HomeMy WebLinkAboutContracts & Agreements_18-2011_CCv0001.pdf AGREEMENT FOR PUBLIC IMPROVEMENT PROJECT
This agreement for well and pump rehabilitation services for the Airport No.2 Well
("Agreement") is made and entered into as of this F" day of March,2011 ("Effective Date"), by and
between the City of Redlands, a municipal corporation ("City") and South Fest Pump and Drilling;:
Inc. "Contractor"). City and Contractor are sometimes individually referred to herein a "Party"
and,;together, as the`Parties."
In consideration of the mutual promises contained herein, City and Contractor agree as
follnlvs.
AR, ICI,E'1 -ENGAGEMfLNT OF CONTRACTOR
1.1 City hereby retains Contractor to supply equipment and perform well and pump
rehabilitation services for City's Airport No. 2 Well (the- "Services"), located at 1411
Riverview Drive in the City of Redlands (the"Project Site,").
1.2 Contractor and its subcontractors shall possess all appropriate State contractors" licenses
required for the Services to be and shall not be debarred pursuant to Labor Cade sections
1777.1 and 1777.7;
ARTICLE 2 -RESPONSIBILITIES OF CONTRACTOR
2.1 The specific Services which Contractor shall perforin are more particularly described in
Exhibit"A "which is attached hereto and incorporated herein by this reference.
2.2 Contractor shall comply with all applicable federal, state and local >laws and regulations in:
the performance of the Services including but not limited, to all applicable labor Cade and
prevailing wage laws and non-discrimination laws;, including the Americans with
Disabilities Act. Pursuant to Labor Code section 1773.2, espies 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 Municipal Utilities and Engineering.. Department, located at the Civic
Center, 35 Cajon Street, Suite 15.x. (Mailing: P.O Box 005), Redlands, California 92373;
23 Contractor acknowledges es that if it violates the Labor Cede provisions relating to prevailing
wages that City may enforce such provisions by withholding ,payments to Contractor or its
subcontractors pursuant to Labor Code section 17'71.6;
2.4 If Contractor executes an agreement with a subcontractor to perforin any portion of the
Services, 'Contractor shall comply with labor Cele 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.
l
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"C"and"D."
2.9 Prior to commencement of any Services, Contractor shall provide City with the
subcontractor information required by Public Contract Code section 4104.
2.10 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.
2.11 Contractor shall guarantee the Services against the use of defective materials or
workmanship for a period of (1) one year from the date specified in City's Notice of
Completion issued for the Services. City will endeavor to locate any errors or defective
materials or workmanship and call them to the attention of Contractor as the services are being
performed. However, City is under no obligation to do so, and shall not be liable because
errors or defective material or workmanship by Contractor are not discovered by City.
Any work that is rejected by City,shall be remedied, or removed and replaced, by Contractor at
Contractor's sole expense, with such work, conforming to Exhibit"A" of this Agreement. Any
defective material or workmanship which may be discovered before final acceptance,or within
(1) one year from the date specified in the Notice of Completion, shall be corrected
immediately by Contractor at its sole expense, notwithstanding that such defective material or
workmanship may have been overlooked by City in prior inspections. City-'s failure to inspect
the Services at any stage of performance of the Services shall not relieve Contractor from its
obligation to perform sound and reliable work as herein described.
During the (1) one year warranty period, should Contractor fail to remedy defective material
and/or workmanship, or to snake replacements within. five (5) days after written notice by City.
City may make such repairs, and replacements and the actual cost of the required labor and
materials shall be chargeable to and payable by Contractor.
Nothing in this section shall be construed to limit the right of City to immediately correct
conditions which may be unsafe or which may pose a threat to public health or safety. Should
such conditions later be found to be caused by defective material and/or workmanship,
2
Contractor shall reimburse City for the costs City incurs in connection with such corrective
work.
In the event any action is commenced by City to enforce any obligation of Contractor pursuant
to this section 2.10, City shall be entitled to recover from Contractor, in addition to any cost's
and other relief awarded by a court, reasonable attorneys' fees incurred by City, including tbes
for use of in-house counsel by City.
The warranty provided for herein shall not be in lieu of, but shall be in addition to, any
warranties or other obligations otherwise imposed by law. The remedies provided herein -,hall
not be exclusive,and City shall be entitled to any and all remedies provided by law.
ARTICLE 3 -PERIOD OF SERVICE
3.1 Contractor shall commence the Services upon City's delivery to Contractor of a written
"Notice to Proceed."
12 Contractor shall complete the Services within ninety(90)calendar days from and after the date
of the City's issuance to Contractor of the Notice to Proceed.
ARTICLE 4 - PAYMENT AND NOTICE
4.1 City shall pay Contractor the sum of Ninety Seven Thousand Three Hundred Five Dollars
($97,305.00)as compensation for the Services.
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:
Chris Diggs Brian Jeffers
Municipal Utilities and Engineering Department South West Pump and Drilling, Ine.
City of Redlands5')-381 Highway I I I
P.O. Box 3005 Coachella, CA 92236
Redlands, CA 92373
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.
4.4 Pursuant to Public Contract Code section 22300, Contractor has the option to deposit
3
securities with an Escrow Agent as a substitute for any monies withheld by City to ensure
Contractor's performance pursuant to Public Contract Code section 22300.
_ Pursuant_- _ to _Government � ^ City assumes the responsibilityremoval, relocation or protection of existing main or trunkline utility facilities located on the^
—^
Project Site, if such utilities are not identified by City in Exhibit "A" of this Agreement.
City ,halt compensate Contractor for the costs of locating, repairing damage not due to the
failure of Contractor to exercise reasonable care, and removing or relocating such utility
facilities not indicated in Exhibit "A" with reasonable accuracy and for equipment used for
the Services necessarily idled during such work. Contractor shall not be assessed liquidated
damages for delay in completion of the Services, when such delay was caused by the failure
of City or the owner of the utility to provide for removal or relocation of such utility
facilities. However, City is not required to indicate the presence of existing service laterals
or appurtenances whenever the presence of such utilities on the Project Sites can be inferred
from the presence of other visible facilities, such as buildings,meter and junction boxes, on
or adjacent to the Project Sites.
ARTICLE 5 -INSURANCE AND INDEMNIFICATION
�
5.1 All insurance required by this Agreement shall be
maintained by Contractor throughout Contractor's performance of the Services,, 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 Empipyer's Liability. Contractor�� mhmUx secure and
~
5.5 Comorehensive General Liability Insurance. Contractor shall procure and maintain in force
throughout its performance of the Services comprehensive general liability insurance, with
carriers acceptable to City, with ininimurn 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 modification of coverage limits or cancellation
of the policy 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
Services.
5A Business Auto Liability Insurance. Contractor shall procure and maintain in force
throughout its performance of the Services 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
Contractor owned vehicles used for the Services, 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 modification of coverage limits or
cancellation of the policy 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 Services.
5.7 Liquidated Damages. The failure of Contractor to complete the Service within the time
specified by this Agreement will result in damages being sustained by City. Such damages are.,
and will continue to be, impracticable and extremely difficult to determine. 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 specifiedd time for completion of the Services.
Execution of this Agreement shall constitute agreement by City and Contractor that Five
Hundred Dollars (S500) per day is the estimated damage to City caused by the failure of
Contractor to complete the Services within the specified time. Such sum represents liquidated
damages and shall not be construed. as a penalty, and may be deducted from payments due
Contractor if such delay occurs.
ARTICLE 6 -GFNERAL 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 documents developed by
Contractor for the Services shall become the property of City and shall be delivered to City
upon completion of the Services.
6.3 Contractor is, for all purposes under this Agreement, an independent contractor with respect
5
to the performance of the Services and not an employee of City. All personnel employed by
Contractor to perform the Services 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 Services by City.
6.5 City may terminate this Agreement for any reason, at any time at its sole discretion, upon
five (5) calendar day's prior written notice to Contractor.
6,6 Upon receipt of a termination notice, Contractor shall (1) promptly discontinue all work
associated with the Services 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 Services. 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 agreements relating to the subject matter hereof are
superseded by this Agreement. Any amendment to this Agreement shall be in writing and
approved 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 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 2(1104). All claims shall be in writing and include the documents necessary to
substantiate the claim.
6.10 If any provision or 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 valid-
and
alidand binding upon City and Contractor.
6
IN WITNESS WHEREOF, duly authorized representatives of the Parties have signed in
confirmation of this Agreement.
CITY OF REDLANDS ATTEST:
By
Pete Aguilar,Mayor Sam Irwin, City Clerk
SOUTH WEST PUMP&DRILLING, INC.
By Date
Brian Jeffers,Branch Manager
7
EXHIBIT "'A"
Scope of Services
Airport No-2 Well and Pump Rehabilitation Prqjject-
• Remove turbine pump equipment and provide inspection report. AquaStream suction to remain
on site with ends covered for rodent protection.
• Video to well. Provide 2 DVD copies to City of Redlands.
• Brush and bail well per data sheet. 24 hours on site.
• Zone pump/develop existing perforated zones using It}' dual-swab tool with 500 gpm
submersible pump/motor.40 hours on site.
• Video log well post work over. Provide 2 DVD copies to City of Redlands.
• Furnish and install 40' of 10"O"x1-I 1/16" column,tube and shaft.
• Fumish and install 400'of continuous 1/4" stainless steel airline with mounting bracket and
direct-read gauge,airline to be handed every 20'to column pipe.
• Supply new pump bowl assembly 1500 GPM (& -approved
600' TD," �Goulds, Floserve or pre
equal.
• Supply 3511° of now 3"x1,-11/16" tube and shaft assembly.
• Supply 3511' of new 10" standard wall (.279)column pipe.
• Furnish and install engineered suction device per new pump length VS bottom of well.
• Clean and re-install 10" Aqua-Stream suction pipe. (40' less)
• Supply and install new USEM 300HP motor, WPI, Premium Efficiency, 1800 RPM,
460v/3ph/60c,Type RUSI, Frame H447TPA, Catalog# H030OV2SLIJ.
• Furnish and install 18" water well packer 20'above bowl assembly, use stainless steel airline and
connectors. Acceptable packer will be Mfg. by Lan as,Baski or pre-approved equal.
• Re-install turbine pump equipment and chlorinate well 200 PPM.
• Contractor will comply with the City of Redlands prevailing wage policies and certificate of
insurance requirements. Total bid will include mob, de-mob, freight, special delivery/freight,
bonds and all sales tax.
EXHIBIT 111111
WORKERS' COMPENSATION INSURANCE CERTIFICATION
Project: Airport No. 2 Well and Pump Rehabilitation Project at 1401 Riverview Drive,
located in the City of Redlands
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 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 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.
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 §186 1
SOUTH WEST PUMP& DRILLING, INC. Date: -Z
fly.
Brian Jeffers,Branch Manager ContractoCs License No.
Bond # 1.9592 3p
EXHIBIT "D" Premium $1 ,028. 00
LABOR AIND MATERIAL BOND
Whereas, the. City of Redlands ("City") and South 'West Pump and Drilling, Inc. (ficreinafter designated as
-Principal") have entered into an agreement whereby Principal agrees to install and complete, certain designated
public improvenients, which said agreement, dated February _9 led a: the Well and Pump
, 2011, and identil"
Rehabilitatiort Project at the Airport No. 2 Well site,("Project",)is hereby referred to and made a part hereof,and
Whereas, Linder the tenns of said agreement, Principal is required before entering upon the performance of the
Prt�ject, to file a good and sufficient payment bond with City to secure the claims to txhich r0lerence 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 Civil Code in the sura of Ninety Seven Thousand Threve
1-hindred Five()ollars, ($97,305.00)for materials furnished or labor thereon of army kind, or for amomas due under
the 111neniployment Insurance Act with 'respect to such work or IaN)r, 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 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 ofany 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 there or their assigns in any suit hrought upon this
bond,
Should the condition of this bond be fully perfortiled. then this obligation shall becoyme null and void,otherwise it
,hall be and remain in full to and effect.
The surety hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of
said at or the specifications accompanying the samine shall in any manner atTect its obligations oil this
bond,and it does hereby waive notice of arty such change, extension of inure, alteration Or addition,
In vvitness %hereof, this instrument has been duly executed by the Principal and surety above named, on
10 2QJ I
(SEA (SFVVL,s
ou
Sth !�est PIL_1 & LllinL�, 4/n
S
t Y
B
D i,-,n e M . . e-1 f94;Uature) A t t o r ri e in f a c t:
Address- J. ci,.-,RkvT,,- #310
(Seal and Notarial Acknowiedgment of Suretv
STATE OF CALIFORNIA
COUNTY OF RIVERSIDE
ON BEFORE ME, LINDA ROCRA, Notary Public
PERSONALLY APPEARED. Diane M. Nielsen
Who proved to me on the basis of satisfactory evidence to be the person (s)whose name (s) is/are
subscribed to the within instrument & ackno'-Medged to Hite that he/she/they executed the sane in
his/her/their authorized capacity (ies), and that by his/her/their signatures (s) on the instrument the
person s) or the entity upon behalf of which'the person (s) acted, executed the instrument.
I certify under penalty of perjury under the laws of the State of California that the foregoing
paragraph is true and correct.
UNbA RID6iX
WITNESS my hand and official seal. COMMISSborw # 77 32
California
re
Signature; '' 4t. '
Rocha,Notary
ALL PURPOSE A:CKIN'O {LEDGMT
EXHIBIT "C
PAYMENT BOND Frear crrm - 'Included
WHEREAS, the City of Redlands thereinafter designated as "City"), and South east Pump and Drilling,, 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 darted Febru ry _. �5 201 1, and
identified as("Project")is hereby r t rr d to and made a part hereof`;and
WHEREAS, under the terrxts of said agreement, principal is required, prior to per ortnance of the Project, to
furnish a bond for the faithful perfortriance of said agreement.
ent..
NOW,THEREFORE,said Principal and the: undersigned as corporate surety,are held and f arrrrty bound unto
City inthepenal sura of Ninety SevenThousand'I'litee Hundred Five Dollars($97,305.00)is f I money of the
United States, for the payment of%chich surn well and truly to be made, we bind our elf es,()or heirs,successors.
executors and administrators,jointly and severally,firmly by these presents,
f"]rc condition of this obligation is such that ifthe 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 arid
perform the covenants,conditions and provisions in the said agr~eernent and arty,,alteration thereof rna-de as therein
provided., on his or heir part,to be kept and performed at the titne and in the manner therein specified, and in all
respects according to their true intent and meaning,and shall indemnify and save harmless Cify,its officers
agents and employees,as therein stipulated,theft this obligation shall become null and void;otherwise it sha l be
and rernain in roll force and effect.
As a part of the obligation secured hereby and in addition to the face amount specified therefore.there shall be
included coasts and masonablc expenses and fees, including reasonable attorney's foes,incurred by City, in
uccessfuliy enforcing such obligation,all to be taxed as costs and included in any judgment rendered.
'rhe surety= hereby stipulates and agrees that no change,extension,of time, alteration or addition to the terra (if the
aq cement or to the ivork to lye.performed thereunder or the specifications ns acrcompanying the same shall in
anywise at`l c;t its oblivations can this bond,and it does hereby waive notice ofany such change, e tenni n oftirne
aver at on or addition to the terms of the agreerrrent or to the wont or to the specifications.
IN NVI'TNESS WHEREOF,this instrument has been duly executed by the Principal mid surety named,
csru _ka a ua .l_ti_.. _ . 2011, Bond No, 1..q5_ ..i a I�
til,yl. ( f:A' L)
South West Pcuarr iJr.l t`rrr ,/// n r « The tlanoaver Tnourranc e Cortrpany
T rl crttret 1y i n rr,e 'l �1 e . ,epi t attur`e)�t t t o r t-a e y� In
c; C
Address-- 1s0509 . Vista Sorrento Pkwy #310
(Scar ana Notarial Ac knor led hent ot`suurety) f elcphorie t, 8 5 Ili. ,13.x?
STATE OF CALIFORNIA
s�
COUNTY OF RIVERSIDE
O Q I . ,BEFORE SIE, LINDA ROC , ?'rotary Public
PERSONALLY.APPEARED: _ Diane M. Nielsen
Who proved to the on the basis of satisfactory evidence to be the person (s) whose name (s) is/are
subscribed to the within instrument& acknowledged to me that he/she/they executed the same in
his/her/their authorized capacity(les), and that by his/her/their signatures (s) on the instrument the
person (s), or the entity upon behalf of which the person (s) acted, executed the instrument.
I certify under penalty of perjury= under the laves of the State of California that the foregoing
paragraph is true and correct.
€NDA ROCHA
WITNESS my hand and official seal. Commsslcrn # 17779,32
8v rss ;; county
t P." fes/ Qf
Sl nate e. ✓
. L��nda Rocha Votary
ALL PL OSEC T#l�a�a'�;�LEDGMENT
THE HANOVER INSURANCE COMPANY
MASSACHUSETTS BAY INSURANCE COMPANY
_.CITIZENS INSURANCE COMPANY OF AMERICA
POWERS OF ATTORNEY
CERTIFIED COPY
KNOW ALL MEN BY THESE PRESENTS: That THE HANOVER INSURANCE COMPANY and MASSACHUSETTS DAY INSURANCE COMPANY,
both being corporations organized and existing under the laws of the State of New Hampshire, and CITIZENS INSURANCE COMPANY CP
AMERICA,a corporation organized and existing under the laws of the State of Michigan,do hereby constitute and appoint
Ilan G.Tanner,Mathew S.Costello and/or Diane M.Nielsen
Of Palm desert,CA and each is a true and lawful Attorneys)-in-fact to sign,execute,seal,acknowledge and deliver for,and on its behalf,
and as its act and deed any place within the United States,or, if the following line be filled in,only within the area therein designated
any and all brands,recognizances,undertakings,contracts of indemnity or other writings obligatory in the nature thereof,as follows-
Any such obligations in the United Stags,not to exceed Ten Million and No/100($10,000,000)in any single instance
and said companies hereby ratify and confirm all and whatsoever said Attorneys)-in-fact may lawfully do in the premises by virtue of these presents.
These appointments are made under and by authority of the following Resolution passed by the Board of Directors of said Companies which
resolutions are stall in effect:
"RESOLVED, That the President or any Vide President„ in conjunction with any Assistant Vice President, be and they are hereby authorised and
empowered to appoint Attorneys-in-tact of the Company:in its name and as its acts,to execute and acknowledge for and on its behalf as Surety any and
all bonds,recoghizances,contracts of indemnity,waivers of citation and all;other writings obligatory in the nature thereof,with power to attach thereto the
seal of the Company.Any such writings so executed by such Attorneys-in-fact shall be as binding upon the Company as if they had been duly executers
and acknowledged by the regularly elected officers of the Company in their own proper persons" (Adopted October 7, 1981 -The Hanover insurance
Company:Adopted April 14.1982- Massachusetts Bay Insurance Company:Adopted September 7.200 f-Citizens Insurance Company of America)
IN WITNESS WHEREOF, THE HANOVER INSURANCE COMPANY, MASSACHUSETTS BAY INSURANCE COMPANY and CITIZENS
INSURANCECOMPANY OF AMERICA have caused'these presents to be sealed with their respective corporate seals, duly attested by a Vice
President and an Assistant Vice President,this 13th day of January 2011:
THE HAVER INSURANCE COMPANY
CI�SACHUSETTS BAY INSURANCE COMPANY
InNSd StJRANCE COMPIANY OF AMERICA
• f
Mar)(Jearine r -air,L,at Fire .c 'it
_r
FC€ri<.Grennan:Assas(an ice Pro-Arnt�
THE COMMONWEALTH OF MASSACHUSETTS }
COUNTY OF WORCESTER
On this 13th day of January 2011 before me came the above named Vice President and Assistant Vice President of The Hanover Insurance
Company, Massachusetts Bay Insurance Company and Citizens Insurance Company of America, to me personally known to be the individuals and
officers described herein, and acknowledged that the seals affixed to the preceding instrument are the corporate seals of The Hanover Insurance
Company Massachusetts Bay;Insurance Company and Citizens Insurance Company of America, respectively, and that the said corporate seals and -
their signatures as officers were duly affixed and subscribed to said instrument by the authority and direction of said Corporations
ce ra Notary Public
My commission expires on November 3 2011
I, the undersigned Assistant Vice President of The Hanover Insurance Company,Massachusetts Hay Insurance Company and Citizens Insurance
Company of America, hereby certify that the above and foregoing is a full, true and correct copy of the Original Prower of Attorney issued by said
Companies,and do hereby further certify that the said Powers of Attorney are still in force and effect:
This Certificate may be signed' by facsimile under and by authority of the following resolution of the Board of Directors of The Hanover Insurance
Company,Massachusetts Bay Insurance Company and Citizens Insurance Company of America.
"RESOLVED,That any and all Powers of Attorney and Certified Copies of such Powers of Attorney and certification in respect thereto, granted and
executed by the President or any Vice President in conjunction with any Assistant Vice President of the Company,shall be binding on the Company to the
same extent as if all signatures therein were manually affixed, even though one or more of any such sign atures thereon may be facsimile"(Adopted
October 7, 1981-The Hanover Insurance Company,Adopted April 14, 1982 Massachusetts Bay Insurance Company,Adopted September 7,2001
Citizens Insurance Company of America)
GIVEN under my hand and the seals of said Companies,at Worcester,Massachusetts,this 10 t tt day of F t)r t'a n y .20 t I
THE HANOVER INSURANCE COMPANY
MASSACHUSETTS HAY iNSURIANCF COMPANY
CITi SINatl Ct tlFjp�?ANYERICA
r
Sherr f�r�rut, Srsi 1 ti+rye Fires mt
Client#- 1720 2SOUTWES
ACORDT. EI I I SATE LIABILITY II��III IRE T 2DATE IMMID
/1012011)
.PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
Desert Empire Insurance ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
Services,Inc. LIG#OF09643 HOLDER.THIS CERTIFICATE DOES NOT AMEND,EXTEND OR
ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
77-564 Country Club Drive
Palm Desert,GA 92211 INSURERS AFFORDING COVERAGE NAIC#
INSUREED.... INSURER A. Hartford Specialty - B3139
.63-3131
South West Pump 8419rillin�,Inc, INSURER B: Hartford Specialty Corn pa ng B3139
Coachella,CA
aINSURER c: Hartford Insurance Group 29424
+`CA 111 INSURER D;
TNSURER:E: _._.. .
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 1S SUBJECT TO ALL THE TERMS,EXC-LUSIONS AND CONDITIONS OF SUCH
POLICIES.AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS,
-
N POLICY EFFECTIVE POLICY EXPIRATION
LTR NSR TYPE OF INSURANCE POLICY NUMBER ;ATE IMMIDOLN-1 DATE MM DDIVY LIMITS
A, GENERAL LIABILITY 22UEVJG6$17 _.... 04/01/10 0410111/ EACH OCCURRENCE 51,000,000
000 000.
r_v--
X COMMERCIAL GENERAL LIABILITY DAMAGE TO RENTED g s300,000
CLAIMS MADE a OCCUR MEQ EXP(Any one Persona) s10 000
PERSONAL&.ADV INJURY $1,000,000
GENERAL AGGREGATE s2,000,000
GEN'L AGGREGATE LIMIT APPLIES PER! PRODUCTS.-COMPIOP:AGO $2,000,000
JECT 7 LOO
A AUTOMOBILE LIABILITY' 22t�EVvlt'i$$17 1� 711111} 04101111 COMBINED SINGLE LIF9P7 $1 $$ll${I(j
X ANY AUTO (Ea accidervtl
ALL OWNED AUTOS BODILY INJURY
SCHEDULED AUTOS (Per person)
X HIRED AUTOS
BODILY INJURY $
X NON-OWNED AUTOS (Per accident)
PROPERTY:DAMAGE $
(Per acadent)
GARAGE LIABILITY AUTO ONLY-EA ACCIDENT S
ANY AUTO EA ACC S
OTHER THAN
AUTO ONLY; AGG. S.
EXCESSIUMBRELLA LIABILITY 22RHVJ 7016 04/01}10..... 04/01/11 EACH OCCURRENCE s4,0I0$ 0
11 OCCUR CLAIMS MADE AGGREGATE s4,0001000_.-
DEDUCTIBLE
5
X RETENTION $100011 $
WORKERS COMPENSATION AND hNG SIT OTH
EMPLOYERS'LIABILITY es
I LI1Wd
ANY PROPRIETORIPARTNER)EXECUTVE Ek.EACH ACCIDENT $
OFFICERtMEMBE€t EXCLUDED? E.L.DISEASE.-EA EMPLOYEE S......
If yes,dascnrra Under
SPECIAL P ROWSIONS below :E.L.DISEASE'.-POUCY LIMIT 5....
C OTHER All Risk On; 72UUMU05501 04/01/10 04101111 $2,50$,591
Conractors Equip
Blanket Coverage
DESCRIPTION OF OPERATIONS I LOCATIONS f VEHICLES 1 EXCLUSIONS ADDED BY ENDORSEMENT I SPECIAL PROVISIONS.
Job-Airport No.2 Well
City of Redlands is named as additional insured per attached.
CERTIFICATE HOLDER CANCELLATION 10 Days,for Non-Payment
SHOULD ANY CSF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION
City of Redlands DATE THEREOF,THE ISSUING INSURER WILL ENDEAVOR TO MAIL -In DAYS WRITTEN
Municipal Utilities and Engineering Department NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT,BUT FAILURE TO DO SO SHALL
P 0 Box 3005 IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER„ITS AGENTS OR
Redlands,GA 92373 REPRESENTATIVES,
AUTHORIZED REPRESENTATIVE
ACORD'25(2001108)1 sof 2 #S16907$1M1 x1950 2DNIE @ ACORD CORPORATION 1988
February 10, 2011
Insured: South West Pump & Drilling, Inc.
Policy: 22 UEV JC fa 17—Hartford Underwriters Insurance Company
This indorsement changes the policy. Please read it carefully.
ADDITIONAL INSURED - AUTOMATIC STATUS PER. CONTRACT
This endorsement modifies insurance to-Aided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART
The following persons or organizations are an additional insured when you have agreed in a Nx ritteu
contract or agreement, that such person or organization he added as an additional insured on your
policy,provided the lass occurs subsequent to the execution of the contract or agreement. The
additional insured status applies only for that period of time required by the contract or agreennent
HG 00 01 06 05
PRIMARY
Coverage provided by this polio: shall be primary insurance but only as respects any claim, loss or
liabiht}r arising out of the operations of the named insured and any insurance maintained by the
additional insureds shall be non-contributing;.
WAIVER OF SUBROGATION
It is agreed that the companies reflected on Certificate waive any, right of subrogation against the
additional insureds which might arise by reason of any payment under the policy.
SCHEDULE
Name of nersori or,or_anization
City of Redlands
OP ID:KG
1 ;. =02,m0',,1,
vYvv}__
CERTIFICATE OF LIABILITY INSURANCE
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS
CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES
BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURERS), AUTHORIZED
REPRESENTATIVE OR PRODUCER AND THE CERTIFICATE HOLDER.
IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed, If SUBROGATION IS WAIVED, subject to
the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate deeds not confer rights to the
certificate holder in lieu of such endorsement!
L.
PRODUCER 909-886-9861 Ct7NTACr
Alliant Insurance Services,inc NAm '
ONE
jLi tIC3S8p 9D -$86- 13ztl� x.Lao
735 Carnegie Drive,Ste 200 EoMAL s _ <,..
San Bernardino, CA 92408 PRODUCER
Bill PeIIoW,CIC usTOMER IIjSGUTF#y
.,
NsuRER s AFPt r €Nuc couERrc E fuANc#
INSURED South West Pump and Drilling INSURER A.Arch Insurance Ca '
53381 Hwy 111
INSURER e
Coachella,CA 92236
INSURER c.
N
INSURER E:
COVERAGES CERTIFICATE NUMBER: REVISION NUMBER
TIMES IS TO CERTIFY THAT 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 LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
INSR AODL SUeR POLICY EFF f'OLNCY EXP
LIZ IYYPE Q:••.F'INSE,IDRANCE Pt3LIGY UML3R L7ft4NTa..
GENERAL LIASIUTY I J.
PfnUT R _
I COMA>Eftt:,F4L GENERAL L,wA9;''iLr'"*'. _.
..,� aREiV15E5Igoa+-eardncaj '
CLAIIm�S-MA`DE ;CCU _.. ..... _
{ 5. e.M EXP(Any pe'son) S
DERSONAL•&ADV NJURY 5
----- r ) GENERA..L AGG REGATE
GEP�'L kG'uFxE+A:TE LttAT AF'PLkPS PER I 4 � ` :P2+EC3L{:f5-COIs9FJt?P
PCJl.�CY
PRO-
LOC
AUTOMOBILE LIABILITY I ?COPASIN'FO SINGLE LIMWIr .S
i S
ANY.AU70
ALL OWNED AUTOS � j.,J,.�+.JG Y IN,:rUPY(9�er Jerficn9 v�
BOWLY INJURY(Per accrdcrrtt'S.
k S C HFDU�ED r"t[,#E i••`-a-.. � PROPERTY DAMAGE ..-... ,.
HIREDAU7CS � � �.,-e€accident)
i
UMBRELLA UAB I CCC-Lp cA in^ RRcr'IU.E. �x
EXCESSL&A15 — '4 p -.9i.
rIS-MADF� 1. !. r"GCRFGA7E 1
......-_ 1 �...... v
DEDUCT IBLE e
WORKERSa;OMPENSATNON rVC 5 I A U rTP
AND EMPLOYERS'LIABiLITY £ & IQ_Y iL P ~ _
A @ At r � r�AA ,�R E E Y t N IZAW�C19201000 041011'10 04101111 _.�
to CLENt S 'ItiI)Q,
I L'£F=CCER,LM1L+a4;.crP FXC�.R,CL.."?. ht Y A; !. [ ..,_ .......
(Mandator n NH) L C ,EA EA Eir PL'YE€,3 1,000,00
if yes,drscrbe�Pder
i CE�CPs rry .f &P�T1 C mar P t 1CY 01,17 j 5 1,000,00
E t
DESCRIPTION OF OPERATIONS I LOCATIONS t VEHICLES(Attach ACORO 101,Arid cna4 Remarks,Schedute=,tt more space is mquirtiS s _
Job:Airport No.2..
The Cioaf Redlands,and its el€cted officials,employees and agents,Work
Comp Ianket Waiver per end't Y`WC0 0306.
CERTIFICATE HOLDER CANCELLATION
CIRED02
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
City Of Redlands THE EXPIRATION DATE THEREOF, NOTICE MLL BE DELIVEFIED IN
P O Box 3005 ACCORDANCE WITH THE POLICE"PROVISIONS.
Redlands,CA 92378
AtNTHORIZEDREPRESENCATIVE _. .
s
41985-2009 ACORD CORPORATION,, All rights reserved,
ACCIRD 26(2009103) The ACORD name and logo are registered marks of ACORD
'4ORKERS COMPENSATION N AND EMPLOYeRS l,IAfMI ITY"INSURANCE POLICY INC 040 0
r°t'?Ia GY4201000
WAIVER OF OUR RIGHT TO RECOVER FROm OTHERS ENDORSEMENT-
CALIFORNIA
hea t rlw rasltat ttx is a�) �f'j irarr fj"ivrn*st'xats frorrr joyrsr10 ksa bi t ¢r';An ir'ju y a.Ovu'rptl by ttaes pxs>hf:y, v%4"t,1 i not enforre
<m'& '4411t , <aw"st the pArrscare or est r�i urs the 'chrxj lo' i N11r,agrrtomont ro the uxl nt thrtt
/('sraatotr�'r r'a writftY,f;.watru t that regUire%'y04 toe aifrt tan this agif,4ATIent Irr"ra tsq.l
"r'ou rnusi rnaalnr:-ain p ayroo records actaar,ately "itnfrr. .afmg rho r€rrrurrterdhoo of ourI'r�s tlrya s af�a#az en`g<^,rfCd art the
Nork rle scdthe(i in the,';'c aorjulsi.
i I°ra t ialitiarrrtat `txrlatlra t€rr pfta>arnaiCrrraPrr stt IPr5t3 `t`a rel the C,,Ililorriia w otkers' marpea iot, prefiriju p
omerwt% .ir e reit sulch rrin°tta oration.
SCHEDULE
PERSON OR ORGANIZATION JOB DESCRIPTION
AS REQUIRED BY ALL JOBS UNDER CONTRACT
WRITTEN CONTRACT OR
AGREEMENT PRIOR TO A
L0
This mdorserivrit oranges the policy to which it is attached and Is Reactive an the date issued unl s5 C)thegwi�z�sNateai
{The Womu on below is regtimef only when this endorsefnent is issued subsequent tea
preparation of Iho ptrlioy.
Endorsement EflacVve 04-01-10 Policy No, ZAWC19 2 03000 End rsen-wnt No
Insured SOUTH WE P"P AND DRILLING Premium TRIC-
Insurarce CompartyA.RCE INSURANCE COMPANy
Countersigned By
OATEOFIS,SUE, 04-08-10'
ua t999 ay#0 Wrar .Cfi'mura"M PzMrag SUMO a Of Caffbrri3- Al n9his roserved,
From the WCiRVs Califomia Workers"Compensation insurance rorms.Manual o)1.999.