Skip to main content
Manteca CA banner
File #: 25-339    Version: 1 Name:
Type: Consent Status: Agenda Ready
File created: 6/19/2025 In control: CITY COUNCIL
On agenda: 7/30/2025 Final action:
Title: Adopt a resolution determining George Reed, Inc. to be the lowest, responsive, and responsible bidder for the Safe Routes to School Project CIP 23006 (areas surrounding Manteca High School, Sierra High School, Golden West Elementary School, Shasta Elementary School, Stella Brockman Elementary School, and Brock Elliott Elementary School); awarding the construction contract for CIP 23006 to George Reed, Inc. in an amount of $3,654,700; approving a project budget contingency of $235,680; amending the 2025-26 Capital Improvement Plan to appropriate $2,414,045 in Measure K funding (Fund 440) Active Transportation Project Cycle 7 in revenues and appropriate $2,414,045 to CIP No. 23006; allocate $500,000 in Measure Q funding to CIP No. 23006; and authorizing the City Manager or their designee to take all appropriate actions necessary to carry out the purpose and intent of the resolution.
Attachments: 1. Attachment 1 - Resolution, 2. Attachment 2 - Construction Contract, 3. Attachment 3 - Project Location Map
Date Ver.Action ByActionResultAction DetailsMeeting DetailsVideo
No records to display.

0City Council Agenda

Memo to:

Manteca City Council

 

 

From:

Kevin Jorgensen II, Director of Engineering / City Engineer

 

 

Prepared by:

Alex Machuca, Assistant Engineer; Beshoy Demyan Senior Enginner; Somporn Boonsalat, Deputy Director of Engineering

 

 

Date:

July 30, 2025

 

 

Subject:

CIP 23006 Safe Routes to School - Award for Project Construction

 

Recommendation:

title    

Adopt a resolution determining George Reed, Inc. to be the lowest, responsive, and responsible bidder for the Safe Routes to School Project CIP 23006 (areas surrounding Manteca High School, Sierra High School, Golden West Elementary School, Shasta Elementary School, Stella Brockman Elementary School, and Brock Elliott Elementary School); awarding the construction contract for CIP 23006 to George Reed, Inc. in an amount of $3,654,700; approving a project budget contingency of $235,680; amending the 2025-26 Capital Improvement Plan to appropriate $2,414,045 in Measure K funding (Fund 440) Active Transportation Project Cycle 7 in revenues and appropriate $2,414,045 to CIP No. 23006; allocate $500,000 in Measure Q funding to CIP No. 23006; and authorizing the City Manager or their designee to take all appropriate actions necessary to carry out the purpose and intent of the resolution.

 

body

Background:

The Safe Routes to School Project CIP 23006 (“Project”) is focused on improvements in the areas surrounding Manteca High School, Sierra High School, Golden West Elementary School, Shasta Elementary School, Stella Brockman Elementary School, and Brock Elliott Elementary School. The project includes the installation of enhanced pedestrian crossings, ADA-compliant curb ramps and sidewalks, a new pedestrian hybrid beacon, and a traffic signal. These improvements aim to enhance pedestrian access and ensure safer travel for students attending the six schools in Manteca.

 

In 2022 the City of Manteca (“City”) was awarded $1.5 million in funding from the Measure K, Safe Route to School Program funding from the San Joaquin Council of Governments (“SJCOG”) for the Safe Routes to School Project (CIP 23006).

 

On February 27, 2025, the City was awarded $3,814,045 in Regional ATP Cycle 7 Measure K grant funding (“ATP Cycle 7”) by SJCOG. Staff recommended allocating $1,400,000 of the ATP Cycle 7 to the Main Street (CIP 20005 / $1,000,000) and Wawona Bike and Pedestrian Improvement Projects (CIP 25019 / $400,000), with the remaining $2,414,045 funds to be utilized for the Safe Routes to School Project (CIP 23006).

 

In April 2024, the City approved a professional services agreement with Sanderson Bellecci Co. for preparation of project plans, specifications, and estimates (“PS&E”). The PS&E was approved by City Council on June 17, 2025 and advertised on July 1, 2025.

 

The following bids were received and opened on July 21, 2025:

                     George Reed, Inc.                                                                                    $3,654,700.00

                     United Pavement Maintenance                                          $3,675,330.10

                     FBD Vanguard Construction, Inc.                                          $3,809,494.00

                     California Highway Construction Group                     $3,816,198.00

                     Dirt Dynasty, Inc.                                                                                    $3,974,735.00

                     Tom Mayo Construction, Inc.                                          $4,617,527.94

                     Martin Brothers Construction                                          $5,075,471.20

 

The low bid was within the Engineer’s expected cost range.

 

Fiscal Impact:

 

Staff recommend Council approve the following actions:

1.                     Appropriate $2,414,045 in Measure K (Fund 440) ATP Cycle 7 in revenue funding and appropriate $2,414,045 to CIP No. 23006

2.                     Allocate $500,000 in Measure Q (Fund 105) funding to CIP No. 23006

 

The expense breakdown of the total project cost is as follows:

 

Description

Original Contract

Contingency

Estimate

Total

Design

$260,630.00

$13,035.00

 

$273,665.00

Construction

$3,654,700.00

 

 

$3,654,700.00

Project Contingency

 

 

$235,680.00

$235,680.00

Construction Management

 

 

$250,000.00

$250,000.00

Total

$3,915,330.00

$13,035.00

$485,680.00

$4,414,045.00

 

The project funding breakdown is as follows:

 

Description

Amount

Measure K Safe Route to School Grant

$1,500,000

Measure K Regional ATP Grant

$2,414,045

City ATP match requirement (Measure Q)

$500,000

Total

$4,414,045.00

 

Documents Attached:

1.                     Attachment 1 - Resolution

2.                     Attachment 2 - Construction Contract

3.                     Attachment 3 - Project Location Map