Loading...
HomeMy WebLinkAbout2016-01-12; City Council; 22176; Award Contract to STC Traffic, Inc. Not-To-Exceed $250,000 Per YearCITY OF CARLSBAD-AGENDA BILL /~ AB# 22,176 AWARD OF CONTRACT FOR TRAFFIC SIGNAL PROGRAM DEPT. ~r~·~ DIRECTOR , \. DATE 01/12/2016 AND RAIL OPERATIONS SUPPORT SERVICES TO STC CITY ATIY. fff TRAFFIC, INC. IN A NOT-TO-EXCEED AMOUNT OF k!J DEPT. PW-TRAN $250,000 PER AGREEMENT YEAR CITY MGR. RECOMMENDED ACTION: Adopt Resolution No. 2016-001 awarding the contract for traffic signal program and rail operations support services to STC Traffic, Inc. in a not-to-exceed amount of $250,000 per Agreement year. ITEM EXPLANATION: The City of Carlsbad operates a Traffic Management Center (TMC) to continually monitor and improve the effectiveness of the city's traffic signal system. Staff is available to respond to daily, routine traffic requests; however additional support services are being used to optimize the city's investment in this complex resource. STC Traffic Inc. has previously provided traffic signal program and rail operations support services, however, the current contract expired on Jan. 6, 2016. On Sept. 28, 2015 the City of Carlsbad issued a Request for Proposal (RFP} soliciting firms specializing in traffic signal programs and rail operations support services. In addition to posting the RFP on the city website, staff also sent the RFP to six additional firms with the requisite experience. The scope of work required experience with 170e/2070 controllers, QuicNet Pro® /Transparity, traffic signal communications, and railroad grade crossing and warning systems. The scope also specified preparation of planning documents, procurement support, signal system integration and testing, and assistance with planning for and implementing future signal system enhancements. Staff received one proposal in response to the RFP. The proposal received was from the incumbent contractor, STC Traffic, Inc. The proposal was evaluated and verified to have met the criteria as defined in the RFP, based on the following items: • Competitive fees • Other value added criteria • Experience with RAMS projects • Capabilities and experience with fiber optic and wireless equipment • Developing specifications and implementing adaptive traffic signal systems • Experience with railroad crossing and warning systems DEPARTMENT CONTACT: Fred Gaines Jr. 760-602-7557 Fred.GainesJr@carlsbadca.gov FOR CLERK USE. COUNCIL ACTION: APPROVED CONTINUED TO DATE SPECIFIC D DENIED D CONTINUED TO DATE UNKNOWN D CONTINUED D RETURNED TO STAFF D WITHDRAWN D OTHER-SEE MINUTES D AMENDED D REPORT RECEIVED D 1 Services Agreement for Traffic Signal Program January 12, 2016 Page2 of2 Staff recommends that City Council approve a Professional Services Agreement with STC Traffic Inc. for a one year initial period, for an amount not-to-exceed $250,000 per Agreement year, and authorize the City Manager to approve a maximum of two additional one year extension periods or parts thereof. The contractor will be paid on an agreed price and/or time and materials basis for actual work performed as directed by the city. FISCAL IMPACT: Funding for this Agreement will be primarily from the General Fund -Traffic Signal Maintenance & Operations Budget. The Infrastructure Replacement Fund (IRF) may also be used when appropriate within the Traffic Signal Program CIP. Regardless of the source, expenditures will not exceed $250,000 per Agreement year. Actual contract costs during the last 12 months were $270,000. Reliance on contractor support during the coming year is expected to decrease since the city successfully hired a Traffic Signal Operations Specialist and a Mobility Manager during the current fiscal year. ENVIRONMENTAL IMPACT: Pursuant to Section 15061 (b)(3) of the California Environmental Act (CEQA) approval of the Service Agreement is an activity covered by the general rule that CEQA applies only to projects which have the potential for causing a significant effect on the environment. Where it can be seen with certainty that there is no possibility that the activity in question may have a significant effect on the environment, the activity is not subject to CEQA. Future projects that may be facilitated by consultant services will be suhject to review pursuant to CEQA. EXHIBITS: 1. Resolution No. 2016-001 approving of a Service Agreement with STC Traffic, Inc. for traffic signal program maintenance and rail operations support. 2. Service Agreement with STC Traffic, Inc. for traffic signal program maintenance and rail operations support. 2 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 RESOLUTION NO. 2016-001 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF CARLSBAD, CALIFORNIA, AWARDING THE CONTRACT FOR TRAFFIC SIGNAL PROGRAM AND RAIL OPERATIONS SUPPORT SERVICES TO STC TRAFFIC, INC., IN A NOT TO EXCEED AMOUNT OF $250,000 PER AGREEMENT YEAR EXHIBIT 1 WHEREAS, the City of Carlsbad, California has a continued need for traffic signal program and rail operations support; and WHEREAS, proper bidding procedures have resulted in the city's receipt of a bid from a qualified contractor; and WHEREAS, a review consistent with Carlsbad Municipal Code Section 3.28.060 was performed by staff and has resulted in staff's determination that the bid submitted by STC Traffic, Inc. was valid; and WHEREAS, city staff recommends award of the contract for Bid No. 16-06 Traffic Signal Program and Rail Operations Support to STC Traffic, Inc., in an amount not to exceed $250,000 for the initial one year period; and WHERAS, sufficient appropriations are available in the Traffic Signal Maintenance Operating Budget -General Fund, and the Traffic Signal Program -Infrastructure Replacement Fund, to fully fund the Agreement. NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of Carlsbad, California as follows: 1. That the above recitations are true and correct. 2. That the bid by STC Traffic, Inc. is hereby accepted, and the Mayor is authorized to execute the Professional Service Agreement for the traffic signal program and rail operations support with STC Traffic, Inc. in an amount not to exceed $250,000 per Agreement year. That the City Manager is authorized to approve a maximum of two additional one year extension periods or parts thereof to the Professional Services Agreement in an amount not to exceed $250,000 per Agreement year. 1 PASSED, APPROVED AND ADOPTED at a Regular Meeting of the City Council of the City 2 of Carlsbad on the 12th day of January, 2016, by the following vote to wit: 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 AYES: Council Members Hall, Blackburn, Schumacher, Wood, Packard. NOES: None. ABSENT: None. ATTEST: AGREEMENT FOR TRAFFIC SIGNAL PROGRAM AND RAIL OPERATIONS SUPPORT SERVICES STC TRAFFIC, INC. TRAN1246 THIS AGREEMENT is mad~ and entered into as of the ftf--th day of JO.f\ua..v--, 201f_, by and between the CITY OF CARLSBAD, a municipal corporation, ("Cit ), and STC TRAFFIC, INC., a California corporation, ("Contractor") and is effective as of the 71h day of January, 2016. DEFINITIONS As-Built/As-Recorded: documents prepared by the Agreement that show changes to the original documents, and which represent the final configuration of the device/equipment/ architecture. CCTV: Closed Circuit Television City Owned Equipment: generators, measuring devices, and similar types of City owned assets which are stored, maintained, and able to be deployed to the field to be used in conjunction with the operations and/or troubleshooting of traffic signals/rail' operations but not incorporated into a traffic signal. City Owned Materials: end items owned by the City and stored by the contractor at their facility which will/could eventually be incorporated into traffic signals and/or rail operations signals. Intelligent Transportation System (ITS) Maintenance and/or Support: local and wide area network installation, maintenance, and/or support NTCIP (National Transportation Communications for Intelligent Transportation System Protocol): a family of standards designed to achieve interoperability and interchangeability between computers and electronic traffic control equipment from different manufacturers. Offeror: a person or entity who makes a specific proposal to another to enter into a contract QuicNet Pro® a system that provided monitoring, control, and reports for intersections, field masters, and jurisdictional boundaries. Quicload®: the QuicNet Pro® software that can be downloaded to a personal computer. QuicTrac®: an adaptive, synchronous traffic signal system. Regional Area Management System (RAMS): A San Diego Area Governments (SANDAG) traffic management system that utilized the QuicNet Pro automated traffic management system. Railroad Grade and Warning Systems: review plans and planning documents related to rail warning systems and traffic signal preemption systems; provide support and inspection of traffic signal preemption for railroad activities. Signal System Integration and Testing: integration and testing ITS Systems; monitoring of activities; system troubleshooting and testing; maintaining the communications architecture. Transparity®: A traffic management system that captures traffic flow through real-time data collection and tools. 1 City Attorney Approved Version 9/25/15 TRAN1246 Tru-Traffic®: a worksheet for drafting arterial timings diagrams (time-space, platoon-progression, or time-location) White Paper: A report that informs the City of Carlsbad in a concise manner about a complex issue and presents the Contractor's approach/suggested solution on the matter. RECITALS A. City requires the professional services of a traffic signals and rail systems operations specialist that is experienced in traffic signals maintenance and operations and rail systems operations. B. Contractor has the necessary experience in providing professional services and advice related to traffic and rail systems operations and communications. C. Contractor has submitted a proposal to City and has affirmed its willingness and ability to perform such work. NOW, THEREFORE, in consideration of these recitals and the mutual covenants contained herein, City and Contractor agree as follows: 1. SCOPE OF WORK City retains Contractor to perform, and Contractor agrees to render, those services (the "Services") that are defined in attached Exhibit "A", which is incorporated by this reference in accordance with this Agreement's terms and conditions. 2. STANDARD OF PERFORMANCE While performing the Services, Contractor will exercise the reasonable professional care and skill customarily exercised by reputable members of Contractor's profession practicing in the Metropolitan Southern California Area, and will use reasonable diligence and best judgment while exercising its professional skill and expertise. 3. TERM The term of this Agreement will be effective for a period of one (1) year effective from January 7, 2016. The City Manager may amend the Agreement to extend it for two (2) additional consecutive one (1) year periods or parts thereof. Extensions will be based upon a satisfactory review of Contractor's performance, City needs, and appropriation of funds by the City Council. The parties will prepare a written am•endment indicating the effective date and length of the extended Agreement. 4. TIME IS OF THE ESSENCE Time is of the essence for each and every provision of this Agreement. 5. COMPENSATION The total fee payable for the Services to be performed during the initial Agreement term will be based on services provided at the hourly and annual rates in Exhibit B, not to exceed two hundred fifty thousand dollars ($250,000). No other compensation for the Services will be allowed except for items covered by subsequent amendments to this Agreement. If the City elects to extend the Agreement, the amount shall not exceed two-hundred fifty thousand dollars ($250,000) per Agreement year. The City reserves the right to withhold a ten percent (1 0%) retention until City has accepted the work and/or Services specified in Exhibits "A" and "B". 2 City Attorney Approved Version 9/25/15 TRAN1246 6. PREVAILING WAGES TO BE PAID Contractor is to pay prevailing rates of wages. The general prevailing wage rate of wages for each craft or type of worker needed to execute the Agreement shall be those as determined by the Director of Industrial Relations pursuant to Sections 1770, 1773, and 1773.1 of the Labor Code. Pursuant to Section 1773.2 of the Labor Code, a current copy of the applicable wage rates is on file in the Office of the City Engineer. The Contractor shall not pay less than the said specified prevailing rates of wages to all workers employed by him or her in the execution of the Agreement. 7. STATUS OF CONTRACTOR Contractor will perform the Services in Contractor's own way as an independent contractor and in pursuit of Contractor's independent calling, and not as an employee of City. Contractor will be under control of City only as to the result to be accomplished, but will consult with City as necessary. The persons used by Contractor to provide services under this Agreement will not be considered employees of City for any purposes. The payment made to Contractor pursuant to the Agreement will be the full and complete compensation to which Contractor is entitled. City will not make any federal or state tax withholdings on behalf of Contractor or its agents, employees or subcontractors. City will not be required to pay any workers' compensation insurance or unemployment contributions on behalf of Contractor or its employees or subcontractors. Contractor agrees to indemnify City within thirty (30) days for any tax, retirement contribution, social security, overtime payment, unemployment payment or workers' compensation payment which City may be required to make on behalf of Contractor or any agent, employee, or subcontractor of Contractor for work done under this Agreement. At the City's election, City may deduct the indemnification amount from any balance owing to Contractor. 8. SUBCONTRACTING Contractor will not subcontract any portion of the Services without prior written approval of City. If Contractor subcontracts any of the Services, Contractor will be fully responsible to City for the acts and omissions of Contractor's subcontractor and of the persons either directly or indirectly employed by the subcontractor, as Contractor is for the acts and omissions of persons directly employed by Contractor. Nothing contained in this Agreement will create any contractual relationship between any Subcontractor of Contractor and City. Contractor will be responsible for payment of subcontractors. Contractor will bind every subcontractor and every subcontractor of a subcontractor by the terms of this Agreement applicable to Contractor's work unless specifically noted to the contrary in the subcontract and approved in writing by City. 9. OTHER CONTRACTORS The City reserves the right to employ other Contractors in connection with the Services. 1 0. INDEMNIFICATION Contractor agrees to indemnify and hold harmless the City and its officers, officials, employees and volunteers from and against all claims, damages, losses and expenses including attorneys fees arising out of the performance of the work described herein caused by any negligence, recklessness, or willful misconduct of the Contractor, any subcontractor, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable. The parties expressly agree that any payment, attorney's fee, costs or expense City incurs or makes to or on behalf of an injured employee under the City's self-administered workers' compensation is included as a loss, expense or cost for the purposes of this section, and that this section will survive the expiration or early termination of this Agreement. 3 City Attorney Approved Version 9/25/15 TRAN1246 11. INSURANCE Contractor will obtain and maintain for the duration of the Agreement and any and all amendments, insurance against claims for injuries to persons or damage to property which may arise out of or in connection with performance of the services by Contractor or Contractor's agents, representatives, employees or subcontractors. The insurance will be obtained from an insurance carrier admitted and authorized to do business in the State of California. The insurance carrier is required to have a current Best's Key Rating of not less than "A-:VII"; OR with a surplus line insurer on the State of California's List of Approved Surplus Line Insurers (LASLI) with a rating in the latest Best's Key Rating Guide of at least "A:X"; OR an alien non-admitted insurer listed by the National Association of Insurance Commissioners (NAIC) latest quarterly listings report. 11.1 Coverage and Limits. Contractor will maintain the types of coverage and minimum limits indicated below, unless the Risk Manager or City Manager approves a lower amount. These minimum amounts of coverage will not constitute any limitations or cap on Contractor's indemnification obligations under this Agreement. City, its officers, agents and employees make no representation that the limits of the insurance specified to be carried by Contractor pursuant to this Agreement are adequate to protect Contractor. If Contractor believes that any required insurance coverage is inadequate, Contractor will obtain such additional insurance coverage, as Contractor deems adequate, at Contractor's sole expense. The full limits available to the named insured shall a~so be available and applicable to the City as an additional insured. 11.1.1 Commercial General Liability Insurance. $2,000,000 combined single-limit per occurrence for bodily injury, personal injury and property damage. If the submitted policies contain aggregate limits, general aggregate limits will apply separately to the work under this Agreement or the general aggregate will be twice the required per occurrence limit. 11.1.2 Automobile Liability. (if the use of an automobile is involved for Contractor's work for City). $1 ,000,000 combined single-limit per accident for bodily injury and property damage. 11.1.3 Workers' Compensation and Employer's Liability. Workers' Compensation limits as required by the California Labor Code. Workers' Compensation will not be required if Contractor has no employees and provides, to City's satisfaction, a declaration stating this. 11.1.4 Professional Liability. Errors and omissions liability appropriate to Contractor's profession with limits of not less than $1 ,000,000 per claim. Coverage must be maintained for a period of five years following the date of completion of the work. 11.2 Additional Provisions. Contractor will ensure that the policies of insurance required under this Agreement contain, or are endorsed to contain, the following provisions: 11.2.1 The City will be named as an additional insured on Commercial General Liability which shall provide primary coverage to the City. 11.2.2 Contractor will obtain occurrence coverage, excluding Professional Liability, which will be written as claims-made coverage. 11.2.3 This insurance will be in force during the life of the Agreement and any extensions of it and will not be canceled without thirty (30) days prior written notice to City sent by certified mail pursuant to the Notice~ provisions of this Agreement. 4 City Attorney Approved Version 9/25/15 TRAN1246 11.3 Providing Certificates of Insurance and Endorsements. Prior to City's execution of this Agreement, Contractor will furnish certificates of insurance and endorsements to City. 11.4 Failure to Maintain Coverage. If Contractor fails to maintain any of these insurance coverages, then City will have the option to declare Contractor in breach, or may purchase replacement insurance or pay the premiums that are due on existing policies in order to maintain the required coverages. Contractor is responsible for any payments made by City to obtain or maintain insurance and City may collect these payments from Contractor or deduct the amount paid from any sums due Contractor under this Agreement. 11.5 Submission of Insurance Policies. City reserves the right to require, at any time, complete and certified copies of any or all required insurance policies and endorsements. 12. BUSINESS LICENSE Contractor will obtain and maintain a City of Carlsbad Business License for the term of the Agreement, as may be amended from time-to-time. 13. ACCOUNTING RECORDS Contractor will maintain complete and accurate records with respect to costs incurred under this Agreement. All records will be clearly identifiable. Contractor will allow a representative of City during normal business hours to examine, audit, and make transcripts or copies of records and any other documents created pursuant to this Agreement. Contractor will allow inspection of all work, data, documents, proceedings, and activities related to the Agreement for a period of three (3) years from the date of final payment under this Agreement. 14. OWNERSHIP OF DOCUMENTS All work product produced by Contractor or its agents, employees, and subcontractors pursuant to this Agreement is the property of City. In the event this Agreement is terminated, all work product produced by Contractor or its agents, employees and subcontractors pursuant to this Agreement will be delivered at once to City. Contractor will have the right to make one (1) copy of the work product for Contractor's records. 15. COPYRIGHTS Contractor agrees that all copyrights that arise from the services will be vested in City and Contractor relinquishes all claims to the copyrights in favor of City. 16. NOTICES The name of the persons who are authorized to give written notice or to receive written notice on behalf of City and on behalf of Contractor under this Agreement. For City Name Patrick A. Thomas Title Public Works Director Department Public Works City of Carlsbad Address 1635 Faraday Avenue Carlsbad, CA 92008 Phone No. 760-602-2730 5 For Contractor Name Jason Stack Title President Address 2794 Loker Ave W, Suite 102 Carlsbad, CA 92010 Phone No. 760-602-7290 Email Jason .stack@stacktraffic.com City Attorney Approved Version 9/25/15 TRAN1246 Each party will notify the other immediately of any changes of address that would require any notice or delivery to be directed to another address. 17. CONFLICT OF INTEREST Contractor shall file a Conflict of Interest Statement with the City Clerk in accordance with the requirements of the City of Carlsbad Conflict of Interest Code. The Contractor shall report investments or interests in all four categories. 18. GENERAL COMPLIANCE WITH LAWS Contractor will keep fully informed offederal, state and local laws and ordinances and regulations which in any manner affect those employed by Contractor, or in any way affect the performance of the Services by Contractor. Contractor will at all times observe and comply with these laws, ordinances, and regulations and will be responsible for the compliance of Contractor's services with all applicable laws, ordinances and regulations. Contractor will be aware of the requirements of the Immigration Reform and Control Act of 1986 and will comply with those requirements, including, but not limited to, verifying the eligibility for employment of all agents, employees, subcontractors and consultants whose services are required by this Agreement. 19. DISCRIMINATION AND HARASSMENT PROHIBITED Contractor will comply with all applicable local, state and federal laws and regulations prohibiting discrimination and harassment. 20. DISPUTE RESOLUTION If a dispute should arise n:!garding the performance of the Services the following procedure will be used to resolve any questions of fact or interpretation not otherwise settled by agreement between the parties. Repnesentatives of Contractor or City will reduce such questions, and their respective views, to writin~J. A copy of such documented dispute will be forwarded to both parties involved along with recommended methods of resolution, which would be of benefit to both parties. The representative receiving the letter will reply to the letter along with a recommended method of resolution within ten (1 0) business days. If the resolution thus obtained is unsatisfactory to the aggrieved party, a letter outlining the disputes will be forwarded to the City Manager. The City Manager will consider the facts and solutions recommended by each party and may then opt to direct a solution to the problem. In such cases, the action of the City Manager will be binding upon the parties involved, although nothing in this procedure will prohibit the parties from seeking remedies available to them at law. 21. TERMINATION In the event of the Contractor's failure to prosecute, deliver, or perform the Services, City may terminate this Agreement for nonperformance by notifying Contractor by certified mail of the termination. If City decides to abandon or indefinitely postpone the work or services contemplated by this Agreement, City may terminate this Agreement upon written notice to Contractor. Upon notification of termination, Contractor has five (5) business days to deliver any documents owned by City and all work in progress to City address contained in this Agreement. City will make a determination of fact basecl upon the work product delivered to City and of the percentage of work that Contractor has performed which is usable and of worth to City in having the Agreement completed. Based upon that finding City will determine the final payment of the Agreement. 6 City Attorney Approved Version 9/25/15 \ TRAN1246 Either party upon tendering thirty (30) days written notice to the other party may terminate this Agreement. In this event and upon request of City, Contractor will assemble the work product and put it in order for proper filing and closing and deliver it to City. Contractor will be paid for work performed to the termination date; however, the total will not exceed the lump sum fee payable under this Agreement. City will make the final determination as to the portions of tasks completed and the compensation to be made. 22. COVENANTS AGAINST CONTINGENT FEES Contractor warrants that Contractor has not employed or retained any company or person, other than a bona fide employee working for Contractor, to solicit or secure this Agreement, and that Contractor has not paid or agreed to pay any company or person, other than a bona fide employee, any fee, commission, percentage, brokerage fee, gift, or any other consideration contingent upon, or resulting from, the award or making of this Agreement. For breach or violation of this warranty, City will have the right to annul this Agreement without liability, or, in its discretion, to deduct from the Agreement price or consideration, or otherwise recover, the full amount of the fee, commission, percentage, brokerage fees, gift, or contingent fee. 23. CLAIMS AND LAWSUITS By signing this Agreement, Contractor agrees that any Agreement claim submitted to City must be asserted as part of the Agreement process as set forth in this Agreement and not in anticipation of litigation or in conjunction with litigation. Contractor acknowledges that if a false claim is submitted to City, it may be considered fraud and Contractor may be subject to criminal prosecution. Contractor acknowledges that California Government Code sections 12650 et seq., the False Claims Act applies to this Agreement and, provides for civil penalties where a person knowingly submits a false claim to a public entity. These provisions include false claims made with deliberate ignorance of the false information or in reckless disregard of the truth or falsity of information. If City seeks to recover penalties pursuant to the False Claims Act, it is entitled to recover its litigation costs, including attorney's fees. Contractor acknowledges that the filing of a false claim may subject Contractor to an administrative debarment proceeding as the result of which Contractor may be prevented to act as a Contractor on any public work or improvement for a period of up to five (5) years. Contractor acknowledges debarment by another jurisdiction is grounds for City to terminate this Agreement. 24. JURISDICTION AND VENUE Any action at law or in equity brought by either of the parties for the purpose of enforcing a right or rights provided for by this Agreement will be tried in a court of competent jurisdiction in the County of San Diego, State of California, and the parties waive all provisions of law providing for a change of venue in these proceedings to any other county. 25. SUCCESSORS AND ASSIGNS It is mutually understood and agreed that this Agreement will be binding upon City and Contractor and their respective successors. Neither this Agreement nor any part of it nor any monies due or to become due under it may be assigned by Contractor without the prior consent of City, which shall not be unreasonably withheld. 26. ENTIREAGREEMENT This Agreement, together with any other written document referred to or contemplated by it, along with the purchase order for this Agreement and its provisions, embody the entire Agreement and understanding between the parties relating to the subject matter of it. In case of conflict, the terms of the Agreement supersede the purchase order. Neither this Agreement nor any of its provisions may be amended, modified, waived or discharged except in a writing signed by both parties. 7 City Attorney Approved Version 9/25/15 TRAN1246 27. AUTHORITY The individuals executing this Agreement and the instruments referenced in it on behalf of Contractor each represent and warrant that they have the legal power, right and actual authority to bind Contractor to the terms and conditions of this Agreement. CONTRACTOR STC TRAFFIC, INC., a California corporation (sign re) Jason Stack I President (print name/title) By: (sign hem) Morna Stack l CFO (print name/title) CITY OF CARLSBAD, a municipal corporation of the State of California By: Matt Hall I Mayor ATTEST: City Clerk If required by City, proper notarial acknowledgment of execution by contractor must be attached. If a corporation, Agreement must be signed by one corporate officer from each of the following two groups. Group A Chairman, President, or Vice-President Group B Secretary, Assistant Secretary, CFO or Assistant Treasurer Otherwise, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering the officer(s) signing to bind the corporation. APPROVED AS TO FORM: CELIA A. BREWER, City Attorney BY: >d~~ ---A~s~si~st~a~n~t~C=ity~A~tt~o~r"n-e~y~----- .Dep~ 8 City Attorney Approved Version 9/25/15 CALIFORNIA AILL~PURIPOSE ACKNOWLEDGMENT CiVil CODE § 1189 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of S/hV D t E6o On 1> ~ ~ a-ou~ before me, trC-IlM/6 d!Qd1.N l> 1 1\/0r>f--/Ly P t1 e:.t1 c._ , Date Here Insert Name and Title of the Officer personally appeared ___ _,(J"------4-'---.S-'-o_;v.__I_Si?K.--t_, ---~-----#-. ----'-M_Q,L,...J.=---=-.::....',4-'--'-_&-"'--'--TY+Cft._:___!___~~=-.-----r -Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the pers~whose name(s) i~ subscribe the within instrument and acknowledged e that he/she hey xecuted the sam~ his/her/~thorized capacity(ies), and that by his/h /their ignature(s) on t instrument the person(s), or the e~~on behalf of which the person(s) acted, cuted the instrument. ~~~,~~~~~~~ HERMIE AQUINO Commission # 2064599 Notary Public -California ~ San Diego County ~ .,,,,-;r~~~~~~J~ Place Notary Seal Above I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. d official seal. Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document S ~ ~ k .., /. Title or Type of Document: A<fttletEM GNT Fott-~u'fnen/ Da~: --'-~-~_..ZV'-~__.~'--AI __ Number of Pages: Signer(s) Other Than Named Above: ____________ _ Capacity(ies) Clai~dl by Signer(s) Signer's Name: Vf.tOoAf ~ Signer's Name: M'D ~A--SM-Cit::.._ 0 Corporate Officer -Title(s): ______ _ 0 Corporate Officer -Title(s): ______ _ 0 Partner -0 Limited 0 General 0 Partner -0 Limited 0 General .J2tlndividua! 0 Attorney in Fact ~dividual 0 Attorney in Fact 0 Trustee 0 Guardian or Conservator 0 Trustee 0 Guardian or Conservator 0 Other: _____________ _ 0 Other: _________________ _ Signer Is Representing: _________ _ Signer Is Representing: ________ _ • ©2014 National Notary Association· www.NationaiNotary.org • 1-800-US NOTARY (1-800-876-6827) Item #5907 \ j j j j j j j j j j j j j j j j j j j j j j j j j j j j EXHIBIT "A" SCOPE OF SERVICES Itemized List of what Contractor will do for City and at what price. SECTION A-PROJECT DESCRIPTION SECTION B -SCOPE OF WORK SECTION C-STATEMENT OF QUALIFICATIONS 9 TRAN1246 City Attorney Approved Version 9/25/15 \ TRAN1246 EXHIBIT "B" -COST OF SERVICE (REFER TO SUBSECTION 12 OF SECTION "C"-STATEMENT OF QUALIFICATIONS) CONTRACTOR NAME: STC Traffic, Inc. JOB TITLE Principal Manger Senior Project Manager Project Manager ITS Manager Project Technical Specialist Senior Project Engineer ITS Engineer/Inspector Project Engineer Associate Engineer Assistant Engineer Engineering Technician Administrative/Clerical Engineering Intern HOURLY RATE ($0.00) $195 $170 $150 $150 $150 $140 $130 $130 $115 $100 $80 $60 $60 AFTER HOURS HOURLY RATE ($0.00) $292.50 $255.00 $225.00 $225.00 $225.00 $210.00 $195.00 $195.00 $172.50 $150.00 $120.00 $90.00 $90.00 SUBCONTRACTOR NAME: Not Applicable JOB TITLE HOURLY RATE ($0.00) AFTER HOURS HOURLY RATE ($0.00) City Owned Materials and City Owned Equipment-Annual Storage Fee: $20,000 STC Traffic, Inc. will provide 800 SF of storage space, including storage racks, at no charge to the City of Carlsbad. Space beyond the 800 SF will be leased back to the City at STC Traffic, Inc.'s lease rate with no additional mark ups. Current per square foot rate is $1.00/SF/month. City Owned Equipment: Preventive Maintenance Costs (Annualized): $28,000 STC Traffic, Inc. include's 16 hours of Preventative Maintenance per month by qualified technicians. 10 City Attorney Approved Version 9/25/15 TRAN1246 SECTION A -PROJECT DESCRIPTION In 2013 the City installed a Traffic Management Center (TMC) at the Faraday Building. The TMC is part of the SANDAG Regional Arterial Management System (RAMS) that utilizes the QuicNet Pro® automated traffic management system developed by McCain, Inc. Over the past three years staff has upgraded critical signal equipment (e.g., pre-emption, 170e/2070 controllers and video detection equipment) and linked most of the 180 traffic signals to the TMC using wireless, fiber optics, and Ethernet over Copper (EOC) solutions. The City anticipates implementing a Capital Improvement Project to install a new adaptive traffic signal system. The city uses master purchase agreements to procure most of the communications equipment. The future work to be completed as part of this contract is to collect real time data and use this data to monitor the traffic signal operations and eventually implement a traffic responsive system. In order to expedite the delivery of Contractor services, the City of Carlsbad will preselect a list of qualified Contractors to participate for on-call services to support the traffic signal program in the areas of expertise listed in the following Scope of Work. The intent of this work is to enable City of Carlsbad staff to augment existing resources by selecting a qualified Contractor to provide specialized services that are required for executing tasks and projects in the below identified areas of expertise. Specifically, the City of Carlsbad is looking for Contractors with extensive experience with 170e/2070 controllers, QuicNet Pro®/Transparity, traffic signal communications networking using wireless and Ethernet over Copper technologies, communication system integration and railroad operations as related to traffic signal operations. It is anticipated that the selected Contractors will utilize state-of-the art engineering and planning tools in executing the task orders. This is not a contract to repair or maintain the operation of existing traffic signal hardware not related to these systems/categories/the TMC which is covered under another Agreement. SECTION B -SCOPE OF WORK Service requests would be related to the evaluation, troubleshooting, and inspection of existing traffic signal equipment and communications equipment. The City Traffic Engineer and Traffic Systems Operations Specialist would have authority to authorize this work. All other work would need to have a scope of work approved before work is authorized. 1. Area of Expertise: Intelligent Transportation System (ITS) Planning. 1.1. Prepare planning documents including, but not limited to program master plans, strategic plans, feasibility studies, migration plans, Quality Assurance/Quality Control plans, NTCIP compliance tests, and White Papers on contemporary traffic equipmenVITS issues. 1.2. Perform planning activities including, but not limited to traffic signal, As-Built/As- Recorded, signal equipment replacement, and systems test plans. 1.3. Review and provide written responses to implementation and support work performed by others. 1.4. Implementation and support of ITS systems including, but not limited to CCTV and Ethernet communication networks for traffic signals (e.g., fiber optic, cable, and wireless). 1.5. Develop plans for Local and Wide Area Network planning, installation, maintenance, and/or support. 11 City Attorney Approved Version 9/25/15 TRAN1246 2. Area of Expertise: Pmcurement Support and Project Management. 2.1 Develop and update technical specification, special conditions, special provisions and Scopes of Work for ITS projects 2.2 Develop Request-for-Proposals (RFP) and Request-for-Bids (RFB) including preparation of cost estimates, evaluation criteria, and responses to official inquiries and questions receiv4~d. 2.3 Assist in the technical evaluation of bids and proposals. 2.4 Provide qualified individuals to perform project management services including planning, scheduling, directing and controlling project activities from concept development through the completion and implementation of a project. 2.5 Review contractor pay requests and progress reports and recommend for approval. 3. Area of Expertise: Signal System Integration and Testing. 3.1 Integrate and test ITS systems including, but not limited to CCTV and Ethernet communication networks for traffic signals (e.g., fiber optic, cable, wireless). 3.2 Observe, evaluate and monitor Contractor activities throughout the installation and testing of the traffic signal equipment. 3.3 Review Contractor-prepared As-Built/As-Recorded drawings, prepare punch list, and conduct final walk through. 3.4 Develop and evaluate acceptance test plans including end-to-end testing of full system functionality and interface with QuicNet Pro®/Transparity® and RAMS. 3.5 Evaluation of system security requirements 3.6 Communication system (e.g., telephone, cable service, and telecommunications services) evaluation, configuration, resource sharing, system troubleshooting, and testing 3.7 Develop and maintain the communications architecture 4. Area of Expertise: Traffic Signal Maintenance Review and Asset Management. 4.1 Evaluate the existing traffic signal resources and provide a gap assessment to achieve greater traffic operational efficiencies. 4.2 Ensure the Contractor-supplied equipment is fully compatible with the existing equipment and facilities. 4.3 Generate a cost ,effective, multi-year device replacement plan. 4.4 Perform independent evaluations and audits of the traffic signal maintenance program/practices to ensure compliance with best practices. 4.5 Assist with the evaluation and implementation of an asset management system. 4.6 Database Management Systems Analysis, Implementation and support, and/or Administration related to the ITS asset inventory 5. Area of Expertise: Traffic Signal Timing Plans for 170e/2070 controllers and QuicNet Pro®/Transparity® SIUpport. 5.1 Review existing signal timing plans, develop new timing strategies/plans for 170e/2070 controllers and conduct traffic simulations using SYNCHRO software. 12 City Attorney Approved Version 9/25/15 TRAN1246 5.2 Program vehicle detection and signal controller equipment to collect real-time traffic data and identify traffic patterns using QuicNet Pro®/Transparity 5.3 Signal system evaluation, modeling and optimization using the QuicNet Pro®, Quicload®, and QuicTrac®, and associated Transparity software. 5.4 Develop, review and evaluate proposed performance measures 5.5 Coordinate with adjoining agencies to develop seamless timing plans across jurisdictional lines using the RAMS. 5.6 Develop Standard Operating Guidelines for TMC. 5.7 Develop traffic responsive systems. 5.8 General data collection and traffic analysis. 5.9 Ability to update and program new computer ships for 170e/2070 controllers. 5.10 Ability to operation and prepare report using Tru-Traffic® 6. Area of Expertise: Railroad grade crossing and warning systems. 6.1 Prepare plans and planning documents related to rail warning systems and traffic signal preemption systems 6.2 Engineering support and inspection of traffic signal pre-emption for railroad activities 6.3 Evaluate, plan, and prepare construction documents related to railroad safety 6.4 Implementation and support reviews and value engineering related to rail operations and service 7. Area of Expertise: Staff support for traffic signal maintenance. 7.1 Provide an International Municipal Signals Association (IMSA) Level II certified signal technician to assist staff with maintenance issues 7.2 Monitor traffic signal maintenance program by establishing and recording metrics related to standard service levels 7.3 Inspect traffic signal maintenance work 8. Area of Expertise. Adaptive Signal Implementation and Support 8.1. Develop specifications and special provisions 8.2. Develop bid packages 8.3. Assist with implementation and inspection of adaptive equipment 8.4. Evaluate traffic monitoring system 9. Area of Expertise. Fiber Optic Implementation and Support 9.1. Master Plans 9.2. Public Safety 9.3. Roadway improvement 10. Area of Expertise. Troubleshooting Existing Signal and Communications Equipment (refer to List of Existing Intersections Linked to the TMC-"A" for an all-inclusive list. This is not to imply that each intersection will be addressed during the execution of this contract; it is just for reference purposes). 13 City Attorney Approved Version 9/25/15 10.1 Level II IMSA certification with at least five years of experience 1 0.2 Five years of experience with 170e/2070 controllers 10.3 Five years of experience with wireless networks TRAN1246 10.4 Five years of experience with advanced traffic management systems (ATMS) 11. Management of City Owned Equipment and City Owned Materials. 11.1. Contractor must have an existing 50' x 50' storage area available for storing equipment/staging projects or bear the cost of erecting said structure on site. 11.2. City Owned Materials: Contractor shall store the City Owned Materials as needed and maintain an inventory list, subject to visual inspection by the City, per the below example Equipment and Materials List "A" at the end of this section. 11.3 Owned Equipment: Contractor shall store City Owned Equipment and maintain an inventory list, subject to visual inspection by the City, per the below example "Equipment and Materials List "A" at the end of this section. 14 City Attorney Approved Version 9/25/15 List of Existing Intersections Linked to the TMC List "A" Asset ID TSC4 TSC132 TSC7 TSC8 TSC11 TSC190 TSC166 TSC21 TSC23 TSC25 TSC27 TSC28 TSC110 TSC32 TSC155 TSC149 TSC40 TSC120 TSC41 TSC157 TSC42. TSC43 TSC95 TSC96 TSC44 TSC45 TSC46 TSC47 TSC130 TSC48 TSC49 TSC113 TSC122 TSC50 TSC51 Description Alga Rd@ El Camino Real Appian Wy@ Carlsbad Village Dr Arenal Rd @ El Camino Real Armada Dr@ Palomar Airport Rd Avenida Encinas@ Palomar Airport Rd Avenida La Cima@ Rancho Santa Fe Rd Avenida Soledad @Rancho Santa Fe Rd Calle Barcelona@ El Camino Real Camino Alvaro@ Rancho Santa Fe Rd Camino de los Coches@ Rancho Santa Fe Rd Camino Vida Roble@ El Camino Real Camino Vida Roble@ Palomar Airport Rd Cannon Rd @ El Camino Real Carlsbad Bl @Carlsbad Village Dr Carlsbad Village Dr@ Chatham Rd Carlsbad Village Dr@ College Blvd Carlsbad Village Dr@ Concord St Carlsbad Village Dr@ Donna Dr Carlsbad Village Dr@ El Camino Real Carlsbad Village Dr@ Glasgow Dr Carlsbad Village Dr@ Harding St Carlsbad Village Dr@ Highland Dr Carlsbad Village Dr@ 1-5 North Carlsbad Village Dr@ 1-5 South Carlsbad Village Dr@ Jefferson St Carlsbad Village Dr@ Madison St Carlsbad Village Dr@ Monroe St Carlsbad Village Dr@ Pio Pico Dr Carlsbad Village Dr@ Pontiac Dr Carlsbad Village Dr@ Roosevelt St Carlsbad Village Dr@ State St Carlsbad Village Dr@ Tamarack Av Carlsbad Village Dr@ Valley St Cassia Rd@ El Camino Real Chestnut Av@ El Camino Real 15 TRAN1246 City Attorney Approved Version 9/25/15 TRAN1246 List of Existing Intersections Linked to the TMC List "A" Asset ID Description TSC54 College Bl@ El Camino Real TSC57 Costa del Mar Rd@ El Camino Real TSC58 Dove Ln @ El Camino Real TSC59 El Camino Real @Faraday Av TSC60 El Camino Real@ Hasp Wy TSC67 El Camino Real @ Jackspar Dr TSC61 El Camino Real@ Kelly Dr TSC62 El Camino Real@ La Costa Av TSC119 El Camino Real @La Costa Towne Ctr TSC63 El Camino Real @ Levante St TSC64 El Camino Real @Marron Rd TSC65 El Camino Real@ Palomar Airport Rd TSC66 El Camino Real @Plaza Dr TSC134 El Camino Real @Poinsettia Ln TSC68 El Camino Real @Tamarack Av TSC94 El Camino Real @Town Garden Rd TSC69 El Fuerte St@ Palomar Airport Rd TSC116 Harding Center S/0 Carlsbad Village Dr TSC73 Hidden Valley Rd @Palomar Airport Rd TSClOO 1-5 North@ Palomar Airport Rd TSC101 1-5 South@ Palomar Airport Rd TSC171 Innovation Wy@ Palomar Airport Rd@ Loker Ave West TSC78 la Costa Av @ Rancho Santa Fe Rd TSC118 la Costa Meadows @ Rancho Santa Fe Rd TSC82 Melrose Dr@ Palomar Airport Rd TSC56 Palomar Airport Rd@ College Blvd TSC216 Palomar Airport Rd@ Palomar Commons (Lowes) TSC84 Palomar Airport Rd@ Palomar Oaks Wy TSC85 Palomar Airport Rd@ Paseo del Norte TSC91 Palomar Airport Rd@ Paseo Val indo TSC86 Palomar Airport Rd@ Yarrow Dr TSC150 Rancho Santa Fe @Camino Junipero TSC185 Rancho Santa Fe @Fire Station #6 TSC183 RANCHO SANTA FE RD@ OLIVENHAIN RD TSC90 Rancho Santa Fe Rd@ San Elijo 16 City Attorney Approved Version 9/25/15 MANUFACTURER Phillips Phillips Phillips Phillips Phillips Phillips Phillips Phillips Phillips Phillips Moonstone Lights Moonstone Lights Moonstone Lights Moonstone Lights Moonstone Lights Moonstone Lights Moonstone Lights Comemrcial Electric Comemrcial Electric lteris lteris lteris EDCO Hyper! ink Technologies lteris lteris lteris Eltec Pel co 1\/lcCain lteris Microsoft 1\/lcCain 1\/lcCain lteris lteris Pel co Pel co Pel co Pel co MuCilln McCI!Jn Pel co Po lara ED! ED! ED! ED! Global Traffic Technologies Global Traffic Technologies Kensington EtherWAN ED! Digi Actelis Actelis Actelis Actelis Mean Well Honda TRAN1246 EQUIPMENT AND MATERIALS LIST "A" Part# Item Description Quantity PM Frequency Annual PM Cost$) 9105-037-01237 Color Burst Powercore 4.5 inch 30 N/A N/A 9124-001-130174 Light System Manager Gen 4 Controller 1 N/A N/A 9105-037-01420 Burst Powercore 4.5 inch Trim Ring 30 N/A N/A 9105-037-01417 Burst Powercore 4.5 inch Spread Lens 30 N/A N/A 9105-037-01210 Phillips Data Enabler 6 N/A N/A 1 03-000027-00 iColor Player 1 N/A N/A 1 03-000019-00 iPlayer 1 N/A N/A 9105-037-00639 Color Burst Powercore 6.5 inch 1 N/A N/A 9105-037-01212 Burst Powercore 6.5 inch Trim Ring 1 N/A N/A 120-000080-03 Burst Powercore 6.5 inch Spread Lens 1 N/A N/A Standard Tree Ring 4 N/A N/A Custom 85" Tree Ring 13 N/A N/A 3/8" Carriage Bolts and nuts 78 N/A N/A 3/8" x 6" SS Stud 78 N/A N/A 3/8" x 4" SS Stud 16 N/A N/A Nylon Pad 94 N/A N/A T Junction box 51 N/A N/A 1" x 1" Mounting Bases 200 N/A N/A B"zipties 200 N/A N/A 493460001 RZ4 Advanced VI/DR NTSC 14 N/A N/A 4010041-01 VECTOR Processor Single Cha NTSC 1 N/A N/A 493456001 Vantage Edge Connect 4 N/A N/A CX06-BNCY Isolated Loop Circuit Protection 41 N/A N/A HGLN-CAT5 Lightning Protector (POE Compatible) 1 N/A N/A 493098001 Edge 2 Ext 2 Channel 58 N/A N/A 493312201 Edge 2 Ext 2 Channel 4 N/A N/A 493240001 Edge 2 Single 1 box+34 N/A N/A Enclosure 4 N/A N/A AB-2003-74-PNC Gusseted tube w/vinyl insert 1-1/2"TOE x 5 N/A N/A M30174 Assy, PB Switch, 6' Cord Phone Plug 15 N/A N/A 493616001 Advanced LAM 1 N/A N/A 4YH-00006 Mouse 38 N/A N/A M68659 Dimensions BBS Rack Mounting Ears, Pa 18 N/A N/A M68749 Leviton Flip Lid Cover, LevWP2 WP 1 N/A N/A 493096001 Edge 2 Single 1 N/A N/A 493240201 Edge2 Dual 2 N/A N/A AS-0175-74-62-PNC Camera Brake!, 1 Piece Adjustable Stellar 38 N/A N/A AB-0175-7 4-96-PNC Camera Brake!, 1 Piece Adjustable, 74"TL 8 N/A N/A AB-0160-84-PNC Astra Mini-Brace 1-1/2" NPS, 84" Cable, AI 6 N/A N/A OEM-357154-2 Coax to? 18 N/A N/A AS-3009-96-PNC Astra -Brace Stellar Clamp Kit, 96" Galv C 2 N/A N/A M46541 2070 ATC Controll11r 3 2070 E Controller 1 Red Arrow 2 N/A N/A Yellowfllrow 2 N/A N/A GreenNrow 2 N/A N/A Traffic Light 4 N/A N/A Steel Slotted Din Rail 7.25 N/A N/A AB-0604-84-PNC Astra Mini-Brace, Antenna Mount, 84" Ca 3 N/A N/A ccu 2 N/A N/A 405926 LM 222 Series loop Monitor 7 N/A N/A 2010 ECL 2 N/A N/A 210 ECL 1 N/A N/A 210 1 N/A N/A 78-8095-3854-5 Opticom Model 722 Detector 2 Channel, 2 9 78-8095-3853-7 Opticom Model722 Detector 1 Channel, 2 10 Surge Protector 25 N/A N/A EX78802-0BBT Hardened Managed PoE Switch 13 N/A N/A LM 222 Series loop Monitor 40 N/A N/A N25-170 or 50001375-01 Connect 17 N/A N/A 501RG0447 ML688 8 N/A N/A 506R00006 AC-DC P.S. 5 N/A N/A 504R20120 DSL-Octal Cable 1 N/A N/A 504R20110 DSL Splitter Cable 16 N/A N/A DR-120-48 17 N/A N/A EU2000i Generator 8 17 City Attorney Approved Version 9/25/15 / I TRAN1246 SECTION C -STATEMENT OF QUALIFICATIONS The SOQ shall include the following items in the same order as they are listed below. Failure to provide the requested information may result in rejection of the SOQ. Brief and concise submittals are encouraged. The total number of pages must not exceed 35, excluding the resumes. 1. Identification. A title sheet or equivalent which includes: 1.1 The title of this solicitation. 1.2 Contractor's name and business address. 1.3 The name, title, rnailing.address, and telephone and fax numbers of the principal contact. 2. Organization and Approach. A brief statement describing the proposer's organization and outlining its approach to completing the work required for the range of projects included in this solicitation. This statement should briefly illustrate the proposer's overall understanding of specific areas of expertise. 3. Background of Firm. Background information regarding Contractor, including 3.1 Number of emplloyees (by type of professional expertise and managerial role in the company). 3.2 Length of time the Contractor has been in business. 3.3 Number of affiliated offices (if applicable). 4. Range of Services Of'fered. Provide identification of the specific services that the Contractor is qualified according to the Best Value Evaluation and plans to provide to City of Carlsbad. Related services may be offered in addition to those referenced below and evaluated as value- added. The Contractor does not have to submit a response to all the required areas of expertise listed above to be favorably considered but is strongly encouraged to do so. This information must be provided in a tabular format, clearly identifying the firm's role and the role of each Subcontractor for each area of expertise. Upon selection and execution of an On-Call contract, it shall not be possible to add new Subcontractors to the contract without the written approval of the project manager. Therefore, all SOQs should include sufficient personnel resources for carrying out all types of anticipated work in each area of expertise offered, including internships and temporary hires. 5. Recent Examples. Provide pertinent examples of successful, recent experience in providing Contractor services in each of the areas of expertise identified above. Preference will be given to Contractors with demonstrated experience and expertise in successfully performing work of a similar nature or related nature. The SOQ will be evaluated with a strong weight on projects completed in the SANDAG region related to the Regional Arterial Management System (RAMS). Specifically, the City of Carlsbad is looking for expertise using 170e/2070 controllers, QuicNet Pro®/Transparity® and linking signals using a fiber optic and wireless communications network. Recent work related Adaptive Traffic Signals and Fiber Optic Systems Planning should also be included. 6. Table of Current/On-!~oing Projects. The Prime Contractor should provide a table showing all current/on-going obligations of key staff members that would be involved in this overall contract. 7. Workload. A brief outline of your current workload and staff availability. 18 City Attorney Approved Version 9/25/15 (') TRAN1246 8. References. Provide one reference for each example submitted under item six (6), above. Include the following: 8.1 Date of the project. 8.2 Name and address of client. 8.3 Name and telephone number of the individual in the client organization that had management responsibility for the project. 8.4 Relevance to this SOQ. 8.5 Brief description of the project. 9. Individuals and Expertise. Provide a complete listing of all individuals to be included under each area of expertise, specifying their level of participation in each of the areas of expertise identified in item six (6). This information must be provided in a spreadsheet or tabular format with Subcontractors listed separately. Project managers on assignments that involve traffic engineering elements must be currently registered in California. 10. Resumes. Provide resumes of each person listed in item seven (7) indicating education and experience relevant to the areas of expertise. Include abstracts of previously completed similar projects. 10.1 Resumes for each person are limited to one (1) page, with a minimum font size of 10, and should be arranged or grouped according to job classification. 10.2 Please provide no more than ten (1 0) resumes of the top key staff team members that are committed to providing services for the duration of the contract after executed. 10.3 Resumes shall be complete, with no lapse of service. 10.4 Resumes of senior managers or ancillary staff not proposed to work on this project should not be included. Resumes should be formatted to conform to the following specifications: 10.4 List projects of similar scope in chronological order, most recent first. Three (3) to five (5) recent and relevant projects are sufficient. 10.5 Describe the project scope briefly. 10.6 Describe the participation I responsibilities of the staff member. 10.7 Provide staff member's education, year of graduation, and year of professional registration if applicable. 10.8 Provide staff member length of employment with current company and city I office location. 10.9 List all licenses and certifications. 11. Subcontractors. The name, address, telephone number, and primary contact for Subcontractors included in the project (if any). For each Subcontractor include resumes of the individuals to be assigned to the project and at least two references which include: 11 .1 Date of the project. 11.2 Name and address of client. 11.3 Name and telephone number of the individual in the client organization that had management responsibility for the project. 11.4 Relevance to this SOQ. 11.5 Brief description of the project. 19 City Attorney Approved Version 9125/15 TRAN1246 11.6 Hourly Bill Rates: Provide a fee schedule that indicates hourly bill rates for each member of the Contractor's project team (along with their job title). For Subcontractors, list each Subcontractor separately in the same format. The fee schedule shall be effective for the duration of the contract. Contractor fees shall not include travel costs between the Contractor's place of origin and the project site (i.e .. billing rates and travel expenses shall only reflect time spent on site and traveling between sites). Contractor fees shall list any other direct or indirect costs (including per mile costs traveling between sites), including costs for material and outside services. The mark-up on subs and expenses shall be limited to 10%. It is desirable to have an after hour call center with a live operator (i.e. "human response") to be factored into the after hour rate. The Fee Schedule should be a summary listing: 11.6.1 The regular hourly rate (Monday through Friday from 7:30 to 5:30 p.m., not including City holidays), along with 11.6.2 The "after hour" rates, which are hours outside of the range noted above, including City holidays (obtainable from the City website). 11.6.3 NOTE: service requests that require an immediate response will include a surcharg~3 of one hour paid at the appropriate rate(s) per one of the above categories. 11.7 Annualized Storage Charge: Cost of Service should include an annualized storage charge for the items in the Equipment and Materials List "A" 11.8 City Owned Equipment-Preventative Maintenance: Contractor shall provide a cost for performing preventative maintenance (PM) activities for City Owned Equipment. This shall include PM tasks to keep warranties current, and manufacturers' recommended PMs beyond the warranty period, in order to keep the City Owned Equipment operational and ready for deployment. 12. Additional Information. Any additional information that the Contractor believes would be useful to City of Carlsbad in evaluating the Contractor's SOQ. 20 City Attorney Approved Version 9/25/15