HomeMy WebLinkAboutAGR-7893 - W.G. ZIMMERMAN ENGINEERING, INC. - ON-CALL TRAFFIC ENGINEERING SERVICESDocusign Envelope ID:FA4AE26F-AEDE-485F-A443-6C1D8619AE99
AGR-7893
Initial
PROFESSIONAL SERVICES AGREEMENT
On-Call Traffic Engineering Services]
THIS PROFESSIONAL SERVICES AGREEMENT (the "Agreement") is made at
Orange, California, on this 12th day of November , 2025 (the "Effective Date") by and
between the CITY OF ORANGE, a municipal corporation ("City"), and W.G. ZIMMERMAN
ENGINEERING, 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:FA4AE26I--AEDE-485F-A443-6C1D8619AE99
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. Chance 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:FA4AE26F-AEDE-485F-A443-6C1 D8619AE99
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: FA4AE26F-AEDE-485F-A443-6C1D8619AE99
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:FA4AE26F-AEDE-485F-A443-6C1D8619AE99
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:FA4AE26F-AEDE-485F-A443-6C1D8619AE99
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:FA4AE26F-AEDE-485F-A443-6C1 D8619AE99
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:FA4AE26F-AEDE-485F-A443-6C1D8619AE99
2) Has not and will not knowingly employ any individual to perform
services under this Agreement who is ineligible to work in the United States or under the terms of
this Agreement; and
3) Has properly maintained, and shall at all times during the term of
this Agreement properly maintain, all related employment documentation records including,
without limitation, the completion and maintenance of the Form I-9 for each of Contractor's
employees; and
4) Has responded, and shall at all times during the term of this
Agreement respond, in a timely fashion to any government inspection requests relating to
immigration law compliance and/or Form I-9 compliance and/or worksite enforcement by the
Department of Homeland Security, the Department of Labor, or the Social Security
Administration.
d. Contractor shall require all subcontractors or subconsultants to make the
same representations and warranties as set forth in Subsection 21.c.
e.Contractor shall, upon request of City, provide a list of all employees
working under this Agreement and shall provide,to the reasonable satisfaction of City,verification
that all such employees are eligible to work in the United States. All costs associated with such
verification shall be borne by Contractor. Once such request has been made, Contractor may not
change employees working under this Agreement without written notice to City, accompanied by
the verification required herein for such employees.
f.Contractor shall require all subcontractors or sub-consultants to make the
same verification as set forth in Subsection 21.e.
g. If Contractor or subcontractor knowingly employs an employee providing
work under this Agreement who is not authorized to work in the United States, and/or fails to
follow federal laws to determine the status of such employee,that shall constitute a material breach
of this Agreement and may be cause for immediate termination of this Agreement by City.
h. Contractor agrees to indemnify and hold City, its officers, officials, agents
and employees harmless for,of and from any loss, including but not limited to fines,penalties and
corrective measures City may sustain by reason of Contractor's failure to comply with said laws,
rules and regulations in connection with the performance of this Agreement.
22. Governing Law and Venue. This Agreement shall be construed in accordance
with and governed by the laws of the State of California and Contractor agrees to submit to the
jurisdiction of California courts. Venue for any dispute arising under this Agreement shall be in
Orange County, California.
23. Integration. This Agreement constitutes the entire agreement of the parties. No
other agreement,oral or written,pertaining to the work to be performed under this Agreement shall
be of any force or effect unless it is in writing and signed by both parties. Any work performed
8
Docusign Envelope ID:FA4AE26F-AEDE-485F-A443-6C1 D8619AE99
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"
W.G. Zimmerman Engineering, Inc. City of Orange
7812 Edinger Avenue, Suite 302 300 E. Chapman Avenue
Huntington Beach, CA 92647 Orange, CA 92866-1591
Attn.: Bill Zimmerman, President Attn.: Larry Tay, City Traffic Engineer
Telephone: 657-845-9500 Telephone: 714-744-5525
E-Mail: wgzimmerman@wgze.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:FA4AE26F-AEDE-485F-A443-6C1D8619AE99
IN WITNESS of this Agreement, the parties have entered into this Agreement as of the
year and day first above written.
CONTRACTOR" CITY"
W.G. ZIMMERMAN ENGINEERING, INC.,CITY OF ORANGE, a municipal corporation
a California corporation
pDS DocuSigned by:
By: i By: vatic r. stAtt.V
Printed Name: Bi immerman Ijan4Ef4t7.7Mfer, Mayor
Title: President
By:_ATTEST:
Printed Name: it immerman
Title: Secretary
Signed by:
Co .ti
Iif1i `i t t1i, City Clerk
APPROVED AS TO FORM:
DocuSigned by:
IhfligfrFWEffian, 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.
Ni
10
Docusign Envelope ID:FA4AE26F-AEDE-485F-A443-6C1D8619AE99
EXHIBIT "A"
SCOPE OF SERVICES
Beneath this sheet.]
Docusign Envelope ID:FA4AE26F-AEDE-485F-A443-6C1D8619AE99
SECTION III
SCOPE OF WORK
RFP NO. 24-25.24
Docusign Envelope ID:FA4AE26F-AEDE-485F-A443-6C1D8619AE99
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:FA4AE26F-AEDE-485F-A443-6G1D8619AE99
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:FA4AE26F-AEDE-485F-A443-6G1D8619AE99
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:FA4AE26F-AEDE-485F-A443-6C1D8619AE99
Proposal for City of Orange On-Call Traffic Engineering Services
7 - WORK PLAN
We at W.G. Zimmerman Engineering have provided Traffic Engineering services and served as the
City Contract Traffic Engineer to various Southern California Agencies on an As-Needed basis as well
as staff augmentation which includes serving as City Engineer, Interim Public Works Director, Senior
Civil Engineer, Associate Engineer, Assistant Engineer, and Inspector.This experience provides the
City of Orange with a team well versed in City operations and protocols, and a thorough
understanding of City internal operations.
Design Plans - Our traffic signal plan design is very extensive and includes ITS and communications.
We have prepared signal plans for the cities of Downey, Norwalk, La Mirada, Signal Hill, Seal Beach,
Newport Beach, Camarillo, San Bernardino, Yorba Linda, Irvine, Santa Fe Springs, and Long Beach.
Our street lighting design projects include the cities of Sante Fe Springs, BNSF, Signal Hill, Downey,
South Gate, and Moreno Valley.
Project Management-Our staff is well rounded, including civil design and traffic engineering. Our
experience does include roadway rehabilitation projects, storm drain systems, ADA ramps, roadway
and corridor widening, and municipal engineering. In addition, we are very strong in Federal and
State funding as well as CTFP funding. Our Team has served as project Managers for agencies
related to these types of projects as well as providing design services.
Transportation Analysis - As the Contract City Traffic Engineer, we provide traffic studies on a variety
of traffic related issues. Most of these studies require a fast turnaround for Traffic Safety Committee,
Planning Commission, or City Council. Our experience includes stop sign and traffic signal warrants,
pedestrian studies, safety enhancement studies, parking studies, and speed related studies. In
addition, we have performed corridor studies,turning movement studies and E&TS studies.
Traffic Signal Synchronization and Simulation Models - WGZE assists OCTA in managing the County-
Wide corridor signal synchronization program. Additionally, we perform these types of models for
agencies where we are Contract Traffic Engineers. We use SYNCHRO and SimTraffic software, which
provides information to upgrade signal timing plans corridor timing enhancements, including cycle
lengths to optimize peak period traffic movement and change in Level of Service. We use a
combination of floating car and GPS related software for the before and after studies. Both
SYNCHRO and SimTraffic provide detailed information to address roadway and intersection delay,
capacity, and origin and destination studies.
Traffic Counts - We use a variety of counting firms that provide ADT's 24-hour speeds, pedestrian
and bicycle data, turning movement data, and warrant data. Most of these firms can quickly respond
to any request. We also have in-house capabilities if the information is needed quickly.
Statewide Planning Efforts - as the need arises, we have the ability to meet any initiative from the
State related to traffic signal timing or corridor analysis.
Research and Outreach - We currently provide research and outreach to various agencies as part of
our Traffic Engineering services. This includes developing and presenting PowerPoint presentations
I MI7812EdingerAvenue,Suite 302, Huntington Beach, CA 92647
Page
WGZE
T: 714-799-1700 I F: 714-333-4712 I www.wgze.com
Docusign Envelope ID:FA4AE26F-AEDE-485F-A443-6C1 D8619AE99
Proposal for City of Orange On-Call Traffic Engineering Services
to the community. We understand the community needs and present the information in
understandable terms and cite background information from federal, state and county resources in
support of our findings.
Neighborhood Traffic Calming - City-wide traffic safety is a priority for residents, the City Council, and
the Police Department. As traffic engineers providing services to local agencies, we have extensive
experience of addressing safety concerns and developing creative solutions.The CA MUTCD
mandates engineering studies for any safety enhancements related to roadways and sets the criteria
for such studies.These studies aim to identify safety issues and recommend solutions that comply
with CA MUTCD-approved traffic control devices. Following this methodology ensures the City is
insurable and provides a legal basis for the installation of any safety measures.
The CA MUTCD recommends quantifiable engineering judgement for the development of public
traffic control devices installation. We follow these recommended study components in our study and
evaluation of safety concerns. Our process is provided below:
Data Collection: traffic and pedestrian (including bike) counts, speed data, accident history,
existing roadway geometry, existing signing and striping, and other relevant information
focused on safety concerns
Field Review: conduct field reviews with photographs
Evaluation and Analysis of the Data
Develop safety enhancements and measures
Prepare Traffic Memorandum
Present findings in a public forum
Funding - Our team has successful received approximately$100 Million in a combination of
Federal, State, and County funds for our clients. We have been successful with Measure M CTFP
grants, HSIP Grants, ATP Funds, SS4A, DEMO, EEP, and California Greening. Our expertise includes
the application, obligation, reimbursement, and close-out.
7812 Edinger Avenue,Suite 302, Huntington Beach, CA 92647
Page I
W G Z E
T: 714-799-1700 I F: 714-333-4712 I www.wgze.com
Docusign Envelope ID:FA4AE26F-AEDE-485F-A443-6G1 D8619AE99
Proposal for City of Orange On-Call Traffic Engineering Services
8 - RELATED EXPERIENCE AND REFERENCES
W.G. Zimmerman Engineering has provided "On-Call" and Project Specific Consulting Services to
local agencies. We have an outstanding reputation for immediately responding to agency issues or
emergencies such as traffic signal systems, legal depositions, neighborhood and community
meetings, neighborhood traffic management programs, traffic safety and commission meetings, and
funding assistance. W.G. Zimmerman Engineering, Inc. offers the following services:
Contract Traffic Engineer Feasibility Studies
Traffic Impact Studies Transportation Planning
Traffic Studies Neighborhood Traffic Calming
Traffic Signal Timing Concept Alignments
To •
Corridor Signal Coordination Street Planning
Lc Traffic Signal/System Design t .c • Intersection Improvements
Signing and Striping S • Roadway Widening
Traffic Control Freeway Ramp Design
Interagency Coordination F" W • Grade Separations (roadway)
Traffic Signal Systems Management Agency Coordination
I • Master System Interface Design to • Water and Waste Water Systems
F/O Communication Design Development Plan Reviews
N • TP Communication Design Drainage Systems
o • Field Controller Design Hydrology Analysis
CCTV/VIDS Design
w •
Low Impact Design (LID)
fa a • TMC Design Project Management
2 • ITS Feasibility Design Construction Management
c F • Consultant Management 2 • Funding Obligation/Management
The WGZE Team is uniquely qualified to provide On-Call Traffic
WGZE On-Call Traffic
Engineering Services to the City of Orange.As Contract Traffic
Engineering Clients
Engineers for local agencies, we are responsible for traffic signals
and maintaining traffic signal systems, signal timing, traffic La Mirada
studies, warrant analysis,traffic calming programs, bikeways, Mission Viejo
parking lots, municipal projects, public workshops, community Seal Beach
meetings, roadway and intersection design, funding Signal Hill
management, Caltrans coordination, plan review for development
projects, traffic impact analysis reviews, traffic impact analysis
WRCOG
reports, project management, and construction management and Downey
utility coordination. Since we work directly for cities as traffic South Gate
engineers, we have firsthand knowledge of the potential issues
which allows us to quickly respond with solutions to any possible problem that might occur. Since our
work is entirely with local agencies, we understand the commitment to the City of Orange in
protecting public safety and efficiency of traffic.
7812 Edinger Avenue, Suite 302, Huntington Beach,CA 92647
Page 1-
WGZE
T: 714-799-1700 l F: 714-333-4712 I www.wgze.com
Docusign Envelope ID:FA4AE26F-AEDE-485F-A443-6C1D8619AE99
W. G. ZIMMERMAN ENGINEERING, INC.
Billing Rate Schedule
CITY OF ORANGE
Classification Rate
Principal 235.00/Hr
Registered Traffic Engineer 225.00/Hr
Assistant Traffic Engineer(Registered) 210.00/Hr
Project Manager(Registered) 200.00/Hr
Senior Project Engineer(Registered) 190.00/Hr
Project Engineer 170.00/Hr
Senior Associate Engineer 160.00/Hr
Senior Design Engineer 150.00/Hr
Design Engineer 140.00/Hr
CADD Manager/Senior Designer 135.00/Hr
Microstation CADD/Technician 135.00/Hr
Administration/Office Support 90.00/Hr
Non-Labor Expenses
Mileage (local) Federal Rated per Mile
Printing Cost plus 5%
Reproduction (Blue lines)Cost plus 5%
Other Expenses (such as sub-consultants,
outside services or special equipment needs)
Cost plus 5%
The above rates will be held for the duration of the contract.
W G Z E 7812 Edinger Avenue,Suite 302, Huntington Beach, CA 92647
T: 714-799-1700 I F: 714-333-4712 I www.wgze.com