HomeMy WebLinkAboutAgenda Report - October 21, 2009 K-02AGENDA ITEM Va as Z
CITY , / II
COUNCIL1
AGENDA TITLE: Adopt Resolution Awarding Contractfc Lodi Avenue Reconstruction Project,
Union Pacific Railroad to Cherokee Lane (ESPL 5154 (036)), to
Granite Construction Company, of Watsonville ($2,098,885) and Appropriating
Funds ($2,518,662)
MEETING DATE: October 21,2009
PREPARED BY: Public Works Director
RECOMMENDED ACTION: Adopt a resolution awarding the contract for the Lodi Avenue
Reconstruction Project, Union Pacific Railroadto Cherokee Lane
(ESPL 5154 (036)), to Granite Construction Company, of
Watsonville, and appropriating funds in accordance with the
recommendation shown below.
BACKGROUND INFORMATION: This project consists of removing the existing rails in Lodi Avenue,
reconstructing the pavementwith 11,780tons of asphalt concrete,
installing decorative street lights, installing landscape elements, and
other incidental and related work, all as shown on the plans and
specification for the above project.
Plans and specifications for this project were approved on June 17, 2009. The City received the
following 10 bids for this project on October 7, 2009.
Bidder
Location
Base Bid
Engineer's Estimate
$3,184,974.00
Granite Construction Company
Watsonville
$2,098,885.00
DeSilva Gates Construction
Dublin
$2,123,987.40
George Reed, Inc.
Lodi
$2,131,323.65
A.M. Stephens Construction
Lodi
$2,155,536.90
Top Grade Construction, Inc.
Stockton
$2,165,765.00
Knife River Construction
Stockton
$2,215,471.30
McGuire & Hester
Oakland
$2,330,356.50
Teichert Construction
Stockton
$2,247,951.00
G & L Brock Construction
Stockton
$2,255,603.94
Diede Construction
Woodbridge
$2,416,217.96
Staff is recommending the appropriation of $2,518,662 to cover construction costs, staff time, and
contingencies.
FISCAL IMPACT: There will be a less street maintenancefor the new pavement on
Lodi Avenue.
APPROVED:
Blair King, City Man ger
K:\WP\PROJECTS\STREETS\LodiAvelmprovements\Reconstruction\CAward.doc 10/8/2009
Adopt Resolution Awarding Contract for Lodi Avenue Reconstruction Project, Union Pacific Railroad to
Cherokee Lane (ESPL 5154 (036)) to Granite Construction Company, of Watsonville ($2,098,885) and
Appropriating Funds ($2,518,662)
October 21, 2009
Page 2
FUNDING AVAILABLE: Requested Appropriation:
American Recovery and ReinvestmentAct Funds $2,244,461
Measure K Smart Growth Funds 274.201
Total: $2,518,662
G
Jordan Ayers
Deputy City Manager/Internal Service Director
AJay....
�. ftly &0@11H
Public Works Director
Prepared by Lyman Chang, Senior Civil Engineer
FWS/LC/pmf
cc: CityAttorney
Purchasing Officer
Assistant Streets and Drainage Manager
Water Services Manager
K:\WP\PROJECTS\STREETS\LodiAvelmprovements\Reconstruction\CAward.doe 10/8/2009
LODI AVENUE RECONSTRUCTION
Union Pacific Railroad to Cherokee Lane
ESPL 5154 (036)
CITY OF LODI, CALIFORNIA
CONTRACT
THIS CONTRACT made by and between the CITY OF IMI, State of California, herein
referred to as the "City," and GRANITE CONSTRUCTION COMPANY, 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
Informationto Bidders
General Provisions
Special Provisions
Bid Proposal
Contract
Contract Bonds
Plans
The July 2002 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.
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,
CONTRACT.DOC I 10/07/2009
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 underthem, to -wit:
Perform the work necessary to remove existing railroad tracks and install 11,780 tons of asphalt
concrete, 2,100 linear feet of concrete curb and gutter, 17,000 square feet of concrete flatwork,
790 linear feet of storm drain pipe, 550 linear feet of 8 -inch water pipe, 131 linear feet of 12 -
inch wastewater pipe, street light system, traffic signal system, traffic striping, and street
landscape elements, and other incidental and related work, all as shown on the plans and
specifications for "Lodi Avenue Reconstruction, Union Pacific Railroad to Cherokee Lane".
CONTRACT ITEMS
ITEM
EST'D.
NO
DESCRIPTION
UNIT
QTY
UNIT PRICE
TOTAL PRICE
1.
Traffic Control
LS
1
$ 83,000.00
$
83,000.00
2.
Construction Notification
LS
1
$ 5,000.00
$
5,000.00
3.
Water Pollution Control
LS
1
$ 10,000.00
$
10,000.00
4.
Excavation Safety
IS
1
$ 9,122.00
$
9,122.00
5.
Clearing and Grubbing
LS
1
$ 50,000.00
$
50,000.00
6.
Rail Removal
LS
1
$ 35,000.00
$
35,000.00
7.
Roadway Excavation
CY
9,740
$ 7.50
$
73,050.00
8.
Compact Original Ground
SF
202,420
$ 0.15
$
30,363.00
9.
Concrete Subgrade Compaction
SF
21,104
$ 1.25
$
26,380.00
10.
Asphalt Concrete
Ton
11,780
$ 68.00
$ 801,040.00
Contract.DOC
2
10/07/09
ITEM
EST'D.
NO.
DESCRIPTION
UNIT
QTY
UNIT PRICE
TOTAL PRICE
11,
Miscellaneous Concrete
(3/8-Inch Aggregate)
Ton
20
$
125.00
$
2,500.00
12.
Concrete Curb and Gutter
LF
2,100
$
25.00
$
52,500.00
13.
Concrete Sidewalk Wheelchair
Ramp
SF
3,284
$
5.50
$
18,062.00
14.
Stamped Concrete
SF
7,324
$
8.00
$
58,592.00
15.
Special Sidewalk Panel
EA
24
$
200.00
$
4,800.00
16.
Commercial Type Driveway and
Gutter
SF
5,050
$
6.75
$
34,087.50
17.
Concrete Alley Approach
SF
196
$
7.00
$
1,372.00
18.
Through-the-Curb Drain
EA
2
$
650.00
$
1,300.00
19.
Install Street Sign Post
EA
30
$
135.00
$
4,050.00
20.
Install Street Sign
EA
48
$
50.00
$
2,400.00
21.
Double Yellow Centerline
(Detail 22)
LF
3,250
$
1.00
$
3,250.00
22.
4-Inch White Line
LF
1,050
$
0.35
$
367.50
23.
4-Inch White Line
(Detail 9)
LF
4,180
$
0.30
$
1,254.00
24.
8-Inch White Line
(Detail 378)
LF
100
$
1.00
$
100.00
25.
8-Inch White Line
(Detail 38)
LF
582
$
1.00
$
582.00
Contract.
DOC
3
10/07/09
ITEM
EST'D.
NO,
DESCRIlMON
UNIT
QTY
UNIT PRICE
TOTAL PRICE
26.
12-Inch White Line
LF
380
$ 2.80
$
1,064.00
27.
Parking Stall Striping
EA
92
$ 25.00
$
2,300.00
28.
Colored Crosswalk
SF
9,330
$ 13.00
$
121,290.00
29.
Pavement Marking
SF
2,240
$ 2.80
$
6,272.00
30.
Install Pavement Marker (Fire
Hydrant)
EA
3
$ 15.00
$
45.00
31.
Install Survey Monument Box
EA
2
$ 500.00
$
1,000.00
32.
Street Light System
LS
1
$150,000.00
$
150,000.00
33.
Traffic Signal System
LS
1
$338,000.00
$
338,000.00
34.
Traffic Signal Interconnect
Sy§tem
LS
1
$ 23,000.00
$
23,000.00
35.
Landscaping
LS
1
$ 42,000.00
$
42,000.00
36.
12-Inch Clay Wastewater Pipe
LF
131
$ 55.00
$
7,205.00
37.
Abandon Wastewater Pipe
LS
1
$ 2,000.00
$
2,000.00
38.
Install 12-Inch Storm Drain
(Lodi Avenue)
LF
533
$ 28.00
$
14,924.00
39.
Install 12-Inch Storm Drain
(Central Avenue)
LF
304
$ 43.00
$
13,072.00
40.
Install Side Inlet Catch Basin
EA
6
$ 785.00
$
4,710.00
41.
Install Drop Inlet Catch Basin
EA
1
$ 680.00
$
680.00
Contract.
DOC
4
1 D/D7/09
ITEM
EST'D.
NO.
DESCRIPTION
UNIT
QTY
UNIT PRICE
TOTAL PRICE
42.
Rehab Storm Drain Manhole
EA
4
$
1,125.00
$
4,500.00
43.
Install Storm Drain Manhole
EA
3
$
1,650.00
$
4,950.00
44.
Install 24 -Inch Riser
EA
2
$
540.00
$
1,080.00
45.
Abandon Catch Basin and
Lateral
EA
2
$
550.00
$
1,100.00
46.
Install 6 -Inch Water Pipe
LF
38
$
38.00
$
1,444.00
47.
Install 8 -Inch Water Pipe
LF
553
$
34.00
$
18,802.00
48.
Install 6 -Inch AWWA Water
Valve
EA
1
$
1,000.00
$
1,000.00
49.
Install 8 -Inch AWWA Water
Valve
EA
3
$
1,375.00
$
4,125.00
50.
Install Blow -Off
EA
1
$
2'000.00
$
2,000.00
51.
Install Water Service
EA
3
$
3,200.00
$
9,600.00
52.
Install Fire Hydrant
EA
1
$
3,000.00
$
3,000.00
53.
Adjust Manhole Frame and
Cover to Grade
EA
10
$
350.00
$
3,500.00
54.
Furnish Manhole Frame
and Cover
EA
4
$
325.00
$
1,300.00
55.
Adjust Water Valve Frame and
Cover to Grade
EA
12
$
250.00
$
3,000.00
56.
Adjust Monitoring Well
Frame and Cover to Grade
EA
3
$
250.00
$
750.00
Confract.DOC
5
10107109
ITEM EST'D.
NO. DESCRIPTION UNIT QTY UNIT PRICE TOTAL PRICE
57. Install City Furnished Iron Bench EA
58. Furnish and Install 6 -Foot
Planter Ring EA
4
$ 500.00 $ 2,000.00
$ 1,000.00 $ 1,000.00
TOTAL $2,098,885.00
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 liabilityfor 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.
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 90 WORKING DAYS.
WHEN SIGNING THIS CONTRACT, THE CONTRACTOR AGREES THAT THE TIME OF
COMPLETION FOR THIS CONTRACT S REASONABLEAND 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.
Contract. DOC 6 10/07/09
IN WITNESS WHEREOF, the parties to these presents have hereunto set their hands the year
and date written below.
CONTRACTOR:
By:
Title
(CORPORATE SEAL)
CITY OF LODI
By:
Blair King
City Manager
Date:
Attest:
City Clerk
Approved As To Form
D. Stephen Schwabauer
City Attorney
Contmet.DOC 7 10107/09
Local Assistance Procedures Manual
Exhibit 15-62
Local Agency Bidder DBE Information (Construction Contracts)
Exhibit 15-G2 Local Agency Bidder DBE Information (Construction Contracts)
(Inclusive of all DBEs including the UDBEs listed at bid proposal)
NOTE: PLEASE REFER TO INSTRUCTIONS ON THE REVERSE SIDE OF THIS FORM
AGENCY : LOCATION:
PROJECT DESCRIPTION:
TOTAL CONTRACTAMOUNT$
BID DATE:
BIDDER'S NAME
CONTRACT ITEM OF WORK AND DESCRIPTION DBE Cert. No.
ITEM NO. OR SERVICES TO BE AND EXPIRATION
SUBCONTRACTED C R MATERIALS DATE
TO BE PROVIDED
14AME OF DBEs DOLLAR AMOUNT
I Mustbe certified on the date bids DBE
re opened - include DBE address
. nd phone number
I or Local Agency to Complete:
``
Local Agency Contract Number:
Federal Aid ProjectNumber:
Federal Share:
Contract Award Date:
Local Agency certifies that the DBE certification (s) has been verified and all
information is complete and accurate.
Total Claimed $
Participation
%
o
Signature of Bidder
ame Signature Date
Date
Ar,Q]%ey Re resentative
Caltrans Review:
Print Name Signature
Caltrans District Local Assistance Engineer
DatQ --- ..- ----
Person to Contact
(Area Code) Tel, No.
(Please Type or Print)
Local Agency Bidder DBE Information (Rev 3/09)
(I) Copy— Fax or scan a copy to the Caltrans Distict Local Assistance Ct leer (DLAE) within 15 days of contract execution. Failure to
send a copy to the DLAE within 15 days of contract execution may result in de -obligation of funds for this project.
(2) Copy -- Includein awardpackage to Caltrans District Local Assistance
(3) Original — Local agency files
Page 15-32a
LPP 09-xx 8 March 27,2009
Exhibit 15-G2 Local Assistance Procedures Manual
Local Agency Bidder DBE Information (Construction Contracts)
INSTRUCTIONS - LOCAL AGENCY BIDDER DBE INFORMATION
(CONSTRUCTION CONTRACTS) (Revised 03109)
SUCCESSFUL BIDDER:
The form requires specific information regarding the construction contract: Agency, Location, Project
Description, Federal Aid Project Number (assigned by Caltrans -Local Assistance), Total Contract Amount, Bid
Date, Bidder's Name, and Contract Goal.
The form has a column for the Contract Item Number (or Item No's) and Item of Work and Description or
Services to be Subcontracted or Materials to be provided by DBEs. The DBE should provide a certification
number to the Contractor and expiration date. The DBE contractors should notify the Contractor in writing with
the date of the decertification if their status should change during the course of the contract. The form has a
column for the Names of DBE certified contractors to perform the work (must be certified on the date bids are
opened and include DBE address and phone number). Enter DBE prime and subcontractors certification number.
Prime contractors shall indicate all work to be performed by DBEs including work performed by its own forces if
a DBE.
IMPORTANT: Identify all DBE firms participating in the project--includingall UDBEs listed on the UDBE
Commitment form (Exhibit 15G(1)), regardless of tier. Names of the First Tier DBE Subcontractors and their
respective item(s) of work listed shouldbe consistent, where applicable, with the names and items of work in the
"List of Subcontractors" submitted with your bid.
There is a column for the total DBE dollar amount. Enter the Total Claimed DBE Participation dollars and
percentage amount of items of work submitted with your bid pursuant to the Special Provisions. (If 100% of item
is not to be performed or furnishedby the DBE, describe exact portion of time to be performed or furnished by
the DBE.) See Section "DisadvantagedBusiness Enterprise @BE)," of the Special Provisions (construction
contracts); to determinehow to count the participation ofDBE.firms.
Exhibit 15-G(2) must be signed and dated by the successful bidder. Also list aphone number in the space
provided and print the name of the person to contact.
Local agencies should complete the Contract Award Date, Federal Share, Contract and Project Number
fields, and verify that all information is complete and accurate before signing and sending a copy of the form to
the District Local Assistance Engineer within 15 days of contract execution. Failure to submit a completed and
accurate form within the 15 -daytime period may result in the -de -obligation of funds on this project.
District DBE Coordinator should verify that all information is complete and accurate. Once the
information has been verified, the District Local Assistance Engineer signs and dates the form
Page 15-32b
March 27,2009 9 LPP 09-xx
Exhibit 12-E
Attachment O
STATE OF CALIFORNIA • DEPARTMENT OF TRANSPORTATION
MONTHLY EMPLOYMENT REPORT
CEM -1204 (NEW 03/2009) DLA Modified
Local Assistance Procedures Manual
PS&E Checklist Instructions
AMERICAN RECOVERY AND REINVESTMENT ACT (ARRA)
MONTHLY EMPLOYMENT REPORT
JO$ STk1Iv11'
See 6tstructions that follow
1, CONTRACT NO.
2. FEDERAL -AID PROJECTNUMBER (Front special provisions)
3. FIRST DAY OF
REPORTING PERIOD
(mm/dd/yy):
4. REPORT MONTH (MM/yy)
5. CONTRACTINGAGENCY
EMPLOYEES
HOURS
PAYROLL
NEW
tMuss
00TING
EMPLOYEES
NEWHOW
EX6EMIG
EMPLOYEES
NEWHMES
EXIMNI'G
EMPLOYEES
PRIME CONTRACTOR DIRECT, ON-PROJECTJOBS
PRIME AND SUBCONTRACTOR SUBTOTALS
PRIME AND SUBCONTRACTOR TOTALS (NEW + EXISTING)
3. CERTIFIED BY CONTRACTOR: (Signature and Title)
DATE
. REVIEWED BY CONTRACTADMINISTRATOR: (Signature and Title)
DATE
COPY DISTRIBUTION: Original' Residwnt Engineer Copy- Contractor Copy— Caltrans District Local Assistance Engineer
ADA Notice For individuals with sensory disabilities, this docuinciit is available in alternate fonnats. For infontutlion call (916) 654-6410 or TDD (916) 654-3880or write
Records and Fomns Management, 1120 N Strecl, MS -89, Sacramento, CA 95814.
Page 12-108
April 15,2009 10 LPP 09-xx
Local Assistance Procedures Manual EXHIBIT 12-E
PS&E ChecklistInstruetions Attachment O
STATE OF CALIFORNIA • DEPARTMENT OF TRANSPORTATION
MONTHLY EMPLOYMENT REPORT
CEM -1204 (NEW03/2009) ALA Modified
INSTRUCTIONS FOR COMPLETING ARRA MONTHLY EMPLOYMENT REPORT FORM
BOX i. Contract Number. The state -assigned project number or ID: district and expenditure authorization (EA).
BOX 2. Federal -aid Project Number. The state-assignedfederal-aid project number.
BOX 3. FirstDay of Reporting Period. The first day of reporting period is the first day of the first payroll period of the month. If the
beginning of the month splits the payroll period, then the report will include dates from the prior month as necessary to complete
the payroll period.
BOX 4. Report Month. The month and year covered by the report. Reported as "mm/yy" (e.g. May 2009 would be coded as "05/09.").
BOX 5. ContractingAgency. The name of the contracting agency. For state projects, enter Caltrans. For non -state projects, enter the
name of the contracting agency (federal agency, tribe, MPO, city, county, etc.).
BOX 6. ContractorName and Address. The name and address of the contractor shall include the firm name, street address, city, state, and
zip code.
BOX 7. Employment Data.
Subcontractor Nmne(s). The name of each subcontractor that was active on the project for the reporting month.
Employees. The number of new hires and existing employees on the contractor'sworkforce that month, and the number of new
hires and existing employees for each of the active subcontractors that month. Do not include material suppliers. Reported as a
whole number.
Hours. The total hours on the specified project for the new hires and existing employees on the contractor's workforce that
month, and the total hours for the new hires and existing employees for each of the active subcontractorsthat month. Reported as
a whole number.
Payroll. The total dollar amount of wages paid by the contractor that month for employees on the specified project, and the total
dollar amount of wages paid by each of the active subcontractors that month. Rounded to the nearest whole dollar and reported as:
a whole number. Refer to Section 9-1.03A(1), "Labor," of the StandardSpecfcations.
Prime and SubcontractorSubtotals. The subtotal for number of employees, hours and payroll for new hires and existing
employees for the contractor and listed subeontractor(s).
Prime and Subcontractor Totals (New + Existing). The total number of employees, hours and payroll for the contractor and
listed subcontractor(s),
BOX 8. Certified by Contractor.
Name. Contractor representative or person responsible for certification of the information included on the form. By completing
the form, the authorized representative certifies that they are knowledgeable of the hours worked and employment status for all
employees. Contractors are responsible to maintain data to support the employment form and make it available to the state should
it request supporting materials.
Date. The date that the contractor completed the employment form. Reported as "mm/ddfyy."
BOX 9. Reviewed by ContractAdministrator. (To be completed by the local agency or authorized representative.)
Name. Local agency representative, such as the resident engineer or contract manager, or authorized project representative
responsible for reviewing the submitted form.
Date. The date that the state representative reviewed the form. Reported as "mm/ddlyy."
Page 12-109
LPP 01-04 11 March 15,2001
RESOLUTION NO. 2009-149
A RESOLUTION OF THE LODI CITY COUNCIL AWARDING
CONTRACT FOR LODI AVENUE RECONSTRUCTION PROJECT,
UNION PACIFIC RAILROAD TO CHEROKEE LANE (ESPL 5154
(036)), AND FURTHER APPROPRIATING FUNDS
-------------------------------------------------------------------
...................................................................
WHEREAS, in answer to notice duly published in accordance with law and the
order of this City Council, sealed bids were received and publicly opened on October 7,
2009, at 11:00 a.m. for the Lodi Avenue Reconstruction Project, Union Pacific Railroad
to Cherokee Lane (ESPL 5154 (036)), described in the plans and specifications
therefore approved by the City Council on June 17,2009; and
WHEREAS, said bids have been checked and tabulated and a report thereof
filed with the City Manager as follows:
Bidder
Bid
Granite Construction Company
$2,098,885.00
DeSilva Gates Construction
$2,123,987.40
George Reed, Inc.
$2,131,323.65
A.M. Stephens Construction
$2,155,536.90
Top Grade Construction, Inc.
$2,165,765.00
Knife River Construction
$2,215,471.30
McGuire & Hester
$2,330,356.50
Teichert Construction
$2,247,951.00
G & L Brock Construction
$2,255,603.94
Diede Construction
$2,416,217.96
WHEREAS, this project is an American Recoveryand Reinvestment Act (ARRA)
project and is subject to the Underutilized Disadvantage Business Enterprise (UDBE)
rules, and staff has determined that the bid of the low bidder, Granite Construction
Company, of Watsonville, did conform to the UDBE requirements; and
WHEREAS, staff recommends awarding the contract for the Lodi Avenue
Reconstruction Project, Union Pacific Railroad to Cherokee Lane (ESPL 5154 (036)), to
the low bidder, Granite Construction Company, of Watsonville, California.
NOW, THEREFORE, BE IT RESOLVED that the Lodi City Council does hereby
award the contractfor the Lodi Avenue Reconstruction Project, Union Pacific Railroad to
Cherokee Lane (ESPL 5154 (036)), to the low bidder, Granite Construction Company, of
Watsonville, California, in the amount of $2,098,885; and
BE IT FURTHER RESOLVED that funds in the amount of $2,518,662 be
appropriated from Measure K Smart Growth funds and American Recovery and
ReinvestmentAct (ARRA) funds.
Dated: October 21, 2009
hereby certify that Resolution No. 2009-149 was passed and adopted by the City
Council of the City of Lodi in a regular meeting held October 21, 2009, by the following
vote:
AYES: COUNCIL MEMBERS — Hitchcock, Johnson, Katzakian, Mounce,
and Mayor Hansen
NOES: COUNCIL MEMBERS— None
ABSENT: COUNCIL MEMBERS — None
ABSTAIN: COUNCIL MEMBERS— None
i
NDI JOHL
City Clerk
2009-149
Project Description
• Limits — UPRR/Main St. to beyond
Cherokee Lane
• Removal of railroad tracks and ties
• Decorative lighting
• Landscape elements
• Pedestrian improvements
• Street furniture
• Public Art
Bid Results
• Ten Bidders
• Engineers Estimate - $3.2 million
• Successful Bid - $2.1 million
Funding
• American Recovery and Reinvestment Act
Funds - $2,244,461
• Measure K Smart Growth - $274,201
Measure K Smart Growth Residual -
$475,799
1 }yam � �•
�' i .— i J
i
r � � - • � i
f
. �. .t 4 + ,
�� -- '� �-
#, � _ ..
' ,.
.� : �-
..� - -
f
. ,� x _J
• + �' r � � t
x r F -
_ t _Jy j � r
#• � w
4 T��� r � .
11 Y 4 �ti �
. + � •5i
.. � � �
� s� y
. 1 y — �: � � � T,
'� � I - i'
a I 1
' ' r�
� + f• .r
_ � � r �
!¢
v � �
a � �
�� a � � -
t I v
.• /rlr
:r
Schedule
• Weather Permitting — December start
• Street Paving —March/April 2010
• Completion —June/July 2010
D 11P.Stlr