HomeMy WebLinkAboutAGR-7006.A - TRANSPORTATION STUDIES, INCORPORATED - ON-CALL CITYWIDE TRAFFIC DATA COLLECTION SERVICESDocusign Envelope ID:4C49C2E2-E9FD-4E11-8409-25980ADEAC12
AGR-7006.A
Initial
PROFESSIONAL SERVICES AGREEMENT
On-Call Citywide Traffic Data Collection Services]
THIS PROFESSIONAL SERVICES AGREEMENT (the "Agreement") is made at
Orange, California, on this 14th day of October 2025 (the "Effective Date") by and
between the CITY OF ORANGE, a municipal corporation ("City"), and TRANSPORTATION
STUDIES, INCORPORATED, a California corporation ("Contractor"), who agree as follows:
1. Services. Subject to the terms and conditions set forth in this Agreement,
Contractor shall provide 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 provided 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 FIFTY THOUSAND DOLLARS and 00/100 ($50,000.00) 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.
2.1 Term and Extension(s)
a. The Initial Term of this Agreement is three (3) years (the "Initial Term"),
commencing October 31, 2025 and expiring on October 30, 2028 (the "Expiration Date");
Docusign Envelope ID:4C49C2E2-E9FD-4E11-8409-25980ADEAC12
provided, however, that City has the right to extend the term of this Agreement for the following
extensions and upon the following terms:
First Extension (the "First Extension Term") commencing October 31, 2028, and
terminating October 30, 2029, in an annual amount not to exceed FIFTEEN THOUSAND
DOLLARS and 00/100 ($15,000.00);
Second Extension (the "Second Extension Term") commencing October 31, 2029, and
terminating October 30, 2030, in an annual amount not to exceed FIFTEEN THOUSAND
DOLLARS and 00/100 ($15,000.00).
b. The City Manager is hereby authorized on behalf of City to give written
notice to Contractor of City's intention to exercise each Extension (if at all) no later than thirty
30) days prior to the Expiration Date of the then-current term; provided, however, that City's
notice of its intention to extend the term of this Agreement for each Extension shall be expressly
conditioned upon and subject to the approval by the City Council, in its sole and absolute
discretion, of an amount sufficient to pay the compensation set forth herein for each Extension as
part of its annual budget approval process prior to the beginning of each Extension. While the
parties acknowledge that City is required to give its notice of intention to extend the term of this
Agreement not later than thirty (30) days prior to the Expiration Date of then-current term, it is
possible that the City Council's approval of its annual budget and appropriation of funds for the
Extension in question may occur thereafter. Accordingly, if the City Council fails to approve and
appropriate funds sufficient to pay the amount of compensation set forth herein for an Extension,
this Agreement shall terminate and be of no further force and effect as of the expiration of the
then-current term. Notwithstanding anything in this provision to the contrary, in the event City
gives Contractor written notice exercising an Extension and City receives notice that appropriation
of funds for the Extension in question are not available after Contractor has performed services
under the Extension, City agrees that Contractor will be equitably compensated for all services
performed under any portion of an Extension through the date of termination of the Agreement.
Except as specifically set forth herein, the terms and conditions of each Extension will be the same
as the Initial Agreement.
c. Any Extension, if properly exercised, shall be memorialized in the form of
an amendment to this Agreement. The City Manager is hereby authorized to approve and execute
amendments to this Agreement reflecting the exercise of each Extension and the amount of
compensation(including the amount of funds to be made available for additional work or services)
payable to Contractor for each respective Extension.
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.
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.
2
Docusign Envelope ID:4C49C2E2-E9FD-4E11-8409-25980ADEAC12
C.City will pay Contractor the amount invoiced within thirty (30) days of
receipt of all deliverables.
d. Payment shall constitute payment in full for all services, authorized costs
and authorized extra work covered by that invoice.
4. Change Orders. No payment for extra services caused by a change in the scope
or complexity of work, or for any other reason, shall be made unless and until such extra services
and a price therefor have been previously authorized in writing and approved by City as an
amendment to this Agreement. City's Project Manager is authorized to approve a reduction in the
services to be performed and compensation therefor. All amendments shall set forth the changes
of work, extension of time,and/or adjustment of the compensation to be paid by City to Contractor
and shall be signed by the City's Project Manager, City Manager or City Council, as applicable.
5. Licenses. Contractor represents that it and any subcontractors it may engage,
possess any and all licenses which are required under state or federal law to perform the work
contemplated by this Agreement and that Contractor and its subcontractors shall maintain all
appropriate licenses, including a City of Orange business license, at its cost, during the
performance of this Agreement.
6. Independent Contractor. At all times during the term of this Agreement,
Contractor shall be an independent contractor and not an employee of City. City shall have the
right to control Contractor only insofar as the result of Contractor's services rendered pursuant to
this Agreement. City shall not have the right to control the means by which Contractor
accomplishes services rendered pursuant to this Agreement. Contractor shall, at its sole cost and
expense, furnish all facilities, materials and equipment which may be required for furnishing
services pursuant to this Agreement. Contractor shall be solely responsible for, and shall
indemnify, defend and save City harmless from all matters relating to the payment of its
subcontractors, agents and employees, including compliance with social security withholding and
all other wages, salaries, benefits, taxes, exactions, and regulations of any nature whatsoever.
Contractor acknowledges that it and any subcontractors, agents or employees employed by
Contractor shall not,under any circumstances, be considered employees of City,and that they shall
not be entitled to any of the benefits or rights afforded employees of City, including, but not limited
to, sick leave, vacation leave, holiday pay, Public Employees Retirement System benefits, or
health, life, dental, long-term disability or workers' compensation insurance benefits.
7. Contractor Not Agent. Except as City may specify in writing, Contractor shall
have no authority, express or implied, to act on behalf of City in any capacity whatsoever as an
agent. Contractor shall have no authority, express or implied, to bind City to any obligation
whatsoever.
8. Designated Persons. Only those qualified persons authorized by City's Project
Manager, or as designated in Exhibit"A," shall perform work provided for under this Agreement.
It is understood by the parties that clerical and other nonprofessional work may be performed by
persons other than those designated.
3
Docusign Envelope ID:4C49C2E2-E9FD-4E11-8409-25980ADEAC12
9. Assignment or Subcontracting. No assignment or subcontracting by Contractor
of any part of this Agreement or of funds to be received under this Agreement shall be of any force
or effect unless the assignment has the prior written approval of City. City may terminate this
Agreement rather than accept any proposed assignment or subcontracting. Such assignment or
subcontracting may be approved by the City Manager or his/her designee.
10. Time of Completion. Except as otherwise specified in Exhibit "A," Contractor
shall commence the work provided for in this Agreement within five (5)days of the Effective Date
of this Agreement and diligently prosecute completion of the work in accordance with the time
period set forth in Exhibit"A" hereto or as otherwise agreed to by and between the representatives
of the parties.
11. Time Is of the Essence. Time is of the essence in this Agreement. Contractor shall
do all things necessary and incidental to the prosecution of Contractor's work.
12. Reserved.
13. Delays and Extensions of Time. Contractor's sole remedy for delays outside its
control, other than those delays caused by City, shall be an extension of time. No matter what the
cause of the delay, Contractor must document any delay and request an extension of time in writing
at the time of the delay to the satisfaction of City. Any extensions granted shall be limited to the
length of the delay outside Contractor's control. If Contractor believes that delays caused by City
will cause it to incur additional costs, it must specify, in writing, why the delay has caused
additional costs to be incurred and the exact amount of such cost at the time the delay occurs. No
additional costs can be paid that exceed the not to exceed amount stated in Section 2.a, above,
absent a written amendment to this Agreement.
14. Products of Contractor. The documents, studies, evaluations, assessments,
reports, plans, citations, materials, manuals, technical data, logs, files, designs and other products
produced or provided by Contractor for this Agreement shall become the property of City upon
receipt. Contractor shall deliver all such products to City prior to payment for same. City may
use, reuse or otherwise utilize such products without restriction.
15. Equal Employment Opportunity. During the performance of this Agreement,
Contractor agrees as follows:
a. Contractor shall not discriminate against any employee or applicant for
employment because of race, color, religion, sex, national origin, mental or physical disability, or
any other basis prohibited by applicable law. Contractor shall ensure that applicants are employed,
and that employees are treated during employment, without regard to their race, color, religion,
sex, national origin, mental or physical disability, or any other basis prohibited by applicable law.
Such actions shall include, but not be limited to the following: employment, upgrading, demotion
or transfer,recruitment or recruitment advertising, layoff or termination, rates of pay or other forms
of compensation and selection for training, including apprenticeship. Contractor agrees to post in
4
Docusign Envelope ID:4C49C2E2-E9FD-4E11-8409-25980ADEAC12
conspicuous places, available to employees and applicants for employment, a notice setting forth
provisions of this non-discrimination clause.
b. Contractor shall, in all solicitations and advertisements for employees
placed by, or on behalf of Contractor, state that all qualified applicants will receive consideration
for employment without regard to race, color, religion, sex, national origin, mental or physical
disability, or any other basis prohibited by applicable law.
c.Contractor shall cause the foregoing paragraphs (a) and (b)to be inserted in
all subcontracts for any work covered by this Agreement, provided that the foregoing provisions
shall not apply to subcontracts for standard commercial supplies or raw materials.
16. Conflicts of Interest. Contractor agrees that it shall not make, participate in the
making, or in any way attempt to use its position as a consultant to influence any decision of City
in which Contractor knows or has reason to know that Contractor, its officers, partners, or
employees have a financial interest as defined in Section 87103 of the Government Code.
Contractor further agrees that it shall not be eligible to work as the design/build firm for the project
that is the subject of this Agreement.
17. Indemnity.
a. To the fullest extent permitted by law, Contractor agrees to indemnify,
defend and hold City, its City Council and each member thereof, and the officers, officials, agents
and employees of City (collectively the "Indemnitees") entirely harmless from all liability arising
out of:
1) Any and all claims under workers' compensation acts and other
employee benefit acts with respect to Contractor's employees or Contractor's subcontractor's
employees arising out of Contractor's work under this Agreement, including any and all claims
under any law pertaining to Contractor or its employees' status as an independent contractor and
any and all claims under Labor Code section 1720 related to the payment of prevailing wages for
public works projects; and
2) Any claim, loss, injury to or death of persons or damage to property
caused by any act, neglect, default, or omission of Contractor, or person, firm or corporation
employed by Contractor, either directly or by independent contract, including all damages due to
loss or theft sustained by any person, firm or corporation including the Indemnitees, or any of
them, arising out of, or in any way connected with the work or services which are the subject of
this Agreement, including injury or damage either on or off City's property; but not for any loss,
injury,death or damage caused by the active negligence or willful misconduct of City. Contractor,
at its own expense, cost and risk, shall indemnify any and all claims, actions, suits or other
proceedings that may be brought or instituted against the Indemnitees on any such claim or liability
covered by this subparagraph, and shall pay or satisfy any judgment that may be rendered against
the Indemnitees, or any of them, in any action, suit or other proceedings as a result of coverage
under this subparagraph.
5
Docusign Envelope ID:4C49C2E2-E9FD-4E11-8409-25980ADEAC12
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) Two Million Dollars ($2,000,000) per occurrence; or (2) all the
insurance coverage and/or limits carried by or available to Contractor. Said insurance shall cover
bodily injury, death and property damage and be written on an occurrence basis.
c.Contractor shall maintain during the life of this Agreement, the following
minimum amount of automotive liability insurance: the greater of(1) a combined single limit of
One Million Dollars ($1,000,000); or (2) all the insurance coverage and/or limits carried by or
available to Contractor. Said insurance shall cover bodily injury, death and property damage for
all owned, non-owned and hired vehicles and be written on an occurrence basis.
d. Any insurance proceeds in excess of or broader than the minimum required
coverage and/or minimum required limits which are applicable to a given loss shall be available
to City. No representation is made that the minimum insurance requirements of this Agreement
are sufficient to cover the obligations of Contractor under this Agreement.
e. Each policy of general liability and automotive liability shall provide that
City, its officers, officials, agents, and employees are declared to be additional insureds under the
terms of the policy, but only with respect to the work performed by Contractor under this
Agreement. A policy endorsement to that effect shall be provided to City along with the certificate
of insurance. In lieu of an endorsement, City will accept a copy of the policy(ies)which evidences
that City is an additional insured as a contracting party. The minimum coverage required by
Subsection 18.b and c, above, shall apply to City as an additional insured. Any umbrella liability
6
Docusign Envelope ID:4C49C2E2-E9FD-4E11-8409-25980ADEAC12
insurance that is provided as part of the general or automobile liability minimums set forth below
shall be maintained for the duration of the Agreement.
f.Reserved.
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.
I.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
7
Docusign Envelope ID:4C49C2E2-E9FD-4E11-8409-25980ADEAC12
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 Contractor:
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
8
Docusign Envelope ID:4C49C2E2-E9FD-4E11-8409-25980ADEAC12
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.b.
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.d.
g. If Contractor or subcontractor knowingly employs an employee providing
work under this Agreement who is not authorized to work in the United States, and/or fails to
follow federal laws to determine the status of such employee,that shall constitute a material breach
of this Agreement and may be cause for immediate termination of this Agreement by City.
h. Contractor agrees to indemnify and hold City, its officers, officials, agents
and employees harmless for,of and from any loss, including but not limited to fines, penalties and
corrective measures City may sustain by reason of Contractor's failure to comply with said laws,
rules and regulations in connection with the performance of this Agreement.
22. Governing Law and Venue. This Agreement shall be construed in accordance
with and governed by the laws of the State of California and Contractor agrees to submit to the
jurisdiction of California courts. Venue for any dispute arising under this Agreement shall be in
Orange County, California.
23. Integration. This Agreement constitutes the entire agreement of the parties. No
other agreement,oral or written, pertaining to the work to be performed under this Agreement shall
be of any force or effect unless it is in writing and signed by both parties. Any work performed
which is inconsistent with or in violation of the provisions of this Agreement shall not be
compensated.
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
9
Docusign Envelope ID:4C49C2E2-E9FD-4E11-8409-25980ADEAC12
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"
Transportation Studies, Incorporated City of Orange
2640 Walnut Avenue, Suite L 300 E. Chapman Avenue
Tustin, CA 92780 Orange, CA 92866-1591
Attn.: Patti A. Tolton Attn.: Larry Tay
Telephone: (714) 508-3612 Telephone: (714) 744-5525
E-Mail: craig@transportationstudies.com E-Mail: Itay@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]
10
Docusign Envelope ID:4C49C2E2-E9FD-4E11-8409-25980ADEAC12
IN WITNESS of this Agreement, the parties have entered into this Agreement as of the
year and day first above written.
CONTRACTOR" CITY"
TRANSPORTATION STUDIES,CITY OF ORANGE, a municipal corporation
INCORPORATED, a California corporation
f
p- DocuSigned by:
By: ( i ,I h[x f-}By: PlAa • s-tokr
Printed Name: Patti A. Tolton XifferR7.76Pafer, Mayor
Title: President
DS
By:Gs ATTEST:
Printed Nime: Craig Shick Signed by:
Title: Vice President
an-MEterffan, City Clerk
APPROVED AS TO FORM:
DocuSigned by:
a a4faO cJO7 f n, City Attorney
NOTE:City requires the following signature(s) on behalf of the Contractor:
1)the Chairman of the Board, the President or a Vice-President,AND (2) the
Secretary, the Chief Financial Officer, the Treasurer, an Assistant Secretary
or an Assistant Treasurer. If only one corporate officer exists or one corporate
officer holds more than one corporate office, please so indicate. OR
The corporate officer named in a corporate resolution as authorized to enter
into this Agreement. A copy of the corporate resolution, certified by the
Secretary close in time to the execution of the Agreement, must be provided to
City.
11
Docusign Envelope ID:4C49C2E2-E9FD-4E11-8409-25980ADEAC12
EXHIBIT "A"
SCOPE OF SERVICES
Beneath this sheet.]
12
Docusign Envelope ID:4G49G2E2-E9FD-4E11-8409-25980ADEAG12
REQUEST FOR PROPOSAL NO. 25-26.02
FOR
CITY OF ORANGE
On-Call Citywide Traffic Data Collection Services
OF
ff
A6? \,<<
Community Development
Issue Date
Monday, July 21, 2025
Response Due Date/Time
Thursday, August 7, 2025, by 2:00 PM PT
CAUTION
THIS DOCUMENT MUST REMAIN INTACT
Page 1 of 40
Docusign Envelope ID:4C49C2E2-E9FD-4E11-8409-25980ADEAC12
SECTION III
SCOPE OF WORK
RFP NO. 25-26.02
Page 15 of 40
Docusign Envelope ID:4C49C2E2-E9FD-4E11-8409-25980ADEAC12
SECTION III: SCOPE OF WORK
Scope of Work
Contractor shall perform the traffic counts and other data collection on an as needed basis
Services") in accordance with a Fee Schedule determined for each Task/Work Order. Services
may include, but are not limited to, the following tasks:
1. General Traffic Counts — including capability of tube counts, video recording and video
counts.
2. 24 Hour Machine Volume Counts
3. Intersection Approach Counts
4. Intersection Turning Movement Counts
5. Pedestrian & Bicycle Volume Counts
6. Origin and Destination Studies/ License Plate Surveys
7. Travel Time Study
8. 24 Hour Machine Speed Counts
9. Certified Speed Radar Survey
10. Driveway Counts (Hourly and 24 Hours)
11. 24 Hour Video Recording
12. Left Turn Queuing Counts
13. Proposers may provide additional fees for services regarding traffic data collection tasks that
are omitted from the list above.
All data collection shall be in accordance with the most recent edition of the California Manual on
Traffic Control Devices (CA MUTCD).
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 Contractor that has not be specifically identified and authorized by the City, will not
be compensated.
Deliverables
The Contractor will perform specified traffic data collection at identified locations throughout the
City. A list of pre-determined locations will be provided to the selected Contractor. The Contractor
shall provide the City with the electronic file of the raw data in original format and tabulate the
results in Excel format. For ADT data collection, the Contractor shall prepare a final report in Excel,
for each location, using the City's format as shown in Attachment C. A paper copy of the final ADT
report for each location shall be provided to the City.
Page 16 of 40
Docusign Envelope ID:4C49C2E2-E9FD-4E11-8409-25980ADEAC12
TSITransportation Studies, Inc. A Traffic Data Collection Company
Junie Vuong E.I.T.-Assistant Engineer
City Of Orange
Public Works, Traffic Division
300 E. Chapman Avenue
Orange, CA. 92866
Dear Ms. Vuong,
TRANSPORTATIONSTUDIES, INC, (TSI)is pleased to submit to you our
qualifications and cost to provide traffic count services. RFP No. 25.26,02
TSI shall incorporate this RFP in its entirety as part of its quote.
TSI has twenty ( 27 ) years of experience in the traffic data collection field.
TM has provided 5 years of experience to the City of Orange in all faucets of traffic
data collection. Because of our proximity to Orange we are able to perform counts on
very short notice. 1 employee will be working directly with the City on this agreement.
TSI personnel have many years of traffic data collection experience, performing studies
in Orange, Riverside, San Bernardino, Los Angeles, San Diego and Ventura.Counties.
TSI provides manual turning movement counts, 24 hour ADT counts, 24 hour speed &
axle counts, radar speed surveys, parking studies and Video Studies.
TSI utilizes the (40)Jamar DB-100 & 400 turning movement counter, (35) .Tamar Trax-II
classifier, (85) Timemark Beta 24-hour volume counter, (2) Kustom Road Runner radar
guns and 20 Miovision cameras.
15I's complete report package includes Jamar's Petra and Traxpro programs and
TimemarkssTmwin &. Vias program. Each report package includes 15-minute interval
counts and peak hour reports. All data can be supplied on a USB drive Excel type
spreadsheet or PDF.
Mr. Craig Shick, with over 37 years of experience in the traffic data collection field will
be.the contact persons
TSI's.Office location where services will be managed will be 2640 Walr-_utAven.ue, Ste
L,Tustin, CA.92780 ATTN; Craig Shick VP
Patti A. Tolton has the legal authority.to bind t e company. .This proposal is valid for 120
days.. Addendum No. I was received.
Sincerely,
Patti A. Tolton..
President
2640 Walnut Avenue, Suite RI • Tustin, CA 92780 • (714) 508-3612 • Fax(714) 508-3602
Docusign Envelope ID:4C49C2E2-E9FD-4E11-8409-25980ADEAC12
T"SI Transportation Studies, Inc. A Traffic Data Collection Company
TSI PROJECT TEAM
1 Craig Shick
Project Manager
70%
l 1
1 Ambrocio Santiago ' 1 Patti Tolton 1 William Jenkins
Field Technician Project Coordinator Experienced Counters
50% 80% 50%
0a_ lg
2640 Walnut Avenue, Suite 01 • Tustin, CA 92780 • (714) 508-3612 • Fax (714) 508-3602
Docusign Envelope ID:4C49C2E2-E9FD-4E11-8409-25980ADEAC12
TSI Transportation Studies, Inc. A Traffic Data Collection CompanyPPY
Methodolo2V
1.For volume counts and Approach Counts:
For volume count we will place counter at a mid-block location with note being
taken not to place machine to close to intersections or driveways. The machine
will be chained to a tree or post to insure safety of the counter. EPDM Formula
road tubes will be placed across the street and secured by placing a chinese finger
or c-clamp at the end of the tube, nailing and duct taping it down. For Approach
count we will place tubes closer to intersection and only tubes on intersection
approach not bi-directional on 3 or 4 leg intersection. The set up procedure is the
same as above volume count
2. Speed counts: . This counter will be placed
At a mid-block location with note being taken not to place machine to close to
intersections of driveways. The machine will be chained to a tree or post to insure
safety of the counter. EPDM Formula road tubes will be place by lane, 2 hoses
per lane and to be placed exactly perpendicular to the flow of traffic to prevent
double counting. When using two or more tubes that must be set at specific
distances from each other we will use a tape measure or ruler to measure from the
center of each tube to determine the proper spacing. The tubes will be secured by
placing a chinese finger or c-clamp at the end of the tube, nailing and duct taping
it down.
3. Turning movement counts and Pedestrian and Bike counts: Counts can be done
manually or with the Miovision Cameras. Individuals will be assigned to specific
intersections to count the right turn-thru-left turn and U-turn traffic. At certain
intersections this will require 2 people who will split the intersection in half. One
person would count the NB & EB traffic and the other person would count the SB
WB traffic. The counters will usually arrive 15 minutes prior to their count so
they may get set up, meaning positioning themselves to get the best view of the
intersection. The Miovision Camera with mast would be secured to a pole
enabling the camera to get a clear view of the intersection.
4. Certified Radar Speed Surveys
Radar gun will be put through 3 tests prior to use by a certified radar technician.
The 1st test will be the light test,the 2"d test will be the internal circuit test and the
3rd test will be the external serialized certified tuning fork. This gun uses the
7 -r
2640 Walnut Avenue, Suite PS • Tustin, CA 92780 • (714) 508-3612 • Fax (714) 508-3602
l..
Docusign Envelope ID:4C49C2E2-E9FD-4E11-8409-25980ADEAC12
TSITransportation Studies, Inc. A Traffic Data Collection Company
Doppler theory to measure the speed of moving vehicles. The technician will
park at a safe location to not be seen by traveling vehicles. The technician will
then perform radar studies being careful not to direct any radar checks at vehicles
traveling at an angle greater than 20 degrees. The speeds will then be manually
tallied on paper and later placed into radar speed program.
5.Origin and Destination Study/ License Plate Study
License plate study is generally done in residential areas to check on cut through
Traffic. We would place 1 person location A to collect all vehicles license plate
entering and or exiting for the study. We would have 1 person location B
collecting all licenses plates entering and or exiting for the study. A match is then
noted if license plate is seen at both locations.
6.Travel Time Study:
Travel time study requires the travel from point A to Point B on a given route. In
most cases having 1 person drive and the 2"d person with a stop watch keep track
of time from point A to point B.
Jo c-P /8
2640 Walnut Avenue, Suite N • Tustin, CA 92780 • (714)508-3612 • Fax (714) 508-3602
L
Docusign Envelope ID:4C49C2E2-E9FD-4E11-8409-25980ADEAC12
TSITransportation Studies, Inc. A Traffic Data Collection Company
WORK PLAN
SCHEDULE
o-C /8
2640 Walnut Avenue, Suite kD• Tustin, CA 92780 • (714) 508-3612 • Fax (714) 508-3602
Docusign Envelope ID:4C49C2E2-E9FD-4E11-8409-25980ADEAC12
TS! Transportation Studies, Inc. A Traffic Data Collection Company
WORK PLAN & SCHEDULE
24 Hour ADT Counts, Approach Counts, Speed Counts & Vehicle Classification
Counts
All counts will be conducted on a Tuesday, Wednesday or Thursday unless instructed
otherwise by City's project manager. Counts will not be performed during a holiday
week unless instructed to by City's project manager. Counts will not be performed
during inclement weather or construction unless instructed to by City's project manager
Upon getting a count request by the city TSI will enter locations into computer and print
out a log sheet for field tech. Prior to setting any location a drive by will be made to
check for any adverse road conditions. If problems are noted city will be contacted for
instruction. All machines are set one day prior to count so a true 24 hour count can be
gotten ( mid-night to mid-night ). TSI uses Lo-Profile Tubes on residential streets to
reduce noise, EPDM formula tubes on major streets for their durability and Half-Round
tubes for speed and classification counts these tubes will lay flat for a more accurate
count. ( no rolling like round tubes ).
When counts are complete machines are brought into office for processing. All counts
will be in 15 minute increments and hourly sub-total. Counts will then be evaluated
before being emailed to City.
Manual Turning Movement and Pedestrian & Bicycle Counts:
All counts will be conducted on a Tuesday, Wednesday or Thursday. Counts will not be
performed during a holiday week unless instructed to by City's project manager. Counts
will not be performed during inclement weather or construction unless instructed to by
City's project manager.
Upon getting a count request by the city TSI will enter locations into computer and print
out log sheet for each count for count personnel. Each location will then be driven to
determine number of people or cameras needed to perform count.
Upon completion of count, count boards and or cameras will be down loaded into
computer and count printed out and evaluated. All counts will be in 15 minute
increments and hourly totals. After evaluation counts will be emailed to City.
2
2640 Walnut Avenue, Suite Ll • Tustin, CA 92780 • (714) 508-3612 • Fax (714) 508-3602
t_
Docusign Envelope ID:4C49C2E2-E9FD-4E11-8409-25980ADEAC12
1 'S! Transportation Studies, Inc. A Traffic Data Collection Company
Origin and Destination Studies/ License Plate Surveys:
Studies will be conducted on a Tuesday, Wednesday or Thursday. Studies will not be performed
during a holiday week unless instructed to by the City's project manager. Studies will not be
performed during increment weather or construction unless instructed to by City's project
manager.
Upon getting a count request by the city TSI will enter segment location into the computer and
print out the segment. The segment will be driven to check for any adverse conditions that could
hinder the outcome of the survey. We will then place 1 person at location A and the 2nd person
at location B. Each person will collect license plate data at each location.
Upon completion of study data sheets will be brought into office where there it will be
determined if a match was made the same vehicle at both location A & B and then noted. Data
will then be emailed over to City.
Travel Time Study:
Studies will be conducted on a Tuesday, Wednesday or Thursday. Studies will not be performed
during a holiday week unless instructed to by the City's project manager. Studies will not be
performed during inclement weather or construction unless instructed to by City's project
manager.
Upon getting a count request by the city TSI will enter route location into the computer and print
out the route. The route will be driven prior to start of project to check for any adverse conditions
that could hinder the outcome of the survey. 2 people will ride in 1 car. 1 driver and 1 person
with stop watch and data sheet. They will then drive the designated route loc A to loc B for the
designated time period.
Upon completion of study data sheets will be brought into office and be emailed over to the city.
13O-F18
2640 Walnut Avenue, Suite hi • Tustin, CA 92780 • (714) 508-3612 • Fax (714) 508-3602
Docusign Envelope ID:4C49C2E2-E9FD-4E11-8409-25980ADEAC12
1 'S! Transportation Studies, Inc. A Traffic Data Collection Company
Certified Speed Radar Survey
All counts will be conducted on a Tuesday, Wednesday or Thursday. Counts will not be
performed during a holiday week unless instructed to by the City's project manager. Counts will
not be performed during increment weather or construction unless instructed to by the City's
project manager.
Upon getting a count request by the city TSI will enter locations into computer and printout log
sheet for each study. The studies locations will be driven prior to start to check for any adverse
conditions that would hinder the outcome of the study.The technician will park at a safe location
not to been seen by passing vehicles. The technician will the clock only free flowing vehicles.
When studies are complete count will be entered into software program and be emailed to the
City.
lya4' iE3
2640 Walnut Avenue, Suite H • Tustin, CA 92780 • (714) 508-3612 • Fax (714) 508-3602
Docusign Envelope ID:4C49C2E2-E9FD-4E11-8409-25980ADEAC12
FEE SCHEDULE
RFP NO. 25-26-02
24 Hour Machine Volume Counts 50.00 Per Location
Intersection Approach Count 4 Leg 200.00 Per Location
Intersection Approach Count 3 leg 3 Leg 150.00 Per Location
Intersection Turning Movement Count * * 42.00 Per Man Hour
Pedestrian & Bicycle Volume Counts 42.00 Per Man Hour
Origin and Destination Studies/License Plate Surveys 42.00 Per Man Hour
Travel Time Studies 42.00 Per Man Hour
24 Hour Machine Speed Counts 80.00 Per Machine
Certified Speed Radar Survey 42.00 Per Man Hour
Driveway Counts ( Hourly ) Tube Count 50.00 Per Hour
Driveway Counts ( 24 Hours ) Tube Count 50.00 Per 24 Hours
24 Hour Video Recording (Video Only ) 200.00 Per Location
24 Hour Video Recording (and Processing) 500.00 Per Location
Left Turn Queuing Counts 42.00 Per Man Hour
Intersection Turning Movement Counts and Pedestrian & Bicylcle Counts
can be combined at the $42.00 per man hour price