Loading...
HomeMy WebLinkAboutCC Resolution 9702 (Traffic Signal Maintenance)RESOLUTION NO. 9702 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF SAN RAFAEL AUTHORIZING AN AGREEMENT FOR PROFESSIONAL SERVICES BETWEEN THE CITY OF SAN RAFAEL AND REPUBLIC ELECTRIC FOR TRAFFIC SIGNAL MAINTENANCE. (From 9/16/96 and ending on 9/15/97) WHEREAS, the City does not have staff dedicated to traffic signal maintenance; and WHEREAS, the City must utilize an outside contractor to provide emergency traffic signal maintenance on an adhoc basis; and WHEREAS, this arrangement does not protect the City from liability; and WHEREAS, a professional services contract will include additional insured protection for the City. NOW, THEREFORE, BE IT RESOLVED that the Council of the City of San Rafael hereby authorizes the City Manager and Public Works Director to enter into an agreement for professional services with Republic Electric for traffic signal maintenance. I, JEANNE M. LEONCINI, Clerk of the City of San Rafael, hereby certify that the foregoing resolution was duly and regularly introduced and adopted at a regular meeting of the Council of said City on the 16°i day of September, 1996, by the following vote, to wit: AYES: COUNCILMEMBERS: Cohen, Miller, Phillips & Mayor Boro NOES: COUNCILMEMBERS: None ABSENT: COUNCILMEMBERS: Heller . LEON , ity �Ierk CtRIGINAI 9o°Y AGREEMENT FOR PROFESSIONAL SERVICES This Agreement is made and entered into this 16th day of September,192,6 by and between the CITY OF SAN RAFAEL (hereinafter "CITY" or "SAN RAFAEL'), and REPUBLIC ELECTRIC. a California Corporation (hereinafter "CONTRACTOR"). RECITALS WHEREAS, CONTRACTOR is an electrical contractor, California License #647154, existing and operating in California, and qualified to, and providing electrical maintenance and repair to, traffic signal systems, and, WHEREAS, the CITY is a public entity owning a traffic signal -system, and requiring a contractor to provide maintenance and repair services to its traffic signal system. AGREEMENT NOW, THEREFORE, the parties hereby agree as follows: 1. PROJECT COORDINATION A. CITY. The City Manager shall be the representative of the CITY for all purposes under this Agreement. The Public Works Director is hereby designated the PROJECT MANAGER for the CITY, and said PROJECT MANAGER shall supervise all aspects of the progress and execution of this Agreement. B. CONTRACTOR. CONTRACTOR shall assign a single PROJECT DIRECTOR to have overall responsibility for the progress and execution of this Agreement for CONTRACTOR. �✓Af - �✓////� is hereby designated as the PROJECT DIRECTOR for CONTRACTOR. Should circumstances or conditions subsequent to the execution of this Agreement require a substitute PROJECT DIRECTOR for any reason, the CONTRACTOR shall notify the CITY within ten (10) business days of the substitution. 2. DUTIES OF CONTRACTOR A. CONTRACTOR shall perform the duties and/or provide services as described in Exhibit "A" attached and incorporated herein. B. CONTRACTOR shall perform additional work as described in Exhibit "E" attached hereto and incorporated herein. COPY 3. DUTIES OF THE CITY CITY shall perform any duties required of it under Exhibit "A". City will co- operate with CONTRACTOR in a reasonable manner to effect the purposes of this Agreement. 4. COMPENSATION A. For the full performance of the services described herein by CONTRACTOR, CITY shall pay CONTRACTOR as described in Exhibit "B" attached and incorporated herein. B. CITY shall pay CONTRACTOR for additional works as described in Exhibit "E", attached and incorporated herein. C. Payment will be made monthly upon receipt by PROJECT MANAGER of itemized invoices submitted by CONTRACTOR. 5. TERM OF AGREEMENT Subject to the termination provisions of Section 6, the term of this Agreement shall be for (_ONE ) year!; of commencing on 9./16/9.6 and ending on _q/15/9-7 6. TERMINATION A. Discretionary. Either party may terminate this Agreement without cause upon thirty (30) days written notice mailed or personally delivered to the other party. B. Cause. Either party may terminate this Agreement for cause upon ten (10) days written notice mailed or personally delivered to the other party, and the notified party's failure to cure or correct the cause of the termination notice, to the reasonable satisfaction of the party giving such notice, within thirty (30) days of the receipt of said notice. C. Effect of Termination. Upon receipt of notice of termination, neither party shall incur additional obligations under any provision of this Agreement without the prior written consent of the other. D. Return of Documents. Upon termination, any and all CITY documents or materials provided to CONTRACTOR and any and all of CONTRACTOR's documents and materials prepared for or relating to the performance of its duties under this Agreement, shall be delivered to CITY as soon as possible, but not later than thirty (30) days after termination. 7. INSPECTION AND AUDIT Upon reasonable notice, CONTRACTOR shall make available to CITY, or its agent, for inspection and audit, all documents and materials maintained by CONTRACTOR in connection Agreement 2 with its performance of its duties under this Agreement. CONTRACTOR shall fully cooperate with CITY or its agent in any such audit or inspection. 8. ASSIGNABILTY The parties agree that they shall not assign or transfer any interest in this Agreement nor the performance of any of their respective obligations hereunder, without the prior written consent of the other party, and any attempt to so assign this Agreement or any rights, duties or obligations arising hereunder shall be void and of no effect. Such consent shall not be unreasonably withheld. 9. INSURANCE A. During the term of this Agreement, CONTRACTOR, shall maintain, at no expense to CITY, the following insurance policies: 1. A comprehensive general liability insurance policy in the minimum amount of one million ($1,000,000) dollars per occurrence for death, bodily injury, personal injury, or property damage; 2. An automobile liability (owned, non -owned, and hired vehicles) insurance policy in the minimum amount of one million ($1,000,000) dollars per occurrence; 3. If any licensed professional performs any of the services required to be performed under this Agreement, a professional liability insurance policy in the minimum amount of one million ($1,000,000) dollars to cover any claims arising out of the CONTRACTOR's performance of services under this Agreement. B. The insurance coverage required of the CONTRACTOR by Section 9. A., shall also meet the following requirements: 1. The insurance shall be primary with respect to any insurance or coverage maintained by CITY and shall not call upon CI TY's insurance or coverage for any contribution; 2. Except for professional liability insurance, the insurance policies shall be endorsed for contractural liability and personal injury; 3. Except for professional liability insurance, the insurance policies shall be specifically endorsed to include the CITY, its officers, agents, and employees as additionally named insureds under the policies; 4. CONTRACTOR shall provide to PROJECT MANAGER, (a) Certificates of Insurance evidencing the insurance coverage required herein, and (b) specific endorsements naming CITY, its officers, agents and employees, as additional insureds under the policies; Agreement 3 5. The insurance policies shall provide that the insurance carrier shall not cancel, terminate or otherwise modify the terms and conditions of said insurance policies except upon thirty (3 0) days written notice to CI TY's PROJECT MANAGER; 6. If the insurance is written on a Claims Made Form, then, following termination of this Agreement, said insurance coverage shall survive for a period of not less than five years; 7. The insurance policies shall provide for a retroactive date of placement coinciding with the effective date of this Agreement; 8. The insurance shall be approved as to form and sufficiency by PROJECT MANAGER and the City Attorney. C. If it employs any person, CONTRACTOR shall maintain worker's compensation and employer's liability insurance, as required by the State Labor Code and other applicable laws and regulations, and as necessary to protect both CONTRACTOR and CITY against all liability for injuries to CONTRACTOR's officers and employees. D. Any deductibles or self-insured retentions in CONTRACTOR's insurance policies must be declared to and approved by the PROJECT MANAGER and the City Attorney. At CITY's option, the deductibles or self-insured retentions with respect to CITY shall be reduced or eliminated to CI TY's satisfaction, or CONTRACTOR shall procure a bond guaranteeing payment of losses and related investigations, claims administration, attorney's fees and defense expenses. 10. INDEMNIFICATION CONTRACTOR shall indemnify, release, defend and hold harmless CITY, its officers, and employees, against any claim, demand, suit, judgement, loss, liability or expense of any kind, including attorney's fees, arising out of or resulting in any way, in whole or in part, from any acts or omissions, intentional or negligent, of CONTRACTOR or CONTRACTOR's officers, agents and employees in the performance of their duties and obligations under this Agreement. 11. NONDISCRIMINATION CONTRACTOR shall not discriminate, in any way, against any person on the basis of age, sex, race, color, religion, ancestry, national origin or disability in connection with or related to the performance of its duties and obligations under this Agreement. 12. COMPLIANCE WFM ALL LAWS CONTRACTOR shall observe and comply with all applicable federal, state and local laws, ordinances, codes and regulations, in the performance of its duties and obligations under this Agreement. CONTRACTOR shall perform all services under this Agreement in accordance with these laws, ordinances, codes and regulations. CONTRACTOR shall release, defend, indemnify and hold Agreement 4 harmless CITY, its officers, agents and employees from any and all damages, liabilities, penalties, fines and all other consequences from any noncompliance or violation of any laws, ordinances, codes or regulations. 13. NO THIRD PARTY BENEFICIARIES CITY and CONTRACTOR do not intend, by any provision of this Agreement, to create in any third party, any benefit or right owed by one party, under the terms and conditions of this Agreement, to the other party. 14. NOTICES All notices and other communications required or permitted to be given under this Agreement, including any notice of change of address, shall be in writing and given by personal delivery, or deposited with the United States Postal Service, postage prepaid, addressed to the parties intended to be notified. Notice shall be deemed given as of the date of personal delivery, or if mailed, upon the date of deposit with the United States Postal Service. Notice shall be given as follows: TO CITY: Mr. David M. Bernardi (Project Manager) City of San Rafael 1400 Fifth Avenue P.O. Box 151560 San Rafael, CA 94915-1560 TO CONTRACTOR: (Project Director) Republic Electric 250 Bel Marin Keys Blvd., Suite A-1 Novato, California 94949 (415) 382-7488 15. INDEPENDENT CONTRACTOR For the purposes, and for the duration, of this Agreement, CONTRACTOR, its officers, agents and employees shall act in the capacity of an Independent Contractor, and not as employees of the CITY. CONTRACTOR and CITY expressly intend and agree that the status of CONTRACTOR, its officers, agents and employees be that of an Independent Contractor and not that of an employee of CITY. 16. ENTIRE AGREEMENT -- AMENDMENTS A. The terms and conditions of this Agreement, all exhibits attached, and all documents expressly incorporated by reference, represent the entire Agreement of the parties with respect to the subject matter of this Agreement. Agreement 5 B. This written Agreement shall supersede any and all prior agreements, oral or written, regarding the subject matter between the CONTRACT and the CITY. C. No other agreement, promise or statement, written or oral, relating to the subject matter of this Agreement, shall be valid or binding, except by way of a written amendment to this Agreement. D. The terms and conditions of this Agreement shall not be altered or modified except by a written amendment to this Agreement signed by the CONTRACTOR and the CITY. E. If any conflicts arise between the teams and conditions of this Agreement, and the terms and conditions of any of the attached exhibits or the documents expressly incorporated by reference, the terms and conditions of this Agreement shall control. 17. SET-OFF AGAINST DEBTS CONTRACTOR agrees that CITY may deduct from any payment due to CONTRACTOR under this Agreement, any monies which CONTRACTOR owes CITY under any ordinance, agreement, contract or resolution for any unpaid taxes, fees, licenses, assessments, unpaid checks or other amounts. 18. WAIVERS The waiver by either party of any breach or violation of any term, covenant or condition of this Agreement, or of any ordinance law or regulation, shall not be deemed to be a waiver of anv other term, covenant, condition, ordinance, law or regulation, or of any subsequent breach or violation of the same or other term, covenant, condition, ordinance, law or regulation. The subsequent acceptance by either party of any fee, performance, or other consideration which may become due or owing under this Agreement, shall not be deemed to be a waiver of any preceding breach or violation by the other party of any term, condition, covenant of this Agreement or any applicable law, ordinance or regulation. 19. COSTS AND ATTORNEY's FEES The prevailing party in any action brought to enforce the terms and conditions of this Agreement, or arising out of the performance of this Agreement, may recover its reasonable costs (including claims administration) and attorney's fees expended in connection with such action. 20. CITY BUSINESS LICENSE/OTHER TAXES CONTRACTOR shall obtain and maintain during the duration of this Agreement, a CITY business license as required by the San Rafael Municipal Code. CONTRACTOR shall pay any and all state and federal taxes and any other applicable taxes. CONTRACTOR's taxpayer identification number is S� �' Ala- -7 and CONTRACTOR certifies under penalty of perjury that said taxpayer identification number is correct. 21. APPLICABLE LAW The laws of the State of Califomia shall govem this Agreement. Agreement 6 IN WITNESS WHEREOF, the parties have executed this Agreement as of the day, month and year first above written. CITY OF SAN RAFAEL City Manager Director of Public Works ATTEST: City Clerk City Attorney CONTRACTOR �=CcJ�L �C'�LEC/�llL. By: Title:�— Agreement 7 I: .14 49 11 .11 r 1. REPUBLIC agrees to furnish all labor, material and equipment to perform all work necessary to respond to traffic signal malfunctions within the jurisdiction of SAN RAFAEL, as directed by SAN RAFAEL, all in accordance with the terms herein. REPUBLIC is to do all such work and provide such material, as an independent contractor, subject to inspection and approval by SAN RAFAEL, its Director of Public Works, or any other agent designated by SAN RAFAEL. I REPUBLIC agrees to furnish, in the form of a database, a chronological list of all work performed each month. 3. REPUBLIC agrees to provide phone service for the receiving of notification of inoperative traffic signals including those items requiring emergency repair and service during REPUBLIC'S normal business hours, whether such notification originates with SAN RAFAEL or a party of person other than SAN RAFAEL. 4. REPUBLIC agrees to have service personnel available 24 hours per day to respond to traffic signal and controller trouble calls. Response time will be within one half (1/2) hour during regular business hours and one (1) hour after regular business hours and weekends. In the event of mutliple calls, each will be serviced on a priority basis. SAN RAFAEL will provide REPUBLIC with a priority list. This priority list will constitute authorization from SAN RAFAEL to REPUBLIC to leave an intersection of a non- priority status to respond to a priority intersection. 5. REPUBLIC agrees to provide response services 24 hours per day for repair of the equipment and appurtenances, such as safety lighting, street name signs, street lighting, pedestrian and traffic signals, controllers, flashing beacons and detector devices which REPUBLIC may be called upon from time to time by SAN RAFAEL to repair, replace or refurbish. However, it is understood that any materials requiring replacement in excess of Two Thousand Five Hundred Dollars ($2,500.00) will not be installed without prior written approval from SAN RAFAEL. 6. Wade White, President of REPUBLIC, is not required to perform any of the services required of REPUBLIC by the term of this Agreement personally. However, SAN RAFAEL as to the Agreement as a whole, shall have the right on 30 days notice to REPUBLIC, to terminate this Agreement upon Wade White ceasing to serve as officer of REPUBLIC and to assign this Agreement to the contractor of SAN RAFAEL' S choice. 7. Should REPUBLIC neglect to execute the work properly, or fail to perform any provision of this Agreement, SAN RAFAEL, after giving three (3) days written notice to REPUBLIC, may perform such work and deduct the cost thereof from any payment due to REPUBLIC. This provision is in addition to any legal remedies which SAN RAFAEL may otherwise have. In consideration for furnishing said labor, materials and equipment pursuant to Paragraph 1 of Exhibit "A" when such repairs are necessitated by obsolescence, failure, accidental damage such as collision, acts of God, vandalism and pavement failure, REPUBLIC shall receive, a per call amount based upon the invoice cost of materials plus 25% and its then current labor rates.. (See attached Exhibit "D", "Republic Electric Rate Schedule".) Equipment rates will be at the current California Department of Transportation equipment rates that equal the surcharge rate + 15%. 2. The specified compensation will stay in effect for the duration of this contract. REPUBLIC reserves the right to increase its rates at a percentage no greater than the percent increase in the March to March San Francisco/Oakland Metropoliatan Area Consumer Price Index as released by the United States Department of Labor on a yearly basis with a maximum inflation increase of 5% per year. City of San Rafael Traffic Engineering Traffic Signals I No. Location f 1 2nd & GRAND 2 2nd & IRWIN 3 2nd & HETHERTON 4 12nd & LINCOLN 5 12nd & LINDARO 6 12nd & A 7 2nd & B 8 12nd & C 9 12nd & D 10 12nd & E 11 2nd & SHAVER 12 12nd & G 13 12nd & 4th (TWO CONTROLLERS) 13A 12nd & TAMALPAIS I.13rd & UNION 15 13rd & GRAND (SPLIT) 16 13rd & IRWIN 17 13rd & HETHERTON 18 13rd & LINCOLN 19 13rd & LINDARO 20 13rd & A 1 21 13rd & B 22 13rd & C 23 13rd & D 24 3rd & E 25 3rd & SHAVER 125A 3rd & TAMALPAIS 26 4th & GRAND 27 14th & IRWIN 28 14th & HETHERTON 29 4th & LINCOLN 30 4th & CIJOS 31 14th & LOOTENS 32 14th & COURT 33 14th & A 34 14th & B 35 4th & C 36 14th & D 37 14th & E 38 14th & H 39 14th & GREENFIELD 40 4th & ROSSVALLEY 41` 5th & IRWIN 42 5th & HETHERTON 43 5th & LINCOLN 44 5th & COURT (SPLIT) 1 45 15th & A Controller Interconnect Type Type KFT Hardwire KFT Hardwire KFT Hardwire KFT lHardwire KFT Phone KFT Phone KFT Phone KFT Phone KFT jPhone KFT jPhone KFT jPhone KFT (Phone D2000,D2042 jNone KFT Hardwire ASC8000 None KFT Hardwire KFT lHardwire KFT lHardwire KFT Phone KFT Phone KFT jPhone KFT jPhone KFT jPhone KFT jPhone KFT jPhone KFT jPhone KFT Hardwire KFT Hardwire KFT lHardwire KFT Hardwire KFT Phone F None F None F None F None F None F None F None F (None D2013 (None ASC8000 INone ASC8000 (None I KFT lHardwire I KFT lHardwire KFT 113ftone F jPhone D2000 INone Exhibit "C" City of San Rafael Traffic Engineering Traffic Signals Controller Interconnect No. Location Type Type 46 5th & B F None 47 5th & C KFT None 48 5th & E I D2000 INone 49 15th & H I F INone 50-IMISSION & IRIWN ( SPLIT) I KFT IHardwire 51 EMISSION & HETHERTON I KFT jHardwire 52 EMISSION & LINCOLN ( SPLIT) KFT 1Phone 53 (LINCOLN & PALOMA KFT INone 54 PT. SAN PEDRO & LOCHINVAR D2000lNone None 55 1FRANCISCO E. & MEDWAY 911 56 & ANDERSEN ASC/2 None 1BELLAM <. 5.7 N.SAN PEDRO & CIVIC CENTER 911 INone 58 PEDRO & MERRYDALE 820A None JKSAN 59 FREITAS & DEL PRESIDIO ASC/2 Hardwire 60 FREITAS & NORTHGATE ASC12 lHardwire 61 FREITAS & LAS GALLINAS ASC/2 Hardwire 62 LAS GALLINAS & NORTHGATE ASC/2 Hardwire 63 LAS GALLINAS & DEL PRESIDIO ' ASC12 Hardwire 64 ISMITH RANCH & REDWOOD 820A None 65 IREDWOOD HWY & MITCHELL 820A None 66 IREDWOOD HWY & PROF. CNTR 820A INone 67 CLOS RANCHITOS & N.SAN PEDR 820A INone Exhibit "C' Republic Electric CA Lic 6Vtiu Republic Electric Rate Schedule Public Agency Item Description Electrician Foreman Electrician Service Truck -hydraulic lift 8 -Ton Crane Compressor Materials (z) Replace lamp outase Rate - $55.00 per hour $70.00 per hour $15.00 per hour { $40.00 per hour $110.00 per day Invoice cost plus 25%. $50.00 EXHIBIT -0,, Overtime Rate (1) $110.00 per hour (1) $135.00 per hour N/A N/A N/A N/A I (3) $250.00 (1) Overtime rates will be billed as a two hour minimum when called after normal working hours, weekends and holidays. (2) Labor, materials and equipment are included. Excluded are 3M programmed visibility lamps. An additional charge of $28.75 will be added to the "Replace lamp outage" rate for 3M programmed visibility signals. (3) Includes the two hour minimum. 11-95 (-415) 382-7488 fax (415) 382---192 250 Bel Marin Kevr, Blvd- Suite A-1 Novato. CA 9.1949 Republic Electric G Lc. 647154 I ADDITIVE ALTERNATES CITY OF SAN RAFAEL TRAFFIC SIGNAL MAINTENANCE CONFLICT MONITOR TFSTING - Testing of the conflict monitor will be done by a PC -Based Monitor Tester. A complete diagnostic test will be run by the computer and a print-out will be provided for each conflict monitor each time it is tested. Total Labor and Equipment: $75.00 per test PAINT CONTROLLER CABINET - Paint the exterior of the controller cabinet. Color and paint number will be chosen by the City. Total Labor, Materials and Equipment: $180.00 each PAINT TRAFFIC STCNAT , BACKPLATE - Paint existing backplate at the request of the City. Total Labor, Materials and Equipment: $75.00 each (415) 382-7488 F;:x (-415) 382-7492 250 Bel Marin Kevs Blvd.. Suite A-1 Novato. CA 9+949