Loading...
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