HomeMy WebLinkAboutA34-04CITY OF SAN LUIS OBISPO
CALIFORNI A
AGREEMEN T
THIS AGREEMENT,made on this O _ day of JJViC ,20Q by and between the City of San Luis Obispo ,
a municipal corporation and charter city, San Luis Obispo County, California (hereinafter called the Owner) an d
Whitaker Contractors 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, shal l
provide and furnish all of the labor, materials, necessary tools, expendable equipment, and all utility an d
transportation services required to complete all the work of construction o f
FOOTHILL BOULEVARD BRIDGE REPLACEMENT, SPEC NO . 90197 D
in strict accordance with the plans and specifications therefor, including any and all Addenda, adopted by the Owner, i n
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 faithfu l
performance of this Contract, subject to any additions or deductions as provided in the Contract Documents, the contrac t
prices as follows :
Item No.
P-F-S
(Note 1)
Relevant
S P
Section Item
Unit of
Measure
Estimated
Quantity
Item Pric e
(in figures)
Total
(in figures)
1 4-1 .04 CONTRACT SUSPENSION LS 1 24000 .00 $24,000 .00
2 5-1 .09
HAZARDOUS MATERIAL-HEALTH AN D
SAFETY PLAN PREPARATION LS 1 1850 .00 $1,850.00
3 5-1 .09
HAZARDOUS MATERIAL--PRELIMINAR Y
SITE MONITORING DAY 8 650 .00 $5,200.00
4 5-1 .09
HAZARDOUS MATERIAL--HEALTH AND
SAFETY PLAN IMPLEMENTATION DAY 8 2350.00 $18.800 .0 0
5 5-1 .09
HAZARDOUS MATERIAL--DISPOSAL O F
CONTAMINATED MATERIAL M3 1520 97.00 $147,440 .0 0
6 5-1 .20 OFFICE TRAILER FOR ENGINEER LS 1 22000 .00 $22,000 .0 0
7 10-1 .11 TEMPORARY CREEK DIVERSION LS I 26600 .00 $26,600 .00
8 F
5-1 .1 6
10-1 .08 ENVIRONMENTAL COMPLIANCE LS 1 40000 .00 $40,000 .00
9 F
5-1,1 6
10-1 .09
PREPARE WATER POLLUTION CONTROL
PROGRAM LS 1 25000 .00 $25,000.00
10 F 10-1 .09 WATER POLLUTION CONTROL LS 1 9500 .00 $9,500.0 0
11 F 10-1 .19 TEMPORARY RAILING (TYPE K)M 200 41 .00 $8,200 .0 0
12 S 10-1 .13 CONSTRUCTION AREA SIGNS LS 1 46000.00 $46,000 .0 0
13 S _
10-1 .1 5
10-1 .16 TRAFFIC CONTROL SYSTEM LS 1 76000.00 _876,000,00
Item No .
P-F-S
(Note 1)
Relevant
SP
Section Item
Unit o f
Measure
Estimated
Quantity
Item Price
(in figures)
Total
(in figures)
14 S 10-1 .20 TEMPORARY CRASH CUSHION MODULE EA 2 2500 .00 $5,000.0 0
15 10-1 .27 REMOVE AND RELOCATE BUS SHELTER LS 1 3700 .00 $3,700 .0 0
16 F
5-1 .1 5
10-1 .23 BRIDGE REMOVAL (CMP CULVERT)LS 1 150000 .00 $150,000 .00
17
5-1 .1 5
10-1 .24
REMOVE AND SALVAGE TEMPORAR Y
BRIDGES LS 1 25000 .00 $25,000 .00
18
5-1 .1 5
10-1 .21 CLEARING AND GRUBBING LS 1 20000 .00 $20.000 .00
19 10-1 .28 ROADWAY EXCAVATION M3 5100 18 .50 $94,350 .0 0
20 10-1 .28 IMPORTED BORROW M3 1600 30.50 $48 .800 .0 0
21 S 10-1 .29 EROSION CONTROL (TYPE D)M2 610 7.00 $4,270 .0 0
22 10-1 .30 PLANTING LS 1 45000 .00 $45,000 .0 0
23 10-1 .30 STREET TREE EA 13 650 .00 $8,450 .0 0
24 10-1 .30 ESTABLISHMENT & MAINTENANCE EA 10 1000 .00 $10 .000 .00
25 P 10-1 .50 350mm DUCTILE IRON PIPE WATER MAIN M 59 600 .00 $35,400 .00
26 10-1 .50 25mm AIR RELEASE VALVE ASSEMBLY EA 1 1000 .00 $1,000 .00
27 10-1 .50 TEMPORARY BLOWOFF ASSEMBLY EA 4 2100 .00 $8,400.00
28 10-1 .32 CLASS 2 AGGREGATE BASE M3 280 135 .00 $37,800.00
29 10-1 .33 ASPHALT CONCRETE (TYPE B)TONNE 1240 85 .00 $105,400 .0 0
30 F 10-1 .34 CONCRETE PAVEMENT (BUS PAD)M3 20 650.00 $13,000 .0 0
31 10-1 .25
REMOVE AND RELOCATE MASONR Y
BLOCK WALL M 8 980.00 $7,840 .0 0
32 P 10-1 .51
450mm RCP (CLASS III, RUBBER GASKE T
JOINT)M 11 470 .00 $5,170 .0 0
33 P 10-1 .51
900mm RCP (CLASS III RUBBER GASKET
JOINT)M 14 490 .00 $6 .860 .00
34 P 10-1 .51
1200mm PRECAST CONCRETE PIP E
MANHOLE EA 1 3000 .00 $3,000.00
35 P 10-1 .51 CATCH BASIN EA 2 5500 .00 $11,000.00
36 F 10-1 .49 MINOR CONCRETE (BUS SHELTER PAD)M2 6 650 .00 $3,900.00
37 F 10-1 .49
MINOR CONCRETE (CURB, GUTTER, AN D
SIDEWALK)M 107 100 .00 $10 .700 .0 0
38 F 10-1 .49 MINOR CONCRETE (DRIVEWAY)M2 31 600.00 $18,600 .0 0
39 F 10-1 .49 MINOR CONCRETE (CURB)M 28 83.00 $2,324 .0 0
40 P-S 10-1 .52 METAL BEAM GUARD RAILING M 19 275 .00 $5,225 .0 0
41 P-S 10-1 .52
TERMINAL ANCHOR ASSEMBLY (TYP E
SFT)EA 1 1600 .00 $1,600 .0 0
42 P-S 10-1 .52 TERMINAL SECTION (TYPE B)EA 1 760 .00 $760.0 0
43 P-S 10-1 .52 TERMINAL SECTION (TYPE C)EA 3 795 .00 $2 .385.0 0
44 S 10-1 .53 THERMOPLASTIC PAVEMENT MARKING M2 22 65 .00 $1 430.00
-2 -
Item No.
P-F-S
(Note 1)
Relevant
S P
Section Item
Unit of
Measure
Estimate d
Ouantitv
Item Pric e
(in figures)
Tota l
(in figures)
45 S 10-1 .54 PAINT PAVEMENT MARKING M2 7 45 .00 $315 .00
46 S 10-1 .53
THERMOPLASTIC TRAFFIC STRIPE
DETAIL 9 M 613 6 .00 $3,678 .00
47 S 10-1 .53
THERMOPLASTIC TRAFFIC STRIPE
DETAIL 22 M 101 6 .00 $606.0 0
48 S 10-1 .53
THERMOPLASTIC TRAFFIC STRIP E
DETAIL 32 M 134 6 .00 $804.0 0
49 S 10-1 .53
THERMOPLASTIC TRAFFIC STRIP E
DETAIL 38 M 30 6 .00 $180 .0 0
50 S 10-1 .53
THERMOPLASTIC TRAFFIC STRIP E
DETAIL 39 M i 516 6 .00 $3,096 .00
51 S 10-1 .53
THERMOPLASTIC TRAFFIC STRIP E
DETAIL 39A M 76 6 .00 $456 .00
52 14-FR-IS FEDERAL TRAINEES LS 1 1 .00 $1 .00
53 F 10-1 .28 STRUCTURE EXCAVATION (BRIDGE)M3 2620 38.00 $99,560 .0 0
54 F 10-1 .28 STRUCTURE EXCAVATION (TYPE D)M3 1280 60.00 $76,800 .0 0
55 F 10-1 .28 STRUCTURE BACKFILL (BRIDGE)M3 2350 95 .00 $223,250 .0 0
56 P 10-1 .35 FURNISH STEEL PILING (HP 310X125)M 635 113 .00 $71,755 .0 0
57 S 10-1 .35 DRIVE STEEL PILING (HP 310X125)EA 184 2000 .00 $368,000 .0 0
58 F 10-1 .38
STRUCTURAL CONCRETE ,
BRIDGE FOOTING M3 301 800 .00 $240,800 .00
59 F 10-1 .38 STRUCTURAL CONCRETE, BRIDGE M3 489 975 .00 $476,775 .00
60 F 10-1 .38
STRUCTURAL CONCRETE, RETAININ G
WALL M3 312 885 .00 $276,120.00
61 P-F 10-1 .37
FURNISH PRECAST PRESTRESSE D
CONCRETE SLABS (TYPE SIV)M2 352 616.00 $216.832 .0 0
62 S 10-1 .37
ERECT PRECAST PRESTRESSE D
CONCRETE DECK UNITS EA 20 3500.00 570 .000 .00 .
63 S 10-1 .40 JOINT SEAL (TYPE A)M 63 150 .00 $9,450 .0 0
64 P-F-S 10-1 .41 BAR REINFORCING STEEL (BRIDGE)KG 80100 4 .00 $320,400 .0 0
65 S 10-1 .42 DECK SEAL M2 310 135 .00 J41,850 .00
66 P-F-S 10-1 .43 MISCELLANEOUS METAL (BRIDGE)KG 1010 12 .35 $12,473.50
67 10-1 .47
ROCK SLOPE PROTECTION (I TON ,
METHOD A)M3 365 90 .00 $32,850.00
68 10-1 .47
ROCK SLOPE PROTECTION (1/4 TON ,
METHODB)M3 810 100.00 $81,000 .0 0
69 10-1 .47
CONCRETED - ROCK SLOPE PROTECTIO N
(1/4 TON, METHOD A)M3 275 170.00 146 .750 .0 0
70 10-1 .47 ROCK SLOPE PROTECTION FABRIC M2 1460 8 .25 $12,045 .0 0
71 10-1 .48 STREAMBED AGGREGATE GRAVEL M3 400 132 .00 $52,800 .00
72 F 10-1 .44 CONCRETE BARRIER (TYPE 26)M 31 158 .00 $4,898 .0 0
73 P-F-S 10-1 .46 TUBULAR HANDRAILING M 31 175 .00 $5,425.00
Item No .
P-F-S
(Note 1)
Relevant
S P
Section Item
Unit of
Measure
Estimated
Ouantitv
Item Price
(in figures)
Tota l
(in figures)
74 F 10-1 .45 CABLE RAILING M 28 84 .30 $2 .360 .4 0
75 10-1 .06 MOBILIZATION @ 10%LS 1 300000 .00 $300 .000 .00
(Note 1) P- Denotes Partial Pay ; F- Denotes Final Pay ; S- Denotes Specialty Item
BID TOTAL :$4,19tv283 9 Q
Payments are to be made to the Contractor in accordance with and subject to the provisions embodied in the document s
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 ma y
be required to do, or respecting the size of any payment to the Contractor, during the performance of this Contract, sai d
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, Engineering Standards and Special Provisions .
2 . Accepted Proposal .
4.Public Contract code Section 10285 .1 Statement and 10162 Questionnaire .
5.Noncollusion Declaration .
6.Plans .
7.List of Subcontractors .
8.Agreement and Bonds .
9.Insurance Requirements and Forms .
ARTICLE IV . It is further expressly agreed by and between the parties hereto that should there be any conflict betwee n
the terms of this instrument and the bid or proposal of said Contractor, then this instrument shall control and nothin g
herein shall be considered as an acceptance of the said terms of said proposal conflicting herewith .
IN WITNESS WHEREOF, the parties to these presents have hereunto set their hands this year and date first abov e
written .
Al 1EST:CITY OF SAN LUIS OBISPO ,
A Municipal Corporatio n
David F. Romero, Mayo r
APPROVED AS TO FORM :CONTRACTOR
P. Lowel l
City Attorney