HomeMy WebLinkAboutContracts & Agreements_40-2007Resolution No 6588 - Local Emergency - Municipal Utilities Director Phelps
asked the City Council for a declaration of an emergency and the authorization to
award contracts without the solicitation of competitive bids to pay for damages
from a freak lightning storm on February 13, 2007, at approximately 6 00 P M
when a lightning bolt struck the ground at or near the Hinckley Water Treatment
Plant and rendered it inoperative, and from unexpected mechanical breakdowns
of pumps and motors at the City's North Orange Well field This was discussed at
Iength with Councilmember Gil expressing concerns about going around the
normal bid process for the repairs needed at the North Orange Well field
Pursuant to the request of the City Manager (the City's Director of Emergency
Sei vices), Councilmember Gilbreath moved to proclaim the existence of a "local
emergency" in accordance with Chapter 2 52 of the Redlands Municipal Code
Motion seconded by Councilmember Gallagher and carried with Councilmember
Gil voting NO. Councilmember Gilbreath moved to find and determine that City
staff has presented this City Council with yea bal and written testimony which
constitutes substantial evidence that the local emergency caused by a lightning
strike to the Hinckley Water Treatment Plant along with mechanical breakdowns
of pumps and wells of the City's North Orange Well field will not permit a delay
in undertaking the work to alleviate the local emergency that would result from a
competitive solicitation of bids for the project Motion seconded by
Councilmember Gallagher and carried with Councilmember Gil voting NO.
Councilmember Gilbreath moved to adopt Resolution No 6588, a resolution of
the City Council of the City of Redlands declaring that the public interest and
necessity demands the immediate expenditure of public money to safeguard life,
health and property Motion seconded by Councilmember Gallagher and carried
with Councilmember Gil voting NO (required a 415th vote). Councilmember
Gilbreath moved that the City Council determine that the City's award of
contracts for the repair and replacement of components of the Hinckley Water
Treatment Plant and the City's North Orange Well field does not 1 equire further
environmental processing, pun suant to Section 15269 of the California
Environmental Quality Act Guidelines based on the following determinations.
emergency repairs to publicly -owned facilities necessary to maintain service
essential to the public health, safety and welfare are exempt from the
requirements of the California Environmental Quality Act and specific actions
necessary to prevent or mitigate an emergency Motion seconded by
Councilmember Gallaghei and carried with Councilmember Gil voting NO.
Councilmember Gilbreath moved to approve staff negotiating contracts with
Beavens, Center Electrical and Layne Christiansen, pursuant to the terms
discussed in the staff report to this City Council and authorized the Mayor to
execute, and the City Clerk to attest to, the contracts for the repair and
replacement of components of the Hinckley Water Treatment Plant and the
City's North Orange Well field Motion seconded by Councilmember Gallagher
and carried with Councilmember Gil voting NO
LATE BREAKING ITEM
ISD Fees - Interim City Manager Racadio explained he and Fire Chief Drabmski
Just attended a meeting with the County of San Bernardino regarding an increase
to the ISD (Information Services Department) fees which would impact how
March 6, 2007
Page 5
AGREEMENT FOR PUBLIC IMPROVEMENT PROJECT
This agreement foi public improvement ("Agreement") is made and entered into this 6th day of
March, 2007 ("Effective Date"), by and between the City of Redlands, a municipal corporation ("City"),
and Center Electric ("Contractor") City and Contractor are sometimes individually referred to herein as
a "Party" and, together, as the "Parties "
In consideration of the mutual promises contained herein, City and Contractor agree as follows
ARTICLE 1 - ENGAGEMENT OF CONTRACTOR
1 1 City hereby retains Contractor to complete the installation of Fiber Optic Network at the
Hinckley Water Treatment Plant, Project No 1-0801 ("Project")
1 2 Contractor and its subcontractors shall possess all appropriate State contractors' licenses required
for the work to be performed in connection with the Project, and shall not be debarred pursuant
to Labor Code sections 1777 1 and 1777 7
ARTICLE 2 - RESPONSIBILITIES OF CONTRACTOR
2 1 The Project which Contractor shall perform is more particularly described in Exhibit "A," which
is attached hereto and incorporated herein by this reference Exhibit "A" includes the Scope of
Work
2 2 Contractor shall comply with all applicable Federal, State and local laws and regulations in the
performance of the Project including, but not limited, to all applicable Labor Code and prevailing
wage laws commencing at Labor Code section 1770 et seq and non-discrimination laws,
including the Americans With Disabilities Act Pursuant to Labor Code section 1773 2, copies
of the prevailing rates of per diem wages as determined by the Director of the California
Department of Industrial Relations for each craft, classification or type of worker needed to
undertake the Project are on file at City's Administrative Services Department, located at the
Civic Center, 35 Cajon Street, Suite 10 (Mailing P 0 Box 3005), Redlands, California 92373
2 3 Contractor acknowledges that if it violates the Labor Code provisions relating to prevailing
wage, that City may enforce such provisions by withholding contract payments to Contractor or
its subcontractors pursuant to Labor Code section 1771 6
2 4 If Contractor executes an agreement with a subcontractor to perform work on the Project,
Contractoi shall comply with Labor Code sections 1775 and 1777 7, and shall provide the
subcontractor with copies of the provisions of Labor Code sections 1771, 1775, 1776, 1777 5,
1813 and 1815 Contractor acknowledges that the statutory provisions establishing penalties for
failure to comply with state wage and hour laws and to pay prevailing wages may be enforced by
City pursuant to Labor Code sections 1775 and 1813
D3MIWAgree\Center Electric — No Bid Public Works
2.5 Contractor and its subcontractors shall comply with the provisions of Labor Code section 1776
regarding payroll records maintenance, certifications, retention and inspection
2 6 Contractor acknowledges that eight (8) hours constitutes a legal day's work pursuant to Labor
Code section 1810
2 7 Contractor shall comply with the provisions of Labor Code section 1777 5 as to apprenticeships,
and Labor Code sections 1771, 1775, 1776, 1777 5 1813 and 1815
2 8 Contractor shall obtain, execute and deliver to City a Labor and Materials Payment Bond,
pursuant to Civil Code section 3247, in the form attached hereto as Exhibit "B" to secure the
claims to which reference is made in Title 15 (commencing with Section 3082) of Part 4 of
Division 3 of the Civil Code.
2 9 Pursuant to Public Contract Code section 7104, if the Project involves digging trenches or other
excavations that extend deeper than four feet below the surface, Contractor shall promptly, and
before the following conditions are disturbed, notify City, in writing, of any (1) material that
Contractor believes may be material that is hazardous waste, as defined in Health and Safety
Code section 25117, that is required to be removed to a Class I, Class II or Class III disposal site
in accordance with provisions of existing law, (2) subsurface or latent physical conditions at the
Project site differing from those indicated by information about the site made available to
Contractor prior to entering into this Agreement, or (3) unknown physical conditions at the site
of any unusual nature, different materially from those ordinarily encountered and generally
recognized as inherent in work of the character provided for in the Contract City shall promptly
investigate the conditions, and if it finds that the conditions do materially so differ, or do involve
hazardous waste, and cause a decrease or increase Contractor's cost of, or the time required for,
performance of any part of the work, shall issue a change order under the procedures described
in this Agreement If a dispute arises between City and Contractor whether the conditions
materially differ, or involve hazardous waste, or cause a decrease or increase in Contractor's cost
of, or time required for, performance of any part of the work, Contractor shall not be excused
from any scheduled completion date provided for by the Agreement, but shall proceed with all
work to be performed under the Agreement Contractor shall retain any and all rights provided
either by this Agreement or by law which pertain to the resolution of disputes and protests
between the Parties
2 10 Pursuant to Labor Code section 6705, if the Project requires any trench five feet or more in
depth, Contractor shall submit, subject to City's approval, in advance of excavation, a detailed
plan showing the design of shoring, bracing, sloping or other provisions to be made for worker
protection from the hazard of caving ground during the excavation of such trench or trenches If
the plan varies from the shoring system standards, the plan shall be prepared by a registered civil
or structural engineer
2 11 Prior to and during any excavation, Contractor is responsible for complying with, and shall
comply with, Government Code section 4216 et seq
212 Because this Agreement was exempt from competitive bidding, prior to commencement,
Contractor shall provide City with the information otherwise found in Public Contract Code
section 4104
2 13 Pursuant to Public Contract Code section 7103 5(b), Contractor offers and agrees to assign to
City all rights, title and interest in and to all causes of action it may have under section 4 of the
Clayton Act (15 U S C section 15) or under the Cartwright Act (Chapter 2 (commencing with
section 16700) of Part 2 of Division 7 of the Business and Professions Code), arising from
purchases of goods, services, or materials pursuant to this Agreement
ARTICLE 3 - PERIOD OF SERVICE
3 1 Contractor shall commence the Project upon City's delivery to Contractor of a written "Notice to
Proceed "
3 2 Contractor is expected to work with Beavens Systems to complete the Project within one hundred
and five (105) calendar days from and after the date of the Notice to Proceed
ARTICLE 4 - PAYMENT AND NOTICE
4 1 City shall pay Contractor on a time -and -material basis, in accordance with the rates set forth in
Exhibit "C," a sum not to exceed Thirty Thousand Dollars ($30,000 00) as complete
compensation foi the work Contractor performs on the Project
4 2 Payments by City to Contractor shall be made within thirty (30) days after City's receipt and
approval of Contractor's invoice, by warrant payable to Contractor
4 3 All notices shall be made in writing and shall be given by personal delivery or by mail Notices
sent by mail shall be addressed as follows
City
Contractoi
Wen Huang, Senior Civil Engineer
Municipal Utilities Dept
City of Redlands
P O Box 3005
Redlands, CA 92373
Henry Michael Munksgaard, Owner
Center Electric
2942 Las Flores
Riverside, CA 92503
When so addressed, such notices shall be deemed given upon deposit in the United States mail,
in all other instances, notices, bilis and payments shall be deemed given at the time of actual
delivery Changes may be made in the names and addresses of the person to whom notices are to
DJM1lAgrec\Center Electric No Bid Public Works
be given by giving notice pursuant to this section 4 3
4 4 Pursuant to Public Contract Code section 22300, Contractor has the option to deposit securities
with an Escrow Agent as a substitute for retention of earnings requirement to be withheld by City
pursuant to an Escrow Agreement as set forth in Public Contract Code section 22300
ARTICLE 5 - INSURANCE AND INDEMNIFICATION
5.1 Contractor's Insurance to be Primary. All insurance required by this Agreement shall be
maintained by Contractor for the duration of the Project, and shall be primary with respect to
City and non-contributing to any insurance or self-insurance maintained by City
5 2 Workers' Compensation and Employer's Liability
A Contractor shall secure and maintain Workers' Compensation and Employer's Liability
insurance for its employees throughout the duration of the Project pursuant to Labor
Code sections 3700 and 1860, in an amount which meets statutory requirements, with an
insurance carrier acceptable to City The insurance policy shall include a provision
prohibiting the policy's modification or cancellation except upon thirty (30) days prior
written notice to City Contractor shall execute and deliver to City a Worker's
Compensation Insurance Certification in the form attached hereto as Exhibit "D" pnor to
commencement of the Project
B Contractor expressly waives all rights to subrogation against City and its elected officials,
officers and employees, for losses arising from work performed by Contractor on the
Project by expressly waiving Contractor's immunity for injuries to Contractor's
employees Contractor agrees that the obligation to indemnify, defend and hold harmless
provided for in this Agreement extends to any claim brought by, or on behalf of, any
employee of Contractor This waiver is mutually negotiated by the Parties
5 3 Hold Harmless and Indemnification Contractor shall indemnify, hold harmless and defend City
and its elected officials, employees and agents from and against any and all claims, losses and
liability, including attorneys' fees, arising from injury or death to persons or damage to property
occasioned by any act or omission of Contractor, and its officers, employees and agents, in
performing the Project
5 4 Assignment Contractor is expressly prohibited from assigning any of the work associated with
the Project without the express pnor written consent of City In the event of mutual agreement
by the Parties to assign a portion of the Project, Contractor shall add the assignee as an additional
insured to its insurance policies and provide City with the insurance endorsements pnor to any
work being performed by the assignee Assignment does not include printing or other customary
reimbursable expenses that may be provided for in this Agreement
5.5 Comprehensive General Liability Insurance Contractor shall secure and maintain in force
throughout the duration of the Project comprehensive general liability insurance, with carriers
acceptable to City, with minimum coverage of One Million Dollars ($1,000,000) per occurrence
and Two Million Dollars ($2,000,000) aggregate for public liability, property damage and
personal injury City shall be named as an additional insured and the insurance policy shall
include a provision prohibiting its modification or cancellation except upon thirty (30) days prior
written notice to City A certificate of insurance and endorsements shall be delivered to City
prior to commencement of the Project
5 6 Business Auto Liability Insurance Contractor shall have business automobile liability coverage,
with minimum limits of One Million Dollars ($1,000,000) per occurrence, combined single limit
for bodily injury liability and property damage liability This coverage shall include all
consultant owned vehicles used on the Project, hired and non -owned vehicles, and employee
non -ownership vehicles City shall be named as an additional insured and the insurance policy
shall include a provision prohibiting its modification or cancellation except upon thirty (30) days
pnor written notice to City Certificate of insurance with endorsements shall be delivered to City
pnor to commencement of the Project
ARTICLE 6 - GENERAL CONSIDERATIONS
6 1 In the event any action is commenced to enforce or interpret any of the terms or conditions of
this Agreement the prevailing Party shall, in addition to any costs and other relief, be entitled to
recover its reasonable attorneys' fees, including fees for the use of in-house counsel by a Party
6 2 All documents, records, drawings, electronic data files and data base, photographic pnnts and
negatives, designs and specifications, cost estimates, and other Project documents developed by
Contractor for the Project shall become the property of City and shall be delivered to City upon
completion of the Project
6.3 Contractor is, for all purposes under this Agreement, an independent contractor with respect to
the Project and not an employee of City All personnel employed by Contractor to perform the
Project are for its account only, and in no event shall Contractor or any personnel retained by it
be deemed to have been employed by City or engaged by City for the account of, or on behalf of,
City Nothing in this Agreement shall be considered to create the relationship of employer and
employee between the Parties
6 4 Unless earlier terminated as provided for below, this Agreement shall terminate upon completion
and acceptance of the Project by City
6 5 City may terminate this Agreement for any reason, at any time at its sole discretion, upon five (5)
calendar days prior written notice to Contractor
6 6 Upon receipt of a termination notice, Contractor shall (1) promptly discontinue all work
associated with the Project and (2) deliver or otherwise make available to City, copies of any
data, design calculations, drawings, specifications, reports, estimates, summaries, and such other
information and materials as may have been accumulated by Contractor in performing the
Project Contractor shall be compensated on a pro -rata basis for any work completed up until
notice of termination
DSM11AgreelCenter Electric - No Bid Public Works
6 7 This Agreement, including the exhibits incorporated by reference, represents the entire
agreement and understanding between the Parties as to the matters contained herein and any
prior negotiations, proposals and verbal agreements relating to the subject matter hereof are
superseded by this Agreement Any amendment to this Agreement shall be in writing and
approved by the City Council and signed by City and Contractor
6 8 This Agreement shall be governed by and construed in accordance with the laws of the State of
California
6 9 Claims by the Contractor in the amount of Three Hundred Seventy -Five Thousand Dollars
($375,000) or less shall be made by Contractor and processed by City pursuant to the provisions of
Part 3, Chapter 1, Article 1 5 of the Public Contract Code (commencing with section 20104) All
claims shall be in writing and include the documents necessary to substantiate the claim Nothing in
subdivision (a) of Public Contract Code section 20104 2 shall extend the time limit or supersede the
notice requirements provided in this case from filing claims by Contractor
6 10 If any provision or part of this Agreement is held to be void or unenforceable under any law or
regulation, it shall be deemed stricken, and all remaining provisions shall continue to be vand and
binding upon City and Contractor
IN WITNESS WHEREOF, duly authorized representatives of the Parties have signed in confirmation of
this Agreement.
CITY OF REDLANDS
By
Jgr{Harrison, Mayor
CENTER ELECTRIC
ATTEST
B� .c Date
Henry Michael Munk gaar i , 0 er
Exhibit "A"
SCOPE OF WORK
Contractor shall provide labor and materials, up to $30,000 on an as -need basis, to install the fiber optic
network and associated PLC hardware for emergency repairs/system upgrade of the Hinckley Water
Treatment Plant (Plant) as a result of lightning damage on February 13, 2007
The PLC hardware and fiber optical cabling will be provided by the City
Contractor shall provide materials including, but not limited to, conduits, fittings, clamps, connectors,
and mounting hardware that are required to perform the work
Contractor shall provide labor to perform installation work including pulling in fiber optic cabling,
mounting cabrnets, removing redundant wiring, connecting existing instrumentation and control devices
to new terminal and PLC enclosures Locations for new enclosures and wiring drawing will be provided
by Beavens Systems and the City of Redlands water production engineering and maintenance staff
Contractor shall install the City -provided fiber network cabling from the Master Control Board or PLC
No 1 located at the operator station in the main building to PLC No 2 in the backup generator building
in front of the Plant The second fiber optic run shall terminate at PLC No 3 from PLC No 1 PLC No 3
is located at the backwash motor operated valve and the piping gallery sub basement between the
clarifier and the filter beds
Contractor shall install a third communication wireless link from PLC No 1 to PLC No 4 located at the
effluent flow meter vault at the nearby Agate Reservoir Site
Detailed enclosure mounting and terminal wire designation will be provided by Beavens Systems and
the City of Redlands staff
Contractor is required to work with the City of Redlands staff to minimize the Plant downtime while
performing their work
DIMWAgreelCenter Electric — No Bid Public Works
Bond Number: 1000769532
Bond Premium: $900.00
Ethibrt "B"
LABOR AND MATERIALS
PAYMENT BOND
WHEREAS, the City of Redlands (hereinafter designated as "City"), and Center Electric (hereinafter
designated as "Principal") have entered into an Agreement whereby Pnncipal agrees to install and
complete certain designated public improvements, which by said agreement dated March 27, 2007, and
identified as Contract No 1-0801, (`"Project") is hereby referred to and made a part hereof and
WHEREAS, under the terms of said agreement, Principal is required, prior to performance of the
Project, to furnish a good and sufficient labor and materials payment bond with City to secure the claims
to which reference is made in 1 itle 15 (commencing with Section 3082) of Part 4 of Division 3 of the
Civil Code
NOW THEREFORE, said Principal and the undersigned as corporate surety, are held and firmly
bound unto City and all contractors, subcontractors, Iaborers, m.aterialmen, and any other persons
employed in the performance of the aforesaid agreement and referred to in the Civil Code in the stun of
Thirty Thousand Dollars ($30,000 00) for materials furnished or labor thereon of any kind, or for
amounts due tinder the Unemployment Insurance Act with respect to such work or labor, that said surety
will pay the same in an amount not exceeding the amount herein above set forth, and also in case suit is
brought upon this bond, will pay, in addition to the face amount thereof, costs and reasonable expenses
and fees, including reasonable attorney's fees, incurred by City in successfully enforcing such
obligation, to be awarded and fixed by the court, and to be taxed as costs and to be included in the
judgment therein rendered.
It is hereby expressly agreed that this bond shall inure to the benefit of any and all persons, companies
and corporations entitled to file claims under Title 15 (commencing with section. 3082) of Part 4 of
Division 3 of the Civil Code., so as to give a right of aLtion to therm or their asssign.s in any suit brought
upon this bond
Should the condition of this bond be fully performed, then this obligation shall become null and void,
otherwise it shall be and remain in full force and effect
The surety hereby stipulates and agrees that no change extension of time, alteration. or addition to the
tenets of the agreement or to the work to be performed thereunder or the specifications accompanying
the same shall in any way affect its obligations on this bond, and it does hereby waive notice of any such
change, extension of time, alteration or addition to the terms of the agreement of to the work or to the
specifications
IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and suet) namc4,
On April 16 ,2007 Bond No 1000769532
Henry Michael Munksgaard
dba
Center Electric
G[
(SES )
(SEAL)
(Seal and Notarial Acknowledgment of Surety)
TjiLtllAgeolContarElecine isoBid Public Works
(SEAL)
American Contractors Indemnity Company
(Sign.nture)
Address 625 The City Drive So. #305, Orange, CA 92868
Telephone (714 ) 740-7000
American Contractors Indemnity Company
9841 Airport Blvd , 9th FIoor Los Angeles, California 90045
POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS
That American Contractors Indemnity Company of the State of California, a California corporation, does hereby appoint,
Erik Johansson, Paul S Dito, Kim Ileredia, Paula LaSalle, of Denise Renderos of Orange, California
its true and lawful Attorney(s)-in-Fact, with full authority to execute on its behalf bonds, undertakings, recognizances and other contracts
of indemnity and writings obligatory in the nature thereof, issued in the course of its business and to bind the Company thereby, in an
Amount not to exceed $ **********3,000,000 00********** This Power of Attorney shall expire without further action on June
29, 2009
This Power of Attorney is granted and is signed and sealed by facsimile under and by the authority of the following Resolution adopted by
the Board of Directors of AMERICAN CONTRACTORS INDEMNITY COMPANY at a meeting duly called and held on the 6th day of
December, 1990
' RESOLVED that the Chief Executive Office; President or any Vice President Executive Vice President, Secretary or Assistant Secretary, shall have the
power and authority
1 To appoint Attorney(s)-in Fact and to authorize them to execute on behalf of the Company and attach the seal of the Company thereto,
bonds and undertakings, contracts of indemnity and other writings obligatory rn the nature thereof and,
2 To remove, at any time, any such Attorney in Fact and revoke the authority given
RESOLVED FURTHER, that the signatures of such officers and the seal of the Company may be affixed to any such Power of Attorney or certificate
relating thereto by facsimile and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be vand and binding
upon the Company and any such powei so executed and certified by facsimile signatures and facsimile seal shall be valid and binding zipon the Company
in the future with respect 10 any bond or undertaking to which it is attached '
IN WITNESS WHEREOF, American Contractors Indemnity Company has caused its seal to be affixed hereto and executed by its
Executive Vice President on the 9th day of January 2007
AMERICAN CONTRACTORS INDEMNITY COMPANY
SEPT 26,1940 o By
STATE OF CALIFORNIA § Adam S Pessin, Executive Vice President
COUNTY OF LOS ANGELES GILIFORO" §
On this 9th day of January, 2007, before me, Steve Fedunak , a notary public, personally appeared Adam S Pessin, Executive Vice
President of American Contractors Indemnity Company , personally known to me (or proved to me on the basis of satisfactory evidence) to
be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in
his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of
which the person(s) acted, executed the instrument
WITNESS my hand and official seal
Signature of Notary
My Commission expires June 29, 2009
I, Jeannie J Kim, Corporate Secretary of American Contractors Indemnity Company, do hereby certify that the Power of Attorney and the
resolution adopted by the Board of Directors of said Company as set forth above, are true and correct transcripts thereof and that neither
the said Power of Attorney nor the resolution have been revoked and they are now in full force and effect
1N WITNESS HEREOF, I have hereunto set my hand this 16h day of April , 200 7
STEVE FEDUNAK
Comm No 1593578 2
NOTARY PUBLIC CALIFORNIA p
U LOS ANGELES COUNTY
iwrruirop
lily Comm Exp dune 29 2009 E
Bond No 1000769532 Jeann • J Kim, Co porate Secretary
Agency No #9007
Rev POA03r22r06
CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT
teat,eat, a es ea ax;e a ea ea es els— -
State of California
County of
Orange
;ix, A n. An new. `MAW,.�, �. n • - _ pis;_ : • o
On April 16, 2007 , before me, Edith Garibay, Notary Public
Dale Name and Tate of Officer le.g. Jane Doe Notary Public")
personalty appeared Erik Johansson
EDITH GAIRIBAY I
,a COMM # 1468639
ID �� �'' NOTARY PUBLIC CALIFORNIA
3 i ORANGE COUNTY "
fres Feb 7, 20p8 I
exp•
y c
Momm
1
Place Notary Seal Above
Name{s} o[ Signer{s)
X personally known to me
E proved to me on the basis of satisfactory
evidence
to be the person(x) whose name() is/am
subscribed to the within instrument and
acknowledged to me that hejy executed
the same in hislImlay& authorized
capacity(j, and that by his/
signatures an the instrument the person(), or
the entity upon behalf of which the person()
acted, executed the instrument
WI NESS411111.
- fid o` )al seal
OPTIONAL
re of Notary Public
Though the information below is not required by law it may prove valuable to persons relying on the document
and could prevent fraudulent removal and reattachment of this form to another document
Description of Attached Document
Title or Type of Document Bond No
1000769532
Document Date. Number of Pages
Signer(s) Other Than Named Above
Capacity(ies) Claimed by Signer
Signer's Name
❑ Individual
fl Corporate Officer — Title(s)
❑ Partner—❑ Limited El General
® Attorney in Fact
❑ Trustee
❑ Guardian or Conservator
D Other
Signer Is Representing American Contractors Indemnity Company
aY4'& N 4 exsw4W.d"yb 4.1 eY: ere3::-e'• e7b"d' v' enve%e,%xi'err,w oxv ..�.".
OF SIGNER
Top of thumb here
-ter z e o7 err4coz' w W 4Ar A
i
)
0 1939 National Notary Association 9330 De SoloAve., P.0 Box 2402 • Chatsworth CA 91313-2402 www.nationalnolary.ort3
Prod No. 5907
Reorder: Cali Toll -Free 1 800.876-0827
C'
Exhibit "C"
RATES AND CHARGES
Center Electric
2942 Las Flores
Riverside, CA 92503-6103
NAME/ADDRESS
City of Redlands
P O Box 3005
Redlands CA 92373
Estimate
DATE
ESTIMATE NO
4/30/2007
346
Phone #
Fax #
P O NO
951 688-6865
WORK ORDER #
centerelectric@hotmafl com
DESCRIPTION
QTY
COST
TOTAL
Hourly Rate sheet
Prevailing Rate, Inside Wireman $44 78 ( This is based on
prevailing wage determination This will be changed if required by
the state)
Labor Burden and Overhead 25 65
15% Handling, profit 10 57
Equipment (Truck) To be changed if needed
Handling Charge
0
0
81 00
14 00
15 00%
0 00
0 00
0 00
Thank You
TOTAL
$o 00
Phone #
Fax #
E-mail
951 688-6865
951 687 3286
centerelectric@hotmafl com
Exhibit "D"
WORKERS' COMPENSATION INSURANCE CERTIFICATION
Contract No 1-0801
Every employer except the State, shall secure the payment of compensation in one or more of the
following ways
(a) By being insured against liability to pay compensation in one or more insures duly
authorized to write compensation insurance in this State
(b) By securing from the Director of Industrial Relations, a certificate of consent to self -
insure, either as an individual employer or as one employer in a group of employers,
which may be given upon furnishing proof satisfactory to the Director of Industrial
Relations of ability to self -insure and to pay any compensation that may become due to
his or her employees
1 am aware of the provisions of Section 3700 of the Labor Code which requires every employer to be
insured against liability for Workers' Compensation or to undertake self-insurance in accordance with
the provisions of that Code, and 1 will comply with such provisions before commencing the performance
of the work of this Agreement (Labor Code §1861)
Date
DIM11Agree\Center Electric —No Bid Public Works
��Centertric f
By ,'e G
Signatu o Authorized Agent
Signatory's Title
cr° /o52
Contractor's License No
Date
1J4/ VJY/ GUVJ ( LJ7' L7
CERTHOLDER COPY
STATE p,0 BOX 420807, SAN FRANCISCQ,CA 9414270807
COMPENSATION
!KS UR AN CS
FUND CERTIFICATE OF WORKERS' COMPENSATION INSURANCE
ISSUE DATE • 04-06-2007
CITY OF REDLANDS
MUNICIPAL UTILITIES DEPT
PO BOX 3005
REDLANDS CA 92373-1505
SK
GROUP* 000229
POLICY NUMBER 0012166-2007
CERTIFICATE ID: 26
CERTIFICATE EXPIRES! 01-01-2008
01-01-2007/01-01-2009
This is to Certify that we have issued a valid workers' Compensation insurance policy in a form approved by the
California Insurance Commissioner to the employer named below for the policy period indicated
This policy is not subject to Cancellation by the Fund except upon30 days advance written notice to the employer
We will also give you 30 days advance notice should this policy be cancelled prior to its normal expiration.
This certificate of insurance is not an insurance policy and does not amend, extend or alter the coverage afforded
by the policy listed herein Notwithstanding any requirsrnent, term or condition of any centrad or other document
with respect to which this certificate of ineursnoe may be issued or to which it may pertain, th'e insurance
afforded by the policy described herein is subject to all the terms, exclusions, and conditions, of such policy
NU LJGLJ LWLJU' 4
JTHORIZED REPRESENTATIPRESIDENT
UNLESS INDICATED OTHERWISE BY ENDORSEMENT, COVERAGE UNDER THIS POLICY EXCLUDES THE FOLLOWING.
THOSE NAMED IN THE POLICY DECLARATIONS AS AN INDIVIDUAL EMPLOYER OR A HUSBAND AND WIFE EMPLOYER.
EMPLOYEES COVERED ON A COMPREHENSIVE PERSONAL LIABILITY INSURANCE POLICY ALSO AFFORDING
CALIFORNIA WORKERS' COMPENSATION BENEFITS, EMPLOYEES EXCLUDED UNDER CALIFORNIA WORKERS'
COMPENSATION LAW
EMPLOYER'S LIABILITY LIMIT INCLUDING DEFENSE COSTS' $1,000,000 PER OCCURRENCE
ENDORSEMENT #0015 ENTITLED ADDITIONAL INSURED EMPLOYER EFFECTIVE 2007-04-04 IS
ATTACHED TO AND FORMS A PART OF THIS POLICY NAME OF ADDITIONAL INSURED
CITY OF REDLANDS
ENDORSEMENT #2065 ENTITLED CERTIFICATE FOLDERS' NOTICE EFFECTIVE 01-31-2007 IS
—........ATTACHED TO AND FORMS A PART OF THS POLICY
EMPLOYER
MUNICSGARRD, HENRY M AND MUNKsGAARD, CYNDI
2942 LAS FLORES AVE
RIVERSIDE CA 92503
[J MS,CN)
PRINTED 04-04-2007
REV 2 OS)
SK
Resolution No 6588 - Local Emergency - Municipal Utilities Director Phelps
asked the City Council for a declaration of an emergency and the authorization to
award contracts without the solicitation of competitive bids to pay for damages
from a freak lightning storm on February 13, 2007, at approximately 6 00 P M
when a lightning bolt struck the ground at or near the Hinckley Water Treatment
Plant and rendered it inoperative, and from unexpected mechanical breakdowns
of pumps and motors at the City's North Orange Well field. This was discussed at
length with Councilmember Gil expressing concerns about going around the
normal bid process for the repairs needed at the North Orange Well field.
Pursuant to the request of the City Manager (the City's Director of Emergency
Services), Councilmember Gilbreath moved to pi oclaim the existence of a "local
emergency" in accordance with Chapter 2.52 of the Redlands Municipal Code
Motion seconded by Councilmember Gallagher and carried with Councilmembei
Gil voting NO Councilmember Gilbreath moved to find and determine that City
staff has presented this City Council with vet bal and written testimony which
constitutes substantial evidence that the local emergency caused by a lightning
strike to the Hinckley Water Treatment Plant along with mechanical breakdowns
of pumps and wells of the City's North Orange Well field will not permit a delay
in undertaking the work to alleviate the local emergency that would result from a
competitive solicitation of bids for the project Motion seconded by
Councilmember Gallagher and carried with Councilmember Gil voting NO.
Councilmember Gilbreath moved to adopt Resolution No 6588, a resolution of
the City Council of the City of Redlands declaring that the pubhc interest and
necessity demands the immediate expenditure of public money to safeguard life,
health and property. Motion seconded by Councilmember Gallagher and carried
with Councilmember Gd voting NO (required a 4/5th vote). Councilmember
Gilbreath moved that the City Council determine that the City's award of
contracts for the repair and replacement of components of the Hinckley Water
Treatment Plant and the City's North Orange Well field does not require further
environmental processing, pursuant to Section 15269 of the California
Environmental Quality Act Guidelines based on the following determinations
emergency repairs to publicly -owned facilities necessary to maintain service
essential to the public health, safety and welfare are exempt from the
requirements of the California Environmental Quality Act and specific actions
necessary to prevent or mitigate an emergency Motion seconded by
Councilmember Gallagher and carded with Councilmember Gil voting NO
Councilmember Gilbreath moved to approve staff negotiating contracts with
Beavens, Center Electrical and Layne Christiansen, pursuant to the terms
discussed in the staff report to this City Council and authorized the Mayor to
execute, and the City Clerk to attest to, the contracts tot the repair and
replacement of components of the Hinckley Water Treatment Plant and the
City's North Orange Well field Motion seconded by Councilmember Gallagher
and carried with Councilmember Gil voting NO.
LATE BREAKING ITEM
ISD Fees - Interim City Manager Racadio explained he and Fire Chief Drabinski
just attended a meeting with the County of San Bernardino regarding an increase
to the ISD (Information Services Department) fees which would impact how
March 6, 2007
Page 5
AGREEMENT FOR PUBLIC IMPROVEMENT PROJECT
This agreement foi public improvement ("Agreement") is made and entered into this 20th day of
March, 2007 ("Effective Date"), by and between the City of Redlands, a municipal corporation ("City"),
and Beavens Systems, Inc ("Contractor") City and Contractor are sometimes individually referred to
herein as a "Party" and, together, as the "Parties "
In consideration of the mutual promises contained herein, City and Contractor agree as follows
ARTICLE 1 - ENGAGEMENT OF CONTRACTOR
1 1 City hereby retains Contractor to complete the control system upgrade at the Hinckley Water
Treatment Plant, Project No 1-0801 ("Project")
1 2 Contractor and its subcontractors shall possess all appropriate State contractors' licenses required
for the work to be performed in connection with the Project, and shall not be debarred pursuant
to Labor Code sections 1777 1 and 1777 7
ARTICLE 2 - RESPONSIBILITIES OF CONTRACTOR
2 1 The Project which Contractor shall perform is more particularly described in Exhibit "A," which
is attached hereto and incorporated herein by this reference Exhibit "A" includes the Scope of
Work
2 2 Contractor shall comply with all applicable Federal, State and local laws and regulations in the
performance of the Project including, but not limited, to all applicable Labor Code and prevailing
wage laws commencing at Labor Code section 1770 et seq and non-discrimination laws,
including the Americans With Disabilities Act Pursuant to Labor Code section 1773 2, copies
of the prevailing rates of per diem wages as determined by the Director of the California
Department of Industrial Relations for each craft, classification or type of worker needed to
undertake the Project are on file at City's Administrative Services Department, located at the
Civic Center, 35 Cajon Street, Suite 10 (Mailing P 0 Box 3005), Redlands, California 92373
2 3 Contractor acknowledges that if it violates the Laboi Code provisions relating to prevailing
wage, that City may enforce such provisions by withholding contract payments to Contractor or
its subcontractors pursuant to Labor Code section 1771 6
2 4 If Contractor executes an agreement with a subcontractor to perform work on the Project,
Contractor shall comply with Labor Code sections 1775 and 1777 7, and shall provide the
subcontractor with copies of the provisions of Labor Code sections 1771, 1775, 1776, 1777 5,
1813 and 1815 Contractor acknowledges that the statutory provisions establishing penalties for
failure to comply with state wage and hour laws and to pay prevailing wages may be enforced by
City pursuant to Labor Code sections 1775 and 1813
DJM\AgreelBeavcns System Inc — No Bid Public Works
2 5 Contractor and its subcontractors shall comply with the provisions of Labor Code section 1776
regarding payroll records maintenance, certifications, retention and inspection
2 6 Contractor acknowledges that eight (8) hours constitutes a legal day's work pursuant to Labor
Code section 1810
2 7 Contractor shall comply with the provisions of Labor Code section 1777 5 as to apprenticeships,
and Labor Code sections 1771, 1775, 1776, 1777 5 1813 and 1815
2 8 Contractor shall obtain, execute and deliver to City a Performance Bond and a Labor and
Materials Payment Bond, in the forms attached hereto as Exhibits "B" and "C "
2 9 Pursuant to Public Contract Code section 7104, if the Project involves digging trenches or other
excavations that extend deeper than four feet below the surface, Contractor shall promptly, and
before the following conditions are disturbed, notify City, in writing, of any (1) material that
Contractor believes may be material that is hazardous waste, as defined in Health and Safety
Code section 25117, that is required to be removed to a Class I, Class II or Class III disposal site
in accordance with provisions of existing law, (2) subsurface or latent physical conditions at the
Project site differing from those indicated by information about the site made available to
Contractor prior to entering into this Agreement, or (3) unknown physical conditions at the site
of any unusual nature, different materially from those ordinarily encountered and generally
recognized as inherent in work of the character provided for in the Contract City shall promptly
investigate the conditions, and if it finds that the conditions do materially so differ, or do involve
hazardous waste, and cause a decrease or increase Contractor's cost of, or the time required for,
performance of any part of the work, shall issue a change order under the procedures described
in this Agreement If a dispute arises between City and Contractor whether the conditions
materially differ, or involve hazardous waste, or cause a decrease or increase in Contractor's cost
of, or time required for, performance of any part of the work, Contractor shall not be excused
from any scheduled completion date provided for by the Agreement, but shall proceed with all
work to be performed under the Agreement Contractor shall retain any and all rights provided
either by this Agreement or by law which pertain to the resolution of disputes and protests
between the Parties
2 10 Pursuant to Labor Code section 6705, if the Project requires any trench five feet or more in
depth, Contractor shall submit, subject to City's approval, in advance of excavation, a detailed
plan showing the design of shoring, bracing, sloping or other provisions to be made for worker
protection from the hazard of caving ground during the excavation of such trench or trenches If
the plan varies from the shoring system standards, the plan shall be prepared by a registered civil
01 structural engineei
2 11 Prior to and during any excavation, Contractor is responsible for complying with, and shall
comply with, Government Code section 4216 et seq
212 Because this Agreement was exempt from competitive bidding, prior to commencement,
Contractor shall provide City with the information otherwise found in Public Contract Code
section 4104
2 13 Pursuant to Public Contract Code section 7103 5(b), Contractor offers and agrees to assign to
City all rights, title and interest in and to all causes of action it may have under section 4 of the
Clayton Act (15 U S C section 15) or under the Cartwright Act (Chapter 2 (commencing with
section 16700) of Part 2 of Division 7 of the Busyness and Professions Code), arising from
purchases of goods, services, or materials pursuant to this Agreement
ARTICLE 3 - PERIOD OF SERVICE
3 1 Contractor shall commence the Project upon City's delivery to Contractor of a written "Notice to
Proceed "
3 2 Contractor shall complete the Project within one hundred and five (105) calendar days from and
after the date of the Notice to Proceed
ARTICLE 4 - PAYMENT AND NOTICE
4 1 City shall pay Contractor the sum of Two Hundred Sixty -Seven Thousand Eight Hundred Fifty -
Three and 36/100 Dollars ($267,853 36) as complete compensation for the work Contractor
performs on the Project
4 2 Payments by City to Contractor shall be made within thirty (30) days after City's receipt and
approval of Contractor's invoice, by warrant payable to Contractor
4 3 All notices shall be made in writing and shall be given by personal delivery or by mail Notices
sent by mail shall be addressed as follows
City
Contractor
Wen Huang, Senior Civil Engineer
Municipal Utilities Dept
City of Redlands
P O Box 3005
Redlands, CA 92373
Greg Argano, Project Manager
Beavens Systems, Inc
2200 Pacific Coast Hwy , Suite 307
Hermosa Beach, CA 90254
When so addressed, such notices shall be deemed given upon deposit m the United States mail,
in all other instances, notices, bills and payments shall be deemed given at the time of actual
delivery Changes may be made in the names and addresses of the person to whom notices are to
be given by giving notice pursuant to this section 4 3
4 4 Pursuant to Public Contract Code section 22300, Contractor has the option to deposit securities
with an Escrow Agent as a substitute for retention of earnings requirement to be withheld by City
D]M\Agrec\Beavens System Inc—No Bid Public Works
pursuant to an Escrow Agreement as set forth in Public Contract Code section 22300
ARTICLE 5 - INSURANCE AND INDEMNIFICATION
5 1 Contractor's Insurance to be Primary All insurance required by this Agreement shall be
maintained by Contractor for the duration of the Project, and shall be primary with respect to
City and non-contributing to any insurance or self-insurance maintained by City
5 2 Workers' Compensation and Employer's Liability
A Contractor shall secure and maintain Workers' Compensation and Employer's Liability
insurance for its employees throughout the duration of the Project pursuant to Labor
Code sections 3700 and 1860, rn an amount which meets statutory requirements, with an
insurance carrier acceptable to City The insurance policy shall include a provision
prohibiting the policy's modification 01 cancellation except upon thirty (30) days prior
written notice to City Contractor shall execute and deliver to City a Worker's
Compensation Insurance Certification in the form attached hereto as Exhibit "D" prior to
commencement of the Project
B Contractor expressly waives all rights to subrogation against City and its elected officials,
officers and employees, for losses arising from work performed by Contractor on the
Project by expressly waiving Contractor's Immunity for injuries to Contractor's
employees Contractor agrees that the obligation to Indemnify, defend and hold harmless
provided for in this Agreement extends to any claim brought by, or on behalf of, any
employee of Contractor This waiver is mutually negotiated by the Parties
5 3 Hold Harmless and Indemnification Contractor shall indemnify, hold harmless and defend City
and its elected officials, employees and agents from and against any and all claims, losses and
liability, including attorneys' fees, arising from injury or death to persons or damage to property
occasioned by any act or omission of Contractor, and its officers, employees and agents, in
performing the Project
5 4 Assignment Contractor is expressly prohibited from assigning any of the work associated with
the Project without the express prior written consent of City In the event of mutual agreement
by the Parties to assign a portion of the Project, Contractor shall add the assignee as an additional
Insured to its insurance policies and provide City with the insurance endorsements prior to any
work being performed by the assignee Assignment does not include printing or other customary
reimbursable expenses that may be provided for in this Agreement
5 5 Comprehensive General Liability Insurance Contractor shall secure and maintain rn force
throughout the duration of the Project comprehensive general liability insurance, with carriers
acceptable to City, with minimum coverage of One Million Dollars ($1,000,000) per occurrence
and Two Million Dollars ($2,000,000) aggregate for public liability, property damage and
personal injury City shall be named as an additional insured and the insurance policy shall
include a provision prohibiting its modification or cancellation except upon thirty (30) days prior
written notice to City A certificate of insurance and endorsements shall be delivered to City
pnor to commencement of the Project
5 6 Business Auto Liability Insurance. Contractor shall have business automobile Liability coverage,
with minimum limits of One Million Dollars ($1,000,000) per occurrence, combined single limit
for bodily injury liability and property damage liability This coverage shall include all
consultant owned vehicles used on the Project, hired and non -owned vehicles, and employee
non -ownership vehicles City shall be named as an additional insured and the insurance policy
shall include a provision prohibiting its modification or cancellation except upon thirty (30) days
prior written notice to City Certificate of insurance with endorsements shall be delivered to City
prior to commencement of the Project
5 7 Liquidated Damages Failure of the Contractor to complete the work within the time allowed will
result in damages being sustained by City Such damages are, and will continue to be, impracticable
and extremely difficult to determine The Contractor shall pay to City, or have withheld from
monies due it, the sum of Five Hundred Dollars ($500) for each consecutive calendar day in excess
of the specified time for completion of Work Execution of the Agreement shall constitute
agreement by City and Contractor that Five Hundred Dollars ($500) per day is the minimum and
actual damage caused by the failure of the Contractor to complete the Project within the allowed
time Such sum is liquidated damages and shall not be construed as a penalty, and may be deducted
from payments due the Contractor if such delay occurs
ARTICLE 6 - GENERAL CONSIDERATIONS
6 1 In the event any action is commenced to enforce or interpret any of the terms or conditions of
this Agreement the prevailing Party shall, in addition to any costs and other relief, be entitled to
recover its reasonable attorneys' fees, including fees for the use of in-house counsel by a Party
6 2 All documents, records, drawings, electronic data files and data base, photographic prints and
negatives, designs and specifications, cost estimates, and other Project documents developed by
Contractor for the Project shall become the property of City and shall be delivered to City upon
completion of the Project
6 3 Contractor is, for all purposes under this Agreement, an independent contractor with respect to
the Project and not an employee of City All personnel employed by Contractor to perform the
Project are for its account only, and in no event shall Contractor or any personnel retained by it
be deemed to have been employed by City or engaged by City for the account of, or on behalf of,
City Nothing in this Agreement shall be considered to create the relationship of employer and
employee between the Parties
6 4 Unless earlier terminated as provided for below, this Agreement shall terminate upon completion
and acceptance of the Project by City
6 5 City may terminate this Agreement for any reason, at any time at its sole discretion, upon five (5)
calendar days prior written notice to Contractor
6 6 Upon receipt of a termination notice, Contractor shall (1) promptly discontinue all work
DJNMgreelBeavens System Inc —No Bid Public Works
associated with the Project and (2) deliver or otherwise make available to City, copies of any
data, design calculations, drawings, specifications, reports, estimates, summaries, and such other
information and matenals as may have been accumulated by Contractor in performing the
Project Contractor shall be compensated on a pro -rata basis for any work completed up until
notice of termination
6 7 This Agreement, including the exhibits incorporated by reference, represents the entire
agreement and understanding between the Parties as to the matters contained herein and any
prior negotiations, proposals and verbal agreements relating to the subject matter hereof are
superseded by this Agreement Any amendment to this Agreement shall be in writing and
approved by the City Council and signed by City and Contractor
6 8 This Agreement shall be governed by and construed in accordance with the laws of the State of
California
6.9 Claims by the Contractor in the amount of Three Hundred Seventy -Five Thousand Dollars
($375,000) or less shall be made by Contractor and processed by City pursuant to the provisions of
Part 3, Chapter 1, Article 1 5 of the Public Contract Code (cominencing with section 20104) All
claims shall be in writing and include the documents necessary to substantiate the claim Nothing in
subdivision (a) of Public Contract Code section 20104.2 shall extend the time Iimit or supersede the
notice requirements provided in this case from filing claims by Contractor
6 10 If any provision or part of this Agreement is held to be void or unenforceable under any law or
regulation, it shall be deemed stricken, and all remammg provisions shall continue to be valid and
binding upon City and Contractor
IN WITNESS WHEREOF, duly authonzed representatives of the Parties have signed in confirmation of
this Agreement
CITY OF REDLANDS
By
n Harrison, ayor
BEAVENS SYSTEM INC
By
Greg Argano, Pect M ger
ATTEST
Date 4 23Do
Exhibit "A"
SCOPE OF WORK
Contractor shall provide labor and materials to replace the obsolete Rugid RTUs, Modicon PLC and
Reliance PLCs with Allen-Bradley PLCs for emergency repairs/system upgrade of the Hinckley Water
Treatment Plant (Plant) as a result of lightning damage on February 13, 2007 These new PLCs shall be
compatible with other Allen-Bradley PLCs at the City Water Reclamation Facility
Contractor shall provide support and material to upgrade the existing communications network at the
plant to handle the new PLCs
Contractor shall provide fiber optic cabling, termination, and termination panels to be installed between
the buildings at the plant to limit the interaction between PLCs during lightning storms The installation
services will be performed by others, and will not be part of the scope Contractor shall provide detailed
enclosure mounting and terminal wire designation so that the City can provide to a separate contractor
for installation
Contractor shall provide labor and materials to furnish new sub panels for the required control cabinets
at the Plant Contractor shall install a new PLC in the main control building, a new PLC in the filter
gallery, remote I/O panels in the existing filter control panels, a new PLC in the generator building, and
a new PLC and panel at the tank site Once complete, all PLCs shall communicate via Ethernet and
interface to the existing SCADA computer
Contractor shall duplicate the functional logic for all equipment removed and replaced by new Allen-
Bradley PLCs
In addition, Contractor shall upgrade the plant graphics to correspond to the new equipment Complete
programming, changeover/startup and documentation shall be provided
Contractor is required to work with the City of Redlands staff to minimize the PIant downtime while
performing their work
1:13M1AgreelBeavens System Inc »-N❑ Bid Public Works
Exhibit "B"
PERFORMANCE BOND
Final premium
amount is based
upon actual final
contract price
Pond #41103622
Premiuun $+,457 00
WHEREAS, the City of Redlands (hereinafter designated as "City"), and Beavens Systems, Inc (hereinafter
designated as "Principal") have entered into an Agreement whereby Principal agrees to install and complete
certain designated public improvements, which by said agreement dated March 20, 2007, and identified as
Contract No 1-0801, ("Project") is hereby referred to and made a part hereof; and
WHEREAS, under the terms of said agreement, Principal is required, prior to performance of the Project, to
furnish a bond for the faithful performance of said agreement
NOW, THEREFORE, said Principal and the undersigned as corporate surety, are held and firmly bound unto
City in the penal sum of Two Hundred Sixty -Seven Thousand Eight Hundred Fifty -Three (and 36/100) dollars
($267,853 36) Iawful money of the United States, for the payment of which sum well and truly to be made, we
bind ourselves, our heirs, successors, executors and administrators, jointly and severally, firmly by these presents
The condition of this obligation is such that if the above bounded principal, his or its heirs, executors,
administrators, successors or assigns, shall in all things stand to and abide by, and well and truly keep and
perform the covenants, conditions and provisions in the said agreement and any alteration thereof made as therein
provided, on his or their part, to be kept and performed at the time and in the manner therein specified, and in all
respects according to their true intent and meaning, and shall indemnify and save harmless City, its officers,
agents and employees, as therein stipulated, then this obligation shall become null and void, otherwise it shall be
and remain in full force and effect
As a part of the obligation secured hereby and in addition to the face amount specified therefore, there shall be
included costs and reasonable expenses and fees, including reasonable attorney's fees, incurred by City in
successfully enforcing such obligation, all to be taxed as costs and included in any judgment rendered
The surety hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the
agreement or to the work to be performed thereunder or the specifications accompanying the same shall in
anywise affect its obligations on this bond, and it does hereby waive notice of any such change, extension of time,
alteration or addition to the terms of the agreement or to the work or to the specifications
IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and surety named,
on April 30 , 2007 Bond No 4110622
Beavens Systems, Inc.
(SEAL)
{Contractor)
(Si nature)
Platte River Insurance Company
�J �/ �(wi j lurty)e) /�.r{,�f 'jam
L] i tl 6f �7 1 1 F
Michael J Wasko I1,(R i i' r--in-Fa+c�t�
Address 350 Sansome Street, Ste 1000
San Francisco, LA 94104
(Seal and Notarial Acknowledgment of Surety) Telephone (j0 ) 624-7040
(SEAL)
Bond #411022
Preiniun Included
Exhibit "C"
LABOR AND MATERIAL BOND
Whereas, the City of Redlands ("City") and Beavens Systems, Inc (hereinafter designated as "Principal") have
entered into an agreement whereby Principal agrees to Install and complete certain designated public
improvements, which said agreement, dated March 27, 2007, and identified as the control system upgrade at the
Hinckley WTP, Project No 1-0801 ("Project") is hereby referred to and made a part hereof, and
Whereas, under the terms of said agreement, Principal is required before entering upon the performance of the
Project, to file a good and sufficient payment bond with City to secure the claims to which reference is made in
Title 15 (commencing with Section 3082) of Part 4 of Division 3 of the Civil Code
Now, therefore, the Principal and the undersigned as corporate surety, are held firmly bound unto City and all
contractors, subcontractors, laborers, material men and other persons employed in the performance of the
aforesaid agreement and referred to in the aforesaid Code of Civil Procedure in the sum of Two Hundred Sixty -
Seven Thousand Eight Hundred Fifty -Three Dollars 36/100 ($267,853 36) for ina.terials furnished or labor
thereon of any kind, or for amounts due under the Unemployment Insurance Act with respect to such work or
labor, that said surety will pay the same m an amount not exceeding the amount hereinabove set forth, and also in
case suit is brought upon this bond, will pay, in addition to the face amount thereof, costs and reasonable expenses
and fees, including reasonable attorneys' fees, incurred by City in successfully enforcing such obligation, to be
awarded and fixed by the court, and to be taxed as costs and to be included in the judgment therein rendered
It is hereby expressly stipulated and agreed that this bond shall insure to the benefit of any and all persons,
companies and corporations entitled to file claims under Title 15 (commencing with Section 3082) of Part 4 of
Division 3 of the Civil Code, so as to give a right of action to them or their assigns in any suit brought upon this
bond
Should the condition of this bond be fully performed, then this obligation shall become null and void, otherwise it
shall be and remain in full force and effect.
The surety hereby stipulates and agrees that no change, extension of tune, alteration or addition to the terms of
said agreement or the specifications accompanying the same shall in any manner affect its obligations on this
bond, and it does hereby waive notice of any such change, extension of time, alteration or addition
In witness whereof, this instrument has been duly executed by the Principal and surety above named, on
April 30, 2007
Beaver's Systems, Inc
(Contractor)
(S mature)
(SEAL)
(Seal and Notarial Acknowledgment of Surety)
Platte River Insurance Company
BY
urety)
Michael J Wrack() i I I (S i Mt € iirl'act
Address 350 Sansa n Street-, Ste. 1000
San Francisco, CA -94104
(SEAL)
Telephone (8O0 ) 624--7040
ev
PLATTE RIVER INSURANCE COMPANY
POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS That the PLATTE RIVER INSURANCE COMPANY a corporation of the State of Nebraska having its
principal offices in the City of Middleton Wisconsin does make constitute and appoint
41108622
STEVEN A SWARTZ NICK1 SWARTZ LORIE MANDEL MICHAEL J WASKO III, PATRICIA MINDER —
its true and lawful Attorney(s) in fact, to make, execute, seal and deliver for and on its behalf as surety and as its act and deed, any 'end all bonds
undertakings and contracts of suretyship, provided that no bond or undertaking or contract of suretyship executed under this authority shall exceed in
amount the sum of
-- ALL WRITTEN INSTRUMENTS IN AN AMOUNT 5250,000.00
This Power of Attorney is granted and is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board
of Directors of PLATTE RIVER INSURANCE COMPANY at a meeting duly called and held on the 8th day of January, 2002
"RESOLVED, that the President and Vice President the Secretary or Treasurer acting individually or otherwise be and they hereby are granted the
power and authorization to appoint by a Power of Attorney for the purposes only of executing and attesting bonds and undertakings and other writings
obligatory in the nature thereof, one or more vice presidents, assistant secretaries and attorney(s) in fact each appointee to have the powers and duties
usual to such offices to the business of the Corporation the signature of such officers and the seal of the Corporation may be affixed to such power of
attorney or to any certificate relating thereto by facsimile and any such power of attorney or certificate bearing such facsimile signatures or facsimile
seal shall be valid and binding upon the Corporation in the future with respect to any bond or undertaking or other writing obligatory in the nature
thereof to which it is attached Any such appointment may be revoked, for cause or without cause by any of said officers, at any time"
IN WITNESS WHEREOF, the PLATTE RIVER INSURANCE COMPANY has caused these presents to be signed by its officer undersigned and its
corporate seal to be hereto affixed duly attested, this I st day of June, 2006
Attest
Alan S Ogilvie
Secretary
.: �•n i+loin! pr!n,+a~��a�,.
ceRPOAATE
STATE OF WISCONSIN S S resRAsxa'.
COUNTY OF DANE rrru!!amm
On the 1st day of June 2006 before me personally came James J McIntyre, to me known, who being by me duly sworn, did depose and say that he
resides in the County of Dane State of Wisconsin that he is President of PLATTE RIVER INSURANCE COMPANY, the corporation described in
and which executed the above instrument that he knows the seal of the said corporation that the seal affixed to said instrument is such corporate seal,
that it was so affixed by order of the Board of Directors of said corporation and that he signed his name thereto by like order
PLATTE RIVER INSURANCE COMPANY
James J McIntyre
President
STATE OF WISCONSIN
COUNTY OF DANE S.S.
KATHLEEN 1�";
A ?
PAULSON
CERTIFICATE
Kathleen A Paulson
Notary Public Dane Co WI
My Commission Expires 10 15 2006
I, the undersigned, duly elected to the office stated below, now the incumbent in PLATTE RIVER INSURANCE COMPANY a Nebraska Corporation,
authonzed to make this certificate, DO HEREBY CERTIFY that the foregoing attached Power of Attorney remains in full force and has not been
revoked, and furthermore, that the Resolution of the Board of Directors set forth in the Power of Attorney is now in force
Signed and sealed at the City of Middleton State of Wisconsin this 30th day of APS
2 CO7
Alan S Ogilvie
Secretary
THIS DOCUMENT IS NOT VALID UNLESS PRINTED ON GREEN SHADED BACKGROUND WITH A RED SERIAL NUMBER IN THE UPPER
RIGI-IT HAND CORNER IF YOU HAVE ANY QUESTIONS CONCERNING THE AUTHENTICITY OF THIS DOCUMENT CALL 800 475 4450
PRS POA i6-66}
STATE OF Caltfornia
COUNTY OF Orange
On 4/30/2007
, before me Lone Mandel, Notary Public
personally appeared Michael J Wasko III
(here insert name and title of the officer)
personally known to me (or proved to me on the basis of satisfactory evidence) to be the person(s) whose name(s) is/are
subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized
capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the
person(s) acted, executed the instrument
WITNESS my hand and official seal
Signature
0
(SEAL)
MANDELrL*JECommission O 1712611
Notary Public California
Orange County
My Count ecIIes Ouc 24, 2010
This area Jar Official Notarial Seal
OPTIONAL
Though the data below is not required by law, it may prove valuable to persons relying on the document and could
prevent fraudulent reattachment of this form
CAPACITY CLAIMED BY SIGNER DESCRIPTION OF ATTACHED DOCUMENT
❑ INDIVIDUAL
❑ CORPORATE OFFICER
❑ PARTNER(S)
TITLE(S)
❑ LIMITED
❑ GENERAL
• ATTORNEY IN -FACT
❑ TRUSTEE(S)
❑ GUARDIAN/CONSERVATOR
❑ OTHER
SIGNER IS REPRESENTING
NAME OF PERSON(S) OR ENTITY(IES)
Platte River Insurance Company
Performance/Labor & Material Bond #41108622
TITLE OF TYPE OF DOCUMENT
NUMBER OF PAGES
4/30/2007
DATE OF DOCUMENT
SIGNER(S) OTHER THAN NAMED ABOVE
ID -1232 (REV 10/06)
ALL-PURPOSE ACKNOWLEDGEMENT
Exhibit "D"
WORKERS' COMPENSATION INSURANCE CERTIFICATION
Contract No 1-0801
Every employee except the State, shall secure the payment of compensation in one or more of the
following ways
(a) By being insured against liability to pay compensation in one or more insurer duly
authorized to write compensation insurance in this State
(b) By securing from the Director of Industrial Relations, a certificate of consent to self -
insure, either as an individual employee or as one employer in a group of employers,
which may be given upon furnishing proof satisfactory to the Director of Industrial
Relations of ability to self -insure and to pay any compensation that may become due to
his or her employees
i am aware of the provisions of Section 3700 of the Laboi Code which requires every employer to be
insured against liability for Workers' 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 Agreement (Labor Code §1861)
[1Iz067
Date
By
Beavens Systems, In
cfi
Signature
outho zed Agent
Signatory's Title
Contractor's License No
Date
ACORD ,M CERTIFICATE OF LIABILITY
INSURANCE
DATE
TE(MMI2006n
POLICY EFFECTIVE
DATE (MMIDDIYY)
PRODUCER 310 374 8011
PODEGRACZ INSURANCE AGENCY
1926 S PACIFIC COAST HWY
SUITE #100
REDONDO BEACH CA 90277
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
HOLDER THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
INSURERS AFFORDING COVERAGE
NAIL #
INSURED
BEAVENS SYSTEMS INC
2200 PACIFIC COAST HWY #307
HERMOSA BEACH CA 90254
1
INSURER CONTINENTAL CASUALTY COMPANY
2090860417
INSURERB FARMERS INSURANCE GROUP
09/25/2007
INSURERC UNDERWRITERS AT LLOYDS
S 2 000,000
INSURERD
$ 2,000,000
1-
INSURER E
5 10,000
COVERAGES
THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED NOTWITHSTANDING
ANY REQUIREMENT TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR
MAY PERTAIN THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS EXCLUSIONS AND CONDITIONS OF SUCH
POLICIES AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED SY PAID CLAIMS
INSRAqDD•U
LTR INSRD TYPE OF INSURANCE
POLICY NUMBER
POLICY EFFECTIVE
DATE (MMIDDIYY)
POLICY EXPIRATION
DATE IMMIDD(YYF
LIMITS
A
Y
GENERAL
X
LIABILITY
I COMMERCIAL GENERAL LIABILITY
--I CLAIMSMADE X OCCUR
2090860417
09/25/2006
09/25/2007
EACH OCCURRENCE
S 2 000,000
PREMISES (EEaaOauEten
$ 2,000,000
MED EXP (Any one person)
5 10,000
GEN'L
X
PERSONAL AADV INJURY
$ 2 000 000
GENERAL AGGREGATE
s 4,000,000
AGGREGATE LIM€TAP(PLIESPER
POLICY 1 IPE °T 1 LOC
PRODUCTS, COMP/OP AGG
$ 4 000 000
B
Y
AUTOMOBILE
____
X
X
X
LIABILITY
ANYAUTO
ALL OWNED AUTOS
SCHEDULED AUTOS
HIRED AUTOS
NON,OWNED AUTOS
094107666
09/2512006
09/25/2007
COMBINED SINGLE LIMIT
(Ea accident)
$ 1 000 000
BODILY INJURY
(Pet person)
$
BODILY INJURY
(Per accident)
5
PROPERTY DAMAGE
(Per accident)
$
GARAGE
LIABILITY
ANYAUTO
AUTO ONLY, EA ACCIDENT
$
OTHER THAN EA ACC
$
AUTO ONLY AGG
$
EXCESSIUMBRELLA LIABILITY
OCCUR L. CLAIMS MADE
[ DEDUCTIBLE
I RETENTION 5
EACH OCCURRENCE
$
AGGREGATE
$
$
$
5
9
WORKERS COMPENSATION AND
EMPLOYERS LIABILITY
ANYPROFRIETORIPARTNER/EXECUTIVE
OFFICER(MEMBER EXCLUDED?
I(yyes, describe under
SPECIALPROVISIDNSbePOW
A09203249
09/24/2006
09/24/2007
X f OR STATU> € OTW
TORY LIMITS E ER
E.L EACH ACCIDENT
$ 1 000 000
E.1. DISEASE s EA EMPLOYEE
$ 1,000,000
E.L DISEASE s POLICY LIMIT
$ 10001000
C
OTHER
PROFESSIONAL LIABILITY
ANE1009043 06
09/25/2006
09/25/2007
$1,000,000
DESCRIPTION OF OPERATIONS 1 LOCATIONS /VEHICLES / EXCLUSIONS ADDED BY ENDORSEMENT 1 SPECIAL PROVISIONS
PROFESSIONAL LIABILITY INCLUDES BLANKET CONTRACTUAL COVERAGE
CERTIFICATEHOLDER SHOWN BELOW IS AN ADDITIONAL INSURED ON THE GENERAL LIABILITY AND AUTOMOBILE POLICIES
CERTIFICATE HOLDER
CANCELLATION
CITY OF REDLANDS
PO BOX 3005
REDLANDS, CA 92373
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION
DATE THEREOF THE ISSUING INSURER WILL ENDEAVOR TO MAIL 10 DAYS WRITTEN
NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT BUT FAILURE TO DO SO SHALL
IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER ITS AGENTS OR
REPRESENTATIVES
AUTHORIZED REPRESENTATIVE
ACORD 25 (2001/08)
ACORD CORPORATION 1988
Resolution No 6588 - Local Emergency - Municipal Utilities Director
Phelps asked the City Council for a declaration of an emergency and the
authorization to award contracts without the solicitation of competitive
bids to pay for damages from a freak lightning storm on February 13,
2007, at approximately 6.00 P.M. when a lightning bolt struck the ground
at or near the Hinckley Water Treatment Plant and rendered it
inoperative, and from unexpected mechanical breakdowns of pumps and
motors at the City's North Orange Well field. This was discussed at length
with Councilmember Gil expressing concerns about going around the
normal bid process for the repairs needed at the North Orange Well field
Pursuant to the request of the City Manager (the City's Director of
Emergency Services), Councilmember Gilbreath moved to proclaim the
existence of a "local emergency" in accordance with Chapter 2 52 of the
Redlands Municipal Code Motion seconded by Councilmember Gallagher
and carried with Councilmember Gil voting NO Councilmember
Gilbreath moved to find and determine that City staff has presented this
City Council with vet bal and wi itten testimony which constitutes
substantial evidence that the local emergency caused by a lightning sti ike
to the Hinckley Water Treatment Plant along with mechanical breakdowns
of pumps and wells of the City's North Orange Well field will not permit a
delay in undertaking the work to alleviate the local emergency that would
result from a competitive solicitation of bids for the project. Motion
seconded by Councilmember Gallagher and carried with Councilmember
Gil voting NO. Councilmember Gilbreath moved to adopt Resolution No.
6588, a resolution of the City Council of the City of Redlands declaring that
the public interest and necessity demands the immediate expenditure of
public money to safeguai d life, health and property Motion seconded by
Councilmember Gallagher and carried with Councilmember Gil voting NO
(required a 4/5th vote). Councilmember Gilbreath moved that the City
Council determine that the City's award of contracts for the repair and
replacement of components of the Hinckley Water Treatment Plant and the
City's North Orange Well field does not require further environmental
processing, pursuant to Section 15269 of the California Environmental
Quality Act Guidelines based on the following determinations• emergency
repairs to publicly -owned facilities necessary to maintain service essential
to the public Health, safety and welfare al a exempt from the requirements
of the Cahfornia Environmental Quality Act and specific actions necessary
to prevent or mitigate an emergency Motion seconded by Councilmember
Gallagher and carried with Councilmember Gil voting NO.
Councilmember Gilbreath moved to approve staff negotiating contracts
with Beavens, Center Electrical and Layne Christiansen, pursuant to the
terms discussed in the staff repot t to this City Council and authorized the
Mayor to execute, and the City Clerk to attest to, the contracts for the
1 epair and replacement of components of the Hinckley Water Treatment
Plant and the City's Noi th Orange Well field. Motion seconded by
Councilmember Gallagher and carried with Councilmember Gil voting
NO.
March 6, 2007
Page 5
AGREEMENT FOR PUBLIC IMPROVEMENT PROJECT
This agreement for public improvement ("Agreement") is made and entered into this 27th day of
March, 2007 ("Effective Date"), by and between the City of Redlands, a municipal corporation ("City"),
and Layne Christensen Company ("Contractor") City and Contractor are sometimes individually
referred to herein as a "Party" and, together, as the "Parties "
In consideration of the mutual promises contained herein, City and Contractor agree as follows
ARTICLE 1 - ENGAGEMENT OF CONTRACTOR
11 City hereby retains Contractor to complete North Orange Wellfield Well Equipment
Replacement Project, Project No 1-0775 ("Project")
1 2 Contractor and its subcontractors shall possess all appropriate State contractors' licenses required
for the work to be performed in connection with the Project, and shall not be debarred pursuant
to Labor Code sections 1777 1 and 1777 7
ARTICLE 2 - RESPONSIBILITIES OF CONTRACTOR
2 1 The Project which Contractor shall perform is more particularly described in Exhibit "A," which
is attached hereto and incorporated herein by this reference Exhibit "A" includes the Scope of
Work
2 2 Contractor shall comply with all applicable Federal, State and local laws and regulations in the
performance of the Project including, but not limited, to all applicable Labor Code and prevailing
wage laws commencing at Labor Code section 1770 et seq and non-discrimination laws,
including the Americans With Disabilities Act Pursuant to Labor Code section 1773 2, copies
of the prevailing rates of per diem wages as determined by the Director of the California
Department of Industrial Relations for each craft, classification or type of worker needed to
undertake the Project are on file at City's Administrative Services Depaitment, located at the
Civic Center, 35 Cajon Street, Suite 10 (Mailing P 0 Box 3005), Redlands, California 92373
2 3 Contractor acknowledges that if it violates the Labor Code provisions relating to prevailing
wage, that City may enforce such provisions by withholding contract payments to Contractor or
its subcontractors pursuant to Labor Code section 1771 6
2 4 If Contractor executes an agreement with a subcontractor to perform work on the Project,
Contractor shall comply with Labor Code sections 1775 and 1777 7, and shall provide the
subcontractor with copies of the provisions of Labor Code sections 1771, 1775, 1776, 1777 5,
1813 and 1815 Contractor acknowledges that the statutory provisions establishing penalties for
failure to comply with state wage and hour laws and to pay prevailing wages may be enforced by
City pursuant to Labor Code sections 1775 and 1813
DJMIAgree\Layne Chnstensen— No Bid Public Works
2 5 Contractor and its subcontractors shall comply with the provisions of Labor Code section 1776
regarding payroll records maintenance, certifications, retention and inspection
2 6 Contractor acknowledges that eight (8) hours constitutes a legal day's work pursuant to Labor
Code section 1810
2 7 Contractor shall comply with the provisions of Labor Code section 1777 5 as to apprenticeships,
and Labor Code sections 1771, 1775, 1776, 1777 5 1813 and 1815
2 8 Contractor shall obtain, execute and deliver to City a Performance Bond and a Labor and
Materials Payment Bond, in the forms attached hereto as Exhibits "B" and "C "
2 9 Pursuant to Public Contract Code section 7104, if the Project involves digging trenches or other
excavations that extend deeper than four feet below the surface, Contractor shall promptly, and
before the following conditions are disturbed, notify City, in writing, of any (1) material that
Contractor believes may be material that is hazardous waste, as defined in Health and Safety
Code section 25117, that is required to be removed to a Class I, Class II or Class III disposal site
in accordance with provisions of existing law, (2) subsurface or latent physical conditions at the
Project site differing from those indicated by information about the site made available to
Contractor prior to entering into this Agreement, or (3) unknown physical conditions at the site
of any unusual nature, different materially from those ordinarily encountered and generally
recognized as inherent in work of the character provided for in the Contract City shall promptly
investigate the conditions, and if it finds that the conditions do materially so differ, or do involve
hazardous waste, and cause a decrease or increase Contractor's cost of, or the time required for,
performance of any part of the work, shall issue a change order under the procedures described
in this Agreement If a dispute arises between City and Contractor whether the conditions
materially differ, or involve hazardous waste, or cause a decrease or increase in Contractor's cost
of, or time required for, performance of any part of the work, Contractor shall not be excused
from any scheduled completion date provided for by the Agreement, but shall proceed with all
work to be performed under the Agreement Contractor shall retain any and all rights provided
either by this Agreement or by law which pertain to the resolution of disputes and protests
between the Parties
2 10 Pursuant to Labor Code section 6705, if the Project requires any trench five feet or more in
depth, Contractor shall submit, subject to City's approval, in advance of excavation, a detailed
plan showing the design of shoring, bracing, sloping or other provisions to be made for worker
protection from the hazard of caving ground during the excavation of such trench or trenches If
the plan varies from the shoring system standards, the plan shall be prepared by a registered civil
or structural engineer
2 11 Prior to and during any excavation, Contractor is responsible for complying with, and shall
comply with, Government Code section 4216 et seq
2 12 Because this Agreement was exempt from competitive bidding, prior to commencement,
Contractor shall provide City with the information otherwise found in Public Contract Code
section 4104
2 13 Pursuant to Public Contract Code section 7103 5(b), Contractor offers and agrees to assign to
City all rights, title and interest in and to all causes of action it may have under section 4 of the
Clayton Act (15 U S C section 15) or under the Cartwright Act (Chapter 2 (commencing with
section 16700) of Part 2 of Division 7 of the Busyness and Professions Code), arising from
purchases of goods, services, or materials pursuant to this Agreement
ARTICLE 3 - PERIOD OF SERVICE
3 1 Contractor shall commence the Project upon City's delivery to Contractor of a wntten "Notice to
Proceed "
3 2 Contractor shall complete the Project within sixty (60) calendar days from and after the date of the
Notice to Proceed
ARTICLE 4 - PAYMENT AND NOTICE
4 1 City shall pay Contractor on a time and materials basis, at the rates set forth in Exhibit "E" a sum
not to exceed sum of Two Hundred Twenty Two Thousand Five Hundred Thirty -Six Dollars
($222,536) as complete compensation for the work Contractor performs on the Project
4 2 Payments by City to Contractor shall be made within thirty (30) days after City's receipt and
approval of Contractor's invoice, by warrant payable to Contractor
4 3 All notices shall be made in wnting and shall be given by personal delivery or by mail Notices
sent by mail shall be addressed as follows.
City
Contractor
Rudy Victono
Municipal Utilities
City of Redlands
P O Box 3005
Redlands, CA 92373
Cris Hepburn
Layne Christensen Company
11001 Etiwanda Avenue
Fontana, CA 92337
When so addressed, such notices shall be deemed given upon deposit in the United States mail,
in all other instances, notices, bills and payments shall be deemed given at the time of actual
delivery Changes may be made in the names and addresses of the person to whom notices are to
be given by giving notice pursuant to this section 4 3
DJM\Agree\Layne Christensen — No Bid Public Works
4 4 Pursuant to Public Contract Code section 22300, Contractor has the option to deposit securities
with an Escrow Agent as a substitute for retention of earnings requirement to be withheld by City
pursuant to an Escrow Agreement as set forth in Public Contract Code section 22300
ARTICLE 5 - INSURANCE AND INDEMNIFICATION
5 1 Contractor's Insurance to be Primary All insurance required by this Agreement shall be
maintained by Contractor for the duration of the Project, and shall be primary with respect to
City and non-contributing to any insurance or self-insurance maintained by City
5 2 Workers' Compensation and Employer's Liability
A Contractor shall secure and maintain Workers' Compensation and Employer's Liability
insurance for its employees throughout the duration of the Project pursuant to Labor
Code sections 3700 and 1860, in an amount which meets statutory requirements, with an
insurance carrier acceptable to City The insurance policy shall include a provision
prohibiting the policy's modification or cancellation except upon thirty (30) days prior
wntten notice to City Contractor shall execute and deliver to City a Worker's
Compensation Insurance Certification in the form attached hereto as Exhibit "D" pnor to
commencement of the Project
B Contractor expressly waives all rights to subrogation against City and its elected officials,
officers and employees, for losses arising from work performed by Contractor on the
Project by expressly waiving Contractor's immunity for injuries to Contractor's
employees Contractor agrees that the obligation to indemnify, defend and hold harmless
provided for in this Agreement extends to any claim brought by, or on behalf of, any
employee of Contractor This waiver is mutually negotiated by the Parties
5.3 Hold Harmless and Indemnification Contractor shall indemnify, hold harmless and defend City
and its elected officials, employees and agents from and against any and all claims, losses and
liability, including attorneys' fees, arising from injury or death to persons or damage to property
occasioned by any act or omission of Contractor, and its officers, employees and agents, in
performing the Project
5 4 Assignment. Contractor is expressly prohibited from assigning any of the work associated with
the Project without the express prior wntten consent of City In the event of mutual agreement
by the Parties to assign a portion of the Project, Contractor shall add the assignee as an additional
insured to its insurance policies and provide City with the insurance endorsements prior to any
work being performed by the assignee Assignment does not include printing or other customary
reimbursable expenses that may be provided for in this Agreement
5 5 Comprehensive General Liability Insurance Contractor shall secure and maintain in force
throughout the duration of the Project comprehensive general liability insurance, with carriers
acceptable to City, with minimum coverage of One Million Dollars ($1,000,000) per occurrence
and Two Million Dollars ($2,000,000) aggregate for public liability, property damage and
personal injury City shall be named as an additional insured and the insurance policy shall
include a provision prohibiting its modification or cancellation except upon thirty (30) days prior
wntten notice to City A certificate of insurance and endorsements shall be delivered to City
pnor to commencement of the Project
5 6 Business Auto Liability Insurance Contractor shall have business automobile liability coverage,
with minimum limits of One Million Dollars ($1,000,000) per occurrence, combined single limit
for bodily injury liability and property damage liability This coverage shall include all
consultant owned vehicles used on the Project, hired and non -owned vehicles, and employee
non -ownership vehicles City shall be named as an additional insured and the insurance pohcy
shall include a provision prohibiting its modification or cancellation except upon thirty (30) days
pnor written notice to City Certificate of insurance with endorsements shall be delivered to City
prior to commencement of the Project
5 7 Liquidated Damages. Failure of the Contractor to complete the work within the time allowed will
result in damages being sustained by City Such damages are, and will continue to be, impracticable
and extremely difficult to determine The Contractor shall pay to City, or have withheld from
monies due it, the sum of Five Hundred Dollars ($500) for each consecutive calendar day in excess
of the specified time for completion of Work Execution of the Agreement shall constitute
agreement by City and Contractor that Five Hundred Dollars ($500) per day is the minimum and
actual damage caused by the failure of the Contractor to complete the Project within the allowed
time Such sum is liquidated damages and shall not be construed as a penalty, and may be deducted
from payments due the Contractor if such delay occurs
ARTICLE 6 - GENERAL CONSIDERATIONS
6 1 In the event any action is commenced to enforce or interpret any of the terms or conditions of
this Agreement the prevailing Party shall, in addition to any costs and other relief, be entitled to
recover its reasonable attorneys' fees, including fees for the use of in-house counsel by a Party
6 2 All documents, records, drawings, electronic data files and data base, photographic prints and
negatives, designs and specifications, cost estimates, and other Project documents developed by
Contractor for the Project shall become the property of City and shall be delivered to City upon
completion of the Project
6 3 Contractor is, for all purposes under this Agreement, an independent contractor with respect to
the Project and not an employee of City All personnel employed by Contractor to perform the
Project are for its account only, and in no event shall Contractor or any personnel retained by it
be deemed to have been employed by City or engaged by City for the account of, or on behalf of,
City Nothing in this Agreement shall be considered to create the relationship of employer and
employee between the Parties
6 4 Unless earlier terminated as provided for below, this Agreement shall terminate upon completion
and acceptance of the Project by City
6 5 City may terminate this Agreement for any reason, at any time at its sole discretion, upon five (5)
calendar days prior written notice to Contractor
D]M\Agreeliaync Christensen — No Btd Public Works
6 6 Upon receipt of a termination notice, Contractor shall (1) promptly discontinue all work
associated with the Project and (2) deliver or otherwise make available to City, copies of any
data, design calculations, drawings, specifications, reports, estimates, summaries, and such other
information and matenals as may have been accumulated by Contractor in performing the
Project Contractor shall be compensated on a pro -rata basis for any work completed up until
notice of termination
6 7 This Agreement, including the exhibits incorporated by reference, represents the entire
agreement and understanding between the Parties as to the matters contained herein and any
pnor negotiations, proposals and verbal agreements relating to the subject matter hereof are
superseded by this Agreement Any amendment to this Agreement shall be in wnting and
approved by the City Council and signed by City and Contractor
6 8 This Agreement shall be governed by and construed in accordance with the laws of the State of
California
6 9 Claims by the Contractor m the amount of Three Hundred Seventy -Five Thousand Dollars
($375,000) or less shall be made by Contractor and processed by City pursuant to the provisions of
Part 3, Chapter 1, Article 1 5 of the Public Contract Code (commencing with section 20104) All
claims shall be m writing and mclude the documents necessary to substantiate the claim Nothing m
subdivision (a) of Public Contract Code section 20104 2 shall extend the time limit or supersede the
notice requirements provided in this case from filing claims by Contractor
6 10 If any provision or part of this Agreement is held to be void or unenforceable under any law or
regulation, it shall be deemed stncken, and all remaining provisions shall continue to be valid and
binding upon City and Contractor
IN WITNESS WHEREOF, duly authonzed representatives of the Parties have signed in confirmation of
this Agreement
CITY OF REDLANDS ATTEST.
By
an Harrison; Mayor City Cl k
LAYNE CHRISTENSEN C•MPANY
k hill
By
David Sin
Date a M' "w1
n, est-rn Regional Vice President
EXHIBIT "A"
DJM\Agrce'Layne Christensen — No Bid Public Works
Exhibit "A"
North Orange Street Well No. 1 and No. 2
General Scope of Work
The Contractor shall furnish and install a new 3000 gallon per minute vertical turbine
pump and motor at each well site General specifications are applied to both well
locations and or specific to each where noted
Contractor shall supply a total net price for each site with submittals for motor and
vertical turbine pump to be reviewed by City of Redlands engineering and staff based on
the following specification Staff will then review the proposal and issue a Notice to
Proceed
Special circumstances require the first of two new supplied vertical turbine pumping
equipment to be in production 45 calendar days after Notice to Proceed is issued and the
second in 60 calendar days after Notice to Proceed
Use of temporary equipment to meet the 45 and 60 calendar day dead line production
schedule are permitted for such long lead items as the Vertical Hollow Shaft pump
motors City of Redlands will not incur any additional cost for placement of permanent
equipment Contractor is required to supply a minimum 48 hour notice to engineering and
water production before performing any work to a production well which will cause that
pump to be shut down and locked out of service
North Orange Street Well No 1 shall be the first to have the existing pump pulled and
new pumping equipment installed Well No 1 shall be disinfected per city standard,
bacteria sample results negative and in production before North Orange Well No 2 is shut
down
Well No 2 has a critical non -chlorinated sole source tap from Cemex plant discharge
piping manifold No additional cost will be required from the pump installer and
supplier's contract for an alternative water supply Contractor's only requirement is that
the negotiated schedule between the City of Redlands, pump installation contractor and
onsite rock and gravel plant be doable from shutdown to production status of newly
installed pumping equipment
Contractor shall supply and install a new electrical motor run for each site from existing
motor starter switchgear enclosure to Vertical Hollow Shaft motor] -box and all necessary
conduit, wire, fittings and connectors per NEC code Contractor shall use existing parallel
4" underground conduit runs
Contractor shall supply and install all necessary discharge piping adapters from specified
carbon steel fabncated head to existing manifold to maintain present elevation at each
site
Contractor shall supply and install all necessary material for a sanitary seal at pump head
and existing concrete pump base at each site Any alteration required to adapt new
fabncated pump head and equipment to pump base will be furnished at contractor's
expense
Contractor shall supply and install a stainless steel air line with mounting bracket and
direct reading gauge at each site
City of Redlands staff will assist contractor in the disinfection of well and pump at each
location per city standard by supplying and injecting chlorine City staff will also fast
track sample gathering and lab analysis
City of Redlands staff will primer and paint all newly installed equipment at each site
City of Redlands will furnish contractor with the August 2006 Edison hydraulic test for
each site and well completion log Water production will furnish the latest 2007 static
water and pumping level readings
Completion of installation will conclude with an overall plant efficiency test of the entire
new vertical turbine pumping equipment for well's No 1 and No 2 Minimum plant
efficiency of 72% is required at a vibration level of 4 mills or less
Presently in service VTP and Equipment
Vertical Turbine Pump (VTP) equipment presently in use at North Orange Well no 1 and
2 when removed shall be transported and stored at the contractor's facility The
contractor is required to provide a storage area to protect the city's property from further
derogation or loss
Contractor shall provide a report as to the present condition of each pump and an estimate
only of labor and materials to rebuild to factory standard City of Redlands engineering
and staff will evaluate findings and instruct contractor as to the disposition of pumping
equipment at a later date
Vertical Hollow Shaft motors removed from North Orange Well No 1 and 2 shall be
transported by the contractor to the City of Redlands facility Texas Street Reservoir less
than 2 miles from North Orange well field.
Note North Orange Well No 1 originated from well #34
North Orange Well No 2 originated from Mission well
Motors from North Orange Well No 1 or No 2 are available for temporary use if
applicable
Hydraulic Data
Flow
TDH.
Speed
Fluid,
Temp,
Spec Gray
Vertical Turbine Pump Specification
3000gpm North Orange No 1
270 0 ft North Orange No 1
1770 rpm
Water
70 deg f
Line Shaft Data
Shaft
Material
Type
Tube
Column Data
1
1 15/16 (1 94")
C-1045
Oil Lubricated
3 00"
Column Diameter 12"
Wall Thickness 375
Column Length 320ft North Orange No 1
Pump Discharge Head Data.
Type
Discharge Fig
Coatings
Motor Data
Make
RPM,
Efficiency
Ratchet
Type
Frame
Thrust.
J -Box
3000gpm North Orange No 2
240 0 ft North Orange No 2
300ft North Orange No 2
Carbon Steel Fabricated
12" 1501b
Scotch Kote 134 Interior water passage area only
US Motors/Emerson
1770
94%
NRR
RUS 1
447TPA
175%
2/ 4"npt
Exhibit "W
PERFORMANCE BOND
Bond No 104898880
WHEREAS, the City of Redlands (hereinafter designated as `'City"), and Layne Christensen Company
(hereinafter designated as "Principal') have entered into an Agreement whereby Principal agrees to install and
complete certain designated public nnproveinents, which by said agreement dated March 20, 2007, and identified
as Contract No 1-0775, ("Project") is Iiereeby referred to and made a part hereoiy and
WHEREAS, under the terms of said agreement, Principal is required, prior to performance of the Project, to
furnish a bond for the faithful performance of said agreement
NOW, THEREFORE, said Principal and the undersigned as corporate surety, are held and firmly bound unto
City m the penal sum of Two Hundred Twenty -Two Thousand Five Hundred Thirty -Six Dollars (222,536 00)
lawful money of the United States, for the payment of which sum well and truly to be made, we bind ourselves,
our heirs, successors, executors and administrators, jointly and severally, firmly by these presents
The condition of this obligation is such that if the above bounded principal, Ins or its heirs, executors,
administrators, successors or assigns, shall m all dimgs stand to and abide by, and well and truly keep and
perform the covenants, conditions and provisions m the said agreement and any alteration thereof made as therein
provided, on his or their part, to be kept and performed at the tune and in the manner therein specified, and m all
respects according to their true intent and meaning, and shall indemnify and save harmless City, its officers,
agents and employees, as therein stipulated, then this obligation shall become null and void, otherwise it shall be
and remain m full force and effect_
As a part of the obligation secured hereby and in addition to the face amount specified therefore, there shall be
included costs and reasonable expenses and fees, mcluding reasonable atbomey's fees, incurred by City in
saecessfully enforcing such obligation, all to be taxed as costs and included in any judgment rendered.
The surety hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the
agreement or to the work to be performed thereunder or the specifications accompanying the same shall ni
anywise affect its obligations on this bond, and it does hereby waive notice of any such change, extension of time,
alteration or addition -to the terms of the agreement or to the work or to the specifications
IN WITNESS WHEREOF, This
April 13 ,2007
Layne Christensen Company
11001 Etiwanda Avenue
Fontana, CA d 3 4
iii f_
instrument has been duly executed by the Principal and surety named, on
Bond No 104898880
(SEAL)
(Seal and Noianai Arnowledgment of Surety)
Travelers Casualty and Surety
Company of America
(SEAL)
f
43-17?"BY 11i1'�.01
Kerry A Matr've I (Signature) Attorney- I n -Fact
Address.One Tower Square
Hartford, CT 06183
Telephone ( 860 ) 277-1561
STATE OF C
PRINCIPAL ACKNOWLEDGMENT
COUNTY OF S� ��-� )
OrO atb3-before me,ALL , Notary Public personally
appeared
personally known to me or-(--3-proved-to, aeon the basis-ef-satisfaetery_e_wdeaoe
to be the person(-0whose name(s). is/ace-subscribed to the within instrument and
acknowledged to me that he/she/they- executed the same in his/her/their
authorized capacity(4es), and that by hislher/thetr signature{} -on the instrument
the person(s); or the entity upon behalf of which the person(s)•acted, executed
the instrument
WITNESS my hand and official seal
Signature C (-2
(Seal)
HEIDI ANN ELLIOTT
Commission # 1735029
Notary public California i
San Bernardino County -
C•Mor29,201I
SURETY ACKNOWLEDGMENT
STATE OF MISSOURI )
COUNTY OF JACKSON )
On April 13, 2007 before me, Nancy A Clover , Notary Public personally
appeared Kerry A Marvel personally known to me or ( ) proved to me on the
basis of satisfactory evidence to be the person(s) whose name(s) is/are
subscribed to the within instrument and acknowledged to me that he/she/they
executed the same in his/her/their authorized capacity(ies), and that by
his/her/their signature(s) on the instrument the person(s), or the entity upon
behalf of which the person(s) acted, executed the instrument
WITNESS my hand and official seal
Signature La
u_ iD921 t (Seal)
r NANCY A. CLOVER
Notary Public - Notary Seel
STATE OF MISSOURI
Jackson County
1AyComm ission Expires' August 10, 2008
Exhibit "C"
LABOR AND MATERIAL BOND
Whereas, the City of Redlands ("City") and Layne Christensen Company (hereinafter designated as "Pnncipal")
have entered into an agreement whereby Principal agrees to install and complete certain designated public
improvements, which said agreement, dated March 20, 2007, and identified as North Orange Wellfield Well
Equipment Replacement Project, Project No 1-0775 ("Project') is hereby referred to and made a part hereof, and
Whereas, under the terms of said agreement, Principal is required before entering upon the performance of the
Project, to file a good and sufficient payment bond with City to secure the claves to which reference is made in
Title 15 (commencing with Section 3082) of Part 4 of Division 3 of the Civil Code.
Now, therefore, the Principal and the undersigned as corporate surety, are held firmly bound unto City and all
contractors, subcontractors, laborers, material men and other persons employed m the performance of the
aforesaid agreement and referred to m the aforesaid Civil Code in the suns of Two Hundred Twenty Two
Thousand Five Hundred Thirty -Six Dollars ($222,536 00) for materials furnished or labor thereon of any kind, or
for amounts due binder the Unemployment Insurance Act with respect to such work or labor, that said surety will
pay the same in an amount not exceeding the amount hereinabove set forth, and also in case suit is brought upon
this bond, will pay, in addition to the face amount thereof, costs and reasonable expenses and fees, including
reasonable attorneys' fees, incurred by City m successfully enforcing such obligation, to be awarded and fixed by
the court, and to be taxed as costs and to be included in the judgment therein rendered.
It is hereby expressly stipulated and agreed that this bond shall insure to the benefit of any and all persons,
companies and corporations entitled to file claims under Title 15 (commencing with Section 3082) of Part 4 of
Division 3 of the Civil Code, so as to give a right of action to them or their assigns in any suit brought upon this
Bond No 104898880
bond.
Should the condition of this bond be fully performed, then this obligation shall become null and void, otherwise it
shall be and remain in full force and effect
The surety hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of
said agreement or the specifications accompanying the same shall m any manner affect its obligations on this
bond, and it does hereby waive notice of any such change, extension of tune, alteration or addition.
In witness whereof, this instrument has been duly executed by the Principal and surety above named, an
April 13, 2007
Layne Christensen Company
11001 Etiwanda Avenue
Fontana, CA 92337
(Sem-)
Travelers Casualty and Surety
Company of America
(SEAL)
1 (Surety)
BY '17 ft.f ✓ (62d
Kerry A Marvel (Signal) Attorney -In -Fact
Address
One Tower Square
Hartford, CT 06183
(Seal and Notarial Acknowledgment of Surety) Telephone ( 860 ) 277-1561
DTh OAgraotilayae Christens=—No Sid Misr Works
STATE OF C.,
COUNTY OFA
PRINCIPAL ACKNOWLEDGMENT
b a.aoR• before me,
appeared
personally known to me
to be the persons whose name(s4 is/ape subscribed to the within instrument and
acknowledged to me that he/chexecuted the same in his/124414w
authorized capacity(+e&), and that by his/JaarAciv signature3 on the instrument
the person(6.., or the entity upon behalf of which the person) acted, executed
the instrument
, Notary Public personally
WITNESS mlv hand and official seal
Signatur
r
(Seal)
- y HE1DI ANN ELLIOTT
Commission
1735029
Notwv Y'u .114c California I
��::iib �! Sam '<irdlnb Cdun}y
Cx rn,r29 4
SURETY ACKNOWLEDGMENT
STATE OF MISSOURI )
COUNTY OF JACKSON )
On April 13, 2007 before me, Nancy A Clover , Notary Public personally
appeared Kerry A Marvel personally known to me or ( ) proved to me on the
basis of satisfactory evidence to be the person(s) whose name(s) is/are
subscribed to the within instrument and acknowledged to me that he/she/they
executed the same in his/her/their authorized capacity(ies), and that by
his/her/their signature(s) on the instrument the person(s), or the entity upon
behalf of which the person(s) acted, executed the instrument
WITNESS my hand and official seal
Signature
r
NANCY A CLOVER
Notary Public - Notary Seal
STATE OF MISSOURI
Jackson County
lAy Cornmission Expires: August 10, 2003
(Seal)
TRAVELERS
Attorney In Fact No
WARNING THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER
POWER OF ATTORNEY
Farmington Casualty Company
Fidelity and Guaranty Insurance Company
Fidelity and Guaranty Insurance Underwriters, Inc
Seaboard Surety Company
St Paul Fire and Marine Insurance Company
St Paul Guardian Insurance Company
St Paul Mercury Insurance Company
Travelers Casualty and Surety Company
Travelers Casualty and Surety Company of America
United States Fidelity and Guaranty Company
217838 Certificate No fl 01505259
KNOW ALL MEN BY THESE PRESENTS. That Seaboard Surety Company is a corporation duly organized under the laws of the State of New York, that St Paul
Fire and Marine Insurance Company, St Paul Guardian Insurance Company and St Paul Mercury Insurance Company are corporations duly organized under the laws
of the State of Minnesota that Farmington Casualty Company Travelers Casualty and Surety Company, and Travelers Casualty and Surety Company of America are
corporations duly organized under the laws of the State of Connecticut. that United States Fidelity and Guaranty Company is a corporation duly organized under the
laws of the State of Maryland that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa and that Fidelity and
Guaranty Insurance Underwriters Inc is a corporation duly organized under the laws of the State .of Wisconsin (herein collectively called the `Companies"), and that
the Companies do hereby make. constitute and appoint
Melissa D Evans, Patrick T Pribyl, Debra J Scarborough, David M Lockton, Christy M McCart, Mary T Flanigan Ronald J Lockton Patrick T Moughan,
Clifford B Young, Claudia Mandato, Carolyn van Haaren Laura E. Coon, Jeffrey C Carey Kerry A Marvel, and Joe Pryor
of the City of Kansas City State of Missouri their true and lawful Attorney(s)-in Fact,
each in their separate capacity if more than one is named above, to sign execute seal and acknowledge any and all bonds recognizances, conditional undertakings and
other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons guaranteeing the performance of
contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law
IN WITNESS WHEREOF, the Companies have caused this instrument to be signed and their corporate seals to be hereto affixed this 8th
day of March 2007
Farmington Casualty Company
Fidelity and Guaranty Insurance Company
Fidehty and Guaranty Insurance Underwriters, Inc
Seaboard Surety Company
St Paul Fire and Marine Insurance Company
St Paul Guardian Insurance Company
St. Paul Mercury Insurance Company
Travelers Casualty and Surety Company
Travelers Casualty and Surety Company of America
United States Fidelity and Guaranty Company
q
w �00.P0AgfE' r'
.Ili
State of Connecticut
City of Hartford ss
By
Georg+V% Thompson
On this the 8th day of March 2007 before me personally appeared George W Thompson, who acknowledged
himself to be the Senior Vice President of Farmington Casualty Company Fidelity and Guaranty Insurance Company Fidelity and Guaranty Insurance Underwriters
Inc Seaboard Surety Company, St Paul Fire and Marine Insurance Company, St Paul Guardian Insurance Company. St Paul Mercury Insurance Company, Travelers
Casualty and Surety Company Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company and that he as such being.
authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duty authorized officer
In Witness Whereof, I hereunto set my hand and official seal
My Commission expires the 30th day of June 2011
58440 8 06 Printed in U S.A
f \W wt t+ V
Marie C Teireault Notary Public
WARNING THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER
N9 951S
STATE; O ' caLaraya
DEPS' T OF n"SITRANCE
SAN VRANCISCO
kr:landed.
CertifiCate of Authcn y
T Is TO Com, Z'ia=, for'rs •t to th.e rm"zrcnce Core of :he $'..a:e of California,
Travelers Casualty and Surety Company od America
of Kartford. Connecticut , prgcst.Wdmiat the
Iat s of Connecticut se�hfect to z s Isscap�a-p.
ofher furidamer• ? arga;•L.^`fard (locrrrcr 6, 6 Aare olAcr6.4d fotranztr within this S 'g,
rolled to all psa;sstastta of this Cerr%fi te, the foElosctrg dame: of irtrar=orz Fire, marine,
Surety, Disability, Plate Glass, Liability, rkers' Campenaation,
Common Carrier Liability, no.tler and Machinery, Burglary, Credit,
Sprinkler, Team and vehtcle, Nutomabile, Aircraft, and 4inc91.1aneaus
as sod- &sees are now or molt herecjrtictlefingdirf this azurcace Tarr of this Stats of California.
T s amitriatcre is pressly condiacira upon the holder kcreof now end hereafter being to
full aomplk x -s with til, and mot in okalati7rs of any, of the opptfcoaala leas and lawful requfserrnnts
=de under authar=.ty of the utas of the State of Cdiforma as kmg as ouch rebs or requirements are
{rs epJec: arzd applicable, and as such Ta-.v,s r 'ragvfxesn.°rt, now ore, or may hereafter Be changed
or arnerixl.
1N WiggW , effccgoi cs day
of ,7u1v
X hove heretrda t
my hard crr3 =used say o fa.^ :d Leel to be aid fhre 16th - -
d;y oT Julie
s`y
Quslamtion. 'w tFzn S4 g aE S =tut be Rocothplithe4 cr :rat r. i aznom Caae
promp» IP. r !scar= ci thas Cce of AuCt= y ss v$ tx vials ti= 5,e.. nal
rs�vail2 ba (,.^oust for rovo r..g this C5oe( ❑f Aut riay porronnt b the mv=antt mule goplIoedoa
*weer
the etztez....a axst* ^.i
RW1
Exhibit "D"
WORKERS' COMPENSATION INSURANCE CERTIFICATION
Contract No 1-0775
Every employer except the State, shall secure the payment of compensation in one or more of the
following ways
(a)
(b)
By being insured against liability to pay compensation in one or more insurer duly
authorized to write compensation insurance in this State
By secunng from the Director of Industnal Relations, a certificate of consent to self -
insure, either as an individual employer or as one employer in a group of employers,
which may be given upon furnishing proof satisfactory to the Director of Industnal
Relations of ability to self -insure and to pay any compensation that may become due to
his or her employees
I am aware of the provisions of Section 3700 of the Labor Code which requires every employer to be
insured against liability for Workers' 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 Agreement (Labor Code §1861)
ATe.‘l_ c foo}
Date
By.
Signature of Ailthonzed Agent
PAv‘o sIt iLfr roN
JCE ! W Es l: ,,,;.1 Zer.0 is 1.1
Signatory's Title
5100
Contractor's License No
yne Christensen Company
- IL (cot aOo 9 -
Date
DTMIAgreelLayne Christensen— No Bid Public Works
EXHIBIT "E"
PREVAILING RATE SCHEDULE
Effective 04/01/07 through 03/31/08
DESCRIPTION
RATE PER
ALL RATES ARE ON SITE ONLY REFER TO STANDARD RATE SHEET FOR ALL OTHERS
2 MEN RIG & SERVICE TRUCK
3 MEN RIG & SERVICE TRUCK
4 MEN RIG & SERVICE TRUCK
WIRE BRUSH RENTAL
AIR COMPRESSOR RENTAL (450 CFM & SMALLER)
AIR COMPRESSOR RENTAL (451 CFM & LARGER)
2 MEN COMBO RIG & SERVICE TRUCK
1 MAN ROTARY CRANE- 12TON & BELOW
2 MEN, 12 TON & BELOW CRANE
1 MAN, ROTARY CRANE- 30 TON & FMC
1 MAN, ROTARY CRANE- 75 TON
1 MAN DELIVERY TRUCK
1 MAN SERVICE TRUCK
1 MAN, TRACTOR --TRAILER
2 MEN, SERVICE TRUCK
1 MAN WELDING TRUCK
ELECTRICIAN & SERVICE TRUCK
GENERAL SHOP LABOR
MACHINE SHOP LABOR
TUBE & SHAFT REPAIR
2" THROUGH 2-1/2
3" THROUGH 4"
WELDING SHOP LABOR
VIDEO LOG
CAMERA OPERATOR - IN EXCESS OF 5 HRS ON SITE -ADD
CAMERA OPERATOR - IN EXCESS OF 5 HRS PORTAL TO PORTAL ADD
RE -VIDEO SAME WELL
DUPLICATE TAPE/DVD
299 00 HR
41000 HR
515 00 HR
695 00 EA
95 00 HR
170 00 HR
307 00 HR
199 00 HR
336 00 HR
295 00 HR
452 00 HR
99 00 HR
165 00 HR
155 00 HR
282 00 HR
165 00 HR
16500 HR
99 00 HR
99 00 HR
11 75
12 85
99 00
1 160 00
155 00
102 00
1,100 00
11000
FT
FT
HR
WELL
HR
HR
WELL
EA
OVERTIME 1 1/2X 2X SUN HOLIDAY
Operating Eng 126 00 (A) 172 00 (B) 172 00(C) 214 00 (E)
Laborer 95 00 (D) 125 00(E) 125 00 (E)
(A) Overtime over 8 hours in one day first 12 hours on Saturday
(B)- Overtime over 12 hours one day, and over 12 hours on Saturday
(C)- All hours on Sunday
(D) Overtime over 8 hours in one day and all Satudray time
(E) Overtime for all hours on Sunday or Holiday
ADDITIONAL RIG HELPER
1 MAN, SERVICE TRUCK WITH BOOM
TEST PUMP OPERATOR & FUEL 350HP & BELOW
TEST PUMP OPERATOR & FUEL 351 HP & ABOVE
PORTABLE STEAM CLEANER
11000
175 00
235 00
290 00
230 00
HR
HR
HR
HR
DAY
AQUA FREED UNIT, OPERATOR AND PICK-UP TRUCK 190 00 HR
CHEMICAL TRAILER, TRACTOR, 3 MEN, RIG & SERVICE TRUCK 535 00 HR
CHEMICAL TRAILER, TRACTOR, 2 MEN, RIG & SERVICE TRUCK 430 00 HR
NEUTRALIZATION TRAILER WITH OPERATOR 197 00 HR
BORE BLAST II WITH OPERATOR
0' TO 500' 3 500 00 LS
500' TO 1,000' 5 500 00 LS
1,000' TO 1,500' 7,500 00 LS
1 500' TO 2 000' 9,500 00 LS
1 MAN BACKHOE WITH TRAILER & TRUCK 160 00 HR
2 MEN, BUCKET RIG & SERVICE TRUCK 360 00 HR
1 MAN, WATER TRUCK 149 00 HR
C 1MYDOCUMENTSIDAILYINFO\PRICINGI'OSRATES HTPREVAILING
DESCRIPTION
STANDARD
RATE SCHEDULE
Effective 04/01/07 through 03/31/08
RATE PER
ALL RATES ARE PORTAL TO PORTAL
2 MEN, RIG & SERVICE TRUCK 220 00 HR
3 MEN RIG & SERVICE TRUCK 299 00 HR
4 MEN RIG & SERVICE TRUCK 380 00 HR
WIRE BRUSH RENTAL 695 00 EA
AIR COMPRESSOR RENTAL (450 CFM & SMALLER) 95 00 HR
AIR COMPRESSOR RENTAL (451 CFM & LARGER) 170 00 HR
2 MEN COMBO RIG 230 00 HR
1 MAN ROTARY CRANE - 12 TON & BELOW 152 00 HR
2 MEN, 12 TON & BELOW CRANE 252 00 HR
1 MAN, ROTARY CRANE - 30 TON & FMC 240 00 HR
1 MAN, ROTARY CRANE- 75 TON 370 00 HR
1 MAN DELIVERY TRUCK 99 00 HR
1 MAN SERVICE TRUCK 115 00 HR
1 MAN, TRACTOR --TRAILER 131 00 HR
2 MEN, SERVICE TRUCK 205 00 HR
1 MAN WELDING TRUCK 115 00 HR
ELECTRICIAN & SERVICE TRUCK 115 00 HR
GENERAL SHOP LABOR 99 00 HR
MACHINE SHOP LABOR 99 00 HR
WELDING SHOP LABOR 99 00 HR
TUBE & SHAFT REPAIR
2" THROUGH 2-1/2" 11 75 FT
3" THROUGH 4" 12 85 FT
VIDEO LOG 1 160 00 WELL
CAMERA OPERATOR IN EXCESS OF 5 HRS PORTAL TO PORTAL -ADD 102 00 HR
RE -VIDEO SAME WELL 1,100 00 WELL
PHOTO - STILL SHOTS 47 00 EA
DUPLICATE TAPE/DVD 110 00 EA
OVERTIME -- SATURDAY & OVER 8 HRS /DAY/MAN 1 1 /2X 57 00 MAN/HR
OVERTIME - OVER 12 HRS /DAY/MAN 2X 115 00 MAN/HR
OVERTIME -- 7Th CONSECUTIVE DAY FIRST 8 HRS /DAY/MAN 1 1 /2X 57 00 MAN/HR
OVERTIME -7Th CONSECUTIVE DAY OVER 8 HRS /DAY/MAN 2X 115 00 MAN/HR
OVERTIME - SUNDAY 2X 110 00 MAN/HR
OVERTIME - HOLIDAY 2 1/2X 142 00 MAN/HR
ADDITIONAL RIG HELPER 85 00 HR
1 MAN SERVICE TRUCK WITH BOOM 125 00 HR
TEST PUMP OPERATOR & FUEL 350HP & BELOW 200 00 HR
TEST PUMP OPERATOR & FUEL 351 HP & ABOVE 249 00 HR
PORTABLE STEAM CLEANER 220 00 DAY
AQUA FREED UNIT, OPERATOR AND PICK-UP 147 00 HR
CHEMICAL TRAILER, TRACTOR, 3 MEN, RIG & SERVICE TRUCK 435 00 HR
CHEMICAL TRAILER, TRACTOR, 2 MEN, RIG & SERVICE TRUCK 352 00 HR
NEUTRALIZATION TRAILER AND OPERATOR 165 00 HR
BORE BLAST II WITH OPERATOR
0' TO 500' 3,150 00 LS
500' TO 1,000' 5 250 00 LS
1,000' TO 1,500' 7 000 00 LS
1,500' TO 2,000' 8,925 00 LS
1 MAN BACKHOE WITH TRAILER & TRUCK 125 00 HR
2 MEN BUCKET RIG & SERVICE TRUCK 315 00 HR
1 MAN, WATER TRUCK 125 00 HR
C IMYDOCUMCNTS\DAILYINFO\PRICINNG108RATESHTSTANDARD