Loading...
CC - Item 5F - Approval of Professional Services Agreement Extension with St. Francis Election LLC for Traffic Signal Maintenance ServicesROSEMEAD CITY COUNCIL STAFF REPORT TO: THE HONORABLE MAYOR AND CITY COUNCIL FROM: BEN KIM, CITY MANAGER !/ DATE: JUNE 14, 2022 SUBJECT: APPROVAL OF PROFESSIONAL SERVICES AGREEMENT EXTENSION WITH ST. FRANCIS LLC FOR TRAFFIC SIGNAL MAINTENANCE SERVICES On June 11, 2019, the City Council approved a three-year agreement with St. Francis Electric to perform traffic signal and traffic control device maintenance services. The existing agreement with St. Francis Electric is set to expire on June 30, 2022. Staff is requesting the City Council to approve an one-year extension to the agreement for City traffic signal maintenance services to June 30, 2023, in an not -to -exceed amount of $160,000. DISCUSSION On June 11, 2019, the City Council approved a three-year agreement with St. Francis Electric to perform routine preventative maintenance, scheduled repairs and emergency repairs to traffic signals, traffic signal equipment, safety streetlights, flashing beacons, speed feedback signs, in - pavement flashing crosswalk lights, and other related equipment by duly trained and qualified personnel. While the last contract was awarded to St. Francis Electric in 2019, they have been a partner with the City since 2016. Through this partnership, St. Francis Electric has developed a comprehensive understanding of the City's traffic signal/control devices and traffic operations. Throughout the term of this and past agreements, St. Francis Electric has exceeded the expectations of staff. They have monitored and communicated well in their recommendations to keep all City traffic signals operating efficiently and effectively. St. Francis Electric has been responsive during emergencies, even going so far as to loan the City traffic signal poles. They have also provided timely response in repairing traffic control boxes that have been damaged in vehicle collisions. The existing agreement is set to expire on June 30, 2022. St. Francis Electric has requested an extension to the original agreement for one year, as permissible by the agreement with the City's AGENDA ITEM 5.F City Council Meeting June 14, 2022 Page 2 of 2 approval. St. Francis Electric will perform maintenance including general scope and emergency repairs on an annual basis in an amount not -to -exceed $160,000. STAFF RECOMMENDATION It is recommended that the City Council: 1) Authorize a one-year extension (July 1, 2022 to June 30, 2023) with St. Francis Electric for the scope of services per the original contract in the not -to -exceed amount of $160,000. FISCAL IMPACT Funding for Traffic Signal Maintenance services is included in the proposed Fiscal Year 2022-23 Annual Budget under the Public Works Department annual maintenance and operations, Field Services Division, General Fund account at a not -to -exceed amount of $160,000. STRATEGIC PLAN IMPACT This item is consistent with the City's 2030 Strategic Plan Goal A — Safety, which focuses on enhancing public safety by providing safe access to public facilities, expanding neighborhood safety programs, and improving quality of life. PUBLIC NOTICE PROCESS This item has been noticed through the regular agenda notification process. Prepared by: James Lara, Public Works Manager Submitted by: Michael Chung, P.E., irector of Public Works Attachment A: St. Francis Electric Extension Request Letter Attachment B: Traffic Signal Maintenance Agreement (St. Francis Electric) Attachment C: June 11, 2019, City Council Staff Report - Approval of PSA with St Francis Electric Attachment A St. Francis Electric Extension Request Letter June 6, 2022 Mr. James Lara City of Rosemead 8838 E. Valley Blvd. Rosemead, Ca 91770 Proposal for the Extension of the Traffic Signal Maintenance / On Call Services Through the Dates of July 1, 2022, to June 30'", 2023 Mr. Lara Public Works Manager St. Francis Electric 1420 Citrus Street Riverside, California 92507 (951)203-4586 (951)274-0061 Fax www.SFE-INC.com At this time, we are offering to extend our Traffic Signal Maintenance & Extra Ordinary On -Call Services for the term indicated above. We will offer to continue to honor the existing rates for these services. All emergency work is to be completed on a time & material bases per contract rates, or by written and accepted proposals when requested by the City. Please feel free to contact me with any questions or concerns. This offer shall expire 60 days from the date hereof and may be withdrawn by us at any time prior thereto with or without notice. This offer supersedes any prior offers, commitment or orders, contains all terms, conditions and warranties and when accepted, constitutes the entire contract between the parties. The resulting contract shall not be modified except by formal written amendment. This offer shall be accepted by delivery of a copy of this offer duly signed by the City of Rosemead Representative. Respectfully, JabPe*t& Jill Petrie St. Francis Electric Riverside Office (951)304-4903 Office (951)274-0061 Fax (951) 203-4586 Cell jpetrie@SFE-INC.com ACCEPTED CITY OF ROSEMEAD mm TITLE: (951) 203-4586 - Fax (951) 274-0061 - 1420 Citrus Street, Riverside, Ca. 92507 Attachment B Traffic Signal Maintenance Agreement (St. Francis Electric) M10601 TRAFFIC SIGNAL MAINTENANCE SERVICES AGREEMENT (ST. FRANCIS ELECTRIC) PARTIES AND DATE. This Agreement is made and entered into this _1 st day of July , 2019 by and between the City of Rosemead, a municipal corporation of the State of California, located at 8838 E. Valley Blvd., Rosemead, California 91770, ("City") and St. Francis Electric, a limited liability corporation, with its principal place of business at 975 Carden Street, San Leandro, CA 94577 (hereinafter referred to as "Contractor"). City and Contractor are sometimes individually referred to as "Party" and collectively as 'Parties" in this Agreement. 2. RECITALS. 2.1 Contractor. Contractor desires to perform and assume responsibility for the provision of certain maintenance services required by the City on the terms and conditions set forth in this Agreement. Contractor represents that it is experienced in providing Traffic Signal Maintenance services to public clients, that it and its employees or subcontractors have all necessary licenses and permits to perform the Services in the State of California, and that is familiar with the plans of City. 2.2 Project. City desires to engage Contractor to render such services for the City Wide Traffic Signal Maintenance ("Project') as set forth in this Agreement. 3. TERMS. 3.1 Scope of Services and Term. 3.1.1 General Scope of Services. Contractor promises and agrees to furnish to the Owner all labor, materials, tools, equipment, services, and incidental and customary work necessary to fully and adequately supply the professional Traffic Signal St. Francis Electric Page 2 of 11 maintenance services necessary for the Project ("Services"). The Services are more particularly described in Exhibit "A" attached hereto and incorporated herein by reference. All Services shall be subject to, and performed in accordance with, this Agreement, the exhibits attached hereto and incorporated herein by reference, and all applicable local, state and federal laws, rules and regulations. 3.1.2 Term. The term of this Agreement shall be from July 1, 2019 to June 30, 2022 with the option of two one-year extentions, at the City's sole discretion, unless earlier terminated as provided herein. Contractor shall complete the Services within the term of this Agreement, and shall meet any other established schedules and deadlines. The Parties may, by mutual, written consent, extend the term of this Agreement if necessary to complete the Services. 3.2 Responsibilities of Contractor. 3.2.1 Control and Payment of Subordinates; Independent Contractor. The Services shall be performed by Contractor or under its supervision. Contractor will determine the means, methods and details of performing the Services subject to the requirements of this Agreement. City retains Contractor on an independent contractor basis and not as an employee. Contractor retains the right to perform similar or different services for others during the term of this Agreement. Any additional personnel performing the Services under this Agreement on behalf of Contractor shall also not be employees of City and shall at all times be under Contractors exclusive direction and control. Contractor shall pay all wages, salaries, and other amounts due such personnel in connection with their performance of Services under this Agreement and as required by law. Contractor shall be responsible for all reports and obligations respecting such additional personnel, including, but not limited to: social security taxes, income tax withholding, unemployment insurance, disability insurance, and workers' compensation insurance. 3.2.2 Schedule of Services. Contractor shall perform the Services expeditiously, within the term of this Agreement, and in accordance with the Schedule of Services set forth in Exhibit "B" attached hereto and incorporated herein by reference. Contractor represents that it has the professional and technical personnel required to perform the Services in conformance with such conditions. In order to facilitate Contractor's conformance with the Schedule, City shall respond to Contractor's submittals in a timely manner. Upon request of City, Contractor shall provide a more detailed schedule of anticipated performance to meet the Schedule of Services. 3.2.3 Conformance to Applicable Requirements. All work prepared by Contractor shall be subject to the approval of City. 3.2.4 Substitution of Key Personnel. Contractor has represented to City that certain key personnel will perform and coordinate the Services under this Agreement. Should one or more of such personnel become unavailable, Contractor may substitute other personnel of at least equal competence upon written approval of City. In the event St. Francis Electric Page 3 of 11 that City and Contractor cannot agree as to the substitution of key personnel, City shall be entitled to terminate this Agreement for cause. As discussed below, any personnel who fail or refuse to perform the Services in a manner acceptable to the City, or who are determined by the City to be uncooperative, incompetent, a threat to the adequate or timely completion of the Project or a threat to the safety of persons or property, shall be promptly removed from the Project by the Contractor at the request of the City. 3.2.5 City's Representative. The City hereby designates the City Manager, or his or her designee, to act as its representative for the performance of this Agreement ("City's Representative"). City's Representative shall have the power to act on behalf of the City for all purposes under this Contract. Contractor shall not accept direction or orders from any person other than the City's Representative or his or her designee. 3.2.6 Contractor's Representative. Contractor hereby designates Area Manager Jill Petrie, or his or her designee, to act as its representative for the performance of this Agreement ("Contractor's Representative"). Contractor's Representative shall have full authority to represent and act on behalf of the Contractor for all purposes under this Agreement. The Contractor's Representative shall supervise and direct the Services, using his/her best skill and attention, and shall be responsible for all means, methods, techniques, sequences and procedures and for the satisfactory coordination of all portions of the Services under this Agreement. 3.2.7 Coordination of Services. Contractor agrees to work closely with City staff in the performance of Services and shall be available to City's staff, consultants and other staff at all reasonable times. 3.2.8 Standard of Care; Performance of Employees. Contractor shall perform all Services under this Agreement in a skillful and competent manner, consistent with the standards generally recognized as being employed by professionals in the same discipline in the State of California. Contractor represents and maintains that it is skilled in the professional calling necessary to perform the Services. Contractor warrants that all employees and subcontractors shall have sufficient skill and experience to perform the Services assigned to them. Finally, Contractor represents that it, its employees and subcontractors have all licenses, permits, qualifications and approvals of whatever nature that are legally required to perform the Services, including a City Business License, and that such licenses and approvals shall be maintained throughout the term of this Agreement. As provided for in the indemnification provisions of this Agreement, Contractor shall perform, at its own cost and expense and without reimbursement from the City, any services necessary to correct errors or omissions which are caused by the Contractor's failure to comply with the standard of care provided for herein. Any employee of the Contractor or its sub -contractors who is determined by the City to be uncooperative, incompetent, a threat to the adequate or timely completion of the Project, a threat to the safety of persons or property, or any employee who fails or refuses to perform the Services in a manner acceptable to the City, shall be promptly removed from the Project by the Contractor and shall not be re-employed to perform any of the Services or to work St. Francis Electric Page 4 of 11 on the Project. 3.2.9 Laws and Regulations. Contractor shall keep itself fully informed of and in compliance with all local, state and federal laws, rules and regulations in any manner affecting the performance of the Project or the Services, including all Cal/OSHA requirements, and shall give all notices required by law. Contractor shall be liable for all violations of such laws and regulations in connection with Services. If the Contractor performs any work knowing it to be contrary to such laws, rules and regulations and without giving written notice to the City, Contractor shall be solely responsible for all costs arising therefrom. Contractor shall defend, indemnify and hold City, its officials, directors, officers, employees and agents free and harmless, pursuant to the indemnification provisions of this Agreement, from any claim or liability arising out of any failure or alleged failure to comply with such laws, rules or regulations. 3.2.10 Insurance. 3.2.10.1 Time for Compliance. Contractor shall maintain prior to the beginning of and for the direction of this Agreement insurance coverage as specified in Exhibit D attached to and part of this agreement. 3.2.11 Safety. Contractor shall execute and maintain its work so as to avoid injury or damage to any person or property. In carrying out its Services, the Contractor shall at all times be in compliance with all applicable local, state and federal laws, rules and regulations, and shall exercise all necessary precautions for the safety of employees appropriate to the nature of the work and the conditions under which the work is to be performed. Safety precautions as applicable shall include, but shall not be limited to: (A) adequate life protection and life saving equipment and procedures; (B) instructions in accident prevention for all employees and subcontractors, such as safe walkways, scaffolds, fall protection ladders, bridges, gang planks, confined space procedures, trenching and shoring, equipment and other safety devices, equipment and wearing apparel as are necessary or lawfully required to prevent accidents or injuries; and (C) adequate facilities for the proper inspection and maintenance of all safety measures. 3.2.12 Prevailing Wages. Contractor is aware of the requirements of California Labor Code Section 1720, et seq., and 1770, et seq., as well as California Code of Regulations, Title 8, Section 1600, et seq., ("Prevailing Wage Laws"), which require the payment of prevailing wage rates and the performance of other requirements on "public works" and "maintenance" projects. If the Services are being performed as part of an applicable "public works" or "maintenance" project, as defined by the Prevailing Wage Laws, and if the total compensation is $1,000 or more, Contractor agrees to fully comply with such Prevailing Wage Laws. City shall provide Contractor with a copy of the prevailing rates of per diem wages in effect at the commencement of this Agreement. Contractor shall make copies of the prevailing rates of per diem wages for each craft, classification or type of worker needed to execute the Services available to interested parties upon request, and shall post copies at the Contractor's principal place of business and at the project site. Contractor shall defend, indemnify and hold the City, its elected St. Francis Electric Page 5 of 11 officials, officers, employees and agents free and harmless from any claim or liability arising out of any failure or alleged failure to comply with the Prevailing Wage Laws. 3.2.13 Bonds. 3.2.13.1 Performance Bond. If specifically requested by City in Exhibit "D" attached hereto and incorporated herein by reference, Contractor shall execute and provide to City concurrently with this Agreement a Performance Bond in the amount of the total, not -to -exceed compensation indicated in this Agreement, and in a form provided or approved by the City. If such bond is required, no payment will be made to Contractor until it has been received and approved by the City. 3.2.13.2 Payment Bond. If required by law or otherwise specifically requested by City in Exhibit "D" attached hereto and incorporated herein by reference, Contractor shall execute and provide to City concurrently with this Agreement a Payment Bond in the amount of the total, not -to -exceed compensation indicated in this Agreement, and in a form provided or approved by the City. If such bond is required, no payment will be made to Contractor until it has been received and approved by the City. 3.2.13.3 Bond Provisions. Should, in City's sole opinion, any bond become insufficient or any surety be found to be unsatisfactory, Contractor shall renew or replace the affected bond within 10 days of receiving notice from City. In the event the surety or Contractor intends to reduce or cancel any required bond, at least thirty (30) days prior written notice shall be given to the City, and Contractor shall post acceptable replacement bonds at least ten (10) days prior to expiration of the original bonds. No further payments shall be deemed due or will be made under this Agreement until any replacement bonds required by this Section are accepted by the City. To the extent, if any, that the total compensation is increased in accordance with the Agreement, the Contractor shall, upon request of the City, cause the amount of the bonds to be increased accordingly and shall promptly deliver satisfactory evidence of such increase to the City. To the extent available, the bonds shall further provide that no change or alteration of the Agreement (including, without limitation, an increase in the total compensation, as referred to above), extensions of time, or modifications of the time, terms, or conditions of payment to the Contractor, will release the surety. If the Contractor fails to furnish any required bond, the City may terminate this Agreement for cause. 3.2.13.4 Surety Qualifications. Only bonds executed by an admitted surety insurer, as defined in Code of Civil Procedure Section 995.120, shall be accepted. The surety must be a California -admitted surety with a current A.M. Best's rating no less than A:VIII and satisfactory to the City. If a California -admitted surety insurer issuing bonds does not meet these requirements, the insurer will be considered qualified if it is in conformance with Section 995.660 of the California Code of Civil Procedure, and proof of such is provided to the City. St. Francis Electric Page 6 of 11 3.3 Fees and Payments. 3.3.1 Compensation. Contractor shall receive compensation, including authorized reimbursements, for all Services rendered under this Agreement at the rates set forth in Exhibit C attached hereto and incorporated herein by reference. The total compensation shall not exceed One hundred sixty thousand dollars ($160,000.00) per fiscal year, without advance written approval of City's project manager. Extra Work may be authorized, as described below, and if authorized, will be compensated at the rates and manner set forth in this Agreement. 3.3.2 Payment of Compensation. Contractor shall submit to City a monthly itemized statement which indicates work completed and hours of Services rendered by Contractor. The statement shall describe the amount of Services and supplies provided since the initial commencement date, or since the start of the subsequent billing periods, as appropriate, through the date of the statement. City shall, within 45 days of receiving such statement, review the statement and pay all approved charges thereon. 3.3.3 Reimbursement for Expenses. Contractor shall not be reimbursed for any expenses unless authorized in writing by City. 3.3.4 Extra Work. At any time during the term of this Agreement, City may request that Contractor perform Extra Work. As used herein, "Extra Work" means any work which is determined by City to be necessary for the proper completion of the Project, but which the parties did not reasonably anticipate would be necessary at the execution of this Agreement. Contractor shall not perform, nor be compensated for, Extra Work without written authorization from City's Representative. 3.3.5 Prevailing Wages. Contractor is aware of the requirements of California Labor Code Section 1720, et seq., and 1770, et seq., as well as California Code of Regulations, Title 8, Section 16000, et seq., ("Prevailing Wage Laws"), which require the payment of prevailing wage rates and the performance of other requirements on "public works" and "maintenance" projects. If the Services are being performed as part of an applicable "public works" or "maintenance" project, as defined by the Prevailing Wage Laws, and if the total compensation is $1,000 or more, Contractor agrees to fully comply with such Prevailing Wage Laws. City shall provide Contractor with a copy of the prevailing rates of per diem wages in effect at the commencement of this Agreement. Contractor shall make copies of the prevailing rates of per diem wages for each craft, classification or type of worker needed to execute the Services available to interested parties upon request, and shall post copies at the Contractor's principal place of business and at the project site. Contractor shall defend, indemnify and hold the City, its elected officials, officers, employees and agents free and harmless from any claim or liability arising out of any failure or alleged failure to comply with the Prevailing Wage Laws. St. Francis Electric Page 7 of 11 3.4 Accounting Records. 3.4.1 Maintenance and Inspection. Contractor shall maintain complete and accurate records with respect to all costs and expenses incurred under this Agreement. All such records shall be clearly identifiable. Contractor shall allow a representative of City during normal business hours to examine, audit, and make transcripts or copies of such records and any other documents created pursuant to this Agreement. Contractor shall 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. 3.5 General Provisions. 3.5.1 Termination of Agreement. 3.5.1.1 Grounds for Termination. City may, by written notice to Contractor, terminate the whole or any part of this Agreement at any time and without cause by giving written notice to Contractor of such termination, and specifying the effective date thereof, at least seven (7) days before the effective date of such termination. Upon termination, Contractor shall be compensated only for those services which have been adequately rendered to City, and Contractor shall be entitled to no further compensation. Contractor may not terminate this Agreement except for cause. 3.5.1.2 Effect of Termination. If this Agreement is terminated as provided herein, City may require Contractor to provide all finished or unfinished Documents and Data and other information of any kind prepared by Contractor in connection with the performance of Services under this Agreement. Contractor shall be required to provide such document and other information within fifteen (15) days of the request. 3.5.1.3 Additional Services. In the event this Agreement is terminated in whole or in part as provided herein, City may procure, upon such terms and in such manner as it may determine appropriate, services similar to those terminated. 3.5.2 Delivery of Notices. All notices permitted or required under this Agreement shall be given to the respective parties at the following address, or at such other address as the respective parties may provide in writing for this purpose: CONTRACTOR: St. Francis Electric 975 Carden Street San Leandro, CA 94577 Attn: Guy Smith, Vice -President Tel: (510) 639-0639 St. Francis Electric Page 8 of 11 CITY: City of Rosemead P.O. Box 399 8838 E. Valley Boulevard Rosemead, CA 91770 Attn: Robert Chavez, Public Works Such notice shall be deemed made when personally delivered or when mailed, forty-eight (48) hours after deposit in the U.S. Mail, first class postage prepaid and addressed to the party at its applicable address. Actual notice shall be deemed adequate notice on the date actual notice occurred, regardless of the method of service. 3.5.3 Ownership of Materials and Confidentiality. 3.5.3.1 Document & Data; Licensing of Intellectual Property. This Agreement creates a non-exclusive and perpetual license for City to copy, use, modify, reuse, or sublicense any and all copyrights, designs, and other intellectual property embodied in plans, specifications, studies, drawings, estimates, and other documents or works of authorship fixed in any tangible medium of expression, including but not limited to, physical drawings or data magnetically or otherwise recorded on computer diskettes, which are prepared or caused to be prepared by Contractor under this Agreement ("Documents & Data"). Contractor shall require all subcontractors to agree in writing that City is granted a non-exclusive and perpetual license for any Documents & Data the subcontractor prepares under this Agreement. Contractor represents and warrants that Contractor has the legal right to license any and all Documents & Data. Contractor makes no such representation and warranty in regard to Documents & Data which were prepared by design professionals other than Contractor or provided to Contractor by the City. City shall not be limited in any way in its use of the Documents and Data at any time, provided that any such use not within the purposes intended by this Agreement shall be at City's sole risk. 3.5.3.2 Confidentiality. All ideas, memoranda, specifications, plans, procedures, drawings, descriptions, computer program data, input record data, written information, and other Documents and Data either created by or provided to Contractor in connection with the performance of this Agreement shall be held confidential by Contractor. Such materials shall not, without the prior written consent of City, be used by Contractor for any purposes other than the performance of the Services. Nor shall such materials be disclosed to any person or entity not connected with the performance of the Services or the Project. Nothing furnished to Contractor which is otherwise known to Contractor or is generally known, or has become known, to the related industry shall be deemed confidential. Contractor shall not use City's name or insignia, photographs of the Project, or any publicity pertaining to the Services or the Project in any magazine, trade paper, newspaper, television or radio production or other similar medium without the prior written consent of City. St. Francis Electric Page 9 of 11 3.5.4 Cooperation; Further Acts. The Parties shall fully cooperate with one another, and shall take any additional acts or sign any additional documents as may be necessary, appropriate or convenient to attain the purposes of this Agreement. 3.5.5 Attorney's Fees. If either party commences an action against the other party, either legal, administrative or otherwise, arising out of or in connection with this Agreement, the prevailing party in such litigation shall be entitled to have and recover from the losing party reasonable attorney's fees and all other costs of such action. 3.5.6 Indemnification. Contractor shall defend, indemnify and hold the City, its officials, officers, employees, volunteers and agents free and harmless from any and all claims, demands, causes of action, costs, expenses, liability, loss, damage or injury, in law or equity, to property or persons, including wrongful death, in any manner arising out of or incident to any alleged acts, omissions or willful misconduct of Contractor, its officials, officers, employees, agents, consultants and contractors arising out of or in connection with the performance of the Services, the Project or this Agreement, including without limitation the payment of all consequential damages and attorneys fees and other related costs and expenses. Contractor shall defend, at Contractor's own cost, expense and risk, any and all such aforesaid suits, actions or other legal proceedings of every kind that may be brought or instituted against City, its directors, officials, officers, employees, agents or volunteers. Contractor shall pay and satisfy any judgment, award or decree that may be rendered against City or its directors, officials, officers, employees, agents or volunteers, in any such suit, action or other legal proceeding. Contractor shall reimburse City and its directors, officials, officers, employees, agents and/or volunteers, for any and all legal expenses and costs incurred by each of them in connection therewith or in enforcing the indemnity herein provided. Contractor's obligation to indemnify shall not be restricted to insurance proceeds, if any, received by the City, its directors, officials officers, employees, agents or volunteers. 3.5.7 Entire Agreement. This Agreement contains the entire Agreement of the parties with respect to the subject matter hereof, and supersedes all prior negotiations, understandings or agreements. This Agreement may only be modified by a writing signed by both parties. 3.5.8 Governing Law. This Agreement shall be governed by the laws of the State of California. Venue shall be in Los Angeles County. 3.5.9 Time of Essence. Time is of the essence for each and every provision of this Agreement. 3.5.10 City's Right to Employ Other Contractors. City reserves right to employ other contractors in connection with this Project. 3.5.11 Successors and Assigns. This Agreement shall be binding on the successors and assigns of the parties. St. Francis Electric Page 10 of 11 3.5.12 Assignment or Transfer. Contractor shall not assign, hypothecate, or transfer, either directly or by operation of law, this Agreement or any interest herein without the prior written consent of the City. Any attempt to do so shall be null and void, and any assignees, hypothecates or transferees shall acquire no right or interest by reason of such attempted assignment, hypothecation or transfer. 3.5.13 Construction; References; Captions. Since the Parties or their agents have participated fully in the preparation of this Agreement, the language of this Agreement shall be construed simply, according to its fair meaning, and not strictly for or against any Party. Any term referencing time, days or period for performance shall be deemed calendar days and not work days. All references to Contractor include all personnel, employees, agents, and subcontractors of Contractor, except as otherwise specified in this Agreement. All references to City include its elected officials, officers, employees, agents, and volunteers except as otherwise specified in this Agreement. The captions of the various articles and paragraphs are for convenience and ease of reference only, and do not define, limit, augment, or describe the scope, content, or intent of this Agreement. 3.5.14 Amendment; Modification. No supplement, modification, or amendment of this Agreement shall be binding unless executed in writing and signed by both Parties. 3.5.15 Waiver. No waiver of any default shall constitute a waiver of any other default or breach, whether of the same or other covenant or condition. No waiver, benefit, privilege, or service voluntarily given or performed by a Party shall give the other Party any contractual rights by custom, estoppel, or otherwise. 3.5.16 No Third Party Beneficiaries. There are no intended third party beneficiaries of any right or obligation assumed by the Parties. 3.5.17 Invalidity; Severability. If any portion of this Agreement is declared invalid, illegal, or otherwise unenforceable by a court of competent jurisdiction, the remaining provisions shall continue in full force and effect. 3.5.18 Prohibited Interests. Contractor maintains and warrants that it has not employed nor retained any company or person, other than a bona fide employee working solely for Contractor, to solicit or secure this Agreement. Further, Contractor warrants that it has not paid nor has it agreed to pay any company or person, other than a bona fide employee working solely for Contractor, any fee, commission, percentage, brokerage fee, gift or other consideration contingent upon or resulting from the award or making of this Agreement. For breach or violation of this warranty, City shall have the right to rescind this Agreement without liability. For the term of this Agreement, no member, officer or employee of City, during the term of his or her service with City, shall have any direct interest in this Agreement, or obtain any present or anticipated material benefit arising therefrom. St. Francis Electric Page 12 of 11 CITY OF ROSEMEAD B: oria Molleda, City Manager Attest: r'AL Ericka Hernandez City Clerk Approved as to Form: Rachel Richman a4z" - City Attorney 02/08 Docurnent12 St. Francis Electric Title: [If Corporation, TWO SIGNATURES, President OR Vice President AND Secretary, AND CORPORATE SEAL OF CONTRACTOR REQUIRED] By: Name: `c'� Title: A� R& CERTIFICATE OF LIABILITY INSURANCE -.- 23/20021 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(Sh AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holds is an ADDITIONAL INSURED, the policy(las) must have ADDITIONAL INSURED provisions or be endorsed. It SUBROGATION IS WANED, subject to the terms and conditions of the policy, Certain policies may require an endorsement A statement on this Certificate does not confer rights to the cerUSeate holder In neu of such andoraerrrent(s), paccOcER CA LIC 0529370 1-925-798-3334 Edgeaood Partners Insurance Center (EPIC) IC0n00rd - Branch ID 154693 P.O. Scor 5668 Concord, CA 94524 TACT Jenei YecDmgall PHONE FA% .915-822-9018 a 915-887-6815 "Nap,Janet.macdougall®eyicluokore.wm NS SAFFOROINOWVERAOE NNCB MM.A; NATIONAL UNION FIRS IRB 00 OF PITTS 19445 N m St. Francis Electric, LLC PO Box 2057 San Leandro, CA 94577 INSURERS: ALO110) WORLD NAIL ASSIR 00 10690 NBURERC. NSURERO: INSURER E: p�F. COVERAGES CERTIFICATE NUMBER: 61697551 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. LTRMR TYPEOFNNIRANCE 9 POLN.NMJMeER POLICY EFF PDUDYerP UNITS A X COMMERCIN.OEIEML ILRY CLAIMBJMDE ❑ OCCUR X E OL5342018 - 04/01/21 04/01/24 EACH DOCURRENCE $ 1,000,000 $ 500,000 MEDIXP o perwl S 25,000 PERSONAL &ACV INJURY E 1,000,000 GENU AGGREGATE LIMIT APPLIES PFR Policy JECo-T ❑LOC GENEMLAGGREGATE E 2,000,000 PRODJCTS-COLIPIUPAGO E 2.000.000 E OTHER, A AUrOMOm LELb1BRJTY X X CA4773676 04/01/21 04/01/2$ COMBINED SNGLE LIMn E 2,000,000 X ANYAUTO BODILY INJURY (Par pelma) E P AOWNED LY SCHHAUTOEDULED. — .-__ .. _ _—_ - - - BODILY INJURY (Pm emJdcnO E X HIRED NON-0WNED AUTOS ONLY X AUTOS ONLY PROPERTY PNP.GE ffnS S HUMBRIL ALTAR X OCCUR 03102673 04/01/21 04/01/24 FAC HOCCURRSNCE $ 10,000,000 X E%CESS LMB CLAOASMADE AGGREGATE S 10,000,000 DED I I RETENTION S A WONERSCOMPENMRON YIN AND EMPLOYERS' LWMLITY ANYPROPNETORNARTNEREXECUTIVE'fy—] OFFICEPMBM3EAIXCLIAEDT NIA X WCO22298334 04/01/21 04/01/22 X PSfATUTE EA E.L.FACHACGDENT E 1,000,000 E.LDISEASE-MEMPLOYE S 1,000,000 (Mandrkey In NH) 0ra dewlW under DERNPTgN OF OPERATIONS b*W ELDISEASE-POIJCYLNIT E 1,000,000 OWCRBRMNOF OPEMnMS I WMMNS I VEMCLEB (ACOAD 101, Add818nM Renrdm SOMtlmIA nRe W aWpIME Nnwn epee a rwWimd) Re: OR Job 816-0656, Traffic Signal Maintenance Sarvicee Agreement. Additional Insureds: City of Rosemead, its officials, employees and agents. Whoa required by Written =treat, Additional Insured statue with Primary a Non-Coatribotory coverage applies to General Liability and Auto Liability and Waiver of eabrrogation applies to General Liability, Auto Liability and Workers Compeneetion, all a, per the attached endorsements. of Rosemead Rathy Garcia E. valley Blvd. end, CA 91770 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. ACORD 25 (201&03) The ACORD name and logo are registered marks of ACORD Dorrissys 61697551 7 IB)6CBIBm1 a oR CERTIFICATE OF LIABILITY INSURANCE DATE2MYYY13 0]/330/0/3030 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONST[IVTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: N the certificate holder In an ADDITIONAL INSURED, the POKWles) must have ADDITIONAL INSURED Provisions or be andoreed. N SUBROGATION IS WANED, subject to 8M terms and conditions of the pocky, certain Battles may require on 80110,14MB L A saamem on this eadlUpato does not aoIIM rights to the cortiRcsts holder In Ilou of Bush andomeleTyaj. PMMICHI CA LID =9370 1-925-798-3334 NMIJmet NaCDaugall 8dgwvod Pertoere 1rMcreme Canter (EPIC) [Concord -stench m 154693 .925-822-9018 GE .925-887-6815 imt.nacdougallbpiobrolura.Oom P.O. Boz 5668 Eml ANPoMM6CGYBregE MICS 2 INNRERA: MATIMBIT, MM 8111@ TBH CO OF PITTS 19445 Concord, CA 94524 INSURED[, St. 7conale Electric, LLC IxEUncRa: ALLIm NORLD ABBDe DD DS PNC 19469 IMRIRfia C: ALLIED NORLD Ban ABHOR CO 10690 maMRRD: PO alone 200 MMnMRE: aNUseap; Sen Leandro, CA 94577 COVERAGES CFIITIFICATR NUMRPR-58924944 RA9rmnu M. Mo... THIS IS TO.CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDMDNS OF SUCH POLICIES. UNITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. Rm MEOP NaUMNCB NMI PoHCY m PoLICYFNF P EMP LIMITS A 2 EOMMEROLILOENERALWSYTY CLEMsMADE OCCUR 2 E OL5342018 04/01/20 04/01/21 EACH OCCURRENCE 3 1,000,000 6 500, DOC SEDEMP( 3 25,000 PEPBCNM.6AW D1JUR1' $ 1,000,000 DENLAOORMB,reuwR UMPM POLILY� LOC, GENER6LAOOREGATE S 2,000,000 PRWUCm-COYPpPAGO 52,000,000 $ O XER A AVTONOMIELVMLRY E E CA4773676 04/01/20 04/01/21 $ 2,000,000 E ANYAUTO BDDLV RUIRIYPecmall E ONMEDAVTUSONLY L}0 m B001LYINAIRY(WeWOaro s 3 E AUTOSONLY E AAUTOSOOMLY 3 BIIIMP6LAL i yR 03ID2673 04/01/20 06/01/21 FACIIOCCUiOEMCE a 10,000,000 E mmu CLA011-Ly�OE ADtlEW7E S 10,000,000 DED s a A tEOnloRSCOMPEt1aAlI0X Y)N Arm WRr.orPArla9MurY XYMlm 41nNE q❑ MIA E MCO23290334 04/01/20 06/01/21 E P OTN E1. FOGIIOCpOENT S 1,000,000 E.LRSEA EAEMPLOY a 1,000,000 murhAwIn MO wRRIO OFOPH :row, low EL 0GEA8E-MUCYIIMT I 51,000.000 C Pollution 03092664 06/01/20 06/01/21 AggragnG Linit 5,000,000 C Profeaaicmal Liability 03092664 04/01/20 06/01/21 Aggregate Licit S,000,0o0 DmO1®MOX OPOP6UlgYa TlnulpNe TVEMOLFJ (AWnOtM.1IaIEmaRewn4e BdnLkney6e NlMeC neenyeeP Y:epWtl1 Be; M Dob p19 -D963, ar*f£io BiQsMI Maintenance Seroina Agreement, City of Moaesad. Additional Insored(o), City of Rosmad its officials, as loysa ane agents. loran required by witten canttaut, additional ineuxed states with primary coverage epp11M to Geoerai Liability and Auto Liability and lost. of Sabrogation applies to Gastral Liability, Auto Liability and lmrkere• Compensation, ell as Per the attached endoremanta. 01988.2016 ACORD CORPORATION. All rights reserved. ACORD 23 (2016103) The ACORD name and logo an regWmd marks of ACORD norrisey8 1 58923844 SHOULD ANY OP THEABOVB OEBCMBED POLICES BE CANCELLED BEFORE City of Bosses" THE EXP4TATION DATE THEREOF, NOTICE WILL BE DELIVERED IN 1 ACCORDANCE W HH THE POUCY PR0V I810N3 8830r.COBPA 8838 8 yellW Blvd. aoeamaad, 91770 AYTXOP�DR@Pb6X7ATIVa I 10 01988.2016 ACORD CORPORATION. All rights reserved. ACORD 23 (2016103) The ACORD name and logo an regWmd marks of ACORD norrisey8 1 58923844 SCOPE OF MAINTENANCE SERVICES A-1 Propasat to the City: Presented by: Sb Fr4ncis, Electric 1420 Citrus St. Riverside;, CA 92507 "'Experience, Qua ft & Reliability,...'' Due by: May 30, 2019 @ 10:00 a.m. TABLE OF CONTENTS COVER LETTER.......................................................... I ... . INFORMATION / BACKGROUND ............................... SFE'S KEY PERSONNEL .................................................. SFE'S SUBCONTRACTORS ............................................ SFE'S QUALIFICATIONS................................................. PAST EXPERIENCE & REFERENCES .............................. SFE'S UNDERSTANDING SCOPE OF WORK ............... COST PROPOSAL SCHEDULE"A&B............................. rncT PPnPnCAI cruFni II F "r" APPENDIX LOCATIONS..............................................................................................................................................27 PROOFOF INSURANACE........................................................................................................................28 COMMUNITYINVOLVEMENT.................................................................................................................29 EQUIPMENT& RESOURCES.....................................................................................................................30 LITIGATION HISTORY, ACCEPTANCE OF CONDITIONS AND CLOSING..........................................31 Cover Letter May 15, 2019 Mr. Robert Chavez— Public Works Manager City of Rosemead 8838 East Valley Blvd Rosemead, CA 91770 RE: Traffic Signal Maintenance Services Dear Mr. Chavez, St. Francis Electric, LLC (herein after referred to as SFE) is pleased to respond to the Request for Proposal for Traffic Signal Maintenance Services to the City of Rosemead. SFE agrees to provide services outlined in the RFP in providing traffic signal routine and extraordinary maintenance. Our service shall significantly reduce the frequency of malfunction/operational complaints, and extend the useful life of the City's (43) traffic signals, (15) in -pavement flashing crosswalk lights, and (18) speed feedback signs for the City of Rosemead. SFE will maintain a 24-hour per day emergency response service (1-844- LIGHT88) to respond to emergency call -outs within (1) hour of notification. SFE is a California licensed and bonded Class "A -General Engineering" and "C-10 Electrical" contractor (CA license #1003811). SFE has a long history (Since 1946) of servicing California's transportation and electrical needs proving to be a beneficial resource when dealing with everyday maintenance and operations. Having a core business of traffic signal installation and maintenance, SFE has established itself as one of the top electrical service providers in California with satellite office locations in Riverside, San Leandro, Napa, Gilroy, and Rancho Cordova. SFE is the current Traffic Signal Maintenance contractor and has similar contracts in Southern California in the Cities of Huntington Park, Lancaster, South EI Monte, Corona, Rialto, Palm Springs & County of San Bernardino to name a few in this region.. In addition, the current project team has maintained the City of Rosemead continually for over 2 years. Our company currently has over 250 employees including a solid team of skilled IMSA certified traffic signal technicians, electricians, CA licensed traffic & civil engineers, project managers & project coordinators. We have also aligned ourselves with reputable subcontractors in this area such as: Sierra Pacific Electrical (new intersection builds/modifications & underground utility), Crosstown Electric (Communications, CCN & fiber optics) and Smithson Electric (Saw Cutting & Vehicle Loop Detector installation) in order to offer the best services from around the industry. SFE sets high standards in customer service with regards to safety, time & budget. We constantly monitor our staffs and subcontractors' service quality to satisfy our clients and ultimately lead to better & safer living for the citizens. We thank you for giving SFE the opportunity to present this proposal and look forward to retaining a working partnership with the City of Rosemead. Jill Petrie is the Project / Area Manager designated for the City of Rosemead (email — ioetrie2sfe-inc.com• phone 951-304-4903). This contract would be managed by the local office located at 1420 Citrus St, Riverside, CA 92507; phone (951) 304-4902. SFE agrees to the effect that this proposal will remain valid for a period of 61 days from May 15, 2019. SFE also acknowledges receipt of Addendum#1. Since ply, Guy 51nith - Vice President (Authorized individual to contractually bind St. Francis Electric, LLC.) 975 Carden Street, San Leandro, CA 94577 (510) 639-0639 Ext. 211 Office / (510) 639-4653 Fax guvC@sfe-inc.com / www.stfranciselectric.com St. Francis Electric I A and C-10 Licensed Contractor 11420 Citrus St. Riverside, CA 92507 stfranciselectric.com — Phone (951) 304-4903 — Fax (951) 274-0061— 24/7/365 Traffic Signal Service 1-(844)-LIGHT88 Information/Background St. Francis Electric Availability SFE understands the importance to maintain a functional traffic signal system for the City's public reception and safety concerns. SFE promises to make available for the City of Rosemead on a 365/24/7 basis to perform tasks and services under this contract. SFE as a company has an excellent reputation performing traffic signal maintenance contract work on time and on budget. We are confident that our existing clients are greatly satisfied with our services and will be providing the positive feedback and recommendations. St. Francis Electric History K The year was 1945, World War II had just ended and Lorenzo Spinardi was discharged from the Army Air Corps. Although he was born and raised on a tomato farm in Merced, California, he decided to settle down and make a go of it in the fast growing San Francisco Bay Area. He started as an electrician in San Jose, but Mr. Spinardi soon desired his independence. In 1946, Lorenzo founded St. Francis Electric while living in San Leandro, California. The company has remained in business since that time under ownership and direction of the Spinardi Family. In the early years, SFE offered wiring installation for homes in the numerous new housing tracts that were popping up all over the Bay Area. It quickly gained a reputation for honest, quality work at a fair price. By the late Fifties, In addition to its core business of tract homes, SFE was performing electrical work on commercial buildings and industrial facilities. Since the core management consisted of veteran airmen from the Second World War, it was inevitable that the company would soon be doing work at the local airports. Gradually this division expanded to outlying areas, including Nevada. In those years, SFE was one of the few electrical companies that specialized in this type of work. In 1972, Lorenzo's oldest son, Thomas, joined the company. Together with their father, they expanded the company's geographical client base and core service offerings. They successfully completed more complex jobs such as installation of underground utilities, traffic signals, and airport projects. In the mid -1980's, a decision was made to completely drop residential and commercial work, while devoting resources towards infrastructure development. This required a significant investment in equipment and a specialized trained workforce. Several of the employees from this period are still with the company. They represent some of the best skilled craftspeople in the industry. In the past 20 years, SFE has dedicated its goals to perfecting the art of infrastructure work which includes traffic signal maintenance and emergency response. This quest has involved taking on numerous and a variety of challenging projects. The company's performance on these projects has always been excellent. The level of expertise possessed by the personnel has risen to the highest standard in the industry, and the equipment fleet has grown to be one of the largest owned and operated by any contractor in the Bay Area. Thomas Spinardi retired in 2002, yet still participates In an advisory role on special projects. In 2003, management was restructured in order to expand the level of previous performance, Robert Spinardi became President, and promoted 3 long time employees to senior staff positions. Under new management team, SFE was able to increase the volume of work while maintaining the same quality, integrity, innovation, and service that defines its culture and personality. Today, SFE has over 250 employees and service clients throughout California and Nevada. St. Francis Electric I A and C-10 Licensed Contractor 11420 Citrus St. Riverside, CA 92507 stfranciselectric.com — Phone (951) 304-4903 — Fax (951) 274-0061— 24/7/365 Traffic Signal Service 1-(844)-LIGHT88 Negative History St. Francis Electric has NO negative history within the last five (5) years to report. Key Contact Information Local Contact Jill Petrie Project Manager St. Francis Electric, LLC 1420 Citrus St. Riverside, CA 92507 (951) 304-4903 Office (9S1) 203-4586 Mobile (951) 274-0061 Fax jpetrie@sfe-inc.com Headquarters Guy Smith Vice President St. Francis Electric, LLC 975 Carden St. San Leandro, CA 94577 (510) 639-0639 Office (510) 750-8271 Mobile (510) 639-9116 Fax guy@sfe-inc.com 24/7/365 Traffic Signal Telephone Service 1-(844)-LIGHT88 www.stfranciselectric.com Web-sitesocalmadmin@sfe-inc.com Email St. Francis Electric's Identification St. Francis Electric is a Limited Liability Corporation chartered under the State of California and incorporated in 1986. Headquarters is located at 975 Carden St, San Leandro, CA 94577 with many satellite offices located throughout California including Riverside. Our contractor's license number is 1003811 for A, C-10 classifications and expires 5/31/21. Our DIR# is 1000022208. Our City of Rosemead Business License number is 977362. The principals of the company are listed below: SC Francis Electric I A and C-10 Licensed Contractor 11420 Citrus St. Riverside, CA 92507 stfranciselectdc,com —Phone (951) 3D4-4903— Fax (951) 274-0061-24/7/36S Traffic Signal Service 1-(844)-LIGHT88 Staffing Resources SFE's Maintenance Division Management Team has extensive experience for more than 50 years in serving the governmental needs as well as in charge of municipalities' maintenance programs as government employees. Jill Petrie will be the Project Manager and Guy Smith will be the Management contact that is authorized to sign an agreement for St. Francis Electric. SFE's solid team of over 250+ employees strongly consists of IMSA certified traffic signal technicians, State Licensed Electricians, Master Electricians, CA licensed engineers, trained project managers, and project coordinators. Our Southern California Staff has worked with this City and many other Cities throughout California, completing this exact scope of services. SFE, while considering the opening of our Southern California office, had wanted to do this with the best possible customer service and experienced staff in mind. Through many many recommendations we found our now Southern California Area Manager Jill Petrie. Several of her then customers and staff have also chosen to follow her to SFE due to her outstanding work ethic, customer service, dedication, and knowledge of these specific types of traffic signal maintenance and response contracts. Throughout the years she and her staff have provided Maintenance & Response services for 100+ Cities throughout California to include Riverside, San Bernardino, Los Angeles, Orange, San Diego and Ventura Counties. She and her team take pride in not having lost a single contract due to any service related issues which speaks volumes for their service commitment. She has helped in the development of these Cities' specified traffic signal equipment, complete equipment inventories, street rename sign change out projects, LED retrofits, rehab modifications and ADA & infrastructure upgrade projects. She has assisted many Cities to develop their maintenance scope of work when it was needed in order to help with the longevity of equipment and safety of their citizens. This SFE Staff has been well embedded and invested in this area, its customers and this exact scope of work for decades. This office staff has focused on ways to relieve our Customer's pain points: Clear communications with City staff both internal and externally in the field, meeting with Citizens on the City's request to address their concerns, monitoring their existing maintenance/response budgets, helping with planning accordingly each fiscal year to assure that our Cities assets are not only serviced and protected but getting the attention they need including State Standard (MUTCD) upgrades. It is without doubt we feel this team is and has always been the right team for the City of Rosemead; we'll take pride in servicing and working alongside with the City and its staff. We believe customer service Is in fact return service, and our service is peace of mind knowing this team is there for the City of Rosemead. SFE Key Personnel Currently, SFE has over 250+ employees. The estimated proposed staff to provide services for this contract would be 25+ employees. The local staff support consists of 15+ employees and continues to grow rapidly. Corporate staff has also dedicated its staff (approximately 10+ employees) to support the Southern California operations which would include services provided for the City of Rosemead. SFE is an active union companyand is supported by the local unions in all areas which provides upon request certified IBEW journeyman electricians, traffic signal technicians, laborers, and apprentices for these classifications. SFE supports these unions and their apprenticeship programs in order to develop knowledge and growth which in turn provides jobs for our local communities in the traffic signal maintenance industry. Currently, SFE has many qualified IMSA candidates on file pursuing employment with SFE and we would be willing to bring these candidates on as needed or with our continued growth. St. Francis Electric I A and C-10 Licensed Contractor 11420 Citrus St. Riverside, CA 92507 stfranciselectric.com — Phone (951) 304-4903— Fax (9S 1) 274-0061-24/7/365 Traffic Signal Service 1-(844)-LIGHT88 Assigned Technicians/Key Team Members/Primary Personnel (Primary "oil hel)' " Technician IMSAteyel III-(Asslgtteu_T4u 1) - Andy Briones - Project Administrative Support (Primary Salvador Aguirre Traffic Signal Technician IMSA-. - Personnel) -Level II (Assigned Tech 2) - Gyysmith-Ma)ntenariceDlvisionManager/yP/CEO Canceplm-Traffic3igiaJ;TechnitianlMSgLevellfl -. (ManagemerR Contact) '• - - (Adijitionalas needed TeFhnician) - - AIlen Chen- Con sultantTran sportationEngineer Jose Sanchez- Traffic Signal Technician IMSA Level '11. - (Support) - (Additional as needed Technician) VanceAGon;ales-Cbrisultant ProjectManagerand Stephen Petrie TrafffcSlgna Sistrbetlight - 'SignaiTecVirtician(Support)'ecfSniclanfAddiuonaliXsneededTeciinician), organizational Chart SFE understands any request to replace consultant's key staff member will be submitted in writing to the City for review. Sabatler Aguirre .`rch2 IM=A levelLL Ae, iara i =rhnlrtan IMSA level ill Lane Alm i5,�5t L- rv_i.. INISAl""I'l Jose Sanchez T. ernvaa I..rSA Level 11 Stephen Paine i5/St �.imo,. I'SA111-]1 Summarized Resumes—(Information on additional SFE Staff available upon request) Jill is the assigned Project Manager and principal contact for the City of Rosemead. Her responsibilities include: quality of service, communications with the City, working with City inspectors, vendor communications and Proposal/Estimating. She is fully available to the City of Rosemead for repairs, upgrades, warranty exchanges, extraordinary work, city project planning, assisting City with Fiscal budgeting and contract execution. She has over 19 years of experience in the Traffic Signal, ITS, and Street Light industry working with numerous Government agencies and contractors. Jill has excellent relationships with manufacturers, contractors, municipalities, Regional Transportation Associations, and State Department of Transportations. Extensive experience in both technical and construction related aspects of the traffic signal and streetlight maintenance industry. Experienced in scheduling, St. Francis Electric I A and C-10 Licensed Contractor 11420 Citrus St. Riverside, CA 92507 stfranciselectric.com —Phone (951) 304-4903 —Fax (951) 274-0061— 24/7/365 Traffic Signal Service 1-(844)-LIGHT88 I coordinating field work, support calls and intersection turn -ons. Familiar with Caltrans Specifications and MUTCD requirements. Experience with estimating & take -offs of Traffic Signal Equipment. Extensive Best price purchasing and material negotiation with vendors. Assisting Agencies with LED retrofit projects, Infrastructure solutions and Public Safety Concerns. A vast exposure to all types of traffic signal gear, components and equipment to assist all agency needs including Signal Cabinets, Traffic signal standards, Controllers, Service Meters, Battery Backup systems, Emergency Vehicle Pre-Emption and Video Detection systems. Work Experience ➢ SoCal Area Manager / Project Manager — St. Francis Electric, LLC -2015 to Present ➢ Service Account Manager- Siemens Industry, Inc. - 2010 to 2015 ➢ Project Manager— Republic ITS -2O01to 2010 Jesus's responsibilities include: overseeing projects and technicians, as well as all Laboratory Testing. He is fully available to the City of Rosemead. He is a Master Electrician and has over 50 years of experience in the Traffic Signal Maintenance. He has worked in Cities that are similar in Scope of Work and size as the City of Rosemead. He is knowledgeable in all aspects of traffic signal maintenance and troubleshooting. Previously owned and managed a manufacturer of traffic signal components for 20 years. Originally designed and manufactured VMS signs. Has built all his own tools for troubleshooting controller cabinets and loop detectors. Proficient with TS1, TS2, and 332 Controller Cabinets. Proficient with Type 170 and NEMA Controllers, i.e. Eagle, Siemens, Traconex, 170 & 2070. Experienced with various Video Detection installations and maintenance. Proficient with troubleshooting loop detection. Familiar with CCN, Radar Speed Signs, and Crosswalks. Knowledgeable in maintenance and troubleshooting of Battery Backup Systems to include Alpha, Dimensions, Myers, and Tesco. IMSA Level I II and.11l Field Certified. State Certified General Electrician NEC (#129961). Work Experience ➢ Senior Traffic Signal Technician —St. Francis Electric LLC. —2017 to Present ➢ Senior Traffic Signal Technician — Econolite — 2002 to 2017 ➢ Traffic Signal Technician — PEEK / SMI — 2000 to 2001 Mechanical Maintenance — SCE San Onofre-1999 to 2000 ➢ Manufacturing/Quality Control Supervisor — IDC /USTraffic —1993 to 1999 Owner / President - Manufacturing Contractor —1982 to 1999 ➢ Production Supervisor —Traconex-1980to1990 ➢ Cabinet Wiring, Electronic Tech, Cabinet Test, Field Tech —Econolite-1973 to 1980 Salvador is assigned as a primary technician 1 for the City of Rosemead, His responsibilities include completing the preventative maintenance tasks as well as troubleshooting and repair. He has over 6 years of experience in traffic signal and street lighting maintenance service for major cities. He has worked in Cities that are similar in Scope of Work and size as the City of Rosemead. He has been a primary responder for many emergency calls such as traffic signal pole and cabinet knock downs and is very knowledgeable in trouble -shooting controllers and ITS equipment. 5+ years of NEMA & Non NEMA (332) controller cabinet programming/troubleshooting and repair. Knowledgeable with Eagle EPAC, BI -Tran Systems software. Experienced with traffic signal cabinet installation, maintenance & trouble shooting (NEMA TS -1 TS -2, P, M, and 332). Knowledgeable in Battery Backup Systems to include Alpha, Dimensions, Myers, and Tesco. Experienced with communications troubleshooting and Video Detection software and maintenance, specifically Iteris, Autoscope. He has also successfully completed his certification from URN Transportation for design, diagnostic and maintenance Level I & II, and signal timing. Aside from his electrical experience, Salvador is experienced in installing both street light and St. Francis Electric I A and C-10 Licensed Contractor 11420 Citrus St Riverside, CA 92507 stfranciselectdo.com —Phone (9511304-4903 —Fax (9 5 1) 274-0061 —24/7/365 Traffic Signal Service 1-(844)-LIGHT88 traffic signal foundations, conduit, pull boxes and concrete work. IMSA Work Zone Safety. Traffic signal technician/electrician with IMSA Traffic Signal Technician Level 11 Certifications. ➢ Traffic Signal Technician— St. Francis Electric -2015 to Present ➢ Traffic Signal Technician —Bear Electrical Solutions —2014 to 2015 ➢ Electrician— Peter Irving Electric— 2013 - 2014 Lance is assigned as a primary technician 2 for the City of Rosemead and is assigned to the Riverside County Area. He has over 11 years of experience in the Traffic Signal Maintenance. Skilled in all aspects of traffic signal and streetlight maintenance and troubleshooting. Proficient with TS1, TS2, Type 170 and NEMA Controllers. Video Detection installation and maintenance, specifically: Iteris, Autoscope. Experienced with installation and wiring of battery backup system and traffic signal controller cabinets. Experienced with communications troubleshooting. ATSI (Athens Technical Specialist, Inc.) CMU/MMU Testing Equipment Certified. Familiarity with Various different Solar and Hard wired Speed Feedback Systems for both installation and troubleshooting. Intersection inspection and Service Meter installation inspection turn -on support. IMSA Level I. 11, and III Field Certified. IMSA Work Zone Safety Certified. State Certified General Electrician NEC (#138598). Certified for Underground Service Alert (USA) mark outs. Work Experience ➢ Traffic Signal Technician — St. Francis Electric, LLC. - 2016 to Present ➢ Traffic Signal Technician— Siemens Industry, Inc. -2010 to 2016 ➢ Traffic Signal Technician —Republic ITS —2008 to 2010 Andy Is responsible for assisting with proposal estimates, monthly billing tasks, assisting City with Fiscal accounting and contract administrative/coordination tasks. He has over 12 years of experience in managing traffic signal maintenance, repair and construction contracts. Possesses strong written and oral skills when dealing with customers and professionals. Microsoft Office'"', SAP®, Salesforce'"' Proficient. Efficient in Government and City's Invoicing, and Billing. Provides forecasts and maintained project schedules & equipment. Technician, Fleet and Dispatch Support. Agency's liaison in scheduling and coordinating with Contractors and Vendors. Work Experience ➢ Service Coordinator — St. Francis Electric, LLC. -2015 to Present ➢ Service Coordinator— Siemens Industry, Inc -2010 to 2015 ➢ Service Coordinator— Republic ITS — 2007 to 2010 I#Iejandro Lara Traffic Signal T.eeHnTcian/El a trician (Avail; *if needed) —.Bucket Truck Alejandro's responsibilities include completing the preventative maintenance tasks as well as troubleshooting and repair. He has over 7 years of experience in traffic signal maintenance service. He has worked in Cities that are similar in Scope of Work and size as the City of Rosemead. Skilled in aspects of traffic signal, streetlight maintenance and troubleshooting. Working with CA DOT and Municipal Utilities. Experienced with traffic signal controller programming NEMA and 170. Experienced with traffic signal cabinet installation, maintenance & troubleshooting (NEMA TS -1, TS -2, P, M, and 332). Experienced in troubleshooting safety lights and internally illuminated street name signs. Experienced in troubleshooting vehicle loop detection. IMSA Traffic Signal Technician Level 1, 11, & III Field Certified. International Municipal Signal Association (IMSA) Work Zone Safety Certified. Metro Certified in Rail Safety. Work Experience ➢ Traffic Signal Technician —St. Francis Electric, LLC. —2016 to Present ➢ Traffic Signal Technician —Computer Service Company — 2014 to 2016 St. Francis Electric I A and C-10 Licensed Contractor 11420 Citrus St. Riverside, CA 92507 stfranciselectric.com — Phone (951) 304-4903— Fax (951) 274-0061— 24/7/365 Traffic signal Service 1-(844)-LIGHT88 ➢ Construction Wireman —CSI —2013 to 2014 Stephen is assigned to the Riverside County Area and has over 11 years of experience in the street lighting / traffic signal maintenance and on-call emergency response. Skilled in aspects of traffic signal, streetlight maintenance and troubleshooting. Working with CA DOT and Municipal Utilities. Experienced with TS1, TS2, Type 170 and NEMA Controllers. Experienced with installation and wiring of battery backup system and traffic signal controller cabinets. Knowledgeable of various different solar and hardwired Speed Feedback Systems for both installation and troubleshooting. International Municipal Signal Association (IMSA) Work Zone Safety Certified. IMSA Level 1 Roadway/Street lighting Field Certified. ATSI (Athens Technical Specialist, Inc.) CMU/MMU Testing Equipment Certified. Certified for Underground Service Alert (USA) mark outs. Work Experience ➢ Traffic Signal/Street Lighting Technician —St. Francis Electric, LLC.— 2016 to Present ➢ Traffic Signal/Street Lighting Technician— Siemens Industry, Inc. -2010 to 2016 ➢ Traffic Signal/Street Lighting Technician —Republic ITS— 2008 to 2010 Jose Senthei TSTechriicianJE,lectrieian (4uailabte if needed) 6uckef T%uck Jose has over 11 years of experience in the Traffic Signal Maintenance. Skilled in all aspects of traffic signal and streetlight maintenance, troubleshooting and construction. Proficient with TSl, T52, Type 170 and NEMA Controllers. Video Detection installation and maintenance, specifically: Iteris & Autoscope. Experienced with installation and wiring of battery backup system and traffic signal controller cabinets. Familiarity with Various different Solar and Hard wired Speed Feedback Systems for both installation and troubleshooting. Intersection inspection and Service Meter installation inspection turn -on support. IMSA Level I and II Field Certified. IMSA Work Zone Safety Certified. ATSI (Athens Technical Specialist, Inc.) CMU/MMU Testing Equipment Certified. Certified for Underground Service Alert (USA) mark outs. Work Experience ➢ Traffic Signal Technician— St. Francis Electric, LLC. — 2017 to Present ➢ Traffic Signal Technician —Siemens Industry, Inc - 2010 to 2014 ➢ Traffic Signal Technician/ Electrical Construction —Republic ITS —2006 to 2010; ➢ Groundsman/Laborer —Highlight Electric -2003 to 2004 Guy is responsible for the maintenance operations for all offices he also oversees all field and front office. Guy is available to the City of Rosemead to ensure contract satisfaction. He has over 20 years of experience in the Traffic Signal and Street Light business in maintenance, repairs, and modification for public agencies from the Bay Area through Central Valley. Guy has a reputation for providing excellent customer service and top notch technical knowledge when it comes to traffic signal and ITS. ➢ Chief Executive Officer, Vice President and Secretary of Company ➢ Authorized representative to sign agreements for SFE; ➢ Supervisor responsible for managing 250+ employees; ➢ Responsible for the management of all Maintenance and Construction projects and accounts. 10+ Years of multiple Video Detection installations, specifically: Iteris, Autoscope, Trafficon & Aldis; ➢ Knowledgeable with CCN installation, maintenance and troubleshooting; St. Francis Electric I A and C-10 Licensed Contactor 11420 Citrus St. Riverside, CA 92507 stfranciselectric.com — Phone (951) 304-4903 — Fax (951) 274-0061— 24/7/365 Traffic Signal Service 1-(844)-LIGHT88 Subcontractors „e,, v SFE will/may subcontract work within d the City using the subcontractors listed below. It it is found that additional�. ,. subcontractors are required, their d +tee information would be submitted to City '" -=,,r -y at that time. St. Francis Electric I A and C-10 Licensed Contractor 11420 CAMS St. Riverside, CA 97507 stfranciselectrlc.com — Phone (951) 3044903 — Fax (951) 274-0061— 24/7/365 Traffic Signal Service 1-(844)-LIGHT88 Statement of Qualifications SFE's Maintenance Division Management Team has extensive experience for more than 50 years in serving the governmental needs as well as in charge of municipalities' maintenance programs as government employees. SFE's solid team of over 250+ employees strongly consists of IMSA certified traffic signal technicians, State Licensed Electricians, Master Electricians, CA licensed engineers, trained project managers, and project coordinators. SFE Our maintenance division stands out over many due to our experience and providing exceptional customer service year after year. Working with municipalities is our primary focus. All SFE Employees have the same goal to focus an "be the best in this industry', not to be in every industry. We understand to last the test of time you must be the very best at what you do and prove it every day. Our owners have from day one always had their feet on the ground, in the field working side by side, standing with us strong, and leading by example. • SFE has been in the traffic signal industry for over 70 years and has built an outstanding reputation all over California for its work and services provided. • We have over 250+ employees throughout our offices and in the field, IMSA certified, NEC certified, VMS qualified, USA trained, Traffic Engineers on staff and Construction specialists dedicated to this industry alone. Our motto "Experience, Quality & Reliability..." is something we all stand by. • We strive to understand our customer's pain points, their needs and goals. We understand there can be many obstacles our customers may have to navigate and we are there to help them in any way possible. Our project managers/field staff make it a point to answer calls and emails responsively, we meet with our customers on a routine basis whether it be onsite or at their facility to have clear concise communications at all times. With this type of effort we can sustain from common issues that arise when there is a lack of communication. • We offer our customers an emailing option socalmadmin@sfe-inc.com during our normal business hours so that our Cities' will receive a rapid response from our in-house office staff. We inform our customers that a tech has been dispatched and also when a service request has been completed in the field by our technicians so that they are not left wondering if a problem has been addressed. • We have a live person dispatch service when calling our 24/7 Direct Line Teleservice every time you call in, and the service call is immediately dispatched to our on-call technicians. Our techs will follow up with a return phone call notifying the reporting party confirmation of receipt and our estimated time of arrival. All of our technicians have smartphones / tablets and / or laptops and can be reached at any time while performing services within the City. • We have built outstanding relationships with our suppliers over the past few decades giving us the advantage of outstanding pricing, expedited shipping and also making it so we have access to thousands of components that may not be the standard everyday part, and a tremendous amount of resources that we can rely on. • SFE continuously works with all of our customers on getting their warranty items repaired or replaced throughout the city even when they were not the original installer. We make every effort to handle and relieve our customers of this burden, while keeping the customer informed and up to date on the status. • We have In house test! ng/trai ni ng Lab in both our Southern California and Northern California facilities. St. Francis Electric I A and C-10 Licensed Contractor 11420 Citrus St. Riverside, CA 92507 stfranclselectric.com — Phone (951) 304-4903— Fax (951) 274-0061-24/7/365 Traffic Signal Service 1-(844)-LIGHT88 Technical Competence SIFE is proud to utilize Salesforce Project Tracking '' our computerized electronic maintenance and inventory ���rCe management system. This internet cloud -based website 82 e www.salesforce.com/products/service-cloud/overview represents what we believe to be the forefront of customer account management and maintenance tracking in our industry. The city's Salesforce Project Tracking 'M account will include a complete list of all of City of Rosemead's intersections, equipment inventory, a log of repair and replacement parts, and records of all routine and emergency calls received for the City. Once the technician has received a notification of a service request, he/she will respond and arrive on site within one (1) hours, making the proper repair work, and report the incident via online real time Salesforce' on their mobile tablets. Reporting for routine maintenance activities is handled the same way. The information handled by Salesforce'" includes: • Service Request Management and Scheduling, including time stamping and dispatching. • Scheduled Maintenance Management and Scheduling. Location details of technicians and start work/end work times in the case of Emergency call - outs. • Intersection Details, inventories of equipment, maps, CAD drawing, timing sheets, etc. • Report Generation: including invoices, material use, etc. Inventory control, including real-time tracking of available and installed equipment. Information available to view or download through the Customer Portal, which includes: • Real-time status of Scheduled Maintenance and Service Request calls. Real-time Intersection Inventories. Real-time Equipment Inventories. • Intersection maintenance histories, maps, CAD drawings, digital photographs. • Account information, such as contacts and billing Essential key functions of this online database are made available to the Public Works Director and staff, all Traffic Engineers and authorized agent(s) to monitor maintenance, service call history, and review all activities performed by SFE technicians working within the City. Salesforce'" Customer Portal dryof Rosemead-Tra0k Slgne1 MalnfmarC* 60r ea �.raam i rwmm i mrm i rmm � mems i mamma , imw�au � em � m®amn• . e..•wm.mde asys , .ena,: Qw�r� nwam mA,Ms.umw. - `Ku Information that is associated with each service call will be documented as follows: Call to Dispatch Center or Office is logged as to time and location of request. Dispatch time is noted as well as Technician name that is dispatched Arrival time to site of call for service. Technician notes of problem(s) discovered, and process to repair. St. Francis Electric I A and c-10 ncensed Contractor 11420 Citrus St. Riverside, CA 92507 stfra nciselectdc.com — Phone (951) 3044903 — Fax (951) 2740061— 24/7/365 Traffic Signal Service 1-(844)-UGHT8g • Any notes of other circumstances seen by the technician will also be captured. • Resolution of problems and equipment used or replaced to remedy the location will be noted. • Technician completion of service call will be noted. All SFE work done under this maintenance contract will be verified and available to the City of Rosemead through this online Salesforce Project Tracking 'a{ tool SAMPLE OF CITY OF ROSEMEAD'S MONTHLY ACTIVITY REPORT <,,. W .W<,MImN„Y�N,na.N.mD,.W:YnIYwf GPS D.rKWmYm mW CMEM WYMF#1ULIA Immam•AW wesul Ys 41g• fvD� >�R _ _ VM FW W!TIY .YmYtlTM . ' W{•nN xAYwsvF Rt/Yldf. ylI RY WY naW � N.. VYMINIIfW wi MNYfA Yfn VfnYMnr 1 WW VWIYNW. `W TmY Pµln - r.YYi1pa Ts' Ym{. � 41NNYu:m u � .�wPlirdYfgl�f(re+YQ �. w+ati"ieva..w:mn'oaws`WD`pua.a - - ��m nmu.uow {PY roawNl Mw. xaNfxcmm.YNmrw. vf.nouum is mm .. nmol. .... .., ...._. , ,.-. ... _... W,6M�:WmY YxwMemW®YMP�{rl ' � feptlkmatAW Y(/ N2.,•C fPM MMXIF rMY � WRr NM1MLIY[[WP W1r.Y[DUW [ KKlvl i NW mwcrrrwm Bela uRlmD. � W�IY.mrm Ym faDY+ MRM Knun ��� nr �w .u.Ya Wm wrm.�.K� oeu..Y.yvmaDYviP.�.l as ,eYM4ynranlin ,U �KKLMN YM � � � � n. veMWYYOIT wnN11HW IVYY/Ilxr¢[' Y pm vxMMWu. xW LMeWY M:u u> suW uMwfrwY , aFf(al uNp: hNa - LtiltDl9 Y:lf DS 53W IrJrM mi IerwYe R6NYnrYlwxKrW NiYin' I,n tW K WOGY NW tome Wnluvnwxuunbur.0 sew v XI6 Wn.auRrt Yrw nour.m,Y GPS Navigation System SIFE uses Teletrac Navman DIRECTOR to track our workforce and fleet. Teletrac ■ Navman's DIRECTOR fleet management platform organizes daily workflow management to help managers effectively respond to customer requests. Its instant visibility map feature allows users to view all drivers and vehicles in real-time to pinpoint exact locations to dispatch the best routes. When a customer calls for an ETA or last-minute status update, SIFE can accurately answer inquires based on location within seconds. St. Francis Electric I A and C-10 Licensed Contractor 11420 CRrus St. Riverside, CA 92507 stfranciselectrincorn —Phone (951) 304-4903— Fax (951) 274-0061-24/7/365 Traffic Slgnal Service 1-(844)-LIGHT88 Safety Measures Safety is the top priority within SFE. In order to operate as a larger general electrical contractor, SFE has developed a culture to always pay extra attention with regard to safety. With our designated safety officer and safety team constantly going from job to job, SFE promises to plan and conduct the work in a manner that will safeguard all persons from injury in accordance with CAL OSHA regulations and shall take precautions required by all other applicable governmental regulations. In order to ensure good quality from SFE staff, we believe in proper foresight and preparation. We train our technicians to IMSA, OSHA, State specific requirements, Caltrans specs, and Vendor Specific standards. We supply the "right tools" for the job, from hand tools to heavy equipment. Once the proper tools and training are supplied, we can then progressively inspect and ensure proper production and quality levels are met. We regularly and randomly inspect our technician's quality and thoroughness. We strive to "see things" from our customers perspective. When performing maintenance on Traffic Signals and Street Lights, we believe that the efforts we put into the quality of our service prolongs the life and efficiency of the components, and The City of Rosemead's confidence in our work. SFE's Senior Management is fully committed to addressing the safety of today and beyond. We have established aggressive goals and have adopted a zero tolerance regarding safety compliance. Our focus on a Safer tomorrow is paramount, to our future. The success of reaching our goals rests on the shoulders of each and every employee at SFE. With their knowledge, by their preparations, and through their practices, we can achieve these goals. We have identified a number of actions and our efforts are doubled with regard to safety awareness. Since 2012, SFE has not received an OSHA citation. In addition, the renewed efforts are already being shown in Our Experience Modification Rate. Training Programs SFE has several training programs we use for our employee's to insure the highest quality, with the most up to date knowledge and training. We also review the latest maintenance procedures and suggestions from the industry, the industry periodicals and NECA, IMSA seminars, so that SFE can maintain our service capability to the latest industry guidelines. We work with our Local Unions who have an Apprenticeship and Training programs for Technical Application/Training, First Aid and also OSHA Safety. Many of our staff are trainers in these programs and have the opportunity to instruct and mentorthe electricians in the industry. In -House SFE has many employee's that have been in this industry for 40+ years, these Journeymen / Foremen / Mentors /Area Leads help to train, develop and grow our team with real life exposure and situations both in the field and at our in -shop training lab. We work with all of our field staff and project managers to help them to acquire and maintain IMSA certified training and the State Certified National Electrical Certification. St. Francis Electric I A and C-10 Licensed contractor 11420 Citrus St. Riverside, CA 92507 stfranciselectric.com — Phone (951) 304-4903 — Fax (951) 274-0061-24/7/365 Traffic Signal Service 1-(844)-LIGHT88 r ��yy ��TT 1Vl',C :s {bvftvw We feel the attainment of these types of certifications is a means for individuals to indicate to the general public, coworkers, agencies, and others that an impartial, nationally -recognized organization has determined that they are qualified to perform specific technical tasks by virtue of their technical knowledge and experiences. Certification also bestows a sense of achievement upon the certified individual since it reflects professional advancement in a chosen field. We encourage all of our Technicians to be certified in Work Zone Safety, TS Level I, II and III and Roadway Lighting Levels I, & II. We employ several employeeswho have gone beyond these certifications. IMSA currently offers certification in the following fields: Electronics in Traffic Signals Flagging and Basic Traffic Control Roadway Lighting Traffic Signals Work Zone Traffic Control Safety Fiber Optics for ITS Microprocessors in Traffic Signals Signs and Markings Traffic Signal Inspector SFE Technicians and Project managers also receive specialized training from METRO. The Los Angeles County Metropolitan Transportation Authority (METRO) has developed a comprehensive program in the areas of signal operation and maintenance to upgrade the skills of local traffic engineers and signal maintenance personnel. The programs include: include Bi -Trans 200 /233, NEMA controllers and video detection, Type 170 hardware and troubleshooting and introductions to 2070 traffic control systems. We have been trained and certified in several of these classes and also continue to take refresher courses to stay up to date on all industry changes. We encourage our staff to attend these classes and make available time to attend these trainings as needed. St. Francis Electric I A and C-10 Licensed Contractor 11420 Cdrus St. Riverside, CA 92507 st`ranciselectric.com —Phone (951) 304-4903— Fax (951) 274-0061— 24/7/365 Traffic Signal Service 1-(844)-LIGHT88 Experience It is always the goal of SFE to hone our service around a City's needs. We understand that throughout the term of a contract of this type, those needs may change. We approach all of our contracts with the same vision; build a partnership with the City's staff and work towards achieving common goals set forth through that partnership. We realize that this is an ever evolving process and that is why we believe that the only successful 'route is through establishing these common goals. SFE's account management team as well as our field staff will work closely with the City in order to make sure that all of your requests are being effectively addressed. We make every effort to ensure that the City's staff is always aware of issues that are in need of attention. SFE has been conducting business for 72 years and including 5 years of experience in providing the required Scope of Services for public clients and has established strong working relationships with clients as well as vendors and manufacturers. SFE has been extremely successful in retaining & acquiring traffic signal maintenance and response contracts due to our customer service and reputation; this is largely due to our desire to offer the best possible customer service. SFE staff has an exemplary customer service track -record highlighted by our well-qualified field personnel, knowledgeable customer service representatives, and our accounting department with on time monthly invoicing and reports. We understand what is required to maintain a community's electrical infrastructure and exceed our customer's expectations. Our Southern Californian staff has an overwhelming combined Traffic signal maintenance response team experience for this exact scope of work of 50 years. It is from this experience that we have grown to understand that Cities such as the City of Rosemead isn't just looking for a contractor, they want a partner that they can trust has their best interest in mind. With SFE's work ethics we intend to gain that trust and not ever lose it. SFE will assign the appropriate number of skilled traffic signal technicians to this contract as necessary to provide routine "Preventive Maintenance" to each traffic signal once every two months, as described in the Request for Proposal documents. We will also provide a 24-hour call service for knock -downs and emergencies. SFE will have available and readily available qualified personnel which will meet or exceed the following qualifications: • At least two Level Three technician with certification by the International Municipal Signal Association (IMSA) with at least three (3) years' experience in traffic signal repairs. • One Level Two technician with certification by the International Municipal Signal Association (IMSA) with at least three (3) years' experience in traffic signal repairs. • Familiarity with programming and repair of all traffic signal controllers. • Proficient in programming of conflict monitors (CMU) and malfunction management units (MMU). • Familiarity with basic traffic signal timing principals. • Proficient with Iteris & Econolite (or like) video detection systems. • Familiarity with hardwire and wireless communications technology including troubleshooting, installation and adjustment of external and internal modems. • Familiarity with various battery backup systems to include installation, programming and testing procedures, and maintenance. • Ability to perform cabinet modifications and up -grades as required by the City. • Technician(s) will be available by phone 24 -hours a day by calling 1-(844) LIGHT88. St. Francis Electric I A and C-10 Licensed Contractor 11420 Citrus St. Riverside, CA 92507 stfranciselectric.com — Phone (951) 304-4903 — Fax (951) 274-0061— 24/7/365 Traffic Signal Service 1-(844)-LIGHT88 Past Experience / References St. Francis Electric has established a reputation of quality service with our Southern California team. The field and office staff has provided maintenance/response services to public agencies for over two decades and continue to build strong relationships with new clients. We understand the value of our clients as well as their demands all while keeping the citizens' safety in mind. Agency Contact Name Phone Services Performed Year ! Duration City of Beaumont Martin Gutierrez (951) 769-8520 Traffic Signal Maintenance & Response Services 2016/2-yr+1 City of Corona Gabe (951) 279 3709 Traffic Signal Maintenance & - 2019/2 yr -Hernandez- Response Services City of Grand - Alan French. (909)824-6621 " Traffic Signal Maintenance & -. 201713-yr+1+1 Terrace Response Services City of Loma Linda Dave Lofton (909) 478-4269 Traffic Signal Maintenance & Response Services 2018/1-yr+1+1+1 "City of Palm Desert Robert - (760) 346-0611 On -Call Traffic SighaLResponse 2017/2 -yr Becerra Services City of Palm Marcus Fuller (760) 323-8202 Traffic Signal and Traffic Management Maintenance & 2016/3-yr+1+1 Springs Res once Services City of Rialto ' Azzom (909)'820-2525 Traffic Signal Maintenance & 2016/1 yr+1+1 Jabsheh Response Services City of Rosemead Jimmy Limon (626) 644-1287 Traffic Signal Maintenance & 2017/2-yr+2 Response Services County of SanJeremy (909) 387-8192 Traffic�SignalMaintetance& - 2017/2 -yr Bernardino Johnson ResponseServlces City of South EI Rene Salas (626) 579-6540 Traffic Signal Maintenance & 2018/2-yr+3 Monte Response Services - City of Temecula Jeff 'Beardsheot. (951) 760-9409 -On-C.allTrafficSignglResponse 2016/4-yr+1 :Services City of Yorba Linda Armando Jaime (714) 961-7170 Traffic Signal Maintenance & Response Services 2016/3-r+2+2 y Client Testimonials "SFE always goes above and beyond whenever we need anything... " — Jeff Beardshear, City of Temecula '4 would like to extend my appreciation to your team in maintaining the remaining budget..." — Azzam Jabsheh, City of Rialto % also want to thank your team for your rapid response to this incident. That was impressive and much appreciated."— Staid Schafer, City of Palm Springs St. Francis Electric I A and C-10 Licensed Contractor 11420 Citrus St. Riverside, CA 92507 stfranciselectric.conn— Phone (951) 304-4903 —Fax (951) 274-0061— 24/7/365 Traffic Signal Service 1-(844)-uGHT88 EXHIBIT B SCHEDULE OF MAINTENANCE SERVICES m Understanding of Scope of Work and Work Proposal SFE's Technical and Management approach is to provide a thorough maintenance program for all of the City's Traffic Signals, Speed Feedback signs and In -Roadway Crossings. In order to do this we know it is imperative to not only understand the scope of services requested but to also allow our field technicians the time required to perform these tasks. In order to provide the best service possible we have hired an experienced staff and have listened to what they feel is providing Platinum services. Having heard what has caused constraints in the past from both Field Technicians and Management it all comes back to time spent, if they had just a bit more time. At SFE we found if we focus on the services provided and not so much the time spent, our customers become partners who trust us and are undeniably satisfied with the services they are paying for, and our technicians and management are able to provide a service that give them pride and enjoyment in what they do. Our Understanding Scope of Services St. Francis Electric (SFE) agrees to provide routine preventative maintenance, prompt scheduled repairs, and emergency response to the City's traffic signals, traffic signal equipment, safety street lights, flashing beacons, speed feedback signs and other related equipment by duly trained and qualified personnel. SFE also agrees to perform Underground Service Alert (USA) at the direction of the City. It is understood that all preventative maintenance scope and USA's will be billed at an established flat r rate as we proposed in Schedule A, with additional scheduled repair services and emergency response services for personnel, vehicle, and equipment in accordance with the Cost proposal, Schedule B and C as we proposed in this proposal. SFE understands that an inability to provide routine preventive maintenance to each traffic signal, safety street lights, or flashing beacons may cause the Contractor to be subject to liquidated damages. SFE agrees to provide and maintain emergency service response of the City's traffic signals, safety street lights, and flashing beacons on a twenty-four (24) hour a day, seven (7) days per week basis, including all holidays. SFE understands that all vehicle(s) to be used by the technicians shall be equipped with a permanently mounted arrow board; warning beacon/strobe lights; traffic cones; construction warning signs; a hydraulic bucket capable of reaching a height of at least twenty-eight (28) feet from the roadway surface; necessary computer laptop for programming, maintenance and testing of traffic signal controllers and various equipment; and communications equipment for dispatch. In addition, all SFE's employees will be equipped with a mobile computer or tablet with 4G LTE access and a cellular phone capable of numeric and text messages with vibration alert. All SFE required equipment shall be properly maintained and functional twenty-four (24) hours a day, seven (7) days a week, including holidays. SFE agrees to possess, and have readily available in functioning order, all required tools, equipment, apparatus, facilities, and materials needed to perform all work necessary to maintain and repair the traffic signals, safety street lights, and flashing beacons in the City, in compliance with current Caltrans and County of Los Angeles standards and specifications. All excess materials and equipment in the SFE's inventory shall be SFE's property and responsibility until such materials or equipment is used or installed in the City. SFE agrees to furnish temporary beacons and other (portable) replacement equipment for non- operational traffic signals. Any SFE furnished temporary spare equipment shall be equivalent to the component being replaced in manufacturer, make and model. SFE agrees to provide traffic control/lane St. Francis Electric I A and C-10 Licensed Contractor 11420 Citrus St. Riverside, CA 92507 stfranciselectrlc.com —Phone (951) 304-0903—Fax (951) 274-0061-24/7/365 Traffic Signal service 1-(844)-LIGHT88 closures that conform to the most current edition of the Federal Highway Administration (FHWA) — California Manual on Uniform Traffic Control Devices (CA MUTCD). SFE agrees to cooperate with the City in recalibrating traffic signal coordination timing and progression only upon the direction or advance written approval of the City. Otherwise, SFE will not change the traffic signal timing. During emergency conditions, SFE agrees to assure full cooperation with the City and those employees of the City and other agencies as indicated. It is understood that SFE shall not represent the City in matters of policy or procedures under this contract. SFE shall not make any reference to City policy or procedures, and shall refer all questions or inquiries from the public regarding policy and procedures, or terms and conditions of this contract to the City. SFE agrees to maintain any additional traffic signals, lighted crosswalks, and appurtenant devices as they are installed, or become a part of the maintenance requirements to the City. At SFE, we understand the importance for the City of Rosemead to provide quality service to its residents; therefore we are here to do just that. Our focus is to provide the City with high quality, cost effective, trouble free, and innovative maintenance. WORK PROPOSAL SFE's maintenance team intends to approach this maintenance contract with an honest mentality and to provide the best customer service experience for the City of Rosemead and its citizens. SFE understands that, as a maintenance contractor, we represent the City while working on its streets. Many of our team members have worked for municipalities; therefore, we always thrive to provide responsive and innovative services to our clients. We will proactively communicate with the City officials to inform issues encountered during the contract period for work performed and we want to accomplish all the services described in this RFP as directed as the following: A. Maintenance Requirements Preventative Maintenance Traffic Signalized Intersections SFE proposes to perform a routine, comprehensive preventive maintenance program designed to minimize the incidence of outages and malfunction; reduce complaints; and extend the useful life of the traffic signal equipment. SFE will furnish and use a preventive maintenance checklist form approved by — the City and provide one electronic copy of the maintenance checklist to the City following each inspection, to maintain a copy of the checklist in the traffic signal controller cabinet, and to maintain a copy of the maintenance checklist at the Contractor's office of records. SFE proposes to perform Monthly Inspection as following: Routine Maintenance (Performed Monthly) - Preventive Maintenance (PM) Checklist Form: maintain a copy of the Preventive Maintenance Checklist Form approved by the City at each traffic signal. The PM Checklist Form will be completely filled out during each maintenance inspection and during any time repairs are made to the traffic signal controller or any related equipment in the controller cabinet or the signal equipment at the intersection (detector loops, pedestrian heads, signal heads, lenses, lamps and signal poles, etc.). - Intersection Records: Ensure that all intersection cabinet wiring diagrams are present and up to date. - Verify timing charts to controllers. If they are not correct contact City staff to verify differences and request update timing chart. St. Francis Electric I A and C-10 Licensed Contractor 11420 Citrus SG Riverside, CA 92507 stfanc selectric.com — Phone (951) 304-4903 — Fax (951) 274-0061— 24/7/365 Traffic Signal Service 1-(844)-LIGHT88 Controller Cabinet Mounting: Check the snugness of the nuts on the traffic signal cabinet anchor bolts, tighten, if necessary, being sure not to distort the cabinet door opening by over tightening. Controller Cabinet Foundation Seal: If standing water or evidence of water is present inside the bottom of the cabinet, check the seal. between the bottoms of the foundation for deterioration, and reseal the cabinet foundation as necessary with duct seal. Door Gaskets: Check all door gaskets on the controller cabinet, service cabinet and any other enclosures for evidence of moisture or deterioration. Report the need to completely replace any gaskets showing signs of leaking or deterioration. Cabinet Vents: Check the vents in both the cabinet door and above the door, or at the top of the cabinet to ensure that they are free of any foreign material. Air Filter: Vacuum, replace or knock out any dust accumulated in air filters. Take appropriate action based on the condition of the filter. Cabinet Fan: Verify that cabinet fan(s) operate properly with a minimum of noise. Thermostat: Verify that the cabinet fan thermostat is set at 96 degrees and operational. Interior Light: Verify the proper operation of the cabinet's interior light. Door Panel Harnesses: Check the harnesses leading from the main panel and auxiliary panels on the cabinet door to ensure they are not being pinched and do not bind against the cabinet door. Adjust, if necessary. Hinges and Locks: Check for free movement of all doors, latching assemblies and locks on the controller cabinet, service cabinet and any other enclosures. Use a minimum of oil or spray lubricant and remove any excess. Vacuum Cabinet: Blow or brush off shelves, terminal blocks and components and thoroughly vacuum the interior of the cabinet. Insect or Rodent Infestation: Check for signs of ants, wasps or other insects or rodents within the cabinet, Check duct seal on conduits for proper fit and snugness . Use appropriate insect traps or powders if any positive findings are discovered. More serious problems shall be reported to the City. Cabinet Grounding: Using appropriate equipment, check annually the resistance between AC and ground. Service Connections: Verify the neutral, ground and power connections are secure in the controller and service cabinets. Routine Maintenance (Performed Monthly) cont... - Plug -In Components: Check that each plug-in component (rack mount detectors, relays, load switches, etc.) fits tightly and securely. - Ground Fault Receptacle: Verify the proper operation of 'Test" and "Reset" buttons on GFCI type outlets. - Controller Operation: Manually place vehicle and pedestrian calls on each phase through the cabinet test switches or the controller keypad, to verify controller servicing of each active phase. Check controller logs for any faults that have occurred and make note for the file. Confirm controller time and dates are correct. (Especially after day light savings time change). - Conflict Monitor/Malfunction Management Unit: Verify time and dates are correct in any CMU/MMU with an internal clock. - Detector Operation (inductive loops): Verify the detection zones for each detector by observing the turn -on of the appropriate detection indicator as a vehicle passes over the detector loop(s). Check also that a call is placed on the correct controller phase. 5t. Francis Electric I A and C-30 Licensed Contractor 11420 Citrus St. Riverside, CA 92507 stfrandselectriccom —Phone (951) 304-4903 — Fax (951) 274-0061— 24/7/365 Traffic Signal Service 1-(844)-1_IGHT88 equipment at the intersection (detector loops, pedestrian heads, signal heads, lenses, lamps and signal poles, etc.). SFE will maintain the printout of the signal control database if currently present and understands it is to be kept in each controller cabinet. Timing changes shall be indicated on the printout. Only the City's representative shall authorize timing changes except that the Contractor may make changes required on a temporary basis due to maintenance operations or to maintain a satisfactory signal operation when there is a detection failure. d. Monthly Activity Report SFE will provide a computerized monthly activity report to the City by the fifteenth (15th) working day of each month for the previous month's activities. The report shall be provided both as a printout and as a Microsoft Excel Spreadsheet compatible computer file transmitted by e-mail and attached to the monthly invoice. The monthly activity report will include the followings: 1. Preventive Maintenance: Time and date the preventive maintenance was performed. 2. Scheduled Repairs: A complete record of all work that was performed on the traffic signal equipment during the previous month including the date and time, make, model, and serial number of any major components or other equipment that was newly installed at each intersection. 3. Emergency Response Work: Time the service calls were received, time arrived at the intersection, the response time, nature of the problem, the number of hours spent for each repair, materials used, whether the activity is related to accident or vandalism, and a special listing of intersections with three or more calls in one month. e. Responses and Service SFE will provide response and service on a twenty-four (24) hour, seven (7) day per week basis. Immediate action will be taken to safeguard the public any time a signal installation becomes parity or totally inoperative from any cause whatsoever. SFE will provide the City with a contact name and phone number of personnel responsible for 2417 services. SFE understands that the maximum response times shall be as follows: 1. Emergency and accident maintenance— one (1) hour 2. Replacement of burned out signal faces —two (2) hours 3. All other signal maintenance—twenty-four (24) hours 4. Safety Lighting—twenty-four (24) hours 5. Illuminated Street Name Signs —forty-eight (48) hours SFE understands that Signals on flash, signal blackout not caused by a power outage, and any malfunction of pedestrian signals shall constitute an emergency. The City may extend the maximum response time for maintenance on a case-by-case basis if the signal remains operational in a satisfactory manner and the condition poses no immediate hazard to the public. Failure to meet the response time requirements by the Contractor shall be sufficient cause for the City to authorize maintenance to be completed by others and deduct the costs of said maintenance from payments due to the Contractor. Repetitive failure shall be deemed sufficient cause for the City to terminate the contract. and agrees to perform work and remaining requirements as listed in this section of RFP. f. Signal Shut Down, and Signal on Flash SFE shall immediately notify the City's Public Works Department, Rosemead to County Sheriff Department, and Fire Department of any signal turn-offs or signal on Flash necessitated by their operation. Signal shut down of any duration and signal on flash operation in excess of fifteen (15) minutes must be first authorized by the Public Works Department. St. Francis Electric I A and C-10 licensed Contractor 11420 Citrus St. Riverside, CA 92507 strranciselectticcom — Phone (951) 304-4903 — Fax (951) 274-0061-24/7/365 Traffic Signal Service 1-(844)-L1GHT88 Routine Maintenance (Performed Monthly) cont... Detector Operation (video detection): Verify camera operation by monitoring the vehicle call on the video controller unit. Also, verify the calls going to the detector call page in the controller. Equipment Displays and Indicators: Verify that all LED and LCD displays and indications on all cabinet equipment are working properly. Battery Backup System: (If. Equipped) Check battery backup display for AC IN, UPS OUTPUT, and INVERTER indications. All should be on when utility power is supplied to the cabinet. Make note if either is out of range. Keep records of events recorded and total battery run time between maintenance checks to help indicate problem intersections. Check all battery connections to ensure they are clean and secure. Labor and material costs to replace malfunctioning units or parts will be paid in addition to the established flat pm rate fee per intersection. Intersection Walk -Around (included as a part of Routine Maintenance): General: Remove any easily removable, unauthorized signs, stickers and posters and note any graffiti existing on signal poles or equipment. Notify City of any graffiti observed on traffic signal equipment. Signal Heads: Verify that all vehicle and pedestrian heads properly display all indications and the signals are not damaged. Verify the alignment of all heads to the intended direction. Verify that all back plates, visors and doors are visibly secure. Report any landscaping that restricts the view of signal heads to the City (Signal heads should be visible from 250 feet). Labor and material costs to replace malfunctioning displays with ITE approved LED units will be paid in addition to the established flat pm rate fee per intersection. Pedestrian Equipment: Check all pedestrian push buttons (and bicycle push buttons where provided) and signals by hand to ensure that they are securely mounted and operating properly. Replace damaged or malfunctioning buttons with larger size 2" ADA type buttons as necessary. Labor and material costs to replace malfunctioning buttons will be paid in addition to the established flat pm rate fee per intersection. Internally illuminated street name signs (IISNS) or Reflectorized Street Name Signs (RSNS): Verify that the IISNS or RSNS is adequately connected to frame, clamp and brackets, and no panel is broken or missing. Labor and material costs to replace damaged parts will be paid in addition to the established flat pm rate fee per intersection. - Safety Lighting (Night Check): Conduct nighttime check of safety lights, and illuminated street name signs at signalized intersections where such devices exist. Submit to the City for approval a report listing necessary repairs with cost estimates. Labor and material costs to replace damaged parts will be paid in addition to the established flat pm rate fee per intersection. - Miscellaneous: Check all detector loops for sealant deterioration, exposed wire, etc. Labor and material costs to reseal or replace loops will be paid in addition to the established flat pm rate fee per intersection. Semi -Annual (Twice yearly) In addition to the Monthly preventative maintenance services above - Air Filter: Replace air filters for Traffic Cabinet, Service Cabinet and if equipped Battery Backup Cabinet every 6 months. - Electrical service: (type II or Type III pedestal) customer section of electrical service shall be thoroughly cleaned and documented on the cabinet log book to date and time of cleaning Annual (Yearly) In addition to the Monthly & Semi -Annual preventative maintenance services above - Annual Conflict Monitor Testing: Replace conflict monitor units and malfunction monitor units (CMU's, MMU's) with a spare unit and testing and certification. Printed certifications meeting industry standards shall be provided to the City for each monitor unit. Labor and material costs to repair or replace failed or obsolete units will be paid in addition to the established flat pm rate fee per intersection. St. Francis Electric I A and C-10 Licensed Contractor 11420 Citrus St. Riverside, C4 92507 stfranciselectrlc.com —Phone (951) 304-4903— Fax (951) 274-0061-24/7/36S Traffic Signal Service 1{844)-1_IGHT88 Preventive Maintenance Flashing Beacons, Flashing Crosswalks, and Speed Feedback Signs The maintenance of flashing beacons, flashing crosswalks, and speed feedback signs will be conducted on a Bi -monthly basis. Routine Maintenance (Bi -Monthly) The maintenance and inspection of flashing beacons, flashing crosswalks, and electronic speed feedback signs shall include, but not limited to: Clean cabinet inside and outside, wipe down all lenses, displays and remove any foreign material. Check power supply voltage, Check Batteries, solar equipment/chargers, voltage regulators and verify operations. Check settings for on/off timing, flashing rate, flashing duration, and time of day. Maintain all digital time clocks to National Bureau of standards time. Observe each pole, head, traffic control sign, etc., and remove foreign material. Special attention shall be given to update Holidays, Daylight Savings Time, and shut -down periods. Replace damaged or malfunctioning lamps, LED indications, in -road warning lights (IRWL), detection bollards, and pressure pads meeting manufacturer's specifications with prior approval by the Director of Public Works or their designee. All repairs and replacements shall be authorized by City prior to performing; Labor and material costs shall be submitted to the City for Authorization. Extraordinary Maintenance/Emergency Response/Extra Work Repairing downed signal heads, poles, damaged controller and cabinet, damaged internally illuminated street name signs, and damaged inductive loops, sensing elements, pedestrian push buttons, pedestrian signal heads, wiring, audio devices, and other operational equipment related issues. Providing assistance to the City during special events and/or support during City construction projects as necessary to implement revised traffic signal timing and phasing for changed traffic condition&. Traffic Signal and Pedestrian Signal Indications: Replace or repair standard traffic signals (red, yellow, green & Arrows) and pedestrian signal display units as they malfunction upon authorization from the City. All traffic signal _. and pedestrian indications shall be ITE approved LED units only. Emergency work includes, but is not limited to the following: Respond within one (1) hours after City's notice of the following events: 1. Any signal controller malfunction. 2. Bumed-out Signal Indications. 3. Other situations deemed potentially hazardous to public safety. Notify the City within twenty-four (24) hours of any change in traffic signal operation caused by controller replacement, timing changes, and loss of master control or traffic collisions. Emergency calls that require replacement of equipment will not require approval from City before such replacement occurs. Additional staffing shall be provided where the responding technician cannot handle emergency work alone (knockdowns, wire pulls, etc.). Maintain a single local telephone where an on-call traffic signal technician can be reached twenty-four (24) hours per day. This telephone number will be made available to all persons designated by the City. SL Francis Electric I A and C-10 Licensed Contractor 11420 Citrus St. Riverside, CA 92507 stfranciselectdccom — Phone (951) 304-4903 — Fax (951) 274-0061— 24/7/365 Traffic Signal Service 1-(844)-UGHT88 Compensation for all Extraordinary work, Emergency work, and Extra work identified above will be paid at the hourly labor rates, vehicle and equipment rates, and material cost (plus markup) in accordance with the Cost Proposal included in this RFP. a. Scheduled Repair SFE will investigate and determine the corrective requirements for each reported malfunction, failure or outage of the traffic signal system, including the communication network. SFE will repair or replace equipment and components (as re -defined in Addendum No. 1) that have failed, deteriorated or malfunctioned from the normal operation of the traffic signal system (including controllers and battery backup systems) under Time and Materials. SFE agrees to perform all required steps to submit work proposals as indicated in this section of RFP. b. Emergency Response Work Only when authorized by the City, SFE may perform Unscheduled and Emergency Response Work on the traffic signal system not covered by preventative maintenance and scheduled repair. This work shall be performed on a time and materials basis in accordance with the unit costs listed in Schedule C or by a negotiated cost The Unscheduled or Emergency Work hours could be during regular business hours (7:00 AM to 5:00 PM, Monday through Friday) or after regular business hours. SFE understands and agrees to perform work and requirements as listed in this section of RFP. SFE understands; 1. Emergency work may include, but is not limited to the following: Downed signal heads, poles, signal on flash, signal blackout, burned -out lamps, damaged controller and cabinet, damaged illuminated street name signs, damaged inductive loops, sensing elements, pedestrian push buttons, electroliers, pedestrian signal heads, wiring, and other operational equipment related issues. Assisting the City for special events or for City construction projects, as necessary to implement revised traffic signal timing and phasing for changed traffic conditions. 2. Equipment for Emergency Work Repair, replace or otherwise render in good working order any and all defective parts of the traffic signal equipment with like make and model parts. Whenever equipment is removed, the City representative shall be noted by phone and email within twenty-four (24) hours. The Contractor shall cover the cost of replacing any parts to the traffic signal system. The City shall reimburse the Contractor for materials used for repairs, in an amount equal to the cost of the materials including an agreed mark-up price. Notify the City representative in advance of any traffic signal deactivations (by phone and email) that may be required to provide the required services. Traffic signal de -activations shall not be scheduled without the approval of an authorized representative of the City. All traffic signal controller equipment shall be maintained as recommended by the manufacturer. The Contractor, at own cost, shall place barricades, clean up debris, properly dispose of all damaged components. c. Maintenance Records SFE will create and maintain an inventory list of the equipment in the controller cabinet at each location. The inventory shall include the model, manufacturer, serial number, and quantity of each piece of equipment and installation date. The inventory list shall be continuously updated and a copy shall be furnished to the City every four (4) months in a Microsoft Excel spreadsheet. SFE understands and agrees to perform work and requirements as listed in this section of RFP. SFE shall maintain a copy of the Preventive Maintenance Inspection Form approved by the City at each intersection. The checklist shall be completely filled out during each routine maintenance inspection and during any time repairs are made to the controller or any related equipment in the controller cabinet or the signal St. Francis Electric I A and C-10 ucensed Contractor 11420 Citrus St. Riverside, CA 92507 stfranciselectdc.crom — Phone (951) 304-4903 —Fax (951) 274-0061-24/7/365 Trak Signal Service 1-(844)-LIGHT88 g. Spare Equipment SFE shall maintain adequate storage and shop facilities and sufficient stock of spare parts and signal equipment to affect maintenance to the signals. The Contractor shall maintain at least one fully tested standby controller that is compatible with the Citys system. The Contractor will own and maintain all spare parts until installation in the City. h. Salvaged Equipment SFE shall deliver any salvaged or salvageable equipment or material to the location in the City as directed by the Public Works Department. Any material or equipment declared non -salvageable by the Public Works Department shall be taken from the City and disposed of properly by the Contractor and Contractor's cost. Components such as mast arms and luminaries that are undamaged may be reused at the direction of the City. i. New Traffic Signals The contractor shall maintain new traffic signals, safety lights, speed feedback signs, in -pavement flashing crosswalk lights, flashing beacons, and appurtenant devices as they are being installed, or become a part of the maintenance requirements of the City. As requested by the City, the contractor shall provide support and review of new traffic signal turn -ons. j. other Devices The Contractor will be required to maintain any additional beacons, speed feedback signs, in -pavement flashing crosswalk lights, and appurtenant devices as they are installed in the City. SFE understands and agrees to perform work and requirements as listed in these sections of RFP. III Underground Service Alert (Dig Alert) Monitoring SFE will provide service, as directed by the City, to adequately mark all traffic signal conduits, traffic signal interconnect/communication lines (twisted copper or fiber), and equipment as well as street lights on behalf of the City in accordance with the California Government Code Section 4216 et seq. As required by this RFP to monitoring and tracking the marking of any affected intersections, SFE will establish an Intersection Record Log with the USA notification and corresponding action noted in the controller and provides a copy to the City. IV. Warranty Service SFE will provide warranty services as described in this RFP for new equipment installed by SFE with a material and workmanship warranty for one (1) year after acceptance. SFE will notify the City where parts or material become defective during this warranty period, so that the warranty may be exercised. SFE will exercise maintenance and replacement covered by the warranty and servicing of traffic signals will be performed at the expiration of warranty. SFE agrees to the terms for warranty service compensation as described in this RFP. St. Francis Electric I A and C-10 Licensed Contractor 11420 Citrus St. Riverside, CA 92507 stfranciselectriic.com —Phone (951) 304-4903 —Fax (951) 274-W61-24/7/365 Traffic Signal Service 1-(844)-LIGHT88 Cost Proposal COST PROPOSAL SCHEDULE "A" FLAT RATE MAINTENANCE SCHEDULE Item Description Quantity Unit Unit Price Total Annual Amount I. Preventive Maintenance $475.00 Per Loop 3. Replace Type D Detector Loop (1 to 4 loops) Signal System: includes Per Loop 4. 72.00 37,15 2.00 (arab Imo) 43 Per Intersection S S il. Preventive Maintenance (Iteds) 3 2,225.00 . 4300 S 4,644.00 (Speed Feedback Signs) 18 Per Location 5 Remove & Replace Pedestrian LED Face Ill. Preventive Maintenance Replacement During PM $1 49.00 (Io -Pavement Flashing Crosswalk 8. Remove & Replace Pedestrian Push Button During 4300 3,870.00 Lights) 15 Per Locafion S—= S IV. Underground Service Alert— USA 145.00 145.00 (Dig Alert Service) Per USA 5 S Special Note: The flat rate fee represents total compensation for all labor, material, equipment, and vehicles necessary to provide the corresponding tasks. TOTAL PROPOSAL ITEMS 11, II, Ill, IV) S 45,811.00 COST PROPOSAL SCHEDULE "B" SCHEDULED REPAIR SERVICES Item No Description Unit Price 1. Replace Type A Detector Loop (1 to 4 loops) g 650.00 per Loop 2. Replace Type A Detector Loop (5 or more 4 loops) $475.00 Per Loop 3. Replace Type D Detector Loop (1 to 4 loops) S675.00 Per Loop 4. Replace Type D Detector Loop (5 or more loops) $ 50D.00 Per Loop 5. Remove & Replace Video Detection Camera Unit (Iteds) 3 2,225.00 per Unit 6. Remove & Replace Vehicular LED Face Replacement During PM $ 110.00 Per Face 7. Remove & Replace Pedestrian LED Face Replacement During PM $1 49.00 Per Face 8. Remove & Replace Pedestrian Push Button During PM $ t 18.00 Per Button Special Note: The unit price represents total compensation for all labor, material, equipment, and vehicles necessary to complete the corresponding task. For any work not listed on Schedule B, the Contractor shall submit a cast proposal to the City prior to performing the work. RFP 2019-07, Pape 17 St. Francis Electric I A and C-10 Licensed Contractor 11420 Citrus St. Riverside, CA 92507 stfrandselectriccom—Phone (951) 304-4903—Fax (951) 274-0061-24/7/365 Traffic Signal Service 1-(844)-LIGHT88 COST PROPOSAL SCHEDULE "C" EMERGENCY RESPONSE SERVICES List the position titles and responsibilities of personnel that will be providing emergency response services to the City per this RFP. PERSONNEL Position T;ft Traffic Satal Electrician Foreman Title: Traffic Signal Electrician Tdla: Traffic Stearal Laborer Hourly Straight Time HourlyOvertime 104.00 $ 150.00 $ 104.00 $_L50 OD $ 98.00 $ 14200 70.00 $ tODDo COST PROPOSAL SCHEDULE "C" EMERGENCY RESPONSE SERVICES CONTINUED VEHICLES AND EQUIPMENT The vehicles and equipment fisted hereon may not accurately reflect the rolling stock used by your fine. For those vehicles and equipment that are not used by your firm, cross out and made as `NIA' to indicate that the vehicle or equipment is not available or necessary for the emergency response services requested in this RFP. Personnel Vehicle Pickup Truck ServicdUtilityTruck AltecifTesta Bucket Truck Crane Tnrck Concrete Savo Air Compressor with Torrls $ Z0.0® Per Hour $ 20.00 Per Hour S__30_—D0 Per Hour $ 3200 Per Hour $-— Per Hour $—-- f—� Per Hour $Lumu Per Hour $ Per Hour $ Per Hour $ Per Hour RFP 2019417, Page 19 St. Francis Electric I A and C-10 Licensed Contractor 11420 Citrus St. Riverside, CA 92507 stfranciselectric.com — Phone (951) 304-4903 — Fax (951) 274-0061— 24/7/365 Traffic Signal Service 1-(844)-LIGHT88 Appendix SFE's Primary, Headquarters, and Satellite Offices St. Francis Electric's Southern California's office is the designated local office/yard for this project located at 1420 Citrus St, Riverside, CA 92507 in the County of Riverside. We currently provide these exact services to your neighboring cities, allowing for our technicians to always be in the neighborhood just minutes away - this allows for eyes on in the field of day-to-day operations of the intersections and emergency support when needed. SFE's office has secured outdoor storage space sufficient for all the contract equipment, parts, components, and inventory. In addition to the outdoor storage, we also have ample warehouse indoor secured storage space necessary for these types of contracts. SFE's Southern California shop is not only set up for our typical maintenance & response work but has the necessary room for growth to support the addition of many new customers, contracts and projects. SFE has a Southern California traffic signal lab located in Riverside County used for the testing and repairs of new/used equipment and the on-going training of field technicians in a controlled environment. SFE also has a testing lab facility located at our Headquarters office for these same types of services in that area. St. Francis Electric, LLC. (Headquarters) 975 Carden St San Leandro, CA 94577 Other SFE Office Locations Include: 1850 West Imola Ave 230 Mayock Rd 4545 Harlan Dr 1919 Commonwealth Ave Napa, CA 94559 Gilroy, CA 95020 Sacramento, CA 95826 Fullerton, CA 92833 Northern California Locations Southern California Locations 4 • � .5, ,. Lancaster s k 1... neuro,':: �l` xw}�Ae J Cixiita Resp ria iuro-� adey _: an Bernardino ^ - iosilon s {.QS7rars rsI lands. SadF Dnp . t,i ry"y Long lemon .L - Bunda 'nJo )s �, _m'e ! L �mati.�wslqan gate ire saaasm " a+aip- VIII�Nt SFE's Southern California office currently has contracts for Traffic Signal Maintenance Services with such Cities as: City of Beaumont, Corona, Grand Terrace, Indian Wells, Huntington Park, Lancaster, Loma Linda, Palm Desert, Palm Springs, Rancho Mirage, Rialto, Rosemead, County of San Bernardino, County of San Bernardino Waste, South EI Monte, Temecula, and Yorba Linda as well as several projects with other cities throughout Southern California. We graciously hope for the opportunity to work hand and hand with your City. 5t. Francis Electric I A and C-10 Licensed Contractor 11420 Citrus St. Riverside, CA 92507 stfranciselectriccom— Phone (951) 3044903 —Fax (951) 274-0061 — 24/7/365 Traffic Signal Service 1{844)-LIGHT88 Appendix (continued) Proof of Insurance SFE carries General Liability and Automotive Liability insurance that meets or exceeds the minimum requirements of this RFP. SFE carries Worker's Compensation Insurance per State Law. SFE will meet all additional required Insurance provision said in this RFP. Feel free to contact our insurance broker, Nick! Graham, at (925) 822-9051 for any questions regarding our insurance. ACE Q& CERTIFICATE OF LIABILITY INSURANCE °osi4a"o°u ° THIS CERTIFICATE IS ISSUED AS A WTTER OF VIFORMATIGN ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE NOLEER. THIS CERTIFICATE DOES NOT AFFM"TNELY OR NEGATIVELY AMEND. EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES HELMS. THIS CERTIFICATE OF INSURANCE ODES NOT CONSTITUTE A CONTRACT IlETIVEEN THE ISSVMO IMSURERIS6 AUTHORIZED REPR£SRNTA1TM OR PRODUCER. An THE CERTIFICATE NDIDER IMPORTANT; nth. Onnotele M1alEfrlsan ADDRIONAL MSUREp. Me pohol'fl.A.., naw ADDITIONAL INSURED P.Melame.rba mdorcatl. If SUHROOATIOR IS WANED, 6uhlete to Me terms anaaondlVons of the pollpy, certain Polkas may na fte an endorsement. A sEnernam on 4ds«NSntetl naloonfm M1IS ID IM1e homer 9n Rou of WeAeMorssman a Co....o 510-1 auyrcrp G L]C F1.434-}9a-i]Sf Fl c_k_1 _ 6apO..apa PaitnGic bvya'vuco Em[y ID]C) _6aYm _ rNdE yp &,E 4._19E51. H] 5951 q ry„L_ IP1cl bP4 6Ela Kart - E,..tb Y? Iii651 P.O. dai 5610 �'14a]rr. nlcki :q !a 4epiab:abrucon 01/al(L] ef/oi/24 ....... yat CmcocG, a 91920 _ _ _ _ CJ LF PI]'^3 15113 _ hanarl:rvCMica/Tum 1.1 -y RLL/ N4SlOMi PYPY as,v¢a nwleaa, F1J.[P.D 1_gA]A IC.Op D V4 OIC RWA et ]+mv6a FSavele. LLC SS PNORF yp Id ABgCR LV ICI J} 9t. 6leetrSC. Lw. ' �N1y6LBl18 flIOP Uu M Va AI[EA 15G14 — IOSi 'p ea ]DS] .. - _.. Ayu L vdlRPr: baa LCmOio. G Sae]] ,.uacn ._r 1443 IHS IS rO CfR1Rv '1•AT 144 POLICIES OF DtliK4rM..f L:STS3 56LO.Y wa BEEN G:XfL 1 O TIE oOE,n fb IMI.IEO AefN'6 FCR lr I! FCtILY V:RILO II:OKATE0. ND]N'r11 STA`JM%G Ala RCM_ KLENT T N! U, Cr•M8'.l lrba orll' =ITRACT OR OTHER LCC'W NT m1:1 RESKCE TO fa loln'ti5 u5o`lF t1E ."YBE "DIED Gi.,DEFTF'n 1 IE fn".IR41FL pr CFMD nl I..E PC_ICE3 CESCA6`_i 1iltOl 4 5aJEW -,OIL MC TERI.:: U.G-Ox,C'L9 iM :.OK1NN.vrS to cVr.H m.K?L Lr•AIS Utiy:.V'.wr xwvE KCn PT W BEDPv Pam .ii'vb P apeL P.gviily. LLC _ vnE 6:Y6DAAYCE wn-<ti6y nbCrr11a9Fr1 _ ah_-_ OP. tLLtiR A T COIcaLMiru 441fKVL:rANITr S % Wi)420S1 01/al(L] ef/oi/24 ....... t ], Ia4.440 :_AL+'�irE L(- Me ' 4fDELPaY: v'e w':O'1 E Il 44C •LNvvmlfar::. ] L, ooe. wo .0+L L .`4 Grta Ayu L �. lane 440... -..amm. a. r} ... .N: ,.uacn ._r pone. LOD ..-.Rp A ,yrpaapFu6pm _ ] ^J.1111416 4f/41/l5 Jfi Ot/JO 3a'aul.i0 nn Ir . r S.OtlB.0o0 i wan NiJk; 1 _. 1 IVDP_LFUVO X tHY.np Vli._.611 M/01/19 of/L[/:9'p ,,,-DrplrKi �v Si.6aCr 44D i EYLeu1 k�.iu9 vy'.k -'+vlk •]J, aD4 LIDO �1 M � NSurM6L eu�lrru a I J MC]2)15e116 'a VCi/ln •ol lallf4 Awe r❑ :c 1 ir4t v.4ao n IN<tlnrys Na�l� EOr•' "en 1 E f i "I _' 1.004 J06 S[KI:PI!ll` G'IW.o:el4 r - tr DN'r Mr+lnn k ].o04460.. e Prl Jaetpn wo9iaq o</4v/n .P;levm '-AD4i.f.L. LU+ic s. con,Jln n [g0[vagaoa'�e BquSpYne DS-bv-0-31I666bi F-Rt4.i6 ',B♦/63/]y o1!O3/YO 9cL¢Ev'lat LLi[ 3.]od,660 C DrOSFFRImf] L1fE{l lhy o144:6N J1/t.1/]9 O6/.t/:O Earl-tIaLM 1. ...Do F60N6FN+'rIRMnIIII•LI AIOS:mllCttr fr3aDICI.4v y.,ga�a.k.6r.•Mv eyhNLMv.reme,n.ryne 0,ep!M: er4aE of Cev.rage 6J198S30`15 ACORO CORPONAPON. If rf9Ms maerved. ACono 25 tz"WO31 The ACORG name and logo an, o&l.ad marls of AM" ,Ret.rte 65/1366] St. Francis Electric I A and C-10 Licensed Contractor 11420 Citrus St. Riverside, CA 92507 stfranciselectric.com —Phone (951) 304-4903 —Fax (951) 274-0061— 24/7/365 Traffic Signal Service 1-(E44)-LIGHT88 BHOp6P ANY OF THE ABOVE OEENCPmE9 POLICIES BE CFNCELLED BEFORE IiPaF of Yavurevice THE E%PIRATIOV PATE TNEAECF. NOTICE WILT. BE PELIYEREo LH4p. P apeL P.gviily. LLC ACLORMIILENIIMTNB POLKYPPOVIEIOI9, CwfiaOta A'JTKALCR6(iIFEEMIaIVE 9}E [gicgn 3[ivv[ Bba Lg6Mio. Ci. 11911~ - �./S Me 6J198S30`15 ACORO CORPONAPON. If rf9Ms maerved. ACono 25 tz"WO31 The ACORG name and logo an, o&l.ad marls of AM" ,Ret.rte 65/1366] St. Francis Electric I A and C-10 Licensed Contractor 11420 Citrus St. Riverside, CA 92507 stfranciselectric.com —Phone (951) 304-4903 —Fax (951) 274-0061— 24/7/365 Traffic Signal Service 1-(E44)-LIGHT88 Appendix (continued) Community Involvement Veteran Program As a proud member of United Contractors "United for Veterans" program, St. Francis Electric recognizes and honors active military, veterans, and retirees seeking employment. Obtaining employment here not only provides a rewarding career but the training and support needed to ensure a successful transition into civilian job duties. Community involvement Palm Springs Festival of lights City of Rosemead Public Works Day 2019 St Francis Electric I A and C-30 ❑censed Contractor 11420 Citrus St. Riverside, CA 92507 stfranciselectdc.com — Phone (951) 304-4903 —Fax (951) 274-0061— 24/7/365 Traffic Signal Service 1-(844)-LIGHT88 Appendix (continued) Equipment and Resources The following is a list of equipment owned by SFE, which is available for use on the proposed work as required: Quantity Name, Type & Capacity Condition 20 1 Bucket Truck, Diesel Gas Running Great 3 Crane Running Great 17 Dump Truck (Ford, GMC, and Ram) Running Great 3 w Bore Machine, Running Great v American/Vermeer/Ditch Witch 2 Bore Truck j Running Great 16 Arrow Board, Bemis Allmand, Eclipse, li Excellent Wanco, SolarTech, and Arrow Master _ 3 Concrete Saw, Meco and Core Cut Running Great 23 Flatbed Truck, Ford, GMC, and Chevy Running Great J 4 j Generator, Multiequipt Excellent 3 Saw Truck, Ford I Running Great 6 Trencher, Ditch Witch and Vermeer Running Great 7 Light Tower Running Great 2 I Conflict Monitor Tester (ATSI/PCMT 8000, CMU/MMU Tester) I Excellent Brand New 1 170/2070 Controller Tester _ i Excellent Brand New 1 NEMA TS 1 Controller Tester Excellent Brand New 2 Cabinet Test Display i Excellent Brand New 1 207ON Controller Tester i Excellent Brand New 1 ATSI MMT -900 Conflict Monitor j Tester Excellent Brand New St. Francis Electric I A and C-10 Licensed Contractor 11420 Citrus St. Riverside, CA 92507 stfranciselectrlacom — Phone (951) 304-4903 —Fax (951) 274-0061— 24/7/365 Traffic Signal Service 1-(844)-LIGHT88 Appendix (continued) Litigation History SFE has no claims filed by SFE or against SFE that were related to the provision of services for more than 4 years. Acceptance of Conditions SFE has no exceptions or deviations to contractual or technical requirements; therefore, it accepts all conditions of this RFP and the Agreement for Traffic Signal Maintenance Services per Exhibit C. In Closing SFE would like to thank the City of Rosemead for giving us this opportunity to submit this RFP and for their consideration to use our local Staff as part of a crew that represents its City. If chosen our staff will make every effort to insure your City is our next best reference on future RFP's to other cities'. We don't, strive to be the biggest but we do strive to be the BEST! Our Staff Assigned in Riverside County - See Below z Contractor A and C10 Licenses .. fIU01EB1' -cm Our Office/Warehouse/Lab Testing Facility is Local California Traffic and Civil Engineer Licenses ST FRANCIS SAN — 1000022208 ALAMEDA II,,—, arc em'r` CIVIL EXCI\'EEA ALLEN EAHHAHO EHEH 3/179 EAE.Oer EO LOS 4L705 HILLS LA 94pa2 5/12/17 6/30/19 St. Francis Electric I A and C-10 Licensed Contractor 11420 Citrus St Riverside, CA 92507 sthanciselectriccom —Phone (951) 304-4903— Fax (951) 274-0061— 24/7/365 Traff c Signal Service 1-(844)-LIGHT88 EXHIBIT D INSURANCE REQUIREMENTS Prior to the beginning of and throughout the duration of the Work, Contractor will maintain insurance in conformance with the requirements set forth below. Contractor will use existing coverage to comply with these requirements. If that existing coverage does not meet the requirements set forth here, Contractor agrees to amend, supplement or endorse the existing coverage to do so. Contractor acknowledges that the insurance coverage and policy limits set forth in this section constitute the minimum amount of coverage required. Any insurance proceeds available to City in excess of the limits and coverage required in this agreement and which is applicable to a given loss, will be available to City. Contractor shall provide the following types and amounts of insurance: Commercial General Liability Insurance: Contractor shall maintain commercial general liability insurance with coverage at least as broad as Insurance Services Office form CG 00 01, in an amount not less than $2,000,000 per occurrence, $4,000,000 general aggregate, for bodily injury, personal injury, and property damage. The policy must include contractual liability that has not been amended. Any endorsement restricting standard ISO "insured contract" language will not be accepted. Business Auto Coverage on ISO Business Auto Coverage form CA 00 01 including symbol 1 (Any Auto) or the exact equivalent. Limits are subject to review, but in no event to be less that $1,000,000 combined single limit per accident. If Contractor owns no vehicles, this requirement may be satisfied by a non -owned auto endorsement to the general liability policy described above. If Contractor or Contractor employees will use personal autos in any way on this project, Contractor shall provide evidence of personal auto liability coverage for each such person. Workers Compensation on a state -approved policy form providing statutory benefits as required by law with employer's liability limits no less than $1,000,000 per accident or disease. Excess or Umbrella Liability Insurance (Over Primary) if used to meet limit requirements, shall provide coverage at least as broad as specified for the underlying coverages. Contractor shall obtain and maintain an umbrella or excess liability insurance policy with limits that will provide bodily injury, personal injury and property damage liability coverage at least as broad as the primary coverages set forth above, including commercial general liability, automobile liability, and employer's liability. Such policy or policies shall include the following terms and conditions: • A drop down feature requiring the policy to respond if any primary insurance that would otherwise have applied proves to be uncollectible in whole or in part for any reason; • Pay on behalf of wording as opposed to reimbursement; • Concurrency of effective dates with primary policies; and • Policies shall "follow form" to the underlying primary policies. D-1 Insureds under primary policies shall also be insureds under the umbrella or excess policies. Professional Liability or Errors and Omissions Insurance as appropriate shall be written on a policy form coverage specifically designed to protect against acts, errors or omissions of the Contractor and "Covered Professional Services" as designated in the policy must specifically include work performed under this agreement. The policy limit shall be no less than $1,000,000 per claim and in the aggregate. The policy must "pay on behalf of the insured and must include a provision establishing the insurer's duty to defend. The policy retroactive date shall be on or before the effective date of this agreement. Insurance procured pursuant to these requirements shall be written by insurers that are admitted carriers in the state of California and with an A.M. Bests rating of A- or better and a minimum financial size VII. General conditions pertaining to provision of insurance coverage by Contractor. Contractorand City agree to the following with respect to insurance provided by Contractor: 1. Contractoragrees to have its insurer endorse the third party general liability coverage required herein to include as additional insureds City, its officials, employees and agents, using standard ISO endorsement No. CG 2010. Contractor also agrees to require all contractors, and subcontractors to do likewise. 2. No liability insurance coverage provided to comply with this Agreement shall prohibit Contractor, or Contractor's employees, or agents, from waiving the right of subrogation prior to a loss. Contractor agrees to waive subrogation rights against City regardless of the applicability of any insurance proceeds, and to require all contractors and subcontractors to do likewise. 3. All insurance coverage and limits provided by Contractor and available or applicable to this agreement are intended to apply to the full extent of the policies. Nothing contained in this Agreement or any other agreement relating to the City or its operations limits the application of such insurance coverage. 4. None of the coverages required herein will be in compliance with these requirements if they include any limiting endorsement of any kind that has not been first submitted to City and approved of in writing. 5. No liability policy shall contain any provision or definition that would serve to eliminate so-called "third party action over" claims, including any exclusion for bodily injury to an employee of the insured or of any contractor or subcontractor. 6. All coverage types and limits required are subject to approval, modification and additional requirements by the City, as the need arises. Contractor shall not make any reductions in scope of coverage (e.g. elimination of contractual liability D-2 or reduction of discovery period) that may affect City's protection without City's prior written consent. Proof of compliance with these insurance requirements, consisting of certificates of insurance evidencing all of the coverages required and an additional insured endorsement to Contractor's general liability policy, shall be delivered to City at or prior to the execution of this Agreement. In the event such proof of any insurance is not delivered as required, or in the event such insurance is canceled at any time and no replacement coverage is provided, City has the right, but not the duty, to obtain any insurance it deems necessary to protect its interests under this or any other agreement and to pay the premium. Any premium so paid by City shall be charged to and promptly paid by Contractor or deducted from sums due Contractor, at City option. 8. Certificate(s) are to reflect that the insurer will provide 30 days notice to City of any cancellation of coverage. Contractor agrees to require its insurer to modify such certificates to delete any exculpatory wording stating that failure of the insurer to mail written notice of cancellation imposes no obligation, or that any party will "endeavor' (as opposed to being required) to comply with the requirements of the certificate. 9. It is acknowledged by the parties of this agreement that all insurance coverage required to be provided by Contractor or any subcontractor, is intended to apply first and on a primary, noncontributing basis in relation to any other insurance or self insurance available to City. 10. Contractor agrees to ensure that subcontractors, and any other party involved with the project who is brought onto or involved in the project by Contractor, provide the same minimum insurance coverage required of Contractor. Contractor agrees to monitor and review all such coverage and assumes all responsibility for ensuring that such coverage is provided in conformity with the requirements of this section. Contractor agrees that upon request, all agreements with subcontractors and others engaged in the project will be submitted to City for review. 11. Contractor agrees not to self -insure or to use any self-insured retentions or deductibles on any portion of the insurance required herein and further agrees that it will not allow any contractor, subcontractor, Architect, Engineer or other entity or person in any way involved in the performance of work on the project contemplated by this agreement to self -insure its obligations to City. If Contractor's existing coverage includes a deductible or self-insured retention, the deductible or self-insured retention must be declared to the City. At that time the City shall review options with the Contractor, which may include reduction or elimination of the deductible or selfinsured retention, substitution of other coverage, or other solutions. 12. The City reserves the right at any time during the term of the contract to change the amounts and types of insurance required by giving the Contractor ninety (90) D-3 days advance written notice of such change. If such change results in substantial additional cost to the Contractor, the City will negotiate additional compensation proportional to the increased benefit to City. 13. For purposes of applying insurance coverage only, this Agreement will be deemed to have been executed immediately upon any party hereto taking any steps that can be deemed to be in furtherance of or towards performance of this Agreement. 14. Contractor acknowledges and agrees that any actual or alleged failure on the part of City to inform Contractor of non-compliance with any insurance requirement in no way imposes any additional obligations on City nor does it waive any rights hereunder in this or any other regard. 15. Contractor will renew the required coverage annually as long as City, or its employees or agents face an exposure from operations of any type pursuant to this agreement. This obligation applies whether or not the agreement is canceled or terminated for any reason. Termination of this obligation is not effective until City executes a written statement to that effect. 16. Contractor shall provide proof that policies of insurance required herein expiring during the term of this Agreement have been renewed or replaced with other policies providing at least the same coverage. Proof that such coverage has been ordered shall be submitted prior to expiration. A coverage binder or letter from Contractor's insurance agent to this effect is acceptable. A certificate of insurance and/or additional insured endorsement as required in these specifications applicable to the renewing or new coverage must be provided to City within five days of the expiration of the coverages. 17. The provisions of any workers' compensation or similar act will not limit the obligations of Contractor under this agreement. Contractor expressly agrees not to use any statutory immunity defenses under such laws with respect to City, its employees, officials and agents. 18. Requirements of specific coverage features or limits contained in this section are not intended as limitations on coverage, limits or other requirements nor as a waiver of any coverage normally provided by any given policy. Specific reference to a given coverage feature is for purposes of clarification only as it pertains to a given issue, and is not intended by any party or insured to be limiting or all- inclusive. 19. These insurance requirements are intended to be separate and distinct from any other provision in this agreement and are intended by the parties here to be interpreted as such. 20. The requirements in this Section supersede all other sections and provisions of this Agreement to the extent that any other section or provision conflicts with or impairs the provisions of this Section. D-4 21. Contractor agrees to be responsible for ensuring that no contract used by any party involved in any way with the project reserves the right to charge City or Contractor for the cost of additional insurance coverage required by this agreement. Any such provisions are to be deleted with reference to City. It is not the intent of City to reimburse any third party for the cost of complying with these requirements. There shall be no recourse against City for payment of premiums or other amounts with respect thereto. Contractor agrees to provide immediate notice to City of any claim or loss against Contractor arising out of the work performed under this agreement. City assumes no obligation or liability by such notice, but has the right (but not the duty) to monitor the handling of any such claim or claims if they are likely to involve City. D-5 THE GUARANTEE'" PERFORMANCE BOND BOND AMOUNT: $ 160,000.00 PREMIUM: $1,920.00 BOND NO.: 12177593 KNOW ALL MEN BY THESE PRESENTS, That we, ST. FRANCIS ELECTRIC, LLC as Principal, and The Guarantee Company of North America USA, a Michigan Corporation, as Surety, are held and firmly bound unto CITY OF ROSEMEAD as Obligee, in the sum of ONE HUNDRED AND SIXTY THOUSAND 00/100 ($ 160,00.00 ) Dollars for which sum, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, by these presents. WHEREAS, on the 1ST day of JULY 2019 the Principal entered into a contract with the Obligee for TRAFFIC SIGNAL MAINTENANCE SERVICES AGREEMENT which contract is by reference made a part hereof and is hereafter referred to as the Contract. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, That, if the Principal shall faithfully perform said Contract in accordance with the plans, specifications and terms thereof, then this obligation shall be void; otherwise, it shall remain in full force and effect. Sealed with our Seals and Dated this 18TH day of JULY 2019 ST. FRANCIS ELECTRIC, LLC BY: _ Witness Principal ANDYAMADOR ITS: VICE PRESIDENT The Guarantee Company of North GCNA USA Performance Bond Rev. 2/20/13 USA THE The Guarantee Company of North America USA GUARANTEE" POWER OF ATTORNEY Southfield, Michigan KNOW ALL BY THESE PRESENTS: That THE GUARANTEE COMPANY OF NORTH AMERICA USA, a corporation organized and exisfing under the laws of the State of Michigan, having its principal office in Southfield, Michigan, does hereby constitute and appoint Robert W. Babcock, Mollie Whalen, Katherine Christine Babcock, James Lawrence Ronhaar,Kell Wheatley, Maxwell Newlin, Brandon Keup R.W. Babcock Insurance Brokerage. Inc. its We and lawful attomey(s}in-fact to execute, seal and deliver for and on its behalf as surety, any and all bonds and undertakings, contracts of indemnity and other writings obligatory in the nature thereof, which are or may be allowed, required or permitted by law, statute, rule, regulation, contract or otherwise. The execution of such Instrument(s) In pursuance of these presents, shall be as binding upon THE GUARANTEE COMPANY OF NORTH AMERICA USA as fully and amply, to all Intents and purposes, as if the same had been duly executed and acknowledged by its regularly elected officers at the principal office. The Power of Attorney is executed and may be certified so, and may be revoked, pursuant to and by authority of Article IX, Section 9.03 of the By -Laws adopted by the Board of Directors of THE GUARANTEE COMPANY OF NORTH AMERICA USA at a meeting held on the 31°day of December, 2003. The President or any Vice President, acting with any Secretary or Assistant Secretary, shall have power and authority: 1. To appoint Attomey(s)-in-fact, and to authorize them to execute on behalf of the Company, and attach the Seal of the Company thereto, bonds and undertakings, contracts of indemnity and other writings obligatory in the nature thereof; and 2. To revoke, at any time, any such Attomey-in-fact and revoke the authority given, except as provided below 3. In connection with obligations in favor of the Florida Department of Transportation only, It is agreed that the power and authority hereby given to the Attomey-In-Fact Includes any and all consents for the release of retained percentages and/or final estimates on engineedng and construction contracts required by the State of Florida Department of Transportation. It is fully understood that consenting to the State of Florida Department of Transportation making payment of the final estimate to the Contractor and/or Its assignee, shall not relieve this surety company of any of its obligations under its bond. 4. In connection with obligations in favor of the Kentucky Department of Highways only, it Is agreed that the power and authority hereby given to the Attorney -in -Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to the Commissioner – Department of Highways of the Commonwealth of Kentucky at least thirty (30) days prior to the modification or revocation. Further, this Power of Attorney is signed and sealed by facsimile pursuant to resolution of the Board of Directors of the Company adopted at a meeting duly called and held on the 6th day of December 2011, of which the following is a true excerpt RESOLVED that the signature of any authorized officer and the seal of the Company may be affixed by facsimile to any Power of Attorney or certification thereof authorizing the execution and delivery of any bond, undertaking, contracts of indemnity and other wrillngs obligatory in the nature thereof, and such signature and seal when so used shall have the same force and effect as though manually affixed. ,r,Wrre IN WITNESS WHEREOF, THE GUARANTEE COMPANY OF NORTH AMERICA USA has caused this instrument to be signed and Its corporate seal to be affixed by its authorized officer, this 2n1 day of October, 2015. q,y�V THE GUARANTEE COMPANY OF NORTH AMERICA USA ire wc� STATE OF MICHIGAN Stephen C. Ruschak, President 6 ChiefOpereting Officer Randall Musselman, Secretary County of Oakland On this 2nd day of October, 2015 before me came the individuals who executed the preceding Instrument, to me personally known, and being by me duly sworn, said that each is the herein described and authorized officer of The Guarantee Company of North America USA; that the seal affixed to said instrument is the Corporate Seal of said Company; that the Corporate Seal and each signature were duly affixed by order of the Board of Directors of said company. Cynthia A. Take! Notary Public, State of Michigan County of Oakland _ My Commission Expires February 27, 2024 Acting in Oakland County IN WITNESS WHEREOF, I have hereunto set my hand at The Guarantee Company of North America USA offices the day and year above written. L •"err. I, Randall Musselman, Secretary of THE GUARANTEE COMPANY OF NORTH AMERICA USA, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney executed by THE GUARANTEE COMPANY OF NORTH AMERICA USA, which is still in full force and effect. IN WITNESS WHEREOF, I have thereunto set my hand and attached the seal of said Company this 18th day of JULY 2019 4 rw— : `� d f` Randall Musselman, Secretary /_Ia:/ k' M'A R :4 df3,51:4 UI A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Alameda On JULY 18, 2019 before me, SHERI DIANE COOPER, NOTARY PUBLIC (insert name and title of the officer) personally appeared KELI WHEATLEY who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. IIERI TARE WITNESS my hand and official seal. ftWV Aft • CNNorMGOOIER1 AlnnaM COUMy ComiMtWon � 2175191 Signah,K€ (Seal) ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Alameda On 07/22/19 before me, Teresa Renee Felder, Notary Public (insert name and title of the officer) personally appeared Andy Amador, Vice President who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature (Seal) THE GUARANTEE'" BOND AMOUNT:$ 160,000.00 PAYMENT BOND PREMIUM: INCLUDED WITH PERFORMANCE BOND BOND NO.: 12177993 KNOW ALL MEN BY THESE PRESENTS, That we, ST. FRANCIS ELECTRIC, LLC and The Guarantee Company of North America USA, a Michigan Corporation, as Surety, are held and firmly bound CITY OF ROSEMEAD sum of ONE HUNDRED SIXTY THOUSAND 00/100 as Principal, as Obligee, in the 160,000.00 Dollars for which sum, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, by these presents. WHEREAS, on the IST day of JULY TRAFFIC SIGNAL MAINTENANCE SERVICES AGREEMENT 2019 , the Principal entered into a contract with the Obligee for Which contract is by reference made a part hereof and is hereafter referred to as the Contract. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, That, if the Principal shall pay all lawful claims of sub- contractors, materialmen, or laborers for labor performed or materials furnished directly to the Principal, in the performance of said Contract, we agreeing that his bond shall be for the benefit of any subcontractor, materialman, or laborer having a just claim, then this obligation shall be void; otherwise, it shall remain in full force and effect, subject, however, to the following condition: No suit or action shall be commenced hereunder by any dalmant. a) After the expiration of one (1) year following the date on which Principal ceased work on said Contract it being understood, however, that if any limitation embodied in this bond is prohibited by any law controlling the construction hereof such limitation shall be deemed to be amended so as to be equal to the minimum period of limitation permitted by such law. b) Other than in a state of court of competent jurisdiction in and for the county or other political subdivision of the state In which the Project, or any part thereof, is situated, or in the United States District Court for the District in which the Project, or any part thereof, is situated, and not elsewhere. Sealed with our Seals and Dated this 18TH day of JULY 2019 ST. FRANCIS ELECTRIC, LLC mal ANDYAMADOR (SEAL) ITS: VICE PRESIDENT The Guarantee Companv of North America BY: Witness GCNA USA Payment Bond Rev. 2120/13 (SEAL) ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Alameda On JULY 18, 2019 before me, SHERI DIANE COOPER, NOTARY PUBLIC (insert name and title of the officer) personally appeared KELI WHEATLEY who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. (Seal) R1am COOPER WfAry P46k • CNlfwalm _ ANoNdO C"� Commission • 2175101 MY Comm. E UOS DOC 11, 2020+ ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Alameda On 07/22/19 before me, Teresa Renee Felder, Notary Public (insert name and title of the officer) personally appeared Andy Amador, Vice President who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature (Seal) THE The Guarantee Company of North America USA GUARANTEE " POWER OF ATTORNEY Southfield, Michigan KNOW ALL BY THESE PRESENTS: That THE GUARANTEE COMPANY OF NORTH AMERICA USA, a corporation organized and existing under the laws of the State of Michigan, having its principal office in Southfield, Michigan, does hereby constitute and appoint Robert W. Babcock, Mollie Whalen, Katherine Christine Babcock, James Lawrence Ronhaar,Kell Wheatley, Maxwell Newlin, Brandon Keup R.W. Babcock Insurance Brokerage, Inc. Its true and lawful attomey(s}in-fact to execute, seal and deliver for and on its behalf as surety, any and all bonds and undertakings, contracts of Indemnity and other writings obligatory in the nature thereof, which are or may be allowed, required or permitted by law, statute, rule, regulation, contract or otherwise. The execution of such instrument(s) in pursuance of these presents, shall be as binding upon THE GUARANTEE COMPANY OF NORTH AMERICA USA as fully and amply, to all Intents and purposes, as If the same had been duly executed and acknowledged by its regularly elected officers at the principal office. The Power of Attomey is executed and may be certified so, and may be revoked, pursuant to and by authority of Article IX, Section 9.03 of the By -Laws adopted by the Board of Directors of THE GUARANTEE COMPANY OF NORTH AMERICA USA at a meeting held on the 311' day of December, 2003. The President, or any Vice President, acting with any Secretary or Assistant Secretary, shall have power and authority: 1. To appoint Atlomey(s}in-fact, and to authorize them to execute on behalf of the Company, and attach the Seal of the Company thereto, bonds and undertakings, wntrects of Indemnity and other writings obligatory in the nature thereof; and 2. To revoke, at any time, any such Attomey-in-fact and revoke the authority given, exwpt as provided below 3. In connection with obligations in favor of the Florida Department of Transportation only, It is agreed that the power and authority hereby given to the Attorney -in -Fact includes any and all consents for the release of retained percentages and/or final estimates on engineering and construction wntracts required by the State of Florida Department of Transportation. It is fully understood that consenting to the State of Florida Department of Transportation making payment of the final estimate to the Contractor and/or its assignee, shall not relieve this surety company of any of Its obligations under its bond. 4. In wnnection with obligations in favor of the Kentucky Department of Highways only, It is agreed that the power and authority hereby given to the Attomey-m-Fact cannot be modified or revoked unless prior written personal notice of such Intent has been given to the Commissioner — Department of Highways of the Commonwealth of Kentucky at least thirty (30) days prior to the modification or revocation. Further, this Power of Attorney is signed and sealed by facsimile pursuant to resolution of the Board of Directors of the Company adopted at a meeting duly called and held on the 5th day of December 2011, of which the following Is a true excerpt: RESOLVED that the signature of any authorized officer and the seal of the Company may be affixed by facsimile to any Power of Attorney or certification thereof authorizing the execution and delivery of any bond, undertaking, contracts of Indemnity and other writings obligatory in the nature thereof, and such signature and seal when so used shall have the same force and effect as though manually affixed. 0 IN WITNESS WHEREOF, THE GUARANTEE COMPANY OF NORTH AMERICA USA has caused this instrument to be signed and its corporate seal to be affixed by its authorized officer, this V day of October, 2015. STATE OF MICHIGAN County of Oakland THE GUARANTEE COMPANY OF NORTH AMERICA USA �r r Stephen C. Ruschak, President 8 ChiefOperating Officer Randall Musselman, Secretary On this 2nd day of October, 2015 before me came the Individuals who executed the preceding instrument, to me personalty known, and being by me duly mom, said that each Is the herein described and authorized officer of The Guarantee Company of North Amedm USA; that the seal affixed to said Instrument is the Corporate Seal of said Company; that the Corporate Seal and each signature were duly affixed by order of the Board of Directors of said company. Cynthia A. Takai Notary Public, State of Michigan County of Oakland My Commission Expires February 27, 2024 Acting in Oakland County IN WITNESS WHEREOF, I have hereunto set my hand at The Guarantee Company of North America USA offices the day and year above written. I, Randall Musselman, Secretary of THE GUARANTEE COMPANY OF NORTH AMERICA USA, do hereby wrtify that the above and foregoing is a true and correct copy of a Power of Attomey executed by THE GUARANTEE COMPANY OF NORTH AMERICA USA, which is still in full force and effect _,y.ser IN WITNESS WHEREOF, I have thereunto set my hand and attached the seal of said Company this 18th day of JULY 2019 '"•• Randall Musselman, Secretary ST. FRANCIS ELECTRIC 975 GARDEN ST. P.O. BOX 2057 SAN LEANDRO, CA 94577 PHONE (510) 639-0639 FAX (510) 639-4654 LETTER OF TRANSMITTAL TO: City of Rosemead 8838 E Valley Blvd Rosemead CA 91770 Attn: Ericka Hernandez Date: Jul 22, 2019 19-0983 Project: Traffic Signal Maint. Service Agreement WE ARE SENDING IgAttached Under separate cover via the following items ❑Shop drawings OPrints Plans Specifications Material Submittals ❑Copy of letter Change Order E -1 - COPIES COPIES DATE DESCRIPTION 1 Ori ' al Payment and Performance Bonds PLEASE OVERNIGHT THESE ARE TRANSMITTED AS CHECKED BEL ❑For approval RApproved as submitted ❑For your use Approved as noted F—]As requested RReturried for corrections ❑For review and comment REMARKS: PL COPY TO: Resubmit copies for approval ❑Submit copies for distribution ❑Return corrected prints El IF enclosures are not as noted, kindly notify us at once. SIGNED: Ann Lanza, ST FRANCIS ELECTRIC Contract Administrator PsxOmeez AC6R& CERTIFICATE OF LIABILITY INSURANCE 03/28/20019 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: N the certificate holder is an ADDITIONAL INSURED, the policy(les) must have ADDITIONAL INSURED previsions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder In Ilea of such endorsement(s). PRODUCER CA LIC 082937D 1-925-798-3334 Edgewood Partnere Insurance Center (EPIC) [Concord - Branch ID 15469] P.O. Box 5668 A E:cT Nicki Graham fNNIpEFAX .(925) 822 9051 MC Ne: (925) 609 5514 0 nicki.grahemOspiabrokera.aom INSURERSAFFORUINGCOVERAGE NAICe X CONMERCIALOENERALLWILITY CLAIB E FxI OCCUR INSURERA: NATIONAL ONION ELSE INS CO OF PITTS 19445 Concord, CA 94524 INSURED INSURERS; ALLIED WORLD ASSUR CO OR INC_ 19489 St. Frazzle Electric, LLC St. Francis Electric, Inc. INSURER INeuRERC: ALLIED WORLD NAIL A88CO 10690 INSURERO: TR&VELERB PROP CAS CO OF AVER 25674 PO Box 2057 INSURER E: INBURERF: San Leandro, CA 94577 COVERAGES CERTIFICATE NUMBER: 55811106 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSRPOUCE Jim TYPOF WBURANCE PO OCYNUMBE0. AWOO EFF POLICYEAP LIMITS A X CONMERCIALOENERALLWILITY CLAIB E FxI OCCUR X X OL534201B 04/01/19 04/01/20 EACH OCCURRENCE $ 1,000,000 PREMISES Me $ 500,000 MED UP My. wmwmI S 25,000 PERSONAL BAOV INJURY S 1,000,000 GEWL AGGREGATE LIMIT APPLIES PER: POLICYIfljECT LOC GENERALAGGREGATE S 2.000,000 PRODUAS COMPNP AGO 5 2,000,000 $ OTHER: A AUTOMOBILEUABILnY X X CA4773676 04/01/19 04/01/20 COMBINED SINGLE LIMIT $ 1,000,000 e BODILY INJURY IPw paean) S X ANY AUTO OWNED SCHEDULED AUTOS ONLY AUTOS BODILY INJURY (Pm eedtlantl $ X HOLED X NON-0WNED AUTOS ONLY AUTOS ONLY PROPERTY DAMAGE $ f BUMBRELLALMS X OCCUR 0310-2673 4/ 001/19 04/01/20 EACH OCCURnENCE $ 25,000,000 X EXCESS LAB CLAIM34IADE AGGREGATE $ 25,000,000 DED I I RETENTION S f A VMRNERBCOWENUTIDN YIN AN D EMPLOYERIP UASILRY ANYPFOPRIETORNARTNEWEXECNWE [K]NIA OFFI CERMEMBER EXCL W ED1 X W022298334 04/01/19 04/01/20 R PER OR14 EL EACH ACCIDENT $ 1,000,000 E.L. DISEASE-EAEMPLOYEE$ 1,000,000 Names" MRK) Ii yee omo%II w DESCRIPTION W OPE TIONS belw E1.DISEASE-MUCYLIMIT S 1,000,000 C Pollution 03092664 04/01/19 04/01/20 Aggregate Limit 5,000,000 B Contractor -s Equipment OT -660 -38568879 -TIL -19 04/01/19 04/01/20 Scheduled Limit 3,208,660 D Contractors Equipment OT -660 -38568879 -TIL -19 04/01/19 04/01/20 Rented/Leased 400,000 OEeCmPTgN GF OPERATroN6ILOCATN)XB 1 VEXN:LEB (ACORD 1H, A�Wonal Remarks BCMdub, may M aaacMX N mane spew M roquhaB) Re: BPS Job 916-D656, Traffic Signal Maintenance Services Agreement. Additional Insureds; City of Rosemead, its officials, employees and agents. SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE of Rosemead THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. Kathy Garcia E. Valley BIW. pUTHORI2EDREPREBENTATIVE fiAdr G 91770 DEA 01888.2015 ACORD CORPORATION. All rights reserved ACORD 25 (2016103) The ACORD name and logo are registered marks of ACORD JWhltworth 55811106 2 4 v 0 z w POLICY NUMBER: GL 534 2018 COMMERCIAL GENERAL LIABILITY CO 20 37 04 13 THIS ENDORSEMENT CHANGES THE POLICY; PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONSLIABILITY COVERAGE PART SCHEDULE ame 7Of Additional Or Organizatlonis) MsuredPersontsl Location And Description Of Completed Operations ANY PERSON OR ORGANIZATION WHOM YOU BECOME OBLIGATED TO INCLUDE AS AN ADDITIONAL INSURED AS A RESULT OF ANY CONTRACT OR AGREEMENT YOU HAVE ENTERED INTO. PER THE CONTRACT OR AGREEMENT. Informationrequired to complete this Schedule, if not shown above, will be shown in the Declarations.. A. Section 11 - Who Is An Insured is: amended to include as an additional insured the parson(s) or organizationjsl shown in the Schedule, but only with .respect to liability for "bodily injury" or "property damage" caused, in whole or in part,. by "your work" at the location designated and described in the Schedule of this endorsement performed for that additional insured and Included in the "products -completed -operations hazard". However: 1. The -insurance afforded to such additional insured only applies to the extent permitted by law; and, 2. If .coverage provided to .the additional insured is required by acontract or agree- ment, the Insurance afforded to such ad& tional insured will not be broader than that which you ate required by the contract or agreement to provide for such additional insured. 8. With respect to the insurance afforded to these additional insureds, the following is added to Section III Limits Of Insurance: If coverage provided to the additional insured is.. required by a contract or agreement, the most we will. pay on behalf of the additional insured is the amount of insurance: 1. Required by the contract or agreement; or 2. Available under the applicable Limits of Insu• rance shown in the Declarations; whichever is less. This endorsement shall not increase theappli- cable-Limits of Insurance shown in the Decla- rations. CG 20 37 04 13 *insurance Services Office, Inc.,: 2012 Page 1 of 1 0 w 0 N 0 R PsxrAMM POLICY NUMBER: GL 534 2018 NAMED INSURED: SI, Francis Electric; LLC COMMERCIAL GENERAL LIABILITY CO 20'110413 THIS ENDORSEMENT CHANGES THE POLICY, PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - MANAGERS OR LESSORS OF PREMISES This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Designation Of Premises (Part Leased To You): ANY:PREMISES OR PART THEREOF LEASED TO YOU, Name Of Person(s) Or Organization(a)Additional InsureiA, ANY PERSON OR ORGANIZATION FROM WHOM YOU LEASE PREMISES OR WHO MANAGES PREMISES YOU OWN AND TO WHOM YOU BECOME OBLIGATED TO INCLUDE AS AN ADDITIONAL INSURED UNDER THIS POLICY AS A RESULT OF ANY LEASE OR MANAGEMENT AGREEMENT YOU ENTER INTO WITH SUCH PARTIES. Additional Premium: $ included Information required to complete this Schedule, If not shown above, will be shown in the Declarations. A. Section 11,= Who Is Arr Insured Is amended to Include as an additional insured the: person(s) .or organization(s) shown In the Schedule, but only with respect to liability arising out of the ownership, maintenance or useof that part of the premises leased to you and shown in the Schedule and. subject to the following additional exclusions:. This .insurance does -not apply to: i. Any "occurrence' which takes place after you cease to be a tenant in that premises, 2. Struetural alterations, new construction or demolition operations performed by or on behalf of the'person(s) or organization(s) shown in the Schedule. However: 1. The insurance afforded to such additional insured only applies to the extent permitted- by law; and CG 2011104 13 2. If coverage provided to the additional insured is required by a. contract- or agreement, the insurance afforded to such additional insurer: Will not be broader than that which you are required by the contract or agreement to provide for such additional insured. B. With respect to the insurance afforded to these additional insureds, the following Is added to Sectioni0 — Limits Of insurance: If coverage provided to the additional Insured is required by a. contractor agreements the most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the contract or agreement; or 2. Available under the applicable Limits of Insurance shown in the Declarations; whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. ©Insurance Services Office, Inc., 2012 Page 1 of 1 150 POLICY NUMBER: GL 534 20 18 COMMERCIAL GENERAL LIABILITY CG 20 01 04 13 0 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. N O PRIMARY AND NONCONTRIBUTORY - OTHER z w INSURANCE CONDITION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY- COVERAGE PART PRODUCTS/COMPLETED. OPERATIONS LIABILITY COVERAGE PART The following is added to the Other Insurance Condition and supersedes any ,provision to the Primary And Noncontributory Insurance This insurance is primary to and will not seek contribution from any other' insurance available to an additional insured under your policy provided that: (1 ) The additional insured is a Named Insured under such other insurance; and (2) You have agreed In writing, in a contract or agreement that this insurance would beprimary and would not seek contribu- tion from any other insurance available to the additional insured. CG 20 01 0413. 0 Insurance Services Office, Inc., 2012 Page 1 of t PI-VOM12 12 The Limits of Insurance of this Coverage Part apply separately to each consecutive annual period and to any remaining._ period of less than 12 months, starting. with the beginning of the policy period shown in the Declarations, unless the policy period is extended after issuance for an additional period of less than 12 months. In that case, the additional period will be deemed part of thelastpreceding period for purposes of determining the Limits of Insurance: III. The Limits of Insurance. shown in the Declarations are deleted in their entirety and replaced by the Llntits of Insurance set forth below; Limits of Insurance General Aggregate Limit S 10,000,000 Each Occurrence Limit S 1,000,000 Products -Completed Operations Aggregate Limit S 2,000,000 Personal & Advertising injury Limit 6 1,000,000 Damage to Premises Rented to You S 500,000 Medical Expense Limit S 25,000 Per Project General' Aggregate Limit, Per Location 8 2,000,000 General. AggregateLimit or Per Project and Per Location General Aggregate Limit IV. SECTION V - DEFINITIONS, Is amended to include the following; 23, %ocatlon" means premises involving the same or connecting lots, or premises whose connection is Interrupted only by a street, roadway, waterway, or right-of-way railroad. All other terms and conditions of this policy remain the same. uthRepresentative or — Counteralgnature lin States Where Applicable, 86681 19(04, Page 2 of 2 a because of: all "bodily injury" and "property damage" arising out of any one "occurrence". LL w O 6, Subject to 6. above, the Damage to Premises Rented To You Limit is the most we will pay under Coverage: A because of "property damage" to any one premises, while rented to you, or in the case of damage by fire, whilerentedto you or temporarily occupied by you with permission of the owner. S 21 7. Subject to 5, above, the Medical Expense Limit is the most we willpay under Coverage C. w for all medical expenses because of "bodily Injury" sustained by any one person. 8; Subject to, 2., 4., 5., 6., andlor 7. above, the Per Project Aggregate Limit is the most we will pay under Coverages A, 8, and C combined for the sum of; a. Damages under Coverage A; b. Damages under Coverage B; and c, Medical Expenses under Coverage C arising out of any single Project described above, 9. Subject to 2., 4., 6., 6., and/or 7, above, the Per Location Aggregate Limit is the most we will pay under, Coverages A, B, and C combined for the sum of: a. Damages under Coverage A; b, Damages under Coverage B; and e. Medical expenses under Coverage C arising out of the any single Location described above. The Limits of Insurance of this Coverage Part apply separately to each consecutive annual period and to any remaining._ period of less than 12 months, starting. with the beginning of the policy period shown in the Declarations, unless the policy period is extended after issuance for an additional period of less than 12 months. In that case, the additional period will be deemed part of thelastpreceding period for purposes of determining the Limits of Insurance: III. The Limits of Insurance. shown in the Declarations are deleted in their entirety and replaced by the Llntits of Insurance set forth below; Limits of Insurance General Aggregate Limit S 10,000,000 Each Occurrence Limit S 1,000,000 Products -Completed Operations Aggregate Limit S 2,000,000 Personal & Advertising injury Limit 6 1,000,000 Damage to Premises Rented to You S 500,000 Medical Expense Limit S 25,000 Per Project General' Aggregate Limit, Per Location 8 2,000,000 General. AggregateLimit or Per Project and Per Location General Aggregate Limit IV. SECTION V - DEFINITIONS, Is amended to include the following; 23, %ocatlon" means premises involving the same or connecting lots, or premises whose connection is Interrupted only by a street, roadway, waterway, or right-of-way railroad. All other terms and conditions of this policy remain the same. uthRepresentative or — Counteralgnature lin States Where Applicable, 86681 19(04, Page 2 of 2 $PSMAroi&MIS x ENDORSEMENT w w This endorsement, effective 12;01A.M. 04/01/2019 forms a part of o r policy No. CA 477-36.76 issued to St. Francis Electrics LLC N by National Union Fire Insurance Company of Pittsburgh, PA m z w THIS ENDORSEMENT CHANGES THE POLICY, PLEASE READ IT CAREFULLY. ADDITIONAL INSURED WHERE REQUIRED UNDER CONTRACT OR AGREEMENT This endorsement modifies insurance provided under thefo/lowing: BUSINESS AUTO COVERAGE FORM: SCHEDULE ADDITIONAL INSURED: ANY PERSON OR ORGANIZATION FOR WHOM YOU ARE CONTRACTUALLY BOUND TO PROVIDE ADDITIONAL INSURED. STATUS BUT ONLY TO THE EXTENT OF SUCH PERSON OR ORGANIZATIONS LIABILITY ARISING OUT OF THE USE OF ACOVERED AUTO. I. SECTION 11 - LIABILITY COVERAGE, A. Coverage, 1, - Who Is Insured, is amended to add: d. Any person or organization, shown in the schedule above, to whom you become obligated to include as an additional insuredunder this policy, as a result of any contract or agreement you enter into which requires you to furnish insurance to that person or organization of the type provided by this policy, but only with respect to liability arising out of use of a covered "auto", However, the insurance provided, will not exceed the lesser oft (1) The coverage and/or limits of this policy, or (2) The coverage and/or Ilmitarequired, by said contract or. agreement. 87950 110/05) /! �RuO NfPFESENfATwl grsxa:xiv,i R � w ENDORSEMENT o ao 7 N This endorsement, effective 12;01 A.M. 04/01/2019 forms a part of 2i policy No. CA 477-36-76 issuedto St. Francis Electric, GLC by National Union Fire Insurance Co. of Pittsburgh, PA THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER OF RIGHTS. OF RECOVERY AGAINST OTHERS TO US This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM Section IV - Business Auto Conditions, A. • Loss Conditions, 5. • Transfer of Rights of Recovery Against Others to Us, is amended to add: However, we will waive any right of recover we have against any person or organization with whom you have entered into a. contract or agreement because of payments, we, make under this Coverage Form arising out of an'"accident" or"loss" If: (1) The "accident" or ".loss" is due to operations undertaken in accordance with the contractexisting between you and'such person or organisation: and (2) The contract or agreement.was entered Into prior to.any "accident" or "loss". No waiver of the right. of recovery will directly or Indirectly apply. to your employees oremployees of the person or organization, and we reserve our rights or lien to be reimbursed from any recovery funds obtained by any injured employee. 62807 (6195) 9 PS$(IM12M111E _.. Edgewood Partners Insurance Center (EP P,O. Box 5668 Concord, CA 94524 3n19�Nu1191� Electronic Service Requested E B IX BPO 0 MIXED AADC 917 3024 1.8304 MB 0.425 ellludrhulldlydPtllnnh14u9rllrnldlllltllltPhr6r City of Rosemead 71 8838 VALLEY BLVD ROSEMEAD, CA 91770-1714 This document was brought to you by CertiflcateeNow. - If you have questions regarding the content of this document, - please call (600)234-6363 and auk for your account team. - For new certificate requests or if you need changes made to an - existing certificate, please forward the current certificate - issued with requested changes via 8 -Nail to: - cert-request6spicbrokere.ccn - Please Note: All requests for new certificates or changes to - existing certificates moot be requested by the Named Inuured.- cc: The data included in this notice and in the attached document is confidential to Ebix BPO and the party responsible for bringing you this Information. Certificate Delivery by CenitkatesNow - www.ConfirmNetcorn - 877.669.8600 0 J n SECOND AMENDMENT TO THE TRAFFIC SIGNAL MAINTENANCE SERVICES AGREEMENT (ST. FRANCIS ELECTRIC) This SECOND AMENDMENT AGREEMENT ("Second Amendment") is made and entered into this 131h day of November, 2018 ("Effective Date"), by and between the City of Rosemead, a municipal organization, organized under the laws of the State of California with its principal place of business at 8838 East Valley Blvd., Rosemead, California 91770 ("City") and St. Francis Electric. with its principal place of business at 1420 Citrus Street, Riverside, California 92507 ("Contractor"). City and Contractor are sometimes individually referred to herein as "Party" and collectively as "Parties." WHEREAS, City and Contractor entered into an agreement on January 30, 2017, for Traffic Signal Maintenance Services (the "Original Agreement"); and WHEREAS, City and Contractor entered into a First Amendment on January 9, 2018, to amend Section 3.3.1 "Compensation" of the Traffic Signal Maintenance Services Agreement; and WHEREAS, the Original Agreement is set to expire on December 31, 2018; and WHEREAS, under the Original Agreement the City and the Contractor may mutually agree to extend the term of this Agreement for up to two years. NOW, THEREFORE, the Parties agree as follows: SECTION 1. Section 3.1.2 " Term" shall be amended to read: 3.1.2. Term. Unless earlier terminated in accordance with Section 3.5.1 of this Agreement, the Term of this Agreement shall be for a period of six (6) months with an option to renew for one additional twelve (12) month period. The Term shall commence after City Council approval, upon receipt and approval of all required bonds and insurance and final execution of the Agreement by both parties, hereby set on: November 13.2018 SECTION 2. Section 3.3.1 "Compensation", as amended, shall be further amended to read: 3.3.1 Compensation. Contractor shall receive compensation, including authorized reimbursements, for all Services rendered under this Agreement and shall not exceed Seventy -Four Thousand Five Hundred Dollars ($74,500) during the extended six (6) month term of this Agreement, as per the fee schedule submitted as part of the Contractor proposal (Exhibit A). SECTION 3. All other terms, condition, and provisions of the Original Agreement not in conflict with this Second Amendment, shall remain in full force and effect. SECTION 4. The City Clerk shall certify to the adoption of this Second Amendment and hereafter the same shall be in full force and effect. IN WITNESS WHEREOF, City and Contractor have caused this Second Amendment to be executed by their duly authorized representatives as of the day and year first above written. CITY OF ROSEMEAD BY: ` &' 1 �r� Gloria Molleda, City Manager Attest: Erick Hernandez, City Clerk BY: Rachel Richman, City Attorney ST. FRANCIS ELECTRIC BY: Name: Andy Amador Title: Vice President (If Corporation, TWO SIGNATURES, President OR Vice President AND Secretary, AND CORPORATE SEAL OF CONTRACTOR REQUIRED) BY: Name: Guy Smith Title: Secretary KV 1)t05to FIRST AMENDMENT TO TRAFFIC SIGNAL MAINTENANCE SERVICES AGREEMENT (ST. FRANCIS ELECTRIC) This FIRST AMENDMENT ("Amendment') is made and entered into this 91' clay of January, 2018, ("Effective Date") by and between the City of Rosemead ("City"), a municipal organization, and St. Francis Electric ("Contractor") WHEREAS, City and Contractor entered into an agreement on January 30, 2017, for Traffic Signal Maintenance Services (the "Agreement'); and WHEREAS, the parties discovered an error in the Agreement as it relates to Compensation section 3.3.1 and this Amendment is needed to correct that inadvertent error. NOW, THEREFORE, the Parties agree as follows: SECTION 1. Section 3.3.1 "Compensation" shall be amended to read: 3.3.1 Compensation. Contractor shall receive compensation, including authorized reimbursements, for all Services rendered under this Agreement, as specified in the attached proposal (i.e. hourly rates, expenses, etc.), but not to exceed Fifty -Three Thousand Four Hundred Seventy -Five Dollars ($53,475.00) for Preventative Maintenance Services and Fifty -Three Thousand Four Hundred Seventy -Five Dollars ($53,475.00) for Repair Services for a total amount of $106,950.00 per - year for the first two years, with an annual option to renew for additional two (2) years. Such payments shall be made on an as -needed basis as directed by the City. Extra Work may be authorized, as described below, and if authorized, will be compensated at the rates and manner set forth in this Agreement. SECTION 2. All other terms, condition, and provisions of the Original Agreement not in conflict with this Addendum, shall remain in full force and effect. SECTION 3. The City Clerk shall certify to the adoption of this Addendum and hereafter the same shall be in full force and effect. IN WITNESS WHEREOF, City and Contractor have caused this Agreement to be executed by their duly authorized representatives as of the day and year first above written. CITY OF ROSEMEAD ST. FRANCIS ELECTRIC BY: 1V� C BY: loris Molleda A ador City Manager Vice President Attest: By: arc Donohue City Clerk Approved as to Form: Rachel RIchmn Burke, Williams & Sorensen, LLP City Attorney TRAFFIC SIGNAL MAINTENANCE SERVICES AGREEMENT (ST. FRANCIS ELECTRIC) PARTIES AND DATE. �c 617603' This Agreement is made and entered into this 961 -,\day of"' 2' (Effective Date) by and between the City of Rosemead, a municipal anization organized under the laws of the State of California with its principal place of business at 8838 E. Valley Blvd., Rosemead, California 91770 ("City") and St. Francis Electric with its principal place of business at 1420 Citrus Street, Riverside, CA 92507 ("Contractor"). City and Contractor are sometimes individually referred to herein as "Party" and collectively as "Parties." 2. RECITALS. 2.1 Contractors. Contractors desires to perform and assume responsibility for the provision of certain professional services required by the City on the terms and conditions set forth in this Agreement. Contractor represents that it is experienced in providing Traffic Signal Maintenance services to public clients, is licensed in the State of California, and is familiar with the plans of City. 2.2 Project City desires to engage Contractor to render such ongoing general public works and professional services ("Services") as set forth in this Agreement. 3. TERMS. 3.1 Scope of Services and Term. 3.1.1 General Scope of Services. Contractor promises and agrees to furnish to the City all labor, materials, tools, equipment, services, and incidental and customary work necessary to fully and adequately supply the professional Traffic Signal Maintenance services necessary for the Project ("Services"). The Services and hourly rates are more particularly described in Exhibit A attached hereto and incorporated herein by reference. All Services shall be subject to, and performed in accordance with, this ST. FRANCIS ELECTRIC Page 2 of 17 Agreement, the exhibits attached hereto and incorporated herein by reference, and all applicable local, state and federal laws, rules and regulations. 3.1.2 Term. The term of this Agreement shall be from Effective Date shown above to December 31, 2018 unless earlier terminated as provided herein. Contractor shall complete the Services within the term of this Agreement, and shall meet any other established schedules and deadlines. 3.2 Responsibilities of Contractor. 3.2.1 Control and Payment of Subordinates; Independent Contractor. The Services shall be performed by Contractor or under its supervision. Contractor will determine the means, methods and details of performing the Services subject to the requirements of this Agreement. City retains Contractor on an independent contractor basis and not as an employee. Contractor retains the right to perform similar or different services for others during the term of this Agreement. Any additional personnel performing the Services under this Agreement on behalf of Contractor shall also not be employees of City and shall at all times be under Contractor's exclusive direction and control. Contractor shall pay all wages, salaries, and other amounts due such personnel in connection with their performance of Services under this Agreement and as required by law. Contractor shall be responsible for all reports and obligations respecting such additional personnel, including, but not limited to: social security taxes, income tax withholding, unemployment insurance, disability insurance, and workers' compensation insurance. 3.2.2 Schedule of Services. Contractor shall perform the Services expeditiously, within the term of this Agreement. Contractor represents that it has the professional and technical personnel required to perform the Services in conformance with such conditions. In order to facilitate Contractor's conformance with the Schedule, City shall respond to Contractor's submittals in a timely manner. Upon request of City, Contractor shall provide a more detailed schedule of anticipated performance to meet the Schedule of Services. 3.2.3 Conformance to Applicable Requirements. All work prepared by Contractor shall be subject to the approval of City. 3.2.4 Substitution of Key Personnel. Contractor has represented to City that certain key personnel will perform and coordinate the Services under this Agreement. Should one or more of such personnel become unavailable, Contractor may substitute other personnel of at least equal competence upon written approval of City. In the event that City and Contractor cannot agree as to the substitution of key personnel, City shall be entitled to terminate this Agreement for cause. As discussed below, any personnel who fail or refuse to perform the Services in a manner acceptable to the City, or who are determined by the City to be uncooperative, incompetent,. a threat to the adequate or timely completion of the Project or a threat to the safety of persons or property, shall be promptly removed from the Project by the Contractor at the request of ST. FRANCIS ELECTRIC Page 3ofII the City. 3.2.5 City s Representative. The City hereby designates the Director of Public Works, Kathy Garcia or his or her designee, to act as its representative for the performance of this Agreement ("City's Representative"). City's Representative shall have the power to act on behalf of the City for all purposes under this Contract. Contractor shall not accept direction or orders from any person other than the City's Representative or his or her designee. 3.2.6 Contractor's Representative. Contractor hereby designates Ms. Jill Petrie, or his/her designee, to act as its representative for the performance of this Agreement ("Contractor's Representative"). Contractor's Representative shall have full authority to represent and act on behalf of the Contractor for all purposes under this Agreement. The Contractor's Representative shall supervise and direct the Services, using his/her best skill and attention, and shall be responsible for all means, methods, techniques, sequences and procedures and for the satisfactory coordination of all portions of the Services under this Agreement. 3.2.7 Coordination of Services. Contractor agrees to work closely with City staff in the performance of Services and shall be available to City's staff, contractors and other staff at all reasonable times. 3.2.8 Standard of Care; Performance of Employees. Contractors shall perform all Services under this Agreement in a skillful and competent manner, consistent with the standards generally recognized as being employed by professionals in the same discipline in the State of California. Contractor represents and maintains that it is skilled in the professional calling necessary to perform the Services. Contractor warrants that all employees and subcontractors shall have sufficient skill and experience to perform the Services assigned to them. Finally, Contractor represents that it, its employees and subcontractors have all licenses, permits, qualifications and approvals of whatever nature that are legally required to perform the Services, including a City Business License, and that such licenses and approvals shall be maintained throughout the term of this Agreement. As provided for in the indemnification provisions of this Agreement, Contractor shall perform, at its own cost and expense and without reimbursement from the City, any services necessary to correct errors or omissions which are caused by the Contractor's failure to comply with the standard of care provided for herein. Any employee of the Contractor or its sub -contractors who is determined by the City to be uncooperative, incompetent, a threat to the adequate or timely completion of the Project, a threat to the safety of persons or property, or any employee who fails or refuses to perform the Services in a manner acceptable to the City, shall be promptly removed from the Project by the Contractor and shall not be re-employed to perform any of the Services or to work on the Project. 3.2.9 Laws and Regulations. Contractor shall keep itself fully informed of and in compliance with all local, state and federal laws, rules and regulations in any manner affecting the performance of the Project or the Services, including all ST. FRANCIS ELECTRIC Page 4 of 11 Cal/OSHA requirements, and shall give all notices required by law. Contractor shall be liable for all violations of such laws and regulations in connection with Services. If the Contractor performs any work knowing it to be contrary to such laws, rules and regulations and without giving written notice to the City, Contractor shall be solely responsible for all costs arising therefrom. Contractor shall defend, indemnify and hold City, its officials, directors, officers, employees and agents free and harmless, pursuant to the indemnification provisions of this Agreement, from any claim or liability arising out of any failure or alleged failure to comply with such laws, rules or regulations. 3.2.10 Insurance. 3.2.10.1 Time for Compliance. Contractor shall maintain prior to the beginning of and for the entire duration of this Agreement an insurance coverage and policy as specified in Exhibit B attached to and part of this agreement. 3.2.11 Safety. Contractor shall execute and maintain its work so as to avoid injury or damage to any person or property. In carrying out its Services, the Contractor shall at all times be in compliance with all applicable local, state and federal laws, rules and regulations, and shall exercise all necessary precautions for the safety of employees appropriate to the nature of the work and the conditions under which the work is to be performed. Safety precautions as applicable shall include, but shall not be limited to: (A) adequate life protection and life saving equipment and procedures; (B) instructions in accident prevention for all employees and subcontractors, such as safe walkways, scaffolds, fall protection ladders, bridges, gang planks, confined space procedures, trenching and shoring, equipment and other safety devices, equipment and wearing apparel as are necessary or lawfully required to prevent accidents or injuries; and (C) adequate facilities for the proper inspection and maintenance of all safety measures. 3.3 Fees and Payments. 3.3.1 Compensation. Contractor shall receive compensation, including authorized reimbursements, for all Services rendered under this Agreement, as specified in the attached proposal (i.e., hourly rates, expenses, etc.), but not to exceed Fifty -Three Thousand Four Hundred Seventy -Five Dollars ($53,475.00) per the first two years, with an annual option to renew for an additional (2) years. Such payments shall be made on an.as-needed basis as directed by the City. Extra Work may be authorized, as described below, and if authorized, will be compensated at the rates and manner set forth in this Agreement. 3.3.2 Payment of Compensation. Contractor shall submit to City a monthly itemized statement which indicates work completed and hours of Services rendered by Contractor. The statement shall describe the amount of Services and supplies provided since the initial commencement date, or since the start of the subsequent billing periods, as appropriate, through the date of the statement. City shall, within 45 days of receiving such statement, review the statement and pay all approved charges thereon. ST. FRANCIS ELECTRIC Page 5 of 11 3.3.3 Reimbursement for Expenses. Contractor shall not be reimbursed for any expenses unless authorized in writing by City. 3.3.4 Extra Work. At any time during the term of this Agreement, City may request that Contractor perform Extra Work. As used herein, "Extra Work" means any work which is determined by City to be necessary for the proper completion of the Project, but which the parties did not reasonably anticipate would be necessary at the execution of this Agreement. Contractor shall not perform, nor be compensated for, Extra Work without written authorization from City's Representative. 3.3.5 Prevailing Wages. Contractor is aware of the requirements of California Labor Code Section 1720, at seq., and 1770, et seq., as well as California Code of Regulations, Title 8, Section 1600, et seq., ("Prevailing Wage Laws"), which require the payment of prevailing wage rates and the performance of other requirements on "public works" and "maintenance" projects. If the Services are being performed as part of an applicable "public works" or "maintenance" project, as defined by the Prevailing Wage Laws, and if the total compensation is $1,000 or more, Contractor agrees to fully comply with such Prevailing Wage Laws. City shall provide Contractor with a copy of the prevailing rates of per diem wages in effect at the commencement of this Agreement. Contractor shall make copies of the prevailing rates of per diem wages for each craft, classification or type of worker needed to execute the Services available to interested parties upon request, and shall post copies at the Contractor's principal place of business and at the project site. Contract shall defend, indemnify and hold the City, its elected officials, officers, employees and agents tree and harmless from any claim or liability arising out of any failure or alleged failure to comply with the Prevailing Wage Laws. 3.4 Accounting Records. 3.4.1 Maintenance and Inspection. Contractor shall maintain complete and accurate records with respect to all costs and expenses incurred under this Agreement. All such records shall be clearly identifiable. Contractor shall allow a representative of City during normal business hours to examine, audit, and make transcripts or copies of such records and any other documents created pursuant to this Agreement. Contractor shall 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. 3.5 General Provisions. 3.5.1 Termination of Agreement. 3.5.1.1 Grounds for Termination. City may, by written notice to Contractor, terminate the whole or any part of this Agreement at any time and without cause by giving written notice to Contractor of such termination, and specifying the effective date thereof, at least seven (7) days before the effective date of such termination. ST. FRANCIS ELECTRIC Page 6 of 11 Upon termination, Contractor shall be compensated only for those services which have been adequately rendered to City, and Contractor shall be entitled to no further compensation. Contractor may not terminate this Agreement except for cause. 3.5.1.2 Effect of Termination. If this Agreement is terminated as provided herein, City may require Contractor to provide all finished or unfinished Documents and Data and other information of any kind prepared by Contractor in connection with the performance of Services under this Agreement. Contractor shall be required to provide such document and other information within fifteen (15) days of the request. 3.5.1.3 Additional Services. In the event this Agreement is terminated in whole or in part as provided herein, City may procure, upon such terms and in such manner as it may determine appropriate, services similar to those terminated. 3.5.2 Delivery of Notices. All notices permitted or required under this Agreement shall be given to the respective parties at the following address, or at such other address as the respective parties may provide in writing for this purpose: CONTRACTOR: St. Francis Electric 1420 Citrus Street Riverside, CA 92507 Attn: Jill Petrie Tel: (951) 304-4903 CITY: City of Rosemead P.O. Box 399 Rosemead, CA 91770 Attn: Director of Public Works, Kathy Garcia Such notice shall be deemed made when personally .delivered or when mailed, forty-eight (48) hours after deposit in the U.S. Mail, first class postage prepaid and addressed to the party at its applicable address. Actual notice shall be deemed adequate notice on the date actual notice occurred, regardless of the method of service. 3.5.3 Ownership of Materials and Confidentiality. 3.5.3.1 Documents & Data; Licensing of Intellectual Property. This Agreement creates a non-exclusive and perpetual license for City to copy, use, modify, reuse, or sublicense any and all copyrights, designs, and other intellectual property embodied in plans, specifications, studies, drawings, estimates, and other documents or works of authorship fixed in any tangible medium of expression, including but not limited to, physical drawings or data magnetically or otherwise recorded on computer diskettes, which are prepared or caused to be prepared by Contractor under this Agreement ST. FRANCIS ELECTRIC Page 7 of 11 ("Documents & Data"). Contractor shall require all subcontractors to agree in writing that City is granted a non-exclusive and perpetual license for any Documents & Data the subcontractor prepares under this Agreement. Contractor represents and warrants that Contractor has the legal right to license any and all Documents & Data. Contractor makes no such representation and warranty in regard to Documents & Data which were prepared by design professionals other than Contractor or provided to Contractor by the City. City shall not be limited in any way in its use of the Documents and Data at any time, provided that any such use not within the purposes intended by this Agreement shall be at City's sole risk. 3.5.3.2 Confidentiality. All ideas, memoranda, specifications, plans, procedures, drawings, descriptions, computer program data, input record data, written information, and other Documents and Data either created by or provided to Contractor in connection with the performance of this Agreement shall be held confidential by Contractor. Such materials shall not, without the prior written consent of City, be used by Contractor for any purposes other than the performance of the Services. Nor shall such materials be disclosed to any person or entity not connected with the performance of the Services or the Project. Nothing furnished to Contractor which is otherwise known to Contractor or is generally known, or has become known, to the related industry shall be deemed confidential. Contractor shall not use City's name or insignia, photographs of the Project, or any publicity pertaining to the Services or the Project in any magazine, trade paper, newspaper, television or radio production or other similar medium without the prior written consent of City. 3.5.4 Cooperation; Further Acts. The Parties shall fully cooperate with one another, and shall take any additional acts or sign any additional documents as may be necessary, appropriate.or convenient to attain the purposes of this Agreement. 3.5.5 Attorney's Fees. If either party commences an action against the other party, either legal, administrative or other, arising out of or in connection with this Agreement, the prevailing party in such litigation shall be entitled to have and recover from the losing party reasonable attorney's fees and all other costs of such action. 3.5.6 Indemnification. Contractor shall defend, indemnify and hold the City, its officials, officers, employees, volunteers and agents free and harmless from any and all claims, demands, causes of action, costs, expenses, liability, loss, damage or injury, in law or equity, to property or persons, including wrongful death, in any manner arising out of or incident to any alleged acts, omissions or willful misconduct of Contractor, its officials, officers, employees, agents, Contractors and contractors arising out of or in connection with the performance of the Services, the Project or this Agreement, including without limitation the payment of all consequential damages and attorneys fees and other related costs and expenses. Contractor shall defend, at Contractor's own cost, expense and risk, any and all such aforesaid suits, actions or other legal proceedings of every kind that may be brought or instituted against City, its directors, officials, officers, employees, agents or volunteers. Contractor shall pay and satisfy any judgment, award or decree that may be rendered against City or its directors, officials, officers, employees, agents or ST. FRANCIS ELECTRIC Page 8 of 11 volunteers, in any such suit, action or other legal proceeding. Contractor shall reimburse City and its directors, officials, officers, employees, agents and/or volunteers, for any and all legal expenses and costs incurred by each of them in connection therewith or in enforcing the indemnity herein provided. Contractor's obligation to indemnify shall not be restricted to insurance proceeds, if any, received by the City, its directors, officials officers, employees, agents or volunteers. 3.5.7 Entire Agreement. This Agreement contains the entire Agreement of the parties with respect to the subject matter hereof, and supersedes all prior negotiations, understandings or agreements. This Agreement may only be modified by a writing signed by both parties. 3.5.8 Governing Law. This Agreement shall be governed by the laws of the State of California. Venue shall be in Los Angeles County. 3.5.9 Time of Essence. Time is of the essence for each and every provision of this Agreement. 3.5.10 City's Right to Employ Other Contractors. City reserves right to employ other Contractors in connection with this Project. 3.5.11 Successors and Assigns. This Agreement shall be binding on the successors and assigns of the parties. 3.5.12 Assignment or Transfer. Contractor shall not assign, hypothecate, or transfer, either directly or by operation of law, this Agreement or any interest herein without the prior written consent of the City. Any attempt to do so shall be null and void, and any assignees, hypothecates or transferees shall acquire no right or interest by reason of such attempted assignment, hypothecation or transfer. 3.5.13 Construction; References; Captions. Since the Parties or their agents have participated fully in the preparation of this Agreement, the language of this Agreement shall be construed simply, according to its fair meaning, and not strictly for or against any Party. Any term referencing time, days or period for performance shall be deemed calendar days and not work days. All references to Contractor include all personnel, employees, agents, and subcontractors of Contractor, except as otherwise specified in this Agreement. All references to City include its elected officials, officers, employees, agents, and volunteers except as otherwise specified in this Agreement. The captions of the various articles and paragraphs are for convenience and ease of reference only, and do not define, limit, augment, or describe the scope, content, or intent of this Agreement. 3.5.14 Amendment; Modification. No supplement, modification, or amendment of this Agreement shall be binding unless executed in writing and signed by both Parties. ST. FRANCIS ELECTRIC Page 9 of 11 3.5.15 Waiver. No waiver of any default shall constitute a waiver of any other default or breach, whether of the same or other covenant or condition. No waiver, benefit, privilege, or service voluntarily given or performed by a Party shall give the other Party any contractual rights by custom, estoppel, or otherwise. 3.5.16 No Third Party Beneficiaries. There are no intended third party beneficiaries of any right or obligation assumed by the Parties. 3.5.17 Invalidity; Severability. If any portion of this Agreement is declared invalid, illegal, or otherwise unenforceable by a court of competent jurisdiction, the remaining provisions shall continue in full force and effect. 3.5.18 Prohibited Interests. Contractor maintains and warrants that it has not employed nor retained any company or person, other than a bona fide employee working solely for Contractor, to solicit or secure this Agreement. Further, Contractor warrants that it has not paid nor has it agreed to pay any company or person, other than a bona fide employee working solely for Contractor, any fee, commission, percentage, brokerage fee, gift or other consideration contingent upon or resulting from the award or making of this Agreement. Contractor further agrees to file, or shall cause its employees or subcontractors to file, a Statement of Economic Interest with the City's Filing Officer as required under state law in the performance of the Services. For breach or violation of this warranty, City shall have the right to rescind this Agreement without liability. For the term of this Agreement, no member, officer or employee of City, during the term of his or her service with City, shall have any direct interest in this Agreement, or obtain any present or anticipated material benefit arising therefrom. 3.5.19 Equal Opportunity Employment. Contractor represents that it is an equal opportunity employer and it shall not discriminate against any subcontractor, employee or applicant for employment because of race, religion, color, national origin, handicap, ancestry, sex or age. Such non-discrimination shall include, but not be limited to, all activities related to initial employment, upgrading, demotion, transfer, recruitment or recruitment advertising, layoff or termination. Contractor shall also comply with all relevant provisions of City's Minority Business Enterprise program, Affirmative Action Plan or other related programs or guidelines currently in effect or hereinafter enacted. 3.5.20 Labor Certification. By its signature hereunder, Contractor certifies that it is aware of the provisions of Section 3700 of the California Labor Code which require every employer to be insured against liability for Worker's Compensation or to undertake self-insurance in accordance with the provisions of that Code, and agrees to comply with such provisions before commencing the performance of the Services. 3.5.21 Authority to Enter Agreement. Contractor has all requisite power and authority to conduct its business and to execute, deliver, and perform the Agreement. Each Party warrants that the individuals who have signed this Agreement have the legal power, right, and authority to make this Agreement and bind each respective Party. ST. FRANCIS ELECTRIC Page 10 of 11 3.5.22 Counterparts. This Agreement may be signed in counterparts, each of which shall constitute an original. 3.6 Subcontracting. 3.6.1 Prior Approval Required. Contractor shall not subcontract any portion of the work required by this Agreement, except as expressly stated herein, without prior written approval of City. Subcontracts, if any, shall contain a provision making them subject to all provisions stipulated in this Agreement. [Signatures on next page] ST. FRANCIS ELECTRIC Page 11 of 11 CITY OF ROSEMEAD ST. FRANCIS ELECTRIC. B 15 Bill R. Manis, City Manager Date Date Attest: A19— City Clerk Approved as to Form: P—Rac—he Richman ate City Attorney Name:f—Ic [If Corporation, TWO SIGNATURES, President OR -Vice , President AND Secretary, ,AND CORPORATE SEAL OF 'CONTRACTOR' REQUIRED] By: Name: Title: Sect e (c"r-/ THE GUARANTEE'" PERFORMANCE BOND BOND AMOUNT: $ 53,475.00 PREMIUM: $642.00 BOND NO.: 12`139557 KNOW ALL MEN BY THESE PRESENTS, That we, ST. FRANCIS ELECTRIC, LLC as Principal, and The Guarantee Company of North America USA, a Michigan Corporation, as Surety, are held and firmly bound unto CITY OF ROSEMEAD as Obllgee, In the SUM Of FIFTY-THREE THOUSAND FOUR HUNDRED SEVENTY-FIVE 00/100 ($ 53,475.00 ) Dollars for which sum, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, by these presents. WHEREAS, on the 14TH day of DECEMBER zols the Principal entered into a contract with the Obligee for TRAFFIC SIGNAL MAINTENANCE SERVICES - RFP 2016-21 which contract is by reference made a part hereof and is hereafter referred to as the Contract. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, That, if the Principal shall faithfully perform said Contract in accordance with the plans, specifications and terms thereof, then this obligation shall be void; otherwise, it shall remain in full force and effect. Sealed with our Seals and Dated this 21ST day of DECEMBER , 2016 Witness ST. FRANCIS ELECTRIC, LLC �`-., Prin ipal ANDY AMADOR ITS: VICE PRESIDENT The Guarantee Company of North America USA BY: V Witness Attorney-In-Faci' KELI WHEATL A notary pub{Icorother office completing this certificate vanri only the Identity of the Individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or vel Idity of that document. State of California County of �d BUM SLiL� personally appeared CALIFORNIA ALL-PURPOSE CERTIFICATE OF ACKNOWLEDGMENT beforeme6IH11tllD I� M f1 ti^r.rr���(� ►iC AA ere Insert name nd title of the officir)t who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature OPTIONAL INFORMATION EaLOREN MARIE JOHNSON COMM. *2166534 s NOlary Public • California o Alameda Caunty 4 Nu Comm, Expiros Oct. 2 2020 (Seal) Although the information in this section is not required bylaw, it could prevent fraudulent removal and reattachment ofthis acknowledgment to an unauthorized document and may prove useful to persons relying on the attached document. Description of Attached Document The preceding Certificate of Acknowledgment is attached to a document titled/for the purpose of containing pages, and dated The signer(s) capacity or authority is/are as: ❑ Indivldual(s) ❑ Attomey-in-Fact ❑ Corporate Officers) ❑ Guardian/Conservator ❑ Partner- Llmited/General ❑ Trustee(s) ❑ Other: representing: Name{s) of Persons) pr Entlrypes) Signer Is Representing Proved to me on the basis of satisfactory evidence: LOform(s)ofidentification O credible wftness(es) Notarial event is detailed in notary)ournal or: Page# Entry# Notary ❑ Additional Signers) ❑ Signets)Thumbprint(s) Notary Rotary, Inc. PO Box 41400, Des Mollis, IA 50311-0502. All Right; Reserved. Item Number 101272. Please contact your Authorizes Reseller ro purchase mples of ch6 form. MThe Guarantee Company of North America USA GUARANTEE® Southfield, Michigan POWER OF ATTORNEY NOW ALL BY THESE PRESENTS: That THE GUARANTEE COMPANY OF NORTH AMERICA USA, a corporation organized and existing under the laws of the State of Michigan, having its principal office In Southfield, Michigan, does hereby constitute and appoint Robert W. Babcock, Mollie Whalen, Katherine Christine Babcock, James Lawrence Ronhasr, Kell Wheatley, Maxwell Newlin, Brandon Keup FL W. Babcock Insurance Brokerage, Inc. Its true and lawful atlomey(s}ln-fact to execute, seal and deliver for and on Its behalf as surely, any and all bonds and undertakings, contracts of Indemnity and other writingsabligatory in the naturethereof, which am or maybe allowed, required or permitted bylaw, statue, rule, regulation, contract or otherwise. The execution of such instrument(s) In pursuance of these presents, shall be as binding upon THE GUARANTEE COMPANY OF NORTH AM ERICA USA as fully and amply, to all intents and purposes, as if the same had been duly executed and acknowledged by its regularly elected officers at the principal office. The Power of Attorney is executed and may be certified so, and may be revoked, pursuant to and by authority of Article IX Section 9.03 of the By -Laws adopted by the Board of Directors of THE GUARANTEE COMPANY OF NORTH AMERICA USA at a meeting held on the 31' day of December, 2003. The President, or any Vice President, acting with any Secretary or Assistant Secretary, shall have power and authority. 1. To appoint AbDrney(sy"ct, and to authorize them to execute on behalf of the Company, and attach the Seat of the Company thereto, bonds and undertakings, contracts of Indemnity and other writings obligatory in the nature thereof, and 2. To revoke, at any time, any such Attorney -In -fad and revoke the authority given, except as provided below 3. In connection with obligations In favor of the Florida Department of Transportation only, t is agreed that the power and authority hereby given to the Attorney -in -Fest includes any and all consents for Me release of retained percentages and/" final estimates on engineering and construction contracts required by the State of Florida DepadmentofTransponation. It is fully understood thatconsenting to the State of Florida Department ofTransportall making payment of the final estimate to the Contractor and/or its assignee, shall not relieve this surety company of any of he obligations under its band. 4. In connection with obligations In favor of the Kentucky Department of Highways only, t is agreed that the power and authority hereby given N the Attorney -In -Fact cannot be modified or revoked unless prior written personal notice of such Intent has been given to the Commissioner— Department of Highways of the Commonwealth of Kentucky at bast thirty (30) days prior to the modification or revocation. Further, this Power of Attorney Is signed and sealed by facsimile pursuant to resolution of the Board of Directors of the Company adopted at a meettrg duly celled and held on the Sth day of December 2011, of which the following is a true excerpt: RESOLVED that the signature of any authorized officer and the seal of the Company may be affo ad by facsimile to any Power of Attorney or certification thereof sulha izing the execution and delivery of any bond, undertaking, contracts of Indemnity and other writings obligatory in the nature thereof, and such signature and seal when so used shall have the same force and effect as though manually affixed. IN WITNESS WHEREOF, THE GUARANTEE COMPANY OF NORTH AMERICA USA has caused this instrument to be signed and yprg Its corporate seal to be affixed by its authorized officer, this 2A0 day of October, 2015. THE GUARANTEE COMPANY OF NORTH AMERICA USA STATE OF MICHIGAN Stephen C. Ruschak, President 6 Chief Operating Officer Randall Musaelman, Secretary County of Oakland On this 2nd day of October, 2015 before me came the individuals who executed the preceding Instrument, to me personally known, end being by me duly swum, said that each is the herein described and authorized officer of The Guarantee Company of North America USA; that the seal alflmd to said Instrument is the Corporate Seat of said Company that the Corporate Seal and each signature were duly affixed by order of the Board of Directors of said Cynthia A. Takal IN WITNESS WHEREOF, I have hereunto set my hand at The Guarantee Notary Pudic, State of Michigan Company of Nath America USA offices the day and year above written. County of Oakland n " /j -3 MyCommasmn Expbes Febmory Z7,20 8 („r//l.�.lt.r./r/ 9. 7 y,. Acting to Oakland County 1, Randall Musselman, Secretary of THE GUARANTEE COMPANY OF NORTH AMERICA USA, do hereby certify that the abcrye and foreg)oing,is s true and correct copy of a Power of Attorney executed by THE GUARANTEE COMPANY OF NORTH AMERICA USA, which is still Ir all force and eifeA. �r,xree IN WITNESS WHEREOF, I have thereunto set my hand and attached the seal of said Compmy this.'.21 ST c�y of DEMBER 2016 G� Randall Musselman, Secretary ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document, State of California Alameda County of On DECEMBER 21, 2016 before me, MAXWELL DAVID NEWLIN, NOTARY PUBLIC (insert name and title of the officer) personally appeared KELT WHEATLEY who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. MAXWELL DAVID NEWLIN r WITNESS my hand and official seal. commission s 2099510 Notary Public - California TAlameda County 94 Comm. Expires Fab 8, 2019 Signature '� /��� ` (Seal) THE GUARANTEE'" BOND AMOUNT:$ 53,475.00 PAYMENT BOND BOND NO.: 12139557 PREMIUM: INCLUDED WITH PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS, That we, ST. FRANCIS ELECTRIC, LLC as Principal, and The Guarantee Company of North America USA, a Michigan Corporation, as Surely, are held and firmly bound CITY OF ROSEMEAD as Obligee, in the sum of FIFTY-THREE THOUSAND FOUR HUNDRED SEVENTY-FIVE 001100 ($ 53,475.0D 1 Dollars for which sum, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, by these presents. WHEREAS, on the 14TH day of DECEMBER , 2016 , the Principal entered into a contract with the Obligee for TRAFFIC SIGNAL MAINTENANCE SERVICES - RFP 2016-12 Which contract is by reference made a part hereof and is hereafter referred to as the Contract. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, That, if the Principal shall pay all lawful claims of sub- contractors, materialmen, or laborers for labor performed or materials furnished directly to the Principal, in the performance of said Contract, we agreeing that his bond shall be for the benefit of any sub -contractor, materialman, or laborer having a just claim, then this obligation shall be void; otherwise, it shall remain in full force and effect, subject, however, to the following condition: No suit or action shall be commenced hereunder by any claimant. a) After the expiration of one (1) year following the date on which Principal ceased work on said Contract it being understood, however, that if any limitation embodied in this bond is prohibited by any law controlling the construction hereof such limitation shall be deemed to be amended so as to be equal to the minimum period of limitation permitted by such law. b) Other than in a state of court of competent jurisdiction in and for the county or other political subdivision of the state in which the Project, or any part thereof, Is situated, or in the United States District Court for the District in which the Project, or any part thereof, Is situated, and not elsewhere. Sealed with our Seals and Dated this 21ST day of DECEMBER 2016 ST. FRANCIS EL CTRI LC BYE Witness Prin ANDY AMADOR (SEAL) ITS: VICE PRESIDENT The Guarantee Company of North America _USSAA��(�/ / All mey-in-Fact . KELI WHE ., .FAL) r GCNA USA Payment Bond Rev. 2120113 A notary pubbc or other officer completing this certificate verfies onlythe identity of the individual who signed the document to which this certifiate is attached, and not the truthfulness, accuracy, or validity of that document. State of County 1 On personal CALIFORNIA ALL-PURPOSE CERTIFICATE OF A wwa�un ra��ww�waT who proved to me on the basis of satisfactory evidence to be the person(s) whose names) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. LOREN MARIE 10NNSD111 COMM. #2166534 x Notary Public • Calitornia o = Alameda Covnly Signature �/� ----- Mm. EIlirmOCL 22020 (Seal)OPTIONAL INFORMATION Although the information in this section /s not required by law, it could prevent fraudulent removal and reattachment of this acknowledgment to an unauthorized document and may prove useful to persons relying an the attached document. Description of Attached Document The preceding Certificate of Acknowledgment is attached to a document titled/for the purpose of containing _ pages, and dated The signers) capacity or authority is/are as: ❑ Individual(s) ❑ Attomey-in-Fact ❑ Corporate Officers) tfle(s) ❑ Guardian/Conservator ❑ Partner - Limited/General ❑ Trustee(s) ❑ Other. representing: Names) of Person(s) or Eir les) Signer Is Representing Identification Proved to me on the basis of satisfactory evidence: LO form(s) of identification O credible whness(es) Notarial event is detailed in notary journal on: Page 9 Entry R Notary contact ❑ Addltlonal Signers) ❑ signer(s) Thumbprints) 1-1 e copyright 20U-2014 Notary Rotary, IX. PO Ill 41490, Des Moines, IA 50311 -mol. All Rlgnn nel nem woreer 1011,1. riease coma your Ausnorvea nesener w purcnase copies orrms mrm. THE The Guarantee Company of North America USA GUARANTEE® Southfield, Michigan POWER OF ATTORNEY NOW ALL BY THESE PRESENTS: That THE GUARANTEE COMPANY OF NORTH AMERICA USA a corporation organized and existing under the laws of the State of Michigan, having fis principal otfloe in Southfield, Michigan, does hereby constitute and appoint Robert W. Babcock, Mollie Whalen, Katherine Christine Babcock, James Lawrence Ronhaar, Kell Wheatley, Maxwell Newlin, Brandon Keup R. W. Babcock Insurance Brokerage, Inc. Its true and lawful atlomey(s)-tri-tact to execute, seal and deliverfor and on its behalf as surety, any and all bonds and undertakings, contracts of indemnity and other writings obligatory in the nature thereof, which are or may be allowed, required or permitted by low, statute, rule, regulation, contractor otherwise. The execution of such instrument(s) in pursuance of these presents, shall be as binding upon THE GUARANTEE COMPANY OF NORTH AMERICA USA as fully and amply, to all intents and purposes, as If the same had been duly executed and acknowledged by Its regularly elected officers at the principal office. The Power of Attorney Is executed and may be certified so, and may be revoked, pursuant to and by authority of Article IX Section 9.03 of the By -Laws adopted by the Board of Directors of THE GUARANTEE COMPANY OF NORTH AMERICA USA at a meeting held on the 31• day of December, 2003. The President, or any Vice President, acting with any Secretary or Assistant Secretary, shall have power and authority: 1. To appoint Allomsy(s}kr-fact, and to authorize them to execute on behalf of the Company, and attach the Seal of the Company thereto, bonds and undertakings, contracts of indemnity and other wrlNngs obligatory In the nature thereof; and 2. To revoke, at any time, any such Attorney -In -fact and revoke the authority given, except as provided below 3. In connection with obligations In favor of the Florida Depathried of Transportation only, h is agreed that the power and authority hereby given to the A9omey-in-Fact includes any and all consents for the release of retained percentages and/or final satinates on engineering and construction contracts required by the State of Florida Department of Transportagon. his fully understood thetconsenting lathe Slate of Flodda Deparbnentof Transportation making payment of the final estimate to the Contractor and/or its assignee, shall not relieve this surety company of any of its obligations under its bond. 4. In connection with obligations In favor of the Kentucky Department of Highways only, it Is agreed that the power and authority hereby given to the Attomey-In-Fact cannot be modified or revoked unless prior written personal notice of such Intent has leen given to the Commissioner— Department of Highways of the Commonwealth of Kentucky at least thirty (30) days prior to the mora ficallon or revocation. Further, this Power of Attorney is signed and sealed by facsimlle pursuant to resolution of the Board of Directors of the Company adopted at a meeting duly called and held on the 0th day of December 2011, of which the following is a true excerpt: RESOLVED that the signature of any author aid officer and the Beet of the Company may be of mil by facsimile to any Power of Attorney or certification thereof authorizing the execution and delivery of any bond, undertaking, contracts of indemnity and other writings obligatory in the nature thereof, and such signature and seal when so used shall have the same force and effect as though manually affixed. IN WITNESS WHEREOF, THE GUARANTEE COMPANY OF NORTH AMERICA USA has caused this Instrument to he signed and hs corporate seal to be effaced by Ile authorized offloer, this 2w day of October, 2010. :D*A"'Oef THE GUARANTEE COMPANY OF NORTH AMERICA USA Ae�-40m�- STATE OF MICHIGAN Stephen C. Rusxdak, President & Chief Operating tNhcar Randall Musselmon, Secretary County of Oakland On this 2nd day of October, 2015 before me came the individuals who executed the preceding insinrmerd, to me personally known, and being by me duly sworn, said that each is the herein described and authorized officer of The Guarantee Company of North America USA; that 9a seat affixed to sold Instrument H the Corporate Seal of said Company; that the Corporate Seal and each signature were duly affixed by order of the Board of Directors of said Cynthia A. Takei IN WITNESS WHEREOF, I have hereunto set my hand at The Guarantee Notary Public, State of Michigan Company of North America USA offices the day and year above written. County of Oakland My Commhsfon Expires Febnmry27,2038 ......�' Acdog In OuBlsmd County / I, Randall Musselmen, Secretary of THE GUARANTEE COMPANY OF NORTH AMERICA USA, do hereby certify that the above and foregoing is a true -. and correct copy of a Power of Attorney executed by THE GUARANTEE COMPANY OF NORTH AMERICA USA which is still In full loran ars: effect. ys�Teeo IN WITNESS WHEREOF, I have thereunto set my hand and attached the seal of said Company this 21ST�y o1 iAECb'MEER 2016 Randall Mussahnan, Secretary ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California Alameda County of WE DECEMBER 21, 2016 before me, MAXWELL DAVID NEWLIN, NOTARY PUBLIC (insert name and title of the officer) personally appeared KELI WHEATLEY who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/herttheir authorized capacity(ies), and that by his/herttheir signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. MAXWELL DAVID NEWLIN WITNESS my hand and official seal. Commissions 2099510 Notary Pubtic - Californla z Z Alameda County g My Comm. Expires Feb 8, 2019 Signature ���T! '�� (Seal) EXHIBIT A SCOPE OF SERVICES/ HOURLY RATES A-1 Understanding of Scope of Work and Work Proposal St. Francis Electric {SFE) agrees to provide routine preventative maintenance, prompt scheduled repairs, and emergency response to the City's traffic signals, traffic signal equipment, safety street lights, Flashing beacons, and other related equipment by duly trained and qualified personnel. SFE also agrees to perform Underground Service Alert (USA) at the direction of the City. it is understood that all preventative maintenance and USA's will be billed at an established flat rate as we proposed in Schedule A, with additional scheduled repair services and emergency response services for personnel, vehicle, and equipment in accordance with the Cost proposal, Schedule B and C as we proposed in this proposal. SFE understands that an inability to provide routine preventive maintenance to each traffic signal, safety street lights, or Hashing beacons may cause the Contractor to be subject to liquidated damages. SFE agrees to provide and maintain emergency service response of the City's traffic signals, safety street lights, and flashing beacons on a twenty-four (24) hour o day, seven (7) days per week basis, including all holidays. SFE understands that all vehicle{s) to be used by the technicians shall be equipped with a permanently mounted crow board; warning beacon/strobe lights; traffic cones; construction warning signs; a hydrauitc bucket capable of reaching a height of at least twenty-eight (28) feet from the roadway surface; necessary computer laptop for programming, maintenance and testing of traffic signal controllers and various equipment; and communications equipment for dispatch. In addition, all SFE's employees will be equipped with a mobile computer or tablet with 4G LTE access and a cellular phone capable of numeric and text messages with vibration alert. All SFE required equipment shall be properly maintained and functional twenty-four (24) hours a day, seven {7) days a week, including holidays. SFE agrees to possess, and have readily available in functioning order, all required tools, equipment, apparatus, facilities, and materials needed to perform all work necessary to maintain and repair the traffic signals, safety street lights, and flashing beacons in the City, in compliance with current Caltrans and County of Los Angeles standards and specifications. All excess materials and equipment in the SFE's Inventory shall be SFE's property and responsibility until such materials or equipment is used or installed in the City. SFE agrees to furnish temporary beacons and other (portable) replacement equipment for non- operational traffic signals. Any SFE furnished temporary spare equipment shall be equivalent to the component being replaced in manufacturer, make and model. SFE agrees to provide traffic control/lane closures that conform to the most current edition of the Federal Highway Administration [FHWA) - California Monual on Uniform Traffic Control Devices (CA MUTCD). SFE agrees to cooperate with the City in recalibrating traffic signal coordination timing and progression only upon the direction or advance written approval of the City. Otherwise, SFE will not change the traffic signal timing. During emergency conditions, SFE agrees to assure full cooperation with the City and those employees of the City and other agencies as indicated - St. Francis Electric I A and C-10 Licensed Contractor 1 1420 Citrus St. Riverside, CA 92507 Tftgnciselo &.cot -Phone 1951(304-4903- Fox (9311274.0061-2417/365 Traffic SignalService 1-(844)4JGHr88 It is understood that SIFE shall not represent the City in matters of policy or procedures under this contract. SFE shall not make any reference to City policy or procedures, and shall refer all questions or Inquiries from the public regarding policy and procedures, or terms and conditions of this contract to the City. SFE agrees to maintain any addiffonol traffic signals, lighted crosswalks, and appurtenant devices as they are installed, or become a part of the maintenance requirements to the City. At SFE, we understand the importance for the City of Rosemead to provide quality service to its residents; therefore we are here to do just that. Our focus is to provide the City with high qualify, cost effective, trouble free, and tnnovailve maintenance. SFE's maintenance team intends to approach this maintenance contract with an honest mentality and to provide the best customer service experience for the City of Rosemead and its citizens. SFE understands that, as a maintenance contractor, we represent the City while working on its streets. Many of our team members have worked for municipalities; therefore, we always thrive to provide responsive and innovative services to our clients. We will proactively communicate with the City officials to inform issues encountered during the contract period for work performed and we want to accomplish all the services described in this RFP as directed as the following: A', MaintenanceReauirements Preventative Maintenance SFE proposes to perform a routine, comprehensive preventive maintenance program designed to minimize the incidence of outages and malfunction; reduce complaints; and extend the useful life of the traffic signal equipment. SFE will furnish and use a preventive maintenance checklist form approved by the City and provide one electronic copy of the maintenance checklist to the City following each inspection, to maintain a copy of the checklist in the traffic signal controller cabinet, and to maintain a copy of the maintenance checklist at the Contractor's office of records. SFE proposes to perform Monthly Inspection 05 following: a, Walk the Intersection and visually Inspect all signal heads far proper operation, alignment, broken lenses, burned out lamps, and missing parts b. Depress all pedestrian push buttons and observe the proper timing and display c. Correct all observed problems as soon as possible d. Examine the functioning of the controller in relation to the traffic. Correct functional problems as soon as possible and report functional and timing problems to the City e. Observe and check for proper operation at the video detection systems, detector loops and amplifiers. f. Adjust or re -tune detector amplifiers and correct substandard splices as necessary g. Report improper detection operation and causes to the City h. Inspect all relays, switches, and terminals, etc. St. Francis Heetric I A and C-101)censed Contractor 11420 Clirus St. Riverside, CA 92507 sihanciselectric.cmn—Phone (951) 3044903— Fax (9511 274-0061 —24171365 TraMc Signo15eMce 1-(844)-L1GHT88 1. Make arrangements to promptly fix those deficiencies which cannot be corrected immediately J. Check and adjust fan operation k. Check the filter for tight fit and tape if required L Clean and vacuum the cabinet as necessary m. Examine cabinet interior for wafter, excessive dampness and plant or animal intrusion. Determine cause and correct the condition n. Inspect BBS (if so equipped) to ensure unit is fully charged. Check all battery connections to ensure they are clean and secure and report improper operation to the City o. Perform a night time check of safety lights and illuminated street name signs at all signalized intersections. p. Complete record keeping as required by the City Scheduled Repair SFE will investigate and determine the corrective requirements for each reported malfunction, failure or outage of the traffic signal system, including the communicatton network. SFE will repair of replace equipment and components (as re -defined in Addendum No. i) that have failed, deteriorated or malfunctioned from the normal operation of the traffic signal system (including controllers and battery backup systems) under Time and Materials. SFE agrees to perform all required steps to submit work proposals as indicated in this section of RFP. Emergency Response Work Only when authorized by the City, SFE may perform Unscheduled and Emergency Response Work on the traffic signal system not covered by preventative maintenance and scheduled repair. This work shall be performed on a time and materials basis in accordance wifrt the unit costs listed in Schedule C or by a negotiated cost. The Unscheduled or Emergency work hours could be during regular business hours (7:D0 AM to 5:00 PM, Monday through Friday( or after regular business hours. SFE understands and agrees to perform work and requirements as listed in this section of RFP. Maintenance Records SFE will create and maintain an inventory list of the equipment in the controller cabinet ai each location. The inventory shall include the model, manufacturer, serial number, and quantity of each piece of equipment and installation date. The inventory est shall be continuously updated and a copy shall be furnished to the City every four (4) months in a Microsoft Excel spreadsheet. SFE understands and agrees to perform work and requirements as listed in this section of RFP. Monthly Activity Reload SFE will provide a computerized monthly activity report to the City by the fifteenth (15th) working day of each month for the previous month's activities. The report shall be provided both as a printout and as a Microsoft Excel Spreadsheet compatible computer file transmitted by e -mall and attached to the monthly invoice. The monthly activity report will include the followings: 1, Preventive Maintenance: Tme and date the preventive maintenance was performed. 2. Scheduled Repairs: A complete record of oil work that was performed on the traffic signal equipment during the previous month including the date and time, make, model, and serial number of any major components or other equipment that was newly installed at each St. Francis Electric I A and C-10 Ucensed Contractor 11420 Citrus St. Riverside, CA 92507 sfhan'i;(951) 3044903- Fax (9511274-0061 -24/71365 Troffic Signal Service 1-18441-LIGHT88 intersection. 3. Emergency Response Work: Time the service cogs were received, time arrived at the intersection, the response time, nature of the problem, the number of hours spent for each repair, materials used, whether the activity is related to accident or vandalism, and a special listing of intersections with three or more calls in one month. Responses and Service SFE will provide response and service on a twenty-four (24) hour, seven (7) day per week basis. Immediate action will be taken to safeguard the public any lime a signal installation becomes partly or totally inoperative from any cause whatsoever. SFE will provide the City with a contact name and phone number of personnel responsible for 24/7 services. SFE understands that the maximum response times shall be as follows: 1. Emergency and accident maintenance -one (1) hour 2. Replacement of burned out signal faces - two (2) hours 3. All other signal maintenance -twenty-four (24) hours 4. Safety Lighting --twenty-four (24) hours 5. Illuminated Street Name Signs forty-eight (48) hours SFE understands and agrees to perform work and remaining requirements as listed in this section of RFP. Signal Shut down, Signal on Flask Spare Equipment, Salvaged Equipment and New Traffic Signals SFE understands and agrees to perform work and requirements as listed in these sections of RFP. R. Underaround Sgrvfce Alertf6la Afertl Monitoring SFE will provide service, as directed by the City, to adequately mark all traffic signal conduits, traffic signal interconnect/communtcailon lines (twisted copper or fiber), and equipment as well as street rights on behalf of the City in accordance with the California Government Code Section 4216 et seq. As required by this RPP to monitoring and tracking the marking of any affected intersections, SFE will establish on Intersection Record Log with the USA notification and corresponding action noted in the controller and provides a copy to the City. C. Warranty Service SFE wig provide warranty services as described in this RFP for new equipment installed by SFE with a material and workmanship warranty for one (1) year after acceptance. SFE will notify the City where parts or material become defective during this warranty period, so that the warranty may be exercised. SFE wig exercise maintenance and replacement covered by the warranty and servicing of traffic signals will be performed at the expiration of warranty. SFE agrees to the terms for warranty service compensation as described in this RFP. St- Francis Electric I A and C-1011censed Contractor i 142D Citrus St. Riverside. CA 92507 sthurowlectric.corr-Phone 1951) 304 -4903 -Fox (951) 274-0061-24/7/365 Traffic Signal Service 7-1844)-LIGHr8B Cost Proposal COST PROPOSAL SCHEDULE "A" FLAT RATE MAINTENANCE SCHEDULE Item Description Quantity Unit Unit Price Total Annual Amount 1. Preventive Maintenance 2. Replace Type A Detector Loop (5 or more 4 loops) (Traffic Signal System: includes Per Loop 3. safety lights & illuminated street $ 840.00 Per Loop name signs) 43 Per Intersection $ 79.25 s40,893.00 11. Preventive Maintenance 5. Replace Video Detection Unit (Speed Feedback Signs) 14 Per Location $ 31.50 $ 5,292.00 III. Preventive Maintenance $120.00 Per Face' (in -Pavement Flashing Crosswalk Pedestrian LED Face Replacement $225,00 Lights) 13 Per Location s 31.50 $ 5,670.00 IV. Underground Service Alert — USA Per Mon ' (Dig Alert Service) Per USA $135.00 $ 1,620.00 Special Note: The flat rate fee represents total compensation for all labor. material. equipment. and vehicles necessary to provide the corresponding tasks. TOTAL PROPOSAL ITEMS (1.11.111, IV) $ 53,475.00 COST PROPOSAL SCHEDULE "A" SCHEDULED REPAIR SERVICES hem No. Description Unit Price 1 _ Replace Type A Detector Loop (1 to 4 loops) $ 800.00 Per Loop 2. Replace Type A Detector Loop (5 or more 4 loops) $ 685.00 Per Loop 3. Replace Type D Detector Loop (1 to 4 loops) $ 840.00 Per Loop 4. Replace Type D Detector Loop (5 or more loops) S 700.00 Per Loop 5. Replace Video Detection Unit $2,200.00 Per Unit ' 6, Vehicular LED Face Replacement $120.00 Per Face' 7. Pedestrian LED Face Replacement $225,00 Per Face' a. Replace Pedestrian Push Button $ n,5,p,Q Per Mon ' Special Note: The unit price represents total compensation for all tabor, material, equipment, and vehicles necessary to complete the corresponding task, For any work not listed on Schedule 6, the Contractor shall submit a cost proposal to the City prior to performing the work. " Pricing is when completed during Regular Time Hours St. Francis Hectric ( A and C-10 Licensed Controctor 1 1420 Citrus St. Riverside, CA 92507 sthangsgle4lr(e_com - Phone 1951) 304-4903 - Fax (9511274-0061 - 24/7/355 Trafftc Signal Service i 4844)4JGHT88 COST PROPOSAL SCHEDULE "C" EMERGENCY RESPONSE SERVICES List the position titles and responsibilities of personnel that will be providing emergency response services to the City per this RFP. PERSONNEL Position Hourly Straight Time Hourly Overtime Trtle: Traffic Signal Maintenance Superintendent $ 115.00 $ 155.00 Description: Title: Engineering Technician $ 115.00 $ 155.00 Description: Title: Traffic Signal Technician $ 98.50 $ 142.50 Description: Title: Lab Technician $ 98.50 $ WA Description: Title: Construction Foreman $ 98.50 $_L42-50 Description: Title: Construction Electrician $ 98.50 $ 142.50 Description: Title: Construction Laborer $ 85.00 $ 110.00 Description: Ttlle: $ $ Description: Title: $ $ Description. St Francis BectAc I A and C-10 Hcensed Contractor 1 1420 Citrus St. Riverside, CA 92507 sifronciselectric.com - Phone (951 ) 304-4903 - Fox (951) 2740061- 24/7/365 Traffic Signed Service 1-(8441-L(GHT88 COST PROPOSAL SCHEDULE "C" EMERGENCY RESPONSE SERVICES CONTINUED VEHICLES AND EQUIPMENT The vehicles and equipment listed hereon may not accurately reflect the rolling stock used by your firm. For those vehicles and equipment that are not used by your firm, cross out and mark as "NIA" to indicate that the vehicle or equipment is not available or necessary for the emergency response services requested in this RFP. pswwmeW160 Pickup Truck Service Truck Crane Truck Attec/Tesla Truck Concrete Saw Air Compressor $ NIA $ 10.00 $ N/A $ Any equipment not listed will be paid per current Caltrans equipment rates_ The City will pay a maximum travel time of one hour in each direction. MATERIAL MARK-UP Per Hour Per Hour Per Hour Per Hour Per Hour Per Hour Per Hour Per Hour Per Hour Per Hour Per Hour Per Hour Per Hour Per Hour Per Hour Per Hour Per Hour Per Hour Per Hour Per Hour Per Hour Material mark-up will not exceed 15 °o of suppliers invoice price (cost) that will be furnished to the City in any cost proposal for emergency response work. St. Francis Electric I A and C-10 Licensed Contractor 1 1420 G1ris Sl. Riverside, CA 92507 sitranciselectdc.com - Phone (951) 3044903 - Fax (951) 274-0061 - 24171365 Traffic 59nal Service I-(W)-UGHTOB EXHIBIT B INSURANCE REQUIREMENTS Prior to the beginning of and throughout the duration of the Work, Contractor will maintain insurance in conformance with the requirements set forth below. Contractor will use existing coverage to comply with these requirements. If that existing coverage does not meet the requirements set forth here, Contractor agrees to amend,supplement or endorse the existing coverage to do so. Contractor acknowledges that the insurance coverage and policy limits set forth in this section constitute the minimum amount of coverage required. Any insurance proceeds available to City in excess of the limits and coverage required in this agreement and which is applicable to a given loss, will be available to City. Contractor shall provide the following types and amounts of insurance: Commercial General Liability Insurance using Insurance Services Office "Commercial General Liability" policy form CG 00 01 or the exact equivalent. Defense costs must be paid in addition to limits. There shall be no cross liability exclusion for claims or suits by one insured against another. Limits are subject to review but in no event less than $1,000,000 per occurrence. Business Auto Coverage on ISO Business Auto Coverage form CA 00 01 including symbol 1 (Any Auto) or the exact equivalent. Limits are subject to review, but in no event to be less that $1,000,000 per accident. If Contractor owns no vehicles, this requirement may be satisfied by a non -owned auto endorsement to the general liability policy described above. If Contractor or Contractor's employees will use personal autos in any way on this project, Contractor shall provide evidence of personal auto liability coverage for each such person. Excess or Umbrella Liability Insurance (Over Primary) if used to meet limit requirements, shall provide coverage at least as broad as specified for the underlying coverages. Any such coverage provided under an umbrella liability policy shall include a drop down provision providing primary coverage above a maximum $25,000 self-insured retention for liability not covered by primary but covered by the umbrella. Coverage shall be provided on a "pay on behalf" basis, with defense costs payable in addition to policy limits. Policy shall contain a provision obligating insurer at the time insured's liability is determined, not requiring actual payment by the insured first. There shall be no cross liability exclusion precluding coverage for claims or suits by one insured against another. Coverage shall be applicable to City for injury to employees of Contractor, subContractors or others involved in the Work. The scope of coverage provided is subject to approval of City following receipt of proof of insurance as required herein. Limits are subject to review but in no event less than $1 Million per occurrence. Professional Liability or Errors and Omissions Insurance as appropriate shall be written on a policy form coverage specifically designed to protect against acts, errors or omissions of the Contractor and "Covered Professional Services" as designated in the policy must specifically include work performed under this agreement. The policy limit shall be no less than $1,000,000 per claim and in the aggregate. The policy must "pay on behalf of the insured and must include a provision establishing the insurer's duty to defend. The policy retroactive date shall be on or before the effective date of this agreement. Insurance procured pursuant to these requirements shall be written by insurers that are admitted carriers in the state of California and with an A.M. Bests rating of A- or better and a minimum financial size VII. General conditions pertaining to provision of insurance coverage by Contractor. Contractor and City agree to the following with respect to insurance provided by Contractor: 1. Contractor agrees to have its insurer endorse the third party general liability coverage required herein to include as additional insureds City, its officials, employees and agents, using standard ISO endorsement No. CG 2010 with an edition prior to 1992. Contractor also agrees to require all contractors, and subcontractors to do likewise. 2. No liability insurance coverage provided to comply with this Agreement shall prohibit Contractor, or Contractor's employees, or agents, from waiving the right of subrogation prior to a loss. Contractor agrees to waive subrogation rights against City regardless of the applicability of any insurance proceeds, and to require all contractors and subcontractors to do likewise. 3. All insurance coverage and limits provided by Contractor and available or applicable to this agreement are intended to apply to the full extent of the policies. Nothing contained in this Agreement or any other agreement relating to the City or its operations limits the application of such insurance coverage. 4. None of the coverages required herein will be in compliance with these requirements if they include any limiting endorsement of any kind that has not been first submitted to City and approved of in writing. 5. No liability policy shall contain any provision or definition that would serve to eliminate so-called "third party action over" claims, including any exclusion for bodily injury to an employee of the insured or of any contractor or subcontractor. 6. All coverage types and limits required are subject to approval, modification and additional requirements by the City, as the need arises. Contractor shall not make any reductions in scope of coverage (e.g. elimination of contractual liability or reduction of discovery period) that may affect City's protection without City's prior written consent. 7. Proof of compliance with these insurance requirements, consisting of certificates of insurance evidencing all of the coverages required and an additional insured MA endorsement to Contractor's general liability policy, shall be delivered to City at or prior to the execution of this Agreement. In the event such proof of any insurance is not delivered as required, or in the event such insurance is canceled at any time and no replacement coverage is provided, City has the right, but not the duty, to obtain any insurance it deems necessary to protect its interests under this or any other agreement and to pay the premium. Any premium so paid by City shall be charged to and promptly paid by Contractor or deducted from sums due Contractor, at City option. 8. Certificate(s) are to reflect that the insurer will provide 30 days notice to City of any cancellation of coverage. Contractor agrees to require its insurer to modify such certificates to delete any exculpatory wording stating that failure of the insurer to mail written notice of cancellation imposes no obligation, or that any party will "endeavor" (as opposed to being required) to comply with the requirements of the certificate. 9. It is acknowledged by the parties of this agreement that all insurance coverage required to be provided by Contractor or any subcontractor, is intended to apply first and on a primary, noncontributing basis in relation to any other insurance or self insurance available to City. 10. Contractor agrees to ensure that subcontractors, and any other party involved with the project who is brought onto or involved in the project by Contractor, provide the same minimum insurance coverage required of Contractor. Contractor agrees to monitor and review all such coverage and assumes all responsibility for ensuring that such coverage is provided in conformity with the requirements of this section. Contractor agrees that upon request, all agreements with subcontractors and others engaged in the project will be submitted to City for review. 11. Contractor agrees not to self -insure or to use any self-insured retentions or deductibles on any portion of the insurance required herein and further agrees that it will not allow any contractor, subcontractor, Architect, Engineer or other entity or person in any way involved in the performance of work on the project contemplated by this agreement to self -insure its obligations to City. If Contractor's existing coverage includes a deductible or self-insured retention, the deductible or self-insured retention must be declared to the City. At that time the City shall review options with the Contractor, which may include reduction or elimination of the deductible or selfinsured retention, substitution of other coverage, or other solutions. 12. The City reserves the right at any time during the term of the contract to change the amounts and types of insurance required by giving the Contractor ninety (90) days advance written notice of such change. If such change results in substantial additional cost to the Contractor, the City will negotiate additional compensation proportional to the increased benefit to City. M 13. For purposes of applying insurance coverage only, this Agreement will be deemed to have been executed immediately upon any party hereto taking any steps that can be deemed to be in furtherance of or towards performance of this Agreement. 14. Contractor acknowledges and agrees that any actual or alleged failure on the part of City to inform Contractor of non-compliance with any insurance requirement in no way imposes any additional obligations on City nor does it waive any rights hereunder in this or any other regard. 15. Contractor will renew the required coverage annually as long as City, or its employees or agents face an exposure from operations of any type pursuant to this agreement. This obligation applies whether or not the agreement is canceled or terminated for any reason. Termination of this obligation is not effective until City executes a written statement to that effect. 16. Contractor shall provide proof that policies of insurance required herein expiring during the term of this Agreement have been renewed or replaced with other policies providing at least the same coverage. Proof that such coverage has been ordered shall be submitted prior to expiration. A coverage binder or letter from Contractor's insurance agent to this effect is acceptable. A certificate of insurance and/or additional insured endorsement as required in these specifications applicable to the renewing or new coverage must be provided to City within five days of the expiration of the coverages. 17.The provisions of any workers' compensation or similar act will not limit the obligations of Contractor under this agreement. Contractor expressly agrees not to use any statutory immunity defenses under such laws with respect to City, its employees, officials and agents. 18. Requirements of specific coverage features or limits contained in this section are not intended as limitations on coverage, limits or other requirements nor as a waiver of any coverage normally provided by any given policy. Speck reference to a given coverage feature is for purposes of clarification only as it pertains to a given issue, and is not intended by any party or insured to be limiting or all- inclusive. 19. These insurance requirements are intended to be separate and distinct from any other provision in this agreement and are intended by the parties here to be interpreted as such. 20. The requirements in this Section supersede all other sections and provisions of this Agreement to the extent that any other section or provision conflicts with or impairs the provisions of this Section. 21. Contractor agrees to be responsible for ensuring that no contract used by any party involved in any way with the project reserves the right to charge City or Contractor for the cost of additional insurance coverage required by this M agreement. Any such provisions are to be deleted with reference to City. It is not the intent of City to reimburse any third party for the cost of complying with these requirements. There shall be no recourse against City for payment of premiums or other amounts with respect thereto. Contractor agrees to provide immediate notice to City of any claim or loss against Contractor arising out of the work performed under this agreement. City assumes no obligation or liability by such notice, but has the right (but not the duty) to monitor the handling of any such claim or claims if they are likely to, involve City. -W A� b® CERTIFICATE OF LIABILITY INSURANCE O2/14/2016 Y CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, 1a/la/aois THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(les) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement A statement on this CertifiGate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CA LIC 0829370 1-925-798-3334 Edpeerood Partnere insurance ce Center (EPIC) [Concord - Branch ID 154691 CONTACT Deeps Neupene ---- _.. _..._ PHONE - (925) 822 9053 9 Na, (925) 609 5322 P.O. cox 5668 E'ML ADDRESS: deepa.naupaaS@6PiCbrckmm.eon INSURE S AFFORDINGCOVERAGE NAICa Concord, G 94524 INSURERA: NATIONAL UNION FIRE INS CO OF PITTS 19445 Jeff Parkhurst INSURED St. Francis Electric, LLC Et. Francis sleotric, lac. INSURER B: ALLIED WORLD ASSUR CO US INC 19489 INSURER c: TRAVELERS PROP CAR CO OF AMER 25674 INSURER D: ALLIED WORLD NATL ASSUR CO 10690 PO cox 2057 INSURER E: San Leandro, CA 94577 INSURER F: Ac chyle -AI= THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. ?LTR TYPE OF INSURANCE ADDL INIHI MISS -I= POLICY NUMBER M LICYEFF POLI:YEXP LMNTS A GENERAL LIABILITY X X GL5342018 08/01/1 04/Dl/17 EACH OCCURRENCE $1,000,000 X COMMERCIAL GENERAL LIABILITY PREMISES aacaeence S SDO, BOB CLAIMSMADE 111 OCCUR MED EXP ("o er $25,000 PERSONAL A ADV IWURY $ 1,000,000 GENERALAGGREGATE $2,000,000 GENLAOOREOATEDMn APPLIESMR: PRODUCTS - COMPIOP AGG $2,000,000 POLICY % EC F LOG $ A AUTOMOBILE LIABILITY X X CA4773676 08/01/1 04/01/17 EeeerJdEerOi ING IE UMIT 1,000 000 BODILY INJURY (P paaw) $ X ANY AUTO TODD AUTO�DULED BODILY INJURY (Pw aNdem) $ E HIRED AULOS E NOPFOWNED AUTOS PROPERTYDAMAOE $ e $ B UMBRELLA LOUT X OCCUR 03102673 08/01/1 04/01/17 EACH OCCURRENCE $ 25,000,°0° % EXCESS LIAR CLAIMS -MADE AGGREGATE $25,000,000 Dm I I RETENTION $ A VIORKERSCOMPENSATION I NCO22298334 OS/01/1 04/01/17 E WC STATU- OTH- AND EMPLOYERS LIABILITY YIN E.L. EACH ACCIDENT $ 1,000,000 ANYPROPRIETORIPARTNEWEXECUrNE OFFICERIMEMBER EXCLUDED? � NIA E.L. DISEASE -EA EMPLOYEE $ 1,000,000 (Mandator I.NN) i If yen deacBx Bader DESCRIPTION OF OPERATX)NS blow EL. DISEASE - POLICY LIMIT E 1, ° 00, 000 C Contractor -8 Equipment QT6 6 03B5 6 8879TEL-fr-/ 17 D Pollution 03092664 08/01/1 08/01/17 Aggregate Limit 5,000,000 C Contractor's Equipment QT6603HS68879TIL16 08/01/1 04/01/17 Rented/Leaeed 400,000 DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES(A8seh ACORD101,AddhimalR ftS oduN,Nm aapexiBf u6udi Res SFE Job# 16-0654, Contract #R36-02, County of Banta Clara , Pedestrian Sensor Installation on Lawrence and Montague Expressway. Additional Inaured(c): County of Santa Clara, members of the board of aupesviecrs of the county of sante clam and the officers, agents, employees of the county of sant& clam, individually and collectively. County of Santa Clara Roads A Airports Department 101 Skyport Drive Ban Jose, CA 95110-1302 USA SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE /. -W rights reserved. ACORD 25 (2010105) The ACORD name and logo are registered marks of ACORD @ATRA03 - 48629599 SUPPLEMENT TO CERTIFICATE OF INSURANCE DATE 12/la/ages NAME OF INSURED: St. y nncis Electric, LLC St. yranci■ Electric, Inc. Additional Ikscrloflon of Operations/Remarks from Page 1: Additional Information: Continued... When required by written contract, additional insured status with primary coverage applies to general Liability and Automobile Liability and waiver of subrogation applies to general Liability, Automobile Liability all per attached eadorsementa. When required by written contract, waiver of subrogation applies to Workers- Compensation per the attached andorewas nts. When required by written contract, additional insured statue applies with respects to lessors of leased equipments per attached endorsement. SUPP (06104) POLICY NUMBER: GL5342018 COMMERCIAL GENERAL LIABILITY CG 20 37 04 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s) Location And Description Of Completed Operations ANY PERSON OR ORGANIZATION WHOM YOU BECOME OBLIGATED TO INCLUDE AS AN ADDITIONAL INSURED AS A RESULT OF ANY CONTRACT OR AGREEMENT YOU HAVE ENTERED INTO. PER THE CONTRACT OR AGREEMENT. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. Section 11 - Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury" or "property damage" caused, in whole or in part, by "your work" at the location designated and described in the Schedule of this endorsement performed for that additional insured and included in the "products -completed operations hazard". However: 1. The insurance afforded to such additional insured only applies to the extent permitted by law; and 2. If coverage provided to the additional insured is required by a contract or agree- ment, the insurance afforded to such addi- tional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. B. With respect to the insurance afforded to these additional insureds, the following is added to Section III - Limits Of Insurance: If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the contract or agreement; or 2. Available under the applicable Limits of Insu- rance shown in the Declarations; whichever is less. This endorsement shall not increase the appli- cable Limits of Insurance shown In the Decla- rations. CG 20 37 04 13 *insurance Services Office, Inc., 2012 Page 1 of 1 ❑ Policyk GL5342018 NAMED INSURED: St. Francis Electric, LLC COMMERCIAL GENERAL LIABILITY CG 20 33 0413 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - AUTOMATIC STATUS WHEN REQUIRED IN CONSTRUCTION AGREEMENT WITH YOU This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART A. Section If — Who Is An Insured is amended to include as an additional insured any person or organization for whom you are performing operations when you and such person or organization have agreed in writing in a contract or agreement that such person or organization be added as an additional Insured on your policy. Such person or organization is an additional insured only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by: 1. Your acts or omissions; or 2. The acts or omissions of those acting on your behalf; in the performance of your ongoing operations for the additional insured. However, the insurance afforded to such additional insured: 1. Only applies to the extent permitted by law; and 2. Will not be broader than that which you are required by the contract or agreement to provide for such additional insured. A person's or organization's status as an additional insured under this endorsement ends when your operations for that additional insured are completed. B. With respect to the insurance afforded to these additional insureds, the following additional exclusions apply: This insurance does not apply to: 1. "Bodily injury", "property damage" or "personal and advertising injury" arising out of the rendering of, or the failure to render, any professional architectural, engineering or surveying services, Including: a. The preparing, approving, or failing to prepare or approve, maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; or b. Supervisory, inspection, architectural or engineering activities. This exclusion applies even if the claims against any insured allege negligence or other wrongdoing in the supervision, hiring, employment, training or monitoring of others by that insured, if the "occurrence" which caused the "bodily injury" or "property damage", or the offense which caused' the "personal and advertising injury", involved the rendering of or the failure to render any professional architectural, engineering or surveying services. CG 20 33 0413 © Insurance Services Office, Inc., 2012 Page 1 of 2 2. "Bodily injury" or "property damage" occurring after. a. All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional Insured(s) at the location of the covered operations has been completed; or b. That portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. C. With respect to the insurance afforded to these additional insureds, the following is added to Section ill — Limits Of Insurance: The most we will pay on behalf of the additional Insured is the amount of insurance: I. Required by the contract or agreement you have entered into with the additional insured; or 2. Available under the applicable Limits of Insurance shown in the Declarations; whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. Page 2 of 2 © Insurance Services Office, Inc., 2012 CO 20 33 0413 POLICY NUMBER:CAS342018 NAMED INSURED: St. Francis Electric, LLC COMMERCIAL GENERAL LIABILITY CG 20 11 04 13 THIS ENDORSEMENT CHANGES THE POLICY, PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - MANAGERS OR LESSORS OF PREMISES This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Designation Of Premises (Part Leased To You): ANY PREMISES OR PART THEREOF LEASED TO YOU. Name Of Person(s) Or Organization(s) (Additional Insured): ANY PERSON OR ORGANIZATION FROM WHOM YOU LEASE PREMISES OR WHO MANAGES PREMISES YOU OWN AND TO WHOM YOU BECOME OBLIGATED TO INCLUDE AS AN ADDITIONAL INSURED UNDER THIS POLICY AS A RESULT OF ANY LEASE OR MANAGEMENT AGREEMENT YOU ENTER INTO WITH SUCH PARTIES. Additional Premium: $ included Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. Section II — Who Is An Insured is amended to Include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability arising out of the ownership, maintenance or use of that part of the premises leased to you and shown in the Schedule and subject to the following additional exclusions: This insurance does not apply to.: 1. Any "occurrence" which takes place after you cease to be a tenant in that premises. 2. Structural alterations, new construction or demolition operations performed by or on behalf of the person(s) or organizations) shown in the Schedule. However: 1. The insurance afforded to such additional insured only applies to the extent permitted by law; and 2. If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. B. With respect to the insurance afforded to these additional Insureds, , the following is added to Section 111— Limits Of Insurance: If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the contractor agreement; or 2. Available under the applicable Limits of Insurance shown in the Declarations; whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. CG 20 110413 0 Insurance Services Office, Inc., 2012 Page 11 of 1 POLICY NUMBER: CA5342018 COMMERCIAL GENERAL LIABILITY CG 20 34 04 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - LESSOR OF LEASED EQUIPMENT - AUTOMATIC STATUS WHEN REQUIRED IN LEASE AGREEMENT WITH YOU This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART A. Section II - Who Is An Insured is amended to include as an additional insured any person(s) or organization(s) from whom you lease equipment when you and such person(s) or organization(s) have agreed in writing in a contract or agree- ment that such person(s) or organization(s) be added as an additional insured on your policy. Such person(s) or organization(s) is an insured only with respect to liability for "bodily Injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by your maintenance, operation or use of equipment leased to you by such person(s) or organi- zation(s). However, the insurance afforded to such addi- tional insured: 1. Only applies to the extent permitted by law; and 2. Will not be broader than that which you are required by the contract or agreement to provide for such additional insured. A person's or organization's status as an additional insured under this endorsement ends when their contract or agreement with you for such leased equipment ends. B. With respect to the insurance afforded to these additional insureds, this insurance does not apply to any "occurrence" which takes place after the equipment lease expires. C. With respect to the insurance afforded to these additional insureds, the following is added to Section III - Limits Of Insurance: The most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the contract or agreement you have entered into with the additional insured; or 2. Available under the applicable Limits of Insurance shown in the Declarations; whichever Is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. CG 20 34 04 13 0 Insurance Services Office, Inc., 2012 Page 1 of 1 13 POLICY NUMBER:GL 5342018 NAMED INSURED: St. Francis Electric, LLC COMMERCIAL GENERAL LIABILITY CG 24 04 05 09 WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Of Person Or Organization: Pursuant to applicable written contract or agreement you enter into. The following is added to Paragraph 8. Transfer Of Rights Of Recovery Against Others To Us of Section IV — Conditions: We waive any right of recovery we may have against the person or organization shown in the Schedule above because of payments we make for injury or damage arising out of your ongoing operations or "your work" done under a contract with that person or organization and included in the "products -completed operations hazard." This waiver applies only to the person or organization shown in the Schedule above. CG 24 04 05 09 Copyright, Insurance Services Office, Inc., 2008 Page 1 of 7 POLICY NUMBER: GL5342018 COMMERCIAL GENERAL LIABILITY CG 20 01 04 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. PRIMARY AND NONCONTRIBUTORY - OTHER INSURANCE CONDITION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART The following is added to the Other Insurance Condition and supersedes any provision to the contrary: Primary And Noncontributory Insurance This insurance is primary to and will not seek contribution from any other insurance available to an additional insured under your Policy provided that: - (1) The additional insured is a Named Insured under such other insurance; and (21 You have agreed in writing in a contract or agreement that this insurance would be primary and would not seek contribu- tion from any other insurance available to the additional insured. CG 20 01 04 13 ® Insurance Services Office, Inc., 2012 Page 1 of 1 ENDORSEMENT This endorsement, effective 12:01 A.M. 08/01/2016 forms a part of policy No. GL5342018 issued to St. Francis Electric, LLC by NATIONAL UNION FIRE INSURANCE COMPANY OF PITTSBURGH, PA THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY, AMENDMENT OF LIMITS OF INSURANCE (Per Project or Per Location Aggregate Limit) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE FORM I. Your policy is amended to include either a Per Project General Aggregate Limit, a Per Location General Aggregate Limit or a Per Project and Per Location General Aggregate Limit. Please select only one of the following: I 1 Per Project General Aggregate Limit g [ 1 Per Location General Aggregate Limit g [Xl Per Project and Per Location General Aggregate Limit $ 2,000,000 IF NEITHER OF THESE BOXES ARE CHECKED, THIS ENDORSEMENT IS VOID. IF MORE THAN ONE OF THE THESE BOXES ARE CHECKED, THIS ENDORSEMENT IS VOID. 11. SECTION III - LIMITS OF INSURANCE , is amended to include the following: 1. The Limits of Insurance and the rules below fix the most we will pay regardless of the number of: a. Insureds; b. Claims made or "suits" brought; or c. Persons or organizations making claims or bringing "suits". 2. The General Aggregate Limit is the most we will pay for the sum of: a. Medical expenses under Coverage C; b. Damages under Coverage A, except damages because of "bodily injury" or "property damage" included in the products -completed operations hazard"; and c. Damages under Coverage B. 3. The Products -Completed Operations Aggregate Limit is the most we will pay under Coverage A for damages because of "bodily injury" and "property damage" included in the "products -completed operations hazard". 4. Subject to 2. above, the Personal and Advertising Injury Limit is the most we will pay under Coverage B for the sum of all damages because of all "personal and advertising injury" sustained by any one person or organization. 5. Subject to 2. or 3. above, whichever applies, the Each Occurrence Limit is the most we will pay for the sum of: a. Damages under Coverage A; and b. Medical expenses under CoverageC 86681 (9104) Page 1 of 2 because of all "bodily injury" and "property damage" arising out of any one "occurrence". 6. Subject to 5. above, the Damage to Premises Rented To You Limit is the most we will pay under Coverage A because of "property damage" to any one premises, while rented to you, or in the case of damage by fire, while rented to you or temporarily occupied by you with permission of the owner. 7. Subject to 5. above, the Medical Expense Limit is the most we will pay under Coverage C for all medical expenses because of "bodily injury` sustained by any one person. 8. Subject to 2., 4., 5., 6., and/or 7. above, the Per Project Aggregate Limit is the most we will pay under Coverages A, B, and C combined for the sum of: a. Damages under Coverage A; b. Damages under Coverage B; and c. Medical Expenses under Coverage arising out of any single Project described above. 9. Subject to 2., 4., 5., 6., and/or 7. above, the Per Location Aggregate Limit is the most we will pay under Coverages A, B, and C combined for the sum of: a. Damages under Coverage A; b. Damages under Coverage B; and c. Medical expenses under Coverage C arising out of the any single Location described above. The Limits of Insurance of this Coverage Part apply separately to each consecutive annual period and to any remaining period of less than 12 months, starting with the beginning of the policy period shown in the Declarations, unless the policy period is extended after issuance for an additional period of less than 12 months. In that case, the additional period will be deemed part of the last preceding period for purposes of determining the Limits of Insurance. III. The Limits of Insurance shown in the Declarations are deleted in their entirety and replaced by the Limits of Insurance set forth below, Limits of Insurance General Aggregate Limit 9 10,000,000 Each Occurrence Limit S 1,000,000 Products -Completed Operations Aggregate Limit $ 2,000,000 Personal & Advertising Injury Limit $ 11000.000 Damage to Premises Rented to You $ 500,000 Medical Expense Limit $ 25,000 Per Project General Aggregate Limit, Per Location $ 2,000,000 General Aggregate Limit or Per Project and Per Location General Aggregate Limit IV. SECTION V - DEFINITIONS, is amended to include the following: 23. "Location" means premises involving the same or connecting lots, or premises whose connection is interrupted only by a street, roadway, waterway, or right-of-way railroad. All other terms and conditions of this policy remain the same. uthorized Representative or CounteraiApplicable nature fin States Where 86681 (9/04) Page 2 of 2 ENDORSEMENT This endorsement, effective 12:01 A.M. 08/01/2016 forms a part of policy No. CA 477-36-76 issued to St. Francis Electric, LLC by National Union Fire Insurance Company of Pittsburgh, PA THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - WHERE REQUIRED UNDER CONTRACT OR AGREEMENT This endorsement modifies insurance provided under the foilowing: BUSINESS AUTO COVERAGE FORM SCHEDULE ADDITIONAL INSURED: ANY PERSON OR ORGANIZATION FOR WHOM YOU ARE CONTRACTUALLY BOUND TO PROVIDE ADDITIONAL INSURED STATUS BUT ONLY TO THE EXTENT OF SUCH PERSON OR ORGANIZATIONS LIABILITY ARISING OUT OF THE USE OF A COVERED AUTO. I. SECTION II • LIABILITY COVERAGE, A. Coverage, 1. - Who Is Insured, is amended to add: d. Any person or organization, shown in the schedule above, to whom you become obligated to include as an additional insured under this policy, as a result of any contract or agreement you enter into which requires you to furnish insurance to that person or organization of the type provided by this policy, but only with respect to liability arising out of use of a covered "auto". However, the insurance provided will not exceed the lesser of: (1) The coverage and/or limits of this policy, or (2) The coverage and/or limits required by said contract or agreement. 87950 (10/05) A�Hd' DFEPPESENfAl 1YE ENDORSEMENT This endorsement, effective 12:01 A.M. 08/01/2016 forms a part of policy No. CA4773676 issued to St. Francis Electric, LLC by National Union Fire Insurance Co. of Pittsburgh, PA THIS ENDORSEMENT CHANGES THE POLICY, PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM Section IV - Business Auto Conditions, A. - Loss Conditions, 5. - Transfer of Rights of Recovery Against Others to Us, is amended to add: However, we will waive any right of recover we have against any person or organization with whom you have entered into a contract or agreement because of payments we make under this Coverage Form arising out of an "accident' or" loss" if: (1) The "accident' or "loss" is due to operations undertaken in accordance with the contract existing between you and such person or organization; and (2) The contract or agreement was entered into prior to any "accident' or "loss". No waiver of the right of recovery will directly or indirectly apply to your employees or employees of the person or organization, and we reserve our rights or lien to be reimbursed from any recovery funds obtained by any Injured employee. 62897 (6195) ENDORSEMENT This endorsement, effective 12:01 A.M. forms a part of policy No. CA4773676 issued to St. Francis Electric, LLC by NATIONAL UNION FIRE INSURANCE COMPANY OF PITTSBURGH, PA THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. INSURANCE PRIMARY AS TO CERTAIN ADDITIONAL INSUREDS This endorsement modifies insurance provided under the following. BUSINESS AUTO COVERAGE FORM Section IV - Business Auto Conditions, B., General Conditions, 5., Other Insurance, c., is amended by the addition of the following sentence: The insurance afforded under this policy to an additional insured will apply as primary insurance for such additional insured where so required under an agreement executed prior to the date of accident We willnot ask any insurer that has issued other insurance to such additional insured to contribute to the settlement of loss arising out of such accident. All other terms and conditions remain unchanged. Authorized Representative or Countersignature (in States Where Applicable) 74445 (101991 Page 43 ENDORSEMENT BLANKET WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT This endorsement changes the policy to which it Is attached effective on the inception date of the policy unless a different date is indicated below. (The following "attaching pause' need be completed only when this endorsement is Issued subsequent to preparation of the policy). This endorsement, effective 12:01 AM 08/01/2016 forms a part of Policy No. WC 022-29-8334 Issued to St. Francis Electric, LLC By National Union Fire Insurance Company of Pittsburgh, PA We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against any person or organization with whom you have a written contract that requires you to obtain this agreement from us, as regards any work you perform for such person or organization. The additional premium for this endorsement shall be 2% of the total estimated workers compensation premium for this policy. WC 04 03 61 (11/90) N1 fN FRED gERRESEHUTIYF ENDORSEMENT WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT This endorsement changes the policy to which it is attached effective on the inception date of the policy unless a different date is indicated below. (The following "attaching clause' need be completed only when this endorsement is issued subsequent to preparation of the pokey). This endorsement, effective 12:01 AM 08/0112018 forms a part of Policy No. WC 022-29-8334 Issued to St. Francis Electric, LLC By NATIONAL UNION FIRE INSURANCE COMPANY OF PITTSBURGH, PA. We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule. This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us. This agreement shall not operate directly or indirectly to benefit any one not named in the Schedule. Schedule ANY PERSON OR ORGANIZATION TO WHOM YOU BECOME OBLIGATED TO WAIVE YOUR RIGHTS OF RECOVERY AGAINST, UNDER ANY WRITTEN CONTRACT OR AGREEMENT YOU ENTER INTO PRIOR TO THE OCCURRENCE OF LOSS. This form is not applicable in California, Kentucky, New Hampshire, New Jersey, North Dakota, Ohio, Tennessee, Texas, Utah, or Washington. WC 00 03 13 (4184) WINSWE �raEseat.tiyE THE GUARANTEE" PERFORMANCE BOND BOND AMOUNT: $ 53,475.00 PREMIUM: $842.00 BOND NO.: 12139557 KNOW ALL MEN BY THESE PRESENTS, Thatwe, ST. FRANCIS ELECTRIC, LLC as Principal, and The Guarantee Company of North America USA, a Michigan Corporation, as Surety, are held and firmly bound unto CITY OF ROSEMEAD as Obligee, in the sum of FIFTY-THREE THOUSAND FOUR HUNDRED SEVENTY-FIVE 001100 53,475.00 ) Dollars for which sum, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, by these presents. WHEREAS, on the 14TH day of DECEMBER 2016 , the Principal entered into a Contract with the Obligee for TRAFFIC SIGNAL MAINTENANCE SERVICES - RFP 2016-21 which contract is by reference made a part hereof and is hereafter referred to as the Contract. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, That, if the Principal shall faithfully perform said Contract in accordance with the plans, specifications and terms thereof, then this obligation shall be void; otherwise, it shall remain in full force and effect. Sealed with our Seals and Dated this 21ST day of DECEMBER 2016 ST. FRANCIS ELECTRIC, LLC R Gr Pnn 1pai ! ANDYAMADOR ITS: VICE PRESIDENT The Guarantee Company of North America USA BY: t tAJ Y lX Y A omey-In-Fact KELI WHEATI- GCNA USA Performance Bond Rev. 2120/13 A notary public or other officer completing this certificate verifies onlythe Identity of the Individual who signed the document to which this certificate is attached and not the truthfulness, accuracy, or validity of that document State of California �� �,,,� County of &Cu0�' On personally appeared CALIFORNIA ALL-PURPOSE CERTIFICATE OF ACKNOWLEDGMENT before me, if'ICtI(1�, 1 � D1 � �tL r A ` n ^ (here Insert name nd title o the offic r) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the Instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature OPTIONAL INFORMATION LOOEN MARIEIONNSON COM, 02"'534 z #,ZAIa'=d Pubic • CaOfornia o z a Connty tu. Ex )ras Oct. 2 2020 (Seap Although the Information In this section Is not required bylaw, it could prevent fraudulent removal and reattachment of this acknowledgment to an unauthorized document and may prove useful to persons relying on the attached document. Description of Attached Document The preceding Certificate of Acknowledgment is attached to a document titled/for the purpose of containing pages, and dated The signers) capacity or authority is/are as: ❑ Individual(s) ❑ Attomey-In-Faa ❑ Corporate Officer(s) ❑ Guardian/Conservator ❑ Partner - Limited/General ❑ Trustee(s) ❑ Other, representing: Neme(s) of Person(s) or rntity(Ies) Signer Is Representing Method of Signer Identific7joUrnal Proved to me on the basis oce: LOform(s)ofidentlfiationes) Notarial event is detailed :Page# Notarycontact: Other ❑ Addidonal Signeds) ❑ Signer(s)Thumbprint(s) El 0 copyright 200]2014 Notary Rotary, Inc Pd Box 41400, Des Moines, IA SD311-0502. AHRIghfs Reserved. Item Number1012R. Please contact your Aumorimd Reselierm purchase copies otma form. THEThe Guarantee Company of North America USA GUARANTEE® Southfield, Michigan POWER OF ATTORNEY NOW ALL BY THESE PRESENTS: That THE GUARANTEE COMPANY OF NORTH AMERICA USA, a corporation organized and existing under the laws of the State of Michigan, having its principal office In Southfield, Michigan, does hereby constitute and appoint Robed W. Babcock, Mollie Whalen, Katherine Christine Babcock, James Lawrence Ronhear, Kell Wheatley, Maxwell Newlin, Brandon Keup R. W. Babcock Insuranrs Brokerage, Inc. its hue and lawful attomey(s)-in-factto execute, seal and deliver for and on Its behalf as surety, any and an bonds and undertakings, contracts of Indemnity and other writings obligatory in the nature thereof, which are or may be allowed, required or permitted by law, statute, rule, regulation, contract crotherwise. The execution of such insbument(s) in pursuance of these presents, shall be as binding upon THE GUARANTEE COMPANY OF NORTH AMERICA USA as fully and amply, to all intents and purposes, as if the same had been duly executed and acknowledged by Its regularly elected officers at the principal office. The Power of Attorney Is executed and may be certified so, and may be revoked, pursuant to and by authority of Article gC Section 0.03 of the By -Laws adopted by the Board of Directors of THE GUARANTEE COMPANY OF NORTH AMERICA USA at a meeting held on the 310 day of December, 2003. The President or any Vice Presldhud, acting with army Secretary or Assistant Secretary, shsl have power and authority: i. To appoint Aftomey(s)4n-fact, and to authorize them to execute on behalf of the Company, and attach the Seal of the Company thereto, bonds and undertakings, contracts of indemnity and other writings obligatory in the nature thereof, and 2. To revoke, at any time, any such Attomeyln-fact and revoke the authority given, except as provided below 3. In connection with obligations in favor of the Florida Department of Transportation only, H Is agreed that the power and authority hereby given to the Attomey-in-Fac Includes any and all consents forthe release of retained percentages andforfinal estimates on engineering and construction contracts required bythe State of Florida Depenment of Transportation. It Is fully understood that consenting to the State of Florida Department ofTrarepodatlon making payment ofthe final estimate to the Contractor and/or its assignee, shall not relieve this surety company of any of its obligations under its bond. 4. In connection with obligations in favor of the Kentucky Department of Highways only, it Is agreed that the power and authority hereby given to the Attorney -In -Fac cannot be modified or revoked unless prior written personal notice of such Intent has been given to the Commissioner—Department of Highways of the Commonwealth of Kentucky at least thirty (30) days prior to the modification or revocation. Further, this Power of Attorney is signed and sealed by facsimile pursuant to resolution of the Board of Directors of the Company adopted at a meeting duly called and hold on the 8th day of December 2011, of which the following Is a true excerpt: RESOLVED that the signature of any authorized officer and the seal of the Company may be affixed by facsfmfie to any Pcwer of Attorney or certification thereof authorizing the execution and delivery of any bond, un dedal(mg, contracts W indemnity and other writings obligatory in the nature thereof, and such signature and seal when an used shall have the some force and effect as though manually affixed. IN WITNESS WHEREOF, THE GUARANTEE COMPANY OF NORTH AMERICA USA has caused this Instrument to be signed and ��rhres He corporate seal to be affixed by its authorized officer, this 2' day of October, 2015. THE GUARANTEE COMPANY OF NORTH AMERICA USA STATE OF MICHIGAN Stephen C. Ruschak, President d Chief Operating Officer Randall Mussalman, Secretary Courcy of Oakland On this 2nd day of October, 2015 before me came the individuals who executed the preceding instrument, to me personally known, and being by me duly swom, said that each is the herein described and authorized officer of The Guarantee Company of North America USA; that the seal attbed to said Instrument Is the Corporate Seal of said Company, that the Corporate Seal and each signature were duly affixed by order of the Board of Directors of said Cynthia A. Take! Notary Public, State of Michigan County of Oaklend h;:• My Carenhsfon EsmVes Eebnrmy U, 2018 Actin0ln GakLxud [maty -xCr4'Tr'i IN WITNESS WHEREOF, I have hereunto set my hand at The Guarantee Company of North America USA offices the day and year above written. 1, Randall Musselmen, Secretary of THE GUARANTEE COMPANY OF NORTH AMERICA USA, do hereby certify that the above and fore$okq¢ Is a true and correct copy of a Power of Attorney executed by THE GUARANTEE COMPANY OF NORTH AMERICA USA, which Gs still lir, fun force qnd effect. rss IN WITNESS WHEREOF, I have thereunto set my hand and attached the seal of said Company this 21ST cry of DECEMBER 7016 Randall Musselman, Secretary ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California Alameda County of On DECEMBER 21, 2016 before me, personally appeared KELI WHEATLEY MAXWELL DAVID NEWLIN, NOTARY PUBLIC (insert name and title of the officer) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. MAXWELL DAVID NMIN WITNESS my hand and official seal. Cooankaion x 2M510 $ Notary Public - California s Alameda County _ klComm. Ea Tres Feb 8, 2019+ Signature (Seal) GUARANTEE'" BOND AMOUNT:$ 53,475.00 PAYMENT BOND BOND NO.: 12139557 PREMIUM: INCLUDED WITH PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS, Thatwe, ST. FRANCIS ELECTRIC, LLC as Principal, and The Guarantee Company of North America USA, a Michigan Corporation, as Surety, are held and finely bound CITY OF ROSEMEAD SUM of FIFTY-THREE THOUSAND FOUR HUNDRED SEVENTY-FIVE 00/100 as Obliges, in the (g 53,475.00 ) Dollars for which sum, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, by these presents. WHEREAS, on the 14TH day of DECEMBER 2016 , the Principal entered Into a contract with the Obligee for TRAFFIC SIGNAL MAINTENANCE SERVICES - RFP 2016-12 Which contract is by reference made a part hereof and Is hereafter referred to as the Contract. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, That, If the Principal shall pay all lawful clakns of sub- contractors, mate0almen, or laborers for labor performed or materials furnished directly to the Principal, in the performance of said Contract, we agreeing that his bond Mail be for the benefit of any subcontractor, matertalman, or laborer having a just claim, then this obligation shall be void; otherwise, It shall remain in full force and effect, subject, however, to the following condition: No suit or action shall be commenced hereunder by any claimant. a) After the expiration of one (1) year following the date on which Principal ceased work on said Contract it being understood, however, that if any limitation embodied in this bond is prohibited by any law controlling the construction hereof such limitation shall be deemed to be amended so as to be equal to the minimum period of limitation permitted by such law. b) Other than In a state of court of competent jurisdiction in and for the county or other political subdivision of the state in which the Project, or any part thereof, is situated, or In the United States District Court for the -District in which the Project, or any part thereof, is situated, and not elsewhere. Sealed with our Seals and Dated this 21ST day of DECEMBER , 2016 Witness GCNA USA Payment Bond Rev. 2120/13 ST. FRANCIS E CTRI C By Prins ANDY AMADOR (SEAL) ITS: VICE PRESIDENT The Guarantee Company of North America USA BY: - A may -In -Fact KELT W1E (VEAL) A notary publk or other officer rompletin9 this arNfiate verifies only the ident)ty of the I'dNfdual who signed the document to which this certificate Is attached, and not the truthfulness, accuracy, or validity of that document. State of California ) County of 1 ) On ` R before personally appeared T CALIFORNIA ALL-PURPOSE CERTIFICATE OF ACKNOWLEDGMENT name and title of the officer) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the persons or the entity upon behalf of which the person(s) acted, executed the Instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal.LOREN MARIE IONNSON c COMM. #2166534 at Notary Public, • Caidornia o = Alafneda Covnly Signature �— -- Cantu Ex bas oct 2 2M (Seal) OPTIONAL INFORMATION Although the information in this section is not required by law, it could prevent fraudulent removal and reattachment of this acknowledgment to an unauthorized document and may prove useful to persons relying on the attached document. Description of Attached Document The preceding Certificate of Acknowledgment is attached to a document titled/for the purpose of containing pages, and dated The signer(s) capacity or authority is/are as: ❑ Individual(s) ❑ Attorney -Irl -Fact ❑ Corporate Officer(s) ❑ Guardlan/Conservator ❑ Partner- LimitedlGeneral ❑ Tmstee(s) ❑ Other: representing: Name(s) of Pereon(s) or Entioges) Signer Is Representing Proved to me on the basis of satisfactory evidence: LO form(s)ofidentifiation O credlblewltness(es) Notarial event Is detailed In notaryjournal on: Page If Entry# Notary contact: Other ❑ Additional Slgneds) ❑ Signer(s)Thumbprint(s) e copyright 2007-201414otary Rotary, Inc PD Box 41400, Des Moines, IA 50311-0507. All Rights Reserved Item Number 101772, Please contsayour Authorized Reeellem purchase copies ofthlsform. THEThe Guarantee Company of North America USA GUARANTEE® Southfield, Michigan POWER OF ATTORNEY NOW ALL BY THESE PRESENTS: That THE GUARANTEE COMPANY OF NORTH AMERICA USA, a corporation organized and existing under the laws of the State of Michigan, having its principal office in Southfield, Michigan, does hereby constitute and appoint Robed W. Babcock, Mollie Whalen, Katherine Christine Babcock, James Lawrence Ronhaar, Kali Wheatley, Maxwell Newlin, Brendon Keup R. W. Babcock Insurance Brokerage, Inc. he true and lawful ationey(s)4wfactto execute, seal and deliver for and on Its behalf as surety, any and all bonds and undertakings, contracts of Indemnity and other writings obligatory in the nature thereof, which are or may be allowed, required or permitted by law, statute, rule, regulation, contract or otherwise. The execution of suchinstrument(s) in pursuance of these presents, shall be as binding upon THE GUARANTEE COMPANY OF NORTH AMERICA USA as fully and amply, to all intents and purposes, as if the same had been duly executed and acknowledged by its regularly elected officers at the principal office. The Power of Attorney is executed and may be cerMed so, and may be revoked, pursuant to and by authority of Article IX, Section 9.03 of the By -Laws adopted by the Board of Directors of THE GUARANTEE COMPANY OF NORTH AMERICA USA at a meeting held on the 31" day of December, 2003. The President, or any Vice President, acting with any Secretary or Assistant Secretary, shall have power and authority. 1. To appoint AHomey(s)-in-lact, and to authorize them to execute on behalf of the Company, and attach the Seal of the Company thereto, bonds and undertakings, contracts of Indemnity and other writings obligatory In the nature thereof, and 2. To revoke, at any time, any such Attomey4n-fact and revoke the authority given, except as provided below 3. In connection with obligations In favor of the Florida Department of Transportation only, it Is agreed that the power and authority hereby given to the Attomeyin-Fact Includes any and all consents for the release of retained percentages andror final estimates on engineering and construction contracts required by the State of Florida DepadmentofTmnsportaton. It is fully understood thatconsenting to the State of Florida Department of Transportation making payment of the final estimate to the Contractor and/or Its assignee, shall not relieve this surety company of any of its obligations under its bond. 4. In connection with obligations In favor of the Kentucky Department of Highways only, It is agreed that the power and authority hereby given to the Aftomey-M-Fact cannot be modified or revoked unless prior written personal notice of such Intent has been given to the Commissioner — Department of Highways of the Commonwealth of Kentucky at least thirty (30) days prior to the modification or revocation. Further, this Power of Attorney is signed and sealed by farstmile pursuant to resolution of the Board of Directors of the Company adopted at a meeting duly called and held on the 6th day of December 2011, of which the following is a We excerpt: RESOLVED that the signature of any authorized officer and the seal of the Company may be athxed by facsimile to any Power of Attorney or certification thereof authorizing the execution and delivery of any bond, undertaking, contracts of indemnity and other writings obligatory In the nature thereof, and such signature and seal when so used shall have the same force and effect as though manually affixed. IN WITNESS WHEREOF, THE GUARANTEE COMPANY OF NORTH AMERICA USA has caused this Instrument to be signed and svarse Its corporate seal to be ahbred by Its authorized officer, this 2n^ day of October, 2016. THE GUARANTEE COMPANY OF NORTH AMERICA USA STATE OF MICHIGAN Stephen C. Ruschak, President & Chief Operating Officer Randall Musselman, Secretary County of Oakland On this 2nd day of October, 2015 before ma came the Indivduals who executed the preceding instrument to me personally known, and being by ma duly sworn, said that each is the herein described and authorized officer of The Guarantee Company of North America USA; that the seal affixed to said Instrument Is the Corporate Seal of said Cornpany; that the Corporate Sea[ and each signature were duly affixed by order of the Board of Directom of said osCynthia Take/ Motary Public, State of Michigan County of OaMand MyCommaden ExPbes February 272038 f Acting In Oakland County IN WITNESS WHEREOF, I have hereunto set my hand at The Guarantee Company of North America IDSA offices the day and year above written. i I, Rendall Musselman, Secretary of THE GUARANTEE COMPANY OF NORTH AMERICA USA, do hereby certily that the above and.foregoing N a true and ronect copy of a Power of Attorney executed by THE GUARANTEE COMPANY OF NORTH AMERICA USA, which is still in full fares and effect. IN WITNESS WHEREOF, I have thereunto set my hand and attached the met of said Company this 21ST day of '•DECEMBER 2.016 �G. Randall Musalman, Seeretary ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Alameda On DECEMBER 21, 2016 before me, MAXWELL DAVID NEWLIN, NOTARY PUBLIC (insert name and title of the officer) personally appeared KELI WHEATLEY who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. 1 certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. MAXWEEWLIN WITNESS m hand and official seal. Commission * 2 99510 Y Commission • 209851 D z Notary Public - California z Z Alameda County a M Comm. Expires Feb 8, 2019 Signature ��"ti �` (Seal) AEQR ' aDATE(MMIDONYYY CERTIFICATE OF LIABILITY INSURANCE 12/14/2016 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW, THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: R the certificate holder Is an ADDITIONAL INSURED, the policy([") must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsament(s). PRODUCER CA LIC 0829370 1-925-798-3334 Edgennod Partnere Insurance Center (EPIC) [Concord - Branch ID 154691 CTACT Deep. H.P. PHONE 71 FAX . (925) 822 9053 e: (925) 609 5322 AOaL$$: daepa.aeuyaae0epicbrokers.com P.O. Hoar 5668 INSUR 6 AFFORDWG COVE RAGE NAIC9 Concord, CA 94524 INSURER A: NATIONAL DNION FIRE INS CO OF PITTS 19445 Teff Parkhurst INSURED St. Francis Electric, LLC Bt. Francis Electric, Inc. INSURERB: ALLIED WORLD ASSOR CO U8 INC 19489 INSURER C: TRAVELERS PROP CAB CO OF AMDR 25674 INSURERD: ALLIED WORLD NATL ASSD& CO 10690 PO Box 2057 INSURER E: Sen Leandro, CA 94577 INBUpEp F: COVERAGES CERTIFICATE NUMBER: 48629599 REVISION NUMBER - THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS ANDOONDITIONS OF SUCH POLICIES, LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. WeR LM I TYPE OF INSURANCE ADOL UBR POLICY NUMBER POLICY EFF POLICY EXP LIMITS A GENERAL LIABILITY X X M5342018 08/01/1 04/01/17 EACH OCCURRENCE $ 1,000, 000 X COMMERCIAL GENERAL LIABILITY CLNMB-MAOE 1XI OCCUR P SESEa omttmnw $500,000 MED EXP (Any ane ) $25, 00D PERSONAL&ADVIWURY 51,000,ODO . OENERALAO(IREGATE $ 2,000,000 GENL AGGREGATE LIMN APPLIES PFR: PRODUCTS-COMPIOPAGG $2,000,000 POLICY rx PRO- LOC $ A AUTOMOBILE LIABILITY X X CA4773676 08/01/1 04/01/17 COMBINEDISINOLEUMIT $1,000,000 BODILY INJURY (Pal poreei) $ y` ANY AUTO AMOS S��WULW BODILY INJURY (Pal acod.0 $ X HIRED AUTOS X NON EV AUTOS PROPERTY DAMAGE $ aeddeno $ 3UMBRELLA LIAR X OCCUR 03102673 08/01/1 04/01/17 EACH OCCURRENCE $ 25,000,000 X EXCESS LMB CLAIMS AGGREGATE $ 25,000,000 OED I RETENTIONS E A WORKERS COMPENSATION AND EMPLOYER$' LIABILITYANY PROPRIETOHIPARTNERIEXECUPfE YIN OFFiCERIMEMBER EXCLUDED? N I A X W022298334 08/01/1 04/01/17 X WC8TARLIM1� 0TH- - E.LFACHACCIOENT E11000,000 E.L.DISEhaE. EA EMPL $ 1,000, 000 (Mancabry h, NH) X Eesdbe under DESCRIPTION OF OPERATIONS below EL DISEASE -POLICY LIMIT I $ 1,000,000 C Contractor's EQU Pmant QT TI 8 L t , ,560 D Pollution 03092664 08/01/1 08/01/17 Aggregate Limit 51000,000 C Contractor's EOuipaant QT6603E568879TIL16 08/01/1 04/01/17 Rented/Leased 400,000 DESCRIP710NOFOPERATIONS/LOCATIONS/VEHICLES (Attach ACORD 101,Adelbnd RaauHe Schedule, Irmolaapaccla muni.&) Rat WE Job# 16-0654, Contract MU6-02, County of Santa Clara , Pedestrian Sensor Installation on Le m,ce and Montague Expressway. Additional Insured(s)t County of Santa Clara, members of the board of supervisors of the county of Renta elate and the officers, agents; employees of the county of Santa clam, individually and collectively. SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE of Santa Clam THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED OI A Airports Department ACCORDANCE WITH THE POLICY PROVISIONS. Skyport Drive Jose, i A C 95110-1302 I USA �� C�SFI:I:altjDl.Ta.)�zi.):Il.):a_rttr,Isnitlr• la�z�. Irl ACORD 25 (2010105) The ACORD name and logo are registered marks of ACORD PATRA02 48629599 SUPPLEMENT TO CERTIFICATE OF INSURANCE DATE la/14/sols NAME OF INSURED: at. Francis Electric, LLC St. Francis Electric, Inc. Additional Descripflon of Ooerations/Remwks from Paas 1: Addiflona l Information: Continued... When required by written contract, additional insured Status with primary coverage applies to General Liability and Automobile Liability and waiver of Subrogation applies to General Liability, Automobile Liability all per attached endorsements. When required by written contract, waiver of subrogation applies to Workers- Compensation par the attached endorsements. When required by written contract, additional insured status applies with respects to lessors of leased equipments per attached andoreement. SUPP (05/04) POLICY NUMBER: GL5342018 COMMERCIAL GENERAL LIABILITY CG 20 37 04 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Additional insured Person(s) Or Organization(s) Location And Description Of Completed Operations ANY PERSON OR ORGANIZATION WHOM YOU BECOME OBLIGATED TO INCLUDE AS AN ADDITIONAL INSURED AS A RESULT OF ANY CONTRACT OR AGREEMENT YOU HAVE ENTERED INTO. PER THE CONTRACT OR AGREEMENT. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. Section 11 - Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury" or "property damage" caused, in whole or in part, by "your work" at the location designated and described in the Schedule of this endorsement performed for that additional insured and included in the "products -completed operations hazard". However: 1. The insurance afforded to such additional insured only applies to the extent permitted by law; and 2. If coverage provided to the additional insured is required by a contract or agree- ment, the insurance afforded to such addi- tional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. B. With respect to the insurance afforded to these additional Insureds, the following is added to Section III - Limits Of Insurance: If coverage provided to the additional Insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the contract or agreement; or 2. Available under the applicable Limits of Insu- rance shown in the Declarations; whichever is less. This endorsement shall not increase the appli- cable Limits of Insurance shown in the Decla- rations. CG 20 37 04 13 *Insurance Services Office, Inc., 2012 Page 1 of 1 ❑ Policy #: GL5342018 NAMED INSURED: St. Francis Electric, LLC COMMERCIAL GENERAL LIABILITY CG 20 33 0413 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - AUTOMATIC STATUS WHEN REQUIRED IN CONSTRUCTION AGREEMENT WITH YOU This endorsement modes insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART A. Section 11 — Who is An Insured is amended to include as an additional insured any person or organization for whom you are performing operations when you and such person or organization have agreed in writing in a contract or agreement that such person or organization be added as an additional insured on your policy. Such person or organization is an additional insured only with respect to liability for "bodily injury", "property damage" or "personal and advertising Injury" caused, in whole or in part, by: 1. Your acts or omissions; or 2. The acts or omissions of those acting on your behalf; in the performance of your ongoing operations for the additlonal insured. However, the insurance afforded to such additional insured: 1. Only applies to the extent permitted by law; and 2. Will not be broader than that which you are required by the contract or agreement to provide for such additional Insured. A person's or organization's status as an additional insured under this endorsement ends when your operations for that additional insured are completed. B. With respect to the insurance afforded to these additional insureds, the following additional exclusions apply: This insurance does not apply to: 1. "Bodily injury", "property damage" or "personal and advertising Injury" arising out of the rendering of, or the failure to render, any professional architectural, engineering or surveying services, including: a. The preparing, approving, or falling to prepare or approve, maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; or b. Supervisory, inspection, architectural or engineering activities. This exclusion applies even if the claims against any insured allege negligence or other wrongdoing in the supervision, hiring, employment, training or monitoring of others by that insured, If the "occurrence" which caused the "bodily injury" or "property damage", or the offense which caused the "personal and advertising injury", involved the rendering of or the failure to render any professional architectural, engineering or surveying services. CG 20 33 0413 0 Insurance Services Office, Inc., 2012 Page 1 of 2 2. "Bodily injury" or "property damage" occurring after. a. All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the location of the covered operations has been completed; or b. That portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. C. With respect to the Insurance afforded to these additional insureds, the following is added to Section III — Limits Of Insurance: The most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the contract or agreement you have entered into with the additional insured; or 2. Available under the applicable Limits of Insurance shown in the Declarations; whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown In the Declarations. Page 2 of 2 © Insurance Services Office, Inc., 2012 CG 20 33 0413 POLICY NUMBER: CA5342018 NAMED INSURED: St. Francis Electric, LLC COMMERCIAL GENERAL LIABILITY CG 2011 0413 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - MANAGERS OR LESSORS OF PREMISES This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Designation Of Premises (Part Leased To You): ANY PREMISES OR PART THEREOF LEASED TO YOU, Name Of Person(s) Or Organization(s) (Additional Insured): ANY PERSON OR ORGANIZATION FROM WHOM YOU LEASE PREMISES OR WHO MANAGES PREMISES YOU OWN AND TO WHOM YOU BECOME OBLIGATED TO INCLUDE AS AN ADDITIONAL INSURED UNDER THIS POLICY AS A RESULT OF ANY LEASE OR MANAGEMENT AGREEMENT YOU ENTER INTO WITH SUCH PARTIES. Additional Premium: $ Included Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. Section 11 — Who Is An insured is amended to Include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability arising out of the ownership, maintenance or use of that part of the premises leased to you and shown in the Schedule and subject to the following additional exclusions: This insurance does not apply to: 1. Any 'occurrence" which takes place after you cease to be a tenant in that premises. 2. Structural alterations, new construction or demolition operations performed by or on behalf of the person(s) or organization(s) shown In the Schedule. However: 1. The insurance afforded to such additional Insured only applies to the extent permitted by law; and 2. If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. B. With respect to the insurance afforded to these additional insureds,. the following is added to Section III — Limits Of Insurance: If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional Insured is the amount of insurance: 1. Required by the contract or agreement; or 2. Available under the applicable Limits of Insurance shown in the Declarations; whichever is less. This endorsement shall not Increase the applicable Limits of Insurance shown in the Declarations. CG 20 1104 13 © Insurance Services Office, Inc., 2012 Page 1 of 1 POLICY NUMBER: CAS342018 COMMERCIAL GENERAL LIABILITY CG 20 34 04 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - LESSOR OF LEASED EQUIPMENT - AUTOMATIC STATUS WHEN REQUIRED IN LEASE AGREEMENT WITH YOU This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART A. Section 11 - Who Is An Insured is amended to include as an additional insured any person(s) or organization(s) from whom you lease equipment when you and such person(s) or organization(s) have agreed in writing in a contract or agree- ment that such personls) or organization(s) be added as an additional insured on your policy. Such person(s) or organization(s) is an insured only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by your maintenance, operation or use of equipment leased to you by such person(s) or organi- zation(s). However, the Insurance afforded to such addi- tional insured: 1. Only applies to the extent permitted by law; and 2. Will not be broader than that which you are required by the contract or agreement to provide for such additional insured. A person's or organization's status as an additional insured under this endorsement ends when their contract or agreement with you for such leased equipment ends. B. With respect to the insurance afforded to these additional insureds, this insurance does not apply to any "occurrence" which takes place after the equipment lease expires. C. With respect to the insurance afforded to these additional insureds, the following is added to Section III - Limits Of Insurance: The most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the contract or agreement you have entered into with the additional insured; or 2. Available under the applicable Limits of Insurance shown in the Declarations; whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the .Declarations. CG 20 34 04 13 0 Insurance Services Office, Inc., 2012 Page 1 of 1 0 POLICY NUMBER:GL 5342018 NAMED INSURED: St. Francis Electric, LLC COMMERCIAL GENERAL LIABILITY CG 24 04 05 09 WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTSICOMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Person Or Organization: Pursuant to applicable written contract or agreement you enter into. The following is added to Paragraph B. Transfer Of Rights Of Recovery Against Others To Us of Section IV — Conditions: We waive any right of recovery we may have against the person or organization shown in the Schedule above because of payments we make for injury or damage arising out of your ongoing operations or .your work' done under a contract with that person or organization and included in the "products -completed operations hazard." This waiver applies only to the person or organization shown in the Schedule above. CG 24 04 05 09 Copyright, Insurance Services Office, Inc., 2008 Page 1 of 1 POLICY NUMBER: GL5342018 COMMERCIAL GENERAL LIABILITY CG 20 01 04 13 THIS ENDORSEMENT CHANGES THE POLICY_ PLEASE READ IT CAREFULLY. PRIMARY AND NONCONTRIBUTORY - OTHER INSURANCE CONDITION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTSICOMPLETED OPERATIONS LIABILITY COVERAGE PART The following is added to the Other Insurance Condition and supersedes any provision to the contrary: Primary And Noncontributory Insurance This insurance is primary to and will not seek contribution from any other insurance available to an additional insured under your policy provided that (1) The additional insured is a Named Insured under such other insurance; and (2) You have agreed in writing in a contract or agreement that this insurance would be primary and would not seek contribu- tion from any other insurance available to the additional insured. CG 20 01 04 13 0 Insurance Services Office, Inc., 2012 Page 1 of 1 ENDORSEMENT This endorsement, effective 12:01 A.M. 08/01/2016 forms a part of policy No. GL5342018 issued to St. Francis Electric, LLC by NATIONAL UNION FIRE INSURANCE COMPANY OF PITTSBURGH, PA THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. AMENDMENT OF LIMITS OF INSURANCE (Per Project or Per Location Aggregate Limit) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE FORM I. Your policy is amended to include either a Per Project General Aggregate Limit, a Per Location General Aggregate Limit or a Per Project and Per Location General Aggregate Limit. Please select only one of the following: I 1 Per Project General Aggregate Limit S [ j Per Location General Aggregate Limit S [X1 Per Project and Per Location General Aggregate Limit S 2,000,000 IF NEITHER OF THESE BOXES ARE CHECKED, THIS ENDORSEMENT IS VOID. IF MORE THAN ONE OF THE THESE BOXES ARE CHECKED, THIS ENDORSEMENT IS VOID. 11. SECTION III - LIMITS OF INSURANCE , is amended to include the following: 1. The Limits of Insurance and the rules below fix the most we will pay regardless of the number of: a. Insureds; b. Claims made or "suits" brought; or C. Persons or organizations making claims or bringing "suits". 2. The General Aggregate Limit is the most we will pay for the sum of: a. Medical expenses under Coverage C; b. Damages under Coverage A, except damages because of "bodily injury" or "property damage" included in the products -completed operations hazard"; and c. Damages under Coverage B. 3. The Products -Completed Operations Aggregate Limit is the most we will pay under Coverage A for damages because of "bodily injury" and "property damage" included in the "products -completed operations hazard". 4. Subject to 2. above, the Personal and Advertising Injury Limit is the most we will pay under Coverage B for the sum of all damages because of all "personal and advertising injury" sustained by any one person or organization. S. Subject to 2. or 3. above, whichever applies, the Each Occurrence Limit is the most we will pay for the sum of: a. Damages under Coverage A; and b. Medical expenses under CoverageC 86681 (9/04) Page 1 of 2 because of all "bodily Injury" and "property damage" arising out of any one "occurrence". 6. Subject to- 5. above, the Damage to Promises Rented To You Limit is the most we will pay under Coverage A because of "property damage" to any one premises, while rented to you, or in the case of damage by fire, while rented to you or temporarily occupied by you with permission of the owner. 7. Subject to 5. above, the Medical Expense Limit is the most we will pay under Coverage C for all medical expenses because of "bodily injury" sustained by any one person. S. Subject to 2., 4., 5., 6., end/or 7. above, the Per Project Aggregate Limit is the most we will pay under Coverages A, B, and C combined for the sum of: a. Damages under Coverage A; b. Damages under Coverage 6; and c. Medical Expenses under Coverage arising out of any single Project described above, 9. Subject to 2., 4., 5., 6., and/or 7. above, the Per Location Aggregate Limit is the most we will pay under Coverages A, B, and C combined for the sum of: a. Damages under Coverage A; b. Damages under Coverage 6; and c. Medical expenses under CoverageC arising out of the any single Location described above. The Limits of Insurance of this Coverage Part apply separately to each consecutive annual period and to any remaining period of less than 12 months, starting with the beginning of the policy period shown in the Declarations, unless the policy period is extended after issuance for an additional period of less than 12 months. In that case, the additional period will be deemed part of the last preceding period for purposes of determining the Limits of Insurance. III. The Limits of Insurance shown In the Declarations are deleted in their entirety and replaced by the Limits of Insurance set forth below. Limits of Insurance General Aggregate Limit $ 10,000,000 Each Occurrence Limit $ 1,000,000 Products -Completed Operations Aggregate Limit $ 2,000,000 Personal & Advertising Injury Limit $ 1,000,000 Damage to Promises Rented to You $ 500,000 Medical Expense Limit $ 25,000 Per Project General Aggregate Limit, Per Location $ 2,000, 000 General Aggregate Limit or Per Project and Per Location General Aggregate Limit IV. SECTION V - DEFINITIONS, is amended to include the following: 23. "Location" means premises involving the same or connecting lots, or premises whose connection is interrupted only by a street, roadway, waterway, or right-of-way railroad. All other terms and conditions of this policy remain the same. �Authorlzed Representative or Countersignature (in States Where Applicable) 86681 (9/04) Page 2 of 2 ENDORSEMENT This endorsement, effective 12:01 A.M. 08/01/2016 forms a part of policy No. CA 477-36.76 issued to St. Francis Electric, LLC by National Union Fire Insurance Company of Pittsburgh, PA THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - WHERE REQUIRED UNDER CONTRACT OR AGREEMENT This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM SCHEDULE ADDITIONAL INSURED: ANY PERSON OR ORGANIZATION FOR WHOM YOU ARE CONTRACTUALLY BOUND TO PROVIDE ADDITIONAL INSURED STATUS BUT ONLY TO THE EXTENT OF SUCH PERSON OR ORGANIZATIONS LIABILITY ARISING OUT OF THE USE OF A COVERED AUTO. I. SECTION II - LIABILITY COVERAGE, A. Coverage, 1. - Who Is Insured, is amended to add: d. Any person or organization, shown in the schedule above, to whom you become obligated to include as an additional insured under this policy, as a result of any contract or agreement you enter into which requires you to furnish insurance to that person or organization of the type provided by this policy, but only. with respect to liability arising out of use of a covered "auto". However, the insurance provided will not exceed the lesser of: ( 1) The coverage and/or limits of this policy, or (2) The coverage and/or limits required by said contract or agreement. 87950(10/05)/MTeriz ✓/��-V(J�H+��//,Jt` Rf➢RESEN7A7K ENDORSEMENT This endorsement, effective 12:01 A.M. 08/01/2016 forms a part of policy No. CA4773676 Issued to St. Francis Electric, LLC by National Union Fire Insurance Co. of Pittsburgh, PA THIS ENDORSEMENT CHANGES THE POLICY, PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM Section IV - Business Auto Conditions, A. - Loss Conditions, S. - Transfer of Rights of Recovery Against Others to Us, is amended to add: However, we will waive any right of recover we have against any person or organization with whom you have entered into a contract or agreement because of payments we make under this Coverage Form arising out of an "accidenP' or "loss" if. (1) The "accident" or "loss" Is due to operations undertaken in accordance with the contract existing between you and such person or organization; and (2) The contract or agreement was entered Into prior to any "accident" or "loss". No waiver of the right of recovery will directly or indirecty, apply to your employees or employees of the person or organization, and we reserve our rights or lien to be reimbursed from any recovery funds obtained by any injured employee. 62897 (6/95) ENDORSEMENT This endorsement, effective 12:01A.M. forms a part of, policy No. CA4773676 issued to St. Francis Electric, LLC by NATIONAL UNION FIRE INSURANCE COMPANY OF PITTSBURGH, PA THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. INSURANCE PRIMARY AS TO CERTAIN ADDITIONAL INSUREDS This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM Section IV - Business Auto Conditions, B., General Conditions, 5., Other Insurance, c., is amended by the addition of the following sentence: The insurance afforded under this policy to an additional insured will apply as primary insurance for such additional insured where so required under an agreement executed prior to the date of accident. We will not ask any insurer thathas issued other insurance to such additional insured to contribute to the settlement of loss arising out of such accident. All other terms and conditions remain unchanged. Authorized Representative or CauMersi taro (m States Where Applicable 74445 (10199) Page 43 ENDORSEMENT BLANKET WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT This endorsement changes the policy to which it is attached effective on the inception date of the policy unless a different date Is indicated below. (The following "attaching clause" need be completed Only when this endorsement is issued subsequent to preparation of the policy). . This endorsement, effective 12:01 AM 08101/2016 forms a part of Policy No. WC 022-29-8334 Issued to St. Francis Electric, LLC By National Union Fire Insurance Company of Pittsburgh, PA We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against any person or organization with whom you have a written contract that requires you to obtain this agreement from us, es regards any work you pdrform for such person or organization. The additional premium for this endorsement shall be 2% of the total estimated workers compensation premium for this policy. WC 04 03 61 (11/90) MIrNA2Ea REPRESFHiAiIVE ENDORSEMENT WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT This endorsement changes the policy to which it is attached effective on the inception date of the policy unless a different date is indicated below. (rhe followlrg "attaching clause'need be completed only when this endorsement is Issued subsequent to preparation of the policy). This endorsement, effective 12:01 AM 08/01/2016 forms a part of Policy No. WC 022-29.8334 Issued to St. Francis Electric, LLC By NATIONAL UNION FIRE INSURANCE COMPANY OF PITTSBURGH, PA. We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named In the Schedule. This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us. This agreement shall not operate directly or indirectly to benefit any one not named in the Schedule. Schedule ANY PERSON OR ORGANIZATION TO WHOM YOU BECOME OBLIGATED TO WAIVE YOUR RIGHTS OF RECOVERY AGAINST, UNDER ANY WRITTEN CONTRACT OR AGREEMENT YOU ENTER INTO PRIOR TO THE OCCURRENCE OF LOSS. This form Is not applicable in California, Kentucky, New Hampshire, New Jersey, North Dakota, Ohio, Tennessee, Texas, Utah, or Washington. WC 00 03 13 (4/84) AAUT �!HESEHTnTIVE ROSEMEAD CITY COUNCIL STAFF REPORT TO: THE HONORABLE MAYOR AND CITY COUNCIL FROM: GLORIA MOLLEDA, CITY MANAGER DATE: JUNE 11, 2019 SUBJECT: TRAFFIC SIGNAL MAINTENANCE SERVICES — AWARD OF CONTRACT SUMMARY The current contract for traffic signal maintenance services with St. Francis Electric will expire on June 30, 2019. The scope of work for this contract includes performing routine preventive maintenance, scheduled repairs, and emergency repairs to traffic signals, traffic signal equipment, safety street lights, flashing beacons, speed feedback signs, in -pavement flashing crosswalk lights, and other related equipment by duly trained and qualified personnel. A Request for Proposals was circulated to several traffic signal maintenance providers, and on May 30, 2019, four proposals were received. Staff reviewed the proposals for completeness, understanding of scope of work, methodology, experience and cost; and is recommending the award of a new contract to St. Francis Electric for an amount not to exceed the City's annual budget of $160,000 for traffic signal maintenance services. STAFF RECOMMENDATION Staff recommends that the City Council: 1. Authorize the City Manager to enter into a three-year contract with St. Francis Electric for an amount not to exceed $160,000 per year, with the option for up to two one-year extensions; and 2. Take such additional, related action that may be necessary. The City of Rosemead currently operates and maintains 43 signalized intersections with a variety of traffic signal controllers and equipment, 15 in -pavement flashing crosswalk lights, and 18 speed feedback signs. The scope of work for the traffic signal maintenance services contract includes the following: performing routine preventive maintenance, scheduled repairs, and emergency repairs to traffic signals, traffic signal equipment, safety street lights, flashing beacons, speed feedback signs, in -pavement flashing crosswalk lights, and other related equipment by duly trained and qualified personnel. AGENDA ITEM NO. 6.H City Council Meeting June 11, 2019 Page 3 of 3 Maintenance. Therefore, the traffic signal maintenance contract should be awarded for a not -to - exceed amount of $160,000. ENVIRONMENTAL REVIEW Not applicable. PUBLIC NOTICE PROCESS This item has been noticed through the regular agenda notification process. Prepared By: Rey Alfonso, P.E. Director of Public Works Attachments: A. Request for Proposals B. St. Francis Proposal C. Siemens Proposal D. CSC Proposal E. Bear Electrical Proposal Attachment C June 11, 2019, City Council Staff Report — Approval of PSA with St Francis Electric ROSEMEAD CITY COUNCIL STAFF REPORT TO: THE HONORABLE MAYOR AND CITY COUNCIL FROM: GLORIA MOLLEDA, CITY MANAGER DATE: JUNE 11, 2019 SUBJECT: TRAFFIC SIGNAL MAINTENANCE SERVICES — AWARD OF CONTRACT SUMMARY The current contract for traffic signal maintenance services with St. Francis Electric will expire on June 30, 2019. The scope of work for this contract includes performing routine preventive maintenance, scheduled repairs, and emergency repairs to traffic signals, traffic signal equipment, safety street lights, flashing beacons, speed feedback signs, in -pavement flashing crosswalk lights, and other related equipment by duly trained and qualified personnel. A Request for Proposals was circulated to several traffic signal maintenance providers, and on May 30, 2019, four proposals were received. Staff reviewed the proposals for completeness, understanding of scope of work, methodology, experience and cost; and is recommending the award of a new contract to St. Francis Electric for an amount not to exceed the City's annual budget of $160,000 for traffic signal maintenance services. STAFF RECOMMENDATION Staff recommends that the City Council: 1. Authorize the City Manager to enter into a three-year contract with St. Francis Electric for an amount not to exceed $160,000 per year, with the option for up to two one-year extensions; and 2. Take such additional, related action that may be necessary. The City of Rosemead currently operates and maintains 43 signalized intersections with a variety of traffic signal controllers and equipment, 15 in -pavement flashing crosswalk lights, and 18 speed feedback signs. The scope of work for the traffic signal maintenance services contract includes the following: performing routine preventive maintenance, scheduled repairs, and emergency repairs to traffic signals, traffic signal equipment, safety street lights, flashing beacons, speed feedback signs, in -pavement flashing crosswalk lights, and other related equipment by duly trained and qualified personnel. AGENDA ITEM NO. 6.11 City Council Meeting June 11, 2019 Page 2 of 3 In January 2017, the City entered into a two-year contract with St. Francis Electric to provide traffic signal maintenance services to the City that expired on December 31, 2018. Although the contract allowed for a two-year extension, St. Francis Electric was granted a six-month extension approved by the City Council on November 13, 2018. With the six-month extension, the contract will expire on June 30, 2019, which was intended to bring the contract in line with the fiscal year budget and give staff time to seek competitive bids from other providers to ensure the City is receiving the best traffic signal maintenance services available. Staff sent a Request for Proposals to several traffic signal maintenance providers. On May 30, 2019, the City received four proposals and the results were as follows: Rank Contractor Location Bid Amount 1 St. Francis Electric Riverside CA $45,811 2 Siemens Riverside, CA $48,669 3 Computer Service Company Azusa, CA Disqualified 4 Bear Electrical Solutions Anaheim, CA Disqualified It should be noted that the cost proposals submitted above represent the annual cost of preventive maintenance only. Preventive maintenance involves monthly and bi-monthly inspections and minor troubleshooting of the City's traffic signals, in -pavement flashing crosswalk lights, and speed feedback signs. However, the total cost for traffic signal maintenance services will include both preventive maintenance and "extraordinary" maintenance, which consists of scheduled repairs and emergency repairs. Staff reviewed the overall proposals for completeness, understanding of scope of work, methodology, experience and cost. Upon reviewing all the bids, staff discovered that the bids submitted by Computer Service Company and Bear Electrical Solutions contained mathematical errors that resulted in miscalculated bid amounts. Therefore, those bids were disqualified as non- responsive bids. While both the remaining firms are well qualified to provide traffic signal maintenance services, St. Francis Electric provided the lowest cost proposal. Therefore, staff is recommending the award of contract to St. Francis Electric. St. Francis Electric has been in business for over 70 years and is currently providing traffic signal maintenance services to the Cities of Huntington Park, Corona, Palm Springs and Rosemead. By all accounts, St. Francis Electric has been very responsive to Rosemead's needs, and has performed very well the last two years. FINANCIAL REVIEW While the cost of preventive maintenance is constant, the cost of extraordinary maintenance is unpredictable from year to year. Over the last two years, the City has expended approximately $160,000 per year for Traffic Signal Maintenance Services. Accordingly, the proposed Fiscal Year 2019-20 Budget includes $160,000 in Public Works' Field Services Budget for Traffic Signal City Council Meeting June 11, 2019 Page 3 of 3 Maintenance. Therefore, the traffic signal maintenance contract should be awarded for a not -to - exceed amount of $160,000. ENVIRONMENTAL REVIEW Not applicable. PUBLIC NOTICE PROCESS This item has been noticed through the regular agenda notification process. Prepared By: Rey Alfonso, P.E. Director of Public Works Attachments: A. Request for Proposals B. St. Francis Proposal C. Siemens Proposal D. CSC Proposal E. Bear Electrical Proposal