Loading...
HomeMy WebLinkAboutGlobal Power Group Inc; 2020-09-14; PSA21-1253FACPSA21-1253FAC City Attorney Approved Version 6/12/18 1 AGREEMENT FOR GENERATOR PREVENTIVE MAINTENANCE SERVICES GLOBAL POWER GROUP, INC. THIS AGREEMENT is made and entered into as of the ______________ day of _________________________, 2020, by and between the CITY OF CARLSBAD, a municipal corporation, ("City"), and GLOBAL POWER GROUP, INC., a Delaware corporation, ("Contractor"). RECITALS A. City requires the professional services of a consultant that is experienced in generator preventive maintenance services. B. Contractor has the necessary experience in providing professional services and advice related to generator preventive maintenance services. C. Contractor has submitted a proposal to City and has affirmed its willingness and ability to perform such work. NOW, THEREFORE, in consideration of these recitals and the mutual covenants contained herein, City and Contractor agree as follows: 1. SCOPE OF WORK City retains Contractor to perform, and Contractor agrees to render, those services (the "Services") that are defined in attached Exhibit "A", which is incorporated by this reference in accordance with this Agreement’s terms and conditions. 2. STANDARD OF PERFORMANCE While performing the Services, Contractor will exercise the reasonable professional care and skill customarily exercised by reputable members of Contractor's profession practicing in the Metropolitan Southern California Area, and will use reasonable diligence and best judgment while exercising its professional skill and expertise. 3. TERM The term of this Agreement will be effective for a period of six (6) months from the date first above written. 4. TIME IS OF THE ESSENCE Time is of the essence for each and every provision of this Agreement. 5. COMPENSATION The total fee payable for the Services to be performed during the initial Agreement term will be twenty thousand one hundred three dollars forty-eight cents ($20,103.48). No other compensation for the Services will be allowed except for items covered by subsequent amendments to this Agreement. The City reserves the right to withhold a ten percent (10%) retention until City has accepted the work and/or Services specified in Exhibit "A". Incremental payments, if applicable, should be made as outlined in attached Exhibit "A". 6. PREVAILING WAGE RATES Any construction, alteration, demolition, repair, and maintenance work, including work performed during design and preconstruction such as inspection and land surveying work, cumulatively exceeding $1,000 and performed under this Agreement are subject to state prevailing wage laws. The general prevailing rate of wages, for each craft or type of worker needed to execute the DocuSign Envelope ID: 6A139C5C-41AE-40F9-A80F-649AD1533459 September 14th PSA21-1253FAC City Attorney Approved Version 6/12/18 2 contract, shall be those as determined by the Director of Industrial Relations pursuant to the Section 1770, 1773 and 1773.1 of the California Labor Code. Pursuant to Section 1773.2 of the California Labor code, a current copy of applicable wage rates is on file in the office of the City Engineer. Contractor shall not pay less than the said specified prevailing rates of wages to all such workers employed by him or her in the execution of the Agreement. Contractor and any subcontractors shall comply with Section 1776 of the California Labor Code, which generally requires keeping accurate payroll records, verifying and certifying payroll records, and making them available for inspection. Contractor shall require any subcontractors to comply with Section 1776. 7. STATUS OF CONTRACTOR Contractor will perform the Services in Contractor's own way as an independent contractor and in pursuit of Contractor's independent calling, and not as an employee of City. Contractor will be under control of City only as to the result to be accomplished, but will consult with City as necessary. The persons used by Contractor to provide services under this Agreement will not be considered employees of City for any purposes. The payment made to Contractor pursuant to the Agreement will be the full and complete compensation to which Contractor is entitled. City will not make any federal or state tax withholdings on behalf of Contractor or its agents, employees or subcontractors. City will not be required to pay any workers' compensation insurance or unemployment contributions on behalf of Contractor or its employees or subcontractors. Contractor agrees to indemnify City within thirty (30) days for any tax, retirement contribution, social security, overtime payment, unemployment payment or workers' compensation payment which City may be required to make on behalf of Contractor or any agent, employee, or subcontractor of Contractor for work done under this Agreement. At the City’s election, City may deduct the indemnification amount from any balance owing to Contractor. 8. SUBCONTRACTING Contractor will not subcontract any portion of the Services without prior written approval of City. If Contractor subcontracts any of the Services, Contractor will be fully responsible to City for the acts and omissions of Contractor's subcontractor and of the persons either directly or indirectly employed by the subcontractor, as Contractor is for the acts and omissions of persons directly employed by Contractor. Nothing contained in this Agreement will create any contractual relationship between any subcontractor of Contractor and City. Contractor will be responsible for payment of subcontractors. Contractor will bind every subcontractor and every subcontractor of a subcontractor by the terms of this Agreement applicable to Contractor's work unless specifically noted to the contrary in the subcontract and approved in writing by City. 9. OTHER CONTRACTORS The City reserves the right to employ other Contractors in connection with the Services. 10. INDEMNIFICATION Contractor agrees to indemnify and hold harmless the City and its officers, officials, employees and volunteers from and against all claims, damages, losses and expenses including attorney’s fees arising out of the performance of the work described herein caused by any negligence, recklessness, or willful misconduct of the Contractor, any subcontractor, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable. The parties expressly agree that any payment, attorney’s fee, costs or expense City incurs or makes to or on behalf of an injured employee under the City’s self-administered workers’ DocuSign Envelope ID: 6A139C5C-41AE-40F9-A80F-649AD1533459 PSA21-1253FAC City Attorney Approved Version 6/12/18 3 compensation is included as a loss, expense or cost for the purposes of this section, and that this section will survive the expiration or early termination of this Agreement. 11. INSURANCE Contractor will obtain and maintain for the duration of the Agreement and any and all amendments, insurance against claims for injuries to persons or damage to property which may arise out of or in connection with performance of the services by Contractor or Contractor’s agents, representatives, employees or subcontractors. The insurance will be obtained from an insurance carrier admitted and authorized to do business in the State of California. The insurance carrier is required to have a current Best's Key Rating of not less than "A-:VII"; OR with a surplus line insurer on the State of California’s List of Approved Surplus Line Insurers (LASLI) with a rating in the latest Best’s Key Rating Guide of at least “A:X”; OR an alien non-admitted insurer listed by the National Association of Insurance Commissioners (NAIC) latest quarterly listings report. 11.1 Coverage and Limits. Contractor will maintain the types of coverage and minimum limits indicated below, unless the Risk Manager or City Manager approves a lower amount. These minimum amounts of coverage will not constitute any limitations or cap on Contractor's indemnification obligations under this Agreement. City, its officers, agents and employees make no representation that the limits of the insurance specified to be carried by Contractor pursuant to this Agreement are adequate to protect Contractor. If Contractor believes that any required insurance coverage is inadequate, Contractor will obtain such additional insurance coverage, as Contractor deems adequate, at Contractor's sole expense. The full limits available to the named insured shall also be available and applicable to the City as an additional insured. 11.1.1 Commercial General Liability (CGL) Insurance. Insurance written on an “occurrence” basis, including personal & advertising injury, with limits no less than $2,000,000 per occurrence. If a general aggregate limit applies, either the general aggregate limit shall apply separately to this project/location or the general aggregate limit shall be twice the required occurrence limit. 11.1.2 Automobile Liability. (if the use of an automobile is involved for Contractor's work for City). $2,000,000 combined single-limit per accident for bodily injury and property damage. 11.1.3 Workers' Compensation and Employer's Liability. Workers' Compensation limits as required by the California Labor Code. Workers' Compensation will not be required if Contractor has no employees and provides, to City's satisfaction, a declaration stating this. 11.1.4 Professional Liability. Errors and omissions liability appropriate to Contractor’s profession with limits of not less than $1,000,000 per claim. Coverage must be maintained for a period of five years following the date of completion of the work. 11.2 Additional Provisions. Contractor will ensure that the policies of insurance required under this Agreement contain, or are endorsed to contain, the following provisions: 11.2.1 The City will be named as an additional insured on Commercial General Liability which shall provide primary coverage to the City. 11.2.2 Contractor will obtain occurrence coverage, excluding Professional Liability, which will be written as claims-made coverage. DocuSign Envelope ID: 6A139C5C-41AE-40F9-A80F-649AD1533459 PSA21-1253FAC City Attorney Approved Version 6/12/18 4 11.2.3 This insurance will be in force during the life of the Agreement and any extensions of it and will not be canceled without thirty (30) days prior written notice to City sent by certified mail pursuant to the Notice provisions of this Agreement. 11.3 Providing Certificates of Insurance and Endorsements. Prior to City's execution of this Agreement, Contractor will furnish certificates of insurance and endorsements to City. 11.4 Failure to Maintain Coverage. If Contractor fails to maintain any of these insurance coverages, then City will have the option to declare Contractor in breach, or may purchase replacement insurance or pay the premiums that are due on existing policies in order to maintain the required coverages. Contractor is responsible for any payments made by City to obtain or maintain insurance and City may collect these payments from Contractor or deduct the amount paid from any sums due Contractor under this Agreement. 11.5 Submission of Insurance Policies. City reserves the right to require, at any time, complete and certified copies of any or all required insurance policies and endorsements. 12. BUSINESS LICENSE Contractor will obtain and maintain a City of Carlsbad Business License for the term of the Agreement, as may be amended from time-to-time. 13. ACCOUNTING RECORDS Contractor will maintain complete and accurate records with respect to costs incurred under this Agreement. All records will be clearly identifiable. Contractor will allow a representative of City during normal business hours to examine, audit, and make transcripts or copies of records and any other documents created pursuant to this Agreement. Contractor will 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 under this Agreement. 14. OWNERSHIP OF DOCUMENTS All work product produced by Contractor or its agents, employees, and subcontractors pursuant to this Agreement is the property of City. In the event this Agreement is terminated, all work product produced by Contractor or its agents, employees and subcontractors pursuant to this Agreement will be delivered at once to City. Contractor will have the right to make one (1) copy of the work product for Contractor’s records. 15. COPYRIGHTS Contractor agrees that all copyrights that arise from the services will be vested in City and Contractor relinquishes all claims to the copyrights in favor of City. /// /// /// /// DocuSign Envelope ID: 6A139C5C-41AE-40F9-A80F-649AD1533459 PSA21-1253FAC City Attorney Approved Version 6/12/18 5 16. NOTICES The name of the persons who are authorized to give written notice or to receive written notice on behalf of City and on behalf of Contractor under this Agreement. For City For Contractor Name Charles Balteria Name Anthony Monroig Title Program Manager Title Project Manager Department Public Works Address 12060 Woodside Ave. City of Carlsbad Lakeside, CA 92040 Address 405 Oak Ave. Phone No. 619-579-1221 Carlsbad, CA 92008 Email rwesolowski@gpgpower.com Phone No. 760-434-2949 Each party will notify the other immediately of any changes of address that would require any notice or delivery to be directed to another address. 17. CONFLICT OF INTEREST Contractor shall file a Conflict of Interest Statement with the City Clerk in accordance with the requirements of the City of Carlsbad Conflict of Interest Code. The Contractor shall report investments or interests in all four categories. Yes No 18. GENERAL COMPLIANCE WITH LAWS Contractor will keep fully informed of federal, state and local laws and ordinances and regulations which in any manner affect those employed by Contractor, or in any way affect the performance of the Services by Contractor. Contractor will at all times observe and comply with these laws, ordinances, and regulations and will be responsible for the compliance of Contractor's services with all applicable laws, ordinances and regulations. Contractor will be aware of the requirements of the Immigration Reform and Control Act of 1986 and will comply with those requirements, including, but not limited to, verifying the eligibility for employment of all agents, employees, subcontractors and consultants whose services are required by this Agreement. 19. DISCRIMINATION AND HARASSMENT PROHIBITED Contractor will comply with all applicable local, state and federal laws and regulations prohibiting discrimination and harassment. 20. DISPUTE RESOLUTION If a dispute should arise regarding the performance of the Services the following procedure will be used to resolve any questions of fact or interpretation not otherwise settled by agreement between the parties. Representatives of Contractor or City will reduce such questions, and their respective views, to writing. A copy of such documented dispute will be forwarded to both parties involved along with recommended methods of resolution, which would be of benefit to both parties. The representative receiving the letter will reply to the letter along with a recommended method of resolution within ten (10) business days. If the resolution thus obtained is unsatisfactory to the aggrieved party, a letter outlining the disputes will be forwarded to the City Manager. The DocuSign Envelope ID: 6A139C5C-41AE-40F9-A80F-649AD1533459 PSA21-1253FAC City Attorney Approved Version 6/12/18 6 City Manager will consider the facts and solutions recommended by each party and may then opt to direct a solution to the problem. In such cases, the action of the City Manager will be binding upon the parties involved, although nothing in this procedure will prohibit the parties from seeking remedies available to them at law. 21. TERMINATION In the event of the Contractor's failure to prosecute, deliver, or perform the Services, City may terminate this Agreement for nonperformance by notifying Contractor by certified mail of the termination. If City decides to abandon or indefinitely postpone the work or services contemplated by this Agreement, City may terminate this Agreement upon written notice to Contractor. Upon notification of termination, Contractor has five (5) business days to deliver any documents owned by City and all work in progress to City address contained in this Agreement. City will make a determination of fact based upon the work product delivered to City and of the percentage of work that Contractor has performed which is usable and of worth to City in having the Agreement completed. Based upon that finding City will determine the final payment of the Agreement. Either party upon tendering thirty (30) days written notice to the other party may terminate this Agreement. In this event and upon request of City, Contractor will assemble the work product and put it in order for proper filing and closing and deliver it to City. Contractor will be paid for work performed to the termination date; however, the total will not exceed the lump sum fee payable under this Agreement. City will make the final determination as to the portions of tasks completed and the compensation to be made. 22. COVENANTS AGAINST CONTINGENT FEES Contractor warrants that Contractor has not employed or retained any company or person, other than a bona fide employee working for Contractor, to solicit or secure this Agreement, and that Contractor has not paid or agreed to pay any company or person, other than a bona fide employee, any fee, commission, percentage, brokerage fee, gift, or any other consideration contingent upon, or resulting from, the award or making of this Agreement. For breach or violation of this warranty, City will have the right to annul this Agreement without liability, or, in its discretion, to deduct from the Agreement price or consideration, or otherwise recover, the full amount of the fee, commission, percentage, brokerage fees, gift, or contingent fee. 23. CLAIMS AND LAWSUITS By signing this Agreement, Contractor agrees that any Agreement claim submitted to City must be asserted as part of the Agreement process as set forth in this Agreement and not in anticipation of litigation or in conjunction with litigation. Contractor acknowledges that if a false claim is submitted to City, it may be considered fraud and Contractor may be subject to criminal prosecution. Contractor acknowledges that California Government Code sections 12650 et seq., the False Claims Act applies to this Agreement and, provides for civil penalties where a person knowingly submits a false claim to a public entity. These provisions include false claims made with deliberate ignorance of the false information or in reckless disregard of the truth or falsity of information. If City seeks to recover penalties pursuant to the False Claims Act, it is entitled to recover its litigation costs, including attorney's fees. Contractor acknowledges that the filing of a false claim may subject Contractor to an administrative debarment proceeding as the result of which Contractor may be prevented to act as a Contractor on any public work or improvement for a period of up to five (5) years. Contractor acknowledges debarment by another jurisdiction is grounds for City to terminate this Agreement. 24. JURISDICTION AND VENUE Any action at law or in equity brought by either of the parties for the purpose of enforcing a right or rights provided for by this Agreement will be tried in a court of competent jurisdiction in the DocuSign Envelope ID: 6A139C5C-41AE-40F9-A80F-649AD1533459 PSA21-1253FAC City Attorney Approved Version 6/12/18 7 County of San Diego, State of California, and the parties waive all provisions of law providing for a change of venue in these proceedings to any other county. 25. SUCCESSORS AND ASSIGNS It is mutually understood and agreed that this Agreement will be binding upon City and Contractor and their respective successors. Neither this Agreement nor any part of it nor any monies due or to become due under it may be assigned by Contractor without the prior consent of City, which shall not be unreasonably withheld. 26. ENTIRE AGREEMENT This Agreement, together with any other written document referred to or contemplated by it, along with the purchase order for this Agreement and its provisions, embody the entire Agreement and understanding between the parties relating to the subject matter of it. In case of conflict, the terms of the Agreement supersede the purchase order. Neither this Agreement nor any of its provisions may be amended, modified, waived or discharged except in a writing signed by both parties. /// /// /// /// /// /// /// /// /// /// /// /// /// /// /// /// /// /// DocuSign Envelope ID: 6A139C5C-41AE-40F9-A80F-649AD1533459 PSA21-1253FAC City Attorney Approved Version 6/12/18 8 27. AUTHORITY The individuals executing this Agreement and the instruments referenced in it on behalf of Contractor each represent and warrant that they have the legal power, right and actual authority to bind Contractor to the terms and conditions of this Agreement. CONTRACTOR CITY OF CARLSBAD, a municipal corporation of the State of California GLOBAL POWER GROUP, INC., a Delaware corporation By: By: (sign here) Paz Gomez, Deputy City Manager, Public Works, as authorized by the City Manager Salvatore Ceballos, CFO (print name/title) By: (sign here) Salvatore Martorana, President (print name/title) If required by City, proper notarial acknowledgment of execution by contractor must be attached. If a corporation, Agreement must be signed by one corporate officer from each of the following two groups. Group A Group B Chairman, Secretary, President, or Assistant Secretary, Vice-President CFO or Assistant Treasurer Otherwise, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering the officer(s) signing to bind the corporation. APPROVED AS TO FORM: CELIA A. BREWER, City Attorney BY: _____________________________ Assistant City Attorney DocuSign Envelope ID: 6A139C5C-41AE-40F9-A80F-649AD1533459 PSA21-1253FAC City Attorney Approved Version 6/12/18 9 EXHIBIT “A” SCOPE OF SERVICES Contractor shall provide all tools, material and labor to provide generator preventive maintenance services at the following locations in the City of Carlsbad. All work shall be performed in accordance with the City of Carlsbad Technical Publication Generator Maintenance Services Preventative Maintenance Frequencies and Quality Standards incorporated herein at Exhibit “B”. Item No. Location Unit Price Number of Units Total 1.a CALAVERA COMMUNITY CENTER Generator Preventive Maintenance $237.00 Lump Sum per Month X 6 $1,422.00 (Extended Amount) 1.b CITY HALL Generator Preventive Maintenance $237.00 Lump Sum per Month X 6 $1,422.00 (Extended Amount) 1.c DOVE LIBRARY Generator Preventive Maintenance $317.00 Lump Sum per Month X 6 $1,902.00 (Extended Amount) 1.d FARADAY CENTER Generator Preventive Maintenance $317.00 Lump Sum per Month X 6 $1,902.00 (Extended Amount) 1.e FLEET OPERATIONS Generator Preventive Maintenance $237.00 Lump Sum per Month X 6 $1,422.00 (Extended Amount) 1.f FIRE STATION #1 Generator Preventive Maintenance $237.00 Lump Sum per Month X 6 $1,422.00 (Extended Amount) 1.g FIRE STATION #2 Generator Preventive Maintenance $150 Lump Sum per Month X 6 $900.00 (Extended Amount) 1.h FIRE STATION #3 Generator Preventive Maintenance $290.08 Lump Sum per Month X 6 $1,740.48 (Extended Amount) 1.i FIRE STATION #4 Generator Preventive Maintenance $150 Lump Sum per Month X 6 $900.00 (Extended Amount) 1.j FIRE STATION #5 Generator Preventive Maintenance $237.00 Lump Sum per Month X 6 $1,422.00 (Extended Amount) DocuSign Envelope ID: 6A139C5C-41AE-40F9-A80F-649AD1533459 PSA21-1253FAC City Attorney Approved Version 6/12/18 10 1.k FIRE STATION #6 Generator Preventive Maintenance $150 Lump Sum per Month X 6 $900.00 (Extended Amount) 1.m SAFETY CENTER Generator Preventive Maintenance $317.00 Lump Sum per Month X 6 $1,902.00 (Extended Amount) 1.n SENIOR CENTER Generator Preventive Maintenance $237.00 Lump Sum per Month X 6 $1,422.00 (Extended Amount) 1.o STAGECOACH COMMUNITY CENTER Generator Preventive Maintenance $237.50 Lump Sum per Month X 6 $1,425.00 (Extended Amount) Total $20,103.48 DocuSign Envelope ID: 6A139C5C-41AE-40F9-A80F-649AD1533459 PSA21-1253FAC City Attorney Approved Version 6/12/18 11 EXHIBIT “B” CITY OF CARLSBAD TECHNICAL PUBLICATION GENERATOR MAINTENANCE SERVICES PREVENTATIVE MAINTENANCE FREQUENCIES AND QUALITY STANDARDS DocuSign Envelope ID: 6A139C5C-41AE-40F9-A80F-649AD1533459 PSA21-1253FAC City Attorney Approved Version 6/12/18 12 MAINTENANCE QUALITY STANDARD THEORY APPEARANCE MACHINE ROOMS GENERATOR ENCLOSURES TRANSFER SWITCHES AND ELECTRICAL ENCLOSURES SAFETY TASKS FOR GENERATOR PREVENTATIVE MAINTENANCE SERVICES ON EACH VISIT MONTHLY QUARTERLY DocuSign Envelope ID: 6A139C5C-41AE-40F9-A80F-649AD1533459 PSA21-1253FAC City Attorney Approved Version 6/12/18 13 MAINTENANCE QUALITY STANDARDS MAINTENANCE THEORY Quality maintenance includes all the necessary tasks required to keep equipment in a safe and dependable operation. Scheduled routine preventative maintenance on standby power generation and transfer equipment will not only prolong the life of the equipment but will greatly reduce the overall outlay of financial resources by both the owner and the Generator company. Eventually all equipment will wear out or be replaced by new technology. However, the Generator contractor has a responsibility to maximize the life and reliability of the equipment and safety of each facility. APPEARANCE MACHINE ROOMS: The machine rooms and equipment are to be painted, kept free of dust, lint, oil residue, dusts and debris. Code authorities prohibit the storage of equipment and parts not relative to the operation and maintenance of generators in the machine rooms. Oil spills shall be cleaned up immediately in accordance with acceptable BMPs and reported to the Facilities Supervisor. Spare parts, lubricants and wiring diagrams will be kept orderly in storage cabinets provided for the job by the service contractor. Metal rag pails with covers will be provided for the storage of clean rags only. All waste materials will be removed for the area immediately and disposed of properly. Up to date service charts, callback logs, and Material Data Sheets will be readily accessible and protected from the elements. All chemicals must be properly labeled. Equipment room doors shall be locking, and these rooms shall be kept locked to prevent unauthorized access. GENERATOR ENCLOSURES: The outdoor generator enclosures and equipment are to be painted, kept free of dust, lint, oil residue, dusts and debris. Code authorities prohibit the storage of equipment and parts not relative to the operation and maintenance of generators in the enclosures. These enclosures must be kept free of debris and accumulation of storage of materials such as parts, lubricants, etc. Oil spills shall be cleaned up immediately in accordance with acceptable BMPs and reported to the Facilities Supervisor. All covers shall be secured in place. Cleaning these areas will be performed in accordance with the contractor’s maintenance guide. TRANSFER SWITCHES AND ELECTRICAL ENCLOSURES: The transfer switches and electrical enclosures and equipment are to be painted, kept free of dust, lint, oil residue, dusts and debris. Code authorities prohibit the storage of equipment and parts not relative to the operation and maintenance of generators in the enclosures. These enclosures must be kept free of debris and accumulation of storage of materials such as parts, lubricants, etc. All covers and accessory boxes shall be secured in place and if lockable, locked at all times. All fastenings and screws will be secured and tightened. Missing screws shall be replaced. Operating Panels, Indicators and markings shall be maintained as installed. Defaced components will be reported to the Facilities Supervisor. SAFETY Safety awareness is of the utmost importance when working on standby generator equipment, not only for the mechanic and City staff but also the casual observer who may wander into a work area unannounced. Barricades, proper tools and safety equipment will be proved by the service contractor to minimize risk of exposure to danger to employees and public. Under no DocuSign Envelope ID: 6A139C5C-41AE-40F9-A80F-649AD1533459 PSA21-1253FAC City Attorney Approved Version 6/12/18 14 circumstances should work be performed in un-barricaded, open areas. If continuous work is performed, doors and enclosures shall be closed when the immediate area unattended. Strict adherence to the lock out tag out procedure shall be enforced. All safety devices and circuits shall operate as intended. They shall not be overridden and must operate in compliance with applicable codes. Unsafe equipment or conditions will be corrected or reported to the proper personnel immediately. Under no circumstances shall unsafe equipment be put into operation. The service contractor shall perform periodic checks to ensure proper operation of all safety devices. Lighting in the work areas shall be sufficient so as not to endanger maintenance personnel. Unique or adverse job conditions and deviation for the prevailing codes with respect to the work spaces or work areas shall be documented and discussed with the Facilities Supervisor. Environmental conditions must be suitable for the safe operation of equipment by City employees. GENERATORS / TRANSFER SWITCHES AND OTHER EQUIPMENT Generators, transfer switches and other operational apparatus will be kept clean, properly lubricated and adjusted as required; Generator sets and associated equipment shall be kept clean, free of accumulated dirt, oil, rodents, insects, birds or other deleterious contamination. All fuel lines, oil lines, batteries, or other associated fluid bearing assemblies shall be tight and leak free. All hoses, belts, mechanical devices shall be kept in proper condition. Components showing signs of deterioration shall be repaired or replaced as necessary. The service contractor is to verify that critical parts are in stock locally or shall verify access to spares for overnight delivery. All electrical connections shall be tight, taped and tagged when not in use. Coils, contacts, relays and resistors showing signs of deterioration shall be repaired or replaced as necessary. Care must be exercised when handling printed circuit boards. Proper grounding is necessary when handling some versions of solid-state boards. The service contractor is to verify that critical circuit boards and electrical components are in stock locally or shall verify access to spares for overnight delivery. All modes, programs and operations shall be maintained as originally intended, engineered, and manufactured. ROUTINE PREVENTATIVE MAINTENANCE TASKS FOR GENERATORS INITIAL • Check in with the Public Works Inspector. Thoroughly inspect generators and automatic transfer switches. Note any pre-existing issues and report overall condition and suggested corrective actions to the Public Works Inspector. Record all unmanned run times in the log at each visit as “unmanned run time”. • Place copies of approved maintenance and repair checklists in each generator machine room or enclosure. DocuSign Envelope ID: 6A139C5C-41AE-40F9-A80F-649AD1533459 PSA21-1253FAC City Attorney Approved Version 6/12/18 15 MONTHLY • Check in with the Public Works Inspector. Note and correct all complaints. • Check and record all fluid levels. Adjust as necessary. • Visually inspect all critical generator and transfer switch components for leaks, wear, arcing, improper operation, and rodent/avian or insect infestation. Correct as necessary. • Check batteries for proper electrolyte level. Adjust as necessary. • Check battery connections. Tighten connections as necessary. • Check battery charger for proper operation. Correct as necessary. • Visually examine belts for wear and check belt tension. Visually check sheaves and bushings. Repair as necessary. • Start engine and test transfer. Run generator under load for 30 minutes. • Visually inspect all components for leaks and proper operation. Adjust or correct as necessary. • Check engine protection devices and alarms. Correct malfunctions as necessary. • Check all gauges for proper operation. Correct malfunctions as necessary. • Visually inspect water pump for leaks. Repair as necessary. • Visually inspect all wiring and sensors. Correct conditions as necessary. • Check fuel level. Refill tank to maximum level recommended by manufacturer. • Correct any malfunctions or other deficiencies observed. • Record all unmanned run times in the log at each visit as “unmanned run time”. Completely fill in the log onsite. • Complete duplicate service ticket when complete with all work. A copy must be kept on site and the duplicate submitted with the monthly payment invoice. QUARTERLY In addition to the monthly services: • Thoroughly clean machine room equipment. Wipe dust from inside and top of control panels. Sweep or mop floor. • Thoroughly clean generator enclosures (Inside and outside). Wipe dust from inside and top of control panels. Sweep or mop raised equipment pad. • Check all machine guards. Adjust and tighten as necessary. DocuSign Envelope ID: 6A139C5C-41AE-40F9-A80F-649AD1533459 PSA21-1253FAC City Attorney Approved Version 6/12/18 16 • Check bolts. Tighten as necessary. • Check belt condition and tensioning devices. Replace belts and tighten as necessary. • Inspect and pressure test radiator cap and gasket. Replace as necessary. • Inspect radiator fins and coils. Clean fins and coils with air or appropriate cleaning methods that will not damage fins and coils. • Inspect and tighten water pump, alternator and crankshaft pulleys. • Inspect hoses and clamps for defects. Replace as necessary. • Inspect & clean air filter. Replace as necessary • Drain water from all fuel water separators. • Clean crankcase breather. Replace as necessary. • Check specific gravity of battery electrolyte. Adjust as necessary. • Visually inspect fuel for contaminants or biological growth. Add biocide agent as needed. • Inspect transfer switch. Tighten all electrical connections; replace contacts and switches as required. DocuSign Envelope ID: 6A139C5C-41AE-40F9-A80F-649AD1533459 © 1988-2014 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD CERTIFICATE HOLDER ACORD 25 (2014/01) AUTHORIZED REPRESENTATIVE CANCELLATION DATE (MM/DD/YYYY)CERTIFICATE OF LIABILITY INSURANCE LOCJECTPRO-POLICY GEN'L AGGREGATE LIMIT APPLIES PER: OCCURCLAIMS-MADE COMMERCIAL GENERAL LIABILITY PREMISES (Ea occurrence)$DAMAGE TO RENTEDEACH OCCURRENCE $ MED EXP (Any one person) $ PERSONAL & ADV INJURY $ GENERAL AGGREGATE $ PRODUCTS - COMP/OP AGG $ $RETENTIONDED CLAIMS-MADE OCCUR $ AGGREGATE $ EACH OCCURRENCE $ UMBRELLA LIAB EXCESS LIAB DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) INSRLTR TYPE OF INSURANCE POLICY NUMBER POLICY EFF(MM/DD/YYYY)POLICY EXP(MM/DD/YYYY)LIMITS PERSTATUTE OTH-ER E.L. EACH ACCIDENT E.L. DISEASE - EA EMPLOYEE E.L. DISEASE - POLICY LIMIT $ $ $ ANY PROPRIETOR/PARTNER/EXECUTIVE If yes, describe underDESCRIPTION OF OPERATIONS below (Mandatory in NH)OFFICER/MEMBER EXCLUDED? WORKERS COMPENSATIONAND EMPLOYERS' LIABILITY Y / N AUTOMOBILE LIABILITY ANY AUTO ALL OWNED SCHEDULED HIRED AUTOS NON-OWNEDAUTOSAUTOS AUTOS COMBINED SINGLE LIMIT BODILY INJURY (Per person) BODILY INJURY (Per accident) PROPERTY DAMAGE $ $ $ $ THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIODINDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THISCERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSDADDL WVDSUBR N / A $ $ (Ea accident) (Per accident) OTHER: THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THISCERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIESBELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZEDREPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject tothe terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to thecertificate holder in lieu of such endorsement(s). COVERAGES CERTIFICATE NUMBER:REVISION NUMBER: INSURED PHONE(A/C, No, Ext): PRODUCER ADDRESS:E-MAIL FAX(A/C, No): CONTACTNAME: NAIC # INSURER A : INSURER B : INSURER C : INSURER D : INSURER E : INSURER F : INSURER(S) AFFORDING COVERAGE SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. Acct#:2524712 4/16/2020 Willis of Greater Kansas City Inc.844-290-49085700 W 112th Street, Ste. 100 Overland Park, KS 66211 BBSIcerts@locktonaffinity.com Ace American Insurance Co.22667 Barrett Business Services, Inc.L/C/F GLOBAL POWER GROUP, INC.12060 WOODSIDE AVELAKESIDE, CA 92040 A X C66396460 5/1/2020 5/1/2021 X 2,000,000 2,000,000 2,000,000 Policy State = CA Blanket Waiver of Subrogation in favor of certificate holder when requred by written contract 30 day notice of cancellation provided when possible. City Of Carlsbad/CMWD C/o EXIGIS Insurance Compliance ServicesP.O. Box 4668 - ECM #35050New York, NY 10163-4668 Workers' Compensation and Employers' Liability Policy Named Insured Endorsement Number Policy Number Symbol: Number: Policy Period TO Effective Date of Endorsement Issued By (Name of the Insurance Company) Insert the policy number. The remainder of the information is to be completed only when this endorsement is issued subsequent to the preparation of the policy. CALIFORNIA WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT This endorsement applies only to the insurance provided by the policy because California is shown in Item 3.A. of the Information Page. We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule, but this waiver applies only with respect to bodily injury arising out of the operations described in the Schedule, where you are required by a written contract to obtain this waiver from us. You must maintain payroll records accurately segregating the remuneration of your employees while engaged in the work described in the Schedule. Schedule 1.( ) Specific Waiver Name of person or organization: ( ) Blanket Waiver Any person or organization for whom the Named Insured has agreed by written contract to furnish this waiver. 2.Operations: 3. Premium: The premium charge for this endorsement shall be percent of the California premium developed on payroll in connection with work performed for the above person(s) or organization(s) arising out of the operations described. 4.Minimum Premium: _______________________________________ Authorized Agent WC 99 03 22 Barrett Business Services, Inc. L/C/F GLOBAL POWER GROUP, INC. 12060 WOODSIDE AVE LAKESIDE, CA 92040 C66396460 5/1/2020 5/1/2021 5/1/2020 Ace American Insurance Co. X INCLUDED INCLUDED