Loading...
HomeMy WebLinkAboutContracts & Agreements_211-2025NPS-2.2 (2/22) AGREEMENT TO PERFORM NON-PROFESSIONAL SERVICES FOR IMPROVEMENT TO PUBLIC BUILDINGS AND GROUNDS This agreement for the provision of Well & Booster Pump On -Call and Maintenance Support Services ("Agreement") is made and entered in this 4th day of November, 2025 ("Effective Date"), by and between the City of Redlands, a municipal corporation ("City") and General Pump Company, Inc. ("Contractor"). City and Contractor are sometimes individually referred to herein as a "Party" and, together, as the "Parties." In consideration of the mutual promises contained herein, City and Contractor agree as follows: ARTICLE 1 — ENGAGEMENT OF CONTRACTOR 1.1 City hereby engages Contractor to perform Well & Booster Pump On -Call and Maintenance Support Services 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. L\emo\Agreemcuts\General Pump Company-FY2526-064.doc-j1 NPs-2.2 (2/22) 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 Utilities & Engineering 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 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. ARTICLE 5 — PAYMENTS TO CONTRACTOR 5.1 Compensation: The compensation for Contractor's performance of the Services shall not exceed the amount of five hundred thousand dollars ($500,000) for the Services provided I:\cmo\Agreements\Geneml Pump Company-FY2526-064.doc-jt NPS-2.2 (2/22) during the Initial Term. Should this Agreement be renewed, the compensation for Contractor's performance for the Services shall not exceed the amount of five hundred thousand dollars ($500,000) for the first Extended Term; and five hundred thousand dollars ($500,000) for the second Extended Tenn, bringing the total possible amount of compensation to a not -to -exceed amount of one million five hundred thousand dollars ($1,500,000). 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 an invoice to City upon completion of the Services. 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, Inc. 159 N. Acacia St. San Dimas, Ca. 91773 tnanchy@genpump.com Phone: (909) 599-9606 Fax: (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 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 1Acmo\P.greements\Genera1 Pump Company-FY2526-064.doe-jl NPS-22 (2/22) 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; (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. 4 1Acmo\AgmemoAs\Generu1 Pump Company-FY2526-064.doo-jl NPS-2.2 (2/22) 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 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. I:\cmo\Agmements\Generel Pump Cumpany-FY2526-064.doc jl NPS-2.2 (2/22) 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. IN WITNESS WHEREOF, duly authorized representatives of City and Contractor have signed in confirmation of this Agreement. CITY OF REDLANDS LIM May0f MAK SHAH, MA` bf. 00 -it-f1W ATTEST: LX4A7,- Jeaae-bonaldson, City Clerk 6 1:lcmolAgrecments\Genera1 Pump Company-FY2526-064.docjl GENERAL PUMP COMPANY INC. By: Tom Nanchy, roject Manager NPS-2.2 (222) EXHIBIT "A" SCOPE OF SERVICES Perform Well and Booster On -Call and Maintenance Support 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. o Standard Specification for Public Works Construction (Green Book). o California State Water Resources Control Board. o American Water Works Association (AWWA). o National Electrical Manufactures Association (NEMA) Standards. o 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. • 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 an itemized cost proposal with the scope of work for all non- emergency work and obtain approval from the city prior to start of any work. DELIVERY SCHEDULE • As needed. I:\cmo\Agreements\General Pump Company-FY2526-064.doc-j1 Bond No.: SPA150880 037 Premium is for contract term and is subject to adjustments based on final contract price. NPS-2.2 (2/22) EXHIBIT "B" LABOR AND MATERIAL BOND Whereas, the City of Redlands, State of California, and General Pump Company Inc._(hereinafter designated as "Principal") have entered into an agreement (the "Agreement") whereby Principal agrees to Well & Booster Pump On -Call and Maintenance Support Services (the "Work"), which said agreement, dated November 4, 2025, 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 five hundred thousand dollars ($500.000) 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 October 17 2025. To be effective November 04, 2025 (SEAL) (SEAL) General Pump Company, Inc. SiriusPoint America Insurance CompanV (Contra tor) (Surety) ��A� e-- BY: (Signature) (Signature) Sharon Smith, Attorney -In -Fact Address: 1 World Trade Ctr., 285 Fulton St., 47th FI. Ste. 47J New York, NY 10007 (Seal and Notarial Acknowledgment of Telephone(212) 312-2500 S urety) 1Acmo\AVeementslGenera1 Pump Company-FY2526-064 docJI 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 Los Angeles ) On October 20, 2025 before me, Amy Charline Sotelo, Notary Public (insert name and title of the officer) personally appeared Thomas Nanchy 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 a d official seal.` �AMYCHARLINESOTELO Notary Public - California Los Angeles County Commission p 2438393 My Comm. Expires Feb 16, 2027 + Signature (Seal) 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 Sacramento} On October 17, 2025 before me, R. Kailany, Notary Public (insert name and title of the officer) personally appeared Sharon Smith who proved to me on the basis of satisfactory evidence to be the person(&} whose name(&) is/afe subscribed to the within instrument and acknowledged to me that fie/she/" executed the same in 4isr/her/th-e# authorized capacity(+e* and that by 4is/her/th-& signature(s) on the instrument the person( or the entity upon behalf of which the person(&) 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. m R:l(AILANY , Zn �• COMM. #F 2529630PUBLIC - a _� NOTARY COUNTY OF SACRAMENTOIA <w Comm. Expires AUG. 16. 2029 Signat (Seal) POWER OF ATTORNEY INTSAC01_1124 SIRIUSPOINT AMERICA INSURANCE COMPANY NEW YORK KNOW ALL MEN BY THESE PRESENTS: That SiriusPoint America Insurance Company (the "Company"), a New York corporation, having its principal office in the City of New York, pursuant to the following Resolution, which was adopted on August 27,2024 by Unanimous Written Consent ❑f the Board of the Directors of the Company, to wit: RESOLVED, that the President, Senior Vice President, Chief Financial Officer, Secretary or the Assistant Secretary is hereby authorized to execute Powers of Attorney appointing as attorneys -in -fact selected employees of certain surety companies who shall have the power for and on behalf of the Company to execute and affix the seal of the Company to surety contracts as surety. Such authority can be executed by use of facsimile signature. Does hereby nominate, constitute and appoint: Kathleen Le, Elizabeth Collodi, Sara Walliser, Sharon Smith, Steven Williams, Steven Azevcdo, Cassandra Medina Its true and lawful agent and attomey-in-fact, to make, execute, seal and deliver for and on its behalf, and its act and deed any and all bonds, contracts, agreements of indemnity and other undertakings in suretyship (NOT INCLUDING bonds without a fixed penalty or financial guarantee) and to bind the Company thereby as fully and to the same extent as of same were signed by the duly authorized officers of the Company, provided, however, that the penal sum of any one such instrument executed hereunder shall not exceed the sum of: $63,971,000 single bond limit All acts of said attorneys -in -fact pursuant to the authorities herein given are hereby ratified and confinned. The President, Senior Vice President, Chief Financial Officer, Secretary or Assistant Secretary may from time to time and at any time remove such appointee and remove the power given to him or her. The execution of such bonds or undertakings in pursuance of these presents, within one year of the date of these present, shall be binding under said Company, as fully and amply, to all intents and purposes, as if they bad been duly executed and acknowledged by the regularly elected officers of the Company at its office in New York, New York, in their own proper persons. IN WITNESS WHEREOF, SiriusPoint America Insurance Company has caused its corporate seal to be hereunto affixed and these presents to be signed by its President this tenth day of October, 2024. ,a•"C`p.INS ". SiriusPoint America Insurance Company ;offs.;_ SEAL n- 1979 °= State of New York Pau] Mihulka County of New York �s *„ ,'`` President On this tenth day of October 2024, before me a Notary Public of the State of New York, in and for the County of New York, duly commissioned and qualified, came Paul Mihulka, President, of SiriusPoint America Insurance Company, to me personally known to be the individual and officer described in, and who executed the preceding instrument, and acknowledged the execution of the same, and being by me duly sworn, deposed and said that he is the officer of the said Company aforesaid, and that the seal affixed to the preceding instrument is the Corporate Seal of said Company, and the said Corporate seal and his signature as officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Company, referred to in the preceding instrument is now in force. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my official seal. St)SAN HISCQCtt Notary Publc - State d New York No. 01 H16444797 Qualified in Richer, x�d County My Commission Expires Dec 5. 2026 STATE OF New York COUNTY OF New York , � & ea� ""Notary Public My Commission expires aoC I, Paul Mihulka, President of SiriusPoint America Insurance Company, a New York corporation, do hereby certify that the above and foregoing is a full, true and correct copy of Power of Attorney, is still in full force and effect and has not been revoked. IN WITNESS WHEREOF, I have hereunto set my hand, and affixed the Seal of said Company, on the 17th day of October , 20 25 PadMihulka President NPS-2.2 (2122) EXHIBIT "C" ("Fee Schedule/ Price and Fee Bid") ILem Item Description Se Unit Rate 1 Field Service Truck 1Man Per Standard Hour $ 200 2 30 Ton Pump Rig & Field Service Truck 3 Men Per Standard Hour $ 650 3 30 Ton Pump Rig & Field Service Truck 3 Men Per OT Hour $ 830 4 30 Ton and above Pump Rig & Field Service Truck 4 Men Per Standard Hour $ 680 5 30 Ton and above Pump Rig & Field Service Truck 4 Men Per OT Hour $ 920 6 Deck Mounted Scudder Rig & Service Truck 2 Men Per Standard Hour $ 500 7 Deck Mounted Spudder Rig & Service Truck 2 Men Per OT Hour $ 620 8 40 Ton Swing Cab Crane 4Men Per Standard Hour $ 850 9 40 Ton Swing Cab Crane 4 Men Per OT Hour $ 1,090 10 40 Ton and above Swing Cab Crane 4 Men Per Standard Hour $ 925 11 40Ton and above Swing Cab Crane 4 Men Per OT Hour $ 1,165 12 40 Ton Fixed Cab Crane 3 Men Per Standard Hour $ 450 13 40 Ton Fixed Cab Crane 3 Men Per OT Hour $ 630 14 40 Ton and above Fixed Cab Crane 3 Men Per Standard Hour $ 525 15 4011ron and above Fixed Cab Crane 3Men Per OT Hour $ 705 16 Test Pump & Operator 0 - 300 HP Motor 1 Man Per Standard Hour $ 200 17 Test Pump & Operator 301 - 500 HP Motor 1 Man Per Standard Hour $ 200 18 Chemical injection & containment trailer 3 Man Per Standard Hour $ 670 19 Chemical injection & containment trailer 3 Man Per OT Hour $ 850 20 Certified Engineer (PE) 1Man Per Standard Hour $ 100 21 Certified Engineer (PE) IMan Per OT Hour $ 100 22 Certified Electrician (C-10) 1 Man Per Standard Hour $ 190 23 Certified Electrician (C-10) 1 Man Per OT Hour $ 190 24 PLC Programmer 1Man Per Standard Hour $ 200 25 PLC Programmer 1 Man Per OT Hour $ 200 26 CNC Machinist Specialist 1 Man Per Standard Hour $ 115 27 CNC Machinist Specialist 1Man Per OT Hour $ 120 28 VTL Machinist Specialist 1Man Per Standard Hour $ 115 29 VTL MachinistSpecialist 1Man Per OT Hour $ 120 30 Certified Welder (LAC D 1.1) 1 Man Per Standard Hour $ 180 31 Certified Welder (LAC D 1.1) 1 Man Per OT Hour $ 210 32 Fabricator Labor 1 Man Per Standard Hour $ 90 33 Fabricator Labor IMan Per OT Hour $ 110 34 Pump Mechanic Labor 1 Man Per Standard Hour $ 115 3S Pump Mechanic Labor 1 Man Per OT Hour $ 120 36 General Shop Labor 1 Man Per Standard Hour $ 90 37 General Shop Labor 1 Man Per Of Hour $ 100 38 General Field Labor 1 Man Per Standard Hour $ 100 39 General Field Labor 1 Man Per OT Hour $ 120 I:\cmo\Agrccmcnts\Gcncml Pump Company-FY2526-064.doc-j l NPS-2.2 (2/22) 40 Chemical Injection Specialist(Hazwoper 4O Hr. Certlfied) 3Man Per Standard Hour $ 700 41 Chemical Injection Specialist (Hazwoper 40 Hr. certified) 3 Man Per OT Hour $ 880, 42 Video Logging Specialist 1 Man Per Standard Hour $ 180 43 Video Logging Specialist 1 Man Per OT Hour $ 200 44 Pump Alignment Speclalist 3Man Per Standard Hour $ 170 45 Pump Alignment Speclalist 3Man Per OT Hour $ 200 46 Equipment Recovery Fabricator (Well Equipment Recovery) 1 Man Per Standard Hour $ 180 47 Equipment Recovery Fabricator(Well Equipment Recovery) 3Man Per OT Hour $ 210 48 Hazmat CDL Driver 1Man Per Standard Hour $ 100 49 Hazmat CDL Driver 3Man Per OT Hour $ 120 50 Site Mobilization and De -Mobilization N/A Per lob $ 250 Line Item Description Material and Sub- contractor (not to exceed) Markup % Electrical Services (Including but not limited to) — 52 Electrical materials, supplies and components (includes motors, motor controls, starters, 25.0% VFDs, PLCs & SCADA devices, wiring diagrams, cable/wires, and related electrical hardware). Pumping & Mechanical Equipment (Including but not limited to) — S3 Pump materials, supplies and components (includes tube & shaft, column pipe, pump discharge heads, bowl assemblies, bearings, retainers, couplings, mechanical seals, centrifugal 30.0% separator units, control valves, check valves, isolation valves, meters and related hardware. Sub -Contractors & Support Services (Including but not limited to) — 54 Electrical, programming, engineering, video logs, hydrological &geological services, lab analysis, site security, waste disposal, temporary water storage systems, Pipe coatings, motor balancing, spinner & dye tracer studies and other miscellaneous services. 10 f;\cmo\Agreements\General Pump Company-FY2526-O64.doe-jl NPS-2.2 (2/22) o .4. : r 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 VEC1 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: Torn Nanchy, Sr. 4ect Manager 11 I;Icmo\AgrccmentAGenera1 Pump Company-FY2526-064.doc-j] Date: �G° + 9,9 2