Loading...
HomeMy WebLinkAboutMitsubishi Electric Power Products Inc d.b.a. Computer Protection Technology; 2022-10-31; PWM23-2004FACDocuSign Envelope ID: 645AE2EB-6C5E-4603-845E-7EFE6D6881 DD RECORDED REQUESTED BY CITY OF CARLSBAD AND WHEN RECORDED PLEASE MAIL TO: City Clerk City of Carlsbad 1200 Carlsbad Village Drive Carlsbad, California 92008 DOC# 2022-0461217 111111111111 lllll 111111111111111 lllll lllll lllll 11111111111111111111111 Dec 07, 2022 02:22 PM OFFICIAL RECORDS Ernest J. Dronenburg Jr SAN DIEGO COUNTY RECORDER FEES $0.00 (SB2 Atkins: $0.00) PAGES 1 Space above this line for Recorder's use. PARCEL NO: 212-130-31-00 NOTICE OF COMPLETION Notice is hereby given t hat: 1. The undersigned is owner of the interest or estate stated below in the property hereinafter described. 2. The full names of the undersigned are Ci ty of Carlsbad, a municipal corporation. 3. The full address of the undersigned is 1200 Carlsbad Village Drive, Carlsbad, California 92008. 4. The nature of the title of the undersigned is: In fee. 5. A work or improvement on the property hereinafter described was completed on Nov. 10, 2022. 6. The name of the contractor for such work or improvement is Mitsubishi Electric Power Products, Inc. d.b.a Computer Protection Technology 7. The property on which said work or improvement was completed is in t he City of Carlsbad, County of San Diego, St ate of California, and is described as follows: Project No. PWM23-2004FAC, Project Name: Faraday Telcomm Room UPS Battery Replacement. · 8. The street address of said property is 1635 Faraday Ave., Carlsbad, CA 92008, in the City of Carlsbad. CITY OF CAR~AD Y>i?!:~L- Geoff Patnoe, Assistant City Manager VERIFICATION OF CITY CLERK I, t he undersigned, say: I am the City Clerk of the City of Carlsbad, 1200 Carlsbad Village Drive, Carlsbad, Ca lifornia, 92008; the City Manager of said City on N,o \J , '2.q , 20_2l:, accepted the above described work as completed and ordered that a Notice of Completion be fi led. I declare under penalty of perjury t hat the foregoing is true and correct. Execut ed on Nov . 1..q , 202-Z at Carlsbad, California. CITY OF CARLSBAD Out£ KAYLIN MCCAULEY Deputy City Clerk Q:\Public Works\General Services\Agreements & Contracts\Computer Protection Technology\Faraday Telcomm Room UPS Battery Replacement • PWM23- 2004FAC\4. NOC\2.NOC . Faraday Telcomm Room UPS Battery Replacement -PWM23-2004FAC.docx DocuSign Envelope ID: 645AE2EB-6C5E-4603-845E-7EFE6D6881 DD CITY OF CARLSBAD ACCEPTANCE OF PUBLIC IMPROVEMENTS COMPLETION OF PUBLIC IMPROVEMENTS Mitsubishi Electric Power Products, Inc. d.b.a Computer Protection Technology has completed the contract work requ ired for PWM23-2004FAC -Faraday Telcomm Room UPS Battery Replacement. City forces have inspected the work and found it to be satisfactory. The work consisted of: IMPROVEMENTS Faraday Telcomm Room UPS Battery Replacement VALUE $9,517.98 CERTIFICATION OF COMPLETION OF IMPROVEMENTS 11/29/2022 John Maashoff, Public Works Manager Date CITY MANAGER'S ACCEPTANCE OF PUBLIC IMPROVEMENTS The construction of the above described contract is deemed complete and hereby accepted. The City Clerk is hereby authorized to record the Notice of Completion and release the bonds in accordance with State Law and City Ordinances. The City of Carlsbad is hereby directed to commence maintaining the above described improvements. Geoff Patnoe, Assistant City Manager Date APPROVED AS TO FORM : CINDIE K. McMAHON, City Attorney (jv..,Jit, k ~v.., By: ____________ _ Assistant City Attorney Q:\Public Works\General Services\Agreements & Contracts\Computer Protection Technology\Faraday Telcomm Room UPS Battery Replacement -PWM23-2004FAC\4. NOC\3.API -Faraday Telcomm Room UPS Battery Replacement -PWM23-2004FAC.docx PWM23-2004FAC Faraday Telcomm Room UPS Battery Replacement Page 1 of 11 City Attorney Approved 8/2/2022 CITY OF CARLSBAD MINOR PUBLIC WORKS CONTRACT FARADAY TELCOMM ROOM UPS BATTERY REPLACEMENT This agreement is made on the ______________ day of _________________________, 2022, by the City of Carlsbad, California, a municipal corporation, (hereinafter called "City"), and Mitsubishi Electric Power Products, Inc., a Delaware corporation, d.b.a. Computer Protection Technology, whose principal place of business is 1215 Pacific Oaks Place, Suite 106, Escondido, California 92029 (hereinafter called "Contractor"). City and Contractor agree as follows: DESCRIPTION OF WORK. Contractor shall perform all work specified in the Contract documents for the project described by these Contract Documents (hereinafter called "Project"). PROVISIONS OF LABOR AND MATERIALS. Contractor shall provide all labor, materials, tools, equipment, and personnel to perform the work specified by the Contract Documents unless excepted elsewhere in this Contract. CONTRACT DOCUMENTS. The Contract Documents consist of this Contract, exhibits to this Contract, Contractor's Proposal, the Plans and Specifications, the General Provisions, addendum(s) to said Plans and Specifications, and all proper amendments and changes made thereto in accordance with this Contract or the Plans and Specifications, all of which are incorporated herein by this reference. When in conflict, this Contract will supersede terms and conditions in the Contractor’s proposal. LABOR. Contractor will employ only skilled workers and abide by all State laws and City of Carlsbad Ordinances governing labor. GUARANTEE. Contractor guarantees all labor and materials furnished and agrees to complete the Project in accordance with directions and subject to inspection approval and acceptance by Lauren Milliken (City Project Manager). PAYMENT. The City shall withhold retention as required by Public Contract Code Section 9203. WAGE RATES. The general prevailing rate of wages for each craft or type of worker needed to 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. Contractor 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. Contractor shall be responsible for insuring compliance with provisions of section 1777.5 of the Labor Code and section 4100 et seq. of the Public Contracts Code, "Subletting and Subcontracting Fair Practices Act." The City Engineer is the City's "duly authorized officer" for the purposes of section 4107 and 4107.5. The provisions of Part 7, Chapter 1, of the Labor Code commencing with section 1720 shall apply to the Contract for work. DocuSign Envelope ID: F8D13AFC-08FA-4663-8864-1C6CD4F54D3D October31st PWM23-2004FAC Faraday Telcomm Room UPS Battery Replacement Page 2 of 11 City Attorney Approved 8/2/2022 A contractor or subcontractor shall not be qualified to bid on, be listed in a bid proposal, subject to the requirements of Section 4104 of the Public Contract Code, or engage in the performance of any contract for public work, unless currently registered and qualified to perform public work pursuant to Section 1725.5. This project is subject to compliance monitoring and enforcement by the Department of Industrial Relations. Contractor and any subcontractors shall comply with Section 1776 of the California Labor Code, which generally requires keeping accurate payroll records, verifying and certifying payroll records, and making them available for inspection. Contractor shall require any subcontractors to comply with Section 1776. FALSE CLAIMS. Contractor hereby agrees that any contract claim submitted to the City must be asserted as part of the contract process as set forth in this agreement and not in anticipation of litigation or in conjunction with litigation. Contractor acknowledges that California Government Code sections 12650 et seq., the False Claims Act, 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 the information. The provisions of Carlsbad Municipal Code sections 3.32.025, 3.32.026, 3.32.027 and 3.32.028 pertaining to false claims are incorporated herein by reference. Contractor hereby acknowledges that the filing of a false claim may subject the Contractor to an administrative debarment proceeding wherein the contractor may be prevented from further bidding on public contracts for a period of up to five (5) years and that debarment by another jurisdiction is grounds for the City of Carlsbad to disqualify the Contractor or subcontractor from participating in contract bidding. Signature: ___________________________________ Print Name: ___________Michael Murphy ___________ REQUIRED INSURANCE. The successful contractor shall provide to the City of Carlsbad, a Certification of Commercial General Liability and Property Damage Insurance and a Certificate of Workers’ Compensation Insurance indicating coverage in a form approved by the California Insurance Commission. The certificates shall indicate coverage during the period of the contract and must be furnished to the City prior to the start of work. The minimum limits of liability insurance are to be placed with California admitted insurers that have a current Best's Key Rating of not less than "A-:VII"; OR with a surplus line insurer on the State of California’s List of Approved Surplus Line Insurers (LASLI) with a rating in the latest Best’s Key Rating Guide of at least “A:X”; OR an alien non-admitted insurer listed by the National Association of Insurance Commissioners (NAIC) latest quarterly listings report. Commercial General Liability Insurance of Injuries including accidental death, to any one person in an amount not less than……..$1,000,000 Subject to the same limit for each person on account of one accident in an amount not less than ….…$1,000,000 Property damage insurance in an amount of not less than……..$1,000,000 DocuSign Envelope ID: F8D13AFC-08FA-4663-8864-1C6CD4F54D3D E. t l PWM23-2004FAC Faraday Telcomm Room UPS Battery Replacement Page 3 of 11 City Attorney Approved 8/2/2022 Automobile Liability Insurance in the amount of $1,000,000 combined single limit per accident for bodily injury and property damage. In addition, the auto policy 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 automobile insurance certificate must state the coverage is for “any auto” and cannot be limited in any manner. The above policies shall have non-cancellation clauses providing that 30 days written notice shall be given to the City prior to such cancellation. The policies shall name the City of Carlsbad as an additional insured. The full limits available to the named insured shall also be available and applicable to the City as an additional insured. 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. BUSINESS LICENSE. The Contractor and all subcontractors are required to have and maintain a valid City of Carlsbad Business License for the duration of the contract. INDEMNITY. The Contractor shall assume the defense of, pay all expenses of defense, and indemnify and hold harmless the City, and its officers and employees, from all claims, loss, damage, injury and liability of every kind, nature and description, directly or indirectly arising from or in connection with the performance of the Contract or work; or from any failure or alleged failure of Contractor to comply with any applicable law, rules or regulations including those related to safety and health; and from any and all claims, loss, damages, injury and liability, howsoever the same may be caused, resulting directly or indirectly from the nature of the work covered by the Contract, except for loss or damage caused by the sole or active negligence or willful misconduct of the City. The expenses of defense include all costs and expenses including attorneys’ fees for litigation, arbitration, or other dispute resolution method. JURISDICTION. The Contractor agrees and hereby stipulates that the proper venue and jurisdiction for resolution of any disputes between the parties arising out of this agreement is San Diego County, California. Start Work: Contractor agrees to start within thirty (30) working days after receipt of Notice to Proceed. Completion: Contractor agrees to complete work within sixty (60) working days after receipt of Notice to Proceed. /// /// /// /// /// /// DocuSign Envelope ID: F8D13AFC-08FA-4663-8864-1C6CD4F54D3D PWM23-2004FAC Faraday Telcomm Room UPS Battery Replacement Page 4 of 11 City Attorney Approved 8/2/2022 CONTRACTOR’S INFORMATION. Mitsubishi Electric Power Products, Inc. d.b.a Computer Protection Technology 1215 Pacific Oaks Place, Suite 106 (name of Contractor) 901713 (street address) Escondido, CA 92029 (Contractor’s license number) A, C10, C45 / 8/31/2023 (city/state/zip) 760-745-8562 (license class. and exp. date) 1000978196 / 6/30/2025 (telephone no.) John.Hilton@meppi.com (DIR registration number and exp. date) (e-mail address) AUTHORITY. The individuals executing this Agreement and the instruments referenced in it on behalf of Contractor each represent and warrant that they have the legal power, right and actual authority to bind Contractor to the terms and conditions of this Agreement. CONTRACTOR MITSUBISHI ELECTRIC POWER PRODUCTS, INC., a Delaware corporation, d.b.a. Computer Protection Technology CITY OF CARLSBAD, a municipal corporation of the State of California By: By: (sign here) Michael Murphy, Founder/Managing Director Paz Gomez, Deputy City Manager, Public Works, as authorized by the City Manager (print name/title) By: (sign here) (print name/title) If required by City, proper notarial acknowledgment of execution by Contractor must be attached. If a corporation, Agreement must be signed by one corporate officer from each of the following two groups: Group A Group B Chairman, President, or Vice-President 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: CINDIE K. McMAHON BY: _____________________________ City Attorney DocuSign Envelope ID: F8D13AFC-08FA-4663-8864-1C6CD4F54D3D PWM23-2004FAC Faraday Telcomm Room UPS Battery Replacement Page 5 of 11 City Attorney Approved 8/2/2022 EXHIBIT A LISTING OF SUBCONTRACTORS BY GENERAL CONTRACTOR Set forth below is the full name and location of the place of business of each subcontractor whom the Contractor proposes to subcontract portions of the Project in excess of one-half of one percent of the total bid, and the portion of the Project which will be done by each subcontractor for each subcontract. NOTE: The Contractor understands that if it fails to specify a subcontractor for any portion of the Project to be performed under the contract in excess of one-half of one percent of the bid, the contractor shall be deemed to have agreed to perform such portion, and that the Contractor shall not be permitted to sublet or subcontract that portion of the work, except in cases of public emergency or necessity, and then only after a finding, reduced in writing as a public record of the Awarding Authority, setting forth the facts constituting the emergency or necessity in accordance with the provisions of the Subletting and Subcontracting Fair Practices Act (Section 4100 et seq. of the California Public Contract Code). If no subcontractors are to be employed on the project, enter the word "NONE." SUBCONTRACTORS Type of Work to be Subcontracted Business Name and Address DIR Registration No. License No., Classification & Expiration Date % of Total Contract Total % Subcontracted: _______________ The Contractor must perform no less than 50% of the work with its own forces. DocuSign Envelope ID: F8D13AFC-08FA-4663-8864-1C6CD4F54D3D NONE NONENONE NONE NONENONE PWM23-2004FAC Faraday Telcomm Room UPS Battery Replacement Page 6 of 11 City Attorney Approved 8/2/2022 EXHIBIT B Faraday Telcomm Room UPS Battery Replacement Contractor to provide all materials, tools and labor necessary to remove, dispose and replace UPS batteries located in the Telcomm room on the first floor of the Faraday Center located at 1635 Faraday Ave, Carlsbad, CA 92008. All work and materials to be consistent with the Contractor’s proposal dated September 1, 2022. The scope of work shall consist of: JOB QUOTATION ITEM NO. UNIT QTY DESCRIPTION PRICE 1 EA 40 Replacement Battery for Mitsubsihi UPS UPS12-210MR $7,831.20 2 EA 4 Replacement Battery 7 AMP power 250 tab $102.48 3 LS 1 Freight forwarded from CPT $231.50 4 LS 1 Removal and disposal of old batteries. Install new batteries $720.00 TAX $632.80 TOTAL* $9,517.98 *Includes taxes, fees, expenses and all other costs. DocuSign Envelope ID: F8D13AFC-08FA-4663-8864-1C6CD4F54D3D PWM23-2004FAC Faraday Telcomm Room UPS Battery Replacement Page 7 of 11 EXHIBIT C DocuSign Envelope ID: F8D13AFC-08FA-4663-8864-1C6CD4F54D3D .... Valve Regulated Lead Acid Battety Designed for UPS Standby Power Applications. APPLICATIONS Data Centers Network Operations Centers Industrial Process Control Facilities Internet Housing Sites Semiconductm Manufacturing BankS & FriarK:ial MarMl:s Power Generation Plants Hospitals & Testing Laboratories Emergency 911 Res,poose Centers TECHNICAL DATA AH Model -~·-· 20 h:,.. UPS12-tOOMR 12 26.0 UPS12-t50MR 12 34.6 UPS12-210MR 12 53.8 UPS12..JOOMR 12 78.6 UPS12-350MR 12 93.2 UPSt 2-400Mft 12 103 UPS12.t90MRLP 12 115 UPS12-490MR 12 141 UPS12•5.40MR 12 149 UPS6-620MR 6 199 • NomNI 20hr nlle to l.75 VPC rlAA'~l-blrs. FEATURES & BENEFITS 10 year design fife @ 25'C Absorbent Glass Mat (AGM) technology fOf' efficient gas recombination of up to 99% and freedom from electrolyte maintenance. 3 Year Warranty (refer Dynasty warranty card, 41-0027) Patented Long life Alloy having the lowest caki:um levels in the industry + minimizing grid growth. reducing gassing, and extending battery life. Patented UL Recognized f lame• arresting vents in each eel for safety and long life. Designed wilh the same recombination, thermal runaway prevention. gassing and flame 1etardant diaracleristics of the Bellcore 4228 compliant Dynasty Telecom produc1s. Flame relafdant po!ypropylene case and cover compliant wi'th UL94~ V2 Proprietary Fixed Ofifice Plate Pasting technology applying active materiars on both sides of the grid for consistent oeU-to-oeH performance. higher capacity and uniform grid protection. ThennaUy welded case-to-covet bood to et.inw'late leakage. Can be operated in any orientation. Uptight. side ot end mounting recommended. Nol restricted for air transport • Complies with IATA/ICAO Special ProvisionsA67. Not restricted for surface ttan.spon • Classified as non-hazardous material as ra!ted to OOT-CFR Tille 49 parts 171-189. Not restricted for water transport • Classified as non-hazardous materia1 per lMDG Amendment 27. Constant Power 01:SCharae RatlntK • Watts ~r CeU ft n •F t25"'F1 Or eratl.no Time tin minutes I to 1.67 Volts oer Cell Wei hi 5 10 15 20 30 .. 50 60 90 , .. kn 172 117 90.9 75.4 57.2 46.5 39.3 34.1 24.6 21.0 10.0 290 193 148 120 83.9 71.1 59.4 51.1 36.1 27.3 12.4 373 261 206 169 127 102 85.1 73.3 51.9 40.0 18.0 546 385 300 245 183 147 123 106 75.0 58A 26.5 619 ... 350 289 216 173 144 123 85.9 61A 30.5 716 506 400 328 244 195 162 139 97.2 75.8 34.4 112 00'/ 488 402 300 240 201 173 122 83.0 38.0 771 593 488 411 317 258 218 189 135 100.0 45.0 875 657 537 451 343 211 231 198 139 100.0 45.0 93a 747 620 530 410 335 283 245 174 72.0 33.0 PWM23-2004FAC Faraday Telcomm Room UPS Battery Replacement Page 8 of 11 EXHIBIT C (Continued) DocuSign Envelope ID: F8D13AFC-08FA-4663-8864-1C6CD4F54D3D SPECIFICATIONS Operating Temperature Ranr wrth temnarature compensa ku Oisdlarge: -40"F J-40'C} to <t160'F f..71'C) Charr1e: ·lO'F f. 'CHo-+140'F t60 Cl Nominal Ooerating Temperature Range +74"F l23"C\ to +BO'F f27'Cl Recommended Maximum Charging Current Limit C/5 amperes@ 20hr rate Float Charaina Vottaoe 13.65 ± 0.15 voe avecaoe oer 12V uni1 {6.75 to 6.90 oer 6V JniU Maximum AC Ripple {Charger) 0.5% RMS or 1.5% P.P of float cha~ volta{: recommendec for best fe'Slfts. Max voltaoe aOowed = 1.4% RMS t~ p.p\ · ax et.wtent alowed = C/20 Self Oi'scharge Battery can be stored up to 6 months al 77°F (25"C) before a freshening charge is =ed. Batteries stoced at temperatures greater than 7r-F (2S'Ct wiH require ~ soooer than batteries stewed at lower temperatures. See &D broct...re 41•7 Self•Discha,.._ and Invent~ ContcOI for details. Equalize charge and cvcle service voltaoa 14.40 to 14.80 voe ewrage per 12V unit@ 77'F (2S"C) (7.3:> to 7.40 VDC per 6V unit.) Terminal: fl.ao 0.22 in. clearance hole to ac:ceot 0.1875 in. Of 10-32 bolt ,...,S12·100MR\ Terminal: Inserted Threaded copper alloy insert terminal to accept 10-32 UNF bolt (UPS12·150MR, UPS12·210MR) ¼•20 UNC boll (UPS12..JOOMR, UPS12+350MR, \PS12..aoot.1R. UPSt249Cf.iRLP, UPS12..i90MR. UPSt2-64Ct-tR. I.F'S6-62CMRl Terminal Hardware Annual Ret~rque 32 inAbs (3.48 N.m) (UPS12·100MR) Terminal Hardware Initial Torque: 40 in.•lbs. ts tkn) (UPS12-100MR) Inserted Terminal 30 in..lbs. 3.4 N-m) (UPS12·150MR, UPS12·210MR) 110 in.--lbs. (12.4 N-m) {UPS12·300MR, UPS12-350MR, UPS12-400MR, UPS12•490MRLP, UPS12-490MR, UPS12·540MR, UPS6-620MR) DIMENSIONS 8.lollft')'~ ,,..,..,,,_ IIIP<H .. 1~-.,.,..,.,,nwa IIP<;l),VWWIII ♦ -_,_ D r ~lf jJ~ !~~ .. --····-. ♦ -. ·~ . ~~ ;;r-g ;lE, 1--•--l 1--1 @~ _, ·- A • C D ' f l#'SU,l'SOtMt UP$1 ~,tQClWWPSI 1-490MRI.P UPilUOOMR.IJPSIJ.5-WII ....... "'"' Ul'SU IOOMII ,,. "" "' MIJ . ., ... """ (163.7) (Ill.» !118.8} 1161.JJ cm.» l#SU,ISOMit ,,. ,,. '" "' . ., ... (191.0 (191,4 (llL~ IU1.61 !l4S.JI cm.» t.FSU,llOMk •• ... ... "' , ... .. , :~•-·--~---:~---.,. ... ('llS,I> (139.J) lU4.IJ ,,..,, ...... ;~~--:!~ t.FSU,~ ,.,, 10.11 .., ... , ... ... ..... ...... (17lA) llS8.9J llOO.JJ ..,.. ♦ \#'SU,lSOMt , ... 11.9$ . ., ... , ... . .. -~~ ',, ..... ..,.,. (17l~ 1158.9) 1)01.tl ..... ... , ·E:, IJl'SU.«lOl,tg 11.<ll '"" . ., .... .... 85) .if'B t.FSU..4KMIIU' ..... Oll.1) (17l.1) 1156.oJ llll-ll .,...., '~ ,fie .. .. t.FSU..4~ .. .,, 111• .., "' 10,8-1 ,.., t.FSU,~ -· O>l ... (17l.1) 11$8~ ll1•Sl on.n ""'"""' "'" ll.$) . ., '" .., .... --()11.8> un.ot !113,(l 122•.oi (221.J> PWM23-2004FAC Faraday Telcomm Room UPS Battery Replacement Page 9 of 11 EXHIBIT C (Continued) DocuSign Envelope ID: F8D13AFC-08FA-4663-8864-1C6CD4F54D3D UPS12-210MR Con-stant Power Olsc.harae Ratloos -Watts Per Cell @77"F (25"C1 OD8ratin.o Time to End Point Voltar ~ lln mlnutesl End Point Votts/Cefl 5 10 15 20 30 40 45 50 1.75 341 243 193 162 123 99.0 90.3 83.0 1.70 366 253 200 166 125 100 91.1 83.6 1.67 373 261 206 169 127 102 92.6 85.1 1.65 378 262 205 170 128 102 93.3 85.7 1.60 ~ 265 207 172 129 103 94.0 86.3 Constant Power Dlscharoe Ratinos. Amoeres a 77'F f25'Cl 0 'W!oratlno Tl:me to End Point Voltaae tin hours\ Encl Point Votts/CeU 1 2 3 5 8 10 12 20 1.85 32.6 19.1 13.6 8.68 5.79 4.72 4.01 2-51 1.80 34.8 20.3 14.4 9.20 6.12 5.00 424 2-65 1.75 36.7 21.1 14.9 9.43 6.25 5.05 428 2.69 Note: Balll:nCS IObe mourlb:d wJti 0.5 In. (1.25 cm) Sp;1Ul9 mlnnun and free air ~IIOfl. Sp,e,cifbtions aq«! IOehiltlge.ttl'loul ll0IJficaoon. AboYe ratings do !IOI bdllde ll'llel\lrlll 00ITIKlOf dape drops. SPECIFICATIONS Model Cejls per Maximum Discharge Short Circuit Cwrart Unil Currunt (AMPSj (AMPS@ 0.1 ""C) UPS12•100MR 6 500 1750 UPS12.150MR 6 500 2500 UPS12•2IOMR 6 600 3000 UPS12·300MR 6 800 3600 UPS12•350MR 6 800 <200 UPS12-40UMR 6 800 5100 UP$12-400MR.P 6 800 6000 UPS12-490MR " Rm 5non UPS12-540MR 6 800 5000 UPS5-620MR 3 800 <350 60 90 71.5 50.6 71.8 50.4 73.3 51.9 73.8 52.1 74.2 52.3 24 72 2.12 0.73 2.23 0.76 2.27 o.n Ohms Impedance 60 H< (0) 0.0060 0.0060 0.0045 0.0040 0.0030 0.0025 0.0022 OO0?'.l 0.0023 0.0012 Addliol\c!I ptOOUCl details available on ow C&D Battery Siz:i~ Plogran at www.cctslandbypowe-r.net c.abi.iet s1ste-ms alSO a-1aila1:>Je. PWM23-2004FAC Faraday Telcomm Room UPS Battery Replacement Page 10 of 11 EXHIBIT C (Continued) DocuSign Envelope ID: F8D13AFC-08FA-4663-8864-1C6CD4F54D3D High Rate Max Part Number Manufacturer Approved Premium Replacement for: UPS12-100M.R UPS12-100FR UPS12-150M.R UPS12-140FR & MR12-150 UPS12-210MR UPS12-170FR UPS12-200FR & MR12-210 UPS12-300MR UPS12-270FR & MR12-300 UPS12-350MR UPS12-310FR & MR12-350 UPS12-400MR UPS12-370FR & MR12-400 UPS12-490MRLP UPS12-475FR, MR12-490 & UPS 12-490MR (Low ..,,.,fie iw,,h rate a""'lications) UPS12-490MR UPS12-475FR & MR12-490 (Extended run annlications) UPS12-540MR UPS12-530FR & MR12-540 UPS6-620MR UPS6-620FR c &n 'l(ECHNOI.OGIS, INC. kr,oal.~Ol~~~.et.t;,ctl0'"5Cfltf)'Q.O~lllc. -eoA --. ..... IIJCll~15~10eit-1tallcll:#edie...C&o t~lh:.a!idesno ~Nl'fflbyosdlirl,l~e,,;iess<$~"'11111j,11'610h:~Ol~cf ocllri:maonFuecJ,bee.lMh:p,:adfl}lul.reill'e'etlmaybtdtdlt'derCOlll:ler'l~lbo:r$d, C&0T~lh:.lit!etf}'~illW1111"11a,etrer~Ol~~N:ft'usornl, ~oltl.dl~)lor"'1Pl-~-0111...,tptCllc~01"'1jlflcm...,co.ntol QNf'QOW(ltdhllt.llltutr165dely~b~N:~de.tp,)!ld(,. ~1.red11t1-.lorueo~pw;ow.wd11user·s~~. ~20tOC&OTEON:lOGIES.N:. l'bUlllflUSA. 12.1029 I010ICD 1400 Union Meelilg Road P.O. Sox 3053 • Blue Bell. PA 19422-0858 (215) 619-2700 • Fax (215) 619--7899 • (800) 543-86l0 customersvc@c:dtechno.oom www.cdlechno.CCIITI PWM23-2004FAC Faraday Telcomm Room UPS Battery Replacement Page 11 of 11 EXHIBIT C (Continued) DocuSign Envelope ID: F8D13AFC-08FA-4663-8864-1C6CD4F54D3D SPECIFICATIONS Nominal Voltage (V} Nominal Capacily 20 hour rate ( 0.36A to 10.SOV ) 10 hour rate ( 0.684A to 10.SOV) 5 hour rate ( 1.224A to 10.20V) 1C (7.2Alo9.60V} 3C ( 21.6A lo 9.60V } Weight Internal Resistance (al 1KHz} Maximum Discharge Current lor 5 seconds : Operating Temperature Range Charge Discharge Storage 12V 7.2Ah 6.84Ah 6.12Ah 4.08Ah 2.88Ah Approx. 5.28Lbs. (2.4kg} 22mQ 108A • 15'C ( S'F ) to 40'C (104'F } • 15'C ( S'f ) to SO'C (122'f } • 15'C ( S'f } to 40'C (104'F } Charge Retention (shelf life} at 20'C ( 68'F} 1 month 92% 90% 80% 3 months 6 months Charging Methods at 25'C ( 77'F} Cycle Use : Charging Vohage 14.4 to I5.0V Standby Use : Case Material : Terminal: Coefficienl -5.0mv /'CI cell Maximum Charging Current: 2.16A Roat Charging Voltage 13.50 to 13.SOV Coefficient -3.0mv / 'C / cell ABS (Option : 94V·O Rame Retardant Case Material} f1 (Faston Tab 187) or F2 (Faston Tab 250) ES7-12 Maintenance-Free Rechargeable Seated Lead-Acid B.attery DIMENSIONS ~ ~ I,._,~;~, .. ., (FfftOf\ T• 187> ff!flUf.!O.CMJ 1-., .. . " •• ?. ~ i . II £= Discharge Time VS. Discharge Current (2-S'C) .,. -.-I ' r--.; ----...... ---\ \ \I ... \ .. . .__:·.l -·-·;l -· ····· .. u Discharge Time 1,000,000 04/01/2023 CLL6401563-12 X LOS-002591300-03 1,000,000 WC6401528-12 (LA) X 41238 Los Angeles, CA 90071 N X04/01/2022 04/01/2023 calvin.simon@marsh.com CA6401526-12 B 2,000,000 1,000,000 X Trans Pacific Insurance Co 1,000,000 X X 07/16/2022 MEPP 04/01/2022 Re: Battery change, 28971-CPT X 04/01/2022 P.O. Box 947 Murrieta, CA 92564 City of Carlsbad/CMWD The City of Carlsbad/CMWD is included as additional insured (except workers’ compensation) where required by written contract. APD Ded: $1,000 Comp/Coll A CN102519424-P/POL-GAUW-22-23 5,000 04/01/2023 1,000,000 A 2,000,000 10945 1,000,000 1,000,000 X WC6401527-12 (AOS) CA License #0437153 Marsh Risk & Insurance Services 633 W. Fifth Street, Suite 1200 Attn: Cheryl Baldwin 530 Keystone Drive Mitsubishi Electric Power Products, Inc. Warrendale, PA 15086-7537 04/01/2022 c/o EXIGIS Insurance Compliance Services A Calvin Simon 04/01/2023 213-346-5086 Tokio Marine America Insurance Company (TMAIC) DocuSign Envelope ID: F8D13AFC-08FA-4663-8864-1 C6CD4F54D3D ~ ACORD® CERTIFICATE OF LIABILITY INSURANCE I DATE (MMIDD/YYYY) ~ THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT NAME: wgN:o Extl: I FAX IA/C Nol: E•MAIL ADDRESS: INSURERISl AFFORDING COVERAGE NAIC# INSURER A : INSURED INSURERB: INSURERC: INSURERD: INSURERE : INSURERF: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR ADDL SUBR POLICYEFF POLICY EXP LTR TYPE OF INSURANCE '""'D WVD POLICY NUMBER IMMIDD/YYYYI IMMIDD/YYYYI LIMITS COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ ~ □ CLAIMS-MADE □ OCCUR DAMAGE TO RENTED PREMISES /Ea occurrence) $ ~ MED EXP (Any one person) $ PERSONAL & ADV INJURY $ ~ GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ Fl □PRO-D Loc PRODUCTS • COMP/OP AGG $ POLICY JECT OTHER: $ AUTOMOBILE LIABILITY fE~~~~d~~tf lNGLE LIMIT $ ~ ANY AUTO BODILY INJURY (Per person) $ ~ OWNED ~ SCHEDULED BODILY INJURY (Per accident) $ ~ AUTOS ONLY ~ AUTOS HIRED NON-OWNED PROPERTY DAMAGE $ AUTOS ONLY AUTOS ONLY /Per accident) ~ ~ $ UMBRELLA LIAB H OCCUR EACH OCCURRENCE $ ~ EXCESSLIAB CLAIMS-MADE AGGREGATE $ OED I I RETENTION $ $ WORKERS COMPENSATION I PER I I OTH• AND EMPLOYERS' LIABILITY STATUTE ER Y/N ANYPROPRIETOR/PARTNER/EXECUTIVE □ N/A E.L. EACH ACCIDENT $ OFFICER/MEMBER EXCLUDED? (Mandatory in NH) E.L. DISEASE • EA EMPLOYEE $ If yes, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE • POLICY LIMIT $ DESCRIPTION OF OPERATIONS/ LOCATIONS/ VEHICLES (ACORD 101, Addltlonal Remarks Schedule, may be attached If more space Is required) CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE I 11tMa4 ~~ & 1~ Se!Uli«4 © 1988-2016 ACORD CORPORATION. All rights reserved. ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD Computer Protection Technology Escondido, CA 92029 1215 Pacific Oaks Place, Ste. 106 Marsh Risk & Insurance Services 530 Keystone Drive Mitsubishi Electric Power Products, Inc. Warrendale, PA 15086-7537 DocuSign Envelope ID: F8D13AFC-08FA-4663-8864-1 C6CD4F54D3D AGENCY CUSTOMER ID: CN 102519424 ------------------LO C #: Los Angeles ADDITIONAL REMARKS SCHEDULE Page 2 of 2 AGENCY NAMED INSURED POLICY NUMBER CARRIER I NAICCODE EFFECTIVE DATE: ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: 25 FORM TITLE: Certificate of Liability Insurance ACORD 101 (2008/01) © 2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD DocuSign Envelope ID: F8D13AFC-08FA-4663-8864-1C6CD4F54D3D POLICY NUMBER: CLL6401563-12 COMMERCIAL GENERAL LIABILITY CG 20 10 0413 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED -OWNERS, LESSEES OR CONTRACTORS -SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s) Location(s) Of Covered Operations ANY PERSON OR ORGANIZATION WHOM YOU HAVE ALL LOCATIONS WHERE YOU PERFORM WORK FOR AGREED TO INCLUDE SUCH ADDITIONAL AS AN ADDITIONAL INSURED UNDER A WRITTEN INSURED PURSUANT TO ANY SUCH WRITTEN CONTRACT, PROVIDED CONTRACT. SUCH CONTRACT WAS EXECUTED PRIOR TO THE DA TE OF LOSS. Information required to complete th is Schedule, if not shown above, wi ll be shown in the Declarations. A. Section II -Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bod ily injury", "property damage" or "personal and advertising injury" caused , in whole or in part, by: 1. Your acts or omissions; or 2. The acts or omissions of those acting on your behalf; in the performance of your ongoing operations for the add itional insured(s) at the location(s) designated above. However: 1. The insurance afforded to such additional insured only applies to the extent permitted by law; and 2. If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. B. With respect to the insurance afforded to these additional insureds, the following additional exclusions apply: This insurance does not apply to "bodily injury" or "property damage" occurring after: 1. All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the location of the covered operations has been completed; or 2. That portion of "your work" out of wh ich the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. CG 20 10 0413 © Insurance Services Office, Inc., 2012 Page 1 of2 Producer Copy