Loading...
HomeMy WebLinkAboutC-8603-1 - M/RSA for HVAC Maintenance and Repair ServicesPremium: $220.00 Subcontract Performance Band Bond No. 94o275.1. . Any singular reference to Contractor, Surety, Owner or other party shalt be considered olurat where applicable. SUBCONTRACTOR (Name and Address): ACCO Engineered Systems, Inc. 888 East Walnut Street Pasadena, CA 91101 SURETY (Name & Principal Place of Business): Fidelity and Deposit Company of Maryland 1299 Zurich Way, 5th Floor Schaumburg, IL 60196-1056 CONSTRUCTION MANAGER (Name and Address): City of Newport Beach 592 Superior Avenue Newport Beach, CA 92663 SUBCONTRACT Date: March 24, 2022 Amount: $26,776.00 Twenty Six Thousand Seven Hundred Seventy Six Dollars and 00/100 Project Description (Name and Location): Bldg K Heat Pump Install BOND Date (Not earlier than Construction Contract Date): April 1, 2022 Amount: $26,776.00 Twenty Six Thousand Seven Hundred Seventy Six Dollars and 00/100 Modifications to this Bond: r" SUBCONTRACTOR IN tP Company. ra al) ACCO Engineered S t , In . Signature: Name and Title: ;Hugh Palmer Assistant Secretary (Any additional signatures appear on page 3.) BOND AGENT or BROKER: Name: Lock -ton Companies, LLC Address: 725 South Figueroa St. Los Angeles, CA 90017 Telephone: (213) 689-0522 X None See page 3 SURETY Company: (Corporate Seal —0 ctporl� Fidelity and Deposit-Con-rpany of Ma +c.4 -a o "OWNS wo Signa Marne d Tits_ none Gerhard ARCHITECT: 1. the Subcontractor and the Surt ty, jointly amus severally, bind themselves, terror heirs, axccutom adireWstratora, sutura and assigns to theConsftatioa Manager For the porformanee of the Subcontractor, which is incorporated herein by referenca 2. tf the &ubaostraetor fuay performs the Submtrect, the Surety and the Subcontractor shall have so obligation under skits Sorsd, except to participate in confereintecs as prove is Suhparagrapla 3.1. 3, if their is no Commotion Manager Dtfantlt, tate Swv Ws obligation ander Ibis Doand :dealt wise after. 3.1 Us Const action Manager has notified (he Sabeo traawr and tete Surety st the address described in Paragraph 10 below sinal dee Conmuction Manager is considering 4eclw iag at Subcontractor Default and beat aNucAW +ant altamvvpwd to arautge a confcmtce wid the Subconmsctar and die StraW to be held not lana than JO days $fkr moue of such nodat to discuss methods of pmfaasning the Subcontract. If tho Coshstroction Monagcr, the Suboontsww teed the Suscty. sgnoc. tine Subcontractor shad be allowed a reasonable time to perform the Subcoutseet, but such ap agreement shall not waive the Construction Manager's tight, if Baty, to sutaNumly decbm.a Subcontractor Uefi uk. upd 3.2 Tire Conswwtion Manager has datared a SubcocawAor Dofautt and lo;vnrdly tomrimod the Subcoomm 'e tight to wtoplete the Subcontract. Such Subcaattz;w Default shall not be declared earlier Asa fiRett days attar site Subcontractor and the Surety have roodved notice as provided In Subparagraph 3.1; and 33 The Co nstraWon Manager has agreed to pay fire Batsnice of the SubaaoutrexR Amount to the Surcgr in accordance with the items of the Suboorrtrad or to a coutraetor sclocW to prrfotm the Subocxatract is actwrdance with the learns of the ooatrset with the Cocstrixtiaan Manager, 4. When the Constrtnxion Manager has saMfted the eoralitkina arfftygraph 3, skit Sw ty 4otl prrxyxly and at the Sum's expense take one of dee following atctia w. 4.1. Anange for the Sul3conttractor, whh consent of Ow cornstruaion Mar ngaar, to perform and waplete the Subcontract; or 41 Undcanke ro perform and a mrvpkw an Subcoutnasct itselt dvough its agents or througb irWepa dem asauatraackes; or 4.3 Waive its right, to pwfottt and wmpldr, snuSe, for carterle ion6 or obtain r now contractor a%d with rcasonsblc promptness under tine circumstances: 1. After invastiption, determine the amount for which it is liable to the Cansouction Mann=, endsas soon: as practicable after site amount is determined, tender payment thercfosr to the Ctrarstraction Manager, or 2. Dcay liability in whole or in pan and notify skit Constntctson Mantgor citing reasons tha vfbm 5. If the Surety does not proceed as provided in path 4 with re amble promptuets, the Surety shalt be steamed to be iu default on this Send ten days after receipt of an odditiotnal written Mice fim the Constr actica Manager to the Surety dncrnamiiug that the Saurety lnerform its obligations radar this Bond, and the C.nt=tien Manger shall be entitled to enforce; any tesnccly ttv4floblo M the: Coustructio s Manager. If the Surety proceeds es provWcd in Subparagraph 43, and the t aasatectson Manager refuses the payment tendered or the Surety has alcn;cd stability, is V111014 of in part, wt7itioui further netier tine Construction Manager shall be entitled to enforce any rem* available to the Cot mucsion Manager: 6. Afta tine Construction Manager has terminated dee Subcoahoaetoes right to complete; the Subcontract, and if Ow Surelyelector to v w6x Subpu'ragrolk 4.1 w 4.2 above:, then the reaperos-wities of the Surety to the Construction Manager shall am be greater the:* Own of the Subcoint for eutder cite Subeaantract, and the tesixw1bilides of ulna Conoruction Manages to the Suray shall not be greater than those of 6c Coastructiun Manager undur the Subcontraci. 'Ten 11rc limit of doe amount of Na Bond (whits► shall bre inaavased or dacreased to soar n7md with changes in the Subaontraot Arnott). but subject to commsitmcnt by the Cost"Wion Manager of the Balattco of ' ft Contract bice to mitigatioln of vests and dwwses on the Subcanmmc4 the Surety is obligated without duplication for: 6.1 11w ranxzr.eilpi wee or the Subaw►[raa for for car =don of defective wmt and. completion of the Subcontract; 6.2 Additional legal, design pre testis mat and aieiny casts multing torn ties Subco ntrmtor's Default and resulting frosty the actions or failure to ant of the Surety rnsdcr Pnmgtmpin 4; end 63 Liquidated damage% of liquidated damages am specified In the Subconback nndlor actual-iammages caused by delayed pexPormanco of anon+-pedorrnanse of the Subeoatradt 7. The Surety shall not be liable to the Constmetiont Mattagcrorothers for obligations of the Subcontractor that see wrelantcd to the Ssbconvack avid the Balow of the Contret Prime shalt not be reduced or set off on account of any such unrelated obligations. No right of cellon shall accrue on this Bond to any person or entity other than the Construction Manager or its heim executors, administrators or successors. & Thio Surety hereby waives notice of any change, including changes of time, to the Subcontract or to related subeontmc% purchase ordem and other obligations. 4. Any proceeding, legal or equitable, under this Bond may be instituted in any court of competent jurisdiction in the location in which the work or past of the work is located If the ,provisions of this Paragraph are void or prohibited by law, the minimum period of limitation available to sureties as a defense in the jurisdiction of the writ shall be applicable. 10. Notice to the Sway, the Conswoolon Manager or the Subcontractor shall be trailed or delivered to the address shown an the signshrre page. 11. When this Bond has boon furnished to corWy with a statutory or other legal requirement in the location whore the construction was to be poformed, any provision in this Bond conducting with said statutory or legal requirement shall be demised dclded herefi m and provisions conform to such statutory or other legal requirement shall be deemed to be incorpora e d herein. The intent is that this Bond shall be construed as a statutory bond and not as a common lay bond. MODIFICATIONS TO THIS BOND ARE AS FOLLOWS: 12. DEFINITIONS 12.1 Balance of the Contract Price: The total amount payable by the Construction Manager to the Subcontractor ander the Subconitract atter all proper adjustments have been made. including allowance for any amounts received by die Construction Manager in settlement of iunsumnce or other claims for damages to which tha Subcontractor is entitled. reduced by all valid and proper payments made to or on behalf of the Subcontractor under the Subcontract: 12.2 Subcontract: The agreement between the Co mmetion Manager and the Subcontrwor identified on the signature page, including all subcottrwi documents and changes thereto. 12.3 Subcontractor Default Failure of the: Subcontractor, which has neither been remedied nor waived, to Worm or othenwfse comply with the tears of the Subcontract. 12.4 Construction Manager Default: Failure of the Construction Manager, which has neither been remedied not waived, to pay the subcontractor as required by the Subcontractor or to perform and complete or comply with the. other tams thereof (Space is provided below for additional signatures of added parties, other than those appearing on the cover page.) Signature., Signature: Name and We: Name and Title: CALIFORNIA ALL-PURPOSE 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 Los Angeles On APR 01 2022 before me, D. Garcia. Notary Public, personally appeared Simone Gerhard who proved to me on the basis of satisfactory evidence to be the person{s4 whose names} is/afe subscribed to the within instrument and acknowledgment to me that 44e/she/fey executed the same in hiss/her/44eif authorized capacity(ies), and that by Ns/her/tom signature,(,) on the instrument the person,( -s), or the entity upon behalf of which the person{s4 acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the D. GARcIA State of California that the foregoing paragraph is true and COMM. 4"2354770 z p Wim'. Notary Public - California o correct. Z t; Los Angeles County j �ta`FFF My Comm. Expires Apr. 18, 2025 Witness my hand and official seal. /f /��� Signature 1�+� z " �`-- g D. Garcia, Notary Public ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the ZURICH AMERICAN INSURANCE COMPANY, a,corporation of the State of New York, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, a corporation of the State of Illinois, and the FIDELITY AND. DEPOSIT COMPANY OF MARYLAND a corporation of the State of Illinois (herein collectively called the "Companies"), by Robert A Murray, Vice President, in pursuance of authority granted by Article V, Section 8, of the By -Laws of said Companies, which are set forth on the reverse side hereof and are hereby certified to .be in full force and effect on the date hereof, do hereby nominate, constitute, and appoint B. ALEMAN, Ethan SPECTOR, Timothy NOONAN, Janina MONROE, Adriana VALENZUELA, Jennifer OCHS, Aidan SMOCK, Lisa CRAIL, Simone GERHARD, Erin BROWN, Paul RODRIGUEZ, Emily NEWELL, D. GARCIA, KD WAPATO, Marina TAPIR, Edward C. SPECTOR, Ethan SPECTOR of Los Angeles, California, its true and lawful agent and Attorney -in -Fact, to make, execute, scal and deliver, for, and on its behalf as surety, and as its act and deed: any and all bonds and undertakings, and the -execution of such bonds or undertakings in pursuance of these presents, shall be as binding upon said Companies, as fully and amply, to all intents and purposes, as if they had been duly executed and acknowledged by the regularly elected officers of the ZURICH AMERICAN INSURANCE COMPANY; at its office in New York, New York., the regularly elected officers of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at its office in Owings Mills, Maryland., and the regularly elected officers of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at its office in Owings Mills, Maryland., in their own proper persons. The said Vice President does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article V, Section 8, of the By -Laws of said Companies, and is now in force. IN WITNESS WHEREOF, the said Vice -President has hereunto subscribed his/her names and affixed the Corporate Seals of the said ZURICH AMERICAN INSURANCE COMPANY, COLONIAL AMERICAN CASUALTY. AND SURETY COMPANY, and FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this 07th day of February, A.D. 2022. - - Wi"�'�nq- „nvGwdrr uu w .eu�t. rd''y pcag„r%Y t`�,c A "ani ° -'*r SEA,t gC�19'—M"SEAL°a_ oSEAL`� = %a4 �r .vrATTEST: ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND By: Robert D. Murray Dice President By: Dawn E. Brown Secretary State of Maryland County of Baltimore On this 07th day of February, A.D. 2022, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, Robert D. Murray, Vice President and Dawn E. Brown, Secretary of the Companies, to me personally known to be the individuals and officers described in and who executed the preceding instrument, and. acknowledged the execution of same, and being by me duly sworn, deposeth and saith, that he/she is the said officer of the Company aforesaid, and that the seals affixed to the preceding instrument are the Corporate Seals of said Companies, and that the said Corporate -Seals and the`signature as such officer were duly affixed and subscribed to the said in by the authority and direction of the said Corporations. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written. Constance A. Dunn, Notary public My Commission Expires: Judy 9, 2023 Authenticity of this bond can be confirmed at bondvalidator.zurichna.com.or 410-559-8790 EXTRACT FROM BY-LAWS OF THE COMPANIES "Article V, Section 8, Attorneys -in -Fact. The Chief Executive Officer, the President, or any Executive Vice President or Vice President may, by written instrument under the attested corporate seal, appoint attomeys-in-fact with authority to execute bonds, policies, recognizances, stipulations, undertakings, or other like instruments on behalf of the Company, and may authorize any officer or any such attorney-in=fact to affix the corporate seal thereto; and may with or without cause modify of revoke any such appointment or authority at any time." CERTIFICATE I, the undersigned, Vice President of the ZURICH AMERICAN INSURANCE COMPANY, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the foregoing Power of Attorney is still in full force and effect on the date of this certificate; and I do fiuther certify that Article V, Section 8, of the By -Laws of the Companies is still in force. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the ZURICH AMERICAN INSURANCE COMPANY at a meeting duly called and held on the 15th day of December 1998. RESOLVED: "That the signature of the President or a Vice President and the attesting signature of a Secretary or an Assistant Secretary and the Seal of the Company may be affixed by facsimile on any Power of Attorney ... Any such Power or any certificate thereof bearing such facsimile signature and seal shall be valid and binding on the Company." This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of May, 1994, and the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 10th day of May, 1990. RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice -President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power of attomey issued by the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed IN TESTIMONYR#Cf, hereunto subscribed my name and affixed the corporate seals of the said Companies, this day of [[JJ O ,�a4a MaaVaaNM, raal a„ SEAL" y x SEAL f+ , SERE '"nxnMW`M 'aaaavyNJNulaa Hryetaraau+a'� By: Mary Jean Pethick Vice President TO REPORT A CLAIM WITH REGARD TO A SURETY BOND, PLEASE SUBMIT A COMPLETE DESCRIPTION OF THE CLAIM INCLUDING THE PRINCIPAL ON _THE.BOND, THE BOND NUMBER, AND YOUR CONTACT ...................... _ INFORMATION TO: Zurich Surety Claims 1299 Zurich Way Schaumburg, IL 60196-1056 Ph: 800-626-4577 If your jurisdiction allows for electronic reporting of surety claims, please submit to: rM 1its (claims(cigmrichna. coin Authenticity of this bond can be confirmed at bondvalidator.zurichnacom or 410-559-8790 Subcontract Payment Bond Bond No. 9402751 Any singular reference to Contractor, Surety, Owner or rather party shall be considered plural where applicable._ SUBCONTRACTOR (Name and Address): SURETY (Name & Principal Place of business): ACCO Engineered Systems, Inc. Fidelity and Deposit Company of Maryland 888 East Walnut Street 1299 Zurich Way, 5th Floor Pasadena, CA 91101 Schaumburg, IL 60196-1056 CONSTRUCTION MANAGER (Name and Address]: City of Newport Beach 592 Superior Avenue Newport Beach, CA 92663 SUBCONTRACT Date: March 24, 2022 Amount: $26,776.00 Twenty Six Thousand Seven Hundred Seventy Six Dollars and 00/100 Project Description (Name and Location): Bldg K Heat Pump Install BOND Date (Not earlier than Construction Contract Date): April 1, 2022 Amount: $26,776.00 Twenty Six Thousand Seven Hundred Seventy Six Dollars and 001100 Modifications to this Bond: SUBCONTRACTOR Company: ACCO Engineered 5)+ stfiyjs, I X None ._.,,See page 3 SURETY Company: (Corporate Seal) Fidelity and Deposit Company of Maryland*qtr oe�Qsr 0*4 w,"'°'� r �4 Sigrraturq� i IN30 :J Name and Title: " MUgh Palmer Marne Assistant Secretary (Any additional signatures appearon page 3.) (FOR INFORMATION ONLY) SUBCONTRACTOR'S BOND AGENT or BROKER: ARCHITECT: Name: Lockton Companies, LLC Address: 725 South Figueroa St. Los Angeles, CA 90017 Telephone: (213) 689-0522 hard n -Fact 1. The Subaxx+traolam +and deer: Surety, joWtfy and. wmidly; bitsd tiaetnaclee% their heim euoeAWI adtttiaaiatrtto^ siscorssor4 sued assigat to the Canstrnetict Manager to pay for labor. ma criats and eyutl mm Inu!*W for use as the pabromm of dtt Submeltact which is iitcorpomi cat herein by t dfcaaoce. 2. With ford to, the Ca WWAction Manager, this ON11 titin shall be null wad void ire" Sabomgaclor: 2.1 Pnotaydy RAM parmtat, drowy gr anduna ly. for all awns dw Klan urAs, wad 2.2 lkferA% irxk= ifiea, and brJds butnim. the CAMV ranee Macaw horst all clans. deoatrtds, Burrs or swiss by spry person or aunty srbo IWT"W tabm movials or equipment for este u da Mfanrnmm of the Sulumtraot, pmvidedg mon Nbanger has promptly notifiedthe SuIxciatmoW aW the Shy (at the address dcscn'bW in Psragraplt 12) at ow claims, denomft lien or sutler:; ad l dad drew or such cl hen demander. Baa or subs b the Sabcotdneew wd dee Surdy, and pmvidad there as so Consuaetiat Martsgar Dcfautt. 3. With raslmd to chiment;, char obOgation OWU be wants and void it the Subomkoclor pmt yaty makes payment, Overly or iudke *. for all;tans due. 4. 7'he Swety shall have no obligation to Claiowls mudq' ihas basad =Wl 4.1 CWmw tx rAw are arnptoyed by or have a diml ow mW with the &sbom a w have given Mice to dee Serest' fan thtf address d --=W in paravgh 12) and seat a copy, or 001t4a 020*4 e0 (%0 Csousirmfu n Ma nips, taaft that a r mm is bang =We tailor this Ifanol and., with sulealawtaaiaswear vAtltsoatttvsntaftlueckdm 42 Claus ft who da not have a direct earatract wins dsa SabconteacOr have hmidwd written notice to the SWWx*actor and no n espy, err notice themie4 to tum Ceuediecrim Massager. within 90 days 010 having last prfornwA tabor or lost ftamsb' ed aastestials er aslsup ned included in abs ew" a sr+tieg, with "bom i a4cinncy. the araourtt of the cwm and the antero of she pm to ,*b m aha voterials aero itartictaed :orsappliad or At wMm the labour Was dare or petforrtX* and bare east a +irtfttert notice so the Smay fat the aftess described its pm ragh W aid east a copy. or notice dweaf. to the CQUOu .4it>ra Msaag cr. atatmg Asst s claim is bca g made tinder this Bald and enclosing a OW offt pat vkw written aatico to else Subco maceer. 3.. If a amioa ngnared by Pa pqb 4 is given ba the Coacructim Mu%a to the 5ubcm &cW or to the SuretY.that is Sufliciat coarpiiance , 6, Wbrat the Chimsait los aasisfied the t mWd ms of Paragaapta 4. dw Surety ahall ~Ty maid at the Sntsty's Comm lake. the feltpwnug aa60M 6.1 Sond stn aaxw ut site Claimant. +vldu n oq+y W the Cowbwd t Manager,: within. 45 days atter receipt of the elaks. Stating die amctsus that an wdeputod atad the bads for chottengwS any aunoaaata that air 4*so 1. &2 Pay aa[ wrap thr pay inem ar stay tttad'espttted amounts. ?, The Sufray's total abligatiotr dWl not wowed the at OQt of this Band, orad to atsMM4 of ibis Beaad shall be trea'2ted foraay paymaum nude in good b1th by the smvty. & Arautatts owed by the Comtruetiori Marsapea to the Subcoabstw modes dere Submuhact ala be: used for ft pafotrnaws of aha Subcasmd std to add& cfairv% if arty. uWa wry Submauset Pt ince Boal. By the Subcaatrnotor fianishing and, the CatsbuMSoo Manager W=Vmg skis ROd, they agree Neat aq holder comas by flue SWX* ta=1n the performatsata of dw Sttb40rittWor imd tAt Scotty WKW dsis Bea4 subject to slut G�ru[tsrcdoa M auogee4 priority to use de !'sods for the OW44 ka of the worlr. 9. The Strtety "I ant be Hible to the ConMicbm himme r Clainwm or osbaaa tar obliptioms of the Salt' nomw that are wet lent d tut the 5ubcmirac4 TM t,3atainidion ltlaow aball m ba biablt for psymad of xW oa>mes or expanses d*W Claivasapf under this Dead, wad saran bave unda this Hand no obligations to awke say t% give aatkn on bdatttof, or Wwwiso love obligations to Ctaittaattlatndrfdnaa Hoand. 10. The Sassy, sur value reccivod, hatby cu anal agrees 64 fo clumgel, fattmices of time, aheratioas of AM= tho lettta of the Subcontract or to rrlauad vk- sabcaatraas, punhus orders and other oblisetio n ahie! in mtytvict affect its olftigatkm on Ibis r3W4 wad it dMterrby waive Usdce of any swath ebanges, areterWM of surto, &]Wndm or ad& ices to tlta trims of the Sstitcomtract or to she tvotlt. 11. No resit or action shall be owtunairail by a olaimatd w da this Bond odd t sw ar cwt of etehd jtnitwdi,-tidrl in the location kt which the erode or past of the work is located or alta the expfratiatr of one year Mrs the date (1) to tsitich die Chimaru gave the mice tepited by SubpuWaphy 4.1 at 4.2 at (2) an which dee tars labor or setvice was peih=W by anyotsa or the fast amuorials or esgwpan g were 5rrWm d tty anyone wander dee Sabcmtract, whichever of (1) of (2) fW t occurs, if On povision of dais Paragraph we void or prduibitod by law. the vinistrah pvd of limitation available to sureties as a defetrse is the jurisdiction of the writ shall be 11 Nolice to the Surely. the Coastructfon Manager or the Sdcontrww shall be nwHad a delivacd to the afters shown ort the Agin" page• 13. When, this Bond has beers furnished to comply with at sumory or other Fegal requirement in the beaten where the co=w was m be peforan4 any provitiiort in this Bond conflicting w0 said statutory or legal agWfarAnt shall be deemed deleted hewftaro and pr+ovi4iotts coatbr aft to such atatu my or other lcV9 requetcaneal shall be deeewd to be ittcorprarated hmin. The intent is that this bond shall be corattuadas a statutory bond aid not as a aammon h4' bond. 14. Upon Moo by any p m err entity appcsring tD be a paternal beneficiary of this Bond. the Subcawractor drall p *aVtly fiwnislr a copy or this Band or eked permit a copy to be made 15. DERNMONS MODIFICATIONS TO THIS BOND ARE AS FOLLOWS: 15.1 Claimant: An irulividual or anity supplying labor,. materials or equiprreeM in the pmsectation of the work provided Cut in the serbaomdraet. The i ntem of this Bond .shah be: to include without lie " 00 in the terata "Faber, materials or equrpar a that pan of water. gas„ power. tight. Beat. olk germline, telephone sarviee or radal equip ncrit used in the SubcMuset. mcchitectwal and sosgirmAng services sogubw Cor patommice of the work of the Subcontractor's st6m trsctom and all other Kerns far which a nteetr=Ws lien may be assmed in Owjwia a dw where lbe hbor. materials or Wuipnxu were fiarrtishod. 15.2 Subcantract: The agreement bow= ties Consowdort Manager acid the Subomnractor ideptiW alt the sipmra page, lwbAng are Subwnum f Darman and changes t wa% 1S3 Coetstruction Manager Default: FAR= of the Cenrsawion Manager. which has neither beets. ietttedled nor waived, to pay the Su *xmactar as mpthW by the Subcontract to perform and oorrgrlete or congaty with the outer terms thereof (Space is provided below for additional signatures of added parties, ether dtaA those appearing on the cover page.) Signature: Signature: Male and Title: Mame and Title: CALIFORNIA ALL-PURPOSE 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 Los Angeles On APR 0 1 2022 before me, D. Garcia, Notary Public, personally appeared Simone Gerhard who proved to me on the basis of satisfactory evidence to be the person¢'} whose names) is/af-e subscribed to the within instrument and acknowledgment to me that 4e/she/they executed the same in his/her/#w-* authorized capacity(+es), and that by his/her/ signatures} on the instrument the personks•}, or the entity upon behalf of which the personfj 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. D. GAPCIA COMM. #2354770 z o - Witness m hand and official seal. { Notary Public •California o Y crr;y;. s Z \.,:: Los Angeles County h6v Comm. Expires Apr. 1°, 2025 Signature Garcia, Notary Public ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND.DEPOSIT COMPANY OF MARYLAND POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the ZURICH AMERICAN INSURANCE COMPANY, a corporation of the State of New York, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY,. a corporation of the State of Illinois, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND a corporation of the State of Illinois (herein collectively called the "Companies"), by Robert D. Murray, Vice President, in pursuance of authority granted by Article V, Section 8, of the By -Laws of said Companies, which are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof, do hereby nominate, constitute, and appoint B. ALEMAN, Ethan SPECTOR, Timothy NOONAN, Janina MONROE, Adriana VALENZUELA, Jennifer OCHS, Aidan SMOCK, Lisa CRAIL, Simone GERHARD, Erin BROWN, Paul RODRIGUEZ, Emily NEWELL, D. GARCIA, KD WAPATO, Marina TAPIR, Edward C. SPECTOR, Ethan SPECTOR of Los Angeles, California, its true and lawful agent and Attorney -in -Fact, to make, execute, seal and deliver, for, and on its behalf as surety, and as its act and deed: any and all bonds and undertakings, and the execution of such bonds or undertakings in pursuance of these presents, shall be as binding upon said Companies, as fully and amply, to all intents and purposes, as if they had been duly executed and acknowledged by the regularly elected officers of the ZURICH AMERICAN INSURANCE COMPANY: at its office in New York, New York., the regularly elected officers of the COLONIAL AMERICAN. CASUALTY AND SURETY COMPANY at its office in Owings Mills, Maryland., and the regularly elected officers of the FIDELITY AND. DEPOSIT COMPANY OF MARYLAND at its office in Owings Mills, Maryland., in their own proper persons. The said Vice President does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article V, Section 8, of the By -Laws of said Companies, and is now in force. IN WITNESS WHEREOF, the said Vice -President has hereunto subscribed his/her names and affixed the Corporate Seals of the said ZURICH AMERICAN INSURANCE COMPANY, COLONIAL AMERICAN CASUALTY, AND SURETY COMPANY, and FIDELITY AND DEPOSIT COMPANY OF, MARYLAND, this 07th day of February, A.D. 2022. . 4�,�NWIt11H.: t'��,jli�fl[��,Wttii fhJJ aT C" �����G�Q R140L ci�gCi- �i. QG .fit R1 9 SEAL f "i SEAL i 12� R §M'iEIW; Y''.�``.R y.f{'\t�dN4iftMP ATTEST: ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND By: Robert D. Murray Vice President By: Dawn E. Brown Secretary State of Maryland County of Baltimore On this 07th day of February, A.D. 2022, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, Robert D. Murray, Vice President and Dawn E. Brown, Secretary of the Companies, to me personally known to be the individuals and officers described in and who executed the preceding instrument, and acknowledged the execution of same, and being by me duly sworn, deposeth and saith, that he/she is the said officer of the Company aforesaid, and that the seals affixed to the preceding instrument are the Corporate Seals of said Companies, and that the said Corporate "Seals and the signature as such officer were duly affixed and subscribed to the said' instrument by the; authority and direction of the said Corporations. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written. 2 sd cl 4PlfA1;14\i `�\S Jt41 pHC1` Constance A_ Dunn, Notary hiblic My Commission Expires: July 9, 2023 Authenticity of this bond can be confirmed at bondvalidator.zurichna.com or 410-559-8790 EXTRACT FROM BY-LAWS OF THE COMPANIES "Article V, Section 8, Attorneys -in -Fact. The Chief Executive Officer, the President, or any Executive Vice President or Vice President may, by written instrument under the attested corporate seal, appoint attorneys -in -fact with authority to execute bonds, policies, recognizances, stipulations, undertakings, or other like instruments on behalf of the Company, and may authorize any officer or any such attorney-in4act to affix the corporate seal thereto; and may with or without cause modify of revoke any such appointment or authority at any time." CERTIFICATE I, the undersigned, Vice President of the ZURICH AMERICAN INSURANCE COMPANY, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the foregoing Power of Attorney is still in full force and effect on the date of this certificate; and I do further certify that Article V, Section S. of the By -Laws of the Companies is still in force. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the ZURICH AMERICAN INSURANCE COMPANY at a meeting duly called and held on the 15th day of December 1998. RESOLVED: "That the signature of the President or a Vice President and the attesting signature of a Secretary or an Assistant Secretary and the Seal of the Company may be affixed by facsimile on any Power of Attorney ... Any such Power or any certificate thereof bearing such facsimile signature and seal shall be valid and binding on the Company." This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of May, 1994, and the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 10th day of May, 1990. RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice -President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed IN TESTIMONYO , It hereunto subscribed my name and affixed the corporate seals of the said Companies, this day of. ,,,YI�"byy, c�p,,."ue y i• tom• acay'"s r' SEAL _ SEAL 4��1 M y�4.y,hlik�tl�N ��hryfi�{fM�A' , ?K9 By: Mary Jean Pethick Vice President TO REPORT A CLAIM WITH REGARD TO A SURETY BOND, PLEASE SUBMIT A COMPLETE DESCRIPTION OF THE CLAIM INCLUDING THE PRINCIPAL ON THE BOND, THE BOND NUMBER4AND._Y0UR CONTACT INFORMATION TO: Zurich Surety Claims 1299 Zurich Way Schaumburg, IL 60196-1056 Ph: 800-626-4577 If your jurisdiction allows for electronic reporting of surety claims, please submit to: repo rtsfclai msri?zu richna. c o m Authenticity of this bond can be confirmed at bondvalidatorzurichna.com or 410-559-8790 MAINTENANCE/REPAIR SERVICES AGREEMENT WITH ACCO ENGINEERED SYSTEMS, INC. FOR HVAC MAINTENANCE AND REPAIR SERVICES THIS MAINTENANCE/REPAIR SERVICES AGREEMENT ("Agreement") is made and entered into as of this 24th day of September, 2019 ("Effective Date"), by and between the CITY OF NEWPORT BEACH, a California municipal corporation and charter city ("City"), and ACCO ENGINEERED SYSTEMS, INC., a California corporation ("Contractor"), whose address is 888 E. Walnut St. Pasadena, CA 91101, and is made with reference to the following: RECITALS A. City is a municipal corporation duly organized and validly existing under the laws of the State of California with the power to carry on its business as it is now being conducted under the statutes of the State of California and the Charter of City. B. City desires to engage Contractor to perform maintenance and/or repair services for City ("Project"). C. Contractor possesses the skill, experience, ability, background, certification and knowledge to provide the maintenance and/or repair services described in this Agreement. D. Contractor has examined the location of all proposed work, carefully reviewed and evaluated the specifications set forth by City for the Project, is familiar with all conditions relevant to the performance of services, and has committed to perform all work required for the compensation specified in this Agreement. NOW, THEREFORE, it is mutually agreed by and between the undersigned parties as follows: 1. TERM The term of this Agreement shall commence on the Effective Date, and shall terminate on September 30, 2024, unless terminated earlier as set forth herein. 2. SERVICES TO BE PERFORMED 2.1 Contractor shall diligently perform all the services described in the Scope of Services attached hereto as Exhibit A and incorporated herein by reference ("Services" or "Work"). As a material inducement to City entering into this Agreement, Contractor represents and warrants that Contractor is a provider of first class work and Contractor is experienced in performing the Work contemplated herein and, in light of such status and experience, Contractor covenants that it shall follow community professional standards with the ordinary degree of skill and care that would be used by other reasonably competent practitioners of the same discipline under similar circumstances, in performing the Work required hereunder, and that all materials will be of good quality. 2.2 Contractor shall perform all Work required to be performed, and shall provide and furnish all the labor, materials, necessary tools, expendable equipment and all utility and transportation services necessary for the Project. 3. TIME OF PERFORMANCE 3.1 Time is of the essence in the performance of Services under this Agreement and Contractor shall perform the Services in accordance with the schedule included in Exhibit A. In the absence of a specific schedule, the Services shall be performed to completion in a diligent and timely manner. The failure by Contractor to strictly adhere to the schedule set forth in Exhibit A, if any, or perform the Services in a diligent and timely manner may result in termination of this Agreement by City. 3.2 Notwithstanding the foregoing, Contractor shall not be responsible for delays due to causes beyond Contractor's reasonable control. However, in the case of any such delay in the Services to be provided for the Project, each party hereby agrees to provide notice within two (2) calendar days of the occurrence causing the delay to the other party so that all delays can be addressed. 3.3 Contractor shall submit all requests for extensions of time for performance in writing to the Project Administrator as defined herein, not later than two (2) calendar days after the start of the condition that purportedly causes a delay. The Project Administrator shall review all such requests and may grant reasonable time extensions for unforeseeable delays that are beyond Contractor's control. 3.4 For all time periods not specifically set forth herein, Contractor shall respond in the most expedient and appropriate manner under the circumstances, by fax, hand - delivery or mail. 4. COMPENSATION TO CONTRACTOR 4.1 City shall pay Contractor for the Services on a time and expense not -to - exceed basis in accordance with the provisions of this Section and the Schedule of Billing Rates attached hereto as Exhibit B and incorporated herein by reference. Except as otherwise provided herein, no rate changes shall be made during the term of this Agreement without the prior written approval of City. Contractor's compensation for all Services performed in accordance with this Agreement, including all reimbursable items, shall not exceed Five Hundred Thousand Dollars and 00/100 ($500,000.00), 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 increased by two percent (2%) of the Billing Rates in effect immediately preceding such adjustment. 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 ACCO ENGINEERED SYSTEMS, INC. Page 2 performed and/or the specific task in the Scope of Services to which it relates, the date the Services were performed, the number of hours spent on all Work billed on an hourly basis, and a description of any reimbursable expenditures. City shall pay Contractor no later than thirty (30) calendar days after approval of the monthly invoice by City staff. 4.4 City shall reimburse Contractor only for those costs or expenses specifically identified in Exhibit B to this Agreement, or specifically approved in writing in advance by City. 4.5 Contractor shall not receive any compensation for Extra Work performed without the prior written authorization of City. As used herein, "Extra Work" means any Work that is determined by City to be necessary for the proper completion of the Project, but which is not included within the Scope of Services and which the parties did not reasonably anticipate would be necessary at the execution of this Agreement. Compensation for any authorized Extra Work shall be paid in accordance with Exhibit B. 5. PROJECT MANAGER 5.1 Contractor shall designate a Project Manager, who shall coordinate all phases of the Project. This Project Manager shall be available to City at all reasonable times during the Agreement term. Contractor has designated Mike Hamrock 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. 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 Public Works Department. City's Facilities Maintenance Supervisor 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. ACCO ENGINEERED SYSTEMS, INC. Page 3 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. 9. RESPONSIBILITY FOR DAMAGES OR INJURY 9.1 City and all officers, employees and representatives thereof and all persons and entities owning or otherwise in legal control of the property upon which Contractor performs the Project and/or Services 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 and/or Services 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 and/or Services, 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, employees, and any person or entity owning or otherwise in legal control of ACCO ENGINEERED SYSTEMS, INC. Page 4 the property upon which Contractor performs the Project and/or Services contemplated by this Agreement (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. 9.7 The rights and obligations set forth in this Section shall survive the termination of this Agreement. 10. INDEPENDENT CONTRACTOR It is understood that City retains Contractor on an independent contractor basis and Contractor is not an agent or employee of City. The manner and means of conducting the Work are under the control of Contractor, except to the extent they are limited by statute, rule or regulation and the expressed terms of this Agreement. No civil service status or other right of employment shall accrue to Contractor or its employees. Nothing in this Agreement shall be deemed to constitute approval for Contractor or any of Contractor's employees or agents, to be the agents or employees of City. Contractor shall have the responsibility for and control over the means of performing the Work, ACCO ENGINEERED SYSTEMS, INC. Page 5 provided that Contractor is in compliance with the terms of this Agreement. Anything in this Agreement that may appear to give City the right to direct Contractor as to the details of the performance of the Work or to exercise a measure of control over Contractor shall mean only that Contractor shall follow the desires of City with respect to the results of the Services. 11. COOPERATION Contractor agrees to work closely and cooperate fully with City's designated Project Administrator and any other agencies that may have jurisdiction or interest in the Work to be performed. City agrees to cooperate with Contractor on the Project. 12. CITY POLICY Contractor shall discuss and review all matters relating to policy and Project direction with City's Project Administrator in advance of all critical decision points in order to ensure the Project proceeds in a manner consistent with City goals and policies. 13. PROGRESS Contractor is responsible for keeping the Project Administrator informed on a regular basis regarding the status and progress of the Project, activities performed and planned, and any meetings that have been scheduled or are desired. 14. INSURANCE Without limiting Contractor's indemnification of City, and prior to commencement of Work, Contractor shall obtain, provide and maintain at its own expense during the term of this Agreement or for other periods as specified in this Agreement, policies of insurance of the type, amounts, terms and conditions described in the Insurance Requirements attached hereto as Exhibit C, and incorporated herein by reference. 15. BONDING 15.1 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 this Agreement 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 this Agreement in the form attached hereto as Exhibit E which is incorporated herein by this reference. 15.2 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 ACCO ENGINEERED SYSTEMS, INC. Page 6 VII (or larger) in accordance with the latest edition of Best's Key Rating Guide: Property - Casualty. 15.3 Contractor shall deliver, concurrently with execution of this Agreement, 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. 16. PREVAILING WAGES 16.1 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. 16.2 Unless otherwise exempt by law, Contractor warrants that no contractor or subcontractor was listed on the bid proposal for the Services that it is not currently registered and qualified to perform public work. Contractor further warrants that it is currently registered and qualified to perform "public work" pursuant to California Labor Code section 1725.5 or any successor statute thereto and that no contractor or subcontractor will engage in the performance of the Services unless currently registered and qualified to perform public work. 17. 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. ACCO ENGINEERED SYSTEMS, INC. Page 7 18. SUBCONTRACTING The subcontractors authorized by City, if any, to perform Work on this Project are identified in Exhibit A. Contractor shall be fully responsible to City for all acts and omissions of any subcontractor. Nothing in this Agreement shall create any contractual relationship between City and any subcontractor nor shall it create any obligation on the part of City to pay or to see to the payment of any monies due to any such subcontractor other than as otherwise required by law. City is an intended beneficiary of any Work performed by the subcontractor for purposes of establishing a duty of care between the subcontractor and City. Except as specifically authorized herein, the Services to be provided under this Agreement shall not be otherwise assigned, transferred, contracted or subcontracted out without the prior written approval of City. 19. 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. 20. 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. 21. 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. 22. 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 ACCO ENGINEERED SYSTEMS, INC. Page 8 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. 23. CITY'S RIGHT TO EMPLOY OTHER CONTRACTORS City reserves the right to employ other contractors in connection with the Project. 24. CONFLICTS OF INTEREST 24.1 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. 24.2 If subject to the Act and/or Government Code §§ 1090 et seg., 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. 25. NOTICES 25.1 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. 25.2 All notices, demands, requests or approvals from Contractor to City shall be addressed to City at: Attn: Facilities Maintenance Supervisor Public Works Department City of Newport Beach 100 Civic Center Drive PO Box 1768 Newport Beach, CA 92658 25.3 All notices, demands, requests or approvals from City to Contractor shall be addressed to Contractor at: Attn: Mike Hamrock ACCO ENGINEERED SYSTEMS, INC. ACCO ENGINEERED SYSTEMS, INC. Page 9 888 E. Walnut St. Pasadena, CA 91101 26. CLAIMS 26.1 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.). 26.2 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.). 27. TERMINATION 27.1 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. 27.2 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. ACCO ENGINEERED SYSTEMS, INC. Page 10 28. LABOR 28.1 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.). 28.2 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. 28.3 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. 28.4 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. 29. STANDARD PROVISIONS 29.1 Recitals. City and Contractor acknowledge that the above Recitals are true and correct and are hereby incorporated by reference. 29.2 Compliance with all Laws. Contractor shall, at its own cost and expense, comply with all statutes, ordinances, regulations and requirements of all governmental entities, including federal, state, county or municipal, whether now in force or hereinafter enacted. In addition, all Work prepared by Contractor shall conform to applicable City, county, state and federal laws, rules, regulations and permit requirements and be subject to approval of the Project Administrator and City. 29.3 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. 29.4 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. 29.5 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. ACCO ENGINEERED SYSTEMS, INC. Page 11 29.6 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. 29.7 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. 29.8 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. 29.9 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. 29.10 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. 29.11 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. 29.12 Counterparts. This Agreement may be executed in two (2) or more counterparts, each of which shall be deemed an original and all of which together shall constitute one (1) and the same instrument. [SIGNATURES ON NEXT PAGE] ACCO ENGINEERED SYSTEMS, INC. Page 12 IN WITNESS WHEREOF, the parties have caused this Agreement to be executed on the dates written below. APPROVED AS TO FORM: CITY ATTORNEY'S OFFICE Date: V2q/Zolq r By. I fvl: Aaron C. Harp City Attorney c�►^`a' ATTEST: Date: 10.10,11 NAG BrownLeilani 1. City Clerk eyJ I F'Ot;00' Attachments: Exhibit A Exhibit B Exhibit C Exhibit D Exhibit E CITY OF NEWPORT BEACH, a California municipal corporation Date: 0„ G� By. Diane B. Dixon Mayor CONTRACTOR: ACCO ENGINEERED SYSTEMS, INC., a California corporation Date: in Signed in Counterpart Jeffrey R. Marrs President Date: By: Signed in Counterpart John G. Petersen Chief Financial Officer [END OF SIGNATURES] Scope of Services Schedule of Billing Rates Insurance Requirements Labor and Materials Payment Bond Faithful Performance Bond ACCO ENGINEERED SYSTEMS, INC. Page 13 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 Date: 9�2 j/ZotQ By: Jdr, fbt . Aaron C. Harp �vA City Attorney ATTEST: Date: 0 Leilani I. Brown City Clerk CITY OF NEWPORT BEACH, a California municipal corporation Date: By: Diane B Mayor Dixon CONTRACTOR: ACCO ENGINEERED SYSTEMS, INC., a California corporation Date: OctnhPr f3_ P019 By: Carlton Seyfo Secretary By: Hugh�lmAe s, isk Manager -Contracts [END OF SIGNATURES] Attachments: Exhibit A - Scope of Services Exhibit B - Schedule of Billing Rates Exhibit C - Insurance Requirements Exhibit D - Labor and Materials Payment Bond Exhibit E - Faithful Performance Bond ACCO ENGINEERED SYSTEMS, INC. Page 13 EXHIBIT SCOPE OF SERVICES ACCO ENGINEERED SYSTEMS, INC. Page A-1 SCOPE OF SERVICES 1. Quarterly HVAC Maintenance Services 1.1 Quarterly inspection and maintenance of all units shall include, but is not limited to: • Change air filters • Lubricate motor and shaft bearings as required • Check and adjust blower belt(s), if applicable • Change belts, if applicable • Check heating operation • Check all safety controls • Check main and pilot burners • Inspect for rust and wear • Check drains • Check for gas leaks • Check reversing valve • Check anchor bolts • Check refrigerant charge (Freon) and cooling operation • Test for leaks • Check rotation • Clean, oil and/or grease • Check for overload under full operation • Check amperage and voltage on motors • Check contactors and clean if necessary • Lubricate all moving parts as required on fans and blowers • Check for drip pan and drain • Check coils for leaks and clean connections • Check oil level and pressure • Check head pressure • Check suction pressure 12 All belt driven units have a spare belt left inside the unit, in the event that the service truck does not have one in stock at the time of inspection. 1.3 All coils should be cleaned during each quarterly scheduled visit. 1A Clean up all trash and debris, including old HVAC parts before leaving the area. 1S Contractor will provide a checklist for each unit inspected. 1.6 All invoices will include the completed checklists or copies of checklists for all units of each facility inspected. 1.7 All billing invoices will be typed; no handwritten invoices will be accepted. 2. On -Call Repair Services 2.1 As -Needed Repair Services Contractor shall provide on-call or as -needed repair services to the HVAC units, as requested by City. Any services not provided as part of the quarterly maintenance visit will be treated as a service call. Service calls may result from recommended repairs identified through a quarterly maintenance visit or through a request for service by the City. The City does not guarantee or imply any specific quantity of service call work during the contract term. When the need for service arises, Contractor shall provide a written quote for services including the following: • A detailed description of the services to be provided; • The estimated number of hours and cost (including part s and material) to complete the services; and • The time needed to finish the specific project. No services shall be provided until the Project Administrator has provided written acceptance of the quote for services. Once authorized to proceed, Contractor shall diligently perform the repair services. 2.2 Call-back is required within ninety (90) minutes after initial request from the City for on-call services ("call-back"). 2.3 Contractor must be available for same day response, including after-hours, weekends, and holidays. 2.4 Contractor shall be available 24 hours a day, 7 days a week. 2.5 Contractor must be able to arrive within one to one and a half hours after initial call- back. EXHIBIT B SCHEDULE OF BILLING RATES ACCO ENGINEERED SYSTEMS, INC. Page B-1 BILLING RATES Section 1: Quarterly Preventative Maintenance CITY FACILITY ADDRESS COST FOR QUARTERLY MANtT04ANCE ANNUAL COST (QUARTERLY MANT84ANCE X4 Corporation Yard 592 Superior Avenue $ 338.00 $ 1,352.00 Utilities Headquarters 949 W. 161h Street $ 1,036.00 $ 4,144.00 Back Bay Science Center 600 Shellmaker Road $ 303.00 $ 1,212.00 Total for all Facilities $ 1,677 Per Quarter $ 6,708.00 Annually Section 2: As -Needed Repair Services Pricing UKIT COST Labor Charge $102.00 Per Hour After Hours Labor (To be used for work performed after 4:30 PM $153.00 Per Hour Monday — Thursday, after 3:30 PM on Fridays, and all of Sat., Sun., and holidays. TOTAL NOT TO EXCEED: $500,000.00 EXHIBIT C INSURANCE REQUIREMENTS — MAINTENANCE/REPAIR/JANITORIAL SERVICES 1. Provision of Insurance. Without limiting Contractor's indemnification of City, and prior to commencement of Work, Contractor shall obtain, provide and maintain at its own expense during the term of this Agreement, policies of insurance of the type and amounts described below and in a form satisfactory to City. Contractor agrees to provide insurance in accordance with requirements set forth here. If Contractor uses existing coverage to comply and that coverage does not meet these requirements, Contractor agrees to amend, supplement or endorse the existing coverage. 2. Acceptable Insurers. All insurance policies shall be issued by an insurance company currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, with an assigned policyholders' Rating of A- (or higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition of Best's Key Rating Guide, unless otherwise approved by the City's Risk Manager. 3. Coverage Requirements. A. Workers' Compensation Insurance. Contractor shall maintain Workers' Compensation Insurance, statutory limits, and Employer's Liability Insurance with limits of at least one million dollars ($1,000,000) each accident for bodily injury by accident and each employee for bodily injury by disease in accordance with the laws of the State of California, Section 3700 of the Labor Code. Contractor shall submit to City, along with the certificate of insurance, a Waiver of Subrogation endorsement in favor of City, its 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. 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 ACCO ENGINEERED SYSTEMS, INC. Page C-1 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 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, 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 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 ACCO ENGINEERED SYSTEMS, INC. Page C-2 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 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 ACCO ENGINEERED SYSTEMS, INC. Page C-3 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. 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 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. ACCO ENGINEERED SYSTEMS, 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 ACCO ENGINEERED SYSTEMS, INC. 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 Five Hundred Thousand Dollars and 00/100 ($500,000.00), lawful money of the United States of America, said sum being equal to 100% of the estimated amount 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 required by and in accordance with the provisions of Sections 9500 et seq. of the Civil Code of the State of California. ACCO ENGINEERED SYSTEMS, INC. Page D-1 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 Date: Aaron C. Harp City Attorney Authorized Signature/Title Authorized Agent Signature Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED ACCO ENGINEERED SYSTEMS, 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 (seal) 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 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) ACCO ENGINEERED SYSTEMS, 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 ACCO ENGINEERED SYSTEMS, INC. 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 Five Hundred Thousand Dollars and 00/100 ($500,000.00) lawful money of the United States of America, said sum being equal to 100% of the estimated amount of the Agreement, 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 ACCO ENGINEERED SYSTEMS, 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 Date: Aaron C. Harp City Attorney Authorized Signature/Title Authorized Agent Signature Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED ACCO ENGINEERED SYSTEMS, 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 (seal) 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 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) ACCO ENGINEERED SYSTEMS, INC. Page E-3