Loading...
HomeMy WebLinkAboutC-8456-1 - On-Call M/RSA for Civic Center ChillerAMENDMENT NO. TWO TO ON-CALL MAINTENANCEIREPAIR SERVICES AGREEMENT WITH TRANE U.S. INC. FOR CIVIC CENTER CHILLER THIS AMENDMENT NO. TWO TO ON-CALL MAINTENANCE/REPAIR SERVICES AGREEMENT ("Amendment No. Two") is made and entered into as of this 26th day of March, 2021 ("Effective Date"), by and between the CITY OF NEWPORT BEACH, a California municipal corporation and charter city ("City"), and TRANE U.S., INC., a Delaware corporation ("Contractor"), whose address is 17760 Rowland Street, City of Industry, California 91748 and is made with reference to the following: RECITALS A. On March 28, 20171 City and Contractor entered into an On -Call Maintenance/Repair Services Agreement ("Agreement") for Contractor to perform on-call maintenance and/or repair services for City ("Project"). B. On March 19, 2020, City and Contractor entered into Amendment No. One to the Agreement ("Amendment No. One") to extend the term of the Agreement to March 27, 2021, amend the Administration, Conflicts of Interest, Notices and Claims sections, update the Insurance requirements, and add Section 29 to the Agreement related to Bonds. C. The parties desire to enter into this Amendment No. Two to reflect additional Services not included in the Agreement, as amended, to extend the term of the Agreement to May 28, 2021, and to increase the total compensation. 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 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 Letter Proposal 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 Two Hundred Ninety One Thousand Two Hundred Fifty Dollars and 001100 ($291,250.00), without prior written amendment to the Agreement." TRANE U.S., INC. Page 1 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 subconsultant fees, in an amount not to exceed Twenty One Thousand Two Hundred Fifty Dollars and 001100 ($21,250.00). 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] TRANE U.S., INC. Page 2 IN WITNESS WHEREOF, the parties have caused this Amendment No. Two to be executed on the dates written below. APPROVED AS TO FORM: CITY ATTO NEY'S OFFICE Date: 20Z By: (91, 4— ' Aaron C. Harp City Attorney ����� ATTEST: Date: 7 -z'? -7'0Z/ By: USC Leilani I. Brown City Clerk CITY OF NEWPORT BEACH, a California municipal corporation By: Gr K. Leung 910manager CONTRACTOR: TRANE U.S., INC., a Delaware corporation Date: Signed in Counterpart Scott W. Smillie Assistant Secretary [END OF SIGNATURES] TRANE U.S., INC. Page 3 i 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: Zoe By:(.{�..�� Aaron C. Harp City Attorney ATTEST: A-=—,VeAj Date: '7;Z7. Z /L Th1od�R. !�, rr�u�zn.•r 0 Leilani I. Brown City Clerk CITY OF NEWPORT BEACH, a California municipal corporation Date: By: Grace K. Leung City Manager CONTRACTOR: TRANE U.S., INC., a Delaware corporation By: 1 S ott W. Assistant [END OF SIGNATURES] TRANE U.S., INC. Page 3 AMENDMENT NO. ONE TO ON-CALL MAINTENANCE/REPAIR SERVICES AGREEMENT WITH TRANE U.S. INC. FOR CIVIC CENTER CHILLER THIS AMENDMENT NO. ONE TO ON-CALL MAINTENANCE/REPAIR SERVICES AGREEMENT ("Amendment No. One") is made and entered into as of this 19th day of March, 2020 ("Effective Date"), by and between the CITY OF NEWPORT BEACH, a California municipal corporation and charter city ("City"), and TRANE U.S., INC., a Delaware corporation ("Contractor"), whose address is 17760 Rowland Street, City of Industry, California 91748, and is made with reference to the following: RECITALS A. On March 28, 2017, City and Contractor entered into an On -Call Maintenance/Repair Services Agreement ("Agreement") for Contractor to perform on-call maintenance and/or repair services for City ("Project"). B. The parties desire to enter into this Amendment No. One to extend the term of the Agreement to March 27, 2021, amend the Administration, Conflicts of Interest, Notices, and Claims sections, update the Insurance requirements, and add Section 29 to the Agreement related to Bonds. 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 March 27, 2021, unless terminated earlier as set forth herein." 2. ADMINISTRATION Section 6 of the Agreement is amended in its entirety and replaced with the following: "This Agreement will be administered by the Public Works. City's Director of Public Works 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." 3. CONFLICTS OF INTEREST Section 23 of the Agreement is amended in its entirety and replaced with the following: "23.1 Contractor or its employees may be subject to the provisions of the California Political Reform Act of 1974 (the "Act") and/or Government Code §§ 1090 et seq., which (1) require such persons to disclose any financial interest that may foreseeably be materially affected by the Work performed under this Agreement, and (2) prohibit such persons from making, or participating in making, decisions that will foreseeably financially affect such interest. 23.2 If subject to the Act and/or Government Code §§ 1090 et seq., Contractor shall conform to all requirements therein. 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." 4. NOTICES Section 24.2 of the Agreement is amended in its entirety and replaced with the following: "24.2 All notices, demands, requests or approvals from Contractor to City shall be addressed to City at: Attn: Director of Public Works Public Works City of Newport Beach 100 Civic Center Drive PO Box 1768 Newport Beach, CA 92658" CLAIMS Section 25 of the Agreement is amended in its entirety and replaced with the following: 25.1 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 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.). 25.2 To the extent that Contractor's claim is a "Claim" as defined in Public Contract Code section 9204 or any successor statute thereto, the Parties agree to follow the dispute resolution process set forth therein. Any part of such "Claim" remaining in dispute after completion of the dispute resolution process provided for in Public Contract Code section 9204 or any successor statute thereto shall be subject to the Government Claims Act requirements requiring Contractor/Consultant to file a claim in strict conformance with the Government Claims Act. To the extent that Contractor's claim is not a "Claim" as defined in Public Contract Code section 9204 or any successor statute thereto, Contractor shall be required to file such claim with the City in strict conformance with the Government Claims Act (Government Code sections 900 et seq.). Trane U.S. Inc. Page 2 6. BONDING Section 29 shall be added to the Agreement and shall read as follows: 29.1 For any Letter Proposal accepted by City of over Twenty Five Thousand Dollars and 00/100 ($25,000.00), Contractor shall obtain, provide and maintain at its own expense during the term of this Agreement: (1) a Labor and Materials Payment Bond in the amount of one hundred percent (100%) of the total amount to be paid Contractor as set forth in any Letter Proposal accepted by City of over Twenty Five Thousand Dollars and 00/100 ($25,000.00), and in the form attached hereto as Exhibit D which is incorporated herein by this reference; and (2) a Faithful Performance Bond in the amount of one hundred percent (100%) of the total amount to be paid Contractor as set forth in any Letter Proposal accepted by City of over Twenty Five Thousand Dollars and 00/100 ($25,000.00), and in the form attached hereto as Exhibit E which is incorporated herein by this reference. 29.2 The Labor and Materials Payment Bond and Faithful Performance Bond shall be issued by an insurance organization or surety (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, (2) listed as an acceptable surety in the latest revision of the Federal Register Circular 570, and (3) assigned a Policyholders' Rating A (or higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition of Best's Key Rating Guide: Property - Casualty. 29.3 Contractor shall deliver, concurrently with City's approval of any Letter Proposal over Twenty Five Thousand Dollars and 00/100 ($25,000.00), the Labor and Materials Payment Bond and Faithful Performance Bond, a certified copy of the "Certificate of Authority" of the Insurer or Surety issued by the Insurance Commissioner, which authorizes the Insurer or Surety to transact surety insurance in the State of California. INSURANCE Exhibit C of the Agreement shall be deleted in its entirety and replaced with Exhibit C, attached hereto and incorporated herein by reference. Any reference to Exhibit C in the Agreement shall hereafter refer to Exhibit C attached hereto. 8. INTEGRATED CONTRACT Except as expressly modified herein, all other provisions, terms, and covenants set forth in the Agreement shall remain unchanged and shall be in full force and effect. (SIGNATURES ON NEXT PAGE] Trane U.S. Inc. Page 3 IN WITNESS WHEREOF, the parties have caused this Amendment No. One to be executed on the dates written below. APPROVED AS TO FORM: CITY A Date: M Aaron\C. Harp City Attorney ATTEST: Date: 6-30 -Zt2ll OFFICE By: '&-r1/1�— ,,4Z.Leilani 1, Brown - city Y� k :. CITY OF NEWPORT BEACH, a California municipal corporation zj Date: Oy'a$'90'.10 2 By: Grac I Leung City Uv nager CONTRACTOR: TRANE U.S. INC., a Delaware corporation Date: Signed in Counterpart By: Scott W. Smillie Assistant Secretary [END OF SIGNATURES] Attachments: Exhibit C – Insurance Requirements Exhibit D – Labor and Materials Payment Bond Exhibit E – Faithful Performance Bond Trane U.S. Inc. Page 4 IN WITNESS WHEREOF, the parties have caused this Amendment No. One to be executed on the dates written below. APPROVED AS TO FORM: CITY ATTORNEY'S OFFICE Date: BY: L... Aaron C. Harp City Attorney ATTEST: Date: In Leilani I. Brown City Clerk Attachments: CITY OF NEWPORT BEACH, a California municipal corporation Date: By: Grace K. Leung City Manager CONTRACTOR: TRANE Delaware corporation Date: S-� ^:20-x02-0 to Assistant\Seiretary [END OF SIGNATURES] Exhibit C — Insurance Requirements Exhibit D — Labor and Materials Payment Bond Exhibit E — Faithful Performance Bond U.S. INC., a Trane U.S. Inc. Page EXHIBIT C INSURANCE REQUIREMENTS — MAINTENANCE/REPAIR/JANITORIAL SERVICES 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. 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. Coverage Requirements. 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 City Council, boards and commissions, officers, agents, volunteers and employees. 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). 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 Trane U.S., Inc. Page C-1 vehicles, in an amount not less than one million dollars ($1,000,000) combined single limit each accident. Other Insurance Requirements. The policies are to contain, or be endorsed to contain, the following provisions: Waiver of Subrogation. All insurance coverage maintained or procured pursuant to this Agreement shall be endorsed to waive subrogation against City, its City Council, boards and commissions, officers, agents, volunteers and employees 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 subcontractors. 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, its City Council, boards and commissions, officers, agents, volunteers and employees shall be included as insureds under such policies. 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. 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. Additional Agreements Between the Parties. The parties hereby agree to the following: 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. The certificates and endorsements for each insurance policy shall be signed by a person authorized by that insurer to bind coverage on its behalf. At least fifteen (15) days prior to the expiration of any such policy, evidence of insurance showing that such insurance coverage has been renewed or extended shall be filed with the City. If such coverage is cancelled or reduced, Contractor shall, within ten (10) days after receipt of written notice of such cancellation or reduction of coverage, file with the City evidence of Trane U.S., Inc. Page C-2 insurance showing that the required insurance has been reinstated or has been provided through another insurance company or companies. City reserves the right to require complete, certified copies of all required insurance policies, at any time. City's Right to Revise Requirements. City reserves the right at any time during the term 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 additional cost to Contractor, City and Contractor may renegotiate Contractor's compensation. 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. 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. 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. 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. Trane U.S., Inc. Page C-3 City Remedies for Non -Compliance. If Contractor or any subcontractor 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. 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 Agreement, 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. Trane U.S., Inc. Page C-4 EXHIBIT D CITY OF NEWPORT BEACH BOND NO. LABOR AND MATERIALS PAYMENT BOND WHEREAS, the City of Newport Beach, State of California, has awarded to hereinafter designated as the "Principal," an agreement for maintenance and/or repair services, in the City of Newport Beach, in strict conformity with the Agreement on file with the office of the City Clerk of the City of Newport Beach, which is incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute the Agreement and the terms thereof require the furnishing of a bond, providing that if Principal or any of Principal's subcontractors, shall fail to pay for any materials, provisions, or other supplies used in, upon, for, or about the performance of the Work agreed to be done, or for any work or labor done thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth. NOW, THEREFORE, We the undersigned Principal, and, duly authorized to transact business under the laws of the State of California, as Surety, (referred to herein as "Surety") are held and firmly bound unto the City of Newport Beach, in the sum of Dollars ( ), lawful money of the United States of America, said sum being equal to 100% of the amount of any Letter Proposal accepted by City of over Twenty Five Thousand Dollars and 00/100 ($25,000.00), payable by the City of Newport Beach under the terms of the Agreement; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these present. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal or the Principal's subcontractors, fail to pay for any materials, provisions, or other supplies, implements or machinery used in, upon, for, or about the performance of the Work contracted to be done, or for any other work or labor thereon of any kind, or for amounts due under the Unemployment Insurance Code with respect to such work or labor, or for any amounts required to be deducted, withheld and paid over to the Employment Development Department from the wages of employees of the Principal and subcontractors pursuant to Section 13020 of the Unemployment Insurance Code with respect to such work and labor, then the Surety will pay for the same, in an amount not exceeding the sum specified in this Bond, and also, in case suit is brought to enforce the obligations of this Bond, a reasonable attorneys' fee, to be fixed by the Court as required by the provisions of Section 9554 of the Civil Code of the State of California. The Bond shall inure to the benefit of any and all persons, companies, and corporations entitled to file claims under Section 9100 of the California Civil Code so as to give a right of action to them or their assigns in any suit brought upon this Bond, as Trane U.S., Inc. Page D-1 required by and in accordance with the provisions of Sections 9500 et seq. of the Civil Code of the State of California. And Surety, for value received, hereby stipulates and agrees that no change, extension of time, alterations or additions to the terms of the Agreement or to the Work to be performed thereunder shall in any wise affect its obligations on this Bond, and it does hereby waive notice of any such change, extension of time, alterations or additions to the terms of the Agreement or to the Work or to the specifications. In the event that any principal above named executed this Bond as an individual, it is agreed that the death of any such principal shall not exonerate the Surety from its obligations under this Bond. IN WITNESS WHEREOF, this instrument has been duly executed by the above named Principal and Surety, on the day of , 20_ Name of Contractor (Principal) Name of Surety Address of Surety Telephone APPROVED AS TO FORM: CITY ATTORNEY'S OFFICE 0 Aaron C. Harp City Attorney Authorized Signature/Title Authorized Agent Signature Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED Trane U.S., Inc. Page D-2 ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of )ss. On 20 before me, Notary Public, personally appeared who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. (seal) State of California County of )Ss. On 20 before me, Notary Public, personally appeared proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature (seal) Trane U.S., Inc. Page D-3 EXHIBIT E CITY OF NEWPORT BEACH BOND NO. FAITHFUL PERFORMANCE BOND The premium charges on this Bond is $ , being at the rate of $ thousand of the Agreement price. WHEREAS, the City of Newport Beach, State of California, has awarded to hereinafter designated as the "Principal," an agreement for maintenance and/or repair services in the City of Newport Beach, in strict conformity with the Agreement on file with the office of the City Clerk of the City of Newport Beach, which is incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute the Agreement and the terms thereof require the furnishing of a Bond for the faithful performance of the Agreement. NOW, THEREFORE, we, the Principal, and duly authorized to transact business under the laws of the State of California as Surety (hereinafter "Surety'), are held and firmly bound unto the City of Newport Beach, in the sum of ( ) lawful money of the United States of America, said sum being equal to 100% of the amount of any Letter Proposal accepted by City of over Twenty Five Thousand Dollars and 00/100 ($25,000.00), to be paid to the City of Newport Beach, its successors, and assigns; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these present. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal, or the Principal's heirs, executors, administrators, successors, or assigns, fail to abide by, and well and truly keep and perform any or all the Work, covenants, conditions, and agreements in the Agreement and any alteration thereof made as therein provided on its part, to be kept and performed at the time and in the manner therein specified, and in all respects according to its true intent and meaning, or fails to indemnify, defend, and save harmless the City of Newport Beach, its officers, employees and agents, as therein stipulated, then, Surety will faithfully perform the same, in an amount not exceeding the sum specified in this Bond; otherwise this obligation shall become null and void. As a part of the obligation secured hereby, and in addition to the face amount specified in this Performance Bond, there shall be included costs and reasonable expenses and fees, including reasonable attorneys fees, incurred by City, only in the event City is required to bring an action in law or equity against Surety to enforce the obligations of this Bond. Surety, for value received, stipulates and agrees that no change, extension of time, alterations or additions to the terms of the Agreement or to the Work to be performed thereunder shall in any way affect its obligations on this Bond, and it does hereby waive Trane U.S., Inc. Page E-1 notice of any such change, extension of time, alterations or additions of the Agreement or to the Work or to the specifications. This Faithful Performance Bond shall be extended and maintained by the Principal in full force and effect for one (1) year following the date of formal acceptance of the Project by City. In the event that the Principal executed this bond as an individual, it is agreed that the death of any such Principal shall not exonerate the Surety from its obligations under this Bond. IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety above named, on the day of , 20_ Name of Contractor (Principal) Name of Surety Address of Surety Telephone APPROVED AS TO FORM: CITY ATTORNEY'S OFFICE In Aaron C. Harp City Attorney Authorized Signature/Title Authorized Agent Signature Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED Trane U.S., Inc. Page E-2 ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of ) ss. On 20 before me, Notary Public, personally appeared who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. (seal) State of California County of ) ss. On 20 before me, Notary Public, personally appeared proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature (seal) Trane U.S., Inc. Page E-3 CERTIFICATE OF INSURANCE CHECKLIST City of Newport Beach This checklist Is comprised of requirements as outlined by the City of Newport Beach. * Date Received: 4/20/2020 Department: Public Works Dept./Contact Received From: Shelby Morgan Sent to: Marissa By: Shelby Company/Person required to have certificate: Type of contract: 11. Trane U.S. Inc. On Call Maintenance/Repair Agreement GENERAL LIABILITY EFFECTIVE/EXPIRATION DATE: 4/17/2020-4/17/2021 A. INSURANCE COMPANY: National Union Fire Insurance Cor B. AM BEST RATING (A-: VII or greater): A:XV C. ADMITTED Company (Must be California Admitted): Is Company admitted in California? D. LIMITS (Must be $1M or greater): What is limit provided? E. ADDITIONAL INSURED ENDORSEMENT—please attach F. ADDITIONAL INSURED WORDING TO INCLUDE (The City its officers, officials, employees and volunteers): Is it included? G. PRIMARY & NON-CONTRIBUTORY WORDING (Must be included): Is it included? H. PRODUCTS AND COMPLETED OPERATIONS (Must include): Is it included? (completed Operations status does not apply to Waste Haulers or Recreation) AUTOMOBILE LIABILITY EFFECTIVE/EXPIRATION DATE: 4/17/2020-4/17/2021 A. INSURANCE COMPANY: National Union Fire Insurance Company B. AM BEST RATING (A-: VII or greater) A:XV C. ADMITTED COMPANY (Must be California Admitted): Is Company admitted in California? D. LIMITS - If Employees (Must be $1 M min. BI & PD and $500,000 UM, $2M min for Waste Haulers): What is limits provided? E. PRIMARY & NON-CONTRIBUTORY WORDING ENDORSEMENT - please attach F. HIRED AND NON -OWNED AUTO ONLY: G. ADDITIONAL INSURED ENDORSEMENT—please attach H. ADDITIONAL INSURED WORDING TO INCLUDE (The City its officers, officials, employees and volunteers): Is it included? I. SIGNED AUTOMOBILE INSURANCE EXEMPTION FORM: y NAIC#19445 ❑ No ❑✓ N/A ❑ Yes ❑ No Yes $7.5M/occur No ❑� Yes ❑� Yes Yes ❑ N/A ❑� Yes ❑ No ❑ No ❑ No ❑ No NAIC#19445 ❑ No ❑./ Yes $5M ❑ No ❑✓ Yes ❑ No ❑✓ N/A ❑ Yes ❑ No [Z] Yes ❑ No ❑✓ Yes ❑ No ❑✓ N/A ❑Yes ❑ No III WORKERS' COMPENSATION EFFECTIVE/EXPIRATION DATE: 4/17/2020-4/17/2021 A. INSURANCE COMPANY: Travelers Indemnity Co of America MAIC#25666 B. AM BEST RATING (A-: VII or greater): A++:XV C. ADMITTED Company (Must be California Admitted): D. WORKERS' COMPENSATION LIMIT: Statutory E. EMPLOYERS' LIABILITY LIMIT (Must be $1 M or greater) F. WAIVER OF SUBROGATION (To include): Is it included? G. SIGNED WORKERS' COMPENSATION EXEMPTION FORM: ADDITIONAL COVERAGES THAT MAYBE REQUIRED ❑✓ Yes ❑ No ❑� Yes ❑ No $1M R1 Yes F1 No ❑✓ N/A ❑ Yes ❑ No ❑ PROFESSIONAL LIABILITY EFFECTIVE/EXPIRATION DATE: A. INSURANCE COMPANY: ❑ POLLUTION LIABILITY EFFECTIVE/EXPIRATION DATE: A. INSURANCE COMPANY: ❑ BUILDER'S RISK EFFECTIVE/EXPIRATION DATE: A. INSURANCE COMPANY: FJ EFFECTIVE/EXPIRATION DATE: A. INSURANCE COMPANY: Approved: Ing- /-D- Risk Management 6/8/2020 Date 0�v ON-CALL MAINTENANCE/REPAIR SERVICES AGREEMENT WITH TRANE U.S. INC. FOR CIVIC CENTER CHILLER THIS ON-CALL MAINTENANCE/REPAIR SERVICES AGREEMENT ("Agreement') is made and entered into as of this 28th day of March, 2017 ("Effective Date"), by and between the CITY OF NEWPORT BEACH, a California municipal corporation and charter city ("City"), and TRANE U.S. INC., a Delaware corporation ("Contractor"), whose address is 17760 Rowland Street, City of Industry, California 91748, 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 on-call 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 March 27, 2020, unless terminated earlier as set forth herein. 2. SERVICES TO BE PERFORMED 2.1 Contractor shall perform the on-call services described in the Scope of Services attached hereto as Exhibit A and incorporated herein by reference ("Services' or "Work"). Upon written request from the Project Administrator as defined herein, Contractor shall provide a letter proposal for Services requested by the City (hereinafter referred to as the "Letter Proposal'). The Letter Proposal shall include the following: 2.1.1 A detailed description of the Services to be provided; 2.1.2 The position of each person to be assigned to perform the Services, and the name of the individuals to be assigned, if available; 2.1.3 The estimated number of hours and cost to complete the Services; and 2.1.4 The time needed to finish the specific project. 2.2 No Services shall be provided until the Project Administrator has provided written acceptance of the Letter Proposal. Once authorized to proceed, Contractor shall diligently perform the duties in the approved Letter Proposal. 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 and the Letter Proposal. 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 and the Letter Proposal, 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 Letter Proposal 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 Two Hundred Seventy Thousand Dollars and 00/100 ($270,000.00), 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 Trane U.S. 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 and the Letter Proposal, 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 and the Letter Proposal. 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 Kerry Frank 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. 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. Trane U.S. Inc. Page 3 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 Fleet/Facilities 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 community professional standards and with the ordinary degree of skill and care that would be used by other reasonably competent practitioners of the same discipline under similar circumstances. 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, all applicable federal, state and local laws and legally recognized professional standards. 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. Trane U.S. 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 retained by it until disposition has been made of such suits or claims for damages as aforesaid. Trane U.S. Inc. Page 5 9.7 The rights and obligations set forth in this Section shall survive the termination of this Agreement. 10. INDEPENDENT CONTRACTOR 10.1 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. 10.2 Consultant agrees and acknowledges that no individual performing Services pursuant to this Agreement shall: work full-time for more than six (6) months; work regular part-time service of at least twenty (20) hours per week for one year or longer; work nine hundred sixty (960) hours in any fiscal year; or already be a CalPERS member. 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 Trane U.S. Inc. Page 6 insurance of the type, amounts, terms and conditions described in the Insurance Requirements attached hereto as Exhibit C, and incorporated herein by reference. 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 and the Letter Proposal. 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. Trane U.S. 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. 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 Trane U.S. Inc. Page 8 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: Fleet/Facilities 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: Kerry Frank Trane U.S. Inc. 17760 Rowland Street City of Industry, CA 91748 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 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.). Trane U.S. Inc. Page 9 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 seq.). 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. 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 Trane U.S. Inc. Page 10 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 or applicant for employment because of race, religious creed, color, national origin, ancestry, physical handicap, medical condition, marital status, sex, sexual orientation, 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. Trane U.S. Inc. Page 11 IN WITNESS WHEREOF, the parties have caused this Agreement to be executed on the dates written below. APPROVED AS TO FORM: CITY ATTORNEY'S OFFICE M Harp ATTEST: n Date: h By: ll , _ Leilani I. Brown City Clerk _® CITY OF NEWPORT BEACH, a CaliforniaYndnic4al corporal Kevin Mayor CONTRACTOR: Trane U.S. Inc., a Delaware corporation Date: By: TCIemnWr istrict Manager [END OF SIGNATURES] Attachments: Exhibit A — Scope of Services Exhibit B — Schedule of Billing Rates Exhibit C — Insurance Requirements Trane U.S. Inc. Page 12 EXHIBIT A SCOPE OF SERVICES Trane U.S. Inc. Page A-1 TRINE Boiidinq Services TRANE SCHEDULED SERVICE AGREEMENT Scope of Services-- Standard Inclusions Provided in your Scheduled Service Agreement: 'Trane Scheduled lylaintenam:e Scheduled number of specific service events and associated labor performed during Trane normal business hours as outlined in the Equipment Coverage and Services section of this Agreement. Basic materials and supplies determined necessary by the Trane Technician for the normal performance of Scheduled Maintenance are covered by the annual fee and include grease, cleaning solvents, and wiping cloths. W Refrigerant Matmgrnwnt This scope includes: • Refrigerant Replacement at 0% of Charge per unit per year • Trane Technicians will capture and track all refrigerant activity performed by Trane for each piece of Covered Equipment • Refrigerant Usage Reports can be generated annually franc I aborat.n Aualysi The Trane Chemical Laboratory performs routine analysis and trending of oil, absorption solutions, and refrigerants as required. Equipped with this knowledge and Trane's extensive experience we can identify and head off potential system failures more definitively than service providers who depend on third party testing laboratories. Iffif Cooling Ccmtingency Plannin.v Trane emergency preparedness personnel will provide, free of charge upon request, Cooling Contingency Planning to anticipate and respond to unusual or unplanned cooling needs. Planning will address temporary chillers, portable auxiliary power units, and recommendations for facility modifications to prepare your system for temporary cooling. Additional Scope of Services: OPERATOR COACHING & TRAINING VARIABLE FREQUENCY DRIVE MAINTENANCE REFRIGERANT MONITOR MAINTENANCE & CALIBRATION FIRMWARE UPDATES FOR CHILLER CONTROLLERS (AS NEEDED) TRAME #IrrRdirrg Services TRANE SCHEDULED SERVICE AGREEMENT Equipinent Coverage and Services Trane will perform the following scheduled services on the described equipment located at: Newport Beach Civic Center The following "Covered Equipment," including their VFD components (if applicable), will be serviced at Newport Beach Civic Center: ORIGINAL PROPOSAL EQUIPMENT... Equipment Qty Manufacturer Model Number Asset Tag Series R' Water -Cooled Chillers 2 Trane RTWD... CH -1,2 Pumps (Chilled Water, Condenser Water, and Heating Hot Water) 6 Bell &Gossett Size 1510 P-1-6 Hot Water Boilers 2 RayPak H7-0850 B-1,2 Chillgard® LE Refrigerant Monitor 1 MSA A -LE -D-4-1... n/a Return Fans - Direct Drive 3 Alliance 4VN-AS-PF RF -1,4-5 Return Fans - Belt Driven 2 Greenheck QEI... RF -2,3 Air Handling Units 5 Alliance 4VN... AHU-1-5 Cooling Tower 1 BAC 15177 CT -1 Split -System Precision Cooling Units 3 Liebert BF067A... CU-12A,12B,18 AC-12A,12B,18 ADDENDUM EQUIPMENT... Unit Notes MFG Model # Serial # split system indoor fan coil Mitsubishi PEFY-P48NMAU-E 18WO1002 split system indoor fan coil Mitsubishi PEFY-P08NMAU-E 15 WO1476 split system indoor fan coil Mitsubishi PEFY-P 18NMAU-E 15 WO1392 split system indoor fan coil Mitsubishi PEFY-P08NMAU-E 15 WO 1475 split system indoor fan coil WASHABLE FILTERS Mitsubishi LGH -F I 200RX3-E, D10682770 NO GREASE, NO OIL, NO BELTS Greenheck SQ -120-13-X 12679907 - 1112 NO GREASE, NO OIL, NO BELTS Greenheck SQ -130 -VG -7-X 13385499 - 1308 expansion tank/air separator Bell and Gossett R -3F 227438 split system condensing unit Mitsubishi PUY-Al2NHA4 16UO3046C split system condensing unit Mitsubishi MUY-D36NA 2001663T packaged AC unit Mitsubishi PEA-Al2AA4 13M00104 packaged AC unit Mitsubishi PEA-Al2AA4 13M00098 condensate pump system, plumbed incorrectly Hartell AZ-X-1965DV split system condensing unit Mitsubishi PUY-Al2NHA4 15UO25700 split system condensing unit Mitsubishi PKA-A24KA4 12M00920 NO GREASE, NO OIL, NO BELTS Greenheck G -143 -VG -7-X 12679819 1201, NO GREASE, NO OIL, NO BELTS Greenheck G -143 -VG -7-X 12679820 1201, split system condensing unit Mitsubishi PUY-A18NHA4 14U02251C constant volume AC unit Mitsubishi SDV5-004 767858 -001 - 001 NO GREASE, NO OIL, NO BELTS Greenheck SA -85 -D -X 12679912 1112, split system condensing unit Mitsubishi PUY-Al2NHA4 15U02680C split system condensing unit Mitsubishi PURY-P168TGMU- A 88WO0189 tech did not include filter sizes in service report (Khris Jackson) Mitsubishi PEFY-P30NMAU-E 19WO0980 tech did not include filter sizes in service report (Khris Jackson) Mitsubishi PEFY-P36NMAU-E 19WO1215 washable filters Mitsubishi PKFY-P24NKMU-E 11M00093 expansion tank/air separator / no M# S# on service report Bell and Gossett no M# S# on service report / unit inaccessible Mitsubishi no M# S# on service report / unit inaccessible Greenheck no M# S# on service report / unit inaccessible Greenheck no M# S# on service report / unit inaccessible Greenheck NO GREASE, NO OIL, NO BELTS Greenheck G -075 -D -X 122679821 1201, Notes MFG Model # Serial # packaged AC unit / washable filter Mitsubishi MSY-D36NA 2000602 packaged AC unit / washable filter Mitsubishi PEA-Al2AA4 13MOO101 no belt size on service report BAC 15177 U122431601-01 Baldor Electric 35ROIIW329G2 F1111103441 split system condensing unit Mitsubishi PUY-A24NHA4 3ZU14359A split system condensing unit Mitsubishi PUY-A24NHA4 19UO4867D split system condensing unit Mitsubishi PUY-A24NHA4 19UO4826D split system indoor fan coil Mitsubishi PLA-A24BA4 02AO0710B split system indoor fan coil/washable filter Mitsubishi PKA-A24KA4 12MO1083 NO GREASE, NO OIL, NO BELTS Greenheck CVE-121-VG-5-6 12679822-1201 split system condensing unit Mitsubishi PUY-Al2NHA4 16UO3047C NO GREASE, NO OIL, NO BELTS Greenheck SQ -12C -A -X 12679905 NO GREASE, NO OIL, NO BELTS Greenheck SQ -85 -D -X 12679910-1112 NO GREASE, NO OIL, NO BELTS Greenheck SQ -95 -V6 -4-X 2679906-1112 split system indoor fan coil/washable filter Mitsubishi PKA-A18HA4 02AO0928A No Access Mitsubishi SDV5-002 767858002-001 Computer Room Units Precision Cooling BF042ADAM01902S Computer Room Units Precision Cooling BF042ADAMOI902S Computer Room Units Precision Cooling BF042ADAMOI902S rMNE Building Services TRANE SCHEDULED SERVICE AGREEMENT Equip11.1ent Coverage and Services (cont'd) Trane will perform the following scheduled services on the described equipment located at: Newport Beach Civic Center Description Quantity Per Term Series RTM Chiller Annual Inspection 1 Series RTM Chiller Operational Quarterly Inspection 3 Refrigerant Monitor Maintenance & Calibration 1 Annual Mechanical -Draft Cooling Tower Inspection 1 Quarterly Mechanical -Draft Cooling Tower Inspection 3 Variable Frequency Drive Maintenance 1 Annual Pump Maintenance 1 Quarterly Pump Running Inspection 3 Variable Frequency Drive Maintenance 1 Annual Air Handler Maintenance 1 Quarterly Air Handler Maintenance 3 Variable Frequency Drive Maintenance 1 Annual Boiler Maintenance 1 Quarterly Boiler Inspection 3 Annual Return Fan Maintenance 1 Quarterly Return Fan Inspection 3 Variable Frequency Drive Maintenance 1 Annual Liebert Split System Maintenance 1 Quarterly Liebert Split System Inspection 3 Annual Exhaust Fan Maintenance 1 Quarterly Exhaust Fan Inspection 3 Fan Coil Unit Inspection 4 Annual A/C Unit Maintenance 1 Quarterly A/C Unit Inspection 3 MME TRANE SCHEDULED SERVICE AGREEMENT Cyusto ner Service Flaw The following Customer Service Flows provide additional service description detail for Covered Equipment. ON-SITE OPERATOR TRAINING: Chilled Water System Fundamentals • Components • Refrigerant Flow • Oil Flow &Recovery • Controls • Airside Systems • Troubleshooting WATER-COOLED ROTARY CHILLERS: Comprehensive Annual Inspection Report in with the Customer Representative. Record and report abnormal conditions, measurements taken, etc. Review customer logs with the customer for operational problems and trends. General Assembly • Leak -test the chiller and report the leak check results. Repair minor leaks as required (e.g. valve packing, flare nuts). • Visually inspect condenser tubes for cleanliness. Controls and Safeties • Inspect the control panel for cleanliness. Inspect wiring and connections for tightness and signs of overheating and discoloration. Verify all settings in the electronic control panel. Test the oil pressure safety device. Calibrate and record setting. . Test the high motor temperature safety device. Calibrate and record setting. Test the operation of the chilled water pump and condenser water pump starter auxiliary contacts. Verify the setting of the current control device. Test the operation of the optical oil sensor. Condenser Tube Brushing • Isolate the condenser water side of the chiller and drain water (condenser isolation valves must hold) • Drop the condenser heads • Inspect tubes, check for scaling. • Brush all condenser tubes • Replace condenser head gasket with new OEM Trane part • Open isolation valves and fill chiller with water Lubrication System Pull oil sample for spectroscopic analysis. Test the oil for acid content and discoloration. Make recommendations to the customerbased on the results of the test. Change the oil filter. Verify the operation of the oil heater. Measure amps and volts and compare the readings with the watt rating of the heater. Motor and Starter • Clean the starter and cabinet. • Inspect wiring and connections for tightness and signs of overheating and discoloration. • Check tightness of motor terminal connections. • Check condition of the contacts for wear and pitting. • Check contactors for free and smooth operation. • Check the mechanical linkages for wear, security and clearances. • Meg the motor and record readings. • Verify the operation of the electrical interlocks. • Measure voltage and record. Voltage should be nominal voltage t 10%. Mid -Season Running Inspection • Check the general operation of the unit. • Log the operating temperatures, pressures, voltages, and amperages. • Check the operation of the control circuit. • Check the operation of the motor and starter. • Analyze the recorded data. Compare the data to the original design conditions. • Review operating procedures with operating personnel. • Provide a written report of completed work, operating log, and indicate any uncorrected deficiencies detected. AIR COOLED CHILLERS: Comprehensive Annual Inspection • Report in with the Customer Representative. • Record and report abnormal conditions, measurements taken, etc. Review customer logs with the customer for operational problems and trends. General Assembly • Inspect for leaks and report leak check result. • Repair minor leaks as required (e.g. valve packing, flare nuts). • Check the condenser fans for clearances and free operation. • Check tightness of condenser fan motor mounting brackets. • Check the set screws on the fan shafts. • Visually inspect the condenser coil for cleanliness. Verify the performance of the fan control inverter VFD, if applicable. • Grease bearings as required. Controls and Safeties Inspect the control panel for cleanliness. Inspect wiring and connections for tightness and signs of overheating and discoloration. Verify the working condition of all indicator/alarm lights and LED/LCD displays. Test oil pressure safety device (as required). Calibrate and record setting. Test the operation of the chilled water pump starter auxiliary contacts. Lubrication System Pull oil sample for spectroscopic analysis. Test oil for acid content and discoloration. Make recommendations to the customerbased on the results of the test. • Verify the operation of the oil heaters. Motor and Starter • Clean the starter cabinet and starter components. • Inspect wiring and connections for tightness and signs of overheating and discoloration. • Check the condition of the contacts for wear and pitting. • Check contactors for free and smooth operation. • Check all mechanical linkages for wear, security and clearances. • Verify tightness of the motor terminal connections. Meg the motor and record readings. • Verify the operation of the electrical interlocks. • Measure voltage and record. Voltage should be nominal voltage t10%. Quarterly Running Inspection • Check the general operation of the unit. • Log the operating temperatures, pressures, voltages, and amperages. • Check the operation of the control circuit. • Check the operation of the lubrication system. • Check the operation of the motor and starter. • Analyze the recorded data. Compare the data to the original design conditions. • Review operating procedures with operating personnel. • Provide a written report of completed work, operation log and indicate any uncorrected deficiencies detected. AIR HANDLING UNITS: Comprehensive Annual Inspection • Report in with the Customer Representative. • Record and report abnormal conditions, measurements taken, etc. • Review customer logs with the customer for operational problems and trends. General Assembly • Inspect the unit for cleanliness. • Inspect the fan wheel and shaft for wear and clearance. • Check the sheaves and pulleys for wear and alignment. • Replace Belts • Verify tight bolts, set screws, and locking collars. • Check dampers for wear, security and linkage adjustment. • Verify clean condensate pan. • Verify proper operation of the condensate drain. • Replace all air filters. • Verify clean coils. • Verify proper operation of the spray pump, if applicable. • Verify smooth fan operation. • Log operating conditions after system has stabilized. • Provide a written report of completed work, operating log, and indicate any uncorrected deficiencies detected. Lubrication • Lubricate the fan shaft bearings, if applicable. • Lubricate the motor bearings, if applicable. Controls and Safeties • Test the operation of the low temperature safety device, if applicable. • Test the operation of the high static pressure safety device, if applicable. • Test the operation of the low static pressure safety device, if applicable. • Check the thermal cutout on electric heaters, if applicable. • Check the step controller, if applicable. • Check and record supply air and control air pressure, if applicable. • Verify the operation of the control system and dampers while the fan is operating. Motor and Starter • Clean the starter and cabinet. • Inspect the wiring and connections for tightness and signs of overheating and discoloration. This includes wiring to the electric heat, if applicable. • Check the condition of the contacts for wear and pitting. • Check the contactors for free and smooth operation. • Meg the motor and record readings. Scheduled Running Inspection • Check the general condition of the fan. • Verify smooth fan operation. • Check and record supply and control air pressure, if applicable. • Verify the operation of the control system. • Replace pre -filters. • Verify that post/box filters are in good condition. • Log the operating conditions after the system has stabilized. • Review operating procedures with operating personnel. • Provide a written report of completed work, operating log, and indicate uncorrected deficiencies detected. COOLING TOWER, BELT DRIVEN: Comprehensive Annual Inspection • Report in with the Customer Representative. • Record and report abnormal conditions, measurements taken, etc. • Review customer logs with the customer for operational problems and trends. General Assemblv STRUCTURE o Disassemble all screens and access panels for inspection. o Inspect the conditions of the slats, if applicable. o Inspect the condition of the tower fill. o Inspect the condition of the support structure. o Inspect the condition of the basins (upper and lower) and/or spray nozzles. o Verify clean basins and strainer(s). o Verify the condition and operation of the basin fill valve system. MECHANICAL o Replace belts. o Verify correct belt tension. Adjust the tension as necessary. o Inspect sheaves and pulleys for wear, condition, and alignment. o Inspect fan shaft and bearings for condition. o Inspect fan assembly for condition, security, and clearances. (e.g. blade tip clearance). Lubrication System • Lubricate motor bearings. • Lubricate fan shaft bearings. Motor and Starter • Clean the starter and cabinet. • Inspect wiring and connections for tightness and signs of overheating and discoloration. • Check the condition of the contacts for wear and pitting. • Check the contactor(s) for free and smooth operation. • Meg the motor(s) and record readings. • Check disconnect terminal block for wear, tightness and signs of overheating and discoloration. • Check the condition and operation of the basin heater contactor(s). Mid -Season Runnine Inspection • Check the general operation of the tower. • Verify clean basins and strainers. If cleaning needed, technician to provide quote to building engineer on site. • Verify proper water level in the basin. • Verify proper operation of the water level control device. • Verify smooth operation of the fan(s). • Verify proper operation of the bypass valve(s), if applicable. • Review operating procedures with operating personnel. • Provide a written report of completed work, operating log, and indicate any uncorrected deficiencies detected. PUMPS: Annual Inspection Report in with the Customer Representative Record and report abnormal conditions, measurements taken, etc. Review customer logs with the customer for operational problems and trends. General Assembly • Check motor shaft and pump shaft for alignment, if applicable. • Inspect the coupling for wear. • Verify that the shaft guard is in place and tight, if applicable. • Verify water flow through the pump. • Check for leaks on the mechanical pump seals, if applicable. • Verify proper drip rate on the pump seal packing, if applicable. • Verify smooth operation of the pump. • Provide a written report of completed work, operating log, and indicate any uncorrected deficiencies detected. Lubrication Lubricate the motor bearings as necessary. Lubricate the pump bearings as necessary. Motor and Starter • Clean the starter and cabinet. • Inspect wiring and connections for tightness and signs of overheating and discoloration. • Meg the motor. • Verify tight connections on the motor terminals. • Check the condition of the contacts for wear and pitting, if applicable. • Check the contactors for free and smooth operation. • Verify proper volts and amps. Running Inspection • Verify smooth operation of the pump. • Check for leaks on the pump seal. • Lubricate the motor bearings as necessary, if applicable. VARIABLE FREQUENCY DRIVES: Annual Maintenance Procedure • Report in with the Customer Representative. • Record and report abnormal conditions, measurements taken, etc. • Review customer logs with the customer for operational problems and trends. • Clean the heat sink. • Inspect wiring and connections for tightness and signs of overheating and discoloration. • Visually inspect panel for loose or damaged parts or wiring; also check for any accumulation of dirt and/or moisture. • Verify proper operation of the unit. • Verify proper DC buss voltage. REFRIGERANT MONITORS: Annual Maintenance Inspection • Report in with the Customer Representative. • Record and report abnormal conditions. • Check chassis mounting in enclosure. • Check operation of Clear Language Display. • Replace sampling filter element /elements at sensing points. • Provide Zero and Span calibration to accuracy within 1 PPM. • Visually check photo -acoustic sensing device. • Check periodic re -zeroing if applicable. BOILERS: Comprehensive Annual Inspection • Report in with the Customer Representative. • Record and report abnormal conditions, measurements taken, etc. • Review customer logs with the customer for operational problems and trends. General Assemblv • Check the heating surfaces and water side for corrosion, pitting, scale, blisters, bulges and soot. • Inspect the refractory. • Check the expansion tank and drain if needed. • Clean the fire inspection glass. • Check the blow -down valve packing and lubricate. • Check and test boiler blow -down valve. • Perform hydrostatic test, if required. • GAS TRAIN BURNER ASSEMBLY 0 Check the gas train isolation valves for leaks. o Check the gas supply piping for leaks. o Check the gas pilot solenoid valve for wear and leaks. o Check the main gas and the pilot gas regulators for wear and leaks. o Test the low gas pressure switch. Calibrate and record setting. o Test the high gas pressure switch. Calibrate and record setting. o Verify the operation of the burner fan air flow switch. o Inspect and clean the burner assembly. o Inspect and clean the pilot igniter assembly. o Inspect and clean the burner fan. o Run the fan and check for vibration. o Inspect the flue and flue damper. o Burner Control Panel: • Inspect the panel for cleanliness. • Inspect wiring and connections for tightness and signs of overheating and discoloration. Clean burner fan wheel and air dampers. Check the fan for vibration. Verify tightness of the linkage set screws. Check the gas valves against leakage (where test cocks are provided). Controls and Safeties (all if applicable) • Disassemble and inspect the low water cutoff safety device. • Reassemble the boiler low water cutoff safety device with new gaskets. • Clean the contacts in the program timer, if applicable. • Check the operation of the low water cutoff safety device and feed controls. Verify the setting and test the operation of the operating and limit controls. Ouarterly Running Inspection • Check the general condition of the unit. • Inspect the burner. • Adjust the burner controls to obtain proper combustion. • Check the operation of the pressure relief valve. • Check the operation of the low water cutoff and feed controls. • Check the setting and test the operation of the operating and limit controls. • Check the operation of the modulating motor. • Litt the safety/relief valves with at least 70% of rated pressure. Blow down and try gauge cocks to confirm glass water level. • Check and test boiler blow down valve. • Log operating conditions after the system has stabilized. • Review operating procedures with operating personnel. • Provide a written report of completed work, operating log, and indicate uncorrected deficiencies detected. LIEBERT SPLIT -SYSTEMS: • 247 Emergency labor and travel included • Includes 1-800-LIEBERT Customer Response Center. • Includes access to Liebert Customer Services Network On -Line Internet portal. • Includes (4) PM inspections scheduled between 8am- 5pm, Monday -Friday, (excluding national holidays). Belts &Filters included and replaced on an "as needed basis." • All other parts & labor is provided on a time & material basis. • Performed by Liebert Factory Trained Technicians. Quarterly Maintenance Filters • Check for restricted airflow. • Replace air filters as needed • Examine filter switch. • Wipe entire section clean. Blower Section • Verify that impellers are free of debris and move freely. • Check belt for condition and proper tension. • Replace belts as needed. • Verify that the bearings are in good condition. • Check the fan safety switch for proper operation. • Check the pulleys and motor mounts for tightness and proper alignment. Air Cooled Condenser (If Applicable) Verify condenser coil cleanliness • Brush clean and spray using hose and nozzle connected to local water source (if local water source is available) • Chemical cleaning of outdoor condensing unit is excluded from normal scheduled maintenance and can be performed on a time and material basis. • Examine motor mounts for tightness. Tighten if necessary. • Verify that the bearings are in good working order. • Confirm that the refrigerant lines are properly supported. Water/Glycol Condenser (If Applicable) • Check cleanliness of copper tubing. • Confirm that the water regulating valves are functioning properly. • Check the glycol solution level. • Check glycol freeze protection level • Check for water/glycol leaks. Glycol Pump • Examine for any glycol leaks. • Determine proper pump operation. Steam Generating Humidifier (If Applicable) • Check the canister for any deposits. • Check the condition of all steam hoses. • Examine the water make-up valve for any leaks. • Check and adjust potentiometers for optimal performance Infrared Humidifier (If Applicable) • Check the pan drain for any type of blockage. • Examine the humidifier lamps for proper operation. • Check the pan for any type of mineral deposits. Refrigerant Cycle/Section • Examine refrigerant lines for leaks or damage. • Using the sight glass, check lines for moisture. • Monitor suction pressure. • Monitor head pressure. • Monitor discharge pressure. • Check superheat. Electric Panel, Controls, and Ancillary Items • Check fuses • Check electrical connections 0 Check contactors for pitting • Using microprocessor controls, ensure proper operation of the unit components • Inspect leak detection cabling (if connected to unit) ENERGY PERFORMANCE ANALYTICS: • Generate energy performance report • Interpret data and compare to previous runs • Identify problems and make recommendations • Submit written reports to customer • Have scheduled in-person meetings for discussion of results • Follow-up on implementation plan FAN COIL UNITS: Ouarterly Maintenance • Report in with the customer Representative. • Record and report abnormal conditions. • Verify clean water coil. • Verify tightness of fan set screws • Verify smooth fan operation. • Verify clean condensate pan. • Verify the operation of the condensate pump, if applicable. • Verify proper operation of the temperature control and fan control device. • Verify proper operation of the changeover valve, if applicable. EXHIBIT B SCHEDULE OF BILLING RATES Trane US Civic Center Chiller Services This Agreement includes a yearly fixed -maintenance cost totaling $61,237 per year. The on-call component of this Agreement will be subject to the hourly rates as listed below: Applied Technician Hourly Rates Straight Time $159/hr Overtime $238.50/hr (After 8 hours and Saturdays) Double Time $318/hr (After 12 hours, Sundays and Holidays) Commercial Technician Hourly Rates Straight Time $122/hr Overtime $183/hr (After 8 hours and Saturdays) Double Time $244/hr (After 12 hours, Sundays and Holidays) Trane U.S. Inc. Page B-1 EXHIBIT C INSURANCE REQUIREMENTS — MAINTENANCE/REPAIR 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 City Council, boards and commissions, officers, agents, volunteers and employees. 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 Trane U.S. 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 City Council, boards and commissions, officers, agents, volunteers, employees, and any person or entity owning or otherwise in legal control of the property upon which Contractor performs the Project and/or Services contemplated by this Agreement 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 subcontractors. 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, its City Council, boards and commissions, officers, agents, volunteers and employees 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 term of the Agreement to change the amounts and types of Trane U.S. Inc. Page C-2 insurance required by giving Contractor sixty (60) calendar days advance written notice of such change. If such change results in substantial 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 subcontractor 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. Trane U.S. 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. I. 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. Trane U.S. 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: 2/1/17 Dept./Contact Received From: Joan Date Completed: 4/26/17 Sent to: Joan By: Alicia Company/Person required to have certificate: Trane U.S. Inc. Type of contract: All Other 1. GENERAL LIABILITY EFFECTIVE/EXPIRATION DATE: 4/17/174/17/18 A. INSURANCE COMPANY: National Union Fire Ins Co of Pittsburgh PA B. AM BEST RATING (A-: VII or greater): A: XV AM BEST RATING (A-: VII or greater) A: XV C. ADMITTED Company (Must be California Admitted): ADMITTED COMPANY (Must be California Admitted): Is Company admitted in California? ® Yes ❑ No D. LIMITS (Must be $1M or greater): What is limit provided? 7,500,000/7,500,000 E. ADDITIONAL INSURED ENDORSEMENT — please attach ® Yes ❑ No F. PRODUCTS AND COMPLETED OPERATIONS (Must include): Is it included? (completed Operations status does F. not apply to Waste Haulers or Recreation) N Yes ❑ No G. ADDITIONAL INSURED FOR PRODUCTS AND ❑ Yes ❑ No G. COMPLETED OPERATIONS ENDORSEMENT (completed ❑ Yes N No H. 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? N Yes ❑ No I. PRIMARY & NON-CONTRIBUTORY WORDING (Must be included): Is it included? N 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 N/A ❑ Yes ❑ No L. NOTICE OF CANCELLATION: ❑ N/A N Yes ❑ No 11. AUTOMOBILE LIABILITY EFFECTIVE/EXPIRATION DATE: 4/17/17-4/17/18 A. INSURANCE COMPANY: National Union Fire Ins Co of Pittsburgh PA B. AM BEST RATING (A-: VII or greater) A: XV C. ADMITTED COMPANY (Must be California Admitted): Is Company admitted in California? N Yes ❑ No D. LIMITS - If Employees (Must be $1M min. BI & PD and $500,000 UM, $2M min for Waste Haulers): What is limits provided? 5,000,000 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 N/A ❑ Yes ❑ No G. HIRED AND NON -OWNED AUTO ONLY: ❑ N/A ❑ Yes N No H. NOTICE OF CANCELLATION: ❑ N/A N Yes 0 No III. WORKERS' COMPENSATION EFFECTIVE/EXPIRATION DATE: 4/17/17-4/17/18 A. INSURANCE COMPANY: Travelers Indemnity Co of America 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) 3,000,000 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: 4 4/26/ Agent of Alliant Insurance Services Date Broker of record for the City of Newport Beach ® 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: Risk Management approval needed due to WC carrier being non -admitted. Sheri approved 1/25/17 Approved: Risk Management Date * Subject to the terms of the contract.