Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
AGENDA REPORT 2025 0604 CC REG ITEM 10K
CITY OF MOORPARK, CALIFORNIA City Council Meeting of June 4, 2025 ACTION APPROVED STAFF RECOMMENDATION. BY A. Hurtado. K. Consider Public Works Services Agreements with Yunex, LLC for Citywide Traffic Signal Maintenance Services and Citywide Street Lighting Maintenance Services. Staff Recommendation: 1) Award a Public Works Services Agreement for traffic signal maintenance services to Yunex, LLC and authorize the City Manager to execute the Agreement for an initial total not-to-exceed amount of $400,000 with a term from July 1, 2025, to June 30, 2029, subject to final language approval of the City Manager; and 2) Award a Public Works Services Agreement for street lighting maintenance services to Yunex, LLC and authorize the City Manager to execute the Agreement for an initial not-to-exceed amount of $400,000 with a term from July 1, 2025, to June 30, 2029, subject to final language approval of the City Manager. (Staff: Dan Kim, City Engineer/Public Works Director) Item: 10.K. MOORPARK CITY COUNCIL AGENDA REPORT TO: Honorable City Council FROM: Daniel Kim, City Engineer/Public Works Director BY: Igor Leontiy, Management Analyst Linda Myszkowski, Assistant Engineer DATE: 06/04/2025 Regular Meeting SUBJECT: Consider Public Works Services Agreements with Yunex, LLC for Citywide Traffic Signal Maintenance Services and Citywide Street Lighting Maintenance Services BACKGROUND The City has contracted with Yunex LLC (Yunex) for citywide traffic signal and street lighting maintenance services since 2004 and 2019, respectively. Currently, the City owns, operates, and maintains 22 traffic signal systems and approximately 2,363 streetlights. Both systems require regular maintenance, which includes, but is not limited to, routine maintenance, inspections, component replacements, and emergency call-out services (knockdown, traffic related incidences, power outages, etc.). Both traffic signal and street lighting systems can affect public safety and therefore, regular maintenance for trusted reliability is a key priority for the Public Works Department. The Public Works Department (Department) does not have dedicated staff or the technical expertise to perform maintenance and emergency related tasks for street lights and traffic signals. The Department fulfills this need by contracting with maintenance service providers that specialize in traffic signal and street lighting systems. The City’s current agreement with Yunex, for both street lighting and traffic signal maintenance services, terminates on June 30, 2025. DISCUSSION With the agreements with Yunex expiring on June 30, 2025,and as part of staff’s procurement efforts for new, updated maintenance agreements, a Request for Item: 10.K. 583 Honorable City Council 06/04/2024 Regular Meeting Page 2 Proposals (RFP) was published and publicly advertised on March 25, 2025. This RFP process allowed for public bidding opportunities for local and non-local maintenance contractors alike. Staff received two proposals by the closing date of April 18, 2025. The following firms submitted proposals: Vendor Traffic Signal Annual Base Rate Street Lighting Annual Base Rate 1. Yunex LLC. $28,226.00 $32,887.20 2. Econolite $34,539.72 $115,952.52 *The cost breakdown includes the base annual rates for traffic signal and streetlight preventative maintenance services. Additional cost may be incurred for Unscheduled On-Call/Emergency Maintenance services outside of the base rate for preventative maintenance. For this solicitation, staff evaluated each firm’s proposal based on key personnel, technical expertise, understanding of the service needs for the City, their approach to maintenance, and the proposed costs. This evaluation criteria was put in place to ensure that the recommended contractor has the technical capability, financial stability, and resources to provide the services required by the City at a reasonable cost. Based on the aforementioned criteria and methodology, Yunex was selected as the most qualified maintenance contractor for the City’s traffic signal and street lighting systems. As part of the selection process, staff has learned that Yunex currently provides similar services to many nearby communities, including the cities of Calabasas and Glendale. With other nearby cities, Yunex is able to commit staff and resources within a service radius that allows for a timely and cost-effective response for all the services required. In the event of an emergency, Yunex staff can provide support within one hour of notification. In addition to its qualifications, Yunex was also the lowest bidder under the base bid and offered the lowest rate schedule for unscheduled repairs and maintenance work. Staff recommends that the City Council consider and award Public Work Service Agreements to Yunex for traffic signal and street lighting maintenance services. Both agreements will include an initial four-year term with an option for two (2), two-year extensions. The total term of the contract may be extended to a total of eight years. The initial not to exceed contract amounts will be as follows: • Traffic Signal Maintenance: $400,000 ($100,000/year for the initial four- year term) • Street Lighting Maintenance: $400,000 ($100,000/year for the initial four- year term) 584 Honorable City Council 06/04/2024 Regular Meeting Page 3 ENVIRONMENTAL DETERMINATION This action is exempt from the California Environmental Quality Act (CEQA) as it does not constitute a project, as defined by Section 15378 of the State CEQA Guidelines. Therefore, no environmental review is required. FISCAL IMPACT There is no fiscal impact. The proposed Operating Budget for Fiscal Year 2025/26 and 2026/27 will appropriate $100,000 each year for both the traffic signal and street lighting systems maintenance services. • Expense Line 2415-311-00000-51210 – Traffic Signal Maintenance • Expense Line 2300-312-P0006-51210 – Street Lighting Maintenance COUNCIL GOAL COMPLIANCE This action does not support a current strategic directive. STAFF RECOMMENDATION 1. Award a Public Works Services Agreement for traffic signal maintenance services to Yunex LLC and authorize the City Manager to execute the Agreement for an initial total not-to-exceed amount of $400,000 with a term from July 1, 2025, to June 30, 2029, subject to final language approval of the City Manager; and 2. Award a Public Works Services Agreement for street lighting maintenance services to Yunex LLC and authorize the City Manager to execute the Agreement for an initial total not-to-exceed amount of $400,000 with a term from July 1, 2025, to June 30, 2029, subject to final language approval of the City Manager. Attachment 1: Public Works Services Agreement between the City of Moorpark and Yunex LLC, for Traffic Signal Maintenance Services Attachment 2: Public Works Services Agreement between the City of Moorpark and Yunex LLC, for Street Lighting Maintenance Services 585 PUBLIC WORKS SERVICES AGREEMENT BETWEEN THE CITY OF MOORPARK AND YUNEX LLC, FOR TRAFFIC SIGNAL MAINTENANCE SERVICES THIS AGREEMENT, made and effective as of ____________________________, is between the City of Moorpark, a municipal corporation (“City”) and Yunex LLC, a limited liability company (“Contractor”). In consideration of the mutual covenants and conditions set forth herein, the parties agree as follows: WHEREAS, City has the need for traffic signal maintenance services; and WHEREAS, Contractor specializes in providing such services and has the proper work experience, certifications, and background to carry out the duties involved; and WHEREAS, Contractor has submitted to City a Proposal dated April 18, 2025, which is attached hereto as Exhibit C and Exhibit D. NOW, THEREFORE, in consideration of the mutual covenants, benefits, and premises herein stated, the parties hereto agree as follows: 1. TERM The term of this Agreement shall be from July 1, 2025, to June 30, 2029, with completion of the work identified in the Scope of Services and in conformance with Exhibit C, unless this Agreement is terminated or suspended pursuant to this Agreement. This Agreement can be mutually extended by Amendment for two (2), two-year extensions, for a total term not to exceed eight years. 2. SCOPE OF SERVICES City does hereby retain Contractor, as an independent contractor, in a contractual capacity to provide traffic signal maintenance services, as set forth in Exhibit C. In the event there is a conflict between the provisions of Exhibit C and this Agreement, the language contained in this Agreement shall take precedence. Contractor shall perform the tasks described and set forth in Exhibit C. Contractor shall complete the tasks according to the schedule of performance, which is also set forth in Exhibit C. Compensation for the services to be performed by Contractor shall be in accordance with Exhibit D. Compensation shall not exceed the rates or total contract value of Four Hundred Thousand dollars ($400,000.00) and in accordance with the rates stated in Exhibit D, without a written amendment to the agreement executed by both parties. Payment by City to Contractor shall be in accordance with the provisions of this Agreement. City and Contractor acknowledge that this project is a public work to which prevailing wages apply, and that a public work project is subject to compliance monitoring ATTACHMENT 1 586 Rev. 03/11/2025 Page 2 of 21 and enforcement by the California Department of Industrial Relations (DIR). Contractor agrees to comply with and be bound by all the terms, rules and regulations described in (a) Division 2, Part 7, Chapter 1 (commencing with section 1720) of the California Labor Code, including without limitation Labor Code section 1771 (a) and (b) the rules and regulations established by the DIR implementing such statutes, as though set forth in full herein, including any applicable amendments made thereto during the term of this Agreement. For every subcontractor who will perform work on this project, Contractor shall be responsible for subcontractor’s compliance with (a) and (b), and Contractor shall take all necessary actions to ensure subcontractor’s compliance. Labor Code section 1725.5 requires all contractors and subcontractors to annually register with the DIR before bidding or performing on any public work contract. 3. PERFORMANCE Contractor shall at all times faithfully, competently and to the best of their ability, experience, standard of care, and talent, perform all tasks described herein. Contractor shall employ, at a minimum, generally accepted standards and practices utilized by persons engaged in providing similar services as are required of Contractor hereunder in meeting its obligations under this Agreement. 4. MANAGEMENT The individual directly responsible for Contractor’s overall performance of the Agreement provisions herein above set forth and to serve as principal liaison between City and Contractor shall be Michael Hutchens, West Operations Manager, and no other individual may be substituted without the prior written approval of the City Manager. The City’s contact person in charge of administration of this Agreement, and to serve as principal liaison between Contractor and City, shall be the City Manager or the City Manager’s designee. 5. PAYMENT Taxpayer ID or Social Security numbers must be provided, on an IRS W-9 form, before payments may be made to vendors. The City agrees to pay Contractor monthly, in accordance with the payment rates and terms and the schedule of payment as set forth in Exhibit D, based upon actual time spent on the above tasks. This amount shall not exceed Four Hundred Thousand dollars ($400,000.00) for the total term of the Agreement unless additional payment is approved as provided in this Agreement. Contractor shall not be compensated for any additional services rendered in connection with its performance of this Agreement, unless such additional services and compensation are authorized, in advance, in a written amendment to the agreement executed by both parties. The City Manager, if authorized by City Council, may approve additional work not to exceed ten percent (10%) of the total amount of the Agreement. 587 Rev. 03/11/2025 Page 3 of 21 Contractor shall submit invoices monthly for actual services performed. Invoices shall be submitted on or about the first business day of each month, or as soon thereafter as practical, for services provided in the previous month. Payment shall be made within thirty (30) days of receipt of each invoice as to all non-disputed fees. Any expense or reimbursable cost appearing on any invoice shall be accompanied by a receipt or other documentation subject to approval of the City Manager. If the City disputes any of Contractor’s fees or expenses it shall give written notice to Contractor within thirty (30) days of receipt of any disputed fees set forth on the invoice. 6. TERMINATION OR SUSPENSION WITHOUT CAUSE The City may at any time, for any reason, with or without cause, suspend or terminate this Agreement, or any portion hereof, by serving upon the Contractor at least ten (10) days prior written notice. Upon receipt of said notice, the Contractor shall immediately cease all work under this Agreement, unless the notice provides otherwise. If the City suspends or terminates a portion of this Agreement such suspension or termination shall not make void or invalidate the remainder of this Agreement. The Contractor may terminate this Agreement only by providing City with written notice no less than thirty (30) days in advance of such termination. In the event this Agreement is terminated or suspended pursuant to this Section, the City shall pay to Contractor the actual value of the work performed up to the time of termination or suspension, provided that the work performed is of value to the City. Upon termination or suspension of the Agreement pursuant to this Section, the Contractor will submit an invoice to the City pursuant to this Agreement. 7. DEFAULT OF CONTRACTOR The Contractor’s failure to comply with the provisions of this Agreement shall constitute a default. In the event that Contractor is in default for cause under the terms of this Agreement, City shall have no obligation or duty to continue compensating Contractor for any work performed after the date of default and can terminate or suspend this Agreement immediately by written notice to the Contractor. If such failure by the Contractor to make progress in the performance of work hereunder arises out of causes beyond the Contractor’s control, and without fault or negligence of the Contractor, it shall not be considered a default. If the City Manager or the City Manager’s designee determines that the Contractor is in default in the performance of any of the terms or conditions of this Agreement, designee shall cause to be served upon the Contractor a written notice of the default. The Contractor shall have seven (7) days after service upon it of said notice in which to cure the default by rendering a satisfactory performance. In the event that the Contractor fails to cure its default within such period of time, the City shall have the right, notwithstanding any other provision of this Agreement, to terminate this Agreement without further notice and without prejudice to any other remedy to which it may be entitled at law, in equity or under this Agreement. 588 Rev. 03/11/2025 Page 4 of 21 8. LIQUIDATED DAMAGES If the Contractor fails to complete the work, or any portion thereof, within the time period required by this Agreement, or as duly extended in writing by the City Manager, Contractor shall forfeit and pay to the City, as liquidated damages, the sum of zero dollars ($0.00) per day for each calendar day the work, or portion thereof, remains uncompleted after the above specified completion date. Liquidated damages shall be deducted from any payments due or to become due to the Contractor under the terms of this Agreement. Progress payments made by the City after the above specified completion date shall not constitute a waiver of liquidated damages by the City. 9. OWNERSHIP OF DOCUMENTS Contractor shall maintain complete and accurate records with respect to sales, costs, expenses, receipts, and other such information required by City that relate to the performance of services under this Agreement. Contractor shall maintain adequate records of services provided in sufficient detail to permit an evaluation of services. All such records shall be maintained in accordance with generally accepted accounting principles and shall be clearly identified and readily accessible. Contractor shall provide free access to the representatives of City or the City’s designees at reasonable times to such books and records; shall give the City the right to examine and audit said books and records; shall permit City to make transcripts therefrom as necessary; and shall allow inspection of all work, data, documents, proceedings, and activities related to this Agreement. Notification of audit shall be provided at least thirty (30) days before any such audit is conducted. Such records, together with supporting documents, shall be maintained for a period of ten (10) years after receipt of final payment. Upon completion of, or in the event of termination or suspension without cause of this Agreement, all original documents, designs, drawings, maps, models, computer files, surveys, notes, and other documents prepared in the course of providing the services to be performed pursuant to this Agreement shall become the sole property of the City and may be used, reused, or otherwise disposed of by the City without the permission of the Contractor. With respect to computer files, Contractor shall make available to the City, at the Contractor’s office and upon reasonable written request by the City, the necessary computer software and hardware for purposes of accessing, compiling, transferring, and printing computer files. 10. INDEMNIFICATION AND HOLD HARMLESS Contractor shall indemnify, defend and hold harmless City, and any and all of its officers, employees, and volunteers (“City Indemnitees”) from and against any and all causes of action, claims, liabilities, obligations, judgments, or damages, including reasonable legal counsels’ fees and costs of litigation (“claims”), arising out of the Contractor’s performance of its obligations under this Agreement or out of the operations conducted by Contractor, including the City’s active or passive negligence, except for 589 Rev. 03/11/2025 Page 5 of 21 such loss or damage arising from the sole negligence or willful misconduct of the City. In the event the City Indemnitees are made a party to any action, lawsuit, or other adversarial proceeding arising from Contractor’s performance of this Agreement, the Contractor shall provide a defense to the City Indemnitees or at the City’s option reimburse the City Indemnitees their costs of defense, including reasonable legal counsels’ fees incurred in defense of such claims. Contractor agrees to obtain executed indemnity agreements with provisions identical to those set forth in this Section from each and every subcontractor, or any other person or entity involved by, for, with, or on behalf of Contractor in the performance of this Agreement. In the event Contractor fails to obtain such indemnity obligations from others as required here, Contractor agrees to be fully responsible according to the terms of this Section. Failure of City to monitor compliance with these requirements imposes no additional obligations on City and will in no way act as a waiver of any rights hereunder. This obligation to indemnify and defend City as set forth here is binding on the successors, assigns, or heirs of Contractor and shall survive the termination of this Agreement or this Section. City does not and shall not waive any rights that it may have against Contractor by reason of this Section, because of the acceptance by City, or the deposit with City, of any insurance policy or certificate required pursuant to this Agreement. The hold harmless and indemnification provisions shall apply regardless of whether or not said insurance policies are determined to be applicable to any losses, liabilities, damages, costs, and expenses described in this Section. This Indemnity shall survive termination of the Agreement or Final Payment hereunder. This Indemnity is in addition to any other rights or remedies that the Indemnitees may have under the law or under any other Contract Documents or Agreements. In the event of any claim or demand made against any party which is entitled to be indemnified hereunder, City may, in its sole discretion, reserve, retain, or apply any monies to the Contractor under this Agreement for the purpose of resolving such claims; provided, however, City may release such funds if the Contractor provides City with reasonable assurance of protection of the Indemnitees’ interests. City shall, in its sole discretion, determine whether such assurances are reasonable. 11. INSURANCE Contractor shall maintain prior to the beginning of and for the duration of this Agreement insurance coverage as specified in Exhibit A attached hereto and incorporated herein by this reference as though set forth in full. 12. INDEPENDENT CONTRACTOR Contractor is and shall at all times remain as to the City a wholly independent Contractor. The personnel performing the services under this Agreement on behalf of Contractor shall at all times be under Contractor’s exclusive direction and control. Neither City nor any of its officers, employees, or agents shall have control over the conduct of Contractor or any of Contractor’s officers, employees, or agents, except as set forth in 590 Rev. 03/11/2025 Page 6 of 21 this Agreement. Contractor shall not at any time or in any manner represent that it or any of its officers, employees, or agents are in any manner officers, employees, or agents of the City. Contractor shall not incur or have the power to incur any debt, obligation, or liability against City, or bind City in any manner. No employee benefits shall be available to Contractor in connection with the performance of this Agreement. Except for the fees paid to Contractor as provided in the Agreement, City shall not pay salaries, wages, or other compensation to Contractor for performing services hereunder for City. City shall not be liable for compensation or indemnification to Contractor for injury or sickness arising out of performing services hereunder. 13. LEGAL RESPONSIBILITIES The Contractor shall keep itself informed of local, state and federal laws and regulations which in any manner affect those employed by it or in any way affect the performance of its service pursuant to this Agreement. The Contractor shall at all times observe and comply with all such laws and regulations, including but not limited to the Americans with Disabilities Act and Occupational Safety and Health Administration laws and regulations. The City and Contractor shall comply with Exhibit B, California Public Contract Code section 9204, when applicable. The City, and its officers and employees, shall not be liable at law or in equity occasioned by failure of the Contractor to comply with this Section. 14. ANTI DISCRIMINATION Neither the Contractor, nor any subcontractor under the Contractor, shall discriminate in employment of persons upon the work because of race, religious creed, color, national origin, ancestry, physical disability, mental disability, medical condition, genetic information, marital status, sex, gender, gender identity, gender expression, age, sexual orientation, or military and veteran status of such person; or any other basis protected by applicable federal, state, or local law, except as provided in section 12940 of the Government Code. The Contractor shall have responsibility for compliance with this Section, if applicable [Labor Code section. 1735]. 15. UNDUE INFLUENCE Contractor declares and warrants that no undue influence or pressure is used against or in concert with any officer or employee of the City in connection with the award, terms or implementation of this Agreement, including any method of coercion, confidential financial arrangement, or financial inducement. No officer or employee of the City will receive compensation, directly or indirectly from Contractor, or any officer, employee or agent of Contractor, in connection with the award of this Agreement or any work to be conducted as a result of this Agreement. Violation of this Section shall be a material breach of this Agreement entitling the City to any and all remedies at law or in equity. 591 Rev. 03/11/2025 Page 7 of 21 16. NO BENEFIT TO ARISE TO LOCAL EMPLOYEES No member, officer, or employee of the City, or their designees or agents, and no public official who exercises authority over or responsibilities with respect to the Services during his/her tenure or for one (1) year thereafter, shall have any interest, direct or indirect, in any agreement or sub-agreement, or the proceeds thereof, for work to be performed in connection with the Services performed under this Agreement. 17. CONFLICT OF INTEREST Contractor covenants that neither they nor any officer or principal of their firm have any interests, nor shall they acquire any interest, directly or indirectly, which will conflict in any manner or degree with the performance of their services hereunder. Contractor further covenants that in the performance of this Agreement, they shall employ no person having such interest as an officer, employee, agent, or subcontractor. Contractor further covenants that Contractor has not contracted with nor is performing any services directly or indirectly, with the developer(s) and/or property owner(s) and/or firm(s) and/or partnership(s) and/or public agency(ies) owning property and/or processing an entitlement application for property in the City or its Area of Interest, now or within the past one (1) year, and further covenants and agrees that Contractor and/or its subcontractors shall provide no service or enter into any contract with any developer(s) and/or property owner(s) and/or firm(s) and/or partnership(s) and/or public agency(ies) owning property and/or processing an entitlement application for property in the City or its Area of Interest, while under contract with the City and for a one (1) year time period following termination of this Agreement. 18. NOTICE Any notice to be given pursuant to this Agreement shall be in writing, and all such notices and any other document to be delivered shall be delivered by personal service or by deposit in the United States mail, certified or registered, return receipt requested, with postage prepaid, and addressed to the party for whom intended as follows: To: City Manager City of Moorpark 323 Science Drive Moorpark, CA 93021 To: Michael Hutchens, West Operations Manager Yunex LLC 1026 E. Lacy Avenue Anaheim, CA 92805 Either party may, from time to time, by written notice to the other, designate a different address or contact person, which shall be substituted for the one above specified. Notices, payments and other documents shall be deemed delivered upon receipt by personal service or as of the third (3rd) day after deposit in the United States mail. 592 Rev. 03/11/2025 Page 8 of 21 19. CHANGE IN NAME Should a change be contemplated in the name or nature of the Contractor’s legal entity, the Contractor shall first notify the City in order that proper steps may be taken to have the change reflected in the Agreement documents. 20. ASSIGNMENT Contractor shall not assign this Agreement or any of the rights, duties or obligations hereunder. It is understood and acknowledged by the parties that Contractor is uniquely qualified to perform the services provided for in this Agreement. 21. LICENSES At all times during the term of this Agreement, Contractor shall have in full force and effect, all licenses required of it by law for the performance of the services in this Agreement. 22. VENUE AND GOVERNING LAW This Agreement is made, entered into, and executed in Ventura County, California, and any action filed in any court or for arbitration for the interpretation, enforcement or other action of the terms, conditions, or covenants referred to herein shall be filed in the applicable court in Ventura County, California. The City and Contractor understand and agree that the laws of the State of California shall govern the rights, obligations, duties, and liabilities of the parties to this Agreement and also govern the interpretation of this Agreement. 23. COST RECOVERY In the event any action, suit or proceeding is brought for the enforcement of, or the declaration of any right or obligation pursuant to this Agreement or as a result of any alleged breach of any provision of this Agreement, the prevailing party shall be entitled to recover its costs and expenses from the losing party, and any judgment or decree rendered in such a proceeding shall include an award thereof. 24. ENTIRE AGREEMENT This Agreement and the Exhibits attached hereto contain the entire understanding between the parties relating to the obligations of the parties described in this Agreement. All prior or contemporaneous agreements, understandings, representations, and statements, oral or written, are merged into this Agreement and shall be of no further force or effect. Each party is entering into this Agreement based solely upon the representations set forth herein and upon each party’s own independent investigation of any and all facts such party deems material. 593 Rev. 03/11/2025 Page 9 of 21 25. CAPTIONS OR HEADINGS The captions and headings of the various Articles, Paragraphs, and Exhibits of this Agreement are for convenience and identification only and shall not be deemed to limit or define the content of the respective Articles, Paragraphs, and Exhibits hereof. 26. AMENDMENTS Any amendment, modification, or variation from the terms of this Agreement shall be in writing and shall be effective only upon approval by both parties to this Agreement. 27. PRECEDENCE In the event of conflict, the requirements of the City’s Request for Proposal, if any, and this Agreement shall take precedence over those contained in the Contractor’s Proposal. 28. INTERPRETATION OF AGREEMENT Should interpretation of this Agreement, or any portion thereof, be necessary, it is deemed that this Agreement was prepared by the parties jointly and equally, and shall not be interpreted against either party on the ground that the party prepared the Agreement or caused it to be prepared. 29. WAIVER No waiver of any provision of this Agreement shall be deemed, or shall constitute, a waiver of any other provision, whether or not similar, nor shall any such waiver constitute a continuing or subsequent waiver of the same provision. No waiver shall be binding unless executed in writing by the party making the waiver. 30. AUTHORITY TO EXECUTE The person or persons executing this Agreement on behalf of the Contractor warrants and represents that he/she has the authority to execute this Agreement on behalf of the Contractor and has the authority to bind Contractor to the performance of obligations hereunder. 594 Rev. 03/11/2025 Page 10 of 21 IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be executed the day and year first above written. CITY OF MOORPARK YUNEX LLC By:_______________________________ By:_______________________________ Troy Brown, City Manager Michael Hutchens, West Operations Manager Attest: By:__________________________________ __________________________________ Steven Teal, Director of Field Services, U.S. Ky Spangler, City Clerk 595 Rev. 03/11/2025 Page 11 of 21 Exhibit A INSURANCE REQUIREMENTS Prior to the beginning of and throughout the duration of Work, Contractor will maintain insurance in conformance with the requirements set forth below. Contractor will use existing coverage to comply with these requirements. If that existing coverage does not meet requirements set forth here, Contractor agrees to amend, supplement or endorse the existing coverage to do so. Contractor acknowledges that the insurance coverage and policy limits set forth in this section constitute the minimum amount of coverage required. Any insurance proceeds available to the City in excess of the limits and coverage required in this Agreement and which is applicable to a given loss, will be available to the City. Contractor shall provide the following types and amounts of insurance: Type of Insurance Limits Commercial General Liability $1,000,000 / $2,000,000 Aggregate Business Automobile Liability $1,000,000 Workers’ Compensation Statutory Requirements Insurance Rating. Insurance procured pursuant to these requirements shall be written by insurers that are authorized carriers in the State of California and with an A.M. Best rating of A- or better and a minimum financial size of VII. Commercial General Liability Insurance using Insurance Services Office (ISO) “Commercial General Liability” policy form CG 00 01 or the exact equivalent. Defense costs must be paid in addition to limits. There shall be no cross liability exclusion for claims or suits by one insured against another. Limits are subject to review but in no event less than $1,000,000 per occurrence for all covered losses and no less than $2,000,000 general aggregate. Business Automobile Insurance coverage on ISO Business Auto Coverage form CA 00 01 10 13 including symbol 1 (Any Auto) or the exact equivalent. Limits are subject to review, but in no event to be less than $1,000,000 per accident, combined single limit. If Contractor owns no vehicles, this requirement may be satisfied by a non-owned auto endorsement to the general liability policy described above. If Contractor or Contractor’s employees will use personal autos in any way on this project, Contractor shall provide evidence of personal auto liability for each such person. Workers’ Compensation on a state-approved policy form providing statutory benefits as required by law with employer’s liability limits no less than $1,000,000 per accident or disease. Contractor shall submit to City, along with certificate of insurance, a Waiver of Subrogation endorsement in favor of City, its officers, agents, employees, and volunteers. 596 Rev. 03/11/2025 Page 12 of 21 Excess or Umbrella Liability Insurance (Over Primary) if used to meet limit requirements, shall provide coverage at least as broad as specified for the underlying coverages. Coverage shall be provided on a “pay on behalf” basis, with defense costs payable in addition to policy limits. Policy shall contain a provision obligating insurer at the time insured’s liability is determined, not requiring actual payment by the insured first. There shall be no cross liability exclusion precluding coverage for claims or suits by one insured against another. Coverage shall be applicable to the City for injury to employees of Contractor, subcontractors or others involved in the Work. The scope of coverage provided is subject to approval by the City following receipt of proof of insurance as required herein. Limits are subject to review but in no event less than $2,000,000 aggregate. General conditions pertaining to provision of insurance coverage by Contractor. Contractor and the City agree to the following with respect to insurance provided by Contractor: 1. Contractor agrees to have its insurer endorse the third party general liability coverage required herein to include as additional insureds the City, its officers, officials, agents, employees, and volunteers, using standard ISO endorsement CG 2010 and CG 2037, or equivalent, with edition acceptable to the City. Contractor also agrees to require all contractors and subcontractors to do likewise. 2. All insurance coverage maintained or procured pursuant to this agreement shall be endorsed to waive subrogation against the City, its officers, officials, agents, employees, and volunteers or shall specifically allow Contractor or others providing insurance evidence in compliance with these specifications to waive their right of recovery prior to a loss. Contractor hereby waives its own right of recovery against the City and shall require similar written express waivers and insurance clauses from each of its subcontractors. Contractor shall submit to City, along with the certificate of insurance, a waiver of subrogation endorsement in favor of City, its officers, agents, employees, and volunteers. 3. All insurance coverage and limits provided by Contractor and available or applicable to this Agreement are intended to apply to the full extent of the policies. Nothing contained in this Agreement or any other agreement relating to the City or its operation limits the application of such insurance coverage. 4. None of the coverages required herein will be in compliance with these requirements if they include limiting endorsement of any kind that has not been first submitted to the City and approved in writing. 5. No liability policy shall contain any provision or definition that would serve to eliminate so-called “third party action over” claims, including any exclusion for bodily injury to an employee of the insured or of any contractor or subcontractor. 597 Rev. 03/11/2025 Page 13 of 21 6. All coverage types and limits required are subject to approval, modification, and additional requirements by the City, as the need arises. Contractor shall not make any reductions in scope of coverage (e.g. elimination of contractual liability or reduction of discovery period) that may affect the City’s protection without the City’s prior written consent. 7. Proof of compliance with these insurance requirements, consisting of certificates of insurance evidencing all of the coverages required and an additional insured endorsement to Contractor’s general liability policy, shall be delivered to city at or prior to the execution of this Agreement. In the event such proof of any insurance is not delivered as required, or in the event such insurance is canceled or reduced at any time and no replacement coverage is provided, the City has the right, but not the duty, to obtain any insurance it deems necessary to protect its interests under this or any other Agreement and to pay the premium. Any premium so paid by the City shall be charged to and promptly paid by Contractor or deducted from sums due Contractor, at the City’s option. 8. Contractor agrees to oblige its insurance agent or broker and insurers to provide the Agency with a thirty (30) day notice of cancellation (except for nonpayment for which a ten (10) day notice is required) or nonrenewal of coverage for each required coverage. If any of the Consultant’s insurers are unwilling to provide such notice, then Consultant shall have the responsibility of notifying the Agency immediately in the event of Consultant’s failure to renew any of the required insurance coverages, or insurer’s cancellation or non-renewal. 9. Coverage provided by Contractor shall be primary and non-contributory and any insurance of self-insurance procured or maintained by the City shall not be required to contribute with it. The limits of insurance required herein may be satisfied by a combination of primary and umbrella or excess insurance. Any umbrella or excess insurance shall contain or be endorsed to contain a provision that such coverage shall also apply on a primary and non-contributory basis for the benefit of City before the City’s own insurance or self- insurance shall be called upon to protect it as a named insured. Contractor shall submit to City, along with the certificate of insurance, a primary and non-contributory endorsement in favor of City, its officers, agents, employees, and volunteers. 10. Contractor agrees to ensure that subcontractors, and any other party involved with the Work who is brought onto or involved in the Work by Contractor, provide the same minimum insurance required of Contractor. Contractor agrees to monitor and review all such coverage and assumes all responsibility for ensuring that such coverage is provided in conformity with the requirements of this section. Contractor agrees that upon request, all agreements with subcontractors and others engaged in the Work will be submitted to the City for review. 11. Contractor agrees not to self-insure or to use any self-insured retentions or deductibles on any portion of the insurance required herein and further agrees that it will not allow any contractor, subcontractor, Architect, Engineer, or other entity or person in any way involved in the performance of Work contemplated by this 598 Rev. 03/11/2025 Page 14 of 21 Agreement to self-insure its obligations to the City. If Contractor’s existing coverage includes a deductible or self-insured retention, the deductible or self- insured retention must be declared to the City. At that time, the City shall review options with the Contractor, which may include reduction or elimination of the deductible or self-insured retention, substitution of other coverage, or other solutions. 12. The City reserves the right at any time during the term of the Agreement to change the amounts and types of insurance required by giving the Contractor thirty (30) days advance written notice of such change. If such change results in substantial additional cost to the Contractor, the City will negotiate additional compensation proportional to the increased benefit to the City. 13. For purposes of applying insurance coverage only, this Agreement will be deemed to have been executed immediately upon any party hereto taking any steps that can be deemed to be in furtherance of or towards performance of this Agreement. 14. Contractor acknowledges and agrees that any actual or alleged failure on the part of the City to inform Contractor of non-compliance with an insurance requirement in no way imposes any additional obligations to the City nor does it waive any rights hereunder in this or any other regard. 15. Contractor will renew the required coverage annually as long as the City, or its employees or agents face an exposure from operations of any type pursuant to this Agreement. This obligation applies whether or not the Agreement is canceled or terminated for any reason. Termination of this obligation is not effective until the City executes a written statement to that effect. 16. Contractor shall provide proof that policies of insurance required herein expiring during the term of this Agreement have been renewed or replaced with other policies providing at least the same coverage. Proof that such coverage has been ordered shall be submitted prior to expiration. A coverage binder or letter from Contractor’s insurance agent to this effect is acceptable. A certificate of insurance and/or additional insured endorsement as required in this specification applicable to the renewing or new coverage must be provided to the City within five days of the expiration of coverage. 17. The provisions of any Workers’ Compensation or similar act will not limit the obligations of Contractor under this Agreement. Contractor expressly agrees not to use any statutory immunity defenses under such laws with respect to the City, its officers, officials, employees, volunteers, and agents. 18. Requirements of specific coverage features or limits contained in this section are not intended as limitations on coverage, limits, or other requirements nor as a waiver of any coverage normally provided by any given policy. Specific reference to a given coverage feature is for purposes of clarification only as it pertains to a given issue, and is not intended by any party or insured to be limiting or all- inclusive. 599 Rev. 03/11/2025 Page 15 of 21 19. These insurance requirements are intended to be separate and distinct from any other provision in this Agreement and are intended by the parties here to be interpreted as such. 20. The requirements in this section supersede all other sections and provisions of this Agreement to the extent that any other section or provision conflicts or impairs the provisions of this section. 21. Contractor agrees to be responsible for ensuring that no contract used by any party involved in any way with the Work reserves the right to charge the City or Contractor for the cost of additional insurance coverage required by this Agreement. Any such provisions are to be deleted with reference to the City. It is not the intent of the City to reimburse any third party for the cost of complying with these requirements. There shall be no recourse against the City for payment of premiums or other amounts with respect thereto. 22. Contractor agrees to provide immediate notice to City of any claim or loss against Contractor arising out of the work performed under this Agreement. The City assumes no obligation or liability by such notice, but has the right (but not the duty) to monitor the handling of any such claim or claims if they are likely to involve the City. 23. Contractor agrees to obtain and provide to City a copy of Professional Liability coverage for Architects or Engineers on this project, when required by City. City shall determine the liability limit. 600 Rev. 03/11/2025 Page 16 of 21 EXHIBIT B PUBLIC CONTRACT CODE § 9204 (a) The Legislature finds and declares that it is in the best interests of the state and its citizens to ensure that all construction business performed on a public works project in the state that is complete and not in dispute is paid in full and in a timely manner. (b) Notwithstanding any other law, including, but not limited to, Article 7.1 (commencing with § 10240) of Chapter 1 of Part 2, Chapter 10 (commencing with § 19100) of Part 2, and Article 1.5 (commencing with § 20104) of Chapter 1 of Part 3, this section shall apply to any claim by a contractor in connection with a public works project. (c) For purposes of this section: (1) “Claim” means a separate demand by a contractor sent by registered mail or certified mail with return receipt requested, for one or more of the following: (A) A time extension, including, without limitation, for relief from damages or penalties for delay assessed by a public entity under a contract for a public works project. (B) Payment by the public entity of money or damages arising from work done by, or on behalf of, the contractor pursuant to the contract for a public works project and payment for which is not otherwise expressly provided or to which the claimant is not otherwise entitled. (C) Payment of an amount that is disputed by the public entity. (2) “Contractor” means any type of contractor within the meaning of Chapter 9 (commencing with § 7000) of Division 3 of the Business and Professions Code who has entered into a direct contract with a public entity for a public works project. (3) (A) “Public entity” means, without limitation, except as provided in subparagraph (B), a state agency, department, office, division, bureau, board, or commission, the California State University, the University of California, a city, including a charter city, county, including a charter county, city and county, including a charter city and county, district, special district, public authority, political subdivision, public corporation, or nonprofit transit corporation wholly owned by a public agency and formed to carry out the purposes of the public agency. (B) “Public entity” shall not include the following: (i) The Department of Water Resources as to any project under the jurisdiction of that department. (ii) The Department of Transportation as to any project under the jurisdiction of that department. 601 Rev. 03/11/2025 Page 17 of 21 (iii) The Department of Parks and Recreation as to any project under the jurisdiction of that department. (iv) (iv) The Department of Corrections and Rehabilitation with respect to any project under its jurisdiction pursuant to Chapter 11 (commencing with § 7000) of Title 7 of Part 3 of the Penal Code. (v) (v) The Military Department as to any project under the jurisdiction of that department. (vi) (vi) The Department of General Services as to all other projects. (vii) (vii) The High-Speed Rail Authority. (4) “Public works project” means the erection, construction, alteration, repair, or improvement of any public structure, building, road, or other public improvement of any kind. (5) “Subcontractor” means any type of contractor within the meaning of Chapter 9 (commencing with § 7000) of Division 3 of the Business and Professions Code who either is in direct contract with a contractor or is a lower tier subcontractor. (d) (1) (A) Upon receipt of a claim pursuant to this section, the public entity to which the claim applies shall conduct a reasonable review of the claim and, within a period not to exceed 45 days, shall provide the claimant a written statement identifying what portion of the claim is disputed and what portion is undisputed. Upon receipt of a claim, a public entity and a contractor may, by mutual agreement, extend the time period provided in this subdivision. (B) The claimant shall furnish reasonable documentation to support the claim. (C) If the public entity needs approval from its governing body to provide the claimant a written statement identifying the disputed portion and the undisputed portion of the claim, and the governing body does not meet within the 45 days or within the mutually agreed to extension of time following receipt of a claim sent by registered mail or certified mail, return receipt requested, the public entity shall have up to three days following the next duly publicly noticed meeting of the governing body after the 45-day period, or extension, expires to provide the claimant a written statement identifying the disputed portion and the undisputed portion. (D) Any payment due on an undisputed portion of the claim shall be processed and made within 60 days after the public entity issues its written statement. If the public entity fails to issue a written statement, paragraph (3) shall apply. (2) (A) If the claimant disputes the public entity’s written response, or if the public entity fails to respond to a claim issued pursuant to this section within the time prescribed, the claimant may demand in writing an informal conference to meet and confer for settlement of the issues in dispute. Upon receipt of a demand in writing sent by registered mail or 602 Rev. 03/11/2025 Page 18 of 21 certified mail, return receipt requested, the public entity shall schedule a meet and confer conference within 30 days for settlement of the dispute. (B) Within 10 business days following the conclusion of the meet and confer conference, if the claim or any portion of the claim remains in dispute, the public entity shall provide the claimant a written statement identifying the portion of the claim that remains in dispute and the portion that is undisputed. Any payment due on an undisputed portion of the claim shall be processed and made within 60 days after the public entity issues its written statement. Any disputed portion of the claim, as identified by the contractor in writing, shall be submitted to nonbinding mediation, with the public entity and the claimant sharing the associated costs equally. The public entity and claimant shall mutually agree to a mediator within 10 business days after the disputed portion of the claim has been identified in writing. If the parties cannot agree upon a mediator, each party shall select a mediator and those mediators shall select a qualified neutral third party to mediate with regard to the disputed portion of the claim. Each party shall bear the fees and costs charged by its respective mediator in connection with the selection of the neutral mediator. If mediation is unsuccessful, the parts of the claim remaining in dispute shall be subject to applicable procedures outside this section. (C) For purposes of this section, mediation includes any nonbinding process, including, but not limited to, neutral evaluation or a dispute review board, in which an independent third party or board assists the parties in dispute resolution through negotiation or by issuance of an evaluation. Any mediation utilized shall conform to the timeframes in this section. (D) Unless otherwise agreed to by the public entity and the contractor in writing, the mediation conducted pursuant to this section shall excuse any further obligation under section 20104.4 to mediate after litigation has been commenced. (E) This section does not preclude a public entity from requiring arbitration of disputes under private arbitration or the Public Works Contract Arbitration Program, if mediation under this section does not resolve the parties’ dispute. (3) Failure by the public entity to respond to a claim from a contractor within the time periods described in this subdivision or to otherwise meet the time requirements of this section shall result in the claim being deemed rejected in its entirety. A claim that is denied by reason of the public entity’s failure to have responded to a claim, or its failure to otherwise meet the time requirements of this section, shall not constitute an adverse finding with regard to the merits of the claim or the responsibility or qualifications of the claimant. (4) Amounts not paid in a timely manner as required by this section shall bear interest at 7 percent per annum. (5) If a subcontractor or a lower tier subcontractor lacks legal standing to assert a claim against a public entity because privity of contract does not exist, the contractor may present to the public entity a claim on behalf of a subcontractor or lower tier subcontractor. A subcontractor may request in writing, either on their own behalf or on behalf of a lower 603 Rev. 03/11/2025 Page 19 of 21 tier subcontractor, that the contractor present a claim for work which was performed by the subcontractor or by a lower tier subcontractor on behalf of the subcontractor. The subcontractor requesting that the claim be presented to the public entity shall furnish reasonable documentation to support the claim. Within 45 days of receipt of this written request, the contractor shall notify the subcontractor in writing as to whether the contractor presented the claim to the public entity and, if the original contractor did not present the claim, provide the subcontractor with a statement of the reasons for not having done so. (e) The text of this section or a summary of it shall be set forth in the plans or specifications for any public works project that may give rise to a claim under this section. (f) A waiver of the rights granted by this section is void and contrary to public policy, provided, however, that (1) upon receipt of a claim, the parties may mutually agree to waive, in writing, mediation and proceed directly to the commencement of a civil action or binding arbitration, as applicable; and (2) a public entity may prescribe reasonable change order, claim, and dispute resolution procedures and requirements in addition to the provisions of this section, so long as the contractual provisions do not conflict with or otherwise impair the timeframes and procedures set forth in this section. (g) This section applies to contracts entered into on or after January 1, 2017. (h) Nothing in this section shall impose liability upon a public entity that makes loans or grants available through a competitive application process, for the failure of an awardee to meet its contractual obligations. (i) This section shall remain in effect only until January 1, 2027, and as of that date is repealed, unless a later enacted statute that is enacted before January 1, 2027, deletes or extends that date. (Amended by Stats. 2019, Ch. 489, Sec. 1. (AB 456) Effective January 1, 2020. Repealed as of January 1, 2027, by its own provisions.) 604 Rev. 03/11/2025 Page 20 of 21 EXHIBIT C CONTRACTOR TECHNICAL PROPOSAL 605 Citywide Traffic Signal and Streetlight Maintenance, Repair and Emergency Response Services for the City of Moorpark April 18th, 2025 Technical Proposal Yunex Traffic 1026 E. Lacy Ave. Anaheim, CA 92805 www.yunextraffic.com 606 April 18th, 2025 Mr. Igor Leontiy Management Analyst / Public Works Department City of Moorpark 323 Science Drive Moorpark, CA 93021 RE: Proposal for: Citywide Traffic Signal and Streetlight Maintenance, Repair and Emergency Response Services Mr. Leontiy, Yunex LLC would like to express our sincere appreciation for the opportunity to participate in the proposal process for providing Citywide Traffic Signal and Streetlight Maintenance, Repair and Emergency Response Services for the City’s traffic signal and streetlight systems. The prices and terms stated in our proposal package will remain in effect for 90 days from the date of submission, April 18th, 2025. Yunex LLC is a corporation, incorporated in the State of Delaware on February 17th, 2021. Our federal tax employer I.D. number is 86-2136678 and our corporate address is 9225 Bee Cave Road, Building B, Austin, TX 78733. Yunex LLC is an electrical contracting firm who is a California licensed A & C-10 contractor (CA License #1080007) and is also a registered Public Works Contractor (DIR No. 1000815000), who provides leading edge traffic technology for the fast-paced Intelligent Transportation Systems world. Whether providing maintenance services, local controllers, controller firmware, central systems, system analysis, design, or integration, Yunex LLC brings innovative and reliable solutions to customers. During the evaluation, if there are any questions regarding this proposal, please feel free to contact either of us using the contact information listed below. We look forward to continuing to serve the needs of the City of Moorpark and would like to thank you in advance for your consideration. Respectfully, Yunex LLC Steven Teal Director of Field Service, U.S. 2250 Business Way Riverside, CA 92501 (800) 229-6090 Office steven.teal@yunextraffic.com Yunex LLC Michael J. Hutchens West Operations Manager 2250 Business Way Riverside, CA 92501 (800) 229-6090 Office michael.hutchens@yunextraffic.com 607 Moorpark: Citywide Traffic Signal and Streetlight Maintenance, Repair and Response Services ©2025 Yunex Traffic 3 Introduction ............................................................................................................................. 2 Table of Contents .................................................................................................................... 3 Statement of Qualifications ...................................................................................................... 4 Background .......................................................................................................................... 6 Years in Business ............................................................................................................. 6 Firm Ownership ................................................................................................................ 8 Location of Company Offices ............................................................................................ 8 Contractor’s License / DIR Registration ............................................................................ 9 Insurance Certificates ........................................................................................................ 10 Resumes for Key Staff ....................................................................................................... 12 Project Manager ............................................................................................................. 12 Field Supervisors ............................................................................................................ 14 Traffic Signal Technicians ............................................................................................... 16 Street Light Technicians .................................................................................................. 19 Fiber Optic Technician .................................................................................................... 21 In-House Specialist / Engineering Technician / Lab Manager ......................................... 22 Subcontractors ............................................................................................................... 23 Organization Chart ............................................................................................................. 23 Methodology to Complete Required/Optional Elements ......................................................... 24 Response Times ................................................................................................................ 24 Our Approach / Scope of Work ........................................................................................... 25 Traffic Signal Maintenance ............................................................................................. 25 Streetlight Maintenance .................................................................................................. 28 Extraordinary Services ................................................................................................... 28 On-Line Portal (Service Business Platform) ....................................................................... 30 Equipment List (Southern California) .................................................................................. 33 Spare Materials .................................................................................................................. 36 Proposed Schedule ............................................................................................................... 37 References ............................................................................................................................ 38 Recently Awarded Public Sector Contracts: ....................................................................... 39 Exceptions and Assumptions ................................................................................................. 40 Delegation of Approval Authority ............................................................................................ 41 Table of Contents 608 Moorpark: Citywide Traffic Signal and Streetlight Maintenance, Repair and Response Services ©2025 Yunex Traffic 4 Yunex Traffic stands uniquely positioned to continue to partner with the City of Moorpark for Citywide Traffic Signal and Streetlight Maintenance, Repair, and Emergency Response Services. In fact, we believe that our value proposition, a unique mix of corporate characteristics, industry focus, and experiences, is unmatched in the current market. Specifically, we at Yunex Traffic believe that we are the best fit for this contract, based on 5 key attributes: 1. Corporate/Divisional Competency 2. Experience 3. Locality 4. Scalability 5. Updated Project Management Our Corporate/Divisional Focus and Competency Yunex Traffic is a major global player in the industry, driving innovation in technology and physical products that are used by partners, both public and private, throughout the world. The Field Services Division at Yunex Traffic is focused on the installation, integration, and maintenance of all systems, from legacy technology to the newest and most advanced traffic management devices on the market. While this ability to work with all systems is a requisite competency for any maintainer, Yunex Traffic is unique in its occupation of a space that straddles innovation and deployment in a field environment. Our competitors typically focus on narrower aspects of the Traffic market: Heavy Construction, Traditional Maintenance, or Technological Innovation. By comparison, Yunex Traffic and our Field Services Division provides customers with a wide base of expertise across the spectrum of innovation, deployment, integration, and maintenance of systems and devices. Our Experience Yunex Traffic has been extremely successful in retaining traffic signal, streetlight, fiber optic, and engineering customers due to our desire to offer the best possible customer service. We have an exemplary customer service track-record highlighted by our well-qualified field personnel, knowledgeable customer service representatives, and proprietary detailed monthly reports. We understand what is required to maintain a community’s infrastructure and strive to exceed our customer’s expectations. Statement of Qualifications 609 Moorpark: Citywide Traffic Signal and Streetlight Maintenance, Repair and Response Services ©2025 Yunex Traffic 5 Our Locality Our project office, in Anaheim, is approximately 74 miles from the City of Moorpark (although we have a local storage facility in Camarillo that warehouses all traffic signal maintenance related items other than traffic signal poles larger than 1D poles). We are poised to react quickly with additional or specialty equipment, supplementary personnel when required, and with materials that the city requires. This location is not a temporary office specific to this project; we have been firmly planted for over 40 years in the area with multiple certified technicians within minutes of your city. Our Scalability Yunex Traffic Field Services operates maintenance and project contracts across the United States, serving more than 300 public customers. Unlike a regional player, the distributed Yunex footprint allows us to respond to emerging requirements by shifting resources to where they are needed most. We are the company you are looking for - both local and global. Since we operate in multiple markets, our personnel and equipment are not affected by the same circumstances. Our Project Management To provide efficient and effective project management, project progress is tracked in real time using digital tools such as Power BI, Map box, ArcGIS, and Tableau, which enable transparency between Yunex Traffic and its client, while reducing risks of delays. 610 Moorpark: Citywide Traffic Signal and Streetlight Maintenance, Repair and Response Services ©2025 Yunex Traffic 6 Background Yunex Traffic has over 40 years of experience in traffic management solutions and services. From there, we have taken the comprehensive expertise in the field of intelligent traffic solutions with us on our way into the future. We enjoy an outstanding reputation as a global solution partner for future proof mobility concepts. In doing so, we combine in- depth industry experience and market leadership with the agility of a startup. Yunex Traffic has had a long and storied history in traffic signals, streetlights, fiber optic, and customer service. Years in Business Yunex currently maintains traffic signals, streetlights, fiber optic, and other related equipment for over 140 agencies encompassing over 4,500 signalized locations of assorted sizes from full function intersections to in-pavement flashing crosswalks and rapid flashing beacons. We are dedicated to meeting and exceeding the challenging public safety requirements associated with our industry. We have been in the traffic signal maintenance industry worldwide for over 50 years. In the United States, we have been in business for over 40 years servicing numerous contracts throughout the country. Company Profile The Yunex Traffic Customer Service Division is a licensed A & C -10 electrical contracting and transportation engineering firm specializing in the maintenance, testing, repair, upgrading and replacement of traffic signals, streetlights, fiber optic, and exterior commercial lighting. We have a broad range of expertise and experienced personnel including registered professional transportation engineers, International Brotherhood Electrical Workers (IBEW), Journeymen Electricians/Technicians and International Municipal Signal Association (IMSA) Certified Technicians. Our listed field technicians are certified as “Qualified Electrical Workers” and have the necessary IMSA certifications required to work on this equipment. We are proud to say that we are one of the most successful traffic signal, streetlight, and fiber optic maintenance/construction contractors in the United States. Our employees and equipment are dedicated to traffic signal, streetlight, and fiber optic maintenance/repair. We issue insulated bucket trucks to all our linemen and electricians. Each truck is equipped with all the necessary tools, equipment, and inventory to perform 100% of project specifications, including all maintenance and repairs for traffic signals. All vehicles are appropriately marked with the company logo, Department of Transportation (D.O.T.) markings, and each employee is issued a company phone and a laptop, or tablet computer. As the leader in the private traffic signal and streetlight maintenance industry in the United States, Yunex Traffic can provide unparalleled expertise and outstanding value in traffic signal and street lighting related services. Among the most beneficial: Yunex Traffic has the largest workforce of IMSA Level III Certified Technicians, NEC Certified Electricians, and construction personnel in the industry. Yunex Traffic has the largest workforce of IMSA Level III Certified Traffic Signal Technicians and NEC Certified Electricians in the industry. 611 Moorpark: Citywide Traffic Signal and Streetlight Maintenance, Repair and Response Services ©2025 Yunex Traffic 7 Yunex Traffic has strategically positioned field offices with an abundance of inventory and technical resources, should the need arise. All technicians are assigned vehicles which are taken home daily to ensure rapid response in case of emergency. Yunex Traffic employees live in geographical areas, which allows them to respond quicker than our competition. This provides our customers with the most efficient response times in the industry. Yunex Traffic owns and operates approximately 100 service vehicles (including three cranes) of several types and sizes in the State of California, the bulk of which are in Southern California. Yunex Traffic will provide and maintain emergency service response on a three hundred and sixty-five (365) day basis, including all holidays. Yunex Traffic is focused on delivering what your city needs the most today; safe, reliable infrastructure solutions that help decrease costs, increase revenue, and have a positive environmental impact for the City of Moorpark and its residents. 612 Moorpark: Citywide Traffic Signal and Streetlight Maintenance, Repair and Response Services ©2025 Yunex Traffic 8 Firm Ownership o Firm Name: Yunex LLC, DBA, Yunex Traffic o Address: 9225 Bee Cave Rd, Bldg. B, Ste 201 Austin, Texas 78733 o Phone: 512-837-8300 Fax: 512-421-6617 o Form of Ownership: LLC o State of Incorporation: Incorporated in the State of Delaware in February 2021 Number of employees locally and nationally Our Yunex Traffic US headquarters is in Austin, TX and employs more than 200 people - engineers, developers, integrators, and support staff - all driving our traffic systems business. An additional 100 technical staff are in multiple field offices across the country to complete local projects and provide customer support. Our robust portfolio of products and experience will help drive your project’s success. Location of Company Offices Yunex Traffic US Headquarters 9225 Bee Cave Rd, Bldg. B, Ste 201 Austin, Texas 78733 512-837-8300 https://www.yunextraffic.com/global/en/ Project Office Yunex Traffic - Orange/Los Angeles Office, Warehouse, & Invoicing 1026 E. Lacy Ave. Anaheim, CA 92805 Other California Offices Yunex Traffic – Riverside/San Bernadino Yunex Traffic - San Diego Office, Warehouse, and Lab/Testing Facility Office & Warehouse 2250 Business Way 1820 John Towers Ave., Suite A Riverside, California 92501 El Cajon, CA 92020 Yunex Traffic – Bay Area Office & Warehouse 20956 Corsair Blvd. Hayward, CA 94545 Principal Contact Person Regarding Proposal: Robert Paquette Sales Manager 2250 Business Way Riverside, California 92501 Office: (800) 229-6090 robert.paquette@yunextraffic.com 613 Moorpark: Citywide Traffic Signal and Streetlight Maintenance, Repair and Response Services ©2025 Yunex Traffic 9 Contractor’s License / DIR Registration 614 Moorpark: Citywide Traffic Signal and Streetlight Maintenance, Repair and Response Services ©2025 Yunex Traffic 10 Insurance Certificates Yunex LLC is currently servicing this contract for the City of Moorpark, therefore we already have the required insurance certificates in place to meet the requirements provided in the RFP. Please see our current insurance certificates below: 615 Moorpark: Citywide Traffic Signal and Streetlight Maintenance, Repair and Response Services ©2025 Yunex Traffic 11 616 Moorpark: Citywide Traffic Signal and Streetlight Maintenance, Repair and Response Services ©2025 Yunex Traffic 12 Resumes for Key Staff Project Manager If re-selected, Joshua Ferras would continue to be the Project Manager servicing the City of Moorpark. Joshua, his Project Coordinator, Adrienne Carucci, the Maintenance Field Supervisor, Fred Molina, and the Construction Field Supervisor, Christopher Slocum will be responsible for maintaining communication with the city regarding daily operation and maintenance of all traffic signal equipment. Our account management team/field staff will work closely with you/your team to ensure that all your requests are being effectively addressed. 617 Moorpark: Citywide Traffic Signal and Streetlight Maintenance, Repair and Response Services ©2025 Yunex Traffic 13 Project Coordinator 618 Moorpark: Citywide Traffic Signal and Streetlight Maintenance, Repair and Response Services ©2025 Yunex Traffic 14 Field Supervisors 619 Moorpark: Citywide Traffic Signal and Streetlight Maintenance, Repair and Response Services ©2025 Yunex Traffic 15 620 Moorpark: Citywide Traffic Signal and Streetlight Maintenance, Repair and Response Services ©2025 Yunex Traffic 16 Traffic Signal Technicians 621 Moorpark: Citywide Traffic Signal and Streetlight Maintenance, Repair and Response Services ©2025 Yunex Traffic 17 622 Moorpark: Citywide Traffic Signal and Streetlight Maintenance, Repair and Response Services ©2025 Yunex Traffic 18 623 Moorpark: Citywide Traffic Signal and Streetlight Maintenance, Repair and Response Services ©2025 Yunex Traffic 19 Street Light Technicians 624 Moorpark: Citywide Traffic Signal and Streetlight Maintenance, Repair and Response Services ©2025 Yunex Traffic 20 625 Moorpark: Citywide Traffic Signal and Streetlight Maintenance, Repair and Response Services ©2025 Yunex Traffic 21 Fiber Optic Technician 626 Moorpark: Citywide Traffic Signal and Streetlight Maintenance, Repair and Response Services ©2025 Yunex Traffic 22 In-House Specialist / Engineering Technician / Lab Manager Staff Availability All staff members listed have the experience, knowledge, availability, and bandwidth to continue to successfully manage this contract for the City of Moorpark for its entire duration, if re-selected. 627 Moorpark: Citywide Traffic Signal and Streetlight Maintenance, Repair and Response Services ©2025 Yunex Traffic 23 Subcontractors All services outlined in the RFP will be provided and performed by Yunex Traffic as the Prime Contractor. With that stated, we at Yunex do maintain relationships with numerous specialty contractors throughout the industry to be able to respond to our customers needed as a complete one-stop solution for all things traffic signal, streetlight, and fiber-optic related. Should the need for a subcontract arise, we will immediately notify our City Representative prior to utilizing them. Organization Chart Yunex Traffic has 30+ additional technicians (mostly IMSA Level III Certified) located in Ventura, Los Angeles, Orange, Riverside, San Bernardino, and San Diego areas. We also employ over 25+ key construction personnel for major repairs. These include certified crane operators, dedicated utility locators for (USA) Dig Alert Service, Corning certified fiber optic technicians, and our own in-house loop crew. 628 Moorpark: Citywide Traffic Signal and Streetlight Maintenance, Repair and Response Services ©2025 Yunex Traffic 24 It is our understanding that the City of Moorpark is seeking a qualified firm to provide Citywide Traffic Signal and Streetlight Maintenance, Repair and Emergency Repair Services. The selected service company will be responsible for providing a continuing, comprehensive, routine, and extraordinary maintenance program for the City’s equipment. The City’s expectation is that the maintenance program will reduce the incidence of malfunctions, reduce complaints, promote safety, and proactively extend the longevity of the equipment, thus reducing the overall operating cost for the City’s traffic signal and streetlight systems. Our goal is always to exceed our customers’ expectations. We have a broad range of experienced personnel including IMSA Level III Traffic Signal Maintenance personnel. The technicians assigned to this contract have over 181 years of combined experience managing and maintaining traffic signals, streetlights, fiber optic networks, and central systems. Our in-house traffic signal laboratories (located in Riverside) provide a full range of technical services including complete controller/cabinet testing, repair, and conflict monitor testing/certification. Services for this contract include the provision of appropriately trained personnel and equipment necessary to perform maintenance activities as outlined in your RFP. We understand that the general Scope of Work to be done consists of routine preventative maintenance and repair of your traffic signal and streetlight devices as well as general and emergency repairs of the same. These services will provide your city with safe and efficient operations. Yunex Traffic will have available and readily accessible, qualified personnel, tools, equipment, facilities, and material required to perform all work necessary for the maintenance of the City’s traffic signal and streetlight systems, as outlined in the Scope of Work and in compliance with current City and State standards. Response Times To be able to respond immediately to emergency calls, Yunex Traffic’s field technicians are authorized to take their work vehicles home daily. All work vehicles are stocked with proper field equipment so he/she may sufficiently address most problems they encounter while responding. Emergency response call outs and unscheduled repairs are initiated by calling our toll-free emergency phone number, 1-800-229-6090. A live dispatcher will be available 24 hours a day, 7 days per week, 365 days per year. Our dispatcher will create a work order in our visual planning board and once the work order is released, it will immediately transfer to our technician’s queue on their mobile device. As part of our quality control practice, our dispatcher will follow up with a phone call to our technician to confirm that he/she is in receipt of the call out/work order. For emergency calls, the technician will arrive at the site within one (1) hour to assess and correct the reported problem. Once the problem is corrected, the technician will inform the city of the repair actions. Methodology to Complete Required/Optional Elements 629 Moorpark: Citywide Traffic Signal and Streetlight Maintenance, Repair and Response Services ©2025 Yunex Traffic 25 Our Approach / Scope of Work It is always the goal of Yunex Traffic to tailor our services around our customers’ needs. We understand that throughout the term of a contract, those needs may change. We approach all our contracts with the same vision; build a partnership with the City’s staff and work towards achieving common goals set forth through that partnership. We realize that this is an ever- evolving process and that is why we believe that the only successful route is through establishing common goals. This methodology and a commitment to service will continue to be applied to every aspect of our services for the City of Moorpark. Traffic Signal Maintenance We will execute a comprehensive monthly routine maintenance program as outlined in the City’s Scope of Work, as recommended by the manufacturer, and as listed below. Yunex Traffic will also maintain, at the same unit price, additional traffic signals, streetlights, and appurtenant devices as they are installed or become a part of the maintenance requirements of the city. Yunex Traffic technicians will, at a minimum, perform the following tasks on the City’s traffic signals monthly: Routine maintenance is typically scheduled by the technicians as they are more aware of the geography of the area. They will take into consideration contract requirements and your preference when scheduling routine preventive maintenance. Once our technician arrives at the location, he will complete a job hazard analysis (JHA) determining any potential hazards at the location. Following the JHA, they will secure the area with proper traffic control as referenced in the most recent editions of the CAMUTCD and W.A.T.C.H. Handbooks and in accordance with the city’s traffic control requirements. Our technician will clean and vacuum the controller and battery backup cabinets and ensure the cabinet vents are un-obstructed, the air filter is clean, properly inserted, and secure (air filters will be replaced semi-annually). During this process, your Yunex Traffic technician will perform the following checks inside the controller cabinet: o Confirm the controller cabinet is securely mounted to the foundation and inspect the seal for deterioration. Excessive dampness and plant/animal intrusion inside the controller cabinet will be reported to the city and repaired immediately. o Verify fan operation and ensure the thermostat is set to 98 degrees Fahrenheit and that there is sufficient airflow through the cabinet. o Inspect cabinet hardware (i.e., door gaskets, hinges, locks, etc.) for proper operation. All deficiencies will be repaired and reported to the city. 630 Moorpark: Citywide Traffic Signal and Streetlight Maintenance, Repair and Response Services ©2025 Yunex Traffic 26 o Inspect electrical components (i.e., relays, load switches, equipment displays and indications, flasher(s), rack-mount detectors, harness/connectors, service connections, system telemetry, communications system, cabinet grounding, GFCI receptacles, terminal connections cabinet lights and switches, CMU (interlock) door switch, the police panel switches, etc.) for proper operation and adjust, as necessary. We will also verify proper operation of all equipment displays and cabinet/controller indicator lamps. Deficiencies that pose a safety concern will be corrected immediately. o Semi-annually verify that controller software/firmware is up to date. Following the visual inspection, your Yunex Traffic technician will examine the functionality of the controller in relation to traffic at the intersection and confirm all phase and coordination timing is programmed correctly and is current based on the timing sheet located in the controller cabinet. In addition to monitoring phase actuation from vehicle/traffic, they will also confirm proper intersection cycling by manually placing vehicle and pedestrian calls on each phase through the cabinet test switches or the controller keypad to verify controller servicing of each phase. Yunex Traffic technicians will ensure your controller’s date and time is correct and we will adjust all controller clocks within 48 hours of time changes related to Daylight Savings Time. This also includes confirming the correct date and time in all Conflict Monitor Units and Malfunction Management Units (CMU/MMU) during each visit. Your Yunex Traffic technician will check the controller log buffers and investigate any faults that may have occurred since the last maintenance visit. CMU’s/MMU’s will be tested annually. Technicians will be ATSI CMU/MMU Test Equipment Certified. Individual test results will meet the city’s documentation requirements and be available in each controller cabinet and an electronic file (USB) will be delivered to the city within 30 days after completing the testing. This test will also be documented on the routine maintenance log located in the controller cabinet. The cost for annual CMU/MMU testing will be billed according to the Cost Proposal. The technician will confirm that all detector loop cables are correctly identified, connected to the correct vehicle detector field terminals, and that a call is placed on the correct detector input, and that the input places a call on the correct controller phase. We will adjust or re-tune detector amplifiers and correct substandard splices, as necessary. Loops requiring re-seal or replacement will be documented and reported to the city immediately. If the intersection is equipped with video/radar detection our technician will verify that detection zones are properly structured. They will also verify proper camera operation by monitoring the vehicle call on the video processor unit and confirm that the calls are registering in the controller and actuating the correct phase in the controller. The technician will verify that detection system software has been properly updated. If requested, Annual Video Detection lens cleaning can be done on a time/material basis. Our technicians are extremely knowledgeable with the installation, handling, and testing of interconnect and fiber optic systems. 631 Moorpark: Citywide Traffic Signal and Streetlight Maintenance, Repair and Response Services ©2025 Yunex Traffic 27 If equipped, your Yunex Traffic technician will confirm operation of all preemption devices (i.e., railroad, emergency vehicle preemption (EVP), fire station preemption, etc.). If requested, EVP testing can be done on a time/material basis. If equipped, inspect CCTV cameras for correct operation. Check for damage to wiring or housing and clean lens. If requested, CCTV camera lens cleaning can be done on a time/material basis. The technician will also test your interconnect systems to maintain existing operation and will notify you of any deficiencies. If equipped, your Yunex Traffic technician will check the battery back-up systems / uninterruptible power supplies (UPS) including checking/logging the battery and load levels. In addition, we will confirm all battery connections to ensure they are clean and secure. We will report any batteries that require replacement immediately. All events and run time will be documented inside each controller cabinet. Semi-Annual testing by electrical bypass for proper operation is included with routine preventative maintenance. Yunex Traffic will check safety lights/illuminated street name signs (IISNS) at all signalized intersections (if equipped) quarterly. Our findings will be submitted to the city and the required repairs will be made according to the Extraordinary Maintenance schedule. Our technician will walk the intersection (clockwise and counterclockwise) and visually inspect all poles, signal heads, pedestrian signals, associated framework, and signal mounted signs for proper operation, alignment, and broken or missing parts. During this process, your Yunex Traffic technician will perform the following checks outside of the controller cabinet: o Depress all pedestrian push buttons and observe proper timing and display. o Visually inspect the loops for sufficient sealant or exposed loop wires. o Inspect pull boxes, pull box lids and hand-hole covers. Missing covers/lids will be replaced immediately. o Visually inspect all signal doors, back plates, and visors and confirm they are secure. o Remove unauthorized signs, stickers, and posters that can be easily removed from traffic signal poles and the controller cabinet. Graffiti will also be removed within twenty-four (24) hours of notification. o Prepare a list of locations where painting may be necessary, which will be submitted to the City for approval. Painting rates can be provided, if requested. The technician will lubricate cabinet door locks and padlocks quarterly, unless required sooner. Maintain a yearly inventory list of all equipment in the controller cabinet at each location. This list will also be updated electronically and provided to the city yearly in a Microsoft Excel spreadsheet, or as requested. 632 Moorpark: Citywide Traffic Signal and Streetlight Maintenance, Repair and Response Services ©2025 Yunex Traffic 28 Your Yunex Traffic technician will document all maintenance activities on the cabinet log, and on their mobile device which is wirelessly communicating to our maintenance server enabling our customers to view all progress in virtually real-time. Your Yunex Traffic technician will Semi-Annually confirm with the City Engineer that communication devices are working with the Centralized Operations Center at City Hall or other locations. Streetlight Maintenance Streetlight Monthly Maintenance includes replacement of lamps, photocells, starters (ignitors), fuses, ballasts, timeclocks, installation of missing pole tags, minor electric wire troubleshooting, wire splicing, repairs with junction boxes, and replacement of integral parts that have become inoperative from normal deterioration. Replacement of streetlight poles, mast arms, and luminaires will require approval of the Public Works Director or designee prior to replacement. Quarterly Night Inspections of all streetlights (which will be split into either four or six zones) will be completed. Yunex will check each streetlight, safety light, and IISNS during non-daylight hours for outages, pole condition, and/or minor tree trimming needs. Extraordinary Services In addition to the Preventative Maintenance program, we will provide other Extraordinary Services such as scheduled repairs, emergency response and technical support services to the City’s traffic signal systems in accordance with City requirements and as listed below. Our Extraordinary and Emergency Response Services include, but not limited to, the following services: Furnish and install replacement safety lights or illuminated street name signs. Downed signal heads, poles, signal on flash, signal blackout, burned out lamps, damaged controllers and cabinets, damaged illuminated street name signs, damaged inductive loops, sensing elements, pedestrian push buttons, electroliers, pedestrian signal heads, wiring, and other operational equipment related issues. Assisting the City for special events or for City construction projects, as necessary to implement revised traffic signal timing and phasing for changed traffic conditions. If requested, prepare punch list items, and follow through with city representative to ensure a successful completion. Perform overhead maintenance on traffic signals, safety lighting, street name and regulatory signs, video detection cameras, Opticom systems, and license plate reader (LPR) systems. Provide support for underground maintenance including conduit repair or replacement, wire inspection and installation, and interconnect installation. 633 Moorpark: Citywide Traffic Signal and Streetlight Maintenance, Repair and Response Services ©2025 Yunex Traffic 29 Repair, replace or otherwise render in good working order all defective parts of the traffic signal equipment with like make and model parts. Whenever equipment is removed, the city representative will be notified within twenty-four (24) hours. USA Dig Alert – Locating services using in-house locators. o Yunex Traffic will respond to all Underground Service Alert (USA) requests/notices or at the request of city staff for the marking and protection of traffic signal underground facilities such as traffic signal and electrical conduits, interconnect facilities, loops, safety light conduits, and other appurtenant equipment which might conflict with other right-of-way construction or repairs. Our technicians are equipped and certified with the proper locating devices provided by Metrotech. Fiber Optic related maintenance services such as: Installation, splicing, terminations, troubleshooting, on-reel testing, and integration. Signal Loop Replacement. Yunex Traffic is the only maintenance provider who performs Loop replacements in-house. Yunex Traffic will notify the City prior to any traffic signal deactivations that may be necessary to provide the required services. Traffic signal shutdowns will not be scheduled without the approval of an authorized representative of the City. Also, Yunex Traffic will not proceed with any extraordinary repairs without authorization from the city, unless it is a matter of public safety. 634 Moorpark: Citywide Traffic Signal and Streetlight Maintenance, Repair and Response Services ©2025 Yunex Traffic 30 On-Line Portal (Service Business Platform) Yunex Traffic has rolled out a new service tool called SBP (Service Business Platform), which is a proprietary management system designed to effectively manage all service order progress, remotely update our ERP system (SAP) and as work is performed. SBP allows us to monitor many key performance items such as time arrived onsite, time of completion, materials used, and vehicle/equipment used. SBP keeps historical records for every location which allows the technicians an additional resource when troubleshooting. When creating a new service request, SBP will query the location history and will flag the order if it appears to be a repeated call out or duplicate order. Technicians transmit response and routine maintenance items in real-time using IOS or Android devices. The contractual Scope of Work and all maintenance activities are also available for technicians to review to ensure all tasks are completed within the specified timeframe. Customer specific checklists for routine preventative maintenance will be available to the technicians so all required tasks are completed, according to your Scope of Work. 635 Moorpark: Citywide Traffic Signal and Streetlight Maintenance, Repair and Response Services ©2025 Yunex Traffic 31 Customer Portal The SBP Customer Portal gives our customers access to: Monitor real-time status of routine maintenance and service calls. Location history (sort/filter by date, location, call type, etc.). Overall historical maintenance and repair data. Real-time equipment inventories, maps, and event reporting. Asset management (including digital photographs, GIS data, etc.). 636 Moorpark: Citywide Traffic Signal and Streetlight Maintenance, Repair and Response Services ©2025 Yunex Traffic 32 Yunex is more than willing to provide a training session on SBP and our Customer Portal to any city employees that are interested. Tracking as Related to Invoicing In addition to our Customer Portal, you will receive a detailed billing report with each invoice that lists labor and equipment hours billed for each service order. 637 Moorpark: Citywide Traffic Signal and Streetlight Maintenance, Repair and Response Services ©2025 Yunex Traffic 33 Equipment List (Southern California) Yunex Fleet # YEAR MAKE_DESC MODEL_DESC Unit Type BT1601 2016 RAM RAM CHASSIS 5500 Bucket Truck BT1602 2016 RAM RAM CHASSIS 5500 Bucket Truck BT1603 2016 FORD F450 SUPER DUTY Bucket Truck BT1605 2016 FORD F550 SUPER DUTY Bucket Truck BT1606 2016 FORD F450 SUPER DUTY Bucket Truck BT1701 2017 FORD F550 SUPER DUTY Bucket Truck BT1703 2017 FORD F550 SUPER DUTY Bucket Truck BT1704 2017 FORD F550 SUPER DUTY Bucket Truck BT1705 2017 FORD F550 SUPER DUTY Bucket Truck BT1706 2017 FORD F550 SUPER DUTY Bucket Truck BT1707 2017 FORD F550 SUPER DUTY Bucket Truck BT1708 2017 FORD F550 SUPER DUTY Bucket Truck BT1709 2017 FORD F550 SUPER DUTY Bucket Truck BT1710 2017 FORD F550 SUPER DUTY Bucket Truck BT1801 2018 RAM 5500 CHASSIS CAB TRADESMA Bucket Truck BT1803 2018 FORD SUPER DUTY F-550 DRW XL/X Bucket Truck BT1902 2019 FORD SUPER DUTY F-450 DRW XL/X Bucket Truck BT1904 2019 FORD SUPER DUTY F-550 DRW XL/X Bucket Truck BT1905 2019 FORD SUPER DUTY F-550 DRW XL/X Bucket Truck BT1906 2019 FORD SUPER DUTY F-550 DRW XL/X Bucket Truck BT1907 2019 FORD SUPER DUTY F-550 DRW XL/X Bucket Truck BT1908 2019 FORD SUPER DUTY F-550 DRW XL/X Bucket Truck BT1909 2019 FORD SUPER DUTY F-550 DRW XL/X Bucket Truck BT1910 2019 FORD SUPER DUTY F-550 DRW XL/X Bucket Truck BT1911 2019 FORD SUPER DUTY F-550 DRW XL/X Bucket Truck BT1912 2019 FORD SUPER DUTY F-550 DRW XL/X Bucket Truck BT1914 2019 FORD SUPER DUTY F-550 DRW XL/X Bucket Truck BT1915 2019 FORD F-550 CC REGULAR Bucket Truck BT1918 2019 FORD F-550 CC REGULAR Bucket Truck BT1919 2019 FORD F-550 CC REGULAR Bucket Truck BT1920 2019 FORD F-550 CC REGULAR Bucket Truck BT1922 2019 FORD F-550 CC REGULAR Bucket Truck BT1923 2019 FORD F-550 CC REGULAR Bucket Truck BT2202 2022 FORD SUPER DUTY F-550 DRW XL/X Bucket Truck BT2203 2022 FORD SUPER DUTY F-550 DRW XL/X Bucket Truck BT2205 2022 FORD F-550 CC REGULAR Bucket Truck BT2206 2022 FORD F-550 CC REGULAR Bucket Truck BT2207 2022 FORD F-550 CC REGULAR Bucket Truck BT2208 2022 FORD F-550 CC REGULAR Bucket Truck BT2209 2022 FORD F-550 CC REGULAR Bucket Truck CR1401 2014 FREIGHTLINER 108SD CONVENTIONAL CAB Crane Truck CR2001 2020 PETERBILT 520 6X4 LCF 58 BBC 164 WB Crane Truck CR2002 2020 PETERBILT 520 6X4 LCF 58 BBC 164 WB Crane Truck DV1601 2016 FORD F-550 CC REGULAR CAB 60CA Dump Truck FB1702 2017 FORD F-550 CC REGULAR CAB 60CA Flat Bed (Delivery Truck) PU1701 2017 CHEVROLET COLORADO BASE/WT EXT CAB 6'BOX Pickup PU1801 2018 CHEVROLET COLORADO BASE/WT EXT CAB 6'BOX Pickup PU1802 2018 FORD F-250 SUPERCAB 6.75' BOX Pickup PU1901 2019 FORD F-150 SUPERCREW 5.5' BOX Pickup PU1902 2019 FORD F-150 SUPERCREW 5.5' BOX Pickup PU2001 2020 FORD F-250 REGULAR CAB 8' BOX Pickup PU2002 2020 FORD F-250 REGULAR CAB 8' BOX Pickup UT1101 2011 FORD F-550 REG CAB C&C Utility Body UT1201 2012 FORD F-550 Chassis Utility Body 638 Moorpark: Citywide Traffic Signal and Streetlight Maintenance, Repair and Response Services ©2025 Yunex Traffic 34 UT1701 2017 FORD F-550 CC REGULAR CAB 60CA Utility Body UT1801 2018 FORD F-250 SUPERCAB 6.75' BOX Utility Body UT1802 2018 FORD F-350 CC SUPERCAB SRW 60 CA Utility Body UT1803 2018 FORD F-350 Chassis Utility Body UT1804 2018 FORD F-350 Chassis Utility Body UT1901 2019 FORD F-350 Chassis Utility Body UT1902 2019 FORD F-550 CC REGULAR CAB 60CA Utility Body VH1801 2018 TOYOTA PRIUS TWO Night Check Vehicle VH2001 2020 TOYOTA PRIUS LE AWD Night Check Vehicle VN1901 2019 FORD TRANSIT CONNECT LWB XL SWING Transit Van VN1902 2019 FORD TRANSIT CONNECT LWB XL SWING Transit Van VN1903 2019 FORD TRANSIT CONNECT LWB XL SWING Transit Van AB0601 2006 Arrowboard, Towable UTILITY TRAILER Arrowboard, Towable AB1401 2014 CMS, Towable TRAIL KING TRAILER CMS, Towable AB1402 2014 CMS, Towable TRAILER 6X12 CMS, Towable AB2201 2022 Arrowboard, Towable 2022 CUSTOM 12X60 DRY W/GLASS Arrowboard, Towable AB2202 2022 Arrowboard, Towable 2022 CUSTOM 12X60 DRY W/GLASS Arrowboard, Towable AB2203 2022 Arrowboard, Towable 2022 CUSTOM 12X60 DRY W/GLASS Arrowboard, Towable AB2204 2022 Arrowboard, Towable 2022 CUSTOM 12X60 DRY W/GLASS Arrowboard, Towable AB2205 2022 Arrowboard, Towable 2022 CUSTOM 12X60 DRY W/GLASS Arrowboard, Towable AB2206 2022 Arrowboard, Towable 2022 CUSTOM 12X60 DRY W/GLASS Arrowboard, Towable AB9901 1999 Arrowboard, Towable TRAILER Arrowboard, Towable AC0501 2005 Air Compressor, Towable EQUIPMENT Air Compressor, Towable AC0701 2007 Air Compressor, Towable TRAILER Air Compressor, Towable AC0801 2008 Air Compressor, Towable TRAILER Air Compressor, Towable AC0802 2008 Air Compressor, Towable TRAILER Air Compressor, Towable AC1201 2012 Air Compressor, Towable TRAILER Air Compressor, Towable AC2201 2022 Air Compressor, Towable 2022 CUSTOM 12X60 DRY W/GLASS Air Compressor, Towable AC2202 2022 Air Compressor, Towable 2022 CUSTOM 12X60 DRY W/GLASS Air Compressor, Towable AC2203 2022 Air Compressor, Towable 2022 CUSTOM 12X60 DRY W/GLASS Air Compressor, Towable AC2204 2022 Air Compressor, Towable 2022 CUSTOM 12X60 DRY W/GLASS Air Compressor, Towable CM2101 2020 EQUIPMENT TAYLOR-DUNN MX-600 MAINT EXPED Concrete Mixer, Towable CT0001 2000 TRAILER TANDEM AXLE DRY FREIGHT VAN Cable/Conductor Trailer CT0701 2007 TRAILER TRAILER Cable/Conductor Trailer CT8001 1980 EQUIPMENT RESPONSE TRUCK Cable/Conductor Trailer DT2001 2020 TRAILER BIG TEX 20' PINTLE UTILITY TAN Dump Trailer DT2101 2021 TRAILER BIG TEX 20'VANGUARD 9.990 TAND Dump Trailer DT2102 2021 TRAILER BIG TEX 20'VANGUARD 9.990 TAND Dump Trailer FL0501 2005 FORKLIFT HYSTER FORKLIFT Forklift FL0502 2005 FORKLIFT HYSTER FORKLIFT Forklift FL0503 2005 FORKLIFT HYSTER LIFT TRUCK Forklift FL0601 2006 TRAILER 48' UTILITY Utility Trailer HM1201 2000 TRAILER AG1000 WAGON Hot Melt Machine, Towable MX1801 2018 TRAILER ALUMA ENCLOSED 6X10 SPORT SNGL Mini Excavator TR1801 2018 TRAILER ALUMA ENCLOSED 6X10 SPORT SNGL Utility Trailer VT1001 2010 TRAILER TRAILER Vacuum, Towable Yunex LLC recently took delivery of 17 new 2024 Dodge 3500 bucket trucks, which will be replacing some of the older units listed above. Due to just receiving them, we are getting them into service and unfortunately could not update this list by the due date of this proposal. 639 Moorpark: Citywide Traffic Signal and Streetlight Maintenance, Repair and Response Services ©2025 Yunex Traffic 35 Fleet/Equipment Pictures 640 Moorpark: Citywide Traffic Signal and Streetlight Maintenance, Repair and Response Services ©2025 Yunex Traffic 36 Spare Materials Yunex Traffic has over $1,500,000 in inventory locally and available to the City of Moorpark: 25+ – 2070 controllers from various manufacturers 25+ – NEMA controllers (such as Econolite ASC3, ASC2-S, Cobalt, etc.) 25 – 24VDC Power Supply 25+ – MMU/CMU’s from various manufacturers 150 – Load Switches 60+ - Detectors 6 – Type P controller cabinets 3 – 332 controller cabinets 250+ – Replacement LED Lamps (Red/Yellow/Green) / LED pedestrian signals 50 – ADA compliant pedestrian activation buttons 25+ - Battery Backup Batteries (sizes/manufacturers vary) 25+ - Several types/sizes of Marbelite streetlight poles 20+ - Luminaire Mast Arms of various lengths 20+ – Luminaires of various manufactures and wattages 250+ - Photocells/shorting caps from various manufactures 50,000+ - Feet of various wire types 641 Moorpark: Citywide Traffic Signal and Streetlight Maintenance, Repair and Response Services ©2025 Yunex Traffic 37 Proposed Schedule Project Lead: City of Moorpark Start Date:7/1/2025 Tuesday WBS Tasks Task Lead Start End Du r a t i o n ( D a y s ) % C o m p l e t e Wo r k i n g D a y s Da y s C o m p l e t e Da y s R e m a i n i n g 1 Preventative Maintenance - Traffic Signals (Monthly)Yunex 7/1/25 7/31/25 31 23 0 31 1.1 Extraordinary Maintenance Traffic Signals (As-Needed) 1.2 Air Filter Replacement (Semi-Annually) 1.3 Centralized Operations Center Check (Semi-Annually) 1.4 Routine Maintenance Streetlights (Monthly) 1.5 Extraordinary Maintenance Streetlights (As-Needed) 1.6 Quarterly Night Inspections (SL's, Safety Lights, IISNS) 2 Preventative Maintenance - Traffic Signals (Monthly)Yunex 8/1/25 8/31/25 31 23 0 31 2.1 Extraordinary Maintenance Traffic Signals (As-Needed) 2.2 Battery Back-Up Testing (Semi-Annually) 2.3 Routine Maintenance Streetlights (Monthly) 2.4 Extraordinary Maintenance Streetlights (As-Needed) 3 Preventative Maintenance - Traffic Signals (Monthly)Yunex 9/1/25 9/30/25 30 22 0 30 3.1 Extraordinary Maintenance Traffic Signals (As-Needed) 3.2 CMU/MMU Testing (Annually) 3.3 Routine Maintenance Streetlights (Monthly) 3.4 Extraordinary Maintenance Streetlights (As-Needed) 4 Preventative Maintenance - Traffic Signals (Monthly)Yunex 10/1/25 10/31/25 31 23 0 31 4.1 Extraordinary Maintenance Traffic Signals (As-Needed) 4.2 Routine Maintenance Streetlights (Monthly) 4.3 Extraordinary Maintenance Streetlights (As-Needed) 4.4 Quarterly Night Inspections (SL's, Safety Lights, IISNS) 5 Preventative Maintenance - Traffic Signals (Monthly)Yunex 11/1/25 11/30/25 30 22 0 30 5.1 Extraordinary Maintenance Traffic Signals (As-Needed) 5.2 Routine Maintenance Streetlights (Monthly) 5.3 Extraordinary Maintenance Streetlights (As-Needed) 6 Preventative Maintenance - Traffic Signals (Monthly)Yunex 12/1/25 12/31/25 31 23 0 31 6.1 Extraordinary Maintenance Traffic Signals (As-Needed) 6.2 Routine Maintenance Streetlights (Monthly) 6.3 Extraordinary Maintenance Streetlights (As-Needed) 7 Preventative Maintenance - Traffic Signals (Monthly)Yunex 1/1/26 1/31/26 31 23 0 31 7.1 Extraordinary Maintenance Traffic Signals (As-Needed) 7.2 Air Filter Replacement (Semi-Annually) 7.3 Centralized Operations Center Check (Semi-Annually) 7.4 Routine Maintenance Streetlights (Monthly) 7.5 Extraordinary Maintenance Streetlights (As-Needed) 7.6 Quarterly Night Inspections (SL's, Safety Lights, IISNS) 8 Preventative Maintenance - Traffic Signals (Monthly)Yunex 2/1/26 2/28/26 28 20 0 28 8.1 Extraordinary Maintenance Traffic Signals (As-Needed) 8.2 Battery Back-Up Testing (Semi-Annually) 8.3 Routine Maintenance Streetlights (Monthly) 8.4 Extraordinary Maintenance Streetlights (As-Needed) 9 Preventative Maintenance - Traffic Signals (Monthly)Yunex 3/1/26 3/31/26 31 23 0 31 9.1 Extraordinary Maintenance Traffic Signals (As-Needed) 9.2 Routine Maintenance Streetlights (Monthly) 9.3 Extraordinary Maintenance Streetlights (As-Needed) 10 Preventative Maintenance - Traffic Signals (Monthly)Yunex 4/1/26 4/30/26 30 22 0 30 10.1 Extraordinary Maintenance Traffic Signals (As-Needed) 10.2 Routine Maintenance Streetlights (Monthly) 10.3 Extraordinary Maintenance Streetlights (As-Needed) 10.4 Quarterly Night Inspections (SL's, Safety Lights, IISNS) 11 Preventative Maintenance - Traffic Signals (Monthly)Yunex 5/1/26 5/31/26 31 23 0 31 11.1 Extraordinary Maintenance Traffic Signals (As-Needed) 11.2 Routine Maintenance Streetlights (Monthly) 11.3 Extraordinary Maintenance Streetlights (As-Needed) 12 Preventative Maintenance - Traffic Signals (Monthly)Yunex 6/1/26 6/30/26 30 22 0 30 12.1 Extraordinary Maintenance Traffic Signals (As-Needed) 12.2 Routine Maintenance Streetlights (Monthly) 12.3 Extraordinary Maintenance Streetlights (As-Needed) Moorpark - Citywide Traffic Signal and Streetlight Maintenance, Repair and Emergency Response Services - Proposed Schedule 642 Moorpark: Citywide Traffic Signal and Streetlight Maintenance, Repair and Response Services ©2025 Yunex Traffic 38 Yunex has been extremely successful in retaining traffic signal, streetlight, fiber optic, and engineering customers due to our desire to offer the best possible customer services. For this project, we are providing the following references: Client / Term Description / Revenue City Contact Contact information City of Calabasas (07/2024 – Current) Traffic Signal Maintenance $120,000 annually Tatiana Holden 100 Civic Center Way Calabasas, CA 91302 818-224-1674 tholden@cityofcalabasas.com City of Chino (07/2004 – Current) Traffic Signal Maintenance $918,374 annually Mario Flores 13220 Central Ave. Chino, CA 91710 909-591-9828 mflores@cityofchino.org City of Costa Mesa (03/2011 – Current) Traffic Signal Maintenance $400,000 annually Ramin Nikoui 77 Fair Drive Costa Mesa, CA 92626 714-754-5184 ramin.Nikoui@costamesaca.gov City of Garden Grove (02/2012 – Current) On-Call Traffic Signal Maintenance $300,000 annually Dai Vu PO Box 3070 Garden Grove, CA 92840 714-741-5189 daiv@ggcity.org City of Glendale (02/2014 – Current) Traffic Signal Maintenance $500,000 annually Pastor Casanova 633 E. Broadway, Room 205 Glendale, CA 91206 818-937-8324 pcasanova@GlendaleCA.gov City of Irvine (09/1998 – Current) Traffic Signal Maintenance $850,826 annually Mark Ha 6427 Oak Canyon Irvine, CA 92618 949-724-6186 mha@cityofirvine.org City of Moorpark (11/2004 – Current) Traffic Signal Maintenance $75,000 annually Daniel Kim 799 Moorpark Ave Moorpark, CA 93021 805-517-6255 dkim@moorparkca.gov City of Newport Beach (10/2004 – Current) Traffic Signal Maintenance $280,000 annually Bryan Loo 100 Civic Center Drive Newport Beach, CA 92660 949-644-3324 bloo@newportbeachca.gov City of Rancho Cucamonga (10/2004 – Current) Traffic Signal Maintenance $828,050 annually Timothy Baltazar 10500 Civic Center Dr. Rancho Cucamonga, CA 91730 909-774-4136 tim.baltazar@cityofrc.us City of Santa Ana (07/2024 – Current) Traffic Signal & Streetlight Maintenance $1,500,000 annually Cesar Rodriguez 20 Civic Center Plaza Santa Ana, CA 92701 714-647-5626 crodriguez5@santa-ana.org Yunex has over 70 additional references that can/will be provided upon request. References 643 Moorpark: Citywide Traffic Signal and Streetlight Maintenance, Repair and Response Services ©2025 Yunex Traffic 39 Recently Awarded Public Sector Contracts: 1. City of Compton – Citywide Traffic Signal & Streetlight Maintenance – 04/2025 2. City of Santa Fe Springs – Street Light LED Conversion – 02/2025 3. City of Irvine – As-Needed Fiber Optic Cabling and Repairs – 01/2025 4. City of Cypress – Traffic Signal Improvements at Valley View & Plaza/Chip – 12/2024 5. City of Cypress – City Street Lights – LED Conversion – 11/2024 6. City of Laguna Beach – Street Light Maintenance Services – 10/2024 7. City of La Habra – Replacement of Ped Signal Heads at 8 locations – 08/2024 8. City of Poway – Street Lighting, Systems Maint., and Emergency Repairs – 07/2024 9. City of Laguna Niguel – Traffic Signal Detection Upgrades Installation – 06/2024 10. City of Escondido – Signal and Wire Theft Repairs – 06/2024 11. City of Calabasas – Traffic Signal Maintenance and Related Services – 06/2024 12. City of Fontana – Traffic Signal Maintenance – 05/2024 13. City of Poway – Traffic Signal Maintenance and Emergency Repairs – 05/2024 14. City of Santa Ana – Traffic Signal and Street Lighting Maintenance – 05/2024 15. City of Coronado – Traffic Signal Maintenance – 05/2024 16. City of Desert Hot Springs – Traffic Signal Maintenance – 05/2024 17. City of Rancho Cucamonga – Traffic Signal Maintenance – 05/01/2024 644 Moorpark: Citywide Traffic Signal and Streetlight Maintenance, Repair and Response Services ©2025 Yunex Traffic 40 Yunex Traffic submits its proposal with the following Exceptions and Assumptions and would like the opportunity to discuss and possibly negotiate the following items, if selected: 1) Yunex Traffic takes exception to the absence of limitations of liability in favor of the service provider and assumes that the resulting agreement will be negotiated to contain a provision substantially in the form of the following: LIMITATION OF LIABILITY. THE REMEDIES OF THE CUSTOMER SET FORTH IN THIS CONTRACT ARE EXCLUSIVE AND ARE ITS SOLE REMEDIES FOR ANY FAILURE OF YUNEX TO COMPLY WITH ITS OBLIGATIONS HEREUNDER. NOTWITHSTANDING ANY PROVISION IN THIS CONTRACT TO THE CONTRARY, IN NO EVENT SHALL YUNEX BE LIABLE IN CONTRACT, IN TORT (INCLUDING NEGLIGENCE OR STRICT LIABILITY) OR OTHERWISE FOR ANY SPECIAL, INDIRECT, INCIDENTAL OR CONSEQUENTIAL DAMAGES WHATSOEVER, REGARDLESS OF WHETHER SUCH POTENTIAL DAMAGES ARE FORESEEABLE OR IF YUNEX HAS BEEN ADVISED OF THE POSSIBILITY OF SUCH DAMAGES. THE TOTAL CUMULATIVE LIABILITY OF YUNEX ARISING FROM OR RELATED TO THIS CONTRACT WHETHER THE CLAIMS ARE BASED IN CONTRACT, IN TORT (INCLUDING NEGLIGENCE OR STRICT LIABILITY) OR OTHERWISE, SHALL NOT EXCEED THE PRICE OF THE PRODUCT OR SERVICES ON WHICH SUCH LIABILITY IS BASED. 2) Yunex Traffic takes exception to the inclusion of two different indemnity provisions to potentially apply. Yunex Traffic assumes that the services provided under the applicable contract will fall under the first paragraph of Article 10, Indemnity and Hold Harmless, and that the second paragraph will be deleted from the final executed agreement. “Indemnity for professional liability: When the law establishes a professional standard of care for Consultant’s Services, to the fullest extent permitted by law, Consultant shall indemnify, protect, defend and hold harmless City and any and all of its officials, employees, and agents (“Indemnified Parties”) from and against any and all losses, liabilities, damages, costs and expenses, including legal counsel’s fees and costs to the extent same are caused in whole or in part by any negligent or wrongful act, error or omission of Consultant, its officers, agents, employees and/or subconsultants (or any agency or individual that Consultant shall bear the legal liability thereof) in the performance of professional services under this Agreement.” Exceptions and Assumptions 645 Page 1 of 3 Restricted DELEGATION OF APPROVAL AUTHORITY FROM PRESIDENT & MANAGING DIRECTOR AND MANAGING DIRECTOR FINANCE YUNEX, LLC. ______________________________________________________________________ A. The undersigned Marshall Cheek, President & Managing Director and Dirk Rauber, Vice President & Managing Director Finance of the Yunex, LLC (the “Corporation”), a limited liability company duly organized and existing under the laws of the State of Delaware, by virtue of the authority vested as President and Vice President to sign or countersign and otherwise execute in the name, or on behalf of the Corporation, any bids, projects, contracts, agreements and any certificates, affidavits or ancillary documents in connection therewith to the extent the foregoing instruments and are consistent with the limits of authority granted under LoA guidelines and grants of release for and on behalf of the Corporation, do hereby delegate to and acknowledge that the following person(s) may exercise such authority for and on our behalf up to $3 million. AUTHORIZED SIGNATORIES Business Operations (Name/Position) Finance/Central Support Function (Name/Position) EVP, Technology B.It is further acknowledged that the following individuals are hereby authorized to sign or countersign and otherwise execute in the name, or on behalf of the Corporation, the same documents as referenced in paragraph A, up to and including a transactional limit of $1,500,000. Any such delegation extends to but is limited to the same scope, documents and subject matter as referenced and granted in paragraph A, limited to the monetary amount stated in this paragraph. C. It is further acknowledged that the following individuals are hereby authorized to sign or countersign and otherwise execute in the name, or on behalf of the Corporation, the same documents as referenced in paragraph A, up to and including a transactional limit of $500,000. Any such delegation extends to but is limited to the same scope, documents and subject matter as referenced and granted in paragraph A, limited to the monetary amount stated in this paragraph. AUTHORIZED SIGNATORIES Business Operations (Position) Finance/Central Support Function (Position) Operations Manager Commercial Project Manager Project Manager Commercial Service Manager Material Manager Technical Project Manager Director, Channel Partners AUTHORIZED SIGNATORIES Business Operations (Position) Finance/Central Support Function (Position) SVP, Solution Delivery Manager, Procurement Head of Projects Commercial Manager, Products Director, Field Services Controller/Head of Accounting V.P. Operations Director of Finance, Solutions & Services 646 Page 2 of 3 Restricted Regional Manager, Field Services D.It is further acknowledged that the following individuals are hereby authorized to sign or countersign and otherwise execute in the name, or on behalf of the Corporation, the same documents as they are referenced in paragraph A, up to and including a transactional limit of $100,000. Any such delegation extends to but is limited to the same scope, documents and subject matter as referenced and granted in paragraph A, limited to the monetary amount stated in this paragraph. AUTHORIZED SIGNATORIES Business Operations (Name/Position) Finance/Central Support Function (Name/Position) Service Coordinator Procurement Specialist Sales/Account Manager Bid/Capture Manager E.It is further acknowledged that each of the signatures of the persons referred to in paragraphs A, B, C, D, and E are binding upon the Corporation. F. Notwithstanding the delegated authorities outlined above, no delegations identified herein shall apply to contracts which contain any of the following extraordinary non-standard terms: a. Unlimited liability; b. No waivers of consequential, indirect, incidental and punitive damages; c. No waivers of implied warranties; or d.Indemnification provisions which: i. Are not limited to the extent of Yunex LLC’s negligence or willful misconduct; ii. Do not provide Yunex LLC with control over claim strategy, including choice of attorneys; or iii. Do not limit the causes of action subject to indemnity to: 1. bodily injury and property damage; 2.intellectual property infringement; and 3.breach of confidentiality. G. It is further acknowledged that any delegate’s authority extends only to the scope and extent of the delegate’s respective job responsibilities. For instance, a project manager’s delegation extends only to the limits described herein and only to the project(s) for which the delegate has responsibility. H. It is further acknowledged that any document shall require the signature of two (2) of the above Authorized Signatories, one each from Business Operations and from Finance/Central Support Functions, whom shall have the requisite signature authority to be legally binding upon the Corporation. I.It is further acknowledged that each of the persons referred to herein is authorized to delegate such person’s authority hereunder to additional members of his or her management team up to the limit of such person’s delegation of authority, provided that such delegation is in written form signed by the delegator and filed with the Legal Department. J. It is further acknowledged that the Secretary or an Assistant Secretary of the Corporation is authorized to issue certifications attesting to the incumbency, authority and status of any of the persons referred to in this resolution. K. Any prior versions of this general Delegation of Authority policy are void. 647 Page 3 of 3 Restricted IN WITNESS WHEREOF, we have hereunto subscribed our names and affixed the corporate seal of the said company, as of the 21st day of November 2024. ________________________________ Marshall Cheek President & Managing Director Yunex, LLC. _________________________________ Dirk Rauber Vice President and Managing Director Finance Yunex, LLC CERTIFICATE I, Pamela Brickner, certify that I am the Secretary of Yunex, LLC, that Marshall Cheek and Dirk Rauber who signed this agreement for this corporation, were then President and Managing Director USA and Vice President and Managing Director Finance USA of this corporation; and this agreement was duly signed for and on behalf of this limited liability company by authority of its governing body and within the scope of its corporate powers. Witness my hand and seal of this corporation on this 21st day of November, 2024. By: _____________________________ (CORPORATE SEAL) Cheek Marshall YU006894 Digitally signed by Cheek Marshall YU006894 Date: 2024.11.22 13:47:34 -06'00' Dirk Rauber cn=Dirk Rauber, c=US, o=Yunex LLC, ou=Managing Director Finance/ CFO, email=Dirk.Rauber@yunextraffic.com 11/22/24 ______________ Brickner Pamela z004fc5d cn=Brickner Pamela z004fc5d, ou=Users, email=pamela.brickner@yunextraffic.com 11/22/24______________________________________________________________________________________________________________________ ORARARARRRRARRARRARRARARRARAARRRRRARAAAARARARARRARARAAAAARRARAAAAAAAAAAARAAAAAAAAAAAAAAAAAAAAAAAAATTTTTTTTETTTTTTTTTTTTTTTT 648 Rev. 03/11/2025 Page 21 of 21 EXHIBIT D CONTRACTOR COST PROPOSAL 649 Citywide Traffic Signal and Streetlight Maintenance, Repair and Emergency Response Services for the City of Moorpark April 18th, 2025 Cost Proposal Yunex Traffic 1026 E. Lacy Ave. Anaheim, CA 92805 www.yunextraffic.com 650 City of Moorpark Citywide Traffic Signal and Streetlight Maintenance, Repair and Emergency Response Services Cost Proposal Traffic Signal Maintenance: Item Description Quantity Unit Price Monthly Price Annual Price Routine Monthly Maintenance - Traffic Signals 22 $99.00 $2,178.00 $26,136.00 Annual Conflict Monitor Testing 22 $95.00 N/A $2,090.00 Traffic Signal Miscellaneous Items: Item Description Unit Unit Price Total Price Loop Installation (1-4 Loops) Each $825.00 $825.00 Loop Installation (5-12 Loops) Each $775.00 $775.00 Loop Installation (13-20 Loops) Each $725.00 $725.00 Loop Installation (20+ Loops) Each $680.00 $680.00 Rental Rates Controller/Cabinet with all appurtenances Per Month $600.00 $600.00 Streetlight Maintenance: Item Description Quantity Unit Price Monthly Price Annual Price Streetlight Maintenance (LED) - Per Light Per Month 2,229 $0.90 $2,006.10 $24,073.20 Streetlight Maintenance (HPS) – Per Light Per Month 134 $1.75 $234.50 $2,814.00 Call Center - Per Month 1 No Charge No Charge No Charge Install House Side Shields - Each 1 $125.00 N/A N/A Quarterly Streetlight Operation Review (Night Check) 4 $1,500.00 N/A $6,000.00 Labor Rates: Item Description Unit Regular Overtime Premium Operations Superintendent Hourly $137.00 $177.00 $216.00 Engineering Technician Hourly $137.00 $177.00 $216.00 Leadman/Foreman Hourly $155.00 $190.00 $225.00 Traffic Signal Technician Hourly $145.00 $176.00 $207.00 Traffic Signalman Hourly $130.00 $153.00 $176.00 Traffic Signal Laborer Hourly $122.00 $171.00 $171.00 Streetlight Maintenance Worker Hourly $145.00 $176.00 $207.00 651 Regular, Overtime, and Premium time explanation: Regular Hours are Monday through Friday (excluding holidays) from 7:30am to 4:00pm. Overtime Hours are Monday through Friday after these work hours for the first two hours as well as Saturday for the initial 10 working hours. Premium Hours are Monday through Friday after two hours of OT, Saturdays after 10 hours worked in the city, all day Sunday starting at 12:00am until Monday at 7:30am and all holidays as listed per the DIR and outlined in the memo dated March 15th, 2023 (see below) starting at 12:00am until the next morning at 7:30am. a. https://www.dir.ca.gov/oprl/Important_Notices_Archive/03-15-2023.pdf Equipment Rates: Item Description Unit Unit Price Pick-Up Truck Hourly $32.00 Service (Utility) Truck Hourly $35.00 Paint Rig Truck Hourly $35.00 Bucket Truck Hourly $35.00 Crane Truck Hourly $70.00 Air Compressor Hourly $10.00 Water Truck Hourly $35.00 Concrete Saw Hourly $10.00 Arrow Board Hourly $10.00 Material Markup: Item Description Unit % Material Markup % Cost + 15% __________________________________________ ________________________________________ Michael J. Hutchens Steven Teal West Operations Manager Director of Field Service, U.S. Yunex LLC Yunex LLC 652 PUBLIC WORKS SERVICES AGREEMENT BETWEEN THE CITY OF MOORPARK AND YUNEX LLC, FOR STREET LIGHTING MAINTENANCE SERVICES THIS AGREEMENT, made and effective as of ____________________________, is between the City of Moorpark, a municipal corporation (“City”) and Yunex LLC, a limited liability company (“Contractor”). In consideration of the mutual covenants and conditions set forth herein, the parties agree as follows: WHEREAS, City has the need for street lighting maintenance services services; and WHEREAS, Contractor specializes in providing such services and has the proper work experience, certifications, and background to carry out the duties involved; and WHEREAS, Contractor has submitted to City a Proposal dated April 18, 2025, which is attached hereto as Exhibit C and Exhibit D. NOW, THEREFORE, in consideration of the mutual covenants, benefits, and premises herein stated, the parties hereto agree as follows: 1. TERM The term of this Agreement shall be from July 1, 2025, to June 30, 2029, with completion of the work identified in the Scope of Services and in conformance with Exhibit C, unless this Agreement is terminated or suspended pursuant to this Agreement. This Agreement can be mutually extended by Amendment for two (2), two-year extensions, for a total term not to exceed eight years. 2. SCOPE OF SERVICES City does hereby retain Contractor, as an independent contractor, in a contractual capacity to provide street lighting maintenance services, as set forth in Exhibit C. In the event there is a conflict between the provisions of Exhibit C and this Agreement, the language contained in this Agreement shall take precedence. Contractor shall perform the tasks described and set forth in Exhibit C. Contractor shall complete the tasks according to the schedule of performance, which is also set forth in Exhibit C. Compensation for the services to be performed by Contractor shall be in accordance with Exhibit D. Compensation shall not exceed the rates or total contract value of Four Hundred Thousand dollars ($400,000.00) and in accordance with the rates stated in Exhibit D, without a written amendment to the agreement executed by both parties. Payment by City to Contractor shall be in accordance with the provisions of this Agreement. ATTACHMENT 2 653 Rev. 03/11/2025 Page 2 of 21 City and Contractor acknowledge that this project is a public work to which prevailing wages apply, and that a public work project is subject to compliance monitoring and enforcement by the California Department of Industrial Relations (DIR). Contractor agrees to comply with and be bound by all the terms, rules and regulations described in (a) Division 2, Part 7, Chapter 1 (commencing with section 1720) of the California Labor Code, including without limitation Labor Code section 1771 (a) and (b) the rules and regulations established by the DIR implementing such statutes, as though set forth in full herein, including any applicable amendments made thereto during the term of this Agreement. For every subcontractor who will perform work on this project, Contractor shall be responsible for subcontractor’s compliance with (a) and (b), and Contractor shall take all necessary actions to ensure subcontractor’s compliance. Labor Code section 1725.5 requires all contractors and subcontractors to annually register with the DIR before bidding or performing on any public work contract. 3. PERFORMANCE Contractor shall at all times faithfully, competently and to the best of their ability, experience, standard of care, and talent, perform all tasks described herein. Contractor shall employ, at a minimum, generally accepted standards and practices utilized by persons engaged in providing similar services as are required of Contractor hereunder in meeting its obligations under this Agreement. 4. MANAGEMENT The individual directly responsible for Contractor’s overall performance of the Agreement provisions herein above set forth and to serve as principal liaison between City and Contractor shall be Michael Hutchens, West Operations Manager, and no other individual may be substituted without the prior written approval of the City Manager. The City’s contact person in charge of administration of this Agreement, and to serve as principal liaison between Contractor and City, shall be the City Manager or the City Manager’s designee. 5. PAYMENT Taxpayer ID or Social Security numbers must be provided, on an IRS W-9 form, before payments may be made to vendors. The City agrees to pay Contractor monthly, in accordance with the payment rates and terms and the schedule of payment as set forth in Exhibit D, based upon actual time spent on the above tasks. This amount shall not exceed Four Hundred Thousand dollars ($400,000.00) for the total term of the Agreement unless additional payment is approved as provided in this Agreement. Contractor shall not be compensated for any additional services rendered in connection with its performance of this Agreement, unless such additional services and compensation are authorized, in advance, in a written amendment to the agreement executed by both parties. The City Manager, if authorized by City Council, may approve 654 Rev. 03/11/2025 Page 3 of 21 additional work not to exceed ten percent (10%) of the total amount of the Agreement. Contractor shall submit invoices monthly for actual services performed. Invoices shall be submitted on or about the first business day of each month, or as soon thereafter as practical, for services provided in the previous month. Payment shall be made within thirty (30) days of receipt of each invoice as to all non-disputed fees. Any expense or reimbursable cost appearing on any invoice shall be accompanied by a receipt or other documentation subject to approval of the City Manager. If the City disputes any of Contractor’s fees or expenses it shall give written notice to Contractor within thirty (30) days of receipt of any disputed fees set forth on the invoice. 6. TERMINATION OR SUSPENSION WITHOUT CAUSE The City may at any time, for any reason, with or without cause, suspend or terminate this Agreement, or any portion hereof, by serving upon the Contractor at least ten (10) days prior written notice. Upon receipt of said notice, the Contractor shall immediately cease all work under this Agreement, unless the notice provides otherwise. If the City suspends or terminates a portion of this Agreement such suspension or termination shall not make void or invalidate the remainder of this Agreement. The Contractor may terminate this Agreement only by providing City with written notice no less than thirty (30) days in advance of such termination. In the event this Agreement is terminated or suspended pursuant to this Section, the City shall pay to Contractor the actual value of the work performed up to the time of termination or suspension, provided that the work performed is of value to the City. Upon termination or suspension of the Agreement pursuant to this Section, the Contractor will submit an invoice to the City pursuant to this Agreement. 7. DEFAULT OF CONTRACTOR The Contractor’s failure to comply with the provisions of this Agreement shall constitute a default. In the event that Contractor is in default for cause under the terms of this Agreement, City shall have no obligation or duty to continue compensating Contractor for any work performed after the date of default and can terminate or suspend this Agreement immediately by written notice to the Contractor. If such failure by the Contractor to make progress in the performance of work hereunder arises out of causes beyond the Contractor’s control, and without fault or negligence of the Contractor, it shall not be considered a default. If the City Manager or the City Manager’s designee determines that the Contractor is in default in the performance of any of the terms or conditions of this Agreement, designee shall cause to be served upon the Contractor a written notice of the default. The Contractor shall have seven (7) days after service upon it of said notice in which to cure the default by rendering a satisfactory performance. In the event that the Contractor fails to cure its default within such period of time, the City shall have the right, notwithstanding any other provision of this Agreement, to terminate this Agreement without further notice 655 Rev. 03/11/2025 Page 4 of 21 and without prejudice to any other remedy to which it may be entitled at law, in equity or under this Agreement. 8. LIQUIDATED DAMAGES If the Contractor fails to complete the work, or any portion thereof, within the time period required by this Agreement, or as duly extended in writing by the City Manager, Contractor shall forfeit and pay to the City, as liquidated damages, the sum of zero dollars ($0.00) per day for each calendar day the work, or portion thereof, remains uncompleted after the above specified completion date. Liquidated damages shall be deducted from any payments due or to become due to the Contractor under the terms of this Agreement. Progress payments made by the City after the above specified completion date shall not constitute a waiver of liquidated damages by the City. 9. OWNERSHIP OF DOCUMENTS Contractor shall maintain complete and accurate records with respect to sales, costs, expenses, receipts, and other such information required by City that relate to the performance of services under this Agreement. Contractor shall maintain adequate records of services provided in sufficient detail to permit an evaluation of services. All such records shall be maintained in accordance with generally accepted accounting principles and shall be clearly identified and readily accessible. Contractor shall provide free access to the representatives of City or the City’s designees at reasonable times to such books and records; shall give the City the right to examine and audit said books and records; shall permit City to make transcripts therefrom as necessary; and shall allow inspection of all work, data, documents, proceedings, and activities related to this Agreement. Notification of audit shall be provided at least thirty (30) days before any such audit is conducted. Such records, together with supporting documents, shall be maintained for a period of ten (10) years after receipt of final payment. Upon completion of, or in the event of termination or suspension without cause of this Agreement, all original documents, designs, drawings, maps, models, computer files, surveys, notes, and other documents prepared in the course of providing the services to be performed pursuant to this Agreement shall become the sole property of the City and may be used, reused, or otherwise disposed of by the City without the permission of the Contractor. With respect to computer files, Contractor shall make available to the City, at the Contractor’s office and upon reasonable written request by the City, the necessary computer software and hardware for purposes of accessing, compiling, transferring, and printing computer files. 10. INDEMNIFICATION AND HOLD HARMLESS Contractor shall indemnify, defend and hold harmless City, and any and all of its officers, employees, and volunteers (“City Indemnitees”) from and against any and all causes of action, claims, liabilities, obligations, judgments, or damages, including reasonable legal counsels’ fees and costs of litigation (“claims”), arising out of the Contractor’s performance of its obligations under this Agreement or out of the operations conducted by Contractor, including the City’s active or passive negligence, except for 656 Rev. 03/11/2025 Page 5 of 21 such loss or damage arising from the sole negligence or willful misconduct of the City. In the event the City Indemnitees are made a party to any action, lawsuit, or other adversarial proceeding arising from Contractor’s performance of this Agreement, the Contractor shall provide a defense to the City Indemnitees or at the City’s option reimburse the City Indemnitees their costs of defense, including reasonable legal counsels’ fees incurred in defense of such claims. Contractor agrees to obtain executed indemnity agreements with provisions identical to those set forth in this Section from each and every subcontractor, or any other person or entity involved by, for, with, or on behalf of Contractor in the performance of this Agreement. In the event Contractor fails to obtain such indemnity obligations from others as required here, Contractor agrees to be fully responsible according to the terms of this Section. Failure of City to monitor compliance with these requirements imposes no additional obligations on City and will in no way act as a waiver of any rights hereunder. This obligation to indemnify and defend City as set forth here is binding on the successors, assigns, or heirs of Contractor and shall survive the termination of this Agreement or this Section. City does not and shall not waive any rights that it may have against Contractor by reason of this Section, because of the acceptance by City, or the deposit with City, of any insurance policy or certificate required pursuant to this Agreement. The hold harmless and indemnification provisions shall apply regardless of whether or not said insurance policies are determined to be applicable to any losses, liabilities, damages, costs, and expenses described in this Section. This Indemnity shall survive termination of the Agreement or Final Payment hereunder. This Indemnity is in addition to any other rights or remedies that the Indemnitees may have under the law or under any other Contract Documents or Agreements. In the event of any claim or demand made against any party which is entitled to be indemnified hereunder, City may, in its sole discretion, reserve, retain, or apply any monies to the Contractor under this Agreement for the purpose of resolving such claims; provided, however, City may release such funds if the Contractor provides City with reasonable assurance of protection of the Indemnitees’ interests. City shall, in its sole discretion, determine whether such assurances are reasonable. 11. INSURANCE Contractor shall maintain prior to the beginning of and for the duration of this Agreement insurance coverage as specified in Exhibit A attached hereto and incorporated herein by this reference as though set forth in full. 12. INDEPENDENT CONTRACTOR Contractor is and shall at all times remain as to the City a wholly independent Contractor. The personnel performing the services under this Agreement on behalf of Contractor shall at all times be under Contractor’s exclusive direction and control. Neither City nor any of its officers, employees, or agents shall have control over the conduct of Contractor or any of Contractor’s officers, employees, or agents, except as set forth in 657 Rev. 03/11/2025 Page 6 of 21 this Agreement. Contractor shall not at any time or in any manner represent that it or any of its officers, employees, or agents are in any manner officers, employees, or agents of the City. Contractor shall not incur or have the power to incur any debt, obligation, or liability against City, or bind City in any manner. No employee benefits shall be available to Contractor in connection with the performance of this Agreement. Except for the fees paid to Contractor as provided in the Agreement, City shall not pay salaries, wages, or other compensation to Contractor for performing services hereunder for City. City shall not be liable for compensation or indemnification to Contractor for injury or sickness arising out of performing services hereunder. 13. LEGAL RESPONSIBILITIES The Contractor shall keep itself informed of local, state and federal laws and regulations which in any manner affect those employed by it or in any way affect the performance of its service pursuant to this Agreement. The Contractor shall at all times observe and comply with all such laws and regulations, including but not limited to the Americans with Disabilities Act and Occupational Safety and Health Administration laws and regulations. The City and Contractor shall comply with Exhibit B, California Public Contract Code section 9204, when applicable. The City, and its officers and employees, shall not be liable at law or in equity occasioned by failure of the Contractor to comply with this Section. 14. ANTI DISCRIMINATION Neither the Contractor, nor any subcontractor under the Contractor, shall discriminate in employment of persons upon the work because of race, religious creed, color, national origin, ancestry, physical disability, mental disability, medical condition, genetic information, marital status, sex, gender, gender identity, gender expression, age, sexual orientation, or military and veteran status of such person; or any other basis protected by applicable federal, state, or local law, except as provided in section 12940 of the Government Code. The Contractor shall have responsibility for compliance with this Section, if applicable [Labor Code section. 1735]. 15. UNDUE INFLUENCE Contractor declares and warrants that no undue influence or pressure is used against or in concert with any officer or employee of the City in connection with the award, terms or implementation of this Agreement, including any method of coercion, confidential financial arrangement, or financial inducement. No officer or employee of the City will receive compensation, directly or indirectly from Contractor, or any officer, employee or agent of Contractor, in connection with the award of this Agreement or any work to be conducted as a result of this Agreement. Violation of this Section shall be a material breach of this Agreement entitling the City to any and all remedies at law or in equity. 658 Rev. 03/11/2025 Page 7 of 21 16. NO BENEFIT TO ARISE TO LOCAL EMPLOYEES No member, officer, or employee of the City, or their designees or agents, and no public official who exercises authority over or responsibilities with respect to the Services during his/her tenure or for one (1) year thereafter, shall have any interest, direct or indirect, in any agreement or sub-agreement, or the proceeds thereof, for work to be performed in connection with the Services performed under this Agreement. 17. CONFLICT OF INTEREST Contractor covenants that neither they nor any officer or principal of their firm have any interests, nor shall they acquire any interest, directly or indirectly, which will conflict in any manner or degree with the performance of their services hereunder. Contractor further covenants that in the performance of this Agreement, they shall employ no person having such interest as an officer, employee, agent, or subcontractor. Contractor further covenants that Contractor has not contracted with nor is performing any services directly or indirectly, with the developer(s) and/or property owner(s) and/or firm(s) and/or partnership(s) and/or public agency(ies) owning property and/or processing an entitlement application for property in the City or its Area of Interest, now or within the past one (1) year, and further covenants and agrees that Contractor and/or its subcontractors shall provide no service or enter into any contract with any developer(s) and/or property owner(s) and/or firm(s) and/or partnership(s) and/or public agency(ies) owning property and/or processing an entitlement application for property in the City or its Area of Interest, while under contract with the City and for a one (1) year time period following termination of this Agreement. 18. NOTICE Any notice to be given pursuant to this Agreement shall be in writing, and all such notices and any other document to be delivered shall be delivered by personal service or by deposit in the United States mail, certified or registered, return receipt requested, with postage prepaid, and addressed to the party for whom intended as follows: To: City Manager City of Moorpark 323 Science Drive Moorpark, CA 93021 To: Michael Hutchens, West Operations Manager Yunex LLC 1026 E. Lacy Avenue Anaheim, CA 92805 Either party may, from time to time, by written notice to the other, designate a different address or contact person, which shall be substituted for the one above specified. Notices, payments and other documents shall be deemed delivered upon receipt by personal service or as of the third (3rd) day after deposit in the United States mail. 659 Rev. 03/11/2025 Page 8 of 21 19. CHANGE IN NAME Should a change be contemplated in the name or nature of the Contractor’s legal entity, the Contractor shall first notify the City in order that proper steps may be taken to have the change reflected in the Agreement documents. 20. ASSIGNMENT Contractor shall not assign this Agreement or any of the rights, duties or obligations hereunder. It is understood and acknowledged by the parties that Contractor is uniquely qualified to perform the services provided for in this Agreement. 21. LICENSES At all times during the term of this Agreement, Contractor shall have in full force and effect, all licenses required of it by law for the performance of the services in this Agreement. 22. VENUE AND GOVERNING LAW This Agreement is made, entered into, and executed in Ventura County, California, and any action filed in any court or for arbitration for the interpretation, enforcement or other action of the terms, conditions, or covenants referred to herein shall be filed in the applicable court in Ventura County, California. The City and Contractor understand and agree that the laws of the State of California shall govern the rights, obligations, duties, and liabilities of the parties to this Agreement and also govern the interpretation of this Agreement. 23. COST RECOVERY In the event any action, suit or proceeding is brought for the enforcement of, or the declaration of any right or obligation pursuant to this Agreement or as a result of any alleged breach of any provision of this Agreement, the prevailing party shall be entitled to recover its costs and expenses from the losing party, and any judgment or decree rendered in such a proceeding shall include an award thereof. 24. ENTIRE AGREEMENT This Agreement and the Exhibits attached hereto contain the entire understanding between the parties relating to the obligations of the parties described in this Agreement. All prior or contemporaneous agreements, understandings, representations, and statements, oral or written, are merged into this Agreement and shall be of no further force or effect. Each party is entering into this Agreement based solely upon the representations set forth herein and upon each party’s own independent investigation of any and all facts such party deems material. 660 Rev. 03/11/2025 Page 9 of 21 25. CAPTIONS OR HEADINGS The captions and headings of the various Articles, Paragraphs, and Exhibits of this Agreement are for convenience and identification only and shall not be deemed to limit or define the content of the respective Articles, Paragraphs, and Exhibits hereof. 26. AMENDMENTS Any amendment, modification, or variation from the terms of this Agreement shall be in writing and shall be effective only upon approval by both parties to this Agreement. 27. PRECEDENCE In the event of conflict, the requirements of the City’s Request for Proposal, if any, and this Agreement shall take precedence over those contained in the Contractor’s Proposal. 28. INTERPRETATION OF AGREEMENT Should interpretation of this Agreement, or any portion thereof, be necessary, it is deemed that this Agreement was prepared by the parties jointly and equally, and shall not be interpreted against either party on the ground that the party prepared the Agreement or caused it to be prepared. 29. WAIVER No waiver of any provision of this Agreement shall be deemed, or shall constitute, a waiver of any other provision, whether or not similar, nor shall any such waiver constitute a continuing or subsequent waiver of the same provision. No waiver shall be binding unless executed in writing by the party making the waiver. 30. AUTHORITY TO EXECUTE The person or persons executing this Agreement on behalf of the Contractor warrants and represents that he/she has the authority to execute this Agreement on behalf of the Contractor and has the authority to bind Contractor to the performance of obligations hereunder. 661 Rev. 03/11/2025 Page 10 of 21 IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be executed the day and year first above written. CITY OF MOORPARK YUNEX LLC By:_______________________________ By:_______________________________ Troy Brown, City Manager Michael Hutchens, West Operations Manager Attest: By:__________________________________ __________________________________ Steven Teal, Director of Field Services, U.S. Ky Spangler, City Clerk 662 Rev. 03/11/2025 Page 11 of 21 Exhibit A INSURANCE REQUIREMENTS Prior to the beginning of and throughout the duration of Work, Contractor will maintain insurance in conformance with the requirements set forth below. Contractor will use existing coverage to comply with these requirements. If that existing coverage does not meet requirements set forth here, Contractor agrees to amend, supplement or endorse the existing coverage to do so. Contractor acknowledges that the insurance coverage and policy limits set forth in this section constitute the minimum amount of coverage required. Any insurance proceeds available to the City in excess of the limits and coverage required in this Agreement and which is applicable to a given loss, will be available to the City. Contractor shall provide the following types and amounts of insurance: Type of Insurance Limits Commercial General Liability $1,000,000 / $2,000,000 Aggregate Business Automobile Liability $1,000,000 Workers’ Compensation Statutory Requirements Insurance Rating. Insurance procured pursuant to these requirements shall be written by insurers that are authorized carriers in the State of California and with an A.M. Best rating of A- or better and a minimum financial size of VII. Commercial General Liability Insurance using Insurance Services Office (ISO) “Commercial General Liability” policy form CG 00 01 or the exact equivalent. Defense costs must be paid in addition to limits. There shall be no cross liability exclusion for claims or suits by one insured against another. Limits are subject to review but in no event less than $1,000,000 per occurrence for all covered losses and no less than $2,000,000 general aggregate. Business Automobile Insurance coverage on ISO Business Auto Coverage form CA 00 01 10 13 including symbol 1 (Any Auto) or the exact equivalent. Limits are subject to review, but in no event to be less than $1,000,000 per accident, combined single limit. If Contractor owns no vehicles, this requirement may be satisfied by a non-owned auto endorsement to the general liability policy described above. If Contractor or Contractor’s employees will use personal autos in any way on this project, Contractor shall provide evidence of personal auto liability for each such person. Workers’ Compensation on a state-approved policy form providing statutory benefits as required by law with employer’s liability limits no less than $1,000,000 per accident or disease. Contractor shall submit to City, along with certificate of insurance, a Waiver of Subrogation endorsement in favor of City, its officers, agents, employees, and volunteers. 663 Rev. 03/11/2025 Page 12 of 21 Excess or Umbrella Liability Insurance (Over Primary) if used to meet limit requirements, shall provide coverage at least as broad as specified for the underlying coverages. Coverage shall be provided on a “pay on behalf” basis, with defense costs payable in addition to policy limits. Policy shall contain a provision obligating insurer at the time insured’s liability is determined, not requiring actual payment by the insured first. There shall be no cross liability exclusion precluding coverage for claims or suits by one insured against another. Coverage shall be applicable to the City for injury to employees of Contractor, subcontractors or others involved in the Work. The scope of coverage provided is subject to approval by the City following receipt of proof of insurance as required herein. Limits are subject to review but in no event less than $2,000,000 aggregate. General conditions pertaining to provision of insurance coverage by Contractor. Contractor and the City agree to the following with respect to insurance provided by Contractor: 1. Contractor agrees to have its insurer endorse the third party general liability coverage required herein to include as additional insureds the City, its officers, officials, agents, employees, and volunteers, using standard ISO endorsement CG 2010 and CG 2037, or equivalent, with edition acceptable to the City. Contractor also agrees to require all contractors and subcontractors to do likewise. 2. All insurance coverage maintained or procured pursuant to this agreement shall be endorsed to waive subrogation against the City, its officers, officials, agents, employees, and volunteers or shall specifically allow Contractor or others providing insurance evidence in compliance with these specifications to waive their right of recovery prior to a loss. Contractor hereby waives its own right of recovery against the City and shall require similar written express waivers and insurance clauses from each of its subcontractors. Contractor shall submit to City, along with the certificate of insurance, a waiver of subrogation endorsement in favor of City, its officers, agents, employees, and volunteers. 3. All insurance coverage and limits provided by Contractor and available or applicable to this Agreement are intended to apply to the full extent of the policies. Nothing contained in this Agreement or any other agreement relating to the City or its operation limits the application of such insurance coverage. 4. None of the coverages required herein will be in compliance with these requirements if they include limiting endorsement of any kind that has not been first submitted to the City and approved in writing. 5. No liability policy shall contain any provision or definition that would serve to eliminate so-called “third party action over” claims, including any exclusion for bodily injury to an employee of the insured or of any contractor or subcontractor. 664 Rev. 03/11/2025 Page 13 of 21 6. All coverage types and limits required are subject to approval, modification, and additional requirements by the City, as the need arises. Contractor shall not make any reductions in scope of coverage (e.g. elimination of contractual liability or reduction of discovery period) that may affect the City’s protection without the City’s prior written consent. 7. Proof of compliance with these insurance requirements, consisting of certificates of insurance evidencing all of the coverages required and an additional insured endorsement to Contractor’s general liability policy, shall be delivered to city at or prior to the execution of this Agreement. In the event such proof of any insurance is not delivered as required, or in the event such insurance is canceled or reduced at any time and no replacement coverage is provided, the City has the right, but not the duty, to obtain any insurance it deems necessary to protect its interests under this or any other Agreement and to pay the premium. Any premium so paid by the City shall be charged to and promptly paid by Contractor or deducted from sums due Contractor, at the City’s option. 8. Contractor agrees to oblige its insurance agent or broker and insurers to provide the Agency with a thirty (30) day notice of cancellation (except for nonpayment for which a ten (10) day notice is required) or nonrenewal of coverage for each required coverage. If any of the Consultant’s insurers are unwilling to provide such notice, then Consultant shall have the responsibility of notifying the Agency immediately in the event of Consultant’s failure to renew any of the required insurance coverages, or insurer’s cancellation or non-renewal. 9. Coverage provided by Contractor shall be primary and non-contributory and any insurance of self-insurance procured or maintained by the City shall not be required to contribute with it. The limits of insurance required herein may be satisfied by a combination of primary and umbrella or excess insurance. Any umbrella or excess insurance shall contain or be endorsed to contain a provision that such coverage shall also apply on a primary and non-contributory basis for the benefit of City before the City’s own insurance or self- insurance shall be called upon to protect it as a named insured. Contractor shall submit to City, along with the certificate of insurance, a primary and non-contributory endorsement in favor of City, its officers, agents, employees, and volunteers. 10. Contractor agrees to ensure that subcontractors, and any other party involved with the Work who is brought onto or involved in the Work by Contractor, provide the same minimum insurance required of Contractor. Contractor agrees to monitor and review all such coverage and assumes all responsibility for ensuring that such coverage is provided in conformity with the requirements of this section. Contractor agrees that upon request, all agreements with subcontractors and others engaged in the Work will be submitted to the City for review. 11. Contractor agrees not to self-insure or to use any self-insured retentions or deductibles on any portion of the insurance required herein and further agrees that it will not allow any contractor, subcontractor, Architect, Engineer, or other entity or person in any way involved in the performance of Work contemplated by this 665 Rev. 03/11/2025 Page 14 of 21 Agreement to self-insure its obligations to the City. If Contractor’s existing coverage includes a deductible or self-insured retention, the deductible or self- insured retention must be declared to the City. At that time, the City shall review options with the Contractor, which may include reduction or elimination of the deductible or self-insured retention, substitution of other coverage, or other solutions. 12. The City reserves the right at any time during the term of the Agreement to change the amounts and types of insurance required by giving the Contractor thirty (30) days advance written notice of such change. If such change results in substantial additional cost to the Contractor, the City will negotiate additional compensation proportional to the increased benefit to the City. 13. For purposes of applying insurance coverage only, this Agreement will be deemed to have been executed immediately upon any party hereto taking any steps that can be deemed to be in furtherance of or towards performance of this Agreement. 14. Contractor acknowledges and agrees that any actual or alleged failure on the part of the City to inform Contractor of non-compliance with an insurance requirement in no way imposes any additional obligations to the City nor does it waive any rights hereunder in this or any other regard. 15. Contractor will renew the required coverage annually as long as the City, or its employees or agents face an exposure from operations of any type pursuant to this Agreement. This obligation applies whether or not the Agreement is canceled or terminated for any reason. Termination of this obligation is not effective until the City executes a written statement to that effect. 16. Contractor shall provide proof that policies of insurance required herein expiring during the term of this Agreement have been renewed or replaced with other policies providing at least the same coverage. Proof that such coverage has been ordered shall be submitted prior to expiration. A coverage binder or letter from Contractor’s insurance agent to this effect is acceptable. A certificate of insurance and/or additional insured endorsement as required in this specification applicable to the renewing or new coverage must be provided to the City within five days of the expiration of coverage. 17. The provisions of any Workers’ Compensation or similar act will not limit the obligations of Contractor under this Agreement. Contractor expressly agrees not to use any statutory immunity defenses under such laws with respect to the City, its officers, officials, employees, volunteers, and agents. 18. Requirements of specific coverage features or limits contained in this section are not intended as limitations on coverage, limits, or other requirements nor as a waiver of any coverage normally provided by any given policy. Specific reference to a given coverage feature is for purposes of clarification only as it pertains to a given issue, and is not intended by any party or insured to be limiting or all- inclusive. 666 Rev. 03/11/2025 Page 15 of 21 19. These insurance requirements are intended to be separate and distinct from any other provision in this Agreement and are intended by the parties here to be interpreted as such. 20. The requirements in this section supersede all other sections and provisions of this Agreement to the extent that any other section or provision conflicts or impairs the provisions of this section. 21. Contractor agrees to be responsible for ensuring that no contract used by any party involved in any way with the Work reserves the right to charge the City or Contractor for the cost of additional insurance coverage required by this Agreement. Any such provisions are to be deleted with reference to the City. It is not the intent of the City to reimburse any third party for the cost of complying with these requirements. There shall be no recourse against the City for payment of premiums or other amounts with respect thereto. 22. Contractor agrees to provide immediate notice to City of any claim or loss against Contractor arising out of the work performed under this Agreement. The City assumes no obligation or liability by such notice, but has the right (but not the duty) to monitor the handling of any such claim or claims if they are likely to involve the City. 23. Contractor agrees to obtain and provide to City a copy of Professional Liability coverage for Architects or Engineers on this project, when required by City. City shall determine the liability limit. 667 Rev. 03/11/2025 Page 16 of 21 EXHIBIT B PUBLIC CONTRACT CODE § 9204 (a) The Legislature finds and declares that it is in the best interests of the state and its citizens to ensure that all construction business performed on a public works project in the state that is complete and not in dispute is paid in full and in a timely manner. (b) Notwithstanding any other law, including, but not limited to, Article 7.1 (commencing with § 10240) of Chapter 1 of Part 2, Chapter 10 (commencing with § 19100) of Part 2, and Article 1.5 (commencing with § 20104) of Chapter 1 of Part 3, this section shall apply to any claim by a contractor in connection with a public works project. (c) For purposes of this section: (1) “Claim” means a separate demand by a contractor sent by registered mail or certified mail with return receipt requested, for one or more of the following: (A) A time extension, including, without limitation, for relief from damages or penalties for delay assessed by a public entity under a contract for a public works project. (B) Payment by the public entity of money or damages arising from work done by, or on behalf of, the contractor pursuant to the contract for a public works project and payment for which is not otherwise expressly provided or to which the claimant is not otherwise entitled. (C) Payment of an amount that is disputed by the public entity. (2) “Contractor” means any type of contractor within the meaning of Chapter 9 (commencing with § 7000) of Division 3 of the Business and Professions Code who has entered into a direct contract with a public entity for a public works project. (3) (A) “Public entity” means, without limitation, except as provided in subparagraph (B), a state agency, department, office, division, bureau, board, or commission, the California State University, the University of California, a city, including a charter city, county, including a charter county, city and county, including a charter city and county, district, special district, public authority, political subdivision, public corporation, or nonprofit transit corporation wholly owned by a public agency and formed to carry out the purposes of the public agency. (B) “Public entity” shall not include the following: (i) The Department of Water Resources as to any project under the jurisdiction of that department. (ii) The Department of Transportation as to any project under the jurisdiction of that department. 668 Rev. 03/11/2025 Page 17 of 21 (iii) The Department of Parks and Recreation as to any project under the jurisdiction of that department. (iv) (iv) The Department of Corrections and Rehabilitation with respect to any project under its jurisdiction pursuant to Chapter 11 (commencing with § 7000) of Title 7 of Part 3 of the Penal Code. (v) (v) The Military Department as to any project under the jurisdiction of that department. (vi) (vi) The Department of General Services as to all other projects. (vii) (vii) The High-Speed Rail Authority. (4) “Public works project” means the erection, construction, alteration, repair, or improvement of any public structure, building, road, or other public improvement of any kind. (5) “Subcontractor” means any type of contractor within the meaning of Chapter 9 (commencing with § 7000) of Division 3 of the Business and Professions Code who either is in direct contract with a contractor or is a lower tier subcontractor. (d) (1) (A) Upon receipt of a claim pursuant to this section, the public entity to which the claim applies shall conduct a reasonable review of the claim and, within a period not to exceed 45 days, shall provide the claimant a written statement identifying what portion of the claim is disputed and what portion is undisputed. Upon receipt of a claim, a public entity and a contractor may, by mutual agreement, extend the time period provided in this subdivision. (B) The claimant shall furnish reasonable documentation to support the claim. (C) If the public entity needs approval from its governing body to provide the claimant a written statement identifying the disputed portion and the undisputed portion of the claim, and the governing body does not meet within the 45 days or within the mutually agreed to extension of time following receipt of a claim sent by registered mail or certified mail, return receipt requested, the public entity shall have up to three days following the next duly publicly noticed meeting of the governing body after the 45-day period, or extension, expires to provide the claimant a written statement identifying the disputed portion and the undisputed portion. (D) Any payment due on an undisputed portion of the claim shall be processed and made within 60 days after the public entity issues its written statement. If the public entity fails to issue a written statement, paragraph (3) shall apply. (2) (A) If the claimant disputes the public entity’s written response, or if the public entity fails to respond to a claim issued pursuant to this section within the time prescribed, the claimant may demand in writing an informal conference to meet and confer for settlement of the issues in dispute. Upon receipt of a demand in writing sent by registered mail or 669 Rev. 03/11/2025 Page 18 of 21 certified mail, return receipt requested, the public entity shall schedule a meet and confer conference within 30 days for settlement of the dispute. (B) Within 10 business days following the conclusion of the meet and confer conference, if the claim or any portion of the claim remains in dispute, the public entity shall provide the claimant a written statement identifying the portion of the claim that remains in dispute and the portion that is undisputed. Any payment due on an undisputed portion of the claim shall be processed and made within 60 days after the public entity issues its written statement. Any disputed portion of the claim, as identified by the contractor in writing, shall be submitted to nonbinding mediation, with the public entity and the claimant sharing the associated costs equally. The public entity and claimant shall mutually agree to a mediator within 10 business days after the disputed portion of the claim has been identified in writing. If the parties cannot agree upon a mediator, each party shall select a mediator and those mediators shall select a qualified neutral third party to mediate with regard to the disputed portion of the claim. Each party shall bear the fees and costs charged by its respective mediator in connection with the selection of the neutral mediator. If mediation is unsuccessful, the parts of the claim remaining in dispute shall be subject to applicable procedures outside this section. (C) For purposes of this section, mediation includes any nonbinding process, including, but not limited to, neutral evaluation or a dispute review board, in which an independent third party or board assists the parties in dispute resolution through negotiation or by issuance of an evaluation. Any mediation utilized shall conform to the timeframes in this section. (D) Unless otherwise agreed to by the public entity and the contractor in writing, the mediation conducted pursuant to this section shall excuse any further obligation under section 20104.4 to mediate after litigation has been commenced. (E) This section does not preclude a public entity from requiring arbitration of disputes under private arbitration or the Public Works Contract Arbitration Program, if mediation under this section does not resolve the parties’ dispute. (3) Failure by the public entity to respond to a claim from a contractor within the time periods described in this subdivision or to otherwise meet the time requirements of this section shall result in the claim being deemed rejected in its entirety. A claim that is denied by reason of the public entity’s failure to have responded to a claim, or its failure to otherwise meet the time requirements of this section, shall not constitute an adverse finding with regard to the merits of the claim or the responsibility or qualifications of the claimant. (4) Amounts not paid in a timely manner as required by this section shall bear interest at 7 percent per annum. (5) If a subcontractor or a lower tier subcontractor lacks legal standing to assert a claim against a public entity because privity of contract does not exist, the contractor may present to the public entity a claim on behalf of a subcontractor or lower tier subcontractor. A subcontractor may request in writing, either on their own behalf or on behalf of a lower 670 Rev. 03/11/2025 Page 19 of 21 tier subcontractor, that the contractor present a claim for work which was performed by the subcontractor or by a lower tier subcontractor on behalf of the subcontractor. The subcontractor requesting that the claim be presented to the public entity shall furnish reasonable documentation to support the claim. Within 45 days of receipt of this written request, the contractor shall notify the subcontractor in writing as to whether the contractor presented the claim to the public entity and, if the original contractor did not present the claim, provide the subcontractor with a statement of the reasons for not having done so. (e) The text of this section or a summary of it shall be set forth in the plans or specifications for any public works project that may give rise to a claim under this section. (f) A waiver of the rights granted by this section is void and contrary to public policy, provided, however, that (1) upon receipt of a claim, the parties may mutually agree to waive, in writing, mediation and proceed directly to the commencement of a civil action or binding arbitration, as applicable; and (2) a public entity may prescribe reasonable change order, claim, and dispute resolution procedures and requirements in addition to the provisions of this section, so long as the contractual provisions do not conflict with or otherwise impair the timeframes and procedures set forth in this section. (g) This section applies to contracts entered into on or after January 1, 2017. (h) Nothing in this section shall impose liability upon a public entity that makes loans or grants available through a competitive application process, for the failure of an awardee to meet its contractual obligations. (i) This section shall remain in effect only until January 1, 2027, and as of that date is repealed, unless a later enacted statute that is enacted before January 1, 2027, deletes or extends that date. (Amended by Stats. 2019, Ch. 489, Sec. 1. (AB 456) Effective January 1, 2020. Repealed as of January 1, 2027, by its own provisions.) 671 Rev. 03/11/2025 Page 20 of 21 EXHIBIT C CONTRACTOR TECHNICAL PROPOSAL 672 Citywide Traffic Signal and Streetlight Maintenance, Repair and Emergency Response Services for the City of Moorpark April 18th, 2025 Technical Proposal Yunex Traffic 1026 E. Lacy Ave. Anaheim, CA 92805 www.yunextraffic.com 673 April 18th, 2025 Mr. Igor Leontiy Management Analyst / Public Works Department City of Moorpark 323 Science Drive Moorpark, CA 93021 RE: Proposal for: Citywide Traffic Signal and Streetlight Maintenance, Repair and Emergency Response Services Mr. Leontiy, Yunex LLC would like to express our sincere appreciation for the opportunity to participate in the proposal process for providing Citywide Traffic Signal and Streetlight Maintenance, Repair and Emergency Response Services for the City’s traffic signal and streetlight systems. The prices and terms stated in our proposal package will remain in effect for 90 days from the date of submission, April 18th, 2025. Yunex LLC is a corporation, incorporated in the State of Delaware on February 17th, 2021. Our federal tax employer I.D. number is 86-2136678 and our corporate address is 9225 Bee Cave Road, Building B, Austin, TX 78733. Yunex LLC is an electrical contracting firm who is a California licensed A & C-10 contractor (CA License #1080007) and is also a registered Public Works Contractor (DIR No. 1000815000), who provides leading edge traffic technology for the fast-paced Intelligent Transportation Systems world. Whether providing maintenance services, local controllers, controller firmware, central systems, system analysis, design, or integration, Yunex LLC brings innovative and reliable solutions to customers. During the evaluation, if there are any questions regarding this proposal, please feel free to contact either of us using the contact information listed below. We look forward to continuing to serve the needs of the City of Moorpark and would like to thank you in advance for your consideration. Respectfully, Yunex LLC Steven Teal Director of Field Service, U.S. 2250 Business Way Riverside, CA 92501 (800) 229-6090 Office steven.teal@yunextraffic.com Yunex LLC Michael J. Hutchens West Operations Manager 2250 Business Way Riverside, CA 92501 (800) 229-6090 Office michael.hutchens@yunextraffic.com 674 Moorpark: Citywide Traffic Signal and Streetlight Maintenance, Repair and Response Services ©2025 Yunex Traffic 3 Introduction ............................................................................................................................. 2 Table of Contents .................................................................................................................... 3 Statement of Qualifications ...................................................................................................... 4 Background .......................................................................................................................... 6 Years in Business ............................................................................................................. 6 Firm Ownership ................................................................................................................ 8 Location of Company Offices ............................................................................................ 8 Contractor’s License / DIR Registration ............................................................................ 9 Insurance Certificates ........................................................................................................ 10 Resumes for Key Staff ....................................................................................................... 12 Project Manager ............................................................................................................. 12 Field Supervisors ............................................................................................................ 14 Traffic Signal Technicians ............................................................................................... 16 Street Light Technicians .................................................................................................. 19 Fiber Optic Technician .................................................................................................... 21 In-House Specialist / Engineering Technician / Lab Manager ......................................... 22 Subcontractors ............................................................................................................... 23 Organization Chart ............................................................................................................. 23 Methodology to Complete Required/Optional Elements ......................................................... 24 Response Times ................................................................................................................ 24 Our Approach / Scope of Work ........................................................................................... 25 Traffic Signal Maintenance ............................................................................................. 25 Streetlight Maintenance .................................................................................................. 28 Extraordinary Services ................................................................................................... 28 On-Line Portal (Service Business Platform) ....................................................................... 30 Equipment List (Southern California) .................................................................................. 33 Spare Materials .................................................................................................................. 36 Proposed Schedule ............................................................................................................... 37 References ............................................................................................................................ 38 Recently Awarded Public Sector Contracts: ....................................................................... 39 Exceptions and Assumptions ................................................................................................. 40 Delegation of Approval Authority ............................................................................................ 41 Table of Contents 675 Moorpark: Citywide Traffic Signal and Streetlight Maintenance, Repair and Response Services ©2025 Yunex Traffic 4 Yunex Traffic stands uniquely positioned to continue to partner with the City of Moorpark for Citywide Traffic Signal and Streetlight Maintenance, Repair, and Emergency Response Services. In fact, we believe that our value proposition, a unique mix of corporate characteristics, industry focus, and experiences, is unmatched in the current market. Specifically, we at Yunex Traffic believe that we are the best fit for this contract, based on 5 key attributes: 1. Corporate/Divisional Competency 2. Experience 3. Locality 4. Scalability 5. Updated Project Management Our Corporate/Divisional Focus and Competency Yunex Traffic is a major global player in the industry, driving innovation in technology and physical products that are used by partners, both public and private, throughout the world. The Field Services Division at Yunex Traffic is focused on the installation, integration, and maintenance of all systems, from legacy technology to the newest and most advanced traffic management devices on the market. While this ability to work with all systems is a requisite competency for any maintainer, Yunex Traffic is unique in its occupation of a space that straddles innovation and deployment in a field environment. Our competitors typically focus on narrower aspects of the Traffic market: Heavy Construction, Traditional Maintenance, or Technological Innovation. By comparison, Yunex Traffic and our Field Services Division provides customers with a wide base of expertise across the spectrum of innovation, deployment, integration, and maintenance of systems and devices. Our Experience Yunex Traffic has been extremely successful in retaining traffic signal, streetlight, fiber optic, and engineering customers due to our desire to offer the best possible customer service. We have an exemplary customer service track-record highlighted by our well-qualified field personnel, knowledgeable customer service representatives, and proprietary detailed monthly reports. We understand what is required to maintain a community’s infrastructure and strive to exceed our customer’s expectations. Statement of Qualifications 676 Moorpark: Citywide Traffic Signal and Streetlight Maintenance, Repair and Response Services ©2025 Yunex Traffic 5 Our Locality Our project office, in Anaheim, is approximately 74 miles from the City of Moorpark (although we have a local storage facility in Camarillo that warehouses all traffic signal maintenance related items other than traffic signal poles larger than 1D poles). We are poised to react quickly with additional or specialty equipment, supplementary personnel when required, and with materials that the city requires. This location is not a temporary office specific to this project; we have been firmly planted for over 40 years in the area with multiple certified technicians within minutes of your city. Our Scalability Yunex Traffic Field Services operates maintenance and project contracts across the United States, serving more than 300 public customers. Unlike a regional player, the distributed Yunex footprint allows us to respond to emerging requirements by shifting resources to where they are needed most. We are the company you are looking for - both local and global. Since we operate in multiple markets, our personnel and equipment are not affected by the same circumstances. Our Project Management To provide efficient and effective project management, project progress is tracked in real time using digital tools such as Power BI, Map box, ArcGIS, and Tableau, which enable transparency between Yunex Traffic and its client, while reducing risks of delays. 677 Moorpark: Citywide Traffic Signal and Streetlight Maintenance, Repair and Response Services ©2025 Yunex Traffic 6 Background Yunex Traffic has over 40 years of experience in traffic management solutions and services. From there, we have taken the comprehensive expertise in the field of intelligent traffic solutions with us on our way into the future. We enjoy an outstanding reputation as a global solution partner for future proof mobility concepts. In doing so, we combine in- depth industry experience and market leadership with the agility of a startup. Yunex Traffic has had a long and storied history in traffic signals, streetlights, fiber optic, and customer service. Years in Business Yunex currently maintains traffic signals, streetlights, fiber optic, and other related equipment for over 140 agencies encompassing over 4,500 signalized locations of assorted sizes from full function intersections to in-pavement flashing crosswalks and rapid flashing beacons. We are dedicated to meeting and exceeding the challenging public safety requirements associated with our industry. We have been in the traffic signal maintenance industry worldwide for over 50 years. In the United States, we have been in business for over 40 years servicing numerous contracts throughout the country. Company Profile The Yunex Traffic Customer Service Division is a licensed A & C -10 electrical contracting and transportation engineering firm specializing in the maintenance, testing, repair, upgrading and replacement of traffic signals, streetlights, fiber optic, and exterior commercial lighting. We have a broad range of expertise and experienced personnel including registered professional transportation engineers, International Brotherhood Electrical Workers (IBEW), Journeymen Electricians/Technicians and International Municipal Signal Association (IMSA) Certified Technicians. Our listed field technicians are certified as “Qualified Electrical Workers” and have the necessary IMSA certifications required to work on this equipment. We are proud to say that we are one of the most successful traffic signal, streetlight, and fiber optic maintenance/construction contractors in the United States. Our employees and equipment are dedicated to traffic signal, streetlight, and fiber optic maintenance/repair. We issue insulated bucket trucks to all our linemen and electricians. Each truck is equipped with all the necessary tools, equipment, and inventory to perform 100% of project specifications, including all maintenance and repairs for traffic signals. All vehicles are appropriately marked with the company logo, Department of Transportation (D.O.T.) markings, and each employee is issued a company phone and a laptop, or tablet computer. As the leader in the private traffic signal and streetlight maintenance industry in the United States, Yunex Traffic can provide unparalleled expertise and outstanding value in traffic signal and street lighting related services. Among the most beneficial: Yunex Traffic has the largest workforce of IMSA Level III Certified Technicians, NEC Certified Electricians, and construction personnel in the industry. Yunex Traffic has the largest workforce of IMSA Level III Certified Traffic Signal Technicians and NEC Certified Electricians in the industry. 678 Moorpark: Citywide Traffic Signal and Streetlight Maintenance, Repair and Response Services ©2025 Yunex Traffic 7 Yunex Traffic has strategically positioned field offices with an abundance of inventory and technical resources, should the need arise. All technicians are assigned vehicles which are taken home daily to ensure rapid response in case of emergency. Yunex Traffic employees live in geographical areas, which allows them to respond quicker than our competition. This provides our customers with the most efficient response times in the industry. Yunex Traffic owns and operates approximately 100 service vehicles (including three cranes) of several types and sizes in the State of California, the bulk of which are in Southern California. Yunex Traffic will provide and maintain emergency service response on a three hundred and sixty-five (365) day basis, including all holidays. Yunex Traffic is focused on delivering what your city needs the most today; safe, reliable infrastructure solutions that help decrease costs, increase revenue, and have a positive environmental impact for the City of Moorpark and its residents. 679 Moorpark: Citywide Traffic Signal and Streetlight Maintenance, Repair and Response Services ©2025 Yunex Traffic 8 Firm Ownership o Firm Name: Yunex LLC, DBA, Yunex Traffic o Address: 9225 Bee Cave Rd, Bldg. B, Ste 201 Austin, Texas 78733 o Phone: 512-837-8300 Fax: 512-421-6617 o Form of Ownership: LLC o State of Incorporation: Incorporated in the State of Delaware in February 2021 Number of employees locally and nationally Our Yunex Traffic US headquarters is in Austin, TX and employs more than 200 people - engineers, developers, integrators, and support staff - all driving our traffic systems business. An additional 100 technical staff are in multiple field offices across the country to complete local projects and provide customer support. Our robust portfolio of products and experience will help drive your project’s success. Location of Company Offices Yunex Traffic US Headquarters 9225 Bee Cave Rd, Bldg. B, Ste 201 Austin, Texas 78733 512-837-8300 https://www.yunextraffic.com/global/en/ Project Office Yunex Traffic - Orange/Los Angeles Office, Warehouse, & Invoicing 1026 E. Lacy Ave. Anaheim, CA 92805 Other California Offices Yunex Traffic – Riverside/San Bernadino Yunex Traffic - San Diego Office, Warehouse, and Lab/Testing Facility Office & Warehouse 2250 Business Way 1820 John Towers Ave., Suite A Riverside, California 92501 El Cajon, CA 92020 Yunex Traffic – Bay Area Office & Warehouse 20956 Corsair Blvd. Hayward, CA 94545 Principal Contact Person Regarding Proposal: Robert Paquette Sales Manager 2250 Business Way Riverside, California 92501 Office: (800) 229-6090 robert.paquette@yunextraffic.com 680 Moorpark: Citywide Traffic Signal and Streetlight Maintenance, Repair and Response Services ©2025 Yunex Traffic 9 Contractor’s License / DIR Registration 681 Moorpark: Citywide Traffic Signal and Streetlight Maintenance, Repair and Response Services ©2025 Yunex Traffic 10 Insurance Certificates Yunex LLC is currently servicing this contract for the City of Moorpark, therefore we already have the required insurance certificates in place to meet the requirements provided in the RFP. Please see our current insurance certificates below: 682 Moorpark: Citywide Traffic Signal and Streetlight Maintenance, Repair and Response Services ©2025 Yunex Traffic 11 683 Moorpark: Citywide Traffic Signal and Streetlight Maintenance, Repair and Response Services ©2025 Yunex Traffic 12 Resumes for Key Staff Project Manager If re-selected, Joshua Ferras would continue to be the Project Manager servicing the City of Moorpark. Joshua, his Project Coordinator, Adrienne Carucci, the Maintenance Field Supervisor, Fred Molina, and the Construction Field Supervisor, Christopher Slocum will be responsible for maintaining communication with the city regarding daily operation and maintenance of all traffic signal equipment. Our account management team/field staff will work closely with you/your team to ensure that all your requests are being effectively addressed. 684 Moorpark: Citywide Traffic Signal and Streetlight Maintenance, Repair and Response Services ©2025 Yunex Traffic 13 Project Coordinator 685 Moorpark: Citywide Traffic Signal and Streetlight Maintenance, Repair and Response Services ©2025 Yunex Traffic 14 Field Supervisors 686 Moorpark: Citywide Traffic Signal and Streetlight Maintenance, Repair and Response Services ©2025 Yunex Traffic 15 687 Moorpark: Citywide Traffic Signal and Streetlight Maintenance, Repair and Response Services ©2025 Yunex Traffic 16 Traffic Signal Technicians 688 Moorpark: Citywide Traffic Signal and Streetlight Maintenance, Repair and Response Services ©2025 Yunex Traffic 17 689 Moorpark: Citywide Traffic Signal and Streetlight Maintenance, Repair and Response Services ©2025 Yunex Traffic 18 690 Moorpark: Citywide Traffic Signal and Streetlight Maintenance, Repair and Response Services ©2025 Yunex Traffic 19 Street Light Technicians 691 Moorpark: Citywide Traffic Signal and Streetlight Maintenance, Repair and Response Services ©2025 Yunex Traffic 20 692 Moorpark: Citywide Traffic Signal and Streetlight Maintenance, Repair and Response Services ©2025 Yunex Traffic 21 Fiber Optic Technician 693 Moorpark: Citywide Traffic Signal and Streetlight Maintenance, Repair and Response Services ©2025 Yunex Traffic 22 In-House Specialist / Engineering Technician / Lab Manager Staff Availability All staff members listed have the experience, knowledge, availability, and bandwidth to continue to successfully manage this contract for the City of Moorpark for its entire duration, if re-selected. 694 Moorpark: Citywide Traffic Signal and Streetlight Maintenance, Repair and Response Services ©2025 Yunex Traffic 23 Subcontractors All services outlined in the RFP will be provided and performed by Yunex Traffic as the Prime Contractor. With that stated, we at Yunex do maintain relationships with numerous specialty contractors throughout the industry to be able to respond to our customers needed as a complete one-stop solution for all things traffic signal, streetlight, and fiber-optic related. Should the need for a subcontract arise, we will immediately notify our City Representative prior to utilizing them. Organization Chart Yunex Traffic has 30+ additional technicians (mostly IMSA Level III Certified) located in Ventura, Los Angeles, Orange, Riverside, San Bernardino, and San Diego areas. We also employ over 25+ key construction personnel for major repairs. These include certified crane operators, dedicated utility locators for (USA) Dig Alert Service, Corning certified fiber optic technicians, and our own in-house loop crew. 695 Moorpark: Citywide Traffic Signal and Streetlight Maintenance, Repair and Response Services ©2025 Yunex Traffic 24 It is our understanding that the City of Moorpark is seeking a qualified firm to provide Citywide Traffic Signal and Streetlight Maintenance, Repair and Emergency Repair Services. The selected service company will be responsible for providing a continuing, comprehensive, routine, and extraordinary maintenance program for the City’s equipment. The City’s expectation is that the maintenance program will reduce the incidence of malfunctions, reduce complaints, promote safety, and proactively extend the longevity of the equipment, thus reducing the overall operating cost for the City’s traffic signal and streetlight systems. Our goal is always to exceed our customers’ expectations. We have a broad range of experienced personnel including IMSA Level III Traffic Signal Maintenance personnel. The technicians assigned to this contract have over 181 years of combined experience managing and maintaining traffic signals, streetlights, fiber optic networks, and central systems. Our in-house traffic signal laboratories (located in Riverside) provide a full range of technical services including complete controller/cabinet testing, repair, and conflict monitor testing/certification. Services for this contract include the provision of appropriately trained personnel and equipment necessary to perform maintenance activities as outlined in your RFP. We understand that the general Scope of Work to be done consists of routine preventative maintenance and repair of your traffic signal and streetlight devices as well as general and emergency repairs of the same. These services will provide your city with safe and efficient operations. Yunex Traffic will have available and readily accessible, qualified personnel, tools, equipment, facilities, and material required to perform all work necessary for the maintenance of the City’s traffic signal and streetlight systems, as outlined in the Scope of Work and in compliance with current City and State standards. Response Times To be able to respond immediately to emergency calls, Yunex Traffic’s field technicians are authorized to take their work vehicles home daily. All work vehicles are stocked with proper field equipment so he/she may sufficiently address most problems they encounter while responding. Emergency response call outs and unscheduled repairs are initiated by calling our toll-free emergency phone number, 1-800-229-6090. A live dispatcher will be available 24 hours a day, 7 days per week, 365 days per year. Our dispatcher will create a work order in our visual planning board and once the work order is released, it will immediately transfer to our technician’s queue on their mobile device. As part of our quality control practice, our dispatcher will follow up with a phone call to our technician to confirm that he/she is in receipt of the call out/work order. For emergency calls, the technician will arrive at the site within one (1) hour to assess and correct the reported problem. Once the problem is corrected, the technician will inform the city of the repair actions. Methodology to Complete Required/Optional Elements 696 Moorpark: Citywide Traffic Signal and Streetlight Maintenance, Repair and Response Services ©2025 Yunex Traffic 25 Our Approach / Scope of Work It is always the goal of Yunex Traffic to tailor our services around our customers’ needs. We understand that throughout the term of a contract, those needs may change. We approach all our contracts with the same vision; build a partnership with the City’s staff and work towards achieving common goals set forth through that partnership. We realize that this is an ever- evolving process and that is why we believe that the only successful route is through establishing common goals. This methodology and a commitment to service will continue to be applied to every aspect of our services for the City of Moorpark. Traffic Signal Maintenance We will execute a comprehensive monthly routine maintenance program as outlined in the City’s Scope of Work, as recommended by the manufacturer, and as listed below. Yunex Traffic will also maintain, at the same unit price, additional traffic signals, streetlights, and appurtenant devices as they are installed or become a part of the maintenance requirements of the city. Yunex Traffic technicians will, at a minimum, perform the following tasks on the City’s traffic signals monthly: Routine maintenance is typically scheduled by the technicians as they are more aware of the geography of the area. They will take into consideration contract requirements and your preference when scheduling routine preventive maintenance. Once our technician arrives at the location, he will complete a job hazard analysis (JHA) determining any potential hazards at the location. Following the JHA, they will secure the area with proper traffic control as referenced in the most recent editions of the CAMUTCD and W.A.T.C.H. Handbooks and in accordance with the city’s traffic control requirements. Our technician will clean and vacuum the controller and battery backup cabinets and ensure the cabinet vents are un-obstructed, the air filter is clean, properly inserted, and secure (air filters will be replaced semi-annually). During this process, your Yunex Traffic technician will perform the following checks inside the controller cabinet: o Confirm the controller cabinet is securely mounted to the foundation and inspect the seal for deterioration. Excessive dampness and plant/animal intrusion inside the controller cabinet will be reported to the city and repaired immediately. o Verify fan operation and ensure the thermostat is set to 98 degrees Fahrenheit and that there is sufficient airflow through the cabinet. o Inspect cabinet hardware (i.e., door gaskets, hinges, locks, etc.) for proper operation. All deficiencies will be repaired and reported to the city. 697 Moorpark: Citywide Traffic Signal and Streetlight Maintenance, Repair and Response Services ©2025 Yunex Traffic 26 o Inspect electrical components (i.e., relays, load switches, equipment displays and indications, flasher(s), rack-mount detectors, harness/connectors, service connections, system telemetry, communications system, cabinet grounding, GFCI receptacles, terminal connections cabinet lights and switches, CMU (interlock) door switch, the police panel switches, etc.) for proper operation and adjust, as necessary. We will also verify proper operation of all equipment displays and cabinet/controller indicator lamps. Deficiencies that pose a safety concern will be corrected immediately. o Semi-annually verify that controller software/firmware is up to date. Following the visual inspection, your Yunex Traffic technician will examine the functionality of the controller in relation to traffic at the intersection and confirm all phase and coordination timing is programmed correctly and is current based on the timing sheet located in the controller cabinet. In addition to monitoring phase actuation from vehicle/traffic, they will also confirm proper intersection cycling by manually placing vehicle and pedestrian calls on each phase through the cabinet test switches or the controller keypad to verify controller servicing of each phase. Yunex Traffic technicians will ensure your controller’s date and time is correct and we will adjust all controller clocks within 48 hours of time changes related to Daylight Savings Time. This also includes confirming the correct date and time in all Conflict Monitor Units and Malfunction Management Units (CMU/MMU) during each visit. Your Yunex Traffic technician will check the controller log buffers and investigate any faults that may have occurred since the last maintenance visit. CMU’s/MMU’s will be tested annually. Technicians will be ATSI CMU/MMU Test Equipment Certified. Individual test results will meet the city’s documentation requirements and be available in each controller cabinet and an electronic file (USB) will be delivered to the city within 30 days after completing the testing. This test will also be documented on the routine maintenance log located in the controller cabinet. The cost for annual CMU/MMU testing will be billed according to the Cost Proposal. The technician will confirm that all detector loop cables are correctly identified, connected to the correct vehicle detector field terminals, and that a call is placed on the correct detector input, and that the input places a call on the correct controller phase. We will adjust or re-tune detector amplifiers and correct substandard splices, as necessary. Loops requiring re-seal or replacement will be documented and reported to the city immediately. If the intersection is equipped with video/radar detection our technician will verify that detection zones are properly structured. They will also verify proper camera operation by monitoring the vehicle call on the video processor unit and confirm that the calls are registering in the controller and actuating the correct phase in the controller. The technician will verify that detection system software has been properly updated. If requested, Annual Video Detection lens cleaning can be done on a time/material basis. Our technicians are extremely knowledgeable with the installation, handling, and testing of interconnect and fiber optic systems. 698 Moorpark: Citywide Traffic Signal and Streetlight Maintenance, Repair and Response Services ©2025 Yunex Traffic 27 If equipped, your Yunex Traffic technician will confirm operation of all preemption devices (i.e., railroad, emergency vehicle preemption (EVP), fire station preemption, etc.). If requested, EVP testing can be done on a time/material basis. If equipped, inspect CCTV cameras for correct operation. Check for damage to wiring or housing and clean lens. If requested, CCTV camera lens cleaning can be done on a time/material basis. The technician will also test your interconnect systems to maintain existing operation and will notify you of any deficiencies. If equipped, your Yunex Traffic technician will check the battery back-up systems / uninterruptible power supplies (UPS) including checking/logging the battery and load levels. In addition, we will confirm all battery connections to ensure they are clean and secure. We will report any batteries that require replacement immediately. All events and run time will be documented inside each controller cabinet. Semi-Annual testing by electrical bypass for proper operation is included with routine preventative maintenance. Yunex Traffic will check safety lights/illuminated street name signs (IISNS) at all signalized intersections (if equipped) quarterly. Our findings will be submitted to the city and the required repairs will be made according to the Extraordinary Maintenance schedule. Our technician will walk the intersection (clockwise and counterclockwise) and visually inspect all poles, signal heads, pedestrian signals, associated framework, and signal mounted signs for proper operation, alignment, and broken or missing parts. During this process, your Yunex Traffic technician will perform the following checks outside of the controller cabinet: o Depress all pedestrian push buttons and observe proper timing and display. o Visually inspect the loops for sufficient sealant or exposed loop wires. o Inspect pull boxes, pull box lids and hand-hole covers. Missing covers/lids will be replaced immediately. o Visually inspect all signal doors, back plates, and visors and confirm they are secure. o Remove unauthorized signs, stickers, and posters that can be easily removed from traffic signal poles and the controller cabinet. Graffiti will also be removed within twenty-four (24) hours of notification. o Prepare a list of locations where painting may be necessary, which will be submitted to the City for approval. Painting rates can be provided, if requested. The technician will lubricate cabinet door locks and padlocks quarterly, unless required sooner. Maintain a yearly inventory list of all equipment in the controller cabinet at each location. This list will also be updated electronically and provided to the city yearly in a Microsoft Excel spreadsheet, or as requested. 699 Moorpark: Citywide Traffic Signal and Streetlight Maintenance, Repair and Response Services ©2025 Yunex Traffic 28 Your Yunex Traffic technician will document all maintenance activities on the cabinet log, and on their mobile device which is wirelessly communicating to our maintenance server enabling our customers to view all progress in virtually real-time. Your Yunex Traffic technician will Semi-Annually confirm with the City Engineer that communication devices are working with the Centralized Operations Center at City Hall or other locations. Streetlight Maintenance Streetlight Monthly Maintenance includes replacement of lamps, photocells, starters (ignitors), fuses, ballasts, timeclocks, installation of missing pole tags, minor electric wire troubleshooting, wire splicing, repairs with junction boxes, and replacement of integral parts that have become inoperative from normal deterioration. Replacement of streetlight poles, mast arms, and luminaires will require approval of the Public Works Director or designee prior to replacement. Quarterly Night Inspections of all streetlights (which will be split into either four or six zones) will be completed. Yunex will check each streetlight, safety light, and IISNS during non-daylight hours for outages, pole condition, and/or minor tree trimming needs. Extraordinary Services In addition to the Preventative Maintenance program, we will provide other Extraordinary Services such as scheduled repairs, emergency response and technical support services to the City’s traffic signal systems in accordance with City requirements and as listed below. Our Extraordinary and Emergency Response Services include, but not limited to, the following services: Furnish and install replacement safety lights or illuminated street name signs. Downed signal heads, poles, signal on flash, signal blackout, burned out lamps, damaged controllers and cabinets, damaged illuminated street name signs, damaged inductive loops, sensing elements, pedestrian push buttons, electroliers, pedestrian signal heads, wiring, and other operational equipment related issues. Assisting the City for special events or for City construction projects, as necessary to implement revised traffic signal timing and phasing for changed traffic conditions. If requested, prepare punch list items, and follow through with city representative to ensure a successful completion. Perform overhead maintenance on traffic signals, safety lighting, street name and regulatory signs, video detection cameras, Opticom systems, and license plate reader (LPR) systems. Provide support for underground maintenance including conduit repair or replacement, wire inspection and installation, and interconnect installation. 700 Moorpark: Citywide Traffic Signal and Streetlight Maintenance, Repair and Response Services ©2025 Yunex Traffic 29 Repair, replace or otherwise render in good working order all defective parts of the traffic signal equipment with like make and model parts. Whenever equipment is removed, the city representative will be notified within twenty-four (24) hours. USA Dig Alert – Locating services using in-house locators. o Yunex Traffic will respond to all Underground Service Alert (USA) requests/notices or at the request of city staff for the marking and protection of traffic signal underground facilities such as traffic signal and electrical conduits, interconnect facilities, loops, safety light conduits, and other appurtenant equipment which might conflict with other right-of-way construction or repairs. Our technicians are equipped and certified with the proper locating devices provided by Metrotech. Fiber Optic related maintenance services such as: Installation, splicing, terminations, troubleshooting, on-reel testing, and integration. Signal Loop Replacement. Yunex Traffic is the only maintenance provider who performs Loop replacements in-house. Yunex Traffic will notify the City prior to any traffic signal deactivations that may be necessary to provide the required services. Traffic signal shutdowns will not be scheduled without the approval of an authorized representative of the City. Also, Yunex Traffic will not proceed with any extraordinary repairs without authorization from the city, unless it is a matter of public safety. 701 Moorpark: Citywide Traffic Signal and Streetlight Maintenance, Repair and Response Services ©2025 Yunex Traffic 30 On-Line Portal (Service Business Platform) Yunex Traffic has rolled out a new service tool called SBP (Service Business Platform), which is a proprietary management system designed to effectively manage all service order progress, remotely update our ERP system (SAP) and as work is performed. SBP allows us to monitor many key performance items such as time arrived onsite, time of completion, materials used, and vehicle/equipment used. SBP keeps historical records for every location which allows the technicians an additional resource when troubleshooting. When creating a new service request, SBP will query the location history and will flag the order if it appears to be a repeated call out or duplicate order. Technicians transmit response and routine maintenance items in real-time using IOS or Android devices. The contractual Scope of Work and all maintenance activities are also available for technicians to review to ensure all tasks are completed within the specified timeframe. Customer specific checklists for routine preventative maintenance will be available to the technicians so all required tasks are completed, according to your Scope of Work. 702 Moorpark: Citywide Traffic Signal and Streetlight Maintenance, Repair and Response Services ©2025 Yunex Traffic 31 Customer Portal The SBP Customer Portal gives our customers access to: Monitor real-time status of routine maintenance and service calls. Location history (sort/filter by date, location, call type, etc.). Overall historical maintenance and repair data. Real-time equipment inventories, maps, and event reporting. Asset management (including digital photographs, GIS data, etc.). 703 Moorpark: Citywide Traffic Signal and Streetlight Maintenance, Repair and Response Services ©2025 Yunex Traffic 32 Yunex is more than willing to provide a training session on SBP and our Customer Portal to any city employees that are interested. Tracking as Related to Invoicing In addition to our Customer Portal, you will receive a detailed billing report with each invoice that lists labor and equipment hours billed for each service order. 704 Moorpark: Citywide Traffic Signal and Streetlight Maintenance, Repair and Response Services ©2025 Yunex Traffic 33 Equipment List (Southern California) Yunex Fleet # YEAR MAKE_DESC MODEL_DESC Unit Type BT1601 2016 RAM RAM CHASSIS 5500 Bucket Truck BT1602 2016 RAM RAM CHASSIS 5500 Bucket Truck BT1603 2016 FORD F450 SUPER DUTY Bucket Truck BT1605 2016 FORD F550 SUPER DUTY Bucket Truck BT1606 2016 FORD F450 SUPER DUTY Bucket Truck BT1701 2017 FORD F550 SUPER DUTY Bucket Truck BT1703 2017 FORD F550 SUPER DUTY Bucket Truck BT1704 2017 FORD F550 SUPER DUTY Bucket Truck BT1705 2017 FORD F550 SUPER DUTY Bucket Truck BT1706 2017 FORD F550 SUPER DUTY Bucket Truck BT1707 2017 FORD F550 SUPER DUTY Bucket Truck BT1708 2017 FORD F550 SUPER DUTY Bucket Truck BT1709 2017 FORD F550 SUPER DUTY Bucket Truck BT1710 2017 FORD F550 SUPER DUTY Bucket Truck BT1801 2018 RAM 5500 CHASSIS CAB TRADESMA Bucket Truck BT1803 2018 FORD SUPER DUTY F-550 DRW XL/X Bucket Truck BT1902 2019 FORD SUPER DUTY F-450 DRW XL/X Bucket Truck BT1904 2019 FORD SUPER DUTY F-550 DRW XL/X Bucket Truck BT1905 2019 FORD SUPER DUTY F-550 DRW XL/X Bucket Truck BT1906 2019 FORD SUPER DUTY F-550 DRW XL/X Bucket Truck BT1907 2019 FORD SUPER DUTY F-550 DRW XL/X Bucket Truck BT1908 2019 FORD SUPER DUTY F-550 DRW XL/X Bucket Truck BT1909 2019 FORD SUPER DUTY F-550 DRW XL/X Bucket Truck BT1910 2019 FORD SUPER DUTY F-550 DRW XL/X Bucket Truck BT1911 2019 FORD SUPER DUTY F-550 DRW XL/X Bucket Truck BT1912 2019 FORD SUPER DUTY F-550 DRW XL/X Bucket Truck BT1914 2019 FORD SUPER DUTY F-550 DRW XL/X Bucket Truck BT1915 2019 FORD F-550 CC REGULAR Bucket Truck BT1918 2019 FORD F-550 CC REGULAR Bucket Truck BT1919 2019 FORD F-550 CC REGULAR Bucket Truck BT1920 2019 FORD F-550 CC REGULAR Bucket Truck BT1922 2019 FORD F-550 CC REGULAR Bucket Truck BT1923 2019 FORD F-550 CC REGULAR Bucket Truck BT2202 2022 FORD SUPER DUTY F-550 DRW XL/X Bucket Truck BT2203 2022 FORD SUPER DUTY F-550 DRW XL/X Bucket Truck BT2205 2022 FORD F-550 CC REGULAR Bucket Truck BT2206 2022 FORD F-550 CC REGULAR Bucket Truck BT2207 2022 FORD F-550 CC REGULAR Bucket Truck BT2208 2022 FORD F-550 CC REGULAR Bucket Truck BT2209 2022 FORD F-550 CC REGULAR Bucket Truck CR1401 2014 FREIGHTLINER 108SD CONVENTIONAL CAB Crane Truck CR2001 2020 PETERBILT 520 6X4 LCF 58 BBC 164 WB Crane Truck CR2002 2020 PETERBILT 520 6X4 LCF 58 BBC 164 WB Crane Truck DV1601 2016 FORD F-550 CC REGULAR CAB 60CA Dump Truck FB1702 2017 FORD F-550 CC REGULAR CAB 60CA Flat Bed (Delivery Truck) PU1701 2017 CHEVROLET COLORADO BASE/WT EXT CAB 6'BOX Pickup PU1801 2018 CHEVROLET COLORADO BASE/WT EXT CAB 6'BOX Pickup PU1802 2018 FORD F-250 SUPERCAB 6.75' BOX Pickup PU1901 2019 FORD F-150 SUPERCREW 5.5' BOX Pickup PU1902 2019 FORD F-150 SUPERCREW 5.5' BOX Pickup PU2001 2020 FORD F-250 REGULAR CAB 8' BOX Pickup PU2002 2020 FORD F-250 REGULAR CAB 8' BOX Pickup UT1101 2011 FORD F-550 REG CAB C&C Utility Body UT1201 2012 FORD F-550 Chassis Utility Body 705 Moorpark: Citywide Traffic Signal and Streetlight Maintenance, Repair and Response Services ©2025 Yunex Traffic 34 UT1701 2017 FORD F-550 CC REGULAR CAB 60CA Utility Body UT1801 2018 FORD F-250 SUPERCAB 6.75' BOX Utility Body UT1802 2018 FORD F-350 CC SUPERCAB SRW 60 CA Utility Body UT1803 2018 FORD F-350 Chassis Utility Body UT1804 2018 FORD F-350 Chassis Utility Body UT1901 2019 FORD F-350 Chassis Utility Body UT1902 2019 FORD F-550 CC REGULAR CAB 60CA Utility Body VH1801 2018 TOYOTA PRIUS TWO Night Check Vehicle VH2001 2020 TOYOTA PRIUS LE AWD Night Check Vehicle VN1901 2019 FORD TRANSIT CONNECT LWB XL SWING Transit Van VN1902 2019 FORD TRANSIT CONNECT LWB XL SWING Transit Van VN1903 2019 FORD TRANSIT CONNECT LWB XL SWING Transit Van AB0601 2006 Arrowboard, Towable UTILITY TRAILER Arrowboard, Towable AB1401 2014 CMS, Towable TRAIL KING TRAILER CMS, Towable AB1402 2014 CMS, Towable TRAILER 6X12 CMS, Towable AB2201 2022 Arrowboard, Towable 2022 CUSTOM 12X60 DRY W/GLASS Arrowboard, Towable AB2202 2022 Arrowboard, Towable 2022 CUSTOM 12X60 DRY W/GLASS Arrowboard, Towable AB2203 2022 Arrowboard, Towable 2022 CUSTOM 12X60 DRY W/GLASS Arrowboard, Towable AB2204 2022 Arrowboard, Towable 2022 CUSTOM 12X60 DRY W/GLASS Arrowboard, Towable AB2205 2022 Arrowboard, Towable 2022 CUSTOM 12X60 DRY W/GLASS Arrowboard, Towable AB2206 2022 Arrowboard, Towable 2022 CUSTOM 12X60 DRY W/GLASS Arrowboard, Towable AB9901 1999 Arrowboard, Towable TRAILER Arrowboard, Towable AC0501 2005 Air Compressor, Towable EQUIPMENT Air Compressor, Towable AC0701 2007 Air Compressor, Towable TRAILER Air Compressor, Towable AC0801 2008 Air Compressor, Towable TRAILER Air Compressor, Towable AC0802 2008 Air Compressor, Towable TRAILER Air Compressor, Towable AC1201 2012 Air Compressor, Towable TRAILER Air Compressor, Towable AC2201 2022 Air Compressor, Towable 2022 CUSTOM 12X60 DRY W/GLASS Air Compressor, Towable AC2202 2022 Air Compressor, Towable 2022 CUSTOM 12X60 DRY W/GLASS Air Compressor, Towable AC2203 2022 Air Compressor, Towable 2022 CUSTOM 12X60 DRY W/GLASS Air Compressor, Towable AC2204 2022 Air Compressor, Towable 2022 CUSTOM 12X60 DRY W/GLASS Air Compressor, Towable CM2101 2020 EQUIPMENT TAYLOR-DUNN MX-600 MAINT EXPED Concrete Mixer, Towable CT0001 2000 TRAILER TANDEM AXLE DRY FREIGHT VAN Cable/Conductor Trailer CT0701 2007 TRAILER TRAILER Cable/Conductor Trailer CT8001 1980 EQUIPMENT RESPONSE TRUCK Cable/Conductor Trailer DT2001 2020 TRAILER BIG TEX 20' PINTLE UTILITY TAN Dump Trailer DT2101 2021 TRAILER BIG TEX 20'VANGUARD 9.990 TAND Dump Trailer DT2102 2021 TRAILER BIG TEX 20'VANGUARD 9.990 TAND Dump Trailer FL0501 2005 FORKLIFT HYSTER FORKLIFT Forklift FL0502 2005 FORKLIFT HYSTER FORKLIFT Forklift FL0503 2005 FORKLIFT HYSTER LIFT TRUCK Forklift FL0601 2006 TRAILER 48' UTILITY Utility Trailer HM1201 2000 TRAILER AG1000 WAGON Hot Melt Machine, Towable MX1801 2018 TRAILER ALUMA ENCLOSED 6X10 SPORT SNGL Mini Excavator TR1801 2018 TRAILER ALUMA ENCLOSED 6X10 SPORT SNGL Utility Trailer VT1001 2010 TRAILER TRAILER Vacuum, Towable Yunex LLC recently took delivery of 17 new 2024 Dodge 3500 bucket trucks, which will be replacing some of the older units listed above. Due to just receiving them, we are getting them into service and unfortunately could not update this list by the due date of this proposal. 706 Moorpark: Citywide Traffic Signal and Streetlight Maintenance, Repair and Response Services ©2025 Yunex Traffic 35 Fleet/Equipment Pictures 707 Moorpark: Citywide Traffic Signal and Streetlight Maintenance, Repair and Response Services ©2025 Yunex Traffic 36 Spare Materials Yunex Traffic has over $1,500,000 in inventory locally and available to the City of Moorpark: 25+ – 2070 controllers from various manufacturers 25+ – NEMA controllers (such as Econolite ASC3, ASC2-S, Cobalt, etc.) 25 – 24VDC Power Supply 25+ – MMU/CMU’s from various manufacturers 150 – Load Switches 60+ - Detectors 6 – Type P controller cabinets 3 – 332 controller cabinets 250+ – Replacement LED Lamps (Red/Yellow/Green) / LED pedestrian signals 50 – ADA compliant pedestrian activation buttons 25+ - Battery Backup Batteries (sizes/manufacturers vary) 25+ - Several types/sizes of Marbelite streetlight poles 20+ - Luminaire Mast Arms of various lengths 20+ – Luminaires of various manufactures and wattages 250+ - Photocells/shorting caps from various manufactures 50,000+ - Feet of various wire types 708 Moorpark: Citywide Traffic Signal and Streetlight Maintenance, Repair and Response Services ©2025 Yunex Traffic 37 Proposed Schedule Project Lead: City of Moorpark Start Date:7/1/2025 Tuesday WBS Tasks Task Lead Start End Du r a t i o n ( D a y s ) % C o m p l e t e Wo r k i n g D a y s Da y s C o m p l e t e Da y s R e m a i n i n g 1 Preventative Maintenance - Traffic Signals (Monthly)Yunex 7/1/25 7/31/25 31 23 0 31 1.1 Extraordinary Maintenance Traffic Signals (As-Needed) 1.2 Air Filter Replacement (Semi-Annually) 1.3 Centralized Operations Center Check (Semi-Annually) 1.4 Routine Maintenance Streetlights (Monthly) 1.5 Extraordinary Maintenance Streetlights (As-Needed) 1.6 Quarterly Night Inspections (SL's, Safety Lights, IISNS) 2 Preventative Maintenance - Traffic Signals (Monthly)Yunex 8/1/25 8/31/25 31 23 0 31 2.1 Extraordinary Maintenance Traffic Signals (As-Needed) 2.2 Battery Back-Up Testing (Semi-Annually) 2.3 Routine Maintenance Streetlights (Monthly) 2.4 Extraordinary Maintenance Streetlights (As-Needed) 3 Preventative Maintenance - Traffic Signals (Monthly)Yunex 9/1/25 9/30/25 30 22 0 30 3.1 Extraordinary Maintenance Traffic Signals (As-Needed) 3.2 CMU/MMU Testing (Annually) 3.3 Routine Maintenance Streetlights (Monthly) 3.4 Extraordinary Maintenance Streetlights (As-Needed) 4 Preventative Maintenance - Traffic Signals (Monthly)Yunex 10/1/25 10/31/25 31 23 0 31 4.1 Extraordinary Maintenance Traffic Signals (As-Needed) 4.2 Routine Maintenance Streetlights (Monthly) 4.3 Extraordinary Maintenance Streetlights (As-Needed) 4.4 Quarterly Night Inspections (SL's, Safety Lights, IISNS) 5 Preventative Maintenance - Traffic Signals (Monthly)Yunex 11/1/25 11/30/25 30 22 0 30 5.1 Extraordinary Maintenance Traffic Signals (As-Needed) 5.2 Routine Maintenance Streetlights (Monthly) 5.3 Extraordinary Maintenance Streetlights (As-Needed) 6 Preventative Maintenance - Traffic Signals (Monthly)Yunex 12/1/25 12/31/25 31 23 0 31 6.1 Extraordinary Maintenance Traffic Signals (As-Needed) 6.2 Routine Maintenance Streetlights (Monthly) 6.3 Extraordinary Maintenance Streetlights (As-Needed) 7 Preventative Maintenance - Traffic Signals (Monthly)Yunex 1/1/26 1/31/26 31 23 0 31 7.1 Extraordinary Maintenance Traffic Signals (As-Needed) 7.2 Air Filter Replacement (Semi-Annually) 7.3 Centralized Operations Center Check (Semi-Annually) 7.4 Routine Maintenance Streetlights (Monthly) 7.5 Extraordinary Maintenance Streetlights (As-Needed) 7.6 Quarterly Night Inspections (SL's, Safety Lights, IISNS) 8 Preventative Maintenance - Traffic Signals (Monthly)Yunex 2/1/26 2/28/26 28 20 0 28 8.1 Extraordinary Maintenance Traffic Signals (As-Needed) 8.2 Battery Back-Up Testing (Semi-Annually) 8.3 Routine Maintenance Streetlights (Monthly) 8.4 Extraordinary Maintenance Streetlights (As-Needed) 9 Preventative Maintenance - Traffic Signals (Monthly)Yunex 3/1/26 3/31/26 31 23 0 31 9.1 Extraordinary Maintenance Traffic Signals (As-Needed) 9.2 Routine Maintenance Streetlights (Monthly) 9.3 Extraordinary Maintenance Streetlights (As-Needed) 10 Preventative Maintenance - Traffic Signals (Monthly)Yunex 4/1/26 4/30/26 30 22 0 30 10.1 Extraordinary Maintenance Traffic Signals (As-Needed) 10.2 Routine Maintenance Streetlights (Monthly) 10.3 Extraordinary Maintenance Streetlights (As-Needed) 10.4 Quarterly Night Inspections (SL's, Safety Lights, IISNS) 11 Preventative Maintenance - Traffic Signals (Monthly)Yunex 5/1/26 5/31/26 31 23 0 31 11.1 Extraordinary Maintenance Traffic Signals (As-Needed) 11.2 Routine Maintenance Streetlights (Monthly) 11.3 Extraordinary Maintenance Streetlights (As-Needed) 12 Preventative Maintenance - Traffic Signals (Monthly)Yunex 6/1/26 6/30/26 30 22 0 30 12.1 Extraordinary Maintenance Traffic Signals (As-Needed) 12.2 Routine Maintenance Streetlights (Monthly) 12.3 Extraordinary Maintenance Streetlights (As-Needed) Moorpark - Citywide Traffic Signal and Streetlight Maintenance, Repair and Emergency Response Services - Proposed Schedule 709 Moorpark: Citywide Traffic Signal and Streetlight Maintenance, Repair and Response Services ©2025 Yunex Traffic 38 Yunex has been extremely successful in retaining traffic signal, streetlight, fiber optic, and engineering customers due to our desire to offer the best possible customer services. For this project, we are providing the following references: Client / Term Description / Revenue City Contact Contact information City of Calabasas (07/2024 – Current) Traffic Signal Maintenance $120,000 annually Tatiana Holden 100 Civic Center Way Calabasas, CA 91302 818-224-1674 tholden@cityofcalabasas.com City of Chino (07/2004 – Current) Traffic Signal Maintenance $918,374 annually Mario Flores 13220 Central Ave. Chino, CA 91710 909-591-9828 mflores@cityofchino.org City of Costa Mesa (03/2011 – Current) Traffic Signal Maintenance $400,000 annually Ramin Nikoui 77 Fair Drive Costa Mesa, CA 92626 714-754-5184 ramin.Nikoui@costamesaca.gov City of Garden Grove (02/2012 – Current) On-Call Traffic Signal Maintenance $300,000 annually Dai Vu PO Box 3070 Garden Grove, CA 92840 714-741-5189 daiv@ggcity.org City of Glendale (02/2014 – Current) Traffic Signal Maintenance $500,000 annually Pastor Casanova 633 E. Broadway, Room 205 Glendale, CA 91206 818-937-8324 pcasanova@GlendaleCA.gov City of Irvine (09/1998 – Current) Traffic Signal Maintenance $850,826 annually Mark Ha 6427 Oak Canyon Irvine, CA 92618 949-724-6186 mha@cityofirvine.org City of Moorpark (11/2004 – Current) Traffic Signal Maintenance $75,000 annually Daniel Kim 799 Moorpark Ave Moorpark, CA 93021 805-517-6255 dkim@moorparkca.gov City of Newport Beach (10/2004 – Current) Traffic Signal Maintenance $280,000 annually Bryan Loo 100 Civic Center Drive Newport Beach, CA 92660 949-644-3324 bloo@newportbeachca.gov City of Rancho Cucamonga (10/2004 – Current) Traffic Signal Maintenance $828,050 annually Timothy Baltazar 10500 Civic Center Dr. Rancho Cucamonga, CA 91730 909-774-4136 tim.baltazar@cityofrc.us City of Santa Ana (07/2024 – Current) Traffic Signal & Streetlight Maintenance $1,500,000 annually Cesar Rodriguez 20 Civic Center Plaza Santa Ana, CA 92701 714-647-5626 crodriguez5@santa-ana.org Yunex has over 70 additional references that can/will be provided upon request. References 710 Moorpark: Citywide Traffic Signal and Streetlight Maintenance, Repair and Response Services ©2025 Yunex Traffic 39 Recently Awarded Public Sector Contracts: 1. City of Compton – Citywide Traffic Signal & Streetlight Maintenance – 04/2025 2. City of Santa Fe Springs – Street Light LED Conversion – 02/2025 3. City of Irvine – As-Needed Fiber Optic Cabling and Repairs – 01/2025 4. City of Cypress – Traffic Signal Improvements at Valley View & Plaza/Chip – 12/2024 5. City of Cypress – City Street Lights – LED Conversion – 11/2024 6. City of Laguna Beach – Street Light Maintenance Services – 10/2024 7. City of La Habra – Replacement of Ped Signal Heads at 8 locations – 08/2024 8. City of Poway – Street Lighting, Systems Maint., and Emergency Repairs – 07/2024 9. City of Laguna Niguel – Traffic Signal Detection Upgrades Installation – 06/2024 10. City of Escondido – Signal and Wire Theft Repairs – 06/2024 11. City of Calabasas – Traffic Signal Maintenance and Related Services – 06/2024 12. City of Fontana – Traffic Signal Maintenance – 05/2024 13. City of Poway – Traffic Signal Maintenance and Emergency Repairs – 05/2024 14. City of Santa Ana – Traffic Signal and Street Lighting Maintenance – 05/2024 15. City of Coronado – Traffic Signal Maintenance – 05/2024 16. City of Desert Hot Springs – Traffic Signal Maintenance – 05/2024 17. City of Rancho Cucamonga – Traffic Signal Maintenance – 05/01/2024 711 Moorpark: Citywide Traffic Signal and Streetlight Maintenance, Repair and Response Services ©2025 Yunex Traffic 40 Yunex Traffic submits its proposal with the following Exceptions and Assumptions and would like the opportunity to discuss and possibly negotiate the following items, if selected: 1) Yunex Traffic takes exception to the absence of limitations of liability in favor of the service provider and assumes that the resulting agreement will be negotiated to contain a provision substantially in the form of the following: LIMITATION OF LIABILITY. THE REMEDIES OF THE CUSTOMER SET FORTH IN THIS CONTRACT ARE EXCLUSIVE AND ARE ITS SOLE REMEDIES FOR ANY FAILURE OF YUNEX TO COMPLY WITH ITS OBLIGATIONS HEREUNDER. NOTWITHSTANDING ANY PROVISION IN THIS CONTRACT TO THE CONTRARY, IN NO EVENT SHALL YUNEX BE LIABLE IN CONTRACT, IN TORT (INCLUDING NEGLIGENCE OR STRICT LIABILITY) OR OTHERWISE FOR ANY SPECIAL, INDIRECT, INCIDENTAL OR CONSEQUENTIAL DAMAGES WHATSOEVER, REGARDLESS OF WHETHER SUCH POTENTIAL DAMAGES ARE FORESEEABLE OR IF YUNEX HAS BEEN ADVISED OF THE POSSIBILITY OF SUCH DAMAGES. THE TOTAL CUMULATIVE LIABILITY OF YUNEX ARISING FROM OR RELATED TO THIS CONTRACT WHETHER THE CLAIMS ARE BASED IN CONTRACT, IN TORT (INCLUDING NEGLIGENCE OR STRICT LIABILITY) OR OTHERWISE, SHALL NOT EXCEED THE PRICE OF THE PRODUCT OR SERVICES ON WHICH SUCH LIABILITY IS BASED. 2) Yunex Traffic takes exception to the inclusion of two different indemnity provisions to potentially apply. Yunex Traffic assumes that the services provided under the applicable contract will fall under the first paragraph of Article 10, Indemnity and Hold Harmless, and that the second paragraph will be deleted from the final executed agreement. “Indemnity for professional liability: When the law establishes a professional standard of care for Consultant’s Services, to the fullest extent permitted by law, Consultant shall indemnify, protect, defend and hold harmless City and any and all of its officials, employees, and agents (“Indemnified Parties”) from and against any and all losses, liabilities, damages, costs and expenses, including legal counsel’s fees and costs to the extent same are caused in whole or in part by any negligent or wrongful act, error or omission of Consultant, its officers, agents, employees and/or subconsultants (or any agency or individual that Consultant shall bear the legal liability thereof) in the performance of professional services under this Agreement.” Exceptions and Assumptions 712 Page 1 of 3 Restricted DELEGATION OF APPROVAL AUTHORITY FROM PRESIDENT & MANAGING DIRECTOR AND MANAGING DIRECTOR FINANCE YUNEX, LLC. ______________________________________________________________________ A. The undersigned Marshall Cheek, President & Managing Director and Dirk Rauber, Vice President & Managing Director Finance of the Yunex, LLC (the “Corporation”), a limited liability company duly organized and existing under the laws of the State of Delaware, by virtue of the authority vested as President and Vice President to sign or countersign and otherwise execute in the name, or on behalf of the Corporation, any bids, projects, contracts, agreements and any certificates, affidavits or ancillary documents in connection therewith to the extent the foregoing instruments and are consistent with the limits of authority granted under LoA guidelines and grants of release for and on behalf of the Corporation, do hereby delegate to and acknowledge that the following person(s) may exercise such authority for and on our behalf up to $3 million. AUTHORIZED SIGNATORIES Business Operations (Name/Position) Finance/Central Support Function (Name/Position) EVP, Technology B.It is further acknowledged that the following individuals are hereby authorized to sign or countersign and otherwise execute in the name, or on behalf of the Corporation, the same documents as referenced in paragraph A, up to and including a transactional limit of $1,500,000. Any such delegation extends to but is limited to the same scope, documents and subject matter as referenced and granted in paragraph A, limited to the monetary amount stated in this paragraph. C. It is further acknowledged that the following individuals are hereby authorized to sign or countersign and otherwise execute in the name, or on behalf of the Corporation, the same documents as referenced in paragraph A, up to and including a transactional limit of $500,000. Any such delegation extends to but is limited to the same scope, documents and subject matter as referenced and granted in paragraph A, limited to the monetary amount stated in this paragraph. AUTHORIZED SIGNATORIES Business Operations (Position) Finance/Central Support Function (Position) Operations Manager Commercial Project Manager Project Manager Commercial Service Manager Material Manager Technical Project Manager Director, Channel Partners AUTHORIZED SIGNATORIES Business Operations (Position) Finance/Central Support Function (Position) SVP, Solution Delivery Manager, Procurement Head of Projects Commercial Manager, Products Director, Field Services Controller/Head of Accounting V.P. Operations Director of Finance, Solutions & Services 713 Page 2 of 3 Restricted Regional Manager, Field Services D.It is further acknowledged that the following individuals are hereby authorized to sign or countersign and otherwise execute in the name, or on behalf of the Corporation, the same documents as they are referenced in paragraph A, up to and including a transactional limit of $100,000. Any such delegation extends to but is limited to the same scope, documents and subject matter as referenced and granted in paragraph A, limited to the monetary amount stated in this paragraph. AUTHORIZED SIGNATORIES Business Operations (Name/Position) Finance/Central Support Function (Name/Position) Service Coordinator Procurement Specialist Sales/Account Manager Bid/Capture Manager E.It is further acknowledged that each of the signatures of the persons referred to in paragraphs A, B, C, D, and E are binding upon the Corporation. F. Notwithstanding the delegated authorities outlined above, no delegations identified herein shall apply to contracts which contain any of the following extraordinary non-standard terms: a. Unlimited liability; b. No waivers of consequential, indirect, incidental and punitive damages; c. No waivers of implied warranties; or d.Indemnification provisions which: i. Are not limited to the extent of Yunex LLC’s negligence or willful misconduct; ii. Do not provide Yunex LLC with control over claim strategy, including choice of attorneys; or iii. Do not limit the causes of action subject to indemnity to: 1. bodily injury and property damage; 2.intellectual property infringement; and 3.breach of confidentiality. G. It is further acknowledged that any delegate’s authority extends only to the scope and extent of the delegate’s respective job responsibilities. For instance, a project manager’s delegation extends only to the limits described herein and only to the project(s) for which the delegate has responsibility. H. It is further acknowledged that any document shall require the signature of two (2) of the above Authorized Signatories, one each from Business Operations and from Finance/Central Support Functions, whom shall have the requisite signature authority to be legally binding upon the Corporation. I.It is further acknowledged that each of the persons referred to herein is authorized to delegate such person’s authority hereunder to additional members of his or her management team up to the limit of such person’s delegation of authority, provided that such delegation is in written form signed by the delegator and filed with the Legal Department. J. It is further acknowledged that the Secretary or an Assistant Secretary of the Corporation is authorized to issue certifications attesting to the incumbency, authority and status of any of the persons referred to in this resolution. K. Any prior versions of this general Delegation of Authority policy are void. 714 Page 3 of 3 Restricted IN WITNESS WHEREOF, we have hereunto subscribed our names and affixed the corporate seal of the said company, as of the 21st day of November 2024. ________________________________ Marshall Cheek President & Managing Director Yunex, LLC. _________________________________ Dirk Rauber Vice President and Managing Director Finance Yunex, LLC CERTIFICATE I, Pamela Brickner, certify that I am the Secretary of Yunex, LLC, that Marshall Cheek and Dirk Rauber who signed this agreement for this corporation, were then President and Managing Director USA and Vice President and Managing Director Finance USA of this corporation; and this agreement was duly signed for and on behalf of this limited liability company by authority of its governing body and within the scope of its corporate powers. Witness my hand and seal of this corporation on this 21st day of November, 2024. By: _____________________________ (CORPORATE SEAL) Cheek Marshall YU006894 Digitally signed by Cheek Marshall YU006894 Date: 2024.11.22 13:47:34 -06'00' Dirk Rauber cn=Dirk Rauber, c=US, o=Yunex LLC, ou=Managing Director Finance/ CFO, email=Dirk.Rauber@yunextraffic.com 11/22/24 ______________ Brickner Pamela z004fc5d cn=Brickner Pamela z004fc5d, ou=Users, email=pamela.brickner@yunextraffic.com 11/22/24______________________________________________________________________________________________________________________ ORARARARRRRARRARRARRARARRARAARRRRRARAAAARARARARRARARAAAAARRARAAAAAAAAAAARAAAAAAAAAAAAAAAAAAAAAAAAATTTTTTTTETTTTTTTTTTTTTTTT 715 Rev. 03/11/2025 Page 21 of 21 EXHIBIT D CONTRACTOR COST PROPOSAL 716 Citywide Traffic Signal and Streetlight Maintenance, Repair and Emergency Response Services for the City of Moorpark April 18th, 2025 Cost Proposal Yunex Traffic 1026 E. Lacy Ave. Anaheim, CA 92805 www.yunextraffic.com 717 City of Moorpark Citywide Traffic Signal and Streetlight Maintenance, Repair and Emergency Response Services Cost Proposal Traffic Signal Maintenance: Item Description Quantity Unit Price Monthly Price Annual Price Routine Monthly Maintenance - Traffic Signals 22 $99.00 $2,178.00 $26,136.00 Annual Conflict Monitor Testing 22 $95.00 N/A $2,090.00 Traffic Signal Miscellaneous Items: Item Description Unit Unit Price Total Price Loop Installation (1-4 Loops) Each $825.00 $825.00 Loop Installation (5-12 Loops) Each $775.00 $775.00 Loop Installation (13-20 Loops) Each $725.00 $725.00 Loop Installation (20+ Loops) Each $680.00 $680.00 Rental Rates Controller/Cabinet with all appurtenances Per Month $600.00 $600.00 Streetlight Maintenance: Item Description Quantity Unit Price Monthly Price Annual Price Streetlight Maintenance (LED) - Per Light Per Month 2,229 $0.90 $2,006.10 $24,073.20 Streetlight Maintenance (HPS) – Per Light Per Month 134 $1.75 $234.50 $2,814.00 Call Center - Per Month 1 No Charge No Charge No Charge Install House Side Shields - Each 1 $125.00 N/A N/A Quarterly Streetlight Operation Review (Night Check) 4 $1,500.00 N/A $6,000.00 Labor Rates: Item Description Unit Regular Overtime Premium Operations Superintendent Hourly $137.00 $177.00 $216.00 Engineering Technician Hourly $137.00 $177.00 $216.00 Leadman/Foreman Hourly $155.00 $190.00 $225.00 Traffic Signal Technician Hourly $145.00 $176.00 $207.00 Traffic Signalman Hourly $130.00 $153.00 $176.00 Traffic Signal Laborer Hourly $122.00 $171.00 $171.00 Streetlight Maintenance Worker Hourly $145.00 $176.00 $207.00 718 Regular, Overtime, and Premium time explanation: Regular Hours are Monday through Friday (excluding holidays) from 7:30am to 4:00pm. Overtime Hours are Monday through Friday after these work hours for the first two hours as well as Saturday for the initial 10 working hours. Premium Hours are Monday through Friday after two hours of OT, Saturdays after 10 hours worked in the city, all day Sunday starting at 12:00am until Monday at 7:30am and all holidays as listed per the DIR and outlined in the memo dated March 15th, 2023 (see below) starting at 12:00am until the next morning at 7:30am. a.https://www.dir.ca.gov/oprl/Important_Notices_Archive/03-15-2023.pdf Equipment Rates: Item Description Unit Unit Price Pick-Up Truck Hourly $32.00 Service (Utility) Truck Hourly $35.00 Paint Rig Truck Hourly $35.00 Bucket Truck Hourly $35.00 Crane Truck Hourly $70.00 Air Compressor Hourly $10.00 Water Truck Hourly $35.00 Concrete Saw Hourly $10.00 Arrow Board Hourly $10.00 Material Markup: Item Description Unit % Material Markup % Cost + 15% __________________________________________ ________________________________________ Michael J. Hutchens Steven Teal West Operations Manager Director of Field Service, U.S. Yunex LLC Yunex LLC 719