Loading...
HomeMy WebLinkAboutAGR-7278 - LIBCO INC DBA MAGICAL HOLIDAY DESIGNS - STORAGE, INSTALLATION AND REMOVAL OF HOLIDAY DECORATIONS - NOV 15, 2021f r'R-°7a'7 nb- i a c ST'ORAGE INSTALLATION AND REMOVAL SERVICES AGREEI IENT Stmrage,Installation and Re oval of oliday Decorations] I5 STORAGE, I1 S AI.,LA'ION AATD I li'gO AL SER CES GREEldIENT the"A eement") is made at Orange, California, on this day of rnb ex- 2021 by and among the CITY OF OR.ANGE, a murucipal corporation ("City"), and LIBCO INCORl'ORATED,a California corporation,doing business as MAGICAL HOLIDAY DESIGNS Contractor"),who agree as follows: 1. Services. Subject to the terms and conditions set forth in this Agreement, Contractor agrees to and shall do all the work and furnish a11 the labor, rriaterials, tools and equipment necessary to complete in good workmanship and substantial manner the assembly, installation, removal and stora e of the holiday decorations described in, and in accordance with the sezvices set forth in Exhibit"A" which is attached hereto and incorporated herein. The tenns and conditions in this Agreement sha11 control over any terms and conditions in Exhibit"A." As a material inducement to City to enter into this Agreement, Contractor represents and warrants that it has thoroughly investigated and considered the scope of services and fully understands the difficulties and restrictions in performing the work. Contractor represents that it is experienced in performing the work and will follow the highest professional standards in performance of the work. All services provided sha11 conform to a11 federal, state and locallaws, rules and regulations and to the best professional standards and practices. Paul NTiller("City's Project Manager"), shall be the person to whom Contractor will report for the performance of services hereunder. It is understood that Contractor's performance hereunder sha11 be under the direction and supervision of City's Project Manager (or his/her designee), that Contractor shall coordinate its services hereunder with City's Project Manager to the extent rec uired by City's Project Manager, and that all performances required hereunder by Contractor sha1l be performed to the satisfaction of City's Project Manager and the City Mana er. 2a Com aensatAon and 'ees. a. Contractor's com ensation for a11 work, labor and services performed under this A-eement, shall be as follows: 1) A base fee .of SEVENTEIN THOUSAND SIX HITNDRED SEVENTY-EIGHT DOLLARS and 77/100 ($17,678.77}("Base Amount"). 2) A contingency amount for additional services and charges of ONE TH USAND SEVEN HUNDRED SIXTY-SEVEN DOLLARS and 00/100 ($1,767.04) Additional Amo nt"). b. The total not-to-exceed compensation for a11 work shall not exceed NINE'TEEN THOUSAND FOUR HUNDRED FORTY-FIVE DOLLARS and 77/100 19,445.77)without the prior written authorization of City. c. The above compensation sha11 include ali costs, including, but not limited to, the picking up, assembly, handling, preparation, weighing, packing, delivery, moving,shipping, and storage of the holiday decorations for the term set forth in this Agreement; clerical administrative, overhead, insurance, word processing (normal or overflow secretarial time or overtime, or computer time or service), reproduction, telephone, mail and delivery costs incurred in connection with travel and related expenses, subsistence a.nd a11 related expenses. 3. Pa_ a. As scheduled services are completed, Contra,ctor sha11 submit to City aninvoicefortheseivicescompletedandauthorizedAdditionalmountsincurredbyContractorforAdditionalServicesandCharges,billable as set forth in Exhibit"A." All sucfi invoices shall staxe the basis for the amount invoiced, including services completed, the number of hours spent and any extra work performed. b. City will pay Contractor the amount invoiced within thiriy-five(35)days of approval of all deliverables. c. Payment sha11 constitute payment in full for all services and authorized Additional Services and Charges covered by that invoice. d. Payment sha11 be as follows: 50%($8,839.39)due after satisfactory completion of set-up and installation. 50% ($8,839.39), plus any Additional Amounts, due after removal and storage. 4. Chan e Orders. No payment for extra services caused by a change in the scope or complexity of work, or for any other reason, sha11 be made unless and until such extra seroices and a price therefor have been previously authorized in writing and approved by City as an amendment to this Agreement. City's Project Manager is authorized to approve a reduction in the services to be perFormed and compensation therefor. All amendments shall set fortti the clianges of work, extension of time,and/or adjustment of the compensation to be paid by City to Contractor and shall be signed by the Ciry's Project Manager, City Manager or City Council, as applicable. 5. Licenses. Contractor represents that it and any subcontractors it may engage, possess any and a11 licenses which are required under state or federal law to,perform the work contemplated by this Agreement and that Contractor and its'subcontractors sha11'ma.intain a11 appropriate licenses, including a City of Orange business license, at its cost, during theperformanceofthisAgreement. 6. Indenendent Contractor. At all times during tlie term of this Agreement, Contractor shall be an independent contractor and not an employee of City. City sha.11 have the right to control Contractor only insofar as the result of Contractor's services rendered pursuant tothisAgreement. City shall not have the right to control the means by which Contractor accomplishes services rendered pursuant to this Agreement. Contractor shall, at its sole cost and expense, filrnish all facilities, materials and equipment which may be required for furnishing 2 services pursuant to this Agreement. Contractor shall be solely responsible for, and shall indemnify, defend and save City harmless from all matters relating to the payment of its subcontractors, agents and employees, inciuding compliance with social security w-ithholding and a11 other wages, salaries, benefits, taxes, exactions, and regulations of any nature whatsoever. Contractor acknowledges that it and any subcontractors, agents or employees employed by Contractor shall not,under any circumstances,be considered employees of City,and that'they shall not be entitled to any of the benefits or rights afforded employees of City,including,but not limited to, sick leave, vacation leave, holiday pay, Fublic Employees Retirement System benefits, or health,life, dental, long-term disability or workers' compensation insurance benefits. 7. Contractor Not A ent. Except as City may specify in writina, Coniractor shall have no authority, express or implied, to act on behalf of City in any capacity whatsoever as an agent. Contractor shall have no authority, express or implied, to bind City to any obligation whatsoever. S. Desa nated Persons. Only those qualified persons authorized by City's Project Manager sha11 perform work provided for under this Agreement. 'It is understood by the parties that clerical and other nonprofessional work may be performed by persons other than those designated. 9. Assignment or Subcontractin. No assignment or subcantracting by Contractor of any part of this Agreement or of funds to be received under this Agreement shall be of any force or effect unless the assignment has had the prior written approval of City. City may terminate this Agreement rather than accept any proposed assignment or subcontracting. Such assignment or subcontracting may be approved by the City Manager or his/her designee. 10. Time of Comnlction. The timing of performance of a11 or some portion of the Work by Contractor must, of necessity, be coordinated with that of the contractors to be retained by City to install and remove.the holiday decorations and lighting,but in any event installation and removal of the holiday decorations shall be as set forth in Exhibit"A" or as otherwise agreed to by City. 11. Time Is of the Essence. Time is ofthe essence in this Agreement. Contractor shall do a11 things necessary and incidental to the prosecution of Contractor's work. 12. Reserved. 13. DeIays and Extensions of Time Contractor's sole remedy for delays outside its control, other than those delays caused by City, sha11 be an extension of time. No matter what the cause of the delay,Contractor must document any delay and request an extension of time'in writing at the time of the delay to the satisfaction of Gity. Any extensions granted sha11 be limited to the length of the delay outside Contractor's control. If Contractor believes that delays caused by City will cause it to incur additional costs, it must specify, in writing; why the delay has caused additional costs to be incurred and the exact amount of such cost at the time the delay occurs. No additional costs can be paid that exceed the not to exceed amount stated in Section 2.b, above, absent a written amendment to ttzis Agreement. 3 14. Products of Contractor. The documents, studies, evaluations, assessments, reports, plans, citations, materials, manuals,technical data, logs,files, designs and other products produced or provided by Contractor for this Agreement sha11 become the properiy of City upon receipt. Contractor shall deliver a11 such products to City prior to payment for same. City may use,reuse or otherwise utilize such products without restriction. 15. Eaual Emnlovynent pportunitv. During the performance of this Agreement, Contractor agrees as follows: a. Contractor shall not discriminate ajainst any employee or applicant for employment because of race, color,religion, sex,national origin, mental or physical disability, or any other basis prohibited by applicable law. Contractor shall ensure that applicants are employed, and that employees are treated during employment, without regard to their race, color, religion, sex, national origin, mental or physical disability, or any other basis prohibited by applicable law. Such actions shall include,but not be limited to the following: emplayment, upgrading, demotion or transfer,recruitment or recruitment advertising,layoff or termination,rates of pay or other forms of compensation and selection for training,including apprenticeship. Contractor agrees to post in conspicuous places, available to employees and applicants for employment, a notice setting forth provisions of this non-discrimination clause. b. Contractor shall, in ail solicitations and advertisemerits for employees placed by, or on behalf of Contractor, sta.te that all qualified applicants will receive consideration for employment without regard.to race, color, religion, sex, national origin, mental or physical disability, or any other basis prohibited by applicable law. c. Contractor shall cause the foregoing para aphs(a)and(b)to be inserted in all subcontracts for any work covered by this Agreement, provided that the foregoing provisions shall not apply to subcontracts for standard commercial supplies or raw materials. 16. Conflicts of Interest. Contractor agrees that it shall not make, participate in the making, or in any way attempt to use its position as a contractor to influence any decision of City in which Contractor knows or has reason to know that Contractor, its officers, partners, or employees have a financial interest as defined in Section 87103 of the Government Code. 17. Indemnitv. a. To the fullest extent pennitted by law, Contractor agrees to indemnify, defend and hold City, its City Council and each member thereof, and the officers, officials,agents and employees of City(collectively the"Indemnitees") entirely harmless from a11 liability arising " OUt Of: 1) Any and all claims under workers' compensation acts and other employee benefit acts with respect to Contractor's employees or Contractor's subcontractor's employees arising out of Contractor's work under this Agreement, including any and all claims under a.ny law pertaining to Contractor or its employees' status as an independent contractor and any and all claims under Labor Code section 1720 related to the payment of prevailing wages for public works projects; and 2} Any claim,loss,injury to or death of persons or damage to propertycausedbyanyact, neglect, default, or omission other than a professional act or omission of Contractor, or person, firm or corporation employed by Contractor, either directly or by independent contract, including all damages due to loss or theft sustained by any person, firm or corporation including the Indemnitees, or any of them, arising out of, or in any way connected with the work or services which are the subject of this Agreement, including injury or damage either on or off City's property; but not for any loss,injury, death or damage caused by the active negligence or willfial misconduct of City. Contractor, at its own expense, cost and risk, sha11 indemnify any and a11 claims, actions, suits or other proceedings that may be brought or instituted against the Indemnitees on any such claim or liability covered by this subparagraph, and shall pay or satisfy any judgtnent that may be rendered against the Indemnitees, or any of them, in any action, suit or other proceedings as a result of coverage under this subparagraph. b. Reserved. c. Except for the Indemnitees, the indemnifications provided in this Agreement shall not be construed to extend any third party indemnification rights of any kind to any person or entity which is not a signatory to this Agreement. d. The indemnities set forth in this section shail suxvive any_ closing, rescission, or termination of this Agreement, and sha11 continue to be binding and in full farce and effect in perpetuity with respect to Contractor and its successors. 18. Insurance. a. Contractor shall carry workers' compensation insurance as required by law for the protection of its employees during the progress of the work. Contractor understands that it is an independent contractor and not entitled to any workers' compensation benefits under any City program. b. Contractor shall maintain duririg the life of this Agreement the following minimum amount of comprehensive general liability insurance or commercial general liabilityinsurance: the greater of (1) One Million Dollars ($1,000,000} per occurrence; or (2) a1I the insurance coverage and/or limits carried by or available to Contractor_ Said insurance shall cover bodily injury, death and property damage and be written on an occurrence basis. c. Contractor sha11 maintain during the life of this Agreemen the following minimum amount of automotive liability insurance: the greater of(1) a combined sinple limit of One Million Dollars ($1,000,000); or (2) aJl the insurance coverage and/or limits carried by or available to Contractor. Said insurance sha11 cover bodily injury, death and property damage for a11 owned, non-owned and hired vehicles and be written on an occurrence basis. d. Any insurance proceeds in excess of or broader than the minimum required coverage and/or minimum required limits which are applicable to a given loss shall be available to City. No representa.tion is made that the minimum insurance requirements of this Agreement are sufficient to cover the obligations of Contractor under this Agreement. s e. Each policy of general liability and automotive liability shall provide that City,its officers, officials, agents;and employees are declared to be additional insureds under the terms of the policy, but only urith respect to the work performed by Contractor under this Agreement. A policy endorsement to that effect shall be provided to City along with the certificate of insurance. In lieu of an endorsement, City will accept a copy of the policy(ies)which evidences that City is an additional insured as a contracting party. The minimum coverage required by Subsection 18.b a.nd c, above, shall apply to City as an additional insured. Any umbrella liability insurance that is provided as part of the general or automobile liability minimums set forth herein sha11 be maintained for the duration of the Agreement. f. Reserved. g. The insurance policies maintained by Contractor sha11 be primary insurance and no insurance held or owned by City shall be called upon to cover any loss under the policy. Contractor will determine its own needs in procurement of insurance to cover liabilities other than as stated above. lh. Before Contractor performs any work or prepares or delivers any materials, Contractor sha11 furnish certificates of insurance and endorsements, as required by City, evidencing the aforementioned minimum insurance coverages on forms acceptable to City,which shall provide that the insurance in force will not be canceled ar allowed to lapse without at least ten(10) days' prior written notice to City. i.All insurance mainta,ined by Gontractor shall be issued by companies admitted to conduct the pertinent line of insurance business in California and having a rating of Grade A or better and Class VII or better by the latest edition of Best's Key Rating Guide. In the case of professional liability insurance coverage, such coverage shail be issued by companies either licensed or admitted to conduct business in California so long as such insurer possesses the aforementioned Best rating. j.Contractor shall immediately notify City if any required insurance lapses or is otheiwise modified and cease performance of this Agreement unless otherwise directed by City. In such a case, City may procure insurance or self-insure the risk and charge Contractor for such costs and any and all damages resulting therefrom, by way of set-off from any sums owed Contractor. k. Contractor a ees that in the event of loss due to any of the perils for which it has agreed to provide insurance, Contractor shall look solely to its insurarice for recovery. Contractor hereby grants to City,on behalf of any insurer providing insurance to either Coatractor or City with respect to the services of Contractor herein,a waiver of any right to subrogation which any such insurer may acc uire against City by virtue of the payment of any loss under such insurance. 1.Contractor shall include all subcontractors, if any, as insureds under its policies ar shall furnish sepaxate certificates and endorsements for each subcontractor to City for 6 review and approval. All coverages for subcontractors shall be subject to all of the requirements stated herein. 19. Ter inat on. City rnay for any reason terminate this Agreement by giving Contractor not less than five(5)days' written notice of intent to terminate. Upon receipt of such notice, Contractor sha11 immediately cease work, unless the notice from City provides otherwise. Upon the termination of this Agreement, City shall pay Contractor for services satisfactorily grovided and all allov rable reimbursements incurred to the date of termination in compliance with this Agreement, unless terniination by City sha11 be for cause, in which event City may withhold any disputed compensation. City shall not be liable for any claim of lost profits. 20. Mainteaeance and Insnection of I2ecords. In accorda.nce with generally accepted accounting principles, Contractor and its subcontractors sha11 maintain reasonably full and complete books, documents, papers, accounting records, and other information (collectively, the ' records")pertaining to the costs of and completion of services performed und'er this Agreement. Ciry and its authorized representatives shall have access to and the right to audit and reproduce any of Contractor's records regarding the services provided under this'Agieement. Contractor shall maintain a11 such records for a period of at least three(3)years after ternunation or completion of this A eement. Contractor agrees to make available all such records for inspection or audit at its - offices during normal business hours and ugon three(3)days' notice from City,`and copies thereof shall be furnished if requested_ 21. Comqliance wi#h all Laws/Ianieai ratiom Laws. a. Contractor shall be knowledgeable of and comply with a11 local, state and federal laws which may apply to the performance of this Agreemenf: b. If the work provided for in this Agreement constifutes•a"public works," as that term is defined in Section 1720 of the California Labor Code;for wbich prevailing wages must be paid, to the extent Contractor's employees will perform any work that fa11s wittun any of the classifications for which the Department of Labor Relations of the State of California promulgates prevailing wage determinations, Contractor hereby agrees that it, and any subcontractor under it; sha11 pay not less than the specified prevailing rates of wages to a11 such workers: The general prevailing wage determinations for crafts can be located on tlie website of'the Department of Industrial Relations(www.dir.ca.ov/DLSR). Additionally,to perform work under this Contract, Contractor must meet all State registration requirements and criteri a;including project compliance monitoring. c. Contractor represents and warrants that it: 1) Has complied and shall at aIl times during tlie term of this Agreement comply, in all respects, with a11 immigration laws, regulations, sta,tutes, rules, codes, and arders, including, without limitation, the Immigration Reform and Control Act of 1986 1RCA); and 7 2) Has not and will not krtowingly employ any individual to perform services under this Agreement who is ineligible to work in the United States or under the terms of this A-eement; and 3j Has properly maintained, and shall at all times during the term of this Agreement properly maintain, all related employment documenta.tion records including, without limitation, the completion and maintenance of the Form I-9 for each of Contractor's employees; and 4) Has responded, and shall at a11 times during'the term of tliis Agreement respond, in a timely fashion to any go ern nent inspection requests relating to immigration law compliance and/or Form I-9 compliance and/oa- worksite enforcement by the . Depa.rtment of Homeland Security, the Department of ,abor,' or the Social Security Administration. d. ontractor shali require a11 subcontraccors or subconsultants to make the same representations and warranties as set forth in Subsection 21.c. e_ Contractor sha11, upon request of City, provide a list of all employees working under this Agreement and shall provide,to the reasonable satisfaction o City,verification th at all such employees are eli ible to work in the United States. All costs associated with such verification shall be borne by Contractor. Once such request has been made, Contractor may not change employees working under this Agreement without written nofice to City, accomp.nied by the verification required herein for such employees. f Contractor sha11 rec uire a11 subcontractors or sub-consultants to make the same verifica ion as set farth in Subsection 21.e. If Contractor or subcontractor knowinaly einploys an employee providing work und r this Agreement who is not authorized to work in the United'States, and/or fails to follow federal iaws to-determine the sta.tus of such employee,thaf sha.11 consfiitute a mate al breach of this Agreement and may be cause for immediate termination of this Agreement by Cify. Contractor agrees to indemnify and hold City, its officers, offici,ls, agents and employees harmless for, of and from any loss,including but not limited to fines,pei alties arnd - corrective measures City may sustain by reason of ontracfior's failu`re to comply,.vith said laws, rules and regulations i connection with the perform.ance of this Agreement. 2. Governfn L v amcY Ven e. This Agreement shall be construed in'accordance with and governed by the laws of the State of California and Contractor agrees to submit to the jurisdiction of Ca.lifornia caurts. lenue for any dispute arising under this Agreement sha11 be in Orange County, Californaa. 24. Inte ra#i n. This Agreement constitutes the entire agreement of the parties_ No other agreement,oral or written,pertaining to the work to be performed under this Agreement shall be of any force or effect unless it is in writing and signed by both parties. Any work performed 8 which is inconsistent with or in violation of the provisions of this Agreement sha11 not be compensated. 25. Not ce. Except as otherwise provided herein, a11 notices required under this Agreement sha11 be in writing and delivered personally, by e-mail, or by first class U.S. mail, posta,ge prepaid, to each party at the address listed below. Either party may charige the notice address by notifying the other party in writing. Notices shall be deemed received upon receipt of same or within three(3) days of deposit in the U.S.Mail,whichever is eartier_ Notices sent by e- mail shall be deemed received on the date of the e-mail transmission. CONTRACTOR" CITY" Libco Incorporated, dba Magical Holiday Designs City of Orange - 11109 Aimour Avenue 300 E. Chapman'Avenue Beaumont, CA 92223 Orange, CA 92866-1591 ' Attn.: Debbie Dunning, Operations Manager Attn.: Paul 1M'iller,Parks`-Supervisor " Telephone No.: 800-608-1980 Telephone No.: 714-532-64 72 E-Mail: debbie(a,ma icalholidaY,desi„ s com E-Mail: pmiller ,cityofoian:org 26. Coanternarts. This Agreement may be executed in one or morE counterparts;each of which shall be deemed an original, but a11 of v,hich together sha11 constitute one and the same " instrument. Si atures transmitted via facsimile a.nd electronic rriail.sha1F ha e the same'effeet as original signatures. Reanainder of page intendonally left blank; signatures on negt page] 9 IN WITNESS of this Agreement, the parties have entered into this Agreement as of the year and day first above written: CONTRACTOR" y LIBCO INCORPORATED, a California CITY OF ORANGE, a municipal corporation corporation, doing business as MAGICAL HOLIDAY DESIGNS By. BY Bonnie Hagan, cting ity Manager Printed Naxne: . J(.v,,; Title: APPROVED AS TO FORM: By: Printed Name: Title: 1, Mary Bi rig, Senior Assist t.City Attomey N_:Caty requires tlt follmvang signature(s) on behal,f of the Contr act`or: I) the Chai nuxn of the Boar the President ar a Vice-Presideret, AND (2) the Seeretary, the Chief Financial Office, the Treasurer, an 14ssistant Secretary or an Assistar t Trettsurer I,f oraly one c rpor ate officer e cists or one corport te officer holds more than one corporate of`'ice,plea se so indicat OR The corpornte officer nar aed in a corpopate resolution s authorized[a enter into this Agreenzent A copy of the corporate resolution, certified by the Secretary clo e i time to tlze executioa of the Agreehaent, mrxst be provided to Cily. 10 cb's SCOPE SEI2VICE5 Benea.th this sheet.] EXHIBIT"A" SCOPE O+'SEY VICES 1. Holiday I)ecorations. The Holiday Decorations st bject to this Agreement are as follows: A_ Eighteen(18) Skyline Wrea.ths. B. One(1) 30-foot Oregon Cascade Tree with holiday ornaments. C. One(1) 6-foot Royal Starburst Tree Topper. D. One(1) 15-foot Santa. E. One(1) 17-£oot Toy Soldier. F. The Oregon Cascade Tree, Tree Topper, the Santa, and the Toy Soldier are collectively referred to as the"Self-Standing I)ecorations." 2. Installation of Holiday I)ecorations A. Installation f Holiday Decorations sha11 begin no earlier than November 22, 2021, and be completed no later than November 28, 2021. Contractor shall not be liable for installation delays caused by weather, fires, acts of God, or civil unrest, to include•protesting, looting; rioting, or the blocking of any routes of travel or entry onto the jobsite from the Contractor's place of business to the work location. B. The Skyline V reaths shall be installed in the locations and at a height acceptable to the City Manager(or designee). C. The Self-Standing Decorations sha11 be installed at a location at Plaza Park to be determined by.the City Manager (or designee). Installation of a11 Self-Standing Decorations sha11 occur on weekdays only. D. Contractor may>nstall decoration hardware items including, but not limited to, faceplates, cables, and anchor points, within a reasonable time prior to actual installation dates._ E. Contractor shail,:at its sole cost,test a11 lamps and replace all defective,broken, or bumed out lamps during the installation process and,thereafter,before storage. 3. RemOval of Aoliaiay Decorations A. Removal of Holiday Decorations sha11 begin no eazlier than January 1, 2022, and be completed no later than January I2, 2022. Contractor shall not be liable for removal deIays caused by weather, fires, acts of God, or civil unrest, to include protesting, looting; rioting, or the blocking of any routes of travel or entry onto the jobsite from the Contractor's place of business to the work location. 1 B. Upon removal of Holiday Decorations,the Contractor sha11 disassemble, pack and ship all Holiday Decorations to Contractor's storage facility. C. Contractor shall, at its sole cost, test all lamps and replace all defective lamps during the removal process. 4. Storage of Holiday Decorations. A. Holiday Decorations shall be cleaned and dried prior to storage. B. Holiday Decorations shall be properly stored and secured at Contractor's storage facility located at 4284%z Mission Boulevard, Montclair, Cali ornia 91763, or at such other storage facility as may be approved by City. 5. Site Preparation A_ The location for the installation of the Holiday Decorations sha11 be determined by City and must first be approved by Contractor or its representative as to feasibility for installation_ B. City sha11 secure .any pern ission, permits, and licenses necessary for prbper installatian of decorations from owners, lessees, Iessors, city, state and other govemmental a,uthority. City will pay all necessary fees associated with,such permissions,permits and licenses. C. Contractor may install decoration hardware items including but not limited to faceplates, cables, and anchor points within a reasonable time prior to actual installation dates. All hardware items sha11 remain in place between seasons_ D. City sha11 ensure light standards or poles are in good repair and ready for use. 6. Electrical Soarc e and Current A. City sha11 furnish, at its own cost and expense, adequate electrical power and suitable electrical connecrions as are customarily used in the electrical trade or required by Underwriter's Laboratory within a reasonable area; not to exceed 8 feet from the Holiday Decoration installation locations. B: For distances greater than 8 feet City will be char ed for extension cords, to be billed with the secorid installment. C. City wanants that the electrical connection supplied shall be suita.ble for the intended purpose. D. City shall pay for electricity consumed by Holiday Decorations. 7. Addation l Services and Charges A. ff (1) City is unable to provide Contractor with the electrical power and connections described in Section 6 of this Exhibit "A" and Contractor deems it necessary to use extension cords for distances greater than 8 feet from the location of the decoration installation, or (2) if timers are needed or requested, City shall reimburse Contractor only .for the out-of-pocket expenses assoc ated with the acquisition of extension cords or timers. o Such exnenses shall not exceed the a,e ate sum of Five Hundred I ollars($500. B. There will be no charge for Seroice Ca11s, after installation of Holiday Decorations,for an installation-related problem. C. For service calls not related to installation problems in.cluding, but not limited to, 1) vandalism, weather, civil unrest, looting, protesting, rioting, or acts of God, or 2) if adequate power or proper electrical connections are not available at installation site at the time of installation and City wishes Contractor ta return to the installation site to connect the electrical at a later date, or,(3) if a breaker is turned off, Gontractor will charge City an additional $80:00`per hour including travel time. o Such exnenses shall not exceed the a g,`re ate sum of One Thousand Dollaxs($1000,. D. Contractor shall replace all defective, broken or burned out lamps on the Holiday Decorations and City shall reimburse Contractor as follows: o Seventy-Five Cents($0.75)per lamp for incandescent lamps. o One Dollar and 501104($1.50 per lamp for LID lamps. o Contractor sha11 replace broken lamps at its owri expense: o Reimbursement amounts sha11 include a11 materials and sha11 be included on the invoice for the balance of the compensation due and payable to Contractor after Contractor has removed and sto-ed the Holiday Decorations. o Such exnenses sha11 not exceed the a re,ate sum of One-Hundred Dollars $1001. 8. Wa ramty A. Contractor warrants all work sha11 be performed in a workmanlike manner and Contractor makes no other warranties, expressed or implied: In any event, Contractor shall not be responsible or liable for loss of Holiday Decorations caused by any reason whatsoever, including but not limited to: theft, fire, vandalism, civil unrest, looting, rioting, winds exceeding 30 M.P.H: or any act of God. 9, Other City Responsilbil'at es A. If no common power system is provided, Contractor will use any outlets available to power the line and, if air conditioning units are in use for that line, City shall . notify tenant that the light line is powered on their unit and that the breakers must remain on. o Cifiy will be charged for a service call if it is necessary to retum because a tenant has turned off a breaker. B. Upon cancellation or termination of contract, City will arrange for disposal of its Holiday Decorations within 30 days of cancellation or termination. City shall notify Contractor 48 hours before picking up its products or may pay Contractor to dispose of products. 4