Loading...
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