Loading...
HomeMy WebLinkAboutAGR-7878 - STANTEC CONSULTING SERVICES, INC. - ON-CALL TRAFFIC ENGINEERING SERVICESDocusign Envelope ID:4459A6AB-7C7F-405E-AFEF-917DB55F255E AGR-7878 -initial L7 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 STANTEC CONSULTING SERVICES INC., a New York 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 TWO HUNDRED FIFTY THOUSAND DOLLARS and 00/100 250,000.00)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:4459A6AB-7C7F-405E-AFEF-917DB55F255E 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. Chance 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:4459A6AB-7C7F-405E-AFEF-917DB55F255E 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:4459A6AB-7C7F-405E-AFEF-917DB55F255E 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, defend and hold City, its City Council and each member thereof, and the officers, officials,agents 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:4459A6AB-7C7F-405E-AFEF-917DB55F255E 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:4459A6AB-7C7F-405E-AFEF-917DB55F255E 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:4459A6AB-7G7F-405E-AlEF-917DB55F255E 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/Immisration 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:4459A6AB-7C7F-405E-AFEF-917DB55F255E 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:4459A6AB-7C7F-405E-AFEF-917DB55F255E 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" Stantec Consulting Services Inc. City of Orange 38 Technology Drive, Suite 200 300 E. Chapman Avenue Irvine, CA 92618 Orange, CA 92866-1591 Attn.: Keith Rutherfurd, Principal Attn.: Larry Tay, City Traffic Engineer Telephone: 949-923-6952 Telephone: 714-744-5525 E-Mail: keith.rutherfurd@stantec.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:4459A6AB-7C7F-405E-AFEF-917DB55F255E IN WITNESS of this Agreement, the parties have entered into this Agreement as of the year and day first above written. CONTRACTOR" CITY" STANTEC CONSULTING SERVICES INC.,CITY OF ORANGE, a municipal corporation a New York corporation By: By: Printed Name: David Elwell Daniel R. Slater, Mayor Title: Vice President By: ATTEST: Printed Name: Jeffrey Stone Title: Asst. Secretary Pamela Coleman, City Clerk APPROVED AS TO FORM: Nathalie Adourian, 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. Ai 10 Docusign Envelope ID:4459A6AB-7C7F-405E-AFEF-917DB55F255E IN WITNESS of this Agreement, the parties have entered into this Agreement as of the year and day first above written. CONTRACTOR"CITY" STANTEC CONSULTING SERVICES INC., CITY OF ORANGE, a municipal corporation a New York corporation b4D XYy eipned by Owen,Deye o EwN,Dave,ou=Interra, DocuSignedElwell, DaV, B"N e , DUvlariec,OC=corp, 1/ Ds 9 by: ttl em approylnp Inle loam I/f A 1•; By: ti'.di r.p28.110314:6G:60.B'00' J By: UWU r, stkkr Printed Name: David Elwell trarii818R7.7S1Atbr, Mayor Title: Vice President Stone, JeffpDlgltate:ally2025.11.03signedb16:17 0 ySto nitiat By, 0500 iS•ATTEST: Printed Name: Jeffrey Stone Signed by: Title: Asst. Secretary PirtiaiteleeEtFligii,City Clerk APPROVED AS TO FORM: LaiDocuSigned by: iC 0i1 at?&°,A°@bean,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 Docusign Envelope ID:4459A6AB-7C7F-405E-AFEF-917DB55F255E EXHIBIT "A" SCOPE OF SERVICES Beneath this sheet.] Docusign Envelope ID:4459A6AB-7C7F-405E-AFEF-917DB55F255E SECTION III SCOPE OF WORK RFP NO. 24-25.24 Docusign Envelope ID:4459A6AB-7C7F-405E-AFEF-917DB55F255E 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:4459A6AB-7C7F-405E-AFEF-917DB55F255E 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:4459A6AB-7C7F-405E-AFEF-917DB55F255E 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:4459A6AB-7C7F-405E-AFEF-917DB55F255E I Stantec I On-Call Traffic Engineering Services REP No.24-25.24 City to review and refine the scope of services and H. Work Plan schedule,and to negotiate the corresponding contract amount, if necessary. Once the City agrees The on-call traffic engineering services we are with the project plan and cost,and the notice to prepared to provide to the City range from proceed is issued,our team will begin the preparation of detailed design plans for traffic assignment and manage the project through to signals,enhanced warning systems,signing and satisfactory completion. striping plans,traffic control plans and related The first task we will perform at the beginning of an systems, providing specialized skills in areas of assignment is to meet with City traffic staff totrafficstudiesandanalyses,transportation planning, receive plan checks or to conduct research and grant funding and applications,and outreach. Our review existing data and information at the City for step-by-step process for on call assignments is new design projects. We will discuss with City staffdepictedintheOnCallProcessworkflowbelow. any special concerns or conditions associated with each assignment. Our work plan methodology to Approach complete individual tasks as needed by the City will include but not be limited to the following tasks. Our approach to a traffic on-call assignments will be to satisfy the City's objectives in a timely and cost- Task 1: Traffic Signal effective manner through the application of excellent project management and up-to-date technical skills. Design Plans This approach is based on our experience and successful completion of previous HSIP Cycle 5 and Subtask 1.1 - Background and6trafficsignalimprovementprojectsandtherecentg Katella Avenue and Struck Avenue Intersection Utility Research/ Coordination Improvement Project for the City. Because of this and Field Reviewpreviousexperience,we are very familiar with City design standards and procedures. Our team will research and obtain from the City, utility companies,and/or other appropriate agencies, We will acknowledge receipt of task orders from the the available as built record street improvements, City within 24 hours. In response to a specific on-call utility plans, and right-of-way maps for the limits of assignment,we will assemble the skills required and each project area. We will identify utilities within the prepare a detailed work plan,schedule, and a not-to- intersection limits as shown on the available record exceed cost estimate for review and approval by the plans of existing roadway improvements and utility City within five business days. We will meet with the facilities. Based upon review and verification of the On-Call Process Client identifi y ,, Stantec subm Client evaluat ' .:-. Clarifications • ;° Services need 4.. proposal proposals negotiations performed Client issues an PM submits Client evaluates Client and Stantec Services performed RFP for a specific project specific the proposal. team resolve any by designated project need. proposal that clarifications and individual in identifies scope, questions and coordination with the project-specific reach agreement.project team with approach, Contract oversight from the schedule,budget, documents are Client PM.Monthly and designated finalized.Team status reports are staffing prepares to provided to confirm allocations. commence work.project progress and issues are well understood. Docusign Envelope ID:4459A6AB-7C7F-405E-AFEF-917DB55F255E Stantec I On-Call Traffic Engineering Services RFP No.24-25.24 as-built plans and our site visit to thoroughly City of Orange standards. Prior to preparation of document existing improvements (including digital plans,we will meet with the City to confirm the photographs) and identify potential conflicts,we will project objectives and to identify any special design identify areas free of potential conflicts where the requirements. ITS and interconnect plans will be conduits,foundations, and other substructures prepared in AutoCAD at 1" = 20'or 1" =40' scale. associated with proposed signal improvements can Stand-alone improvement plan sets will also include be located. Potholing of signal pole foundation a title sheet. locations will not be included in scopes of work unless requested by the City. Supporting design information such as conduit fill calculations, electrical loads, and other relevant data Design plans will be sent to identified utility owners/ will be provided to the City. If design plans include agencies to confirm depiction of their existing changes to roadway or intersection geometrics, a facilities as shown on the plans and to identify supporting traffic study or analysis for the locations of any future planned facilities. A record of modification can be provided to the City if included communication with each utility agency will be in the assignment scope. documented in a utility log and provided to the City upon completion of design. The utility log will We understand it is anticipated that projects will be contain all requests for information,transmittals of accommodated within an existing right-of-way. design plans to agencies for review,and notices of However, if necessary,we can prepare legal conflict and need for relocation as necessary. descriptions and plats for processing by the City to obtain additional rights-of-way or easements. This Subtask 1.2 - Design Survey and work will include all research, surveys, obtaining title reports, etc. to complete required right-of-way Base Map Preparation easement documents. If required, based on the type of improvements and/ or availability of suitable records and as-built Plans will be submitted at 30%, 80%,and 100% drawings,we will provide topographic design surveys completion level in electronic PDF format and in for projects. Control data will be assembled and full-size hard copy format as requested. Final established for the project area. Topographic base approved signed plans will be on 4-mil mylar and map limits at intersections will extend an appropriate electronic files will be provided in PDF and AutoCAD distance on each leg to cover the limits of advance formats. All design files and utility correspondence vehicle detection zones. Surveys will include 25-foot will be provided to the City. max.) cross section intervals along the first 100 feet min.) in each direction along major streets, and We will prepare and submit permit applications to 25-foot(max.) intervals along 50 feet(min.) of minor outside agencies if necessary for project streets. Cross sections will include, but not be implementation. Permits may be processed through limited to, right-of-way, back/front of walk,top of agencies by the City or by our office if directed. Any curb,flow line,gutter lip, lane lines,centerline, and fees required to obtain agency permits will be paid any visible surface utilities,top and bottom of by the City or considered a reimbursable expense. access ramps and driveway aprons, landscaping, trees, power/utility poles (including height),street An estimate of probable construction cost will be lights,and signage. prepared for 80%submittal including quantities and unit prices. The quantities and cost estimate will be The survey data will be downloaded and compiled to revised/updated as necessary for each subsequent create topographic base maps of the project areas, submittal. including right-of-way,centerline,surface features, and culture. Any fees required to obtain an agency Technical specifications and special provisions for encroachment permit for design surveys will be traffic signal and related work will be prepared on an considered a reimbursable expense.as-needed basis based on the latest City specifications. We will coordinate with City staff to Subtask 1.3 - Traffic Signal, ITS, discuss and identify any updates/revisions to the specifications before documents are modified. The and Interconnect Design PS&E specification documents will be included with the We will prepare traffic signal plans using AutoCAD 80%plan submittal and revised with subsequent version per City requirements),at 1" = 20' scale.submittals,as required. Preparation of bid Designs will follow applicable California Manual on documents and technical specifications will be Uniform Traffic Control Devices (CA MUTCD) and prepared in accordance with the requirements of the project funding source. Docusign Envelope ID:4459A6AB-7C7F-405E-AFEF-917DB55F255E I Stantec I On-Call Traffic Engineering Services RFP No.24-25.24 construction stage including all traffic control Task 2: Signing and devices,temporary lane delineation, and Striping Plans construction signing. Stantec will make every effort l g to work closely with the City to reduce the impacts of traffic control and lane closures by implementation Stantec will prepare signing and striping plans using of an efficient design that emphasizes public and AutoCAD at 1" =40', horizontal scale,for worker safety and cost-effective construction. implementation of project improvements. The plans will indicate the new striping and pavement markings within the Project limits and removal of existing Task 5: Traffic Engineering delineation and pavement markings as necessary. Plan CheckTheplanswillalsoincludeexistingsignsandnew signs if necessary to meet current California Manual on Uniform Traffic Control Devices (CA MUTCD) Our team of discipline specialists will conduct plan standards. The traffic sign work will be based on a check reviews for capital and development projects field inventory of existing delineation, markings,and including traffic signal/interconnect,signing and signs and an assessment of new project signage striping,and traffic control plans. Plan reviews will upgrade requirements, as appropriate. All emphasize compliance with latest editions of the improvements will be based on the latest California City of Orange Standards, CA MUTCD,AASHTO, Manual on Uniform Traffic Control Devices (CA Caltrans Highway Design Manual, and other MUTCD) and City of Orange standards. accepted industry manuals and guidelines. Our team also includes experts in roadway and civil design, and we can provide a review of plans associated withTask3: Streetlighting these disciplines as well, if needed. Plans When beneficial for plan review and general project knowledge,we will visit project sites to confirm Street lighting plans will be prepared in AutoCAD existing improvements and adequacy of project format compatible with City requirements at 1" = 20', design. Our team will coordinate with City staff and/ or 1" =40', horizontal scale. We will use existing or other consultants performing simultaneous review record drawing,field survey topographic, R/W and of other components of a project,as required. We property data to create an intersection/roadway base will typically make plan check comments directly on map at project locations. The plans will include all the plans with the most significant comments necessary details,and general and construction summarized in a memo to City staff. We will be notes. For stand-alone lighting projects,the available to attend project meetings virtually,or at improvement plan set will include a title sheet and the City to discuss plan check comments with plan detail sheet(s) as required. Supporting design designers. information such as photometric analysis, conduit fill calculations, electrical loads, and other relevant First review of plans will be completed within 10 data will be provided to the City. working days and subsequent reviews within five working days unless directed otherwise by the City. Task 4: Traffic Control Plans Task 6: Traffic Signal Timing and CoordinationTrafficcontrolandstaging, including but not limited to minimum thorough and turn lane requirements, Studies access requirements, and construction restrictions will be discussed and a consensus achieved with the Our team of discipline specialists has managed and City prior to development of plans. Traffic control will provided services to several corridor and network follow the guidelines established in the latest CA projects throughout many municipalities throughout MUTCD and City of Orange standards. the County of Orange. Stantec developed and implemented improved and synchronized timings Traffic control plans will be prepared using AutoCAD, and operations,and documented the post- at 1" = 40' horizontal scale,"double stacked"with implementations benefits. Our team will provide all two viewports per sheet. The plans will show traffic the required services to the City with the help of control measures required for each project AimTD, who has a long and successful working Docusign Envelope ID:4459A6AB-7C7F-405E-AFEF-917DB55F255E Stantec I On-Call Traffic Engineering Services RFP No.24-25.24 relationship with Stantec,to provide traffic data Public involvement brings its own challenge: how do collection services for our team as necessary. we convey highly technical or complex information to a non-technical audience?With our design visualization tools,we can communicate your project Task 7: Transportation messages in terms that are understandable and AnalS1S relatable. Using Autodesk 3ds Max,we can create 3D y models to show your design as a photorealistic rendering or animation, providing useful graphics or Subtask 7.1 - Traffic Studies discussion. Capital infrastructure projects require an analysis of project-level traffic impacts. We will prepare a We also have more interactive visualization methods. comprehensive analysis that includes all the Our driving simulators use a gaming engine to make necessary information for the City's decision makers an interactive experience.The person uses a gaming to understand the potential impact to the wheel and "drives"through the project,with real-time transportation system resulting from the project. We responses in a virtual version of your project. We have specialists experienced in the preparation of also use YouTube 360 to create 360 degree corridor studies, intersection/roadway animations that allow users to see every angle of improvements, pedestrian and bicycle circulation your project as they move the screen around.The evaluation, parking studies,and air quality analysis. technology uses the models created in Autodesk 3ds Max. To prepare a transportation analysis,we first define the existing conditions using traffic counts and a Subtask 7.3 - Neighborhood field review of the project area. We will derive traffic Traffic Calming Studies,forecasts of future conditions using an appropriate four-step travel demand model considering growth Warrant Studies, and Traffic factors to be approved by the City. IriVeStlgatlOriS We then prepare a roadway capacity analysis for Our team is comprised of local traffic engineering mid-block segments and intersections,along with an experts who have successfully delivered access control evaluation. We use the Intersection neighborhood traffic calming studies for various Capacity Utilization (ICU) method for intersection cities and homeowners' associations throughout analysis along with Highway Capacity Manual (HCM) southern California. Implementation of the our methodology when appropriate. As discussed in team's recommendations brought quantifiable Task 7.2: Simulation/Modeling,below,we use various improvements that enhanced safety and efficiency types of sophisticated simulation software for the residents. depending on the type of project and the amount of public engagement that is needed. Depending on the Subtask 7.4 - Traffic/Parking scale of analysis,we will document the study in letter StudyReview for Privateform, a technical memorandum,or a comprehensive report. Developments As an extension of City Staff,we will peer review Subtask 7.2 - Simulation/transportation planning and traffic engineering technical studies prepared by others. Utilizing the Modeling City's review checklist,or our own traffic study Changes to a single intersection or an established quality control checklist,we will review the roadway corridor can be controversial when the transportation planning studies prepared by other impact of the change isn't fully understood. Our consultants prior to the review by City Staff. We have design visualization services help bring into focus prepared hundres of transportation studies critical components of the proposed change and ourselves,and have a deep knowledge of help decision makers and the general public see the requirements for a broad range of transportation effect of the project. Microsimulation also provides study types. Our review will include a thorough check accurate traffic information to aid in project design. of completeness, a verification of all calculations, We use programs such as VISSIM, CORSIM, and a check of assumptions for reasonableness. Our Synchro/SimTraffic and Transmodeler to create 3D thorough review will save City Staff time by traffic simulations that show current and predicted identifying calculation errors as well as flagging future traffic volume, producing detailed operational fundamental big picture issues early in the review statistics and animated videos as a final deliverable. process, so that City Staff can focus their efforts on the high-level aspects of the project. Docusign Envelope ID:4459A6AB-7C7F-405E-AFEF-917DB55F255E I Stantec I On-Call Traffic Engineering Services RFP No.24-25.24 Task 8: Technical Support Task 10: Traffic Counts and for Funding and Grant Data Collection Application Traffic counts and data collection, if required,will be coordinated by our team and conducted by AimTD a Our team includes a seasoned experts who has data collection specialist firm. We have a successful successfully completed funding and grant working relationship with AimTD on a variety of applications for several traffic and transportation projects requiring traffic data collection. Having a related projects. Maria Morris'familiarity with good existing working relationship allows us to funding programs and grants, including preparation provide the shortest turnaround times possible for of applications,will be of benefit to the City and collecting and compiling data. provide opportunities for project implementation. Task 9: Special Studies and Task 11: General Municipal Civil Design Traffic Engineering Services In addition to the service tasks discussed above,we understand that the City may require additional We are also able to provide the City a host of other services on an as-needed basis in support of traffic/ general traffic engineering services not specifically transportation projects. Some additional services in identified above. Specific services we have which we have successful experiences includes the successfully provided other public agencies include following: Engineering and Traffic Surveys (E&TS) for establishing speed limits,safe routes to school,field Technical services and support for non-motorized capital equipment/infrastructure inventories,pedestrian and projects(active transportation)bicycle active transportation improvements,ADA Bikeway master plans compliance, sight distance analyses, design manual/ Environmental studies standard plan updates, and more. Our deep bench of Drainage studies traffic,data collection, and civil discipline specialists Roadway improvement plan design can meet your specific needs. ADA pedestrian ramp design Storm drain design NPDES compliance Landscaping and irrigation design i4. 7 J.- 40,42 , i Jf i y t l i 1 y1 d r—= i RAI •1 .- : 014g-''.cr O: Grijalva Park at Santiago Creek Trail, Orange, CA Docusign Envelope ID:4459A6AB-7C7F-405E-AFEF-917DB55F255E STANTEC CONSULTING SERVICES INC. RATE TABLE Labor Classification Hourly Rate Level 17 Principal/QA/QC Manager 290 Sr. Transportation Specialist 2.90 Level 16 Sr. Project Manager 280 Sr. Civil Engineer/Sr. Survey Manager 280 Level 15 Roadway Task Manager 254 Survey/Mapping/Right-of-Way 254 Level 14 Sr. Project Engineer 240 Sr. Traffic Engineer 240 Level 13 Sr. Engineer/Project Engineer 228 Sr. Transportation Planner 228 Traffic Engineer II 228 Field Survey Coordinator 228 Level 12 Civil Engineer 217 Transportation Planner 217 Traffic Engineer II 217 Design Engineer 217 Level 11 Engineering Designer 206 Sr. Project Coordinator 206 Survey Analyst 206 Level 10 Senior Designer 190 CAD Technician 190 Level 9 Design Technician 183 CAD Technician/Asst. Engineer II 183 Project Coordinator 183 Assistant Planner 183 Level 8 Project Coordinator 177 Junior Engineer/Assistant Engineer I 177 Survey Crews 1-Man Survey Crew 240 2-Man Survey Crew 365 3-Man Survey Crew 490 AimTD RATE TABLE General rate sheets are not provided since project locations vary widely, leading to si.nificant differences in data collection costs.