Loading...
HomeMy WebLinkAboutContracts & Agreements_234-2022AGREEMENT TO PERFORM NON-PROFESSIONAL SERVICES FOR IMPROVEMENT TO PUBLIC BUILDINGS AND GROUNDS This agreement for the provision of well and booster on -call services ("Agreement") is made and entered in this 1st day of November 2022 ("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: 1.1 ARTICLE 1— ENGAGEMENT OF CONTRACTOR City hereby engages Contractor to perform well and booster on -call services for City (the "Services"). 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 this reference. 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 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.O. Box 3005), Redlands, California 92373. 2.2 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. 2.3 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. 2.4 Contractor and its subcontractors shall comply with the provisions of Labor Code section 1776 regarding payroll records maintenance, certifications, retention and inspection. 1 L:\ca\Agreements\General Pump Company Agreement.NPS-2.2.FY22-0046.docx-jm 2.5 Contractor acknowledges that eight (8) hours constitutes a legal day's work pursuant to Labor Code section 1810. 2.6 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. 2.7 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, goods 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 reasonably assist Contractor in performing the Services. 3.2 City designates John R. Harris, Municipal Engineering and Utilities Department, 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 The Services shall commence as of the Effective Date of this Agreement. 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 this reference. 4.2 The term of this Agreement shall be for a period of one (1) year from the Effective Date of this Agreement (the "Initial Term"). The City shall have the option to extend the Initial Term of this Agreement by two (2) additional one-year terms (each, 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 or any Extended Term. The Initial Term and the Extended Terms 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 this 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\Agreements\General Pump Company Agreement.NPs-2.2.FY22-0046.docx jm ARTICLE 5 — PAYMENTS TO CONTRACTOR 5.1 The compensation for Contractor's performance of the Services shall not exceed the amount of three hundred seventy-five thousand dollars ($375,000) for the Services provided during the Initial Term. Should this Agreement be renewed, the compensation for Contractor's performance for the Services shall not exceed the amount of three hundred seventy-five thousand dollars ($375,000) for the first Extended Term; and three hundred seventy-five thousand dollars ($375,000) for the second Extended Term, bringing the total possible amount of compensation to a not -to -exceed amount of one million one hundred. twenty-five thousand dollars ($1,125,000). For the Initial Term and each 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 rates specified in Exhibit "C," titled "Price and Fee Bid," 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.O. Box 3005 (mailing) Redlands, CA 92373 jdonaldson@cityofredlands.org (909) 798-7531 CONTRACTOR Tom Nanchy, Sr. Project Manager General Pump Company 159 N. Acacia Street San Dimas, CA 91773 tnanchy@genpump. coml (909) 599-9606 (909) 599-6238 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 Contractor. Contractor shall provide City with certificates of insurance and endorsements evidencing 3 L:\ca\Agreements\General Pump Company Agreement.NPS-2.2.FY22-0046.docx-jm 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 and appointed officials, employees and agents from and against any and all claims, losses and liability, including attorneys' fees, arising from injury or death to persons or damage to property occasioned by any negligent 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\Agreements\General Pump Company Agreement.NPS-2.2.FY22-0046.doex jm (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 5 L:\ca\Agreements\General Pump Company Agreement.NPS-2.2.FY22-0046.docx-jm 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 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 or 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 Contractor 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 for 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, without regard to its conflicts of laws provisions. The Parties agree that all actions or proceedings arising in connection with this Agreement shall be tried and litigated only in the state courts located in San Bernardino County, California, and the federal courts located in Riverside County, 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 or sections contained herein, unless to do so would deprive a Party of a material benefit of its bargain under this Agreement. 6 L:\ca\Agreements\General Pump Company Agreement.NPS-2.2.FY22-0046.docx-jm IN WITNESS WHEREOF, duly authorized representatives of City and Contractor have signed in confirmation of this Agreement. Paul T. Barich, Mayor ATTEST: nne Donaldson, City Clerk GENERAL PUMP COMPANY, INC. By: (I Tom Nanchy, Sr. Panager 7 L:\ca\Agreements\General Pump Company Agreement.NIPS-2.2.FY22-0046.docx-jm EXHIBIT "A" SCOPE OF SERVICES Perform Well and Booster On -Call Services consistent with industry standards and best practices. Services including, but not limited to. • Engineering, hydrogeologists, machinists, electrical, fabrication and field technician support as needed. • Well and booster pump inspections and teardowns, troubleshooting, maintenance, and rehab activities, including complete equipment replacements, brush & bail, test pumping and well development, video surveys, chemical treatments, well liners and complete engineering alternatives and solutions. • Emergency repairs All work and general conditions shall be performed in accordance with the current Standard Specification for Public Works Construction (the Green Book), the California State Water Resources Control Board, the American Water Works Association (AWWA) and the National Electrical Manufactures Association (NEMA) Standards. Materials provided (where applicable) shall be in accordance with the NSF/ANSI 61. Contractor shall always secure each site and equipment within their scope of work throughout the duration of work. Contractor shall also be responsible (where applicable) for National Pollutant Discharge Elimination System (NPDES) and site generated waste disposal. DELIVERY SCHEDULE As needed. PERFORMING SERVICES Emergency work requests shall be performed no later than 48 hours after the initial request. Contractor shall be capable of working continuously during emergency requests. All other requests shall be scheduled with the contractor and scope of work defined prior to a notice to proceed. The contractor shall provide a cost proposal with the scope of work for all non -emergency work and obtain approval from the city prior to start of any work. 8 L:\ca\Agreements\General Pump Company Agreement.NPS-2.2.PY22-0046.docx-jm EXHIBIT "B" LABOR AND MATERIAL BOND NPs-2.2 (2/22) Bond No.: 107703853 Whereas, the City of Redlands, State of California, and GENERAL PUMP CONIPANY(hereinafter designated as "Principal") have entered into an agreement (the "Agreement") whereby Principal agrees to Well & Booster On -Call Services (the "Work"), which said agreement, dated November I, 2022, and titled as "Agreement to Perform Non -Professional Services for Improvement to Public Builds and Grounds" is hereby referred to and made a part hereof; and Whereas, under the terms of the Agreement, Principal is required before commencing the performance of the Work, to file a good and sufficient Labor and Material bond with the City of Redlands to secure the claims to which reference is made in 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, material men and other persons employed in the performance of the Agreement and referred to in the aforesaid Code of Civil Procedure in the sum of Two Hundred and Fifty Thousand Dollars ($250,000) 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 in an amount not exceeding the amount hereinabove set forth, and also in case suit is brought upon this bond, will pay, in addition to the face amount thereof, costs and reasonable expenses and fees, including reasonable attorneys' fees, incurred by the City in successfully enforcing such obligation, to be awarded and fixed by the court, and to be taxed as costs and to be included in the judgment therein rendered. It is hereby expressly stipulated and agreed that this bond shall insure to the benefit of any and all persons, companies and corporations entitled to file claims under Title 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 accompanying the same shall in any manner affect its obligations on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition. In witness whereof, this instrument has been duly executed by the Principal and surety above named, on November 1 , 2022. (SEAL) General Pump Company, Inc. (Contract 744 (SEAL) Travelers Casualty and Surety Company of America (Sure BY: (Signature) (Signature) Matthew Cocco Address: One Tower Square Hartford, CT 06183 (Seal and Notarial Acknowledgment of Telephone(860) 652-3235 Surety) 9 1„\ca\Agreements\General Pump Company Agreement.NPS-2.2.FY22- 0046,docx NPS-2.2 (2/22) EXHIBIT "C" ("Fee Schedule/ Price and Fee Bid") PRICE AND FEE BID BID #20220811-PM Line item item Description Crew Size Unit Rate 1 Field Service Truck 1 Man Per Standard Hour $ 170.00 2 Pump Rig & Field Service Truck 2 Men Per Standard Hour $ 405.00 3 Pump Rig & Field Service Truck 2 Men Per OT Hour $ 515.00 4 Pump Rig & Field Service Truck 3 Men Per Standard Hour $ 565.00 5 Pump Rig & Field Service Truck 3 Men Per 0 f Hour $ 695.00 6 Pump Rig & Field Service Truck 4 Men Per Standard Hour 585.00 7 Pump Rig & Field Service Truck 4 Men Per OT Hour $ 715,00 8 Up to 30 Ton Swing Cab Crane 4 Men Per Standard Hour $ 485.00 9 Up to 30 Ton Swing Cab Crane 4 Men Per OT Hour $ 595.00 10 30 Ton and above Swing Cab Crane 4 Men Per Standard Hour $ 745.00 11 30 Ton and above Swing Cab Crane 4 Men Per OT Hour $ 925.00 12 Up to 30 Ton Axed Cab Crane 3 Men Per Standard Hour $ 390.00 13 Up to 30 Ton Fixed Cab Crane 3 Men Per OT Hour $ 540.00 14 30 Ton and above Fixed Cab Crane 3 Men Per Standard Hour $ 640.00 15 30 Ton and above Fixed Cab Crane 3 Men Per 0i Hour $ 785.00 16 Test Pump & Operator 0 - 300 HP Motor 1 Man Per Standard Hour $ 205.OD 17 Test Pump & Operator 301- 500 HP Motor 1 Man Per Standard Hour $ 250.00 18 Engineering Labor 1 Man Per Standard Hour 5 10.00 19 Engineering Labor 1 Man Per OT Hour $ 15.00 _ 20 Electrician Labor 1 Man Per Standard Hour $ 170.00 21 Electrician Labor 1 Man Per OT Hour $ 225.00 22 Programmer Labor 1 Man Per Standard Hour $ 170.00 23 Programmer Labor 1 Man Per OT Hour $ 225.00 24 Machinist Labor 1 Man Per Standard Hour $ 105.00 2S Machinist Labor 1 Man Per OT Hour $ 145.00 26 Welder Labor 1 Man Per Standard Hour $ 105.00 27 Weider Labor 1 Man Per OT Hour $ 145.00 28 Fabricator Labor 1 Man Per Standard Hour $ 170.00 29 Fabricator Labor 1 Man Per OT Hour $ 225.00 30 Pump Mechanic Labor 1 Man Per Standard Hour $ 105.00 31 Pump Mechanic Labor 1 Man Per OT Hour $ 145.00 32 General Shop Labor 1 Man Per Standard Hour $ 90.00 33 General Shop Labor 1 Man Per OT Hour $ 130.00 34 General Field Labor 1 Man Per Standard Hour $ 120.00 35 General Field Labor 1 Man Per OT Hour $ 170.00 36 SUM TOTAL (UNE 1 THRU 35) $ 11,680.00 L:\ca\Agreements\General Pump Company Agreement.NPS- 10 2.2.FY22-0046.docx NPS-2.2 (2/22) Line item 37 38 Item Description Electrical (including but not limited to) — Electrical materials, supplies and components (includes motors, motor controls, starters, VFDs, PLCs & SCADA devices, and related electrical hardware) *(A) **(8) Material Material and Sub- and Sub- contractor contracto r (not to (for bidding exceed) purposes) Markup % Unit Cost 25% (A x 8) Material & Sub- contractor Total $10,000 $ 2,500.00 Pumping & Mechanical Equipment (Including but not limited to) — Pump materials, supplies and components (includes tube & shaft, column pipe, pump discharge heads, bowl and booster pump assemblies, control valves, meters, and related hardware) 39 30% $10,000 3,000.00 Sub -Contractors & Support Services (Including but not limited to) — Electrical, programming, engineering, video logs, hydrological & geological services, lab analysis, site security, waste disposal, spinner & dye tracer studies and other miscellaneous services 25% $10,000 2,500.00 40 SUM TOTAL (LINE 37 THRU 39) $ 8,000.00 *Column (A) "Material and Sub -contractor (not to exceed) Markup %"- shall be the "not to exceed" percentage used in an agreement/contract (see Exhibit "8" for example agreement template). The awarded contractor shall abide by and verify the not to exceed percentage value costs per item when invoicing or as requested by the City. **Column (8) "Material and Sub -contractor (for bidding purposes) Unit Cost" • is an example unit value used for bidding purposes. It is not an implied or acknowledged unit value for services or a commitment to pricing for said item descriptions. LAST MINUTE ADDITIONS/DEDUCTIONS* N/A BID ITEM No. LAST MINUTE ADDITIONS/DEDUCTIONS* BID ITEM No BID SCHEDULE TOTAL (UNE 36+ LINE 40): $ 19,680.00 BID SCHEDULE TOTAL WRITTEN IN WORDS: Nineteen Thousand Six Hundred and Eighty Dollars L:\ca\Agreements\General Pump Company Agreement.NPS- 11 2.2.FY22-0046.docx NPS-2.2 (2/22) 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 I am aware of the provisions of Section 3700 of the Labor Code which requires every employer to be insured against liability for Workers' Compensation or to undertake self-insurance in accordance with the provisions of that Code, and I will comply with such provisions before commencing the performance of the work 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 I 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 COMPANY, INC. By: Tom Nanchy, Sr. Proje Manager L:\ca\Agreements\General Pump Company Agreement.NPS- Date: / fl//3 12 2.2.FY22-0046.docx ACKNOWLEDGMENT OF SURETY STATE OF CONNECTICUT } ss: Glastonbury COUNTY OF HARTFORD } On this 1st day of November , 2022 before me personally appeared Matthew Cocco to me known, who, being by me duly sworn, did depose and say that he/she resides in Southington, CT that he/she is the Attorney -in -Fact of the Travelers Casualty and Surety Company of America the corporation described in and which executed the foregoing instrument; that he/she knows the seal of said corporation; that the seal affixed to said instrument is such corporate seal; that it was so affixed by order of the Board of Directors of said corporation and that he/she signed his/her name thereto by like order; and deponent further says that he/she is acquainted with Matthew Cocco and knows him/her to be the Attorney -in -Fact subscribed to the within instrument is in the genuine handwriting of the said Matthew Cocco and was subscribed thereto by like order of the Board of Directors in the presence of deponent. Erik Partridge Notary Public _Middlesex County My Commission Expires: 2/28/2025 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 ERIK PARTRIDGE of GLASTONBURY , their true and lawful Attorney(s)-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 21st day of April, 2021. State of Connecticut By: City of Hartford ss. Robert L. Rane enior Vice President On this the 21st day of April, 2021, before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior Vice President of each of the Companies, 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. IN WITNESS WHEREOF, I hereunto set my hand and official seal. My Commission expires the 30th day of June, 2026 Anna P. Nowik, Notary Public This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of each of the Companies, 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 Attorneys -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 each of the Companies, 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 1st day of November , 2022 . Kevin Hughes, Assistant To verify the authenticity of this Power of Attorney, please call us at 1-800-421-3880. Please refer to the above -named Attorneys) -in -Fact and the details of the bond to which this Power of Attorney is attached. California All -Purpose Certificate of 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 LO`-) 461C 1c2' 5 S.S. On 10 ' (ci- 3 before me, W \Ma -P I `(o ed 1L personally appeared \P4- - GOY-5 yn, o proved to me on the basis of satisfactory evidence to be the person s) whose name(s) is/ r> subsc Gbh to the within instrument and acknowledged t tha he/ hey xecuted t e same i his er r authorized capacity(ies), and that b -t•�1f hi er signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. 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. OPTIONAL INFORMATION Description of Attached Document The preceding Certificate of Acknowledgment is attached to a document titled/for the purpose of Lac I'vn 07\6i)k-ext_,Q' containing pages, and dated The signer(s) capacity or authority is/are as: ci Individual(s) [ ! Attorney -in -fact Li Corporate Officer(s) 1=' ID -(9-9_„1 (...T.i Guardian/Conservator LI Partner - Limited/General Trustee(s) f...., Other: representing: KELLY MOORS A A COMM. #2274101 z Notary Public • California o Los Angeles County MjComm. Eyires Jan. 28, 2023/ Method of Signer Identification • Proved to me on the basis of satisfactory evidence: form(s) of identification i_] credible witness(es) Notarial event is detailed in notary journal on: Page # Entry # Notary contact: other El Additional Signer i1 Signer(s) Thumbprints(s) NIP • I ,,,..,,..E ,< GENEPUM-01 MHUNT ,4coRv' CERTIFICATE OF LIABILITY INSURANCE �►---� DATE(MMIDD/YYYY) 10/20/2022 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Smith Brothers Insurance, LLC. 68 National Drive Glastonbury, CT 06033 CONTACT NAME: PHONE (Arc, No, Ext): (860) 652-3235 I FAX WC, No):(860) 652-3236 ADDRESS, GeneralMailbox@SmithBrothersUSA.com INSURER(S) AFFORDING COVERAGE NAIC # INSURER A : Travelers Casualty And Surety Co America 31194 INSURED General Pump Company, Inc. 159 North Acacia Street San Dimas, CA 91773 INSURER B Travelers Indemnity Company of CT 25682 INSURER c : Travelers Property Casualty Co of Amer 25674 INSURER D : Aspen Specialty Ins Company 10717 INSURER E INSURER F : COVERAGES CERTIFICATE NUMBER: EVISION N THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLIC ES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. I LTR TYPE OF INSURANCE INSD SWVD POLICY NUMBER (R MMJDD�YY) POLICY EXP (MM/DD/YYYY) i LIMITS A X COMMERCIAL GENERAL LIABILITY X P-630-8T716949-TIL-22 8/31/2022 8/31/2023 EACH OCCURRENCE $ 1,000,000 CLAIMS -MADE X OCCUR PREMIES(RENTED PREMISES (Ea oocurrence) $ 300,000 MED EXP (Any one person) $ 5,000 PERSONAL & ADV INJURY $ 1,000,000 GEN'L X AGGREGATE POLICY OTHER: X LIMIT APPLIES jECT X PER: LOC GENERAL AGGREGATE $ 2,000,000 PRODUCTS-COMP/OPAGG $ 2,000,000 $ B AUTOMOBILE X _ LIABILITY SCHEDULED AUTOS NON -OWNED AUTOS ONLY X 810-8T703898-22-43-G 8/31/2022 8/31/2023 COMBINED SINGLE LIMIT (Ea accident) $ 1,000,000 BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per accident) $ $ C X UMBRELLA LIAB EXCESS LIAB X O OCCUR CLAIMS -MADE CUP-8T724403 8/31/2022 8/31/2023 EACH OCCURRENCE $ 9,000,000 AGGREGATE $ 9,000,000 DED X RETENT ON $ 0 $ C AND AND EMPLYRS' COMPENSATIONIILIIT ONFFICERO MEMBER EXCLUDED? ECUTIVE (Mandatory In NH) If yes, describe under DESCRIPTION OF OPERATIONS below Y / N N N / A 8/31/2022 8/31/2023 X PER OTH- E.L. EACH ACCIDENT $ 1,000,000 E.L. DISEASE - EA EMPLOYEE $ 1,000,000 E.L. DISEASE - POLICY LIMIT $ 1,000,000 D D Pollution liability Pollution liability X ERAHL9622 ERAHL9622 2/25/2022 2/25/2022 2/25/2023 2/25/2023 Incident Limit Aggregate Limit 1,000,000 2,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) City of Redlands is included as Additional Insured with respects to General Liability, Auito Liability and Pollution Liability, as per policy forms. CERTIFICATE HOLDER AN Cityof Redlands Risk Management Division g PO Box 3005 Redlands, CA 92373 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE ACORD 25 (2016/03) O 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD