HomeMy WebLinkAboutAGR-7887 - H.W. LOCHNER, INC. - ON-CALL TRAFFIC ENGINEERING SERVICESDocusign Envelope ID:34100C5D-5B53-4B5D-A5AC-CADF33C9947B
AGR-7887 (
I n ittal
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 H.W. LOCHNER, INC.,
a Wisconsin 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. 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:34100C5D-5B53-4B5D-A5AC-CADF33C9947B
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.
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.
2
Docusign Envelope ID:34100C5D-5B53-4B5D-A5AC-CADF33C9947B
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. City agrees that use of
Contractor's work product(s) whether completed or not for purposes other than identified and
specified in this Agreement, is at City's sole and own risk.
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:34100C5D-5B53-4B5D-A5AC-CADF33C9947B
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:34100C5D-5B53-4B5D-A5AC-CADF33C9947B
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) Otie 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:34100C5D-5B53-4B5D-A5AC-CADF33C9947B
that City is an additional insured as a contracting party. The minimum coverage required by
Subsection 1 8.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.
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
review and approval. All coverages for subcontractors shall be subject to all of the requirements
stated herein.
6
Docusign Envelope ID:34100C5D-5B53-4B5D-A5AC-CADF33C9947B
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/Immieration 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
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
7
Docusign Envelope ID:34100C5D-5B53-4B5D-A5AC-CADF33C9947B
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
which is inconsistent with or in violation of the provisions of this Agreement shall not be
compensated.
8
Docusign Envelope ID:34100C5D-5B53-4B5D-A5AC-CADF33C9947B
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"
H.W. Lochner, Inc. City of Orange
1100 Corporate Center Drive, Suite 201 300 E. Chapman Avenue
Monterey Park, CA 91754 Orange,CA 92866-1591
Attn.: Giuseppe Canzonieri, Principal Attn.: Larry Tay, City Traffic Engineer
Telephone: 323-859-3155 Telephone: 714-744-5525
E-Mail: gcanzonieri@hwlochner.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:34100C5D-5B53-4B5D-A5AC-CADF33C9947B
IN WITNESS of this Agreement, the parties have entered into this Agreement as of the
year and day first above written.
CONTRACTOR" CITY"
H.W. LOCHNER, INC., a California corporation CITY OF ORANGE, a municipal corporation
Initial pDocuSipned by:
By: GSG By: Pau t le. S
Printed Name: Gius pe Canzonieri traffiVIER7.431Yter, Mayor
Title: Principal—Southern California Design Lead
DS
By: '-'4"-(7-7;24 ATTEST:
Printed Name: Michael Nilsson
Title: Principal—Southern California Planning Lead "—Signed by:
hitiefgeffitiVan, City Clerk
APPROVED AS TO FORM:
p—DocuSiyned by:
3\ rdeel1
IsrafffilIFAV6tirian, 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:34100C5D-5B53-4B5D-A5AC-CADF33C9947B
EXHIBIT"A"
SCOPE OF SERVICES
Beneath this sheet.]
Docusign Envelope ID:34100C5D-5B53-4B5D-A5AC-CADF33C9947B
SECTION III
SCOPE OF WORK
RFP NO. 24-25.24
Docusign Envelope ID:34100C5D-5B53-4B5D-A5AC-CADF33C9947B
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:34100C5D-5B53-4B5D-A5AC-CADF33C9947B
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:34100C5D-5B53-4B5D-A5AC-CADF33C9947B
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:34100C5D-5B53-4B5D-A5AC-CADF33C9947B
II Lochner H.WORK PLAN
IIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIII Peer review and technical evaluation of traffic impact
H. WORK PLAN studies, parking demand and traffic analyses, and
site access/circulation assessments submitted by
The Proposer shall indicate an understanding of the developers to ensure consistency with City policies
scope of services requested in this RFP.The work and traffic engineering best practices
plan should address and satisfy the objectives and • Plan Check Services for Capital and Development
specifications as listed in the Scope of Work in this Projects
RFP. Detailed review and quality assurance of engineering
SCOPE OF WORK plans, including signal, striping, signage, lighting,
and traffic control plans, ensuring compliance with
UNDERSTANDING applicable design standards and constructability
The City of Orange is seeking qualified traffic engineering •
Technical Support for Grant Applications
services to support its ongoing and anticipated Assistance in preparing competitive grant applications,
transportation infrastructure needs. H.W. Lochner, including benefit-cost analyses, conceptual designs,
Inc.(Lochner) is pleased to offer our comprehensive and traffic justifications to support funding for
capabilities in traffic engineering,transportation planning, transportation projects
ITS design,and construction management to meet and • Grant Funding Oversight
exceed the City's expectations. Preparation and post-award support including
compliance monitoring, documentation, reporting,
Lochner has proudly supported the City through our presentation, and coordination with funding agencies
existing On-Call Traffic Engineering Consulting Services to ensure the successful implementation and tracking
contract, previously held under KOA Corporation.Through of grant-funded initiatives
this contract,we have delivered timely and effective Intelligent Transportation Systems(ITS) Design
solutions across a broad range of assignments, including:Design and integration of ITS components such as
Preparation of signing and striping plans and field communication systems, detection technologies,
inventory/inspection services closed-circuit television (CCTV), and adaptive signal
Traffic signal modification plans for new and existing control to enhance traffic operations
installations Traffic Signal Timing and Coordination Studies
Street lighting plans for relocation or new installation Development and optimization of signal timing plans
Traffic management(control) plans and coordinated corridors to improve traffic flow,
Plan checks for traffic signal design/modification, reduce delays, and enhance safety for all users
signing and striping, and traffic control Construction Management and Engineering Support
Signal timing and coordination studies, including Oversight of construction activities related to traffic
phasing and geometry recommendations infrastructure, including schedule coordination, field
PS&E development for traffic control, signal, striping, inspections, compliance verification, and resolution of
and lighting projects design issues during construction
EXPANDING OUR SERVICES TO MEET • Traffic Signal and Street Lighting Construction
Inspection
THE CITY'S EVOLVING NEEDS On-site inspection services to verify installation
accuracy, materials compliance, and adherence toAsoutlinedintheCity's latest On-Call Traffic Engineering approved plans and specifications for signal andServicesrequest, Lochner fully understands the range
lighting systems.and technical nature of the required services. Our team is • Traffic Counts and Data Collection
prepared to provide the following specialized capabilities:
Deployment of manual and automated traffic counting
Traffic Signal Design technologies, including turning movement counts,
Development of new signal plans and modification speed studies, and pedestrian/bicycle counts for use in
of existing systems in accordance with MUTCD,planning and analysis. Lochner can hire most qualified
Caltrans, and City standards, including phasing subconsultants to provide the services as required.
diagrams, wiring, controller configurations, and signal • Special Studies, Civil Design, and On-Site Support
interconnect Services
Traffic Studies for Capital Improvement Projects Customized services based on City request, which
Preparation of traffic impact analyses, corridor may include neighborhood traffic calming evaluations,
evaluations, and operational studies to support warrant analyses,temporary staffing, and minor civil
planning, design, and implementation of City-led design support
infrastructure improvements
Traffic Study Reviews for Private Development
Submittal of Qualifications for the City of Orange I RFP No. 24-25.24 On-Call Traffic Engineering Services
Docusign Envelope ID:34100C5D-5B53-4B5D-A5AC-CADF33C99476
H.WORK PLAN I '
cf'- Lochner
WORK PLAN & METHODOLOGY streamline these evaluations, enabling us to deliver
At Lochner,we provide integrated transportation quality analysis within accelerated schedules.
solutions that span the full project life cycle—from TRAFFIC SIMULATION
early planning and funding strategy through design,
Lochner has extensive experience conductingimplementation, and construction oversight. Our team
microsimulation of corridors and roadway networksbringstogetherplanners, engineers, and construction
using industry standard tools such as Synchro/
professionals who are deeply experienced in delivering SimTraffic and VISSIM. Our team utilizes these platformspractical, cost-effective, and community focused
to evaluate future operational performance, developinfrastructureimprovements.
signal timing optimization strategies, and simulate multi-
With a strong track record across Southern California, modal interactions.We are also available to assist City
Lochner supports public agencies with services that staff in training or troubleshooting simulations using
include transportation planning and analysis, ITS these or other modeling platforms, as needed.
design,grant application and funding management,
ACCESS STUDIESandconstructionmanagementandinspection. Our
work is grounded in technical rigor,field-based insight, Lochner regularly conducts access evaluations as part
and responsive collaboration with agency staff and of traffic impact studies and corridor planning efforts.
stakeholders. These studies assess operational safety, access point
Lochner's approach emphasizes clarity, quality, and configuration, and circulation efficiency in high-demand
accountability—ensuring that every project is delivered corridors. Our scope typically includes:
with precision,transparency, and long-term value. Corridor crash history review
TRANSPORTATION PLANNING Identification of access-related conflict points or non-
compliant driveways
PROJECT-LEVEL TRANSPORTATION Analysis of high-volume access points and crash hot
ANALYSIS spots
Intersection and arterial LOS assessments
Lochner's traffic engineering team is well-versed in the • Evaluation of traffic signal operations and timing plans
full range of transportation review processes required
to support both development and public infrastructure Based on these reviews, we identify operational
projects.We recognize that transportation-related deficiencies and provide design or policy level
elements such as site access, circulation, and recommendations to improve corridor performance.
multimodal impacts can influence broader mitigation REVIEW OF TECHNICAL STUDIES
measures and directly affect the surrounding roadway Lochner provides peer reviews of transportationnetwork.
related technical studies submitted by developers
Our engineers conduct detailed field reconnaissance or consultants, ensuring that all documentation
and safety evaluations, providing an independent, meets current standards and that assumptions and
data-driven assessment with clear and actionable methodologies are technically sound. Our peer review
recommendations.We examine current and future process includes:
conditions, both on-site and off-site, including vehicle,
1. Initial Documentation Review
pedestrian, and bicycle movements.Areas of analysis
Upon receipt of submitted materials, we evaluate
include, but are not limited to:
whether all required documents are complete.
Traffic volumes and patterns Missing elements are flagged immediately to avoid
Collision history and crash trends wasted effort and cost.
Stopping sight distance and sight line visibility 2. Technical Evaluation
Roadway geometry and network layout We review the methodology, data, and conclusions,
Trip generation, distribution, and assignment applying the latest standards from the Institute of
Operational conditions and Level of Service(LOS) Transportation Engineers(ITE)and AASHTO.
Signal design, warrant analyses, and phasing 3. Coordination &Communication
Access and egress locations, internal site circulation We provide detailed written comments to City
Pedestrian and bicycle infrastructure staff and, if requested, meet with the developer's
Safety considerations and mitigation needs engineer to resolve comments and review
All findings are summarized in a clear technical revisions.
memorandum or report and,when needed, presented 4. Site Visit
in public forums or stakeholder meetings. Lochner A site walk is conducted early in the process to
has developed refined methodologies and tools to validate field conditions and inform our findings.
Submittal of Qualifications for the City of Orange I RFP No. 24-25.24 On-Call Traffic Engineering Services
Docusign Envelope ID:34100C5D-5B53-465D-A5AC-CADF33C9947B
d H.WORK PLAN I 'Lochner
Deliverables typically include a formal letter TRAFFIC SIGNAL INTERCONNECT PLANS
summarizing our observations, concerns, and
Lochner will prepare detailed signal interconnect plansrecommendedrevisions. We work closely with City that meet City formatting requirements and include:staff to ensure reviews are completed in a timely and
comprehensive manner. Conduit and cable routing
RESEARCH AND PUBLIC OUTREACH Splice locations and pull box placement
Communication devices and power supply integration
Lochner regularly supports research and outreach Notes, legend, and schedules per City standards
efforts as part of our transportation planning TMC rack layout and network diagrams
assignments. Our team prepares professional CCTV placement and connection details
presentation materials including maps, summary We typically submit plans at 80%, 100%, and final design
reports, fliers, and presentation boards for public milestones, with three(3) sets of drawings provided
meetings, stakeholder engagement, and decision- for each phase. All revisions from City review will be
maker briefings. We also assist City staff in preparing addressed prior to final submittal. Electronic files of all
final reports and presentations, ensuring clear drawings and supporting documents will be delivered in
communication of technical findings to a variety of accordance with City requirements.
audiences.
INTELLIGENT TRANSPORTATION SYSTEM
ITS) DESIGN
Lochner has successfully completed numerous ITS
master plans and traffic signal system upgrades across Traffic Signal
Southern California, including work for the cities of M--
Mainanaros
Azusa, Diamond Bar, South Pasadena, Beverly Hills, Ma.b ar
and San Bernardino. Our work has included inventories
of over 700 signalized intersections and 30 miles of
communications systems since 2016. These experiences
give us a strong foundation to help the City implement 71 r
future ITS deployment projects successfully. y
ITS/COMMUNICATION/SIGNAL SYSTEM
INVENTORY&MASTER PLANS
We begin with a detailed system inventory and needs I
T Tr
assessment, collecting data on:
Traffic management center(TMC) components
Signal controller cabinets and firmware
Field detection and communication devices
Signal timing parameters
Conduit, interconnect, and communication pathways
Field observations are documented with photographs,
I raftir"'a"'"n"""""'°'"
Intelligent Transportation
GIS mapping, Excel logs, and annotated layout figures. 4 System
We coordinate with City staff to access cabinets, review Al IONS
as-builts, and confirm existing infrastructure. Based on
these findings,we develop a comprehensive assessment
with recommendations for system upgrades.Thesemayincludecontrollerreplacement, Ethernet switch m•v.
upgrades, fiber optic extensions, or ITS device
installations. We also prepare:
CIP recommendations and prioritization
Implementation phasing strategies
Cost estimates and grant programming support(e.g.,
OCTA, CMAQ)
Submittal of Qualifications for the City of Orange I RFP No. 24-25.24 On-Call Traffic Engineering Services
Docusign Envelope ID:34100C5D-5B53-4B5D-A5AC-CADF33C9947B H.WORK PLAN I
Lochner
FIBER OPTIC COMMUNICATION PLANS Communication diagrams showing wireless radios and
Lochner will prepare detailed fiber optic communication
their network connections
plans to support the installation of conduit and fiber Routing between ITS field devices and the City's TMC
optic cable along the identified project segments. Plans •
Integration details for video detection, controllers, and
will be developed at a 1"=40'scale and will clearly show:
other wireless-enabled infrastructure
Existing curb lines, right-of-way, and centerlines
Plans will include typical construction and layout details
Known utility infrastructure based on record drawings to ensure full compatibility with the City's wireless
Proposed conduit and fiber optic cable routing
standards and communication protocols.
Pull box locations COST ESTIMATES AND TECHNICAL
Traffic signal controller placement SPECIFICATIONS
Fiber optic splicing and termination details
IP address tables and connection schematics Lochner will prepare detailed cost estimates
and technical specifications in conjunction with
If required, Lochner will coordinate with the City to implementation plan submittals at the 90%, 100%, and
conduct potholing at key locations to determine the final design stages. Estimates will be informed by:
precise location and depth of existing utility lines.This
helps inform the most feasible and cost-effective routing ' Recent project bid results
of the new interconnect system. City and Caltrans cost data
Vendor and distributor budget pricing
Plans will also include trenching details(if applicable),Historical unit costs from comparable projects
splicing and termination configurations within vaults
and traffic signal cabinets, and communication diagrams Technical specifications will be based on the Citys
showing how the fiber optic system connects to field boilerplate templates and may incorporate Caltrans
ITS devices such as signal controllers,video detection Standard Plans and Specifications or other applicable
systems, and wireless radios. A detailed fiber optic City-required documents. If requested, Lochner will
diagram will depict how individual fibers in the bundle provide a detailed quantity takeoff as part of the final
will be allocated and connected across the system,with engineers estimate.
routing back to the City's TMC. GRANT APPLICATIONS AND
seusi_gt NODE/2 PM HUB SWITCH MANAGEMENT
OAK ST FAR OAKS AVE 0 HUNTINOTON DR
170E Immoulit I .170 E ICCIIIKILM GRANT MANAGEMENT SUPPORT
f ® Lochner has been providing comprehensive grant
tom J w'I I i management services since 2010, helping cities navigate
SOON/;. IJd the complexities of state and federal funding programs.
I t"'I
pg ligia"'B 11111;1II11ll IIIICO: Our team supports clients in securing,
FROM
i m® pptracking, and
FLETCHER TO MnMITCH administering funds for both design and construction
HUNTINGTON
i
0 FAR OAKS IS e phases of transportation projects.
rw tv
W,,,, We are currently developing an internal grant tracking
and management tool to further streamline the process
of coordinating with Caltrans Local Assistance and
NET•b s o : =gli managing project compliance requirements. Our grant
lai
4444
M.
A support services include:no
Development of project milestone schedules
Completion of time extension requests
Assistance with environmental clearance and
documentation
Preparation of right-of-way certifications
WIRELESS INTERCONNECT Completion and submittal of the E-76 funding
COMMUNICATION PLANS authorization package
Support in preparing the award package and
As needed, Lochner will prepare supplemental wireless contractor concurrence
communication plans to accompany the PS&E traffic Invoicing coordination and tracking of project
signal or communication plans.These plans will reflect expenditures
the City's requirements for wireless Ethernet radios and • Completion of Caltrans semi-annual reports and other
include: compliance forms
Submittal of Qualifications for the City of Orange I RFP No. 24-25.24 On-Call Traffic Engineering Services
Docusign Envelope ID:34100C5D-5B53-4B5D-A5AC-CADF33C9947B
fL Lochner H.WORK PLAN I '
Lochner's successful grant management experience planning, engagement, and technical elements required
spans multiple agencies and funding programs, to deliver successful and competitive ATP applications.
including SS4A, CMAQ,ATP, HSIP, SSARP, and BCIP.
Sample projects we've supported include: PROFICIENCY IN TRANSPORTATION
ENGINEERING
Port of Long Beach - Pier J Segment 1 (CMAQ &ATP),
Pier J Segment 2 (ATP), Ocean Blvd Improvements Lochner's in-house transportation engineers ensure that
CMAQ &ATP) every proposed facility included in a grant application is
City of Long Beach -3rd Street and Broadway fully compliant with state and federal design standards
Corridor(ATP), Delta Ave Bike Blvd (ATP) and can be justified within the application scoring
City of Menifee-Signal Interconnect(East&West,criteria. Our engineers serve as integral advisors
HSIP & E-76), SSARP &Citywide ADA/Pedestrian throughout the planning and grant writing process,
Improvements enhancing the technical robustness and constructability
City of Garden Grove - Bicycle Corridor of each proposed improvement.
Improvements(CMAQ/BCIP), Bicycle Planning Program CIVIL ENGINEERING DESIGN SERVICES
ATP Cycle 2)
City of Yorba Linda -Citywide Pedestrian Signal Lochner's in-house civil engineering group enhances the
Upgrades(HSIP & E-76) City's capacity to deliver fully integrated improvements.
GRANT APPLICATIONS We provide practical, constructible solutions rooted in
field experience and local standards. Our capabilities
Lochner's staff is highly experienced in the development include:
and preparation of a wide variety of funding programs. • Roadway and intersection design, including grading
Over the past decade, our planners and engineers and drainage
have developed over 80 successful grant applications Curb ramp upgrades to meet ADA compliance
for agencies across Southern California, securing$275 • Utility coordination and underground utility design
million as a result of these efforts. Pavement design, reconstruction, and resurfacing
EXPERTISE IN GRANT APPLICATION plans
PREPARATION Hydrology/hydraulics assessments and stormwater
infrastructure design
Lochner's grant writing professionals leverage in- Erosion control and SWPPP preparation
house templates, GIS datasets, and long-standing
inter-agency relationships to develop complete and
We coordinate closely with other disciplines—such
persuasive applications. Our team uses proprietary tools
as traffic and lighting design—to ensure consistency,
to process and analyze SWITRS collision data, collect accuracy, and cost-effective solutions across all project
and validate survey data, annotate geospatial datasets, elements.
and forecast active transportation mode share.These TRAFFIC ENGINEERING
tools significantly reduce processing time and enhance
Lochner offers specialized traffic engineering services
accuracy, enabling us to meet tight deadlines while
with a strong emphasis on signing and striping design.delivering high quality outputs.
Our team prepares clear, precise plans for pavement
LOCAL KNOWLEDGE AND SPECIALIZED markings, lane configurations, and sign placement. We
EXPERIENCE IN ATP&SRTS PLANNING integrate safety,visibility, and long-term maintainability
into every design.Whether for roadway resurfacing, new
Lochner has developed a strong reputation in active alignments, or traffic calming projects, our signing and
transportation and Safe Routes to School (SRTS) striping plans are tailored to support multimodal travel
planning,with particular emphasis on projects serving and to enhance operational performance for both urbandisadvantagedandlow-income school-adjacent and rural transportation networks.
communities.We have delivered 12 comprehensive
active transportation and SRTS planning efforts for SPECIAL STUDIES AND ON-CALL SUPPORT
jurisdictions such as Apple Valley, Barstow, Burbank, Lochner offers specialized services that address
Colton, Garden Grove, Indio, Los Angeles(LADOT), Santa complex, context-sensitive transportation issues as they
Clarita,Vista, San Bernardino County, and the Morongo arise.These studies are tailored to the City's unique
Basin in partnership with SCAG. In just the past two needs and can be initiated on an as-needed basis:
years, Lochner has prepared or is actively developing
SRTS plans for 209 public schools across Southern Neighborhood traffic calming studies and multi-modal
California. This depth of experience provides us with safety assessments
a well-rounded and practical understanding of the Warrant analyses for stop signs, signals, and
pedestrian crossings
Submittal of Qualifications for the City of Orange I RFP No. 24-25.24 On-Call Traffic Engineering Services
Docusign Envelope ID:34100C5D-5B53-4B5D-A5AC-CADF33C9947B H.WORK PLAN I '
41 Lochner
Safety studies and reviews Reporting any instances of non-compliance to City
Parking utilization studies and curb management staff
strategies Supporting review of contractor progress payments,
School and private development circulation and safety including quantity verification
evaluations Creating as-built redlines for all field changes
Staff augmentation and on-site engineering support • Conducting final inspections and project close-out,
for short-term or long-term assignments including punch list verification
OUTSTANDING CONSTRUCTION
Providing full DBE, labor, and contract compliance
support for federally funded projects
MANAGEMENT AND INSPECTION CONSTRUCTION MANAGEMENT
Lochner offers a full-service Construction Management Lochner has successfully managed a broad spectrum of
and Inspection division, staffed by seasoned professionals public infrastructure projects, ranging from roadways
who focus exclusively on delivering high-quality oversight and highways to utilities,water systems, sewer and
for public works construction projects.With over 80 years stormwater facilities, electrical and traffic signal
of experience,we have developed proven procedures to systems, as well as rail and transit infrastructure. Our
effectively manage construction contracts and contractor experience also extends to complex heavy civil and
performance across a wide variety of disciplines.bridge structures,wharf and port facilities, and federally
A core aspect of our management strategy is schedule funded capital projects. Backed by decades of field-
control,which we treat as a primary tool to manage tested expertise, our construction managers have
both project progress and budget. Lochner has a strong supported projects for Caltrans, municipal agencies,
track record of delivering projects on time and within utilities, and private sector clients alike.We pride
budget, with minimal disruption to City operations and ourselves on delivering responsive, informed, and
the surrounding community.community-sensitive construction management services
EXPERIENCED LEADERSHIP that keep stakeholders aligned, minimize disruptions,
and ensure each project progresses smoothly from
Our construction management services are led by inception through completion.
experienced professionals such as Martin Arshid, PE,
CONSTRUCTION INSPECTION ANDwhohasmanagedpublicagencycontractsforover25
years.The majority of our proposed staff have been with OBSERVATION
Lochner for a significant length of time and are ready to Lochner provides construction observation and
support the City as project needs arise. inspection services for nearly every type of municipal
CONSTRUCTION MANAGEMENT& and public works project. Our inspectors bring decades
INSPECTION SCOPE OF SERVICES of field experience and are recognized for maintaining
project momentum, proactively addressing contractor
Our comprehensive Engineering& Inspection services challenges, and ensuring all work complies with
include: applicable standards and specifications.We have
Reviewing plans, specifications, submittals, and RFIs specialized expertise in federally funded infrastructure
Evaluating proposed change orders and providing projects, transportation and utility construction,
recommendations roadway improvements, signal and ITS system
Reviewing shop drawings for compliance installations, port and rail facility enhancements,
Photographing work before, during, and after and environmental compliance oversight. Lochner's
construction commitment to quality, clear communication, and
Providing field inspection to ensure compliance with accountability has made us a trusted partner for
approved plans
construction inspection services throughout California.
Preparing detailed daily inspection reports, ORGANIZED FOR DELIVERY- OUR
documenting site conditions, quantities, staffing, and PROPOSED TASK AREAS
any incidents
Performing or reviewing materials testing including To efficiently deliver these expanded services, Lochner
soil compaction, asphalt, and concrete testing has structured our proposal into the following task
Coordinating inspections with utility providers and categories:
regulatory agencies 1. Transportation Planning
Ensuring compliance with NPDES permits and other 2. ITS Design and Engineering
local, state, and federal environmental regulations 3. Grant Application and Management Support
Coordinating specialized inspections and testing as 4. Research and Outreach
required
Submittal of Qualifications for the City of Orange I RFP No. 24-25.24 On-Call Traffic Engineering Services
Docusign Envelope ID:34100C5D-5B53-4B5D-A5AC-CADF33C9947B
H.WORK PLAN Icf— Lochner
5. Civil Engineering of view.This exercise allows us to proactively identify
6. Program and Construction Management potential construction challenges, change order risks,
Each service category will be led by a dedicated task lead and conflicts that could arise during implementation.
responsible for technical quality and delivery, under the Recommendations are then incorporated to minimize
overall direction of: field issues and support smoother project delivery.
Martin Arshid, PE - Project Manager& Principal To enhance our QA/QC effectiveness,we utilize
Giuseppe Canzonieri, PE -QA/QC Manager& Principal Bluebeam Revu for all design plan reviews.This cloud
Min Zhou. PE- Principal-in-Charge based software enables simultaneous, paperless
Walter Okitsu, PE - Senior Technical Advisor commenting, clear documentation of changes, and
efficient response tracking, all of which help streamline
These leaders are supported by our multidisciplinary the review and submittal process.
team based in Lochner's Orange office, ensuring rapid
Our disciplined QA/QC process has earned Lochner aresponse, seamless communication, and ongoing
coordination with City staff throughout all phases of strong reputation among public agencies for delivering
project delivery. technically sound, constructible, and high-quality
engineering plans. We take pride in our ability to meet
QUALITY CONTROL/QUALITY the expectations of our clients and ensure a consistent
ASSURANCE (QA/QC) standard of excellence in every project we undertake.
A key factor in ensuring successful project delivery is AVAILABILITY
clear accountability. At Lochner, the assigned Project Lochner has a proven track record of successful project
Manager will serve as the primary point of responsibility delivery and is consistently recognized for the quality
to the City, ensuring that each task order is delivered of our work and the efficiency of our processes.We
in full alignment with the scope, budget, and schedule are well-positioned to manage internal personnel
outlined in the proposal. changes and unrelated project commitments without
To uphold our commitment to quality, Lochner compromising the quality or timeliness of services
implements a robust internal Quality Assurance and provided under this contract.Team member availability
Quality Control (QA/QC) program, led by Giuseppe is detailed in the accompanying table (see the Staff Skills
Canzonieri, that supports all phases of project Matrix in the Appendices), and we are fully prepared
development. Our process is designed to catch to scale our staffing by adding qualified personnel as
potential issues early, ensure conformance with agency needed to address unanticipated workload increases or
standards, and promote consistent, high-quality schedule accelerations.
deliverables. Each submittal undergoes at least two Currently, 50 percent or more of our proposed team's
tiers of internal review before it is released for agency time is available for this assignment. While several team
submission: members are in the process of completing other active
Tier 1 - Peer Review: projects,they are anticipated to have the necessary
The initial review is conducted by an experienced availability by the time any task orders begin.The team
engineer or planner not directly involved in the will have sufficient capacity and focus to carry out all
production.This ensures a fresh perspective and tasks in the work plan efficiently and to the highest
cross-discipline input. professional standards.
Tier 2 - Senior Review:
A second, independent review is performed by one
or more senior-level staff member, each with over 15
years of experience in their respective fields.These
reviewers confirm that the design meets the intended
scope, complies with the applicable agency standards,
and adheres to the required formatting and technical
specifications.
Reviewers also verify that comments from previous
iterations have been fully addressed and resolved in the
updated plans or deliverables.
For infrastructure projects, Lochner conducts a
constructability review at the 95% PS&E phase. This
includes an on-site walk-through with project plans
in-hand, to assess the design from a contractor's point
Submittal of Qualifications for the City of Orange I RFP No. 24-25.24 On-Call Traffic Engineering Services
Docusign Envelope ID:34100C5D-5B53-4B5D-A5AC-CADF33C9947B
FEE PROPOSAL I '
c'- Lochner
Lochner California
2025 Hourly Billing Rates
Job Framework Title 2025 2026 2027 2028 2029
Regional Manager/Principal II $360 378 397 417 438
Office Manager I/Principal I 330 347 364 382 401
Program Director I 330 347 364 382 401
Project Manager III 300 315 331 347 365
Project Manager II 260 273 287 301 316
Project Manager I 210 221 232 243 255
Engineer IV 300 315 331 347 365
Engineer Ill 260 273 287 301 316
Engineer II 210 221 232 243 255
Engineer I 185 194 204 214 225
Engineer Associate II 160 168 176 185 194
Engineer Associate I 140 147 154 162 170
Planner IV 200 210 221 232 243
Planner Ill 180 189 198 208 219
Planner II 160 168 176 185 194
Planner I 140 147 154 162 170
Designer III 200 210 221 232 243
Designer II 180 189 198 208 219
Designer I 160 168 176 185 194
Construction Engineer IV 250 263 276 289 304
Construction Engineer III 230 242 254 266 280
Construction Engineer II 210 221 232 243 255
Construction Engineer I 180 189 198 208 219
Inspector ill 175 184 193 203 213
Inspector II 165 173 182 191 201
Project Services Coordinator Ill $145 152 160 168 176
Project Services Coordinator II $125 131 138 145 152
Project Services Coordinator I $105 110 116 122 128
Intern 100 105 110 116 122
General Provisions:
Project reimbursable expenses are billed at cost.
Project expenses include:Non-commuter automobile mileage($0.67 per mile)or current IRS rate,postage
and special courier expenses,travel expenses,reproduction,subcontractor services and other direct project
expenses as requested by the client.
Telephone,equipment,and fax are included in the above hourly costs.
Direct expenses including blacklining,commercial CAD plotting,sub-consultant expense,issuance of
specially endorsed insurance certificate,and direct costs are billed at cost plus 5%unless stated otherwise in
the proposal.
Fee Proposal for the City of Orange I RFP No. 24-25.24 On-Call Traffic Engineering Services