Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Agreement
AGREEMENT BY AND BETWEEN THE CITY OF NATIONAL CITY AND STACK TRAFFIC CONSULTING, INC. THIS AGREEMENT is entered into this 151 day of April, 2014, by and between the CITY OF NATIONAL CITY, a municipal. corporation (the "CITY"), and Stack Traffic Consulting, Inc., a corporation (the "CONSULTANT"). RECITALS WHEREAS, the CITY desires to employ a CONSULTANT to provide on -call project support services for National City's Capital Improvement Program (CIP). WHEREAS, the CITY has determined that the CONSULTANT is an engineering firm and is qualified by experience and ability to perform the services desired by the CITY, and the CONSULTANT is willing to perform such services. NOW, THEREFORE, THE PARTIES HERETO DO MUTUALLY AGREE AS FOLLOWS: 1. ENGAGEMENT OF CONSULTANT. The CITY agrees to engage the CONSULTANT, and the CONSULTANT agrees to perform the services set forth here in accordance with all terms and conditions contained herein. The CONSULTANT represents that all services shall be performed directly by the CONSULTANT or under direct supervision of the CONSULTANT. 2. 5COPE OF SERVICES. The CONSULTANT will perform services as set forth in the attached Exhibit "A", including, but not limited to, project management, engineering and contract management, construction management and inspections, architecture, land surveying, environmental compliance, assessment and remediation, geotechnical, soils and materials testing, traffic data collection, plan reviews, constructability reviews, and community outreach. The CONSULTANT shall be responsible for all research and reviews related to the work and shall not rely on personnel of the CITY for such services, except as authorized in advance by the CITY. The CONSULTANT sh . I appear at meetings specified in Exhibit "A" to keep staff and City Council advised of the progress on the Project. The CITY may unilaterally, or upon request from the CONSULTANT, from time to time reduce or increase the Scope of Services to be performed by the CONSULTANT under this Agreement. Upon doing so, the CITY and the CONSULTANT agree to meet in good faith 1 City's Standard Agreement 2011 revision -1- and confer for the purpose of negotiating a corresponding reduction or increase in the compensation associated with said change in services, not to exceed a factor of 15% from the base amount. 3. PROJECT COORDINATION AND SUPERVISION. Stephen Manganiello, Director of Public Works/City Engineer, hereby is designated as the Project Coordinator for the CITY and will monitor the progress and execution of this Agreement. The CONSULTANT shall assign a single Project Director to provide supervision and have overall responsibility for the progress and execution of this Agreement for the CONSULTANT. Jason Stack, President, thereby is designated as the Project Director for the CONSULTANT. 4. COMPENSATION AND PAYMENT. The compensation for the CONSULTANT shall be based on monthly billings covering actual work performed. Billings shall include labor classifications, respective rates, hours worked and also materials, if any. The total cost for all work described in Exhibit "A" shall not exceed $2,000,000 (the Base amount) without prior written authorization from the Project Coordinator. Monthly invoices will be processed for payment and remitted within thirty (30) days from receipt 'of invoice, provided that work is accomplished consistent with Exhibit "A", as determined by the CITY. The CONSULTANT shall maintain all books, documents, papers, employee time sheets, accounting records, and other evidence pertaining to costs incurred, and shall make such materials available at its office at all reasonable times during the term of this Agreement and for three (3) years from the date of final payment under this Agreement, for inspection by the CITY. and for furnishing of copies to the CITY, if requested. 5. r,CCEPTABILITY OF WORK. The City shall decide any and all questions which may arise as to the quality or acceptability of the services performed and the manner of performance, the acceptable completion of this Agreement, and the amount of compensation due. In the event the CONSULTANT and the City cannot agree to the quality or acceptability of the work, the manner of performance and/or the compensation payable to the CONSULTANT in this Agreement, the City or the CONSULTANT shall give to the other written notice. Within ten (10) business days, the CONSULTANT and the City shall each prepare a report which supports their position and file the same with the other party. The City shall, with reasonable diligence, determine the quality or acceptability of the work, the manner of performance and/or the compensation payable to the CONSULTANT. 6. EFFECTIVE DATE AND LENGTH OF AGREEMENT. This Agreement will become effective on April 15, 2014. The duration of this Agreement is for the period of April 15, 2014 through April 14, 2016. With mutual agreement of the parties, this Agreement may be extended for an additional period of up to one year, through April 14, 2017. 2 City's Standard Agreement —2011 revision -2- 7. DISPOSITION AND OWNERSHIP OF DOCUMENTS. The Memoranda, Reports, Maps, Drawings, Plans, Specifications, and other documents prepared by the CONSULTANT for this Project, whether paper or electronic, shall become the property of the CITY for use with respect to this Project, and shall be turned over to the CITY upon completion of the Project, or any phase thereof, as contemplated by this Agreement Contemporaneously with the transfer of documents, the CONSULTANT hereby assigns to the CITY, and CONSULTANT thereby expressly waives and disclaims any copyright in, Ala the right to reproduce,all written material, .a.... i ig , plans, p ons, of other work �.+y. utui%wu � .�?--e4111Li'1L1 prepared under this Agreement, except upon the CITY' S prior authorization regarding reproduction, which authorization shall not be unreasonably withheld. The CONSULTANT shall, upon request of the CITY, execute any further document(s) necessary to further effectuate this waiver and disclaimer. The CONSULTANT agrees that the CITY may use, reuse, alter, reproduce, modify, assign, transfer, or in any other way, medium, or method utilize the CONSULTANT'S written work product for the CITY' S purposes, and the CONSULTANT expressly waives and disclaims any residual rights granted to it by Civil Code Sections 980 through 989 relating to intellectual property and artistic works. Any modification or reuse by the CITY of documents, drawings, or specifications prepared by the CONSULTANT shall relieve the CONSULTANT from liability under Section 14, but only with respect to the effect of the modification or reuse by the CITY, or for any liability to the CITY should the documents be used by the CITY for some project other than what was expressly agreed upon within the Scope of this project, unless otherwise mutually agreed. 8. INDEPENDENT CONTRACTOR. Both parties hereto in the performance of this Agreement will be acting in an independent capacity and not as agents, employees, partners, or joint venturers with one another. Neither the CONSULTANT nor the CONSULTANT'S employees are employees of the CITY, and are not entitled to any of the rights, benefits, or privileges of the CITY'S employees, including but not limited to retirement, medical, unemployment, or workers' compensation insurance. This.Agreement contemplates the personal services of the CONSULTANT and the CONSULTANT'S employees, and it is recognized by the parties that a substantial inducement to the CITY for entering into this Agreement was, and is, the professional reputation and competence of the CONSULTANT and its employees. Neither this Agreement nor any interest herein may be assigned by the CONSULTANT without the prior written consent of the CITY. Nothing herein contained is intended to prevent the CONSULTANT from employing or hiring as many employees, or SUBCONSULTANTS, as the CONSULTANT may deem necessary for the proper and efficient performance of this Agreement. All agreements by CONSULTANT with its SUBCONSULTANT(S) shall require the SUBCONSULTANT(S) to adhere to the applicable terms of this Agreement. 3 City's Standard Agreement-2011 revision -3- 9. CONTROL. Neither the CITY nor its officers, agents, or employees shall have any control over the conduct of the CONSULTANT or any of the CONSULTANT'S employees, except as herein set forth, and the CONSULTANT or the CONSULTANT'S agents, servants, or employees are not in any manner agents, servants, or employees of the CITY, it being understood that the CONSULTANT its agents, servants, and employees are as to the CITY wholly independent CONSULTANT, and that the CONSULTANT'S obligations to the CITY are solely such as are prescribed by this Agreement. 10. COMPLIANCE WITH APPLICABLE LAW. The CONSULTANT, in the performance of the services to be provided herein, shall comply with all applicable state and federal statutes and regulations, and all applicable ordinances, rules, and regulations of the City of National City, whether now in force or subsequently enacted. The CONSULTANT and each of its SUBCONSULTANT(S), shall obtain and maintain a current City of National City business license prior to and during performance of any work pursuant to this Agreement. 11. LICENSES. PERMITS. ETC. The CONSULTANT represents and covenants that it has all licenses, permits, qualifications, and approvals of whatever nature that are legally required to practice its profession. The CONSULTANT represents and covenants that the CONSULTANT shall, at its sole cost and expense, keep in effect at all times during the term of this Agreement, any license, permit, or approval which is legally required for the CONSULTANT to practice its profession. 12. STANDAR1/OF CARE. A. The CONSULTANT, in performing any services under this Agreement, shall perform in a manner consistent with that level of care and skill ordinarily exercised by members of the CONSULTANT'S trade or profession currently practicing under similar conditions and in similar locations. The CONSULTANT shall take all special precautions necessary to protect the CONSULTANT'S employees and members of the public from risk of harm arising out of the nature of the work and/or the conditions of the work site. B. Unless disclosed in writing prior to the date of this Agreement, the CONSULTANT warrants to the CITY that it is not now, nor has it for the five (5) years preceding, been debarred by a governmental agency or involved in debarment, arbitration or litigation proceedings concerning the CONSULTANT'S professional performance or the furnishing of materials or services relating thereto, C. The CONSULTANT is responsible for identifying any unique products, treatments, processes or materials whose availability is critical to the success of the project the CONSULTANT has been retained to perform, within the time requirements of the CITY, or, when no time is specified, then within a commercially reasonable time. Accordingly, unless the CONSULTANT has notified the CITY otherwise, the CONSULTANT warrants that all products, materials, processes or treatments identified in the project documents prepared for the CITY are reasonably commercially available. Any failure by the CONSULTANT to use due diligence under this sub -paragraph will render the CONSULTANT liable to the CITY for any increased costs that result from the CITY' S later inability to obtain the specified items or any reasonable substitute within a price range that allows for project completion in the time frame specified or, when not specified, then within a commercially reasonable time. 4 City's Standard Agreement —2011 revision -4- 13. NON-DISCRIMINATION PROVISIONS. The CONSULTANT shall not discriminate ag inst any employee or applicant for employment because of age, race, color, ancestry, religion, sex, sexual orientation, marital status, national origin, physical handicap, or medical condition. The CONSULTANT will take positive action to insure that applicants are employed without regard to their age, race, color, ancestry, religion, sex, sexual orientation, marital status, national origin, physical handicap, or medical condition. Such action shall include but not be limited to the following: employment, upgrading, demotion, transfer, recruitment or recruitment advertising, layoff or termination, rates of pay or other forms of compensation, and selection for training, including apprenticeship. The CONSULTANT agrees to post in conspicuous places available to employees and applicants for employment any notices provided by the CITY setting forth the provisions of this non-discrimination clause. 14. CONFIDENTIAL INFORMATION. The CITY may from time to time communicate to the CONSULTANT certain confidential information to enable the CONSULTANT to effectively perform the services to be provided herein. The CONSULTANT shall treat all such information as confidential and shall not disclose any part thereof without the prior written consent of the CITY. The CONSULTANT shall limit the use and circulation of such information, even within its own organization, to the extent necessary to perform the services to be provided herein. The foregoing obligation of this Section 14, however, shall not apply to any part of the information that (i) has been disclosed in publicly available sources of information; (ii) is, through no fault of the CONSULTANT, hereafter disclosed in publicly available sources of information; (iii) is already in the possession of the CONSULTANT without any obligation of confidentiality; or (iv) has been or is hereafter rightfully disclosed to the CONSULTANT by a third party, but only to the extent that the use or disclosure thereof has been or is rightfully authorized by that third party. The CONSULTANT shall not disclose any reports, recommendations, conclusions or other results of the services or the existence of the subject matter of this Agreement without theprior written consent of the CITY. In its performance hereunder, the CONSULTANT shall comply with all legal obligations it may now or hereafter have respecting the information or other property of any other person, firm or corporation. CONSULTANT shall be liable to CITY for any damages caused by breach of this condition, pursuant to the provisions of Section 14. 15. 11V0FMNIFICATION AN]) HOLD HARMLESS. The CONSULTANT agrees to defend, indemnify, and hold harmless the City of National City, its officers and employees, against and from any and all liability, loss, damages to property, injuries to, or death of any person or persons, and all claims, demands, suits, actions, proceedings, reasonable attorneys' fees, and defense costs, of any kind or nature, including workers' compensation claims, of or by anyone whomsoever, resulting from or arising out of the CONSULTANTS negligent performance of this Agreement. The indemnity, defense and hold harmless obligations contained herein shall survive the termination of this Agreement for any alleged or actual omission, act, or negligence under this Agreement that occurred during the term of this Agreement. 5 c ity's sierra Agreement-2011 revision -5- 16. WORKERS' COMPENSATION. The CONSULTANT shall comply with all of the provisions of the Workers' Compensation Insurance and Safety Acts of the State of California, the applicable provisions of Division 4 and 5 of the California Government Code and all amendments thereto; and all similar State or federal acts or laws applicable; and shall indemnify, and hold harmless the CITY and its officers, and employees from and against all claims, demands, payments, suits, actions, proceedings, and judgments of every nature and description, including reasonable attomey's fees and defense costs presented, brought or recovered against the CITY or its officers, employees, or volunteers, for or on account of any liability under any of said acts which may be incurred by reason of any work to be performed by the CONSULTANT under this Agreement. 17. jNSURANCE. The CONSULTANT, at its sole cost and expense, shall purchase and maintain, and shall require its SUBCONSULTANT(S), when applicable, to purchase and maintain throughout the term of this Agreement, the following checked insurance policies: A. ® If checked, Professional Liability Insurance (errors and omissions) with minimum limits of $1,000,000 per occurrence. B. Automobile Insurance covering all bodily injury and property damage incurred during the performance of this Agreement, with a minimum coverage of $1,000,000 combined single limit per accident. Such automobile insurance shall include owned, non - owned, and hired vehicles ("any auto"). The policy shall name the CITY and its officers, agents and employees as additional insured, and a separate additional insured endorsement shall be provided. C. Commercial General Liability Insurance, with minimum limits of $2,000,000 per occurrence and $4,000,000 aggregate, covering all bodily injury and property damage arising out of its operations under this Agreement. The policy shall name the CITY and its officers, agents and employees as additional insured, and a separate additional insured endorsement shall be provided. The general aggregate limit must apply solely to this "project" or "location". D. Workers' Compensation Insurance in an amount sufficient to meet statutory requirements covering all of CONSULTANT'S employees and employers' liability insurance with limits of at least $1,000,000 per accident. In addition, the policy shall be endorsed with a waiver of subrogation in favor of the City. Said endorsement shall be provided prior to commencement of work under this Agreement. If CONSULTANT has no employees subject to the California Workers' Compensation and Labor laws, CONSULTANT shall execute a Declaration to that effect. Said Declaration shall be provided to CONSULTANT by CITY. E. The aforesaid policies shall constitute primary insurance as to the CITY, its officers, employees, and volunteers, so that any other policies held by the CITY shall not contribute to any loss under said insurance. Said policies shall provide for thirty (30) days prior written notice to the CITY of cancellation or material change. F. If required insurance coverage is provided on a "claims made" rather than "occurrence" form, the CONSULTANT shall maintain such insurance coverage for three years after expiration of the term (and any extensions) of this Agreement. In addition, the "retro" date must be on or before the date of this Agreement. 6 City's Standard Agreement-2D11 revision -6- G. Insurance shall be written with only California admitted companies that hold a current policy holder's alphabetic and financial size category rating of not less than A Vffi according to the current Best's Key Rating Guide, or a company equal financial stability that is approved by the CITY' S Risk Manager. In the event coverage is provided by non - admitted "surplus lines" carriers, they must be included on the most recent California List of Eligible Surplus Lines Insurers (LESLI list) and otherwise meet rating requirements. H. This Agreement shall not take effect until certificate(s) or other sufficient proof that these insurance provisions have been complied with, are filed with and approved by the CITY'S Risk Manager. If the CONSULTANT does not keep all of such insurance policies in full force and effect at all times during the terms of this Agreement, the CITY may elect to treat the failure to maintain the requisite insurance as a breach of this Agreement and terminate the Agreement as provided herein. I. All deductibles and self -insured retentions in excess of $10,000 must be disclosed to and approved by the CITY. 18. LEVAL FEES. If any party brings a suit or action against the other party arising from any breach of any of the covenants or agreements or any inaccuracies in any of the representations and warranties on the part of the other party arising out of this Agreement, then in that event, the prevailing party in such action or dispute, whether by final judgment or out -of - court settlement, shall be entitled to have and recover of and from the other party all costs and expenses of suit, including attorneys' fees. For purposes of determining who is to be considered the prevailing party, it is stipulated that attorney's fees incurred in the prosecution or defense of the action or suit shall not be considered in determining the amount of the judgment or award. Attorney's fees to the prevailing party if other than the CITY shall, in addition, be limited to the amount of attorney's fees incurred by the CITY in its prosecution or defense of the action, irrespective of the actual amount of attorney's fees incurred by the prevailing party. 19. IVIEDIATION/ARBITRATION. If a dispute arises out of or relates to this Agreement, or the breach thereof; the parties agree first to try, in good faith, to settle the dispute by mediation in San Diego, California, in accordance with the Commercial Mediation Rules of the American Arbitration Association (the "AAA") before resorting to arbitration. The costs of mediation shall be borne equally by the parties. Any controversy or claim arising out of, or relating to, this Agreement, or breach thereof, which is not resolved by mediation shall be settled by arbitration in San Diego, California, in accordance with the Commercial Arbitration Rules of the AAA then existing. Any award rendered shall br final and conclusive upon the parties, and a judgment thereon may be entered in any court having jurisdiction over the subject matter of the controversy. The expenses of the arbitration shall be borne equally by the parties to the arbitration, provided that each party shall pay for and bear the costs of its own experts, evidence and attorneys' fees, except that the arbitrator may assess such expenses or any part thereof against a specified party as part of the arbitration award. 20. TERMINATION. A. This Agreement may be terminated with or without cause by the CITY. Termination without cause shall be effective only upon 60-day's written notice to the 7 City's Standard Agreement-2011 revision -7- CONSULTANT. During said 60-day period the CONSULTANT shall perform all services in accordance with this Agreement. B. This Agreement may also be terminated immediately by the CITY for cause in the event of a material breach of this Agreement, misrepresentation by the CONSULTANT in connection with the formation of this Agreement or the performance of services, or the failure to perform services as directed by the CITY. C. Termination with or without cause shall be effected by delivery of written Notice of Termination to the CONSULTANT as provided for herein. D. In the event of termination, all finished arm -Finished Memoranda Reports, Maps, Drawings, Plans, Specifications and other documents prepared by the CONSULTANT, whether paper or electronic, shall immediately become the property of and be delivered to the CITY, and the CONSULTANT shall be entitled to receive just and equitable compensation for any work satisfactorily completed on such documents and other materials up to the effective date of the Notice of Termination, not to exceed the amounts payable hereunder, and less any damages caused the CITY by the CONSULTANT'S breach, if any. Thereafter, ownership of said written material shall vest in the CITY all rights set forth in Section 7. E. The CITY further reserves the right to immediately terminate this Agreement upon: (1) the filing of a petition in bankruptcy affecting the CONSULTANT; (2) a reorganization of the CONSULTANT for the benefit of creditors; or (3) a business reorganization, change in business name or change in business status of the CONSULTANT. 21. NOTICES. All notices or other communications required or permitted hereunder shall be in writing, and shall be personally delivered; or sent by overnight mail (Federal Express or the like); or sent by registered or certified mail, postage prepaid, return receipt requested; or sent by ordinary mail, postage prepaid; or telegraphed or cabled; or delivered or sent by telex, telecopy, facsimile or fax; and shall be deemed received upon the earlier of (i) if personally delivered, the date of delivery to the address of the person to receive such notice, (ii) if sent by overnight mail, the business day following its deposit in such overnight mail facility, (iii) if mailed by registered, certified or ordinary mail, five (5) days (ten (10) days if the address is outside the State of California) after the date of deposit in a post office, mailbox, mail chute, or other like facility regularly maintained by the United States Postal Service, (iv) if given by telegraph or cable, when delivered to the telegraph company with charges prepaid, or (v) if given by telex, telecopy, facsimile or fax, when sent. Any notice, request, demand, direction or other communication delivered or sent as specified above shall be directed to the following persons: To CITY: Stephen Manganiello Director of Public Works/City Engineer Engineering & Public Works Department City of National City 1243 National City Boulevard National City, CA 91950-4301 8 city's Standard Agreement-2011 revision -8- To CONSULTANT: Jason Stack President Stack Traffic Consulting, Inc. 2796 Luker Avenue vv . Suite i 02 Carlsbad, CA 92010 Notice of change of address shall be given by written notice in the manner specified in this Section, Rejection or other refusal to accept or the inability to deliver because of changed address of which no notice was given shall be deemed to constitute receipt of the notice, demand, request or communication sent. Any notice, request, demand, direction or other communication sent by cable, telex, telecopy, facsimile or fax must be confirmed within forty- eight (48) hours by letter mailed or delivered as specified in this Section. 22. CONFLICT OF INTEREST AND POLITICAL REFORM ACT OBLIGATIONS. During the term of this Agreement, the CONSULTANT shall not perform services of any kind for any person or entity whose interests conflict in any way with those of the City of National City. The CONSULTANT also agrees not to specify any product, treatment, process or material for the project in which the CONSULTANT has a material financial interest, either direct or indirect, without first notifying the CITY of that fact. The CONSULTANT shall at all times comply with the terms of the Political Reform Act and the National City Conflict of Interest Code. The CONSULTANT shall immediately disqualify itself and shall not use its official position to influence in any way any matter coming before the CITY in which the CONSULTANT has a financial interest as defined in Government Code Section 87103. The CONSULTANT represents that it has no knowledge of any financial interests that would require it to disqualify itself from any matter on which it might perform services for the CITY. ❑ If checked, the CONSULTANT shall comply with all of the reporting requirements of the Political Reform Act and the National City Conflict of Interest Code. Specifically, the CONSULTANT shall file a Statement of Economic Interests with the City Clerk of the City of National City in a timely mariner on forms which the CONSULTANT shall obtain from the City Clerk. The CONSULTANT shall be strictly liable to the CITY for all damages, costs or expenses the CITY may suffer by virtue of any violation of this Paragraph 22 by the CONSULTANT. 23. PRF,VAO,INGYAGF.f4. State prevailing wage rates may apply to work performed under this Agreement. State prevailing wages rates apply to all public works contracts as set forth in California Labor Code, including but not limited to, Sections 1720,1720.2, 1720.3, 1720.4, and 1771. Consultant is solely responsible to determine if State prevailing wage rates apply and, if applicable, pay such rates in accordance with all laws, ordinances, rules, and regulations. 24. MISCELLANEOUS PROVISION. A. Computation of Time Periods. If any date or time period provided for in this Agreement is or ends on a Saturday, Sunday or federal, state or legal holiday, then such date shall automatically be extended until 5:00 p.m. Pacific Time of the next day which is not a Saturday, Sunday or federal, state, or legal holiday. B. Counterparts. This Agreement may be executed in multiple counterparts, each of which shall be deemed an original, but all of which, together, shall constitute but one and the same instrument. C. Captions. Any captions to, or headings of, the sections or subsections of this Agreement are solely for the convenience of the parties hereto, are not a part of this Agreement, and shall not be used for the interpretation or determination of the validity of this Agreement or any provision hereof. D. No Obligations to Third Parties. Except as otherwise expressly provided herein, the execution and delivery of this Agreement shall not be deemed to confer any rights upon, or obligate any of the parties hereto, to any person or entity other than the parties hereto. E. Exhibits and Schedules. The Exhibits and Schedules attached hereto are hereby incorporated herein by this reference for all purposes. F. Amendment to this Agreement. The terms of this Agreement may not be modified or amended except by an instrument in writing executed by each of the parties hereto. G. Waiver. The waiver or failure to enforce any provision of this Agreement shall not operate as a waiver of any future breach of any such provision or any other provision hereof. H. Applicable Law. This Agreement shall be governed by and construed in accordance with the laws of the State of California. I. Audit. If this Agreement exceeds ten -thousand dollars ($10,000), the parties shall be subject to the examination and audit of the State Auditor for a period of three (3) years after final payment under the Agreement, per Government Code Section 8546.7. J. Entire Agreement, This Agreement supersedes any prior agreements, negotiations and communications, oral or written, and contains the entire agreement between the parties as to the subject matter hereof. No subsequent agreement, representation, or promise made by either party hereto, or by or to an employee, officer, agent or representative of any party hereto shall be of any effect unless it is in writing and executed by the party to be bound thereby. K. Successors and Assigns. This Agreement shall be binding upon and shall inure to the benefit of the successors and assigns of the parties hereto. L. Construction. The parties acknowledge and agree that (i) each party is of equal bargaining strength, (ii) each party has actively participated in the drafting, preparation and negotiation of this Agreement, (iii) each such party has consulted with or has had the opportunity to consult with its own, independent counsel and such other professional advisors as such party has deemed appropriate, relative to any and all matters contemplated under this Agreement, (iv) each party and such party's counsel and advisors have reviewed this Agreement, (v) each party has agreed to enter into this Agreement following such review and the rendering of such advice, and (vi) any rule or construction to the effect that ambiguities are to be resolved against the drafting party shall not apply in the interpretation of this Agreement, or any portions hereof, or any amendments hereto. 10 -10- City's Standard Agreement —2011 revision IN WITNESS WHEREOF, the parties hereto have executed this Agreement on the date and year first above written. CITY OF NATIONAL CITY By: Ron Mor rison, Mayor APPROVED AS TO FORM: Claudia G. Silva City Attorney STACK TRAFFIC CONSTJI..'iING, INC. Jason Stack, President Jason Stack, Secretary 11 -11- City's Standard Agreement —20I1 revision STACK TRAFFIC CONSULTING. INC. FF1C SUL.TING, ht. 141 Sanford rAseet Encinitas, CA 92024 TEL 714. 315-4640 FAX 619-342-8043 fason.staclastacktratfic,com WRITTEN CONSENT TO Ai,: iiON TAKEN WITHOUT MEETING BY BOARD OF DIRECTORS OF STACK TRAFFIC CONSULTING INORPORA'I'1�`IJ The undersigned, Jason Stack, being the sole director of Stack Traffic Consulting Incorporated, a California Corporation, acting Pursuant it) Section 307(b) of the California Corporations Code, does approve and adopt in his capabilities as sole director of this corporation, acting without a meeting, the following resolution. CORPORATE RESOLUTION RFSOLD: That Jason Stack, as an officer of Stack Traffic Consulting Incorporated, is hereby authorized and directed to solely execute any and all instruments on behalf of said corporation in his capacity as President. FILING OF WRITTEN CONSENT RESOLVED: That the Secretary be, and hereby is, instructed to file this written consent with the minutes of the proceedings of the Board of Directors. DAIED: '0Z Stack Corporate Resolution docx President Stack Traffic Consulting -12- ACCORD CERTIFICATE OF LIABILITY INSURANCE DATE THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy es} must be endorsed. If SUBROGATION IS WAIVE!), subject to the terMs and conditions of the policy, certain policies may require an endorsement A statement on this certificate does not confer rights to the certificate holder In Ileu of such endarsement(sL PRODUCER Np�; Jacqueline Byrne Meteen Insurance Brokers Inc. Exii: (707} 444-9292 f ; (?Mill-4529 ADORERS; J ackie@matsen. CORI 701 5th Street Suite 300 Eureka mum, CA 95501 STACK TRAFFIC CONSULTING, INC 2796 LONER AVE W STE 102 INSURERS) AFFORDING COVERAGE INSURERA ;NCO Insurance Company N tde NAIL Ir ,19100 INSURER B' a i0fW� Mutual fRsuRERciartford Insurance Company of 7478 rdeU, ER o :Lloyds of London INSURER E : 3787 CARLSBAD CA 92010-6636 NIS;riERF: COVERAGES CERTIFICATE NUMBEfR:CL144706390 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POUCIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD 'INDICATED. NOTIMTHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LA'AITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. SISR LIR TYPE OF IBSURANICE GENERAL LABIUM X COMMERCIAL GENERAL LIABILITY A I CLAIMS -MADE OCCUR B A GEN'L AGGREGATE LIMIT APPUES PER: A I POLICY El MOT 1-1 LOC AUTOMOBILE LWBIUTY X ANYAUTO — ALL OWNED SCHEDULED AUTOS — AUTOS HIRED AUTOS NON -OWNED AUTOS X UMBRELLA LAB EXCESS LLB OCCUR CLARIS-MADE DED1• RETENTION ADDL X BURR D WORKERS COMPENSATION AND EMPLOYERS' LABILITY ANY PROPRtETOR/PARTNERIExECUTNE OFFICERMEMBER BER EXCLUDED? (MnrnletoryLI Nil) If roe, describe under DdescribeSCRWION 'Jr OPERATIONS below Professional Liability /A POLICY RUMMER ACPBP07972544554 sOPBA7872544554 FPC103872544554 5731CD/2654 R8a'. 40019594A .IPOJICT BIM Y1 2/2/2014 2/2/2014 2/2/2014 /2/2015 2/2/2015 2/2/2015 EACH OCCURRENCE DAMAGE TO RENTED PREMISES fa occurrence) MED EXP {1' B one person} PERSONAL ADV INJURY s 2,000,000 s 300,000 5,000 $ 2,000,000 GENERAL AGGREGATE a 4,000,000 PRODUCTS -COMPIOPAGG COAL NNEE SINGLE LIMIT (Ea embed) BODILY INJURY (Per person) 4,000,000 II s 1,000,000 BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per accident} • mumT! POLICY DISCOUNT EACH OCCURRENCE AGGREGATE 7/14/2013 4/17/2014 7/14/2014 a/17/203.s X I TORY LIAMrl EL EACH ACCIDENT OTH- ER S a S $ '$ 1,000,000 1,000,000 s 1,000,000 EL DISEASE - EA EMPLOYEE $ 1, 000, 000 E.L DISEASE • POLICY LIMIT $ 1,000,000 umtper claInd apete $2, 000, 000 Deduct Mc perCleen $10,000 DESCRIPTION OF OPERATIONS/ LOCATIONS /VEIHICLES (Attach ACORD Let Additional Ranearie Schedule, I raw* rpm la required) The City of National City, its elected officials, officers, agents and employees are included as additional insureds per the attached form PB0448. Certificate holder included as additional insured on the auto policy which is primary and non-contributory per the attached form AC 20 41 01 10. Waiver of subrogation applies to the workers compensation policy per the Extended Broad Form WC990303 attached to this policy. CERTIFICATE HOLDER CANCELLATION City of National City c/o City Attorney's Office 1243 National City Blvd National City, CA 91950-4301 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE Glenn Matsen/EXM ACORD 25(2010/06) 0198E-2010 ACORD CORPORATION. All rights reserved. INS025 (201006}.01 The ACORD name and logo are registered marks of ACORD -13- BUSINESS AUTO AC20410110 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - PRIMARY AND NON-CONTRIBUTORY ENDORSEMENT This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM GARAGE COVERAGE FORM SCHEDULE Name of Person(s) or Organization(s): City of National City c/o City Attorney's Office 1243 National City Blvd National City, CA 91950-4301 (if no entry appears above, information required to complete this endorsement will be shown in the Declara- tions as applicable to the endorsement.) A. SECTION II — LIABILITY COVERAGE A.1. Who Is An Insured is amended to include as an additional insured for Liability Coverage, each person or organization shown in the Sche- dule, but only to the extent that person or organ- ization qualifies as an "insured'. Loss must arise out of ongoing operations performed for the Named Insured. B. SECTION IV — BUSINESS AUTO CONDITIONS The following paragraph is added to B.5. of Other Insurance: e. If required by a written contract or written agreement executed before the "accident" occurred, any insurance carried by the per- son or organization shown in the schedule shall be noncontributory with respect to the coverage provided to you. All terms and conditions of this policy apply unless modified by this endorsement. AC 20 41 01 10 Includes copyrighted material of Insurance Services Office, inc., Page 1 of 1 with its permission. -14- BUSIN ESSO11NERS PB 04970707 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US This endorsement modifies insurance provided under the following: PREMIER BUSINESSOWNERS COMMON POLICY CONDITIONS SCHEDULE Name Of Person Or Organization: City of National City c%o City Attorney's Office 1243 National City Blvd National City, CA 91950-4301 In condition K. TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US, under paragraph 2. Applicable to Businessowners Liability Coverage, the following paragraph is added: e waive any right of recovery we may have against the person or organization shown in the Schedule above because of payments we make for injury or damage arising out of your ongoing operations or 'your work" done under a contract with that person or organization and included in the "products -completed operations hazard" This waiver applies only to the person or organization shown in the Schedule above. AU terms and conditions of this policy apply unless modified by this endorsement. PB 04 97 07 07 Includes copyrighted material of Insurance Services Office, Inc., with its permission. C ISO Properties, Inc., 2004 Page l of -15- BUSINESSOWNERS PB04480411 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - DESIGNATED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: PREMIER BUSINESSOWNERS LIABILITY COVERAGE FORM The following is added to Section II. WHO IS AN INSURED: Any person or organization shown in the Schedule of this endorsement is also an insured, but only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by your acts or omissions or the acts or omissions of those acting on your behalf in the performance of your ongoing operations or in connection with your premises owned by or rented to you, subject to the following additional exclusion: This insurance, including any duty we have to defend "suits", does not apply to: a. "Bodily injury" or "property damage" that arises out of, in whole or in part, or is a result of, in whole or in part, the active negligence of the additional insured shown in the Schedule of this endorsement. b. "Personal and advertising injury" that arises out of any independent "personal and advertising injury" offense committed by the additional insured shown in the Schedule of this endorsement. All terms and conditions of this policy apply unless modified by this endorsement. Name Of Person Or Organization: PB04480411 SCHEDULE City of National City c/o City Attorney's Office 1243 National City Blvd National City, CA 91950-4301 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 1 of 1 -16- THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ iT CAREFULLY. WORKERS' COMPENSATION BROAD FORM ENDORSEMENT EXTENDED OPTIONS Policy Number: 57 WEC DI2664 Endorsement Number: Effective Date: 07/14/13 Effective hour is the same as stated on the information Page of the policy. Named Insured and Address: STACK TRAFFIC CONSULTING, INC. 141 SANFORD ST ENCINITAS, CA 92024 Section t of this endorsement expands coverage provided under WC 00 00 00. Section II of this endorsement provides additional coverage usually only provided by endorsement. Section III of this endorsement is a Schedule of Covered States. You may use the index to locate these coverage features quickly: INDEX SUBJECT PAGE SECTION I PARTS ONE and TWO 01 We Will Also Pay PART -THREE 02 How This Insurance Works PART - SIX 03 Transfer of Your Rights and Duties 04 Liberalization SECTION II VOLUNTARY COMPENSATION INSURANCE' 05 Voluntary Compensation Insurance A. How This insurance Applies B. We Will Pay C. Exclusions D. Before We Pay E. Recovery From Others F. Employers' Liability Insurance EMPLOYERS' LIABILITY STOP GAP ENDORSEMENT 06 Employers' Liability Stop Gap Coverage A. Stop Gap Coverage Limited to Montana, North Dakota, Ohio, Washington, West Virginia and Wyoming Form WC 99 03 03 B Printed in U.S.A. (Ed. 8/00) Process Date: 05/25/13 2 2 2 2 2 2 2 2 2 2 2 2 3 3 3 3 3 3 3 3 SUBJECT B. Part One Does Not Apply C. Application of Coverage D. Additional Exclusions E. West Virginia EXTENDED OPTIONS 01 Employers' Liability insurance 02 Unintentional Failure to Disclose Hazards 03 Waiver of Our Right to Recover from Others 04 Foreign Voluntary Compensation A. How This Reimbursement Applies B. We Will Reimburse C. Exclusions D. Before We Pay E. Recovery From Others F. Reimbursement For Actual Loss Sustained G. Repatriation H. Endemic Disease 05 Longshore and Harbor Workers' Compensation Act Coverage Endorsement SECTION III 01 Schedule of Covered States PAGE Page 'I of 6 Policy Expiration Date: 07/14/14 3 3 3 3 4 4 4 4 4 4 4 4 5 5 5 5 5 5 6 6 0 2000, The Hartford -17- SECTION I PARTS ONE and TWO 1. WE WILL ALSO PAY D. We Will Also Pay of Part One (WORKERS' COMPENSATION INSURANCE); and E. We Will Also Pay of Part Two (EMPLOYERS' LIABILITY INSURANCE) is replaced by the following: We Will Also Pay We will also pay these costs, in addition to other amounts payable under this insurance, as part of any claim, proceeding, or suit we defend: 1. reasonable expenses incurred at our request, INCLUDING loss of earnings; 2. premiums for bonds to release attachments and for appeal bonds in bond amounts up to the limit of our liability under this insurance; 3. litigation costs taxed against you; 4. interest on a judgment as required by law until we offer the amount due under this law; and 5. expenses we incur. PART THREE 2. How This Insurance Applies Paragraph 4. of A. How This Insurance Applies of Part 3 (Other States Insurance) is replaced by the following: 4. if you have work on the effective date of this policy in any state not listed in Item 3.A. of the Information Page, coverage will not be afforded for that state unless we are notified within sixty days. PART SIX 3. Transfer Of Your Rights and Duties C. Transfer Of Your Rights and Duties of Part 6 (Conditions) is replaced by the following: Your rights or duties under this policy may not be transferred without our written consent. If you die and we receive notice within sixty days after your death, we will cover your legal representative as insured. 4. Liberalization If we adopt a change in this form that would broaden the coverage of this form without extra charge, the broader coverage will apply to this policy. It will apply when the change becomes effective in your state. SECTION II VOLUNTARY COMPENSATION AND EMPLOYERS' LIABILITY COVERAGE 5. Voluntary Compensation Insurance A. How This Insurance Applies This insurance applies to bodily injury by accident or bodily injury by disease. Bodily injury includes resulting death. 1. The bodily injury must be sustained by any officer or employee not subject to the workers' compensation law of any state shown in Item 3.A. of the Information Page. 2. The bodily injury must arise out of and in the course of employment or incidental to work in a state shown in Item 3.A. of the Information Page. 3. The bodily injury must occur in the United States of America, its territories or possessions, or Canada, and may occur elsewhere if the employee is a United States or Canadian citizen, or otherwise legal resident, and legally employed, in the United States or Canada and temporarily away from those places. 4. Bodily injury by accident must occur during the policy period. 5. Bodily injury by disease must be caused or aggravated by the conditions of the Form WC 99 03 03 B Printed in U.S.A. (Ed. 8100) Page 2 of 6 -18- officer's or employee's employment. The officer's or employee's last day of last exposure to the conditions causing or aggravating such bodily injury by disease must occur during the policy period. S. a Will Pay We will pay an amount equal to the benefits that would be required of you as if you and your employees were subject to the workers' compensation law of any state shown in Item 3.A. of the Information Page. We will pay those amounts to the persons who would be entitled to them under the law. C. Exclusion This insurance does not covet 1, any obligation imposed by workers' compensation or occupational disease law or any similar law. 2. bodily injury intentionally caused or aggravated by you. 3. officers or employees who have elected not to be subject to the state workers' compensation law. 4. partners or sole proprietors not covered under the Standard Sole Proprietors, Partners, Officers and Others Coverage Endorsement. D, Before We Pay Before we pay benefits to the persons entitled to them, they must: 1. Release you and us, in writing, of all responsibility for the injury or death. 2, Transfer to us their right to recover from others who may be responsible for the injury or death. 3. Cooperate with us and do everything necessary to enable us to enforce the right to recover from others. If the persons entitled to the benefits of this insurance fail to do those things, our duty to pay ends at once. If they claim damages from you or from us for the injury or death, our duty to pay ends at once. E. Recovery From Others If we make a recovery from others, we will keep an amount equal to our expenses of recovery and the benefits we paid, We will pay the balance to the persons entitled to it. If the persons entitled to the benefits of this insurance make a recovery from others, they must reimburse us for the benefits we paid them. F. Employers' Liability Insurance Part Two (Employers' Liability Insurance) applies to bodily injury covered by this endorsement as though the State of Employment was shown in Item 3.A. of the Information Page. This provision 5. does not apply in New Jersey or Wisconsin. EMPLOYERS' LIABILITY STOP GAP COVERAGE 6. Employers' Liability Stop Gap Coverage A. This coverage only applies in Montana, North Dakota, Ohio, Washington, West Virginia and Wyoming. '=. Part One (Workers' Compensation Insurance) does not apply to work in states shown in Paragraph A above. C. Part Two (Employers' Liability Insurance) applies in the states, shown in Paragraph A., as though they were shown in Item 3.A. of the Information Page. D. Part Two, Section C. Exclusions is changed by adding these exclusions. This insurance does not cover, 5. bodily injury intentionally caused or aggravated by you or in Ohio bodily injury resulting from an act which is determined by an Ohio court of law to have been committed by you with the belief than an injury is substantially certain to occur. However, the cost of defending such claims or suits in Ohio is covered. 13. bodily injury sustained by any member of the flying crew of any aircraft. 14. any Maim for bodily injury with respect to which you are deprived of any defense or defenses or are otherwise subject to penalty because of default in premium under the provisions of the workers' compensation law or laws of a state shown in Paragraph A. E. This insurance applies to damages for which you are ilabie under West Virginia Code Annot. S 23-4-2. Form WC 99 03 03 B Printed in U.S.A. (Ed. B/DO) Page 3 of 6 -19- EXTENDED OPTIONS 1. Employers' Liability Insurance Item 3.B. of the Information Page is replaced by the following: B. Employers' Liability Insurance: 1. Part Two of the policy applies to work in each state listed in Item 3.A. The Limits of Liability under Part Two are the higher of: Bodily Injury by Accident Bodily Injury by Disease Sodiiy Injury by Disease OR $500,000 Each Accident $500,000 Policy Limit $500,000 Each Employee 2, The amount shown in the Information Page. This provision 1 of EXTENDED OPTIONS does not apply in New York because the Limits Of Our Liability are unlimited. in this provision the limits are changed from $500,000 to $1,000,000 in California. 2. Unintentional Failure to Disclose Hazards If you unintentionally should fail to disclose all existing hazards at the inception date of your policy, we shall not deny coverage under this policy because of such failure. 3. Waiver of Our Right To Recover From Others A. We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against any person or organization for whom you perform work under a written contract that requires you to obtain this agreement from us. This agreement shall not operate directly or indirectly to benefit anyone not named in the agreement. B. This provision 3. does not apply in the states of Pennsylvania and Utah. 4. Foreign Voluntary Compensation and Employers' Liability Reimbursement A. How This Reimbursement Applies This reimbursement provision applies to bodily injury by accident or bodily injury by disease. Bodily injury includes resulting death. 1. The bodily injury must be sustained by an officer or employee. 2. The bodily injury must occur in the course of employment necessary or incidental to work in a country not listed in Exclusion C.1. of this provision. 3. Bodily injury by accident must occur during the policy period. 4. Bodily injury by disease must be caused or aggravated by the conditions of your employment. The officer or employee's last exposure to those conditions of your employment must occur during the policy period. B. We Will Reimburse We will reimburse you for all amounts paid by you whether such amounts are: 1. voluntary payments for the benefits that would be required of you if you and your officers or employees were subject to any workers' compensation law of the state of hire of the individual employee. 2. sums to which Part Two (Employers' Liability Insurance) would apply if the Country of Employment were shown in Item 3.A. of the Information Page. C. Exclusions This insurance does not cover: 1. any occurrences in the United States, Canada, and any country or jurisdiction which is the subject of trade or economic sanctions imposed by the laws or regulations of the United States of America in effect as of the inception date of this policy. 2. any obligation imposed by a workers' compensation or occupational disease law, or similar law. 3. bodily injury intentionally caused or aggravated by you. Form WC 99 03 03 B Printed in U.S.A. (Ed. 8/00) Page 4 of 6 -20- 4. liability for any consequence, whether direct or indirect, of war, invasion, act of Foreign enemy, hostilities (whether war be declared or not), civil war, rebellion, revolution, insurrection or military or usurped power. No endorsement now nr subsequently attached to this policy shall be construed as overriding or waiving this limitation unless specific reference is made thereto. D. Before o Pay Before we reimburse you for the benefits to the persons entitled to them, you must have them: 1. release you and us, in writing, of all responsibility for the injury or death, 2. transfer to us their right to recover from others who may be responsible for their injury or death, 3. cooperate with us and do everything necessary to enable us to enforce the right to recover from others. If the persons entitled to the benefits paid fail to do these things, our duty to reimburse ends at once. If they claim damages from us for the injury or death, our duty to reimburse ends at once. E. Recovery From Others If we make a recovery from others, we will keep an amount equal to our expenses of recovery and the benefits we reimbursed. We will pay the balance to the persons entitled to it. If persons entitled to the benefits make a recovery from others, they must repay us for the amounts that we have reimbursed you. F. Reimbursement for Actual Loss Sustained This endorsement provides only for reimbursement for the loss you actually sustain. In order for you to recover loss or expenses under this reimbursement you must: 1. actually sustain and pay the loss or expense in money after trial, or 2. secure our consent tor the payment of the loss or expense. G. Repatriation Our reimbursement includes the additional expenses of repatriation to the United States of America necessarily incurred as a direct result of bodily injury. Our reimbursement shall be limited as follows: 1, to the amount by which such expenses exceed the normal cost of returning the officer or employee if in good health, or 2. in the event of death, to the amount by which such expenses exceed the normal cost of returning the officer or employee if alive and in good health. In no event shall our reimbursement exceed the bodily injury by accident limit shown in Item 3.B. of the Information Page as respects any one such officer or employee whether dead or alive. H. Endemic Disease The word "disease includes any endemic th ease, . The coverage applies as if endemic diseases were included in the provisions of the workers' compensation law. 5. Longshore and Harbor Workers' Compensation Act Coverage General Section C. Workers' Compensation Law is replaced by the following: C. Workers' Compensation Law Workers' Compensation Law means the workers or workers' compensation law and cocupational disease Jaw of each state or territory named in Item 3.A. of the Information Page and the Longshore and Harbor Workers' Compensation Act (33 USC Sections 901- D50). It includes any amendments to those laws that are in effect during the policy period. It does not include any other federalworkers or workers' compensation iaw, other federal occupational disease law or the provisions of any law that provide nonoccupational disability benefits. Part Two (Employers' Liability insurance), C. Exclusions, exclusion B, does not apply to work subject to the L.ongshore and Harbor Workers' Compensation Act. This coverage does not apply to work subject to the Defense Base Act, the Outer Continental Shelf Lands Act, or the Nonappropriated Fund Instrumentalities Act. Form WC 99 03 03 B Printed in U.S.A. (Ed. BI00) Page 5 of 6 -21- SECTION III 1. SCHEDULE OF COVERED STATES A. This endorsement only applies in the states listed in this Schedule of Covered States. C. Schedule of Covered States: CA Countersigned by B. if a state, shown in item 3.A. of the Information Page, approves this endorsement after the effective date of this policy, this endorsement will apply to this policy. The coverage will apply in the new state on the effective date of the state approval. Authorized Representative Form WC 99 03 03 B Printed in U.S.A. (Ed. 8/DO) Page 6 of 6 -22- February 24, 2014 City of National City Engineering and Public Works Department Attention: Stephen Manganie!lo 1243 National City Boulevard National City, CA 91950 Subject: Statement of Qualifications for On -Call Project Support Services for National City's Improvement Program Dear Mr. Manganiello, Stack Traffic Consulting, Inc. (Stack) is pleased to submit these Qualifications for the On -Call Project Support Services for National City's Capital Improvement Program. Stack is a leader in the Traffic Engineering and ITS field and is one of the larger discipline specific Traffic Engineering firms in San Diego County. We have grown our practice through a strong reputation for innovation, quality, and work ethic. The consultant for this project must have extensive experience and knowledge on a broad range of Traffic Engineering and technical services, as well as general services related to civil engineering and project management. Stack is highly qualified to provide these services and brings a unique advantage to the City, with a proven track record of successfully accomplishing all elements of the Scope of Work on many important projects in National City and around the County over the past several years. Stack continues to be committed to providing excellent on -call consultant services to National City and submits these qualifications as a prime consultant on ail disciplines and general services tasks outlined in the RFQ except for the Sewer System Management discipline. For this SOQ, we are a prime consultant and have teamed with firms from around San Diego County who are considered technical experts and leaders in their respective fields. The following firms have been added to the Stack Team: ✓ Dudek ✓ Ferguson Pape Baldwin Architects ✓ MA Engineering ✓ Moffat and Nichol ✓ National Data & Surveying Services ' Ninyo and Moore ✓ NV5 ✓ Sampo Engineering 1 Schmidt Design Group Stack and National City have a strong working relationship; Stack currently serves as National City's on call consultant for Engineering and Inspection Services for Citywide Traffic Signal Upgrades. Stack staff has unique and in-depth insight into the City's infrastructure and policies and procedures for the Capital Improvement Program. We are eager to demonstrate our ability to continue to provide the City high quality, timely services related to any City project, and stand -ready to respond to City needs on an immediate basis. Over the past seven years, Stack has successfully performed a multitude of tasks that has helped the City in designing, developing, and constructing its roadway and traffic signal infrastructure system. Importantly, Stack has played a key role in the pursuit of Federal Grants for the City; working hand -in -hand with City Staff to produce many successful grant applications. Stack is excited to offer our experience and insight to assist the City in improving its' community. The City's Strategic Plan establishes 5 care objectives to sustaining and building a vibrant and prosperous community. The objectives are: Provide Quality Service, Achieve Fiscal Sustainability, Improve Quality of Life, Enhance Housing and Community Assets, and Promote a Healthy Community. Our objective is to assist and enable City staff in their effort to accomplish these objectives for the -23- community. We take pride in the community we serve and seek to perform work beyond expectations, which the City has come to expect from Stack and the community deserves. Stack fully understands that the RFQ's purpose is to provide the City with the best qualified engineering firms to be placed on a short list to perform the various disciplines and services in the Scope of Work. Not only is Stack a premier Traffic Engineering consulting firm with a specialty in planning, designing, and implementing high tech Traffic and ITS systems, we have the ability to manage a variety of projects through the dedicated staff on hand. One of our core principles is our managers are working managers and stay connected to work on every level in order to sustain our exceeding service and provide innovative solutions and state-of-the-art practice. I will be the Principal Manager for this project and Nick Minicilli will by the Project Manager. Mr. IVlinicilii and I will be closely involved in all of the technical, managerial, and administrative work. Key project staff members and our subconsultants will perform various tasks under my direction. Stack is committed to getting the job done and making project personnel available when you need them. This Statement of Qualifications details our experience and achievement in performing the exact scope of work in National City and throughout San Diego County. We are a proven quantity in National City and have a strong history of working together to achieve projects. This has prompted the City to assign tasks of increasing responsibility on critical path projects, and Stack has met all challenges with success. Our staff are recognized experts and have specialized skillsets that create a powerful practice in Traffic Engineering. We have detailed our significant experience, innovative technical and managerial approach, and accounting systems that will serve the exact needs of the City's Capital Improvement Program. I am available to discuss this qualifications statement with you should you have any questions about the information provided. You may reach me at (760) 602-4290 or (714) 315-4640, We look forward to the opportunity to work with the City of National City on these important projects. Sincerely, Jason Stack President - Stack Traffic Consulting, Inc. -24- 2.0 Contact information Legal Name and Address: Stack Traffic Consulting, Inc. 2796 Loker Avenue W, Suite 102 Carlsbad, CA 92010 Legal Form of Company: California Corporation Address of Office Working on the Project: Stack Traffic Consulting, Inc. 2796 Loker Avenue W, Suite 102 Carlsbad, CA 92010 Proposal Contact: Name: Jason Stack Title: President Address: Stack Traffic Consulting, Inc. 2796 Laker Avenue W, Suite #102 Carlsbad, CA 92010 Email: jason.stack@stacktraffic.com Tel: 760-602-4290 Stack Traffic Consulting • California Corporation and Small Business Enterprise (SBE) • Founded: January .2007 • Number of Years in San Diego County: 7 • Number of Employees: 8 • Owned and Operated in San Diego SOQ for On -Call Project Support Services for National Clty's Capital Improvement Program -25- 3.0 Team Organization and Key Personnel 3.1 Organization Chart The Organizational Chart illustrating the Stack Team, each individual's area of responsibility, and chain of command is shown on the following page. Stack Traffic Consulting is the prime consultant. Stack offers the continuity the City requires with Jason Stack as Principal Manager and Nick Minicilli as Project Manager. This management structure is important as Mr. Minicilli will be the primary interface with City staff and will have the day to day insight into progress and needs. Mr. Jason Stack will serve as Principal Manager and will ensure that the proper staffing is allocated for the various tasks and budgets and schedules are in -line. Mr. Minicilli will manage all aspects of any future project assignments as well as manage the efforts by our subconsultants. Mr. Lemberg will be a Task Manager focusing on installing, troubleshooting, and managing traffic signals assignments. Mr. Mizuta will be a Task Manager focusing on traffic engineering and transportation planning assignments. Mr. Michael Plotnik and Ms. Yesenia Fabian will perform the design drafting efforts for the projects while Mr. Richard Foran will provide engineering design and field verification on complex projects. The Stack Team is well equipped to handle any type of project. Staff is cross -trained amongst the proposed traffic disciplines and this affords the City competent staff who can handle any task at a moment's notice. SOQ for On -Cali Project Support Services for National City's Capital Improvement Program -26- iiesPMarkf,S 'C) +Pkmmlanll Doaapi • • Nick Mtliidih,PE. lB4OW . PRANikksilk, PE 'Mine At rinielPoma,IMBAdi OTC) PhdRim PE S) ' Plash,mi,Rtyewy r11 do t eilti lh, PR, It QM) Adel tmbej, 1MSAA(TC) e CeNgiaeeNfillv.Rlrvinn IRdeMitiv lb PBAtidmtabv l7taty ig�0i(Dtfb)IRM) 1ftfl $ tp. PE MS) • a trogfmrl.7lnCiiht.itd tmgrOs RAPOtel • AdMmLwo6?rg,m MORO. .tieaR?iailblai tbUtij •tea MekAden, PP,T (>YYty I %II , 01 1+s1:1+I bltl ,ta I'1'IJa.I('RWMd'� MakMhdaillf, PE, 78 ism M. owMonate tST) 01)11 1.1110 Setvlcei llonio, PAUdt Senlab' tilVattAIW Mwrr Ethan. PE TE an) !i4-rP Lunirmr, thi4l. ®a!rPc 74fs 'F Mink. SE tl l xi:l.d l4+am ISM RfrxN iaaei MMus. PE (NVS) + ADA:tmtlhmregel Matti •Bawsiet nmMrc • 4EtirDaddpamad Caedies7en (TmAt4aiiakl6A tadetgtagitding and downier* EMEDIALMEmsadsamt alms' Aiyoi, PB (NVS) nadlajanfilas Marla .an PE(NV!). Et:111 d0.AI. i111e111miti lai. idlchaal ALahh PT- !JIB AP 17.LAQI I'tia K1in.2E t57)11 1'.Wpp 5Aa.e,;FPE Al V.hcs enrpe PLT 1. 5rkkh,11. 11wlaffTlkS'£113E tfl1611n9 Libc s:hm1ii11ATLA I:•]Ffll to lhtd MIMI Matta! Alarm, PE, (MAE) q lladl,PE,I1B AP klUbtirePltnobbk Rix/Weer iMV)d'PioJt LEl AP(MAR) a 1-Ihr etr_ PE OM! Mich d I1111t+tnl) 1)1111 tYCrK AWE' crook. 2YIYw`TIiAI la.�glW laWt Pew Sabaellt, PB, gg (3,4,0l) Any16nySana'016.PE 1:PaN) M MtltH1le�liE„ E (MAN) etztlexAL nbasu iie,ya. Rkil1Pmna OTC) Acam1,1.IpbieBMA g. Mirduel P)aatft{ 8Pf' (Slq. . Lu L, • , Nlct MlaiwllL PP, TE(STt) •iiignalConmiuntaaiansbad Syron idepattren *Ws Coilhollint PlntlralzprAilmibbriEn ed MmDMladt,PE MR (S1.1C) AshurLeIMrg.IMSA B (Sit) Miami Pim& ECT OM) Naiad'Pem1a(8tC) Aavm r$es1 Mpg) Ph1BpPops SARA (PPSA) cdotorrot Om) Amm lMont,t rOM su,c„ (PPDA) kklatttlkkilklits And Shd14n Gi2LSchallth3, FASLA MG) TAW Plalthin Ma Design 'iai*Rts.',F O.AP antti '(4 1;111 1111-, 11!", n,1111 .f',I'1'r•1.1 11•'11 • 11•I I formal not ' grr: pw. t.m9t visa!, Romp., PE. KS (9AM) • PeHbrm Pull 3nneyan(k Pnioderfir m1 TAW rhstxgrtions kinsramixnal Garr o�rdlMU.d�s PatILRudolph, PE, GE (N&M • Molader Enlli rW.Mitm4it 7befrg Pis tlisoip' 4 Ziliscigiglit •k1 y PB, CROW) IIPIVOCIPAOSWPAI (lllilsi.lP`i,� 'r i~ Michel Meth, pia (DUb) Engineering:* PYmifigComp}1 ELe tlh ChedeiC:tlyPB.LDA',Q:Eb (tim) 1112mlititiM.BiE . /Ma PA*4 PR (DUD) • Amapa & 49•1 Jceh( p)tlb) NicalePeragt,PE, PQ CARA ForiTri t ri billule®' "11 palip Adam t.tnth g, NSA din *.Bxlades.Cetiihed.Payrol( Adios Auk. tritl NldkMmiolllk'lQTE((cPC) Row Mtulie. mint utzbier Pz.QSU)y) •Naititiaction Wien 14eem LAW.%) pup) oiE t mtokow egAr Mntia Jakob, PE MOD) ❑thetaalienDilator. Pug Trig&G uD)' • Haan beiam%MCP (E&A) D4 1Inkilmheieel 3.2 Firm Profiles and Resumes 3.2.1 Stack Traffic Consulting Firm Overview Stack Traffic Consulting (Stack) is a full service Traffic Engineering firm specializing in the design, implementation, and operation of high-tech Intelligent Transportation Systems (ITS) and Traffic Engineering. and Control Applications. Stack has been in the responsible charge of wide ranging projects in the Traffic Engineering field from improvement studies for isolated intersections to projects involving system design and implementation of regional transportation systems. Stack places great emphasis on strong project management with open lines of communication and a "stand ready" work ethic for our clients. Stack is dedicated to quality services and provides exceeding work through comprehensive quality assurance and quality control. It is this dedication to clients and to projects combined with field expertise and technological know-how that allows Stack to excel in work, Stack is a California Corporation and Small Business Enterprise (SBE). Following is a list of services Stack provides: Traffic Engineering & Design Transportation Planning Traffic Impact Studies Traffic Signal Design Street Lighting Design Signing & Striping Design Work Site Traffic Control Design Stage Construction Design On -Call Services Communication Systems Traffic Operations Signal Timing System Design and Specifications System Operations and Integration System Program Management Railroad Preemption Applications ITS Technologies Construction Management Traffic Signal Control Logic System Master Planning 50Q for On -Call Project Support Services for National City's Capital Improvement Program -28- It"r 3.2.2 Stack Traffic Consulting Key Resumes JASON STACK * rs t AtriiiATIONS- It'rsOiute effronsportution Engineers:1M, Weather Irrtemationat Municipal signal Association OWN, Member ITS America (1TSA), Member American Pudic Works Association (APWA), Member YEARS WITH FIRM 7 (Carlsbad, CA) Principal Manager PROFESSIONAL EXPERIENCE Mr. Stack is the President of Stack Traffic Consulting and has over 15 years of specialized experience in the development, assembly and operation of Intelligent Transportation Systems, traffic signal systems and control technologies, and communication systems. Mr. Stack is the founder of Stack Traffic Consulting and has developed a strong reputation for project management and has managed various traffic related projects including: communication systems master planning, traffic signal timing and coordination; traffic impact studies and analysis, PS&E packages for new and modified traffic signals; signing/striping; street light ing; communications fadlities; and traffic control plans. Mr. Stack is an expert in traffic signal operations and has intimate knowledge of various traffic analysis programs, local intersection programs, and central traffic management systems. Mr. Stack has been at the ground level development and deployment of new controller and software releases and works closely with traffic signal software developers, gaining perspective of the operation from the programming side. This allows Mr. Stack to develop the most appropriate and effective signal operations whether free, coordinated, responsive, or adaptive operations. Mr. Stack has managed several large scale projects including: all traffic related work on the SPRINTER project in North County San Diego, design and implementation of Traffic Management Centers for multiple North County cities (El Cajon, Carlsbad, and Oceanside), a major roadway opening In San Marcos, and traffic operations on the San Diego Quiet Zone. SOQ for On -Calf Project Support Services for National City's Capital Improvement Program 9 _2g_ Civ . Califorola State:lUiersiil San'Luis °Imo,, 213Q5 CERTIFICATIONS Professional• €ngineerjCivil) Cal fornia, #74667 Professional Engineer (Traffic) California, #2647 AFFILIATIONS Institute of Transportation Engineers (ITE), Merrnber%Goif Chair NICK MINICILLI, PE, TE Project Manager PROFESSIONAL EXPERIENCE Mr. Minicilli will serve as a Project Manager has over 8 years of experience in development of plans, specifications, and the and estimates (PS&E) on numerous traffic engineering projects for various municipal clients and private developers. Mr. Minicilli has developed a strong reputation for project designs and project management for various traffic related projects including: traffic signal timing and coordination; traffic impact studies and analyses; PS&E packages YEARS WITH FIRM for traffic signal design; communications plans; signing/striping plans; 1 (Carlsbad, CA) street lighting plans; traffic control plans; stage construction and capital improvement designs involving ADA curb ramps, sidewalks, trails, roadway widening, curbs gutters, drainage facilities, and guardrails. Mr. Minicilli has a background in Traffic and Civil Engineering design. This diverse background provides Nick with skills needed to provide valuable insight to clients. He is able develop physical solutions to transportation issues and assess the feasibility of the solution from both a constructability standpoint and also from a traffic and public safety perspective. S ivi t ' y C -'~I ?a{; {cq vij Ca a, 7801. ProfessIo al Traffiic4perations Er, neer, #1762 AFFILIATIONS institute of Transportation Engineers ITE), Mernbeer/Post President Womens Transportation Seminar, Member/Past Director YEARS WITH FIRM 1 (Carlsbad, CA) Mr. Mizuta has developed a strong reputation for project designs and project management for various transportation -related projects. Mr. Mizuta has a proven track record and is well respected in the industry; he recently served as President for the ITE San Diego section. MARC MIZLITA, PE, PTOE Task Manager PROFESSIONAL EXPERIENCE Mr. Mizuta will serve as a Task Manager and has over 16 years of experience leading traffic engineering assessments, traffic operations studies, transportation planning, and traffic impact projects. He has successfully managed projects that required coordination between multi jurisdictional agencies and balanced the needs of transit, highway, and local roadway operators, while leading tasks that involved traffic operations analysis, alternative evaluations, feasibility assessments, cost -benefit analyses, identification of potential impacts, and development of mitigations and alternatives. SOR for On Call Project Support Services for National City's Capital improvement Program 10 -30- TalifFIFNATIONS WZone; y. itit#A4Vial1 Items Video Detection T nv%'ie.VideeDete n AFF1UATtONS IMSA Member TEARS WITH FIRM 1(Cartsbad, CA) ADAM LEMBERG Task Manager PROFESSIONAL EXPERIENCE Mr. Lemberg will serve as a Task Manager. He has over 16 years of experience installing, troubleshooting and maintaining Traffic Signals and- their communications networks and is considered an ITS and operations expert. Mr. Lemberg has developed a well -respected reputation working around the county supporting the hardware and software used in the region. Mr. Lemberg had worked for McCain for 14 years in which time he has installed many of the ATMS (Advance Traffic Management Systems) in San Diego County as well as the infrastructure needed for them to communicate to the Traffic Signal Network. Adam's background provided him with technical expertise needed to work for the City of Carlsbad where he was able to start a Traffic Signal program where there was none before. During his employment with Carlsbad, Adam was able to network over 130 Traffic Signals and 100 Video feeds back to the TMC in well under two years. Adam's experience in the public sector has been vital to understanding and responding to citizens and their concerns related to Traffic Signals. Mr. Lemberg has worked nationally helping municipalities with various tasks such as developing criteria for Level -of -Service, working with Synchro, configuring QuicNet and has a reputation for creating innovative solutions. r . ills-77317. B.5. Compufer -Sciente, San: Dieg State University, 2975 YEAt wrrH Rim I (Carlsbad, CA) RICHARD FORAN Project Engineer PROFESSIONAL EXPERIENCE Mr. Foran will serve as a Project Engineer for this contract. Mr. Foran possesses over 30 years of experience with the City of San Diego as a lead traffic signal technician and his responsibilities included: modifying, designing, and installing complicated traffic signal systems, communication systems, and ITS systems. Mr. Foran brings an unparalleled reputation for innovation and quality in the traffic signal communications field, Mr. Foran designed and installed the following systems: 170 systems (Field Master and Central Control Sy stems including Bi-Trans and U.T.C.S.), Copper SIC, I.S.D.N Modem systems, Fiber Optics, Ethernet/IP Systems, Micro -Wave Systems, Wireless Based Systems, Laser Based Interconnect Systems, and Video Surveillance Systems. Mr. Foran is qualified to test and certify Fiber and Copper, Fiber Optic Splicing and Termination, and Loss and Damage assessment including distance and location. SOQfor On -Call Project Support Services for National Cfty's Capital Improvement Program -31- .:., n1 neeitg,,_ " CaliforniaaState: un'tieiirty- Long Beach, 2010 - M:S. Civil Engineering, California State University- Long Beach, 2013 CERTIFICATIONS- . California E.I.T. 141858 AFFILIATIONS Institute of Transportation. Engineers {ITE), Member YEARS WITH FIRM 4 (Carlsbad, CA) MICHAEL PLOTNIK, FIT Project Engineer PROFESSIONAL EXPERIENCE Mr. Plotnik will serve as Project Engineer and has over 12 years of experience in Traffic and Civil Engineering. Mr. Plotnik has highly specialized experience in Intelligent Transportation Systems (ITS) and communication systems. He established a reputation as a project engineer through work on i projects that include: QuicNet System Troubleshooting & Maintenance; Traffic Network _- Design & Analysis; Plans, Specifications & Estimates (PS&E); CAD Drafting/Design; Field Verification; Signal Modifications; Signal Timing & Coordination Plans; SYNCHRO Modeling and Report Analysis. Mr. Plotnik's diverse background and experience in Traffic and Civil engineering afford him the ability to recommend the most feasible solutions to transportation issues for clients. He is able to envision a project from concept to design on through construction. Mr. Plotnik has the skills necessary to design, integrate, and maintain traffic signal network communications systems. He has numerous hands-on experiences and brings with him an unmatched level of expertise for traffic management systems. otorgssidwittOrPtittwa Owner of Small Acciountin firm 2004 -Current YEARS WITH FIRM 1 (Carlsbad, CA) MORNA STAG{ Financial & Accounting Controls Manager PROFESSIONAL EXPERIENCE Ms. Stack is CFO of Stack Traffic Consulting and will serve as the Financial and Accounting Controls Manager with over 21 years of related experience in the field. In her position, Ms. Stack is solely responsible for all accounting and financial functions to include: Accounts Payable, Accounts Receivable, Payroll and related Tax Returns, Bank Statement Reconciliations, General Ledger, Job Costing, Budget Reports, Compliance and Financial Reporting. As a business owner for a small accounting firm, Ms. Stack has exercised a unique level of expertise in the Accounting and Finance field. Rehearsed in numerous accounting software programs, affords Ms. Stack continued strength to interpret, apply and perform various accounting and financial duties, specific to client's needs and the vast arena of industry covered. Distinctive experience with government contracting and audits has provided a keen insight to Stack Traffic, relating to the accuracy, detail and full transparency required to satisfy local, state and federal regulations and authority. Ms. Stack is duly recognized for her ability to understand, perform and convey financial data and procedures cohesively - effecting long lasting relationships and successful business practice for Stack Traffic and other businesses simultaneously. SOiifor On -Call Project Support Services for National City's Capital Improvement Program 12 -32- 'lr ~e:_fvetsfty- Sari TA . . baleoteti.Graduation Date May 2014 AFFILIATIONS Society of Hispanic Engineers •(Sf4PE), Member YEARS WITH FIRM 1(Ca►lsbad, CA) BI-1Ingual (Spanish) YESENIA FABIAN Engineering Intern PROFESSIONAL EXPERIENCE Ms. Fabian wiii serve as an Engineering intern, Ms, Fabian will perform entry level engineering work in the design and documentation of Transportation projects. Ms. Fabian has demonstrated her working knowledge in a variety of duties to include: data collection, basic analysis, preparation reports, interpretation of engineering plans and specifications, function and use with various software programs, and field Investigations as directed. Ms. Fabian has the ability to learn, interpret, work independently, and apply rules and regulations with respect to particular assignments. She easily recognizes scope and authority, applies instruction arid effectively communicates data into working documents. She routinely performs computer aided drafting (AutoCad), utilizes GIS software, maintains index and database of scanned improvement plans, and periodically conducts traffic counts and surveys. SOQ for on -Call Project Support Services for National City's Capital Improvement Program 13 -33- 3.2.3 Sub -Consultant Firm Overview Stack has assembled a Project Team who all have experience in National City and in San Diego County and considered leaders in their respective fields. Our project team is highly capable of taking on any task assigned to us and will exceed the City's expectations. All of our subconsultants are located in San Diego County and within an hour's drive of National City. The following pages include a brief description of each subconsultant and also include a short bio of their key staff, Dudek is an employee -owned, privately held firm, established in San Diego County in 1980. Their services are tailored to local public agencies that plan, design, construct, and manage public infrastructure, such as the City of National City (City). Dudek is a diversified, multi -discipline firm with professionals in biology, habitat restoration, environmental planning, regulatory compliance, urban forestry, hazardous materials remediation, civil engineering, hydrogeology, and construction management. Founded as a two -person wastewater engineering firm, Dudek has grown to be one of the largest California -headquartered environmental firms with more than 300 employees working in nine offices throughout the state. Dudek is an employee -owned company with 33 consecutive years of profitability and no debt. The firm is headquartered in Encinitas, California with over 200 employees working in San Diego County, Michael Metts, PE is a Principal and Engineering Services Manager and has worked as a professional engineer throughout the southwestern United States for the past 31 years, 20 of them in Southern California. His engineering responsibilities include project engineering and management, consisting of systems analysis, computer modeling, planning, and design of water, wastewater, and reclaimed water facilities. Mr. Metts' project experience encompasses the evaluation and expansion of existing facilities as well as the design of new facilities. Jason Linsdau is a Construction Manager and has more than 12 years' supervision and leadership experience in engineering and construction. As a construction manager/resident engineer, he manages construction projects ranging between $1.5 million and $25 million. His responsibilities include project management, contract administration, cost control, scheduling, constructability reviews, field engineering, project coordination, claims management, and estimating. Mr. Linsdau has worked on a variety of projects for public agencies and municipalities, including parks, fire stations, administration buildings, reservoirs, pipelines, pump stations, treatment plants, golf courses, dams, roads, and drainage projects. George Litzinger is a principal in construction management and has more than 28 years' experience, leadership, and supervision in engineering and construction. As project director, he supervises the construction management division and is responsible for all of Dudek's construction projects and programs ranging between $50 million and $100 million. Mr. Litzinger has managed a variety of projects for the private and public sectors including water treatment plants, reservoirs, pipelines, parks, small dams, subdivisions, streets and roads, drainage projects, sewage treatment plants and fire stations. SDQ for On -Call Project Support Services for National City's Capital improvement Program 14 -34- . _B Ferguson Pape Baldwin Architects {FPBA) is an architectural, interior design and planning firm engaged in a broad practice serving our corporate, governmental and institutional clients with passionate design and phenomenal service. With a talented 30-person staff, FPBA assures National City that we have the capability and capacity to support any project type, size and schedule. FPBA will commit the following team members to provide on -call project support services for the CIP. These individuals will be in charge of approving submittals and coordinating with the City, State and other affected agencies. FBPA will assign additional architectural staff to this team as required based on the specific project type(s) and staffing needs. Each team morn berwill be committed to their project roles from the kick-off meeting through final completion. Philip Pape will be the Principal -in -Charge and will oversee the design team's efforts on all capital improvement projects. He will be the primary point -of -contact for schedule, budget and management issues and will have daily involvement in each project. Mr. Pape's responsibilities will include administering design contract issues, arranging 'appropriate staffing, implementing FPBA's project management system, and ensuring client satisfaction. Mr. Pape has extensive experience working on civic and municipal projects and will lead all visioning, master planning, site design and building design activities. Mr. Pape has successfully completed many award winning facilities throughout San Diego County and looks forward to helping National City define their goals and see them realized. Craig Horwat and Amanda Schultz will be the Senior Project Architects and will be dedicated to specific projects based on their expertise. Assigning two staff members to this role will allow us to support multiple concurrent projects and ensure that qualified staff will always be available. Mr. Horwat and Ms. Schultz will be the primary points -of -contact for design and technical issues and will coordinate the architectural and sub -consultant work. They will lead all programming and design meetings, develop design and construction documents, oversee the regulatory process, ensure compliance with FPBA's QA/QC Process, and lead the design team's construction administration services. Both Mr. Horwat and Ms. Schultz combine exemplary design skills with an extensive knowledge of construction and a talent for creative problem solving. Ann Shelton will be the Senior interior Designer responsible for space planning, finishes and furnishings. Ms. Shelton will carry out the production of the architectural documentation, lead the BIM coordination effort with sub -consultants, and assist Mr. Horwat and Ms. Schultz with design and construction administration tasks. Ms. Shelton has a passion for creating spaces that not only accommodate their functional requirements, but also provide a dynamic atmosphere that inspires people to excel and thrive. forms Katz & Associates, Inc. is a full -service communication firm specializing in public outreach programs for community and environmental planning, public works projects, and resource management With headquarters in San Diego and offices in Sacramento, San Francisco, and Los Angeles, Katz & Associates offers a diverse team of communication professionals with expertise in all of communications, including public participation, community relations, environmental communication, risk communication, stakeholder research and analysis, facilitation, citizen advisory committees, consensus building, media relations, public information and education, coalition management, and website maintenance and support. SOQ for On -Call Project Support Services for National City's Capital Improvement Program 15 -35- A certified small and woman -owned business enterprise, Katz & Associates works for a diversity of government clients at a diversity of scales, from federal agencies and the military to state agencies, regional governments and districts, and cities and small towns. Each of the firm's skilled professionals is committed to ensuring our clients consistently receive the highest -quality, most reliable and resourceful service. Joan Isaacson, AICP, has 20+ years experience in community engagement, stakeholder facilitation, and urban and environmental planning. At the core of her work is a commitment to formulating the best facilitation and engagement strategy to ensure successful, viable project outcomes. She brings proven skills in public participation strategy, consensus building, advisory group facilitation, community education and media outreach, to implement effective public processes for complex projects involving land use, transportation, economic development, open space, and environmental justice. Ms. Isaacson's project portfolio includes general and community plans, multi -modal transportation and transit studies, public works initiatives, redevelopment, CEQA/NEPA review, climate action plans, utility rates, open space and recreation plans, and construction management. In addition to her considerable experience working with local governments and special districts, she also has designed and implemented public and stakeholder participation programs at the regional, statewide and national levels. Natalia Clark Hentschel is a public participation specialist with expertise engaging Latino and ethnic communities in development and planning projects in the non-profit, public, and private sectors. She is dedicated to meaningful public engagement in pursuit of project outcomes that positively impact communities. Ms. Hentschel is well -versed in a variety of public outreach and engagement strategies utilized to ensure the participation of a true cross-section of stakeholders for transportation, open space, public works, housing, and healthy communities planning projects. Applied strategies have included public workshops, focus groups, community forums, surveys, educational campaigns, photovoice and a variety of print media materials. Due to her Spanish language ability and cultural affinity, Ms. Hentschel has proven key to the success of engagement programs with bilingual and Spanish monolingual populations throughout Southern California. MA Engineers is a full -service mechanical engineering firm providing professional consulting services for universities, K-12 education, healthcare, laboratory, civic, government, entertainment, military and office facilities of all types. Their focus has always been to deliver innovative, sustainable, energy -saving design solutions —the type of systems that s',stand up to the daily rigors of use. Ultimately, their systems are designed to last, to run rottuzwiim-1 efficiently and to save ownership money, Michael Akavan, PE, LEED AP is a Principal in Charge and has 29 years of experience designing mechanical systems for a variety of facilities in the public and private sectors, including his recent experience with the mechanical and plumbing design for National City's public library. His experience includes project management, energy conservation, load calculations, HVAC, plumbing and fire SOQ for On -Call Project Support Services for National City's Capital Improvement Program 16 -36- Fie`S , protection design, installation and operating cost reduction analysis, energy and feasibility studies, central cooling and heating plant optimization, thermal storage systems and construction observation. Roy Campbell, PE, LEED AP is a Principal Mechanical Engineer and is a registered Mechanical Engineer in the states or California and Arizona. He is a mechanical engineering graduate of Ca! Poly, San Luis Obispo and is an active member in the American Society of Heating, Refrigerating and Air Conditioning Engineers (ASHRAE), San Diego. He served as an ASHRAE San Diego Chapter President, Board of Governor member and as chair of the Technical, Energy and Government Affairs Committee. David Noji, LEED AP is a Principal Plumbing Engineer and has worked in mechanical and plumbing engineering consulting firms in Fresno and San Diego for the past 30 years. He has completed HVAC, plumbing and fire protection design services for a variety of facilities including hospitals, laboratories, skilled nursing facilities, and universities and has worked for the local and federal government as well as manufacturing and industrial markets. His broad experience includes deionized water systems, medical and laboratory gases to include oxygen, vacuum, compressed air, nitrogen, nitrous oxide, acid waste systems, Industrial water and domestic hot and cold water systems. His experience also includes both design and repair of HVAC systems, cooling towers, boiler plants and site utility distributions to include natural gas and compressed air. moffott & nichol Moffatt & Nichol is headquartered in Long Beach, California and provides multidisciplinary engineering services from concept planning through design and construction support for a diverse group of public, corporate and private sector clients. Moffatt & Nichol will provide structural on -call services to the City of National City from their San Diego office. The San Diego office has 40 staff primarily dedicated to structural engineering. They specialize in the following areas: • General Structural Engineering • Structural Inspection and Rehabilitation (I&R) • Bridge Engineering • Advance Structural Modeling They are adept at providing multiple small to large projects through their on -call contracts. The i&R group will be made available to respond to emergency needs of the City. Perry Schacht, PE, SE, is a Structural Lead and has more than 30 years of experience in civil, structural, and bridge engineering. He is currently serving as Project Manager for the San Diego Gas & Electric (SDG&E) Structural On -Call and the County of Sari Diego Bridge On -Call. in addition to his extensive bridge experience, he has experience with building and marine structures and is a licensed Structural Engineer in California. This breadth of experience gives Mr. Schacht a solid understanding of structural systems. Anthony Sanchez, PhD, PE is a Bridge Lead and has been continuously involved in bridge engineering since earning his bachelor's degree in 1991. For the past 20 years, he has worked as a structural engineering analyst, bridge construction inspector, designer, project engineer, and project manager on numerous bridge projects. These projects have included bridge widenings, replacements, seismic retrofits, new designs, and bridge maintenance and rehabilitation. SOQ for On -Call Project Support Services for National City's Capital Improvement Program 17 -37- Matthew Martinez, PE, SE is an Inspection & Rehabilitation Lead and has more than 30 years of experience in providing reports, special project documentation, design, construction documents, and construction period services for architectural and engineering projects for a variety of public, government, and private institutions. He has acted as project manager and/or- project structural engineer for the planning, design, analysis, and seismic retrofit of waterfront structures, buildings, and bridges. National Data and Surveying Services (NDS) was founded in 1989 and was established to deliver accurate and cost-effective solutions to our client's traffic / transit data collection needs, NDS has over 24 years of successful corporate Woad ,,,,acrorporoperations that have established us as the foremost, full service, traffic and transit data collection company on the west coast. NDS has an outstanding team of 60 professional full time employees, with 10 full time employees in San Diego that will ensure the successful coordination and completion of any project. NDS has the staff to conduct manual vehicle counts, observe traffic patterns, and visually inspect for traffic concerns. Aside from manual data collection, NOS collects precise traffic data using state-of-the-art technology, including the Wavetronix Smartsensor HD, video surveillance units, submeter Trimble GPS, and the VMS 300. NDS is the largest and most experience traffic data collection firm on the West Coast with local field crews in eight major cities in California. Il75 t&44tr' re Ninyo & Moore's corporate office has been located in San Diego since the sV°a*, company's inception in 1986. Ninyo & Moore has extensive experience throughout the City of National City and is fully knowledgeable of the various geotechnical conditions that can impact projects. Our technical staff have published scientific articles and publications on the age and seismicity of the Rose Canyon and La Nacion faults, liquefaction, landslide hazards, slope instability and other conditions present in the San Diego and Baja Mexico regions, Typical conditions that our firm has evaluated within the San Diego region include active and potentially faults, seismic hazards, landslides, unstable slopes, non-rippable rock materials, cemented soils and conglomerates, oversize materials, liquefiable soils, compressible soils, collapsible soils, expansive soils, groundwater seepage, and contaminated soil and groundwater. Our local project experience demonstrates our understanding of National City development requirements, procedures, and culture. Our project manager is located in the San Diego office and is accessible for information and consultation thought out project design and construction. Emil Rudolph, PE, GE, QSD/QSP is a Principal Engineer and manages the geotechnical aspects and material testing portions of construction projects; performs field evaluations of grading removals, keyways, and foundation excavations; and reviews concrete mix design submittals. His position also includes the coordination of geotechnical and forensic evaluations including the review of field exploratory data to interpret subsurface geologic conditions, the calculation of slope stability modeling and other geotechnical calculations, and the preparation of geotechnical reports and distress surveys of slopes, buildings, pavements, retaining wails, and other improvements, as well as expert witness testimony. SOQ for On -call Project Support Services for National City's capital Improvement Program 18 -38- T i lJL toe Kenneth Mansir, Jr., PE, GE is a Principal Engineer and coordinates and supervises all administrative and technical operations of the construction services division; serves as client liaison, develops scope of work for materials testing and inspection projects, provides supervision and technical guidance to field and laboratory personnel; oversees field observation, testing, and inspection of compacted fills, concrete, reinforced concrete, post -tensioned concrete, asphalt concrete, structural masonry, steel welds, bolting, spray -applied fireproofing, and other building materials; supervises laboratory testing of soil, aggregates, concrete, masonry, asphalt, steel, and other building materials; analyzes and reviews field and laboratory data; and authors and reviews materials testing and inspection report Jeffrey Kent, PE, GE, is a Project Engineer and conducts geotechnical investigations and analyses, prepares geotechnical reports, reviews plans and specifications, and coordinates and conducts field and laboratory investigations. Mr. Kent also develops scope of work for materials testing and inspection projects, provides supervision and technical guidance to field and laboratory personnel; oversees field observation, testing, and inspection of compacted fills, concrete, reinforced concrete, post -tensioned concrete, asphalt concrete, structural masonry, steel welds, bolting, spray -applied fireproofing, and other building materials; analyzes and reviews field and laboratory data; and authors and reviews materials testing and inspection reports. N NV5 is a provider of professional and technical consulting and certification services with a 60 year history. In August 2010. NV5 purchased Nolte Associates. which is a full -service engineering firm that provides construction management, program management, specialty and civil engineering services to clients such as BEYOND ENGINEERING transportation authorities, energy and utility providers, infrastructure airports & seaports, water agencies, and large commercial developers. With decades of know-how, we have the technical & engineering expertise which makes us uniquely qualified to meet or exceed project requirements, and we are able to provide quality, innovative, sustainable solutions to infrastructure projects. Phil Kern, PE is a Project Manager who has more than 25 years of experience in the management, design and permitting of major utility and public works projects, exclusively for public agencies and utility providers, He has managed 9 task -order -based on -call engineering design contracts and has excellent working relationships with staff at public agencies In San Diego County, including the City of National City. Mr. Kern's dedication to delivering high quality projects to his clients may only be surpassed by his ability to provide forward thinking to identify and avoid obstacles in the project delivery process. His familiarity with the operations of major agencies throughout Southern California has streamlined the design and processing of numerous assignments. His many years of experience working for a wide array of public agencies have given him the ability to understand the parameters and standards necessary to define, and then execute, the requirements for any given as -needed task order. Mark Webb, PE is a Roadway Design Lead who has 25 years of civil engineering experience on private and public sector projects valued at more than $1 billion. His experience includes road design, pedestrian bridges, master plans, erosion control and water quality structures, water and sewer studies, hydrology and hydraulics, grading, site planning and layout, earthwork, retaining walls, military SOQ for On -Call Project Support Services for National City's Capital Improvement Program 19 -39- taltiarklirr installations, schools, parks, universities, subdivisions, and construction observation. Mark has also taught CAD and design software and developed standards. Sampo Engineering, Inc. (SEI) is a full -service Civil Engineering, Surveying, )0V}NEERI ilAMP,3 Mapping and Land Planning small business located in the City of Encinitas, SPCSCalifornia. SEI is a SBE, DBE, and UDBE firm. 5E1 specializes in civil engineering design, plan preparation and surveying of residential, public works, commercial and Indian reservation projects. SEI work closely with our clients to study engineering and development alternatives and to provide quality projects on time and on budget. SEI continues to be a proven leader in the surveying and civil engineering fields, proudly serving San Diego, Imperial, Riverside and Orange Counties since 2002. Vincent Sampa, PE, LS is a Principal with 28 years of Civil Engineering and Land Surveying experience in San Diego County. Mr. Sampo is the main person responsible for checking, signing, and stamping all technical plans, maps, reports, and documents prepared by the firm. He has prepared numerous map procedures and easement legal descriptions and have performed construction inspections and provided construction support as requested by local authorities, developers, and contractors. Gary Christianson is a Survey Party Chief with 23 years of Land Surveying experience in San Diego County and Northern California. Mr. Christianson has extensive experience with GPS/RTK and Robotic Total Station Instruments that have been performed for Topography and Boundary Surveys, Right -of - Way Surveys, Construction Staking, Record of Survey and Corner Record Maps, Setting Monuments, Story Pole Surveys, Monitoring Well Surveys, and Easement Surveys. Schmidt Design Group, Inc. (SDG) provides comprehensive landscape Cf, architecture and planning services, with an emphasis on balancing artistic ' Cr design with environmental sensitivity, SDG is a client -centered, service- " ' '" F`'`' oriented small business dedicated to creating signature spaces that reflect the character and vision of the communities in which we work, Founded in 1983 by landscape architect and planner Glen Schmidt, FASLA, SDG has received more than 90 local, state and national awards for design and technical excellence. The firm is headquartered in San Diego, California with a branch office in the Sacramento area, Glen Schmidt, FALSA, is a Principal -in -Charge and has 37 years of planning and landscape architectural design experience for innovative projects within the Southwest have earned him a reputation for professionalism, quality, artistic integrity and environmental sensitivity. Mr. Schmidt is the lead design professional in the firm. The projects he has designed have won more than 100 local, state, and national awards for design excellence. Mr. Schmidt has been invited to speak at more than 50 conferences. In 2005, Mr. Schmidt was inducted as a Fellow in the American Society of Landscape Architects, a national honor based on his 'significant works of landscape architecture" over an extended period of time. SOQ for On -Call Project Support Services for National Clty's Capital Improvement Program 20 -40- 4.0 Experience and Technical Competence This section describes the Stack team experience in completing projects that have direct relation to the experience necessary to completing the disciplines and general services as stated in Table 1 below. The sampling of projects goes back several years to show that the Stack team has a successful history of accomplishing these projects. 4.1 Matrix of Disciplines and General Services Table 1 provides the disciplines and general services that the Stack team is interested in providing services to the City. The assembled team is highly qualified to perform and succeed on these services due to our technical expertise and in-depth knowledge of the City. Table 1: Stack Team Disciplines and Generai Services I Consultant Role i At 0 E Ninyo & Moore Schmidt Design 1 m 0 c a g v 5 1! 2Ow a u z Scope of Services Discipline Civil Engineering (includes streets and sewer infrastructure) 1 Structural Engineering t ,I Mechanical Engineering w 1 Electrical Engineering 1 Traffic Engineering y' Traffic Signal Communications & Systems Integration ✓ Traffic Data Collection (includes ADT, speed, and vehicle classification counts) ,/ Transportation Design & Planning (includes pedestrian grid bicycle facilities) Architecture ,I Landscape Architecture (Urban Planning& Design) ADA and Universal Design 1 1 1 Utility Design & Coordination (includes Rule 20A Undergrounding & Joint Trench) ✓ . 1 Land Surveying (perform field surveying, prepare plat & legal descriptions) ✓ Geotechnlcal (includes Soils & Materials Testing) 1 1 50Q for On -Call ilioject Support Services for National Cltyr's Capital Improvement Program 21 -41- Consultant Role 1-1 , z L a E INinyo & Moore Schmidt Design m MA Engineers Katz & Assoc. 'Moffat & Nichol in z Scope of Services '• _ Environmental Engineering, Planning & Design (includes CEQA/NEPA, SUSMP and Water Quality Technical Reports, SWPPP, and Stormwater LID measures) ✓ • Environmental Compliance (Stormwater, Wastewater, FOG and IIAZMAT - regulatory permitting, compliance monitoring, inspections and reporting) , V i Sewer System Management (Financial Administration, including Annual Sewer User Billing and Tax Roll Preparation) • Project Management ✓ , Construction Management & Inspections (includes Certified Payroll) V I Community Outreach I General Services Planning and Design V ✓ ✓ I ✓ ✓ ✓ ✓ 1 V Engineering and Contract Management (includes technical analysis, studies, reports and presentations, PS&E, QA/QC, value engineering, bidding, response to RFls, construction support and preparation of record drawings. V V I V I ✓ V V V ✓ Plan and Map Reviews V Constructability Reviews V ✓ ✓ Project Tracking and Progress Reports I Grant Application and Delivery Requirements ✓ 4.2 Disciplines and General Services The Scope of Work in the RFQ details a broad list of disciplines and general professional services that may be encountered on future National City projects. Ail disciplines and general services tasks outlined in the RFQ (not including Sewer System Management) will be performed by the Stack Team. We have assembled a team with the most highly qualified and technical experts in the various disciplines required to work on any project. 50Q for On -Call Project Support Services for National Caty's Capital Improvement Program 22 -42- Table 2: Stack Projects in National City Scope of Services Discipline 1 General Services 0-2 c w °i Ctal TiS d iii Traffic Engineering raffic Signal Communication & ystems Integration Traffic Data Collection Transportation Design & Planning ADA and Universal Design Construction Mgmt. Inspections § Cal C C 4 Engineering and Contract Mgmt. 7 0 CC B. a V Project Tracking & Progress Reports Grant Application & Delivery Requirements Stack National City Project Plaza Bonita Signal Modification I I I ✓ ✓ ✓ — — 8th St. Smart Growth Revitalization Project 1 I ✓ ✓ ✓ ✓ ✓ ✓ ✓ Sth St. Safety Enhancements r I ✓ ✓ ✓ ✓ ✓ I I Blue Line Station Improvements ✓ ✓ ✓ ✓ ✓ ✓ ,/ ✓ V , 2013 IiSIP Cyde 6 Grant Applications V I ✓ ✓ I I Traffic Signal Communication Services ✓ ✓ ✓ ✓ ✓ Plaza Boulevard Widening ✓ ✓ ✓ ✓ ✓ ✓ I ✓ Plaza Blvd and Palm Ave Analysis I ✓ ✓ I I Walmart Entry and Highland Ave Analysis ✓ ✓ ✓ ✓ ✓ Traffic Signal Coordination Plans ✓ I ; ✓ ✓ ✓ TLSP Grant Applications I ✓ I I I Public Works and Information Technology I I • V'✓ I I SOQfor On -Call Project Support Services for National City's Capital Improvement Program 26 -43- Stack Traffic Consulting • Fee Schedule • SB Certification -44- Fee Schedule Project Designation ate I Rate Principal Manager $170 Senior Project Manager $165 Project Manager $150 Construction Manager $150 Senior Project Engineer $140 Construction Engineer/Inspector $130 Project Engineer $130 Associate Engineer $115 Assistant Engineer $100 Engineering Technician $80 Financial Account Manager $80 Administrative/Clerical $60 Engineering Intern $5Q Note: The Fee Schedule is effective through December 31, 2014. Stack Traffic is a local business and there are no direct costs for mileage. Outsourced reimbursable expenses such as printing and reproductions, deliveries, and overnight services, computerized plotting, materials, shipping, postage, etc., will be charged to the client at the consultants cost without mark-up. -45- California Certification Report - p. 1 - Generated on Mar 17, 2014 California Certification Report Legal Sikgriess Name Doing Business As Address STACK TRAFFIC CONSULTING, INC STACK TRAFFIC CONSULTING, INC. 2798 LOKER AVENUE WEST #102 CARLSBAD, CA 92010 Phone FAX {76K) 602-4290 {$19) 342-8043 Email Web Page Active Certifications Business Types Classifications Keywords jason.stackkstacktraf c. oo rn tittp-llwww.stacklraff c.com SB (micro) Aug 14, 2013 - Aug 31, 2015 Service; [811015] Civil engineering 1811017] Electrical and electronic engineering [811022] Transportation engineering Traffic Engineering, Intelligent Transportation Systems, Rail Grade Crossings, Construction Management, Traffic Signal Design, Signing and Striping, Traffic Control, Communication Systems and Networks, Traffic Operations -46- Dudek e Firm Bid a Fee Schedule -47- RBA OVE !EWU Q TACT INFORMATION Dudek is an employee -owned, privately held firm, established in San Diego County in 1980. Our services are tailored to local public agencies that plan, design, construct, and manage public infrastructure, such as the City of National City (City). Dudek is a diversified, multi -discipline firm with professionals in biology, habitat restoration, environmental planning, regulatory compliance, urban forestry, hazardous materials remediation, civil engineering, hydrogeology, and construction management. DUDEK AT A GLANCE Engineering News Record Top 200 U.S. Environmental Firms (2008-2013) San Diego Business Journal #1 San Diego Environmental Consulting Firm (2007-2012) Currently provide as -needed services to over 60 California public agencies Founded as a two -person wastewater engineering firm, Dudek has grown to be one of the largest California -headquartered environmental firms with more than 300 employees working in nine offices throughout the state, Dudek is an employee -owned company with 33 consecutive years of profitability and no debt. The firm is headquartered in Encinitas, California with over 200 employees working in San Diego County. Frank Dudek, the firm's founder, serves as president. 'Firm Lompleke Legal Name and Address 12gai Form of Company ,,dd.russ of Ottice from Which Work Will be pefforr-pled TABLE 1: FIRM INFORMATION Dudek 605 Third Street Encinitas, California 92024 California Corporation 605 Third Street Encinitas, California 92024 DUDEK'S CONSTRUCTION IVIANAIUMENT OMioN. Dudek's construction management professionals specialize in public infrastructure and building projects, and private -owner development projects. We employ project managers, inspectors (including special inspectors), resident engineers, administrative personnel, and specialty staff who blend technical knowledge with a commitment to meeting client needs. Mr. George Litzinger, P.E., started the construction management division in 1985. Since then, our team has managed complex projects involving multiple stakeholders such as regulatory agencies, contractors, consulting firms, and municipal agencies. AREA FAMILIARITY AND EXPERIENCE Dudek has extensive experience providing construction management and inspection services in San Diego County, most recently providing as -needed services to the cities of San Diego, Poway, and San Marcos. Consequently, Dudek has an excellent rapport with County and neighboring City's departments and utility companies that service the area, which will be an asset on the City's upcoming projects. Through our work in the area, -48- FIRM BACKGROUND AND EXPERIENCE Dudek has worked with many of the local contractors that will be bidding on the" construction of the City's various projects. The expertise of our construction management team and knowledge of the construction process and procedures gives our team .a thorough knowledge of the construction climate in the area and the ability to successfully serve the City. Serving as our clients advocate' during construction projects, we combine detailed construction and engineering technical knowledge with a commitment to achieve a finished project that meets clients expectations. CONSTRUCTION MANAGEMENT AND INSPECTION SERVICES Project management Construction coordination Constructability reviews Specification preparation and bidding services Inspection/special inspections Construction quality assurance/quality control Document control Scheduling Contract administration Claims avoidance and negotiation Cost estimating Forensic evaluation Expert witness services Public outreach Federal funding reimbursement We provide environmental planning, permitting, associated technical studies and long-term environmental mitigation —often in partnership with large transportation engineering and construction firms —on a variety of projects, including highways, rail lines, ports and airports. Our environmental documents address specialized approaches to avoid or minimize impacts to sensitive habitat and special -status wildlife resources that are often impacted by linear transportation projects. Through our established relationships with municipal, state and federal clients and resource agencies, we understand California's complex permitting expectations and hurdles, and are skilled at developing tailored approaches to difficult projects. Our engineering and construction management staff support our environmental team during the permitting process and provide site engineering and construction services on an as -needed, extension-of.staff basis to municipalities. ENVIORMENTAL SERVICES Environmental Engineering Planning and Design • CEQA/NEPA ▪ SUSMP • Water Quality Reports • Stormwater LID • SWPPP assurance/quality control • Biological Studies • Pamitting- Coastal, Endangered Species, Wetlands Regulatory Compliance Wastewater -49- DUDEK 2014 STANDARD SCHEDULE OF CHARGES ENGINEERING SERVICES Project Director $250.00/hr Principal Engineer 111 $220.00/hr Principal Engineer 11 $210.00/hr Principal Engineer I $200.00/hr Program Manager $200.00/hr Senior Project Manager $190.00/hr Project Manager $185.00/hr Senior Engineer Ill $180.00/hr Senior Engineer II $170.00/hr Senior Engineer I $160.00/hr Project Engineer IV/Technician IV $150.00/hr Project Engineer III/Technician III $135.00/hr Project Engineer II/Technician II $120.00/hr Project Engineer technician 1 $105.00/hr Project Coordinator $85.00/hr Engineering Assistant $75.00/hr ENVIRONMENTAL SERVICES Principal $225.00/hr Senior Project iv1anager/Specialist II $210,001hr Senior Project Manager/Specialist I $200.00/hr Environmental Specialist/Planner VI $180.00/hr Environmental Specialist/Planner V $160.00/hr Environmental Specialist/Planner IV $150A0/hr Environmental Specialist/Planner III $140.00/hr Environmental Specialist/Planner II $130.00/hr Environmental Specialist/Planner I $120.00/hr Analyst $100.00/hr Planning Research Assistant $80.00/hr COASTAL PLANNING/POLICY SERVICES Senior Project Manager/Coastal Planner II $210.00/hr Senior Project Manager/Coastal Planner I $200.00/hr Environmental Specialist/Coastal Planner VI $190.00/hr Environmental Specialist/Coastal Planner V $170A0/hr Environmental Specialist/Coastal Planner IV $160,00/hr Environmental Specielist/Coastal Planner III $150.00/hr Environmental Specialist/Coastal Planner II $140.00/hr Environmental Specialist/Coastal Planner I $130.00/hr ARCHAEOLOGICAL SERVICES Senior Project Manager/Archaeologist II $210.0D/hr Senior Project Manager/Archaeologist I $200.00/hr Environmental Specialist/Archaeologist VI $180.00/hr Environmental Specialist/Archaeologist V $160.00/hr Environmental Specialist/Archaeologist IV $150.00/hr Environmental Specialist/Archaeologist III $140,00/hr Environmental Specialist/Archaeologist IL $130.001hr Environmental Specialist/Archaeologist I $120.00/hr Archaeologist Technician II $70.00/hr Archaeologist Technician I $50.00/hr CONSTRUCTION MANAGEMENT SERVICES Principal/Manager $195.00/hr Senior Construction Manager $180.00/hr Senior Project Manager $160.00/hr Construction Manager $150.00/hr Project Manager $140.00/hr Resident Engineer $140.00/hr Construction Engineer $135.00/hr On -site Owner's Representative......... ............. $130.00/hr Construction Inspector III $125.00/hr Construction Inspector II $115.00/hr Construction Inspector I $105.00/hr Prevailing Wage Inspector $135.00/hr COMPLIANCE SERVICES Compliance Director $200.00/hr Compliance Manager $140.00/hr Compliance Project Coordinator $100.00/hr Compliance Monitor $90.00/hr HYDROGEOLOGICAL SERVICES Principal $235.00/hr Sr. Hydrogeologist Ill/Engineer III $200.001hr Sr. Hydrogeologist II/Engineer II $180.00/hr Sr. Hydrogeologist I/Engineer I $165.00/hr Hydrogeologist V/Engineer V $150.00/hr Hydrogeologist IV/Engineer IV $130.00/hr Hydrogeologist Ill/Engineer III $120.00/hr Hydrogeologist II/Engineer II $110.00/hr Hydrogeologist I/Engineer I $100.00/hr Technician $100.00/hr DISTRICT MANAGEMENT & OPERATIONS District General Manager $175.00/hr District Engineer $160.00/hr Operations Manager ,...$150.00/hr District Secretary/Accountant $85.00/hr Collections System Manager $95.00/hr Grade V Operator $100.00/hr Grade IV Operator $85.00/hr Grade III Operator $80.00/hr Grade II Operator $63.00/hr Grade I Operator $55.00/hr Operator in Training $40.00/hr Collection Maintenance Worker ll $55.00/hr Collection Maintenance Worker I $40.00/hr OFFICE SERVICES Technica/ADreffing/CADD Services 3D Graphic Artist $150.00/hr Senior Designer $135.00/hr Designer $125.00/hr Assistant Designer $120.00/hr GIS Specialist IV $150.00/hr GIS Specialist III $140.00/hr GIS Specialist II $130.00/hr GIS Specialist! $120.00/hr CADD Operator III $115.00/hr CADD Operator II $110.00/hr CADD Operator I $95.00/hr CADD Drafter $85.00/hr CADD Technician $75.00/hr SUPPORT SERVICES Technical Editor III $140.00/hr Technical Editor II $125.00/hr Technical Editor3$110.00/h r Publications Assistant Ill $100.00/hr Publications Assistant II $90.00/hr Publications Assistant I $80.00/hr Clerical Administration II $80.00/hr Clerical Administration I $75.00/hr Forensic Engineering - Court appearances, depositions, and interrogatories as expert witness will be billed at 2.00 limes normal rates. Emergency and Holidays - Minimum charge of two hours will be billed et 1.75 times the normal rate. Malarial and Outside Services - Subcontractors, rental of special equipment, special reproductions and blueprinting, outside data processing and computer services, etc., are chargedat 1.15 times the direct cost. Travel Expenses - Mileage at current IRS allowable rates. Per diem where overnight stay Is involved is charged at cost Invoices,Late Charges. - All fees will be billed to Client monthly and shell be due and payable upon receipt. Invoices are dernquent if not paid within thirty (30) days from the date of the invoice. Client agrees to pay a monthly tate charge equal to one percent (1%) per month of the outstanding balance until paid In full. Annual Increases - Unless identified otherwise, these standard rates w t increase 3% annually. DUDEK Effective January 1, 2014 Ferguson Pape Baldwin Architects r: n: a rcili! DIU • Fee Schedule -51- FERGUSON PAPE BALDWIN ARCHITECTS FIRM PROFILE Ferguson Pape Baldwin Architects Inc. (FP BA) is an architectural, interior design and planning firm engaged in a broad practice serving the private, governmental and institutional sectors. Founded in i976, the firm has developed a particular expertise in the programming and design of specialized facilities for defense, corporate, life sciences, community and educational clients. in addition, our firm has designed numerous buildings and interior spaces for general office use, municipalities, communications, electronics, high security facilities biotechnical, manufacturing and research laboratories. Our scope of practice focuses on projects which enable the principals to maintain personal guidance and attention to detail from the conceptual phase through the final preparation of documents, including extensive interaction with our clients and governing agencies to ensure successful and timely completion of each project. FPBA has a strong project management system. Emphasis is placed on developing a firm grasp of program objectives, creative exploration of design alternatives, rigorous analysis and evaluation of alternatives, cost effectiveness and control, and thorough coordination of each design discipline. Firm Highlights • Founded in 2976 • Headquartered in San Diego Full -Service architectural, programming, planning and interior design firm Experience with local regulatory agencies for expedited review process Sustainable Design, LEED based - Energy Efficient and Environmentally Friendly Designs Current Awards 0 2013 DBIA Award of Merit 2012 TOBY Pacific Southwest Regional Award, Building Owners and Managers Association 2011 Excellence in Construction Awards, ABC 2o11 Orchid in People's Choice, SDAF 2011 National SARA Superior Achievement and Professional Design Excellence Award 2011 DBIA "Best Civic Project" Award 2010 American Concrete Institute Award 2010 Orchid in People's Choice, SDAF 2010 AZA Excellence in Marketing Award 2010 AZA Exhibit Award of Significant Achievement 2010 SARA MeritAward in the Institutional Category 2010 SARA Honor Award in the Projects in Design Category zoso SARA Merit Award in the Commercial Category 2009 Design Award of Excellence zoog Design Award of Merit 2oog National Concrete Masonry Association 2009 Edwin F. Guth Memorial "People's Choice" 2008 CMACN f AIACC Grand Award in Education -52- aaaatw t1i APE B PAPS ON !_ �e� SALDWIN ARCHITECTS SCHEDULE OF HOURLY BILLING RATES (Effective February 1, 2012) Principal $185.00 Project Manager 155.00 Sr. Project Architect/Associate/Designer 130.00 Project Architect I Sr. Job Captain 115.00 Job Captain / Graphics 100.00 Drafter 85.00 Clerical 60.00 When authorized by the Owner in writing, expense of overtime work will be billed higher than regular rates. Reimbursable Expenses Reimbursable expenses are actual expenses made by the Architect, the Architect's employees and consultants in the interest of the Project and include, but are not limited to the following expenses: 1. Expenses of transportation in connection with the Project; living expenses in connection with out-of-town travel and long distance communications, as approved by, and negotiated with Owner. 2. Expenses of reproductions including plotting/printing of CAD files and other electronic data, postage, delivery and handling of drawings and other documents. 3. Expenses of data processing and photographic production techniques when used in connection with Additional Services. Reimbursable expenses shall be billed at cost + 10% administration costs. James T. Ferguson Architect Phil ip J. Pepe Architect 8ennon W. Baldwin Architect President Vice President Vice President Theodore A. Breunich Andrew 5. Darragh Architect Vice President CFO Vice President 4499 Ruffin Road Suite 300 San Diego CA 32123 619 231 0751 Fax 619 2314396 www.fpbarch.com Daniel' E. Rosenberg Architect Senior Associate Katz & Associates • Firm Bic • Fee Schedule • SB Certification -54- Corporate Profile Katz & Associates, Inc. is a full -service communication firm specializing in public outreach proms for community and environmental planning, public works projects, and resource management. With headquarters in San Diego and offices in Sacramento, San Francisco, and Los Angeles, Katz & Associates offers a diverse team of communication professionals with expertise in all forms of communications, including public participation, community relations, environmental communication, risk communication, stakeholder research and analysis, facilitation, citizen advisory committees, consensus building, media relations, public information and education, coalition management, and website maintenance and support. A certified small and woman -owned business enterprise, Katz & Associates works for a diversity of government clients at a diversity of scales, from federal agencies and the military to state agencies, regional governments and districts, and cities and small towns. Each of the firm's skilled professionals is committed to ensuring our clients consistently receive the highest -quality, most reliable and resourceful service. The Katz &Associates staff work alongside our clients to develop and implement public outreach strategies and plans to inform, educate, and involve the public, elected officials, government agencies, nongovernmental organizations and other stakeholders to build more effective partnerships and, ultimately, make better decisions. Throughout our 28 years of service, our firm has developed quality experience in partnering with clients to design and implement an array of public outreach and involvement programs. We have the experience and resources to meet the needs of small to large-scale projects, from the most common to the most controversial or high -profile projects. We also have unique capabilities in conununicating about public safety and health risks to concerned members of the public. With this experience and knowledge in hand, Katz & Associates can design the strategy and implement the techniques necessary for successful, full -service public involvement, stakeholder outreach and=media relations programs. Please visitwww.KatzAndAssociatelco»i to learn more about our services, project experienced staff and thought leadership. Local/Regional Experience Our staff has worked in almost every community in San Diego County, implementing public participation, construction relations, consumer education, business process improvement and ballot proposition outreach programs. Within the region we have played instrumental roles in general and community plan development transit planning and construction, complete street studies, infill development strategies, highway expansions, integrated regional water planning and the NPDES permit update, habitat restoration and conservation, border infrastructure and community planning, water supply projects, and traditional and alternative energy programs. We also have the unique qualification of multiple onsite staff placements in our clients' offices, including the City of San Diego, working alongside city employees on long-term programs. No communication firm understands government initiatives, stakeholders or challenges in the San Diego region better than Katz & Associates. -55- KATZ & ASSOCIATES, INC. 2014 HOURLY RATES Labor Classification 2013 Hourly Rate* President $ 240 Senior Vice President $ 225 Executive Vice President $ 215 Vice President $ 200 Senior Director $ 190 Director $ 180 Senior Account Supervisor $ 170 Account Supervisor $ 160 Senior Account Executive $ 150 Account Executive II $ 130 Account Executive I $ 120 Assistant Account Executive $ 90 Account Assistant $ 85 Graphic Design $ 85 Account Coordinator $ 70 Project Support $ 60 WWI *Rates are subject to a 5% annual escalation, beginning January 1, 2015. Katz & Associate.a, Inc. -56- California Certification Report- p. 1 - Generated on Mar 17, 2014 1 California Certification Report ASSOCIATES - 13 t.egallhiskres Noire DitengtuSmesiAs Address KATZ & ASSOCIATES KATZ & ASSOCIATES 2998 Douglas Blvd #300 ROSEVILLE, CA 9 i Phone • (916) 239-4615 • FAX - . (916) 492--09.27 Errol Wel age Active Sots Besinest Types . . Clessificehirme KepOrf s adevisettatzandassociates,cOrn :I/weiw.katreindessociale&com SIB Oct 30,2f13- Nov 30,201y4 Service; t801ti15] Business and corporate management consulter services [801016].Project management [8017151 Situation and stakefiolder analysis and communications planning services [801716] Publicity and marketing support seMces [8o1720] Professional communication services (801721] Issues and crisis management services [861321] Training planning, facilitation and delivery services [931421] ftegional development PUBLIC INVOLVEMENT, SOC1AL MARKETING, ISSUES MANAGEMENT, CONSTRUCTION RELATIONS, STRATEGIC PLANNING, CREATIVE COMMUNICATION, COMMUNITY OUTREACH, ENVIRONMENTAL RISK COA+MMUMCATION, FACILITATION, MEDIA RELTAIONS, BEHAVIOR CHANGE, PUBLIC AWARENESS AND EDUCATI -57- MA Engineers • Firm Bio • Fee Schedule • SB Certification -58- MA ENGINEERS, INC. CONSULTING MECHANICAL ENGINEERS INTRODUCTION MA Engineers is a full -service mechanical engineering firm providing professional consulting services for universities, K-12 education, healthcare, laboratory, civic, government, entertainment, military and office facilities of all types. Our focus has always been to deliver innovative, sustainable, energy -saving design solutions —the type of systems that stand up to the daily rigors of use. Ultimately, our systems are designed to last, to run efficiently and to save ownership money. CONTACT INFORMATION Michael Akavan, PE, LEED AP—Principal/CEO T 858.200.0030 / F 858.200.0037 makavan@ma-engr.com Melanie Enriquez—Marketing Director T 858.200.0030 / F 858.200.0037 menriquei@ma-engr.com SERVICES • HVAC systems design • Plumbing systems design • Fire protection systems • Building automation systems • Sustainable design • Energy audits and analysis • Campus master planning • Commissioning • Design build services YEARS IN BUSINESS 9 years as MA Engineers, 17 years as GEM Engineering STAFF Principals Project Engineers 6 Designers 11 Other 7 Tote I: 33 Registered Professionals 11 LEED Accredited Professionals 12 0ht5u1T.Nt mrCHAN.(A, t'tG:Nu ;tic 5158 Carrot Canyars Rd. Swte ZOO, San Dsege, Caklorraa 92121 C9858.20o 0030 0)&58.20O-0037 wiwo.nta•entyc i -59- Prindpals Michael Akavan, PE, LEED AP Roy Campbell, PE, LEED AP Jerry Coult, CPD, LEED AP H. Douglas fish, PE Karl fish, LEED AP Richard Hernandez, CPD, LEED AP David Noji, LEED AP Tom Lunneberg, PE, LEED AP BD+C HOURLY PROFESSIONAL MECHANICAL ENGINEERING SERVICES Principal $195.00 Associate $170.00 Project Manager $150.00 Project Engineer $125.00 Senior Designer $100.00 Designer $85.00 CAD Operator $75.00 Administrative $70.00 CONSULTING MECHANICAL ENGINE RS 5160 Carroll Canyon Rd, Suite 200, San Diego, California 92121 0858.200.0030 0 858.200.0031 I www.ma-engr.com -60- California Certification Report- p. 1 - Generated on Mar 17, 2014 California Certification Report e, Iaiga *zoos hidthe MA ENGINEERS, INC. Ming Bistatlefsbiks: MA ENGINEERS, INC. Address . 5160 CARROLL CANYON RD, SUITE 200 SAN DI .GO, CA 92121 Phone FAX (858] 200-0030 (868) 200-0037 En'ie4 Web PIO A.Chve CodilFir e . aufinips Ty-pes Keywords cwilis@rile-engr.com . tAlp.://www nna-engr.corn 35 (micro)Aug 11..2013-Atg 31, 2015 Service; (811018] Mechanical engineering CONSULTING MECHANICAL ENGINEERS -61- Moffat & Nichol • Firm Bit) • Fee Schedule -62- mot trait & nlcfoi r .F RM SAiit . Mal^ti:,& Nichol California Corporation LOCAL ADDRESS 1 Hotel Ort#e North Suite SOD San Diego, CA 92108 LOCAL CONTACT Perry Schacht PE, SE Structural Lead 619-220-5050 pschacht@moffattnlehol.com LOCAL REGISTERED ,ENGINEERS Structural: 3 Bridge: 4 Structural Designers: 9 LOCAL TECHNICIANS Structural: 4 LIST OF ON -CALL CONTRACTS San Diego Gas & Electric — Structural Port of San Diego - t&iNDAG—Bridge QA/QC County of San Diego —'bridge Design Moffatt & Nichol I Structural Engineering ivioffatt & Nichol will provide structural on -cal! services to the City of National City from their San Diego office. The San Diego office has 40 staff primarily dedicated to structural engineering. They specialize in the following areas: • General Structural Engineering • Structural Inspection and Rehabilitation (I&Rl • Bridge Engineering ▪ Advance Structural Modeling They are adept at providing multiple small to large projects through their on -call Contracts. The I&R group will be made available to respond to emergency needs of the City. Moffatt & Nichol is headquartered in Long Beach, California and provides multidisciplinary engineering services from concept planning through design and construction support for a diverse group of public, corporate and private sector clients. Of special note is their advanced structural modeling capability. These models are used to model seismic retrofits and structural rehabilitation projects which often result in reduced construction cost for their clients. -63- Moffatt & Nichol Fee Schedule Project Designation Billing Rate Principal Structural Manager, SE $ 210 Bridge Manager, PE $ 190 Senior Engineer (Structural), PE $ 180 Senior Cost Estimator, PE $ 170 Engineer (Structural), PE $ 155 Engineer, PE $ 145 Associate Engineer, PE $ 125 Junior Engineer, EFT $ 90 Senior Structural Technician $ 120 Structural Technician $ 90 Administrative / Clerical $ 75 Engineering Intern $ 55 Note: The Fee Schedule is effective through December 31, 2015 NDS • Firm Bic) e Fee Schedule • SB Certification -65- National Data & Surveying Services COMPANY Corporate Office 8370 Wilshire Blvd. Ste 205 Beverly Hills, CA 90211 T- (323) 782-0090 F- (323) 375.1666 Email: Info(c mdsdata.com We Understand Traffic Founded in 1989, NDS was established to deliver accurate and cost-effective solutions to our clients data collection needs. NDS has over 25 years of successful corporate operations that has established us as one of the largest full service, transit and GPSIGIS data collection companies in the nation. We perform numerous data collection analysis for clients/jurisdictions throughout California, Nevada, Arizona, Georgia, North Carolina and their surrounding states. Our Staff NDS has an experienced team of over 100 professional full-time employees that have undergone extensive training to ensure the successful coordination and completion of your project. NDS is the largest and most experienced traffic data collection firm on the west coast, with over 20 years experience. NDS Corporate Headquarters is located in Beverly Hills CA with local field offices in all major metro areas along the west coast including San Diego, CA. NDS' San Diego team has approximately 10 Full Time Professionals that will be available to work on this project. NOS can leverage our experience and expertise to deliver accurate and timely data to the City of National City in a most professional manner. Within the last 12 months, NDS has completed 2500+ projects for over 300 clients within our active/repeat customer database NDS Field technicians are required to attend training seminars held throughout the year that focus on data.collection methodology, equipment management, safety and the application of new technologies. Field managers actively supervise local crews to ensure that jobs are performed properly and that specific client request are met. NDS's size and centralized locations allow for interoffice cooperation on larger projects that can both reduce the number of days needed for collection and retain the integrity of important corridors. Large projects necessitating multiple teams are managed within the central office, requiring daily status updates from field managers. All NDS personnel complete field observation training that emphasizes the importance and awareness, notating abnormal conditions and immediately notifying the office with any information that may affect the integrity of the data collection effort. NDS personnel are prepared to respond to any changes in requests promptly and efficiently. Our Clients NDS maintains a high repeat rate with active clients that include over 100 government entities and over 200 engineering firms. NDS is certified as a Small Business Enterprise (SBE) by the State of California. -66- Natiasal Data fxSurveyingliervices Corporate Office 8370 Wilshire Blvd. Ste 205 Beverly Hills, CA 90211 T- (323) 782-0090 F- (323) 375-1666 Email: snfoAndsdata.com SERVICES AND CAPABILITIES Supporting both public and private clients, NDS provides a wide range of data collection and engineering services. All team members are experienced, full time staff who can leverage their collective experience to ensure the successful completion of your project in o timely manner. NDS provides their clients with digital files and customized reports. The files can be delivered in Excel!, Jamar, ASCII, PDF, Synchro , Traffic or any client specified format. ROADWAY STUDIES • Intersection Turning Movements • Pedestrian & Bicycle studies • ADT (24 Hour Machine Counts) • Axle/Classification Studies (24 hour & Manual) • Speed Studies (24 Hour & Radar) • Gap Studies • Right -Turn -On -Red Studies • Time Delay & Queuing Studies • Travel Time & Delay Studies • Video Surveillance & Analysis Other Surveys • License, Parking, Occupancy & Driveway Studies • Mall, Casino & Theme Park Pedestrian Traffic • Origin/Destination Studies • Transit Ridership Studies • Customized Written And Oral Surveys GP'S/GIS Data Collection • We are trained in collecting GPS Data with Sub -Meter Accuracy t Asset Management Inventory Studies • Citywide Street Sign Mapping • Traffic Sign Inventory With Retro Reflectivity (MUTCD) t Sewer System Mapping • Travel Time Studies With GPS • GIS Arc Maps Sample Studies • Weaving Analysis • Railroad Studies • Occupancy Studies • Intersection Violation Studies • Pedestrian Studies Wavetronix • Radar Driven Vehicle detection 2 -67- National DRU do 8unying Serviced Outer Areas sai4ion Los .Ange?es, Rivers1de, Orantr Caul] . San F33ego Outer Areas Outer Areas 0e2px,arr i_oe Angeles. Riverside, Orange County. t an Dego Outer Areas Outer Areas TItioveherrs $110 ($125 wlpeds & bikes) $140 4 Four 1 Peer: $175 ($200 wlpeds & bikes) $200-235 Southern CPlifornia Pricing $220 $280 $350 $400-470 6 Hour 2 Peretsh $251 ($288 wlpeds & bikes) $502 $280-320 $560-600 MAmi1.Af€S . vitsumv Achiti nal $50 $70 $30 $35 p-sr d eikulioir'Cla s v _ ditic ai $100 ($120 for Speed, Volume & Class) $135 ($155 for Speed, Volume & Class) Reolon -_ Pet 1f Rut;ion -Los 40 cb :: l ii • $150 $50 $25/Hour Outer Areas $2004300 $754100 $25/Hour Prices are per hour (2 hour minimum unless accompanying other services.) Parking surveys less than 4 hours will be billed at a 4 hour ITM rate. $45 ($55 for Speed, Volume & Class) $45 ($55 for Speed, Volume & Class) leisserlin $50 $120 $75 $120 Days W s44h!Erx **Volume Discount will be applied to orders of 20 or more locations. -68- Califomta Certification Report- p.1- Generated on Mar 17, 2014 ltsli. Adt. California Certification Report NATtONAt DATA. & SURVEYI1+tG SERVICES, WC. ALL TRAFFIC DATA 8370 Wilshire Blvd Ste 20,5 BEVERLY HILLS, CA 90211 Pone 'FAX' (323) 782-0090 ` (323) 375-11666 Er at WFID- Pal* 4ieQrfirons Bt Fne4s TYPes iasstfteattit t iteinivertis rsiendsdata.com httpJfr+wgwr.ndsdata con, SE (micro) Feb 28, 2013 Feb 28, 2015 Service; F161615] Traffic control [811015] Civil engineering [811022] Transportation engineering traffic pedestrian survey gis gps parking turning movement ADT -69- Nino Moore • Firm Bio • Fee Schedule • MBE Certification -70- NINYO & MOORE COMPANY PROFILE Ninyo & Moore Geotechnlcal and Environmental Sciences Consultants was established to provide geotechnical and environmental engineering, soil and materials testing, and inspection services to clients in the governmental (federal, state, and local), commercial, and private sectors. Ninyo & Moore has helped clients develop and implement innovative solutions to geotechnical and environmental challenges since 1988. Services provided by Ninyo & Moore encompass all phases of a project, from the planning stage through design and construction. With offices in Nevada, California, Arizona, Colorado, and Texas, the firm is fully committed to being responsive, cost-efficient, and thorough in meeting its clients' project needs and objectives. Since 1986, clients have turned to Ninyo & Moore, a Minority Business Enterprise, for innovative solutions to complex geotechnical and environmental challenges. As a leading gectechnicai and environmental sciences engineering and consulting firm, Ninyo & Moore provides specialized services to clients in both the public and private sectors. The quality of Ninyo & Moore's personnel base has become widely recognized. The frm's 400 professionals include registered geotechnical and civil engineers, geologists, hydrogeologists, engineering geologists, stormwater practitioners, geophysicists, environmental scientists, certified field technicians and special inspectors, and specialists in fields such as regulatory issues and interpretation, hazardous waste management, health and safety, and remedial action planning, Ninyo & Moore's geotechnical division provides geotechnical engineering, feasibility studies, seismic and geologic hazards investigations, foundation investigations, pavement design, pile design, slope stability evaluations, soil classification, geophysical evaluations, subsurface explorations, evaluation of liquefaction potential, preparation of earthwork and foundation specification, water resource development planning, and forensic engineering. We have provided these services Throughout the western United States for a variety of projects including airports, bridges, commercial developments, dams, educational facilities, harbor and offshore structures, highways and roadways, hospitals, industrial developments, landfills, light rail transit lines, parks and recreational facilities, pipelines, power stations, railroads, residential developments, reservoirs and tanks, transmission lines, tunnels, water treatment plants, and wastewater treatment plants. Ninyo & Moore's environmental division performs Phase 1 and II environmental site assessments and audits, asbestos and lead paint surveys, underground storage tank assessments, hazardous waste investigations, regulatory compliance, water resource development, soil and groundwater contamination studies, and remediation services. We have provided these services for a variety of clients including local, state and federal governments, Department of Defense agencies, lenders, and commercial developers. Ninyo & Moore's materials testing division provides full -scope soils, materials testing, and special inspection services utilizing our certified/accredited/licensed laboratory facilities and personnel. From small additions to new high school campuses, hospitals, commercial/industrial complexes, freeways, and airports, our Materials Testing Division has the experienced personnel to provide Quality Control (QC) and Quality Assurance (QA) testing and inspection services for your project. Ninyo & Moore's soils technicians are trained by registered geotechnical engineers under accreditation procedures approved by the American Association of State Highway Officials (AASHTO), Our concrete technicians are certified by the American Concrete Institute (AC I). Our construction inspectors are certified in the disciplines of concrete, prestressed concrete, masonry, structural steel, fireproofing, and soil by the International Code Council (ICC). Additionally, selected structural steel inspectors are certified by the American Welding Society (AWS). Selected construction inspectors are certified as Inspectors of Record by the Office of Statewide Hospital Planning and Development (OSHPD). Our inspectors are also certified by local municipal building inspection departments for which we have performed various public works projects. Testing Facilities Ninyo & Moore offers fully equipped, well staffed, state-of-the-art laboratory facilities performing a range of laboratory testing services under the supervision of a registered civil engineer. Ninyo & Moore's laboratories are capable of performing a wide variety of soil, concrete, asphalt, and steel testing. Laboratory testing equipment is calibrated �"�/i►nyo&/fjnore fg.Aence ! Quality oommmeens -71- NINYO & MOORE COMPANY PROFILE annually by representatives utilizing equipment traceable to the National Institute of Standards and Technology, and is regularly inspected by the Cement and Concrete Reference Laboratory (CCRL). Ninyo & Moore's testing laboratories have been inspected and/or accredited by AASHTO, AMRL, CCRL, Caftans, the Division of the State Architect (California), the City of Los Angeles, the City of San Diego, and the U.S. Army Corps of Engineers. National City Experience Specific to National City, Ninyo & Moore is providing on -call geotechnical consulting, geotechnical observation, and materials testing services to the City of National City for various Capital Improvement Program and City projects. The geotechnical consulting services have been provided in the form of a geotechnical evaluation for the construction of new exterior improvements to the National City Cultural Arts Center. Geotechnical observation and materials testing services have been provided for various projects including the Marina Gateway Streetscape project, the Morgan - Kimball Senior Housing Pavement Rehabilitation project, and the National City Street Resurfacing project for the 2010-2011 fiscal year. Projects under this contract have included: 8th Street Improvements Phase II Aquatic Center Citywide Pedestrian Ramps Concrete Improvements FY 11-12 Cultural Arts Center Deck Marina Gateway Streetseape Morgan Kimball Senior Housing National City Drainage Improvements Safe Routes to School Street Resurfacing 12-08 • Street Resurfacing FYI0-11 Project Team Mr. Emil Rudolph, PEIGE/QSDIQSP, manages the geotechnical aspects and material testing portions of construction projects; performs field evaluations of grading removals, keyways, and foundation excavations; and reviews concrete mix design submittals. His position also includes the coordination of geotechnical and forensic evaluations including the review of field exploratory data to interpret subsurface geologic conditions, the calculation of slope stability modeling and other geotechnical calculations, and the preparation of geotechnical reports and distress surveys of slopes, buildings, pavements, retaining walls, and other improvements, as well as expert witness testimony. Mr. Jeffrey Kent, PE/GE, conducts geotechnical investigations and analyses, prepares geotechnical reports, reviews plans and specifications, and coordinates and conducts field and laboratory investigations. Mr. Kent also develops scope of work for materials testing and inspection projects, provides supervision and technical guidance to field and laboratory personnel; oversees field observation, testing, and inspection of compacted fills, concrete, reinforced concrete, post -tensioned concrete, asphalt concrete, structural masonry, steel welds, bolting, spray -applied fireproofing, and other building materials; analyzes and reviews field and laboratory data; and authors and reviews materials testing and inspection reports. Mr. Kent is the Project Manager on Ninyo & Moore's current National City contract. MBE Certification Additionally, Ninyo & Moore is a certified Local Business and Minority Owned Business Enterprise (MBE). Agencies with which Ninyo & Moore is certified include the City of Los Angeles, County of Los Angeles, CPUC WMBE Clearinghouse, Bay Area Rapid Transit District, and various Minority Supplier Development Councils. /y%lw0&a/VDOCB Experiencer Quality 1 cmmni nt -72- City of National City March 2014 SCHEDULE OF FEES HOURLY CHARGES FOR PERSONNEL I Principal Enjneer/GeologistiEnvironmental Scientist Senior Engineer/Geologist/Environmental Scientist. Senior Project Engineer/Geologist/Environmental Scientist Project Engineer/Geologist/Environmental Scientist Senior Staff Engineer/Geologist/Environmental Scientist Staff Engineer/Geologist/Environmental Scientist.. GIS Analyst Reid Operations Manager Nondestructive Examination Technician, UT, MT, LP* Pull Test Technician and Equipment* Supervisory Technician* Senior Field/Laboratory Technician* Technical Illustrator/CAD Operator Field/Laboratory Technician* ACI Concrete Technician's Concrete/Asphalt Batch Plant Inspector Specie Inspector, Reinforced Concrete* Special Inspector, Pre -stressed Concrete' Special Inspector, Reinforced Masonry* Specie Inspector, Structural Steer Specie Inspector, Welding, AWS* Speaa Inspector, Fireproofing* GeotechnicaliEnvironmental/Laboratory Assistant Information Spedenst Data Process' Technical Editi ., or R-r reduction $ 1l&l $ 133 $ 127 $ 123 $ 109 $ 96 $ 96 $ 93 $ 93 $ 93 $ 93 $ 87 $ 87 $ 87 $ 87 $ 87 $ 87 $ 87 $ 87 $ 87 $ 87 $ 87 $ 53 $ 52 $ 44 OTHER CHARGES Concrete Coring Equipment (includes one technician) $ 160 /hr Special Preparation of Standard Test Specimens $ 64 her Inclinometer Usage $ 32 / it Vapor Emission Kits $ 30 /kil Reber Locator (Pachoxneter) $ 10 /hr Nuclear Density Gauge Usage $ 9 /hr Field Vehicle Usage $ 8 /hr Direct Project Expenses Cost Laboratory testing, geophysical equipment, and other special equipment provided upon request. NOTES (Field Services) For field and laboratory technicians and special inspectors, regular hourly rates are charged during normal weekday con- struction hours. Overtime rates at 1.5 times the regular rates will be charged for work performed outside normal construction hours and all day on Saturdays. Rates at twice the regular rates will be charged for all work in excess of 12 hours in one day or on Sundays and holidays. Lead time for any requested service is 24 hours. Field Technician rates are based on a 4-hour minimum. Special inspection rates are based on a 4-hour minimum for the first 4 hours and an 8-hour minimum for hours exceeding 4 hours. Field personnel are charged portal to portal_ *Indicates rates that are based on Prevailing Wage Determination made by the Slate of California, Director of Industrial Relations on a semiannual basis. Our rates will be actusted in conjunction with the Increase in the Prevailing Wage De- termination during the life of the project. INVOICES • Invoices will be submitted monthly and are due upon receipt. A service charge of 1.0 percent per month may be charged on accounts not paid within 30 days. TERMS AND CONDITIONS The terms and conditions of providing our consulting services include our limitation of liability and indemnities as pre- sented in Ninyo & Moore's Work Authorization and Agreement. PreregingWise -73- City of National City March 2014 SCHEDULE OF FEES FOR LABORATORY TESTING Laboratory Test, Test Designation, and Price Per Test Atterbarg Limits, D 4318, CT 204 $ 145 California Bearing Ratio (CBR), D 1863 $ 440 Chloride and Sulfate Content CT 417 & CT 422 $ 135 Consolidation, D 2435, CT 219............................_$ 275 Consolidation —Time Rate, D2435, CT219 $ 70 Direct Shear —Remolded, D 308D $ 290 Direct Shear -- Undisturbed, D 3080 $ 250 Durability Index, CT 229 $ 150 Expansion Index, D 4829, UBC 18-2 $ 165 Expansion Potential (Method A), D 4546 $ 145 Expansive Pressure (Method C), D 4548 $ 145 Geofabric Tensile and Elongation Test, D 4632 $ 165 Hydraulic Condudlvity, D 5084 $ 300 Hydrometer Analysis, D 422, CT 203 $ 190 Moisture, Ash, & Organic Matter of PeatfOrganic Scifs...._$ 110 Moisture Only, D 2216, CT226 $ 30 Moisture and Density, D 2937 $ 39 Permeability, CH, D 2434, CT 220 $ 230 pH and Resistivity, CT 643 $ 140 Proctor Density D 1557, D 698, CT 216, & $ 180 AASHTO T-180 (Rock corrections add $80) R value, D 2844, CT 301 $ 250 Sand Equivalent D 2419, CT217 $ 90 Sieve Analysis, D 422, CT 202 $ 11 D Sieve Analysis, 200 Wash, D 1140, CT 202 $ 90 Specific Gravity, D 854 $ 90 Thermal Resistivity (ASTM 5334, IEEE 442) $ 800 Triaxial Shear, C.D, D 4767, T 297 $ 390 Triaxial Shear, C.U., wfpore pressure, D 4767, T 2297 per pL$ 330 Triaxial Shear, C.U., w!o pore pressure. D 4767. T 2297 per pt$ 190 Triexial Shear, U.U., D 2850 $ 140 Unconfined Compression, D 2166, T 208 $ 100 Wax Density, D 1188..._..... ........... ..... .................................. _$ 90 Roofing Built-up Roofing, cut-out samples, D 2829 $ Roofing Materials Analysis, D 2829 $ Roofing Tile Absorption, (set of 5), UBC 15.5 ................_.,,$ Roofing Tile Strength Test, (set of 5), UBC 15-5 $ Masonry Brick Absorption, 24-hour submersion, C 67 $ Brick Absorption, 5-heur balling, C 67 $ Brick Absorption, 7-day, C 67 $ Brick Compression Test C 67 $ Brick Efflorescence, C 67 $ Brick Modulus of Rupture, C 67 $ Brick Moisture as received, C 67 $ Brick Saturation Coefficient, C 67....._...................................._$ Concrete Block Compression Test 8x8x16, C 140 $ Concrete Block Conformance Package C 9D $ Concrete Block Linear Shrinkage, C 428 $ Concrete Block Unit Weight and Absorption, C 140 $ Cores, Compression or Shear Bond, CA Code $ Masonry Grout, 3x3x6 prism compression, UBC 21-18 $ Masonry Mortar, 2x4 cylinder compression, UBC 21-16 $ Masonry Prism, half safe, compression, UBC 21-17 $ 165 500 190 190 Concrete Cement Analysis Chemical and Physical, C 109 $ 1,650 Compression Tests, 6x12 Cylinder, C 39......... ... $ 22 Concrete Ma Design Review, Job Spec $ 140 Concrete Mix Design, per Trial Batch, 6 cylinder, ACI $ 750 Concrete Cores, Compression (excludes sampling), C 42 $ 55 Drying Shrinkage, C 157 $ 250 Flexural Test C 78 $ 50 Flexural Test, C 293 $ 55 Flexural Test, CT 523 $ 60 Gunite/Shotcrete, Panels, 3 cut cores per panel and test, ACL$ 250 Jobstie Testing Laboratory Quote Lightweight Concrete Fill, Compression, C 495 $ 40 Petrographic Analysis, C856 $ 1,10D Splitting Tensile Strength, C 496 $ 80 Reinforcing! and Structural Steel Eh -pi outing Density Test, UI3C 7-6......... ..... ....... ........ ........... ...$ 55 Hardness Test, Rockwell, A-370 $ 50 High Strength Bolt, Nut & Washer Conformance, set, Ali$ 120 Mechanically Spiloed Reinforcing Tensile Test, ACI...... $ 95 Prestress Strand (7 wire), A 416 $ 140 Chemical Analysis, A-36, A-615 $ 120 Reinforcing Tensile or Bend up to No. 11, A 615 & A 706 $ 50 Structural Steel Tensile Test Up to 200,000 lbs. (machining extra), A 370..............._....._._.......................... $ 70 Welded Reinforcing Tensie Test Up to hio.11 bars, ACI $ 55 Asphalt Concrete Asphalt Mx Design, Caltrans $ 2,200 Asphalt Mx Design Review, Job Spec $ 150 Extraction, %Asphalt, including Gradation, D 2172, CT 382 $ 215 Film Stripping, CT 302 $ 100 Hveem Stability and Unit Weight CTM or ASTM CT 366 $ 195 Marshall Stability, Flow and Unit Weight, T-245 $ 215 Maximum Theoretical Unit Weight, D 2041 $ 120 Swell, CT 305 $ 165 Unit Weight sample or cone, D 2728, CT 308 ......... ..............._ :. 90 Aaarecates Absorption, Coarse, C 127 $ Absorption, Fine, C 128 $ 45 Clay Lumps and Friable Particles, C 142 $ 55 Cleanness Value, CT 227,..._.._........ ._.......... ...._.......... ............... $ 60 Crushed Particles, CT 205 $ 45 Durability, Coarse. CT 229 $ 45 Durability, Fine, CT 229 $ 40 Los Angeles Abrasion, C 131 or C 535 $ 35 Mortar malting properties of fine aggregate, C 87...... $ 50 Organic Impurities, C 40 $ 60 Potential Reactivity of Aggregate (Chemical Method), C 289..... $ 440 Sand Equivalent CT 217 $ 120 Sieve Analysis, Coarse Aggregate, C 136 $ 55 Sieve Analysis. Fine Aggregate (including wash), C 136 $ Sodium Sulfate Soundness (per size fraction), C 88................ _....._ $ 55 30 Specific Gravity, Coarse, C 127 $ Specific Gravity, Fine, C 128.............. ......_..... ........ .......... _......... _$ 30 110 Special preparation of standard test specimens will be charged at the technician's hourly rate. 35 36 100 120 140 130 130 180 275 55 390 90 105 105 180 75 85 C2 mailing wage Ninyo & Moore is accredited to perform the AASHTO equivalent of many ASTM test procedures. -74- NOTICE OF VERIFICATION AND CERTIFICATION February, 6 2014 Elizabeth Brooks Ninyo & Moore 5710 Ruffin Road San Diego, CA 92123 CHS Verification Order Number: 90CS0160 Congratulations, the Supplier Clearinghouse is pleased to inform you that in accordance with General Order / 56, your business enterprise has successfully completed the verification process, and your company has received the following. certification: MBE Your company will now be recognized by the Joint Utilities as a women and/or minority -owned business when competing for procurements by public utilities participating in the Utility Supplier Diversity Program. Your Certification is valid for three years and you are required to reverify your company's WMBE status at least 30 days prior to your expiration date. Please notify our office of any change in your address or contact information so that we can maintain your most current contact information. You must notify our office of any change in ownership and/or control of your company within 30 days of the change. Failure to provide that notification is in violation of section 8285 of the Public Utilities Code and could render your certification status invalid. If your company was verified and certified under the CAV (Comparable Agency Verification) process, your certificate status will expire on the same expiration date as that of the comparable agency except for SBA 8a Certificates that ere valid for a seven year period. However, please note that the maximum verified certification period for the Supplier Clearinghouse is three years regardless of any CAV expiration date in excess of three years. The Supplier Clearinghouse may request additional information or conduct an on -site visit at any time during the term of your verified certification status. The Supplier Clearinghouse may reconsider your certification status and possibly rule invalid your verified status if it is determined that the status was knowingly obtained by false, misleading and/or incorrect information. Also note that if in a formal opinion, the California Public Utilities Commission detemiines that the WMBE verification criteria under which you were deemed eligible is no longer valid, then your status may change or you.may be required to comply with the change to maintain eligibility. Thank you for participating in the Utility Supplier Diversity program, We wish you much success in your business endeavors. Feel free to contact our °Max if you have questions, or visit our website at www.t esupplierclearinghomse.com. The Supplier Clearinghouse -75- NVS • Firm Bio • Fee Schedule -76- BEYOND ENOREERIND NV5 is a firm of professionals that directs their talent and experience into creating better solutions. Established in 1949, we are a publicly -owned and traded national corporation, incorporated in California. We have a reputation for excellence earned from a long list of established clients, with a focus on communities and a mission to use engineering to improve the quality of those communities. Our services are traditional — engineering, surveying, planning, construction management, and construction support — but our attitude, approach, and delivery are unique. The relationships we establish with our clients, our commitment to sustainability, and our involvement in the communities we live and work in set us apart from other companies. The result is that we go 'Beyond Engineering' every day, for every client, in a way that gives our clients a competitive advantage. Firm -wide, we offer 420 professional engineers, land surveyors, and support staff. We have 78 personnel located in a long-established office in San Diego. Located nearby, our staff can respond quickly and easily to your needs. NV5 has a long and successful working relationship with agencies including many local municipalities in San Diego County. With our team's prior experience in National City, we will expand working relationships with your staff and stakeholders. By selecting NVS for this on -call, you will ensure that your projects are completed in compliance with current local and regional procedures while also being cost-effective and on time. -77- Fee Schedule City of National City On -Call Consultant Services Hourly Rate Schedule Staff Classification 2014 Rate Principal $199.00 Associate $180.00 Sr. Project Manager/Engineering Manager $175.00 Assistant Project Manager/Sr. Civil Engineer $160.00 Associate Engineer $130.00 Assistant Engineer $120.00 Engineer I/Staff Engineer $9100 Sr. Civil Designer $110.00 CADD Technician III $110.00 Clerical/Administrative/Engineering Aide $60.00 Notes: 1. Hourly rates are fully burdened / loaded, including full compensation for all overhead and profit. Billing rates include provision for normal supplies and materials, in-house reproduction services, and local travel costs. 2. Reimbursable expenses will be charged at cost plus 10%. Reimbursable expenses shall include external reproduction services, deliveries, postage, electronic media, reference drawings, scanning, per diem and agency fees paid by consultant. 3. Travel outside of San Diego County will be charged at current IRS rate. 4. Subconsultants will be charged at cost. N V 5 -78- BEYOND la Sampo Engineering • Firm Bid • Fee Schedule • DBE Certification -79- SAMPD ENISIIMEERI1413,!NC. City of National City On -Call Project Support Services for Capital Improvement Program Corporation Sampo Engineering, Inc, has been an S Corporation since 2002. The business is one hundred percent owned and operated by Vincent Sampo, President and Native American member of the Juaneno Band of Mission Indians, tribal member no. 4383. Primary Point of Contact Vincent Sampo, Project Manager Sampo Engineering, Inc. 171 Saxony Road, Suite 213 Encinitas, CA 92024 760-436-0660 ext. 10 760-436-0659 fax vince@sampoengineering.com Team Organization and Key Personnel Vincent Sampo- Project Manager, RCE No. 44173, PLS 7655 Farid Dost-Project Engineer, RCE 81086 Dallas Buckner -Civil Designer, Survey Instrument Man, EIT 147110 Gary Christianson -Survey Party Chief Experience and Technical. Competence Sampo Engineering, Inc. (SEI) is a private Land Surveying and Civil Engineering DBEfCTDBE consulting firm located in the City of Encinitas, California. SEI has specialized in public works and land development projects throngjhout San Diego County for over twenty eight years. SEI offers a variety of professional consulting services including: Surveying Topographic Surveys Right -of- Way Surveys Construction Staking Property Boundary Surveys Monitoring Well Surveys Mapping Right -of -Way Assessments Easement Documents Corner Records Records of Survey Subdivision and Parcel Maps Boundary Adjustments Civil Engineering Grading and Drainage Plans Improvement Plans Erosion Control and BMP Plans Storm Water Quality Reports Hydrology and Hydraulics Land Planning Feasibility Studies Planning Studies Tentative Maps Discretionary Processes Tentative Parcel Maps Ex}ibits/Presentations -80- SEI uses the latest version of Civil 3-D software from Autodesk for computer aided design and drafting to generate engineering drawings and survey maps. For field surveys, GPS and robotic total station instruments with data collection devices are used. SEI is certified as a Small Business Enterprise (SBE) with the State of California, Department of General Services, a Disadvantaged Business Enterprise (DBE) and Underutilized Disadvantaged Business Enterprsc (UDBE - Native American owned) with the California Department of Transportation. We are also certified with the U. S. Small Business Administration program as an 8(a) firm. Our reputation as one of the favored UDBE land surveying and civil engineering firms in San Diego County has resulted in recent contract awards for civil engineering and land surveying services for the National City Aerial and Roundabouts, Carlsbad Encinas Power Plaut, Camino Del Mar Bridge, North Torrey Pines Road Bridge, City of San Marcos South Lake Park, Araz Road Bridge and the City of Encinitas Balour Drive Street Improvement projects, Recent Project Experience North Torrey Pines Road Bridge, Del Mar, CA Responsible for field surveying lines and grades associated with the reconstruction of the existing bridge under the construction management contract. •UDBE subcontractor to TYLIN International. City of National City On -Call Surveying. National City CA Responsible for aerial topography surveys and on -call supplemental conventional surveys of existing parks and streets for future improvements. UDBE subcontractor to Kimley Horn and Associates. Araz Road Bridge, Imperial County, CA Responsible for aerial topography surveys and right-of-way mapping. UDBE subcontractor to TYLIN International. Camino Del Mar Bridge, Del Mar, CA Responsible for civil engineering staging alternatives and utilities for the reconstruction of the Camino Del Mar Bridge. UDBE subcontractor to Simon Wong Engineering. City of San Marcos South Lake Park„ San Marcos, CA Responsible for public and private water and sewer utility plans and profiles to serve a new city park, restrooms and boat dock. DBE subcontractor to REF Consulting. City of Encinitas Street Improvements. F.neinitas, CA Responsible for designing and drafting public improvement plans for alley and San Elijo Avenue improvements and storm drain. Prime Consultant. Knowledge of Regulations Sampo Engineering, Inc. has overtwenty eight years of experience working in cities throughout the county of San Diego. We work under federal and state regulations on a regular basis particularly the Department of Transportation Highway Design Standards, Caltrans Surveying Standards and traffic Control Manuals, the Green Book for Public Works Construction and County Regional Standard Details and Specifications. -81- v SAP© ENStNEERu l3,lNNG. Page 1 of 2 Fee Schedule Land Surveying Services Principal Land Surveyor ,.$170.00/hr One Person Survey Crew* * $177.00/hr Two Person Survey Crew** .... $285.00/hr Three Person Survey Crew** $375.00/hr Office Calculations/Mapper $130.00/hr Drafter ...$80.00/hr Technical Typist/Office Assistant ...$60.00/hr Civil Engineering Services Principal Engineer $170.00/hr Project Engineer ... $130.00/hr Senior Designer ..$120.00/hr Designer .... $100.00/hr Drafter .,.$80.00/hr Technical Typist/Office Assistant .$60.00/hr ** Indicates Prevailing Wage Rate 171 Saxony Road, Suite 213 Street ♦ Encinitas, CA 92024 ♦ phone: 760-436-0660 ♦ fax: 760-436-0659 info@sampoengineering.com -82- Page 2 of 2 Fee Schedule (cant) Reimbursable Expenses Vehicle Mileage.. .$0.56 per mile to and from project sites and during the course of work. In House Plotting on HP Designjet 500 8512" x 11" Bright White Bond.$2.00 per sheet 11" x 17" Translucent Bond...$2.00 per sheet 11" x 17" Bright White Bond..$2.00 per sheet 11" x 17" Mylar (4 mil) . $20.00 per sheet 24" x 36" Translucent Bond...$5.00 per sheet 24" x 36" Bright White Bond..$5.00 per sheet 24" x 36" Mylar (4 mil) ...$60.00 per sheet 36" x 42" Translucent Bond...$8.00 per sheet 36" x 42" Bright White Bond..$8.00 per sheet 36" x 42" Mylar (4 mil) ..$100.00 per sheet In House Copies on Canon MFB 530 8 2" x 11" Bond $0.10 per page 11"x17"Bond ...$0.50perpage In House Binding on Combind C110e 1-25 pages ........................$10.00 26-50 pages .$15.00 51-100 pages $25.00 100 + pages .$35.00 Note: Out sourced reimbursable expenses such as printing and reproductions, deliveries, and overnight services, computerized plotting, materials, shipping, postage, etc., will be charged to the client at the consultants cost without mark-up. -83- CALIFORNIA UNIFIED CERTIFICATION PROGRAM DISADVANTAGED BUSINESSENTERPRISE INC� CERTIFICATE SA Po ENGINEERING, INC. W34 SliCONO 51 th1"T ENC IrNF;A S. CA 92f75 Owner: VINCi NT SAMPO Business Structure: CORPORATION The certificate acknowledges that acid firm itt.approved by the California Ulitt t CesdIketlen Program ICifCP) ma a I;IiSadcernraged 8t141ss £tetexitrlse (DBE) et: Mined by the 11.S. Department afTranspurtatfnn (DOT) CIF 49 Port 26, as may he amended, Tor thefollnwing NMCS codes: NAILS Code ) ' indicates primary NAICS code * 541330 Engineering �Slery 541310 Surveying mitt Mailing (except Geophysicall Services 221119 Water Supply and.Irrigation Systems 237990 Other Heavy and Civil Engineering Construction Work Category Code(s) C2Ot45 C87?t gym; IRRIGATION SYSTEM CIVIL #Ni�7_NC 13RA»c. Licenses EC Civil Engineer CERTIFYING AGENCY: DEPARTM'1?' T OF TRANSPORTATION 1823 14TIi STREET, MS 79 SACRAM}i'4TO, CA 958 t I MOO (911%):1244700 1. 1 and Surveyor 237210 Land Suhdivkion 341360 Get,hy*-icul Surveying anti Mapping Set-444'cl. 54130 Drafting Scrv'ie s 51714t i 'OeCTErieraPrepatanon Services -C8710 ENCNT fiG SLTR'lo ' OR '1C982t LANI MIRVEY LNG ITT Finn Nuinher : 31488 It is ['Mrs Iraq. and ableetire in promote and ataintaif a leeel Oaring OM far lams hi ['amain an it:d uvet-aid rmtrnNa. We erasure no n tinesi »1Mdian in the awwrd tad-aAmtalnttrattan Or iII% DOT atwisteti contracts lured ea OR r gnb+easeais hiMt CR# Path 21 and la. A}o iI t 7.-4101+ Schmidt Design Group • Firm Rio • Fee Schedule • SB Certification -85- SCHMIDT DESIGN GROUP, INC. BALANCING ARTISTIC EXPRESSION IN DESIGN WITH ENVIRONMENTAL SENSITIVITY Founded 1983 by Glen Schmidt Incorporated January 1, 1991, California Certifications SBEISLBE Areas of Expertise Landscape Architecture licensed in CA, NV, AZ, UT Offices San Diego (Office serving this contract) 2655 Fourth Avenue San Diego, CA 921o3 Northern California 3244 Broadmoor Lane Fairfield, CA 94534 Contact Mr, Jeffrey T (JT) Barr, Principal 2655 Fourth Avenue San Diego, CA 92103 Phone: 6i 9-236-1462 Email: jtbarrgschmidtdesign_com SCHMIDT DESIGN GROUP, INC. WWW.SCHMIDTDESION.COM Schmidt Design Group, Inc. provides comprehensive landscape architecture and planning services, with an emphasis on balancing artistic design with environmental sensitivity. We are a client -centered, service -oriented small business dedicated to creating signature spaces that reflect the character and vision of the communities in which we work. Firm Background >» Founded in 1983 by landscape architect and planner Glen Schmidt, FASLA, Schmidt Design Group has received more than go local, state and national awards for design and technical excellence. The firm is headquartered in San Diego, California with a branch office in the Sacramento area. A portfolio of the firm's award -winning work can be viewed at www.schmidtdesign. corn. Experience includes: Parks and Open Space • Urban in -Fill / Mixed -Use Developments Campus Planning and Design • Low Impact Design and 5tormwater Management • Design/Build Collaborations • Multi -Family Residential / Single Family Residential • Affordable Housing • Commercial and Industrial Sites • Office and Retail Environments • Museums and Interpretive Facilities • Healthcare / Healing Gardens Capabilities »> Schmidt Design Group, inc. specializes in public -realm design and has provided innovative design solutions and community facilitation for dozens of public municipalities throughout California. The staff includes i8 employees, comprised of six licensed landscape architects, three LEED professionals, a certified arborist, certified playground inspector and a certified landscape irrigation auditor. -86- SCHMIDT DESIGN GROUP, INC. BALANCING ARTISTIC EXPRESSION IN DESIGN WITH ENVIRONMENTAL SENSITIVITY 2655 Fourth Avenue, San Diego, CA 92,03 ✓_ic. CA 2138, NV2t9, AZ 34139 telephone {619} 236-1462 facsimile {61g} 236-8792 wnvw.schmidtdesign.co m Hourly Time and Materials Fee Schedule January 2014 Fees will be charged for technical work, consultation, and additional services. Charges will be made for typing, as in the preparation of reports and for time and costs of printing. No direct charges will be made for normal secretarial service, office management or general accounting; these items are included in overhead. Hourly Rates Principal Landscape Architect / President $2.25 / hour Principal Landscape Architect $T&5 / hour Senior Associate Landscape Architect $145 / hour Associate Landscape Architect $13o / hour Senior Project Manager / Licensed Landscape Architect $iio / hour Project Manager $85 / hour LandscapeDesigner$75 / hour Landscape Drafter $65 / hour Clerical / Typist $65 / hour Reimbursable Expenses In-house plotting will be charged per square -foot at the following rates: bond $2.00 per square -foot; vellum $3.0o per square -foot, mylar $4.oa per square -foot, color $5.00 per square -foot. In house color laser prints will be charged at $.5o for letter size, $.75 for legal size and $i.00 for ledger size. Mileage Mileage in the interest of the client will be charged at the current U.S. General Services Administration Privately Owned Vehicle Mileage Reimbursement Rates. Travel Time spent in travel in the interest of the client will be charged at hourly rates. A minimum of one hour will be charged for any site visit. No more than eight (8) hours oftravel time will he charged in any one day. Subsistence will be charged when it is necessary for personnel to be away from the office overnight. Rates may be adjusted annually. -87- California Certification Report- p. 1 - Generated on Mar 17, 2014 �:. yam; California Certification Report Legal StiStgeSS Name SCHMIDT DESIGN GROUP :INC Doing Business As SCHMIDT DESIGN GROUP INC Address 2655 4TH AVE Phone (619) 236-1462 SAN DIEGO, CA 92103 FAX . (619) 236-8792 Marl info@schmidtdesign.com Web Pagehttp://www schrnidtdesign_com Active Certrfitrons SB (micro) May 11, 2012 - May 31, 2016 BussnesS Types Service; 'Classifications [701117] Parks and gardens and orchards [811015) Civil engineering [901117) Camping and wilderness facilities Keywords landscape architecture, landscape design, land, environment, land planning, landscape -88-