Loading...
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