HomeMy WebLinkAbout08-28-2024 Construction Contract with R. Burke Corporation for Laguna Lake Dog Park Revitalization Project (Spec. 2001068)APPENDIX A - FORM OF 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 R. Burke Corporation (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
LAGUNA LAKE DOG PARK REVITALIZATION, SPEC NO. 2001068
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:
Base Bid
Item Item Unit of Estimated Item Price Total
No. SS(1) Description Measure Quantity (in figures) (in figures)
1 5 CONSTRUCTION SURVEY LS 1 --- $15,000.00
2 13 WATER POLLUTION /
EROSION CONTROL LS 1 --- $60,000.00
3 15 REMOVE BENCHES &
CONCRETE PADS LS 1 --- $6,000.00
4 15 REMOVE WOOD
INFORMATION KIOSK EA 1 $400.00 $400.00
5 15 REMOVE 3' HIGH CMU WALL LF 75 $35.00 $2,625.00
6 15 REMOVE 4' HIGH CHAIN LINK
FENCE LS 1 --- $5,000.00
7 15 RELOCATE TRASH
RECEPTACLES LS 1 --- $400.00
8 15 RELOCATE EXISTING
BOULDERS LS 1 --- $6,000.00
9 15 REMOVE WATER FOUNTAIN EA 3 $700.00 $2,100.00
Docusign Envelope ID: D8119598-239A-47E5-A198-D6FF56BDD83DDocusign Envelope ID: B0785975-ABC8-4FF3-9102-CB6F85577B87
8/28/2024 | 12:09 PM PDT
Base Bid
Item Item Unit of Estimated Item Price Total
No. SS(1) Description Measure Quantity (in figures) (in figures)
10 15 REMOVE WHEEL STOP EA 10 $100.00 $1,000.00
11 15 REMOVE EXISTING SIGN EA 3 $170.00 $510.00
12 15, 19 REMOVE & DISPOSE HMA
PAVEMENT AND BASE LS 1 --- $7,000.00
13 15, 71 REMOVE 24"X24" STORM
DRAIN INLET EA 1 $800.00 $800.00
14 15, 71 REMOVE 12" STORM DRAIN
PIPE LS 1 --- $2,700.00
15 15, 71 REMOVE 18" TRENCH DRAIN LS 1 --- $3,500.00
16 19 REMOVE LOG BARRIERS
(RETURN TO CITY) LS 1 --- $5,500.00
17 19 EARTHWORK CY 2190 $90.00 $197,100.00
18 19 IMPORT MATERIAL CY 470 $135.00 $63,450.00
19 19 CRUSHED PEA GRAVEL (2"
LAYER) SQFT 11953 $2.20 $26,296.60
20
19,
26,
73, 90
6" CONCRETE EDGING LF 1375 $28.00 $38,500.00
21
19,
26,
73, 90
8" CONCRETE CURB LF 100 $90.00 $9,000.00
22
19,
26,
73, 90
NEW CONCRETE WHEEL
STOPS EA 6 $300.00 $1,800.00
23 19,26,
73, 90
CONCRETE CURB AND
GUTTER LF 90 $100.00 $9,000.00
24 19,26,
73, 90
CONCRETE TRANSITION
RAMP SQFT 100 $37.00 $3,700.00
25
19,
26,
73, 90
CONCRETE FLATWORK
(SIDEWALK) SQFT 10250 $28.00 $287,000.00
26 20 REMOVE TREE & GRIND
STUMP EA 2 $5,000.00 $10,000.00
27 20 GRIND TREE STUMP EA 14 $800.00 $11,200.00
28 20 WOOD BARK MULCH (3"
LAYER) CY 678 $109.00 $73,902.00
29 20 ROOT BARRIER LF 100 $23.00 $2,300.00
30 20 IRRIGATION - SLEEVING LF 143 $41.00 $5,863.00
31 39 HMA PAVEMENT (6") SQFT 998 $17.00 $16,966.00
32 73 DETECTABLE WARNING
SURFACE SQFT 220 $60.00 $13,200.00
33 77 CLEARING AND GRUBBING LS 1 --- $20,000.00
34 77 1" PVC WATER LATERAL LF 84 $120.00 $10,080.00
35 77 4" PVC STORM DRAIN LF 8 $65.00 $520.00
Docusign Envelope ID: D8119598-239A-47E5-A198-D6FF56BDD83DDocusign Envelope ID: B0785975-ABC8-4FF3-9102-CB6F85577B87
Base Bid
Item Item Unit of Estimated Item Price Total
No. SS(1) Description Measure Quantity (in figures) (in figures)
36 77 12" HDPE STORM DRAIN LF 80 $80.00 $6,400.00
37 77 TRENCH DRAIN WITH
CONCRETE ENCASEMENT LF 45 $500.00 $22,500.00
38 77 CURB INLET EA 1 $13,000.00 $13,000.00
39 80 4' CHAIN LINK FENCE LF 2117 $40.00 $84,680.00
40 80 DOG PARK ENTRY GATE
(TWO GATES PER ENTRY) EA 6 $5,700.00 $34,200.00
41 80
CHAIN LINK MAINTENANCE
GATE (2 LEAVES EACH
GATE)
EA 3 $3,500.00 $10,500.00
42 80 INSTALL NEW LOG BARRIER LS 1 --- $5,000.00
43 82 ADA SIGNS AND POLES EA 3 $500.00 $1,500.00
44 84 REMOVE PAVEMENT
MARKINGS LS 1 --- $1,100.00
45 84 PAVEMENT MARKINGS LS 1 --- $5,000.00
46 99 DRINKING FOUNTAIN WITH
DOG WATER BOWL EA 3 $8,600.00 $25,800.00
47 82, 90 RELOCATE DOG BAG
DISPENSER AND SIGNS EA 2 $150.00 $300.00
48 13 SWPPP LS 1 --- $11,000.00
49 15
UPGRADE RESTROOM FOR
ADA COMPLIANCE PER
APPENDIX D
LS 1 --- $10,000.00
50 15
INSTALL NEW CONCRETE
ADA PARKING STALL AND
ACCESS AISLE PER SHEET
C-3.3
LS 1 --- $17,000.00
Base Bid Total $1,166,392.60
Additive Alternate A
Item Item Unit of Estimated Item Price Total
No. SS(1) Description Measure Quantity (in figures) (in figures)
51 20 TREE PLANTING – 24” BOX EA 38 $1,840.00 $69,920.00
52 20 15 GALLON SHRUBS EA 12 $575.00 $6,900.00
53 20 5 GALLON SHRUBS EA 18 $69.00 $1,242.00
54 20 1 GALLON SHRUBS EA 181 $40.00 $7,240.00
55 20 TURF LAWN SQFT 25,970 $3.20 $83,104.00
56 20 IRRIGATION - MAINLINE LF 1460 $23.00 $33,580.00
57 20 IRRIGATION - LATERAL LINE LF 4482 $13.00 $58,266.00
58 20 IRRIGATION - VALVES AND
EQUIPMENT LS 1 --- $69,000.00
Docusign Envelope ID: D8119598-239A-47E5-A198-D6FF56BDD83DDocusign Envelope ID: B0785975-ABC8-4FF3-9102-CB6F85577B87
Additive Alternate A
Item Item Unit of Estimated Item Price Total
No. SS(1) Description Measure Quantity (in figures) (in figures)
59 20 IRRIGATION - TURF SPRAY
HEADS EA 29 $230.00 $6,670.00
60 20 IRRIGATION - TREE
WATERING SYSTEMS EA 76 $140.00 $10,640.00
61 20 IRRIGATION - DRIPLINE
AREA SQFT 3901 $2.30 $8,972.30
62 20 IRRIGATION-DRIP EMITTER
AREA SQFT 2637 $1.20 $3,164.40
63 20
IRRIGATION - CONTROLS
(CONTROLLER AND
WEATHER STATION)
LS 1 --- $6,600.00
64 20 THREE MONTH PLANT
ESTABLISHMENT PERIOD
EA
MONTH 3 $9,500.00 $28,500.00
Additive Alternate A Bid Total $393,798.70
(1) refers to section in the Standard Specifications, with modifications in the Special Provisions, that describe
required work.
BID TOTAL: $1,560,191.30
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
Docusign Envelope ID: D8119598-239A-47E5-A198-D6FF56BDD83DDocusign Envelope ID: B0785975-ABC8-4FF3-9102-CB6F85577B87
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: D8119598-239A-47E5-A198-D6FF56BDD83DDocusign Envelope ID: B0785975-ABC8-4FF3-9102-CB6F85577B87
ATTEST:
_______________________________
Teresa Purrington, City Clerk
CITY OF SAN LUIS OBISPO
A Municipal Corporation
___________________________________
Erica A. Stewart, Mayor
APPROVED AS TO FORM CONTRACTOR:
R. Burke Corporation
________________________________
By:________________________________
J. Christine Dietrick
City Attorney
Robert E. Burke
Its: President
(2nd signature required if Corporation):
By:________________________________
Joanne Burke
Its: Vice President/Treasurer
Docusign Envelope ID: D8119598-239A-47E5-A198-D6FF56BDD83DDocusign Envelope ID: B0785975-ABC8-4FF3-9102-CB6F85577B87