HomeMy WebLinkAboutAGR-7881 - GENERAL TECHNOLOGIES & SOLUTIONS (GTS), INC. - ON-CALL TRAFFIC ENGINEERING SERVICESDocusign Envelope ID:A053D956-C244-4BBA-8511-850E719F4186
AGR-7881
Initial
L7
PROFESSIONAL SERVICES AGREEMENT
On-Call Traffic Engineering Services]
THIS PROFESSIONAL SERVICES AGREEMENT (the "Agreement") is made at
Orange, California, on this 12th day of November , 2025 (the "Effective Date") by and
between the CITY OF ORANGE, a municipal corporation ("City"), and GENERAL
TECHNOLOGIES AND SOLUTIONS (GTS) 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:A053D956-C244-4BBA-8511-850E719F4186
b. All such invoices shall state the basis for the amount invoiced, including
services completed, the number of hours spent and any extra work performed.
c.City will pay Contractor the amount invoiced within thirty (30) days of
receipt of all deliverables.
d. Payment shall constitute payment in full for all services, authorized costs
and authorized extra work covered by that invoice.
4.Change Orders. No payment for extra services caused by a change in the scope
or complexity of work, or for any other reason, shall be made unless and until such extra services
and a price therefor have been previously authorized in writing and approved by City as an
amendment to this Agreement. City's Project Manager is authorized to approve a reduction in the
services to be performed and compensation therefor. All amendments shall set forth the changes
of work, extension of time, and/or adjustment of the compensation to be paid by City to Contractor
and shall be signed by the City's Project Manager, City Manager or City Council, as applicable.
5.Licenses. Contractor represents that it and any subcontractors it may engage,
possess any and all licenses which are required under state or federal law to perform the work
contemplated by this Agreement and that Contractor and its subcontractors shall maintain all
appropriate licenses, including a City of Orange business license, at its cost, during the
performance of this Agreement.
6. Independent Contractor. At all times during the term of this Agreement,
Contractor shall be an independent contractor and not an employee of City. City shall have the
right to control Contractor only insofar as the result of Contractor's services rendered pursuant to
this Agreement. City shall not have the right to control the means by which Contractor
accomplishes services rendered pursuant to this Agreement. Contractor shall, at its sole cost and
expense, furnish all facilities, materials and equipment which may be required for furnishing
services pursuant to this Agreement. Contractor shall be solely responsible for, and shall
indemnify, defend and save City harmless from all matters relating to the payment of its
subcontractors, agents and employees, including compliance with social security withholding and
all other wages, salaries, benefits, taxes, exactions, and regulations of any nature whatsoever.
Contractor acknowledges that it and any subcontractors, agents or employees employed by
Contractor shall not,under any circumstances,be considered employees of City,and that they shall
not be entitled to any of the benefits or rights afforded employees of City,including,but not limited
to, sick leave, vacation leave, holiday pay, Public Employees Retirement System benefits, or
health, life, dental, long-term disability or workers' compensation insurance benefits.
7. Contractor Not Agent. Except as City may specify in writing, Contractor shall
have no authority, express or implied, to act on behalf of City in any capacity whatsoever as an
agent. Contractor shall have no authority, express or implied, to bind City to any obligation
whatsoever.
8. Designated Persons. Only those qualified persons authorized by City's Project
Manager, or as designated in Exhibit"A," shall perform work provided for under this Agreement.
2
Docusign Envelope ID:A053D956-C244-4BBA-8511-850E719F4186
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.
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
3
Docusign Envelope ID:A053D956-C244-4BBA-8511-850E719F4186
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
the Indemnitees, or any of them, in any action, suit or other proceedings as a result of coverage
under this subparagraph.
4
Docusign Envelope ID:A053D956-C244-4BBA-8511-850E719F4186
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
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
5
Docusign Envelope ID:A053D956-C244-4BBA-8511-850E719F4186
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:A053D956-C244-4BBA-8511-850E719F4186
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
2) Has not and will not knowingly employ any individual to perform
services under this Agreement who is ineligible to work in the United States or under the terms of
this Agreement; and
7
Docusign Envelope ID:A053D956-C244-4BBA-8511-850E719F4186
3) Has properly maintained, and shall at all times during the term of
this Agreement properly maintain, all related employment documentation records including,
without limitation, the completion and maintenance of the Form I-9 for each of Contractor's
employees; and
4) Has responded, and shall at all times during the term of this
Agreement respond, in a timely fashion to any government inspection requests relating to
immigration law compliance and/or Form I-9 compliance and/or worksite enforcement by the
Department of Homeland Security, the Department of Labor, or the Social Security
Administration.
d. Contractor shall require all subcontractors or subconsultants to make the
same representations and warranties as set forth in Subsection 21.c.
e.Contractor shall, upon request of City, provide a list of all employees
working under this Agreement and shall provide,to the reasonable satisfaction of City,verification
that all such employees are eligible to work in the United States. All costs associated with such
verification shall be borne by Contractor. Once such request has been made, Contractor may not
change employees working under this Agreement without written notice to City, accompanied by
the verification required herein for such employees.
f.Contractor shall require all subcontractors or sub-consultants to make the
same verification as set forth in Subsection 21.e.
g.If Contractor or subcontractor knowingly employs an employee providing
work under this Agreement who is not authorized to work in the United States, and/or fails to
follow federal laws to determine the status of such employee,that shall constitute a material breach
of this Agreement and may be cause for immediate termination of this Agreement by City.
h. Contractor agrees to indemnify and hold City, its officers, officials, agents
and employees harmless for, of and from any loss, including but not limited to fines,penalties and
corrective measures City may sustain by reason of Contractor's failure to comply with said laws,
rules and regulations in connection with the performance of this Agreement.
22. Governing Law and Venue. This Agreement shall be construed in accordance
with and governed by the laws of the State of California and Contractor agrees to submit to the
jurisdiction of California courts. Venue for any dispute arising under this Agreement shall be in
Orange County, California.
23. Integration. This Agreement constitutes the entire agreement of the parties. No
other agreement,oral or written,pertaining to the work to be performed under this Agreement shall
be of any force or effect unless it is in writing and signed by both parties. Any work performed
which is inconsistent with or in violation of the provisions of this Agreement shall not be
compensated.
8
Docusign Envelope ID:A053D956-C244-4BBA-8511-850E719F4186
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"
General Technologies and Solutions (GTS) Inc. City of Orange
11900 W Olympic Boulevard 300 E. Chapman Avenue
Los Angeles, CA 90064 Orange, CA 92866-1591
Attn.: Rawad Hani Attn.: Larry Tay, City Traffic Engineer
Telephone: (213) 532-8221 Telephone: 714-744-5525
E-Mail: rawad.hani@gentecsol.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:A053D956-C244-4BBA-8511-850E719F4186
IN WITNESS of this Agreement, the parties have entered into this Agreement as of the
year and day first above written.
CONTRACTOR" CITY"
GENERAL TECHNOLOGIES CITY OF ORANGE, a municipal corporation
AND SOLUTIONS (GTS) INC.,
a California corporation
DocuSigned by:
InlUal
B Pt kt (( I.
By
o,,..1 .k
y
arier '." Yager, Mayor
Printed Name: Rawad Hani
Title: Owner
ATTEST:
Signed by:
NififelfeaRtIsan, City Clerk
APPROVED AS TO FORM:
DocuSigned by:
J jr of
Nuti45it4G``ULerian, City Attorney
10
Docusign Envelope ID:A053D956-C244-4BBA-8511-850E719F4186
EXHIBIT "A"
SCOPE OF SERVICES
Beneath this sheet.]
Docusign Envelope ID:A053D956-C244-4BBA-8511-850E719F4186
SECTION III
SCOPE OF WORK
RFP NO. 24-25.24
Docusign Envelope ID:A053D956-C244-4BBA-8511-850E719F4186
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:A053D956-C244-4BBA-8511-850E719F4186
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:A053D956-C244-4BBA-8511-850E719F4186
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:A053D956-C244-4BBA-8511-850E719F4186
H. Work Plan Above ground evidence of utilities.
1.2 Street Improvement Plan: GTS will modify the
The following sections describe typical task orders
existing curb ramps to comply with ADA guidelines
carried out as part of on-call contracts illustrating our
at the intersection. GTS will utilize the topographic
work plan.
land survey to produce the street improvement plan.
The street improvements will be limited to ADA curb
1. Plans, Specifications, and Estimates ramp reconstruction. GTS will perform a detailed ADA
GTS will prepare plans, specifications, and estimates evaluation. We will design all proposed curb ramps
PS&E)to accommodate the construction requirements per the standards agreed upon with the City. The
for traffic signals, signing and striping, traffic control plans will clearly show limits of construction and curb
plans, and other ITS design tasks. ramp grades and details. The curb ramp details will be
prepared at 1"=10' scale.
We typically anticipate producing plans for the
1.3 Signing and Striping Design:GTS will incorporatefollowing:
any striping and signage modifications at the project
Street Improvement Plans — To accommodate intersection on the corresponding traffic signal plan
ADA compliant curb ramps and raised median if it is part of a signal design project, or will produce
noses.separate signing and striping plans.
Signing and Striping Design Striping and signage services will include items like
Traffic Signal Plan — To propose agreed upon improving existing bike lane signages, reinstalling
traffic signal improvements and operations based faded striping, or other striping or signage that may be
on the developed recommendations.
required.
The GTS team believes a detailed field review and 1,4 Traffic Signal Plan: Utilizing the traffic signal as-
as-built plan verification will provide a good base built plans, survey, and field investigation data, GTS
plan for a high-quality design plan and will result in will prepare a traffic signal base plan at the intersection.
higher efficiencies (less time and costs). Prior to The base plan is the backbone to accurately design
preparing a base plan for the street improvement proposed improvements. At this stage of the process,
and traffic engineering design, GTS will obtain copies a thorough review is performed on the base plan to
of available as-built drawings and other available ensure accuracy prior to design. The base plan will
database/information pertaining to the project from the include centerline, right-of-way, relevant existing
City and other agencies if needed. The field review will street improvements, and existing traffic controls. We
include identifying design constraints, verifying as-built will prepare the base plan in accordance with City's
information, and observing general site conditions. format and standards. If the intersection has shared
We will document our findings with photos taken as jurisdiction with other cities we will also work with their
part of our field review. We will review the preliminary
standards.
utility information and prepare and send notifications GTS has extensive experience in traffic signal design
to all utility companies known to operate within the and will utilize that knowledge to identify potential
project area. Underground and overhead utilities will conflicts before the project goes into construction. For
be identified, and potential conflicts will be noted and example, proposed signal poles will be strategically
resolved during final design. placed in the optimum location for driver/pedestrian
Typical tasks could include: visibility and will adhere to ADA guidelines. We will
also evaluate any current deficiencies or sub-standard
1.1 Topographic Land Survey: The design survey equipment that should be upgraded to meet current
will be developed at 1"=20' scale and will include the City agreed-upon standards.
following items:
We will provide a detailed traffic signal plan per City
Sufficient spot elevations and breaklines to agreed-upon format, standards, and specifications.
accurately develop contours at a 1.0' interval. The plan will propose approved signal phases, clearly
Curbs, right-of-way (and jurisdiction boundary identifying all existing, proposed, and removed traffic
line), flowlines, and gutters.signal equipment to correspond with the overall design
intent and shown existing and proposed improvements.
Paving types. The traffic signal plan will be 1"=20' scale unless
Roadway crown elevations and striping. directed otherwise.
CITY OF ORANGE-ON-CALL TRAFFIC ENGINEERING SERVICES(RFP NO.24-25.24) GTS
Docusign Envelope ID:A053D956-C244-4BBA-8511-850E719F4186
1.5 Utility Verification and Coordination: GTS will design services at Figueroa St and Victoria St;
request a contact list from the City of utility companies also provided PS&E services for the Dominguez
with facilities at the project intersection. We will Channel Bike Path Design working with the City
request utility maps and compile underground and and County
above ground utilities in a separate digital file. This file
City of Santa Monica: Provided ATP-funded PS&Ewillbereferencedintoallrelevantdesignplansand
signal design, signing and striping, and street
clearly labeled to identify utility type, size, and owner.
lighting designs as well as traffic analysis perThiswillallowustoidentifyanypotentialimpactsand
Caltrans and City guidelinesmodifythedesignasnecessary.
We will also send a notification to all utility companies
Orange County Fire Authority: Traffic signals in
within the project limits at the 70% and/or final design
Mission Viejo and Anaheim
stage for their review to determine if there are any 2. Review/Prepare Traffic Signal Timing/Coordination
possible conflicts with the proposed improvements. Plans
GTS will work closely with the utility companies and GTS will provide signal timing plan support to the City
other City departments to resolve conflicts prior to to address the changing traffic conditions. Our tasks
final design. A communication log will be preserved typically include the following:
throughout the project and provided to the City upon
request. GTS will provide coordination with electric 2.1 Field Observations and Data Review: We will
utility companies if the design includes modification to review the provided signal timing parameters (yellow/
the service pedestal and/or point of connection (POC). red timing, lead/lag timing, offsets, pedestrian timing,
etc.) for potential inconsistencies between timing1.6 Specifications and Cost Estimates: GTS will sheets or other anomalies. We will also coordinate
prepare the technical specifications using the City's with the City to open the traffic controller cabinets and
boilerplate template or Caltrans required template verify existing controllers. We will also observe traffic
and required format. We will use the City-required flow patterns and signal operations during each peak
standards and specifications. period along the corridor. Elements such as uneven
1.7 Pre-Construction Support: GTS will provide pre- lane distributions, queue spillbacks, cut through
construction support services for this project after plans traffic movements, heavy truck or bus percentages,
have been approved by the City and other agency.We congestion associated with school activity, and
will attend pre-bid meeting and answer the questions friction factors affecting vehicle speed or intersection
during the construction bidding process regarding the throughput will be noted. Crosswalk lengths will
design and specifications. If there are omissions or be measured using aerial imagery to determine
conflicts in the design prior to the award to contractor, appropriate pedestrian timing.
GTS will provide a plan revision. 2.2 Traffic Data Collection: A 24-hour count will
1.8 Construction Support: GTS will provide be used to understand demand variability by time
construction support services for this project during and determine intersection and corridor peak hours.
construction.These services include but are not limited GTS will collect turning movement counts with vehicle
to attending a pre-construction meeting, responding to classification at the project intersections. All turning
questions during the construction, reviewing contractor movement counts will be classified to distinguish
submittals within 72 hours, responding to contractor's vehicle classification, pedestrians, and bicycles.
requests for information (RFIs) or Change Request Before travel time data may be collected if the City
CR), revising design plans per CR, maintaining a log desires.
of all changes to approved plan set, reviewing and 2.3 Modeling: Using the collected traffic counts
making recommendations to Contract Change Order
and existing signal timing plans available to the City,
CCO), and providing progress reports. GTS will develop Synchro and SimTraffic models to
1.9 As-Built Plan Preparation: After the completion understand existing condition operations at each of
of project construction, we will request the redline the project intersections. An accurate understanding
markings prepared by the project inspectors and/or of operational deficiencies is crucial to develop
contractors on the signed design plans for preparation improvements at the conceptual level. Based on the
of as-built plans. The as-built plans will be signed and results of our field visits and safety and Synchro/
submitted to the City for the completion of the project. SimTraffic analysis, GTS will develop a set of
Sample Recent Relevant Projects:
improvements to be tested in the Synchro model for
future consideration. The following are few examples
City of Carson: Provided HSIP-funded PS&E signal
CITY OF ORANGE-ON-CALL TRAFFIC ENGINEERING SERVICES(RFP NO.24-25.24) GTS
Docusign Envelope ID:A053D956-C244-4BBA-8511-850E719F4186
of such improvements: limits
Lead/lag phasing order based on platoon arrivals, 3. Review/Prepare Traffic Control Plans
turning movement volumes, and synch phase GTS often assists with maintenance of traffic
assignments.
requirements for CIP projects from resurfacing
Phase splits that provide sufficient time to meet projects to projects involving signal designs, signing
pedestrian minimums and minimize the frequency and striping, and bicycle facilities design.
of underserving queues,except where strategically We will work with the City to efficiently prepare orbeneficial.
review and approve plans and maintain schedules.
Offsets that prioritize the primary direction of travel We provide high quality through the plan check cycle,
to the extent that flow directionality exists within from planning and design to construction completion.
each period of implementation. Typical projects include:
Re-striping or modification to intersection approach New traffic signals or traffic signal modifications.
to change the lane configuration. For example,
Power source and cabinet placement.provision of a dedicated turn lane or changing a
dedicated turn lane to shared movement. Required street lighting and integration with traffic
Each set of proposed improvements will be vetted
control.
for feasibility and tested in Synchro to determine • Conformance with ADA requirements.
effectiveness in improving traffic operation. We • Street improvement, rehabilitation, and widening
will work with the City to select a preferred set of
plans.
improvements, which will be included in the final
optimized Synchro model. Sample Recent Relevant Projects:
2.4 Signal Timing Sheets: GTS will develop a • City of Hermosa Beach Traffic On-Call: Conducted
spreadsheet of proposed signal timing parameters review (within one to two days) of outdoor dining
such as yellow times, all-red times,walk times,flashing designs for about 17 parklets
don't walk times, minimum greens, lead/lad phasing,City of Santa Monica 20th Street: Carried out
and sync phases for each study intersection.Additional traffic control plans (following Caltrans standards)
timing parameters such as minimum bicycle timings, and invitations to the meetings
yellow timing for left turn, and through movements
will be calculated per the CA-MUTCD. Finally, based 4. Prepare Grant Applications
on coordination factors, field observations, scenario We will assist the City with identifying and applying
testing with Synchro, and our signal timing experience, for funding to realize the various CIP projects. GTS
we will propose signal timing groups and cycle lengths has assisted various cities with grant applications and
for each of the synchronization periods. grant management. We recently carried out 3 grant
2.5 Optimized Synchro Model & Implementation applications for the HSIP program for the cities of
Support: Based on the findings of the above tasks, Buena Park and La Habra Heights to help upgrade
GTS will develop Synchro models inclusive of the signal hardware, construct new signals, and upgrade
preferred set of improvements with optimized signal guardrail. We understand not only the grant writing
timings for each of synchronization period. A table will process, but equally important the scoring rubric that
be prepared to compare measures of effectiveness is essential to ensure successful grant applications.
MOEs) between the existing conditions and the OurteamhaspreviouslysupportedtheCityofCommerce
proposed Synchro models. MOEs are anticipated on successfully obtaining HSIP and ATP grants.
to include LOS, total travel time, total delay, fuel
consumption, and stops. As part of our project delivery, we also support cities
with grant management and dealing with the funding
Sample Recent Relevant Projects: agency requirements such as E-76 and others.
City of Rancho Palos Verdes Traffic On-Call: Sample Recent Relevant Projects:
Carried out the Hawthorne and Via Rivera
intersection, Crenshaw signals coordination, and • City of La Habra Heights: Prepared HSIP
Hawthorne and Eddinghill left turn phase analysis applications for guardrail upgrades and new traffic
signal
City of Glendora: Carried out the traffic signal
coordination and timing for Route 66 within city • City of Buena Park: Prepared HSIP application for
CITY OF ORANGE-ON-CALL TRAFFIC ENGINEERING SERVICES(RFP NO.24-25.24) GTS
Docusign Envelope ID:A053D956-C244-4BBA-8511-850E719F4186
signal modifications Subsequently, we develop a draft definition of required
Prepared LRSP applications for various cities project tasks, deliverables, budget, and schedule.
South Pasadena, Hidden Hills, Buena Park, etc.)
Risk management, change management strategies,
and project communication plans are incorporated into
5.Attend Meetings and Prepare Presentation Materials this planning process. Once these tasks have been
GTS often plans and attends council, commission, and reviewed, modified, and adopted by the project team,
community meetings to solicit input and feedback on GTS will proceed with the project as planned, providing
projects. The scope of our services ranges from one-
continuous support and regular communication with
on-one briefings to community at-large gatherings. the City.
These meetings can take place at various milestones For design work, our design plans will be field verified
during the life of the project. Meeting topics range from and reviewed by senior staff members during the
presenting initial findings to soliciting feedback from design.
the community or council/comission.
Effective and Timely Communication
GTS is prepared to assist with leading the meetings,
Whereby we expect on-going interaction with Citynotetaking, and support services which will include
staff during each task order where progress can be
coordination of meeting times and locations, hand-
monitored. This could include weekly touchpoints to
outs, sign-in sheets, organization of facility details
discuss the project and ensure all parties are up to
venue assumed to be provided by the City), and
date on project progress. We anticipate that informal
meeting set-ups. We will also work with the City to
check-in meetings will occur regularly.provide the notices and invitations to the meetings.
Sample Recent Relevant Projects: I. Related Experience and
City of La Habra Heights: Presented to the Council
and Road Commission on the project progress References
City of Torrance Downtown Revitalization:
Participated in community outreach presenting on On-Call Traffic Engineering and
circulation and parking elements Transportation Planning
Quality Assurance & Control Brief Orange County Transportation Authority On-Call
GTS ensures project deliverables are free of errors, GTS supports OCTA on a variety of tasks related to
easy to understand, and executed in line with client State and Federal-aid projects, including the review
expectations. Our established quality control process of projects for grant funding eligibility under various
builds on our experience to offer precision in delivery State and Federal Programs. This has included the
of our work. Our quality assurance/quality control review of applications for the 2024 Enhanced Mobility
plan begins before the task order is assigned, during for Seniors and Individuals with Disabilities Program
scoping discussions. At this time, our project manager (EMSD), analyzing proposed activities for compatibility
will work with the City of Santa Clarita to define the with eligible activities and program priorities for
project tasks, establish roles and responsibilities this program through which funding is distributed
for project team members, identify communication by OCTA; and reviewing transportation projects for
protocols, and identify success criteria for the project. eligibility for Federal funds through the Congestion
Mitigation and Air Quality (CMAQ) program, among
others. In addition to grant program support, GTS has
WE PLAN also assisted OCTA with design review, contracting,
and construction estimate reviews.
THE WORK City of Glendora Transportation Planning and
Traffic Engineering On-Call
AND WORK GTS contracted with the City of Glendora to develop
a citywide Local Road Safety Plan (LRSP). The
purpose of the LRSP is to identify a prioritized set of
THE P evidence-based safety countermeasures that can be
implemented on local roads to prevent traffic injuries
and deaths. In addition, the LRSP is required for
CITY OF ORANGE-ON-CALL TRAFFIC ENGINEERING SERVICES(RFP NO.24-25.24) GTS
Docusign Envelope ID:A053D956-C244-4BBA-8511-850E719F4186
K. Fee Schedule
NAME: General Technologies and Solutions (GTS)
RATES EFFECTIVE BEGINNING: July 1, 2025 ENDING: June 30, 2026
LABOR RATES
Labor Category/Grade Hourly Fully-Loaded Rate
Engineer/ Planner/Analyst (L1) 115.00 - $145.00
Engineer/ Planner/Analyst (L2) 125.00 - $165.00
Engineer/ Planner/Analyst (L3) 145.00 - $185.00
Engineer/ Planner/Analyst (L4) 165.00 - $200.00
Engineer/ Planner/Analyst (L5) 175.00 - $225.00
Engineer/ Planner/Analyst (L6) 195.00 - $235.00
Principal L7 235.00 - $330.00
Intern (L1) 90.00 - $125.00
Project Admin / CAD / Graphics (L2) 115.00 - $145.00
Project Admin / CAD / Graphics (L4) 145.00 - $210.00
Yearly escalations are limited to the highest of consumer price index (CPI) or 5%.
Mileage and Printing are charged per the maximum allowable IRS rate.
Other expenses (surveys, etc.) will be charged at cost plus 10%.
CITY OF ORANGE ON-CALL TRAFFIC ENGINEERING SERVICES GTS