HomeMy WebLinkAbout06-09-2022 Souza Engineering Contracting Inc. ContractAGREEMENT
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 SOUZA ENGINEERING CONTRACTING,
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
VERDE/LUNETA/RAMONA/BROAD SEWER REPLACEMENT, SPEC NO. 1000091
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
No. SS(1) Item Description Unit of
Measure
Estimated
Quantity
Item Price
(in figures)
Total
(in figures)
1 7 TRAFFIC CONTROL PLAN AND
IMPLEMENTATION LS 1 $31,000.00 $31,000.00
2 77 POTHOLING LS 1 $13,000.00 $13,000.00
3 84 REPLACE TRAFFIC STRIPING &
MARKERS LS 1 $10,330.00 $10,330.00
4 7 COMPLY WITH OSHA LS 1 $65,000.00 $65,000.00
5 14
COMPLY WITH MITIGATION
MEASURES AND
ARCHAEOLOGICAL
MONITORING PLAN
LS 1 $2,000.00 $2,000.00
6 77 ABANDON SEWERLINE,
MANHOLES AND FACILITIES LS 1 $5,300.00 $5,300.00
DocuSign Envelope ID: 801298A5-3C4C-4D87-A4D5-C5560DB759E0DocuSign Envelope ID: 832EB2CA-9176-4E3F-8117-4060254527B4
6/9/2022 | 11:19 AM PDT
Item
No. SS(1) Item Description Unit of
Measure
Estimated
Quantity
Item Price
(in figures)
Total
(in figures)
7 77 BYPASS PUMPING LS 1 $21,000.00 $21,000.00
8 77 RESTORATION OF PRIVATE
PROPERTY LS 1 $41,460.00 $41,460.00
9 7 COMPLY WITH NIGHT WORK
PERMIT LS 1 $7,000.00 $7,000.00
10 77 REPAIR DOUBLE BOX CULVERT IF
DAMAGE BY HDD OPERATIONS LS 1 $7,500.00 $7,500.00
11* 19 ROCK EXCAVATION CY 1000 $42.00 $42,000.00
12 77 REPLACE WATER WELL AND
COVER EA 1 $500.00 $500.00
13 5,15 REPLACE MONUMENT AND
WELL EA 4 $1,200.00 $4,800.00
14 77
INSTALL NEW 6" HDPE
SEWERLINE BY PIPE BURSTING
THROUGH EXISTING SEWERLINE
LF 174 $220.00 $38,280.00
15 77
INSTALL NEW 8" HDPE
SEWERLINE BY PIPE BURSTING
THROUGH EXISTING SEWERLINE
LF 68 $300.00 $20,400.00
16 77
REMOVE EXISTING SEWERLINE
AND INSTALL NEW 8" HDPE
SEWERLINE BY OPEN
TRENCHING
LF 911 $166.00 $151,226.00
17 77
REMOVE EXISTING SEWERLINE
AND INSTALL NEW 10" HDPE
SEWERLINE BY OPEN
TRENCHING
LF 634 $257.00 $162,938.00
18 77
INSTALL NEW 10" HPDE
SEWERLINE BY OPEN
TRENCHING
LF 441 $324.00 $142,884.00
19
(F) 77 INSTALL NEW 10" HPDE
SEWERLINE BY HDD LF 30 $482.00 $14,460.00
20 77
INSTALL NEW 12" HPDE
SEWERLINE BY OPEN
TRENCHING
LF 628 $487.00 $305,836.00
21 77 INSTALL NEW MANHOLE EA 9 $19,000.00 $171,000.00
22 77 INSTALL COATING ON NEW
MANHOLE EA 9 $2,650.00 $23,850.00
23 77 REMOVE EXISTING MANHOLE EA 7 $1,200.00 $8,400.00
DocuSign Envelope ID: 801298A5-3C4C-4D87-A4D5-C5560DB759E0DocuSign Envelope ID: 832EB2CA-9176-4E3F-8117-4060254527B4
Item
No. SS(1) Item Description Unit of
Measure
Estimated
Quantity
Item Price
(in figures)
Total
(in figures)
24 77 REMOVE EXISTING AND INSTALL
NEW CLEANOUT EA 2 $2,200.00 $4,400.00
25 77 CONNECT EXISTING SEWER
LATERAL TO SEWER MAIN EA 33 $1,925.00 $63,525.00
26* 77 RE-GRADE SEWER LATERAL
BEYOND 5 FEET LF 10 $240.00 $2,400.00
Base Bid $1,360,489.00
27 7 TRAFFIC CONTROL PLAN AND
IMPLEMENTATION LS 1 $4,900.00 $4,900.00
28 77 POTHOLING LS 1 $1,800.00 $1,800.00
29 84 REPLACE TRAFFIC STRIPING &
MARKERS LS 1 $1,035.00 $1,035.00
30 7 COMPLY WITH OSHA LS 1 $1,000.00 $1,000.00
31 14
COMPLY WITH MITIGATION
MEASURES AND
ARCHAEOLOGICAL
MONITORING PLAN
LS 1 $300.00 $300.00
32 77 ABANDON WATERLINE, WATER
VALVES AND FACILITIES LS 1 $6,000.00 $6,000.00
33 77 8 INCH PVC WATERLINE LF 268 $161.00 $43,148.00
34 77
WATERLINE TIE IN AND
APPURTENANCES AT RAMONA
& BROAD
LS 1 $14,333.00 $14,333.00
35 77
WATERLINE TIE IN AND
APPURTENANCES AT RAMONA
& MEINECKE
LS 1 $9,700.00 $9,700.00
36 77 WATERLINE TIE IN AND
APPURTENANCES AT 55 BROAD LS 1 $8,500.00 $8,500.00
37 77 TYPE 2 WATER SERVICE TIE IN EA 1 $2,600.00 $2,600.00
38 77 REPLACE EXISTING WATER
METER BOX EA 1 $845.00 $845.00
39 77 FIRE HYDRANT EA 1 $13,000.00 $13,000.00
40 85 BLUE FIRE HYDRANT MARKER EA 1 $172.00 $172.00
Additive Alternative A $107,333.00
BID TOTAL: $ 1,467,822.00
DocuSign Envelope ID: 801298A5-3C4C-4D87-A4D5-C5560DB759E0DocuSign Envelope ID: 832EB2CA-9176-4E3F-8117-4060254527B4
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
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.
DocuSign Envelope ID: 801298A5-3C4C-4D87-A4D5-C5560DB759E0DocuSign Envelope ID: 832EB2CA-9176-4E3F-8117-4060254527B4
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.
ATTEST: CITY OF SAN LUIS OBISPO
A Municipal Corporation
___________________________________
Teresa Purrington, City Clerk
___________________________________
Erica A. Stewart, Mayor
APPROVED AS TO FORM
________________________________
J. Christine Dietrick
City Attorney
CONTRACTOR:
Souza Engineering Contracting, Inc
dba Souza Construction
________________________________
Steve A. Souza
President
___________________________________
Lisa Elliott
Secretary, Chief Financial Officer
DocuSign Envelope ID: 801298A5-3C4C-4D87-A4D5-C5560DB759E0DocuSign Envelope ID: 832EB2CA-9176-4E3F-8117-4060254527B4