Loading...
HomeMy WebLinkAboutC-6185 - M/RSA for Preventive Maitenance and As-Needed Repair Services for City Generators�) AMENDMENT NO. THREE TO MAINTENANCE/REPAIR SERVICES AGREEMENT WITH GLOBAL POWER GROUP, INC. FOR PREVENTATIVE MAINTENANCE AND AS -NEEDED REPAIR SERVICES FOR CITY GENERATORS THIS AMENDMENT NO. THREE TO PROFESSIONAL SERVICES AGREEMENT ("Amendment No. Three") is made and entered into as of this 9th day of June, 2020 ("Effective Date"), by and between the CITY OF NEWPORT BEACH, a California municipal corporation and charter city ("City"), and GLOBAL POWER GROUP, INC., a California corporation ("Contractor"), whose address is 12060 Woodside Avenue, Lakeside, California 92040, and is made with reference to the following: RECITALS A. On June 18, 2015, City and Contractor entered into a Maintenance/Repair Services Agreement ("Agreement") for Contractor to perform maintenance and/or repair services for City ("Project"). B. On February 1, 2018, City and Consultant entered into Amendment No. One to the Agreement to increase the total compensation to Contractor. C. On August 13, 2019, City and Consultant entered into Amendment No. Two to the Agreement to increase the total compensation to Contractor. D. The parties desire to enter into this Amendment No. Three to extend the term of the Agreement to June 30, 2021, and to increase the total compensation to Contractor. NOW, THEREFORE, it is mutually agreed by and between the undersigned parties as follows: 1. TERM Section 1 of the Agreement is amended in its entirety and replaced with the following: "The term of this Agreement shall commence on the Effective Date, and shall terminate on June 30, 2021, unless terminated earlier as set forth herein." 2. COMPENSATION TO CONSULTANT Exhibit B to the Agreement shall be supplemented to include the Schedule of Billing Rates, attached hereto as Exhibit B and incorporated herein by reference ("Services" or "Work"). Exhibit B to the Agreement, and Exhibit B to this Amendment No. Three shall collectively be known as "Exhibit B." Section 4.1 of the Agreement is amended in its entirety and replaced with the following: "City shall pay Consultant for the Services on a time and expense not -to - exceed basis in accordance with the provisions of this Section and the Schedule of Billing Rates attached hereto as Exhibit B and incorporated herein by reference. Consultant's compensation for all Work performed in accordance with this Agreement, including all reimbursable items and subconsultant fees, shall not exceed Five Hundred Seventy Five Thousand Dollars and 00/100 ($575,000.00), without prior written authorization from City. No billing rate changes shall be made during the term of this Agreement without the prior written approval of City." The total amended compensation reflects Consultant's additional compensation for additional Services to be performed in accordance with this Amendment No. Three, including all reimbursable items and subconsultant fees, in an amount not to exceed Eighty Thousand Dollars and 00/100 ($80,000.00). 3. INTEGRATED CONTRACT Except as expressly modified herein, all other provisions, terms, and covenants set forth in the Agreement shall remain unchanged and shall be in full force and effect. [SIGNATURES ON NEXT PAGE] Global Power Group, Inc. Page 2 IN WITNESS WHEREOF, the parties have caused this Amendment No. Three to be executed on the dates written below. APPROVED AS TO FORM: CITY ATT_QR EY'S OFFICE Date: z,0 Z."D r By: VOC Aaron C. Harp AuN!;•11•2° City Attorney ATTEST: � l o Date: By: a&AL Leilani I. Brown City Clerk Attachments: CITY OF NEWPORT BEACH, a California r u icipal corporation Date: /140A -0z0 Will O'Neill Mayor CONSULTANT: GLOBAL POWER GROUP INC., a California corporation Date: (Y 1 �-Z, u I Salvatore Martorana President Date: f 1-2-0 ZU By. r v/bdor Ceballos of Financial Officer [END OF SIGNATURES] Exhibit B - Schedule of Billing Rates Global Power Group, Inc. Page 3 EXHIBIT B SCHEDULE OF BILLING RATES Global Power Group, Inc. Page B-1 Schedule of Billing Rates Effective June 1, 2020 City of Newport Beach Generator List and Global Power Group, Inc. Costs by Generator Location Make Model Quarterly PM Service (3x Per ear) Annual Total Per Unit Service (1x Per year) #5573 MQ DCA60SSI $281.52 $281.52 $1,126.08 #5576 MQ DCA60SSI $281.52 $281.52 $1,126.08 #5591 MQ DB 1101-J $281.52 $281.52 $1,126.08 #5593 Generac GR50/04059- 0 $289.22 $289.22 $1,156.88- #5594 Generac GR50/04059- 0 $289.22 $289.22 $1,156.88 #5595 MQ DCA70-SSJU $289.22 $289.22 $1,156.88 #5596 MQ DCA85-SSJU $289.22 $289.22 $1,156.88 #5597 MQ DCA125- Susi $336.51 $336.51 - $1,346.04 #9291 Generac 97A05754 -S $336.51 $336.51 $1,346.04 Back Bay Pump Station MQ GR85 $304.61 $304.61 $1,218.44 Bren Tract Kohler 50REZG $417.88 $417.88 $1,671.52 Caterpillar Portable Kato 200SR9E $439.89 $439.89 $1,759.56 Civic Center #1 - 2114805 Generac 13557300300 $571.84 $571.84 $2,287.36- Civic Center #2 - 2114806 Generac 13557300300 $571.84 $571.84 $2,287.36 Fire Station #1 Kohler 50REOZJD $417.88 $417.88 $1,671.52 Fire Station #2 Onan 125JC-3CR $417.88 $417.88 $1,671.52 Fire Station #3 Kohler 50REOZJD $417.88 $417.88 $1,671.52 Fire Station #4 Generac 93A04362 -S $417.88 $417.88 $1,671.52 Fire Station #5 Marathon 363PSL1607 $400.00 $545.00 $1,745.00 Fire Station #6 Generac 6498200100 $417.88 $417.88 $1,671.52 Fire Station #7 Onan DSHAC- 5841388 $439.88 $439.88 $1,759.52 Fire Station #8 Onan 50 DGCA $417.88 $417.88 $1,671.52 Life Guard Head Quarters Kohler 150REOZJF $472.87 $472.87 $1,891.48 Harbor Ridge Kohler 45REZG $417.88 $417.88 $1,671.52 Main Library Kohler 15REOZK $417.88 $417.88 $1,671.52 Police Station Generac 1133915100 $527.86 $527.86 $2,111.44 Polaris Dr Kohler 80REZG $472.87 $472.87 $1,891.48 Water Dept/Zone 4 Waukesha F1197GU $336.51 $336.51 $1,346.04 Water Dept/ 3 Pump / Big Canyon Reservoir Kohler 600ROZD4 $527.86 $527.86 $2,111.44 Zone 5 Kohler 100RFG $417.88 $417.88 $1,671.52 TOTAL ANNUAL COSTS $47,822.16 REPAIR SERVICES REGULAR HOURLY RATES $98.52 MINIUMUM HOURS $104.47 $104.47 $417.88 AFTER-HOURS RATES $147.77 MINIUMUM HOURS $156.70 $156.70 $626.80 WEEKENDS $147.77 MINIUMUM HOURS $156.70 $156.70 $626.80 HOLIDAYS $197.03 MINIUMUM HOURS $208.95 $208.95 $835.80 Mulvey, Jennifer Subject: FW: Compliance Alert -Vendor Number FV00000056 From: Customer Service <customerservice@ebix.com> Sent: Tuesday, May 26, 2020 5:11 PM To: Rosenbaum, Joshua <jrose nbaum@newportbeachca.gov>; Insurance <insurance@newportbeachca.gov> Subject: Compliance Alert -Vendor Number FV00000056 [EXTERNAL EMAIL] DO NOT CLICK links or attachments unless you recognize the sender and know the content is safe. This Account has moved from non-compliant to COMPLIANT status and is currently in compliance for certificate of insurance requirements. FV00000056 Global Power Group, Inc Sent by Ebix, designated insurance certificate reviewer for the City of Newport Beach. r.. 9 AMENDMENT NO. TWO TO MAINTENANCE/REPAIR SERVICES AGREEMENT V WITH GLOBAL POWER GROUP, INC. FOR PREVENTATIVE MAINTENANCE AND AS-NEEDED REPAIR SERVICES FOR CITY GENERATORS THIS AMENDMENT NO. TWO TO MAINTENANCE/REPAIR SERVICES AGREEMENT ("Amendment No. Two") is made and entered into as of this 13th day of August, 2019 ("Effective Date"), by and between the CITY OF NEWPORT BEACH, a California municipal corporation and charter city ("City"), and GLOBAL POWER GROUP, INC., a California corporation ("Contractor"), whose address is 12060 Woodside Avenue, Lakeside, California 92040, and is made with reference to the following: RECITALS A. On June 18, 2015, City and Contractor entered into a Maintenance/Repair Services Agreement ("Agreement") for to engage Contractor to perform maintenance and/or repair services for City ("Project"). B. On February 1, 2018, City and Contractor entered into Amendment No. One to the Agreement to increase the total compensation to Contractor. C. The parties desire to enter into this Amendment No. Two to increase the total compensation as a result of an unanticipated increase in the need for repair services. NOW, THEREFORE, it is mutually agreed by and between the undersigned parties as follows: 1. COMPENSATION TO CONTRACTOR Section 4.1 of the Agreement is amended in its entirety and replaced with the following: "City shall pay Contractor for the Services on a time and expense not -to -exceed basis in accordance with the provisions of this Section and the Schedule of Billing Rates attached hereto as Exhibit B and incorporated herein by reference. Except as otherwise provided herein, no rate changes shall be made during the term of this Agreement without the prior written approval of City. Contractor's compensation for all Services performed in accordance with this Agreement, including all reimbursable items and subcontractor fees, shall not exceed Four Hundred Ninety Five Thousand Dollars and 00/100 ($495,000.00), without prior written amendment to the Agreement." The total amended compensation reflects Contractor's additional compensation for additional Services to be performed in accordance with this Amendment No. Two, including all reimbursable items and subcontractor fees, in an amount not to exceed One Hundred Twenty Thousand Dollars and 00/100 ($120,000.00). 2. INTEGRATED CONTRACT Except as expressly modified herein, all other provisions, terms, and covenants set forth in the Agreement shall remain unchanged and shall be in full force and effect. Global Power Group, Inc. Page 1 IN WITNESS WHEREOF, the parties have caused this Amendment No. Two to be executed on the dates written below. APPROVED AS TO FORM: CITY ATTORNEY'S OFFICE Date: VWQ l q By: 1-r Aaron C. Harp Ubu 7•�o•rq City Attorney CITY OF NEWPORT BEACH, a California municipal corporation Date: , , , By:� Diane B Mayor ATTEST: CONTRACTOR: Global Power Group, Date: ������� Inc., a Ca ifornia corporation Date.- By: ate:By: By. Leilani I. Brown Sa6atoreWartorana City Clerk Presid nt Date: N A01010tq BY &k4&k4k k Sador Ceballos ief Financial Officer [END OF SIGNATURES] Global Power Group, Inc. Page 2 ODAMENDMENT NO. ONE TO MAINTENANCE/REPAIR SERVICES AGREEMENT WITH GLOBAL POWER GROUP, INC. FOR PREVENTATIVE MAINTENANCE AND AS -NEEDED REPAIR SERVICES FOR U CITY GENERATORS THIS AMENDMENT NO. ONE TO MAINTENANCE/REPAIR SERVICES AGREEMENT ("Amendment No. One") is made and entered into as of this 1st day of February, 2018 ("Effective Date"), by and between the CITY OF NEWPORT BEACH, a California municipal corporation and charter city ("City"), and GLOBAL POWER GROUP, INC., a California corporation ("Contractor"), whose address is 12060 Woodside Avenue, Lakeside, California 92040, and is made with reference to the following: RECITALS A. On June 18, 2015, City and Contractor entered into a Maintenance/Repair Services Agreement ("Agreement") for to engage Contractor to perform maintenance and/or repair services for City ("Project"). B. The parties desire to enter into this Amendment No. One to increase the total compensation as a result of an unanticipated increase in need for repair services. NOW, THEREFORE, it is mutually agreed by and between the undersigned parties as follows: COMPENSATION TO CONTRACTOR Section 4.1 of the Agreement is amended in its entirety and replaced with the following: "City shall pay Contractor for the Services on a time and expense not -to -exceed basis in accordance with the provisions of this Section and the Schedule of Billing Rates attached hereto as Exhibit B and incorporated herein by reference. Except as otherwise provided herein, no rate changes shall be made during the term of this Agreement without the prior written approval of City. Contractor's compensation for all Services performed in accordance with this Agreement, including all reimbursable items and subcontractor fees, shall not exceed Three Hundred Seventy Five Thousand Dollars and 00/100 ($375,000.00), without prior written amendment to the Agreement." The total amended compensation reflects Contractor's additional compensation for additional Services to be performed in accordance with this Amendment No. One, including all reimbursable items and subcontractor fees, in an amount not to exceed Seventy Five Thousand Dollars and 00/100 ($75,000.00). 2. INTEGRATED CONTRACT Except as expressly modified herein, all other provisions, terms, and covenants set forth in the Agreement shall remain unchanged and shall be in full force and effect. [SIGNATURES ON NEXT PAGE] Global Power Group, Inc. Page 1 IN WITNESS WHEREOF, the parties have caused this Amendment No. One to be executed on the dates written below. APPROVED AS TO FORM: CITY ATT i RIjjjj 'S OOFFICE Date: //!l By: Aaron C. Harp City Attorney ATTEST: I �J Date: 3 %A6, Leilani I' * Brown City Clerk CITY OF NEWPORT BEACH, a California municipal corporation Date: By: -4Sll� Dave City Manager CONTRACTOR: Global Power Group, Inc., a California corporation Date: By: Salvat re P artorana Presiden Date: By: 4* W* S Iv or Ceballos Chief Financial Officer [END OF SIGNATURES] Global Power Group, Inc. Page 2 LCo MAINTENANCE/REPAIR SERVICES AGREEMENT WITH GLOBAL POWER GROUP, INC. FOR PREVENTIVE MAINTENANCE AND AS -NEEDED REPAIR SERVICES FOR CITY GENERATORS r THIS MAINTENANCE/REPAIR SERVICES AGREEMENT ("Agreement') is 1 made and entered into as of this 18th day of June, 2015 ("Effective Date"), by and C� between the CITY OF NEWPORT BEACH, a California municipal corporation and charter city ("City"), and GLOBAL POWER GROUP, INC., a California corporation ("Contractor"), whose address is 12060 Woodside Avenue, Lakeside, California 92040, and is made with reference to the following: RECITALS A. City is a municipal corporation duly organized and validly existing under the laws of the State of California with the power to carry on its business as it is now being conducted under the statutes of the State of California and the Charter of City. B. City desires to engage Contractor to perform maintenance and/or repair services for City ("Project'). C. Contractor possesses the skill, experience, ability, background, certification and knowledge to provide the maintenance and/or repair services described in this Agreement. D. Contractor has examined the location of all proposed work, carefully reviewed and evaluated the specifications set forth by City for the Project, is familiar with all conditions relevant to the performance of services, and has committed to perform all work required for the compensation specified in this Agreement. NOW, THEREFORE, it is mutually agreed by and between the undersigned parties as follows: 1. TERM The term of this Agreement shall commence on the Effective Date, and shall terminate on June 30, 2020, unless terminated earlier as set forth herein. 2. SERVICES TO BE PERFORMED 2.1 Contractor shall diligently perform all the services described in the Scope of Services attached hereto as Exhibit A and incorporated herein by reference ("Services" or "Work'). As a material inducement to City entering into this Agreement, Contractor represents and warrants that Contractor is a provider of first class work and Contractor is experienced in performing the Work contemplated herein and, in light of such status and experience, Contractor covenants that it shall follow the highest industry standards in performing the Work required hereunder and that all materials will be of good quality. For purposes of this Agreement, the phrase "highest industry standards" shall mean those standards of practice recognized by one or more first-class firms performing similar work under similar circumstances. 2.2 Contractor shall perform all Work required to be performed, and shall provide and furnish all the labor, materials, necessary tools, expendable equipment and all utility and transportation services necessary for the Project. 3. TIME OF PERFORMANCE 3.1 Time is of the essence in the performance of Services under this Agreement and Contractor shall perform the Services in accordance with the schedule included in Exhibit A. In the absence of a specific schedule, the Services shall be performed to completion in a diligent and timely manner. The failure by Contractor to strictly adhere to the schedule set forth in Exhibit A, if any, or perform the Services in a diligent and timely manner may result in termination of this Agreement by City. 3.2 Notwithstanding the foregoing, Contractor shall not be responsible for delays due to causes beyond Contractor's reasonable control. However, in the case of any such delay in the Services to be provided for the Project, each party hereby agrees to provide notice within two (2) calendar days of the occurrence causing the delay to the other party so that all delays can be addressed. 3.3 Contractor shall submit all requests for extensions of time for performance in writing to the Project Administrator as defined herein, not later than two (2) calendar days after the start of the condition that purportedly causes a delay. The Project Administrator shall review all such requests and may grant reasonable time extensions for unforeseeable delays that are beyond Contractor's control. 3.4 For all time periods not specifically set forth herein, Contractor shall respond in the most expedient and appropriate manner under the circumstances, by fax, hand -delivery or mail. 4. COMPENSATION TO CONTRACTOR 4.1 City shall pay Contractor for the Services on a time and expense not -to - exceed basis in accordance with the provisions of this Section and the Schedule of Billing Rates attached hereto as Exhibit B and incorporated herein by reference. Except as otherwise provided herein, no rate changes shall be made during the term of this Agreement without the prior written approval of City. Contractor's compensation for all Services performed in accordance with this Agreement, including all reimbursable items, shall not exceed Three Hundred Thousand Dollars and 00/100 ($300,000.00), without prior written amendment to the Agreement. 4.2 Upon the first anniversary of the Effective Date and upon each anniversary of the Effective Date thereafter, the billing rates set forth in Exhibit B ("Billing Rates") shall be adjusted in proportion to changes in the Consumer Price Index, subject to the maximum adjustment set forth below. Such adjustment shall be made by Global Power Group, Inc. Page 2 multiplying the Billing Rates in Exhibit B by a fraction, the numerator of which is the value of the Consumer Price Index for the calendar month three (3) months preceding the calendar month for which such adjustment is to be made, and the denominator of which is the value of the Consumer Price Index for the same calendar month immediately prior to Effective Date. The Consumer Price Index to be used in such calculation is the "Consumer Price Index, All Items, 1982-84=100 for All Urban Consumers (CPI -U)", for the Los Angeles -Riverside -Orange County Metropolitan Area, published by the United States Department of Labor, Bureau of Labor Statistics. If both an official index and one or more unofficial indices are published, the official index shall be used. If said Consumer Price Index is no longer published at the adjustment date, it shall be constructed by conversion tables included in such new index. In no event, however, shall the amount payable under this Agreement be reduced below the Billing Rates in effect immediately preceding such adjustment. The maximum adjustment increase to the Billing Rates, for any year where an adjustment is made pursuant to this Section, shall not exceed the Consumer Price Index or 2.0% of the Billing Rates in effect immediately preceding such adjustment, whichever is less. 4.3 Contractor shall submit monthly invoices to City describing the Work performed the preceding month. Contractor's bills shall include the name and/or classification of employee who performed the Work, a brief description of the Services performed and/or the specific task in the Scope of Services to which it relates, the date the Services were performed, the number of hours spent on all Work billed on an hourly basis, and a description of any reimbursable expenditures. City shall pay Contractor no later than thirty (30) calendar days after approval of the monthly invoice by City staff. 4.4 City shall reimburse Contractor only for those costs or expenses specifically identified in Exhibit B to this Agreement, or specifically approved in writing in advance by City. 4.5 Contractor shall not receive any compensation for Extra Work performed without the prior written authorization of City. As used herein, "Extra Work" means any Work that is determined by City to be necessary for the proper completion of the Project, but which is not included within the Scope of Services and which the parties did not reasonably anticipate would be necessary at the execution of this Agreement. Compensation for any authorized Extra Work shall be paid in accordance with Exhibit B. 5. PROJECT MANAGER 5.1 Contractor shall designate a Project Manager, who shall coordinate all phases of the Project. This Project Manager shall be available to City at all reasonable times during the Agreement term. Contractor has designated Ed Skane to be its Project Manager. Contractor shall not remove or reassign the Project Manager or any personnel listed in Exhibit A or assign any new or replacement personnel to the Project without the prior written consent of City. City's approval shall not be unreasonably withheld with respect to the removal or assignment of non -key personnel. Global Power Group, Inc. Page 3 5.2 Contractor, at the sole discretion of City, shall remove from the Project any of its personnel assigned to the performance of Services upon written request of City. Contractor warrants that it will continuously furnish the necessary personnel to complete the Project on a timely basis as contemplated by this Agreement. 6. ADMINISTRATION This Agreement will be administered by the Municipal Operations Department. City's Utilities Manager or designee shall be the Project Administrator and shall have the authority to act for City under this Agreement. The Project Administrator shall represent City in all matters pertaining to the Services to be rendered pursuant to this Agreement. 7. CITY'S RESPONSIBILITIES To assist Contractor in the execution of its responsibilities under this Agreement, City agrees to provide access to and upon request of Contractor, one copy of all existing relevant information on file at City. City will provide all such materials in a timely manner so as not to cause delays in Contractor's Work schedule. 8. TYPE AND INSTALLATION OF MATERIALS/STANDARD OF CARE 8.1 Contractor shall use only the standard materials described in Exhibit A in performing Services under this Agreement. Any deviation from the materials described in Exhibit A shall not be installed or utilized unless approved in advance and in writing by the Project Administrator. 8.2 All of the Services shall be performed by Contractor or under Contractor's supervision. Contractor represents that it possesses the personnel required to perform the Services required by this Agreement, and that it will perform all Services in a manner commensurate with highest industry standards. All Services shall be performed by qualified and experienced personnel who are not employed by City. By delivery of completed Work, Contractor certifies that the Work conforms to the requirements of this Agreement and all applicable federal, state and local laws and the industry standard. 8.3 Contractor represents and warrants to City that it has, shall obtain and shall keep in full force and effect during the term hereof, at its sole cost and expense, all licenses, permits, qualifications, insurance and approvals of whatsoever nature that is legally required of Contractor to practice its profession. Contractor shall maintain a City of Newport Beach business license during the term of this Agreement. 8.4 Contractor shall not be responsible for delay, nor shall Contractor be responsible for damages or be in default or deemed to be in default by reason of strikes, lockouts, accidents, acts of God, or the failure of City to furnish timely information or to approve or disapprove Contractor's Work promptly, or delay or faulty performance by City, contractors, or governmental agencies. Global Power Group, Inc. Page 4 9. RESPONSIBILITY FOR DAMAGES OR INJURY 9.1 City and all officers, employees and representatives thereof shall not be responsible in any manner for any loss or damage to any of the materials or other things used or employed in performing the Project or for injury to or death of any person as a result of Contractor's performance of the Services required hereunder; or for damage to property from any cause arising from the performance of the Project by Contractor, or its subcontractors, or its workers, or anyone employed by either of them. 9.2 Contractor shall be responsible for any liability imposed by law and for injuries to or death of any person or damage to property resulting from defects, obstructions or from any cause arising from Contractor's Work on the Project, or the Work of any subcontractor or supplier selected by Contractor. 9.3 To the fullest extent permitted by law, Contractor shall indemnify, defend and hold harmless City, its City Council, boards and commissions, officers, agents, volunteers, and employees (collectively, the "Indemnified Parties") from and against any and all claims (including, without limitation, claims for bodily injury, death or damage to property), demands, obligations, damages, actions, causes of action, suits, losses, judgments, fines, penalties, liabilities, costs and expenses (including, without limitation, attorneys' fees, disbursements and court costs) of every kind and nature whatsoever (individually, a Claim; collectively, "Claims"), which may arise from or in any manner relate (directly or indirectly) to any breach of the terms and conditions of this Agreement, any Work performed or Services provided under this Agreement including, without limitation, defects in workmanship or materials or Contractor's presence or activities conducted on the Project (including the negligent and/or willful acts, errors and/or omissions of Contractor, its principals, officers, agents, employees, vendors, suppliers, consultants, subcontractors, anyone employed directly or indirectly by any of them or for whose acts they may be liable or any or all of them). 9.4 Notwithstanding the foregoing, nothing herein shall be construed to require Contractor to indemnify the Indemnified Parties from any Claim arising from the sole negligence or willful misconduct of the Indemnified Parties. Nothing in this indemnity shall be construed as authorizing any award of attorneys' fees in any action on or to enforce the terms of this Agreement. This indemnity shall apply to all claims and liability regardless of whether any insurance policies are applicable. The policy limits do not act as a limitation upon the amount of indemnification to be provided by Contractor. 9.5 Contractor shall perform all Work in a manner to minimize public inconvenience and possible hazard, to restore other work areas to their original condition and former usefulness as soon as possible, and to protect public and private property. Contractor shall be liable for any private or public property damaged during the performance of the Work by Contractor or its agents. 9.6 To the extent authorized by law, as much of the money due Contractor under and by virtue of the Agreement as shall be considered necessary by City may be Global Power Group, Inc. Page 5 retained by it until disposition has been made of such suits or claims for damages as aforesaid. 9.7 The rights and obligations set forth in this Section shall survive the termination of this Agreement. 10. INDEPENDENT CONTRACTOR It is understood that City retains Contractor on an independent contractor basis and Contractor is not an agent or employee of City. The manner and means of conducting the Work are under the control of Contractor, except to the extent they are limited by statute, rule or regulation and the expressed terms of this Agreement. No civil service status or other right of employment shall accrue to Contractor or its employees. Nothing in this Agreement shall be deemed to constitute approval for Contractor or any of Contractor's employees or agents, to be the agents or employees of City. Contractor shall have the responsibility for and control over the means of performing the Work, provided that Contractor is in compliance with the terms of this Agreement. Anything in this Agreement that may appear to give City the right to direct Contractor as to the details of the performance of the Work or to exercise a measure of control over Contractor shall mean only that Contractor shall follow the desires of City with respect to the results of the Services. 11. COOPERATION Contractor agrees to work closely and cooperate fully with City's designated Project Administrator and any other agencies that may have jurisdiction or interest in the Work to be performed. City agrees to cooperate with Contractor.on the Project. 12. CITY POLICY Contractor shall discuss and review all matters relating to policy and Project direction with City's Project Administrator in advance of all critical decision points in order to ensure the Project proceeds in a manner consistent with City goals and policies. 13. PROGRESS Contractor is responsible for keeping the Project Administrator informed on a regular basis regarding the status and progress of the Project, activities performed and planned, and any meetings that have been scheduled or are desired. 14. INSURANCE Without limiting Contractor's indemnification of City, and prior to commencement of Work, Contractor shall obtain, provide and maintain at its own expense during the term of this Agreement or for other periods as specified in this Agreement, policies of insurance of the type, amounts, terms and conditions described in the Insurance Requirements attached hereto as Exhibit C, and incorporated herein by reference. Global Power Group, Inc. Page 6 15. PREVAILING WAGES Pursuant to the applicable provisions of the Labor Code of the State of California, not less than the general prevailing rate of per diem wages including legal holidays and overtime Work for each craft or type of workman needed to execute the Work contemplated under the Agreement shall be paid to all workmen employed on the Work to be done according to the Agreement by the Contractor and any subcontractor. In accordance with the California Labor Code (Sections 1770 et seq.), the Director of Industrial Relations has ascertained the general prevailing rate of per diem wages in the locality in which the Work is to be performed for each craft, classification, or type of workman or mechanic needed to execute the Agreement. A copy of said determination is available by calling the prevailing wage hotline number (415) 703-4774, and requesting one from the Department of Industrial Relations. The Contractor is required to obtain the wage determinations from the Department of Industrial Relations and post at the job site the prevailing rate or per diem wages. It shall be the obligation of the Contractor or any subcontractor under him/her to comply with all State of California labor laws, rules and regulations and the parties agree that the City shall not be liable for any violation thereof. 16. PROHIBITION AGAINST ASSIGNMENTS AND TRANSFERS Except as specifically authorized under this Agreement, the Services to be provided under this Agreement shall not be assigned, transferred contracted or subcontracted out without the prior written approval of City. Any of the following shall be construed as an assignment: The sale, assignment, transfer or other disposition of any of the issued and outstanding capital stock of Contractor, or of the interest of any general partner or joint venturer or syndicate member or cotenant if Contractor is a partnership or joint -venture or syndicate or cotenancy, which shall result in changing the control of Contractor. Control means fifty percent (50%) or more of the voting power or twenty-five percent (25%) or more of the assets of the corporation, partnership or joint - venture. 17. SUBCONTRACTING The subcontractors authorized by City, if any, to perform Work on this Project are identified in Exhibit A. Contractor shall be fully responsible to City for all acts and omissions of any subcontractor. Nothing in this Agreement shall create any contractual relationship between City and any subcontractor nor shall it create any obligation on the part of City to pay or to see to the payment of any monies due to any such subcontractor other than as otherwise required by law. City is an intended beneficiary of any Work performed by the subcontractor for purposes of establishing a duty of care between the subcontractor and City. Except as specifically authorized herein, the Services to be provided under this Agreement shall not be otherwise assigned, transferred, contracted or subcontracted out without the prior written approval of City. Global Power Group, Inc. Page 7 18. OWNERSHIP OF DOCUMENTS Each and every report, draft, map, record, plan, document and other writing produced (hereinafter "Documents"), prepared or caused to be prepared by Contractor, its officers, employees, agents and subcontractors, in the course of implementing this Agreement, shall become the exclusive property of City, and City shall have the sole right to use such materials in its discretion without further compensation to Contractor or any other party. Contractor shall, at Contractor's expense, provide such Documents to City upon prior written request. 19. CONFIDENTIALITY All Documents, including drafts, preliminary drawings or plans, notes and communications that result from the Services in this Agreement, shall be kept confidential unless City expressly authorizes in writing the release of information. 20. RECORDS Contractor shall keep records and invoices in connection with the Services to be performed under this Agreement. Contractor shall maintain complete and accurate records with respect to the costs incurred under this Agreement and any Services, expenditures and disbursements charged to City, for a minimum period of three (3) years, or for any longer period required by law, from the date of final payment to Contractor under this Agreement. All such records and invoices shall be clearly identifiable. Contractor shall allow a representative of City to examine, audit and make transcripts or copies of such records and invoices during regular business hours. Contractor shall 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 to Contractor under this Agreement. 21. WITHHOLDINGS City may withhold payment to Contractor of any disputed sums until satisfaction of the dispute with respect to such payment. Such withholding shall not be deemed to constitute a failure to pay according to the terms of this Agreement. Contractor shall not discontinue Work as a result of such withholding. Contractor shall have an immediate right to appeal to the City Manager or his/her designee with respect to such disputed sums. Contractor shall be entitled to receive interest on any withheld sums at the rate of return that City earned on its investments during the time period, from the date of withholding of any amounts found to have been improperly withheld. 22. CITY'S RIGHT TO EMPLOY OTHER CONTRACTORS City reserves the right to employ other contractors in connection with the Project. Global Power Group, Inc. Page 8 23. CONFLICTS OF INTEREST 23.1 Contractor or its employees may be subject to the provisions of the California Political Reform Act of 1974 (the "Act"), which (1) requires such persons to disclose any financial interest that may foreseeably be materially affected by the Work performed under this Agreement, and (2) prohibits such persons from making, or participating in making, decisions that will foreseeably financially affect such interest. 23.2 If subject to the Act, Contractor shall conform to all requirements of the Act. Failure to do so constitutes a material breach and is grounds for immediate termination of this Agreement by City. Contractor shall indemnify and hold harmless City for any and all claims for damages resulting from Contractor's violation of this Section. 24. NOTICES 24.1 All notices, demands, requests or approvals, including any change in mailing address, to be given under the terms of this Agreement shall be given in writing, and conclusively shall be deemed served when delivered personally, or on the third business day after the deposit thereof in the United States mail, postage prepaid, first- class mail, addressed as hereinafter provided. 24.2 All notices, demands, requests or approvals from Contractor to City shall be addressed to City at: Attn: Utilities Manager Municipal Operations Department City of Newport Beach 100 Civic Center Drive PO Box 1768 Newport Beach, CA 92658 24.3 All notices, demands, requests or approvals from City to Contractor shall be addressed to Contractor at: Attn: Salvatore Martorana Global Power Group, Inc. 12060 Woodside Avenue Lakeside CA 92040 25. CLAIMS Unless a shorter time is specified elsewhere in this Agreement, before making its final request for payment under this Agreement, Contractor shall submit to City, in writing, all claims for compensation under or arising out of this Agreement. Contractor's acceptance of the final payment shall constitute a waiver of all claims for compensation under or arising out of this Agreement except those previously made in writing and identified by Contractor in writing as unsettled at the time of its final request Global Power Group, Inc. Page 9 for payment. Contractor and City expressly agree that in addition to any claims filing requirements set forth in the Agreement, Contractor shall be required to file any claim Contractor may have against City in strict conformance with the Government Claims Act (Government Code sections 900 et seq.). 26. TERMINATION 26.1 In the event that either party fails or refuses to perform any of the provisions of this Agreement at the time and in the manner required, that party shall be deemed in default in the performance of this Agreement. If such default is not cured within a period of two (2) calendar days, or if more than two (2) calendar days are reasonably required to cure the default and the defaulting party fails to give adequate assurance of due performance within two (2) calendar days after receipt of written notice of default, specifying the nature of such default and the steps necessary to cure such default, and thereafter diligently take steps to cure the default, the non -defaulting party may terminate the Agreement forthwith by giving to the defaulting party written notice thereof. 26.2 Notwithstanding the above provisions, City shall have the right, at its sole and absolute discretion and without cause, of terminating this Agreement at any time by giving no less than seven (7) calendar days' prior written notice to Contractor. In the event of termination under this Section, City shall pay Contractor for Services satisfactorily performed and costs incurred up to the effective date of termination for which Contractor has not been previously paid. On the effective date of termination, Contractor shall deliver to City all reports, Documents and other information developed or accumulated in the performance of this Agreement, whether in draft or final form. 27. LABOR 27.1 Contractor shall conform with all applicable provisions of state and federal law including, but not limited to, applicable provisions of the federal Fair Labor Standards Act ("FLSA") (29 USCA § 201, et seg.). 27.2 Whenever Contractor has knowledge that any actual or potential labor dispute is delaying or threatens to delay the timely performance of this Agreement, Contractor shall immediately give written notice to City, and provide all relevant information. 27.3 Contractor represents that all persons working under this Agreement are verified to be U.S. citizens or persons legally authorized to work in the United States. 27.4 To the fullest extent permitted by law, Contractor shall indemnify, defend, and hold harmless City, its City Council, boards and commissions, officers, agents, volunteers, and employees from loss or damage, including but not limited to attorneys' fees, and other costs of defense by reason of actual or alleged violations of any applicable federal, state and local labor laws or law, rules, and/or regulations. This obligation shall survive the expiration and/or termination of the Agreement. Global Power Group, Inc. Page 10 28. STANDARD PROVISIONS 28.1 Recitals. City and Contractor acknowledge that the above Recitals are true and correct and are hereby incorporated by reference. 28.2 Compliance with all Laws. Contractor shall, at its own cost and expense, comply with all statutes, ordinances, regulations and requirements of all governmental entities, including federal, state, county or municipal, whether now in force or hereinafter enacted. In addition, all Work prepared by Contractor shall conform to applicable City, county, state and federal laws, rules, regulations and permit requirements and be subject to approval of the Project Administrator and City. 28.3 Waiver. A waiver by either party of any breach, of any term, covenant or condition contained herein shall not be deemed to be a waiver of any subsequent breach of the same or any other term, covenant or condition contained herein, whether of the same or a different character. 28.4 Integrated Contract. This Agreement represents the full and complete understanding of every kind or nature whatsoever between the parties hereto, and all preliminary negotiations and agreements of whatsoever kind or nature are merged herein. No verbal agreement or implied covenant shall be held to vary the provisions herein. 28.5 Conflicts or Inconsistencies. In the event there are any conflicts or inconsistencies between this Agreement and the Scope of Services or any other attachments attached hereto, the terms of this Agreement shall govern. 28.6 Interpretation. The terms of this Agreement shall be construed in accordance with the meaning of the language used and shall not be construed for or against either party by reason of the authorship of the Agreement or any other rule of construction which might otherwise apply. 28.7 Amendments. This Agreement may be modified or amended only by a written document executed by both Contractor and City and approved as to form by the City Attorney. 28.8 Severability. If any term or portion of this Agreement is held to be invalid, illegal, or otherwise unenforceable by a court of competent jurisdiction, the remaining provisions of this Agreement shall continue in full force and effect. 28.9 Controlling Law and Venue. The laws of the State of California shall govern this Agreement and all matters relating to it and any action brought relating to this Agreement shall be adjudicated in a court of competent jurisdiction in the County of Orange, State of California. 28.10 Equal Opportunity Employment. Contractor represents that it is an equal opportunity employer and it shall not discriminate against any subcontractor, employee Global Power Group, Inc. Page 11 or applicant for employment because of race, religion, color, national origin, handicap, ancestry, sex, age or any other impermissible basis under law. 28.11 No Attorneys' Fees. In the event of any dispute or legal action arising under this Agreement, the prevailing party shall not be entitled to attorneys' fees. 28.12 Counterparts. This Agreement may be executed in two (2) or more counterparts, each of which shall be deemed an original and all of which together shall constitute one (1) and the same instrument. [SIGNATURES ON NEXT PAGE] Global Power Group, Inc. Page 12 IN WITNESS WHEREOF, the parties have caused this Agreement to be executed on the dates written below. APPROVED AS TO FORM: CITY ATTO NEY' OFFICE Date: By: Aaron C. Harp v M oulorl s City Attorney ATTEST: / �D' Date: b CITY OF NEWPORT BEACH, a California municipal corporat r)�+o- /_ _ '? t . I K1\1 - By: `7 , °Cly Edward D. Mayor CONTRACTOR: Global Power Group, Inc., a Calliifornia corporation Date: 6//f//S A By: "k- By: Leilani I. Brown City Clerk F Date: 0 rtorana Financial Officer [END OF SIGNATURES] Attachments: Exhibit A — Scope of Services Exhibit B — Schedule of Billing Rates Exhibit C — Insurance Requirements Global Power Group, Inc. Page 13 EXHIBIT A SCOPE OF SERVICES Global Power Group, Inc. Page A-1 SCOPE OF SERVICES • INTENT o The intent of these specifications is to provide full and complete details of preventive maintenance and as -needed repair services for City generators located throughout the City. • DESCRIPTION OF PROJECT o Furnish all labor, equipment, materials, and supervision to perform generator preventive maintenance and repair services as described herein including, but not limited to, the following: • Quarterly and annual preventive maintenance Services, and ■ As -needed repairs. • WORKING HOURS o Normal working hours shall be between the hours of 7:00 AM and 4:00 PM, Monday through Thursday, 7:00 AM to 3:30 PM Fridays. No weekend or after- hours work is to be scheduled without prior written permission from the City, unless it is an emergency situation. • LEVEL OF MAINTENANCE o All work shall be performed in accordance with the HIGHEST INDUSTRY STANDARDS, as stated in the enclosed maintenance specification description. Standards and frequencies may be modified from time to time as deemed necessary by the City for the proper maintenance of the sites. o If, in the judgment of the City, the level of maintenance is less than that specified herein, the City shall, at its option, in addition to or in lieu of other remedies provided herein, withhold appropriate payment from the Contractor until services are rendered in accordance with specifications set forth within this document and providing no other arrangements have been made between the Contractor and the City. Failure to notify of a change and/or failure to perform an item or work on a scheduled day may, at the City's sole discretion, result in deduction of payment for that date, week, or month. Payment will be retained for work not performed until such time as the work is performed to City standard. 11Page o The Contractor is required to correct deficiencies within the time specified by the City. If noted deficient work has not been completed, payment for subject deficiency shall be withheld for current billing period and shall continue to be withheld until deficiency is corrected, without right to retroactive payments. • CORRESPONDENCE o All correspondence shall be addressed to Utilities Manager, Municipal Operations Department, City of Newport Beach, PO Box 1768, Newport Beach, California 92658-8915. • PREVENTIVE MAINTENANCE SERVICES The selected contractor shall perform the following preventive maintenance tasks: o QUARTERLY INSPECTION SERVICES • Inspect generator enclosure for obstructions, debris & corrosion, clean & spot paint. ■ Starting batteries will be cleaned and electrolyte levels and specific gravity checked. • Battery load test performed, reports made for recharging or replacing batteries, and charging system will be checked for proper operation. • Inspect fuel, oil and coolant system for leaks. ■ All fluid levels will be checked and topped -off as needed, fuel levels noted and reported. ■ Check engine for leaks, top of all engine fluids and governor system and linkage will be checked for binding and proper operation. • Air cleaners will be checked and recommendations for replacement made when necessary. ■ Engine block heater(s) and associated plumbing will be checked for proper operation. ■ All belts will be checked for proper tension, signs of age and wear. • Radiator will be checked externally for debris, leaks and corrosion. ■ Coolant will be tested with a coolant test strip, internal condition noted. • Radiator will be pressure tested and cap and seal checked for proper seal. ■ All cooling system hoses will be checked for defects. • Check all electrical connections, switches, gauges, and bulbs for proper operation, including panel lights. 21 Page • Equipment will be checked for abnormal speed, operation, vibration, and noises. • Automatic transfer switches will be visually inspected for defects, panel lights checked. • Check automatic transfer switch and generator for bad connections with an infrared gun. ■ Simulate power failure and test system for proper operation — must notify City staff first. • Log generator start and stop times in logbook. ■ Change oil/filter based on manufacturer's specification. o ANNUAL INSPECTION SERVICES • Perform Quarterly Inspection Service items. ■ Change engine lubrication oil and oil filters. • Change engine fuel filters (if not required quarterly). • Change engine air cleaner element(s). • Change water filters and coolant conditioners (if not required quarterly). ■ Obtain oil and coolant sample for analysis by fluid testing lab. ■ Dispose of hazardous wastes from Inspection/Service. • Load banks tested at manufacturer's recommendation on full load for one- hour and monitored to ensure proper operation. ■ Fuel polishing to remove water, bacteria and sediment from fuel tank, sample fuel to determine condition of fuel. ■ Switch gear and automatic transfer switch inspection and service. • Annual trailer service: pack wheel bearings, check light operation, clean trailer magnets and adjust breaks, clean and paint any rust. • Contractor shall provide written recommendations and estimated cost for repairs beyond normal preventive maintenance service including itemized cost of all parts. • EMERGENCY SERVICES o Contractor shall provide telephone numbers for after-hours, weekend and holiday emergency service. o Contractor shall provide 24-hour emergency service. A technician will respond within one (1) hour by phone and be onsite within two (2) hours of service request. Furnish on-site documentation of all PM's and repair work for parts descriptions, cost, and labor to City Representative. 31 Page • REPAIR SERVICES o When the need for repair services arises, the City shall request in writing, the necessary services required in adequate detail. Contractor shall then provide a letter proposal for Services requested by the City (hereinafter referred to as the "Letter Proposal"). The Letter Proposal shall include the following: • A detailed description of the Services to be provided; • The estimated number of hours and cost to complete the Services; and ■ The time needed to finish the specific Project. o City will assess the Letter Proposal to ensure that services and costs proposed are commensurate with those provided in the Contractor's RFP response. No services shall be provided until the City has provided written acceptance of the Letter Proposal. Once authorized to proceed, Contractor shall diligently perform the duties in the approved Letter Proposal. o After -Hours shall be Monday through Thursday 4:00 PM to 7:00 AM. o Weekend Hours shall be Friday at 3: 30 PM to 7:00 AM Monday. o Holidays shall be based on the list of Federal Holidays, and are listed below: • New Year's Day ■ Birthday of Martin Luther King, Jr. ■ Washington's Birthday ■ Memorial Day • Independence Day • Labor Day ■ Columbus Day ■ Veterans Day • Thanksgiving Day • Christmas Day 41 Page • ADDITIONAL SERVICE REQUIREMENTS o Contractor shall designate a specific employee or employees to provide services to the Police Department Headquarters, who shall be required to undergo a background check process prior to commencement of work. o Additional as -needed repair or emergency services are performed as applicable to each piece of equipment. As -needed and emergency repair Services shall be available 24 hours a day 7 Days a week. o Fuel delivery of #2 EPA diesel shall be made with Contractor's certified fuel truck. o Contractor shall hold a current A, B and C-10 Electrical Contractors License. o If requested, Contractor shall provide assistance with Engine Emissions information and APCD Registration. o Factory Trained Generator Service Engineers. o Contractor's engineers shall be Hazmat Certified to legally haul specified amounts of hazardous wastes. o Contractor shall work with City staff to keep the Emergency Power System operating as safely and reliably as possible. In addition, Contractor shall keep the City abreast of any changes in local environmental and safety codes and potential problems that could jeopardize the reliability of the City's generator equipment. 51 Page CITY GENERATOR DETAILS Name Serial # Address Make Model Power #5573 3621168 949 W. 16" MQ DCA60-SSI 48 KW St. #5576 3649881 3300 Pacific MQ DCA60SSI 48 KW View Dr. #5591 7400015 3300 Pacific MQ DCA100SSJU 48 KW View Dr. #5993 3165909 949 W. 16t Generac GR50 50 KW St. #5994 3231954 949 W. 16t Generac GR50 50 KW St. #5995 7303265 949 W. 16th MQ DCA70-SSJU 40 KW St. #5996 7700i85 949 W. 16t MQ DCA85-SSJU 60 KW St. #5997 8500270 949 W. 16th MQ DCA125-SSJU 72 KW St. #9291 2037779 949 W. 16t Generac 97AO5754-S 150 KW St. #5992 Back Bay 3119161 949 W. 16th Generac GR85 71 KW Pump Station St. Bren Tract 2289881 1733 Ford Kohler 50REZG 50 KW Rd. Caterpillar Portable 74610 592 Kato 4P2-1688 200 KW Superior Ave Old City Hall 2051300 3300 Generac 99AO6219-S 250 KW Newport Blvd. Civic Center #1 2114805 100 Civic Generac 13557300300 400 KW Center Dr. Civic Center #2 2114806 100 Civic Generac 13557300300 400 KW Center Dr. Fire Station #1 890003 110 Balboa Generac 89AO3730-S 12.5 KW Blvd. Fire Station #2 K800535846 475 32"d St. Onan 125JC-3CR 12.5 KW Fire Station #3 2038387 868 Santa Generac 97AO6481-S 30 KW Barbara Dr. Fire Station #4 2010148 124 Marine Generac 93AO4362-S 20 KW Ave. 61 Page Fire Station #5 2072988 410 Generac 3302380100 20 KW Marigold Ave. Fire Station #6 2087723 1348 Dover Generac 6498200100 20 KW Dr. Fire Station #7 D070043062 20401 Cummins DSHAC— 200 KW Acacia St. 5841388 Fire Station #8 H950585247 6502 Ridge Onan 50 DGCA 50 KW Park Dr. Harbor Ridge 2291604 Harbor Kohler 45REZG 45 KW Ridge & Ridgeline Dr. Life Guard Head 0741794 20th St. Kohler 30REOZJB 30 KW Quarters Police Station 2103983 870 Santa Generac 1133915010 300 KW Barbara Dr. Polaris Dr 2287528 10191/2 Kohler 80REZG 80 KW Polaris Dr. Water Dept/Zone 4 351118 3300 Pacific Waukesha F1197GU 150 KW View Dr. Water Dept/ 3 0719531 3300 Pacific Kohler 600ROZD4 600 KW Pump View Dr. Zone 5 0729771 39 Morro Kohler 100RFG 100 KW Bay Dr. 7 1 P a g e EXHIBIT B SCHEDULE OF BILLING RATES Global Power Group, Inc. Page B-1 COST FILE Please attach company rate sheets for items not listed below. Location Make Model Quarterly PM Service (3xs a year) Annual Service (1xa year) Total Per Unit #5573 ma DCA60-SSI $256 $256 $1,024 #5576 MQ DCA60SSI $256 $256 $1,024 #5591 MQ DCA60SSI $256 $256 $1,024 #5993 Generac GR50 $263 $263 $1,052 #5994 Generac G R50 $263 $263 $1,052 #5995 MQ DCA70-SSJU $263 $263 $1,052 #5996 MQ OCA85-SSJU $263 $263 $1,052 #5997 MQ DCA125- SSJU $306 $306 $1,224 #9291 Generac 97AO5754-S $306 $306 $1,224 Back Bay Pump Station Generac GR85 $277 $277 $1,108 Bren Tract Kohler 50REZG $380 $380 $1,520 Caterpillar Portable Kohler 3406 $400 $400 $1,600 City Hall Generac 99A06219 -S $400 $400 $1,600 Civic Center #1- 2114805 Generac 1355730030 0 $520 $520 $2,080 Civic Center #2 - 2114806 Generac 1355730030 0 $520 $520 $2,080 Fire Station #1 Generac 89AO3730-S $380 $380 $1,520 Fire Station #2 Onan 125JC-3CR $380 $380 $1,520 Fire Station #3 Generac 97AO6481-S $380 $380 $1,520 Fire Station #4 Generac 93A04362 -S $380 $380 $1,520 Fire Station #5 Generac 3302380100 $380 $380 $1,520 Fire Station #6 Generac 6498200100 $380 $380 $1,520 Fire Station #7 Cummins DSHAC $400 $400 $1,600 Life Guard Head Quarters Kohler 30REOZJB $380 $380 $1,520 Fire Station #8 Onan 50 DGCA $380 $380 $1,520 Harbor Ridge Kohler 45REZG $380 $380 $1,520 Police Station Generac SC300 $480 $480 $1,920 Polaris Dr Kohler 80REZG $430 $430 $1,720 Water Dept/Zone 4 Waukesha F1197GU $306 $306 $1,224 Water Dept/ 3 Pump Kohler 600ROZD4 $480 $480 $1,920 Zone 5 Kohler 10ORFG $380 $380 $1,520 Repair Services Rates Regular Hourly Rate 95.00 Minimum Hours N/A After -Hours Rate 142.50 Minimum Hours 4hrs if called out Weekends 142.50 Minimum Hours 4hrs if called out Holidays `See scope for qualifying holidays 190.00 Minimum Hours 4hrs The pricing indicated above must be inclusive of anyapplicable Prevailing Wage. EXHIBIT C INSURANCE REQUIREMENTS — MAINTENANCE/REPAIR/JANITORIAL SERVICES 1. Provision of Insurance. Without limiting Contractor's indemnification of City, and prior to commencement of Work, Contractor shall obtain, provide and maintain at its own expense during the term of this Agreement, policies of insurance of the type and amounts described below and in a form satisfactory to City. Contractor agrees to provide insurance in accordance with requirements set forth here. If Contractor uses existing coverage to comply and that coverage does not meet these requirements, Contractor agrees to amend, supplement or endorse the existing coverage. 2. Acceptable Insurers. All insurance policies shall be issued by an insurance company currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, with an assigned policyholders' Rating of A- (or higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition of Best's Key Rating Guide, unless otherwise approved by the City's Risk Manager. 3. Coverage Requirements. A. Workers' Compensation Insurance. Contractor shall maintain Workers' Compensation Insurance, statutory limits, and Employer's Liability Insurance with limits of at least one million dollars ($1,000,000) each accident for bodily injury by accident and each employee for bodily injury by disease in accordance with the laws of the State of California, Section 3700 of the Labor Code. Contractor shall submit to City, along with the certificate of insurance, a Waiver of Subrogation endorsement in favor of City, its officers, agents, employees and volunteers. B. General Liability Insurance. Contractor shall maintain commercial general liability insurance and, if necessary, umbrella liability insurance, with coverage at least as broad as provided by Insurance Services Office form CG 00 01, in an amount not less than one million dollars ($1,000,000) per occurrence, two million dollars ($2,000,000) general aggregate. The policy shall cover liability arising from premises, operations, products - completed operations, personal and advertising injury, and liability assumed under an insured contract (including the tort liability of another assumed in a business contract). C. Automobile Liability Insurance. Contractor shall maintain automobile insurance at least as broad as Insurance Services Office form CA 00 01 covering bodily injury and property damage for all activities of Contractor arising out of or in connection with Work to be performed under this Agreement, including coverage for any owned, hired, non -owned or rented Global Power Group, Inc. Page C-1 vehicles, in an amount not less than one million dollars ($1,000,000) combined single limit each accident. 4. Other Insurance Requirements. The policies are to contain, or be endorsed to contain, the following provisions: A. Waiver of Subrogation. All insurance coverage maintained or procured pursuant to this Agreement shall be endorsed to waive subrogation against City, its elected or appointed officers, agents, officials, employees and volunteers or shall specifically allow Contractor or others providing insurance evidence in compliance with these requirements to waive their right of recovery prior to a loss. Contractor hereby waives its own right of recovery against City, and shall require similar written express waivers from each of its subconsultants. B. Additional Insured Status. All liability policies including general liability, products and completed operations, excess liability, pollution liability, and automobile liability, if required, shall provide or be endorsed to provide that City and its officers, officials, employees, and agents shall be included as insureds under such policies. C. Primary and Non Contributory. All liability coverage shall apply on a primary basis and shall not require contribution from any insurance or self- insurance maintained by City. D. Notice of Cancellation. All policies shall provide City with thirty (30) calendar days notice of cancellation (except for nonpayment -for which ten (10) calendar days notice is required) or nonrenewal of coverage for each required coverage. 5. Additional Agreements Between the Parties. The parties hereby agree to the following: A. Evidence of Insurance. Contractor shall provide certificates of insurance to City as evidence of the insurance coverage required herein, along with a waiver of subrogation endorsement for workers' compensation and other endorsements as specified herein for each coverage. Insurance certificates and endorsement must be approved by City's Risk Manager prior to commencement of performance. Current certification of insurance shall be kept on file with City at all times during the term of this Agreement. City reserves the right to require complete, certified copies of all required insurance policies, at any time. B. City's Right to Revise Requirements. City reserves the right at any time during the terra of the Agreement to change the amounts and types of insurance required by giving Contractor sixty (60) calendar days advance written notice of such change. If such change results in substantial Global Power Group, Inc. Page C-2 additional cost to Contractor, City and Contractor may renegotiate Contractor's compensation. C. Right to Review Subcontracts. Contractor agrees that upon request, all agreements with subcontractors or others with whom Contractor enters into contracts with on behalf of City will be submitted to City for review. Failure of City to request copies of such agreements will not impose any liability on City, or its employees. Contractor shall require and verify that all subcontractors maintain insurance meeting all the requirements stated herein, and Contractor shall ensure that City is an additional insured on insurance required from subcontractors. For CGL coverage, subcontractors shall provide coverage with a format at least as broad as CG 20 38 04 13. D. Enforcement of Agreement Provisions. Contractor acknowledges and agrees that any actual or alleged failure on the part of City to inform Contractor of non-compliance with any requirement imposes no additional obligations on City nor does it waive any rights hereunder. E. Requirements not Limiting. Requirements of specific coverage features or limits contained in this Section are not intended as a limitation on coverage, limits or other requirements, or a waiver of any coverage normally provided by any insurance. Specific reference to a given coverage feature is for purposes of clarification only as it pertains to a given issue and is not intended by any party or insured to be all inclusive, or to the exclusion of other coverage, or a waiver of any type. If the Contractor maintains higher limits than the minimums shown above, the City requires and shall be entitled to coverage for higher limits maintained by the Contractor. Any available insurance proceeds in excess of the specified minimum limits of insurance and coverage shall be available to the City. F. Self-insured Retentions. Any self-insured retentions must be declared to and approved by City. City reserves the right to require that self-insured retentions be eliminated, lowered, or replaced by a deductible. Self- insurance will not be considered to comply with these requirements unless approved by City. G. City Remedies for Non -Compliance If Contractor or any sub - consultant fails to provide and maintain insurance as required herein, then City shall have the right but not the obligation, to purchase such insurance, to terminate this Agreement, or to suspend Contractor's right to proceed until proper evidence of insurance is provided. Any amounts paid by City shall, at City's sole option, be deducted from amounts payable to Contractor or reimbursed by Contractor upon demand. Global Power Group, Inc. Page C-3 H. Timely Notice of Claims. Contractor shall give City prompt and timely notice of claims made or suits instituted that arise out of or result from Contractor's performance under this Contract, and that involve or may involve coverage under any of the required liability policies. City assumes no obligation or liability by such notice, but has the right (but not the duty) to monitor the handling of any such claim or claims if they are likely to involve City. Contractor's Insurance. Contractor shall also procure and maintain, at its own cost and expense, any additional kinds of insurance, which in its own judgment may be necessary for its proper protection and prosecution of the Work. Global Power Group, Inc. Page C-4 CERTIFICATE OF INSURANCE CHECKLIST City of Newport Beach This checklist is comprised of requirements as outlined by the City of Newport Beach. * Date Received: 6/10/15 Dept./Contact Received From: Joan Date Completed: 6/11/15 Sent to: Joan By: Chris Company/Person required to have certificate: Global Power Group, Inc. Type of contract: All Others I. GENERAL LIABILITY EFFECTIVE/EXPIRATION DATE: 3/15/15-3/15/16 A. INSURANCE COMPANY: Great American Assurance B. AM BEST RATING (A-: VII or greater): A+:XIII C. ADMITTED Company (Must be California Admitted): Is Company admitted in California? ® Yes ❑ No D. LIMITS (Must be $1M or greater): What is limit provided? 1,000,000/2,000,000 E. ADDITIONAL INSURED ENDORSEMENT—please attach ® Yes ❑ No F. PRODUCTS AND COMPLETED OPERATIONS (Must include): Is it included? (completed Operations status does not apply to Waste Haulers or Recreation) ® Yes ❑ No G. ADDITIONAL INSURED FOR PRODUCTS AND COMPLETED OPERATIONS ENDORSEMENT (completed Operations status does not apply to Waste Haulers) ® Yes ❑ No H. ADDITIONAL INSURED WORDING TO INCLUDE (The City its officers, officials, employees and volunteers): Is it included? ® Yes ❑ No I. PRIMARY & NON-CONTRIBUTORY WORDING (Must be included): Is it included? ® Yes ❑ No J. CAUTION! (Confirm that loss or liability of the named insured is not limited solely by their negligence) Does endorsement include "solely by negligence" wording? ❑ Yes ® No K. ELECTED SCMAF COVERAGE (RECREATION ONLY): ® N/A ❑ Yes ❑ No L. NOTICE OF CANCELLATION: ❑ N/A ® Yes ❑ No II. AUTOMOBILE LIABILITY EFFECTIVE/EXPIRATION DATE: 3/15/15-3/15/16 A. INSURANCE COMPANY: American Fire and Casualty Company B. AM BEST RATING (A-: VII or greater) A:XV C. ADMITTED COMPANY (Must be California Admitted): Is Company admitted in California? Yes ❑ No D. LIMITS - If Employees (Must be $1 M min. BI & PD and $500,000 UM, $2M min for Waste Haulers): What is limits provided? 1,000,000 E LIMITS Waiver of Auto Insurance / Proof of coverage (if individual) (What is limits provided?) N/A F. PRIMARY & NON-CONTRIBUTORY WORDING (For Waste Haulers only): ® N/A ❑ Yes ❑ No G. HIRED AND NON -OWNED AUTO ONLY: ❑ N/A ❑ Yes ® No H. NOTICE OF CANCELLATION: ❑ N/A ® Yes 0 No III. WORKERS' COMPENSATION EFFECTIVE/EXPIRATION DATE: 5/1/15-4/30/16 A. INSURANCE COMPANY: ACE American Insurance Company B. AM BEST RATING (A-: VII or greater): A++:XV C. ADMITTED Company (Must be California Admitted): ® Yes ❑ No D. WORKERS' COMPENSATION LIMIT: Statutory ® Yes ❑ No E. EMPLOYERS' LIABILITY LIMIT (Must be $1M or greater) 2,000,000 F. WAIVER OF SUBROGATION (To include): Is it included? ® Yes ❑ No G. SIGNED WORKERS' COMPENSATION EXEMPTION FORM: ® N/A ❑ Yes ❑ No H. NOTICE OF CANCELLATION: ❑ N/A ® Yes ❑ No ADDITIONAL COVERAGE'S THAT MAYBE REQUIRED IV. PROFESSIONAL LIABILITY V POLLUTION LIABILITY V BUILDERS RISK HAVE ALL ABOVE REQUIREMENTS BEEN MET? IF NO, WHICH ITEMS NEED TO BE COMPLETED? Approved, Agent of Alliant Insurance Services Broker of record for the City of Newport Beach 6/11/15 Date ® N/A ❑ Yes ❑ No ® N/A ❑ Yes ❑ No ® N/A ❑ Yes ❑ No ® Yes ❑ No RISK MANAGEMENT APPROVAL REQUIRED (Non -admitted carrier rated less than _ Self Insured Retention or Deductible greater than $ ) ❑ N/A ❑ Yes ❑ No Reason for Risk Management approval/exception/waiver: Approved: Risk Management Date * Subject to the terms of the contract.