Loading...
HomeMy WebLinkAboutAGR-7883 - JMDIAZ, INC. - ON-CALL TRAFFIC ENGINEERING SERVICESDocusign Envelope ID:8F3B5CA3-606B-4D19-83EA-69E3B2B92EF0 AGR-7883 Initial 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 JMDIAZ, INC., a California corporation ("Contractor"),who agree as follows: 1. Services. Subject to the terms and conditions set forth in this Agreement, Contractor shall provide general on-call traffic engineering services to the reasonable satisfaction of City the services set forth in Exhibit"A,"which is attached hereto and incorporated herein by reference. As a material inducement to City to enter into this Agreement, Contractor represents and warrants that it has thoroughly investigated and considered the scope of services and fully understands the difficulties and restrictions in performing the work. The services which are the subject of this Agreement are not in the usual course of City's business and City relies on Contractor's representation that it is independently engaged in the business of providing such services and is experienced in performing the work. Contractor shall perform all services in a manner reasonably satisfactory to City and in a manner in conformance with the standards of quality normally observed by an entity providing such services to a municipal agency. All services provided shall conform to all federal, state and local laws, rules and regulations and to the best professional standards and practices. The terms and conditions set forth in this Agreement shall control over any terms and conditions in Exhibit "A"to the contrary. Larry Tay,City Traffic Engineer("City's Project Manager"), shall be the person to whom Contractor will report for the performance of services hereunder. It is understood that Contractor's performance hereunder shall be under the supervision of City's Project Manager (or his/her designee), that Contractor shall coordinate its services hereunder with City's Project Manager to the extent required by City's Project Manager, and that all performances required hereunder by Contractor shall be performed to the satisfaction of City's Project Manager and the City Manager. 2. Compensation and Fees. a. Contractor's total compensation for all services performed under this Agreement, shall not exceed ONE HUNDRED THOUSAND DOLLARS and 00/100 100,000.00)without the prior written authorization of City. b. The above compensation shall include all costs, including, but not limited to, all clerical, administrative, overhead, insurance, reproduction, telephone, travel, auto rental, subsistence and all related expenses. 3. Payment. a. As scheduled services are completed, Contractor shall submit to City an invoice for the services completed, authorized expenses and authorized extra work actually performed or incurred. Docusign Envelope ID:8F3B5CA3-606B-4D19-83EA-69E3B2B92EF0 b. All such invoices shall state the basis for the amount invoiced, including services completed,the number of hours spent and any extra work performed. c. City will pay Contractor the amount invoiced within thirty (30) days of receipt of all deliverables. d. Payment shall constitute payment in full for all services, authorized costs and authorized extra work covered by that invoice. 4. Change Orders. No payment for extra services caused by a change in the scope or complexity of work,or for any other reason, shall be made unless and until such extra services and a price therefor have been previously authorized in writing and approved by City as an amendment to this Agreement. City's Project Manager is authorized to approve a reduction in the services to be performed and compensation therefor. All amendments shall set forth the changes of work,extension of time,and/or adjustment of the compensation to be paid by City to Contractor and shall be signed by the City's Project Manager, City Manager or City Council, as applicable. 5. Licenses. Contractor represents that it and any subcontractors it may engage, possess any and all licenses which are required under state or federal law to perform the work contemplated by this Agreement and that Contractor and its subcontractors shall maintain all appropriate licenses, including a City of Orange business license, at its cost, during the performance of this Agreement. 6. Independent Contractor. At all times during the term of this Agreement, Contractor shall be an independent contractor and not an employee of City. City shall have the right to control Contractor only insofar as the result of Contractor's services rendered pursuant to this Agreement. City shall not have the right to control the means by which Contractor accomplishes services rendered pursuant to this Agreement. Contractor shall, at its sole cost and expense, furnish all facilities, materials and equipment which may be required for furnishing services pursuant to this Agreement. Contractor shall be solely responsible for, and shall indemnify, defend and save City harmless from all matters relating to the payment of its subcontractors,agents and employees, including compliance with social security withholding and all other wages, salaries, benefits, taxes, exactions, and regulations of any nature whatsoever. Contractor acknowledges that it and any subcontractors, agents or employees employed by Contractor shall not,under any circumstances,be considered employees of City,and that they shall not be entitled to any of the benefits or rights afforded employees of City,including,but not limited to, sick leave, vacation leave, holiday pay, Public Employees Retirement System benefits, or health, life, dental, long-term disability or workers'compensation insurance benefits. 7. Contractor Not Agent. Except as City may specify in writing, Contractor shall have no authority, express or implied, to act on behalf of City in any capacity whatsoever as an agent. Contractor shall have no authority, express or implied, to bind City to any obligation whatsoever. 2 Docusign Envelope ID:8F3B5CA3-606B-4D19-83EA-69E3B2B92EF0 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:8F3B5CA3-606B-4D19-83EA-69E3B2B92EF0 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:8F3B5CA3-606B-4D19-83EA-69E3B2B92EF0 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:8F3B5CA3-606B-4D19-83EA-69E3B2B92EF0 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. I.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:8F3B5CA3-606B-4D19-83EA-69E3B2B92EF0 review and approval. All coverages for subcontractors shall be subject to all of the requirements stated herein. 19. Termination. City may for any reason terminate this Agreement by giving Contractor not less than five (5)days' written notice of intent to terminate. Upon receipt of such notice, Contractor shall immediately cease work, unless the notice from City provides otherwise. Upon the termination of this Agreement, City shall pay Contractor for services satisfactorily provided and all allowable reimbursements incurred to the date of termination in compliance with this Agreement, unless termination by City shall be for cause, in which event City may withhold any disputed compensation. City shall not be liable for any claim of lost profits. 20. Maintenance and Inspection of Records. In accordance with generally accepted accounting principles, Contractor and its subcontractors shall maintain reasonably full and complete books, documents, papers, accounting records, and other information (collectively, the records")pertaining to the costs of and completion of services performed under this Agreement. City and its authorized representatives shall have access to and the right to audit and reproduce any of Contractor's records regarding the services provided under this Agreement. Contractor shall maintain all such records for a period of at least three(3)years after termination or completion of this Agreement. Contractor agrees to make available all such records for inspection or audit at its offices during normal business hours and upon three(3)days' notice from City,and copies thereof shall be furnished if requested. 21. Compliance with all Laws/Immigration Laws. a. Contractor shall be knowledgeable of and comply with all local, state and federal laws which may apply to the performance of this Agreement. b. If the work provided for in this Agreement constitutes a"public works," as that term is defined in Section 1720 of the California Labor Code,for which prevailing wages must be paid, to the extent Contractor's employees will perform any work that falls within any of the classifications for which the Department of Labor Relations of the State of California promulgates prevailing wage determinations, Contractor hereby agrees that it, and any subcontractor under it, shall pay not less than the specified prevailing rates of wages to all such workers. The general prevailing wage determinations for crafts can be located on the website of the Department of Industrial Relations (www.dir.ca.gov/DLSR). Additionally,to perform work under this Contract, Contractor must meet all State registration requirements and criteria, including project compliance monitoring. c. Contractor represents and warrants that it: 1) Has complied and shall at all times during the term of this Agreement comply, in all respects, with all immigration laws, regulations, statutes, rules, codes, and orders, including, without limitation, the Immigration Reform and Control Act of 1986 IRCA); and 7 Docusign Envelope ID:8F3B5CA3-606B-4D19-83EA-69E3B2B92EF0 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 1-9 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 T-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:8F3B5CA3-606B-4D19-83EA-69E3B2B92EF0 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" JMDiaz,Inc. City of Orange 333 City Boulevard West, Suite 1700 300 E. Chapman Avenue Orange, CA 92868 Orange, CA 92866-1591 Attn.: Juan M.Diaz Attn.: Larry Tay, City Traffic Engineer Telephone: (714)912-2180 ext. 1101 Telephone: 714-744-5525 E-Mail: jmdiaz@jmdiaz.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:8F3B5CA3-606B-4D19-83EA-69E3B2B92EF0 IN WITNESS of this Agreement, the parties have entered into this Agreement as of the year and day first above written. CONTRACTOR" CITY" JMDIAZ, INC., a California corpora ' n CITY OF ORANGE, a municipal corporation r —DS DocuSigned by: By P By: aan it, r. slaktr Printed me: Juan M. Di arfferreS' ier, Mayor Title: President/CEO B A[TEST: Printed me: Juan M. D. Title: Chief Financial 0 ficer Signed by: i'VnitireffaYin, City Clerk APPROVED AS TO FORM: DocuSlgned by: ICLW- .Ld(1i1 14atiiiifteMMilan, 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:8F3B5CA3-606B-4D19-83EA-69E3B2B92EF0 EXHIBIT"A" SCOPE OF SERVICES Beneath this sheet.] Docusign Envelope ID:8F3B5CA3-606B-4D19-83EA-69E3B2B92EF0 SECTION III SCOPE OF WORK RFP NO. 24-25.24 Docusign Envelope ID:8F3B5CA3-606B-4D19-83EA-69E3B2B92EF0 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:8F3B5CA3-606B-4D19-83EA-69E3B2B92EF0 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:8F3B5CA3-606B-4D19-83EA-69E3B2B92EF0 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:8F3B5CA3-606B-4D19-83EA-69E3B2B92EF0 •osa to 'rovi.e t e 1, City of Orange On-Call Traffic Engineering Services RFP No. 24-25.24) Table 1—JMD Key Personnel Workload and Availability KEY PERSONNEL& CERTIFICATIONS CURRENT WORKLOAD AVAILABILITY 0 Deepak Solanki On-Call City Engineering Services,City of Brea(25%) 50/o Drainage/Utilities On-Call Staff Augmentation Services,City of Glendora(25%) Figure 1 —Organization Chart 4 oe 0/ 44.eitt•co, Principal-In-Charge Project Manager QA/QC Manager Juan M.Diaz, MBA, PE Steven Itagaki, PE,TE, PTOE Algis Marciuska, MBA, PE Traffic Studies/Simulations Traffic Design Albert Cisneros, EIT Gilberto Figueroa, PE Rafael Rincon Chapman Lee Gabriel Macias Greg Andrade Specialties Civil/Bikeways/Rail Crossings I QZ Construction Management I Inspection Ivan Salvatierra, PE,TE Frank Sanchez, MBA, PE Dana Dardoon, EIT Tom Geary Highways Drainage/Utilities Labor Compliance I Funding Lan Saadatnejadi, PE Deepak Solanki Jasmine Felix Luis Castaneda Studies Design Construction Traffic Impact(LOS-ICU,HCM) Traffic Signals and ITS Traffic Signals Queuing I Simulations Traffic Signal System Priority Streets Parking Street Lighting Parking Lots Warrants(Stop and Traffic Signals) Traffic Control Transit Stations Advance Preemption Streets/Intersections/Interchanges Traffic Control Rail/Highway Grade Separations Grade Crossings/Quiet Zones Grade Crossings/Quiet Zones Lighting Rail/Highway Grade Separations Rail/Highway Grade Separations Bike/Pedestrian Studies Transit Stations Bikeway and Pedestrian Trails Station Access Studies Bikeway and Pedestrian Trails LRT Corridors TSM/TDM LRT/BRT Corridors Transit Stations JMD Page, Docusign Envelope ID:8F3B5CA3-606B-4D19-83EA-69E3B2B92EF0 •osa o 'rovi.e e City of Orange On-Call Traffic Engineering Services RFP No. 24-25.24) Section H Work Plan JMD Page I Section H Docusign Envelope ID:8F3B5CA3-606B-4D19-83EA-69E3B2B92EF0 •osa to 'row.e e 4)? City of Orange On-Call Traffic Engineering Services RFP No. 24-25.24) H. Work Plan Utility Identification and Coordination Identification of Right-of-Way Requirements Project Understanding Determination of Environmental Requirements The City of Orange is soliciting proposals from qualified Communication and Coordination traffic engineering consultants for professional traffic JMD will meet with the r engineering services on an as-needed basis for a City's functional unit staffminimumofthree (3) years, with the possibility of two responsible for review of 2) additional annual renewals. The City plans to specific elements of thecontractwithmultiplefirmsinordertoaugmentthe City's own Traffic Engineering capabilities and provide conceptual and high quality expertise where needed. preliminary plans as we are working on them. Draft copies of this work will be submitted for significant work All work will be conducted on an as needed basis when items before the milestone submittal date with follow- requested in writing by the City Traffic Engineer or up meetings to solicit input. This early coordination designated representative and according to the gives us a clear understanding of what the functional timeframe specified by the City.Work performed by the unit reviewers expect while giving the reviewers a Consultant that has not been identified and authorized preview of what will be submitted before actual by the City,will not be compensated. submittals are made. Design of transportation improvements on existing Approach facilities in typically urban settings presents some unique issues and requires experience and proven,yet Our approach to this traffic engineering services on- innovative, design techniques. Based on our pastcallprojectistobeService-Oriented and keep the City experience, we understand the complexity of informed throughout the project. We will meet early retrofitting existing transportation facilities while with City staff and other impacted agencies, if maintaining basic services, traffic flow and minimizing applicable, in order to discuss scope, schedule and impacts to the roadway user. Specific items related to process. Once we have prepared the final scoping transportation improvement projects can include: documents and are issued a Notice to Proceed,we will begin the preliminary phase of the project, which Utility location and relocation typically consists of research and data collection,utility Existing conditions and compliance with current identification, coordination and investigation; field standards (knowing when to upgrade existing surveying and topographic mapping; identification of facilities to current design standards that may facilities to be modified or replaced;and preparation of impact the project schedule and costs) any required design reports and conceptual or Construction staging preliminary plans for the proposed improvements. If Construction traffic control right-of-way or easements are required, a preliminary Permits and approvals right-of-way map will be prepared showing parcels to be acquired and conceptual modifications to existing Furthermore, many City transportation improvement properties. projects may involve multi-agency approvals. This JMD will utilize existing information available from requires planning, communication and follow through previous studies, reports, investigations, and analyses to successfully secure consensus and process as a basis to begin any study and/or design work.This approvals through impacted agencies information will be augmented and updated, where required. Because they are typically on a project schedule's critical path and may require substantial lead time, the following tasks will begin immediately upon receipt of Notice to Proceed: Research and Data Collection Secure Permits Required for Access to the Project i i JMD Page I Docusign Envelope ID:8F3B5CA3-606B-4D19-83EA-69E3B2B92EF0 •osa to 'rovi•e t e tc., i °~tee,, , tA City of Orange On-Call Traffic Engineering Services me..µI (RFP No. 24-25.24) Scope of Work JMD will rely on the City's background, requirements, general tasks,and deliverables discussed below. JMD's scope of work includes and is not limited to the following services: A.Background Traffic studies for capital projects The City of Orange manages 160 traffic signals, over Traffic and/or parking study review for private 8,000 streetlights,over 20 miles of fiber optic network, developments the Traffic Management Center(TMC),radar feedback Traffic signal design signs, pedestrian crossing and overhead flashers, and Traffic control plan preparation other devices to facilitate the safety of the public and Plan check for capital/development projects and traffic efficiency of traffic. The City of Orange expects control plans consulting firms to have thorough knowledge in traffic Street light design and plan check signal, ITS systems, street light design to perform required services. Firms are also expected to Signing and striping plan preparation and plan check understand federal/state/local funding and policies, as Traffic signal&street lighting construction inspection well as Orange County Transportation Authority Construction management and engineering OCTA) Comprehensive Transportation Funding Technical support for funding and grant application Program (CTFP) requirements. The ideal firm(s) will Grant funding oversight have expertise in the areas above or may specialize in Intelligent transportation systems(ITS)design one or more subareas and will be capable to provide Traffic signal timing and coordination studies technical services associated with the general traffic Traffic counts and data collection engineering needs of the City of Orange. Neighborhood traffic calming studies,warrant studies, and traffic investigations B.Requirements Special studies,civil design,and on-site support All design work and improvement plan check services services may be requested will be performed by or under the responsible charge General municipal traffic engineering services of a California License Professional Engineer (Civil, Traffic, and/or California License Land Surveyor as These services typically involve the four primary areas of applicable) eligible to prepare and sign such plans. project and construction management, technical Successful firms will be required to enter into the City's oversight, and coordination with multiple parties, as standard professional services agreement (attached) illustrated below. 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. rrolnnt Mnnagrm•nl Grnruren•:enl C. General Tasks Controls JMD understands 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 Technical Successful include the following: Oversight&Support Project Cnordin,en,n' Delivery Design Plans — Develop or assist with development of final design plans associated with traffic signals and street lighting systems. These nge""' a plans include, but are not limited to: traffic signal plans, Intelligent Transportation Systems plans, Funding and Agreements traffic signal interconnect plans,and lighting plans.mom. 11.11.1.1.8 Program Management I Construction Management I Construction Inspection — Services related to the City's Capital Improvement i i JMD Page I I Docusign Envelope ID:8F3B5CA3-606B-4019-83EA-69E3B2B92EF0 •osa to 'rovi•e t e City of Orange On-Call Traffic Engineering Services RFP No. 24-25.24) Program, which will typically include traffic signal neighborhood evaluation, data collection, and street light improvements, but may also recommendations, design, and include ancillary roadway rehabilitation, roadway coordination/communication with residents. widening, ADA access and handicap ramps, Review for Private Developments—Assist staff parkways, drainage and drainage structures, in reviewing plans and reports for private storm drain utilities, signage and striping, parks, development projects. This includes but is not and other miscellaneous facilities. A thorough limited to:traffic signal plans, striping plans,street understanding of the NPDES regulations and light plans, and various traffic studies. grant regulations, including Federally funded Coordination with project owners or design teams program compliance is required. Project manager on behalf of the City may be requested. and inspector must be able to coordinate with outside agencies such as adjacent cities, As an experienced on-call traffic engineering Caltrans, and various utility companies. consultant to many other neighboring agencies, JMD Transportation Analysis — Specialized traffic understands the City's needs and offers a Project studies to assess proposed projects within a short Manager and team that know the City's objectives and time frame. Typical studies would include travel procedures to meet them. Furthermore, we offer a demand or traffic forecasting of proposed comprehensive understanding of traffic engineering roadways, street widening or intersection including related disciplines such as highways, improvement projects. Studies will analyze roadways, railroad and rail transit engineering. diversion of traffic due to substantial long-term D.Deliverables construction projects. Analysis will incorporate pedestrian and bicycles. Additional studies could The specific scope of work for each task/project will be be needed to provide technical support for grant provided in a written transmittal from a City of Orange and funding applications. representative along with, in most cases, a follow-up Traffic Signal Corridor Coordination Studies— phone call and, if necessary, a meeting to discuss the specific Conduct studies that analyze the performance of needs of the assignment.Within five business traffic signal timing on street corridors. These days of receipt of transmittal, JMD will be expected to studies will include before and after analysis to provide the City with a proposed level of support along quantify the level of improvement to the expected with a NOT TO EXCEED cost. A fully-executed as a result of the project. amendment to the on-call contract may be required along with an authorization to proceed prior to Simulation Modeling — Provide computer commencement of work. simulation of corridors or road networks as needed utilizing microsimulation software. JMD will rely on its close working relationships with City Training may also be included with these projects. staff and be accessible throughout the contract duration. JMD will act as an extension of City staff Traffic Counts — Perform data collection as under City supervision. needed within short time frames including ADT's, 12-hour counts, intersection turning movement JMD will attend meetings with other jurisdictions, City counts, occupancy rates, speed/delay runs, departments, or public outreach events if an individual pedestrian and bike counts, parking turnover, etc. project requires extra coordination. Statewide Planning Efforts — Specialized Management Plan studies and analysis in support of various regional and statewide initiatives involving traffic signal improvements, timing, and coordination. People Research and Outreach — Assist staff in producing reports and making presentations on transportation related topics. Management Approach Neighborhood Traffic Calming —Assist staff in Project Quality processing requests for traffic calming measures. This includes but is not limited to street and ii JMD Page 1111 Docusign Envelope ID:8F3B5CA3-606B-4D19-83EA-69E3B2B92EF0 .osa to 'rovi.e t e jun oN` City of Orange On-Call Traffic Engineering Services Z....W.- RFP No. 24-25.24) JMD's Management Plan,applicable to on-site and off- progress,and reviews on a periodic basis to meet each site tasks, consists of three primary components, project milestone.The ultimate objective is to lead our namely, People Management, Project Management, team and the various project consultants to the desired and Quality Management.The first focuses on leading objectives through effective and timely communication. the team to achieve the desired project objectives.The Our Project Manager's experience with the Citylattertwoconsistofusingappropriateprojectcontrols confirms that the best way to minimize delays andtoeffectivelymanagetheprojectdeliverables, address unforeseen problems is to proactively schedule,and budget. communicate with the City's Public Works Director to A typical project would be managed in accordance with alert him of potential issues. Our Agency each component to meet the City's objectives in a Advisor/Liaison will ensure that City staff is not timely manner. Each of these components are overburdened with project task requests. Our project discussed in the following pages. manager will ensure proper communication and People Management documentation through meetings, email, and telephone conversation minutes for project record. People management consists of JMD team leadership Project Management and consultant oversight through effective planning, staffing, and communication as discussed below.For the project development work, we propose to use Planning a Project Management and Control System that we have used successfully on similar transportation After our kickoff meeting with the City, we will hold an infrastructure projects. The monitoring and controlling internal team meeting to discuss the project's of schedules and budgets will provide a means to objectives, milestones, staffing needs, schedule, and ensure that the proposed work plan is implemented task responsibilities. Our goal will be to establish a effectively in an efficient and timely manner. JMD realistic plan to meet all program requirements. understands the requirements of Federally funded Staffing projects and is prepared to assist City staff with any documentation necessary for project reporting. The JMD Team is committed to delivering quality and The core of JMD's system is a monthly Project timely services within the City's time and budget goals. Management Report comprised of two sections: We have added multiple groups of professionals to work as squads and manage multiple projects Status Report - Arranged by task, this report conveniently. In addition, we have provided sufficient discusses budget and schedule; issues which resource capacity to perform the projects or tasks in a need to be resolved; coordination required timely manner and confirm that the key personnel between the project team, client staff and other proposed for the program and the individual projects agencies; and actual versus planned progress. will be available for the duration of the program. Project Control Report-This is a computerized Currently,our work level is estimated at approximately report which tracks budget and schedule and is 60 percent of capacity and declines to 50 percent over refined and customized to meet the specific the anticipated life of this project. Mr. Itagaki, our project needs. This report is issued monthly andproposedProjectManager, is available over 60 can easily be produced more often, if required, percent of his time during the next 12 months as shown for more frequent project control.below. During our internal team meeting, we will prepare a team staffing plan to ensure the right people It is critical that the project management system be are available at the right time for each project task. flexible and able to accommodate scheduling Communication adjustments that may occur.Our management system is tailored towards this program's specific needs and The Project Manager will work closely with the can be adjusted if needed. In the event of a schedule consultants and the JMD in accordance with the shift, a recovery plan will be developed and project requirements. Under the current Covid-19 implemented to either meet the original milestone conditions, communication will be through the use of dates or other dates mutually agreed to by the City and video conferencing, phone calls, and e-mails. The JMD. The schedule will provide a tool with which the project team will continually discuss project issues, Project Director can closely monitor the scheduled i i JMD Page I I Docusign Envelope ID:8F3B5CA3-606B-4D19-83EA-69E3B2B92EF0 sosa to •rovi.e t e ijr City of Orange On-Call Traffic Engineering Services RFP No. 24-25.24) timing of each task and permit overall management major tasks, subtasks, milestone submittals and task control of the project.budgets. This information is entered into our Project Scope, Schedule, and Cost Control centralized accounting system that provides the Project Manager with a weekly report on project budget The monitoring and controlling of project scope, status based on weekly timecards and direct expense schedule and cost will provide a means to ensure that information. The Project Manager estimates project the proposed work plan is implemented in an efficient completion weekly and compares estimated with and timely manner. actual project expenditures to date. This comparison Initially, the scope of work will be carefully negotiated gives the Project Manager a weekly"snapshot"project with the City to ensure that we understand your intent cost evaluation.The Project Manager, with assistance and expectations for the project.The negotiated scope from Project Engineers and subconsultants, will will be translated into a written format with identified prepare a monthly cost-to-complete estimate that is a budgets, milestones, and deliverables. Anticipated valuable tool in keeping a project on budget and exclusions and items to be provided by the City, validating the Project Manager's estimate of project Caltrans and other public agencies will be defined, progress. reviewed, and discussed. A detailed project schedule Project Status Report will be developed and outline the significant project Arranged by task, this bi-weekly internal report milestones and their estimated completion date based discusses budget and schedule; project issues which on our experience with similar projects with local need to be resolved; coordination required between agency oversight and approval. Control of scope, the project team, City staff and other agencies; and schedule and cost will be achieved using the following actual versus planned progress.Project Management Control System that JMD managers are using successfully on similar projects. Quality Management The core of this system is a monthly Project Quality Management or Quality Control/QualityManagementInformationSystemcomprisedofthe Assurance is a process that begins with thefollowingthreeelements: preparation of the proposal and signing of the contract. Critical Path Method (CPM)Schedule Understanding the City's requirements and JMD has in-house staff with expertise in Microsoft expectations is the first step in providing a quality Project Planner.A comprehensive project schedule will project. JMD will follow the City's QA/QC procedures be initiated by our Project Manager and will serve as but, if necessary, may also rely on its own QA/QC the controlling document for tracking progress of the procedures to supplement those by the City. work. This schedule will form the framework for JMD has developed an office environment and measuring our actual performance to planned philosophy which encourage quality. Our quality performance and can be used for periodic updating of assurance program includes preparation of a Quality the City's work plan and financial planning.The project Control (QC) Plan for each individual project which team will meet prior to beginning work on the project to specifies the responsibilities, requirements, and collectively determine the smaller work tasks required procedures for quality control. The plan is modeled to complete the major work activities as established in after the ASCE publication,"Quality in the Constructed the scope of work.A sequencing plan of these smaller Product,"is flexible,and can be modified to respond to work tasks, using precedence format, will be specific client requirements. developed which, in turn, will determine the overall JMD's quality assurance program provides:schedule. The series of work tasks and resulting schedule will be diagrammatically exhibited as a A quality review team for the project. The quality Critical Path Method(CPM)flow chart.This flow chart, review team is responsible for monitoring which highlights the critical path, will be used to adherence to procedures and practices by: determine the intermediate project milestones. Surveillance of project activities along with Project Control Report document reviews proving their performance, Prior to beginning a project, the Project Manager will Verification of calculations and other analytical prepare a Project Control Document which defines work, and i i JMD Page (. Docusign Envelope ID:8F3B5CA3-606B-4D19-83EA-69E3B2B92EF0 'OSa t0 'roviee t e ffr •) City of Orange On-Call Traffic Engineering Services i RFP No. 24-25.24) Independent auditing to check that quality control and technical procedures are being properly implemented and followed. Duties and responsibilities of those personnel in the organization having significant quality assurance responsibilities(i.e., Principals, Project Managers and QA/QC Managers). Value engineering on projects of significant value to avoid unnecessary project costs. Controlling quality is achieved differently for each service category but the end result is the same — producing quality Figure 2—Traffic Project Process Flow Chart service, deliverables, and results. Traffic and Transportation Traffic and Transportation Project K ckoff Meeting Conceptli,+I to rrai PSRE Planninr FundingInthecaseoftrafficandtransportationCoordinationwithStakeholders --r projects, the ultimate goal is producing PDT AGENCIES quality contract documents that ensure Research I Data Collection City of Orange timely construction, minimal to no change EnvlronmenfaeRUghtofWiy County of Orange9ConceptualDesignOCTA1Metrolink orders and result in scope adherence. A Roadway Alignment Plans— Caltrans 1 CPUC Signing&Stnping Plans BNSF I UPRR I CAHSR Traffic Project Process Flow Chart is Drainage,Utility PlansfPrelimltberyNWMapping8AssessmentUSACETrafficSignalPlans illustrated in Figure 2 below. Traffic Signal Interconnect Plans Other Agencies Street Lasting Plans Landscaping!Irrigation Plans Plan Checking Traffic Impact Study IIMP Funding Applications 4• `Conceptual Cost Estimates Controlling quality for plan checking services is best achieved by assigning Diagnostic Review Meeting I. - PDT AGENCIES highly experienced staff who a have a Conceptual Plan Si City or orange Estimate Refinement nsolidtechnicalbackground, knowledge of County OCTA/MetroofOrahrgek the City's requirements and preferences Final PSR/PSRE Caltrans r CPUC as well as a clear understanding of the I BNSF I USACE process, shown in Figure 2, to guide the QA!QC Review Other Agencies applicant in a clear and direct manner. AgencyReviewI L-- Construction Management Engineering Controlling quality during construction Right of Entry Agreement requires a team focused on meeting the SurveylGeotechnicaltMapping following quality indicators: Hydraulic Analysis/Report Visual — achieving quality workmanship through past experience. Draft(60%).Pre-Final(90%)& Cast A BementFinal(100%)PS&E g Measure — measuring the Contractor's Plars Signing 8 strrpmg Plans Utility Crossing Apphcation(s) and anticipate the Contractor's Drainage.UtlityPlans progress P Traffic Signal 8 Interconnect Plans efforts to catch potential deviations or Street Lighting Plans Easementsllicertse(s) Final kW Mapping and Assessment LanT aff c mdscapingr° r'IrdPl Tr:n gahon Pans mistakes. Station Platform Plans Enforcement — providing the perfect Specfcatlees'Cost EsWnales CPUCApphCdtlOn(s) balance of contract document adherence Assumes Categoncai Exempt on QM=Review PDT AGENCIES with the right level of inspection to meet g City OrangeAgency the project's intent. County of Orange OCTA I Metrolirk Results—relying on daily tracking to keepillW Caitrans r CPUC the withinprojectbudget (i.e., no change et BNSF I UPRR I CAHSR P 1g I BiddinglConstruction Support I USACE orders), on schedule and aesthetically i Other Agencies pleasing to the City. I SUCCESSFUL PROJECT 1 JMD Page ( Docusign Envelope ID:8F3B5GA3-606B-4D19-83EA-69E3B2B92EF0 RFP No. 24-25.24-City of Orange On-Call Traffic Engineering Services JMD HOURLY RATE SCHEDULE JMD Personnel Position/Title in Company FY 2025 FY 2026 FY 2027 FY 2028 FY 2029 Off-Site Off-Site Juan M.Diaz Principal/Rail/Transit 266.00 $274.00 $282.00 $290.00 $299.00 Peter Kim Sr.QA/QC Manager 248.00 $255.00 $263.00 $271.00 $279.00 Jack Shah QA/QC Manager 244.00 $220.00 $227.00 $234.00 $241.00 Lan Saadatnejadi Project Engineer-Highways 237.00 $219.00 $226.00 $233.00 $240.00 Algis Marciuska Sr.Project Manager/Technical Adv. $234.00 $231.00 $238.00 $245.00 $252.00 Steven Itagaki Sr.Project Manager-Traffic 195.00 $223.00 $232.00 $241.00 $251.00 Ivan Salvatierra Sr.Project Manager-Civil 195.00 $223.00 $232.00 $241.00 $251.00 Sherri Terrell Marketing Manager 112.00 $128.00 $133.00 $138.00 $144.00 Gilbert Figueroa Project Engineer 141.00 $145.00 $151.00 $157.00 $163.00 Luis Castaneda Assistant Project Manager 132.00 $151.00 $157.00 $163.00 $170.00 Deepak Solanki Project Manager 168.00 $142.00 $148.00 $154.00 $160.00 Greg Andrade Sr.Designer 141.00 $111.00 $115.00 $120.00 $125.00 Dana Dardoon Engineer III 92.00 $105.00 $109.00 $113.00 $118.00 Chapman Lee Engineer II 89.00 $101.00 $105.00 $109.00 $113.00 Rafael Rincon Engineer II 75.00 $86.00 $89.00 $93.00 $97.00 Albert Cisneros Engineer I 81.00 $93.00 $97.00 $101.00 $105.00 Gabriel Macias Engineer I 76.00 $87.00 $90.00 $94.00 $98.00 Jasmine Felix Administrative/Clerical 73.00 $83.00 $86.00 $89.00 $93.00 On-Site On-Site Mike Paieri Sr.Construction Inspector 184.00 $132.00 $137.00 $142.00 $148.00 Deepak Solanki PM/Plan Checker 134.00 $142.00 $148.00 $154.00 $160.00 Henry Completo Development Reviewer 119.00 $142.00 $148.00 $154.00 $160.00 Frank Sanchez Project/Construction Manager 144.00 $147.00 $153.00 $159.00 $165.00 Tom Geary Sr.Construction Inspector 120.00 $132.00 $137.00 $142.00 $148.00 Rick Barajas Sr.Construction Inspector 148.00 $137.00 $142.00 $148.00 $154.00 Arjan Idnani Construction Inspector II 139.00 $123.00 $128.00 $133.00 $138.00 John Moon Construction Inspector I 89.00 $123.00 $128.00 $133.00 $138.00 Reimbursable Costs Photo Copies(B&W) 0.24/Each Photo Copies(Color) 0.39/Each Bond Prings(24"x36") 5.00/Each Mileage* 0.70/Mile Assumptions: 1.Rates are effective January 1, 2.Mileage rate per IRS.