Loading...
SR - AGR-6663 - LEFT TURN SIGNAL MODIFICIATIONS FOR CHAPMAN AVE & FLOWER ST AND CHAPMAN AVE & FELDNER ROAD G��°���� AGENDA ITEM *: �:* ��� :� �o�..A��,�..� November 13, 2018 °�unr�x ce�' TO: Honorable Mayor and Reviewed/Veri�ed Members of the City Council City Manager Finance Directo THRU: R1ck Otto, To Be Presented By: Christopher Cash City Manager X Cons Calendar City Mgr Rpts Council Reports Legal Affairs FROM: Christopher Cas Boards/Cmtes Public Hrgs Pub11c Works Dlrector Admin Reports Plan/Environ 1. SUBJECT Award of Consultant Services Agreement to KOA Corporation for preparing plans, specifications, and estimates for Traffic Engineering Services on (SP-4034) Chapman Avenue at Flower Street Left Turn Signal Modifications and (SP-4035) Chapman Avenue at Feldner Road Left Turn Signal Modifications. 2. SiJ1VIMARY This contract authorizes KOA Corporation to perform professional Traffic Engineering Services for preparing plans, specifications, and estimates on (SP-4034) Chapman Avenue at Flower Street Left Turn Signal Modifications and (SP-4035) Chapman Avenue at Feldner Road Left Turn Signal Modifications. 3. RECOMMENDED ACTION Award the contract in the amount of$39,464 to KOA Corporation and authorize the Mayor and City Clerk to execute on behalf of the City. 4. FISCAL IMPACT The total expenditure for this contract is $39,464 and will be funded through: Chapman Avenue&Feldner Rd left turn Phase Mod (20326) Reimbursable Capital Projects (550) $19,732 Chapman Avenue &Flower Rd left turn Phase Mod(20327) Reimbursable Capital Projects (550) 19,732 Total: $39,464 ITEM 3.� 1 11/13/18 5. STRATEGIC PLAN GOAL(S) 1. Provide for a safe community- b. Provide and maintain infrastructure necessary to ensure the safety of the public. 4. Provide outstanding public service— b. Provide facilities and services to meet customer expectations. 6. GENERAL PLAN IMPLEMENTATION Circulation and Mobility Goa1 1.0: Provide a safe, efficient, and comprehensive circulation system that serves local needs, meets forecasted demands, and sustains quality of life in neighborhoods. Policy 1.2: Identify key intersections and streets with historical or projected traffic congestion problems and apply creative traffic management measures to improve overall circulation. 7. DISCUSSION and BACKGROUND : The City has pursued funding from Caltrans local assistance under the Highway Safety Improvement Program (HSIP) in order to modify the existing intersections on Chapman Avenue at Feldner Road and Chapman Avenue at Flower Street. The City entered into an Agreement with Caltrans for 100% reimbursement for preparation of plans, specifications and estimate package up to the amount of $40,000 for both projects on January 27, 2018 and February 9, 2018 respectively. City staff requested proposals from six qualified engineering firms for the preparation of the plans, specifications, and estimates for Traffic Engineering Services on (SP-4034) Chapman Avenue at Flower Street Left Turn Signal Modifications and (SP-4035) Chapman Avenue at Feldner Road Left Turn Signal Modifications. One consultant withdrew from the invitation during the Request for Proposal (RFP) period of twenty days. At the end of the RFP period only one proposal was received. The submitted proposal has been reviewed and found to be acceptable in understanding of the project needs and favorable in cost, as compared to other similar projects. It would be in the public's best interest to award to the consultant, in lieu of re- advertising, and would allow the project to proceed in a timely manner. KOA Corporations showed thorough understanding of the project scope, challenges, and requirements. Staff recommends awarding a contract to KOA Corporation. Exhibit 22 - PIF-Request for Approval of Cost-Effectiveness/Public Interest Finding, has been filed with Caltrans DLAE, along with Form 10-C — A&E Consultant Contract Reviewer Checklist. 8. ATTACHMENTS • Consultant Services Agreement and scope of work • Consultant Selection Worksheets and related documentation are on file in Public Works. CC;EML;cp ITEM 2 11/13/18 CONSULTANT SERVICES AGREEMENT THIS CONSULTANT SERVICES AGREEMENT (the "Agreement") is made at Orange,California,on this day of ,2018(herein referred to as the"Effective Date") by and between the CITY OF ORANGE, a municipal corporation ("City"), and KOA Corporation, a California corporation("Consultant"),who agree as follows: 1. Services. Subject to the terms and conditions set forth in this Agreement, Consultant shall provide to the reasonable satisfaction of City the services set forth in Exhibit"A", which is attached hereto and incorporated herein by this reference. As a material inducement to the City to enter into this Agreement, Consultant 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. Consultant represents that it is experienced in performing the work and will follow the highest professional standazds in performance of the work. 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. In addition, Consultant must adhere to the Mandatory Fiscal Federal Provisions and Other Provisions as outlined in Exhibit"B" Mr. Eduardo M. Lopez, Senior Civil Engineer (herein referred to as the "City's Project Manager"),shall be the person to whom the Consultant will report for the performance of services hereunder. It is understood that Consultant's performance hereunder shall be under the direction and supervision of the City's Project Manager (or his/her designee), that Consultant shall coordinate its services hereunder with the City's Project Manager to the extent required by the City's Project Manager, and that all performances required hereunder by Consultant shall be performed to the satisfaction of the City's Project Manager and the City Manager. 2. Comuensation and Fees. a. Consultant's total compensation for all services performed under this Agreement, shall not exceed THIRTY NINE THOUSAND FOUR HUNDRED SIXTY FOUR DOLLARS and 00/100 ($39,464.00)without the prior written authorization of the City. b. The above fee 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. Pavment. a. As scheduled services are completed, Consultant 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. c. City will pay Consultant the amount invoiced within 35 days, but may withhold 10% of any invoice until all work is completed,which sum shall be paid within 35 days of completion of the work and 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 the City Manager or his designee as an amendment to this Agreement. The amendment shall set forth the changes of work, extension of time for preparation and adjustment of the fee to be paid by City to Consultant. 5. Licenses. Consultant 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 Consultant 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, Consultant shall be an independent contractor and not an employee of City. City shall have the right to control Consultant only insofar as the result of Consultant's services rendered pursuant to this Agreement. City shall not have the right to control the means by which Consultant accomplishes services rendered pursuant to this Agreement. Consultant shall, at its sole cost and expense, furnish all facilities, materials and equipment which may be required for furnishing services pursuant to this Agreement. Consultant 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. Consultant acknowledges that Consultant and any subcontractors, agents or employees employed by Consultant shall not, under any circumstances, be considered employees of the City, and that they shall not be entitled to any of the benefits or rights afforded employees of the 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. Consultant Not A�ent. Except as City may specify in writing, Consultant shall have no authority, express or implied, to act on behalf of City in any capacity whatsoever as an agent. Consultant shall have no authority, express or implied, to bind City to any obligation whatsoever. 8. Desi�nated Persons. Except as otherwise authorized by the City's Project Manager, only those persons designated in E�chibit "A", if any, 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. 2 9. Assignment or SubcontractinE. No assignment or subcontracting by Consultant 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 had 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 designee. 10. Time of Completion. Consultant agrees to commence the work provided for in this Agreement within ten (10) days of the date herein above stated and to diligently prosecute completion of the work in accordance with the time period set forth in Exhibit "A" hereto or 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. Consultant shall do all things necessary and incidental to the prosecution of Consultant's work. 12. Liquidated Damages. Consultant shall pay City, or have withheld from monies due it, as liquidated damages,the sum of THREE H[JNDRED Dollars($300)per day for each and every calendar days delay in finishing the work within the time specified, including any written extensions which may be granted, in writing,in accordance with this Agreement. 13. Delays and Eztensions of Time. Consultant's sole remedy for delays outside its control, other than those delays that are caused by the City, shall be an extension of time. No matter what the cause of the delay, Consultant 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 Consultant's control. If Consultant believes that delays caused by the 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 absent a written amendment to this Agreement. 14. Products of Consultant. The documents, studies, reports, plans, citations, materials, manuals and other products produced or provided by Consultant for this Agreement shall become the property of City upon receipt. Consultant 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, Consultant agrees as follows: a. Consultant shall not discriminate against any employee or applicant for employment because of race, color,religion, sex,national origin or mental or physical disability. Consultant shall ensure that applicants are employed and that employees are treated during employment,without regard to their race,color,religion,sex,national origin,or mental or physical disability. Such actions shall include,but not be limited to the following: employment,upgrading, demotion or transfer,recruitrnent or recruitment advertising,layoff or termination,rates of pay or other forms of compensation and selection for training, including apprenticeship. Consultant 3 agrees to post in conspicuous places, available to employees and applicants for employment, a notice setting forth provisions of this non-discrimination clause. b. Consultant shall, in all solicitations and advertisements for employees placed by, or on behalf of Consultant, state that all qualified applicants will receive consideration for employment without regard for race, color,religion, sex,national origin, or mental or physical disability. c. Consultant 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. Consultant 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 Consultant knows or has reason to know that Consultant, its officers, partners, or employees have a financial interest as defined in Section 87103 of the Government Code. 17. Indemnitv. a. To the fullest extent permitted by law, Consultant agrees to indemnify, defend and hold the City, its City Council and each member thereof, and the officers, employees and representatives of the City (herein referred to collectively as the "Indemnitees") entirely harnlless from all liability arising out of: (1) Any and all claims under worker's compensation acts and other employee benefit acts with respect to Consultant's employees or Consultant's contractor's employees arising out of Consultant's work under this Agreement; and (2) Any claim,loss,injury to or death of persons or damage to property caused by any act, neglect, default, or omission other than a professional act or omission of the Consultant,or person,firm or corporation employed by the Consultant,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. The Consultant, at ConsultanYs own expense, cost and risk, shall indemnify any and all claims, actions, suits or other proceedings that may be brought or instituted against the Indemnitees on any such claim or liability covered by this subparagraph, and shall pay or satisfy any judgment that may be rendered against the Indemnitees, or any of them, in any action, suit or other proceedings as a result of coverage under this subparagraph. 4 b. To the fullest extent permitted by law, Consultant agrees to indemnify and hold Indemnitees entirely harmless from all liability arising out of any claim, loss, injury to or death of persons or damage to property caused by the 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 whieh is not a signatory to this Agreement. d. The indemnitees 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 Consultant and his successors. 18. Insurance. a. Consultant shall carry workers compensation insurance as required by law for the protection of its employees during the progress of the work. Consultant understands that it is an independent contractor and not entitled to any worker's compensation benefits under any City program. b. Consultant shall mainta.in during the life of this Agreement,comprehensive general liability insurance or commercial general liability insurance written on an occurrence basis providing for a combined single limit of$1 million for bodily injury, death and properly damage. c. Consultant shall maintain during the life of this Agreement, automotive liability insurance on a comprehensive form written on an occurrence basis covering all owned, non-owned and hired automobiles providing for a combined single limit of$1 million for bodily injury, death and property damage. d. Each policy of general liability and automotive liability shall provide that City, its officers, agents, and employees are declared to be additional insureds under the terms of , the policy, but only with respect to the work performed by Consultant under this Agreement. A policy endorsement to that effect shall be provided to the City along with the certificate of insurance, which endorsement shall be on Insurance Services Office, Inc. Form CG 20 10 10 O1. In lieu of an endorsement, the City will accept a copy of the policy(ies)which evidences that the City is an additional insured as a contracting pariy. e. Consultant 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 combined single limit of$1,000,000. Consultant agrees to keep such policy in force and effect for at least five years from the date of completion of this Agreement. f. The insurance policies maintained by Consultant shall be primary insurance and no insurance held or owned by City shall be called upon to cover at�y loss under the policy. Consultant will deternune its own needs in procurement of insurance to cover liabilities other than as stated above. 5 g. Before Consultant performs any work or prepares or delivers any materials, Consultant shall furnish certificates of insurance and endorsements, as required by City, evidencing the aforementioned general liability, automotive and professional liability 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. h. Except for professional liability insurance coverage that may be required by this Agreement, all insurance maintained by Consultant shall be issued by companies admitted to conduct the pertinent line of insurance business in the State of California and having a rating of Grade A or better and Class VII or better by the latest edition of Best's 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 the State of California so long as such insurer possesses the aforementioned Best's rating. i. Consultant shall immediately notify the City if any required insurance lapses or is otherwise modified and cease performance of this Agreement unless otherwise directed by the City. In such a case, the City may procure insurance or self insure the risk and charge Consultant for such costs and any and all damages resulting therefrom,by way of set-off from any sums owed Consultant. j. Consultant agrees that in the event of loss due to any of the perils for which it has agreed to provide insurance, Consultant shall look solely to its insurance for recovery. Consultant hereby grants to the City, on behalf of any insurer providing insurance to either the Consultant or to the City with respect to the services of Consultant herein, a waiver of any right to subrogation which any such insurer of said Consultant may acquire against the City by virtue of the payment of any loss under such insurance. k. Consultant shall include all subcontractors, if any, as insureds under its policies or shall furnish separate certificates and endorsements for each subcontxactor to the City for review and approval. All coverages for subcontractors shall be subject to all of the requirements stated herein. 19. Termination. The City may for any reason terminate this Agreement by giving the Consultant not less than five (5) days' written notice of intent to terminate. Upon receipt of such notice,the Consultant shall immediately cease work,unless the notice from the City provides otherwise. Upon the ternunation of this Agreement, the City shall pay Consultant for services satisfactorily provided and all allowable reimbursements incurred to the date of ternunation in compliance with this Agreement,unless termination by the City shall be for cause,in which event the City may withhold any disputed compensation. The City shall not be liable for any claim of lost profits. 20. Maintenance and Insnection of Records. In accordance with generally accepted accounting principles, Consultant and its subcontractors shall maintain reasonably full and complete books, documents, papers, accounting records, and other informatian (collectively, the "records")pertaining to the costs of and completion of services performed under this Agreement. The City and any of their authorized representatives shall have access to and the right to audit and 6 reproduce any of Consultant's records regarding the services provided under this Agreement. Consultant shall maintain all such records for a period of at least three (3) years after ternunation or completion of this Agreement. Consultant 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 the City, and copies thereof shall be furnished if requested. 21. Compliance with all Laws/Immigration Laws. a. Consultant shall be knowledgeable of and comply with all local, state and federal laws which may apply to the performance of this Agreement. b. Consultant represents and warrants that Consultant: (1) Has complied and shall at all times during the term of this Agreement comply, in all respects, with all immigration laws, regulations, statutes, ntles, 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 docuxnentation 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 ixnmigration 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. c. Consultant shall require all subcontractors or sub-consultants to make the same representations and warranties as set forth in Section b. d. Consultant shall, upon request of the City, provide a list of all employees working under this Agreement and shall provide, to the reasonable satisfaction of the City, verification that all such employees are eligible to work in the United States. All costs associated with such verification shall be borne by the Consultant. Once such request has been made, Consultant may not change employees working under this Agreement without written notice to the City, accompanied by the verification required herein for such employees. e. �onsultant shall require all subcontractors or sub-consultants to make the same verification as set forth in Section d. 7 f. Any Consultant, subcontractor or sub-consultant who 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 shall constitute a material breach of this Agreement and may be cause for immediate termination of this Agreement by the City. g. The Consultant agrees to indemnify and hold the City, its officials, and employees harmless for, of and from any loss, including but not limited to fines, penalties and corrective measures,the City may sustain by reason of the Consultant's failure to comply with said laws,rules and regulations in connection with the performance of this Agreement. 22. Governins Law. This Agreement shall be construed in accordance with and governed by the laws of the State of California and Consultant agrees to submit to the jurisdiction of California courts. 23. Inte�ration. 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 or by first class 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 may be sent by either e-mail or U.S. Mail. Notices shall be deemed received upon receipt of same or within 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. "CONSULTANT" "CITY" KOA Corporation City of Orange 2141 W. Orangewood Ave 300 E. Chapman Avenue Orange, Ca 92868 Orange, CA 92866-1591 Attn.: Ms. Min Zhou Attn.: Eduardo Lopez Telephone No.: 714-573-0317 Telephone No.: 714-744-5527 E-Mail Address: mzhou@koacorp.com E-Mail Address: edlopez@cityoforange.org 25. Counteraarts. 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 via facsimile and electronic mail shall have the same effect as original signatures. 8 IN WITNESS of this Agreement, the parties have entered into this Agreement as of the year and day first above written. "CONSULTANT" "CITY" KOA Corporation, a California Corporation CITY OF ORANGE, a municipal corporation *By: By: Printed Name: Teresa E. Smith,Mayor Title: *By: ATTEST: Printed Name: Title: Mary E. Murphy, City Clerk APPROVED AS TO FORM: Wayne W. Winthers, City Attorney *NOTE: The City requires the following signature(s) on behalf of the Consultant: -- (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 Agreemen� A copy of the corporate resolution, certified by the Secretary close in time to the eacecution of the Agreement, must be provided to the City. 9 EXHIBIT "A" SCOPE OF SERVICES [Beneath this sheet.] � i _� r � i,� � . . �; DESCRIPTION:OF WORK . i' Tfie following scope of work is the same for each project TRAFFIC:SIGNAL MODIFTCATION PLAN � � � Intersection base plans will show centerlines,right-of-way �? intersection: lines,relevant existing or proposed street improvements, - PRE-DESIGN COORDINATION, RESEARCH AND utilities of:record,and existing traffic controls and (�; MEETINGS improvements. All existing traffic signal poles, At the onset of the project,KOA will discuss witFi City equipment,notes,and;schedules will be inventoried in �; engineerin:g steff th:e proposed plan;.rel.eyent issues the field and shown o.n the base plan.: Propose.d new � and projects;end currentdesign standards: As-built_. or modified facifities will be designed end shown:on plans;6ase plan information;and proposed street the:drawirig:to create a complete traffic signal plan with ._ � improvements fo.r each location will be obtained from eorresponding City signaf detail sfieet.The plan will j,; progress p:lans;City:records,or otherrelevant records. = conform to the:standard plans and special provision _ ..; The schedule of ineetings is estimated to include a kick- requirements of the City of Orange and also the latest off ineeting, one field:meeting,:and up to fou�project ediEion_of#he Caltrans Sta.ndard Plans and Specifications: . n review meetings.. The plan wiH be.designed in tfie specifc format required �.3 ;.� or requested by the City to eet their approval. The m .. FIEI.D.REVIEW; UTILITY.COORDINATION , plan.will.incl.ude all notes,schedules,and other features. f.� The site,will be ful(y inspected:in the field with respect required to show future conditions.completely and . to heeds.for re arin the desi n lans Ph sical st�eet __ _ .. � .� . . A .P.... 9 9 P . ..•....Y � properly: '�� , irnprovements,ezisting traffic signalization,underground or overhead utilities and obstructions;signing and As an added value;KOA.will provide signal timing � striping;.and other relevant items will be surveyed in the support to:update the timing witFi the new phases. This.; ;� field wi4h.precision to be shoinin.accurately on th:e Plan. will:include an update to intersection phase splits,offsets All improvement information obtained from records will; an.d other inputs that will need to be completed before � be verified:in the:field in conjunction with this review. the implementation of new phasing. : , , =� KOA w'ill.coordinate design di're.ctly with all utility . CUI�B:RAMPS companies.which may have facilities in the projecf vicinity Civil plens will be provided for rec6nstruction of curb � and will submit all applicable utility log coordination. ramps. We will;review the topographic survey and '_; We will also conduct records.cesearch forwork plans as physically measure the existing curb remps to identify needed.Our team is extremely familiar with the.City and non=comptiant curb ramps for.replacement Our plans : �... use of its online GIS,referenee library for.engineering " will identify the limits of pavement;sidewalks, curbs, ; ? documentsand other record for centerline ties,property : gutters,and ramp removal(Demolition).The plans will lines, and city owned facilities..We will make design identify new.pavement;curbs,.gutters,sidewalks; ramps, ;.,� adjustments to avoid utilities as appropriate.. and.associated improvements perCity Standard Plans, :: � � including any roposed.decorative cletails.to compl with P . Y ��- SURVEY QND: BASE PLAN MAPPING the City"old Town Area":design featuces(brick work, Prior to beginning survey work,the KOA tea.m and the concrete color and:finish,.etc.}.Existing.and proposed �� City project manager will walk;each project site. Surveys grades for:the improvements will be.shown on the L� will be conducted to pick up:all:topographic features and plans. For:improvements,they will show dimension utilities for:each project intersection,witHin the street measurements from the centerline,right-of-way,and radii. ; _ right-of-way,and:1Q feet beyond.:The survey work will ' ;:;: be performed by Coest Surveying,Inc.(Coast). The: SIGNING:&:STI�TPTNG PLAN:: �� survey deliverables wil.l include a topographic survey,. Signing and striping plans will:be:prepared showing the: survey field books;notes,and hocizontal control. KOA project area and all a,ff,ected traffic s#ripes. The plans (H( has prior expe�ience working witH Coa§t;who wil(follow inrill show the location of:all proposed;traff,ic stripes u the raquirements set forth by the City of Orange to and markings and the p�oper disposition of all affected submit the surveying feld notes,base maps,and other existing signs and markings. Any Vuork required to ;.�. information: transition the proposed stripes to join with existing '� '' - stripes on intersection approaches wiH be provided. The J final signing:ancJ striping plans will be prepared for final ; . , ,� . ...�,. . . �... .., � . . 2 . : . -�. ; . . . . . � . . . •� . � -, CITY OF ORANGE :. : ��. _ . 1..�.' ' � . � . _ � DESCRIPTI(JN:OF WORK � ; pfotting:on D-sized sheets.at 1" =40',as appropriate; SUBMITTAL OF PLANS.&:RESPONSE TO : �.. .. I striptng modifications are detecmined to:be minor, REVISIONS these mod.ifications:can be shown on#he,traffc signal : A California-registered civil.engineer end%or traffic improvement plan a8 we provided on our recent,work:for engineer.willsign the completed:plans.Plan submitta.ls: . � the Chapman Avenue:and James Street left-turn sign.al • , o t_= will be at base plan 80/a, 100%and final phases, improvement project. � which will include three(3)sets of platis for ce�iew �� SRECIFICATIONS and comment alo.ng with.the engineer's.estimate#or ; each submittal.Any revisions re.quested by the City or, KOA will prepare special proyisions bid document's in other responsible parties will.be fu,lly addressed and: support of plans for related constcuction.work. VUe have - . - • recent versions o:f.tlie Cit 's Standard:5 ecifications and �ncorporated properfy:into the plans untifthey are ready � Y p forfinal approvaf by,the.City. Final submittals will include . �; Special.Provisions related.to ElecfricalyTraffic Signal,.. . all drawings and documents in both:electronic, hard copy; Traffic:5igns/PaintingjStriping;and civil work related . and:mylar format as outlined in.th.e RFP. �`�. .. items:This also includes any Caltrans.requ.ired forms, tables,and other:fanguage needed as part_ofthe HSIP %�; :. . . . . . CONSTRUCTION/BID SUPPORT : ro ect re wrements. We will furn�sh s ecifications for KOA will also provide assistance and will 6e aVailable P 1.. .....q P : manufiacturer's specialty equipment where desired,:and • . b meetings,:email correspondence;ortelephone to: 3 will p.repare a pro�ect cover sheets. y � .a.. interpret and darif our;desi n sheets,special rovisions Y 9 P " , and review cont�actor RFI's. This wifl afso;include the COST ESTIIV1i4TE5 �., .. , � � , need.to address any design discrepancies�elated_to . -... ; � � An Engineer s Constru.ction Cost Estimate will:be changed conditions. � prepared at appropria.te in#ervals for any project with : plan submittals: KOA w'ill�include:reasonable cost ;:� : estimates of other work so that tfie City:will know the �. _ � total project construction costs; Estimates are done using � a spteadsheet-based prog�airi,:which allows for updating unit prices for traffie signal equipment and mate�ials: This :. ;�; .; program is.updated:and adjusted:to reflect current trends : +,_., in prices.and economic factors, Estimates will be updated . . .. with eaeh submittal �. . . . . _ � ;� MAN-HOURS TABLE - FELDNER ROAD MAN-HOURS TABLE= FLOWER.STREET ,} , � . " . .. . . . . ' . . w . . . ' . I.� � � .. ... .. .. . . .. .. . . .. . . . . . . ... , . .:_, :: MEermi�s : 9 fi ZS : MEETINGS 9 B:. ' ZS . . . :€:.�. . . . .. . . . . . . .. . . . ' � . .PI-1.45E 1 :.. . .. . ' .. . .. . P.HASE�: .'.. . .. . .. .. . . 4a .� BABE DESFGN CQORDINATION� � � � 8 � 24 �33 6��� BpSE�DE5IGN�COORDINATION � �'8- ��z 24 33 67 .� ' . . '. . : . . . . . . . . . . . . . . PHASE Z.. . .. . .. P4ASc Z -, 80%PS&E 18 �_ _3€ 56 80%PS&E 18 � 36: : . 56 •.., � : ;. ^�-' PHASES 3 PHASES 3..'.- : 1170:%PS&E 8 2 16 26. 100%PS&E 8 : .2 16 26 . : :. . . ��i. . - PHASE 4 . .. ..:. . . . . . . ... . :. PHASE� . . . " " :�.��. FWALPSSCE:W�BID:SUPPORT � �4 6 . � �, �. F�Na�PS&Ew/B�oSuapoR; 2 4 �� � 6 : � ,,.�,, TOTAL STAFF HOURS� .4S 6 86 :33 � �1Z0� ::� � ��:�:�:.Tor,a�SrAFF HauRs ,45: .�6� 86 33 170 . ;�: �� � . • , . .. . . ,. �... � , � �..�. . � ., � • � � .:s: .. ; .. . . . � . . . •� • • CITY OF,ORAPJGE. : , . . --a .. t�;: _ : � - , , t I �_;. RELEVANT EXPERIENCE _ _ . (�' CIT.Y OF ORANGE AS-NEEDED TRAFFIC ENGINEERING CITY.OF ORANGE l�E... SERVICES . Mede!l.lanes ORANG.E, CA Senior Civil En ineer 9 (714)T44-5535: , C Since:December 2007,.KOA}ias:been providing as=needed traffic engineering mllanes@cityoforange.org services for a wide variety oftraffic-related project5. KOA has prepared grant applicatioris,traf#ic:studies,and signal d.esign plans under the clirection of the YEAR �� City..Some of the tasks completed underthe,agreement included: 2007-Ongoing `�' Tustin Street&Vanowen Avenue HSIP Signal Modification Pr.ime Consultont . . � • Glassell AVenue&Walnut Sfreet HSIP:Signaf Modification- : � ? • Chapm.an,Avenue&James Street HSIP Signal Modification �;.: _ _ O�ange Fire Stafion.#2 Roadway and Building Improvements ��, • Chapman Av,enue&Lemon Street Signal Modifications. I�;' . • Glassell Avenue&Palm Avenue Signal Modifications. CIl'Y OF ANAHEI[VI ON=CALL TRAfFIC ENGINEERING CITY OF ANAHEIM : _ :: SERVICES . . �amie�ai � ANAHEIM, CA Traffic&Transportation IVlanager . . 14)765-5049. : . Since 1991,KOA,has been retained,by the.City for the design ofstreet Jlai.@anaheim.net improvements, median improvements,.traffic signals,interconnect,signing 's: and striping, construction-area traffic control,and street ligfiting. KOA has,_, . YE:AR J provided various traffie studies and other miscellaneous services as part of tliis 1991-Ongoing: ongoing contract. KOA has performed upwatds of 50 tasks/projects directly: : ,:,: :: for the City:wittiin tiie last 10 years. This includes traffic:signal:improvements : Prirr�e Consultant ... �.., j d:: . for: • State College Boulev.ard and La Palma Avenue:Signal Modification:(2018) ;-,.. • Ball Road and Walnuf Avenue Signal Modification(2017)_ : . � .: • Harbor Boulevard and Katella Avenue Signal Mod'ification(201b) '� : �4:':: CITY OF_BARSTOW TRAFFIC ENGINEERING, DESIGN, & CITY OF BARSTOW :: ENVIRONMENT'AL_SERVICES FOR �IGNAL.IZED INTERSEGTION �omingo.D.Gonzales r' Engineering:5ervices Administrator:: _ . .. :. + IMPROVEMEfVTS ALQNG: MAIN ST. & BARSTOW RD. �a - BARSTOW,:CA ':.. (760)255 5121 - dgonzales@ barstowca.ocg ;"�: The City of Barstow.was awarded HSIP funding to improve sefety.and reduce YEAR J traffic:incidents along the corridors of Main Street and:Barstow Road.KOA: 2016-2017 : , , prepared traffic signal hardware,signal timing and ADA improvements based . 1:..5 . on the collectio,n offield data and;inventory.ADA related improv.ements Prime Consu(fant ;.t . included pedes"trian:signal heads and:pusli buttons and addressing accessibility . . �-� issues due to deficiencies in tHe:existing infrastructure.:Existing conditions were modeled using Synchr.o:O.ur extensive signal tirriing experience ancl 1 = . operational:knowledge of controllers provided the City with new operatianal �j =. plans to maximize controller capabilities;to,utilize existing programmed safety _ .. .j features.A full PS&E package:was prepared. : .. .. , . . . .,., , _ �� . � a . . � � � � � • • � � � �. 1 � CITY OF ORANGf . �f. . . . . . . . ' - . . . . ' . . . . ��a .. . . . . . � .. . . , . . � . . � - . � .. . � . .. . � : f-., . . . . . . . .. . . . . . . . . . . .. - . . . . . �; CONSUtTANT:PROJECT TEAM : _ . . �; _ �,v� . LEGEND ;�� � KOA - Prime , • �� � Coast - Survey � • � �,� t . r_; . . � . . . . . .. ��. 1 1 � , p � •► 1 • .. . . ... . ... .. ... � �..,.'.. . , . .:' :. . � . � . , . L�" � . . ' . . . . � - � � � � �� 1 � � ... � . . . . .. . . . . . . .. � . . . . . . . :. . .�: � f� Ryan Calad; PE Nlin Zhou, PE '-� Project Oversight Advisement & : __ a o evie . �. ;-�. , .. �.. .. ;1 . . • ••u . . . r :. i � � � �� R an Calad PE Nick Coates PLS y , , Task Manager Task Mana:ger: � � � ��� �� �: . � � � . : .:�. �: � �� � �� ; . ..v, .. ..�. . 'i ,.. . , �� Assistant Engrneers _ �., _. '.. d . :. � . . :..� :. ...'. :. ' . . � . . � . . . . �. . . . . . ... . . . . . . . . . � . . � .. . . ... . . . . . � . . . .. . . . . . . . . . . . . . . . . -; SUBCONSULTANTS. �� . � ' ' CORST SURVEYING,IN[:;tC6A5T� COdSt SUfV2YIF19;Ihc.works out o.f one�location,in Tustin,.California,:with 26 employees of�_tnifi.om six � �.� ` �':. are highly qualified licensed surveyors. Coast has performed numerous projects within.th.e City of �;" TOPOGRAPHIC LAND SURVEYING Ofa1192;both for the City itse.l#artd for other publie agencieS.They are,currently providing survey , support for construction rrianagement of the new:pa�king structure thet will serve the City of Orange : ... DBE#2128�SBE�287 Me#rolink Station,.tast year,Coast worked_with KOA on two tra.ffic signal fiming projects for.the City ' DIR#1000006732 of Orange,whicfi were located a:t the.intersection of Chapman.Avenue and James Stree.t.and the intersection.of Glassell_5treet and INalnut:Avenue. They also teamed.with another firm last year to � to.nduct surveys for_Batavia:Sf[eet at Chapman Avenue:and at Collins Avenue�:. �; 1 . . . . .. . . � . .�,� � . . :., � • �. .. ... .�.i�� .. a a . � a �� . � . . � � . . . .. . . . .. . . . . . .. . . . CITY OF ORANGE: � _.. -_ _ _ _ _ _ _ . � ; t _.�.. E..:._...: L:�.:::� C__.:._;�; C_-.:�1: : L._.... �. . .L-._� f�::�f CL•.:.::�,. E 1. .. r" .�... :L_� �E:��::� ��..l� C:,� : : +�_r.7 ....�-�-----; u�:;Y�1 =- � .... � _ .. �. .. i in .. . I � O � : : _ ' O � ! � T ]C j O . .I D ID � Ruk Hame Duntlon T tart Flnish . .__ ..__ . ____ ... . �. . � .. ' . . . . �...._ ' , 11U1;_77/ID-,t1Q9. 11t t2_��6 j IiL3_37L30_.?I6 �7/13._..1J]0....1/�7_i. 7IJ_�IIO �l7 ���.,._K�_.._�_._!/.10.y�17 ..�/.7�4� 3��..1 ���-' _�_...�:._ ... '� � . � 1 NolkemProceed � � Ddays �Wed1]/]4(38 Wedl1/74/18: •Wi� � � • � � .. ' . .. ... " ..... ' ...:.. . ... ' . ... . . . . : .. . : .. . m � (_ . , �:';rna:e i:aax�evei . s w�a n�m�v/�s/ie r�iilziria: ; m.: ; � . ... I . .. � . .� 3 ' PmJect Desfpn Itick oit I dap� . Mon 3]/19/1B�Mon I]/19/39 f. .�.,G . . . . . .� . - . . . .. . N . .'. . ' .. . . . � ikk Bemew � �3 days Tue 11/20lI8� Thu 17/77/18.i . � � . . . . ... . . - . . - . . (/� . . :. . �� ... .' ." � .. ..." ... ..... . . ....... ... . . .. ...... . . . . . . . . . . � _—y__ ' � ' ; � UUIIryCoordMation 1wb�.: Tuell/20/iB��Mon12/3/18 F .�. � . .. . . . . . . . _ ' , . . . . ..._ �IQ'.: .. . . .. '.: '. : : �. . . .. . .. .. , . .- . . . .. -.. ..': .��, . . . . . . .. .. . , .. ': : 1 ' . ' . . . . . . . . . . . . . . . . . � . .. 6 :. SurveY . ... 2wks �Tue11/20116 Man�12l3119 � .�j . .. .. ..� . ... .. -. . ... i. J. . r" ,. � _ _ ,I � . . _ . _ 4 . . . . . . , ' .. . . : .__., . . ' . _ . . ` . '� .. � 7 . .Bua MaPP�^Y . .: 1 wk �fiu 17/6118 Wed.17/17/18; � . . � . . . ... . . . . � . . t . • . . . . . . # . . � . ' . ' . . . . r . . j ! � .. . . . . . . �... . . . .. .. . ...... . . .. . . .. ... . . .. .: ' ' . • e '��Canapt Deslpn- � - 3 wk Mon Sy10118 Fd 1T/34/18: 1 . : : ..� : .. . . - . � .. . . .�.., .: . ; .'�..Emiroamenml Eahibit...: :"..� .. . .. . : . . f . 1 _ . .. . .. .. . . .. . .� . � . 9..�I Prc1lminqryTnNk5lgnal 1 wk._ Mon I7J30/18.kl 17/14/1B '__ . . " : : . . . .. . . .. . . . .. . . . ... .. .. . .. . �� ... . '..� .. ... ..� . .. . .. . ... . . . .._ . . . : . ... i n � . . � - � � Plantand0etaflf . . . . . . . . . . . . "' . . . • .:. . ' � � - �ID � OuWne Bid Pmposal9ook .1 wk Mon 3y30/1B Fd 17/14lS9 . ... � .. � ..' = i .. � � . ' � - . . . - . . . : ., ... . ... . . -- . � � . �r . . I -.. .. � ... :11 �• Vre6minaryCost Esdmatec �1 wk� Mon IZpO/18�fd Il/34/18 . .. .. _ �—�.. ..� ... .... .. .. .. . .. ...... ... '.. : � . �.' . .. . . . .. . : . . . . . . ;..'. . .. , _' ._ " ' " ' . '�'_.. : .. . .. . i . ..- . . . . . . .. . t ..': '.:'..' �-.:�. . . . .. . : j �ii�. UrypeveewrMeetlng YWk ' Mon12/17/1B-Fd12/21/18 ' . - . . ILll . � . . . � . . . ' . . . ' . " . ' " " ' ' � � ; _ • ��:iaha.excac� swin n�onu/:a/3e r.�x/s/ie _ �� _ ; � . • . Sa.;.,IntedmTreflic Slgnai Plans" 3 wiu ..Man 72/24/IB Sat]/17J39." �,' .. ....' .. . � . . � . . . .� . . � .�.-�. ' r. . .....� ... .. . . .. .. .; : .. .J aM MtaOs(BW1).. .: . : ', .. " . : i . ' : ' .. '.: : .. .. . . . ..m : . .. . . . . .. . . .. . . . . .. . .' .. . .. . . . . . .. .. . : '. . :.: • L5.} Interim 6W Proposal Boolc. 1 wk Ftl 1/11/19 rnu uv/�' �.—;. : + j � • . . " " • I6 � ClNpevlew�Meetlng .2wks Monl/27/19 Fri7/1/� . . . . . . . � � : � �7/3 . . . . . �. - m � � ' n,rn�a:iamc��i s wi� : n�a,�/a/�s 'v.��/e/is _. �..... _ t.: : � ...: � . . . • � �19 � FIneIPlani�aadSpedNattanszwks: Monz/4/19"��Secs/Is/19 ". � .. . . ;� ; ' .. . . , T7 .. .. . . . . { (1009f� ... ... . . . . . . . . . . . . . . .. . _1 ... . lg� Flnal BW Pmposal Book' :3 wk Sun 3/17/19 Thu 7(21/19� . . . . . _ . .. �. � .. ... . .. . ���. . . i . . ... . . . ... �" . .. . . . . . . � ' 70 ; final UtllnY[ootdmatlon 3 wk Stin Z/17/14 Thu 2(21/79� � - , : .. . . j .. .. ' ' :.Recwds ... . .. .. .._. ....... .. .. . . � . . . . . �m. .. .. F• .... :j � 71' .Final Cost Estlmatc . .. �2 days :�Thu 2/38/39 Fd 3J1/39. i . ' . .- . . . . . . "� ��� � .. .. ' . .. .. . . ,. . .. . .. .. . .. .� . . . . . . . . �.. ... : . . . . . . .. . . . . .�O . . . . � . . .. ,:12�. CIq RevlewiMeeUnB S wk ��� Mon 3J4/19 Fd�31B/19 � � � -�. - . . �. n . . . . ' . . . ' .. . .. . . . . + . . . . .:.. . . . . . . � . .. : ._.73 (VhasG 4:81d V�dol� 3 wki � Mon 3/1]/39:Fd 3/19/19 .: . .... . .. �_ .. .. . � . . - . . . . .��. ..�..' � ....... .. ! . .. .. .. ....... .. . .. . . .. .. . . . . , . ._. ' � . .. ( . . . ; . . •. '.:24 � Plans.��fkaticm,and 3wks� � Mon3111h9_��Fd�3/29/18 :'.. � - . t . .. . , . . . • .. . .. . ��-. " � . . . . .. t . :' . " � :'.. ' , .. .. . .. .. . '.:'...: :' � . . . . . .. . . "'' ... .... ���q " .. . � ESliltlatES �- . ' : :� . .' '.. '.. '" �� r.. . . � . . . . � . . . . . . . . . . . .. " . . � � . . � . . . . t . �7+ �.SubmltlalofFlnat � - Odays �Man410/19 Mon4/B/19. j .. ... . ... . ... .. . .. .. .. . . ... .. .���� .. . �� � od�varawea � . . . . . . . . - . . . .• } - .! � � . . . . .�, . . . . f :; .. Pmktt:SchedWe . . ..MHertane • ..._ . Summ�ry:��� �Taik: � tlq8eview.-,_ __ . .. . . . .. . . . . 4 . ..�.y ':�.: ' F : ' Dale;Thu6/77/38 � . . . . . . _�_ . . . . , . , . . . . . . .i..... .. � ....' .......' ......." .......' ....... .......' ....... .......' . .' .... � .� .t . . . .. . . . .. �. � . . . . . . .. . ... ' " . .. ... � " " .. . . . . . . .. . . . . � . � � .. . � .. . i . ' . � .. . ". .. ...' . .� .. '. . ... . . ... . ... . . ... � ' . i . ": . . " . . . . " . . . . . . . . . . . . . . . . . .' � .. . ' .' . . ..' ' ., . . .. . .. . .... . .. : ' . . .. � � ' : .. ' : '. . . . . . . . .. . .. . . .. . .. . .. '.'. ' : . . . . ..'; � . .. . . . ' . '. . : . .. .,. : : , . �. ': ;,. ._', .: . , . . ' . . . .. .. . ' . ' . . . �". .. . . ... ... .. ... .. ... .. ... .. . .. ... . . ... .. ... . ... .. ... . ... .. .. . . .. . . . . _ _ _ _. , , , , . .. 'r . .. y r . f � . . :.. i r � :� r � .� � r.. i � r 3 ,._.... _ i......�., L.:._.., �:_.,_J . ��____.� L.____:' f'_.......� �.. �' ....�. C.:___..a L.___.� L _� [ .�. C...__., _ � w_ _ __. C _ �3. .... . ,.� j . �..:1 ..� . � � ... _... .._. - _._ 1" ... i� . . .. . . .. .. . .. .. . .. . . . . . .. .. . .. i. � � ... ,n 1• . : . . ' . . . . ... . .. � . � . � . . .. � � . . ��� . .... '� .. � .. .. . .. . .. .. .. .. .. . . .. � O ,..... � ... �`��� ..... ' .. ... .' .. '.: , i .. ., n .: : .. ' . . . � . . .. .....' .. . . . . .. . �. ..".. :'..'�.' T . .. S . .O • . .. . . . . .. : �.:�..': . . . ' . . ' . . . ' . . . ' . . . ' . . �' . . . ' . . � . /\ ' . . "' .. .. . . . . . . . . . . . . . . . .�:.� , O �. � j D �o rtaskrlam� inu�amn �arc rm�sn . . ' . . _ _ .Zm9_ . ,.. . . . , . � O � . � . _......_,, .. � _ . . . . � � . . .. —_•.;__ ' 11111,1 I6 1 � � � ����T { Z „__._.__ ' }L.,.�)[IS ]2Lj_uZ9 73(16�_72(13 77�.._.1[6 �i 33., 7/70' 7/1) f ]!3 7/la 2/lY��2/Ia'� 313_'�I�...]fi7 3j36��('ii,;� e(7.__ . . ��- . � i "NoUcemaraceed ' Odays 'Wed11i14/Sa wed11/14/1a{ •Wio : � ' ' � .'.. m . .... .. . g . . .. . ,.�. . .�: ..... � . ... « .. ... . • : vhxei:3o�cu,� . . swk. Awnu/ss/ia►rtu/ii/ie F $ , _ m N . `';: , , 3 .. Pm1��slQn Kk4 ofl 1 daY' Mnn 11/19/38'Mon 11/39/30; .! . . � _ . � , . � � , . . I � N 7 , � , �, ' e . fleW BeWew . 3 days Tue 11/20JIB� Thu 11/22J38 . � � � � 111 • � , ::. � .. �; ' � .� � ' S ; I1Gilly CoordMadan 2 wkd.- Tue 11/20/38� Mon 1T/3/18 j. .. . + � . . .� . . - ' . �� " _ : 1:� ': . . �. . .. , , .. . . .. . . . . , , , . ... . .. � fi A� Survey .. .:�. 2 wks �.'Tue:ll/20/SB Mon 12(3/16 � .� . � . . .. . . ... " . . , .. . ..�: .. . {f} . �� . ... .. ... . . .. . .. . .. . .. .. . ..C. .. $,��. -.�- ' 7 i Base Mapping .. 1 wN Thu 13j6/38 Wed 12/12/19 i . �S'99 . . . . . . '' . ' . . ' ' ,..� ... � . ... ....," ... . ... . � .. .... . . . , .. .... . 1 • �a' [cn2ept OeslBo- 1 wk Mnn 31/30/iB Fri 12J14/18 � �: � . . . 'Enviranmental EahiWt..�: . . . .. . : S . .. .. .. . . . . . . . . .. -� - - � . . . . . . . . . . . . . . . . . . . . . . . . . . ? . .. ' . . '9 � PreBminaryTralficSiQ�a1 3 wk.. Mnn 27(10/I8.Fd 12/141� � .. .. . . �] . . . . .. . .. . ..� . . .. .. . � ' � . . . . . . . . Z . - :(.�... � � � ! � � - Plansand0etails � . , ' . . . . . . . . � �_�_. � . Mon 12/30J38 Fd 3T/15118 .i.� " . .. " . . . . . .. .. ' • .'. 10 Oudine Bld PmP�I Book �1 vik . . .. . � ...". .. . . . .. .. ... . . .. ; .. .. . . . ': q .. � . ; � � . . . . � . . ''' i ' .''" � F'11 ' Vreliminary Cmt Estlm�hs 1 wk � Man W10)18�Fd Si/14/SB ` �� � �-,..� . � ��� �� � �� � � � f. '.. . � .. _. . .. . .. .. . . . . . . . . � .. . . .. . . .. -. .. � .. . . .. . + . . . .. . . . . . . . . , .. .. . ... . . .. . . .. . . � � ; � �12 i Ciry Reuicw*Mee0n6 1 wk Mon 1$17/I9�Fri 12(23/18 � � �v�ass.13/11 7 Y 7- �V; { • 13 Phise L•BU%lavel 6 wls � Man 17/74/IB Fr17J]I]9 . ' . . . . . . . . � � ! . f � , z � 4 . . � � 14� InlanmTnific5lpnalflans awts Mon12/2d/18 Sat1/12/39 i . .� . . _ . . C. �; �- % I and oemr6l�). .. '.: , ; , ___--� �' _ � �� is Inhdm Bid imposal Book 1 wk � Fd�I/Sf/19 Thu 1/17/19 � . . . . . . . . �. . . . . . . . . . . "�: . . . r.. . . ... . � . . . • . . .. ... ... .. . . .. . .. ; .. , . .. , � . � • 18 � Qry Peview�MeeUnB 2 Wks � Mon 3/21)1@ �Fd 2/U1B � � � 1 -��7/1 ' � � � � . � � . . T ' � i � . - '. ... . . � ! . .. . . .. . ... . . . . . .. .. . . . .. . ���.._ � � : � . • • 5. 17��Phase31Q0%.level Swb � Mon7JIj19,,.fd3I8/19 .. . . . . . . . . j '`� .... .... .. � .. .. . .. . .. . . � .. ; � �.: : ,.:. �..'. �i .:�.. � • :" ."tg"�� Flnal PlensartdSpedNcatlans2 wks: : Mon 7/N19 •.Stt 2/36/19 .� . . .. . . . . ': ��.:': . . .. . . . � .. . . j lioofc) ' ; � � ... " ]B � Hnai9ld Pmpos�IBook � 1 wk Sun 2/17/19 Thu 2/21/39 ', . . . . �j . : �.'. . . . .. . .: S . ... . . ' S . f .". . . . ...'. . i • ]0 � FlnalUtlBN��imtlnn iwk Sun2/17/19 Thu2121/19. j . . .. � . �^p„ ...... � . .. ,. . ..�.� .. . } . . :�. �� � :Aecofds .. .. . .:. ..;. . i . . —_" .. . .. .. . .. .' t . : � ..�. .: u ..'Final[ost Eitlmaze.:�..�: Z daV� mu�na/is Fd 3/1Y39 ': � - -'': .:"...: .: .. . . . . .p..: . . . . . .. � . .. . . . . . . .. ... .. �. ... .. . . . .. � . . . .��:. .., $ .. .. . . . . � : { : 12 �, Clty Revkw+Meetliry Y wk� : Mon 3(oJ19 �Fd 3(8/19 ' . . . ' '': . . . . . . ��;;�y.!(s . . - ...� . �. . 1 ... . �.." . .". . .. . . ...'. . !.. . . .. . . . ... . .".� . .. ... �. .. � . .. ... .23�Vhne�:BW P7daQe 3 wks . Mon 3/11729� Frl3/29/I9 '.. . � . . . . . . . :T�.7. . . . ....� f .. ... : :. . . . ... .. .. . . . .. _ . . . . . . . . .. .:': ' � r� �3g � Plans.5pedtloqons,a� :3 wks'.. Mcn 3/1�39�Fd 3l29/39 .{ . . . . ' � - . .. . � . .. . . . . . .. . .. .. . ..' �.: . . . . . . . . m .. : l .. . � . . fsNmateS . . . . . . � . . . . . . . . . . . . . . � . ; .3' . . .. 25 Suhmitttl W Plnal... . 0 days Mon 4/8/19 Mon 4/8/19 = :. .. . . . ' . . � . . . . ' .. .o�/e . . . f ,� � . f OeihrereMes . . . ; ' . " ' . � . ._ . .,... ` ---— - -- — .. ._ _ . _ _ ,_ ..._ .. � _ ............. ._..._ ry..._.__— _.. 7�-. ':' � Dro�ee:5ch[duk ��Mllezln�re • 5 mma ' ��� 1 k. � ... �"'CiNNevlew•.�. . . .i � ...__ . , ._ "_. ____'_" ,. i '' .. . . . . ..-..«. t _ _ ...:.,. . � � • Date:ihu8/23/1B � : � . . � : �— .. , . .. ...... g 3' ; . - .. . . . . . , . . . . . - . . ' ' ' ' . . . ' '. � . . . . .. ' . . . ��� __ �. 7 ' ' _ ' ' . . . �. . D ; _ � � : _ _ _ _ -; . .7 . . . . .. . . = � . ' . .. . . . � . . . . . . . _ - - - . . " . . . . ' . � . :,... . .. ... .. .. ... . . . . .� .. . , �� APPENDICES �, : _ , � RESUMES ; . . _ �j Resumes of key staff,including our su6consultants. ... `�? STATEMENT OF COMPLIANCE OF INSURANCE REQUIREMENT$. J �, REQUIRED FORMS/DBE COMPLIA:NCE _. . � { 10-01 Consultant P�oposal DBE.Commitment .J � GFiapman Avenue.at Feldner Road Left.Tum Signal Modification(SP�4034) . � . . �. �:�, , � Chapman Avenue at Flower,Street Left Turn Signal ModifiCation(SP-4035) _, s . _ � , ... . 4� :� � � � _ � -.-, . . ; � --� �� �., _ , ? , � . � __ _, , �, _ ; �, �� � _, r �; . . . .. . : . . . .,�, �� � � 8 �.1 ' �� � � � � • • •� � • CITY OF QRANGE . _ _ -� --i _ ' �" ��:a APPENDICES � RESUMES .-; , : � RYAN CALAD, PE EDUCA7IQN `�' PROJECT ENGI.NEER . BA,Social Ecology(Urban,Planning KOA -Senior:En ineer Focus),University of California, ;w,. g ; , Irvine,:CA . : : ;,� Mr,;Ryan.Calad is a motivatecl.and innovative traffic:engineerwho hes se.r.ved:as Cert,Type 2U7U Traffic,Signal P�oject Manager/Task Leade�on various.roadway improvements,traffic signal Controllers, UC Berkeley:Technology � : design,synchronization and ITS projects: His expertise is with intersection Transfer Prograrri.(Course TE-09) :. . and si nal s stem desi n and o eration: He also has extensive work with 'tj 9. .. Y 9 P _�.. the development of optimized timing plans as well as the implementation,: :. REGISTRA�'IONS troubleshooting;and maintenance of signal systems. �a :, Profi.Traffic Engineer,CA#2692 ��i RELEVANT£XRERIENCE. ..... Prof.Civil Engineer,AZ#63514 All projects listed were completed within the last three years or are in progress. � .., ATTRIBUT�S . �,x: - • City of;Long .Beach Multiple T55Ps� PM T�affic Engineering Design%Analysis �� " City of Barstow Main&.Barstow HSIP Signal Improvements� PM. 5ignal.Timing .. : ;�,� Citywide Adaptive:ATNIS(sub to McCain);Culve�City�Task Manager Intersection:Design �: : • City of:Orange Various HSIP Signal_Improvement Projecfs�;PM Cost Estimates ,P, • . City,of Diamond_Bar ITS&TMC Support�.Contract Staff AutoCAD, J. M.icroStation , � � C'i.#y of Coachella ST 68'fSSP�TMC PS&E/Signal Goord.Lead AutoTURN � Tru Traffic • City of Azusa Traffic Mgmt.System�TNIC PS&E/Signal Coord:.Lead Synchro/SimTraffic "'1 . , . . ,�. ��: : NIIN ZH:OU, PE EDUCATION 4 . � PRINCIPAL IN=.CHf�RGE MS,Civil Engineering;.Nfichigan �:. . State Universit E.Lansin KOA =:Principo!Engineer. : : : Y, 9 � MS,Urban Rlanning,School of Ms:Zfiou has over 25 years of transportation enginee�ing and plan,ning i� � Ar.chitecture,Tsinghua lJniversity, "w� :. experience witFi both private consultant companies and public agencies. She geijing,China is knowledgeable in signal timing and syncHronization;roadway design,traffic '�' desi n,trens ortation:modelin and studies,:non-rootorized trans ortation;:: BS,Urban:Planning,School of . data ase management;and sta istical analysis. Ms.Zhou has managed Architecture,Tongji University; `� several large-scale projects involving multiple stake hold,er groups and has a Shanghai,China ,..� reputation of delivering.projects on-time and under budget: � REGISTRATIONS �_ , RELEVANT EXP.E.RIENCE Prof.Civil:Eng.;CA#66448 _ . • Signal System:Troubleshooting &On;-Site Traffic Engineering.Consultant, ATTRIBUTES �: Pomona� KOA.Project Manager. ; , ` .. Transportation Planning � • Honolulu 5ignal Retiming Project,Honolulu, HI� KOA Pro�ect Manager% : Principal-In-Charge . ... : :. . .. . . ..... . . ivi Engineering.. . Traffic/C'"I i.,'? .. P�oject Management: :. � � ., • OCTA La Palma Avenue Traffic Ligh.t Synchronization Project,Orange �� County� P�incipal-In-Charge. Tra�e&Roadway Design _., �o .. . Circulaf n/Pa'rking Analyses . .. .f.. . . .. ... . .. . .. ..... .. . . . .. . ... . . �:? . Non=motorized Transportation --� . _ .. . Complete Streets � � • , .. . . . � •s�� . � . . :�� � • 9 ;:.;. . � . . � . , � . . •� • _ . . �. CITY OF ORANGE.: ' . �.; _ . _ �. . �� : �, I '.�� APPENDICES � RESUMES ' ' �lICK COATES, PLS: EDUCATION , ; ``� SURVEY TASK.:MANAGER HNC Land and Engineering y . � ager. . Surveying, Pol ecNnic of:the Coast-Surve Pro'ect Man � ;i Southbank, London, UK �} Mr.Coetes has more than.36 years of diverse,worldwide surveying experience REGISTRATICbNS . in botH the field and office,performing many types of surveying,including prof.Surveyor,CA#9306_ � vertical and horiiontal controf,photo corit�ol,GPS surveys,topog�aphic i:9::_ ; ; surveys;desigh su�veys;boundary surveys,right of way su�veys,monitoring: Prof.Surveyor, MO#2008000716 . : " surveys;and construction layout. RELEV,4NT ATTRIBUTES ... {:� RELEVANT EXPERIENCE Land Surveying : :=-� � . Foothill Transit Layover Sites Design Surveys, Los Angeles�5u�vey Froject. Project M�nagemenf Manager Project Coo�dination . '� • Culver Gity Bikeway Design Surveys,Culver City�Sur.vey PM : GIS `'' • Purple Line.Section 1 Deformation Monitoring,Los Angeles�:S.urvey PM • Logistics. . �t OCTA Transportation Security Operations Center pesign Surveys&Ae:riel Data Mana ement . Mapping,Anaheim�Survey PM . .. ... . . 9 � . Data Integration : • Purple Line Seetion 2 Design Suryeys;:Los Angeles�Survey PM Survey Syste.ms "� • CAX:Central Terminal Area Control Survey, Los Angeles�Survey PM _ E� Miramar F-35 Simulator Design Survey,San Diego�.Survey PM • LAX ATM.Rigtit of Way Mapping,;Los Angeles�Survejr RM : :. :_3. �: : : : _ i:' ' .� _ . �� _ � .� _. : . : t j . ;-� ; :. � �.,. . , .� _ _ � .. _ ��; _ _ :-, ; . ... �. i; , . _ , � � . � �� � � � � •�'� ' � •� i � 1� �wi.'. . • + • � • • � •� � • CITY OF ORANGE . ' . EX�iIBIT"B" MANDATORY FISCAL.FEDERAL PROVISIONS AND OTHER PROVISIONS [Beneath this sheet.] , EXffiBIT"B" MANDATORY FISCAL,FEDERAL PROVISIONS AND OTHER PROVISIONS Article I Performance Period a. This contract shall go into effect on , contingent upon approval by LOCAL AGENCY, and CONSULTANT shall commence work after notification to proceed by LOCAL AGENCY'S Contract Administrator. The contract shall end on , unless extended by contract amendment. b. CONSULTANT is advised that any recommendation for contract award is not binding on LOCAL AGENCY until the contract is fully executed and approved by LOCAL AGENCY Article II Allowable Costs and Pavments a. The method of payment for this contract will be based on lump sum. The total lump sum price paid to CONSULTANT will include compensation for all work and deliverables, including travel and equipment described in Article 1 Services of this contract. No additional compensation will be paid to CONSULTANT,unless there is a change in the scope of the work or the scope of the project. In the instance of a change in the scope of work or scope of the project, adjustment to the total lump sum compensation will be negotiated between CONSULTANT and LOCAL AGENCY.Adjustment in the total lump sum compensation will not be effective until authorized by contract amendment and approved by LOCAL AGENCY. b. Progress payments may be made monthly in arrears based on the percentage of work completed by CONSULTANT.If CONSULTANT fails to submit the required deliverable items according to the schedule set forth in the Statement of Work, LOCAL AGENCY shall have the right to delay payment or terminate this Contract in accordance with the provisions of Article VI Termination. c. CONSULTANT shall not commence performance of work or services until this contract has been approved by LOCAL AGENCY and notification to proceed has been issued by LOCAL AGENCY'S Contract Administrator. No payment will be made prior to approval of any work, or for any work performed prior to approval of this contract. , d. CONSULTANT will be reimbursed, as promptly as fiscal procedures will permit, upon receipt by LOCAL AGENCY'S Contract Administrator of itemized invoices in triplicate.Invoices shall be submitted no later than 45 calendar days after the performance of work for which CONSULTANT is billing. Invoices shall detail the work performed on each milestone, on each project as applicable. Invoices shall follow the format stipulated for the Cost Proposal and shall reference this contract number and project title. Final invoice must contain the final cost and all credits due LOCAL AGENCY that include any equipment purchased under the provisions of Article XI Equipment Purchase of this contract. The final invoice should be submitted within 60- Exhibit"B" Page 1 of 8 calendar days after completion of CONSULTANT's work. Invoices shall be mailed to LOCAL AGENCY's Contract Administrator at the following address: City of Orange 300 E. Chapman Ave Orange, Ca. 928333 Attn: Eduardo M.Lopez e. The total amount payable by LOCAL AGENCY shall not exceed the dollar amount described in SECTION 2. COMPENSATIONS AND FEES. The compensation for each project is as follows: Chapman Avenue at Flower Street HISPL-5073(087) $19,732.00 Chapman Avenue at Feldner Road HISPL-5073(088) $19,732.00 Article III Termination a. LOCAL AGENCY reserves the right to terminate this contract upon thirty(30) calendar days written notice to CONSULTANT with the reasons for termination stated in the notice. b. LOCAL AGENCY may terminate this contract with CONSULTANT should CONSULTANT fail to perform the covenants herein contained at the time and in the manner herein provided. In the event of such termination, LOCAL AGENCY may proceed with the work in any manner deemed proper by LOCAL AGENCY.If LOCAL AGENCY ternunates this contract with CONSULTANT, LOCAL AGENCY shall pay CONSLJLTANT the sum due to CONSULTANT under this contract prior to termination,unless the cost of completion to LOCAL AGENCY exceeds the funds remaining in the contract. In which case the overage shall be deducted from any sum due CONSULTANT under this contract and the balance, if any, shall be paid to CONSULTANT upon demand. Article IV Cost Principles and Administrative Requirements a. CONSULTANT agrees that the Contract Cost Principles and Procedures, 48 CFR, Federal Acquisition Regulations System, Chapter 1, Part 31.000 et seq., shall be used to determine the cost allowability of individual items. b. CONSULTANT also agrees to comply with federal procedures in accordance with 2 CFR, Part 200, Uniform Administrative Requirements, Cost Principles, and Audit Requirements for Federal Awards. c. Any costs for which payment has been made to CONSULTANT that are determined by subsequent audit to be unallowable under 2 CFR, Part 200 and 48 CFR, Federal Acquisition Regulations System, Chapter 1, Part 31.000 et seq., are subject to repayment by CONSiTLTANT to LOCAL AGENCY. Exhibit"B" Page 2 of 8 Article V Retention of Records/Audit For the purpose of determining compliance with Public Contract Code 10115,et seq. and Title 21, California Code of Regulations, Chapter 21, Section 2500 et seq., when applicable and other matters connected with the performance of the contract pursuant to Government Code 8546.7; CONSULTANT, subconsultants, and LOCAL AGENCY shall maintain and make available for inspection all books, documents, papers, accounting records, and other evidence pertaining to the performance of the contract, including but not limited to, the costs of administering the contract. All parties shall make such materials available at their respective offices at all reasonable times during the contract period and for three years from the date of final payment under the contract. The state, State Auditor, LOCAL AGENCY,FHWA, or any duly authorized representative of the Federal Government shall have access to any books, records, and documents of CONSULTANT and it's certified public accountants (CPA) work papers that are pertinent to the contract and indirect cost rates (ICR) for audit, examinations, excerpts, and transactions, and copies thereof shall be furnished if requested Article VI Audit Review Procedures a. Any dispute concerning a,question of fact arising under an interim or post audit of this contract that is not disposed of by agreement, shall be reviewed by LOCAL AGENCY'S Chief Financial Officer. b. Not later than 30 days after issuance of the final audit report, CONSULTANT may request a review by LOCAL AGENCY'S Chief Financial Officer of unresolved audit issues. The request for review will be submitted in writing. c. Neither the pendency of a dispute nor its consideration by LOCAL AGENCY will excuse CONSULTANT from full and timely performance, in accordance with the terms of this contract. Article VII SubcontractinS a. Nothing contained in this contract or otherwise, shall create any contractual relation between LOCAL AGENCY and any subconsultant(s), and no subcontract shall relieve CONSULTANT of its responsibilities and obligations hereunder. CONSiJLTANT agrees to be as fully responsible to LOCAL AGENCY for the acts and omissions of its subconsultant(s) and of persons either directly or indirectly employed by any of them as it is for the acts and omissions of persons directly employed by CONSULTANT. CONSULTANT's obligation to pay its subconsultant(s) is an independent obligation from LOCAL AGENCY'S obligation to make payments to the CONSULTANT. b. CONSULTANT shall perform the work contemplated with resources available within its own organization and no portion of the work pertinent to this contract shall be subcontracted without written authorization by LOCAL AGENCY's Contract Administrator, except that,which is expressly identified in the approved Cost Proposal. Exhibit"B" Page 3 of 8 c. CONSULTANT shall pay its subconsultants within ten (10) calendar days from receipt of each payment made to CONSULTANT by LOCAL AGENCY. d. All subcontracts entered into as a result of this contract shall contain all the provisions stipulated in this contract to be applicable to subconsultants. e. Any substitution of subconsultant(s) must be approved in writing by LOCAL AGENCY's Contract Administrator prior to the start of work by the subconsultant(s). Article VIII State Prevailin�Wage Rates a. CONSULTANT shall comply with the State of California's General Prevailing Wage Rate requirements in accordance with California Labor Code, Section 1770, and all Federal, State, and local laws and ordinances applicable to the work. b. Any subcontract entered into as a result of this contract, if for more than $25,000 for public works construction or more than$15,000 for the alteration, demolition,repair, or maintenance of public works, shall contain all of the provisions of this Article, unless the awarding agency has an approved labor compliance program by the Director of Industrial Relations. c. When prevailing wages apply to the services described in the scope of work, transportation and subsistence costs shall be reimbursed at the minimum rates set by the. Department of Industrial Relations (DIR) as outlined in the applicable Prevailing Wage Determination. See http://www.dir.ca.gov_ Article IX Conflict of Interest a. CONSULTANT shall disclose any financial,business,or other relationship with LOCAL AGENCY that may have an impact upon the outcome of this contract,or any ensuing LOCAL AGENCY construction project. CONSULTANT shall also list current clients who may have a financial interest in the outcome of this contract, or any ensuing LOCAL AGENCY construction project, which will follow. b. CONSULTANT hereby certifies that it does not now have, nor shall it acquire any financial or business interest that would conflict with the performance of services under this contract. c. CONSULTANT hereby certifies that neither CONSULTANT,nor any firm affiliated with CONSULTANT will bid on any construction contract,or on any contract to provide construction inspection for any construction project resulting from this contract.An affiliated firm is one, which is subject to the control of the same persons through joint-ownership, or otherwise. d. Except for subconsultants whose services are limited to providing surveying or materials testing information,no subconsultant who has provided design services in connection with this contract shall be eligible to bid on any construction contract,or on any contract to provide construction inspection for any construction project resulting from this contract. Exhibit"B" Page 4 of 8 Article X Rebates.Kickbacks or Other Unlawful Consideration CONSULTANT warrants that this contract was not obtained or secured through rebates kickbacks or other unlawful consideration, either promised or paid to any LOCAL AGENCY employee. For breach or violation of this warranty, LOCAL AGENCY shall have the right in its discretion; to terminate the contract without liability; to pay only for the value of the work actually performed; or to deduct from the contract price; or otherwise recover the full amount of such rebate,kickback or other unlawful consideration. Article XI Statement of Comnliance - a. CONSULTANT's signature affixed herein, and dated, shall constitute a certification under penalty of perjury under the laws of the State of California that CONSULTANT has, unless exempt, complied with, the nondiscrimination program requirements of Government Code Section 12990 and Title 2, California Administrative Code, Section 8103. b. During the performance of this Contract, Consultant and its subconsultants shall not unlawfully discriminate, harass, or allow harassment against any employee or applicant for employment because of sex, race, color, ancestry, religious creed, national origin, physical disability(including HIV and AIDS),mental disabilit}�,medical condition(e.g., cancer), age(over 40),marital status,and denial of family care leave. Consultant and subconsultants shall insure that the evaluation and treatment of their employees and applicants for employment are free from such discrimination and harassment. Consultant and subconsultants shall comply with the provisions of , the Fair Employment and Housing Act (Gov. Code §12990 (a-fl et seq.) and the Sapplicable regulations promulgated there under (California Code of Regulations, Title 2, Section 7285 et seq.). The applicable regulations of the Fair Employment and Housing Commission implementing Government Code Section 12990 (a-fl, set forth in Chapter 5 of Division 4 of Title 2 of the California Code of Regulations, are incorporated into this Contract by reference and made a part hereof as if set forth in full. Consultant and its subconsultants shall give written notice of their obligations under this clause to labor organizations with which they have a collective bargaining or other Agreement. c. The Consultant shall comply with regulations relative to Title VI (nondiscrimination in federally-assisted programs of the Department of Transportation—Title 49 Code of Federal Regulations,Part 21 -Effectuation of Title VI of the 1964 Civil Rights Act).Title VI provides that the recipients of federal assistance will implement and maintain a policy of nondiscrimination in which no person in the state of California shall, on the basis of race, color, national origin,religion,sex,age,disability,be excluded from participation in,denied the benefits of or subject to discrimination under any program or activity by the recipients of federal assistance or their assignees and successors in interest. d. The Consultant, with regard to the work performed by it during the Agreement shall act in accordance with Title VI. Specifically,the Consultant shall not discriminate on the basis of race, color, national origin, religion, sex, age, or disability in the selection and retentidn of Subconsultants, including procurement of materials and leases of equipment. The Consultant shall not participate either directly or indirectly in the discriinination prohibited by Exhibit"B" ' Page 5 of 8 Section 21.5 of the U.S.DOT's Regulations,including employment practices when the Agreement covers a program whose goal is employment. Article XII Debarment and Suspension Certification a. CONSULTANT's signature affixed herein, shall constitute a certification under penalty of perjury under the laws of the State of California, that CONSULTANT has complied with Title 2 CFR, Part 180, "OMB Guidelines to Agencies on Government wide Debarment and Suspension (nonprocurement)", which certifies that he/she or any person associated therewith in the capacity of owner,partner,director,officer,or manager,is not currently under suspension, debarment,voluntary exclusion, or determination of ineligibility by any federal agency; has not been suspended, debarred, voluntarily excluded, or determined ineligible by any federal agency within the past three (3) years; does not have a proposed debarment pending; and has not been indicted,convicted,or had a civil judgment rendered against it by a court of competent � jurisdiction in any matter involving fraud or official misconduct within the past three (3) years. Any exceptions to this certification must be disclosed to LOCAL AGENCY. b. Exceptions will not necessarily result in denial of recommendation for award, but will be considered in determining CONSULTANT responsibility. Disclosures must indicate to whom exceptions apply, initiating agency, and dates of act'ion. c. Exceptions to the Federal Government Excluded Parties List System maintained by the General Services Administration are to be determined by the Federal highway Administration. Article XIII Disavantaged Business Enterprise(DBE)Participation a. This contract is subject to 49 CFR, Part 26 entitled "Participation by Disadvantaged Business Enterprises in Department of Transportation Financial Assistance Programs". Consultants who obtain DBE participation on this contract will assist Caltrans in meeting its federally mandated statewide overall DBE goal. b. The goal for DBE participation for this contract is 12%. Participation by DBE consultant or subconsultants shall be in accordance with information contained in the Consultant Proposal DBE Commitment (Exhibit 10-01), or in the Consultant Contract DBE Information (Exhibit 10-02) attached hereto and incorporated as part of the Contract. If a DBE subconsultant is unable to perform, CONSULTANT must make a good faith effort to replace him/her with another DBE subconsultant, if the goal is not otherwise met. c. DBEs and other small businesses, as defined in 49 CFR, Part 26 are encouraged to participate in the performance of contracts financed in whole or in part with federal funds. CONSULTANT or subconsultant shall not discriminate on the basis of race, color,national origin, or sex in the performance of this contract. CONSULTANT shall carry out applicable requirements of 49 CFR,Part 26 in the award and administration of US DOT-assisted agreements. Failure by CONSULTANT to carry out these requirements is a material breach of this contract, Exhibit"B" Page 6 of 8 which may result in the termination of this contract or such other remedy as LOCAL AGENCY deems appropriate. d. Any subcontract entered into as a result of this contract shall contain all of the provisions of this section. e. A DBE firm may be terminated only with prior written approval from LOCAL AGENCY and only for the reasons specified in 49 CFR 26.53(fl. Prior to requesting LOCAL AGENCY consent for the termination, CONSULTANT must meet the procedural requirements specified in 49 CFR 26.53(�. f. A DBE performs a Commercially Useful Function (CUF) when it is responsible for execution of the work of the contract and is carrying out its responsibilities by actually performing, managing, and supervising the work involved. To perform a CUF, the DBE must also be responsible with respect to materials and supplies used on the contract,for negotiating � price, determining quality and quantity, ordering the material, and installing (where applicable) and paying for the material itself. To determine whether a DBE is performing a CUF, evaluate the amount of work subcontracted, industry practices,whether the amount the firm is to be paid under the, contract is commensurate with the work it is actually performing, and other relevant factors. g. A DBE does not perform a CUF if its role is limited to that of an extra participant in a transaction, contract, or project through which funds are passed in order to obtain the appearance of DBE participation. In determining whether a DBE is such an extra participant, examine similar transactions, particularly those in which DBEs do not participate. h. If a DBE does not perform or exercise responsibility for at least thirty percent(30%) of the total cost of its contract with its own work force, or the DBE subcontracts a greater portion of the work of the contract than would be expected on the basis of normal industry practice for the type of work involved, it will be presumed that it is not performing a CUF. i. CONSULTANT shall maintain records of materials purchased or supplied from all subcontracts entered into with certified DBEs. The records shall show the name and business address of each DBE or vendor and the total dollar amount actually paid each DBE or vendor, regardless of tier. The records shall show the date of payment and the total dollar figure paid to all firms. DBE prime consultants shall also show the date of work performed by their own forces along with the corresponding dollar value of the work. j. Upon completion of the Contract, a summary of these records shall be prepared and submitted on the form entitled,"Final Report-Utilization of Disadvantaged Business Enterprise (DBE),First-Tier Subconsultants"CEM-2402F [Exhibit 17-F, of the LAPM], certified correct by CONSULTANT or CONSULTANT's authorized representative and shall be furnished to the Contract Administrator with the final invoice. Failure to provide the summary of DBE payments with the final invoice will result in twenty-five percent(25%) of the dollar value of the invoice being withheld from payment until the form is submitted. The amount will be returned to CONSULTANT when a satisfactory "Final Report-Utilization of Disadvantaged Business Enterprises (DBE), First-Tier Subconsultants"is submitted to the Contract Administrator. Exhibit"B" Page 7 of 8 k. If a DBE subconsultant is decertified during the life of the contract, the decertified subconsultant shall notify CONSULTANT in writing with the date of decertification. If a subconsultant becomes a certified DBE during the life of the Contract,the subconsultant shall notify CONSULTANT in writing with the date of certification. Any changes should be reported to LOCAL AGENCY's Contract Administrator within 30 days. � Exhibit"B" Page 8 of 8 CITY COUNCIL MINUTES NOVEMBER 13, 2018 3. CONSENT CALENDAR(Continued) 3.7 Award of Consultant Services Agreement to KOA Corporation for preparing plans, specifications,and estimates for Traffic Engineering Services on Chapman Avenue at Flower Street Left Turn Signal Modifications and Chapman Avenue at Feldner Road Left Turn Signal Modifications. (A2100.0; AGR-6663) ACTION: Awarded the contract in the amount of $39,464 to KOA Corporation; and authorized the Mayor and City Clerk to execute on behalf of the City. 3.8 Cooperative Agreement No. C-8-1797 by and between Orange County Transportation Authority and the Cities of Orange, Garden Grove, Santa Ana, and � Westminster for the implementation of the Garden Grove Boulevard Regional Traffic Signal Synchronization Project funded as part of the Measure M2 Regional Traffic Signal Synchronization Program. (A2100.0; AGR-6664) ACTION: Approved Cooperative Agreement No. C-8-1797,and authorized the Mayor and City Clerk to execute on behalf of the City. 3.9 Cooperative Agreement No. C-8-1798 by and between Orange County Transportation Authority and the Cities of Orange, Anaheim, Cypress, Garden Grove, Los Alamitos, Stanton, Villa Park, and County of Orange for the implementation of the Katella Avenue Regional Traffic Signal Synchronization Project funded as part of the Measure M2 Regional Traffic Signal Synchronization Program. (A2100.0; AGR-6665) ACTION:Approved Cooperative Agreement No. C-8-1798,and authorized the Mayor and City Clerk to execute on behalf of the City. 3.10 Cooperative Agreement No. C-8-1800 by and between Orange County Transportation Authority and the Cities of Orange, Irvine, and Santa Ana for the implementation of the Main Street Regional Traffic Signal Synchronization Project funded as part of the Measure M2 Regional Traffic Signal Synchronization Program. (A2100.0; AGR-6666) ACTION: Authorized the appropriation of$5,000 from the unreserved TSIP "B" (284) fund balance to expenditure account 284.5032.56100.20191 for the City of Orange's share of project cost; and approved Cooperative Agreement No. C-8-1800 and authorized the Mayor and City Clerk to execute on behalf of the City. 3.11 Cooperative Agreement No. C-8-2015 by and between Orange County Transportation Authority and the Cities of Aliso Viejo, Anaheim, Brea, Buena Park, Costa Mesa, Cypress, Dana Point, Fountain Valley, Fullerton, Garden Grove, Huntington Beach, Irvine, Laguna Beach, Laguna Hills, Laguna Niguel, Laguna Woods, La Habra, Lake Forest, Mission Viejo, La Palma, Los Alamitos, Newport Beach, Orange, Placentia, Rancho Santa Margarita, San Clemente, San Juan Capistrano, Santa Ana, Seal Beach, Stanton,Tustin,Villa Park,Westminster,Yorba Linda, and the County of Orange for administration of the Orange County Taxi Administration Program. (A2100.0; AGR-6667) ACTION: Approved Cooperative Agreement No. C-8-2015 and authorized the City Manager and CiTy Clerk to execute on behalf of the City. PAGE 4