HomeMy WebLinkAboutAGR-7888 - MICHAEL BAKER INTERNALTIONAL, INC. - ON-CALL TRAFFIC ENGINEERING SERVICESDocusign Envelope ID:A4526F82-FFD1-4712-9155-195075577924
AGR-7888 EalPROFESSIONALSERVICESAGREEMENT
ton-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 MICHAEL BAKER
INTERNATIONAL, INC., a Pennsylvania 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 in accordance with the
Standard of Care 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 with the
care and skill used by members of Consultant's profession practicing under similar circumstances
at the same time and in the same locality (the "Standard of Care"). All services provided shall
conform to all federal, state and local laws, rules and regulations. 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 in accordance with the Standard of Care.
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.
Uocusign Envelope ID:A4526F82-FFD1-4712-9155-195075577924
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 invoice.
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 and accepted
in writing by Contractor 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 Contractor and 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:A4526F82-FFD1-4712-9155-195075577924
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,subject to the Standard of Care,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. Reserved.
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 reasonable 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 exclusively for this Agreement shall become the property of
City upon Contractor's receipt of final payment. Contractor shall deliver all such products to City
prior to payment for same. Any reuse of Contractor's work product without written verification
or adaptation by Contractor will be at the City's own risk and without liability or legal exposure
to Contractor. The City shall indemnify and hold harmless Contractor from all claims, damages,
losses, and expenses, including reasonable attorneys' fees, arising out of or resulting therefrom.
Notwithstanding anything to the contrary in this Agreement, Contractor retains all right, title and
interest in and to any of Contractor's pre-existing and/or background Intellectual Property and/or
any information that was in Contractor's possession prior to the execution of this Agreement.
15. Equal Employment Opportunity. During the performance of this Agreement,
Contractor agrees as follows:
3
Docusign Envelope ID:A4526F82-FFD1-4712-9155-195075577924
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.
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,City,
its City Council and each member thereof, and the officers, officials, and employees of City
collectively the "Indemnitees") from 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 negligent act, error or omission of Contractor, or person, firm or corporation
employed by Contractor, either directly or by independent contract, including all direct damages
due to loss or theft sustained by any third party, to the extent arising directly out of, Contractor's
performance of 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
4
Docusign Envelope ID:A4526F82-FFD1-4 7 1 2-91 5 5-1 950 7 557 7 924
the active negligence or willful misconduct of City or for any other act, fault, or wrongdoing of
City or the Indemnitees. Contractor, at its own expense, cost and risk, shall indemnify third party
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 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 Indemnitees from third party liability arising directly
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 in the amount of(1) One Million Dollars ($1,000,000) per occurrence. 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: of(1) a combined single limit of One Million
Dollars ($1,000,000); 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. Reserved.
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
that City is an additional insured as a contracting party. The minimum coverage required by
5
Docusign Envelope IL):A4526F82-FFD1-4712-9155-195075577924
Subsection 18.b and c, above, shall apply to City as an additional insured. Any umbrella liability
insurance that is provided as part of the general or automobile liability minimums set forth herein
shall be maintained for the duration of the Agreement.
f.Contractor shall maintain during the life of this Agreement professional
liability insurance covering errors and omissions arising out of the performance of this Agreement
with a minimum limit of One Million Dollars ($1,000,000) per claim. Contractor agrees to keep
such policy in force and effect for at least five (5) years from the date of completion of this
Agreement.
g. The insurance policies maintained by Contractor shall be primary insurance
and no insurance held or owned by City shall be called upon to cover any loss under the policy.
Contractor will determine its own needs in procurement of insurance to cover liabilities other than
as stated above.
h. Before Contractor performs any work or prepares or delivers any materials,
Contractor shall furnish certificates of insurance and endorsements, as required by City,
evidencing the aforementioned minimum insurance coverages on forms acceptable to City,which
shall provide that the insurance in force will not be canceled or allowed to lapse without at least
ten(10) days' prior written notice to City.
i.Except for professional liability insurance coverage that may be required by
this Agreement, all insurance maintained by Contractor shall be issued by companies admitted to
conduct the pertinent line of insurance business in California and having a rating of Grade A or
better and Class VII or better by the latest edition of Best Key Rating Guide. In the case of
professional liability insurance coverage, such coverage shall be issued by companies either
licensed or admitted to conduct business in California so long as such insurer possesses the
aforementioned Best rating.
j Contractor shall immediately notify City if any required insurance lapses or
is otherwise modified and cease performance of this Agreement unless otherwise directed by City.
In such a case, City may procure insurance or self-insure the risk and charge Contractor for such
costs and any and all damages resulting therefrom, by way of set-off from any sums owed
Contractor.
k. Contractor agrees that in the event of loss due to any of the perils for which
it has agreed to provide insurance, Contractor shall look solely to its insurance for recovery.
Contractor hereby grants to City,on behalf of any insurer providing insurance to either Contractor
or City with respect to the services of Contractor herein,a waiver of any right to subrogation which
any such insurer may acquire against City by virtue of the payment of any loss under such
insurance.
1.Contractor shall include all subcontractors, if any, as insureds under its
policies or shall furnish separate certificates and endorsements for each subcontractor to City for
review and approval. All coverages for subcontractors shall be subject to all of the requirements
stated herein.
6
Docusign Envelope ID:A4526F82-FFD1-4712-9155-195075577924
19. Termination. City may for any reason without cause terminate this Agreement by
giving Contractor not less than five(5)days' written notice of intent to terminate. In the event that
Contractor materially defaults on any of its obligations under this Agreement, City shall provide
written notice of such default and Contractor shall have no less than ten(10) business days from
receipt of notice to cure such default. Should Contractor fail to cure within the time period, City
may terminate this Agreement for cause upon written notice to Consultant. 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 provided in
accordance with the Standard of Care and all allowable reimbursements incurred to the date of
termination in compliance with this Agreement. 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 IL):A4526F82-FFD1-4712-9155-195075577924
2) Has not and will not knowingly employ any individual to perform
services under this Agreement who is ineligible to work in the United States or under the terms of
this Agreement; and
3) Has properly maintained, and shall at all times during the term of
this Agreement properly maintain, all related employment documentation records including,
without limitation, the completion and maintenance of the Form I-9 for each of Contractor's
employees; and
4) Has responded, and shall at all times during the term of this
Agreement respond, in a timely fashion to any government inspection requests relating to
immigration law compliance and/or Form I-9 compliance and/or worksite enforcement by the
Department of Homeland Security, the Department of Labor, or the Social Security
Administration.
d. Contractor shall require all subcontractors or subconsultants to make the
same representations and warranties as set forth in Subsection 21.c.
e.Contractor shall, upon request of City, provide a list of all employees
working under this Agreement and shall provide,to the reasonable satisfaction of City,verification
that all such employees are eligible to work in the United States. All costs associated with such
verification shall be borne by Contractor. Once such request has been made, Contractor may not
change employees working under this Agreement without written notice to City, accompanied by
the verification required herein for such employees.
f.Contractor shall require all subcontractors or sub-consultants to make the
same verification as set forth in Subsection 21.e.
g. If Contractor or subcontractor knowingly employs an employee providing
work under this Agreement who is not authorized to work in the United States, and/or fails to
follow federal laws to determine the status of such employee,that shall constitute a material breach
of this Agreement and may be cause for immediate termination of this Agreement by City.
h. Contractor agrees to indemnify and hold City, its officers, officials, agents
and employees harmless for,of and from any loss, including but not limited to fines,penalties and
corrective measures City may sustain by reason of Contractor's failure to comply with said laws,
rules and regulations in connection with the performance of this Agreement.
22. Governing Law and Venue. This Agreement shall be construed in accordance
with and governed by the laws of the State of California and Contractor agrees to submit to the
jurisdiction of California courts. Venue for any dispute arising under this Agreement shall be in
Orange County, California.
23. Integration. This Agreement constitutes the entire agreement of the parties. No
other agreement,oral or written,pertaining to the work to be performed under this Agreement shall
8
Docusign Envelope ID:A4526F82-FFD1-4712-9155-195075577924
be of any force or effect unless it is in writing and signed by both parties. Any work performed
which is inconsistent with or in violation of the provisions of this Agreement shall not be
compensated.
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"
Michael Baker International, Inc. City of Orange
500 Hutton Centre Dr., Suite 500 300 E. Chapman Avenue
Santa Ma, CA 92707 Orange, CA 92866-1591
Attn.: Kim Preap, Department Manager Attn.: Larry Tay, City Traffic Engineer
Telephone: 949-330-4152 Telephone: 714-744-5525
E-Mail: Kim.Preap@mbakerintl.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.
26. Limitations/Qualifications. To the fullest extent permitted by law, the Parties
expressly agree that: (i) Contractor shall not be liable to City for any special, incidental, indirect,
exemplary or consequential loss, damage, expense or cost (including, without limitation, loss of
use,revenue,income,profit,fmancing,business and/or reputation)arising out of or relating in any
way to the Agreement, Services or Project;(ii)Contractor is entitled to rely on the accuracy of any
information or documentation furnished to Contractor by City in connection with the Project, and
shall not be liable for any site, legal or environmental condition or requirement relating to the
Services that is not disclosed or is unknown to Contractor prior to the Effective Date; (iii)
Contractor shall not be liable for any failure to perform to the extent such failure is caused by any
event, occurrence, or circumstance beyond the reasonable control of Contractor; (iv) Contractor's
total aggregate liability (whether such liability is based in contract, warranty, tort, equity, strict
liability, statute,common law, and/or any other claim or theory) for any loss, damage, expense or
cost of whatsoever kind or nature arising out of or relating in any way to the Agreement, Services
and/or Project shall not exceed the net sum paid to Contractor for the Services; and that(v) any
cause of action asserted by City against Contractor arising out of or in any way relating to the
Services,Agreement,or Project shall be deemed to have accrued no later than the date the Services
were completed by Contractor. Each of the foregoing limitations are separate and independent of
the other, and shall survive termination or completion of the Agreement, Services and/or Project.
27. Construction Means. Contractor shall not be responsible for construction means,
methods, techniques, sequences or procedures of construction contractors, or the safety
9
Docusign Envelope ID:A4526F82-FFD1-4712-9155-195075577924
precautions and programs incident thereto, and shall not be responsible for such contractors'
failure to perform work in accordance with the contract documents.
28. Estimates. City acknowledges that Contractor cannot control market conditions or
construction costs, means, methods, techniques and/or processes. As such, notwithstanding
anything to the contrary contained herein, City agrees that Contractor makes no representation,
warranty or guarantee as to the accuracy of any estimate(e.g.,cost,quantity)related to the Project
that is furnished by Contractor in connection with the Services, and further agrees that Contractor
shall bear no responsibility for any increase, inaccuracy or deviation in any such estimates.
29. No Third-Party Beneficiaries. Nothing contained herein is intended to nor shall
be construed as giving any third-party (other than the Parties' successors and permitted assigns)
any interest in the Agreement, Services or Deliverables, and/or any right or claim against
Contractor with regard to the Agreement, Services or Deliverables.
30. Force Majeure. Contractor shall not be liable for any failure to perform or any
impairment to its performance to the extent such failure or impairment is caused by (i) any act of
God, fire, flood, natural catastrophe, labor dispute or strike or shortage, national or state
emergency, epidemic or pandemic, insurrection,riot, act of terrorism,war, act of government, (ii)
any action or inaction of City or a third-party engaged by City, and/or (iii) any other event,
occurrence or circumstance beyond the reasonable control of Contractor(each, a"Force Majeure
Event").
Remainder of page intentionally left blank; signatures on next page]
10
Docusign Envelope ID:A4526F82-FFD1-4712-9155-195075577924
IN WITNESS of this Agreement, the parties have entered into this Agreement as of the
year and day first above written.
CONTRACTOR" CITY"
MICHAEL BAKER INTERNATIONAL, INC., CITY OF ORANGE, a municipal corporation
a Pennsylvania corporation
DS
nDocuSiyned by:
By: (2 Ct By: a,but,t le. SW^
Printed Name: Trudi Lim arf er..Va(er, Mayor
Title: Vice President
e—DS
By: ATTEST:
Printed Name: Richard Beck
Signed by:
Title: Assistant Secretary
Cow_
PamefrREIgn, City Clerk
APPROVED AS TO FORM:
r —DocuSigned by:
Wall a4rFAUtialtn, 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.
11
Docusign Envelope ID:A4526F82-FFD1-47 1 2-91 5 5-1 95075577924
EXHIBIT "A"
SCOPE OF SERVICES
Beneath this sheet.]
Docusign Envelope ID:A4526F82-FFD1-4712-9155-195075577924
SECTION III
SCOPE OF WORK
RFP NO. 24-25.24
Docusign Envelope ID:A4526F82-FFD1-4712-9155-195075577924
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:A4526F82-FFD1-4 7 1 2-91 5 5-1 950 7 5 57 7924
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:A4526F82-FFD1-4712-9155-195075577924
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:A4526F82-FFD1-4712-9155-195075577924
CITY OF ORANGE
SECTION H: WORK PLAN
SCOPE OF WORK QUALIFICATIONS evaluate geometric changes to lane configurations,turn pocket
Michael Baker understands the qualifications required by this lengths,and alternative signal operations such as leading
scope of work includes the following: pedestrian intervals,flashing yellow or protective-permissive
Traffic studies for capital projects
signal phasing.We have also used this to model mid-block in-
Traffic and/or parking study review for private develop-terruptions based on new HAWK,bike phasing, RxR,and other
ments emergency vehicle preemption analysis.
Traffic signal design
CDESIGNTrafficcontrolplanpreparationsSigning and Striping/Traffic Control PlansPlancheckforcapital/development projects and traffic
control plans Michael Baker has prepared signing and striping,
Street light design and plan check stage construction,and traffic control plans for streets and
Signing and striping plan preparation and plan check freeways under various conditions to improve safety within
Traffic signal and street lighting construction inspection construction zones and to provide safe passage for vehicles,
Construction management and construction engineering pedestrians,and bicyclists who are using the roadway system.
Technical support for funding and grant application For signing and striping plans,we adhere to the CA-MUTCD
Grant funding oversight as well as the City specific Transportation Design Procedures.
Intelligent transportation systems (ITS) design When it becomes necessary to close a roadway during con-
Traffic signal timing and coordination studies struction, Michael Baker has experience providing detour
Traffic counts and data collection plans on even the most complex roadways to guide motorists,
Neighborhood traffic calming studies,warrant studies,and pedestrians,and bicyclists safely around the closed portion
traffic investigations of the roadway. Michael Baker has the staff and experience
Special studies,civil design,and on-site support services necessary to prepare and process detour plans,traffic control
may be requested plans,and final signing and striping plans.Traffic signs and
General municipal traffic engineering services markings must compel attention and respect,convey a clear
simple meaning,and allow adequate time for response. For
The following qualifications support our ability to provide this uniformity,they must conform to the CVC and the CA MUTCD.
scope.
AI SIGNAL COORDINATION AND SIMULATION
Traffic Signal Design
Traffic signal design for various agencies and private level-T MODELING
opers is one of Michael Baker's primary services,resulting in
Traffic Signal Timing and Synchronization an average of 100 or more individual traffic signal intersection
The Traffic Engineering Department at Michael Baker has an designs annually.In the last 25 years,we have designed more
outstanding reputation in its discipline.Traffic,whether it is than 2,000 signals and 500 signal communication systems
from a residential area,planned community,shopping center, for local municipalities and regional transportation planning
industrial park,or future highway,affects the transportation agencies throughout California.Our team has prepared traffic
circulation system which can be optimized with the right signal,traffic signal modification,and traffic signal communi-
technology and traffic signal timing implementation.cation plans for agencies including the Cities of Orange, Irvine,
Consideration must be given not only to the effect of one Anaheim,Santa Monica,Pasadena,and Long Beach,Counties
particular segment, but also to the consequence throughout of Los Angeles, Orange,and Riverside, Port of Long Beach
a project corridor.Therefore,traffic corridor analysis should and Port of Los Angeles,as well as Caltrans Districts 7,8, 11,
study all aspects along an evaluated corridor, including and 12. Specific to work for the City of Orange,we have most
considering breaking the overall corridor into smaller recently worked closely with staff in preparing traffic signal
segments. designs and temporary traffic signal designs for the Orange
Traffic Simulation Heights project.
Our team is highly skilled in software programs such as Syn- Street Lighting
chro and the Highway Capacity Manual Software (HCS),as well Michael Baker is experienced with preparing lighting plans for
as microsimulation programs such as VISSIM and SimTraffic. various recent projects and clients including the City of Long
We use these modeling packages for simulation efforts for re- Beach,Caltrans,and Los Angeles Bureau of Street Lighting.
view of the impact of proposed modifications on travel patterns We can prepare street lighting design plans for proposed task
from existing conditions,develop and analyze alternatives order design projects.A field review and records research will
16: vFMS
Michael Baker
INTERNATIONAL
RFG 24-25.24 • ON-CALL TRAFFIC ENGINEERING SERVICES • PAGE '
Docusign Envelope ID:A4526F82-FFD1-4712-9155-195075577924
CITY OF ORANGE
be conducted to identify existing power sources,existing field bicycles facilities focus on the quality of traveling environment
conditions,and potential conflicts that may come up during the for these modes.Availability,quality,access,and safety within
project design process. Lighting design plans will show pro- the traveling environment such as sidewalks,benches,shade,
posed electrical systems,identify existing power sources,and and other features are used to evaluate pedestrian"level of
provide service cabinet type and location,voltage service type, service"or"quality of service."Our team regularly conducts
conduit sizes,and conductors gauges based on the proposed Pedestrian Quality Index(PEQI) analysis when preparing corri-
roadway design.A set of plans will be prepared in AutoCAD dor studies to evaluate pedestrian conditions.Similarly,when
under the applicable provisions and lighting standards and evaluating bicycle conditions,the speed of traffic,volume of
requirements. Our team will also coordinate and prepare all traffic,pavement condition and street conditions are typical
necessary documentation for new service meter requests from metrics used to identify bicycle"level of service"or"quality of
Southern California Edison (SCE)for all proposed lighting. service."Level of Traffic Stress (LTS) is typically used to con-
Roundabout Review/Design duct this analysis. Using GIS mapping and field data collection,
our team can prepare LTS and PEQI analysis at a citywide or
Michael Baker has designed numerous roundabouts within
corridor scale.
southern California. Proper design of roundabouts is critical for
appropriate operation and safety.To design and review round- rcrN
TRANSPORTATION ANALYSIS
abouts,our team will utilize Caltrans Highway Design Manual Michael Baker understands the local and unique
Chapter 400 as well as the various documents referenced by process and requirements involved in transportation
FHWA and NCHRP.This also includes review of TDP-1 7 Round- planning projects, most specifically transportation
abouts for the City standards and any needs for deviation. impact analysis reports and mobility assessments. Michael
Some of the key considerations that need to be considered in Baker provides complete services for planning and preliminary
the review of a roundabout include design vehicles,number of engineering design of local roads,streets,and transportation
lanes,size of the inscribed circle and entry speed. In addition, corridors.Our specific transportation planning capabilities
high pedestrian usage should be reviewed and considered for includes,but is not limited to:
appropriate pedestrian safety design.
0NEIGBORHOOD
TRAFFIC CALMING
Route Alignment Studies
Traffic Impact Studies
Traffic Calming&Complete Streets Preliminary Design (TDP-1 thru TDP-10, TOP-14,TOP-1 b,
Michael Baker's transportation staff have extensive and TDP-17)
experience with traffic calming, road diets,complete Circulation Elements
streets,bicycle lanes and pedestrian access,streetscape Bicycle/Pedestrian Trail Systems
design,ADA access,and utilities coordination.Our team of Land Use Impact Analysis
experts focus on integrating best practices in complete street • Congestion Management Plans (CMP)
designs such as parking-separated Class IV curb-adjacent bi- • Construction Traffic Management Plan (IMP)
cycle lanes,ped-activated warning devices, bicycle bend-outs, • Engineering &Traffic Survey
and other new bike and pedestrian facilities. Elements such Traffic Signal Warrants (TDP-12 Signal Warrants&TDP-13
as bulb-outs,wayfinding signage,street furniture,sidewalk Left Turn Signal Phasing)
widening,crosswalk and transit stop enhancements,curb Parking Analysis
ramps improvements for ADA compliance, repairing sidewalks • Accident Analysis
curbs and gutters, reconstructing/resurfacing roadway pave- • Level of Service (LOS)Analysis
ment, pedestrian lighting,traffic signal installation/upgrades, •
Local Road Safety Plan (LRSP)rectangular rapid flashing beacons (RRFBs), landscaping and •
street trees, removing/relocating obstructions and utilities,
Sight Distance Assessment (TDP-11 Corner Clearance)
and miscellaneous sustainable design features are also typi Traffic Studies
cally included in our complete street designs. Michael Baker's team will review and/or produce traffic studies
Active Transportation as needed for the City.A standard workflow will be used for the
review of any traffic VMT impact analysis to ensure all CEQAMichaelBakerhasaholisticapproachtoroadwayandcorri- requirements are met.Additionally,we will utilize the correctdorprojects-we share a common goal of finding a balance HCM capacity analysis methodologies to calculate Level ofbetweentheoperationalandsafetyneedsofvehiculartrafficServicefortrafficoperationsstudies. Left turn phasing,trafficandtheneedtoprovideequitableaccessandqualityofservicesignalanalysis,and safety studies that meet all CVC andforpedestrians, bicyclists,and transit users.Technical anal- CAMUTCD requirements can be produced to support City traffic
ysis for corridor studies and mobility assessments involves improvement initiatives.
the evaluation of all modes of transportation.Where vehicles
and transit can be measured by the quality of the performance
i.e.,delay,travel time,queues),evaluation of pedestrians and
Michael Baker itINTERNATIONAL
RFO 24-25.24 • ON-CALL TRAFFIC ENGINEERING SERVICES • PAGE ,
Docusign Envelope ID:A4526F82-FFD1-4712-9155-195075577924
CITY OF ORANGE
AS-NEEDED STAFF SUPPORT
ir Traffic Related Ordinances and Policies
CONSTRUCTION SUPPORT
ilia The Michael Baker Construction Services team
Michael Baker has experience providing research, has a history of successfully working together and
policy/ordinance review and recommendation.Work providing Construction Management and Inspection
related to this can be driven by citizen requests as directly services to numerous agencies throughout southern Cali-
from political leaders.We have experience in navigating the fornia, including within high profile arterial streets and in
challenges that may arise from this type of work. Our team densely developed, multi-unit residential neighborhoods.Our
regularly coordinates with the public as well as public officials team can serve as an extension of City staff to professionally
and is sensitive as to how to manage and communicate in manage the work on a construction site,as well as make sure
these arenas.Our team is versed making recommendations notifications or project information is sent out to the public in
and preparing staff reports as it relates to traffic matters and a timely manner, promptly addressing concerns of the busi-
policies.One of our key personnel, Mr.Jordan Gray has served ness and residential community,and monitoring construction
as a trusted advisor for years for the City of Santa Monica. mitigations to ensure noise,debris,and traffic disruptions are
The Michael Baker team also has resources through our work kept at a tolerable level.
throughout the industry that will benefit the City on topics of The Team is extremely well-versed in APWA Greenbook,
concern.Through our professional connections,we can reach Caltrans,County of Orange,and City standards and specifi-
out to other agencies and professionals to gain insight as well cations.We are also well versed in the extra steps required in
as understand their approach to traffic related concerns and documenting the construction of state and federally funded
policies. projects,including General Fund,Gas Tax, Proposition C, Mea-
0PLAN CHECKING/REPORT REVIEW sure R, HUD CDBG,and City Sewer Fund funding sources and
prevailing wage, use of apprentices, DBE,and David-Bacon
Michael Baker has been providing plan checking regulations.
services for over two decades. Most recently team
completed over$1.5 million worth of contract support in 0.., GRANT WRITING
staff augmentation for the City of Santa Monica.Our team has :6: Michael Baker's familiarity with a wide range ofworkedwithinotheragenciesaswelltodeveloptheirowngrantfundingagencies'eligibility and programstandardizedplanchecklists. Michael Baker will work with objectives will be used to efficiently steer improve-
the City to develop documents,procedures and guidance,as
ment projects to the most applicable programs.For thoseneeded,that can be provided to those providing documents for grant programs for which the City authorizes Michael Baker to
review (i.e., Developers, Engineers,etc.) This will allow stake- proceed,we will complete the application narrative,analysis
holders to make sure that all the major issues are addressed of performance metrics,benefit cost analysis,prepare map-
up front reducing the number of plan checks and costs to the ping,exhibits,coordinate with project engineers to developdevelopmentcommunity. Michael Baker staff frequently uses accurate project cost estimates and prepare the exhibits andbothAdobeAcrobatProfessionalandBluebeamPDFsoftwaredetailsasnecessarytocompleteandsubmittheapplication
products to review,track comments,and document revi- through the granting agency's portal.sions to construction drawings,reports,and other submittal
documents. Michael Baker provides plan checking services The Michael Baker public finance specialists can be involved
for many of our municipal Clients throughout the region.We in the planning of all assigned projects where we will recom-
understand that these projects can vary in size and scope and mend project elements that would enhance grant awards by
often have time critical schedules.Our in-house team can be including multiple benefits that meet several grant eligibility
assembled quickly to provide efficient,high-quality services. criteria.Over the past five years,our staff has delivered over
CIVIL SUPPORT 144 million in grant awards to our public agency clients,
equating to a 78%success rate.
i' ADA Compliance
As part of traffic improvement projects,existing
access ramps,sidewalks,and driveway approaches may
not be current with ADA compliance standards. Michael Baker
routinely reviews current Title 24,ADA regulations to identify
updates to standards. In addition,we are aware of the current
Caltrans changes to their ADA guidelines restricting gradients
to less than the maximum ADA compliance standards.Michael
Baker has designed hundreds of Caltrans-level ADA applica-
tions across Southern California.
Michael BakerINTERNATIONALW5 RFO 24-25.24 • ON-CALL TRAFFIC ENGINEERING SERVICES • PAGE '
Docusign Envelope ID:A4526F82-FFD1-4712-9155-195075577924
Michael Baker
INTERNATIONAL
MICHAEL BAKER INTERNATIONAL-HOURLY RATE SCHEDULE
JANUARY 2025,THROUGH DECEMBER 2025
OFFICE PERSONNEL Hour
Senior Principal/Principal/Senior Structural Engineer 290.00-$375.00
Senior Project Manager/Senior Engineer/Environmental Manager 250.00-$310.00
Project Manager/Structural Engineer/Technical Manager 180.00-$285.00
Project Engineer/Senior GIT Analyst/Landscape Architect/Senior Professional 160.00-$250.00
Design Engineer/Senior Designer/Survey Analyst/Technical Specialist 140.00-$190.00
Environmental Analyst/Assist. Engineer/Assistant Planner/Project Control Specialist $125.00-$160.00
Designer/GIS Analyst/Graphic Artist/Environmental Analyst/Intern 100.00-$150.00
Administrative Support 100.00-$130.00
SURVEY PERSONNEL(Subject to Prevailing Wage)
2-Person Survey Crew 325.00-$355.00
1-Person Survey Crew 190.00-$220.00
Licensed Surveyor 180.00-$270.00
CONSTRUCTION MANAGEMENT PERSONNEL
Principal Construction Manager 275.00-$315.00
Construction Manager 200.00-$300.00
Senior Inspector 150.00-$190.00
Construction Inspector/Technician 120.00-$160.00
Placement of individual staff within the rate ranges provided above is determined by skill level and years of experience.
Note:The hourly rates shown above are subject to a five percent(5%)annual escalation commencing January 1, 2026,and
annually thereafter based on Michael Baker International market adjustment protocol. Blueprinting, reproduction,
messenger service, and other direct expenses will be charged as an additional cost plus ten percent (10%). A
Subconsultant Management Fee of ten-percent (10%) will be added to the direct cost of all sub-consultant services to
provide for the cost of administration, subconsultant consultation and insurance. Vehicle mileage will be charged as an
additional cost at the IRS approved rate. Overtime will be billed in accordance with Fair Labor Standards Act (FLSA)
requirements.