HomeMy WebLinkAboutContracts & Agreements_36-2013AGREEMENT FOR VALVE INSTALLATIONS
This agreement to remove and install a 24" and 36" valve ("Valve Replacement")
("Agreement") is made and entered into this 27lh day of February, 2013 ("Effective Date"), by
and between the City of Redlands, a municipal corporation ("City"), and Merlin Johnson
Construction, 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 remove and install a 24" and 36" valve (the "Services")
at the City's Hinckley water treatment plant located at 1604 Crafton Avenue, in the City
of Redlands.
1.2 Contractor and its subcontractors shall possess all appropriate State contractors' licenses
required for the work to be performed in connection with the performance of the well
testing work, and shall not be debarred pursuant to Labor Code sections 1777.1 and
1777.7.
ARTICLE 2 - RESPONSIBILITIES OF CONTRACTOR
2.1 The specific Services which Contractor shall perform 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
Code and prevailing wage laws 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 Municipal Utilities and Engineering Department, located
at the Civic Center, 35 Cajon Street, Suite 15A (Mailing: P.O. Box 3005), Redlands,
California 92373.
2.3 Contractor acknowledges that if it violates the Labor Code provisions relating to
prevailing wages that City may enforce such provisions by withholding 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 any portion of the
Services, 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
lAca\djm\AgreemeatAMerlin Johnson Contraction Valve Replacement Agreement.doc
to pay prevailing wages may be enforced by City pursuant to Labor Code sections 1775
and 1813.
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 guarantee the Services against defective materials or workmanship for a
period of (1) year from the date of completion date, except where longer warranty periods
for such materials are specifically stated. All work which has been rejected, shall be
remedied, removed or replaced, by Contractor, at its own expense. Any omission or failure
on the part of City to discover, or notify Contractor of, defective work or material at the time
of construction shall not be deemed acceptance of such work or materials by City, and
Contractor shall correct such defective work or materials prior as a condition of City's
acceptance of the Services. During the (1) one year warranty period, should Contractor fail
to remedy defective material and/or workmanship within five (5) business days after written
notice by City, City may remedy the same, and the cost therefor shall be chargeable to, and
payable by, Contractor. Nothing in this section 2.8 shall be construed to limit the right of
City to immediately correct conditions which may adversely affect the public health, safety
or welfare. Should such unsafe conditions later be found to be caused by Contractor's
defective material or workmanship, Contractor shall reimburse the City for the costs
reasonably incurred by City in correcting such conditions.
ARTICLE 3 - PERIOD OF SERVICE
3.1 Contractor shall commence the Services upon City's delivery to Contractor of a written
"Notice to Proceed."
3.2 Contractor shall complete the Services within ten (10) calendar days from and after the date
of City's issuance to Contractor of the Notice to Proceed.
ARTICLE 4 - PAYMENT AND NOTICE
4.1 City shall pay Contractor the sum of Five Thousand Eight Hundred Dollars ($5,800.00)
as complete 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:
11ca\djm\Agreements\Merlin Johnson Contraction Valve Replacement Agreement.doc
City:
Chris Diggs
Municipal Utilities and Engineering Department
City of Redlands
P.O. Box 3005
Redlands, CA 92373
Contractor:
Merlin Johnson
Merlin Johnson Construction, Inc.
Post Office Box 777
Mentone, CA 92359
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.
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 Contractor shall secure and maintain Workers' Compensation and Employer's Liability
insurance for its employees throughout the performance of the Services 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 of coverage limits 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
"B" prior to commencement of the Services.
5.3 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 negligent or intentionally wrongful act or omission of Contractor, and its officers,
employees and agents, in performing the Services.
5.4 Contractor is expressly prohibited from assigning any of the work associated with the
Services without the prior written consent of City. In the event of agreement by the
Parties to assign a portion of the Services, 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 Contractor shall secure and maintain in force throughout its performance of the Services
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.
I:\ea\djm\Agreements\Merlin Johnson Contraction Valve Replacement Agreement.doe
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.
5.6 Contractor shall secure 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 The failure of 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. Contractor shall pay to City, or have withheld from
monies due it, the sum of $500 for each consecutive calendar day in excess of the specified
time for completion of the Services. Execution of this Agreement shall constitute agreement
by City and Contractor that $500 per day is the estimated damage to City caused by the
failure of Contractor to complete the Services within the allowed time. Such sum represents
liquidated damages and shalt 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 bases, 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, or earlier termination of this
Agreement.
6.3 Contractor is, for all purposes under this Agreement, an independent contractor with
respect 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.
I:\ca\djm\Agmements\Medin Johnson Contraction Valve Replacement Agreement.doc
6A 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
two (2) business days 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.
IAca\djm\Agreements\Merlin Johnson Contraction Valve Replacement Agreement.doc
IN WITNESS WHEREOF, duly authorized representatives of the Parties have signed in
confirmation of this Agreement.
CITY OF REDLANDS
Tina Kundig, Finance Director
ATTEST
Sam Irwin, CYy CArk
MERLIN JOHNSON CONSTRUCTION,
IN .
erlin John o resident
lAcaldjm\Agreements\Merlin Johnson Contruction Vale Replacement Agreement.doc 6
EXHIBIT "A"
Scope of Services
Scope of services includes:
• Remove (1) existing 36" butterfly valve and (1) existing 24" butterfly valve on the Hinckley
Water Treatment Plant influent pipeline.
• Install (1) new 36" butterfly valve and (1) new 24" butterfly valve and all accessories necessary
to complete the work.
• City of Redlands shall furnish the 24" and 36" butterfly valves and accessories to the site,
including all bolts, nuts, gaskets and valve can material to the site.
• Furnish and install 100% crushed aggregate base baekfill around new valves, haul off all excess
spoils.
• Install (2) 2' x 2' x 4" concrete pad around valve cans.
IAca\djm\Agreements\Merlin Johnson Conlruction Valve Replacement Agreement.doe A" 1
EXHIBIT "B"
WORKERS' COMPENSATION INSURANCE CERTIFICATION
Project: Remove and install a 24" and 36" valve 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 §1861).
Inc.
cr/in D /'Jf j�✓ef��'�-,�
I:\ca\djm\AgreementsWerlin Johnson Contmetion Valve Replacement Agreement.doe
Date: / c 7� (' //
Contractor's License No.
M.
MERLIN JOHNSON CONSTRUCTION, INC.
P.O. BOX 777
MENTONE, CALIFORNIA 92369
PHONE (909) 794-7702 FAX (909) 794-3653
LICENSE NO.467306
PROPOSAL CONTRACT
Date 6-Feb-13
TO City of Redlands Phone 798-7585
Bassam Alzammar Cell 528-1408
35 Cajon Street FAX 798-7670
Redlands, CA 92373
PROJECT: 36" and 24" valve replacement. Tank yard at the North end of Crafton Ave in Mentone.
Merlin Johnson Construction, Inc. proposes to furnish all materials and perform all labor necessary to complete the following:
Valves
Remove (1) existing 36" butterfly valve and (1) existing 24" butterfly valve.
Install (1) New 36" butterfly valve and (1) New 24" butterfly valve. City of Redlands
is to furnish both valves and all accessories that are needed to install valves per
City of Redlands Standards, including all bolts, nuts, gaskets and valve can material.
City of Redlands is to have all material delivered to the job site at a timely manner
and not delay any progress. 'There will be an additional charge for any delays."
Merlin .Johnson Construction will furnish 100% CAB backfili around new valves,
haul off all excess spoil and (2) 2' x 2' x 4" concrete pad around valve cans.
1 L.S $5,800.00
All of the above work to be completed in a substantial and workmanlike manner according to standard practices for the sum of
Five thousand Eight hundred and No1100 Dollars
Payments to be made Monthly as the work progresses to the value of 90 % of all work completed.
The entire amount to be paid within 20 days after completion of the above work.
Page 1
$5,800.00
$5,800.00
Estimate
Tryco General Engineering
PO Box 391
Rimforest CA 92378
Name/Address
City of Redlands
35 Cajon St. Ste 15A
Redlands CA 92373
Date Estimate No. Project
02/05/13 82 24 and 30 inch Valve Replacement
Item Description Quantity Cost Total
02 Site Work Furnish and install equipment labor to diq up, shore, cut 1 16,787.00 16,787.00
out and replace 24" and 30" valves. Dirt to be hauled
off site. Haul in Class 2 base, backfill and compact.
Supply butt straps for tie in. Furnish and install 2'x2'
concrete lid valve covers.
"24" and 30" valves, valve can lids/boxes, and bolts
and gasket sets to be supplied by City of Redlands.
Contact us at 909.337.3336 with any questions! Total $16,787.00
[1-IM-il 17T
Construction Complang
January 16, 2013
City of Redlands
35 Cajon Street
Redlands, CA 92373
Reference: Optimization of Horace P. Hinckley WTP
Subject: Change Order Request No. 11REV1— Replace Existing 36" and 24" Butterfly Valves
Attn: Gregory Brooks
Greg,
Attached for your review and approval is the cost proposal for labor, equipment and materials to replace the existing 36" and 24"
butterfly valves located on the plant influent line. The 36" and 24" butterfly valves are to be furnished by the City of Redlands.
The total cost for this work is $27,831.00.
If you have any questions or need more information, please do not hesitate to contact me.
Thank you,
,12
Jeff Brooks
Sr. Project Manager
Doty Bros. Construction Company
1123firestone B J; oiii�al k, CA 9065U lone ( ) - ax ) www. oty ros.com :: CA c. IT27M4
City of Redlands
optimization of Horace P. Hinckley WTP
City of Redlands Project No. 71204
DBCC #7200-12002
Date: 16-Jan-13
CDR #: 11 REV1
Description: Replace Ex. RW Butterfly Valves
Change Order (Lump Sum and/or Time & Materials) Work
Direct
Direct Labor Direct Materials Equipment
Totals
Lump
Wl
Sum Work by'5'"
Prime
Contractor $ 10,139.60 $ 9,353.30 $ 4,062.32
,;
m
�,T&M"
(2)'
Work by'`�='°
Prime Contractor
n.
(3)
Subtotal - Direct Work
a i
(Prime
Contractor) $ 10139 60 $ 9,353.30 $ 4,06232
.
All Lump Sum Work by
(4):
SUBCONTRACTORS
._ d-
'ter":•
(any tier)
y..vd:-„a.' r.:. .
All "T&M" Work by
(5):
SUBCONTRACTORS
(any tier)
Subtotal- Direct Work
I61.
fall SUBCONTRACTORS) $ -
$ - $ -
$
.__.-.:_-.,.-,s=�=.--•-"�`--
- '`-'
Add each of the
three columns
(3)+(6)=(7):
Total -Direct Costs
$ 10,139.60
$ 9,353.30 $ 4,062.32
across and enter 23,555.22
to the right $
(20%of direct (15%of direct mate (15%of direct
-
(81
labor) equip)
Markup 609.35
$ 2 027 92 $ 1402 99 $
$ 4040.26
Prime Contractor Markup for -
1o%/S%of line (6)
(9)�
direct sub Work _
$
SUBCONTRACTORS
e�=e-"��_ '-5- -'4s "�'. _.s=F'-F "i. �"TW-z M-`'-..�
3"- - _.e-=-���ct.� • c�;
1%of line (7) all
(l0):
Bonds &Insurance
direct work $ 235.55
-"Zt2sr
Additional Amount (if any)
Illl;
permitted by Contract
Y
GRAND TOTAL
Add sums of lines (7),
(12):
(8), (9), (10) and (111 $ 27,531
Dotv Bros. Construction
City of Redlands
optimization of Horace P. Hinckley WTP
City of Redlands Project No. 71204
DBCC #7200-12002
Labor
Date:
16Jan-13
CDR#:
11REV1
Description:
Replace Ex. RW Butterfly Valves
Item 1
Work Description
Excavate existing 36"/30"/24" RW pipeline at BFV
location. Cut pipe and remove existing butterfly
valves.
Oly.
1
Craft
Foremen
Hours
12
Rate
$77.17
Cost
$926
1
operator
12
$75.55
$907
z
Laborer
zit
$57.94
$1,391
$0
item a
Work Descriptlor
Install two new butterfly valves.
Craft
1 Foreman
1 Operator
2 Laborers
Hours Rate Cost
8 $77.17
9 $75.55
16 $57.94
Item 3
Work Description
Fit butt strap, complete welding on existing 30" RW.
Patch lining and coating at two locations
I
Craft
Foreman
Hours
9
Rete
$77.17
Cost
$617
ri
Laborer
16
$57.94
$927
$o
Item 4
Work Description
Backfill excavation and install valve cans
Craft
Hours
Rate
$77.17
Cos[
$926
=IFomman
aborer
24
$57.94
$1,391
E12
perator
12
$75.55
$907
Subtotal - Labor Zo7 u, i 46
Materials
Item 1
City.
Unit
Material
Unit Price
Co1840
Work Descrlplion
12
Loads
Disposal Trucking
$70.00
Excavate existing 36"/30"/24" RW
12
Loads
Dump Fees
$80.00
pipeline at BFV location. Cut pipe andremove
existing butterfly valves.
item L
Work Description
Install two new butterfly valves
Unit
Furnished by City of Redlands
Unit Price I Cost
m 3
mplete welding on
ItwattwolocationsFFE—
. Patch lining and coating
City.
Unit
Material
Unit Price
Cosl
$0
$o
$o
Item 3
Work Description
Backfill excavation and install valve cans
City.
208
Unit
tons
Material
Fill Material
Unit Price
$9.40
Cost
$1,9$5
$o
$0
Subtotal ae,ee�
Tax @ 8% $693
Subtotal - Material $9,353
Subcontractors
Item 1 —11
Work Descdplion Qty. Craft Hours Rete Cost
Excavate existing 36"/30"/24" RW pipeline at BFV
location. Cut pipe and remove existing butterfly $D
valves. $9
Item 2
Work Description
QlY•
Crag Hours
Rate Cost
J0$$0
Install two new butterfly valves
Item 3
Work Descdplion
cry,
Craft
Hours
Rate
Cosl
$0.00
Fit butt strap, complete welding on existing 30" RW.
$0
Patch lining and coating at two locations
$o
Item 4
Work Description
Backfill excavation and install valve cans
Fnuinment & Miscellaneous
Craft Hours I Rate Cast
Subtotal - Subcontractor $0
Item 1
Work Description
Excavate existing 36"/30"/24" RW pipeline at BFV
location. Cut pipe and remove existing butterfly
valves.
City.
1
Descrlption
Work Truck
Hours
12
Rate
$16.36
.Cost
$197
1
Backhoe
1z
$4a.0o
$51s
1
Bobtail Truck
12
$24.63
$296
1
Welder
4
$120.OD
$480
Item 2
Item 3
ly.
escnp6on
ours
ate
Cesl
or Descdplion
1
Work Truck
8
$16.38
$131
strap, complete welding on existing 30" RW.
1
welder
8
$120.00
$960$oh
rFItutt
lining and coating at two locations
D
Item a
o c escdphan
Backfill excavation and install valve cans
Hours I Kate
Subtotal - Equip. & Misc. $4,062
DOTY BROS EQUIPMENT COMPANY
MATERIAL LIST
JOB: HORACE HINCKLEY WTP DATE: 1/16/13
AREA: COB 11- REPLACE EXISTING INFLUENT BFV'S
noir[ I GYT
QTY
DESCRIPTION
°"
""
-'
1 24"
1 36"
2 24"
2
2
2
1
2
150B BUTTERFLY VALVE - BY OTHERS
150B BUTTERFLY VALVE - BY OTHERS
BFV 316SS NUT & BOLT KIT
36" BFV 316SS NUT & BOLT KIT
24" 150LB RING GASKET NON ASB
36" 150LB RING GASKET NON ASB
30" BUTTSTRAP
VALVE BOX ASSEMBLY
EA
EA
EA $
EA $
EA $
EA $
EA $
EA $
$
$
552.30 $
1,271.27 $
32.35 $
820.00 $
820.00 $
84.00 $
-
1,104.60
2,542.54
42
04.70
820.00
820.00
168.00
TOTAL
$
4,905.26
MERWOHN7
Client#: U93159 DATE
ACORM CERTIFICATE OF LIABILITY INSURANCE 212712013 1YYYY)
PaopucEa
Hub International
470 E. Highland Ave.
Redlands, CA 92373
909793-2373
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
NAIC#
INSURED
Merlin Johnson Construction, Inc.
PO Box 777
Mentone, CA 92359
INSURERA: National Union Fire Ins Co Pitt
19445
INSURERe', RSUI Indemnity Company
22314
INSURERC: Mercury Casualty Company
11908
INSURER D:
INSURER
COVERAGES .,,,, ,,,,,,,..Ten nirvnnrrrucraunlur
THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FUR 111 1V111T rcnvu,,..,,...,, w.--.••••••-....._..._
ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAYBE 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 BY PAID CLAIMS.
LTR
Real
TYPE OF INSURANCE
POLICY NUMBER
POLICY EFFECIWE
DATE MMRI
04101/2012
POLICY EXPIRATION
DATE MMB
04/01/2013
LIMBS
EACH$1 000 000
OCCURRENCEGE
A
GENERAL LIABILITY
GL11190941
TO RENTED
DAMFRO RENTED nT $1D0000
TXCOMMERCIAL GENERAL LIABILITY
CLAIMS MADE N COCUR
MED EXP Any One person) $5 0D0
PERSONAL & ADV INJURY $1000000
GENERAL AGGREGATE $2 000 000
PRODUCTS-COMPIOPAGG $2000000
X
GEN'LAGGREGATELIMITAPPLIESPER:
POLICY
X PRO_ LOG
OCT
C
AUTOMOBILE
LABILITY
CCA0009728
04/01/2012
04/01/2013
COMBINED SINGLE LIMIT $1,()0(),000
(Ea accident)
X
ANY AUTO
ALL OWNED AUTOS
BODILY INJURY $
(Per person)
SCHEDULED AUTOS
X
HIREDAOTOS
BODILY INJURY $
(Per ecddeno
X
NON -OWNED AUTOS
PROPERTY DAMAGE $
(Per eccMenl)
GARAGE UABILnY
ANY AUTO
AUTO ONLY- EAACCIDENT $
EA ACC $
OTHERTLAN
AUTO ONLY: AGO $
B
EXCESSIUMBRELLALABILITY
X1 OCCUR CLAIMS MADE
NHA230158
04/01/2012
041OV2013
EACH OCCURRENCE $1000000
AGGREGATE $1 000 000
$
$
DEDUCTIBLE
RETENTION_ $
WC STATU- Qrli-
WORKERSCOMPENSATIONAND
E.L. EACHACC[DENT $
EMPI-G ERSLMBILIrY v/u
ANY PROPRIETORIPARTNERIEXECUTNE
(FT^CEfU YFTnN46AREXCLUDED9 u
fyea, tleacdbeender
GPECIAL PROVISIONS b.Im
L.L DIGEASE-EA EMPLOYEE $
E.L. DISEASE -POLICY LIMIT $
OTHER
DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES I EXCLUSIONS ADDED BY ENDORSEMENT I SPECIAL PROVISIONS
Re: Operations of the Named Insured as Covered by these Policies.
Certificate holder is an additional insured per attached blanket form 61714 on General Liability.
This Certificate replaces previous dated 0410212012.
City of Redlands
Public Works Department
PO Box 3005
Redlands, CA 92373
LD ANY OFTHE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION
THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL _3(1 DAYS WRITTEN
HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL
NO OBLIGATION OR LABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR
a 1oAR.9nnR Ar.ORD CORPORATION. All rights reserved.
AWKU to LLIIVJI-p-I OTA ,.,...--- FL42
The ACORD name and logo are registered marks of ACORD
IMPORTANT
If the certificate holder is an ADDITIONAL INSURED, the policy(les) must be endorsed. A statement
on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s).
If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may
require an endorsement. A statement on this certificate does not confer rights to the certificate
holder in lieu of such endorsement(s).
DISCLAIMER
The Certificate of Insurance does not constitute a contract between the issuing insurer(s), authorized
representative or producer, and the certificate holder, nor does it affirmatively or negatively amend,
extend or alter the coverage afforded by the policies listed thereon.
ACORD 25 (2UUU/1J1) L OT Z fFJu o<oaan•,c,.•«•.+
ENDORSEMENT
This endorsement, effective 12:01 A.M. 04/01/2012 forms a part of
policy No. GL11190941 issuedto MERLIN JOHNSON CONSTRUCTION, INC.
MERLIN JOHNSON DBA: MERLIN JOHNSON CONSTRUCTION
by NATIONAL UNION FIRE INSURANCE COMPANY OF PITTSBURGH, PA
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
ADDITIONAL INSURED - WHERE REQUIRED UNDER CONTRACT OR AGREEMENT
(Professional Services Exclusion)
This endorsement modifies insurance provided under the following.'
COMMERCIAL GENERAL LIABILITY COVERAGE FORM
Section II - Who is an Insured, 1., is amended to add:
f. Any person or organization to whom you become obligated to include as an additional insured
under this policy, as a result of any contract or agreement you enter into, excluding contracts
or agreements for professional services, which requires you to furnish insurance to that
person or organization of the type provided by this policy, but only with respect to liability
arising out of your operations or premises owned by or rented to you. However, the
insurance provided will not exceed the lesser of:
1. The coverage and/or limits of this policy, or
2. The coverage and/or limits required by said contract or agreement.
Authorized Reptes�e or
Countersl nature (in states Where
Applicabie31
61714 (9101)
ACORD,a CERTIFICATE OF LIABILITY INSURANCE tiz712o 3"YY"'
PRODUCER - ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE ON
Hub International HOLDER.THIS CERTIFICATE DOES NOTAMEND, EXTEND OR
470 E. Highland Ave. ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
Redlands, CA 92373
909793-2373 INSURERS AFFORDING COVERAGE NAIC#
State Compensation Ins Fund 35076
Medin Johnson Construction, Inc. INSURER B.
PO BOX 777 INSURER C:
Menton, CA 92359 INSURERU.
COVERAGES
THE
ANY
MAYPERTAIN
POLICES.AGGREGATE
POLICIES
REQUIREMENT,
OF INSURANCE LISTED BELOW
TERM OR CONDITION OF
THE SURANC SHOWN AFFORDED
MAY
LIMITSPOLICY
E OF INSURANCE
HAVE BEEN ISSUED TO THE INSURED
ANY CONTRACTOR OTHER DOCUMENT
YTHHAVEEEENCIESREDDESCRICED BY BED PAID HEREIN
POBICYNUMBER
NAMEU ABuvt
WITH RESPECT
I SUBJECT TO ALL
EFFECTWE POLIBYEXPIRATION
DATE Nri1ME
rUn I n� rw..� �_,.
TO WHICH THIS
THE TERMS, EXCLUSIONS
DATE MMR]0
.... ........... _..._.-.....-.. _ _ _
CERTIFICATE MAY BE ISSUED OR
AND CONDITIONS OF SUCH
LIMITS
EACH OCCURRENCE $
LIABILITY
ERCIAL GENERAL LIABILITY
LAIMS MADE ❑ OCCUR
- -
DAMAGE TO RENTED
MI $
MED EXP (An one parson) $
PERSONAL & ADV INJURY $
GENERAL AGGREGATE $
PRODUCTS-COMP/OPAGG $
REGATE LIMIT APPLIES PER:
Y JPERCOT LOG
r
ILE LIABRITY
-
COMBINED SINGLE LIMIT $
(Ea acddenl)
UTO
WNED AUTOS
BODILY INJURY $
(Per Pere..)
DULED AUTOS
DAUTOS
BODILY INJURY $
(PeraccNI
-OWNED AUTOS
PROPERTY DAMAGE $
(ParaCCldwQ
AUTO ONLY -EA ACCIDENT $
EA ACC $
OTHER THAN
AUTO ONLY: AGO $
GARAGE LIABILITY
ANY AUTO
-
EACFI OCCURRENCE $
EXCESS I UNBRELLA LIABILITY
AGGREGATE $
OCCUR CLAIMS MADE
$
DEDUCTIBLE
A
RETENTION $
WORKERS COMPENSATION AND
EMPLOYERS' LIABILITY
ANY PROPRIETORIPARTNERIEXECUTNL-
OF.'04U.NEREXCLUDE09 N
1tta datleecMX, wader
SPECIAL PROVISIONS below
49750481911
0610'112012
06/01/2013
WC STAI U- OTH-
X1 FIR
ELEACHACCIDENT $1 000,000
E.L. DISEASE - EA EMPLOYEE $1006000
E.L. DISEASE -POLICY LIMIT $1 a66000
OTHER
CESCRIPTION OF OPERATIONS I LOCATIONS 1 VEHICLES I EXCLUSIONS ADDED BY ENDORSEMENT I SPECIAL PROVISIONS
Re: Operations of the Named Insured.
City of Redlands
Public Works Department
PO Box 3005
Redlands, CA 92373
ACORD 25 (2009101) 1 of 2 #S2132258IM1700492
LD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION
THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL _3D_ OATS WRITTEN
:E TOTHE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FALURE TO DO SO SHALL
SE NO OBLIGATION OR "ABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR
m 1988-2009 ACORD CORPORATION. All rights reserved.
PI d7
rho AGORD name ana logo are reglelereu maim,,,..........
IMPORTANT
If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement
on this certificate does not confer rights to the certificate holder In lieu of such endorsement(s).
If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may
require an endorsement. A statement on this certificate does not confer rights to the certificate
holder In lieu of such endorsement(s).
DISCLAIMER
The Certificate of Insurance does not constitute a contract between the issuing insurer(s), authorized
representative or producer, and the certificate holder, nor does it affirmatively or negatively amend,
extend or alter the coverage afforded by the policies listed thereon.
ACORD 25 (2009101) 2 of 2 #S21322581M1700492
Farm W-9
(Rev. December 2011)
Department of the Treasury
Intemal Revenue Service
N
N
rr
R
o_
r
a
N
ao
V
02
Q
-i- N
G C
0- J
u
m
a
th
m
m
m
(as shown on your
Give Form to the
Request for Taxpayer requester. Do not
Identification Number and Certification send to the IRS.
MERLIN JOHNSON CONSTRUCTION, INC.
name, if different
Check appropriate box for federal tax classification:
❑ individual1wie proprietor 0 C Corporation
above
❑ S Corporation ❑ Partnership ❑ Trust estate
❑ Exempt payee
❑ Limited liability company. Fnter the tax classification (C-C corporation, S=S corporation, P=partnership) ►-----------.
❑ Other (see instructions) ► Requester's name and address
Address (number, street, and apt. or suite no.)
PO BOX 777
City, state, and ZIP code
MENTONE, CA 92359
List account number(.) here (options
Taxpayer Identification Num[]er t t n4)
Enter your TIN in the appropriate box. The TIN provided must match the name given an the "Name line
to avoid backup withholding. For individuals, this is your social security number (SSN). However, for a
resident alien, sole proprietor, or disregarded entity, see the Part 1 instructions on page 3. For other
entities, it is your employer identification number (EIN). If you do not have a number, see Now to get a
TIN on page 3.
Note. If the account is in more than one name, see the chart on page 4 for guidelines on whose
number to enter_
number
Emptoyer identification number -I
Under penalties of perjury, I certify that:
1. The number shown on this form is my correct taxpayer identification number (or l am waiting for a number to be issued to me), and
2. 1 am not subject to backup withholding because: (a) I am exempt from backup withholding, or (b) I have not been notified by the Internal Revenue
Service (IRS) that I am subject to backup withholding as a result of a failure to report all interest or dividends, or (c} the IRS has notified me that l am
no longer subject to backup withholding, and
3. 1 am a U.S. citizen or other U.S. person (defined below).
Certification instructions. you must cross out item 2 above if you have been notified by the IRS that you are currently subject to backup withholding
because you have failed to report all interest and dividends on your tax return For real estate transactions, item 2 does not apply. For mortgage
interest paid, acquisition or abandonment of secured property, cancellation of debt, contributions to an individual retirement arrangement (IRA), and
generally, payments other than interest and dividends, you are not required to sign the certification, but you must provide your correct TIN. See the
instructions on page 4.
Sign
Here
Signature of
11 -a ..crcnn ► 7e
General Instructions
Section references are to the internal Revenue Code unless otherwise
noted_
Purpose of Form
A person who is required to file an information return with the IRS must
obtain your correct taxpayer identification number (TIN) to report, for
example, income paid to you, real estate transactions, mortgage interest
you paid, acquisition or abandonment of secured property, cancellation
of debt, or contributions you made to an IRA -
Use Form W-9 only if you are a U.S. person (including a resident
alien), to provide your correct TIN to the person requesting it (the
requester) and, when applicable, to:
1. Certify that the TIN you are giving is correct (or you are waiting for a
number to be issued),
2. Certify that you are not subject to backup withholding, or
3. Claim exemption from backup withholding if you are a U.S_ exempt
payee. If applicable, you are also certifying that as a U.S. person, your
Date►
Note. if a requester gives you a form other than Form W-9 to request
your TIN, you must use the requester's form if it is substantially similar
to this Form W-9.
Definition of a U.S. person. For federal tax purposes, you are
considered a U.S. person if you are:
• An individual who is a U.S. citizen or U.S. resident alien,
• A partnership, corporation, company, or association created or
organized in the United States or under the laws of the United States,
• An estate (other than a foreign estate), or
• A domestic trust (as defined in Regulations section 301.7701-7).
special rules for partnerships. Partnerships that conduct a trade or
business in the United States are generally required to pay a withholding
tax on any foreign partners' share of income from such business.
Further, in certain cases where a Form W-9 has not been received, a
partnership is required to presume that a partner is a foreign person,
and pay the withholding tax. Therefore, if you are a U.S_ person that is a
partner in a partnership conducting a trade or business in the United
States, provide Form W-9 to the partnership to establish your U.S.
status and avoid withholding on your share of partnership income_
allocable share of any partnership income from a U.S. trade or business
is not subject to the withholding tax on foreign partners' share of
effectively connected income. Cat. No. 10231 X Fora, W-9 (Rev. 12-2011)
9097486411 Treasury
03:52:29 P.M. 02-20-2013 1l1
BUSINESS TAX CERTIFICATE %,I I r yr
Thls receipt does not purport to be evidence of quelirications, nor does it authddW Or prohibit anything Finance Department
158 ve u Box vision
In connection with the conduct of a lawful business or occupation in a lawful manner, nor does it Redlands, Cation
9 Street,
Sub Phone: - BOX TBOS
regulate the activities in a geld regulated by the State Of CalifOrhia
8-7667
Business Name: Merlin Johnson Construction Inc BUSINESS TAX NUMBER: 0421800
Business Location: Job Site Business Type: 097
Redlands, CA 92373
Descripticrr. Sewer Const
Owner Name: Merlin Johnson
I Owner Name:
MERLIN JOHNSON CONSTRUCTION INC
P 0 BOX 777
MENTONE, CA 92359
THIS MUST BE DISPLAYED IN PLACE OF BUSINESS
Effective Date: January 14,2013
Expiration Date: December 31, 2013
THIS BOX M FOR THE BUSINESS TYPE MESSAGE
Restricted to license holder only
NOTTRANSFERABLE
Page 1 of 1
Kundig, Tina
From: McHugh, Dan
Sent: Tuesday, February 26, 2013 11:17 PM
To: Diggs, Chris
Cc: Mousavipour, Fred; McConnell, Janice; Sebastian, Sheri
Subject: FW: Merlin Agreement to install valves.doc
Attachments: Merlin Agreement to install valves.doc
OK from legal perspective. Dan.
Note: The Information contained in this e-mail message Is Intended only for the personal and confidential use of the designated
reciplent(s) named above. This message may be an attorney -client communication, or attorney work -product, and as such is
privileged and confidential. If the reader of this message Is not the Intended recipient(s) or an agent responsible for delivering
It to the intended recipient(s), you are hereby notified that you have received this document In error, and that any review,
dissemination, distribution, or copying of this message is strictly prohibited, If you have received this communication In error,
please notify the sender of this office immediately by telephone (909) 798-7595 and return the original message to us by mall
to the City Attorney's Office, City of Redlands, P.O. Box 3005, Redlands, California 92373.
From: Diggs, Chris
Sent: Monday, February 25, 2013 7:57 AM
To: McHugh, Dan
Subject: Merlin Agreement to install valves.doc
Dan, please review the attached.
Thanks
CD
3/4/2013
March 4, 2013
MEMORANDUM
To: Tina Kundig, Finance Director
From: Fed Mousavipour, Municipal Utilities & Et meering Director
Chris Diggs, Assistant Utilities Director
Subject: Request for signature
Recently a valve failed at the Hinckley treatment plant. To repair the failed valve staff received three
bids. Staff evaluated the bids and determined the low bidder can meet the city's needs. The city attorney
prepared the attached agreement. Please sign and return the attached agreement.
Bidder Bid Amount
Merlin Johnson $5,800
TryCo $16,787
Doty Brothers $27,831