HomeMy WebLinkAbout2020 CON Kimley Horn and Associates - Project Support Services CIP ProgramAGREEMENT
BETWEEN
THE CITY OF NATIONAL CITY
AND
KIMLEY-HORN AND ASSOCIATES, INC.
THIS AGREEMENT is entered into on this 21st day of January, 2020, between the CITY
OF NATIONAL CITY, a municipal corporation (the "CITY"), and KIMLEY-HORN AND
ASSOCIATES, INC., a North Carolina 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, on May 1, 2019, the Engineering & Public Works Department advertised a
Request for Qualifications (RFQ) for on -call project support services for National City's CIP;
WHEREAS, on June 10, 2019, the CONSULTANT submitted a Statement of
Qualifications (SOQ) in response to the RFQ, consistent with the requirements of the RFQ;
WHEREAS, the CITY has determined that the CONSULTANT is an engineering and
planning firm; and
WHEREAS, based on evaluation of the CONSULTANT SOQ and interview, the CITY
has determined that the CONSULTANT 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 to provide on -call CIP project support services for the CITY, 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. EFFECTIVE DATE AND LENGTH OF AGREEMENT. This Agreement
will become effective on January 21, 2020. The duration of this Agreement is for the period of
January 21, 2020 through January 20, 2023. This Agreement may be extended by mutual
agreement upon the same terms and conditions for an additional one (1) year term. The Parties
may exercise up to two one-year extensions. Any extension of this Agreement must be approved
in writing by the City Council.
3. SCOPE OF SERVICES. The CONSULTANT will perform services as set forth
in the attached Exhibit "A", including, but not limited to, project management; civil engineering;
traffic engineering; transportation planning; plan reviews; constructability reviews; long-range
planning; grants management; community outreach and communications.
The CONSULTANT will be expected to submit proposals for individual task orders in a
timely manner, consistent with the general scope of services described in Exhibit "A". Task
order proposals shall include a detailed scope of work, schedule of deliverables, and a "not -to -
exceed" cost estimate. The Project Coordinator will issue a Notice to Proceed upon approval of
each individual task order. After issuance of a Notice to Proceed for each individual task order,
the CONSULTANT will only receive compensation for actual work performed, on a time -and -
materials basis, consistent with the detailed scope of work, and within the limits of the "not -to -
exceed" cost estimate.
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 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
and confer for the purpose of negotiating a corresponding reduction or increase in the
compensation associated with said change in services.
4. PROJECT COORDINATION AND SUPERVISION. Stephen Manganiello,
City Engineer/Director of Public Works, 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. Roberto Ruiz-Salas, P.E.,
Contract Manager, thereby is designated as the Project Director for the CONSULTANT.
5. 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 compensation
for the CONSULTANT's work shall not exceed the rates set forth in Exhibit "B".The CITY will
not accept CONSULTANT "mark-ups" for services provided by SUBCONSULTANTS.
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.
6. ACCEPTABILITY 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
Standard Agreement Page 2 of 12
Revised May 2019 Kimley-Hom
City of National City and
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.
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: (1) be free from defects; (2)
become the property of the CITY for use with respect to this project; and (3) 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, and the right to reproduce, all written material, drawings, plans, specifications, or other work
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 Services 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, unemploy-
ment, 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
Standard Agreement Page 3 of 12 City of National City and
Revised May 2019 Kimley-Horn
CONSULTANT with its SUBCONSULTANT(S) shall require the SUBCONSULTANT(S) to
adhere to the applicable terms of this Agreement.
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 set forth in this Agreement. The CONSULTANT, or the CONSULTANT's agents,
servants, or employees are not in any manner agents, servants, or employees of the CITY. The
CONSULTANT and its agents, servants, and employees are wholly independent from the CITY
and CONSULTANT's obligations to the CITY are solely 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. CONSULTANT must promptly produce a copy of any such
license, permit, or approval to CITY upon request. 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. STANDARD 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 -section 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
Standard Agreement Page 4 of 12
Revised May 2019 Kimley-Horn
City of National City and
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.
13. NON-DISCRIMINATION PROVISIONS. The CONSULTANT shall not
discriminate against 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 the prior 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 15.
15. INDEMNIFICATION AND HOLD HARMLESS. For work performed under
this Agreement for design professional services, as described in California Civil Code Section
2782.8:
A. To the maximum extent provided by law, and as limited by California
Civil Code Section 2782.8, the CONSULTANT agrees to defend, indemnify, and hold harmless
the City of National City, its officers, officials, agents, employees, and volunteers 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, to the extent resulting from or arising out of the CONSULTANT's negligence,
recklessness, or willful misconduct in the performance of this Agreement. CITY will cooperate
Standard Agreement Page 5 of 12
Revised May 2019 Kimley-Hom
City of National City and
reasonably in the defense of any action, and CONSULTANT shall employ competent counsel,
reasonably acceptable to the City Attorney.
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.
For all other work performed under this Agreement not governed by California
Civil Code Section 2782.8:
B. To the maximum extent provided by law, the CONSULTANT agrees to
defend, indemnify and hold harmless the City of National City, its officers, officials, agents,
employees, and volunteers 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
CONSULTANT'S performance or other obligations under this Agreement; provided, however,
that this indemnification and hold harmless shall not include any claims or liability arising from
the established sole negligence or willful misconduct of the CITY, its agents, officers, employees
or volunteers. CITY will cooperate reasonably in the defense of any action, and CONSULTANT
shall employ competent counsel, reasonably acceptable to the City Attorney.
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.
16. EMPLOYEE PAYMENTS AND INDEMNIFICATION.
A. PERS Eligibility Indemnification. If CONTRACTOR's employee(s)
providing services under this Agreement claims, or is determined by a court of competent
jurisdiction or the California Public Employees Retirement System ("PERS") to be eligible for
enrollment in PERS of the CITY, CONTRACTOR shall indemnify, defend, and hold harmless
CITY for the payment of any employer and employee contributions for PERS benefits on behalf
of the employee as well as for payment of any penalties and interest on such contributions which
would otherwise be the responsibility of the CITY.
CONTRACTOR's employees providing service under this Agreement shall not:
(1) qualify for any compensation and benefit under PERS; (2) be entitled to any benefits under
PERS; (3) enroll in PERS as an employee of CITY; (4) receive any employer contributions paid
by CITY for PERS benefits; or (5) be entitled to any other PERS-related benefit that would
accrue to a CITY employee. CONTRACTOR's employees hereby waive any claims to benefits
or compensation described in this Section 16. This Section 16 applies to CONTRACTOR
notwithstanding any other agency, state or federal policy, rule, regulation, law or ordinance to
the contrary.
B. Limitation of CITY Liability. The payment made to CONTRACTOR
under this Agreement shall be the full and complete compensation to which CONTRACTOR and
CONTRACTOR's officers, employees, agents, and subcontractors are entitled for performance
Standard Agreement Page 6 of 12
Revised May 2019 Kimley-Hom
City of National City and
of any work under this Agreement. Neither CONTRACTOR nor CON 1RACTOR's officers,
employees, agents, and subcontractors are entitled to any salary or wages, or retirement, health,
leave or other fringe benefits applicable to CITY employees. The CITY will not make any
federal or state tax withholdings on behalf of CONTRACTOR. The CITY shall not be required
to pay any workers' compensation insurance on behalf of CONTRACTOR.
C. Indemnification for Employee Payments. CONTRACTOR agrees to
defend and indemnify the CITY for any obligation, claim, suit, or demand for tax, retirement
contribution including any contribution to PERS, social security, salary or wages, overtime
payment, or workers' compensation payment which the CITY may be required to make on
behalf of (1) CONTRACTOR, (2) any employee of CONTRACTOR, or (3) any employee of
CONTRACTOR construed to be an employee of the CITY, for work performed under this
Agreement. This is a continuing obligation that survives the termination of this Agreement.
17. 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 Labor 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, employees, and volunteers from and against all
claims, demands, payments, suits, actions, proceedings, and judgments of every nature and
description, including reasonable attorney'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.
18. INSURANCE. 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 insurance policies:
A. 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. The policy shall name the CITY and its officers, agents, employees, and
volunteers as additional insureds, and a separate additional insured endorsement shall be
provided.
C. Commercial General Liability Insurance, with minimum limits of either
$2,000,000 per occurrence and $4,000,000 aggregate, or $1,000,000 per occurrence and
$2,000,000 aggregate with a $2,000,000 umbrella policy, covering all bodily injury and property
damage arising out of its operations, work, or performance under this Agreement. The policy
shall name the CITY and its officers, agents, employees, and volunteers as additional insureds,
and a separate additional insured endorsement shall be provided. The general aggregate limit
must apply solely to this "project" or "location". The "project" or "location" should be noted
with specificity on an endorsement that shall be incorporated into the policy.
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
Standard Agreement Page 7 of 12
Revised May 2019 Kimley-Horn
City of National City and
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, officials, 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's Risk Manager, at the address listed in subsection G
below, 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.
G. The Certificate Holder for all policies of insurance required by this
Section shall be:
City of National City
c/o Risk Manager
1243 National City Boulevard
National City, CA 91950-4397
H. Insurance shall be written with only insurers authorized to conduct
business in California that hold a current policy holder's alphabetic and financial size category
rating of not less than A:VII according to the current Best's Key Rating Guide, or a company of
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 List
of Approved Surplus Line Insurers ("LASLI") and otherwise meet rating requirements.
I. 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 insurance policies required
by this Section 18 in full force and effect at all times during the term of this Agreement, the
CITY may treat the failure to maintain the requisite insurance as a breach of this Agreement and
terminate the Agreement as provided herein.
J. All deductibles and self -insured retentions in excess of $10,000 must be
disclosed to and approved by the CITY. CITY reserves the right to modify the insurance
requirements of this Section 18, including limits, based on the nature of the risk, prior
experience, insurer, coverage, or other special circumstances.
K. If the CONSULTANT maintains broader coverage or higher limits (or
both) than the minimum limits shown above, the CITY shall be entitled to the broader coverage
or higher limits (or both) maintained by the CONSULTANT. Any available insurance proceeds
in excess of the specified minimum limits of insurance and coverage shall be available to the
CITY.
19. LEGAL 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
Standard Agreement Page 8 of 12
Revised May 2019 Kimley-Horn
City of National City and
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.
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
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 or unfinished 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:
Standard Agreement Page 9 of 12
Revised May 2019 Kimley-Horn
City of National City and
To CITY: Stephen Manganiello
City Engineer/Director of Public Works
Engineering & Public Works Department
City of National City
1243 National City Boulevard
National City, CA 91950-4397
To CONSULTANT:
Roberto Ruiz-Salas, P.E.
Contract Manager
401 B Street
Suite 600
San Diego, CA 92101
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.
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 manner 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 Section 22 by the
CONSULTANT.
23. PREVAILING WAGES. 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
Standard Agreement Page 10 of 12 City of National City and
Revised May 2019 Kimley-Hom
rates apply and, if applicable, pay such rates in accordance with all laws, ordinances, rules, and
regulations.
24. ADMINISTRATIVE PROVISIONS.
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. To the extent any exhibits,
schedules, or provisions thereof conflict or are inconsistent with the terms and conditions
contained in this Agreement, the terms and conditions of this Agreement shall control.
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. Assignment & Assumption of Rights. CONSULTANT shall not assign this
Agreement, in whole or in part, to any other party without first obtaining the written consent of
CITY.
H. 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
I. Applicable Law. This Agreement shall be governed by and construed in
accordance with the laws of the State of California. The venue for any legal action arising under
this Agreement shall be in either state or federal court in the County of San Diego, State of
California.
J. 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.
K. 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.
L. Successors and Assigns. This Agreement shall be binding upon and shall
inure to the benefit of the successors and assigns of the parties hereto.
M. Subcontractors or Subconsultants. The CITY is engaging the services of
the CONSULTANT identified in this Agreement. The CONSULTANT shall not subcontract any
portion of the work, unless such subcontracting was part of the original proposal or is allowed by
Standard Agreement Page 11 of 12
Revised May 2019 Kimley-Hom
City of National City and
the CITY in writing. In the event any portion of the work under this Agreement is subcontracted,
the subconsultant(s) shall be required to comply with and agree to, for the benefit of and in favor
of the CITY, both the insurance provisions in Section 18 and the indemnification and hold
harmless provision of Section 15 of this Agreement.
N. 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.
IN WITNESS WHEREOF, the parties hereto have executed this Agreement on the date
and year first above written.
CITY OF NATIONAL CITY
By:
Alejandra Sotelo Solis, Mayor
APPROVED AS TO FORM:
Angil P. Morris -Jones
City Attorney
By:
R6berto M. Contreras
Deputy City Attorney
Standard Agreement
Revised May 2019
Page 12 of 12
KIMLEY-HORN AND ASSOCIATES, INC.,
A NORTH CAROLINA CORPORATION
(Corporation - signatures of two corporate officers re fired)
By:
two, JARDO
(Print)
&SS OC r 1L Zc. _ 71 S 3 Z
(Title)
(Name)
P\4411412q.l -1;Pktm%1.l
(Print)
kit Kc -(z- ,26)Cco
(Title) KHACA
03
City of National City and
Kimley-Horn
STATEMENT OF QUALIFICATIONS (SOQ) FOR
On -Call Project Support for
NATIONAL CITY'S
Capital Improvement Program (CIP)
June 10, 2019
Roberto Yano, P.E., Deputy City Engineer
City of National City, Engineering & Public Works Department
1243 National City Boulevard
National City, CA 91950
Re: Statement of Qualifications for On -Call Project Support Services for National City's
Capital Improvement Program (CIP)
Dear Mr. Yano and Members of the Selection Committee:
EXHIBIT,
CAl,fORM,A -
NATIONAL My
Ei:sr=
■
401 B Street
Suite 600
San Diego, California
92101
TEL 619.234.9411
With its commitment to improve the quality of life for its residents, its relentless dedication for the implementation of a
comprehensive transportation network, and its creativity for obtaining infrastructure funding, the City of National City
has demonstrated the impact that a "small" city can have through the implementation of CIP projects. For nine years,
our team has had the pleasure of partnering with the City on many transformative and award -winning projects. While we
remain impressed by the incredible successes that your CIP has achieved for the region in a relatively short time, we can't
help but get excited for what the future holds and the many opportunities to further transform the City. We strongly feel
that our team provides the commitment and services the City needs for a continued partnership to help you achieve goals
such as: continued momentum securing grant funds (identifying programs and competitive projects), enhancing safety for
people who rely on alternative modes, moving the needle on redevelopment and increased affordable housing, and ongoing
maintenance of existing infrastructure.
We have been your familiar "one -stop shop" for engineering, project management, grants management, community
outreach, and more since early 2010. The large list of projects completed together includes parks, creeks, utilities, public
works yards, water quality basins, complete streets, and active transportation projects. As projects have been completed,
the Public Works Department's priorities have shifted, and we have adapted our services to evolve with you. Part of our
success relies on our intentionality and flexibility to bring the right team and key staff to every project. I, Roberto Ruiz-
Salas, P.E., will continue to serve the City as your Contract Manager, providing day-to-day coordination with your staff.
To assist me, I will continue to rely on Jennifer Koopman, P.E. and Leo Espelet, P.E., T.E. as key team members with a
long working relationship with the City and deep understanding of the City's needs. The rest of our team includes familiar
subconsultants the City trusts, as well as new partners the City may need down the line such as Kounkuey Design
Initiative, Inc., a community development and design nonprofit that can offer fresh ideas to the City.
As your Contract Manager, I am excited to continue being your partner in the effort of enhancing the quality of life in the City
of National City, and I am enthusiastic about the work that lies ahead. If you have any questions about our submittal, please
contact me at 619.744.0155, roberto.ruizsalas@kimley-horn.com, or at the address listed above.
Sincerely,
KIMLEY-HORN AND ASSOCIATES, INC.
i
Roberto Ruiz-Salas, P.E.,
Contract Manager
Kimley»>Horn
111
EXECUTIVE SUMMARY
STATEMENT OF QUALIFICATIONS (SOQ) FOR
On -Call Project Support for
NATIONAL CITY'S
Capital Improvement Program (CIP)
Nig
- CALIFORNIA -
NATIONAL OTT
l sr
Our team is proud of our longstanding partnership with National City and would be honored to continue serving you on
this on -call contract. Through this proposal we will highlight the nearly decade -long relationship between Kimley-Horn
and National City consisting of award -winning projects, successful grant applications, and noteworthy milestones. The
timeline on the following page highlights some milestone moments since our first interaction in 2008.
The key to our successful partnership has been our capacity to evolve with the City's needs; we want to continue the
evolution of services we offer so we can pursue new ventures with the City. Through this contract, we not only want to
continue offering the services that have made us successful in the past—i.e., preparing construction documents for CIP
projects, grant writing, community outreach, and utility coordination —but we also want to propose services that will be
beneficial in the coming years such as updating the City's Housing Element, helping create more affordable housing,
updating the City's Pavement Management Plan, creating new community gathering spaces, introducing mobility hubs,
and more. Kimley-Horn has had success with these services with other agencies, like the City of Encinitas, MTS, and the
San Diego County Regional Airport Authority.
To fully support the City in your upcoming endeavors, we have
curated a specialized team of experts to support you.
Our team will be led by a familiar face —Roberto Ruiz-
Salas, P.E. Roberto has worked alongside you on several
important City projects, and will continue to serve as your
dedicated Contract Manager and main point of contact.
Roberto will oversee a group of experienced Task Order
Managers that will be assigned to lead specific tasks based on
the project type and size.
With Roberto onboard, you can rest
easy knowing that your projects will be
designed and managed by someone who
shares the same level of enthusiasm to
make National City a wonderful place to
live, work, and play as you do.
/
In addition to our internal team, we have partnered with trusted subconsultants that have been part of our National
City team in the past: Aark Engineering, Inc. will complement our in-house structural engineering team, Leighton
Consulting, Inc. will provide geotechnical studies, Platt/Whitelaw Architects, Inc. will be our Architect, and Sampo
Engineering, Inc. will provide survey services. Additionally, we have included new subconsultants that will add a
fresh perspective to our project approach and provide reliable services to the City: Kounkuey Design Initiative, Inc.
has transformed under-resourced communities by offering creative ideas for street use; San Dieguito Engineering,
Inc. and AirX Utility Surveyors will work with our team to complete utility research; and Rincon Consultants, Inc.
will help work through the environmental process of projects. Many of our partners are DBE certified, helping us meet
necessary goals when delivering federally -funded projects.
National City deserves a consultant who has a deep understanding of your local enviornment and shares your vision for
the future. And, most importantly, has the tools and resources to deliver. Kimley-Horn is your partner.
City of National City I GMOC80018.19
4 Kimley>>> Horn
STATEMENT OF QUALIFICATIONS (SOO) FOR
On -Call Project Support for
NATIONAL CITY'S
Capital Improvement Program (CIP)
EXPERIENCE AND TECHNICAL COMPETENCE
A. DISCIPLINES OF INTEREST
-- CAIIfORMIA -
NATIONAL CITy
o Civil Engineering
o Structural Engineering
o Electrical Engineering
o Traffic Engineering
o Traffic Signal Communications
Infrastructure and Systems
Integration
o Traffic Data Collection
o Transportation Planning
o Architecture
o Landscape Architecture
o ADA Compliance and
Universal Design
o Graphic Information Systems (GIS)
o Utility Design and Coordination
o Land Surveying
o Geotechnical
o Environmental Planning, Design,
and Engineering
o Environmental Compliance
o Planning and Design
o Community Outreach
o Engineering and Project
Management
o Grants Management
o Capital Needs Assessments
and Asset Management
o Housing and Real Estate
Development Services
B. STAFFING PLAN, QUALIFICATIONS OF STAFF AND AVAILABILITY
Staffing Plan
The Kimley-Horn team will continue to provide key personnel and resources to serve the City in the delivery
of your CIP. Our past experiences working with the City demonstrate our flexibility to meet the City's needs.
To supplement our team, we have partnered with specialized subconsultants who are highly experienced in working
on similar CIP projects. Many of our key personnel and teaming partners assigned to this contract have functioned in
similar positions on past contracts with the City.
Roberto Ruiz-Salas, P.E. will serve as your overall Contract Manager. He will be the City's primary point of contact and will
oversee the preparation of construction documents; coordinate with City, State, and other affected agencies; and approve
submittals. Roberto's work with the City's staff provides him with a thorough understanding of City procedures, and makes
him uniquely qualified to meet the City's needs.
Roberto will be supported by a familiar internal "Core Team" that includes Dennis Landaal, P.E. (Principal -in -Charge),
Jennifer Koopman, P.E. (QC/QA; Grants Task Order Manager; English Public Outreach); Leo Espelet, P.E., T.E. (Traffic
Task Order Manager; Spanish Public Outreach); and Sam McWhorter, P.E. (Water/Utilities Task Order Manager). Since
2011, this core team has successfully delivered a wide range of projects in the City. While we strive to keep our core team
consistent, we are part of an office with more than 100 highly qualified engineers, professionals, and support staff focused
on meeting the needs of local agencies and private development clients in San Diego. In addition, we have access to over
3,600 people in 89 offices nationwide to add technical expertise or staff demands during periods of high workload and
short delivery times. Our team looks at workload on a weekly, monthly, and six-month basis to ensure we have the right
staff for the job.
City of National City I GMOC80018.19
9 Kimley>>>Horn
EXHIBIT B
Kimley>>>Horn
On -Call Project Support Services For
National City's Capital Improvement Program (CIP)
Rate Schedule
Effective October 2, 2019 to January 20, 2023
Classification Hourly Bill Rate*
Sr. Professional II $320
Sr. Environmental Planner $260
Sr. Professional I $260
Professional II $230
Professional I $195
Analyst II $170
Analyst I $155
Support Staff $130
*Rates will be escalated 5% for each optional contract year
Other Direct Costs: Outside Printing/Reproduction, Delivery Services/USPS, Misc.
Field Equipment/Supplies, and Travel Expenses will be billed. Mileage will be billed at
the Federal Rate.
RESOLUTION NO. 2020 - 11
RESOLUTION OF THE CITY COUNCIL OF THE CITY OF NATIONAL CITY, 1)
AUTHORIZING THE MAYOR TO EXECUTE A THREE-YEAR AGREEMENT WITH
KIMLEY-HORN AND ASSOCIATES, INC. FOR A NOT -TO -EXCEED AMOUNT OF
$2,000,000 TO PROVIDE ON -CALL PROJECT SUPPORT SERVICES FOR
NATIONAL CITY'S CAPITAL IMPROVEMENT PROGRAM (CIP), INCLUDING, BUT
NOT LIMITED TO, PROJECT MANAGEMENT; CIVIL ENGINEERING; TRAFFIC
ENGINEERING; TRANSPORTATION PLANNING; PLAN REVIEWS;
CONSTRUCTION SUPPORT; CONSTRUCTABILITY REVIEWS; LONG-RANGE
PLANNING; GRANTS MANAGEMENT; COMMUNITY OUTREACH AND
COMMUNICATIONS; AND 2) AUTHORIZING THE CITY MANAGER TO EXECUTE
ANY PROJECT -SPECIFIC SUPPLEMENTAL AGREEMENTS, AS MAY BE
REQUIRED FOR GRANT FUNDED PROJECTS
WHEREAS, National City's Capital Improvement Program (CIP) estimates
approximately $80 million in Capital Improvement Projects needs over the next five years
to include corridor enhancements for traffic calming, pedestrian / bicycle safety (including
Americans with Disabilities Act compliance) and smart growth redevelopment; road diets
and complete streets; safe routes to school; traffic signal modifications; new street lights;
sewer replacement and upsizing; storm drain improvements and implementation of Low -
Impact Development (LID) measures for treatment of urban storm water runoff; drought
tolerant landscaping; facilities improvements; and park amenities; and
WHEREAS, in order to successfully design, manage and construct these
projects, the Engineering & Public Works Department advertised a Request for
Qualifications (RFQ) for various engineering, architectural and construction support
services on May 1, 2019; and
WHEREAS, the RFQ was advertised on the City's website, published in the
San Diego Union Tribune, e-mailed to over 100 professional consulting firms and also
advertised on PlanetBids where over 400 firms were notified; and
WHEREAS, the City also hosted an Information Session regarding the RFQ
process on May 14, 2019 at the Martin Luther King Jr. Community Center, which was
attended by over 100 people; and
WHEREAS, the City received 71 Statement of Qualifications (SOQs) from
various firms by the June 10, 2019 deadline and reviewed, taking into consideration,
among other things, past performance history, knowledge of the environment, the type of
services offered, and the cost to the City; and
WHEREAS, based on an interview, qualifications, and past performance,
staff recommends executing a three-year Agreement (with the option to extend for two,
one year extensions) with Kimley-Horn and Associates, Inc. for a not -to -exceed amount
of $2,000,000 to provide on -call project support services for National City's CIP, including,
but not limited to, project management; civil engineering; traffic engineering; transportation
planning; plan reviews; constructability reviews; long-range planning; grants management;
community outreach and communications; and
Resolution No. 2020 - 11
Page Two
WHEREAS, in addition, staff recommends authorizing the City Manager to
execute any project -specific supplemental agreements, as may be required for grant
funded projects.
NOW, THEREFORE, BE IT RESOLVED, that the City Council hereby
authorizes the Mayor to execute a three-year Agreement (with the option to extend for
two, one year extensions) with Kimley-Horn and Associates, Inc. for a not -to -exceed
amount of $2,000,000 to provide on -call project support services for National City's CIP,
including, but not limited to, project management; civil engineering; traffic engineering;
transportation planning; plan reviews; construction support; constructability reviews; long-
range planning; grants management; community outreach and communications. Said
Agreement is on file in the office of the City Clerk.
BE IT FURTHER RESOLVED, that the City Council hereby authorizes the
City Manager to execute any project specific supplemental agreements as may be
required for grant funded projects.
PASSED and ADOPTED this 21st day of January, 2020.
Alejandra Sotelo-Solis, Mayor
ATTEST:
ph Michael R.'balla, City Clerk
APPROVED AS TO FORM:
"Morris -Jones
ttorney
Passed and adopted by the Council of the City of National City, California, on
January 21, 2020 by the following vote, to -wit:
Ayes: Councilmembers Cano, Morrison, Quintero, Rios, Sotelo-Solis.
Nays: None.
Absent: None.
Abstain: None.
AUTHENTICATED BY: ALEJANDRA SOTELO-SOLIS
Mayor of the City of National City, California
MICHAEL R. DALLA
City Clerk of the City of National City, California
By:
Deputy
I HEREBY CERTIFY that the above and foregoing is a full, true and correct copy of
RESOLUTION NO. 2020-11 of the City of National City, California, passed and adopted
by the Council of said City on January 21, 2020.
City Clerk of the City of National City, California
By:
CITY OF NATIONAL CITY, CALIFORNIA
COUNCIL AGENDA STATEMENT
MFETING DATE: January 21, 2020
AGENDA ITEM NO. 24
ITEM TITLE:
Resolution of the City Council of the City of National City, 1) authorizing the Mayor to execute a three-year
Agreement with Kimley-Horn and Associates, Inc. for a not -to -exceed amount of $2,000,000 to provide on -call
project support services for National City's Capital Improvement Program (CIP), including, but not limited to,
project management; civil engineering; traffic engineering; transportation planning; plan reviews; constructability
reviews; long-range planning; grants management; community outreach and communications; and 2)
authorizing the City Manager to execute any project -specific supplemental agreements, as may be required for
grant funded projects.
PREPARED BY: Jose Lopez, P.E., Associate Civil Engineer DEPARTMENT: Engineering/Public Works
PHONE: 619-336-4312
EXPLANATION:
1See attached.
APPROVED BY:
FINANCIAL STATEMENT: APPROVED: /Te�C�; Finance
ACCOUNT NO. APPROVED: MIS
Funds are appropriated in various CIP accounts for FY 2020; funding for subsequent fiscal years is dependent on
future CIP appropriations as part of annual budget and/or future grant awards
ENVIRONMENTAL REVIEW:
N/A
ORDINANCE: INTRODUCTION:
FINAL ADOPTION:
STAFF RECOMMENDATION:
Adopt Resolution executing an Agreement with Kimley-Horn and Associates, Inc. for a not -to -exceed amount of
$2,000,000 to provide on -call project support services for National City's CIP.
BOARD / COMMISSION RECOMMENDATION:
N/Al
FTACHMENTS:
1. Explanation
2. Agreement
3. Resolution
5&i4ufr.4 .wd - I/
Explanation:
National City's Capital Improvement Program (CIP) estimates approximately $80 million
in capital needs over the next five years. Projects include, for example, corridor
enhancements for traffic calming, pedestrian / bicycle safety (including Americans with
Disabilities Act compliance) and smart growth redevelopment; road diets and complete
streets; safe routes to school; traffic signal modifications; new street lights; sewer
replacement and upsizing; storm drain improvements and implementation of Low -
Impact Development (LID) measures for treatment of urban storm water runoff; drought
tolerant landscaping; facilities improvements; and park amenities.
In order to successfully design, manage, and construct these projects, the Engineering
& Public Works Department advertised a Request for Qualifications (RFQ) for various
engineering, architectural, and construction support services on May 1, 2019. Additional
services requested via the RFQ include, for example, plan and map reviews,
preparation of plat and legal descriptions, sewer system management and financial
administration, housing and real estate development services, Building Department
support services, and environmental compliance involving storm water, wastewater and
hazardous materials.
The RFQ was advertised on the City's website, published in the San Diego Union
Tribune, e-mailed to over 100 professional consulting firms, and also advertised on
PlanetBids where over 400 firms were notified. Additionally, the City hosted an
Information Session regarding the RFQ process on May 14, 2019 at the MLK Jr.
Community Center, which was attended by over 100 people. The Department received
71 Statement of Qualifications (SOQs) from various firms by the June 10, 2019
deadline. Copies of the SOQs received are available in the Office of the City Engineer.
Based on the strength of their SOQ, interview, and past performance, staff recommends
executing a three-year Agreement (with the option to extend for two, one year
extensions) with Kimley-Horn and Associates, Inc. for a not -to -exceed amount of
$2,000,000 to provide on -call project support services for National City's CIP, including,
but not limited to, project management; civil engineering; traffic engineering;
transportation planning; plan reviews; constructability reviews; long-range planning;
grants management; community outreach and communications. See Exhibit "A" for
general scope of work and Exhibit "B" for schedule of fees. Services will be provided
"as -needed" based on available funding and capital priorities.
In addition, staff recommends authorizing the City Manager to execute any project -
specific supplemental agreements, as may be required for grant funded projects. These
supplemental agreements would reference the terms and conditions of the attached
master on -call Agreement, while incorporating additional project -specific grant
requirements for use of consultant support services. Authorization to accept and
appropriate grant funds, and execute grant agreements with the awarding agency (e.g.
Caltrans, SANDAG, etc.) would still require separate City Council action.
-1-
AGREEMENT
BETWEEN
THE CITY OF NATIONAL CITY
AND
KIMLEY-HORN AND ASSOCIATES, INC.
THIS AGREEMENT is entered into on this 21st day of January, 2020, between the CITY
OF NATIONAL CITY, a municipal corporation (the "CITY"), and KIMLEY-HORN AND
ASSOCIATES, INC., a North Carolina 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, on May 1, 2019, the Engineering & Public Works Department advertised a
Request for Qualifications (RFQ) for on -call project support services for National City's CIP;
WHEREAS, on June 10, 2019, the CONSULTANT submitted a Statement of
Qualifications (SOQ) in response to the RFQ, consistent with the requirements of the RFQ;
WHEREAS, the CITY has determined that the CONSULTANT is an engineering and
planning firm; and
WHEREAS, based on evaluation of the CONSULTANT SOQ and interview, the CITY
has determined that the CONSULTANT 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 to provide on -call CIP project support services for the CITY, 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. EFFECTIVE DATE AND LENGTH OF AGREEMENT. This Agreement
will become effective on January 21, 2020. The duration of this Agreement is for the period of
January 21, 2020 through January 20, 2023. This Agreement may be extended by mutual
agreement upon the same terms and conditions for an additional one (1) year term. The Parties
may exercise up to two one-year extensions. Any extension of this Agreement must be approved
in writing by the City Council.
-2-
3. SCOPE OF SERVICES. The CONSULTANT will perform services as set forth
in the attached Exhibit "A", including, but not limited to, project management; civil engineering;
traffic engineering; transportation planning; plan reviews; constructability reviews; long-range
planning; grants management; community outreach and communications.
The CONSULTANT will be expected to submit proposals for individual task orders in a
timely manner, consistent with the general scope of services described in Exhibit "A". Task
order proposals shall include a detailed scope of work, schedule of deliverables, and a "not -to -
exceed" cost estimate. The Project Coordinator will issue a Notice to Proceed upon approval of
each individual task order. After issuance of a Notice to Proceed for each individual task order,
the CONSULTANT will only receive compensation for actual work performed, on a time -and -
materials basis, consistent with the detailed scope of work, and within the limits of the "not -to -
exceed" cost estimate.
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 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
and confer for the purpose of negotiating a corresponding reduction or increase in the
compensation associated with said change in services.
4. PROJECT COORDINATION AND SUPERVISION. Stephen Manganiello,
City Engineer/Director of Public Works, 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. Roberto Ruiz-Salas, P.E.,
Contract Manager, thereby is designated as the Project Director for the CONSULTANT.
5. 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 compensation
for the CONSULTANT's work shall not exceed the rates set forth in Exhibit "B".The CITY will
not accept CONSULTANT "mark-ups" for services provided by SUBCONSULTANTS.
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.
6. ACCEPTABILITY 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
Standard Agreement
Page 2 of 12
City of National City and
Revised May 2019 Kimley-Hom
-3-
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.
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: (1) be free from defects; (2)
become the property of the CITY for use with respect to this project; and (3) 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, and the right to reproduce, all written material, drawings, plans, specifications, or other work
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 Services 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, unemploy-
ment, 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
Standard Agreement Page 3 of 12
Revised May 2019 Kimley-Horn
City of National City and
-4-
CONSULTANT with its SUBCONSULTANT(S) shall require the SUBCONSULTANT(S) to
adhere to the applicable terms of this Agreement.
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 set forth in this Agreement. The CONSULTANT, or the CONSULTANT's agents,
servants, or employees are not in any manner agents, servants, or employees of the CITY. The
CONSULTANT and its agents, servants, and employees are wholly independent from the CITY
and CONSULTANT's obligations to the CITY are solely 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. CONSULTANT must promptly produce a copy of any such
license, permit, or approval to CITY upon request. 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. STANDARD 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 -section 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
Standard Agreement
Page 4 of 12
City of National City and
Revised May 2019 Kimley-Hom
-5-
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.
13. NON-DISCRIMINATION PROVISIONS. The CONSULTANT shall not
discriminate against 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 the prior 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 15.
15. INDEMNIFICATION AND HOLD HARMLESS. For work performed under
this Agreement for design professional services, as described in California Civil Code Section
2782.8:
A. To the maximum extent provided by law, and as limited by California
Civil Code Section 2782.8, the CONSULTANT agrees to defend, indemnify, and hold harmless
the City of National City, its officers, officials, agents, employees, and volunteers 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, to the extent resulting from or arising out of the CONSULTANT's negligence,
recklessness, or willful misconduct in the performance of this Agreement. CITY will cooperate
Standard Agreement
Page 5 of 12
City of National City and
Revised May 2019 Kimley-Horn
-6-
reasonably in the defense of any action, and CONSULTANT shall employ competent counsel,
reasonably acceptable to the City Attorney.
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.
For all other work performed under this Agreement not governed by California
Civil Code Section 2782.8:
B. To the maximum extent provided by law, the CONSULTANT agrees to
defend, indemnify and hold harmless the City of National City, its officers, officials, agents,
employees, and volunteers 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
CONSULTANT'S performance or other obligations under this Agreement; provided, however,
that this indemnification and hold harmless shall not include any claims or liability arising from
the established sole negligence or willful misconduct of the CITY, its agents, officers, employees
or volunteers. CITY will cooperate reasonably in the defense of any action, and CONSULTANT
shall employ competent counsel, reasonably acceptable to the City Attorney.
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.
16. EMPLOYEE PAYMENTS AND INDEMNIFICATION.
A. PERS Eligibility Indemnification. If CONTRACTOR's employee(s)
providing services under this Agreement claims, or is determined by a court of competent
jurisdiction or the California Public Employees Retirement System ("PERS") to be eligible for
enrollment in PERS of the CITY, CONTRACTOR shall indemnify, defend, and hold harmless
CITY for the payment of any employer and employee contributions for PERS benefits on behalf
of the employee as well as for payment of any penalties and interest on such contributions which
would otherwise be the responsibility of the CITY.
CONTRACTOR's employees providing service under this Agreement shall not:
(1) qualify for any compensation and benefit under PERS; (2) be entitled to any benefits under
PERS; (3) enroll in PERS as an employee of CITY; (4) receive any employer contributions paid
by CITY for PERS benefits; or (5) be entitled to any other PERS-related benefit that would
accrue to a CITY employee. CONTRACTOR's employees hereby waive any claims to benefits
or compensation described in this Section 16. This Section 16 applies to CONTRACTOR
notwithstanding any other agency, state or federal policy, rule, regulation, law or ordinance to
the contrary.
B. Limitation of CITY Liability. The payment made to CONTRACTOR
under this Agreement shall be the full and complete compensation to which CONTRACTOR and
CONTRACTOR's officers, employees, agents, and subcontractors are entitled for performance
Standard Agreement Page 6 of 12 City of National City and
Revised May 2019 Kimley-Horn
-7-
of any work under this Agreement. Neither CONTRACTOR nor CONTRACTOR's officers,
employees, agents, and subcontractors are entitled to any salary or wages, or retirement, health,
leave or other fringe benefits applicable to CITY employees. The CITY will not make any
federal or state tax withholdings on behalf of CONTRACTOR. The CITY shall not be required
to pay any workers' compensation insurance on behalf of CONTRACTOR.
C. Indemnification for Employee Payments. CONTRACTOR agrees to
defend and indemnify the CITY for any obligation, claim, suit, or demand for tax, retirement
contribution including any contribution to PERS, social security, salary or wages, overtime
payment, or workers' compensation payment which the CITY may be required to make on
behalf of (1) CONTRACTOR, (2) any employee of CONTRACTOR, or (3) any employee of
CONTRACTOR construed to be an employee of the CITY, for work performed under this
Agreement. This is a continuing obligation that survives the termination of this Agreement.
17. 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 Labor 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, employees, and volunteers from and against all
claims, demands, payments, suits, actions, proceedings, and judgments of every nature and
description, including reasonable attorney'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.
18. INSURANCE. 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 insurance policies:
A. 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. The policy shall name the CITY and its officers, agents, employees, and
volunteers as additional insureds, and a separate additional insured endorsement shall be
provided.
C. Commercial General Liability Insurance, with minimum limits of either
$2,000,000 per occurrence and $4,000,000 aggregate, or $1,000,000 per occurrence and
$2,000,000 aggregate with a $2,000,000 umbrella policy, covering all bodily injury and property
damage arising out of its operations, work, or performance under this Agreement. The policy
shall name the CITY and its officers, agents, employees, and volunteers as additional insureds,
and a separate additional insured endorsement shall be provided. The general aggregate limit
must apply solely to this "project" or "location". The "project" or "location" should be noted
with specificity on an endorsement that shall be incorporated into the policy.
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
Standard Agreement Page 7 of 12 City of National City and
Revised May 2019 Kimley-Horn
-8-
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, officials, 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's Risk Manager, at the address listed in subsection G
below, 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.
G. The Certificate Holder for all policies of insurance required by this
Section shall be:
City of National City
c/o Risk Manager
1243 National City Boulevard
National City, CA 91950-4397
H. Insurance shall be written with only insurers authorized to conduct
business in California that hold a current policy holder's alphabetic and financial size category
rating of not less than A:VII according to the current Best's Key Rating Guide, or a company of
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 List
of Approved Surplus Line Insurers ("LASLI") and otherwise meet rating requirements.
I. 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 insurance policies required
by this Section 18 in full force and effect at all times during the term of this Agreement, the
CITY may treat the failure to maintain the requisite insurance as a breach of this Agreement and
terminate the Agreement as provided herein.
J. All deductibles and self -insured retentions in excess of $10,000 must be
disclosed to and approved by the CITY. CITY reserves the right to modify the insurance
requirements of this Section 18, including limits, based on the nature of the risk, prior
experience, insurer, coverage, or other special circumstances.
K. If the CONSULTANT maintains broader coverage or higher limits (or
both) than the minimum limits shown above, the CITY shall be entitled to the broader coverage
or higher limits (or both) maintained by the CONSULTANT. Any available insurance proceeds
in excess of the specified minimum limits of insurance and coverage shall be available to the
CITY.
19. LEGAL 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
Standard Agreement
Page 8 of 12
City of National City and
Revised May 2019 Kimley-Horn
-9-
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.
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
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 or unfinished 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:
Standard Agreement Page 9 of 12
Revised May 2019 Kimley-Horn
City of National City and
-10-
To CITY: Stephen Manganiello
City Engineer/Director of Public Works
Engineering & Public Works Department
City of National City
1243 National City Boulevard
National City, CA 91950-4397
To CONSULTANT:
Roberto Ruiz-Salas, P.E.
Contract Manager
401 B Street
Suite 600
San Diego, CA 92101
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 fmancial 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 fmancial 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.
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 manner 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 Section 22 by the
CONSULTANT.
23. PREVAILING WAGES. 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
Standard Agreement
Page 10of12
City of National City and
Revised May 2019 Kimley-Horn
-11-
rates apply and, if applicable, pay such rates in accordance with all laws, ordinances, rules, and
regulations.
24. ADMINISTRATIVE PROVISIONS.
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. To the extent any exhibits,
schedules, or provisions thereof conflict or are inconsistent with the terms and conditions
contained in this Agreement, the terms and conditions of this Agreement shall control.
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. Assignment & Assumption of Rights. CONSULTANT shall not assign this
Agreement, in whole or in part, to any other party without first obtaining the written consent of
CITY.
H. 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.
I. Applicable Law. This Agreement shall be governed by and construed in
accordance with the laws of the State of California. The venue for any legal action arising under
this Agreement shall be in either state or federal court in the County of San Diego, State of
California.
J. 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.
K. 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.
L. Successors and Assigns. This Agreement shall be binding upon and shall
inure to the benefit of the successors and assigns of the parties hereto.
M. Subcontractors or Subconsultants. The CITY is engaging the services of
the CONSULTANT identified in this Agreement. The CONSULTANT shall not subcontract any
portion of the work, unless such subcontracting was part of the original proposal or is allowed by
Standard Agreement Page 11 of 12
Revised May 2019 Kimley-Horn
City of National City and
-12-
the CITY in writing. In the event any portion of the work under this Agreement is subcontracted,
the subconsultant(s) shall be required to comply with and agree to, for the benefit of and in favor
of the CITY, both the insurance provisions in Section 18 and the indemnification and hold
harmless provision of Section 15 of this Agreement.
N. 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.
IN WITNESS WHEREOF, the parties hereto have executed this Agreement on the date
and year first above written.
CITY OF NATIONAL CITY
By:
Alejandra Sotelo Solis, Mayor
APPROVED AS TO FORM:
Angil P. Morris -Jones
City Attorney
By:
Roberto M. Contreras
Deputy City Attorney
KIMLEY-HORN AND ASSOCIATES, INC.,
A NORTH CAROLINA CORPORATION
(Corporation — signatures of -two corporate officers required)
By:
t.conlA1C3
(Print)
7, S32-
(Title)
P\44-1142•1\J -1Aet.ovJ
(Print)
Vl: FC ►T; 1ZeB-(0p
(Title) KHACA
03
Standard Agreement Page 12 of 12 City of National City and
Revised May 2019 Kimley-Hom
-13-
STATEMENT OF QUALIFICATIONS (SOQ) FOR
On -Call Project Support for
NATIONAL CITY'S
Capital Improvement Program (CIP)
June 10, 2019
Roberto Yano, RE., Deputy City Engineer
City of National City, Engineering & Public Works Department
1243 National City Boulevard
National City, CA 91950
Re: Statement of Qualifications for On -Call Project Support Services for National City's
Capital Improvement Program (CIP)
Dear Mr. Yano and Members of the Selection Committee:
EXHIBIT,
- CAL11,01.114 -.
NATIONAL CITy
,`�,131/ •
401 B Street
Suite 600
San Diego, California
92101
TEL 619.234.9411
With its commitment to improve the quality of life for its residents, its relentless dedication for the implementation of a
comprehensive transportation network, and its creativity for obtaining infrastructure funding, the City of National City
has demonstrated the impact that a "small" city can have through the implementation of CIP projects. For nine years,
our team has had the pleasure of partnering with the City on many transformative and award -winning projects. While we
remain impressed by the incredible successes that your CIP has achieved for the region in a relatively short time, we can't
help but get excited for what the future holds and the many opportunities to further transform the City. We strongly feel
that our team provides the commitment and services the City needs for a continued partnership to help you achieve goals
such as: continued momentum securing grant funds (identifying programs and competitive projects), enhancing safety for
people who rely on alternative modes, moving the needle on redevelopment and increased affordable housing, and ongoing
maintenance of existing infrastructure.
We have been your familiar "one -stop shop" for engineering, project management, grants management, community
outreach, and more since early 2010. The large list of projects completed together includes parks, creeks, utilities, public
works yards, water quality basins, complete streets, and active transportation projects. As projects have been completed,
the Public Works Department's priorities have shifted, and we have adapted our services to evolve with you. Part of our
success relies on our intentionality and flexibility to bring the right team and key staff to every project. I, Roberto Ruiz -
Sales, P.E., will continue to serve the City as your Contract Manager, providing day-to-day coordination with your staff.
To assist me, I will continue to rely on Jennifer Koopman, P.E. and Leo Espelet, P.E., T.E. as key team members with a
long working relationship with the City and deep understanding of the City's needs. The rest of our team includes familiar
subconsultants the City trusts, as well as new partners the City may need down the line such as Kounkuey Design
Initiative, Inc., a community development and design nonprofit that can offer fresh ideas to the City.
As your Contract Manager, I am excited to continue being your partner in the effort of enhancing the quality of life in the City
of National City, and I am enthusiastic about the work that lies ahead. If you have any questions about our submittal, please
contact me at 619.744.0155, roberto.ruizsalas@kimley-horn.com, or at the address listed above.
Sincerely,
KIMLEY-HORN AND ASSOCIATES, INC.
Roberto Ruiz-Salas, P.E.,
Contract Manager
Kimley>>> Horn
-14-
STATEMENT OF QUALIFICATIONS (SOO) FOR
On -Call Project Support for
NATIONAL CITY'S
Capital Improvement Program (CIP)
EXECUTIVE SUMMARY
NAT10NALCA'p
Our team is proud of our longstanding partnership with National City and would be honored to continue serving you on
this on -call contract. Through this proposal we will highlight the nearly decade -long relationship between Kimley-Horn
and National City consisting of award -winning projects, successful grant applications, and noteworthy milestones. The
timeline on the following page highlights some milestone moments since our first interaction in 2008.
The key to our successful partnership has been our capacity to evolve with the City's needs; we want to continue the
evolution of services we offer so we can pursue new ventures with the City. Through this contract, we not only want to
continue offering the services that have made us successful in the past—i,e., preparing construction documents for CIP
projects, grant writing, community outreach, and utility coordination but we also want to propose services that will be
beneficial in the coming years such as updating the City's Housing Element, helping create more affordable housing,
updating the City's Pavement Management Plan, creating new community gathering spaces, introducing mobility hubs,
and more. Kimley-Horn has had success with these services with other agencies, like the City of Encinitas, MTS, and the
San Diego County Regional Airport Authority.
To fully support the City in your upcoming endeavors, we have
curated a specialized team of experts to support you.
Our team will be led by a familiar face —Roberto Ruiz-
Salas, P.E. Roberto has worked alongside you on several
important City projects, and will continue to serve as your
dedicated Contract Manager and main point of contact.
Roberto will oversee a group of experienced Task Order
Managers that will be assigned to lead specific tasks based on
the project type and size.
With Roberto onboard, you can rest
easy knowing that your projects will be
designed and managed by someone who
shares the same level of enthusiasm to
make National City a wonderful place to
live, work, and play as you do.
In addition to our internal team, we have partnered with trusted subconsultants that have been part of our National
City team in the past: Aark Engineering, Inc. will complement our in-house structural engineering team, Leighton
Consulting, Inc. will provide geotechnical studies, Platt/Whitelaw Architects, Inc. will be our Architect, and Sampo
Engineering, Inc. will provide survey services. Additionally, we have included new subconsultants that will add a
fresh perspective to our project approach and provide reliable services to the City: Kounkuey Design Initiative, Inc.
has transformed under-resourced communities by offering creative ideas for street use; San Dieguito Engineering,
Inc. and AirX Utility Surveyors will work with our team to complete utility research; and Rincon Consultants, Inc.
will help work through the environmental process of projects. Many of our partners are DBE certified, helping us meet
necessary goals when delivering federally -funded projects.
National City deserves a consultant who has a deep understanding of your local enviornment and shares your vision for
the future. And, most importantly, has the tools and resources to deliver. Kimley-Horn is your partner.
City of National City I GM0080018.19
4 Kimley >>> Horn
-15-
STATEMENT OF QUALIFICATIONS (SOO) FOR
On -Call Project Support for
NATIONAL CITY'S
Capital Improvement Program (CIP)
EXPERIENCE AND TECHNICAL COMPETENCE
A. DISCIPLINES OF INTEREST
C111*06111.4 ^
NATIONAL CITY
} Y:t::!itic
0
0
C
Civil Engineering
Structural Engineering
Electrical Engineering
Traffic Engineering
Traffic Signal Communications
Infrastructure and Systems
Integration
Traffic Data Collection
Transportation Planning
Architecture
o Landscape Architecture
W ADA Compliance and
Universal Design
o Graphic Information Systems (GIS)
O Utility Design and Coordination
o Land Surveying
O Geotechnical
• Environmental Planning, Design,
and Engineering
o Environmental Compliance
o Planning and Design
o Community Outreach
o Engineering and Project
Management
o Grants Management
o Capital Needs Assessments
and Asset Management
o Housing and Real Estate
Development Services
B. STAFFING PLAN, QUALIFICATIONS OF STAFF AND AVAILABILITY
Staffing Plan
The Kimley-Horn team will continue to provide key personnel and resources to serve the City in the delivery
of your CIP. Our past experiences working with the City demonstrate our flexibility to meet the City's needs.
To supplement our team, we have partnered with specialized subconsultants who are highly experienced in working
on similar CIP projects. Many of our key personnel and teaming partners assigned to this contract have functioned in
similar positions on past contracts with the City.
Roberto Ruiz-Salas, P.E. will serve as your overall Contract Manager. He will be the City's primary point of contact and will
oversee the preparation of construction documents; coordinate with City, State, and other affected agencies; and approve
submittals. Roberto's work with the City's staff provides him with a thorough understanding of City procedures, and makes
him uniquely qualified to meet the City's needs.
Roberto will be supported by a familiar internal "Core Team" that includes Dennis Landaal, P.E. (Principal -in -Charge),
Jennifer Koopman, P.E. (QC/QA; Grants Task Order Manager; English Public Outreach); Leo Espelet, P.E., T.E. (Traffic
Task Order Manager; Spanish Public Outreach); and Sam McWhorter, P.E. (Water/Utilities Task Order Manager). Since
2011, this core team has successfully delivered a wide range of projects in the City. While we strive to keep our core team
consistent, we are part of an office with more than 100 highly qualified engineers, professionals, and support staff focused
on meeting the needs of local agencies and private development clients in San Diego. In addition, we have access to over
3,600 people in 89 offices nationwide to add technical expertise or staff demands during periods of high workload and
short delivery times. Our team looks at workload on a weekly, monthly, and six-month basis to ensure we have the right
staff for the job.
City of National City I GMOC80018.19
9 Kimley>>>Horn
-16-
EXHIBIT B
Kimley>»Horn
On -Call Project Support Services For
National City's Capital Improvement Program (CIP)
Rate Schedule
Effective October 2, 2019 to January 20, 2023
Classification Hourly Bill Rate*
Sr. Professional II $320
Sr. Environmental Planner $260
Sr. Professional I $260
Professional II $230
Professional I $195
Analyst II $170
Analyst I $155
Support Staff $130
*Rates will be escalated 5% for each optional contract year
Other Direct Costs: Outside Printing/Reproduction, Delivery Services/USPS, Misc.
Field Equipment/Supplies, and Travel Expenses will be billed. Mileage will be billed at
the Federal Rate.
-17-
RESOLUTION NO. 2020 -
RESOLUTION OF THE CITY COUNCIL OF THE CITY OF NATIONAL CITY, 1)
AUTHORIZING THE MAYOR TO EXECUTE A THREE-YEAR AGREEMENT WITH
KIMLEY-HORN AND ASSOCIATES, INC. WITH THE OPTION TO EXTEND FOR TWO,
ONE YEAR EXTENSIONS FOR A NOT -TO -EXCEED AMOUNT OF $2,000,000 TO
PROVIDE ON -CALL PROJECT SUPPORT SERVICES FOR NATIONAL CITY'S
CAPITAL IMPROVEMENT PROGRAM (CIP), INCLUDING, BUT NOT LIMITED TO,
PROJECT MANAGEMENT; CIVIL ENGINEERING; TRAFFIC ENGINEERING;
TRANSPORTATION PLANNING; PLAN REVIEWS; CONSTRUCTION SUPPORT;
CONSTRUCTABILITY REVIEWS; LONG-RANGE PLANNING; GRANTS
MANAGEMENT; COMMUNITY OUTREACH AND COMMUNICATIONS; AND 2)
AUTHORIZING THE CITY MANAGER TO EXECUTE ANY PROJECT -SPECIFIC
SUPPLEMENTAL AGREEMENTS, AS MAY BE REQUIRED FOR
GRANT FUNDED PROJECTS
WHEREAS, National City's Capital Improvement Program (CIP) estimates
approximately $80 million in Capital Improvement Projects needs over the next five years
to include corridor enhancements for traffic calming, pedestrian / bicycle safety (including
Americans with Disabilities Act compliance) and smart growth redevelopment; road diets
and complete streets; safe routes to school; traffic signal modifications; new street lights;
sewer replacement and upsizing; storm drain improvements and implementation of Low -
Impact Development (LID) measures for treatment of urban storm water runoff; drought
tolerant landscaping; facilities improvements; and park amenities; and
WHEREAS, in order to successfully design, manage and construct these
projects, the Engineering & Public Works Department advertised a Request for
Qualifications (RFQ) for various engineering, architectural and construction support
services on May 1, 2019; and
WHEREAS, the RFQ was advertised on the City's website, published in the
San Diego Union Tribune, e-mailed to over 100 professional consulting firms and also
advertised on PlanetBids where over 400 firms were notified; and
WHEREAS, the City also hosted an Information Session regarding the RFQ
process on May 14, 2019 at the Martin Luther King Jr. Community Center, which was
attended by over 100 people; and
WHEREAS, the City received 71 Statement of Qualifications (SOQs) from
various firms by the June 10, 2019 deadline and reviewed, taking into consideration,
among other things, past performance history, knowledge of the environment, the type of
services offered, and the cost to the City; and
WHEREAS, based on an interview, qualifications, and past performance,
staff recommends executing a three-year Agreement (with the option to extend for two,
one year extensions) with Kimley-Horn and Associates, Inc. for a not -to -exceed amount
of $2,000,000 to provide on -call project support services for National City's CIP, including,
but not limited to, project management; civil engineering; traffic engineering; transportation
planning; plan reviews; constructability reviews; long-range planning; grants management;
community outreach and communications; and
Resolution No. 2020 -
Page Two
WHEREAS, in addition, staff recommends authorizing the City Manager to
execute any project -specific supplemental agreements, as may be required for grant
funded projects.
NOW, THEREFORE, BE IT RESOLVED, that the City Council hereby
authorizes the Mayor to execute a three-year Agreement (with the option to extend for
two, one year extensions) with Kimley-Horn and Associates, Inc. for a not -to -exceed
amount of $2,000,000 to provide on -call project support services for National City's CIP,
including, but not limited to, project management; civi► engineering; traffic engineering;
transportation planning; plan reviews; construction support; constructability reviews; long-
range planning; grants management; community outreach and communications. Said
Agreement is on file in the office of the City Clerk.
BE IT FURTHER RESOLVED, that the City Council hereby authorizes the
City Manager to execute any project specific supplemental agreements as may be
required for grant funded projects.
PASSED and ADOPTED this 21st day of January, 2020.
Alejandra Sotelo-Solis, Mayor
ATTEST:
Michael R. Dalla, City Clerk
APPROVED AS TO FORM:
Angil P. Morris -Jones
City Attorney
CITY OF NATIONAL CITY
Office of the City Clerk
1243 National City Blvd., National City, California 91950-4397
619-336-4228
Michael R. Dalla, CMC - City Clerk
KIMLEY-HORN AND ASSOCIATES
On -call Project Support Services
CIP Program
Judith Hernandez (Engineering/Public Works) forwarded a duplicate original Agreement
to Kimley-Horn and Associates.