Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Hawthorne Machinery Corporation; 2009-12-09; PWENG786
AGREEMENT FOR GENERATOR MAINTENANCE SERVICES (Hawthorne Machinery Corporation) THIS AGREEMENT is made and entered into as of the _ Q day of 20 g<y. by and between the CITY OF CARLSBAD, a municipal corporation, ("City"), and Hawthorne Machinery Corporation, a California corporation, ("Contractor"). RECITALS A. City requires the professional services of a Generator maintenance contractor that is experienced in providing routine, reoccurring and usual Generator maintenance work necessary for the protection and preservation of the city owned and maintained generator systems for their intended purposes. B. Contractor has the necessary experience in providing professional services and advice related to providing routine, reoccurring and usual Generator maintenance work necessary for the protection and preservation of the city owned or maintained Generator systems. C. Selection of Contractor is expected to achieve the desired results in an expedited fashion. 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, those services (the "Services") that are defined in attached Exhibit "A", which is incorporated by this reference in accordance with this Agreement's terms and conditions. 2. STANDARD OF PERFORMANCE While performing the Services, Contractor will exercise the reasonable professional care and skill customarily exercised by reputable members of Contractor's profession practicing in the Metropolitan Southern California Area, and will use reasonable diligence and best judgment while exercising its professional skill and expertise. 3. TERM The term of this Agreement will be effective for a period of ONE YEAR from the date first above written. The City Manager may amend the Agreement to extend it for FOUR additional ONE year periods or parts thereof in an amount not to exceed TWENTY THOUSAND dollars ($ 20,000.00) 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. City Attorney Approved Version #05.06.08 4. TIME IS OF THE ESSENCE Time is of the essence for each and every provision of this Agreement. 5. COMPENSATION The total fee payable for the Services to be performed during the initial Agreement term will be FIFTEEN THOUSAND NINE HUNDRED TWENTY dollars ($ 15,920.00). 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 Exhibit "A". Incremental payments, if applicable, should be made as outlined in attached Exhibit "A". 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 pursuant to the Agreement will be the full and complete compensation to which Contractor is entitled. City will not make any federal or state tax withholdings on behalf of Contractor or its agents, employees or subcontractors. City will not be required to pay any workers' compensation insurance or unemployment contributions on behalf of Contractor or its employees or subcontractors. Contractor agrees to indemnify City within thirty (30) days for any tax, retirement contribution, social security, overtime payment, unemployment payment or workers' compensation payment which City may be required to make on behalf of Contractor or any agent, employee, or subcontractor of Contractor for work done under this Agreement. At the City's election, City may deduct the indemnification amount from any balance owing to Contractor. 7. 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 #05.06.08 8. OTHER CONTRACTORS The City reserves the right to employ other Contractors in connection with the Services. 9. 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 by any negligence, recklessness, or willful misconduct of the Contractor, any subcontractor, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable. The parties expressly agree that any payment, attorney's fee, costs or expense City incurs or makes to or on behalf of an injured employee under the City's self- administered workers' 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. 10. 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-:VN". OR with a surplus line insurer on the State of California's List of Eligible Surplus Line Insurers (LESLI) with a rating in the latest Best's Key Rating Guide of at least "A:X". 10.1 Coverages and Limits. Contractor will maintain the types of coverages and minimum limits indicated below, unless City Attorney or City Manager approves a lower amount. These minimum amounts of coverage will not constitute any limitations or cap on Contractor's indemnification obligations under this Agreement. City, its officers, agents and employees make no representation that the limits of the insurance specified to be carried by Contractor pursuant to this Agreement are adequate to protect Contractor. If Contractor believes that any required insurance coverage is inadequate, Contractor will obtain such additional insurance coverage, as Contractor deems adequate, at Contractor's sole expense. 10.1.1 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. City Attorney Approved Version #05.06.08 10.1.2 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. 10.1.3 Workers' Compensation and Employer's Liability. Workers' Compensation limits as required by the California Labor Code. Workers' Compensation will not be required if Contractor has no employees and provides, to City's satisfaction, a declaration stating this. 10.1.4 Professional Liability. Errors and omissions liability appropriate to Contractor's profession with limits of not less than $1,000,000 per claim. Coverage must be maintained for a period of five years following the date of completion of the work. 10.2. Additional Provisions. Contractor will ensure that the policies of insurance required under this Agreement contain, or are endorsed to contain, the following provisions: 10.2.1 The City will be named as an additional insured on General Liability. 10.2.2 Contractor will obtain occurrence coverage, excluding Professional Liability, which will be written as claims-made coverage. 10.2.3 This insurance will be in force during the life of the Agreement and any extensions of it and will not be canceled without thirty (30) days prior written notice to City sent by certified mail pursuant to the Notice provisions of this Agreement. 10.3 Providing Certificates of Insurance and Endorsements. Prior to City's execution of this Agreement, Contractor will furnish certificates of insurance and endorsements to City. 10.4 Failure to Maintain Coverage. If Contractor fails to maintain any of these insurance coverages, then City will have the option to declare Contractor in breach, or may purchase replacement insurance or pay the premiums that are due on existing policies in order to maintain the required coverages. Contractor is responsible for any payments made by City to obtain or maintain insurance and City may collect these payments from Contractor or deduct the amount paid from any sums due Contractor under this Agreement. 10.5 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. 11. 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. City Attorney Approved Version #05.06.08 12. 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. 13. OWNERSHIP OF DOCUMENTS All work product produced by Contractor or its agents, employees, and subcontractors pursuant to this Agreement is the property of City. In the event this Agreement is terminated, all work product produced by Contractor or its agents, employees and subcontractors pursuant to this Agreement will be delivered at once to City. Contractor will have the right to make one (1) copy of the work product for Contractor's records. 14. 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. 15. 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 City: Name KEN BURTECH Title PUBLIC WORKS SUPERVISOR Department WASTEWATER City of Carlsbad Address 5950 EL CAMINO REAL Phone No. (760) 438-2722 For Contractor: Name BRIAN LATHREM Title PRODUCT SUPPORT REPRESENTATIVE Address 8050 OTHELLO AVENUE SAN DIEGO, CA 92111 Phone No. 858-688-8315 Each party will notify the other immediately of any changes of address that would require any notice or delivery to be directed to another address. 16. 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, City Attorney Approved Version #05.06.08 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. 17. 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. 18. DISCRIMINATION AND HARASSMENT PROHIBITED Contractor will comply with all applicable local, state and federal laws and regulations prohibiting discrimination and harassment. 19. DISPUTE RESOLUTION If a dispute should arise regarding the performance of the Services the following procedure will be used to resolve any questions of fact or interpretation not otherwise settled by agreement between the parties. Representatives of Contractor or City will reduce such questions, and their respective views, to writing. A copy of such documented dispute will be forwarded to both parties involved along with recommended methods of resolution, which would be of benefit to both parties. The representative receiving the letter will reply to the letter along with a recommended method of resolution within ten (10) business days. If the resolution thus obtained is unsatisfactory to the aggrieved party, a letter outlining the disputes will be forwarded to the City Manager. The City Manager will consider the facts and solutions recommended by each party and may then opt to direct a solution to the problem. In such cases, the action of the City Manager will be binding upon the parties involved, although nothing in this procedure will prohibit the parties from seeking remedies available to them at law. City Attorney Approved Version #05.06.08 20. 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. 21. 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. 22. CLAIMS AND LAWSUITS By signing this Agreement, Contractor agrees that any Agreement claim submitted to City must be asserted as part of the Agreement process as set forth in this Agreement and not in anticipation of litigation or in conjunction with litigation. Contractor acknowledges that if a false claim is submitted to City, it may be considered fraud and Contractor may be subject to criminal prosecution. Contractor acknowledges that California Government Code sections 12650 et seq.. the False Claims Act applies to this Agreement and, provides for civil penalties where a person knowingly submits a false claim to a public entity. These provisions include false claims made with deliberate ignorance of the false information or in reckless disregard of the truth or falsity of information. If City seeks to recover penalties pursuant to the False Claims Act, it is entitled to recover its litigation costs, including attorney's fees. Contractor acknowledges that the filing of a false claim may subject Contractor to an administrative debarment proceeding as the result of which Contractor may be prevented to act as a Contractor on any public work or improvement for a period of up to five (5) years. Contractor City Attorney Approved Version #05.06.08 acknowledges debarment by another jurisdiction is grounds for City to terminate this Agreement. 23. JURISDICTIONS 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. 24. 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. 25. ENTIRE AGREEMENT This Agreement, together with any other written document referred to or contemplated by it, along with the purchase order for this Agreement and its provisions, embody the entire Agreement and understanding between the parties relating to the subject matter of it. In case of conflict, the terms of the Agreement supersede the purchase order. Neither this Agreement nor any of its provisions may be amended, modified, waived or discharged except in a writing signed by both parties. City Attorney Approved Version #05.06.08 8 26. 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. CONT :HINERY co. CITY OF CARLSBAD, a municipal corpjefrltion of theState of California "By: (sign here) STEVE WITTMAN, V.P., GENERAL COUNSEL ATTEST: ity Manager or Mayor- (print name/title) swittmantjjhawthornecat. com (e-mail address) 'By:V LORRAINE' City Clerk tsign here) BRIAN VERHOEVEN, C.F.O. (print name/title) bverhoeven@hawthornecat.com (e-mail address) If required by City, proper notarial acknowledgment of execution by 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 City Attorney City Attorney Approved Version #05.06.08 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of _ On /'-/<before me, Date personally appeared ore?t/g 6- Here Insert Name Snd Title of the Officer Name(s) of Signer(s) UJELODY'L" HARRIS t 1786206 I San Dl«0o County J who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is^Cre^ubscribed to the within instrument and acknowledged to me that he/she/fney^executed the same inhjs/her/their authorized capacity(ies), and that by his/hei^hejj^signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Place Notary Seal Above Signature. OPTIONAL - Signature of Notary Public Though the information below /'s not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date:Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: D Individual D Corporate Officer — Title(s): D Partner — LJ Limited D General D Attorney in Fact D Trustee D Guardian or Conservator LJ Other: RIGHT THUMBPRINT OF SIGNER Top of thumb here Signer Is Representing:. Signer's Name: D Individual D Corporate Officer — Title(s): D Partner — D Limited D General n Attorney in Fact D Trustee D Guardian or Conservator D Other: RIGHT THUMBPRINT OF SIGNER Top of thumb here Signer Is Representing:. © 2007 National Notary Association • 9350 De Soto Ave., P.O. Box 2402 • Chatsworth, CA 91313-2402 • www.NationalNotary.org Item #5907 Reorder: Call Toll-Free 1 -800-876-6827 Hawthorne Power Systems 16945 Camino San Bernardo San Diego, CA 92127 858.974.6874 tel. 858.503.6606 fax City of Carlsbad September 23, 2009 Attn: KenBurtech (760)602-2400 5950 El Camino Real Quote*: BL9-635 Carlsbad, CA 92008 Page #: 1 of 2 PROPOSAL DESCRIPTION Quarterly Maintenance of 9 generator sets scattered throughout Carlsbad. Generator sites are as follows: (1) Canon Lift Station: 2279 Canon Rd. Kohler: SN: 2042544 KW360 (2) Chinquapin Lift Station : 4200 Carlsbad Blvd. Olympian: SN: FABL000249 (3) Home Plant Lift Station: 2359 Carlsbad Blvd: Kohler SN: 293438 KW60 (4) Foxes Lift Station: 4155 Harrison St: Kohler SN: 380360 KW135 (5) Sand Shell Lift Station: 613 Sand Shell: Kohler SN: 0740908 KW 20 (6) Tamarack Lift Station: 3086 Tamarack: Kohler SN: 44138237 KW 80 (7) Poinsettia Lift Station: 2425 Poinsettia : CAT SN: 8DR00988 KW 300 (8) Batiquitos Lift Station: 7382 Gabbiano Ln: Olympian 5YF02862 KW150 (9) Knotts Lift Station: Carlsbad: GeneracSN: 2045067. KW20 Pricing for all units is a follows: Quarterly Service: $ 6,120.00 Service Type 1&3/lncludes visual inspection of ATS Annual Oil Change: $ 3,800.00 Service Type 2 (1 hour load bank test): $ 3,600.00 Service Type 5 Service types have been attached for your review. Customers of Hawthorne Power Systems are entitled to 50% off single shift rates from our rental department if repair is being performed by Hawthorne Power Systems Service Department. (Rentals are based on availability) Hawthorne Power Systems 16945 Camino San Bernardo San Diego, CA 92127 858.974.6874 tel. 858.503.6606 fax Page#: 2 of 2 TERMS AND CONDITIONS Pricing: Prices shown are firm for acceptance and are valid through December 31st, 2009 Taxes/Etc.: Prices quoted include freight charges, miscellaneous hardware fees, environmental fees, sales and excise taxes. Warranty: Standard Hawthorne Power Systems (HPS) warranty for product support services will apply to quoted scope of work. Hawthorne Power Systems City of Carlsbad Public Works Brian Lathrem Product Support Representative P.O. #: (858) 503-6612 SERVICE TYPE I Visual and Operational Inspection It is recommended tha services included in this program be performed every 250 hours of operation or 3 months time, whichever comes first. This Service Program irovides the following: 1 . Check belt driv e adjustment and alignment. 2. Check engine ; upports and connections. 3. Check batterie; for proper fluid level and charge. 4. Check battery ;harger for proper operation. 5. Check engine gauges for proper operation and readings. 6. Check electriCc I connections and wiring. 7. Check generator voltage and frequency output. 8. Check engine governor controls and response. 9. Check for abnc rmal vibration or noises. 10. Take lube oil sample for analyzing by the atomic absorption spectrophotorr etry method. 1 1 . Check air clear er element and manifolds. 12. Check for oil, tjel or water leaks. A written report of defi ;iencies noted during the inspection, and the results of the oil sa nple test will be provided, along with the recommendations whei appropriate. Based on this information, customer may authorize work to be done on a "Time and Material" basis, at the then current applicable Hawthorne Power Systems Field Service Rates and all work will be performed per the policies and conditions stated on the enclosed Standard Hawthorne PC wer Systems Warranty. H/XW/THORIMEPOWER SYSTEMS EXHIBIT "A' www.hawthornepowersystems.com • 80( -872-4228 • 858-974-6812 • engcontracts@hps.cc SERVICE TYPE II LUBRICATION AND MAINTENANCE SERVICE EXHIBIT "A' It is recommended thai services provided by this program be per- formed every 250 hour; or every 12 months, whichever occurs first. This Service Program j rovides the following: 1. Start engine and check lubricating oil level and pressure, coolant level, condition, and temperature. 2. Take lube oil Sc mple for laboratory analysis. 3. Take fuel samp e for laboratory analysis. 4. Take coolant Sc mple for laboratory analysis. 5. Change engine lubricating oil and oil filters. 6. Change engine fuel filter. 7. Clean engine p imary fuel filter. 8. Change air dec ner element. 9. Start unit and < heck for leaks. 10. Lubricate fan drive pullers A written report of deficiencies noted during the inspection, and the results of the oil, fuel and coolant sample tests will be provided, along with the recomrm ndations when appropriate. All services are conduct 3d during normal technician hours of 7:30 am to 4:00 pm. Hawthorne 3ower Systems offers rental generator sets for an additional fee, an^1 are subject to availability. If the need arises, evening or weekend hoi rs will have supplemental charges, and will need to be approved by Hawthorne Power Systems Service Division. Based on this informal on, customer may authorize work to be done on a "Time and Materia" basis, at the then current applicable Hawthorne Power Systems Field Service Rates and all work will be performed per the policies and conditions stated on the enclosed Standard Hawthorne Pcwer Systems Warranty. HAWTHORIMEPOWER SYSTEMS www.hawthornepowersystems.com • 800 872-4228 • 858-974-6812 • engcontracts@hps.cc SERVICE TYPE GENERATOR SET RELIABILITYTEST It is recommended the t services included in this program be per- formed at quarterly intervals every 3 months. These services are designed to test the avinability of an generator set in case of com- mercial power failure. This Service Program provides the following: 1. Record lube cil level. 2. Record coolait level. 3. Record fuel le/el. 4. Simulate com nercial power failure. 5. Record start t me. 6. Record engin* and Generator gauge readings. 7. Check for uni sual noise or vibration. 8. Check circuit Breaker or transfer switch operation. 9. Record total run time. A written report of deficiencies noted during the inspection will be provided, along with trie recommendations when appropriate. Based on this information, Owner may authorize work to be done on a "Time and Material" basis, at the then current applicable Hawthorne Power Systems Field .Service Rates and all work will be performed per the policies and conditions stated on the enclosed Standard Hawthorne Power Systems Warranty. EXHIBIT "A' HAWTHORIMEPOWER SYSTEMS www.hawthornepowersystems.com • 810-872-4228 • 858-974-6812 • engcontracts@hps.cc SERVICE TYPE X COOLING SYSTEM PREVENTATTVE MAINTENANCE It is recommended that services included in this program be performed every 3 years. These services are designed to keep the generator sets cooling system in optimum working condition. This Service Program provides the following: 1. Drain and flush the cooling system once. 2. Replace all coolant hoses, including block heater hoses. 3. Replace engine thermostats and radiator cap. 4. Replace all fan belts. 5. Refill with recommended Caterpillar coolant. 6. Run unit with building load or load bank to check for proper cooling operation. 7. Record total run time and operating temperature. 8. Disposal of all parts and fluids per EPA standards. All services are conducted during normal technician hours of 7:30 am to 4:00 pm. Hawthorne Power Systems offers rental generator sets for an additional fee, and are subject to availability. If the need arises, evening or weekend hours will have supplemental charges, and will need to be approved by Hawthorne Power Systems Service Division. Based on this information, Owner may authorize work to be done on a "Time and Material" basis, at the then current applicable Hawthorne Power Systems Field Service Rates and all work will be performed per the policies and conditions stated on the enclosed Standard Hawthorne Power Systems Warranty. SCOPE OF WORK EXHIBIT "A" HAWTHORNE Hawthorne Power Systems www.hawthornecat.com 800-872-4228 858-974-6874