Loading...
2014/09/09 City Council Resolution 2014-106RESOLUTION NO. 2014 -106 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF ROHNERT PARK AUTHORIZING AND APPROVING AN AGREEMENT WITH DC ELECTRIC FOR TRAFFIC SIGNAL MAINTENANCE AND EMERGENCY REPAIR SERVICES NOT TO EXCEED $76,000.00 WHEREAS, the City of Rohnert Park Municipal Code Title 3 Chapter 3.04 provides that the City's purchasing functions shall be governed by the City's purchasing policy, and; WHEREAS, the Fiscal Year 2014/2015 budget includes funding to contract for traffic signal maintenance and emergency repair services, and; WHEREAS, as per Section 3.6.6(C) of the City's Purchasing Program established by City Ordinance 843 (2012) and Resolution 2012 -22, traffic signal maintenance and emergency repair services are available through a Cooperative Purchase Agreement with the County of Sonoma as per Contract # 1500001208 from DC Electric of Cotati, California. WHEREAS, the contract for traffic signal maintenance and emergency repair services will be fully funded by Public Works Streets, JEPA and Casino Mitigation, and; WHEREAS, the City Council considered this Resolution at its duly noticed regular meeting on September 9, 2014 along with the staff report. NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of Rohnert Park that it does hereby authorize and approve an agreement ( "Agreement ") for traffic signal maintenance and emergency repair services from the following authorized vendor at or below the following amounts: Contractor Name Not to Exceed DC Electric, Cotati, California $76,000 per year BE IT FURTHER RESOLVED that the City Manager is hereby authorized and directed to take all actions necessary to effectuate this Agreement, for and on behalf of the City of Rohnert Park, including execution, if necessary, in substantially similar form to the Agreement attached hereto as Exhibit A, which is incorporated by this reference, subject to minor modifications by the City Manager or City Attorney. OAK #4822 - 8448 -8733 vl DULY AND REGULARLY ADOPTED this 9t1i day of September, 2014. ATTEST: a � i Anne M. Buergler, Cit Attachments: Exhibit A agreement BELFORTE: tC. OAK #4822 -8448 -8733 vl 2014 -106 CITY OF ROH ERT RK +Josep . Callman, Mayor MACKENZIE: <Vt(- STAFFORD: AHANOTU: CALLINAN: � �+ AYES: NOES: ( ) ABSENT: ABSTAIN: (� ) "Exhibit A to Resolution" CONTRACT TRAFFIC SIGNAL MAINTENANCE AND EMERGENCY REPAIR SERVICES WITH DC ELECTRIC NOT TO EXCEED $76,000 THIS AGREEMENT, made and entered into this 9th day of September, 2014, by and between DC Electric of Cotati, California, hereinafter called "Contractor ", and the City of Rohnert Park, hereinafter called "City ". WITNESSETH: WHEREAS, City desires to contract for services for, Traffic Signal Maintenance and Emergency Repair Services not to exceed $76,000 per contract year. WHEREAS, the contract for Traffic Signal Maintenance and Emergency Repair Services is available through Cooperative Purchasing Agreement with the County of Sonoma; and WHEREAS, the City has awarded a contract to Contractor for perfonning the work described in this Agreement in accordance with the proposal of said Contractor. NOW, THEREFORE, IT IS AGREED, as follows: 1. Scope of Services: The Contractor shall perform all the work and furnish all the labor, materials, equipment services required to complete all of the contract work for Traffic Signal Maintenance and Emergency Repair Services as are more particularly described in the Contract Documents listed in Section 5 below. 2. Time of Performance and Liquidated Damages: The Contractor shall perform work after official notice by the City, to proceed with the contract and shall diligently prosecute the same to completion within the scope of services. 3. Payments: Payments will be made by City to the Contractor for said work performed at the times and in the manner provided in the specifications and at the unit prices stated in Contractor's bid. The award of the contract is for a total not to exceed amount of seventy six thousand dollars ($76,000) per contract year and will be subject to a CPI increase beginning of each fiscal year starting July 1, 2015 per San Francisco Bay Area Bureau of Labor Statistics. OAK #4837 -1876 -7115 v4 4. Tenn. This Agreement is for a three (3) year term and shall commence on October 1, 2014 ending on September 30, 2017, with the option to renew the agreement for two additional, one (1) year teens upon mutual agreement of both parties. 5. Component Parts: This contract shall consist of the following documents (collectively "Contract Documents "), all of which are incorporated herein and made a part hereof by reference thereto: a. This Agreement b. Exhibit A Scope of Services C. Exhibit B Insurance Requirements d. Attachment I List of Traffic Signal Devices / Map e. Attachment 2 Schedule of Proposed Fees f. Attachment 3 Preventative Maintenance Schedule 6. Wage Scale: Pursuant to Section 1773 of the Labor Code of the State of California, the City has obtained from the Director of the Department of Industrial Relations the general prevailing rate of per diem wages and the general prevailing rate for holidays and overtime work for each craft, classification, or type of workman required to execute the contract. A copy of said prevailing rate of per diem wages is on file in the office of the City Clerk, to which reference is hereby made for further particulars. Said prevailing rate of per diem wages will be made available to any interested party upon request, and a copy thereof shall be posted at the job site. The provisions of Article 2, Chapter 1, Part 7, Division 2 (commencing with Section 1770) of the Labor Code and particularly Section 1775 thereof, shall be complied with. Notice is hereby given that, pursuant to Section 1776(g) of the Labor Code of the State of California that the Contractor shall snake available as required in this Section of the Labor Code certified payroll records and that penalties for violation of the section may be enforced. 7. Hours of Labor: The Contractor shall forfeit, as penalty to said City, Twenty -five Dollars ($25.00) for each workman employed in the execution of the contract by him or by any subcontractor, for each calendar day during which any workman is required or pennitted to labor more than eight (8) hours in any one calendar day and forty (40) hours in any one calendar week, in violation of the provisions of Article 3, Chapter 1, Part 7, Division 2 (commencing with Section 1810) of the Labor Code of the State of California. 8. Apprentices: In accordance with the provisions of Section 1777.5 of the Labor Code, and in accordance with the rules and procedures of the California Apprenticeship Council, properly indentured apprentices shall be employed in the prosecution of the work. The ratio of apprentices to journeymen who shall be employed in the respective crafts or trades may be the ratio stipulated in the apprenticeship standards under which the appropriate joint apprenticeship committee operates. In no event shall the ratio be less than one apprentice for each five journeymen unless a certificate of exemption has been issued by the Division of Apprenticeship Standards. Willful failure by the Contractor to comply with said Section 1777.5 shall result in his being denied the right to bid on a public works contract for a period of six months from the date the determination is made. OAK #4837- 1876 -7115 v4 Infonnation relative to number of apprentices, identifications, wages, hours of employment and standards of working conditions shall be obtained from the Director of the Department of Industrial Relations, who is the Administrative Officer of the California Apprenticeship Council. 9. Labor Discrimination: Attention is directed to Section 1735 of the Labor Code, which reads as follows: "A contractor shall not discriminate in the employment of persons upon public works on any basis listed in subdivision (a) of Section 12940 of the Government Code, as those bases are defined in Sections 12926 and 12926.1 of the Goverrnnent Code, except as otherwise provided in Section 12940 of the Government Code. Every contractor for public works who violates this section is subject to all the penalties unposed for a violation of this chapter. " 10. Workmen's Compensation Insurance: In accordance with the provisions of Article 5, Chapter 1, Part 7, Division 2 (commencing with Section 1860) and Chapter 4, Part 1, Division 4 (commencing with Section 3700) of the Labor Code of the State of California, the Contractor is required to secure the payment of compensation to his employees and shall for that purpose obtain and keep in effect adequate Workmen's Compensation Insurance. The undersigned Contractor is aware of the provisions of Section 3700 of the Labor Code which requires every employer to be insured against liability for workmen's compensation or to undertake self - insurance in accordance with the provisions of that Code, and will comply with such provisions before commencing the performance of the work of this contract. 11. Indemnity: To the fullest extent permitted by law, Contractor shall indemnify, hold harmless, release and defend City, its officers, elected officials, employees, agents, volunteers, and consultants from and against any and all actions, claims, demands, damages, disability, losses, expenses including, but not limited to, attorney's fees and other defense costs and liabilities of any nature that may be asserted by any person or entity including Contractor, in whole or in part, arising out of Contractor's activities hereunder, including the activities of other persons employed or utilized by Contractor in the performance of this Agreement excepting liabilities due to the active negligence of the City. This indemnification obligation is not limited in any way by any limitation on the amount or type of damages or compensation payable by or for Contractor under Worker's Compensation, disability or other employee benefit acts or the terms, applicability or limitations of any insurance held or provided by Contractor and shall continue to bind the parties after termination/completion of this Agreement. 12. Insurance: Without limiting contractor's indemnification provided herein, Contractor shall comply with the requirements set forth in Exhibit B to this agreement. 13. Attorneys' Fees: In the event either party hereto shall commence any legal action or procedure, including an action for declaratory relief, against the other, by reason of the alleged failure of the other to perform or keep any term, covenant, or condition of this contract by it to be performed or kept, the party prevailing in said action or proceeding shall be entitled to recover, in addition to its court costs, a reasonable attorneys' fee to be fixed by the court, and such recovery shall include court costs and attorneys' fees on appeal, if any. 14. Substitution of Securities for Withheld Amounts: Pursuant to California Public Contracts Code Section 22300, securities may be substituted for any moneys withheld by a public OAK #4837- 1876 -7115 v4 agency to ensure perforinance under a contract. At the request and sole expense of the Contractor, securities equivalent to the amount withheld shall be deposited with the public agency, or with a state or federally chartered bank as the escrow agent, who shall pay such moneys to the Contractor upon satisfactory completion of the contract. Securities eligible for substitution under this section shall include those listed in the California Public Contracts Code Section 22300 or bank or savings and loan certificates of deposit. The Contractor shall be the beneficial owner of any securities substituted for moneys withheld and shall receive any interest thereon. Any escrow agreement entered into pursuant to this section shall contain as a minimum the following provisions: a. The amount of securities to be deposited; b. The terms and conditions of conversion to cash in case of the default of the Contractor; and The termination of the escrow upon completion of the contract. IN WITNESS WHEREOF, the City of Rohnert Park has caused these presents to be executed by its officers, thereunto duly authorized, and Contractor has subscribed same, all on the day and year first above written. "CITY" "CONTRACTOR" CITY OF ROHNERT PARK DC ELECTRIC City Manager, Darrin Jenkins Per Resolution No. 2014- adopted by the Rohnert Park City Council at its meeting of September 9, 2014. ATTEST: CITY OF ROIINERT PARK City Clerk OAK #4837 - 1876 -7115 v4 Authorized Representative EXHIBIT A SCOPE OF SERVICES PROJECT MANAGER FOR CITY: All questions and requests for City shall be directed to the City's Project Manager, Utilities Services Supervisor, Mike Bracewell, 600 Enterprise Drive, Rohnert Park, 707 -588 -3336 office, 707 - 484 -7964 cell. PROJECT MANAGER FOR CONTRACTOR: All questions and requests for Contractor shall be directed to [Name, Title, Address, Office, Cell, email.] SCOPE OF WORK: Services — provide comprehensive traffic signal maintenance and repair program that provides performance, reliability and the functional requirements necessary to achieve a high quality of intersection operation. Traffic signal maintenance and repair program is essentially the preventative and responsive activities taken to preserve traffic signal infrastructure and control devices necessary for the safe and efficient utilization of arterial and local roadways. While enhancing public perception and experience, program is designed to maximize safety and minimize delay. A traffic signal includes, but is not limited to: traffic signal controller and cabinet and all appurtenant equipment, service cabinet, flashing beacons related to traffic signal operations (i.e. advanced warning beacons), pedestrian and vehicle signals, detector systems, video detection camera systems, CCTV camera systems, wireless vehicle detection system, interconnect cable (copper and fiber optic), wireless communications equipment, traffic signal communications equipment, emergency vehicle preemption system, uninterrupted power supply system, intersection safety lighting, internally illuminated street name signs. Preventative Maintenance - Performance shall include all work associated with the complete maintenance and operation of the traffic signals and associated systems within the City of Rohnert Park, per "Attachment 3: Preventative Maintenance Schedule," and "Attachment L. List of Traffic Signal Devices." furnish and have readily available all tools, equipment, apparatus, facilities, labor, services and materials and perform all work necessary to maintain each traffic signals owned by the City of Rohnert Park. Regular preventative field maintenance and emergency repair services at signalized intersections locations within the City of Rohnert Park. An advanced schedule for all maintenance inspections submitted at the inception of the contract for City's approval. Maintain readily available paper and electronic copies of all preventive maintenance checklists specific to the infrastructure at each location. The full results of traffic signal conflict monitor field tests performed will also be provided. All preventative maintenance and repair shall be performed in accordance with MUTCD standards, City Standards and Specifications & Caltrans Standard Specifications. All routine maintenance work will be performed at per the rates provided in "Attachment 2: Schedule of Proposed Fees." The anticipated time on site each month will vary depending on the type of traffic control device and scope of work for that particular month, but typically a duration between 30 and 45 minutes on average for a routine maintenance visit. All extra work requested will be performed on a time and materials basis per the rates provided in "Attachment 2: Schedule of Proposed Fees." Alternately, at the request of the Public Work representative, a quote or informal bid will be submitted for approval prior to commencement of said extra work. RESPONSIBILITY OF CITY OF ROHNERT PARK: To provide contractor with specific detail and specifications of expectations of work to be performed. OAK #4837 - 1876 -7115 v4 RESPONSIBILITY OF CONTRACTOR: To provide quality work. To adhere to the specifications set forth in the contract. CHANGES: The City may at any time, by giving fifteen (15) days written notice, delete or add to the scope of the work as set forth in the specifications. If such changes cause an increase or decrease in the amount due under the Contract, an equitable adjustment shall be made and the Contract amended in writing accordingly. Changes in the scope of five percent (5 %) or less per bid item, shall not be cause for adjustment. DAMAGE TO EXISTING PROPERTY: The contractor will be held responsible for any damage to existing real property, work, materials or equipment because of his operations and shall repair or replace any damaged real property, work, or materials or equipment to the satisfaction of, and at no additional cost to, the City. The Contractor shall observe all pertinent safety practices and comply with any applicable safety regulations. DEFECTIVE WORK: If the City representative finds that repairs or changes are required in connection with this Contract, which in the opinion of the City representative are rendered necessary as the result of the use of materials, equipment or workmanship which are inferior, defective or not in accordance with the terms of the Contract, the Contractor shall, within five (5) days upon receipt of notice from the City representative, place in satisfactory condition in every particular all of such work, correct all defects therein and make good all damages. SUPERVISION: The Contractor shall arrange for satisfactory supervision of all contract work. The Contractor or Contractor's supervisors shall be available at all times when the contract work is in progress and during the day to receive instructions from the City representative. Contractor will provide a phone number where Contractor or Contractor's representative can be reached on weekends and evenings. Contractor agrees to return any phone call within one (1) hour of receipt. Repeated failure to return said calls within the specified period will result in a one percent (1 %)penalty on the current invoice. Chronic failure to abide with this requirement will be grounds for cancellation of the contract. INSPECTION: The Contractor shall accompany the City's representative on non - scheduled inspection tours of the specific areas when requested by the City representative. NOTICES: Any notice, demand, request, consent, approval or communication that either party desires or is required to give to the other party shall be in writing and shall be personally delivered, sent by reputable overnight courier, facsimilie or electrontically and shall be deemed received upon the earlier of. (1) if personally delivered, the date of delivery to the address of the person to receive such notice; (2) if delivered by Federal Express or other overnight courier for next business day delivery, the next business day; (3) if sent by facsimile, with the original sent on the sarne day by overnight courier, the date on which the facsimile is received, provided it is before 5:00 P.M. Pacific Time; or (4) if sent electronically, the date of delivery on the confirmed read receipt. Notice of change of address shall be given by written notice in the manner described in this Section. Rejection or other refusal to accept or the inability to deliver because of a change in address of which no notice was given shall be deemed to constitute receipt of the notice or communication OAK #4837 - 1876 -7115 v4 sent. Unless changed in accordance herewith, the addresses for notices given pursuant to this Agreement shall be as follows: To City: John McArthur Public Works & Community Services Director City of Rohnert Park 600 Enterprise Drive Rohnert Park, CA 94928 707 -588 -3333 Fax jmcarthur@rpcity.org To Contractor: Tim Carter Project Manager DC Electric 8023 Gravenstein Highway South Cotati, CA 94931 888 -525 -8419 Fax Tim @dcelectricgroup.com OAK #4837 -1876 -7115 v4 EXHIBIT B INSURANCE REQUIREMENTS The following parties or entities shall be listed as additional insured by endorsement: The City of Rohnert Park, its officers, elected officials, employees, agents and volunteers. Contractors shall procure and maintain for the duration of the contract insurance against claims for injuries to persons or damages to property which may arise from or in connection with the perfonnance of the work hereunder by the Contractor, his agents, representatives, employees or subcontractors. The cost of such insurance shall be included in the Contractor's bid. The Notice To Proceed with the work will not be issued, and the Contractor shall not commence work, until such insurance has been approved by the City. Such insurance shall remain in full force and effect at all times during the prosecution of the Work and until the final completion and acceptance thereof. In addition, the Commercial General Liability Insurance shall be maintained for a minimum of five (5) years" after final completion and acceptance of the Work. It shall be the Contractor's responsibility to ensure that proof of insurance is sent to the City during this time. The Notice to Proceed does not relieve the Contractor of the duty to obtain such insurance as required herein. A. Minimum Scope of Insurance Coverage shall be at least as broad as: I. Insurance Services Office Commercial General Liability coverage (Occurrence Form CG 0001). 2. Insurance Services Office form number CA 0001 (Ed. 1/87) covering Automobile Liability, Code 1 "any auto" or the exact equivalent. If Contractor owns no vehicles, this requirement may be satisfied by a non -owned auto endorsement to the general liability policy described above. If Contractor or Contractor's employee(s) will use personal autos in any way on this project, Contractor shall provide evidence of personal auto liability coverage for each such person. 3. Workers' Compensation and Employers Liability: Workers' Compensation on a state - approved policy form providing statutory benefits as required by law with employers' liability insurance, with minimum limits of One Million Dollars ($1,000,000) per occurrence. 4. Course of Construction insurance coverage shall provide "all risk" coverage for the completed value of the project. Policies shall contain the following provisions: a. The City shall be named as loss payee, and b. The insurer shall waive all rights of subrogation against the City. Coverage shall not extend to any indemnity coverage for the active negligence of the additional insured in any case where an agreement to indemnify the additional insured would be invalid under Subsection (b) of Section 2752 of the Civil Code. B. Minimum Limits of Insurance Contractor shall maintain limits no less than: OAK #4837- 1876 -7115 v4 I . Commercial General Liability: $2,000,000 per occurrence for bodily injury, personal injury and property damage and $2,000,000 general aggregate. It is permissible to use excess /umbrella coverage to meet limit requirements provided the umbrella policies are appropriately endorsed and meet all other requirements. Additionally, a letter clearly identifying the primary policy or policies to which the excess umbrella coverage applies shall be submitted attesting to the following: "Umbrella or excess liability policies shall provide coverage at least as broad as specified for underlying coverage's and covering those insured in the underlying policies. Coverage shall be "Pay on behalf', with defense costs payable in addition to policy limits. There shall be no cross liability exclusion of claims or suits by one insured against another. " 2. Automobile Liability: $2,000,000 combined single limit per accident for bodily injury and property damage. 3. Workers' Compensation and Employers Liability: Workers' Compensation providing statutory benefits as required by the Labor Code of the State of California with employers liability insurance, with minimum limits of $1,000,000 per accident or disease. 4. Course of Construction insurance coverage shall provide "all risk" coverage for the completed value of the project. Policies shall contain the following provisions: a. The City shall be named as loss payee, and b. The insurer shall waive all rights of subrogation against the City. C. Deductibles and Self- Insured Retentions Any deductibles or self - insured retentions must be declared to and approved by the City. At the option of the City, either: the insurer shall reduce or eliminate such deductibles or self - insured retentions as respects the City, its officers, elected officials, employees, agents, and volunteers; or the Contractor shall procure a bond guaranteeing payment of losses and related investigations, claim administration and defense expenses. D. Other Insurance Provisions The policies are to contain, or be endorsed to contain, the following provisions: General Liability and Automobile Liability Coverage's a. The City, its officers, elected officials, employees, agents and volunteers are to be covered as insured's as respects: liability arising out of activities performed by or on behalf of the Contractor, including the insured's general supervision of the Contractor; products and completed operations of the Contractor, premises owned, occupied or used by the Contractor, or automobiles owned, leased, hired or borrowed by the Contractor. The coverage shall contain no special limitations on the scope of protection afforded to the City, its officers, elected officials, employees, agents or volunteers. b. The Contractor's insurance coverage shall be primary insurance as respects the City, its officers, elected officials, employees, agents and volunteers. Any insurance or self - insurance maintained by the City, its officers, elected OAK #4837 -1876 -7115 v4 officials, employees, agents or volunteers shall be in excess of Contractor's insurance and shall not contribute with it. C. Any failure to comply with reporting provisions of the policies shall not affect coverage provided to the City, its officers, elected officials, employees, agents or volunteers. d. The Contractor's insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the insurer's liability. 2. Workers' Compensation and Employers Liability Coverage The insurer shall agree to waive all rights of subrogation against the City, its officers, elected officials, employees, agents and volunteers for losses arising from work perforined by Contractor for the City. 3. All Coverage's a. Each insurance policy required by this clause shall be endorsed to state that coverage shall not be suspended, voided, cancelled by either party, reduced in coverage or in limits except after thirty (30) days' prior written notice by certified mail, return receipt requested, has been given to the City. b. Coverage shall not extend to any indemnity coverage for the active negligence of the additional insured in any case where an agreement to indemnify the additional insured would be invalid under Subsection (b) of Section 2782 of the Civil Code. 4. Course of Construction policies shall contain the following provisions: a. The City shall be named as loss payee. b. The insurer shall waive all rights of subrogation against the City. E. Acceptability of Insurers Insurance is to be placed with insurers with a Best's rating of no less than ANII or as approved by the City. F. Verification of Coverage Contractor shall furnish the City with certificates of insurance and with original endorsements affecting coverage required by this clause. The certificates and endorsements for each insurance policy are to be signed by a person authorized by that insurer to bind coverage on its behalf. The certificates and endorsements are to be on forms provided by the City. Where by statute, the City's workers' compensation - related forms cannot be used, equivalent forms approved by the hlsurance Commissioner are to be substituted. All certificates and endorsements are to be received and approved by the City before work commences. The City reserves the right to require complete, certified copies of all required insurance policies, at any time. G. Subcontractors Contractor shall include all subcontractors as insured's under its policies or shall furnish separate certificates and endorsements for each subcontractor. All coverage's for subcontractors shall be subject to all of the requirements stated herein. OAK 44837- 1876 -7115 v4 ATTACHMENT LIST OF TRAFFIC SIGNAL DEVICES / MAP OAK 44837-1876-7115 v4 Sknartzed intersections I Business Park Drive &. Casino Drive East 2 Commerce Blvd & Alison Ave 3 Commerce Blvd& Avram Ave 4 Commerce Blvd & Enterprise Dr 5 Commerce Blvd & Golf Course Dr 6 Commerce Blvd & Hunter DT 7 Commerce Blvd & Redwood Dr 8 E- Cotati Ave & Bodway Pkwy 9 E. Cotati Ave & Camino Colegio 10 E. Cotati Ave & Snyder Ln/rvlaurice Ave 11 Golf Course Dr & Country Club Dr 12 Golf Course Dr & Doubletree Dr 13 Golf Course Dr &. Fairway Dr 14 Golf Course Dr & Hillview Wy 15 Golf Course Dr & Redwood Dr 16 Golf Course Dr & Roberts Lake Rd 17 Golf Course Dr &Snyder Ln 18 Golf Course Dr West & Dowdell Ave 19 Golf Course Dr West & Labath Ave 20 Redwood Dr & Business Park Dr 21 Redwood Dr & Martin Ave 22 Rohnert Park Expressway & Commerce Blvd 23 Rohnert Park Expressway & Countp� Club Dr 24 Rohnert Park Expressway & Labath Ave 25 Rohnert Park Expressway & Rancho Verde Circle 26 Rohnert Park Expressway & Redwood Dr 27 Rohnert Park Expressway &San Simeon Dr 28 Rohnert Park Expressway& Snyder Ln 29 Rohnert Park Expressway & State Farm Dr 30 Snyder Ln & Creekside Middle school 31 Snyder Ln & Eleanor Ave 32 Southwest Blvd & Camino CGlegio 33 Southwest Blvd & Country Club Dr 34 Southwest Blvd & No Name St 35 Southwest Blvd &Seed Farm Dr 36 Southwest Blvd & Snyder Ln tn-Pavement Crosswalk Ughfing System I Southwest Blvd & Almond St OAK 44837-1876-7115 v4 O H 1 V E' RT Phi R c NAi 1 �. _ GOB, DR A' - of E 1� i } 4 i,.q 4Ai E S f LF o� t 3 d k'e if e , �E J. p, .............. OAK #4837- 1876 -7115 v4 ATTACHMENT 2 SCHEDULE OF PROPOSED FEES Item No. I Item. Units UnitPriC REQUIRED ITEMS INCLUDED IN SCOPE OF SERVICES I Preventative and Routine Maintenance for thirty -six (36) Traffic Signals Ea /month $140.00 (includes Annual Conflict Monitor Testing, Bike Loop Testing & Emergency vehicle Pre - emption Testing) ADDITIONAL ITEMS IN SCOPE OF SERVICES (COMPENSATION FOR EXTRA WORK) I Signal Maintenance Technician (straight time) Hour $102.00 2 Signal Maintenance Technician (overtime) Hour $147.00 3 Signal Maintenance Technician (double time) Hour $172.00 4 Signal Maintenance Supervisor (straight time) Hour $107.00 5 Signal Maintenance Supervisor (overtime) Hour $152.00 6 Signal Maintenance Supervisor (double time) Hour $182.00 7 Bucket Truck Hour $ 33.00 8 Percent Markup on Materials % 15 *Prices subject to CPI Increase beginning of each Fiscal Year (beginning July 1, 2015) per San Francisco Bay Area Bureau of Labor Statistics. OAK #4837 -1876 -7115 v4 PREVENTATIVE MAINTENANCE SCHEDULE ATTACHMENT 3 The County requires that the Contractor will perform preventative maintenance on all signal equipment. A traffic signal includes, but Is not limited to: traffic signal controller and cabinet and all appurtenant equipment, service cabinet, flashing beacons related to traffic Signal operations (i.e. advanced warning beacons), pedestrian, bicycle, and vehicle signals, detector systems, video detection camera systems, CCTV camera systems, wireless vehicle detection system, interconnect cable (copper and fiber optic), wireless communications equipment, traffic signal communications Nuipment, emergency vehicle preemption system, uninterrupted power supply system, intersection safety lighting, internally illuminated street name signs, and radar speed signs related to traffic signal operations. The Contractor shall use a Windows-based computerized maintenance and inventory management system to record all work done as outlined in the Scope of Work. The Preventative Maintenance database shall be continually updated. The City shall have access to the database as well as have all updated hard copy of the database provided to the City monthly if requested, Upon completion of each Preventative Maintenance inspection detailed in this whcd, tile, the contractor shall supply a computorized report to the City Traffic Signal Department itemizing each check performed and ilic result of that check. A separate report shall be generated for the monthly, quarterly, semi-annual and annual, even when all of these checks occur in the same month, The Contractor shall also provide a computerized monthly report to the City Traffic Signal Department of the Public Works Department by the fifteenth day of each mouth that summarizes the pending repair work needed at each intersection. This report shall be broken down by intersection and be separate from the Preventative Maintenance Report, This may be provided by hard copy or by email on the l5a' day of each month. NOTE: Where systems or Nnipment do not exist or are non-furictioning, make a note and notify the City. The contractor shall perform. the following Monthly Preventative Maintenance inspections and corrective work every month, Controller Cabinet • Test and Cheek ground fault. receptacle(s) • Observe the general appearance of the cabinet, noting any rust or other signs of deterioration and coniplete/reconimend repair work if needed • Inspect door gasket condition and replace if necessary • Inspect door lock operation and replace if necessary Operate and inspect ventilation fan and cabinet light (where applicable) • Inspect for posts in cabinet and take corrective action if needed • Visually 'inspect all relays, photocells, cabinet locks, cabinet farts, switches and make routine adjustments and repairs as necessary • Move the fan thermostat setting and determine if fan is operable, Return thermostat to proper setting Attachitivit 3- M I OAK #4837-1876-7115 v4 2. Signal Controller • Visually inspect signal controller and controller cabinet components for proper operation and recommend repairs/replacements as necessary • Check timing of individual signal pbases. Contractor shall notify the City immediately of any operational issue. The contractor shall not make any timing changes unless it is a matter of public safety or is needed for the proper operation of the traffic signaL • Check operation of load switches, relays, isolators, Internal moderns, conflict monitors and red flash modules. • Check operation of 170 or curre-rit controller and field master controller. 3. Signal & Pedestrian heads • Visually inspect all vehicular signals for proper operation and replace outages. Replace all burnt out or flickering indications with LED indications • Walk intersection and visually inspect all signal heads including backplates, visors and indications for proper operation and alignment, Replace all broken parts, align signal heads and adjust all. mast ann. signs as necessary • Check that all pedestrian signals are in good condition and aimed properly. Make adjustments as necessary, 4. Pedestrian Push Buttons • Actuate each button for proper operation. Visually inspect and note condition, Replace or repair any broken or defective pedestrian push buttons. All new pedestrian push buttons shall be two inch ADA push buttons. llic City and the Contractor to agree on a standard specification. • Check all audible and tactile pedestrian signal are in good condition and properly positioned (where applicable) and make repairs as needed 5. Interconnect Communication • Check operation • Visually inspect cables, antenna, and other hardware and recommend repairs as needed 6, Misceilaneoms • Visually inspect other signal hardware • Report all deficiencies • Check operation of flashing beacons at signalized intersections to ensure proper operation • Check all signal, beacon, and prdcstriari indication brackets, framework, and termi.rW compartrnentti for rust, cracks, and missing parts, • Inspect base of pole near concrete foundations for cracks, and loose pole base nuts, • Inspect poles for missing and loose hand hole covers. • Inspect and tighten all traffic, signal inast arm signal heads, optirom detectors, and detection cameras as required, • Check condition of detector loop wires. 7. Battery Back-up Unit • Test and Check ground fault receptacle • Observe the general. condition of the cabinet, noting any rust or other sigins of deterioration • Inspect door gasket • Inspect door lock operation, repair if necessary • Operate and inspect ventilation fan and thermostat • Visually inspect UPS controller system, bypass switch, batteries, fan and thermostat Attachment 3- P0.2 OAK #4837-1876-7115 v4 In addition to the monthly maintenance report, the Contractor shall conduct Quarterly Preventative Maintenance and submit a report that --,hall include till of the following elements. Detectors and Loops • Visually inspect for exposed wires, cracks, and/or pot holes and recommend repairs or replacement as needed • Use laptop computer to check detection camera alignment and make adjustments as necessary, where applicable • Check and tune detector amplifiers Pull Boxes • Check all Pull Boxes and detector hand holes for missing, damaged, or cracked lids. • Recommend repairs as needed • Check condition of splices and make repairs as needed • Check hold down bolts for tightness to, Controller Cabinet • Measure voltage level at service entrance in cabinet and record • Vacuum and clean controller cabinet and content,; In addition to the quarterly and monthly maintenance reports, the Contractor shall conduct Semi-Annual Preventative Maintenance and submit a report that shall include all of the following elements, I I. Battery Backup Systems (As directed) • Test the operation of the battery backup unit. Test sball involve de-energizing power to controller cabinet and verifying alarm indication to City and required thr.le frame for signal to trigger a flash operation • Tcst battery charge and replace as needed • Measure voltage level at service entrance in cabinet and record • Vacuum and clean, cabinet and contents • Provide the City aL printed report indicating the intersection,, test date, and findings. Findings to include battery status and replacement if necessary. Report to also includc timing in controller for alarm. notification, flash triggering time, proper operation and any repairs necessary. 12, Controller Cabinet • Check wire schematics and records to make sure they are in the cabinet, Notify City 'traffic Engineering Division if they are not present • Inspect terminal blocks and tighten as heeded • Lubricate hinges and lock 13. Signal Heads • Clean all signal lenses and reflectors (including video detection and CCTV cameras, and emergency preemption detection tenses), align signal heads and adjust all mast arm mounted Street name signs Ani3cbment 3 -PG. 3 OAK #4837-1876-7115 v4 14 . MLswflaneous * Clear} and vacuum each signal controller cabinet and service cabinet. • Adjust all mast arm mounted street name signs as needed • Check condition of paint (framework., heads, cabinets, poles and other appurtenances) and make recommendation for repositioning, as needed, • Check cabinet inventory list and update as needed. Provide an electronic copy to the City Traffic Signal Department. In addition to die monthly, quarterly and semi-annual maintenariM the Contractor shall conduct Annual Preventative Maintenance and submit a report that shall include all of the following elements. 15. Conflict Monitor Test the operation of the conflict monitor at each signalized intersection with a City approved testing device specifically designed for that purpose. 16. Controller Cabinet -1 Replace cabinet air filter 17, Miscellaneous • Clieck any other equipment utilized during the term of the Agreement but not specifically listed • Check the tightness of all power service connections, neutral buss bar connections and field wiring in the control cabinet and pole terminal compartment.%. Check Anchor bolts for tightening 18, Night Inspections Walk intersection and check for proper visibility and operation of traffic signal heads, pedestrian signal heads and flashing beacons 19, Emergency Vehicle Pre -1 iniption Test the operation of opticom units at each signalized intersection by usi ng a vehicle, equipped with ail opticom strobe device. This test will require two technicians, one driving the strobe vehicle and the other inspecting the opticorn discrimination unit and signal controller pre- emption fuocdoa. Adjust units as necessary, Provide the City a printed report indicating the intersections, testing date, and findings. Findings to include operation status and any adjustment-, that were performed on applicable phase (s), 20. Bicycle Loop Detection Test the operation of all locations in each intersection that. a Bicycle Loop Detection Sy m. bol is present. This test will require two technicians, one for bicycle placement and the other observing the detcotor. Adjust unit as necessary. Provide the City a printed report indicating the intersection., test date, and findings. Finding to include phase or direction of detection symbol, operation status, anti any adjustments that Nvere performed. Report to also include mislabeling or adjustment in symbol location, if necessary. OAK #4837-1876-7115 v4