Loading...
HomeMy WebLinkAbout2024-07-09 - AGENDA REPORTS - RIVER OF LIGHTS PROJO Agenda Item: 1 1. CITY OF SANTA CLARITA AGENDA REPORT UNFINISHED BUSINESS CITY MANAGER APPROVAL: TAA,/� DATE: July 9, 2024 SUBJECT: CENTRAL PARK BUILDOUT - RIVER OF LIGHTS, PROJECT P4033 DEPARTMENT: Public Works PRESENTER: Shannon Pickett RECOMMENDED ACTION City Council receive a presentation on the Central Park River of Lights, Project P4033, review the two options presented, and provide direction to staff to proceed with Option One or Option Two. BACKGROUND The Central Park Buildout project was recently constructed at the southwest corner of Central Park. The project included the addition of four full-sized multipurpose fields and field lighting, a new parking lot and lighting, a new restroom building, upgrades to the adjacent dog park, a 55- foot wide plaza between the parking lot and multipurpose fields, and exercise stairs. The plaza area and exercise stairs are shown on the attached location map. This project had a ribbon cutting ceremony on October 17, 2023, and supports the Building and Creating Community theme of the City of Santa Clarita's (City) five-year strategic plan, Santa Clarita 2025. On September 26, 2023, preliminary design and associated costs were presented to the City Council to consider decorative lighting embedded in the plaza and installed along the exercise stairs. The programmable lights will be capable of displaying variable colors at varying levels of brightness to create visual effects such as flowing water. The rendering for the River of Lights is shown on the attached Exhibit A. The City Council provided direction to proceed with consideration to reduce anticipated costs, define hours of operation, and work with the Santa Clarita Valley Water Agency (SCVWA) for educational kiosks. In response to this direction, staff consulted with two electrical design consultants and two electrical contractors to evaluate the design and identify opportunities to reduce construction costs. Several cost saving ideas were implemented including utilizing existing conduit, Page 1 Packet Pg. 10 O eliminating the transformers, and reducing the number of electrical outlets and up -lighting of the trees within the plaza. Staff determined the decorative lighting will be turned off by 10:00 p.m. when the lights throughout Central Park are turned off. The decorative lights will be installed to avoid casting light onto the exercise stairs where hours of operation will remain from dawn to dusk. Staff worked with SCVWA to develop informational kiosks to be installed as part of the project, which will include three double -sided pedestals with information on the history of SCVWA, water supply, groundwater, water quality, conservation, and stormwater. The project will also include four pedestals located around the public art to describe the water cycle. One additional pedestal will include information about the public art. The California Environmental Quality Act (CEQA) requirements were previously completed for the Central Park River of Lights project. On June 1, 2021, the City of Santa Clarita Planning Commission adopted Resolution P21-14, adopting a Mitigated Negative Declaration and approving Master Case 21-040, consisting of Conditional Use Permit 21-003, Minor Use Permit 21-003, and Oak Tree Permit (Class 2) 21-007 for the construction and operation of the Central Park Buildout project, located at 27150 Bouquet Canyon Road within the City of Santa Clarita. A Notice of Determination was filed with the Los Angeles County Clerk (File No. 2021-126014) on June 4, 2021. The initial invitation to bid was prepared and published twice in The Signal newspaper for the River of Lights project, on March 21 and March 28, 2024, and was posted on BidNet. Only one bid, in the amount of $1,488,771, was received on April 23, 2024. To ensure competitive pricing, staff rejected the bid and rebid the project. The second invitation to bid was prepared and published twice in The Signal newspaper, on May 9 and May 16, 2024, and was posted on BidNet. A total of two bids were submitted to the City and opened by Purchasing on June 4, 2024. Each of the bids included a base bid and four bid alternates. The base bid was for lighting the plaza and replacing the decomposed granite path with concrete and the alternates included installing the following: hillside lighting along the exercise stairs, civic art sculpture "When Cloud Met a Cloud" and associated lighting, educational pedestals, and junction boxes to light adjacent trees. The basis for award was the total for the base bid and all four bid alternates combined. The results of the total bids, including bid alternates, are shown below: Company Location Bid Amount H&S Electric, Inc. Valencia, CA $1,397,200 Solex Construction, Inc. Los Angeles, CA $1,531,786 Based on these bid prices, the total construction cost, including contingency and soft costs, will be $1.7 million. At the March 26, 2024, City Council meeting, the City Council directed staff to reallocate funds in the amount of $229,279 from the Sheriff's Station Civic Art project to the Central Park River Page 2 Packet Pg. 11 O of Lights project. To fund the River of Lights project as outlined in Option Two below, an additional appropriation, in the amount of $1,470,000, would be required. Two options for the City Council's consideration are outlined below. Option One - Do not approve the River of Lights Project Under this option, the River of Lights project would not be completed and the existing budget would be used to install the civic art sculpture "When Cloud Met a Cloud" and replace the decomposed granite path installed in anticipation of the River of Lights project with concrete. Based on our engineer's estimate, the total construction cost under this option, including contingency and soft costs, is anticipated to be $200,000. Option Two - Proceed with the River of Lights Project Under this option, City Council: 1. Approve the plans and specifications for the Central Park River of Lights, Project P4033. 2. Award the construction contract to H&S Electric, Inc., in the amount of $1,397,200 and authorize a contingency in the amount of $209,580, for a total contract amount not to exceed $1,606,780. 3. Extend the current contract and authorize an increased expenditure authority for construction support services, with Visual Terrain, Inc., in the amount of $48,000 and authorize a contingency in the amount of $7,200, for a total additional contract amount not to exceed $55,200. 4. Appropriate one-time funds in the amount of $1,470,000 from the Facilities Fund (Fund 723) to expenditure account P4033723-516101. 5. Authorize the City Manager or designee to execute all documents, subject to City Attorney approval. Under this option, staff recommends awarding the construction contract to H&S Electric, Inc., the lowest responsive and responsible bidder. This contractor possesses a valid state contractor's license and is in good standing with the Contractors State License Board. Staff reviewed the bid response for accuracy and conformance to the contract documents and found it to be complete. The bid proposal adheres to the project's plans and specifications and is available in the City Clerk's Reading File. As part of the effort to enhance the experience of park users, City staff worked with Visual Terrain, Inc. (VT) to develop design concepts and provide mock ups for multiple decorative lighting options for the River of Lights project. After staff evaluation of the concepts, VT was tasked to prepare construction documents to install decorative lighting in the plaza and along the exercise stairs to match the selected concept. Page 3 Packet Pg. 12 O In order to provide appropriate construction management support services throughout the project, ensure the visual aesthetics are met, and provide light programming services, it is recommended that the existing contract with VT be increased by a total of $55,200, including contingency. This increase will allow VT to provide construction management support at regular meetings, review submittals, respond to requests for information, address design issues as the project is constructed, and provide programming services for the lights. The requested contingency will be used for any unforeseen site conditions, utility conflicts and fees, or additional needs that may occur during the construction process. ALTERNATIVE ACTION Other action as determined by the City Council. FISCAL IMPACT Upon approval of the recommended actions, for Option One, funds are available in expenditure account P4033723-516101 (Facilities Fund) in an amount of $229,279 to support the recommended project costs. For Option Two, the budget will be increased by $1,470,000 in expenditure account P4033723-516101 (Facilities Fund) for a total project budget of $1,699,279 to support the recommended contracts and associated project costs. ATTACHMENTS Location Map - Central Park River of Lights Exhibit A - River of Lights Rendering Bid Proposal for H&S Electric, Inc. (available in the City Clerk's Reading File) Proposal for Visual Terrain, Inc. (available in the City Clerk's Reading File) Page 4 Packet Pg. 13 Cary of N SANTA CLARITAA A Location Map for Feet Central Park River of Lights Q 50 100 P4033 i Street centerlines developed & maintained by City of Santa Clarita GIS Legend The City of Santa Clarita does not warrant the accuracy of the data and assumes no Location Boundary liability for any errors or omissions. Map prepared by: City of Santa Clarita GIS Division 0 TRCJECTSTVA24fl4 W9 P4633 - Central Park River of Lights �y 4� sky • W O J • � m a z W U Lt a' L -06e J1._ J �rrl r t `" misnomer Packet Pg. 14 1�'�1• ice, . � . T - • ' � JI 3I yf :A _ 1 • ` a 4 s s`VAL SECTION C PROPOSAL FORM Bid #CI P-23-24- P403 3A Central Park Buildout — River of Lights REBID City Project No. P4033 City of Santo Clorito, California TO THE CITY OF SANTA CLARITA, AS CITY: In accordance with CITY's NOTICE INVITING BIDS, the undersigned BIDDER hereby proposes to furnish all materials, equipment, tools, labor, and incidentals required for the above -stated project as set forth in the plans, specifications, and contract documents therefore, and to perform all work in the manner and time prescribed therein. BIDDER declares that this proposal is based upon careful examination of the work site, plans, specifications, INSTRUCTIONS TO BIDDERS, and all other contract documents. If this proposal is accepted for award, BIDDER agrees to enter into a contract with CITY at the unit and/or lump sum prices set forth in the following BID SCHEDULE. BIDDER understands that failure to enter into a contract in the manner and time prescribed will result in forfeiture to CITY of the proposal guarantee accompanying this proposal. BIDDER understands that a bid is required for the entire work that the estimated quantities set forth in BID SCHEDULE are solely for the purpose of comparing bids, and that final compensation under the contract will be based upon the actual quantities of work satisfactorily completed. THE CITY RESERVES THE RIGHT TO INCREASE OR DECREASE THE AMOUNT OF ANY QUANTITY SHOWN AND TO DELETE ANY ITEM FROM THE CONTRACT. It is agreed thatthe unit and/or lump sum price(s) bid include all appurtenant expenses, taxes, royalties, and fees for the project's duration. In case of discrepancies in the amounts bid, unit prices shall govern over extended amounts, and words shall govern over figures. If awarded the contract, the undersigned further agrees that in the event of the Bidder's default in executing the required contract and filing the necessary bonds and insurance certificates within ten working days after the date of the CITY's notice of award of contract to the BIDDER, the proceeds of the security accompanying this bid shall become the property of the CITY and this bid and the acceptance hereof may, at the CITY's option, be considered null and void. H&S Electric, Inc. Company Name: Company Address: 27895 SmVth Drive Valencia, CA 91355 661-295-7705 Phone: Email: marvin@hs-electric.com By. Marvin Hatch Print Nome Title: President Signature: Date: 6/44 BIDDER PRE -QUALIFICATION QUESTIONNAIRE Bid #CI P-23-24-P4033A Central Park Buildout — River of Lights REBID City Project No. P4033 City of Santa Clarita, California In accordance with the California Public Contract Code Section 20101, the City of Santa Clarita will review this completed bidder's pre -qualification questionnaire immediately following bid closing, starting with the apparent low bidder. If the apparent low bidder answers in the negative OR does not meet the requirements outlined in this questionnaire, the City will find the apparent low bidder unresponsive, and will move on to the next apparent low bidder, and so on and so forth. 1. In the past five years has any claim against your firm concerning your firm's work on a construction project been filed in court or arbitration? Yes ❑ No X If "yes", on a separate signed sheet(s) of paper identify the claim(s) by providing the project name, date of the claim, name of the claimant, a brief description of the nature of the claim, the court in which the case was filed and a brief description of the status of the claim (pending or, if resolved, a brief description of the resolution). 2. In the past five years has your firm made any claim against a project owner concerning work on a project or payment for a contract and filed that claim in court or arbitration? Yes ❑ No If "yes", on a separate signed sheet(s) of paper identify the claim by providing the project name, date of the claim, name of the entity (or entities) against whom the claim was filed, a brief description of the nature of the claim, the court in which the case was filed and a brief description of the status of the claim (pending, or if resolved, a brief description of the resolution). 3. Does your firm have a valid California Class C-10 Contractor's License? Yes I.X No ❑ 4. Has your firm completed a minimum of two projects valued at $2,000,000+? Please elaborate on separate signed sheet(s) of paper. Yes N No ❑ 5. Has your firm successfully constructed any similar type projects handling high and low voltage, utilizing system integration? Please provide references we may call. Yes 1,M No ❑ Whittier Aquatic Center - Morillo Construction - Milad Sarkis - (626) 796-3800 City of Palmdale - Musco Lighting - Schnieder Electric - Arash Nadershahi - (805) 404-8717 6. a. Does your firm include a system integrator on staff? b. Are you able to procure the dimming and control equipment as well? Yes ❑ No 0 b. Yes IR No ❑ 7. For the finish concrete aspect of the project, please provide information regarding similar work, namely "integral color concrete with seeded exposed aggregate" finish incorporating flush mounted up lights at the surface, with references we may call. Six Flags Magic Mountain - Gary Little Construction - Mike Thompson (661) 940-5822 Whittier Aquatic Center - Morrillo Construction - Milad Sarkis - 626-796-3800 June 4, 2024 ELECTRIC INC. V V CONTRACTORS . ENGINEERS • COMMERCIAL • INDUSTRIAL BIDDER PRE -QUALIFICATION QUESTIONNAIRE Bid #CIP-23-24-P4033A Central Park Buildout — River of Lights REBID City Project No. P4033 City of Santa Clarita, California 4. Has your firm completed a minimum of two projects valued at $2,000,000+7 Please elaborate on separate signed sheet(s) of paper. 1) Rancho Cienega Sports Complex — Pinner Construction — Justin Davis (714) 490-4000 - S 4,807,825.00 2) Taft High School — Kemp Bros. Ryan Givens (562) 236-5000 - $ 6,337,610.00 Sincerely, H&S ELECTRIC, INC. Paul E. Cornelius, Jr. Vice President/Director of Operations 27895 Smyth Drive, Unit 6A, Valencia, California 91355 • Office 661.295.7705 / 800.453.5350 • Fax 661.295.7736 NOTICE TO BIDDERS REGARDING CONTRACTUAL REQUIREMENTS Bid #CIP-23-24-P4033A Central Park Buildout— River of Lights REBID City Project No. P4033 City of Santa Clarita, California SUMMARY OF INDEMNITY AND INSURANCE REQUIREMENTS 1. These are the Indemnity and Insurance Requirements for Contractors providing services or supplies to City of Santa Clarita (City). By agreeing to perform the work or submitting a proposal, you verify that you comply with and agree to be bound by these requirements. If any additional Contract documents are executed, the actual Indemnity language and Insurance Requirements may include additional provisions as deemed appropriate by City's Purchasing Agent. Questions and requests for modification of these terms must be negotiated and approved prior to bid submission and are at the full discretion of the City. 2. You should check with your Insurance advisors to verify compliance and determine if additional coverage or limits may be needed to adequately insure your obligations under this agreement. These are the minimum required and do not in any way represent or imply that such coverage is sufficient to adequately cover the Contractor's liability under this agreement. The full coverage and limits afforded under Contractor's policies of Insurance shall be available to Buyer and these Insurance Requirements shall not in any way act to reduce coverage that is broader or includes higher limits than those required. The Insurance obligations under this agreement shall be: 1—all the Insurance coverage and limits carried by or available to the Contractor; or 2—the minimum Insurance requirements shown in this agreement, whichever is greater. Any insurance proceeds in excess of the specified minimum limits and coverage required, which are applicable to a given loss, shall be available to City. 3. Contractor shall furnish the City with original Certificates of Insurance including all required amendatory endorsements and a copy of the Declarations and Endorsement Page of the CGL policy listing all policy endorsements to City before work begins. City reserves the right to require full -certified copies of all Insurance coverage and endorsements. I. INDEMNIFICATION: City and its respective elected and appointed boards, officials, officers, agents, employees, and volunteers (individually and collectively, "Indemnitees") shall have no liability to CONTRACTOR or any other person for, and CONTRACTOR shall indemnify, defend, protect, and hold harmless Indemnitees from and against, any and all liabilities, claims, actions, causes of action, proceedings, suits, damages, judgments, liens, levies, costs, and expenses of whatever nature, including reasonable attorney's fees and disbursements (collectively, "Claims"), which Indemnitees may suffer or incur or to which Indemnitees may become subject by reason of or arising out of any injury to or death of any person(s), damage to property, loss of use of property, economic loss, or otherwise occurring as a result of or allegedly caused by the CONTRACTOR'S performance of or failure to perform any services under this Agreement, or by the negligent or willful acts or omissions of CONTRACTOR, its agents, officers, directors, or employees, committed in performing any of the services under this Agreement. If any action or proceeding is brought against Indemnitees by reason of any of the matters against which CONTRACTOR has agreed to indemnify Indemnitees as provided above, CONTRACTOR, upon notice from City, shall defend Indemnitees at its expense by counsel acceptable to City, such acceptance not to be unreasonably withheld. Indemnitees need not have first paid for any of the matters to which Indemnitees are entitled to indemnification in order to be so indemnified. The limits of the insurance required to be maintained by CONTRACTOR in this Agreement shall not limitthe IiabilityofCONTRACTOR hereunder. The provisions of this section shall survive the expiration or earlier termination of this agreement. The provisions of this section do not apply to Claims occurring as a result of the City's active negligence or acts of omission. II. INSURANCE CONTRACTOR shall maintain and submit certificates of all applicable insurance including, but not limited to, the following and as otherwise required by law. The terms of the insurance policy or policies issued to provide the above insurance coverage shall provide that said insurance may not be amended or canceled by the carrier, for non-payment of premiums or otherwise, without thirty (30) days prior written notice of amendment or cancellation to the CITY. In the event the said insurance is canceled, the CONTRACTOR shall, prior to the cancellation date, submit to the City Clerk new evidence of insurance in the amounts established. Liabilitv Insurance During the entire term of this Agreement, the CONTRACTOR agrees to procure and maintain General Liability insurance at its sole expense to protect against loss from liability imposed by law for damages on account of bodily injury, including death therefrom, suffered or alleged to be suffered by any person or persons whomsoever, resulting directly or indirectly from any act or activities, errors or omissions, of the CITY, or CONTRACTOR or any person acting for the CITY, or under its control or direction, and also to protect against loss from liability imposed by law for damages to any property of any person caused directly or indirectly by or from acts or activities of the CITY, or CONTRACTOR or any person acting for the CITY, or under its control or direction. Such public liability and property damage insurance shall also provide for and protect the CITY against incurring any legal cost in defending claims for alleged loss. Such General, Public and Professional liability and property damage insurance shall be maintained in full force and effect throughout the term of the Agreement and any extension thereof in the amount indicated above or the following minimum limits: Commercial General Liability Insurance, including coverage for Premises and Operations, Contractual Liability, Personal Injury Liability, Products/Completed Operations Liability, and Independent Contractors' Liability (if applicable), in an amount of not less than two million dollars ($2,000,000.00) per occurrence, four million dollars ($4,000,000.00) annual aggregate, written on an occurrence form. Products/Completed Operations coverage shall extend a minimum of three (3) years after project completion. Coverage shall be included on behalf of the CONTRACTOR for covered claims arising out of the actions of independent contractors, If the CONTRACTOR is using subcontractors, the policy must include work performed "by or on behalf' of the CONTRACTOR. Policy shall contain no language that would invalidate or remove the CONTRACTOR'S duty to defend or indemnify for claims or suits expressly excluded from coverage. Policy shall specifically provide for a duty to defend on the part of the CONTRACTOR. Worker's Compensation Insurance The CONTRACTOR shall procure and maintain, at its sole expense, Worker's Compensation Insurance in the amount of $1,000,000 per occurrence or in such amount as will fully comply with the laws of the State of California and which shall indemnify, insure and provide legal defense for both the CONTRACTOR and the CITY against any loss, claim or damage arising from any injuries or occupational diseases happening to any worker employed by the CONTRACTOR in the course of carrying out the work within the Agreement. Such insurance shall also contain a waiver of subrogation naming the City of Santa Clarita. Automotive Insurance The CONTRACTOR shall procure and maintain, at its sole expense, throughout the term of this Agreement, and any extension thereof, public liability and property damage insurance coverage for automotive equipment with coverage limits of not less than $1,000,000 combined single limit for each accident. All such insurance shall be primary insurance and shall name the City of Santa Clarita as an additional insured. Builder's Risk Upon commencement of construction and with approval of CITY, CONTRACTOR shall obtain and maintain Builder's Risk Insurance for the entire duration of the Project until only the CITY has an insurable interest. The Builder's Risk coverage shall include the coverages as specified below: The named insureds shall be CONTRACTOR and CITY, including its officers, officials, employees, and agents. All subcontractors (excluding those solely responsible for design work) of any tier and suppliers shall be included as additional insureds as their interests may appear. CONTRACTOR shall not be required to maintain property insurance for any portion of the Project following transfer of control thereof to CITY. The policy shall contain a provision that all proceeds from the Builder's Risk Policy shall be made payable to the CITY. The CITY will act as a fiduciary for all other interests in the Project. Policy shall be provided for replacement value on an "all risk" basis for the completed value of the project. There shall be no coinsurance penalty or provisional limit provision in any such policy. Policy must include: (1) coverage for any ensuing loss from faulty workmanship, nonconforming work, omission or deficiency in design or specifications; (2) coverage against machinery accidents and operational testing; (3) coverage for removal of debris, and insuring the buildings, structures, machinery, equipment, materials, facilities, fixtures and all other properties constituting a part of the Project; (4) Ordinance or law coverage for contingent rebuilding, demolition, and increased costs of construction; (5) transit coverage (unless insured by the supplier or receiving contractor), with sub -limits sufficient to insure the full replacement value of any key equipment item; (6) ocean marine cargo coverage insuring any Project materials or supplies, if applicable; (7) coverage with sub -limits sufficient to insure the full replacement value of any property or equipment stored either on or off the site or any staging area. Such insurance shall be on a form acceptable to CITY to ensure adequacy of terms and sub -limits and shall be submitted to the CITY prior to commencement of construction. Fire and Extended Coverage Insurance (Services involvine real orooerty oniv) CONTRACTOR agrees to procure and maintain, at its sole expense, during the term of this Agreement, and any extension thereof, a policy of fire, extended coverage and vandalism insurance. Pollution Liabilitv and/or Asbestos Pollution Liability and/or Errors & Omissions Contractors Pollution Liability and/or Asbestos Pollution Liability and/or Errors & Omissions with limit no less than $2,000,000 per claim or occurrence and $2,000,000 aggregate per policy period of one year. Coverage must be included for bodily injury and property damage, including coverage for loss of use and/or diminution in property value, and for clean-up costs arising out of, pertaining to, or in any way related to the actual or alleged discharge, dispersal, seepage, migration, release or escape of contaminants or pollutants, arising out of or pertaining to the services provided by CONTRACTOR under this Agreement, including the transportation of hazardous materials or contaminants. Professional Liability (if Design -Build) Professional Liability Insurance, insuring against professional errors and omissions arising from CONTRACTOR'S work on the Project, in an amount not less than [$2,000,0001 combined single limit for each occurrence. If CONTRACTOR cannot provide an occurrence policy, CONTRACTOR shall provide insurance covering claims made as a result of performance of work on this Project and shall maintain such insurance in effect for not less than three years following final completion of the Project. Waiver of Subrogation All insurance coverage maintained or procured pursuant to this Agreement shall be endorsed to waive subrogation againstthe CITY, its elected or appointed officers, agents, officials, employees and volunteers or shall specifically allow CONTRACTOR or others providing insurance evidence in compliance with these specifications to waive their right of recovery prior to a loss. CONTRACTOR hereby waives its own right of recovery against the CITY, and shall require similar written express waivers and insurance clauses from each of its subconsultants. Separation of Insureds A severability of interests provision must apply for all additional insureds ensuring that CONTRACTOR'S insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the insurer's limits of liability. The policy(ies) shall not contain any cross -liability exclusions. Pass Through Clause CONTRACTOR agrees to ensure that its subconsultants, subcontractors, and any other party involved with the project who is brought onto or involved in the project by CONTRACTOR, provide the same minimum insurance coverage and endorsements required of CONTRACTOR. CONTRACTOR agrees to monitor and review all such coverage and assumes all responsibility for ensuring that such coverage is provided in conformity with the requirements of this section. CONTRACTOR agrees that upon request, all Agreements with consultants, subcontractors, and others engaged in the project will be submitted to the CITY for review. Self -Insured Retentions Any self -insured retentions must be declared to and approved by the CITY. The 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 specifications unless approved by the CITY. Primary and Additional Insured All of such insurance shall be primary and shall name the City of Santa Clarita as additional insured. A Certificate of Insurance and an additional insured endorsement (for general and automobile liability), evidencing the above insurance coverage with a company acceptable to the City's Purchasing Agent shall be submitted to the CITY prior to execution of this Agreement on behalf of the CITY. Requirements Should CONTRACTOR, for any reason, fail to obtain and maintain the insurance required by this Agreement, CITY may obtain coverage at CONTRACTOR'S expense and deduct the cost of such insurance from payments due to CONTRACTOR under this Agreement or terminate. In the alternative, should CONTRACTOR fail to meet any of the insurance requirements underthis Agreement, CITY may cancel the Agreement immediately with no penalty. Should CONTRACTOR'S insurance required by this Agreement be canceled at any point prior to expiration of the policy, CONTRACTOR must notify CITY within 24 hours of receipt of notice of cancelation. Furthermore, CONTRACTOR must obtain replacement coverage that meets all contractual requirements within 10 days of the prior insurer's issuance of notice of cancelation..CONTRACTOR must ensure that there is no lapse in coverage. If the operation under this Agreement results in an increased or decreased risk in the opinion of the City's Purchasing Agent, then the CONTRACTOR agrees that the minimum limits herein above designated shall be changed accordingly upon request by the City's Purchasing Agent. The CONTRACTOR agrees that provisions of this paragraph as to maintenance of insurance shall not be construed as limiting in any way the extent to which the CONTRACTOR may be held responsible for the payment of damages to persons or property resulting from the CONTRACTOR'S activities or the activities of any person or persons for which the CONTRACTOR is otherwise responsible. I have read and understand the above requirements and agree to be bound by them for any work performed for the City. Authorized Signature: 1,07 Date: 614124 Printed Name: Marvin Hatch BID SCHEDULE Bid #CIP-23-24-P4033A Central Park Buildout — River of Lights REBID City Project No. P4033 City of Santa Clarita, California Fill out this form completely and submit with the bid response. Line item pricing must be entered on BidNet. In the event any mathematical discrepancies are found, please refer to Section B, Bid Instructions. The award of contract, if made, will be to the lowest responsive BIDDER determined solely by the AGENCY. The AGENCY also reserves the right to add/delete the quantities to the existing bid items, or delete the entire bid item if they are found not required by the Agency during the course of the construction, or add new bid items or scope of work by Contract Change Order at any time during the project up to the last contract working day. The BIDDER agrees to hold ail unit prices in this Bid Schedule constant throughout the duration of the project up to the last contract working day. ITEM NO. DESCRIPTION QTY UNIT UNIT PRICE TOTAL Mobilization, Demobilization, bonds & Insurance / 1. General conditions. 1 LS $ $ 86,900.00 Lighting Package, including light fixtures, controls, 2• controllers, etc. for Plaza lighting only. 1 LS $ $ 294,000.00 Site Work outside of the Plaza, including trenching, 3. setting pull boxes, running conduit and wiring, replacing 1 L5 $ $ 106,000.00 sod, etc. Site Work within Plaza. Install additional conduit, wiring, 4 setting lights in place, etc. Install and prepare backfill as 1 LS $ $ 248,000.00 necessary. Provide #S dowels x 18" long @ 12" o.c. into existing slab edge 6" w/ epoxy adhesive. Pour new 4" slab within 5. "River" creating an integral color concrete with seeded 1 LS $ $ 116,300.00 exposed aggregate finish with sealant, per plans. �. Pour new 10" thick footing at 22' dia. center circle. 1 LS $ $24,000.00 �. Overhead and Supervision 11 is $ $113,000.©0 TOTAL BASE BID AMOUNT. $ 988,200.0 TOTAL BASE BID AMOUNT IN WORDS: Nine Hundred Eighty Eight Thousand, Two Hundred dollars ALTERNATE BID SCHEDULE - #1 Bid #CIP-23-24-P4033A Central Park Buildout — River of Lights REBID City Project No. P4033 City of Santa Clarita, California Do NOT include this pricing in the total base bid amount. Fill out this form completely and upload it with your bid. In the event any mathematical discrepancies are found in the pricing forms submitted, the unit price shall govern. The AGENCY also reserves the right to add/delete the quantities to the existing bid items, or delete the entire bid item if they are found not required by the Agency during the course of the construction, or add new bid items or scope of work by Contract Change Order at any time during the project up to the last contract working day, The BIDDER agrees to hold all unit prices in this Alternate Bid Schedule constant throughout the duration of the project up to the last contract working day. For each Add Alternate described below, provide all associated pricing to complete the entire scope of work as indicated on the plans, along with mobilization, demobilization, bonds, insurance and General Conditions, including overhead and supervision. Also include security fencing as -needed. ITEM DESCRIPTION CITY UNIT UNIT PRICE TOTAL NO. ADD ALTERNATE #1— Include all additional work to provide accent lighting on hillside 1. along the existing concrete stairs per Area Al 1 LS $ 218,000.00 $ 218,000.00 and Area A2, sheet AL-2.0. Provide a mock-up of (4) light posts at the top 2 of the first run of stairs, (2) on each side per 1 LS $ 12,000.00 $ 12,000.00 Sheet A-2.0. TOTAL ALTERNATE BID AMOUNT. $ 230,000.00 TOTAL ALTERNATE #1 BID AMOUNT IN WORDS: Two Hundred Thirty Thousand dollars ALTERNATE BID SCHEDULE - #2 Bid #CIP-23-24-P4033A Central Park Buildout — River of Lights REBID City Project No, P4033 City of Santo Clarita, California Do NOT include this pricing in the total base bid amount. Fill out this form completely and upload it with your bid. In the event any mathematical discrepancies are found in the pricing forms submitted, the unit price shall govern. The AGENCY also reserves the right to add/delete the quantities to the existing bid items, or delete the entire bid item if they are found not required by the Agency during the course of the construction, or add new bid items or scope of work by Contract Change Order at any time during the project up to the last contract working day. The BIDDER agrees to hold all unit prices in this Alternate Bid Schedule constant throughout the duration of the project up to the last contract working day. For each Add Alternate described below, provide all associated pricing to complete the entire scope of work as indicated on the plans, along with mobilization, demobilization, bonds, insurance and General Conditions, including overhead and supervision. Also include security fencing as needed. ITEOM DESCRIPTION CITY UNIT PRICE TOTAL ADD ALTERNATE #2 — All work located within the center circle of the plaza, area A5, sheet AL-5.0, is to be provided as a separate alternate cost. Include all costs to postpone the installation of the sculpture, including the removal of DG, connecting conduit, 1 wiring, setting of light fixtures in place and pouring of 1 L5 $ 134,000.0( 134,000. the finish concrete. his Add Alternate #2 will include re -mobilization costs to return and complete this portion of work, including security fencing. (The footing shall be installed with the base bid) TOTAL ALTERNATE BID AMOUNT. $134,000. TOTAL ALTERNATE #2 BID AMOUNT IN WORDS: One Hundred Thirty Four Thousand dollars )0 ALTERNATE BID SCHEDULE -#3 Bid #CIP-23-24-P4033A Central Park Buildout — River of Lights REBID City Project No. P4033 City of Santa Clarita, California Do NOT include this pricing in the total base bid amount. Fill out this form completely and upload it with your bid. In the event any mathematical discrepancies are found in the pricing forms submitted, the unit price shall govern. The AGENCY also reserves the right to add/delete the quantities to the existing bid items, or delete the entire bid item if they are found not required by the Agency during the course of the construction, or add new bid items or scope of work by Contract Change Order at any time during the project up to the last contract working day. The BIDDER agrees to hold all unit prices in this Alternate Bid Schedule constant throughout the duration of the project up to the last contract working day. For each Add Alternate described below, provide all associated pricing to complete the entire scope of work as indicated on the plans, along with mobilization, demobilization, bonds, insurance and General Conditions, including overhead and supervision. Also include security fencing as needed. ITEM NO. DESCRIPTION CITY UNIT UNIT PRICE TOTAL ADD ALTERNATE #3 — Provide all materials and labor to install the pedestal signage as shown on the plans. There are (4) Type D 1 (Double Sided signage pedestals per detail 1 LS $ 15,000.00 $ 15 000.00 4/AL-9.0) and (5) Type 5 (Single Sided signage pedestals per detail 1/AL-10.0). Final artwork is to be provided and installed by the City. TOTAL ALTERNATE BID AMOUNT: $ 15,000.00 TOTAL ALTERNATE #3 BID AMOUNT IN WORDS: Fifteen Thousand dollars ALTERNATE BID SCHEDULE - 94 Bid #CIP-23-24-P4033A Central Park Buildout — River of Lights REBID City Project No. P4033 City of Santa Clarita, California Do NOT include this pricing in the total base bid amount. Fill out this form completely and upload it with your bid. In the event any mathematical discrepancies are found in the pricing forms submitted, the unit price shall govern. The AGENCY also reserves the right to add/delete the quantities to the existing bid items, or delete the entire bid item if they are found not required by the Agency during the course of the construction, or add new bid items or scope of work by Contract Change Order at anytime during the project up to the last contract working day. The BIDDER agrees to hold all unit prices in this Alternate Bid Schedule constant throughout the duration of the project up to the last contract working day. For each Add Alternate described below, provide all associated pricing to complete the entire scope of work as indicated on the plans, along with mobilization, demobilization, bonds, insurance and General Conditions, including overhead and supervision. Also include security fencing as needed. ITEM DESCRIPTION QTY UNIT UNIT PRICE TOTAL NO. ADD ALTERNATE #4 — Provide all Type 'J51' 1. equipment at each tree well per sheet Lt-300. 1 LS $ 30,000.00 $ 30,000.00 600 27 TOTAL ALTERNATE BID AMOUNT. $ 30,000.00 TOTAL ALTERNATE #4 BID AMOUNT IN WORDS: Thirty Thousand dollars h11�7c111IG11►iLIT1 Bid #CIP-23-24-P4033A Central Park Buildout— River of Lights REBID City Project No. P4033 City of Santo Clarito, California BID SUMMARY TOTAL PRICE $ 988,200.00 BASE BID IN FIGURES TOTAL PRICE IN WORDS Nine Hundred Eighty Eight Thousand, Two Hundred dollar TOTAL PRICE $ 230,000.00 ALTERNATE IN FIGURES BID #1 TOTAL PRICE IN WORDS Two Hundred Thirty Thousand dollars TOTAL PRICE $ 134,000.00 ALTERNATE IN FIGURES BID #2 TOTAL PRICE IN WORDS One Hundred Thirty Four Thousand dollars TOTAL PRICE $ 18,000.00 ALTERNATE IN FIGURES BID #3 TOTAL PRICE IN WORDS Fifteen Thousand dollars TOTAL PRICE $ 30,000.00 ALTERNATE IN FIGURES BID #4 TOTAL PRICE IN WORDS Thirty Thousand dollars TOTAL BASE BID AND ALL TOTAL PRICE IN $ 1397,200.00 ALTERNATES FIGURES TOTAL BASE BID AND ALL BID ALTERNATES AMOUNT IN WORDS; One Million, Three Hundred T-hGusand Ninety Seven Thousand, Two Hundred dollars BIDDER'S INFORMATION AND CERTIFICATION Bid #CIP-23-24-P4033A Central Park Buildout — River of Lights REBID City Project No. P4033 City of Santa Clarita, California Bidder certifies that the representations of the bid are true and correct and made under penalty of perjury. EQUAL EMPLOYMENT OPPORTUNITY COMPLIANCE Bidder certifies that in all previous contracts or subcontracts, all reports which may have been due under the requirements of any CITY, State, or Federal equal employment opportunity orders have been satisfactorily filed, and that no such reports are currently outstanding. AFFIRMATIVE ACTION CERTIFICATION Bidder certifies that affirmative action has been taken to seek out and consider minority business enterprises for those portions of the work to be subcontracted, and that such affirmative actions have been fully documented, that said documentation is open to inspection, and that said affirmative action will remain in effect for the life of any contract awarded hereunder. Furthermore, Bidder certifies that affirmative action will be taken to meet all equal employment opportunity requirements of the contract documents. CERTIFICATION REGARDING DIR CONTRACTOR/SUBCONTRACTOR REGISTRATION By my signature hereunder, as the Contractor, I certify that Contractor, and all Subcontractors listed on the Subcontractor Designations form are the subject of current and active contractor registrations pursuant to Division 2, Part 7, Chapter 1 (commencing with section 1720) of the California Labor Code. Contractor's registration number is indicated below. Subcontractors' registration numbers are indicated on the Subcontractor Designations form. Bidder's Name: H&S Electric, Inc. Business Address: 27895 Smyth Drive, Valencia, CA 91355 Telephone No.: 661-295-7705 State CONTRACTOR's License No. & Class: C-10 License #797242 DIR No.: 1000002813 Original Date: 11/17/2014 Expiration Date: 6/30/2024 The following are the names, titles, addresses, and phone numbers of all individuals, firm members, partners, joint ventures, and/or corporate officers having a principal interest in this proposal: Marvin Hatch - President 21246 N. Placerita Canvon Road Newhall, CA 91321 The dates of any voluntary or involuntary bankruptcy judgments against any principal having an interest in this proposal, or any firm, corporation, partnership or joint venture of which any principal having an interest in this proposal was an owner, corporate officer, partner or joint venture areas follows: N/A All current and prior DBAs, alias, and/or fictitious business names for any principal having an interest in this proposal are as follows: N/A IN WITNESS WHEREOF, BIDDER executes and submits this proposal with the names, title, hands, and seals of all aforementioned principals this 4th day ofJ u ne 2o24. BIDDER: _ Sign Marvin Hatch Name and Title of Signatory H&S Electric, Inc. Legal Name of Bidder 27895 Smyth Drive, Valencia, CA 91355 Address 661-295-7705 95-4871791 Telephone Number Federal Tax I.D. No. BIDDER'S QUESTIONNAIRE Bid #CI P-23-24-P4033A Central Park Buildout — River of Lights REBID City Project No. P4033 City of Santo Clarito, California 1. Submitted by: Erin Siebuhr Telephone: 661-295-7705 Principal Office Address: 27895 Smyth drive, Valencia, CA 91355 2. Type of Firm: tI C Corporation ❑ S Corporation ❑ Individual/Sole Proprietor or Single —Member LLC ❑ Partnership ❑ Limited Liability Company "C" C-Corp ❑ Limited Liability Company "S" S-Corp ❑ Limited Liability Company "P" Partnership ❑ Other 3a. If a corporation, answer these questions: Date of Incorporation: 5/18/2001 State of Incorporation: California President's Name: Marvin Hatch Vice -President's Name: Paul Cornelius, Jr. Secretary or Clerk's Name: Erin Slebuhr Treasurer's Name: Erin Slebuhr If a partnership, answer these questions: Date of organ Name of all partners holding more tha Designate which are General or Managing Partners. Organized in: BIDDER'S QUESTIONNAIRE fcont'd Bid #CIP-23-24-P4033A Central Park Buildout — River of Lights REBID City Project No. P4033 City of Santa ClaritFa, California 4. Name of person holding CONTRACTOR's license: License number: 797242 Class: C-10 D.I.R. Registration # 1000002813 5 Marvin Hatch Expiration Date: 7/31/2025 CONTRACTOR's Representative: Erin Slebuhr Title: Secretary/Treasurer Alternate: Paul Cornelius, Jr. Title: Vice President 6. List the major construction projects your organization has in progress as of this date: A. Owner: Solar Optimum Project Location: 26101 Magic Mountain Parkway, Valencia, CA 91355 Type of Project: Electrical B. LA Unified School District Project Location: 13000 Oxnard Street, Van Nuys, CA 91401 Type of Project: Modernization C. City of Palmdale Owner: Project Location: 5100 East Avenue S, Palmdale, CA 93552 Type of Project: Electrical CERTIFICATION OF NON -SEGREGATED FACILITIES Bid #CIP-23-24-P4033A Central Park Buildout — River of Lights REBID City Project No. P4033 City of Santa Clarita, California The BIDDER certifies that it does not maintain or provide for its employees any segregated facilities at any of its establishments, and that it does not permit its employees to perform their services at any location, under its control, where segregated facilities are maintained. The BIDDER certifies further that it will not maintain or provide for its employees any segregated facilities at any of its establishments, and that it will not permit its employees to perform their services at any location, under its control, where segregated facilities are maintained. The BIDDER agrees that a breach of this certification is a violation of the Equal Opportunity clause in this Contract. As used in this certification, the term "segregated facilities" means any waiting rooms, work areas, rest rooms, and wash rooms, restaurants and other eating areas, time clocks, locker rooms and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing facilities provided for employees which are segregated by explicit directive or are in fact segregated on the basis of race, creed, color, or national origin, because of habit, local custom, or otherwise. The BIDDER agrees that (except where it has obtained identical certifications from proposed subcontractors for specific time periods) it will obtain identical certifications from proposed subcontractors prior to the award of subcontracts exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity clause, and that it will retain such certifications in its files. H&S Electric, Inc. BIDDER Required by the May 19, 1967 order on Elimination of Segregated Facilities, by the Secretary of Labor- 32 F.R. 7439, May 19, 1967 (F.R. Vol. 33, No. 33 — Friday, February 16, 1968 — p. 3065). DESIGNATION OF SUBCONTRACTORS Bid # CIP-23-24-P4033A Central Park Buildout — River of Lights REBID City Project No. P4033 City of Santo Clarita, California Listed below are then a mps and locations of the places of business of each subcontractor, supplier, and vendor who will perform work or labor or render service in excess of Y of 1 percent, or $10,000 (whichever is greater) of the prime contractor's total bid. If no Subcontractors will be used fill out the form with NA. Add addt, sheets if needed. Subcontractor DIR Registration No.* Dollar Value of Work RC Becker & Sons, Inc. 11000001096 Location and Place of Business 28355 Kelly Johnson Parkway, Santa Clarita, CA 91355 Bid Schedule Item No's: Description of Work 5 & 6 Cement Mason; Laborer; Operating Engineer License No. Exp. Date: / / Phone ( ) 258762 6/30/2025 661-259-4845 Subcontractor DIR Registration No.* Dollar Value of Work Traxx Construction 1000030637 Location and Place of Business 10926 Portal Drive, Los Alamitos, CA 90720 Bid Schedule Item No's: Description of Work 3 & 4 Laborer; Operating Engineer License No, Exp. Date: / / Phone ( 967008 10/31/2025 714-799-2754 Subcontractor DIR Registration No.* Dollar Value of Work C E D N/A Location and Place of Business 6781 8th Street, Buena Park, CA 90620 Bid Schedule Item No's: Description of Work Vendor/Supplier 2 License No. Exp. Date: / / Phone ( J 213-804-8862 NOTE: A BIDDER or subcontractor shall not be qualified to bid on, be fisted in a bid proposal, subject to the requirements of Section 4104 of the Public Contract Code, or engage in the performance of any contract for public work, as defined in this chapter, unless currently registered and qualified to perform public work pursuant to Section 1725.5 of the Labor Code. It is not a violation of this section for an unregistered BIDDER to submit a bid that is authorized by Section 7029.1 ofthe Business and Professions Code or by Section 10164 or 20103.5 of the Public Contract Code, provided the BIDDER is registered to perform public work pursuant to Section 1725.5 of the Labor Code at the time the contract is awarded. *Pursuantto Division 2, Part 7, Chapter 1 (commencing with section 1720) of the California Labor Code. REFERENCES Bid #CIP-23-24-P4033A Central Park Buildout — River of Lights REBID City Project No. P4433 City of Santa Clarita, California The following are the names, addresses, and telephone numbers of three public agencies for which bidder has performed and completed work of a similar scope and size within the past 3 years. if the scope of work/specifications requests references different than instructions above, the scope of work/specifications shall govern: 1. Six Flags Magic Mountain - 26101 Magic Mountain Parkway Name and Address of Owner/ Agency Valencia, CA 91355 Jon Howell - 661-255-4547 Name and Telephone Number of Person Familiar with Project Various Projects lighting Various Projects Contract Amount Type of Work Date Completed 2. Schneider Electric 410 N. 44th Street, Phoenix, AZ 85008 ame and Address of Owner / Agency �rashdershahi (805) 404-8717 Name and Telephone Number of Person Familiar with Project $ 1,131,170.00 lighting 3/31/2024 Contract Amount Type of Work Date Completed 3 Pinner - 5001 Rodeo Road, Los Angeles, CA 90016 Name and Address of Owner / Agency 714-490-4000 Name and Telephone Number of Person Familiar with Project $4,807,825 Lighting 12/31/2023 Contract Amount Type of Work Date Completed The following are the names, addresses, and tq` phone numbers of all brokers and sureties from whom bidder intends to procure insurance bands: �i`I ITia m Syrki n 818-203-0408 Millenium Risk Management - 301 E. Colorado Blvd, Pasadena, CA 91101 IRAN CONTRACTING ACT CERTIFICATION (Public Contract Code Sections 2200 etseq.) Bid #tCIP-23-24-P4033A Central Park Buildout — River of Lights REBID City Project No. P4033 City of Santa Clarita, California As required by California Public Contract Code section 2204, Proposer certifies that the option checked below relating to Proposers status in regard to the Iran Contracting Act of 2010 (Public Contract Code sections 2200 et seq.) is true and correct: [� Proposer is not: (i) identified on the current list of persons and entities engaging in investment activities in Iran prepared by the California Department of General Services in accordance with subdivision (b) of Public Contract Code section 2203; or (4) a financial institution that extends, for 45 days or more, credit in the amount of $20,000,000 or more to any other person or entity identified on the current list of persons and entities engaging in investment activities in Iran prepared by the California Department of General Services in accordance with subdivision (b) of Public Contract Code section 2203, if that person or entity uses or will use the credit to provide goods or services in the energy sector in Iran. ❑ Los Angeles County has exempted Proposer from the requirements of the Iran Contracting Act of 2010 after making a public finding that, absent the exemption, Los Angeles County will be unable to obtain the goods and/or services to be provided pursuant to the Contract. The amount of the Contract payable to Proposer for the Project is less than $1,000,000. CERTIFICATION i, the official named below, CERTIFY UNDER PENALTY OF PERJURY, that i am duly authorized to legally bind the Proposer to the above selected option. This certification is made under the laws of the State of California. Contractor H&S Electric, Inc. Firm 6/04/2024 Date /41� Sign Marvin Hatch/President Name/Title Note: In accordance with Public Contract Code section 2205, false certification of this form shall be reported to the California Attorney General and may result in civil penalties equal to the greater of $250,000 or twice the Contract amount, termination of the Contract and/or ineligibility to bid on contracts for three years. END OF DOCUMENT BIDDER'S BOND Bid #CEP-23-24-P4033A Central Park Buildout — River of Lights REBID City Project No. P4033 City of Santa Clarita, California Proposals must be accompanied by a proposal guarantee consisting of a certified check, cashier's check or BIDDER''s bid bond payable to the CITY or cash deposit in the amount not less than ten (10) percent of the total amount bid. Certified check, cashier's check or Bidder's bid bond must be received at City Hall, 23920 Valencia Blvd., Santa Clarita, CA 91355, Attn: Purchasing, Suite 120, and marked with the words "BID BOND FOR" and the bid #, no later than the bid closing date and time, for the BIDDER to be considered responsive. NOTE: The following form shall be used in case check accompanies bid. Accompanying this Proposal is a *certified/cashier's check payable to the order of the City of Santa Clarita for: dollars ($ ), this amount being not less than tern percent (10J) of the total amount of the bid. The proceeds of this check shall become the property of said CITY provided this Proposal shall be accepted by said CITY through action of its legally constituted contracting authorities, and the undersigned shall fail to execute a contract and furnish the required bonds within the stipulated time; otherwise, the check shall be returned to the undersigned. Project Name: Central Park Buildout — River of Lights REBID Bid No. CIP-23-24-P4033A Project No. P4033 Bidder's Signature CONTRACTOR/BIDDER Add ress City, State, Zip Code * Delete the inapplicable work. NOTE: If the bidder desires to use a bond instead of a check, the following form shall be executed. The sum of this bond shall be not less than ten percent (10%) of the total amount of the bid. PROPOSAL GUARANTEE BID BOND Bid #CIP-23-24-P4033A Central Park Buildout — River of Lights REBID City Project No. P4033 City of Santa Clarita, California KNOW ALL PERSONS BY THESE PRESENTS that H & S Electric, Inc. as BIDDER, and ITTd as SURETY, are held and firmly bound unto the City of Santa Clarita, as CITY, in the penal sum of Ten Percent" dollars ($ 10% of Bid---), which is ten percent (10%) of the total amount bid by BIDDER to CITY for the above -stated project, for the payment of which sum, BIDDER and SURETY agree to be bound, jointly and severally, firmly by these presents. of Total Amount Bid THE CONDITIONS OF THIS OBLIGATION ARE SUCH that, whereas BIDDER is about to submit a bid to CITY for the above -stated project, if said bid is rejected, or if said bid is accepted and the contract is awarded and entered into by BIDDER in the manner and time specified, then this obligation shall be null and void, otherwise it shall remain in full force and effect in favor of CITY. IN WITNESS WHEREAS, the parties hereto -have-set their names, titles, hands, and seals, this 24th Day of MaY CONTRACTOR: 01 i /_ Name and Title of Signatory H & S Electric, Inc. Legal Name of Bidder 2024, 27895 Smyth Drive Unit 6A, Valencia, CA 91355 Bidder Address (661)295-7705 Telephone Number Signature 95-4871791 Federal Tax I.D. No. Developers Surety and Indemnity Company SURETY*: q. Name Rebecca Haas -Bates, Attorney -in -Fact (866) 363-26421 ryan.sewell@amirustgroup.com Phone Number and Email 17771 Cowan Suite #100, Irvine, CA 92614 Address *-Provide BIDDER and SURETY name, phone number, email, and the name, title, address, and phone number for authorized representative. IMPORTANT - Surety Companies executing Bonds must appear on the Treasury Department's most current list (Circular 570, as amended) and be authorized to transact business in the State where the project is located. Surety signatures must be notarized prior to submittal. CALIFORNIA ACKNOWLEDGMENT CIVIL CODE g 1189 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 Ia)S1YlAd.4C I On M!A_m �1� 416 10TH before me, 1n e. Si&bu(jr, NU•1?n� Date l Here Insert Nome and Title of th Offcer personally appeared P VI F . r,py'noliuS r LCI Nome(s) of Signer(s) 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 signature(s) on the-instrument-the-persc)n(s"r-the-entity upon behalf of which the person(s) acted, executed the instrument. OjAy ERIN E. 51EBUHR Notary Public • California Lms Angeles 247Commission d' 247T011 Comm, Expires Dec 20, 2027 Place Notary Seal andlor Stamp Above 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 niE"1-� Signature of Notary Public Completing this information can deter alteration of the document or fraudulent reattachment of this form to an Unintended documenL Description of Attached Document Title or Type of Document: - Document Date: 20 Z'-i _ _ Number of Pages: ) Signer(s) Other Than Named Above: Tgk4V& "W �>Ot5 Capacity(ies) Claimed by Signer(s) Signer's Name: ?Q tVk 'o-CU(TV, ivSi o(Corporate Officer -- Title(s): ]Isr t P(taiArn4} ❑ Partner - ❑ Limited ❑ General fl Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer is Representing: M S G it", L'A 02018 National Notary Association Signer's Name: W i ❑ Corporate Officer -title(s)- El Partner - ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator g Other: - _ --=- Signer is Representing: CALIFORNIA ALL-PURPOSE ACKNOWLIEDGIMgNT CIVIL CODE § 1189 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 Orange On 05/24/2024 Date before me, L. Gomez, Notary Public personally appeared Rebecca Haas -Bates Here Insert Name and Title of the Officer NameN,of SignerN who proved to me on the basis of satisfactory evidence to be the person(* whose name(§3 is/are subscribed to the within instrumentand.. acknowledged.. to me-that-.t9e„lshe/they-executed-the-sarne-in -- Pts/her/their authorized capacity Ni, and that by hWher/their slgnaturet *on the instrument the persons, or the entity upon behalf of which the personK acted, executed the instrument. Notary PIAHr - California = Orange County _ Cor'mission -- 2413682 +" My Comm. Expires A-_g 23, 2026 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 �q b� Signature of 06tary Public Place Notary Seal Above OPTIONAL ­­rrriation can deter afteration of thudOCUMef it -of fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Bid Bond Document Date: 05/24/2024 Number of Pages: One 1) Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: Rebecca Haas -Bates ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual WAttorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: .Signer Is Representing: _ Developers Surety and Indemnity Company Signer's Name: 0 Corporate Officer — Title(s): ❑ Partner — ❑ Limited D General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer -is Representing: ©2014 National Notary Association • www.NationalNotary.org • 1-800-US NOTARY (1-800-876-6827) Item 45907 POWER OF ATTORNEY FOR COREPOtNTE INSURANCE COMPANY DEVELOPERS SURETYAND INDEMNITY CONIPANY 59 Maiden lane, ,13rd Floor, New York, NY 10038 (212)220-7120 KNOW ALL BY THESE PRESENTS that, except as expressly IilliteL herein, COREPOINTE INSURANCE COMPANY and DEVELOPERS SURI-,I'Y AND INDEMNITY COMPANY, do hereby make, constitute and appoint: William 6 rkin, Richard Adiar, and Rebecca Haas -Bates of Irvine. CA as its true and lawvftd Attorney-in•Faci, to nuke, execute, deliver and acknowledge, for and on behal f of said companies, as sureties, bonds, undertakings and crnttmcis ol`suretyship giving and granting unto said Attorney -in -Fact lull power and authority to do and to perfomt every awl necessary. requisite or proper to be done in connection there%vith as each of said company Could do, but reserving to each of said company full power ol'substitution and revocation, and all or the acts ol'suid Altnrnt', ' —rucL_ pwrA " mI to lh •ae pi=nt5 .-re heel- i;ar_r,_t m d-contirmui.=l7tis shall expire on December 31, 2025. T his Power ofAttomcy is granled and is signed under mad by audority of the following resolutions adopted by the Board urDTo:ctors oI'COREPOINTE TNSURANCF. COMPANY and DEVELOPERS SIJRL-"IY AND INDEMNITY COMPANY (collectively. "Company") on February 10, 2023. RESOLVED, [drat Sant Zu-ra President- Surely Undcrvritinu, James Bell. Vice President, Sorer' Undenvritine, and CraigI)awwson feecutive Underwriter. Sttre each an employee of AmTrusl North Amcrica, Inc., an affiliate ofthe Company (the "Authorized Signors"), tire hereby authorized lu execute a Puwwer al' Attorney, qualifying atiorney(s)-in-fact named in the Power of Attorney to execute, on behalf or the Company, homis, undertakings and contracts ill, suretyship, or odter suretyship obligations; and thin the Secretary or any Assistant Secretary ofthe Company be, and each of them hereby is, authorized to anent the cxccution orany such Power of Attorney. RESOLVED, that the signaturc ol'any one of the Authorized Signors and the Secretary or any Assistant Secretary ofthe Company, and the seal ofthe Company must be affixed to any such Power of Attorney, and any such signature or seal may be affixed by facsimile, and such Power of Aunmew ,half be valid and binding upon the Company wwiren six affixed and in the future with respeet to any build, undertaking or contract ul'suretyship to +which it is aluiched. IN WITNESS WHEREOF, CORI POIN-M INSURANCE COMPANY and DEVELOPERS SURETY AND INDEMNITY COMPANY have caused then prw_sems to be sisatcd by the AuUmrizcd Signor and arrested by their Secretary ur Assistant Secretary this March 27, 2023 / �__� •1•IIr1iH fI1I'II •11111{r!1!rlll+. .••�NSUR4N�`, ,•••���,alvr) �ild`•, By � •OppkPOF2��. �4.�Op`PD qj, Printed NA i- Sam i".aza y ` c} Title President, Surety Underwritine _ • \LLIJ �J'•,4CAVVP��;••` Y +? O�a>' C"�L11 CR�xp' da ACKNOWLEDGEMENT: :, � �'-'` ••• •'' �a • • -yQ * } IIlIIry1111N•• I/I r!!l If 141 N• 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 Orange On this 27 day oi" Mar ch - 20 23 - hefure me, Roane:-QuVcn Phu Pharr personally appeared Sam iaza who proved to me on the basis ul satisliicwry evidence lobe the person whose name is subscribed to u idtin the instrument and acknowledged to Inc that they executed the same in their authorized capacity, and that by the signature on the instnnnertt the entities upon behalf which the person acted, eXeCaled this instnmzcnt. I certify, under pena(ty of perjury, under the latv:, ofthe State of C'alit'ornin that the foregoing paragraph is true and correct. WITNESS my hand and official sea! HOANC�QUYEN P.?HAM $amy NotaryPublic . Cahffornia signaturcL. i Orange County Commission y 2432970 Comm. Expires Dec 31, 202k Y CORPORATE CERTIFICATION 'The undersigned. the Secretary or Assistant Secretary of COREPOINTE INSURANCE COMPANY and DEVELOPERS SURETY AND INDEMNITY COMPANY, does hereby certify that the provisions of the n sulu69115 tf a RcG.liYel3;Ia[(15.�LQi_re lars_Uf.said.corpuralionsscLd'artlt..in..lhis.Powv4r.uliAtlums - are fn force as of Cite date of This Ceruf iCalion. This Certification is executed in die City of Cleveland. Ohio, this March 19, 2023_ CocuStgned by: Ily GS Barry W Moses. Assistant Secretary POA No. NIA 6664 itUADE5413C... DocaSignEnuelopelD;3352BFD6-5€SD-479E-1i37E-C1E455E6530F - - F.d.031-33-- No. 4606-Q STATE OF CALIFORNU DEPARTMENT OF INSURANCE SAtY I` UNCISCO Amended Certificate of Authori THIS IS TO CERTIFY that, pursuant to the Insurance Code of the State of California, Developers Surety and Indemnity Company of California, organized under the laws of California, subject to its Articles of Incorporation or other fundamental organizational documents, Is hereby authorized to transact within this State, subject to all provisions ofthis Certificate. the following classes ofinsurance^ Fire, Marine, Surety, Disability, Plate Glass, Liability, Workers' Compensation, Common Carrier Liability, Boiler and Machinery, Burglary, Credit, Sprinkler, Team and Vehicle, Automobile, Aircraft, Legal, and Miscellaneous as such classes are now or may hereafter be defined in the Insurance Laws of the State of California_ THIS CERTIFICATE is expressly conditioned upon the holder hereof now and hereafter being in fill compliance with all, and not in violation of any, of the applicable laws and lawful requirements made under authority of the laws of the State of California as long as such laws or requirements are in effect and applicable, and as such laws and requirements now are, or may hereafter be changed or amended. rve a ec as=o e - ay°o IN VvTfN 2017, I have set my hand and causedmy official seal to be q#b:ed this P day of November, 2017. Dave Jones 1n ura ice Commissioner )10L-, 4xqt-- By Valerie Sarfaty for Jocl L aucher Chief Depney NOTICE: Qualification with the Secretary of State must be accomplished as required by the California Corporations Code promptly after issuance ofthis Certificate orAuthority. Failure to do so will be a violation of htsurance Code section 701 and mill be grounds for revoking this Certificate of Authority pursuant to the covenants made in the application therefor and the conditions contained hereitr. NON -COLLUSION AFFIDAVIT (Title 23 United States Code Section 112 and Public Contract Code Section 7106) Bid #CIP-23-24-P4033A Central Park Buildout -- River of Lights REBID City Project No. P4033 City of Sonto Clorito, California To the CITY OF SANTA CLARITA: In conformance with Title 23 United States Code Section 112 and Public Contract Code 7106, the Bidder declares that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the Bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the Bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the Bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the Bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. THE BIDDER'S EXECUTION ON THE SIGNATURE PORTION OF THE 'BIDDER'S CERTIFICATION" SHALL ALSO CONSTITUTE AN ENDORSEMENT AND EXECUTION OF THOSE CERTIFICATIONS WHICH FORM A PART OF THE PROPOSAL. BIDDERS ARE CAUTIONED THAT MAKING A FALSE CERTIFICATION MAY SUBJECT THE CERTIFIER TO CRIMINAL PROSECUTION. NON -COLLUSION AFFIDAVIT Bid #CIP-23-24-P4033A Central Park Buildout — River of Lights REBID City Project No. P4033 City of Santa Clarita, California TO BE EXECUTED BY EACH BIDDER OF A PRINCIPAL CONTRACT STATE OF CALIFORNIA ) COUNTY OF LOS ANGELES 1 Marvin Hatch being first duly sworn deposes and says that he/she is the President (sole owner, a partner, president, etc.) of eC rlc, Inc. the party making the foregoing bid; that such bid is not made in the interest of or behalf of any undisclosed person, partnership, company, association, organization or corporation, that such bid is genuine and not collusive or sham, that said BIDDER has not directly or indirectly induced or solicited any other BIDDER to put in a false or sham bid, orthat anyone shall refrain from bidding, that said BIDDER has not in any manner, directly or indirectly sought by agreements, communication or conference with anyone to fix the bid price of said BIDDER or of any other BIDDER, or to fix the overhead, profit, or cost element of such bid price, or of that of any other BIDDER, or to secure any advantage against the public body awarding the Contract or anyone interested in the proposed Contract; that all statements contained in such bid are true, and further, that said BIDDER has not, directly or indirectly, submitted its bid price, or any breakdown thereof, or the contents thereof, or divulged information or date relative thereto, or paid and will not pay any fee in connection, therewith to any corporation, partnership, company, association, organization, bid depository, or to any member or CITY thereof, or to any other individual information or date relative thereto, or paid and will not pay any fee in connection, therewith to any corporation, partnership, company association, organization, bid depository, or to any member or CITY thereof, or to any other individual, except to such person or persons as have a partnership or other financial interest with said BIDDER in his general business. Bidder: Signa Title President N/ Visual Terrain® PROPOSAL FOR PROFESSIONAL SERVICES EFFECTIVE DATE: April 12, 2024 PARTIES: "CONSULTANT" VISUALTERRAIN INC. 25213 Avenue Tibbitts Santa Clarita, California, 91355 USA (661) 775-7758 t (661) 775-7708 f www.visualterrain.net "CLIENT" & "OWNER" CITY OF SANTA CLARITA 23920 Valencia Boulevard Santa Clarita, 91355-2196 (661)290-2210 t (661)290-2212 f www.santa-clarita.com PROJECT: River of Light Construction Administration/Installation Supervision + Test & Adjust / Focus & Programming This Proposal ("Proposal") dated as of the above Effective Date is made by and between Consultant and Client, with regard to the Project (as defined below). STATEMENT OF QUALIFICATIONS FOR THE TEAM Visual Terrain Inc. is a 29-year-old lighting design firm located in Santa Clarita, California. Visual Terrain is a California state -certified DBE company and we have worked on lighting design projects all over the world. Visual Terrain is 51% women -owned and 49% minority owned. Our past work with the City of Santa Clarita includes the Paseo Lighting Replacement Project in 2014/2015, the Sierra Highway Park and Ride Lots Solar Lighting Project in 2020/2021, and the Lighting Bid Specifications Project for the Park and Ride Lots in 2021. We also participated in the 2013 Art Slam event with a Living Light project. Most recently, we have been on -going partners with the City to explore lighting options for the River of Light project and conducted a mock-up of several options this past spring at Central Park. PROJECT DESCRIPTION The River of Light ("Project") is a permanently installed, illuminated public art installation located within Central Park in the Saugus area of the City of Santa Clarita. While the main design intent is to provide an effect of water running down the hillside, it is also a goal of the project for it to be programmed to celebrate other effects, such as 4th of July red, white, and blue colors, or a waving flag, or seasonal holiday colors. In the Consultant's latest conversations with the City, it was also determined that the project would now be expanded from the hillside to also include the adjacent plaza, trees on the plaza, and art sculpture being installed as well. The Project will be located at the south end of Central Park, adjacent to the new Exercise Stairs that are currently being constructed. SCOPE OF WORK AREAS The scope of work for this project includes only the hillside areas flanking the exercise stairs where the Rivers of Light is currently intended to go as well as the new adjacent plaza. SCOPE OF WORK AREAS NOT INCLUDED • Adjacent areas of the hillside, park, exercise stair, and athletic fields are not incorporated into this Rivers of Light project. PROJECT SCHEDULE Consultant shall strive to perform work in character, sequence, and timing so that it conforms to the Project Schedule provided by the Client and reviewed by Consultant at the time of Agreement signing. It is understood that Consultant and Client will mutually agree on the Project Schedule prior to work commencing. It is anticipated that the schedule will be as follows: Construction Administration / Installation Supervision. 5 - 8 week duration. • 10 hrs meetings Visual Terrain, Inc. Proprietary & Confidential Page 1 of 6 Proposal: River of Light - Construction Administration + Test and Adjust Focus & Programming v3 April 12, 2024 Visual Terrain® PROPOSAL FOR PROFESSIONAL SERVICES • 40 hrs design coordination/submittal reviews / RFI responses 40 hrs on -site installation supervision Test & Adjust / Focus & Programming. 2-3 week duration. • 27 hrs pre-programming in -office • Two (2) days for system ring -out on -site for (1) lighting designer and (1) lighting programmer • Three (3) days preliminary programming on -site for (1) lighting designer and (1) lighting programmer • Three (3) day final programming on -site for (1) lighting designer and (1) lighting programmer 5 hrs meetings client review, comment/approval: (1) meeting after preliminary programming, and (1) meeting after final programming. As -Built Documentation. 1-2 week duration. • 40 hrs in -office documentation preparation 10 hrs lighting system operations training of the City of Santa Clarita Parks and Technology group SCOPE OF WORK AND ASSOCIATED FEES CONSTRUCTION ADMINISTRATION/INSTALLATION SUPERVISION SERVICES Receiving, reviewing and approving Contractor's shop drawings and material submittals for items specified. • Clarifying lighting system specifications and responding to RFIs as required. Review installation progress and provide punch lists. as required During regular site visits, Consultant will: Verify junction box locations, fixture locations and the mounting of fixtures and resolve onsite construction conflicts as they arise. Supervise Installation of fixtures to ensure they are being installed to meet design intent. Preparation of deliverables as listed below. DELIVERABLES Written clarifications, responses to RFI's and/or sketches of lighting design intent, as required. Written comments on Contractor material submittals and shop drawings for items specified, as required. Prepare punch list items for corrective action by contractor. TEST & ADJUST (FOCUS & PROGRAMMING) SERVICES Consultant will provide personnel on site to work with the contractor's and/or system integrator's focus crews to direct the focus of adjustable fixtures, test fixture accessories, and verify fixture lamp specifications. Consultant will provide personnel on site to set lighting levels throughout the project as well as program the various lighting looks. DELIVERABLES Site visit reports summarizing activities completed, daily outcomes and any remaining issues and challenges. AS -BUILT DOCUMENTATION SERVICES Provide updated documentation as necessary to create lighting design as-builts for the project to reflect the design as implemented in the field inclusive of any changes made since the release of the conformed documents. Provide training for the City of Santa Clarita Parks and Technology group on the operations of the lighting control system. Visual Terrain, Inc. Proprietary & Confidential Page 2 of 6 Proposal: River of Light - Construction Administration + Test and Adjust Focus & Programming v3 April 12, 2024 Ni Visual Terrain® PROPOSAL FOR PROFESSIONAL SERVICES DELIVERABLES Lighting Design As -Built documentation at the conclusion of the Project, including: Final focus information, accessory information, LED lighting sources, control and programming schedules. Updated 2D drawings • Updated Equipment Specifications Lighting Design As -Built documentation at the conclusion of the Project, including: Focus photos of each individual adjustable fixture type are not included in the base fees, but this service may be added for an additional fee, upon Client's request. Electrical As -Built information is the responsibility of the Electrical Contractor. EXCLUSIONS • Updated drawings and documentation sets for additional submissions. • Emergency egress and/or work lighting. • CSI format specifications for the lighting equipment as specified. • Additional art lighting consulting services for art work handled and provided by other Vendors. • External signage, wayfinding signage, and visual communications lighting for signage elements by Vendors other than the Client. • Internally illuminated signage, graphics, and millwork elements handled and provided by other Vendors. • Pre -viz models, and simulations information as a part of the submission. • All Revit and BIM modeling efforts normally handled by the Architect of Record, Design Build Contractors, and their teams. • Code consulting and energy compliance documentation. • Plan check documentation, submissions, or fees. • Procurement of building permits. • The following work normally handled by the Project Architects and/or Engineers of Record: • Stamped and signed construction drawings of lighting design. • Electrical, structural, or civil engineering inclusive of BTU Calculations. • Structural review and structural load calculations for lighting elements. All foundation sizing and dimensions are to be specified by the structural engineer of record. • Installation work normally handled by the Electrical Contractor. PROJECT TEAM For the purposes of the Project, Consultant will act as primary consultant and will handle the Project both contractually and administratively, as well as provide lighting design services for the areas mentioned above. At Consultant's own discretion, it has brought in sub -consultants to help Consultant complete the deliverables as mentioned above. Each member of Consultant's team is committed to working together to provide a high level of service and to develop ideas to realize the designs in a manner which is budget and operationally friendly. KEY TEAM MEMBERS Lisa Passamonte Green, CEO/Principal in Charge, will oversee the design and contractual efforts for the project. Jonathan Lebovic, Senior Lighting Designer, will lead the day-to-day lighting design efforts. Steeve Vajk, Production Manager/Programmer, will lead the lighting design programming efforts. • Other designers, project managers, assistants, and production personnel, as required. MEETINGS Meetings include, but are not limited to, the following: • Meetings & Work Sessions (online or in -person) Teleconferences (online or via phone) Design Reviews (online or in -person) Visual Terrain, Inc. Proprietary & Confidential Page 3 of 6 Proposal: River of Light - Construction Administration + Test and Adjust Focus & Programming v3 April 12, 2024 N/ Visual Terrain® PROPOSAL FOR PROFESSIONAL SERVICES • Presentations (online or in -person) Mock-ups (online, in -person or onsite) Site Visits (in -person) • Contractor Coordination Meetings (via phone, online or in -person) Unless noted below, it is assumed that all meetings are via teleconference/web-based meeting and one (1) representative will be in attendance at a minimum, as follows: • Construction Administration / Installation Supervision. 10 hrs for on -site coordination and installation review meetings. Test & Adjust / Focus & Programming. • Two (2) 8-hour days for lighting system ring -out on -site for (1) lighting designer and (1) lighting programmer for a total of 32 hours. • Three (3) 8-hour days preliminary programming on -site for (1) lighting designer and (1) lighting programmer for a total of 48 hours. • Three (3) day final programming on -site for (1) lighting designer and (1) lighting programmer for a total of 48 hours. • Five (5) hrs meetings client review, comment/approval. (1) meeting after preliminary programming, and (1) meeting after final programming. • As -Built Documentation. Ten (10) hrs meetings to train the Parks and Technology group in the operation of the lighting control system. Additional hours will be handled as hourly/daily rates and billed accordingly. See Rate Schedule section below for detailed information about hourly/daily rates. ADDITIONAL SERVICES AVAILABLE The following is a partial list of services, which may be added upon request, for an additional fee: Mock -Ups or demonstrations enabling Client to see what the proposed design will look like when completed. Preparation of 3D rendering and pre -visualization work. RATE SCHEDULE If additional services are required, project fees will be based upon time spent by Consultant team members, such fees will be billed at current hourly or day rates in effect at the time of performance of such services. As of the date of this Agreement, hourly and day rates are: Principal in Charge/Executive Management: Principal Designer: Associate Principal Designer/Sr. Designer/Senior Deliverable Production Manager: Designer III/Design Manager/Deliverable Production Manager: Designer II/Project Coordinator/ Deliverable Production Specialist: Designer I: Intern/Jr. Designer: Administrative: See the Terms and Conditions section for more information about the rate schedule. INSURANCE COVERAGE Consultant has insurance coverage as follows: $200/hr - $2,000/day $ 180/h r - $ 1,800/d ay $160/hr - $1,600/day $ 140/h r - $ 1,140/d ay $130/hr - $1,300/day $120/hr - $ 1,200/day $95/hour - $950/day $110/hr • Commercial General Liability: in limits not less than One Million Dollars ($1,000,000.00) per occurrence and Two Million Dollars ($2,000,000.00) aggregate. Automobile Liability: in limits not less than One Million Dollars ($1,000,000.00) per ea. accident for hired and non -owned autos only. Visual Terrain, Inc. Proprietary & Confidential Page 4 of 6 Proposal: River of Light - Construction Administration + Test and Adjust Focus & Programming v3 April 12, 2024 Visual Terrain® PROPOSAL FOR PROFESSIONAL SERVICES • Umbrella Liability: in limits not less than One Million Dollars ($1,000,000.00) per occurrence and One Million Dollars ($1,000,000.00) aggregate. Consultant has secured and maintain worker's compensation insurance as required by law to cover injuries to our employees. Professional Liability including Network & Privacy Liability in limits not less than One Million Dollars ($1,000,000.00) per occurrence and Three Million Dollars ($3,000,000.00) aggregate and a cyber limit not less than One Million Dollars ($1,000,000.00). TERMS AND CONDITIONS This Agreement is subject to Consultant's Terms and Conditions (March 2023) set forth at htt www.visualterrain.net/wp-content/referenced/T&Cv4.pdf, which terms and conditions are incorporated herein and made a part hereof (the "Terms and Conditions"). By execution of this Proposal, Client acknowledges that the Term and Conditions are an integral part of this Proposal and that Client has had the opportunity to review the Terms and Conditions. BASIC COMPENSATION All fees are lump sum, based on scope of work shown. All fees are shown in US Dollars. Fee Breakdown Construction Administration / Installation Supervision Fees (90 hrs) $14,400 Test & Adjust / Focus & Programming Fees (160 hrs) $25,600 As -Built Documentation (50 hrs) $8,000 GRAND TOTAL $48,000 Grand Total fees as shown are exclusive of travel and reimbursable expenses. An initial payment of 20% of the fees shown for each phase will be required prior to work for that phase commencing. All fees invoiced will be net payments, payable in United States dollars, and drawn on a United States Bank or branch therein. Any and all associated customs, excise tax, wire transfer fees, or similar fees will be paid by the Client. Payments for all previous work completed must be received prior to deliverables for the current or upcoming phase being released Once approved, Client to issue Purchase Order, Work Authorization, or other document before work shall commence. AUTHORIZED SIGNATURES AGREEMENT: This Agreement is submitted this day, April 12, 2024, for review and acceptance by Client. Client shall be deemed to have accepted this Agreement upon the earliest of: (i) Client's execution and delivery of this Agreement to Consultant; (ii) Client's written request to Consultant to commence work on the Project; and (iii) Client's acceptance from Consultant of any Project deliverable. This Agreement constitutes the entire agreement between the parties in connection with the Project unless amended in a writing executed by Consultant. If this Agreement is not accepted by Client within 90 days after the above submission date, Consultant reserves the right to withdraw or revise the terms of this Agreement. IN WITNESS WHEREOF, the parties have executed this Agreement on the date(s) set forth below: Authorized Signatures: Authorized Signature for Consultant Authorized Signature for Client Visual Terrain, Inc. Proprietary & Confidential Page 5 of 6 Proposal: River of Light - Construction Administration + Test and Adjust Focus & Programming v3 April 12, 2024 N/ Visual Terrain® Print Name/Title Date PROPOSAL FOR PROFESSIONAL SERVICES END OF PROPOSAL Print Name/Title Date Visual Terrain, Inc. Proprietary & Confidential Page 6 of 6 Proposal: River of Light - Construction Administration + Test and Adjust Focus & Programming v3 April 12, 2024