Loading...
HomeMy WebLinkAbout2021-06-22; City Council; Resolution 2021-153RESOLUTION NO. 2021-153 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF CARLSBAD, CALIFORNIA, AUTHORIZING EXECUTION OF AN AGREEMENT WITH SIEMENS MOBILITY, INC. TO PERFORM CITYWIDE TRAFFIC SIGNAL MAINTENANCE AND OPERATIONS SERVICES IN AN AMOUNT NOT TO EXCEED $1,054,786 PER YEAR DURING THE INITIAL TWO-YEAR TERM OF THE AGREEMENT WHEREAS, the City of Carlsbad requires a contractor to perform citywide traffic signal maintenance and operations services; and WHEREAS, on April 6, 2021, the city published a request for proposals, in accordance with Carlsbad Municipal Code (CMG) Section 3.28.050(D); and WHEREAS, on May 3, 2021, staff received four proposals, and an evaluation committee consisting of Public Works staff reviewed and rated the proposals based on best-value criteria; and WHEREAS, staff determined that Siemens Mobility, Inc. was the highest-rated contractor; and WHEREAS, staff recommend approving an agreement with Siemens Mobility, Inc. in an amount not to exceed $1,054,786 per year and not to exceed $2,109,572 for the initial two-year term; and WHEREAS, staff recommend City Council authorize the City Manager to extend the agreement term for up to two subsequent two-year agreement periods, based on a satisfactory review of the contractor's performance, city needs and appropriation of funds by the City Council; and WHEREAS, any compensation increases after the initial two-year term must be mutually agreed to by the city and Siemens Mobility, Inc. in an amount not to exceed the San Diego Consumer Price Index over the previous contract period; and WHEREAS, the city planner has determined that the project is exempt from the California Environmental Quality Act (CEQA) per State CEQA Guidelines Section 15301(c) — minor alteration of existing facilities including streets, sidewalks, gutters and similar facilities, including pedestrian crossings, involving negligible or no expansion, and that no exception to the exemption as set forth in CEQA Guidelines section 15300.2 applies. NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of Carlsbad, California, as follows: 1.That the above recitations are true and correct. 2.That the proposal of Siemens Mobility, Inc. is hereby accepted. June 22, 2021 Item #2 Page 4 of 51 3.That the City Manager is hereby authorized to extend the agreement for two subsequent two-year terms based on a satisfactory review of the contractor's performance, city needs and appropriation of funds by the City Council and to compensate Siemens Mobility, Inc., upon mutual agreement, to increases in compensation that do not exceed the San Diego Consumer Price Index over the previous contract period. 4.That the mayor is hereby authorized and directed to execute an agreement with Siemens Mobility, Inc. in an amount not to exceed $1,054,786 each agreement year for a total not-to-exceed amount of $2,109,572 over the initial two-year term, attached hereto as Attachment A. PASSED, APPROVED AND ADOPTED at a Regular Meeting of the City Council of the City of Carlsbad on the 22nd day of June, 2021, by the following vote, to wit: AYES: Hall, Blackburn, Acosta, Bhat-Patel, Schumacher. NAYS: None. ABSENT: None. MATT HALL, Mayor BARBARA ENGLESON, City Clerk (SEAL) June 22, 2021 Item #2 Page 5 of 51 DocuSign Envelope ID: E5F56CD2-5D9A-43B9-9D3D-B9FC5BCOSF09 PSA21-1502TRAN AGREEMENT FOR TRAFFIC SIGNAL MAINTENANCE AND OPERATIONS SERVICES SIEMENS MOBILITY, INC. THIS AGREEMENT is made and entered into as of the 22nd day of June , 2021, by and between the City of Carlsbad, a municipal corporation, ("City"), and Siemens Mobility, Inc., a Delaware corporation, ("Contractor"). RECITALS A.City requires the professional services of a consultant that is experienced in traffic signal maintenance and operations services. B.Contractor has the necessary experience in providing professional services and advice related to traffic signal maintenance and operations services. C.Contractor has submitted a proposal to City under Request for Proposals No. RFP21-1442TRAN and has affirmed its willingness and ability to perform such work. NOW, THEREFORE, in consideration of these recitals and the mutual covenants contained herein, City and Contractor agree as follows: 1.SCOPE OF WORK City retains Contractor to perform, and Contractor agrees to render, those services (the "Services") that are defined in attached Exhibit "A", which is incorporated by this reference in accordance with this Agreement's terms and conditions. 2.STANDARD OF PERFORMANCE While performing the Services, Contractor will exercise the reasonable professional care and skill customarily exercised by reputable members of Contractor's profession practicing in the Metropolitan Southern California Area, and will use reasonable diligence and best judgment while exercising its professional skill and expertise. 3.TERM The term of this Agreement will be effective from June 29, 2021 to June 30, 2023. The City Manager may amend the Agreement to extend it for two (2) additional two (2) year periods or parts thereof. Extensions will be based upon a satisfactory review of Contractor's performance, City needs, and appropriation of funds by the City Council. The parties will prepare a written amendment indicating the effective date and length of the extended Agreement. 4.TIME IS OF THE ESSENCE Time is of the essence for each and every provision of this Agreement. 5.COMPENSATION The total fee payable for the Services to be performed during the initial Agreement term shall not exceed two million one hundred nine thousand five hundred seventy-two dollars ($2,109,572). No other compensation for the Services will be allowed except for items covered by subsequent amendments to this Agreement. If the City elects to extend the Agreement, the amount shall not exceed one million fifty-four thousand seven hundred eighty-six dollars ($1,054,786) per Agreement year. The City reserves the right to withhold a ten percent (10%) retention until City has accepted the work and/or Services specified in Exhibit "A". Incremental payments, if applicable, should be made as outlined in attached Exhibit "A". City Attorney Approved Version 6/12/18 June 22, 2021 Item #2 Page 6 of 51 DocuSign Envelope ID: E5F56CD2-5D9A-43B9-9D3D-B9FC5BCOBF09 PSA21 -1 502TRAN 6.PREVAILING WAGE RATES Any construction, alteration, demolition, repair, and maintenance work, including work performed during design and preconstruction such as inspection and land surveying work, cumulatively exceeding $1,000 and performed under this Agreement are subject to state prevailing wage laws. The general prevailing rate of wages, for each craft or type of worker needed to execute the contract, shall be those as determined by the Director of Industrial Relations pursuant to the Section 1770, 1773 and 1773.1 of the California Labor Code. Pursuant to Section 1773.2 of the California Labor code, a current copy of applicable wage rates is on file in the office of the City Engineer. Contractor shall not pay less than the said specified prevailing rates of wages to all such workers employed by him or her in the execution of the Agreement. Contractor and any subcontractors shall comply with Section 1776 of the California Labor Code, which generally requires keeping accurate payroll records, verifying and certifying payroll records, and making them available for inspection. Contractor shall require any subcontractors to comply with Section 1776. 7.STATUS OF CONTRACTOR Contractor will perform the Services in Contractor's own way as an independent contractor and in pursuit of Contractor's independent calling, and not as an employee of City. Contractor will be under control of City only as to the result to be accomplished, but will consult with City as necessary. The persons used by Contractor to provide services under this Agreement will not be considered employees of City for any purposes. The payment made to Contractor pursuant to the Agreement will be the full and complete compensation to which Contractor is entitled. City will not make any federal or state tax withholdings on behalf of Contractor or its agents, employees or subcontractors. City will not be required to pay any workers' compensation insurance or unemployment contributions on behalf of Contractor or its employees or subcontractors. Contractor agrees to indemnify City within thirty (30) days for any tax, retirement contribution, social security, overtime payment, unemployment payment or workers' compensation payment which City may be required to make on behalf of Contractor or any agent, employee, or subcontractor of Contractor for work done under this Agreement. At the City's election, City may deduct the indemnification amount from any balance owing to Contractor. 8.SUBCONTRACTING Contractor will not subcontract any portion of the Services without prior written approval of City. If Contractor subcontracts any of the Services, Contractor will be fully responsible to City for the acts and omissions of Contractor's subcontractor and of the persons either directly or indirectly employed by the subcontractor, as Contractor is for the acts and omissions of persons directly employed by Contractor. Nothing contained in this Agreement will create any contractual relationship between any subcontractor of Contractor and City. Contractor will be responsible for payment of subcontractors. Contractor will bind every subcontractor and every subcontractor of a subcontractor by the terms of this Agreement applicable to Contractor's work unless specifically noted to the contrary in the subcontract and approved in writing by City. 9.OTHER CONTRACTORS The City reserves the right to employ other Contractors in connection with the Services. 10.INDEMNIFICATION Contractor agrees to indemnify and hold harmless the City and its officers, officials, employees and volunteers from and against all claims, damages, losses and expenses including attorney's fees arising out of the performance of the work described herein caused by any negligence, City Attorney Approved Version 6/12/18 2 June 22, 2021 Item #2 Page 7 of 51 DocuSign Envelope ID: E5F56CD2-5D9A-43139-9D3D-B9FC5BCOBF09 PSA21-1502TRAN recklessness, or willful misconduct of the Contractor, any subcontractor, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable. The parties expressly agree that any payment, attorney's fee, costs or expense City incurs or makes to or on behalf of an injured employee under the City's self-administered workers' compensation is included as a loss, expense or cost for the purposes of this section, and that this section will survive the expiration or early termination of this Agreement. 11. INSURANCE Contractor will obtain and maintain for the duration of the Agreement and any and all amendments, insurance against claims for injuries to persons or damage to property which may arise out of or in connection with performance of the services by Contractor or Contractor's agents, representatives, employees or subcontractors. The insurance will be obtained from an insurance carrier admitted and authorized to do business in the State of California. The insurance carrier is required to have a current Best's Key Rating of not less than "A-:VI I"; OR with a surplus line insurer on the State of California's List of Approved Surplus Line Insurers (LASLI) with a rating in the latest Best's Key Rating Guide of at least "A:X"; OR an alien non-admitted insurer listed by the National Association of Insurance Commissioners (NAIC) latest quarterly listings report. 11.1 Coverage and Limits. Contractor will maintain the types of coverage and minimum limits indicated below, unless the Risk Manager or City Manager approves a lower amount. These minimum amounts of coverage will not constitute any limitations or cap on Contractor's indemnification obligations under this Agreement. City, its officers, agents and employees make no representation that the limits of the insurance specified to be carried by Contractor pursuant to this Agreement are adequate to protect Contractor. If Contractor believes that any required insurance coverage is inadequate, Contractor will obtain such additional insurance coverage, as Contractor deems adequate, at Contractor's sole expense. The full limits available to the named insured shall also be available and applicable to the City as an additional insured. 11.1.1 Commercial General Liability (CGL) Insurance. Insurance written on an "occurrence" basis, including personal & advertising injury, with limits no less than $2,000,000 per occurrence. If a general aggregate limit applies, either the general aggregate limit shall apply separately to this project/location or the general aggregate limit shall be twice the required occurrence limit. 11.1.2 Automobile Liability. (if the use of an automobile is involved for Contractor's work for City). $2,000,000 combined single-limit per accident for bodily injury and property damage. 11.1.3 Workers' Compensation and Employer's Liability. Workers' Compensation limits as required by the California Labor Code. Workers' Compensation will not be required if Contractor has no employees and provides, to City's satisfaction, a declaration stating this. 11.1.4 Professional Liability. Errors and omissions liability appropriate to Contractor's profession with limits of not less than $1,000,000 per claim. Coverage must be maintained for a period of five years following the date of completion of the work. 11.2 Additional Provisions. Contractor will ensure that the policies of insurance required under this Agreement contain, or are endorsed to contain, the following provisions: City Attorney Approved Version 6/12/18 3 June 22, 2021 Item #2 Page 8 of 51 DocuSign Envelope ID: E5F56CD2-509A-43B9-9D30-B9FC5BCOBF09 PSA21-1502TRAN 11.2.1 The City will be named as an additional insured on Commercial General Liability which shall provide primary coverage to the City. 11.2.2 Contractor will obtain occurrence coverage, excluding Professional Liability, which will be written as claims-made coverage. 11.2.3 This insurance will be in force during the life of the Agreement and any extensions of it and will not be canceled without thirty (30) days prior written notice to City sent by certified mail pursuant to the Notice provisions of this Agreement. 11.3 Providing Certificates of Insurance and Endorsements. Prior to City's execution of this Agreement, Contractor will furnish certificates of insurance and endorsements to City. 11.4 Failure to Maintain Coverage. If Contractor fails to maintain any of these insurance coverages, then City will have the option to declare Contractor in breach, or may purchase replacement insurance or pay the premiums that are due on existing policies in order to maintain the required coverages. Contractor is responsible for any payments made by City to obtain or maintain insurance and City may collect these payments from Contractor or deduct the amount paid from any sums due Contractor under this Agreement. 11.5 Submission of Insurance Policies. City reserves the right to require, at any time, complete and certified copies of any or all required insurance policies and endorsements. 12.BUSINESS LICENSE Contractor will obtain and maintain a City of Carlsbad Business License for the term of the Agreement, as may be amended from time-to-time. 13.ACCOUNTING RECORDS Contractor will maintain complete and accurate records with respect to costs incurred under this Agreement. All records will be clearly identifiable. Contractor will allow a representative of City during normal business hours to examine, audit, and make transcripts or copies of records and any other documents created pursuant to this Agreement. Contractor will allow inspection of all work, data, documents, proceedings, and activities related to the Agreement for a period of three (3) years from the date of final payment under this Agreement. 14.OWNERSHIP OF DOCUMENTS All work product produced by Contractor or its agents, employees, and subcontractors pursuant to this Agreement is the property of City. In the event this Agreement is terminated, all work product produced by Contractor or its agents, employees and subcontractors pursuant to this Agreement will be delivered at once to City. Contractor will have the right to make one (1) copy of the work product for Contractor's records. 15.COPYRIGHTS Contractor agrees that all copyrights that arise from the services will be vested in City and Contractor relinquishes all claims to the copyrights in favor of City. 16.NOTICES The name of the persons who are authorized to give written notice or to receive written notice on behalf of City and on behalf of Contractor under this Agreement. City Attorney Approved Version 6/12/18 4 June 22, 2021 Item #2 Page 9 of 51 DocuSign Envelope ID: E5F56CD2-5D9A-43B9-9D3D-B9FC5BCOBF09 PSA21-1502TRAN For City Name Nestor Mangohig Title Senior Engineer Department Transportation City of Carlsbad For Contractor Name Michael Hutchens Title Project Manager Address 2250 Business Way Riverside, California 92501 Address 1635 Faraday Ave Phone No. 951-784-6600 Carlsbad, California 92008 Email michael.hutchens@siemens.com Phone No. 760-602-7504 Each party will notify the other immediately of any changes of address that would require any notice or delivery to be directed to another address. 17.CONFLICT OF INTEREST Contractor shall file a Conflict of Interest Statement with the City Clerk in accordance with the requirements of the City of Carlsbad Conflict of Interest Code. The Contractor shall report investments or interests in all four categories. YesE No El 18.GENERAL COMPLIANCE WITH LAWS Contractor will keep fully informed of federal, state and local laws and ordinances and regulations which in any manner affect those employed by Contractor, or in any way affect the performance of the Services by Contractor. Contractor will at all times observe and comply with these laws, ordinances, and regulations and will be responsible for the compliance of Contractors services with all applicable laws, ordinances and regulations. Contractor will be aware of the requirements of the Immigration Reform and Control Act of 1986 and will comply with those requirements, including, but not limited to, verifying the eligibility for employment of all agents, employees, subcontractors and consultants whose services are required by this Agreement. 19.DISCRIMINATION AND HARASSMENT PROHIBITED Contractor will comply with all applicable local, state and federal laws and regulations prohibiting discrimination and harassment. 20.DISPUTE RESOLUTION If a dispute should arise regarding the performance of the Services the following procedure will be used to resolve any questions of fact or interpretation not otherwise settled by agreement between the parties. Representatives of Contractor or City will reduce such questions, and their respective views, to writing. A copy of such documented dispute will be forwarded to both parties involved along with recommended methods of resolution, which would be of benefit to both parties. The representative receiving the letter will reply to the letter along with a recommended method of resolution within ten (10) business days. If the resolution thus obtained is unsatisfactory to the aggrieved party, a letter outlining the disputes will be forwarded to the City Manager. The City Manager will consider the facts and solutions recommended by each party and may then opt to direct a solution to the problem. In such cases, the action of the City Manager will be binding City Attorney Approved Version 6/12/18 5 June 22, 2021 Item #2 Page 10 of 51 DocuSign Envelope ID: E5F56CD2-5D9A-43B9-9D3D-B9FC5BCOBF09 PSA21-1502TRAN upon the parties involved, although nothing in this procedure will prohibit the parties from seeking remedies available to them at law. 21.TERMINATION In the event of the Contractor's failure to prosecute, deliver, or perform the Services, City may terminate this Agreement for nonperformance by notifying Contractor by certified mail of the termination. If City decides to abandon or indefinitely postpone the work or services contemplated by this Agreement, City may terminate this Agreement upon written notice to Contractor. Upon notification of termination, Contractor has five (5) business days to deliver any documents owned by City and all work in progress to City address contained in this Agreement. City will make a determination of fact based upon the work product delivered to City and of the percentage of work that Contractor has performed which is usable and of worth to City in having the Agreement completed. Based upon that finding City will determine the final payment of the Agreement. Either party upon tendering thirty (30) days written notice to the other party may terminate this Agreement. In this event and upon request of City, Contractor will assemble the work product and put it in order for proper filing and closing and deliver it to City. Contractor will be paid for work performed to the termination date; however, the total will not exceed the lump sum fee payable under this Agreement. City will make the final determination as to the portions of tasks completed and the compensation to be made. 22.COVENANTS AGAINST CONTINGENT FEES Contractor warrants that Contractor has not employed or retained any company or person, other than a bona fide employee working for Contractor, to solicit or secure this Agreement, and that Contractor has not paid or agreed to pay any company or person, other than a bona fide employee, any fee, commission, percentage, brokerage fee, gift, or any other consideration contingent upon, or resulting from, the award or making of this Agreement. For breach or violation of this warranty, City will have the right to annul this Agreement without liability, or, in its discretion, to deduct from the Agreement price or consideration, or otherwise recover, the full amount of the fee, commission, percentage, brokerage fees, gift, or contingent fee. 23.CLAIMS AND LAWSUITS By signing this Agreement, Contractor agrees that any Agreement claim submitted to City must be asserted as part of the Agreement process as set forth in this Agreement and not in anticipation of litigation or in conjunction with litigation. Contractor acknowledges that if a false claim is submitted to City, it may be considered fraud and Contractor may be subject to criminal prosecution. Contractor acknowledges that California Government Code sections 12650 et seq., the False Claims Act applies to this Agreement and, provides for civil penalties where a person knowingly submits a false claim to a public entity. These provisions include false claims made with deliberate ignorance of the false information or in reckless disregard of the truth or falsity of information. If City seeks to recover penalties pursuant to the False Claims Act, it is entitled to recover its litigation costs, including attorney's fees. Contractor acknowledges that the filing of a false claim may subject Contractor to an administrative debarment proceeding as the result of which Contractor may be prevented to act as a Contractor on any public work or improvement for a period of up to five (5) years. Contractor acknowledges debarment by another jurisdiction is grounds for City to terminate this Agreement. 24.JURISDICTION AND VENUE Any action at law or in equity brought by either of the parties for the purpose of enforcing a right or rights provided for by this Agreement will be tried in a court of competent jurisdiction in the City Attorney Approved Version 6/12/18 6 June 22, 2021 Item #2 Page 11 of 51 DocuSign Envelope ID: E5F56CD2-5D9A-43B9-9D3D-B9FC5BCOBF09 PSA21 -1 502T RAN County of San Diego, State of California, and the parties waive all provisions of law providing for a change of venue in these proceedings to any other county. 26. SUCCESSORS AND ASSIGNS It is mutually understood and agreed that this Agreement will be binding upon City and Contractor and their respective successors. Neither this Agreement nor any part of it nor any monies due or to become due under it may be assigned by Contractor without the prior consent of City, which shall not be unreasonably withheld. 26. ENTIRE AGREEMENT This Agreement, together with any other written document referred to or contemplated by it, along with the purchase order for this Agreement and its provisions, embody the entire Agreement and understanding between the parties relating to the subject matter of it. In case of conflict, the terms of the Agreement supersede the purchase order. Neither this Agreement nor any of its provisions may be amended, modified, waived or discharged except in a writing signed by both parties. III III III III III III III III III City Attorney Approved Version 6/12/18 7 June 22, 2021 Item #2 Page 12 of 51 DocuSign Envelope ID: E5F56CD2-5D9A-43B9-90313-89FC5BCOBF09 PSA21-1502TRAN 27. AUTHORITY The individuals executing this Agreement and the instruments referenced in it on behalf of Contractor each represent and warrant that they have the legal power, right and actual authority to bind Contractor to the terms and conditions of this Agreement. CONTRACTOR SIEMENS MOBILITY, INC., a Delaware corporation By: By: SitvtiA, tutt, (sign here) Matt Hall, Mayor Steve Teal, Director, IT Services (print name/title) ATTEST: CITY OF CARLSBAD, a municipal corporation of the State of California By: Midka.d, if14411,0 (sign here) 71/let. for Barbara Engleson, City Clerk Michael Hutchens, Operations Manager, ITS (print name/title) If required by City, proper notarial acknowledgment of execution by contractor must be attached. If a corporation, Agreement must be signed by one corporate officer from each of the following two groups. Group A Group B Chairman, Secretary, President, or Assistant Secretary, Vice-President CFO or Assistant Treasurer Otherwise, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering the officer(s) signing to bind the corporation. APPROVED AS TO FORM: CELIA A. BREWER, City Attorney BY: Assistant City Attorney City Attorney Approved Version 6/12/18 8 June 22, 2021 Item #2 Page 13 of 51 DocuSign Envelope ID: E5F56CD2-5D9A-43B9-9D3D-B9FC5BCOBF09 PSA21 -1 502TRAN EXHIBIT "A" SCOPE OF SERVICES The actual payments made to the Contractor will be based on actual work performed for the City consistent with the terms and conditions of the contract documents. The undersigned declares he/she has carefully examined the locations of the work, examined all specifications, and hereby proposes to furnish all labor, materials, equipment, transportation, and services required to do all the work in this Traffic Signal Maintenance Agreement in accordance with the specifications of the City of Carlsbad, and the General Provisions and that he/she will take in payment on a time and materials basis therefore the following unit prices for each item complete, to wit: Bid Schedule "A" . . Annual Routine Maintenance/Unscheduled Maintenance Response Item No. Description Estimated Quantity and Units* Unit Price Annual Total A-1 Perform Routine Quarterly Traffic Signal Inspection and Routine Maintenance 736 $65.50 $42,208.00 Each Extended Amount A-2 Provide and Install LED Signal Light (Burnout) 250 $102.00 $25,500.00 Each Extended Amount A-3 Provide and Install LED Signal Light (Burnout) - Clear Lens 5 $102.00 $510.00 Each Extended Amount A-4 Provide and Install LED Signal Light (Burnout) - Clear Lens (3 ea or more) 5 $80.00 $400.00 Each Extended Amount A-5 Provide and install LED Pedestrian Countdown Head 51 $175.00 $8,925.00 Each Extended Amount A-6 Perform Red Flash Signal Reset 9 $110.00 $990.00 Each Extended Amount A-7 Perform Function/Detection/Cycling Test 3 $110.00 $330.00 Each Extended Amount A-8 Remove and Replace UPS Batteries (Per Signal) 50 $850.00 $42,500.00 Each Extended Amount A-9 Pedestrian Push Button Replacement 28 $80.00 $2 240.00 Each Extended Amount City Attorney Approved Version 6/12/18 9 June 22, 2021 Item #2 Page 14 of 51 DocuSign Envelope ID: E5F56CD2-5D9A-43B9-9D3D-B9FC5BCOBF09 PSA21-1502TRAN A-10 Loop Set Testing 10 $110.00 - $1,100.00 Each Extended Amount A-11 Loop Replacement Type D 10 $675.00 $6,750.00 Each Extended Amount A-12 Loop Replacement Type E 50 $650.00 $32,500.00 Each Extended Amount . A-13 Video Detection Camera Service (Semi Annual) 720 $65.00 $46,800.00 - Each Extended Amount A-14 Cabinet Filter Replacement (Semi Annual) 360 $3.75 $1,350.00 Each Extended Amount A-15 Amber School Flasher Reprogramming 16 $1-10.00 $1,760.00 .. Each Extended Amount A-16 Head Cleaning and Mast Arm Inspection (Annual) 180 $240.00 $43,200.00 Each Extended Amount A-17 Conflict Monitor Testing (Annual) 180 $51.00 $9,180.00 Each Extended Amount A-18 , Adjust Signal Timing 5 $110.00 $550.00 Each Extended Amount A-19 PM with BBS and CMU/MMU Testing (Annual) 184 $130.00 $23,920.00 Each Extended Amount A-20 School Flashing Beacons Testing (Annual) 12 $36.00 $432.00 Each Extended Amount A-21 Radar Speed Signs/"Speed Feedback" Sign Testing (Annual) 29 $36.00 $1044.00 Each Extended Amount A-22 Rectangular Rapid Flashing Beacon Sign Texting (Annual) 64 $36.00 $2,304.00 Each Extended Amount A-23 Advance Warning Beacon Testing (Annual) 3 $36.00 $108.00 Each Extended Amount Total Annual Cost for Bid Schedule "A" $300 601.00 City Attorney Approved Version 6/12/18 10 June 22, 2021 Item #2 Page 15 of 51 DocuSign Envelope ID: E5F56CD2-5D9A-43B9-9D30-B9FC5BCOBF09 PSA21 -1 502TRAN Bid Schedule "B" Annual Routine Maintenance/Unscheduled Maintenance Response (REGULAR HOURS) Page 1 of 1 . Item No. Description Estimated Hours Per Hour/Unit Cost Annual Total B-1 IMSA Level III Certified Technician (if on staff) 1,350 $122.00 $164,700 Extended Amount B-2 Traffic Control for Stationary Operations (Regular Time) 12 • $125.00 $1,500.00 Extended Amount B-3 IMSA Level II Certified Technician . 1,350 $110.00 $148,500.00 Extended Amount B-4 General Laborer 250 $92.00 $23 000.00 Extended Amount B-5 Aerial Truck 2,700 $25.00 $67,500.00 Extended Amount B-6 Service Truck 100 $25.00 $2,500.00 Extended Amount B-7 Compressor 60 $1.00 $60.00 Extended Amount B-8 Parts N/A $200,000 A- $15% markup $230,000.00 Total Annual Cost for Bid Schedule "B" $637 760 City Attorney Approved Version 6/12/18 11 June 22, 2021 Item #2 Page 16 of 51 DocuSign Envelope ID: E5F56CD2-5D9A-43B9-9D3D-B9FC5BCOBF09 PSA21 -1 502TRAN Bid Schedule "C" Annual Routine Maintenance/Unscheduled Maintenance Response (AFTER REGULAR HOURS) Page 1 of 1 Item No. Description Estimated Quantity and Units* Per Hour Annual Total C-1 IMSA Level III Certified Technician (if on staff) 310 $151.00 $46,810.00 Extended Amount C-2 Traffic Control with Stationary Operations (Overtime) 12 $160.00 $1,920.00 Extended Amount C-2 IMSA Level II Certified Technician 310 $151.00 $46,810.00 Extended Amount C-4 General Laborer 30 $108.00 $3,240.00 Extended Amount C-5 Aerial Truck 620 $25.00 $15,500.00 Extended Amount C-6 Service Truck 85 $25.00 $2 125.00 Extended Amount C-7 Compressor 20 $1.00 $20.00 Extended Amount Total Annual Cost for Bid Schedule "C" $116,425.00 Bid Schedule "A" Total Annual Cost: $ 300,601.00 Bid Schedule "B" Total Annual Cost: $ 637,760.00 Bid Schedule "C" Total Annual Cost: $ 116,425.00 EXHIBIT A - TOTAL ANNUAL COST: $1 ,054,786.00 *Estimate based on historical experience is for bid comparison purposes only. The actual payments made to the CONTRACTOR will be based on the CONTRACTOR's actual work performed for the City consistent with the terms and conditions of the contract documents and may be different from the prices estimated above. In the event of errors in calculation, the correctly extended bid item total will govern. This is a prevailing wage bid. Labor will be paid at prevailing wage. City Attorney Approved Version 6/12/18 12 June 22, 2021 Item #2 Page 17 of 51 DocuSign Envelope ID: E6F56CD2-5D9A-43B9-9D3D-B9FC5BCOBF09 PSA21 -1 502TRAN EXHIBIT "B" CITY OF CARLSBAD MANNER OF PERFORMING SERVICES TRAFFIC SIGNAL MAINTENANCE SERVICES TRAFFIC SIGNAL MAINTENANCE QUALITY STANDARDS PART I GENERAL SPECIFICATIONS PART II TECHNICAL SPECIFICATIONS 13 June 22, 2021 Item #2 Page 18 of 51 DocuSign Envelope ID: E5F56CD2-5D9A-43139-9D3D-B9FC5BCOBF09 PSA21-1502TRAN TRAFFIC SIGNAL MAINTENANCE QUALITY STANDARDS MAINTENANCE THEORY Quality maintenance includes all the necessary tasks required to keep equipment in a safe economical and dependable operation. Scheduled routine maintenance on traffic signal equipment will not only prolong the life of the equipment but will greatly reduce the overall outlay of financial resources by both the owner and the service company. Eventually, all equipment will wear out or be replaced by new technology. However, the traffic signal maintenance contractor has a responsibility to maximize the life and economic operation of the equipment. EQUIPMENT & ENCLOSURES: The equipment enclosures and equipment are to be cleaned, kept free of dust, lint, oil residue, and debris. Units shall be maintained in a reasonably clean and dry condition. Oil spills shall be cleaned up immediately and reported to the Inspector. Cleaning these enclosures will be performed in accordance with the contractor's maintenance guide. Code authorities prohibit the storage of equipment and parts not relative to the operation and maintenance of the traffic signal equipment in the enclosures. Spare traffic signal parts and wiring diagrams will be kept orderly in storage cabinets provided for the job by the traffic signal maintenance contractor. Up to date service charts, callback logs, and Material Data Sheets for any chemicals utilized by the maintenance contractor will be readily accessible. All chemicals must be properly labeled. All fastenings and screws will be secured and tightened. Missing screws shall be replaced. Operating panels, indicators and markings shall be maintained as installed. Defaced components will be reported to the Inspector. Equipment enclosures and doors shall be kept locked to prevent unauthorized access. SAFETY Safety awareness is of the utmost importance when working on traffic signal equipment not only for the technician and City Staff but also the casual observer who may wander into a work area unannounced. Traffic control devices, barricades, proper tools and safety equipment will be proved by the traffic signal contractor to minimize risk of exposure to danger to employees and public. Under no circumstances should work be performed in un-barricaded areas. If continuous work is performed, doors should be closed when the immediate area is unattended. Strict adherence to the lock out/tag out procedure shall be enforced. All safety devices and circuits shall operate as intended. They shall not be overridden and must operate in compliance with applicable codes. Unsafe equipment or conditions will be corrected or reported to the proper personnel immediately. Under no circumstances 14 June 22, 2021 Item #2 Page 19 of 51 DocuSign Envelope ID: E5F56CD2-5D9A-43B9-9D3D-B9FC5BCOBF09 PSA21 -1 502TRAN shall unsafe equipment be put into operation. Periodic checks will be performed to ensure proper operation of all safety devices. CONTROLS & OTHER EQUIPMENT Controls and other operational apparatus will be kept clean, properly lubricated and adjusted as required; relays and contactors shall be kept clean and operating without excessive arc. All electrical connections shall be tight, taped and tagged when not in use. Coils, contacts, relays and resistors showing signs of deterioration shall be repaired or replaced as necessary. Care must be exercised when handling printed circuit boards. Proper grounding is necessary when handling some versions of solid-state boards. The traffic signal maintenance contractor shall maintain sufficient stock of repair parts or shall insure that sufficient repair items are in stock locally or shall insure that the contractor has access to spares for overnight delivery. All modes, programs and operations shall be maintained as originally intended, engineered, and manufactured. 15 June 22, 2021 Item #2 Page 20 of 51 DocuSign Envelope ID: E5F56CD2-5D9A-43B9-9D30-B9FC5BCOBF09 PSA21-1502TRAN PART I GENERAL SPECIFICATIONS DEFINITIONS Whenever the following terms are used in this agreement, they shall have the following meaning: A.AFTER REGULAR HOURS: Work Performed by the CONTRACTOR on Saturday, Sunday, City of Carlsbad Holidays, or hours outside of REGULAR HOURS. B.BID ITEM: Individual items of work in the CONTRACTOR'S bid at an agreed price for the work. C.CITY: The CITY of Carlsbad. D.CITY MANAGER: The duly appointed CITY MANAGER of the CITY or his/her authorized representative. E.CONTRACT ADMINISTRATOR: The DEPUTY CITY MANAGER, PUBLIC WORKS, designee for bidding, awarding and administering the CONTRACTOR'S work under this agreement. F.CONTRACTOR: The managing individual of the contradting entity or his authorized employees or representatives. G.EXTRA WORK: Work Tasks authorized by the CONTRACT ADMINISTRATOR that are not included in ROUTINE MAINTENANCE/UNSCHEDULED MAINTENANCE RESPONSE (Bid Schedules "A" and "B"). H.FULLY OPERATIONAL: In a condition to undertake the function to adequately perform as a traffic signal. I.INSPECTOR: The CITY'S/CONTRACT ADMINISTRATOR'S field representative for work performed by the CONTRACTOR. J.INSTALLATIONS: Traffic Signal equipment installation and adjustment required to preserve and protect any City owned or maintained Traffic Signal systems as specified in this Agreement. K.MAINTENANCE: Any routine, recurring, and usual services or routine maintenance on existing CITY systems necessary for the protection or preservation of any CITY owned or maintained Traffic Signal systems as specified in this Agreement. L.PERIODIC INSPECTION: Routinely scheduled or randomly noticed inspection or audit conducted by CITY. M.DEPUTY CITY MANAGER, PUBLIC WORKS: The official designated as the head of Public Works of CITY, or any of his/her authorized representatives. 16 June 22, 2021 Item #2 Page 21 of 51 DocuSign Envelope ID: E5F56CD2-509A-43B9-9D3D-B9FC5BCOBF09 PSA21 -1 502TRAN N REGULAR HOURS: Normal business hours are hours between 7:00AM and 5:00PM Monday through Friday excluding City of Carlsbad holidays. O.SERVICE REPORT: CONTRACTOR'S detailed report in CITY-approved, computer- generated format covering all work performed under this Agreement. This needs to be generated and stored from a database of maintenance/response activity, that can be downloaded in .csv format. The SERVICE REPORT will need to work with a common input to link service requests. SERVICE REPORTS shall be separate documents, listed by facility and shall note all inspections, unscheduled maintenance response or service work performed, condition statements and any other pertinent information to aid the CITY in determining future equipment unscheduled maintenance response, maintenance or replacement. Web based report capability is highly desired. P.UNSCHEDULED MAINTENANCE RESPONSE: REGULAR HOUR UNSCHEDULED MAINTENANCE RESPONSE and AFTER REGULAR HOURS UNSCHEDULED MAINTENANCE RESPONSE include work required to maintain the serviceability of traffic signal equipment specified under this agreement that occurs outside the scope of the ROUTINE MAINTENANCE/UNSCHEDULED MAINTENANCE RESPONSE bid schedule. REGULAR HOUR UNSCHEDULED MAINTENANCE RESPONSE occur during REGULAR HOURS and AFTER REGULAR HOURS UNSCHEDULED MAINTENANCE RESPONSE are work outside of normal business hours as indicated in the CONTRACTOR's Proposed Cost of Services Chart and shall be compensated at the Bid Item Rate for each item. REGULAR HOUR UNSCHEDULED MAINTENANCE RESPONSE and AFTER REGULAR HOURS work must be authorized by the CONTRACT ADM1NSITRATOR prior to the CONTRACTOR performing the work. Q.ROUTINE MAINTENANCE/UNSCHEDULED MAINTENANCE RESPONSE: Work specified in the ROUTI NE MA1NTENANCE/UNSCH EDULED MAI NTENANCE RESPONSE schedule of this agreement (Bid Schedule "A", that consist of work performed by the Contractor at a fixed price cost during REGULAR HOURS. R.SPECIAL PROJECTS: UNSCHEDULED MAINTENANCE RESPONSE and/or services for which 1) a specific lump sum or agreed price job quote has been received, 2) the work has been authorized by the CONTRACT ADMINISTRATOR or designee, and 3) the work schedule has been mutually agreed. S.TRAFFIC SIGNAL: Devices as described in Exhibit "B", Section #21, of this document. 1.00 STANDARDS OF WORK AND CONTRACTOR RESPONISBILITY 1.01 The CONTRACTOR shall perform the work described herein in a thorough and professional manner, and accordance with CALTRANS and National Electrical Code (NEC) Standards so that the CITY is provided with reliable and high-quality traffic signal maintenance services at all times. 1.02 The CONTRACTOR shall furnish, at CONTRACTOR'S own expense, all labor, tools, equipment, and materials necessary. unless specifically excluded herein, to perform ROUTINE MAINTENANCE/UNSCHEDULED MAINTENANCE RESPONSE at the Bid Item price. The CONTRACTOR shall furnish, at CONTRACTOR'S own expense, tools and equipment necessary, unless specifically excluded herein, to perform regular and after regular hours authorized UNSCHEDULED MAINTENANCE RESPONSE at the Bid 17 June 22, 2021 Item #2 Page 22 of 51 DocuSign Envelope ID: E5F56CD2-5D9A-43B9-9D30-B9FC5BCOBF09 PSA21 -1 502TRAN Item price. Cost of parts shall be paid at the CONTRACTOR'S invoice cost for parts plus the percentage of markup indicated in this bid. 1.03 The CONTRACTOR'S forces shall leave work areas free of all dirt, litter, lubricants, or other materials utilized to perform maintenance services. The CONTRACTOR shall erect barricades, warning signs and any other devices to prevent unauthorized access by the public or unauthorized CITY staff to work areas. 1.04 Traffic signal maintenance and repair shall be performed in accordance with accepted standards for traffic signal maintenance and repair to the satisfaction of the CONTRACT ADMINISTRATOR or his designee. CONTRACTOR shall immediately respond when notified by CITY to correct unsatisfactory work at no additional charge. 1.05 The CONTRACTOR shall maintain individual repair and maintenance logs listing all work performed under this agreement. These Logs shall be submitted or shall be available via website to the CONTRACT ADMINSTRATOR on a monthly basis. Logs shall indicate the date of service, time of service, service performed, the technician performing service and any other information that may affect current or future operation of the traffic signals. The CONTRACTOR shall report these locations, by intersection, to CITY'S CONTRACT ADMINISTRATOR, or designee, within 48 hours. (Deductions may be made from the CONTRACTOR'S payments if maintenance and repair tasks are not reported to CITY within the time allowed.) 1.06 The CONTRACTOR shall, during the term of this CONTRACT, respond to all callbacks to the satisfaction of the CONTRACT ADMINISTRATOR, within the time specified within this agreement. Failure to comply with this requirement will result in a reduction in payment to the CONTRACTOR as determined appropriate by the CONTRACT ADMINISTRATOR. Call-out response time during normal service hours shall not exceed thirty (30) minutes. In cases where delays are anticipated to exceed thirty (30) minutes, CONTRACTOR shall notify the City immediately with an estimated time of arrival. In no case shall initial response time exceed one (1) hour. A greater response time may result in assessment of liquidated damages. 1.7 The CONTRACTOR shall prepare and submit an annual schedule for ROUTINE MAINTENANCE to the CONTRACT ADMINISTRATOR for approval. The ROUTINE MAINTENANCE schedule shall be adhered to by CONTRACTOR unless deviation from the approved schedule is authorized by the CONTRACT ADMINISTRATOR. 1.8 CONTRACTOR will provide service twenty-four (24) hours per day for the servicing of all equipment covered by this agreement. An IMSATISA Level II or higher technician will respond immediately upon notification in a vehicle with aerial capabilities. This vehicle shall be equipped with equipment and materials necessary to restore safe operation of the intersection. If the CONTRACTOR is contacted after normal working hours and determines that aerial capabilities are not necessary based on the information provided, initial response may be made in a service vehicle. However, if the CONTRACTOR opts to respond in a service vehicle and aerial capabilities are required, the City will not pay any costs associated with retrieval of an aerial vehicle. 18 June 22, 2021 Item #2 Page 23 of 51 DocuSign Envelope ID: E5F56CD2-5D9A-43139-903D-B9FC5BCOBF09 PSA21 -1 502TRAN 2.00 TRAFFIC SIGNAL EQUIPMENT TO BE MAINTAINED 2.01 The service areas and frequencies of service under the provisions of this CONTRACT are detailed in the CONTRACTORs Proposed Cost of Services Chart and include a minimum of 184 signalized intersections (reference Appendix "B") and 108 electrical warning devices located in the CITY. More signalized intersections and related devices could be added during the term of the agreement, and these would also apply. 2.02 The detailed ROUTINE MAINTENANCE requirements and equipment list requiring service under the provisions of this CONTRACT are detailed in Appendix "B" & "C". 2.03 CONTRACTOR acknowledges personal inspection of the sites and the surrounding areas and has evaluated the extent to which the physical condition thereof will affect the services to be provided. CONTRACTOR accepts the premises in their present physical condition and agrees to make no demands upon CITY for any improvements or alterations thereof. 3.00 PAYMENT AND INVOICES 3.01 The CONTRACTOR will perform work in accordance with all applicable Carlsbad Municipal Code sections, other applicable California codes, OSHA standards and any other regulatory requirements. 3.02 There will be no additional charges such as travel or trip costs allowed. Payment for service starts when the technician arrives at the City of Carlsbad owned or maintained properties and ends at the completion of required service work. Portal to portal payment is not included in this Agreement. 3.03 All parts will be newly manufactured replacement parts or an equal approved by the Inspector, or his authorized representative. Pricing to City of Carlsbad will be in accordance with bid item costs or hourly labor cost plus parts markup as indicated in the Exhibit "A" - CONTRACTOR'S Proposed Cost of Services Chart. Invoices must be submitted with request for payment. 3.04 Compensation increases will not be authorized prior to the end of each individual option period. If an increase in compensation for service in succeeding option periods is requested, the CONTRACTOR must provide detailed supporting documentation to justify the requested rate increase for the next option period. The CITY will evaluate the requested increase, and the CITY reserves the right to negotiate, accept or reject the CONTRACTOR'S requested compensation increase. The compensation increase may be adjusted by a mutually agreeable amount based on and no greater than the aggregate San Diego Consumer Price Index changes over the previous contract period. Requests for price changes must be made by the CONTRACTOR in writing sixty (60) days before the end of the then-current agreement year. 3.05 The CONTRACTOR shall present monthly invoices for all work performed during the preceding month. Said invoice shall include all required certifications and reports as specified hereinafter. The invoice shall be submitted on or before the fifth (5th) day of each month in the amount of the compensation to be paid by the CITY for all services rendered by the CONTRACTOR under the terms and conditions of this CONTRACT. Said payment shall be made within thirty (30) days upon receiving the invoices, providing that all work 19 June 22, 2021 Item #2 Page 24 of 51 DocuSign Envelope ID: E5F56CD2-5D9A-43B9-9D3D-B9FC5BCOBF09 PSA21 -1 502TRAN performed during the preceding month has been inspected and accepted by the CONTRACT ADMINISTRATOR and that applicable certifications have been submitted in accordance with the provisions of this CONTRACT. 3.06 The CONTRACTOR'S monthly invoices for ROUTINE MAINTENANCE and ROUTINE MAINTENANCE/UNSCHEDULED MAINTENANCE RESPONSE shall be prepared and submitted in an electronic format. They shall clearly indicate the Purchase Order number, unit price, total work performed and correctly extended totals for each individual BID ITEM or separate item of work. An invoice format shall be submitted to the CONTRACT ADMINISTRATOR for approval. CONTRACTOR shall submit a fully itemized monthly bill to the CONTRACT ADMINISTRATOR or his authorized representative. 3.07 Separate invoices for approved NORMAL HOURS UNSCHEDULED MAINTENANCE RESPONSE AND AFTER REGULAR HOURSAFTER REGULAR HOURS UNSCHEDULED MAINTENANCE RESPONSE shall be prepared and submitted in an electronic format acceptable to the CONTRACT ADMINISTRATOR. They shall include attachments, such as copies of suppliers' invoices, which the CONTRACT ADMINISTRATOR may require to verify CONTRACTOR'S billing. Unless otherwise requested by the CONTRACT ADMINISTRATOR, one invoice shall be submitted for each discrete and complete REPAIR or AFTER REGULAR HOURS REPAIR. 3.08 All CONTRACTOR invoices must contain the following: 1.Intersection description/name 2.Intersection number 3.Authorizing party/caller 4.CITY service request and/or work order number 5.Time call is received 6.Description of complaint 7.Call summary code 8.Time of arrival 9.Corrective measures taken 10.Materials used and associated material costs 11.Status upon departure 12.Time of departure 13.Unique invoice number 14.Incident number 3.09 In the event the CITY transfers title, maintenance responsibility, or changes service frequency of a portion thereof, this CONTRACT shall continue in full force and effect, except said portion, at the discretion of the CONTRACT ADMINISTRATOR. The portion affected by the change may be deleted from the agreement and the CONTRACT sum shall be reduced accordingly. 3.10 The CONTRACT ADMINISTRATOR may, at his discretion, add new traffic signals to be maintained and/or repaired and/or require additional services. The CONTRACTOR shall be compensated for the additional facilities or services that are designated after the date of the commencement of this CONTRACT based on an extension of existing bid prices or in the case of traffic signal that is substantially different than other signals, a negotiated proposal. Proposal costs shall not exceed customary costs of similar equipment as submitted in the REQUEST FOR PROPOSALS or as adjusted in accordance with 20 June 22, 2021 Item #2 Page 25 of 51 DocuSign Envelope ID: E5F56CD2-5D9A-4389-9D3D-B9FC5BCOBF09 PSA21 -1 502TRAN subsequent amendments to the agreement. The CONTRACT ADMINISTRATOR shall notify the CONTRACTOR of additions, reductions or deletions of areas to be serviced in writing. 4.00 ENFORCEMENT, DEDUCTIONS AND LIQUIDATED DAMAGES 4.01 The CONTRACT ADMINISTRATOR shall be responsible for the enforcement of this CONTRACT on behalf of CITY. In addition to deductions stipulated in other sections of this agreement, the CONTRACT ADMINISTRATOR may enforce deductions in accordance with Section 4.00. 4.02 The CONTRACT ADMINISTRATOR shall prepare and implement an INSPECTION RATING SYSTEM (Appendix "A"). This form and system may be modified at the discretion of the CONTRACT ADMINISTRATOR. The CONTRACTOR agrees to be so evaluated by said system and by the ratings indicated in the INSPECTION RATING SYSTEM report. The CITY reserves the right to inspect between five and twenty intersections per month. In the event that the CONTRACTOR does not receive a rating of 95 or higher, the CITY shall work mutually with the CONTRACTOR to resolve findings, without cost to THE CITY. The CITY is to perform inspections within two calendar weeks after the completion of the work 5.00 INSPECTIONS, MEETINGS, & REPORTS 5.01 CITY reserves the right to perform inspections, including inspection of CONTRACTOR'S equipment, at any time for the purpose of verifying CONTRACTOR'S performance of CONTRACT requirements and identifying deficiencies. 5.02 The CONTRACTOR or his authorized representative shall meet with the CONTRACT ADMINISTRATOR or his representative on each site at the discretion and convenience of the CONTRACT ADMINISTRATOR for walk-through inspections. All routine maintenance functions shall be completed prior to this meeting. 5.03 At the request of the CONTRACT ADMINISTRATOR, the CONTRACTOR or his appropriate representative shall attend meetings and/or training sessions as determined by the CONTRACT ADMINISTRATOR for purposes of orientation, information sharing, CONTRACT revision, description of CITY policies, procedures, standards, and the like. 5.04 CONTRACTOR shall provide to the CONTRACT ADMINISTRATOR such written documentation and/or regular reports as the CONTRACT ADMINISTRATOR deems necessary to verify and review CONTRACTOR'S performance under this CONTRACT and to provide to the CONTRACT ADMINISTRATOR pertinent information relative to the maintenance, operation, and safety of the traffic signals. 5.05 Quarterly Reports: CONTRACTOR shall generate and provide reports on a quarterly basis that contain the following information: o List of intersections that have been maintained with summary of work performed at each intersection o Summary of Bid Schedule "A" items that have been performed o Recommendation for components that are reaching end of life or requiring corrective action 21 June 22, 2021 Item #2 Page 26 of 51 DocuSign Envelope ID: E5F56CD2-5139A-43139-9D3D-B9FC5BCOBF09 PSA21 -1 502TRAN 6.00 TRAFFIC CONTROL 6.01 Prior to any work in the public right-of-way, the CONTRACTOR shall Implement a traffic control system that consists of closing traffic lanes or pedestrian walkways in accordance with the California Manual on Uniform Traffic Control Devices (FHWA MUTCD 2014 Revision 5, as amended for use in California). The provisions in this section will not relieve the Contractor from its responsibility to provide such additional devices or take such measures as may be necessary to maintain public safety. 6.02 When lanes are closed for only the duration of work periods, all components of the traffic control system, except portable delineators placed along open trenches or excavation adjacent to the traveled way, shall be removed from the traveled way and shoulder at the end work period. If the Contractor so elects, said components may be stored at selected central locations, approved by the CITY Traffic Engineer, within the limits of the right-of- way. 6.03 When work activities involves the use of a bucket truck to maintain/repair/replace equipment on mast arms, the CONTRACTOR shall close travel lanes under the location of these activities in accordance with California Manual on Uniform Traffic Control Devices (FHWA MUTCD 2014 Revision 5, as amended for use in California). The provisions in this section will not relieve the Contractor from its responsibility to provide such additional devices or take such measures as may be necessary to maintain public safety. 6.04 The CONTRACTOR shall comply with all requirements of the CITY Traffic Engineer and shall bear all costs of required traffic control including but not limited to signs, cones, markers, flagmen, etc. 6.05 The Contractor shall implement traffic control and shall furnish all labor and materials to perform, install, maintain, replace and remove all traffic control as incidentals to the work with which they are associated and no other compensation will be allowed therefor. 7.00 CONTRACTOR'S DAMAGES 7.01 All damages incurred to existing facilities by the CONTRACTOR'S operation shall be repaired or replaced by the CONTRACTOR or by other forces all at the discretion of the CONTRACT ADMINISTRATOR and all at the CONTRACTOR'S expense. 8.00 COMMUNICATIONS AND RESPONSE 8.01 The CONTRACTOR shall, during the term of this CONTRACT, maintain two twenty-four (24) hour emergency telephone numbers. Both numbers shall be toll free to a San Diego region area code. For hours beyond a normal 8 AM to 5 PM business day, an answering service shall be considered an acceptable substitute. Answering machines are not acceptable. This phone number will be made available to all persons designated by the CITY. 8.02 All requests for services during REGULAR HOURS shall require two qualified technicians on call, with both to be dispatched when necessary, and to arrive, at the required location as soon as possible or within one (1) hour of notification to the satisfaction of the CONTRACT ADMINISTRATOR. During AFTER REGULAR HOURS, CONTRACTOR shall require two qualified technicians on call, with a minimum of one qualified technician 22 June 22, 2021 Item #2 Page 27 of 51 DocuSign Envelope ID: E5F56CD2-5D9A-43B9-9D3D-B9FC5BCOBF09 PSA21 -1 502TRAN to be dispatched to, and to arrive, at the required location as soon as possible or within one (1) hour of notification to the satisfaction of the CONTRACT ADMINISTRATOR. If any emergency service request is not responded to in one (1) hour, the CONTRACT ADMINISTRATOR shall be notified immediately of the reason for not meeting the required response time followed by a written report to the CONTRACT ADMINISTRATOR within two (2) working days. In no case shall initial response time exceed two (2) hours. A greater response time may result in assessment of liquidated damages. 8.03 Whenever immediate action is required to prevent possible injury, death, or property damage, CITY may, after reasonable attempt to notify the CONTRACTOR, cause such action to be taken by alternate work forces and, as determined by the CONTRACT ADMINISTRATOR, charge the cost thereof to the CONTRACTOR or deduct such cost from any amount due to the CONTRACTOR. This deduction shall include a markup for administrative costs equal to fifteen (15) percent of the actual costs incurred. 8.04 The CONTRACTOR shall maintain a written log of all communications, the date and the time thereof and the action taken pursuant thereto or the reason for non-action. Said log of complaints shall be open to the inspection of the CONTRACT ADMINISTRATOR at all reasonable times. 8.05 CONTRACTOR'S supervisor shall carry cellular telephones with a local San Diego region area code. Supervisor shall respond to any call from the CITY within thirty (30) minutes at any time. 9.00 SAFETY 9.01 CONTRACTOR agrees to perform all work outlined in this CONTRACT in such a manner as to meet all accepted standards for safe practices during the performance of his duties and to safely maintain stored equipment, machines, and materials or other hazards consequential or related to the work; and agrees additionally to accept the sole responsibility for complying with all CITY, County, State or Federal requirements at all times so as to protect all persons, including CONTRACTOR'S employees, agents of the CITY, CONTRACTORs, members of the public or others from foreseeable injury, or damage to their property. CONTRACTOR shall immediately inform staff of hazardous conditions and any potential hazards at said sites and keep a log indicating date inspected and action taken. 9.02 CONTRACTOR shall notify the CONTRACT ADMINISTRATOR immediately of any occurrence of accident, injury, or persons requiring emergency services and, if so requested, shall prepare a written report thereof to the CONTRACT ADMINISTRATOR within three (3) calendar days following the occurrence. CONTRACTOR shall cooperate fully with the CITY in the investigation of any such occurrence. 10.00 HOURS AND DAYS OF SERVICES 10.01 The acceptable daily hours of ROUTINE MAINTENANCE/UNSCHEDULED MAINTENANCE RESPONSE shall be 8:00 am to 5:00 pm, Monday through Friday excluding City Holidays which shall be considered normal work hours as may pertain to any other provision of the CONTRACT. Issues reported to the Contractor during the hours of 8:00 am to 5:00 pm will be considered normal work hours and payment will be made in 23 June 22, 2021 Item #2 Page 28 of 51 DocuSign Envelope ID: E5F56CD2-5D9A-43B9-9D3D-B9FC5BCOBF09 PSA21-1502TRAN accordance with the provisions regardless of the time the CONTRACTOR arrives and performs the work. 10.02 CONTRACTOR shall provide staffing to perform the required services during the prescribed hours as specified in these contract documents. Any changes in the days and hours of operation heretofore prescribed shall be subject to approval by the CONTRACT ADMINISTRATOR. 10.03 Per State of California Labor Code, CONTRACTOR is directed to the following prescribed requirement with respect to the hours of employment. Eight (8) hours of labor under this CONTRACT shall constitute a legal day's work and said CONTRACTOR shall not require or permit any laborer, worker or mechanic, or any subcontractor employed by him to perform any of the work described herein to labor more than eight (8) hours during any one day or more than forty (40) hours during any one calendar week, except as authorized by State of California Labor Code Section 1815. 11.00 ROUTINE MAINTENANCE SCHEDULES 11.01 The CONTRACTOR shall, within thirty (30) days after the award of bid of this CONTRACT, submit annual work schedules to the CONTRACT ADMINISTRATOR for review and approval. Said work schedules shall identify required operations and delineate the time frames for performance. A Routine Operations Schedule shall include all tasks required at the intervals required. The CONTRACTOR shall submit annual schedules for each successive annual contract period whether due to a second agreement year in the first contract term or in additional contract years in successive amendments to the original agreement. The CONTRACTOR shall submit revised schedules when actual performance differs substantially from planned performance and from time to time as requested by the CONTRACT ADMINISTRATOR. Said revisions shall be submitted to the CONTRACT ADMINISTRATOR for his review and approval within five (5) working days prior to the original or revised scheduled time for the work whichever is earlier. 12.00 CONTRACTOR'S STAFF AND TRAINING 12.01 The CONTRACTOR shall provide sufficient personnel to perform all work in accordance with the specification set forth herein. 12.02 In cooperation with the Carlsbad Police Department, CONTRACTOR agrees to undergo and to pay for, background checks if required by the CONTRACT ADMINISTRATOR on all personnel providing traffic signal services for this CONTRACT. In the event such background check reveals an item which Carlsbad Police deems a security problem, CITY may request that such individual be removed from the list of personnel authorized to provide services to the CITY. 12.03 CONTRACTOR'S personnel shall possess the minimum qualifications for the position in which each is working. 12.04 CONTRACTOR shall use only Level II or higher IMSA certified technicians to service, maintain, and make necessary UNSCHEDULED MAINTENANCE RESPONSE to traffic signal devices within the confines of controller cabinet. Skilled laborers may make 24 June 22, 2021 Item #2 Page 29 of 51 DocuSign Envelope ID: E5F56CD2-5D9A-4369-9D3D-B9FC5BCOBF09 PSA21 -1 502TRAN hardware UNSCHEDULED MAINTENANCE RESPONSE under the direct supervision of the Level II technician. No work will occur at any signalized intersection under this CONTRACT without a Level II or higher technician present at all times unless otherwise previously approved in writing by the CONTRACT ADMINISTRATOR or appointed designee. CONTRACTOR will provide a minimum of two (2) IMSA/TSA Level ll or higher technicians to perform routine maintenance inspections and complete associated unscheduled maintenance response during normal service hours for approval by the CONTRACT ADMINISTRATOR. CONTRACTOR will provide additional staff as needed for call-out response and troubleshooting services. 12.05 CONTRACTOR shall have a "Local" representative with authority to contractually bind CONTRACTOR in matters which may arise during this agreement performance period. "Local" in the context of this agreement is defined as the southern California metropolitan area consisting of San Diego, Orange, Los Angeles or Riverside counties. CONTRACTOR shall provide, prior to commencement of work under this CONTRACT, in writing to the CONTRACT ADMINISTRATOR, a statement indicating by name the specific authority vested in the "Local" representative. CONTRACTOR'S "Local" representative shall be responsible for instructing and training of CONTRACTOR'S personnel in the proper and specified work method and procedures; and for directing, scheduling, and coordinating all services and functions to completely accomplish the work as required by this CONTRACT. The "local" representative shall be available for consultation regarding problems on a daily basis at some time during regular working hours (7:00 a.m. to 5:00 p.m., Monday through Friday excluding City holidays). 12.06 Each crew of CONTRACTOR'S employees shall include at least one individual who speaks and understand the English language proficiently. For the purposes of this section a crew is understood to be any individual worker or group of workers who might service any site without other CONTRACTOR'S supervisory personnel present. 12.07 The CONTRACT ADMINISTRATOR may, at any time, give CONTRACTOR written notice to the effect that the conduct or action of a designated employee of CONTRACTOR is, in the reasonable belief of the CONTRACT ADMINISTRATOR, detrimental to the interest of the public patronizing the premises. CONTRACTOR shall meet with representatives of the CONTRACT ADMINISTRATOR to consider the appropriate course of action with respect to such matter and CONTRACTOR shall take reasonable measures under the circumstances to assure the CONTRACT ADMINISTRATOR that the conduct and activities of CONTRACTOR'S employees will not be detrimental to the interest of the public patronizing the premises. 12.08 The CONTRACT ADMINISTRATOR may, at any time, order any of the CONTRACTOR'S personnel removed from the premises when, in the reasonable belief of the CONTRACT ADMINISTRATOR, said CONTRACTOR'S personnel is objectionable, unruly, unsafe, or otherwise detrimental to the interest of the CITY or the public patronizing the premises 12.09 The CONTRACTOR shall require each of his personnel to adhere to basic public works standards of working attire including uniform shirts and/or vests clearly marked with the CONTRACTOR'S company name and employee name badges as approved by the CONTRACT ADMINISTRATOR. Sufficient changes shall be provided to present a neat and clean appearance of the CONTRACTOR'S personnel at all times. Shirts shall be worn 25 June 22, 2021 Item #2 Page 30 of 51 DocuSign Envelope ID: E5F56CD2-5D9A-4369-9D3D-B9FC5BCOBF09 PSA21-1502TRAN and buttoned at all times. CONTRACTOR'S personnel shall be equipped with proper shoes and other gear required by Local, State and Federal Safety Regulations. 12.10 The CONTRACTOR'S staff shall wear uniforms that clearly indicate the name of the CONTRACTOR performing service under this agreement. In addition, the CONTRACTOR shall insure that all staff are issued high visibility safety vests and hard hats and shall be responsible for insuring that all safety equipment is worn when required. 13.00 NON-INTERFERENCE - NOISE 13.01 CONTRACTOR shall not interfere with the public use of the premises and shall conduct its operations as to offer the least possible obstruction and inconvenience to the public or disruption to the peace and quiet of the area within which the services are performed. 13.02 In the event that the CONTRACTOR'S operations must be performed when persons of the public are present, CONTRACTOR shall courteously inform said persons of any operations that might affect them and, if appropriate, request persons to move out of the work area. 14.00 DRUG AND ALCOHOL FREE WORKPLACE 14.01 The CITY is committed to maintaining a work environment free from the effects of drugs and alcohol consistent with the directives of the Drug Free Workplace Act. As a condition of this agreement, CONTRACTOR and CONTRACTOR'S employees shall assist meeting the requirements of this policy as set forth in the "City of Carlsbad Drug and Alcohol Use Policy" incorporated by reference herein. CONTRACTOR agrees that CONTRACTOR and CONTRACTOR'S employees, while performing services for the CITY, on CITY property, or while using CITY equipment will not be in possession of, use, or be under the influence of drugs or alcohol. CONTRACTOR has the duty to inform all employees or agents of CONTRACTOR that are performing service for CITY on CITY property or using CITY equipment of the CITY'S objective of a safe, healthful and productive workplace and the prohibition of drug or alcohol possession, use or impairment from same while performing such service for CITY. CITY has the right to terminate or declare this or any other agreement CONTRACTOR has with the CITY in DEFAULT if CONTRACTOR'S employees are determined by the CONTRACT ADMINISTRATOR to have breached the provisions of Section 15 herein as interpreted and enforced pursuant to the provision of the "City of Carlsbad Drug and Alcohol Use Policy". 16.00 ASSIGNMENT OF CONTRACT 15.01 CONTRACTOR shall not assign this contract or any part thereof and or monies due there under without the prior written consent of the CONTRACT ADMINISTRATOR. 16.00 EXTRA WORK 16.01 The CITY may award EXTRA WORK to the CONTRACTOR, or to other forces, at the discretion of the CONTRACT ADMINISTRATOR. New or unforeseen work will be 26 June 22, 2021 Item #2 Page 31 of 51 DocuSign Envelope ID: E5F56CD2-5D9A-43B9-9D3D-B9FC5BCOBF09 PSA21 -1 502TRAN classified as "Extra Work" when the CONTRACT ADMINISTRATOR determines that it is not covered by CONTRACT unit prices. This shall and can include ROUTINE MAINTENANCE/UNSCHEDULED MAINTENANCE RESPONSE requests for street light poles/electrical work/"safe off', as directed by CONTRACT ADMINISTRATOR. Adjustment in payment for Extra Work shall be performed by agreement between the CONTRACT ADMINISTRATOR and the CONTRACTOR or on a NEGOTIATED PROPOSAL AND ACCEPTANCE basis in accordance with Section 17.00 or on a TIME AND MATERIALS basis in accordance with Section 18.00. 16.02 If the CONTRACT ADMINISTRATOR determines that the Extra Work can be performed by CONTRACTOR'S present work force, CONTRACT ADMINISTRATOR may authorize modification of the CONTRACTOR'S Routine Operations Schedule or Annual Calendar in order to compensate CONTRACTOR for performing said work. 16.03 Prior to performing any Extra Work, the CONTRACTOR shall prepare and submit a written proposal including a description of the work, a list of materials, and a schedule for completion. No work shall commence without written approval of the CONTRACTOR'S proposal by the CONTRACT ADMINISTRATOR. This proposal is subject to acceptance or negotiation by the CONTRACT ADMINISTRATOR. 16.04 In the event that CONTRACTOR'S proposal for Extra Work is not approved, the CONTRACT ADMINISTRATOR reserves the right to perform such work with other forces or to compel the CONTRACTOR to perform the work on a TIME AND MATERIALS Basis. Invoices for EXTRA WORK on a TIME AND MATERIALS basis are subject to CONTRACTOR markup in accordance with the CONTRACTOR's Proposed Cost of Services chart. 16.05 When a condition exists which the CONTRACT ADMINISTRATOR deems urgent, the CONTRACT ADMINISTRATOR may verbally authorize the work to be performed upon receiving a verbal estimate from the CONTRACTOR. However, within twenty-four (24) hours after receiving a verbal authorization, the CONTRACTOR shall submit a written estimate, consistent with the verbal authorization, to the CONTRACT ADMINISTRATOR for approval. 16.06 All Extra Work shall commence on the specified date established and CONTRACTOR shall proceed diligently to complete said work within the time allotted. 17.00 NEGOTIATED PROPOSAL AND ACCEPTANCE 17.01 The CITY may award work to the CONTRACTOR, at the discretion of the CONTRACT ADMINISTRATOR. New work will be awarded on a negotiated proposal and acceptance basis as when the CONTRACT ADMINISTRATOR determines that it is appropriate to negotiate a fixed price for work in lieu of utilizing unit prices. Payment for Work shall be performed by negotiated agreement between the CITY and the CONTRACTOR or on a TIME AND MATERIALS basis in accordance with the CONTRACTOR's Proposed Cost of Services chart. 17.02 Prior to performing any work, the CONTRACTOR shall prepare and submit a written proposal including a description of the work, a list of materials, and a schedule for completion. No work shall commence without written approval of the CONTRACTOR'S 27 June 22, 2021 Item #2 Page 32 of 51 DocuSign Envelope ID: E5F56CD2-5D9A-43139-9D3D-B9FC5BCOBF09 PSA21-1502TRAN proposal by the CONTRACT ADMINISTRATOR. This proposal is subject to acceptance or negotiation by the CONTRACT ADMINISTRATOR. 17.03 All work shall commence on the specified date established and CONTRACTOR shall proceed diligently to complete said work within the time allotted. 18.00 TIME AND MATERIALS 18.01 In the event that the CONTRACT ADMINISTRATOR determines that work requested is of an unknown duration, not easily quantified or the CONTRACTOR'S proposal for work is not approved, the CONTRACT ADMINISTRATOR reserves the right to perform such work with other forces or to compel the CONTRACTOR to perform the work on a TIME AND MATERIALS basis. 18.02 The CONTRACT ADMNISTRATOR may direct CONTRACTOR to proceed by allowing him/her to use the following rates or percentages as added costs for the markup of all overhead and profits: 1.Labor as stipulated in CONTRACTOR's Proposed Cost of Services chart. 2.Materials as stipulated in CONTRACTOR's Proposed Cost of Services chart. 3.Equipment Rental 15% 4.Other Items and Expenditures 15% Regardless of ownership, the rates and right-of-way delay factors to be used in determining rental and delay costs shall be the edition of the Labor Surcharge and Equipment Rental Rates published by CalTRANS current at the time of the actual use of the tool or equipment. The right-of-way delay factors therein shall be used as multipliers of the rental rates for determining the value of costs for delay, if any, to the CONTRACTOR and subcontractor. The labor surcharge rates published therein are not a part of this contract. 18.03 All work shall commence on the specified date established and CONTRACTOR shall proceed diligently to complete said work within the time allotted. 28 June 22, 2021 Item #2 Page 33 of 51 DocuSign Envelope ID: E5F56CD2-5D9A-43B9-9D30-B9FC5BCOBF09 PSA21 -1 502TRAN PART II TECHNICAL SPECIFICATIONS 19.00 DUTIES OF THE CONTRACTOR / GENERAL 19.01 All work performed under this CONTRACT will be categorized as 1) ROUTINE MAINTENANCE/UNSCHEDULED MAINTENANCE RESPONSE, 2) REGULAR HOURS UNSCHEDULED MAINTENANCE RESPONSE, 3) AFTER REGULAR HOURS UNSCHEDULED MAINTENANCE RESPONSE, or 4) SPECIAL PROJECTS. 19.02 The maintenance of all components within the confines of the cabinet (i.e. detectors, load switches, etc.) shall be the responsibility of the CONTRACTOR and shall be inspected quarterly, or as otherwise specified, for proper function. When a component must be removed from the intersection for repair, a like component will be provided and installed by the CONTRACTOR in place of the component requiring unscheduled maintenance response. All unscheduled maintenance response shall be the responsibility of the CONTRACTOR and the component shall be returned immediately upon completion of the unscheduled maintenance response. 19.03 If, in the opinion of the CONTRACTOR, any controller mechanism has become obsolete or deteriorated beyond the point of repair, the CONTRACTOR shall notify the CONTRACT ADMINISTRATOR and demonstrate or otherwise provide evidence that replacement is necessary. No permanent change of control mechanisms shall be done without prior approval of the CONTRACT ADM IN I NSTRATOR. 19.04 In the event that the CONTRACTOR, at any time, finds an unsafe situation, CONTRACTOR shall make any unscheduled maintenance response necessary to return the intersection to a safe operating condition. CONTRACTOR shall then report to the CONTRACT ADMINISTRATOR immediately upon completion of the repair. Red Flash is considered a safe operation for this purpose. 19.05 Any deficiencies that require attention but do not constitute an unsafe situation will be referred to the CONTRACT ADMINISTRATOR or appointed designee immediately, if possible, but in all cases by the end of the work day in which the inspection occurred. The CONTRACT ADMINISTRATOR or appointed designee will elect to make the unscheduled maintenance response in-house or assign the CONTRACTOR an incident number authorizing the CONTRACTOR to make the unscheduled maintenance response. If referred to the Contractor, unscheduled maintenance response will be treated as ROUTINE MAINTENANCE/UNSCHEDULED MAINTENANCE RESPONSE or as REGULAR HOURS UNSCHEDULED MAINTENANCE RESPONSE. These unscheduled maintenance responses will be scheduled and payment will be made in accordance with the bid documents unless the CONTRACT ADMINISTRATOR determines that unscheduled maintenance response must be made outside normal service hours. 20.00 ROUTINE MAINTENANCE 20.01 All graffiti (including but not limited to paint, signs, flyers, and tape) shall be removed by the CONTRACTOR. 29 June 22, 2021 Item #2 Page 34 of 51 DocuSign Envelope ID: E5F56CD2-5D9A-43B9-9D30-B9FC5BCOBF09 PSA21 -1 502TRAN 20.02 CONTRACTOR shall maintain a clear radius of not less than 10' from the cabinet center. This area shall be clear of intrusion by vegetation including branches, bushes, and landscaping so that both doors are readily accessible and have full range of motion. 20.03 CONTRACTOR shall perform quarterly routine/preventive inspections at each signalized intersection during normal service hours based on the approved schedule. Inspections shall be scheduled so that each intersection is inspected on approximately the same date of the month. 20.04 The quarterly inspection shall include a complete check of all timing, component functions and field appurtenances described in Appendix "C" - Inspection Checklist. 20.05 Method of Payment for Routine Maintenance. Each service identified in Bid Schedule A "ROUTINE MAINTENANCE/UNSCHEDULED MAINTENANCE RESPONSE" has an associated bid item price. This bid item price includes all materials, labor, and equipment required to provide the services indicated in the bid schedule. Amounts indicated in the bid schedule are estimates based on maintenance history and anticipated City needs. Quantities indicated are not guaranteed. The actual quantities may differ. The CONTRACTOR will be only compensated for actual quantities of work performed. 21.00 ROUTINE/UNSCHEDULED MAINTENANCE RESPONSE 21.01 Perform Routine Quarterly Traffic Signal Inspection and Routine Maintenance (A1): The CONTRACTOR shall address all signals in the city on a quarterly basis. 21.02 Light Emitting Diode (LED) Signal Light Replacement (A2, A3, and A4). The CONTRACTOR shall remove and replace LED due to malfunctioning, flickering, and/or missing LEDs. 21.03 Provide and Install LED Pedestrian Head Replacement (A5). The CONTRACTOR shall replace malfunctioning, flickering, and/or missing LEDs on the Pedestrian Heads with standard countdown LED walk/don't walk symbol indications unless otherwise specified. 21.04 Red Flash Set/Reset (A6). The CONTRACTOR shall respond immediately to intersections reported to be in Red Flash operation. Resetting signals on Red Flash to Normal operation is considered ROUTINE UNSCHEDULED MAINTENANCE RESPONSE when calls are received during REGULAR HOURS. Resetting signals found to be in Red Flash after REGULAR HOURS will be considered AFTER REGULAR HOURS UNSCHEDULED MAINTENANCE RESPONSE and associated costs will be paid in accordance with unit price as bid. CONTRACTOR may, from time to time, be asked to set signals on RED FLASH for construction, planned power outage, or special events. Resetting the signal may include resolving equipment or wiring issues to get the signal back to normal operation. CONTRACTOR will set the signal to Red Flash as authorized by the CONTRACT ADMINISTRATOR or approved designee and will return and reset the signal to Normal when so instructed. Calls to set a signal to Red Flash during REGULAR HOURS will be considered ROUTINE MAINTENANCE. Calls for this service after normal service hours will be considered AFTER REGULAR HOURS unscheduled maintenance response and associated costs will be paid in accordance with unit price as bid. 21.05 Test Function/Detection/Cycling (A7). The CONTRACTOR shall respond to calls received during REGULAR HOURS and perform testing of signal function/detection/cycling issues. 30 June 22, 2021 Item #2 Page 35 of 51 DocuSign Envelope ID: E5F56CD2-5D9A-43B9-9D3D-B9FC5BCOBF09 PSA21-1502TRAN These calls shall be considered ROUTINE MAINTENANCE and associated costs will paid in accordance the bid item rate for service. Calls received outside normal service hours will be considered AFTER REGULAR HOURS UNSCHEDULED MAINTENANCE RESPONSE and costs will be paid in accordance with unit prices. 21.06 Remove and Replace UPS Batteries (A8). The CONTRACTOR shall remove and replace UPS Batteries as UNSCHEDULED MAINTENANCE RESPONSE. Replacement of UPS Batteries shall be scheduled during REGULAR HOURS whenever possible/as needed. When replaced due to age, visual inspection of all batteries in the system must be performed, and defective batteries should be replaced. CONTRACTOR is responsible for appropriate battery recycling/disposal and all costs associated with disposal. 21.07 Pedestrian Push Button Replacement (A9). The CONTRACTOR shall replace malfunctioning pedestrian push buttons as ROUTINE UNSCHEDULED MAINTENANCE RESPONSE. Replacement of malfunctioning pedestrian push buttons shall be scheduled during REGULAR HOURS whenever possible. 21.08 Loop Set Testing (A10). The CONTRACTOR shall report on-going detection problems to the CONTRACT ADMINISTRATOR for determination if loop-set testing is required. Loop- set testing shall be performed at the discretion of the CONTRACT ADMINISTRATOR or appointed designee. A loop-set is defined as all loops connected to a single lead-in cable of a single loop detector amplifier in a rack slot. The loop-set testing shall include disconnecting all loops from the lead-in cable to separate the individual loop-sets from the slot to be tested, a meg check of each individual loop and the DLC (detector lead-in cable), and reconnection of the loops. 21.09 Loop Detector Replacement Types D and E (All, or Al2). Loop detector replacement is not guaranteed. It is scheduled on an as needed basis only. Compensation therefore will be at the agreed upon price per loop for actual quantities only. In most cases, the CONTRACTOR will be required to install (4) or more loops at one time; however, the City reserves the right to request fewer than four (4) loops if deemed necessary by the CONTRACT ADMINISTRATOR or appointed designee. Loop configuration will be consulted with CONTRACT ADMINISTRATOR. Loop installation will include pavement cutting, placement of the conductors including home run, sealing pavement cuts, and connection to DLC in pull box so that loop-set is functioning properly upon completion of the installation. Only IMSA/TSA Level II or higher technicians are authorized to make loop connections within the cabinet. 21.10 Video Detection Camera Service (A13). The CONTRACTOR shall clean and verify proper alignment for all video detection cameras. CONTRACTOR shall check all video and electrical connections for any deficiencies and repair as needed. CONTRACTOR shall check mounting hardware for corrosion and shall adjust and align as needed. Camera service shall be completed every six months. The spring service shall begin after May 1 and before June 30. The fall service shall begin after November 1 and before December 31. Video detection camera service must be completed within sixty calendar days following start date. 21.11 Cabinet Filter Replacement (A14). The CONTRACTOR shall replace cabinet filter every six months. Should CONTRACTOR determine at any other time that cabinet filter needs 31 June 22, 2021 Item #2 Page 36 of 51 DocuSign Envelope ID: E5F56CD2-5139A-43139-9D3D-B9FC5BCOBF09 PSA21-1502TRAN to be replaced, approval from the CONTRACT ADMINISTRATOR or appointed designee shall be obtained prior to replacement. 21.12 Amber School Flasher Programming (A15). The CONTRACTOR shall program all school zone warning flashers prior to and upon completion of the school year. The CONTRACT ADMINISTRATOR will provide an operating schedule. The CONTRACTOR shall manually enter this information into the digital clocks at each location. 21.13 Annual Head Cleaning and Mast Arm Inspection (A16). Beginning in May, or as otherwise mutually agreed, CONTRACTOR shall initiate the Annual Head Cleaning and Mast Arm Inspection. This work must be completed within sixty calendar days. CONTRACTOR will visually inspect all overhead equipment for signs of damage and/or deterioration. This includes the connection of the mast arm to the main pole and all appurtenances to the mast arm. CONTRACTOR will clean the face of all indications. CONTRACTOR will inspect and ensure proper electrical connections at all overhead appurtenances including heads, cameras, Opticom detectors, and signs. Any incandescent indications identified during this Annual Head Cleaning and Mast Arm Inspection will be retrofitted with a LED fixture. This work will be considered ROUTINE MAINTENANCE/UNSCHEDULED MAINTENANCE RESPONSE and CONTRACTOR will be compensated separately in accordance with the bid item for LED replacement. If any inspections yield repairs required not within the scope of this task/agreement, the CONTRACTOR shall inform the CONTRACT ADMINISTRATOR in writing immediately. 21.14 Conflict Monitor Testing (A17). Within 90 days after execution of this agreement and annually thereafter, and/or when so instructed by the CONTRACT ADMINISTRATOR or appointed designee, the CONTRACTOR shall remove each 2010 ECL conflict monitor for testing in the field. The CONTRACTOR shall provide all testing equipment and previously tested conflict monitor units and diode boards for use during the testing period. Conflict monitors must meet manufacturer's specifications prior to reinstallation into the cabinet. Copies of test results will be submitted to the City upon request by the CONTRACT ADMINISTRATOR or appointed designee. CONTRACTOR must complete conflict monitor testing on all designated intersections within ninety (90) days or be subject to the assessment of liquidated damages at the discretion of the CONTRACT ADMINISTRATOR. CONTRACTOR will notify the City prior to beginning the conflict monitor testing. CONTRACTOR shall submit a time schedule for the completion of the conflict monitor testing program for approval. The CONTRACTOR shall update the schedule daily during completion. 21.15 Adjust Signal Timing (A18). The CONTRACTOR shall perform timing adjustments only when directed to do so, in advance, by the Traffic Engineer or his appointed designee or to compensate for sudden changes in traffic conditions or malfunctioning traffic signal equipment that cannot be repaired or replaced immediately. The CONTRACTOR shall notify the CONTRACT ADMINISTRATOR of these adjustments immediately upon completion and obtain approval by the Traffic Engineer. Should the Traffic Engineer not concur with the temporary timing, CONTRACTOR shall return to the intersection and make necessary adjustments as instructed. 32 June 22, 2021 Item #2 Page 37 of 51 DocuSign Envelope ID: E5F56CD2-5D9A-43B9-9D3D-B9FC5BCOBF09 PSA21-1502TRAN All temporary timing changes shall be noted on the cabinet log sheet. All permanent timing changes will also be logged on the timing sheet and a new timing sheet will be obtained and placed into the cabinet as soon as possible. These calls shall be considered ROUTINE UNSCHEDULED MAINTENANCE RESPONSE and associated costs will paid in accordance the bid item rate for service. Calls received outside normal service hours will be considered AFTER REGULAR HOURS UNSCHEDULED MAINTENANCE RESPONSE and costs will be paid in accordance with unit prices. 21.16 PM with BBS and CMU/EDU Testing A19 The CONTRACTOR shall test each unit/configuration in the field. Copies of test results will be submitted to the City upon request by the CONTRACT ADMINISTRATOR or appointed designee. CONTRACTOR will notify the City prior to beginning the testing. CONTRACTOR shall submit a time schedule for the completion of the testing program for approval. The CONTRACTOR shall update the schedule daily during completion. 21.17 School Flashing Beacons Testing (A20). The CONTRACTOR shall perform testing and adjustments on an annual basis, and only when directed to do so, in advance, by the Traffic Engineer or his appointed designee or to compensate. 21.18 Radar Speed Signs/Speed Feedback Signs (A21). The CONTRACTOR shall perform inspection and calibration/adjustments only when directed to do so, in advance, by the Traffic Engineer or his appointed designee or to compensate. 21.19 Rectangular Rapid Flashing Beacons (A22). The CONTRACTOR shall perform timing adjustments only when directed to do so, in advance, by the Traffic Engineer or his appointed designee or to compensate. 21.20 Advance Warning Beacon Testing (A23). The CONTRACTOR shall perform timing adjustments only when directed to do so, in advance, by the Traffic Engineer or his appointed designee or to compensate. 21.21 PM ATC Cabinets CMU (A24). The CONTRACTOR shall test each unit/configuration in the field. Copies of test results will be submitted to the City upon request by the CONTRACT ADMINISTRATOR or appointed designee. CONTRACTOR will notify the City prior to beginning the testing. CONTRACTOR shall submit a time schedule for the completion of the testing program for approval. The CONTRACTOR shall update the schedule daily during completion. 21.22 Furnish and Install Battery Backup System (D1) 21.23 Furnish and Install Accessible Pedestrian Signal (APS) System (D2) 21.24 Furnish and Install Accessible Pedestrian Signals (APS) Button, One Button Configuration (D3) 21.25 Furnish and Install Accessible Pedestrian Signals (APS) Buttons, Six Button Configuration (D4) 33 June 22, 2021 Item #2 Page 38 of 51 DocuSign Envelope ID: E5F56CD2-5D9A-43B9-9D30-B9FC5BCOBF09 PSA21 -1 502TRAN 21.26 Furnish and Install Accessible Pedestrian Signals (APS) Button, Eighth Button Configuration (D5) 21.27 Method of Payment for Routine Unscheduled maintenance response. Each service identified in Bid Schedule A "ROUTINE MAINTENANCE/UNSCHEDULED MAINTENANCE RESPONSE" has an associated bid item price. This bid item price includes all materials and labor required to provide the services indicated in the bid schedule. Amounts indicated in the bid schedule are estimates based on maintenance history and anticipated City needs. Quantities indicated are not guaranteed. The actual quantities may differ. The CONTRACTOR will only be compensated for actual quantities of work performed. 22.00 NON-ROUTINE UNSCHEDULED MAINTENANCE RESPONSE & SPECIAL PROJECTS - EXTRA WORK 22.01 Non-Routine Unscheduled maintenance response & Special Projects. UNSCHEDULED MAINTENANCE RESPONSE and/or SPECIAL PROJECTS requested by the CONTRACT ADMINSTRATOR that are not included in Bid Schedule A "ROUTINE MAINTENANCE/UNSCHEDULED MAINTENANCE RESPONSE" shall be performed by the CONTRACTOR in accordance with Section 16 "Extra Work", Section 17 "Negotiated Proposal and Acceptance" or Section 18 "Time and Materials" at the discretion of the CONTRACT ADMINISTRATOR. Payment for Extra Work on a "Negotiated Proposal and Acceptance" basis shall be compensated as indicated in the proposal submitted by the CONTRACTOR and as accepted by the CONTRACT ADMINISTRATOR. Payment for Extra Work on a "Time and Materials" basis shall be compensated for the prices quoted in Bid Schedule B "ANNUAL REGULAR HOURS UNSCHEDULED MAINTENANCE RESPONSE" or as indicated in Bid Schedule C "AFTER REGULAR HOUR UNSCHEDULED MAINTENANCE RESPONSE" dependent upon when the CONTRACTOR is dispatched to perform the work. These UNSCHEDULED MAINTENANCE RESPONSE will be billed using the labor rates and markup for parts as indicated in the CONTRACTOR'S bid. Charges for these services will begin upon arrival on-scene and will end upon departure. In cases where the time needed to make associated unscheduled maintenance response necessary to return the signal to safe and/or normal operation is less than two staff hours, Contractor will bill the City for a minimum two hour call-out. Travel time or portal to portal pay is not included in this CONTRACT. 22.02 Extra Work. Extra Work shall be defined as "scheduled" or "non-scheduled" unscheduled maintenance response and/or services resulting from any part of a traffic signal system that is damaged by collision, acts of God, malicious mischief, vandalism, or normal deterioration due to the passage of time, excepting any damage resulting from the negligence of the CONTRACTOR, that are determined by the CONTRACT ADMINISTRATOR to be outside the scope of ROUTINE UNSCHEDULED MAINTENANCE RESPONSE OR ROUTINE MAINTENANCE services. Work performed as "EXTRA WORK" will be within the time agreed upon by both parties at the time work is assigned. Work not completed within this mutually agreed schedule may be assessed liquidated damages. 34 June 22, 2021 Item #2 Page 39 of 51 DocuSign Envelope ID: E5F56CD2-5D9A-43139-9D3D-B9FC5BCOBF09 PSA21 -1 502TRAN The CONTRACT ADMINISTRATOR may request that the CONTRACTOR respond to the scene of collisions at signalized intersections in order to verify proper signal operation. In this case, the CONTRACTOR shall perform a review of the traffic signal facility including a thorough inspection of all equipment for physical damage or equipment malfunction. CONTRACTOR shall also observe traffic movement and verify normal signal operation. CONTRACTOR shall then submit, in writing, a report summarizing the results of the inspection to the CONTRACT ADMINISTRATOR or appointed designee within 48 hours of the incident. SPECIAL PROJECTS may include, but are not limited to, routine repair or maintenance tasks including systematic re-lamping of traffic signals, pedestrian heads, or ISNS units. SPECIAL PROJECTS may also include scheduled UNSCHEDULED MAINTENANCE RESPONSE caused by vehicle accidents, acts of god, or other unforeseen traffic signal work. Any SPECIAL PROJECTS requested by the City that can be scheduled to during normal working hours will be scheduled at a mutually agreed upon time. 22.03 Parts. The CITY reserves the right to provide the CONTRACTOR with parts needed to perform Extra Work. 23.00 CONTRACTOR'S EQUIPMENT 23.01 Contractor's Equipment Used in Performance of Contract. The machinery and equipment used by the CONTRACTOR in the furtherance of this agreement shall be modern, clean, and maintained in proper working condition at all times consistent with current standards of the industry and subject to the approval of the CONTRACT ADMINISTRATOR or approved designee. If equipment is a vehicle, it shall have the company name clearly labeled on both front doors. When requested by the CONTRACT ADMINISTRATOR or approved designee, the CONTRACTOR shall supply the City with a list of the equipment being used in furtherance of this agreement including its make, model, date of manufacture, and any other information deemed pertinent. All equipment shall be made available for inspection after 24 hours notification to the CONTRACTOR. All vehicles used to perform maintenance duties during normal service hours will have aerial capabilities. 23.02 City Provided Equipment. The CONTRACTOR will be issued a handheld EVP emitter and emitter testing unit for the purpose of better maintaining the City's emergency vehicle preemption system. This, and any other diagnostic equipment provided to the CONTRACTOR, will remain the property of the City of Carlsbad and must be returned to the CONTRACT ADMINISTRATOR or approved designee upon termination of this agreement. 24.00 RECORDS MAINTENANCE 24.01 Records Maintenance. The CONTRACTOR shall maintain at his/her place of business a record of all service calls or work performed upon the signal equipment including date, location, times in and out, costs for equipment and materials used, parts and supplies used, and the names of all persons who performed work. 35 June 22, 2021 Item #2 Page 40 of 51 DocuSign Envelope ID: E5F56CD2-5D9A-4369-9D3D-B9FC5BCOBF09 PSA21 -1 502TRAN Each time work is performed at an intersection, including routine unscheduled maintenance response and maintenance, the CONTRACTOR will update the record book within the cabinet. The CONTRACTOR will maintain accurate timing information sheets within the controller cabinet at each signalized intersection. The CONTRACTOR will provide copies of these sheets upon request of the CONTRACT ADMINISTRATOR or approved designee. 26.00 PARTS AND MATERIALS 25.01 Parts and Materials. All materials used by the CONTRACTOR in the furtherance of this agreement shall be in accordance with Caltrans specifications, City of Carlsbad specifications and shall be approved by the CONTRACT ADMINISTRATOR or approved designee. 36 June 22, 2021 Item #2 Page 41 of 51 DocuSign Envelope ID: E5F56CD2-5D9A-4369-9D3D-B9FC5BCOBF09 PSA21-1502TRAN EXHIBIT "B" CITY OF CARLSBAD TRAFFIC SIGNAL MAINTENANCE SERVICES CONTRACT NO. PSA21-1502TRAN CONTRACTOR'S WORK FORCE The CONTRACTOR shall set forth in Exhibit "B" to the proposed CONTRACT: A.Each labor or supervisory position by title that will make up the CONTRACTOR'S work force needed to provide the described services. B.A sufficiently detailed explanation of the minimum qualifications for a person working in each position title including any required licenses and/or certifications. C.The minimum annual man-hours for each position title that the CONTRACTOR proposes to commit to the performance of the described services. D.A list and description of the qualifications of other pertinent staff that are not to be directly committed to this project but who will be available to support, consult, perform Extra Work, and the like. E.A description of CONTRACTOR'S systematic skills training program. F.Changes to CONTRACT'S staff shall be provided in writing. The information provided in this attachment is for the purposes of determining the CONTRACTOR'S commitment and preparedness to perform the DESCRIBED SERVICES and assuring that the CONTRACTOR'S bid is reasonable and complete. Nothing in this Attachment shall in any way be construed to remove, lessen, or relieve the CONTRACTOR from any responsibility prescribed by the CONTRACT. CONTRACTOR may attach additional pages to describe Minimum Qualifications, if needed. Label any such pages "Exhibit '6' - Additional Information" along with the appropriate position title(s) corresponding to this form. A. POSITION TITLE B. MINIMUM QUALIFICATIONS C. TOTAL ANNUAL HOURS 1.Fred Molina Maintenance Field Supervisor IMSA Work Zone Safety IMSA Level I, II, III, Certified Traffic Signal Technician 2.Ricardo Hernandez Traffic Signal Technician IMSA Work Zone Safety . IMSA Level I, II, Ill, Certified Traffic Signal Technician 3.Tim Kosman Traffic Signal Foreman IMSA Work Zone Safety IMSA Level I, II, Certified Traffic Signal Technician 4.Additional Staff 37 June 22, 2021 Item #2 Page 42 of 51 DocuSign Envelope ID: E5F56CD2-5D9A-43B9-9D3D-B9FC5BCOBF09 PSA21 -1 502TRAN D. Other Staff Support Title Description / Qualifications 5.Jeffrey Pierce Service Account Manager IMSA Work Zone Safety IMSA Level I, II, III, Certified Traffic Signal Technician 6.Christina Hlavac Senior Service Project Coordinator N/A (Office Support) 3. . 5. 38 June 22, 2021 Item #2 Page 43 of 51 35 25 10 15 15 100 Category Description Required routine maintenance tasks performed Contractor's service logs complete and accurate Contractor performing services on Scheduled Day and within specified arrival time Work area is clean, neat and safe Personnel in Proper Uniforms and Vehicles Marked Rating Totals Possible Previous Rating This Points Period Period DocuSign Envelope ID: E5F56CD2-5D9A-4389-9D3D-B9FC5BCOBF09 PSA21-1502TRAN APPENDIX "A" CITY OF CARLSBAD TRAFFIC SIGNAL MAINTENANCE SERVICES CONTRACT NO. PSA21-1502TRAN INSPECTION RATING FORM SITE/INTERSECTION: INSPECTOR: DATE: PREVIOUS DATE INSPECTED: (IF APPLICABLE) 39 June 22, 2021 Item #2 Page 44 of 51 DocuSign Envelope ID: E5F56CD2-5D9A-43B9-9D3D-B9FC5BCOBF09 PSA21-1502TRAN APPENDM "B" CITY OF CARLSBAD TRAFFIC SIGNAL MAINTENANCE SERVICES CONTRACT NO. PSA21-1502TRAN EQUIPMENT LIST SIG # MAIN STREET CROSS STREET OTHER STREET 1 Adams St Tamarack Av 2 Alga Rd Alicante St 3 Alga Rd Corintia St 4 Alga Rd El Camino Real 5 Alga Rd El Fuerte St 88 Alga Rd Melrose Dr 153 Alga Rd Xana VVy 160 Alicante Dr Poinsettia Ln 157 Alicante Dr Town Garden Rd 6 Ambrosia Ln Aviara Pkwy 121 Ambrosia Ln Poinsettia Ln 132 Appian Rd Carlsbad Village Dr Avenida de Anita 7 Arena! Rd El Camino Real 8 Armada Dr Palomar Airport Rd Costco 9 Aston Av College Blvd 140 Avenida Encinas Cannon Rd 10 Avenida Encinas Carlsbad Blvd 11 Avenida Encinas Palomar Airport Rd 12 Avenida Encinas Poinsettia Ln 13 Aven Ida Encinas San Lucas Poinsettia Village 190 Avenida la Cima Rancho Santa Fe Rd 166 Avenida Soledad Rancho Santa Fe Rd 16 Aviara Pkwy Aviara Resort Dr Cormorant 14 Aviara Pkwy Batiquitos Ln Baccharis Av 15 Aviara Pkwy Black Rail Ct 181 Aviara Pkwy Camino de las Ondas 115 Aviara Pkwy Cobblestone Rd 129 Aviara Pkwy Kestrel Dr 136 Aviara Pkwy Kingfisher Ln 114 Aviara Pkwy Laurel Tree Ln 17 Aviara Pkwy Manzanita St 89 Aviara Pkwy Mimosa Dr 56 Aviara Pkwy Palomar Airport Rd College Blvd 128 Aviara Pkwy Plum Tree Rd 109 Aviara Pkwy Poinsettia Ln 18 Batiquitos Dr Poinsettia Ln 19 Beech Av Carlsbad Blvd 40 June 22, 2021 Item #2 Page 45 of 51 SIG # MAIN STREET CROSS STREET OTHER STREET 189 Black Rail Rd Poinsettia Ln 124 Breakwater Rd Carlsbad Blvd 161 Bressi Ranch Wy El Fuerte St 20 Cadencia St La Costa Av 154 Calle Acervo Camino de los Coches 21 Calle Barcelona El Camino Real 142 Calle Barcelona Forum Main Entrance 148 Calle Barcelona Paseo Aliso 186 Calle Barcelona Paseo Avellano 22 Calle Barcelona Rancho Santa Fe Rd 141 Calle Barcelona VVoodfern Ln 163 Calle Timiteo Camino de los Caches 23 Camino Alvaro Rancho Santa Fe Rd Olivenhain Rd 24 Camino de las Ondas Paseo del Norte 25 Camino de los Coches Rancho Santa Fe Rd 26 Camino de los Coches Stagecoach Park Maverick Wy 150 Camino Juniper° Rancho Santa Fe Rd 27 Camino Vida Roble El Camino Real 28 Camino Vida Roble Palomar Airport Rd 146 Cannon Rd Car Country Dr 29 Cannon Rd Carlsbad Blvd 214 Cannon Rd College Blvd 110 Cannon Rd El Camino Real 138 Cannon Rd Faraday Av 139 Cannon Rd Frost Av 179 Cannon Rd Grand Pacific Dr 144 Cannon Rd Hemingway Dr 188 Cannon Rd Hilltop St 30 Cannon Rd Legoland Dr 31 Cannon Rd Paseo del Norte 187 Cannon Rd Wind Trail Wy 182 Car Country Dr Paseo del Norte 32 Carlsbad Blvd Carlsbad Village Dr 33 Carlsbad Blvd Cerezo Dr 34 Carlsbad Blvd Grand Av 35 Carlsbad Blvd Island Wy 36 Carlsbad Blvd Pine Av 37 Carlsbad Blvd Poinsettia Ln 125 Carlsbad Blvd Pont° Rd 38 Carlsbad Blvd Solamar Dr 39 Carlsbad Blvd Tamarack Av 155 Carlsbad Village Dr Chatham Rd 149 Carlsbad Village Dr College Blvd DocuSign Envelope ID: E5F56CD2-5D9A-43B9-903D-B9FC5BCOBF09 PSA21-1502TRAN 41 June 22, 2021 Item #2 Page 46 of 51 DocuSign Envelope ID E5F56CD2-5D9A-43E39-9D3D-B9FC5BCOBF09 PSA21-1502TRAN SIG # MAIN STREET CROSS STREET OTHER STREET 40 Carlsbad Village Dr Concord St 120 Carlsbad Village Dr Donna Dr 41 Carlsbad Village Dr El Camino Real 157 Carlsbad Village Dr Glasgow Dr 42 Carlsbad Village Dr Harding St 43 Carlsbad Village Dr Highland Dr 44 Carlsbad Village Dr Jefferson St 45 Carlsbad Village Dr Madison St 46 Carlsbad Village Dr Monroe St 47 Carlsbad Village Dr Pio Pico Dr 130 Carlsbad Village Dr Pontiac Dr 48 Carlsbad Village Dr Roosevelt St 49 Carlsbad Village Dr State St 113 Carlsbad Village Dr Tamarack Av 122 Carlsbad Village Dr Valley St 112 Carrillo Wy Melrose Dr 50 Cassia Dr El Camino Real 51 Chestnut Av El Camino Real 52 Chestnut Av Monroe St 53 Cinema Wy Marron Rd 54 College Blvd El Camino Real 55 College Blvd Faraday Av 168 College Blvd Inlet Wy Red Bluff Rd 167 College Blvd Rift Rd Richfield 193 College Blvd Salk Av 152 College Blvd Tamarack Av North 135 College Blvd Tamarack Av South 126 Company Stores Paseo del Norte 162 Corintia St El Fuerte St 57 Costa del Mar Rd El Camino Real 145 Crystaline Dr Poinsettia Ln 58 Dove Ln El Camino Real 59 El Camino Real Faraday Av 218 El Camino Real Gateway Rd 60 El Camino Real Hosp Wy 67 El Camino Real Jackspar Dr Rancho Carlsbad Dr 61 El Camino Real Kelly Dr 62 El Camino Real La Costa Av 119 El Camino Real La Costa Town Center 63 El Camino Real Levante St 64 El Camino Real Marron Rd 65 El Camino Real Palomar Airport Rd 66 El Camino Real Plaza Dr 42 June 22, 2021 Item #2 Page 47 of 51 DocuSign Envelope ID: E5F56CD2-5D9A-4369-9D3D-B9FC5BCOBF09 PSA21-1502TRAN SIG # MAIN STREET CROSS STREET OTHER STREET 134 El Camino Real Poinsettia Ln 68 El Camino Real Tamarack Av 94 El Camino Real Town Garden Rd 175 El Fuerte St Faraday Av 164 El Fuerte St Gateway Rd 165 El Fuerte St Greenhaven Dr 215 El Fuerte St Loker 217 El Fuerte St Pacific Ridge Elementary 69 El Fuerte St Palomar Airport Rd 159 El Fuerte St Poinsettia Ln 180 Estrella de Mar Poinsettia Ln 174 Faraday Av Orion St 173 Faraday Av Priestly Dr 191 Faraday Av Rutherford Rd 123 Faraday Av Van Allen Wy 177 Faraday Av VVhiptail Loop East 176 Faraday Av Whiptail Loop West 185 Fire Station #6 Rancho Santa Fe Rd 70 Grand Av Jefferson St 71 Grand Av Roosevelt St 72 Grand Av State St 73 Hidden Valley Rd Palomar Airport Rd The Crossings Dr 171 Innovation Wy Palomar Airport Rd Loker West 74 Jefferson St Laguna Dr 75 Jefferson St Las Flores Dr 76 Jefferson St Marron Rd 77 Jefferson St Tamarack Av 143 La Costa Av La Costa Town Center 78 La Costa Av Rancho Santa Fe Rd 79 La Costa Av Romeria St 93 La Costa Av Saxony Rd 80 La Costa Av Viejo Castilla Wy 219 La Costa Av Via Montebello 172 Lionshead Av Melrose Dr 81 Marron Rd Monroe St 82 Melrose Dr Palomar Airport Rd 92 Melrose Dr Poinsettia Ln 111 Melrose Dr Rancho Bravado 194 Melrose Dr Via Patron 169 Mica Rd Poinsettia Ln 156 OMWD Driveway Rancho Santa Fe Rd 216 Palomar Airport Rd Palomar Commons 84 Palomar Airport Rd Palomar Oaks Wy 43 June 22, 2021 Item #2 Page 48 of 51 SIG # MAIN STREET CROSS STREET OTHER STREET 85 91 86 87 Palomar Airport Rd Palomar Airport Rd Palomar Airport Rd Paseo del Norte Paseo del Node Paseo Valindo Yarrow Dr Poinsettia Ln 192 Paseo del Norte Premium Outlet Mall (Project Driveway) 156 Paseo Escuela Poinsettia Ln 151 Paseo Lupino Rancho Santa Fe Rd 170 Poinsettia Ln Poinsettia Ln Poinsettia Ln Poinsettia Ln Artemisia Ct Cassia Rd Skimmer Ct Quartz Wy 158 Poinsettia Ln Snapdragon Dr 90 Rancho Santa Fe Rd San Elijo Rd DocuSign Envelope ID: E5F56CD2-509A-43139-9D3D-B9FC5BCOBF09 PSA21-1502TRAN 44 June 22, 2021 Item #2 Page 49 of 51 DocuSign Envelope ID: E5F56CD2-5D9A-4389-9D3D-B9FC5BCOBF09 PSA21 -1 502TRAN APPENDIX "C" CITY OF CARLSBAD TRAFFIC SIGNAL MAINTENANCE SERVICES CONTRACT NO. PSA21-1502TRAN INSPECTION CHECKLIST PERFORMED BY CONTRACTOR M 0 N T H DATE INSPECTED ALL OK DIRECTION FAILURE ACTION* DATE OF ACTION COMMENTS C A B I N E T Clean inside of cabinet Check/Replace filter Verify fan operation Check general condition Pest control C 0 N T R 0 L L E R Verify timing & clocks Verify EVP operation Check communication device status Check back-up battery Verify detection operation Verify ppb operation Check ppb mounting Verify indication Check Head condition *1 = Unscheduled maintenance response completed by Contractor per maintenance agreement 2 = Unscheduled maintenance response completed by Contractor at City's request - incident number assigned 3 = Referred to City for repair 45 June 22, 2021 Item #2 Page 50 of 51 DocuSign Envelope ID: E5F56CD2-5D9A-43139-9D30-B9FC5BDOBF09 PSA21 -1 502TRAN APPENDIX "C" CITY OF CARLSBAD TRAFFIC SIGNAL MAINTENANCE SERVICES CONTRACT NO. PSA21-1502TRAN INSPECTION CHECKLIST CONT'D (continued) PERFORMED BY CONTRACTOR DATE INSPECTED M ALL OK 0 N DIRECTION T H FAILURE ACTION* DATE OF ACTION COMMENTS E D E S T R I A N Check head visibility & clear/report as needed Check-sign on mast arm condition Check head alignment Check backboard & visor Verify indication operation Check pole & base condition Remove graffiti Check mast arm & framework condition Check Opticom hardware HI II Verify terminal & pole cover slate secunt Check pull box & cover condition Check electric service condition *1 = Unscheduled maintenance response completed by Contractor per maintenance agreement 2 = Unscheduled maintenance response completed by Contractor at City's request - incident number assigned 3 = Referred to City for repair City Attorney Approved Version 6/12/18 46 June 22, 2021 Item #2 Page 51 of 51