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