HomeMy WebLinkAboutContracts & Agreements_8-1973C-1
1
FORIVtA•L CONTRACT
THIS AGREEMENT, made and entered into this 20th day
of Februarys 1973, by and between
Jesse Hubbs and Sons
hereinafter referred to as "Contractor, " and the CITY OF REDLANDS,
SAN BERNARDINO COUNTY, CALIFOR1,TIA, hereinafter referred to as
rrCity. "
WITNESSETH:
That for and in consideration of the promises and agreements
hereinafter rnade 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 CAROLLO ENGINEERS, all in full accord with
the provisions of the ''Federal Water Pollution Control Act. 19
Z. That the City will pay the Contractor progress payments and
the final payment in accordance with the method set forth in the Specifica-
tions with warrants drawn on the appropriate fund or funds as required,
according to the prices as bid and accepter', based upon the Plans and
Addenda, as follows:
C-2
The follov Ong Alternate Bid Iterns are accepted, all other Alternate
Bid Iterns Vein; rejected.
Alternate Price
Number Description of Alternate Add Deduct
Net Total Deduction - Addition for Alternate
Iterns (Cross out one)
Schedule I Lump Sinn Base Bid
Schedule iI Lump Sum Base Bid
Total Net Lump Sum Contract Price
in Figures
$- 0.00
$ 0.00
$ 348,958.00
Total Net Lump Sum Contract Price in Words Three hundred fort
C-3
3. Contractor agrees to complete .said work within Three
Hundred SLxty-fire (3055) 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 day's work, and the Contractor shall not
require more than eight (8) hours of labor in a day from any person
employed by hire 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 18101 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 sum of Twenty -Five Dollars ($25. 00) for each workman
employed in the execution 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 botids approved by the City, one in the amount of One Hundred
Percent (10016) of the Contract price, to guarantee the faithful performance
of the work, and one in the amount of one hundred percent (100%) 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
supplied. to and approved by the City.
10. This Formal Contract by reference includes the Notice Invit-
ing Bids, Biddcr.'s Proposal, Affidavits, Plans and Specifications, Addenda
if any, and Contract Bonds, all as the term "contract" is defined in the
Specifications.
C -5.
IN WITNESS WEEREOF, the said Contractor and the Mayor and
City Clerk of the City, by Ordinatioe 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.
Jesse Hubbs and Sons
Contractor
y r
Title
CITY OF REDLANDS
A Public Corporation
By
Mayor
By -
r
-' y e
Approved as to form
and lebality:
(El r ca J.
City Attorney
WCC-1.
WORKN1.EN'S COIMPENSATMIN 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 commencing the performance of the work of this Contract.
.Lesise _Hubbs and Song,
Contractor
BY ,1 4
Signature
y
Title
GF-' .
GUARANTEE FORM
GUARANTEE FOR CITY OF R.EDLANDS
WASTEIVATER TREATMENT AND DISPOS21,L FACILITIES,
1972, -MODIF IC ATIOi�S AND ADDITIONS
(Portion of project easterly 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 will, as soon as possible after bei�.-ig 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:
Signed: � t \" A \#',,
l
(Title)
Date: � - `XXXXT-t A/LX� 2- -73
lam
LIST OF F.QZ]ip'\•TENT 1\1ATNUFACTURERS
;The bid will be considered incomplete unless all blanks on this
form are Milled in. Not more than one manufacturer shall be named for
each piece of equipment.
The name of the manufacturer of each piece of eqaipment listed
below that will be installed in this project is set forth as follows:
Bar Screen
Grit Air Lifts
Grit Washer
Primary Sludge Collector
Rotary Distributor
Filter Clarifier Sludge Collector^
Aeration Sv-ring Diffusers
Secondary Sludge Collector
Sludge Thickener
Aeration Blowers
Digester Sludge Pumps
Primary Sludge Pumps
Pure Water Pump
Secondary Sludge Pumps
Final Effluent Pump Station Pumps
Impure Water Pumps_
Thickener Sludge Pumps
Chlorination Equipment
Septage Pump Station Pumps
Sludge Heaters
Centrifuge
Electrical Control Center
Vari-Speed Drives
Digester Gas Equipment
Chemical Feed Equipment
Laboratory Equipment
Metering and Flow Control
Effluent Filtration System.
Effluent Force Main Ameron
(Schedule 11)
�
FOR
L
LIST OF SUBCONTRACTORS
The name and location of place of business of each subcontractor
who Nvill perform -,-cork 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 (1/2) of one percent (1%) of the general
contractor rs total bid; and the portion of the work Nvhich will be done
by each subcontractor is set forth as follows:
ortion
Name Location of Business (Type of Work)
C. E. Green Company Lake Arrowhead Eipework
Boerner & Williams Highland
_ Engineering &
_._..--------
Staking