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.