HomeMy WebLinkAboutAgenda Report - June 19, 2013 C-05AGENDA ITEM C406
(1)CITY OF LODI
COUNCIL COMMUNICATION
TM
AGENDA TITLE: Approve Plans and Specifications and Authorize Advertisement for Bids for
Sacramento Street Pedestrian Enhancements and Beautification Project and
Adopt Resolution Authorizing City Manager to Execute Professional Services
Agreement with San Joaquin Regional Conservation Corps for Project
Landscaping ($22,700) and Amending Traffic Resolution No. 97-148 by Installing
Multi -Way Stop Controls at Walnut Street and Sacramento Street
MEETING DATE: June 19, 2013
PREPARED BY: Public Works Director
RECOMMENDED ACTION: Approve plans and specifications and authorize advertisement for
bids for Sacramento Street Pedestrian Enhancements and
Beautification Project and adopt resolution authorizing City Manager
to execute Professional Services Agreement with San Joaquin Regional Conservation Corps for project
landscaping in the amount of $22,700 and amending Traffic Resolution No. 97-148 by installing multi -way
stop controls at Walnut Street and Sacramento Street.
BACKGROUND INFORMATION: The project consists of reconstructing Sacramento Street from
Lodi Avenue to Oak Street by installing 17,400 square feet of new
decorative and pedestrian -friendly sidewalks with intersection
bulb -outs, 1,900 tons of asphalt concrete, landscape improvements, decorative lighting, and street
furniture; and other incidental and related work, all as shown on the plans and specifications for the
project.
This project meets San Joaquin Council of Governments (SJCOG) general criteria of the Smart Growth
Program. The improvements are consistent with the Lodi Avenue Design Guidelines employed on the
Lodi Avenue improvements and approved by the City Council on July 2, 2008, the City's 2006 Eastside
Mobility and Accessibility Plan (EMAP) and the 2008 Transit Oriented Development (TOD) Design
Guidelines. The EMAP identifies an improvement corridor that includes Central Avenue (Tokay Street to
Lodi Avenue), Lodi Avenue (Central Avenue to Sacramento Street) and Sacramento Street (Lodi Avenue to
Pine Street). The project limits for the Sacramento Street improvements do not include the block from
Oak Street to Pine Street, due to funding constraints.
The proposed streetscape improvements are intended to bridge the architectural elements between the
previous improvements on Lodi Avenue and Sacramento Street (north of Pine Street); improve safety,
access and comfort to, pedestrian traffic; enhance the experience of using the City's GrapeLine fixed route
and Dial -A -Ride systems; and to encourage pedestrian -friendly commercial opportunities that will promote
the City's downtown business core.
The street beautification elements include paver -lined decorative sidewalks, bulb -outs at intersections and
the installation of pavers at the intersections of Oak Street and Walnut Street. The decorative "Downtown"
streetlights containing high -efficiency LED lighting will be installed at the back of the sidewalk. Landscape
improvements include the removal and replacement of street trees, as well as landscape and irrigation
improvements along the portions of both sides of Sacramento Street between Oak Street and
Walnut Street. The proposed streetscape is reflected in Exhibits Al through A3.
APPROVED:, A I '--'s - -
Konradt Bartlam, City Manager
K:\WP\PROJECTS\STREETS\Sacramento Street\CPSA sacramento street.doc
05/29/2013
Approve Plans and Specifications and Authorize Advertisement for Bids for Sacramento Street
Pedestrian Enhancements and Beautification Project and Adopt Resolution Authorizing City Manager to
Execute Professional Services Agreement with San Joaquin Regional Conservation Corps for Project
Landscaping ($22,700) and Amending Traffic Resolution No. 97-148 by Installing Multi -Way Stop
Controls at Walnut Street and Sacramento Street
June 19, 2013
Page 2
The project also includes the installation of multi -way stop controls at Walnut Street and Sacramento Street
to improve pedestrian safety and comfort at that location. The intersection is currently a four-way
intersection with stop controls on Walnut Street only. The east leg of the intersection terminates at the
south driveway of the Lodi Transit Station bus parking area. In addition to a substantial volume of City
buses, this driveway is utilized by Regional Transit District buses. These large vehicles can be intimidating
to pedestrians walking across the intersection or along the easterly side of Sacramento Street. This
intersection does not meet Caltrans guidelines for considering a multi -way stop control due to low accident
frequency and overall traffic volumes; however, based on the desire to enhance pedestrian traffic along
Sacramento Street, staff does not object to the installation of a multi -way stop at this intersection.
This project is utilizing Federal Transportation Enhancement funding. Consistent with SB 286 and current
State Transportation Improvement Program guidelines, projects competing for these funds receive priority
for allocation if they utilize the services of Regional Conservation Corps. Staff recommends Council
authorize the City Manager to execute a Professional Services Agreement with the San Joaquin Regional
Conservation Corps for project landscaping in the amount of $22,700, as reflected in Exhibit B. This work
will take place separately from the construction project to avoid contractor conflicts.
The proposed project has been determined to be categorically excluded under the National Environmental
Protection Act (NEPA) by Caltrans and categorically exempt under the California Environmental Quality
Act (CEQA) by the Community Development Department, as reflected on Exhibit C and D, respectively.
The Public Works Department recommends that Council approve the plans and specifications and
authorize advertisement for bids for the project upon receipt of authorization from Caltrans.
The plans and specifications are on file in the Public Works Department. The planned bid opening date
is July 31, 2013.
FISCAL IMPACT: The estimated project cost is $1,284,000. There will be a slight increase in
the long-term maintenance of the decorative streetlights, landscape and
streetscape and a short-term decrease in street maintenance costs.
FUNDING AVAILABLE: Funding for the PSA will be from Federal Transportation Enhancement Funds
(331126). Funding for construction of the project will be identified at project
award.
Jordan Ayers
Deputy City Manager/Internal Services Director
F. Wally SIs
delin
Public Wo Director
Prepared by Charlie Swimley, City Engineer/Deputy Public Works Director
FWS/CES/pmf
Attachments
cc: Community Development Director
Senior Civil Engineer, Chang
City Engineer/Deputy Public Works Director
K:\WP\PROJECTS\STREETS\Sacramento Street\CPSA sacramento street.doc 05/29/2013
W
rco
2 IRr a SURILET AK (TYP) I�A�ti —
W I SECTi S&ALKCAD
Y r. .�I�` �./' I 221 21l ,ALJ. i. '� , • F 4' 101
_ � J
' I �
z
' 229' '� �,� :' =• 2,4 i �_ _ _ - I -qr
t � �: �.y �'� �� 1. V�► �'r.a d�
3,17
80'
DECORATIV
LED LIGHT
1 17 17 8
I I
ANGLE TRAVEL TRAVEL PARKING
PARKING
TYPICAL CROSS SECTION TREE WELL
IDERATIVE SIDE
J
105 101
LV
IOWA
DECORATIVE
LED -LIGHTS
7W
STREET FURNITURE--\
lop,
in
_K
QiU r 45
SACRAMENTO ST
Nx
6
S.CALET OAKTREE
to
Now
wool
PAVER INTERSECTION
ce)
IDEWALK--\
207
;jp,
9419 1
SCARLET OAK—/
ARAMENTO ST
irl- U,
r T
PAVER INTERS'E
STREET
-:.",FURNIT-6FiE
DECORATIV
o LED LIGHT
PAVER CROSSWALK
AGREEMENT FOR PROFESSIONAL SERVICES
ARTICLE 1
PARTIES AND PURPOSE
Section 1.1 Parties
THIS AGREEMENT is entered into on . 2013,
by and between the CITY OF LODI, a municipal corporation (hereinafter "CITY'), and
SAN JOAQUIN REGIONAL CONSERVATION CORP (hereinafter "CONTRACTOR").
Section 1.2 Purpose
CITY selected the CONTRACTOR to provide the services required in
accordance with attached Scope of Services, Exhibit A, attached and incorporated by
this reference.
CITY wishes to enter into an agreement with CONTRACTOR for Landscaping for
Sacramento Street Pedestrian Enhancements and Beautification Project (hereinafter
"Project") as set forth in the Scope of Services attached here as Exhibit A.
CONTRACTOR acknowledges that it is qualified to provide such services to CITY.
ARTICLE 2
SCOPE OF SERVICES
Section 2.1 Scope of Services
CONTRACTOR, for the benefit and at the direction of CITY, shall perform the
Scope of Services as set forth in Exhibit A.
Section 2.2 Time For Commencement and Completion of Work
CONTRACTOR shall commence work pursuant to this Agreement, upon receipt
of a written notice to proceed from CITY or on the date set forth in Section 2.6,
whichever occurs first, and shall perform all services diligently and complete work under
this Agreement based on a mutually agreed upon timeline or as otherwise designated in
the Scope of Services.
CONTRACTOR shall submit to CITY such reports, diagrams, drawings and other
work products as may be designated in the Scope of Services.
CONTRACTOR shall not be responsible for delays caused by the failure of CITY
staff to provide required data or review documents within the appropriate time frames.
The review time by CITY and any other agencies involved in the project shall not be
1
counted against CONTRACTOR's contract performance period. Also, any delays due to
weather, vandalism, acts of God, etc., shall not be counted. CONTRACTOR shall
remain in contact with reviewing agencies and make all efforts to review and return all
comments.
Section 2.3 Meetings
CONTRACTOR shall attend meetings as may be set forth in the Scope of
Services.
Section 2.4 Staffing
CONTRACTOR acknowledges that CITY has relied on CONTRACTOR's
capabilities and on the qualifications of CONTRACTOR's principals and staff as
identified in its proposal to CITY. The Scope of Services shall be performed by
CONTRACTOR, unless agreed to otherwise by CITY in writing. CITY shall be notified
by CONTRACTOR of any change of Project Manager and CITY is granted the right of
approval of all original, additional and replacement personnel at CITY's sole discretion
and shall be notified by CONTRACTOR of any changes of CONTRACTOR's project staff
prior to any change.
CONTRACTOR represents it is prepared to and can perform all services within
the Scope of Services (Exhibit A) and is prepared to and can perform all services
specified therein. CONTRACTOR represents that it has, or will have at the time this
Agreement is .executed, all licenses, permits, qualifications, insurance and approvals of
whatsoever nature are legally required for CONTRACTOR to practice its profession, and
that CONTRACTOR shall, at its own cost and expense, keep in effect during the life of
this Agreement all such licenses, permits, qualifications, insurance and approvals, and
shall indemnify, defend and hold harmless CITY against any costs associated with such
licenses, permits, qualifications, insurance and approvals which may be imposed against
CITY under this Agreement.
Section 2.5 Subcontracts
Unless prior written approval of CITY is obtained, CONTRACTOR shall not enter
into any subcontract with any other party for purposes of providing any work or services
covered by this Agreement.
Section 2.6 Term
The term of this Agreement commences on August 1, 2013 and terminates upon
the completion of the Scope of Services or on July 31, 2014, whichever occurs first.
2
ARTICLE 3
COMPENSATION
Section 3.1 Compensation
CONTRACTOR's compensation for all work under this Agreement shall conform
to the provisions of the Fee Proposal, attached hereto as Exhibit B and incorporated by
this reference.
CONTRACTOR shall not undertake any work beyond the scope of this
Agreement unless such additional work is approved in advance and in writing by CITY.
Section 3.2 Prevailing Wage
The Contractor agrees to conform to the provisions of Chapter 1, Part 7, Division
2 of the Labor Code. The Contractor and any Subcontractor will pay the general
prevailing wage rate and other employer payments for health and welfare, pension,
vacation, travel time, and subsistence pay, apprenticeship or other training programs.
The responsibility for compliance with these Labor Code requirements is on the prime
contractor.
Section 3.3 Contract Bonds
CONTRACTOR shall furnish two good and sufficient bonds:
1. A faithful performance bond in the amount of one hundred percent
(100%) of the contract price; and
2. A labor and materials bond in the amount of fifty percent (50%) of the
contract price.
These bonds will be required at the time the signed contract is returned to the
City.
Section 3.4 Method of Payment
CONTRACTOR shall submit invoices for completed work on a monthly basis, or
as otherwise agreed, providing, without limitation, details as to amount of hours,
individual performing said work, hourly rate, and indicating to what aspect of the Scope
of Services said work is attributable. CONTRACTOR's compensation for all work under
this Agreement shall not exceed the amount of the Fee Proposal.
Section 3.5 Costs
The Fee Proposal shall include all reimbursable costs required for the
performance of the Scope of Services. Payment of additional reimbursable costs
considered to be over and above those inherent in the original Scope of Services shall
be approved in advanced and in writing, by CITY.
3
Section 3.6 Auditing
CITY reserves the right to periodically audit all charges made by CONTRACTOR
to CITY for services under this Agreement. Upon request, CONTRACTOR agrees to
furnish CITY, or a designated representative, with necessary information and assistance
needed to conduct such an audit.
CONTRACTOR agrees that CITY or its delegate will have the right to review,
obtain and copy all records pertaining to performance of this Agreement.
CONTRACTOR agrees to provide CITY or its delegate with any relevant information
requested and shall permit CITY or its delegate access to its premises, upon reasonable
notice, during normal business hours for the purpose of interviewing employees and
inspecting and copying such books, records, accounts, and other material that may be
relevant to a matter under investigation for the purpose of determining compliance with
this requirement. CONTRACTOR further agrees to maintain such records for a period of
three (3) years after final payment under this Agreement.
ARTICLE 4
MISCELLANEOUS PROVISIONS
Section 4.1 Nondiscrimination
In performing services under this Agreement, CONTRACTOR shall not
discriminate in the employment of its employees or in the engagement of any sub
CONTRACTOR on the basis of race, color, religion, sex, sexual orientation, marital
status, national origin, ancestry, age, or any other criteria prohibited by law.
Section 4.2 ADA Compliance
In performing services under this Agreement, CONTRACTOR shall comply with
the Americans with Disabilities Act (ADA) of 1990, and all amendments thereto, as well
as all applicable regulations and guidelines issued pursuant to the ADA.
Section 4.3 Indemnification and Responsibility for Damage
CONTRACTOR to the fullest extent permitted by law, shall indemnify and hold
harmless CITY, its elected and appointed officials, directors, officers, employees and
volunteers from and against any claims, damages, losses, and expenses (including
reasonable attorney's fees), arising out of performance of the services to be performed
under this Agreement, provided that any such claim, damage, loss, or expense is
caused by the negligent acts, errors or omissions of CONTRACTOR, any subcontractor
employed directly by CONTRACTOR, anyone directly or indirectly employed by any of
4
them, or anyone for whose acts they may be liable, except those injuries or damages
arising out of the active negligence of the City of Lodi or its officers or agents.
Section 4.4 No Personal Liability
Neither the City Council, nor any other officer or authorized assistant or agent or
City employee shall be personally responsible for any liability arising under this
Agreement.
Section 4.5 Responsibility of CITY
CITY shall not be held responsible for the care or protection of any material or
parts of the work described in the Scope of Services prior to final acceptance by CITY,
except as expressly provided herein.
Section 4.6 Insurance Requirements for CONTRACTOR
CONTRACTOR shall take out and maintain during the life of this Agreement,
insurance coverage as set forth in Exhibit C attached hereto and incorporated by this
reference.
Section 4.7 Successors and Assigns
CITY and CONTRACTOR each bind themselves, their partners, successors,
assigns, and legal representatives to this Agreement without the written consent of the
others. CONTRACTOR shall not assign or transfer any interest in this Agreement
without the prior written consent of CITY. Consent to any such transfer shall be at the
sole discretion of CITY.
Section 4.8 Notices
Any notice required to be given by the terms of this Agreement shall be in writing
signed by an authorized representative of the sender and shall be deemed to have been
given when the same is personally served or upon receipt by express or overnight
delivery, postage prepaid, or three (3) days from the time of mailing if sent by first class
or certified mail, postage prepaid, addressed to the respective parties as follows:
To CITY: City of Lodi
221 West Pine Street
P.O. Box 3006
Lodi, CA 95241-1910
Attn: Charles Swimley, City Egineer/Deputy PW Director
To CONTRACTOR: San Joaquin Regional Conservation Corp
P.O. Box 213030
Stockton, CA 95213
Attn: Nicholas Mueller
5
Section 4.9 Cooperation of CITY
CITY shall cooperate fully and in a timely manner in providing relevant
information it has at its disposal relevant to the Scope of Services.
Section 4.10 CONTRACTOR is Not an Employee of CITY
CONTRACTOR agrees that in undertaking the duties to be performed under this
Agreement, it shall act as an independent contractor for and on behalf of CITY and not
an employee of CITY. CITY shall not direct the work and means for accomplishment of
the services and work to be performed hereunder. CITY, however, retains the right to
require that work performed by CONTRACTOR meet specific standards without regard
to the manner and means of accomplishment thereof.
Section 4.11 Termination
CITY may terminate this Agreement, with or without cause, by giving
CONTRACTOR at least ten (10) days written notice. Where phases are anticipated
within the Scope of Services, at which an intermediate decision is required concerning
whether to proceed further, CITY may terminate at the conclusion of any such phase.
Upon termination, CONTRACTOR shall be entitled to payment as set forth in the
attached Exhibit B to the extent that the work has been performed. Upon termination,
CONTRACTOR shall immediately suspend all work on the Project and deliver any
documents or work in progress to CITY. However, CITY shall assume no liability for
costs, expenses or lost profits resulting from services not completed or for contracts
entered into by CONTRACTOR with third parties in reliance upon this Agreement.
Section 4.12 Confidentiality
CONTRACTOR agrees to maintain confidentiality of all work and work products
produced under this Agreement, except to the extent otherwise required by law or
permitted in writing by CITY. CITY agrees to maintain confidentiality of any documents
owned by CONTRACTOR and clearly marked by CONTRACTOR as "Confidential' or
"Proprietary", except to the extent otherwise required by law or permitted in writing by
CONTRACTOR. CONTRACTOR acknowledges that CITY is subject to the California
Public Records Act.
Section 4.13 Applicable Law, Jurisdiction, Severability, and Attorney's Fees
This Agreement shall be governed by the laws of the State of California.
Jurisdiction of litigation arising from this Agreement shall be venued with the San
Joaquin County Superior Court. If any part of this Agreement is found to conflict with
applicable laws, such part shall be inoperative, null, and void insofar as it is in conflict
6
with said laws, but the remainder of this Agreement shall be in force and effect. In the
event any dispute between the parties arises under or regarding this Agreement, the
prevailing party in any litigation of the dispute shall be entitled to reasonable attorney's
fees from the party who does not prevail as determined by the San Joaquin County
Superior Court.
Section 4.14 City Business License Requirement
CONTRACTOR acknowledges that Lodi Municipal Code Section 3.01.020
requires CONTRACTOR to have a city business license and CONTRACTOR agrees to
secure such license and pay the appropriate fees prior to performing any work
hereunder.
Section 4.16 Captions
The captions of the sections and subsections of this Agreement are for
convenience only and shall not be deemed to be relevant in resolving any question or
interpretation or intent hereunder.
Section 4.16 Integration and Modification
This Agreement represents the entire understanding of CITY and
CONTRACTOR as to those matters contained herein. No prior oral or written
understanding shall be of any force or effect with respect to those matters covered
hereunder. This Agreement may not be modified or altered except in writing, signed by
both parties.
Section 4.17 Contract Terms Prevail
All exhibits and this Agreement are intended to be construed as a single
document. Should any inconsistency occur between the specific terms of this
Agreement and the attached exhibits, the terms of this Agreement shall prevail.
Section 4.18 Severability
The invalidity in whole or in part of any provision of this Agreement shall not void
or affect the validity of any other provision of this Agreement.
Section 4.19 Ownership of Documents
All documents, photographs, reports, analyses, audits, computer media, or other
material documents or data, and working papers, whether or not in final form, which
have been obtained or prepared under this Agreement, shall be deemed the property of
CITY. Upon CITY's request, CONTRACTOR shall allow CITY to inspect all such
documents during CONTRACTOR's regular business hours. Upon termination or
7
completion of services under this Agreement, all information collected, work product and
documents shall be delivered by CONTRACTOR to CITY within ten (10) calendar days.
CITY agrees to indemnify, defend and hold CONTRACTOR harmless from any
liability resulting from CITY's use of such documents for any purpose other than the
purpose for which they were intended.
Section 4.20 Authority
The undersigned hereby represent and warrant that they are authorized by the
parties to execute this Agreement.
Section 4.21 Federal Transit Funding Conditions
❑ If the box at left is checked, the Federal Transit Funding conditions attached as
Exhibit apply to this contract. In the event of a conflict between the terms of this
contract or any of its other exhibits, and the Federal Transit Funding Conditions, the
Federal Transit Funding Conditions will control.
IN WITNESS WHEREOF, CITY and CONTRACTOR have executed this
Agreement as of the date first above written.
ATTEST:
RANDI JOHL
City Clerk
CITY OF LODI, a municipal corporation
KONRADT BARTLAM, City Manager
APPROVED AS TO FORM: SJRCC
D. STEPHEN SCHWABAUER, City Attorney
JANICE D. MAGDICH, Deputy City Attorney
By:
Attachments:
Exhibit A — Scope of Services
Exhibit B — Fee Proposal
Exhibit C — Insurance Requirements
Funding Source:331126
(Business Unit & Account No.)
Doc ID:WP\Projects\PSAs\SJRegionalConsCorp
CA:rev.01.2012
8
By: _
Name:
Title:
Fyhihit A/R
J
SB JX*�W*oft"OW Kaki K)AQVIN R1 1 * 0. U
M�3ra.d asaiode CUNSLKVAfKV4LORIS
Date: March 29, 2013
To: Charles Swimley
Agency: City of Lodi Public Works Department
From: Nicholas Mueller, San Joaquin Regional Conservation Corps
Program Manager
RE: Lodi Landscape Project Phase 1
Charles,
Below is the proposal to cut 28 existing trees along 100 S. Sacramento Street, SJRCC will cut 28 trees, and remove
existing landscape along the post office frontage as specified by Charles Swimley. SJRCC will dispose brush, limbs,
shrubs, landscape and debris. SJRCC will provide 2 supervisors and 8 corpsmembers for six days for a total price of
TWELVE THOUSAND FIVE HUNDRED DOLLARS AND ZERO CENTS. SJRCC will provide all the equipment, staff,
corpsmembers, rental equipment, waste bins and materials needed to remove 28 trees and existing landscape along
the post office frontage.
Exhibit B, Attachment 1
NOTICE OF'PROPOSAL
San Joaquin County Office of Education (DBA San Joaquin Regional Conservation Corps)
Agrees to provide all labor,
San Joaquin Regional Conservation Corps agrees to provide to Charles Swimley (Lodi Landscape Project Phase
1) services as described herein:
Scope of work
• SJRCC will provide 2 supervisors and 8 corpsmembers working an 8 hour day Monday -Friday from 6:30 am-
3:00pm
• SJRCC will cut 28 trees located on Sacramento Street, and remove landscape along the post office frontage
• Corpsmembers will use Chain saws, pole pruners, a chipper, boom lift, hedge trimmers, and pruning shears to
cut down 28 trees, remove brush, tree limbs, shrubs, and existing landscape
• All corpsmembers will be in full safety gear and will follow safety protocols provided by SJRCCs site
supervisors
• SJRCC will provide the city of Lodi proper insurance documentation prior to project start date
• SJRCC will provide safety cones, signs and a safety plan to direct traffic during hours of operation
• SJRCC will rent a boom lift, chipper and multiple 40 yard dumpsters to remove debris
All work shall be completed for the lump sum price of TWELVE THOUSAND FIVE HUNDRED DOLLARS AND ZERO
CENTS.
Date: March 29, 2013
To: Charles Swimley
Agency: City of Lodi Public Works Department
From: Nicholas Mueller, San Joaquin Regional Conservation Corps
Program Manager
RE: Lodi Landscape Project Phase 2
Charles,
Below is the proposal to plant 22 Scarlet Oak, 94 Box Wood (Neewport Blue) and 33 Agapanthus (Lily of Nile) along
100 S. Sacramento Street, SJRCC will provide proper staking, supplies, and mulch needed to plant trees, and shrubs as
specified by Charles Swimley. SJRCC will provide 2 supervisors and 8 corpsmembers for six days for a total price of
TEN THOUSAND TWO HUNDRED DOLLARS AND ZERO CENTS. SJRCC will provide all the equipment, staff,
corpsmembers, stakes, mulch and materials needed to plant the above listed trees and shrubs.
Exhibit B, Attachment 1
NOTICE OFPROPOSAL
San Joaquin County Office of Education (DBA- San Joaquin Regional Conservation Corps)
Agrees to provide all labor,
San Joaquin Regional Conservation Corps agrees to provide to Charles Swimley (Lodi Landscape Project Phase
2) services as described herein:
Scope of work
• SJRCC will provide 2 supervisors and 8 corpsmembers working an 8 hour day Monday -Friday from 6:30 am-
3:00pm
• Contractor/City of Lodi will purchase 22 Scarlet Oak, 94 Box Wood (Neewport Blue) and 33 Agapanthus (Lily of
the Nile)
• Contractor will prepare the planting soil in the tree wells and planter area
• SJRCC will be responsible for planting 22 Scarlet Oak, 94 Box Wood (Neewport Blue) and 33 Agapanthus (Lily
of Nile) on 100 S. Sacramento Street
• SJRCC will be responsible for providing staking materials, installation of the trees and shrubs, and mulch
• Corpsmembers will use shovels, wheel barrows, post hole diggers and other equipment to complete this
project
• All corpsmembers will be in full safety gear and will follow safety protocols provided by SJRCCs site
supervisors
• SJRCC will provide the city of Lodi proper insurance documentation prior to project start date
• If needed SJRCC will provide safety cones, signs and a safety plan to direct traffic during hours of operation
• SJRCC will not need to rent any equipment for this phase of the project
All work shall be completed for the lump sum price of TEN THOUSAND TWO HUNDRED DOLLARS AND ZERO CENTS.
Exhibit C
� : 0
4L1�Q��a
Insurance Requirements for Contractor The Contractor shall take out and maintain during the life of this contract,
insurance coverage as listed below. These insurance policies shall protect the Contractor and any subcontractor
performing work covered by this contract from claims for damages for personal injury, including accidental death, as
well as from claims for property damages, which may arise from Contractor's operations under this contract, whether
such operations be by Contractor or by any subcontractor or by anyone directly or indirectly employed by either of
them, and the amount of such insurance shall be as follows:
COMPREHENSIVE GENERAL LIABILITY 2. COMPREHENSIVE AUTOMOBILE LIABILITY
$5,000,000 Ea. Occurrence $1,000,000 Bodily Injury - Ea. Person
$1,000,000 Bodily Injury - Ea. Occurrence
$1,000,000 Property Damage - Ea. Occurrence
NOTE: Contractor agrees and stipulates that any insurance coverage provided to the City of Lodi shall provide for a
claims period following termination of coverage which is at least consistent with the claims period or statutes of
limitations found in the California Tort Claims Act (California Government Code Section 810 et seq.).
NOTE: (1) The street address of the CITY OF LODI must be shown along with (a) and (b) above: 221 West Pine
Street, Lodi, California, 95241-1910; (2) The insurance certificate must state, on its face or as an endorsement, a
description of thern oiect that it is insuring.
A copy of the certificate of insurance with the following endorsements shall be furnished to the City:
(a) Additional Named Insured Endorsement
Such insurance as is afforded by this policy shall also apply to the City of Lodi, its elected and appointed
Boards, Commissions, Officers, Agents, Employees, and Volunteers as additional named insureds.
(This endorsement shall be on a form furnished to the City and shall be included with Contractor's policies.)
(b) Primary Insurance Endorsement
Such insurance as is afforded by the endorsement for the Additional Insureds shall apply as primary insurance.
Any other insurance maintained by the City of Lodi or its officers and employees shall be excess only and not
contributing with the insurance afforded by this endorsement.
(c) Completed Operations Endorsement
For three years after completion of project, a certificate of insurance with a Completed Operations
Endorsement, CG 20 37 070 04, will be provided to the City of Lodi.
(d) Severability of Interest Clause
The term "insured" is used severally and not collectively, but the inclusion herein of more than one insured shall
not operate to increase the limit of the company's liability.
(e) Notice of Cancellation or Change in Coverage Endorsement
This policy may not be canceled nor the coverage reduced by the company without 30 days' prior written notice
of such cancellation or reduction in coverage to the Risk Manager, City of Lodi, 221 W. Pine St., Lodi, CA
95240.
Compensation Insurance The Contractor shall take out and maintain during the life of this contract, Worker's
Compensation Insurance for all of Contractor's employees employed at the site of the project and, if any work is
sublet, Contractor shall require the subcontractor similarly to provide Worker's Compensation Insurance for all of the
latter's employees unless such employees are covered by the protection afforded by the Contractor. In case any
class of employees engaged in hazardous work under this contract at the site of the project is not protected under the
Worker's Compensation Statute, the Contractor shall provide and shall cause each subcontractor to provide
insurance for the protection of said employees. This policy may not be canceled nor the coverage reduced by the
company without 30 days' prior written notice of such cancellation or reduction in coverage to the Risk Manager, City
of Lodi, 221 W. Pine St., Lodi, CA 95240. A Waiver of Subrogation against the City of Lodi is required.
NOTE: No contract agreement will be signed nor will any work begin on a project until the proper insurance certificate
is received by the City.
CATEGORICAL EXEMPTION/CATEGORICAL EXCLUSION DETERMINATION FORM
10-Cft of Lodi RPSTPLE 5154 044
Dist. -Co. -Rte (or Local Agency) P.M/P M. E-A (State project) Federal -Aid Project No (Local project)/ Proi. No.
►Proi ect No.
PROJECT DESCRIPTION:
(Briefly descrtbe project, purpose, location, limits, right-of-way requirements, and activities involved in this box Use Continuation
ShWt ff "eMeWl
The City of Lodi proposes to reconstruct Sacramento Street from Lodi Avenue to Oak Street. This will include new decorative and
pedestrian friendly sidewalk improvements that will incorporate bow -outs at the intersections of Oak Street and Walnut Street.
upgrading comer and midblock pedestrian walkways to meet American with Disabilities (ADA) Standards and enhanced accessibility
The project also will include decorative street lighting, signage, street furniture and landscaping improvements. No right-of-way is
required
CEQA COMPLIANCE (for State Projects only)
Based on an examination of this proposal, supporting information, and the following statements (See 14 CCR 15300 et seg.):
If this project falls within exempt class 3, 4, 5, 6 or 11, it does not impact an environmental resource of hazardous or critical concern
where designated, m8pp officially adoptedpars law
• There will not be a` A in the same place- over time.
• There is not a real ® ® ® )5
e to unusual circumstances-
There
This project does n IresC
• This project is not located on a site included on any tet c;orttpiied pursuant to Govt. Code § 65962.5 ('Cortese List').
• This project does not cause a substantial adverse change in the significance of a historical resource.
CALTRANS CEQA DETERMINATION (Check one)
❑ Exempt by Statute. (PRC 21080[b]; 14 CCR 15260 et seq.)
Based on an examination of this proposal, supporting information, and the above statements. the project is.
❑ Categorically Exempt. Class _ (PRC 21084; 14 CCR 15300 et seq.)
❑ Categorically Exempt, General Rule exemption. [This project does not fall within an exempt class, but it can be seen with
certainty that there is no possibility that the activity may have a significant effect on the environment (CCR 15061(b][3])
Print Name: Environmental Branch Chief Print Name: Project Manager/DLA Engineer
Signature Date signature Date
NEPA COMPLIANCE
In accordance with 23 CFR 771.117, and based on an examination of this proposal and supporting information, the State has
,determined that this project:
I• does not individually or cumulatively have a significant impact on the environment as defined by NEPA and is excluded from the
requirements to prepare an Environmental Assessment (EA) or Environmental Impact Statement (EIS), and
1• has considered unusual circumstances pursuant to 23 CFR 771.117(b)
(htto:11www.fhwa.dot.govlheP123cfr771-him - sec.771.117).
In non -attainment or maintenance areas for Federal air quality standards. the project is either exempt from all conformity
requirements, or conformity analysis has been completed pursuant to 42 USC 7506(c) and40 CFR 93.126, 40 CFR 93.127-
40 CFR 93.128.
CALTRANS NEPA DETERMINATION (Check one)
® 23 USC 326: The State has been assigned. and hereby certifies that it has carried out, the responsibility to make this
determination pursuant to Chapter 3 of Title 23, United States Code, Section 326 and a Memorandum of Understanding (MOU )
dated ,lune 7, 2010, executed between the FHWA and the State. The State has determined that the project is a Categorical
Exclusion under:
J 23 CFR 771.117(c); activity (c)• )
{ b2 23 CFR 771.117(d): activity (d)(_j j
❑ Activity _ listed in Appendix A of the MOU between FHWA and the State
❑ 23 USC 327: Based on an examination of this proposal and supporting information, the State has determined that the project is a
CE under 23 USC 327
I Julie Nl, h ; Parminder Singh
iPrint Name: Environmental Star Chief Pri Name: Prod` ManegBrJD Engineer
I _
S' rs Date 5f9 lure
(Date of Categorical t_xclusidiiii. Checklist completion: 4112113 Date of EltR or "Wivalent. 4/12/1.3
Briefly list environmental commitments on continuation sheet_ Reference additional information, as appropriate (e.g., air quality
studies, documentation of conformity exemption. FHWA conformity determination if 23 USC 327 project; §106 commitments, §4(f),
§7 results: Wetlands Finding; Floodplain Finding; additional studies. and design conditions; Rr� ised Octoher 201
I'agv I al'
Notice of Exemption
To: Office of Planning and Research
P.O. Box 3044, Room 113
Sacramento, CA 95812-3044
County Clerk
County of: San Joaquin
44 North San Joaquin St, Suite 260
Stockton, CA 95201-1968
,L:-.-,.
From: (Public Agency): City of Lod
221 West Pine Street
Lodi, CA 95240 #1
(Address)
Project Title: Sacramento Street Pedestrian Enhancements and Beautification Project.
Project Applicant City of Lodi, Public Works Deparmtent
Project Location - Specific:
Township 3 North, Range 6 East, Mount Diablo Basin & Meridian. Lat. 38.1311, Lon. -121.2725
Appendix E
Project Location - City: Lodi Project Location - County: San Joaquin County
Description of Nature, Purpose and Beneficiaries of Project:
The project consists of reconstruction of Sacramento Street from Lodi Avenue to Oak Street. Existing
pavement has extensive cracks and is past its service life. The proposed project intends to improve the surface
quality of the roadway and enhance safety for both vehicles and pedestrians.
Name of Public Agency Approving Project: City of Lodi, Public Works Department
Name of Person or Agency Carrying Out Project: City of Lodi Public Works Department
Exempt Status: (check one):
❑ Ministerial (Sec. 21080(b)(1); 15268);
❑ Declared Emergency (Sec. 21080(b)(3); 15269(a));
❑ Emergency Project (Sec. 21080(b)(4); 15269(b)(c));
• Categorical Exemption. State type and section number: Existing Facilities. Section 15301,Class 4C
❑ Statutory Exemptions. State code number:
Reasons why project is exempt:
The proposed project is categorically exempt under Section 15301(C) of the State CEQA Guidelines. It is a
repair, maintenance and restoration of an existing public street involving no expansion of use.
Lead Agency Konradt Bartlam 209-333-6711
Contact Person: Area Code/Telephone/Extension:
If filed by applicant:
1. Attach certified document of exemption finding.
2. Has;kNgfte of Exemption been filed by the public agency approving the project?, ❑ Yes ❑ No
Signature: Date: !1-7Z— Title: Com. Development Dir,
[] Signed by Lead Agency ❑ Signed by Applicant
Authority cited: Sections 21083 and 21110, Public Resources Code. Date Received for filing at OPR: APR 2 3 [U
Reference: Sections 21108, 21152, and 21152.1, Public Resources Code.
Revised 2011
RESOLUTION NO. 2013-103
A RESOLUTION OF THE LODI CITY COUNCIL AUTHORIZING
THE CITY MANAGER TO EXECUTE A PROFESSIONAL SERVICES
AGREEMENT WITH SAN JOAQUIN REGIONAL CONSERVATION
CORPS FOR LANDSCAPING FOR SACRAMENTO STREET
PEDESTRIAN ENHANCEMENTS AND BEAUTIFICATION PROJECT
AND AMENDING TRAFFIC RESOLUTION NO. 97-148 BY APPROVING
MULTI -WAY STOP CONTROLS AT WALNUT STREET AND
SACRAMENTO STREET
WHEREAS, the Sacramento Street Pedestrian Enhancements and Beautification Project
is utilizing Federal Transportation Enhancement funding. Consistent with SB 286 and current
State Transportation Improvement Program guidelines, projects competing for these funds
receive priority for allocation if they utilize the services of Regional Conservation Corps; and
WHEREAS, staff recommends authorizing the City Manager to execute a Professional
Services Agreement with the San Joaquin Regional Conservation Corps for project landscaping
in the amount of $22,700; and
WHEREAS, the Sacramento Street Pedestrian Enhancements and Beautification Project
also includes the installation of multi -way stop controls at Walnut Street and Sacramento Street
to improve pedestrian safety and comfort at that location. The intersection is currently a
four-way intersection with stop controls on Walnut Street only; and
WHEREAS, the intersection does not meet Caltrans guidelines for considering a
multi -way stop control due to low accident frequency and overall traffic volumes, however,
based on the desire to enhance pedestrian traffic along Sacramento Street, staff does not object
to the installation of a multi -way stop at this intersection.
NOW, THEREFORE, BE IT RESOLVED that the Lodi City Council does hereby
authorize the City Manager to execute a Professional Services Agreement with San Joaquin
Regional Conservation Corps for landscaping for the Sacramento Street Pedestrian
Enhancements and Beautification Project in the amount of $22,700; and
BE IT FURTHER RESOLVED that the City Council does hereby approve amending
Traffic Resolution No. 97-148 by installing multi -way stop controls at Walnut Street and
Sacramento Street; and
BE IT FURTHER RESOLVED that City of Lodi Traffic Resolution No. 97-148, Section
2(C)(1) "Multi -Way Stop Intersections," is hereby amended by installing multi -way stop controls
at Walnut Street and Sacramento Street.
Dated: June 19, 2013
------------------------------------------------------------------------
------------------------------------------------------------------------
I hereby certify that Resolution No. 2013-103 was passed and adopted by the City
Council of the City of Lodi in a regular meeting held June 19, 2013, by the following vote:
AYES: COUNCIL MEMBERS — Hansen, Johnson, Katzakian, and
Mayor Nakanishi
NOES: COUNCIL MEMBERS — None
ABSENT: COUNCIL MEMBERS — Mounce
ABSTAIN: COUNCIL MEMBERS —None
JOHL
City Clerk
2013-103