HomeMy WebLinkAboutAGR-7341.A - DKS ASSOCIATES - ON-CALL TRAFFIC ENGINEERING SERVICESDocusign Envelope ID:7258D3C4-FA48-4889-9018-6C850A807B0C
AGR-7341.A
PROFESSIONAL SERVICES AGREEMENT
On-Call Traffic Engineering Services]
THIS PROFESSIONAL SERVICES AGREEMENT (the "Agreement") is made at
Orange, California, on this 12th day of November , 2025 (the "Effective Date") by and
between the CITY OF ORANGE, a municipal corporation("City"), and DKS ASSOCIATES, a
California corporation("Contractor"),who agree as follows:
1. Services. Subject to the terms and conditions set forth in this Agreement,
Contractor shall provide general on-call traffic engineering services to the reasonable satisfaction
of City the services set forth in Exhibit"A,"which is attached hereto and incorporated herein by
reference. As a material inducement to City to enter into this Agreement, Contractor represents
and warrants that it has thoroughly investigated and considered the scope of services and fully
understands the difficulties and restrictions in performing the work. The services which are the
subject of this Agreement are not in the usual course of City's business and City relies on
Contractor's representation that it is independently engaged in the business of providing such
services and is experienced in performing the work. Contractor shall perform all services in a
manner reasonably satisfactory to City and in a manner in conformance with the standards of
quality normally observed by an entity providing such services to a municipal agency. All services
provided shall conform to all federal, state and local laws, rules and regulations and to the best
professional standards and practices. The terms and conditions set forth in this Agreement shall
control over any terms and conditions in Exhibit"A" to the contrary.
Larry Tay, City Traffic Engineer("City's Project Manager"), shall be the person to whom
Contractor will report for the performance of services hereunder. It is understood that Contractor's
performance hereunder shall be under the supervision of City's Project Manager (or his/her
designee), that Contractor shall coordinate its services hereunder with City's Project Manager to
the extent required by City's Project Manager, and that all performances required hereunder by
Contractor shall be performed to the satisfaction of City's Project Manager and the City Manager.
2. Compensation and Fees.
a. Contractor's total compensation for all services performed under this
Agreement, shall not exceed ONE HUNDRED THOUSAND DOLLARS and 00/100
100,000.00)without the prior written authorization of City.
b. The above compensation shall include all costs, including, but not limited
to, all clerical, administrative, overhead, insurance, reproduction, telephone, travel, auto rental,
subsistence and all related expenses.
3. Payment.
a. As scheduled services are completed, Contractor shall submit to City an
invoice for the services completed, authorized expenses and authorized extra work actually
performed or incurred.
Docusign Envelope ID:7258D3C4-FA48-4889-9018-6C850A807B0C
b. All such invoices shall state the basis for the amount invoiced, including
services completed,the number of hours spent and any extra work performed.
c. City will pay Contractor the amount invoiced within thirty (30) days of
receipt of all deliverables.
d. Payment shall constitute payment in full for all services, authorized costs
and authorized extra work covered by that invoice.
4. Change Orders. No payment for extra services caused by a change in the scope
or complexity of work, or for any other reason, shall be made unless and until such extra services
and a price therefor have been previously authorized in writing and approved by City as an
amendment to this Agreement. City's Project Manager is authorized to approve a reduction in the
services to be performed and compensation therefor. All amendments shall set forth the changes
of work,extension of time,and/or adjustment of the compensation to be paid by City to Contractor
and shall be signed by the City's Project Manager,City Manager or City Council, as applicable.
5. Licenses. Contractor represents that it and any subcontractors it may engage,
possess any and all licenses which are required under state or federal law to perform the work
contemplated by this Agreement and that Contractor and its subcontractors shall maintain all
appropriate licenses, including a City of Orange business license, at its cost, during the
performance of this Agreement.
6. Independent Contractor. At all times during the term of this Agreement,
Contractor shall be an independent contractor and not an employee of City. City shall have the
right to control Contractor only insofar as the result of Contractor's services rendered pursuant to
this Agreement. City shall not have the right to control the means by which Contractor
accomplishes services rendered pursuant to this Agreement. Contractor shall, at its sole cost and
expense, furnish all facilities, materials and equipment which may be required for furnishing
services pursuant to this Agreement. Contractor shall be solely responsible for, and shall
indemnify, defend and save City harmless from all matters relating to the payment of its
subcontractors, agents and employees,including compliance with social security withholding and
all other wages, salaries, benefits, taxes, exactions, and regulations of any nature whatsoever.
Contractor acknowledges that it and any subcontractors, agents or employees employed by
Contractor shall not,under any circumstances,be considered employees of City,and that they shall
not be entitled to any of the benefits or rights afforded employees of City,including,but not limited
to, sick leave, vacation leave, holiday pay, Public Employees Retirement System benefits, or
health, life, dental, long-term disability or workers'compensation insurance benefits.
7. Contractor Not Agent. Except as City may specify in writing, Contractor shall
have no authority, express or implied, to act on behalf of City in any capacity whatsoever as an
agent. Contractor shall have no authority, express or implied, to bind City to any obligation
whatsoever.
2
Docusign Envelope ID:7258D3C4-FA48-4889-9018-6C850A807B0C
8. Designated Persons. Only those qualified persons authorized by City's Project
Manager, or as designated in Exhibit"A,"shall perform work provided for under this Agreement.
It is understood by the parties that clerical and other nonprofessional work may be performed by
persons other than those designated.
9. Assignment or Subcontracting. No assignment or subcontracting by Contractor
of any part of this Agreement or of funds to be received under this Agreement shall be of any force
or effect unless the assignment has the prior written approval of City. City may terminate this
Agreement rather than accept any proposed assignment or subcontracting. Such assignment or
subcontracting may be approved by the City Manager or his/her designee.
10. Time of Completion. Except as otherwise specified in Exhibit "A," Contractor
shall commence the work provided for in this Agreement within five(5)days of the Effective Date
of this Agreement and diligently prosecute completion of the work in accordance with the time
period set forth in Exhibit"A"hereto or as otherwise agreed to by and between the representatives
of the parties.
11. Time Is of the Essence. Time is of the essence in this Agreement. Contractor shall
do all things necessary and incidental to the prosecution of Contractor's work.
12. Reserved.
13. Delays and Extensions of Time. Contractor's sole remedy for delays outside its
control, other than those delays caused by City, shall be an extension of time. No matter what the
cause of the delay,Contractor must document any delay and request an extension of time in writing
at the time of the delay to the satisfaction of City. Any extensions granted shall be limited to the
length of the delay outside Contractor's control. If Contractor believes that delays caused by City
will cause it to incur additional costs, it must specify, in writing, why the delay has caused
additional costs to be incurred and the exact amount of such cost at the time the delay occurs. No
additional costs can be paid that exceed the not to exceed amount stated in Section 2.a, above,
absent a written amendment to this Agreement.
14. Products of Contractor. The documents, studies, evaluations, assessments,
reports,plans, citations,materials, manuals,technical data, logs, files, designs and other products
produced or provided by Contractor for this Agreement shall become the property of City upon
receipt. Contractor shall deliver all such products to City prior to payment for same. City may
use,reuse or otherwise utilize such products without restriction.
15. Equal Employment Opportunity. During the performance of this Agreement,
Contractor agrees as follows:
a. Contractor shall not discriminate against any employee or applicant for
employment because of race, color,religion, sex, national origin,mental or physical disability,or
any other basis prohibited by applicable law. Contractor shall ensure that applicants are employed,
and that employees are treated during employment, without regard to their race, color, religion,
sex,national origin,mental or physical disability,or any other basis prohibited by applicable law.
3
Docusign Envelope ID:7258D3C4-FA48-4889-9018-6C850A807B0C
Such actions shall include,but not be limited to the following: employment,upgrading,demotion
or transfer,recruitment or recruitment advertising,layoff or termination,rates of pay or other forms
of compensation and selection for training, including apprenticeship. Contractor agrees to post in
conspicuous places, available to employees and applicants for employment, a notice setting forth
provisions of this non-discrimination clause.
b. Contractor shall, in all solicitations and advertisements for employees
placed by, or on behalf of Contractor, state that all qualified applicants will receive consideration
for employment without regard to race, color, religion, sex, national origin, mental or physical
disability, or any other basis prohibited by applicable law.
c. Contractor shall cause the foregoing paragraphs(a)and(b)to be inserted in
all subcontracts for any work covered by this Agreement, provided that the foregoing provisions
shall not apply to subcontracts for standard commercial supplies or raw materials.
16. Conflicts of Interest. Contractor agrees that it shall not make, participate in the
making, or in any way attempt to use its position as a consultant to influence any decision of City
in which Contractor knows or has reason to know that Contractor, its officers, partners, or
employees have a financial interest as defined in Section 87103 of the Government Code.
Contractor further agrees that it shall not be eligible to work as the design/build firm for the project
that is the subject of this Agreement.
17. Indemnity.
a. To the fullest extent permitted by law,Contractor agrees to indemnify, and
hold City, its City Council and each member thereof, and the officers, officials,and employees of
City(collectively the"Indemnitees") entirely harmless from all liability arising out of:
1) Any and all claims under workers' compensation acts and other
employee benefit acts with respect to Contractor's employees or Contractor's subcontractor's
employees arising out of Contractor's work under this Agreement, including any and all claims
under any law pertaining to Contractor or its employees' status as an independent contractor and
any and all claims under Labor Code section 1720 related to the payment of prevailing wages for
public works projects; and
2) Any claim, loss, injury to or death of persons or damage to property
caused by any act, neglect, default, or omission of Contractor, or person, firm or corporation
employed by Contractor, either directly or by independent contract, including all damages due to
loss or theft sustained by any person, firm or corporation including the Indemnitees, or any of
them, arising out of, or in any way connected with the work or services which are the subject of
this Agreement, including injury or damage either on or off City's property; but not for any loss,
injury,death or damage caused by the active negligence or willful misconduct of City. Contractor,
at its own expense, cost and risk, shall indemnify any and all claims, actions, suits or other
proceedings that may be brought or instituted against the Indemnitees on any such claim or liability
covered by this subparagraph, and shall pay or satisfy any judgment that may be rendered against
4
Docusign Envelope ID:7258D3C4-FA48-4889-9018-6C850A807B0C
the Indemnitees, or any of them, in any action, suit or other proceedings as a result of coverage
under this subparagraph.
b. To the fullest extent permitted by law, and as limited by California Civil
Code 2782.8, Contractor agrees to indemnify and hold Indemnitees harmless from all liability
arising out of any claim, loss, injury to or death of persons or damage to property to the extent
caused by its negligent professional act or omission in the performance of professional services
pursuant to this Agreement.
c. Except for the Indemnitees, the indemnifications provided in this
Agreement shall not be construed to extend any third party indemnification rights of any kind to
any person or entity which is not a signatory to this Agreement.
d. The indemnities set forth in this section shall survive any closing,
rescission,or termination of this Agreement,and shall continue to be binding and in full force and
effect in perpetuity with respect to Contractor and its successors.
18. Insurance.
a. Contractor shall carry workers' compensation insurance as required by law
for the protection of its employees during the progress of the work. Contractor understands that it
is an independent contractor and not entitled to any workers' compensation benefits under any
City program.
b. Contractor shall maintain during the life of this Agreement the following
minimum amount of comprehensive general liability insurance or commercial general liability
insurance: the greater of (1) One Million Dollars ($1,000,000) per occurrence; or (2) all the
insurance coverage and/or limits carried by or available to Contractor. Said insurance shall cover
bodily injury, death and property damage and be written on an occurrence basis.
c. Contractor shall maintain during the life of this Agreement, the following
minimum amount of automotive liability insurance: the greater of(1) a combined single limit of
One Million Dollars ($1,000,000); or (2) all the insurance coverage and/or limits carried by or
available to Contractor. Said insurance shall cover bodily injury, death and property damage for
all owned,non-owned and hired vehicles and be written on an occurrence basis.
d. Any insurance proceeds in excess of or broader than the minimum required
coverage and/or minimum required limits which are applicable to a given loss shall be available
to City. No representation is made that the minimum insurance requirements of this Agreement
are sufficient to cover the obligations of Contractor under this Agreement.
e. Each policy of general liability and automotive liability shall provide that
City, its officers, officials, agents,and employees are declared to be additional insureds under the
terms of the policy, but only with respect to the work performed by Contractor under this
Agreement. A policy endorsement to that effect shall be provided to City along with the certificate
of insurance. In lieu of an endorsement,City will accept a copy of the policy(ies)which evidences
5
Docusign Envelope ID:7258D3C4-FA48-4889-9018-6C850A807B0C
that City is an additional insured as a contracting party. The minimum coverage required by
Subsection 18.b and c, above, shall apply to City as an additional insured. Any umbrella liability
insurance that is provided as part of the general or automobile liability minimums set forth herein
shall be maintained for the duration of the Agreement.
f.Contractor shall maintain during the life of this Agreement professional
liability insurance covering errors and omissions arising out of the performance of this Agreement
with a minimum limit of One Million Dollars ($1,000,000)per claim. Contractor agrees to keep
such policy in force and effect for at least five (5) years from the date of completion of this
Agreement.
g. The insurance policies maintained by Contractor shall be primary insurance
and no insurance held or owned by City shall be called upon to cover any loss under the policy.
Contractor will determine its own needs in procurement of insurance to cover liabilities other than
as stated above.
h. Before Contractor performs any work or prepares or delivers any materials,
Contractor shall furnish certificates of insurance and endorsements, as required by City,
evidencing the aforementioned minimum insurance coverages on forms acceptable to City,which
shall provide that the insurance in force will not be canceled or allowed to lapse without at least
ten(10)days' prior written notice to City.
i.Except for professional liability insurance coverage that may be required by
this Agreement, all insurance maintained by Contractor shall be issued by companies admitted to
conduct the pertinent line of insurance business in California and having a rating of Grade A or
better and Class VII or better by the latest edition of Best Key Rating Guide. In the case of
professional liability insurance coverage, such coverage shall be issued by companies either
licensed or admitted to conduct business in California so long as such insurer possesses the
aforementioned Best rating.
j Contractor shall immediately notify City if any required insurance lapses or
is otherwise modified and cease performance of this Agreement unless otherwise directed by City.
In such a case, City may procure insurance or self-insure the risk and charge Contractor for such
costs and any and all damages resulting therefrom, by way of set-off from any sums owed
Contractor.
k. Contractor agrees that in the event of loss due to any of the perils for which
it has agreed to provide insurance, Contractor shall look solely to its insurance for recovery.
Contractor hereby grants to City,on behalf of any insurer providing insurance to either Contractor
or City with respect to the services of Contractor herein,a waiver of any right to subrogation which
any such insurer may acquire against City by virtue of the payment of any loss under such
insurance.
1.Contractor shall include all subcontractors, if any, as insureds under its
policies or shall furnish separate certificates and endorsements for each subcontractor to City for
6
Docusign Envelope ID:7258D3C4-FA48-4889-9018-6C850A807B0C
review and approval. All coverages for subcontractors shall be subject to all of the requirements
stated herein.
19. Termination. City may for any reason terminate this Agreement by giving
Contractor not less than five(5) days' written notice of intent to terminate. Upon receipt of such
notice, Contractor shall immediately cease work, unless the notice from City provides otherwise.
Upon the termination of this Agreement, City shall pay Contractor for services satisfactorily
provided and all allowable reimbursements incurred to the date of termination in compliance with
this Agreement, unless termination by City shall be for cause, in which event City may withhold
any disputed compensation. City shall not be liable for any claim of lost profits.
20. Maintenance and Inspection of Records. In accordance with generally accepted
accounting principles, Contractor and its subcontractors shall maintain reasonably full and
complete books, documents, papers, accounting records, and other information (collectively, the
records")pertaining to the costs of and completion of services performed under this Agreement.
City and its authorized representatives shall have access to and the right to audit and reproduce
any of Contractor's records regarding the services provided under this Agreement. Contractor shall
maintain all such records for a period of at least three(3)years after termination or completion of
this Agreement. Contractor agrees to make available all such records for inspection or audit at its
offices during normal business hours and upon three(3)days'notice from City,and copies thereof
shall be furnished if requested.
21. Compliance with all Laws/Immigration Laws.
a. Contractor shall be knowledgeable of and comply with all local, state and
federal laws which may apply to the performance of this Agreement.
b. If the work provided for in this Agreement constitutes a"public works,"as
that term is defined in Section 1720 of the California Labor Code,for which prevailing wages must
be paid, to the extent Contractor's employees will perform any work that falls within any of the
classifications for which the Department of Labor Relations of the State of California promulgates
prevailing wage determinations, Contractor hereby agrees that it, and any subcontractor under it,
shall pay not less than the specified prevailing rates of wages to all such workers. The general
prevailing wage determinations for crafts can be located on the website of the Department of
Industrial Relations (www.dir.ca.gov/DLSR). Additionally,to perform work under this Contract,
Contractor must meet all State registration requirements and criteria,including project compliance
monitoring.
c. Contractor represents and warrants that it:
1) Has complied and shall at all times during the term of this
Agreement comply, in all respects, with all immigration laws, regulations, statutes, rules, codes,
and orders, including, without limitation, the Immigration Reform and Control Act of 1986
IRCA); and
7
Docusign Envelope ID:7258D3C4-FA48-4889-9018-6C850A807B0C
2) Has not and will not knowingly employ any individual to perform
services under this Agreement who is ineligible to work in the United States or under the terms of
this Agreement; and
3) Has properly maintained, and shall at all times during the term of
this Agreement properly maintain, all related employment documentation records including,
without limitation, the completion and maintenance of the Form I-9 for each of Contractor's
employees; and
4) Has responded, and shall at all times during the term of this
Agreement respond, in a timely fashion to any government inspection requests relating to
immigration law compliance and/or Form I-9 compliance and/or worksite enforcement by the
Department of Homeland Security, the Department of Labor, or the Social Security
Administration.
d. Contractor shall require all subcontractors or subconsultants to make the
same representations and warranties as set forth in Subsection 21.c.
e. Contractor shall, upon request of City, provide a list of all employees
working under this Agreement and shall provide,to the reasonable satisfaction of City,verification
that all such employees are eligible to work in the United States. All costs associated with such
verification shall be borne by Contractor. Once such request has been made, Contractor may not
change employees working under this Agreement without written notice to City,accompanied by
the verification required herein for such employees.
f.Contractor shall require all subcontractors or sub-consultants to make the
same verification as set forth in Subsection 21.e.
g. If Contractor or subcontractor knowingly employs an employee providing
work under this Agreement who is not authorized to work in the United States, and/or fails to
follow federal laws to determine the status of such employee,that shall constitute a material breach
of this Agreement and may be cause for immediate termination of this Agreement by City.
h. Contractor agrees to indemnify and hold City, its officers, officials, agents
and employees harmless for,of and from any loss,including but not limited to fines,penalties and
corrective measures City may sustain by reason of Contractor's failure to comply with said laws,
rules and regulations in connection with the performance of this Agreement.
22. Governing Law and Venue. This Agreement shall be construed in accordance
with and governed by the laws of the State of California and Contractor agrees to submit to the
jurisdiction of California courts. Venue for any dispute arising under this Agreement shall be in
Orange County, California.
23. Integration. This Agreement constitutes the entire agreement of the parties. No
other agreement,oral or written,pertaining to the work to be performed under this Agreement shall
be of any force or effect unless it is in writing and signed by both parties. Any work performed
8
Docusign Envelope ID:7258D3C4-FA48-4889-9018-6C850A807B0C
which is inconsistent with or in violation of the provisions of this Agreement shall not be
compensated.
24. Notice. Except as otherwise provided herein, all notices required under this
Agreement shall be in writing and delivered personally, by e-mail, or by first class U.S. mail,
postage prepaid, to each party at the address listed below. Either party may change the notice
address by notifying the other party in writing. Notices shall be deemed received upon receipt of
same or within three(3)days of deposit in the U.S. Mail,whichever is earlier. Notices sent by e-
mail shall be deemed received on the date of the e-mail transmission.
CONTRACTOR" CITY"
DKS Associates City of Orange
2401 E. Katella Avenue, Suite 425 300 E. Chapman Avenue
Anaheim, CA 92806 Orange, CA 92866-1591
Attn.: Brian Chandler Attn.: Larry Tay, City Traffic Engineer
Telephone: (206)382-9800 Telephone: 714-744-5525
E-Mail: brian.chandler@dksassociates.com E-Mail: ltay@cityoforange.org
25. Counterparts. This Agreement may be executed in one or more counterparts,each
of which shall be deemed an original, but all of which together shall constitute one and the same
instrument. Signatures transmitted electronically shall have the same effect as original signatures.
Remainder of page intentionally left blank; signatures on next page]
9
Docusign Envelope ID:7258D3C4-FA48-4889-9018-6C850A807B0C
IN WITNESS of this Agreement, the parties have entered into this Agreement as of the
year and day first above written.
CONTRACTOR" CITY"
DKS ASSOCIATES, a California corporation CITY OF ORANGE, a municipal corporation
Initial
DocuSiyned by:
By
d R.nao,,
By: VOJ.&U,L le. (.a.4tx.
Printed Name: Richard Hutchinson tailiffITItaker, Mayor
Title: Vice President
7YL;ae 710-m.0.4.
By: ATTEST:
Printed Name: Mike Thomas
Title: CFO
Signed by:
aniFfirSIBbn, City Clerk
APPROVED AS TO FORM:
DocuSlyned by:
1alie°vouran, City Attorney
NOTE:City requires the following signature(s) on behalf of the Contractor:
1)the Chairman of the Board, the President or a Vice-President,AND (2) the
Secretary, the Chief Financial Officer, the Treasurer, an Assistant Secretary
or an Assistant Treasurer. If only one corporate officer exists or one corporate
officer holds more than one corporate office, please so indicate. OR
The corporate officer named in a corporate resolution as authorized to enter
into this Agreement. A copy of the corporate resolution, certified by the
Secretary close in time to the execution of the Agreement,must be provided to
City.
10
11 Progress' RightSignature 0
Viir.• ; REFERENCE NUMBER
hi DA13D766-58E0-4901-9BFD-FB7F1 A5D34CF
SIGNATURE CERTIFICATE ox
TRANSACTION DETAILS DOCUMENT DETAILS
Reference Number Document Name
DA13D766-58E0-4901-9BFD-FB7F1 A5D34CF Professional Services Agreement RFP 24 25-24-DKS Associates
Transaction Type Filename
Signature Request Professional_Services_Agreement_RFP_24_25-24=_DKS_Associates.pdf
Sent At Pages
10/30/2025 12:37:36 PM EDT 11 pages
Executed At Content Type
10/30/2025 01:23:33 PM EDT application/pdf
Identity Method File Size
email 180 KB
Distribution Method Original Checksum
email 06f9ec87af9d39951 c020e5f38a76a45ead2238b59db1 f83f98df73c444f94e5
Signed Checksum
fe3cff926d15f3e426f5d466a01ec07112e762c87c0ecd5914be1664a7c88d16
Signer Sequencing
Enabled
Document Passcode
Disabled
SIGNERS
SIGNER E-SIGNATURE EVENTS
Name Status Viewed At
Mike Thomas signed 10/30/2025 01:22:19 PM EDT
Email Multi-factor Digital Fingerprint Checksum Identity Authenticated At
mike.thomas@dksassociates.com 4f53cda18c2baa0c0354bb5f9a3ecbe5ed12ab4d8e11ba873c2f11161202b945 10/30/2025 01:23:33 PM EDT
Signer Sequence IP Address Signed At
1 70.162.171.245 10/30/2025 01:23:33 PM EDT
Components Device
1 Chrome via Windows
Typed Signature
fflA.tito.,.n..
Signature Reference ID
DB75EF86
Name Status Viewed At
Richard J.Hutchinson signed 10/30/2025 12:38:04 PM EDT
Email Multi-factor Digital Fingerprint Checksum Identity Authenticated At
rjh@dksassociates.com 4f53cda18c2baa0c0354bb5f9a3ecbe5ed12ab4d8e11ba873c2fI1161202b945 10/30/2025 12:38:30 PM EDT
Signer Sequence IP Address Signed At
0 76.121.155.99 10/30/2025 12:38:30 PM EDT
Components Device
1 Chrome via Windows
Typed Signature
Signature Reference ID
0315BC16
AUDITS
TIMESTAMP AUDIT
10/30/2025 12:37:36 PM EDT Jean Marie Shriven(jeanmarie.shriver@dksassociates.com)created document
Professional Services_Agreement_RFP_24_25-24_-_DKS_Associates.pdf on Chrome via Windows from
162.192.184 201.
10/30/2025 12:37:37 PM EDT Richard J.Hutchinson(rjh@dksassociates.com)was emailed a link to sign.
10/30/2025 12:38:04 PM EDT Richard J.Hutchinson(rjh@dksassociates.com)viewed the document on Chrome via Windows from
76.121.155.99.
10/30/2025 12:38:30 PM EDT Richard J.Hutchinson(rjh@dksassociates.com)authenticated via email on Chrome via Windows from
76.121.155.99.
10/30/2025 12:38:30 PM EDT Richard J.Hutchinson(rjh@dksassociates.com)signed the document on Chrome via Windows from
76.121.155.99.
10/30/2025 12:38:31 PM EDT Mike Thomas(mike.thomas@dksassociates.com)was emailed a link to sign.
10/30/2025 01:22:19 PM EDT Mike Thomas(mike.thomas@dksassociates.com)viewed the document on Chrome via Windows from
70.162.171.245.
10/30/2025 01:23:33 PM EDT Mike Thomas(mike.thomas@dksassociates.com)authenticated via email on Chrome via Windows from
70.162.171.245.
10/30/2025 01:23:33 PM EDT Mike Thomas(mike.thomas@dksassociates.com)signed the document on Chrome via Windows from
70.162.171.245.
Docusign Envelope ID:7258D3C4-FA48-4889-9018-6C850A807B0C
EXHIBIT "A"
SCOPE OF SERVICES
Beneath this sheet.]
Docusign Envelope ID:7258D3C4-FA48-4889-9018-6C850A807B0C
SECTION III
SCOPE OF WORK
RFP NO. 24-25.24
Docusign Envelope ID:7258D3C4-FA48-4889-9018-6C850A807B0C
SECTION III: SCOPE OF WORK
All work shall be conducted on an as needed basis when requested in writing by the City Traffic
Engineer or designated representative and according to the timeframe specified by the City.Work
performed by the Consultant that has not be specifically identified and authorized by the City, will
not be compensated.
The scope of work includes, but is not limited to:
Traffic studies for capital projects
Traffic and/or parking study review for private developments
Traffic signal design
Traffic control plan preparations
Plan check for capital/development projects and traffic control plans
Street light design and plan check
Signing and striping plan preparation and plan check
Traffic signal and street lighting construction inspection
Construction management and construction engineering
Technical support for funding and grant application
Grant funding oversight
Intelligent transportation systems (ITS) design
Traffic signal timing and coordination studies
Traffic counts and data collection
Neighborhood traffic calming studies, warrant studies, and traffic investigations
Special studies, civil design, and on-site support services may be requested
General municipal traffic engineering services
The City of Orange manages 160 traffic signals, over 8,000 streetlights, over 20 miles of fiber
optic network, the Traffic Management Center(TMC), radar feedback signs, pedestrian crossing
and overhead flashers, and other devices to facilitate the safety of the public and efficiency of
traffic. The City of Orange expects consulting firms to have thorough knowledge in traffic signal,
ITS systems, street light design to perform required services. Firms are also expected to
understand federal/state/local funding and policies, as well as Orange County Transportation
Authority (OCTA) Comprehensive Transportation Funding Program (CTFP) requirements. The
ideal firm(s) will have expertise in the areas above or may specialize in one or more subareas
and will be capable to provide technical services associated with the general traffic engineering
needs of the City of Orange.
All design work and improvement plan check services shall be performed by or under the
responsible charge of a California License Professional Engineer (Civil, Traffic, and/or California
License Land Surveyor as applicable) eligible to prepare and sign such plans. Successful firms
will be required to enter into the City's standard professional services agreement (attached) and
obtain an Orange business license. Any changes requested to the City's standard agreement
must be noted in the response to the RFP for the City's consideration.
Each specific assignment under an on-call engineering services contract will be compensated on
either lump sum or time-and-materials basis. The method of compensation will be specified in
writing by the City at the time the assignment is given.
Docusign Envelope ID:7258D3C4-FA48-4889-9018-6C850A807B0C
Generally, response times related to plan checks for the initial review shall be completed within
ten (10)working days, unless otherwise directed by the City. Each subsequent plan check shall
be completed within 5 working days unless otherwise directed by the City.
The scope of work will vary by project, and will be further defined in a project specific request by
the City of Orange, but may generally include the following:
Design Plans — Develop or assist with development of final design plans associated with
traffic signals and street light systems. These plans include, but are not limited to: traffic
signal plans, Intelligent Transportation Systems plans, traffic signal interconnect plans,
and street light plans.
Program Management / Construction Management / Construction Inspection —
Services related to the City's Capital Improvement Program, which will typically include
traffic signal and street light improvements, but may also include ancillary roadway
rehabilitation, roadway widening, ADA access and handicap ramps, parkways, drainage
and drainage structures, storm drain utilities, signage and striping, parks, and other
miscellaneous facilities. A thorough understanding of the NPDES regulations and grant
regulations, including Federally funded program compliance is required. Project manager
and inspector must be able to coordinate with outside agencies such as adjacent cities,
Caltrans, and various utility companies.
Transportation Analysis—Specialized traffic studies to assess proposed projects within
a short time frame. Typical studies would include travel demand or traffic forecasting of
proposed roadways, street widening or intersection improvement projects. Studies will
analyze diversion of traffic due to substantial long term construction projects. Analysis will
incorporate pedestrian and bicycles. Additional studies could be needed to provide
technical support for grant and funding applications.
Traffic Signal Corridor Coordination Studies — Conduct studies that analyze the
performance of traffic signal timing on street corridors. These studies shall include before
and after analysis to quantify the level of improvement to the expected as a result of the
project.
Simulation Modeling — Provide computer simulation of corridors or road networks as
needed utilizing microsimulation software. Training may also be included with these
projects.
Traffic Counts — Perform data collection as needed within short time frames including
ADT's, 12-hour counts, intersection turning movement counts, occupancy rates,
speed/delay runs, pedestrian and bike counts, parking turnover, etc.
Statewide Planning Efforts — Specialized studies and analysis in support of various
regional and statewide initiatives involving traffic signal improvements, timing, and
coordination.
Research and Outreach—Assist staff in producing reports and making presentations on
transportation related topics.
Neighborhood Traffic Calming — Assist staff in processing requests for traffic calming
measures. This includes but is not limited to street and neighborhood evaluation, data
collection, recommendations, design, and coordination/communication with residents.
Review for Private Developments—Assist staff in reviewing plans and reports for private
development projects. This includes but is not limited to: traffic signal plans, striping plans,
street light plans, and various traffic studies. Coordination with project owners or design
teams on behalf of the City may be requested.
Docusign Envelope ID:7258D3C4-FA48-4889-9018-6C850A807B0C
Deliverables
The specific scope of work for each task/project will be provided in a written transmittal from a
City of Orange representative along with, in most cases, a follow-up phone call and, if necessary,
a meeting to discuss the specific needs of the assignment. Within five business days of receipt of
transmittal, the Consultant will be expected to provide the City with a proposed level of support
along with a NOT TO EXCEED cost. A fully-executed amendment to the on-call contract may be
required along with an authorization to proceed prior to commencement of work.
Consultant is expected to have a close working relationship with City staff and remain very
accessible throughout the contract duration.The Consultant shall act as an extension of City staff.
A member of the consulting firm will be required to attend meetings with other jurisdictions, City
departments, or public outreach events if an individual project requires extra coordination.
Docusign Envelope ID:7258D3C4-FA48-4889-9018-6C850A807B0C
QUALIFICATIONS SAMPLE TASK ORDER:
Our team is equipped to provide a comprehensive
Traffic Signal Modification Design for Corona
range of traffic engineering services, including:Mall (City of Corona Traffic On Call)
ITS and fiber design (Caltrans D4 Traffic On-
DESIGN PLANS
Call)
Alton TSSP Signal and ITS design (OCTA
DKS is a recognized leader in transportation Traffic On-Call)
design. Our design team specializes in traffic
signals, lighting, signing and striping, ITS, Fiber,and •Rectangular Rapid Flashing Beacon (RRFB),
traffic control design.The DKS team brings deep
Pedestrian Hybrid Beacon (PHB) Design(City
technical expertise and decades of experience in of Beverly Hills Traffic On Call)
delivering full Plans, Specifications,and Estimates
PS&E) packages across Southern California.We are PROGRAM MANAGEMENT/
thoroughly familiar with Caltrans Standard Plans and CONSTRUCTION MANAGEMENT/
Specifications and the City's standards, policies, and
CONSTRUCTION INSPECTION
approval workflows. The success of all projects lies in good project
management,construction oversight,and
Our design team includes licensed civil and traffic
construction inspection. DKS brings extensive
engineers,traffic signal designers, electrical
experience in construction management oversight
specialists,and CADD technicians,allowing us and working alongside contractors to deliver the
to scale quickly and deliver design documents highest standards and quality deliveries to our
that are accurate, buildable,and code compliant.
clients.Our approach to good project construction
Each set of plans is thoroughly QA/OC'd by senior
starts with having a good project management
staff with significant experience in transportation
plan that takes into account the pre-construction,
design. Our extensive bench ensures every element
construction,and post-construction phases. Our
Traffic Signal, Signing and Striping, Electrical,
value to our clients is our ability to work closely
Communication, Multimodal traffic design, and
with the City's project manager and team on
traffic control plans,etc.)is handled by subject
having a constructable design/specifications during
matter experts.
the pre-construction phase. DKS will establish
a management process and workflows in this
phase as well as establish a baseline construction
s
r
r
t.
DKS CITY OF ORANGE ON-CALL TRAFFIC ENGINEERING SERVICES RFP NO. 24-25.24
Docusign Envelope ID:7258D3C4-FA48-4889-9018-6C850A807B0C
schedule and budget that reflects the project scope. rail crossings,while developing measures to
Our workflows will have a pre-installation checklist. improve safety,capacity,access,and circulation.
Our projects have included capacity analysis to
DKS will make sure that the checklist will have determine level of service,study of driveways and
adequate checking of power and communication. access control, need for traffic signals, intersection
More importantly,our project team will work with design needs,including turn lanes,accident
the agency to document all potential risks prior analysis,speed limit reviews,channelization
to construction. During the construction phase, needs including medians,signal coordination,
DKS will coordinate with the City to manage all assessment of passing zones and lanes,travel
aspects of construction, including construction demand forecasting, geometric analysis,signal
administration,construction inspection, surveying, coordination, high-occupancy-vehicle(HOV)
material inspection, project control,and safety system planning, Light Rail Transit(LRT)station
coordination. Safely and successfully delivering data planning, environmental assessments,
the design plans of the project while making sure environmental impact statements, alternative
the contractor complies with all requirements analysis, and site impact studies. For projects
and minimizing impact on the city's residents, requiring advanced forecasting and evaluation,we
businesses,commuters,and other stakeholders provide travel demand modeling,diversion studies
is paramount. DKS will ensure that the agency's for long-term construction impacts,and multimodal
budgets and schedules are achieved by anticipating analysis that incorporates pedestrian, bicycle, and
any risks and collaborating to implement mitigation transit considerations. Our staff regularly prepares
solutions. Post-construction is as important as the technical documentation in support of grant and
pre-construction,and DKS will coordinate with funding applications.
the City to finalize all close-out items.We do this
by having a very post-installation checklist. Our
checklist will make sure all outstanding disputes
SAMPLE TASK ORDER:
are resolved. DKS will help the City with project Transit Spot Improvement On-call, Bus Zone
documentation until complete. DKS will deliver the Expansion Study,Seattle,WA
final As-Builts to the agency. Traffic On-call, Lake Hills Connector Traffic
Analysis, Bellevue,WA
SAMPLE TASK ORDER:
Red Hill TSSP(OCTA
Traffic On-Call)
Edinger TSSP(OCTA) F
TRANSPORTATION
II
ANALYSIS
DKS delivers rapid-IIturnaroundtrafficstudies
that help the City make
informed decisions on critical N
projects.We have extensive i,•
expertise in traffic operations 4
on highways,streets, F • L
interchanges, intersections,
roundabouts,and at-grade ws .
DKS CITY OF ORANGE ON-CALL TRAFFIC ENGINEERING SERVICES RFP NO. 24-25.24 .
Docusign Envelope ID:7258D3C4-FA48-4889-9018-6C850A807B0C
TRAFFIC SIGNAL CORRIDOR 7F. Our conceptual design simulations provide
COORDINATION STUDIES animated 3D environments where viewers can
DKS has completed signal timing and optimization
better understand proposed alternatives.
for over 1,500 intersections over the past decade,
including coordinated corridor timings and transit SAMPLE TASK ORDER:
signal priority. Our team has performed extensive Caltrans District 3 Traffic Forecasting &
traffic signal analysis and traffic modeling using Operations On-Call,(SR 51/CapCity and I-5
Synchro,SimTraffic, Dynameq, and VISSIM, as Managed Lanes Project)
appropriate,taking into account multiple modes,
Innovate 680 Northbound Express Lane
including transit, pedestrians,and bicycles. DKS
Completion Project, Contra Costa County,CA
conducts before-and-after studies to quantify travel
time improvements and coordination benefits.The INNOVATIVE SOLUTION
DKS team has been serving as a leading consultant
DKS has used video analytics to
for OCTA TSSP projects to collaborate with OCTA,
Caltrans D12,the county of Orange, and local
o conduct turning movement counts
municipalities to retime and synchronize traffic and identify near-miss conflicts and road
signals in Orange County.user behaviors (like red-light running) to
add value to traditional traffic counts.
SAMPLE TASK ORDER:
Red Hill TSSP Signal Timing and Corridor TRAFFIC COUNTS
Synchronization (OCTA Traffic On-Call)
Alton TSSP Signal Timing and Corridor DKS staff have led projects involving the collection
Synchronization (OCTA Traffic On call) of all types of field reconnaissance, including
ADT traffic counts, intersection turning movement
counts, parking occupancy and turnover counts,
SIMULATION MODELING
and bicycle and pedestrian counts at intersections
DKS provides robust simulation modeling services and along corridors.We have a list of vendors that
that support corridor and network-level analysis for often assist us with this,and we plan to coordinate
both planning and operations.Our core business with these trusted vendors.These firms can also
involves traffic signal systems. provide other types of data collection services,
including speed surveys,video data collection,and
DKS staff have authored and contributed to GPS travel time runs that augment the other data
key industry resources, including the Caltrans collection efforts.
HQ Protocol for VISSIM Microsimulation,
Caltrans'Analysis Procedures Manual,the Traffic
SAMPLE TASK ORDER:
Engineering Handbook, and the Federal Highway
Administration's Adaptive Traffic Signal Guide to Edinger TSSP Signal Retiming (OCTA)
Implementation. Our staff combines their planning Magnolia Corridor Signal Retiming(OCTA)
and engineering expertise with the latest software
Belfast and Fairview Signal Retiming(City of
analysis tools to apply traditional and emerging Costa Mesa)
techniques to meet client-specific needs.
DKS analyzes traffic operations on streets, STATEWIDE PLANNING EFFORTS
highways, and freeways using Synchro,VISSIM/
Our team brings extensive experience delivering
VISUM, Highway Capacity Software,TransCAD/statewide and regional traffic signal planning,
TransModeler, PASSER, FREQ, and TRANSYT-
D KS CITY OF ORANGE ON-CALL TRAFFIC ENGINEERING SERVICES RFP NO. 24-25.24
Docusign Envelope ID:7258D3C4-FA48-4889-9018-6C850A807B0C
timing optimization,and coordination projects that Manhattan Beach Advanced Traffic Signal
enhance mobility,safety,and operational efficiency • Community Vision,City of Big Bear Lake, CA
across jurisdictions.We understand the complexities
of aligning local signal operations with regional
NEIGHBORHOOD TRAFFIC CALMING
and statewide goals.We are also experienced in
the development and implementation of Active DKS works with local agencies and neighborhood
Transportation Plans and Local Road Safety Plans. groups to analyze and design neighborhood traffic
DKS is currently supporting Caltrans to update their management plans and traffic calming devices,
State Strategic Highway Safety Plan. including roundabouts,stop signs,speed bumps,
diverters,and chokers to improve both urban and
SAMPLE TASK ORDER:
suburban neighborhoods.
Sacramento County,Local Road Safety Plan,CA DKS works with public agencies and stakeholders
Livermore Active Transportation Plan Refresh, to analyze and design neighborhood traffic
CA management plans and traffic calming devices
to protect localities from automobile traffic while
RESEARCH AND OUTREACH creating a safer environment for walking and
cycling.Treatments such as roundabouts,stop
DKS will assist the City with producing reports and signs,speed bumps,diverters,and chokers are
making presentations to agency leadership,elected utilized to improve both urban and suburban
officials,and the public as necessary. Our team has neighborhoods. DKS engineers apply prevailing
assisted clients in developing and disseminating design standards and construction techniques to
materials that share information on complex conceptual designs, preliminary engineering, and
transportation engineering projects. Our key local PS&E.
staff are skilled in public presentations, managing
town hall-style meetings,and maintaining a focus
SAMPLE TASK ORDER:
on project goals while under pressure.
SDOT Neighborhood Traffic Calming, Seattle,
WA
SAMPLE TASK ORDER:
South San Francisco Traffic Calming Study,CA
Madera County Transportation Authority
MCTA)Measure T Public Engagement
Services, CA
1,
r.
fir.•
DKS CITY OF ORANGE ON-CALL TRAFFIC ENGINEERING SERVICES RFP NO. 24-25.24 .
Docusign Envelope ID:7258D3C4-FA48-4889-9018-6C850A807B0C
REVIEW FOR PRIVATE DEVELOPMENTS SAMPLE TASK ORDER:
DKS understands the critical role that timely
Pasco,WA TIA Review On Call (42 TIA
and thorough private development review plays
Reviews)
in ensuring safe,consistent,and future-ready
infrastructure in the City of Orange.Our team GRANT MANAGEMENT
regularly performs technical plan checks for DKS is experienced with federal,state,and local
signal,signing,and striping,traffic control,and Agency compliance procedures through our work
lighting plans.We also review traffic studies for on grant-funded projects and providing assistance
private development, ensuring consistency with with grant applications. Based on our experience,
City standards and CEQA requirements. Our the key to the successful delivery of grant-funded
team specializes in Traffic Impact Analysis(TIA) projects is to fully understand both the grant
for new development,as well as reviewing these requirements and scoring criteria.We have helped
documents for private development. Our approach clients earn more than $50M in safety grant funding
emphasizes consistency with City standards, alone, including the Highway Safety Improvement
Caltrans requirements,and regional guidelines Program(HSIP)and Safe Streets and Roads for All
while maintaining a focus on constructability and (SS4A)program.
operational performance.With our strong local
presence and deep familiarity with the City's
expectations, DKS can act as an effective liaison
SAMPLE TASK ORDER:
between City staff and external design teams. Our City of South San Francisco,SMCTA Cycle 6
engineers regularly participate in coordination Ped and Bike Grant
meetings, resolve plan check comments efficiently,HSIP Cycle 9,11 Grant Application Assistance,
and support communication with developers to Solano Transportation Authority,West
keep projects moving forward while protecting the Sacramento, Sacramento County
City's interests.
SHAPING A SMARTER TRANSPORTATION EXPERIENCETM
oQ
TRANSPORTATION SAFE MOBILITY TRANSIT ELECTROMOBILITY CLIMATE SERVICES
ENGINEERING
ACTIVE TRANSPORTATION TRANSPORTATION FREIGHT COMMUNITY
TRANSPORTATION PLANNING TECHNOLOGY ENGAGEMENT
DKS CITY OF ORANGE ON-CALL TRAFFIC ENGINEERING SERVICES RFP NO. 24-25.24 111
Docusign Envelope ID:7258D3C4-FA48-4889-9018-6C850A807B0C
H - WORK PLAN
DKS understands the City is seeking highly qualified project management tools to track deliverables and
traffic engineering consultants to support a variety schedules.Alex will apply these tools to manage
of services ranging from traffic studies and plan workload and schedule all contracted projects.
checks to simulation modeling and outreach.We Plan checks will be completed within 10 business
will serve as an extension of City staff,delivering days for initial reviews and 5 business days for
technically sound,timely, and cost-effective subsequent reviews, unless otherwise directed by
engineering services. Based on our previous the City.To accomplish this,Alex will work through
experience, DKS has developed and refined a the steps outlined below and summarized in Figure
proven method for providing timely and high-quality 1.
deliverables.
DEFINE THE PROJECT
APPROACH
Upon task order issuance,Alex will meet with the
Our team is structured to provide flexible,efficient City's project manager to clarify scope,outcomes,
support for the City's evolving needs,and we and constraints. If specialty expertise is required,
understand that timeliness is a crucial aspect of Alex will involve appropriate technical staff and
on-call work.We prioritize quick response and coordinate with other City departments as needed.
high-quality work,and our systems are designed to
support this responsiveness. DEVELOP SCOPE, SCHEDULE, AND
BUDGET
Upon receiving a task order,Alex will assess the
scope,assign resources, and submit a not-to- Alex will develop the scope of work and provide
exceed cost proposal within 5 business days. a schedule and budget.The scope development
Alex will coordinate closely with the City's project process will be assigned a deadline and undergo
manager to support effective decision-making and a quality review.Alex will develop a detailed
attend kickoff meetings as needed. DKS maintains schedule that shows the timing,duration, and
bench depth across disciplines,ensuring the interdependencies of tasks, review periods,
availability of proposed staff to meet assignment meetings,and outreach efforts, using the final
timelines.Our management tools include weekly scope of work.We will identify areas of risk,critical
management/workload meetings,weekly project deadlines,and timing for key resources and
activity reports, project team meetings,and online meeting notices through a team review.
DKS ON CALL PROCESS
WOC REQUEST NOTICE TO PROCEED
1
LESSONS
LEARNED
DEFINE THE
ASSIGN SCOPE,
PROJECT
PROJECT
TEAM MEM- SCHEDULE, PLANNING EXECUTION Nmot• CLOSURE
BERS BUDGET IMPROVED
PRACTICES
PROJECT INITIATION PROJECT CLOSURE
CUSTOMER SERVICE
PROJECT EXECUTION MONITORING
CLIENT COMMUNICATION
FIGURE 1. ON-CALL TASK ORDER MANAGEMENT
DKS CITY OF ORANGE ON-CALL TRAFFIC ENGINEERING SERVICES RFP NO. 24-25.24
Docusign Envelope ID:7258D3C4-FA48-4889-9018-6C850A807B0C
QUALITY CONTROL(OC)PROCESS QUALITY ASSURANCE(QA)PROCESS
O Originator O Originator O Verifier O
Project Quality
lIAI (Initiator) ' Reviewer Initiator)Backchecker)D' Manager
o c o 0
OMP
Deliverable Initial QC OC Comment 1 1 Final QC ®2 6 QA
Development Review Incorporation Review I Review
o—
Self-check that baseline Review closely that baseline Accept/incorporate direct Confirm that all comments are Confirms that the QC process
standards and standards and methodology comments incorporated with a QC stamp has been followed for all project
methodology were were followed,and that Perfonn additional work with and signatures on the document deliverables,as outlined in the OMP
followed deliverable contents make team support/discusslons or a completed QC review form
sense to resolve comments Review the Final Deliverable
FIGURE 2. QUALITY CONTROL/QUALITY ASSURANCE PROCESS
ASSIGN TEAM MEMBERS web-based project management tools(e.g.,
SharePoint, Basecamp)that will give all team
Alex will select the appropriate team members
members and City staff access to the archived
based on the project's needs and their deliverables, milestone schedules, budget,to-
demonstrated experience and skills.Alex has
do lists,and a history of project communications,
assembled a team with redundancy in each
fostering a collaborative working environment.
discipline area, identifying a technical lead
or subject matter expert.The team is further
supplemented by one or two supporting staff for QUALITY CONTROL / QUALITY
each discipline.All proposed team members are ASSURANCE
committed to this contract and will be available DKS has an established quality control/quality
to meet the City's scheduling needs throughout
assurance(QC/QA) policy and procedures to
the term of the agreement.Our firm's structure deliver work products successfully with very
and resource allocation system allow us to deliver high standards, as shown in Figure 2. The most
overlapping assignments without compromising experienced project team is assembled for projects
quality or responsiveness. with a quick turnaround.As QC/QA Officer, Brian
For specialty tasks,Alex will coordinate with other
wil be responsible for checking all deliverable
Group Managers across the company to engage
products.Where specialty skills are needed, Brian
resources as needed to accommodate the task will bring on a second quality reviewer with special
needs while also maintaining the most efficient
related skills to provide a technical review. Brian
outcome for the task's budget and schedule.
will confirm that each deliverable component has
received review. Our QC/QA policies require that
we record and maintain on file the reviews of prior
PROJECT EXECUTION checking during each stage of a design,analysis,or
Following notice to proceed,Alex will coordinate other study. If requested,we can provide the DKS
resources,oversee the completion of technical QC/QA document to the City for verification.
tasks, and keep the project team and stakeholders
informed of the project's status and any new PROJECT CLOSEOUT
findings. Project health will be continuously
monitored to identify areas requiring attention.
As each project comes to a close,Alex will confirm
Phone conferences will be held with the City's
that all final deliverables have been provided.
project manager and key stakeholders twice a
These deliverables will remain archived online for
month to identify issues early and keep everyone
access for the duration of the project. Final invoices
informed of the project's status. This communication
will be processed quickly to facilitate contract
will also be supplemented by email or other
administration.
communication preferred by the City. DKS uses
DKS CITY OF ORANGE ON-CALL TRAFFIC ENGINEERING SERVICES RFP NO. 24-25.24 .
Docusign Envelope ID:7258D3C4-FA48-4889-9018-6C850A807B0C
INNOVATIVE APPROACH
As a firm rooted in innovation, DKS continuously explores and applies cutting-edge technologies,data-
driven strategies,and forward-thinking approaches to address today's transportation challenges. Our team
is committed to advancing mobility,safety, and sustainability through practical innovations that can be
readily implemented.The table below highlights a few of the innovative tools and methodologies we bring
to on-call traffic engineering services.
INNOVATION USE CASE HOW IT COULD APPLY
Plan-Sheet"Spell-Check."Vision Al scans exported Before plotting the 95%PS&E for a new roundabout,run the
PDF plan sets and flags common misses—missing PDFs through the checker;it spits out a one-page punch-list
leader arrows,stray levels,wrong sheet titles, your CAD tech can clear in an hour instead of a half-day
MUTCD code errors. red-line session.
Auto Quantity&Bid-Item Builder.NLP+CAD plug-in At 60%signals package,press"Generate bid tab."The tool
reads layer names/blocks,tallies quantities,and outputs an Excel sheet with 12 traffic-signal items,26 signing/
matches them to Caltrans bid codes. striping items,and the right item numbers,ready for spec
review.
Signal Phasing&Clearance Optimizer.Feed the Cuts two hours of spreadsheet tinkering when sizing cabinet
model intersection geometrics and 12-hour counts; loads and wiring diagrams for a five-leg signalized intersection.
it suggests phasing,split times,yellow/all-red
intervals,and pole layouts that meet ITE formulas.
TTC Layout Recommender.Large-language model For a night-work paving overlay,the designer enters"4-lane
trained on MUTCD Part 6 and agency supplements; arterial,45 mph,inside lane closure,1 mi length"and gets
you describe the work zone and speeds,it proposes a draft TTC sheet with taper lengths,cone spacing,and
typical section sheets and device lists. arrow-board notes.
Roundabout Signing/Marking Wizard.Geometry in, Drag a shapefile of a single-lane roundabout into the tool;it
sign&pavement-legend callouts out—sized and places R1-1,R2-3P,advance arrows,and yield lines in the right
spaced per FHWA Roundabout Guide. spots and pushes them back into the DWG as new layers.
Spec-Section Auto-Draft.Prompt-based generator When the spec lead types"Signal hardware spec,Washington
pulls from latest agency standard specs and County,"GPT fills in 90%of Division 800 language,including
inserts project-specific details(e.g.,12-inch LED submittal requirements and warranty clauses.
indications,Type 2070 controller).
Design-Change Digest.A bot monitors the shared Keeps the PM and reviewers in the loop when a junior engineer
model/CAD directory;when a file is saved it adjusts mast-arm lengths or moves stop-bars—no surprises at
compares versions,writes a plain-English"what the next QA check.
changed&why"log,and posts to Teams.
NIP ALA
71';1
ISO IFS,
I r
r
DKS CITY OF ORANGE ON-CALL TRAFFIC ENGINEERING SERVICES RFP NO. 24-25.24
Docusign Envelope ID:7258D3C4-FA48-4889-9018-6C850A807B0C
For each task under this on-call contract,we will assign experienced staff that will deliver the project on time and on budget.Our
D KS rate sheet includes job classifications for Engineers,Planners,Technicians,and Support Staff,and the grades listed under each
classification reflect varying levels of experience and responsibility within that job title.These rates shall be in effect through
December 31,2025,and renegotiated in accordance with the requirements of the RFP.
Fee Schedule
Effective January 1, 2025 through December 31, 2025
ENGINEERS and PLANNERS TECHNICIANS and SUPPORT STAFF
Grade Hourly Rate Grade Hourly Rate Tech Level Hourly Rate
Grade 9 95.00 Grade 40 250.00 Tech Level M 95.00
Grade 10 100.00 Grade 41 255.00 Tech Level N 100.00
Grade 11 105.00 Grade 42 260.00 Tech Level 0 105.00
Grade 12 110.00 Grade 43 265.00 Tech Level P 110.00
Grade 13 115.00 Grade 44 270.00 Tech Level Q 115.00
Grade 14 120.00 Grade 45 275.00 Tech Level R 120.00
Grade 15 125.00 Grade 46 280.00 Tech Level S 125.00
Grade 16 130.00 Grade 47 285.00 Tech Level T 130.00
Grade 17 135.00 Grade 48 290.00 Tech Level U 135.00
Grade 18 140.00 Grade 49 295.00 Tech Level V 140.00
Grade 19 145.00 Grade 50 300.00 Tech Level W 145.00
Grade 20 150.00 Grade 51 305.00 Tech Level X 150.00
Grade 21 155.00 Grade 52 310.00 Tech Level Y 155.00
Grade 22 160.00 Grade 53 315.00 Tech Level Z 160.00
Grade 23 165.00 Grade 54 320.00 Tech Level AA 165.00
Grade 24 170.00 Grade 55 325.00 Tech Level AB 170.00
Grade 25 175.00 Grade 56 330.00 Tech Level AC 175.00
Grade 26 180.00 Grade 57 335.00 Tech Level AD 180.00
Grade 27 185.00 Grade 58 340.00 Tech Level AE 185.00
Grade 28 190.00 Grade 59 345.00 Tech Level AF 190.00
Grade 29 195.00 Grade 60 350.00 Tech Level AG 195.00
Grade 30 200.00 Grade 61 355.00 Tech Level AH 200.00
Grade 31 205.00 Grade 62 360.00 Tech Level Al 205.00
Grade 32 210.00 Grade 63 365.00 Tech Level AJ 210.00
Grade 33 215.00 Grade 64 370.00 Tech Level AN 230.00
Grade 34 220.00 Grade 65 375.00 Tech Level AO 235.00
Grade 35 225.00 Grade 66 380.00 Tech Level AP 240.00
Grade 36 230.00 Grade 67 385.00
Grade 37 235.00 Grade 68 390.00
Grade 38 240.00 Grade 69 395.00
Grade 39 245.00 Grade 70 400.00
All invoices are due and payable within 30 days of date of invoice. Invoices outstanding over 30 days will be assessed a 1 1/4 percent service charge,
compounded,for each 30 days outstanding beyond the initial payment period. Service charges are not included in any agreement for maximum charges.