Loading...
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