Loading...
SR 07-18-2023 5A City Council Report City Council Meeting: July 18, 2023 Agenda Item: 5.A 1 of 8 To: Mayor and City Council From: Rick Valte, Public Works Director, Public Works, Engineering and Street Services Subject: Award Construction Contract for Street Lighting Modernization Program - Package 3 and Authorize a Modification for Design and Const ruction Support Services Recommended Action Staff recommends that the City Council: 1. Adopt of finding of Categorical Exemption s pursuant to Section 15302 and Section 15303 of the California Environmental Quality Act (CEQA) Guidelines. 2. Award Bid #SP2598 to International Line Builders, Inc. dba ILB Electric, a California-based company, for construction services for the Street Lighting Modernization Program – Package 3 Project for the Public Works Department. 3. Authorize the City Manager to negotiate and execute a contract with International Line Builders, Inc. dba ILB Electric in an amount not to exceed $1,793,464, including a 10% contingency. 4. Authorize the Director of Public Works to issue any necessary change orders to complete additional work within contract authority. 5. Authorize the City Manager to negotiate and execute a second modification to professional service agreement #9337 (CCS) in the amount of $206,000 with Willdan Engineering for design and construction support services for the Public Works Department. This will result in a five-year amended agreement with a new total amount not to exceed $635,000, with future year funding contingent on Council budget approval. Summary The City of Santa Monica’s Street Lighting Modernization Program – Package 3 Project (Project) would convert deteriorated high-voltage series street lighting circuits to modern, 120-volt multiple circuits and install energy-efficient LED luminaires on various streets in the Pico and Sunset Park neighborhoods. These replacements would reduce the City’s energy use and result in subsequent savings for the City. The project would 5.A Packet Pg. 18 2 of 8 also install two electric vehicle charging stations at Joslyn Park and one curbside electric vehicle charging station adjacent to 620 Idaho Avenue as part of the implementation of the Electric Vehicle Action Plan. Staff recommends awarding a contract to International Line Builders, Inc. dba ILB Electric in an amount not to exceed $1,793,464 (including a 10% contingency) to provide construction services. Staff also recommends amending professional service agreement #9337 (CCS) with Willdan Engineering for a new total amount not to exceed $635,000 and extending the agreement for an additional three years from the expiration date to December 31, 2027. Willdan Engineering would provide design and construction support services. Discussion Street Lighting Modernization Program The Street Lighting Modernization Program converts 1960s high‐voltage series street lighting circuits to modern, 120‐volt multiple circuits and replaces high-pressure sodium (HPS) luminaires with energy-efficient light-emitting diode (LED) luminaires. The 120- volt multiple circuits are more reliable, require less maintenance, and allow the City to take advantage of energy‐efficient LED lighting technology. The Street Lighting Modernization Program consists of five projects to convert the City’s remaining series circuits to multiple circuits (Figure 1). • Package 1: Completed in November 2018. • Package 2: City Council awarded a construction contract for Package 2 in September 2019. However, the contract was canceled prior to the start of construction due to the financial impacts of the COVID-19 emergency. Staff anticipate that Package 2 will be rebid and completed in FY2024-25. • Package 3: The current Project, if awarded, would be completed in FY2023-24. • Packages 4 and 5: Staff anticipates the final two packages to be designed and constructed in FY2025-26 and FY2026-27, respectively, contingent on budget availability. 5.A Packet Pg. 19 3 of 8 The total cost for the five packages of the Street Lighting Modernization Program is estimated to be approximately $10 million. Figure 1: Street Lighting Modernization Program Map 5.A Packet Pg. 20 4 of 8 Street Lighting Modernization Program – Package 3 Construction The Project would modernize street lighting on the following streets in the Pico and Sunset Park neighborhoods: • Stewart Street from Colorado Avenue to Olympic Boulevard. • 20th Street from Olympic Boulevard to the I-10 Freeway Off Ramp. • 14th Street from Olympic Boulevard to Pico Boulevard. • 11th Street from Olympic Boulevard to Pico Boulevard. • 24th Street north of Ocean Park Boulevard. • Area bounded by Oak Street, 14th Street, Hill Street, and 11th Street. Electric Vehicle Action Plan Implementation Implementation of the Electric Vehicle Action Plan (Attachment A) would help the City reach greenhouse gas reduction goals identified in the Climate Action and Adaptation Plan (Attachment B). The City contracts with a third-party vendor to supply and maintain EV charging equipment. The Project would use South Coast Air Quality Management District (SCAQMD) funding to install three City-supplied curbside charging stations with a total of six charging ports. Two charging stations would be installed on 7th Street adjacent to Joslyn Park and one charging station would be installed near the intersection of Idaho Street and 6th Street. Design and Construction Support Services Staff recommends authorizing a second modification to professional service s agreement #9337 (CCS) with Willdan Engineering to extend the term of the agreement for an additional three years from the expiration date of December 31, 2024, and to provide additional funding for design and construction support services through the completion of the remaining Street Lighting Modernization Program – Packages 2, 3, 4, and 5. Funding for the Street Lighting Modernization Program was removed in 2020 due to the financial impacts of the COVID-19 emergency. As a result, the Package 2 construction contract was cancelled and the Willdan design contract was put on hold while the 5.A Packet Pg. 21 5 of 8 design of Package 3 was in development and before Packages 4 and 5 could be started. Funding for the Street Lighting Modernization Program was restored in 2021 using Prop C Local Return funds, which are restricted for transportation and street improvement purposes. Additional funds are needed (for both design and construction phases) to update the Package 2 plans and specifications to conform to current City Street lighting design standards, adjust future package segments according to Prop C funding guidelines that limit work to transit routes, perform additional coordination with Southern California Edison, and update consultant billing rates from the original agreement executed in 2011. Based on the current CIP funding allocation, staff anticipate all remaining packages can be designed and constructed by FY2026-27, contingent upon Council approve of future budgets. Extending the agreement by three years would align the Willdan Engineering agreement with the estimated timeline of the remaining packages to provide design and construction support services through the completion of the project. Past Council Actions 11/14/17 (Attachment A) Adopted the Electric Vehicle Action Plan 5/28/19 (Attachment B) Adopted the Climate Action and Adaptation Plan 2/8/11 (Attachment C) Awarded RFP for Street Lighting Design Services (SP2121) to Willdan Engineering Vendor Selection Bidder Recommendation Best Bidder International Line Builders, Inc. dba ILB Electric Evaluation Criteria Price; the ability, capacity, and skill of the bidder to perform the services; the capacity of the bidder to perform the contract within the time specified; the sufficiency of the bidder’s financial resources; the reputation and experience of the bidder. Municipal Code SMMC 2.24.180 Submittals Received International Line Builders, Inc. dba ILB Electric $1,630,422 5.A Packet Pg. 22 6 of 8 Bid Data Date Posted Posted On Advertise In (City Charter & SMMC) Vendors Downloaded Date Publicly Opened 4/25/2023 City's Online Bidding Site Santa Monica Daily Press 52 5/26/2023 Best Bidder Justification Staff recommends International Line Builders, Inc. dba ILB Electric, the lowest bidder, as the best bidder when evaluating bid price and experience with similar projects for the City of Santa Monica and City of Los Angeles. Public Outreach Construction is expected to begin in fall 2023 and continue through the spring of 2024. Prior to and during construction, City staff and the contractor would distribute notifications to adjacent properties detailing the project scope, construction schedule, and potential impacts. Periodic updates would be provided, as necessary. Social media would be utilized to notify the public about general construction updates. Environmental Review The award contract and amended agreement for the Street Lighting Modernization Program are categorically exempt as a Class 2 exemption pursuant to Section 15302 of the CEQA Guidelines, which exempts replacement or reconstruction of existing structures and facilities where the new structure will be located on the same site as the structure replaced and will have substantially the same purpose and capacity as the structure replaced. This project would replace the existing street lighting system with a new street lighting system without changing the existing streetlight poles and foundations. Furthermore, none of the Exceptions to Categorical Exemptions set forth in the CEQA Guidelines, Section 15300.2, apply to this exemption. The award contract for the installation of new EV chargers is exempt from CEQA pursuant to Section 15303 (Class 3 New Construction or Conversion of Small Structures). Class 3 consists of construction and location of limited numbers of new, Select Electric, Inc. $2,459,650 5.A Packet Pg. 23 7 of 8 small facilities or structures; installation of small new equipment and facilities in small structures; and the conversion of existing small structures from one use to another where only minor modifications are made in the exterior of the structure. Financial Impacts and Budget Actions Staff seeks authority to approve available funding from the Local Return Fund and SCAQMD Fund to award a contract with International Line Builders, Inc. dba ILB Electric for construction services for the Street Lighting Modernization Program – Package 3 Project. Contract Request FY2023-24 Request Amount CIP Account # Total Contract Amount $1,588,904 C2704590.689130 $1,588,904 $204,560 C1807490.689000 $204,560 Total $1,793,464 Staff seeks authority to approve available funding from the Local Return Fund to increase the amount of professional service agreement #9337 (CCS) with Willdan Engineering for design and construction support services for the Street Lighting Modernization Program. Agreement Modification Request Agreement # Current Authorized Amount FY 2023-24 Modified Request Amount CIP Account # Total Revised Contract Amount 9337 $429,000 $206,000 C2704590.689130 $635,000 Future year funding is contingent on Council budget approval. 5.A Packet Pg. 24 8 of 8 Prepared By: Robert Zak, Civil Engineer Approved Forwarded to Council Attachments: A. November 14, 2017 Staff Report (Web Link) B. May 28, 2019 Staff Report (Web Link) C. February 8, 2011 Staff Report D. Original PSA 9337 Willdan E. PSA #9337 Modification #1 F. Oaks Form - ILB Electric G. Oaks Form - Willdan Engineering 5.A Packet Pg. 25 City Council Meeting: February 8, 2~0"11 Agenda Item: To: Mayor and City Council From: Martin Pastucha, Director of Public Works Subject: Professional Services Agreement for Street Lighting Design Services Recommended Action Staff .recommends that the City Council authorize the City Manager to negotiate and execute a professional services agreement with Willdan Engineering, aCalifornia-based company, in an amount not to exceed $429,000 to provide street lighting design services for the multi-year street light conversion program. Executive Summary The street light conversion program will replace all remaining high-voltage street lighting circuits and fixtures on various streets with modern, safe, reliable and energy-efficient T20-volt street lighting-circuits and fixtures. Willdan Engineering is recommended to provide street lighting design services for the conversion program in an amount not to exceed $429,000, Discussion The multi-year street light conversion program will replace aII remaining high-voltage street lighting circuits and fixtures with modern, safe, reliable and energy-efficient 120- volt street lighting circuits and fixtures. The multi-year street light conversion program is a 15-year program, approximately 60% complete. Staff anticipates completion of this program in FY2014-15. This program is coordinated with sidewalk replacement and street resurfacing projects. Attachment 1 of this staff report provides the phasing and locations for the multi-year conversion program. The street lighting design consultant will develop construction documents, including plans specifications-and cost estimates, which will be used to issue construction contracts to implement the multi-year street light conversion program. 1 5.A.c Packet Pg. 26 Attachment: February 8, 2011 Staff Report (5590 : Award Construction Contract for Street Lighting Modernization Program - Package 3) Consultant Selection On March 29, 2010, the City issued a Request for Proposals (RFP) for street lighting design services related to the multi-year street light conversion program. The RFP was made available on the City's online bidding system, PlanetBids. Sixty prospective bidders made requests for the RFP. and eight proposals were received on April 22, 2010. Proposals were reviewed by a selection committee comprised of Public Works staff from the Engineering and Facilities Maintenance Divisions. Each proposal was ranked based on specific criteria including understanding of the project scope, past experience with similar projects, qualifications of key personnel, and quality of deliverables. Interviews were conducted with the top four ranked firms to evaluate the qualifications and experience of the proposed personnel. Staff recommends Willdan Engineering located in the City of Industry, California, as the best qualified firm. Willdan Engineering recently completed similar projects for the cities of Newport Beach, Anaheim and South Gate successfully. Willdan's proposed project team has extensive experience with conversion of municipal high voltage series street Ilght circuits to low voltage circuits. Willdan's staff demonstrated a thorough understanding of the scope and objectives of the project and provided details on their quality assurance and quality control plan. References for the cities of Newport .Beach and South Gate were contacted and reported that Willdan's work was completed on schedule, within budget and project deliverables were of good quality. Additionally, Willdan's proposed fee and hourly rates were competitive with other firms. 2 5.A.c Packet Pg. 27 Attachment: February 8, 2011 Staff Report (5590 : Award Construction Contract for Street Lighting Modernization Program - Package 3) Financial Impacts & Budget Actions The total cost for street lighting design services to implement the multi-year street light conversion program is $429,000 including a 10% contingency. Funds are included in the FY2010-11 budget in account number 0010724.589000 -Street & Park Lighting Retrofit. Prepared by: Allan Sheth, Civil Engineering Associate Approved: C~ Martin Pastucha Director of Public Works Forwarded to Council: Rod Gould City Manager Attachment 1 -Multi Year Street Light Conversion Program and Map 3 5.A.c Packet Pg. 28 Attachment: February 8, 2011 Staff Report (5590 : Award Construction Contract for Street Lighting Modernization Program - Package 3) ATTACHMENTI City of Santa Monica Multi Year Street Light Conversion Program The City's multi-year conversion program will convert the existing 5KV series street lighting systems within the City to 120V multiple systems. For capital program funding and budgeting purposes the remaining 5KV series systems within the City have-been divided into five contract package groups as indicated in the attached map and the list below. For design and construction purposes it is anticipated that five separate bidding/project documents will be developed by the consultant selected pursuant to this process. List of remaining 5KV series street lighting systems grouped by contract package see attached map as well) CIRCUIT NUMBER LOCATION APPROX. LENGTH (ft.) Contract Package 1 (FY 2010/71) 4 25th Street -San Vicente to Montana 5,201 5 24th Street -San Vicente to Montana 5,309 6 23th Street -San Vicente to Montana 5,550 21 18th 8 19th Streets -San Vicente to Montana 11,362 8 22nd Street -San Vicente to Montana 5,470 11 21st Place -San Vicente to Montana 5,479 13 20th & 21st Streets -San Vicente to Montana 10,976 Contract Package 2 (FY 2011/12) 23 22nd Street -Montana to Washington, 21st Street -Montana to Idaho 3,184 45 Montana Ave - 12th Street to 17th Street 4,153 84 Montana Ave - 7th Street to 12th Street 4,258 150 17th Street @ Olympic and I-10 1,160 265 24th Street -Ocean Park to Grant Elementary 610 300 4th Street -Pico to Hill 7,421 Contract Package 3 (FY 2012/13) 25 Montana Ave @ 20th Street 403 114 16th Street -Santa Monica to Colorado 1,718 172 14th Street -Olympic to Pico 2,721 297 3rd Street -Pico to SE City Limit 8,320 5.A.c Packet Pg. 29 Attachment: February 8, 2011 Staff Report (5590 : Award Construction Contract for Street Lighting Modernization Program - Package 3) ATTACHMENT1 List of remaining 5KV series street lighting systems grouped by contract package see attached map as well) CIRCUIT NUMBER LOCATION APPROX. LENGTH (ft.) 308 Oak Street - 11th to Euclid, Euclid Street -Hill to Oak, Hill Street - 11th to 14th 3,029 318 2nd Street -Strand to SE City Limit 6,253 Contract Package 4 (FY 2013/14) 9 Stanford Street -Montana to Washington 1,498 91 15th & 16th Streets -Wilshire to Arizona, Arizona Ave - 15th to 16th Ct. 2,409 92 Stewart Street -Colorado to Exposition 4,234 102 Pennsylvania Ave - 26th Street to Steward 1,968 212 11th Street -Pico to Olympic 2,889 335 Area bounded by Highland, Ozone, Lincoln and Marine 4,368 Contract Packag e 5 (FY 2014/15) 242 Area bounded by Pico, Lincoln, Ocean Park and 16th 10,035 249 Area bounded by Pico, Lincoln, Ocean Park and 16th 6,885 260 Area bounded by Pico, Lincoln, Ocean Park and 16th 5,701 261 Area bounded by Pico, Lincoln, Ocean Park and 16th 6,099 263 Area bounded py Pico, Lincoln, Ocean Park and 16th 3,901 353 .Area bounded by Pico, Lincoln, Ocean Park and 16th 6,891 5.A.c Packet Pg. 30 Attachment: February 8, 2011 Staff Report (5590 : Award Construction Contract for Street Lighting Modernization Program - Package 3) Multi-Year Street Light Conversion Program Symbol ~ From 5KV Series Systems to 120V Multiple Systems t~r~.~~ p~' t ~w emv. . ar -"' "~+ a awn EXisfftrq. o e~it B J m er m h mr r ~~' EMSNnga 3 YPIE 8i ~ gJ r ~ CJ n~§P N~S~f~ep~f A l' `y m•N JIWNMO8iJ~ a 8! ~J1 FP NCETIXI mrx ~I;e.~. G ~~ yn DAN Bi 8 l~ i vsw ~ i i Tar a ~ ~~Q mx ~ urH I j ) w y x Y'" 0.WEPFBW ¢py J. ano m m ~ Po uro5r op D.: RIBT ~6f 6 yy anrt R 9N0 { 8 d F y mx ~ar 9 mar ' e' 3 mTM ~ ma n Br 6 k imx y imx A ar, ei J .m w am_ rt ~ y~y yw m y a i m fnn nr 1TN Br jjyy9~ YB ~8; w six mm m d ! n~y~~,c ,,.,,~, m 4°Con~r~act Package ra sr um r m C~~ ~ ,, ~ ,y ~r'' i ~e _ 0.o a. n' '~saana, _. ~~5? N Package F;.<~z, 4 n~ 4 5.A.c Packet Pg. 31 Attachment: February 8, 2011 Staff Report (5590 : Award Construction Contract for Street Lighting 5.A.c Packet Pg. 32 Attachment: February 8, 2011 Staff Report (5590 : Award Construction Contract for Street Lighting Modernization Program - Package 3) 5.A.d Packet Pg. 33 Attachment: Original PSA 9337 Willdan (5590 : Award Construction Contract for Street Lighting Modernization Program - Package 3) 5.A.d Packet Pg. 34 Attachment: Original PSA 9337 Willdan (5590 : Award Construction Contract for Street Lighting Modernization Program - Package 3) 5.A.d Packet Pg. 35 Attachment: Original PSA 9337 Willdan (5590 : Award Construction Contract for Street Lighting Modernization Program - Package 3) 5.A.d Packet Pg. 36 Attachment: Original PSA 9337 Willdan (5590 : Award Construction Contract for Street Lighting Modernization Program - Package 3) 5.A.d Packet Pg. 37 Attachment: Original PSA 9337 Willdan (5590 : Award Construction Contract for Street Lighting Modernization Program - Package 3) 5.A.d Packet Pg. 38 Attachment: Original PSA 9337 Willdan (5590 : Award Construction Contract for Street Lighting Modernization Program - Package 3) 5.A.d Packet Pg. 39 Attachment: Original PSA 9337 Willdan (5590 : Award Construction Contract for Street Lighting Modernization Program - Package 3) 5.A.d Packet Pg. 40 Attachment: Original PSA 9337 Willdan (5590 : Award Construction Contract for Street Lighting Modernization Program - Package 3) 5.A.d Packet Pg. 41 Attachment: Original PSA 9337 Willdan (5590 : Award Construction Contract for Street Lighting Modernization Program - Package 3) 5.A.d Packet Pg. 42 Attachment: Original PSA 9337 Willdan (5590 : Award Construction Contract for Street Lighting Modernization Program - Package 3) 5.A.d Packet Pg. 43 Attachment: Original PSA 9337 Willdan (5590 : Award Construction Contract for Street Lighting Modernization Program - Package 3) 5.A.d Packet Pg. 44 Attachment: Original PSA 9337 Willdan (5590 : Award Construction Contract for Street Lighting Modernization Program - Package 3) 5.A.d Packet Pg. 45 Attachment: Original PSA 9337 Willdan (5590 : Award Construction Contract for Street Lighting Modernization Program - Package 3) 5.A.d Packet Pg. 46 Attachment: Original PSA 9337 Willdan (5590 : Award Construction Contract for Street Lighting Modernization Program - Package 3) 5.A.d Packet Pg. 47 Attachment: Original PSA 9337 Willdan (5590 : Award Construction Contract for Street Lighting Modernization Program - Package 3) 5.A.d Packet Pg. 48 Attachment: Original PSA 9337 Willdan (5590 : Award Construction Contract for Street Lighting Modernization Program - Package 3) 5.A.d Packet Pg. 49 Attachment: Original PSA 9337 Willdan (5590 : Award Construction Contract for Street Lighting Modernization Program - Package 3) 5.A.d Packet Pg. 50 Attachment: Original PSA 9337 Willdan (5590 : Award Construction Contract for Street Lighting Modernization Program - Package 3) 5.A.d Packet Pg. 51 Attachment: Original PSA 9337 Willdan (5590 : Award Construction Contract for Street Lighting Modernization Program - Package 3) 5.A.d Packet Pg. 52 Attachment: Original PSA 9337 Willdan (5590 : Award Construction Contract for Street Lighting Modernization Program - Package 3) 5.A.d Packet Pg. 53 Attachment: Original PSA 9337 Willdan (5590 : Award Construction Contract for Street Lighting Modernization Program - Package 3) 5.A.d Packet Pg. 54 Attachment: Original PSA 9337 Willdan (5590 : Award Construction Contract for Street Lighting Modernization Program - Package 3) 5.A.d Packet Pg. 55 Attachment: Original PSA 9337 Willdan (5590 : Award Construction Contract for Street Lighting Modernization Program - Package 3) 5.A.d Packet Pg. 56 Attachment: Original PSA 9337 Willdan (5590 : Award Construction Contract for Street Lighting Modernization Program - Package 3) 5.A.d Packet Pg. 57 Attachment: Original PSA 9337 Willdan (5590 : Award Construction Contract for Street Lighting Modernization Program - Package 3) 5.A.d Packet Pg. 58 Attachment: Original PSA 9337 Willdan (5590 : Award Construction Contract for Street Lighting Modernization Program - Package 3) 5.A.d Packet Pg. 59 Attachment: Original PSA 9337 Willdan (5590 : Award Construction Contract for Street Lighting Modernization Program - Package 3) 5.A.d Packet Pg. 60 Attachment: Original PSA 9337 Willdan (5590 : Award Construction Contract for Street Lighting Modernization Program - Package 3) 5.A.d Packet Pg. 61 Attachment: Original PSA 9337 Willdan (5590 : Award Construction Contract for Street Lighting Modernization Program - Package 3) 5.A.d Packet Pg. 62 Attachment: Original PSA 9337 Willdan (5590 : Award Construction Contract for Street Lighting Modernization Program - Package 3) 5.A.d Packet Pg. 63 Attachment: Original PSA 9337 Willdan (5590 : Award Construction Contract for Street Lighting Modernization Program - Package 3) 5.A.d Packet Pg. 64 Attachment: Original PSA 9337 Willdan (5590 : Award Construction Contract for Street Lighting Modernization Program - Package 3) 5.A.d Packet Pg. 65 Attachment: Original PSA 9337 Willdan (5590 : Award Construction Contract for Street Lighting Modernization Program - Package 3) 5.A.d Packet Pg. 66 Attachment: Original PSA 9337 Willdan (5590 : Award Construction Contract for Street Lighting Modernization Program - Package 3) 5.A.d Packet Pg. 67 Attachment: Original PSA 9337 Willdan (5590 : Award Construction Contract for Street Lighting Modernization Program - Package 3) 1 August 2017 FIRST MODIFICATION OF DESIGN CONSULTANT PROFESSIONAL SERVICES AGREEMENT NO. 9337 (CCS) This First Modification of Agreement Number 9337 (CCS) (“First Modification”), en- tered into as of ______________, by and between the City of Santa Monica, a munici- pal corporation (“City”), and Willdan Engineering (“Willdan”) is made with reference to the following: RECITALS A. On or about July 5, 2011, the City and Willdan entered into Agreement Number 9337 (CCS) for design consultant professional services on the following Project: SP2121 STREET LIGHTING DESIGN SERVICES. B. The City and Willdan desire to modify the Original Agreement to clarify the agree- ment duration and project scope, and update consultant billing rates. TERMS AND CONDITIONS Now, therefore, the undersigned parties do hereby mutually agree to modify the Origi- nal Agreement as follows: 1. Article 2.1.3 of the Original Agreement entitled “Agreement Duration” shall be deleted in its entirety and replaced with the following paragraph: Agreement Duration. This Agreement begins on the Execution Date and terminates on December 31, 2024 (“Expiration Date”), unless sooner terminated or extended in accordance with the provisions of the Agreement. In the event of delays in the performance of the ser- vices beyond the control of the Design Consultant, the City may, at its sole and complete discretion, extend the Expiration Date for a limited time period in writing pursuant to a Notice of Extension issued by the Director of Public Works, City Engineer, Capital Program Man- ager, or other designee of the City Manager. The Notice of Extension shall specify the revised Expiration Date, and must be issued prior to Expiration Date of the Agreement.” 2. Article 3.1 of the Original Agreement entitled “Additional Services” shall be modi- fied by adding the following paragraph: Willdan will perform all of the additional services described in Exhibit A-1, Additional Services. Willdan will complete the Additional Services in accordance with Exhibit B-1, Budget Modification 1 Additional Ser- vices. 3. Article 5.1.1 of the Original Agreement entitled “Design Consultant’s Fee” shall be modified by adding the following paragraph: Design Consultant’s Fee. The City will compensate Willdan for the ad- ditional services described in Exhibit A-1 in an amount not to exceed DocuSign Envelope ID: B7656BCE-74FA-4E9D-AC2C-53428AD0BD81 10/18/2021 5.A.e Packet Pg. 68 Attachment: PSA #9337 Modification #1 (5590 : Award Construction Contract for Street Lighting Modernization Program - Package 3) 2 August 2017 ONE HUNDRED SIXTY-THREE THOUSAND NINE HUNDRED SEVENTY-NINE DOLLARS ($163,979), as set forth in Exhibit B-1, Budget Modification 1 Additional Services. The total contract price for services pursuant to the Original Agreement and this First Modifica- tion shall not exceed FOUR HUNDRED TWENTY-NINE THOUSAND DOLLARS ($429,000). 4.Exhibit B-1, Budget Modification 1 Additional Services, and Exhibit A-1, Additional Services, are attached hereto and incorporated herein by this reference. 5.Except as expressly modified by this First Modification, all other terms and condi- tions of the Original Agreement shall be and remain in full force and effect. IN WITNESS WHEREOF, the parties have executed this First Modification as of the date and year first written above. ATTEST: ______________________________ DENISE ANDERSON-WARREN City Clerk APPROVED AS TO FORM: ______________________________ JOSEPH LAWRENCE Interim City Attorney CITY OF SANTA MONICA, a municipal corporation By: ______________________________ DAVID WHITE City Manager Willdan Engineering ________________________________ DocuSign Envelope ID: B7656BCE-74FA-4E9D-AC2C-53428AD0BD81 10/11/2021 President 10/13/2021 Vanessa Munoz 10/18/202110/25/2021 5.A.e Packet Pg. 69 Attachment: PSA #9337 Modification #1 (5590 : Award Construction Contract for Street Lighting Modernization Program - Package 3) September 16, 2021 Mr. Robert Zak, P.E. Civil Engineer City of Santa Monica Civil Engineering Division 1685 Main Street Santa Monica, CA 90401 Via email to: Robert.Zak@Santamonica.gov Subject: Proposal to Provide Professional Engineering Design Services for the Conversion of Existing 5KV Series Circuit Street Lighting Systems on Various Streets to 120V Multiple Circuit Street Lighting Systems (Packages 4 & 5) and SCE Utility Coordination for Package 3 Dear Mr. Zak: Willdan Engineering is pleased to submit this proposal to provide professional engineering design services for the conversion of existing 5KV series circuit street lighting systems on various streets to 120V multiple circuit street lighting systems. We understand City staff has identified thirteen (13) existing 5KV series circuits in the northwest part of the City to convert to 120V multiple circuit systems. These converted circuits will be combined to create Contract Packages 4 and 5 under the City’s multi-year street lighting conversion program. The conversion of the 5KV series circuits to 120V multiple circuits will require removal or abandonment of the existing 5KV infrastructure including wiring, conduit, pull boxes, services and luminaries; and the installation of new conduit, wiring, pull boxes, services and LED luminaries. The project limits of each Contract Package are listed below: Contract Package 4 Circuit Number Location Approx. Length (ft.) 23 22nd Street – Montana to Washington 21st Street – Montana to Idaho 3,184 45 Montana Ave – 12th Street to 17th Street 4,153 84 Montana Ave – 7th Street to 12th Street 4,258 114 16th Street – Santa Monica to Colorado 1,718 9 Stanford Street – Montana to Washington 1,498 91 15th & 16th Streets – Wilshire to Arizona Arizona Ave – 15th to 16th Ct. 2,409 Total 17,220 Exhibit A-1 DocuSign Envelope ID: B7656BCE-74FA-4E9D-AC2C-53428AD0BD81 5.A.e Packet Pg. 70 Attachment: PSA #9337 Modification #1 (5590 : Award Construction Contract for Street Lighting Modernization Program - Package 3) City of Santa Monica Street Lighting Design Packages 4 & 5 September 16, 2021 Page 2 Contract Package 5 Circuit Number Location Approx. Length (ft.) 4 25th Street – San Vicente to Montana 5,201 5 24th Street – San Vicente to Montana 5,309 6 23rd Street – San Vicente to Montana 5,550 21 18th & 19th Streets – San Vicente to Montana 11,362 8 22nd Street – San Vicente to Montana 5,470 11 21st Place – San Vicente to Montana 5,479 13 20th & 21st Streets – San Vicente to Montana 10,976 Total 49,347 Additionally, the City has requested Willdan to resume utility coordination with Southern California Edison (SCE) to finalize Package 3 service feed points. The design for Package 3 is complete pending final service maps from SCE. We also understand that our existing Professional Services Agreement No. 9337 with the City for street lighting design services has a remaining budget of $163,979. In order to stay within the remaining budget, our scope of services will include SCE utility coordination for Package 3, complete PS&E design for Package 4, and preliminary design for Package 5. A separate proposal will be submitted to complete the final design of Package 5 and provide engineering support during construction for Packages 2, 3, 4, and 5. The following is our scope of work, schedule and fee: SCOPE OF WORK SCE Utility Coordination for Package 3 1. Resume coordination of new service feed point locations with Southern California Edison (SCE) for Package 3 design. Once service locations have been established and confirmed with SCE and final design maps have been issued, that information will be incorporated into the final Package 3 street lighting plans. Exhibit A-1 DocuSign Envelope ID: B7656BCE-74FA-4E9D-AC2C-53428AD0BD81 5.A.e Packet Pg. 71 Attachment: PSA #9337 Modification #1 (5590 : Award Construction Contract for Street Lighting Modernization Program - Package 3) City of Santa Monica Street Lighting Design Packages 4 & 5 September 16, 2021 Page 3 Plans, Specifications, and Estimates (PS&E) for Package 4 1. Meet with the City staff to review specific street lighting design and construction requirements. Obtain record drawings of utility plans, roadway plans, and street lighting plans. 2. Conduct a field review of the entire project limits to verify the accuracy and completeness of existing street lighting data. Topographic features will also be noted which may affect the design of the lighting system. These features include catch basins, trees, utilities, existing streetlights, pull boxes, etc. 3. Mail notices to utility companies in accordance with City’s procedures. Documentation of contacts and responses will be copied to the City. Willdan Engineering will prepare utility notices and deliver them to the City for mailing under City letterhead. If so desired by the City, Willdan Engineering can transmit these notices under Willdan Engineering’s letterhead; however, the City shall be responsible for any fees assessed to Willdan Engineering by the utility companies. In either case, all responses, questions, and correspondence from the utility companies will be addressed to Willdan Engineering’s utility coordinator. 4. Coordinate new service point locations with Southern California Edison (SCE) for Package 4 design. Once service locations have been established and confirmed with SCE and final design maps have been issued, that information will be incorporated into the final Package 4 street lighting plans. 5. Prepare twelve (12) street lighting electrical design plans at 1”=40’ scale on AutoCAD 2018, stamped and signed by a Registered Engineer. The new street lighting will be designed as a 120V multiple circuit street lighting system. The final construction plans shall identify all work to be done, with clear call-outs, construction notes and general notes referencing materials, sizes, depths, distances, dimensions, quantities and manufacturer model numbers for the construction of a fully functional street lighting system consistent with best principles and practices. The construction plans shall include but not be limited to the following: a. Title Sheet, including vicinity and location maps; b. General and Construction Notes Sheet; c. Symbols and Abbreviations Sheet (may be combined with other sheets); d. Electrical Plan Sheets; with load calculations and circuit diagrams where applicable. We estimate that Package 4 will consist of 12 electrical plan sheets. 6. Provide technical specifications for the installation of the new 120V street lighting systems including conduits, wiring, pull boxes, foundations, luminaries, services, cabinets and other appurtenant components consistent with best practices for street lighting construction. The above technical specifications shall ONLY be required where they differ from the relevant standards and practices defined in the latest edition of the Exhibit A-1 DocuSign Envelope ID: B7656BCE-74FA-4E9D-AC2C-53428AD0BD81 5.A.e Packet Pg. 72 Attachment: PSA #9337 Modification #1 (5590 : Award Construction Contract for Street Lighting Modernization Program - Package 3) City of Santa Monica Street Lighting Design Packages 4 & 5 September 16, 2021 Page 4 “Standard Plans for Public Works Construction” (GREENBOOK) and “Standard Plans for Public Works Construction”. 7. Prepare construction cost estimate for the street lighting design. 8. Submit 90% and 100% PS&E to the City for review and comments. 9. Upon receipt of final comments, make final revisions and submit final PS&E with the plans plotted on mylar for City advertisement and bidding. Preliminary Design for Package 5 1. Meet with the City staff to review specific street lighting design and construction requirements. Obtain record drawings of utility plans, roadway plans, and street lighting plans. 2. Conduct a field review of the entire project limits to verify the accuracy and completeness of existing street lighting data. Topographic features will also be noted which may affect the design of the lighting system. These features include catch basins, trees, utilities, existing streetlights, pull boxes, etc. 3. Mail notices to utility companies in accordance with City’s procedures. Documentation of contacts and responses will be copied to the City. Willdan Engineering will prepare utility notices and deliver them to the City for mailing under City letterhead. If so desired by the City, Willdan Engineering can transmit these notices under Willdan Engineering’s letterhead; however, the City shall be responsible for any fees assessed to Willdan Engineering by the utility companies. In either case, all responses, questions, and correspondence from the utility companies will be addressed to Willdan Engineering’s utility coordinator. 4. Coordinate new service point locations with Southern California Edison (SCE) for Package 5 design. Once service locations have been established and confirmed with SCE and final design maps have been issued, that information will be incorporated into the final Package 5 street lighting plans. 5. Prepare preliminary design level street lighting electrical design plans at 1”=40’ scale on AutoCAD 2018. We estimate that Package 5 will consist of 20 street lighting plan sheets. The new street lighting will be designed as a 120V multiple circuit street lighting system. The preliminary construction plans shall depict all proposed work to be done, with general notes referencing materials, sizes, depths, distances, dimensions, quantities and manufacturer model numbers for the construction of a fully functional street lighting system consistent with best principles and practices. The construction plans shall include but not be limited to the following: a. Title Sheet, including vicinity and location maps; b. General and Construction Notes Sheet; c. Symbols and Abbreviations Sheet (may be combined with other sheets); Exhibit A-1 DocuSign Envelope ID: B7656BCE-74FA-4E9D-AC2C-53428AD0BD81 5.A.e Packet Pg. 73 Attachment: PSA #9337 Modification #1 (5590 : Award Construction Contract for Street Lighting Modernization Program - Package 3) City of Santa Monica Street Lighting Design Packages 4 & 5 September 16, 2021 Page 5 d. Electrical Plan Sheets; with load calculations and circuit diagrams where applicable. We anticipate one submittal to the City as a progress/status and overall layout check. Construction notes, call-outs, and details will be added during the final design phase of Package 5 (under a separate proposal) and included in the 90% PS&E submittal to the City for review. 6. Prepare preliminary construction cost estimate for the street lighting design. FEE We propose to provide the street lighting design services for a not-to-exceed fee of $163,979 based on the enclosed breakdown. This fee is based on our current 2021/2022 hourly rate schedule. Our original rate schedule that was included in Profession Services Agreement No. 9337 for street lighting design services is 10 years old. SCHEDULE Package 4 90% PS&E can be completed for review within 24 weeks from a Notice-to-Proceed. Final Package 4 PS&E can be completed within 8 weeks of receipt of City comments. and Package 5 preliminary plans and estimate can be completed for review within 20 weeks from a Notice-to-Proceed. Please indicate the City’s approval and authorization to proceed by either printing out and signing two originals and returning one hardcopy original to our office, or by scanning one signed original and returning it by e-mail. Thank you for the opportunity to be of service to the City of Santa Monica. We recognize the importance of this project and are committed to realizing its timely and successful completion. Should you have any questions regarding this proposal, please contact Ms. Vanessa Muñoz at (562) 368-4848 or Mr. Jeff Lau at (562) 364-8526. Respectfully submitted, Approval and Authorization to Proceed By: WILLDAN ENGINEERING CITY OF SANTA MONICA Vanessa Muñoz, PE, TE, PTOE President/Director of Engineering Signature Date Enclosure 910005/WW.00.60/P21-303R1_22400 Exhibit A-1 DocuSign Envelope ID: B7656BCE-74FA-4E9D-AC2C-53428AD0BD81 5.A.e Packet Pg. 74 Attachment: PSA #9337 Modification #1 (5590 : Award Construction Contract for Street Lighting Modernization Program - Package 3) Exhibit B-1 DocuSign Envelope ID: B7656BCE-74FA-4E9D-AC2C-53428AD0BD81 5.A.e Packet Pg. 75 Attachment: PSA #9337 Modification #1 (5590 : Award Construction Contract for Street Lighting Modernization Program - Package 3) ACUHolder Identifier : 7777777707070700077761616045571110776617006304557307553127673506210073641577147321120767150513067511207463140227265512070632265620277710755736703712267607744415716274570076727242035772000777777707000707007 7777777707070700073525677115456000723111506136102007022326253073111070232362431730000712223734216211107022236243063111070223362421621110712333634207310007033336243172111077756163351765540777777707000707007Certificate No :570084807911CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DD/YYYY) 11/02/2020 IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. PRODUCER Aon Risk Insurance Services West, Inc. Los Angeles CA Office 707 Wilshire Boulevard Suite 2600 Los Angeles CA 90017-0460 USA PHONE (A/C. No. Ext): E-MAIL ADDRESS: INSURER(S) AFFORDING COVERAGE NAIC # (866) 283-7122 INSURED 25674Travelers Property Cas Co of AmericaINSURER A: 19437Lexington Insurance CompanyINSURER B: INSURER C: INSURER D: INSURER E: INSURER F: FAX (A/C. No.):(800) 363-0105 CONTACT NAME: Willdan Engineering 2401 East Katella Avenue Suite 300 Anaheim CA 92806 USA COVERAGES CERTIFICATE NUMBER:570084807911 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.Limits shown are as requested POLICY EXP (MM/DD/YYYY) POLICY EFF (MM/DD/YYYY) SUBR WVD INSR LTR ADDL INSD POLICY NUMBER TYPE OF INSURANCE LIMITS COMMERCIAL GENERAL LIABILITY CLAIMS-MADE OCCUR POLICY LOC EACH OCCURRENCE DAMAGE TO RENTED PREMISES (Ea occurrence) MED EXP (Any one person) PERSONAL & ADV INJURY GENERAL AGGREGATE PRODUCTS - COMP/OP AGG X X X X X GEN'L AGGREGATE LIMIT APPLIES PER: $1,000,000 $1,000,000 $15,000 $1,000,000 $2,000,000 $2,000,000 Employee Benefits Liability Contractual Liability Included A 11/09/2020 11/09/20216307J366586TIL20 PRO- JECT OTHER: AUTOMOBILE LIABILITY ANY AUTO OWNED AUTOS ONLY SCHEDULED AUTOS HIRED AUTOS ONLY NON-OWNED AUTOS ONLY BODILY INJURY ( Per person) PROPERTY DAMAGE (Per accident) X BODILY INJURY (Per accident) $1,000,000A11/09/2020 11/09/2021 COMBINED SINGLE LIMIT (Ea accident) 810-7N676545-20-43-G EXCESS LIAB OCCUR CLAIMS-MADE AGGREGATE EACH OCCURRENCE DED UMBRELLA LIAB RETENTION E.L. DISEASE-EA EMPLOYEE E.L. DISEASE-POLICY LIMIT E.L. EACH ACCIDENT $1,000,000 X OTH- ER PER STATUTEA11/09/2020 11/09/2021 $1,000,000 Y / N (Mandatory in NH) ANY PROPRIETOR / PARTNER / EXECUTIVE OFFICER/MEMBER EXCLUDED?N / AN WORKERS COMPENSATION AND EMPLOYERS' LIABILITY If yes, describe under DESCRIPTION OF OPERATIONS below $1,000,000 UB0L6636782043G Aggregate02817491211/09/2020 11/09/2021 SIR applies per policy terms & conditions $1,000,000Per Claim Archit&Eng ProfB $2,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) Re: Street lighting design services (SP2121), PSA 9337 (CCS) City of Santa Monica, its officers, officials, employees, and volunteers are included as additional insured as respects to General and Auto Liability; Primary and Non-Contributing coverage, Waiver of Subrogation applies to GL & Auto Liability; and Waiver of subrogation for Work Comp is included in accordance with GL, AL and WC policy provisions. (INDUSTRY). General Liability policy excludes claims arising out of the performance of professional services. Independent Contractors are included as respects to General Liability. CANCELLATIONCERTIFICATE HOLDER AUTHORIZED REPRESENTATIVECity of Santa Monica Allan - Dept. of Public Works 1437 4th Street #300 Santa Monica CA 90401 USA ACORD 25 (2016/03) ©1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. DocuSign Envelope ID: B7656BCE-74FA-4E9D-AC2C-53428AD0BD81 5.A.e Packet Pg. 76 Attachment: PSA #9337 Modification #1 (5590 : Award Construction Contract for Street Lighting Modernization Program - Package 3)                                                                                                                                                                                                                                                                                                                                                                                                                                                                                                                                                                                                                                                         Policy Number: 630-7J366586-TIL-20 DocuSign Envelope ID: B7656BCE-74FA-4E9D-AC2C-53428AD0BD81 5.A.e Packet Pg. 77 Attachment: PSA #9337 Modification #1 (5590 : Award Construction Contract for Street Lighting Modernization Program - Package 3)                                                                                                                                                                                                                                                                                                                                                            DocuSign Envelope ID: B7656BCE-74FA-4E9D-AC2C-53428AD0BD81 5.A.e Packet Pg. 78 Attachment: PSA #9337 Modification #1 (5590 : Award Construction Contract for Street Lighting Modernization Program - Package 3) COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. XTEND ENDORSEMENT FOR ARCHITECTS, ENGINEERS AND SURVEYORS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART GENERAL DESCRIPTION OF COVERAGE – This endorsement broadens coverage. However, coverage for any injury, damage or medical expenses described in any of the provisions of this endorsement may be excluded or limited by another endorsement to this Coverage Part, and these coverage broadening provisions do not apply to the extent that coverage is excluded or limited by such an endorsement. The following listing is a general coverage description only. Read all the provisions of this endorsement and the rest of your policy carefully to determine rights, duties, and what is and is not covered. A.Non-Owned Watercraft – 75 Feet Long Or Less H.Blanket Additional Insured – Governmental Entities – Permits Or Authorizations Relating ToB.Who Is An Insured – Unnamed Subsidiaries PremisesC.Who Is An Insured – Retired Partners, Members, I.Blanket Additional Insured – GovernmentalDirectors And Employees Entities – Permits Or Authorizations Relating ToD.Who Is An Insured – Employees And Volunteer OperationsWorkers – Bodily Injury To Co-Employees, Co- J.Incidental Medical MalpracticeVolunteer Workers And Retired Partners, Members, Directors And Employees K.Medical Payments – Increased Limit E.Who Is An Insured – Newly Acquired Or Formed L.Amendment Of Excess Insurance Condition – Limited Liability Companies Professional Liability F.Blanket Additional Insured – Controlling Interest M.Blanket Waiver Of Subrogation – When Required By Written Contract Or AgreementG.Blanket Additional Insured – Mortgagees, Assignees, Successors Or Receivers N.Contractual Liability – Railroads PROVISIONS uses or is responsible for the use of a watercraft that you do not own that is:A. NON-OWNED WATERCRAFT – 75 FEET (1)75 feet long or less; andLONG OR LESS (2)Not being used to carry any person1.The following replaces Paragraph (2)of or property for a charge;Exclusion g.,Aircraft, Auto Or Watercraft, in Paragraph 2.of SECTION I –B. WHO IS AN INSURED – UNNAMED COVERAGES – COVERAGE A – BODILY SUBSIDIARIES INJURY AND PROPERTY DAMAGE The following is added to SECTION II – WHO ISLIABILITY:AN INSURED: (2)A watercraft you do not own that is:Any of your subsidiaries, other than a partnership(a)75 feet long or less; and or joint venture, that is not shown as a Named (b)Not being used to carry any person Insured in the Declarations is a Named Insured or property for a charge;if: 2.The following replaces Paragraph 2.e.of a.You are the sole owner of, or maintain an SECTION II – WHO IS AN INSURED:ownership interest of more than 50% in, such subsidiary on the first day of the policye.Any person or organization that, with period; andyour express or implied consent, either CG D3 79 02 19 ú 2017 The Travelers Indemnity Company. All rights reserved.Page 1 of 6 Includes copyrighted material of Insurance Services Office, Inc. with its permission. POLICY NUMBER: 630-7J366586-TIL-20 DocuSign Envelope ID: B7656BCE-74FA-4E9D-AC2C-53428AD0BD81 5.A.e Packet Pg. 79 Attachment: PSA #9337 Modification #1 (5590 : Award Construction Contract for Street Lighting Modernization Program - Package 3) COMMERCIAL GENERAL LIABILITY Unless you are in the business or occupationb.Such subsidiary is not an insured under of providing professional health caresimilar other insurance. services, Paragraphs (1)(a),(b),(c)and (d)No such subsidiary is an insured for "bodily above do not apply to "bodily injury" arisinginjury" or "property damage" that occurred, or out of providing or failing to provide first aid"personal and advertising injury" caused by an or "Good Samaritan services" by any of youroffense committed:retired partners, members, directors or a.Before you maintained an ownership interest "employees", other than a doctor. Any such of more than 50% in such subsidiary; or retired partners, members, directors or "employees" providing or failing to provideb.After the date, if any, during the policy period first aid or "Good Samaritan services" duringthat you no longer maintain an ownership their work hours for you will be deemed to beinterest of more than 50% in such subsidiary.acting within the scope of their employmentFor purposes of Paragraph 1.of Section II – Who by you or performing duties related to theIs An Insured, each such subsidiary will be conduct of your business.deemed to be designated in the Declarations as:(2)"Personal injury": a.A limited liability company;(a)To you, to your current or retired b.An organization other than a partnership,partners or members (if you are ajoint venture or limited liability company; or partnership or joint venture), to your current or retired members (if you are ac.A trust; limited liability company), to your otheras indicated in its name or the documents that current or retired directors orgovern its structure."employees" while in the course of his or her employment or performing dutiesC. WHO IS AN INSURED – RETIRED PARTNERS, related to the conduct of your business,MEMBERS, DIRECTORS AND EMPLOYEES or to your other "volunteer workers"The following is added to Paragraph 2.of while performing duties related to theSECTION II – WHO IS AN INSURED:conduct of your business; Any person who is your retired partner, member,(b)To the spouse, child, parent, brother or director or "employee" that is performing services sister of that current or retired partner, for you under your direct supervision, but only for member, director, "employee" or "volunteer worker" as a consequence ofacts within the scope of their employment by you Paragraph (2)(a)above;or while performing duties related to the conduct of your business. However, no such retired (c)For which there is any obligation to partner, member, director or "employee" is an share damages with or repay someone else who must pay damages because ofinsured for: the injury described in Paragraph (2)(a) (1)"Bodily injury":or (b)above; or (a)To you, to your current partners or (d)Arising out of his or her providing ormembers (if you are a partnership or failing to provide professional health carejoint venture), to your current members services.(if you are a limited liability company) or (3)"Property damage" to property:to your current directors; (a)Owned, occupied or used by; or(b)To the spouse, child, parent, brother or sister of that current partner, member or (b)Rented to, in the care, custody or controldirector as a consequence of Paragraph of, or over which physical control is(1)(a)above;being exercised for any purpose by; (c)For which there is any obligation to you, any of your retired partners, membersshare damages with or repay someone or directors, your current or retiredelse who must pay damages because of "employees" or "volunteer workers", anythe injury described in Paragraph (1)(a) current partner or member (if you are aor(b)above; or partnership or joint venture), or any current(d)Arising out of his or her providing or member (if you are a limited liabilityfailing to provide professional health care company) or current director.services. Page 2 of 6 ú 2017 The Travelers Indemnity Company. All rights reserved.CG D3 79 02 19 Includes copyrighted material of Insurance Services Office, Inc. with its permission. DocuSign Envelope ID: B7656BCE-74FA-4E9D-AC2C-53428AD0BD81 5.A.e Packet Pg. 80 Attachment: PSA #9337 Modification #1 (5590 : Award Construction Contract for Street Lighting Modernization Program - Package 3) COMMERCIAL GENERAL LIABILITY D. WHO IS AN INSURED – EMPLOYEES AND organization will be deemed to be VOLUNTEER WORKERS – BODILY INJURY designated in the Declarations as: TO CO-EMPLOYEES, CO-VOLUNTEER a.A limited liability company;WORKERS AND RETIRED PARTNERS, b.An organization other than a partnership,MEMBERS, DIRECTORS AND EMPLOYEES joint venture or limited liability company;The following is added to Paragraph 2.a.(1)of orSECTION II – WHO IS AN INSURED: c.A trust;Paragraphs (1)(a),(b)and (c)above do not as indicated in its name or the documentsapply to "bodily injury" to a current or retired co-that govern its structure."employee" while in the course of the co- "employee's" employment by you or performing F. BLANKET ADDITIONAL INSURED – duties related to the conduct of your business, or CONTROLLING INTEREST to "bodily injury" to your other "volunteer 1.The following is added to SECTION II –workers" or retired partners, members or WHO IS AN INSURED:directors while performing duties related to the Any person or organization that has financialconduct of your business.control of you is an insured with respect toE. WHO IS AN INSURED – NEWLY ACQUIRED liability for "bodily injury", "property damage"OR FORMED LIMITED LIABILITY COMPANIES or "personal and advertising injury" that The following replaces Paragraph 3.of arises out of: SECTION II – WHO IS AN INSURED:a.Such financial control; or 3.Any organization you newly acquire or form,b.Such person's or organization'sother than a partnership or joint venture, and ownership, maintenance or use ofof which you are the sole owner or in which premises leased to or occupied by you.you maintain an ownership interest of more The insurance provided to such person orthan 50%, will qualify as a Named Insured if organization does not apply to structuralthere is no other similar insurance available alterations, new construction or demolitionto that organization. However:operations performed by or on behalf of sucha.Coverage under this provision is person or organization.afforded only: 2.The following is added to Paragraph 4.of(1)Until the 180th day after you acquire SECTION II – WHO IS AN INSURED:or form the organization or the end This paragraph does not apply to anyof the policy period, whichever is premises owner, manager or lessor that hasearlier, if you do not report such financial control of you.organization in writing to us within 180 days after you acquire or form it;G. BLANKET ADDITIONAL INSURED – or MORTGAGEES, ASSIGNEES, SUCCESSORS OR RECEIVERS(2)Until the end of the policy period, when that date is later than 180 days The following is added to SECTION II – WHO ISafter you acquire or form such AN INSURED:organization, if you report such Any person or organization that is a mortgagee,organization in writing to us within assignee, successor or receiver and that you180 days after you acquire or form it; have agreed in a written contract or agreementb.Coverage A does not apply to "bodily to include as an additional insured on thisinjury" or "property damage" that Coverage Part is an insured, but only withoccurred before you acquired or formed respect to its liability as mortgagee, assignee,the organization; and successor or receiver for "bodily injury", "property c.Coverage B does not apply to "personal damage" or "personal and advertising injury" and advertising injury" arising out of an that: offense committed before you acquired a.Is "bodily injury" or "property damage" thator formed the organization.occurs, or is "personal and advertising injury" For the purposes of Paragraph 1.of Section caused by an offense that is committed, II – Who Is An Insured, each such CG D3 79 02 19 ú 2017 The Travelers Indemnity Company. All rights reserved.Page 3 of 6 Includes copyrighted material of Insurance Services Office, Inc. with its permission. DocuSign Envelope ID: B7656BCE-74FA-4E9D-AC2C-53428AD0BD81 5.A.e Packet Pg. 81 Attachment: PSA #9337 Modification #1 (5590 : Award Construction Contract for Street Lighting Modernization Program - Package 3) COMMERCIAL GENERAL LIABILITY subsequent to the signing of that contract or openings, sidewalk vaults, elevators, street agreement; and banners or decorations. b.Arises out of the ownership, maintenance or I. BLANKET ADDITIONAL INSURED – use of the premises for which that GOVERNMENTAL ENTITIES – PERMITS mortgagee, assignee, successor or receiver OR AUTHORIZATIONS RELATING TO is required under that contract or agreement OPERATIONS to be included as an additional insured on The following is added to SECTION II – WHO ISthis Coverage Part.AN INSURED: The insurance provided to such mortgagee,Any governmental entity that has issued a permitassignee, successor or receiver is subject to the or authorization with respect to operationsfollowing provisions:performed by you or on your behalf and that you a.The limits of insurance provided to such are required by any ordinance, law, building code mortgagee, assignee, successor or receiver or written contract or agreement to include as an will be the minimum limits that you agreed to additional insured on this Coverage Part is an provide in the written contract or agreement, insured, but only with respect to liability for or the limits shown in the Declarations, "bodily injury", "property damage" or "personal whichever are less.and advertising injury" arising out of such operations.b.The insurance provided to such person or organization does not apply to:The insurance provided to such governmental entity does not apply to:(1)Any "bodily injury" or "property damage" that occurs, or any "personal and a.Any "bodily injury", "property damage" oradvertising injury" caused by an offense "personal and advertising injury" arising outthat is committed, after such contract or of operations performed for theagreement is no longer in effect; or governmental entity; or (2)Any "bodily injury", "property damage" or b.Any "bodily injury" or "property damage""personal and advertising injury" arising included in the "products-completedout of any structural alterations, new operations hazard".construction or demolition operations J. INCIDENTAL MEDICAL MALPRACTICEperformed by or on behalf of such 1.The following replaces Paragraph b.of themortgagee, assignee, successor or definition of "occurrence" in thereceiver. DEFINITIONS Section:H. BLANKET ADDITIONAL INSURED – b.An act or omission committed inGOVERNMENTAL ENTITIES – PERMITS OR providing or failing to provide "incidentalAUTHORIZATIONS RELATING TO PREMISES medical services", first aid or "GoodThe following is added to SECTION II – WHO IS Samaritan services" to a person, unlessAN INSURED:you are in the business or occupation of providing professional health careAny governmental entity that has issued a permit services.or authorization with respect to premises owned or occupied by, or rented or loaned to, you and 2.The following replaces the last paragraph of that you are required by any ordinance, law,Paragraph 2.a.(1)of SECTION II – WHO IS building code or written contract or agreement to AN INSURED: include as an additional insured on this Unless you are in the business or occupationCoverage Part is an insured, but only with of providing professional health carerespect to liability for "bodily injury", "property services, Paragraphs (1)(a),(b),(c)and (d)damage" or "personal and advertising injury"above do not apply to "bodily injury" arisingarising out of the existence, ownership, use,out of providing or failing to provide: maintenance, repair, construction, erection or (a)"Incidental medical services" by any ofremoval of any of the following for which that your "employees" who is a nurse,governmental entity has issued such permit or nurse assistant, emergency medicalauthorization: advertising signs, awnings,technician, paramedic, athletic trainer,canopies, cellar entrances, coal holes,audiologist, dietician, nutritionist,driveways, manholes, marquees, hoist away Page 4 of 6 ú 2017 The Travelers Indemnity Company. All rights reserved.CG D3 79 02 19 Includes copyrighted material of Insurance Services Office, Inc. with its permission. DocuSign Envelope ID: B7656BCE-74FA-4E9D-AC2C-53428AD0BD81 5.A.e Packet Pg. 82 Attachment: PSA #9337 Modification #1 (5590 : Award Construction Contract for Street Lighting Modernization Program - Package 3) COMMERCIAL GENERAL LIABILITY that is available to any of your "employees"occupational therapist or occupational for "bodily injury" that arises out of providingtherapy assistant, physical therapist or or failing to provide "incidental medicalspeech-language pathologist; or services" to any person to the extent not(b)First aid or "Good Samaritan services"subject to Paragraph 2.a.(1)of Section II –by any of your "employees" or "volunteer Who Is An Insured.workers", other than an employed or volunteer doctor. Any such "employees"K. MEDICAL PAYMENTS – INCREASED LIMIT or "volunteer workers" providing or failing The following replaces Paragraph 7.ofto provide first aid or "Good Samaritan SECTION III – LIMITS OF INSURANCE:services" during their work hours for you 7.Subject to Paragraph 5.above, the Medicalwill be deemed to be acting within the scope of their employment by you or Expense Limit is the most we will pay under performing duties related to the conduct Coverage C for all medical expenses of your business.because of "bodily injury" sustained by any one person, and will be the higher of:3.The following replaces the last sentence of Paragraph 5.of SECTION III – LIMITS OF a.$10,000; orINSURANCE: b.The amount shown in the Declarations ofFor the purposes of determining the this Coverage Part for Medical Expenseapplicable Each Occurrence Limit, all related Limit.acts or omissions committed in providing or failing to provide "incidental medical L. AMENDMENT OF EXCESS INSURANCE services", first aid or "Good Samaritan CONDITION – PROFESSIONAL LIABILITYservices" to any one person will be deemed The following is added to Paragraph 4.b.,to be one "occurrence".Excess Insurance, of SECTION IV –4.The following exclusion is added to COMMERCIAL GENERAL LIABILITYParagraph2.,Exclusions, of SECTION I –CONDITIONS: COVERAGES – COVERAGE A – BODILY This insurance is excess over any of the otherINJURY AND PROPERTY DAMAGE insurance, whether primary, excess, contingentLIABILITY:or on any other basis, that is ProfessionalSale Of Pharmaceuticals Liability or similar coverage, to the extent the "Bodily injury" or "property damage" arising loss is not subject to the professional services out of the violation of a penal statute or exclusion of Coverage A or Coverage B. ordinance relating to the sale of M. BLANKET WAIVER OF SUBROGATION –pharmaceuticals committed by, or with the WHEN REQUIRED BY WRITTEN CONTRACTknowledge or consent of the insured.OR AGREEMENT5.The following is added to the DEFINITIONS The following is added to Paragraph 8.,TransferSection: Of Rights Of Recovery Against Others To Us,"Incidental medical services" means:of SECTION IV – COMMERCIAL GENERAL a.Medical, surgical, dental, laboratory, x-LIABILITY CONDITIONS: ray or nursing service or treatment,If the insured has agreed in a written contract oradvice or instruction, or the related agreement to waive that insured's right offurnishing of food or beverages; or recovery against any person or organization, we b.The furnishing or dispensing of drugs or waive our right of recovery against such personmedical, dental, or surgical supplies or or organization, but only for payments we makeappliances.because of: 6.The following is added to Paragraph 4.b.,a."Bodily injury" or "property damage" thatExcess Insurance, of SECTION IV –occurs; orCOMMERCIAL GENERAL LIABILITY b."Personal and advertising injury" caused byCONDITIONS: an offense that is committed;This insurance is excess over any valid and subsequent to the signing of that contract orcollectible other insurance, whether primary, excess, contingent or on any other basis,agreement. CG D3 79 02 19 ú 2017 The Travelers Indemnity Company. All rights reserved.Page 5 of 6 Includes copyrighted material of Insurance Services Office, Inc. with its permission. DocuSign Envelope ID: B7656BCE-74FA-4E9D-AC2C-53428AD0BD81 5.A.e Packet Pg. 83 Attachment: PSA #9337 Modification #1 (5590 : Award Construction Contract for Street Lighting Modernization Program - Package 3) COMMERCIAL GENERAL LIABILITY N. CONTRACTUAL LIABILITY – RAILROADS 1.The following replaces Paragraph c.of the definition of "insured contract" in the DEFINITIONS Section: c.Any easement or license agreement; 2.Paragraph f.(1)of the definition of "insured contract" in the DEFINITIONS Section is deleted. Page 6 of 6 ú 2017 The Travelers Indemnity Company. All rights reserved.CG D3 79 02 19 Includes copyrighted material of Insurance Services Office, Inc. with its permission. DocuSign Envelope ID: B7656BCE-74FA-4E9D-AC2C-53428AD0BD81 5.A.e Packet Pg. 84 Attachment: PSA #9337 Modification #1 (5590 : Award Construction Contract for Street Lighting Modernization Program - Package 3)                                                                                                                                                                                                                                               POLICY NUMBER: 630-7J366586-TIL-20 DocuSign Envelope ID: B7656BCE-74FA-4E9D-AC2C-53428AD0BD81 5.A.e Packet Pg. 85 Attachment: PSA #9337 Modification #1 (5590 : Award Construction Contract for Street Lighting Modernization Program - Package 3) CITY OF SANTA MONICA LIVING WAGE ORDINANCE Certification for Providers of Services to the City of Santa Monica (Fiscal Year 21/22 – July 1, 2021 through June 30, 2022) TO BE COMPLETED BY ALL CONTRACTORS PROVIDING SERVICES TO THE CITY OF SANTA MONICA IN EXCESS OF $54,200 The City of Santa Monica Municipal Code Chapter 4.65, Living Wage Ordinance (LWO), establishes a Minimum Wage of $17.64 per hour for certain employees of contractors providing services to the City where services exceed $54,200 or more and requires that contractors also provide the same health care and other benefits to employees’ same sex spouses and domestic partners as are provided to other employees’ spouses. An employee covered by the LWO is any person who does not actually work as a manager, supervisor, or confidential employee, and who is not required to possess an occupational license. The Living Wage Ordinance applies the services sought pursuant to this bid and bidders are required to prepare and return the Living Wage Certification Form. If the bidder is selected, the bidder must maintain payroll records that include, at minimum, the full name of each employee providing services under the contract, job classification and rate of pay. Bids that fail to include Certification Forms may be considered non- responsive and excluded from further consideration. Please prepare the following certification if you are a contractor engaging in a contract for services with the City of Santa Monica in excess of $54,200. Your signature on this certification grants the City permission to review any and all payroll books and records and any company documents pertaining to the benefits offered to employees to assure your compliance with the LWO during the term of the contract. Please direct any questions to: City of Santa Monica Finance Department Attention: Living Wage Compliance Section 1685 Main Street, Mail Stop 09 Santa Monica, CA 90401 You can also contact staff regarding living wage ordinance questions by e-mail at finance.mailbox@smgov.net or by phone 310-458-8281. DocuSign Envelope ID: B7656BCE-74FA-4E9D-AC2C-53428AD0BD81 5.A.e Packet Pg. 86 Attachment: PSA #9337 Modification #1 (5590 : Award Construction Contract for Street Lighting Modernization Program - Package 3) CITY OF SANTA MONICA LIVING WAGE ORDINANCE CERTIFICATION July 1, 2021 through June 30, 2022 TO BE COMPLETED BY ALL CONTRACTORS PROVIDING SERVICES TO THE CITY OF SANTA MONICA IN EXCESS OF $54,200 MINIMUM WAGE - $17.64 per hour Please read, complete, and sign the following: THIS CONTRACT IS SUBJECT TO THE LIVING WAGE ORDINANCE THIS CONTRACT IS NOT SUBJECT TO THE LIVING WAGE ORDINANCE If this contract is not subject to the Living Wage Ordinance requirements, please note the reason below and attach supporting documentation for exemption. For example, in order to be exempt pursuant to a collective bargaining agreement, a signed collective bargaining agreement must be attached. (a) ________ contractor is a government agency and is exempt (b) ________ contractor is a City grantee and is exempt (c) ________ contractor is a non-profit corporation and is exempt (d) ________ contractor is an employer whose employees are covered by a bona fide collective bargaining agreement where the waiver is explicitly set forth in an agreement in clear and unambiguous terms (e) ________ contractor is a corporation providing banking services The undersigned, on behalf of himself or herself individually and on behalf of his or her business or organization, hereby certifies that he or she is fully aware of Santa Monica’s Living Wage Ordinance (LWO), and the applicability of the LWO, and the applicability of the subject contract, as determined herein. The undersigned further agrees to be bound by all terms of the LWO, as mandated in all sections of Santa Monica Municipal Code, Chapter 4.65. If, at any time during the term of the contract, the answers to the questions posed herein change so that Contractor would be subject to the LWO, Contractor will promptly notify the Director of Finance in writing. Contractor further understands and agrees that the failure to comply with the LWO, this certification, or the terms of the Contract as it applies to the LWO, shall constitute a default of the Contract, which shall be grounds for termination. City shall have the right to examine all books and records of the Contractor as they relate to compliance with the LWO. Payroll records shall at a minimum include the full name of each employee performing labor or providing services under the contract, job classification, and rate of pay. These statements are made under penalty of perjury under the laws of the State of California. Printed Name: _______________________________________Title: _______________________________ Signature: __________________________________________ Date: _______________________________ Contractor: ________________________________________ Bid Number (if applicable):_____________ Service Description: _______________________________________________________________________________________ _______________________________________________________________________________________ Equipping Projects Construction Management and Inspection for Olympic Water Transmission Main and Olympic Well SP2608 & SP2639Willdan Engineering 6/29/2021 Chris Baca, RCI, CESSWI Director, CM and Inspection X DocuSign Envelope ID: B7656BCE-74FA-4E9D-AC2C-53428AD0BD81 5.A.e Packet Pg. 87 Attachment: PSA #9337 Modification #1 (5590 : Award Construction Contract for Street Lighting Modernization Program - Package 3) SP2608 & SP2639 Olympic Water Transmission Main and Olympic Well Equipping Projects 22 5. Appendix DocuSign Envelope ID: B7656BCE-74FA-4E9D-AC2C-53428AD0BD81 5.A.e Packet Pg. 88 Attachment: PSA #9337 Modification #1 (5590 : Award Construction Contract for Street Lighting Modernization Program - Package 3) SP2608 & SP2639 Olympic Water Transmission Main and Olympic Well Equipping Projects 23 DocuSign Envelope ID: B7656BCE-74FA-4E9D-AC2C-53428AD0BD81 5.A.e Packet Pg. 89 Attachment: PSA #9337 Modification #1 (5590 : Award Construction Contract for Street Lighting Modernization Program - Package 3) 5.A.f Packet Pg. 90 Attachment: Oaks Form - ILB Electric (5590 : Award Construction Contract for Street Lighting Modernization Program - Package 3) 5.A.gPacket Pg. 91Attachment: Oaks Form - Willdan Engineering (5590 : Award Construction Contract for Street Lighting Modernization Program - Package 3) Exhibit “A” officers slate WE 6-9-2022 WILLDAN ENGINEERING SLATE OF OFFICERS June 9, 2022 Thomas D. Brisbin ................... Chairman of the Board Vanessa Munoz ........................ President, Chief Executive Officer; Director of Design Engineering Creighton K. Early ................... Chief Financial Officer, Treasurer Kate Nguyen ........................... Secretary Cathaleen D. Steele ................. Assistant Secretary 5.A.g Packet Pg. 92 Attachment: Oaks Form - Willdan Engineering (5590 : Award Construction Contract for Street Lighting Modernization Program - Package 3)