HomeMy WebLinkAboutAgenda Report - October 19, 2022 C-09CITY OF
flo Z
C A L I FO RN IA
COUNCIL COMMUNICATION
AGENDA ITEM C40q
AGENDA TITLE: Adopt Resolution Awarding Contract for State Route 99/Turner Road Interchange Project
to O.C. Jones & Sons, Inc., of Berkeley, California ($5,890,182.90); Authorize City
Manager to Execute Change Orders ($900,000); Authorize City Manager to Execute All
Funding Commitment Documents; and Appropriate Funds ($7,500,000)
MEETING DATE:
PREPARED BY
October 19, 2022
Public Works Director
RECOMMENDED ACTION: Adopt Resolution Awarding Contract for State Route 99/Turner Road
Interchange Project to O.C. Jones & Sons, Inc., of Berkeley, California
($5,890,182.90); Authorize City Manager to Execute Change Orders
($900,000); Authorize City Manager to Execute All Funding Commitment Documents; and Appropriate Funds
($7,500,000).
BACKGROUND INFORMATION: Since 2018, San Joaquin Council of Governments (SJCOG), in partnership
with California Department of Transportation (Caltrans), the City of Lodi,
and the design consultant, Dewberry Engineers Inc. (Dewberry), have
collaborated to prepare the necessary environmental clearance and design documents for constructing the
State Route 99 (SR99)/Turner Road Interchange Improvements (Project). The contract between SJCOG and
Dewberry has been expanded to provide the construction management services through Project completion.
The project improvements include the construction of a round -a -bout located near the southerly end of the
southbound Turner Road freeway off -ramp, widening Cherokee Lane (currently a one-way southbound roadway
segment) into a two-way facility between Pioneer Drive and Turner Road, including Class II bike lanes in both
directions and sidewalk on the westerly side of the roadway. The project also includes lengthening the
SR99/Turner Road Southbound on-ramp by 400 feet to provide longer acceleration distance to merge with
mainline traffic (Exhibit A).
Specifications for this project were originally approved by Council on March 16, 2022. The project was
advertised on September 1, 2022 and the City received the following seven bids on October 5, 2022:
Bidder
Location
Bid
Above/(Below)
Estimate
Engineer's Estimate:
$ 7,400,000.00
O.C. Jones & Sons, Inc.
Berkeley
$ 5,890,182.90
$
(1,509,817.10)
DeSilva Gates Construction
Dublin
$ 6,067,067.00
$
(1,332,933.00)
George Reed Inc.
Modesto
$ 6,366,200.00
$
(1,033,800.00)
Bay Cities Paving & Grading Inc.
Concord
$ 6,428,244.29
$
( 971,755.71)
A. Teichert & Son, Inc.
Roseville
$ 6,637,210.00
$
( 762,790.00)
Granite Rock Company
San Jose
$ 7,261,730.00
$
( 138,270.00)
Martin Brothers Construction
Sacramento
$ 7,997,709.75
$
597,709.75
APPROVED:..,,;.,..:,.:- i i;::, •ri
Stephen Schwabauer, City Manager
\\cvcfilv02\pubwks$\WP\PROJECTS\STREETS\TURNER\Turner_SR99 interchange improvements\CAward_Turner_99 Improvements 10_19 2022.docx
10/11/2022
Adopt Resolution Awarding Contract for State Route 99/Turner Road Interchange Project to O.C. Jones & Sons, Inc., of Berkeley, California ($5,890,182.90); Authorize
City Manager to Execute Change Orders ($900,000); Authorize City Manager to Execute All Funding Commitment Documents; and Appropriate Funds ($7,500,000)
October 19, 2022
Page 2
This project included a DBE participation goal of 21 percent. A review of the bid documents determined that
the low bidder, O.C. Jones & Sons Inc., did in fact comply with all DBE requirements and qualifies for contract
award. The total estimated project cost, including consultants and City staff time, is $7,500,000. Initial phases
of work are anticipated to begin in early 2023.
On August 17, 2022, Council Authorized the Public Works Director to Execute Amendment No. 1 to the
Cooperative Agreement with the State of California for the Interchange Improvements. This agreement
established the reimbursement mechanism of those Federal funds allocated for construction. A cooperative
agreement with SJCOG, and an additional agreement with the State of California remain necessary to
establish the reimbursement of Measure K and SBI funding that will be used to supplement the project costs.
Staff requests Council authorize the City Manager to execute the documents needed related to these funding
commitments as part of this Council action.
Staff would like to recognize SJCOG, Caltrans and Dewberry staff for their hard work and commitment towards
delivering this outstanding project for the City of Lodi. Without their collective effort, it could not have been
possible.
FISCAL IMPACT: The Project will establish a beautiful entrance to the City from SR99; and result in
minor additional landscape and roadway maintenance costs upon completion. The
project does not impact the General Fund.
FUNDING AVAILABLE: Funding is available from a combination of Federal, State and Local sources as
noted below:
Requested Appropriation -
Federal Transportation Improvement Program
(30799000.77020): $1,791,617
Measure K (30399000.77020) $1,200,000
Senate Bill 1 Gas Tax (31199000.77020): $4,508,383
TOTAL: $7,500,000
Andrew Keys
Andrew Keys
Deputy City Manager/Internal Services Director
O� - QU-Q
Char es E. Swimley, Jr.
Public Works Director
CES/CES/cd
0
z
SB SRBB
Capital Improvement Plan
FY 2022-2023
Project Title:
State Route 99/Turner Road Interchange
Munis Project Code:
CIP List Proj #
Section I: Description
District Nos:
2 Project Length Priority
Interchange improvements at State Route 99 and Turner Road.
Constructing a round -a -bout, widening of Cherokee Lane, bike lanes and sidewalk installation.
Justification/factor driving project
Additional Information
Section II: Estimated Proje
Expenditure
Contracts
Internal Staff
Miscellaneous
Total Capital Costs
Prior Years FY 21122
Estimate
$ -
$ -
$ -
$ -
$ - $ -
$
$
$
$
FY 22123 FY 23124
Budget
7,415,000
65,000
20,000
7,500,000 $ -
FY 24125 FY 25126 FY 26127 Future Yrs
$ - $ - $ - $ -
Total
$
7,415,000
$
65,000
$
20,000
$
-
$
7,500,000
Section III: Funding Sourc(
Funding Source(s) Prior Years FY 21122
Estimate
307- Federal Streets $
303 - Measure K Fund $
311 - CALTRANS Imp. Progr $ -
$ -
Total Project Financing $ - $ -
$
$
$
$
FY 22123 FY 23124
Budget
1,791,617
1,200,000
4,508,383
7,500,000 $ -
FY 24125 FY 25126 FY 26127 Future Yrs
$ - $ - $ - $ -
$
$
$
$
$
Total
1,791,617
1,200,000
4,508,383
-
7,500,000
STATE ROUTE 99/TURNER ROAD
INTERCHANGE PROJECT
On State Route 99
0.3 miles south N Lodi Overcrossing to
Turner Road Overcrossing
RTSTPL-5154(051)
CITY OF LODI, CALIFORNIA
THIS CONTRACT made by and
referred to as the "City," and O.0
referred to as the "Contractor."
WITNESSETH:
C40q
CONTRACT
between the CITY OF LODI, State of California, herein
. JONES & SONS, INC., a California corporation, herein
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
Information to Bidders
Certifications and Forms
General Provisions
Federal Requirements
Special Provisions
Bid Proposal
Contract
Contract Bonds
Federal Minimum Wage Rates
Plans
Addenda
The 2018 Edition,
Standard Specifications and
October 15, 2021
Revised Standard Specifications,
State of California,
Business and Transportation Agency,
Department of Transportation
City of Lodi Construction Specifications
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 11 - 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
10/12122
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,
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 under them, to -wit:
Excavation, grading, and constructing curb, gutter and sidewalk, paving, retaining walls,
traffic signal, lighting, traffic monitoring system, electrical system, striping and signage.
Perform the work necessary for construction a single -lane roundabout at the terminus of the SR
99 -Turner Rd southbound off-ramp/Turner Road/N Cherokee Lane, construction of a traffic signal at N.
Cherokee/Pioneer/SR99-Turner Rd southbound on-ramp, widening of North Cherokee Lane from the
roundabout to Pioneer Drive, and extension of the SR -99 southbound acceleration lane and other
incidental and related work, all as shown on these specifications for the above project, all as
shown on the plans and specifications for "STATE ROUTE 99/TURNER ROAD
INTERCHANGE PROJECT".
CONTRACT ITEMS
Item
Description
Qty
Unit
LS
Unit Price
Total
1
MOBILIZATION
1
$ 450,000.00
$ 450,000.00
2
CONSTRUCTION STAKING
POTHOLE UNDERGROUND UTILITY
1
1
LS
LS
$ 50,000.00
$ 50,000.00
3
$ 6,500.00
$ 6,500.00
4
LEAD COMPLIANCE PLAN
1
LS
$ 4,000.00
$ 4,000.00
5
PROGRESS SCHEDULE (CRITICAL PATH
1
LS
$ 3,500.00
$ 3,500.00
METHOD)
TIME RELATED OVERHEAD
WDAY
$ 1,800.00
$ 216,000.00
6
120
7
DISPUTE RESOLUTION BOARD ON-SITE
1
LS
$ 3,000.00
$ 3,000.00
MEETING
HOURLY OFF-SITE DISPUTED
g
1
LS
` $ 1,000.00
$ 1,000.00
RESOLUTION BOARD RELATED TASKS
—
2 10/12/22
Item
Description
Qty
Unit
Unit Price
Total
9
TRAFFIC CONTROL SYSTEM AND
1
LS
$ 115,000.00
$ 115,000.00
CONSTRUCTION NOTIFICATION
10
CONSTRUCTION AREA SIGNS
1
LS
$ 12,900.00
$ 12,900.00
$ 6,000.00
11
STATIONARY IMPACT ATTENUATOR
10
DAY
$ 600.00
VEHICLE
$ 1.75
12
TEMPORARY TRAFFIC STRIPE (TAPE)
5,500
LF
$ 9,625.00
13
$ 20.00
TEMPORARY PAVEMENT MARKING
42
SQFT
$ 840.00
(TAPE)
TEMPORARY PAVEMENT MARKER
80
EA
14
$ 4.00
$ 320.00
15
PORTABLE RADAR SPEED FEEDBACK
120
DAY
$ 85.00
$ 10,200.00
SIGN SYSTEM
16
PORTABLE FLASHING BEACONS
3
EA
$ 3,500.00
W
$ 10,500.00
$ 32,000.00
17
PORTABLE CHANGEABLE MESSAGE
4
EA
$ 8,000.00
SIGN
TEMPORARY RAILIING (TYPE K)
ALTERNATIVE TEMPORARY CRASH
18
2,740
LF
EA
$ 20.00
$ 54,800.00
19
2
$ 4,000.00
$ 8,000.00
CUSHION SYSTEMS
20
JOB SITE MANAGEMENT
1
LS
$ 30,000.00
$ 30,000.00
21
WATER POLLUTION CONTROL AND
1
LS
$ 30,000.00
$ 30,000.00
DUST CONTROL
$ 0.85
$ 5,950.00
22
TEMPORARY HYDROSEED
7,000
SQYD
23
TEMPORARY DRAINAGE INLET
13
EA
$ 285.00 $ 3,705.00
PROTECTION
24
TEMPORARY FIBER ROLL
$ 3.75 $ 37,500.00
$ 20,000.00 $ 20,000.00
10,000
LF
25
TEMPORARY CONSTRUCTION
1
LS
ENTRANCE
26
TEMPORARY CONCRETE WASHOUT
1
LS
$ 15,000.00
$ 15,000.00
27
REMOVE YELLOW THERMOPLASTIC
1,900
LF
$ 1.75
$ 3,325.00
TRAFFIC STRIPE (HAZARDOUS WASTE)
TREATED WOOD WASTE
REMOVE INLET
28
500
LB
$ 1.50
$ 750.00
29
7
EA
$ 1,700.00
$ 11,900.00
30
REMOVE PIPE
360
LF
$ 65.00
$ 23,400.00
31
REMOVE HEADWALL
1
EA
$ 3,000.00
$ 3,000.00
32
REMOVE FLARE END SECTION
2
EA
$ 950.00
$ 1,900.00
33
CLEARING AND GRUBBING
1
LS
$ 70,000.00
$ 70,000.00
10112122
Item
Description
Qty
Unit
Unit Price
Total
34
ROADWAY EXCAVATION
3,100
CY
$ 60.00
$ 35.00
$ 160.00
$ 100.00
$ 150.00
$ 2.00
$ 186,000.00
$ 18,795.00
$ 13,120.00
$ 51,800.00
35
36
STRUCTURAL EXCAVATION (RETAINING
WALL)
537
CY
STRUCTURAL EXCAVATION (GROUND
ANCHOR WALL)
STRUCTURAL BACKFILL (RETAINING
WALL)
82
CY
37
38
518
11
CY
STRUCTURAL BACKFILL (GROUND
A NCHOR WALL)
IMPORT BORROW
CY
$ 1,650.00
$ 910.00
39
455
CY
40
ROCK MULCH
11,900
SQFT
$ 4.00
$ 47,600.00
41
WEED GERMINATION
3,890
SQYD
$ 0.50
$ 1,945.00
42
CULTIVATION
3,890
SQYD
$ 2.00
$ 7,780.00
43
PACKET FERTILIZER
489
EA
$ 1.00
$ 489.00
44
SLOW-RELEASE FETILIZER
333
LB
$ 1.00
$ 333.00
45
SOIL AMENDMENT
39
CY
$ 140.00
$ 5,460.00
46
PLANT (GROUP A)
324
EA
$ 20.00
$ 6,480.00
47
PLANT (GROUP B)
141
EA
$ 40.00
$ 5,640.00
48
PLANT (GROUP U)
24
EA
$ 160.00
$ 3,840.00
49
PLANT ESTABLISHMENT WORK (3 YEAR)
1
LS
$ 90,000.00
$ 60.00
$ 90,000.00
50
WOOD MULCH
361
CY
$ 21,660.00
51
EDGING
1,470
LF
$ 23.00
$ 33,810.00
52
53
54
55
1" WYE STRAINER ASSEMBLY
CHECK AND TEST EXISTING IRRIGATION
FACILITIES
OPERATE EXISTING IRRIGATION
FACILITIES
CONTROL AND NUETRAL CONDUCTORS
(ARMOR -CLAD)
1
EA
$ 980.00
$ 2,000.00
$ 4,000.00
$ 980.00
1
LS
$ 2,000.00
$ 4,000.00
1
LS
1
LS
$ 18,000.00
$ 18,000.00
56
1" REMOTE CONTROL VALVE
4
EA
$ 980.00
$ 3,920.00
57
TREE WELL SPRINKLER ASSEMBLY
24
EA
$ 66.00
$ 1,584.00
58
RISER SPRINKLER ASSEMBLY
464
EA
$ 25.00
$ 11,600.00
59
SPRINKLER (TYPE C-2)
489
EA
$ 0.10
$ 48.90
10/12/22
Item
Description
Qty
Unit
Unit Price
Total
60
1" GATE VALVE
1
EA
EA
$ 980.00
$ 66.00
$ 980.00
$ 3,000.00
$ 4,890.00
61
2" GATE VALVE
1/2" PLASTIC PIPE (SCHEDULE 40) (FLEX
3
62
978
LF
$ 25.00
HOSE)
63
1" PLASTIC PIPE (SCHEDULE 40)
$ 35,760.00
5,960
LF
$ 0.10
(SUPPLY LINE)
1 1/2" PLASTIC PIPE (SCHEDULE 40)
796
LF
$ 5,572.00
64
$ 980.00
(SUPPLY LINE)
2" PLASTIC PIPE (SCHEDULE 40)
1,010
LF
$ 1,000.00
I $ 9,090.00
65
(SUPPLY LINE)_
3" PLASTIC PIPE (SCHEDULE 40)
231
LF
$ 5.00$
1
2,310.00
66
(SUPPLY LINE)
BALL VALVE
PVC PIPE CONDUIT
EA
$ 980.00
67
1
129
$ 6.00
68
LF
$ 7.00
$ 903.00
(SLEEVE)(2")(IRRIGATION CROSSOVER)
2" CORRUGATED HIGH DENSITY
$ 9.00
$ 600.00
69
12
LF
POLYETHYLENE PIPE CONDUIT
$ 800.00
70
4" CORRUGATED HIGH DENSITY 20
LF
$ 10.00
POLYETHYLENE PIPE CONDUIT
$ 7,800.00
71
6" WELDED STEEL PIPE CONDUIT
52
LF
$ 980.00
(IRRIGATION CROSSOVER)
72
77
$ 13,860.00
10" WELDED STEEL PIPE CONDUIT
LF
$ 7.00
(IRRIGATION CROSSOVER)
73
BOOSTER PUMP
1
EA
$ 25,000.00
$ 25,000.00
$ 4,942.00
74
DUFF (SQFT)
70,600
SQFT
$ 0.07
75
FIBER ROLLS
8,900
LF
$ 3.35
$ 29,815.00
76
HYDROSEED
70,600
SQFT
$ 0.08
$ 5,648.00
77
INCORPORATED MATERIALS
AGGREGATE BASE CLASS II
70,600
SQFT
$ 0.05
$ 3,530.00
78
2,250
CY
$ 105.00
$ 236,250.00
79
PRIME COAT
5
TON
$ 2,140.00
$ 10,700.00
80
HOT MIX ASPHALT (TYPE A)
RUBBERIZED HOT MIX ASPHALT (GAP
7,010
TON
$ 78.50
$ 550,285.00
81
1,100
TON
$ 185.00
$ 203,500.00
GRADED)
82
DATA CORE
1
LS
$ 5,000.00
$ 5.00
$ 5,000.00
$ 7,000.00
83
PLACE HOT MIX ASPHALT DIKE (TYPE E)
1,400
LF
10/12/22
Item
Description
Qty
Unit
Unit Price
Total
84
REMOVE ASPHALT CONCRETE DIKE
60
LF
$ 25.00
$ 1,500.00
85
COLD PLANE ASPHALT CONCRETE
2,000
SQYD
$ 10.00
$ 20,000.00
PAVEMENT
86
REMOVE ASPHALT CONCRETE
1,900
SQFT
$ 8.00
$ 15,200.00
PAVEMENT
87
GROUND ANCHOR (SUBHORIZONTAL)
31
EA
$ 4,400.00
$ 136,400.00
88
STRUCTURAL CONCRETE, RETAINING
263
CY
$ 942.00
$ 247,746.00
WALL
89
35
$ 3,000.00
STRUCTURAL CONCRETE, GROUND
CY
$ 105,000.00
ANCHOR WALL
MINOR STRUCTURES (MINOR
90
18
CY
$ 6,000.00
$ 108,000.00
STRUCTURE)
EA
$ 2,000.00
$ 2,000.00
91
CONCRETE COLLAR
1
92
ARCHITECTURAL TREATMENT
500
SQFT
$ 95.00
$ 47,500.00
93
BAR REINFORCING STEEL (RETAINING
25795
LB
$ 2.00
$ 51,590.00
WALL)
$ 43,309.00
94
BAR REINFORCING STEEL (GROUND
18830
LB
$ 2.30
ANCHOR WALL)
STRUCTURAL SHOTCRETE
38
CY
$ 1,375.00
$ 52,250.00
95 W
96
18" REINFORCED CONCRETE PIPE
400
LF
$ 175.00
$ 70,000.00
97
24" REINFORCED CONCRETE PIPE
1,150
LF
$ 180.00
$ 207,000.00
98
36" REINFORCED CONCRETE PIPE
18" CONCRETE FLARE END SECTION
4
2
LF
$ 2,350.00
$ 9,400.00
99
EA
$ 2,200.00
$ 4,400.00
100
24" CONCRETE FLARE END SECTION
3
EA
$ 2,300.00
$ 6,900.00
101
CONCRETED -ROCK SLOPE PROTECTION
30
CY
$ 450.00
$ 13,500.00
(LIGHT, 150 Ib, Class III, METHOD B)
102
ROCK SLOPE PROTECTION FABRIC
$ 15.00
$ 1,350.00
90
SQFT
(CLASS 8)
DETECTABLE WARNING SURFACE
103
100
SQFT
$ 75.00
$ 7,500.00
104
$ 1,184.00
$ 71,040.00
MINOR CONCRETE (CURB)
60
CY
105
MINOR CONCRETE (GUTTER) (LF)
116
LF
$ 82.00
$ 9,512.00
106
MINOR CONCRETE (GUTTER)(CY)
6
CY
CY
$ 808.00
$ 2,000.00
$ 4,848.00
107
MINOR CONCRETE (MISCELLANEOUS
2
$ 4,000.00
CONSTRUCTION)
MINOR CONCRETE (CURB AND GUTTER)
130
CY
$ 612.00
108
$ 79,560.00
10112122
Item
Description
Qty
Unit
Unit Price
Total
109
MINOR CONCRETE (STAMPED CONCRETE)
2,400
SQFT
$ 13.00
$ 31,200.00
110
MINOR CONCRETE (TRUCK APRON)
5,000
SQFT
$ 15.00
$ 75,000.00
111
MINOR CONCRETE (SIDEWALK)
160
CY
$ 538.00
$ 86,080.00
112
MINOR CONCRETE (CURB RAMP)
REMOVE CURB
10
CY
$ 1,525.00
$ 15,250.00
$ 20,000.00
113
2,000
LF
$ 10.00
114
PRE/POST CONSTRUCTION SURVEYS
MISCELLANEOUS IRON AND STEEL
2
EA
$ 1,750.00
$ 3,500.00
$ 10,000.00
$ 14,000.00
115
4,000
LB
$ 2.50
116
EMERGENCY VEHICLE PREEMPTION
SYSTEM
1
LS
$ 14,000.00
117
LIGHTING (CITY STREET)
1
LS
$ 240,000.00
$ 240,000.00
118
ANTI -GRAFFITI COATING
875
SF
$ 6.00
$ 5,250.00
119
120
REMOVE FENCE
400
LF
$ 9.00
$ 3,600.00
REMOVE PAVEMENT MARKER
80
EA
$ 1.00
$ 80.00
121
PAVEMENT MARKER
(RETROREFLECTIVE)
398
EA
$ 4.00
$ 1,592.00
122
OBJECT MARKER (TYPE P-1)
3
EA
$ 185.00
$ 555.00
123
OBJECT MARKER (TYPE L-1)
REMOVE ROADSIDE SIGN
6
EA
$ 65.00
$ 390.00
124
20
EA
$ 60.00
$ 175.00
$ 250.00
$ 1,200.00
125
RELOCATE ROADSIDE SIGN - SINGLE
POST
16
EA
$ 2,800.00
126
ROADSIDE SIGN - SINGLE POST
31
EA
$ 7,750.00
127
FURNISH SINGLE SHEET ALUMINUM
SIGN (0.063 -UNFRAMED)
MIDWEST GUARDRAIL SYSTEM (WOOD
POST)
VEGETATION CONTROL (MINOR
CONCRETE)
STEEL PEDESTRIAN RAILING
CABLE RAILING
234
360
190
SQFT
LF
SQYD
$ 24.50
$ 42.00
$ 138.00
$ 5,733.00
$ 15,120.00
$ 26,220.00
$ 61,560.00
128
129
130
540
LF
$114.00
131
115
LF
$76.00
$ 8,740.00
132
TRANSITION RAILING (TYPE WB -31)
4
EA
$ 5,325.00
$ 21,300.00
133
134
ALTERNATIVE IN-LINE TERMINAL
SYSTEM
PEDESTRIAN BARRICADE (TYPE 1)
1
EA
$ 4,050.00
$ 4,050.00
$ 2,500.00
2
EA
$ 1,250.00
10/12/22
Item
Description
Qty
Unit
Unit Price
Total
135
CONCRETE BARRIER (TYPE 60M)
600
LF
$ 211.00
$ 126,600.00
136
CONCRETE BARRIER (TYPE 60MD)
114
LF
$ 132.00
$ 15,048.00
137
ALTERNATIVE CRASH CUSHION
THERMOPLASTIC PAVEMENT MARKING
2
EA
$ 30,000.00
$ 60,000.00
138
1,500
SQFT
$ 10.00
$ 15,000.00
139
6" THERMOPLASTIC TRAFFIC STRIPE
15,000
LF
$ 1.25
$ 18,750.00
(ENHANCED WET NIGHT VISIBILITY)
140
$ 1.50
$ 4,305.00
8" THERMOPLASTIC TRAFFIC STRIPE
1,230
LF
(ENHANCED WET NIGHT VISIBILITY)
3,700
LF
J
$ 5,180.00
141
REMOVE THERMOPLASTIC TRAFFIC
$ 1.40
STRIPE
$ 5,950.00
142
12" RUMBLE STRIP (ASPHALT
17
STA
$ 350.00
CONCRETE PAVEMENT)
1
143
TRAFFIC MONITORING STATION SYSTEM
LS
$ 50,000.00
$ 15,000.00
$ 50,000.00
144
MODIFYING TRAFFIC MONITORING
1
LS
$ 15,000.00
STATIONS
MAINTAIN EXISTING TRAFFIC
i
145
MANAGEMENT SYSTEM ELEMENTS
1
LS
$ 5,100.00
$ 5,100.00
DURING CONSTRUCTION
SIGNAL AND LIGHTING SYSTEM
1
146
LS
$ 330,000.00
$ 330,000.00
147
FLASHING BEACON SYSTEM
1
LS
$ 43,000.00
$ 43,000.00
148
CAMERA SYSTEMS
1
1
LS
LS
$ 55,000.00
$ 55,000.00
149
MODIFYING LIGHTING SYSTEMS
$ 200,000.00
$ 200,000.00
LF= Linear Foot; SQFT= Square Foot; CF= Cubic Foot; CY= Cubic Yards; STA= Station (100 LF); LB=
Pounds; TON=Ton; EA= Each; LS=Lump Sum; WDAY= Working Day
TOTAL BID $ 5,890,182.94
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 liability for 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
8 10/12/22
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 120 WORKING DAYS, Permanent Erosion Control Plant Establishment Work
of 90 CALENDAR DAYS and Plant Establishment Work of 3 YEARS.
ARTICLE IX - State of California Senate Bill 854 requires the following:
No contractor or subcontractor may be listed on a bid proposal for a public works project
unless registered with the Department of Industrial Relations pursuant to Labor Code
section 1725.5 [with limited exceptions from this requirement for bid purposes only
under Labor Code section 1771.1(a)].
No contractor or subcontractor may be awarded a contract for public work on a public
works project unless registered with the Department of Industrial Relations pursuant to
Labor Code section 1725.5.
This project is subject to compliance monitoring and enforcement by the Department of
Industrial Relations.
ARTICLE X - Counterparts and Electronic Signatures
This Agreement and other documents to be delivered pursuant to this Agreement may be
executed in one or more counterparts, each of which will be deemed to be an original copy and
all of which, when taken together, will be deemed to constitute one and the same agreement or
document, and will be effective when counterparts have been signed by each of the parties and
delivered to the other parties. Each party agrees that the electronic signatures, whether digital
or encrypted, of the parties included in this Agreement are intended to authenticate this writing
and to have the same force and effect as manual signatures. Delivery of a copy of this
Agreement or any other document contemplated hereby, bearing an original manual or
electronic signature by facsimile transmission (including a facsimile delivered via the Internet),
by electronic mail in "portable document format" (".pdf') or similar format intended to preserve
the original graphic and pictorial appearance of a document, or through the use of electronic
signature software will have the same effect as physical delivery of the paper document bearing
an original signature.
WHEN SIGNING THIS CONTRACT, THE CONTRACTOR AGREES THAT THE TIME OF
COMPLETION FOR THIS CONTRACT IS REASONABLE AND 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.
9 10112122
IN WITNESS WHEREOF, the parties to these presents have hereunto set their hands the year
and date written below.
CONTRACTOR CITY OF LODI, a municipal corporation
L -*A
Title
M
STEPHEN SCHWABAUER
City Manager
Date:
Attest:
OLIVIA NASHED
City Clerk
(CORPORATE SEAL) Approved As To Form:
JANICE D. MAGDICH
City Attorney (�x
10 10112/22
STATE ROUTE 991TURNER ROAD
INTERCHANGE PROJECT
On State Route 99
0.3 miles south N Lodi Overcrossing to
Turner Road Overcrossing
RTSTPL-5154(051)
KNOW ALL MEN BY THESE PRESENTS:
CONTRACT SURETY BOND
(Labor and Materials)
Bond No,
WHEREAS, the CITY OF LODI, a municipal corporation, hereinafter designated "Beneficiary",
and O.C. JONES & SONS, INC., a California corporation, hereinafter designated "Principal",
have entered into a contract for the construction of " STATE ROUTE 991TURNER ROAD
INTERCHANGE PROJECT On State Route 99 0.3 miles south N Lodi Overcrossing to
Turner Road Overcrossing RTSTPL-5154(051)," (the "Contract") which Contract is on file in
the office of the Public Works Director of the City of Lodi, reference to which is hereby made,
and which is hereby incorporated herein and made a part hereof; and
WHEREAS, said Principal has agreed and is obligated by the terms of said Contract to do and
perform certain work and to discharge and perform and carry out certain other obligations in
said Contract in accordance with the terms and provisions of said Contract, with the plans and
specifications adopted therefor and incorporated therein and now on file with and in the office of
the Public Works Director of the City of Lodi, and with all applicable ordinances, rules and
regulations of the City of Lodi; and
WHEREAS, under the terms of the Contract, and section 9550(a) of the California Civil Code
(the "Civil Code"), Principal is required, to file a good and sufficient payment bond with the City
of Lodi for labor performed and materials furnished for the aforesaid work and to secure the
claims to which reference is made in Title 3 (commencing with Section 9000) of Part 6 of
Division 4 of the Civil Code with respect to such work;
NOW THEREFORE, we, said Principal, as Principal, and
,a
corporation, duly organized and existing under the laws of the State of and
duly authorized to transact business in the State of California, as Surety, are held firmly bound
unto the City of Lodi and all contractors, subcontractors, laborers, material suppliers, and other
persons employed in the performance of the Contract and referred to in Title 3 (commencing
with Section 9000) of Part 6 of Division 4 of the Civil Code , said persons collectively referred to
hereinafter as "Beneficiaries", in the sum of Five Million Eight Hundred Ninety Thousand
One Hundred Eighty Two and 901100 Dollars ($5,890,182.90)iawful money of the United
States of America, for materials furnished or labor thereon of any kind, or for amounts due
under the Unemployment Insurance Act with respect to this work or labor, that the Surety will
pay the same in an amount not exceeding the amount hereinabove set forth, and also in case
suit is brought upon this bond, will pay, in addition to the face amount thereof, costs and
reasonable expenses and fees, including reasonable attorney's fees, incurred by the City of
Lodi in enforcing this obligation, to be awarded and fixed by the court, and to be taxed as costs
and to be included in the judgment therein rendered.
It is hereby expressly stipulated and agreed that this bond shall inure to the benefit of any and
all persons, companies, and corporations entitled to file claims under Title 3 (commencing with
LMBOND -1 -
Section 9000) of Part 6 of Division 4 of the Civil Code, so as to give a right of action to them or
their assigns in any suit brought upon this bond.
THE CONDITION OF THIS OBLIGATION IS SUCH THAT, if said Principal or Principal's
subcontractors shall fail to pay for any materials or supplies used in, upon, for, or about the
performance of the aforesaid work under the aforesaid Contract, or for any work or labor of any
kind thereon, or for any sums of money due under the Unemployment Insurance Act of the
State of California with respect to such work or labor, or for any sums of money due persons
entitled to file claims under Title 3 (commencing with Section 9000) of Part 6 of Division 4 of the
Civil Code with respect to such materials, supplies, work, or labor, the aforesaid Surety will pay
in full the claims of all claimants, the same in an amount not to exceed the sum of this bond
specified above, and also in case suit is brought upon this bond, will pay in addition to the face
amount thereof, costs and reasonable expenses and fees, including reasonable attorney's fees,
incurred by Beneficiaries in enforcing this obligation, to be awarded and fixed by the court, and
to be taxed as costs and to be included in any judgment therein rendered.
Surety, for value received, hereby stipulates and agrees that no change, extension of time,
alteration, or addition to the terms of the Contract or to the work to be performed thereunder or
the plans and specifications accompanying the same shall in anywise affect its obligation on
this bond, and it hereby waives notice of any such change, extension of time, alteration or
addition to the terms of the Contract or to the work or to the plans and specifications.
Surety, by the execution of this bond, represents and warrants that Surety is an "admitted
surety insurer" as defined in California Code of Civil Procedure section 995.120(a), that this
bond has been duly executed by said Principal with proper authority, and Surety hereby waives
any defense which it might have by reason of any failure of Principal to properly execute this
bond.
In the event suit is brought upon this bond and judgment is recovered by Beneficiaries, Principal
and Surety, jointly and severally, shall be liable to Beneficiaries for court costs and for
reasonable attorney's fees as an additional obligation under this bond.
IN WITNESS WHEREOF, this bond has been executed by the aforesaid Principal and Surety
on
SURETY:
NAIC No.
By
Agent
MOND - 2 -
PRINCIPAL:
By:
(CORPORATE SEAL)
Address
APPROVED AS TO FORM:
Janice D. Magdich, City Attorney
10
LMBOND - 3 -
Address
CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE 41189
A notary public or other officer completing this certificate verifies only the identity of
the individual who signed the document to which this certificate is attached, and not
the truthfulness, accuracy, or validity of that document.
STATE OF CALIFORNIA
COUNTY OF
On
Date
personally appeared
before me,
Here Insert Name, Title of the Officer - e.g., 'Jane Doe, Notary Public"
Name(s) of Signer(s)
Who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s)
is/are subscribed to the within instrument and acknowledged to me that he/she/they executed
the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the
instrument the person(s), or the entity upon behalf of which the person(s) acted, executed
the instrument.
I certify under PENALTY OF PERJURY under the law of the State of California that the
foregoing paragraph is true and correct.
WITNESS my hand and official seal.
Signature
LMBOND - 4 -
STATE ROUTE 99/TURNER ROAD
INTERCHANGE PROJECT
On State Route 99
0.3 miles south N Lodi Overcrossing to
Turner Road Overcrossing
RTSTPL-5154(051)
KNOW ALL MEN BY THESE PRESENTS:
CONTRACT SURETY BOND
(Faithful Performance)
Bond No,
WHEREAS, the CITY OF LODI, a municipal corporation, hereinafter designated
"Beneficiary", and O.C. JONES & SONS, INC., a California corporation, hereinafter
designated "Principal", have entered into, each with the other, a contract for the construction
of "STATE ROUTE 99/TURNER ROAD INTERCHANGE PROJECT On State Route 99 0.3
miles south N Lodi Overcrossing to Turner Road Overcrossing RTSTPL-5154(051),"
(the "Contract") which Contract is on file in the office of the Public Works Director of the
City of Lodi, reference to which is hereby made, and which is hereby incorporated herein and
made a part hereof, and
WHEREAS, said Principal has agreed and is obligated by the terms of said Contract to do
and perform certain work, guarantee said work for a period of one year, and to discharge and
perform and carry out certain other obligations in said Contract in accordance with the terms
and provisions of said Contract, with the plans and specifications adopted therefor and
incorporated therein and now on file with and in the office of the Public Works Director of the
City of Lodi and with all applicable ordinances, rules and regulations of the City of Lodi, and
WHEREAS, said Principal is required under the terms of said Contract to furnish a bond for
faithful performance of said Contract,
NOW, THEREFORE, we, said Principal, as Principal, and
(a Corporation, company, etc.), duly organized and existing under the laws of the State of
, and duly authorized to transact business in the State of California,
as Surety, are held and firmly bound to said Beneficiary in the sum of Five Million Eight
Hundred Ninety Thousand One Hundred Eighty Two and 90/100 Dollars
($5,890,182.90), lawful money of the United States of America, to be paid to said
Beneficiary, for the payment of which sum well and truly to be made we and each of us bind
ourselves and our heirs, executors, administrators, successors and assigns, jointly and
severally, firmly by these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH that, if the above -bounden Principal, or
Principal's successors or assigns, shall in all things stand to and abide by and well and truly
keep and perform each and all of the covenants, terms, conditions and obligations in said
Contract on the Principal's part to be kept and performed, and any and all alterations thereof
made as therein provided at the time and in the manner therein specified, and in all respects
according to their true intent and meaning, and shall release, defend, hold harmless and
indemnify Beneficiary and its officers, employees and agents as therein stipulated, then this
obligation shall become null and void; otherwise it shall be and remain in full force and effect.
As a part of the obligation secured hereby and in addition to the face amount specified
thereof, there shall be included costs and reasonable expenses and fees, including
FPBOND - 1 -
reasonable attorney's fees, incurred by the City of Lodi in enforcing such obligation, all to be
taxed as costs and included in any judgment rendered.
Surety, for value received, hereby stipulates and agrees that no change, extension of time,
alteration or addition to the terms of the Contract or to the work to be performed thereunder
or the plans and specifications accompanying the same shall in anywise affect its obligation
on this bond, and it hereby waives notice of any such change, extension of time, alteration, or
addition to the terms of the Contract or to the work or to the plans and specifications.
Surety, by the execution of this bond, represents and warrants that Surety is an "admitted
surety insurer" as defined in California Code of Civil Procedure section 995.120(a), that this
bond has been duly executed by said Principal with proper authority, and Surety hereby
waives any defense which it might have by reason of any failure of Principal to properly
execute this bond.
In the event suit is brought upon this bond and judgment is recovered by Beneficiary,
Principal and Surety, jointly and severally, shall be liable to Beneficiary for court costs and for
reasonable attorney's fees.
IN WITNESS WHEREOF, this bond has been executed by the aforesaid Principal and Surety
on
SURETY:
NAIC No.
By:
Agent
Address
APPROVED AS TO FORM:
PRINCIPAL:
By:
Janice D. Magdich, City Attorney
FPBOND - 2
(CORPORATE SEAL)
Address
CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE 41189
A notary public or other officer completing this certificate verifies only the identity of
the individual who signed the document to which this certificate is attached, and not
the truthfulness, accuracy, or validity of that document.
STATE OF CALIFORNIA
COUNTY OF
On before me,
Date
personally appeared
Here Insert Name, Title of the Officer- e.g., 'Vane Doe, Notary Public"
Name(s) of Signer(s)
Who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s)
is/are subscribed to the within instrument and acknowledged to me that he/she/they executed
the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the
instrument the person(s), or the entity upon behalf of which the person(s) acted, executed
the instrument.
certify under PENALTY OF PERJURY under the law of the State of California that the
foregoing paragraph is true and correct.
WITNESS my hand and official seal.
Signature
FPBOND - 3 -
RESOLUTION NO. 2022-248
A RESOLUTION OF THE LODI CITY COUNCIL AWARDING THE CONTRACT
FOR THE STATE ROUTE 99/TURNER ROAD INTERCHANGE PROJECT TO
O.C. JONES & SONS, INC., OF BERKELEY; AUTHORIZING THE
CITY MANAGER TO EXECUTE CHANGE ORDERS; AUTHORIZING THE
CITY MANAGER TO EXECUTE ALL FUNDING COMMITMENT DOCUMENTS;
AND FURTHER APPROPRIATING FUNDS
WHEREAS, since 2018, San Joaquin Council of Governments (SJCOG), California
Department of Transportation (Caltrans), the City of Lodi, and the design consultant, Dewberry
Engineers, Inc., (Dewberry) have collaborated to prepare the necessary environmental
clearance and design documents for constructing the State Route 99 (SR99)/Turner Road
Interchange Improvements (Project); and
WHEREAS, the contract between SJCOG and Dewberry has been expanded to provide
the construction management services through Project completion; and
WHEREAS, the project improvements include the construction of a roundabout located
near the southerly end of the southbound Turner Road freeway off -ramp, and widening
Cherokee Lane (currently a one-way southbound roadway segment) into a two-way facility
between Pioneer Drive and Turner Road, including Class II bike lanes in both directions and
sidewalk on the westerly side of the roadway; and
WHEREAS, the project also includes lengthening the SR99/Turner Road southbound
on-ramp by 400 feet to provide a longer acceleration distance to merge with mainline traffic;
and
WHEREAS, specifications for this project were approved by Council on March 16, 2022,
the project was advertised on September 1, 2022, and the City received the following seven
bids on October 5, 2022:
Bidder
Location
Bid
Above/(Below)
Estimate
Engineer's Estimate:
$ 7,400,000.00
O.C. Jones & Sons, Inc.
Berkeley
$ 5,890,182.90
$
(1,509,817.10)
DeSilva Gates Construction
Dublin
$ 6,067,067.00
$
(1,332,933.00)
George Reed, Inc.
Modesto
$ 6,366,200.00
$
(1,033,800.00)
Bay Cities Paving & Grading, Inc. Concord
$ 6,428,244.29
$
( 971,755.71)
A. Teichert & Son, Inc.
Roseville
$ 6,637,210.00
$
( 762,790.00)
Granite Rock Company
San Jose
$ 7,261,730.00
$
( 138,270.00)
Martin Brothers Construction
Sacramento
$ 7,997,709.75
$
597,709.75
WHEREAS, this project included a DBE participation goal of 21 percent. A review of the
bid documents determined that the low bidder, O.C. Jones & Sons, Inc., did in fact comply with
all DBE requirements and qualifies for contract award; and
WHEREAS, on August 17, 2022, Council authorized the Public Works Director to
execute Amendment No. 1 to the Cooperative Agreement with the State of California for the
interchange improvements that established the reimbursement mechanism of those Federal
funds allocated for construction; and
WHEREAS, a Cooperative Agreement with SJCOG and an additional agreement with
the State of California remain necessary to establish the reimbursement of Measure K and SB1
funding that will be used to supplement the project costs; and
WHEREAS, staff recommends awarding the contract for the State Route 99/Turner
Road Interchange Project to O.C. Jones & Sons, Inc., of Berkeley, in the amount of
$5,890,182.90; and
WHEREAS, staff further recommends authorizing the City Manager to execute change
orders in an amount not to exceed $900,000; and
WHEREAS, staff further recommends authorizing the City Manager to execute all
funding commitment documents; and
WHEREAS, staff further recommends appropriating funds in the amount of $1,791,617
from the Federal Transportation Improvement Program (30799000.77020), $1,200,000 from the
Measure K Fund (30399000.77020), and $4,508,383 from Senate Bill 1 Gas Tax
(31199000.77020).
NOW, THEREFORE, BE IT RESOLVED that the Lodi City Council does hereby award
the contract for the State Route 99/Turner Road Interchange Project to O.C. Jones & Sons,
Inc., of Berkeley, California, in the amount of $5,890,182.90; and
BE IT FURTHER RESOLVED that the Lodi City Council does hereby authorize the
City Manager to execute the contract and change orders in an amount not to exceed $900,000;
and
BE IT FURTHER RESOLVED that the Lodi City Council does hereby authorize the
City Manager to execute all funding commitment documents; and
BE IT FURTHER RESOLVED that the Lodi City Council does hereby appropriate funds
in the amount of $1,791,617 as set forth above; and
BE IT FURTHER RESOLVED, pursuant to Section 6.3q of the City Council Protocol
Manual (adopted 11/6/19, Resolution No. 2019-223), the City Attorney is hereby authorized to
make minor revisions to the above -referenced document(s) that do not alter the compensation
or term, and to make clerical corrections as necessary.
Dated: October 19, 2022
I hereby certify that Resolution No. 2022-248 was passed and adopted by the City
Council of the City of Lodi in a regular meeting held October 19, 2022 by the following votes:
AYES: COUNCIL MEMBERS — Hothi, Khan, Kuehne, Nakanishi, and
Mayor Chandler
NOES: COUNCIL MEMBERS — None
ABSENT: COUNCIL MEMBERS — None
ABSTAIN: COUNCIL MEMBERS — None
OLIVIA NASHED
City Clerk
2022-248