HomeMy WebLinkAboutC-8604-1 - On-Call M/RSA for Water Well and Water Pump Station MaintenanceE�"N,�QRAL
a 159 N. ACACIA STREET * SAN DIMAS, CA 91773
PUMP MP PHONE: (909) 599-9606 * FAX: (909) 599-6238
COMPANY CAMARILLO, CA 93010 * PHONE: (805) 482-1215
www.genpump.com
WELL & PUMP SERVICE SINCE 1952 Lic. #496765
Serving Southern California and Central Coast
March 15, 2024
City of Newport Beach
PO Box 1768
100 Civic Center Drive
Newport Beach, California 92660
Attn: Landin Miller
Subject: Tamura Shallow Well — Pump Pull and Inspection
General Pump Company is pleased to provide our quote to pull the water lube pump equipment
currently installed at the above referenced site. This scope of work also includes a replacement
cone strainer and video survey. Once the survey is complete, the well will be evaluated for
additional rehabilitation. This proposal does not include pump equipment prep and
reinstallation. This will be quoted separately after the evaluation is complete. Please note that
all labor rates are per our on -call maintenance and repair services agreement (C-8604-1).
Cost Proposal
Shop Labor
• Prep crane and tooling for pump pull
• Unload and stage customer equipment
• Receive and inspect new materials, quality assurance
• Remove suction pipe from bowl assembly
• Remove damaged cone strainer from suction pipe
• Weld new cone strainer to suction pipe
Shop Labor — Pump Mechanic — Est 10 Hrs @ $90/Hr. $ 900.00
Materials
• 10" Cone Strainer, 316SS $ 833.00
• Estimated shipping and handling 55.00
• Sales Tax @ 7.75% 68.82 $ 956.82
Outside Service
0 Video log — color with downhole and side -scan $ 1,200.00
d GEGN��RAL
PUMP
COMPANY
Cost Proposal — (Con 't)
Field Labor
Pull Complete Pump Assembly
• Mobilize to site and set up crane.
• Verity lock out / tag out electrical.
• Unwire and pull motor and complete pump assembly.
• Load onto truck for transport to GPC shop.
• Prep site for video and run water.
• Clean and secure site / Demobilize.
Mobilization & Demobilization
40-Ton Crane and Operator
Service Truck + Support Truck for
Crane
Service Truck and (1) pump
mechanic
Service Truck and (1) electrician
Est. 20 Hrs @ $320/Hr. $
Est. 20 Hrs @ $120/Hr. $
Est. 20 Hrs @ $100/Hr
Landin Miller
City of Newport Beach
March 15, 2024
Page -2-
500.00
6,400.00
2,400.00
2,400.00
Est. 20 Hrs @ $160/Hr. $ 3,200.00 $ 14,900.00
Estimated Grand Total $17,956.82
Should you have any questions or need additional information regarding the above summary and
associated costs, please do not hesitate to contact us. Thank you for the opportunity to provide a
quote for our services and we look forward to working with you on this important project.
GENERAL PUMP COMPANY, INC.
-14ichae( arcia
Michael Garcia
VP, Project Management
Caitlin @,owe
Caitlin Rowe
Project Manager
D�1AW °0 a
Over 65 Years of Water Well & Pump Service
159 N. ACACIA STREET, SAN DIMAS, CALIFORNIA 91773
PHONE: (909) 599-9606 FAX: (909) 599-6238
LICENSE: 496765
INVOICE
INVOICE NO.
30199
INVOICE DATE
04/28/2023
CUSTOMER NO.
324
CUSTOMER P.O.
VERBAL
CONTRACT NO.
VERBAL
BILL TO: CITY OF NEWPORT BEACH
BOX 1768
100 CIVIC CENTER DRIVE JOB NO: 15768
NEWPORT BEACH CA 92660 PROJECT: ZONE 3 BOOSTER 2
ATTN: LANDIN MILLER
SALESPERSON: 11409 SALES TAX CODE: 30 TERMS: 30DY DUE DATE: 05/28/2023
Description
SHOP LABOR
PRESSURE -STEAM CLEAN AND SANDBLAST BASKET STRAINER
PRESSURE -STEAM CLEAN BOWL ASSEMBLY, WIRE BRUSH MATING FACES
SANDBLAST IMPELLERS, COLLETS, AND BOWL BOLTING
MACHINE IMPELLERS FOR NEW SEAL RINGS
MACHINE AND INSTALL NEW IMPELLER SEAL RINGS
DELIVER IMPELLERS TO BALANCER; LOAD -UP, TRAVE TIME, AND UNLOADING
PICK-UP IMPELLERS FROM BALANCER; TRAVEL TIME, LOAD -UP, AND UNLOADING
BORE -OUT BOWL CASTINGS TO ACCOMMODATE NEW SEAL RINGS
MACHINE NEW BOWL SHAFT AND BRONZE BEARINGS
PRESS -OUT OLD BEARINGS FROM BOWLS AND INSTALL NEW ONES
ASSEMBLE BOWLS; PREP FOR INSTALLATION
STEAM -CLEAN COLUMN PIPE; WIRE BRUSH MATING FACES; PREPARE FOR INSTALLATION
SANDBLAST RETAINER, REPLACE RUBBER INSERT
ENGINEER AND MACHINE NEW LINE SHAFT
DELIVER DISCHARGE HEAD TO MACHINE SHOP; LOAD -UP, TRAVEL TIME, AND UNLOADING
PICK-UP DISCHARGE HEAD FROM MACHINE SHOP; TRAVEL TIME, LOAD -UP, AND
UNLOADING
REBUILD MECHANICAL SEAL HOUSING
ENGINEER AND MACHINE NEW HEAD SHAFT
PAINT DISCHARGE HEAD TO FINISH, RE -TAP HOLES
ASSEMBLE BOOSTER PUMP; TOUCH-UP WITH EPDXY
PLUMB AND INSTALL NEW SEAL FLUSH LINES
SANDBLAST REUSABLE FASTENERS FOR PUMP INSTALLATION
GATHER NECESSARY GASKETS, FITTINGS, AND FASTENERS TO ACCOMMODATE PUMP
INSTALLATION
Thank you for your prompt payment.
GPC S STANDARD TERMS & CONDITIONS APPL YAND ALL INVOICES ARE NET 30
DAYS FROM INVOICE DATE WARRANTYAPPL IES ONL Y TO WORKMANSHIP AND
MATERIALS SUPPLIED FOR THIS PROJECT
REMIT TO: Genera/ Pump Company
159 N. Acacia Street
San Dimas, CA 91773
Amount
NON-TAXABLE AMOUNT:
9,779.78
TAXABLE AMOUNT:
10,153.00
SALES TAX:
786.86
INVOICE TOTAL:
20,719.64
RETENTION:
0.00
AMOUNT PAID:
0.00
AMOUNT DUE:
20,719.64
t
GEAR
INVOICE V MP DATE:
NL - 'HT
PROJECT: ZONE 3 BOOSTER 2 0vec65Vee fWate Well&Pump Service INVOICE NO
Description
82 HOURS @ $93.64/HR
MATERIALS
MATERIALS TO REBUILD 14" 3-STAGE BOWL ASSEMBLY
1-1/2" 304SS SHAFT COUPLING
1-1/2" 416SS PSQ LINE SHAFT
1-1/2" RETAINER RUBBER INSERT
1-1/2" 416SS PSQ HEAD SHAFT
MATERIALS TO REBUILD 1-1/2" SEAL HOUSING
MATERIALS TO REBUILD 1-1/2" MECHANICAL SEAL
MATERIALS TO REFURBISH 12" DISCHARGE HEAD
1/4" SS TUBING AND FITTINGS FOR FLUSH LINE
EPDXY TOUCH-UP KIT
150# NEOPRENE FF BASE GASKET
150# NON-ASB FF DISCHARGE GASKET
CONSUMABLES (GREASE, SEALER, SOLVENT, OIL, ETC...)
FREIGHT
OUTSIDE SERVICES
ELECTRONIC / DYNAMIC BALANCE IMPELLERS
MECHANICAL SEAL REPAIR - LABOR
REMACHINE DISCHARGE HEAD FACES AND REGISTERS PARALLEL AND CONCENTRIC
04/28/2023
30199
Amount
7,678.48
5,127.00
92.00
338.00
22.00
1,428.00
189.00
1,640.00
240.00
87.00
173.00
67.00
34.00
236.00
480.00
701.40
327.90
1,072.00
Page 2 of 2
d E aQ R A L 159 N. ACACIA STREET * SAN DIMAS, CA 91773
PUMP MP PHONE: (909) 599-9606 * FAX: (909) 599-6238
�OPANY CAMARILLO, CA 93010 * PHONE: (805) 482-1215
www.genpump.com
WELL & PUMP SERVICE SINCE 1952 Lic. #496765
Serving Southern California and Central Coast
September 16, 2020 Via Email
City of Newport Beach
100 Civic Center Dr.
Newport Beach, California 92660
Attn: Landin Miller
Subject. 161h St. Booster Station Pump 2
General Pump Company is pleased to submit the following proposal for your referenced booster. The
above referenced well equipment was recently disassembled and inspected. Listed below is a summary of
our findings along with associated repair recommendations and costs. Please note, the overall condition
and scope of necessary repairs is similar to that of Pump #1.
Enzineerinz Inspection
• Basket Strainer — fair condition, not equipped with vortex suppressor referenced on manufacturer as
built
• Bowl Assembly — Suction centering ring is in good condition. Bowl assembly is in fair condition.
Hydraulic impeller and intermediate bowl bearings are worn. First stage impeller inlet indicates
possible low NPSH. Impeller vanes are thin and worn. Pump was built using Peerless "Group A"
construction, which includes neoprene rubber bowl lateral wear rings / risers, and combination rubber
/ bronze intermediate bowl bearings. Slight wear noted on impeller seal ring end. Bowl shaft is worn
in the bowl bearing journals. Bowl shaft coupling was galled and cut for pump disassembly.
• Column Assembly - Column pipe and line shafts are in good condition. Line shafts are equipped with
304SS sleeves. Line shaft sleeves are worn from the column retainer inserts. Retainers are in overall
good condition, but require new rubber inserts.
• Head / Motor Assembly — Lower head shaft is heavily pitted and worn throughout, with significant
wear noted in the mechanical seal box area and grooving noted at the location of the mechanical seat
o -ring journal. Mechanical seal box is in good condition. Seal box bearing is worn and requires
replacement. Solid shaft motor coupling assembly appears to be in good condition. Discharge head is
in good condition. Discharge head screen guards, mechanical seal flush lines, and vertical solid shaft
motor were removed prior to site arrival and are unavailable for inspection. The discharge head
spacer plate also remains onsite and is unavailable for inspection. Repairs to these items are therefore
not included and shall be quoted under separate cover if needed.
d GENNSRAL
PUMP
COMPANY
Recommendation:
City of Newport Beach
September 16, 2020
Page -2-
Overall, the condition of the pump is good and can be rebuilt. The scope of work to repair this pump is
similar to Pump #I previously completed in March 2020. GPC recommends the following repairs:
• Basket Strainer — Fabricate stainless steel vortex suppression vanes to promote entrance laminar flow
conditions and reduce vortexing / turbulence
• Bowl Assembly — Remove all rubber wear surfaces. Machine, polish and balance new bowl shaft
Remanufacture pump to Peerless "Group B" construction specifications and install bronze
intermediate bowl lateral and hydraulic wear rings and bronze bowl sleeve bearings to meet
manufacturer clearances.
• Column Assembly - Clean & polish line shafts and line shaft sleeves. Pressure wash & clean flanged
column pipe. Replace column shaft retainer rubber bushings.
• Remove and replace mechanical seal box bronze sleeve bearing. Refurbish / recondition mechanical
seal box assembly. Remove shaft sleeve from existing lower head shaft. Machine, polish and balance
new lower head shaft. Pressure wash discharge head, wire wheelbase flange. Set up, indicate and
inspect solid shaft motor coupling assembly for total indicated readout (T.I.R), repair if needed.
Touch up coating and paint. All quoted labor rates are portal to portal.
Cost
Shop Labor
• Disassemble column assembly from discharge head, handing
2 Hrs.
• Pressure wash column assembly, prep for disassembly, handling
2 Hrs.
• Disassemble flanged column and shaft assembly, handling
8 Hrs.
• Disassemble pump bowls & inspect
8 Hrs.
• Pressure wash pump suction basket strainer, clean brackets & fasteners
1 Hrs.
• Cut, fabricate, weld in 316 S.S. vortex suppressor vanes into customer
suction strainer
4 Hrs.
• Sandblast, wire wheel, clean & prep suction vessel centering bracket
1 Hrs.
• Pressure wash suction & intermediate bowls, prep surfaces for machining,
handling
2 Hrs.
• Heat, quench & remove suction bell bronze sleeve bearing
1 Hrs.
• Set-up, indicate and machine out existing suction bell bronze hydraulic
wear ring
2 Hrs.
• Remove suction bell neoprene rubber suction bell lateral wear ring
1 Hrs.
• Set up, indicate & machine suction bell for bronze hydraulic wear rings
& lateral riser
2 Hrs.
• Machine bronze suction bell hydraulic wear ring & bronze lateral riser
2 Hrs.
• Remove intermediate bowls bronze sleeve bearings & neoprene rubber
bowl bearings
3 Hrs.
• Set-up, indicate and machine out existing intermediate bowl bronze
hydraulic wear rings
4 Hrs.
d GEHBRAL City of Newport Beach
PUMP Mp September 16, 2020
COMPANY Page -3-
Shop Labor (Continued)
• Remove intermediate bowl rubber bowl lateral wear rings, handling 2 Hrs.
• Set up & machine intermediate bowls for hydraulic wear rings
4 Hrs.
• Machine bronze intermediate bowls hydraulic wear rings & bronze
lateral risers
4 Hrs.
• Sandblast impellers, clean & hone taper lock collet bore, handling
3 Hrs.
• Grind, back file & repair first stage impeller inlet vanes
3 Hrs.
• Set up, indicate & machine impeller hydraulic seal ring surface to
nominal size
3 Hrs.
• Install suction bell bronze sleeve bearing
1 Hrs.
• Install suction bell bronze lateral riser & wear ring
1 Hrs.
• Install intermediate bowl bronze sleeve bearings, handling
3 Hrs.
• Install intermediate bowl bronze lateral risers & wear rings, handling
3 Hrs.
• Clean & prep pump bowls, impeller taper lock collets, fasteners
& components for assembly
1 Hrs.
• Machine new bowl shaft, straighten, indicate, and thread one end
6 Hrs.
• Assemble pump bowl
6 Hrs.
• Pressure wash nine (9) flanged column pipes, wire wheel & clean pipe
registers, handling
10 Hrs.
• Sandblast & clean column pipe shaft bearing retainers, remove &
replace rubber bushings
8 Hrs.
• Set-up, machine polish & balance five (5) line shafts & shaft sleeves
5 Hrs.
• Assemble pump bowl assembly to first column, prep for installation
2 Hrs.
• Remove shaft sleeve from existing lower head shaft
1 Hrs.
• Machine new lower head shaft, straighten, indicate, key seat, and
thread both ends
8 Hrs.
• Install shaft sleeve onto new lower head shaft, polish and balance
lower head shaft
2 Hrs.
• Clean column to column S.S. fasteners & hardware
2 Hrs.
• Assemble column, column bearing retainers & shafts into 20 ft
sections, prep for install
14 Hrs.
• Clean & refurbish mechanical seal box, clean register & seal seat
& bore, handling
3 Hrs.
• Remove & replace mechanical seal box bronze sleeve throttle bearing,
clean fasteners
1 Hrs.
• Prep seal box, gaskets & fasteners for installation
1 Hrs.
• Set-up, indicate & inspect motor drive solid shaft coupling assembly,
record tolerances
2 Hrs.
• Machine & repair solid shaft coupling registers as / if needed, record
tolerances
10 Hrs.
• Pressure wash discharge head, wire wheel & clean seal box register
2 Hrs.
• Wire wheel & clean discharge head base flange, handling
2 Hrs.
• Clean base fasteners & hardware
1 Hrs.
• Transport impellers to balancer & Pickup
2 Hrs.
• Load pump and secure load
4 Hrs.
Est. 163 Hrs. @ $90/Hr. 14,670.00
d GEHBRAL City of Newport Beach
PUMP Mp September 16, 2020
COMPANY Page -4-
Materials
• Basket strainer 316 Stainless Steel suction vortex suppressor vanes $ 194.00
• Suction bell bronze sleeve bearing
179.00
• Suction bell bronze lateral wear ring
238.00
• Suction bell bronze hydraulic wear ring
399.00
• Intermediate bowl bronze sleeve bearing
647.00
• Intermediate bowl lateral wear ring
688.00
• Intermediate bowl hydraulic wear ring
1,160.00
• Pump bowl shaft 416 S.S. pump shaft quality (PSQ)
784.00
• Bowl shaft coupling 416 S.S.
72.00
• Column shaft retainer rubber bushing
299.00
• Line shaft coupling 416 S.S.
288.00
• Lower head shaft 416 S.S. PSQ
840.00
• Seal box ring gasket
12.00
• Mechanical seal box bronze sleeve bearing
178.00
• 30" 150# 1/8" Tk neoprene base gasket
494.00
• 12" 300# Nut, bolt & full -face gasket kit w/ GR5 zinc plated
fasteners & hardware
167.00
• 3M Co. Scotchkote 323 2 -part liquid epoxy touch up kit
172.00
• Misc. consumables, assembly lube, solvents, Permatex sealant,
paint, etc.
190.00
• Shipping & Handling
340.00
• Sales Tax @ 7.75%
568.93 7,909.93
Field Labor, Pull (Completed 8/24)
• Mob & Demob to jobsite
• 1 Man & 40 -Ton Crane — 6.5 Hrs. @ $320/Hr
• 1 Man & Service Support Rig for 40-T Crane — 6.5 Hrs. @ $120/Hr.
• Pump Mechanic — 6.5 Hrs. @ $100/Hr. 3,510.00
Field Labor, Install & Startup*
Day 1 — Pump Installation
• Mob & Demob to jobsite
• 1 Man & 40 -Ton Crane — 8 Hrs. @ $320/Hr.
• 1 Man & Service Support Rig for 40-T Crane — 8 Hrs. @ $120/11r.
• Service Truck & Electrician — 8 Hrs. @ $160/Hr.
Dav 2 — Comnlete Pumn Installation. Tie into Existing Discharge
• Service Truck & Electrician — 8 Hrs. @ $160/Hr.
• Pump Mechanic — 8 Hrs. @ 100/Hr.
Note: Electrical connection to be performed by Customer, notify GPC
when available for startup
Day 3 — Startup Activities
0 Pump Mechanic— 6 Hrs. @ 100/Hr. Est. 7,480.00
d GEHBRAL City of Newport Beach
PUMP Mp September 16, 2020
COMPANY Page -5-
Actual cost will be billed per our contract rates and actual hours needed. Estimated hours based on
adjusted hours completed for installation of Pump #1.
Outside Services
Mechanical seal repair 755.00
Electronic / dynamic balance impellers for service @ 1780 rpm 688.00
Field Balance of Motor (if needed)** 1,750.00 3,193.00
**Note: Unbalance is a common fault condition occurring in vertical pumps. It is good practice to field -
balance and assess your pump & motor for vibration issues after installations or overhauls. Minimizing
vibration will increase the lifespan and reliability of your equipment. A field balance assessment can
identify and resolve operational issues such as unbalance, misalignment, and resonance. A vibration
report is also provided with this service.
Total Labor & Materials $ 36, 762.93
If you have any questions or need additional information regarding the above, please do not
hesitate to contact us. Thank you.
Sincerely,
GENERAL PUMP COMPANY, INC.
(Dame(Pichardo
Daniel Pichardo, EIT
Project Engineer
Reply QRepIyAIl [-jForward
Thu 9/17R@0 130 PIM
Miller, Landin
RE: Newport Beach 16th Street Station, Pump #2
To 'Daniel enhance
aThis message was sent with High importance.
O16th St BAR P2 Qte 091620.pdf
172KB
Hello Daniel,
I have review the attached quote and would like to proceed forward on the repair for the 161° booster pump #2. Please let me know if
you need anything else.
Thankyou,
Landin Miller
Acting Water Production Supervisor
City of Newport Beach / Utilities Department
949 W. 16th St. Newport Beach, CA 92663
Office 949-718-3422 Fax 949-723-3526
Lmillerpnewnortbeachca.eov
From: Daniel Pichardo <doichardo0genoumo.mm>
Sent: Wednesday, September 16, 2020 4:00 PM
To: Miller, Landin <LMiller(anewourtbeachca.gov>
Subject: RE: Newport Beach 16th Street Station, Pump #2
ON-CALL MAINTENANCE/REPAIR SERVICES AGREEMENT
WITH GENERAL PUMP COMPANY, INC. FOR
WATER WELL AND WATER PUMP STATION MAINTENANCE
THIS ON-CALL MAINTENANCE/REPAIR SERVICES AGREEMENT
("Agreement") is made and entered into as of this 24th day of September, 2019 ("Effective
Date"), by and between the CITY OF NEWPORT BEACH, a California municipal
corporation and charter city ("City"), and GENERAL PUMP COMPANY, INC., a California
corporation ("Contractor"), whose address is 159 North Acacia Street, San Dimas,
California 91773, and is made with reference to the following:
RECITALS
A. City is a municipal corporation duly organized and validly existing under the laws
of the State of California with the power to carry on its business as it is now being
conducted under the statutes of the State of California and the Charter of City.
B. City desires to engage Contractor to perform on-call maintenance and/or repair
services for City ("Project").
C. Contractor possesses the skill, experience, ability, background, certification and
knowledge to provide the maintenance and/or repair services described in this
Agreement.
D. Contractor has examined the location of all proposed work, carefully reviewed and
evaluated the specifications set forth by City for the Project, is familiar with all
conditions relevant to the performance of services, and has committed to perform
all work required for the compensation specified in this Agreement.
NOW, THEREFORE, it is mutually agreed by and between the undersigned parties
as follows:
1. TERM
The term of this Agreement shall commence on the Effective Date, and shall
terminate on September 23, 2024, unless terminated earlier as set forth herein.
2. SERVICES TO BE PERFORMED
2.1 Contractor shall perform the on-call services described in the Scope of
Services attached hereto as Exhibit A and incorporated herein by reference ("Services"
or "Work"). Upon written request from the Project Administrator as defined herein,
Contractor shall provide a letter proposal for Services requested by the City (hereinafter
referred to as the "Letter Proposal"). The Letter Proposal shall include the following:
2.1.1 A detailed description of the Services to be provided;
2.1.2 The position of each person to be assigned to perform the Services,
and the name of the individuals to be assigned, if available;
and
2.1.3 The estimated number of hours and cost to complete the Services;
2.1.4 The time needed to finish the specific project.
2.2 No Services shall be provided until the Project Administrator has provided
written acceptance of the Letter Proposal. Once authorized to proceed, Contractor shall
diligently perform the duties in the approved Letter Proposal.
3. TIME OF PERFORMANCE
3.1 Time is of the essence in the performance of Services under this Agreement
and Contractor shall perform the Services in accordance with the schedule included in
Exhibit A and the Letter Proposal. In the absence of a specific schedule, the Services
shall be performed to completion in a diligent and timely manner. The failure by
Contractor to strictly adhere to the schedule set forth in Exhibit A and the Letter Proposal,
if any, or perform the Services in a diligent and timely manner may result in termination
of this Agreement by City.
3.2 Notwithstanding the foregoing, Contractor shall not be responsible for
delays due to causes beyond Contractor's reasonable control. However, in the case of
any such delay in the Services to be provided for the Project, each party hereby agrees
to provide notice within two (2) calendar days of the occurrence causing the delay to the
other party so that all delays can be addressed.
3.3 Contractor shall submit all requests for extensions of time for performance
in writing to the Project Administrator as defined herein, not later than two (2) calendar
days after the start of the condition that purportedly causes a delay. The Project
Administrator shall review all such requests and may grant reasonable time extensions
for unforeseeable delays that are beyond Contractor's control.
3.4 For all time periods not specifically set forth herein, Contractor shall respond
in the most expedient and appropriate manner under the circumstances, by fax, hand -
delivery or mail.
4. COMPENSATION TO CONTRACTOR
4.1 City shall pay Contractor for the Services on a time and expense not -to -
exceed basis in accordance with the provisions of this Section, the Letter Proposal, and
the Schedule of Billing Rates attached hereto as Exhibit B and incorporated herein by
reference. Except as otherwise provided herein, no rate changes shall be made during
the term of this Agreement without the prior written approval of City. Contractor's
compensation for all Services performed in accordance with this Agreement, including all
reimbursable items, shall not exceed Two Hundred Fifty Thousand Dollars and 00/100
($250,000.00), without prior written amendment to the Agreement.
General Pump Company, Inc. Page 2
4.2 Upon the first anniversary of the Effective Date and upon each anniversary
of the Effective Date thereafter, the billing rates set forth in Exhibit B ("Billing Rates") shall
be adjusted in proportion to changes in the Consumer Price Index, subject to the
maximum adjustment set forth below. Such adjustment shall be made by multiplying the
Billing Rates in Exhibit B by a fraction, the numerator of which is the value of the
Consumer Price Index for the calendar month three (3) months preceding the calendar
month for which such adjustment is to be made, and the denominator of which is the value
of the Consumer Price Index for the same calendar month immediately prior to Effective
Date. The Consumer Price Index to be used in such calculation is the "Consumer Price
Index, All Items, 1982-84=100 for All Urban Consumers (CPI -U)", for the Los Angeles -
Riverside -Orange County Metropolitan Area, published by the United States Department
of Labor, Bureau of Labor Statistics. If both an official index and one or more unofficial
indices are published, the official index shall be used. If said Consumer Price Index is no
longer published at the adjustment date, it shall be constructed by conversion tables
included in such new index. In no event, however, shall the amount payable under this
Agreement be reduced below the Billing Rates in effect immediately preceding such
adjustment. The maximum adjustment increase to the Billing Rates, for any year where
an adjustment is made pursuant to this Section, shall not exceed the Consumer Price
Index or 2.0% of the Billing Rates in effect immediately preceding such adjustment,
whichever is less.
4.3 Contractor shall submit monthly invoices to City describing the Work
performed the preceding month. Contractor's bills shall include the name and/or
classification of employee who performed the Work, a brief description of the Services
performed and/or the specific task in the Scope of Services to which it relates, the date
the Services were performed, the number of hours spent on all Work billed on an hourly
basis, and a description of any reimbursable expenditures. City shall pay Contractor no
later than thirty (30) calendar days after approval of the monthly invoice by City staff.
4.4 City shall reimburse Contractor only for those costs or expenses specifically
identified in Exhibit B to this Agreement and the Letter Proposal, or specifically approved
in writing in advance by City.
4.5 Contractor shall not receive any compensation for Extra Work performed
without the prior written authorization of City. As used herein, "Extra Work" means any
Work that is determined by City to be necessary for the proper completion of the Project,
but which is not included within the Scope of Services and which the parties did not
reasonably anticipate would be necessary at the execution of this Agreement.
Compensation for any authorized Extra Work shall be paid in accordance with Exhibit B
and the Letter Proposal.
5. PROJECT MANAGER
5.1 Contractor shall designate a Project Manager, who shall coordinate all
phases of the Project. This Project Manager shall be available to City at all reasonable
times during the Agreement term. Contractor has designated Michael Bodart to be its
Project Manager. Contractor shall not remove or reassign the Project Manager or any
personnel listed in Exhibit A or assign any new or replacement personnel to the Project
General Pump Company, Inc. Page 3
without the prior written consent of City. City's approval shall not be unreasonably
withheld with respect to the removal or assignment of non -key personnel.
5.2 Contractor, at the sole discretion of City, shall remove from the Project any
of its personnel assigned to the performance of Services upon written request of City.
Contractor warrants that it will continuously furnish the necessary personnel to complete
the Project on a timely basis as contemplated by this Agreement.
6. ADMINISTRATION
This Agreement will be administered by the Utilities Department. City's Utilities
Manager or designee shall be the Project Administrator and shall have the authority to
act for City under this Agreement. The Project Administrator shall represent City in all
matters pertaining to the Services to be rendered pursuant to this Agreement.
7. CITY'S RESPONSIBILITIES
To assist Contractor in the execution of its responsibilities under this Agreement,
City agrees to provide access to and upon request of Contractor, one copy of all existing
relevant information on file at City. City will provide all such materials in a timely manner
so as not to cause delays in Contractor's Work schedule.
8. TYPE AND INSTALLATION OF MATERIALS/STANDARD OF CARE
8.1 Contractor shall use only the standard materials described in Exhibit A in
performing Services under this Agreement. Any deviation from the materials described
in Exhibit A shall not be installed or utilized unless approved in advance and in writing by
the Project Administrator.
8.2 All of the Services shall be performed by Contractor or under Contractor's
supervision. Contractor represents that it possesses the personnel required to perform
the Services required by this Agreement, and that it will perform all Services in a manner
commensurate with community professional standards and with the ordinary degree of
skill and care that would be used by other reasonably competent practitioners of the same
discipline under similar circumstances. All Services shall be performed by qualified and
experienced personnel who are not employed by City. By delivery of completed Work,
Contractor certifies that the Work conforms to the requirements of this Agreement, all
applicable federal, state and local laws and legally recognized professional standards.
8.3 Contractor represents and warrants to City that it has, shall obtain and shall
keep in full force and effect during the term hereof, at its sole cost and expense, all
licenses, permits, qualifications, insurance and approvals of whatsoever nature that is
legally required of Contractor to practice its profession. Contractor shall maintain a City
of Newport Beach business license during the term of this Agreement.
8.4 Contractor shall not be responsible for delay, nor shall Contractor be
responsible for damages or be in default or deemed to be in default by reason of strikes,
lockouts, accidents, acts of God, or the failure of City to furnish timely information or to
approve or disapprove Contractor's Work promptly, or delay or faulty performance by City,
contractors, or governmental agencies.
General Pump Company, Inc. Page 4
9. RESPONSIBILITY FOR DAMAGES OR INJURY
9.1 City and all officers, employees and representatives thereof and all persons
and entities owning or otherwise in legal control of the property upon which Contractor
performs the Project and/or Services shall not be responsible in any manner for any loss
or damage to any of the materials or other things used or employed in performing the
Project or for injury to or death of any person as a result of Contractor's performance of
the Services required hereunder; or for damage to property from any cause arising from
the performance of the Project and/or Services by Contractor, or its subcontractors, or its
workers, or anyone employed by either of them.
9.2 Contractor shall be responsible for any liability imposed by law and for
injuries to or death of any person or damage to property resulting from defects,
obstructions or from any cause arising from Contractor's Work on the Project and/or
Services, or the Work of any subcontractor or supplier selected by Contractor.
9.3 To the fullest extent permitted by law, Contractor shall indemnify, defend
and hold harmless City, its City Council, boards and commissions, officers, agents,
volunteers, employees, and any person or entity owning or otherwise in legal control of
the property upon which Contractor performs the Project and/or Services contemplated
by this Agreement (collectively, the "Indemnified Parties") from and against any and all
claims (including, without limitation, claims for bodily injury, death or damage to property),
demands, obligations, damages, actions, causes of action, suits, losses, judgments,
fines, penalties, liabilities, costs and expenses (including, without limitation, attorneys'
fees, disbursements and court costs) of every kind and nature whatsoever (individually,
a Claim, collectively, "Claims"), which may arise from or in any manner relate (directly or
indirectly) to any breach of the terms and conditions of this Agreement, any Work
performed or Services provided under this Agreement including, without limitation,
defects in workmanship or materials or Contractor's presence or activities conducted on
the Project (including the negligent and/or willful acts, errors and/or omissions of
Contractor, its principals, officers, agents, employees, vendors, suppliers, consultants,
subcontractors, anyone employed directly or indirectly by any of them or for whose acts
they may be liable or any or all of them).
9.4 Notwithstanding the foregoing, nothing herein shall be construed to require
Contractor to indemnify the Indemnified Parties from any Claim arising from the sole
negligence or willful misconduct of the Indemnified Parties. Nothing in this indemnity shall
be construed as authorizing any award of attorneys' fees in any action on or to enforce
the terms of this Agreement. This indemnity shall apply to all claims and liability
regardless of whether any insurance policies are applicable. The policy limits do not act
as a limitation upon the amount of indemnification to be provided by Contractor.
9.5 Contractor shall perform all Work in a manner to minimize public
inconvenience and possible hazard, to restore other work areas to their original condition
and former usefulness as soon as possible, and to protect public and private property.
Contractor shall be liable for any private or public property damaged during the
performance of the Work by Contractor or its agents.
General Pump Company, Inc. Page 5
9.6 To the extent authorized by law, as much of the money due Contractor
under and by virtue of the Agreement as shall be considered necessary by City may be
retained by it until disposition has been made of such suits or claims for damages as
aforesaid.
9.7 The rights and obligations set forth in this Section shall survive the
termination of this Agreement.
10. INDEPENDENT CONTRACTOR
It is understood that City retains Contractor on an independent contractor basis
and Contractor is not an agent or employee of City. The manner and means of conducting
the Work are under the control of Contractor, except to the extent they are limited by
statute, rule or regulation and the expressed terms of this Agreement. No civil service
status or other right of employment shall accrue to Contractor or its employees. Nothing
in this Agreement shall be deemed to constitute approval for Contractor or any of
Contractor's employees or agents, to be the agents or employees of City. Contractor
shall have the responsibility for and control over the means of performing the Work,
provided that Contractor is in compliance with the terms of this Agreement. Anything in
this Agreement that may appear to give City the right to direct Contractor as to the details
of the performance of the Work or to exercise a measure of control over Contractor shall
mean only that Contractor shall follow the desires of City with respect to the results of the
Services.
11. COOPERATION
Contractor agrees to work closely and cooperate fully with City's designated
Project Administrator and any other agencies that may have jurisdiction or interest in the
Work to be performed. City agrees to cooperate with Contractor on the Project.
12. CITY POLICY
Contractor shall discuss and review all matters relating to policy and Project
direction with City's Project Administrator in advance of all critical decision points in order
to ensure the Project proceeds in a manner consistent with City goals and policies.
13. PROGRESS
Contractor is responsible for keeping the Project Administrator informed on a
regular basis regarding the status and progress of the Project, activities performed and
planned, and any meetings that have been scheduled or are desired.
14. INSURANCE
Without limiting Contractor's indemnification of City, and prior to commencement
of Work, Contractor shall obtain, provide and maintain at its own expense during the term
of this Agreement or for other periods as specified in this Agreement, policies of insurance
of the type, amounts, terms and conditions described in the Insurance Requirements
attached hereto as Exhibit C, and incorporated herein by reference.
General Pump Company, Inc. Page 6
15. BONDING
15.1 For any Letter Proposal accepted by City of over Twenty Five Thousand
Dollars and 00/100 ($25,000.00), Contractor shall obtain, provide and maintain at its own
expense during the term of this Agreement: (1) a Labor and Materials Payment Bond in
the amount of one hundred percent (100%) of the total amount to be paid Contractor as
set forth in any Letter Proposal accepted by City of over Twenty Five Thousand Dollars
and 00/100 ($25,000.00), and in the form attached hereto as Exhibit D which is
incorporated herein by this reference; and (2) a Faithful Performance Bond in the amount
of one hundred percent (100%) of the total amount to be paid Contractor as set forth in
any Letter Proposal accepted by City of over Twenty Five Thousand Dollars and 00/100
($25,000.00), and in the form attached hereto as Exhibit E which is incorporated herein
by this reference.
15.2 The Labor and Materials Payment Bond and Faithful Performance Bond
shall be issued by an insurance organization or surety (1) currently authorized by the
Insurance Commissioner to transact business of insurance in the State of California, (2)
listed as an acceptable surety in the latest revision of the Federal Register Circular 570,
and (3) assigned a Policyholders' Rating A (or higher) and Financial Size Category Class
VII (or larger) in accordance with the latest edition of Best's Key Rating Guide: Property -
Casualty.
15.3 Contractor shall deliver, concurrently with City's approval of any Letter
Proposal over Twenty Five Thousand Dollars and 00/100 ($25,000.00), the Labor and
Materials Payment Bond and Faithful Performance Bond, a certified copy of the
"Certificate of Authority" of the Insurer or Surety issued by the Insurance Commissioner,
which authorizes the Insurer or Surety to transact surety insurance in the State of
California.
16. PREVAILING WAGES
16.1 Pursuant to the applicable provisions of the Labor Code of the State of
California, not less than the general prevailing rate of per diem wages including legal
holidays and overtime Work for each craft or type of workman needed to execute the
Work contemplated under the Agreement shall be paid to all workmen employed on the
Work to be done according to the Agreement by the Contractor and any subcontractor.
In accordance with the California Labor Code (Sections 1770 et seq.), the Director of
Industrial Relations has ascertained the general prevailing rate of per diem wages in the
locality in which the Work is to be performed for each craft, classification, or type of
workman or mechanic needed to execute the Agreement. A copy of said determination
is available by calling the prevailing wage hotline number (415) 703-4774, and requesting
one from the Department of Industrial Relations. The Contractor is required to obtain the
wage determinations from the Department of Industrial Relations and post at the job site
the prevailing rate or per diem wages. It shall be the obligation of the Contractor or any
subcontractor under him/her to comply with all State of California labor laws, rules and
regulations and the parties agree that the City shall not be liable for any violation thereof.
16.2 Unless otherwise exempt by law, Contractor warrants that no contractor or
subcontractor was listed on the bid proposal for the Services that it is not currently
General Pump Company, Inc. Page 7
registered and qualified to perform public work. Contractor further warrants that it is
currently registered and qualified to perform "public work" pursuant to California Labor
Code section 1725.5 or any successor statute thereto and that no contractor or
subcontractor will engage in the performance of the Services unless currently registered
and qualified to perform public work.
17. PROHIBITION AGAINST ASSIGNMENTS AND TRANSFERS
Except as specifically authorized under this Agreement, the Services to be
provided under this Agreement shall not be assigned, transferred contracted or
subcontracted out without the prior written approval of City. Any of the following shall be
construed as an assignment: The sale, assignment, transfer or other disposition of any
of the issued and outstanding capital stock of Contractor, or of the interest of any general
partner or joint venturer or syndicate member or cotenant if Contractor is a partnership or
joint -venture or syndicate or cotenancy, which shall result in changing the control of
Contractor. Control means fifty percent (50%) or more of the voting power or twenty-five
percent (25%) or more of the assets of the corporation, partnership or joint -venture.
18. SUBCONTRACTING
The subcontractors authorized by City, if any, to perform Work on this Project are
identified in Exhibit A and the Letter Proposal. Contractor shall be fully responsible to
City for all acts and omissions of any subcontractor. Nothing in this Agreement shall
create any contractual relationship between City and any subcontractor nor shall it create
any obligation on the part of City to pay or to see to the payment of any monies due to
any such subcontractor other than as otherwise required by law. City is an intended
beneficiary of any Work performed by the subcontractor for purposes of establishing a
duty of care between the subcontractor and City. Except as specifically authorized herein,
the Services to be provided under this Agreement shall not be otherwise assigned,
transferred, contracted or subcontracted out without the prior written approval of City.
19. OWNERSHIP OF DOCUMENTS
Each and every report, draft, map, record, plan, document and other writing
produced (hereinafter "Documents"), prepared or caused to be prepared by Contractor,
its officers, employees, agents and subcontractors, in the course of implementing this
Agreement, shall become the exclusive property of City, and City shall have the sole right
to use such materials in its discretion without further compensation to Contractor or any
other party. Contractor shall, at Contractor's expense, provide such Documents to City
upon prior written request.
20. CONFIDENTIALITY
All Documents, including drafts, preliminary drawings or plans, notes and
communications that result from the Services in this Agreement, shall be kept confidential
unless City expressly authorizes in writing the release of information.
General Pump Company, Inc. Page 8
21. RECORDS
Contractor shall keep records and invoices in connection with the Services to be
performed under this Agreement. Contractor shall maintain complete and accurate
records with respect to the costs incurred under this Agreement and any Services,
expenditures and disbursements charged to City, for a minimum period of three (3) years,
or for any longer period required by law, from the date of final payment to Contractor
under this Agreement. All such records and invoices shall be clearly identifiable.
Contractor shall allow a representative of City to examine, audit and make transcripts or
copies of such records and invoices during regular business hours. Contractor shall allow
inspection of all Work, data, Documents, proceedings and activities related to the
Agreement for a period of three (3) years from the date of final payment to Contractor
under this Agreement.
22. WITHHOLDINGS
City may withhold payment to Contractor of any disputed sums until satisfaction of
the dispute with respect to such payment. Such withholding shall not be deemed to
constitute a failure to pay according to the terms of this Agreement. Contractor shall not
discontinue Work as a result of such withholding. Contractor shall have an immediate
right to appeal to the City Manager or his/her designee with respect to such disputed
sums. Contractor shall be entitled to receive interest on any withheld sums at the rate of
return that City earned on its investments during the time period, from the date of
withholding of any amounts found to have been improperly withheld.
23. CITY'S RIGHT TO EMPLOY OTHER CONTRACTORS
City reserves the right to employ other contractors in connection with the Project.
24. CONFLICTS OF INTEREST
24.1 Contractor or its employees may be subject to the provisions of the
California Political Reform Act of 1974 (the "Act") and/or Government Code §§ 1090 et
seq., which (1) require such persons to disclose any financial interest that may
foreseeably be materially affected by the Work performed under this Agreement, and (2)
prohibit such persons from making, or participating in making, decisions that will
foreseeably financially affect such interest.
24.2 If subject to the Act and/or Government Code §§ 1090 et seq., Contractor
shall conform to all requirements therein. Failure to do so constitutes a material breach
and is grounds for immediate termination of this Agreement by City. Contractor shall
indemnify and hold harmless City for any and all claims for damages resulting from
Contractor's violation of this Section.
25. NOTICES
25.1 All notices, demands, requests or approvals, including any change in
mailing address, to be given under the terms of this Agreement shall be given in writing,
and conclusively shall be deemed served when delivered personally, or on the third
General Pump Company, Inc. Page 9
business day after the deposit thereof in the United States mail, postage prepaid, first-
class mail, addressed as hereinafter provided.
25.2 All notices, demands, requests or approvals from Contractor to City shall be
addressed to City at:
Attn: Utilities Manager
Utilities Department
City of Newport Beach
100 Civic Center Drive
PO Box 1768
Newport Beach, CA 92658
25.3 All notices, demands, requests or approvals from City to Contractor shall be
addressed to Contractor at:
Attn: Michael Bodart
General Pump Company, Inc.
159 North Acacia Street
San Dimas, CA 91773
26. CLAIMS
26.1 Unless a shorter time is specified elsewhere in this Agreement, before
making its final request for payment under this Agreement, Contractor shall submit to City,
in writing, all claims for compensation under or arising out of this Agreement. Contractor's
acceptance of the final payment shall constitute a waiver of all claims for compensation
under or arising out of this Agreement except those previously made in writing and
identified by Contractor in writing as unsettled at the time of its final request for payment.
Contractor and City expressly agree that in addition to any claims filing requirements set
forth in the Agreement, Contractor shall be required to file any claim Contractor may have
against City in strict conformance with the Government Claims Act (Government Code
sections 900 et seq.).
26.2 To the extent that Contractor's claim is a "Claim" as defined in Public
Contract Code section 9204 or any successor statute thereto, the Parties agree to follow
the dispute resolution process set forth therein. Any part of such "Claim" remaining in
dispute after completion of the dispute resolution process provided for in Public Contract
Code section 9204 or any successor statute thereto shall be subject to the Government
Claims Act requirements requiring Contractor/Consultant to file a claim in strict
conformance with the Government Claims Act. To the extent that Contractor's claim is
not a "Claim" as defined in Public Contract Code section 9204 or any successor statute
thereto, Contractor shall be required to file such claim with the City in strict conformance
with the Government Claims Act (Government Code sections 900 et seq.).
27. TERMINATION
27.1 In the event that either party fails or refuses to perform any of the provisions
of this Agreement at the time and in the manner required, that party shall be deemed in
default in the performance of this Agreement. If such default is not cured within a period
General Pump Company, Inc. Page 10
of two (2) calendar days, or if more than two (2) calendar days are reasonably required
to cure the default and the defaulting party fails to give adequate assurance of due
performance within two (2) calendar days after receipt of written notice of default,
specifying the nature of such default and the steps necessary to cure such default, and
thereafter diligently take steps to cure the default, the non -defaulting party may terminate
the Agreement forthwith by giving to the defaulting party written notice thereof.
27.2 Notwithstanding the above provisions, City shall have the right, at its sole
and absolute discretion and without cause, of terminating this Agreement at any time by
giving no less than seven (7) calendar days' prior written notice to Contractor. In the
event of termination under this Section, City shall pay Contractor for Services
satisfactorily performed and costs incurred up to the effective date of termination for which
Contractor has not been previously paid. On the effective date of termination, Contractor
shall deliver to City all reports, Documents and other information developed or
accumulated in the performance of this Agreement, whether in draft or final form.
28. LABOR
28.1 Contractor shall conform with all applicable provisions of state and federal
law including, but not limited to, applicable provisions of the federal Fair Labor Standards
Act ("FLSA") (29 USCA § 201, et seq.).
28.2 Whenever Contractor has knowledge that any actual or potential labor
dispute is delaying or threatens to delay the timely performance of this Agreement,
Contractor shall immediately give written notice to City, and provide all relevant
information.
28.3 Contractor represents that all persons working under this Agreement are
verified to be U.S. citizens or persons legally authorized to work in the United States.
28.4 To the fullest extent permitted by law, Contractor shall indemnify, defend,
and hold harmless City, its City Council, boards and commissions, officers, agents,
volunteers, and employees from loss or damage, including but not limited to attorneys'
fees, and other costs of defense by reason of actual or alleged violations of any applicable
federal, state and local labor laws or law, rules, and/or regulations. This obligation shall
survive the expiration and/or termination of the Agreement.
29. STANDARD PROVISIONS
29.1 Recitals. City and Contractor acknowledge that the above Recitals are true
and correct and are hereby incorporated by reference.
29.2 Compliance with all Laws. Contractor shall, at its own cost and expense,
comply with all statutes, ordinances, regulations and requirements of all governmental
entities, including federal, state, county or municipal, whether now in force or hereinafter
enacted. In addition, all Work prepared by Contractor shall conform to applicable City,
county, state and federal laws, rules, regulations and permit requirements and be subject
to approval of the Project Administrator and City.
General Pump Company, Inc. Page 11
29.3 Waiver. A waiver by either party of any breach, of any term, covenant or
condition contained herein shall not be deemed to be a waiver of any subsequent breach
of the same or any other term, covenant or condition contained herein, whether of the
same or a different character.
29.4 Integrated Contract. This Agreement represents the full and complete
understanding of every kind or nature whatsoever between the parties hereto, and all
preliminary negotiations and agreements of whatsoever kind or nature are merged herein.
No verbal agreement or implied covenant shall be held to vary the provisions herein.
29.5 Conflicts or Inconsistencies. In the event there are any conflicts or
inconsistencies between this Agreement and the Scope of Services or any other
attachments attached hereto, the terms of this Agreement shall govern.
29.6 Interpretation. The terms of this Agreement shall be construed in
accordance with the meaning of the language used and shall not be construed for or
against either party by reason of the authorship of the Agreement or any other rule of
construction which might otherwise apply.
29.7 Amendments. This Agreement may be modified or amended only by a
written document executed by both Contractor and City and approved as to form by the
City Attorney.
29.8 Severability. If any term or portion of this Agreement is held to be invalid,
illegal, or otherwise unenforceable by a court of competent jurisdiction, the remaining
provisions of this Agreement shall continue in full force and effect.
29.9 Controlling Law and Venue. The laws of the State of California shall govern
this Agreement and all matters relating to it and any action brought relating to this
Agreement shall be adjudicated in a court of competent jurisdiction in the County of
Orange, State of California.
29.10 Equal Opportunity Employment. Contractor represents that it is an equal
opportunity employer and it shall not discriminate against any subcontractor, employee
or applicant for employment because of race, religious creed, color, national origin,
ancestry, physical handicap, medical condition, marital status, sex, sexual orientation,
age or any other impermissible basis under law.
29.11 No Attorneys' Fees. In the event of any dispute or legal action arising under
this Agreement, the prevailing party shall not be entitled to attorneys' fees.
29.12 Counterparts. This Agreement may be executed in two (2) or more
counterparts, each of which shall be deemed an original and all of which together shall
constitute one (1) and the same instrument.
[SIGNATURES ON NEXT PAGE]
General Pump Company, Inc. Page 12
IN WITNESS WHEREOF, the parties have caused this Agreement to be executed
on the dates written below.
APPROVED AS TO FORM: CITY OF NEWPORT BEACH,
CITY ATTORNEY'S OFFICE a California municipal co r oration
Date:?i0 Date: .��
By: By: `
fp f Aaron C. Harp U►M dllo4 Diane 13. Dixon
City Attorney Mayor
ATTEST: CONTRACTOR: General Pump
Date: /9.1, %q Company, Inc., a California corporation
Date:
c
Leilani I. Brown iNe_l Bodart
City Clerk President/Treasurer
Attachments: Exhibit A
Exhibit B
Exhibit C
Exhibit D
Exhibit E
Date
Secretary
[END OF SIGNATURES]
Scope of Services
Schedule of Billing Rates
Insurance Requirements
Labor and Materials Payment Bond
Faithful Performance Bond
General Pump Company, Inc. Page 13
EXHIBIT A
SCOPE OF SERVICES
1. CONTRACTOR RESPONSIBILITIES
Contractor shall furnish all labor, equipment, materials and supervision to provide
maintenance services related to the City's water wells and pump stations.
2. DESCRIPTION OF PROJECT
2.1 This project is to provide maintenance and repair services for the City's four
(4) water wells, four (4) well pumps, and twenty four (24) water booster pumps
on an on-call, as -needed, time -and -material basis. Any and all performance
pursuant to this Agreement shall be on an "on-call" or "as -needed" basis and
any tasking shall be initiated solely by the City.
2.2 Contractor shall mobilize in less than seventy two (72) hours and perform work
once requested by the City.
2.3 Some pump maintenance and repair services may include, but are not limited
to, removal, inspection, repair, replacement, and installation, of well pumps
and booster pumps, and the furnishing of parts and labor in conjunction with
such work.
2.4 Contractor shall conduct maintenance to potable water wells including, but not
limited to, well columns, base plates, level transmitters, and water lube
assemblies.
2.5 City may ask Contractor to submit an annual preventive maintenance
schedule, including work to be performed, for the City's four (4) wells, well
pumps and twenty four (24) water booster pumps.
2.6 The City has a contract with a motor maintenance and repair company. All
motor work shall be performed under this existing contract. No motor
maintenance or repair work is included in this Scope of Services and shall not
be performed under this Agreement.
2.7 Contractor is a licensed (C-57) Well Drilling Contractor in the State of
California
General Pump Company, Inc. Page A-1
3. SCOPE OF WORK
3.1 Contractor shall furnish all material, labor, equipment, and supervision to
perform the maintenance and repair as requested by the City. Contractor
shall perform such work in a thorough and professional manner.
3.2 The City's water system consists of four (4) well pumps and twenty four (24)
water booster pumps. Pump manufacturers include: Peerless, Johnson,
Goulds, Ingersoll -Dresser, and Grundfus pumps. The pumps range in length
of three (3) feet to 279 feet. The pumps' pumping capacities range from 500
gallons per minute (GPM) to 3,200 GPM. All pumps are water lubricated.
Contractor shall perform maintenance and repairs to these pumps, as -
needed, with the same components. Equivalent components shall not be
accepted, would exclude the Contractor from working on the pumps, and
would constitute a breach of the Agreement, leading to termination. The City
shall contact the Contractor when a problem with a pump occurs. If on-site
repairs are not possible, the Contractor and City shall make a determination
if the pump needs to be removed and sent to the Contractor's shop for
inspection. From this inspection, Contractor shall present to the City a Letter
Proposal for parts and labor to make repairs. Any replacement parts or
materials shall be noted for approval by the City. All work sent out for outside
service to a third party shall also be noted in the Letter Proposal. Contractor
shall submit this Letter Proposal in writing to the Utilities Manager or his/her
designee. If the City agrees with the terms of the proposal, the City will then
issue a Notice to Proceed (NTP) in writing for repairs to be made. No repairs
shall be made until this NTP is issued to the Contractor.
3.3 The City's four (4) wells are located in Fountain Valley, California.
Maintenance required of these wells is considered to be more preventive than
corrective. Contractor shall perform vibration analysis testing, efficiency
testing, dynamic video monitoring (DVM) and spinner logging. Contractor
shall analyze the data from these tests to make recommendations to the City
on well maintenance and repairs to be performed. These recommendations
shall be presented to the City in an official report detailing the findings. The
recommendations from the Contractor for repairs to wells does not guarantee
that the work will be performed, or said Contractor will be chosen to perform
the work recommended.
3.4 Should the City require the Contractor to perform scheduled preventive
maintenance of the water wells, pumps and/or booster pumps, the Contractor
shall submit to City a schedule outlining the maintenance to be performed,
when each well and pump will receive maintenance, and the length of time
needed to complete the maintenance. The type of maintenance work to be
performed as part of the scheduled preventive maintenance shall be
discussed with the City and then communicated in writing to the Contractor
prior to any scheduled preventive maintenance occurring. Contractor shall
provide a cost estimate to the City prior to conducting the agreed upon
General Pump Company, Inc. Page A-2
services and receive approval from the City.
4. LEVEL OF MAINTENANCE
4.1 All work shall be performed in a manner commensurate with community
professional standards and with the ordinary degree of skill and care that
would be used by other reasonably competent practitioners of the same
discipline under similar circumstances. Standards and frequencies may be
modified from time to time as deemed necessary by the City for the proper
maintenance and repair of the wells and pumps.
4.2 If, in the judgment of the City, the level of maintenance is less than that
specified herein, the City shall, at its option, in addition to or in lieu of other
remedies provided herein, withhold appropriate payment from the Contractor
until services are rendered in accordance with specifications set forth within
this document and providing no other arrangements have been made
between the Contractor(s) and the City. Failure to notify of a change and/or
failure to perform an item or work on a scheduled day may, at the City's sole
discretion, result in deduction of payment for that day, week, or month.
Payment shall be retained for work not performed until such time as the work
is performed to City standard.
4.3 The Contractor is required to correct deficiencies within the time specified by
the City. If noted deficient work has not been completed, payment for subject
deficiency shall be withheld and shall continue to be withheld until deficiency
is corrected, without right to retroactive payments.
4.4 All work and general conditions shall be performed in accordance with the
current Standard Specifications for Cal -OSHA, Public Works Construction
(Green Book), the State Water Resources Control Board Health Guidelines,
and the American Water Works Association (AWWA) Standards.
5. WORKMANSHIP AND SUPERVISION
5.1 Unless otherwise stated, Contractor shall be responsible to provide all labor
and materials to allow for successful Project completion.
5.2 The City may choose to reimburse the Contractor for materials that need to
be procured. These instances shall be analyzed on a case-by-case basis and
reimbursement for materials will need to be agreed upon in the Contractor's
Letter Proposal prior to the commencement of work.
5.3 Receipts shall be required for reimbursements for materials purchased for
projects. City reserves the right to specify what type of material and/or
equipment will be purchased per project. All equipment and material
purchases shall be preapproved by the Utilities Manager, or his/her designee.
Contractor shall charge the actual cost of materials to the City plus 5% for
General Pump Company, Inc. Page A-3
overhead costs associated with procurement of materials. The City reserves
the right to purchase materials directly and make them available to the
Contractor. In the event the City exercises the option to purchase the
materials, the following conditions shall apply:
• Contractor shall conform to all City practices and procedures.
• All City purchases will be for the sole expressed use of and for the
City.
• Contractor shall secure, store, inventory, distribute and control all
materials entrusted to the Contractor's representatives.
• All materials and inventories shall be made available to the City
upon request. Contractor shall reduce the unit cost for each
maintenance task by the City's actual cost for the materials
provided and used.
5.4 Contractor represents and warrants to the City that he/she has, and will keep
in effect at all times during the term of a contract with the City, all licenses,
permits, professional qualifications, and approvals of whatever nature that
are legally required to practice his/her trade.
5.5 Contactor shall maintain all work sites free of hazards to persons and/or
property resulting from the Contractor's operations. Any hazardous condition
noted by the Contractor, which is not a result of the Contractor's operations,
shall be immediately reported to the City.
5.6 Contractor shall be responsible for removing and cleaning any and all debris
that occurs as a result of its operations as a result of services requested in
this scope of work.
5.7 All work performed under this contract shall be performed in such a manner
as to provide maximum safety to the public and where applicable, comply
with all safety standards required by CAL -OSHA. The Utilities Manager, or
his/her designee reserves the right to issue restraint or cease and desist
orders to the Contractor when unsafe or harmful acts are observed or
reported relative to the performance of the work under this contract.
5.8 The supervisor or person in charge and on site of any City project shall have
a smart phone capable of email.
5.9 At all times, the Contractor shall ensure at least one (1) English-speaking
person is on site of any City assigned project.
General Pump Company, Inc. Page A-4
6. WORKING HOURS
6.1 Normal working hours shall be between the hours of 7:00 a.m. and 4:30 p.m.
Monday through Thursday and 7:00 a.m. to 3:30 p.m. Friday. Work at the well
sites is limited from 8:30 a.m. to 4:30 p.m. Monday through Thursday; and
8:30 a.m. to 3:30 p.m., Friday.
6.2 Contractor is subject to being contacted twenty four (24) hours a day, seven
(7) days a week, 365 days a year to make emergency repairs to the City's
water wells and pumps. Contractor shall provide the Utilities Manager with
names and telephone numbers of at least two (2) qualified persons who can
be called by City representatives when emergency maintenance conditions
occur during hours when the Contractor's normal work force is not present
in the City of Newport Beach. These representatives for the Contractor shall
respond to said emergency within two (2) hours from receiving notification.
Contractor shall promptly notify the Utilities Manager should any updates
occur to this contact information.
7. CONTRACTOR'S OFFICE
7.1 Contractor shall maintain an office within a two (2) hour response time of the
job site and provide the office with phone service during normal working
hours. During all other times, a telephone answering service shall be utilized
and the answering service shall be capable of contacting the Contractor by
cellular phone, radio or pager. Contractor shall respond to our request within
two (2) hours and must be able to mobilize within 72 hours to all
emergencies. Contractor will have full responsibility for maintaining an office
and a yard as needed for equipment, vehicle, and material storage.
7.2 Unless otherwise specified by the Utilities Manager (Project Administrator)
or his/her designee, there will be no on-site storage of equipment or
materials on City property or at the well sites. Contractor shall have full
responsibility for maintaining an office and a storage facility.
8. EQUIPMENT
All vehicles and equipment used in conjunction with the work shall be maintained
in a neat, clean, orderly manner and shall be in good working order. The Utilities
Manager, or his/her designee, may reject any vehicle or piece of equipment and
order it removed.
9. STREET CLOSURES, DETOURS, BARRICADES
9.1 Warning signs, lights, and devices shall be installed and displayed in
conformity with the current edition of the "California Manual on Uniform
Traffic Control Devices"
(http://www.dot.ca.gov/hq/traffops/signtech/mutcdsupp/) for use in
General Pump Company, Inc. Page A-5
performance of work upon highways issued by the State of California,
Department of Transportation and as directed by City staff.
9.2 If the Contractor fails to provide and install any of the signs or traffic control
devices required hereby or ordered by the City staff, staff may cause such
signs or traffic control devices to be placed by others, charge the costs
therefore against the Contractor, and deduct the same from the next
progress payment orinvoice.
9.3 Beacon lighting visible from behind the vehicle will be installed on vehicles
working along City streets.
10. PERMITS
10.1 When work is performed at the Dolphin Well site, a permit and traffic control
plan must be submitted to the City of Fountain Valley.
10.2 At the City's Tamura Well site, a permit must be obtained from the City of
Fountain Valley. Contractor shall provide a work schedule to the City 72
hours prior to work being conducted at this site.
10.3 The Contractor(s) is responsible for obtaining permits where required by
federal, state or local laws as it pertains to the work being conducted.
11. PROJECT ADMINISTRATION
11.1 For all service requests, Contractor shall follow the protocol established in
this Agreement in regards to service deployment, including issuing Letter
Proposals for each request and not commencing work until authorized by
the Utilities Manager, or his/her designee. Any and all services performed
for the City shall be charged at the rates indicated in this Agreement.
11.2 This Agreement does not guarantee or imply any specific quantity of work
over the Term. When the need for services arises, the City shall request in
writing, the necessary maintenance repair services required in adequate
detail. Contractor shall then provide a letter proposal for Services requested
by the City (hereinafter referred to as the "Letter Proposal"). The Letter
Proposal shall include the following:
• A detailed description of the services to be provided by the Contractor;
• A detailed description of the services to be provided by an outside
agency other than the Contractor;
• A detailed description of any replacement parts or materials;
• The estimated number of hours and cost to complete the services;
and
• A work schedule that includes the completion date for the project.
General Pump Company, Inc. Page A-6
11.3 City shall assess the Letter Proposal to ensure that services and costs
proposed are commensurate with those provided in this Agreement. No
Services shall be provided until the City has provided written acceptance of
the Letter Proposal. Once authorized to proceed, Contractor shall diligently
perform the duties in the approved Letter Proposal.
11.4 Contractor shall perform all Work required to be performed, and shall
provide and furnish all the labor, materials, necessary tools, expendable
equipment and all utility and transportation services necessary for the
Project.
11.5 Contractor shall meet at least once per year of the Agreement with the
Utilities Manager (Project Administrator) for a performance review and
assessment of the quality of work performed.
12. UNDERGROUND EXCAVATIONS
Contractor shall be responsible for locating all underground utility lines to insure
the safety of his/her work crew and to protect, in place, existing utility equipment
before commencing any excavation. Contractor shall contact the Utilities
Manager (Project Administrator) or his/her designee and Underground Service
Alert (www.di.galert.org) (1- 800-227-2600) forty-eight (48) hours before
commencing any excavation, to locate underground service lines.
13. RESPONSIBILITY FOR DAMAGES OR INJURY
13.1 City and all officers, employees and representatives thereof shall not be
responsible in any manner for any loss or damage to any of the materials
or other things used or employed in performing the Project or for injury to
or death of any person as a result of Contractor's performance of the
Services required hereunder; or for damage to property from any cause
arising from the performance of the Project by Contractor or its
subcontractors, or its workers, or anyone employed by either of them.
13.2 Contractor shall be responsible for any liability imposed by law and for
injuries to or death of any person or damage to property resulting from
defects, obstructions or from any cause arising from Contractor's Work
on the Project, or the Work of any subcontractor or supplier selected by
Contractor.
General Pump Company, Inc. Page A-7
EXHIBIT B
SCHEDULE OF BILLING RATES
Pulling & Installation
Description
Rate
After-Hours/Emergency
Hourly Rate*
Mobilization and demobilization
$ 500 Lump Sum
$
600 Lump Sum
Two (2) men, rig and service truck
$ 220
/hour
$
310 /hour
Two (2) man crew and pump pulling rig
$ 210
/hour
$
300 /hour
Three (3) man crew and standard pump
pulling rig
$ 325
/hour
$
425 /hour
Each additional employee
$ 50
/hour
$
75 /hour
Crane
Description
Rate
After-Hours/Emergency
Hourly Rate*
40 ton with one (1) man
$ 320
/hour
$
360 /hour
One (1) man crew, Service support rig for
40 -ton crane
$ 120
/hour
$
160 /hour
Rotary Crane
Description
Rate
After-Hours/Emergency
Hourly Rate*
One (1) man and hydraulic crane - 5 ton
$ 80
/hour
$
90 /hour
One (1) man and hydraulic crane - 8 ton
$ 80
/hour
$
90 /hour
One (1) man and rotary crane - 10 ton
$ 85
/hour
$
95 /hour
One (1) man and rotary crane -17 ton
$ 160
/hour
$
200 /hour
Rotary crane -17 ton and 2 -man Crew
$ 200
/hour
$
250 /hour
General Pump Company, Inc. Page B-1
Field Service
Description Rate
After-Hours/Emergency
Hourly Rate*
One (1) man and delivery truck
$ 25
/hour
$ 35
/hour
One (1) man and service truck
$ 40
/hour
$ 50
/hour
Two (2) men and service truck
$ 80
/hour
$ 100
/hour
Two (2) men and welding truck
$ 85
/hour
$ 105
/hour
Two (2) man crew and combination rig
$ 250
/hour
$ 340
/hour
Flatbed Truck and driver
$ 40
/hour
$ 50
/hour
Service truck and one (1) pump mechanic
$ 100
/hour
$ 130
/hour
Service truck and one (1) electrician
$ 160
/hour
$ 205
/hour
Service truck and one (1) general services
I $ 40
/hour
$ 50
/hour
Service truck and one (1) pump mechanic
and one (1) assistant
$ 140
/hour
$ 170
/hour
Shop Labor
Description
Rate
After-Hours/Emergency
Hourly Rate*
Shop labor -pump mechanic
$ 90
/hour
$ 100
/hour
Shop labor -machinist
$ 90
/hour
$ 100
/hour
Shop labor -welder
$ 90
/hour
$ 100
/hour
Metal spray labor
$ 60
/hour
$ 70
/hour
Miscellaneous
Description
Rate
After-Hours/Emergency
Hourly Rate*
Dynamic video with Engineering or
Hydrogeology support
$1 500
Lump Sum
$1,500
Lump Sum
Spinner Logs
$3,500
Lump Sum
$ 3,500
$ 1,400
Lump Sum
Lump Sum
Dynamic video with mini camera
$1,400 Lump Sum
Video log -color with downhole and side-
scan
$1,200
Lump Sum
p
$ 1,200
Lump Sum
p
General Pump Company, Inc. Page B-2
Engineering and Hydrogeology support $ 20 /hour $ 20 /hour
NPDESCompliance(Bakertanks, $5,000 Lump Sum $5,000 `Lump Sum
neutralizer equipment, lab fees,
fabrication)
Hourly Minimum (if applicable)
* After Hours Rate and Emergency Hourly Rate shall be any time outside of the normal business
hours of Monday through Thursday, 7:00 a.m. to 4:30 p.m., and Friday 7:00 a.m. to 3:30
p.m.
*Maximum 5% overhead cap for all materials purchased. Project Administrator reserves the
right to request that all original receipts of materials be turned in with invoices before
Contractor ispaid.
General Pump Company, Inc. Page B-3
EXHIBIT C
INSURANCE REQUIREMENTS — MAINTENANCE/REPAIR/JANITORIAL SERVICES
1. Provision of Insurance. Without limiting Contractor's indemnification of City, and
prior to commencement of Work, Contractor shall obtain, provide and maintain at
its own expense during the term of this Agreement, policies of insurance of the
type and amounts described below and in a form satisfactory to City. Contractor
agrees to provide insurance in accordance with requirements set forth here. If
Contractor uses existing coverage to comply and that coverage does not meet
these requirements, Contractor agrees to amend, supplement or endorse the
existing coverage.
2. Acceptable Insurers. All insurance policies shall be issued by an insurance
company currently authorized by the Insurance Commissioner to transact
business of insurance in the State of California, with an assigned policyholders'
Rating of A- (or higher) and Financial Size Category Class VII (or larger) in
accordance with the latest edition of Best's Key Rating Guide, unless otherwise
approved by the City's Risk Manager.
3. Coverage Requirements.
A. Workers' Compensation Insurance. Contractor shall maintain Workers'
Compensation Insurance, statutory limits, and Employer's Liability
Insurance with limits of at least one million dollars ($1,000,000) each
accident for bodily injury by accident and each employee for bodily injury by
disease in accordance with the laws of the State of California, Section 3700
of the Labor Code.
Contractor shall submit to City, along with the certificate of insurance, a
Waiver of Subrogation endorsement in favor of City, its City Council,
boards and commissions, officers, agents, volunteers, employees, and
any person or entity owning or otherwise in legal control of the property
upon which Contractor performs the Project and/or Services
contemplated by this Agreement.
B. General Liability Insurance. Contractor shall maintain commercial general
liability insurance and, if necessary, umbrella liability insurance, with
coverage at least as broad as provided by Insurance Services Office form
CG 00 01, in an amount not less than one million dollars ($1,000,000) per
occurrence, two million dollars ($2,000,000) general aggregate. The policy
shall cover liability arising from premises, operations, products -completed
operations, personal and advertising injury, and liability assumed under an
insured contract (including the tort liability of another assumed in a business
contract).
C. Automobile Liability Insurance. Contractor shall maintain automobile
insurance at least as broad as Insurance Services Office form CA 00 01
General Pump Company, Inc. Page C-1
covering bodily injury and property damage for all activities of Contractor
arising out of or in connection with Work to be performed under this
Agreement, including coverage for any owned, hired, non -owned or rented
vehicles, in an amount not less than one million dollars ($1,000,000)
combined single limit each accident.
D. Pollution Liability Insurance. If required, Contractor shall maintain a policy
providing contractor's pollution liability ("CPL") coverage with a total limit of
liability of no less than one million dollars ($1,000,000) per loss and two
million dollars ($2,000,000) in the aggregate per policy period. Claims -
made policies require a 5 -year extended reporting period. The CPL policy
shall include coverage for cleanup costs, third -party bodily injury and
property damage, including loss of use of damaged property or of property
that has not been physically injured or destroyed, resulting from pollution
conditions caused by contracting operations. Coverage as required in this
paragraph shall apply to sudden and non -sudden pollution conditions
resulting from the escape or release of smoke, vapors, fumes, acids, alkalis,
toxic chemicals, liquids, or gases, waste materials, or other irritants,
contaminants, or pollutants. The CPL shall also provide coverage for
transportation and off -Site disposal of materials. The policy shall not
contain any provision or exclusion (including any so-called "insured versus
insured" exclusion or "cross -liability" exclusion) the effect of which would be
to prevent, bar, or otherwise preclude any insured or additional insured
under the policy from making a claim which would otherwise be covered by
such policy on the grounds that the claim is brought by an insured or
additional insured against an insured or additional insured under the policy.
4. Other Insurance Requirements. The policies are to contain, or be endorsed to
contain, the following provisions:
A. Waiver of Subrogation. All insurance coverage maintained or procured
pursuant to this Agreement shall be endorsed to waive subrogation against
City, its City Council, boards and commissions, officers, agents, volunteers,
employees, and any person or entity owning or otherwise in legal control of
the property upon which Contractor performs the Project and/or Services
contemplated by this Agreement or shall specifically allow Contractor or
others providing insurance evidence in compliance with these requirements
to waive their right of recovery prior to a loss. Contractor hereby waives its
own right of recovery against City, and shall require similar written express
waivers from each of its subcontractors.
B. Additional Insured Status. All liability policies including general liability,
products and completed operations, excess liability, pollution liability, and
automobile liability, if required, shall provide or be endorsed to provide that
City, its City Council, boards and commissions, officers, agents, volunteers,
employees, and any person or entity owning or otherwise in legal control of
the property upon which Contractor performs the Project and/or Services
General Pump Company, Inc. Page C-2
contemplated by this Agreement shall be included as insureds under such
policies.
C. Primary and Non Contributory. All liability coverage shall apply on a primary
basis and shall not require contribution from any insurance or self-insurance
maintained by City.
D. Notice of Cancellation. All policies shall provide City with thirty (30)
calendar days notice of cancellation (except for nonpayment for which ten
(10) calendar days notice is required) or nonrenewal of coverage for each
required coverage.
5. Additional Agreements Between the Parties. The parties hereby agree to the
following:
A. Evidence of Insurance. Contractor shall provide certificates of insurance to
City as evidence of the insurance coverage required herein, along with a
waiver of subrogation endorsement for workers' compensation and other
endorsements as specified herein for each coverage. Insurance certificates
and endorsement must be approved by City's Risk Manager prior to
commencement of performance. Current certification of insurance shall be
kept on file with City at all times during the term of this Agreement. City
reserves the right to require complete, certified copies of all required
insurance policies, at any time.
B. City's Right to Revise Requirements. City reserves the right at any time
during the term of the Agreement to change the amounts and types of
insurance required by giving Contractor sixty (60) calendar days advance
written notice of such change. If such change results in substantial
additional cost to Contractor, City and Contractor may renegotiate
Contractor's compensation.
C. Right to Review Subcontracts. Contractor agrees that upon request, all
agreements with subcontractors or others with whom Contractor enters into
contracts with on behalf of City will be submitted to City for review. Failure
of City to request copies of such agreements will not impose any liability on
City, or its employees. Contractor shall require and verify that all
subcontractors maintain insurance meeting all the requirements stated
herein, and Contractor shall ensure that City is an additional insured on
insurance required from subcontractors. For CGL coverage,
subcontractors shall provide coverage with a format at least as broad as CG
20380413.
D. Enforcement of Agreement Provisions. Contractor acknowledges and
agrees that any actual or alleged failure on the part of City to inform
Contractor of non-compliance with any requirement imposes no additional
obligations on City nor does it waive any rights hereunder.
General Pump Company, Inc. Page C-3
E. Requirements not Limiting. Requirements of specific coverage features or
limits contained in this Section are not intended as a limitation on coverage,
limits or other requirements, or a waiver of any coverage normally provided
by any insurance. Specific reference to a given coverage feature is for
purposes of clarification only as it pertains to a given issue and is not
intended by any party or insured to be all inclusive, or to the exclusion of
other coverage, or a waiver of any type. If the Contractor maintains higher
limits than the minimums shown above, the City requires and shall be
entitled to coverage for higher limits maintained by the Contractor. Any
available insurance proceeds in excess of the specified minimum limits of
insurance and coverage shall be available to the City.
F. Self-insured Retentions. Any self-insured retentions must be declared to
and approved by City. City reserves the right to require that self-insured
retentions be eliminated, lowered, or replaced by a deductible. Self-
insurance will not be considered to comply with these requirements unless
approved by City.
G. City Remedies for Non -Compliance. If Contractor or any subcontractor fails
to provide and maintain insurance as required herein, then City shall have
the right but not the obligation, to purchase such insurance, to terminate this
Agreement, or to suspend Contractor's right to proceed until proper
evidence of insurance is provided. Any amounts paid by City shall, at City's
sole option, be deducted from amounts payable to Contractor or reimbursed
by Contractor upon demand.
H. Timely Notice of Claims. Contractor shall give City prompt and timely notice
of claims made or suits instituted that arise out of or result from Contractor's
performance under this Agreement, and that involve or may involve
coverage under any of the required liability policies. City assumes no
obligation or liability by such notice, but has the right (but not the duty) to
monitor the handling of any such claim or claims if they are likely to involve
City.
Contractor's Insurance. Contractor shall also procure and maintain, at its
own cost and expense, any additional kinds of insurance, which in its own
judgment may be necessary for its proper protection and prosecution of the
Work.
General Pump Company, Inc. Page C-4
Subject: FW: City of Newport Beach: Notice of Waiver for General Pump
Importance: High
From: EXIGIS RiskWorks <notifications@riskworks.com>
Sent: Monday, December 09, 2019 7:38 AM
To: Rosenbaum, Joshua <irose nbaum@newportbeachca.gov>
Cc: Ackerman, Joan <iackerman@newportbeachca.gov>
Subject: City of Newport Beach: Notice of Waiver for General Pump
Dear Business Partner,
City of Newport Beach has completed its review of the insurance documentation submitted on behalf of General Pump
and has waived its standard insurance requirements.
The following comments were provided: Evaluation waived by reviewer
No further action is required at this time. You will receive a renewal notice requesting the submission of updated
insurance documentation in advance of expiration.
If you have any questions, please contact EXIGIS Risk Management Services at support@exigis.com or 800-430-1589.
Thank you for your cooperation and timely fulfillment of this important request.
Sincerely,
EXIGIS Risk Management Services
On behalf of City of Newport Beach
800-430-1589
support@exigis.com
Organizational Unit : City of Newport Beach -> Utilities Department
Agreement Name: Well pumps
Agreement Number: C-8064-1