Loading...
HomeMy WebLinkAboutAGENDA REPORT 2025 0205 CC REG ITEM 08ACITY OF MOORPARK, CALIFORNIA City Council Meeting of February 5, 2025 ACTION APPROVED STAFF RECOMMENDATION, INCLUDING ADOPTION OF RESOLUTION NO. 2025- 4294. (ROLL CALL VOTE UNANIMOUS) BY A. Hurtado. A. Consider Resolution Approving a Contract with ABM Electrical & Lighting Solutions, Inc., and Amending the Fiscal Year 2024/25 Budget to Appropriate $87,558.68 from the Community-Wide Park Fund to the Capital Improvement Budget Amending the Fiscal Year 2024/25 Budget Appropriating for the Acquisition and Implementation of Certain Energy Related Improvements at Various City Parks, Adopting Necessary Findings in Accordance with the California Government Code, and Making a Determination of Exemption Pursuant to the California Environmental Quality Act in Connection Therewith. Staff Recommendation: 1) Open the public hearing, receive public testimony, and close the public hearing; and 2) Adopt Resolution No. 2025-4294 approving an appropriation of $87,558.68 from the Communitywide Park Development Fund (2010) for Energy Services contract with ABM Electrical & Lighting Solutions, Inc. for the implementation of certain energy related improvements to City facilities in accordance with California Government Code Sections 4217.10 to 4217.18. (Roger Pichardo, Program Manager) (ROLL CALL VOTE REQUIRED) Item: 8.A. MOORPARK CITY COUNCIL AGENDA REPORT TO: Honorable City Council FROM: Roger Pichardo, Program Manager DATE: 02/05/2025 Regular Meeting SUBJECT: Consider Resolution Approving a Contract with ABM Electrical & Lighting Solutions, Inc., and Amending the Fiscal Year 2024/25 Budget to Appropriate $87,558.68 from the Community-Wide Park Fund to the Capital Improvement Budget Amending the Fiscal Year 2024/25 Budget Appropriating for the Acquisition and Implementation of Certain Energy Related Improvements at Various City Parks, Adopting Necessary Findings in Accordance with the California Government Code, and Making a Determination of Exemption Pursuant to the California Environmental Quality Act in Connection Therewith BACKGROUND On May 24, 2024, the City submitted an Equipment Rebates Application to the United States Department of Energy under the Energy Efficiency and Conservation Block Grant (EECBG) Program. This application is part of the City’s efforts to secure funding for equipment and lighting retrofit upgrades aimed at enhancing energy efficiency and supporting conservation initiatives within the community. The EECBG Program, which is a reimbursement grant, provides financial assistance to state, local, and tribal governments to invest in projects that improve energy performance and reduce greenhouse gas emissions. In pursuing energy-efficiency improvements at the various City parks, staff explored the cost of upgrading the lighting fixtures to new energy-efficient LED lighting. This upgrade will enhance the visitor experience, increase performance and efficiency, enhance safety, and reduce environmental impact. DISCUSSION As the City continues its efforts to improve energy performance, reduce its carbon footprint, and enhance safety through upgraded energy-efficient lighting, the energy efficiency lighting project will involve retrofitting existing Metal Halide light fixtures with seventy (70) new Light Emitting Diode (LED) fixtures at several City parks listed below. Item: 8.A. 1 Honorable City Council 02/05/2025 Regular Meeting Page 2 The light fixtures are primarily located throughout the parks and along walkways for security purposes. Additionally, six of the existing light poles at these parks have reached the end of their useful life expectancy and need replacement. Initially, the project planned to replace twenty-three (23) existing light poles, but after further evaluation of the grant and condition of the remaining poles, staff has been determined that replacing only the six poles that have exceeded their useful life would be more effective, while still achieving the desired energy savings. This original plan to replace all 23 poles will not be carried forward, and only the six poles that warrant immediate replacement will be addressed in this project. By upgrading the City's lighting fixtures through the EECBG Program, the estimated payback period for this project is approximately 5.3 years. This initiative will not only provide a safer and more secure environment for the community but also supports the City’s goals for energy efficiency, conservation, and carbon footprint reduction. The energy efficiency improvements will be CalGreen compliant and will replace the outdoor lighting with new LED fixtures. A complete scope of work is detailed in the attached agreement. Government Code 4217.12 This item requires that it be published as a public hearing in a local newspaper to ensure legal compliance, transparency, and encourage public participation in decisions that may have community-wide impacts. Government Code 4217.10 Government Code Section 4217.10 et. seq. allows government agencies to select and work with a contractor to develop and build projects that save energy or use alternative energy sources, all in one contract. The purpose of this law is to reduce the burden on government agencies and make it possible to implement energy-saving concepts and new energy methods without significant concerns about high costs. It allows agencies to bypass the competitive bidding process and directly enter into contracts with contractors. Cooperative Purchasing through Sourcewell As a member of Sourcewell, and in accordance with Government Code Sections 10298 and 4217.10, a cooperative contract purchasing organization, the City leveraged Sourcewell's purchasing power to streamline its procurement process. Sourcewell, operating as a municipal contracting agency, establishes and offers competitively solicited procurement contracts following the guidelines of the Uniform Municipal Contracting Law. Ultimately, Government Code Section 4217.10 allows the City to bypass standard bidding processes because the LED lighting, including installation costs, has already been competitively bid through Sourcewell. In pursuit of these lighting improvements, the City engaged Sourcewell, enabling access to a range of highly qualified electrical contractors in Southern California. Ultimately, the City selected ABM Electrical & Lighting Solutions, Inc. (ABM) due to the successful completion of a similar project for the City and a very positive reference from the staff at 2 Honorable City Council 02/05/2025 Regular Meeting Page 3 the City of Camarillo. The pricing in ABM’s proposal is substantiated under Sourcewell Contract No. CA-R8-E-101723-AEL. Cost Savings and Environmental Impacts The total cost of the project is $76,137.98, excluding contingency, with an estimated payback period of 5.3 years. The project is expected to save approximately $14,400 annually, which includes savings from both energy and maintenance costs. A detailed breakdown of the project costs is provided in the table below. The energy savings are based on the wattage of each fixture, the number of hours the lights are used, and the average electricity rate from the utility bills. The maintenance savings is calculated based on industry-standard documented failure rates of the equipment. Park Name Number of Fixtures Pole Count Includes Bonding, Logistics, Pole Replacement Annual Electricity Cost Savings Annual Maintenance Cost Savings Total Annual (Electricity + Maintenance) Cost Savings Simple Payback Period (Years) Campus Canyon 14 N/A $10,683.91 $1,275 $843 $2,118 5.3 College View 7 N/A $5,341.95 $1,658 $422 $2,080 5.3 Country Trail 6 N/A $4,578.82 $1,425 $362 $1,787 5.3 Glenwood 5 1 $3,815.68 $456 $301 $757 5.3 Mammoth 7 N/A $5,341.95 $1,658 $422 $2,080 5.3 Miller 14 5 $10,683.91 $1,275 $843 $2,118 5.3 Peach Hill 11 N/A $8,394.50 $1,001 $673 $1,674 5.3 Mountain Meadows 6 N/A $4,578.82 $1,425 $362 $1,787 5.3 General Requirements N/A N/A $2,352.62 N/A N/A N/A N/A Logistics N/A N/A $8,654.47 N/A N/A N/A N/A Total Poles Replaced N/A 6 $11,711.35 N/A N/A N/A N/A Total 70 6 $76,137.98 $10,173 $4,228 $14,401 5.3 3 Honorable City Council 02/05/2025 Regular Meeting Page 4 From an environmental perspective, the project will result in annual energy reduction of approximately 67,963 kilowatts (kW), which is equivalent to: • 103,153 pounds of carbon dioxide (CO2) saved • 10 cars removed from road (4.67 metric tons of CO2/passenger vehicle) • 5,261 gallons of consumed gas (0.008887 metric ton of CO2 per gallon of gasoline) • 1,213 tree seedlings grown (0.039 metric ton of CO2 per urban tree planted for 10 years) • 55 acres of forest in 1 year (1.06 metric tons of CO2 sequestered annually by 1- acre U.S. Forest) The project demonstrates progress and serves as a positive and practical step in advancing the City’s continuous efforts to increase safety, energy-efficiency, reduce greenhouse emission, mitigate strain on the grid, and benefit from savings in electrical, maintenance, and disposal costs. PUBLIC NOTICING California Government Code Section 4217.12 requires that a Public Hearing Notice be published in a local newspaper. The notice was published January 22, 2025. ENVIRONMENTAL DETERMINATION This action is categorically exempt from the California Environmental Quality Act (CEQA) pursuant to Section 15301 (Existing Facilities) of the State CEQA Guidelines. Therefore, no further environmental review is required. FISCAL IMPACT The project costs $76,137.98, and with 15% contingency, the total is $87,558.68. Therefore, an appropriation of $87,558.68 from the Communitywide Park Development Fund (2010) is warranted to fund this project. Fund Title Current Balance Revision Ending Balance 2010 - Community Wide Park Development $ 1,487,082.88 $ (54,754.87) $ 1,432,328.01 2011 - Park Improvement Zone 1 $ 787,089.85 $ 27,034.05 $ 814,123.90 Total $ (27,720.82) $ 2,246,451.91 4 Honorable City Council 02/05/2025 Regular Meeting Page 5 COUNCIL GOAL COMPLIANCE This action does not support a current strategic directive. STAFF RECOMMENDATION (ROLL CALL VOTE REQUIRED) 1. Open the public hearing, receive public testimony, and close the public hearing; and 2. Adopt Resolution No. 2025-___ approving an appropriation of $87,558.68 from the Communitywide Park Development Fund (2010) for Energy Services contract with ABM Electrical & Lighting Solutions, Inc. for the implementation of certain energy related improvements to City facilities in accordance with California Government Code Sections 4217.10 to 4217.18. Attachment 1: Draft Resolution No. 2025-____ Attachment 2: Draft Agreement Attachment 3: Annual Environmental Impact Report 5 RESOLUTION NO. 2025-___ A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF MOORPARK, CALIFORNIA, APPROVING A CONTRACT WITH ABM ELECTRICAL & LIGHTING SOLUTIONS, INC., AND AMENDING THE FISCAL YEAR 2024/25 BUDGET TO APPROPRIATE AGGREGATE TOTAL OF $87,558.68 FROM THE COMMUNITY-WIDE PARK DEVELOPMENT FUND (2010) FOR THE ACQUISITION AND IMPLEMENTATION OF CERTAIN ENERGY RELATED IMPROVEMENTS AT VARIOUS CITY PARKS AND MAKING A DETERMINATION OF EXEMPTION IN CONNECTION THEREWITH PURSUANT TO THE CALIFORNIA ENVIRONMENTAL QUALITY ACT WHEREAS, the City Council of the City of Moorpark has been a leader in the promotion and implementation of energy efficiency programs; and WHEREAS, the City Council has reviewed a proposal from ABM Electrical & Lighting Solutions, Inc., regarding energy related improvements and community benefits at various City parks resulting from a contract with ABM Electrical & Lighting Solutions, Inc.; and WHEREAS, California Government Code Sections 4217.10 through 4217.18, authorize the City Council to enter into an energy service contract for the implementation of energy related improvements if the City Council finds that it is in the best interest of the City to enter into such energy service contract and that the anticipated cost to the City for thermal or electrical energy or conservation services provided by the energy conservation facility under the contract will be less than the anticipated marginal cost to the City of thermal, electrical, or other energy that would have been consumed by the City in the absence of those purchases; and WHEREAS, the cost to the City for the energy service contract by and between ABM Electrical & Lighting Solutions, Inc., for the implementation of certain energy measures for the thermal or electrical energy or conservation services will be less than the anticipated marginal cost to the City of thermal, electrical, or other energy that would have been consumed by the City in the absence of the implementation of the improvements under the energy service contract; and WHEREAS, the City Council finds and determines that it is in the best interest of the City to enter into a contract with ABM Electrical & Lighting Solutions, Inc., for the proposed improvements; and WHEREAS, the City Council adopted the Capital Improvements Project Budget for Fiscal Year 2024/25 on June 16, 2024; and ATTACHMENT 1 6 Resolution No. 2025-____ Page 2 WHEREAS, a staff report has been presented to the City Council considering award of agreement to ABM Electrical & Lighting Solutions, Inc., for the implementation of certain energy related improvements to City facilities in accordance with California Government Code Section 4217.10 through 4217.18, and authorizing the City Manager to execute said Agreement; and WHEREAS, the Community Development Director has determined that the proposed action is exempt from the California Environmental Quality Act pursuant to Section 15301 (Existing Facilities); and WHEREAS, a budget amendment of $87,558.68 from available unassigned fund balance in the Communitywide Park Development Fund (2010) is warranted to fully fund these projects; and WHEREAS, Exhibit A, attached hereto and made a part hereof, describes said budget amendment and the resultant impact to the budget line items. NOW, THEREFORE, THE CITY COUNCIL OF THE CITY OF MOORPARK DOES HEREBY RESOLVE AS FOLLOWS: SECTION 1. The City Council, based on its own independent analysis and judgment, concurs with the Community Development Director’s determination that this action is exempt from the requirements of the California Environmental Quality Act pursuant to Section 15301 (Existing Facilities). SECTION 2. The City Council finds that: (1) it is in the best interest of the City to enter into a contract with ABM Electrical & Lighting Solutions, Inc., for the implementation of certain energy related improvements to City facilities, and (2) the anticipated marginal cost to the City of thermal, electrical, or other energy that would have been consumed by the City in the absence of those purchases. SECTION 3. The City Council hereby approves the energy service contract, attached as Attachment 2 to the Agenda Report, by and between the City and ABM Electrical & Lighting Solutions, Inc., for the implementation of certain energy related improvements to City facilities in accordance with these findings and California Government Code Sections 4217.10 through 4217.18. SECTION 4. The City Council hereby authorizes the City Manager to execute the energy service contract by and between the City and ABM Electrical & Lighting Solutions, Inc. SECTION 5. The City Manager is authorized to make modifications to the proposed improvements under consideration by the contract with ABM Electrical & Lighting Solutions, Inc., and his or her designee is authorized to approve change orders 7 Resolution No. 2025-____ Page 3 above the contract amount as required to complete the proposed improvements within council-approved budgetary authority. SECTION 6. An aggregate budget amendment in the amount of $87,558.68 from the Communitywide Park Development Fund (2010) for certain facility improvements, as more particularly described in Exhibit A, attached hereto, is hereby approved. SECTION 7. The City Clerk shall certify to the adoption of this resolution and shall cause a certified resolution to be filed in the book of original resolutions. PASSED AND ADOPTED this 5th day of February, 2025. _____________________________ Chris R. Enegren, Mayor ATTEST: ___________________________________ Ky Spangler, City Clerk Exhibit A – Budget Amendment 8 Resolution No. 2025-____ Page 4 EXHIBIT A BUDGET AMENDMENT FOR COMMUNITY-WIDE PARK DEVELOPMENT FUND (2010) FOR THE INSTALLATION OF LIGHT EMITTING DIODE LIGHT FIXTURES AND RELATED EQUIPMENT AT VARIOUS CITY PARKS FY 2024/25 FUND BALANCE ALLOCATION FUND TITLE CURRENT BALANCE REVISION ENDING BALANCE 2010 Communitywide Park Development $1,331,978.28 $87,558.68 $1,419,536.96 EXPENDITURE APPROPRIATION ACCOUNT NO. CURRENT BUDGET REVISION AMENDED BUDGET 2010-541-C0074-55500 $59,111.87 $87,558.68 $146,670.55 9 ENERGY SERVICES AGREEMENT BETWEEN THE CITY OF MOORPARK AND ABM ELECTRICAL & LIGHTING SOLUTIONS, INC. THIS ENERGY SERVICES AGREEMENT, effective as of _____________________________________ (“Effective Date”), is made by and between the City of Moorpark, a municipal corporation (“City”) and ABM Electrical & Lighting Solutions, Inc., a Delaware Corporation (“Contractor”). In consideration of the mutual covenants and conditions set forth herein, the parties agree as follows: WHEREAS, City requires the installation of certain energy conservation measures, as defined in California Government Code Section 4217.11, and related electrical engineering and other professional services necessary to comply with California Government Code Section 4217.12; and WHEREAS, Contractor specializes in providing such services and has the proper work experience, licenses, certifications, and background to enter into this energy services agreement and carry out the duties involved; and WHEREAS, Contractor has submitted to City a Proposal dated December 16, 2024, to perform the services referenced in the Recitals above. WHEREAS, Contractor’s Proposal incorporates equipment pricing established through a cooperative purchasing agreement with Sourcewell, Contract No. CA-R8-E-101723-AEL. NOW, THEREFORE, in consideration of the mutual covenants, benefits, and premises herein stated, the parties hereto agree as follows: 1. TERM The term of this Agreement shall be from the Effective Date until satisfactory completion of the Services and final payment by the City, unless this Agreement is sooner terminated as provided herein. 2. SCOPE OF SERVICES City does hereby retain Contractor, as an independent contractor, in a contractual capacity, to engineer, provide, and install LED lighting fixtures and related equipment at various City parks, as more fully described in Exhibit “E” (collectively, the “Services”). At all times herein, Contractor shall possess a valid and current California Contractor’s License, Class C-10 Electrical. Contractor’s State License number is 967676. 3. PERFORMANCE Contractor shall at all times faithfully, competently and to the best of their ability, experience, standard of care, and talent, perform all tasks described herein. Contractor shall employ, at a minimum, generally accepted standards and practices utilized by ATTACHMENT 2 10 ABM Electrical & Lighting Solutions, Inc. Page 2 of 22 Rev. 12/15/2023 persons engaged in providing similar services as are required of Contractor hereunder in meeting its obligations under this Agreement. 4. MANAGEMENT The individual directly responsible for Contractor’s overall performance of the Agreement provisions herein above set forth and to serve as principal liaison between City and Contractor shall be Nate Piorek, and no other individual may be substituted without the prior written approval of the City Manager. The City’s contact person in charge of administration of this Agreement, and to serve as principal liaison between Contractor and City, shall be the City Manager or the City Manager’s designee. 5. PAYMENT Taxpayer ID or Social Security numbers must be provided by Contractor on an IRS W-9 form before payments may be made by City to Contractor. The City agrees to pay Contractor the total, not-to-exceed amount of seventy-six thousand one hundred thirty-seven and ninety-eight cents $76,137.98, plus fifteen percent (15%) contingency in the amount eleven thousand four hundred twenty and seventy cents $11,420.70 upon satisfactory completion of the Services, for a total agreement amount of eighty-seven thousand, five hundred fifty-eight dollars and sixty cents $87,558.68. Payments shall be made monthly, in accordance with the payment rates set forth in Exhibit “E”. This amount shall not be exceeded unless additional payment is approved as provided in this Agreement. Contractor shall submit invoices monthly for actual services performed. Invoices shall be submitted on or about the first business day of each month, or as soon thereafter as practical, for services provided in the previous month. Payment shall be made within thirty (30) days of receipt of each invoice as to all non-disputed fees. Any expense or reimbursable cost appearing on any invoice shall be accompanied by a receipt or other documentation subject to approval of the City Manager or the City Manager’s designee. If the City disputes any of Contractor’s fees or expenses, City shall give written notice to Contractor within thirty (30) days of receipt of any disputed fees set forth on the invoice. City shall withhold five percent (5%) of the contract price from the final payment amount until at least thirty-five (35) days after recordation of the Notice of Completion, or recordation of a notice of acceptance or cessation, but not later than the period permitted by Public Contract Code Section 7107. Prior to commencing performance, Contractor shall provide City with a payment bond in 100% of the contract amount. The bond shall be substantially in the form attached hereto as Exhibit “C”. 11 ABM Electrical & Lighting Solutions, Inc. Page 3 of 22 Rev. 12/15/2023 6. TERMINATION OR SUSPENSION WITHOUT CAUSE The City may at any time, for any reason, with or without cause, suspend, or terminate this Agreement, or any portion hereof, by serving upon the Contractor at least ten (10) days prior written notice. Upon receipt of said notice, the Contractor shall immediately cease all work under this Agreement, unless the notice provides otherwise. If the City suspends or terminates a portion of this Agreement, such suspension or termination shall not make void or invalidate the remainder of this Agreement. The Contractor may not terminate this Agreement except upon City’s failure to cure a substantial default within thirty (30) days of receipt of Contractor’s notice to cure. In the event this Agreement is terminated or suspended by the City pursuant to this Section, the City shall pay to Contractor the actual value of the work performed up to the time of termination or suspension, provided that the work performed is of value to the City, and provided Contractor is not then in breach of this Agreement. Upon termination or suspension of the Agreement pursuant to this Section, the Contractor will submit a final invoice to the City for all remaining work performed by Contractor. 7. DEFAULT OF CONTRACTOR The Contractor’s failure to comply with the provisions of this Agreement shall constitute a default. In the event that Contractor is in default under the terms of this Agreement, City shall have no obligation or duty to continue compensating Contractor for any work performed after the date of default and can terminate or suspend this Agreement immediately by written notice to the Contractor. If such failure by the Contractor to make progress in the performance of work hereunder arises out of causes beyond the Contractor’s control, and without fault or negligence of the Contractor (i.e., “force majeure” events), it shall not be considered a default. Lack of funding on the part of Contractor shall not be deemed a force majeure event. If the City Manager or his/her designee determines that the Contractor is in default in the performance of any of the terms or conditions of this Agreement, he/she shall cause to be served upon the Contractor a written notice of the default. The Contractor shall have thirty (30) days, or such other specified period, after service upon it of said notice in which to cure the default by rendering a satisfactory performance. In the event that the Contractor fails to cure its default within such period of time, the City shall have the right, notwithstanding any other provision of this Agreement, to terminate this Agreement without further notice and without prejudice to any other remedy to which it may be entitled at law, in equity or under this Agreement. 8. WARRANTIES Contractor warrants that the equipment and systems provided under this Agreement are appropriate and designed for their intended use for this project, and that they shall be free from defects in material and workmanship arising from normal usage for a period of one year from the date of acceptance and final payment by the City, unless a longer manufacturer’s warranty is provided. In that case, the one-year warranty period 12 ABM Electrical & Lighting Solutions, Inc. Page 4 of 22 Rev. 12/15/2023 shall be extended and be equal to any and all longer manufacturers’ warranties. Within the applicable warranty period, if City provides written notice to Contractor of any such defects, Contractor shall, at its option, repair or replace the defective equipment and return said equipment to City and re-install at no cost to City. All transportation charges incurred in connection with the warranty for equipment shall be borne by Contractor, unless otherwise provided for in manufacturer warranties. These warranties do not extend to any equipment which has been repaired by others, abused, altered or misused, or which has not been properly and reasonably maintained. All transferrable manufacturer warranties associated with the equipment will be transferred to the City. Contractor further warrants that all work performed hereunder shall be free from defects for a period of one year from the date of acceptance by the City. Within this warranty period, if City provides written notice to Contractor of any such defects in workmanship, Contractor shall re-perform the work so that it is no longer defective. WARRANTY OF ENERGY SAVINGS - GOVERNMENT CODE SECTION 4217.12. This agreement is an “energy service contract” entered into pursuant to the authority set forth in Government Code 4217.10, et seq. Section 4217.12 authorizes the City to enter this Agreement provided that, following a noticed public hearing, the governing body finds: “[T]hat the anticipated cost to the public agency for thermal or electrical energy or conservation services provided by the energy conservation facility under the contract will be less than the anticipated marginal cost to the public agency of thermal, electrical, or other energy that would have been consumed by the public agency in the absence of those purchases.” In order for the City to make the finding of energy savings required by Section 4217.12, it shall be the responsibility of Contractor to perform any and all necessary electrical engineering and related energy calculations. By entering this Agreement, Contractor warrants that upon completion of the Services, the anticipated cost to the City for thermal or electrical energy or conservation services provided by the “energy conservation facility” purchased from and provided by Contractor hereunder, will be less than the anticipated marginal cost to the City of thermal, electrical, or other energy that would have been consumed by the City public agency over a ten (10) consecutive year period (i.e., the shortest warranty period of all lighting and other equipment being provided), in the absence of the installation of the Contractor equipment and facilities. 9. OWNERSHIP OF DOCUMENTS Contractor shall maintain complete and accurate records with respect to sales, costs, expenses, receipts, and other such information required by City that relate to the performance of services under this Agreement. Contractor shall maintain adequate records of services provided in sufficient detail to permit an evaluation of services. All such records shall be maintained in accordance with generally accepted accounting principles and shall be clearly identified and readily accessible. Contractor shall provide free access to the representatives of City or the City’s designees at reasonable times to such books and records; shall give the City the right to examine and audit said books and records; shall permit City to make transcripts therefrom as necessary; and shall allow inspection of all work, data, documents, proceedings, and activities related to this Agreement. Notification of audit shall be provided at least thirty (30) days before any such 13 ABM Electrical & Lighting Solutions, Inc. Page 5 of 22 Rev. 12/15/2023 audit is conducted. Such records, together with supporting documents, shall be maintained for a period of three (3) years after receipt of final payment. Upon final payment being made, or in the event of termination or suspension for Contractor’s default, all original documents, designs, drawings, maps, models, computer files, surveys, notes, and other documents prepared in the course of providing the Services, together with all intellectual property and proprietary rights, shall become the sole property of the City and may be used, reused, or otherwise disposed of by the City without the permission of the Contractor. With respect to computer files, Contractor shall make available to the City, upon reasonable notice by the City, the necessary computer software and hardware for purposes of accessing, compiling, transferring, and printing any such computer files. 10. INDEMNIFICATION AND HOLD HARMLESS Indemnity for professional liability: When the law establishes a professional standard of care for Contractor’s Services, to the fullest extent permitted by law, Contractor shall indemnify, protect, defend and hold harmless City and any and all of its officials, employees, and agents (“Indemnified Parties”) from and against any and all losses, liabilities, damages, costs and expenses, including legal counsels’ fees and costs to the extent same are caused in whole or in part by any negligent or wrongful act, error or omission of Contractor, its officers, agents, employees or subcontractors (or any agency or individual for which Contractor shall bear legal liability) in the performance of professional services under this Agreement. Indemnity for other than professional liability: Other than in the performance of professional services and to the full extent permitted by law, Contractor shall indemnify, protect, defend and hold harmless City, and any and all of its officials, employees, and agents from and against any and all liability (including liability for claims, suits, stop notices, actions, arbitration proceedings, administrative proceedings, regulatory proceedings, losses, expenses or costs of any kind, whether actual, alleged or threatened, including legal counsels’ fees and costs, court costs, interest, defense costs, and expert witness fees), to the extent caused by the performance of this Agreement by Contractor or by any individual or agency for which Contractor is legally liable, including but not limited to officers, agents, employees or subcontractors of Contractor. Contractor’s liability under this paragraph shall be reduced to the extent any such claim or liability arising out of the sole negligence or willful misconduct of any Indemnified Party. Contractor agrees to obtain executed indemnity agreements with provisions identical to those set forth here in this Section from each and every subcontractor, or any other person or entity involved by, for, with, or on behalf of Contractor in the performance of this Agreement. In the event Contractor fails to obtain such indemnity obligations from others as required here, Contractor agrees to be fully responsible according to the terms of this Section. Failure of City to monitor compliance with these requirements imposes no additional obligations on City and will in no way act as a waiver of any rights hereunder. This obligation to indemnify and defend City as set forth here is binding on the successors, assigns, or heirs of Contractor and shall survive the termination of this Agreement or this Section. 14 ABM Electrical & Lighting Solutions, Inc. Page 6 of 22 Rev. 12/15/2023 City does not and shall not waive any rights that it may have against Contractor by reason of this Section, because of the acceptance by City, or the deposit with City, of any insurance policy or certificate required pursuant to this Agreement. The hold harmless and indemnification provisions shall apply regardless of whether or not said insurance policies are determined to be sufficient or applicable to any losses, liabilities, damages, costs, and expenses described in this Section. 11. INSURANCE Contractor shall maintain, prior to the beginning of and for the duration of this Agreement, insurance coverage as specified in Exhibit “A” attached hereto and incorporated herein by this reference as though set forth in full. 12. INDEPENDENT CONTRACTOR Contractor is and shall at all times remain as to the City a wholly independent contractor. The personnel performing the services under this Agreement on behalf of Contractor shall at all times be under Contractor’s exclusive direction and control. Neither City nor any of its officers, employees, or agents shall have control over the conduct of Contractor or any of Contractor’s officers, employees, or agents, except as set forth in this Agreement. Contractor shall not at any time or in any manner represent that it or any of its officers, employees, or agents are in any manner officers or employees, or agents of the City except as set forth in this Agreement. Contractor shall not incur or have the power to incur any debt, obligation, or liability against City, or bind City in any manner. No employee benefits shall be available to Contractor in connection with the performance of this Agreement. Except for the fees paid to Contractor as provided in the Agreement, City shall not pay salaries, wages, or other compensation to Contractor for performing services hereunder for City. City shall not be liable for compensation or indemnification to Contractor for injury or sickness arising out of performing services hereunder. 13. LEGAL RESPONSIBILITIES The Contractor shall keep itself informed of local, state, and federal laws and regulations which in any manner affect those employed by it or in any way affect the performance of its service pursuant to this Agreement. This includes, but is not limited to, Codes comprising the California Building Standards Code, as adopted and amended by the City. The Contractor shall at all times observe and comply with all such laws, codes, and regulations, including but not limited to the Americans with Disabilities Act and Occupational Safety and Health Administration laws and regulations. The Contractor shall comply with and sign Exhibit D, the Scope of Work Requirement for Professional Services Agreements Compliance with California Government Code Section 7550, when applicable. The City, and its officers and employees, shall not be liable at law or in equity occasioned by failure of the Contractor to comply with this Section. 15 ABM Electrical & Lighting Solutions, Inc. Page 7 of 22 Rev. 12/15/2023 CALIFORNIA LABOR CODE COMPLIANCE. The Services constitute a “public work” as defined in California Labor Code Section 1720(a) and require the payment of prevailing wages. In furtherance thereof, at all times herein, Contractor shall comply with the requirements set forth in “California Labor Code Compliance”, Exhibit “B” attached hereto. 14. ANTI DISCRIMINATION Neither the Contractor, nor any subcontractor under the Contractor, shall discriminate in employment of persons upon the work because of race, religious creed, color, national origin, ancestry, physical disability, mental disability, medical condition, genetic information, marital status, sex, gender, gender identity, gender expression, age, sexual orientation, or military and veteran status; or any other basis protected by applicable federal, state, or local law, except as provided in Section 12940 of the Government Code. Contractor shall have responsibility for compliance with this Section. 15. UNDUE INFLUENCE Contractor declares and warrants that no undue influence or pressure is used against or in concert with any officer or employee of the City in connection with the award, terms, or implementation of this Agreement, including any method of coercion, confidential financial arrangement, or financial inducement. No officer or employee of the City will receive compensation, directly or indirectly from Contractor, or any officer, employee, or agent of Contractor, in connection with the award of this Agreement or any work to be conducted as a result of this Agreement. Violation of this Section shall be a material breach of this Agreement entitling the City to any and all remedies at law or in equity. 16. NO BENEFIT TO ARISE TO LOCAL EMPLOYEES No member, officer, or employee of the City, or their designees or agents, and no public official who exercises authority over or responsibilities with respect to the Services during his/her tenure or for one year thereafter, shall have any interest, direct or indirect, in any agreement or sub-agreement, or the proceeds thereof, for work to be performed in connection with the Services performed under this Agreement. 17. CONFLICT OF INTEREST Contractor covenants that neither they nor any officer or principal of their firm have any interests, nor shall they acquire any interest, directly or indirectly, which will conflict in any manner or degree with the performance of their services hereunder. Contractor further covenants that in the performance of this Agreement, they shall employ no person having such interest as an officer, employee, agent, or subcontractor. Contractor further covenants that Contractor has not contracted with nor is performing any services directly or indirectly, with the developer(s) and/or property owner(s) and/or firm(s) and/or partnership(s) and/or public agency(ies) owning property and/or processing an entitlement application for property in the City or its Area of Interest, now or within the past one (1) year, and further covenants and agrees that Contractor and/or its 16 ABM Electrical & Lighting Solutions, Inc. Page 8 of 22 Rev. 12/15/2023 subcontractors shall provide no service or enter into any contract with any developer(s) and/or property owner(s) and/or firm(s) and/or partnership(s) and/or public agency(ies) owning property and/or processing an entitlement application for property in the City or its Area of Interest, while under contract with the City and for a one (1) year time period following termination of this Agreement. 18. NOTICE Any notice to be given pursuant to this Agreement shall be in writing, and all such notices and any other document to be delivered shall be delivered by personal service or by deposit in the United States mail, certified or registered, return receipt requested, with postage prepaid, and addressed to the party for whom intended as follows: To: City Manager City of Moorpark 323 Science Drive Moorpark, CA 93021 To: Chan Onechanh Area General Manager SoCal 14201 Franklin Avenue Tustin, CA 92780 Either party may, from time to time, by written notice to the other, designate a different address or contact person, which shall be substituted for the one above specified. Notices, payments and other documents shall be deemed delivered upon receipt by personal service or as of the third (3rd) day after deposit in the United States mail. 19. CHANGE IN NAME Should a change be contemplated in the name or nature of the Contractor's legal entity, the Contractor shall first notify the City in order that proper steps may be taken to have the change reflected in the Agreement documents. 20. ASSIGNMENT AND SUBCONTRACTING Contractor shall not assign this Agreement or any of the rights or duties, or subcontract, any obligations hereunder. It is understood and acknowledged by the parties that Contractor is uniquely qualified to perform the services provided for in this Agreement. 21. LICENSES In addition to a State Contractor’s License as required hereinabove, at all times during the term of this Agreement, Contractor shall have in full force and effect, any and all other licenses and certifications required by law for the performance of the Services. 17 ABM Electrical & Lighting Solutions, Inc. Page 9 of 22 Rev. 12/15/2023 22. VENUE AND GOVERNING LAW This Agreement is made, entered into, and executed in Ventura County, California, and any action filed in any court or for arbitration for the interpretation, enforcement or other action of the terms, conditions, or covenants referred to herein shall be filed in the applicable court in Ventura County, California. The City and Contractor understand and agree that the laws of the State of California shall govern the rights, obligations, duties, and liabilities of the parties to this Agreement and also govern the interpretation of this Agreement, without regard for conflicts of laws rules. 23. COST RECOVERY In the event any action, suit or proceeding is brought for the enforcement of, or the declaration of any right or obligation pursuant to this Agreement or as a result of any alleged breach of any provision of this Agreement, the prevailing party shall be entitled to recover its costs and expenses, including attorneys’ fees, from the losing party, and any judgment or decree rendered in such a proceeding shall include an award thereof. 24. ENTIRE AGREEMENT This Agreement and the Exhibits attached hereto, each of which are hereby incorporated by reference herein, contain the entire understanding between the parties relating to the obligations of the parties described in this Agreement. All prior or contemporaneous agreements, understandings, representations, and statements, oral or written, are merged into this Agreement and shall be of no further force or effect. Each party is entering into this Agreement based solely upon the representations set forth herein and upon each party’s own independent investigation of any and all facts such party deems material. 25. CAPTIONS OR HEADINGS The captions and headings of the various Articles, Paragraphs, and Exhibits of this Agreement are for convenience and identification only and shall not be deemed to limit or define the content of the respective Articles, Paragraphs, and Exhibits hereof. 26. AMENDMENTS Any amendment, modification, or variation from the terms of this Agreement shall be in writing and shall be effective only upon approval by both parties to this Agreement. 27. PRECEDENCE In the event of conflict between this Agreement and the Contractor’s Proposal, or any exhibit hereto, the provisions of this Agreement, then Exhibits A, B, and E, then the Proposal, shall govern. 18 ABM Electrical & Lighting Solutions, Inc. Page 10 of 22 Rev. 12/15/2023 28. INTERPRETATION OF AGREEMENT Should interpretation of this Agreement, or any portion thereof, be necessary, it is deemed that this Agreement was prepared by the parties jointly and equally, and shall not be interpreted against either party on the ground that the party prepared the Agreement or caused it to be prepared. 29. WAIVER No waiver of any provision of this Agreement shall be deemed, or shall constitute, a waiver of any other provision, whether or not similar, nor shall any such waiver constitute a continuing or subsequent waiver of the same provision. No waiver shall be binding unless executed in writing by the party making the waiver. 30. AUTHORITY TO EXECUTE The person or persons executing this Agreement on behalf of the Contractor warrants and represents that he/she has the authority to execute this Agreement on behalf of the Contractor and has the authority to bind Contractor to the performance of obligations hereunder. 31. LIMITATION ON DAMAGES Except as may be owed to a third party under a Party’s indemnification obligations, neither Party shall be liable one to the other whether under contract, statute, tort (including negligence) or otherwise, for any indirect, exemplary, unforeseeable, loss of profits, loss of use, punitive or consequential, incidental, or special damages, even if that Party is notified in advance of such possibility, regardless of the form of the claim or action. This limitation on damages shall not apply to claims and liabilities based on bodily injury, death or property damage. 32. FORCE MAJEURE Notwithstanding any provision of this Agreement to the contrary, City and Contractor each agree that the other party hereto shall not be liable for such party’s failure to perform its respective obligations under this Agreement if such failure is due to any fire, act of God, strike, civil disturbance, epidemics/pandemics or cause beyond such party’s reasonable control. Lack of funds shall not be deemed a cause beyond either party’s control. 19 ABM Electrical & Lighting Solutions, Inc. Page 11 of 22 Rev. 12/15/2023 IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be executed the day and year first above written. CITY OF MOORPARK ABM ELECTRICAL & LIGHTING SOLUTIONS, INC. __________________________________ __________________________________ Troy Brown, City Manager Chan Onechanh, Area General Manager Attest: __________________________________ Ky Spangler, City Clerk 20 ABM Electrical & Lighting Solutions, Inc. Page 12 of 22 Rev. 12/15/2023 EXHIBIT A INSURANCE REQUIREMENTS Prior to the beginning of and throughout the duration of Work, Contractor will maintain insurance in conformance with the requirements set forth below. Contractor will use existing coverage to comply with these requirements. If that existing coverage does not meet requirements set forth here, Contractor agrees to amend, supplement, or endorse the existing coverage to do so. Contractor acknowledges that the insurance coverage and policy limits set forth in this section constitute the minimum amount of coverage required. Any insurance proceeds available to the City in excess of the limits and coverage required in this Agreement and which is applicable to a given loss, will be available to the City. Contractor shall provide the following types and amounts of insurance: Type of Insurance Limits Commercial General Liability $1,000,000 / $2,000,000 Aggregate Business Automobile Liability $1,000,000 Workers’ Compensation Statutory Requirements Professional Liability $1,000,000 Insurance procured pursuant to these requirements shall be written by insurers that are admitted carriers in the State of California and with an A.M. Best rating of A- or better and a minimum financial size of VII. Commercial General Liability Insurance using Insurance Services Office (ISO) “Commercial General Liability” policy form CG 00 01 or the exact equivalent. Defense costs must be paid in addition to limits. There shall be no cross liability exclusion for claims or suits by one insured against another. Limits are subject to review but in no event less than $1,000,000 per occurrence for all covered losses and no less than $2,000,000 general aggregate. Business Automobile Insurance Coverage on ISO Business Auto Coverage form CA 00 01 including symbol 1 (Any Auto) or the exact equivalent. Limits are subject to review, but in no event to be less than $1,000,000 per accident. If Contractor owns no vehicles, this requirement may be satisfied by a non-owned auto endorsement to the general liability policy described above. If Contractor or Contractor’s employees will use personal autos in any way on this project, Contractor shall provide evidence of personal auto liability for each such person. Workers’ Compensation on a state-approved policy form providing statutory benefits as required by law with employer’s liability limits no less than $1,000,000 per accident or disease. Such insurance must include a waiver of subrogation endorsement in favor of the City, its officers, employees, agents, and volunteers. 21 ABM Electrical & Lighting Solutions, Inc. Page 13 of 22 Rev. 12/15/2023 Professional Liability or Errors and Omissions Insurance as appropriate shall be written on a policy form coverage specifically designed to protect against acts, errors or omissions of the Contractor and “Covered Professional Services” as designated in the policy must specifically include work performed under this Agreement. The policy limit shall be no less than $1,000,000 per claim and in the aggregate. The policy must “pay on behalf of” the insured and must include a provision establishing the insurer’s duty to defend. The policy retroactive date shall be on or before the effective date of this Agreement. If a “claims made” policy is used, it shall be endorsed to provide an extended reporting period of not less than three (3) years. Excess or Umbrella Liability Insurance (Over Primary) if used to meet limit requirements, shall provide coverage at least as broad as specified for the underlying coverages. Coverage shall be provided on a “pay on behalf” basis, with defense costs payable in addition to policy limits. Policy shall contain a provision obligating insurer at the time insured’s liability is determined, not requiring actual payment by the insured first. There shall be no cross liability exclusion precluding coverage for claims or suits by one insured against another. Coverage shall be applicable to the City for injury to employees of Contractor, subcontractors, or others involved in the Work. The scope of coverage provided is subject to approval by the City following receipt of proof of insurance as required herein. Limits are subject to review but in no event less than $2,000,000 aggregate. General conditions pertaining to provision of insurance coverage by Contractor. Contractor and the City agree to the following with respect to insurance provided by Contractor: 1. Contractor agrees to have its insurer endorse the third party general liability coverage required herein to include as additional insureds the City, its officials, employees, and agents, using standard ISO endorsement CG 2010 and CG 2037 with edition acceptable to the City. Contractor also agrees to require all contractors and subcontractors to do likewise. 2. No liability insurance coverage provided to comply with this Agreement shall prohibit Contractor, or Contractor’s employees, or agents, from waiving the right to subrogation prior to a loss. Contractor agrees to waive subrogation rights against the City regardless of the applicability of any insurance proceeds, and to require all contractors and subcontractors to do likewise. 3. All insurance coverage and limits provided by Contractor and available or applicable to this Agreement are intended to apply to the full extent of the policies. Nothing contained in this Agreement or any other agreement relating to the City or its operation limits the application of such insurance coverage. 4. None of the coverages required herein will be in compliance with these requirements if they include limiting endorsement of any kind that has not been first submitted to the City and approved in writing. 22 ABM Electrical & Lighting Solutions, Inc. Page 14 of 22 Rev. 12/15/2023 5. No liability policy shall contain any provision or definition that would serve to eliminate so-called “third party action over” claims, including any exclusion for bodily injury to an employee of the insured or of any contractor or subcontractor. 6. All coverage types and limits required are subject to approval, modification, and additional requirements by the City, as the need arises. Contractor shall not make any reductions in scope of coverage (e.g. elimination of contractual liability or reduction of discovery period) that may affect the City’s protection without the City’s prior written consent. 7. Proof of compliance with these insurance requirements, consisting of certificates of insurance evidencing all of the coverages required and an additional insured endorsement to Contractor’s general liability policy, shall be delivered to city at or prior to the execution of this Agreement. In the event such proof of any insurance is not delivered as required, or in the event such insurance is canceled or reduced at any time and no replacement coverage is provided, the City has the right, but not the duty, to obtain any insurance it deems necessary to protect its interests under this or any other Agreement and to pay the premium. Any premium so paid by the City shall be charged to and promptly paid by Contractor or deducted from sums due Contractor, at the City’s option. 8. Certificate(s) are to reflect that the insurer will provide thirty (30) days notice to the City of any cancellation or reduction of coverage. Contractor agrees to require its insurer to modify such certificates to delete any exculpatory wording stating that failure of the insurer to mail written notice of cancellation or reduction of coverage imposes no obligation, or that any party will “endeavor” (as opposed to being required) to comply with the requirements of the certificate. 9. It is acknowledged by the parties of this Agreement that all insurance coverage required to be provided by Contractor or any subcontractor, is intended to apply first and on a primary and non-contributing basis in relation to any other insurance or self-insurance available to the City. 10. Contractor agrees to ensure that subcontractors, and any other party involved with the Work who is brought onto or involved in the Work by Contractor, provide the same minimum insurance 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 subcontractors and others engaged in the Work will be submitted to the City for review. 23 ABM Electrical & Lighting Solutions, Inc. Page 15 of 22 Rev. 12/15/2023 11. Contractor agrees not to self-insure or to use any self-insured retentions or deductibles on any portion of the insurance required herein and further agrees that it will not allow any contractor, subcontractor, Architect, Engineer, or other entity or person in any way involved in the performance of Work contemplated by this Agreement to self-insure its obligations to the City. If Contractor’s existing coverage includes a deductible or self-insured retention, the deductible or self- insured retention must be declared to the City. At that time, the City shall review options with the Contractor, which may include reduction or elimination of the deductible or self-insured retention, substitution of other coverage, or other solutions. 12. The City reserves the right at any time during the term of the Agreement to change the amounts and types of insurance required by giving the Contractor ninety (90) days advance written notice of such change. If such change results in substantial additional cost to the Contractor, the City will negotiate additional compensation proportional to the increased benefit to the City. 13. For purposes of applying insurance coverage only, this Agreement will be deemed to have been executed immediately upon any party hereto taking any steps that can be deemed to be in furtherance of or towards performance of this Agreement. 14. Contractor acknowledges and agrees that any actual or alleged failure on the part of the City to inform Contractor of non-compliance with an insurance requirement in no way imposes any additional obligations to the City nor does it waive any rights hereunder in this or any other regard. 15. Contractor will renew the required coverage annually as long as the City, or its employees or agents face an exposure from operations of any type pursuant to this Agreement. This obligation applies whether or not the Agreement is canceled or terminated for any reason. Termination of this obligation is not effective until the City executes a written statement to that effect. 16. Contractor shall provide proof that policies of insurance required herein expiring during the term of this Agreement have been renewed or replaced with other policies providing at least the same coverage. Proof that such coverage has been ordered shall be submitted prior to expiration. A coverage binder or letter from Contractor’s insurance agent to this effect is acceptable. A certificate of insurance and/or additional insured endorsement as required in these specifications applicable to the renewing or new coverage must be provided to the City within five days of the expiration of coverage. 17. The provisions of any Workers’ Compensation or similar act will not limit the obligations of Contractor under this Agreement. Contractor expressly agrees not to use any statutory immunity defenses under such laws with respect to the City, its employees, officials and agents. 24 ABM Electrical & Lighting Solutions, Inc. Page 16 of 22 Rev. 12/15/2023 18. Requirements of specific coverage features or limits contained in this section are not intended as limitations on coverage, limits, or other requirements nor as a waiver of any coverage normally provided by any given policy. Specific reference to a given coverage feature is for purposes of clarification only as it pertains to a given issue, and is not intended by any party or insured to be limiting or all- inclusive. 19. These insurance requirements are intended to be separate and distinct from any other provision in this Agreement and are intended by the parties here to be interpreted as such. 20. The requirements in this section supersede all other sections and provisions of this Agreement to the extent that any other section or provision conflicts or impairs the provisions of this section. 21. Contractor agrees to be responsible for ensuring that no contract used by any party involved in any way with the Work reserves the right to charge the City or Contractor for the cost of additional insurance coverage required by this Agreement. Any such provisions are to be deleted with reference to the City. It is not the intent of the City to reimburse any third party for the cost of complying with these requirements. There shall be no recourse against the City for payment of premiums or other amounts with respect thereto. 22. Contractor agrees to provide immediate notice to City of any claim or loss against Contractor arising out of the work performed under this Agreement. The City assumes no obligation or liability by such notice, but has the right (but not the duty) to monitor the handling of any such claim or claims if they are likely to involve the City. 25 ABM Electrical & Lighting Solutions, Inc. Page 17 of 22 Rev. 12/15/2023 EXHIBIT B CALIFORNIA LABOR CODE COMPLIANCE 1. Contractor (“Contractor” herein) acknowledges that this contract is subject to the provisions of Division 2, Part 7, Chapter 1 (commencing with Section 1720) of the California Labor Code relating to public works and the awarding public agency (“City”), and agrees to be bound by all the provisions thereof as though set forth in full herein. 2. This is a public work and requires the payment of prevailing wages for the work or craft in which the worker is employed for any public work done under the contract by Contractor or by any subcontractor pursuant to Section 1771 of the Labor Code. Pursuant to the provisions of Section 1773 of the Labor Code of the State of California, the City has obtained the general prevailing rate of per diem wages and the general rate for holiday and overtime work in this locality for each craft, classification, or type of workman needed to execute this contract from the Director of the Department of Industrial Relations. These rates are on file with the City Clerk or may be obtained at http://www.dir.ca.gov/OPRL/DPreWageDetermination.htm. Contractor shall post a copy of such wage rates at the job site and shall pay the adopted prevailing wage rates as a minimum. Contractor shall comply with the provisions of Sections 1775, 1776, 1777.5, 1777.6, and 1813 of the Labor Code. Pursuant to the provisions of 1775 of the Labor Code, Contractor shall forfeit to the City, as a penalty, not more than $200.00 for each calendar day, or portion thereof, for each laborer, worker, or mechanic employed, paid less than the stipulated prevailing rates for any work done under this contract, by him or by any subcontractor under him, in violation of the provisions of this Agreement. 3. In accordance with Labor Code Sections 1725.5 and 1771.1, and except for projects involving construction, alteration, demolition, installation, or repair work of $25,000 or less, or maintenance work of $15,000 or less, no contractor or subcontractor shall be qualified to bid on, be listed in a bid proposal, subject to the requirements of Section 4104 of the Public Contract Code, or engage in the performance of any public work contract unless currently registered and qualified to perform public work pursuant to Section 1725.5 [with limited exceptions for bid purposes, only, pursuant to Labor Code Section 1771.1(a)]. 4. Pursuant to Labor Code Section 1776, Contractor shall maintain and make available an accurate record showing the name of each worker and hours worked each day and each week by each worker employed by Contractor performing services covered by this Agreement. Contractor and its subcontractors shall furnish electronic certified payroll records to the Labor Commissioner in accordance with Labor Code Section 1771.4. The project is subject to compliance monitoring and enforcement by the Department of Industrial Relations. The Contractor is responsible for compliance with Section 1776 by itself and all of its 26 ABM Electrical & Lighting Solutions, Inc. Page 18 of 22 Rev. 12/15/2023 subcontractors. The Contractor shall post job site notices, as prescribed by regulation. 5. Contractor shall comply with and be bound by the provisions of Labor Code Sections 1777.5, 1777.6 and 1777.7 and California Code of Regulations Title 8, Section 200 et seq. concerning the employment of apprentices on public works projects. The Contractor shall be responsible for compliance with these Sections for all apprenticeable occupations. Before commencing Work on this Project, the Contractor shall provide the City with a copy of the information submitted to any applicable apprenticeship program. Within sixty (60) Days after concluding Work, Contractor and each of its Subcontractors shall submit to the City a verified statement of the journeyman and apprentice hours performed under this Contract. 6. Contractor agrees to comply with the provisions of California Labor Code Section 1813 concerning penalties for workers who work excess hours. The Contractor shall, as a penalty to the City, forfeit twenty-five dollars ($25) for each worker employed in the execution of the contract by the Contractor or by any subcontractor for each calendar day during which such worker is required or permitted to work more than 8 hours in any one calendar day and 40 hours in any one calendar week in violation of the provisions of Division 2, Part 7, Chapter 1, Article 3 of the California Labor Code. 7. California Labor Code Sections 1860 and 3700 provide that every contractor will be required to secure the payment of compensation to its employees. In accordance with the provisions of California Labor Code Section 1861, Contractor hereby certifies as follows: “I am aware of the provisions of Section 3700 of the Labor Code which require 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 of this contract.” Date Signature 27 ABM Electrical & Lighting Solutions, Inc. Page 19 of 22 Rev. 12/15/2023 EXHIBIT C PERFORMANCE BOND 28 ABM Electrical & Lighting Solutions, Inc. Page 20 of 22 Rev. 12/15/2023 29 ABM Electrical & Lighting Solutions, Inc. Page 21 of 22 Rev. 12/15/2023 EXHIBIT D CITY OF MOORPARK Scope of Work Requirement for Professional Services Agreements Compliance with California Government Code Section 7550 Contractor shall sign and include this page in any document or written reports prepared by Contractor for the City of Moorpark (City) to which California Government Code Section 7550 (Government Code § 7550) applies. Government Code §7550 reads: “(a) Any document or written report prepared for or under the direction of a state or local agency, that is prepared in whole or in part by nonemployees of the agency, shall contain the numbers and dollar amounts of all contracts and subcontracts relating to the preparation of the document or written report; if the total cost for the work performed by nonemployees of the agency exceeds five thousand dollars ($5,000). The contract and subcontract numbers and dollar amounts shall be contained in a separate section of the document or written report. (b) When multiple documents or written reports are the subject or product of the contract, the disclosure section may also contain a statement indicating that the total contract amount represents compensation for multiple documents or written reports.” For all Professional Services Agreement with a total dollar value in excess of $5,000, a signed and completed copy of this form must be attached to all documents or completed reports submitted to the City pursuant to the Scope of Work. Does the dollar value of this Professional Services Agreement exceed $5,000?  Yes  No If yes, then the following information must be provided in compliance with Government Code § 7550: 1. Dollar amount of Agreement/Contract: $ 87,558.68 2. Dollar amount of Subcontract: $ n/a 3. Does the total contract amount represent compensation for multiple documents or written reports?  Yes  No I have read the foregoing Code section and will comply with Government Code §7550. __________________________________ ______________________ Signature Date 30 ABM Electrical & Lighting Solutions, Inc. Page 22 of 22 Rev. 12/15/2023 EXHIBIT E SCOPE OF SERVICES 31 Work Order Signature Document EZIQC Contract No.: CA-R8-E-101723-AEL New Work Order 128039.00 Modify an Existing Work Order Work Order Title: Work Order Number.:Work Order Date: X 12/16/2024 Contractor Name: Contact: Phone: Contact: Phone: Nate Piorek (949) 330-3049 Owner Name: Moorpark - EECBG Lighting Project City of Moorpark Roger Pichardo (805) 517-6241 ABM Electrical & Lighting Solutions Inc. Work to be Performed Work to be performed as per the Final Detailed Scope of Work Attached and as per the terms and conditions of Sourcewell EZIQC Contract No CA-R8-E-101723-AEL. Brief Work Order Description: Will not apply:Liquidated Damages Will apply: Estimated Completion Date: Estimated Start Date: Time of Performance X Work Order Firm Fixed Price: $76,137.98 Owner Purchase Order Number: Approvals Date DateABM Electrical & Lighting Solutions Inc.City of Moorpark 2.00 Page 1 of 1 12/16/2024 Work Order Signature Document EXHIBIT D SCOPE OF WORK 32 3.00 Detailed Scope of Work Roger PichardoNate PiorekTo:From: ABM Electrical & Lighting Solutions Inc.City of Moorpark 14201 Franklin Avenue 799 Moorpark Ave Tustin, CA 92780 Moorpark, CA 93021 (949) 330-3049 (805) 517-6241 Work Order Number: December 16, 2024Date Printed: 128039.00 Moorpark - EECBG Lighting ProjectWork Order Title: Brief Scope: Revised FinalPreliminaryX The following items detail the scope of work as discussed at the site. All requirements necessary to accomplish the items set forth below shall be considered part of this scope of work. Moorpark City Parks LED Upgrades Phase 2 Remove and replace (6) 12’x 4” round, tenon top walkway poles, Locations to be supplied by The City of Moorpark Campus Canyon Park: Remove and replace (14) post top walkway fixtures, 15' height with Westgate LED Post Top GPX-22-75W-MCTP-A2, Featuring hi/lo sensor College View: Remove and replace (7) pole shoebox fixtures, 25' height with Sylvania LED Pole Mount w Sensor AREAFLD6AS150UNHDSC2T3BZ + AREA/PIRMOTIONDAYSENSOR/BZ Mammoth Park: Remove and replace (7) pole shoebox fixtures, 25' height with Sylvania LED Pole Mount w Sensor AREAFLD6AS150UNHDSC2T3BZ + AREA/PIRMOTIONDAYSENSOR/BZ Miller Park: Remove and replace (14) post top walkway fixtures, 12' height with Westgate LED Post Top GPX-22-75W-MCTP-A2, Featuring hi/lo sensor Peach Hill Park: Remove and replace (11) post top walkway fixtures, 12' height with Westgate LED Post Top GPX-22-75W-MCTP-A2, Featuring hi/lo sensor Mountain meadows Park: Remove and replace (6) pole shoebox fixtures, 30' height with Sylvania LED Pole Mount w Sensor Page 1 of 2 12/16/2024 Scope of Work 33 Detailed Scope of Work Continues.. Work Order Title: Work Order Number:128039.00 Moorpark - EECBG Lighting Project AREAFLD6AS150UNHDSC2T3BZ + AREA/PIRMOTIONDAYSENSOR/BZ Country Trail Park: Remove and replace (6) pole shoebox fixtures, 30' height with Sylvania LED Pole Mount w Sensor AREAFLD6AS150UNHDSC2T3BZ + AREA/PIRMOTIONDAYSENSOR/BZ Glenwood Park: Remove and replace (5) post top walkway fixtures, 12’ height with Westgate LED Post Top GPX-22-75W-MCTP-A2, Featuring hi/lo sensor Material lead time 4-6 weeks Project scheduling 2 weeks Project duration 2 weeks Subject to the terms and conditions of ezIQC Contract CA-R8-E-101723-AEL. ABM Electrical & Lighting Solutions Inc.Date DateCity of Moorpark Page 2 of 2 12/16/2024 Scope of Work 34 4.00 Contractor's Price Proposal - Summary Owner PO #: Moorpark - EECBG Lighting Project 128039.00 CA-R8-E-101723-AELIQC Master Contract #: Work Order #: Title: Re: December 16, 2024Date: Proposal Value: Contractor: ABM Electrical & Lighting Solutions Inc. $76,137.98 $10,683.91Campus Park $5,341.95College View Park $4,578.82Country Trail Park $2,352.62General Requirements $3,815.68Glenwood Park $8,654.47Logistics $5,341.95Mammoth Park $10,683.91Miller Park $4,578.82Mountain Meadow Park $8,394.50Peach Hill Park $11,711.35Pole Replacements Proposal Total Thisl total represents the correct total for the proposal. Any discrepancy between line totals, sub-totals and the proposal total is due to rounding. $76,137.98 The Percentage of NPP on this Proposal:% Page 1 of 1 12/16/2024 Contractor's Price Proposal - Summary 35 5.00 Contractor's Price Proposal - Detail Moorpark - EECBG Lighting Project 128039.00 CA-R8-E-101723-AELIQC Master Contract #: Work Order #: Owner PO #: Title: Re: December 16, 2024Date: Proposal Value: Contractor: ABM Electrical & Lighting Solutions Inc. $76,137.98 (Excludes)Equip. MaterialLabor Line TotalDescriptionUOMMod.ItemSect. Campus Park 26 56 19 00 0218 6,565 Lumens, 65 Watt, Arm Mount, Round, LED Security Area Fixture (Everlast EL-LED-NW) 1 $10,683.91EA Installation =x x 8,956.33 FactorUnit PriceQuantity Total 652.86 0.9799 14.00 Demolition x x = 1,727.58 125.93 0.9799 14.00 Fixture Spec Westgate GPX-22-75W-MCTP-A2 + OPT-SEN Post top LED with Sensor $10,683.91Subtotal for Campus Park College View Park 26 56 19 00 0218 6,565 Lumens, 65 Watt, Arm Mount, Round, LED Security Area Fixture (Everlast EL-LED-NW) 2 $5,341.95EA Installation =x x 4,478.16 FactorUnit PriceQuantity Total 652.86 0.9799 7.00 Demolition x x = 863.79 125.93 0.9799 7.00 Fixture Spec: Sylvania AREAFLD6AS150UNHDSC2T3BZ + AREA/PIRMOTIONDAYSENSOR/BZ $5,341.95Subtotal for College View Park Country Trail Park 26 56 19 00 0218 6,565 Lumens, 65 Watt, Arm Mount, Round, LED Security Area Fixture (Everlast EL-LED-NW) 3 $4,578.82EA Installation =x x 3,838.43 FactorUnit PriceQuantity Total 652.86 0.9799 6.00 Demolition x x = 740.39 125.93 0.9799 6.00 Fixture Spec: Sylvania AREAFLD6AS150UNHDSC2T3BZ + AREA/PIRMOTIONDAYSENSOR/BZ $4,578.82Subtotal for Country Trail Park General Requirements 01 22 16 00 0002 Reimbursable FeesReimbursable Fees will be paid to the contractor for eligible costs as directed by Owner. Insert the appropriate quantity to adjust the base cost to the actual Reimbursable Fee. If there are multiple Reimbursable Fees, list each one separately and add a comment in the "note" block to identify the Reimbursable Fee (e.g. sidewalk closure, road cut, various permits, extended warranty, expedited shipping costs, etc.). A copy of each receipt, invoice, or proof of payment shall be submitted with the Price Proposal. 4 $1,638.98EA Installation =x x 1,638.98 FactorUnit PriceQuantity Total 1.00 1.1000 1,489.98 Bonding 2% 74499 x 2% = 1489.98 26 01 50 51 0387 Recycle High Intensity Discharge (HID) Lamps5 $713.64EA Installation =x x 713.64 FactorUnit PriceQuantity Total 7.14 0.9799 102.00 Disposal $2,352.62Subtotal for General Requirements Glenwood Park Page 1 of 3 12/16/2024 Contractor's Price Proposal - Detail 36 Contractor's Price Proposal - Detail Continues.. Work Order Title: Work Order Number:128039.00 Moorpark - EECBG Lighting Project Glenwood Park 26 56 19 00 0218 6,565 Lumens, 65 Watt, Arm Mount, Round, LED Security Area Fixture (Everlast EL-LED-NW) 6 $3,815.68EA Installation =x x 3,198.69 FactorUnit PriceQuantity Total 652.86 0.9799 5.00 Demolition x x = 616.99 125.93 0.9799 5.00 Fixture Spec Westgate GPX-22-75W-MCTP-A2 + OPT-SEN Post top LED with Sensor $3,815.68Subtotal for Glenwood Park Logistics 01 22 23 00 0006 40' Engine Powered, Telescoping Boom Man Lift With Platform7 $2,270.04WK Installation =x x 2,270.04 FactorUnit PriceQuantity Total 1,158.30 0.9799 2.00 High Reach Equipment 01 22 23 00 0006 0123 For Four-Wheel Drive, Add8 $0.00MOD Installation =x x 0.00 FactorUnit PriceQuantity Total 260.62 0.9799 0.00 01 22 23 00 1593 1-1/2 Ton Capacity, 8' To 10' Bed, 4 x 2 Flat Bed Truck With Full-Time Truck Driver 9 $9,009.34WK Installation =x x 9,009.34 FactorUnit PriceQuantity Total 4,597.07 0.9799 2.00 Disposal Logistics 01 22 23 00 1593 0042 For Equipment Without Operator, Deduct10 -$2,624.91MOD Installation =x x -2,624.91 FactorUnit PriceQuantity Total -3,826.79 0.9799 0.70 $8,654.47Subtotal for Logistics Mammoth Park 26 56 19 00 0218 6,565 Lumens, 65 Watt, Arm Mount, Round, LED Security Area Fixture (Everlast EL-LED-NW) 11 $5,341.95EA Installation =x x 4,478.16 FactorUnit PriceQuantity Total 652.86 0.9799 7.00 Demolition x x = 863.79 125.93 0.9799 7.00 Fixture Spec: Sylvania AREAFLD6AS150UNHDSC2T3BZ + AREA/PIRMOTIONDAYSENSOR/BZ $5,341.95Subtotal for Mammoth Park Miller Park 26 56 19 00 0218 6,565 Lumens, 65 Watt, Arm Mount, Round, LED Security Area Fixture (Everlast EL-LED-NW) 12 $10,683.91EA Installation =x x 8,956.33 FactorUnit PriceQuantity Total 652.86 0.9799 14.00 Demolition x x = 1,727.58 125.93 0.9799 14.00 Fixture Spec Westgate GPX-22-75W-MCTP-A2 + OPT-SEN Post top LED with Sensor $10,683.91Subtotal for Miller Park Mountain Meadow Park Page 2 of 3 12/16/2024 Contractor's Price Proposal - Detail 37 Contractor's Price Proposal - Detail Continues.. Work Order Title: Work Order Number:128039.00 Moorpark - EECBG Lighting Project Mountain Meadow Park 26 56 19 00 0218 6,565 Lumens, 65 Watt, Arm Mount, Round, LED Security Area Fixture (Everlast EL-LED-NW) 13 $4,578.82EA Installation =x x 3,838.43 FactorUnit PriceQuantity Total 652.86 0.9799 6.00 Demolition x x = 740.39 125.93 0.9799 6.00 Fixture Spec: Sylvania AREAFLD6AS150UNHDSC2T3BZ + AREA/PIRMOTIONDAYSENSOR/BZ $4,578.82Subtotal for Mountain Meadow Park Peach Hill Park 26 56 19 00 0218 6,565 Lumens, 65 Watt, Arm Mount, Round, LED Security Area Fixture (Everlast EL-LED-NW) 14 $8,394.50EA Installation =x x 7,037.11 FactorUnit PriceQuantity Total 652.86 0.9799 11.00 Demolition x x = 1,357.39 125.93 0.9799 11.00 Fixture Spec Westgate GPX-22-75W-MCTP-A2 + OPT-SEN Post top LED with Sensor $8,394.50Subtotal for Peach Hill Park Pole Replacements 26 56 13 00 0188 12' High, 4" OD, 11 Gauge, Round Straight, Steel Area Light Pole, Anchor Base 15 $11,711.35EA Installation =x x 10,072.35 FactorUnit PriceQuantity Total 1,713.16 0.9799 6.00 Demolition x x = 1,639.00 278.77 0.9799 6.00 Walkway Poles: 12'x 4" round, tenon top, steel $11,711.35Subtotal for Pole Replacements Proposal Total This total represents the correct total for the proposal. Any discrepancy between line totals, sub-totals and the proposal total is due to rounding. $76,137.98 The Percentage of NPP on this Proposal:% Page 3 of 3 12/16/2024 Contractor's Price Proposal - Detail 38 Subcontractor Listing 128039.00 Moorpark - EECBG Lighting Project CA-R8-E-101723-AELIQC Master Contract #: Work Order #: Owner PO #: Title: Re: December 16, 2024Date: Proposal Value: Contractor: ABM Electrical & Lighting Solutions Inc. $76,137.98 %DutiesName of Contractor Amount No Subcontractors have been selected for this Work Order 0.00$0.00 6.00 Page 1 of 1 12/16/2024 Subcontractor Listing 39 City Parks Phase 2 V2 Moorpark ABM Electrical & Lighting Solutions Jan 10 2025 ATTACHMENT 3 40 Table of Contents Cover Letter . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 1 Executive Summary . . . . . . . . . . . . . . . . . . . . . . . . . . . . 3 Environmental Impact . . . . . . . . . . . . . . . . . . . . . . . . . . 4 Fixture Summary . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 5 Confidential & Proprietary ABM Electrical & Lighting Solutions LLC i 41 Confidential & Proprietary ABM Electrical & Lighting Solutions LLC 1 City Parks Phase 2 V2 Cover Letter January 10, 2025 ABM Electrical & Lighting Solutions (ABMELS) is pleased to present the following proposal to upgrade the existing exterior lighting at the City of Moorpark to new energy-efficient LED lighting. Upon implementation, our proposed upgrades will improve the lighting, while reducing annual energy and maintenance costs by approximately $14,401.00  per year (based on $0.16/kWh). Our proposed upgrades will create strong, positive financial results by replacing your existing equipment with state of the art, high-efficiency and high performance LED replacements with a 7-year product warranty. Additional non-financial benefits include high color rendering from the lighting system and a bright white light source, which will give the appearance of a brighter, safer environment for tenants and customers. Moorpark City Parks LED Upgrades Scope of Work Moorpark City Parks LED Upgrades Phase 2 Remove and replace (6) 12’x 4” round, tenon top walkway poles, Locations to be supplied by The City of Moorpark Campus Canyon Park: Remove and replace (14) post top walkway fixtures, 15' height with Westgate LED Post Top GPX-22-75W-MCTP-A2, Featuring hi/lo sensor 7yr manufacturer warranty College View: Remove and replace (7) pole shoebox fixtures, 25' height with Sylvania LED Pole Mount w Sensor AREAFLD6AS150UNHDSC2T3BZ + AREA/PIRMOTIONDAYSENSOR/BZ, 10yr manufacturer warranty Mammoth Park: Moorpark Attn:  , 42 Confidential & Proprietary ABM Electrical & Lighting Solutions LLC 2 City Parks Phase 2 V2 Remove and replace (7) pole shoebox fixtures, 25' height with Sylvania LED Pole Mount w Sensor AREAFLD6AS150UNHDSC2T3BZ + AREA/PIRMOTIONDAYSENSOR/BZ, 10yr manufacturer warranty Miller Park: Remove and replace (14) post top walkway fixtures, 12' height with Westgate LED Post Top GPX-22-75W-MCTP-A2, Featuring hi/lo sensor 7yr manufacturer warranty Peach Hill Park: Remove and replace (11) post top walkway fixtures, 12' height with Westgate LED Post Top GPX-22-75W-MCTP-A2, Featuring hi/lo sensor 7yr manufacturer warranty Mountain meadows Park: Remove and replace (6) pole shoebox fixtures, 30' height with Sylvania LED Pole Mount w Sensor AREAFLD6AS150UNHDSC2T3BZ + AREA/PIRMOTIONDAYSENSOR/BZ, 10yr manufacturer warranty Country Trail Park: Remove and replace (6) pole shoebox fixtures, 30' height with Sylvania LED Pole Mount w Sensor AREAFLD6AS150UNHDSC2T3BZ + AREA/PIRMOTIONDAYSENSOR/BZ, 10yr manufacturer warranty Glenwood Park: Remove and replace (5) post top walkway fixtures, 12’ height with Westgate LED Post Top GPX-22-75W-MCTP-A2, Featuring hi/lo sensor, 7yr manufacturer warranty Total Project Cost ...............................................................................................................................$76,137.98 Material lead time 4-6 weeks Project scheduling 2 weeks Project duration 2 weeks Thank you for the opportunity to provide a proposal. We look forward to providing the service you expect and deserve. Best Regards, Nate Piorek Sales Executive (949) 702-9229 43 Confidential & Proprietary ABM Electrical & Lighting Solutions LLC 3 City Parks Phase 2 V2 Executive Summary PROJECT SUMMARY SAVINGS SUMMARY Existing After Retrofit Energy Reduction Energy Savings Maintenance Savings HVAC Savings Number of Fixtures 70 70 Lighting System Energy Consumption (kW)20.280 7.200 63,580 kWh $10,173 $4,228 $0 Current Utility Rate - $/kWh $0.160000 REDUCED SAVED SAVED SAVED FINANCIAL SUMMARY Project Cost $76,137.98 Less Rebates $0.00 Net Project Cost $76,137.98 5.3 Years This is the payback period of time to reach the break-even point 18.91% This is the return on investment over analysis years $67,870.72 This is used in budgeting to analyze profitability of investment $1.89 This is a metric used to your profitabilty for every dollar spent Monthly Cost of Delay $1,200.06 44 Confidential & Proprietary ABM Electrical & Lighting Solutions LLC 4 City Parks Phase 2 V2 Annual Environmental Impact Reducing energy use is the quickest, safest, most cost-effective way to reduce the emission of greenhouse gases that accompanies the generation of electricity from fossil fuels. Reducing 63,580 kWh per year on this project is equivalent to: Cited by http://www.epa.gov/cleanenergy/energy-resources/calculator 104,336 lbs. CO2 Saved Leading cause of global warming 10 Cars Removed from Road (4.67 metric tons of CO2 / Passenger Vehicle) 5,322 Gallons of Consumed Gas (0.008887 metric ton of CO2 per gallon of gasoline) 1,227 Tree Seedlings Grown (0.039 metric ton of CO2 per urban tree planted for 10 years) 56 Acres of Forest in 1 Year (1.06 metric tons of CO2 sequestered annually by 1-acre U.S. forest) 45 Confidential & Proprietary ABM Electrical & Lighting Solutions LLC 5 City Parks Phase 2 V2 Fixture Summary   Totals 70 88,801 70 25,221 $63,58 0 $9,164 0 $1,009 $10,173 Area Existing Proposed Solution Lighting Savings Ctrl Savings Total Savings Room Kit Watts Qty Burn kWh Proposed Watts Qty % Red. Burn kWh Ctrl Ctrl Qty kWh $ kWh $ $ City of Moorpark / Campus Canyon Walkway poles HPS- HPS:150W- HID:TRANS :MAGNETI C-1 / Pole-Medium-Post Top-Frosted-*-* 190.0 14 4,380 11,651 Westgate 75w Post Top w Sensor 75.0 14 20 3,504 3,679 Sensor Integrated w/Fixture (1) 1 7,972 $1,128 $147 $1,275 City of Moorpark / College View Pole lights MH- MH:400W- HID:TRANS :MAGNETI C-1 / Shoe Box-Mogul- Pole Arm-Clear-*-* 458.0 7 4,380 14,042 RS 150w Pole Fixture w Sensor 150.0 7 20 3,504 3,679 Sensor Integrated w/Fixture (1) 1 10,363 $1,511 $147 $1,658 City of Moorpark / Mammoth Parking lot poles MH- MH:400W- HID:TRANS :MAGNETI C-1 / Area Light-Mogul- Pole Arm-Clear-*-* 458.0 7 4,380 14,042 RS 150w Pole Fixture w Sensor 150.0 7 20 3,504 3,679 Sensor Integrated w/Fixture (1) 1 10,363 $1,511 $147 $1,658 City of Moorpark / Miller Walkway poles HPS- HPS:150W- HID:TRANS :MAGNETI C-1 / Pole-Medium-Post Top-Frosted-*-* 190.0 14 4,380 11,651 Westgate 75w Post Top w Sensor 75.0 14 20 3,504 3,679 Sensor Integrated w/Fixture (1) 1 7,972 $1,128 $147 $1,275 City of Moorpark / Peach Hill Pathway poles HPS- HPS:150W- HID:TRANS 190.0 11 4,368 9,129 Westgate 75w Post Top w Sensor 75.0 11 20 3,494 2,883 Motion Sensor w/Fixture (1)1 6,246 $884 $115 $999 46 Confidential & Proprietary ABM Electrical & Lighting Solutions LLC 6 City Parks Phase 2 V2 Area Existing Proposed Solution Lighting Savings Ctrl Savings Total Savings Room Kit Watts Qty Burn kWh Proposed Watts Qty % Red. Burn kWh Ctrl Ctrl Qty kWh $ kWh $ $ :MAGNETI C-1 / Pole-Medium-Post Top-Frosted-*-* City of Moorpark / Mountain meadows Pole lights HPS- HPS:400W- HID:TRANS :MAGNETI C-1 / Shoe Box-Mogul- Post Top Pole- Clear-*-* 459.0 6 4,380 12,063 RS 150w Pole Fixture w Sensor 150.0 6 20 3,504 3,154 Sensor Integrated w/Fixture (1) 1 8,909 $1,299 $126 $1,425 City of Moorpark / Country Trail Parking lot poles HPS- HPS:400W- HID:TRANS :MAGNETI C-1 / Shoe Box-Mogul- Post Top Pole- Clear-*-* 459.0 6 4,380 12,063 RS 150w Pole Fixture w Sensor 150.0 6 20 3,504 3,154 Sensor Integrated w/Fixture (1) 1 8,909 $1,299 $126 $1,425 City of Moorpark / Glenwood Walkway Poles HPS- HPS:150W- HID:TRANS :MAGNETI C-1 / Pole-Medium-Post Top-Frosted-*-* 190.0 5 4,380 4,161 Westgate 75w Post Top w Sensor 75.0 5 20 3,504 1,314 Sensor Integrated w/Fixture (1) 1 2,847 $403 $53 $456 Totals 70 88,801 70 25,221 $63,58 0 $9,164 0 $1,009 $10,173 47