Loading...
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