Loading...
Item 14 - Award of Agreement with Siemens Mobility, Inc. for Traffic Signal Maint ServicesJune 15, 2021, Item #14DATE: TO: FROM: CONTACT: SUBJECT: Summary: AGENDA REPORT CityofPoway CITY COUNCIL June 15, 2021 Honorable Mayor and Members of the City Co~cil Eric Heidemann, Director of Public Works 4 ¥ Will Wiley, Assistant Director of Public Works for Maintenance Operation (858) 668-4705 or wwiley@poway.org Award of Agreement with Siemens Mobility, Inc. for Traffic Signal Maintenance Services The City of Poway ("City'') contracts for traffic signal system maintenance, which includes ongoing monthly maintenance and as-needed emergency repairs. The City's current agreement expires June 30, 2021. Staff recommends the City enter into an agreement with Siemens Mobility, Inc. through a cooperative purchasing process through an existing agreement that was competitively bid by the City of Seal Beach, CA for general maintenance and emergency repair of traffic signals. The Poway Municipal Code Section 3.28.110 authorizes the City to participate in cooperative purchasing with other government agencies as an alternative to the bidding process for services. The term of the agreement is one year, beginning July 1, 2021 through June 30, 2022. Recommended Action: It is recommended that the City Council award the agreement for traffic signal maintenance services to Siemens Mobility, Inc., and authorize the City Manager to execute the necessary documents. Discussion: The City is currently responsible for the maintenance of the City's traffic signal system, which includes 56 traffic signals, corresponding electrical devices (e.g., pull boxes, cameras, controllers), various flashing beacons, and pedestrian crosswalks. Maintenance is provided through a contract service delivery model and consists of two elements: general maintenance and emergency repairs. General maintenance includes the visual inspections and necessary repairs of all existing traffic signal equipment (lamps, ballasts, photoelectric control), as well as the connections between the service points and signal equipment and electrical and communication (fiber) connections. Emergency repairs include, but are not limited to, the repair or replacement of damaged equipment and installation of new traffic signals. The City's current agreement for traffic signal maintenance expires June 30, 2021. Staff recommends 1 of76 June 15, 2021, Item #14that the City enter into an agreement with Siemens under a cooperative purchasing agreement through the City of Seal Beach, CA, for the provision of routine and emergency traffic signal maintenance. Given the existing relationship between Siemens and the City, Siemens is willing to extend the same terms of its agreement with Seal Beach to the City through June 30, 2022. The City's Municipal Code Section 3.28.110 allows for the procurement of goods and services through cooperative purchasing on a competitive bid procedure that has been conducted by another public agency. The City of Seal Beach completed a competitive procurement in 2019, and their City Council awarded a three-year agreement to Siemens on May 13, 2019. The agreement includes routine inspection and maintenance of traffic signal and related electrical equipment, as well as emergency and non-emergency repairs and equipment at fixed prices. Staff recommends awarding an agreement with Siemens according to the terms provided by the City of Seal Beach, with a not-to-exceed amount of $155,000.00 for traffic signal maintenance services. The agreement amount includes $50,736.00 for the fixed monthly general maintenance, which is approximately $2,148.00 or 3.8 percent more than the current agreement and $104,264.00 for emergency and as-needed repairs. Siemens has demonstrated their qualifications, capabilities, and responsiveness through their services provided to the City under their current agreement since 2016. Siemens is a worldwide technology company with business units in many sectors, including traffic and transportation. The length of the agreement is for one (1) year, beginning July 1, 2021, through June 30, 2022. Environmental Review: This action is not subject to California Environmental Quality Act review. Fiscal Impact: Funds are available in the Lighting District Division's Fiscal Year 2021-22 budget (430050-43260) for traffic signal repair and maintenance services that will be considered by the City Council on June 15, 2021. The agreement will be awarded upon adoption of the proposed budget. Public Notification: None. Attachments: A. Agreement with Siemens Mobility, Inc. Reviewed/ Approved By: Assistant City Manager 2 of76 Reviewed By: Alan Fenstermacher City Attorney Approved By: Ch~ City Manager June 15, 2021, Item #14City of Poway STANDARD AGREEMENT FOR SERVICES This Agreement, entered into this 1st day of July, 2021, by and between the CITY OF POWAY (hereinafter referred to as "City") and Siemens Mobility, Inc. (hereinafter referred to as "Contractor"). RECITALS WHEREAS, City desires to obtain the services of a private Contractor to perform Traffic Signal Maintenance and Emergency Repair Services for the Public Works Department; WHEREAS, Contractor won a competitive bid for a contract providing routine and emergency maintenance services to the City of Seal Beach; WHEREAS, the City's purchasing policy allows for the procurement of goods and services through cooperative purchasing process based on a competitive bid procedure that has been conducted by another public agency; WHEREAS, City and Contractor agree to abide by the same terms and conditions of the City of Seal Beach contract; WHEREAS, Contractor has represented that Contractor possesses the necessary qualifications to provide such services; WHEREAS, City has authorized the preparation of an agreement to retain the services of Contractor as hereinafter set forth. NOW, THEREFORE, IT IS MUTUALLY AGREED THAT CITY DOES HEREBY RETAIN CONTRACTOR ON THE FOLLOWING TERMS AND CONDITIONS: 1. Scope of Services. Contractor shall provide services as described in Exhibit "A" entitled "Special Provisions" attached hereto and made a part hereof. 2. Compensation and Reimbursement. City shall compensate and reimburse Contractor as provided in Exhibit "A" entitled "Special Provisions" attached hereto and made a part hereof. 3 of76 ATTACHMENT A June 15, 2021, Item #143. Term of Agreement. The term of this Agreement shall be as described in Exhibit "A" entitled "Special Provisions" attached hereto and made a part hereof. 4. Termination. This Agreement may be terminated with or without cause by City. Termination without cause shall be effective only upon 60-day written notice to Contractor. During said 60-day period Contractor shall perform all consulting services in accordance with this Agreement. This Agreement may be terminated by City for cause in the event of a material breach of this Agreement, misrepresentation by Contractor in connection with the formation of this Agreement or the performance of services, or the failure to perform services as directed by City. Termination for cause shall be effected by delivery of written notice of termination to Contractor. Such termination shall be effective upon delivery of said notice. 5. Confidential Relationship. City may from time to time communicate to Contractor certain information to enable Contractor to effectively perform the services. Contractor shall treat all such information as confidential, whether or not so identified, and shall not disclose any part thereof without the prior written consent of the City. Contractor shall limit the use and circulation of such information, even within its own organization, to the extent necessary to perform the services. The foregoing obligation of this Paragraph 5, however, shall not apply to any part of the information that (i) has been disclosed in publicly available sources of information; (ii) is, through no fault of Contractor, hereafter disclosed in publicly available sources of information; (iii) is now in the possession of Contractor without any obligation of confidentiality; or (iv) has been or is hereafter rightfully disclosed to Contractor by a third party, but only to the extent that the use or disclosure thereof has been or is rightfully authorized by that third party. Contractor shall not disclose any reports, recommendations, conclusions or other results of the services or the existence of the subject matter of this contract without the prior written consent of the City. In its performance hereunder, Contractor shall comply with all legal obligations it may now or hereafter have respecting the information or other property of any other person, firm or corporation. 6. Office Space and Clerical Support. Contractor shall provide its own office space and clerical support at its sole cost and expense. 7. Covenant Against Contingent Fees. Contractor declares that it has not employed or retained any company or person, other than a bona fide employee working for Contractor, to solicit or secure this Agreement, that it has not paid or agreed to pay any company or person, other than a 4of76 June 15, 2021, Item #14bona fide employee, any fee, commission, percentage, brokerage fee, gift or any other consideration, contingent upon or resulting from the award or making of the Agreement. For breach of violation of this warranty, City shall have the right to annul this Agreement without liability, or, at its sole discretion, to deduct from the Agreement price or consideration, or otherwise recover the full amount of such fee, commission, percentage, brokerage fee, gift or contingent fee. 8. Ownership of Documents. All memoranda, reports, plans, specifications, maps and other documents prepared or obtained under the terms of this Agreement shall be the property of City and shall be delivered to City by Contractor upon demand. 9. Conflict of Interest and Political Reform Act Obligations. During the term of this Agreement Contractor shall not act as Contractor or perform services of any kind for any person or entity whose interests conflict in any way with those of the City of Poway. Contractor shall at all times comply with the terms of the Political Reform Act and the local conflict of interest code. Contractor shall immediately disqualify itself and shall not use its official position to influence in any way any matter coming before the City in which the Contractor has a financial interest as defined in Government Code Section 87103. Contractor represents that it has no knowledge of any financial interests which would require it to disqualify itself from any matter on which it might perform services for the City. "Contractor" means an individual who, pursuant to a contract with a state or local agency: 5 of76 (A) Makes a governmental decision whether to: 1. Approve a rate, rule or regulation; 2. Adopt or enforce a law; 3. Issue, deny, suspend, or revoke any permit, license, application, certificate, approval, order, or similar authorization or entitlement; 4. Authorize the City to enter into, modify, or renew a contract provided it is the type of contract that requires City approval; 5. Grant City approval to a contract that requires City approval and to which the City is a party, or to the specifications for such a contract; 6. Grant City approval to a plan, design, report, study, or similar item; June 15, 2021, Item #147. Adopt, or grant City approval of, policies, standards, or guidelines for the City, or for any subdivision thereof; or (B) Serves in a staff capacity with the City and in that capacity participates in making a governmental decision as defined in the Political Reform Act and/or implementing regulations promulgated by the Fair Political Practices Commission, or performs the same or substantially all the same duties for the City that would otherwise be performed by an individual holding a position specified in the City's Conflict of Interest Code. DISCLOSURE DETERMINATION: ~ 1. Contractor will not be "making a government decision" or "serving in a staff capacity" as defined in Sections A and B above. No disclosure required. D 2. Contractor will be "making a government decision" or "serving in a staff capacity" as defined in Sections A and B above. As a result, Contractor/Contractor shall be required to file a Statement of Economic Interest with the City Clerk of the City of Poway in a timely manner as required by law. Department Director 10. No Assignments. Neither any part nor all of this Agreement may be assigned or subcontracted, except as otherwise specifically provided herein, or to which City, in its sole discretion, consents to in advance thereof in writing. Any assignment or subcontracting in violation of this provision shall be void. 11. Maintenance of Records. Contractor shall maintain all books, documents, papers, employee time sheets, accounting records, and other evidence pertaining to costs incurred and shall make such materials available at its office at all reasonable times during the contract period and for three (3) years from the date of final payment under this Agreement, for inspection by City and copies thereof shall be furnished, if requested. 12. Independent Contractor. At all times during the term of this Agreement, Contractor shall be an independent contractor and shall not be an employee of the City of Poway. City shall have the right to control Contractor only insofar as the results of Contractor's services 6 of76 June 15, 2021, Item #14rendered pursuant to this Agreement; however, City shall not have the right to control the means by which Contractor accomplishes such services. 13. Licenses, Permits, Etc. Contractor represents and declares to City that it has all licenses, permits, qualifications, and approvals of whatever nature that are legally required to practice its profession. Contractor represents and warrants to City that Contractor shall, at its sole cost and expense, keep in effect at all times during the term of this Agreement, any license, permit, or approval which is legally required for Contractor to practice its profession. 14. Contractor's Insurance. Contractor shall provide insurance as set forth in Exhibit "A" entitled "Special Provisions" attached hereto and made a part hereof. 15. Indemnification. (a) For Claims (as defined herein) other than those alleged to arise from Contractor's negligent performance of professional services, City and its respective elected and appointed boards, officials, officers, agents, employees and volunteers (individually and collectively, "lndemnitees") shall have no liability to Contractor or any other person for, and Contractor shall indemnify, protect and hold harmless lndemnitees from and against, any and all liabilities, claims, actions, causes of action, proceedings, suits, damages, judgments, liens, levies, costs and expenses, including reasonable attorneys' fees and disbursements (collectively "Claims"), which lndemnitees may suffer or incur or to which lndemnitees may become subject by reason of or arising out of any injury to or death of any person(s), damage to property, loss of use of property, economic loss or otherwise occurring as a result of Contractor's negligent performance under this Agreement, or by the negligent or willful acts or omissions of Contractor, its agents, officers, directors, sub-Contractors or employees. (b) For Claims alleged to arise from Contractor's negligent performance of professional services, lndemnitees shall have no liability to Contractor or any other person for, and Contractor shall indemnify and hold harmless lndemnitees from and against, any and all Claims that lndemnitees may suffer or incur or to which lndemnitees may become subject by reason of or arising out of any injury to or death of any person(s), damage to property, loss of use of property, economic loss or otherwise to the extent occurring as a result of Contractor's negligent performance of any professional services under this Agreement, or by the negligent or willful acts or omissions of Contractor, its agents, officers, directors, sub-Contractors or employees, committed in performing any of professional services under this Agreement. For Claims alleged to arise from Contractor's professional services, Contractor's defense obligation to lndemnitees shall include only the reimbursement of reasonable defense costs and attorneys' fees to the extent caused by Contractor's negligence. 7 of76 June 15, 2021, Item #14(c) The foregoing obligations of Contractor shall not apply to the extent that the Claims arise from the sole negligence or willful misconduct of City or its elected and appointed boards, officials, officers, agents, employees and volunteers. (d) In any and all Claims against City by any employees of the Contractor, anyone directly or indirectly employed by it or anyone for whose acts it may be liable, the indemnification obligation under this Section 15 shall not be limited in any way by any limitation on the amount or type of damages, compensation or benefits payable by or for the Contractor under worker's compensation acts, disability benefit acts or other employee benefit acts. (e) Contractor shall, upon receipt of written notice of any Claim, promptly take all action necessary to make a claim under any applicable insurance policy or policies Contractor is carrying and maintaining; however, if Contractor fails to take such action as is necessary to make a claim under any such insurance policy, Contractor shall reimburse City for any and all costs, charges, expenses, damages and liabilities incurred by City in making any claim on behalf of Contractor under any insurance policy or policies required pursuant to this Agreement. (f) The obligations described in Section 15(a) through (e) above shall not be construed to negate, abridge or otherwise reduce any other right or obligation of indemnity which would otherwise exist as to any party or person indemnified pursuant to this Section 15. (g) The rights and obligations of the parties described in this Section 15 shall survive the termination of this Agreement. 16. Assumption of Risk. Except for injuries to persons caused by the willful misconduct of any lndemnitee and not covered by insurance maintained, or required by this Agreement to be maintained, by Contractor: (a) Contractor hereby assumes the risk of any and all injury and damage to the personnel (including death) and property of Contractor that occurs in the course of, or in connection with, the performance of Contractor's obligations under this Agreement, including but not limited to Contractor's Scope of Services; and (b) it is hereby agreed that the lndemnitees are not to be liable for injury or damage which may be sustained by the person, goods or property of Contractor or its employees in connection with Contractor's performance its obligations under this Agreement, including but not limited to Contractor's Scope of Services. 17. Contractor Not an Agent. Except as City may specify in writing, Contractor shall have no authority, expressed or implied, to act on behalf of City in any capacity whatsoever as an agent. Contractor shall have no authority, expressed or implied, pursuant to this Agreement to bind City to any obligation whatsoever. 8 of76 June 15, 2021, Item #1418. Personnel. Contractor shall assign qualified and certified personnel to perform requested services. The City shall have the right to review and disapprove personnel for assignment to Poway projects. City shall have the unrestricted right to order the removal of any person(s) assigned by Contractor by giving oral or written notice to Contractor to such effect. Contractor's personnel shall at all times comply with City's drug and alcohol policies then in effect. 19. Notices. Notices shall be given as described on Exhibit "A" entitled "Special Provisions" attached hereto and made a part hereof. 20. Governing Law, Forum Selection and Attorneys' Fees. This Agreement shall be governed by, and construed in accordance with, the laws of the State of California. Each party to this Agreement consents to personal jurisdiction in San Diego County, California, and hereby authorizes and accepts service of process sufficient for personal jurisdiction by first class mail, registered or certified, postage prepaid, to its address for giving notice as set forth in Exhibit "A" hereto. Any action to enforce or interpret the terms or conditions of this Agreement shall be brought in the Superior Court in San Diego County, Central Division, unless the parties mutually agree to submit their dispute to arbitration. Contractor hereby waives any right to remove any such action from San Diego County as is otherwise permitted by California Code of Civil Procedure section 394. The prevailing party in any such action or proceeding shall be entitled to recover all of its reasonable litigation expenses, including its expert fees, attorneys' fees, courts costs, arbitration costs, and any other fees. Notwithstanding the foregoing, in the event that the subject of such an action is compensation claimed by Contractor in the event of termination, Contractor's damages shall be limited to compensation for the 60-day period for which Contractor would have been entitled to receive compensation if terminated without cause, and neither party shall be entitled to recover their litigation expenses. 21. Gender. Whether referred to in the masculine, feminine, or as "it," "Contractor" shall mean the individual or corporate Contractor and any and all employees of Contractor providing services hereunder. 22. Counterparts. This Agreement (and any amendments) may be executed in multiple counterparts, each of which shall be deemed an original, but all of which, together, shall 9 of76 June 15, 2021, Item #14constitute one and the same instrument. Documents delivered by telephonic facsimile transmission shall be valid and binding. 23. Entire Agreement. This Agreement shall constitute the entire understanding between Contractor and City relating to the terms and conditions of the services to be performed by Contractor. No agreements, representations or promises made by either party, whether oral or in writing, shall be of any force or effect unless it is in writing and executed by the party to be bound thereby. 24. Certification and Indemnification Regarding Public Employees' Retirement Law/Pension Reform Act of 2013. Contractor hereby certifies that all persons providing services to City by Contractor are not current members of the California Public Employees' Retirement System (CalPERS) and shall not become members of CalPERS while providing services to City. Contractor further provides that in the event Contractor assigns a retired annuitant receiving a pension benefit from CalPERS to perform services for City, the retired annuitant is in full compliance with Government Code section 7522.56. A copy of Government Code section 7522.56 is attached hereto as Exhibit "B." Further, Contractor hereby fully and unconditionally indemnifies City from all penalties, fees, employer and employee contributions, or any other assessments imposed by CalPERS in the event CalPERS determines the person assigned by Contractor to provide services to City has been misclassified. 25. Severability. If any provision of this Agreement is determined by any court of competent jurisdiction or arbitrator to be invalid, illegal, or unenforceable to any extent, that provision shall, if possible, be construed as though more narrowly drawn, if a narrower construction would avoid such invalidity, illegality, or unenforceability or, if that is not possible, such provision shall, to the extent of such invalidity, illegality, or unenforceability, be severed, and the remaining provisions of this Agreement shall remain in effect. (Remainder of page intentionally left blank) 10 of 76 June 15, 2021, Item #14IN WITNESS WHEREOF, the parties hereto have duly executed this Agreement on the date first above written. CITY OF POWAY By:------------Chris Hazeltine, City Manager Date: ------------ATTEST: Vaida Pavolas, CMC, City Clerk APPROVED AS TO FORM: By:------------Alan Fenstermacher, City Attorney 11 of 76 Siemens Mobility, Inc. By:-------------Michael J. Hutchens, Operations Manager Date: ------------ June 15, 2021, Item #14A. "SPECIAL PROVISIONS" EXHIBIT "A" Scope of Services. Contractor agrees to perform traffic signal maintenance and emergency repair services as required by City, further described in the Agreement which is included in this document as Attachment 1, and incorporated by reference, as if its contents were fully set forth herein. Contractor shall provide the necessary qualified personnel to perform the services. B. Compensation and Reimbursement. City shall pay Contractor a fee in accordance with the Fee Proposals submitted in writing in the competitive bid procedure with the City of Seal Beach, which is included in this document as Attachment 2. Contractor's fee shall include, and Contractor shall be responsible for the payment of all federal, state, and local taxes of any kind which are attributable to the compensation received. In addition to said consulting fee, Contractor shall be reimbursed for all reasonable expenses, including lodging, telephone, and travel (air, auto, rail) necessarily incurred in performance of the services. Contractor shall bill City for such expenses as incurred, referencing this Agreement. All expenses shall be itemized and supported by receipts for amounts in excess of Twenty-Five Dollars ($25.00). Statements for reimbursement of expenses shall be paid within ten (10) days of approval by City. All air travel shall be billed at coach or special fare rates. Reimbursement for lodging is limited to travel from outside of San Diego County. Contractor shall receive prior authorization for air travel and lodging expenses. All other expenses shall be reimbursed in accordance with City's cash disbursement policies in effect at the time incurred. C. Term of Agreement. This Agreement shall be effective from the period commencing July 1, 2021 and ending June 30, 2022, unless sooner terminated by City as provided in the section of this Agreement entitled "Termination." This Agreement may be extended for up to two (2) additional one-year terms upon approval in writing of the City Manager and Contractor. Award of the Contract and any Contract extensions are subject to City Council appropriation of funds. Upon expiration or termination of this Agreement, Contractor shall return to City any and all equipment, documents or materials and all copies made thereof which Contractor received from City or produced for City for the purposes of this Agreement. 12 of 76 June 15, 2021, Item #14D. Contractor's Insurance. 1. Coverages: Contractor shall obtain and maintain during the life of this Agreement all of the following insurance coverages: (a) Comprehensive General Liability, including premises-operations, products/completed, broad form property damage, and blanket contractual liability with the following coverages: General Liability $1,000,000 Bodily Injury and Property Damage combined each occurrence and $2,000,000 aggregate. (b) Automobile Liability, including owned, hired, and non-owned vehicles: $1,000,000 combined single limit. (c) Contractor shall obtain and maintain, during the life of the Agreement, a policy of Professional Errors and Omissions Liability Insurance with policy limits of not less than $1,000,000 combined single limits, per claim and annual aggregate. (d) Workers' Compensation insurance in statutory amount. All of the endorsements which are required above shall be obtained for the policy of Workers' Compensation insurance. 2. Endorsements: Endorsements shall be obtained so that each policy contains the following three provisions: (a) Additional Insured. (Not required for Professional Errors and Omissions Liability Insurance or Workers' Compensation.) "City of Poway and its elected and appointed boards, officers, agents, and employees are additional insureds with respect to this subject project and contract with City." (b) Notice. "Said policy shall not terminate, nor shall it be canceled, until thirty (30) days after written notice is given to City." (c) Primary Coverage. "The policy provides primary coverage to City and its elected and appointed boards, officers, agents, and employees. It is not secondary or in any way subordinate to any other insurance or coverage maintained by City." 13 of 76 June 15, 2021, Item #143. Insurance Certificates: Contractor shall provide City certificates of insurance showing the insurance coverages described in the paragraphs above, in a form and content approved by City, prior to beginning work under this Agreement. E. Notices. All notices, billings and payments hereunder shall be in writing and sent to the following addresses: 14 of76 To City: To Contractor: City of Poway P.O. Box 789 Poway, CA 92074 Siemens Mobility, Inc. 1026 E. Lacy Avenue Anaheim CA,92805 (Remainder of page intentionally left blank) June 15, 2021, Item #14ATTACHMENT 1 PROFESSIONAL SERVICES AGREEMENT for Traffic Signal Maintenance Services Between City of Seal Beach 211 -8th Street Seal Beach, CA 90740 & Siemens Mobility, Inc. 1026 E. Lacy Avenue Anaheim, CA 92805 (714) 456-9902 -Phone (714) 456-9905 -Fax This Professional Service Agreement ("the Agreement") is made as of May 13, 2019 (the "Effective Date"), by and between Siemens Mobility, Inc. ("Contractor"), a Delaware corporation, and the City of Seal Beach ("City"), a California charter city, (collectively, "the Parties"). 15 of 76 June 15, 2021, Item #14ATTACHMENT 1 RECITALS A. City desires certain professional traffic signal maintenance services. 8. Pursuant to the authority provided by its City Charter and Government Code § 37103, if applicable, City desires to engage Contractor to provide professional traffic signal maintenance services in the manner set forth herein and more fully described in Section 1.0. C. Contractor represents that the principal members of its firm are qualified traffic signal maintenance professionals and are fully qualified to perform the services contemplated by this Agreement in a good and professional manner; and it desires to perform such services as provided herein. NOW THEREFORE, in consideration of the Parties' performance of the promises, covenants, and conditions stated herein, the Parties hereto agree as follows: AGREEMENT 1.0 Scope of Services 1.1. Contractor shall provide those services ("Services") set forth in the attached Exhibit A, which is hereby incorporated by this reference. To the extent that there is any conflict between Exhibit A and this Agreement, this Agreement shall control. 1.2. Contractor shall perform all Services under this Agreement in accordance with the standard of care generally exercised by like professionals under similar circumstances and in a manner reasonably satisfactory to City. 1.3. In performing this Agreement, Contractor shall comply with all applicable provisions of federal, state, and local law. 1.4. As a material inducement to City to enter into this Agreement, Contractor hereby represents that it has the experience necessary to undertake the Services to be provided. In light of such status and experience, Contractor hereby covenants that it shall follow the customary professional standards in performing all Services. The City relies upon the skill of Contractor, and Contractor's staff, if any, to do and perform the Services in a skillful, competent, and professional manner, and Contractor and Contractor's staff, shall perform the Services in such manner. Contractor shall, at all times, meet or exceed any and all applicable professional standards of care. The acceptance of Contractor's work by the City shall not operate as a release of Contractor from such standard of care and workmanship. 2 of 12 16 of76 June 15, 2021, Item #14ATTACHMENT 1 1.5 Contractor will not be compensated for any work performed not specified in the Scope of Services unless the City authorizes such work in advance and in writing. The City Manager may authorize extra work to fund unforeseen conditions up to the amount approved at the time of award by the City Council. Payment for additional work in excess of this amount requires prior City Council authorization. 2.0 Term 2.1 This term of this Agreement shall commence as of the Effective Date and shall continue for a term of three (3) years ("Original Term") commending on the Effective Date and shall expire thereafter at midnight on May 13, 2022, unless sooner terminated or extended as provided by this Agreement. 2.2 The City, at its sole option, may elect to extend the Original Term of this Agreement, upon the same terms and conditions, for up to two (2) additional terms of one year each ("extension"), by providing written notice to Contractor at least one month prior to the expiration of an existing term. If timely elected by the City, the first extension shall have a term extending from May 13, 2022 through and including May 13, 2023, unless sooner terminated or extended pursuant to this Agreement. If timely elected by the City, the second extension shall be from May 13, 2023 through and including May 13, 2024, unless sooner terminated pursuant to this Agreement. Any extension shall not be effective except upon execution of a written amendment to this Agreement signed by the City Manager and Contractor's authorized representatives. 3.0 Contractor's Compensation 3.1 City will pay Contractor in accordance with the rates shown on the fee schedule set forth in Exhibit A for Services but in no event will the City pay more than Two Hundred Twenty Five Thousand Dollars ($225,000.00) for the Original Term of the Agreement; and in no event shall the City pay more than Seventy-Five Thousand Dollars ($75,000.00) for each year of the Original Term. 3.2 Contractor will not be compensated for any work performed not specified in the Scope of Services unless the City authorizes such work in advance and in writing. The City Manager may authorize extra work to fund unforeseen conditions up to the amount approved at the time of award by the City Council. Payment for additional work in excess of this amount requires prior City Council authorization. Any additional work authorized by the City Council pursuant to this Section will be compensated in accordance with the fee schedule set forth in Exhibit A. 3.3 In the event that the City exercises its option to extend the Original Term of this Agreement in accordance with Section 2.2, any 3 of 12 17 of 76 June 15, 2021, Item #14ATTACHMENT 1 Services performed by Contractor during the first or second extension shall be compensated according to the rates shown on the fee schedule set forth in Exhibit A for Services, but in no event will the City pay more than $75,000.00 for any such first or second extension without prior approval of the City Council. 4.0 Method of Payment 4.1. Contractor shall submit to City monthly invoices for all services rendered pursuant to this Agreement. Such invoices shall be submitted within 15 days of the end of the month during which the services were rendered and shall describe in detail the services rendered during the period, the days worked, number of hours worked, the hourly rates charged, and the services performed for each day in the period. City will pay Contractor within 30 days of receiving Contractor's invoice. City will not withhold any applicable federal or state payroll and other required taxes, or other authorized deductions from payments made to Contractor. 4.2. Upon 24-hour notice from City, Contractor shall allow City or City's agents or representatives to inspect at Contractor's offices during reasonable business hours all records, invoices, time cards, cost control sheets and other records maintained by Contractor in connection with this Agreement. City's rights under this Section 4.2 shall survive for two years following the termination of this Agreement. 5.0 Termination 5.1. This Agreement may be terminated by City, without cause, or by Contractor based on reasonable cause, upon giving the other party written notice thereof not less than 30 days prior to the date of termination. 5.2. This Agreement may be terminated by City upon 10 days' notice to Contractor if Contractor fails to provide satisfactory evidence of renewal or replacement of comprehensive general liability insurance as required by this Agreement at least 20 days before the expiration date of the previous policy. 6.0 Party Representatives 6.1. The City Manager is the City's representative for purposes of this Agreement. 6.2. Michael J. Hutchens is the Contractor's primary representative for purposes of this Agreement. Contractor may not change its representative without the prior written approval of City, which approval shall not be unreasonably withheld. 4 of 12 18 of 76 June 15, 2021, Item #14ATTACHMENT 1 7.0 Notices 7.1. All notices permitted or required under this Agreement shall be deemed made when personally delivered or when mailed 48 hours after deposit in the United States Mail, first class postage prepaid and addressed to the party at the following addresses, or to such other addresses as the parties may, from time to time, designate in writing pursuant to the provisions of this Section: To City: To Contractor: City of Seal Beach 211-8th Street Seal Beach, California 907 40 Attn: City Manager Siemens Mobility, Inc. 1026 E. Lacy Avenue Anaheim, CA 92805 Attn: Michael J. Hutchens 7 .2. Actual notice shall be deemed adequate notice on the date actual notice occurred, regardless of the method of service. 8.0 Independent Contractor 8.1. Contractor is an independent contractor and not an employee of the City. All services provided pursuant to this Agreement shall be performed by Contractor or under its supervision, and all personnel shall possess the qualifications, permits, and licenses required by State and local law to perform such Services, including, without limitation, a City of Seal Beach business license as required by the Seal Beach Municipal Code. Contractor will determine the means, methods, and details of performing the services. Contractor shall be solely responsible for the satisfactory work performance of all personnel engaged in performing the services and compliance with the customary professional standards. 8.2. Any additional personnel performing 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. 8.3. Contractor shall indemnify and hold harmless City and its elected officials, officers, employees, servants, designated volunteers, and agents 5 of 12 19 of 76 June 15, 2021, Item #14ATTACHMENT 1 serving as independent contractors in the role of City officials, from any and all liability, damages, claims, costs and expenses of any nature to the extent arising from Contractor's personnel practices. City shall have the right to offset against the amount of any fees due to Contractor under this Agreement any amount due to City from Contractor as a result of Contractor's failure to promptly pay to City any reimbursement or indemnification arising under this Section. 9.0 Confidentiality Contractor covenants that all data, documents, discussion, or other information developed or received by Contractor or provided for performance of this Agreement are deemed confidential and shall not be disclosed by Contractor without prior written authorization by City. City shall grant such authorization if applicable law requires disclosure. All City data shall be returned to City upon the termination of this Agreement. Contractor's covenant under this Section shall survive the termination of this Agreement. 10.0 Subcontractors No portion of this Agreement shall be subcontracted without the prior written approval of the City. Contractor is fully responsible to City for the performance of any and all subcontractors. 11.0 Assignment Contractor shall not assign or transfer any interest in this Agreement whether by assignment or novation, without the prior written consent of City. Any purported assignment without such consent shall be void and without effect. 12.0 Inspection and Audit of Records Contractor shall maintain complete and accurate records with respect to all services and other matters covered under this Agreement, including but expressly not limited to, all services performed, salaries, wages, invoices, time cards, cost control sheets, costs, expenses, receipts and other records with respect to this Agreement. Contractor shall maintain adequate records on the services provided in sufficient detail to permit an evaluation of all services in connection therewith. All such records shall be clearly identified and readily accessible. At all times during regular business hours, Contractor shall provide City with free access to such records, and the right to examine and audit the same and to make copies and transcripts as City deems necessary, and shall allow inspection of all program data, information, documents, proceedings and activities and all other matters related to the performance of the services under this Agreement. Contractor shall retain all financial and program service records and all other records related to the services and performance of this Agreement for at least three (3) years after expiration, termination or final payment under this Agreement, whichever occurs later. City's rights under this 6 of 12 20 of 76 June 15, 2021, Item #14ATTACHMENT 1 Section 12.0 shall survive for three (3) years after expiration, termination or final payment under this Agreement, whichever occurs later. 13.0 Safety Requirements All work performed under this Agreement shall be performed in such a manner as to provide safety to the public and to meet or exceed the safety standards outlined by CAL OSHA. The City may issue restraint or cease and desist orders to Contractor when unsafe or harmful acts are observed or reported relative to the performance of the Services. Contractor shall maintain the work sites free of hazards to persons and property resulting from its operations. Contractor shall immediately report to the City any hazardous condition noted by Contractor. 14.0 Insurance 14.1. Contractor shall not commence work under this Agreement until it has provided evidence satisfactory to the City that Contractor has secured all insurance required under this Section. Contractor shall furnish City with original certificates of insurance and endorsements effecting coverage required by this Agreement on forms satisfactory to the City. The certificates and endorsements for each insurance policy shall be signed by a person authorized by that insurer to bind coverage on its behalf, and shall be on forms provided by the City if requested. All certificates and endorsements shall be received and approved by the City before work commences. The City reserves the right to require complete, certified copies of all required insurance policies, at any time. 14.2. Contractor shall, at its expense, procure and maintain for the duration of the Agreement, insurance against claims for injuries to persons or damages to property that may arise from or in connection with the performance of this Agreement. Insurance is to be placed with insurers with a current A.M. Best's rating no less than A:VI 11, licensed to do business in California, and satisfactory to the City. Coverage shall be at least as broad as the latest version of the following: (1) General Liability: Insurance Services Office Commercial General Liability coverage (occurrence form CG 0001); (2) Automobile Liability: Insurance Services Office Business Auto coverage form number CA 0001, code 1 (any auto); and, if required by the City, (3) Professional Liability. Contractor shall maintain limits no less than: (1) General Liability: $2,000,000 per occurrence for bodily injury, personal injury and property damage and if Commercial General Liability Insurance or other form with a general aggregate limit is used, either the general aggregate limit shall apply separately to this Agreement/location or the general aggregate limit shall be twice the required occurrence limit; (2) Automobile Liability: $1,000,000 per accident for bodily injury and property damage; and (3) Professional Liability: $1,000,000 per claim/aggregate. 14.3. The insurance policies shall contain the following provIsIons, or Contractor shall provide endorsements on forms supplied or approved by the 7 of 12 21 of 76 June 15, 2021, Item #14ATTACHMENT 1 City to state: (1) coverage shall not be suspended, voided, reduced or canceled except after 30 days prior written notice by certified mail, return receipt requested, has been given to the City; (2) any failure to comply with reporting or other provisions of the policies, including breaches of warranties, shall not affect coverage provided to the City, its directors, officials, officers, (3) coverage shall be primary insurance as respects the City, its directors, officials, officers, employees, agents and volunteers, or if excess, shall stand in an unbroken chain of coverage excess of the Contractor's scheduled underlying coverage and that any insurance or self-insurance maintained by the City, its directors, officials, officers, employees, agents and volunteers shall be excess of the Contractor's insurance and shall not be called upon to contribute with it; (4) for general liability insurance, that the City, its directors, officials, officers, employees, agents and volunteers shall be covered as additional insureds with respect to the services or operations performed by or on behalf of the Contractor, including materials, parts or equipment furnished in connection with such work; and (5) for automobile liability, that the City, its directors, officials, officers, employees, agents and volunteers shall be covered as additional insureds with respect to the ownership, operation, maintenance, use, loading or unloading of any auto owned, leased, hired or borrowed by the Contractor or for which the Contractor is responsible. 14.4. All insurance required by this Section shall contain standard separation of insureds provisions and shall not contain any special limitations on the scope of protection afforded to the City, its directors, officials, officers, employees, agents, and volunteers. 14.5. Any deductibles or self-insured retentions shall be declared to and approved by the City. Contractor guarantees that, at the option of the City, either: (1) the insurer shall reduce or eliminate such deductibles or self-insured retentions as respects the City, its directors, officials, officers, employees, agents, and volunteers; or (2) the Contractor shall procure a bond guaranteeing payment of losses and related investigation costs, claims and administrative and defense expenses. 15.0 Indemnification, Hold Harmless, and Duty to Defend 15.1. Indemnity for Design Professional Services. To the fullest extent permitted by law, Contractor shall, at its sole cost and expense, indemnify and hold harmless the City agents serving as independent contractors in the role of City officials (collectively "lndemnitees" in this Section 15.0), from and against any and all damages, costs, expenses, liabilities, claims, demands, causes of action, proceedings, judgments, penalties, liens, and losses of any nature whatsoever, including fees of accountants and other professionals, and all costs associated therewith, and reimbursement of attorneys' fees and costs of defense (collectively "Claims"), whether actual, alleged or threatened, which arise out of, pertain to, or relate to, in whole or in part, the negligence, recklessness or willful misconduct of Contractor, and/or its officers, agents, servants, employees, 8 of 12 22 of76 June 15, 2021, Item #14ATTACHMENT 1 subcontractors, contractors or their officers, agents, servants or employees ( or any entity or individual that Contractor shall bear the legal liability thereof) in the performance of design professional services under this Agreement by a "design professional," as the term is defined under California Civil Code§ 2782.B(c). 15.2. Other lndemnitees. Other than in the performance of design professional services, and to the fullest extent permitted by law, Contractor shall, at its sole cost and expense, protect, defend, hold harmless and indemnify the lndemnitees from and against any and all damages, costs, expenses, liabilities, claims, demands, causes of action, proceedings, judgments, penalties, liens and losses of any nature whatsoever, including fees of accountants, attorneys and other professionals, and all costs associated therewith, and the payment of all consequential damages (collectively "Damages"), in law or equity, whether actual, alleged or threatened, which arise out of, pertain to, or relate to the acts or omissions of Contractor, its officers, agents, servants, employees, subcontractors, materialmen, suppliers, or contractors, or their officers, agents, servants or employees (or any entity or individual that Contractor shall bear the legal liability thereof) in the performance of this Agreement, including the lndemnitees' active or passive negligence, except for Damages arising from the sole negligence or willful misconduct of the lndemnitees, as determined by final arbitration or court decision or by the agreement of the Parties. Contractor shall defend the lndemnitees in any action or actions filed in connection with any Damages with counsel of the lndemnitees' choice, and shall pay all costs and expenses, including all attorneys' fees and experts' costs actually incurred in connection with such defense. Contractor shall reimburse the lndemnitees for any and all legal expenses and costs incurred by the lndemnitees in connection therewith. 15.3. Subcontractor Indemnification. Contractor shall obtain executed indemnity agreements with provisions identical to those in this Section 15.0 from each and every subcontractor or any other person or entity involved by, for, with or on behalf of Contractor in the performance of this Agreement. If Contractor fails to obtain such indemnities, Contractor shall be fully responsible and indemnify, hold harmless and defend the lndemnitees from and against any and all Claims in law or equity, whether actual, alleged or threatened, which arise out of, are claimed to arise out of, pertain to, or relate to the acts or omissions of Contractor's subcontractor, its officers, agents, servants, employees, subcontractors, materialmen, contractors or their officers, agents, servants or employees (or any entity or individual that Contractor's subcontractor shall bear the legal liability thereof) in the performance of this Agreement, including the lndemnitees' active or passive negligence, except for Claims or Damages arising from the sole negligence or willful misconduct of the lndemnitees, as determined by final arbitration or court decision or by the agreement of the Parties. 15.4. The obligations of Contractor under this or any other provision of this Agreement shall not be limited by the provisions of any workers' 9 of 12 23 of 76 June 15, 2021, Item #14ATTACHMENT 1 compensation act or similar act. Contractor expressly waives any statutory immunity under such statutes or laws as to the lndemnitees. Contractor's indemnity obligation set forth in this Section 15.0 shall not be limited by the limits of any policies of insurance required or provided by Contractor pursuant to this Agreement. 15.5. Contractor's covenants under this Section 15.0 shall survive the expiration or termination of this Agreement. 16.0 Equal Opportunity Contractor affirmatively represents that it is an equal opportunity employer. Contractor shall not discriminate against any subcontractor, employee, or applicant for employment because of race, religion, color, national origin, handicap, ancestry, sex, sexual orientation, or age. Such non-discrimination includes, but is not limited to, all activities related to initial employment, upgrading, demotion, transfer, recruitment or recruitment advertising, layoff, or termination. 17 .0 Labor Certification By its signature hereunder, Contractor certifies that it is aware of the provisions of Section 3700 of the California Labor Code that require every employer to be insured against liability for Workers' 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. 18.0 Prevailing Wage and Payroll Records If this Agreement calls for services that, in whole or in part, constitute "public works" as defined in the California Labor Code, then Contractor shall comply in all respects with all applicable provisions of the California Labor Code, including those set forth in Exhibit B, attached hereto and incorporated by reference herein. 19.0 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. 20.0 Severability The invalidity in whole or in part of any provisions of this Agreement shall not void or affect the validity of the other provisions of this Agreement. 10 of 12 24 of76 June 15, 2021, Item #14ATTACHMENT 1 21.0 Governing Law This Agreement shall be governed by and construed in accordance with the laws of the State of California. 22.0 No Third Party Rights No third party shall be deemed to have any rights hereunder against either party as a result of this Agreement. 23.0 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. 24.0 Prohibited Interests; Conflict of Interest 24.1. Contractor covenants that it presently has no interest and shall not acquire any interest, direct or indirect, which may be affected by the Services, or which would conflict in any manner with the performance of the Services. Contractor further covenants that, in performance of this Agreement, no person having any such interest shall be employed by it. Furthermore, Contractor shall avoid the appearance of having any interest, which would conflict in any manner with the performance of the Services. Contractor shall not accept any employment or representation during the term of this Agreement which is or may likely make Contractor "financially interested" (as provided in California Government Code §§1090 and 87100) in any decision made by City on any matter in connection with which Contractor has been retained. 24.2. Contractor further warrants and maintains that it has not employed or retained any person or entity, other than a bona fide employee working exclusively for Contractor, to solicit or obtain this Agreement. Nor has Contractor paid or agreed to pay any person or entity, other than a bona fide employee working exclusively for Contractor, any fee, commission, gift, percentage, or any other consideration contingent upon the execution of this Agreement. Upon any breach or violation of this warranty, City shall have the right, at its sole and absolute discretion, to terminate this Agreement without further liability, or to deduct from any sums payable to Contractor hereunder the full amount or value of any such fee, commission, percentage or gift. 24.3. Contractor warrants and maintains that it has no knowledge that any officer or employee of City has any interest, whether contractual, non-contractual, financial, proprietary, or otherwise, in this transaction or in the 11 of 12 25 of 76 June 15, 2021, Item #14ATTACHMENT 1 business of Contractor, and that if any such interest comes to the knowledge of Contractor at any time during the term of this Agreement, Contractor shall immediately make a complete, written disclosure of such interest to City, even if such interest would not be deemed a prohibited "conflict of interest" under applicable laws as described in this subsection. 25.0 Attorneys' 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 all of its attorneys' fees and other costs incurred in connection therewith. 26.0 Exhibits All exhibits referenced in this Agreement are hereby incorporated into the Agreement as if set forth in full herein. In the event of any material discrepancy between the terms of any exhibit so incorporated and the terms of this Agreement, the terms of this Agreement shall control. 27 .0 Corporate Authority The person executing this Agreement on behalf of Contractor warrants that he or she is duly authorized to execute this Agreement on behalf of said Party and that by his or her execution, the Contractor is formally bound to the provisions of this Agreement. IN WITNESS WHEREOF, the Parties hereto, through their respective authorized representatives have executed this Agreement as of the date and year first above written. 12 of 12 26 of76 June 15, 2021, Item #14CITY OF SEAL BEACH By: Jill R. Ingram, City Manager Attest: By: Gloria D. Harper, City Clerk S7296-0001 \2292797v3. doc 27 of76 By: ATTACHMENT 1 Michael J. Hutchens Operations Manager, ITS (Please note, two signatures required for corporations pursuant to California Corporations Code Section 313.) June 15, 2021, Item #1428 of 76 EXHIBIT A Contractors Proposal ATTACHMENT 1 June 15, 2021, Item #14SIEMENS Helping Our Communities Become Vibrant, Growing & Green Proposed to: Ms. Iris Lee Deputy Public Works Director Department of Public Works City of Seal Beach 211 Eighth Street Seal Beach, CA 90740 ATTACHMENT 1 June 15, 2021, Item #14I I I ATTACHMENT 1 Table of Contents COVER LETTER------------------------------2 WORK PLAN-------------------------------3 V. ROUTINE MAINTENANCE---------------------------3 Monthly Inspection ---------3 Quarterly Maintenance (Every Three Months)------------5 Semi-Annual Maintenance (Every Six Months)--------------------5 Yearly Maintenance---------------------------------------------------------5 STAFFING PLAN------------------------------11 CONTRACT MANAGEMENT TEAM-----------------------------11 FIELD MAINTENANCE TEAM -12 MANAGEMENT CONTACTS: --13 Additional Resources available to the City of Seal Beach--------14 ORGANIZATIONAL INFORMATION 15 EXCEPTIONS--------------------------------16 COMPANY QUAUFICATION--------------------------17 A BRIEF OVERVIEW OF SIEMENS------------------------------17 OUR DISTINCT QUALIFICATIONS --18 KEY CONTACT 18 PROOF OF CONTRACTORS LICENSE AND DIR REGISTRATION 19 PRIMARY FACILITIES AND STAFF SUPPORTING THE CITY OF SEAL BEACH: 20 FINANCIAL INFORMATION 21 PROJECT APPROACH -------22 What Sets Siemens Apart--22 Material Inventory --22 Reporting and Record Keeping----------23 Testing Services -----24 Fiber Optic Repair; Installation, Maintenance Services 24 USA Dig Alert-----------24 Customer Portal (Traffic Signal Service Management System) 25 Industry Specific Tools----·-------------------------------------26 Vehicles & Equipment---------27 WHY CHOOSE SIEMENS? 29 REFERENCES--------------------------------30 INSURANCE REQUIREMENTS-------------------------33 SEALED FEE PROPOSAL---------------------------34 SIEMENS DELEGATION OF APPROVAL AUTHORITY------------------35 City of Seal Beach Proposal for: Traffic Signal Maintenance Services Page 1 of 40 June 15, 2021, Item #14April 23rd, 2019 Ms. Iris Lee Deputy Public Works Director Department of Public Works City of Seal Beach 211 Eighth Street Seal Beach, CA 90740 RE: Proposal for: Traffic Signal Maintenance Services Ms. Lee, ATTACHMENT 1 I M NS Siemens ITS would like to express our sincere appreciation for the opportunity to participate in the proposal process for providing maintenance, emergency response and repairs for the City's traffic signal system. The prices and terms stated in our proposal package will remain in effect for 90 days from the date of submission, April 23rd, 2019. Siemens Mobility, Inc. is a corporation, incorporated in the State of Delaware on November 29th, 2017. Siemens Intelligent Traffic Solutions (ITS) is a business unit within Siemens Mobility, Inc. a subsidiary member of the Siemens AG corporate group. Our federal tax employer I.D. number is 30-1018552 and our corporate address is One Penn Plaza Suite 1100, New York, NY 10119. Siemens ITS is an electrical contracting firm who is a California licensed A and C-10 contractor (CA License #1042278) and is also a registered Public Works Contractor (DIR No. 1000059880), who provides leading edge traffic technology for the fast-paced Intelligent Transportation Systems world. Whether providing maintenance services, local controllers, controller firmware, central systems, system analysis, design, or integration, Siemens brings innovative and reliable solutions to customers. During the evaluation, if there are any questions regarding this proposal please, feel free to contact either of us using the contact information listed below. We look forward to continuing to serve the needs of the City of Seal Beach and would like to thank you in advance for your consideration. Res pectfu I ly, Siemens Industry, Inc. Director of Service 2250 Business Way Riverside, CA 92501 (951) 784-6600 office (951) 784-6700 fax steven.teal@siemens.com 31 of 76 Operations Manager 2250 Business Way Riverside, CA 92501 (951) 784-6600 office (951) 784-6700 fax michael.hutchens@siemens.com June 15, 2021, Item #14ATTACHMENT 1 Work Plan Scope of work V. ROUTINE MAINTENANCE Siemens will provide a continuing, comprehensive, routine maintenance program designed to eliminate or reduce the incidents of malfunctions, operational complaints and extend the useful life of the existing traffic signal control equipment. Siemens will inspect, clean, and if necessary, adjust all traffic signal control equipment to meet manufacturer's original specifications at each signalized intersection once each calendar month. The monthly inspection and cleaning of all cabinets shall include the repair/replacement of parts in controller cabinet, detector loop patching, cleaning and realignment of signal indications, continuity checks, testing of the City1s communication system, testing and repair of battery back-up systems, LED and pedestrian indication replacements, rewiring, concrete and foundation repairs, and lamping to maintain existing operation. Failure of Siemens to provide the services outlined in its Routine Maintenance list that requires the City or its agent to make corrections, shall be billed back to Siemens plus markup. Monthly Inspection Siemens will inspect, clean, adjust and make a routine inspection of each traffic signal location once per month. Siemens agrees that it will maintain a record in each controller cabinet showing the date and time checked. Controllers shall not be replaced, except for repair, without prior approval of the City. Siemens will submit a standard checklist for inspections and tasks that are conducted at each intersection, which will include, but not limited to the following: 1. Clean the inside and outside of all controller cabinet assemblies, electrical service, battery back-up cabinets, interconnect cabinets, removing any foreign material, including graffiti. Tighten all electrical termination and check all communication connections. Inspect/protect all related facilities for/from insect/bug/rodent infiltration. Rust and water damage shall be reported to the City in the monthly report. 2. Check the timing of individual signal phasing and integral timing circuits for the correct operation per the timing sheet. Traffic signal timing changes will only be made by Siemens with the City1s approval. The City will be notified of these changes as soon as the change has been made. All changes will be documented in the necessary Contract records. 3. Check and verify timing of yellow (clearance) interval on all phases per the timing sheet. 4. Check and set, if necessary, all real-time digital clocks to the National Bureau of Standard Time. 5. Check detector units and systems including, but not limited to, inductive loops, video detection, and pedestrian/bicycle push buttons for correct detection of various modes of transportation, and adjust or repair as necessary to restore intended operation. This includes splicing (or re-splicing) of detector loops and the replacement of pedestrian/bicycle push buttons. 6. Inspect all load switches, Battery Backup Units (BBU1S), photo-cells, dials, controller cabinet switches, relays, clocks, cabinet locks, cabinet mechanisms, cooling fans, etc., and make routine adjustments or minor repairs, if necessary. City of Seal Beach Proposal for: Traffic Signal Maintenance Services Page 3 of 40 June 15, 2021, Item #14ATTACHMENT 1 7. Walk all approaches of the intersection and visually inspect all signal poles, mast arms, signal head and indications (including programmed visibility indications), traffic control signs, pedestrian signals, illuminated street name signs, loop sealants, pull box covers, and any other devices to verify the correct condition, placement, and/or operation. Any traffic signal or illuminated indication that is burned out or has reached eighty percent (80%) depletion curve will be replaced. All traffic heads and pedestrian heads found out of alignment will be properly aligned and secured. Check all traffic signal indication visibility at approach distances, remedy, and report visibility deficiencies to the City immediately. Missing signs including pedestrian/bicycle push button plates will be replaced. Cracked or damaged loop sealants will be re-sealed. All other equipment found loose, missing or damaged shall be secured, replaced, or repaired. 8. Immediately correct all safety deficiencies found during routine inspection and submit work authorization request to the City to schedule non-emergency work. 9. Check all traffic signal controller communication equipment for proper operation, verify correct IP addresses (controller) and adjust or repair, as needed. Replacement of Ethernet switches will be coordinated with the City and subject to its approval. Siemens will verify the grounds and connections of the copper twisted pairs at those locations using this communication system. Siemens will test and make any repairs or adjustments. The City reserves the right to contract this work out to others, without compensation to Siemens. Siemens may be required to provide assistance to the City, or other firms selected by the City, to troubleshoot Ethernet connections, as requested. 10. Check battery back-up systems for proper operations and connections including checking and recording operational voltage range of all batteries, and adjust or repair, as needed. The date of new battery installations will be recorded in the traffic signal cabinet and in the monthly status reports to track the frequency of their required maintenance. Siemens will notify the City of non-operable or low-output batteries within twenty-four (24) hours. The replacement of batteries will be considered extra work and will require approval by the City. If batteries are found to be damaged (i.e., "exploded" or "cracked"), Siemens may be responsible for the cost of the replacement if it is determined that they have not been properly inspected or maintained. 11. Inspection of illuminated street name signs and safety lights will include at least one nighttime inspection each month with replacement lamps as required in addition to the timely replacement of burned-out or dim lamps as reported or observed. Siemens will notify the City of any sign panels or housing in need of refurbishment or replacement. 12. Inspection of flashing beacon operation and make any repairs or replacement of lights, as required. For some locations, Siemens will be responsible for updating the programming on an annual basis on local school bell schedule. Siemens will also update the programming for daylight savings twice per year. 13. Inspect the operation of speed radar signs and make any repairs as required. City of Seal Beach Proposal for: Traffic Signal Maintenance Services Page 4 of 40 June 15, 2021, Item #14ATTACHMENT 1 Quarterly Maintenance (Every Three Months) The following tasks required quarterly (every three months) will be included in the established monthly fees for routine maintenance: 1. Cabinet door locks and padlocks will be lubricated with graphite lubricant, or equivalent, and maintained in good working order. Any missing or damaged locks will be replaced and/or repaired. Semi-Annual Maintenance (Every Six Months) The following tasks required semi-annually (every six months) will be included in the established monthly fees for routine maintenance: 1. Air Filters -Siemens will replace the air filter elements in all cabinets so equipped. 2. Battery Back-up System -Traffic signal battery back-up systems will be checked by electrical bypass for appropriate operation per the manufacturer's specifications. The City shall approve the schedule prior to the commencement of work. Siemens will also review and prepare a report of annual replacement of batters by location and submit to the City. Yearly Maintenance The following tasks required once a year shall be included in the established monthly fees for routine maintenance: 1. Conflict Monitor -Siemens will test conflict monitors. Siemens will supply a report for each test conducted. The test will be conducted utilizing a replacement monitor (like kind) to monitor the intersection while the test is being conducted. The testing will take place on a schedule approved by the City. Any conflict monitor that does not pass the test will be repaired or replaced and billed as Extraordinary Maintenance. 2. Emergency Vehicle Pre-Emption (EVP) -The optical detector lens will be cleaned according to the manufacturer's specifications at all signalized intersections and fire station installations throughout the City. Siemens will supply a report for testing of EVP system at each intersection. Testing will take place on a schedule approved by the City. Any EVP equipment will be repaired or replaced and billed as Extraordinary Maintenance. 3. Traffic Signal Controller Software -Siemens will verify and update records of current controller software or firmware. This includes the spare controllers that Siemens maintains for emergency replacement of failed traffic signal controllers. All updates of controllers that require shut-down of a traffic signal will be coordinated with the City and may be required to be conducted at night. Software updates may be required more frequently than once a year. 4. Painting -Siemens will prepare and submit an annual work authorization request to the City listing cabinets (i.e., controller, splice pedestals, service) and signal head equipment that need painting as identified during the monthly maintenance reviews. Special notification will be provided regarding rusting or water damage. Authorization for Siemens to proceed on the painting will be subject to authorization per the terms of Extraordinary Maintenance. Painting to remove graffiti will be performed by Siemens within twenty-four (24) hours of the observation or report, whichever is earlier. Siemens will use the City's current paint standard color and apply the appropriate paint type to provide uniform coverage and color on the equipment. City of Seal Beach Proposal for: Traffic Signal Maintenance Services Page 5 of 40 June 15, 2021, Item #14ATTACHMENT 1 Repair and Replacement Siemens will replace or repair any and all defective parts of the traffic signal system which cause signal failure or malfunction, as the occasion arises per the routine maintenance, such as the signal controller, flashers, burned-out lamps, detector loops, video detection cameras and/or units, push buttons, sensing units and wiring system, communication internal modems and/or interface units, unless the failure or malfunction falls in the category of Extraordinary Maintenance. Siemens will complete all work in a timely manner notifying the City within twenty-four (24) hours of the next working day when any equipment is replaced with temporary replacements pending permanent repairs. Loop Detector Replacement Once it is determined by the City that the sawcut has deteriorated to a point that applying more sealant is insufficient, the loop detector will be replaced and billed as Extraordinary Maintenance. Lamps and Lighting Siemens will furnish and replace all illuminated street name sign lamps and safety lighting lamps at all traffic signals and flashers based upon an eighty percent (80%) depletion curve (or fall outside acceptable levels), but not to exceed twenty-four (24) months, in accordance with the time schedule contained in the specifications. All traffic signal lamps must conform to the standards of the N.E.M.A., U.L., E.I.A., A.S.T.M., A.N.S.I., and any ordinance that may apply. Siemens agrees to use only standard traffic signal LED1s equivalent in performance, reliability and durability to those manufactured to California Department of Transportation's (Caltrans) standards. Siemens agrees to supply all labor and equipment to perform the re-lamping function, with the cost of the LED's to be invoiced to the City. Siemens will clean, polish and inspect all lenses and reflectors at the time the traffic signals are re-lamped. At this time, all broken or deteriorated parts will be replaced or changed, as necessary, signal heads aligned, mast arm mounted, street name signs adjusted, and optically-programmed signal heads adjusted. If incandescent lamps are present and are in need of replacement based upon the above criteria, Siemens will replace the lamp to an approved manufacturer LED. The monthly Routine Maintenance bid price will include lamp replacement of burned-out/dimmed lights, as needed. LED modules and pedestrian indication replacement modules (material only) will be billed under Extraordinary Maintenance. Emergency Service Siemens will maintain a 24-hour-per-day emergency service per the provision of Routine Maintenance for the replacement of burned-out lamps, turned heads, and controller malfunctions. Siemens will make the required repairs to restore or maintain the traffic signal in good working condition. Temporary repairs may be required in the event of an accident or failure that may be covered under Extraordinary Maintenance. The intersections where said traffic signals are located will be regularly patrolled by Siemens. City of Seal Beach Proposal for: Traffic Signal Maintenance Services Page 6 of 40 June 15, 2021, Item #14ATTACHMENT 1 Siemens will make immediate service calls on an emergency basis , responding within one (1) hour of notification during normal working hours of the Contract, and within two (2) hours during non-working hours of the Contract, including Saturdays, Sundays, and holidays in the event of any traffic signal system malfunction. Siemens is required to provide the reporting party, if different than the City, with an estimated time of arrival. The replacement of burned-out lamps need not be on an emergency basis provided there are at least two (2) indications still in good operation for each direction of travel. Such replacements will be handled as soon as possible under Routine Maintenance. Payment for Routine Maintenance Siemens will submit separate monthly billings for Routine Maintenance at the Contractor lump sum price per flashing beacon, per speed radar sign, and per signalized intersection, which will include safety lights and illuminated street name signs, per month. Said compensation will include all labor, materials, equipment, overhead, and profit for routine services in the price bid per intersection, per month, and no extra compensation will be allowed. VI. EXTRAORDINARY OR EMERGENCY MAINTENANCE Extraordinary/Emergency Maintenance involves the repair or replacement of equipment damaged by collisions, vandalism, civil disorder, windstorm, natural disasters, street construction or excavation. Extraordinary/Emergency Maintenance also includes replacements based on obsolesce, required MUTCD updates, or other unusual factors when labor and materials necessary to ensure safe and efficient operation of the City's traffic signal system goes beyond Routine Maintenance. Siemens will provide Extraordinary/Emergency Maintenance for the traffic signal system and related equipment. Siemens will prepare and submit a work order to the City providing a detailed justification for the needed repairs. The work shall be subject to the City's authorization. City reserves the right to separately bid Extraordinary Maintenance work to other firms, without compensation to Siemens. Siemens may be required to assist or support other City-retained firms, as requested. Siemens will be advised that all work will be schedule for normal working hours unless, but not limited to: 1. A completely blacked out intersection 2. Less than two (2) indications per lane is inoperative 3. Conflicting signal timing 4. City request Extraordinary/Emergency Maintenance will generally include, but not limited to: 1. Repair and/or replacement of failed or malfunctioning equipment 2. Modifications to traffic signal equipment, such as, but not limited to, upgrades of controller cabinets and controller components. Any replacement controller shall be adjusted to reflect the timing and settings according to the timing chart. 3. Replacement of battery back-up system components 4. LED module replacements 5. Pedestrian indication replacements 6. Painting of cabinets and signal heads 7. New lenses and framework 8. Loop detector replacements 9. Video detection camera repair/replacement City of Seal Beach Proposal for: Traffic Signal Maintenance Services Page 7 of 40 June 15, 2021, Item #14ATTACHMENT 1 10. Interconnect installation, repair, terminations, and testing of same (excludes Routine 11. Maintenance testing) 12. Replacement of equipment that becomes obsolete or deteriorated equipment that is beyond its serviceable life. Other Extraordinary/Emergency Scope of Work Siemens response to all Underground Service Alert (USA) requests/notices relating to traffic signals, interconnect, and communication infrastructure will be billed as Extraordinary Maintenance. Siemens may be required to assist in the final inspection of new installations or provide interim emergency response or repairs not currently owned by the City, as authorized by the City. Notifications Siemens will report to the City the condition and provide satisfactory evident that replacements/repairs are necessary, and provide cost estimates, including labor, equipment and material, to perform said work. Siemens will also submit to the City photographic records of damaged equipment requiring replacement/repair. No work will proceed without the City's written authorization, except in emergencies and/or when immediate replacement/repair is needed to ensure public safety. All Extraordinary Maintenance work orders will be completed by Siemens to the City's satisfaction within ten (10) calendar days, unless otherwise agreed upon with the City. The completion of final repairs subsequent to Siemens temporary repairs shall be subject to the same ten (10) calendar day's completion requirements. Should Siemens be unable to complete said work within the specified time, Siemens will submit a written explanation of the delay and an anticipated completion date for said work for the City's review and approval. Siemens will notify the City within 24 hours of the alteration of the operation of any signal or the installation or removal of any substitute controller or component. Siemens will also provide a schedule for completion of any Extraordinary Maintenance work, and an estimated completion date. Emergencies Siemens will maintain a 24-hour per day emergency service for the replacement of burned-out lamps or LED's, turned heads and controller malfunctions, or any damage that may pose a public hazard. The intersections where said traffic signals are located will be regularly patrolled by Siemens. Siemens will repair parts, replace parts and lamps or LED's, and otherwise keep the traffic signals in good working condition. Siemens will maintain a local telephone number where representatives of Siemens can be reached 24 hours per day. This telephone number is to be made available to all persons designated by the City. Siemens will respond immediately to emergency calls and dispatch qualified personnel and equipment to reach the site within one (1) hour under normal circumstances. The follow traffic control procedures for emergency repairs will apply: 1. Siemens vehicle will carry sufficient and appropriate traffic control equipment to direct traffic during an emergency and/or when deemed necessary by the City. 2. If no police officers are present and temporary STOP-signs have been set up upon Siemens arrival, Siemens will survey the site and provide additional traffic control devices, as necessary, City of Seal Beach Proposal for: Traffic Signal Maintenance Services Page 8 of 40 June 15, 2021, Item #14ATTACHMENT 1 then proceed to repair traffic equipment. Once the signal is back in operation, Siemens will remove all of the temporary traffic control devices and return City-owned devices. 3. If a police officer is present upon Siemens arrival, .Siemens will immediately examine the signal, evaluate the situation, and report to the police officer to determine the next course of action. 4. If Siemens must leave a blacked-out signal location that has STOP-signs in place, Siemens will consult with the police and set the signal to flash operation if power is available. Siemens will follow-up to restore normal traffic signal operations as soon as possible. Underground Service Alert Siemens will be responsible to respond to all Underground Service Alert (USA) requests/ notices/tickets or at the request of the City for all marking and protection of traffic signal unground facilities/infrastructure including, but not limited to, traffic signal and electrical conduit, interconnect and communication facilities, loops, and other appurtenant equipment. Siemens will be responsible for properly locating noted facilities/infrastructure and maintaining an up-to-date inventory and as-builts for said purpose. All updates shall be transmitted to the City in a format adequate for its records. In the event said facilities/infrastructure is damaged due to Siemens failure to properly mark the facilities/infrastructure per the records, the costs for repairs will be the sole responsibility of Siemens for areas that were not properly marked. It shall also be Siemens responsibility to coordinate, clarify, and/or verify with the requesting party. Painting Siemens will repaint all metal standards, signal heads, back plates, visors, controller housings, and appurtenances, as directed by the City. Repainting will be conducted by spray painting methods with colors, sheen, types consistent with traffic signal standards, and as approved by the City. Siemens will annually inspect and prepare a list of locations as part of Routine Maintenance, and submit to the City for work authorization. Street Light Maintenance Siemens will repair/replace all equipment associated with City-owned streetlights as directed and approved by the City. City-owned streetlights and all associated components will be repaired or replaced as Extraordinary Maintenance. City-owned streetlights are limited to (1) Main Street, and (2) 1st Street Parking Lot. Method of Payment An itemized invoice will be submitted within thirty (30) days of completion of the work. City will compensate Siemens for Extraordinary Maintenance work as follows: 1. Materials -City will pay to Siemens for materials used in Extraordinary Maintenance Siemens cost plus a percentage mark-up as specified in Siemens bid proposal, but in no case more than 15 percent (15%). All parts and materials shall be new. Used parts will not be used, unless explicit written authorization was provided by the City. The City reserves the right to inspect all Siemens records to verify material cost. City of Seal Beach Proposal for: Traffic Signal Maintenance Services Page 9 of 40 June 15, 2021, Item #14ATTACHMENT 1 2. Direct Labor -Siemens will present with its monthly itemized invoice a record of hours spent under Extraordinary Maintenance. Siemens hourly rates will include compensation for wage, profit, overhead, fringe benefits, health and welfare, worker's compensation insurance, pension/retirement benefits, vacation/sick leave, union tax, assessment, and any applicable local/state/federal/union related costs. 3. Equipment -City will pay Siemens for equipment use under Extraordinary Maintenance on a per-hour basis, as specified under Siemens bid proposal. No additional payments of any kind shall be paid for equipment, unless otherwise noted. No additional compensation will be paid for transporting the equipment to/from the job site. Other 1. Labor Strike -It will be Siemens responsibility to provide continuous maintenance services, without any interruption, of all traffic signals. In the event of a labor strike, Siemens will provide other means, at its sole expense, to provide comparable services. City reserves to right to take any necessary actions to provide such services should Siemens fail to fulfill these terms. All costs plus mark-up will be borne by Siemens. 2. Permits and Licenses -Siemens will obtain all necessary permits and licenses (including City business license) to perform the Contract work at its sole expense. Siemens will give all notices necessary and incidental to the due and lawful prosecution of the RFP. 3. Patents -Siemens will assume all responsibilities arising from the use of patented materials/equipment/devices/processes/technologies. City of Seal Beach Proposal for: Traffic Signal Maintenance SeNices Page 10 of 40 June 15, 2021, Item #14I I ATTACHMENT 1 Staffing Plan Contract Management Team If selected, Jeffrey Pierce will be the Account Manager serving the City of Seal Beach. Jeff, his service coordinator, Jennifer Hall, and the area supervisor, Henry Graves, will be responsible for maintaining communication with the City regarding daily operation and maintenance of all traffic signal equipment. Our account management team as well as our field staff will work closely with you and your team in order to ensure that all of your requests are being effectively addressed. We make every effort to make certain that the City's staff is always aware of issues that are in need of attention. Experience: Jeffrey Pierce, Service Account Manager Jeff has over 31 years of extensive experience in the traffic signal maintenance industry. He is extremely knowledgeable with all aspects of traffic signal maintenance, repair, and construction. He has served in multiple roles from field technician to field supervisor and is currently a Service Account Manager. Jeff is accountable for the overall performance of contracts in the San Diego and Orange County territory, manages 10 field employees and will be the primary Siemens representative responsible this contract. -Service Account Manager, Siemens -October 2012 to Current -Service Operations Supervisor, Siemens -2010 to 2012 -IMSA Work Zone Safety -Project Manager, Republic ITS -2004 to 2010 (acquired by Siemens in 2010) -IMSA Level I, II, Ill Certified Traffic Signal -Lead Traffic Signal Tech, Signal Maintenance-1992 to 2004 (acquired by Republic in 2004) Technician -Utility Technician, Lekos Electric-1991 to 1992 -Traffic Signal Technician, Southwest Signal Service -1988 to 1991 Other Industry Certifications: Experience: -ATSSA Traffic Control Technician ATSSA Traffic Control Supervisor Jennifer Hall, Service Coordinator Jen has over 7 years of experience maintaining customer contracts and providing support to the management and field execution team. She is well versed in many software applications and systems including, but not limited to, Microsoft Excel, Word, Outlook, Live Meeting, SAP ERP systems, Mcompanion, and SharePoint. Jen is responsible for day to day coordination, dispatching, Customer billing, and support for Jeff and the field technicians with all other topics. -Service Coordinator, Siemens -2014 to Present Other Certifications: -Licensed Notary -Administrative Support, Siemens -2012 to 2014 Henry Graves, Maintenance Field Supervisor Henry has 33 years of experience maintaining and repairing traffic signal and streetlight systems. He is extremely knowledgeable with all field elements including, but not limited to, traffic signal rewiring, underground conduit installation, traffic signal modifications, pole foundation removal and installation, complete traffic signal installation, and routine/emergency maintenance response. Henry will be responsible for supporting the Service Account Management Team with monitoring maintenance field activities, site inspections, and scheduling maintenance technicians. Experience: ~ -Field Supervisor, Siemens -2010 to Present Your P•r1r1•r ;., PUBLICSAFHY -Ma int. Superintendent, Republic ITS -2004 to 2010 (acquired by Siemen.; in 20101 -IMSA Work Zone Safety -Utility Supervisor, Signal Maintenance, Inc. -2000 to 2004 (ncquirer! by Republic ir 20tJ.J} -Utility Lead, Signal Maintenance, Inc. -1995 to 2000 -Utility Worker, Superior Signal Services -1986 to 1995 City of Seal Beach Proposal for: Traffic Signal Maintenance Services Page 11 of 40 June 15, 2021, Item #14ATTACHMENT 1 Field Maintenance Team Siemens will assign one primary IMSA certified Level III traffic signal technician, who will be responsible for responding to calls within normal business hours. We will assign two secondary IMSA certified Level III traffic signal technicians to provide back up support in the event your primary technician is unavailable (i.e. vacation, sick days, jury duty, etc.). Primary Technician: Nairn Vanie, Traffic Signal Technician Yanie has 10 years of experience with all facets of traffic signal maintenance and repair. He is extremely knowledgeable with all traffic signal control equipment, specifically Econolite controllers (ASC/2070) and Econolite software systems. He also has a vast understanding of the field elements such as traffic signal wiring, loop detection, video detection, emergency vehicle and railroad preemption, etc. Experience: -Traffic Signal Technician, Siemens -2016 to Present -Traffic Signal Specialist, City of Irvine -2014 to 2016 -Traffic Signal Technician, Siemens -2010 to 2014 -Traffic Signal Technician, Republic ITS -2009 to 2010 (ocquired by Siemem in 20101 Back-up Technicians: Kevin Daxon, Traffic Signal Technician IMSA Work Zone Safety -IMSA Level I, 11, Ill Certified Traffic Signal Technician Other Industry Certifications: -NEC Certified • Cert. No. 157902 • Expires 06/09/2020 -Econolite ASC3 Controller Certified -Econolite Autoscope Certified -lteris Video Detection Certified -Bucket Truck Certified -ATSICMU/MMUTestEquipment Certified Kevin has 18 years of experience with all facets of traffic signal maintenance and repair. He is extremely knowledgeable with all traffic signal control equipment, specifically Econolite controllers (ASC/2070) and Econolite software systems. Kevin also has a vast understanding of the field elements such as traffic signal wiring, loop detection, video detection, emergency vehicle and railroad preemption, etc. Experience: -Traffic Signal Technician, Siemens -2010 to Present -Traffic Signal Technician, Republic ITS -2007 to 2010 (acquired by Siemem 2010! -Traffic Signal Technician, Team Econolite -2004 to 2007 -Traffic Signal Technician, Signal Maintenance, Inc. -2001 to 2004 City of Seal Beach -IMSA Work Zone Safety -IMSA Level I, 11, Ill Certified Traffic Signal Technician Other Industry Certifications: -NEC Certified • Cert. No. E-149693-G • Expires 08/19/2019 -Econolite ASC3 Controller Certified -Econolite Autoscope Certified -Bucket Truck Certified -ATSI CMU/MMUTestEquipment Certified -IMSACertifiedSignal Inspector Proposal for: Traffic Signal Maintenance Services Page 12 of 40 June 15, 2021, Item #14ATTACHMENT 1 Management Contacts: Michael Hutchens is the Southwest Area Operations Manager and is responsible for all operations in California and directly manages the service team that, if selected, would be managing the day to day traffic signal maintenance activities in the City of Seal Beach. Steven Teal, the Director of Service for Siemens Mobility Inc., is heavily involved in the operations and is available as an escalation point if ever necessary. Both Michael and Steven have signatory authority and are able to execute documents/contracts on behalf of Siemens Mobility, Inc. Steven M. Teal, Director of Service (U.S.) Steven has had a long, productive, and successful career in the traffic signal maintenance and repair industry. Currently he assumes the accountability for overall profits and losses for the complete Customer Service (CS) business nationwide with responsibility for 60 office employees, management of 250 field employees and over 250 municipal traffic signal and street lighting maintenance contracts. Steven is involved in the local operations and will provide technical support to the local contract management team. We feel it's important that Customers have the ability to voice opinions, concerns, and compliments to our senior managers, therefore Steven will be available to you as a top level escalation point. Experience: -Director of Service (U.S.), Siemens -October, 2015 to Present -Southwest Operations Manager, Siemens -2012 to 2015 -IMSA Work Zone Safety -Regional Manager, Republic ITS -2007 to 2012 (acquired by Siemens ir; 2010) -IMSA Level I, 11, Ill Certified Traffic -Operations Manager, Republic ITS -2006 to 2007 Signal Technician -Project Manager, Republic ITS -2004 to 2006 -IMSA Associate Member -Ma int. Manager, Signal Maintenance, Inc. -2003 to 2004 (acquired by Republic ITS in 2004/ Other Industry Certifications: -Lead Traffic Signal Technician, Signal Maintenance, Inc. -2001 to 2003 -Traffic Signal Technician, Signal Maintenance, Inc. -1998 to 2001 Michael Hutchens, Area Operations Manager Microprocessors lteris Video Detection Mike has over 25 years of extensive experience in both the technical and construction related aspects of the traffic signal and streetlight maintenance industry. He has served in many different capacities with increasing responsibility as he has shown himself to be thorough, professional and competent through the years from field laborer to project management, and most recently Operations management. Mike is responsible for overall profits and losses for the Southwest US territory with responsibility for 30 office employees, management of 70 field employees and 115 traffic signal and street lighting maintenance Customers. Mike is directly involved in the day to day operations. Mike will support the contract management team and also serve as the City's first point of escalation, if necessary. Experience: Operations Manager, Siemens -November, 2015 to Present Senior Service Account Manager, Siemens -2010 to 2015 Sr. Project Manager, Republic ITS -2006 to 2010 (arnuirec bv Siemens in 2010) Maintenance Operations Manager, Team Econolite -2003 to 2006 Chief Estimator, US Traffic Corporation -1998 to 2003 Utility Technician, Signal Maintenance, Inc. -1994 to 1998 City of Seal Beach IMSA Work Zone Safety IMSA Level I, II, Ill Certified Traffic Signal Technician Proposal for: Traffic Signal Maintenance Services Page 13 of 40 June 15, 2021, Item #14ATTACHMENT 1 Additional Resources available to the City of Seal Beach In addition to the previously mentioned technicians, Siemens has over 20 additional traffic signal technicians (mostly IMSA III certified) located in Orange, Los Angeles, Ventura, and Riverside / San Bernardino County areas. We also employ over 20 key construction personnel for major repairs. These include certified crane operators, dedicated utility locators for (USA) Dig Alert service, Corning certified fiber optic technicians, and our own in-house loop crew. Siemens ITS has the largest workforce of IMSA level III Certified Traffic Signal Technicians and NEC Certified Electricians in the industry. For your reference and to outline the strength of our team, we have listed additional personnel below: SOUTHERN CALIFORNIA ROSTER .... Steven Teal field Supel\is:ir (r-.'ain1erance) NiamYade Traffic Signal Te(hnida o,-,.c--, h.~r,cisr,:,/\1,,.\t.,dn W~liam Cidimann lr,,ffir ~Qn,,l ! f'Chni:i.rn I Traffic Si~nal Techni:im David [lits Traffic Si~nal Te:hni:ian fii:ordo 1-'cm~nclcz Trattic Si~nJI Tcchniriar WOlboM Lnl Safaty TeclialdM ~ e ~ ~ 0 0 4 > ◄I ◄ 0 ~ 0 e 0 ~ 0 ◄ > 0 II ~ Sae Dllga C--, t-ll_""_j,_.n_lin_~_·~_il~_·r>_< ___ 1,_affi_,r_.,._-~_na_l_rf.'(_t_,n_.ir_i,, _______ ---1~~-----~--Tim01ti:1 lto•;mJn llrJttic SignJI FortmJn 0 0 Cl Sam!.on Monte lead Traffic Signal Te:hni:i ◄> 0 ---~a~v,,1(~ Lani■ Lani■ Lani■ .... TedNlklM T....._ ~ e e & e 0 ~ 0 e 0 0 0 0 0 e 0 e 0 C 41 0 SalnlrdlllCI/ 1-t.-lb_e1_1o_R.1_m_ile_z ____ 1,a_ffi_,:_\_i,1_""_1_r..,_1_,.,_;,_;,a1_, _____________________________________ _ ◄> 0 tinni111 Couatr ~:~-~-:,:-~-~~-miJ-~-----+T-rJ_·_;c_s_ig_nJ_I _Tc-::_,h_n_in_·Jn _______ --1_....., __ -+-------+-..... ---+------+----'"·" c r-.,, Tra"i: Signal Technician ◄ ◄ ◄I 41 ◄ I irnL, 11,~,th'ill fwffi: 'iiiJIIHI h~hni1i,111 q 11 q Loi,....., Emigdio CeNames ira'tk Si,inal Techr,idm W.i:111.'r!I n, r·yd ftrl 'I: \iijllril i11.l1ni1i-m v ..... c..ty B le-He Tra"i: 5igna1Techr.idan ,a ◄I 11 ◄I 1J ◄I 1) II 0 ◄I 0 Cl t-'i-ol-an-,:!J-e~--a-,a-n-o --+1-,,a-,lt-i:_S_i3-na_lT_e_ch-.r,-i:i-an-, --------+---..c,_---;1---.......c.--,a ◄I Jarob G3mboa Tra"i: Si9nal-'Sl'ee1 li!Jh! GroJrdma fvinh Tran tllglftHtlng T1chnlcilll/Specl1lrt I C ~ '-'atthew f-)Jlli, ltar'i'~ ,iy11al >1-":tiali,ljlal1 kt.h11itia11 Tldllllal5'Wort '"t-la-th_illl_iel-Ba-~_e_r ___ T_r_a"-i:_S_i!)-na-l1-'fibe-,-O-p-lic-,-Tec-bn-i-,~------------------------0 ◄1 C 0 if ◄I 11 , ........ Ullky Support Colin tandi; I tugo Muno.? Jt-fWilli, Herman Norie,ja City of Seal Beach Tra i: Signal C::imtruction rorenun Trati: Signal r oreman. Loop Crew Ltacl Tra'i: Si;nat ro,eman. Crane Operat:>r IT1t.11 it Siy1ml G,uumi,11111, C1u11t•· Opti1ulu1 Traf'ic Si~nal/Stree-t li;;ht Gr:iudmar, USA Undugraund Utility Lou,tor 11 ◄I I • 0 e 0 0 0 0 ~ 0 0 e e 0 0 0 II e 0 11 0 0 0 II 11 0 0 11 II 0 ii ~ C, t, 0:) ... ,.. NIC 0 0 ~ e ~ i:) 0 e e e ~ ~ <, e 0 Proposal for: Traffic Signal Maintenance Services Page 14 of 40 June 15, 2021, Item #14ATTACHMENT 1 Proposed sub-consultants/ sub-contractors All services as outlined in the RFP will be provided and performed by Siemens as the Prime contractor. With that stated, we at Siemens do maintain relationships with numerous specialty contractors throughout the industry in order to be able to respond to our customer's needs as a complete one stop solution for all things traffic signal and street lighting related. Organizational Information City of Seal Beach Steven Teal Director of Service Michael Hutchens Operations Manager ----------------Shenoa Townsend Service Account Manager Debra McVay-Manzo Service Coordinator """'-Jennifer Dalby Dispatcher I Nairn Yanie IMSA Level Ill Traffic Signal Technician Kevin Daxon -IMSA Level Ill -Traffic Signal Technician David Elias IMSA Level I Traffic Signal Technician Minh Tran Engineering Technician 21 Additional --Traffic Signal Technicians I Christopher Slocum Field Supervisor -23 Const./Auxiliary Employees (Foreman, Crane Operators, Groundsman, etc.) Proposal for: Traffic Signal Maintenance Services Page 15 of 40 June 15, 2021, Item #14ATTACHMENT 1 Exceptions At this time, Siemens takes no exceptions or has any deviations to the RFP or contract documents. Furthermore, by submitting this proposal, Siemens acknowledges concurrence with the terms of the City's sample contract agreement, which was included in the RFP documents. City of Seal Beach Proposal for: Traffic Signal Maintenance Services Page 16 of 40 June 15, 2021, Item #14Company Qualification A Brief Overview of Siemens Our Past Founded by Werner Von Siemens (pictured right) in 1847, Siemens has become a global powerhouse in electronics and electrical engineering, operating in the industry, energy and healthcare sectors. Siemens AG (Berlin and Munich) entered the traffic industry market in 1924 with the implementation of the first signal system with red, yellow and green in Berlin, Germany. Innovation continued when Siemens introduced the first centrally controlled light signal system in 1926 and a tradition of developing ground-breaking technology in the traffic industry began. With its many years of presence in the world markets, Siemens Traffic ATTACHMENT 1 Solutions possesses extensive international know-how and proven technical platforms in the areas of traffic management and guidance. Siemens entered the US transportation market in 1995 through the acquisition of two industry leaders in the United States; Eagle Traffic Control Products and Gardner Transportation Systems. In 2010 Siemens acquired Republic ITS, a U.S. leader in traffic signal and street light maintenance services in order to enhance its presence in the intelligent traffic solutions (ITS) market in the USA With these business acquisitions, along with our extensive dealer network, Siemens Intelligent Traffic Solutions (ITS) business unit has the ability to solve traffic problems throughout the country and around the world. Our Present Siemens currently services over 10,000 traffic signalized intersections and 400,000 streetlights under long-term maintenance agreements nationwide. We are dedicated to meeting and exceeding the challenging public safety requirements associated with our industry. Siemens has been in the traffic signal maintenance industry worldwide for over 50 years. Locally, Siemens (formerly Republic ITS & Signal Maintenance, Inc.) has been in business for over 40 years servicing numerous contracts throughout the state of California. Currently, in California alone Siemens maintains intersections for over 140 agencies encompassing over 4,000 locations of various sizes from full function intersections to in-pavement flashing crosswalks and rapid flashing beacons. Our Future At Siemens, we are always looking to the future and for our ITS division, the future is bright. With infrastructure improvement being the focus for many municipal governments these days, it is imperative that Siemens stays on the cutting edge of technology in order to remain relevant. Whether the agency is looking for connected vehicle, smart street lighting solutions, service/ support contracting, ITS software and controllers or complete infrastructure management, Siemens is constantly evolving the industry. We look to the future with the foresight that can only be gained through 170 years of experience and more importantly, we aim to shape it. City of Seal Beach Proposal for: Traffic Signal Maintenance Services Page 17 of 40 June 15, 2021, Item #14Our Distinct Qualifications We feel that Siemens is uniquely qualified to achieve the goals and targets that have been established by the City of Seal Beach in this RFP. There are numerous advantages to having Siemens as a partner. Among some of the most beneficial: • Siemens has the largest workforce of IMSA level III Certified Traffic Signal Technicians and NEC Certified Electricians in the industry. • Siemens has strategically positioned local field offices with an abundance of inventory and technical resources. • Our ability to complete entire projects in-house. Although we have many valuable external partners, we do not have to rely on consultants, outside subcontractors, or sourced project management. This improves communication, streamlines work, and eliminates unnecessary costs or delays. • Siemens is able to partner with numerous manufacturers and distributors to provide leading technologies that will deliver a ATTACHMENT 1 product that exceeds the City of Seal Beach1s expectations at an economical rate. • Being part of a large, multi-national corporation provides us with the ability to finance specific strategic opportunities for our customers. • We give our Customers the access to effectively track progress and manage service orders and the ability to review historical intersection information using our web-based Customer Portal. All technicians wirelessly update the street light and traffic signal database as work is performed making all information available virtual real-time. In summary, Siemens ITS is focused on delivering what cities need most today, safe, reliable infrastructure solutions. Whether you choose to commute by foot, bike, car, bus or light rail, Siemens traffic management solutions help you arrive safely, more efficiently and with less impact on the environment. Key Contact During the evaluation, if the City should have any inquiries regarding this proposal please, feel free to contact: Michael J. Hutchens 2250 Business Way Riverside, CA 92501 Office Phone (951) 784-6600 Fax(951)784-6700 Email: michael.hutchens@siemens.com City of Seal Beach Proposal for: Traffic Signal Maintenance Services Page 18 of 40 June 15, 2021, Item #14ATTACHMENT 1 Proof of Contractors License and DIR Registration https ://www2.cslb. ca. gov/onli neservices/Checklicense 11/LicenseDetail. aspx?LicNum= 1042278 n Lie n Business Information SIEMENS MOBILITY INC 1026 E LACY AVE ANAHEIM, CA 92805 ice se Business Phone Number:(714) 458-1534 Entity Corporation Issue Date 07/25/2018 Expire Date 07/31/2020 License Status This license is current and active. All information below should be reviewed. Classifications C 10 -ELECTRICAL 278 Details Legal Name -Registration County Number City License Ty~/Number(s) Current Status Registration Expiration Date Datt Vie" SIEMENS MOBILITY INC. 1000059880 ORANGE ANAHEIM CSLB:1042278 Act111e 07/30/2018 06/30/2019 City of Seal Beach Proposal for: Traffic Signal Maintenance Services Page 19 of 40 June 15, 2021, Item #14ATTACHMENT 1 Primary Facilities and Staff Supporting the City of Seal Beach: If selected, all contract management coordination and field technicians will be based out of this office: Siemens ITS Anaheim, CA Invoicing, Contract Administration and Warehouse 1026 E. Lacy Ave Anaheim, CA 92805 Phone(714)456-9902 Fax (714) 456-9905 Our Anaheim location is located 20 miles from Seal Beach City Hall near Anaheim Stadium. The warehouse at this location stocks over $500,000.00 in inventory including new controllers, cabinets, signals, luminaries and most necessary ancillary devices. Though most of our staff keeps plenty of equipment on their trucks, if the need arises, this location can be easily accessed around the clock 365 days a year as a source of additional inventory that is readily available. We also have our Riverside Test and repair facility east of the city near the intersection of the 91 and 60 freeways, which houses another $550,000.00 in readily available equipment as an additional resource. Other Local Siemens ITS Facilities: Siemens ITS' Riverside Office Warehouse, Office, & Testing Faolity 2250 Business Way Riverside, CA 92501 Phone(951)784-6600 Fax (951) 784-6700 City of Seal Beach Siemens ITS' San Diego, CA Office Warehouse & Office 1820 John Towers Ave., Suite A El Cajon, CA 92020 Phone(619)562-1104 Fax(619) 562-1125 Proposal for: Traffic Signal Maintenance Services Page 20 of 40 June 15, 2021, Item #14ATTACHMENT 1 Financial Information Siemens Mobility, Inc. is a corporation, incorporated in the State of Delaware on November 29th, 2017. Siemens Intelligent Traffic Solutions (ITS) is a business unit within Siemens Industry, Inc. a subsidiary member of the Siemens AG corporate group, a multinational, multi-billion dollar company listed on the New York Stock Exchange. As such, Siemens AG files consolidated financial reports with the US Securities & Exchange Commission. A copy of Siemens, A.G. most recent annual report can be found at www.siemens.com through "Investor Relations". All required financial reports and filings are available at the SEC's website http://sec.gov/edgar.shtml. SMI and its subsidiaries are not publicly traded companies and do not release separate annual financial statements. City of Seal Beach SIEMENS 'IAFCA ily fo,,-li~ Proposal for: Traffic Signal Maintenance Services Page 21 of 40 June 15, 2021, Item #14ATTACHMENT 1 Project Approach Our approach is simple; we work diligently with our cities to develop and evolve the systems of communication and to hone in on their needs as a customer. It is always the goal of Siemens ITS to structure our service around each individual Customer's needs. We understand that throughout the term of a contract of this type, those needs may change so we approach all of our contracts with the same simple vision; build a partnership with the City's staff and work towards achieving common goals set forth through that partnership. This is an ever evolving process and that is why we believe that the only successful route is through establishing these common goals. Our methodology and a commitment to service will be applied to every aspect of our services for the City of Seal Beach and we strive to continually evolve this concept. Response times as requested in the RFP are easily met due to the City of Seal Beach's central location to our territory here in Southern California. We have a large staff and a customer base that allows us to be near or even in the city at all times. Response times of less than one hour are commonplace with our service group and are what we strive for. These times would simply not be possible if not for the fact that we have numerous highly qualified technicians, all equipped with bucket trucks and a rolling stock of materials, working throughout the territory. In a nutshell, if we aren't already there, we are always nearby which makes the one hour as requested in the RFP very easy to accommodate. As stated above, response times are not an issue; this pertains to after-hours calls as well. All of our staff live throughout the area and take their vehicles home daily. We have numerous on-call technicians working/ available 24 hours a day. Both our standard phone lines and our toll free 1 (800) 229-6090 are answered around the clock 365 days a year. We also encourage direct contact with individuals responsible for the contract such as the technician or superintendent in the event that the city believe that information can more easily transferred. What Sets Siemens Apart Though there are many reasons we feel that we are the best choice, listed in the following pages are just some of the remaining highlights that we feel we make us the better prepared and more qualified service provider to serve the needs of the City of Seal Beach. Material Inventory Siemens maintains an extensive inventory of traffic signal and streetlight equipment including controllers, cabinets, load switches, signal heads, poles, LED indications, luminaries (HPS, MH, MV LPS and LED), service enclosures, controller cabinets and other miscellaneous parts. This extensive inventory combined with our vast experience and testing facilities enable Siemens to repair or replace damaged equipment expeditiously and professionally. City of Seal Beach Proposal for: Traffic Signal Maintenance Services Page 22 of 40 June 15, 2021, Item #14ATTACHMENT 1 Siemens employees will be equipped with all spare parts necessary to place a signal system back in operation for all trouble calls, including sensing devices for induction loop detectors. No permanent or temporary change of controller mechanisms will be done without prior approval of the City except in case of an emergency. Siemens will notify the City that the equipment was removed and replaced with approved spare equipment. Inventory levels are maintained in order to accommodate each individual Customer's needs. Siemens continually monitors and modifies inventory levels as required by current maintenance and repair. Reporting and Record Keeping Detailed BIiiing/ Activity Reports In addition to our Customer Portal, Which will be outlined in the coming pages, the City will receive a detailed billing report on or before the 15th day for the prior month. Each invoice will lists the description, response, caller information, and the labor, equipment and materials billed for each location. TS B • Merrtll / Bl / Riv.rs&cle Date Completed Fri. MAR/18/2016 01:00 Work Qrdef It 5002764108 Debit Memo Req. 3801177197 Description NEC POLE KO • CALLER: PD Response REMOVED DAMAGED EQUIPMENT. DRILLED & INSTALLED NEW 10 POLE. TV2T. TWO 3 SEC. PV HEAD S WITH ARROW LENSES. 2 R. 2 Y 2G PVLEDS. COUNT-DOWN COMBO Ml LED. RE-USED PEDHEAD PPB ASSY. REPLACED PPB AND DIRECTIONAL PLATE. OLD SIH WEREWT PROGRAM. WILL FOLOW UP WITH BALL LENSES & PROGRAM S/H'S IF CITY WANT THEM PROGRAMMED. tt•m: Qty .1nd Unit. Cost Extr;i Routin• Ch.1ra•s M.1int ELECTRICIAN {RT) 12.000 H (al perH $ S 0.00 ELECTRICIAN {OT) 8.000 H (al oerH $ $ 0.00 ELECTRICIAN {PT) 6.000 H @ per H $ $ 0.00 SERVICE BUCKET TRUCK 26.000 H @ perH $ S 0.00 MATERIALS t PC (@ oer PC s S 0.00 v,s,t Total $ $ 0.00 T tal 0.00 I Intersection Records We will maintain permanent service records at each signalized intersection documenting all preventative maintenance visits, as well as all ongoing work, operations and hardware malfunctions, repairs and configuration work. An example of our cabinet log (intersection record) is below: SIEMENS CABINET LOG DAT'P 'n ... ..... "00/VV AltRN~ ~ART City of Seal Beach Proposal for. Traffic Signal Maintenance Services Page 23 of 40 June 15, 2021, Item #14ATTACHMENT 1 Testing Services Our laboratories specialize in controller and cabinet system testing and support services including, but not limited to conflict monitor testing and certification. Siemens' local testing facility is located in Riverside, California. Our facility have the ability to test and certify more than five (5) TS-1 or TS-2 Type control cabinet assemblies simultaneously. Our laboratory has all tools and spare parts available to allow our lab technicians to troubleshoot, test and repair typical traffic signal controllers and apparatus as long as it's found to be both economically and time wise beneficial to the City. Our facilities service all types and brands of traffic signal control equipment including Caltrans Standard, NEMA TS-1 and TS-2 and ITS equipment. Siemens's laboratory personnel include degreed IMSA certified traffic signal technicians and certified Electricians. Our Field technicians perform all traffic signal related tasks with decades of cumulative traffic signal test and repair experience. Fiber Optic Repair, Installation, Maintenance Services Siemens has a dedicated fiber optic placement, troubleshooting, and emergency repair team available for the City of Seal Beach. The team is fully equipped to perform OTDR testing, troubleshooting, fusion splicing, and any documentation needs for the City. Siemens' fiber optic team was responsible for successfully upgrading all CCTV cameras and bringing in the fiber optic infrastructure into the new Caltrans District 8 Traffic Management Center in San Bernardino. USA Dig Alert Siemens has in-house underground utility locators that will respond to all Underground Service Alert (USA) requests/notices or at the request of City staff for the marking and protection of traffic signal underground facilities such as traffic signal and electrical conduits, interconnect facilities, loops, street light conduits, and other appurtenant equipment which may conflict with other right-of-way construction or repairs. Our technicians are equipped and certified with the proper locating devices provided by Metrotech. City of Seal Beach Proposal for: Traffic Signal Maintenance Services Page 24 of 40 June 15, 2021, Item #14ATTACHMENT 1 Communication and Teamwork At Siemens, we are your partner. Our project management team as well as our field personnel will be constantly communicating with the City representatives and we will follow all communication/notification requirements as set forth and agreed upon. Routine monthly meetings will be key to ensure that everyone is on the same page, not only for system status but to make sure that we are on track with the City's budget and that we are serving the citizens of the City of Seal Beach to the highest level possible. Siemens employees working for the City will be equipped with any necessary communication devices in order to keep our City liaison(s) informed at all times. Currently, all of our staff is outfitted with an Android device that will enable them to send, and receive real-time information as well as text, email and phone capabilities. Siemens recognizes that speed, efficiency, and comprehensive service are the keys to customer satisfaction in our industry. With this in mind, we are constantly seeking innovative ways to improve our service delivery. We have developed an in-house suite of applications that represent what we believe to be the forefront of customer account management and maintenance tracking in our industry. Customer Portal {Traffic Signal Service Management System) Another form of communication is our web-based management system where our technicians transmit all service information in real time. This is included with all of our maintenance offerings at no additional charge. lh<' 5iemen~ Custom._,, Se,v1ce Portal qive5 our Customers aci:~~ to: Mo11itu1 lt'dHllllt' statu, uf 1outi:>t' llldilllt'lldlKt.' dllU !>t'IVice ldlh. • I outinn hi,lory (,or1/fillr'r hy ,-J,1lc-. fnc,1tit'Jn. ,all tyr,,'. f'lr.) • Over ll lii\101 iut llldi[l[E'I dllCt' dlld repdir <.ldl<l ~t'dl-tinw equipment i11ve11torie~. 111dp,. event 1t•µ<>11ir1g. • As<<'I fTIJll.J!]f'll cnt (mrludf'~ digital photo9r,1ph,, G[S d,1t,1, <ioogl,· Strf'f' vi v ,1pplic.lfion. <'IC.) City of Seal Beach ~ • IP( hnit i,m,,11e lld!IMllillin~t H'\11011\E' and Wlllillt:" lllililllt:11,IHl.t' itfrm in IPA!-lilllP bJck o our order miln.igrmcnt system usinq tablets/chrome books. • Mdll,HJ~ llldll'ri,11 (IIU( k ,m<I Willl'ilOlM' stock av.iilJbility, mutc·ri<1I ordering, truck to truck transfers. etc.) • This softw,Hl' ulso allows us to monito1 many key pertorm.a11ee ite ns such as time arrived onsite. time of completion. 111<1le1idh u;,ed, dlld vehide/t'ljUipm;;-nl lhP<I. • The contractual scope ot work and all rrn1i11ti:11dllle .,ctivilie, <11e dlw d~,1ildble frn ii'( i111i1.idH\ lo tt',,iPW in Oldf'I In Pll\lllr ,ill id,k~ t11P wmplPlrcl wilhin I w sprci 1c·d timrfrJnK'. Proposal for: Traffic Signal Maintenance Services Page 25 of 40 June 15, 2021, Item #14ATTACHMENT 1 Technician Facing Application "mCompanion" Siemens utilizes a proprietary management system that we refer to as mCompanion. This software is used to dispatch work orders and to track the progress of all work. Our technicians are now transmitting service response items (preventative maintenance, emergency calls, scheduled extraordinary repairs, etc.) in real-time back to our traffic signal maintenance and management system using a handheld device. This allows our customers to view all work orders in real time through our Customer Portal. This software also allows us to monitor many key performance items such as time arrived onsite, time of completion, materials used, and vehicle/equipment used. This information is then pulled into our internal processing system which features a secure web portal that the City can access in order to obtain progress on technician work for call outs and maintenance activities as well as a list of assets, asset map, real-time status of scheduled maintenance and service request calls, history per functional location, real-time equipment inventories, maps and event reporting as well as digital photographs of equipment. Detailed training of our management system is available anytime. Industry Specific Tools Siemens owns the following equipment used for various ITS components: • Two ATSI PCMT 8000 Conflict Monitor (CMU) and Malfunction Monitor (MMU) Test and Certification Unit • Two ATSI PCMT 2600 Conflict Monitor (CMU) and Malfunction Monitor (MMU) Test and Certification Unit • Fiber Optic Fusion Splicer w/ Cleaver • OTDR Tester • LED lumens Testers/various brands • Multiple Metrotech Underground Locators (USA Dig Alert) City of Seal Beach Proposal for: Traffic Sig_nal Maintenance Services . Page 26 of 40 June 15, 2021, Item #14ATTACHMENT 1 Vehicles & Equipment Siemens owns and operates approximately 100 service vehicles of various types and sizes in the State of California. The bulk of which is located in Southern California. All technicians are assigned vehicles which are taken home daily in order to ensure rapid response in case of emergency. To help ensure safety, Siemens uses hydraulic bucket trucks with aerial lifts which are OSHA approved, inspected and certified as required by law. All drivers are trained through the Sentry Program for Insulated Devices. In addition to bucket trucks, Siemens also owns many construction vehicles towable arrow boards, towable air compressors, towable changeable message signs, Bobcat with auger & backhoe attachments, all required hand tools, and many other items for maintenance and construction. The list below shows our fleet in Southern California and its respective proximity from the city of Seal Beach. Siemens Vehicles and Equipment Ara ~-VahideNo. y., u.. DaaiptiDft !Mi h Tra \/3.D{:,_ ~ Ford Pie p Tec:hnial Support IMa "' u Ii 't/061 .20 Ram !Pie p i)::evi Dax VITT9 20 7 Ford 4 'l,, lated bucket T uc • 1rr3 ro a ado V07 -17 For 4 'ln lated Bucket T ck Niam 'an·e i7-41S70586 Xlli' Ford 4 lated Bucket T c· Onageeoaty Rod'rigoGo -ale:: \J 0 2013 Ford E.c er itn Be; mi Phi Ii s 77-362873 3 2017 Ford 4_'J,, lated ~ud .. @tT C' Wilr m C ii \''074 .:. 7 Ford 4 'l lated Bucket T ck. Davi Elias "7-167 7_5 -1 Dodge 40' -:n lated Bucket T C ,:..Jberto ami e:z V032 17 Ford 4 'l lated Bucket T C Chri::.topher ra co VO!B 2017 Ford 4·•:M lated Buck~ T c· Jorge Luviano V00.1 2017 Ford 45 · :n.sulated 8uc~et T C San lenarclno/ .e e "amos 47-2~406942 2012 Ford 42' lnsulated Buck-et T C ..... County Samso w te· V084 .;. 17 Ford 4.5:: la'ted Bucket T c· Timoth-1 Vv'al .er V075 20 7 Ford 4 ' Insulated Bud:~t T C 8ra on~ 57-16707:156 ..:. 1 !xidge 40' I' -Jnsulated Bud.et T ck Gabi. nuts VOB.5, -17 Ford 45,'J lated Sucket T uc Be L.okk:. 47-1 3223.~ .2011 Ford 40' -1r."' ·I.Red Bu ketT ck Gerardo . .:.,nguia 1J'0;6 20 7 Ford 4 'l r lated Bucket T uc " ,.. erva tes 57-2-09_0276 " 17 Ford 40' 0 -Ins lated Bud.g T ck IMAnglles i da lv1c ·11 ~7 -2-091.0286 2(11_ Ford 42'!n ' lated Bucket T c.k Caunty !Micheal 0 \/077 2(1 7 Ford 4 'J ,, lated 3u<:ket T ega c· 1is 'yle 57-16 733 .20 Dodge 40' -lated Bucket t ck y dai Bejarano ·v1•;i7p 2009· Ford Ee, _ Van I Christopher j ccum \/'019 2-0 7 Ford 4 . ! lated B1Jcket T ck Col'n Landi:. \/069 2(117 Ford 4 ' Jn:sulated Bucket T C 1Sc:n Le .57-209 0290 2'017 Ford 42' Jn:sulated :luck,et T C atha I Baker 57-2 {177547 2013 Ram 42' lnsulat:ed Bucket T C IJe~Wil is 57-4:570570 20 6 Ford 41.'Jnc lated Bucket T C TimottrJ \/fJiO ... 7 Ford 4 . :n-= lated Bucket T uck David in VCB7 20 Ford UtWty/C"' a:tructio Si!rviceT uc · ?edro rane.:z ·~•·306() 201 Ford Uti!ityiCc ructio Service T ck Utility/ Cecil Te yJ. 'l/034 2012 Ford Uti i ,i: structio Seri.,ice T ck CGnsbudion CraigYaMS 'o/01:5 .;. 1 Ford Utititp'Coo.structio Service T ck Hugo ~lJj 0:: \/026 -12 Ford Uti i]'./Cc structio SeviceT uck Cha:d Neo;. o \/036 2011 Ford Uti it)'..IC nstructio Sefvice T ck l.J..ft_r,,.-,_:>1.JQl?.:...:S V6'J12 2009· Chev Uti icy/ Cc,nst. NC. Jase les Herr· a 57-3,9702400 2{I 5 Ram 45'Jnz lated Bucket T uc le o1~ G' 1:: i 'i/031 2012 Ford Uti!it/, C ructio Seri.,iceT C Casey Garcia V25152 2{112 Chev Se:vice Trud: Ma Medi \/3054 201 Ford Pick Michael De '":i•,,ra 't/3052 2009· Ford 40' -J <: lated Bucket T c:k City of Seal Beach Proposal for· Traffic Signal Maintenance Services Page 27 of 40 June 15, 2021, Item #14I I I I Additional/Pooled Vehicles ATTACHMENT 1 Vehfcl• No. Vear Mak• Type UcenH V093 2016 Ford 4 Yard Dump Truck CA 37946C2 V052 2014 Frcightlincr Crane Track CA 41167Ml V3063 2011 Ford Pickup Truck CA 89537Cl V3064 2011 Ford Pickup Truck CA 44932Ll V023 2005 Ford 3 Yard Durnp Truck CA 7R94547 V3033 2002 GMC 7 Yard Dump Truck CA 7AS254S 57-20910295 2012 Ford 42' Non Insulated Bucket Truck CA NRFl-0915 47-11832323 2008 Ford Utility/Construction Service Truck lN 1093034 Available Construction Equrpment ~utp. No. Year Type I LtceM4t ABS88 2014 Arrow Board (Towablc) CA NRFl-0915 CCSl 2011 GP Concrete Saw (Circle Saw) N/A TR311 2004 MLBL T Trailer CA 4KE1864 AB584 2014 Changeable Message Sign (Towable) TBD AB587 2014 Changeable Message Sign (Towable) TBD HM341 2000 Crafco Hot Melt Machine TBD AC313 1999 Ingersoll Rand DP Air Compressor CA SE618073 AB321 1999 Allmand 25 Lamp SP Arrowboard (Towable) TBD TR511 1980 Cable Trailer CA 2FE4803 M311 2009 Cimline Loop Sealing Hot Melt Machine CA SE56012'1 VAC311 2009 Ditch Witch 800gal Vacuum (Towable) CA '1LE82'12 AC312 2008 Ainnan DP .Air Cornpressor (Towable) TBD TR315 2007 Zieman 1170 Tilt Deck Trailer CA '1JE29-11 AC060131 2007 Sullair Air Compressor (Towable) CA SE600037 TR312 2007 Individual Conductor (Wire) Trailer CA 4FU2188 AC290018 2007 Sullair Air Compressor (Towable) CA SE600038 AC321 2006 Sullair Air Compressor (Towablc) CA SE600034 AB312 2006 Allmand 2S Larnp SP Arrowboard (Towable) CA SE613989 AC3'11 2005 Ingersoll Rand DP Air Compressor CA SE600022 City of Seal Beach Proposal for: Traffic Signal Maintenance Services Page 28 of 40 June 15, 2021, Item #14ATTACHMENT 1 Why Choose Siemens? At Siemens ITS, we feel that we are uniquely qualified to achieve the goals and targets that have been established by the City of Seal Beach in this RFP. There are numerous advantages to having Siemens as a partner. Among the most beneficial: Our experience, Siemens ITS continues to successfully execute long term service agreements in over 200 communities nationwide, which include maintenance programs for: 10,000 Signalized Intersections. 400,000 Streetlights. 600 ca 11 boxes. In California, Siemens ITS maintains traffic signals and street lighting for 115 communities, encompassing: 4,000 signalized locations 40,000 streetlights. As the leader in the private traffic signal and streetlight maintenance industry in the United States, Siemens ITS is able to provide unparalleled expertise and outstanding value in traffic signal and street lighting related services. Among the most beneficial: ✓ Siemens has the largest workforce of IMSA level III Certified Technicians and NEC Certified Electricians in the industry. In addition, Siemens employs a wealth of key construction personnel for major repairs, dedicated utility locators for underground service alert (USA) Dig Alert service and Corning certified fiber optic technicians. ✓ Siemens has strategically positioned local field offices with an abundance of inventory and technical resources. ✓ Our ability to complete entire projects in-house. Although we have many valuable external partners, we do not have to rely on consultants, outside sub-contractors, or sourced project management. This improves communication, streamlines work, and eliminates unnecessary costs or delays. ✓ We give our Customers the access to effectively track progress and manage service orders and the ability to review historical intersection information using our web-based Customer Portal. All technicians wirelessly update the street light and traffic signal database as work is performed making all information available virtually real time. In conclusion, Siemens ITS is focused on delivering what your city needs the most today; safe, reliable infrastructure solutions that help decrease costs, increase revenue, and have a positive environmental impact for the city of Seal Beach and its residents. Whether you choose to commute by foot, bike, car, bus or light rail, Siemens traffic management solutions can help you arrive safely, more efficiently and with less impact on the environment. City of Seal Beach Proposal for· Traffic Signal Maintenance Services Page 29 of 40 June 15, 2021, Item #14ATTACHMENT 1 References References/Recent Project History Siemens has been extremely successful in retaining traffic signal, streetlight, and engineering customers due to our desire to offer the best possible customer service. We have an exemplary customer service track-record highlighted by our well-qualified field personnel, knowledgeable customer service representatives, and proprietary detailed monthly reports. We understand what is required to maintain a community's infrastructure and strive to exceed our customer's expectations . Alhc1rnbr,1, City of Appl r. V.Jllr.y, Town oi Ar:esia. City of S<lldwin P,irk, Cty nt BJnning, City of B;nst:J',\•, City oi Ca Pn y Pomon~1 Ca al>as..1s. Cr!y of Ca imesa. City of Ca11tedu1I Ci y, City ot Chino, City of Co ton, C:y of Co·nrner::e. Ci!y of CoronJdo, City o' Cos1,1 MCS,), City ot Cud.;hy, Ory of Cypre!is. City of Dc)na rot. t, c~y of Des.ert Hot So mgs, Ci:y of o:arnond BM, City ot rl Caj<.11\ City of Et Moni:e, Cit)' of Fullerto·1 City of GJ rden Grovr=, City oi Golden R.ain Fm1n..lation HlghlJ,1d, City of Hw,tirg·un Be3Ct!. City o! Jr:d o. Clty·of lrvint•, City of ...__ ______ __. City of Seal Beach 1·11 Sen.1th first St All1,1:11bra CA 91801 0:i-(af lraffic Si9r1,:!l fvlain.cnan(e 201 South Anah~i , Boult:-'-'• rd Suite On-Cai Traffic Signal 14955 Pale ht.ms Pkwy Apple YJl!ey. CA n: :S-0/ 11800 Goldri.ng Rouct Arc;:dio, CA 91066 18747 cI~1r,c~.Jillc AV(! Anesia, CA 90f'0'1 ?.13F. hmtl1illsli-!vct Azusa, CA 91702 14403 E. P.'.lc ific. Ave H,1k1'.vin Pt11 k, CA 91706 99 R,.1tr1<.<,y SrrtHH 8;:m·1 io;J. CA 'J2:.'.il0 220 Eas: MOllnta n V;e:w St. Su ~e A B;:1rs.tow, CA 92311 3801 West Tcrnp1c AvP.1'UC Poino,,,l. C.:i 91 768 100 Civic Car'•~,~1 Way Ca1ab,1~.--1s, CA 9B02 908 PiJrk Av.enu~ Ca'1mes,..1, CA 92320 40$ 0,1k Ave CarlfobJd. CA 92005 66700 Avenir.1o Lalo Guerrero Cathedr,J\ City, CA 92?24 1322-0 Centl'a l Ave Ct-ino, CA 917i0 6S.O No la Cade"la 1)(1~ Col;:on, CA 92324 2535 Comrnerr.e Way Comm~tC('>. CA 90040 182S S!rarid W;i>, Comnado. C.A 92118 PO Box 1200 COSTA MESA CA 92626 5220 Stint.a .A.nr:J Sueet CIH1,Jlly, CA 90201 5 77S Cra'1De Ave. Cypres5,., CA 90(,3~ 33282 Golder, Lu ... ,te:m D.:irtiJ Point, CA 92628 65 50 P PfSOf1 81\/d DP,ert Hot Spring~. CA 92240 21825 [. Copley Drive Diamond BJr, CA9176S 200 E Milir.-St £1 Cajoo, CA 92020 3 2.7 s.:~nta Aidtt L Monte, (A 91711 PO Bo< 0030 Fou'1tJin Valley. CA 92728 30~ W. Co111mnnweolth Full citon. CA 92832 PO Ho.l( 3070 G3rde-r1 Grovf:', CA 92840 , /UO 'Nest 162nd Street GarLit:n.i. CA 90247 PO 13ox 3-519 Sea Beach, CA 90740 1315 \/c)l!e:y Dr've 1-iNfll0S..1 Beach, CA 902S4 15776 M;:i-n St1cct Hespe··•· CA 9234S 2 l21 S B;is~ L,r:e Hig'lland, CA 92346 2000 M.,in s~ Hu·11i,1gt,W\ IJ.c:Jei. CA 9.?.648 93-101 Avenue 4S tr;d:o,. CA 92LU 1 642 7 O.ak Ci3 '1yon ,ti, 3 lr-.ine. CA 92616 On-•Ci I I raff::: Si9iial M;,in.:cn.i~·,.c l'raffic SignaJ Mai"ltenance Tt.Jtfr: SignaJ MaiMen,1:nce Corma~t Repair WorK As: Nc.t:dNI Trnf1k Sign.t! Mni·1tcnu1cc r,,1tfic Signal MainH!·flJ .cc f1affic Siunal M;.fruen.rnrt! Tt(lftic: Sign.JI MJi·HC!'lilflCC Ttaffic Siqn.11 & Stree ligM M11ir:(•n,1:•ce T•.:if fic Signal MJimcnnncc rrafiic Sign.?tl Malmena~ce Sl R.et~on Contrnci/ No Muirncncr. at this. ti me On-Ccl I Trat! ,c Signal M.iir, en.s,~ce On-C1!! Traffi( Sign~\ t,.•1aina.•n.flr·ce On-Ca I Traffic Sign'-'1 Mninc:nilr.cc Or1·Cc,'l I Traf:i~ Signal Mt1i111erwnce On-C,11I TfaH c Signa· Moin1t;>n,mc(1 Johr' Tfai jpff $11.'CHISOn Tyler Po11d~>ri Be-nj,1n1in ChJn Doug 8:1".c T,Jm"fran M.:ifio FJo:cs Vic.1orOn:iz fd VVa'ton D-lYP.J:)nMt"Jn Aaron Hernanclez· Torrw, Sco:-tWinig V1"lCCnt Ra:rt f f"Z r~1no Galvez: John Nguyc-n Jose VJ~quez Marl( 1/.ieiive, CJrlos Z.::inJro r~ ~J.~r:n Da•.re F1un;:tqan ..... AoN,-. (7'I,t) 765-S.202 j:hui~i:ln Ji1c·111.r:ci (714J 412-9233 .!swanson@rt,,.,aheiiru,et (760) 240-/000 E.x:-7576 (562) 865-6262 (f.26) 960-4011 ho:! 458 d ope1 bt1 l:twiripar.k . .-or,1 (951) 922-3139 (818) 224-1 fsJO (<J<:qJ 7%-980 I Ext235 (7Hl) 602· 7504 (7f,OJ 602-n,G (9C9) 3? -5.065 (323) 722-4805 Ext 2839 (619) 522-7365 (913J S?2-242S (714) 754-5017 (323) 773-5143 fx,V8 (714) 229 6729 (7{;0) 329-€>41 I (9'~9) 839-7041 (9C9i 839-7042 t6'19}441-16'i1 (626} 580-6256 (114) S93-4S17 (714) 593-4443 (714) 7ilB-6858 (714) 719-0278 (S ·2) 4 l 1-6586 (310) 11e.02r;9 (760) 947-1814 (9C9) 664-8732 b<t254 (714) 536-,52.l (760) 625-1617 (949) 724-WG0 (949i 724-7664 s.Jmps-on@ci.b,:mr·.,g.ca.us-hc~.1n;i}:•cityofr.a,.1ha~~-co!l'\ doug.~1ils.efur.ar'lsoad:::a.gov tam.1ra.ni&r,t1'lsbad(.::i.gov rnflorcs@cityckhino.org p,,..,a 'ton@<or-orHKfo.ca.u1; ,tj;:,h:1S{)!"l@cor(1nado.c.1.1.1s swit11g@c:tyofd.hs.org Di u€.~diaT101·dbarca 90·.-Cf1.'1illpica@d·JmondbM:::a.go-,,, tei~'?-~~-1.~·e?~f':~ _tainv~!ley.org ·oh.n.rtgu;•cr.@founta·'lv.>'lcy.org :osev@dg,:irdc""·grove.ca.us rHttfkW( lwsb.corn s.smirh@cityofhe~µeri.J.ll!: rrnerc.::do@irdio.org ~;~u~:!1~::i!r:_-,!:.:e.<:u.u_s_ (lfl an3ganl.lc_oo.irv·ne.G1.us On-04 Ongoing HU80,000.00 i,15.1,.195.00 Ori9oin9 Dec-97 Or,901119 i.25.C00.00 Sep-88 Or.going :tfiS.COO 00 Oc.:t-18 Ongoing ~ 140.Q(JD.00 Fcb-96 S2S,OCO,OO Moy-11 Ongoing Jui-10 Ongoing ~ 1. 000.00 Ongoing \S0,COC.00 Oct-04 i25,000.0Q Apr-13 Ongoing IBD Ju!-78 Or·going l, 100,000 00 Jul 12 Ongoing 1918,374.GO Jul-08 Or-going \8?,'\2C.00 Oct-04 Or9oin9 Nov-17 Or.going !25.COC.GO Ortgoing Ongoing ~1).000.00 Ocr 18 Ongoing $)85.0C0.OO JuJ.{)2 Ongoir~g S35,COO CO Mar-11 Ongoing S4,0CO.OO Ongoing s1so,ooo.oo Apr-18 Orgoing $18,995 (;0 Dec-17 Or.going $25.000.00 o,r .. oo Ongoing; 1100,non.oo Apr-18 Ongoing s11s.oco.011 Feb-12 Ongoing $300,CCO.-:JO Vi,(10000 Dec-'11 On~oing On9oin9 Orgoing S.15.000.0C JU!··02 On-going ,s.oca.oc Jul-17 Ongoing ·1,2,2so.ooo,oo Or.going $2.$,COO.QO Sep 98 )!S0,826.00 Proposal for: Traffic Signal Maintenance Services Page 30 of 40 June 15, 2021, Item #14ClleM/,....., 1-<l Pueti!P, Cty Of LaQ111int.J, Ci'!ycf t .. 1onrov-·.:l. City of Newµor Be.i~h. Gty of Nmr.o. City of Ontari o, ityQf 0,,)119c, Cty of Orange Cot.mty Transpn1ta?·on Auth<H'iry Rancho Mirng:e, C!y of ~!01 We~t Li:! Habf.'.1 Uh•d Lil Hi'JbrJ. Cl , 90633 15900 t. rvlain Strer.r Lil Pucnrn. CA 91744 78-49S Colli:-Tmnp·:co La (Juinta, CA ~22!>3 ~OS Foi't~s.t Ave l.ilguna Uc:>cn, CA 92f.Sl 3011 ·1 Crown v.1 !cy Pkv.y Lagunn r-.l lgucl_ CA 92677 24300 N3rborine lo111.:t. CA 90117 23815 Stwirt RJr·<ll Hoad M.1J't1u,CA 9-02f.S 4319 Ensr Slt1t.1so· Avenue Maywood, CA 902 70 (iOO Sornh Moon:.:1i11 Avenue Monrovia CA 91016 1 HlO We-st Beverly Sh'Cf Mon!~bc!lo, CA 9()6..10 799 Moorp,Jrk Ave Mooq .. 1;uk. (A 93021 3300 Newport B vd N.:-wpon 1Je:1ch. CA 92663 PO Bo.)'. 1768 1.281 Fiftf1 St ee! Norco, CA 92660 303 (. 8 S.!r~T Ont;n·o, CA 9176,4 Onrn,to. CA 917E-4 637W. S:ruck Ot',.-ing<:, CA 928.67 Or,1nge, CA.. 92863 73S10 fr~d Wr1rir·~·, l'.)(ve P'Jl m Des.en. CA 92260 746 lndus.tri,11 Ave., P·on Huent-rnc-. CA. 9Jo4·1 ·1446 7 l:1kc Pow,ly Ro.ad P-o\~l!y, CA 920(A 10500 Crvic Cc-.nrer. Dr R.lncl,o Cuc.:irnor,9.1, CA 9'1723 69-82:5 I liglw .. .:iy 111 Ranch:> Mir..tge, CA 922.70 lt.:-w1::ho S,:mta Margarita, C ty 22 l 12 El Pas-eo of Rancho Sa·HJ Margcuit.'I, CA 92668 Ralm, City of Roltirg H is bti:lte-s. City of S,111 Diego, Cot..11~1y o-f San fern.a.,do, City of S.an Marino, Ci~y cf S.Jnta Paula, Cir:✓ af Scoi Bt::>i1Ch. City of S after, City o.-Sol;rna 81?ar::h, Ciry of Sotura Beil ch. C:t)1 of South P.=:1sadenf1, City of Souther'1 Cali.::orr.i.i Edison Universi ~y of C.11 °o.rnb. lrvirit (UCO Unive,~ y of C.;;1"'01 ia Los Angeles (UCLA} City of Seal Beach 335 W. Rialto Ave R:;.,!to,C.1. 92376 .J.'145 Palo,: Vtrdt:-S-Drive N R<)!liny Hl!s. (A '90274 222 We-st Hospital·ty· San Scrnard,no, CA 92415 5560 01,,·crlJnd Ave• Su te 210 $,3n Diego, (A 92.12 3 , 17 M:1:-neit $tre-e1 s~n Fernando, Ot. 91340 2200 Hunt"n9t~n o,-·ve S.1n M.lrino, CA 911 OS 970 Vcnrvr,1 Sl Sarna Paula, CA 93C60 211 E"ghth Strt:!et Seal 8t:-JCh, CA 90740 336 Pac.ific AvenuP. 2929 l'aprJ ((:Ir yon R.0<:td Simi Vall~,'. CA 9.-3063 635 Soutl"l Highway lO l S~!.ina 6t?-.J:h. CA 92075 63S South Higl-v.•,:1y 10 l Solttrta f:!e-ach, CA 92075 SouH) El Momc, CA 31733. 825: Mi!i.c ;iot1 S!reet South P,1!.~dcn,1, CA 910)0 P.O. Box 995 r .. ..-cntynlnc Pt1'·ns. CA 92277 .200 Publi< Se,vice,;; Bui'din~1 lrvinf!, r:.1. 926\")7 .55$ West...,ood Pt zJ, su·1e 185 Los Angel~s, Ce 90<.195 On. Cl ! rr.>tfir: SifJf'\.31 f-.•l rtiater1arce rraffa: Sigr,al & Stre,.. !ighi Mt1iatena;-(e r affit.: S1gnai Mai.,terur1ce I raffo: Signa. Maintemrnce t:::risGunters.on SC,3n S.u 1.va·, n,y.111 loo Jim Aug1:r Oilvc lr-h;k<1wa J<>t·nsor1 Fua rratfic Signal M,1inrctrnr:ce Robcrr IJ~t.~rr,1 Park U9hfng (lterri lS) Oi"ane Mo,w, ~-~r~t-~;~-~ti1:9 (!~~~!~ 10) Oonc:1 Vet en1i110 Traff!(; Sign<t.s {Item S} Mi<e 6ernd 1 ~ffic Signal M2witena·1ct" -:Ustin Ruberg (160)/7/-11)51 (949) 497-1).lfj[) 1'/49) JU-4.Bo (310}32.5-9830 (310}.456-2489-Ev, .l41 (110J Sfi2-S/2; (~26)932-5522. (ll3) 887-14(,;: (949) 6••·1324 (949) 644-3324 (949} )18-3431 (9'i 1) l.70-56/B (909}J95·2H1 (909) 395-2612 (714} 981-9$67 (/ 14} SliO-2S (7€0} J 46-0611 (8S8) "68-4717 (858/ 66<!-4)04 -·---····-····-···-·· (949)635-1600 Extb1(12 -----r<:ar· iil o@IJtllJ~ntP.org li:gur,'!erson@1a-qui ntr1.org f;_tlJrerci~@c:ityofi guflor,·91.1el.or9 tn-1rt@mai!b1._1r.i:y.o:g srn11·v,:1n@c1.f'nOf1l'OVii1.CJ .llS Arostom@Moo.rparkCA.gov ~uger:i]'.lf'~wportlit!.J(hc:~.gov dichikawa@r:ev,•po~h,~a: hn1.gnv psomp5or,@octa.net !bcccrra@c·tyo!p,11mdMc11.ot9 dmar1n@po-..v,1y,Or<J LEO Strcetlight Conversion A2znm Jab.s..nch ~oo:~-SZO-ZSZS Ex1: ajiJb~t,cn@ri<J!toc .gov Traffic Signal Main~en,3n.:e Greg Grnmmer (310) 317-1577 gregg c .ro!.ing-hills-eSl 3tes.ca.1.1s (909) 386-~097 s cve.1hom@d;:,w.sbcouo1y.90-.· Sep-C6 N::,v-i6 M y-98 JLJ!·6/ /ul-87 Aug-I/ Dec 06 JU!•Ol: Jul•09 Jul-96 Jul-13 Oc1 .. o-4 M,y-04 May-17 Feb-99 Nov 08 r,ttic 5 gni:.111v1ai nu.-11arice K.ri~ten. M(e,1.:hro., (858} SOS·b367 i<ris-in mceact,r::,-;@sdcoun:y.ca.gov Jul-18 0:1-C.l I Traffic Signa Mai ten.u·ce rraftic Signal Mn,me.,ance ft.lfflc Signal Maimc.n.-:,ncf' Streetli91t Ma ntenu,,ce r,af!it: Sig1i c1\ & Coum $ta1ion Mainter<,nce Mich~clWi:'1 er Jot·n Ids.in Oav:"dSpirz MichaelJain~s Steve Kerr Ruth Nf....-dfC1 (Ruthie) Danif'?l llN(Cra Kevin Tobjr,, (618}895·1297 (626} 9£0-1889 (805) 93)-4212 Ex: 3C7 (562}431-2S2'1 b<7133I (661) 746-5002 E._.!118 (805) SBJ-6700 (858) 7)0.J-400 (858) 720·2470 (fl26j 5'79•6540 ,1;,G} 4 l-7370 (949)-368«6131 (7f,0} l67-76l3 (909) 824-8531 (949)· 824-0967 (310) 206-6554 D.vorne,@.iSanMaririi,CA.gov j i!asir. ~pci?y.org mjJ;ne1@snLtfrer.co1n drn~dina@(iimiv~1lloy.:.1rg skerr, cosb.org vriver,1@cmb.org ~u:h.nc•,rarc-21.tDs:cc.con, dher-rN4@tJr.i.edu -<1obir'@ptr..tJc·.ec1tJ :.KnJudnuri@ts.uc1i1.edu Jun .. 06 Au9.03 Jul-11 JUl··l 1 Aug•9S M;:,r-37 May•12 ATTACHMENT 1 Ongoing \55,000' Sl.000.00 Or19oin9 S40.CQQ.DO $165,00 .co Ot1l.)oir·9 S/.92000 '5.20.COO.OO Ong ing 1.lSfl,00 .(l() Ongoing \20,000,00 S280,00000 iwo,ou <JO Or~g ing '5,25,000.00 \491, 124.SO Ongoing $568.485 00 \4 ,000.0C Ongoing B!J0,000.00 Ongoin9 SlOO,GO .00 Si''.J .H(JU.00 Or going 1300.000.CO !828,050.00 Ongoing s,o.coo.co ~H,1,13900 Or.going 11,420,2.30.54 Orgoir.9 \50.U00.(){l 115,COD.OO Ongoing \405.000.00 Ongoing $55,000.00 Ongoin9 s;s,000.00 \IC0,000.00 i49.761.0O Orgoing Or.going voo.000.00 D!·,goin9 I24.70,1.00 Ongoing !29,lOO.OO Ongofn9 $50,COO.OO \4Q,OOOOO Ongoing $2.500.00 SS,G(W.00 On.going Ongoing 112,(100.0(! Proposal for: Traffic Signal Maintenance Services Page 31 of 40 June 15, 2021, Item #14Chnel-.-, V~t'f'l< 'H). City of Wnlf (rPek f:("(i<'rill Servic;e-., Irr: City of Seal Beach 4305 Santa F'e Av·enue Vernon. CA 90058 1785 Sunti,1go O vrl Vi \,1 fl.irk, CA 92661 116'; £: l'ay!o· Street Vls 10, CA 9~08"1 1444 We!<:t Garvt•y Ave VJcs! CLw~n,1, c~ 9·1790 2387). Cl .,_ton Keith Ro.>d Wild0m,V, CA 92595 58928 8u~1-ies Center Dr YU<="C,l V;1i v,y. CA 9/.2:8A Tr.1lfo.:: Sign•1 & Stre r!igt·t Sam Haserq't ('/f.;0) 63~-6177 l'1t1ase::ir• 1"'cisi')tt1 tcJ.US M~i"""t-n,1:·c(-Mickey· Roitiem ( 16OJ 639·611 (, ·nromero..t~ci v·~1a.~i1 us 1.'UllLIC UTILITll:S (951; 677-7751 Ext 205 1858) 578-0276 (160} 369-6S79 C-:<t. 308 (~ ,-r:. \' micl1J~l.c-ggenG~chu9iu.:hgov.co111 -t!~~~~ ATTACHMENT 1 Ongoing 1,297. 'Vi4.00 Jul •l 1 Or9oin9 S54, 166.10 l ul-09 Oct-·16 Ongo·ng S.37,674.16-Aug-1 :\10,COO.!}. Proposal for: Traffic Signal Maintenance Services Page 32 of 40 June 15, 2021, Item #14ATTACHMENT 1 Insurance Requirements Siemens Mobility, Inc. plans to fully intend to comply with the insurance requirements set forth in the RFP, should we be awarded the contract. Please see sample Insurance Certificate below: CERTIFICATE OF LIABILITY INSURANCE THJS CERTIFICATE IS ISSUED AS A MATTER Of INFORMATION ONLY AND CONFERS NO RJGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE OOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF NSURANCE OOES NOT CONSTITUTE A CONTRACT BE1WEEN THE ISSUING INSLJRERtSI, AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the ,certificate holder is an ADDITIONAL INSURED, the policy(ies'I must h.1Ve ADDITIONAL INSURED provisions or be endorsed. H SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain po icies may require an endor~t. A stal.eme,nt on th.is certificate does not confer ri hts kl the certificate holder in lil!{J of such endorse-men s . ltOCUCER P.'AA':! USA l'IC ~S IJ HS-R.EE-PA:IR!i:15TOl/,N, J <li'ic(,6451 Fo:.3al HAYE$-O:i'C4 :5 1RA'l5P, r,0,-1 N SE E5 10()() '.~Y B.1..=f, •• _ AFPLiEC F;E/::: □L,:)c, ~1:34.S 2561:5 2000.CC',J N.'A _ 000.COO ll) TIOl'II I . .,.._ men_,., C 1:;a.. TE G'E i5 AA!:. t-:Eiil55Y MCHI · .T UM>,:R L: ~ lAANCf:"'515,'J'FORDEDB'f ;::w_,_.a,pP\.YAS SS ::)';n' & • T C(Y•HK!: . ,E G.E R~ 11:::IUTf ICY. F:ER IJl1 U DELIVER onci:: CFC :EJ..A,T! T;J TH: C"J;;TlF lC~.-E ' rF UP ICHE1/B,:;: IS LE:,.S. CANCELLATION IONGA, CA 9172'Ht!lll7 SHOULD ANY OF THE .A.BOVE DESCRlBED· ?O ICIES BE CANCELLED BEfORE THE EXPIRATION !DATE THEREOF, NOTICE WlLL BE O,ElJ'fERED I 4 ACCORDANCE WITH THE POLICY PRO'\/LS.IONS. © 198S-2Dt6 ACORD CORPORATION. All rights res.erve-d. ACORD 25 (2016J03j The ACORD-name and logo are registered marks of ACORD City of Seal Beach Proposal for: Traffic Signal Maintenance Services Page 33 of 40 June 15, 2021, Item #14ATTACHMENT 1 Sealed Fee Proposal As requested in the RFP, we have placed the Sealed Proposal Fee in a separate sealed envelope, which is clearly labeled "Sealed Fee Proposal" with our company's name and project title. City of Seal Beach Proposal for: Traffic Signal Maintenance Services Page 34 of 40 June 15, 2021, Item #1431 CIVICN::I ATTACHMENT 1 THIS D :L : ·A ·10 ONLY A LI ·ST SI ·IVIEN~ !VI , IN . TR :T ', I IO ' l ~s, AFFI AVI' ·s A " t .A y .Nl I N ~D BEH/\1 F S INDUSTRY, I MUST BE SI MA HER /\ND MARSH/\ SIVJITH WITHOUT E N DELEGATION OF APPROVAL AUTHORITY FROM CEO MARC BUNCHER AND CFO MARSHA SMITH Mobility Management Rolling Stock Intelligent Traffic Systems Turnkey Projects & Electrification Customer Services SIEMENS MOBILITY, INC. A The undersigned Marc Buncher, CEO and Marsha Smith, CFO of the Siemens Mobility, Inc. (the "Corporation"), a corporation duly organized and existing under the laws of the State of Delaware, by virtue of the authority vested as CEO and CFO to sign or countersign and otherwise execute in the name, or on behalf of the Corporation, any bids, projects, contracts, agreements and any certificates, affidavits or ancillary documents in connection therewith to the extent the foregoing instruments and are consistent with the limits of authority granted under LoA guidelines and grants of release for and on behalf of the Corporation, do hereby delegate to and acknowledge that the following person(s) may exercise such authority for and on our behalf up to $10 million. AUTHORIZED SIGNATORIES Business Operations Finance/Central Support Function (Name/Position) {Name/Position) John Paljug Stefan Heckrath VP-MM Senior Director, FBA -MM Michael Cahill Christopher Halleus VP-RS Senior Director, FBA -RS Robin Stimson James Thornton VP-RS MK&S Head of Procurement -MO Andreas Thon Michael Tyler VP-TPE Senior Director, FBA-CS Marcus Welz Miriam Scheer VP-ITS Senior Director, FBA-TPE David Buchfuehrer Senior Director, FBA-ITS 64 of76 June 15, 2021, Item #1431 CIVI cna: ATTACHMENT 1 B. It is further acknowledged that the following individuals are hereby authorized to sign or countersign and otherwise execute in the name or on behalf of the Corporation the same documents as referenced in paragraph A, up to and including a transactional limit of $5 million. Any such delegation extends to but is limited to the same scope, documents and subject matter as referenced and granted in paragraph A, limited to the monetary amount stated in this paragraph. · AUTHORIZED SIGNATORIES Business Operations Finance/Central Support Function (Name/Position) (Name/Position) Douglas Dreisbach Nick D'Alessandro Director, Projects -MM Controller, Products & Freight Engineering MM Stephan Klein, Jessica Shaiegan Senior Project Director -MM Director, Procurement-MM Steve Gitkin Valerie Conway Sales Director -ITS Senior Director, RS SPR David Gutierrez Thomas Wiechert Director, RS LR Director, RS LR Luis Tondi Resta Dariusz Chrominski Director, Products -MM Director, RS LM Armin Kick Thomas Glafenhein VP-LM & HI Director, RS SC BG & RS TD Omid Akbarzadeh-Paydar Kim Swain Director, RS SC BG Director, RS CRC & LM Raymond Ginnell Angel Acuna-Siles VP-RS CRC Director, FSA Projects -MM Mike Nolan Matthew Rumbold Director, Sales -MM Manager, Procurement -CS Laura Coates General Manager, RS TD C. It is further acknowledged that the following individuals are hereby authorized to sign or countersign and otherwise execute in the name, or on behalf of the Corporation, the same documents as referenced in paragraph A, up to and including a transactional limit of $3 million. Any such delegation extends to but is limited to the same scope, documents and subject matter as referenced and granted in paragraph A, limited to the monetary amount stated in this paragraph. AUTHORIZED SIGNATORIES Business Operations Finance/Central Support Function {Name/Position) {Name/Position) Tony Ritter Nikki Bassi Director, CS Director, RS Reiner Martin Cathie Steele Director, CS Director, CS LR & MM Mark Bennett Carrie Hernandez VP, Operations RS Director, RS SPR David Hart Michelle Picard Manager, TPE Director, RS Cesar Losada Matthaeus Decker Director, CS ManaQer, RS SPR Goutham Lingannagari Craig Debevoise Director, Bid & Project Management -ITS Projects Commercial, ITS Simon Davidoff David Anderson Director, Data Services -CS Project Procurement ManaQer, TPE Steve Teal Rudolf Wagner Director, ITS Service Performance Controlling, MO 2 65 of 76 June 15, 2021, Item #14Jeb A. Echols Warren Openshaw :,11:M 1:1:, ATTACHMENT 1 Manager, Project Estimating -MM Director, Operations BA, RS Paul Aichholzer Natalie Liggett Director, Projects, RS CRC & LM Sr. Commercial Project Manager, MM Rodrigo Resende Astig Arakelian Business Development Professional, TPE Real Estate, MO Benjamin Kotze Angela Maria De Paiva Delicado Head of Engineering, TPE Finance Manager, REM Americas Gary O'Brien Head of REM Americas D. It is further acknowledged that the following individuals are hereby authorized to sign or countersign and otherwise execute in the name, or on behalf of the Corporation, the same documents as referenced in paragraph A, up to and including a transactional limit of $1 million. Any such delegation extends to but is limited to the same scope, documents and subject matter as referenced and granted in paragraph A, limited to the monetary amount stated in this paragraph. AUTHORIZED SIGNATORIES Business Operations Finance/Central Su1212ort Function {Name/Position) (Name/Position) Paul Eliea, Tommy Charurat Director, MM Director, Performance Controlling RS David Costello, Gisela Kaufmann Director, MM Controller, MM Dave Jeanette Constanze Kutschki Manager, MM Manaqer, RS SPR Jim Lyons Ronald Staggs Sr. Manager, MM Commercial Project Manager, RS LR Jeff Balogh Mary Matos Sr. Director, MM Commercial Project Manager, RS LR George Long Christine Jaw V, Enqineering RS Commercial Project Manager, CS Robert Martner Kavita Patel Senior Project Manager, RS LM Commercial Project Manager, CS Jeffrey Curran Christopher Smith Project Manager, RS LR Commercial Project Manager, RS LR Duane Kopp Adam Huey Project Manager, CS Commercial Project Manager, RS CRC & LM Ron VanHUllksloot Thomas Koprowski Project Manager, RS LR Commercial Project Manager, RS SC BG Thomas Stehlik David Spence Project Manager, RS ME Commercial Project Manager, ITS Viorel Aninoiu Solomon Lee Project Manager, RS LR Commercial Project Manager, MM Carsten Nebe David Sarles Project Manager, RS CRC Procurement Commodity Manager, MM Mark Anderson Stuart Adler Project Manager, CS Project Procurement Manager, MM Aaldrik Metting Joel Nielsen Project ManaQer, RS LR Commercial Project Manager, RS LR Chander Khanna, James Hryniewicz Sr. Director, Manufacturing Processes Commercial Bid Manager, TPE RS Ibrahim Kalender Daria Lesnykh Project Manager, RS SC BG Commercial Project Manager, CS 3 66 of 76 i June 15, 2021, Item #14Barry Sidler Promam Manager, CS Luis Correia Project Manager, CS Michael Hutchens Operations Manager, ITS William Tucker Operations Manager, ITS Gerhard Leitner Field Engineering Management, CS Ivan Bukin Project Manager, CS Kevin McGrew Director, Quality RS Jamil Nasr Engineering Director, MM Ben Linden Senior Director Carborne Engineering, MM Christopher Hammett Project Manager, TPE Abhinav Mitra Project Manager, TPE Matthew Thomas Project Manaqer, CS Mason Boswell Project Manager, RS LR Mark Godsey Project Manager, TPE Shawn Mccuaig Director, Field Services RS Evgeny lnozemtsev Project Manager, RS SC BG Francois-Xavier Beau Project Director, MM Jacob Street Project Manager, MM Michael Carlo Project Manager, RS LR Rolf Neuhaus Project Manager, RS CRC Hany Gadalla Project ManaQer, TPE Dave Kost Production Manager, TPE Nicholas Corley Warehouse Manager, TPE Tony Abboreno Project Manager, TPE Eddie Urioste Project Manager, TPE Erik Schildknecht Project Manager, CS Jon Aliason Project Manager, CS 67 of76 4 Donna Lam ~11:.M l:.N~ ATTACHMENT 1 Commercial Project Manager, RS CRC Noureann Mitchell Procurement Project Manager, ITS Rosa Baquero Commercial Project Manager, Field Services RS Sarah Jenik Commercial Support, CS David Michna Commercial Project Manager, CS Peter Silberhorn Commercial Project Manager, RS CRC & ME Lars Volger Commercial Project Manager, MM Tien Pham Commercial Project Manager, CS Liam Nelson Commercial Project Manager, TPE Marcin Szczapa Commercial Project Manager, CS Clive Lepper Commercial Project Manager, RS LR Michael Keats Commercial Project Manager, TPE Noe Padilla Commercial Project Manager, TPE Nishant D'Sa Commercial Project Manager, MM Lauren Westfall Commercial Project Manager, MM Lisa Carns Commercial Project Manager, MM Angela Hunter Commercial Project Manager, MM Michelle Hillen Commercial Project Manager, MM Anchal Bansal Commercial Project Manager, ITS Claudia Thiele Commercial Project Manaqer, ITS Karlene Keene Controlling, RS TD Rogerio Lavieri Commercial Project Manager, RS LM Varnnaphapar Mekwattana Commercial Project Manager, RS SC BG Olga Fedorov Commercial Project Manager, CS Stefan Brown Commercial Project Manager, TPE Yasmine Forghani Commercial Project Manager, RS LM Tatiana Simonchik Commercial Project Manager, RS LM June 15, 2021, Item #14Malte Schierwater Project Manaqer, RS LM Timothy Ferguson Head of Operations, RS TD Clint Schuckel Operations Manaqer, ITS Laryssa Parker Head of OiQital Lab, ITS Charles Bell Project Manager, RS LR Nathan Kalesnikoff Project Manaqer -Bids & Proposals, TPE Jonathan Vann Project Manager, TPE Alejandro Sierra Project Manager, TPE Nils Soyke Head of Bid Manaqement, ITS Del Nichols Director, PLM/R&D -ITS Bryce Dudgeon Project Manaqer, RS CRC Charles Hollman Commercial Project Manager, RS LR Stefan Hagl Project Procurement Manager, TPE ~11:Ml:N.~ ATTACHMENT 1 E. It is further acknowledged that the following individuals are hereby authorized to sign or countersign and otherwise execute in the name, or on behalf of the Corporation, the same documents as they are referenced in paragraph A, up to and including a transactional limit of $250 thousand. Any such delegation extends to but is limited to the same scope, documents and subject matter as referenced and granted in paragraph A. limited to the monetary amount stated in this paragraph. AUTHORIZED SIGNATORIES Business Operations Finance/Central Sugport Function (Name/Position) (Name/Position) Diana Johnson Bid Manager, ITS John Billings Bid Manaqer, ITS David Love Sales Manager, ITS Robert Paquette Sales Manaqer, ITS Stefan Kraemer Business Developer, RS TD F. It is further acknowledged that each of the signatures of the persons referred to in paragraphs A. B, C, D, and E are binding upon the Corporation. G. It is further acknowledged that any document shall require the signature of two (2) of the above Authorized Signatories, one each from Business Operations and from Finance/Central Support Functions, whom shall have the requisite signature authority to be legally binding upon the Corporation. H. It is further acknowledged that each of the persons referred to herein is authorized to delegate such person's authority hereunder to additional members of his or her management team up to the limit of such person's delegation of authority. provided that such delegation is in written form signed by the delegator and filed with the Legal Department. 5 68 of 76 June 15, 2021, Item #14~11:Ml:nl! ATTACHMENT 1 I. It is further acknowledged that the Secretary or an Assistant Secretary of the Corporation is authorized to issue certifications attesting to the incumbency, authority and status of any of the persons referred to in this resolution. IN WITNESS WHEREOF, we have hereunto subscribed our names and affixed the corporate seal of the said Corporation, as of the 1st day of March, 2019. 69 of76 Marc Buncher CEO Siemens Mobility, Inc. Marsha Smith CFO Siemens Mobility, Inc. 6 June 15, 2021, Item #14ATTACHMENT 1 EXHIBIT B TERMS FOR COMPLIANCE WITH CALIFORNIA LABOR LAW REQUIREMENTS 1. This Agreement calls for services that, in whole or in part, constitute "public works" as defined in Division 2, Part 7, Chapter 1 (commencing with Section 1720) of the California Labor Code ("Chapter 1 "). Further, Contractor acknowledges that this Agreement is subject to (a) Chapter 1 and (b) the rules and regulations established by the Department of Industrial Relations ("DIR") implementing such statutes. Therefore, as to those Services that are "public works", Contractor shall comply with and be bound by all the terms, rules and regulations described in 1 (a) and 1 (b) as though set forth in full herein. 2. California law requires the inclusion of specific Labor Code provisions in certain contracts. The inclusion of such specific provisions below, whether or not required by California law, does not alter the meaning or scope of Section 1 above. 3. Contractor shall be registered with the Department of Industrial Relations in accordance with California Labor Code Section 1725.5, and has provided proof of registration to City prior to the Effective Date of this Agreement. Contractor shall not perform work with any subcontractor that is not registered with DIR pursuant to Section 1725.5. Contractor and subcontractors shall maintain their registration with the DIR in effect throughout the duration of this Agreement. If Contractor or any subcontractor ceases to be registered with DIR at any time during the duration of the project, Contractor shall immediately notify City. 4. Pursuant to Labor Code Section 1771.4, Contractor's Services are subject to compliance monitoring and enforcement by DIR. Contractor shall post job site notices, as prescribed by DIR regulations. 5. Pursuant to Labor Code Section 1773.2, copies of the prevailing rate of per diem wages for each craft, classification, or type of worker needed to perform the Agreement are on file at City Hall and will be made available to any interested party on request. Contractor acknowledges receipt of a copy of the DIR determination of such prevailing rate of per diem wages, and Contractor shall post such rates at each job site covered by this Agreement. 6. Contractor shall comply with and be bound by the provisions of Labor Code Sections 1774 and 1775 concerning the payment of prevailing rates of wages to workers and the penalties for failure to pay prevailing wages. Contractor shall, as a penalty to City, forfeit $200.00 for each calendar day, or portion thereof, for each worker paid less than the prevailing rates as determined by the DIR for the work or craft in which the worker is employed for any public work done pursuant to this Agreement by Contractor or by any subcontractor. 70 of 76 June 15, 2021, Item #14ATTACHMENT 1 7. Contractor shall comply with and be bound by the provisions of Labor Code Section 1776, which requires Contractor and each subcontractor to: keep accurate payroll records and verify such records in writing under penalty of perjury, as specified in Section 1776; certify and make such payroll records available for inspection as provided by Section 1776; and inform City of the location of the records. 8. Contractor shall comply with and be bound by the provisions of Labor Code Sections 1777.5, 1777.6 and 1777.7 and California Administrative Code of Regulations, Title 8, Section 200 et seq. concerning the employment of apprentices on public works projects. Contractor shall be responsible for compliance with these aforementioned Sections for all apprenticeable occupations. Prior to commencing work under this Agreement, Contractor shall provide City with a copy of the information submitted to any applicable apprenticeship program. Within 60 days after concluding work pursuant to this Agreement, Contractor and each of its subcontractors shall submit to City a verified statement of the journeyman and apprentice hours performed under this Agreement. 9. Contractor shall not perform Work with any Subcontractor that has been debarred or suspended pursuant to California Labor Code Section 1777.1 or any other federal or state law providing for the debarment of contractors from public works. Contractor and subcontractors shall not be debarred or suspended throughout the duration of this Contract pursuant to Labor Code Section 1777.1 or any other federal or state law providing for the debarment of contractors from public works. If Contractor or any subcontractor becomes debarred or suspended during the duration of the project, Contractor shall immediately notify City. 10. Contractor acknowledges that eight hours labor constitutes a legal day's work. Contractor shall comply with and be bound by Labor Code Section 1810. Contractor shall comply with and be bound by the provisions of Labor Code Section 1813 concerning penalties for workers who work excess hours. Contractor shall, as a penalty to City, forfeit $25.00 for each worker employed in the performance of this Agreement by Contractor or by any subcontractor for each calendar day during which such worker is required or permitted to work more than eight hours in any one calendar day and 40 hours in any one calendar week in violation of the provisions of Division 2, Part 7, Chapter 1, Article 3 of the Labor Code. Pursuant to Labor Code sSection 1815, work performed by employees of Contractor in excess of eight hours per day, and 40 hours during any one week shall be permitted upon public work upon compensation for all hours worked in excess of eight hours per day at not less than one and one-half times the basic rate of pay. 11. California Labor Code Sections 1860 and 3700 provide that every employer will be required to secure the payment of compensation to its employees. In accordance with the provisions of California Labor Code Section 1861, Contractor hereby certifies as follows: "I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for workers' compensation or to undertake self-insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract." 71 of76 June 15, 2021, Item #14ATTACHMENT 1 12. For every subcontractor who will perform work on the project, Contractor shall be responsible for such subcontractor's compliance with Chapter 1 and Labor Code Sections 1860 and 3700, and Contractor shall include in the written contract between it and each subcontractor a copy of those statutory provisions and a requirement that each subcontractor shall comply with those statutory provisions. Contractor shall be required to take all actions necessary to enforce such contractual provisions and ensure subcontractor's compliance, including without limitation, conducting a periodic review of the certified payroll records of the subcontractor and upon becoming aware of the failure of the subcontractor to pay his or her workers the specified prevailing rate of wages. Contractor shall diligently take corrective action to halt or rectify any failure. 13. To the maximum extent permitted by law, Contractor shall indemnify, hold harmless and defend (at Contractor's expense with counsel reasonably acceptable to City) City, its officials, officers, employees, agents and independent contractors serving in the role of City officials, and volunteers from and against any demand or claim for damages, compensation, fines, penalties or other amounts arising out of or incidental to any acts or omissions listed above by any person or entity (including Contractor, its subcontractors, and each of their officials, officers, employees and agents) in connection with any work undertaken or in connection with the Agreement, including without limitation the payment of all consequential damages, attorneys' fees, and other related costs and expenses. All duties of Contractor under this Section shall survive the termination of the Agreement. 72 of76 June 15, 2021, Item #14ATTACHMENT 2 SIEMENS City of Seal Beach Traffic Signal Maintenance Services Project Cost Schedule I. Routine Maintenance Item Descriotion Unit Ouantitv Monthly Traffic Signal Maintenance EA 22 Monthly Flash Beacon Maintenance EA 5 II. Direct Labor Rates Item Descriotion Unit Re2ular Time Operations Superintendent HR $70.00 Foreman HR $120.00 Traffic Signal Technician HR $115.00 Streetlight Technician HR $105.00 Utility Technician HR $115.00 Groundsman HR $100.00 Lab Technician HR $85.00 Engineering/Systems Technician HR $120.00 Regular time hours are Monday-Friday 7:30AM-4:30PM (excluding Holidays) Overtime hours are Monday to Friday 4:30PM-07:30AM, Weekends and Holidays Ill. Equipment Rates Item Descrintlon Unit Rate Service Truck HR $25.00 Bucket Truck HR $28.00 Crane Truck HR $55.00 Towable Air Compressor HR $5.00 Towable Arrow Board HR $5.00 IV. Extraordinary Maintenance Item Description Unit Unit Price Underground Services Alert (USA) Locate/Markout Services HR $132.12 Install 6' Dia Circular Type E Loop (1-4 loops) EA $500.83 Install 6' Dia Circular Type E Loop (5 or More loops) EA $427.43 Cabinet Testing EA $880.83 V. Material Item Description Unit Unit Price Material Mark-up will be Invoice Cost Plus 15% 73 of76 Unit Price $75.50 $35.00 Overtime $70.00 $150.00 $140.00 $124.00 $140.00 $140.00 $85.00 $150.00 Total Price Annual Total $1,661.00 $19,932.00 $175.00 $2,100.00 Total $22,032.00 Premium Time $70.00 $178.00 $167.00 $143.00 $167.00 $140.00 $85.00 $178.00 June 15, 2021, Item #14EXHIBIT "B" Cal Gov Code§ 7522.56 Deering's California Codes are current through all 1016 chapters of the 2018 Regular Session and the November 6, 2018 Ballot Measures. Deering's California Codes Annotated> GOVERNMENT CODE> Title 1 General> Division 7 Miscellaneous > Chapter 21 Public Pension and Retirement Plans > Article 4 California Public Employees' Pension Reform Act of 2013 § 7522.56. Provisions applicable to person receiving pension benefit from public retirement system; Section supersedes conflicting provisions (a)This section shall apply to any person who is receiving a pension benefit from a public retirement system and shall supersede any other provision in conflict with this section. (b) A retired person shall not serve, be employed by, or be employed through a contract directly by, a public employer in the same public retirement system from which the retiree receives the benefit without reinstatement from retirement, except as permitted by this section. ( c) A person who retires from a public employer may serve without reinstatement from retirement or loss or interruption of benefits provided by the retirement system upon appointment by the appointing power of a public employer either during an emergency to prevent stoppage of public business or because the retired person has skills needed to perform work of limited duration. ( d)Appointments of the person authorized under this section shall not exceed a total for all employers in that public retirement system of 960 hours or other equivalent limit, in a calendar or fiscal year, depending on the administrator of the system. The rate of pay for the employment shall not be less than the minimum, nor exceed the maximum, paid by the employer to other employees performing comparable duties, divided by 173.333 to equal an hourly rate. A retired person whose employment without reinstatement is authorized by this section shall acquire no service credit or retirement rights under this section with respect to the employment unless he or she reinstates from retirement. (e) 74 of76 (l)Notwithstanding subdivision ( c ), any retired person shall not be eligible to serve or be employed by a public employer if, during the 12-month period prior to an appointment described in this section, the retired person received any unemployment insurance compensation arising out of prior employment subject to this section with June 15, 2021, Item #14a public employer. A retiree shall certify in writing to the employer upon accepting an offer of employment that he or she is in compliance with this requirement. (2)A retired person who accepts an appointment after receiving unemployment insurance compensation as described in this subdivision shall terminate that employment on the last day of the current pay period and shall not be eligible for reappointment subject to this section for a period of 12 months following the last day of employment. (f)A retired person shall not be eligible to be employed pursuant to this section for a period of 180 days following the date of retirement unless he or she meets one of the following conditions: 75 of 76 (l)The employer certifies the nature of the employment and that the appointment is necessary to fill a critically needed position before 180 days have passed and the appointment has been approved by the governing body of the employer in a public meeting. The appointment may not be placed on a consent calendar. (2) (A)Except as otherwise provided in this paragraph, for state employees, the state employer certifies the nature of the employment and that the appointment is necessary to fill a critically needed state employment position before 180 days have passed and the appointment has been approved by the Department of Human Resources. The department may establish a process to delegate appointing authority to individual state agencies, but shall audit the process to determine if abuses of the system occur. If necessary, the department may assume an agency's appointing authority for retired workers and may charge the department an appropriate amount for administering that authority. (B)F or legislative employees, the Senate Committee on Rules or the Assembly Rules Committee certifies the nature of the employment and that the appointment is necessary to fill a critically needed position before 180 days have passed and approves the appointment in a public meeting. The appointment may not be placed on a consent calendar. (C)For employees of the California State University, the Trustees of the California State University certifies the nature of the employment and that the appointment is necessary to fill a critically needed position before 180 days have passed and approves the appointment in a public meeting. The appointment may not be placed on a consent calendar. (3)The retiree is eligible to participate in the Faculty Early Retirement Program pursuant to a collective bargaining agreement with the California State University that existed prior to January 1, 2013, or has been included in subsequent agreements. ( 4)The retiree is a public safety officer or firefighter hired to perform a function or functions regularly performed by a public safety officer or firefighter. June 15, 2021, Item #14(g)A retired person who accepted a retirement incentive upon retirement shall not be eligible to be employed pursuant to this section for a period of 180 days following the date of retirement and subdivision (f) shall not apply. (h)This section shall not apply to a person who is retired from the State Teachers' Retirement System, and who is subject to Section 24214, 24214.5 or 26812 of the Education Code. (i)This section shall not apply to (1) a subordinate judicial officer whose position, upon retirement, is converted to a judgeship pursuant to Section 69615, and he or she returns to work in the converted position, and the employer is a trial court, or (2) a retiree of the Judges' Retirement System or the Judges' Retirement System 11 who is assigned to serve in a court pursuant to Section 68543.5. History Added Stats 2012 ch 296 § 15 (AB 340), effective January 1, 2013. Amended Stats 2013 ch 528 § 11 (SB 13), effective October 4, 2013 (ch 528 prevails); ch 76 § 75 (AB 383), effective January 1, 2013; Stats 2014 ch 238 § 1 (AB 2476), effective January 1, 2015. Annotations Notes Amendments: Note-Amendments: 2013 Amendment: Substituted (1) "have passed" for "has passed" in the first sentence of subds (f)(l) and (f)(2); (2) "or firefighter hired to perform a function or functions regularly performed by a public safety officer or firefighter" for "of firefighter" in subd (f)( 4); and (3) "Judges' Retirement System" for "Judges' Retirement System I" in subd (i). 76 of76