HomeMy WebLinkAbout6. Contract for this ProjectAGREEMENT
THIS AGREEMENT, made on __________________________, 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 SOUZA ENGINEERING CONTRACTING,
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
NORTH CHORRO NEIGHBORHOOD GREENWAY, SPEC NO. 1000036
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. Description Measure Quantity (in figures) (in figures)
1 TRAFFIC CONTROL PLAN AND
IMPLEMENTATION LS 1 $538,600.00 $538,600.00
2 CONSTRUCTION SURVEY LS 1 $60,000.00 $60,000.00
3 COMPLY WITH CALTRANS
ENCROACHMENT PERMIT LS 1 $3,400.00 $3,400.00
4
COMPLY WITH GRANT DEED AND
RIGHT OF WAY AGREEMENT –
BIKE PATH
LS 1 $2,300.00 $2,300.00
5 CLEARING, GRUBBING, AND LIMB
REMOVAL LS 1 $50,000.00 $50,000.00
6 CHORRO STREET
RECONSTRUCTION SQFT 10000 $17.80 $178,000.00
7 CLASS I BIKE PATH (OPTION 2) SQFT 6600 $21.00 $138,600.00
8 MINOR CONCRETE (SIDEWALK) SQFT 1700 $14.00 $23,800.00
DocuSign Envelope ID: 739D408B-C44D-461F-8C26-60563C8CDA54
3/23/2023 | 8:34 AM PDT
9 MINOR CONCRETE (CURB AND
GUTTER) LF 2355 $98.00 $230,790.00
10 MINOR CONCRETE (CROSS
GUTTER) LF 250 $275.00 $68,750.00
11 MINOR CONCRETE (DRIVEWAY
RAMPS) SQFT 800 $38.00 $30,400.00
12 MINOR CONCRETE (1.25'
CONCRETE BIKE MEDIAN) LF 1600 $66.40 $106,240.00
13 MINOR CONCRETE (3' CONCRETE
BIKE MEDIAN) LF 1650 $150.40 $248,160.00
14 MINOR CONCRETE (SIDEWALK
UNDERDRAIN) EA 1 $10,800.00 $10,800.00
15
MINOR CONCRETE (ENERGY
DISSIPATION STRUCTURE AND
COBBLE)
EA 1 $5,900.00 $5,900.00
16
STRUCTURE CONCRETE (CURB &
GUTTER RETAINING WALL -
BROAD ST - STA 21+40 TO 23+12)
LF 172 $528.00 $90,816.00
17
STRUCTURE CONCRETE
(RETAINING WALL - BIKE PATH -
STA 1+00 TO 2+80)
LF 180 $760.00 $136,800.00
18
STRUCTURE CONCRETE
(LANDSCAPE HIGH CURB -
CHORRO/101)
LF 123 $393.00 $48,339.00
19 STRUCTURE CONCRETE (CMU
PILASTER - BIKE PATH) EA 1 $7,150.00 $7,150.00
20 TYPE II SLURRY SEAL SQYD 30,440 $4.20 $127,848.00
21 BIKE LANE AND EXISTING CURB
RAMP EDGE GRIND LS 1 $53,200.00 $53,200.00
22 TEMPORARY STRIPING AND
PAVEMENT MARKINGS LS 1 $155,070.00 $155,070.00
23 MINOR HOT MIX ASPHALT (CASE
1 – 10” THICK) SQFT 2,330 $20.60 $47,998.00
24 MINOR HOT MIX ASPHALT (SPEED
HUMP – TYPE 2) EA 7 $5,440.00 $38,080.00
25 ADJUST STORMDRAIN MANHOLE
TO GRADE EA 6 $1,310.00 $7,860.00
26 ADJUST SANITARY SEWER
MANHOLE TO GRADE EA 3 $1,310.00 $3,930.00
27 ADJUST COMMUNICATION
VAULT/MANHOLE/BOX TO GRADE EA 36 $1,310.00 $47,160.00
28 ADJUST WATER VALVE TO
GRADE EA 12 $800.00 $9,600.00
29 ADJUST WATER METER TO
GRADE EA 11 $788.00 $8,668.00
30 18" HDPE STORM DRAIN PIPE LF 63 $230.00 $14,490.00
31 MINOR CONCRETE (STORMDRAIN
CATCH BASIN) EA 1 $24,000.00 $24,000.00
32 MINOR CONCRETE (STORMDRAIN
MANHOLE) EA 2 $8,880.00 $17,760.00
DocuSign Envelope ID: 739D408B-C44D-461F-8C26-60563C8CDA54
33 6" PERFORATED UNDERDRAIN
PIPE LF 62 $132.00 $8,184.00
34 MINOR CONCRETE (12" MIDSTATE
STORMDRAIN CATCH BASIN) EA 3 $1,870.00 $5,610.00
35 MINOR CONCRETE (24” MIDSTATE
STORMDRAIN CATCH BASIN) EA 1 $3,030.00 $3,030.00
36
REMOVE AND REPLACE
STORMDRAIN INLET GRATE AND
INSTALL FILTEREXX STORMEXX
FILTER
EA 17 $6,160.00 $104,720.00
37 12' PUNCH POST EA 45 $138.00 $6,210.00
38 14' PUNCH POST EA 3 $150.00 $450.00
39 R1-1 SIGN 18" EA 2 $126.00 $252.00
40 R1-1 SIGN 30" EA 4 $174.00 $696.00
41 R1-2 SIGN 25" EA 1 $174.00 $174.00
42 R1-3P PLAQUE EA 4 $51.00 $204.00
43 R4-11 SIGN EA 7 $168.00 $1,176.00
44 R5-3 SIGN EA 2 $162.00 $324.00
45 R7-9 SIGN EA 18 $75.00 $1,350.00
46 R10-15 (MODIFIED) "YIELD TO
BIKE" SIGN EA 5 $168.00 $840.00
47 R81 (CA) SIGN EA 3 $75.00 $225.00
48 R81A (CA) SIGN EA 2 $17.00 $34.00
49 R81B (CA) SIGN EA 5 $17.00 $85.00
50 W1-1 SIGN EA 2 $162.00 $324.00
51 W1-2L SIGN EA 2 $162.00 $324.00
52 W4-4P SIGN EA 1 $78.00 $78.00
53 W11-2 SIGN EA 8 $162.00 $1,296.00
54 W16-7P SIGN EA 8 $75.00 $600.00
55 W84 (CA) SIGN EA 3 $210.00 $630.00
56 GREENWAY ARROW PLAQUE EA 8 $51.00 $408.00
57 GREENWAY SIGN EA 19 $216.00 $4,104.00
58 PEXCO CITY POST MODEL EAC,
36" WHITE WITH 2 GREY WRAPS EA 23 $450.00 $10,350.00
59 72" WHEEL STOP EA 8 $180.00 $1,440.00
60
6" YELLOW TACTILE GUIDE STRIP,
VANGUARD ADA SYSTEMS OR
APPROVED EQUAL
LF 82 $163.00 $13,366.00
61 INSTALL EXISTING / RELOCATED
SIGN EA 16 $300.00 $4,800.00
62 CURB PAINT LF 200 $3.00 $600.00
63 PREFORMED THERMOPLASTIC
SHEETS (BROAD/MURRAY) SQFT 120 $13.00 $1,560.00
64 ZICLA ZEBRA CYCLE TRACK LANE
SEPARATORS EA 48 $240.00 $11,520.00
65 4" YELLOW STRIPING LF 1,300 $1.30 $1,690.00
66 DETAIL 1 LF 2,750 $1.10 $3,025.00
DocuSign Envelope ID: 739D408B-C44D-461F-8C26-60563C8CDA54
67 DETAIL 8 LF 50 $1.00 $50.00
68 DETAIL 22 LF 2,450 $3.40 $8,330.00
69 DETAIL 39 LF 3,750 $1.60 $6,000.00
70 BIKE BUFFER LF 1,360 $3.80 $5,168.00
71 BIKE BUFFER AT DRIVEWAY SQFT 1,140 $3.50 $3,990.00
72 HI-VIS CROSSWALK EA 35 $1,320.00 $46,200.00
73 STOP BAR LF 465 $4.40 $2,046.00
74 STOP LEGEND EA 32 $384.00 $12,288.00
75 STOP LEGEND (1/2 SCALE) EA 7 $1,470.00 $10,290.00
76 BIKE / PED DIRECTIONAL SYMBOL EA 2 $840.00 $1,680.00
77 TYPE II ARROW EA 1 $378.00 $378.00
78 TYPE IV ARROW EA 1 $300.00 $300.00
79 HUMP LEGEND EA 12 $420.00 $5,040.00
80 PED LEGEND EA 2 $330.00 $660.00
81 XING LEGEND EA 4 $360.00 $1,440.00
82 SLOW LEGEND EA 2 $384.00 $768.00
83 SCHOOL LEGEND EA 4 $570.00 $2,280.00
84 TURNING BIKE BOX EA 3 $426.00 $1,278.00
85 BIKE SYMBOL & ARROW EA 23 $210.00 $4,830.00
86 GREENBACK CHEVRON EA 25 $360.00 $9,000.00
87 GREENBACK SHARROW EA 2 $366.00 $732.00
88 GREENWAY SYMBOL EA 22 $450.00 $9,900.00
89 GREEN BIKE LANE MARKINGS
(CASE 1) LF 118 $3.60 $424.80
90 GREEN BIKE LANE MARKINGS
(CASE 2) LF 286 $2.50 $715.00
91 GREEN BIKE LANE MARKINGS
(CASE 3) LF 364 $3.00 $1,092.00
92 GREEN SEALMASTER COLOR
SAFE PAVEMENT MARKING SQFT 5,640 $5.20 $29,328.00
93 YIELD LINE EA 5 $45.00 $225.00
94 RELOCATE RRFB SOLAR
CROSSWALK (RAMONA) LS 1 $3,400.00 $3,400.00
95 RRFB SOLAR CROSSWALK
(CHORRO/MILL) LS 1 $38,000.00 $38,000.00
96
FOOTHILL TO RAMONA BIKE PATH
LIGHTING / CHORRO LIGHTING /
CHORRO PG&E SERVICE
LS 1 $637,000.00 $637,000.00
97 BENCHES (BIKE PATH &
CHORRO/MOUNTAIN VIEW) EA 3 $5,540.00 $16,620.00
98 TRASH CONTAINER (BIKE PATH) EA 2 $3,000.00 $6,000.00
99 METAL PICKET FENCING (BIKE
PATH) LF 136 $255.00 $34,680.00
100 CHAINLINK FENCE (CHORRO /101) LF 297 $76.00 $22,572.00
DocuSign Envelope ID: 739D408B-C44D-461F-8C26-60563C8CDA54
101 CHAINLINK GATES (CHORRO /101) EA 6 $1,068.00 $6,408.00
102 SOIL PREPARATION (NON-
BIORETENTION & TREE PITS) CY 130 $230.00 $29,900.00
103 BIORETENTION SOIL MIX CY 90 $148.00 $13,320.00
104 CLASS II DRAIN ROCK TON 200 $76.00 $15,200.00
105 ENERGY DISSIPATOR ROCK TON 5 $724.00 $3,620.00
106 IRRIGATION LS 1 $158,000.00 $158,000.00
107 TREE WATERING BAGS (NON-
IRRIGATED TREES) EA 35 $174.00 $6,090.00
108 PLANTING (SHRUBS - ALL AREAS) SQFT 10,672 $20.00 $213,440.00
109 PLANTING (TREES - ALL AREAS) EA 63 $468.00 $29,484.00
110 GREENWAY
PLANTERS/SOIL/PLANTS EA 285 $810.00 $230,850.00
111 MULCH (BIORETENTION AREAS) CY 9 $132.00 $1,188.00
112 MULCH (CONVENTIONAL
PLANTING AREAS & TREES) CY 96 $132.00 $12,672.00
113 GREENWAY PLANTERS
MAINT/WATERING (1-YR) LS 1 $7,800.00 $7,800.00
114 ESTABLISHMENT/MAINTENANCE
ALL TREES & PLANTS (1 YR) LS 1 $41,400.00 $41,400.00
115 HAND WATER NON-IRRIGATED
TREES (1-YR) EA 35 $258.00 $9,030.00
116 HAND WATER NON-IRRIGATED
UNDERSTORY PLANTINGS (1-YR) LS 1 $7,200.00 $7,200.00
117 CURB RAMP ALMOND-MISSION (E)
C-4.17 LS 1 $29,050.00 $29,050.00
118 CURB RAMP BROAD-MISSION (E)
C-4.16 LS 1 $47,700.00 $47,700.00
119 CURB RAMP BROAD-MISSION (N)
C-4.15 LS 1 $34,970.00 $34,970.00
120 CURB RAMP CENTER-CHORRO
(NE) C-4.26 LS 1 $24,300.00 $24,300.00
121 CURB RAMP CENTER-CHORRO
(NW) C-4.25 LS 1 $27,270.00 $27,270.00
122 CURB RAMP CENTER-CHORRO
(SE) C-4.27 LS 1 $22,360.00 $22,360.00
123 CURB RAMP CENTER-CHORRO
(SW) C-4.28 LS 1 $25,390.00 $25,390.00
124 CURB RAMP CERRO ROMAULDO-
FERRINI (NW) C-4.4 LS 1 $35,510.00 $35,510.00
125 CURB RAMP CERRO ROMAULDO-
FERRINI (SE) C-4.3 LS 1 $21,670.00 $21,670.00
126 CURB RAMP FELTON-FERRINI
(NW) C-4.2 LS 1 $21,650.00 $21,650.00
127 CURB RAMP FELTON-FERRINI
(SW) C-4.1 LS 1 $19,410.00 $19,410.00
128 CURB RAMP LINCOLN-CHORRO
(NE) C-4.35 LS 1 $30,110.00 $30,110.00
DocuSign Envelope ID: 739D408B-C44D-461F-8C26-60563C8CDA54
129 CURB RAMP LINCOLN-CHORRO
(NW) C-4.34 LS 1 $27,410.00 $27,410.00
130 CURB RAMP LINCOLN-CHORRO
(SE) C-4.36 LS 1 $29,170.00 $29,170.00
131 CURB RAMP LINCOLN-CHORRO
(SW) C-4.37 LS 1 $24,680.00 $24,680.00
132 CURB RAMP MEINEKE-BROAD (N)
C-4.8 LS 1 $27,110.00 $27,110.00
133 CURB RAMP MEINEKE-BROAD (S)
C-4.9 LS 1 $22,130.00 $22,130.00
134 CURB RAMP MEINEKE C-4.10 LS 1 $21,030.00 $21,030.00
135 CURB RAMP MILL-CHORRO (NW)
C-4.46 LS 1 $22,240.00 $22,240.00
136 CURB RAMP MILL-CHORRO (NE)
C-4.49 LS 1 $39,600.00 $39,600.00
137 CURB RAMP MILL-CHORRO (SE)
C-4.48 LS 1 $36,060.00 $36,060.00
138 CURB RAMP MILL-CHORRO (SW)
C-4.47 LS 1 $38,450.00 $38,450.00
139 CURB RAMP MISSION-CHORRO
(NE) C-4.20 LS 1 $22,500.00 $22,500.00
140 CURB RAMP MISSION-CHORRO
(NW) C-4.19 LS 1 $23,180.00 $23,180.00
141 CURB RAMP MISSION-CHORRO
(SE) C-4.21 LS 1 $21,710.00 $21,710.00
142 CURB RAMP MISSION-CHORRO
(SW) C-4.22 LS 1 $28,680.00 $28,680.00
143 CURB RAMP MISSION BULBOUT
C-4.18 LS 1 $28,280.00 $28,280.00
144 CURB RAMP MOUNTAIN VIEW-
CHORRO (NE) C-4.30 LS 1 $28,800.00 $28,800.00
145 CURB RAMP MOUNTAIN VIEW-
CHORRO (NW) C-4.29 LS 1 $23,410.00 $23,410.00
146 CURB RAMP MOUNTAIN VIEW-
CHORRO (SE) C-4.31 LS 1 $52,160.00 $52,160.00
147 CURB RAMP MOUNTAIN VIEW-
CHORRO (SW) C-4.33 LS 1 $24,610.00 $24,610.00
148 CURB RAMP MURRAY-BROAD (E)
C-4.12 LS 1 $21,270.00 $21,270.00
149 CURB RAMP MURRAY-BROAD (N)
C-4.11 LS 1 $19,040.00 $19,040.00
150 CURB RAMP MURRAY-BROAD (S)
C-4.13 LS 1 $19,990.00 $19,990.00
151 CURB RAMP MURRAY-BROAD (W)
C-4.14 LS 1 $18,200.00 $18,200.00
152 CURB RAMP PEACH-CHORRO
(SE) C-4.43 LS 1 $39,670.00 $39,670.00
153 CURB RAMP PEACH-CHORRO
(NW) C-4.45 LS 1 $37,050.00 $37,050.00
154 CURB RAMP PEACH-CHORRO
(SW) C-4.44 LS 1 $29,010.00 $29,010.00
155 CURB RAMP PEACH-CHORRO
(NE) C-4.42 LS 1 $38,320.00 $38,320.00
DocuSign Envelope ID: 739D408B-C44D-461F-8C26-60563C8CDA54
156 CURB RAMP RAMONA-BROAD (E)
C-4.6 LS 1 $20,170.00 $20,170.00
157 CURB RAMP RAMONA-BROAD (W)
C-4.7 LS 1 $45,450.00 $45,450.00
158 CURB RAMP RAMONA CROSSING
C-4.5 LS 1 $37,770.00 $37,770.00
159 CURB RAMP VENABLE-CHORRO
(NE) C-4.23 LS 1 $20,940.00 $20,940.00
160 CURB RAMP WALNUT-CHORRO
(SE) C-4.40 LS 1 $116,370.00 $116,370.00
161 CURB RAMP WALNUT-CHORRO
(SE) C-4.24 LS 1 $23,940.00 $23,940.00
162 CURB RAMP WALNUT-CHORRO
(N) C-4.38 LS 1 $57,970.00 $57,970.00
163 ROUGH GRADING CUT (BIKE
PATH) CY 300 $75.90 $22,770.00
164 ROUGH GRADING CUT (STORM
WATER MITIGATION AREAS) CY 200 $38.00 $7,600.00
165
REMOVE EXISTING MANHOLE
AND INSTALL (N) SEWER
MANHOLE
EA 1 $13,550.00 $13,550.00
166 INSTALL COATING ON (N) SEWER
MANHOLE EA 1 $12,000.00 $12,000.00
167
REMOVE EXISTING CLEANOUT
AND INSTALL (N) SEWER
CLEANOUT
EA 1 $1,950.00 $1,950.00
168
REMOVE EXISTING 12" CMP AND
INSTALL (N) 12" PVC
STORMDRAIN
LF 45 $318.00 $14,310.00
169
ABANDON EXISTING SEWERLINE
AND INSTALL (N) 6" HDPE
SEWERLINE
LF 275 $280.00 $77,000.00
170 CONNECT TO EXISTING SDMH
PER ENG. STD. 3540 EA 1 $2,770.00 $2,770.00
171 CONNECT EXISTING SEWER
LATERAL TO SEWER MAIN EA 4 $4,900.00 $19,600.00
172 RE-GRADE SEWER LATERAL
BEYOND 6 FEET LF 10 $210.00 $2,100.00
173 REMOVE EXISTING CONCRETE
OUTLET STRUCTURE LS 1 $1,680.00 $1,680.00
174 INSTALL (N) CATCH BASIN EA 1 $25,150.00 $25,150.00
175 REMOVE AND REPLACE
SIDEWALK SQFT 60 $40.90 $2,454.00
176 BYPASS PUMPING LS 1 $2,900.00 $2,900.00
177 POTHOLING LS 1 $12,850.00 $12,850.00
BID TOTAL: $ 6,076,938 .80
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.
DocuSign Envelope ID: 739D408B-C44D-461F-8C26-60563C8CDA54
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.
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.
DocuSign Envelope ID: 739D408B-C44D-461F-8C26-60563C8CDA54
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
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
CITY OF SAN LUIS OBISPO
A Municipal Corporation
_________________________________
Erica A. Stewart, Mayor
APPROVED AS TO FORM CONTRACTOR:
SOUZA ENGINEERING CONTRACTING, INC.
________________________________
___________________________________
J. Christine Dietrick
City Attorney
Steve A. Souza
President
____________________________________
Lisa Elliott
Secretary
DocuSign Envelope ID: 739D408B-C44D-461F-8C26-60563C8CDA54