Loading...
Econolite Systems Inc - FY2019-048-02 AMENDMENT NO 2 TO AMENDED AND RESTATED PUBLIC WORKS AGREEMENT This SECOND AMENDMENT TO THE AMENDED AND RESTATED PUBLIC WORKS AGREEMENT ("Amendment No 2") is made and entered into on Aunt 21 , 2022, by and between the CiTY OF RANCHO PALOS VERDES, a municipal corporation (herein "City") and ECONOLITE SYSTEMS, INC , a California Corporation (herein "Contractor") RECITALS A City and Contractor entered into an Amended and Restated Agreement for traffic signal maintenance (the "Agreement") on October 22, 2018 for a Contract Sum of$619,779, with a Term ending June 30, 2021, with two optional one-year extensions B City and Contractor entered into Amendment No 1 to the Agreement on July 1, 2022, to correct a discrepancy in the Contract Sum, extend the agreement through June 30, 2022, and add two more traffic light locations for maintenance to the Scope of Work Amendment No 1 increased the Contract Sum to $753,519 D City and Contractor now wish to amend the Agreement in order to extend the Term until June 30, 2023, and to increase the Contract Sum through FY 2022-23 for an additional compensation of$132,706, for a total Contract Sum of$886,225 TERMS 1 Contract Changes The Agreement is amended as provided herein Deleted text is indicated in s•rikethrough and added text in bold italics a Section 2 1, "Contract Sum," is hereby amended to read "Subject to any limitations set forth in this Agreement, City agrees to pay Contractor the amounts specified in the "Schedule of Compensation" attached hereto as Exhibit "C" and incorporated herein by this reference The total compensation, including reimbursement for actual expenses, shall not exceed $886,225 (Eight Hundred Eighty Six Thousand Two Hundred Twenty Five Dollars)'. - Dellar-s-) (the "Contract Sum"), unless additional compensation is approved pursuant to Section 1 10 b Section V as attached hereto is added to Exhibit"C-I" V BID SCHEDULE FY 2022-23 A Routine Monthly Maintenance Total Item Unit Pnce Total Monthly Annual No Description Quantity per Month Cost Cost 1 Routine Monthly Maintenance-Signal 17 $104 54 $1 777 18 $21 326 16 2 Routine Monthly Maintenance-Flashing Beacon 5 $48 01 $240 03 $2 880 38 3 Routine Monthly Maintenance-Safety Lighting 2 $48 01 $96 01 $1 152 15 4 LED Pedestnan Crossing(Rapid Flash) 1 $48 01 $48 01 $576 08 Subtotal Schedule of Compensation Part One Routine Monthly Maintenance $2,161 23 $25,934 76 B Extraordinary Services Item No Description Unit Price Quantity Extension 1 Field Technician** $180 28 200 $36,056 80 2 Field Technician OT Rate" $231 49 20 $4 629 87 3 Field Technician Sunday& Holiday Rate" $291 08 20 $5,821 50 4 Bucket Truck" $36 28 200 $7 255 04 5 Replace Circular Loop Detector $760 61 50 $38 030 72 6 Paint Controller Cabinet $667 80 15 $10 017 07 7 Paint Signal Display $99 21 50 $4,960 28 Subtotal Schedule of Compensation Part Two-Extraordinary Maintenance $106,771 29 C Additional Items (on an as-needed basis only) Item No ____ Description Unit Pnce Quantity Extension 1 Large Bucket Truck" $33 66 1 $33 66 2 Utility Truck" $33 66 1 $33 66 3 •Dump Trailer" $38 16 1 $38 16 4 Crane' " $101 00 1 $101 00 5 Paint Truck/Rig" $23 56 1 $23 56 6 Arrow Board" $11 22 1 $11 22 7 Compressor" $16 84 1 $16 84 8 •Concrete saw" $39 28 1 $39 28 9 Regular van/truck" $12 34 1 $12 34 10 Equipment Trader" $19 08 1 $19 08 11 332L Cabinet(8-10 wks delivery)"' $8 277 38 1 $8 277 38 12 332L Cabinet(1-2 day delivery)"' $10 757 48 1 $10 757 48 13 Type II electncal service"' $1 351 66 1 $1 351 66 14 Type Ill electncal service"' $1 965 49 1 $1 965 49 15 I#6 Pull box"" $1 954 91 1 $1 954 91 16 Countdown Ped Head kit ' $225 70 1 $225 70 17 Pedestrian push button with ADA push button"" $150 41 1 $150 41 18 LED Safety Light"" $529 69 1 $529 69 19 LED Red Ball**** $120 34 1 $120 34 20 LED Green Ball"" $121 02 1 $121 02 21 LED Yellow Ball"" $113 21 1 $113 21 01203 0006/718119 4 -2- 22 LED Red Arrow'*** $111 47 1 $111 47 23 LED Green Arrow'*** $111 47 1 $111 47 24 LED Yellow Arrow**** $118 42 1 $118 42 26 Paint/Pnme Electncal Service Cabinet*** $31594 1 $315 94 27 Paint/Pnme Vehicular Signal Head"** $95 63 1 $95 63 28 Paint/Pnme Pedestnan Signal Head*"* $94 98 1 $94 98 • 29 USA Callout" $168 31 1 $168 31 30 TSE Apprentice(Straight Time Rate)" $118 62 1 $118 62 31 TSE Apprentice(Overtime Rate)'* $177 94 1 $177 94 32 TSE Apprentice(Double Time Rate)" $237 23 1 $237 23 33 Cabinet Testing $1 346 49 1 $1 346 49 *4-hour Minimum **Hourly rate- Portal to Portal ***Cost of unit only,does not include labor to install, modification or installation of foundation or any rework ****When scheduled during normal working hours NOTE.When needed material is not shown/reflected in this agreement,Consultant will obtain it's approval in advance of any work c Section VI of Exhibit "C" Schedule of Compensation is amended to read "VI The total compensation for the full term of the Amended & Restated Agreement shall not exceed $753,519 $886,225, as provided in Section 2 1 of the Agreement " 2 Continuing Effect of Agreement Except as amended by Amendments No 1 and No 2, all provisions of the Agreement shall remain unchanged and in full force and effect From and after the date of this Amendment No 2, whenever the term "Agreement" appears in the Agreement, it shall mean the Agreement, as amended by Amendment No 2 3 Affirmation of Agreement, Warranty Re Absence of Defaults City and Contractor each ratify and reaffirm each and every one of the respective rights and obligations arising under the Agreement Each party represents and warrants to the other that there have been no written or oral modifications to the Agreement other than as provided herein Each party represents and warrants to the other that the Agreement is currently an effective,valid,and binding obligation Contractor represents and warrants to City that as of the date of this Amendment No 2, City is not in default of any material term of the Agreement and that there have been no events that, with the passing of time or the giving of notice, or both, would constitute a material default under the Agreement City represents and warrants to Contractor that, as of the date of this Amendment No 2, Contractor is not in default of any material term of the Agreement and that there have been no events that, with the passing of time or the giving of notice, or both, would constitute a material default under the Agreement 012030006/7181i94 -3- 4 Adequate Consideration The parties hereto irrevocably stipulate and agree that they have each received adequate and independent consideration for the performance of the obligations they have undertaken pursuant to this Amendment 5 Authority The persons executing this Amendment No 2 on behalf of the parties hereto warrant that (i) such party is duly organized and existing, (ii) they are duly authonzed to execute and deliver this Amendment No 2 on behalf of said party, (iii) by so executing this Amendment No 2, such party is formally bound to the provisions of this Amendment No 2, and (iv)the entering into this Amendment No 2 does not violate any provision of any other agreement to which said party is bound SIGNATURES ON FOLLOWING PAGE] 01203 0006/718119 4 -4- IN WITNESS WHEREOF, the parties hereto have executed this Agreement on the date and year first-above written CITY CITY OF RANCHO PALOS VERDES, a municipal corporation _. go 7e;rt.-- Davi) Bradley, May.r ATTEST ,esa Ta' : .Ia, City Clerk APPROVED AS TO FORM ALESHIRE & WYNDER, LLP William W Wyn r, City Attorney CONTRACTOR ECONOLITE SYSTEMS, INC , a California corporation By 74/26E1 Name /1044 7- Title Title 5 vIcL PzisInFAir By Name Christensen Title Vice President, Finance & Corporate Controller, Assistant Secretary Address 1250 N Tustin Avenue Anaheim, CA 92807 Two corporate officer signatures required when Consultant is a corporation,with one signature required from each of the following groups 1)Chairman of the Board,President or any Vice President,and 2)Secretary,ani Assistant Secretary, Chief Financial Officer or anN Assistant Treasurer CONSULTANT'S SIGNATURES SHALL BE DULY NOTARIZED, AND APPROPRIATE ATTESTATIONS SHALL BE INCLUDED AS MAY BE REQUIRED BY THE BYLAWS, ARTICLES OF INCORPORATION, OR OTHER RULES OR REGULATIONS APPLICABLE TO CONSULTANT'S BUSINESS ENTITY 01203 0006/718119 4 -5- CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached,and not the truthfulness,accuracy or validity of that document STATE OF CALIFORNIA COUNTY OF tJvta►vy R�bl�c- On KA LS ,2022 before me,�kexartsi'4 B io�ersonally appeared Cycgtc (,hyts t proved to me on the basis of satisfactory evidence to be the person(s) whose namcs(s) is/are subsc ed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct WITNESS myh and official se ,�� AI EX�NDtU 60TSFORt) f � Natary Public C+lifornu sOrange County Signature ,F • Commission#2396537 ` o• My Comm Expves Mar 10 2026 OPTIONAL Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form CAPACITY CLAIMED BY SIGNER DESCRIPTION OF ATTACHED DOCUMENT ❑ INDIVIDUAL "� " ,�� O CORPORATE OFFICER Ar " h -t&A- No 2— TITLE TITLE OR TYPE OF DOCUMENT TITLE(S) ❑ PARTNER(S) ❑ LIMITED ❑ GENERAL NUMBER OF PAGES ❑ ATTORNEY-IN-FACT O TRUSTEE(S) ❑ GUARDIAN/CONSERVATOR ❑ OTHER DATE OF DOCUMENT SIGNER IS REPRESENTING (NAME OF PERSON(S)OR ENTITY(IES)) SIGNER(S)OTHER THAN NAMED ABOVE 01203 0006/718119 4 -6- CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached,and not the truthfulness,accuracy or validity of that document STATE OF CALIFORNIA 0-, COUNTY OF L r OY ,ter r Na '1y 1)611)IC On jt./N. (5 ,2022 before me,6144raya tOn l",personally appeared PAL S}-"d)-e,proved to me on the basis of satisfactory evidence to be the person(s) whose names(s) is/are subscnbed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authonzed capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument 1 certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct WITNESS my hand and official s.a '�., BnNDRat30T5FORD pi:,_ Notary Public California I j- i Orange County f Signature '; --Am; Commission#2396537 _ — My Comm Expires Mar 10 2026 OPTIONAL Though the data below is not required by law it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form CAPACITY CLAIMED BY SIGNER DESCRIPTION OF ATTACHED DOCUMENT El INDIVIDUAL El CORPORATE OFFICER AittkiiklthWuM No ?— TITLE TITLE OR TYPE OF DOCUMENT TiTLE(S) El PARTNER(S) ❑ LIMITED ❑ GENERAL NUMBER OF PAGES ❑ ATTORNEY-IN-FACT ❑ TRUSTEE(S) El GUARDIAN/CONSERVATOR El OTHER DATE OF DOCUMENT SIGNER IS REPRESENTING (NAME OF PERSON(S)OR ENTiTY(1ES)) SIGNER(S)OTHER THAN NAMED ABOVE 01203 0006/718119 4 -7- AMENDMENT NO 1 TO AMENDED AND RESTATED PUBLIC WORKS AGREEMENT This FIRST AMENDMENT TO THE AMENDED AND RESTATED PUBLIC WORKS AGREEMENT ("Amendment No 1") is made and entered into on July 1, 2021, by and between the CITY OF RANCHO PALOS VERDES, a municipal corporation (herein "City") and ECONOLITE SYSTEMS, INC., a California Corporation(herein"Contractor") RECITALS A City and Contractor entered into an Amended and Restated Agreement for traffic signal maintenance (the"Agreement') on October 22, 2018 for a Contract Sum of$619,779, with a Term ending June 30, 2021, with two optional one-year extensions B Based on the not-to-exceed amount for FY 2018-19, the annual not-to-exceed amount for FY 2019-20 and FY 2020-21 was $125,049, such that the Contract Sum for the Term through June 30, 2021 should have been stated as $626,057 rather than$619,779 C City and Contractor now wish to correct the discrepancy in the Contract Sum to reflect the correct compensation amount through FY 2020-21, extend the agreement through June 30, 2022, and add two more traffic light locations for maintenance to the Scope of Work, for an additional compensation of$127,462, for a total Contract Sum of$753,519 TERMS 1 Contract Changes The Agreement is amended as provided herein Deleted text is indicated in stnkethrough and added text in bold italics a Section 2 1, "Contract Sum,' is hereby amended to read "Subject to any limitations set forth in this Agreement, City agrees to pay Contractor the amounts specified in the `Schedule of Compensation" attached hereto as Exhibit "C ' and incorporated herein by this reference The total compensation, including reimbursement for actual expenses, shall not exceed $753,519 (Seven Hundred Fifty Three Thousand Five Hundred Nineteen Dollars) $619,779 (Six Hundred Nineteen Thousand Two Hundred Forty Ono Dellefs) (the "Contract Sum"), unless additional compensation is approved pursuant to Section 1 10 b Section I B of Exhibit "A' , "Scope of Work', is amended to add the following service locations for FY 2021-22 • Palos Verdes Drive East @ Palos Verdes Drive South (FY 2021- 22) • Hawthorne @ Via Rivera (FY 2021-22) c Section VI of Exhibit 'C", `Schedule of Compensation, ' is amended to read "VI The total compensation for the full term of the Amended & Restated Agreement shall not exceed $617,779$753,519, as provided in Section 2 1 of the Agreement " d Section IV as attached hereto is added to Exhibit"C-1" 2 Continuing Effect of Agreement Except as amended by Amendment No 1, all provisions of the Agreement shall remain unchanged and in full force and effect From and after the date of this Amendment No 3, whenever the term ' Agreement" appears in the Agreement, it shall mean the Agreement, as amended by Amendment No l 3 Affirmation of Agreement, Warranty Re Absence of Defaults City and Contractor each ratify and reaffirm each and every one of the respective nghts and obligations ansing under the Agreement Each party represents and warrants to the other that there have been no wntten or oral modifications to the Agreement other than as provided herein Each party represents and warrants to the other that the Agreement is currently an effective,valid,and binding obligation Contractor represents and warrants to City that, as of the date of this Amendment No 3, City is not in default of any matenal term of the Agreement and that there have been no events that, with the passing of time or the giving of notice, or both, would constitute a matenal default under the Agreement City represents and warrants to Contractor that, as of the date of this Amendment No 3, Contractor is not in default of any matenal term of the Agreement and that there have been no events that, with the passing of time or the giving of notice, or both, would constitute a matenal default under the Agreement 4 Adequate Consideration The parties hereto irrevocably stipulate and agree that they have each received adequate and independent consideration for the performance of the obligations they have undertaken pursuant to this Amendment 5 Authority The persons executing this Amendment No 3 on behalf of the parties hereto warrant that (i) such party is duly organized and existing, (ii) they are duly authonzed to execute and deliver this Amendment No 3 on behalf of said party, (iii) by so executing this Amendment No 3, such party is formally bound to the provisions of this Amendment No 3, and (iv)the entenng into this Amendment No 3 does not violate any provision of any other agreement to which said party is bound [SIGNATURES ON FOLLOWING PAGE] 01203 0006/718119 4 -2- IN WITNESS WHEREOF, the parties hereto have executed this Agreement on the date and year first-above written CITY CITY OF RANCHO PALOS VERDES, a m , i sal corporation / �� ( _0 - Enc Alegna, Mayor "/"4 ATTEST 'FerrTakaoka, City Clerk 7L.tes.4. APPROVED AS TO FORM ALESHIRE & WYNDER, LLP )d , 40.E William W Wynder, City Attorney CONTRACTOR ECONOLITE SYSTEMS, INC , a California corporation By Name oc�.c.e '� mac'-t�•� Title V; ce_ By /I Name99 /7.:f ', se Title V/CG �it43/dr7i �' �hcG 4 G' 911,rr71G eo lerl Address 1250 N TUSTIN AVE f�ss� �/ ANAHEIM, CA 92807 ge4telZiry Two corporate officer signatures required when Consultant is a corporation,with one signature required from each of the following groups 1)Chairman of the Board,President or any Vice President,and 2) Secretary,any Assistant Secretary,Chief Financial Officer or any Assistant Treasurer CONSULTANT'S SIGNATURES SHALL BE DULY NOTARIZED,AND APPROPRIATE ATTESTATIONS SHALL BE INCLUDED AS MAY BE REQUIRED BY THE BYLAWS,ARTICLES OF INCORPORATION,OR OTHER RULES OR REGULATIONS APPLICABLE TO CONSULTANT'S BUSINESS ENTITY 01203 0006/718119 4 -3- CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT A notary public or other officer completing this certificate venfies only the identity of the individual who signed the document to which this certificate is attached,and not the truthfulness,accuracy or validity of that document STATE OF CALIFORNIA COUNTY OF LOS ANGELES I- eury Pub1 i� On S- �$ ,2021 before me,mG1I S& Uitlb4, personally appeared Q•O t ( In A 1 I$,proved to me on the basis of satisfactory evidence to be the person(s) whose names(s) is/are subscnbed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authonzed capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct WITNESS my hand and official seal •• Notary Public California ? Ora County `J1 :Ai mission 234 399 • My Comm Expires Apr 14 2025 OPTIONAL Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form CAPACITY CLAIMED BY SIGNER DESCRIPTION OF ATTACHED DOCUMENT El INDIVIDUAL El CORPORATE OFFICER qi gn dm 614' 4 PI j 11/1 rim Pairs tittles TITLE OR TY OF DOCUMENT TITLE(S) El PARTNER(S) El LIMITED El GENERAL NUMBER OF PAGES El ATTORNEY-IN-FACT El TRUSTEE(S) El GUARDIAN/CONSERVATOR El OTHER DATE OF DOCUMENT SIGNER IS REPRESENTING (NAME OF PERSON(S)OR ENTITY(IES)) SIGNER(S)OTHER THAN NAMED ABOVE 01203 0006/718119 4 -4- CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT A notary public or other officer completing this certificate venfies only the identity of the individual who signed the document to which this certificate is attached,and not the truthfulness,accuracy or validity of that document STATE OF CALIFORNIA COUNTY OF LOS ANGELES AI0.� mot It On f� 28 >2021 before me, ail zd �Vt)Se ,personally appeared(,(t4 G�ri3 s15 roved to me on the basis df satisfactory evidence to be the person(s) whose names(s) is/are subs bed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct WITNESS my hand and official seal .+�' MELISSA WILSON Notary Public California Signature 4.0/01, �M 2 S. Orange County yrj Commission 0 2354399 ' O• My Comm Expires Apr 14 2025 OPTIONAL Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form CAPACITY CLAIMED BY SIGNER DESCRIPTION OF ATTACHED DOCUMENT ❑ INDIVIDUAL /� CI CORPORATE OFFICER (I-4199 dme a{ rmu, ife/dLS TITLE OR TYPE OF DOCUMENT TITLE(S) ❑ PARTNER(S) ❑ LIMITED ❑ GENERAL NUMBER OF PAGES ❑ ATTORNEY-IN-FACT ❑ TRUSTEE(S) ❑ GUARDIAN/CONSERVATOR ❑ OTHER DATE OF DOCUMENT SIGNER IS REPRESENTING (NAME OF PERSON(S)OR ENTITY(IES)) SIGNER(S)OTHER THAN NAMED ABOVE 01203 0006/718119 4 -5- EXHIBIT C-1 IV BID SCHEDULE FY 2021-22 A Routine Monthly Maintenance Total Item Unit Pnce Total Monthly Annual No Description _ Quantity per Month Cost Cost 1 Routine Monthly Maintenance-Signal 17 $100 52 $1,708 84 $20,506 08 2 Routine Monthly Maintenance-Flashing Beacon 5 $46 16 $230 80 $2 769 60 3 Routine Monthly Maintenance-Safety Lighting 3 $46 16 $138 48 $1,661 76 4 LED Pedestrian Crossing(Rapid Flash) 1 $46 16 $46 16 $553 92 Subtotal Schedule of Compensation Part One Routine Monthly Maintenance $2,124 28 $25,491 36 B Extraordinary Services Item No Description Unit Price Quantity Extension 1 Field Technician" $173 35 210 $36,403 50 2 Field Technician OT Rate** $222 59 20 $4,451 80 3 Field Technician Sunday& Holiday Rate" $272 85 20 $5,457 00 4 Bucket Truck" $34 88 217 $7,568 96 5 Replace Circular Loop Detector $731 36 50 $36,568 00 6 Paint Controller Cabinet $642 12 12 $7,705 44 0 Paint Signal Display $95 39 40 $3,815 60 Subtotal Schedule of Compensation Part Two-Extraordinary Maintenance $101,970 30 C Additional Items (on an as-needed basis only) Item No Description Unit Pnce Quantity Extension 1 Large Bucket Truck** $33 66 1 $33 66 2 Utility Truck" $33 66 1 $33 66 3 Dump Trader" $38 16 1 $38 16 4 Crane," $101 00 1 $101 00 5 Paint Truck/Rig" $23 56 1 $23 56 6 Arrow Board" $11 22 1 $11 22 7 Compressor" $16 84 1 $16 84 8 Concrete saw** $39 28 1 $39 28 9 Regular van/truck" $12 34 1 $12 34 10 Equipment Trader" $19 08 1 $19 08 11 332L Cabinet(8-10 wks delivery)"' _ $8,277 38 1 $8,277 38 12 332L Cabinet(1-2 day delivery)"' $10 757 48 1 $10 757 48 13 Type II electncal service"' $1 351 66 1 $1 351 66 14 Type III electncal service"' $1 965 49 1 $1 965 49 15 96 Pull box"" $1 954 91 1 $1 954 91 16 Countdown Ped Head kit"" $225 70 1 $225 70 17 Pedestrian push button with ADA push button"" $150 41 1 $150 41 01203 0006/718119 4 -6- 18 LED Safety Light"" $529 69 1 $529 69 19 LED Red Ball"" $120 34 1 $120 34 20 LED Green Ball** $121 02 1 $121 02 21 LED Yellow Ball"" $113 21 1 $113 21 22 LED Red Arrow"" $111 47 1 $111 47 23 LED Green Arrow*'** $111 47 1 $111 47 24 LED Yellow Arrow**** $118 42 1 $118 42 26 Pamt/Pnme Electncal Service Cabinet*" $315 94 1 $315 94 27 Palnt/Pnme Vehicular Signal Head"" $95 63 1 $95 63 _ 28 Paint/Pnme Pedestrian Signal Head"'* $94 98 1 $94 98 29 USA Callout' $168 31 1 $168 31 30 TSE Apprentice(Straight Time Rate)" $118 62 1 $118 62 31 TSE Apprentice(Overtime Rate)" $177 94 1 $177 94 32 TSE Apprentice(Double Time Rate)" $237 23 1 $237 23 33 Cabinet Testing $1 346 49 1 $1 346 49 *4-hour Minimum **Hourly rate-Portal to Portal ***Cost of unit only, does not include labor to install, modification or installation of foundation or any rework ****When scheduled during normal working hours NOTE.When needed material is not shown/reflected in this agreement,Consultant will obtain it's approval in advance of any work 01203 0006/718119 4 -7- AMENDED &RESTATED AGREEMENT FOR PUBLIC WORKS FOR TRAFFIC SIGNAL MAINTENANCE SERVICES By and Between CITY OF RANCHO PALOS VERDES and ECONOLITE SYSTEMS AMENDED & RESTATED AGREEMENT FOR PUBLIC WORKS FOR TRAFFIC SIGNAL MAINTENANCE SERVICES BETWEEN THE CITY OF RANCHO PALOS VERDES AND ECONOLITE SYSTEMS THIS AMENDED & RESTATED AGREEMENT FOR PUBLIC WORKS SERVICES (herein"Amended&Restated Agreement")is made and entered into this 2nd day of October,2018 by and between the City of Rancho Palos Verdes, a California municipal corporation ("City")and Econolite Systems, a California corporation ("Contractor"). City and Contractor are sometimes hereinafter individually referred to as "Party" and hereinafter collectively referred to as the "Parties." RECITALS A. Following issuance of an Invitation for Bids, City and Contractor entered into that certain agreement dated October 3,2017(the"Agreement"),whereby Contractor agreed to provide traffic signal maintenance services (the "Services") for the project entitled "Traffic Signal Maintenance Agreement FY 17-18 Through FY 20-21." B. The Term of the Agreement was for one year, with the option to renew for three additional one-year extensions by mutual agreement of the parties. The Agreement provided for a maximum annual compensation of$121,910, for a total Contract Sum of$487,640. C. On May 18, 2018, City and Contractor executed an amendment to the Agreement ("Amendment No. 1"), which increased the not-to-exceed compensation amount for FY 2017- 2018 by $129,000 to $250,910, for a new maximum Contract Sum over the Term of$616,640. The additional compensation for FY 2017-18 was due to an unusual amount of accidents that resulted in increased equipment repair and replacement costs. Amendment No. 1, however, did not accurately reflect the increased Contract Sum and expanded scope of work. D. On July 31, 2018, City and Contractor executed a further amendment to the Agreement("Amendment No.2"),which extended the Term through June 30,2019,and increased the annual not-to-exceed compensation from$121,910 to$125,049 for FY 2018-19,reflecting the agree-upon CPI increase to the annual compensation, for a total Contract Sum of$619,779. D. City and Contractor now desire to amend and restate the Agreement to accomplish the following: (1) accurately reflect the Parties' intent with respect to Amendment No. 1; and (2) amend the Term to four(4) years, ending on June 30, 2021. E. This Amended & Restated Agreement, therefore, replaces and supersedes the Agreement, as well as Amendment Nos. 1 and 2 thereto. OPERATIVE PROVISIONS NOW,THEREFORE,in consideration of the mutual promises and covenants made by the Parties and contained herein and other consideration, the value and adequacy of which are hereby acknowledged,the parties agree as follows: ARTICLE 1. WORK OF CONTRACTOR 1.1 Scope of Work. In compliance with all terms and conditions of this Amended & Restated Agreement,the Contractor shall provide those services specified in the "Scope of Work"attached hereto as Exhibit "A" and incorporated herein by this reference, which may be referred to herein as the "services" or "work" hereunder. As a material inducement to the City entering into this Amended&Restated Agreement,Contractor represents and warrants that it has the qualifications, experience, and facilities necessary to properly perform the work required under this Amended& Restated Agreement in a thorough, competent, and professional manner, and is experienced in performing the work and services contemplated herein. Contractor shall at all times faithfully, competently and to the best of its ability, experience and talent, perform all services described herein. Contractor covenants that it shall follow the highest professional standards in performing the work and services required hereunder and that all materials will be both of good quality as well as fit for the purpose intended. For purposes of this Amended & Restated Agreement, the phrase "highest professional standards"shall mean those standards of practice recognized by one or more first-class firms performing similar work under similar circumstances. 1.2 Bid Documents. The Scope of Work shall include the"General Provisions"and"Special Provisions" in the bid documents for the project entitled Traffic Signal Maintenance Agreement FY 17-18 Through FY 20-21, including any documents or exhibits referenced therein (collectively, "bid documents"), all of which are incorporated herein by this reference. In the event of any inconsistency between the terms of the bid documents and this Amended & Restated Agreement, the terms of this Amended&Restated Agreement shall govern. 1.3 Compliance with Law. Contractor shall keep itself informed concerning, and shall render all services hereunder in accordance with, all ordinances, resolutions, statutes, rules, and regulations of the City and any Federal, State or local governmental entity having jurisdiction in effect at the time service is rendered. 1.4 Compliance with California Labor Law. (a) Public Work. The Parties acknowledge that the work to be performed under this Amended & Restated Agreement is a "public work" as defined in Labor Code Section 1720 and that this Amended & Restated Agreement is therefore subject to the requirements of Division 2, Part 7, Chapter 1 (commencing with Section 1720) of the California Labor Code relating to public works contracts and the rules and regulations established by the Department of Industrial Relations ("DIR") implementing such statutes. The work performed under this Amended&Restated Agreement is subject to compliance monitoring and enforcement by the DIR. Contractor shall post job site notices, as prescribed by regulation. (b) Prevailing Wages. Contractor shall pay prevailing wages to the extent required by Labor Code Section 1771. Pursuant to Labor Code Section 1773.2, copies of the prevailing rate of per diem wages are on file at City Hall and will be made available to any interested party on request. By initiating any work under this Amended & Restated Agreement, Contractor acknowledges receipt of a copy of the Department of Industrial Relations (DIR) determination of the prevailing rate of per diem wages, and Contractor shall post a copy of the same at each job site where work is performed under this Amended&Restated Agreement. (c) Penalty for Failure to Pay Prevailing Wages. Contractor shall comply with and be bound by the provisions of Labor Code Sections 1774 and 1775 concerning the payment of prevailing rates of wages to workers and the penalties for failure to pay prevailing wages. The Contractor shall, as a penalty to the City, forfeit two hundred dollars ($200) for each calendar day, or portion thereof, for each worker paid less than the prevailing rates as determined by the DIR for the work or craft in which the worker is employed for any public work done pursuant to this Amended& Restated Agreement by Contractor or by any subcontractor. (d) Payroll Records. Contractor shall comply with and be bound by the provisions of Labor Code Section 1776,which requires Contractor and each subcontractor to:keep accurate payroll records and verify such records in writing under penalty of perjury, as specified in Section 1776; certify and make such payroll records available for inspection as provided by Section 1776; and inform the City of the location of the records. (e) Apprentices. 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. Contractor shall be responsible for compliance with these aforementioned Sections for all apprenticeable occupations. Prior to commencing work under this Amended & Restated Agreement, Contractor shall provide City with a copy of the information submitted to any applicable apprenticeship program. Within sixty (60) days after concluding work pursuant to this Amended & Restated Agreement, Contractor and each of its subcontractors shall submit to the City a verified statement of the journeyman and apprentice hours performed under this Amended & Restated Agreement. (f) Eight-Hour Work Day. Contractor acknowledges that eight (8) hours labor constitutes a legal day's work. Contractor shall comply with and be bound by Labor Code Section 1810. (g) Penalties for Excess Hours. Contractor shall comply with and be bound by the provisions of 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 performance of this Amended & Restated Agreement by the Contractor or by any subcontractor for each calendar day during which such worker is required or permitted to work more than eight (8) hours in any one calendar day and forty (40) hours in any one calendar week in violation of the provisions of Division 2, Part 7, Chapter 1, Article 3 of the Labor Code. Pursuant to Labor Code section 1815, work performed by employees of Contractor in excess of eight(8) hours per day, and forty (40) hours during any one week shall be permitted upon public work upon compensation for all hours worked in excess of 8 hours per day at not less than one and one-half(1'Y2)times the basic rate of pay. (h) Workers' Compensation. California Labor Code Sections 1860 and 3700 provide that every employer will be required to secure the payment of compensation to its employees if it has employees.In accordance with the provisions of California Labor Code Section 1861,Contractor 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." Contractor's Authorized Initials (i) Contractor's Responsibility for Subcontractors. For every subcontractor who will perform work under this Amended&Restated Agreement,Contractor shall be responsible for such subcontractor's compliance with Division 2, Part 7, Chapter 1 (commencing with Section 1720) of the California Labor Code, and shall make such compliance a requirement in any contract with any subcontractor for work under this Amended & Restated Agreement. Contractor shall be required to take all actions necessary to enforce such contractual provisions and ensure subcontractor's compliance, including without limitation, conducting a review of the certified payroll records of the subcontractor on a periodic basis or upon becoming aware of the failure of the subcontractor to pay his or her workers the specified prevailing rate of wages. Contractor shall diligently take corrective action to halt or rectify any such failure by any subcontractor. 1.5 Licenses,Permits,Fees and Assessments. Contractor shall obtain at its sole cost and expense such licenses, permits, registrations,and approvals as may be required by law for the performance of the services required by this Amended &Restated Agreement. Contractor shall have the sole obligation to pay for any fees, assessments and taxes,plus applicable penalties and interest,which may be imposed by law and arise from or are necessary for the Contractor's performance of the services required by this Amended&Restated Agreement,and shall indemnify,defend and hold harmless City,its officers, employees or agents of City,against any such fees,assessments,taxes,penalties or interest levied, assessed or imposed against City hereunder. 1.6 Familiarity with Work. (a) By executing this Amended & Restated Agreement, Contractor warrants that Contractor (i) has thoroughly investigated and considered the scope of work to be performed, (ii) has carefully considered how the services should be performed, and (iii) fully understands the facilities,difficulties and restrictions attending performance of the services under this Amended & Restated Agreement. If the services involve work upon any site, Contractor warrants that Contractor has or will investigate the site and is or will be fully acquainted with the conditions there existing,prior to commencement of services hereunder. (b) Contractor shall promptly, and before the following conditions are disturbed, notify the City, in writing, of any: (i) material Contractor believes may be hazardous waste as defined in Section 25117 of the Health & Safety Code required to be removed to a Class I, II, or III disposal site in accordance with existing law; (ii) subsurface, unknown or latent conditions, materially different from those indicated; or (iii) unknown physical conditions at the site of any unusual nature, different from those ordinarily encountered and generally recognized as inherent in work of the character provided for in this Amended&Restated Agreement,and will materially affect the performance of the services hereunder. (c) City shall promptly investigate the conditions, and if it finds that the conditions do materially differ,or do involve hazardous waste,and cause a decrease or increase in Contractor's cost of, or the time required for, performance of any part of the work, shall issue a change order per Section 1.10 of this Amended& Restated Agreement. (d) In the event that a dispute arises between City and Contractor whether the conditions materially differ, or involve hazardous waste, or cause a decrease or increase in Contractor's cost of, or time required for, performance of any part of the work, Contractor shall not be excused from any scheduled completion date set, but shall proceed with all work to be performed under the Amended&Restated Agreement. Contractor shall retain any and all rights provided either by contract or by law, which pertain to the resolution of disputes and protests between the contracting parties. (e) City will compensate Contractor to the extent required by Government Code Section 4215 by issuing a change order per Section 1.10 of this Amended & Restated Agreement. 1.7 Protection and Care of Work and Materials. The Contractor shall adopt reasonable methods, including providing and maintaining storage facilities, during the life of the Amended & Restated Agreement to furnish continuous protection to the work,and the equipment,materials,papers,documents,plans,studies and/or other components thereof to prevent losses or damages,and shall be responsible for all such damages, to persons or property, until acceptance of the work by City, except such losses or damages as caused by City's own negligence. Stored materials shall be reasonably accessible for inspection. Contractor shall not, without City's consent, assign, sell, mortgage, hypothecate, or remove equipment or materials which have been installed or delivered and which may be necessary for the completion of the work. 1.8 Warranty. Contractor warrants all work under the Amended & Restated Agreement (which for purposes of this Section shall be deemed to include unauthorized work which has not been removed and any non-conforming materials incorporated into the work)to be of good quality and free from any defective or faulty material and workmanship. Contractor agrees that for a period of one year(or the period of time specified elsewhere in the Amended & Restated Agreement or in any guarantee or warranty provided by any manufacturer or supplier of equipment or materials incorporated into the work, whichever is later) after the date of final acceptance, Contractor shall within ten (10) days after being notified in writing by the City of any defect in the work or non-conformance of the work to the Amended & Restated Agreement, commence and prosecute with due diligence all work necessary to fulfill the terms of the warranty at its sole cost and expense. Contractor shall act as soon as requested by the City in response to an emergency. In addition, Contractor shall, at its sole cost and expense, repair, remove and replace any portions of the work(or work of other contractors)damaged by its defective work or which becomes damaged in the course of repairing or replacing defective work. For any work so corrected, Contractor's obligation hereunder to correct defective work shall be reinstated for an additional one year period, commencing with the date of acceptance of such corrected work. Contractor shall perform such tests as the City may require to verify that any corrective actions, including, without limitation, redesign, repairs, and replacements comply with the requirements of the Amended & Restated Agreement. All costs associated with such corrective actions and testing, including the removal, replacement, and reinstitution of equipment and materials necessary to gain access, shall be the sole responsibility of the Contractor. All warranties and guarantees of subcontractors, suppliers and manufacturers with respect to any portion of the work,whether express or implied,are deemed to be obtained by Contractor for the benefit of the City, regardless of whether or not such warranties and guarantees have been transferred or assigned to the City by separate Amended & Restated Agreement and Contractor agrees to enforce such warranties and guarantees,if necessary, on behalf of the City.In the event that Contractor fails to perform its obligations under this Section, or under any other warranty or guaranty under this Amended & Restated Agreement, to the reasonable satisfaction of the City,the City shall have the right to correct and replace any defective or non-conforming work and any work damaged by such work or the replacement or correction thereof at Contractor's sole expense. Contractor shall be obligated to fully reimburse the City for any expenses incurred hereunder upon demand. 1.9 Further Responsibilities of Parties. Both parties agree to use reasonable care and diligence to perform their respective obligations under this Amended& Restated Agreement. Both parties agree to act in good faith to execute all instruments,prepare all documents and take all actions as may be reasonably necessary to carry out the purposes of this Amended & Restated Agreement. Unless hereafter specified, neither party shall be responsible for the service of the other. 1.10 Additional Work and Change Orders. (a) City shall have the right at any time during the performance of the services, without invalidating this Amended & Restated Agreement, to order extra work beyond that specified in the Scope of Work or make changes by altering,adding to or deducting from said work. No such extra work may be undertaken unless a written change order is first given by the Contract Officer to the Contractor, incorporating therein any adjustment in (i) the Contract Sum, and/or(ii) the time to perform this Amended & Restated Agreement, which said adjustments are subject to the written approval of the Contractor ("Change Order"). All Change Orders must be signed by the Contractor and Contract Officer prior to commencing the extra work thereunder. (b) Any increase in compensation of up to ten percent (10%) of the Contract Sum or $25,000, whichever is less; or any increase in the time to perform of up to one hundred eighty(180)days; and does not materially affect the Work and which are not detrimental to the Work or to the interest of the City, may be approved by the Contract Officer. Any greater increases,taken either separately or cumulatively, must be approved by the City Council. (c) Any adjustment in the Contract Sum for a Change Order must be in accordance with the rates set forth in the Schedule of Compensation in Exhibit"C". If the rates in the Schedule of Compensation do not cover the type of work in the Change Order,the cost of such work shall not exceed an amount agreed upon in writing and signed by Contractor and Contract Officer. If the cost of the Change Order cannot be agreed upon,the City will pay for actual work of the Change Order completed,to the satisfaction of the City, as follows: (i) Labor: the cost of labor shall be the actual cost for wages of workers and subcontractors performing the work for the Change Order at the time such work is done. The use of labor classifications that would increase the cost of such work shall not be permitted. (ii) Materials and Equipment: the cost of materials and equipment shall be at cost to Contractor or lowest current price which such materials and equipment are reasonably available at the time the work is done, whichever is lower. (iii) If the cost of the extra work cannot be agreed upon, the Contractor must provide a daily report that includes invoices for labor, materials and equipment costs for the work under the Change Order.The daily report must include: list of names of workers, classifications, and hours worked; description and list of quantities of materials used; type of equipment, size, identification number, and hours of operation, including loading and transportation,if applicable;description of other City authorized services and expenditures in such detail as the City may require.Failure to submit a daily report by the close of the next working day may, at the City's sole and absolute discretion,waive the Contractor's rights for that day. (d) It is expressly understood by Contractor that the provisions of this Section 1.10 shall not apply to services specifically set forth in the Scope of Work. Contractor hereby acknowledges that it accepts the risk that the services to be provided pursuant to the Scope of Work may be more costly or time consuming than Contractor anticipates and that Contractor shall not be entitled to additional compensation therefor. City may in its sole and absolute discretion have similar work done by other contractors. (e) No claim for an increase in the Contract Sum or time for performance shall be valid unless the procedures established in this Section are followed. 1.11 Special Requirements. Additional terms and conditions of this Amended & Restated Agreement, if any, which are made a part hereof are set forth in the"Special Requirements"attached hereto as Exhibit "B"and incorporated herein by this reference. In the event of a conflict between the provisions of Exhibit"B" and any other provisions of this Amended & Restated Agreement, the provisions of Exhibit"B" shall govern. ARTICLE 2. COMPENSATION AND METHOD OF PAYMENT. 2.1 Contract Sum. Subject to any limitations set forth in this Amended & Restated Agreement, City agrees to pay Contractor the amounts specified in the"Schedule of Compensation"attached hereto as Exhibit "C" and incorporated herein by this reference. The total compensation, including reimbursement for actual expenses, shall not exceed Six Hundred Nineteen Thousand Seven Hundred Seventy Nine Dollars ($619,779.) (the"Contract Sum"), unless additional compensation is approved pursuant to Section 1.10. 2.2 Method of Compensation. The method of compensation may include: (i) a lump sum payment upon completion; (ii)payment in accordance with specified tasks or the percentage of completion of the services less the contract retention; (iii) payment for time and materials based upon the Contractor's rates as specified in the Schedule of Compensation, provided that(a) time estimates are provided for the performance of sub tasks, (b) contract retention is maintained and (c) the Contract Sum is not exceeded; or(iv) such other methods as may be specified in the Schedule of Compensation. 2.3 Reimbursable Expenses. Compensation may include reimbursement for actual and necessary expenditures for reproduction costs,telephone expenses, and travel expenses approved by the Contract Officer in advance,or actual subcontractor expenses of an approved subcontractor pursuant to Section 4.5, and only if specified in the Schedule of Compensation. The Contract Sum shall include the attendance of Contractor at all project meetings reasonably deemed necessary by the City. Coordination of the performance of the work with City is a critical component of the services. If Contractor is required to attend additional meetings to facilitate such coordination,Contractor shall not be entitled to any additional compensation for attending said meetings. 2.4 Invoices. Each month Contractor shall furnish to City an original invoice for all work performed and expenses incurred during the preceding month in a form approved by City's Director of Finance. By submitting an invoice for payment under this Amended & Restated Agreement, Contractor is certifying compliance with all provisions of the Amended & Restated Agreement.The invoice shall detail charges for all necessary and actual expenses by the following categories: labor (by sub-category), travel, materials, equipment, supplies, and sub-contractor contracts. Sub-contractor charges shall also be detailed by such categories. Contractor shall not invoice City for any duplicate services performed by more than one person. City shall, as soon as practicable, independently review each invoice submitted by the Contractor to determine whether the work performed and expenses incurred are in compliance with the provisions of this Amended & Restated Agreement. Except as to any charges for work performed or expenses incurred by Contractor which are disputed by City, or as provided in Section 7.3, City will cause Contractor to be paid within thirty(30)days of receipt of Contractor's correct and undisputed invoice; however, Contractor acknowledges and agrees that due to City warrant run procedures,the City cannot guarantee that payment will occur within this time period. In the event that City does not cause Contractor to be paid within thirty (30) days of receipt of an undisputed and properly submitted invoice, Contractor shall be entitled to the payment of interest to the extent allowed under Public Contract Code Section 20104.50. In the event any charges or expenses are disputed by City, the original invoice shall be returned by City to Contractor, not later than seven (7) days after receipt by the City, for correction and resubmission. Returned invoices shall be accompanied by a document setting forth in writing the reasons why the payment request was rejected. Review and payment by the City of any invoice provided by the Contractor shall not constitute a waiver of any rights or remedies provided herein or any applicable law. 2.5 Waiver. Payment to Contractor for work performed pursuant to this Amended & Restated Agreement shall not be deemed to waive any defects in work performed by Contractor. ARTICLE 3. PERFORMANCE SCHEDULE 3.1 Time of Essence. Time is of the essence in the performance of this Amended&Restated Agreement. 3.2 Schedule of Performance. Contractor shall commence the services pursuant to this Amended & Restated Agreement upon receipt of a written notice to proceed and shall perform all services within the time period(s) established in the "Schedule of Performance" attached hereto as Exhibit "D" and incorporated herein by this reference. When requested by the Contractor, extensions to the time period(s) specified in the Schedule of Performance may be approved in writing by the Contract Officer but not exceeding one hundred eighty(180) days cumulatively. 3.3 Force Majeure. The time period(s)specified in the Schedule of Performance for performance of the services rendered pursuant to this Amended & Restated Agreement shall be extended because of any delays due to unforeseeable causes beyond the control and without the fault or negligence of the Contractor,including,but not restricted to,acts of God or of the public enemy,unusually severe weather, fires, earthquakes, floods, epidemics, quarantine restrictions, riots, strikes, freight embargoes, wars, litigation, and/or acts of any governmental agency, including the City, if the Contractor shall within ten (10) days of the commencement of such delay notify the Contract Officer in writing of the causes of the delay. The Contract Officer shall ascertain the facts and the extent of delay,and extend the time for performing the services for the period of the enforced delay when and if in the judgment of the Contract Officer such delay is justified. The Contract Officer's determination shall be final and conclusive upon the parties to this Amended & Restated Agreement. In no event shall Contractor be entitled to recover damages against the City for any delay in the performance of this Amended & Restated Agreement, however caused, Contractor's sole remedy being extension of the Amended &Restated Agreement pursuant to this Section. 3.4 Inspection and Final Acceptance. City may inspect and accept or reject any of Contractor's work under this Amended & Restated Agreement, either during performance or when completed. City shall reject or finally accept Contractor's work within forty-five(45)days after submitted to City.City shall accept work by a timely written acceptance, otherwise work shall be deemed to have been rejected. City's acceptance shall be conclusive as to such work except with respect to latent defects,fraud and such gross mistakes as to amount to fraud.Acceptance of any work by City shall not constitute a waiver of any of the provisions of this Amended & Restated Agreement including, but not limited to, Articles 1 and 5,pertaining to warranty and indemnification and insurance,respectively. 3.5 Term. Unless earlier terminated in accordance with Article 7 of this Amended&Restated Agreement, this Amended & Restated Agreement shall continue in full force and effect until completion of the services but not exceeding June 30, 2021, with two (2) optional one-year extensions by mutual consent, except as otherwise provided in the Schedule of Performance (Exhibit"D"). ARTICLE 4. COORDINATION OF WORK 4.1 Representatives and Personnel of Contractor. The following principals of Contractor ("Principals") are hereby designated as being the principals and representatives of Contractor authorized to act in its behalf with respect to the work specified herein and make all decisions in connection therewith: Pat Showalter Operations Manager (Name) (Title) Brian Akerley Associate Vice President (Name) (Title) Dorian Pappas Project Coordinator (Name) (Title) It is expressly understood that the experience,knowledge,capability and reputation of the foregoing Principals were a substantial inducement for City to enter into this Amended & Restated Agreement. Therefore, the Principals shall be responsible during the term of this Amended & Restated Agreement for directing all activities of Contractor and devoting sufficient time to personally supervise the services hereunder. All personnel of Contractor, and any authorized agents, shall at all times be under the exclusive direction and control of the Principals. For purposes of this Amended&Restated Agreement,the Principals may not be replaced nor may their responsibilities be substantially reduced by Contractor without the express written approval of City. Additionally, Contractor shall make every reasonable effort to maintain the stability and continuity of Contractor's staff and subcontractors, if any, assigned to perform the services required under this Amended &Restated Agreement. Contractor shall notify City of any changes in Contractor's staff and subcontractors, if any, assigned to perform the services required under this Amended&Restated Agreement, prior to and during any such performance. 4.2 Status of Contractor. Contractor shall have no authority to bind City in any manner, or to incur any obligation, debt or liability of any kind on behalf of or against City, whether by contract or otherwise,unless such authority is expressly conferred under this Amended&Restated Agreement or is otherwise expressly conferred in writing by City. Contractor shall not at any time or in any manner represent that Contractor or any of Contractor's officers, employees, or agents are in any manner officials,officers,employees or agents of City.Neither Contractor,nor any of Contractor's officers,employees or agents,shall obtain any rights to retirement,health care or any other benefits which may otherwise accrue to City's employees. Contractor expressly waives any claim Contractor may have to any such rights. 4.3 Contract Officer. The Contract Officer shall be Elias Sassoon, Director of Public Works, or such person as may be designated by the City Manager. It shall be the Contractor's responsibility to assure that the Contract Officer is kept informed of the progress of the performance of the services and the Contractor shall refer any decisions which must be made by City to the Contract Officer. Unless otherwise specified herein, any approval of City required hereunder shall mean the approval of the Contract Officer. The Contract Officer shall have authority, if specified in writing by the City Manager, to sign all documents on behalf of the City required hereunder to carry out the terms of this Amended &Restated Agreement. 4.4 Independent Contractor. Neither the City nor any of its employees shall have any control over the manner, mode or means by which Contractor, its agents or employees,perform the services required herein, except as otherwise set forth herein. City shall have no voice in the selection, discharge, supervision or control of Contractor's employees, servants, representatives or agents, or in fixing their number, compensation or hours of service. Contractor shall perform all services required herein as an independent contractor of City and shall remain at all times as to City a wholly independent contractor with only such obligations as are consistent with that role. Contractor shall not at any time or in any manner represent that it or any of its agents or employees are agents or employees of City. City shall not in any way or for any purpose become or be deemed to be a partner of Contractor in its business or otherwise or a joint venturer or a member of any joint enterprise with Contractor. 4.5 Prohibition Against Subcontracting or Assignment. The experience, knowledge, capability and reputation of Contractor, its principals and employees were a substantial inducement for the City to enter into this Amended & Restated Agreement. Therefore, Contractor shall not contract with any other entity to perform in whole or in part the services required hereunder without the express written approval of the City. All subcontractors shall obtain,at its or Contractor's expense, such licenses,permits,registrations and approvals(including from the City)as may be required by law for the performance of any services or work under this Amended&Restated Agreement. In addition,neither this Amended&Restated Agreement nor any interest herein may be transferred, assigned, conveyed, hypothecated or encumbered voluntarily or by operation of law, whether for the benefit of creditors or otherwise, without the prior written approval of City. Transfers restricted hereunder shall include the transfer to any person or group of persons acting in concert of more than twenty five percent(25%) of the present ownership and/or control of Contractor, taking all transfers into account on a cumulative basis. In the event of any such unapproved transfer, including any bankruptcy proceeding, this Amended & Restated Agreement shall be void.No approved transfer shall release the Contractor or any surety of Contractor of any liability hereunder without the express consent of City. ARTICLE 5. INSURANCE,INDEMNIFICATION AND BONDS 5.1 Insurance Coverages. Without limiting Contractor's indemnification of City,and prior to commencement of any services under this Amended & Restated Agreement, Contractor shall obtain, provide and maintain at its own expense during the term of this Amended & Restated Agreement, policies of insurance of the type and amounts described below and in a form satisfactory to City. (a) General liability insurance. Contractor shall maintain commercial general liability insurance with coverage at least as broad as Insurance Services Office form CG 00 01, in an amount not less than $2,000,000 per occurrence, $4,000,000 general aggregate, for bodily injury,personal injury,and property damage.The policy must include contractual liability that has not been amended.Any endorsement restricting standard ISO"insured contract"language will not be accepted. (b) Automobile liability insurance. Contractor shall maintain automobile insurance at least as broad as Insurance Services Office form CA 00 01 covering bodily injury and property damage for all activities of the Contractor arising out of or in connection with Services to be performed under this Amended & Restated Agreement, including coverage for any owned, hired,non-owned or rented vehicles, in an amount not less than$1,000,000 combined single limit for each accident. (c) Professional liability (errors & omissions) insurance. Contractor shall maintain professional liability insurance that covers the Services to be performed in connection with this Amended & Restated Agreement, in the minimum amount of$1,000,000 per claim and in the aggregate. Any policy inception date, continuity date, or retroactive date must be before the effective date of this Amended & Restated Agreement and Contractor agrees to maintain continuous coverage through a period no less than three (3) years after completion of the services required by this Amended&Restated Agreement. (d) Workers' compensation insurance. Contractor shall maintain Workers' Compensation Insurance (Statutory Limits) and Employer's Liability Insurance (with limits of at least$1,000,000). (e) Subcontractors. Contractor shall include all subcontractors as insureds under its policies or shall furnish separate certificates and certified endorsements for each subcontractor. All coverages for subcontractors shall include all of the requirements stated herein. (f) Additional Insurance. Policies of such other insurance, as may be required in the Special Requirements in Exhibit"B". 5.2 General Insurance Requirements. (a) Proof of insurance.Contractor shall provide certificates of insurance to City as evidence of the insurance coverage required herein, along with a waiver of subrogation endorsement for workers' compensation. Insurance certificates and endorsements must be approved by City's Risk Manager prior to commencement of performance. Current certification of insurance shall be kept on file with City at all times during the term of this Amended&Restated Agreement. City reserves the right to require complete, certified copies of all required insurance policies, at any time. (b) Duration of coverage. Contractor shall procure and maintain for the duration of this Amended& Restated Agreement insurance against claims for injuries to persons or damages to property, which may arise from or in connection with the performance of the Services hereunder by Contractor, its agents, representatives, employees or subcontractors. (c) Primary/noncontributing. Coverage provided by Contractor shall be primary and any insurance or self-insurance procured or maintained by City shall not be required to contribute with it. The limits of insurance required herein may be satisfied by a combination of primary and umbrella or excess insurance. Any umbrella or excess insurance shall contain or be endorsed to contain a provision that such coverage shall also apply on a primary and non- contributory basis for the benefit of City before the City's own insurance or self-insurance shall be called upon to protect it as a named insured. (d) City's rights of enforcement. In the event any policy of insurance required under this Amended & Restated Agreement does not comply with these specifications or is canceled and not replaced, City has the right but not the duty to obtain the insurance it deems necessary and any premium paid by City will be promptly reimbursed by Contractor or City will withhold amounts sufficient to pay premium from Contractor payments. In the alternative, City may cancel this Amended&Restated Agreement. (e) Acceptable insurers. All insurance policies shall be issued by an insurance company currently authorized by the Insurance Commissioner to transact business of insurance or that is on the List of Approved Surplus Line Insurers in the State of California, with an assigned policyholders' Rating of A- (or higher) and Financial Size Category Class VI (or larger) in accordance with the latest edition of Best's Key Rating Guide, unless otherwise approved by the City's Risk Manager. (f) Waiver of subrogation. All insurance coverage maintained or procured pursuant to this Amended& Restated Agreement shall be endorsed to waive subrogation against City, its elected or appointed officers, agents, officials, employees and volunteers or shall specifically allow Contractor or others providing insurance evidence in compliance with these specifications to waive their right of recovery prior to a loss. Contractor hereby waives its own right of recovery against City, and shall require similar written express waivers and insurance clauses from each of its subcontractors. (g) Enforcement of contract provisions (non-estoppel). Contractor acknowledges and agrees that any actual or alleged failure on the part of the City to inform Contractor of non-compliance with any requirement imposes no additional obligations on the City nor does it waive any rights hereunder. (h) Requirements not limiting. Requirements of specific coverage features or limits contained in this section are not intended as a limitation on coverage, limits or other requirements,or a waiver of any coverage normally provided by any insurance. Specific reference to a given coverage feature is for purposes of clarification only as it pertains to a given issue and is not intended by any party or insured to be all inclusive, or to the exclusion of other coverage,or a waiver of any type. If the Contractor maintains higher limits than the minimums shown above, the City requires and shall be entitled to coverage for the higher limits maintained by the Contractor. Any available insurance proceeds in excess of the specified minimum limits of insurance and coverage shall be available to the City. (i) Notice of cancellation. Contractor agrees to oblige its insurance agent or broker and insurers to provide to City with a thirty (30) day notice of cancellation (except for nonpayment for which a ten (10) day notice is required) or nonrenewal of coverage for each required coverage. (j) Additional insured status. General liability policies shall provide or be endorsed to provide that City and its officers,officials,employees,and agents,and volunteers shall be additional insureds under such policies. This provision shall also apply to any excess/umbrella liability policies. (k) Prohibition of undisclosed coverage limitations. None of the coverages required herein will be in compliance with these requirements if they include any limiting endorsement of any kind that has not been first submitted to City and approved of in writing. (1) Separation of insureds. A severability of interests provision must apply for all additional insureds ensuring that Contractor's insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the insurer's limits of liability. The policy(ies) shall not contain any cross-liability exclusions. (m) Pass through clause. Contractor agrees to ensure that its subconsultants, subcontractors, and any other party involved with the project who is brought onto or involved in the project by Contractor, provide the same minimum insurance coverage and endorsements required of Contractor. Contractor agrees to monitor and review all such coverage and assumes all responsibility for ensuring that such coverage is provided in conformity with the requirements of this section. Contractor agrees that upon request, all Amended & Restated Agreements with consultants, subcontractors,and others engaged in the project will be submitted to City for review. (n) Agency's right to revise specifications. The City reserves the right at any time during the term of the contract 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 and Contractor may renegotiate Contractor's compensation. (o) Self-insured retentions.Any self-insured retentions must be declared to and approved by City. City reserves the right to require that self-insured retentions be eliminated, lowered, or replaced by a deductible. Self-insurance will not be considered to comply with these specifications unless approved by City. (p) Timely notice of claims. Contractor shall give City prompt and timely notice of claims made or suits instituted that arise out of or result from Contractor's performance under this Amended & Restated Agreement, and that involve or may involve coverage under any of the required liability policies. (q) Additional insurance. Contractor shall also procure and maintain,at its own cost and expense, any additional kinds of insurance,which in its own judgment may be necessary for its proper protection and prosecution of the work. 5.3 Indemnification. To the full extent permitted by law, Contractor agrees to indemnify, defend and hold harmless the City,its officers,employees and agents("Indemnified Parties")against,and will hold and save them and each of them harmless from, any and all actions, either judicial, administrative, arbitration or regulatory claims, damages to persons or property, losses, costs, penalties, obligations, errors, omissions or liabilities whether actual or threatened(herein "claims or liabilities") that may be asserted or claimed by any person, firm or entity arising out of or in connection with the negligent performance of the work,operations or activities provided herein of Contractor, its officers, employees, agents, subcontractors, or invitees, or any individual or entity for which Contractor is legally liable("indemnitors"),or arising from Contractor's or indemnitors' reckless or willful misconduct,or arising from Contractor's or indemnitors'negligent performance of or failure to perform any term, provision, covenant or condition of this Amended & Restated Agreement, and in connection therewith: (a) Contractor will defend any action or actions filed in connection with any of said claims or liabilities and will pay all costs and expenses, including legal costs and attorneys' fees incurred in connection therewith; (b) Contractor will promptly pay any judgment rendered against the City, its officers, agents or employees for any such claims or liabilities arising out of or in connection with the negligent performance of or failure to perform such work, operations or activities of Contractor hereunder; and Contractor agrees to save and hold the City, its officers, agents, and employees harmless therefrom; (c) In the event the City, its officers, agents or employees is made a party to any action or proceeding filed or prosecuted against Contractor for such damages or other claims arising out of or in connection with the negligent performance of or failure to perform the work, operation or activities of Contractor hereunder, Contractor agrees to pay to the City, its officers, agents or employees, any and all costs and expenses incurred by the City, its officers, agents or employees in such action or proceeding, including but not limited to, legal costs and attorneys' fees. In addition, Contractor agrees to indemnify, defend and hold harmless the Indemnified Parties from, any and all claims and liabilities for any infringement of patent rights, copyrights or trademark on any person or persons in consequence of the use by the Indemnified Parties of articles to be supplied by Contractor under this Amended & Restated Agreement, and of which the Contractor is not the patentee or assignee or has not the lawful right to sell the same. Contractor shall incorporate similar indemnity Amended & Restated Agreements with its subcontractors and if it fails to do so Contractor shall be fully responsible to indemnify City hereunder therefore,and failure of City to monitor compliance with these provisions shall not be a waiver hereof. This indemnification includes claims or liabilities arising from any negligent or wrongful act, error or omission, or reckless or willful misconduct of Contractor in the performance of professional services and work hereunder. The provisions of this Section do not apply to claims or liabilities occurring as a result of City's sole negligence or willful acts or omissions,but,to the fullest extent permitted by law, shall apply to claims and liabilities resulting in part from City's negligence, except that design professionals' indemnity hereunder shall be limited to claims and liabilities arising out of the negligence, recklessness or willful misconduct of the design professional. The indemnity obligation shall be binding on successors and assigns of Contractor and shall survive termination of this Amended&Restated Agreement. 5.4 Notification of Third-Party Claims. City shall timely notify Contractor of the receipt of any third-party claim relating to the work under this Amended & Restated Agreement. City shall be entitled to recover from Contractor its reasonable costs incurred in providing such notification. 5.5 Performance and Labor Bonds. Concurrently with execution of this Amended & Restated Agreement Contractor shall deliver to the City,the following: (a) A performance bond in the amount of the Contract Sum of this Amended & Restated Agreement, in the form provided by the City Clerk, which secures the faithful performance of this Amended& Restated Agreement. (b) A labor and materials bond in the amount of the Contract Sum of this Amended & Restated Agreement, in the form provided by the City Clerk, which secures the payment of all persons furnishing labor and/or materials in connection with the work under this Amended&Restated Agreement. Both the performance and labors bonds required under this Section 5.5 shall contain the original notarized signature of an authorized officer of the surety and affixed thereto shall be a certified and current copy of his power of attorney. The bond shall be unconditional and remain in force during the entire term of the Amended&Restated Agreement and shall be null and void only if the Contractor promptly and faithfully performs all terms and conditions of this Amended & Restated Agreement and pays all labor and materials for work and services under this Amended& Restated Agreement. 5.6 Sufficiency of Insurer or Surety. Insurance and bonds required by this Amended & Restated Agreement shall be satisfactory only if issued by companies qualified to do business in California,rated"A"or better in the most recent edition of Best's Rating Guide,The Key Rating Guide or in the Federal Register, and only if they are of a financial category Class VII or better,unless such requirements are waived by the Risk Manager of the City("Risk Manager") due to unique circumstances. If this Amended &Restated Agreement continues for more than 3 years duration,or in the event the Risk Manager determines that the work or services to be performed under this Amended &Restated Agreement creates an increased or decreased risk of loss to the City, the Contractor agrees that the minimum limits of the insurance policies and the performance bond required by Section 5.5 may be changed accordingly upon receipt of written notice from the Risk Manager. 5.7 Substitution of Securities. Pursuant to Public Contract Code Section 22300, substitution of eligible equivalent securities for any funds withheld to ensure performance under this Amended & Restated Agreement may be permitted at the request and sole expense of the Contractor. Alternatively,the Contractor may, pursuant to an escrow Amended & Restated Agreement in a form prescribed by Public Contract Code Section 22300, request payment of retentions funds earned directly to the escrow agent at the sole expense of the Contractor. 5.8 Release of Securities. City shall release the Performance and Labor Bonds when the following have occurred: (a) Contractor has made a written request for release and provided evidence of satisfaction of all other requirements under Article 5 of this Amended & Restated Agreement; (b) the Work has been accepted; and (c) after passage of the time within which lien claims are required to be made pursuant to applicable laws; if lien claims have been timely filed, City shall hold the Labor Bond until such claims have been resolved, Contractor has provided statutory bond, or otherwise as required by applicable law. ARTICLE 6. RECORDS, REPORTS,AND RELEASE OF INFORMATION 6.1 Records. Contractor shall keep, and require subcontractors to keep, such ledgers, books of accounts, invoices, vouchers, canceled checks, reports, studies, certified and accurate copies of payroll records in compliance with all applicable laws, or other documents relating to the disbursements charged to City and services performed hereunder (the "books and records"), as shall be necessary to perform the services required by this Amended & Restated Agreement and enable the Contract Officer to evaluate the performance of such services. Any and all such documents shall be maintained in accordance with generally accepted accounting principles and shall be complete and detailed. The Contract Officer shall have full and free access to such books and records at all times during normal business hours of City, including the right to inspect, copy, audit and make records and transcripts from such records. Such records shall be maintained for a period of 3 years following completion of the services hereunder, and the City shall have access to such records in the event any audit is required. In the event of dissolution of Contractor's business, custody of the books and records may be given to City, and access shall be provided by Contractor's successor in interest.Notwithstanding the above,the Contractor shall fully cooperate with the City in providing access to the books and records if a public records request is made and disclosure is required by law including but not limited to the California Public Records Act. 6.2 Reports. Contractor shall periodically prepare and submit to the Contract Officer such reports concerning the performance of the services required by this Amended & Restated Agreement as the Contract Officer shall require. Contractor hereby acknowledges that the City is greatly concerned about the cost of work and services to be performed pursuant to this Amended &Restated Agreement.For this reason,Contractor agrees that if Contractor becomes aware of any facts,circumstances,techniques,or events that may or will materially increase or decrease the cost of the work or services contemplated herein or, if Contractor is providing design services,the cost of the project being designed, Contractor shall promptly notify the Contract Officer of said fact, circumstance,technique or event and the estimated increased or decreased cost related thereto and, if Contractor is providing design services, the estimated increased or decreased cost estimate for the project being designed. 6.3 Ownership of Documents. All drawings, specifications, maps, designs, photographs, studies, surveys, data, notes, computer files, reports, records, documents and other materials (the "documents and materials") prepared by Contractor, its employees, subcontractors and agents in the performance of this Amended&Restated Agreement shall be the property of City and shall be delivered to City upon request of the Contract Officer or upon the termination of this Amended & Restated Agreement,and Contractor shall have no claim for further employment or additional compensation as a result of the exercise by City of its full rights of ownership use, reuse, or assignment of the documents and materials hereunder. Any use, reuse or assignment of such completed documents for other projects and/or use of uncompleted documents without specific written authorization by the Contractor will be at the City's sole risk and without liability to Contractor, and Contractor's guarantee and warranties shall not extend to such use, reuse or assignment. Contractor may retain copies of such documents for its own use. Contractor shall have an unrestricted right to use the concepts embodied therein. All subcontractors shall provide for assignment to City of any documents or materials prepared by them, and in the event Contractor fails to secure such assignment, Contractor shall indemnify City for all damages resulting therefrom. Moreover, Contractor with respect to any documents and materials that may qualify as"works made for hire" as defined in 17 U.S.C. § 101, such documents and materials are hereby deemed"works made for hire"for the City. 6.4 Confidentiality and Release of Information. (a) information gained or work product produced by Contractor in performance of this Amended&Restated Agreement shall be considered confidential,unless such information is in the public domain or already known to Contractor. Contractor shall not release or disclose any such information or work product to persons or entities other than City without prior written authorization from the Contract Officer. (b) Contractor, its officers, employees, agents or subcontractors, shall not, without prior written authorization from the Contract Officer or unless requested by the City Attorney,voluntarily provide documents,declarations, letters of support,testimony at depositions, response to interrogatories or other information concerning the work performed under this Amended & Restated Agreement. Response to a subpoena or court order shall not be considered "voluntary" provided Contractor gives City notice of such court order or subpoena. (c) If Contractor, or any officer, employee, agent or subcontractor of Contractor, provides any information or work product in violation of this Amended & Restated Agreement, then City shall have the right to reimbursement and indemnity from Contractor for any damages, costs and fees, including attorneys' fees, caused by or incurred as a result of Contractor's conduct. (d) Contractor shall promptly notify City should Contractor,its officers, employees, agents or subcontractors be served with any summons, complaint, subpoena,notice of deposition, request for documents, interrogatories, request for admissions or other discovery request, court order or subpoena from any party regarding this Amended & Restated Agreement and the work performed there under. City retains the right, but has no obligation, to represent Contractor or be present at any deposition, hearing or similar proceeding. Contractor agrees to cooperate fully with City and to provide City with the opportunity to review any response to discovery requests provided by Contractor. However,this right to review any such response does not imply or mean the right by City to control, direct, or rewrite said response. ARTICLE 7. ENFORCEMENT OF AMENDED & RESTATED AGREEMENT AND TERMINATION 7.1 California Law. This Amended&Restated Agreement shall be interpreted, construed and governed both as to validity and to performance of the parties in accordance with the laws of the State of California. Legal actions concerning any dispute, claim or matter arising out of or in relation to this Amended&Restated Agreement shall be instituted in the Superior Court of the County of Los Angeles, State of California, or any other appropriate court in such county, and Contractor covenants and agrees to submit to the personal jurisdiction of such court in the event of such action. In the event of litigation in a U.S. District Court,venue shall lie exclusively in the Central District of California, in the County of Los Angeles, State of California. 7.2 Disputes. (a) Default; Cure. In the event that Contractor is in default under the terms of this Amended & Restated Agreement, the City shall not have any obligation or duty to continue compensating Contractor for any work performed after the date of default. Instead, the City may give notice to Contractor of the default and the reasons for the default. The notice shall include the timeframe in which Contractor may cure the default. This timeframe is presumptively thirty (30) days, but may be extended, though not reduced, if circumstances warrant. During the period of time that Contractor is in default,the City shall hold all invoices and shall proceed with payment on the invoices only when the default is cured. In the alternative,the City may, in its sole discretion, elect to pay some or all of the outstanding invoices during the period of default. If Contractor does not cure the default,the City may take necessary steps to terminate this Amended &Restated Agreement under this Article. Any failure on the part of the City to give notice of the Contractor's default shall not be deemed to result in a waiver of the City's legal rights or any rights arising out of any provision of this Amended&Restated Agreement. (b) Dispute Resolution. This contract is subject to the provisions of Article 1.5 (commencing at Section 20104)of Division 2, Part 3 of the California Public Contract Code regarding the resolution of public works claims of less than $375,000. Article 1.5 mandates certain procedures for the filing of claims and supporting documentation by the Contractor,for the response to such claims by the City, for a mandatory meet and confer conference upon the request of the Contractor, for mandatory non-binding mediation in the event litigation is commenced,and for mandatory judicial arbitration upon the failure to resolve the dispute through mediation. This Amended&Restated Agreement hereby incorporates the provisions of Article 1.5 as though fully set forth herein. 7.3 Retention of Funds. Contractor hereby authorizes City to deduct from any amount payable to Contractor (whether or not arising out of this Amended&Restated Agreement) (i) any amounts the payment of which may be in dispute hereunder or which are necessary to compensate City for any losses, costs, liabilities, or damages suffered by City, and(ii)all amounts for which City may be liable to third parties, by reason of Contractor's acts or omissions in performing or failing to perform Contractor's obligation under this Amended&Restated Agreement. In the event that any claim is made by a third party, the amount or validity of which is disputed by Contractor, or any indebtedness shall exist which shall appear to be the basis for a claim of lien, City may withhold from any payment due, without liability for interest because of such withholding, an amount sufficient to cover such claim. The failure of City to exercise such right to deduct or to withhold shall not, however, affect the obligations of the Contractor to insure, indemnify, and protect City as elsewhere provided herein. 7.4 Waiver. Waiver by any party to this Amended & Restated Agreement of any term, condition,or covenant of this Amended&Restated Agreement shall not constitute a waiver of any other term, condition, or covenant. Waiver by any party of any breach of the provisions of this Amended & Restated Agreement shall not constitute a waiver of any other provision or a waiver of any subsequent breach or violation of any provision of this Amended & Restated Agreement. Acceptance by City of any work or services by Contractor shall not constitute a waiver of any of the provisions of this Amended & Restated Agreement. No delay or omission in the exercise of any right or remedy by a non-defaulting party on any default shall impair such right or remedy or be construed as a waiver. Any waiver by either party of any default must be in writing and shall not be a waiver of any other default concerning the same or any other provision of this Amended & Restated Agreement. 7.5 Rights and Remedies are Cumulative. Except with respect to rights and remedies expressly declared to be exclusive in this Amended & Restated Agreement, the rights and remedies of the parties are cumulative and the exercise by either party of one or more of such rights or remedies shall not preclude the exercise by it, at the same or different times, of any other rights or remedies for the same default or any other default by the other party. 7.6 Legal Action. In addition to any other rights or remedies, either party may take legal action, in law or in equity, to cure, correct or remedy any default, to recover damages for any default, to compel specific performance of this Amended & Restated Agreement, to obtain declaratory or injunctive relief, or to obtain any other remedy consistent with the purposes of this Amended & Restated Agreement.Notwithstanding any contrary provision herein, Contractor shall file a claim pursuant to Government Code Sections 905 et seq.and 910 et seq., in order to pursue a legal action under this Amended &Restated Agreement. 7.7 Liquidated Damages. Since the determination of actual damages for any delay in performance of this Amended & Restated Agreement would be extremely difficult or impractical to determine in the event of a breach of this Amended& Restated Agreement,the Contractor and its sureties shall be liable for and shall pay to the City the sum of Dollars ($0) as liquidated damages for each working day of delay in the performance of any service required hereunder,as specified in the Schedule of Performance(Exhibit"D").The City may withhold from any monies payable on account of services performed by the Contractor any accrued liquidated damages. Pursuant to Government Code Section 4215, Contractor shall not be assessed liquidated damages for delay in completion of the project when such delay was caused by the failure of the public agency or owner of the utility to provide for removal or relocation of utility facilities. 7.8 Termination Prior to Expiration of Term. This Section shall govern any termination of this Contract except as specifically provided in the following Section for termination for cause.The City reserves the right to terminate this Contract at any time,with or without cause,upon thirty(30)days' written notice to Contractor, except that where termination is due to the fault of the Contractor, the period of notice may be such shorter time as may be determined by the Contract Officer. In addition, the Contractor reserves the right to terminate this Contract at any time, with or without cause, upon sixty (60) days' written notice to City, except that where termination is due to the fault of the City,the period of notice may be such shorter time as the Contractor may determine. Upon receipt of any notice of termination, Contractor shall immediately cease all services hereunder except such as may be specifically approved by the Contract Officer. Except where the Contractor has initiated termination, the Contractor shall be entitled to compensation for all services rendered prior to the effective date of the notice of termination and for any services authorized by the Contract Officer thereafter in accordance with the Schedule of Compensation or such as may be approved by the Contract Officer, except as provided in Section 7.3. In the event the Contractor has initiated termination, the Contractor shall be entitled to compensation only for the reasonable value of the work product actually produced hereunder. In the event of termination without cause pursuant to this Section,the terminating party need not provide the non-terminating party with the opportunity to cure pursuant to Section 7.2. 7.9 Termination for Default of Contractor. If termination is due to the failure of the Contractor to fulfill its obligations under this Amended & Restated Agreement, City may, after compliance with the provisions of Section 7.2, take over the work and prosecute the same to completion by contract or otherwise, and the Contractor shall be liable to the extent that the total cost for completion of the services required hereunder exceeds the compensation herein stipulated(provided that the City shall use reasonable efforts to mitigate such damages), and City may withhold any payments to the Contractor for the purpose of set-off or partial payment of the amounts owed the City as previously stated. 7.10 Attorneys' Fees. If either party to this Amended & Restated Agreement is required to initiate or defend or made a party to any action or proceeding in any way connected with this Amended & Restated Agreement, the prevailing party in such action or proceeding, in addition to any other relief which may be granted, whether legal or equitable, shall be entitled to reasonable attorney's fees.Attorney's fees shall include attorney's fees on any appeal, and in addition a party entitled to attorney's fees shall be entitled to all other reasonable costs for investigating such action, taking depositions and discovery and all other necessary costs the court allows which are incurred in such litigation. All such fees shall be deemed to have accrued on commencement of such action and shall be enforceable whether or not such action is prosecuted to judgment. 7.11 Unfair Business Practices Claims. In entering into this Amended&Restated Agreement,Contractor offers and agrees to assign to the City all rights, title, and interest in and to all causes of action it may have under Section 4 of the Clayton Act (15 U.S.C. § 15) or under the Cartwright Act (Chapter 2, (commencing with Section 16700) of Part 2 of Division 7 of the Business and Professions Code), arising from purchases of goods, services or materials related to this Amended & Restated Agreement. This assignment shall be made and become effective at the time the City renders final payment to the Contractor without further acknowledgment of the Parties. ARTICLE 8. CITY OFFICERS AND EMPLOYEES: NON-DISCRIMINATION 8.1 Non-liability of City Officers and Employees. No officer or employee of the City shall be personally liable to the Contractor, or any successor in interest, in the event of any default or breach by the City or for any amount which may become due to the Contractor or to its successor, or for breach of any obligation of the terms of this Amended&Restated Agreement. 8.2 Conflict of Interest. Contractor covenants that neither it, nor any officer or principal of its firm, has or shall acquire any interest, directly or indirectly, which would conflict in any manner with the interests of City or which would in any way hinder Contractor's performance of services under this Amended&Restated Agreement. Contractor further covenants that in the performance of this Amended & Restated Agreement, no person having any such interest shall be employed by it as an officer, employee, agent or subcontractor without the express written consent of the Contract Officer. Contractor agrees to at all times avoid conflicts of interest or the appearance of any conflicts of interest with the interests of City in the performance of this Amended & Restated Agreement. No officer or employee of the City shall have any financial interest, direct or indirect,in this Amended&Restated Agreement nor shall any such officer or employee participate in any decision relating to the Amended&Restated Agreement which effects his financial interest or the financial interest of any corporation, partnership or association in which he is, directly or indirectly, interested, in violation of any State statute or regulation. The Contractor warrants that it has not paid or given and will not pay or give any third party any money or other consideration for obtaining this Amended &Restated Agreement. 8.3 Covenant Against Discrimination. Contractor covenants that, by and for itself, its heirs, executors, assigns, and all persons claiming under or through them, there shall be no discrimination against or segregation of, any person or group of persons on account of race, color, creed, religion, sex, gender, sexual orientation,marital status, national origin, ancestry, or other protected class in the performance of this Amended & Restated Agreement. Contractor shall take affirmative action to insure that applicants are employed and that employees are treated during employment without regard to their race,color,creed,religion, sex,gender,sexual orientation,marital status,national origin,ancestry, or other protected class. 8.4 Unauthorized Aliens. Contractor hereby promises and agrees to comply with all of the provisions of the Federal Immigration and Nationality Act, 8 U.S.C. § 1101 et seq., as amended, and in connection therewith, shall not employ unauthorized aliens as defined therein. Should Contractor so employ such unauthorized aliens for the performance of work and/or services covered by this Amended& Restated Agreement, and should any liability or sanctions be imposed against City for such use of unauthorized aliens, Contractor hereby agrees to and shall reimburse City for the cost of all such liabilities or sanctions imposed,together with any and all costs, including attorneys'fees, incurred by City. ARTICLE 9. MISCELLANEOUS PROVISIONS 9.1 Notices. Any notice, demand, request, document, consent, approval, or communication either party desires or is required to give to the other party or any other person shall be in writing and either served personally or sent by prepaid, first-class mail, in the case of the City,to the City Manager and to the attention of the Contract Officer (with her/his name and City title), City of Rancho Palos Verdes, 30940 Hawthorne Boulevard, Ranchos Palos Verdes, California 90275 and in the case of the Contractor,to the person at the address designated on the execution page of this Amended&Restated Agreement. Either party may change its address by notifying the other party of the change of address in writing.Notice shall be deemed communicated at the time personally delivered or in seventy-two (72) hours from the time of mailing if mailed as provided in this Section. All correspondence relating to this Amended & Restated Agreement shall be serialized consecutively. 9.2 Interpretation. The terms of this Amended&Restated Agreement shall be construed in accordance with the meaning of the language used and shall not be construed for or against either party by reason of the authorship of this Amended&Restated Agreement or any other rule of construction which might otherwise apply. 9.3 Counterparts. This Amended & Restated Agreement may be executed in counterparts, each of which shall be deemed to be an original, and such counterparts shall constitute one and the same instrument. 9.4 Integration; Amendment. This Amended & Restated Agreement including the attachments hereto is the entire, complete and exclusive expression of the understanding of the parties. It is understood that there are no oral Amended & Restated Agreements between the parties hereto affecting this Amended&Restated Agreement and this Amended&Restated Agreement supersedes and cancels any and all previous negotiations, arrangements, Amended & Restated Agreements and understandings, if any, between the parties, and none shall be used to interpret this Amended & Restated Agreement. No amendment to or modification of this Amended & Restated Agreement shall be valid unless made in writing and approved by the Contractor and by the City Council. The parties agree that this requirement for written modifications cannot be waived and that any attempted waiver shall be void. 9.5 Severability. In the event that any one or more of the phrases, sentences, clauses,paragraphs,or sections contained in this Amended & Restated Agreement shall be declared invalid or unenforceable by a valid judgment or decree of a court of competent jurisdiction, such invalidity or unenforceability shall not affect any of the remaining phrases, sentences, clauses,paragraphs, or sections of this Amended & Restated Agreement which are hereby declared as severable and shall be interpreted to carry out the intent of the parties hereunder unless the invalid provision is so material that its invalidity deprives either party of the basic benefit of their bargain or renders this Amended&Restated Agreement meaningless. 9.6 Warranty&Representation of Non-Collusion. No official,officer,or employee of City has any financial interest,direct or indirect, in this Amended & Restated Agreement, nor shall any official, officer, or employee of City participate in any decision relating to this Amended & Restated Agreement which may affect his/her financial interest or the financial interest of any corporation,partnership,or association in which (s)he is directly or indirectly interested, or in violation of any corporation, partnership, or association in which (s)he is directly or indirectly interested, or in violation of any State or municipal statute or regulation. The determination of"financial interest" shall be consistent with State law and shall not include interests found to be "remote" or "noninterests" pursuant to Government Code Sections 1091 or 1091.5.Contractor warrants and represents that it has not paid or given,and will not pay or give,to any third party including,but not limited to,any City official, officer,or employee,any money,consideration,or other thing of value as a result or consequence of obtaining or being awarded any Amended& Restated Agreement. Contractor further warrants and represents that(s)he/it has not engaged in any act(s),omission(s),or other conduct or collusion that would result in the payment of any money, consideration,or other thing of value to any third party including, but not limited to, any City official, officer, or employee, as a result of consequence of obtaining or being awarded any Amended & Restated Agreement. Contractor is aware of and understands that any such act(s), omission(s) or other conduct resulting in such payment of money, consideration, or other thing of value will render this Amended & Restated Agreement void and of no force or effect. Contractor's Authorized Initials BN 9.7 Corporate Authority. The persons executing this Amended&Restated Agreement on behalf of the parties hereto warrant that(i) such party is duly organized and existing, (ii) they are duly authorized to execute and deliver this Amended & Restated Agreement on behalf of said party, (iii) by so executing this Amended&Restated Agreement,such party is formally bound to the provisions of this Amended & Restated Agreement, and (iv) the entering into this Amended & Restated Agreement does not violate any provision of any other Amended&Restated Agreement to which said party is bound. This Amended & Restated Agreement shall be binding upon the heirs, executors,administrators, successors and assigns of the parties. [SIGNATURES ON FOLLOWING PAGE] IN WITNESS WHEREOF, the parties hereto have executed this Amended & Restated Agreement on the date and year first-above written. CITY: CITY OF RANCHO PALOS VERDES, a municipal corporation Mayo ATTT: 44 %- APPROV D AS TO FORM: ALESHIRE & WYNDER,LLP C7fity Attorney CONTRACTOR: By: krif A Name: /C.4'1 : /I► d y Le Title: e et By: Name: A/ia oK Title: 4s I. Seer*-4A*7 Address: IA50 M. #s4 Ave Anahelrn, CA 9807 Two corporate officer signatures required when Contractor is a corporation,with one signature required from each of the following groups: 1)Chairman of the Board,President or any Vice President;and 2)Secretary,any Assistant Secretary, Chief Financial Officer or any Assistant Treasurer. CONTRACTOR'S SIGNATURES SHALL BE DULY NOTARIZED, AND APPROPRIATE ATTESTATIONS SHALL BE INCLUDED AS MAY BE REQUIRED BY THE BYLAWS, ARTICLES OF INCORPORATION, OR OTHER RULES OR REGULATIONS APPLICABLE TO CONTRACTOR'S BUSINESS ENTITY. CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE§1189 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached,and not the truthfulness,accuracy,or validity of that document. State of California County of Orange On 1 b 1Z7 ) I 8 before me, Sondra Hodge, Notary Public Date Here Insert Name and Title of the Officer personally appeared All ( x. 1� Name(s)of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies),and that by his/her/their signature(s)on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Notary Pub li HOOGEy,� Notary Public California Signature ' = Orange County ry Commission#Jan 20,2 Signature of N — Public ", My Comm.Expires Jan 20,2021 Place Notary Seal Above OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: Signer's Name: E Corporate Officer — Title(s): ❑Corporate Officer — Title(s): ❑ Partner — ❑Limited ❑General ❑ Partner — ❑ Limited ❑General ❑ Individual ❑Attorney in Fact LI Individual ❑Attorney in Fact ❑Trustee ❑Guardian or Conservator ❑Trustee ❑Guardian or Conservator ❑Other: ❑ Other: Signer Is Representing: Signer Is Representing: ©2014 National Notary Association •www.NationalNotary.org • 1-800-US NOTARY(1-800-876-6827) Item#5907 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE§ 1189 C. . . .! . ! .! .! !. .-i c c-i. .!=:./-�. �c <-:c N::.!=.... c=.c ice=.c=.c 7 .c ci:-ci:-c cmc -c c.,,...,!=..e-:e=.e. A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached,and not the truthfulness,accuracy,or validity of that document. State of California ) County of Orange ) On /V12J Q. before me, Sondra Hodge. Notary Public , bate r,� '} I �,Here Insert Name and Title of the Officer personally appeared 61 a t 16 ,e I '✓Uy Le- Name(s)of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies),and that by his/her/their signature(s)on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. 01; ,,. SONDRA HODGE d.12-C\ -� C��Notary Public-California iSignature Orange County Signature of Not Public Commission ai 1176822 My Comm.Expires Jan 20,2021 Place Notary Seal Above OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: Signer's Name: ❑Corporate Officer — Title(s): 0 Corporate Officer — Title(s): ❑ Partner — 0 Limited 0 General 0 Partner — 0 Limited 0 General 0 Individual ❑Attorney in Fact 0 Individual ❑Attorney in Fact ❑Trustee 0 Guardian or Conservator 0 Trustee 0 Guardian or Conservator ❑Other: 0 Other: Signer Is Representing: Signer Is Representing: ©2014 National Notary Association •www.NationalNotary.org • 1-800-US NOTARY(1-800-876-6827) Item#5907 EXHIBIT "A" SCOPE OF WORK Contractor shall perform all of the work and comply with all of the specifications and requirements in the "General Provisions" and "Special Provisions" included in the bid documents for the project entitled "Traffic Signal Maintenance Agreement FY 17-18 Through FY 20-21," including any documents or exhibits referenced therein. In sum, Contractor will provide routine maintenance of City's traffic lights ("Routine Monthly Maintenance Services")for a fixed monthly sum,and additional maintenance,as described below("Extraordinary Maintenance Services"). II. Brief description of the work to be performed: Contractor shall provide comprehensive maintenance and repair services for City's traffic signals, controllers, flashing beacons, safety lights and ancillary items (i.e. loops, pedestrian signals and filters) as necessary to eliminate or reduce the incidence of malfunctions, promote the safety of the motoring public and pedestrians, reduce complaints, and extend the useful life of the equipment. A. Services performed under this contract shall fall into one of two categories as follows: 1. Routine Monthly Maintenance 1. Contractor shall visually inspect the operation of each signal, making notes of any needed repairs or deficiencies. Items of work included in routine monthly maintenance shall be completed within 14 days of the observation. A written proposal shall be prepared and forwarded to the Director of Public Works within 7 days for any needed work outside the work category or Routine Monthly Maintenance. Safety deficiencies that constitute a hazard to the motoring public or to pedestrians or affect signal timing or coordination found during an inspection shall be immediately corrected. 2. Contractor shall clean cabinets inside and outside,remove any foreign materials, and clean or replace filters as necessary. 3. Contractor shall check timing of individual signal phases and interval timing circuits for correct operation. 4. Contractor shall maintain a chronograph and set all digital real time clocks to National Bureau of Standards time. 5. Contractor shall check timing of yellow(caution)and all-red clearance intervals on all phases by stopwatch. 6. Contractor shall check detector units, individual loops and pedestrian push buttons. 7.Contractor shall inspect the operation of the signal conflict monitor(both vehicle and pedestrian)once every six months by shorting the field terminals. 8. Contractor shall visually inspect all relays, clocks, dials, and switches etc., and make any routine adjustments or minor repairs as maybe necessary. 9. Contractor shall inspect LED lamps and replace when necessary. Lamps shall be of materials certified by the Caltrans testing laboratory. 10. Contractor shall clean lamps obstructed by dirt or debris. 11. Contractor shall replace LED pedestrian signal lamps when they are no longer operative. 12. Contractor shall inspect filters elements, replace when necessary but not less than once every six months. 13. Contractor shall inspect Internally Illuminated Street Name Signs (I.I.S.N.S.) 14. Contractor shall perform a nightly patrol of all intersections noting any burned out bulbs in signals, safety lighting, and illuminated street name signs. 15. Contractor shall replace any burned out bulbs discovered by inspection. 2. Extraordinary Maintenance "Extraordinary maintenance" shall be defined as those items of work not identified in sub-section 1, above, that are requested by City's Contract Officer . "Extraordinary maintenance" shall also include the following: 1. Responding to a callout for a bulb or LED burn out 2. Responding to a callout for a signal reset 3. Responding to an emergency call out. 4. Repair of items damaged by a traffic collision 5. Replacement of damaged loop detectors 6. Repainting back plates 7. Replace or repair pedestrian push bush button 8. Paint controller cabinets 9. Or any other work as requested by the City not covered under Routine Monthly Maintenance Services Response Times in Emergencies Contractor shall maintain a 24-hour,7-day telephone contact for emergency needs of City. Contractor shall make immediate service calls on an emergency basis, responding within 120 minutes in the event of malfunctions or damages. B. Services Locations: Traffic Signals • Hawthorne @ Palos Verdes Drive West • Hawthorne @ Vallon • Hawthorne @ Dupre • Hawthorne @ Crest • Hawthorne @ Eddinghill/Seamount • Hawthorne @ Granvia Altramira/Ridgegate • Hawthorne @ Highridge • Hawthorne @ Blackhorse • Silverspur @ Basswood • Crenshaw @ Crestridge • Crest @ Highridge • Palos Verdes Drive East @ Crest/Marymount College • Palos Verdes Drive South @ Terranea • Silver Spur Road @ Silver Arrow Drive • Crenshaw Blvd @ Indian Peak Flashing Beacons - Five flashing beacons identified as follows: • Palos Verdes Drive East @ Crownview • Palos Verdes Drive East @ Picardie • Hawthorne @ Vallon • Crest @ N/O Lucania • Crest @ S/O Lucania Safety Lights - Two safety lights identified as follows • Palos Verdes Drive East @ Crownview • Palos Verdes Drive @ Picardie Pedestrian Crossing - One pedestrian crossing identified as follows • Crest Road @ Whitley Collins Drive D. Additional Services for FY 2017-18: 1. Contractor shall replace various traffic signal equipment/components due to a traffic collision at Crenshaw Blvd& Indian Peak Rd 2. Contractor shall install an Emergency Vehicle Pre-Emption Equipment at Indian Peak& Crenshaw Blvd 3. Contractor shall install two traffic signal controllers at two locations at Hawthorne Blvd & Granvia Altamira Hawthorne Blvd &PVDW 4. Contractor shall perform signal modification improvements to allow U-turn movement for west bound traffic along Hawthorne Blvd. onto Highridge Rd 5. Contractor shall install a battery back-up with external cabinet at PVDS&Terranea Way III. Contractor shall perform all Extraordinary Maintenance Services in compliance with the following requirements: A. Each task or set of tasks shall be established by a written request provided by City's Contract Officer with a description of the scope of work to be performed, and the time deadline for completion of the same. B. In response, Contractor will then prepare a written description of the requested tasks including all components and subtasks; prepare a calculation of the costs to perform the task("Task Budget");explain how the cost was determined;and prepare a schedule for completion of the task ("Task Completion Date"). This shall all be collectively referred to as the"Task Proposal". C. City's Contract Officer shall the either approve,modify,or reject the Task Proposal, in writing, and may issue a Notice to Proceed. D. The task shall be performed at a cost not to exceed the Task Budget. E. Contractor shall complete the task and deliver all deliverables to Contract Officer by the Task Completion Date. III. All work is subject to review and acceptance by the City, and must be revised by the Contractor without additional charge to the City until found satisfactory and accepted by City. IV. Contractor shall provide safe and continuous passage for pedestrian and vehicular traffic in accordance with the California Manual on Uniform Traffic Control Devices (CA MUTCD),latest edition. EXHIBIT "B" SPECIAL REQUIREMENTS (Superseding Contract Boilerplate) Added text is indicated in bold italics, deleted text is indicated in strilethr-eugh. I. Section 7.7,Liquidated Damages, is hereby amended to read as follows: 7.7 Liquidated Damages. Since the determination of actual damages for any delay in performance of this Agreement would be extremely difficult or impractical to determine in the event of a breach of this Agreement, the Contractor and its sureties shall be liable for and shall pay to the City the sum of Fifteen Hundred Dollars ($1,500) as liquidated damages for each month when the Routine Monthly Maintenance Services are not performed to the satisfaction of the Citye . - . . - - .' - . .' . -- . :- , as specified in the Schedule of Performance (Exhibit"D"). The City may withhold from any monies payable on account of services performed by the Contractor any accrued liquidated damages. Pursuant to Government Code Section 4215, Contractor shall not be assessed liquidated damages for delay in completion of the project when such delay was caused by the failure of the public agency or owner of the utility to provide for removal or relocation of utility facilities. EXHIBIT "C" SCHEDULE OF COMPENSATION I. Contractor shall perform all work at the rates on the Bid Schedule submitted as part of Contractor's Proposal, and attached as Exhibit "C-1". Estimated Quantities in the Bid Schedule are for the purpose of estimation only.Actual quantities will depend on the needs of the City. II. On or before July 1 of each year, Contractor may request an adjustment of the prices on the Bid Schedule in accordance with the Producer Price Index for Finished Goods for Los Angeles for the most current 12 month period that is available. The decision whether to make such an adjustment will be in the sole discretion of the City. In the event of an adjustment, the Contract Sum, as provided in Section 2.1 of this Agreement, will be modified via a contract amendment approved by the City Council. III. City will not withhold a regular retention from payments to Contractor except pursuant to Section 7.3 of this Agreement. IV. Within the budgeted amounts for each item on the Bid Sheet, and with the approval of the Contract Officer,funds may be shifted from one item's subbudget to another so long as the Contract Sum is not exceeded per Section 2.1, unless Additional Work is approved per Section 1.10. V. The City will compensate Contractor for the Services performed upon submission of a valid monthly invoice for each completed task. Each invoice is to include: A. Line items for all personnel describing the work performed, the number of hours worked, and the hourly rate. B. Line items for all materials and equipment properly charged to the Services. C. Line items for all approved subcontractor labor, supplies, equipment, materials, and travel properly charged to the Services. D. Charges for Routine Monthly Maintenance Services and Extraordinary Maintenance Services shall be clearly distinguished. Any line item that combines routine maintenance and extraordinary maintenance costs will not be paid until the item is resubmitted with the costs clearly separated. VI. The total compensation for the full term of the Amended & Restated Agreement shall not exceed$619,779, as provided in Section 2.1 of the Agreement. EXHIBIT C-1 The bid schedules in this Exhibit C-1 are separated by fiscal year,and include costs and rates from FY 2016-17 through FY 2018-19. The bid schedules for FY 2019-20 and FY 2020-21 shall be appended hereto in conformance with Section II or Exhibit "C", Schedule of Compensation. I. BID SCHEDULE FY 2016-17 Routine Monthly Maintenance Services and Extraordinary Services performed: $40,000 II. BID SCHEDULE FY 2017-18 A. Bid Summary(see below for detailed breakdown) Description Amount Subtotal Bid Schedule Part One $21,960 Routine Monthly Maintenance Subtotal Bid Schedule Part Two — Extraordinary $99,950 Maintenance Additional Services $83,600 TOTAL FY 2017-18 $205,510 B. Routine Monthly Maintenance Services ItemQuantity Unit Price Total Total Annual No. Description per Month Monthly Cost Cost $17,640 1 Routine Monthly 15 $98 per $1,470 Maintenance - Signal month $225 $2,700 2 Routine Monthly 5 $45 per Maintenance - Flashing month Beacon $90 $1,080 3 Routine Monthly 2 $45 per Maintenance - Safety month Lighting (Crenshaw @ Crest) 4 LED Pedestrian Crossing 1 $45 per $45 $540 (Rapid Flash) month $1,830 $21,960 Subtotal Bid Schedule Routine Monthly Maintenance Contractor shall be compensated at the unit price per signal, unit price per flashing beacon, unit price per safety light, and unit price per LED pedestrian crossing, as applicable, and no additional compensation shall be allowed for any labor equipment or material. C. Extraordinary Maintenance Services Item No. Description Unit Price Quantity Extension $33,800 1. Field Technician $169 per 200 Hours hour 2. Field Technician OT Rate $217 per 20 Hours $4,340 hour 3. Field Technician Sunday& $266 per 20 Hours $5,320 Holiday Rate hour $6,800 2. Bucket Truck $34 per hour 200 Hours $35,650 3. Replace circular Loop $713 Each 50 Detector $9,390 4. Paint Controller Cabinet $626.00 15 Each $4,650 5. Paint Signal Display $93.00 per 50 unit Subtotal Bid Schedule $99,950 Extraordinary Maintenance Contractor will charge City only for extraordinary maintenance services approved pursuant to Section III of Exhibit "A", and will invoice the City pursuant to Section V of Exhibit "C." Contractor is not guaranteed any extraordinary maintenance services work. Contractor shall be compensated at the various unit prices for either the bid item called out, or for the unit price for labor and material called out in Bid Item Part Two — Extraordinary Maintenance, which shall constitute full compensation for labor and equipment. All materials utilized for extraordinary maintenance shall be subject to a 15%mark up. D. Additional Services Maintenance Type Location Cost 1. Replacement of various traffic signal Crenshaw Blvd & Indian Peak Rd $32,000 equipment/components due to a traffic collision -- 332 cabinet --Type III Service -- UPS Battery Back WI External Cabinet -- 179 ATC controller(if needed) 2. Installation of an Emergency Vehicle Pre-Emption Indian Peak &Crenshaw Blvd $10,500 Equipment 3. Installation of two traffic signal controllers at two Hawthorne Blvd & Granvia $12,600 locations Altamira Hawthorne Blvd & PVDW 4. Signal modification improvements to allow U-turn Hawthorne Blvd & Highridge Rd $17,000 movement for west bound traffic along Hawthorne Blvd. onto Highridge Rd. 5. Installation of 2 battery back-up w/external cabinet PVDS &Terranea Way $11,500 TBD additional location TOTAL ADDITIONAL SERVICES $83,600 III. BID SCHEDULE FY 2018-19 A. Routine Monthly Maintenance Total Item Unit Price Total Monthly Annual No. Description Quantity per Month Cost Cost 1 Routine Monthly Maintenance-Signal _ 15 _ $100.52 $1,507.80 $18,093.60 2 Routine Monthly Maintenance- Flashing Beacon 5 $46.16 $230.80 $2,769.60 3 Routine Monthly Maintenance-Safety Lighting 3 $46.16 $138.48 $1,661.76 4 LED Pedestrian Crossing(Rapid Flash) 1 $46.16 $46.16 $553.92 Subtotal Schedule of Compensation Part One Routine Monthly Maintenance $1,923.24 $23,078.88 B. Extraordinary Services Item No. Description Unit Price Quantity Extension 1 Field Technician** $173.35 210 $36,403.50 2 Field Technician OT Rate** $222.59 20 $4,451.80 3 Field Technician Sunday& Holiday Rate** $272.85 20 $5,457.00 4 Bucket Truck** $34.88 217 $7,568.96 5 Replace Circular Loop Detector $731.36 50 $36,568.00 6 Paint Controller Cabinet $642.12 12 $7,705.44 7 Paint Signal Display $95.39 40 $3,815.60 Subtotal Schedule of Compensation Part Two-Extraordinary Maintenance $101,970.30 ; C. Additional Items (on an as-needed basis only): Item No. Description Unit Price Quantity Extension 1 Large Bucket Truck** $33.66 1 $33.66 2 Utility Truck** $33.66 1 $33.66 3 Dump Trailer** $38.16 1 $38.16 4 Crane*,** $101.00 1 $101.00 5 Paint Truck/Rig** $23.56 1 $23.56 6 Arrow Board** $11.22 1 $11.22 7 Compressor** $16.84 1 $16.84 8 Concrete saw** $39.28 1 $39.28 9 Regular van/truck*" $12.34 1 $12.34 10 Equipment Trailer** $19.08 1 $19.08 11 332L Cabinet(8-10 wks delivery)*** $8,277.38 1 $8,277.38 12 332L Cabinet(1-2 day delivery)*** $10,757.48 1 $10,757.48 13 Type II electrical service*** $1,351.66 1 $1,351.66 14 Type Ill electrical service*** _ $1,965.49 1 $1,965.49 15 #6 Pull box***"` $1,954.91 1 $1,954.91 16 Countdown Ped Head kit"`*" $225.70 1 $225.70 17 Pedestrian push button with ADA push button'"`*" $150.41 1 $150.41 18 LED Safety Light'"** $529.69 1 $529.69 19 LED Red Ball**** $120.34 1 $120.34 20 LED Green Ball**** $121.02 1 $121.02 21 LED Yellow Ball*"** $113.21 1 $113.21 22 LED Red Arrow***" $111.47 1 $111.47 23 LED Green Arrow"*""' $111.47 1 $111.47 24 LED Yellow Arrow**** $118.42 1 $118.42 26 Paint/Prime Electrical Service Cabinet**** $315.94 1 $315.94 27 Paint/Prime Vehicular Signal Head**** $95.63 1 $95.63 28 Paint/Prime Pedestrian Signal Head**** $94.98 1 $94.98 29 USA Callout*" $168.31 1 $168.31 30 TSE Apprentice(Straight Time Rate)** $118.62 1 $118.62 31 TSE Apprentice(Overtime Rate)*" $177.94 1 $177.94 32 TSE Apprentice(Double Time Rate)*" $237.23 1 $237.23 33 Cabinet Testing $1,346.49 1 $1,346.49 *4-hour Minimum **Hourly rate-Portal to Portal ***Cost of unit only, does not include labor to install, modification or installation of foundation or any rework ****When scheduled during normal working hours NOTE:When needed material is not shown/reflected in this agreement, Consultant will obtain it's approval in advance of any work. III. Bid Schedules for FY 2019-20 and FY 2020-21 See Section II of Exhibit"C",regarding annual PPI rate increases. EXHIBIT "D" SCHEDULE OF PERFORMANCE Contractor shall perform all work timely in accordance with the following schedule: Routine Maintenance Services:Contractor shall perform monthly services according to the specifications articulated in Exhibit"A", Scope of Services. Extraordinary Services:Contractor shall complete each Task by the Task Completion Date set in the applicable Task Proposal. If no Task Completion Date is set, work shall be completed not more than 15 working days after Contract Officer issues a Notice to Proceed for the Task Proposal, or, in the absence of a Notice to Proceed, 15 working days after the Contract Officer approves the Task Proposal. Additional Services for FY 2017-18 shall be completed no later than December 31,2018. II. Contractor shall deliver the following tangible work products to the City by the following dates. NOT APPLICABLE III. The Contract Officer may approve extensions for performance of the services in accordance with Section 3.2. PERFORMANCE BOND WHEREAS, the CITY OF RANCHO PALOS VERDES, ("City"), has awarded to , as Contractor ("Principal"), a Contract for the work entitled and described as follows: WHEREAS, the Contractor is required under the terms of said Contract to furnish a bond for the faithful performance of the Contract; NOW, THEREFORE, we the undersigned Contractor and Surety, are held and firmly bound unto the City in the sum of ($ ),this amount being not less than one hundred percent(100%)of the total Contract price, lawful money of the United States of America,for payment of which sum well and truly be made we bind ourselves, our heirs, executors, administrators, and successors, jointly and severally,firmly by these presents. In case suit is brought upon this bond,the Surety will pay a reasonable attorney's fee to the City in an amount to be fixed by the court. THE CONDITION OF THIS OBLIGATION IS SUCH THAT, if the hereby bound Contractor, or its heirs, executors, administrators, successors, or assigns, shall in all things stand and abide by, well and truly keep and perform all undertakings, terms, covenants, conditions, and Amended & Restated Agreements in the said Contract and any alteration thereof, made as therein provided, all within the time and in the manner designated and in all respects according to their true intent and meaning,then this obligation shall become null and void; otherwise it shall be and remain in full force and effect. FURTHER, the said Surety, for value received, hereby stipulates and agrees that no change,extension of time,alteration,or modification of the Contract Documents or of the work to be performed thereunder shall in any way affect its obligations on this bond, and it does hereby waive notice of such change, extension of time, alteration, or modification of the Contract Documents or of the work to be performed thereunder. Executed on 20 PRINCIPAL (Seal if Corporation) By Title (Attach Acknowledgment of Authorized Representative of Principal) Any claims under this bond may be addressed to: (name and address of Surety) (name and address of Surety's agent for service of process in California, if different from above) (telephone number of Surety's agent in California) (Attach Acknowledgment) SURETY By (Attorney-in-Fact) APPROVED: (Attorney for CITY) NOTICE: No substitution or revision to this bond form will be accepted. Sureties must be authorized to do business in and have an agent for service of process in California. Certified copy of Power of Attorney must be attached. PAYMENT BOND (Labor and Material Bond) WHEREAS, the CITY OF RANCHO PALOS VERDES, ("City"), has awarded to , as Contractor ("Principal"), a Contract for the work entitled and described as follows: WHEREAS, said Contractor is required to furnish a bond in conjunction with said Contract, to secure the payment of claims of laborers, mechanics, material men, and other persons as provided by law; NOW, THEREFORE, we the undersigned Contractor and Surety, are held and firmly bound unto the City in the sum of ($ ), this amount being not less than one hundred percent(100%) of the total Contract price, lawful money of the United States of America,for payment of which sum well and truly be made we bind ourselves, our heirs, executors, administrators, and successors, jointly and severally,firmly by these presents. In case suit is brought upon this bond,the Surety will pay a reasonable attorney's fee to the City in an amount to be fixed by the court. THE CONDITION OF THIS OBLIGATION IS SUCH THAT, if said Contractor, its heirs, executors, administrators, successors, assigns, or subcontractor fails to pay: (1) for any work,materials,services,provisions,provender,or other supplies,or for the use of implements of machinery, used in, upon, for, or about the performance of the work to be done, or for any work or labor thereon of any kind; (2) for work performed by any of the persons named in Civil Code Section 9100; (3) for any amounts due under the Unemployment Insurance Code with respect to work or labor performed under the contract;and/or(4)for any amounts required to be deducted,withheld,and paid over to the Employment Development Department from the wages of employees of the Contractor and/or its subcontractors pursuant to Section 13020 of the Unemployment Insurance Code with respect to such work and labor,then the Surety herein will pay for the same in an amount not exceeding the sum specified in this bond,otherwise the above obligation shall be void. This bond shall inure to the benefit of any of the persons named in Civil Code Section 9100 so as to give a right of action to such persons or their assigns in any suit brought upon the bond. Moreover, if the City or any entity or person entitled to file stop payment notices is required to engage the services of an attorney in connection with the enforcement of this bond, each shall be liable for the reasonable attorney's fees incurred, with or without suit, in addition to the above sum. Said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration, or modification of the Contract Documents or of the work to be performed thereunder shall in any way affect its obligations on this bond,and it does hereby waive notice of such change,extension of time, alteration, or modification of the Contract Documents or of the work to be performed thereunder. Executed on , 20 . PRINCIPAL (Seal if Corporation) By Title (Attach Acknowledgment of Authorized Representative of Principal) Any claims under this bond may be addressed to: (name and address of Surety) (name and address of Surety's agent for service of process in California, if different from above) (telephone number of Surety's agent in California) (Attach Acknowledgment) SURETY By (Attorney-in-Fact) APPROVED: (Attorney for CITY) NOTICE: No substitution or revision to this bond form will be accepted. Sureties must be authorized to do business in and have an agent for service of process in California. Certified copy of Power of Attorney must be attached. WORKERS COMPENSATION INSURANCE CERTIFICATE Description of Contract: City of Rancho Palos Verdes Project: Type of Insurance: Workers' Compensation and Employers'Liability Insurance THIS IS TO CERTIFY that the following policy has been issued by the below-stated company in conformance with the requirements of Article 5 of the Contract and is in force at this time, and is in a form approved by the Insurance Commissioner. The Company will give at least 30 days'written notice to the City and Engineer/Architect prior to any cancellation of said policy. POLICY NUMBER EXPIRATION DATE LIMITS OF LIABILITY Workers'Compensation: Statutory Limits Under the Laws of the State of California Employers'Liability: $ Each Accident $ Disease-Policy Limit $ Disease-Each Employee Named Insured(Contractor) Insurance Company Street Number Street Number City and State City and State By (Company Representative) (SEE NOTICE ON NEXT PAGE) Insurance Company Agent for Service of Process in California: Name Agency Street Number City and State Telephone Number This certificate is issued as a matter of information only and confers no rights upon the certificate holder. This certificate does not amend, extend, or alter the coverage afforded by the policy listed herein. This is to certify that the policy has been issued to the named insured for the policy period indicated,notwithstanding any requirement,term, or condition of any contract or other document with respect to which this certificate may be issued or may pertain, the insurance afforded by the policy described herein is subject to all the terms, exclusions, and conditions of such policy. NOTICE: No substitution or revision to the above certificate form will be accepted. If the insurance called for is provided by more than one insurance company,a separate certificate in the exact above form shall be provided for each insurance company. ADDITIONAL INSURED ENDORSEMENT COMPREHENSIVE GENERAL LIABILITY Name and address of named insured("Named Insured") Name and address of Insurance Company("Company') General description of Amended & Restated Agreement(s), permit(s), license(s), and/or activity(ies) insured Notwithstanding any inconsistent statement in the policy to which this endorsement is attached(the "Policy")or in any endorsement now or hereafter attached thereto,it is agreed as follows: I. The ("Public Agency"),its elected officials,officers,attorneys,agents,employees,and volunteers are additional insureds(the above named additional insureds are hereafter referred to as the"Additional Insureds")under the Policy in relation to those activities described generally above with regard to operations performed by or on behalf of the Named Insured. The Additional Insureds have no liability for the payment of any premiums or assessments under the Policy. 2. The insurance coverages afforded the Additional Insureds under the Policy shall be primary insurance,and no other insurance maintained by the Additional Insureds shall be called upon to contribute with the insurance coverages provided by the Policy. 3. Each insurance coverage under the Policy shall apply separately to each Additional Insured against whom claim is made or suit is brought except with respect to the limits of the Company's liability. 4. Nothing in this contract of insurance shall be construed to preclude coverage of a claim by one insured under the policy against another insured under the policy. All such claims shall be covered as third-party claims,i.e., in the same manner as if separate policies had been issued to each insured.Nothing contained in this provision shall operate to increase or replicate the Company's limits of liability as provided under the policy. 5. The insurance afforded by the Policy for contractual liability insurance (subject to the terms, conditions and exclusions applicable to such insurance) includes liability assumed by the Named Insured under the indemnification and/or hold harmless provision(s)contained in or executed in conjunction with the written Amended & Restated Agreement(s) or permit(s) designated above, between the Named Insured and the Additional Insureds. 6. The policy to which this endorsement is attached shall not be subject to cancellation, change in coverage, reduction of limits (except as the result of the payment of claims), or non-renewal except after written notice to Public Agency,by certified mail,return receipt requested,not less than thirty (30) days prior to the effective date thereof. In the event of Company's failure to comply with this notice provision, the policy as initially drafted will continue in full force and effect until compliance with this notice requirement. 7. Company hereby waives all rights of subrogation and contribution against the Additional Insureds, while acting within the scope of their duties,from all claims, losses and liabilities arising out of or incident to the perils insured against in relation to those activities described generally above with regard to operations performed by or on behalf of the Named Insured regardless of any prior, concurrent, or subsequent active or passive negligence by the Additional Insureds. 8. It is hereby agreed that the laws of the State of California shall apply to and govern the validity, construction,interpretation,and enforcement of this contract of insurance. 9. This endorsement and all notices given hereunder shall be sent to Public Agency at: City Manager,City of Rancho Palos Verdes,30940 Hawthorne Boulevard,Rancho Palos Verdes,California 90275. 10. Except as stated above and not in conflict with this endorsement,nothing contained herein shall be held to waive,alter or extend any of the limits,Amended&Restated Agreements,or exclusions of the policy to which this endorsement is attached. TYPE OF COVERAGES TO WHICH POLICY PERIOD LIMITS OF THIS ENDORSEMENT ATTACHES FROM/TO LIABILITY 11. Scheduled items or locations are to be identified on an attached sheet. The following inclusions relate to the above coverages. Includes: o Contractual Liability o Explosion Hazard o Owners/Landlords/Tenants ❑ Collapse Hazard o Manufacturers/Contractors o Underground Property Damage o Products/Completed Operations o Pollution Liability o Broad Form Property Damage o Liquor Liability o Extended Bodily Injury ❑ o Broad Form Comprehensive ❑ General Liability Endorsement ❑ 12. A o deductible or o self-insured retention (check one)of$ applies to all coverage(s)except: (if none, so state).The deductible is applicable o per claim or o per occurrence (check one). 13. This is an o occurrence or o claims made policy (check one). 14. This endorsement is effective on at 12:01 a.m. and forms a part of Policy Number (signatures on following page) I, (print name), hereby declare under penalty of perjury under the laws of the State of California,that I have the authority to bind the Company to this endorsement and that by my execution hereof, I do so bind the Company. Executed , 20 Signature of Authorized Representative (Original signature only; no facsimile signature Telephone No.: ( ) or initialed signature accepted) ADDITIONAL INSURED ENDORSEMENT AUTOMOBILE LIABILITY Name and address of named insured("Named Insured") Name and address of Insurance Company("Company') General description of Amended & Restated Agreement(s), permit(s), license(s), and/or activity(ies) insured Notwithstanding any inconsistent statement in the policy to which this endorsement is attached(the "Policy")or in any endorsement now or hereafter attached thereto, it is agreed as follows: 1. The ("Public Agency"),its elected officials,officers,attorneys,agents,employees,and volunteers are additional insureds(the above named additional insureds are hereafter referred to as the"Additional Insureds")under the Policy in relation to those activities described generally above with regard to operations performed by or on behalf of the Named Insured. The Additional Insureds have no liability for the payment of any premiums or assessments under the Policy. 2. The insurance coverages afforded the Additional Insureds under the Policy shall be primary insurance,and no other insurance maintained by the Additional Insureds shall be called upon to contribute with the insurance coverages provided by the Policy. 3. Each insurance coverage under the Policy shall apply separately to each Additional Insured against whom claim is made or suit is brought except with respect to the limits of the Company's liability. 4. Nothing in this contract of insurance shall be construed to preclude coverage of a claim by one insured under the policy against another insured under the policy. All such claims shall be covered as third-party claims, i.e., in the same manner as if separate policies had been issued to each insured.Nothing contained in this provision shall operate to increase or replicate the Company's limits of liability as provided under the policy. 5. The insurance afforded by the Policy for contractual liability insurance (subject to the terms, conditions and exclusions applicable to such insurance) includes liability assumed by the Named Insured under the indemnification and/or hold harmless provision(s) contained or executed in conjunction with the written Amended & Restated Agreement(s) or permit(s) designated above, between the Named Insured and the Additional Insureds. 6. The policy to which this endorsement is attached shall not be subject to cancellation, change in coverage, reduction of limits (except as the result of the payment of claims), or non-renewal except after written notice to Public Agency,by certified mail,return receipt requested,not less than thirty (30) days prior to the effective date thereto. In the event of Company's failure to comply with this notice provision, the policy as initially drafted will continue in full force and effect until compliance with this notice requirement. 7. Company hereby waives all rights of subrogation and contribution against the Additional Insureds,while acting within the scope of their duties, from all claims, losses and liabilities arising out of or incident to the perils insured against in relation to those activities described generally above with regard to operations performed by or on behalf of the Named Insured regardless of any prior, concurrent, or subsequent active or passive negligence by the Additional Insureds. 8. It is hereby agreed that the laws of the State of California shall apply to and govern the validity, construction, interpretation,and enforcement of this contract of insurance. 9. This endorsement and all notices given hereunder shall be sent to Public Agency at: City Manager City of Rancho Palos Verdes 30940 Hawthorne Boulevard Rancho Palos Verdes,California 90275 10. Except as stated above and not in conflict with this endorsement,nothing contained herein shall be held to waive,alter or extend any of the limits,Amended&Restated Agreements,or exclusions of the policy to which this endorsement is attached. TYPE OF COVERAGES TO WHICH POLICY PERIOD LIMITS OF THIS ENDORSEMENT ATTACHES FROM/TO LIABILITY 11. Scheduled items or locations are to be identified on an attached sheet. The following inclusions relate to the above coverages. Includes: o Any Automobiles o Truckers Coverage o All Owned Automobiles o Motor Carrier Act o Non-owned Automobiles o Bus Regulatory Reform Act o Hired Automobiles o Public Livery Coverage o Scheduled Automobiles ❑ o Garage Coverage ❑ 12. A o deductible or o self-insured retention (check one) of$ applies to all coverage(s)except: (if none, so state). The deductible is applicable o per claim or o per occurrence (check one). 13. This is an o occurrence or o claims made policy (check one). 14. This endorsement is effective on at 12:01 a.m. and forms a part of Policy Number. (signatures on following page) I, (print name), hereby declare under penalty of perjury under the laws of the State of California,that I have the authority to bind the Company to this endorsement and that by my execution hereof, I do so bind the Company. Executed ,20 Signature of Authorized Representative (Original signature only; no facsimile signature Telephone No.: ( ) or initialed signature accepted) ADDITIONAL INSURED ENDORSEMENT EXCESS LIABILITY Name and address of named insured("Named Insured") Name and address of Insurance Company("Company") General description of Amended & Restated Agreement(s), permit(s), license(s), and/or activity(ies) insured Notwithstanding any inconsistent statement in the policy to which this endorsement is attached(the "Policy")or in any endorsement now or hereafter attached thereto, it is agreed as follows: 1. The ("Public Agency"),its elected officials,officers,attorneys,agents,employees,and volunteers are additional insureds(the above named additional insureds are hereafter referred to as the"Additional Insureds")under the Policy in relation to those activities described generally above with regard to operations performed by or on behalf of the Named Insured. The Additional Insureds have no liability for the payment of any premiums or assessments under the Policy. 2. The insurance coverages afforded the Additional Insureds under the Policy shall be primary insurance,and no other insurance maintained by the Additional Insureds shall be called upon to contribute with the insurance coverages provided by the Policy. 3. Each insurance coverage under the Policy shall apply separately to each Additional Insured against whom claim is made or suit is brought,except with respect to the limits of the Company's liability. 4. Nothing in this contract of insurance shall be construed to preclude coverage of a claim by one insured under the policy against another insured under the policy. All such claims shall be covered as third-party claims,i.e.,in the same manner as if separate policies had been issued to each insured.Nothing contained in this provision shall operate to increase or replicate the Company's limits of liability as provided under the policy. 5. The insurance afforded by the Policy for contractual liability insurance (subject to the terms, conditions and exclusions applicable to such insurance) includes liability assumed by the Named Insured under the indemnification and/or hold harmless provision(s)contained in or executed in conjunction with the written Amended & Restated Agreement(s) or permit(s) designated above, between the Named Insured and the Additional Insureds. 6. The policy to which this endorsement is attached shall not be subject to cancellation, change in coverage, reduction of limits (except as the result of the payment of claims), or non-renewal except after written notice to Public Agency,by certified mail,return receipt requested, not less than thirty (30) days prior to the effective date thereto. In the event of Company's failure to comply with this notice provision, the policy as initially drafted will continue in full force and effect until compliance with this notice requirement. 7. Company hereby waives all rights of subrogation and contribution against the Additional Insureds, while acting within the scope of their duties, from all claims, losses and liabilities arising out of or incident to the perils insured against in relation to those activities described generally above with regard to operations performed by or on behalf of the Named Insured regardless of any prior, concurrent, or subsequent active or passive negligence by the Additional Insureds. 8. It is hereby agreed that the laws of the State of California shall apply to and govern the validity,construction,interpretation,and enforcement of this contract of insurance. 9. This endorsement and all notices given hereunder shall be sent to Public Agency at: City Manager City of Rancho Palos Verdes 30940 Hawthorne Boulevard Rancho Palos Verdes,California 90275 10. Except as stated above and not in conflict with this endorsement,nothing contained herein shall be held to waive,alter or extend any of the limits,Amended&Restated Agreements,or exclusions of the policy to which this endorsement is attached. TYPE OF COVERAGES TO WHICH POLICY PERIOD LIMITS OF THIS ENDORSEMENT ATTACHES FROM/TO LIABILITY ❑ Following Form ❑ Umbrella Liability 11. Applicable underlying coverages: INSURANCE COMPANY POLICY NO. AMOUNT 12. The following inclusions,exclusions,extensions or specific provisions relate to the above coverages: 13. A❑ deductible or❑ self-insured retention (check one) of$ applies to all coverage(s)except: (if none, so state).The deductible is applicable❑per claim or❑per occurrence (check one). 14. This is an o occurrence or❑ claims made policy (check one). 15. This endorsement is effective on at 12:01 a.m.and forms a part of Policy Number. (signatures on following page) I, (print name), hereby declare under penalty of perjury under the laws of the State of California,that I have the authority to bind the Company to this endorsement and that by my execution hereof,I do so bind the Company. Executed ,20 Signature of Authorized Representative (Original signature only; no facsimile signature Telephone No.: ( ) or initialed signature accepted) PERFORMANCE BOND Bond No.:09267948 Premium:$1.250.00 CONTRACTOR: SURETY: (Name, legal status and address) (Name, legal status and principal place of business) Econolite Systems,Inc. Fidelity and Deposit Company of Maryland 1250 N.Tustin Ave 1299 Zurich Way Anaheim,CA 92807 Schaumburg,IL 60196 OWNER: (Name, legal status and address) City of Rancho Palos Verdes 30940 Hawthorne Blvd. Rancho Palos Verdes,CA 90275 CONSTRUCTION CONTRACT Date: October 3,2017 Amount: One Hundred Twenty Five Thousand Forty Nine and 00/100ths Dollars($125,049.00) Description: (Name and location) Public Works Agreement for Traffic Signal Maintenance Services BOND Date: September 14,2018 (Not earlier than Construction Contract Date) Amount: One Hundred Twenty Five Thousand Forty Nine and 00/100ths Dollars($125,049.00) Modifications to this Bond: x None See Section 16 CONTRACTOR AS PRINCIPAL SURETY Company: (Corporate Seal) Company: (Corporate Seal) Econolite Systems,Inc. Fidelity and De t Com Lot'M y Signature: —S; Signature: Name and Title: tnp,,, MAe ,e y AVP Name and Tit : Emilie Geo ttorn -In-Fact (Any additional signatures appear on the last page of this Performance Bond.) (FOR INFORJvIATION ONLY—Name, address and telephone) AGENT or BROKER: OWNER'S REPRESENTATIVE: Marsh Risk&Insurance Services (Architect, Engineer or other party:) 345 California Street,Suite 1300 San Francisco,CA 94104 (415)743-8588 §1 The Contractor and Surety,jointly and severally, bind themselves, their heirs, executors, administrators, successors and assigns to the Owner for the performance of the Construction Contract,which is incorporated herein by reference. §2 If the Contractor performs the Construction Contract, the Surety and the Contractor shall have no obligation under this Bond, except when applicable to participate in a conference as provided in Section 3. §3 If there is no Owner Default under the Construction Contract,the Surety's obligation under this Bond shall arise after .1 the Owner first provides notice to the Contractor and the Surety that the Owner is considering declaring a Contractor Default. Such notice shall indicate whether the Owner is requesting a conference among the Owner, Contractor and Surety to discuss the Contractor's performance. If the Owner does not request a conference,the Surety may, within five (5) business days after receipt of the Owner's notice, request such a conference. If the Surety timely requests a conference,the Owner shall attend. Unless the Owner agrees otherwise, any conference requested under this Section 3.1 shall be held within ten (10) business days of the Surety's receipt of the The Company executing this bond vouches that this document conforms to American Institute of Architects Document A312,2010 edition Owner's notice. If the Owner,the Contractor and the Surety agree,the Contractor shall be allowed a reasonable time to perform the Construction Contract, but such an agreement shall not waive the Owner's right, if any, subsequently to declare a Contractor Default; .2 the Owner declares a Contractor Default,terminates the Construction Contract and notifies the Surety; and .3 the Owner has agreed to pay the Balance of the Contract Price in accordance with the teens of the Construction Contract to the Surety or to a contractor selected to perform the Construction Contract. §4 Failure on the part of the Owner to comply with the notice requirement in Section 3.1 shall not constitute a failure to comply with a condition precedent to the Surety's obligations, or release the Surety from its obligations, except to the extent the Surety demonstrates actual prejudice. §5 When the Owner has satisfied the conditions of Section 3,the Surety shall promptly and at the Surety's expense take one of the following actions: §5.1 Arrange for the Contractor,with the consent of the Owner,to perform and complete the Construction Contract; §5.2 Undertake to perform and complete the Construction Contract itself,through its agents or independent contractors; §5.3 Obtain bids or negotiated proposals from qualified contractors acceptable to the Owner for a contract for performance and completion of the Construction Contract, arrange for a contract to be prepared for execution by the Owner and a contractor selected with the Owner's concurrence, to be secured with performance and payment bonds executed by a qualified surety equivalent to the bonds issued on the Construction Contract, and pay to the Owner the amount of damages as described in Section 7 in excess of the Balance of the Contract Price incurred by the Owner as a result of the Contractor Default;or §5.4 Waive its right to perform and complete, arrange for completion, or obtain a new contractor and with reasonable promptness under the circumstances: .1 After investigation, determine the amount for which it may be liable to the Owner and, as soon as practicable after the amount is determined,make payment to the Owner;or • .2 Deny liability in whole or in part and notify the Owner,citing the reasons for denial. §6 If the Surety does not proceed as provided in Section 5 with reasonable promptness, the Surety shall be deemed to be in default on this Bond seven days after receipt of an additional written notice from the Owner to the Surety demanding that the Surety perform its obligations under this Bond, and the Owner shall be entitled to enforce any remedy available to the Owner. If the Surety proceeds as provided in Section 5.4, and the Owner refuses the payment or the Surety has denied liability, in whole or in part,without further notice the Owner shall be entitled to enforce any remedy available to the Owner. §7 If the Surety elects to act under Section 5.1, 5.2 or 5.3, then the responsibilities of the Surety to the Owner shall not be greater than those of the Contractor under the Construction Contract, and the responsibilities of the Owner to the Surety shall not be greater than those of the Owner under the Construction Contract. Subject to the commitment by the Owner to pay the Balance of the Contract Price,the Surety is obligated,without duplication, for .1 the responsibilities of the Contractor for correction of defective work and completion of the Construction Contract; .2 additional legal, design professional and delay costs resulting from the Contractor's Default,and resulting from the actions or failure to act of the Surety under Section 5; and .3 liquidated damages, or if no liquidated damages are specified in the Construction Contract, actual damages caused by delayed performance or non-performance of the Contractor. §8 If the Surety elects to act under Section 5.1,5.3 or 5.4,the Surety's liability is limited to the amount of this Bond. §9 The Surety shall not be liable to the Owner or others for obligations of the Contractor that are unrelated to the Construction Contract, and the Balance of the Contract Price shall not be reduced or set off on account of any such unrelated obligations.No right of action shall accrue on this Bond to any person or entity other than the Owner or its heirs, executors, administrators, successors and assigns. §10 The Surety hereby waives notice of any change, including changes of time, to the Construction Contract or to related subcontracts,purchase orders and other obligations. §11 Any proceeding, legal or equitable, under this Bond may be instituted in any court of competent jurisdiction in the location in which the work or part of the work is located and shall be instituted within two years after a declaration of Contractor Default or within two years after the Contractor ceased working or within two years after the Surety refuses or fails The Company executing this bond vouches that this document conforms to American Institute of Architects Document A312,2010 edition 2 to perform its obligations under this Bond,whichever occurs first. If the provisions of this Paragraph are void or prohibited by law,the minimum period of limitation available to sureties as a defense in the jurisdiction of the suit shall be applicable. §12 Notice to the Surety, the Owner or the Contractor shall be mailed or delivered to the address shown on the page on which their signature appears. §13 When this Bond has been furnished to comply with a statutory or other legal requirement in the location where the construction was to be performed, any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted herefrom and provisions conforming to such statutory or other legal requirement shall be deemed incorporated herein. When so furnished,the intent is that this Bond shall be construed as a statutory bond and not as a common law bond. §14 Definitions §14.1 Balance of the Contract Price. The total amount payable by the Owner to the Contractor under the Construction Contract after all proper adjustments have been made, including allowance to the Contractor of any amounts received or to be received by the Owner in settlement of insurance or other claims for damages to which the Contractor is entitled, reduced by all valid and proper payments made to or on behalf of the Contractor under the Construction Contract. §14.2 Construction Contract. The agreement between the Owner and Contractor identified on the cover page, including all Contract Documents and changes made to the agreement and the Contract Documents. §14.3 Contractor Default. Failure of the Contractor, which has not been remedied or waived,to perform or otherwise to comply with a material term of the Construction Contract. §14.4 Owner Default. Failure of the Owner,which has not been remedied or waived,to pay the Contractor as required under the Construction Contract or to perform and complete or comply with the other material terms of the Construction Contract. §14.5 Contract Documents.All the documents that comprise the agreement between the Owner and Contractor. §15 If this Bond is issued for an agreement between a Contractor and subcontractor, the term Contractor in this Bond shall be deemed to be Subcontractor and the teen Owner shall be deemed to be Contractor. §16 Modifications to this bond are as follows: (Space is provided below for additional signatures of added parties, other than those appearing on the cover page.) CONTRACTOR AS PRINCIPAL SURETY Company: (Corporate Seal) Company: (Corporate Seal) Signature: Signature: Name and Title: Name and Title: Address: Address: • The Company executing this bond vouches that this document conforms to American Institute of Architects Document A312,2010 edition 3 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. STATE OF CALIFORNIA ) COUNTY OF SAN FRANCISCO ) On SEP 14 2018 before me, D. B. Diaz,Notary Public Date (Here insert name and title of the officer) personally appeared Emilie Georie NAME(S)OF SIGNER(S) who proved to me on the basis of satisfactory evidence to be the person(s) whose names(*) ishme subscribed to the within instrument and acknowledged to me that he/she/they executed the same in kis/her/their authorized capacity(), and that by las/her/thtaiv signature(s) on the instrument the person(s), or the entity upon behalf of which the person(*) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seaL 0.e.DIAZ Commission#2080751 a m<Y agN Notary Public-California a /3. otox ' San Francisco County Signature of Notary t9 M Comm.Expires Oct 3,2018 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE § 1189 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached,and not the truthfulness,accuracy,or validity of that document. State of Californiaj� County of trQM le On 9��� '�� before me, MO SSa- Date (� Here Insert Name and Title the Officer personally appeared "' �t ({`��rley Name(s)of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s)whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies),and that by his/her/their signature(s)on the instrument the person(s),or the entity upon behalf of which the person(s)acted,executed the instrument. MELISSA WILSON I certify under PENALTY OF PERJURY under the , 7/10- NotaryPublic-California z laws of the State of California that the foregoing Orange County paragraph is true and correct. Commission x 2181164 My Comm.Expires Jan 23,2021 ~ WITNESS my hand and official seal. c 41/Pk ''//_I Signature *-414LW/ Place Notary Seal and/or Stamp Above Signature•of Notary Public OPTIONAL Completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: Signer's Name: ❑ Corporate Officer—Title(s): 0 Corporate Officer—Title(s): ❑ Partner— 0 Limited 0 General 0 Partner— 0 Limited 0 General ❑ Individual 0 Attorney in Fact 0 Individual 0 Attorney in Fact ❑ Trustee 0 Guardian of Conservator ❑ Trustee 0 Guardian of Conservator ❑ Other: 0 Other: Signer is Representing: Signer is Representing: ©2017 National Notary Association ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS:That the ZURICH AMERICAN INSURANCE COMPANY, a corporation of the State of New York, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY,a corporation of the State of Maryland, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND a corporation of the State of Maryland (herein collectively called the "Companies"), by DAVID MCVICKER,Vice President, in pursuance of authority granted by Article V,Section 8,of the By-Laws of said Companies,which are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof, do hereby nominate, constitute,and appoint P.Austin NEFF,Emilie GEORGE and Jessica L.NOWLIN,all of San Francisco,California, EACH its true and lawful agent and Attorney-in-Fact,to make,execute,seal and deliver,for,and on its behalf as surety,and as its act and deed:any and all bonds and undertakings, and the execution of such bonds or undertakings in pursuance of these presents, shall be as binding upon said Companies, as fully and amply, to all intents and purposes, as if they had been duly executed and acknowledged by the regularly elected officers of the ZURICH AMERICAN INSURANCE COMPANY at its office in New York,New York.,the regularly elected officers of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at its office in Owings Mills, Maryland., and the regularly elected officers of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at its office in Owings Mills, Maryland., in their own proper persons. The said Vice President does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article V, Section 8,of the By-Laws of said Companies,and is now in force. IN WITNESS WHEREOF, the said Vice-President has hereunto subscribed his/her names and affixed the Corporate Seals of the said ZURICH AMERICAN INSURANCE COMPANY, COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and FIDELITY AND DEPOSIT COMPANY OF MARYLAND,this 20th day of September,A.D.2017. ATTEST: ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND sy 01-POs it its:17 1\ I +.., tom^ • /1/(./. t? 1 • 8y. Assistant Secretary Vice President Dawn E. Brown David Mc flicker State of Maryland County of Baltimore On this 20th day of September,A.D.2017,before the subscriber,a Notary Public of the State of Maryland,duly commissioned and qualified,DAVID MCVICKER,Vice President,and DAWN E.BROWN,Assistant Secretary, of the Companies,to me personally known to be the individuals and officers described in and who executed the preceding instrument, and acknowledged the execution of same, and being by me duly sworn, deposeth and saith, that he/shc is the said officer of the Company aforesaid,and that the seals affixed to the preceding instrument are the Corporate Seals of said Companies,and that the said Corporate Seals and the signature as such officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations. IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed my Official Seal the day and year first above written. 1.I',IIII``• Constance A.Dunn,Notary Public My Commission Expires:July 9,2019 POA-F 016-05808 EXTRACT FROM BY-LAWS OF THE COMPANIES "Article V, Section 8,Attorneys-in-Fact. The Chief Executive Officer,the President,or any Executive Vice President or Vice President may, by written instrument under the attested corporate seal, appoint attorneys-in-fact with authority to execute bonds, policies, recognizances, stipulations, undertakings, or other like instruments on behalf of the Company, and may authorize any officer or any such attorney-in-fact to affix the corporate seal thereto;and may with or without cause modify of revoke any such appointment or authority at any time." CERTIFICATE I, the undersigned, Vice President of the ZURICH AMERICAN INSURANCE COMPANY, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the foregoing Power of Attorney is still in full force and effect on the date of this certificate;and I do further certify that Article V. Section 8,of the By-Laws of the Companies is still in force. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the ZURICH AMERICAN INSURANCE COMPANY at a meeting duly called and held on the 15th day of December 1998. RESOLVED: "That the signature of the President or a Vice President and the attesting signature of a Secretary or an Assistant Secretary and the Seal of the Company may be affixed by facsimile on any Power of Attorney...Any such Power or any certificate thereof bearing such facsimile signature and seal shall be valid and binding on the Company." This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of May, 1994, and the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 10th day of May, 1990. RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice-President, Secretary,or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company,shall be valid and binding upon the Company with the same force and effect as though manually affixed. IN TESTIMONY E F I ave hereunto subscribed my name and affixed the corporate seals of the said Companies, this day of Sir 4 201 20 wo ocroj4 � _ omit* i . kNc SEAL I. 119 Michael Bond,Vice President TO REPORT A CLAIM WITH REGARD TO A SURETY BOND,PLEASE SUBMIT ALL REQUIRED INFORMATION TO: Zurich American Insurance Co. Attn: Surety Claims 1299 Zurich Way Schaumburg,IL 60196-1056 PAYMENT BOND Bond No.:09267948 Premium Included in Performance Bond Cost CONTRACTOR: SURETY: (Name, legal status and address) (Name, legal status and principal place of business) Econolite Systems,Inc. Fidelity and Deposit Company of Maryland 1250 N.Tustin Ave 1299 Zurich Way Anaheim,CA 92807 Schaumburg,IL 60196 OWNER: (Name, legal status and address) City of Rancho Palos Verdes 30940 Hawthorne Blvd. • Rancho Palos Verdes,CA 90275 CONSTRUCTION CONTRACT Date: October 3,2017 Amount: One Hundred Twenty Five Thousand Forty Nine and 00/100ths Dollars($125,049.00) Description: (Name and location) Public Works Agreement for Traffic Signal Maintenance Services BOND Date: September 14,2018 (Not earlier than Construction Contract Date) Amount: One Hundred Twenty Five Thousand Forty Nine and 00/100ths Dollars($125,049.00) Modifications to this Bond: x None See Section 18 CONTRACTOR AS PRINCIPAL SURETY Company: (Corporate Seal) Company: (Corporate Seal) Econolite Systems,Inc. Fidelity and osit Comp f 'a la Signature: �5. Signature: 4 Name and Title:3r;•►.t Attvi A V? Name and Tit e. milk Geo'• tto -la-Fact (Any additional signatures appear on the last page of this Payment Bond.) (FOR INFORMATION ONLY—Name, address and telephone) AGENT or BROKER: OWNER'S REPRESENTATIVE: Marsh Risk&Insurance Services (Architect, Engineer or other party.) 345 California Street,Suite 1300 San Francisco,CA 94104 (415)743-8588 §1 The Contractor and Surety, jointly and severally, bind themselves, their heirs, executors, administrators, successors and assigns to the Owner to pay for labor, materials and equipment furnished for use in the performance of the Construction Contract,which is incorporated herein by reference,subject to the following terms. §2 If the Contractor promptly makes payment of all sums due to Claimants, and defends, indemnifies and holds harmless the Owner from claims, demands, liens or suits by any person or entity seeking payment for labor, materials or equipment The Company executing this bond vouches that this document conforms to American Institute of Architects Document A312,2010 edition 1 furnished for use in the performance of the Construction Contract,then the Surety and the Contractor shall have no obligation under this Bond. §3 If there is no Owner Default under the Construction Contract, the Surety's obligation to the Owner under this Bond shall arise after the Owner has promptly notified the Contractor and the Surety (at the address described in Section 13) of claims, demands, liens or suits against the Owner or the Owner's property by any person or entity seeking payment for labor,materials or equipment furnished for use in the performance of the Construction Contract and tendered defense of such claims,demands, liens or suits to the Contractor and the Surety. §4 When the Owner has satisfied the conditions in Section 3, the Surety shall promptly and at the Surety's expense defend, indemnify and hold harmless the Owner against a duly tendered claim, demand, lien or suit. §5 The Surety's obligations to a Claimant under this Bond shall arise after the following: §5.1 Claimants,who do not have a direct contract with the Contractor, .1 have furnished a written notice of non-payment to the Contractor, stating with substantial accuracy the amount claimed and the name of the party to whom the materials were, or equipment was, furnished or supplied or for whom the labor was done or performed, within ninety (90) days after having last performed labor or last furnished materials or equipment included in the Claim;and .2 have sent a Claim to the Surety(at the address described in Section 13). §5.2 Claimants, who are employed by or have a direct contract with the Contractor, have sent a Claim to the Surety (at the address described in Section 13). §6 If a notice of non-payment required by Section 5.1.1 is given by the Owner to the Contractor, that is sufficient to satisfy a Claimant's obligation to furnish a written notice of non-payment under Section 5.1.1. §7 When a Claimant has satisfied the conditions of Sections 5.1 or 5.2, whichever is applicable,the Surety shall promptly and at the Surety's expense take the following actions: §7.1 Send an answer to the Claimant, with a copy to the Owner, within sixty (60) days after receipt of the Claim, stating the amounts that are undisputed and the basis for challenging any amounts that are disputed;and §7.2 Pay or arrange for payment of any undisputed amounts. §7.3 The Surety's failure to discharge its obligations under Section 7.1 or Section 7.2 shall not be deemed to constitute a waiver of defenses the Surety or Contractor may have or acquire as to a Claim,except as to undisputed amounts for which the Surety and Claimant have reached agreement. If, however, the Surety fails to discharge its obligations under Section 7.1 or Section 7.2,the Surety shall indemnify the Claimant for the reasonable attorney's fees the Claimant incurs thereafter to recover any sums found to be due and owing to the Claimant. §8 The Surety's total obligation shall not exceed the amount of this Bond, plus the amount of reasonable attorney's fees provided under Section 7.3,and the amount of this Bond shall be credited for any payments made in good faith by the Surety. §9 Amounts owed by the Owner to the Contractor under the Construction Contract shall be used for the performance of the Construction Contract and to satisfy claims, if any, under any construction performance bond. By the Contractor furnishing and the Owner accepting this Bond,they agree that all funds earned by the Contractor in the performance of the Construction Contract are dedicated to satisfy obligations of the Contractor and Surety under this Bond, subject to the Owner's priority to use the funds for the completion of the work. §10 The Surety shall not be liable to the Owner, Claimants or others for obligations of the Contractor that are unrelated to the Construction Contract. The Owner shall not be liable for the payment of any costs or expenses of any Claimant under this Bond, and shall have under this Bond no obligation to make payments to, or give notice on behalf of, Claimants or otherwise have any obligations to Claimants under this Bond. §11 The Surety hereby waives notice of any change, including changes of time, to the Construction Contract or to related subcontracts,purchase orders and other obligations. The Company executing this bond vouches that this document conforms to American Institute of Architects Document A312,2010 edition 2 §12 No suit or action shall be commenced by a Claimant under this Bond other than in a court of competent jurisdiction in the state in which the project that is the subject of the Construction Contract is located or after the expiration of one year from the date (1) on which the Claimant sent a Claim to the Surety pursuant to Section 5.1.2 or 5.2, or (2) on which the last labor or service was performed by anyone or the last materials or equipment were furnished by anyone under the Construction Contract, whichever of(l) or(2) first occurs. If the provisions of this Paragraph are void or prohibited by law, the minimum period of limitation available to sureties as a defense in the jurisdiction of the suit shall be applicable. §13 Notice and Claims to the Surety, the Owner or the Contractor shall be mailed or delivered to the address shown on the page on which their signature appears. Actual receipt of notice or Claims, however accomplished, shall be sufficient compliance as of the date received. §14 When this Bond has been furnished to comply with a statutory or other legal requirement in the location where the construction was to be performed, any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted herefrom and provisions conforming to such statutory or other legal requirement shall be deemed incorporated herein. When so furnished,the intent is that this Bond shall be construed as a statutory bond and not as a common law bond. §15 Upon request by any person or entity appearing to be a potential beneficiary of this Bond,the Contractor and Owner shall promptly furnish a copy of this Bond or shall permit a copy to be made. §16 Definitions §16.1 Claim.A written statement by the Claimant including at a minimum: .1 the name of the Claimant; .2 the name of the person for whom the labor was done, or materials or equipment furnished; .3 a copy of the agreement or purchase order pursuant to which labor, materials or equipment was furnished for use in the performance of the Construction Contract; .4 a brief description of the labor,materials or equipment furnished; .5 the date on which the Claimant last performed labor or last furnished materials or equipment for use in the performance of the Construction Contract; .6 the total amount earned by the Claimant for labor, materials or equipment furnished as of the date of the Claim; .7 the total amount of previous payments received by the Claimant; and .8 the total amount due and unpaid to the Claimant for labor,materials or equipment furnished as of the date of the Claim. §16.2 Claimant. An individual or entity having a direct contract with the Contractor or with a subcontractor of the Contractor to furnish labor, materials or equipment for use in the performance of the Construction Contract. The term Claimant also includes any individual or entity that has rightfully asserted a claim under an applicable mechanic's lien or similar statute against the real property upon which the Project is located. The intent of this Bond shall be to include without limitation in the terms "labor, materials or equipment" that part of water, gas, power, light, heat, oil, gasoline, telephone service or rental equipment used in the Construction Contract, architectural and engineering services required for performance of the work of the Contractor and the Contractor's subcontractors, and all other items for which a mechanic's lien may be asserted in the jurisdiction where the labor, materials or equipment were furnished. §16.3 Construction Contract. The agreement between the Owner and Contractor identified on the cover page, including all Contract Documents and all changes made to the agreement and the Contract Documents. §16.4 Owner Default. Failure of the Owner,which has not been remedied or waived,to pay the Contractor as required under the Construction Contract or to perform and complete or comply with the other material terms of the Construction Contract. §16.5 Contract Documents. All the documents that comprise the agreement between the Owner and Contractor. §17 If this Bond is issued for an agreement between a Contractor and subcontractor,the term Contractor in this Bond shall be deemed to be Subcontractor and the term Owner shall be deemed to be Contractor. The Company executing this bond vouches that this document conforms to American Institute of Architects Document A312,2010 edition 3 §18 Modifications to this bond are as follows: (Space is provided below for additional signatures of added parties, other than those appearing on the cover page.) CONTRACTOR AS PRINCIPAL SURETY Company: (Corporate Seal) Company: (Corporate Seal) Signature: Signature: Name and Title: Name and Title: Address: Address: The Company executing this bond vouches that this document conforms to American Institute of Architects Document A312,2010 edition 4 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. STATE OF CALIFORNIA ) COUNTY OF SAN FRANCISCO ) SEP 1. On 201$ before me, Diaz,Notary D. B. Public Date (Here insert name anti title of the officer) personally appeared Emilie GeorEe NAME(S)OF SIGNER(S) who proved to me on the basis of satisfactory evidence to be the person(s) whose names(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in kis/her/Melt authorized capacityO, and that by his/her/fix signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seaL �< D.B.DIAZ Commission#2080751 z �'1` Notary Public.California i toZ '4' San Francisco County r Signature of Notary p �� M Comm.Expires Oct 3,2018 i - CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE §1189 ! d A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached,and not the truthfulness,accuracy,or validity of that document. State of California County of Or t7A1¢Q, On q ' i<' before me, fneII a L4 on , N1E'cu✓ P14/1C Date Here Insert Name and Titleof the Officer personally appeared 6(14 n gwe rby Name(s)of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s)whose name(s)is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s)on the instrument the person(s), or the entity upon behalf of which the person(s)acted, executed the instrument. I certify under PENALTY OF PERJURY under the �, ;;�Tt�4eMELISSA WILSON laws of the State of California that the foregoing r`: NotaryPublic-California Oran paragraph is true and correct.J ga County g_ r4 Commission#2181764 MyComrn.€xpiresJan23,2021 WITNESS my hand and official seal. • Signature `/41 4kc Place Notary Seal and/or Stamp Above Signature of Notary Public OPTIONAL Completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies)Claimed by Signer(s) Signer's Name: Signer's Name: o Corporate Officer—Title(s): 0 Corporate Officer—Title(s): o Partner— ❑ Limited ❑ General ❑ Partner— 0 Limited 0 General ❑ Individual 0 Attorney in Fact 0 Individual 0 Attorney in Fact ❑ Trustee ❑ Guardian of Conservator 0 Trustee 0 Guardian of Conservator ❑ Other: 0 Other: Signer is Representing: Signer is Representing: ©2017 National Notary Association , ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND . POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS:That the ZURICH AMERICAN INSURANCE COMPANY,a corporation of the State of New York,the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, a corporation of the State of Maryland, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND a corporation of the State of Maryland (herein collectively called the "Companies"), by DAVID MCVICKER,Vice President,in pursuance of authority granted by Article V, Section 8,of the By-Laws of said Companies,which are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof, do hereby nominate, constitute, and appoint P.Austin NEFF, Emilie GEORGE and Jessica L.NOWLIN, all of San Francisco, California, EACH its true and lawful agent and Attorney-in-Fact,to make,execute,seal and deliver,for,and on its behalf as surety,and as its act and deed:any and all bonds and undertakings, and the execution of such bonds or undertakings in pursuance of these presents, shall be as binding upon said Companies, as fully and amply, to all intents and purposes, as if they had been duly executed and acknowledged by the regularly elected officers of the ZURICH AMERICAN INSURANCE COMPANY at its office in New York,New York., the regularly elected officers of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at its office in Owings Mills, Maryland., and the regularly elected officers of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at its office in Owings Mills, Maryland., in their own proper persons. The said Vice President does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article V,Section 8,of the By-Laws of said Companies,and is now in force. IN WITNESS WHEREOF, the said Vice-President has hereunto subscribed his/her names and affixed the Corporate Seals of the said ZURICH AMERICAN INSURANCE COMPANY, COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and FIDELITY AND DEPOSIT COMPANY OF MARYLAND,this 20th day of September,A.D.2017. ATTEST: ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND wytr� o nevi, (! \ �00#7 f p nw 47a`� ill f i/ , ' /� Assistant Secretary Vice President Dawn E.Brown David McVicker State of Maryland County of Baltimore On this 20th day of September,A.D. 2017,before the subscriber,a Notary Public of the State of Maryland,duly commissioned and qualified, DAVID MCVICKER,Vice President,and DAWN E.BROWN,Assistant Secretary,of the Companies,to me personally known to be the individuals and officers described in and who executed the preceding instrument, and acknowledged the execution of same,and being by me duly sworn,deposeth and saith,that he/she is the said officer of the Company aforesaid,and that the seals affixed to the preceding instrument are the Corporate Seals of said Companies,and that the said Corporate Seals and the signature as such officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations. IN TESTIMONY WI IEREOF,I have hereunto set my hand and affixed my Official Seal the day and year first above written. '• - ; j: i:it �' .,nrq� .• Zhnµ„ `. Constance A.Dunn,Notary Public My Commission Expires:July 9,2019 POA-F 016-0580B EXTRACT FROM BY-LAWS OF THE COMPANIES "Article V,Section 8,Attorneys-in-Fact. The Chief Executive Officer,the President,or any Executive Vice President or Vice President may, by writ-ten instrument under the attested corporate seal, appoint attorneys-in-fact with authority to execute bonds, policies, recognizances, stipulations, undertakings, or other like instruments on behalf of the Company, and may authorize any officer or any such attorney-in-fact to affix the corporate seal thereto;and may with or without cause modify of revoke any such appointment or authority at any time." CERTIFICATE I, the undersigned, Vice President of the ZURICH AMERICAN INSURANCE COMPANY, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hcrcby certify that the foregoing Power of Attorney is still in full force and effect on the date of this certificate;and I do further certify that Article V,Section 8,of the By-Laws of the Companies is still in force. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the ZURICH AMERICAN INSURANCE COMPANY at a meeting duly called and held on the 15th day of December 1998. RESOLVED: "That the signature of the President or a Vice President and the attesting signature of a Secretary or an Assistant Secretary and the Seal of the Company may be affixed by facsimile on any Power of Attorney...Any such Power or any certificate thereof bearing such facsimile signature and seal shall be valid and binding on the Company." This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of May, 1994, and the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 10th day of May, 1990. RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice-President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company,shall be valid and binding upon the Company with the same force and effect as though manually affixed. IN TESTIMONttHjj��EREO£ I have hereunto subscribed my name and affixed the corporate seals of the said Companies, this day of r 2018,20_ 9rpcs.. r' ''� 3 s 3 a wr MO 1zs 1098 BEAD LL0i2J Michael Bond,Vice President TO REPORT A CLAIM WITH REGARD TO A SURETY BOND,PLEASE SUBMIT ALL REQUIRED INFORMATION TO: Zurich American Insurance Co. Attn: Surety Claims 1299 Zurich Way Schaumburg,IL 60196-1056