Loading...
HomeMy WebLinkAboutAGR-7879 - WILLDAN ENGINEERING - ON-CALL TRAFFIC ENGINEERING SERVICESDocusign Envelope ID:57899ACC-70E6-479B-A643-AC3350B07B68 AGR-7879 Initial 1,7 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 WILLDAN ENGINEERING,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 TWO HUNDRED FIFTY THOUSAND DOLLARS and 00/100 250,000.00)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:57899ACC-70E6-479B-A643-AC3350B07B68 b. All such invoices shall state the basis for the amount invoiced, including services completed,the number of hours spent and any extra work performed. c. City will pay Contractor the amount invoiced within thirty (30) days of receipt of all deliverables. d. Payment shall constitute payment in full for all services, authorized costs and authorized extra work covered by that invoice. 4. Change Orders. No payment for extra services caused by a change in the scope or complexity of work, or for any other reason, shall be made unless and until such extra services and a price therefor have been previously authorized in writing and approved by City as an amendment to this Agreement. City's Project Manager is authorized to approve a reduction in the services to be performed and compensation therefor. All amendments shall set forth the changes of work,extension of time,and/or adjustment of the compensation to be paid by City to Contractor and shall be signed by the City's Project Manager,City Manager or City Council, as applicable. 5. Licenses. Contractor represents that it and any subcontractors it may engage, possess any and all licenses which are required under state or federal law to perform the work contemplated by this Agreement and that Contractor and its subcontractors shall maintain all appropriate licenses, including a City of Orange business license, at its cost, during the performance of this Agreement. 6. Independent Contractor. At all times during the term of this Agreement, Contractor shall be an independent contractor and not an employee of City. City shall have the right to control Contractor only insofar as the result of Contractor's services rendered pursuant to this Agreement. City shall not have the right to control the means by which Contractor accomplishes services rendered pursuant to this Agreement. Contractor shall, at its sole cost and expense, furnish all facilities, materials and equipment which may be required for furnishing services pursuant to this Agreement. Contractor shall be solely responsible for, and shall indemnify, defend and save City harmless from all matters relating to the payment of its subcontractors, agents and employees, including compliance with social security withholding and all other wages, salaries, benefits, taxes, exactions, and regulations of any nature whatsoever. Contractor acknowledges that it and any subcontractors, agents or employees employed by Contractor shall not,under any circumstances,be considered employees of City,and that they shall not be entitled to any of the benefits or rights afforded employees of City,including,but not limited to, sick leave, vacation leave, holiday pay, Public Employees Retirement System benefits, or health, life, dental, long-term disability or workers'compensation insurance benefits. 7. Contractor Not Agent. Except as City may specify in writing, Contractor shall have no authority, express or implied, to act on behalf of City in any capacity whatsoever as an agent. Contractor shall have no authority, express or implied, to bind City to any obligation whatsoever. 2 Docusign Envelope ID:57899ACC-70E6-479B-A643-AC3350B07668 8. Designated Persons. Only those qualified persons authorized by City's Project Manager, or as designated in Exhibit"A,"shall perform work provided for under this Agreement. It is understood by the parties that clerical and other nonprofessional work may be performed by persons other than those designated. 9. Assignment or Subcontracting. No assignment or subcontracting by Contractor of any part of this Agreement or of funds to be received under this Agreement shall be of any force or effect unless the assignment has the prior written approval of City. City may terminate this Agreement rather than accept any proposed assignment or subcontracting. Such assignment or subcontracting may be approved by the City Manager or his/her designee. 10. Time of Completion. Except as otherwise specified in Exhibit "A," Contractor shall commence the work provided for in this Agreement within five(5)days of the Effective Date of this Agreement and diligently prosecute completion of the work in accordance with the time period set forth in Exhibit"A"hereto or as otherwise agreed to by and between the representatives of the parties. 11. Time Is of the Essence. Time is of the essence in this Agreement. Contractor shall do all things necessary and incidental to the prosecution of Contractor's work. 12. Reserved. 13. Delays and Extensions of Time. Contractor's sole remedy for delays outside its control, other than those delays caused by City, shall be an extension of time. No matter what the cause of the delay,Contractor must document any delay and request an extension of time in writing at the time of the delay to the satisfaction of City. Any extensions granted shall be limited to the length of the delay outside Contractor's control. If Contractor believes that delays caused by City will cause it to incur additional costs, it must specify, in writing, why the delay has caused additional costs to be incurred and the exact amount of such cost at the time the delay occurs. No additional costs can be paid that exceed the not to exceed amount stated in Section 2.a, above, absent a written amendment to this Agreement. 14. Products of Contractor. The documents, studies, evaluations, assessments, reports, plans, citations, materials, manuals, technical data, logs, files, designs and other products produced or provided by Contractor for this Agreement shall become the property of City upon receipt. Contractor shall deliver all such products to City prior to payment for same. City may use, reuse or otherwise utilize such products without restriction. 15. Equal Employment Opportunity. During the performance of this Agreement, Contractor agrees as follows: a. Contractor shall not discriminate against any employee or applicant for employment because of race, color, religion, sex, national origin, mental or physical disability, or any other basis prohibited by applicable law. Contractor shall ensure that applicants are employed, and that employees are treated during employment, without regard to their race, color, religion, sex,national origin, mental or physical disability, or any other basis prohibited by applicable law. 3 Docusign Envelope ID:57899ACC-70E6-479B-A643-AC3350B07B68 Such actions shall include,but not be limited to the following: employment,upgrading,demotion or transfer,recruitment or recruitment advertising,layoff or termination,rates of pay or other forms of compensation and selection for training, including apprenticeship. Contractor agrees to post in conspicuous places, available to employees and applicants for employment, a notice setting forth provisions of this non-discrimination clause. b. Contractor shall, in all solicitations and advertisements for employees placed by, or on behalf of Contractor, state that all qualified applicants will receive consideration for employment without regard to race, color, religion, sex, national origin, mental or physical disability, or any other basis prohibited by applicable law. c. Contractor shall cause the foregoing paragraphs(a)and(b)to be inserted in all subcontracts for any work covered by this Agreement, provided that the foregoing provisions shall not apply to subcontracts for standard commercial supplies or raw materials. 16. Conflicts of Interest. Contractor agrees that it shall not make, participate in the making, or in any way attempt to use its position as a consultant to influence any decision of City in which Contractor knows or has reason to know that Contractor, its officers, partners, or employees have a financial interest as defined in Section 87103 of the Government Code. Contractor further agrees that it shall not be eligible to work as the design/build firm for the project that is the subject of this Agreement. 17. Indemnity. a. To the fullest extent permitted by law, Contractor agrees to indemnify, defend and hold City, its City Council and each member thereof,and the officers, officials,agents and employees of City(collectively the"Indemnitees") entirely harmless from all liability arising out of: 1) Any and all claims under workers' compensation acts and other employee benefit acts with respect to Contractor's employees or Contractor's subcontractor's employees arising out of Contractor's work under this Agreement, including any and all claims under any law pertaining to Contractor or its employees' status as an independent contractor and any and all claims under Labor Code section 1720 related to the payment of prevailing wages for public works projects; and 2) Any claim, loss, injury to or death of persons or damage to property caused by any act, neglect, default, or omission of Contractor, or person, firm or corporation employed by Contractor, either directly or by independent contract, including all damages due to loss or theft sustained by any person, firm or corporation including the Indemnitees, or any of them, arising out of, or in any way connected with the work or services which are the subject of this Agreement, including injury or damage either on or off City's property; but not for any loss, injury,death or damage caused by the active negligence or willful misconduct of City. Contractor, at its own expense, cost and risk, shall indemnify any and all claims, actions, suits or other proceedings that may be brought or instituted against the Indemnitees on any such claim or liability covered by this subparagraph, and shall pay or satisfy any judgment that may be rendered against 4 Docusign Envelope ID:57899ACC-70E6-479B-A643-AC3350B07B68 the Indemnitees, or any of them, in any action, suit or other proceedings as a result of coverage under this subparagraph. b. To the fullest extent permitted by law, and as limited by California Civil Code 2782.8, Contractor agrees to indemnify and hold Indemnitees harmless from all liability arising out of any claim, loss, injury to or death of persons or damage to property to the extent caused by its negligent professional act or omission in the performance of professional services pursuant to this Agreement. c. Except for the Indemnitees, the indemnifications provided in this Agreement shall not be construed to extend any third party indemnification rights of any kind to any person or entity which is not a signatory to this Agreement. d. The indemnities set forth in this section shall survive any closing, rescission,or termination of this Agreement,and shall continue to be binding and in full force and effect in perpetuity with respect to Contractor and its successors. 18. Insurance. a. Contractor shall carry workers' compensation insurance as required by law for the protection of its employees during the progress of the work. Contractor understands that it is an independent contractor and not entitled to any workers' compensation benefits under any City program. b. Contractor shall maintain during the life of this Agreement the following minimum amount of comprehensive general liability insurance or commercial general liability insurance: the greater of (1) One Million Dollars ($1,000,000) per occurrence; or (2) all the insurance coverage and/or limits carried by or available to Contractor. Said insurance shall cover bodily injury, death and property damage and be written on an occurrence basis. c. Contractor shall maintain during the life of this Agreement, the following minimum amount of automotive liability insurance: the greater of(1) a combined single limit of One Million Dollars ($1,000,000); or (2) all the insurance coverage and/or limits carried by or available to Contractor. Said insurance shall cover bodily injury, death and property damage for all owned, non-owned and hired vehicles and be written on an occurrence basis. d. Any insurance proceeds in excess of or broader than the minimum required coverage and/or minimum required limits which are applicable to a given loss shall be available to City. No representation is made that the minimum insurance requirements of this Agreement are sufficient to cover the obligations of Contractor under this Agreement. e. Each policy of general liability and automotive liability shall provide that City, its officers, officials, agents, and employees are declared to be additional insureds under the terms of the policy, but only with respect to the work performed by Contractor under this Agreement. A policy endorsement to that effect shall be provided to City along with the certificate of insurance. In lieu of an endorsement,City will accept a copy of the policy(ies)which evidences 5 Docusign Envelope ID:57899ACC-70E6-479B-A643-AC3350B07B68 that City is an additional insured as a contracting party. The minimum coverage required by Subsection 18.b and c, above, shall apply to City as an additional insured. Any umbrella liability insurance that is provided as part of the general or automobile liability minimums set forth herein shall be maintained for the duration of the Agreement. f.Contractor shall maintain during the life of this Agreement professional liability insurance covering errors and omissions arising out of the performance of this Agreement with a minimum limit of One Million Dollars ($1,000,000) per claim. Contractor agrees to keep such policy in force and effect for at least five (5) years from the date of completion of this Agreement. g. The insurance policies maintained by Contractor shall be primary insurance and no insurance held or owned by City shall be called upon to cover any loss under the policy. Contractor will determine its own needs in procurement of insurance to cover liabilities other than as stated above. h. Before Contractor performs any work or prepares or delivers any materials, Contractor shall furnish certificates of insurance and endorsements, as required by City, evidencing the aforementioned minimum insurance coverages on forms acceptable to City,which shall provide that the insurance in force will not be canceled or allowed to lapse without at least ten(10) days' prior written notice to City. i.Except for professional liability insurance coverage that may be required by this Agreement, all insurance maintained by Contractor shall be issued by companies admitted to conduct the pertinent line of insurance business in California and having a rating of Grade A or better and Class VII or better by the latest edition of Best Key Rating Guide. In the case of professional liability insurance coverage, such coverage shall be issued by companies either licensed or admitted to conduct business in California so long as such insurer possesses the aforementioned Best rating. j Contractor shall immediately notify City if any required insurance lapses or is otherwise modified and cease performance of this Agreement unless otherwise directed by City. In such a case, City may procure insurance or self-insure the risk and charge Contractor for such costs and any and all damages resulting therefrom, by way of set-off from any sums owed Contractor. k. Contractor agrees that in the event of loss due to any of the perils for which it has agreed to provide insurance, Contractor shall look solely to its insurance for recovery. Contractor hereby grants to City,on behalf of any insurer providing insurance to either Contractor or City with respect to the services of Contractor herein,a waiver of any right to subrogation which any such insurer may acquire against City by virtue of the payment of any loss under such insurance. 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 6 Docusign Envelope ID:57899ACC-70E6-479B-A643-AC3350B07B68 review and approval. All coverages for subcontractors shall be subject to all of the requirements stated herein. 19. Termination. City may for any reason terminate this Agreement by giving Contractor not less than five(5) days' written notice of intent to terminate. Upon receipt of such notice, Contractor shall immediately cease work, unless the notice from City provides otherwise. Upon the termination of this Agreement, City shall pay Contractor for services satisfactorily provided and all allowable reimbursements incurred to the date of termination in compliance with this Agreement, unless termination by City shall be for cause, in which event City may withhold any disputed compensation. City shall not be liable for any claim of lost profits. 20. Maintenance and Inspection of Records. In accordance with generally accepted accounting principles, Contractor and its subcontractors shall maintain reasonably full and complete books, documents, papers, accounting records, and other information (collectively, the records")pertaining to the costs of and completion of services performed under this Agreement. City and its authorized representatives shall have access to and the right to audit and reproduce any of Contractor's records regarding the services provided under this Agreement. Contractor shall maintain all such records for a period of at least three(3)years after termination or completion of this Agreement. Contractor agrees to make available all such records for inspection or audit at its offices during normal business hours and upon three(3)days' notice from City,and copies thereof shall be furnished if requested. 21. Compliance with all Laws/Immigration Laws. a. Contractor shall be knowledgeable of and comply with all local, state and federal laws which may apply to the performance of this Agreement. b. If the work provided for in this Agreement constitutes a"public works,"as that term is defined in Section 1720 of the California Labor Code,for which prevailing wages must be paid, to the extent Contractor's employees will perform any work that falls within any of the classifications for which the Department of Labor Relations of the State of California promulgates prevailing wage determinations, Contractor hereby agrees that it, and any subcontractor under it, shall pay not less than the specified prevailing rates of wages to all such workers. The general prevailing wage determinations for crafts can be located on the website of the Department of Industrial Relations (www.dir.ca.gov/DLSR). Additionally, to perform work under this Contract, Contractor must meet all State registration requirements and criteria, including project compliance monitoring. c. Contractor represents and warrants that it: 1) Has complied and shall at all times during the term of this Agreement comply, in all respects, with all immigration laws, regulations, statutes, rules, codes, and orders, including, without limitation, the Immigration Reform and Control Act of 1986 IRCA); and 7 Docusign Envelope ID:57899ACC-70E6-479B-A643-AC3350B07B68 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. Intetration. This Agreement constitutes the entire agreement of the parties. No other agreement,oral or written,pertaining to the work to be performed under this Agreement shall be of any force or effect unless it is in writing and signed by both parties. Any work performed 8 Docusign Envelope ID: 57899ACC-70E6-479B-A643-AC3350B07B68 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" Willdan Engineering City of Orange 2401 E. Katella Avenue, Suite 300 300 E. Chapman Avenue Anaheim, CA 92806 Orange, CA 92866-1591 Attn.: Tyrone Peter,Director of Engineering Attn.: Larry Tay,City Traffic Engineer Telephone: 657-223-8557 Telephone: 714-744-5525 E-Mail: tpeter@willdan.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:57899ACC-70E6-479B-A643-AC3350B07B68 IN WITNESS of this Agreement, the parties have entered into this Agreement as of the year and day first above written. CONTRACTOR" CITY" WILLDAN ENGINEERING, CITY OF ORANGE, a municipal corporation a California co or 'on DS r—DocuSigned by: By:By: Vain-it,(, r. sutx Printe ame: Vanessa unoz IMAM' '.'"3rziier, Mayor Title: President Initial By: C ATTEST: Printed Name: Kate Ng yen E—Signed by: Title: Secretary 1' fl t€c4i n, City Clerk APPROVED AS TO FORM: DocuSigned by: MliffiliF5tiotlian, City Attorney NOTE:City requires the following signature(s)on behalf of the Contractor: 1)the Chairman of the Board,the President or a Vice-President,AND(2)the Secretary, the Chief Financial Officer, the Treasurer, an Assistant Secretary or an Assistant Treasurer. If only one corporate officer exists or one corporate officer holds more than one corporate office, please so indicate. OR The corporate officer named in a corporate resolution as authorized to enter into this Agreement. A copy of the corporate resolution, certified by the Secretary close in time to the execution of the Agreement,must be provided to City. 10 Docusign Envelope ID:57899ACC-70E6-479B-A643-AC3350B07B68 EXHIBIT "A" SCOPE OF SERVICES Beneath this sheet.] Docusign Envelope ID:57899ACC-70E6-479B-A643-AC3350B07B68 SECTION III SCOPE OF WORK RFP NO. 24-25.24 Docusign Envelope ID:57899ACC-70E6-479B-A643-AC3350B07B68 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:57899ACC-70E6-479B-A643-AC3350B07B68 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:57899ACC-70E6-479B-A643-AC3350607B68 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:57899ACC-70E6-479B-A643- AC3350B07B68ANN5,Cityof Orange9 RFP No. 24 25.24 On - Call Contract Expertise On-call engineering services are Willdan's foundation.Our staff co Engineering includes former public agency or contract agency staff. City Engineering Civil Design Therefore,we understand the importance and purpose of as- Contract Staff Augmentation Public Works Observation NPDES/TMDL Compliance and Admin • Program/Construction Management needed contracts and are very familiar with the processes and Assessment Engineering Land Development Plan Review procedures for such services.Within the last five years,Willdan Grant Funding Acquisition/Admin • Program/Project Management Pavement Management Survey/Mapping/GIS/ROW Engineering has completed projects and task orders for more than 300 as- Landscape Architecture Structural Design Planning/EIR Study Traffic Engineering&Transportation Designneeded/on-call contracts.This experience and the relevant Building and Safety Water/Wastewater/Stormwater Design experience of our dedicated and available key personnel are Forensic Geotechnical Investigation • Materials Testing and Special Inspection Geotechnical/Foundation Engineering • Geology and Seismic Hazard Analysis what best suits Willdan to provide the City with as-needed services. 0 Financial Services Our history of working with as-needed contracts has well Assessment District Administration • Fiscal Impact Analysis prepared our staff to respond to all requests for services in a Developst Allocation/ dy Utilityb ge/ Rat AnalysistDevelopmentFeeStudyArbitrage/Rebate positive,efficient manner.Our firm's commitment to responsive service and successful project delivery has given us a reputation Resource Solutions as a firm that can be trusted to listen and to deliver an end Environmental Assessment/Audit • Soil/Groundwaterinvestigation product our clients envision and embrace.Willdan has historically • Munitions Investigation concentrated our efforts in public works engineering for cities,0 Energy Solutions counties,and special districts.Since 1964,we have evolved into a professional consulting firm offering a broad array of services Demand Side Energy Management • Renewable Resources/Sustainability Energy Efficiency Water Conservation that provide a comprehensive and integrated approach to our t clients' needs.Willdan possesses expertise in most facets of the Willdan Staff of Experts public sector marketplace.The varied experience and Municipal Engineering and Management • Construction Inspection and Support background of our staff experience is an added value to our Highway and Freeway Engineering • Traffic and Transportation Building Safety Services Water and Wastewater services. No other firm matches Willdan's combined breadth of Environmental Planning Urban and Regional Planning directlyrelevant technical and operational expertise and depth of • Geotechnical/Geological Engineering • Drainage and Flood Control p p p Assessment Engineering Water Quality Management experience. Computer-Aided Analysis and Design • Structural Engineering Geographical Information System(GIS) • Right of Way Engineering Program and Construction Management • Landscape Architecture Traffic Engineering Services Willdan has completed over 30,000 traffic engineering and transportation planning projects since the 1980s when our traffic and transportation group was founded.We are experts in traffic engineering and transportation planning and bring a comprehensive vision to design implementable,forward-thinking engineering solutions that utilize Traffic Engineering Services Traffic Signals and ITS Systems technological innovations and lead the industry.Willdan's Traffic and Signing and Striping Transportation Group has a staff of 18 individuals,ten of whom are California- Traffic Control registered civil or traffic engineers.These engineers are highly qualified Bicycle and Pedestrian Facilities professionals with combined traffic experience exceeding 200 years.This Parking Facilities Street Lighting experience includes a significant amount of time in responsible charge of traffic Ev Charging Stations functions for a variety of municipalities. Traffic Signal Timing Traffic Operations Our traffic engineering group specializes in providing all facets of traffic Traffic Management Plans(TMPs) engineering and transportation planning to governmental agencies.Services Transportation Demand Management(TDM) include city traffic engineering and traffic analysis,design, plan review,and Roadway Capacity Evaluations management. In addition to our proven expertise in traditional design services Traffic Impact Studies Neighborhood Traffic Management such as signing,striping,traffic signal,and street lighting design,we are skilled in Traffic Control Device Warrant Studies sophisticated computer-based applications such as arterial corridor and network Safe Routes to School Plans signal coordination studies.We are proficient in traffic impact analyses and Active Transportation Plans evaluating transportation systems management. Our understanding and Engineering and Traffic Surveys Parking Studies/Management knowledge of design is enhanced by our familiarity with Caltrans and local Local Roadway Safety Plans standards,guidelines,and procedures. Safety Action Plans Currently,our staff serve as contract city traffic engineers or provide traffic VMT and LOS Analysis engineering services for approximately 42 cities in the southwest. Our front-line knowledge and understanding of local road and traffic conditions are the VWProposal for On-Call Traffic Engineering Services II Docusign Envelope ID:57899ACC-70E6-479B-A643-AC3350B07B68 x. City of Orange RFP No. 24-25.24 ill ;, cornerstone of our services.Willdan's traffic engineering staff applies state-of-the-art concepts to confirm the adequacy of transportation facilities,to determine the need for traffic control devices,and to ensure the safe and efficient operation of the transportation system. Our front-line knowledge and understanding of local road and traffic conditions are the cornerstone of our services. Willdan's traffic engineering staff applies state-of-the-art concepts to confirm the adequacy of transportation facilities,to determine the need for traffic control devices,and to ensure the safe and efficient operation of the transportation system. Traffic Engineering Design miWilldan's traffic engineering experience and expertise covers all facets of traffic engineering and planning, including visioning, research,and analysis to design, manage,and implement safe and efficient traffic flow. Their recommendations involve road geometry, A_... „- •-• sidewalks and crosswalks, cycling infrastructure, j o traffic signs, roadway markings and traffic signals. In addition o moo to our proven expertise in traditional design services such ase signing,striping,and traffic signal and street lighting design, 1\1: , 11 ;i OCR o mo our traffic engineers are skilled in sophisticated computer- 4 ppm based applications such as arterial corridor and network signal MAME-- M coordination studies.They are proficient in traffic impact W. / r analysis and evaluation of transportation systems management,transportation demand management,and a..... .,. intelligent transportation systems strategies. Our traffic design team prepares traffic engineering designs to + - :-- 7- -, ; :- i Son O 5WYw m COMM PLY warn, regulate,and guide traffic and develop geometric e mmatawank design and channelization,traffic signal and street lighting plans, parking lot designs,and traffic control plans.They routinely lend their expertise for improvements such as neighborhood traffic management/traffic calming,traffic impacts,school area and pedestrian safety,crosswalk visibility enhancements,and local road safety plans and systemic safety improvements for local and federally funded projects. Traffic Studies W 's traffic engineering team offers valuable solutions to ensure the safetyilldan of motorists, pedestrians, and cyclists without negatively41 city of Anaheim impacting surrounding communities.The team prepares parking, 2024 Engineering and neighborhood traffic management,traffic impact,school area, Traffic Survey Report dam. pedestrian safety,crosswalk,traffic impact,suggested route to school,engineering and survey,signal timing,and traffic circulation studies and reports for public agencies throughout California.Willdan's staff is well experienced in presenting traffic studies at traffic and planning commission,city council,and other public hearings.s p EED While serving as city traffic engineer,our traffic staff members review traffic studies 11 4ti1uuAN LIMIT., on a daily basis.A majority of these studies are development related and include 5 traffic impact analyses, parking demand,and traffic circulation.The review often 6PEED 4 includes providing conditions of approval. Other traffic study reviews include LIMIT project study reports,traffic management plans,traffic signal warrant analyses,and 3,5 traffic signal timing and coordination analyses. sveeo UNIT Traffic Operations im. Willdan's traffic operations experts are responsible for performing traffic safety and operational tias investigations to ensure roadways are safe to travel under normal operating conditions.Staff identify safety I issues and/or deficiencies and make improvement recommendations to mitigate them.Our team members have strong backgrounds in managing traffic control centers,traffic signal timing and synchronization,and traffic control devices and developing and implementing traffic management plans,traffic calming operations,and intelligent transportation systems. WProposal for On-Call Traffic Engineering Services li Docusign Envelope ID:57899ACC-70E6-479B-A643-AC3350B07B68 City of Orange RFP No. 24-25.24 1 Grant Writing Willdan offers expertise in funding sources to assist clients with Grant Writing Success obtaining available funding for current and future capital improvement projects.Our team offers vast knowledge of local/state/federal funding 512Mvia3t4aterSMARTgranh availability,along with administration and procurement requirements, yefforawidevarietyoffundingsources. j+ 525+M via energyeffcrencygrants Willdan's staff members have prepared numerous funding and competitive grant applications for various client cities.The applications generally require extensive Sao+M in giants viaHSiP research to investigate facilities and existing conditions,soliciting support from local civic groups,and completing a detailed cost estimate for project implementation. a 512M grant viiFederal Transit Administration Willdan's grant writing team members have developed an effective methodology in crafting comprehensive grant application packages that suit the City's needs. n 25M via ATP grants Willdan's expertise goes beyond just grant writing and focuses on selecting winning projects by partnering with the City and fully understanding the City's goals and needs.53.7M via Urban Greening grants As can be seen in the table below,Willdan has an excellent track record in pursuing and securing state or federal funding for various Cities and Counties in the last five years totaling nearly$65 million, below is a few of our highlights that were awarded. 52.5M via SRISgrants Grant Funding Administration 51M grant via Clean California Willdan is highly experienced in regulations pertaining to the expenditures of Federal,State,County,and local funds,which include Measure M,Community Development Block Grant(CDBG),State II Transportation Program—Local (STPL),State Gas Tax,and various other grant and funding sources.Willdan has coordinated, prepared,and submitted all necessary documentation to Caltrans to assist cities in securing federal authorization and obligation of funds for projects.When requested,Willdan has prepared funding applications, invoices,and other required documentation.Although each program may encompass different components and requirements,the general process remains the same following the Caltrans Local Assistance Procedures Manual (LAPM). Willdan also keeps informed of revisions(LPPs)to procedures and forms in the LAPM.We have assisted cities at various stages of the federal/state-funded project as follows: FTIP Programming Request for Authorization to Proceed with Request Federal/State Project Number Construction Request for Authorization to Proceed with Award Submittal Preliminary Engineering Progress Invoice NEPA/CEQA documentation Final Report of Expenditures Right-of-Way Certification A sample of the required federal documentation includes: TIP New Project Form Right-of-Way Certification Obligation Plan Local Programs Agreement Checklist Request Federal/State Project Number Local Agency Contract Award Checklist Field Review Resident Engineer's Construction Contract Preliminary Environmental Study Administration Checklist Request for Authorization Final Report of Expenditures Letter and Checklist Detail Estimate and Summary Local Agency Final Inspection Form Finance Letter Materials Certificate PS&E Certification This knowledge is critical in executing projects funded by federal or state programs that have special permitting and reporting requirements.We have worked extensively for and with the CPUC,all Caltrans Districts,Caltrans Division of Structures, Regional Water Quality Control Boards,and the U.S.Army Corps of Engineers.We have processed numerous permits and approvals through FHWA,CPUC, FRA,CTC,CCC,CDFW, RWQCB,etc.We are familiar with funding, permitting, and procedural requirements of these agencies and have an excellent working relationship with the essential staff involved Proposal for On-Call Traffic Engineering Services Docusign Envelope ID:57899ACC-70E6-479B-A643-AC3350B07B68 City of Orange RFP No. 24-25.24 t I-- ' in local agency programs.Our contacts with personnel in these agencies enable us to facilitate permit processing and compliance when required. Reference for LAPM Compliance Capabilities In addition,Willdan has experience preparing and processing various Caltrans Mark(Spree)Yenjai,P.E. OGO/Sr.Construction Oversight I ngineer forms for local agencies, including state and federal funding forms,checklists, 114 Division of Local Assistance invoices,and reports of expenditures.With numerous completed projects and MG)205 9908 more than a dozen in progress,Willdan has assisted local agencies at various seree.ye ij u dot,ca.gov stages of state-and federal-funded projects,from the initiating request to final invoicing.Willdan also maintains excellent relations with Caltrans' District Local Assistance Engineers and will answer questions regarding the submittals and status of the projects. Civil Engineering Willdan's highly trained and experienced civil engineering staff is supported by technical experts in various srI es ut e ms ,Willdan offers a range o exp only a large firmcandisciplinprovide.Willthroughodan's civilth designco pany.expertiseAsare includesult transportation engineering; f ertisehydrologythat ,drainage0ir water quality,and water/wastewater engineering. Our experiences involve a full range of project size—from local street rehabilitation to multi-million-dollar highway,transit corridor,and rail station projects.Willdan has provided engineering design, review and construction management for hundreds of roadway improvements, rehabilitation,and resurfacing projects.Willdan has expertise in all aspects of hydrology,drainage,and flood control, ranging from local and regional drainage and flood control improvements to hydraulic and sediment transport analyses of major rivers. In addition,Willdan's design experience encompasses virtually every type of water and wastewater system project, including collection systems,disposal facilities,distribution pipelines, master plans, production wells, pump stations, reservoirs, studies,telemetry monitoring systems,and treatment facilities. To accompany our projects,Willdan implements water quality measures to meet the State and County requirements of the National Pollutant Discharge Elimination System(NPDES).Willdan prepares erosion and sediment control plans in accordance with City and State Regional Water Quality Control Board requirements.We have been providing project design of Low Impact Development(LID)practices such as green streets, infiltration basins, rain gardens and bioretention/biofiltration facilities for compliance with the LID requirements of the Orange County Water Quality Management Plan(WQMP)and Technical Guidance Document. Engineering Plan Checking Willdan provides engineering plan review services for a variety of land development projects.The work encompasses review of improvement Engineering Plan Checking Qplans, including street plans,traffic signal plans,striping plans,street Improvement Plans lighting plans,drainage plans, roadway,sewer,water,grading plans, Street Plans erosion and sediment control plans and storm water quality and Traffic Signal Plans SWPCP/SWPPP documents.The Engineering review is done by licensed civil engineers, Striping Plans with support from technical staff. Our civil engineers draw from their municipal Street Lighting Plans expertise to coordinate the land development review such that all agency conditions of Drainage Plans approval, regulatory permitting,engineering standards and policies are complied with Roadway,Sewer,Water,Grading Plans Erosion and Sediment Control Plans and also that good engineering practices are followed in general.This includes Storm Water Quality and performing a project site visit, review,and application of information from the soils, SWPCP/SWPPP Documents geologic and seismic reports,fire flow calculations,sewer reports,mapping and related documents,easements,cost estimates and planning documents such as approved site plans and conditions of approval.The Willdan team is adept at coordinating a complete land development review,from project inception and conditioning through approval and permitting and also final as built and acceptance procedures. Construction Management and Inspection Willdan understands that the City of Orange may seek assistance with construction management and inspection services related to the City's Capital Improvement Program under this contract,which typically including traffic signals and street lighting,but may also include ancillary roadway rehabilitation, roadwayAllewidening,ADA access and handicap ramps, parkways,drainage and drainage structures,storm drain utilities, signage and striping,parks,and other miscellaneous facilities. IVProposal for On-Call Traffic Engineering Services ll Docusign Envelope ID:57899ACC-70E6-479B-A643-AC3350B07668 City of Orange RFP No. 24-25.24 Construction management services will include constructability reviews, bid analysis,staff reports,general contract administration submittal and RFI review Construction Management and processing,constructability reviews,change order review,safety Construction/Project Management monitoring, progress payment review and processing, inspection,claims review Resident Engineer and analysis, labor compliance, community workforce agreement compliance, Construction Inspection Ser vices Special Inspection Services project closeout,community outreach,and federal funding administration. constructability Review Inspection efforts shall effectively and efficiently ensure that all work complies Scheduling Services with the approved construction documents and applicable codes and Cost Estimating regulations such as Greenbook,Caltrans,APWA,AWWA,City of Orange, and other applicable codes and regulations.Through Willdan's long history of providing these identical services to cities and counties throughout California, we have ascertained that success working under this type of on-call contract is dependent upon understanding a variety of elements such as: Short project durations and minimal lead times for assignments may be required Flexibility in service assignments, understanding work to date,and coordinating the completion of project tasks already started by agency staff is crucial Staff availability to work assignments as they develop is critical to moving projects forward Efficient use of resources is important for project assignments that are relatively small Consistent, organized project management is vital due to the potentially large numbers of projects that may be in process Regular attention to quality assurance and control is particularly important as short-term projects may limit the number of interim review steps often associated with a project-specific contract At any given time,Willdan has over 200 on-call contracts where project assignments are issued by the public agency on an as-needed basis.The project scopes,schedules,and costs are negotiated and agreed upon prior to project award. Every month,Willdan reports on the progress and performance of each project.The scope of services requested varies from project to project and can include any combination of constructability reviews, bidding assistance,construction management,construction inspection, labor compliance, materials testing, utility and outside agency coordination,and project closeout. C. Certificate of Insurance Willdan has the willingness and ability to provide the required insurance coverage as set forth by the City requirements within ten calendar days of notification of selection for award of this Agreement.Willdan has provided a copy of the City's Attachment B: Insurance Checklist along with a sample copy of Insurance Certification in the Appendix of this submittal. D. Validity of Proposal This proposal will be valid for 120 calendar days from the date of submittal. E. Certification of Understanding Willdan understands that the City assumes no responsibility for any understanding or representation made by any of its officers or agents during or prior to the execution of any Agreement resulting from this RFP unless: 1. such understanding or representations are expressly stated in the Agreement;and 2. the Agreement expressly provides that the responsibility therefore is assumed by the City. Representations made but not so expressly stated and for which liability is not expressly assumed by the City in the Agreement shall be deemed only for the information of the Proposer. F. Statement of Compliance with Agreement's Articles/Terms and Conditions Willdan confirms that this proposal is in compliance with said Request for Proposal information and has no exceptions. Proposal for On-Call Traffic Engineering Services Docusign Envelope ID:57899ACC-70E6-479B-A643-AC3350B07B68 WW I LLDAN July 17, 2025 City of Orange Traffic Division 300 E. Chapman Avenue Orange, CA 92866 Subject: Fee Proposal for On-Call Traffic Engineering Services, RFP No. 24-25.24 As a multidisciplinary firm, Willdan Engineering(Willdan) has a full complement of resources under one roof, enabling us to deliver the complete range of services to the City's On-Call Traffic Engineering Services contract.We have assembled a team of highly qualified and deeply experienced individuals— led by the top discipline leaders in each of the City's focus areas—and are fully committed to the successful completion of assignments under this contract. Attached is our schedule of hourly rates that includes overtime hourly rates, mileage costs and pricing for any additional billing requirements such as travel cost and lodging which should not exceed the current IRS rates. Due to page limitations,we have provided our subconsultant NDS's rates below. Tyrone Peter, PE, Director of Engineering, is authorized to execute agreements and contracts on behalf of Willdan Engineering. He can be contacted by phone at (657) 223-8557 or by email at tpeter@willdan.com. We appreciate this opportunity to submit our proposal to the City of Orange and look forward to working with you. If you have any questions, please contact Tyrone Peter at the information above or our project manager,Jeffrey Lau by phone at (562) 364-8526 or by email at jlau@willdan.com. Res ctfully submitted, W AN rs r c._P Tyrone Peter, PE Director of Engineering Turning Movement Counts(per location 2025 NDS Pricing(Tier 1)2 Hour Volume-1 Person $130 4 Hour Volume-1 Person $195 N 2 Hour Volume-2 Person $200 I-4 Hour Volume-2 Person $335 l:l Additional Hour $45(1 person)$80(2 person) Road Tube Machine Counts(Per Location National Data&Surveying Services 24 Hour Volume Count $90 Each Additional(Consecutive)Day $45 24 Hour Classification OR Speed Count $115 Each Additional(Consecutive)Day $55 24 Hour Classification AND Speed Count $145 Each Additional(Consecutive)Day $85 Additional Services(Per Location) Spot Speed Radar(100 Cars OR 2 Hour Max, $100 whichever comes first) 714.940.6300 1800.424.9144 I fax:714.940.4920 12401 East Katella Avenue,Suite 300,Anaheim,California 92806 www.willdan.com Docusign Envelope ID:57899ACC-70E6-479B-A643-AC3350B07B68 T-iY- City of Orange RFP No. 24-25.24 nl,i•i L.—. • WILLDAN ENGINEERING VV'wi LLDAN Schedule of Hourly Rates Effective July 1,2025 to June 30,2026 DESIGN ENGINEERING BUILDING AND SAFETY CONSTRUCTION MANAGEMENT Technical Aide I 83 Code Enforcement Technician 109 Labor Compliance Specialist 150 Technical Aide II 106 Code Enforcement Officer 125 Labor Compliance Manager 188 Technical Aide III 124 Senior Code Enforcement Officer 147 Utility Coordinator 172 CAD Operator I 132 Supervisor Code Enforcement 178 Office Engineer I 151 CAD Operator II 153 Fire Plans Examiner 178 Office Engineer II 165 CAD Operator III 170 Senior Fire Plans Examiner 195 Assistant Construction Manager 172 GIS Analyst I 169 Fire Inspector 164 GIS Analyst II 185 Senior Fire Inspector 178 Construction Manager 191 GIS Analyst III 193 Fire Marshal 210 Senior Construction Manager 207 Environmental Analyst I 149 Plans Examiner Aide 117 Resident Engineer I 215 Environmental Analyst II 166 Plans Examiner 178 Resident Engineer II 223 Environmental Analyst III 177 Senior Plans Examiner 195 Project Manager IV 241 Environmental Specialist 191 Assistant Construction Permit 125 Deputy Director 255 Designer I 174 Specialist Director 261 Designer II 181 Construction Permit Specialist 131 INSPECTION SERVICES Senior Designer I 190 Senior Construction Permit 155 Public Works Observer**135 Specialist Senior Designer II 199 Supervising Construction Permit 164 Public Works Observer***164 Design Manager 205 Specialist Senior Public Works Observer** 147 Senior Design Manager 212 Assistant Building Inspector 147 Senior Public Works Observer**'164 Project Manager I 192 Building Inspector 164 MAPPING AND EXPERT SERVICES Project Manager II 213 Senior Building Inspector 178 Project Manager III 223 Supervising Building Inspector 195 Survey Analyst I 151 Project Manager IV 241 Inspector of Record 208 Survey Analyst II 174 Principal Project Manager 247 Assistant Building Official 185 Senior Survey Analyst 187 Program Manager I 203 Deputy Building Official 211 Supervisor-Survey&Mapping 209 Program Manager II 215 Building Official ' 211 Principal Project Manager 247 Program Manager III 235 Plan Check Engineer 204 LANDSCAPE ARCHITECTURE Assistant Engineer I 146 Supervising Plan Check Engineer 206 Assistant Landscape Architect 157 Assistant Engineer II 160 Principal Project Manager 247 Associate Landscape Architect 181 Assistant Engineer III 169 Deputy Director 255 Senior Landscape Architect 199 Assistant Engineer IV 180 Director 261 Associate Engineer I 189 PLANNING Principal Landscape Architect 211 Associate Engineer II 198 CDBG Technician 88 Principal Project Manager 247 Associate Engineer III 202 CDBG Specialists 106 ADMINISTRATIVE Senior Engineer I 205 CDBG Analyst 125 Administrative Assistant I 102 Senior Engineer II 210 CDBG Coordinator 156 Administrative Assistant II 123 Senior Engineer III 213 CDBG Manager 188 Administrative Assistant III 144 Senior Engineer IV 217 Housing Program Coordinator 156 Project Accountant I 116 Supervising Engineer 226 Planning Technician 134 Project Accountant ll 136 Traffic Engineer I 226 Assistant Planner 167 Project Controller I 144 Traffic Engineer II 241 Associate Planner 181 Project Controller II 163 City Engineer I 241 Senior Planner 206 City Engineer II 247 Principal Planner 215 Deputy Director 255 Planning Manager 228 Director 261 Deputy Director 255 Principal Engineer 278 Director 261 For Non-Prevailing Wage Project '**For Prevailing Wage Project Mileage/Field Vehicle usage will be charged at the rate in accordance with the current FTR mileage reimbursement rate,subject to negotiation. Additional billing classifications may be added to the above listing during the year as new positions are created.Consultation in connection with litigation and court appearances will be quoted separately. The above schedule is for straight time.Overtime will be charged at 1.5 times,and Sundays and holidays,2.0 times the standard rates.Blueprinting, reproduction, messenger services,and printing will be invoiced at cost plus fifteen percent(15%). A sub consultant management fee of fifteen percent(15%)will be added to the direct cost of all sub consultant services to provide for the cost of administration,consultation,and coordination.Valid July 1,2025 thru June 30,2026,thereafter,the rates may be raised once per year to the value between the 12-month%change of the Consumer Price Index for the Los Angeles/Orange County/Sacramento/San Francisco/San Jose area and five percent.For prevailing wage classifications,the increase will be per the prevailing wage increase set by the California Department of Industrial Relations IVFee Proposal for On-Call Traffic Engineering Services ,