HomeMy WebLinkAboutContracts & Agreements_77-2025FIRST AMENDMENT TO AGREEMENT TO PERFORM NON-PROFESSIONAL
SERVICES FOR IMPROVEMENT TO PUBLIC BUILDINGS AND GROUNDS
This First amendment ("First Amendment") to the agreement for Yunex LLC services
("Agreement"), dated June 7, 2022, by and between the City of Redlands, a municipal
corporation and a general law city ("City"), and Yunex LLC, a Delaware limited liability
company ("Consultant"), is made and entered into this 20' day of May, 2025.
RECITALS
WHEREAS, it is the desire of the City and Consultant to amend the existing Agreement,
specifically the scope of work to include Street Light Maintenance and Services and an increase
to compensation.
NOW, THEREFORE, for good and valuable consideration in the receipt of which is
hereby acknowledged City and Consultant agree as follows:
AGREEMENT
Section 1. Article 5.1 of the Agreement, entitled "Payments to Contractor" is hereby
amended to increase the Contractor's compensation and shall read as follows:
"5.1 The compensation for Contractor's performance of the Services shall not exceed the
amount of One Million Two Hundred Sixty Thousand Dollars ($1,260,00.00) for the Services
provided during the Initial Term. Should this Agreement be extended, the compensation for
Contractor's performance for the Services shall not exceed the amount of Five Hundred Forty
Thousand Dollars ($540,000.00) for the first Extended Term; and Five Hundred Forty Thousand
Dollars ($540,000.00) for the second Extended Term, bringing the total possible amount of the
compensation to a not -to -exceed amount of Two Million Three Hundred Forty Thousand Dollars
($2,340,000.00). For the Initial Term and each Extended Term, City shall pay Contractor on a time
and materials basis up to the not -to -exceed amount in accordance with the rates specified in the
"Fee Schedule" which is attached hereto as Exhibit "C" and incorporated herein by reference."
Section 2. The Scope of Services set forth in Exhibit "A" of the Agreement is hereby
amended as set forth in Attachment "l," which is attached hereto and incorporated herein by this
reference.
Section 3. The Price and Fee Bid set forth in Exhibit "C" of the Agreement is hereby
amended as set forth in Attachment "2," which is attached hereto and incorporated herein by this
reference.
Section 4. All other provisions of the Contract shall remain unchanged by this First
Amendment and in effect.
I:\cmo\Agrcements\Girst Amendment Yunex LLC NY25-0062.doex-ms
IN WITNESS WHEREOF, the parties have executed this First Amendment, to be effective
as of May 5, 2025.
CITY OF REDLANDS
t�— �L
By:
Mario Saucedo, Mayor
ATTEST:
,,�Iiine bonaldson, City Clerk
2
Bcmo\Agrmtwnts\First Amendment Yunex LLC FY25-0062.docx-ms
YUNEX LLC
Michapu h s, Operations Manager
By:
Steven M. Tea r, Director of rvices
Attachment 1
EXHIBIT "A"
SCOPE OF SERVICES
(MAY 2025)
A. General
The work to be done, in general, consists of on -call streetlight response maintenance and
underground service alert mark outs for locations that are the responsibility of the City of
Redlands. The Contractor is to furnish all tools, equipment, supplies, apparatus, facilities,
labor and material, transportation, and perform all work necessary to maintain in a good
working order all traffic signal facilities, safety lights, preemption devices, video detection
cameras and video processors (where present) and solar lighted crosswalks. The
Contractor shall provide a written inventory of all maintenance items.
The initial contract for this work will be for a period of 2 months from the effective date.
B. Standard Specifications
All services to be provided by the Contractor pursuant to this Agreement shall be provided
by personnel experienced in their respective fields and in a manner consistent with the
standards of care, diligence and skill ordinarily exercised by Contractors in similar
circumstances in accordance with sound professional practices.
All work performed or equipment or parts supplied by the Contractor shall be subject to
the inspection and approval of the City, or an authorized representative. Failure to pass
inspection on any maintenance, repair and/or service item will result in non-payment for
that item until such time as the Contractor can prove work completed to the satisfaction of
the Project Manager.
C. Personnel
The Contractor shall provide at least one (t) full-time signal maintenance technician level
III certification as a Traffic Signal Technician from the International Municipal Signal
Association (IMSA) for each fifty (50) maintained signals locations unless otherwise
approved by the City. All workers shall have IMSA Work Zone Safety certification and
State mandated National Electrical Contractors (NEC) certification, unless otherwise
approved by the City. Skilled laborers can make hardware repairs under the direct
supervision of NEC/IMSA level III certified Traffic Signal Technician. The City reserves
the right at alltimes to approve or deny the Contractor's assignment of personnel to the City.
If appropriate, the Contractor shall replace any personnel assigned to the City whose
performance or behavior is considered unacceptable by the City or the standards
established per the proposal.
The contractor shall, at a minimum, have on their staff three (3) NEC/IMSA certified
technicians' level III who are familiar with:
I: eino\AgreementsWirst Amcndment Yunex LLC FY25-0062.docx-ms
• NEMA TS 1, NEMA TS 2 Cabinets & Controllers
• Caltrans type 170 Cabinets & Controllers
• ATC Cabinets & Controllers
• Econolite's ASC/2, ASC/3, ASC-8000 controllers
• McCain's ATC Flex Controllers
• ATC Preempt Cabinets with special SIU interface
Each technician shall have A MINIMUM OF THREE (3) YEARS of experience
working and troubleshooting on such controllers, cabinets and ITS communications
equipment. The IMSA and NEC certifications held by employees shall be kept in good
standing and shall be maintained current throughout the entire duration of the contract.
Contractor shall provide names and qualifications of current staff members who are
proposed for this project indicating their level of certifications and job classifications. The
Contractor shall update employee lists annually or as personnel changes. The IMSA and
NEC certifications held by employees shall be kept in good standing and shall be
maintained current throughout the entire duration of the contract.
The Contractor shall use only NEC/IMSA level III certified technicians to service,
maintain, and make necessary repairs or installations to traffic signal devices within the
confines of the controller cabinet. Skilled laborers can make hardware repairs under the
direct supervision of the NEC/IMSA Technician Level III.
D. Equipment, Materials and Parts
The Contractor shall have available and readily accessible all required tools, equipment,
apparatus, facilities, traffic control, skilled labor services and materials, etc., to perform
all work necessary to maintain traffic signal facilities in good working order. All work
performed, or equipment, parts, or materials supplied shall be subject to the inspection and
approval of the City or his designated representative.
An inventory of all materials, parts and units owned and stocked by the City at the start of
the Contract period shall be made by the Contractor. This will enable the Contractor to
determine what materials, parts and units the City has on stock for replacement and/or
repair of existing facilities.
It shall be the responsibility of the Contractor to stock such additional materials, parts, or
units as may be needed for normal maintenance and repair of the traffic signal equipment.
In addition to the City's owned and spare equipment, the Contractor shall provide and be
equipped with spare parts sufficient to place the signal system back in operation for
ordinary trouble calls, including sensing devices for induction loop detectors.
For every twenty-five (25) intersections, the Contractor shall have on hand:
• One (1) ASC/3 Type 2 Econolite System Controller
• One(]) MMU (malfunction management unit)
• One (1) ATC CMU (conflict monitor unit)
4
I:\emo\Agrcemcnts\First Amendment Yunex LLC FY25-0062.doex-ms
• Two (2) ATC SIU
• Two (2) TS 2 BIU
• One (1) CMU (conflict monitor unit)
• One (1) McCain ATC Flex Controller
In the event of an equipment malfunction, the original equipment shall be returned to
service within 30 working days, or an approved replacement controller shall be installed.
The Contractor's service bucket trucks shall be equipped with spare parts sufficient to
place the signal system back in operation for ordinary trouble calls. This shall include
sensing devices for induction loop detectors and emergency vehicle preemption detectors.
The service trucks shall also be equipped with spare parts such as spare LED red, green
and yellow, balls and arrows lights, pedestrian signal LED lights, pedestrian push buttons,
aluminum `lA' pole and housing, load switches, and program boards. Equipment shall
also include, but not be limited to, test apparatus used for diagnostic purposes, a computer
laptop and applicable software and tools to make necessary repairs as directed by the City.
In the event of a traffic signal equipment malfunction, the Contractor shall install a
contractor owned spare equipment for temporary use while malfunctioning equipment are
sent in for repair or replacement equipment is received. There shall be no charge for use of
these controllers while the City's equipment is in for repair, or the replacement equipment
arrives.
In addition, it shall be the responsibility of the Contractor to stock the necessary controllers,
poles, and other materials, parts and supplies to restore an intersection to an operating
condition on an emergency basis. For purposes of this section, an operating condition shall
mean that all signal phases are working and displayed in a manner in accordance with the
(CAMUTCD) California Manual on Uniform Traffic Control Devices, but that all features
such as actuation or phase- skipping capabilities are not necessarily restored at the time of
the emergency repair, unless approved by the City.
The Contractor shall at a minimum have at least one complete spare signal cabinet at all
times for replacement in the event of a knockdown.
No permanent or temporary change of controller mechanisms shall be done without prior
approval of the City except in case of an emergency. In the event a change is necessary to
respond to an emergency, the Contractor shall notify the City by telephone and by email
immediately that the equipment was removed and replaced with approved spare
equipment. All costs associated with repairing equipment, including diagnostic costs, shall
be approved prior to proceeding with repairs.
E. Equipment, Materials and Parts Required to be Used
Contractor shall only use materials, parts and units supplied and/or recommended by the
manufacturers of the malfunctioning traffic signal equipment. Where no specific material,
part, or item is recommended by the manufacturer or where the material, part, or unit
I:\cmo\Agreements\First Amendment Yunex LLC FY25-0062.doex-ms
cannot be located locally, the material, part or unit used shall be as prescribed per Section
86 of Caltrans Standard Specifications.
The Contractor shall replace or repair any and all defective parts of the controller
mechanism as the occasion arises. Controller units, auxiliary equipment and appurtenances
such as load switches, Emergency Vehicle Pre-Emption (EVP) devices, detectors, video
detection and monitoring cameras, battery backup system equipment, transformers, relays,
Ethernet devices, and related items shall be serviced and overhauled as recommended by
the manufacturer.
F. Additions and Deletions to the System
The Contractor shall maintain additional traffic signals and appurtenant devices as they
are installed or become part of the maintenance requirements immediately upon written
notification by the City. Such additional signals shall be maintained at the same unit price
as stipulated in the Contract Agreement. In the event that maintenance of a new signal
commences at other than the beginning of the monthly period, the unit rate for routine
preventative maintenance services shall be prorated from the date maintenance
commences.
The City may, at its sole discretion, eliminate signals from this contract. The Contractor
shall be notified of such deletions in writing. Such deleted signals shall decrease the
invoice at the same unit price as specified in the Contract Agreement. In the event that
maintenance of a signal ceases at other than the beginning of the monthly period, the unit
rate for routine preventative maintenance services shall be prorated from the date the
Contractor was notified.
G. Request for Service Outside of Normal Hours
The Contractor shall expect service requests outside of the Contractor's normal working
hours. These service requests may be given by telephone, fax, e-mail, written
correspondence or other means for reporting related problems, damages, and emergencies
listed in the Scope of Work.
The Contractor shall maintain a local or toll -free telephone number where service can
be reached twenty-four (24) hours per day, seven (7) days per week, and three hundred
and sixty-five (365) days per year, in order to effectively address and respond to both
routine and emergency service requests.
The telephone number is to be made available to the City -or his representative, and the city
of Redlands Police Department. All requests shall be addressed by an appropriate timely
response as outlined in this Scope of Work. For the purpose of this contract, "normal
hours" shall be defined as Monday through Friday between 7:00 a.m. to 5:00
p.m. (excluding holidays formally recognized by the City).
6
I:\emo\Agreements\First Amendment Yunex LLC FY25-0062.docx-ms
H. Response Criteria for Routine Services and Emergency
Routine requests shall be responded to during normal hour within twenty-four (24) hours
of first notification or the first Monday unless a holiday falls on it, after a weekend unless
the City agrees upon other arrangements.
The Contractor will need to ascertain whether service requests are of an "emergency"
nature requiring an immediate response or whether the request is general in nature
requiring routine response. The City may also deem a traffic signal malfunction an
emergency condition at its sole discretion. Requests deemed to be "emergencies" shall
be responded to immediately with allpossible haste, arriving at the signal location within
one hour (1 hour) of first notification.
When responding to an emergency or a called in request or an emailed request, the
contractor shall note on their paper work the name of the person, date and time of the
request.
In general, the following events shall establish an emergency condition:
• Totally blacked out traffic signals. For the intersections in which they are totally
blacked out the city will use the following California vehicle code section 21800
until such time repairs or corrections are made to the affected intersections.
• Failure or malfunction of the traffic signal system or interruption of normal signal
operations so as to create a public hazard. This may be caused by damage from
vehicle collisions or accidents, acts of nature, civil disorder, malicious mischief,
vandalism, or actions of other contractors or utility companies.
• Indications in conflict or signal heads are out for any one traffic movement bulbs
including bulbs and lenses but not power outage
• Signal/pedestrian heads end or alignments that that give conflicting indications
rendered not invisible to any intersection approach.
• Signal cabinet and or signal pole knocked down.
• A red light is reported burned out.
• Any primary head indication is out.
• Any appurtenant traffic signal equipment such as traffic signal heads, street name
signs or other regulatory signs, warning or guide signs affixed to mast arms or
poles, reported to be knocked down, dangling, or otherwise creating a public
hazard shall be immediately repaired or removed as an emergency situation in
order to eliminate the hazard or unsafe condition.
• As part of the Contractor's emergency call response, the Contractor may be
required to respond to accident scenes at signalized intersections to perform a
review of the traffic signal system operation and equipment. The Contractor shall,
in this case, thoroughly examine and inspect all equipment at the location for any
physical damage or equipment malfunction, including a timing check of the
controller. Upon completion of this examination the Contractor shall submit, in
writing a report summarizing the results of the examination and inspection to the
Department Director or his designee. These results shall also be placed in the
7
19cmo1Agreements\First Amendment Yunex LLC FY25-0062.doex-ms
maintenance records of the intersection maintained by the Contractor.
Any other repair that is deemed an emergency by the City.
Under these conditions, the Contractor shall immediately restore the traffic signal to
normal operations. If that is not possible due to the extent of damage, sufficient repairs
shall be made to enable the intersection to operate safely.
For emergency repair purposes, the Contractor's vehicle shall have immediately available
the following equipment: portable stop signs to be installed if required, barricades, cones,
replacement signal heads, pedestrian heads, I -A signal pole, load switches, controller, and
other related equipment and tools which may be required to repair said damage.
For the emergency repair of a signal, the following procedure for traffic control shall apply:
1. The Contractor shall dispatch qualified personnel and equipment to
reach the site within the time frame specified in this Scope of Work for emergency call -
out. The Contractor shall carry in their vehicle(s) an adequate supply of stop signs,
barricades, traffic cones, etc., which shall be used when controlling traffic during an
emergency and/or when necessary by the signal Department Director or their alternate
deemed.
2. If no police officer is present and temporary stop signs have been set up
when the Contractor arrives at the site, the Contractor shall place the intersection in flash
in the signal cabinet before setting up more traffic warning and control devices, if
deemed necessary, and
proceed to repair the signal. After the signal is back in operation, the Contractor shall
remove all of the temporary stop signs and other traffic control devices and return those
devices owned by the City to the City Yard.
3. If a police officer is still at the site when the Contractor arrives, the
Contractor shall quickly examine the signal, evaluate the situation, discuss it with the
police officer, and obtain a Traffic Accident ReportNumber (if applicable) to be
submitted with the invoice for work performed at the signal. If the repair will take longer
than the officer can wait and has determined it to be a hazard the Contractor shall
immediately place the intersection in flash, set up signs and all other necessary warning
devices to protect the motoring public. The Contractor shall also notify the
representative, of the any delay and the approximate time of the Contractor's response to
such an emergency. Any delay times will not be charged to the City. Contractor shall
contact the city prior to responding to the call so it may be tracked.
4. Notification - The Contractor shall notify the City or his authorized
representative of any planned alterations, substitutions, or removal of any controller or
component, or alteration to the operation of any signal system during normal business
hours and give notice to the City same business day of the scheduled work. Notification
of changes made at times other than normal business hours, notification to the City shall
be reported by telephone or email within two
(2) hour of the next business day.
The Contractor shall then call and also confirm via e-mail the morning of each day that
any planned extraordinary maintenance that is directed to take place during that day. The
I:\emo\Agreements\First Amendment Yunex LLC FY25-0062.dou-ins
Contractor shall notify the department director, or his authorized representative, of the
proposed maintenance specifying the type of maintenance, location, and the approximate
time of the day. If work is commenced without obtaining approval from the City, payment
will not be made until City staff can inspect the work.
For emergency call -outs during normal business hours of the City, notification by
telephone shall be made within one (1) hour of such response. Notifications at times other
than normal business hours of the City shall be reported by telephone within two (2) hour
of the beginning of the next business day of the City. The Contractor shall thoroughly
examine and inspect all equipment at the location for any physical damage or equipment
malfunction. Within five (5) calendar days after completion of this examination, the
Contractor shall submit, in writing, a report summarizing the results of the examination
and inspection to the City or his designated representative. These results shall also be
placed in the maintenance records of the intersection maintained by the Contractor.
I. Maintenance Records
The Contractor shall keep a current, permanent operational record of all work performed
at the intersection, including, but not limited to, routine maintenance, emergency and
nonemergency service calls, and extraordinary maintenance, of each and every piece of
traffic control or safety equipment that the Contractor is required to maintain by this
contract. The Contractor shall also track the replacement schedule of signal indications and
batteries as per the contract documents. These records shall be kept at each maintained
location on a form approved by the City. A copy of such records shall be provided to the
Director or his authorized representative within two (2) working days upon request. The
form shall include, at a minimum, the location, the date, time, description of the call, PM
service or malfunction device narrative of deficiencies encountered, and a detail of any
and all corrective actions(s) taken. Entries shall be made legibly in indelible ink and shall
be initialed by the technician's employee # when making the entry. The Contractor shall
maintain an electronic database of the maintenance records that is remotely accessible by
the Director or designee .The database shall be specific for each Agency and searchable
by intersection. A written cabinet log shall be kept in each cabinet that includes date and
time of repairs, who performed the work, and a brief description of the work that was done.
In addition, a checklist of items in Section U-1 below for each tri-monthly routine PM
check shall be kept in each signal cabinet. The maintenance records shall be provided to
the City on a monthly basis as part of the monthly invoice from the Contractor.
J. Monthly Maintenance Reports
The City of-REDLANDS has approximately 72 traffic signals that are to be divided into
three approximately equal lists, and the traffic signals on each list are to be visited once
every three months. The Contractor shall develop a monthly summary report in
cooperation with the City to be submitted with the monthly invoice forthose signals subject
to review that month. This monthly summary report shall itemize all activities relating to
traffic signal and safety lighting maintenance for each maintained location. The summary
report shall list the maintenance history of the entire reporting period for each individual
signal location and any deficiencies found including travel, arrival and departure times,
C\emo\Ageements\Fimt Amendment Yunex LLC FY25-0062.doex-ms
dates and location of the repairs, vehicle and service personnel dispatched, types of repairs
made, police report # if responded to, requested call(s) and all materials and equipment
used for each day worked. A chronological report of all maintenance activities throughout
the month is not sufficient. The summary reports shall be submitted to the City within ten
(10) days following the end of the month of the reporting period. Invoices will not be paid
until the summary report has been reviewed. Reports shall be submitted electronically (in
addition to a hard copy). The format is to be an MS Windows Excel spreadsheet.
The following information shall be legible and at a minimum, is required for each signal location:
• Location by intersection and identification of a specific corner or direction of
traffic when applicable
• Date and time the call was received and the first and last name of the caller or self -
initiated
• Date and time the Contractor's personnel and equipment arrived at the scene
• Travel time when applicable
• Date and time the job was completed
• Nature of the malfunction, if any, and a description of the action taken by the Contractor
• Notation of routine, extraordinary, or additional work (including emergency work)
• Accident report number (from RPD) for all accident related work.
• Replacement of equipment including the model, part number and serial number
All records are the property of the City of Redlands and at the termination of this contract
shall be delivered to the City.
K. Salvaged or Damaged Equipment and Ownership
Ownership of all materials existing and incorporated in the work is vested in the name of
the City of Redlands. Salvaged or damaged equipment shall become the property of the
Contractor unless otherwise directed by the City. Contractor is responsible for the proper
disposal and recycling of such material.
Failure to provide adequate safety devices, as directed by the Director or designee, will
cause the City to install safety devices as needed and the cost will be assessed to the
Contractor at the City's actual cost. The City shall be entitled to offset any costs incurred
against the Contractor's invoice.
All costs for traffic control shall be included in the various items of work, and no additional
compensation will be allowed.
L. Damage
Adjacent improvements such as street pavement, curbs, sidewalks, sprinklers,
landscaping, hadscaping, driveways, and gutters damaged as a result of the Contractor's
operation shall be repaired to the satisfaction of Director or designee at the Contractor's
expense.
10
1Acmo\Agreements\First Amendment Yunex LLC FY25-0062.docx-ms
M. Sound and Noise Control
The Contractor shall comply with all local sound control and noise level rules, regulations,
and City ordinances, which apply to any work performed pursuant to the contract.
N. Types of Signals / Equipment
The Fee Schedule for both the routine and extraordinary maintenance shall apply to all
types of signal controllers, accessories and systems as may exist in the City now or that
may be installed during the life of the contract.
O. Meetings
Meetings may be required for the purpose of discussing contract provisions, problems
and/or issues and ensuring that the work is proceeding as per the contract documents. The
Contractor will be notified in advance and required to attend and participate in these
meetings with City staff as needed. These meetings will be called by the Director or his
authorized representative. Full compensation for attending these meetings shall be
considered as included in the various items of work and no additional compensation shall
be allowed therefore.
P. Estimate of Quantities
The quantities shown in the Contract Agreement shall be considered as approximate only.
The City does not guarantee or agree, either expressly or by implication that the actual
amounts required would correspond therewith, and reserves the right to increase or
decrease the amount of any item or portion of work or material to be performed or
furnished, or to omit any such item or portion, in accordance with the provisions relative
thereto set forth in this "Scope of Work."
Q. Routine Preventative Maintenance Program
The Contractor shall provide a program of routine preventative maintenance designed to
eliminate or reduce the incidents of malfunction and extend the useful life of the
equipment.
R. Routine Preventative Maintenance of Traffic Signals and Safety Lighting
Systems
Inspect and service each signalized intersection once every three months. The Contractor
shall provide all material, parts, labor, equipment and transportation, including a service
bucket truck
11
11emo\Agreements\First Amendment Yunex LLC FY25-OO62.doex-ms
capable of performing all the required maintenance functions for each assigned technician,
to perform this COMPLETE list of services, on a tri-monthly basis.
S. Extraordinary Maintenance
Extraordinary maintenance as listed in the Contract Agreement includes all the labor,
equipment, parts and materials necessary to ensure the safe and efficient operation of the
City's traffic signal system that goes beyond the normal routine preventative maintenance
program established by this Scope of Work. Items of extraordinary maintenance or extra
work generally include the following:
• Furnish and install replacement traffic signal cabinet assembly including new
foundation and all wiring.
• Furnish and install replacement service cabinet, foundation and wiring.
• Furnish and install replacement traffic signal poles and mast arms.
• Furnish and install replacement vehicle and pedestrian signal indications.
• Furnish and install replacement conduits, pull boxes, lids and wiring.
• Furnish and install replacement panels or Reflectorized street name signs
(RSNS) as directed by the City.
• Furnish and install replacement safety lights.
• Furnish and install replacement traffic signal control equipment and components.
• Furnish and install replacement batteries.
• Paint Signal Equipment
• Cut and install replacement detector loops.
Extraordinary maintenance, except for emergency repairs as provided for in this Scope of
Work, shall require prior written authorization from the City. In situations requiring
immediate response, verbal authorization from the City or his authorized representative is
sufficient followed by a written authorization.
The City will compensate the Contractor for such additional work based on the verified
invoice cost of materials, equipment and labor. Billing for such additional work shall reflect
the labor rates established by the Fee Schedule. Upon receipt of an itemized invoice within
thirty (30) days of completion of work, the City shall compensate the Contractor for
additional work.
In the event a price cannot be agreed upon for very specific work not covered by the Fee
Schedule, the City reserves the right to repair and/or solicit quotations or invite bids and
12
award work to any Contractor to perform such additional work.
T. Price Markup
The City will allow a maximum of 15% markup for materials only required to complete
Extraordinary Maintenance as provided for in this Scope of Work.
U. Permits, Licenses, and Inspections
The Contractor and all its subcontractors shall obtain and pay for a City business license
from the City of Redlands prior to the commencement of work, and obtain a no -fee Right -
of Way Encroachment Permit and Traffic Control Permit from the City.
The Contractor shall have a Class A and/or California "C-10" Contractor's license at the
time of awarding of the contract.
All work performed, or equipment or parts supplied by the Contractor, shall be subject to
inspections and approval of the City, or his authorized representative.
13
Attachment 2
EXHIBIT "C"
PRICE AND FEE BID
(MAY 2025)
Item #
1 Item Description
Unit
Unit Cost
DEFINED SERVICES
1
Routine Preventative Maintenance of
EA
$93.00
Traffic Signal System performed at
each intersection (hrcludes all items
listed in Scope of Services
2
Bi Annual night inspection of Safety
EA
$8.50
Lighting
3
Routine Preventative Maintenance of
EA
$56.00
lighted crosswalk systems.
4
Replacement of inoperable
EA
$85.00
incandescent safety lights
5
Replacement of inoperable LED safety
EA
$600.00
lights
6
Replacement of missing or damaged
EA
$93.00
visors
7
Replacement of reflective street name
EA
$90.00
sin panel
8
Replacement of standard loop detector
EA
$590.00
with Type "E" 6' diameter traffic loop,
including saw -cut lead-in and cable
splicing with hot melt sealant.
9
Replacement of inoperable LED
EA
$105.00
vehicle lamp assembly - ball
indication
10
Replacement of inoperable LED
EA
$105.00
vehicle lamp assembly - arrow
indication
11
Replacement of countdown signal
EA
$180.00
pedestrian LED module
12
New P.P. B. symbol sign current per
EA
$50.00
State standard
13
Conflict monitor testing (Field and
EA
$60.00
Bench
14
Replacement of batteries for battery
EA
$350.00
back-up system
15
USA Markout (up to 10 tickets) Day
DAY
$11,246.00
Rate
16
USA Markout (individual
EA
$245.00
markout/call out
14
17
Knockdown Pole Replacement -No
Foundation (standard pole ICI
concretepoles)
EA
$5,190.00
18
Knockdown Pole Replacement - with
Foundation (standard pole 1C1
concretepoles)
EA
$7,920.00
19
Materials will be charged at Cost+
15% Markup
EA
15%Markup from Cost
LABOR RATES
Regular
Rate*
Overtime
Rate*
Premium
Rate*
19
Minimum Call Out Labor Charge
EA
$225.00
-
20
Signal Maintenance Superintendent or
Supervisor
HR
$165.00
$144.00
$173.00
21
Traffic Signal Technician Level 1I
HR
$112.00
$139.00
$165.00
22
Traffic Signal Technician Level III
HR
$112.00
$139.00
$165.00
23
Maintenance Electrician
HR
$112.00
$139.00
$165.00
24
Outdoor Lighting Technician
HR
$75.00
$93.00
$112.00
25
Bench Technician
HR
$112.00
$139.00
$165.00
26
Communications Maintenance
Technician
HR
$111.00
$143.00
$174,00
27
Streetlight Technician
HR
$112.00
$139.00
$165.00
28
Maintenance Technician
HR
$112.00
$139.00
$165.00
29
Laborer
HR
$105.00
$147.00
$147.00
EQUIPMENT RATES
30
Service Truck
HR
$25.00
31
Aerial/Bucket Truck
HR
$35.00
32
Crane Truck
I-IR
$65.00
33
Concrete Saw/Water Truck
HR
$5.00
34
Air Compressor with Tools
HR
$1.00
*Regular, Overtime, and Premium Time Explanation:
➢ Regular Hours: Monday thru Friday (excluding holidays) from 7:30am to 4:00pm.
➢ Overtime Hours: Monday thru Friday after these work hours for the first four straight
hours on any job as well as Saturdays for the initial 8 working hours.
➢ Premium Hours: Monday thru Friday after four hours of OT on any one job, Saturdays
after 8 hours on any one job, all day Sunday starting at 12:00am until Monday at 7:30am
and all holidays starting at 12:00am until the next morning at 7:30am.
15