Loading...
HomeMy WebLinkAboutGerry Green Inc; 2024-09-11; PSA25-3497UTILPSA25-3497UTIL City Attorney Approved Version 5/22/2024 Page 1 AGREEMENT FOR CHINQUAPIN LIFT STATION POWER/CONTROL PANEL DESIGN SERVICES GERRY GREEN INC. THIS AGREEMENT is made and entered into as of the ______________ day of _________________________, 2024, by and between the City of Carlsbad, California, a municipal corporation ("City") and Gerry Green, Inc., a California corporation ("Contractor"). RECITALS A. City requires the professional services of a consultant that is experienced in electrical engineering services. B. Contractor has the necessary experience in providing professional services and advice related to electrical engineering services. C. Contractor has submitted a proposal to City and has affirmed its willingness and ability to perform such work. NOW, THEREFORE, in consideration of these recitals and the mutual covenants contained herein, City and Contractor agree as follows: 1. SCOPE OF WORK City retains Contractor to perform, and Contractor agrees to render, those services (the "Services") that are defined in attached Exhibit "A", which is incorporated by this reference in accordance with this Agreement’s terms and conditions. 2. STANDARD OF PERFORMANCE While performing the Services, Contractor will exercise the reasonable professional care and skill customarily exercised by reputable members of Contractor's profession practicing in the Metropolitan Southern California area and will use reasonable diligence and best judgment while exercising its professional skill and expertise. 3. TERM The term of this Agreement will be effective for a period of two (2) year(s) from the date first above written. The City Manager may amend the Agreement to extend it for one (1) additional year or parts thereof. 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. 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 shall not exceed twenty-three thousand three hundred twenty dollars ($23,320). No other compensation for the Services will be allowed except for items covered by subsequent amendments to this Agreement. If the City elects to extend the Agreement, the original Agreement amount shall carry over into the next Agreement year. 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". Docusign Envelope ID: 21611875-80B4-4D11-8A7E-7C244410012A September 11th PSA25-3497UTIL City Attorney Approved Version 5/22/2024 Page 2 6. CONSTRUCTION MANAGEMENT SOFTWARE Procore Project Management and Collaboration System. This project may utilize the Owner’s Procore (www.procore.com) online project management and document control platform. The intent of utilizing Procore is to reduce cost and schedule risk, improve quality and safety, and maintain a healthy team dynamic by improving information flow, reducing non-productive activities, reducing rework and decreasing turnaround times. The Contractor is required to create a free web-based Procore user account(s) and utilize web-based training / tutorials (as needed) to become familiar with the system. Unless the Engineer approves otherwise, the Contractor shall process all project documents through Procore because this platform will be used to submit, track, distribute and collaborate on project. If unfamiliar or not otherwise trained with Procore, Contractor and applicable team members shall complete a free training certification course located at http://learn.procore.com/procore-certification- subcontractor. The Contractor is responsible for attaining their own Procore support, as needed, either through the online training or reaching out to the Procore support team. It will be the responsibility of the Contractor to regularly check Procore and review updated documents as they are added. There will be no cost to the Contractor for use of Procore. It is recommended that the Contractor provide mobile access for Windows, iOS located at https://apps.apple.com/us/app/procore-construction-management/id374930542 or Android devices located at https://play.google.com/store/apps/details?id=com.procore.activities with the Procore App installed to at least one on-site individual to provide real-time access to current posted drawings, specifications, RFIs, submittals, schedules, change orders, project documents, as well as any deficient observations or punch list items. Providing mobile access will improve communication, efficiency, and productivity for all parties. The use of Procore for project management does not relieve the contractor of any other requirements as may be specified in the contract documents. 7. STATUS OF CONTRACTOR Contractor will perform the Services in Contractor's own way as an independent contractor and in pursuit of Contractor's independent calling, and not as an employee of City. Contractor will be under control of City only as to the result to be accomplished but will consult with City as necessary. The persons used by Contractor to provide services under this Agreement will not be considered employees of City for any purposes. The payment made to Contractor pursuant to the Agreement will be the full and complete compensation to which Contractor is entitled. City will not make any federal or state tax withholdings on behalf of Contractor or its agents, employees or subcontractors. City will not be required to pay any workers' compensation insurance or unemployment contributions on behalf of Contractor or its employees or subcontractors. Contractor agrees to indemnify City within thirty (30) days for any tax, retirement contribution, social security, overtime payment, unemployment payment or workers' compensation payment which City may be required to make on behalf of Contractor or any agent, employee, or subcontractor of Contractor for work done under this Agreement. At the City’s election, City may deduct the indemnification amount from any balance owing to Contractor. 8. SUBCONTRACTING Contractor will not subcontract any portion of the Services without prior written approval of City. If Contractor subcontracts any of the Services, Contractor will be fully responsible to City for the acts and omissions of Contractor's subcontractor and of the persons either directly or indirectly employed by the subcontractor, as Contractor is for the acts and omissions of persons directly employed by Contractor. Nothing contained in this Agreement will create any contractual relationship between any subcontractor Docusign Envelope ID: 21611875-80B4-4D11-8A7E-7C244410012A PSA25-3497UTIL City Attorney Approved Version 5/22/2024 Page 3 of Contractor and City. Contractor will be responsible for payment of subcontractors. Contractor will bind every subcontractor and every subcontractor of a subcontractor by the terms of this Agreement applicable to Contractor's work unless specifically noted to the contrary in the subcontract and approved in writing by City. 9. OTHER CONTRACTORS The City reserves the right to employ other Contractors in connection with the Services. 10. INDEMNIFICATION Contractor agrees to defend (with counsel approved by the City), indemnify, and hold harmless the City and its officers, elected and appointed officials, employees and volunteers from and against all claims, damages, losses and expenses including attorney’s fees arising out of the performance of the work described herein caused by any negligence, recklessness, or willful misconduct of the Contractor, any subcontractor, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable. If Contractor’s obligation to defend, indemnify, and/or hold harmless arises out of Contractor’s performance as a “design professional” (as that term is defined under Civil Code section 2782.8), then, and only to the extent required by Civil Code Section 2782.8, which is fully incorporated herein, Contractor’s indemnification obligation shall be limited to claims that arise out of, pertain to, or relate to the negligence, recklessness, or willful misconduct of the Contractor, and, upon Contractor obtaining a final adjudication by a court of competent jurisdiction. Contractor’s liability for such claim, including the cost to defend, shall not exceed the Contractor’s proportionate percentage of fault. 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. 11. INSURANCE Contractor will obtain and maintain for the duration of the Agreement and any and all amendments, insurance against claims for injuries to persons or damage to property which may arise out of or in connection with performance of the services by Contractor or Contractor’s agents, representatives, employees or subcontractors. The insurance will be obtained from an insurance carrier admitted and authorized to do business in the State of California. The insurance carrier is required to have a current Best's Key Rating of not less than "A-:VII"; OR with a surplus line insurer on the State of California’s List of Approved Surplus Line Insurers (LASLI) with a rating in the latest Best’s Key Rating Guide of at least “A:X”; OR an alien non-admitted insurer listed by the National Association of Insurance Commissioners (NAIC) latest quarterly listings report. 11.1 Coverages and Limits. Contractor will maintain the types of coverages and minimum limits indicated below, unless Risk Manager or City Manager approves a lower amount. These minimum amounts of coverage will not constitute any limitations or cap on Contractor's indemnification obligations under this Agreement. City, its officers, agents and employees make no representation that the limits of the insurance specified to be carried by Contractor pursuant to this Agreement are adequate to protect Contractor. If Contractor believes that any required insurance coverage is inadequate, Contractor will obtain such additional insurance coverage, as Contractor deems adequate, at Contractor's sole expense. The full limits available to the named insured shall also be available and applicable to the City as an additional insured. Docusign Envelope ID: 21611875-80B4-4D11-8A7E-7C244410012A PSA25-3497UTIL City Attorney Approved Version 5/22/2024 Page 4 11.1.1 Commercial General Liability (CGL) Insurance. Insurance written on an “occurrence” basis, including personal & advertising injury, with limits no less than $2,000,000 per occurrence. If a general aggregate limit applies, either the general aggregate limit shall apply separately to this project/location or the general aggregate limit shall be twice the required occurrence limit. 11.1.2 Automobile Liability. (if the use of an automobile is involved for Contractor's work for City). $2,000,000 combined single-limit per accident for bodily injury and property damage. 11.1.3 Workers' Compensation and Employer's Liability. Workers' Compensation limits as required by the California Labor Code. Workers' Compensation will not be required if Contractor has no employees and provides, to City's satisfaction, a declaration stating this. 11.1.4 Professional Liability. Errors and omissions liability appropriate to Contractor’s profession with limits of not less than $1,000,000 per claim. Coverage must be maintained for a period of five years following the date of completion of the work. 11.2 Additional Provisions. Contractor will ensure that the policies of insurance required under this Agreement contain, or are endorsed to contain, the following provisions: 11.2.1 The City will be named as an additional insured on Commercial General Liability which shall provide primary coverage to the City. 11.2.2 Contractor will obtain occurrence coverage, excluding Professional Liability, which will be written as claims-made coverage. 11.2.3 If Contractor maintains higher limits than the minimums shown above, the City requires and will be entitled to coverage for the higher limits maintained by Contractor. Any available insurance proceeds in excess of the specified minimum limits of insurance and coverage will be available to the City. 11.2.4 This insurance will be in force during the life of the Agreement and any extensions of it and will not be canceled without thirty (30) days prior written notice to City sent by certified mail pursuant to the Notice provisions of this Agreement. 11.3 Providing Certificates of Insurance and Endorsements. Prior to City's execution of this Agreement, Contractor will furnish certificates of insurance and endorsements to City. 11.4 Failure to Maintain Coverage. If Contractor fails to maintain any of these insurance coverages, then City will have the option to declare Contractor in breach or may purchase replacement insurance or pay the premiums that are due on existing policies in order to maintain the required coverages. Contractor is responsible for any payments made by City to obtain or maintain insurance and City may collect these payments from Contractor or deduct the amount paid from any sums due Contractor under this Agreement. 11.5 Submission of Insurance Policies. City reserves the right to require, at any time, complete and certified copies of any or all required insurance policies and endorsements. 12. BUSINESS LICENSE Contractor will obtain and maintain a City of Carlsbad Business License for the term of the Agreement, as may be amended from time-to-time. Docusign Envelope ID: 21611875-80B4-4D11-8A7E-7C244410012A PSA25-3497UTIL City Attorney Approved Version 5/22/2024 Page 5 13. ACCOUNTING RECORDS Contractor will maintain complete and accurate records with respect to costs incurred under this Agreement. All records will be clearly identifiable. Contractor will allow a representative of City during normal business hours to examine, audit, and make transcripts or copies of records and any other documents created pursuant to this Agreement. Contractor will allow inspection of all work, data, documents, proceedings, and activities related to the Agreement for a period of four (4) years from the date of final payment under this Agreement. 14. OWNERSHIP OF DOCUMENTS All work product produced by Contractor or its agents, employees, and subcontractors pursuant to this Agreement is the property of City. In the event this Agreement is terminated, all work product produced by Contractor or its agents, employees and subcontractors pursuant to this Agreement will be delivered at once to City. Contractor will have the right to make one (1) copy of the work product for Contractor’s records. 15. COPYRIGHTS Contractor agrees that all copyrights that arise from the services will be vested in City and Contractor relinquishes all claims to the copyrights in favor of City. 16. NOTICES The name of the persons who are authorized to give written notice or to receive written notice on behalf of City and on behalf of Contractor under this Agreement are: For City For Contractor Name Neil Irani Name Gerry Green Title Utilities Associate Engineer Title Project Manager Department Public Works Address 2734 Loker Avenue West, Suite M City of Carlsbad Carlsbad, CA 92010 Address 5950 El Camino Real Phone No. 619-962-2356 Carlsbad, CA 92008 Email gerry@ggreeninc.com Phone No. 442-339-2305 Each party will notify the other immediately of any changes of address that would require any notice or delivery to be directed to another address. 17. CONFLICT OF INTEREST Contractor shall file a Conflict of Interest Statement with the City Clerk in accordance with the requirements of the City of Carlsbad Conflict of Interest Code. The Contractor shall report investments or interests as required in the City of Carlsbad Conflict of Interest Code. Yes ☐ No ☒ Docusign Envelope ID: 21611875-80B4-4D11-8A7E-7C244410012A PSA25-3497UTIL City Attorney Approved Version 5/22/2024 Page 6 18. GENERAL COMPLIANCE WITH LAWS Contractor will keep fully informed of federal, state and local laws and ordinances and regulations which in any manner affect those employed by Contractor, or in any way affect the performance of the Services by Contractor. Contractor will at all times observe and comply with these laws, ordinances, and regulations and will be responsible for the compliance of Contractor's services with all applicable laws, ordinances and regulations. Contractor will be aware of the requirements of the Immigration Reform and Control Act of 1986 and will comply with those requirements, including, but not limited to, verifying the eligibility for employment of all agents, employees, subcontractors and consultants whose services are required by this Agreement. 19. CALIFORNIA AIR RESOURCES BOARD (CARB) ADVANCED CLEAN FLEETS REGULATIONS Contractor’s vehicles with a gross vehicle weight rating greater than 8,500 lbs. and light-duty package delivery vehicles operated in California may be subject to the California Air Resources Board (CARB) Advanced Clean Fleets regulations. Such vehicles may therefore be subject to requirements to reduce emissions of air pollutants. For more information, please visit the CARB Advanced Clean Fleets webpage at https://ww2.arb.ca.gov/our-work/programs/advanced-clean-fleets. 20. DISCRIMINATION AND HARASSMENT PROHIBITED Contractor will comply with all applicable local, state and federal laws and regulations prohibiting discrimination and harassment. 21. 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. 22. 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. City may terminate this Agreement by tendering thirty (30) days written notice to Contractor. Contractor may terminate this Agreement by tendering sixty (60) days written notice to City. In the event of termination of this Agreement by either party and upon request of City, Contractor will assemble the work Docusign Envelope ID: 21611875-80B4-4D11-8A7E-7C244410012A PSA25-3497UTIL City Attorney Approved Version 5/22/2024 Page 7 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. 23. 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. 24. CLAIMS AND LAWSUITS By signing this Agreement, Contractor agrees that any Agreement claim submitted to City must be asserted as part of the Agreement process as set forth in this Agreement and not in anticipation of litigation or in conjunction with litigation. Contractor acknowledges that if a false claim is submitted to City, it may be considered fraud and Contractor may be subject to criminal prosecution. Contractor acknowledges that California Government Code sections 12650 et seq., the False Claims Act applies to this Agreement and, provides for civil penalties where a person knowingly submits a false claim to a public entity. These provisions include false claims made with deliberate ignorance of the false information or in reckless disregard of the truth or falsity of information. If City seeks to recover penalties pursuant to the False Claims Act, it is entitled to recover its litigation costs, including attorney's fees. Contractor acknowledges that the filing of a false claim may subject Contractor to an administrative debarment proceeding as the result of which Contractor may be prevented to act as a Contractor on any public work or improvement for a period of up to five (5) years. Contractor acknowledges debarment by another jurisdiction is grounds for City to terminate this Agreement. 25. JURISDICTION AND VENUE This Agreement shall be interpreted in accordance with the laws of the State of California. 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. 26. SUCCESSORS AND ASSIGNS It is mutually understood and agreed that this Agreement will be binding upon City and Contractor and their respective successors. Neither this Agreement nor any part of it nor any monies due or to become due under it may be assigned by Contractor without the prior consent of City, which shall not be unreasonably withheld. 27. THIRD PARTY RIGHTS Nothing in this Agreement should be construed to give any rights or benefits to any party other than the City and Contractor. Docusign Envelope ID: 21611875-80B4-4D11-8A7E-7C244410012A PSA25-3497UTIL City Attorney Approved Version 5/22/2024 Page 8 28. 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. This Agreement may be executed in counterparts. 29. 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. [signatures on following page] Docusign Envelope ID: 21611875-80B4-4D11-8A7E-7C244410012A PSA25-3497UTIL City Attorney Approved Version 5/22/2024 Page 9 CONTRACTOR CITY OF CARLSBAD, a municipal corporation of the State of California GERRY GREEN, INC., a California corporation By: By: (sign here) Amanda L. Flesse, Utilities Director, as authorized by the City Manager Gerald Green President, CEO, CFO, & Secretary (print name/title) ATTEST: By: SHERRY FREISINGER, City Clerk (sign here) By: Deputy City Clerk (print name/title) If required by City, proper notarial acknowledgment of execution by contractor must be attached. If a corporation, Agreement must be signed by one corporate officer from each of the following two groups. Group A Group B Chairman, Secretary, President, or Assistant Secretary, Vice-President CFO or Assistant Treasurer Otherwise, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering the officer(s) signing to bind the corporation. APPROVED AS TO FORM: CINDIE K. McMAHON, City Attorney By: _____________________________ Assistant City Attorney Docusign Envelope ID: 21611875-80B4-4D11-8A7E-7C244410012A b(.,W~ bVtUA, PSA25-3497UTIL City Attorney Approved Version 5/22/2024 Page 10 EXHIBIT A SCOPE OF SERVICES AND FEE Docusign Envelope ID: 21611875-80B4-4D11-8A7E-7C244410012A GERRY GREEN INC. Consulting Electrical Engineers 2734 Loker Avenue West | Suite M | Carlsbad | CA 92010 | Tel. (619) 962-2356 PROPOSAL FOR ENGINEERING SERVICES Neil Irani, PE June 25, 2024 Associate Engineer Rev2 5950 El Camino Real Carlsbad, CA 92008 Project: City of Carlsbad Chinquapin Lift Station Emergency Generator Replacement Neil: I am pleased to submit this proposal for electrical engineering services for the subject project. PROJECT DESCRIPTION The project, in Carlsbad, California, is a lift station upgrade project. The upgrade improvements include Architectural, Structural, and Electrical work. Electrical work generally consists of demolition and replacement of all electrical distribution equipment including a diesel standby power generator set. Architectural/Structural work is generally an expansion of the existing electrical equipment enclosure to accommodate the new replacement electrical equipment and standby power generator. Expansion of the enclosure provides a separate closet for electric utility service equipment, and a separate room for electrical distribution/controls equipment and standby power generator set. The existing electrical equipment being demolished and replaced is a 100 Amp, 120/240 Volts, 3 Phase, 4 Wire all-in-one electrical switchboard cabinet that includes an electric utility service meter section, an automatic transfer switch section, a pump starter section, a branch circuit breaker panel section, and a controls/telemetry panel section; the existing generator is 20kW unit being replaced with a 30kW unit. The Architectural/Engineering consultant performing the project design for the City of Carlsbad is IDS Group. The IDS Group scope of services includes electrical design for replacement of the electric utility service, general lighting and power, and the generator replacement, but excludes required pump motor control panel and telemetry equipment (SCADA) RTU panel. The scope of work outlined in proposal is intended to provide the required electrical and controls design excluded from IDS scope of services. The following reference documents were provided by the City of Carlsbad for interpretation of the required scope of work: • Chinquapin LS and FM -1999.pdf (Existing site as-builts dated March 1999) • RTU As-Built Panel Drawings - Chinquapin LS.pdf (Existing site control panel section as-builts dated 1-3-00) • 35.2 005-17448-002 Tesco Electr Dist & Control.pdf (RTU example: Villas Lift Station Replacement – Tesco drawings dated 1/21/2022) • 40 61 93A PCS SLS IO List Attachment.xlsx (Existing Chinquapin I/O list) Exhibit "A" Docusign Envelope ID: 21611875-80B4-4D11-8A7E-7C244410012A June 25, 2024 Rev 2 City of Carlsbad Chinquapin Lift Station Emergency Generator Replacement Project Page 2 of 3 2734 Loker Avenue West | Suite M | Carlsbad | CA 92010 | Tel. (619) 962-2356 • 40 63 43 Programmable Logic Controllers.docx (City SCADA System PLC specification section) • Chinquapin Assessment Report 03-08-23.pdf (Chinquapin Assessment Report by IDS) • 22X005.05 Arch 30% Set 2024-02-21_comments.pdf (IDS 30% design review comments) • 22X005.05 60% Review 2024-04-18_comments.pdf (IDS 60% design review comments) SCOPE OF SERVICES Project Design Coordination • Review IDS Design Documents and Coordinate with City o Review design documents. o Provide recommendations to City on potential improvements/changes. o Review recommendations with City. • Pre-Design Coordination/Meetings w/City o Review Reference Documents - Record Drawings, Sample LS Drawings o Review and Confirm Design Requirements/City Standards o Visit Site to Confirm and Document Existing Conditions o Attend Meetings with City: as-needed. Power/Control Panel Design: • Develop Pump Control Panel Design – Draft Plans and Technical Specifications • Submit Draft Design Documents to City for review. • Revise Design Documents per City Review Comments. Construction Documents • Incorporate Control Panel Design into Construction Documents o Coordination and Integration of Plans w/IDS Plans and Specifications o Submit control panel plans and specifications to City for final review. o Attend a meeting with the City as necessary to discuss and coordinate incorporation of City review comments into final plans and specifications. Bid Phase Support • Response to requests for information (RFI’s) from bidders. • Prepare Conformed documents to reflect addenda and clarifications issued during bid. Engineering Services During Construction • Response to requests for information (RFI’s) from contractor. • Attend one as needed site meeting during construction. • Review electrical and control submittals and shop drawings for conformance with plans and specifications. • Review change order requests – as-needed. Docusign Envelope ID: 21611875-80B4-4D11-8A7E-7C244410012A June 25, 2024 Rev 2 City of Carlsbad Chinquapin Lift Station Emergency Generator Replacement Project Page 3 of 3 2734 Loker Avenue West | Suite M | Carlsbad | CA 92010 | Tel. (619) 962-2356 • Record Drawings - Prepare electronic record drawing updates based on information provided by contractor. ASSUMPTIONS AND CLARIFICATIONS Proposal scope of services is based on the following: Meetings are virtual online meetings except for those noted as site meetings. Deliverable submittals are electronic files documents (pdf, doc). Project Civil, Mechanical, and Structural design and engineering are excluded. City to provide Autocad files (IDS Plan files) as-needed for use in producing electrical drawings. Telemetry is assumed to utilize existing or addition of Cellular Radio. No Piping & Instrumentation Diagram drawings are required. FEE Fee for the above scope of work is based on estimated hours to complete the work. Fee will be billed for hourly charges incurred (T & M). Maximum Not-To-Exceed Fee = $23,320.00 Hourly Rates: Principal Engineer = $220.00 per hour; CAD Design Drafter - $110.00 per hour Respectfully submitted, Gerry Green, PE Principal Docusign Envelope ID: 21611875-80B4-4D11-8A7E-7C244410012A / ANY PROPRIETOR/PARTNER/EXECUTIVEOFFICER/MEMBER EXCLUDED? INSR ADDL SUBRLTR INSD WVD PRODUCER CONTACTNAME:FAXPHONE(A/C, No):(A/C, No, Ext): E-MAILADDRESS: INSURER A : INSURED INSURER B : INSURER C : INSURER D : INSURER E : INSURER F : POLICY NUMBER POLICY EFF POLICY EXPTYPE OF INSURANCE LIMITS(MM/DD/YYYY) (MM/DD/YYYY) AUTOMOBILE LIABILITY UMBRELLA LIAB EXCESS LIAB WORKERS COMPENSATIONAND EMPLOYERS' LIABILITY DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) AUTHORIZED REPRESENTATIVE EACH OCCURRENCE $DAMAGE TO RENTEDCLAIMS-MADE OCCUR $PREMISES (Ea occurrence) MED EXP (Any one person) $ PERSONAL & ADV INJURY $ GEN'L AGGREGATE LIMIT APPLIES PER:GENERAL AGGREGATE $ PRO-POLICY LOC PRODUCTS - COMP/OP AGGJECT OTHER:$COMBINED SINGLE LIMIT $(Ea accident) 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) $ OCCUR EACH OCCURRENCE CLAIMS-MADE AGGREGATE $ DED RETENTION $ PER OTH-STATUTE ER E.L. EACH ACCIDENT E.L. DISEASE - EA EMPLOYEE $If yes, describe under E.L. DISEASE - POLICY LIMITDESCRIPTION OF OPERATIONS below INSURER(S) AFFORDING COVERAGE NAIC # COMMERCIAL GENERAL LIABILITY Y / N N / A(Mandatory in NH) SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED INACCORDANCE WITH THE POLICY PROVISIONS. 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. THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THISCERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIESBELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZEDREPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must 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 onthis certificate does not confer rights to the certificate holder in lieu of such endorsement(s). COVERAGES CERTIFICATE NUMBER:REVISION NUMBER: CERTIFICATE HOLDER CANCELLATION © 1988-2015 ACORD CORPORATION. All rights reserved.ACORD 25 (2016/03) CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) $ $ $ $ $ The ACORD name and logo are registered marks of ACORD 8/27/2024 License # 0E67768 (858) 754-0063 50233 (619) 574-6288 13056 Gerry Green Inc.2734 Loker Avenue West, Suite M Carlsbad, CA 92010 16510 A 2,000,000 XXPSB0009343 3/9/2024 3/9/2025 1,000,000 Cont Liab/Sev Int 10,000 2,000,000 4,000,000 4,000,000 Ded 0 1,000,000A X PSA0003219 3/10/2024 3/10/2025 Comp Ded $1,000 Coll Ded $1,000 1,000,000A PSE0004628 3/9/2024 3/9/2025 1,000,000 0 A PSW0005329 10/1/2024 10/1/2025 1,000,000 1,000,000 1,000,000 B Professional Liab.C36B55240101 3/9/2024 Per Claim 2,000,000 B Ded. $5,000 Per Clm C36B55240101 3/9/2024 3/9/2025 Aggregate 2,000,000 Re: All Projects 'The City of Carlsbad' is Additional Insured with respect to General/Hired & Non-Owned Auto Liability per the attached endorsement as required by written contract. Insurance is Primary and Non-Contributory. Waiver of Subrogation applies to General Liability. 30 Days Notice of Cancellation with 10 Days Notice for Non-Payment of Premium in accordance with the policy provisions. City of Carlsbad/CMWD c/o EXIGIS Insurance Compliance Services P.O. Box 947 Murrieta, CA 92564 GERRGRE-01 MCCOWANA IOA Insurance Services3636 Nobel DriveSuite 410San Diego, CA 92122 Erica Wilson Erica.Wilson@ioausa.com RLI Insurance Company Beazley America Insurance Company, Inc. X 3/9/2025 X X X X X XX X X X Docusign Envelope ID: 21611875-80B4-4D11-8A7E-7C244410012A ACORD" I ~ I ~ D □ ~ ~ Fl □ □ ~ ~ ~ ~ ~ ~ ~ ~ H I I I 1 I □ 5/, ,QVXUDQFH &RPSDQ\1DPHG,QVXUHG*HUU\*UHHQ,QF 3ROLF\1XPEHU36% 33%   3DJH  RI  7+,6 (1'256(0(17 &+$1*(6 7+( 32/,&< 3/($6( 5($' ,7 &$5()8//< 5/,3DFNŠ)25 352)(66,21$/6 %/$1.(7 $'',7,21$/ ,1685(' (1'256(0(17 7KLV HQGRUVHPHQW PRGLILHV LQVXUDQFH SURYLGHG XQGHU WKH IROORZLQJ %86,1(662:1(56 &29(5$*( )250  6(&7,21 ,, ±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³\RXU ZRUN´ DQG LQFOXGHG ZLWKLQ WKH ³SURGXFWFRPSOHWHG RSHUDWLRQV KD]DUG´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± &20021 32/,&< &21',7,216 %87 $33/,&$%/( 21/< 72 6(&7,21 ,, ±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± &20021 32/,&< &21',7,216 %87 $33/,&$%/( 72 21/< 72 6(&7,21 ,, ±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ocusign Envelope ID: 21611875-80B4-4D11-8A7E-7C244410012A 33$3DJHRI 7KLVHQGRUVHPHQWPRGLILHVLQVXUDQFHSURYLGHGXQGHUWKHIROORZLQJ %86,1(66$872&29(5$*()250 $ %URDG)RUP1DPHG,QVXUHG 7KH IROORZLQJ LV DGGHG WR WKH6(&7,21 ,,–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– &29(5('$8726/,$%,/,7<&29(5$*(3DUD JUDSK$:KR,V$Q,QVXUHG3URYLVLRQ $Q\“HPSOR\HH” RI\RXUVLVDQ“LQVXUHG” ZKLOHXVLQJD FRYHUHG“DXWR” \RXGRQ WRZQKLUHRUERUURZLQ\RXU EXVLQHVVRU\RXUSHUVRQDODIIDLUV & %ODQNHW$GGLWLRQDO,QVXUHG 7KH IROORZLQJ LV DGGHG WR WKH6(&7,21 ,,– &29(5('$8726/,$%,/,7<&29(5$*(3DUD JUDSK$:KR,V$Q,QVXUHG3URYLVLRQ $Q\SHUVRQRURUJDQL]DWLRQWKDW\RXDUHUHTXLUHGWR LQFOXGHDVDQDGGLWLRQDOLQVXUHGRQWKLVFRYHUDJHIRUP LQDFRQWUDFWRUDJUHHPHQWWKDWLVH[HFXWHGE\\RX EHIRUHWKH“ERGLO\LQMXU\” RU“SURSHUW\GDPDJH” RFFXUV LV DQ“LQVXUHG” IRU OLDELOLW\ FRYHUDJH EXW RQO\ IRU GDPDJHVWRZKLFKWKLVLQVXUDQFHDSSOLHVDQGRQO\WR WKHH[WHQWWKDWSHUVRQRURUJDQL]DWLRQTXDOLILHVDVDQ “LQVXUHG” XQGHU WKH :KR ,V $Q ,QVXUHG SURYLVLRQ FRQWDLQHG LQ6(&7,21 ,,–&29(5('$8726 /,$%,/,7<&29(5$*( 7KHLQVXUDQFHSURYLGHGWRWKHDGGLWLRQDOLQVXUHGZLOO EH RQ D SULPDU\ DQG QRQFRQWULEXWRU\ EDVLV WR WKHadditional insured’s own business auto coYHUDJHLI \RXDUHUHTXLUHGWRGRVRLQDFRQWUDFWRUDJUHHPHQW WKDWLVH[HFXWHGE\\RXEHIRUHWKH“ERGLO\LQMXU\” RU “SURSHUW\GDPDJH” RFFXUV ' %ODQNHW:DLYHU2I6XEURJDWLRQ 7KHIROORZLQJLVDGGHGWRWKH6(&7,21,9–%86, 1(66$872&21',7,216$/RVV&RQGLWLRQV 7UDQVIHU2I5LJKWV2I5HFRYHU\$JDLQVW2WKHUV 7R8V :HZDLYHDQ\ULJKWRIUHFRYHU\ZHPD\KDYHDJDLQVW DQ\SHUVRQRURUJDQL]DWLRQWRWKHH[WHQWUHTXLUHGRI \RXE\DFRQWUDFWH[HFXWHGSULRUWRDQ\“DFFLGHQW” RU“ORVV”SURYLGHGWKDWWKH“DFFLGHQW” RU“ORVV” DULVHVRXW RIWKHRSHUDWLRQVFRQWHPSODWHGE\VXFKFRQWUDFW7KH ZDLYHU DSSOLHV RQO\ WR WKH SHUVRQ RU RUJDQL]DWLRQ GHVLJQDWHGLQVXFKFRQWUDFW ( (PSOR\HH+LUHG$XWRV  7KH IROORZLQJ LV DGGHG WR WKH6(&7,21 ,,– &29(5(' $8726 /,$%,/,7< &29(5$*( 3DUDJUDSK$:KR,V$Q,QVXUHG3URYLVLRQ $Q“HPSOR\HH” RI \RXUV LV DQ“LQVXUHG” ZKLOH RSHUDWLQJ DQ“DXWR” KLUHG RU UHQWHG XQGHU D FRQWUDFWRUDJUHHPHQWLQWKDW“HPSOR\HH V” QDPH ZLWK \RXU SHUPLVVLRQ ZKLOH SHUIRUPLQJ GXWLHV UHODWHGWRWKHFRQGXFWRI\RXUEXVLQHVV  &KDQJHV,Q*HQHUDO&RQGLWLRQV 3DUDJUDSKERI WKH2WKHU ,QVXUDQFH&RQ GLWLRQLQWKH%86,1(66$872&21',7,216LV GHOHWHGDQGUHSODFHGZLWKWKHIROORZLQJ E )RU+LUHG$XWR3K\VLFDO'DPDJH&RYHUDJH WKH IROORZLQJ DUH GHHPHG WR EH FRYHUHG“DXWRV” \RXRZQ  $Q\FRYHUHG“DXWR” \RXOHDVHKLUHUHQW RUERUURZDQG  $Q\ FRYHUHG“DXWR” KLUHG RU UHQWHG E\ \RXU“HPSOR\HH” XQGHUDFRQWUDFWLQWKDW LQGLYLGXDO“HPSOR\HH V” QDPHZLWK\RXU SHUPLVVLRQ ZKLOH SHUIRUPLQJ GXWLHV UHODWHGWRWKHFRQGXFWRI\RXUEXVLQHVV +RZHYHUDQ\“DXWR” WKDWLVOHDVHGKLUHG UHQWHGRUERUURZHGZLWKDGULYHULVQRWD FRYHUHG“DXWR” ) )HOORZ(PSOR\HH&RYHUDJH 6(&7,21 ,,– &29(5(' $8726 /,$%,/,7< &29(5$*(([FOXVLRQ%GRHVQRWDSSO\LI\RX KDYH ZRUNHUV FRPSHQVDWLRQ LQVXUDQFH LQIRUFH FRYHULQJDOORI\RXUHPSOR\HHV * $XWR/RDQ/HDVH*DS&RYHUDJH 6(&7,21,,,–3+<6,&$/'$0$*(&29(5$*( &/LPLW2I,QVXUDQFHLVDPHQGHGE\WKHDGGLWLRQRI WKHIROORZLQJ ,QWKHHYHQWRIDWRWDO“ORVV”WRDFRYHUHG“DXWR” VKRZQ LQ WKH 6FKHGXOH RI 'HFODUDWLRQV ZH ZLOO SD\ DQ\ XQSDLGDPRXQWGXHRQWKHOHDVHRUORDQIRUDFRYHUHG“DXWR”OHVV 7KH DPRXQW SDLG XQGHU WKH3+<6,&$/ '$0$*(&29(5$*(VHFWLRQRIWKHSROLF\DQG $Q\ D2YHUGXHOHDVHORDQSD\PHQWVDWWKHWLPHRI WKH“ORVV” Insured: Gerry Green Policy # PSA0003219 , Inc.Docusign Envelope ID: 21611875-80B4-4D11-8A7E-7C244410012A WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 04 03 06 (Ed. 4-84) ©1998 by the Workers’ Compensation Insurance Rating Bureau of California. All rights reserved. WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT CALIFORNIA We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule. (This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us.) You must maintain payroll records accurately segregating the remuneration of your employees while engaged in the work described in the Schedule. The additional premium for this endorsement shall be _____% of the California workers’ compensation premium otherwise due on such remuneration. Schedule Person or Organization Job Description This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. (The information below is required only when this endorsement is issued subsequent to preparation of the policy.) Endorsement Effective Policy No. Endorsement No. Insured Insurance Company Countersigned By 10/01/2022 Docusign Envelope ID: 21611875-80B4-4D11-8A7E-7C244410012A All persons or organizations that are party to a contract that requires you to obtain this agreement, provided you executed the contract before the loss. 2 PSW0005329 Jobs performed for any person or organization that you have agreed with in a written contract to provide this agreement. Gerry Green, Inc RLI Insurance Company