HomeMy WebLinkAboutAGR-7356.A - KIMLEY-HORN & ASSOCIATES, INC. - ON-CALL TRAFFICE ENGINEERING SERVICESDocusign Envelope ID:F5DD461 E-7E6E-498B-948(;-239FF8759DE3
AGR-7356.A "
n"WI
PROFESSIONAL SERVICES AGREEMENT
On-Call Traffic Engineering Services]
THIS PROFESSIONAL SERVICES AGREEMENT (the "Agreement") is made at
Orange, California, on this 1 2th day of November , 2025 (the "Effective Date") by and
between the CITY OF ORANGE, a municipal corporation ("City"), and KIMLEY-HORN AND
ASSOCIATES, INC., a North Carolina 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
100,00000)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:F5DD461E-7E6E-498B-948C-239FF8759DE3
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:F5DD461E-7E6E-498B-948C-239FF8759DE3
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. Notwithstanding any other provision of this Agreement, Consultant shall not have
liability for or be deemed in breach because of delays caused by any factor outside of its reasonable
control, including but not limited to natural disasters, epidemics, adverse weather, or acts of the
Client, third parties, or governmental agencies.
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. Any modifications made by City
to any of the Consultant's documents, or any use, partial use or reuse of the documents, for
purposes other than identified in this Agreement, without written authorization or adaptation by
the Consultant will be at the City's sole risk and without liability to the Consultant, and the City
shall indemnify, defend and hold the Consultant harmless from all claims, damages, losses and
expenses, including but not limited to attomey's fees,resulting therefrom.
3
Docusign Envelope ID:F5DD461 E-7E6E-498B-948C-239FF8759DE3
15. Equal Employment Opportunity. During the performance of this Agreement,
Contractor agrees as follows:
a. Contractor shall not discriminate against any employee or applicant for
employment because of race, color,religion, sex, national origin, mental or physical disability, or
any other basis prohibited by applicable law. Contractor shall ensure that applicants are employed,
and that employees are treated during employment, without regard to their race, color, religion,
sex, national origin,mental or physical disability, or any other basis prohibited by applicable law.
Such actions shall include,but not be limited to the following: employment,upgrading, demotion
or transfer,recruitment or recruitment advertising,layoff or termination,rates of pay or other forms
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
4
Docusign Envelope ID:F5DD461E-7E6E-498B-948C-239FF8759DE3
employed by Contractor, either directly or by independent contract, including all damages due to
loss or theft sustained by any person, firm or corporation including the Indemnitees, or any of
them, arising out of, or in any way connected with the work or services which are the subject of
this Agreement, including injury or damage either on or off City's property; but not for any loss,
injury,death or damage caused by the active negligence or willful misconduct of City. Contractor,
at its own expense, cost and risk, shall indemnify any and all claims, actions, suits or other
proceedings that may be brought or instituted against the Indemnitees on any such claim or liability
covered by this subparagraph, and shall pay or satisfy any judgment that may be rendered against
the Indemnitees, or any of them, in any action, suit or other proceedings as a result of coverage
under this subparagraph.
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
5
Docusign Envelope ID:F5DD461E-7E6E-498B-948C-239FF8759DE3
to City. No representation is made that the minimum insurance requirements of this Agreement
are sufficient to cover the obligations of Contractor under this Agreement.
e.Each policy of general liability and automotive liability shall provide that
City, its officers, officials, agents, and employees are declared to be additional insureds under the
terms of the policy, but only with respect to the work performed by Contractor under this
Agreement. A policy endorsement to that effect shall be provided to City along with the certificate
of insurance. In lieu of an endorsement,City will accept a copy of the policy(ies)which evidences
that City is an additional insured as a contracting party. The minimum coverage required by
Subsection 18.b and c, above, shall apply to City as an additional insured. Any umbrella liability
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.
6
Docusign Envelope ID:F5DD461E-7E6E-498B-948C-239FF8759DE3
Contractor hereby grants to City, on behalf of any insurer providing insurance to either Contractor
or City with respect to the services of Contractor herein,a waiver of any right to subrogation which
any such insurer may acquire against City by virtue of the payment of any loss under such
insurance.
1.Contractor shall include all subcontractors, if any, as insureds under its
policies or shall furnish separate certificates and endorsements for each subcontractor to City for
review and approval. All coverages for subcontractors shall be subject to all of the requirements
stated herein.
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:
7
Docusign Envelope ID:I-5DD461E-7E6E-498B-948C-239FF8759DE3
1) Has complied and shall at all times during the term of this
Agreement comply, in all respects, with all immigration laws, regulations, statutes, rules, codes,
and orders, including, without limitation, the Immigration Reform and Control Act of 1986
IRCA); and
2) Has not and will not knowingly employ any individual to perform
services under this Agreement who is ineligible to work in the United States or under the terms of
this Agreement; and
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
8
Docusign Envelope ID:F5DD461E-7E6E-4986-948C-239FF8759DE3
jurisdiction of California courts. Venue for any dispute arising under this Agreement shall be in
Orange County, California.
23. Integration. This Agreement constitutes the entire agreement of the parties. No
other agreement,oral or written,pertaining to the work to be performed under this Agreement shall
be of any force or effect unless it is in writing and signed by both parties. Any work performed
which is inconsistent with or in violation of the provisions of this Agreement shall not be
compensated.
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"
Kimley-Horn and Associates, Inc. City of Orange
1100 W Town& Country Road, Suite 700 300 E. Chapman Avenue
Orange, CA 92868 Orange, CA 92866-1591
Attn.: Jason Melchor,PE Attn.: Larry Tay, City Traffic Engineer
Telephone: 714-705-1331 Telephone: 714-744-5525
E-Mail: jason.melchor@kimley-horn.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:F5DD461E-7E6E-498B-948C-239FF8759DE3
IN WITNESS of this Agreement, the parties have entered into this Agreement as of the
year and day first above written.
CONTRACTOR" CITY"
KIMLEY-HORN AND ASSOCIATES, INC.,CITY OF ORANGE, a municipal corporation
a North Carolina corporation
Digitally signed by Darren
I Adrian DocuSlgned by:
Date:2025.11.03 13:35:07
rvDiSi By. 08'00' By. Vau iti r. stAttx
Printed Name: Darren Adrian, P.E. I I `rlf.7 faVr, Mayor
Title: Senior Vice President
Digi ally signed by Jason Melchor
4-a+-)
r -1 Date:2025.11.03 13:14:03.08'00'
Initial By: ATTEST:
rh Printed Name: Jason Melchor, P.E.
Signed by:
Title: Assistant Secretary
l'arfl Mn, City ClerkAA
APPROVED AS TO FORM:
DocuSlgned by:
i`A '-!'-x1yc=rr 1
lfal TAffanCian, 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:F5DD461E-7E6E-498B-948C-239FF8759DE3
EXHIBIT "A"
SCOPE OF SERVICES
Beneath this sheet.]
Docusign Envelope ID: F5DD461E-7E6E-498B-948C-239FF8759DE3
SECTION III
SCOPE OF WORK
RFP NO. 24-25.24
Docusign Envelope ID:F5DD461E-7E6E-498B-946C-239FF8759DE3
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:F5DD461 E-7E6E-498B-948C-239FF8759DE3
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:F5DD461 E-7E6E-4986-948C-239FF8759DE3
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:F5DD461 E-7E6E-498B-948C-239FF8759DE3 —
ON-CALL TRAFFIC ENGINEERING SERVICES
A
Request for Proposal No. 24-25.24
Our team's key personnel are very familiar with the services expected under this on-call contract. Below,we have provided a matrix
illustrating the depth of their service familiarity.
Key Personnel
f- a w
U
w a I- w l ¢ I- u_
T w ui o_ w
o d a a m I- a t
co c m c
U N 7 - CO d 0_ C (O C Co -C
Y co fO - cc l y Li_ 77 OQU
O U C CO C N d w CO
Service Familiarity o e
in—
a'
C.) cc o c 3 cn o
Traffic Studies V V V
Traffic and/or Parking Study Review for Private V V
Developments
Traffic Signal Design
Traffic Control Plans(TCPs)
Plan Check for Capital/Development Projects and
TCPs
Street Light Design and Plan Check
Signing and Striping Plans V
Traffic Signal and Street Lighting Construction V V
Inspection
Construction Management and Engineering V
Technical Support for Funding and Grant Application V V
Grant Funding Oversight
Intelligent Transportation Systems(ITS)Design V V V V V
Traffic Signal Timing and Coordination Studies
Traffic Counts and Data Collection
Neighborhood Traffic Calming Studies,Warrant V
Studies,and Traffic Investigations
Special Studies,Civil Design,and On-Site Support
General Municipal Traffic Engineering
Per the RFP's instructions,we have provided resumes for our key personnel in the Appendices.
Subconsultants
To provide the City with the depth of resources necessary to deliver services under this contract,Kimley-Horn has teamed with one
experienced and skilled subconsultant firm,Aim Traffic Data LLC(AimTD),to supplement our in-house team.Not only does this firm have a
long history of providing their services to municipalities and public agencies,but they also understand the local environment and have strong
working relationships with members of the Kimley-Hom team,as they have supported us on other on-call contracts and projects.
AimTD I Traffic Counts and Data Collection
Founded in 2012,AimTD—a certified Disadvantaged Business Enterprise(DBE)—has more than 13 years of AimTD LLC
experience providing accurate traffic data collection. Based on Anaheim,they conduct more than 10,000 traffic 114.41.
counts annually throughout California and have traffic data collection contracts with many municipalities and private
engineering firms.Orange County public agencies they have served include the Cities of Orange,Santa Ana,Tustin,
Yorba Linda,and Mission Viejo as well as the Orange County Transportation Authority(OCTA). Aim Traffic Data
TRCAORNG008898.2025
Docusign Envelope ID:F5DD461E-7E6E-498B-948C-239FF8759DE3 MOW a
ON-CALL TRAFFIC ENGINEERING SERVICES
Request for Proposal No. 24-25.24
H. Work Plan
Understanding of the Scope of Services
Kimley-Horn understands that under this contract,we would provide a variety of traffic engineering services to the City on an on-call basis.
These services include, but are not limited to:
Traffic studies for capital projects Technical support for funding and grant application
Traffic and/or parking study review for private Grant funding oversight
developments ITS design
Traffic signal design Traffic signal timing and coordination studies
TCP preparations Traffic counts and data collection
Plan check for capital/development projects and TCPs Neighborhood traffic calming studies,warrant studies,
Streetlight design and plan check and traffic investigations
Signing and striping plan preparation and plan check Special studies, civil design, and on-site support
Traffic signal and street lighting construction inspection services may be requested
Construction management and construction engineering General municipal traffic engineering services
We have thorough knowledge in traffic signal,signing and striping,traffic control,traffic signal timing, ITS systems,and streetlight design,
in addition to federal, state,and local funding and policies,including OCTA Comprehensive Transportation Funding Program(CTFP)
requirements,many of which we have completed in the City and under our current on-call traffic engineering services contract.
We are familiar with and understand that design work and improvement plan check services will be performed by a California licensed
professional engineer(PE).Our City business license is current,and we understand that it will need to be valid throughout this contract's
duration.We also understand that each task order issued under this contract will be compensated on either lump-sum or time-and-
materials basis,with the method of payment specified by the City at the time the task order is issued.
We are familiar with the response times related to plan checks to be completed within 10 working days,unless otherwise directed by the
City. Each subsequent plan check will be completed within 5 working days unless otherwise directed by the City. These are typical
timeframes we have experienced with agency on-call contracts.
Finally,we understand that a City representative will provide the specific scope of work for each task order in a written transmittal along
with a follow-up phone call or meeting.Within 5 business days of receipt of this transmittal,we will provide the City with a proposed level of
support along with a not-to-exceed cost.Similar to what we have done on task orders with the City,and since our office is a few minutes
away,we prefer to meet face-to-face to discuss the task order.
Over the course of the work,we understand that we are to act as an extension of City staff and may be required to attend meetings with
other jurisdictions,City departments,or public outreach events if a task order requires this extra coordination.
Proven On-Call Contract Approach
Kimley-Horn has a strong history of providing on-call services to public agencies statewide and nationwide,and our staff is organized to
address the needs of a wide range of task orders.Our experience completing on-calls has provided an in-depth understanding of typical
considerations that help meet task order goals and promote success. Our approach to on-call contracts is based on developing a team-
oriented approach to the task order review process.Key characteristics that distinguish Kimley-Horn include:
Single point of contact for the City to contact to request task order proposals,get status updates, coordinate task orders,and
provide additional information for dissemination to the task order team
Rapid mobilization of staff for each City request,including immediate identification of the key personnel needed for each task
order.The availability of a wide range of in-house staff provides efficiency and consistent quality of the technical analyses.
Ongoing communication and consultation to address issues that arise during the execution of a task order.The collaborative
process maintains task order progress and results in end products that align with City goals.
Commitment of senior level management to the task order to provide close coordination with the City,confirm technical
accuracy,and carefully monitor budget and schedule compliance
Responsiveness to any significant issues of concern raised by responsible and regulatory agencies and the public
Flexibility to tailor our approach to meet the specific needs of each task order and the City
TRCAORNG008898.2025
Docusign Envelope ID:F5DD461E-7E6E-498B-948C-239FF8759DE3 WSW a.
ON-CALL TRAFFIC ENGINEERING SERVICES
Request for Proposal No. 24-25.24
s. vLL
We tailor each on-call task assignment's scope of services specifically to the needs of the individual task order and the City.Our familiarity
with local standards,agencies,and deep history and experience of delivering capital improvement projects for various local agencies will
help us determine what will be necessary to assist the City with each task order.We will approach each task order in the same diligent and
comprehensive manner.
Upon notice-to-proceed(NTP),the appropriate staff will be assigned by Kimley-Horn's contract manager,Jason Melchor,PE,to accomplish
the task order within the agreed upon timeframe.One of the advantages that our team provides is the ability to assign the right staff to each
task.Our team can draw from a multitude of disciplines and resources to complete each assignment—whether the task is relatively minor,
requiring only a few people in a single discipline,or a complicated task requiring numerous people and multiple disciplines.A task manager will
be assigned to each task,and they will work closely with Jason to get the task order completed on time and within schedule.
Contract Management
Pursuant to an authorized task order,Kimley-Horn will provide the required services and necessary resources to satisfy appropriate
agencies and required compliance with applicable federal,state,and local statutes, laws,codes, regulations, policies,procedures,
ordinances,standards,specifications,and guidelines applicable to our services and deliverables.
From the beginning,we will cultivate a thorough understanding of the City's objectives and review readily available information. For each
task order,we will enhance our understanding of needs and constraints by visiting the task order site,as needed.This will also help reduce
the potential for unneeded engineering and costly change orders.We will identify and refine the scope of services for each task order,and
the cost will be based on the specific rates of compensation provided in the contract and the amount agreed upon by us and the City for
each task order.The Citys contract administrator shall confer with our contract manager, Jason Melchor, PE,to establish the total
negotiated fee,including expenses,for the specific task order and the corresponding completion date.
While every task order presents its own unique needs and challenges,we have provided a workflow chart below for a typical City task
order to demonstrate our methodology.This approach applies to any design or management task order and will be adjusted as necessary
to meet the specific task order needs based on the services required.Once a task order is identified,the applicable tasks can be tailored to
meet specific needs for the City's on-call work.We understand that these needs may be initially outlined by City staff and/or may be
revised as work transpires with the City.Our experience completing on-call design task orders has afforded our team an in-depth
understanding of typical design considerations that help meet task order goals and promote success.
MEETING WITH CITY TO IDENTIFY SPECIFIC TASK ORDER
UNDERSTAND NEEDS/GOALS MANAGER AND SUPPORT TEAM
KICK-OFF MEETING-ESTABLISH
TASK ORDER CLOSEOUT
TASK ORDER
GOALS/SCHEEDNLEE//POINTS OF •• AND INITIATION OF
INITIATION
CT LESSONS LEARNED
SCOPING AUTHORIZATION/NTP MEETING WITH CITY
V.
TASK ORDER WORK-
STUDIES,PS&E,FIELD MOM, II CRY TASK ORDER COMPLETION ••
WORK,ETC.
Kimley-Horn utilizes these task order management strategies throughout the life of a task order:
Pre-Design.A typical design process entails submittal of a pre-design report or memorandum that establishes and memorializes
the basis of the impending work.We provide a feasibility level opinion of probable cost(OPC)at this stage to validate the City's
construction cost estimates and budget.The pre-design report is circulated to the City and the task order stakeholders before
proceeding to the next phase of the task order.
Conduct Field Work and Data Gathering.A crucial part of our design process is getting our technical experts in the field to
observe operations and gather detailed field information essential to the design.Our objective is to be well informed on the issues
associated with every task order and to identify potential improvements in a real-world setting.This stage also includes topographic
survey,geotechnical investigations,and utility and record drawing gathering.
Meetings and Communication.Kimley-Horn will hold weekly internal milestone meetings with our staff to discuss task order
schedules,deadlines,and impending staff workloads.Our weekly goal is to keep the task order schedule at the forefront,so deadlines
are anticipated and met throughout the task order.If necessary,we will bring in additional staff resources from other offices.
TRCAORNG008898.2025 U
Docusign Envelope ID:F5DD461 E-7E6E-498B-948C-239FF8759DE3 MEW I,
ON-CALL TRAFFIC ENGINEERING SERVICES
Request for Proposal No. 24-25.24
y
Deliverables.Deliverables are submitted to the City according to the task order schedule.Depending on the task order's
complexity,these deliverables are typically associated with submittal stages, particularly for design task orders.A prelimi nary
engineer's estimate for construction would accompany each submittal to support the task order budget and address alternatives.
Specifications.Our team will develop task order technical specifications to accompany task orders prepared for contractor
construction.We are intimately familiar with City's Master Technical Specifications document as well as writing Caltrans specifications.
Permitting. During a task order's final design phase,we will prepare the complete construction documents suitable for competitive
bidding. Pre-permit application meetings will be updated as the task order details are developed.These pre-permit application
meetings will be held with the appropriate regulatory/review agency,and we will prepare permit applications.At a task order's
permit applications phase,applications for necessary task order permits will be provided,and permit approvals will be pursued.
Construction Phase. If the task order is construction-related,our services will continue through the bid/construction phase.We
can respond to bidder or contractor requests for information(RFIs)regarding plan interpretation or field condition issues,review
material submittals, provide input on change orders, and prepare design revisions. Kimley-Horn can also provide regularly
scheduled field visits to review the advancement of field work relative to the intent of the task order documents.
Cost and Schedule Control.Kimley-Horn has a Management Information System(MIS)that provides Jason and our task
managers with a set of task order control tools to manage schedule,costs,and earned value and provide accurate billing.The MIS
includes automated budget tracking to allow tighter fiscal control over all tasks and helps Jason and the task managers maintain
control of schedule, budget,and expenses.Each task order's work plan and specific details are entered into MIS,including
expenses and labor—the system can then provide an up-to-date status report on each task order twice a month.This monitoring
capability helps the on-call coordinator evaluate a task order's workload requirements and develop accurate effort estimates.
At Kimley-Horn,the overall approach for a task order begins with an initial scoping meeting,development of the fee proposal,and a clear
understanding of the task order expectations and deliverables.The scope of work in the next section demonstrates how these key
components will be incorporated into our task order management approach for this contract.Tasks and timeframes may change somewhat
depending on the final task order selection by the City.This typical sequence serves to illustrate our team's understanding and plan for
managing each task order assignment.
Note:While these task order milestones are the key steps in successful task order completion,we believe the best-run task orders are
those with effective communication.We prepare monthly status reports and meet with City staff as often as necessary to make certain that
your questions and concerns are being properly addressed.We will create and maintain a simplified critical path method schedule,
updating it as needed to manage the task order and as requested by the City.When numerous task orders are running concurrently,we
have also found that bi-weekly calls with client staff are helpful in maintaining communication and holding the design team accountable.
Contract and Task Order Controls
Contract and task order controls are essential to the successful delivery of task orders within the schedule and budget.Kimley-Horn
recognizes the importance of having a robust project controls system in place and currently utilizes a project controls process that
incorporates contract level and task order level elements required to manage and deliver task orders in an effective and efficient manner.
We are committed to continuing to refine our project control process as contract and task order needs evolve.
Contract Level
Our contract manager,Jason Melchor,PE,will provide oversight for the task managers and will be responsible and accountable for
making sure adequate resources are available to complete task orders on time and within budget,in addition to planning for upcoming
work.As such,Kimley-Horn has established a set of task order control tools that our contract and task managers utilize to manage
schedule,costs,resource needs,earned value,identify risks,and provide accurate billing in a manner that meets the City's requirements.
The key tools include the following:
Resource Planning: Our weekly,monthly,and 6-month"castaheads"system is used on a firmwide basis to forecast workloads,
availability of staff,and identifies key resources required for successful project and task order delivery.This system gives us the
ability to manage workload peaks and valleys,and we take proactive steps to keep projects and task orders on track.With
access to more than 8,500 employees across the firm,Jason is able to re-allocate staff in an as-needed situation to seamlessly
meet the contract and task order's needs.
Document Control: We use a document control system in which electronic copies of task order deliverables and significant task
order communications are filed and tracked by the task order number and key words.Our streamlined electronic filing system
includes records of meetings and data shared;documentation of design decisions;and data collected and/or provided by others,
allowing us to quickly locate task order records and respond to your requests in a timely fashion. In addition,Kimley-Horn offers
our proprietary project management platform called SMARTS that,at the City's discretion,can help our team and the City
TRCAORNG008898.2025
Docusign Envelope ID:F5DD461E-7E6E-498B-948C-239FF8759DE3
ON-CALL TRAFFIC ENGINEERING SERVICES
Request for Proposal No. 24-25.24
achieve seamless coordination on task orders of all types and sizes.Many of our clients and internal team use SMARTS to
collaborate between status calls,track updates to keep projects/task orders on schedule,and run custom reports to inform
meetings with stakeholders.SMARTS is flexible and scalable to meet client and team needs,and task order data can be stored,
organized,and filtered across people and programs,giving all individuals involved a single source of up-to-date task order
information.
Schedule Monitoring: Our team utilizes a variety of tools to manage schedule adherence,as dictated by the requirements of
each task order.The various scheduling tools used by our team include Primavera and Microsoft Project,and they provide our
contract and task managers with effective tools for internally managing the task order, allowing up-to-date task order schedule
information to be available to the City as requested.
Cost Estimating:We understand that the cost estimates we provide will ultimately be used by the City and cooperating
agencies to make important decisions regarding the expenditure of significant public tax dollars.We have extensive experience
estimating costs for public works projects.To the extent possible,our estimates are based on unit prices taken from recent
similar projects/task orders in the region,including costs contained in the Caltrans database.We will also work with City staff to
identify other recent projects/task orders that may have helpful,recent bid prices.For projects/task orders with unique items of
construction for which no local recent bid can be identified,we turn to our nationwide experience to obtain either comparable bid
prices(if possible)or informed professional opinions as to probable cost.Our confidence in the reliability of our cost estimates is
based on a track record of proven success.We have been highly successful in obtaining construction bids that are at or slightly
below the engineer's estimate.
Task Order Level
Our contract and task managers are held accountable for task order delivery,including quality,scope, budget,and schedule. As such,we
have a set of task order-specific tools that they use to manage schedule,costs, resource needs, earned value,and identify risks.
Budget and Expenditure Monitoring:Kimley-Hom's MIS provides our contract and project managers with a set of project control tools
to manage schedule,costs,earned value,and provide accurate billing in a manner that meets City requirements.As we previously
detailed,our contract and task managers use our MIS to monitor the progress of task orders on a bi-weekly basis.Additionally,Kmley-
Horn uses daily electronic timesheets.This practice allows us to accurately track and bill our time;allows task managers the ability to
check progress daily;and maintains compliance with federal auditing requirements set by Defense Contract Audit Agency(DCAA).
Earned Value:As part of the MIS system,Kimley-Hom has a"Cost to Complete"tool,which is updated monthly to allow contract and
task managers the ability to monitor earned value against task order budget.Task managers are required to fill in their expected"cost to
complete"on a mid-month basis,which provides an additional milestone for monitoring actual versus predicted expenditures.
Risk Management: At Kimley-Horn,we take steps to anticipate, understand, and have a plan to successfully manage task order
risks,which has been a key to our team's success.We employ a similar strategy to the Caltrans Project Risk Management Plan
on our task orders.
Scope Control
We have a three-part, proactive approach to managing and controlling task order scopes.
1. Maintaining consistent communication and coordination with the City project manager and key stakeholders from task
order initiation to closeout. Regular interfacing with the City project manager is the best way to control scope and budget
creep,limit task order surprises and/or risks, and understand potential changes in the task order's needs.Task order
communication levels required for successful task order delivery will vary depending on the size and scope of the task order.
2. Establishing a clear definition of the scope. It is imperative that both the City project manager and Kimley-Horn contract and
task managers have the same task order understanding and expectations at the start of a task order.Over the years,we have
developed a solid understanding of the task order process and have tailored our approach to task order scopes and fees
accordingly.A clearly defined scope and fee helps so that expectations of both the City project manager and Kimley-Horn
contract and task managers can be met,and that task orders can be delivered more efficiently.
3. Regularly monitoring and updating the work plan created at the start of each task order.The task order work plan is
tailored to the specific type and size of task order,and includes basic information such as task order scope, budget,and
schedule as well as additional task order-specific items such as:document control,quality control/quality assurance(QC/QA),
risk management,staffing,and communication plans.
TRCAORNG008898.2025
Docusign Envelope ID:F5DD461E-7E6E-498B-948C-239FF8759DE3 MEW i.
ON-CALL TRAFFIC ENGINEERING SERVICES A
Request for Proposal No. 24-25.24
QC/QA
At Kimley-Horn,quality is essential to all phases of a task order life cycle,including inception, planning,design,construction,and
operations.Kimley-Horn measures the success of our quality by the following metrics:
Client satisfaction Construction costs near our engineers'opinion of costs
Limited construction change orders Task order delivery within schedule and budget
To achieve the above metrics,we actively implement our firmwide QC/QA policies and procedures on all of our contracts and task orders.
Quality of Scope and Schedule:Quality starts with a mutual understanding of project/task order goals and deliverables.Our
team includes technical specialists who provide senior-level review of the scope of work, budget,and schedule before they are
presented to the City.
Quality of Planning and Preliminary Engineering:We listen to our clients and tailor our task order to the requirements of the
end user.Where applicable,we coordinate closely with the ultimate user throughout the life of the task order.Our teams
emphasize consensus-building with the key task order stakeholders early to aid in the basis of design's development.We use
proven tools to help communicate and visually represent the end product,such as visual simulations,operational modeling
software,material boards, and architectural renderings.
Design Quality:The true test of the quality of a design occurs during construction of the task order.Anything missing from the
design or ambiguity on the plans or in the specifications is found by the Contractor.Our goal is to minimize construction changes
through a thorough and complete QC/QA process prior to and during the design.Kimley-Horn's QC starts with experienced,
proficient professionals who know how to implement innovative,cost-saving ideas and employ task order management practices
that have proven to be successful. Key parts of quality control during the design process are field visits and site knowledge,
understanding of regulatory and funding requirements,and technical knowledge.
Project/Task Order Construction Bids: Kimley-Horn's quality control measures focus dosely on construction estimates. Our
team has extensive resources and recent experience that we combine with unit prices taken from recent similar projects/task
orders to create our engineers opinion of probable construction cost.The quality and accuracy of our estimates is the result of
our early efforts to define the basis of design assumptions and identify technical methods.Reviews by senior technical staff help
to provide the quality of the estimate.We are proud of our success rate—our recently bid projects/task orders have consistently
come in at or slightly below the engineers estimate.
QC/QA Implementation: The QC/QA plan that Kimley-Horn and our KII 1LEY-HORN
subconsultants will follow in the execution of services prepared under this QUALITY CONTROL IS
contract is currently being utilized successfully on our other local public
contracts and includes the following six key elements:
Structure: Each QC/QA plan includes the contract manager
responsible for the overall quality of the task order),task managers ACHIEVED CONTROLLED
h(
engineers responsible for discipline design development),and a
Tc
c000rorddinatioon
nad planning. By assigning) manager to
su
p
supervision.evaluate all work flow
QC/QA manager(responsible for verifying that the QC/QA plan is being and technical direction and procedures
implemented and followed).
OProcedures:As demonstrated by the sample design review checklist
on the following page,intra-disciplinary checking of documents will be J
performed by a competent individual within each discipline other than SECURED VERIFIED
Throuthedesigner.We have established a color-coded commentprocess work a
careful bysu parties ne of Through independent
g work activities by parties not reviews by
that involves the following steps:an initial check(performed by the involved In the Initial efforts qualified staff
checker);a review of comments so that suggested changes to the
documents are given adequate consideration and the resolution is documented(performed by the designer);a review so
that changes to the documents are completed in the original documents(performed by the designer);and finally,a review
so that changes to the documents are completed accurately(performed by the checker).
Inter-Disciplinary Reviews: Inter-disciplinary reviews and coordination are performed throughout the task order and prior
to key submittals,when senior staff from the various discipline groups are brought together to discuss and comments on the
interaction of the overall project/task order elements.
Quality Assurance Audit: The QC/QA manager will be responsible for conducting a QC/QA audit after completion of the
checking and review process and prior to the submittal of any document or deliverable.
Deliverables and Document Control: The task manager will manage the submission of design documents after the
QC/QA audit is complete and at milestone completion dates.
Corrective Action Measures: Corrective action measures will be taken if incorrect or nonconforming work is discovered in
deliverable items that have already completed the QC/QA process
TRCAORNG008898.2025
Docusign Envelope ID:F5DD461E-7E6E-498B-948C-239FF8759DE3
v____
MEW a
ON-CALL TRAFFIC ENGINEERING SERVICES
Request for Proposal No. 24-25.24 w•
Plan Checking
Process
We have developed a design plan checklist for review to utilize alongside the City's plan check list.When notified by the City of a plan
submittal,we will schedule a pick-up of the plans for delivery to our office,and then check for completeness of the plan submittal,log the
plan set,and distribute for plan check.The first plan check will be completed within 2 weeks or less and will be returned to the City.The
returned plans will contain"red line corrections"and written comments.We will follow the City's templates for written comments to be
consistent across the board with the other City Consultant's.Task orders will be referenced by task order number and street address or per
the Citys instruction.When the plans are returned and resubmitted for review,the second plan check will be completed within 2 weeks or
less and will be returned to the City. If all corrections are made,we will provide a positive statement that the plans are ready for permits to
be issued. If a third plan check is required,we will advise the City and, if appropriate,will schedule a meeting between the design
engineers,project owners,City staff,and plan checker to resolve any outstanding issues. We will document and log task orders for
tracking purposes.Upon completion and issuance of permits,the complete task order file will be returned to the City for record retention.
We intend to provide the City and its customers with quality plan checking services.Based on our previous experience with similar types of
services,we understand the importance of the first round of the plan review.Our goal is to have a comprehensive review on the first plan
checking. Below is a detailed time frame of a typical project/plan check task order:
1. Within 2 business days of receipt of the Citys transmittal, Kimley-Horn will provide the City with its proposal for the level of
support along with its NOT TO EXCEED fee for the individual task order.
2. For an average size and complex task order,each plan check submittal will be completed in 10 working days from the date of
notice to proceed.Larger and more complex task orders' plan checking will be completed in 15 working days or as agreed with
the City.
3. Expedited plan review submittal will be completed in a 5-working-day turnaround or as agreed with the City.
Kimley>>Horn DESIGN REVIEW CHECKLIST
Checker(Print Name) Organization Package Name Sheet of
Contract Contract No. Date
I have reviewed rM(drxwngshpaallcabons/calculabons)for items checked on rM following list rha items checked were found 0 generally acceptable generally dMaant acceptable with exceptions)for the
level of detail and completeness required of tMs submittals I recommend this submittal be accepted reworked)X
Signature
SUBMITTALS STATUS. E INTERMEDIATE(35%)E PRE-FINAL(65%) E FINAL(100%)
ALL DRAWINGS OK? NOTES REQUIRED
Y fJ If-N'was checked explain why 35% 85% 100%
Design Criteria
1. Check all design features,parameters,etc.for compliance with
Performance Specifications
2. Check and update all related Interfaces in the Systems Interface
List;
3. Check compliance with current Design Directives list.
Codes,Standards.Etc.
1. Check compliance with third party requirements
2. Check compliance with fire,life&safety requirements
3. Check compliance with applicable codes&standards
4. Check agreement with referenced vendor drawings and documents
5. Check compliance with response to design review comments V
8. Check compliance with CADD standards(sizes,font,weight)(Ref.
CADD Manual)
7. Check proper use of referenced standard drawings V V
General
1. Check sheet size
2. Check title block and border for correct format and size,design
consultant name,submittal level and date,design by,drawn by, V
checked by,drawing titles and numbers.
3. Check title block for client name,project name,contract number,
sheet index,revision data,number&date,and proper sheet order.
4 All information is inside printing margins and the drawing image is V
inside the drawing border and title block
FTIP ID ORA131306 QMS-Revision 0 VOLUME 2.APPENDIX A.p.1
TRCAORNG008898.2025
Docusign Envelope ID:F5DD461E-7E6E-498B-948C-239FF8759DE3
ON-CALL TRAFFIC ENGINEERING SERVICES
Request for Proposal No. 24-25.24nwriet2r--
Coordination
We understand the importance of efficient and timely progress of all plan check processes;therefore,our engineers and managers
advocate a proactive approach and teamwork among all stakeholders,including City staff, private engineers,developer representatives,
residents,various City offices,utility companies,and other involved entities. Kimley-Horn's contract manager will be in constant
communication with City staff to provide status updates as well as continuous monitoring of the progress of work.
Before initiation of work,if necessary,we will request a meeting with the City staff to coordinate the required level of effort leading to the
task order's successful and timely delivery.
Kimley-Horn's contract manager and engineers will also attend meetings with the City staff and other stakeholders as requested by the
City during the task order.We will maintain complete,accurate,and updated task order files in electronic(PDF)files.Plan check hard
copies will be turned over to the City after completion of the plan check process.
In addition to continuous communication with Staff,we will provide the City with written monthly reports, including plan check logs.After
task order commencement,we will conduct an in-house coordination for all team members to fully understand the scope of services,
expectations of City staff,turnaround time standards,applicable standards,and approval process by involved agencies.
TRCAORNG008898.2025
Docusign Envelope ID:F5DD461 E-7E6E-498B-948C-239FF8759DE3
Kimley>>>Horn
Kimley-Horn and Associates, Inc.
Hourly Labor Rate Schedule
Classification Rate
Analyst I 145 - $175
Analyst II 185 - $220
Professional 215 - $250
Senior Professional I 265 - $345
Senior Professional II 360 - $430
Senior Technical Support 130 - $310
Technical Support 105 - $180
Support Staff 95 - $160
BROOPUSTD.A.001
Effective through June 30, 2026. Subject to annual adjustment thereafter
Other Direct Costs: Outside Printing/Reproduction, Delivery Services/USPS, Misc.
Field Equipment/Supplies, and Travel Expenses will be billed at actual cost. Mileage
will be billed at the Federal Rate.
Sub-Consultants will be billed per the Contract
Docusign Envelope ID: F5DD461 E-7E6E-498B-948C-239FF8759DE3
AimTD LLC
i
I
Aim Traffic Data
Name of Subconsultant: AimTD LLC
Subconsultant for: Kimley-Horn
Schedule of Rates Quote Date 7/3/2025
Personnel Name Staff Classification Experience Qualifications and Certifications Fully Loaded Hourly Rate
Javier Correa Technician OCTA,LADO 1,SCAG projects Traffic Data Collection:l MC and ADT Counts 565.00
Vitalii Yarmolenko Technician OCTA,LADOT,SCAG projects Traffic Data Collection:TMC and ADT Counts 65.00
Ed Polunin Project Manager/Senior Technician OCTA,LADOT,SCAG projects Project Management and Traffic Data Collection 95.00
Olga Polunin Project Director/Data Collection Manager OCTA,LADOT,SCAG projects Project Management and Traffic Data Collection 100.00