Loading...
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.