HomeMy WebLinkAbout01-15-2026 Construction Contract for South Street and King Court CrossingAGREEMENT
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-AD42-0B380BF39FD1Docusign Envelope ID: 398ECDD4-81C9-441A-B2C1-0C762F3F14BB
1/15/2026 | 2:23 PM PST
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-AD42-0B380BF39FD1Docusign Envelope ID: 398ECDD4-81C9-441A-B2C1-0C762F3F14BB
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-AD42-0B380BF39FD1Docusign Envelope ID: 398ECDD4-81C9-441A-B2C1-0C762F3F14BB
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-AD42-0B380BF39FD1Docusign Envelope ID: 398ECDD4-81C9-441A-B2C1-0C762F3F14BB
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-AD42-0B380BF39FD1Docusign Envelope ID: 398ECDD4-81C9-441A-B2C1-0C762F3F14BB
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-AD42-0B380BF39FD1Docusign Envelope ID: 398ECDD4-81C9-441A-B2C1-0C762F3F14BB