Loading...
80-002 H Pittsburgh - Des Moines Steel Co. Mann Tank #1 Project 80-38CONTRACT FCR PUSL7C Un -R -K February 22, 1980 L by the CITY CF Cry? rT_i;U, a r unicip_l corporation of the State of California,i:�rei.^.�f:�r cLall;ed the C_ty, and Pittsburgh -De Moines Steel Company hereinafter called. the Cont=ractor. IT IS ERr BY ACr=D by the parties as follows: 1 The Contras . Lc,itur:e:i`s The. complete co, silts of the 'foliowi�'Ig contract docuzqents : A. Specifications entitled "Mann Tank No. 1, Project 80-38" B. Proposal entitled "Mann Tank No. 1, Project 80-38" dated 1/17/80, Exhibit A C. Change Order No. 1 dated 1/21/80, Exhibit B D. Various bond and insurance requirements .^^_;� 2rc sll obligai:ions o£ rho C_t�r - the Contractor are feu .y set forth anti described therei:l. All of t.; -.,e above document s are intended to cooperate that any .%rcrk tailed fcr-- in one atici nom wertioned_in the othEr, A- -or vice versa, is to be exec n ed the sane as if mentioned _n all of said docun-:=nt_-. documentz .^•'y:T.Iprisi_^.j I.. -e coy=1o'_? Z -Icn- tract. are -some tim-es he reir.af te r ref err: d to as the Cont rat t Do c;;- ment.s. L, Ca.Se Of confli:t *oezween the ?Iw.s and Jpecifica ticr.a on the one Nand . a; -.d tris Contract on tat cuher, the Pla.r,s and Specifica:.{or_r shall pry. l• ?.. The 'Jori~. T -he rrintracter agrees to fu,:zi: h al= cf the tools, egUJ"Omerzt, appara -US, f=acilities, labor, transporta- tion, and m-nt-er_al ^ec_ssar; to perfc.L= and e0=1-te in a good and winner, the work of Provide and install one each AWWA Water Tank in accordance with project specifications and standards. as called. for, and in the manner designated in, and in strict confor.- •frith, the Plans and Soecifications prepared by the follonino named person: Bert -J. Viskovich, Director of Public Works and adooted by the City, which Plans and Specifications are en- titled, respectively, Mann Station No. 1, Project 80-38 and which Plans and Specifications are identified by the signa- tures of the parties to this Contract. It is understood and agreed that said tools, equipment, apparatus, facilities, labor, transportation, and material shall be furnished, and gnat said work shall be performed and completed as required in said Plans and Specifications under the sole direction and control of the Contractor, but subject to the inspection and approval of the City, or its representative. The City hereby designates as its representative for the purpose of this Contract the z"olio;ring named person: Bert J. Viskovich, Director of Public Works 3. Contract Price. The City agrees to may, and the Contractor agrees to accept, in full payment for the work above a;r•eed to be done, the sum of. Seventy-nine Thousand, Three Hundred Ninety Dollars ($79,390) subject to additions and deductions as provided in the Contract Documents. 4. Disputes Perbafning, to Payment for Work. Should any dispute arise respecting the true value of any wor'� done, of any work omi fled, or of any extra cork. 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 deter -tined either by reference to tha ,wni t of prices,. if applicable, or in accordance with the agreement of the parties, or in accordance r:ith the rules of the American Arbitration Association if the parties are unable to agree. 5. Permits; Compliance ;ith raw. The Contractor shall, at his expense, obtain all. necessar,r permits and licenses, ease— ments, etc. , for the construction of the project, give all neces— sary notices, pay all fees required by law, and comply ;•rith all lads, ordinances, rules and regulati ons relating, to the .cork and to the nreser•J _tion of the public health and safety. 6. InsSzction by the City. The Contractor s;iall `t all times maintain DrOpe: facilities and provide safe access -cr inspection by the City to all parts of tie work, and to the sl -:cos -2- :vherein the work is in preparation. Where the Soecificationz require work to be specially tested or approved, it shall not be tested or covered up without timely notice to the City of its readiness for inspection and without the approval thereof or consent hereto by the latter. Should any such work be covered up without such notice, approval, or consent, it must, if required by the City, be uncovered for examination at the Contractor's expense. 7. Extra or Additional Work and Changes. Should the City at any time during the progress of the ..iork require any alterations, deviations, additions or omissions from the Speci- fications, or Plans or other Contract Documents, it shall have the right to do so, and the same shall in no way affect or make void the contract, but the cost or value thereof will be added to, or deducted from, the amount of the contract price, as the case may be, by a fair and reasonable valuation, which valuation shall be determined either by reference. to the unit prices, if applicable, or in accordance with tine agreement of the parties , or in accordance with the rules of the American Arbitration Assocation if the parties are unable to agree. No extra work shall be performed or change be made except by a written order from the City, duly authorized by resolution of its governing body, and by all agencies whose approval is reauired by lair, stating that the extra wort or change is authorized, and no claim for an addition to the contract sum shall be valid unless so order --d. 8. Changes to Meat Environmental Reouire,:ents . The a City shall have the right to mce changes in this Contract during the course of construction to -bring the completed im- provements into compliance with environmental requirements or standards -established by state and federal statutes and regula- tions after the Contract has been a.Jarded or entered into. The Contractor shall be paid for by such changes ei tner by reference to the unit prices, if applicable, or in accordance %-rith the agreement of the parties, or in accordance T ith the rules of the American Arbitration Association if the parties are unable to agree. .9. Termination, Amendment's or Modifications. This Contract may be terminated, amended or modified., .•rith the mutual consent of the parties. The compensation payable, if any, for such termination, amendment or modifications, shall be deter- mined eith--r by reference to the unit price, if applicable, or in accordance ait'n the agreement of the parties, or in accordance with the rules of the American Arbitration Association if the parties are unable to agree . 10. Time for Comoletion. All ;•cork under this Contract shall be completed within 120 working days from the date herein. — 3— If the Contractor shall be delayed in the work by the acts or neglact of t;ie City, or its employees, or those under it by contract or other,,rise, or by changes ordered in the work, or by strikes, lockouts by others, fire, unusual delay in trans- portation, unavoidable casualties or any causes.beyond the Con- tractor's control, or by delay authorized by the Ci tv, or by any cause which the City shall determine justifies the delay, then the time of completion shall be extended accordingly. This paragraph does not exclude the recovery of dam- ages -for delay by either party under other provisions in the Contract Documents. 12. Termination for Breach, etc. If the Contractor should be adjudged a bankrupt, or if he should ma_.e a general assignment for the benefit of his creditors, or if a reeaiver should be appointed.on account of his insolvency, or if he or any of his subcontractors should violate anv of the provisions of the Contract, the City may serve written notice upon :him and his surety of its intention to terminate `hP Contract, Such notice to contain the reasons for such intention to terminate the Contract, and, t: -!less wit', ten days of ter serving' of such notice, such violation shall cease and satisfactory arrangements for correction thereof be made, the Contract shall, upon the expiration of said ten days, cease and ter^i nate . In the event of any such termination, the City shall immediately serve written notice thereof upon the surety and the Contractor, -and the surety shall have the ri c -ht to take over and perform the Contract; pro- vided, however, that, if the surety within fifteen days after the serving upon it of notice of termnation does not give the City ;mitten notice of its intention to take over and per for- the Contract, or does not comers-- cerformance thereof rrit.hin thirty days from the da`e of the serving of such not_ce, the City may take over the work, and prosecute the same to co-!pleti en by contract , or by any other method it may deem -advisable, for the account and at the expense of the Contractor, and the Con- tractor and his surety shall be liable to the City for any ex- cess cost occasioned by the City thereby, and in such event the City may, liability for so doing, take possession of, and utilize in completing the work, such manterials, appliances, plant and other property belonging to the Contractor as ruay be on the site of the work and necessary therefor. 13. The Citv's Ri,'; t to Withhold Certa_n Amounts and Make lool_Cat-ion "_hereoI' in addition to amoun-, ,,rhj_= ti -4- 11. Inspect± on and Testing- of Ill`teri als . The Con- tractor shall notify the City a sufficient tir.:e in advance of the manufacture or production of .materials to be supplied by him under,this Contract, in order that the City r, -Lay' arran--a for mill or factory inspection and testing of the sane, if the City requests such notice from the Contractor. 12. Termination for Breach, etc. If the Contractor should be adjudged a bankrupt, or if he should ma_.e a general assignment for the benefit of his creditors, or if a reeaiver should be appointed.on account of his insolvency, or if he or any of his subcontractors should violate anv of the provisions of the Contract, the City may serve written notice upon :him and his surety of its intention to terminate `hP Contract, Such notice to contain the reasons for such intention to terminate the Contract, and, t: -!less wit', ten days of ter serving' of such notice, such violation shall cease and satisfactory arrangements for correction thereof be made, the Contract shall, upon the expiration of said ten days, cease and ter^i nate . In the event of any such termination, the City shall immediately serve written notice thereof upon the surety and the Contractor, -and the surety shall have the ri c -ht to take over and perform the Contract; pro- vided, however, that, if the surety within fifteen days after the serving upon it of notice of termnation does not give the City ;mitten notice of its intention to take over and per for- the Contract, or does not comers-- cerformance thereof rrit.hin thirty days from the da`e of the serving of such not_ce, the City may take over the work, and prosecute the same to co-!pleti en by contract , or by any other method it may deem -advisable, for the account and at the expense of the Contractor, and the Con- tractor and his surety shall be liable to the City for any ex- cess cost occasioned by the City thereby, and in such event the City may, liability for so doing, take possession of, and utilize in completing the work, such manterials, appliances, plant and other property belonging to the Contractor as ruay be on the site of the work and necessary therefor. 13. The Citv's Ri,'; t to Withhold Certa_n Amounts and Make lool_Cat-ion "_hereoI' in addition to amoun-, ,,rhj_= ti -4- City may retain under Paragraph 21 of this. Contract until the final completion and acceptance. of all wark covered by 'Che Con- tract , the C_ty may withhold from payment to the Contractor such an amount or amounts as in its judgment may be necessary to pay just claims against the Ccs,tractor cr any subcontractors for labor and services rendered and materials furnished in and about the wor:. The City may apply such with::eld amount cr amounts to the payment of such claims in its discretion. in so doing, the City shall be deemed the agent of the Contractor, and any payment so mace by the City shall be considered as a payment made under the Contract by the City to the Contractor, and the City shall not be liable to the Contractor for any such payment made in good faith: Such payment may be made ;..ithout prior judicial determination of the claim or claims. 14. Notice and Service Thereof. Any notice from. one party to ' the other under the Cant acz shall be in writing, and shall be dated and signed either by the party giving such not-'4_-__- or oticeor by a duly authorized representative of such party. Any such notice shall not be effective for any purpose ah,atsoever unless served in the follo .-Lng manner: (a) if the notice is given to the City, either by personal deli very 'thereof to the City i��ana- ger of the City, or by depositing the same in the United States mails, enclosed in a sealed envelope, addressed to the City, postage prepaid and certified; (b) if the notice is given to the Contractor, either by personal delivery thereof to the Contrac- tor, or to his duly authorized representative at the site of the prof ect, or by depositing the same in the Unitad States mails, enclosed in a sealed envelope, addressed to said Contractor at 2121 South E1 Camino Real San Mateo, CA 94403 postage prepaid and certified; and (c) if the notice is given to the surety or any other person, either by personal delivery to such surety o:^ other person, or by depositing the same in the United States mails, enclosed in a sealed envelope, addressed to such surety or person, as the case may be, at the address of such surety or person last communicated by him to the party giving the notice, postage prepaid and certified. 15. Assignment of Contract. Neither the Contract, nor any part thereof, nor moneys due or to beco^e due thereunder, may be assi gn_d by the Contractor without the prior written ap- proval of the City. .16. Compliance with Specifications of Matt -rials. ,hen - ever in the Specifications, any materi e.l cr process is indicated or specified by patent or proprietary name, or by name of manu- facturer, such Specifications must be met by Contractor, unless the City agrees in T•rri ting to some other material, process or article offerd by Contractor which is equal in all respects to the one specified. -5- C. 17. Contract Securit.11. The Contractor shall furnish a surety bond in an amount at least equal to one hundred per- cant (1001:5) of the contract price as security for the faithjal performance ,of this Contract. The Contractor shall also furnish a separate Buret; bond in an a^cu^t at least ecual to one hued'=_d percent (10CJI) of the contract price as security for the pavment of all persons for furnishing materials, provisions, 7ro:erldar, or other supplies, used in, upon, for or about the performance of the croric contracted to be done, or for performing any 1;rorc or labor thereon of any kind, and for the payment of a:,lounts due under the Unemployment Insurance Code vrith respect to such work or labor in connection 11ith thys Contract, and for the pay- ment of a reasonable attorney's fee to be fixed by the court in case suit is brought upon the bond. 18. 'Insurance. The Contractor shall not cc: mance ;ror'•t under this Contract until he has obtained all insurance recuirec3 under this paragraph and such insurance has been approved by the City, nor shall the Contractor allow any subcontractor to com- mence rror�c ca his subcontract until all similar insurance re- quired of the subcontractor has been so obtained and approvad. The Contractor shall furnish the City with satisfactory proof of- the carriage of insurance required, and there shall be a suecific contractual liability endorsement extendinc" til= Con- tractor's coverage to include the contractual liability assumed by t1-'e Contractor oursuant to this Contract and particularly Paragraph 19 hareof. Any policy of insurance required of the Contractor under this Contract shall also contain an endorsement Drovidinoithat thirty' (30) days' notice must be giver_ in s•rriting to the C11.y of any pending change in the limits of liability or of any cancellation or modification of the policy. (a) Workmen's Corroensati on Insurance and Emn- ployer's Liability insurance. The Contractor shall take out and maintain during the life of this Contract I-Forkmen's Ccm_oen- sation Insurance and E.nployer's Liability Insurance for all of his employees e:Jployed at the site of the orojecL and, in ca,;e any aorlc is sublet, the Contractor shall require the subcontrac- tor sire laxly to provide' Workmen's Compensation Insur`nce and Employer's Liability insurance for alp of the latter's er_ployees unless such employees are covered by the protection afforded by ,he Contractor. In signing this Contract the Contractor makes the fol- lo;.ring certification, required by Section 1851 of the Labor Code: tiI an aware of, the provisions of Section 3700 of the Labor Code t•r!:ich requir_e every em- ployer to be insured agains4 liability for workmeh's compensation or to undertake self- insurance in accordance :rith t: -,.e provisions of the code, and I Will comply aith such provisions before commencing the performance of the work of this contract." (b) Liability insurance. The Contractor shall ta�:e out and" .maintain during the life of this Contract suciz Bodily Injury Liability and Property Damage Liability Insurazca as shall protect him and any subcontractor perforr,ing work cov- ered by this Contract from claims for damages for bodily injury, including accidental death, as well as from claims for property damage, *cluding third -party property da:-zage, to -include cov- eraUe on property in the care, custody and control of the Con- tractor, and also Tcludin? what are commonly kno,'an as the "X, C. and U" exclusions (having to do with blasting, collapse, and underground property damage) , which may arise from Contractor's operations under this Contract, whether such operations be by himself or by gny subcontractor or by ' anyone directly or in- directly .er: t:tiscilief, the City will attempt to obtain such broader orotection and the Contractor agrees to pay any additional cost for such broader protection. 19. Hold Harmless The Contractor ;•rill save, keep, and hold harmless the City and all officers, employees, and age;�ts thereof from all damages, costs, or expenses, i n lair or in ecuity, that may at any time arise or be set up because of personal in- jury or danage to property sustained by any person orpersons by reason of, or in the course of the performance of said 7,-e or � by reason. of any infringement or alleged infringement. of the patent rights of any person or persons, firm or corporation in consequence of the use in, pn, or about said crori�, of any article or material supplied or installed under this Contract. 14aJ corith- stand_n.g the above, the Contractor shall wherever it is. necessary keep and maintain at his sole cost aid expense during the course of his o_oerations under this Contract such Terarnings, signs, and barriers as may be required to pro sect the public. The provisions of the preceding sentence shall not impose any li'abili ty upon the City and are for the express benefit of the general public. 20. Hours of .Tork. Eight hours of labor during any one calendar day and forty hours of labor during any one calendar weer, shall constitute- the maximum hours of service upon all T;rork done hereunder, and it is expressly, stipulated that no laborer, workman, or mechanic employed at any time by the Contractor or by any subcontractor or suhcontractnrs under `;±is Contract, uper the work or upon any part of the .York contemplated by this Con- tract, shall be required or permitted to woric thereon more than eight hours during any one calendar day and forty hours during any one calendar week, except, as provided by Section 1815 of the Labor Code of the State of California, work performed by employees of contractors in excess of eight hours per day and forty hours during any one week shall be permitted upon public work upon compensation for all hours worked in excess of eight hours per day at not less than one and one-half times the basic rate of pay. It is further expressly stipulated that for each and every vio? ation _of Sections 1811-1815, inclusi-re, of the Labor Code of the State of California, all the provisions ,here- of are deemed to be incorporated herein, the Contractor shall forfeit, as a penalty to the City, t:•renty-five Dollars ($25.00) for each laborer, workman, or mechanic employed in the execution of this Contract by Contractor, or by any subcontractor under this Contract, for each calendar day during which said laborer, workman, or mechanic is required or permitted to :Toric more than eight hours in any one calendar day and forty hours in any one calendar ..eek in violation of the provisions of said Sections of the Labor Code. The Contractor, and each subcontractor, shall keep an accurate record shc':rind the names of and actual hours corked each calendar day and each calendar :•reek by all laborers, work- :yen, and mechanics employed by him in connection ai th the ,•rork contemplated by this Contract, which record shall be open at all reasonable hours 'Co the inspection of the City or its off_- cers or agents and to the Division of Labor La -.,i Enforcement. of the Department, of Industrial Relations of the State of California. 21. Vage Rates. Pursuant to the Labor Code of the State of California, or local lau thereto applicable, the City has ascertained the general prevailing rate of Der dieam wa-,es and rates for holidays and overtime work in the locality in which this work is to be performed, for each craft, classifica- tion, or type of laborer, workman, or mechanic needed to execute this Contract. The prevailing ,,rages so deter -lined are set fort;- • in the Specifications and rade a part hereof. Neither the notice inviting bids nor this Contract shall. constitute a representation of fact as to the prevailing :Nage rates upon which the Contractor or any subcontractor under him may, base any claim ag_inst the City. It shall be mandatory upon the Contractor, and upon any subcontractor under hi.m, to pay not less than the said spe- cified rates to all laborers, workmen, and mechanics employed in the execution -of the Contract . It is further expressly sti- pulated that the Contractor shall, as a penalty to the City, forfeit twenty-five dollars ($25.00) for each calendar day, o -r portion t'ae o=, -or each laborer, �;iorkman, or machani c paid less Char. the. stipulated prevailing rates for any ,Iork done under this Contract by him or by any subcontractor under him; and Con- tractor agrees to comply with all provisions of Section 1775 of the Labor Code. In case it becomes necessary for the Contractor or any subcontractor to employ on the project under this Contract any person in a trade or occupation (except executives, supervisor) , administrative, clerical, or other non -manual workers as such) for which no mini mum wage rate is herein specified; the Contrac- tor shall immediately notify the City, ,rho �ril1 pro-ptly there- after determine the prevailing rate for such additional trade or occupation and shall -furnish the Contractor T;rith the mini*num rate based thereon.' . The minimu_-1 rate thus furni shed shall be applicable as a-inimu� p for such trade or occuation from the time of the initial enployment of the person affected and during the continuance of such employment. 22. Accident Prevention. Precaution shall be exer- cised at all times for the protection of persons (including e^- .ployees) and property. The safety provisions of applicable la.Js, buildinL- and construction codes shall be observed. !.lac:pinery, equipment, and other hazards shall be guarded or elipinated in accordance aith -the safety provisions of the Construction Safety Orders issued by -the Industrial Accident Conmissicn of the State of California. 23. Payment. Not later than the last Fri day of each LI calendar month, Lone City ;rill make partial payment to Lone Co:z- raetor on the basis of a duly certified approval esti -tate of the woT'i! cerfor,-:2d and :.,aterials incorporated in the project, daring the ureceding calendar month, by the Contractor, 'out the City will retain ten percent ( to %) of the amount of each of said estimates until the epiration of thirty- five (35) days from the date of recording by the City of notice of acceptance of completion of all eark covered by this Contract, if such notice be recorded within ten days after the acceptance of completion of such Contract as evidenced by resolution of its governing body; or, if Such notice be not so recorded ,ri thin ten days, until the expiration of ninety-five (95) days after the acceptance of completion of such ,fork of i.mprolrement as evi- denced by resolution of its governing -body, at which time and not before, the City shall pay to the Contractor the whole of the remaining ten percent ( to N) of said contract ! price so held back as provided; said certificates to be furnished by and obtained from the City's representative statim that the paymant or installment is due upon the basis of -:Tork completed and the amount then due and the City's representative shall, be- fore thefirst Wed. of each month, deliver said certifi cafes under his :hand to the City, or in lieu of such certificates, shall de- liver to the Contractor, in wri ting, under his hand, a just and true reason for not issuing the certificates, including a state- r.:ant of the defects i £ any, to _be remedied, to entitle the Contractor to the certificate or certificates. in event of t^e failure of the City's representative to furnish and deliver sai d certificates or any of them, or in lieu thereof, the ,ori ting aforesaid, ,•lignin ten (10) days after the times aforesaid, and after written demand has been made upon him for the same, the Contractor .may file demand with the City, and, in event sai d certificates are not furnished rithin ten (10) days thereafter, the same shall become due and payable. In case the City's representative delivers the writing aforesaid, in lieu of the certificates, then a comoliance by the Contractor with. the reauirements of said writing shall entitle the Contractor to the certificates. The payment of progress payments by the City shall not be construed as an absolute acceptance of the work done up to the time of such payments, but the entire work is to be subjected to the inspection and approval of the City, and subject to nat.- ever inspection and approval may be required by la•r. 24. Protection of Pub lie Utilities . The City shail be responsible, as bet, -teen the parties to this Ccntrac- only, fo„ the removal, relocation, or protection of existing public utili- ties, if any, located on the site of construction, but only if such public utilities are not identified by the City in the Plans and Specifications made a part of the invitation. Lor bids. -10- 1e City shall compensate the Contractor for costs incurred in relocating Or repairi n� damage to Ut7.ii ty facilitiOs not indi- cated in t_^.e Plans and Specifications, ot'ler than service Lat- erals when the presence of such utilities on the construct yon site can be inferred from the presence of such visible facili- ties as buildings, and meters and junction bo::es on, or adj a - cent to, the construction site. The Contractor shall not be assessed liquidated damages for delay in. completion of the Con- tract project, as provided in Paragraph 27 below, when such de- lay is caused by the failure of the City, or other public utility, to provide .for the removal or relocation of to existing utility facilities. If the Contr acyor Wali 1Q aerformi ng the Contract dis— covers utility facilities not identified by the City in the Con- tract Plans and Specifications, the service laterals as herein- above described•, he shall immediately 'notify the City in writing. . 25. Contractor's Responsibility for the Worti. The Contractor shall not be responsible _or tie cost of repairing or restorin c- damage to the work caused by an act of God.�3--- VER- THELESS, tiie Contract -or shall, if the insurance premium i s a separate bid iter:, obtain the insurance to indemnify the City for any damage to the work caused by an act of God. "Acts of God" shall include only the follow4ng occurrences ori conditions and effects : earthquaKes and tidal waves, when such occurrences or condit_ons and effects have been proclair.ed a disaster or stale of emergency by the Governor of the Satz of Ca_i'ornia or by the Presiden, of the United States, or were of a miagnitude at the Sita of the +rork suffi^.ient to have caused a proclamaticn of disaster or state of emergency having occurred in a populated area: Subject to the foregoing, the City shall not., in any ;vas or manner, be answerable or suf.er loss, damage, expense or liability for any loss or damage that may happen to said build- ing, work, Or equipment or any part thereof, Or 1.n, On, Or about the same during its construction and before acceptance. 26. Contractor's Guarantee. The Contractor unquali- fiedly guarantees the first-class qualit:j of all workmen:ans lip and of all materials, apparatus, and equipment used or installed by !lir. or by any subcontractor or supplier in the project ; hictZ 13 the subject. of this Contract,, unless a lesser quality is ex-pressly authcrized in the Plans and Speci ficati ons , in which event the Contractor unqualifiedly guarantees such lesser quality; and that the aork as per far- ed by the Contractor :x111 conform wi t;l the Plans and Specificat- ns or an;; .ritten authorized de-1_at�Ons there froil. In case of an J defect in aork, materials , appe.ratus or equipMent , whether latent or patent ; re ealed to the CiT.v within one (1} year of 'Une d=te Uf accent. -lance of Comcletion Of this Contract b-, the City, the Contractor trill forth lth remedy I such defect or defects ;rithc,.t cost to tl.e City. 27. L i a u i d at a d _D:,.:a;_ es. T'ime shall be of the essence of this Contract. Ir' the Cc.n7,ractor fails to comp leta rithi.l -11- the time fixed for such completion, the cork hereinbefore men- tioned and c:escribed and hereby contracted to be done and per- formed, he shall become liable to the City for liquidated dar,- aSes in "tile sum of Fifty Dollars dollars ($ '50.00 ), for each and every day during which said ,-Iorc shall remain uncompleted beyond such timme for comple- tion or unlawful extension thereof, ahich sum shall be presumed to be the amount of dama;e thereby sustained by the City since it Would be impracticable or extremely difficult to fix the actual da.maoe; and the amount of liquIdatad damages may be de- ducted by the City from moneys due the Contractor heraunder, or his assigns and successors at the time of comp la tion, and the Contractor hereunder, or his assigns and successors at the time of comoletj.on, and his sureties shall be liable to the City for any excess. 2$. Additional Provisions. The Covitractor acknowledges the fact that the adjacent Pump Station is the primary source of water for the City water utility. -12- IN WITNESS WHEREOF, the parties have executed this Contract, in duplicate, the day an., year first hereinabove written. r APPROVED AS TO FOR174: 4ityy Attorney ATTES T : City Clark' Notary acknowledgment required. If a corporation, corporate seal and corporate notary acknowledgment required. CITY OF CUPERTINO, a municipal corporation of t:ie State of California, herein called the City By� Mayor O TSBURGW-DES MOINES STEEL CO. herein called ConLr actor By SHERMAN R. McKINNEY Attorney-in-fact —13— P O W E R O F A T T O R N E Y KNOW ALL MEN BY THESE PRESENTS, That PITTSBURGH -DES MOINES STEEL.COMPANY, Neville Island, Pittsburgh, Pennsylvania -15225, a Pennsylvania Corporation, has constituted and appointed, and does hereby constitute and appoint - - - - - - - - - - - - - - -S S. R. McKINNEY- - - - - - - - - - - - - - - - its true and lawful Attorney -In -Fact to execute proposals for the sale of materials or the construction of work, to make contracts for same, and execute Surety Bonds to be used in connection therewith. Such power shall include the execution of non -collusion certificates as may be required by such laws of New York as General Municipal Law Section 103d, Public Authority Law Section 2604 or State Finance Law Section 139d. This appointment is made in accordance with Article IV, Paragraph 3 of the By -Laws of the Corporation as amended by the Board of Directors of the Cor- poration on April 5, 1971 and still in full force and effect: Article IV, Paragraph 3: "All proposals, commercial contracts, bonds, certificates, affidavits, and all other documents incident to the business of this Company shall be valid: (a) When signed by the Chairman of the Board, the President, a Vice - President, the Secretary, Treasurer or an Assistant Secretary, or other duly authorized representative or agent of the Company and when sealed with the seal of the Company; or (b) When executed by an Attorney -In -Fact." IN WITNESS WHEREOF, PITTSBURGH -DES MOINES STEEL COMPANY has caused these presents to'be signed by its President and Treasurer, and its corporate seal to be thereunto affixed and duly attested by its Secretary this 29th day of August, 1978. ATTEST: PITT S H -DES' MOI I J,(__ Z4 ES S EEL COMPANY (SEAL) S cretary By E- Preside t and Tre urer STATE OF Pk SYLVANIA) SS: COUNTY OF ALLEGHENY ) On this 29th day of August, 1978, before me personally appeared W. Jones, President and Treasurer of PITTSBURGH -DES MOINES STEEL COMPANY, who being duly sworn, said he resides in the State of Pennsylvania; that he is President and Treasurer of PITTSBURGH -DES MOINES STEEL COMPANY, the Corporation des- cribed in and which executed the foregoing instrument; that he knows the corporate seal; that it was so affixed by order .of the Board of Directors of said Corporation, and that he signed his name thereto as President and Treasurer of said Corporation by like authority. (SEAL) STATE OF PENNSYLVANIA) ITWtEL, NTAN pftX S S : JIEYILLV TOMIIi1111s, ALL�i1HN COUNTY COUNTY OF ALLEGHENY ) Y,,ny CO�MWA ppN fpr 9. IWO I. W. R. Jackson, Jr., Secretary of PITTMBUR,i TEEL COMPANY, do hereby certify that the above and foregoing is a true and correct copy of Power of Attorney executed by PITTSBURGH -DES MOINES STEEL COMPANY, which is still in full force and effect. IN WITNESS WHEREOF I have signed this certificate at Neville Island Pittsburgh, Pennsylvania, this 14 day of F brua. , 19 80 (SEAL) C STATE OF CAL1FORNLk ) ss . COUNTY OF SANTA CLARA ) On 19 before me, the undersigned, a Notary ?ublic in and for said State, personally appeared 9 known to me to be the persons whose names are subscribed to the within Instrument, and acknowledged to me,that they executed the same. WITNESS my hand and official seal. Notary Public in and for the County of Santa Clara, State of California CORPORATION AC,CT1OWLEDGDiENT STATE OF CRL1 UTIA ) ss. COMITY OF _Ai,TA CLIA) On February 14, 19 80 , before me, the undersigned, a Notary Public in and for the said State, personally appeared Sherman R. McKinney known to me to be the Attorney -in -Fact of Pittsburgh -Des Moines Steel Co. , the corporation that executed the within Instrument, known to me to be the person who executed the within Instrument, on behalf of the Corporaticn herein named, and acknowledged to me that such Corporation executed the same. IN WITNESS ?•1I:EREOF, I have hereunto set my hand and affixed my official seal in.the County of Santa Clara the day and year in this certificate first above written. Ur FICIAL SEAL MARLENE M. RODRIGUEZ CI U..oii OUBLIC — GALiFORNIA i r��_ �• �`° 'I; NCI,"lL OFFICE IN SANTA CLARA COUNTY Notary Public din and for the C unt� . .,n Expires Ma z, X98 of Santa Clara, State of Cal:*ora ry PROPOSAL 1 Bff M MANN.TANK NO. 1 - PROJECT 80-38 TO THE DIRECTOR OF PUBLIC WORKS, CITY OF CUPERTINO, STATE OF CALIFORNIA: Dear Sir: , In compliance with the specifications furnished for the Mann Tank No. 1, Project $0-38, I, the undersigned, hereby declate that I have read the proposal requirements and hereby propose to do all work required to complete the said work in accordance with the Specifications and/or Plans for the amounts set forth herein on the incorporated schedule. The work shall be to install, and place in operation, a 187,000 gallon water storage tank with the necessary and the outlined appurtenances. All work shall be done to AWWA Specifications and Standards and the standards outlined within the Project Plans or Specifications. ' I The award of contract will be to the lowest bidder on the base bid as de- �. termined by the City Council. . A bid bond in the amount of 10% of the base bid is required. The City Council reserves the right to reject any or all bids received. BID ITEM QUANTITY ITEM EXTENSION 1. Provide a complete and operating 187,000 gallon welded steel water tank inc udng appurt nances complete fore' /-ru -TA -Cul Sum 2. Provide and apply all interior/ exterior coatin s re red --for GDe Dollars/Lump Sum Bid Total Proposal 1/4 I J'LAlfLo 1 i i i BIDDER OUA.LIFICATION FORM EXH. IIT In further compliance with the specifications furnished, the undersigned submits the following statements as to his experience and to his qualifica— tions as a part of this proposal, and the truthfulness and accuracy of the information. is hereby guaranteed. (1) How many years has your organization been in business under its present name? 54 Years (2) How many years'experience in work comparable with that required under the proposed contract has your organization had by this or any other name? 54 Years (3) :Contractor's License No. 160716 State of California, Classification A (4) List work similar in character to that required in the proposed] contract which your organization or personnel in your organization has completed within the past three years. Year Class, Location of [Mork and for Whom Performed Contract Amount In the last several years we have completed many water storage reservoirs all over California and the United States. Included among these are water tanks for the City of Cupertino, City of Santa Clara, City of San Jose, San Jose Water Warks and California Water Service Company. We are enclosing our.Reservoir Brochures and our General Brochures. PROPOSAL Page 2/4 Name of Rroposed. Sub -Contractor, if any (Section 4104 Government Code) 3. 4. 1. 2. 3 4. 5. 1. 2. Address of Shop or Office of Sub -Contractor (Section 4104 Government Code). Work to be performed by Sub -Contractor (Section 4144 Government Cade) PROPOSAL Page 3/4 IF YOU ARE AN INDIVIDUAL, SO STATE. IF YOU ARE A FIRM OR CO -PARTNERSHIP, STATE THE FIRM NAME AND LIST'THE NAMES OF ALL INDIVIDUAL CO-?ARTNERS COMPOSING THE FIRM. IF A CORPORATION, STATE LEGAL NAME OF CORPORATION, ALSO, NAMES OF PRESIDENT, SECRETARY TREASURER AND MANAGER. THE CORPORATE SEAL MUST BE AFFIXED. TYPE OF BUSINESS: Individual Co -Partnership Corporation PITTSBURGH -DES MOINES STEEL COMPANY Joint Venture Other (describe) A Pennsylvania Corporation. President -Treasurer: W. Jones NAME AND SIGNATURE OF BIDDER: Secretary: W. R. Jackson, Jr. - Western Division Manager: R. J. deJong Date January 17, 1980 Addenda Received: 1 2 3 4 5 Proposal Page 4/4 PITTSBURGH -DES MOINES STEEL COMPANY S . J a 0etti r re- -ac 2 h El Camino Rpal San Mateo. CA 94403 Address 0 PDM EXHIBIT B ENGINEERS/FABRICATORS/CONSTRUCTORS PITTSBURGH -DES MOINES STEEL COMPANY 2121 South EI Camino Real, San Mateo, CA. 94403 ■ Phone (415) 349-1114 January 21, 1980 Cupertino, CA 51-9-191 The Director of Public Works City Hall 10300 Torre Avenue Cupertino, CA 95014 Reference: Our Proposal of 1/17/80 for Mann Tank No. -1, Project 80-38 Change Order No. 1 Gentlemen: CITY 07 CUPEiMNO PUBLIC WORKS ..21 1980 PAM= We wish to make the following changes to our subject proposal as called for in Change Order No. 1. 1. Deduct $890.00 for deducting 3 roof vents. 2. There will be no change in our contract price for changing underground connections, 12" Inlet, 16" Outlet and 12" Overflow to shell connections. 3. Deduct $7,520.00 for deleting sand pad. These deductions add up to a total deduction of $8;410.00. This would make the total price of the project $79390.00: I We are looking forward to working with you on this contract and want to thank you very much for your courtesy and cooperation. i Yours very truly PITTSBURG -DESS INES STEEL COMPANY S. Oettinger, ttorney-In-Fact Con acting Engineer SJO:amh N VeY.�t Venom 'e, 7 /40�AIYAV s��yio,7 NlS Q 8 01