HomeMy WebLinkAbout03-27-2020 Construction Agreement with R.E. Schultz Construction, Inc.DocuSign Envelope ID: F7869A41-C286-4FB3-BD39-F1434EOA7EO3�
A GREEMENT
THIS AGREEMENT, made on 3/27/2020 , by and between the City of San Luis
Obispo, a municipal corporation and charter city, San Luis Obispo County, California
(hereinafter called the Owner) and R.E. Schultz Construction, Inc. (hereinafter called the
Contractor).
WITNESSETH:
That the Owner and the Contractor for the consideration stated herein agree as follows:
ARTICLE 1, SCOPE OF WORK: The Contractor shall perform everything required to be
performed, shall provide and furnish all of the labor, materials, necessary tools,
expendable equipment, and all utility and transportation services required to complete all
the work of construction of
ISLAY HILL PARK PLAYGROUND RENOVATION PROJECT, SPECIFICATION NO.
91654
in strict compliance with the plans and specifications therefor, including any and all
Addenda, adopted by the Owner, in strict compliance with the Contract Documents
hereinafter enumerated.
It is agreed that said labor, materials, tools, equipment, and services shall be furnished and
said work performed and completed under the direction and supervision and subject to the
approval of the Owner or its authorized representatives.
ARTICLE II, CONTRACT PRICE: The Owner shall pay the Contractor as full consideration
for the faithful performance of this Contract, subject to any additions or deductions as
provided in the Contract Documents, the contract prices as follows:
Item
Item
Unit of
Estimated
Item Price
Total
No.
Measure
Quantity
(in figures)
(in figures)
1
WATER POLLUTION /
LS
1
$11,200.00
$11,200.00
EROSION CONTROL
2.
TRAFFIC CONTROL PLAN
LS
1
$3,000.00
$3,000.00
3.
REMOVE & DISPOSE PLAY
LS
1
$12,000.00
$12,000.00
EQUIPMENT &
FOUNDATIONS
4.
REMOVE & DISPOSE
LS
1
$16,500.00
$16,500.00
RUBBER SURFACING &
SAND
5.
REMOVE & DISPOSE PLAY
LS
1
$4,000.00
$4,000.00
AREA CONTAINMENT CURB
- -- -- ... .......... ..... ... ....... ... . . .
DocuSign Envelope ID: F7869A41-C286-4FB3-BD39-F1434EOA7EO3
6.
REMOVE & DISPOSE
EA
2
$500.00
$1,000.00
PICNIC TABLE (CONCRETE)
7.
REMOVE & DISPOSE
EA
2
$500.00
$1,000.00
BENCH (CONCRETE)
8.
REMOVE & DISPOSE ADA
EA
2
$250.00
$500.00
SIGN POLES AND
FOOTINGS
9.
RELOCATE ADA SIGNS
EA
2
$500.00
$1,000.00
INCLUDING NEW POLES &
FOOTINGS
%
RELOCATE TRASH
EA
1
$250.00
$250.00
RECEPTACLE
11.
REMOVE & DISPOSE TREE
EA
2
$1,800.00
$3,600.00
& GRIND STUMP
12.
REMOVE & DISPOSE
LS
1
$14,000.00
$14,000.00
CONCRETE SIDEWALKS /
CURB & GUTTER
13.
REMOVE & DISPOSE HMA
LS
1
$2,500.00
$2,500.00
PAVEMENT
14.
REMOVE & DISPOSE
LS
1
$2,500.00
$2,500.00
DRAINAGE ITEMS
15.
(F) PLAYGROUND
CY
300
$70.00
$21,000.00
EXCAVATION
16.
CONCRETE PLAY AREA
LF
318
$40.00
$12,720.00
CONTAINMENT CURB 6"
WIDTH
17.
ENGINEERED WOOD
EA
2
$1,350.00
$2,700.00
FIBER(EWF) CONCRETE
TRANSITION RAMPS
18.
CURB RAMP
LS
1
$8,500.00
$8,500.00
19.
CONCRETE SIDEWALK
SQFT
2850
$10.00
$28,500.00
20.
CONCRETE CURB AND
LF
111
$60.00
$6,660.00
GUTTER
21.
6" RETAINING CURB AT
LF
26
$80.00
$2,080.00
SLOPE
22.
6" CURB (CITY STANDARD)
LF
34
$50.00
$1,700.00
23.
HMA PAVEMENT
SQFT
775
$10.00
$7,750.00
24.
STRIPING & MARKING
LS
1
$2,500.00
$2,500.00
25.
ADJUST SS CLEANOUT TO
EA
1
$900.00
$900.00
GRADE
DocuSign Envelope ID: F7869A41-C286-4FB3-BD39-F1434EOA7EO3
26.
(F) CLASS 1 PERMEABLE
ROCK
CY
85
$60.00
$5,100.00
27.
CLEANOUT JUNCTION BOX
EA
4
$1,550.00
$6,200.00
28.
4" PERFORATED PVC PIPE
LF
180
$40.00
$7,200.00
29.
4" SOLID PVC PIPE
LF
18
$50.00
$900.00
30.
ENGINEERED WOOD FIBER
(EWF) AND FILTER FABRIC
LS
1
$16,820.00
$16,820.00
31.
METAL FENCE
LF
33
$125.00
$4125.00
32.
HANDLING, STORAGE, &
INSTALL PLAYGROUND
EQUIPMENT, SHADE
STRUCTURES, AND 1
BENCH
LS
1
$89,000.00
$89,000.00
33.
WEAR MATS FOR SWINGS
& SLIDES (30" X 30")
EA
6
$450.00
$2,700.00
34.
BOTTLE FILLING STATION
WITH DRINKING & PET
FOUNTAIN
EA
1
$12,000.00
$12,000.00
35.
ADA PICNIC TABLES
EA
2
$2,800.00
$5,600.00
36.
PICNIC TABLES
EA
2
$2,800.00
$5,600.00
37.
SIGNS: DIRECTIONALS,
ADA TOWING, & LRM
FUNDING
EA
4
$750.00
$3,000.00
38.
TREE PLANTING - 24" BOX
EA
3
$900.00
$2,700.00
39.
SOD INSTALLATION
LS
1
$800.00
$800.00
40.
MULCH
LS
1
$800.00
$800.00
41.
IRRIGATION ADJUSTMENT
LS
1
$3,500.00
$3,500.00
42.
WHEEL STOPS
EA
2
$300.00
$600.00
BID TOTAL: $334,705.00
Payments are to be made to the Contractor in compliance with and subject to the provisions
embodied in the documents made a part of this Contract.
Should any dispute arise respecting the true value of any work omitted, or of any extra work
which the Contractor may be required to do, or respecting the size of any payment to the
Contractor, during the performance of this Contract, said dispute shall be decided by the
Owner and its decision shall be final, and conclusive.
DocuSign Envelope ID: F7869A41-C286-4FB3-BD39-F1434EOA7EO3
ARTICLE III, COMPONENT PARTS OF THIS CONTRACT: The Contract consists of the
following documents, all of which are as fully a part thereof as if herein set out in full, and if
not attached, as if hereto attached:
1. Notice to Bidders and Information for Bidders
2. Standard Specifications and Engineering Standards
3. Special Provisions, any Addenda, Plans and Contract Change Orders
4. Caltrans Standard Specifications and Standard Plans 2015
5. Accepted Bid and Bid Bond
6. List of Subcontractors
7. Public Contract Code Sections 10285.1 Statement
8. Public Contract Code Section 10162 Questionnaire
9. Public Contract Code Section 10232 Statement
10. Labor Code Section 1725.5 Statements
11. Bidder Acknowledgements
12. Qualifications
13. Non -collusion Declaration
14. Agreement and Bonds
15. Insurance Requirements and Forms
ARTICLE IV INDEMNIFICATION: The Contractor shall indemnify, defend with legal
counsel approved by City, and hold harmless City, its officers, officials, employees and
volunteers from and against all liability, loss, damage, expense, cost (including without
limitation reasonable legal counsel fees, expert fees and all other costs and fees of
litigation) of every nature arising out of or in connection with the Contractor's negligence,
recklessness or willful misconduct in the performance of work hereunder or its failure to
comply with any of its obligations contained in this Agreement, except such loss or damage
which is caused by the sole or active negligence or willful misconduct of the City. Should
conflict of interest principles preclude a single legal counsel from representing both the City
and the Contractor, or should the City otherwise find the Contractor's legal counsel
unacceptable, then the Contractor shall reimburse the City its costs of defense, including
without limitation reasonable legal counsel fees, expert fees and all other costs and fees of
litigation. The Contractor shall promptly pay any final judgment rendered against the City
(and its officers, officials, employees and volunteers) with respect to claims determined by
a trier of fact to have been the result of the Contractor's negligent, reckless or wrongful
performance. It is expressly understood and agreed that the foregoing provisions are
intended to be as broad and inclusive as is permitted by the law of the State of California
and will survive termination of this Agreement.
The Contractor obligations under this section apply regardless of whether such claim,
charge, damage, demand, action, proceeding, loss, stop notice, cost, expense, judgment,
civil fine or penalty, or liability was caused in part or contributed to by an Indemnitee.
However, without affecting the rights of the City under any provision of this agreement, the
Contractor shall not be required to indemnify and hold harmless the City for liability
attributable to the active negligence of City, provided such active negligence is determined
by agreement between the parties or by the findings of a court of competent jurisdiction. In
DocuSign Envelope ID: F7869A41-C286-4FB3-BD39-F1434EOA7EO3
instances where the City is shown to have been actively negligent and where the City's
active negligence accounts for only a percentage of the liability involved, the obligation of
the Contractor will be for that entire portion or percentage of liability not attributable to the
active negligence of the City.
ARTICLE V. 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 of said Contractor,
then this instrument shall control and nothing herein shall be considered as an acceptance
of the said terms of said bid conflicting herewith.
IN WITNESS WHEREOF, the parties to these presents have hereunto set their hands this
year and date first above written.
ATTEST:
Teresa Purrington, City Clerk
APPROVED AS TO FORM:
J. Christine Dietrick
City Attorney
CITY OF SAN LUIS OBISPO
A Municipal Corporation
Heidi Harmon, City Mayor
CONTRACTOR:
R.E. Schultz Construction, Inc.
FR
DocsuSignedby:
,5�_
"
Ric ar chuit7_
President/Secretary (Sole Signatory)