Loading...
HomeMy WebLinkAboutBay City Equipment Industries/Electric Works; 2004-07-09;RATIFICATION OF AMENDMENT NO. 3 TO EXTEND AND AMEND AGREEMENT FOR GENERATOR MAINTENANCE SERVICES (BAY CITY EQUIPMENT INDUSTRIES, INC. formerly known as BAY CITY ELECTRIC WORKS, INC.) This Ratification of Amendment No. 3 is entered into as of the 7th day of November, 2008, but effective as of the 24th day of December, 2007, extending and amending the agreement dated 7/14/06 (the "Agreement") by and between the City of Carlsbad, a municipal corporation, ("City"), and Bay City Electric Works, Inc. ("Contractor") (collectively, the "Parties"). RECITALS A. On July 13, 2005, the Parties executed Amendment No. 1 to the Agreement for Generator Maintenance; and B. On July 14, 2006, the Parties executed Amendment No. 2 to the Agreement for Generator Maintenance; and C. The Agreement, as amended from time to time expired on July 14, 2007 and Contractor continued to work on the services specified therein without the benefit of an agreement. D. The Parties desire to alter the scope of work of the Agreement to eliminate the maintenance of two lift stations from the previous maintenance schedule; and E. The Parties desire to extend the Agreement for a period of one year ending on December 24, 2008; and F. The Parties have negotiated and agreed to a supplemental scope of work and fee schedule, which is attached to and incorporated in by this reference as Exhibit "A", Scope of Services and Fee. NOW, THEREFORE, in consideration of these recitals and the mutual covenants contained herein, City and Contractor agree as follows: 1. The retroactive extension and amendment of the Agreement is ratified. 2. With this ratification to extend and amend, the total annual Agreement amount shall not exceed Twenty Nine Thousand One Hundred Fifty dollars ($29,150.00). 3. Contractor will complete all work described in Exhibit "A" by December 24, 2008. 4. All other provisions of the Agreement, as may have been amended from time to time, will remain in full force and effect. 5. All requisite insurance policies to be maintained by the Contractor pursuant to the Agreement, as may have been amended from time to time, will include coverage for this Amendment. City Attorney Approved Version #05.22..01 6. The individuals executing this Amendment 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 amendment. CONTRACTOR CITY OF corporation 5BAD, a municipal *„. (e-mail address) 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. Chairman, President, or Vice-President **Group B. Secretary, Assistant Secretary, 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: RONALD R. BALL, City Attorney By: Deputy Ciiy Attorney City Attorney Approved Version #05.22..01 EXHIBIT "A" SCOPE OF SERVICES AND FEE Itemized List of what Contractor will do for City and at what price. City Attorney Approved Version #05.22..01 Bay City Electric Works Planned Maintenance Proposal For City of Carlsbad Sanitation Operations Date: October 11, 2007 Equipment Description: See "EXHIBIT "A" Attention; Jesse, We will perform the following Reliability Inspections and Maintenance Services during regular business hours four (4) times per year during the term that this agreement remains in effect. Reliability Inspections Will Include: 1. Ignition system will be inspected for proper operation. Parts will be cleaned and adjusted when necessary. (If applicable) 2. Batteries and Battery charger will be cleaned and inspected, Battery electrolyte levels and specific gravity will be checked and reports made of any action necessary for repairing or replacing. 3. Above ground fuel tanks and lines will be inspected for defects. Critical fuel levels will be noted and recommendations for refueling will be made when necessary. 4. Fuel will be tested for evidence of water contamination. . 5. Equipment will be checked for fuel, oil or coolant leaks. 6. Fuel and governor system will be checked for proper operation. 7. All fluid levels will be checked and topped-off as necessary. (Fuel not included) 8. Air cleaners will be checked and if necessary recommendations made for replacement. 9. Coolant test will be performed and customer advised of any problems with the cooling system. 10. Owners/operators present will be instructed on operating and upkeep procedures to follow between regular calls by Bay City Electric Works service personnel. 11. Engine block heater(s) and associated plumbing will be checked for proper operation. (If applicable) 12. All belts and cooling system hoses will be checked. Customer will be advised of their condition. (If applicable) 13. Check electrical connections and wiring for any abrasion or chaffing. 14. After all of the above has been completed, service personnel will run equipment, record all operational gauges, check voltage and frequency outputs and engine electrical and mechanical shutdowns.(provided all permits are up to date and verified ) (if applicable) 15. All instruments will be checked for proper operation. 16. Equipment will be checked for abnormal vibration and noises. 17. Service personnel will conduct test under building load, simulating a commercial power failure, providing owner makes such load available and it is practical to run the test concerned. 2 18. Technician will clean equipment and touch up paint, if necessary, to prevent corrosion and preserve reasonable overall appearance. 19. Report condition of system and, if discrepancies are found, provide a proposal for repairs to insure the stand-by reliability of the equipment. Annual Maintenance Services (Once per year) 1. All items listed in the preceding visits. 2. Change engine lubricating oil and oil filters. 3. Change engine fuel filters. 4. Change air cleaner element. 5. Change water filters when used. 6. Take oil sample and coolant sample for analysis. 7. Dispose of hazardous waste from service. Any additional repairs required during the planned maintenance service visit will be brought to the attention of the owner/operator. Repairs will only be made after proper authorization from owner/operator is given to the technician. Labor will be billed at reduced special contract labor rates depending upon when the service is to be performed. Note: If at any time you are not completely satisfied with our services please do not hesitate to call me and discuss any problem with the terms of this contract or the performance of our staff. -EXHIBIT "A" OF SERVICE AGREEMENT- EQUIPMENT TO BE SERVICED- Banquitas Pump Station # 4 Site Contact: Jesse Castenada 7382 Gabbino Lane Phone # 760-438-2722 ext. 7137 Carlsbad Ca. 92008 Generator: Olympian/ Caterpillar 96A02053-S Rate Per Planned Maintance Inspection 3X $425.50 = $1275.00 Full Service and Inspection 1 x $650 Load Bank Testing $725.00 Total Price Per Year $2650.00 Cannon Road Lift Station #12 2279 Cannon Road Carlsbad Ca. 92008 Generator: Kohler 350REOZV Rate Per Planned Maintance Inspection 3X $425.50 = $1275.00 Full Service and Inspection 1 x $650.00 Load Bank Testing $725.00 Total Price Per Year $2650.00 Chinquapin Pump Station # 5 4200 Carlsbad Blvd Carlsbad Ca. 92008 Generator: Caterpillar/ Olympian D25P2 Rate Per Planned Maintance Inspection 3X $425.50 = $1275.00 Full Service and Inspection 1 x $650.00 Load Bank Testing $725.00 Total Price Per Year $2650.00 Foxes Pump Station # 2 4155 Harrison Street Carlsbad Ca. 92008 Generator: Kohler 135ROZJ Rate Per Planned Maintance Inspection 3X $425.50 = $1275.00 Full Service and Inspection 1 x $650.00 Load Bank Testing $725.00 Total Price Per Year $2650.00 Home Plant # 1 2359 Carlsbad Blvd Carlsbad Ca 92008 Generator: Kohler 60ROZJ71 Rate Per Planned Maintance Inspection 3X $425.50 = $1275.00 Full Service and Inspection 1 x $650.00 Load Bank Testing $725.00 Total Price Per Year $2650.00 Knots Pump Station #16 501 Knots Lane Carlsbad Ca. 92008 Generator: Generac 98A065630-S Rate Per Planned Maintance Inspection 3X $425.50 = $1275.00 Full Service and Inspection 1 x $650.00 Load Bank Testing $725.00 Total Price Per Year $2650.00 Poinsettia Pump Station #15 2425 Poinsttia Carlsbad Ca. 92008 Generator: Caterpillar SR4B Rate Per Planned Maintance Inspection 3X $425.50 = $1275.00 Full Service and Inspection 1 x $650.00 Load Bank Testing $725.00 Total Price Per Year $2650.00 Sandshell Pump Station 613 Sandshell Ave Carlsbad Ca. 92008 Generator: Kohler 20ROZJB Rate Per Planned Maintance Inspection 3X $425.50 = $1275.00 Full Service and Inspection 1 x $650.00 Load Bank Testing $725.00 Total Price Per Year $2650.00 Simsbury Pump Station #13 3086 Tamarack Ave Calsbad Ca.92008 Generator: 80ROZ271 Rate Per Planned Maintance Inspection 3X $425.50 = $1275.00 Full Service and Inspection 1 x $650.00 Load Bank Testing $725.00 Total Price Per Year $2650.00 U081 Portable 5950 El Camino Real Carlsbad Ca. 92008 Generator: Caterpillar 3306PC Rate Per Planned Maintance Inspection 3X $425.50 = $1275.00 Full Service and Inspection 1 x $650.00 Load Bank Testing $725.00 Total Price Per Year $2650.00 U461 Portable 5950 El Camino Real Carlsbad Ca. 92008 Generator: Libby Corp L75026-125 Rate Per Planned Maintance Inspection 3X $425.50 = $1275.00 Full Service and Inspection 1 x $650.00 Load Bank Testing $725.00 Total Price Per Year $2650.00 Total Price For Yearly Generator Maintance $29,150.00 • Labor Rates Includes Service Parts, Fluids, Fluid Samples, or Taxes. • Contract does not include fuel, call for current prices. Travel time, mileage and labor rate included with PM Service visits. Estimated parts included In Planned Inspection services. In between services it is the owner/operator's responsibility to check battery water level, oil level, coolant level, and general condition of the unit. ADDITIONAL SERVICES Here are some additional services that we offer that are designed to enhance the service life of your equipment. Some may be required by local authorities according to application, but all are recommended by most generator manufacturers. GENERATOR SET RENTALS In the event of an emergency or the need for an additional power source, we are also able to provide portable rental generator sets. Please call for a quote. DIESEL FUEL DELIVERY We can deliver up to 800 gallons of # 2 ultra low sulfur diesel fuel per trip. Rates change periodically please call for current rate. For those fuel tanks that are inaccessible by our delivery vehicle, an additional delivery charge will apply. DIESEL FUEL POLISHING Bacteria can grow in your fuel. These microorganisms actually metabolize fuel by growing inside fuel lines, tanks and filters. These bacteria can clog filters, corrode metals and damage rubber and tank coatings. All of these contaminants can damage your fuel system to the point of failure. Fuel polishing is available, once per year for an additional charge of $350.00 (up to 500 gallons) if accepted at this time. FUEL POLISHING ACCEPTED ( ) YES ( ) NO ANNUAL LABORATORY FUEL SAMPLE ANALISYS ($160.00) ( ) YES ( ) NO LOAD BANK TESTING Your emergency generator should be tested at least once every other week, for a period of at least 30 minutes, preferably with a building load. The system should be Load Bank Tested with a Resistive Load Bank at full rated load a minimum of once per year for at least one hour at full rated load to insure its stand-by reliability and responsiveness to varying loads. A One Hour Resistive Load Bank Test, once per year, including cables, load bank, labor and travel is Included in the price listed above. AUTOMATIC TRANSFER SWITCH (ATS) SERVICE AND TESTING A very critical component of your emergency power system is the Automatic Transfer Switch (ATS). The Emergency Generator may function properly, but if the ATS does not function properly you will still be in the dark without emergency power. It is recommended that your ATS(s) be serviced and tested once per year to insure that it will transfer and re-transfer when signaled to do so. This service includes our standard ATS electrical component check then, with the switch de-energized, we will perform a manual functional check, lubricating and cleaning of the mechanical linkage, main contacts and interlocks between normal and alternate sources. We will then energize the switch and test all of the normal voltage sensing relays, in-phase monitor, engine start sequence, time delays, exerciser clock, shutdowns, output voltage and frequency. We will perform these ATS Testing and Services once per year) for an additional charge of $385.00 per Switch accepted at this time. This service will be scheduled during normal business hours at your convenience, but the switch must be de-energized to perform the mechanical portion of the service. If this service can not be performed during these hours please call for an adjusted price quote. ATS TEST ACCEPTED ( ) YES ( ) NO Bay City Electric Works Planned Maintenance Proposal For City of Carlsbad This agreement provides that Bay City Electric Works will perform the aforementioned service items that should enhance the service life of the equipment listed in "Exhibit A" of this proposal and avoid premature failure of that equipment provided there are no material defects or manufacturing flaws in design and/or production of that equipment when this agreement is initiated. This Planned Maintenance Agreement is neither a contract of performance nor a guarantee that the equipment listed in Exhibit A of this proposal will operate to its specific performance standards 100% of the time while under the care of Bay City Electric Works. To initiate the above Planned Maintenance Agreement, please sign below and return to Bay City Electric Works, 12208 Industry Rd, Lakeside, CA, 92040 Keep a copy for your files. Unless otherwise agreed, this agreement shall remain in effect for a minimum of one year and will annually renew with an annual 5 percent increase per year, until such time as written 30-day notice is received by either party, for price change or cancellation of services. All prices quoted in this proposal are valid for thirty (30) days. Accept ( )Yes Intl ( ) No Intl I fully understand Bay City Electric Work's responsibilities contained within the above proposal and accept the terms, conditions and owner/operator's responsibilities of the above agreement. By signing below the undersigned authorizes Bay City Electric Works to make such inquiries as are necessary to obtain credit information and authorizes banks or suppliers to release information regarding their account Accepted By: Signature Print Full Name on this day of 20 PO# Services billed as work is completed unless otherwise agreed upon Bay City Electric Works Sianatui*^ryX^?Oe e—Print Full Name LAO^S^J T^Uj^ Date \7. /I n ASSIGNMENT AND ASSUMPTION AGREEMENT FOR Generator Maintenance THIS ASSIGNMENT AND ASSUMPTION AGREEMENT ("Assignment Agreement") is made and entered into this 7-# day of fSoye*~k*^ 2007, by and between the CITY OF CARLSBAD, a political subdivision of the State of California ("City"), BAY CITY ELECTRIC WORKS, INC., CALIFORNIA, ("Assignor") and BAY CITY EQUIPMENT INDUSTRIES, INC., CALIFORNIA, a Corporation ("Assignee"), and is made with reference to the following facts: RECITALS A. On July 9, 2004, the City and Assignor entered into that certain Professional Services Agreement concerning GENERATOR MAINTENANCE SERVICES, (the "Agreement"). B. Paragraph Twenty Seven (27) of the Agreement allows Assignor to assign rights and obligations under the Agreement upon written approval of the City. C. Assignor desires to assign its interest in the Agreement to Assignee. Further, Assignee desires to accept assignment of Assignor's interest in the Agreement and City consents to the assignment of the interest in the Agreement from Assignor to Assignee. NOW THEREFORE, incorporating the above recitals and in consideration of the covenants and obligations set forth herein, the parties hereto agree as follows: 1. Assignment. Assignor hereby assigns to Assignee all of Assignor's rights and obligations as set forth in the Agreement. 2. Assumption. Assignee hereby assumes all of Assignor's rights and obligations as set forth in the Agreement. 3. City Consent. City hereby agrees and consents to the assignment of all of Assignor's rights and obligations as set forth in the Agreement to Assignee. 4. General Terms and Conditions. The following general terms and conditions shalt apply to this Assignment Agreement. 4.1 Hold Harmless. In addition to the hold harmless provisions contained within the Agreement, Assignee agrees to indemnify and hold harmless the City of Carlsbad and its officers, officials, employees and volunteers from and against all claims, damages, losses and expenses including attorneys fees arising out of this Assignment Agreement caused by the willful misconduct, or negligent act, or omission of the Assignee. 4.2. Counterparts. This Assignment Agreement may be executed in counterparts, each of which shall be deemed an original, but all of which, together, shall constitute one and the same instrument. 4.3. Successors and Assigns. It is mutually understood and agreed that this Assignment Agreement shall be binding upon City, Assignor and Assignee and their respective successors. Neither this Assignment Agreement or any part hereof nor any monies due or to become due hereunder may be assigned by Assignee without the prior consent of City. 4.4. Governing Law. This Assignment Agreement shall be governed by, interpreted under, rev. 1/28/00 and construed and enforced in accordance with, the laws of the State of California. 4.5. Venue. Any action at law or in equity brought by either of the parties hereto for the purpose of enforcing a right or rights provided for by this Assignment Agreement shall be tried in a court of competent jurisdiction in the County of San Diego, State of California, and the parties hereby waive all provisions of law providing for a change of venue in such proceedings to any other county. 4.6. Notices. Service of any notices, bills, invoices or other documents required or permitted under this Assignment Agreement shall be sufficient if sent by one party to the other by United States mail, postage prepaid and addressed as follows: City: City of Carlsbad, Public Works-Maintenance and Operations 5950 El Camino Real Carlsbad, CA 92008 Assignor: Bay City Electric Works 12208 Industry Road, Lakeside, CA 92040 Assignee: Bay City Equipment Industries, Inc. 12208 Industry Road Lakeside, CA 92040 4.7. Nondiscrimination. During the term of this Assignment Agreement, the parties shall comply with the state and federal laws regarding non-discrimination. 4.8 Authority. The parties executing this Assignment Agreement on behalf of City, Assignor and Assignee each represent and warrant that they have the legal power, right and actual authority to bind the City, Assignor and Assignee, respectively, to the terms and conditions hereof. 4.9 Severability. Each provision, term, condition, covenant, and/or restriction, in whole and in part, in this Assignment Agreement shall be considered severable. In the event any provision, term, condition, covenant, and/or restriction, in whole and in part, in this Assignment Agreement is declared invalid, unconstitutional, or void for any reason, such provision or part thereof shall be severed from this Assignment Agreement and shall not affect any other provision, term, condition, covenant, and/or restriction, of this Assignment Agreement and the remainder of this Assignment Agreement shall continue in full force and effect. rev. 1/28/00 4.10 Effective Date. This Assignment Agreement shall be effective upon the date and year first above written. ASSIGNOR: Bay City Electric Works (print name/title/ *By: (sign here) "h &Ut*fs^<2 int name/mle)(print i ASSIGNEE: Bay City Equipment Industries, JTi c *By: CITY OF of the Sta rporation (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. Chairman, President, or Vice-President **Group B. Secretary, Assistant Secretary, 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: RONALD R. BALL, City Attorney Deputy City Attorne rev. 1/28/00 AMENDMENT NO. 2 TO EXTEND AND AMEND AGREEMENT FOR GENERATOR MAINTENANCE SERVICES BAY CITY ELECTRIC WORKS, INC. This Amendment No. 2 is entered into and effective as of the j^ , day of July, 2006, extending and amending the agreement dated July 9, 2004 (the "Agreement") by and between the City of Carlsbad, a municipal corporation, ("City"), and Bay City Electric Works, ("Contractor") (collectively, the "Parties") for Generator Maintenance. RECITALS A. On July 13, 2005, the Parties executed Amendment No. 1 to the Agreement; and B. The Parties desire to alter the Agreement's scope of work to include Cannon Lift Station; and C. The Parties desire to extend the Agreement for a period of one year. D. The Parties have negotiated and agreed to a supplemental scope of work and fee schedule, which is attached to and incorporated in by this reference as Exhibit "A", Scope of Services and Fee. NOW, THEREFORE, in consideration of these recitals and the mutual covenants contained herein, City and Contractor agree as follows: 1. In addition to those services contained in the Agreement, as may have been amended from time to time, Contractor will provide those services described in Exhibit "A". With this Amendment, the total annual Agreement amount shall not exceed Thirty One Thousand five Hundred and Fifty Five dollars ($31,555.00). 2. Contractor will complete all work described in Exhibit "A" by July 9, 2007. 3. All other provisions of the Agreement, as may have been amended from time to time, will remain in full force and effect. 4. All requisite insurance policies to be maintained by the Contractor pursuant to the Agreement, as may have been amended from time to time, will include coverage for this Amendment. City Attorney Approved Version #05.22.01 5. The individuals executing this Amendment 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 Amendment. CONTRACTOR *By: CITY OF CARLSBAD, a municipal corporation of the State of California (e-mail address) 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. Chairman, President, or Vice-President **Group B. Secretary, Assistant Secretary, CFO or Assistant Treasurer Otherwise, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering the officers) signing to bind the corporation. APPROVED AS TO FORM: -, City Attorney Deputy City Attorney City Attorney Approved Version #05.22.01 EXHIBIT "A" SCOPE OF SERVICES AND FEE SANITATION OPERATIONS GENERATOR MAINTENANCE SERVICES 1. As needed routine, recurring and usual generator, transfer switch and associated system maintenance required for the preservation or protection of all City of Carlsbad facilities and any associated generator and transfer switch systems as outlined within these specifications shall be provided by the Vendor. (Public Contract Code Section 22002(d)). 2. Load bank test will be a one-hour test. All recorded voltage and amps documented and report sent to the City of Carlsbad. 3. Transfer switch maintenance will include cleaning the ATS enclosure and remove brushing or vacuuming dust and remove moisture, inspect transfer switch contacts condition and replace if pitted or worn. As per manufacturer lubricate Station ID #/Name ¥1/Home Plant tf/Fox's M/Batiquitos ¥5/Chinquapin *10/Upper Faraday ..'13/Simsbury' :*14/Lower Faraday ^1 5/Poinsettia <16/Knots #18 Sand Shell "1 7/Cannon •1&O Yard s 1&O Yard Address 2359 Carlsbad Blvd. 41 55 Harrison St. 7382 Gabbiano Ln. 4010 Carlsbad Blvd. 1711 Faraday Ave. 3086 Tamarack Ave. 1507 Faraday Ave. 2425 Poinsettia Lane 501 Knots Lane 61 3 Sand Shell Ave 2197 Cannon Rd 5950 El Camino Real 5951 El Camino Real Generator type/KW/Serial # Kholer/60Kw/293428 Kholer/135Kw/380360 Olympian/200Kw/2027503 Olympian/25Kw/FabL00024 9 Kohler/125Kw/234749 Kohler/94Kw/ 172803 Kohler / 80Kw /S67275 Caterpiller/50Kw/ 8DR00988 Generac / 20Kw / 2045067 Kohler 20/S#0740908 Kholer/360Kw/2042544 Kato/125Kw/ 73998 Libby / 60Kw / 4003864 Engine type/fuel/Serial # John Deere / Diesel / T04039T369894 John Deere / Diesel / RG6081 TO 10644 Caterpillar/Diesel/5TF022862 Caterpillar/Diesel/CP50740 Cummings / Diesel / 442283260 Cummings / Diesel / 21550018HCH John Deere / Diesel / CD6059T220023 Caterpillar / Diesel / 9NR02716 Diesel/96954 John Deere/Diesel/S#PE3029T210528 Volvopenta/Diesel/D 1 248436D 1 A/ TAD1241GE/? Caterpillar/ Diesel / 66D15626 White Eng. lnc./Diesel/699562 Hour meter 152.2 106.7 129.9 66.5 128.8 311.6 77.9 94 48.3 13.2 177.6 any moving parts or linkages and check all cable connections & retighten, and operate manual transfer level. City Attorney Approved Version #04.01.02 ft -i 4. This specification covers preventative maintenance in all City facilities and other City maintained properties in the City of Carlsbad, Public Works Department, Sanitation Operations Generator and Transfer Switch Inventory, including but not limited to the following: SANITATION OPERATIONS - GENERATOR INVENTORY SNITATION OPERATIONS - TRANSFER SWITCH INVENTORY stion ID ft/Name •Home Plant Fox's Batiquitos phinquapin /Upper Faraday ?/Simsbury' i/Poinsettia i Knots *' Cannon Sand Shell Address 2359 Carlsbad Blvd. 41 55 Harrison St. 7382 Gabbiano Ln. 4010 Carlsbad Blvd. 1711 Faraday Ave. 3086 Tamarack Ave. 2425 Poinsettia Lane 501 Knots Lane 21 97 Cannon Rd 61 3 Sand Shell Ave Make/Series Kholer ASCO/7000 Olympian Zenith/MX 200 Kholer Russelectric Zenith Genreac/GTS Kohler Kohler 20/S#0740908 Model 96A02053-W ZTS2L10EX-38 RMT-1504CE ZTSDL60EC-7 98A06530-W KCPAMTA08005 M#20REOZJB Serial # K39866 159900 34281 1329420.1.3 K24650 8723-1 1305829.1.3 47524 K2019393 47524 Part/Cat. # K-1 66541 -225 E7ATS3400N5X K1 66330-0225 Model K Amps 225 400 600 100 225 150 600 800 100 Volts 480 480 480 480 480 480 480 480 480 480 GENERATOR MAINTENANCE SCOPE OF WORK AND EQUIPMENT LIST Contractually required work on Sanitation Operations Inventory includes but is not limited to troubleshooting of problems, new installation, maintenance, demolition and repair of items associated with, contained within or attached to any City of Carlsbad, Sanitation Operations owned or managed generators: 1. Ballasts 2. Generators 3. Conduits 4. Wiring City Attorney Approved Version #04.01.02 5. Lighting 6. Switches 7. Disconnects, Fused and Un-fused 8. Transfer Switches, Automatic and Manual 9. Rheostats 10. Amplifiers and Speakers 11. Receptacles 12. Meter Service Panels 13. Distribution Panels and Sub-panels 14. Enclosures 15. Breakers 16. Contactors 17. Motor Starters and Controls 18. Transformers 19. Circuit boards 20. Alarms 21. High Voltage Systems 22. Low Voltage Systems 23. New Circuits 24. Dedicated Electrical Circuits 25. Engines 26. Fuel tanks and fuel systems 27. Block heaters City Attorney Approved Version #04.01.02 28. Cooling systems 29. Contractor shall provide all necessary tools, materials, knowledge and labor to provide Backup Power Generator, Transfer Switch, and Control System Preventative Maintenance Services to the City of Carlsbad Sanitation Operations Division and any other associated systems maintained by the Division in any way. 30. Contractor shall provide personnel who have achieved "journeyman" experience and factory authorized training in the maintenance & operations on the various models of generators listed. 31. The Contractor is to provide comprehensive preventative maintenance service as detailed by the City of Carlsbad Sanitation Operations division, along with the ability to trouble shoot and make general repairs to the types of equipment detailed in this agreement. 32. The Contractor will perform full system testing, maintenance and repairs in a manner that will protect all associated equipment, and will perform these tests on dates and times specified by the City of Carlsbad 33. The Contractor will use only manufacturers recommended parts for any replacement or repairs necessary unless written direction from the Public Works Supervisor or his designated representative is provided. 34. The cost of all materials, supplies and parts necessary for routine preventative maintenance, as defined by these specifications, will be included in the bid item for Quarterly and Annual preventative maintenance. 35. Contractor will provide the fuel and all other mandatory operating fluids required to operate the City of Carlsbad's Backup Power Generators always keeping the fluid levels to manufacturers specifications. Fuel may be billed separately at the fair market value at time of delivery. 36. The Contractor will keep individual accurate records (including a set on site of each generator) of all maintenance or repairs performed under this agreement. 37. Examples of Troubleshooting include, but are not limited to, investigating failures on generators and associated electrical equipment and systems maintained by the Sanitation Operations Division of City of Carlsbad using standard and specialty diagnostic tools including electrical multi-meters, amp probes, meg ohm meters, tick tracers, phase rotation meters and other electrical diagnostic tools. Determining cause of failures and recommending repairs or replacement of electrical equipment as detailed in the Electrical City Attorney Approved Version #04.01.02 Scope of Work and Equipment List above as directed by the Public Works Supervisor or his authorized representative. 38. Examples of New Installations include, but are not limited to, installation of new equipment, conduits, wiring and associated electrical services or devices necessary for the preservation or protection of a City facility as detailed in the City of Carlsbad Public Works Department, Sanitation Operations Generator and Transfer Switch Inventory above as directed by the Public Works Supervisor or his authorized representative. After performing installations, the Technician shall show changes and modifications to the system on plan sets provided by the City of Carlsbad and submit them for review and approval. If plan sets are not available the technician shall submit notes and line diagrams of changes for City's review and approval. 39. Examples of Maintenance include but are not limited to maintenance of equipment, conduits, wiring and associated electrical equipment or devices as detailed in the City of Carlsbad Public Works Department, Sanitation Operations Generator and Transfer Switch Inventory above. Maintenance tasks include cleaning electrical cabinets, terminal and insulation inspection, replacement of wire markers, electrical tape and wire nuts, replacement of wire splices, replacement of contacts, replacement of other worn equipment to prevent possible failure of associated electrical systems as directed by the Public Works Supervisor or his authorized representative. 40. Examples of Demolition include but are not limited to removal of equipment, conduits, wiring and associated electrical equipment or devices necessary for the preservation or protection of a City facility as detailed in the City of Carlsbad Public Works Department, Sanitation Operations Generator and Transfer Switch Inventory above as directed by the Public Works Supervisor or his authorized representative. This work may be required in the case of upgrades of facilities, demolition of facilities or to remove obsolete equipment from service. 41. Examples of Repairs include but are not limited to repair of equipment, conduits, wiring and associated electrical equipment or devices as detailed in the City of Carlsbad Public Works Department, Sanitation Operations Generator and Transfer Switch Inventory above as directed by the Public Works Supervisor or his authorized representative. This work may be made pursuant to troubleshooting work identified by the Vendor or City Staff, as generated by work order from other City Personnel, request from other users of City Facilities or as identified during other routine maintenance activities. 42. The Vendor shall furnish all personnel, parts, materials, test equipment, tools and services in conformance with the terms and conditions of this Agreement. City Attorney Approved Version #04.01.02 43. City authorization is required prior to performing any repairs whose aggregate parts and labor dollar amount exceeds one hundred and fifty dollars ($150.00). The Vendor shall notify The City's Authorized Representative as designated by Public Works Supervisor, Sanitation Operations, and receive authorization prior to performing repairs in excess of $150.00. City Attorney Approved Version #04.01.02 8 SPECIAL CONDITIONS 1. The Vendor's emergency service response system shall be a professionally staffed telephone answering service. Automatic telephone answering/recording machines, or home telephone numbers are not acceptable. 2. Annual Maintenance Service will be provided within sixty, (60) days following the Notice to Proceed. Annual Maintenance Service will be provided within sixty, (60) days following the execution of subsequent extensions to this agreement. 3. The Vendor is required to provide emergency service within three (3) hours of City's request, seven (7) days per week, twenty-four (24) hours per day. The Vendor will be required to demonstrate this ability when requested by The City's Authorized Representative as designated by the Public Works Supervisor, Facilities. 4. The Vendor is required to provide uniformed service personnel. The Vendor's staff will be required to work in a semi-autonomous manner. The Vendor's staff will be required to interact in a businesslike and professional manner with City staff and members of the public. 5. Normal working hours shall be Monday through Friday 8:00 AM through 5:00 PM excluding City holidays. Labor rates for work not included in the quarterly or annual preventative maintenance portions of this agreement shall be as detailed in the Vendor's proposal. 6. Payment for all work begins when the Technician reaches the City facility and ends when the Technician completes the required service work. Portal to portal pay is not included in this contract. 7. The City shall provide access to all devices to be serviced by the Vendor. The Vendor shall not be held responsible for equipment malfunction or damage, should access to equipment or the inability to start and stop primary equipment incidental to the operation of the electrical system be denied or not provided by the City. 8. The Vendor shall provide safe access and egress for City of Carlsbad employees or members of the general public while work is in progress at City facilities. The Vendor agrees to be responsible for providing and installing any safety or cautionary equipment necessary to prevent unauthorized access to work areas including common public areas. 9. The Vendor shall provide all hand tools, power tools, diagnostic tools and equipment necessary to perform its work under this Agreement with the City Attorney Approved Version #04.01.02 exception of the specialty equipment as detailed in item #9 of the Special Conditions. 10. In the event that the Public Works Supervisor or his authorized representative requests the Vendor to provide specialty equipment that would not normally be supplied by field technicians including Heavy Equipment (all types), Cranes, Scaffolds, Hydraulic Personnel Lifts and Aerial Work Platforms, and Pavement Cutting Tools, the Vendor agrees that compensation for the specialty equipment shall be as detailed in this section. Regardless of ownership, the rates to be used in determining Vendor's equipment rental costs shall be the edition of the "Labor Surcharge and Equipment Rental Rates" published by CALTRANS, current at the time of the Vendor's actual use of the tool or equipment. CALTRANS' equipment rates website can be found at the following web address: http://www.dot.ca.gov/hq/construc/equipmnt.html. The labor surcharge rates and right of way delay multipliers published therein are not a part of this contract. Specialty Equipment shall be procured from sources within a fifty-mile radius of the City of Carlsbad if possible. Delivery time will be compensated for actual delivery time or a maximum of one (1) hour for delivery and one (1) hour for equipment return regardless of where the equipment is actually located. Specialty Equipment that is not available within this parameter will be compensated for actual delivery time with prior approval by the City of Carlsbad's authorized representative. City Attorney Approved Version #04.01.02 10 e« <^ (U <uO o "«J•J3 C H HZ 0U ~ 1 : GUARDS / TIGHTEN IF NECESSARYAuUJXu — 1 : OIL / WATER LEVELS / ADJUST AS NECESSARYAU Xu (N : FOR LOOSE BOLTS / TIGHTEN IF NECESSARYAUwXu n-l : BELTS / ADJUST IF NECESSARYAUwXu ^r PH <I^l/J W z UH : BAITERY CONNECTIONS / CLEAN AND TIGHTEN IAUaXU uo § 0 W O HC* r_J 00 >0 : SYSTEM FOR LEAKS / REPAIR LEAKS AS NEEDED^UWXu r~~: FUEL SYSTEM / LEAKS / REPAIR AS NECESSARYAUWXu oo oo<r\WUwz *: ENGINE GAUGES FOR PROPER OPERATIONS REPAWXu OS p3 I WATER PUMP / LEAKS REPAIR LEAKS IF NECESSA.*< XU 0 : RADIATOR CAP / GASKET-iUWXu —: RADIATOR FINS / LANCE W/AIR TO CLEAN-^U Xu (N : BATTERIES / CLEAN & TIGHT>*UWXu m : ELECTROLYTE LEVEL / REPLACE IF LOWAUWXu Tf : CLEAN BATTERY CHARGER-iUWXu 1^1 : / ADJUST BELT TENSION•^UwXu *o : CONDITION OF WATER PUMP PULLEYSA XU r~-: CONDITION OF ALTERNATOR / PULLEYSAUWXu oo : CONDITION OF CRANK SHAFT PULLEYSAUWXu OS : HOSES FOR DEFECTS AND CLAMPSAUWXu o : AIR FILTER / CLEANA Xu —WATER / SEDIMENT FROM FUEL TANK IF NECESSA$ Ka (N N CRANK CASE BREATHERLU_J O fl : ENGINE PROTECTIVE DEVICE / ALARM'SA XU Tj- uw u u LLY CHECK ALL WIRING / SENSORS TO BE BROKE /D h— < > HO I I HZ OU H ^Wz REPLACE OIL AND FILTER W/• — 'REPLACE FUEL FILTERS(N CLEAN FUEL INLET SCREENr-) Hr/1W OBTAIN ANTIFREEZE SAMPL^ §TRANSFER SWITCH INSPECTIi/~>LOAD BANK TEST\o qc\iCNinico g Q.Q. I .b oBH H — HU tt!O C/3 H O NO.l TO EXTEND AND AMEND AGREEMENT MAINTENANCE SERVICES BAY CITY ELECTRIC WORKS INC. FOR GENERATOR This Amendment No. 1 is entered into and effective as of the day of July , 2005, extending and amending the agreement dated July 9, 2004 (the “Agreement“) by and between the City of Carlsbad, a municipal corporation, (“City”), and Bay City Electric Works, (“Contractor”) (collectively, the “Parties”) for Generator Maintenance. RECITALS A. The Parties desire to alter the Agreement‘s scope of work to include Sandshell Pump station to the existing contract; and B. C. The Parties desire to extend the Agreement for a period of one year The Parties have negotiated and agreed to a supplemental scope of work and fee schedule, which is attached to and incorporated in by this reference as Exhibit “A, Scope of Services and Fee. NOW, THEREFORE, in consideration of these recitals and the mutual covenants contained herein, City and Contractor agree as follows: City will pay Contractor for all work associated with those services described in Exhibit “A on a time and materials basis not-to-exceed Thirty Thousand six Hundred Thirty Six dollars ($30,636.00). Contractor will provide City, on a monthly basis, copies of invoices sufficiently detailed to include hours performed, hourly rates, and related activities and costs for approval by City. 1. 2. 3. Contractor will complete all work described in Exhibit “A by July 9, 2005. All other provisions of the Agreement, as may have been amended from time to time, will remain in full foice and effect. 4. All requisite insurance policies to be maintained by the Contractor pursuant to the Agreement, as may have been amended from time to time, will include coverage for this Amendment. ... City Attorney Approved Version W5.22.01 1 7. The individuals executing this Amendment 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 Amendment. CONTRACTOR CITY OF CARLSBAD, a municipal *By: (print namehitle) ATEST: Smcc\crb-k ~n b, r.c- (e-mail address) f (sign here) (print namekitle) (e-hail address) 7-CL#4YcCwA@ A& 6d.UM 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. Chairman, President, or .%Vice-President **Group B. :. Secretary, Assistant Secretary, CFO or Assistant Treasurer Otherwise, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering the oftker(s) signing to bind the corporation. APPROVED AS TO FORM: RONALD R. BALL, City Attorney By: Deputy City Attbey City Attorney Approved Version #05.22.01 2 EXHIBIT “A” SCOPE OF SERVICES AND FEE Itemized List of what Contractor will do for City and at what price. 3 City Attorney Approved Version #05.22.01 EXHIBIT "A" SANITATION OPERATIONS GENERATOR MAINTENANCE SERVICES SCOPE OF SERVICES WIBatiquitos P5IChinquapin MOIUpper Faraday Y13ISimsbury' 1. As needed routine, recurring and usual generator, transfer switch and associated system maintenance required for the preservation or protection of all City of Carlsbad facilities and any associated generator and transfer switch systems as outlined within these specifications shall be provided by the Vendor. (Public Contract Code Section 22002(d)). 2. Load bank test will be a one-hour test. All recorded voltage and amps documented and report sent to the City of Carlsbad. 3. Transfer switch maintenance will include cleaning the ATS enclosure and remove brushing or vacuuming dust and remove moisture, inspect transfer switch contacts condition and replace if pitted or worn. As per manufacturer lubricate any moving parts or linkages and check all cable connections & retighten, and operate manual transfer level. ~ ~~~. ~. ~~ 7382 Gabbiano Ln. Olympian/200Kw/2027503 Caterpillar/DieselI5TFO22862 129.9 66.5 401 0 Carlsbad OlyrnpianI25KwIFabL00024 CaterpillarIDieselICp50740 Blvd. 9 1711 Faraday Ave. KohlerI125Kw/234749 Cummings I Diesel I442283260 128.8 31 1.6 3086 Tamarack Kohler I94Kw I 172803 21550018HCH Ave. Cummings I Diesel I %ation ID #/Name IAddress I Generator typeIKWISerial # I Engine typeIfuelISerial # I Hour meter1 P14ILower Faraday $1 5IPoinsettia Y.1 6IKnots PI8 Sand Shell M&O Yard M&O Yard 152.2 106.7 John Deere I Diesel I T04039T369894 John Deere I Diesel I RG6081T010644 2359 KholerI60KwI293428 Blvd. MIHome Plant 22IFox's t 4155 Harrison St. Kholer/l35Kw/380360 77.9 1507 Faraday Ave. Kohler I80Kw I367275 94 2425 Poinsettia Caterpiller I50Kw I Caterpillar I Diesel I Lane 8DR00988 9NR02716 501 Knots Lane Generac I ZOKw I2045067 Diesel196954 48.3 John Deere I Diesel I CD6059T220023 John DeereIDiesellS#PE3029T210528 Caterpillar I Diesel I 66D15626 Sand Kohler 20/S#0740908 Kat0 I 125Kw I73998 Ave 5950 E' Real Real 5951 E' Libby I60Kw I4003864 White Eng. lnc.IDieselI699562 177.6 4. This specification covers preventative maintenance in all City facilities and other City maintained properties in the City of Carlsbad, Public Works Department, Sanitation Operations Generator and Transfer Switch Inventory, including but not limited to the following: 3 City Attorney Approved Version #04.01.02 SANITATION OPERATIONS - GENERATOR INVENTORY ation ID #/Name ~ Address MakelSeries Model Serial # ParVCat # Amps Volts Fox's 14155 Harrison St. IASC017000 I 1159900 IE7ATS3400N5XI 4001 4801 Home Plant 12359 Carlsbad Blvd IKholer 1K39866 1K-166541-225 I 2251 480 )/Utmer Faradavh711 Faradav Ave. IKholer I 1K24650 1K166330-0225 1 2251 I Batiquitos 7382 Gabbiano Ln. Olympian 96A02053-W 34281 600 480 j Knots 1501 Knots Lane IGenreac/GTS 198A06530-W 147524 I I I I Chinquapin 14010 Carlsbad Blvd. IZenithlMX 200 /ZTS2L1 OEx-38/1329420.1.3 I 1001 Contractually required work on Sanitation Operations Inventory includes but is not limited to troubleshooting of problems, new installation, maintenance, demolition and repair of items associated with, contained within or attached to any City of Carlsbad, Sanitation Operations owned or managed generators: 1. Ballasts 2. Generators 3ISimsbut-y' 3. Conduits 3086 Tamarack Ave. Russelectric RMT-1504CE 8723-1 150 4. Wiring 5. Lighting 6. Switches 7. Disconnects, Fused and Un-fused VPoinsettia 12425 Poinsettia Lane IZenith IZTSDLGOEC-711305829.1.3 1 8. Transfer Switches, Automatic and Manual 9. Rheostats 6001 IO. Amplifiers and Speakers 11. Receptacles 3 Sand Shell 4 613 Sand Shell Ave Kohler 20/S#07409081M#20REOZJB 147524 100 City Attorney Approved Version #04.01.02 12. Meter Service Panels 13. Distribution Panels and Sub-panels 14. 15. 16. 17. 18. 19. 20. 21. 22. 23. 24. 25. 26. 27. 28. 29. 30. 31. Enclosures Breakers Contactors Motor Starters and Controls Transformers Circuit boards Alarms High Voltage Systems Low Voltage Systems New Circuits Dedicated Electrical Circuits Engines Fuel tanks and fuel systems Block heaters Cooling systems Contractor shall provide all necessary tools, materials, knowledge and labor to provide Backup Power Generator, Transfer Switch, and Control System Preventative Maintenance Services to the City of Carlsbad Sanitation Operations Division and any other associated systems maintained by the Division in any way. Contractor shall provide personnel who have achieved "journeyman" experience and factory authorized training in the maintenance & operations on the various models of generators listed. The Contractor is to provide comprehensive preventative maintenance service as detailed by the City of Carlsbad Sanitation Operations division, along with City Attorney Approved Version #04.01.02 5 the ability to trouble shoot and make general repairs to the types of equipment detailed in this agreement. 32. The Contractor will perform full system testing, maintenance and repairs in a manner that will protect all associated equipment, and will perform these tests on dates and times specified by the City of Carlsbad 33. The Contractor will use only manufacturers recommended parts for any replacement or repairs necessary unless written direction from the Public Works Supervisor or his designated representative is provided. 34. The cost of all materials, supplies and parts necessary for routine preventative maintenance, as defined by these specifications, will be included in the bid item for Quarterly and Annual preventative maintenance. 35. Contractor will provide the fuel and all other mandatory operating fluids required to operate the City of Carlsbad’s Backup Power Generators always keeping the fluid levels to manufacturers specifications. Fuel may be billed separately at the fair market value at time of delivery. 36. The Contractor will keep individual accurate records (including a set on site of each generator) of all maintenance or repairs performed under this agreement. 37. Examples of Troubleshooting include, but are not limited to, investigating failures on generators and associated electrical equipment and systems maintained by the Sanitation Operations Division of City of Carlsbad using standard and specialty diagnostic tools including electrical multi-meters, amp probes, meg ohm meters, tick tracers, phase rotation meters and other electrical diagnostic tools. Determining cause of failures and recommending repairs or replacement of electrical equipment as detailed in the Electrical Scope of Work and Equipment List above as directed by the Public Works Supervisor or his authorized representative. 38. Examples of New Installations include, but are not limited to, installation of new equipment, conduits, wiring and associated electrical services or devices necessary for the preservation or protection of a City facility as detailed in the City of Carlsbad Public Works Department, Sanitation Operations Generator and Transfer Switch Inventory above as directed by the Public Works Supervisor or his authorized representative. After performing installations, the Technician shall show changes and modifications to the system on plan sets provided by the City of Carlsbad and submit them for review and approval. If plan sets are not available the technician shall submit notes and line diagrams of changes for City’s review and approval. 39. Examples of Maintenance include but are not limited to maintenance of equipment, conduits, wiring and associated electrical equipment or devices as City Attorney Approved Version #04.01.02 6 detailed in the City of Carlsbad Public Works Department, Sanitation Operations Generator and Transfer Switch Inventory above. Maintenance tasks include cleaning electrical cabinets, terminal and insulation inspection, replacement of wire markers, electrical tape and wire nuts, replacement of wire splices, replacement of contacts, replacement of other worn equipment to prevent possible failure of associated electrical systems as directed by the Public Works Supervisor or his authorized representative. 40. Examples of Demolition include but are not limited to removal of equipment, conduits, wiring and associated electrical equipment or devices necessary for the preservation or protection of a City facility as detailed in the City of Carlsbad Public Works Department, Sanitation Operations Generator and Transfer Switch Inventory above as directed by the Public Works Supervisor or his authorized representative. This work may be required in the case of upgrades of facilities, demolition of facilities or to remove obsolete equipment from service. 41. Examples of Repairs include but are not limited to repair of equipment, conduits, wiring and associated electrical equipment or devices as detailed in the City of Carlsbad Public Works Department, Sanitation Operations Generator and Transfer Switch Inventory above as directed by the Public Works Supervisor or his authorized representative. This work may be made pursuant to troubleshooting work identified by the Vendor or City Staff, as generated by work order from other City Personnel, request from other users of City Facilities or as identified during other routine maintenance activities. 42. The Vendor shall furnish all personnel, parts, materials, test equipment, tools and services in conformance with the terms and conditions of this Agreement. 43. City authorization is required prior to performing any repairs whose aggregate parts and labor dollar amount exceeds one hundred and fifty dollars ($150.00). The Vendor shall notify The City’s Authorized Representative as designated by Public Works Supervisor, Sanitation Operations, and receive authorization prior to performing repairs in excess of $150.00. City Attorney Approved Version #04.01.02 7 SPECIAL CONDITIONS 1. 2. 3. 4. 5. 6. 7. 8. 9. The Vendor’s emergency service response system shall be a professionally staffed telephone answering service. Automatic telephone answeringlrecording machines, or home telephone numbers are not acceptable. Annual Maintenance Service will be provided within sixty, (60) days following the Notice to Proceed. Annual Maintenance Service will be provided within sixty, (60) days following the execution of subsequent extensions to this agreement. The Vendor is required to provide emergency service within three (3) hours of City’s request, seven (7) days per week, twenty-four (24) hours per day. The Vendor will be required to demonstrate this ability when requested by The City’s Authorized Representative as designated by the Public Works Supervisor, Facilities. The Vendor is required to provide uniformed service personnel. The Vendor’s staff will be required to work in a semi-autonomous manner. The Vendor’s staff will be required to interact in a businesslike and professional manner with City staff and members of the public. Normal working hours shall be Monday through Friday 8:OO AM through 500 PM excluding City holidays. Labor rates for work not included in the quarterly or annual preventative maintenance portions of this agreement shall be as detailed in the Vendor’s proposal. Payment for all work begins when the Technician reaches the City facility and ends when the Technician completes the required service work. Portal to portal pay is not included in this contract. The City shall provide access to all devices to be serviced by the Vendor. The Vendor shall not be held responsible for equipment malfunction or damage, should access to equipment or the inability to start and stop primary equipment incidental to the operation of the electrical system be denied or not provided by the City. The Vendor shall provide safe access and egress for City of Carlsbad employees or members of the general public while work is in progress at City facilities. The Vendor agrees to be responsible for providing and installing any safety or cautionary equipment necessary to prevent unauthorized access to work areas including common public areas. The Vendor shall provide all hand tools, power tools, diagnostic tools and equipment necessary to perform its work under this Agreement with the City Attorney Approved Version #04.01.02 8 exception of the specialty equipment as detailed in item #9 of the Special Conditions. IO. In the event that the Public Works Supervisor or his authorized representative requests the Vendor to provide specialty equipment that would not normally be supplied by field technicians including Heavy Equipment (all types), Cranes, Scaffolds, Hydraulic Personnel Lifts and Aerial Work Platforms, and Pavement Cutting Tools, the Vendor agrees that compensation for the specialty equipment shall be as detailed in this section. Regardless of ownership, the rates to be used in determining Vendor's equipment rental costs shall be the edition of the "Labor Surcharge and Equipment Rental Rates" published by CALTRANS, current at the time of the Vendor's actual use of the tool or equipment. CALTRANS' equipment rates website can be found at the following web address: http://www.dot.ca.uov/hu/construc/euuipmnt.html. The labor surcharge rates and right of way delay multipliers published therein are not a part of this contract. Specialty Equipment shall be procured from sources within a fifty-mile radius of the City of Carlsbad if possible. Delivery time will be compensated for actual delivery time or a maximum of one (1) hour for delivery and one (1) hour for equipment return regardless of where the equipment is actually located. Specialty Equipment that is not available within this parameter will be compensated for actual delivery time with prior approval by the City of Carlsbad's authorized representative. 9 City Attorney Approved Version #04.01.02 Generator Preventative Maintenance Plan Unit Location: 1 2 3 4 5 6 Type EngineEenerator: Serial No.: EVERY THREE MONTHS 24 I CHECK ENGINE PROTECTIVE DEVICE /ALARM’S I I 25 I VISUALLY CHECK ALL WIRING i SENSORS TO BE BROKE /CRACKED EVERY 12 MONTHS REPLACE OIL AND FILTER W/ NEW REPLACE FUEL FILTERS CLEAN FUEL INLET SCREEN OBTAIN ANTIFREEZE SAMPLEKEST TRANSFER SWITCH INSPECTION LOAD BANK TEST NOTE: ALL MAJOR REPAIRS NEED PRIOR CITY AUTHORIZATION City Attorney Approved Version #04.01.02 10 AGREEMENT FOR SANITATION OPERATIONS GENERATOR MAINTENANCE SERVICES BAY CITY ELECTRIC WORKS INC. is made and entered into as of the 4 d day of BAY CITY ELECTRIC WORKS INC., a corporation, , 20&, by and between the CITY OF CARLSBAD, a municipal ("Contractor"). DEFINITIONS Repair: Authorized service work to equipment and systems required to preserve and protect any City facility as specified in this Agreement. Installations: Electrical equipment installation and adjustment required to preserve and protect any City facility as specified in this Agreement. Maintenance: Any routine, recurring, and usual services or preventative maintenance on existing City systems necessary for the protection or preservation of any City facility as specified in this Agreement. Demolition: The removal of electrical equipment required to preserve and protect any City facility as specified in this Agreement. Emergency/After Hours Repair: Authorized equipment repairs that occur before the hours of 8:OO AM or after 500 PM Monday through Friday or all day Saturday, Sunday or during City holidays. Service Report: Contractor's detailed report in City-approved computer- generated format covering all work performed under this Agreement. Service reports shall be separate documents, listed by facility and shall note all repairs or service work performed, any pertinent electrical diagnostic equipment readings, condition statements and any other pertinent information to aid the City in determining future equipment repairs, maintenance or replacement. RECITALS A. City requires the professional services of an electrical generator maintenance contractor that is experienced in providing routine, recurring and usual commercial generator maintenance work necessary for the protection and preservation of City facilities for their intended purposes. Contractor has the necessary experience in providing professional services and advice related to providing routine, recurring and usual commercial generator electrical maintenance work necessary for the protection and preservation of City generator equipment for their intended purposes. Selection of Contractor is expected to achieve the desired results in an expedited fashion. B. C. City Attorney Approved Version #04.01.02 1 D. 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 the maintenance services described in the Scope of Work contained in the City’s Request for Proposals and the Contractor’s proposal, which are incorporated by this reference in accordance with this Agreement’s terms and conditions. The Contractor will perform these services as needed and as authorized on a time and materials basis. 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. Contractor shall maintain proper licensing as required throughout the term of this Agreement. 3. TERM The term of this Agreement will be effective for a period of one year from the date first above written. The City Manager may amend the Agreement to extend it for three additional one-year periods or parts thereof in an amount not to exceed twenty-five thousand eight hundred eighty-eight dollars ($25,888.00) per Agreement year. Extensions will be based upon a satisfactory review of Contractor’s performance, City needs, and appropriation of funds by the City Council. The parties will prepare a written amendment indicating the effective date and length of the extended Agreement. Either the City or the Contractor may decline to confirm the renewal of the contract for any reason whatsoever, which shall render the renewal option null and void. 4. Time is of the essence for each and every provision of this Agreement. TIME IS OF THE ESSENCE 5. COMPENSATION The Contractor’s electrical maintenance work will be by paid at an hourly rate plus parts as indicated in the Contractor’s proposal. The total fee payable for the Services to be performed during the initial Agreement term will not exceed twenty-five thousand eight hundred eighty-eight dollars ($25,888.00). 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 the Contractor’s proposal. City Attorney Approved Version #04.01.02 2 The Contractor will perform work in accordance with all applicable Carlsbad Municipal Code sections, California building codes, California electrical codes and OSHA standards. There will be no additional charges such as travel or trip costs allowed. Payment for service starts when the technician arrives at the City of Carlsbad Facility, and ends at the completion of required service work. Portal to portal payment is not included in this Agreement. 1 All parts will be newly manufactured replacement parts or an equal approved by the Public Works Supervisor. Pricing to City of Carlsbad will be from the Contractor’s actual invoice from parts suppliers plus markup indicated in the Contractor’s Proposal. Invoices must be submitted with request for payment. The Contractor shall submit invoices to the Public Works Supervisor, Sanitation Operations, by the 5th day of the month for work performed in the previous month under this contract. The Contractor shall provide detailed records of all work performed and include all required reports of systems and/or equipment@) serviced or repaired. Failure to provide the required documents, invoices, and reports will result in the City of Carlsbad withholding payment to the Contractor until all the required documentation, including supplier invoices for parts, are provided to the City. Certified payroll documents shall be submitted to the City with each billing. If an increase in compensation for service in succeeding option years is requested, the Contractor must provide detailed supporting documentation to justify the requested rate increase. The requested increase will be evaluated by the City, and the City reserves the right to accept or reject the Contractor’s requested compensation increase. This Agreement’s annual compensation terms may be adjusted by a mutually agreeable amount based on and no greater than the San Diego Consumer Price Index changes over the previous year. Requests for price changes must be made by the Contractor in writing sixty (60) days before the end of the then-current agreement year and is subject to negotiation or rejection by the City. 6. 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 complete compensation to which pursuant to this Agreement will be the full and Contractor is entitled. City will not make any City Attorney Approved Version #04.01.02 3 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. 7. The general prevailing rate of wages for each craft or type of worker needed to PREVAILING WAGES TO BE PAID execute the contract shall be those as determined by the Director of Industrial Relations pursuant to Sections 1770, 1773 and 1773.1 of the Labor Code. Pursuant to Section 1773.2 of the Labor Code, a current copy of the applicable wage rates is on file in the Office of the City Engineer. The contractor to whom the contract is awarded shall not pay less than the said specified prevailing rates of wages to all workers employed by him or her in execution of the contract. 8. TECHNICIANS The Contractor shall provide a minimum of two (2) dedicated qualified field technicians to install maintain and repair electrical generator systems utilized in the City of Carlsbad. The Contractor may provide more than two technicians at its option. If the Contractor wishes to replace or substitute an alternate technician, it must submit a written request to the Public Works Supervisor, Sanitation Operations, and include all information requested to insure qualifications and acceptability of the substituted technician. This request must be submitted at least 30 calendar days prior to substitution of any accepted technician to allow the City of Carlsbad to review the request and perform a background check on the substitute technician. 9. 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. City Attorney Approved Version #04.01.02 4 10. OTHER CONTRACTORS Nothing in this agreement is intended to create an exclusive arrangement between City and Contractor. The City reserves the right to procure commercial electrical maintenance services from other vendors, as the City deems appropriate. 11. PARTS The City reserves the right to supply needed parts and equipment to the Contractor for Services. 12. 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 attorneys fees arising out of the performance of the work described herein caused in whole or in part by any willful misconduct or negligent act or omission 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' 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. 13. 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-:VI'. 13.1 COVERAGES AND LIMITS. Contractor will maintain the types of coverages and minimum limits indicated below, unless the 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. City Attorney Approved Version #04.01.02 5 13.1.1 COMMERCIAL GENERAL LIABILITY INSURANCE $1,000,000 combined single-limit per occurrence for bodily injury, personal injury and property damage. If the submitted policies contain aggregate limits, general aggregate limits will apply separately to the work under this Agreement or the general aggregate will be twice the required per occurrence limit. 13.1.2 AUTOMOBILE LIABILITY If the use of an automobile is involved for Contractor's work for City, $1,000,000 combined single-limit per accident for bodily injury and property damage. 13.1.3ANY AUTO COVERAGE Insurance must cover any vehicle used in the performance of the contract, used onsite or offsite, whether owned, non-owned or hired, and whether scheduled or non-scheduled. The auto insurance certificate must state the coverage is for "any auto" and cannot be limited in any manner. 13.1.4 WORKERS' COMPENSATION AND EMPLOYER'S LIABILITY. Workers' Compensation limits as required by the California Labor Code and Employer's Liability limits of $1,000,000 per accident for bodily injury. Workers' Compensation and Employer's Liability insurance will not be required if Contractor has no employees and provides, to City's satisfaction, a declaration stating this. 13.1.5 ADDITIONAL PROVISIONS. Contractor will ensure that the policies of insurance required under this Agreement contain, or are endorsed to contain, the following provisions: 13.2.1 The City will be named as an additional insured on General Liability. 13.2.2 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. 13.2.3 certificates of insurance and endorsements to City. Prior to City's execution of this Agreement, Contractor will furnish 13.3 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. City Attorney Approved Version #04.01.02 6 13.4 SUBMISSION OF INSURANCE POLICIES. City reserves the right to require, at anytime, complete and certified copies of any or all required insurance policies and endorsements. 14. 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. 15. 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. 16. 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 documents related to services performed 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. 17. 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. 18. NOTICES The name of the persons who are authorized to give written notices or to receive written notice on behalf of City and on behalf of Contractor under this Agreement: For Citv: For Contractor: Name: John L. (“Louie”) Montanez Title: Public Works Swervisor Department: Public Works/M&O Address: 5950 El Camino Real Carlsbad. CA 92008 c 93k-Cwi9 &XZf Phone No. :/760) 434-2949 Phone No. lLb/S) City Attorney Approved Version #04.01.02 7 19. CONFLICT OF INTEREST City will evaluate Contractor's duties pursuant to this Agreement to determine whether disclosure under the Political Reform Act and City's Conflict of Interest Code is required of Contractor or any of Contractor's employees, agents, or subcontractors. Should it be determined that disclosure is required, Contractor or Contractor's affected employees, agents, or subcontractors will complete and file with the City Clerk those schedules specified by City and contained in the Statement of Economic Interests Form 700. Contractor, for Contractor and on behalf of Contractor's agents, employees, subcontractors and consultants warrants that by execution of this Agreement, that they have no interest, present or contemplated, in the projects affected by this Agreement. Contractor further warrants that neither Contractor, nor Contractor's agents, employees, subcontractors and consultants have any ancillary real property, business interests or income that will be affected by this Agreement or, alternatively, that Contractor will file with the City an affidavit disclosing this interest. 20. 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 that the services required by this Agreement. 21. DISCRIMINATION AND HARASSMENT PROHIBITED Contractor will comply with all applicable local, state and federal laws and regulations prohibiting discrimination-and harassment. 22. 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 and/or designee. The City Manager and/or designee will consider the facts and solutions recommended by each party and may then opt to City Attorney Approved Version #04.01.02 8 direct a solution to the problem. In such cases, the action of the City Manager and/or designee will be binding upon the parties involved, although nothing in this procedure will prohibit the parties from seeking remedies available to them at law. 23. 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. 24. 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. 25. 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 sea, 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 City Attorney Approved Version #04.01.02 9 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. 26. 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 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. 27. 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 or 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. 28. During a state of emergency as determined by the City Council or City Manager including, but not limited to states of emergency defined by Government Code Section 8558, the Contractor agrees to provide the services specified in this Agreement under the terms and conditions herein. SERVICES DURING STATE OF EMERGENCY 29. ENTIRE AGREEMENT This Agreement, the City’s Request for Proposal, the Contractor’s Proposal, and the Specifications, together with any other written document referred to or contemplated by these documents, 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. City Attorney Approved Version #04.01.02 10 30. 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. BAY CITY ELECTRIC WORKS INC. CITY OF CARLSBAD, a municipal If required by City, proper notarial acknowledgment of execution by contractor must be attached. If a CorDoration, Agreement must be signed by one corporate officer from each of the following two groups. *Group A. Chairman, President, or Vice-president **Group B. Secretary, Assistant Secretary, CFO or Assistant Treasurer Otherwise, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering the off icer(s) signing to bind the corporation. APPROVED AS TO FORM: RONALD R. BALL, Qty Attorney By:- eputy City Atto ney 11 City Attorney Approved Version #04.01.02 EXHIBIT "A" SANITATION OPERATIONS GENERATOR MAINTENANCE SERVICES SCOPE OF SERVICES #2/Fox's #4/Batiquitos 1. As needed routine, recurring and usual generator, transfer switch and associated system maintenance required for the preservation or protection of all City of Carlsbad facilities and any associated generator and transfer switch systems as outlined within these specifications shall be provided by the Vendor. (Public Contract Code Section 22002(d)). 2. Load bank test will be a one-hour test. All recorded voltage and amps documented and report sent to the City of Carlsbad. 3. Transfer switch maintenance will include cleaning the ATS enclosure and remove brushing or vacuuming dust and remove moisture, inspect transfer switch contacts condition and replace if pitted or worn. As per manufacturer lubricate any moving parts or linkages and check all cable connections & retighten, and operate manual transfer level. ~ 106.7 41 55 Harrison St. Kholer/l35Kw/380360 7382 In Gabbiano Olympian/200Kw/2027503 Caterpillar/DieseV5TF022862 129.9 John Deere / Diesel / RG6081T010644 John Deere / Diesel / T04039T369894 #l/Home Plant I E!) Carlsbad I Kholer/60Kw/293428 I #5/Chinquapin #1 O/Umer Faradav 66.5 401 0 Carlsbad Olympian/25Kw/FabL00024 CaterpiIlar~DieseVCP50740 Blvd. 9 171 1 Faradav Ave. Kohler/l25Kw/234749 Cumminas / Diesel / 442283260 128.8 #1 WLower Faraday Cummings / Diesel / 21 55001 8HCH #13/Simsbury' I 3086 Tamarack I Kohler / 94Kw / 172803 I 77.9 John Deere / Diesel / CD6059T220023 1507 Faraday Ave. Kohler / 80Kw /367275 I 311.61 #1 5/Poinsettia #16/Knots 94 2425 Poinsettia Caterpiller / 50Kw / Caterpillar / Diesel / Lane 8DR00988 9NR02716 501 Knots Lane Generac / 20Kw / 2045067 DieseV96954 48.3 5950 El Real 5951 El Real M&O Yard M&O Yard Caterpillar / Diesel / 66D15626 Kat0 / 125Kw / 73998 Libby / 60Kw / 4003864 White Eng. lnc./Diese1/699562 177.6 City Attorney Approved Version #04.01.02 12 SANITATION OPERATIONS - TRANSFER SWITCH INVENTORY #l/Home Plant #2/Fox's 2359 Carlsbad Blvd. Kholer K39866 K-166541-225 225 480 41 55 Harrison St. ASCOnOOO 159900 E7ATS3400N5X 400 480 #4/Batiquitos #5/Chinquapin ~~ 7382 Gabbiano Ln. Olympian 96A02053-W 34281 600 480 401 0 Carlsbad Blvd. Zenith/MX 200ZTS2Ll OEx-38 1329420.1.3 100 I#16/Knots 1501 Knots Lane IGenerac/GTS 198A06530-W 147524 I I lO0l I #1 O/Upper Faraday #13/Simsbury' #15/Poinsettia GENERATOR MAINTENANCE SCOPE OF WORK AND EQUIPMENT LIST 171 1 Faraday Ave. Kholer K24650 K166330-0225 225 3086 Tamarack Ave. Russelectric RMT-1504CE 8723-1 150 2425 Poinsettia Lane Zenith ZTSDLGOEC-7 1305829.1.3 600 Contractually required work on Sanitation Operations Inventory includes but is not limited to troubleshooting of problems, new installation, maintenance, demolition and repair of items associated with, contained within or attached to any City of Carlsbad, Sanitation Operations owned or managed generators: 1. Ballasts 2. Generators 3. Conduits 4. Wiring 5. Lighting 6. Switches 7. Disconnects, Fused and Un-fused 8. Transfer Switches, Automatic and Manual 9. Rheostats 10. Amplifiers and Speakers 11. Receptacles 12. Meter Service Panels 13. Distribution Panels and Sub-panels City Attorney Approved Version #04.01.02 13 14. Enclosures 15. Breakers 16. Contactors 17. Motor Starters and Controls 18. Transformers 19. Circuit boards 20. Alarms 21. High Voltage Systems 22. Low Voltage Systems 23. New Circuits 24. Dedicated Electrical Circuits 25. Engines 26. Fuel tanks and fuel systems 27. Block heaters 28. Cooling systems 29. Contractor shall provide all necessary tools, materials, knowledge and labor to provide Backup Power Generator, Transfer Switch, and Control System Preventative Maintenance Services to the City of Carlsbad Sanitation Operations Division and any other associated systems maintained by the Division in any way. 30. Contractor shall provide personnel who have achieved “journeyman” experience and factory authorized training in the maintenance & operations on the various models of generators listed. 31 . The Contractor is to provide comprehensive preventative maintenance service as detailed by the City of Carlsbad Sanitation Operations division, along with the ability to trouble shoot and make general repairs to the types of equipment detailed in this agreement. City Attorney Approved Version #04.01.02 14 32. The Contractor will perform full system testing, maintenance and repairs in a manner that will protect all associated equipment, and will perform these tests on dates and times specified by the City of Carlsbad 33. The Contractor will use only manufacturers recommended parts for any replacement or repairs necessary unless written direction from the Public Works Supervisor or his designated representative is provided. 34. The cost of all materials, supplies and parts necessary for routine preventative maintenance, as defined by these specifications, will be included in the bid item for Quarterly and Annual preventative maintenance. 35. Contractor will provide the fuel and all other mandatory operating fluids required to operate the City of Carlsbad’s Backup Power Generators always keeping the fluid levels to manufacturers specifications. Fuel may be billed separately at the fair market value at time of delivery. 36. The Contractor will keep individual accurate records (including a set on site of each generator) of all maintenance or repairs performed under this agreement. 37. Examples of Troubleshooting include, but are not limited to, investigating failures on generators and associated electrical equipment and systems maintained by the Sanitation Operations Division of City of Carlsbad using standard and specialty diagnostic tools including electrical multi-meters, amp probes, meg ohm meters, tick tracers, phase rotation meters and other electrical diagnostic tools. Determining cause of failures and recommending repairs or replacement of electrical equipment as detailed in the Electrical Scope of Work and Equipment List above as directed by the Public Works Supervisor or his authorized representative. 38. Examples of New Installations include, but are not limited to, installation of new equipment, conduits, wiring and associated electrical services or devices necessary for the preservation or protection of a City facility as detailed in the City of Carlsbad Public Works Department, Sanitation Operations Generator and Transfer Switch Inventory above as directed by the Public Works Supervisor or his authorized representative. After performing installations, the Technician shall show changes and modifications to the system on plan sets provided by the City of Carlsbad and submit them for review and approval. If plan sets are not available the technician shall submit notes and line diagrams of changes for City’s review and approval. 39. Examples of Maintenance include but are not limited to maintenance of equipment, conduits, wiring and associated electrical equipment or devices as detailed in the City of Carlsbad Public Works Department, Sanitation Operations Generator and Transfer Switch Inventory above. Maintenance tasks include cleaning electrical cabinets, terminal and insulation inspection, City Attorney Approved Version #04.01.02 15 replacement of wire markers, electrical tape and wire nuts, replacement of wire splices, replacement of contacts, replacement of other worn equipment to prevent possible failure of associated electrical systems as directed by the Public Works Supervisor or his authorized representative. 40. Examples of Demolition include but are not limited to removal of equipment, conduits, wiring and associated electrical equipment or devices necessary for the preservation or protection of a City facility as detailed in the City of Carlsbad Public Works Department, Sanitation Operations Generator and Transfer Switch Inventory above as directed by the Public Works Supervisor or his authorized representative. This work may be required in the case of upgrades of facilities, demolition of facilities or to remove obsolete equipment from service. 41. Examples of Repairs include but are not limited to repair of equipment, conduits, wiring and associated electrical equipment or devices as detailed in the City of Carlsbad Public Works Department, Sanitation Operations Generator and Transfer Switch Inventory above as directed by the Public Works Supervisor or his authorized representative. This work may be made pursuant to troubleshooting work identified by the Vendor or City Staff, as generated by work order from other City Personnel, request from other users of City Facilities or as identified during other routine maintenance activities. 42. The Vendor shall furnish all personnel, parts, materials, test equipment, tools and services in conformance with the terms and conditions of this Agreement. 43. City authorization is required prior to performing any repairs whose aggregate parts and labor dollar amount exceeds one hundred and fifty dollars ($150.00). The Vendor shall notify The City’s Authorized Representative as designated by Public Works Supervisor, Sanitation Operations, and receive authorization prior to performing repairs in excess of $150.00. City Attorney Approved Version #04.01.02 16 SPECIAL CONDITIONS 1. The Vendor's emergency service response system shall be a professionally staffed telephone answering service. Automatic telephone answeringlrecording machines, or home telephone numbers are not acceptable. 2. Annual Maintenance Service will be provided within sixty, (60) days following the Notice to Proceed. Annual Maintenance Service will be provided within sixty, (60) days following the execution of subsequent extensions to this agreement. 3. The Vendor is required to provide emergency service within three (3) hours of City's request, seven (7) days per week, twenty-four (24) hours per day. The Vendor will be required to demonstrate this ability when requested by The City's Authorized Representative as designated by the Public Works Supervisor, Facilities. 4. The Vendor is required to provide uniformed service personnel. The Vendor's staff will be required to work in a semi-autonomous manner. The Vendor's staff will be required to interact in a businesslike and professional manner with City staff and members of the public. 5. Normal working hours shall be Monday through Friday 8:OO AM through 5:OO PM excluding City holidays. Labor rates for work not included in the quarterly or annual preventative maintenance portions of this agreement shall be as detailed in the Vendor's proposal. 6. Payment for all work begins when the Technician reaches the City facility and ends when the Technician completes the required service work. Portal to portal pay is not included in this contract. 7. The City shall provide access to all devices to be serviced by the Vendor. The Vendor shall not be held responsible for equipment malfunction or damage, should access to equipment or the inability to start and stop primary equipment incidental to the operation of the electrical system be denied or not provided by the City. 8. The Vendor shall provide safe access and egress for City of Carlsbad employees or members of the general public while work is in progress at City facilities. The Vendor agrees to be responsible for providing and installing any safety or cautionary equipment necessary to prevent unauthorized access to work areas including common public areas. 9. The Vendor shall provide all hand tools, power tools, diagnostic tools and equipment necessary to perform its work under this Agreement with the City Attorney Approved Version #04.01.02 17 exception of the specialty equipment as detailed in item #9 of the Special Conditions. 10. In the event that the Public Works Supervisor or his authorized representative requests the Vendor to provide specialty equipment that would not normally be supplied by field technicians including Heavy Equipment (all types), Cranes, Scaffolds, Hydraulic Personnel Lifts and Aerial Work Platforms, and Pavement Cutting Tools, the Vendor agrees that compensation for the specialty equipment shall be as detailed in this section. Regardless of ownership, the rates to be used in determining Vendor’s equipment rental costs shall be the edition of the “Labor Surcharge and Equipment Rental Rates” published by CALTRANS, current at the time of the Vendor’s actual use of the tool or equipment. CALTRANS’ equipment rates website can be found at the following web address: http://www.dot.ca.qov/hg/construc/equipmnt.html. The labor surcharge rates and right of way delay multipliers published therein are not a part of this contract. Specialty Equipment shall be procured from sources within a fifty-mile radius of the City of Carlsbad if possible. Delivery time will be compensated for actual delivery time or a maximum of one (1) hour for delivery and one (1) hour for equipment return regardless of where the equipment is actually located. Specialty Equipment that is not available within this parameter will be compensated for actual delivery time with prior approval by the City of Carlsbad’s authorized representative. City Attorney Approved Version #04.01.02 18 Y 2 0 # c 0 ._ F? 3 1. c is