Loading...
HomeMy WebLinkAbout01-06-2015 C5 Collection System Point RepairsCity of San Luis Obispo, Council Agenda Report, Meeting Date, Item Number FROM: Daryl R. Grigsby, Director of Public Works Prepared By: Manny Guzman, Engineer III SUBJECT: COLLECTION SYSTEM POINT REPAIRS 2015, SPEC. NO. 91306 RECOMMENDATION 1. Award a contract to D-Kal Engineering, Inc. in the amount of $149,194.89 for the Collection System Point Repairs 2015, Specification No. 91306. 2. Approve the fund transfer amount of $178,000 from the Collection System Improvement Master Account Specification No. 90239 to the Collection System Point Repairs 2015 project’s construction phase. DISCUSSION Some of the pipelines within the City’s wastewater collection are over 100 years old. These sections of pipe are in need of spot repairs to ensure proper function. Scheduled repairs to the collection system prevent system failures and can extend the useful life and postpone more expensive construction work for significant periods of time. On November 10, 2014, the City Council authorized the invitation of bids for the Collection System Point Repairs 2015 project, Specification No. 91306. Four bids were received and opened on December 5, 2014, all of which exceeded the Engineer’s estimate of $122,000. D-Kal Engineering, Inc. submitted the lowest bid of $149,194.89, which is $27,194.89 above the Engineer’s estimate. High bids are attributed to the fact that this project is a spot repair project with work occurring at 29 different site locations. Typically, when a project has that many work locations, the down time increases, production rates decrease resulting in higher project cost. The degree of increase was underestimated and consequently affected the engineers estimated cost of the project. Given the necessity to continue with the spot repairs, staff recommends transferring funds from the appropriate Collection System Master Account to complete this important work. FISCAL IMPACT There is currently $1,966,000 available in the Collection System Improvement Master Account to support this request for $178,000. 1-6-2015 C5 C5-1 Collection System Point Repair 2015, Spec. No. 91306 Page 2 Construction Cost:$149,195 Contingencies:$24,305 Material Testing:$4,000 Printing and Misc:$500 Total Project Cost $178,000 Collection Systems Point Repairs 2015, Spec. No. (91306) ALTERNATIVE Reject all bids, reduce the number of spot repairs and re-advertise the project. The City Council may choose to reject all bids, direct staff to reduce the number of spot repairs and re-bid the project. However, staff does not recommend this alternative because this will delay the project and the pipe conditions will continue to deteriorate, potentially requiring more expensive emergency repairs. There is no certainty that rebidding would produce lower costs. ATTACHMENTS 1. Bid Summary 2. Copy of original report authorizing advertising 3. Contract Agreement, D-Kal Engineering, Inc. t:\council agenda reports\2015\2015-01-06\collection systems point repairs spec no 91306 (guzman)\91306 car award.doc C5-2 It e m  # It e m  De s c r i p t i o n Qu a n t i t y U n i t  of  Me a s u r e U n i t  Pr i c e I t e m  To t a l Un i t  Pr i c e I t e m  To t a l Un i t  Pr i c e I t e m  To t a l Un i t  PriceItem TotalUnit PriceItem Total 1 5 3 8  FE L T O N  SE W E R L I N E  RE P A I R 1 L S $2, 3 7 0 . 0 0   $2, 3 7 0 . 0 0   $2, 4 5 4 . 5 5   $2, 4 5 4 . 5 5   $5, 0 1 5 . 0 0   $5, 0 1 5 . 0 0   $5, 2 0 0 . 0 0  $5,200.00 $8,800.00 $8,800.00  2 1 6 7 2  HU A S N A  SE W E R L I N E  RE P A I R 1 L S $2, 3 7 0 . 0 0   $2, 3 7 0 . 0 0   $2, 5 5 0 . 9 6   $2, 5 5 0 . 9 6   $5, 0 5 1 . 0 0   $5, 0 5 1 . 0 0   $5, 2 0 5 . 0 0  $5,205.00 $8,500.00 $8,500.00  3 2 5 5  DO N N A  SE W E R L I N E  RE P A I R 1 L S $2, 3 7 0 . 0 0   $2, 3 7 0 . 0 0   $2, 5 5 0 . 9 6   $2, 5 5 0 . 9 6   $5, 0 1 2 . 0 0   $5, 0 1 2 . 0 0   $5, 4 4 2 . 0 0  $5,442.00 $6,600.00 $6,600.00  4 1 6 4 5  BE A C H  SE W E R L I N E  RE P A I R 1 L S $2, 8 4 4 . 0 0   $2, 8 4 4 . 0 0   $3, 0 1 9 . 4 1   $3, 0 1 9 . 4 1   $5, 1 7 3 . 0 0   $5, 1 7 3 . 0 0   $5, 1 7 8 . 0 0  $5,178.00 $10,300.00 $10,300.00  5 2 8 5  BU E N A  VI S T A  SE W E R L I N E  RE P A I R 1 L S $2, 3 7 0 . 0 0   $2, 3 7 0 . 0 0   $3, 1 8 9 . 2 7   $3, 1 8 9 . 2 7   $5, 0 6 0 . 0 0   $5, 0 6 0 . 0 0   $5, 3 3 6 . 0 0  $5,336.00 $8,800.00 $8,800.00  6 4 9 7  BR O A D  SE W E R L I N E  RE P A I R 1 L S $2, 3 7 0 . 0 0   $2, 3 7 0 . 0 0   $2, 5 0 5 . 0 7   $2, 5 0 5 . 0 7   $4, 3 5 1 . 0 0   $4, 3 5 1 . 0 0   $5, 7 3 7 . 0 0  $5,737.00 $10,150.00 $10,150.00  7 1 3 8 5  BO N D  SE W E R L I N E  RE P A I R 1 L S $3, 7 9 2 . 0 0   $3, 7 9 2 . 0 0   $8, 8 2 1 . 1 1   $8, 8 2 1 . 1 1   $8, 8 5 7 . 0 0   $8, 8 5 7 . 0 0   $8, 9 6 0 . 0 0  $8,960.00 $10,600.00 $10,600.00  8 1 7 4 5  AL I S A L  SE W E R L I N E  RE P A I R 1 L S $2, 3 7 0 . 0 0   $2, 3 7 0 . 0 0   $2, 7 2 3 . 4 6   $2, 7 2 3 . 4 6   $5, 7 9 3 . 0 0   $5, 7 9 3 . 0 0   $5, 3 3 9 . 0 0  $5,339.00 $7,800.00 $7,800.00  9 1 8 6 5  WI L D I N G  SE W E R L I N E  RE P A I R 1 L S $2, 8 4 4 . 0 0   $2, 8 4 4 . 0 0   $2, 6 4 7 . 3 7   $2, 6 4 7 . 3 7   $5, 0 5 9 . 0 0   $5, 0 5 9 . 0 0   $6, 7 5 8 . 0 0  $6,758.00 $7,800.00 $7,800.00  10 8 0 0  MI L L  SE W E R L I N E  RE P A I R 1 L S $3, 7 9 2 . 0 0   $3, 7 9 2 . 0 0   $3, 2 2 5 . 8 5   $3, 2 2 5 . 8 5   $6, 5 1 2 . 0 0   $6, 5 1 2 . 0 0   $6, 8 9 9 . 0 0  $6,899.00 $11,400.00 $11,400.00  11 1 4 1 6  JO H N S O N  SE W E R L I N E  RE P A I R 1 L S $1, 4 2 2 . 0 0   $1, 4 2 2 . 0 0   $4, 7 3 2 . 5 8   $4, 7 3 2 . 5 8   $3, 5 6 0 . 0 0   $3, 5 6 0 . 0 0   $5, 3 6 2 . 0 0  $5,362.00 $12,500.00 $12,500.00  12 5 4 9  JE F F R E Y  SE W E R L I N E  RE P A I R 1 L S $2, 3 7 0 . 0 0   $2, 3 7 0 . 0 0   $4, 2 2 1 . 5 4   $4, 2 2 1 . 5 4   $5, 3 5 5 . 0 0   $5, 3 5 5 . 0 0   $5, 3 9 3 . 0 0  $5,393.00 $8,100.00 $8,100.00  13 1 6 7 0  SA N  LU I S  DR I V E  SE W E R L I N E  RE P A I R 1 L S $3, 7 9 2 . 0 0   $3, 7 9 2 . 0 0   $3, 0 3 5 . 3 4   $3, 0 3 5 . 3 4   $5, 5 9 6 . 0 0   $5, 5 9 6 . 0 0   $6, 7 7 2 . 0 0  $6,772.00 $12,800.00 $12,800.00  14 2 6 4 4  FL O R A  SE W E R L I N E  RE P A I R 1 L S $2, 3 7 0 . 0 0   $2, 3 7 0 . 0 0   $3, 1 3 3 . 9 0   $3, 1 3 3 . 9 0   $4, 8 9 1 . 0 0   $4, 8 9 1 . 0 0   $5, 5 6 3 . 0 0  $5,563.00 $8,800.00 $8,800.00  15 1 8 5  PE N M A N  SE W E R L I N E  RE P A I R  NO .  11 L S$2, 3 7 0 . 0 0   $2, 3 7 0 . 0 0   $3, 2 6 6 . 8 9   $3, 2 6 6 . 8 9   $5, 2 4 1 . 0 0   $5, 2 4 1 . 0 0   $6, 5 3 1 . 0 0  $6,531.00 $4,900.00 $4,900.00  16 1 8 5  PE N M A N  SE W E R L I N E  RE P A I R  NO .  21 L S$2, 3 7 0 . 0 0   $2, 3 7 0 . 0 0   $2, 5 1 2 . 0 5   $2, 5 1 2 . 0 5   $5, 6 1 5 . 0 0   $5, 6 1 5 . 0 0   $5, 0 9 7 . 0 0  $5,097.00 $6,250.00 $6,250.00  17 2 8 0 3  JO H N S O N  SE W E R L I N E  RE P A I R 1 L S $2, 3 7 0 . 0 0   $2, 3 7 0 . 0 0   $5, 5 2 4 . 7 7   $5, 5 2 4 . 7 7   $10 , 2 4 3 . 0 0   $10 , 2 4 3 . 0 0   $12 , 2 3 8 . 0 0  $12,238.00 $23,100.00 $23,100.00  18 1 6 4 5  NI P O M O  SE W E R L I N E  RE P A I R 1 L S $17 , 0 0 0 . 0 0   $17 , 0 0 0 . 0 0   $32 , 8 1 1 . 8 8   $32 , 8 1 1 . 8 8   $31 , 5 1 5 . 0 0   $31 , 5 1 5 . 0 0   $18 , 8 3 9 . 0 0  $18,839.00 $25,000.00 $25,000.00  19 8 0 4  PA S A  TI E M P O  SE W E R L I N E  RE P A I R 1 L S $3, 3 1 8 . 0 0   $3, 3 1 8 . 0 0   $2, 6 4 7 . 3 7   $2, 6 4 7 . 3 7   $5, 0 5 9 . 0 0   $5, 0 5 9 . 0 0   $6, 2 8 1 . 0 0  $6,281.00 $7,800.00 $7,800.00  20 3 2 5  MI R A  SO L  SE W E R L I N E  RE P A I R 1 L S $3, 3 1 8 . 0 0   $3, 3 1 8 . 0 0   $2, 5 9 9 . 1 7   $2, 5 9 9 . 1 7   $5, 0 5 9 . 0 0   $5, 0 5 9 . 0 0   $5, 2 1 5 . 0 0  $5,215.00 $4,300.00 $4,300.00  21 3 2 6  MI R A  SO L  SE W E R L I N E  RE P A I R 1 L S $3, 3 1 8 . 0 0   $3, 3 1 8 . 0 0   $2, 5 9 9 . 1 7   $2, 5 9 9 . 1 7   $5, 0 5 9 . 0 0   $5, 0 5 9 . 0 0   $5, 0 8 5 . 0 0  $5,085.00 $4,300.00 $4,300.00  22 2 9 3 6  RO C K V I E W  SE W E R L I N E  RE P A I R 1 L S $3, 3 1 8 . 0 0   $3, 3 1 8 . 0 0   $2, 7 4 3 . 7 9   $2, 7 4 3 . 7 9   $5, 1 6 5 . 0 0   $5, 1 6 5 . 0 0   $6, 2 8 1 . 0 0  $6,281.00 $7,800.00 $7,800.00  23 3 0 4  SA N  MI G U E L  SE W E R L I N E  RE P A I R 1 L S $4, 2 7 2 . 0 0   $4, 2 7 2 . 0 0   $2, 8 7 4 . 5 8   $2, 8 7 4 . 5 8   $5, 2 7 1 . 0 0   $5, 2 7 1 . 0 0   $6, 0 8 5 . 0 0  $6,085.00 $7,800.00 $7,800.00  24 1 4 5 9  DE S C A N S O  ST R E E T  SE W E R L I N E  RE P A I R 1 L S $7, 0 0 0 . 0 0   $7, 0 0 0 . 0 0   $4, 6 3 3 . 6 4   $4, 6 3 3 . 6 4   $7, 1 4 7 . 0 0   $7, 1 4 7 . 0 0   $9, 8 9 7 . 0 0  $9,897.00 $9,200.00 $9,200.00  25 D R I V E W A Y  RA M P  AN D  CU R B  & GU T T E R 1 L S $3, 7 7 5 . 0 0   $3, 7 7 5 . 0 0   $2, 0 3 1 . 2 9   $2, 0 3 1 . 2 9   $3, 3 9 9 . 0 0   $3, 3 9 9 . 0 0   $3, 7 8 4 . 0 0  $3,784.00 $4,300.00 $4,300.00  26 7 9 0  DE L  RI O  SE W E R  CL E A N O U T 1 L S $3, 9 0 0 . 0 0   $3, 9 0 0 . 0 0   $2, 8 9 2 . 6 2   $2, 8 9 2 . 6 2   $1, 2 1 6 . 0 0   $1, 2 1 6 . 0 0   $1, 6 3 0 . 0 0  $1,630.00 $3,900.00 $3,900.00  27 1 3 3 8  BA L B O A  SE W E R  CL E A N O U T 1 L S $3, 5 2 5 . 0 0   $3, 5 2 5 . 0 0   $2, 7 2 5 . 7 5   $2, 7 2 5 . 7 5   $1, 2 1 6 . 0 0   $1, 2 1 6 . 0 0   $1, 7 1 0 . 0 0  $1,710.00 $3,900.00 $3,900.00  28 1 6 7 2  RO Y A L  SE W E R  CL E A N O U T 1 L S $4, 4 0 0 . 0 0   $4, 4 0 0 . 0 0   $3, 1 1 5 . 1 1   $3, 1 1 5 . 1 1   $1, 2 1 6 . 0 0   $1, 2 1 6 . 0 0   $1, 7 5 5 . 0 0  $1,755.00 $3,900.00 $3,900.00  29 1 1 3 7  CA R M E L  SE W E R  CL E A N O U T 1L S $4, 3 0 0 . 0 0   $4, 3 0 0 . 0 0   $3, 0 5 9 . 4 9   $3, 0 5 9 . 4 9   $1, 2 1 6 . 0 0   $1, 2 1 6 . 0 0   $2, 1 1 4 . 0 0  $2,114.00 $3,900.00 $3,900.00  30 1 4 6 9  GA L L E O N  SE W E R  CL E A N O U T 1L S $5, 5 0 0 . 0 0   $5, 5 0 0 . 0 0   $3, 2 8 1 . 9 8   $3, 2 8 1 . 9 8   $1, 2 1 6 . 0 0   $1, 2 1 6 . 0 0   $2, 0 4 5 . 0 0  $2,045.00 $7,700.00 $7,700.00  31 P I P E  RE M O V A L  AN D  RE P A I R 70 L F $10 0 . 0 0   $7, 0 0 0 . 0 0   $25 1 . 5 4   $17 , 6 0 7 . 7 9   $70 . 1 2   $4, 9 0 8 . 4 0   $13 . 8 0  $966.00 $111.00 $7,770.00  32 C O M P L Y  WI T H  OS H A 1 L S $3, 5 0 0 . 0 0   $3, 5 0 0 . 0 0   $3, 4 5 6 . 2 0   $3, 4 5 6 . 2 0   $67 0 . 0 0   $67 0 . 0 0   $60 4 . 0 0  $604.00 $500.00 $500.00  $1 2 2 , 0 0 0 . 0 0   $1 4 9 , 1 9 4 . 9 1   $1 7 5 , 7 1 6 . 4 0   $179,301.00 $269,270.00  To t a l  Bi d  Am o u n t Co l l e c t i o n s  Sy s t e m s  Po i n t  Re p a i r s  20 1 5 ,  Sp e c i f i c a t i o n  No .  91 3 0 6   Bi d  Op e n i n g :  12 / 0 4 / 1 4 * ma r k s  an  al l o w a n c e En g i n e e r ' s  Es t i m a t e D ‐KA L  En g i n e e r i n g ,  In c . S  Ch a v e s  Co n s t r u c t i o n B r o u g h  ConstructionSpecialty Construction, C5-3 City of San Luis Obispo, Council Agenda Report, Meeting Date, Item Number FROM: Daryl R. Grigsby, Director of Public Works Prepared By: Manny Guzman, Engineer III SUBJECT: COLLECTION SYSTEM POINT REPAIRS 2015, SPEC. NO. 91306 RECOMMENDATION 1. Approve plans and specifications for the Collection System Point Repairs 2015, Specification No. 91306. 2. Authorize staff to advertise for bids and authorize the City Manager to award the contract if the lowest responsible bid is within the Engineer’s Estimate of $122,000. DISCUSSION Background The City’s wastewater collection system is comprised of 135 miles of sewer lines. Some of the pipes that make up the City’s wastewater collection system are over a century old and are in need of spot repairs to ensure proper function and to extend their useful life. Scheduled repairs to the collection system will allow the City to maintain the existing system in a preventative mode rather than an emergency mode. Project This project will complete 24 sewer main line spot repairs throughout the City. Polyvinyl chloride (PVC) pipe in conjunction with couplings will be used to replace damaged sections of sewer line. Other work included with this project includes the raising of five buried sewer cleanouts so they can be accessed for maintenance work. The cleanouts were installed years ago but were never raised to the roadway surface. Access to main lines through cleanouts or manholes is critical to perform maintenance to prevent blockages and overflows. Coordination with affected property owners has been done to minimize the impact during construction. Hours and work days have been adjusted in repairs adjacent to schools streets to eliminate traffic congestions during drop-off and pick-up hours. For certain projects only a set of special provisions with no plans is generated, such is the case for this project that because of the nature of the work, Staff determined that it was best to advertise with a set of special provisions only. The special provisions have the necessary information to complete all items of work per City Standards. 11-10-2014 C3 C5-4 Collection System Point Repairs 2015, Spec. No. 91306 Page 2 CONCURRENCES This project is categorically exempt from CEQA pursuant to CEQA Guidelines section 15301 (maintenance of existing facilities). A Notice of Exemption has been filed through the Community Development Department. FISCAL IMPACT This project is included in the 2013-15 Financial Plan, pages 3-157 to 3-165. The Collection System Improvements Master account (90239) currently has a balance of $1,992,431. A budget amendment request will be processed to transfer the appropriate project funding from the master account at the time of contract award. Engineer’s Estimate:$122,000 Contingencies:$18,000 Material Testing:$4,000 Printing and Misc:$500 Total Project Estimate $144,500 Collection Systems Point Repairs 2015, Spec. No. (91306) ATTACHMENT Vicinity Map AVAILABLE FOR REVIEW IN THE COUNCIL OFFICE Special Provisions t:\council agenda reports\2014\2014-11-10 (rescheduled reg mtg)\collection systems point repairs (grigsby-guzman)\91306 car advertise.doc C5-5 AGREEMENT THIS AGREEMENT, made on this ______ day of ___________, 20__, by and between the City of San Luis Obispo, a municipal corporation and charter city, San Luis Obispo County, California (hereinafter called the Owner) and D-KAL ENGINEERING INC. (hereinafter called the Contractor). WITNESSETH: That the Owner and the Contractor for the consideration stated herein agree as follows: ARTICLE 1, SCOPE OF WORK: The Contractor shall perform everything required to be performed, shall provide and furnish all of the labor, materials, necessary tools, expendable equipment, and all utility and transportation services required to complete all the work of construction of COLLECTIONS SYSTEMS POINT REPAIRS 2015, SPECIFICATION NO. 91306 in strict compliance with the plans and specifications therefor, including any and all Addenda, adopted by the Owner, in strict compliance with the Contract Documents hereinafter enumerated. It is agreed that said labor, materials, tools, equipment, and services shall be furnished and said work performed and completed under the direction and supervision and subject to the approval of the Owner or its authorized representatives. ARTICLE II, CONTRACT PRICE: The Owner shall pay the Contractor as full consideration for the faithful performance of this Contract, subject to any additions or deductions as provided in the Contract Documents, the contract prices as follows: Item Item Unit of Estimated Item Price Total No. Description Measure Quantity (in figures) (in figures) 1 538 Felton Sewerline Repair LS 1 ------- $2,454.55 2 1672 Huasna Sewerline Repair LS 1 ------- $2,550.96 3 255 Donna Sewerline Repair LS 1 ------- $2,550.96 4 1645 Beach Sewerline Repair LS 1 ------- $3,019.41 5 285 Buena Vista Sewerline Repair LS 1 ------- $3,189.27 6 497 Broad Sewerline Repair LS 1 ------- $2,505.07 7 1385 Bond Sewerline Repair LS 1 ------- $8,821.11 8 1745 Alisal Sewerline Repair LS 1 ------- $2,723.46 9 1865 Wilding Sewerline Repair LS 1 ------- $2,647.37 10 800 Mill Sewerline Repair LS 1 ------- $3,225.85 11 1416 Johnson Sewerline Repair LS 1 ------- $4,732.58 12 549 Jeffrey Sewerline Repair LS 1 ------- $4,221.54 13 1670 San Luis Drive Sewerline Repair LS 1 ------- $3,035.34 14 2644 Flora Sewerline Repair LS 1 ------- $3,133.90 15 185 Penman Sewerline Repair No. 1 LS 1 ------- $3,266.89 16 185 Penman Sewerline Repair No. 2 LS 1 ------- $2,512.05 17 2803 Johnson Sewerline Repair LS 1 ------- $5,524.77 C5-6 Item Item Unit of Estimated Item Price Total No. Description Measure Quantity (in figures) (in figures) 18 1645 Nipomo Sewerline Repair LS 1 ------- $32,811.88 19 804 Pasa Tiempo Sewerline Repair LS 1 ------- $2,647.37 20 325 Mira Sol Sewerline Repair LS 1 ------- $2,599.17 21 326 Mira Sol Sewerline Repair LS 1 ------- $2,599.17 22 2936 Rockview Sewerline Repair LS 1 ------- $2,743.79 23 304 San Miguel Sewerline Repair LS 1 ------- $2,874.58 24 1459 Descanso Street Sewerline Repair LS 1 ------- $4,633.64 25 Driveway Ramp and Curb & Gutter LS 1 ------- $2,031.29 26 790 Del Rio Sewer Cleanout LS 1 ------- $2,892.62 27 1338 Balboa Sewer Cleanout LS 1 ------- $2,725.75 28 1672 Royal Sewer Cleanout LS 1 ------- $3,115.11 29 1137 Carmel Sewer Cleanout LS 1 ------- $3,059.49 30 1469 Galleon Sewer Cleanout LS 1 ------- $3,281.98 31 Pipe Removal and Repair LF 70 ------- $17,607.79 32 Comply with OSHA LS 1 ------- $3,456.20 BID TOTAL: $149,194.91 Payments are to be made to the Contractor in compliance with and subject to the provisions embodied in the documents made a part of this Contract. Should any dispute arise respecting the true value of any work omitted, or of any extra work which the Contractor may be required to do, or respecting the size of any payment to the Contractor, during the performance of this Contract, said dispute shall be decided by the Owner and its decision shall be final, and conclusive. ARTICLE III, COMPONENT PARTS OF THIS CONTRACT: The Contract consists of the following documents, all of which are as fully a part thereof as if herein set out in full, and if not attached, as if hereto attached: 1. Notice to Bidders and information for bidders. 2. Standard Specifications, Engineering Standards, Special Provisions, and any Addenda. 2. Accepted Bid. 4. Public Contract code Section 10285.1 Statement and 10162 Questionnaire. 5. Noncollusion Declaration. 6. Plans. 7. List of Subcontractors. 8. Agreement and Bonds. 9. Insurance Requirements and Forms. ARTICLE IV. 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 of said Contractor, then this instrument shall control and nothing herein shall be considered as an acceptance of the said terms of said bid conflicting herewith. C5-7 IN WITNESS WHEREOF, the parties to these presents have hereunto set their hands this year and date first above written. CITY OF SAN LUIS OBISPO A Municipal Corporation Anthony Mejia, City Clerk Jan Howell Marx, Mayor APPROVED AS TO FORM CONTRACTOR Christine Dietrick City Attorney D-KAL Engineering Inc. David Loughran, President Rev. 12-28-09   C5-8