Loading...
HomeMy WebLinkAboutReso 165-2018 (18-557)City of South San Francisco P.O. Box 711 (City Hall, 400 Grand Avenue) South San Francisco, CA City Council Resolution: RES 165 -2018 File Number: 18 -557 Enactment Number: RES 165 -2018 RESOLUTION APPROVING A CONSULTANT SERVICES AGREEMENT WITH KIMLEY -HORN AND ASSOCIATES OF OAKLAND, CALIFORNIA FOR THE ADAPTIVE TRAFFIC CONTROL SYSTEM PROJECT (PROJECT NO. TR1901) IN AN AMOUNT NOT TO EXCEED $1,996,900 FOR A TOTAL BUDGET OF $2,500,000. WHEREAS, to help relieve congested corridors throughout the City, it is proposed to implement a citywide adaptive traffic control system (ATCS); and WHEREAS, the proposed ATCS is a demand responsive system that will optimize roadway network performance, select the optimal signal cycle length, distribute signal phase times in an equitable fashion, manage the length of vehicular queues, and actively adapt to changing traffic conditions; and WHEREAS, during peak commute periods, traffic on major thoroughfares within the City experience heavy congestion and long delays; and WHEREAS, the majority of commuters entering and exiting the biotech industrial areas east of US Highway 101 use Oyster Point Boulevard; and WHEREAS, the City has decided to prioritize this ATCS deployment to the east of US Highway 101 as Phase I; and WHEREAS, subsequent phases will address additional streets west of US Highway 101 thereby optimizing traffic operations of the entire City; and WHEREAS, ATCS will optimize signal timing to balance performance benefits for safety and efficiency and ultimately provide long -term benefits in addressing overall traffic congestion; and WHEREAS, staff issued a Request for Proposal (RFP) on October 24, 2017 on the eBidboard website; and WHEREAS, final proposals were received on the due date of December 15, 2018 from three firms: Kimley -Horn and Associates, Intelight, and Western Pacific; and WHEREAS, based on the qualifications submitted and the interviews, the Kimley -Horn and Associates system scored the highest and demonstrated highest value through best design and implementation expertise City of South San Francisco Page 1 File Number., 18 -557 to complete this complex project; and Enactment Number. RES 165 -2018 WHEREAS, Kimley -Horn and Associates of Oakland, California submitted a total proposal costs in the amount of $1,996,900; and NOW, THEREFORE, BE IT RESOLVED, by the City Council of the City of South San Francisco that the City Council hereby awards a consultant services agreement, a draft of which is attached hereto as Exhibit A, for the Adaptive Traffic Control System Project to Kimley -Horn and Associates of Oakland, California, in an amount not to exceed $1,996,900 conditioned on Kimley -Horn and Associates timely execution of the Project contract and submission of all required documents, including but not limited to, certificates of insurance and endorsement, in accordance with the Project documents. BE IT FURTHER RESOLVED the City Council authorizes a total Project construction budget of $2,500,000 and authorizes the City Manager to utilize unspent amount of the total Project, if necessary, towards additional construction contingency budget. BE IT FURTHER RESOLVED the City Council authorizes the Finance Department to establish the Project Budget consistent with the information contained in the staff report. BE IT FURTHER RESOLVED that the City Manager is hereby authorized to execute the agreement and any other related documents on behalf of the City upon timely submission by Kimley -Horn and Associates of the signed contract and all other documents, subject to approval by the City Attorney. BE IT FURTHER RESOLVED that the City Council authorizes the City Manager to take any other related actions consistent with the intention of the resolution. At a meeting of the City Council on 9/26/2018, a motion was made by Pradeep Gupta, seconded by Mark Addiego, that this Resolution be approved. The motion passed. Yes: 5 Mayor Normandy, Mayor Pro Tem Matsumoto, Councilmember Garbarino, Councilmember-6�pta, and Councilmember Addiego Attest by City of South San Francisco Page 2 Consulting Services Agreement between [Rev:11.14.2016] 10/1/2018 City of South San Francisco and Kimley-Horn and Associates Page 1 of 16 CONSULTING SERVICES AGREEMENT BETWEEN THE CITY OF SOUTH SAN FRANCISCO AND KIMLEY-HORN AND ASSOCIATES THIS AGREEMENT for consulting services is made by and between the City of South San Francisco (“City”) and Kimley-Horn and Associates (“Consultant”) (together sometimes referred to as the “Parties”) as of October 1, 2018 (the “Effective Date”). Section 1. SERVICES. Subject to the terms and conditions set forth in this Agreement, Consultant shall provide to City the services described in the Scope of Work attached as Exhibit A, attached hereto and incorporated herein, at the time and place and in the manner specified therein. In the event of a conflict in or inconsistency between the terms of this Agreement and Exhibit A, the Agreement shall prevail. 1.1 Term of Services. The term of this Agreement shall begin on the Effective Date and shall end on June 30, 2019, the date of completion specified in Exhibit A, and Consultant shall complete the work described in Exhibit A prior to that date, unless the term of the Agreement is otherwise terminated or extended, as provided for in Section 8. The time provided to Consultant to complete the services required by this Agreement shall not affect the City’s right to terminate the Agreement, as provided for in Section 8. 1.2 Standard of Performance. Consultant shall perform all services required pursuant to this Agreement in the manner and according to the standards observed by a competent practitioner of the profession in which Consultant is engaged in the g eographical area in which Consultant practices its profession. Consultant shall prepare all work products required by this Agreement in a substantial, first -class manner and shall conform to the standards of quality normally observed by a person practicing in Consultant's profession. 1.3 Assignment of Personnel. Consultant shall assign only competent personnel to perform services pursuant to this Agreement. In the event that City, in its sole discretion, at any time during the term of this Agreement, des ires the reassignment of any such persons, Consultant shall, immediately upon receiving notice from City of such desire of City, reassign such person or persons. 1.4 Time. Consultant shall devote such time to the performance of services pursuant to this Agreement as may be reasonably necessary to meet the standard of performance provided in Sections 1.1 and 1.2 above and to satisfy Consultant’s obligations hereunder. Section 2. COMPENSATION. City hereby agrees to pay Consultant a sum not to exceed $1,996,900, notwithstanding any contrary indications that may be contained in Consultant’s proposal, for services to be performed and reimbursable costs incurred under this Agreement. In the event of a conflict between this Agreement and Consultant’s proposal, attached as Exhibit A, or Consultant’s compensation schedule attached as Exhibit B, regarding the amount of compensation, the Agreement shall prevail. City shall pay Consultant for services rendered pursuant to this Agreement at the time and i n the manner set forth herein. The payments specified below shall be the only payments from City to Consultant for services Consulting Services Agreement between [Rev:11.14.2016] 10/1/2018 City of South San Francisco and Kimley-Horn and Associates Page 2 of 16 rendered pursuant to this Agreement. Consultant shall submit all invoices to City in the manner specified herein. Except as specifically authorized by City, Consultant shall not bill City for duplicate services performed by more than one person. Consultant and City acknowledge and agree that compensation paid by City to Consultant under this Agreement is based upon Consultant’s estimated costs of providing the services required hereunder, including salaries and benefits of employees and subcontractors of Consultant. Consequently, the parties further agree that compensation hereunder is intended to include the costs of contributions to any pensions and/or annuities to which Consultant and its employees, agents, and subcontractors may be eligible. City therefore has no responsibility for such contributions beyond compensation required under this Agreement. 2.1 Invoices. Consultant shall submit invoices, not more often than once per month during the term of this Agreement, based on the cost for services performed and reimbursable costs incurred prior to the invoice date. Invoices shall contain the following information:  Serial identifications of progress bills (i.e., Progress Bill No. 1 for the first invoice, etc.);  The beginning and ending dates of the billing period;  A task summary containing the original contract amount, the amount of prior billings, the total due this period, the balance available under the Agreement, and the percentage of completion;  At City’s option, for each work item in each task, a copy of the applicable time entries or time sheets shall be submitted showing the name of the person doing the work, the hours spent by each person, a brief description of the work, and each reimbursable expense;  The total number of hours of work performed under the Agreement by Consultant and each employee, agent, and subcontractor of Consultant performing services hereunder, as well as a separate notice when the total number of hours of work by Consultant and any individual employee, agent, or subcontractor of Consultant reaches or exceeds eight hundred (800) hours, which shall include an estimate of the time necessary to complete the work described in Exhibit A;  The amount and purpose of actual expenditures for which reimbursement is sought;  The Consultant’s signature. 2.2 Monthly Payment. City shall make monthly payments, based on invoices received, for services satisfactorily performed, and for authorized reimbursable costs incurred. City shall have thirty (30) days from the receipt of an invoice that complies with all of the requirements above to pay Consultant. City shall have no obligation to pay invoices submitted ninety (90) days past the performance of work or incurrence of cost. Consulting Services Agreement between [Rev:11.14.2016] 10/1/2018 City of South San Francisco and Kimley-Horn and Associates Page 3 of 16 2.3 Final Payment. City shall pay the last ten percent (10%) of the total sum due pursuant to this Agreement within sixty (60) days after completion of the services and submittal to City of a final invoice, if all services required have been satisfactorily performed. 2.4 Total Payment. City shall pay for the services to be rendered by Consultant pursuant to this Agreement. City shall not pay any additional sum for any expense or cost wh atsoever incurred by Consultant in rendering services pursuant to this Agreement. City shall make no payment for any extra, further, or additional service pursuant to this Agreement. In no event shall Consultant submit any invoice for an amount in excess of the maximum amount of compensation provided above either for a task or for the entire Agreement, unless the Agreement is modified prior to the submission of such an invoice by a properly executed change order or amendment. 2.5 Hourly Fees. Fees for work performed by Consultant on an hourly basis shall not exceed the amounts shown on the compensation schedule attached hereto and incorporated herein as Exhibit B. 2.6 Reimbursable Expenses. The following constitute reimbursable expenses authorized by this Agreement: Licenses, permits, fees, special graphics, plan reproduction, document printing, and other miscellaneous expenses necessitated by the project will be charged. Reimbursable expenses shall not exceed $1,996,900. Expenses not listed above are not chargeable to City. Reimbursable expenses are included in the total amount of compensation provided under Section 2 of this Agreement that shall not be exceeded. 2.7 Payment of Taxes, Tax Withholding. Consultant is solely responsible for the payment of employment taxes incurred under this Agreement and any similar federal or state taxes. To be exempt from tax withholding, Consultant must provide City with a valid California Franchise Tax Board form 590 (“Form 590”), as may be amended and such Form 590 shall be attached hereto and incorporated herein as Exhibit D. Unless Consultant provides City with a valid Form 590 or other valid, written evidence of an exemption or waiver from withholding, City may withhold California taxes from payments to Consultant as required by law. Consultant shall obtain, and maintain on file for three (3) years after the termination of this Agreement, Form 590s (or other written evidence of exemptions or waivers) from all subcontractors. Consultant accepts sole responsibility for withholding taxes from any non - California resident subcontractor and shall submit written documentation of complian ce with Consultant’s withholding duty to City upon request. . 2.8 Payment upon Termination. In the event that the City or Consultant terminates this Agreement pursuant to Section 8, the City shall compensate the Consultant for all outstanding costs and reimbursable expenses incurred for work satisfactorily completed as of the date of written notice of termination. Consultant shall maintain adequate logs and timesheets in order to verify costs incurred to that date. Consulting Services Agreement between [Rev:11.14.2016] 10/1/2018 City of South San Francisco and Kimley-Horn and Associates Page 4 of 16 2.9 Authorization to Perform Services. The Consultant is not authorized to perform any services or incur any costs whatsoever under the terms of this Agreement until receipt of authorization from the Contract Administrator. 2.10 Prevailing Wage. Where applicable, the wages to be paid for a day's work to all classes of laborers, workmen, or mechanics on the work contemplated by this Agreement, shall be not less than the prevailing rate for a day’s work in the same trade or occupation in the locality within the state where the work hereby contemplates to be performed as determined by the Director of Industrial Relations pursuant to the Director’s authority under Labor Code Section 1770, et seq. Each laborer, worker or mechanic employed by Consultant or by any subcontractor shall receive the wages herein provided for. The Consultant shall pay two hundred dollars ($200), or whatever amount may be set by Labor Code Section 1775, as may be amended, per day penalty for each worker paid less than prevailing rate of per diem wages. The difference between the prevailing rate of per diem wages and the wage paid to each worker shall be paid by the C onsultant to each worker. An error on the part of an awarding body does not relieve the Consultant from responsibility for payment of the prevailing rate of per diem wages and penalties pursuant to Labor Code Sections 1770 1775. The City will not recognize any claim for additional compensation because of the payment by the Consultant for any wage rate in excess of prevailing wage rate set forth. The possibility of wage increases is one of the elements to be considered by the Consultant. a. Posting of Schedule of Prevailing Wage Rates and Deductions. If the schedule of prevailing wage rates is not attached hereto pursuant to Labor Code Section 1773.2, th e Consultant shall post at appropriate conspicuous points at the site of the project a schedule showing all determined prevailing wage rates for the various classes of laborers and mechanics to be engaged in work on the project under this contract and all deductions, if any, required by law to be made from unpaid wages actually earned by the laborers and mechanics so engaged. b. Payroll Records. Each Consultant and subcontractor shall keep an accurate payroll record, showing the name, address, social security number, work week, and the actual per diem wages paid to each journeyman, apprentice, worker, or other employee employed by the Consultant in connection with the public work. Such records shall be certified and submitted weekly as required by Labor Code Section 1776.” Section 3. FACILITIES AND EQUIPMENT. Except as set forth herein, Consultant shall, at its sole cost and expense, provide all facilities and equipment that may be necessary to perform the services required by this Agreement. City shall make available to Consultant only the facilities and equipment listed in this section, and only under the terms and conditions set forth herein. City shall furnish physical facilities such as desks, filing cabinets, and conference space, as may be reasonably necessary for Consultant’s use while consulting with City employees and reviewing records and Consulting Services Agreement between [Rev:11.14.2016] 10/1/2018 City of South San Francisco and Kimley-Horn and Associates Page 5 of 16 the information in possession of the City. The location, quantity, and time of furnishing those facilities shall be in the sole discretion of City. In no event shall City be obligated to furnish any facility that may involve incurring any direct expense, including but not limited to computer, long -distance telephone or other communication charges, vehicles, and reproduction facilities. Section 4. INSURANCE REQUIREMENTS. Before beginning any work under this Agreement, Consultant, at its own cost and expense, unless otherwise specified below, shall procure the types and amounts of insurance listed below against claims for injuries to persons or damages to p roperty that may arise from or in connection with the performance of the work hereunder by the Consultant and its agents, representatives, employees, and subcontractors. Consistent with the following provisions, Consultant shall provide Certificates of Insurance, attached hereto and incorporated herein as Exhibit C, indicating that Consultant has obtained or currently maintains insurance that meets the requirements of this section and under forms of insurance satisfactory, in all respects, to the City. Consultant shall maintain the insurance policies required by this section throughout the term of this Agreement. The cost of such insurance shall be included in the Consultant's bid. Consultant shall not allow any subcontractor to commence work on any subcontract until Consultant has obtained all insurance required herein for the subcontractor(s). 4.1 Workers’ Compensation. Consultant shall, at its sole cost and expense, maintain Statutory Workers’ Compensation Insurance and Employer’s Liability Insurance for any and all persons employed directly or indirectly by Consultant. The Statutory Workers’ Compensation Insurance and Employer’s Liability Insurance shall be provided with limits of not less than ONE MILLION DOLLARS ($1,000,000) per accident. In the alternative, Consultant may rely on a self-insurance program to meet those requirements, but only if the program of self-insurance complies fully with the provisions of the California Labor Code. Determination of whether a self-insurance program meets the standards of the Labor Code shall be solely in the discretion of the Contract Administrator (as defined in Section 10.9). The insurer, if insurance is provided, or the Consultant, if a program of self - insurance is provided, shall waive all rights of subro gation against the City and its officers, officials, employees, and volunteers for loss arising from work performed under this Agreement. 4.2 Commercial General and Automobile Liability Insurance. 4.2.1 General requirements. Consultant, at its own cost and expense, shall maintain commercial general and automobile liability insurance for the term of this Agreement in an amount not less than ONE MILLION DOLLARS ($1,000,000.00) per occurrence, combined single limit coverage for risks associated with the w ork contemplated by this Agreement. If a Commercial General Liability Insurance or an Automobile Liability form or other form with a general aggregate limit is used, either the general aggregate limit shall apply separately to the work to be performed under this Agreement or the general aggregate limit shall be at least twice the required occurrence limit. Such coverage shall include but shall not be limited to, protection against claims arising from bodily and personal injury, including death resulting there from, and damage to property resulting from Consulting Services Agreement between [Rev:11.14.2016] 10/1/2018 City of South San Francisco and Kimley-Horn and Associates Page 6 of 16 activities contemplated under this Agreement, including the use of owned and non - owned automobiles. 4.2.2 Minimum scope of coverage. Commercial general coverage shall be at least as broad as Insurance Services Office Commercial General Liability occurrence form CG 0001 or GL 0002 (most recent editions) covering comprehensive General Liability and Insurance Services Office form number GL 0404 covering Broad Form Comprehensive General Liability. Automobile coverage shall be at least as broad as Insurance Services Office Automobile Liability form CA 0001 (ed. 12/90) Code 8 and 9. No endorsement shall be attached limiting the coverage. 4.2.3 Additional requirements. Each of the following shall be included in the insurance coverage or added as a certified endorsement to the policy: a. The insurance shall cover on an occurrence or an accident basis, and not on a claims-made basis. b. Any failure of Consultant to comply with reporting provisions of the policy shall not affect coverage provided to City and its officers, employees, agents, and volunteers. 4.3 Professional Liability Insurance. 4.3.1 General requirements. Consultant, at its own cost and expense, shall maintain for the period covered by this Agreement professional liability insurance for licensed professionals performing work pursuant to this Agreement in an amount not less than ONE MILLION DOLLARS ($1,000,000) covering the licensed professionals’ errors and omissions. Any deductible or self -insured retention shall not exceed ONE HUNDRED FIFTY THOUSAND DOLLARS $150,000 per claim. 4.3.2 Claims-made limitations. The following provisions shall apply if the professional liability coverage is written on a claims-made form: a. The retroactive date of the policy must be shown and must be before the date of the Agreement. b. Insurance must be maintained and evidence of insurance must be provided for at least five (5) years after completion of the Agreement or the work, so long as commercially available at reasonable rates. c. If coverage is canceled or not renewed and it is not replaced with another claims-made policy form with a retroactive date that precedes the date of this Agreement, Consultant must provide extended reporting coverage for a minimum of five (5) years after completion of the Agreement or the work. The City shall have the right to exercise, at the Consultant’s sole cost and Consulting Services Agreement between [Rev:11.14.2016] 10/1/2018 City of South San Francisco and Kimley-Horn and Associates Page 7 of 16 expense, any extended reporting provisions of the policy, if the Consultant cancels or does not renew the coverage. d. A copy of the claim reporting requirements must be submitted to the City prior to the commencement of any work under this Agreement. 4.4 All Policies Requirements. 4.4.1 Acceptability of insurers. All insurance required by this section is to be placed with insurers with a Bests' rating of no less than A:VII. 4.4.2 Verification of coverage. Prior to beginning any work under this Agreement, Consultant shall furnish City with complete copies of all policies delivered to Consultant by the insurer, including complete copies of all endorsements attached to those policies. All copies of policies and certified endorsements shall show the signature of a person authorized by that insurer to bind coverage on its behalf. If the City does not receive the required insurance documents prior to the Consultant beginning work, it shall not waive the Consultant’s obligation to provide them. The City reserves the right to require complete copies of all required insurance policies at any time. 4.4.3 Notice of Reduction in or Cancellation of Coverage. A certified endorsement shall be attached to all insurance obtained pursuant to this Agreement stating that coverage shall not be suspended, voided, canceled by either party, or reduced in coverage or in limits, except after thirty (30) days' prior written notice by certified mail, return receipt requested, has been given to the City. In the event that any coverage required by this section is reduced, limited, cancelled, or materially affected in any other manner, Consultant shall provide written notice to City at Consultant’s earliest possible opportunity and in no case later than ten (10) working days after Consultant is notified of the change in coverage. 4.4.4 Additional insured; primary insurance. City and its officers, employees, agents, and volunteers shall be covered as additional insureds with respect to each of the following: liability arising out of activities performed by or on behalf of Consultant, including the insured’s general supervision of Consultant; products and completed operations of Consultant, as applicable; premises owned, occupied, or used by Consultant; and automobiles owned, leased, or used by the Consultant in the course of providing services pursuant to this Agreement. The coverage shall contain no special limitations on the scope of protection afforded to City or its officers, employees, agents, or volunteers. A certified endorsement must be attached to all policies stating that coverage is primary insurance with respect to the City and its officers, officials, employees and volunteers, and that no insurance or self-insurance maintained by the City shall be called upon to contribute to a loss under the coverage. Consulting Services Agreement between [Rev:11.14.2016] 10/1/2018 City of South San Francisco and Kimley-Horn and Associates Page 8 of 16 4.4.5 Deductibles and Self-Insured Retentions. Consultant shall disclose to and obtain the approval of City for the self-insured retentions and deductibles before beginning any of the services or work called for by any term of this Agreement. Further, if the Consultant’s insurance policy includes a self-insured retention that must be paid by a named insured as a precondition of the insurer’s liability, or which has the effect of providing that payments of the self-insured retention by others, including additional insureds or insurers do not serve to satisfy the self- insured retention, such provisions must be modified by special endorsement so as to not apply to the additional insured coverage required by this agreement so as to not prevent any of the parties to this agreement from satisfying or paying the self - insured retention required to be paid as a precondition to the insurer’s liability. Additionally, the certificates of insurance must note whether the policy does or does not include any self-insured retention and also must disclose the deductible. During the period covered by this Agreement, only upon the prior express written authorization of Contract Administrator, Consultant may increase such deductibles or self-insured retentions with respect to City, its officers, employees, agents, and volunteers. The Contract Administrator may condition approval of an increase in deductible or self-insured retention levels with a requirement that Consultant procure a bond, guaranteeing payment of losses and related investigations, claim administration, and defense expenses that is satisfactory in all respects to each of them. 4.4.6 Subcontractors. Consultant shall include all subcontractors as insureds under its policies or shall furnish separate certificates and certified endorsements for each subcontractor. All coverages for subcontractors shall be subject to all of the requirements stated herein. 4.4.7 Wasting Policy. No insurance policy required by Section 4 shall include a “wasting” policy limit. 4.4.8 Variation. The City may approve a variation in the foregoing insurance requirements, upon a determination that the coverage, scope, limits, and forms of such insurance are either not commercially available, or that the City’s interests are otherwise fully protected. 4.5 Remedies. In addition to any other remedies City may have if Consultant fails to provide or maintain any insurance policies or policy endorsements to the extent and within the time herein required, City may, at its sole option exercise any of the following remedies, which are alternatives to other remedies City may have and are not the exclusive remedy for Consultant’s breach: a. Obtain such insurance and deduct and retain the amount of the premiums for such insurance from any sums due under the Agreement; Consulting Services Agreement between [Rev:11.14.2016] 10/1/2018 City of South San Francisco and Kimley-Horn and Associates Page 9 of 16 b. Order Consultant to stop work under this Agreement or withhold any payment that becomes due to Consultant hereunder, or both stop work and withhold any payment, until Consultant demonstrates compliance with the requirements hereof; and/or c. Terminate this Agreement. Section 5. INDEMNIFICATION AND CONSULTANT’S RESPONSIBILITIES. To the fullest extent permitted by law, Consultant shall indemnify, defend with counsel selected by the City, and hold harmless the City and its officials, officers, employees, agents, and volunteers from and against any and all los ses, liability, claims, suits, actions, damages, and causes of action arising out of any personal injury, bodily injury, loss of life, or damage to property, or any violation of any federal, state, or municipal law or ordinance, to the extent caused, in whole or in part, by the willful misconduct or negligent acts or omissions of Consultant or its employees, subcontractors, or agents, by acts for which they could be held strictly liable, or by the quality or character of their work. The foregoing obligatio n of Consultant shall not apply when (1) the injury, loss of life, damage to property, or violation of law arises wholly from the gross negligence or willful misconduct of the City or its officers, employees, agents, or volunteers and (2) the actions of Consultant or its employees, subcontractor, or agents have contributed in no part to the injury, loss of life, damage to property, or violation of law. It is understood that the duty of Consultant to indemnify and hold harmless includes the duty to defend as set forth in Section 2778 of the California Civil Code. Acceptance by City of insurance certificates and endorsements required under this Agreement does not relieve Consultant from liability under this indemnification and hold harmless clause. This ind emnification and hold harmless clause shall apply to any damages or claims for damages whether or not such insurance policies shall have been determined to apply. By execution of this Agreement, Consultant acknowledges and agrees to the provisions of this Section and that it is a material element of consideration. In the event that Consultant or any employee, agent, or subcontractor of Consultant providing services under this Agreement is determined by a court of competent jurisdiction or the California P ublic Employees Retirement System (PERS) to be eligible for enrollment in PERS as an employee of City, Consultant shall indemnify, defend, and hold harmless City for the payment of any employee and/or employer contributions for PERS benefits on behalf of Consultant or its employees, agents, or subcontractors, as well as for the payment of any penalties and interest on such contributions, which would otherwise be the responsibility of City. Section 6. STATUS OF CONSULTANT. 6.1 Independent Contractor. At all times during the term of this Agreement, Consultant shall be an independent contractor and shall not be an employee of City. City shall have the right to control Consultant only insofar as the results of Consultant's services rendered pursuant to this Agreement and assignment of personnel pursuant to Subparagraph 1.3; however, otherwise City shall not have the right to control the means by which Consultant accomplishes services rendered pursuant to this Agreement. Notwithstanding any other City, state, or federal policy, rule, regulation, law, or ordinance to the contrary, Consultant and any of its employees, agents, and subcontractors providing services under this Agreement shall not qualify for or become entitled to, and hereby agree to waive any and Consulting Services Agreement between [Rev:11.14.2016] 10/1/2018 City of South San Francisco and Kimley-Horn and Associates Page 10 of 16 all claims to, any compensation, benefit, or any incident of employment by City, including but not limited to eligibility to enroll in the California Public Employees Retirement System (PERS) as an employee of City and entitlement to any contribution to be paid by City for employer contributions and/or employee contributions for PERS benefits. 6.2 Consultant No Agent. Except as City may specify in writing, Consultant shall have no authority, express or implied, to act on behalf of City in any capacity wha tsoever as an agent or to bind City to any obligation whatsoever. Section 7. LEGAL REQUIREMENTS. 7.1 Governing Law. The laws of the State of California shall govern this Agreement. 7.2 Compliance with Applicable Laws. Consultant and any subcontractors shall comply with all laws applicable to the performance of the work hereunder. 7.3 Other Governmental Regulations. To the extent that this Agreement may be funded by fiscal assistance from another governmental entity, Consultant and any subcontractor s shall comply with all applicable rules and regulations to which City is bound by the terms of such fiscal assistance program. 7.4 Licenses and Permits. Consultant represents and warrants to City that Consultant and its employees, agents, and any subcontractors have all licenses, permits, qualifications, and approvals, including from City, of what-so-ever nature that are legally required to practice their respective professions. Consultant represents and warrants to City that Consultant and its employees, agents, any subcontractors shall, at their sole cost and expense, keep in effect at all times during the term of this Agreement any licenses, permits, and approvals that are legally required to practice their respective professions. In addition to the foregoing, Consultant and any subcontractors shall obtain and maintain during the term of this Agreement valid Business Licenses from City. 7.5 Nondiscrimination and Equal Opportunity. Consultant shall not discriminate, on the basis of a person’s race, religion, color, national origin, age, physical or mental handicap or disability, medical condition, marital status, sex, or sexual orientation, against any employee, applicant for employment, subcontractor, bidder for a subcontract, or participant in, recipient of, or applicant for any services or programs provided by Consultant under this Agreement. Consultant shall comply with all applicable federal, state, and local laws, policies, rules, and requirements related to equal opportunity and nondiscriminati on in employment, contracting, and the provision of any services that are the subject of this Agreement, including but not limited to the satisfaction of any positive obligations required of Consultant thereby. Consultant shall include the provisions of this Subsection in any subcontract approved by the Contract Administrator or this Agreement. Consulting Services Agreement between [Rev:11.14.2016] 10/1/2018 City of South San Francisco and Kimley-Horn and Associates Page 11 of 16 Section 8. TERMINATION AND MODIFICATION. 8.1 Termination. City may cancel this Agreement at any time and without cause upon written notification to Consultant. Consultant may cancel this Agreement for cause upon 30 days’ written notice to City and shall include in such notice the reasons for cancellation. In the event of termination, Consultant shall be entitled to compensation for services performed to the date of notice of termination; City, however, may condition payment of such compensation upon Consultant delivering to City all materials described in Section 9.1. 8.2 Extension. City may, in its sole and exclusive discretion, extend the end date of th is Agreement beyond that provided for in Subsection 1.1. Any such extension shall require a written amendment to this Agreement, as provided for herein. Consultant understands and agrees that, if City grants such an extension, City shall have no obligati on to provide Consultant with compensation beyond the maximum amount provided for in this Agreement. Similarly, unless authorized by the Contract Administrator, City shall have no obligation to reimburse Consultant for any otherwise reimbursable expenses incurred during the extension period. 8.3 Amendments. The parties may amend this Agreement only by a writing signed by all the parties. 8.4 Assignment and Subcontracting. City and Consultant recognize and agree that this Agreement contemplates personal performance by Consultant and is based upon a determination of Consultant’s unique personal competence, experience, and specialized personal knowledge. Moreover, a substantial inducement to City for entering into this Agreement was and is the professional reputation and competence of Consultant. Consultant may not assign this Agreement or any interest therein without the prior written approval of the Contract Administrator. Consultant shall not assign or subcontract any portion of the performance contemplated and provided for herein, other than to the subcontractors noted in the proposal, without prior written approval of the Contract Administrator. 8.5 Survival. All obligations arising prior to the termination of this Agreement and all provisions of this Agreement allocating liability between City and Consultant shall survive the termination of this Agreement. 8.6 Options upon Breach by Consultant. If Consultant materially breaches any of the terms of this Agreement, City’s remedies shall include, but not be limited to, the following: Consulting Services Agreement between [Rev:11.14.2016] 10/1/2018 City of South San Francisco and Kimley-Horn and Associates Page 12 of 16 8.6.1 Immediately terminate the Agreement; 8.6.2 Retain the plans, specifications, drawings, reports, design documents, and any other work product prepared by Consultant pursuant to this Agreement; 8.6.3 Retain a different consultant to complete the work described in Exhibit A not finished by Consultant; or 8.6.4 Charge Consultant the difference between the cost to complete the work described in Exhibit A that is unfinished at the time of breach and the amount that City would have paid Consultant pursuant to Section 2 if Consultant had completed the work. Section 9. KEEPING AND STATUS OF RECORDS. 9.1 Records Created as Part of Consultant’s Performance. All reports, data, maps, models, charts, studies, surveys, photographs, memoranda, plans, studies, specifications, records, files, or any other documents or materials, in electronic or any other form, that Consultant prepares or obtains pursuant to this Agreement and that relate to the matters covered hereunder shall be the property of the City. Consultant hereby agrees to deliver those documents to the City upon termination of the Agreement. It is understood and agreed that the documents and other materials, including but not limited to those described above, prepared pursuant to this Agreement are prepared specifically for the City and are not necessarily suitable for any future or other use. City and Consultant agree that, until final approval by City, all data, plans, specifications, reports and other documents are confidential and will not be released to third parties without prior written consent of both parties unless required by law. 9.2 Consultant’s Books and Records. Consultant shall maintain any and all ledgers, books of account, invoices, vouchers, canceled checks, and other records or documents evidencing or relating to charges for services or expenditures and disbursements charged to the City under this Agreement for a minimum of three (3) years, or for any longer period required by law, from the date of final payment to the Consultant to this Agreement. 9.3 Inspection and Audit of Records. Any records or documents that Section 9.2 of this Agreement requires Consultant to maintain shall be made available for inspection, audit, and/or copying at any time during regular business hours, upon oral or written request of the City. Under California Government Code Section 8546.7, if the amount of public funds expended under this Agreement exceeds TEN THOUSAND DOLLARS ($10,000.00), the Agreement shall be subject to the examination and audit of the State Auditor, at the request of City or as part of any audit of the City, for a period of three (3) years after final payment under the Agreement. 9.4 Records Submitted in Response to an Invitation to Bid or Request for Proposals. All responses to a Request for Proposals (RFP) or invitation to bid issued by the City become Consulting Services Agreement between [Rev:11.14.2016] 10/1/2018 City of South San Francisco and Kimley-Horn and Associates Page 13 of 16 the exclusive property of the City. At such time as the City selects a bid, all proposals received become a matter of public record, and shall be regarded as public records, with the exception of those elements in each proposal that are defined by Consultant and plainly marked as “Confidential,” "Business Secret" or “Trade Secret." The City shall not be liable or in any way responsible for the disclosure of any such proposal or portions thereof, if Consultant has not plainly marked it as a "Trade Secret" or "Business Secret," or if disclosure is required under the Public Records Act. Although the California Public Records Act recognizes that certain confidential trade secret information may be protected from disclosure, the City may not be in a position to establish that the information that a prospective bidder submits is a trade secret. If a request is made for information marked "Trade Secret" or "Business Secret," and the requester takes legal action seeking release of the materials it believes does not constitute trade secret information, by submitting a proposal, Consultant agrees to indemnify, defend and hold harmless the City, its agents and employees, from any judgment, fines, penalties, and award of attorneys fees awarded against the City in favor of the party requesting the information, and any and all costs connected with that defense. This obligation to indemnify survives the City's award of the contract. Consultant agrees that this indemnification survives as long as the trade secret information is in the City's possession, which includes a minimum retention period for such documents. Section 10 MISCELLANEOUS PROVISIONS. 10.1 Attorneys’ Fees. If a party to this Agreement brings any action, including arbitration or an action for declaratory relief, to enforce or interpret the provision of this Agreement, the prevailing party shall be entitled to reasonable attorneys’ fees in addition to any other relief to which that party may be entitled. The court may set such fees in the same action or in a separate action brought for that purpose. 10.2 Venue. In the event that either party brings any action against the other under this Agreement, the parties agree that trial of such action shall be vested exclusively in the state courts of California in the County San Mateo or in the United States District Court for the Northern District of California. 10.3 Severability. If a court of competent jurisdiction finds or rules that any provision of this Agreement is invalid, void, or unenforceable, the provisions of this Agreement not so adjudged shall remain in full force and effect. The invalidity in whole or in part of any provision of this Agreement shall not void or affect the validity of any other provision of this Agreement. 10.4 No Implied Waiver of Breach. The waiver of any breach of a specific provision of this Agreement does not constitute a waiver of any other breach of that term or any other term of this Agreement. Consulting Services Agreement between [Rev:11.14.2016] 10/1/2018 City of South San Francisco and Kimley-Horn and Associates Page 14 of 16 10.5 Successors and Assigns. The provisions of this Agreement shall inure to the benefit of and shall apply to and bind the successors and assigns of the parties. 10.6 Use of Recycled Products. Consultant shall prepare and submit all reports, written studies and other printed material on recycled paper to the extent it is available at equal or less cost than virgin paper. 10.7 Conflict of Interest. Consultant may serve other clients, but none whose activities within the corporate limits of City or whose business, regardless of location, would place Consultant in a “conflict of interest,” as that term is defined in the Political Reform Act, codified at California Government Code Section 81000 et seq. Consultant shall not employ any City official in the work performed pursuant to this Agreement. No officer or employee of City shall have any financial interest in this Agreement that would violate California Government Code Sections 1090 et seq. Consultant hereby warrants that it is not now, nor has it been in the previous twelve (12) months, an employee, agent, appointee, or official of the City. If Consultant was an employee, agent, appointee, or official of the City in the previous twelve (12) months, Consultant warrants that it did not participate in any manner in the forming of this Agreement. Consultant understands that, if this Agreement is made in violation of Government Code §1090 et.seq., the entire Agreement is void and Consultant will not be entitled to any compensation for services performed pursuant to this Agreement, including reimbursement of expenses, and Consultant will be required to reimburse the City for any sums paid to the Consultant. Consultant understands that, in addition to the foregoing, it may be subject to criminal prosecution for a violation of Government Code § 1090 and, if applicable, will be disqualified from holding public office in the State of California. 10.8 Solicitation. Consultant agrees not to solicit business at any meeting, focus group, or interview related to this Agreement, either orally or through any written materials. 10.9 Contract Administration. This Agreement shall be administered by Richard Cho ("Contract Administrator"). All correspondence shall be directe d to or through the Contract Administrator or his or her designee. 10.10 Notices. All notices and other communications which are required or may be given under this Agreement shall be in writing and shall be deemed to have been duly given (i) when received if personally delivered; (ii) when received if transmitted by telecopy, if received during normal business hours on a business day (or if not, the next business day after delivery) provided that such facsimile is legible and that at the time such facsim ile is sent the sending Party receives written confirmation of receipt; (iii) if sent for next day delivery to a domestic address by recognized overnight delivery service (e.g., Federal Express); and (iv) upon receipt, if sent by certified or registered mail, return receipt requested. In each case notice shall be sent to the respective Parties as follows: Consulting Services Agreement between [Rev:11.14.2016] 10/1/2018 City of South San Francisco and Kimley-Horn and Associates Page 15 of 16 Consultant: Kimley-Horn and Associates 1300 Clay Street, Suite 325 Oakland, CA 94612 City: City Clerk City of South San Francisco 400 Grand Avenue South San Francisco, CA 94080 10.11 Professional Seal. Where applicable in the determination of the contract administrator, the first page of a technical report, first page of design specifications, and each page o f construction drawings shall be stamped/sealed and signed by the licensed professional responsible for the report/design preparation. The stamp/seal shall be in a block entitled "Seal and Signature of Registered Professional with report/design responsibility," as in the following example. Seal and Signature of Registered Professional with report/design responsibility. 10.12 Integration. This Agreement, including all Exhibits attached hereto, and incorporated herein, represents the entire and integrated agreement between City and Consultant and supersedes all prior negotiations, representations, or agreements, either written or oral pertaining to the matters herein. 10.13 Counterparts. This Agreement may be executed in counterparts and/or by f acsimile or other electronic means, and when each Party has signed and delivered at least one such counterpart, each counterpart shall be deemed an original, and, when taken together with other signed counterpart, shall constitute one Agreement, which shal l be binding upon and effective as to all Parties.. 10.14 Construction. The headings in this Agreement are for the purpose of reference only and shall not limit or otherwise affect any of the terms of this Agreement. The parties have had an equal opportunity to participate in the drafting of this Agreement; therefore any construction as against the drafting party shall not apply to this Agreement. The Parties have executed this Agreement as of the Effective Date. Consulting Services Agreement between [Rev:11.14.2016] 10/1/2018 City of South San Francisco and Kimley-Horn and Associates Page 16 of 16 CITY OF SOUTH SAN FRANCISCO Consultants ____________________________ _____________________________________ City Manager NAME: TITLE: Attest: _____________________________ City Clerk Approved as to Form: ____________________________ City Attorney 2729962.1 EXHIBIT A SCOPE OF SERVICES GENERAL A general description of the services, tasks, and responsibilities of the Consultant (Kimley-Horn and Associates, Inc.) are as follows: PREAMBLE TO BASIC SERVICES: This project aims to implement the Kadence Adaptive Traffic Signal System at all signalized project intersections (up to 100) owned and operated by the City of South San Francisco. The improvements entail (1) evaluation of existing traffic signal communications network and vehicle detection system, (2) preparation of construction documents for needed upgrade and replacement of existing field elements, (3) deployment of KITS/Kadence system software and hardware, (4) configuration and integration of traffic signal controllers and network switches, (5) post-installation system fine-tuning, (6) training and documentation, and (7) system maintenance and support. RESPONSIBILITIES OF CITY: The City shall provide available traffic signal as-builts, field communications network record drawings, City utility plat maps, intersection right-of-way information, existing traffic signal timing sheets, technical staff knowledgeable of City’s traffic signal/detection equipment and traffic signal communications network to support Kimley-Horn during field investigation tasks. BASIC SERVICES: TASK 1 – PROJECT MANAGEMENT City Staff Coordination: Participate in bi-weekly conference calls with City staff to discuss current action items and schedule-based completion of project design elements. Meeting Agenda and Minutes: Consultant will prepare meeting agenda and meeting minutes for all meetings, including project kick-off meeting, and up to ten (10) in-person meetings at City offices. Project Schedule: Consultant will prepare a detailed project schedule from project initiation through system implementation and turn-on. Schedule will be updated monthly with completed tasks and critical path items clearly identified. Consultant will provide City with a baseline project schedule at the project kick-off meeting. Task 1 Deliverables:  Meeting agendas  Meeting notes  Monthly schedules TASK 2 – BACKGROUND RESEARCH/INFORMATION GATHERING Consultant will request and review available City-furnished relevant existing conditions information including, but not limited to, traffic signal and communications network as-builts, utility and right-of-way mapping, aerial photographs, traffic signal timing sheets, and any other information pertinent to the design and implementation of this project. Consultant will conduct field reconnaissance at relevant traffic signal locations to document existing field elements including communications network equipment and infrastructure, cabinet/controller type, detection type and location, lane configuration, signal phasing, posted speed limits, and visible utilities. Task 2 Deliverables:  Existing Traffic Signal and Communication Network System Inventory Report TASK 3 – COMMUNICATIONS AND DETECTION SYSTEM EVALUATION Consultant will review the existing detection configuration at each project intersection, based upon the information gathered in Task 2, and provide the City a list of recommended modifications to the existing detection system. Kadence requires IP communications from each traffic signal to the Kadence central server. Consultant will review existing traffic signal communications network, and provide the City a list of recommended modifications to the existing communications network. Any communication links that are currently serial will need to be upgraded to IP either through installation of new communications network hardware or installation of new infrastructure. Task 3 Deliverables:  Field notes  Field photos  Memorandum documenting existing conditions and recommended modifications to communications and detection system TASK 4 – PLANS, SPECIFICATIONS, AND ESTIMATE (PS&E) Based on City-approved recommended changes to the existing communications and detection system outlined in Task 3, Consultant will prepare 65% and 95% PS&E submittals for installation of field elements by a construction contractor. Each review cycle is assumed to be three weeks. The 100% PS&E package will be submitted for a final City plan check prior to providing the Final Bid Ready construction documents. 65% PS&E: Consultant will prepare design plans, a construction cost estimate, and technical specifications for installation and/or removal of traffic signal controller and cabinet equipment, and traffic signal communications network equipment. The anticipated breakdown of sheets for the for the 65% plans is as follows:  Title Sheet  General notes sheet  Traffic signal plans  Communications system diagram  Electrical detail sheets 95% PS&E: Based on City’s comments, Consultant will revise the 65% design to produce the 95% PS&E. Consultant will provide 65% comment response matrix, with revised submittal. Consultant will also prepare the 95% technical specifications and construction cost estimate in PDF format. 100% PS&E: Consultant will submit the 100% PS&E to the City for a final plan check review. It is anticipated that any comments resulting from the plan check will be editorial in nature and will be communicated to Consultant via email or discussed over the phone. Final Bid Documents: Consultant will make any necessary revisions to the 100% PS&E to develop the Bid Documents, plans and specifications, and submit to City. Bid documents will have a wet stamp and signature by Consultant’s Project Engineer. Task 4 Deliverables:  65%, 95%, 100%, Plans, Technical Specifications, and Cost Estimate  95%, 100% Comment Resolution Matrix  Final Bid Documents (Plans and Technical Specifications) TASK 5 – DEPLOY KADENCE CENTRAL SYSTEM AND HARDWARE Consultant will purchase central system hardware including Kadence servers, Kadence workstation, database software, and operating system software. Following setup and installation of Kadence hardware, Consultant will deploy KITS central traffic signal system at the City Traffic Management Center (TMC). Consultant will configure all applicable parameters (communications address, signal graphics, arterials, sections, and groups) for all project intersections. Consultant will provide the following:  Kadence ATCS license for all project intersections  KITS license for all project intersections  Two (2) mid-range Dell or HP servers for Kadence/KITS (one application server, one database server)  One (1) mid-range Dell or HP workstation computer with keyboard/mouse  One (1) networking switch suitable for rack-mounting  SQL server license and Microsoft applications necessary for KITS and Kadence operation Consultant will complete workstation setup and installation at the direction of City staff. Prior to delivery of central system hardware, Consultant will provide City’s Project Manager hardware submittals for review and approval. Task 5 Deliverables:  Central system hardware submittals  One copy of SQL server software  One copy of Microsoft Office  Two mid-range Dell or HP 19-inch rack-mount servers  One mid-range Dell or HP workstation computer with keyboard/mouse  One rack-mount network switch  Network Configuration/Setup Memorandum TASK 6 – CONFIGURE, INTEGRATE AND FINE-TUNE KADENCE SIGNALS Following completion of detection and communication field modifications, consultant will purchase, configure, and bench test 2070/ATC traffic signal controllers (with standard 1-year warranty) prior to delivery to the City for installation by the construction contractor. Consultant will input timing plans into the controllers and facilitate controller integration in the field, post- installation. Consultant will purchase, configure, and bench-test communications switches and facilitate communications switch integration in the field, post-installation. Consultant will configure Kadence parameters (TOD schedule, detector to phase assignments, coordination patterns, and phase timings) on new controllers following field installation. Task 6 Deliverables:  Configuration and tuning of Kadence field parameters  Memorandum on Kadence configuration setup TASK 7 – TRAINING AND DOCUMENTATION Consultant will provide classroom and individual KITS/Kadence on-site training for City staff for any number of users/trainee, over two days. Additional training can be requested and provided at any time during the maintenance phase. Consultant will provide a training plan to the City 30 days prior to the scheduled training. The plan will include lesson plans for each course detailing the literature, standard operating procedures, manuals, and test materials that will be used. Task 6 Deliverables:  Training plan  Training materials  Kadence user manual  KITS user manual  Quick start guide TASK 8 – MAINTENANCE AND SUPPORT Consultant will provide five-years of maintenance and support for all KITS/Kadence hardware and software. Support will consist of an “unlimited” number of hours of on-site, web, phone, and email support for five (5) years following system acceptance. KH will provide at minimum one (1) update to Kadence software each maintenance year, and additional updates as determined by KH staff to provide additional functionality to Kadence. Any warranty items and operational deficiencies identified by City staff will be repaired by KH at no additional fee during the maintenance phase. Task 8 Deliverables:  5-year maintenance and support EXHIBIT B COMPENSATION SCHEDULE It e m # De s c r i p t i o n Sc o p e o f W o r k T a s k ( s ) Qu a n t i t y Un i t Un i t P r i c e Ex t e n d e d P r i c e (a ) K H F e e Ex t e n d e d P r i c e (b ) E q u i p m e n t Co s t To t a l E x t e n d e d Pr i c e 1 Pr o j e c t M a n a g e m e n t Ta s k 1 1 LS 50 , 0 0 0 $ 50 , 0 0 0 $ 50 , 0 0 0 $ 2 De t e c t i o n E v a l u a t i o n Ta s k 2 , T a s k 3 10 0 EA 45 5 $ 45 , 5 0 0 $ 45 , 5 0 0 $ 3 Co m m u n i c a t i o n s S y s t e m E v a l u a t i o n Ta s k 2 , T a s k 3 10 0 EA 15 0 $ 15 , 0 0 0 $ 15 , 0 0 0 $ 4 Pl a n s , S p e c i f i c a t i o n s , a n d E s t i m a t e ( P S & E ) Ta s k 4 1 LS 20 0 , 0 0 0 $ 20 0 , 0 0 0 $ 20 0 , 0 0 0 $ 5a Pu r c h a s e a n d C o n f i g u r e K a d e n c e C e n t r a l S y s t e m Ha r d w a r e Ta s k 5 1 LS 50 , 0 0 0 $ 50 , 0 0 0 $ 50 , 0 0 0 $ 5b Pu r c h a s e a n d C o n f i g u r e K a d e n c e C e n t r a l S y s t e m Ha r d w a r e (E q u i p m e n t C o s t ) Ta s k 5 1 LS 27 , 5 0 0 $ - $ 27 , 5 0 0 $ 27 , 5 0 0 $ 6 De p l o y a n d C o n f i g u r e C i t y - w i d e K I T S S o f t w a r e - F R E E Ta s k 5 1 LS - $ - $ - $ 7- 1 Ka d e n c e S o f t w a r e L i c e n s e F e e ( S i g n a l s # 1 - 3 3 ) Ta s k 5 33 EA 3, 8 0 0 $ 12 5 , 4 0 0 $ 12 5 , 4 0 0 $ 7- 2 Ka d e n c e S o f t w a r e L i c e n s e F e e ( S i g n a l s # 3 4 - 1 0 0 ) Ta s k 5 67 EA 1, 9 0 0 $ 12 7 , 3 0 0 $ 12 7 , 3 0 0 $ 8a Pu r c h a s e , C o n f i g u r e , a n d I n t e g r a t e T r a f f i c S i g n a l Co n t r o l l e r s w / D 4 F i r m w a r e Ta s k 6 10 0 EA 2, 2 2 0 $ 22 2 , 0 0 0 $ 22 2 , 0 0 0 $ 8b Pu r c h a s e , C o n f i g u r e , a n d I n t e g r a t e T r a f f i c S i g n a l Co n t r o l l e r s w / D 4 F i r m w a r e ( Eq u i p m e n t C o s t ) Ta s k 6 10 0 EA 2, 9 0 0 $ - $ 29 0 , 0 0 0 $ 29 0 , 0 0 0 $ 9a Pu r c h a s e , C o n f i g u r e , a n d I n t e g r a t e C o m m u n i c a t i o n s Sw i t c h e s Ta s k 6 10 0 EA 1, 0 0 0 $ 10 0 , 0 0 0 $ 10 0 , 0 0 0 $ 9b Pu r c h a s e , C o n f i g u r e , a n d I n t e g r a t e C o m m u n i c a t i o n s Sw i t c h e s ( Eq u i p m e n t C o s t ) Ta s k 6 10 0 EA 1, 8 0 0 $ - $ 18 0 , 0 0 0 $ 18 0 , 0 0 0 $ 10 Co n f i g u r e , C a l i b r a t e , a n d F i n e - t u n e K a d e n c e S i g n a l s Ta s k 6 10 0 EA 4, 2 4 2 $ 42 4 , 2 0 0 $ 42 4 , 2 0 0 $ 11 Tr a i n i n g a n d D o c u m e n t a t i o n Ta s k 7 1 LS 15 , 0 0 0 $ 15 , 0 0 0 $ 15 , 0 0 0 $ 12 Ma i n t e n a n c e a n d S u p p o r t - 5 y e a r s Ta s k 8 5 YR 25 , 0 0 0 $ 12 5 , 0 0 0 $ 12 5 , 0 0 0 $ 1, 4 9 9 , 4 0 0 $ 49 7 , 5 0 0 $ 1, 9 9 6 , 9 0 0 $ No t e s : (a ) F e e s f o r w o r k t h a t w i l l b e c o m p l e t e d b y K i m l e y - H o r n p r o f e s s i o n a l s t a f f - t h i s i n c l u d e s p r o f e s s i o n a l s e r v i c e s , s o f t w a r e l i c e n s e f e e s , a n d o t h e r d i r e c t c o s t s (b ) C o s t o f m a t e r i a l s / e q u i p m e n t t h a t K i m l e y - H o r n w i l l p u r c h a s e f r o m a m a n u f a c t u r e r / d i s t r i b u t o r f o r u s e i m p l e m e n t i n g t h e K a d e n c e a d a p t i v e s y s t e m *C o s t o f i n s t a l l a t i o n o f f i e l d e l e m e n t s w i l l b e d o n e b y a t h i r d - p a r t y c o n s t r u c t i o n c o n t r a c t o r . C o n s t r u c t i o n c o n t r a c t w i l l b e p r o c u r e d a n d a d m i n i s t e r e d b y t h e C i t y . I n s t a l l a i t o n c o s t s w i l l b e d e t e r m i n e d a t t i m e o f c o n t r a c t aw a r d . CO N T R A C T T O T A L EXHIBIT C INSURANCE CERTIFICATES [OPTIONAL] EXHIBIT D FORM 590