Loading...
HomeMy WebLinkAboutItem 6h. Award construction contract for South Street and King Court Crossing Project, Specification No. 200159 Item 6h Department: Public Works Cost Center: 9501 For Agenda of: 1/13/2026 Placement: Consent Estimated Time: N/A FROM: Aaron Floyd, Public Works & Utilities Director Prepared By: Luke Schwartz, Transportation Manager SUBJECT: AWARD CONSTRUCTION CONTRACT FOR SOUTH STREET AND KING COURT CROSSING PROJECT, SPECIFICATION NO. 2001059 RECOMMENDATION 1. Award a construction contract for the South Street and King Court Crossing Project to JJ Fisher Construction Inc. in the amount of $632,816; and , 2. Authorize the City Engineer to approve Contract Change Orders up to the available project budget, including any amendments authorized by the City Manager; and, 3. Authorize the transfer of $150,000 from the Roadway Sealing 2024 Project (Account 2000615) to the South Street and King Court Crossing Project (Account 2001059); and, 4. Approve a purchase from AM Signal, not to exceed $204,600 total, for the purchase and installation of Emergency Vehicle Preemption (EVP) equipment for San Luis Obispo Fire and Police Department vehicles. POLICY CONTEXT The City’s 2021 Active Transportation Plan (ATP) recommends installation of pedestrian crossing improvements, such as a Pedestrian Hybrid Beacon (PHB), at the intersection of South Street and King Court as a Tier 1 (highest -priority) project. Installation of this crossing also supports the City’s overarching Vision Zero objective to improve traffic safety and eliminate traffic fatalities, as well as the specific recommendation to upgrade and modernize emergency vehicle pre-emption (EVP) equipment for the San Luis Obispo Fire (SLO Fire) and Police (SLO PD) Departments, as identified in City’s 2025 Draft Vision Zero Action Plan (See Post-Crash Care Recommended Action #1). Pursuant to San Luis Obispo Municipal Code, Section 3.24.060(E), standard City bidding procedures for procurement of equipment and services may be dispensed with, at the discretion of the purchasing authority, when the purchase will be made cooperatively with one, or more, other units of government, or from a local dealer within the city limits that can provide the same brand, model and configuration of item(s) identified in cooperative purchase agreement(s) at or below the cooperative purchasing net cost within the same terms and conditions. The recommendation to approve the purchase of EVP equipment Page 113 of 525 Item 6h and installation service from AM Signal, not to exceed $204,600, would comply with this policy, as follows:  AM Signal is the designated regional dealer for Miovision, who owns and sells Opticom EVP products, the standardized EVP equipment used by the City of San Luis Obispo; and  Miovision is an approved vendor for Opticom EVP equipment under the Sourcewell Cooperative Agreement, a competitively solicited purchasing contract that allows member public agencies to buy goods and services without the need to conduct their own formal bid processes; and  The City of San Luis Obispo is a Sourcewell member, allowing for purchases of Opticom EVP equipment and installation services under the same pricing and terms agreed to under the cooperative agreement. DISCUSSION On October 7, 2025, the City Council authorized staff to advertise the South Street & King Court Crossing (Project) for construction bids and authorized the City Manager to award the contract if the lowest responsible bid was within the Engineer’s Estimate of $525,000. The Project includes installation of a Pedestrian Hybrid Beacon Crossing, related Americans with Disabilities Act (ADA) curb ramp and sign/striping improvements. On November 13, 2025, three bids were received and opened (Attachment A). JJ Fisher Construction Inc. (JJ Fisher) provided the lowest responsive bid in the total amount of $632,816. Since the lowest bid amount exceeds the delegated authority provided to the City Manager by $107,816, staff is returning to Council to request the award of the construction contract. Generally, the increase in costs above the Engineer’s estimate may be attributed to recent economic trends leading to overall cost increases in construction related to high demand for work with a limited pool of qualified contractors and increases in traffic signal equipment costs (particularly steel poles and electrical systems). Bid Summary Total Bid Engineer’s Estimate $525,000 1 JJ Fisher Construction $632,816 2 Souza Construction $744,850 3 R. Burke Corporation $928,037 The Contractor’s references, license, and registration with the Department of Industrial Relations have been verified. Staff is recommending that the project be awarded to JJ Fisher (Attachment B). Page 114 of 525 Item 6h Previous Council or Advisory Body Action On October 7, 2025, the City Council authorized staff to advertise for construction bids for the South Street and King Court Crossing Project. Council further appropriated an additional $320,000 from Capital Projects Reserve Fund to support construction of the crossing and the purchase of EVP equipment for SLO Fire and SLO PD vehicles, which will help minimize any increases in emergency response times with the addition of this Project, and improve response capabilities citywide. For a detailed summary on previous City Council and Advisory Body actions related to the Project, see the October 7, 2025 Council Agenda Report. Public Engagement A detailed summary of public outreach and engagement activities conducted to date on the Project is provided in the October 7, 2025 Council Agenda Report. Both this current agenda item and the previous October 7, 2025 Council Agenda item followed all required postings and notifications, and the public has had an opportunity to comment on this topic at or before these meetings. CONCURRENCE The Project and staff report have been reviewed and have concurrence from the City Public Works Department, Fire Department, Police Department, City Attorney’s Office, and City Administration. ENVIRONMENTAL REVIEW The Project qualifies for an Exemption to the California Environmental Qu ality Act (CEQA) pursuant to State CEQA Guidelines Section 15301 Class 1 (Existing Facilities) and 15302 Class 2 (Replacement or Reconstruction). A Notice of Exemption has been filed through the Community Development Department with the County Clerk-Recorder. FISCAL IMPACT Budgeted: Yes Budget Year: 2025-26 Funding Identified: Yes Fiscal Analysis: Funding Sources Total Budget Available Current Funding Request Remaining Balance South & King Crossing Account (2001059) SLOCOG Grant (State REAP Funds)* $500,000 $500,000 $0 South & King Crossing Account (2001059) Capital Projects Reserve Fund (Capital Outlay LRM)* $319,918 $319,918 $0 Page 115 of 525 Item 6h Roadway Sealing 2024 Account (2000615) (Capital Outlay LRM)** $222,634 $150,000 $72,634 Total $1,042,552 $969,918 $72,634 *This line reflects funding appropriations to the Project account already approved by Council. Note that $320,000 in CIP Reserve Funds were previously appropriated; however, $82 has since been expended to file CEQA Notice of Exemption. **This line represents new funding transfer request to Project account. The Project account has a current balance of $819,918, comprised of $500,000 in State REAP grant funding (administered via SLOCOG) and $319,918 in Local Revenue Measure (LRM) funding appropriated from the Capital Projects Reserve Fund with the Council’s previous action on October 7, 2025. The total construction cost is $765,380, including the construction contract for the lowest responsive bid ($632,816), construction contingencies, and materials testing. On October 7, 2025, the City Council also approved use of funds from the Project account to fund the purchase and installation of EVP equipment for SLO Fire and SLO PD vehicles. An updated quote for this equipment was obtained in late 2025, which confirmed these costs at approximately $204,600, reflecting approximately $167,200 for equipment and $37,400 for installation fees. This will fund the installation of EVP equipment with infrared and GPS detection capabilities for 10 SLO Fire vehicles and up to 20 SLO PD patrol vehicles. SLO PD currently has no EVP equipment on their vehicles, while SLO Fire has infrared vehicle equipment only. Infrared detection allows approaching emergency vehicles to communicate with downstream traffic signals to provide a green light and flush traffic along the response route; however, infrared detection relies on clear line-of-sight and can be limited along routes with large tree canopies or roadway curves. GPS EVP equipment allows for better upstream detection and improved abil ity to clear traffic ahead of an approaching emergency vehicle. These vehicle equipment upgrades will immediately provide significant improvements to emergency response for SLO PD, and will incrementally improve emergency response capabilities for SLO Fire as more city traffic signals are equipped with GPS capabilities. The South/King PHB will be the first city traffic signal with GPS equipment; however, additional upgrades as planned with the Higuera Complete Street Project and will continue at other priority intersections in coming years, as funding allows. Because the City uses standardized EVP equipment by Opticom, and the Opticom manufacturer (Miovision) uses a designated regional dealer (AM Signal), staff is requesting Council authorization to purchase EVP equipment and installation support directly from AM Signal, not to exceed $204,600 total, via the Sourcewell Cooperative Agreement pursuant to San Luis Obispo Municipal Code, Section 3.24.060(E). As a Sourcewell member, the City is able to make Opticom EVP equipment purchases via Miovision (or their authorized dealer, AM Signal) under the same pricing an d terms agreed to under this competitively solicited cooperative purchasing agreement. Page 116 of 525 Item 6h To provide sufficient funding for Project construction and related EVP purchases, staff recommends appropriating an additional $150,000 in Capital Outlay LRM funding from the completed Roadway Sealing 2024 Project Account (Spec. No. 2000615). The Roadway Sealing 2024 Project Account has a current remaining balance of $222,634, leaving $72,634 in remaining funding following this transfer. South Street and King Court Crossing, Specification No. 2001059 South & King Crossing (2001059) Roadway Sealing 2024 (2000615) Total Costs SLOCOG Grant Capital Outlay LRM Capital Outlay LRM (State REAP Funds) (CIP Reserve) Construction Contract $500,000 $132,816 $632,816 Contingencies (20%) $126,564 $126,564 Materials Testing $5,000 $5,000 Printing $1,000 $1,000 Total Construction Cost $500,000 $265,380 $0 $765,380 EVP Equipment Purchase $54,538 $112,600 $167,138 EVP Equipment Installation $37,400 $37,400 Cost for EVP Upgrades $0 $54,538 $150,000 $204,538 Current Balance (Account 2001059) $500,000 $319,918 $819,918 New Funding Request $150,000 $150,000 TOTAL PROJECT BUDGET $500,000 $319,918 $150,000 $969,918 ALTERNATIVES 1. Deny the approval to award the Project construction contract. City Council could deny the request to award the project construction contract, directing staff to re-advertise the project or defer the project to a later date. This alternative would further delay the project, which could lead to a rise in construction cost, risk forfeiture of SLOCOG grant funds, and delay recommended pedestrian crossing upgrades. Page 117 of 525 Item 6h If this alternative is preferred by Council, staff would ask that Council also provide direction on whether to advance EVP equipment purchases using existing Project funds, or to delay these purchases. 2. Deny the request to transfer additional funds to the Project Account, directing staff to defer EVP equipment purchases to a later date. City Council could reject the request to transfer additional funding from the Roadway Sealing 2024 Account to the Project account, directing staff to award the construction contract to JJ Fisher ($632,816) and proceed with Project construction and a reduced amount of EVP equipment that could be advanced within existing Project funds. With existing Project funds, this would allow for construction of the project and purchase and installation of EVP equipment for approximately 40% of the desired number emergency vehicles at this time. While not guaranteed, additional equipment could be funded following completion of construction using any unspent construction contingency funds. The trade-off with this alternative is that installation of EVP equipment for some emergency vehicles may be delayed until further funding can be identified in the future. ATTACHMENTS A - Bid Results B - Draft Construction Agreement with JJ Fisher Construction Inc. Page 118 of 525 SOUTH STREET AND KING COURT CROSSING, SPECIFICATION NO. 2001059 Bid Opening: 11/13/2025 UNIT TOTAL UNIT TOTAL UNIT TOTAL UNIT TOTAL No. ITEM UNIT QUAN PRICE PRICE PRICE PRICE PRICE PRICE PRICE PRICE 1 TEMPORARY TRAFFIC CONTROL & MOBILIZATION LS 1 $0.00 $25,000.00 $25,000.00 $43,430.00 $43,430.00 $140,000.00 $140,000.00 2 COMPLY WITH NIGHT WORK PERMIT LS 1 $0.00 $12,670.00 $12,670.00 $12,250.00 $12,250.00 $15,000.00 $15,000.00 3 NORTHWEST CURB RAMP: SOUTH ST & KING STREET LS 1 $0.00 $29,600.00 $29,600.00 $48,160.00 $48,160.00 $51,000.00 $51,000.00 4 SOUTHWEST CURB RAMP: SOUTH ST & KING COURT LS 1 $0.00 $33,300.00 $33,300.00 $49,900.00 $49,900.00 $59,000.00 $59,000.00 5 SOUTHEAST CURB RAMP: SOUTH ST & KING COURT LS 1 $0.00 $34,500.00 $34,500.00 $54,475.00 $54,475.00 $60,000.00 $60,000.00 6 NORTHEAST CURB RAMP: SOUTH ST & KING STREET LS 1 $0.00 $32,100.00 $32,100.00 $53,220.00 $53,220.00 $64,800.00 $64,800.00 7 SOUTH ST & KING STREET WEST MEDIAN LS 1 $0.00 $5,900.00 $5,900.00 $15,470.00 $15,470.00 $18,000.00 $18,000.00 8 RELOCATE CITY BENCHMARK EA 1 $0.00 $2,750.00 $2,750.00 $5,500.00 $5,500.00 $1,400.00 $1,400.00 9 REMOVE (E) PAVEMENT MARKINGS LS 1 $0.00 $4,400.00 $4,400.00 $4,400.00 $4,400.00 $7,200.00 $7,200.00 10 FOG SEAL SQFT 5,700 $0.00 $0.60 $3,420.00 $0.75 $4,275.00 $1.00 $5,700.00 11 WHITE THERMOPLASTIC PAVEMENT MARKINGS SQFT 132 $0.00 $16.50 $2,178.00 $16.50 $2,178.00 $17.00 $2,244.00 12 CURB PAINT LF 215 $0.00 $2.20 $473.00 $2.20 $473.00 $3.00 $645.00 13 THERMOPLASTIC – 12” WHITE/YELLOW STRIPE LF 330 $0.00 $5.50 $1,815.00 $5.50 $1,815.00 $7.00 $2,310.00 14 THERMOPLASTIC – 24”’  WHITE/YELLOW STRIPE LF 448 $0.00 $8.25 $3,696.00 $8.25 $3,696.00 $7.00 $3,136.00 15 THERMOPLASTIC – DETAIL 22 LF 100 $0.00 $3.30 $330.00 $3.30 $330.00 $2.30 $230.00 16 THERMOPLASTIC – DETAIL 25 LF 25 $0.00 $5.60 $140.00 $6.00 $150.00 $2.30 $57.50 17 THERMOPLASTIC – DETAIL 38 LF 20 $0.00 $5.50 $110.00 $5.50 $110.00 $2.30 $46.00 18 THERMOPLASTIC – DETAIL 39A LF 130 $0.00 $3.30 $429.00 $3.30 $429.00 $2.30 $299.00 19 THERMOPLASTIC ‐ BIKE BUFFER STRIPE LF 50 $0.00 $8.80 $440.00 $8.80 $440.00 $7.00 $350.00 20 GREEN BIKE LANE SQFT 250 $0.00 $19.80 $4,950.00 $19.80 $4,950.00 $22.00 $5,500.00 21 FLEX POST EA 4 $0.00 $385.00 $1,540.00 $280.00 $1,120.00 $300.00 $1,200.00 22 REMOVE SIGN AND POST EA 7 $0.00 $165.00 $1,155.00 $182.00 $1,274.00 $200.00 $1,400.00 23 R10‐3i(L/R) SIGN EA 4 $0.00 $220.00 $880.00 $825.00 $3,300.00 $250.00 $1,000.00 24 R10‐3 SIGN EA 2 $0.00 $110.00 $220.00 $825.00 $1,650.00 $250.00 $500.00 25 R4‐7 SIGN EA 2 $0.00 $125.00 $250.00 $138.00 $276.00 $150.00 $300.00 26 OM1‐1 OBJECT MARKER EA 2 $0.00 $110.00 $220.00 $50.00 $100.00 $50.00 $100.00 27 R10‐23A SIGN EA 2 $0.00 $165.00 $330.00 $165.00 $330.00 $180.00 $360.00 28 R118 SIGN EA 2 $0.00 $165.00 $330.00 $165.00 $330.00 $180.00 $360.00 29 R10‐6 SIGN EA 2 $0.00 $165.00 $330.00 $165.00 $330.00 $180.00 $360.00 30 R9‐5 SIGN EA 2 $0.00 $165.00 $330.00 $825.00 $1,650.00 $540.00 $1,080.00 31 STREET NAME SIGN ON SIGNAL POLE EA 4 $0.00 $1,320.00 $5,280.00 $1,320.00 $5,280.00 $1,400.00 $5,600.00 32 REINSTALL SALVAGED SIGN EA 3 $0.00 $83.00 $249.00 $138.00 $414.00 $150.00 $450.00 33 REINSTALL SALVAGED POST EA 5 $0.00 $305.00 $1,525.00 $193.00 $965.00 $280.00 $1,400.00 34 INSTALL CITY‐FURNISHED ELECTRICAL SERVICE PEDESTAL & FOUNDATION LS 1 $0.00 $6,336.00 $6,336.00 $6,336.00 $6,336.00 $6,800.00 $6,800.00 35 FURNISH (N) ELECTRICAL SERVICE PEDESTAL, DELIVER TO CITY SIGNAL SHOP LS 1 $0.00 $10,450.00 $10,450.00 $10,450.00 $10,450.00 $13,000.00 $13,000.00 36 FURNISH & INSTALL BATTERY BACKUP SYSTEM EA 1 $0.00 $3,850.00 $3,850.00 $3,850.00 $3,850.00 $4,100.00 $4,100.00 37 REMOVE AND SALVAGE (E) RRFB SYSTEM LS 1 $0.00 $2,120.00 $2,120.00 $2,120.00 $2,120.00 $2,250.00 $2,250.00 38 ADDITIONAL PAVEOUT ALLOWANCE (6” THICKNESS)  SQFT 40 $0.00 $50.00 $2,000.00 $45.10 $1,804.00 $45.00 $1,800.00 39 ADDITIONAL PAVEOUT ALLOWANCE (10” THICKNESS)  SQFT 40 $0.00 $100.00 $4,000.00 $52.40 $2,096.00 $75.00 $3,000.00 40 SIDEWALK REPLACEMENT ALLOWANCE SQFT 250 $0.00 $25.00 $6,250.00 $29.00 $7,250.00 $50.00 $12,500.00 41 CURB AND GUTTER  REPLACEMENT ALLOWANCE LF 48 $0.00 $120.00 $5,760.00 $146.00 $7,008.00 $120.00 $5,760.00 42 FURNISH AND INSTALL CONTROLLER CABINET AND FOUNDATION EA 1 $0.00 $20,350.00 $20,350.00 $20,350.00 $20,350.00 $28,000.00 $28,000.00 43 FURNISH AND INSTALL TYPE 26‐4‐100 SIGNAL POLE, FOUNDATION, 40' MAST ARM, AND 15' LUMINAIRE ARM EA 1 $0.00 $28,050.00 $28,050.00 $28,050.00 $28,050.00 $35,000.00 $35,000.00 44 FURNISH AND INSTALL TYPE 19‐4‐100 SIGNAL POLE, FOUNDATION, 25' MAST ARM, AND 10' LUMINAIRE ARM EA 2 $0.00 $22,550.00 $45,100.00 $22,550.00 $45,100.00 $27,000.00 $54,000.00 45 FURNISH AND INSTALL TYPE 19A‐4‐100 SIGNAL POLE, FOUNDATION, 30' MAST ARM, AND 10' LUMINAIRE ARM EA 1 $0.00 $22,000.00 $22,000.00 $22,000.00 $22,000.00 $23,500.00 $23,500.00 46 FURNISH AND INSTALL TYPE 15TS POLE, FOUNDATION AND 10' LUMINAIRE ARM EA 2 $0.00 $13,200.00 $26,400.00 $13,200.00 $26,400.00 $17,000.00 $34,000.00 47 FURNISH AND INSTALL TYPE 1‐A SIGNAL POLE AND FOUNDATION EA 2 $0.00 $9,350.00 $18,700.00 $9,350.00 $18,700.00 $10,000.00 $20,000.00 48 FURNISH AND INSTALL TYPE 2 POST AND FOUNDATION EA 3 $0.00 $2,750.00 $8,250.00 $2,750.00 $8,250.00 $2,900.00 $8,700.00 49 FURNISH AND INSTALL OPTICOM EVP SYSTEM LS 1 $0.00 $18,150.00 $18,150.00 $18,150.00 $18,150.00 $19,000.00 $19,000.00 50 FURNISH AND INSTALL 3‐SECTION PEDESTRIAN HYBRID BEACON INDICATOR AND MOUNTING EA 8 $0.00 $2,222.00 $17,776.00 $2,222.00 $17,776.00 $2,300.00 $18,400.00 51 FURNISH AND INSTALL CUSTOM BLANKOUT SIGN & ASSEMBLY ON SIGNAL MAST ARM EA 2 $0.00 $4,125.00 $8,250.00 $4,125.00 $8,250.00 $4,400.00 $8,800.00 52 FURNISH AND INSTALL PEDESTRIAN SIGNAL HEAD EA 4 $0.00 $1,221.00 $4,884.00 $1,221.00 $4,884.00 $1,300.00 $5,200.00 53 FURNISH AND INSTALL APS PPB EA 4 $0.00 $2,215.00 $8,860.00 $2,215.00 $8,860.00 $2,350.00 $9,400.00 54 FURNISH AND INSTALL NON‐APS BIKE PPB EA 2 $0.00 $495.00 $990.00 $495.00 $990.00 $500.00 $1,000.00 55 FURNISH AND INSTALL LED LUMINAIRE EA 6 $0.00 $715.00 $4,290.00 $715.00 $4,290.00 $760.00 $4,560.00 56 FURNISH AND INSTALL NO. 6E PULL BOX EA 2 $0.00 $3,152.00 $6,304.00 $3,160.00 $6,320.00 $3,350.00 $6,700.00 R. Burke ConstructionSouza Construction BASE BID Engineer's Estimate JJ Fisher Construction Page 119 of 525 57 FURNISH AND INSTALL NO. 5 PULL BOX EA 7 $0.00 $1,738.00 $12,166.00 $1,738.00 $12,166.00 $1,900.00 $13,300.00 58 FURNISH AND INSTALL 4" CONDUIT LF 295 $0.00 $50.00 $14,750.00 $50.00 $14,750.00 $52.00 $15,340.00 59 FURNISH AND INSTALL 3" CONDUIT LF 80 $0.00 $38.50 $3,080.00 $39.00 $3,120.00 $40.00 $3,200.00 60 FURNISH AND INSTALL NEW CONDUCTORS AND CABLES LS 1 $0.00 $49,720.00 $49,720.00 $49,720.00 $49,720.00 $52,700.00 $52,700.00 61 FURNISH AND INSTALL VIDEO DETECTION SYSTEM LS 1 $0.00 $38,720.00 $38,720.00 $38,720.00 $38,720.00 $41,000.00 $41,000.00 62 FURNISH AND INSTALL CCTV CAMERA LS 1 $0.00 $6,160.00 $6,160.00 $6,160.00 $6,160.00 $6,500.00 $6,500.00 63 FURNISH AND INSTALL TRAFFIC SIGNAL CONTROLLER AND SOFTWARE EA 1 $0.00 $9,790.00 $9,790.00 $9,790.00 $9,790.00 $10,500.00 $10,500.00 64 FURNISH, INSTALL, AND CONFIGURE WIRELESS RADIO EA 1 $0.00 $5,720.00 $5,720.00 $5,120.00 $5,720.00 $6,000.00 $6,000.00 65 FURNISH AND INSTALL #2 PG&E JUNCTION BOX EA 1 $0.00 $2,750.00 $2,750.00 $2,750.00 $2,750.00 $3,000.00 $3,000.00 $0.00 $632,816.00 $744,850.00 $928,037.50TOTAL PROJECT BID Page 120 of 525 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 JJ FISHER 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 SOUTH STREET AND KING COURT CROSSING, SPECIFICATION NO. 2001059 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 TEMPORARY TRAFFIC CONTROL &  MOBILIZATION LS  1 $25,000.00 $25,000.00 2 COMPLY WITH NIGHT WORK  PERMIT LS  1 $12,670.00 $12,670.00 3 NORTHWEST CURB RAMP: SOUTH  ST & KING STREET  LS  1 $29,600.00 $29,600.00 4 SOUTHWEST CURB RAMP: SOUTH  ST & KING COURT  LS  1 $33,300.00 $33,300.00 5 SOUTHEAST CURB RAMP: SOUTH  ST & KING COURT  LS  1 $34,500.00 $34,500.00 6 NORTHEAST CURB RAMP: SOUTH  ST & KING STREET  LS  1 $32,100.00 $32,100.00 Docusign Envelope ID: 94C0B361-6ECF-442F-AD42-0B380BF39FD1 Page 121 of 525 7 SOUTH ST & KING STREET WEST  MEDIAN LS  1 $5,900.00 $5,900.00 8  RELOCATE CITY BENCHMARK  EA  1 $2,750.00 $2,750.00 9 REMOVE (E) PAVEMENT  MARKINGS  LS  1 $4,400.00 $4,400.00 10  FOG SEAL  SQFT  5,700 $0.60 $3,420.00 11 WHITE THERMOPLASTIC  PAVEMENT MARKINGS SQFT  132 $16.50 $2,178.00 12  CURB PAINT  LF  215 $2.20 $473.00 13 THERMOPLASTIC – 12”  WHITE/YELLOW STRIPE LF  330 $5.50 $1,815.00 14 THERMOPLASTIC – 24”’   WHITE/YELLOW STRIPE LF  448 $8.25 $3,696.00 15  THERMOPLASTIC – DETAIL 22   LF  100 $3.30 $330.00 16  THERMOPLASTIC – DETAIL 25  LF  25 $5.60 $140.00 17  THERMOPLASTIC – DETAIL 38   LF  20 $5.50 $110.00 18  THERMOPLASTIC – DETAIL 39A  LF  130 $3.30 $429.00 19 THERMOPLASTIC ‐ BIKE BUFFER  STRIPE LF  50 $8.80 $440.00 20  GREEN BIKE LANE  SQFT  250 $19.80 $4,950.00 21  FLEX POST  EA  4 $385.00 $1,540.00 22  REMOVE SIGN AND POST   EA  7 $165.00 $1,155.00 23  R10‐3i(L/R) SIGN  EA  4 $220.00 $880.00 24  R10‐3 SIGN  EA  2 $110.00 $220.00 25  R4‐7 SIGN  EA  2 $125.00 $250.00 26  OM1‐1 OBJECT MARKER  EA  2 $110.00 $220.00 27  R10‐23A SIGN  EA  2 $165.00 $330.00 28  R118 SIGN  EA  2 $165.00 $330.00 29  R10‐6 SIGN  EA  2 $165.00 $330.00 30  R9‐5 SIGN  EA  2 $165.00 $330.00 31 STREET NAME SIGN ON SIGNAL  POLE EA  4 $1,320.00 $5,280.00 32  REINSTALL SALVAGED SIGN  EA  3 $83.00 $249.00 33  REINSTALL SALVAGED POST  EA  5 $305.00 $1,525.00 34  INSTALL CITY‐FURNISHED  ELECTRICAL SERVICE PEDESTAL &  FOUNDATION  LS  1 $6,336.00 $6,336.00 35  FURNISH (N) ELECTRICAL SERVICE  PEDESTAL, DELIVER TO CITY  SIGNAL SHOP  LS  1 $10,450.00 $10,450.00 Docusign Envelope ID: 94C0B361-6ECF-442F-AD42-0B380BF39FD1 Page 122 of 525 36 FURNISH & INSTALL BATTERY  BACKUP SYSTEM EA  1 $3,850.00 $3,850.00 37 REMOVE AND SALVAGE (E) RRFB  SYSTEM LS  1 $2,120.00 $2,120.00 38 ADDITIONAL PAVEOUT  ALLOWANCE (6” THICKNESS)  SQFT  40 $50.00 $2,000.00 39 ADDITIONAL PAVEOUT  ALLOWANCE (10” THICKNESS)  SQFT  40 $100.00 $4,000.00 40 SIDEWALK REPLACEMENT  ALLOWANCE SQFT  250 $25.00 $6,250.00 41 CURB AND GUTTER   REPLACEMENT ALLOWANCE LF  48 $120.00 $5,760.00 42  FURNISH AND INSTALL  CONTROLLER CABINET AND  FOUNDATION  EA  1 $20,350.00 $20,350.00 43  FURNISH AND INSTALL TYPE 26‐4‐ 100 SIGNAL POLE, FOUNDATION,  40' MAST ARM, AND 15'  LUMINAIRE ARM  EA  1 $28,050.00 $28,050.00 44  FURNISH AND INSTALL TYPE 19‐4‐ 100 SIGNAL POLE, FOUNDATION,  25' MAST ARM, AND 10'  LUMINAIRE ARM  EA  2 $22,550.00 $45,100.00 45  FURNISH AND INSTALL TYPE 19A‐ 4‐100 SIGNAL POLE,  FOUNDATION, 30' MAST ARM,  AND 10' LUMINAIRE ARM  EA  1 $22,000.00 $22,000.00 46  FURNISH AND INSTALL TYPE 15TS  POLE, FOUNDATION AND 10'  LUMINAIRE ARM  EA  2 $13,200.00 $26,400.00 47 FURNISH AND INSTALL TYPE 1‐A  SIGNAL POLE AND FOUNDATION EA  2 $9,350.00 $18,700.00 48 FURNISH AND INSTALL TYPE 2  POST AND FOUNDATION EA  3 $2,750.00 $8,250.00 49 FURNISH AND INSTALL OPTICOM  EVP SYSTEM LS  1 $18,150.00 $18,150.00 50  FURNISH AND INSTALL 3‐SECTION  PEDESTRIAN HYBRID BEACON  INDICATOR AND MOUNTING  EA  8 $2,222.00 $17,776.00 51  FURNISH AND INSTALL CUSTOM  BLANKOUT SIGN & ASSEMBLY ON  SIGNAL MAST ARM  EA  2 $4,125.00 $8,250.00 52 FURNISH AND INSTALL  PEDESTRIAN SIGNAL HEAD EA  4 $1,221.00 $4,884.00 53  FURNISH AND INSTALL APS PPB  EA  4 $2,215.00 $8,860.00 54 FURNISH AND INSTALL NON‐APS  BIKE PPB EA  2 $495.00 $990.00 Docusign Envelope ID: 94C0B361-6ECF-442F-AD42-0B380BF39FD1 Page 123 of 525 55 FURNISH AND INSTALL LED  LUMINAIRE EA  6 $715.00 $4,290.00 56 FURNISH AND INSTALL NO. 6E  PULL BOX EA  2 $3,152.00 $6,304.00 57 FURNISH AND INSTALL NO. 5 PULL  BOX EA  7 $1,738.00 $12,166.00 58 FURNISH AND INSTALL 4"  CONDUIT LF  295 $50.00 $14,750.00 59 FURNISH AND INSTALL 3"  CONDUIT LF  80 $38.50 $3,080.00 60 FURNISH AND INSTALL NEW  CONDUCTORS AND CABLES LS  1 $49,720.00 $49,720.00 61 FURNISH AND INSTALL VIDEO  DETECTION SYSTEM LS  1 $38,720.00 $38,720.00 62 FURNISH AND INSTALL CCTV  CAMERA LS  1 $6,160.00 $6,160.00 63  FURNISH AND INSTALL TRAFFIC  SIGNAL CONTROLLER AND  SOFTWARE  EA  1 $9,790.00 $9,790.00 64 FURNISH, INSTALL, AND  CONFIGURE WIRELESS RADIO EA  1 $5,720.00 $5,720.00 65 FURNISH AND INSTALL #2 PG&E  JUNCTION BOX EA  1 $2,750.00 $2,750.00 Bid Total $632,816.00 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. 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 Docusign Envelope ID: 94C0B361-6ECF-442F-AD42-0B380BF39FD1 Page 124 of 525 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 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: 94C0B361-6ECF-442F-AD42-0B380BF39FD1 Page 125 of 525 ATTEST: ___________________________________ Teresa Purrington, City Clerk CITY OF SAN LUIS OBISPO A Municipal Corporation ________________________________ Erica A. Stewart, Mayor APPROVED AS TO FORM ___________________________________ J. Christine Dietrick City Attorney CONTRACTOR: JJ Fisher Construction, Inc. ________________________________ Jayson J Fisher Chief Executive Officer ________________________________ Mark Sczbecki Secretary, Chief Financial Officer Docusign Envelope ID: 94C0B361-6ECF-442F-AD42-0B380BF39FD1 Page 126 of 525