Loading...
HomeMy WebLinkAboutContracts & Agreements_193-2024AGREEMENT TO PERFORM NON-PROFESSIONAL SERVICES FOR IMPROVEMENT TO PUBLIC BUILDINGS AND GROUNDS This agreement for the provision of design, fabrication, and installation of W WTP entrance sign ("Agreement") is made and entered in this 23`d day of October, 2024 ("Effective Date"), by and between the City of Redlands, a municipal corporation ("City") and Square Signs LLC, a limited liability company ("Contractor"). City and Contractor are sometimes individually referred to herein as a "Party" and, together, as the "Parties." In consideration of the mutual promises contained herein, City and Contractor agree as follows: ARTICLE 1— ENGAGEMENT OF CONTRACTOR 1.1 City hereby engages Contractor to perform design, fabrication, and installation of WWTP entrance sign services for City (the "Services"). The Services that Contractor shall perform are more particularly described in Exhibit "A," titled "Scope of Services," which is attached hereto and incorporated herein by this reference. 1.2 The Services shall be performed by Contractor in a professional manner, and Contractor represents that it has the skill and the professional expertise necessary to provide the Services to City at a level of competency presently maintained by other practicing professional Contractors in the industry providing like and similar types of Services. ARTICLE 2 — RESPONSIBILITIES OF CONTRACTOR 2.1 Contractor shall comply with all applicable federal, state and local laws and regulations in the performance of the Services including, but not limited, to all applicable Labor Code and prevailing wage laws and non-discrimination laws, including the Americans with Disabilities Act. Pursuant to Labor Code section 1773.2, copies of the prevailing rates of per diem wages as determined by the Director of the California Department of Industrial Relations for each craft, classification or type of worker needed to undertake the Services are on file at City's Municipal Utilities and Engineering Department, located at the Civic Center, 35 Cajon Street, Suite 15A (Mailing: P.O. Box 3005), Redlands, California 92373. 2.2 Contractor acknowledges that if it violates the Labor Code provisions relating to prevailing wages that City may enforce such provisions by withholding payments to Contractor or its subcontractors pursuant to Labor Code section 1771.6. 2.3 If Contractor executes an agreement with a subcontractor to perform any portion of the Services, Contractor shall comply with Labor Code sections 1775 and 1777.7, and shall provide the subcontractor with copies of the provisions of Labor Code sections 1771, 1775, 1776, 1777.5, 1813 and 1815. Contractor acknowledges that the statutory provisions establishing penalties for failure to comply with state wage and hour laws and to pay prevailing wages may be enforced by City pursuant to Labor Code sections 1775 and 1813. 2.4 Contractor and its subcontractors shall comply with the provisions of Labor Code section 1776 regarding payroll records maintenance, certifications, retention and inspection. 2.5 Contractor acknowledges that eight (8) hours constitutes a legal day's work pursuant to Labor Code section 1810. 2.6 Contractor shall comply with the provisions of Labor Code section 1777.5 as to apprenticeships, and Labor Code sections 1771, 1775, 1776, 1777.5, 1813 and 1815. 2.7 Pursuant to Public Contract Code section 7103.5(b), Contractor offers and agrees to assign to City all rights, title and interest in and to all causes of action it may have under section 4 of the Clayton Act (15 U.S.C. section 15) or under the Cartwright Act (Chapter 2 (commencing with section 16700) of Part 2 of Division 7 of the Business and Professions Code), arising from purchases of goods, goods or materials pursuant to this Agreement. ARTICLE 3 — RESPONSIBILITIES OF CITY 3.1 City shall make available to Contractor information in its possession that may reasonably assist Contractor in performing the Services. 3.2 City designates John R. Harris, Municipal Utilities and Engineering Director, as City's representative with respect to performance of the Services, and such person shall have the authority to transmit instructions, receive information, interpret and define City's policies and decisions with respect to performance of the Services. ARTICLE 4 — PERFORMANCE OF SERVICES 4.1 The Services shall commence as of the Effective Date of this Agreement. Contractor shall perform and complete the Services in a prompt and diligent manner in accordance with the schedule set forth in Exhibit "A," titled "Scope of Services," which is attached hereto and incorporated herein by this reference. 4.2 Contractor shall complete the Services by December 31, 2024, unless the Services are earlier terminated as permitted herein. 4.3 Contractor shall furnish a labor and material bond in the form attached hereto as Exhibit `B," which is attached hereto and incorporated herein by this reference, in an amount equal to one hundred percent (100%) of the total compensation to be paid to Contractor pursuant to this Agreement. ARTICLE 5 — PAYMENTS TO CONTRACTOR 5.1 Compensation: Total compensation for Contractor's performance of the Services shall not exceed the amount of Thirty -Two Thousand Dollars ($32,000). City shall pay Contractor on a time and materials basis up to the not to exceed amount in accordance with Exhibit "C," titled "Price and Fee Bid" which is attached hereto and incorporated herein by reference. 2 5.2 Contractor shall submit an invoice to City upon completion of the Services. City shall pay Contractor no later than thirty (30) days after receipt and approval by City of Contractor's invoice. 5.3 Any notice or other communication required, or which may be given, pursuant to this Agreement, shall be in writing. Any such notice shall be deemed delivered (i) on the date of delivery in person; (ii) five (5) days after deposit in first class registered mail, with return receipt requested; (iii) on the actual delivery date if deposited with an overnight courier; or (iv) on the date sent by facsimile or electronic mail transmission (including PDF), if confirmed with a copy sent contemporaneously by first class, certified, registered or express mail; in each case properly posted and fully prepaid to the appropriate address set forth below, or such other address as a Party may provide notice in accordance with this section: CITY City Clerk City of Redlands 35 Cajon Street P.O. Box 3005 (mailing) Redlands, CA 92373 jdonaldson@cityofredlands.org (909)798-7531 CONTRACTOR Marina Ter-Ananyan, Project Manager Square Signs LLC 3520 Valhalla Dr. Burbank, CA, 91505 proc@squaresigns.com (818) 290-3269 ARTICLE 6 — INSURANCE AND INDEMNIFICATION 6.1 The following insurance coverage required by this Agreement shall be maintained by Contractor for the duration of its performance of the Services. Contractor shall not perform any Services unless and until the required insurance listed below is obtained by Contractor. Contractor shall provide City with certificates of insurance and endorsements evidencing such insurance prior to commencement of the Services. Insurance policies shall include a provision prohibiting cancellation or modification of the policy except upon thirty (30) days prior written notice to City. A. Workers' Compensation and Employer's Liability insurance in the amount that meets statutory requirements with an insurance carrier acceptable to City, or certification to City that Contractor is self -insured or exempt from the workers' compensation laws of the State of California. Contractor shall execute and provide City with Exhibit "D," titled "Workers' Compensation Insurance Certification," which is attached hereto and incorporated herein by this reference, prior to performance of the Services. B. Comprehensive General Liability insurance with carriers acceptable to City in the minimum amount of One Million Dollars ($1,000,000) per occurrence and Two Million Dollars ($2,000,000) aggregate, for public liability, property damage and personal injury is required. City shall be named as an additional insured and such insurance shall be primary and non-contributing to any insurance or self-insurance maintained by City. C. Business Auto Liability coverage, with minimum limits of One Million Dollars ($1,000,000) per occurrence, combined single limit bodily injury liability and property damage liability. This coverage shall include all Contractor owned vehicles used in connection with Contractor's provision of the Services, hired and non -owned vehicles, and employee non -ownership vehicles. City shall be named as an additional insured and such insurance shall be primary and non-contributing to any insurance or self-insurance maintained by City. 6.2 Contractor shall defend, indemnify, and hold harmless City and its elected and appointed officials, employees and agents from and against any and all claims, losses and liability, including attorneys' fees, arising from injury or death to persons or damage to property occasioned by any negligent act or omission by, or the willful misconduct of, Contractor, or its officers, employees and agents in performing the Services. ARTICLE 7 — CONFLICTS OF INTEREST 7.1 Contractor covenants and represents that it does not have any investment or interest in any real property that may be the subject of this Agreement or any other source of income, interest in real property or investment that would be affected in any manner or degree by the performance of Contractor's Services. Contractor further covenants and represents that in the performance of its duties hereunder, no person having any such interest shall perform any Services under this Agreement. 7.2 Contractor agrees it is not a designated employee within the meaning of the Political Reform Act because Contractor: A. Does not make a governmental decision whether to: (i) approve a rate, rule or regulation, or adopt or enforce a City law; (ii) issue, deny, suspend or revoke any City permit, license, application, certification, approval, order or similar authorization or entitlement; (iii) authorize City to enter into, modify or renew a contract; (iv) grant City approval to a contract that requires City approval and to which City is a party, or to the specifications for such a contract; (v) grant City approval to a plan, design, report, study or similar item; (vi) adopt, or grant City approval of, policies, standards or guidelines for City or for any subdivision thereof. B. Does not serve in a staff capacity with City and in that capacity, participate in malting a governmental decision or otherwise perform the same or substantially the same duties for City that would otherwise be performed by an individual holding a position specified in City's Conflict of Interest Code under Government Code section 87302. 7.3 In the event City determines that Contractor must disclose its financial interests, Contractor shall complete and file a Fair Political Practices Commission Form 700, Statement of Economic Interests, with the City Clerk's office pursuant to the written instructions provided by the City Cleric. ARTICLE 8 — GENERAL CONSIDERATIONS 8.1 In the event any action is commenced to enforce or interpret any of the terms or conditions of this Agreement the prevailing Party shall, in addition to any costs and other relief, be entitled to the recovery of its reasonable attorneys' fees, including fees for the use of in- house counsel by a Party. 8.2 Contractor shall not assign any of the Services, except with the prior written approval of City and in strict compliance with the terms and conditions of this Agreement. Any assignment or attempted assignment without such prior written consent may, in the sole discretion of City, results in City's immediate termination of this Agreement. 8.3 Contractor is for all purposes under this Agreement an independent contractor and shall perform the Services as an independent contractor. Neither City nor any of its agents shall have control over the conduct of Contractor or Contractor's employees, except as herein set forth. Contractor shall supply all necessary tools and instrumentalities required to perform the Services. Assigned personnel employed by Contractor are for its account only, and in no event shall Contractor or personnel retained by it be deemed to have been employed by City or engaged by City for the account of, or on behalf of City. Contractor shall have no authority, express or implied, to act on behalf of City in any capacity whatsoever as an agent, nor shall Contractor have any authority, express or implied, to bind City to any obligation. 8.4 This Agreement may be terminated by City, in its sole discretion, by providing not less than five (5) days prior written notice to Contractor of City's intent to terminate. If this Agreement is terminated by City, an adjustment to Contractor's compensation shall be made, but (i) no amount shall be allowed for anticipated profit or unperformed Services, and (ii) any payment due Contractor at the time of termination may be adjusted to the extent of any additional costs to City occasioned by any default by Contractor. Upon receipt of a termination notice, Contractor shall immediately discontinue its provision of the Services and, within five (5) days of the date of the termination notice, deliver or otherwise make available to City, copies (in both hard copy and electronic form, where applicable) of project related data, design calculations, drawings, specifications, reports, estimates, summaries and such other information and materials as may have been accumulated by Contractor in performing the Services. Contractor shall be compensated on a pro-rata basis for Services completed up to the date of termination. - 8.5 Contractor shall maintain books, ledgers, invoices, accounts and other records and documents evidencing costs and expenses related to the Services for a period of three (3) years, or for any longer period required by law, from the date of final payment to Contractor pursuant to this Agreement. Such books shall be available at reasonable times for examination by City at the office of Contractor. 8.6 This Agreement, including the Exhibits incorporated herein by reference, represents the entire agreement and understanding between the Parties as to the matters contained herein, and any prior negotiations, written proposals or verbal agreements relating to such matters are superseded by this Agreement. Except as otherwise provided for herein, any amendment to this Agreement shall be in writing, approved by City and signed by City and Contractor. 8.7 This Agreement shall be governed by and construed in accordance with the laws of the State of California, without regard to its conflicts of laws provisions. The Parties agree that all actions or proceedings arising in connection with this Agreement shall be tried and litigated only in the state courts located in San Bernardino County, California, and the federal courts located in Riverside County, California. 8.8 If one or more of the sentences, clauses, paragraphs or sections contained in this Agreement is declared invalid, void or unenforceable by a court of competent jurisdiction, the same shall be deemed severable from the remainder of this Agreement and shall not affect, impair or invalidate the remaining sentences, clauses, paragraphs or sections contained herein, unless to do so would deprive a Party of a material benefit of its bargain under this Agreement. IN WITNESS WHEREOF, duly authorized representatives of City and Contractor have signed in confirmation of this Agreement. CITY OF REDLANDS By: Charles M. Duggan Jr.,tffy ager ATTEST: a e Donaldson, City Clerk SQUARE SIGNS LLC By: _ 04P,47t� Marina T r-Ananyan, Project Manager EXHIBIT "A" SCOPE OF SERVICES Background The City of Redlands (City) owns and operates a wastewater treatment plant (WWTP) located at 1950 Nevada St. Originally constructed in 1962, the WWTP has undergone several upgrades over the years to maintain and improve its operations. However, the existing front entrance sign, which dates back to the original design, is now outdated and showing signs of wear, such as fading and minor damage. This project aims to upgrade the sign to improve visibility, incorporate the latest city branding, and ensure consistency with recent facility upgrades. The new sign will enhance the facility's professional appearance, improve navigation for visitors, and reflect the city's commitment to maintaining high standards and modern infrastructure. Objective Design, fabricate, and install a new front entrance sign for the WWTP that improves visibility, appropriately reflects the facility's modern operations, and aligns with the city's branding standards. Scope of Services • Comply with all Federal, State, and Local Codes, including the City's Code of Ordinance, Article III: General Sign Standards, Section 15.6.110: Construction and Maintenance Standards. RMC 15.6.110; All signs shall comply with the following criteria: To reduce energy use, all sign illumination systems shall incorporate contemporary energy saving techniques and materials. All permanent signs shall be constructed of quality, low maintenance materials such as metal, concrete,natural stone, glass or acrylics. Techniques shall be incorporated during construction to reduce fading and damage caused by exposure to sunlight. All signs shall be constructed in compliance with all applicable building, electrical and other codes in effect at the time of construction or maintenance, with particular respect to wind and seismic loads and overturning moment. All freestanding signs which incorporate lighting shall have underground utility service. All illuminated signs shall be of such an intensity or arranged in such a manner so as not to create glare for abutting properties or vehicular traffic. (Ord. 2552 § 1, 2004) • All spray painting and sandblasting must be conducted at the awarded bidder's facility. These activities are not permitted at the construction site. • The new sign will need to include lighting. Note* Existing lighting infrastructure is available, with a 120V panel located 20 to 30 feet from the installation area. • The new sign will need to include lighting. Light Details: Manufacturer: Alcon Lighting, Model 31027 Length/Wattage/Lumens: 4 foot/ 120W /-15,475 Color Temp: 5000K Finish: Black Mounting: 18" PVC Post • The dimensions are shown in Figure 2; however, please note that this is a conceptual layout. Once a successful bidder is selected, City staff will collaborate with the awarded Contractor 7 to optimize the final layout, ensuring it is easy to recognize, consistent, clear, distinctive, and easy to read. o Piping Component: The 6-inch water pipe shall be purple pipe or reclaimed water purple, to clearly indicate its use for reclaimed water. This pipe is for visual purposes only and will not have any water flowing through it. Approximately eight (8) flex couplers and one handwheel shall be added, per the final drawing. The entire pipe feature shall be powder -coated to match the standard for non -potable water pipe (purple). The contractor shall verify the color with city staff before installation. o The image below (Figure 1) is an example of the gate valve with a handwheel to be installed. The placement of this valve in Figure 2 is conceptual. The contractor and city staff will discuss the best placement once the contract is awarded. Figure 1 o Masonry Portion of Feature: Footing shall be constructed per drawing detail, including one future 1.5" diameter electrical conduit to the top of the column. The base and column shall be constructed of 16"x6"x6" CMU precision block, faced with brick veneer, per detail in the drawing. Concrete caps for the base and column shall be poured in place and comprised of a colored concrete mix with a minimum of 2400 psi. o Metal Sign Portion: The sign portion shall be comprised of two separate 10-gauge, 48"02" steel sheets. One sheet will have all verbiage cut out by a CNC machine or equivalent process and shall be powder coated. The second sheet will be powder -coated in one to three colors (exact colors to be decided by City staff once the contractor is selected). The cut-out sheet shall be mounted against the solid sheet with the cut-out sheet facing south. o The City's seal shall be constructed of 1/8" steel and cut from one continuous piece of material so that no welds, bolts, or seams exist. The piece shall be removable to 8 allow for replacement with a new seal in the future, should the City update its branding. The finished seal shall be either powder -coated to match the details of the PDF version or powder -coated with a clear coat. City staff will direct the awarded contractor on the final decision. The sign site location is not pre -graded; the contractor is required to level the ground to guarantee the sign's stability and accurate installation. The existing sign must be removed but NOT disposed of. The signage contractor must ensure that the existing sign is removed without damage and is handed over to city staff. The successful contractor shall keep the premises, including adjoining premises, driveways, and streets, clean of debris resulting from demolition operations. At the completion of the work, the contractor must remove all debris, tools, equipment, temporary work, and surplus materials from the site. All debris must be disposed of offsite. The job site shall be left safe, neat, and clean at the end of each workday. Additionally, the contractor is responsible for repairing or correcting any damage caused by the subcontractor's work. The successful Bidder must provide a written three-year warranty covering defects in craftsmanship for the signs, including: o Bubbling, chalking, rusting, or disintegration of the sign panel, graphics, or edges o Corrosion beneath paint or vinyl on sign panels, brackets, posts, or supports (excluding vandalism or external damage) o Corrosion of fasteners o Assemblies not remaining aligned or vertical o Peeling, delamination, or warping ("oil canning") o Repair and reinstallation of signage due to failed mountings The Contractor is responsible for repairing or replacing any defective signs or hardware during the warranty period, including any damage to other work caused by these imperfections. Locrt9on Area 9 Project Conditions • Workdays/Hours: Monday through Friday, from 6:30 a.m. to 3:30 p.m. • All recognized government holidays will be observed, and no work should be coordinated unless arranged with City staff • Staging Area: To be determined and coordinated with City staff. The city is not responsible for theft or damage to equipment and materials left overnight. 10 0 CJ CD 04 LL � S +ri ,rr 0o t n � O O O C6 N u'S 5RJ 5< THE FINAL PREMIUM IS PREDICATED ON THE FINAL CONTRACT AMOUNT EXHIBIT "B" LABOR AND MATERIAL BOND This bond was issued in two (2) original counterparts Bond No. 5775305 Premium: $800.00 Whereas, the City of Redlands, State of California, and Square Signs, LLC (hereinafter designated as "Principal") have entered into an agreement (the "Agreement") whereby Principal agrees to design, fabrication, and installation of a WWTP entrance sign (the "Work"), which said agreement, dated 8 5FK23, 2024, and titled as "Agreement to Perform Non -Professional Services for Improvement to Public Builds and Grounds" is "October hereby referred to and made a part hereof, and Whereas, under the terms of the Agreement, Principal is required before commencing the performance of the Work, to file a good and sufficient Labor and Material bond with the City of Redlands to secure the claims to which reference is made in Title 3 (commencing with Section 9550) of Part 6 of Division 4 of the Civil Code of the State of California. Now, therefore, said Principal and the undersigned as corporate surety, are held firmly bound unto the City and all contractors, subcontractors, laborers, material men and other persons employed in the performance of the Agreement and referred to in the aforesaid Code of Civil Procedure in the sum of Thirty -Two Thousand Dollars ($32,000) for materials furnished or labor thereon of any kind, or for amounts due under the Unemployment Insurance Act with respect to such work or labor, that said surety will pay the same in an amount not exceeding the amount hereinabove set forth, and also in case suit is brought upon this bond, will pay, in addition to the face amount thereof, costs and reasonable expenses and fees, including reasonable attorneys' fees, incurred by the City in successfully enforcing such obligation, to be awarded and fixed by the court, and to be taxed as costs and to be included in the judgment therein rendered. It is hereby expressly stipulated and agreed that this bond shall insure to the benefit of any and all persons, companies and corporations entitled to file claims under Title 3 (commencing with Section 9550) of Part 6 of Division 4 of the Civil Code, so as to give a right of action to them or their assigns in any suit brought upon this bond. Should the condition of this bond be fully perfonned, then this obligation shall become null and void, otherwise it shall be and remain in full force and effect. The surety hereby stipulates and agrees that no change, extension of time, alteration or addition to the tenns of the Agreement or the specifications accompanying the same shall in any manner affect its obligations on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition. In witness whereof, this instrument has been duly executed by the Principal and surety above named, on October 21 st , 2024. (SEAL) (SEAL) Square Signs LLC dba Front Signs Great American Insurance Company (Contractor (Sur ) BY: (Signature) (Sign e) Michael g, Attorne -i -Fact Address: 750 The City Drive South, #470 Orange, CA 92868 (Seal and Notarial Acknowledgment of Telephone(208)912-2402 Surety) 12 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 Riverside On 10/21/2024 before me, R. Nappi, Notary Public (insert name and title of the officer) personally appeared Michael D. Stong 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 hislherltheir signature(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. { f'1�"` fy R. NAPPI u j Notary Public • California m Riverside County Commission # 2489756 �,yALiFpRMh My Comm. Expires Jun 7, 2028 dM1nR. i'11� Signature (Seal) Bond No. 5775305 GREAT AMERICAN INSURANCE COMPANY@ Administrative Office: 301 E 4TH STREET R OINOINNATI, OHIO 45202 • 513-309.0000 • FAX 513.723.2740 The number dP persons authorized by this power ofattnroiyisnot norethan SEVEN No.0 14489 POWER OFATTOR.A'EY ICrVOW ALLMYi'q,OY'rHESE PIMENTS. That the OREATANIERICAN t1NSURANCE COMPANY, a corporation organized and existing under and by vinue urdlu lows ofihe Stateol"Ohio, dyes itun;by numinute, uunsinum nfd appoint theperson orpers ins named below, each individually ff more than one is armed, its true and lawful attorney -In -foot, for it and in its name, place and steed to mecute on behalf of the. said 20mpanyras surety, any and all bonds, undertakings and contract, of suretyship, or other written obligations in the nature thereof; Provided that due liability of the Said Company onany such bond, undenaking or contract ol'sureryshipazecuted under this authority shell not exceedthelimit stated belove Name Address. - Loot of powet DANIEL HUGKABAY SHAUNNA ROZEI.LE OSTROM ORANGE, CALIFORNIA ALL ARTURO AYALA FRANK MORONES ORANGE, CALIFORNIA $100,000,000 MICHAEL D. STONG DEN STONG RIVERSIDE, CALIFORNIA R. NAPPI RIVERSIDE, CALIFORNIA This Power ofAnorricy ravoko all previotls.Powers (wiled on behalf of the noted above, IN WITNVSS. WHEREOF the GREATANIERICAN INSURANCE COMPANY has caused these presents to be signed and attested by its appropriate uticecs•and its Zur ioratesonl berculaoalllxed]his 17TII stay or - APRIL 202U Attest GREAT AMERICAN INSII ANCE COMPANY 4. ,a I'A%Z4�' 's a y. Rae. , Y Y +C �".. 9.iTiYaAllr •t{"CIYIm)r DNeviaeal.Se"w'. riLC i(ICrlrO•Ellf s-rATF OF 01410, COUNTY OF HAMILTON - as: On this 17TH slay of being duly sworn, deposes and say.;. (her lie resides I nsuratice Contpauy,. the Company deserib;d tit and 1 said instrument is such corporate seal; that it was so by like authority. SUSAN A KOW085T NotaryPublIc State of filun _ toy Comm, PHpires May ia, 2025 that hp is a MAW VIGAnIU (84] Ad1-24es) signed his nwne thereto This Power of Attorney is granted by authority of the following rural elicits adopted by the Hoard of Directors or Great American Insurance Company by anomalous written consent dated June 9, 2008, H&SOLI'G"D 'Phut the Divisional Presiden6 the several Divisional Settle;* Iice Preeldews, Divisional Vice Prmideity and Divisanal: Lasdocoll vice Presidents, or anyone of then be and herehp is mithon,=l ;(bin time to rime, to a7voila and or atom Alto, iusye•in x'ad7o ecennn ombnhatf of due Lbmpatgs ttv srnvory arty raid all bands, undertakings and contracts of vnr nuship. or tither writfun abiigalians in die naur a thereof.• to peastrrhe thar rosyeenve, dudes and due ,vrPecdve limia'($lair teahariry; dud to revnke any sarh appnihave,v of any time. R&SOG RD FURTHSA' 77rur rho uaupany salt and the signarerru of urry of lira rf%aresatd ujjiexrs and urly Saoreta+;ir ar: [sarsrdw SacYemty of the Company nray be arrived by fausrmile ra any patver of anontey or ceriiliaatc of either' green for the cxecudon of atty baud, andcrfakfrtg, contract ofsuretys(np, or other +irlaca odltgafton in the nonir e diereaf, such signaarrc and seal when so ryvad bcrrig hemki, ado ted by the Company as life original slgnoun e of soh officer and. the mtglnal seal of the Cnmlmnti to be valid and biadlag. upon the C'onipotly iuith the sues, arse and affeat as though ntanualAl < %red. CERTWICATION L STEPHEN C. BERAHA. Assistant Secretary of Great American insurance Company, do hreliy certify that the tbregoing Power of Attorney end the Resolutions of rim Board at'Airecmrs ofAme 9, 2009 have not been revoked and are now in fill] fume and effect. signed and seated this 21 at daY of October 2024 4�-- Arsiths"t Sesrstmi, S1029AM (03120) 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, b Z2�� _ before me, YASMEEN FASHEH NOTARY PUBLIC �1 (insert name and title of the officer) personally appeared 6-kV1 b' 4r-d 6L)Cb c an who proved to me on the basis of#tisfactory evidence to be the rson whose name(M Islare �ubscribed to the within instrument and acknowle ged to me_.tha helshe/They executed the same in islher'tt�e'r authorized capacity(ies-), and that b his herlf,eir signature(s) on the instrument the person(s/, r the entity upon behalf of which the person(i) 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. *my YASMeENFASHe�1Notary Public •CaliforniaLas Angeles County COmmisslon # 2484401 Comm, Expires Apr 10, 2028 Signatur' e (Seal) EXHIBIT "C" ("Price and Fee Bid") Price and Fee Bid: WWTP Entrance Sign Professional 1) Consultation & Design (i.e., sign design/engineering) $1,000 Services 2) Project Management (i.e., quality control/inspection) $1,750 Material(s) 3) Signage (i.e., main sign structure, brackets/hardware, powder coating) $9,679 4) Electrical Components (i.e., lighting fixtures, wiring) $1,305 5) Decorative Elements (i.e., logo, embellishments) $ 457 Site 6) Land Clearing & Grading (i.e., grading/leveling the site) $ 750 Preparation 7) Excavation & Foundation Work (i.e., footing/foundation, base/columns) $10 000 8) Installation (i.e., assembling/erecting, electrical wiring/connections, transporting materials) $2,900 Bonds 9) Labor and Material Bond $1,000 Contingency 10) Contingency for unforeseen project conditions (City -provided) $3,159 Total Lump Sum (Amount in Figures) $32,000.00 Total Lump Sum (Amount in Words) : Thirty-two thousand dollars 13 EXHIBIT "D" WORKERS' COMPENSATION INSURANCE CERTIFICATION Every employer, except the State, shall secure the payment of compensation in one or more of the following ways: (a) By being insured against liability to pay compensation by one or more insurers duly authorized to write compensation insurance in this State. (b) By securing from the Director of Industrial Relations, a certificate of consent to self -insure, either as an individual employer, or as one employer in a group of employers, which may be given upon furnishing proof satisfactory to the Director of Industrial Relations of ability to self -insure and to pay any compensation that may become due to his or her employees. CHECK ONE I am aware of the provisions of Section 3700 of the Labor Code which requires every employer to be insured against liability for Workers' Compensation or to undertake self-insurance in accordance with the provisions of that Code, and I will comply with such provisions before commencing the performance of the work and activities required or permitted under this Agreement. (Labor Code §1861). -VI affirm that at all times, in performing the work and activities required or permitted under this Agreement, I shall not employ any person in any manner such that I become subject to the workers' compensation laws of California. However, at any time, if I employ any person such that I become subject to the workers' compensation laws of California, immediately I shall provide the City with a certificate of consent to self -insure, or a certification of workers' compensation insurance. I certify under penalty of perjury under the laws of the State of California that the information and representations made in this certificate are true and correct. SQUARE SIGNS LLC By: Date: MarinaTer- anyan, Project Manager 14