HomeMy WebLinkAboutItem 5e. Award Construction Contract for Laguna Lake Dog Park Revitalization Project (Spec. No. 2001068) Item 5e
Department: Public Works
Cost Center: 9501
For Agenda of: 8/20/2024
Placement: Consent
Estimated Time: N/A
FROM: Matt Horn, Public Works Director
Prepared By: Erica Long, Capital Projects Manager II
SUBJECT: AWARD A CONSTRUCTION CONTRACT FOR THE LAGUNA LAKE DOG
PARK REVITALIZATION PROJECT, SPECIFICATION NUMBER 2001068
RECOMMENDATION
1. Award a Construction Contract to R. Burke Corporation for the Laguna Lake Dog Park
Revitalization Project, Base Bid and Additive Alternate A, in the amount of
$1,560,191.30; and
2. Approve a budget transfer of $485,000 from the Laguna Lake Park Improvements
project account (2000057-01) to the Laguna Lake Dog Park Revitalization project
account (2001068); and
3. Authorize City Engineer to approve Contract Change Orders up to the available
project budget.
POLICY CONTEXT
On July 6, 2021, City Council approved the Parks and Recreation Blueprint for the Future
2021-2041: Parks and Recreation Plan and General Plan, a plan to guide the
development of parks, facilities, and programs in the City through 2041. The Blueprint
identified dog parks as a high priority amenity within the City of San Luis Obispo.
On April 2, 2024, City Council authorized staff to advertise for bid s for the Laguna Lake
Dog Park Revitalization project. Award of the project contract requires approval by
Council if the construction contract is higher than the Publicly Disclosed Funding amount
approved by Council.
DISCUSSION
The existing Laguna Lake Off-Leash Dog Area was created over 25 years ago within
Laguna Lake Park. The existing off -leash area is approximately three acres and
comprises of one large area that supports both large and small dogs, parking spaces, a
restroom, and a fence that separates the off-leash dog area from the parking lot.
Since creation, the off-leash dog park area at Laguna Lake has lost over a dozen trees
to disease and drought. There is a lack of irrigation to sustain the trees and turf areas ,
and only one water spigot that serves both dogs and people.
Page 47 of 403
Item 5e
The existing soil conditions of the off-leash dog area is comprised of clay soils and
construction rubble which has created uneven terrain, and a majority of the off-leash dog
area becomes wet and swampy in the winter or dries out with severe cracks due to the
clay soil in warmer months. The concrete pads for seating benches have settled and
cracked due to soil conditions.
The proposed project will correct the uneven ground, provide better hydration facilities,
completely fence the off -leash dog area creating a safe and secure formal dog park. The
project scope includes removing over a dozen tree stumps, several old and cracking
concrete pads, and regrading of the area to address marshy and unsafe conditions. The
project will construct new safety features including a full perimeter fence around the 3 -
acre area with separate dog areas for small and large sized dogs and double-gated
entries into each dog area. Additional site amenities include drinking fountains with dog
bowls, ADA compliant concrete pathways, and additional seating areas.
On April 2, 2024, City Council authorized the invitation of bids for the Laguna Lake Dog
Park Revitalization project. On July 2, 2024, a bid opening was held, where only one bid
was received (Attachment A). The bid, submitted by R. Burke Corporation, totaled
$2,022,791.30. The base bid was $1,166,392.60, Additive Alternative “A” (landscaping)
was $393,798.70, and Additive Alternative "B” (shade sails) was $462,600.00. Staff is
recommending the award of the base bid and Additive Alternative “A” only.
Table 1: Bid results for bid opening on July 2, 2024.
Engineer’s Estimate R. Burke Corporation
Base Bid $850,000 $1,166,392.60
Additive Alternative “A” $230,000 $393,798.70
Additive Alternative "B” $50,000 $462,600.00
Total $1,130,000 $2,022,791.30
The high bid price may be due to the overall increase in construction costs and a lack of
competitive bids, resulting from the high demand for a limited pool of qualified contractors
from nearby communities. This is a consistent trend seen among recently bid park
improvement projects. The City adhered the public advertising process and reached out
to numerous contractors to inform them of the opportunity to bid on this project. All
interested contractors were given a month to submit bids by the due date as posted on
the City’s project advertising software. Given the single bid received and the limited
response to staff outreach, staff does not anticipate receiving more competitive bids if the
project were to readvertisement.
Staff is not recommending award of Additive Alternate B (shade sails) due to the bid price
coming in significantly higher than the engineer’s estimate for that project component.
Staff recommend deferring that component of the project to a future phase. By doing so,
more competitive bids may be received resulting in a lower cost when that phase is
proposed for construction. Furthermore, the project design does not preclude installation
of shade sails at a future date.
Page 48 of 403
Item 5e
Previous Council or Advisory Body Action
On June 1, 2021, Council approved the 2021-23 Financial Plan and the Parks and
Recreation General Plan Implementation Project , allocating funding for prioritized
amenity upgrades. On July 6, 2021, Council approved the Parks and Recreation Blueprint
for the Future: 2021-2041. In January 2023, the Parks and Recreation Commission (PRC)
reviewed and provided direction to staff on two conceptual layouts for the Laguna Lake
Dog Park. In February 2023, the PRC reviewed and provided additional direction to staff
on the final conceptual layout for the Laguna Lake Dog Park.
In March 2023, the City received the 50% plans, specifications and estimate for a
$2,000,000 project. City staff directed the consultant to make updates to reduce the cost
of the project. In September 2023, staff presented the updated project to the PRC,
resulting in the PRC advising staff to fund the full project based on community feedback
and as a key priority from the Blueprint. On April 2, 2024, City Council approved
authorization to advertise the project.
Public Engagement
City staff conducted an in-person feedback session at the Laguna Lake Park in May 2022,
as well as promoted an online survey in June 2022 to receive community input on the
project components for the design, and received over 650 responses. The results of the
survey were posted on the Parks and Recreation Current Projects webpage. Conceptual
layouts were presented to the PRC in January and February 2023, to gain feedback from
both community members and the PRC on the project design with a final presentation in
September 2023 regarding the anticipated project costs.
CONCURRENCE
There is concurrence from the Community Development Department through the review
and approval of the project for building permit issuance. This project also has concurrence
from the Parks and Recreation Department as they have reviewed the project through out
the design process. There is also concurrence from the PRC on the importance of this
project in supporting the community needs.
The recommendations of this staff report have the concurrence of Public Works and Parks
and Recreation Departments.
ENVIRONMENTAL REVIEW
The project is exempt from environmental review under Section 1530 3 Class 3 (new
construction or conversion of small structures) of the California Environmental Quality Act
(CEQA) Guidelines. This project consists of work within the existing limits of the off-leash
dog area to construct small structures including fencing in of the off-leash dog area
creating a small dog area and large dog area, hydration station, seating, and ground
improvements. The project is consistent with the applicable general plan policies as well
with applicable City Regulations. A Notice of Exemption has been filed with the
Community Development Department.
Page 49 of 403
Item 5e
FISCAL IMPACT
Budgeted: Yes Budget Year: 2024-25
Funding Identified: Yes
Fiscal Analysis:
Laguna Lake Dog Park, Specification No. 2001068
Base Construction Bid $1,166,392.60
Additive Alternative A $393,798.70
Total $1,560,191.30
Contingencies (15%) $234,028.70
Total Construction Estimate $1,794,220.00
Materials Testing: $10,000.00
Construction Consultant Support $24,000.00
Printing: $2,268.00
Total Project Cost $1,830,488.00
Current Project Balance: $1,345,488.00
Transfer from the Laguna Lake Improvements
(San Luis Ranch Development Agreement)
Account 2000057-01
$485,000.00
Total Recommended Funding $1,830,488.00
The current available project budget is $1,345,488, which includes $256,198 of Capital
Outlay and $1,089,290 of Parkland In-Lieu (Quimby) Funds.
To award the contract, staff is requesting a transfer of an additional $485,000 from the
Laguna Lake Improvements account (2000057 -01) to fund the project, including costs of
construction, contingencies, materials testing, design support, and printing. These funds
are from San Luis Ranch Development Project Fee contributions to the Parkland In-Lieu
(Quimby fee) Fund that can only be used specifically for parks projects at the Laguna
Lake Park.
Funding Sources
Total
Budget
Available
Current
Funding
Request
Remaining
Balance
Annual
Ongoing
Cost
General Fund: Capital Outlay Fund:
Account 2001068
$256,198 $0 $0 N/A
Other: Parkland In-Lieu (Quimby) Fund:
Account 2001068
$1,089,290 $0 $0 N/A
*Other: Parkland In-Lieu Fund (Quimby -
San Luis Ranch Development
Agreement): Account 2000057-01
$657,541 $485,000 $172,541 N/A
Total $2,003,029 $485,000 $172,541 N/A
*These funds can only be spent at Laguna Lake Park as required by the payments made as part of the San Luis Ranch
Development Agreement.
Page 50 of 403
Item 5e
ALTERNATIVES
1. Deny the award of the construction contract. Council may choose not to award the
contract at this time, reject all bids, and defer the project for readvertisement. Staff
does not recommend this option, as the park rehabilitation was identified as a near -
term project in the Council-approved Parks and Recreation Blueprint for the Future.
This option risks project costs rising, and the City could potentially receive bids higher
than the above bid from R. Burke Corporation.
2. Find another source of funding. Council may choose to appropriate funds from a
different source such as CIP Reserve instead of using the Parkland In-Lieu (Quimby)
Funds. The current CIP Reserve balance is $3,010,000 and is anticipated to be used
towards overages on CIP projects moving into construction this fiscal year, such as
the Mid-Higuera Bypass project. Staff does not recommend this option, as the
Parkland In-Leu (Quimby) Funds identified to fund this award are from San Luis Ranch
Development Agreement contributions and can only be spent on projects at Laguna
Lake Park. Using funds from the CIP Reserve would impact other CIP projects,
including upcoming parks projects that are not eligible for these Parkland In -Leu
(Quimby) Funds.
3. Defer award and redesign the project. Council could choose not to award this
construction contract and instead pay for a new design, which could include reducing
the size of the dog areas, pathways, and landscaping. This revised project would then
be brought back to the Parks and Recreation Commission for review. This option
would significantly delay the project construction and risk further increases in
construction and design costs.
4. Award the base bid, additive alternate A and B. Council may choose to award the
full project including the base and both alternatives A and B using the remainder of
the Laguna Lake Improvements account 2000057-01 and $360,000 of Capital
Projects Reserve Funds. Staff does not recommend awarding Additive Alternate B
(shade sails) because the bid price significantly exceeds the engineer’s estimate for
this component. Instead, staff suggests deferring this part of the project to a future
phase. This approach may attract more competitive bids, potentially lowering the cost.
Additionally, the current project design allows for the installation of shade sails later.
5. Award the base bid only. Council may choose to only award the base bid and defer
alternative A and B to a future phase of the project. This would lower the request from
the Laguna Lake Improvements account 2000057-01 from $485,000 to $33,000. Staff
does not recommend this the option as additive alternate A provides landscaping and
irrigation to the dog park which is vital to create an enjoyable space for the community
as well as providing the necessary irrigation system to water the proposed 38 trees
and turf. Without awarding additive alternate A, the landscaping will consist of six new
trees and ground covering of wood bark mulch. The community is also strongly
supportive of the futures that will be installed with additive alternate A. Staff concur
with not awarding additive alternate B.
ATTACHMENTS
A - 2001068 Bid Results
B - Draft Construction Contract with R. Burke Corporation
Page 51 of 403
Page 52 of 403
Bid Opening: 07/2/2024
Item # Item Description Unit of Measure Estimated Quanity Item price Total
1 CONSTRUCTION SURVEY LS 1 --- $15,000.00
2 WATER POLLUTION / EROSION CONTROL LS 1 --- $60,000.00
3 REMOVE BENCHES & CONCRETE PADS LS 1 --- $6,000.00
4 REMOVE WOOD INFORMATION KIOSK EA 1 $400.00 $400.00
5 REMOVE 3' HIGH CMU WALL LF 75 $35.00 $2,625.00
6 REMOVE 4' HIGH CHAIN LINK FENCE LS 1 --- $5,000.00
7 RELOCATE TRASH RECEPTACLES LS 1 --- $400.00
8 RELOCATE EXISTING BOULDERS LS 1 --- $6,000.00
9 REMOVE WATER FOUNTAIN EA 3 $700.00 $2,100.00
10 REMOVE WHEEL STOP EA 10 $100.00 $1,000.00
11 REMOVE EXISTING SIGN EA 3 $170.00 $510.00
12 REMOVE & DISPOSE HMA PAVEMENT AND
BASE LS 1 --- $7,000.00
13 REMOVE 24"X24" STORM DRAIN INLET EA 1 $800.00 $800.00
14 REMOVE 12" STORM DRAIN PIPE LS 1 --- $2,700.00
15 REMOVE 18" TRENCH DRAIN LS 1 --- $3,500.00
16 REMOVE LOG BARRIERS (RETURN TO CITY) LS 1 --- $5,500.00
17 EARTHWORK CY 2190 $90.00 $197,100.00
18 IMPORT MATERIAL CY 470 $135.00 $63,450.00
19 CRUSHED PEA GRAVEL (2" LAYER) SQFT 11953 $2.20 $26,296.60
20 6" CONCRETE EDGING LF 1375 $28.00 $38,500.00
21 8" CONCRETE CURB LF 100 $90.00 $9,000.00
22 NEW CONCRETE WHEEL STOPS EA 6 $300.00 $1,800.00
23 CONCRETE CURB AND GUTTER LF 90 $100.00 $9,000.00
24 CONCRETE TRANSITION RAMP SQFT 100 $37.00 $3,700.00
25 CONCRETE FLATWORK (SIDEWALK) SQFT 10250 $28.00 $287,000.00
26 REMOVE TREE & GRIND STUMP EA 2 $5,000.00 $10,000.00
27 GRIND TREE STUMP EA 14 $800.00 $11,200.00
28 WOOD BARK MULCH (3" LAYER) CY 678 $109.00 $73,902.00
29 ROOT BARRIER LF 100 $23.00 $2,300.00
30 IRRIGATION - SLEEVING LF 143 $41.00 $5,863.00
31 HMA PAVEMENT (6") SQFT 998 $17.00 $16,966.00
32 DETECTABLE WARNING SURFACE SQFT 220 $60.00 $13,200.00
33 CLEARING AND GRUBBING LS 1 --- $20,000.00
34 1" PVC WATER LATERAL LF 84 $120.00 $10,080.00
35 4" PVC STORM DRAIN LF 8 $65.00 $520.00
36 12" HDPE STORM DRAIN LF 80 $80.00 $6,400.00
37 TRENCH DRAIN WITH CONCRETE
ENCASEMENT LF 45 $500.00 $22,500.00
38 CURB INLET EA 1 $13,000.00 $13,000.00
39 4' CHAIN LINK FENCE LF 2117 $40.00 $84,680.00
40 DOG PARK ENTRY GATE (TWO GATES PER
ENTRY)EA 6 $5,700.00 $34,200.00
41 CHAIN LINK MAINTENANCE GATE (2 LEAVES
EACH GATE)EA 3 $3,500.00 $10,500.00
42 INSTALL NEW LOG BARRIER LS 1 --- $5,000.00
43 ADA SIGNS AND POLES EA 3 $500.00 $1,500.00
44 REMOVE PAVEMENT MARKINGS LS 1 --- $1,100.00
45 PAVEMENT MARKINGS LS 1 --- $5,000.00
46 DRINKING FOUNTAIN WITH DOG WATER
BOWL EA 3 $8,600.00 $25,800.00
47 RELOCATE DOG BAG DISPENSER AND SIGNS EA 2 $150.00 $300.00
48 SWPPP LS 1 --- $11,000.00
49 UPGRADE RESTROOM FOR ADA
COMPLIANCE PER APPENDIX D LS 1 --- $10,000.00
50 INSTALL NEW CONCRETE ADA PARKING
STALL AND ACCESS AISLE PER SHEET C-3.3 LS 1 --- $17,000.00
$1,166,392.60
ADDITIVE ALTERNATIVE "A" BID ITEMS
Item # Item Description Unit of Measure Estimated Quanity Item price Total
51 TREE PLANTING – 24” BOX EA 38 $1,840.00 $69,920.00
52 15 GALLON SHRUBS EA 12 $575.00 $6,900.00
53 5 GALLON SHRUBS EA 18 $69.00 $1,242.00
54 1 GALLON SHRUBS EA 181 $40.00 $7,240.00
55 TURF LAWN SQFT 25,970 $3.20 $83,104.00
56 IRRIGATION - MAINLINE LF 1460 $23.00 $33,580.00
57 IRRIGATION - LATERAL LINE LF 4482 $13.00 $58,266.00
58 IRRIGATION - VALVES AND EQUIPMENT LS 1 --- $69,000.00
59 IRRIGATION - TURF SPRAY HEADS EA 29 $230.00 $6,670.00
60 IRRIGATION - TREE WATERING SYSTEMS EA 76 $140.00 $10,640.00
61 IRRIGATION - DRIPLINE AREA SQFT 3901 $2.30 $8,972.30
62 IRRIGATION-DRIP EMITTER AREA SQFT 2637 $1.20 $3,164.40
63 IRRIGATION - CONTROLS (CONTROLLER AND
WEATHER STATION)LS 1 --- $6,600.00
64 THREE MONTH PLANT ESTABLISHMENT
PERIOD EA MONTH 3 $9,500.00 $28,500.00
$393,798.70
ADDITIVE ALTERNATIVE "B" BID ITEMS
Item # Item Description Unit of Measure Estimated Quanity Item price Total
65 CONCRETE SHALLOW FOOTING (FOR SHADE
SAILS)EA 24 $1,900.00 $45,600.00
66 RECTANGULAR SHADE SAIL - 7' X 13' EA 4 $45,000.00 $180,000.00
67 RECTANGULAR SHADE SAIL - 14.5' X 18' EA 1 $65,000.00 $65,000.00
68 RECTANGULAR SHADE SAIL - 12.5' X 20' EA 1 $64,000.00 $64,000.00
69 SHADE SAIL - TRIANGLE EA 2 $54,000.00 $108,000.00
$462,600.00
$1,166,392.60
$393,798.70
$462,600.00
$2,022,791.30
** Total bid amount is based on item price. Per section 2-1.33A, in the case of arithmetic discrepancy between item prices
and total prices, items prices prevail over total prices.
BASE BID TOTAL
ADDITIVE ALTERNATIVE "A" BID TOTAL
ADDITIVE ALTERNATIVE "B" BID TOTAL
TOTAL PROJECT BID (Base Bid + Add. Alternate A + Add. Alternate B)
ADDITIVE ALTERNATIVE "A" - BID TOTAL
ADDITIVE ALTERNATIVE "B" BID TOTAL
LAGUNA LAKE DOG PARK REVITALIZATION, SPECIFICATION NO. 2001068
BASE BID TOTAL
R. Burke Corporation
Page 53 of 403
Page 54 of 403
APPENDIX A - 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 R. Burke Corporation (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
LAGUNA LAKE DOG PARK REVITALIZATION, SPEC NO. 2001068
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:
Base Bid
Item Item Unit of Estimated Item Price Total
No. SS(1) Description Measure Quantity (in figures) (in figures)
1 5 CONSTRUCTION SURVEY LS 1 --- $15,000.00
2 13 WATER POLLUTION /
EROSION CONTROL LS 1 --- $60,000.00
3 15 REMOVE BENCHES &
CONCRETE PADS LS 1 --- $6,000.00
4 15 REMOVE WOOD
INFORMATION KIOSK EA 1 $400.00 $400.00
5 15 REMOVE 3' HIGH CMU WALL LF 75 $35.00 $2,625.00
6 15 REMOVE 4' HIGH CHAIN LINK
FENCE LS 1 --- $5,000.00
7 15 RELOCATE TRASH
RECEPTACLES LS 1 --- $400.00
8 15 RELOCATE EXISTING
BOULDERS LS 1 --- $6,000.00
9 15 REMOVE WATER FOUNTAIN EA 3 $700.00 $2,100.00
Docusign Envelope ID: D8119598-239A-47E5-A198-D6FF56BDD83D
Page 55 of 403
Base Bid
Item Item Unit of Estimated Item Price Total
No. SS(1) Description Measure Quantity (in figures) (in figures)
10 15 REMOVE WHEEL STOP EA 10 $100.00 $1,000.00
11 15 REMOVE EXISTING SIGN EA 3 $170.00 $510.00
12 15, 19 REMOVE & DISPOSE HMA
PAVEMENT AND BASE LS 1 --- $7,000.00
13 15, 71 REMOVE 24"X24" STORM
DRAIN INLET EA 1 $800.00 $800.00
14 15, 71 REMOVE 12" STORM DRAIN
PIPE LS 1 --- $2,700.00
15 15, 71 REMOVE 18" TRENCH DRAIN LS 1 --- $3,500.00
16 19 REMOVE LOG BARRIERS
(RETURN TO CITY) LS 1 --- $5,500.00
17 19 EARTHWORK CY 2190 $90.00 $197,100.00
18 19 IMPORT MATERIAL CY 470 $135.00 $63,450.00
19 19 CRUSHED PEA GRAVEL (2"
LAYER) SQFT 11953 $2.20 $26,296.60
20
19,
26,
73, 90
6" CONCRETE EDGING LF 1375 $28.00 $38,500.00
21
19,
26,
73, 90
8" CONCRETE CURB LF 100 $90.00 $9,000.00
22
19,
26,
73, 90
NEW CONCRETE WHEEL
STOPS EA 6 $300.00 $1,800.00
23 19,26,
73, 90
CONCRETE CURB AND
GUTTER LF 90 $100.00 $9,000.00
24 19,26,
73, 90
CONCRETE TRANSITION
RAMP SQFT 100 $37.00 $3,700.00
25
19,
26,
73, 90
CONCRETE FLATWORK
(SIDEWALK) SQFT 10250 $28.00 $287,000.00
26 20 REMOVE TREE & GRIND
STUMP EA 2 $5,000.00 $10,000.00
27 20 GRIND TREE STUMP EA 14 $800.00 $11,200.00
28 20 WOOD BARK MULCH (3"
LAYER) CY 678 $109.00 $73,902.00
29 20 ROOT BARRIER LF 100 $23.00 $2,300.00
30 20 IRRIGATION - SLEEVING LF 143 $41.00 $5,863.00
31 39 HMA PAVEMENT (6") SQFT 998 $17.00 $16,966.00
32 73 DETECTABLE WARNING
SURFACE SQFT 220 $60.00 $13,200.00
33 77 CLEARING AND GRUBBING LS 1 --- $20,000.00
34 77 1" PVC WATER LATERAL LF 84 $120.00 $10,080.00
35 77 4" PVC STORM DRAIN LF 8 $65.00 $520.00
Docusign Envelope ID: D8119598-239A-47E5-A198-D6FF56BDD83D
Page 56 of 403
Base Bid
Item Item Unit of Estimated Item Price Total
No. SS(1) Description Measure Quantity (in figures) (in figures)
36 77 12" HDPE STORM DRAIN LF 80 $80.00 $6,400.00
37 77 TRENCH DRAIN WITH
CONCRETE ENCASEMENT LF 45 $500.00 $22,500.00
38 77 CURB INLET EA 1 $13,000.00 $13,000.00
39 80 4' CHAIN LINK FENCE LF 2117 $40.00 $84,680.00
40 80 DOG PARK ENTRY GATE
(TWO GATES PER ENTRY) EA 6 $5,700.00 $34,200.00
41 80
CHAIN LINK MAINTENANCE
GATE (2 LEAVES EACH
GATE)
EA 3 $3,500.00 $10,500.00
42 80 INSTALL NEW LOG BARRIER LS 1 --- $5,000.00
43 82 ADA SIGNS AND POLES EA 3 $500.00 $1,500.00
44 84 REMOVE PAVEMENT
MARKINGS LS 1 --- $1,100.00
45 84 PAVEMENT MARKINGS LS 1 --- $5,000.00
46 99 DRINKING FOUNTAIN WITH
DOG WATER BOWL EA 3 $8,600.00 $25,800.00
47 82, 90 RELOCATE DOG BAG
DISPENSER AND SIGNS EA 2 $150.00 $300.00
48 13 SWPPP LS 1 --- $11,000.00
49 15
UPGRADE RESTROOM FOR
ADA COMPLIANCE PER
APPENDIX D
LS 1 --- $10,000.00
50 15
INSTALL NEW CONCRETE
ADA PARKING STALL AND
ACCESS AISLE PER SHEET
C-3.3
LS 1 --- $17,000.00
Base Bid Total $1,166,392.60
Additive Alternate A
Item Item Unit of Estimated Item Price Total
No. SS(1) Description Measure Quantity (in figures) (in figures)
51 20 TREE PLANTING – 24” BOX EA 38 $1,840.00 $69,920.00
52 20 15 GALLON SHRUBS EA 12 $575.00 $6,900.00
53 20 5 GALLON SHRUBS EA 18 $69.00 $1,242.00
54 20 1 GALLON SHRUBS EA 181 $40.00 $7,240.00
55 20 TURF LAWN SQFT 25,970 $3.20 $83,104.00
56 20 IRRIGATION - MAINLINE LF 1460 $23.00 $33,580.00
57 20 IRRIGATION - LATERAL LINE LF 4482 $13.00 $58,266.00
58 20 IRRIGATION - VALVES AND
EQUIPMENT LS 1 --- $69,000.00
Docusign Envelope ID: D8119598-239A-47E5-A198-D6FF56BDD83D
Page 57 of 403
Additive Alternate A
Item Item Unit of Estimated Item Price Total
No. SS(1) Description Measure Quantity (in figures) (in figures)
59 20 IRRIGATION - TURF SPRAY
HEADS EA 29 $230.00 $6,670.00
60 20 IRRIGATION - TREE
WATERING SYSTEMS EA 76 $140.00 $10,640.00
61 20 IRRIGATION - DRIPLINE
AREA SQFT 3901 $2.30 $8,972.30
62 20 IRRIGATION-DRIP EMITTER
AREA SQFT 2637 $1.20 $3,164.40
63 20
IRRIGATION - CONTROLS
(CONTROLLER AND
WEATHER STATION)
LS 1 --- $6,600.00
64 20 THREE MONTH PLANT
ESTABLISHMENT PERIOD
EA
MONTH 3 $9,500.00 $28,500.00
Additive Alternate A Bid Total $393,798.70
(1) refers to section in the Standard Specifications, with modifications in the Special Provisions, that describe
required work.
BID TOTAL: $1,560,191.30
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
10. Labor Code Section 1725.5 Statements
11. Bidder Acknowledgements
12. Qualifications
13. Non-collusion Declaration
14. Agreement and Bonds
Docusign Envelope ID: D8119598-239A-47E5-A198-D6FF56BDD83D
Page 58 of 403
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.
IN WITNESS WHEREOF, the parties to these presents have hereunto set their hands this
year and date first above written.
Docusign Envelope ID: D8119598-239A-47E5-A198-D6FF56BDD83D
Page 59 of 403
ATTEST:
_______________________________
Teresa Purrington, City Clerk
CITY OF SAN LUIS OBISPO
A Municipal Corporation
___________________________________
Erica A. Stewart, Mayor
APPROVED AS TO FORM CONTRACTOR:
R. Burke Corporation
________________________________
By:________________________________
J. Christine Dietrick
City Attorney
Robert E. Burke
Its: President
(2nd signature required if Corporation):
By:________________________________
Joanne Burke
Its: Vice President/Treasurer
Docusign Envelope ID: D8119598-239A-47E5-A198-D6FF56BDD83D
Page 60 of 403