Loading...
HomeMy WebLinkAbout1. ContractAGREEMENT AGREEMENT 1 FORM OF AGREEMENT 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. DBA SOUZA CONSTRUCTION (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 TANK FARM ROAD AND ORCUTT ROAD ROUNDABOUT, SPECIFICATION NO. 1000164 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 No. Item Unit of Measure Estimated Quantity Item Price (in figures) Total (in figures) 1. Jurisdictional Permits Compliance LS 1 $3,400.00 $3,400.00 2. Progress Schedule (Critial Path Method) LS 1 $2,300.00 $2,300.00 3. Temporary Traffic Control LS 1 $21,000.00 $21,000.00 4. Type III Barricade EA 2 $121.00 $242.00 5. Channelizer (Surface Mounted) EA 229 $34.18 $7,827.22 6. Temporary Traffic Stripe LF 14,157 $3.31 $46,859.67 7. Temporary Railing (Type K) LF 2,500 $24.00 $60,000.00 DocuSign Envelope ID: 4714FA17-188C-42E6-9553-A80776355554 8/2/2021 | 8:29 AM PDT AGREEMENT AGREEMENT 2 8. Alternative Temporary Crash Cushion EA 3 $3,583.29 $10,749.87 9. Construction Area Signs LS 1 $16,538.25 $16,538.25 10. Portable Changeable Message Sign EA 3 $11,000.00 $33,000.00 11. Prepare and Implement Storm Water Pollution Prevention Plan LS 1 $16,000.00 $16,000.00 12. Temporary Erosion Control LS 1 $33,599.33 $33,599.33 13. Adjust Gas Valve to Grade (City Std 6040) EA 2 $635.00 $1,270.00 14. Adjust Communication Manhole to Grade (City Std 9030) EA 1 $1,332.00 $1,332.00 15. Modify Existing Tank Farm Road Culvert LS 1 $26,000.00 $26,000.00 16. Roadway Excavation (F) CY 5,838 $46.00 $268,548.00 17. Basin Excavation CY 5,192 $15.00 $77,880.00 18. Structure Backfill (Headwalls) CY 345 $116.00 $40,020.00 19. Planting LS 1 $36,000.00 $36,000.00 20. Plant Establishment Work MONTH 12 $599.00 $7,188.00 21. Wood Chip Mulch CY 161 $81.00 $13,041.00 22. Irrigation LS 1 $35,000.00 $35,000.00 23. Gravel Mulch (1.5" Diameter Gravel) CY 2 $980.00 $1,960.00 24. Topsoil Backfill CY 1,300 $78.00 $101,400.00 25. Hydroseed SQFT 25,634 $0.17 $4,357.78 26. Hydromulch SQFT 30,043 $0.11 $3,304.73 27. Imported Biofiltration Soil CY 479 $85.50 $40,954.50 28. Erosion Control (Dry Seed) SQFT 4,409 $0.42 $1,851.78 29. Rolled Erosion Control Product (blanket) SQFT 8,214 $0.82 $6,735.48 30. Compost SQFT 8,214 $0.68 $5,585.52 31. Class 3 Aggregate Base CY 427 $188.00 $80,276.00 32. Class 2 Aggregate Base CY 3,826 $73.00 $279,298.00 33. Slurry Seal (Type II) SQFT 10,123 $3.30 $33,405.90 DocuSign Envelope ID: 4714FA17-188C-42E6-9553-A80776355554 AGREEMENT AGREEMENT 3 34. Temporary Hot Mix Asphalt (Type A) TON 300 $218.00 $65,400.00 35. Hot Mix Asphalt (Type A) TON 2,503 $128.00 $320,384.00 36. 6" Asphalt Berm (City Std 7120) LF 845 $13.00 $10,985.00 37. Structural Concrete - Box Culvert (Orcutt Road Box Culvert Extension) CY 15 $5,520.00 $82,800.00 38. Structural Concrete - Wingwall (Orcutt Road Box Culvert Extension) CY 15 $3,370.00 $50,550.00 39. Structural Concrete - Headwall (Orcutt Road Box Culvert Extension) CY 2 $2,800.00 $5,600.00 40. Structural Concrete - Retaining Wall (Orcutt Road Driveway Culvert Modification) CY 62 $1,800.00 $111,600.00 41. Remove Existing Orcutt Road Culvert Headwall CY 8 $950.00 $7,600.00 42. Partial Existing Orcutt Road Box Culvert Removal LS 1 $6,400.00 $6,400.00 43. Rock Slope Protection Fabric (Class 8) SQYD 52 $16.00 $832.00 44. Concreted - Rock Slope Protection (1/4 T, Method B) CY 52 $261.00 $13,572.00 45. Remove Concrete Curb LF 187 $5.00 $935.00 46. Remove Concrete Curb & Gutter LF 719 $5.25 $3,774.75 47. Remove Concrete Sidewalk (Full Structural Depth) SQFT 4,764 $1.70 $8,098.80 48. Raised Cobblestone Median (City Std 4940) SQFT 561 $47.50 $26,647.50 49. Minor Concrete (City Std 4020 Curb) LF 2,847 $42.00 $119,574.00 50. Minor Concrete (Caltrans Type D4 Curb) LF 500 $50.00 $25,000.00 51. Minor Concrete (Truck Apron Type 2 Curb) LF 300 $295.00 $88,500.00 52. Detectable Warning Surface (City Std 4440) SQFT 425 $40.00 $17,000.00 DocuSign Envelope ID: 4714FA17-188C-42E6-9553-A80776355554 AGREEMENT AGREEMENT 4 53. Minor Concrete (City Std 4030 Curb & Gutter) LF 1,984 $45.00 $89,280.00 54. Minor Concrete (Modified City Std 4030 Curb & Gutter) LF 268 $67.75 $18,157.00 55. Minor Concrete (Driveway) SQFT 368 $24.00 $8,832.00 56. Minor Concrete (Sidewalk) SQFT 14,376 $9.50 $136,572.00 57. Minor Concrete (Stamped PCC) SQFT 6,499 $16.00 $103,984.00 58. Minor Concrete (Textured Truck Apron / Truck Blister) SQFT 3,112 $30.00 $93,360.00 59. Beehive Grate EA 1 $1,575.00 $1,575.00 60. Reset Centerline Monuments EA 6 $1,183.00 $7,098.00 61. Clearing and Grubbing LS 1 $12,000.00 $12,000.00 62. Pavement Repair (Surface Restoration) SQYD 113 $41.00 $4,633.00 63. Remove Asphalt Berm LF 850 $4.00 $3,400.00 64. 8" DIP Main (Recycled Water) LF 771 $115.00 $88,665.00 65. Relocate 6" Lateral LF 62 $252.00 $15,624.00 66. Remove Recycled Water Hydrant, Tee Connection and Lateral EA 1 $4,500.00 $4,500.00 67. Abandon Lateral and Blowoff (City Std 6050) EA 3 $903.00 $2,709.00 68. Adjust Water Meter EA 3 $696.00 $2,088.00 69. Adjust Water Valve to Grade EA 10 $772.00 $7,720.00 70. Relocate Fire Hydrant (City Std 6310) EA 1 $4,000.00 $4,000.00 71. Recycled Water Hydrant Assembly (City Std 6315) LS 1 $11,250.00 $11,250.00 72. Adjust Sewer Manhole to Grade EA 5 $1,448.00 $7,240.00 73. Abandon Sewer Lateral and Cleanout (City Std 6050) EA 1 $903.00 $903.00 74. 18" HDPE Pipe LF 16 $180.00 $2,880.00 75. 12" Reinforced Concrete Pipe (Class III) LF 395 $133.00 $52,535.00 76. 18" Reinforced Concrete Pipe (Class III) LF 241 $161.00 $38,801.00 DocuSign Envelope ID: 4714FA17-188C-42E6-9553-A80776355554 AGREEMENT AGREEMENT 5 77. 12" Concrete Flared End Section EA 1 $1,700.00 $1,700.00 78. 18" Concrete Flared End Section EA 1 $2,800.00 $2,800.00 79. 4" Perforated Plastic Pipe Underdrain, Cleanouts, and 45 Degree Wyes LS 1 $7,600.00 $7,600.00 80. 48" Storm Drain Manhole (City Std 3520) EA 3 $9,200.00 $27,600.00 81. Catch Basin (City Std 3355) EA 5 $13,000.00 $65,000.00 82. Catch Basin with Extended Side Opening (City Std 3355 & 3360) EA 2 $21,000.00 $42,000.00 83. Drainage Inlet Marker EA 7 $250.00 $1,750.00 84. Utility Area Catch Basin, Medium Duty 24" X 10" EA 1 $1,400.00 $1,400.00 85. Filterra Offline System LS 1 $79,000.00 $79,000.00 86. Remove Wire Fence LF 1,044 $8.00 $8,352.00 87. Rail Fence (City Std 9050) LF 242 $45.00 $10,890.00 88. Pavement Marker (Retroreflective) EA 167 $9.00 $1,503.00 89. Furnish Single Sheet Aluminum Sign (0.063"- Unframed) SQFT 299 $18.00 $5,382.00 90. Furnish Single Sheet Aluminum Sign (0.080"- Unframed) SQFT 32 $19.00 $608.00 91. Furnish Single Sheet Aluminum Sign (0.063"- Framed) SQFT 16 $25.00 $400.00 92. Roadside Sign - One Post (City Std 7210) EA 33 $270.00 $8,910.00 93. Roadside Sign - Two Post (City Std 7210) EA 4 $358.00 $1,432.00 94. Install Sign (Strap and Saddle Bracket Method) EA 6 $137.00 $822.00 95. Object Marker EA 3 $93.00 $279.00 96. Relocate Roadside Sign-One Post EA 4 $159.00 $636.00 97. Remove Roadside Sign EA 9 $83.00 $747.00 DocuSign Envelope ID: 4714FA17-188C-42E6-9553-A80776355554 AGREEMENT AGREEMENT 6 98. Reclaimed Water Sign EA 12 $192.00 $2,304.00 99. Midwest Guardrail System LF 90 $71.00 $6,390.00 100. Flared Terminal System End Treatment EA 2 $5,700.00 $11,400.00 101. Cable Railing LF 60 $29.00 $1,740.00 102. Remove Guardrail LF 246 $8.00 $1,968.00 103. 6" Thermoplastic Traffic Stripe LF 6,849 $2.20 $15,067.80 104. 8" Thermoplastic Traffic Stripe LF 50 $2.20 $110.00 105. Thermoplastic Pavement Marking SQFT 1,528 $4.50 $6,876.00 106. Lighting System LS 1 $128,000.00 $128,000.00 107. Solar Flashing Beacon System LS 1 $30,000.00 $30,000.00 108. Temporary Fence (Estimated) LF 350 $13.00 $4,550.00 109. Gate EA 1 $1,800.00 $1,800.00 110. Rail Fence (City Std 9050) with 3-Strand Barb Wire LF 475 $53.00 $25,175.00 BID TOTAL: $ 3,504,175.88 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. 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 DocuSign Envelope ID: 4714FA17-188C-42E6-9553-A80776355554 AGREEMENT AGREEMENT 7 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 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. DocuSign Envelope ID: 4714FA17-188C-42E6-9553-A80776355554 AGREEMENT AGREEMENT 8 IN WITNESS WHEREOF, the parties to these presents have hereunto set their hands this year and date first above written. CITY OF SAN LUIS OBISPO A Municipal Corporation CONTRACTOR: Souza Engineering Contracting, Inc. Dba Souza Construction By: Heidi Harmon, Mayor Steve A. Souza Its: PRESIDENT APPROVED AS TO FORM (2nd signature required if Corporation): By: J. Christine Dietrick City Attorney Stuart Souza Its: SECRETARY DocuSign Envelope ID: 4714FA17-188C-42E6-9553-A80776355554