Loading...
CC SR 20250520 E - Yunex Traffic Signal Maintenance Amendment 1 CITY COUNCIL MEETING DATE: 05/20/2025 AGENDA REPORT AGENDA HEADING: Consent Calendar AGENDA TITLE: Consideration to approve Amendment No. 1 to the professional services agreement with Yunex, LLC. for traffic signal maintenance. RECOMMENDED COUNCIL ACTION: (1) Approve Amendment No. 1 to the professional services agreement (PSA) with Yunex, LLC. for traffic signal maintenance and related services, increasing the not-to-exceed amount for the initial three-year term by $60,325 from $420,000 to $480,325 while maintaining a 15% contingency; (2) Authorize the Mayor and City Clerk to execute Amendment No. 1, in a form approved by the City Attorney; and (3) Approve an additional appropriation of $60,325 for Fiscal Year 2024-25 from 1911 Street Lighting Act Fund. FISCAL IMPACT: The approved Fiscal Year (FY) 2024 -25 budget for monthly routine maintenance, extraordinary maintenance and emergency response for traffic signals and illuminated street name sign replacement is $240,000 from the 1911 Street Lighting Act Fund (1911 Act Fund); and the recommended action will result in an additional appropriation of $60,325 for a new total of $300,325 from the 1911 Act Fund. The 1911 Act Fund is a Special Revenue Fund that is restricted for funding streetlight and traffic signal operations, maintenance, and capital improvement costs. Each fiscal year including FY 2024-25, the City receives approximately $967,000 in annual revenue for the 1911 Act Fund. Over the past three years, the City has spent approximately $500,000 each fiscal year on operations and maintenance work, as well as approximately $300,000 per year on capital improvements. This brings the total average annual expenditure to approximately $800,000. After factoring in the expenses incurred this fiscal year, the current 1911 Act fund estimated balance is $1.9 million. Staff projects that with the recommended Council action, the annual revenue and current balance is sufficient for operations, maintenance, and capital improvements of streetlights and traffic signals for the foreseeable future. VR 1 Amount Budgeted: $240,000 Additional Appropriation: $60,325 Account Number(s): 211-400-0000-5201 (1911 Act Street Lighting-Repairs & Maint.) VR ORIGINATED BY: Noel Casil, PE, TE, PTOE, Senior EngineerNVC REVIEWED BY: Deanna Fraley, PE, Principal / City Engineer Ramzi Awwad, Public Works Director APPROVED BY: Ara Mihranian, AICP, City Manager ATTACHED SUPPORTING DOCUMENTS: A. Amendment No.1 to Professional Services Agreement with Yunex, LLC. (page A-1) B. Existing Professional Services Agreement with Yunex, LLC. (page B-1) BACKGROUND AND DISCUSSION: As a department in a contract city, the Public Works Department relies on consultants to augment City Staff in providing various services. On June 20, 2023, the City Council approved a professional services agreement (PSA) with Yunex, LLC (Yunex) for traffic signal maintenance and related services in the amount of $420,000 plus a 15% contingency over a three-year term with one optional three-year extension. The contracted Scope of Services for the maintenance of the citywide traffic signal system includes the following: • Monthly inspection, testing, checking, verification, examination, confirmation, cleaning, and associated work including record keeping • Extraordinary maintenance and emergency response services including responding to burnt bulbs, signal reset, emergency callout and other work requested by the City is not covered under monthly routine maintenance • Replacement of illuminated street name (ISN) signs to the specifications of the City, on an as-needed basis as requested by the City In FY 2024-25, Public Works replaced ISN signs for various signals and responded to numerous traffic signal emergencies including the knockdown of a traffic signal cabinet near the entrance of Peninsula High School at the intersection of Silver Spur Road and Basswood Avenue. While significant Staff efforts were made to complete all work within the original budget, actual field conditions and unforeseen incidents resulted in the need for additional budget. Emergency Traffic Cabinet Replacement at Silver Spur Road and Basswood Avenue On December 5, 2024, the traffic signal cabinet at Silver Spur Road and Basswood Avenue was hit and damaged, resulting in total loss. Yunex responded to the incident and installed a temporary cabinet “on loan” to the City. The cost to permanently replace the 2 traffic signal cabinet is estimated to be $31,250. Full traffic signal functionality of the intersection of Silver Spur Road and Basswood Avenue is critical since the north leg of the intersection serves as the main entry to Peninsula High School. Replacement of the damaged traffic signal cabinet assembly is not covered in the planned monthly maintenance costs and is considered an extraordinary cost. The collision resulting in the need to replace the signal cabinet was a “hit -and-run” collision; therefore, Staff have been unable to pursue reimbursement from the insurance provider of the vehicle that caused the damage. However, Staff are in the process of filing for reimbursement through the City’s insurance program with California Joint Powers Insurance Authority (CJPIA). Various steps are needed to process this claim and due to the time sensitive nature of this traffic signal cabinet replacement, Staff is seeking an immediate replacement via an additional appropriation while the insurance claim is being processed. As part of the budget process, Staff estimated expected extraordinary costs based on data trends from the prior few years. However, the cost to replace the cabinet exceeds the estimated budget, because it is a rare occurrence and was not expected based on trends from the prior few years. Subject to the City Council’s approval of Amendment 1 to the Yunex PSA and approval of the requested budget appropriation, Staff expect procurement of the replacement traffic signal cabinet to commence immediately upon approval and anticipate completion date of June 2025. Illuminated Street Name (ISN) Sign Replacements In February 2024, Staff estimated the cost of replacing old and damaged ISN signs at various signalized intersection locations throughout the City to be $150,000. This was included in the approved FY 2024-25 operating budget for traffic signal maintenance and operations. On February 5, 2025, the ISN replacement work was completed ahead of schedule; however, the total cost for the work was $179,075, which exceeded the budget by $29,075 because of the addition of the intersection of Hawthorne Boulevard at Crest Road due to the deteriorating condition of the ISN sign requiring immediate attention. Staff did not seek City Council approval for an additional appropriation and PSA amendment at that time because the remaining available budget for extraordinary, emergency, and after-hours maintenance appeared sufficient for the remainder of the fiscal year based on recent trends. Subsequently, a higher volume of extraordinary and emergency repairs than normal was needed, which now means that an additional appropriation will be needed for the remainder of FY2024-25. CONCLUSION: Based on the extenuating circumstances described above, Staff recommends that the City Council appropriate an additional of $60,325 from 1911 Street Lighting Act funds and approve Amendment 1 to the Yunex PSA for traffic signal maintenance (Attachment A). 3 ALTERNATIVES: In addition to Staff recommendation, the following alternative action s are available for the City Council’s consideration: 1. Do not approve the additional appropriation and amendment to the professional services agreement. This action may lead to signal failure if the loaned traffic signal equipment fails, and a new replacement is not procured promptly by the City. 2. Take other action, as deemed appropriate. 4 - 1 - AMENDMENT NO. 1 TO AGREEMENT FOR PROFESSIONAL SERVICES THIS AMENDMENT to that certain AGREEMENT FOR PROFESSIONAL SERVICES (“Amendment No. 1”) by and between the CITY OF RANCHO PALOS VERDES, a California municipal corporation (“City”) and YUNEX, LLC, a Delaware limited liability company ("Consultant") is effective as of May 6, 2025. RECITALS A. City and Consultant entered into that certain Agreement for Professional Services dated June 20, 2023 (“Agreement”) whereby Consultant agreed to perform maintenance of the City’s traffic signal system for an initial Term of three years and a not-to-exceed Contract Sum of $420,000, with the option to extend the Term by one additional three-year term. B. City and Consultant now desire to amend the Agreement to increase the Contract Sum by an additional $60,325 to cover the cost of services incurred and soon to be incurred during the second contract year (FY24-25), for a not-to-exceed total Contract of Sum of $480,325. TERMS 1. Contract Changes. The Agreement is amended as provided herein. Deleted text is indicated in strikethrough and added text in bold italics. Section 2.1, Contract Sum, is amended to read: “Subject to any limitations set forth in this Agreement, City agrees to pay Consultant 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 $420,000 (Four Hundred Twenty Thousand Dollars) $480,325 (Four Hundred Eighty Thousand Three Hundred Twenty Five Dollars) (the “Contract Sum”), unless additional compensation is approved pursuant to Section 1.9. Method of Compensation.” 2. Continuing Effect of Agreement. Except as amended by this 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. 1, whenever the term “Agreement” appears in the Agreement, it shall mean the Agreement, as amended by this Amendment No. 1 to the Agreement. 3. Affirmation of Agreement; Warranty Re Absence of Defaults. City and Consultant 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. A-1 - 2 - Consultant represents and warrants to City that, as of the date of this Amendment No. 1, 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 Consultant that, as of the date of this Amendment No. 1, Consultant 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. 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 No. 1. 5. Authority. The persons executing this Amendment No. 1 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 Amendment No. 1 on behalf of said party, (iii) by so executing this Amendment No. 1, such party is formally bound to the provisions of this Amendment No. 1, and (iv) the entering into this Amendment No. 1 does not violate any provision of any other agreement to which said party is bound. [SIGNATURES ON FOLLOWING PAGE] A-2 - 3 - IN WITNESS WHEREOF, the parties hereto have executed this Amendment No. 1 on the date and year first-above written. CITY: CITY OF RANCHO PALOS VERDES, a municipal corporation David L. Bradley, Mayor ATTEST: Teresa Takaoka, City Clerk APPROVED AS TO FORM: ALESHIRE & WYNDER, LLP William W. Wynder, City Attorney CONSULTANT: YUNEX, LLC, a Delaware corporation By: Name: Steven Teal Title: Director of Service By: Name: Michael J. Hutchens Title: West Operations Manager Address: 2250 Business Way Riverside, CA 92501 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. A-3 01203.0023/1056243.1 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT STATE OF CALIFORNIA COUNTY OF LOS ANGELES On __________, 2025 before me, ________________, personally appeared ________________, 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 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. Signature: _____________________________________ 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 CORPORATE OFFICER _______________________________ TITLE(S) PARTNER(S) LIMITED GENERAL ATTORNEY-IN-FACT TRUSTEE(S) GUARDIAN/CONSERVATOR OTHER_______________________________ ______________________________________ SIGNER IS REPRESENTING: (NAME OF PERSON(S) OR ENTITY(IES)) _____________________________________________ _____________________________________________ ___________________________________ TITLE OR TYPE OF DOCUMENT ___________________________________ NUMBER OF PAGES ___________________________________ DATE OF DOCUMENT ___________________________________ SIGNER(S) OTHER THAN NAMED ABOVE 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. A-4 01203.0023/1056243.1 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT STATE OF CALIFORNIA COUNTY OF LOS ANGELES On __________, 2025 before me, ________________, personally appeared ________________, 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 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. Signature: _____________________________________ 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 CORPORATE OFFICER _______________________________ TITLE(S) PARTNER(S) LIMITED GENERAL ATTORNEY-IN-FACT TRUSTEE(S) GUARDIAN/CONSERVATOR OTHER_______________________________ ______________________________________ SIGNER IS REPRESENTING: (NAME OF PERSON(S) OR ENTITY(IES)) _____________________________________________ _____________________________________________ ___________________________________ TITLE OR TYPE OF DOCUMENT ___________________________________ NUMBER OF PAGES ___________________________________ DATE OF DOCUMENT ___________________________________ SIGNER(S) OTHER THAN NAMED ABOVE 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. A-5 PROFESSIONAL SERVICES AGREEMENT By and Between CITY OF RANCHO PALOS VERDES and YUNEX,LLC 0 l 203.0006/898723. l B-1 AGREEMENT FOR PROFESSIONAL SERVICES BETWEEN THE CITY OF RANCHO PALOS VERDES AND YUNEX,LLC THIS AGREEMENT FOR PROFESSIONAL SERVICES ("Agreement") is made and entered into on June 20, 2023 by and between the CITY OF RANCHO PALOS VERDES, a California municipal corporation ("City") and YUNEX, LLC, a Delaware limited liability company ("Consultant"). City and Consultant may be referred to, individually or collectively, as "Party" or "Parties." RECITALS A. City has sought, by issuance of a Request for Proposals, the performance of the services defined and described particularly in Article I of this Agreement. B. Consultant, following submission of a proposal for the performance of the services defined and described particularly in Article I of this Agreement, was selected by the City to perform those services. C. Pursuant to the City of Rancho Palos Verdes Municipal Code, City has authority to enter into and execute this Agreement. D. The Parties desire to formalize the selection of Consultant for performance of those services defined and described particularly in Article I of this Agreement and desire that the terms of that performance be as particularly defined and described herein. 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. SERVICES OF CONSULTANT 1.1 Scope of Services. In compliance with all terms and conditions of this Agreement, the Consultant shall provide those services specified in the "Scope of Services", as stated in the Proposal, 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 Agreement, Consultant represents and warrants that it has the qualifications, experience, and facilities necessary to properly perform the services required under this Agreement in a thorough, competent, and professional manner, and is experienced in performing the work and services contemplated herein. Consultant shall at all times faithfully, competently and to the best of its ability, experience and talent, perform all services described herein. Consultant 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 0 I 203.0006/898723.1 B-2 intended. For purposes of this 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 Consultant's Proposal. The Scope of Service shall include the Consultant's Proposal which shall be incorporated herein by this reference as though fully set forth herein. In the event of any inconsistency between the terms of such Proposal and this Agreement, the terms of this Agreement shall govern. 1.3 Compliance with Law. Consultant 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 California Labor Law. If the Scope of Services includes any "public work" or "maintenance work," as those terms are defined in California Labor Code section 1720 et seq. and California Code of Regulations, Title 8, Section 16000 et seq., and if the total compensation is $1,000 or more, Consultant shall pay prevailing wages for such work and comply with the requirements in California Labor Code section 1770 et seq. and 1810 et seq., and all other applicable laws, including the following requirements: (a) Public Work. The Parties acknowledge that some or all of the work to be performed under this Agreement is a "public work" as defined in Labor Code Section 1720 and that this 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 Industt'ial Relations ("DIR") implementing such statutes. The work performed under this Agreement is subject to compliance monitoring and enforcement by the DIR. Consultant shall post job site notices, as prescribed by regulation. (b) Prevailing Wages. Consultant 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 Agreement, Consultant acknowledges receipt of a copy of the DIR determination of the prevailing rate of per diem wages, and Consultant shall post a copy of the same at each job site where work is performed under this Agreement. (c) Penalty for Failure to Pay Prevailing Wages. Consultant 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 01203.0006/898723. l 2 B-3 Consultant shall, as a penalty to the City, forfeit $200 (two hundred dollars) 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 Agreement by Consultant or by any subcontractor. (d) Payroll Records . Consultant shall comply with and be bound by the provisions of Labor Code Section 1776, which requires Consultant and each subconsultant to: keep accurate payroll records and verify such records in writing under penalty of pe1jury , 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. Consultant shall comply with and be bound by the provisions of Labor Code Sections 1777.5, 1777.6, and I 777 .7 and California Code of Regulations Title 8, Section 200 et seq . concerning the employment of apprentices on public works projects. Consultant shall be responsible for compliance with these aforementioned Sections for all apprenticeable occupations. Prior to commencing work under this Agreement, Consultant shall provide City with a copy of the information submitted to any applicable apprenticeship program. Within 60 (sixty) days after concluding work pursuant to this Agreement, Consultant and each of its subconsultants shall submit to the City a verified statement of the journeyman and apprentice hours performed under this Agreement. (f) Eight-Hour Work Day. Consultant acknowledges that 8 (eight) hours labor constitutes a legal day's work. Consultant shall comply with and be bound by Labor Code Section 1810. (g) Penalties for Excess Hours . Consultant shall comply with and be bound by the provisions of Labor Code Section 1813 concerning penalties for workers who work excess hours . The Consultant shall , as a penalty to the City, forfeit $25 (twenty five dollars for each worker employed in the performance of this Agreement by the Consultant or by any subcontractor for each calendar day during which such worker is required or permitted to work more than 8 (eight) hours in any one calendar day and 40 (forty) 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 Consultant in excess of 8 (eight) hours per day, and 40 (forty) 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 1 ½ ( one and one half) 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, Consultant 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." 0 I 203 .0006/898723 . I 3 B-4 (i) Consultant's Responsibility for Subcontractors. For every subcontractor who will perform work under this Agreement, Consultant 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 Agreement. Consultant 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 ce1tified 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. Consultant shall diligently take corrective action to halt or rectify any such failure by any subcontractor. 1.5 Licenses, Permits, Fees and Assessments. Consultant shall obtain at its sole cost and expense such license s, permits and approvals as may be required by law for the performance of the services required by this Agreement. Consultant 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 Consultant's performance of the services required by this 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. By executing this Agreement, Consultant warrants that Consultant (i) has thoroughly investigated and considered the scope of services 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 Agreement. If the services involve work upon any site, Consultant warrants that Consultant has or will investigate the site and is or will be fully acquainted with the conditions there existing, prior to commencement of services hereunder. Should the Consultant discover any latent or unknown conditions, which will materially affect the performance of the services hereunder, Consultant shall immediately inform the City of such fact and shall not proceed except at Consultant's risk until written instructions are received from the Contract Officer in the form of a Change Order. 1.7 Care of Work. The Consultant shall adopt reasonable methods during the life of the 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 may be caused by City's own negligence. 0 I 203.0006/898723.1 4 B-5 • 1.8 Further Responsibilities of Parties. Both parties agree to use reasonable care and diligence to perform their respective obligations under this 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 Agreement. Unless hereafter specified, neither party shall be responsible for the service of the other. 1.9 Additional Services. City shall have the right at any time during the performance of the services , without invalidating this Agreement, to order extra work beyond that specified in the Scope of Services 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 Consultant, incorporating therein any adjustment in (i) the Contract Sum for the actual costs of the extra work, and/or (ii) the time to perform this Agreement, which said adjustments are subject to the written approval of the Consultant. Any increase in compensation of up to 15% (fifteen percent) of the Contract Sum; or, in the time to perform of up to 90 (ninety) days, may be approved by the Contract Officer through a written Change Order. Any greater increases, taken either separately or cumulatively, must be approved by the City Council. It is expressly understood by Consultant that the provisions of this Section shall not apply to services specifically set forth in the Scope of Services. Consultant hereby acknowledges that it accepts the risk that the services to be provided pursuant to the Scope of Services may be more costly or time consuming than Consultant anticipates and that Consultant shall not be entitled to additional compensation therefor. City may in its sole and absolute discretion have similar work done by other Consultants. No claims for an increase in the Contract Sum or time for performance shall be valid unless the procedures established in this Section are followed. If in the performance of the contract scope, the Consultant becomes aware of material defects in the scope, duration or span of the contract or the Consultant becomes aware of extenuating circumstance that will or could prevent the completion of the contract, on time or on budget, the Consultant shall inform the Contracting Officer of an anticipated Change Order. This proposed change order will stipulate, the facts surrounding the issue, proposed solutions, proposed costs and proposed schedule impacts . 1.10 Special Requirements. Additional terms and conditions of this Agreement, if any , which are made a pati 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 Agreement, the provisions of Exhibit "B" shall govern. 01203 .0006/898723 . l 5 B-6 ARTICLE 2. COMPENSATION AND METHOD OF PAYMENT. 2.1 Contract Sum. Subject to any limitations set forth in this Agreement, City agrees to pay Consultant 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 $420,000 (Four Hundred Twenty Thousand Dollars) (the "Contract Sum"), unless additional compensation is approved pursuant to Section 1.9. Method of Compensation. 2.2 Method of Compensation. (a) 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; (iii) payment for time and materials based upon the Consultant's rates as specified in the Schedule of Compensation, provided that (a) time estimates are provided for the performance of sub tasks, and (b) the Contract Sum is not exceeded; or (iv) such other methods as may be specified in the Schedule of Compensation. (b) A retention of I 0% shall be held from each payment as a contract retention to be paid as part of the final payment upon satisfactory and timely completion of services. This retention shall not apply for on-call agreements for continuous services or for agreements for scheduled routine maintenance of City property or City facilities. 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 Consultant 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 Consultant is required to attend additional meetings to facilitate such coordination, Consultant shall not be entitled to any additional compensation for attending said meetings. 2.4 Invoices. Each month Consultant shall furnish to City an original invoice, using the City template, or in a format acceptable to the City, 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 Agreement, Consultant is certifying compliance with all provisions of the 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. Consultant shall not invoice City for any duplicate services performed by more than one person. 0 I 203.0006/898723.1 6 B-7 City shall independently review each invoice submitted by the Consultant to determine whether the work performed and expenses incurred are in compliance with the provisions of this Agreement. Except as to any charges for work performed or expenses incurred by Consultant which are disputed by City, or as provided in Section 7.3, City will use its best efforts to cause Consultant to be paid within 45 (forty-five) days of receipt of Consultant's correct and undisputed invoice; however, Consultant 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 any charges or expenses are disputed by City, the original ·invoice shall be returned by City to Consultant for correction and resubmission. Review and payment by City for any invoice provided by the Consultant shall not constitute a waiver of any rights or remedies provided herein or any applicable law. 2.5 Waiver. Payment to Consultant for work performed pursuant to this Agreement shall not be deemed to waive any defects in work performed by Consultant. ARTICLE 3. PERFORMANCE SCHEDULE 3.1 Time of Essence. Time is of the essence in the performance of this Agreement. 3.2 Schedule of Performance. Consultant shall commence the services pursuant to this 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 Consultant, extensions to the time period(s) specified in the Schedule of Performance may be approved in writing by the Contract Officer through a Change Order, but not exceeding 60 (sixty) 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 Agreement shall be extended because of any delays due to unforeseeable causes beyond the control and without the fault or negligence of the Consultant, 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 Consultant shall within 10 (ten) 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 Agreement. In no event shall Consultant be entitled to recover damages against the City for any delay in the performance of 0 l 203 .0006/898723 . l 7 B-8 this Agreement, however caused, Consultant's sole remedy being extension of the Agreement pursuant to this Section. 3.4 Term. Unless earlier terminated in accordance with Article 7 of this Agreement, this Agreement shall continue in full force and effect until completion of the services but not exceeding June 30, 2026, except as otherwise provided in the Schedule of Performance (Exhibit "D"). The City may, in its discretion, extend the Term by one additional three-year term. ARTICLE 4. COORDINATION OF WORK 4.1 Representatives and Personnel of Consultant. The following principals of Consultant ("Principals") are hereby designated as being the principals and representatives of Consultant authorized to act in its behalf with respect to the work specified herein and make all decisions in connection therewith: Steven Teal (Name) Michael J. Hutchens (Name) Director of Service (Title) West Operations Manager (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 Agreement. Therefore, the foregoing principals shall be responsible during the term of this Agreement for directing all activities of Consultant and devoting sufficient time to personally supervise the services hereunder. All personnel of Consultant, and any authorized agents, shall at all times be under the exclusive direction and control of the Principals. For purposes of this Agreement, the foregoing Principals may not be replaced nor may their responsibilities be substantially reduced by Consultant without the express written approval of City. Additionally, Consultant shall utilize only the personnel included in the Proposal to perform services pursuant to this Agreement. Consultant shall make every reasonable effo1t to maintain the stability and continuity of Consultant's staff and subcontractors, if any, assigned to perform the services required under this Agreement. Consultant shall notify City of any changes in Consultant's staff and subcontractors, if any, assigned to perform the services required under this Agreement, prior to and during any such performance. City shall have the right to approve or reject any proposed replacement personnel, which approval shall not be unreasonably withheld. 4.2 Status of Consultant. Consultant 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 Agreement or is otherwise expressly conferred in 0 I 203.0006/898723. I 8 B-9 writing by City. Consultant shall not at any time or in any manner represent that Consultant or any of Consultant's officers, employees, or agents are in any manner officials, officers, employees or agents of City. Neither Consultant, nor any of Consultant'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. Consultant expressly waives any claim Consultant may have to any such rights. 4.3 Contract Officer. The Contract Officer shall be Ramzi Awwad, Director of Public Works, or such person as the Director may designate. It shall be the Consultant's responsibility to assure that the Contract Officer is kept informed of the progress of the performance of the services and the Consultant 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 Agreement. 4.4 Independent Consultant. Neither the City nor any of its employees shall have any control over the manner, mode or means by which Consultant, 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 Consultant's employees, servants, representatives or agents, or in fixing their number, compensation or hours of service. Consultant 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. Consultant 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 Consultant in its business or otherwise or a joint venturer or a member of any joint enterprise with Consultant. 4.5 Prohibition Against Subcontracting or Assignment. The experience, knowledge, capability and reputation of Consultant, its principals and employees were a substantial inducement for the City to enter into this Agreement. Therefore, Consultant 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 included in the Proposal are deemed approved. In addition, neither this 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 25% (twenty five percent) of the present ownership and/or control of Consultant, taking all transfers into account on a cumulative basis. In the event of any such unapproved transfer, including any bankruptcy proceeding, this Agreement shall be void. No approved transfer shall release the Consultant or any surety of Consultant of any liability hereunder without the express consent of City. 0 l 203.0006/898723. l 9 B-10 ARTICLE 5. INSURANCE AND INDEMNIFICATION 5.1 Insurance Coverages. Without limiting Consultant's indemnification of City, and prior to commencement of any services under this Agreement, Consultant shall obtain, provide and maintain at its own expense during the term of this Agreement, policies of insurance of the type and amounts described below and in a form satisfactory to City. (a) General liability insurance. Consultant 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 $1,000,000 per occurrence, $2,000,000 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. Consultant 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 Consultant arising out of or in connection with Services to be performed under this 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. Consultant shall maintain professional liability insurance that covers the Services to be performed in connection with this 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 Agreement and Consultant agrees to maintain continuous coverage through a period no less than three (3) years after completion of the services required by this Agreement. (d) Workers' compensation insurance. Consultant shall maintain Workers' Compensation Insurance (Statutory Limits) and Employer's Liability Insurance (with limits of at least $1,000,000). (e) Subcontractors . Consultant 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. Consultant 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 01203 .0006/898723 . I 10 B-11 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 Agreement. City reserves the right to require complete, certified copies of all required insurance policies, at any time. (b) Duration of coverage. Consultant shall procure and maintain for the duration of this 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 Consultant, its agents, representatives, employees or subconsultants. (c) Primary/noncontributing. Coverage provided by Consultant 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 Agreement does not comply with these specifications or is canceled and not replaced, City has the right but not the duty to obtain and continuously maintain the insurance it deems necessary and any premium paid by City will be promptly reimbursed by Consultant or City will withhold amounts sufficient to pay premium from Consultant payments. In the alternative, City may cancel this 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 agreement shall be endorsed to waive subrogation against City, its elected or appointed officers, agents, officials, employees and volunteers or shall specifically allow Consultant or others providing insurance evidence in compliance with these specifications to waive their right of recovery prior to a loss. Consultant hereby waives its own right of recovery against City, and shall require similar written express waivers and insurance clauses from each of its subconsultants. (g) Enforcement of contract prov1s1ons (non-estoppel). Consultant acknowledges and agrees that any actual or alleged failure on the part of the City to inform Consultant 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 0 I 203 0006/898723.1 11 B-12 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 patty or insured to be all inclusive, or to the exclusion of other coverage, or a waiver of any type. If the Consultant maintains higher limits than the minimums shown above, the City requires and shall be entitled to coverage for the higher limits maintained by the Consultant. 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. Consultant agrees to oblige its insurance agent or broker and insurers to provide to City with a 30 (thirty) day notice of cancellation (except for nonpayment for which a 10 (ten) day notice is required) or nonrenewal of coverage for each required coverage. U) 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. (I) Separation of insureds. A severability of interests provision must apply for all additional insureds ensuring that Consultant'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. Consultant 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 Consultant, provide the same minimum insurance coverage and endorsements required of Consultant. Consultant 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. Consultant agrees that upon request, all 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 Consultant 90 (ninety) days advance written notice of such change. If such change results in substantial additional cost to the Consultant, the City and Consultant may renegotiate Consultant'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. 01203.0006/898723.1 12 B-13 (p) Timely notice of claims. Consultant shall give City prompt and timely notice of claim s made or suits instituted that arise out of or result from Consultant's performance under this Agreement, and that involve or may involve coverage under any of the-required liability policies . (q) Additional insurance. Consultant 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 , Consultant 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 pei"sons 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 Consultant, its officers , employees, agents , subcontractors, or invitees , or any individual or entity for which Consultant is legally liable ("indemnitors"), or arising from Consultant's or indemnitors ' reckless or willful misconduct, or arising from Consultant's or indemnitors ' negligent performance of or failure to perform any term , provision, covenant or condition of this Agreement, and in connection therewith: (a) Consultant 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) Consultant 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 Consultant hereunder; and Consultant 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 patty to any action or proceeding filed or prosecuted against Consultant 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 Consultant hereunder, Consultant 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. Consultant shall incorporate similar indemnity agreements with its subcontractors and if it fails to do so Consultant 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 Consultant in the performance of professional 0 I 203 .0006/898723 . I 13 B-14 services 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 Consultant and shall survive termination of this Agreement. ARTICLE 6. RECORDS, REPORTS, AND RELEASE OF INFORMATION 6.1 Records. Consultant shall keep, and require subcontractors to keep, such ledgers, books of accounts, invoices, vouchers, canceled checks, reports, studies 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 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 three (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 Consultant's business, custody of the books and records may be given to City, and access shall be provided by Consultant's successor in interest. Notwithstanding the above, the Consultant 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. Consultant shall periodically prepare and submit to the Contract Officer such reports concerning the performance of the services required by this Agreement as the Contract Officer shall require. Consultant hereby acknowledges that the City is greatly concerned about the cost of work and services to be performed pursuant to this Agreement. For this reason, Consultant agrees that if Consultant 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 Consultant is providing design services, the cost of the project being designed, Consultant shall promptly notify the Contract Officer of said fact, circumstance, technique or event and the estimated increased or decreased cost related thereto and, if Consultant 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, rep01is, records, documents and other materials (the "documents and materials") prepared by Consultant, its employees, subcontractors and agents in the performance of this 0 I 203.0006/898723. l 14 B-15 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 Agreement, and Consultant shall have no claim for fu1iher 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 Consultant will be at the City's sole risk and without liability to Consultant, and Consultant's guarantee and warranties shall not extend to such use, reuse or assignment. Consultant may retain copies of such documents for its own use. Consultant shall have the 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 Consultant fails to secure such assignment, Consultant shall indemnify City for all damages resulting therefrom. Moreover, Consultant 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) All information gained or work product produced by Consultant in performance of this Agreement shall be considered confidential, unless such information is in the public domain or already known to Consultant. Consultant 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) Consultant, 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 Agreement. Response to a subpoena or comi order shall not be considered "voluntary" provided Consultant gives City notice of such court order or subpoena. ( c) If Consultant, or any officer, employee, agent or subcontractor of Consultant, provides any information or work product in violation of this Agreement, then City shall have the right to reimbursement and indemnity from Consultant for any damages, costs and fees, including attorney's fees, caused by or incurred as a result of Consultant's conduct. ( d) Consultant shall promptly notify City should Consultant, 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 Agreement and the work performed there under. City retains the right, but has no obligation, to represent Consultant or be present at any deposition, hearing or similar proceeding. Consultant agrees to cooperate fully with City and to provide City with the opportunity to review any response to discovery requests provided by Consultant. However, this right to review any such response does not imply or mean the right by City to control, direct, or rewrite said response. 01203.0006/898723. l 15 B-16 ARTICLE 7. ENFORCEMENT OF AGREEMENT AND TERMINATION 7.1 California Law. This 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 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 Consultant 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; Default. In the event that Consultant is in default under the terms of this Agreement, the City shall not have any obligation or duty to continue compensating Consultant for any work performed after the date of default. Instead, the City may give notice to Consultant of the default and the reasons for the default. The notice shall include the timeframe in which Consultant may cure the default. This timeframe is 15 (fifteen) days, but may be extended, though not reduced, if circumstances warrant. During the period of time that Consultant is in default, the City shall hold all invoices and shall, when the default is cured, proceed with payment on the invoices. 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 Consultant does not cure the default, the City may take necessary steps to terminate this Agreement under this Article. Any failure on the pa1t of the City to give notice of the Consultant'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 Agreement. 7.3 Retention of Funds. Consultant hereby authorizes City to deduct from any amount payable to Consultant (whether or not arising out of this 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 Consultant's acts or omissions in performing or failing to perform Consultant's obligation under this Agreement. In the event that any claim is made by a third party, the amount or validity of which is disputed by Consultant, 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 Consultant to insure, indemnify, and protect City as elsewhere provided herein. 7.4 Waiver. Waiver by any party to this Agreement of any term, condition, or covenant of this 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 Agreement shall not constitute a waiver of any other 0 l203 .0006/898723. l 16 B-17 provision or a waiver of any subsequent breach or violation of any provision of this Agreement. Acceptance by City of any work or services by Consultant shall not constitute a waiver of any of the provisions of this 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 patty 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 Agreement. 7.5 Rights and Remedies are Cumulative. Except with respect to rights and remedies expressly declared to be exclusive in this 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 patty 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 Agreement, to obtain declaratory or injunctive relief, or to obtain any other remedy consistent with the purposes of this Agreement. Notwithstanding any contrary provision herein , Consultant shall file a statutory claim pursuant to Government Code Sections 905 et seq. and 910 et seq., in order to pursue a legal action under this Agreement. 7.7 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 Consultant, except that where termination is due to the fault of the Consultant, the period of notice may be such shorter time as may be determined by the Contract Officer. Upon receipt of any notice of termination, Consultant shall immediately cease all services hereunder except such as may be specifically approved by the Contract Officer. Consultant 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 of termination without cause pursuant to this Section, the City need not provide the Consultant with the opportunity to cure pursuant to Section 7.2 . 7.8 Termination for Default of Party. If termination is due to the failure of the other Party to fulfill its obligations under this Agreement: (a) 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 Consultant shall be liable to the extent that the total cost for completion of the services required hereunder exceeds the 0120 3.0006/898723 . l 17 B-18 compensation herein stipulated (provided that the City shall use reasonable effo11s to mitigate such damages), and City may withhold any payments to the Consultant for the purpose of set-off or partial payment of the amounts owed the City as previously stated. (b) Consultant may, after compliance with the provisions of Section 7.2, terminate the Agreement upon written notice to the City's Contract Officer. Consultant shall be entitled to payment for all work performed up to the date of termination. 7.9 Attorneys' Fees. If either party to this Agreement is required to initiate or defend or made a party to any action or proceeding in any way connected with this 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. 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 Consultant, 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 Consultant or to its successor; or for breach of any obligation of the terms of this Agreement. 8.2 Conflict oflnterest. Consultant 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 Consultant's performance of services under this Agreement. Consultant fwther covenants that in the performance of this 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. Consultant 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 Agreement. No officer or employee of the City shall have any financial interest, direct or indirect, in this Agreement nor shall any such officer or employee participate in any decision relating to the Agreement which affects her/his financial interest or the financial interest of any corporation, partnership or association in which (s)he is, directly or indirectly, interested, in violation of any State statute or regulation. The Consultant 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 Agreement. 0 I 203.0006/898723. I 18 B-19 8.3 Covenant Against Discrimination. Consultant covenants that, by and for itself, its heirs, executors, assigns , and all persons claiming under or through them, that 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 Agreement. Consultant 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. Consultant 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 Consultant so employ such unauthorized aliens for the performance of work and/or services covered by this Agreement, and should any liability or sanctions be imposed against City for such use of unauthorized aliens, Consultant 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 atten.tion of the Contract Officer (with her/his name and City title), City of Rancho Palos Verdes, 30940 Hawthorne Blvd., Rancho Palos Verdes, California 90275 and in the case of the Consultant, to the person(s) at the address designated on the execution page of this 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 72 (seventy-two) hours from the time of mailing if mailed as provided in this section. 9.2 Interpretation. The terms of this 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 Agreement or any other rule of construction which might otherwise apply. 9.3 Conn terparts. This 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. 01203 .0006/898723. l 19 B-20 9.4 Integration; Amendment. This 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 agreements between the parties hereto affecting this Agreement and this Agreement supersedes and cancels any and all previous negotiations, arrangements, agreements and understandings, if any, between the parties, and none shall be used to interpret this Agreement. No amendment to or modification of this Agreement shall be valid unless made in writing and approved by the Consultant and by the City Council. The patties 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 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 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 patty of the basic benefit of their bargain or renders this 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 Agreement, nor shall any official, officer, or employee of City participate in any decision relating to this 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. Consultant 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 agreement. Consultant 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 agreement. Consultant 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 Agreement void and ofno force or effect. (Jiiij? Consultant's Authorized'ini~_ ✓~--- 01203 .0006/898723.1 20 B-21 9.7 Corporate Authority. The persons executing this 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 Agreement on behalf of said party, (iii) by so executing this Agreement, such party is formally bound to the provisions of this Agreement, and (iv) that entering into this Agreement does not violate any provision of any other Agreement to which said party is bound. This Agreement shall be binding upon the heirs, executors, administrators, successors and assigns of the parties. [SIGNATURES ON FOLLOWING PAGE] 01203.0006/898723. l 21 B-22 IN WITNESS WHEREOF, the parties hereto have executed this Agreement on the date and year first-above written. ATTEST: Teresa Takaoka, City Clerk APPROVED AS TO FORM: ALESHIRE & WYNDER, LLP William W. Wynder, City Attorney CITY: CITY OF RANCHO PALOS VERDES, a municipal corporation Barbara Ferrraro, Mayor CONSULTANT: By:_-+------:::;:........,:,,,---r-----;;,::,-=---+- Nam Title: U y..:::::· :::::__-.:::¢.==;;zZ::::~--- Na Title: est peration Manager Address: 2250 Business Way, Riverside, CA 92501 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. 0 l 203.0006/898723. l 22 B-23 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 d county of Riversi e on June 12th, 2023 before me, Candace Gallaher -Notary Public (insert name and title of the officer) personally appeared Steven Teal & Michael Hutchens 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-1:letst::ie/they executed the same in l:l¾Slfler/their authorized capacity(ies), and that by l:lis/Aer/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 PENAL TY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. (Seal) ········1 CANDACE GALLAHER Notary Public • California : Riverside County ! Commission# 230D629 My Comm. Expires Aug 8. 2023 B-24 EXHIBIT "A" SCOPE OF SERVICES I. Consultant will perform the following Services relating to the maintenance of the traffic signal system: A. Monthly Routine Maintenance Consultant will execute a comprehensive monthly routine maintenance program as recommended by the manufacturer and as listed below. Consultant will also maintain, at the same unit price, additional traffic signals and appurtenant devices as they are installed or become a part of the maintenance requirements of the city. Consultant will, at a minimum, perform the following tasks on the City's traffic control systems monthly: 01203.0006/898723. l • • • • Job Hazard Analysis (JHA) determining any potential hazards at the location . Secure the area with proper traffic control as referenced in the most recent edition of the W.A.T.C.H. Handbook and in accordance with the city's traffic control requirements. Clean and vacuum the controller and battery backup cabinets (if equipped) and ensure the cabinet vents are un-obstructed, the air filter is clean, properly inse11ed, and secure (air filters will be replaced semi-annually or sooner if necessary). Check inside the controller cabinet: o Confirm that the controller cabinet is securely mounted to the foundation and inspect the seal for deterioration. Excessive dampness and plant or animal intrusion inside the controller cabinet will be reported to the city and repaired immediately. o Verify fan operation and ensure the thermostat is set to 95 degrees Fahrenheit and that there is sufficient airflow through the cabinet. o Inspect cabinet hardware (i.e., door gaskets, hinges, locks, etc.) for proper operation. All deficiencies will be repaired and reported to the city. o Inspect electrical components (i.e., relays, load switches, equipment displays and indications, flasher(s), rack-mount detectors, harness/connectors, service connections, system telemetry, communications system, cabinet grounding, GFCI receptacles, terminal connections cabinet lights and switches, CMU (interlock) door switch, the police panel switches, etc.) for proper operation and adjust, as necessary. o Verify proper operation of all equipment displays and cabinet/controller indicator lamps. Deficiencies that pose a safety concern will be corrected immediately. o Annually verify that controller software or firmware is up to date. B-1 B-25 01203.0006/898723. I • Examine the functionality of the controller in relation to traffic at the intersection and confirm all phase and coordination timing is programmed correctly and is current based on the timing sheet located in the controller cabinet. • Verify phase actuation from vehicle/traffic. • Confirm proper intersection cycling by manually placing vehicle and pedestrian calls on each phase through the cabinet test switches or the controller keypad to verify controller servicing of each phase. • Ensure controller's date and time is correct and adjust all controller clocks within 48 hours of time changes related to Daylight Savings Time. This also includes confirming the correct date and time in all Conflict Monitor Units and Malfunction Management Units (CMU/MMU) during each visit. • Check the controller log buffers and investigate any faults that may have surfaced since the last maintenance visit. • Annual (or sooner) CMU's/MMU's tests with an MT-180 or equivalent conflict monitor tester. Individual test results will meet the city's documentation requirements and be available in each controller cabinet and an electronic file (USB) will be delivered to the City within 30 days after completing the testing. This test will also be documented on the routine maintenance log located in the controller cabinet. • Confirm all detector loop cables are correctly identified, connected to the correct vehicle detector field terminals, and that a call is placed on the correct detector input, and that the input places a call on the correct controller phase. Consultant will adjust or retune detector amplifiers and correct substandard splices, as necessary. Loops requiring re-seal or replacement will be documented and reported to the city immediately. • If the intersection is equipped with video/radar detection Consultant will verify that detection zones are properly structured. Consultant will verify proper camera operation by monitoring the vehicle call on the video processor unit and confirm that the calls are registering in the controller and actuating the correct phase in the controller. Consultant will verify that detection system software has been properly updated. • If equipped, Consultant will confirm operation of all preemption devices (i.e., railroad, emergency vehicle preemption (EVP), fire station preemption, etc.). • If equipped, Consultant will inspect CCTV cameras for correct operation and check for damage to wiring or housing and clean lens. • Consultant will test interconnect systems to maintain existing operation and will notify the City of any deficiencies. • If equipped, Consultant will check the battery back-upsystems/uninterruptible power supplies (UPS) including checking/logging the battery and load levels. Consultant will report any batteries that require replacement immediately. In addition, Consultant will confirm all battery connections to ensure they are clean and secure. All events and run time will be documented inside each controller cabinet. • Consultant will perform a monthly night check of all signals, safety lighting, and illuminated street name signs (IISNS) at all signalized intersections (if B-2 B-26 equipped). Burned out signals/bulbs will be replaced, and findings will be submitted to the city. • Consultant will walk the intersection ( clockwise and counterclockwise) and visually inspect all poles, signal heads, pedestrian signals, associated framework, and signal mounted signs for proper operation, alignment, and broken or missing parts. • Consultant will perform the following checks outside of the controller cabinet: o Depress all pedestrian push buttons and observe proper timing and display. o Visually inspect the loops for sufficient sealant or exposed loop wires. o Inspect pull boxes, pull box lids and hand-hole covers. Missing covers/lids will be replaced immediately. o Visually inspect all signal doors, back plates, and visors and confirm they are secure. o Remove unauthorized signs, stickers, and posters that can be easily removed from traffic signal poles and the controller cabinet. Graffiti will also be removed within twenty-four (24) hours of notification. o Prepare a list of locations where painting may be necessary, which will be submitted to the City for approval. • Consultant will lubricate cabinet door locks and padlocks quarterly, unless required sooner. • Consultant will maintain an inventory list of all equipment in the controller cabinet at each location. This list will also be updated electronically and provided to the City yearly in a Microsoft Excel spreadsheet. • Consultant will document all maintenance activities on the City approved Preventative Maintenance checklist, on the cabinet log, and in their mobile device which is wirelessly communicating to a maintenance server enabling the City to view all progress in virtually real-time. • Flashing Beacons and Rapid Flashing LED Pedestrian Crossing will be inspected for proper operation and alignment. Routine adjustments, routine repairs, and alignment corrections will be made as needed. B. Extraordinary Maintenance and Emergency Response Services Extraordinary/Emergency Response Services include, but are not limited to, the following: 0 I 203.0006/898723. l • Respond to a callout for a bulb or LED burn out • Respond to a callout for a signal reset • Respond to an emergency call out. • Repair of items damaged by a traffic collision • Replace damaged loop detectors • Re-paint back plates • Replace or repair pedestrian push bush button • Paint controller cabinets • Any other work as requested by the City not covered under Monthly Routine Maintenance Services B-3 B-27 Consultant will notify the City prior to any traffic signal deactivations that may be necessary to provide the required services. Traffic signal shutdowns will not be scheduled without the approval of an authorized representative of the City. Also, Consultant will not proceed with any extraordinary repairs without authorization from the City, unless it is a matter of public safety. C. Illuminated Street Name Signs Replace illuminated street name signs to the specifications of the City, on an as- needed basis as requested by the City. II. As part of the Services, Consultant will prepare and deliver the following tangible work products to the City: A. The City's Contract Officer may request that check-sets or working versions of documents be submitted for ongoing routine review. City staff will review all deliverables, including preparatory or record materials for service deliverables, and provide comments . Consultant is required to revise draft deliverables to address City staffs' comments. III. In addition to the requirements of Section 6.2, during performance of the Services, Consultant will keep the City appraised of the status of performance by delivering the following status reports: A. Monthly Report: The Consultant shall maintain, and provide to the City in electronic format, a record of all service calls and work performed upon the signal equipment listing dates, hour of day, and description of work or work performed in an electronic database format. Additionally, a hard copy of such record shall be maintained at all times within the controller cabinet at each signal location. A detailed summary report providing a description of all routine and unscheduled maintenance activities performed at each intersection shall be attached to each associated monthly invoice. Invoices will not be paid until the summary has been received. IV. All work product is subject to review and acceptance by the City, and must be revised by the Consultant without additional charge to the City until found satisfactory and accepted by City. V. Consultant will utilize the following personnel to accomplish the Services: A. Joshua Perras, Project Manager B. Technicians, as approved by the City's Contract Officer 01203 .0006/898723 .1 B-4 B-28 EXHIBIT "B" SPECIAL REQUIREMENTS (Superseding Contract Boilerplate) Added text indicated in bold italics, deleted text indicated in strikethrough. [INTENTIONALLY LEFT BLANK] 01203.0006/898723.1 B-1 B-29 EXHIBIT "C" SCHEDULE OF COMPENSATION I. The following budgets shall apply for each task: The following budgets shall be in effect for each task: Tasks Annual Amount Total for 3 Year Term Monthly Routine Maintenance $22,908 $68,724 Extraordinary Maintenance $67,092 $201,276 and Emergency Response Illuminated Street Name Signs $150,000 $150,00 (ISNS) $420,000 Monthly Routine Maintenance: Consultant shall perform all inspection , testing, checking, verification, examination, confirmation; cleaning; associated set-up and traffic control; associated corrections; and associated record-keeping and reporting at the lump sum price in the budget table. Extraordinary Maintenance and Emergency Response: Consultant shall provide the City with a proposal for the cost of extraordinary maintenance and any repairs identified during routine monthly maintenance. The proposal shall include all labor, equipment, and materials costs using the rate tables. Consultant shall not proceed with work until approved by the City, except in the case of an emergency in which case the Consultant shall immediately proceed with all necessary repairs and record all labor, equipment, and materials used; and provide a report of such to the City. Illuminated Street Names Signs: Consultant shall provide the City with a proposal for the cost of installed illuminated street name signs. The proposal shall include all labor, equipment, and materials costs using the rate tables. Consultant shall not proceed with work until approved by the City, except in the case of an emergency in which case the Consultant shall immediately proceed with all necessary repairs and record all labor, equipment, and materials used; and provide a report of such to the City. 01203.0006/898723. l D-1 B-30 Rou t ine Pr eventafo,e Ma intenance Item De srnntion 0111 antitv unit Price Monthlv Annual Ro ut ine Mi!ii nMnance -Traffic Sig rnal.s• 17 $9 0 ,00 $1,530 ,00 $18 ,3 60-.00 Ro ut im;e, Ma'i nt enan ce -FP.ash in,g Efaco ns 5 $.!1 2.00 $2 10 .00 $2,5:2.0.C-I) Ro ut ill£' M ai nt enance -!iafety Lig:hting 2 $42.00 $8.!1 .00 S1;00S.OO Rout im;e, M aJnte nance -LED Pedest rian Cross:ing 1 $85.00 $8 5 .00 $1;020.C-lli T o t al Es t i m a t ed Pro j ed Cost f o r Rou t ille M ai nten an ce: $2'2',90 8.00 labo r Rat es Item De saiotion Unit Reoular Time •~ overtime •• Premium lii me " Tn ,ffiic Sf,g na.1 Ted un'itian Hourly $135 .00• $170.C-O S2.'ili.l.ill'D Fo reman Hcudy $145.0 0· $1 80.C-11 $2 1 5-.00 Lab or er Hourly $104 .00 $1 5 0.CO $1 50 .C-I) r ,raru,p orn'liio n f n Qim.eer l curl;• $165 .00· $1 6 5.CO $16 5-.00 • A n n u al CMU lie sti n g is ilt cluded i n o u r pricin g for Prev en tativ e Maint e n an ce of t r affic si g nal s '* W o .-k Hours are as follo ws: ;-Re g ul ar Hour s ar e Mond ay t lm .1 Frid ay (excl 11d in g h.o lid ays) f rom 7 :30am t o 4 :00p m . ;. O verti m e I-lo urs are M onday t h ru Fr id ay .a fter thes e •1o·o rk h ou rs fo r th e fi r st fou:r straig h t ho u rs o n any j o b i!fS w el l as Saturd ay for th e in it i al 8 w orkin g h c,u r s. ;. Pr enn iu m il·four s are M o nd ay thr u Fr id a,, after fo ur h.o ur s. o OT o n .an y on e Job, Saturd a)•S after 8 h o u rs o n any o ne j ob, all d a)r Su n d ay starting at 12:0 0 am until Monda,, at 7:3 0am an d all h o li d ay s startin g at 12:00a,m u nt i l the n ext m o rn i ng at 7:3 0am . E t R t :qmpmen a es I tem Desaiotion llnit Per Hour Bucket Tri>'Ck Hou ri:,, $32 .0 0• ser~rce n uck w/generato r and to ots Ho1.11t~• $28 .00 c ra11.¼n uc~ Hou ri)' $70 .00 Am:m soardl Hou ri:; SS.00 Com presso r Ho rl y $10 .00• l\11at eria ls Item Des · tion lln it Mal'k•U % M ateria,1s p lus m ark -p 15 % II. Within the budgeted amounts for each Task, and with the approval of the Contract Officer, funds may be shifted from one Task subbudget to another so long as the Contract Sum is not exceeded per Section 2.1, unless Additional Services are approved per Section 1.9. III. The City will compensate Consultant for the Services performed upon submission of a valid invoice. 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 . o 1203 _000 6/898 72 3.1 D-2 B-31 C. Line items for all other approved reimbursable expenses claimed, with supporting documentation. D. Line items for all approved subcontractor labor, supplies, equipment, materials, and travel properly charged to the Services. IV. The total compensation for the Services shall not exceed the Contract Sum as provided in Section 2.1 of this Agreement. V. The Consultant's billing rates for all personnel materials, and equipment are attached as Exhibit C-1. NOT APPLICABLE 01203.0006/898723.1 D-3 B-32 EXHIBIT "D SCHEDULE OF PERFORMANCE I. Consultant shall perform all Services timely as follows: A. Routine Maintenance: All routine maintenance shall be completed monthly and reports shall be submitted monthly. B. Extraordinary Maintenance and Emergency Response: Consultant shall provide the Contract Officer with a written proposal within five business days of identifying, or being notified of, extraordinary maintenance. Consultant shall provide revised proposals within one business day of receiving comments from the City. Repairs shall be completed within ten business days of receiving a Notice to Proceed from the City. Emergency Response, defined as anything that affects the proper functionality and safety of a signal, shall be within 2 hours. Emergency repair work shall begin immediately and continue uninterrupted until complete. C. Illuminated Street Names Signs: Consultant shall provide the Contract Officer with a written proposal within ten business days of a request for repair or replacement of an illuminated street name sign. Consultant shall provide revised proposals within one business day of receiving comments from the City. Repairs or replacement shall be completed within fifteen business days of receiving a Notice to Proceed from the City. II. Consultant shall deliver the following tangible work products to the City by the following dates. III. The Contract Officer may approve extensions for performance of the services in accordance with Section 3.2. 01203.0006/898723 . l D-1 B-33 THIS DELEGATION ONLY APPLIES TO YUNEX, LLC. ALL CONTRACTS, BIDS, CERTIFICATES, AFFIDAVITS OR ANCILLARY DOCUMENTS TO BE SIGNED ON BEHALF OF SIEMENS MOBILITY, INC. MUST BE SIGNED BY RODNEY MATHIS AND DIRK RAUSER WITHOUT EXCEPTION DELEGATION OF APPROVAL AUTHORITY FROM CEO-PRESIDENT & MANAGING DIRECTOR AND CFO-MANAGING DIRECTOR FINANCE YUNEX, LLC. YUN ::X TRAFFIC A. The undersigned Rodney Mathis, CEO President & Managing Director and Dirk Rauber, CFO & Managing Director Finance of the Yunex, LLC . (the "Co rporation"), a corporation duly organized and existing under the laws of the State of Delaware , by virtue of the authority vested as President and CFO to sign or countersign and otherwise execute in the name , or on behalf of the Corporation, any bids , projects , contracts , agreements and any certificates, affidavits or ancillary documents in connection therewith to the extent the foregoing instruments and are consistent with the limits of authority granted under LoA guidelines and grants of release for and on behalf of the Corporation , do hereby delegate to and acknowledge that the following person(s) may exercise such authority for and on our behalf up to $3 million . AUTHORIZED SIGNATORIES Business Operations Finance/Central Support Function <Name/Position) (Name/Position) Manager, Procurement B. It is further acknowledged that the following individuals are hereby authorized to sign or countersign and otherwise execute in the name , or on behalf of the Corporation, the same documents as referenced in paragraph A, up to and including a transactional limit of $1,500 ,000 . Any such delegation extends to but is limited to the same scope, documents and subject matter as referenced and granted in paragraph A , limited to the monetary amount stated in this paragraph. AUTHORIZED SIGNATORIES Business Operations Finance/Central Support Function (Position) (Position) Director, PLM/R&D Commercial Manar:ier, Service Head of Projects Commercial Manar:ier, Products Project Manar:ier , Miami & Florida Commercial Project Manar:ier , Miami Director, Service Commercial Manar:ier, Projects V.P . Sales Controller/Head of Accountinr:i V. P . Operations C. It is further acknowledged that the following individuals are hereby authorized to sign or countersign and otherwise execute in the name, or on behalf of the Corpo ration, the same documents as referenced in paragraph A , up to and including a transactional limit of $500 ,000. Any such delegation extends to but is limited to the same scope , documents and subject matter as referenced and granted in paragraph A , limited to the monetary amount stated in this paragraph. AUTHORIZED SIGNATORIES Page 1 of 3 Restricted B-34 Business Operations (Position) Operations Manager Project Manager Material Manaqer Technical Project Manager Finance/Central Support Function (Position) Commercial Project Manager Commercial Service Manager YUN:::X TRAFFIC D. It is further acknowledged that the following individuals are hereby authorized to sign or countersign and otherwise execute in the name, or on behalf of the Corporation, the same documents as they are referenced in paragraph A, up to and including a transactional limit of $100,000. Any such delegation extends to but is limited to the same scope, documents and subject matter as referenced and granted in paragraph A, limited to the monetary amount stated in this paragraph. AUTHORIZED SIGNATORIES Business Operations Finance/Central Support Function (Name/Position) (Name/Position) Service Account Manager SCM Expert Sales Manaqer Bid Manaqer E . It is further acknowledged that each of the signatures of the persons referred to in paragraphs A, B, C, D, and E are binding upon the Corporation. F. It is further acknowledged that any delegate's authority extends only to the scope and extent of the delegate's respective job responsibilities . For instance, a project manager's delegation extends only to the limits described herein and only to the project(s) for which the delegate has responsibility. G. It is further acknowledged that any document shall require the signature of two (2) of the above Authorized Signatories, one each from Business Operations and from Finance/Central Support Functions, whom shall have the requisite signature authority to be legally binding upon the Corporation . H. It is further acknowledged that each of the persons referred to herein is authorized to delegate such person's authority hereunder to additional members of his or her management team up to the limit of such person 's delegation of authority, provided that such delegation is in written form signed by the delegator and filed with the Legal Department. I. It is further acknowledged that the Secretary or an Assistant Secretary of the Corporation is authorized to issue certifications attesting to the incumbency, authority and status of any of the persons referred to in this resolution. J . Any prior versions of this general Delegation of Authority policy are void . IN WITNESS WHEREOF, we have hereunto subscribed our names and affixed the corporate seal of the said company, as of the 25th day of August 2022. Page 2 of 3 Rodney Mathis Rodney Mathis Olg il:a11ysigned byRodneyl.lathb ON: ap:Rodney Mathis, c:US. o::Yuoex Tra ffic. ou:Yunu Tral'!ic, ema~"rodn ey.mathl!.@YU11e1rtral'lic.com Reason : I am apprcr,Jng this doevment Date : 2022-08 .25 16 :28:28 -05'00' President & Managing Director Yunex, LLC. Restricted B-35 CERTIFICATE Dirk Rauber Digit all y sig ned by Ra uber Dirk Dat e: 20 22.08.25 13:53:55 -07'00' Managing Director Finance Yunex , LLC YUN::X TRAFFIC I, Pamela Brickner, certify that I am the Secretary of Yunex , LLC , that Rodney Mathis and Dirk Rauber who signed this agreement for this corporation , were then President and Managing Director USA and Managing Director Finance USA of this corporation; and this agreement was duly signed for and on behalf of this limited liability company by authority of its governing body and within the scope of its corporate powers . Witness my hand and seal of this corporation on this 25th day of August 2022 . ,,,,11,11 11 11,,,,,, 0 ~ ,,,,,,, n e x Ll''11,, 1 . ...Q ,,, ~ ~,,,H11111111 11,1,,, 0 11,, By:~'-'-'-~ ,/ ,,,,,,,, ~lLITy ,,,,,,,, ',,, -:, ,,'':<;;>v 0o',,, -::, (CORPORATE SEAL) 2 !I:! ~\ ~ { (! SEAL ~) 1 Page 3 of 3 %, \ 2021 / f ~.., ~ .... ,,,, ,, ......... ::: ..... ! ",1 ,,,f?llL A'rV /;.."'Q...~,,.. ,, ... 11111 11111 111 1J111\llt\ 11111 ,,,,' ,,,,,, * ,,,,,, 11 11 1111,u ,,,1\\ Restricted B-36