejects any and all additional or different terms proposed by Purchaser, whether verbal, contained in Purchaser's purchase order or shipping release forms. 13. WARNING: This product contains Crystalline Silica (Quartz). Crystalline Silica is a common, naturally occurring mineral found in sand and rock. Prolonged and repeated breathing of Crystalline Silica dust may cause respiratory and other health problems, including Lung Disease, Silicosis and Cancer, which may result in permanent injury or death Before using or handling this product, read the Material Safety Data Sheet for more detailed information including information on appropriate respiratory protection. MSDS sheets are available at www.graniteconstruction.com or by contacting your local office. 14. PROPOSTION 65 NOTICE: THE FOLLOWING APPLIES TO CALIFORNIA ONLY; THIS PRODUCT CONTAINS CHEMICALS KNOWN TO THE STATE OF CALIFORNIA TO CAUSE CANCER, BIRTH DEFECTS OR OTHER REPRODUCTIVE HARM. Granite Construction Company By: O'Bryan, Ashlee Job Title: Inside Sales Representative Office: +1 209 2343518 Mobile: Fax: Email: Ashlee.O'Bryan@gcinc.com Refresh - Printer Friendly - Download PURCHASER By: Title: PO/Job#: www.711materials.com Modesto*Oakdale*Stockton*Clements Bishop*Mammoth`Waterford`Chico`Jenny Lind MATERIALS QUOTE / AGREEMENT .Bid. Date: Aril 25 017 uote Rev 10300 000 Customer: Address: Phone: WATER ROCK Job: CHURCH AND WEST TOKAY STREET Location: CHURCH AND WEST TOKAY STREET Att: Steve Fax: DIR# Escalation: 12-31-2017 $5.00 Item Description Est Qty Uom Desc 2.0sk Sand Slurry with P.G. and 25 % Air 9 Cyd Price $125.00 Value Added Solutions Usage UOM Price SM SM SM • Severe sulfate resistant concrete: .45 w/c ratio Type V Cement- mixes and pricing available on request. • Wash out: Purchaser shall be solely responsible to furnish and maintain an adequate accessible area for ready mix trucks to comply with law. • 711 Materials can provide a washout system at a cost of $20.00 per truck but washout area must be provided by customer for washed aggregate. • Color concrete is supplied by EUCLID. Not all color brands will match exactly please consult your 711 Materials rep. • 711 Materials does not guarantee to matching existing colors or natural concrete. Allow 7-10 days for special colorial orders. After Hours and Holiday Plant Opening Fee: $ Short Load Fee:1-3 yds. $95.00 per load 1 3u4.-5 yds. $65.00 j 51/4-7 yds. $45.00 Due to the state of California's environmental policies, we have been forced into implementing a $20.00 environmental feeper load as of 2017. Unloading Time Allowed = 5min yd3. Excess time is $1.50 per minute. Loads after 3:00 pm Per Truck Charge Note: This proposal may be withdrawn if not accepted within 30 days o Prices are based on normal operating hours. o Our concrete batch plant scales are certified by California State Weights and Measures. o Mixes qualified with 711 Materials available data. Additional testing paid for by the contractor. o Please include tax on all materials and pricing o Mix qualification is based upon historical data from the same or from similar mix designs using available, local aggregate. Additional testing when necessary shall be the responsibility of the owner or the general contractor. Sales Representative: Dave Foreman Phone: 209-531-8370 Email: dave.foreman@711materials.com If at any time the Buyer sends Seller any purchase order, Buyer acknowledges and agrees that the purchase order serve to document type and quantity of materials requested by Buyer. If the purchase order includes terms and conditions which are inconsistent with, different from, or addition to the terms of the 711 Materials credit application of this quote all terms and conditions are objected and rejected by Seller and shall not be considered to be part of any contract agreement between the Buyer and Seller. The terms of this quote should govern unless otherwise agreed to in writing Preliminary notice information required on all jobs over $500.00 Prices quoted are Monday thru Friday. "Prices quoted are predicated upon an eight-hour day by our plant. 711 Materials shall provide all raw materials to produce the above finished products. Quoted prices do not include the cost of mix designs and testing unless noted Quoted prices are F.O.B. the plant unless noted, except Portland cement concrete prices are delivered." Dispatch Office: (209)943-4730 711 Materials, Inc. Stockton -2714 Stagecoach Rd * Modesto -1601 Culpepper Rd Clements -17300 E. Jahant Rd. * Oakdale -1375 Post Rd * Bishop - 906 E. Line St 711 Materials, Inc. Central Sales Office: 209-943-4730 711 Materials agrees to produce material that will meet written contract specifications supplied by contractor prior to bid. No other back charges claims or deductions by contractor against 711 Materials will be permitted. All quotes are subject to the following Force Majeure Conditions: Any prevention, non-performance or stoppage due to any of the following reasons may cause a delay in the production and/or load -out of some materials: failure of power, increases in prices, and/or supplies of raw materials and/or services (such as trucking) outside the control of 711 Materials. governmental restrictions, acts of God or other causes beyond 711 Materials reasonable control. Retention by contractor of monies due 711 Materials will not be permitted. 711 Materials terms are net 30 days from date of invoice or as otherwise agreed to by 711 Materials. This agreement must be signed and dated by contractor's authorized representative and returned to 711 Materials prior to any production of material for stated work. Seller does not waive any penalties provided for in Sec.7108.5 of the Bus. And Prof. Code and related sections. Lead-time begins from the date of return of approved submittals or written customer authorization. Prices quoted on complete project. Partial projects could be at higher rate. All prices are confidential; any breach of confidentiality will void all current quotations. This agreement requires compliance with the requirements of the Public Works Chapter of the Labor Code AB 219 Sign below to certify whether this job is a public works or not. JOB # COVERED UNDER LAW AB 219 INITIAL HERE JOB # IS NOT COVERED UNDER LAW AB 219 INITIAL HERE 711 Materials, Inc. assumes no responsibility for concrete temperatures. 711 Materials, Inc. assumes no responsibility for pumpability (Check with your pumping company) 711 Materials, Inc. assumes no responsibility for frozen concrete. Check ACI guidelines for altitude\geographic location, for proper water\cement ratio and air entrainment - 711 Materials, Inc. must be provided as wash out area. If reclaimers are used add $20.00 per Toad. Accepted by: Printed Name: Note: This proposal may be withdrawn if not accepted within 30 days 10300 000 Date: Company Name: Dispatch Office: (209)943-4730 711 Materials, Inc. Stockton -2714 Stagecoach Rd * Modesto -1601 Culpepper Rd Clements -17300 E. Jahant Rd.* Oakdale -1375 Post Rd * Bishop - 906 E. Line St 711 Materials, Inc. Central Sales Office: 209-943-4730 RESOLUTION NO. 2017-100 A RESOLUTION OF THE LODI CITY COUNCIL AUTHORIZING THE CITY MANAGER TO EXECUTE CHANGE ORDER NO. 3 TO THE CENTRAL PLUME — MID PLUME PCE/TCE GROUNDWATER TREATMENT PROJECT WITH WATER ROCK CONSTRUCTION CORPORATION, OF ALAMEDA, AND FURTHER APPROPRIATING FUNDS WHEREAS, the Central Plume is one of four areas within the City contaminated with tetrachloroethene (PCE) and/or trichloroethylene (TCE); and WHEREAS, this project is intended to capture and contain the southerly plume migration, and consists of a groundwater extraction well, granular activated carbon treatment unit, a metal enclosure, electrical and site work, and other incidental related work, all as shown on the plans and specifications for the project; and WHEREAS, Change Order No. 3 consists of abandoning the existing extraction well and drilling a new extraction well, complete with double-wall pipes and other related equipment to connect to the constructed treatment unit, at a cost of $143,926; and WHEREAS, staff recommends authorizing the City Manager to execute Change Order No. 3 to the Central Plume — Mid Plume PCE/TCE Groundwater Treatment Project with Water Rock Construction Corporation, of Alameda, in the amount of $143,926; and WHEREAS, staff further recommends that the City Council appropriate funds in the amount of $143,926, from the fund balance of the Central Plume Settlement Funds (590). NOW, THEREFORE, BE IT RESOLVED that the Lodi City Council does hereby authorize the City Manager to execute Change Order No. 3 to the Central Plume — Mid Plume PCE/TCE Groundwater Treatment Project with Water Rock Construction Corporation, of Alameda, California, in the amount of $143,926; and NOW, BE IT FURTHER RESOLVED that the Lodi City Council does hereby appropriate funds in the amount of $143,926, from the fund balance of the Central Plume Settlement Funds (590). Dated: June 7, 2017 I hereby certify that Resolution No. 2017-100 was passed and adopted by the City Council of the City of Lodi in a regular meeting held June 7, 2017 by the following vote: AYES: COUNCIL MEMBERS — Chandler, Johnson, Mounce, Nakanishi, and Mayor Kuehne NOES: COUNCIL MEMBERS — None ABSENT: COUNCIL MEMBERS — None ABSTAIN: COUNCIL MEMBERS — None 2017-100 tAkt NIFER 'FERRAIOLO y Clerk