Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Contracts & Agreements_104-2021
AGREEMENT TO PERFORM NON-PROFESSIONAL SERVICES FOR IMPROVEMENT TO PUBLIC BUILDINGS AND GROUNDS This agreement for the provision of well and booster pump maintenance ("Agreement") is made and entered in this 15th day of June, 2021 ("Effective Date"), by and between the City of Redlands, a municipal corporation ("City") and General Pump Company, Inc , a California corporation ("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 engages Contractor to perform well and booster pump maintenance services for City (the "Services") 1.2 The Services shall be performed by Contractor in a professional manner, and Contractor represents that it has the skill and the professional expertise necessary to provide the Services to City at a level of competency presently maintained by other practicing professional Contractors in the industry providing like and similar types of Services. ARTICLE 2 — RESPONSIBILITIES OF CONTRACTOR 2 1 The Services that Contractor shall perform are more particularly described in Exhibit "A," titled "Scope of Services," which is attached hereto and incorporated herein by 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 Services are on file at City's Municipal Utilities and Engineering Department, located at the Civic Center, 35 Cajon Street, Suite 15A (Mailing• P 0 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 to pay prevailing wages may be enforced by City pursuant to Labor Code sections 1775 and 1813 L:\ea\djm\Agreements\General Pump Company Agreement NPS-2.2.FY20-0128.doc 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 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, Work or materials pursuant to this Agreement. ARTICLE 3 — RESPONSIBILITIES OF CITY 3 1 City shall make available to Contractor information in its possession that may assist Contractor in performing the Services. 3.2 City designates John R. Harris, Municipal Engineering and Utilities Department Director, as City's representative with respect to performance of the Services, and such person shall have the authority to transmit instructions, receive information, interpret and define City's policies and decisions with respect to performance of the Services. ARTICLE 4 — PERFORMANCE OF SERVICES 4 1 Contractor shall perform and complete the Services in a prompt and diligent manner in accordance with the schedule set forth in Exhibit "A," which is attached hereto and incorporated herein by reference The Services shall commence as of the Effective Date of this Agreement. 4.2 The term of this Agreement shall be for a period of one (1) year from July 1, 2021 (the "Initial Term") The City shall have the option to extend the Initial Term of this Agreement by two (2) additional one-year term (an "Extended Term"), on the same terms and conditions, by providing written notice to Contractor at least thirty (30) days prior to the expiration of the Initial Term and subsequently, at least thirty (30) days before any Extended Term The Initial Term and the Extended Term are hereby collectively, referred to herein as the "Term" of this Agreement. 4.3 Contractor shall furnish a labor and material bond in the form attached hereto as Exhibit "B," which is attached hereto and incorporated herein by reference, in an amount equal to one hundred percent (100%) of the total compensation to be paid to Contractor pursuant to this Agreement. 2 L.\ca\djm\Agreements \General Pump Company Agreement.NPS-2.2.1 Y20-0128.doc ARTICLE 5 — PAYMENTS TO CONTRACTOR 5 1 The compensation for Contractor's performance of the Services shall not exceed the amount of one million thirty four thousand one hundred eighty one dollars and ten cents ($1,034,181 10) for the Services provided during the Initial Term Should this Agreement be extended, the compensation for Contractor's performance for the Services for each additional one-year term shall not exceed the amount of seven hundred eighty thousand four hundred seventy two dollars and eighteen cents ($780,472 18) for the first Extended Term, and six hundred forty one thousand two hundred twelve dollars ($641,212) for the second Extended Term, bringing the total possible amount of compensation to a not -to - exceed amount of two million four hundred fifty five thousand eight hundred sixty five dollars and twenty eight cents ($2,455,865.28) For the Initial Term and the Extended Term, City shall pay Contractor on a time and materials basis up to the not to not -to - exceed amount in accordance with the unit prices specified in Exhibit "C," titled "Rate Sheet," which is attached hereto and incorporated herein by reference 5.2 Contractor shall submit monthly invoices to City describing the Services performed during the preceding month Contractor's invoices shall include a brief description of the Services performed, the dates the Services were performed, the number of hours spent and by whom City shall pay Contractor no later than thirty (30) days after receipt and approval by City of Contractor's invoice 5.3 Any notice or other communication required, or which may be given, pursuant to this Agreement, shall be in writing. Any such notice shall be deemed delivered (i) on the date of delivery in person, (ii) five (5) days after deposit in first class registered mail, with return receipt requested, (iii) on the actual delivery date if deposited with an overnight courier, or (iv) on the date sent by facsimile or electronic mail transmission (including PDF)„ if confirmed with a copy sent contemporaneously by first class, certified, registered or express mail, in each case properly posted and fully prepaid to the appropriate address set forth below, or such other address as a Party may provide notice in accordance with this section CITY City Clerk City of Redlands 35 Cajon Street P 0 Box 3005 (mailing) Redlands, CA 92373 jdonaldson@cityofredlands.org Phone (909) 798-7531 Fax (909) 798-7535 CONTRACTOR Thomas A. Nanchy, Sr Project Manager/Project Engineer General Pump Company, Inc 159 N Arcadia St San Dimas, CA 91773 tnanchy@genpump corn Phone (909) 599-9606 Fas (909) 559-6238 ARTICLE 6 — INSURANCE AND INDEMNIFICATION 6 1 The following insurance coverage required by this Agreement shall be maintained by Contractor for the duration of its performance of the Services Contractor shall not perform any Services unless and until the required insurance listed below is obtained by 3 L.\ca\djm\Agreements \General Pump Company Agreement.NPS-2.2.FY20-0128.doc Contractor Contractor shall provide City with certificates of insurance and endorsements evidencing such insurance prior to commencement of the Services. Insurance policies shall include a provision prohibiting cancellation or modification of the policy except upon thirty (30) days prior written notice to City A Workers' Compensation and Employer's Liability insurance in the amount that meets statutory requirements with an insurance carrier acceptable to City, or certification to City that Contractor is self -insured or exempt from the workers' compensation laws of the State of California. Contractor shall execute and provide City with Exhibit "D," titled "Workers' Compensation insurance Certification," which is attached hereto and incorporated herein by this reference, prior to performance of the Services. B Comprehensive General Liability insurance with carriers acceptable to City in the minimum amount 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 is required. City shall be named as an additional insured and such insurance shall be primary and non-contributing to any insurance or self-insurance maintained by City C Business Auto Liability coverage, with minimum limits of One Million Dollars ($1,000,000) per occurrence, combined single limit bodily injury liability and property damage liability This coverage shall include all Contractor owned vehicles used in connection with Contractor's provision of the Services, hired and non -owned vehicles, and employee non -ownership vehicles City shall be named as an additional insured and such insurance shall be primary and non-contributing to any insurance or self-insurance maintained by City 6.2 Contractor shall defend, indemnify and hold harmless City and its elected officials, employees and agents from and against any and all claims, losses or liability, including attorneys' fees, arising from injury or death to persons or damage to property occasioned by any negligent act or omission by, or the willful misconduct of, Contractor, or its officers, employees and agents in performing the Services ARTICLE 7 — CONFLICTS OF INTEREST 7 1 Contractor covenants and represents that it does not have any investment or interest in any real property that may be the subject of this Agreement or any other source of income, interest in real property or investment that would be affected in any manner or degree by the performance of Contractor's Services. Contractor further covenants and represents that in the performance of its duties hereunder, no person having any such interest shall perform any Services under this Agreement. 7.2 Contractor agrees it is not a designated employee within the meaning of the Political Reform Act because Contractor A Does not make a governmental decision whether to (i) approve a rate, rule or regulation, or adopt or enforce a City law; 4 L:\ca\djm\Agreements\General Pump Company Agreement.NPS-2.2.FY20-0128.doc (ii) issue, deny, suspend or revoke any City permit, license, application, certification, approval, order or similar authorization or entitlement; (iii) authorize City to enter into, modify or renew a contract, (iv) grant City approval to a contract that requires City approval and to which City is a party, or to the specifications for such a contract; (v) grant City approval to a plan, design, report, study or similar item, (vi) adopt, or grant City approval of, policies, standards or guidelines for City or for any subdivision thereof B Does not serve in a staff capacity with City and in that capacity, participate in making a governmental decision or otherwise perform the same or substantially the same duties for City that would otherwise be performed by an individual holding a position specified in City's Conflict of Interest Code under Government Code section 87302. 7.3 In the event City determines that Contractor must disclose its financial interests, Contractor shall complete and file a Fair Political Practices Commission Form 700, Statement of Economic Interests, with the City Clerk's office pursuant to the written instructions provided by the City Clerk. ARTICLE 8 — GENERAL CONSIDERATIONS 8 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 the recovery of its reasonable attorneys' fees, including fees for the use of in-house counsel by a Party 8.2 Contractor shall not assign any of the Services, except with the prior written approval of City and in strict compliance with the terms and conditions of this Agreement. Any assignment or attempted assignment without such prior written consent may, in the sole discretion of City, results in City's immediate termination of this Agreement. 8.3 Contractor is for all purposes under this Agreement an independent contractor and shall perform the Services as an independent contractor Neither City nor any of its agents shall have control over the conduct of Contractor or Contractor's employees, except as herein set forth Contractor shall supply all necessary tools and instrumentalities required to perform the Services. Assigned personnel employed by Contractor are for its account only, and in no event shall Contractor or 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 Contractor shall have no authority, express or implied, to act on behalf of City in any capacity whatsoever as an agent, nor shall Contractor have any authority, express or implied, to bind City to any obligation. 8 4 This Agreement may be terminated by City, in its sole discretion, by providing not less than five (5) days prior written notice to Contractor of City's intent to terminate If this Agreement is terminated by City, an adjustment to Contractor's compensation shall be made, but (i) no amount shall be allowed for anticipated profit or unperformed Services, and (ii) any payment due Contractor at the time of termination may be adjusted to the 5 L.\ca\djm\Agreements\General Pump Company Agreement.NPS-2.2.FY20-0128.doc extent of any additional costs to City occasioned by any default by Contractor Upon receipt of a termination notice, Contractor shall immediately discontinue its provision of the Services and, within five (5) days of the date of the termination notice, deliver of otherwise make available to City, copies (in both hard copy and electronic form, where applicable) of project related data, design calculations, drawings, specifications, reports, estimates, summaries and such other information and materials as may have been accumulated by Contractoi in performing the Services Contractor shall be compensated on a pro-rata basis for Services completed up to the date of termination 8 5 Contractor shall maintain books, ledgers, invoices, accounts and other records and documents evidencing costs and expenses related to the Services fot a period of three (3) years, or for any longer period required by law, from the date of final payment to Contractor pursuant to this Agreement Such books shall be available at reasonable times for examination by City at the office of Contractor 8 6 This Agreement, including the Exhibits incorporated herein by reference, represents the entire agreement and understanding between the Parties as to the matters contained herein, and any prior negotiations, written proposals or verbal agreements relating to such matters are superseded by this Agreement Except as otherwise provided for herein, any amendment to this Agreement shall be in writing, approved by City and signed by City and Contractor 8 7 This Agreement shall be governed by and construed in accordance with the laws of the State of California 8 8 If one or more of the sentences, clauses, paragraphs or sections contained in this Agreement is declared invalid, void or unenforceable by a court of competent jurisdiction, the same shall be deemed severable from the remainder of this Agreement and shall not affect, impair or invalidate the remaining sentences, clauses, paragraphs of sections contained herein, unless to do so would deprive a Party of a material benefit of its bargain under this Agreement IN WITNESS WHEREOF, duly authorized representatives of City and Contractor have signed in confirmation of this Agreement CITY OF REDLANDS B Paul T Barich, Mayor ATTEST e Donaldson, City Clerk GENERAL PUMP COMPNAY, INC By 6 L \ca\djm\Agreements\General Pump Company Agreement.NPS 2.2.FY20-0128.doc Thomas A. Nanchy, Sr Proj Manager/Project Engineer EXHIBIT "A" SCOPE OF SERVICES TASK 1.1 Airport 1 Well & Equipment Rehabilitation 1 Mobilize All equipment and crews needed to complete proposed work. 2 Remove Pumping Equipment Remove 342' of Oil-lube turbine pump equipment consisting of 10" x 3" x 1-15/16" with 40' of 10" suction pipe (PVC) 3 Tear Down and Inspect. Tear down and inspect pumping equipment for damages Provide a detailed report of damages and recommendations for repair 4 Video Log Well Video log well after pumping equipment has been pulled Provide detail report, recommendation for rehabilitation and 2 DVD copies to the City 5 Demo and Install New Pump Base Existing concrete pump base is 60" x 60" x 18" New pump base shall utilize AWWA Standard A100-06 and extend no less than 24" above final ground level elevation 6 Raise Discharge Piping. Raise 12" discharge piping approx. 6" to meet new pump head height. Provide a Victaulic fitting for flex at pump discharge. 7 Wire Brush and Bail Brush and bail well to bottom of 16" and 18"" casing x 540' Brush type will be decided based on well conditions and recommendations. All removed bailing materials must be disposed of offsite Note Estimate 40 hours of down hole work. City will consult with the contractor to determine and finalize hours based on well condition 8 Video Log Well Video log well post brush and bail Provide 2 DVD copies to the City 9 Rebuild Tube and Shaft Assembly. Rebuild 342' of 3" x 1-15/16" column, tube and shaft assembly with all new bearing, couplings and any other needed hardware Rebuilt tube end sections shall consist of machining faces of all tube ends parallel and concentric 10 Furnish and Install New Tubing and Shaft Assembly' Furnish and install entire tube and shaft assembly consisting of 342' of 3" x 1-15/16" steel tubing and shaft. 11 Furnish and Install New Column Pipe Furnish and install 342' of 10" schedule 40 steel column pipe Include all necessary couplings. 12. Rebuild Stretch Brass Assembly. Rebuild stretch brass assembly 13 Rebuild I R. Pump Head Sand blast and epoxy coat pump head Rebuild I R. head assembly with 416SS head shaft and all necessary hardware to install pumping equipment and motor All rebuild materials shall meet NSF/ANSI 61 standards 14 Rebuild Bowl Assembly Rebuild 7 stage FWI4RMC Flowise bowl assembly Replace all necessary materials including brass bushings, wear rings and 416SS shafting. All rebuild materials shall meet NSF/ANSI 61 standards 15 Furnish And Install New Bowl Assembly Supply new Goulds pump bowl assembly or City approved equal capable of meeting pumping conditions of 1800 GPM @ 510' TDH Pump bowl assembly shall meet NSF/ANSI 61 drinking water standard 14RJMC-7 16 Furnish and Install New Airline Furnish and install 342' of continuous 1/4" stainless steel airline with direct read gauge airline to be banded every 20' with stainless steel bands. 7 L.\ca\djm\Agreements\General Pump Company Agreement.NPS-2.2.FY20-0128.doc 17 Install Oil lube Turbine Pumping Equipment Install 342' of oil lube turbine pumping equipment. Restore well site to pre -rehabilitation condition Provide all necessary gaskets and needed hardware 18 Perform Start Up Wire Motor Test Rotation Perform start up, wire motor, test rotation 19 Pump Performance Testing: Perform pump performance testing and provide detailed report to the City Provide all associated install information, pump curve, NSF certification, installation sheet, drawings, work logs and test reports Test reports to include AMP/voltage, Rossum sand test, Motor temp & vibration, flow & pressure, static, pumping and drawdown water levels 20 Provide as built drawing Provide as built of pumping equipment 21 Demobilize All equipment and crews used to complete proposed work. TASK 1.2 Church Street Well & Equipment Rehabilitation 1 Mobilize All equipment and crews needed to complete proposed work. 2 Remove Pumping Equipment: Remove 359' of Oil-lube turbine pump equipment consisting of 12" x 3-1/2" x 2-3/16" column tube and shaft. 3 Tear Down and Inspect Tear down and inspect pumping equipment for damages. Provide a detailed report of damages and recommendations for repair 4 Video Log Well Video log well after pumping equipment has been removed Provide detailed report, recommendations for rehabilitation and 2 DVD copies to the City 5 Demo and Install New Pump Base Existing concrete pump base is 48"x48"x14" New pump base shall utilize AWWA Standard A100-06 and extend no less than 24" above final ground level elevation 6 Raise Discharge Piping: Raise 12" discharge piping approx. 12" to meet new pump head height. Provide a Victaulic fitting for flex at pump discharge 7 Wire Brush and Bail Brush and bail well to bottom of 20" casing x 997' Brush type will be decided based on well conditions and recommendations. All removed bailing materials must be disposed of offsite. Note Estimate 50 hours of down hole work. City will consult with the contractor to determine and finalize hours based on well condition 8 Video Log Well Video log well post brush and bail. Provide 2 DVD copies to the City 9 Rebuild Tube and Shaft Assembly Rebuild 342' of 3-1/2" x 2-3/16" tube and shaft assembly with all new bearing, couplings and any other needed hardware Rebuilt tube end sections shall consist of machining faces of all tube ends parallel and concentric 10 Furnish and Install New Tubing and Shaft Assembly Furnish and install entire tube and shaft assembly consisting of 342' of 3-1/2" x 2-3/16" steel tubing and shaft. 11 Furnish and Install New Column Pipe Furnish and install 342' of 12" schedule 40 steel column pipe. Include all necessary couplings. 12 Rebuild Stretch Brass Assembly. Rebuild stretch brass. 13 Rebuild Floway Pump Head Sand blast and epoxy coat pump head Rebuild Floway pump head assembly with 416SS head shaft and all necessary hardware for installation of pumping equipment and motor All rebuild materials shall meet NSF/ANSI 61 standards 14 Rebuild Bowl Assembly Rebuild 5 stage I5EMM Flowise bowl assembly Replace all necessary materials including brass bushings, wear rings and 416SS shafting. 8 L:\ca\djm\Agreements\General Pump Company Agreement.NPS-2.2.FY20-0128.doc All rebuild materials shall meet NSF/ANSI 61 standards 15 Furnish And Install New Bowl Assembly Supply new Goulds pump bowl assembly or City approved equal capable of meeting pumping conditions of 2200 GPM @ 500' TDH Pump bowl assembly shall meet NSF/ANSI 61 drinking water standard 14RJHC-6 16 Furnish and Install New Airline Furnish and install 342' of continuous 1/4" stainless steel airline with direct read gauge airline to be banded every 20' with stainless steel bands. 17 Install Oil lube Turbine Pumping Equipment. Install 359' of oil lube turbine pumping equipment. Restore well site to pre -rehabilitation condition. Provide all necessary gaskets and needed hardware 18 Perform Start Up Wire Motor Test Rotation Perform start up, wire motor, test rotation. 19 Pump Performance Testing: Perform pump performance testing and provide detailed report to city Provide all associated install information, pump curve, NSF certification, installation sheet, drawings, work logs and test reports Test reports to include AMP/voltage, Rossum sand test, Motor temp & vibration, flow & pressure, static, pumping and drawdown water levels. 20 Provide as built drawing: Provide as built of pumping equipment 21 Demobilize All equipment and crews used to complete proposed work. TASK 1.3 East Lugonia 3 Well & Equipment Rehabilitation 1 Mobilize All equipment and crews needed to complete proposed work. 2 Remove Pumping Equipment: Remove 105' of submersible pumping equipment with 4" column pipe 3 Tear Down and Inspect Tear down and inspect pumping equipment for damages. Provide a detailed report of damages and recommendations for repair 4 Video Log Well Video log well after pumping equipment has been removed Provide detailed report, recommendations for rehabilitation and 2 DVD copies to the City 5 Demo and Install New Pump Base Existing concrete pump base is 87" x 87" x 16" New pump base shall utilize AWWA Standard A100-06 and extend no less than 24" above final ground level elevation 6 Raise Discharge Piping Raise 4" discharge piping approx. 8" to meet new pump head height. 7 Wire Brush and Bail Brush and bail well to bottom of 12" casing x 120' Brush type will be decided based on well conditions and recommendations All removed bailing materials must be disposed of offsite. Note Estimate 10 hours of down hole work. City will consult with the contractor to determine and finalize hours based on well condition 8 Video Log Well Video log well post brush and bail Provide 2 DVD copies to the City 9 Furnish and Install New Submersible Motor Furnish and install Franklin 25HP 3450RPM 460V 3 phase submersible motor 10 Furnish and Install Motor Cable Furnish and install 120' 8/3 3 phase submersible motor cable 11 Furnish and Install New Column Pipe Furnish and Install 105' of 4" schedule 40 steel column pipe Include all necessary couplings 9 L:\ca\djm\Agreements\General Pump Company Agreement.NPS-2.2.FY20-0128.doc 12 Rebuild Bowl Assembly Rebuild 6 stage Grundfos Type 8P 9810 Model 3005250-6 bowl assembly Replace all necessary materials including brass bushings, wear rings and 4I6SS shafting. All rebuild materials shall meet NSF/ANSI 61 standards 13 Furnish And Install New Bowl Assembly. Supply new Goulds pump bowl assembly or City approved equal capable of meeting pumping conditions of 300 GPM a, 225' TDH Pump bowl assembly shall meet NSF/ANSI 61 drinking water standard 10WALC-5 14 Furnish and Install New Airline Furnish and install 105' of continuous 1/4" stainless steel airline with direct read gauge airline to be banded every 20' with stainless steel bands. 15 Install submersible Pumping Equipment Install 105' of submersible pumping equipment. Restore well site to pre -rehabilitation condition Provide all necessary gaskets and needed hardware 16 Perform Start Up Wire Motor Test Rotation Perform start up, wire motor, test rotation 17 Pump Performance Testing: Perform pump performance testing and provide detailed report to city Provide all associated install information, pump curve, NSF certification, installation sheet, drawings, work logs and test reports. Test reports to include AMP/voltage, Rossum sand test, Motor temp & vibration, flow & pressure, static, pumping and drawdown water levels. 18 Provide as built drawing Provide as built of pumping equipment 19 Demobilize All equipment and crews used to complete proposed work. TASK 1 4 East Lugonia 6 Well & Equipment Rehabilitation 1 Mobilize All equipment and crews needed to complete proposed work. 2 Remove Pumping Equipment Remove 160' of Oil-lube turbine pump equipment consisting of 10" x 2-1/5" x 1 1/2" column tube and shaft. Note Cain link fencing at site will need to be removed for access. 3 Tear Down and Inspect Tear down and inspect pumping equipment for damages Provide a detailed report of damages and recommendations for repair 4 Video Log Well Video log well after pumping equipment has been removed. Provide detailed report, recommendations for rehabilitation and 2 DVD copies to the City 5 Demo and Install New Pump Base Existing concrete pump base is 48" x 48" x 12" New pump base shall utilize AWWA Standard A100-06 and extend no less than 24" above final ground level elevation. 6 Raise Discharge Piping: Raise 12" discharge piping 12" to meet new pump head height. Provide a Victaulic fitting for flex at pump discharge 7 Wire Brush and Bail Brush and bail well to bottom of 14" casing x 253' Brush type will be decided based on well conditions and recommendations. All removed bailing materials must be disposed of offsite. Note Estimate 25 hours of down hole work. City will consult with the contractor to determine and finalize hours based on well condition 8 Video Log Well Video log well post brush and bail Provide 2 DVD copies to the City 9 Rebuild Tube and Shaft Assembly Rebuild 160' of 2-1/2" x 1-1/2" tube and shaft assembly with all new bearing, couplings and any other needed hardware 10 L.\ca\djm\Agreements \General Pump Company Agreement.NPS-2.2.FY20-0128.doc 10 Furnish and Install New Tubing and shaft assembly Furnish and install entire tube and shaft assembly consisting of 160' of 2 1/2" x 1-1/2" steel tubing and shaft. 11 Furnish and Install New Column Pipe Furnish and install 160' of 10" schedule 40 steel column pipe. Include all necessary couplings. 12 Rebuild Stretch Brass Assembly. Rebuild stretch brass. 13 Rebuild Johnston Pump Head Sand blast and epoxy coat pump head Rebuild Johnston pump head assembly with 416SS head shaft and all necessary hardware for installation of pumping equipment and motor All rebuild materials shall meet NSF/ANSI 61 standards 14 Rebuild Bowl Assembly. Rebuild 6 stage Johnston 12CC bowl assembly Replace all necessary materials including brass bushings, wear rings and 416SS shafting. All rebuild materials shall meet NSF/ANSI 61 standards 15 Furnish And Install New Bowl Assembly Supply new Goulds pump bowl assembly or City approved equal capable of meeting pumping conditions of 260 GPM @ 280' TDH Pump bowl assembly shall meet NSF/ANSI 61 drinking water standard 9WAHC-7 16 Furnish and Install New Airline Furnish and install 160' of continuous 1/4" stainless steel airline with direct read gauge airline to be banded every 20' with stainless steel bands. 17 Install Oil lube Turbine Pumping Equipment. Install 160' of oil lube turbine pumping equipment. Restore well site to pre -rehabilitation condition Provide all necessary gaskets and needed hardware. 18 Perform Start Up Wire Motor Test Rotation Perform start up, wire motor, test rotation 19 Pump Performance Testing: Perform pump performance testing and provide detailed report to city Provide all associated install information, pump curve, NSF certification, installation sheet, drawings, work logs and test reports Test reports to include AMP/voltage, Rossum sand test, Motor temp & vibration, flow & pressure, static, pumping and drawdown water levels. 20 Provide as built drawing Provide as built of pumping equipment 21 Demobilize All equipment and crews used to complete proposed work. TASK 1.5 North Orange 1 Well & Equipment Rehabilitation 1 Mobilize All equipment and crews needed to complete proposed work. 2 Remove Pumping Equipment. Remove 350' of Oil-lube turbine pump equipment consisting of 12" x 3 x 1-15/16" column tube and shaft. 3 Tear Down and Inspect Tear down and inspect pumping equipment for damages. Provide a detailed report of damages and recommendations for repair 4 Video Log Well Video log well after pumping equipment has been removed Provide detailed report, recommendations for rehabilitation and 2 DVD copies to the City 5 Wire Brush and Bail Brush and bail well to bottom of 20" and 16" casing x 1220' Brush type will be decided based on well conditions and recommendations. All removed bailing materials must be disposed of offsite Note Estimate 50 hours of down hole work. City will consult with the contractor to determine and finalize hours based on well condition 6 Video Log Well Video log well post brush and bail Provide 2 DVD copies to the City 11 L.\ca\djm\Agreements \General Pump Company Agreernent.NPS-2.2.FY20-0I28.doc 7 Rebuild Tube and Shaft Assembly. Rebuild 330' of 3" x 1-15/16" tube and shaft assembly with all new bearing, couplings and any other needed hardware Rebuilt tube end sections shall consist of machining faces of all tube ends parallel and concentric 8 Furnish and Install New Tubing and shaft assembly. Furnish and install entire tube and shaft assembly consisting of 330' of 3" x 1-15/16" steel tubing and shaft. 9 Furnish and Install New Column Pipe Furnish and install 330' of 10" schedule 40 steel column pipe. Include all necessary couplings. 10 Rebuild Stretch Brass Assembly. Rebuild stretch brass assembly 11 Rebuild Fabricated Pump Head Sandblast and epoxy coat pump head Rebuild Fabricated pump head assembly with 416SS head shaft and all necessary hardware for installation of pumping equipment and motor All rebuild materials shall meet NSF/ANSI 61 standards 12 Rebuild Bowl Assembly Rebuild 5 stage Goulds 14RHLC bowl assembly Replace all necessary materials including brass bushings, wear rings and 416SS shafting. All rebuild materials shall meet NSF/ANSI 61 standards 13 Furnish And Install New Bowl Assembly Supply new Goulds pump bowl assembly or City approved equal capable of meeting pumping conditions of 3000 GPM @ 350' TDH Pump bowl assembly shall meet NSF/ANSI 61 drinking water standard 14RHHC-5 14 Furnish and Install New Airline Furnish and install 330' of continuous 1/4" stainless steel airline with direct read gauge airline to be banded every 20' with stainless steel bands. 15 Install Oil Tube Turbine Pumping Equipment. Install 350' of oil lube turbine pumping equipment. Restore well site to pre -rehabilitation condition. Provide all necessary gaskets and needed hardware 16 Perform Start Up Wire Motor Test Rotation Perform start up, wire motor, test rotation 17 Pump Performance Testing: Perform pump performance testing and provide detailed report to city Provide all associated install information, pump curve, NSF certification, installation sheet, drawings, work logs and test reports Test reports to include AMP/voltage, Rossum sand test, Motor temp & vibration, flow & pressure, static, pumping and drawdown water levels 18 Provide as built drawing Provide as built of pumping equipment 19 Demobilize All equipment and crews used to complete proposed work. TASK 1.6 31A Well & Equipment Rehabilitation 1 Mobilize All equipment and crews needed to complete proposed work. 2 Remove Pumping Equipment Pull 505' of pumping equipment consisting of 12" and 14" x 3" x 1 15/16" oil-lube pump Note Sound proofing building will need to be removed and reinstalled 3 Tear Down and Inspect. Tear down and inspect pumping equipment for damages. Provide a detailed report of damages and recommendations for repair 4 Video Log Well Video log well after pumping equipment has been pulled Provide detail report, recommendation for rehabilitation and 2 DVD copies to the City 12 L'\ca\djm\Agreements \General Pump Company Agreement.NPS-2.2.FY20-0I28.doc 5 Wire Brush and Bail Brush and bail well to bottom of 20" and 18" casing x 743' Brush type will be decided based on well conditions and recommendations. All removed bailing materials must be disposed of offsite Note Estimate 45 hours of down hole work. City will consult with the contractor to determine and finalize hours based on well condition 6 Video Log Well Video log well post brush and bail Provide 2 DVD copies to the City 7 Rebuild Tube and Shaft Assembly Rebuild 505' of 3" x 1-15/16" tube and shaft assembly with all new bearing, couplings and any other needed hardware Rebuilt tube end sections shall consist of machining faces of all tube ends parallel and concentric 8 Furnish and Install New Tubing and shaft assembly Furnish and install entire tube and shaft assembly consisting of 505' of 3" x 1-15/16" steel tubing and shaft. 9 Furnish and Install New Column Pipe Furnish and install 505' of 12" schedule 40 column pipe. Include all necessary couplings. 10 Rebuild Stretch Brass Assembly. Rebuild stretch brass assembly 11 Rebuild Pro Fab Pump Head Sand blast and epoxy coat pump head Rebuild Pro fab head assembly with 416SS head shaft and all necessary hardware for installation of pumping equipment and motor 12 Rebuild Bowl Assembly. Rebuild 3 stage 16NKL Ingersoll-Rand bowl assembly Replace all necessary materials including brass bushings, wear rings and 416SS shafting. 13 Furnish And Install New Bowl Assembly Supply new Goulds pump bowl assembly or City approved equal capable of meeting pumping conditions of 4200 GPM @ 280' TDH 16RG LC-4 14 Furnish and Install New Airline Furnish and install 505' of continuous 1/4" stainless steel airline with direct read gauge airline to be banded every 20' with stainless steel bands. 15 Install Oil lube Turbine Pumping Equipment: Install 505' of oil lube turbine pumping equipment. Restore well site to pre -rehabilitation condition Provide all necessary gaskets and needed hardware 16 Furnish and Install New 450 HP Motor Furnish and install new 480V 3 phase 450 HP US Electric Motor Frame type 5009P 17 Perform Start Up, Wire Motor, and Test Rotation Perform start up, wire motor, test rotation. 18 Pump Performance Testing: Perform pump performance testing and provide detailed report to city Provide all associated install information, pump curve, NSF certification, installation sheet, drawings, work logs and test reports Test reports to include AMP/voltage, Rossum sand test, Motor temp & vibration, flow & pressure, static, pumping and drawdown water levels. 19 Provide as built drawing. Provide as built of pumping equipment. 20 Demobilize All equipment and crews used to complete proposed work. TASK 1 7 32 Well & Equipment Rehabilitation 1 Mobilize All equipment and crews needed to complete proposed work. 2 Remove Pumping Equipment. Pull 317' of pumping equipment consisting of 12" x 3 1/2" x 2 3/16" oil-lube pump 13 L:\ca\djm\Agreements\General Pump Company Agreement.NPS-2.2.1'Y20-0128.doc 3 Tear Down and Inspect. Tear down and inspect pumping equipment for damages Provide a detailed report of damages and recommendations for repair 4 Video Log Well Video log well after pumping equipment has been pulled Provide detail report, recommendation for rehabilitation and 2 DVD copies to the City 5 Wire Brush and Bail Brush and bail well to bottom of 24" casing x 426' Brush type will be decided based on well conditions and recommendations. All removed bailing materials must be disposed of offsite Note Estimate 40 hours of down hole work. City will consult with the contractor to determine and finalize hours based on well condition 6 Video Log Well Video log well post brush and bail Provide 2 DVD copies to the City 7 Rebuild Tube and Shaft Assembly Rebuild 317' of 3-1/2" x 2-3/16" tube and shaft assembly with all new bearing, couplings and any other needed hardware Rebuilt tube end sections shall consist of machining faces of all tube ends parallel and concentric 8 Furnish and Install New Tubing and shaft assembly. Furnish and install entire tube and shaft assembly consisting of 317' of 3"-1/2" x 2-3/16" steel tubing and shaft. 9 Furnish and Install New Column Pipe Furnish and install 317' of 12" schedule 40 steel column pipe. Include all necessary couplings 10 Rebuild Stretch Brass Assembly. Rebuild stretch brass assembly 11 Rebuild Layne & Bowler Pump Head Sand blast and epoxy coat pump head Rebuild Layne and Bowler head assembly with 416SS head shaft and all necessary hardware for installation of pumping equipment and motor 12 Rebuild Bowl Assembly Rebuild 7 stage 16MC Peerless bowl assembly Replace all necessary materials including brass bushings, wear rings and 416SS shafting. 13 Furnish And Install New Bowl Assembly. Supply new Goulds pump bowl assembly or City approved equal capable of meeting pumping conditions of 600 GPM @ 370' TDI-I IICLC-7 14 Furnish and Install New Airline Furnish and install 317' of continuous 1/4" stainless steel airline with direct read gauge airline to be banded every 20' with stainless steel bands 15 Install Oil lube Turbine Pumping Equipment: Install 317' of oil tube turbine pumping equipment. Restore well site to pre -rehabilitation condition Provide all necessary gaskets and needed hardware 16 Perform Start Up, Wire Motor, and Test Rotation Perform start up, wire motor, test rotation. 17 Pump Performance Testing: Perform pump performance testing and provide detailed report to city Provide all associated install information, pump curve, NSF certification, installation sheet, drawings, work logs and test reports Test reports to include AMP/voltage, Rossum sand test, Motor temp & vibration, flow & pressure, static, pumping and drawdown water levels 18 Provide as built drawing Provide as built of pumping equipment 19 Demobilize All equipment and crews used to complete proposed work. TASK 1.8 2310 Booster & Replacement and Installation 1 Mobilize All equipment and crews needed to complete proposed work. 14 L:\ca\djm\Agreements\General Pump Company Agreement.NPS-2.2.FY20-0I28.doc 2 Remove Pumping Equipment: Remove and dispose of existing split case booster pump equipment. Return motor to City 3 Furnish New Split Case Pump Skid Assembly. Furnish new NSF 61 approved ITT Goulds 3410 S size 4x6-9/5V split case pump assembly or City approved equal Include all necessary installation mounting hardware and equipment including pump baseplate The operating conditions shall be as follows 450GPM @ 225' TDH Goulds 3410 4 Furnish New Electric Motor Furnish New US Motor 50HP, 3 phase, 480 Volt 60Hz 3600RPM TEFC, premium efficient electric motor with a 326TS frame Or City approved equal ITT Prem Efficient 5 Fabricate Suction Line to Accommodate Changes Fabricate 10" suction line to accommodate new pumping equipment requirements, remove existing flow meter and return to the City, install new 150LB flange spool in place of removed flow meter 6 Fabricate Discharge Line Fabricate 8" Discharge line to accommodate new pumping equipment requirements Install new 10" 3001bs flange mag meter City to provided new McCrometer mag meter 7 Re -locate Electrical Motor Feed Re -locate electrical motor feed to new pump location Note Concrete cutting and excavation required to move electrical 8 Install New Pump and Motor Skid Install pump and motor skid per manufactures specifications. 9 Perform Start Up Wire Motor Test Rotation Perform start up, wire motor, test rotation 10 Pump Performance Testing: Perform pump performance testing and provide detailed report to the City Provide all associated install information, pump curve, NSF certification, installation sheet, drawings, work logs and test reports Test reports to include AMP/voltage, Motor temp & vibration, flow & pressure 11 Provide as built drawing Provide as built of pumping equipment install 12. Demobilize All equipment and crews used to complete proposed work. TASK 1.9 2311 Booster & Replacement and Installation 1 Mobilize All equipment and crews needed to complete proposed work. 2 Remove Pumping Equipment: Remove and dispose of existing split case booster pump equipment. Return motor to City 3 Furnish New Split Case Pump Skid Assembly. Furnish new NSF 61 approved ITT Goulds 3410 M size 4x6-15/5V split case pump assembly or City approved equal Include all necessary installation mounting hardware and equipment including pump baseplate. The operating conditions shall be as follows 1000 GPM @ 225' TDH Goulds 341 4 Furnish New Electric Motor Furnish New US Motor 100HP, 3 phase, 480 Volt 60Hz 1800RPM TEFC, premium efficient electric motor with a 405T frame Or City approved equal ITT Perm Efficient 15 L.\ca\dim \ Agreements \General Pump Company Agreement.NPS-2.2.FY20-0128.doc 5 Fabricate Suction Line to Accommodate Changes Fabricate 12" suction line to accommodate new pumping equipment requirements, remove existing flow meter and return to the City, install new 150LB flange spool in place of removed flow meter 6 Fabricate Discharge Line Fabricate 10" Discharge line to accommodate new pumping equipment requirements. Install new 10" 3001bs flange mag meter City provided new mag meter 7 Re -locate Electrical Motor Feed Re -locate electrical motor feed to new pump location. Note Concrete cutting and excavation required to move electrical 8 Install New Pump and Motor Skid Install pump and motor skid per manufactures specifications 9 Perform Start Up Wire Motor Test Rotation Perform start up, wire motor, test rotation 10 Pump Performance Testing: Perform pump performance testing and provide detailed report to the City Provide all associated install information, pump curve, NSF certification, installation sheet, drawings, work logs and test reports Test reports to include AMP/voltage, Motor temp & vibration, flow & pressure 11 Provide as built drawing. Provide as built of pumping equipment install. 12 Demobilize All equipment and crews used to complete proposed work. TASK 2.1 Madeira Well & Equipment Rehabilitation 1 Mobilize All equipment and crews needed to complete proposed work. 2 Remove Pumping Equipment Remove 441' of Oil-lube turbine pump equipment consisting of 8" x 2-1/2" x 1-11/16" column tube and shaft. 3 Tear Down and Inspect: Tear down and inspect pumping equipment for damages Provide a detailed report of damages and recommendations for repair 4 Video Log Well Video log well after pumping equipment has been removed Provide detailed report, recommendations for rehabilitation and 2 DVD copies to the City 5 Demo and Install New Pump Base Existing concrete pump base is 60" x 60" x 12" New pump base shall utilize AWWA Standard A100-06 and extend no less than 24" above final ground level elevation. 6 Raise Discharge Piping: Raise 12" discharge piping approx. 12" to meet new pump head height. Provide a Victaulic fitting for flex at pump discharge. 7 Wire Brush and Bail Brush and bail well to bottom of 16 and 14" casing x 465' Brush type will be decided based on well conditions and recommendations. All removed bailing materials must be disposed of offsite Note Estimate 30 hours of down hole work. City will consult with the contractor to determine and finalize hours based on well condition 8 Video Log Well Video log well post brush and bail Provide 2 DVD copies to the City 9 Rebuild Tube and Shaft Assembly. Rebuild 422' of 2-1/2" x 1-11/16" tube and shaft assembly with all new bearing, couplings and any other needed hardware 10 Furnish and Install New Tubing and shaft assembly Furnish and install entire tube and shaft assembly consisting of 422' of 2 1/2" x 1 11/16" steel tubing and shaft. 11 Furnish and Install New Column Pipe Furnish and install 422' of 8" schedule 40 steel column pipe Include all necessary couplings 12. Rebuild Stretch Brass Assembly Rebuild stretch brass assembly 16 L.\ca\djm\Agreements\General Pump Company Agreement.NPS-2.2.FY20-0128.doc 13 Rebuild Worthington Pump Head Sand blast and epoxy coat pump head Rebuild Worthington pump head assembly with 4I6SS head shaft and all necessary hardware for installation of pumping equipment and motor All rebuild materials shall meet NSF/ANSI 61 standards 14 Rebuild Bowl Assembly. Rebuild 7 stage Goulds 12CLC bowl assembly Replace all necessary materials including brass bushings, wear rings and 416SS shafting. All rebuild materials shall meet NSF/ANSI 61 standards 15 Furnish And Install New Bowl Assembly Supply new Goulds pump bowl assembly or City approved equal capable of meeting pumping conditions of 700 GPM @ 410' TDH Pump bowl assembly shall meet NSF/ANSI 61 drinking water standard IICLC-8 16 Furnish and Install New Airline Furnish and install 422' of continuous 1/4" stainless steel airline with direct read gauge airline to be banded every 20' with stainless steel bands. 17 Install Oil lube Turbine Pumping Equipment. Install 441' of oil tube turbine pumping equipment. Restore well site to pre -rehabilitation condition Provide all necessary gaskets and needed hardware. 18 Perform Start Up Wire Motor Test Rotation Perform start up, wire motor, test rotation 19 Pump Performance Testing. Perform pump performance testing and provide detailed report to city Provide all associated install information, pump curve, NSF certification, installation sheet, drawings, work logs and test reports. Test reports to include AMP/voltage, Rossum sand test, Motor temp & vibration, flow & pressure, static, pumping and drawdown water levels 20 Provide as built drawing. Provide as built of pumping equipment 21 Demobilize All equipment and crews used to complete proposed work. TASK 2.2 Mentone 2 Well & Equipment Rehabilitation 1 Mobilize All equipment and crews needed to complete proposed work. 2 Remove Pumping Equipment: Remove 470' of Oil-lube turbine pump equipment consisting of 10" x 3" x 1-15/16" column tube and shaft. 3 Tear Down and Inspect: Tear down and inspect pumping equipment for damages. Provide a detailed report of damages and recommendations for repair 4 Video Log Well Video log well after pumping equipment has been removed Provide detailed report, recommendations for rehabilitation and 2 DVD copies to the City 5 Demo and Install New Pump Base Existing concrete pump base is 48" x 48" x 16" New pump base shall utilize AWWA Standard A 100-06 and extend no less than 24" above final ground level elevation 6 Raise Discharge Piping. Raise 12" discharge piping 8" to meet new pump head height. Provide a Victaulic fitting for flex at pump discharge 7 Wire Brush and Bail Brush and bail well to bottom of 16" casing x 566' Brush type will be decided based on well conditions and recommendations. All removed bailing materials must be disposed of offsite Note Estimate 32 hours of down hole work. City will consult with the contractor to determine and finalize hours based on well condition 8 Video Log Well Video log well post brush and bail Provide 2 DVD copies to the City 17 L:\ca\djm\Agreements\General Pump Company Agreement.NPS-2.2.FY20-0128.doc 9 Rebuild Tube and Shaft Assembly Rebuild 382' of 3" x 1-15/16" tube and shaft assembly with all new bearing, couplings and any other needed hardware Rebuilt tube end sections shall consist of machining faces of all tube ends parallel and concentric 10 Furnish and Install New Tubing and shaft assembly Furnish and install entire tube and shaft assembly consisting of 382' of 3" x 1-15/16" steel tubing and shaft. 11 Furnish and Install New Column Pipe Furnish and install 382' of 10" schedule 40 steel column pipe Include all necessary couplings 12. Rebuild Stretch Brass Assembly Rebuild stretch brass. 13 Rebuild Floway Western land Roller Head Sand blast and epoxy coat pump head Rebuild Western Land Roller pump head assembly with 416SS head shaft and all necessary hardware for installation of pumping equipment and motor All rebuild materials shall meet NSF/ANSI 61 standards 14 Rebuild Bowl Assembly. Rebuild 6 stage 15EMM Flowserve bowl assembly Replace all necessary materials including brass bushings, wear rings and 416SS shafting. All rebuild materials shall meet NSF/ANSI 61 standards 15 Furnish And Install New Bowl Assembly Supply new Goulds pump bowl assembly or City approved equal capable of meeting pumping conditions of 2000 GPM @ 490' TDH Pump bowl assembly shall meet NSF/ANSI 61 drinking water standard 16BLC-4 16 Furnish and Install New Airline Furnish and install 382' of continuous 1/4" stainless steel airline with direct read gauge airline to be banded every 20' with stainless steel bands. 17 Install Oil lube Turbine Pumping Equipment: Install 470' of oil lube turbine pumping equipment. Restore well site to pre -rehabilitation condition Provide all necessary gaskets and needed hardware 18 Perform Start Up Wire Motor Test Rotation Perform start up, wire motor, test rotation. 19 Pump Performance Testing: Perform pump performance testing and provide detailed report to city Provide all associated install information, pump curve, NSF certification, installation sheet, drawings, work logs and test reports. Test reports to include AMP/voltage, Rossum sand test, Motor temp & vibration, flow & pressure, static, pumping and drawdown water levels. 20 Provide as built drawing Provide as built of pumping equipment 21 Demobilize All equipment and crews used to complete proposed work. TASK 2.3 Well 38 Well & Equipment Rehabilitation 1 Mobilize All equipment and crews needed to complete proposed work. 2. Remove Pumping Equipment Remove 280' of Oil-lube turbine pump equipment consisting of 12" x 3" x 1-15/16" column tube and shaft. 3 Tear Down and Inspect Tear down and inspect pumping equipment for damages Provide a detailed report of damages and recommendations for repair 4 Video Log Well Video log well after pumping equipment has been removed Provide detailed report, recommendations for rehabilitation and 2 DVD copies to the City 18 L:\ca\djm\Agreements\General Pump Company Agreement.NPS-2.2.FY20-0128.doc 5 Demo and Install New Pump Base Existing concrete pump base is 58" x 58" x 19" New pump base shall utilize AWWA Standard A100-06 and extend no less than 24" above final ground level elevation. 6 Raise Discharge Piping Raise 12" discharge piping 5" to meet new pump head height. Provide a Victaulic fitting for flex at pump discharge 7 Wire Brush and Bail Brush and bail well to bottom of 16" casing x 1120' Brush type will be decided based on well conditions and recommendations All removed bailing materials must be disposed of offsite Note Estimate 55 hours of down hole work. City will consult with the contractor to determine and finalize hours based on well condition 8 Video Log Well Video log well post brush and bail Provide 2 DVD copies to the City 9 Rebuild Tube and Shaft Assembly Rebuild 270' of 3" x 1-15/16" tube and shaft assembly with all new bearing, couplings and any other needed hardware Rebuilt tube end sections shall consist of machining faces of all tube ends parallel and concentric 10 Furnish and Install New Tubing and shaft assembly Furnish and install entire tube and shaft assembly consisting of 270' of 3" x 1-15/16" steel tubing and shaft. 11 Furnish and Install New Column Pipe Furnish and install 270' of 12" schedule 40 steel column pipe Include all necessary couplings. 12. Rebuild Stretch Brass Assembly Rebuild stretch brass 13 Rebuild Floway Western land Roller Head Sand blast and epoxy coat pump head Rebuild Western Land Roller pump head assembly with 416SS head shaft and all necessary hardware for installation of pumping equipment and motor All rebuild materials shall meet NSF/ANSI 61 standards 14 Rebuild Bowl Assembly Rebuild 8 stage Goulds 14RJLC bowl assembly Replace all necessary materials including brass bushings, wear rings and 416SS shafting. All rebuild materials shall meet NSF/ANSI 61 standards 15 Furnish And Install New Bowl Assembly Supply new Goulds pump bowl assembly or City approved equal capable of meeting pumping conditions of 1630 GPM @ 550' TDI-I Pump bowl assembly shall meet NSF/ANSI 61 drinking water standard 14RJMC-7 16 Furnish and Install New Airline Furnish and install 270' of continuous 1/4" stainless steel airline with direct read gauge airline to be banded every 20' with stainless steel bands. 17 Install Oil lube Turbine Pumping Equipment: Install 280' of oil lube turbine pumping equipment. Restore well site to pre -rehabilitation condition. Provide all necessary gaskets and needed hardware. 18 Perform Start Up Wire Motor Test Rotation Perform start up, wire motor, test rotation 19 Pump Performance Testing: Perform pump performance testing and provide detailed report to city Provide all associated install information, pump curve, NSF certification, installation sheet, drawings, work logs and test reports Test reports to include AMP/voltage, Rossum sand test, Motor temp & vibration, flow & pressure, static, pumping and drawdown water levels. 20 Provide as built drawing Provide as built of pumping equipment 21 Demobilize All equipment and crews used to complete proposed work. 19 L:\ca\djm\Agreements\General Pump Company Agreernent.NPS-2.2.FY20-0128.doc TASK 2.4 Well 39 Well & Equipment Rehabilitation 1 Mobilize All equipment and crews needed to complete proposed work. 2 Remove Pumping Equipment: Remove 329' of Oil -tube turbine pump equipment consisting of 10" x 3" x 1-15/16" column tube and shaft. 3 Tear Down and Inspect: Tear down and inspect pumping equipment for damages Provide a detailed report of damages and recommendations for repair 4 Video Log Well Video log well after pumping equipment has been removed Provide detailed report, recommendations for rehabilitation and 2 DVD copies to the City 5 Demo and Install New Pump Base Existing concrete pump base is 71" x 71" x 16" New pump base shall utilize AWWA Standard A100-06 and extend no less than 24" above final ground level elevation 6 Raise Discharge Piping: Raise 12" discharge piping approx. 8" to meet new pump head height. Provide a Victaulic fitting for flex at pump discharge. 7 Wire Brush and Bail Brush and bail well to bottom of 16" casing x 1120' Brush type will be decided based on well conditions and recommendations All removed bailing materials must be disposed of offsite Note Estimate 55 hours of down hole work. City will consult with the contractor to determine and finalize hours based on well condition 8 Video Log Well Video log well post brush and bail Provide 2 DVD copies to the City 9 Rebuild Tube and Shaft Assembly. Rebuild 320' of 3" x 1-15/16" tube and shaft assembly with all new bearing, couplings and any other needed hardware Rebuilt tube end sections shall consist of machining faces of all tube ends parallel and concentric 10 Furnish and Install New Tubing and shaft assembly Furnish and install entire tube and shaft assembly consisting of 320' of 3" x 1-15/16" steel tubing and shaft. 11 Furnish and Install New Column Pipe Furnish and install 320' of 12" schedule 40 steel column pipe Include all necessary couplings. 12 Rebuild Stretch Brass Assembly. Rebuild stretch brass 13 Rebuild Floway Western land Roller Head Sand blast and epoxy coat pump head Rebuild Western Land Roller pump head assembly with 416SS head shaft and all necessary hardware for installation of pumping equipment and motor All rebuild materials shall meet NSF/ANSI 61 standards 14 Rebuild Bowl Assembly Rebuild 7 stage Goulds 14RJLC bowl assembly Replace all necessary materials including brass bushings, wear rings and 416SS shafting. All rebuild materials shall meet NSF/ANSI 61 standards 15 Furnish And Install New Bowl Assembly Supply new Goulds pump bowl assembly or City approved equal capable of meeting pumping conditions of 1220 GPM @ 540' TDI-1 Pump bowl assembly shall meet NSF/ANSI 61 drinking water standard 13CMC-7 16 Furnish and hlstall New Airline Furnish and install 320' of continuous 1/4" stainless steel airline with direct read gauge airline to be banded every 20' with stainless steel bands. 17 Install Oil lube Turbine Pumping Equipment: Install 329' of oil lube turbine pumping equipment. Restore well site to pre -rehabilitation condition Provide all necessary gaskets and needed hardware 18 Perform Start Up Wire Motor Test Rotation Perform start up, wire motor, test rotation 20 L.\ca\djm\Agreements \General Pump Company Agreernent.NPS-2.2.FY20-0128.doc 19 Pump Performance Testing: Perform pump performance testing and provide detailed report to city Provide all associated install information, pump curve, NSF certification, installation sheet, drawings, work logs and test reports. Test reports to include AMP/voltage, Rossum sand test, Motor temp & vibration, flow & pressure, static, pumping and drawdown water levels. 20 Provide as built drawing: Provide as built of pumping equipment 21 Demobilize All equipment and crews used to complete proposed work. TASK 2.5 New York Street Well & Equipment Rehabilitation 1 Mobilize All equipment and crews needed to complete proposed work. 2 Remove Pumping Equipment. Remove 365' of Oil-lube turbine pump equipment consisting of 10" x 3" x 1-15/16" column tube and shaft. 3 Tear Down and Inspect: Tear down and inspect pumping equipment for damages Provide a detailed report of damages and recommendations for repair 4 Video Log Well Video log well after pumping equipment has been removed Provide detailed report, recommendations for rehabilitation and 2 DVD copies to the City 5 Wire Brush and Bail Brush and bail well to bottom of 16" casing x 885' Brush type will be decided based on well conditions and recommendations. All removed bailing materials must be disposed of offsite. Note Estimate 40 hours of down hole work. City will consult with the contractor to determine and finalize hours based on well condition 6 Video Log Well Video log well post brush and bail Provide 2 DVD copies to the City 7 Rebuild Tube and Shaft Assembly Rebuild 350' of 3" x 1-15/16" tube and shaft assembly with all new bearing, couplings and any other needed hardware Rebuilt tube end sections shall consist of machining faces of all tube ends parallel and concentric 8 Furnish and Install New Tubing and shaft assembly Furnish and install entire tube and shaft assembly consisting of 350' of 3" x 1-15/16" steel tubing and shaft. 9 Furnish and Install New Column Pipe Furnish and install 350' of 10" schedule 40 steel column pipe Include all necessary couplings. 10 Rebuild Stretch Brass Assembly. Rebuild stretch brass. 11 Rebuild Layne & Bowler Head Sand blast and epoxy coat pump head. Rebuild Layne & Bowler pump head assembly with 416SS head shaft and all necessary hardware for installation of pumping equipment and motor 12. Rebuild Bowl Assembly. Rebuild 3 stage American Marsh 14MCR bowl assembly Replace all necessary materials including brass bushings, wear rings and 416SS shafting. 13 Furnish And Install New Bowl Assembly. Supply new Goulds pump bowl assembly or City approved equal capable of meeting pumping conditions of 2000 GPM @ 231' TDI-I 14RHLC-3 14 Furnish and Install New Airline Furnish and install 320' of continuous 1/4" stainless steel airline with direct read gauge airline to be banded every 20' with stainless steel bands. 15 Install Oil Tube Turbine Pumping Equipment: Install 365' of oil lube turbine pumping equipment. Restore well site to pre -rehabilitation condition Provide all necessary gaskets and needed hardware 16 Perform Start Up Wire Motor Test Rotation Perform start up, wire motor, test rotation. 21 L.\ca\djm\Agreements \General Pump Company Agreement.NPS-2.2.FY20-0128.doc 17 Pump Performance Testing: Perform pump performance testing and provide detailed report to city Provide all associated install information, pump curve, NSF certification, installation sheet, drawings, work logs and test reports. Test reports to include AMP/voltage, Rossum sand test, Motor temp & vibration, flow & pressure, static, pumping and drawdown water levels. 18 Provide as built drawing: Provide as built of pumping equipment 19 Demobilize All equipment and crews used to complete proposed work. TASK 2.6 Well 11 & Equipment Rehabilitation 1 Mobilize All equipment and crews needed to complete proposed work. 2 Remove Pumping Equipment: Pull 220' of pumping equipment consisting of 6" x 1 3/16" water lube pump 3 Tear Down and Inspect Tear down and inspect pumping equipment for damages Provide a detailed report of damages and recommendations for repair 4 Video Log Well Video log well after pumping equipment has been removed Provide detailed report, recommendations for rehabilitation and 2 DVD copies to the City 5 Wire Brush and Bail Brush and bail well to bottom of 18" casing x 687' Brush type will be decided based on well conditions and recommendations. All removed bailing materials must be disposed of offsite Note Estimate 40 hours of down hole work. City will consult with the contractor to determine and finalize hours based on well condition 6 Furnish and Install New Line Shaft: Furnish and install all 220' X 1 3/16" 316 SS line shaft and 304 SS coupling. 7 Rebuild IR Head Sand blast and epoxy coat pump head. Rebuild IR pump head assembly with 416SS head shaft and all necessary hardware for installation of pumping equipment and motor 8 Rebuild Stretch Brass Assembly. Rebuild stretch brass Assembly 9 Furnish and Install All Bushings Furnish and install all bronze drop in retainers with Vesconite bushings. 10 Rebuild Bowl Assembly. Rebuild 7 stage Ingersoll -Dresser 10M50 bowl assembly Replace all necessary materials including brass bushings, wear rings and 416SS shafting. 11 Furnish And Install New Bowl Assembly Supply new Goulds pump bowl assembly or City approved equal capable of meeting pumping conditions of 1260 GPM @ 180' TDH 10DHHC-6 12. Furnish and Install New Column Pipe Furnish and install 220' of 6" schedule 40 steel column pipe Include all necessary couplings. 13 Furnish and Install New Airline Furnish and install 220' of continuous 1/4" stainless steel airline with direct read gauge airline to be banded every 20' with stainless steel bands. 14 Furnish and Install New Check Foot Valve Furnish and install new Flomatic style check valve 15 Install Water Lube Turbine Pumping Equipment Install 220' of water lube turbine pumping equipment. Restore well site to pre -rehabilitation condition Provide all necessary gaskets and needed hardware 22 L:\ca\djm\Agreements\General Pump Company Agreement.NPS-2.2,FY20-0128.doc 16 Perform Start Up, Wire Motor, and Test Rotation Perform start up, wire motor, test rotation 17 Pump Performance Testing: Perform pump performance testing and provide detailed report to city Provide all associated install information, pump curve, NSF certification, installation sheet, drawings, work logs and test reports Test reports to include AMP/voltage, Rossum sand test, Motor temp & vibration, flow & pressure, static, pumping and drawdown water levels. 18 Provide as built drawing Provide as built of pumping equipment 19 Demobilize All equipment and crews used to complete proposed work. TASK 2.7 Well 36 & Equipment Rehabilitation 1 Mobilize All equipment and crews needed to complete proposed work. 2 Remove Pumping Equipment. Remove 328' of Oil-lube turbine pump equipment consisting of 8" x 2" x 1-1/4" column tube and shaft. Note Pump is located at Hillside Memorial Park, work will have to coordinate with Hillside staff The pump is also located below grade in a permit required confined space Contractor is required to comply with all regulatory permit required confined space entry procedures. 3 Tear Down and Inspect: Tear down and inspect pumping equipment for damages Provide a detailed report of damages and recommendations for repair 4 Video Log Well Video log well after pumping equipment has been removed Provide detailed report, recommendations for rehabilitation and 2 DVD copies to the City 5 Wire Brush and Bail Brush and bail well to bottom of 12" casing (total depth unknown) Brush type will be decided based on well conditions and recommendations. All removed bailing materials must be disposed of offsite. Note Estimate 40 hours of down hole work. City will consult with the contractor to determine and finalize hours based on well condition. 6 Video Log Well Video log well post brush and bail Provide 2 DVD copies to the City 7 Rebuild Tube and Shaft Assembly. Rebuild 328' of 2" x 1-1/4" tube and shaft assembly with all new bearing, couplings and any other needed hardware. 8 Furnish and Install New Tubing and shaft assembly. Furnish and install entire tube and shaft assembly consisting of 328' of 2" x 1-1/4" steel tubing and shaft. 9 Furnish and Install New Column Pipe Furnish and install 328' of 8" schedule 40 steel column pipe Include all necessary couplings 10 Rebuild Stretch Brass Assembly. Rebuild stretch brass. 11 Rebuild US Pumps Head Sand blast and epoxy coat pump head. Rebuild US Pumps pump head assembly with 416SS head shaft and all necessary hardware for installation of pumping equipment and motor 12. Rebuild Bowl Assembly Rebuild 12 stage Goulds 9RCLC bowl assembly Replace all necessary materials including brass bushings, wear rings and 416SS shafting. 13 Furnish And Install New Bowl Assembly Supply new Goulds pump bowl assembly or City approved equal capable of meeting pumping conditions of 450 GPM @ 446' TDH 9RCLC-12 23 L:\ca\djm\Agreements\General Pump Company Agreernent.NPS-2.2.FY20-0128.doc 14 Furnish and Install New Airline Furnish and install 328' of continuous 1/4" stainless steel airline with direct read gauge airline to be banded every 20' with stainless steel bands 15 Install Oil lube Turbine Pumping Equipment: Install 328' of oil lube turbine pumping equipment. Restore well site to pre -rehabilitation condition Provide all necessary gaskets and needed hardware. 16 Perform Start Up Wire Motor Test Rotation Perform start up, wire motor, test rotation 17 Pump Performance Testing Perform pump performance testing and provide detailed report to city Provide all associated install information, pump curve, NSF certification, installation sheet, drawings, work logs and test reports. Test reports to include AMP/voltage, Rossum sand test, Motor temp & vibration, flow & pressure, static, pumping and drawdown water levels. 18 Provide as built drawing Provide as built of pumping equipment 19 Demobilize All equipment and crews used to complete proposed work. TASK 3.1 Airport 2 Well & Equipment Rehabilitation 1 Mobilize All equipment and crews needed to complete proposed work. 2 Remove Pumping Equipment: Remove 446' of Oil-lube turbine pump equipment consisting of 10" x 3"x 1-11/16" with 40' of engineered suction. Leave suction on site 3 Tear Down and Inspect: Tear down and inspect pumping equipment for damages. Provide a detailed report of damages and recommendations for repair 4 Video Log Well Video log well after pumping equipment has been pulled Provide detail report, recommendation for rehabilitation and 2 DVD copies to the City 5 Wire Brush and Bail Brush and bail well to bottom of 20" and 18" casing x 470' Brush type will be decided based on well conditions and recommendations. All removed bailing materials must be disposed of offsite Note Estimate 40 hours of down hole work. City will consult with the contractor to determine and finalize hours based on well condition 6 Video Log Well Video log well post brush and bail Provide 2 DVD copies to the City 7 Rebuild Tube and Shaft Assembly Rebuild 420' of 3" x 1-1 1/16" column, tube and shaft assembly with all new bearing, couplings and any other needed hardware 8 Furnish and Install New Tubing and shaft assembly Furnish and install entire tube and shaft assembly consisting of 420' of 3" x 1 11/16" steel tubing and shaft. 9 Furnish and Install New Column Pipe Furnish and install 420' of 10" schedule 40 column pipe Include all necessary couplings. 10 Rebuild Stretch Brass Assembly. Rebuild stretch brass assembly 11 Rebuild I.R. Pump Head Sand blast and epoxy coat pump head Rebuild I.R. head assembly with 416SS head shaft and all necessary hardware for installation of pumping equipment and motor All rebuild materials shall meet NSF/ANSI 61 standards 12. Rebuild Bowl Assembly. Rebuild 9 stage American Marsh 13MC bowl assembly Replace all necessary materials including brass bushings, wear rings and 416SS shafting. All rebuild materials shall meet NSF/ANSI 61 standards 13 Furnish And Install New Bowl Assembly Supply new Goulds pump bowl assembly or City approved equal capable of meeting pumping conditions of 1500 GPM @ 600' TDI-I 24 L.\ca\djm\Agreements\General Pump Company Agreement.NPS-2,2.FY20-0128.doc Pump bowl assembly shall meet NSF/ANSI 61 drinking water standard Goulds FDLC-12 Stage 14 Furnish and Install New Airline Furnish and install 420' of continuous 1/4" stainless steel airline with direct read gauge airline to be banded every 20' with stainless steel bands. 15 Install Oil lube Turbine Pumping Equipment. Install 446' of oil lube turbine pumping equipment. Restore well site to pre -rehabilitation condition Provide all necessary gaskets and needed hardware 16 Perform Start Up Wire Motor Test Rotation Perform start up, wire motor, test rotation 17 Pump Performance Testing Perform pump performance testing and provide detailed report to city Provide all associated install information, pump curve, NSF certification, installation sheet, drawings, work logs and test reports. Test reports to include AMP/voltage, Rossum sand test, Motor temp & vibration, flow & pressure, static, pumping and drawdown water levels. 18 Provide as built drawing Provide as built of pumping equipment 19 Demobilize All equipment and crews used to complete proposed work. TASK 3.2 Mill Creek 2A Well & Equipment Rehabilitation 1 Mobilize All equipment and crews needed to complete proposed work. 2 Remove Pumping Equipment: Pull 240' of pumping equipment consisting of 6" x 1 3/16" water lube pump 3 Tear Down and Inspect Tear down and inspect pumping equipment for damages Provide a detailed report of damages and recommendations for repair 4 Demo and Install New Pump Base Existing concrete pump base is 48" x 48" x 22" New pump base shall utilize AWWA Standard A100-06 and extend no less than 24" above final ground level elevation 5 Raise Discharge Piping Raise 12" discharge piping approx. 2" to meet new pump head height. Provide a Victaulic fitting for flex at pump discharge. 6 Wire Brush and Bail Brush and bail well to bottom of 20" casing x 300' Brush type will be decided based on well conditions and recommendations All removed bailing materials must be disposed of offsite. Note Estimate 24 hours of down hole work. City will consult with the contractor to determine and finalize hours based on well condition 7 Video Log Well Video log well post brush and bail Provide 2 DVD copies to the City 8 Furnish and Install New Line Shaft Furnish and install All 240' X 1 3/16" 316 SS line shaft and 304 SS coupling. 9 Rebuild IR Head Sand blast and epoxy coat pump head. Rebuild IR pump head assembly with 416SS head shaft and all necessary hardware for installation of pumping equipment and motor 10 Rebuild Stretch Brass Assembly. Rebuild stretch brass Assembly 11 Furnish and Install All Bushings Furnish and install all bronze drop in retainers with Vesconite bushings 12 Rebuild Bowl Assembly. Rebuild 7 stage Ingersoll -Dresser 10M50 bowl assembly Replace all necessary materials including brass bushings, wear rings and 416SS shafting. 25 L:\ca\djm\Agreements\General Pump Company Agreement.NPS-2.2.FY20-0128.doc 13 Furnish And Install New Bowl Assembly Supply new Goulds pump bowl assembly or City approved equal capable of meeting pumping conditions of 1260 GPM @ 180' TDH Pump bowl assembly shall meet NSF/ANSI 61 drinking water standard l ODHHC-6 14 Furnish and Install New column Pipe Furnish and install 240' of 6" schedule 40 steel column pipe Include all necessary couplings 15 Furnish and Install New Airline Furnish and install 240' of continuous 1/4" stainless steel airline with direct read gauge airline to be banded every 20' with stainless steel bands. 16 Install Water Lube Turbine Pumping Equipment. Install 240' of water lube turbine pumping equipment. Restore well site to pre -rehabilitation condition. Provide all necessary gaskets and needed hardware. 17 Perform Start Up, Wire Motor, and Test Rotation Perform start up, wire motor, test rotation. 18 Pump Performance Testing: Perform pump performance testing and provide detailed report to city Provide all associated install information, pump curve, NSF certification, installation sheet, drawings, work logs and test reports. Test reports to include AMP/voltage, Rossum sand test, Motor temp & vibration, flow & pressure, static, pumping and drawdown water levels. 19 Provide as built drawing: Provide as built of pumping equipment 20 Demobilize All equipment and crews used to complete proposed work. TASK 3.3 Rees Well & Equipment Rehabilitation 1 Mobilize All equipment and crews needed to complete proposed work. 2 Remove Pumping Equipment: Remove 410' of Oil-lube turbine pump equipment consisting of 10 "x 3" x 1-15/16" column tube and shaft. 3 Tear Down and Inspect Tear down and inspect pumping equipment for damages. Provide a detailed report of damages and recommendations for repair 4 Video Log Well Video log well after pumping equipment has been removed Provide detailed report, recommendations for rehabilitation and 2 DVD copies to the City 5 Wire Brush and Bail Brush and bail well to bottom of 14" casing x 51 l' Brush type will be decided based on well conditions and recommendations. All removed bailing materials must be disposed of offsite. Note Estimate 32 hours of down hole work. City will consult with the contractor to determine and finalize hours based on well condition. 6 Video Log Well Video log well post brush and bail Provide 2 DVD copies to the City 7 Rebuild Tube and Shaft Assembly Rebuild 390' of 3" x 1-15/16" tube and shaft assembly with all new bearing, couplings and any other needed hardware Rebuilt tube end sections shall consist of machining faces of all tube ends parallel and concentric 8 Furnish and Install New Tubing and shaft assembly Furnish and install entire tube and shaft assembly consisting of 390' of 3" x 1-15/16" steel tubing and shaft. 9 Furnish and install New Column Pipe Furnish and install 390' of 10" schedule 40 steel column pipe Include all necessary couplings 10 Rebuild Stretch Brass Assembly. Rebuild stretch brass 26 L.\ca\djm\Agreements\General Pump Company Agreement,NPS-2.2.FY20-0128.doc 11 Rebuild Johnson Pump Head Sand blast and epoxy coat pump head Johnson pump head assembly with 416SS head shaft and all necessary hardware for installation of pumping equipment and motor All rebuild materials shall meet NSF/ANSI 61 standards 12. Rebuild Bowl Assembly. Rebuild 8 stage Goulds 12CHC bowl assembly Replace all necessary materials including brass bushings, wear rings and 416SS shafting. All rebuild materials shall meet NSF/ANSI 61 standards 13 Furnish And Install New Bowl Assembly Supply new Goulds pump bowl assembly or City approved equal capable of meeting pumping conditions of 1020 GPM @ 597' TDH Pump bowl assembly shall meet NSF/ANSI 61 drinking water standard 12CHC-8 14 Furnish and Install New Airline Furnish and install 390' of continuous 1/4" stainless steel airline with direct read gauge airline to be banded every 20' with stainless steel bands 15 Install Oil lube Turbine Pumping Equipment. Install 410' of oil lube turbine pumping equipment. Restore well site to pre -rehabilitation condition Provide all necessary gaskets and needed hardware 16 Perform Start Up Wire Motor Test Rotation Perform start up, wire motor, test rotation 17 Pump Performance Testing: Perform pump performance testing and provide detailed report to city Provide all associated install information, pump curve, NSF certification, installation sheet, drawings, work logs and test reports. Test reports to include AMP/voltage, Rossu►n sand test, Motor temp & vibration, flow & pressure, static, pumping and drawdown water levels 18 Provide as built drawing Provide as built of pumping equipment 19 Demobilize All equipment and crews used to complete proposed work. TASK 3.4 SB Muni Well & Equipment Rehabilitation 1 Mobilize All equipment and crews needed to complete proposed work. 2 Remove Pumping Equipment: Remove 505' of Oil-lube turbine pump equipment consisting of 12" x 4" x 2-7/16" column tube and shaft. 3 Tear Down and Inspect. Tear down and inspect pumping equipment for damages. Provide a detailed report of damages and recommendations for repair 4 Video Log Well Video log well after pumping equipment has been removed Provide detailed report, recommendations for rehabilitation and 2 DVD copies to the City 5 Demo and Install New Pump Base Existing concrete pump base is 78 "x 78" x 6" New pump base shall utilize AWWA Standard A100-06 and extend no less than 24" above final ground level elevation 6 Raise Discharge Piping: Raise 12" discharge piping 10" to meet new pump head height. Provide a Victaulic fitting for flex at pump discharge 7 Wire Brush and Bail Brush and bail well to bottom of 18" casing x 590' Brush type will be decided based on well conditions and recommendations. All removed bailing materials must be disposed of offsite Note Estimate 40 hours of down hole work. City will consult with the contractor to determine and finalize hours based on well condition. 8 Video Log Well Video log well post brush and bail Provide 2 DVD copies to the City 27 L.\ca\djm\Agreements\General Pump Company Agreement.NPS-2,2.FY20-0128.doc 9 Rebuild Tube and Shaft Assembly• Rebuild 505' of 4" x 2-7/16" tube and shaft assembly with all new bearing, couplings and any other needed hardware Rebuilt tube end sections shall consist of machining faces of all tube ends parallel and concentric 10 Furnish and Install New Tubing and shaft assembly Furnish and install entire tube and shaft assembly consisting of 505' of 4" x 2-7/16" steel tubing and shaft. 11 Furnish and install New Column Pipe Furnish and Install 505" of 12" schedule 40 steel column pipe. Include all necessary couplings. 12. Rebuild Stretch Brass Assembly. Rebuild stretch brass. 13 Rebuild Layne & Bowler Head Sand blast and epoxy coat pump head Rebuild Layne & Bowler pump head assembly with 416SS head shaft and all necessary hardware for installation of pumping equipment and motor All rebuild materials shall meet NSF/ANSI 61 standards 14 Rebuild Bowl Assembly• Rebuild 6 stage Layne & Bowler 16KHM bowl assembly Replace all necessary materials including brass bushings, wear rings and 416SS shafting. All rebuild materials shall meet NSF/ANSI 61 standards 15 Furnish And Install New Bowl Assembly• Supply new Goulds pump bowl assembly or City approved equal capable of meeting pumping conditions of 2650 GPM @ 480' TDH Pump bowl assembly shall meet NSF/ANSI 61 drinking water standard 14RHHC-6 16 Furnish and Install New Airline Furnish and install 505' of continuous 1/4" stainless steel airline with direct read gauge airline to be banded every 20' with stainless steel bands. 17 Install Oil lube Turbine Pumping Equipment: Install 505' of oil lube turbine pumping equipment. Restore well site to pre -rehabilitation condition Provide all necessary gaskets and needed hardware. 18 Perform Start Up Wire Motor Test Rotation Perform start up, wire motor, test rotation. 19 Pump Performance Testing Perform pump performance testing and provide detailed report to city Provide all associated install information, pump curve, NSF certification, installation sheet, drawings, work logs and test reports. Test reports to include AMP/voltage, Rossum sand test, Motor temp & vibration, flow & pressure, static, pumping and drawdown water levels. 20 Provide as built drawing• Provide as built of pumping equipment 21 Demobilize All equipment and crews used to complete proposed work. TASK 3.5 Mill Creek 4 Well & Equipment Rehabilitation 1 Mobilize All equipment and crews needed to complete proposed work. 2 Remove Pumping Equipment. Remove 193' of Oil-lube turbine pump equipment consisting of 10" x 3" x 1-11/16" column tube and shaft. 3 Tear Down and Inspect Tear down and inspect pumping equipment for damages Provide a detailed report of damages and recommendations for repair 4 Video Log Well Video log well after pumping equipment has been removed Provide detailed report, recommendations for rehabilitation and 2 DVD copies to the City 5 Wire Brush and Bail Brush and bail well to bottom of 20" casing x 275' Brush type will be decided based on well conditions and recommendations. All removed bailing materials 28 L:\ca\djm\Agreements\General Pump Company Agreement.NPS-2.2.FY20-0128.doc must be disposed of offsite Note Estimate 24 hours of down hole work. City will consult with the contractor to determine and finalize hours based on well condition 6 Video Log Well Video log well post brush and bail Provide 2 DVD copies to the City 7 Rebuild Tube and Shaft Assembly. Rebuild 193' of 3" x 1-I1/16" tube and shaft assembly with all new bearing, couplings and any other needed hardware Rebuilt tube end sections shall consist of machining faces of all tube ends parallel and concentric 8 Furnish and Install New Tubing and shaft assembly Furnish and install entire tube and shaft assembly consisting of 193' of 3" x 1-11/16" steel tubing and shaft. 9 Furnish and Install New Column Pipe Furnish and install 193' of 8" schedule 40 steel column pipe Include all necessary couplings 10 Rebuild Stretch Brass Assembly Rebuild stretch brass 11 Rebuild Layne & Bowler Head Sand blast and epoxy coat pump head Rebuild Layne & Bowler pump head assembly with 416SS head shaft and all necessary hardware for installation of pumping equipment and motor 12 Rebuild Bowl Assembly Rebuild 6 stage Flowise 12EMM bowl assembly Replace all necessary materials including brass bushings, wear rings and 416SS shafting. 13 Furnish And Install New Bowl Assembly Supply new Goulds pump bowl assembly or City approved equal capable of meeting pumping conditions of 900 GPM a, 421' TDH 12CMC-6 14 Furnish and Install New Airline Furnish and install 193' of continuous 1/4" stainless steel airline with direct read gauge airline to be banded every 20' with stainless steel bands. 15 Install Oil Tube Turbine Pumping Equipment: Install 193' of oil lube turbine pumping equipment. Restore well site to pre -rehabilitation condition Provide all necessary gaskets and needed hardware 16 Perform Start Up Wire Motor Test Rotation Perform start up, wire motor, test rotation 17 Pump Performance Testing: Perform pump performance testing and provide detailed report to city Provide all associated install information, pump curve, NSF certification, installation sheet, drawings, work logs and test reports. Test reports to include AMP/voltage, Rossum sand test, Motor temp & vibration, flow & pressure, static, pumping and drawdown water levels. 18. Provide as built drawing Provide as built of pumping equipment 19 Demobilize All equipment and crews used to complete proposed work. TASK 3.6 Redlands Heights Well & Equipment Rehabilitation 1 Mobilize All equipment and crews needed to complete proposed work. 2 Remove Pumping Equipment: Remove 321' of Oil-lube turbine pump equipment consisting of 6" x 2-1/2" x 1-1/2" column tube and shaft. 3 Tear Down and Inspect. Tear down and inspect pumping equipment for damages. Provide a detailed report of damages and recommendations for repair 4 Video Log Well Video log well after pumping equipment has been removed Provide detailed report, recommendations for rehabilitation and 2 DVD copies to the City 5 Wire Brush and Bail Brush and bail well to bottom of 20" casing x 523' Brush type will be decided based on well conditions and recommendations. All removed bailing materials 29 L:\ca\djm\Agreements\General Pump Company Agreement.NPS-2.2.1,Y20-0128.doc must be disposed of offsite Note Estimate 32 hours of down hole work. City will consult with the contractor to determine and finalize hours based on well condition. 6 Video Log Well Video log well post brush and bail Provide 2 DVD copies to the City 7 Rebuild Tube and Shaft Assembly Rebuild 303' of 2-1/2" x 1-1/2" tube and shaft assembly with all new bearing, couplings and any other needed hardware. 8 Furnish and Install New Tubing and shaft assembly Furnish and install entire tube and shaft assembly consisting of 303' of 2-1/2" x 1-1/2" steel tubing and shaft. 9 Furnish and Install New Column Pipe Furnish and install 303' of 6" schedule 40 steel column pipe Include all necessary couplings. 10 Rebuild Stretch Brass Assembly Rebuild stretch brass. 11 Rebuild Layne & Bowler Head Sand blast and epoxy coat pump head Rebuild Layne & Bowler pump head assembly with 416SS head shaft and all necessary hardware for installation of pumping equipment and motor 12 Rebuild Bowl Assembly. Rebuild 6 stage Goulds 12WALC bowl assembly Replace all necessary materials including brass bushings, wear rings and 416SS shafting. 13 Furnish And Install New Bowl Assembly. Supply new Goulds pump bowl assembly or City approved equal capable of meeting pumping conditions of 600 GPM @ 370' TDH l2WALC-6 14 Furnish and Install New Airline Furnish and install 303' of continuous 1/4" stainless steel airline with direct read gauge airline to be banded every 20' with stainless steel bands. 15 Install Oil lube Turbine Pumping Equipment. Install 321' of oil lube turbine pumping equipment. Restore well site to pre -rehabilitation condition Provide all necessary gaskets and needed hardware. 16 Perform Start Up Wire Motor Test Rotation Perform start up, wire motor, test rotation 17 Pump Performance Testing: Perform pump performance testing and provide detailed report to city Provide all associated install information, pump curve, NSF certification, installation sheet, drawings, work logs and test reports Test reports to include AMP/voltage, Rossum sand test, Motor temp & vibration, flow & pressure, static, pumping and drawdown water levels 18 Provide as built drawing Provide as built of pumping equipment 19 Demobilize All equipment and crews used to complete proposed work. 30 L:\ca\djm\Agreements\General Pump Company Agreement.NPS-2.2.FY20-0128.doc Bond No 107369197 Premium $12 410 00 EXHIBIT "B" LABOR AND MATERIAL BOND Whereas, the City of Redlands, State of Cahfornia, and General Pump Company, Inc (hereinafter designated as "Principal") have entered into an agreement (the "Agreement") whereby Principal agrees to provide well and booster pump maintenance services (the "Work"), which said agreement, dated June 15, 2021, and identified as water meter installation services is hereby referred to and made a part hereof, and Whereas, under the terms of the Agreement, Principal is required before commendmg the performance of the Work, to file a good and sufficient Labor and Matenal bond with the City of Redlands to secure the claims to which reference is made m Title 3 (commencing with Section 9550) of Part 6 of Division 4 of the Civil Code of the State of California Now, therefore, said Principal and the undersigned as corporate surety, are held firmly bound unto the City and all contractors, subcontractors, laborers, matenal men and other persons employed m the performance of the Agreement and referred to in the aforesaid Code of Civil Procedure m the sum of One Million Thirty Four Thousand One Hundred Eighty One Dollars and Ten Cents ($1,034,181 10) for materials 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 heremabove set forth, and also m 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, mcurred by the City in successfully enforcing such obligation, to be awarded and fixed by the court, and to be taxed as costs and to be mcluded m the judgment therein rendered It is hereby expressly stipulated and agreed that this bond shall msure to the benefit of any and all persons, companies and corporations entitled to file claims under Title 3 (commencing with Section 9550) of Part 6 of Division 4 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 time, alteration or addition to the terms of the Agreement or the specifications accompanymg the same shall m 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 mstrument has been duly executed by the Principal and surety above named, on June7 ,2021 (SEAL) General Pum. Com.an Inc ( igna re pew JOrfn d (SEAL) Travelers Casu IItty and Surety Company of America (Surety) BY () UtA)C, ULCY' (Signature) Thuyduk)g Le Attorn Address 21688 Gateway Center Drive Diamond Bar, CA 91765 (Seal and Notarial Acknowledgment of Telephone( 909) 612-3270 Surety) 31 L\ca\djm\Agreements\General Pump Company Agreement.NPS 2.2.FY20 0128.doc CALIFORNIA ACKNOWLEDGMENT CIVIL CODE § 1189 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached and not the truthfulness accuracy or validity of that document State of California Los Angeles County of 1 On June 8, 2021 before me, Alexa Juarez, Notary Public Date Michael Bodart personally appeared Here Insert Name and Title of the Officer who proved to me on the basis of satisfactory evidence to be the person ) whose name() is/are subscribed to the within instrum nt and acknowledg d to me that he/sl /th y executed the same inIis/h r/th it authorized capacity(i s), and that by his/h r/th it signature(s3on the instrument the person(), dr thdentity upon behalf of which the person(i) acted, executed the instrument P P (�) ALEXA JUAREZ NotaryPublic California ,� Los Angeles County Commission # 2266422 "`° s My Comm Expires Nov 10, 2022 Place Notary Seal and/or Stamp Above I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct WITNESS hand ano official seal Signature Signature of Notary Public OPTIONAL Completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document Description of Attached Document Title or Type of Document Document Date Number of Pages Signer(s) Other Than Named Above Capacity(ies) Claimed by Signer(s) Signer s Name ❑ Corporate Officer — Tltle(s) ❑ Partner — 0 Limited 0 General ❑ Individual 0 Attorney in Fact ❑ Trustee 0 Guardian or Conservator ❑ Other Signer is Representing Signer s Name ❑ Corporate Officer — Tltle(s) ❑ Partner — 0 Limited 0 General ❑ Individual 0 Attorney in Fact ❑ Trustee 0 Guardian or Conservator O Other Signer is Representing ©2019 National Notary Association ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document State of California County of Alameda ) On U 11v Z02 ( before me, Brittany Kavan, Notary Public (insert name and title of the officer) personally appeared Thuyduong Le 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 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 I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct WITNESS my hand and official seal Signature )(Seal) .11111111111111111111111111111111111111. _ °` " BRITTANY KAVAN COMM #2338092 z in`a," o NOTARY PUBLIC CALIFORNIA Se ? �,, (�;5 CONTRA COSTA COUNTY My Commission Expires 12/19/2024 IIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIII TRAVELERS J Travelers Casualty and Surety Company of America Travelers Casualty and Surety Company St Paul Fire and Marine Insurance Company POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS That Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St Paul Fire and Marine Insurance Company are corporations duly organized under the laws of the State of Connecticut (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint Thuyduong Le of SAN FRANCISCO California their true and lawful Attorney -in -Fact 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 17th day of January, 2019 State of Connecticut By City of Hartford ss Robert L Ranetf'Senior Vice President On this the 17th day of January 2019 before me personally appeared Robert L. Raney who acknowledged himself to be the Senior Vice President of Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St Paul Fire and Marine Insurance 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 said Companies by himself as a duly authorized officer P NpW�• IN WITNESS WHEREOF, I hereunto set my hand and official seal My Commission expires the 30th day of June 2021 j* ate► *; Anna P Nowik Notary Public This Power of Attorney is granted under and by the authonty of the following resolutions adopted by the Boards of Directors of Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St Paul Fire and Marine Insurance Company, which resolutions are now in full force and effect reading as follows RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President any Vice President any Second Vice President the Treasurer any Assistant Treasurer the Corporate Secretary or any Assistant Secretary may appoint Attorneys in Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds recognizances contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary, and it is FURTHER RESOLVED, that any bond recognizance contract of indemnity or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President any Senior Vice President or any Vice President any Second Vice President the Treasurer any Assistant Treasurer the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal if required) by one or more Attorneys -in -Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority, and it is FURTHER RESOLVED, that the signature of each of the following officers President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attomeys-in Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached I Kevin E Hughes the undersigned Assistant Secretary of Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St Paul Fire and Marine Insurance Company, do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which remains in full force and effect Dated this 7th , 2021 Kevin E Hughes Assistant retary To verify the authenticity of this Power of Attorney, please call us at 1-800-421-3880, Please refer to the above -named Attorney -in -Fact and the details of the bond to which this Power of Attorney is attached, EXHIBIT "C" Rate Sheet Fiscal Year 2021/2022 Task 1 1 $ 124 907 16 Task 1.2 $ 139,303.94 Task 1.3 $ 35,010 00 Task 1 4 $ 67,850 00 Task 1.5 $ 128,460 00 Task 1 6 $ 195,230 00 Task 1 7 $ 119,122.00 Task 1 8 $ 95,475 00 Task 1 9 $ 128,823 00 TOTAL (TASK 1.1 THRU 1.9) $ 1,034,181.10 Fiscal Year 2022/2023 Task 2.1 $ 119,058 00 Task 2.2 $ 138,502.26 Task 2.3 $ 123,230 00 Task 2.4 $ 133,030 00 Task 2 5 $ 111,050 00 Task 2.6 $ 64,180 00 Task 2.7 $ 91,421 92 TOTAL (TASK 2.1 THRU 2.7) $ 780,472.18 Fiscal Year 2023/2024 Task 3 1 $ 133,760 00 Task 3.2 $ 67,200 00 Task 3.3 $ 112,640 00 Task 3 4 $ 192,420 00 Task 3.5 $ 61,570 00 Task 3 6 $ 73,622.00 TOTAL (TASK 3.1 THRU 3.6) $ 641,212.00 32 L:\ca\djm\Agreements\General Pump Company Agreement.NPS-2.2.FY20-0128.doc EXHIBIT "D" WORKERS' COMPENSATION INSURANCE CERTIFICATION 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 by one or more insurers 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. CHECK ONE ZI 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 and activities required or permitted under this Agreement. (Labor Code § 1861) I affirm that at all times, in performing the work and activities required or permitted under this Agreement, I shall not employ any person in any manner such that I become subject to the workers' compensation laws of California. However, at any time, if 1 employ any person such that I become subject to the workers' compensation laws of California, immediately I shall provide the City with a certificate of consent to self -insure, or a certification of workers' compensation insurance I certify under penalty of perjury under the laws of the State of California that the information and representations made in this certificate are true and correct. GENERAL PUMP ELECTRIC, INC By Thomas A. Nanchy, Sr Manager/Project Engin 33 L:\ca\djm\Agreements\General Pump Company Agreement.NPS-2.2.FY20-0128.doc Date tniQ� &7 Bella/