HomeMy WebLinkAboutContracts & Agreements_7-1973C-1
F0RlvLA,L CONTRACT
i
THIS AGREExvIENT, made and entered into this 20th day
of February , 1973, by and between
E. L. Yeager Construction Company, Inc.
hereinafter referred to as "Contractor, " and the CITY OF REDLANDS,
SAN BERNARDINO COUNTY, CALIFORNIA, hereinafter referred to as
"City. 11
WITNESSETH:
That for and in consideration of the promises and agreements
hereinafter made and exchanged, the City and the Contractor agree as
follows:
1. That the Contractor will furnish all labor, materials, equip-
ment, tools, transportation, services, appliances and appurtenances for
the construction of the City of Redlands Wastewater Treatment and Disposal
Facilities, 1972 Modifications and Additions, in accordance with the Plans
and Specifications therefor, adopted by the City Council of the above City
and as prepared by JOHN C AROLLO ENGINEERS, all in full accord with
the provisions of the "Federal Water Pollution Control Act. "
2. That the City will pay the Contractor progress payments and
the final payment in accordance Nvith the method set forth in the Specifica-
tions with warrants drawn on the appropriate fund or funds as required,
ti
according to the prices as bid and accepted, based upon the Plans and
Addenda, as follows:
C-2
The follo-wing Alternate Bid Items are accepted, all other Alternate
Bid Items being rejected.
Alternate Price
Nurnber Description of Alternate Add Deduct
1 Septage Receiving Sta,ti.Q7;l__.. $ 5L 000.00 $
2_ _S-nl i.ds Doa—atering Facility 91, 000. 00
3 Final Effluent Filtration 154,000.00
Net Total aedueti.-s-n - Addition for Alternate
Items (Cross out one)
Schedule I Lump Suite. Base Bid
Schedule II Lump Sum Base bid
Total Net Lump Sum Contract Price
in Figures
$ 296,000.00
$ 3,3-75-,-000 00
$ 0.00
3,671,000.00
Total Net Lump Sum Contract Price in Words Three million six
_hundred_ seventy one thousand dollars and no cents.
C-3
3. Cc.atractor agrees to complete said work within Three
Hundred Sixty-five (365) calendar days to operational completion and
to final completion within Four Hundred Fifty-five (455) calendar days
from the date of the issuance of the Notice to Proceed (or approved
extensions thereof) and to the entire satisfaction of the City before final
payment is made.
4. Time is of the essence of this Contract.
5. That the Contractor will pay, and will require all sub-
contractors to pay, all employees on said work a salary or wage at least
equal to the prevailing salary or wage established for such work as set
forth in the wage determinations and wage standards applicable to this
work, a copy of which is in the Specifications for this work.
6. That the Contractor shall forfeit to the City, as a penalty,
Twenty -Five Dollars ($25. 00) for each calendar day or portion thereof
for each workman paid (either by him or any subcontractors under him)
less than the prevailing rate set forth herein on the work provided for in
this Contract, all in accordance with Section 1775 of the Labor Code of
the State of California.
7. That in the performance of this Contract, not more than eight
(8) hours shall constitute a days work, and the Contractor shall not
require more than eight (8) hours of labor in a day from any person
employed by him hereunder, except as provided in the_ Labor Code of the
State of California. That the Contractor shall conform to Article 3,
Chapter 1, Part 7 (Section 1 S10, et seq. ) of the Labor Code of the State
of California, and it is agreed that the Contractor shall forfeit to the City
_.as a penalty the suin of Twenty --Five Dollars ($25. 00) for each workman
employed in the e%ccution of this Contract by the Contractor or any sub-
contractor for each calendar day during which any workman is required
C -4
or permitted to labor more than eight (8) hours in violation of said
Article.
8. That the Contractor shall carry workmen's compensation
insurance and require all subcontractors to carry workmen's compensa-
tion insurance as required by the Labor Code of the State of California.
9.. The Contractor shall, prior to the execution of the Contract,
furnish two bonds approved by the City, one in the amount of One Hundred
Percent. (100761 of the Contract price, to guarantee the faithful performance
of the work, and one in the amount of one hundred percent (1007o) of the
Contract price to guarantee payment of all claims for labor and materials
furnished. This Contract shall not become effective until such bonds are
srpplied. to and approved by the City.
10. This Formal Contract by reference includes the Notice Invit-
ing Bids, Bidder's Proposal, Affidavits, Plans and Specifications, Addenda
if any, and Contract Boads, all as the term "contract" is defined in the
Specifications.
C -5.
IN WITNESS WHEREOF, the said Contractor and the Mayor and
City Clerk of the City, by _Ordinarice No. 1269 of the City Council
of said City thereunto duly authorized, have caused the names of said
parties to be affixed hereto, each in triplicate, the day and year first
above written.
E. L. Yeaggr Const:ruot-inn y, Inc
Contractor
?�.
Z
Title
CITY OF REDLANDS
A Public Corporation
By C
Mayor
By
YCerk
Approved as to form
and legality:
City Attorney
WCC-1.
WORMNIEN'S CO'IPENISATION CERTIFICATE
(To be executed with Formal Contract)
I am aware of the provisions of Section 3700 of the Labor Code
which requires every employer to be insured against liability for
Workmen's Compensation or to undertake self-insurance in accordance
with the provisions of'that Code, and I will comply with such provisions
before comrnencinb the performance of the work of this Contract.
E. L. Yeager Construction Company, Inc.
Contractor
Title -- ---•- �...
Gr-' .
GUARANTEE FORM
GUARANTEE FOR CITY OF REDLANDS
WASTEWATER TREAT�TENT AND DISPOSAL FACILITIES,
1972, MODIFICATIONS A�TD ADDITIONS
(Portion of project westerly of the west line of Alabama Street)
We hereby guarantee the- City of Redlands Wastewater Treatment and
Disposal Facilities that we have constructed for a period of one (1) year
after the date of acceptance of the work by the City Council for the City of
Redlands.
We agree that if any of the equipment should fail due to any reason other
than improper maintenance or improper operation, if any pipe or appurten-
ances should develop leakage, or if any settlement of fill or backfill occurs,
or should any portion of the work fail to fulfill any of the requirements of
the Specifications, we Nvill, as soon as possible after being notified of such
defects, repair or replace the same together with any other work which
may be damaged or displaced in so doing.
In the event of our failure to comply with the above -mentioned conditions
within a reasonable time after being notified, or should the exigencies of
the case require repairs or replacements to be made before we can be
notified or respond to notification, we do hereby authorize City of Redlands
to proceed to have the defect repaired and made good at'our expense, and
will pay the costs therefor upon demand.
Contractor:_ E. L. Yeager Construction Company, Inc.
Sign(
Date: 19'n-7 / 3 / % .;7 a
- P-i
LIST OF EQUIP'.\-fENTi_4NUF �CTURERS
The bid will be considered incomplt:te unless all blanks or. this
form are .tilled in. - of more than one manufacturer shall be named for
each piece of equipment.
The name of the manufacturer of each piece of eqvipment listed
below that till be installed in this project is set forth a5 follows:
Bar Screen Link -Bel.
Grit Air Lifts Ch' a o um
Grit Washer Link --Belt
Primary Sludge Collector Link -Belt
Rotary Distributor --
Filter Clarifier Sludge Collector Derr-01_i yer
Aeration Swing Diffusers ^Pacifi_r Fliish Tank _
Secondary Sludge Collector Fimon
Sludge Thickener Ei co
Aeration Blowers Spencer
Digester Sludge Pumps Wemeo
Primary Sludge Pumps Mo q
Pure Water Pump Fairbanks -Morse
Secondary Sludge Pumps
Final Effluent Pump Station Pumps �Eai rhanks-Morse
Impure Water Pumps FlJ
<owa�z
Thickener Sludge Pumps Moyno
Chlorination Equipment 'Fischer & Porter
Cx Septage Pump Station Pumps W.amr:n
Sludge Heaters Eimco
Centrifuge
Bird
Electrical Control Center General Electric
Vari-Speed Drives Borg_Warner-
Digester Gas Xiixing Equipment Yeomans
Chemical Feed Equipment B I F
Laboratory Equipment Van Waters & Rogers
Metering and Flow Control Fischer & Porter
Effluent Filtration. System Nepture Microfloc
LW
LIST OF SUBCO\TTRACTORS
The name and location of place of business of each subcontractor
Who will perform Fzrork or labor or render service to the general con-
tractor in or about the construction of the work, or improvements in an
amount in excess of one-half (i/Z) of one percent (Imo) of the general
contractor's total bid, and the portion of the work xvhich will be done
by each subcontractor is set forth as follows:
ortion
Name Location of Business (Type of Work)
Amber Steel _San Bernardino _ Reinforcing Steel
Wilshire Masonry San Bernardino Masonry
Sunset: Roofing Re4l aja d s _ Roofing -- H. H. Robertson. Steel Roof Decking
Almo Sheet Metal _ Sheet Metal---
Superior Painting,Long_Beach Painting
Globe Linings_ Pond Liner
Tdhittaker Elec.__ _S-Ber-nardino Electrical