Loading...
HomeMy WebLinkAboutC-4483 - Contract for Purchase, Installation, M/RS of Centracs ATMSCentracs Advanced Traffic Management SystemCONTRACT WITH ECONOLITE CONTROL PRODUCTS, INC. FOR PURCHASE, INSTALLATION, MAINTENANCE AND REPAIR SERVICES OF Centracs ATMSCentracs ADVANCED TRAFFIC MANAGEMENT SYSTEM 4.1, THIS CONTRACT is made and entered into as of this day of January, 2010, by and between the CITY OF NEWPORT BEACH, a Municipal Corporation and Charter City ( "City "), and ECONOLITE CONTROL PRODUCTS, INC., a California corporation whose principal place of business is 3360 E. La Palma Ave., Anaheim, CA 92806, ( "Contractor"), and is made with reference to the following: RECITALS A. City is a municipal corporation duly organized and validly existing under the laws of the State of California with the power to carry on its business as it is now being conducted under the statutes of the State of California and the Charter of City. B. City is planning to upgrade the existing icons advanced traffic management system (ATMS) software to the Centracs ATMS software. C. City desires to purchase necessary software from Contractor, to engage Contractor to install all necessary software, to provide the Centracs ATMS upgrade for 51 intersections within the City, and to configure that system to provide automating capability for up to 150 intersections at a later date. City also wishes to engage Contractor to provide training to City staff who will be involved in operation of the Centracs ATMS. (All such software and equipment purchases, installation, and training shall be hereinafter referred to as "Project "). Contractor has agreed to perform the Project over a 30 day period, commencing upon receiving Notice to Proceed. D. The Centracs ATMS shall provide coordination and enhanced operation at 51 traffic signals with prior field upgrades through Phases One, Two, and Three of the Traffic Signal Modernization Project and which is capable of being expanded to traffic signals throughout the City in future project phases if agreed to by City and Contractor. Additionally, the Centracs ATMS will provide advanced traffic signal observation and response from City Hall through direct communication with individual intersections, creating centralized control for the connected intersections as needed from the Traffic Division of the City's Public Works Department. E. Contractor has examined the location of all proposed work, carefully reviewed and evaluated the specifications set forth by the City for the Project, is familiar with all conditions relevant to the performance of services and has committed to perform all work required for the price specified in this Agreement. F. Contractor is a manufacturer and supplier of traffic control equipment, advanced traffic management systems and traffic controller firmware. G. Contractor, alone, has developed proprietary software systems, including the communication and control system registered as "Centracs." NOW, THEREFORE, it is mutually agreed by and between the undersigned parties as follows 1. SCOPE OF WORK Contractor shall provide all tangible items and perform all the services described in the Scope of Work attached hereto as Exhibit A and incorporated herein by this reference. As a material inducement to the City entering into this Agreement, Contractor represents and warrants that Contractor is a provider of first class work and services and Contractor is experienced in performing the work and services contemplated herein and, in light of such status and experience, Contractor covenants that it shall follow the highest professional standards in performing the work and services required hereunder and that all materials will be of good quality. For purposes of this Agreement, the phrase "highest professional standards" shall mean those standards of practice recognized by one or more first -class firms performing similar work under similar circumstances. Contractor shall perform everything required to be performed, and shall provide and furnish all the labor, materials, necessary tools, expendable equipment and all utility and transportation services necessary for the Project. In consideration of the payment of the Purchase Price and subject to all the terms and conditions hereof. Contractor shall: (a) Sell to City, and install, the software, hardware, devices, connections and equipment (hereinafter referred to as "the System ") listed and set forth in the Scope of Work attached hereto as Exhibit A and incorporated in full by this reference. (b) Supply to City under license the software components of the Centracs ATMS system, described in detail in Exhibit A, including any necessary licensed software products and related materials. (c) Supply to City and install all software and hardware required to operate the Synchro® Interface Module and CCTV Module. (d) Provide the testing and training services as set forth in Exhibit A. (e) Transfer all existing icons licenses and support to the Centracs ATMS. TIME OF PERFORMANCE Time is of the essence in the performance of services under this Agreement and Contractor shall complete the Project installation, implementation and acceptance testing within the time set forth in Exhibit A. The failure by Contractor to meet this schedule may result in termination of this Agreement by City as outlined in Section 17. 2.1 Force Maieur The time period(s) specified in Exhibit A for performance of services rendered pursuant to this Agreement shall be extended because of any delays due to unforeseeable causes beyond the control and without the fault or negligence of Contractor, including but not restricted to acts of God or of the public enemy, unusually severe weather, fires, earthquakes, floods, epidemics, quarantine restrictions, riots, strikes, freight embargoes, wars, and /or acts of any governmental agency, including the City, if Contractor shall within ten (10) days of the commencement of such delay notify City in writing of the cause of the delay. City shall ascertain the facts and extent of delay, and extend the time for performing the services for the period of the enforced delay when and if in the judgment of the City such delay is justified. City's determination shall be final and conclusive upon the parties to this Agreement. In no event shall Contractor be entitled to recover damages against City for any delay in performance of this Agreement, however caused, Contractor's sole remedy being extension of the Agreement pursuant to this Section. 2.2 Term Unless earlier terminated in accordance with Section 17 of this Agreement, this Agreement shall continue in full force and effect until completion of the services agreed to herein. COMPENSATION As full compensation for the performance and completion of the Project as required by the Scope of Work, City shall pay to Contractor and Contractor accepts as the full Purchase Price the sum of Twenty Three Thousand, One Hundred Forty Two and 121100 ($23.142.00). Contractor shall not receive any additional compensation unless approved in advance by the City in writing. The City shall make monthly progress payments for labor as the Project work proceeds based on the fee schedule set forth in Exhibit A. Payment for software, hardware and equipment shall become due upon shipment to and receipt of such software, hardware and equipment to City. City shall pay Contractor ninety percent (90 %) of each approved invoice amount no later than thirty (30) days after approval of an invoice by City staff. The remaining ten percent (10 %) of each approved invoice shall be paid by City upon Final System Acceptance, as defined in Subsection 6.1 of this Agreement. A. All shipping and insurance costs to and from the installation sites are included in the purchase price of the Project, as listed in Exhibit A. All payments to shipping agents and for insurance fees shall be made directly by Contractor and the City shall make no payments to any firm concerning the shipment, installation, and delivery of hardware which is not a part of this Agreement and for which exact payments are not described. Contractor shall be responsible for all arrangements for the shipment of software, hardware and equipment to the City, and /or movement of the hardware to the prepared site within the City. Contractor shall also be responsible for removal of all debris and packing materials from the City site resulting from the installation of the equipment, hardware and software. B. Contractor shall provide City with a minimum 14 days notice of its dates of installation to enable the City to prepare the installation sites for the Hardware in accordance with the instructions of Contractor. The City shall complete site preparation prior to the date of installation of the hardware, and the site shall thereafter be available for inspection and approval. All costs and expenses related to the site preparation shall be at the sole expense of City. Contractor will provide staff for complete on -site training of City personnel as set forth in Exhibit A. C. Payments shall be made in accordance with this Section and the schedule set forth in Exhibit A. D. Extra Work - Contractor shall not receive any compensation for Extra Work without the prior written authorization of the City. As used herein, "Extra Work" means any work that is determined by the City to be necessary for the proper completion of the Project, but which is not included in the Purchase Price as specified in Exhibit A, and which parties did not reasonably anticipate would be necessary. Compensation for any authorized Extra Work shall be paid in accordance with the hourly rates set forth in Exhibit A. 4. ADMINISTRATION This Agreement will be administered by the Public Works Department. Anthony Brine shall be the Project Administrator and shall have the authority to act for City under this Agreement. 5. TYPE AND INSTALLATION OF MATERIALS /STANDARD OF CARE 5.1 Contractor shall use only the standard materials described in Exhibit A in performing services under this Agreement. Any deviation from the materials described in Exhibit A shall not be installed unless approved in advance by the City Project Administrator. 5.2 All of the services shall be performed by Contractor or under Contractor's supervision. Contractor represents that it possesses the personnel required to perform the services required by this Agreement, and that it will perform all services in a manner commensurate with community professional standards. All services shall be performed by qualified and experienced personnel who are not employed by City, nor have any contractual relationship with City. 6. ACCEPTANCE TESTING AND ACCEPTANCE 6.1 "Final System Acceptance" shall mean the latest of the dates on which (a) all phases of the system have been used in live onsite operations for a period of at least seven (7) continuous days without significant error following successful completion of the seven (7) day System Acceptance Test described below; and (b) all remaining punch list items have been addressed and completed. 6.2 Acceptance Test Plan Contractor shall follow the Acceptance Test Plan (hereinafter "ATP ") developed in consultation with the City containing Acceptance Criteria that establishes test procedures and test criteria, for evaluating system capabilities, functions, and features along with a problem reporting method for use in the system testing. 6.3 Acceptance of Hardware Upon completion of the installation of the hardware, Contractor will notify City that such hardware, as described in Exhibit A, has successfully been installed. Hardware shall not be deemed to have been accepted by City until Final System Acceptance. S 6.4 System Acceptance Test Once all phases of the project have commenced simultaneous live operations, a seven (7) day period of System Acceptance testing for the entire system, including all interfaces and deliverables provided under this Agreement, shall begin. Acceptance Testing shall occur in a live environment. Any significant error or deviations from the ATP, or the error, deviation or failure of any part or component of the System not manufactured but provided by Contractor, shall be reported to City, and Contractor shall provide in writing an action plan for resolution of such error, deviation or failure within two (2) working days. The System Acceptance Test shall be deemed completed upon completion of a continuous seven (7) day period during which no material failure to meet the criteria set forth in the ATP or significant errors remain unresolved to the satisfaction of the City. System Acceptance Test shall not be unreasonably delayed due to actions of City or its agents, contractors or subcontractors not retained by or through Contractor. 6.5 Failure A. Failure Prior to Final System Acceptance. Upon any failure of the System Acceptance Test, Contractor shall have an additional seven (7) days in which make necessary equipment repairs, replacements and /or software fixes without additional cost to City, after which the System Acceptance Test shall be repeated without additional cost to City. If more than seven (7) days are reasonably required to make the aforementioned repairs, replacements or software fixes, Contractor shall provide a written action plan that includes a timeline for resolution based on the scope of work involved, and City may authorize a longer repair or resolution period in writing. Failure of the System to meet or exceed a second System Acceptance Test, or failure to provide seven (7) days of continuous live operation without significant errors after any additional System Acceptance Test, shall constitute a failure to successfully complete Contractor's obligations under this Agreement and Contractor shall be considered in default of a material obligation. City shall be entitled to a refund of the full amount of the fees paid for Contractor's services. City shall also be entitled to full refund on any software, hardware and other System components purchased pursuant to this Agreement that is deemed unusable by the City. Any removal of the system will be at Contractor's sole cost and expense. B. Failure After Final System Acceptance. Contractor and City agree that upon system failure, time is of the essence for necessary system equipment repairs or replacements, and time is of the essence for addressing any software defects which cause failures classified as Severity Level One and Severity Level Two, below. Upon any failure of the System or its hardware or software components, the Warranty provisions of Exhibit A and Section 26 of this Agreement shall apply. During the warranty period, if hardware or equipment purchase under this Agreement from Contractor shall fail, Contractor shall repair or replace the hardware or equipment within seven (7) working days for all but Severity Level One failures. In the event of a Severity Level One hardware or equipment failure, repair and replacement shall occur within 24 hours of notification of such failure to Contractor by City. If the failure is due to a software defect or failure, the timelines for Contractor response and defect resolution below shall apply: Severity Level One (Critical): Failure that causes an intersection to be in flash or dark, or failure of safety features such as emergency vehicle preemption or railroad preemption. In the event of a Severity Level One failure, Contractor response shall be immediate, and Contractor shall provide a fix, solution or workaround within 24 hours of notification of such failure to Contractor by City. 2. Severity Level Two (High): Failure or bug in system that results in degradation of traffic signal control and communication system function to a moderate to serious degree under normal or reasonable operating conditions. Severity Level Two failures shall include but are not limited to failure or severe degradation of coordination between intersections, communication between the central system at City Hall and the Feld elements, and the ability to upload and download data to the ability demonstrated as part of the ATP. In the event of a Severity Level Two failure, Contractor shall respond with a written plan of action to address the failure within five (5) business days of notification by City. Contractor shall provide a fix or solution for any Level Two failure within no later than forty -five (45) calendar days of notification of failure by City. 3, Severity Level Three (Moderate to Low): Failure or bug in system that creates aesthetic or user preference issues, unrelated to the operation of the system. Severity Level Three issues shall be addressed through regular system upgrade releases on an as- needed basis. 7. RESPONSIBILITY FOR DAMAGES OR INJURY 7.1 City and all officers, employees and representatives thereof shall not be responsible in any manner for any loss or damage to any of the materials or other things used or employed in performing the Project or for injury to or death of any person as a result of Contractor's performance of the services required hereunder; or for damage to property from any cause arising from the performance of the Project by Contractor, or its subconcontractors, or its workers, or anyone employed by either of them. 7.2 Contractor shall be responsible for any liability imposed by law and for injuries to or death of any person or damage to property resulting from defects, obstructions or from any cause arising from Contractor's work on the Project, or the work of any subcontractor or supplier selected by the Contractor. 7.3 Contractor shall indemnify, hold harmless, and defend City, its officers and employees from and against: (1) any and all loss, damages, liability, claims, allegations of liability, suits, costs and expenses for damages of any nature whatsoever, including, but not limited to, bodily injury, death, personal injury, property damage, or any other claims arising from any and all acts or omissions of Contractor, its employees, agents or subcontractors in the performance of services or work conducted or performed pursuant to this Agreement; (2) use of L" improper materials in performing this Project including, without limitation, defects in workmanship or materials and /or design defects; and/or (3) any and all claims asserted by Contractors subconcontractors or suppliers on the Project, and shall include reasonable attorneys' fees and all other costs incurred in defending any such claim. Contractor's liability in this Subsection shall be limited to the maximum amount of its insurance coverage for claims arising out non - negligent and non - intentional acts performed under this Agreement. Contractor shall not be held responsible for consequential or special damages, or claims made to City for such consequential or special damages. Nothing herein shall require Contractor to indemnify City from the sole negligence or willful misconduct of City, its officers or employees. Intellectual Property Indemnity - Contractor shall defend, indemnify and hold City, its agents, officers, representatives, employees and City Council, boards and commissions harmless from any proceeding brought against City for any intentional or unintentional violation of the intellectual property rights of any third party with respect to equipment and software deliverables purchased in this Agreement. This indemnification shall include, but is not limited to, infringement of any United States' letters patent, trademark, or copyright infringement, including costs, contained in Contractor's deliverables provided under this Agreement. The City agrees to keep confidential all material and documentation relating to the Software and any modification thereto, to the extent that such materials are not subject to disclosure under the California Public Records Act or Freedom of Information Act. The City will not make available or distribute any program code or description associated with the Centracs RTMS in any form whatsoever to third parties, without the prior written approval of Contractor. 7.4 Contractor shall perform all Project work in a manner to minimize public inconvenience and possible hazard, to restore other work areas to their original condition and former usefulness as soon as possible, and to protect public and private property. Contractor shall perform work as specified in Exhibit A to limit impacts to traffic during the system installation period. Contractor shall be liable for any private or public property damaged during the performance of the Project work. 7.5 Contractor shall provide traffic control and access in accordance with Section 7- 10 of the State Standard Specifications and the latest edition of the Work Area Traffic Control Handbook (WATCH), as published by Building News, Inc. If necessary, traffic control plans for field work will be provided by City, or with two weeks prior written notice, by Contractor. Traffic control services provided by Contractor shall be considered Extra Work, and will be billed to the City separately from monthly progress payments. At the request of the City, the Contractor shall submit to the Engineer a traffic control plan and detour plan for each street and sidewalk within the project area. The Contractor shall be responsible for processing and obtaining approval of a traffic control plan from the City's Traffic Engineer. The Contractor shall adhere to the conditions of the traffic control plan. Traffic control plans shall be prepared, signed, and sealed by a California licensed Civil Engineer or Traffic Engineer, as directed by the City Traffic Engineer, and conform to the provisions 7 of the WORK AREA TRAFFIC CONTROL HANDBOOK (W.A.T.C.H), Latest Edition. Traffic control and detours shall at a minimum meet the following requirements: A. Emergency vehicle access shall be maintained at all times. B. The locations and wordings of all barricades, signs, delineators, lights, warning devices, parking restrictions, and any other required details shall ensure that all pedestrian and vehicular traffic will be handled in a safe manner with a minimum of inconvenience to the public. C. All advanced warning sign installations shall be reflectorized and /or lighted. Traffic signal system shutdown or planned "red flash" shall be limited to 4-hour periods between the hours of 9:00 AM and 3:00 PM on weekdays (Monday through Thursday), except as authorized by the Engineer. "STOP AHEAD" and "STOP" signs shall be furnished by the contractor and shall conform to the provisions in Section 12 -3.06, "Construction Area Signs," of the State Standard Specifications except that the base material for the signs shall not be plywood. Two "STOP AHEAD" signs and two "STOP" signs shall be placed for each direction of traffic. Locations of the signs shall be per the WATCH manual. 7.6 Nothing in this section shall be construed as authorizing any award of attorney's fees in any action to enforce the terms of this Agreement, except to the extent provided in Section 7.3 above. 7.7 The rights and obligations set forth in this Section shall survive the termination of this Agreement. 8. INDEPENDENT CONTRACTOR City has retained Contractor as an independent contractor and neither Contractor nor its employees, nor any of its subcontractors, are to be considered employees of the City. The manner and means of conducting the work are under the control of Contractor, except to the extent they are limited by statute, rule or regulation and the express terms of this Agreement. No civil service status or other right of employment shall accrue to Contractor or its employees. 9. COOPERATION Contractor agrees to work closely and cooperate fully with City's designated Project Administrator and any other agencies that may have jurisdiction or interest in the work to be performed. City agrees to cooperate with the Contractor on the Project. 10. INSURANCE Without limiting Contractor's indemnification of City, and prior to commencement of work. Contractor shall obtain, provide and maintain at its own expense during the term of this Agreement, a policy or policies of liability insurance of the type and amounts described below and in a form satisfactory to City. A. Certificates of Insurance. Contractor shall provide certificates of insurance with original endorsements to City as evidence of the insurance coverage required herein. Insurance certificates must be approved by City's Risk Manager prior to commencement of performance or issuance of any permit or performance of any work. Current certification of insurance shall be kept on file with City at all times during the term of this Agreement. B. Signature. A person authorized by the insurer to bind coverage on its behalf shall sign certification of all required policies. C. Acceptable Insurers. All insurance policies shall be issued by an insurance company currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, with an assigned policyholders' Rating of A (or higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition of Best's Key Rating Guide, unless otherwise approved by the City's Risk Manager. D. Coverage Requirements. Workers' Compensation Coverage. Contractor shall maintain Workers' Compensation Insurance and Employer's Liability Insurance for his or her employees in accordance with the laws of the State of California. In addition, Contractor shall require each subcontractor to similarly maintain Workers' Compensation Insurance and Employer's Liability Insurance in accordance with the laws of the State of California for all of the subcontractor's employees. Any notice of cancellation or non - renewal of all Workers' Compensation policies must be received by City at least thirty (30) calendar days (10 calendar days written notice of non - payment of premium) prior to such change. The insurer shall agree to waive all rights of subrogation against City, its officers, agents, employees and volunteers for losses arising from work performed by Contractor for City. ii. General Liability Coverage. Contractor shall maintain commercial general liability insurance in an amount not less than one million dollars ($1,000,000) per occurrence for bodily injury, personal injury, and property damage, including without limitation, contractual liability. If commercial general liability insurance 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. iii. Automobile Liability Coverage. Contractor shall maintain automobile insurance covering bodily injury and property damage for all activities of the Contractor arising out of or in connection with work to be performed under this Agreement, including coverage for any owned, hired, non - owned or rented vehicles, in an amount not less than one million dollars ($1,000,000) combined single limit for each occurrence. N E. Endorsements. Each general liability and automobile liability insurance policy shall be endorsed with the following specific language: The City, its elected or appointed officers, officials, employees, agents and volunteers are to be covered as additional insureds with respect to liability arising out of work performed by or on behalf of the Contractor. This policy shall be considered primary insurance as respects to City, its elected or appointed officers, officials, employees, agents and volunteers as respects to all claims, losses, or liability arising directly or indirectly from the Contractor's operations or services provided to City. Any insurance maintained by City, including any self- insured retention City may have, shall be considered excess insurance only and not contributory with the insurance provided hereunder. iii. This insurance shall act for each insured and additional insured as though a separate policy had been written for each, except with respect to the limits of liability of the insuring company. iv. The insurer waives all rights of subrogation against City, its elected or appointed officers, officials, employees, agents and volunteers. V. Any failure to comply with reporting provisions of the policies shall not affect coverage provided to City, its elected or appointed officers, officials, employees, agents or volunteers. vi. The insurance provided by this policy shall not be suspended, voided, canceled, or reduced in coverage or in limits, by either party except after thirty (30) calendar days (10 calendar days written notice of non - payment of premium) written notice has been received by City. F. Timely Notice of Claims. Contractor shall give City prompt and timely notice of claim made or suit instituted arising out of or resulting from Contractor's performance under this Contract. G. Additional Insurance. Contractor shall also procure and maintain, at its own cost and expense, any additional kinds of insurance, which in its own judgment may be necessary for its proper protection and prosecution of the work. 11. BONDING Contractor shall obtain, provide and maintain at its own expense during the term of this Contract: a Labor and Materials Payment Bond in the amount of one hundred percent (100 %) of the total amount to be paid Contractor as set forth in this Agreement and in the form attached hereto as Exhibit B which is incorporated herein by this reference; and a Faithful Performance Bond in the amount of one hundred percent (100 %) of the total amount to be paid Contractor as set forth in this Agreement in the form attached hereto as Exhibits C which is incorporated herein by this reference. The Labor and Materials Payment Bond and Faithful Performance Bond shall be issued by an insurance organization or surety (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, (2) listed as an acceptable surety in the latest revision of the Federal Register Circular 570, and (3) 10 assigned a Policyholders' Rating A (or higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition of Best's Key Rating Guide: Property - Casualty. The Contractor shall deliver, concurrently with execution of this Agreement, the Labor and Materials Payment Bond and Faithful Performance Bond, a certified copy of the "Certificate of Authority" of the Insurer or Surety issued by the Insurance Commissioner, which authorizes the Insurer or Surety to transact surety insurance in the Sate of California. 12. PREVAILING WAGES Pursuant to the applicable provisions of the Labor Code of the State of California, not less than the general prevailing rate of per diem wages including legal holidays and overtime work for each craft or type of workman needed to execute the work contemplated under the Agreement shall be paid to all workmen employed on the work to be done according to the Agreement by the Contractor and any subcontractor. In accordance with the California Labor Code (Sections 1770 et seq.), the Director of Industrial Relations has ascertained the general prevailing rate of per diem wages in the locality in which the work is to be performed for each craft, classification, or type of workman or mechanic needed to execute the Agreement. A copy of said determination is available by calling the prevailing wage hotline number (415) 703 -4774, and requesting one from the Department of Industrial Relations. The Contractor is required to obtain the wage determinations from the Department of Industrial Relations and post at the job site the prevailing rate or per diem wages. It shall be the obligation of the Contractor or any subcontractor under him /her to comply with all State of California labor laws, rules and regulations and the parties agree that the City shall not be liable for any violation thereof. 13. SUBCONTRACTING City and Contractor agree that subcontractors may be used to complete the work outlined in the Scope of Services provided the Contractor obtains City approval in writing prior to the subcontractor performing any work. Contractor shall be fully responsible to City for all acts and omissions of the subcontractors. Nothing in this Contract shall create any contractual relationship between City and subcontractor nor shall it create any obligation on the part of City to pay or to see to the payment of any monies due to any such subcontractor other than as otherwise required by law. 14. WITHHOLDINGS City may withhold payment to Contractor of any disputed sums until satisfaction of the dispute with respect to such payment. Such withholding shall not be deemed to constitute a failure to pay according to the terms of this Contract. Contractor shall not discontinue work as a result of such withholding. Contractor shall have an immediate right to appeal to the City Manager or his/her designee with respect to such disputed sums. Contractor shall be entitled to receive interest on any withheld sums at the rate of return that City earned on its investments during the time period, from the date of withholding of any amounts found to have been improperly withheld. 15. CONFLICTS OF INTEREST The Contractor or its employees may be subject to the provisions of the California Political Reform Act of 1974 (the "Act "), which (1) requires such persons to disclose any financial interest that may foreseeably be materially affected by the work performed under this Contract, and (2) prohibits such persons from making, or participating in making, decisions that will foreseeably financially affect such interest. If subject to the Act, Contractor shall conform to all requirements of the Act. Failure to do so constitutes a material breach and is grounds for immediate termination of this Contract by City. Contractor shall indemnify and hold harmless City for any and all claims for damages resulting from Contractor's violation of this Section. 16. NOTICES All notices, demands, requests or approvals to be given under the terms of this Agreement shall be given in writing, to City by Contractor and conclusively shall be deemed served when delivered personally, or on the third business day after the deposit thereof in the United States mail, postage prepaid, first -class mail, addressed as hereinafter provided. All notices, demands, requests or approvals from Contractor to City shall be addressed to City at: Attn: Brad Sommers Public Works Department City of Newport Beach 3300 Newport Blvd. Newport Beach, CA, 92660 Phone: 949 -644 -3329 Fax: 949 -644 -3318 All notices, demands, requests or approvals from City to Contractor shall be addressed to Contractor at: Attention: Roy Howard Econolite Control Products, Inc. 3360 E. La Palma Ave. Anaheim, CA 92806 Phone: (719) 471 -9866 ext. 352 Fax: (719) 471 -9063 17. TERMINATION Termination With Cause - In the event that either party fails or refuses to perform any of the provisions of this Agreement at the time and in the manner required, that party shall be deemed in default in the performance of this Agreement. If such default is not cured within a period of five (5) calendar days, or if more than five (5) calendar days are reasonably required to cure the default and the defaulting party fails to give adequate assurance of due performance within five (5) calendar days after receipt of written notice of default, specifying the nature of such default and the steps necessary to cure such default, the non - defaulting party may terminate the Agreement forthwith by giving to the defaulting party written notice thereof. Termination Without Cause - Notwithstanding the above provisions, City shall have the right, at its sole discretion and without cause, of terminating this Agreement at any time by giving seven (7) calendar days prior written notice to Contractor. In the event of termination under this Section, City shall pay Contractor for services satisfactorily performed and costs incurred in the performance of such services up to the effective date of termination for which Contractor has not previously been paid. In the event of 12 termination under this Section, City shall also pay Contractor for all software, hardware, and equipment delivered to City site under this Agreement that City deems usable. Contractor shall at its own cost and expense comply with all statutes, ordinances, regulations and requirements of all govemmental entities, including federal, state, county or municipal, whether now in force or hereinafter enacted. 19. WAIVER A waiver by City of any term, covenant, or condition in the Agreement shall not be deemed to be a waiver of any subsequent breach of the same or any other term, covenant or condition. 20. INTEGRATED AGREEMENT This Agreement represents the full and complete understanding of every kind or nature whatsoever between the parties hereto, and all preliminary negotiations and agreements of whatsoever kind or nature are merged herein. No verbal Agreement or implied covenant shall be held to vary the provisions herein. 21. CONFLICTS OR INCONSISTENCIES In the event there are any conflicts or inconsistencies between this Agreement and the Scope of Services or product warranties, including Software and Hardware warranties contained in the Scope of Services or delivered to City after execution of this Agreement, the terms of this Agreement shall govern. 22. AMENDMENTS This Agreement may be modified or amended only by a written document executed by both Contractor and City and approved as to form by the City Attorney. 23. EFFECT OF CONTRACTOR'S EXECUTION Execution of this Agreement by Contractor is a representation that Contractor has visited the Project Site, has become familiar with the local conditions under which the work is to be performed, and has taken into consideration these factors in submitting its Project Proposal and Scope of Work. 24. CONTROLLING LAW AND VENUE The laws of the State of California shall govern this Agreement and all matters relating to it and any action brought relating to this Agreement shall be adjudicated in a court of competent jurisdiction in the County of Orange. 25. INTERPRETATION The terms of this Agreement shall be construed in accordance with the meaning of the language used and shall not be construed for or against either party by reason of the authorship of the Agreement or any other rule of construction which might otherwise apply. 13 26. WARRANTY Contractor warrants to City that all software and equipment to be delivered hereunder will be free from defects in material or workmanship and will be of the kind and quality designated or specified by Contractor in Exhibit A. The warranty shall apply only to defects appearing within one year from the date of Final System Acceptance of Project by City for software products, two years from the date of Final System Acceptance by City for hardware products not manufactured by the Contractor, and two years from the date of Final System Acceptance by City for hardware products manufactured by Contractor. If Contractor installs the equipment and software, or supplies technical directions of installation by contract, the warranty period shall run from the date of Final System Acceptance by City, provided same is not unreasonably delayed by City. If Contractor - manufactured equipment delivered hereunder does not meet the above warranty, and if City promptly notifies Contractor in writing, Contractor shall thereupon correct any defect, including non - conformance with the specifications, either (at its option) by repairing any defective or damaged parts of the equipment, or by making available any necessary replacement parts, delivered and installed without additional charge to City within seven (7) working days, unless the failure is of Severity Level One, as defined by Section 6.5(B) of this Agreement. City will return the defective product to Contractor, at Contractor's expense. Contractor shall repair or replace the defective item and return it to City, shipping costs prepaid. Contractor shall perform any necessary diagnostic work, software, hardware and equipment removal, repair, replacement, certification, and installation at no cost to the City during the warranty period, using Contractor's equipment. If Centracs ATMS software, or other proprietary software products licensed by Contractor and delivered hereunder as part of the System, do not meet the above warranty, the Contractor response and resolution times specified in Section 6.5(B) of this Agreement shall apply. The foregoing warranty is exclusive and in lieu of all other warranties, whether written, oral, implied or statutory. Contractor does not warrant any equipment of other manufacture designated by City. Contractor shall supply to City in a timely manner any software revisions or upgrades of the standard Centracs ATMS software modules to correct "bugs" or deficiencies, which would appear within one (1) year from the date of Final System Acceptance of the standard Centracs ATMS traffic management system. 27. MAINTENANCE City reserves the right, but is not obligated to, enter a Maintenance Agreement with Contractor for the System at any time during the warranty period. If City provides Contractor of notice of intent to enter a Maintenance Agreement upon expiration of Contractor's one (1) year warranty within thirty (30) days of the expiration of such warranty, City shall have the option to enter a five (5) year Maintenance Agreement with Contractor for maintenance of the System at the cost of $12,500 per year ( "the Maintenance Fee "). The Maintenance Agreement shall take effect on the day the software warranty expires ("Software Warranty Expiration Date ".) If City exercises its option to enter the five -year Maintenance Agreement, the annual fee of $12,500 shall be due each year on or before that year's calendar date which corresponds to the day and month of the Software Warranty Expiration Date. 14 28. 29. If City does not exercise the option to enter the five year Maintenance Agreement Contractor's technical support and service provided beyond the initial warranty periods shall be subject to applicable hourly support rates plus travel and per diem cost at time support is provided. REPRESENTATIONS Non - infringement. ECONOLITE represents that to the best of its knowledge the technology embodied in the products sold herein does not infringe upon a United States patent or United States copyright in effect as of the Effective Date. Authority. Each party represents as follows: (a) that it has full power and authority to execute, deliver and perform its obligations under this Agreement; (b) that there are no actions, proceedings or investigations, pending or, to the best of each party's knowledge, threatened against such party which may in any manner whatsoever materially affect the enforceability of this Agreement or the rights, duties and obligations of the parties hereunder; and (c) that the execution, delivery and performance of this Agreement will not constitute a breach or default under any agreement, law or court order under which such party is a party or may be bound or affected by or which may affect the rights, duties and obligations hereunder. No Other Representations. Each party acknowledges and agrees that it is relying on no representation of the other party except as expressly set forth herein. LICENSES The Contractor grants to the City for exclusive use in the City a fully paid non - exclusive, non - transferable Centracs ATMS software license for (1) Communications server, (1) File /Applications server, (1) Terminal services server and workstation computers. The Communications Server license covers up to 250 intersections operating from a single communications server computer (expandable beyond 250 intersections with additional software licenses and hardware). The City shall be entitled to: a. use the licensed programs but only in machine - readable form on licensed computers. b. use the support material supplied but only as required to support the use of the Licensed programs c. make only as many back up copies of the Licensed programs in machine readable form as required to support the use of the Licensed programs on each computer. All back up copies must include the copyright :notice in the original form as it appears on the licensed programs. The City may not copy, modify, adapt, merge, disassemble, decompile or distribute the software, its documentation or create derivative works based upon the software. None of the support material in human readable form included with the Licensed programs may be copied in any way. The City may print any screen the software will allow, however, no copyright notices may be removed from the printing. The Licensed programs and support material included with this Agreement are confidential information that is the property of the Contractor. The Licensed programs, 15 program concepts, or any of the support materials shall not be made available to any other party or organization without the written consent of the Contractor. Title to all intellectual property rights including patent, trademark, copyright and trade secret rights and title to all ownership rights and all copies of and all media bearing the Licensed programs, support materials and program concept shall remain sole property of the Contractor. 30. CONFIDENTIAL INFORMATION. Confidential Information. In the performance of this Agreement or in contemplation thereof, the parties and their respective employees and agents may have access to private or confidential information owned or controlled by the other party and such information may contain proprietary details and disclosures. All information and data identified in writing as proprietary or confidential by either party ( "Confidential Information ") and so acquired by the other party or its employees or agents under this Agreement or in contemplation thereof shall be and shall remain the disclosing party's exclusive property. The recipient of Confidential Information shall use all reasonable efforts (which in any event shall not be less than the efforts the recipient takes to ensure the confidentiality of its own proprietary and other confidential information) to keep, and have its employees and agents keep, any and all Confidential Information confidential, and shall not copy, or publish or disclose it to others, nor authorize its employees, agents or anyone else to copy or disclose it to others, without the disclosing party's written approval; nor shall the recipient make use of the Confidential Information except for the purposes of executing its obligations hereunder, and (except as provided for herein) shall return the Confidential Information and data to the first party at its request. The City's duty to maintain confidentiality as described hereunder shall be subject to the laws of the State of California. Excluded Information. The foregoing conditions will not apply to information or data which is, or which becomes generally known to the public by publication or by any means other than a breach of duty on the part of the recipient hereunder, is information previously known to the recipient, is information independently developed by or for the recipient or is information generally released by the owning party without restriction. Right to Injunctive Relief. Because of the unique nature of the Confidential Information, the parties agree that each party may suffer irreparable harm in the event that the other party fails to comply with any of its obligations under this Article, and that monetary damages may be inadequate to compensate either party for such breach. Accordingly, the parties agree that either party will, in addition to any other remedies available to it at law or in equity, be entitled to seek injunctive relief to enforce the terms of this Article. 31. SOFTWARE UPDATES AND ENHANCEMENTS Software enhancements or new features added to Centracs ATMS through new system development for other agencies, or as part of the Contractor's ongoing research and development shall be offered to the City at a fixed, quoted price. The offer shall remain firm for 90 days from the date of the offer. irl 32. ASSIGNMENT This Agreement shall not be assigned by any party, or any party substituted, without prior written consent of the City and the Contractor. 33. COUNTERPARTS This Agreement may be executed in any number of counterparts, each of which shall be deemed an original and all of which shall constitute one and the same instrument. 34. OTHER MATTERS Severability. In the event any of the provisions of this Agreement shall, for any reason, be held void or unenforceable, the remaining provisions shall remain in full effect and shall control. Invalidity. Any provisions of this Agreement prohibited by the law of any state shall, as to said state, be ineffective to the extent of such prohibition without invalidating the remaining provisions of this Agreement. Absence of Third Party Beneficiary Rights. Except as otherwise provided in this Agreement, no provision of this Agreement is intended, nor shall be interpreted, to provide or create any third party beneficiary rights or any other rights of any kind in any affiliate or subsidiary, and all provisions hereof shall be personal solely between the parties hereto. Headings. Article and Section headings are included solely for convenience, are not to be considered a part of this Agreement nor are they intended to be full and accurate descriptions of the contents thereof. 17 IN WITNESS WHEREOF, the parties have caused this Agreement to be executed on the day and year first written above. APPROVED AS TO FORM: OFFICE OF THE CITY ATTORNEY: By: zl� In ette . B uch p, stant City Attor y ATTEST: a By: Leilani I. Brown, City Clerk ���pORT u .r Attachments CITY OF NEWPORT BEACH, A Municipal Corporatia.n�' :phe . Badum, blic orks Director ECONOLITE CONTROL PRODUCTS, INC. in itle: e for Vice President B o/� Y: r Brian I artin, Assistant Secretary Exhibit A — Scope of Services (Econolite Proposal) Exhibit B — Labor and Materials Payment Bond Exhibit C — Faithful Performance Bond ECONOUTE Introduction For over 75 years, Econolite (Econolite Control Products, Inc.) has been an innovator of transportation management solutions. We are committed to employing advanced technologies to reduce traveler time, ease congestion, enhance transit operations, provide safer mobility and improve the quality of life. We are aware that your agency is interested in improving its traffic technology architecture and we are pleased to offer this proposal to reflect our understanding of your needs. In this proposal, we will introduce you to our proposed products and services; outline a scope of work along with a proposed list of equipment and materials and the cost associated with this project. General Scope This proposal and associated pricing includes the software and services required for the deployment of the Centracs Advanced Transportation Management System (ATMS) for Provided by:. The scope of work for this project will be limited to installation of Centracs server and client software on equipment previously procured by the City of Newport Beach. This scope of work also includes configuration and integration of 51 intersections with communications and graphics along with 16 hours of on -site training. The table below represents an overview of the products and services required as part of the project scope. Details Number of System Intersection Licenses: 150 Type of Base Map Graphics: Navteq Map Graphics. Hours of Training: 16 Hours 51 with Template Background Number of Intersections Integrated into System: Graphics. On -Site Integration and Support (includes Software Maintenance * Any additional time on -site may be billed at our standard rate ($225/hr), along with travel expenses. This proposal for Centracs is based upon the details provided to Econolite, and includes no field equipment (controllers, cabinets, communications devices, etc.). The pricing listed below is only for services and software licenses outlined in this proposal, and does not bind Econolite to any other deliverables. 3360 E. La Palma Ave . Anaheim, CA 92806 -2856 . PH: (714) 630 -3700 . FAX: (714) 630 -6349 P.O. Box 6150 . Anaheim, CA 92816 -0150. www.econolite.com PEOI9:ER E0 tit...i s Communications Scope Econolite does not propose any work on field communications interconnect or equipment as part of this project's scope. All communications interconnect must be completed and operational prior to Econolite integrating system software. The City of Newport Beach is responsible for all communications interconnect from the field, and all field interconnect must be terminated at the TMC server location. Any and all patch cables that are necessary to make the connection between the central communications equipment and field communications interconnect will be supplied by the City of Newport Beach. As part the systems integration effort and systems acceptance testing, Econolite will test communications to the 51 controllers directly connected to the central communications devices. The following will be performed as part of the communications testing: 1) Econolite will configure Centracs to communicate with each controller 2) The controller shall be connected to the Centracs communications server, and 3) system communications shall be tested by demonstrating that an operator can conduct an upload, download, and status verification of the controller. This shall also constitute acceptance of communications performance. The remaining system acceptance testing will be performed per Econolite's standard acceptance test procedures. In the event that the City of Newport Beach requests Econolite factory support for field communications configuration and troubleshooting, Econolite reserves the right to bill the City for labor at $225.00 per hour, plus travel expenses. If Econolite is able to provide support remotely, assistance will be provided at no charge during the standard one -year warranty period or with an extended Software Maintenance Agreement. Central Computer Equipment Based upon the requirements if this project, the system upgrade will not require procurement or deployment of any servers or workstations or computer equipment. 3360 E. La Palma Ave e Anaheim, CA 92806 -2856 . PH: (714) 630 -3700 . FAX: (714) 630 -6349 P.O. Box 6150 . Anaheim. CA 92816 -0150 E www,.econolite.com FEBIEI EMEO Aa.1 CONOLITE . . . . . . . . . . . . . - . . . . . . . . . . . . L - -- - - - - - MCONOILITS Pricing and Terms The following pricing is valid for 90 days from the date of this proposal: Payment terms are as follows: ll. All payments shall be made according to invoice schedule 2. All hardware is 100% payable, Net 30 days upon shipment 3. System integration and central software a. 90% due upon completion of system installation / integration b. 10% due upon completion of acceptance test training Delivery Terms: Econolite will make every attempt to complete installation within 30 days of contract signing, but final delivery time can only be determined at the time of signing the System Supply Agreement (SSA). 3360 E. La Palma Ave • Anaheim. CA 92806-2856 ♦ PH: (714) 630-3700 t FAX: (714) 630-6349 P.O. Box 6150 * Anaheim. CA 92816-0150 # www.econolite.com A CITY OF NEWPORT BEACH BOND NO. LABOR AND MATERIALS PAYMENT BOND WHEREAS, the City of Newport Beach, hereinafter designated as . located State of California, has awarded to the "Principal," a contract for the at in the City of , in strict conformity with the Contract on file with the office of the City Clerk of the City of Newport Beach, which is incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute the Contract and the terms thereof require the furnishing of a bond, providing that if Principal or any of Principal's subcontractors, shall fail to pay for any materials, provisions, or other supplies used in, upon, for, or about the performance of the work agreed to be done, or for any work or labor done thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth. NOW, THEREFORE, We the undersigned Principal, and, duly authorized to transact business under the laws of the State of California, as Surety, (referred to herein as "Surety") are held firmly bound unto the City of Newport Beach, in the sum of (INSERT CONTRACT DOLLAR AMOUNT) lawful money of the United States of America, said sum being equal to 100% of the estimated amount payable by the City of Newport Beach under the terms of the Contract; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these present. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal or the Principal's subcontractors, fail to pay for any materials, provisions, or other supplies, implements or machinery used in, upon, for, or about the performance of the work contracted to be done, or for any other work or labor thereon of any kind, or for amounts due under the Unemployment Insurance Code with respect to such work or labor, or for any amounts required to be deducted, withheld and paid over to the Employment Development Department from the wages of employees of the Principal and subcontractors pursuant to Section 13020 of the Unemployment Insurance Code with respect to such work and labor, then the Surety will pay for the same, in an amount not exceeding the sum specified in this Bond, and also, in case suit is brought to enforce the obligations of this Bond, a reasonable attorney's fee, to be fixed by the Court as required by the provisions of Section 3250 of the Civil Code of the State of California. The Bond shall inure to the benefit of any and all persons, companies, and corporations entitled to file claims under Section 3181 of the California Civil Code so as to give a right of action to them or their assigns in any suit brought upon this Bond, as required by and in accordance with the provisions of Sections 3247 et. seq. of the Civil Code of the State of California. And Surety, for value received, hereby stipulates and agrees that no change, extension of time, alterations or additions to the terms of the Contract or to the work to be performed thereunder shall in any wise affect its obligations on this Bond, and it does hereby waive notice of any such change, extension of time, alterations or additions to the terms of the Contract or to the work or to the specifications. 19 In the event that any principal above named executed this Bond as an individual, it is agreed that the death of any such principal shall not exonerate the Surety from its obligations under this Bond. IN WITNESS WHEREOF, this instrument has been duly executed by the above named Principal and Surety, on the day of 2010. Name of Contractor (Principal) Name of Surety Address of Surety Telephone Authorized Signature/Title Authorized Agent Signature Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED 20 CITY OF NEWPORT BEACH BOND NO. FAITHFUL PERFORMANCE BOND The premium charges on this Bond is $ being at the rate of $ thousand of the Contract price. WHEREAS, the City of Newport Beach, State of California, has awarded to hereinafter designated as the "Principal," a contract for the , located at in the City of in strict conformity with the Contract on file with the office of the City Clerk of the City of Newport Beach, which is incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute the Contract and the terms thereof require the furnishing of a Bond for the faithful performance of the Contract. NOW, THEREFORE, we, the Principal, and ' duly authorized to transact business under the laws of the State of California as Surety (hereinafter "Surety "), are held and firmly bound unto the City of Newport Beach, in the sum of (INSERT CONTRACT DOLLAR AMOUNT) lawful money of the United States of America, said sum being equal to 100% of the estimated amount of the Contract, to be paid to the City of Newport Beach, its successors, and assigns; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these present. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal, or the Principal's heirs, executors, administrators, successors, or assigns, fail to abide by, and well and truly keep and perform any or all the work, covenants, conditions, and agreements in the Contract Documents and any alteration thereof made as therein provided on its part, to be kept and performed at the time and in the manner therein specified, and in all respects according to its true intent and meaning, or fails to indemnify, defend, and save harmless the City of Newport Beach, its officers, employees and agents, as therein stipulated, then, Surety will faithfully perform the same, in an amount not exceeding the sum specified in this Bond; otherwise this obligation shall become null and void. As a part of the obligation secured hereby, and in addition to the face amount specked in this Performance Bond, there shall be included costs and reasonable expenses and fees, including reasonable attorneys fees, incurred by the City, only in the event the City is required to bring an action in law or equity against Surety to enforce the obligations of this Bond. Surety, for value received, stipulates and agrees that no change, extension of time, alterations or additions to the terms of the Contract or to the work to be performed thereunder shall in any way affect its obligations on this Bond, and it does hereby waive notice of any such change, extension of time, alterations or additions of the Contract or to the work or to the specifications. This Faithful Performance Bond shall be extended and maintained by the Principal in full force and effect for one (1) year following the date of formal acceptance of the Project by the City. 21 In the event that the Principal executed this bond as an individual, it is agreed that the death of any such Principal shall not exonerate the Surety from its obligations under this Bond. IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety above named, on the day of 2010. Name of Contractor (Principal) Name of Surety Address of Surety Telephone Authorized Signature/Title Authorized Agent Signature Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED 22