HomeMy WebLinkAboutC-8032-3 - On-Call PSA for Traffic/Transportation Engineering1
N
cn
4
00
V
ON -CALL PROFESSIONAL SERVICES AGREEMENT
WITH WILLDAN ENGINEERING FOR
TRAFFIC/TRANSPORTATION ENGINEERING SERVICES
THIS ON -CALL PROFESSIONAL SERVICES AGREEMENT ("Agreement") is
made and entered into as of this 27th day of August, 2024 ("Effective Date"), by and
between the CITY OF NEWPORT BEACH, a California municipal corporation and charter
city ("City"), and WILLDAN ENGINEERING, a California corporation ("Consultant"),
whose address is 2401 East Katella Avenue Suite 300, Anaheim, California 92806, and
is made with reference to the following:
RECITALS
A. City is a municipal corporation duly organized and validly existing under the laws
of the State of California with the power to carry on its business as it is now being
conducted under the statutes of the State of California and the Charter of City.
B. City desires to engage Consultant to provide on -call, as needed traffic and
transportation professional engineering services ("Project").
C. Consultant possesses the skill, experience, ability, background, certification and
knowledge to provide the professional services described in this Agreement.
D. City has solicited and received a proposal from Consultant, has reviewed the
previous experience and evaluated the expertise of Consultant, and desires to
retain Consultant to render professional services under the terms and conditions
set forth in this Agreement.
NOW, THEREFORE, it is mutually agreed by and between the undersigned parties
as follows:
1. TERM
The term of this Agreement shall commence on the Effective Date, and shall
terminate on August 27, 2027, unless terminated earlier as set forth herein.
2. SERVICES TO BE PERFORMED
2.1 Consultant shall perform the on -call services described in the Scope of
Services attached hereto as Exhibit A and incorporated herein by reference ("Services"
or "Work"). Upon written request from the Project Administrator as defined herein,
Consultant shall provide a letter proposal for Services requested by the City (hereinafter
referred to as the "Letter Proposal"). The Letter Proposal shall include the following:
2.1.1 A detailed description of the Services to be provided;
2.1.2 The position of each person to be assigned to perform the Services,
and the name of the individuals to be assigned, if available;
and
2.1.3 The estimated number of hours and cost to complete the Services;
2.1.4 The time needed to finish the specific project.
2.2 No Services shall be provided until the Project Administrator has provided
written acceptance of the Letter Proposal. Once authorized to proceed, Consultant shall
diligently perform the duties in the approved Letter Proposal.
3. TIME OF PERFORMANCE
3.1 Time is of the essence in the performance of Services under this Agreement
and Consultant shall perform the Services in accordance with the schedule included in
Exhibit A and the Letter Proposal. In the absence of a specific schedule, the Services
shall be performed to completion in a diligent and timely manner. The failure by
Consultant to strictly adhere to the schedule set forth in Exhibit A and the Letter Proposal,
if any, or perform the Services in a diligent and timely manner may result in termination
of this Agreement by City.
3.2 Notwithstanding the foregoing, Consultant shall not be responsible for
delays due to causes beyond Consultant's reasonable control. However, in the case of
any such delay in the Services to be provided for the Project, each party hereby agrees
to provide notice within two (2) calendar days of the occurrence causing the delay to the
other party so that all delays can be addressed.
3.3 Consultant shall submit all requests for extensions of time for performance
in writing to the Project Administrator as defined herein not later than ten (10) calendar
days after the start of the condition that purportedly causes a delay. The Project
Administrator shall review all such requests and may grant reasonable time extensions
for unforeseeable delays that are beyond Consultant's control.
3.4 For all time periods not specifically set forth herein, Consultant shall
respond in the most expedient and appropriate manner under the circumstances, by
hand -delivery or mail.
4. COMPENSATION TO CONSULTANT
4.1 City shall pay Consultant for the Services on a time and expense not -to -
exceed basis in accordance with the provisions of this Section and the Letter Proposal
and the Schedule of Billing Rates attached hereto as Exhibit B and incorporated herein
by reference. Consultant's compensation for all Work performed in accordance with this
Agreement, including all reimbursable items and subconsultant fees, shall not exceed
Three Hundred Thousand Dollars and 00/100 ($300,000.00), without prior written
authorization from City. No billing rate changes shall be made during the term of this
Agreement without the prior written approval of City.
4.2 Consultant shall submit monthly invoices to City describing the Work
performed the preceding month. Consultant's bills shall include the name of the person
Willdan Engineering Page 2
who performed the Work, a brief description of the Services performed and/or the specific
task in the Scope of Services to which it relates, the date the Services were performed,
the number of hours spent on all Work billed on an hourly basis, and a description of any
reimbursable expenditures. City shall pay Consultant no later than thirty (30) calendar
days after approval of the monthly invoice by City staff.
4.3 City shall reimburse Consultant only for those costs or expenses specifically
identified in Exhibit B to this Agreement and the Letter Proposal or specifically approved
in writing in advance by City.
4.4 Consultant shall not receive any compensation for Extra Work performed
without the prior written authorization of City. As used herein, "Extra Work" means any
Work that is determined by City to be necessary for the proper completion of the Project,
but which is not included within the Scope of Services and which the parties did not
reasonably anticipate would be necessary at the execution of this Agreement.
Compensation for any authorized Extra Work shall be paid in accordance with the
Schedule of Billing Rates as set forth in Exhibit B and the Letter Proposal.
5. PROJECT MANAGER
5.1 Consultant shall designate a Project Manager, who shall coordinate all
phases of the Project. This Project Manager shall be available to City at all reasonable
times during the Agreement term. Consultant has designated Jeffrey Lau to be its Project
Manager. Consultant shall not remove or reassign the Project Manager or any personnel
listed in Exhibit A or assign any new or replacement personnel to the Project without the
prior written consent of City. City's approval shall not be unreasonably withheld with
respect to the removal or assignment of non -key personnel.
5.2 Consultant, at the sole discretion of City, shall remove from the Project any
of its personnel assigned to the performance of Services upon written request of City.
Consultant warrants that it will continuously furnish the necessary personnel to complete
the Project on a timely basis as contemplated by this Agreement.
5.3 If Consultant is performing inspection services for City, the Project Manager
and any other assigned staff shall be equipped with a cellular phone to communicate with
City staff. The Project Manager's cellular phone number shall be provided to City.
6. ADMINISTRATION
This Agreement will be administered by the Public Works Department. City's
Director of Public Works or designee shall be the Project Administrator and shall have the
authority to act for City under this Agreement. The Project Administrator shall represent
City in all matters pertaining to the Services to be rendered pursuant to this Agreement.
7. CITY'S RESPONSIBILITIES
To assist Consultant in the execution of its responsibilities under this Agreement,
City agrees to provide access to and upon request of Consultant, one copy of all existing
Willdan Engineering Page 3
relevant information on file at City. City will provide all such materials in a timely manner
so as not to cause delays in Consultant's Work schedule.
8. STANDARD OF CARE
8.1 All of the Services shall be performed by Consultant or under Consultant's
supervision. Consultant represents that it possesses the professional and technical
personnel required to perform the Services required by this Agreement, and that it will
perform all Services in a manner commensurate with community professional standards
and with the ordinary degree of skill and care that would be used by other reasonably
competent practitioners of the same discipline under similar circumstances. All Services
shall be performed by qualified and experienced personnel who are not employed by City.
By delivery of completed Work, Consultant certifies that the Work conforms to the
requirements of this Agreement, all applicable federal, state and local laws, and legally
recognized professional standards.
8.2 Consultant represents and warrants to City that it has, shall obtain, and shall
keep in full force and effect during the term hereof, at its sole cost and expense, all
licenses, permits, qualifications, insurance and approvals of whatsoever nature that is
legally required of Consultant to practice its profession. Consultant shall maintain a City
of Newport Beach business license during the term of this Agreement.
8.3 Consultant shall not be responsible for delay, nor shall Consultant be
responsible for damages or be in default or deemed to be in default by reason of strikes,
lockouts, accidents, acts of God, or the failure of City to furnish timely information or to
approve or disapprove Consultant's Work promptly, or delay or faulty performance by
City, contractors, or governmental agencies.
9. HOLD HARMLESS
9.1 To the fullest extent permitted by law, Consultant shall indemnify, defend
and hold harmless City, its City Council, boards and commissions, officers, agents,
volunteers and employees (collectively, the "Indemnified Parties"), from and against any
and all claims (including, without limitation, claims for bodily injury, death or damage to
property), demands, obligations, damages, actions, causes of action, suits, losses,
judgments, fines, penalties, liabilities, costs and expenses (including, without limitation,
attorneys' fees, disbursements and court costs) of every kind and nature whatsoever
(individually, a Claim; collectively, "Claims"), and which relate (directly or indirectly) to the
negligence, recklessness, or willful misconduct of the Consultant or its principals, officers,
agents, employees, vendors, suppliers, subconsultants, subcontractors, anyone
employed directly or indirectly by any of them or for whose acts they may be liable, or any
or all of them.
9.2 Notwithstanding the foregoing, nothing herein shall be construed to require
Consultant to indemnify the Indemnified Parties from any Claim arising from the sole
negligence, active negligence or willful misconduct of the Indemnified Parties. Nothing in
this indemnity shall be construed as authorizing any award of attorneys' fees in any action
Willdan Engineering Page 4
on or to enforce the terms of this Agreement. This indemnity shall apply to all claims and
liability regardless of whether any insurance policies are applicable. The policy limits do
not act as a limitation upon the amount of indemnification to be provided by the
Consultant.
10. INDEPENDENT CONTRACTOR
It is understood that City retains Consultant on an independent contractor basis
and Consultant is not an agent or employee of City. The manner and means of
conducting the Work are under the control of Consultant, except to the extent they are
limited by statute, rule or regulation and the expressed terms of this Agreement. No civil
service status or other right of employment shall accrue to Consultant or its employees.
Nothing in this Agreement shall be deemed to constitute approval for Consultant or any
of Consultant's employees or agents, to be the agents or employees of City. Consultant
shall have the responsibility for and control over the means of performing the Work,
provided that Consultant is in compliance with the terms of this Agreement. Anything in
this Agreement that may appear to give City the right to direct Consultant as to the details
of the performance of the Work or to exercise a measure of control over Consultant shall
mean only that Consultant shall follow the desires of City with respect to the results of the
Services.
11. COOPERATION
Consultant agrees to work closely and cooperate fully with City's designated
Project Administrator and any other agencies that may have jurisdiction or interest in the
Work to be performed. City agrees to cooperate with the Consultant on the Project.
12. CITY POLICY
Consultant shall discuss and review all matters relating to policy and Project
direction with City's Project Administrator in advance of all critical decision points in order
to ensure the Project proceeds in a manner consistent with City goals and policies.
13. PROGRESS
Consultant is responsible for keeping the Project Administrator informed on a
regular basis regarding the status and progress of the Project, activities performed and
planned, and any meetings that have been scheduled or are desired.
14. INSURANCE
Without limiting Consultant's indemnification of City, and prior to commencement
of Work, Consultant shall obtain, provide and maintain at its own expense during the term
of this Agreement or for other periods as specified in this Agreement, policies of insurance
of the type, amounts, terms and conditions described in the Insurance Requirements
attached hereto as Exhibit C, and incorporated herein by reference.
Willdan Engineering Page 5
15. PROHIBITION AGAINST ASSIGNMENTS AND TRANSFERS
Except as specifically authorized under this Agreement, the Services to be
provided under this Agreement shall not be assigned, transferred contracted or
subcontracted out without the prior written approval of City. Any of the following shall be
construed as an assignment: The sale, assignment, transfer or other disposition of any
of the issued and outstanding capital stock of Consultant, or of the interest of any general
partner or joint venturer or syndicate member or cotenant if Consultant is a partnership or
joint -venture or syndicate or co -tenancy, which shall result in changing the control of
Consultant. Control means fifty percent (50%) or more of the voting power or twenty-five
percent (25%) or more of the assets of the corporation, partnership or joint -venture.
16. SUBCONTRACTING
The subcontractors authorized by City, if any, to perform Work on this Project are
identified in Exhibit A and the Letter Proposal. Consultant shall be fully responsible to
City for all acts and omissions of any subcontractor. Nothing in this Agreement shall
create any contractual relationship between City and any subcontractor nor shall it create
any obligation on the part of City to pay or to see to the payment of any monies due to
any such subcontractor other than as otherwise required by law. City is an intended
beneficiary of any Work performed by the subcontractor for purposes of establishing a
duty of care between the subcontractor and City. Except as specifically authorized herein,
the Services to be provided under this Agreement shall not be otherwise assigned,
transferred, contracted or subcontracted out without the prior written approval of City.
17. OWNERSHIP OF DOCUMENTS
17.1 Each and every report, draft, map, record, plan, document and other writing
produced, including but not limited to, websites, blogs, social media accounts and
applications (hereinafter "Documents"), prepared or caused to be prepared by Consultant,
its officers, employees, agents and subcontractors, in the course of implementing this
Agreement, shall become the exclusive property of City, and City shall have the sole right
to use such materials in its discretion without further compensation to Consultant or any
other party. Additionally, all material posted in cyberspace by Consultant, its officers,
employees, agents and subcontractors, in the course of implementing this Agreement,
shall become the exclusive property of City, and City shall have the sole right to use such
materials in its discretion without further compensation to Consultant or any other party.
Consultant shall, at Consultant's expense, provide such Documents, including all logins
and password information to City upon prior written request.
17.2 Documents, including drawings and specifications, prepared by Consultant
pursuant to this Agreement are not intended or represented to be suitable for reuse by
City or others on any other project. Any use of completed Documents for other projects
and any use of incomplete Documents without specific written authorization from
Consultant will be at City's sole risk and without liability to Consultant. Further, any and
all liability arising out of changes made to Consultant's deliverables under this Agreement
by City or persons other than Consultant is waived against Consultant, and City assumes
Willdan Engineering Page 6
full responsibility for such changes unless City has given Consultant prior notice and has
received from Consultant written consent for such changes.
17.3 All written documents shall be transmitted to City in formats compatible with
Microsoft Office and/or viewable with Adobe Acrobat.
18. CONFIDENTIALITY
All Documents, including drafts, preliminary drawings or plans, notes and
communications that result from the Services in this Agreement, shall be kept confidential
unless City expressly authorizes in writing the release of information.
19. INTELLECTUAL PROPERTY INDEMNITY
Consultant shall defend and indemnify City, its agents, officers, representatives
and employees against any and all liability, including costs, for infringement or alleged
infringement of any United States' letters patent, trademark, or copyright, including costs,
contained in Consultant's Documents provided under this Agreement.
20. RECORDS
Consultant shall keep records and invoices in connection with the Services to be
performed under this Agreement. Consultant shall maintain complete and accurate
records with respect to the costs incurred under this Agreement and any Services,
expenditures and disbursements charged to City, for a minimum period of three (3) years,
or for any longer period required by law, from the date of final payment to Consultant
under this Agreement. All such records and invoices shall be clearly identifiable.
Consultant shall allow a representative of City to examine, audit and make transcripts or
copies of such records and invoices during regular business hours. Consultant shall allow
inspection of all Work, data, Documents, proceedings and activities related to the
Agreement for a period of three (3) years from the date of final payment to Consultant
under this Agreement.
21. WITHHOLDINGS
City may withhold payment to Consultant of any disputed sums until satisfaction of
the dispute with respect to such payment. Such withholding shall not be deemed to
constitute a failure to pay according to the terms of this Agreement. Consultant shall not
discontinue Work as a result of such withholding. Consultant shall have an immediate
right to appeal to the City Manager or designee with respect to such disputed sums.
Consultant shall be entitled to receive interest on any withheld sums at the rate of return
that City earned on its investments during the time period, from the date of withholding of
any amounts found to have been improperly withheld.
22. ERRORS AND OMISSIONS
In the event of errors or omissions that are due to the negligence or professional
inexperience of Consultant which result in expense to City greater than what would have
Willdan Engineering Page 7
resulted if there were not errors or omissions in the Work accomplished by Consultant,
the additional design, construction and/or restoration expense shall be borne by
Consultant. Nothing in this Section is intended to limit City's rights under the law or any
other sections of this Agreement.
23. CITY'S RIGHT TO EMPLOY OTHER CONSULTANTS
City reserves the right to employ other Consultants in connection with the Project.
24. CONFLICTS OF INTEREST
24.1 Consultant or its employees may be subject to the provisions of the
California Political Reform Act of 1974 (the "Act") and/or Government Code §§ 1090 et
seq., which (1) require such persons to disclose any financial interest that may
foreseeably be materially affected by the Work performed under this Agreement, and (2)
prohibit such persons from making, or participating in making, decisions that will
foreseeably financially affect such interest.
24.2 If subject to the Act and/or Government Code §§ 1090 et seq., Consultant
shall conform to all requirements therein. Failure to do so constitutes a material breach
and is grounds for immediate termination of this Agreement by City. Consultant shall
indemnify and hold harmless City for any and all claims for damages resulting from
Consultant's violation of this Section.
25. NOTICES
25.1 All notices, demands, requests or approvals, including any change in
mailing address, to be given under the terms of this Agreement shall be given in writing,
and conclusively shall be deemed served when delivered personally, or on the third
business day after the deposit thereof in the United States mail, postage prepaid, first-
class mail, addressed as hereinafter provided.
25.2 All notices, demands, requests or approvals from Consultant to City shall
be addressed to City at:
Attn: Director of Public Works
Public Works Department
City of Newport Beach
100 Civic Center Drive
Newport Beach, CA 92660
25.3 All notices, demands, requests or approvals from City to Consultant shall
be addressed to Consultant at:
Attn: Jeffrey Lau
Willdan Engineering
2401 E. Katella Avenue Suite 300
Anaheim, CA 92806
Willdan Engineering Page 8
26. CLAIMS
Unless a shorter time is specified elsewhere in this Agreement, before making its
final request for payment under this Agreement, Consultant shall submit to City, in writing,
all claims for compensation under or arising out of this Agreement. Consultant's
acceptance of the final payment shall constitute a waiver of all claims for compensation
under or arising out of this Agreement except those previously made in writing and
identified by Consultant in writing as unsettled at the time of its final request for payment.
Consultant and City expressly agree that in addition to any claims filing requirements set
forth in the Agreement, Consultant shall be required to file any claim Consultant may have
against City in strict conformance with the Government Claims Act (Government Code
sections 900 et seq.).
27. TERMINATION
27.1 In the event that either party fails or refuses to perform any of the provisions
of this Agreement at the time and in the manner required, that party shall be deemed in
default in the performance of this Agreement. If such default is not cured within a period
of two (2) calendar days, or if more than two (2) calendar days are reasonably required
to cure the default and the defaulting party fails to give adequate assurance of due
performance within two (2) calendar days after receipt of written notice of default,
specifying the nature of such default and the steps necessary to cure such default, and
thereafter diligently take steps to cure the default, the non -defaulting party may terminate
the Agreement forthwith by giving to the defaulting party written notice thereof.
27.2 Notwithstanding the above provisions, City shall have the right, at its sole
and absolute discretion and without cause, of terminating this Agreement at any time by
giving no less than seven (7) calendar days' prior written notice to Consultant. In the
event of termination under this Section, City shall pay Consultant for Services
satisfactorily performed and costs incurred up to the effective date of termination for which
Consultant has not been previously paid. On the effective date of termination, Consultant
shall deliver to City all reports, Documents and other information developed or
accumulated in the performance of this Agreement, whether in draft or final form.
28. STANDARD PROVISIONS
28.1 Recitals. City and Consultant acknowledge that the above Recitals are true
and correct and are hereby incorporated by reference into this Agreement.
28.2 Compliance with all Laws. Consultant shall, at its own cost and expense,
comply with all statutes, ordinances, regulations and requirements of all governmental
entities, including federal, state, county or municipal, whether now in force or hereinafter
enacted. In addition, all Work prepared by Consultant shall conform to applicable City,
county, state and federal laws, rules, regulations and permit requirements and be subject
to approval of the Project Administrator and City.
28.3 Waiver. A waiver by either party of any breach, of any term, covenant or
condition contained herein shall not be deemed to be a waiver of any subsequent breach
Willdan Engineering Page 9
of the same or any other term, covenant or condition contained herein, whether of the
same or a different character.
28.4 Integrated Contract. This Agreement represents the full and complete
understanding of every kind or nature whatsoever between the parties hereto, and all
preliminary negotiations and agreements of whatsoever kind or nature are merged herein.
No verbal agreement or implied covenant shall be held to vary the provisions herein.
28.5 Conflicts or Inconsistencies. In the event there are any conflicts or
inconsistencies between this Agreement and the Scope of Services or any other
attachments attached hereto, the terms of this Agreement shall govern.
28.6 Interpretation. The terms of this Agreement shall be construed in
accordance with the meaning of the language used and shall not be construed for or
against either party by reason of the authorship of the Agreement or any other rule of
construction which might otherwise apply.
28.7 Amendments. This Agreement may be modified or amended only by a
written document executed by both Consultant and City and approved as to form by the
City Attorney.
28.8 Severability. If any term or portion of this Agreement is held to be invalid,
illegal, or otherwise unenforceable by a court of competent jurisdiction, the remaining
provisions of this Agreement shall continue in full force and effect.
28.9 Controlling Law and Venue. The laws of the State of California shall govern
this Agreement and all matters relating to it and any action brought relating to this
Agreement shall be adjudicated in a court of competent jurisdiction in the County of
Orange, State of California.
28.10 Equal Opportunity Employment. Consultant represents that it is an equal
opportunity employer and it shall not discriminate against any subcontractor, employee
or applicant for employment because race, religious creed, color, national origin,
ancestry, physical handicap, medical condition, marital status, sex, sexual orientation,
age or any other impermissible basis under law.
28.11 No Attorneys' Fees. In the event of any dispute or legal action arising under
this Agreement, the prevailing party shall not be entitled to attorneys' fees.
28.12 Counterparts. This Agreement may be executed in two (2) or more
counterparts, each of which shall be deemed an original and all of which together shall
constitute one (1) and the same instrument.
[SIGNATURES ON NEXT PAGE]
Willdan Engineering Page 10
IN WITNESS WHEREOF, the parties have caused this Agreement to be executed
on the dates written below.
APPROVED AS TO FORM:
CITY ATTORNEY'S OFFICE
Date: T4 2/-Zd2q
B
^'Aaron C. Harp g.,Z.24
City Attorney -4r-
ATTEST:
Date:
►��► .lam /f Nmffi-,��
:.
City Clerk
CITY OF NEWPORT BEACH,
a California m nicipal corporation
Date: 9/S ; � F'/zy ZY
By:
Mayor
Will O'Neill
CONSULTANT: WILLDAN
ENGINEERING, a California corporation
Date:
Signed in Counterpart
Bv:
Vanessa Munoz
Chief Executive Officer
Date:
Signed in Counterpart
Bv:
Kate Nguyen
Secretary
[END OF SIGNATURES]
Attachments: Exhibit A — Scope of Services
Exhibit B — Schedule of Billing Rates
Exhibit C — Insurance Requirements
Willdan Engineering Page 11
IN WITNESS WHEREOF, the parties have caused this Agreement to be executed
on the dates written below.
APPROVED AS TO FORM:
CITY ATTORNEY'S OFFICE
Date: T�Z/1,v2�
B:
aronC.Harp
City Attorney
ATTEST:
Date:
in
Leilani I. Brown
City Clerk
CITY OF NEWPORT BEACH,
a California municipal corporation
Date:
By:
Mayor
Will O'Neill
CONSULTANT: WILLDAN
ENGINEERING, California corporation
Date: 13.4/1 3 2,02 4
By:
Vanessa Mun z
Chief Executive Officer
Date: 9 / 3
By:
Kate Nguyen
Secretary
[END OF SIGNATURES]
Attachments: Exhibit A — Scope of Services
Exhibit B — Schedule of Billing Rates
Exhibit C — Insurance Requirements
Willdan Engineering Page 11
EXHIBIT
SCOPE OF SERVICES
Willdan Engineering Page A-1
Exhibit A
Scope of Services
On -Call Traffic & Transportation Professional Engineering Services
Consultant shall provide the following professional engineering services on an on -call, as needed
basis for the City. Firms specializing in some, but not all of the items below may be considered for
those services.
• Provide full-sized plans, specifications, and estimates for traffic/transportation engineering
projects;
• Perform general traffic -related studies;
• Review/prepare traffic signal timing/coordination plans;
• Prepare conceptual design plans/exhibits;
• Provide cost estimating and value engineering services;
• Prepare/review transportation impact studies;
• Prepare traffic calming (neighborhood) studies;
• Review/prepare traffic control plans;
• Provide bid support and preparation of record drawings;
• Perform traffic signal operation observation, review, and response (excluding physical traffic
signal maintenance and repair);
• Review City's traffic control devices and policies for State and Federal Compliance;
• Attend meetings as requested;
• Prepare grant applications;
• Prepare presentation materials and/or present to Elected Officials, Public and City Officials; or
• Other traffic/transportation engineering -related tasks, as requested by the City
• Staff augmentation services at the City of Newport Beach Civic Center for development review
and plan checking services.
Consultant shall perform the on -call services described in the Scope of Work ("Services" or
"Work"). Upon written request from the Project Administrator as defined herein, and pursuant to
Section 2 of the Agreement, Consultant shall provide a Letter Proposal for Services requested by
the City (hereinafter referred to as the "Letter Proposal").
.14
RCML
Zia
-� Yam' � • '�`+: _. �. __
11�W I LLDAN
2401 E. Kateiia Avenue, Suite 300
Anaheim, CA 92806
714.940.6300 1 800.424.9144 1 Fax:714.940.4920
www.wilidan.com
�A3 AU all
CITY OF N EWPORT BEACH
Proposal
On -Call Professional Engineering
Services for Traff is/Transportation
Engineering
P F P No. 24-72
May 20, 2024
*IW I LLDAN
Table of Contents
CoverLetter.......................................................................................................................................1
FirmQualifications.............................................................................................................................3
AboutWilldan...........................................................................................................................................
3
Range of Service Capabilities....................................................................................................................
3
Traffic Engineering Services..................................................................................................................
3
Staff Support/Augmentation Services..................................................................................................
5
KeyProject Team......................................................................................................................................
6
OrganizationalChart................................................................................................................................. 6
SupportTeam........................................................................................................................................
8
AdvanceNotice Requirements...........................................................................................................9
ProjectControls........................................................................................................................................
9
Resumes of Proposed Personnel.......................................................................................................12
Listof Public Agency Work...............................................................................................................25
Relevant Projects and References.....................................................................................................26
Knowledge of the City of Newport Beach...............................................................................................
26
On -Call Experience and References........................................................................................................
26
FeeSchedule....................................................................................................................................34
RequiredForms...............................................................................................................................35
v✓
Proposal for On -Call Professional Trafficrrransportation Engineering Services
W"W I LLDAN
May 20, 2024
Kevin Riley, Principal Civil Engineer
City of Newport Beach
100 Civic Center Drive
Newport Beach, CA 92660
Subject: Proposal for On -Call Professional Traffic/Transportation Engineering Services
Willdan Engineering (Willdan) is pleased to submit this Proposal to the City of Newport Beach (City) to
provide comprehensive municipal traffic and transportation engineering services on an on -call basis.
Willdan has a long history and a cadre of experience providing traffic engineering services involving all
services such as daily traffic engineering functions, traffic design and plan check, response to citizens'
request, traffic studies, operational analysis, grant funding, and other related professional services. We
can provide the City with a project team that excels in the necessary disciplines to complete any project
awarded under this on -call contract.
Willdan is providing services to the City through our On -Call Traffic Engineering Contract for the past ten
(10) years, and intermittingly for the last thirty years (30), to provide schedule focused and cost-
effective traffic engineering services. We have and will continue to provide the City of Newport Beach
with exemplary traffic engineering services while keeping the City's goals and standards at the forefront
of our mission.
Willdan has the resources, staff, and experience to provide the requested on -call traffic engineering
services for virtually any project the City may undertake. We maintain a strong core team of seasoned
traffic engineers to meet critical deadlines and provide consistent, high -quality work products. Willdan's
core strengths include:
Highly Skilled Project Management Team. Willdan's proposed Project Manager, Mr. Jeffrey Lau, PE,
TE, and Deputy Project Manager, Mr. Reggie Greene offer a combined 46 years of traffic engineering
and transportation planning experience.
Mr. Lau is an accomplished engineerfor multi -discipline and multi -agency traffic and
transportation projects and has supervised completion of a variety of large- to small-scale
projects. Mr. Lau offers 21 years of traffic engineering experience and manages transportation
design projects for a variety of cities and counties throughout California. He is responsible for
analysis, coordination, and design of various projects, including preparation of plans,
specifications and estimate (PS&E) for traffic design projects such as traffic signals, signing and
striping, and street lighting. Mr. Lau also provided staff augmentation support services to the
City of Newport Beach when Mr. Greene was unavailable.
Mr. Greene offers traffic design services for a variety of traffic engineering projects for client
cities, outside agencies, and California Department of Transportation (Caltrans) projects. Mr.
Greene offers 25 years of traffic engineering related experience including, but not limited to
traffic signal, signing and striping, street lighting, traffic control, and interconnect design. Mr.
Greene has been providing the City of Newport Beach with staff augmentation support services
for the past 10 years assisting with traffic control, signing and striping, and traffic signal plan
reviews; signing and striping, traffic signal, and conceptual plan preparation; resident requests;
field investigations; and other traffic related tasks as directed.
714.940.6300 1 800,424.9144 1 fax: 714.940.4920 1 2401 East Katella Avenue, Suite 300, Anaheim, California 92806-5909 1 www.wilidan.com
City of Newport Beach
May 20, 2024
Page 2
Knowledge of the City. Willdan has provided general engineering services to the City of Newport
Beach on various projects since 1994. These services include civil and traffic engineering design,
landscape architectural design, survey, geotechnical testing, utility coordination, construction
management, and construction inspection. For this reason, we have an established working
relationship with City staff and a familiarity with City procedures and requirements. Our knowledge
of the City will enable us to initiate work quickly and to respond appropriately to issues that arise
during the course of this contract. Currently, our staff is providing on -call traffic engineering
services to the City of Newport Beach Transportation Division since 2014, so they are intimately
familiar with the City's codes, standards, and provisions.
21 On -Call Contract Expertise. Willdan specializes in providing traffic engineering and transportation
planning to governmental agencies. Our services range from responding to citizen concerns to
designing and managing multimillion -dollar capital improvement projects. We currently provide
full-time and as -needed traffic engineering to approximately 42 cities throughout Southern
California, including Newport Beach, Anaheim, Yorba Linda, Laguna Beach, Los Alamitos, La Habra,
Arcadia, Bell, Inglewood, La Canada Flintridge, La Puente, Lakewood, Norwalk, Paramount, Pico
Rivera, Rolling Hills, and Rolling Hills Estates.
EN Expert Team of Engineers. To provide the City of Newport Beach with consistent, responsive, and
accurate service through this on -call traffic engineering contract, Willdan believes our approach to
fulfilling the required depth of experience is best met through our expert team. Additionally, many
of our traffic engineers have served as in-house technical specialists or on -site as an extension of city
staff— providing a unique depth of understanding of the City of Newport Beach's needs and
requirements.
I am the individual authorized to negotiate a contract for the proposed services with the City of Newport
Beach on behalf of Willdan and can be reached by mail at Willdan Engineering, 2401 East Katella
Avenue, Suite 300, Anaheim, CA 92806; by phone at (562) 447-6844; or by email at
vmunoz@willdan.com.
We thank you for the opportunity to submit our proposal for on -call traffic/transportation services and
look forward to continuing our service to the City in this capacity. If there are any questions regarding
this proposal, please contact Mr. Lau at (562) 364-8526 or via e-mail at jlau@willdan.com.
Respectfully submitted,
WILLDAN ENGINEERING
Vanessa Munoz, E,
President
Comprehensive. Innovative. Trusted. *11"
About Willdan
Willdan Engineering, a California corporation since 1964, is a
subsidiary of Willdan Group, Inc., a publicly -traded Delaware
corporation. Services are provided to nation-wide clientele
through our subsidiary firms — Willdan Engineering, Willdan
Energy Solutions, and Willdan Financial Services — that offer
a portfolio of diversified strengths.
Throughout our 60-year history, Willdan Engineering
(Willdan) has served as a full -service, multi -disciplinary firm
specializing in municipal planning, engineering design,
construction management and inspection, and building and
safety services. Our full complement of support disciplines
provides effective and efficient solutions to resolve
everchanging challenges experienced by municipal agencies
today— and in the future.
Willdan advantages include:
On -call and staff augmentation
services have been the cornerstone
of Willdon's business for 60 years
Full -service capabilities offer
specialists in desired services with
minimal use of subconsultonts
Delivers the combination of
experienced, hands-on skills, and
perspective that ensures the City
receives high -quality service at
reasonable and competitive cost
Willdan has historically concentrated our efforts in public works engineering for cities, counties, and
special districts. Since 1964, we have evolved into a professional consulting firm offering a broad array
of services that provide a comprehensive and integrated approach to our clients' needs. Willdan
possesses expertise in most facets of the public sector marketplace. The varied experience and
background of our staff experience is an added value of our services. No other firm matches Willdan's
combined breadth of directly relevant technical and operational expertise and depth of experience.
Range of Service Capabilities
Willdan's full complement of engineering
consulting services encompass civil,
t
structural, and traffic engineering;
program/construction management and �—
inspection; city and special district
engineering; plan, study, and report review;
building safety; drainage and flood control; right-of-way engineering and mapping; geotechnical and
earthquake engineering; and other appurtenant services such as GIS, utility coordination and relocation,
and landscape architecture. With this depth of experience, expertise, knowledge, and resources,
Willdan offers comprehensive solutions that are timely, cost effective, and tailored to meet the needs of
individual communities. Our understanding of public agency challenges and needs is what makes
Willdan unique.
Willdan's staff are registered and/or certified in the disciplines involved in the day-to-day technical
consulting services provided to our clients.
Traffic Engineering Services
Willdan has completed over 30,000 traffic engineering and transportation planning projects since the
1980s when our traffic and transportation group was founded. We are experts in traffic engineering and
transportation planning and bring a comprehensive vision to design implementable, forward -thinking
v✓
Proposal for On -Call Professional Trafficrrransportation Engineering Services
engineering solutions that utilize technological innovations and lead the industry. Willdan's Traffic and
Transportation Group has a staff of 18 individuals, ten of whom are California -registered civil or traffic
engineers. These engineers are highly qualified professionals with combined traffic experience
exceeding 200 years. This experience includes a significant amount of time in responsible charge of
traffic functions for a variety of municipalities.
Our traffic engineering group specializes in providing all
facets of traffic engineering and transportation planning to
governmental agencies. Services include city traffic
engineering and traffic analysis, design, plan review, and
management. In addition to our proven expertise in
traditional design services such as signing, striping, traffic
signal, and street lighting design, we are skilled in
sophisticated computer -based applications such as arterial
corridor and network signal coordination studies. We are
proficient in traffic impact analyses and evaluating
transportation systems management. Our understanding
and knowledge of design is enhanced by our familiarity with
Caltrans and local standards, guidelines, and procedures.
Currently, our staff serves as contract city traffic engineers or
provide traffic engineering services for approximately 42
cities in the southwest. Our front-line knowledge and
understanding of local road and traffic conditions are the
cornerstone of our services. Willdan's traffic engineering
staff applies state-of-the-art concepts to confirm the
adequacy of transportation facilities, to determine the need
for traffic control devices, and to ensure the safe and
efficient operation of the transportation system.
Traffic Engineering
Traffic Signals and ITS Systems
Signing and Striping
Traffic Control
Bicycle and Pedestrian Facilities
Parking Facilities
Street Lighting
EV Charging Stations
Traffic Signal Timing
Traffic Operations
Traffic Management Plans (TMPs)
Transportation Demand Management
Roadway Capacity Evaluations
Traffic Impact Studies
Neighborhood Traffic Management
Traffic Control Device Warrant
Studies
Safe Routes to School Plans
Active Transportation Plans
Engineering and Traffic Surveys
Parking Studies/Management
Local Road Safety Plans
Safety Action Plans
VMT and LOS Analvsis
Our front-line knowledge and understanding of local road
and traffic conditions are the cornerstone of our services.
Willdan's traffic engineering staff applies state-of-the-art concepts to confirm the adequacy of
transportation facilities, to determine the need for traffic control devices, and to ensure the safe and
efficient operation of the transportation system.
Traffic Engineering Design
Willdan's traffic engineering experience and expertise covers all facets of traffic
engineering and planning, including visioning, research, and analysis to design, manage,
and implement safe and efficient traffic flow. Their recommendations involve road
geometry, sidewalks and crosswalks, cycling infrastructure, traffic signs, roadway markings
and traffic signals. In addition to our proven expertise in traditional design services such as signing,
striping, and traffic signal and street lighting design, our traffic engineers are skilled in sophisticated
computer -based applications such as arterial corridor and network signal coordination studies. They are
proficient in traffic impact analysis and evaluation of transportation systems management,
transportation demand management, and intelligent transportation systems strategies.
Our traffic design team prepares traffic engineering designs to warn, regulate, and guide traffic and
develop geometric design and channelization, traffic signal and street lighting plans, parking lot designs,
and traffic control plans. They routinely lend their expertise for improvements such as neighborhood
v✓
Proposal for On -Gall Professional Traffic/Transportation Engineering Services
traffic management/traffic calming, traffic impacts, school area and pedestrian safety, crosswalk
visibility enhancements, and local road safety plans and systemic safety improvements for local and
federally funded projects.
Traffic Studies
JimWilldan's traffic engineering team offers valuable solutions to ensure the safety of
motorists, pedestrians, and cyclists without negatively impacting surrounding
communities. The team prepares parking, neighborhood traffic management, traffic
impact, school area, pedestrian safety, crosswalk, traffic impact, suggested route to
school, engineering and survey, signal timing, and traffic circulation studies and reports for public
agencies throughout California. Willdar's staff is well experienced in presenting traffic studies at traffic
and planning commission, city council, and other public hearings.
While serving as city traffic engineer, our traffic staff members review traffic studies on a daily basis. A
majority of these studies are development related and include traffic impact analyses, parking demand,
and traffic circulation. The review often includes providing conditions of approval. Othertraffic study
reviews include project study reports, traffic management plans, traffic signal warrant analyses, and
traffic signal timing and coordination analyses.
Traffic Operations
,Z� 4, Z;4 Willdan's traffic operations experts are responsible for performing traffic safety and
operational investigations to ensure roadways are safe to travel under normal operating
conditions. Staff identify safety issues and/or deficiencies and make improvement
recommendations to mitigate them. Our team members have strong backgrounds in managing traffic
control centers, traffic signal timing and synchronization, and traffic control devices and developing and
implementing traffic management plans, traffic calming operations, and intelligent transportation
systems.
Staff Support/Augmentation Services
Uniquely, Willdan provides contract staffing to public agencies, providing a cost-effective alternative to
employing full-time staff. This service is provided through on -call, interim, and long-term staff support
and is utilized by public agencies to provide technical expertise on a project -by -project basis, to relieve
peak workload situations, or to fill vacant positions during a job search. Willdan personnel, many of
whom have served in positions with public agencies, can serve as City staff engineers, building officials,
plans examiners, inspectors, planning directors, case planners, public works directors, or project
managers. Having served, not only as staff with public agencies but also as contract staff through
Willdan, our personnel have a clear understanding of the challenges facing public agencies. They focus
on matching practical solutions with the budgetary and political requirements of individual public
agencies.
Mr. Greene has provided 10 years of staff support/augmentation services to the City of Newport Beach
on an as -needed basis. He currently provides an average of 16 hours of in-house support where he is
staffed at City Hall. When necessary, Mr. Greene has provided additional hours by working remotely to
complete urgent tasks such as preparing striping plans for the double -year 2022-2024 Slurry Seal
Project. Under the proposed on -call traffic and transportation engineering services contract, Mr.
Greene would continue to provide staff augmentation services on an on -call basis to the City of Newport
Beach.
Proposal for On -Call Professional Traffic(rransportation Engineering Services
Key Project Team
Personnel will be selected for each assignment based on the task requested by the City and the
personnel strengths in those areas. It is anticipated a task manager will be selected by Willdan's Project
Engineer for each specific Scope of Work provided by the City and the assignment will be performed
under direction of the City's Project Manager. Key personnel will be available to the extent proposed
for the duration of the contract, Willdan acknowledges that no person designated as "key" to the
Contract shall be removed or replaced without the prior written concurrence of the City of Newport
Beach.
Our Project Manager, Mr. Jeffrey Lau, and Deputy Project Manager, Mr. Reggie Greene, will be
supported by a talented team of traffic and transportation engineers, designers, drafters, and other
technical support staff that are ready to implement successful project delivery.
Organizational Chart
Our project organization chart provides an overview of the lines of communication for our team
members, including our subconsultant, to effectively deliver on -call traffic/transportation engineering
services to the City of Newport Beach.
Minh Phan, TE
Technical Support
Reginald Greene
Robert Burch
Kevin Custado, EIT, ENV SP
Miguel Obregon, EIT, ENV SP
Maryanne Truong, EIT, ENV SP
Bryan Cruz, ENV SP
v✓
Jeffrey Lau, PE, TE, ENV SP
Reginald Greene
Wes Pringle, PE
Technical Support
Reginald Greene
Gordon Lum, TE
Nicolle Spann, PE, TE
Emilio Murga, EIT
Traffic Data Collection
City Traffic Counters
(Subconsul tant)
J
Tyrone Peter, PE
farhad Iranitalab, PE, TE
Technical Support
Hernando Cotangco,TE
Steve Libring, TE
Kevin Custado, EIT, ENV SP
Proposal for On -Call Professional Traffic/Transportation Engineering Services
Willdan Key Project Team
Proposed
Jeffrey Lau, PE, TE, ENV SP
■ Project Manager
a BS, Civil Engineering, California Polytechnic
21 Years of Experience
State University, Pomona
■ Civil Engineer, California No. 83887
■ Traffic Engineer, California No. 2835
■ Envision Sustainability Professional No. 45376
Reginald Greene
■ Deputy Project Manager
■ BS, Civil Engineering, California Polytechnic
25 Years of Experience
■ Traffic Design/Plan Check
State University, Pomona
■ Traffic Studies
■ Doppler Traffic Radar Operator
Tyrone Peter, PE
■ Principal-in-Charge/quality
■ BS, Civil Engineering, Tamil Nadu College of
18 Years of Experience
Assurance
Engineering
■ Civil Engineering, Murugappa Polytechnic
■ Civil Engineer, California, No. 81888
Minh Phan, TE
I® Traffic Design/Plan Check Lead
■ BS, Civil Engineering, California State
25 Years of Experience
Polytechnic University, Pomona
■ Traffic Engineer, California No. 2219
Weston S. Pringle III, PE
_
Traffic Studies Lead
■ BS, Civil Engineering, California Polytechnic
33 Years of Experience
University, Pomona, California
■ Civil Engineer, California No. 56856
. Certified Building Plans Examiner, California
No. 10072182
Farhad Iranitalab, PE, TE
■ Traffic Operations Lead
■ BS, Civil Engineering, Oregon State University
40 Years of Experience
■ MS, Transportation Engineering, Oregon State
University
■ Civil Engineer, California No. 33142
■ Traffic Engineer, California No. 1695
Proposal for On -Call Professional Trafficrrransportation Engineering Services
Support Team
The matrix below shows the names, positions, credentials for our support team members.
Robert Burch ■ Traffic Design/Plan Check
31 Years of Experience
Kevin Custado, EIT, ENV SP ■ Traffic Design/Plan Check
9 Years of Experience ■ Traffic Operations
Miguel Obregon, EIT, ENV SP ■Traffic Design/Plan Check
4 Years of Experience
Maryanne Truong, EIT, ENV SP ■ Traffic Design/Plan Check
6 Years of Experience
Bryan Cruz, ENV SP ■ Traffic Design/Plan Check
4 Years of Experience
Gordon Lum, TE ■ Traffic Studies
38 Years of Experience ■ Traffic Operations
Nicolle Spann, PE, TE ■ Traffic Studies
10 Years of Experience
Emilio J. Murga, EIT ■ Traffic Studies
7 Years of Experience
Hernando Cotangco, TE
30 Years of Experience
■ Traffic Operations
R. Steve Libring, TE ■ Traffic Operations
52 Years of Experience
W/
■ AA, Liberal Arts, Mount San Antonio College,
Walnut
■ Post Certified Radar Operator, California State
University, Fullerton
■ Rio Hondo Community College, Whittier
■ Extension Courses, Traffic Signal Equipment and
Operations, University of California, Berkeley
■ Extension Courses, Construction Inspection for
Traffic Signals and Highway Lighting Systems,
University of California, Berkeley
■ BS, Civil Engineering, California Polytechnic State
University, Pomona
■ Engineer -in -Training, California No. 153964
■ Envision Sustainability Professional No. 45402
■ BS, Civil Engineering, California State Polytechnic
University, Pomona
■ Engineer -in -Training, CA No. 175555
■ Envision Sustainability Professional No. 45742
■ BS, Civil Engineering, California Polytechnic State
University, Pomona
■ Engineer -in -Training, California No. 178108
■ Envision Sustainability Professional No. 45543
■ BS, Civil Engineering, California Polytechnic State
University, Pomona
■ Envision Sustainability Professional No. 45531
■ MS in Civil Engineering: Infrastructure Planning
j and Management, Stanford University
BS in Civil Engineering, Stanford University
■ Licensed Traffic Engineer, California No. 1542
BS, Civil Engineering, California State Polytechnic
University, Pomona
■ Traffic Engineer, California No. 2933
Civil Engineer, California No. 91787
■ BS, Civil Engineering, California State University,
Fullerton
■ Engineering -in -Training, California No. 162881
■ BS in Electronics and Communication Engineering,
University of the East, Manila, Philippines
■ Traffic Engineer, California No. 2631
IMSATraffic Signal Technician Level III
■ Certified Fiber Optic Installer
1■ BS, Civil Engineering, California State University,
Los Angeles
■ Traffic Engineer, California No. TR 1801
Proposal for On -Call Professional Trafficrrransportation Engineering Services
As-needed/on-call engineering services are Willdan's foundation. Our staff includes former public
agency or contract agency staff. Therefore, we understand the importance and purpose of on -call
contracts and are very familiar with the processes and procedures for such services. This experience
and the relevant experience allow our staff to be ready at a moment's notice to provide the City of
Newport Beach with a wide range of on -call services. Willdan has a reserve of staff to draw from if the
need for backup is required to ensure the timely response to requests for service.
Project Controls
Successful project implementation begins with a full
understanding of the project scope and requirements,
client's needs, and scheduling and budget constraints.
Meeting and discussing the project with City staff is
essential to understanding all aspects of the project,
including identifying possible issues to minimize
additional cost and scope.
Willdan's project control system is designed to
provide a coordinated effort between all task facets of
a project in the framework of the pre -established
master schedule, budget controls, and reporting
system. The project control system provides an
objective measure of performance integrating the
following functions:
® Work breakdown structure
® Budget control system
Master schedule control system
Progress reporting
Work breakdown structure
Staffing and Resource Management Plan
Willdan is completely committed to providing the staffing and resources required to complete projects
under this bench contract on schedule and with high quality. To ensure we meet this commitment, we
prepare labor projections for all projects. Projections are made for each individual project and then
aggregated by the technical director to produce division/office-wide labor needs and to identify
shortages or surplus.
Labor planning for this contract will be done on an individualized basis. Mr. Lau will coordinate with the
task leads to identify the staff required to complete each awarded project and calculate the hours. This
data will be input into our project staffing needs plan on a weekly basis.
For activities that do not require a specific person (i.e., draftsperson, tech aide, word processing, etc.),
this estimate will be done on a position basis. Project staffing assignments will match the experience of
personnel with the degree of project complexity. Because resources are often shared for any given
project, our Task Leads are very involved in our staff workload projections.
Proposal for On -Call Professional TraffierTransportation Engineering Services
Manhour Breakdown
The manhour breakdown structure subdivides the work into manageable segments and is
rethe basis for our project control plan. The structure is tailored to specific project needs, but
generally has typical elements, including codes to identify work segments and engineering
disciplines, weekly reports, and project resources schedule.
To monitor labor costs, each person performing work on a project completes a weekly timecard that
identifies the project, segment of work, and engineering discipline by code. Man-hour summary reports
are developed weekly from the timecards and are issued to our Task Lead for review. Each Task Lead
then updates the schedule. This simple system provides accountability for Willdan's payroll, billings, and
progress reporting and serves as the basis for all cost -related project management data.
Cost Control
s $ $ The budget control system is prepared in accordance with the work breakdown structure.
The budget becomes the control against which performance is measured. The budget is
time phased by combining project master scheduling data with budget data. Actual costs
are compared with budgeted costs and variances analyzed. Deviations between planned
and actual cost can then be evaluated to forecast and control future work. Beginning with electronic
timekeeping, project hours are assigned to the appropriate tasks and subtasks and booked as work -in -
process. Pre -bill reports are generated that identify the hours to be billed along with any other direct
charges to the project. This is the information used to determine each month's invoicing. Once hours
and charges are billed, they are shifted from Work -in -Process to Accounts Receivable to ensure that
billed hours are inactivated. Monitoring is easily accomplished through team member progress updates
and comparisons between the scope of work, schedule, and budget.
Schedule Control
A critical path method master schedule will be prepared following the notice to proceed.
The schedule will identify major items of work and will be the vehicle for monitoring,
controlling, and tracking progress. The schedule will be updated monthly to reflect actual
and forecasted completions. This allows our Task Leads to anticipate and forecast potential
issues and develop an advanced strategy to proactively mitigate problems before they impact the
schedule. If it is determined that a project is falling behind schedule, Task Leads meet with the
respective team members, identify the problem, and ensure that extra support and effort are expended
to bring the project back on schedule. Willdan will keep City staff informed of the overall schedule,
including advanced notification of any necessary adjustments or actions to remain on track. Task Leads
will monitor all progress on a weekly basis.
Progress Reporting
• The submittal requirements and format for consistent monthly reporting of project costs
and status will be confirmed with the City during the project start-up period. The status
report will contain a project performance summary, action items, outstanding items to be
resolved, an updated schedule, and a comparison and narrative of budgeted costs versus
actual costs.
Quality Assurance and Control
Quality assurance and control procedures are critical to ensuring sound engineering
A practices and quality deliverables are produced for our clients. Project -specific quality
Cr Id assurance/control activities will be planned at the beginning of each awarded task
assignment. Typical quality assurance/control activities include assigning the appropriate technical staff
Proposal for On -Call Professional Trafficfrransportation Engineering Services 10
to the project, selecting the proper project technical approach, establishing a project schedule that
meets City and internal Willdan deadlines, and determining the proper level of quality assurance/control
review. These project deliverables review levels are:
Level Level Level Level
Peer Review Only Peer Review and Editorial Peer Review, Editorial All Elements of Level 3 Plus
Review (Documents) Review, and Professional Additional Reviews by
Engineer Review Specific Technical Experts
As Quality Assurance Manager for the City's Traffic Engineering contract, Mr. Tyrone Peter, PE, will
oversee the quality assurance and quality control protocols by assigning a senior staff member
experienced in the required disciplines to oversee the implementation of project -specific quality
assurance/control activities. This senior staff member will report directly to Mr. Peter but will work
closely with Mr. Lau, to monitor and adjust the project quality assurance/control activities to ensure
project objectives are met.
Subconsultant Management Plan
One of Willdan's advantages over most of our competitors is that we offer nearly all the services
described in the City's Request for Proposal through our in-house experts and technicians. We do not
need to hire and manage as many subconsultants as other firms do. However, we understand the City's
may have individual task assignment goals for small and disadvantaged business enterprises. Willdan
has made a commitment to teaming with disadvantaged, minority, women, and disabled veteran
businesses whenever possible. We always strive to meet or exceed the goals set by our client agencies.
We maintain a subconsultant database that is utilized to fill DBE needs.
For this on -call contract, Willdan has teamed with City Traffic Counters to perform data collection,
including turning movement counts, machine counts, speed survey data, vehicle classification data, and
any data collection necessary for specific traffic engineering analyses.
City Traffic Counters will take formal direction from our Traffic Studies Task Leader, Mr. Wes Pringle. All
activities related to the administration of the subconsultant agreement will be managed by our Project
Manager. Mr. Pringle will review City Traffic Counters' progress on a weekly basis and include the
subconsultant's work in quality control reviews.
NVProposal for On -Call Professional Traffic(rransportation Engineering Services 11
Willdan Engineering has extensive experience working with various government agencies due to our
public agency orientation and participation as members of various city and county committees involved
in nearly all public agency activities and is thoroughly familiar with regulations pertaining to many of the
federal, state, county, and local funding programs.
The matrix below represents a small excerpt of our recent relevant Traffic Engineering contracts with
local government agencies in Southern California. Due to Willdan's commitment to meeting and
regularly exceeding client expectations, we have served many of our local government clients for
decades.
City of Azusa I ✓
City of Bell ✓
_. _ ---- _... ✓ .-
City of Brea
✓
✓
✓
✓
✓
✓
✓
. _.. _
✓.
✓
--_✓ ._.._
✓
_..✓..__._._
✓
✓ __..__✓.
✓
_...
.
✓
City of El Monte
✓
✓
✓
✓
✓
-
✓
._..._.
✓
_.._.._._... --
City of Highland
- .. ✓ ..--
✓ -
- -_✓
✓
✓
✓
✓
City of Inglewood
City of La Canada-Flintridge
✓
✓
✓_...--
✓
---. ✓ _.._....._._._....✓-
✓
✓
--_✓......_...._
✓
_. ✓._.
✓
_...--I/ - -
City of La Puente
✓
✓
✓
✓
✓
_✓
✓
City of La Quinta
✓
✓
✓
✓
✓
✓
✓
City of Los Alamitos_
✓
✓
✓
✓
✓
✓
✓
City of Lakewood
✓
✓
✓
✓
✓
✓
✓
City of Moreno Valley
✓
✓
✓
✓
✓
✓_
V/
City of Newport Beach
✓
✓
✓
✓
✓
✓
City of Norwalk
✓
✓
✓
✓
✓
✓
✓
City of Paramount
✓
✓
✓
✓
✓
✓
✓
City of Pico Rivera
✓
✓
✓
✓
✓
✓
✓
City of Rialto
✓
✓
✓
✓
✓
✓
✓
City of Ridgecrest
✓
✓
✓
✓
✓
✓
✓
_
City of Rolling Hills
✓
✓
✓
✓
✓
✓
_
City of Rolling Hills Estates
✓
✓
✓
✓
✓
✓
✓
City of San Fernando
✓
✓
✓
✓
✓
✓
✓
City of South Gate
✓
_
✓
✓
✓
✓
✓
✓_
City of Temecula
✓
✓
✓
✓
✓
✓
✓
County of Los Angeles
✓
✓
✓
✓
✓
✓
Proposal for On -Call Professional Traffic/Transportation Engineering Services 25
City of Newport Beach
Relevant Projects and References
Knowledge of the City of Newport Beach
We know the City of Newport Beach and the City knows us. Willdan has provided services to the City of
Newport Beach over the past 39 years. These services encompass our in-house capabilities for traffic
engineer, staff augmentation, planning, civil engineering, construction management, construction
inspection, financial analysis, and geotechnical services.
The following is a list of the most current projects/services that Willdan has provided services to the
City.
9 On -Call Construction Management & Inspection
® On -Call Traffic Engineering Services (currently providing)
Energy Efficient Street Lighting Improvement Program
East Coast Highway Traffic Signal Rehabilitation Project Plan Review
MacArthur Boulevard and University Drive Pavement Rehabilitation Plan Review
® Various Traffic Control Plan Reviews for Utility Companies
n Balboa Village Monument Sign Electrical Plan
® Fire Station No. 5/Library Fiber Optic Installation
E. Coast Highway at Newport Coast Drive Bike Lane
Ocean Front at E Street Bike Turn Around Concepts
® Citywide traffic and Guide Sign Clean Up
On -Call Experience and References
Over the past 60 years, Willdan has provided municipal services to more than 400 municipalities, for
projects involving a broad array of disciplines. The following briefly summarizes some of the firm's
relevant traffic engineering services experience performed for various municipal clients and contact
information for references.
NVProposal for On -Call Professional Trafficrrransportation Engineering Services 26
Client: 'City of Los Alamitos (Contact: Ron Noda
3191 Katella Avenue Deputy City Manager/
Los Alamitos, CA 90720 Development Services Director
(562) 431-3538, ext. 500
Willdan provides On -Call Traffic Engineering to the
City Los Alamitos. The job responsibilities include
handling all general traffic engineering concerns
within the City, such as reviewing traffic impact
studies, preparing and reviewing traffic signal and
striping plans, performing stop sign and safety
analyses, preparing and presenting Commission
and Council reports, conducting field
investigations, investigating citizen requests, and
supervising City staff in the performance of these
duties. Representative projects involving the services outlined in the Request for Proposals include:
I, Citywide School Safety Assessment
y Farquhar Avenue Traffic Circulation Improvement Project
Los Alamitos Boulevard Median Improvement Project
Olson Housing Development Review
2021 Engineering and Traffic Survey (14 Segments)
Katella Avenue Traffic Signal Timing
Los Alamitos Boulevard and Sausalito Avenue Traffic Signal Modifications
■ Olson Housing Development Review
■ Los Alamitos Luxury Apartment Development & TIA Review
■ 605 Freeway Shopping Center Development Review
As -Needed Traffic Engineering Services
Client: City of Rolling Hills Estates Contact: David Wahba
4045 Palos Verdes Drive North Director of Public Works
Rolline Hills Estates. CA 90274
Willdan serves as City Traffic Engineer for the City
of Rolling Hills Estates and currently provides on -
call traffic engineering services. The job
responsibilities included handling all general
traffic engineering concerns within the City, such
as reviewing traffic impact studies, preparing and
reviewing traffic signal and striping plans,
performing stop sign and safety analyses,
preparing and presenting Commission and
Council reports conducting field investigations,
investigating citizens' requests and supervising
City staff in the performance of these duties.
1(310) 377-1577. ext. 103
Prepared plans, specifications and estimate for
traffic signals, signing, striping, flashing beacons and traffic control. Representative projects involving
the services outlined in the Request for Proposals include:
• Traffic Signal Modification Palos Verdes Drive North/Rolling Hills Road
® Rolling Hills Road Bike Lane Proiect
v✓
Proposal for On -Call Professional Traffierrransportation Engineering Services 27
® 2021 Engineering and Traffic Survey
■ Deep Valley Resurfacing and HSIP Project
■ 2018, 2019, 2022, 2023, 2024 Resurfacin
Client: !City of Paramount
16400 Colorado Avenue
g Projects
Contact: Adriana Figueroa
Director of Public Works
Paramount, CA 90723
Willdan is providing civil engineering, traffic
engineering, agency engineering, landscape design
services, survey, contract administration,
construction observation, utility coordination,
federal labor compliance, pavement engineering,
public works permits/inspection, development
review, CIP design/inspection, CDBG
administration, grant writing, and NPDES. Willdan
has overseen the design and construction of more
than $15 million in water system improvements
for the City, including the recent design and
construction of two new wells. Other notable
220-2100
projects include the Railroad At -Grade Crossing Treatments at Paramount Boulevard/ Rosecrans
Avenue project, which involved providing PS&E services for the removal of multiple at -grade Union
Pacific Railroad crossing signals, and the Roundabout Design — Jeff erson/Bixler and Madison/Virginia
project, which involved providing PS&E services for the construction of various traffic circles.
Representative projects involving the services outlined in the Request for Proposals include:
® Paramount Boulevard Widening (street improvements, medians, three traffic signal
modifications, two RRFB, and street lighting)
® Garfield Avenue Capacity Enhancement Improvements and Traffic Impact Study (street
improvements, traffic signal modifications, and signing and striping)
Active Transportation Program Cycle 6 Grant Application (awarded $9.66 million)
Urban Greening 2019 Grant Application (awarded $2.9 million)
Alondra Boulevard and Passage Avenue Traffic Signal Installation
® Downey Avenue and Jefferson Street Traffic Signal Modification
Garfield Avenue and 70th Street Traffic Signal Installation
2023 Engineering and Traffic Survey Recertification (39 Segments)
"Willdan has served as City Engineer and Traffic Engineer for the City of Paramount since 1978.
During these many years, they have managed numerous capital improvement projects for our
infrastructure that have involved city parks, traffic systems, streets, the City's water systems and
more. They are professional, pleasant to work with, and on schedule delivering results that meet or
exceed our expectations.
-John Moreno, City Manager
V�( Proposal for On -Call Professional Traffic/Transportation Engineering Services 28
Client: ,City of Inglewood
,One Manchester Boulevard
Inglewood, CA 90301
Willdan was selected to provide as -needed
professional engineering services for the City of
Inglewood. Services include civil and traffic
engineering services for street improvement
projects such as the La Cienega Boulevard
Improvement project. Willdan Engineering
provided professional on -call traffic engineering
services to the City of Inglewood for various
projects including ITS Phase IV Project; La Brea
Avenue TLSP Project; annual traffic signal
Improvements projects, and the METRO
Crenshaw/LAX LRT Project. As part of the on -call
Contact: lEloy Castillo
Principal Civil Engineer
(310) 412-5301
traffic engineering services, we attended
meetings, coordinated with other consultants, developed studies and PS&E for the implementation of
numerous traffic engineering projects. Willdan provided construction management, inspection,
material testing, labor compliance, federal invoicing, and survey for the City of Inglewood's $3.5 million
La Brea Avenue Phase III Street Beautification Project. The project included new landscaped medians,
traffic signal upgrades, curb/gutter, sidewalks, decorative paving, street overlay, street removal and
replacement, and other appurtenant work. Representative projects involving the services outlined in
the Request for Proposals include:
LAWA ITS Improvements
■ Intermodal Transit Facility
■ La Brea Boulevard HSIP Traffic Signal Modifications
® 2024 Engineering and Traffic Survey (75 Segments)
■ Inglewood First Last Mile Improvements
Ivy/Market/Edgewood Stop Warrant Analysis
® Four Cycle 8 HSIP Grant Preparation (awarded $1.08 million)
® 2023 Clean California Grant Application (awarded $1.08 million)
La Tijera Boulevard Safe -Routes -to -School Cycle 9 Improvements
® Imperial Highway Traffic Design Improvement
® Metro Crenshaw/LAX Light -Rail Train Plan Review, Traffic Improvements, and Timing Charts
® Century Boulevard Improvements Plan Review and Signal Coordination Timing
Hollywood Park Development Plan Review
Century Boulevard Signal Coordination Timing
■ Sports and Entertainment District Transportation Management and Operations Plan (TMOP)
■ Darby and Dixon Parking Lot Improvements
"Willdan has demonstrated an understanding of the City's staffing needs and consistently provides high
caliber candidates. The staff assigned to our projects have been professional, cordial, and always
willing to assist the City's staff and clients with high -quality and responsive customer service — setting a
benchmark in the industry."
-Louis Atwell, PE, Director of Public Works
NVProposal for On -Call Professional Trafficrrransportation Engineering Services 29
Client: ,City of La Puente Contact:
15900 East Main Street
La Puente, CA 91744
Willdan provides as -needed city and traffic
engineering services, including processing citizens'
requests and performing traffic and development
plan reviews. Willdan also provides supportive
traffic engineering services when directed by the
Director of Public Works that involve preparing
SR2S and HSIP grants; preparing stop, signal, and
crossing guard warrant analyses; preparing plans,
specifications, and estimates for traffic signal
design, traffic handling, and detour plans for city
events such as the Little League Parade, July 3rd
Fireworks Show, Annual Main Street 5K Run, and
Holiday Parade. Representative projects involving
the services outlined in the Request for Proposals include:
John DiMario
Development Services Director
(626) 855-1517
22-Unit Condominium Traffic Impact and Circulation Review
Stimson Avenue at San Jose Avenue Stop Warrant Study
* HSIP Cycle 8 Crosswalk Improvements
® Amar Road Nine Traffic Signal Modifications — Highway Safety Improvement Program Cycle 6
Amar Road Street Lighting Design
Hacienda Boulevard and Prichard Street HAWK Signal Installation
® 44-Segment Recertification Engineering and Traffic Survey
Hacienda Accessible Pedestrian Signs (APS) Study
2015 Congestion Management program analysis
July 4th Event Traffic Control Plans
a Safe Routes to School Cycle 10 Improvements at Hacienda Boulevard
Client: ICity of Inglewood Contact:
1 W Manchester Blvd
Inglewood, CA 90301
..........
Willdan provided engineering design and system integration
for the preparation of plans specifications and estimates for
the LAWA ITS Improvements at various locations throughout
the City of Inglewood. The project limits include Century
Boulevard from La Cienega Boulevard to Van Ness Avenue
and La Cienega Boulevard from Florence Avenue to Century
Boulevard. The design generally consisted of installing E
Changeable Message Signs at various locations, traffic signa
modifications at 21 locations including but not limited tc
2070 ATC controller cabinet upgrades with ethernet
switches, video detection, advanced loop detection, CCTb
cameras, main fiber optic hub, and fiber optic
v1111111",
Peter Puglese
City Traffic Engineer
(310) 412-5333
0
Proposal for On -Call Professional Traffic/Transportation Engineering Services 30
communications equipment. The design also included installation of 15,800 linear feet of two 288 SMFO
fiber optic cables and conduit system along Century Boulevard from La Cienega Boulevard to Van Ness
Avenue and installation of 6,600 linear feet of two 288 SMFO fiber optic cables and conduit system on La
Cienega Boulevard from Florence Avenue to Century Boulevard including new fiber optic ITS hubs at La
Cienega Boulevard/Manchester Boulevard and Century Boulevard/Crenshaw Boulevard. The project
included coordination with multiple jurisdictions including City of Los Angeles for traffic signal
modifications, County of Los Angeles for traffic signal modifications, and Caltrans for encroachment
permits at the signalized intersections along the 1-405 freeway. As part of the project, Willdan is currently
providing construction support services including bid analysis, attendance at pre -construction meetings,
material submittal reviews, RFI reviews, and preparation of as -built record drawings.
Client: IICity of EI Monte Contact: I Lee Torres
11333 Valley Blvd. jCity Engineer
El Monte, CA 91731 1(626) 580-2055
_._.__. _.._.... _ _.-....._.....
_-..__...._ _
Willdan provided engineering design services for the .R
preparation of plans, specifications, and cost estimates for the
implementation of active transportation improvements along \1i
Ramona Boulevard, Tyler Avenue, and Santa Anita Avenue. ,
The project improvements included pedestrian and bicycle _. .
safety enhancements, Class II bike lanes, Class III bike routes,
Class IV cycle track, bicycle video detection, bus boarding
platforms, bulb -outs, pedestrian countdown signal heads,
thermoplastic striping upgrades, ADA curb ramps, and wayfinding improvements along the project
locations. The project also included pavement rehabilitation along Ramona Boulevard and Tyler Avenue.
The project objective was to encourage more bicycling and walking to the El Monte Transit Center,
Metrolink Station, and Downtown El Monte area. The project met El Monte's goals of improving active
modal crossing and reducing the hazards of modal conflicts — while linking the City's Transit Center,
Downtown El Monte, Metrolink Station, and other vital landmarks, and extending connections to
neighboring cities. Willdan also provided utility coordination with utility notices, design survey,
assistance with CPUC permitting with SCRRA/Metrolink, bidding assistance, and engineering support
during construction including reviews of RFI's and material submittals. This project was awarded the
2023 Active Transportation Award from Active San Gabriel Valley and a commendation from the County
of Los Angeles.
Client: 'City of Lakewood Contact: Max Withrow
5050 Clark Avenue Assistant City Engineer
Lakewood, CA 90712 �(562) 866-9771, ext. 2502
_ ......... _-.. . -- - -._.. _-....._._-_
Willdan provided design engineering services for
complete green street improvements on Lakewood
Boulevard between the north city limits and Del Amo
Boulevard. The project will install a Class I Bike Path
and pedestrian sidewalk in the parkway area and will
construct minor roadway capacity enhancements on
Lakewood Boulevard including dual left turn lanes at
the intersection of Hardwick Street. Since the active
transportation improvements will be constructed in
Proposal for On -Call Professional Traffic[Transportation Engineering Services 31
the parkway, the existing roadway capacity will be maintained. Other improvements include utility
undergrounding, traffic signal improvements, energy efficient LED street lighting, landscape planting and
irrigation, overhead distribution and transmission power undergrounding, sidewalk curb and gutter and
driveway approach reconstruction, street resurfacing, catch basin construction, storm water quality
improvements to comply with Green Streets policy, bike lockers, bus shelters, ADA enhancements, and
green street improvements such as landscaped median islands, parkway trees, and stormwater retention.
These project improvements will transform Lakewood Boulevard into a multi -modal complete streets
corridor and further encourages the local community to utilize the new active transportation facilities for
mobility. Design services provided by Willdan included civil, traffic, pavement, drainage, and
geotechnical engineering, landscape architecture, survey and right of way engineering, utility
coordination and relocation, preparation of an initial study checklist and a mitigated negative declaration
with traffic impact study pursuant to the California Environmental Quality Act (CEQA) requirements.
Client: ICity of Buena Park Contact: IDeepthi Arabolu
16650 Beach Boulevard i iAssistant City Engineer
iBuena Park, CA 90622 i(714) 562-3679
_.._ _ -........... -____
Willdan provided project management and engineering
design services required for the approximate 1.75-mile
street improvement project including implementing Class II
bike lanes. The project entailed improvements to two travel
lanes along the easterly section and three travel lanes in
each direction along the northerly segment. Street and lane
configurations involved adequate right-of-way for the Class
II bike lanes. Additional improvements encompassed
asphalt pavement, ADA curb ramps, curb and gutter,
sidewalks, catch basins, signing and striping, and bicycle
detection at traffic signals. Street rehabilitation strategies
involving cold -mill with ARHM overlay and/or full -depth reconstruction were based upon the
geotechnical report. Existing PCC deficiencies along each street segment were discussed and reviewed.
Curb, gutter, and cross gutter flowline challenges and non -compliant ADA features were identified along
with existing sidewalk, access ramps, and driveway challenges. Willdan also provided utility coordination
with utility notices, design survey, and engineering support during construction including reviews of RFI's
and material submittals. This project won the 2023 APWA BEST Award in the Transportation category
(50,000-100,000), as well as the ASCE 2023 Outstanding Bikeways and Trails Project award.
A/ Proposal for On -Call Professional Trafficrrransportation Engineering Services 32
Client: ,City of Ridgecrest Contact: Travis Reed
100 W. California Avenue Public Works Director
Ridgecrest, CA 93555 1 (760) 499-5080
Willdan provided design engineering, grant funding administration,
environmental CEQA compliance, and construction engineering services
for the City's Crosswalk Upgrades Project. The project includes design
and construction of upgrading three (3) uncontrolled crosswalks with
enhanced crosswalk features. The project locations include Ridgecrest
Boulevard at Alvord Street, Ridgecrest Boulevard at Sanders Street, and
a mid -block crosswalk on Downs Street between Church Avenue and
Upjohn Avenue. The proposed improvements included enhanced
crosswalk features including solar powered Rectangular Rapid Flashing
Beacons (RRFB), high visibility crosswalks, advance yield lines, high
visibility signage, and advance pavement markings. The mid -block
crosswalk on Downs Street was enhanced with solar powered RRFBs in
the center median island to supplement the existing RRFBs, high visibility
signage, and pavement markings at this location. The existing curb
ramps at all three project locations were ADA-compliant, so no civil
improvements were required.
Client: City of Anaheim Contact: Cory Wilkerson
200 S Anaheim Boulevard, Suite 276 Principal Transportation Planner
,Anaheim, CA 92805 (714) 765-5049
._.. - -. ---- - _
Willdan prepared an Engineering and Traffic (E&T) Survey to recertify the
speed limit on 331 street segments in the City of Anaheim. The E&T Survey CHy0Ae h.i,
2024 included radar speed survey data, 24-hour vehicle counts, collision data 7afflcSurveyring Reprtd
analysis, review of existing and not readily apparent conditions, and report
documenting 85th and 50th percentile speeds and average speeds, as well as „-
10 mile per hour pace. Willdan also prepared an analysis of the city's collision
SPEED
data to identify safety corridors to make recommendations using AB43
LIMIT
changes effective after June 30, 2024. The E&T Survey complied with current
4, 5
California Manual on Uniform Traffic Control Devices (CA MUTCD) Section
213.13 Guidelines and as required by the California Vehicle Code Section 627
and 40802. Some speed limit recommendations applied AB 43 to keep the
existing or immediately prior posted speed limits. Willdan also attended the City Council meeting to
assist in answering any questions regarding the speed limit recommendations and ensure the E&T Survey
was adopted.
Proposal for On -Call Professional Traffic/Transportation Engineering Services 33
Client: 'City of Paramount !Contact: Adriana Figueroa
8650 California Avenue Director of Public Works
South Gate, CA 90280 1(323) 563-9567
Willdan prepared a traffic impact study to evaluate the impact of an �—
additional travel lane in each direction for Alondra Boulevard in the City of
Paramount and how the third travel lane would affect traffic operations and
traffic congestion. The analysis included a traffic collision analysis, vehicle wMin
miles travelled (VMT) analysis, intersection level of service analysis, segment "` `'
level of service analysis, and a left turn pocket length analysis. Traffic count
data including vehicle classification counts, turning movement counts, and
average daily traffic counts were collected. As part of the analysis, field
reviews were conducted, and synchro traffic models and ICU calculation
sheets were created to prepare the level of service analyses. A report was
prepared to summarize the methodology, data, analysis, and findings, and
included proposed concept plans for the project. The traffic analysis was included as part of the mitigated
negative declaration for California Environmental Quality Act (CEQA) requirements.
Willdan's Fee Schedule has been uploaded separately per the requirements of the RFP.
NVProposal for On -Call Professional Traffic(Transportation Engineering Services 34
DEBARMENT AND SUSPENSION CERTIFICATION
Name of Firm: Willdan Engineering
I, the undersigned, a duly authorized representative of the above -named firm
("Consultant') to the best of my knowledge and belief, certify as follows:
Consultant, including its principals:
1. Is not presently debarred, suspended, proposed for debarment, declared ineligible, or
voluntarily excluded from covered transactions by any federal department or agency,
and not does not have a proposed debarment pending;
2. Has not within the three-year period preceding this certification been convicted of
or had a civil judgment rendered against it for commission of fraud or a criminal offense in
connection with obtaining, attempting to obtain, or performing a public (federal, state or
local) transaction, contract, or subcontract under a public transaction; for violation of
federal or state antitrust statutes; or for commission of embezzlement, theft, forgery,
bribery, falsification or destruction of records, making false statements or receiving stolen
property;
3. Is not presently indicted for or otherwise criminally or civilly charged by a governmental
entity (federal, state, or local) with commission of any of the offenses enumerated in
paragraph (2) above;
4. Has not within the three-year period preceding this certification had one or more public
transactions (federal, state or local) terminated for cause or default; and
5. Consultant further certifies that Consultant, including its principals, is not listed on the
government -wide exclusions in the System for Award Management (SAM.gov).
I acknowledge that falsely providing this certification may result in criminal
prosecution or administrative sanctions, and that this certification is a
required component of all proposals in response to this RFP.
A proposal that does not include a completed and signed version of this
certification will be deemed incomplete and materially nonresponsive, and will not be
considered.
. i
Signature
Vanessa Munoz, PE, TE
Print Name
May 20, 2024
Date
President
Title
Proposal for On -Call Professional Traffic(Transportation Engineering Services 41
'4-
X41
tier �
-'O/WILLDAN
2401 E. Kateiia Avenue, Suite 300
Anaheim, CA 92806
714.940.6300 1 800.424.9144 1 Fax: 714.940.4920
www.wilidan.com
EXHIBIT B
SCHEDULE OF BILLING RATES
Willdan Engineering Page B-1
VY W I LLDAN
May 20, 2024
Kevin Riley, Principal Civil Engineer
City of Newport Beach
100 Civic Center Drive
Newport Beach, CA 92660
Subject: Fee Schedule for On -Call Professional Traffic/Transportation Engineering Services
Willdan Engineering (Willdan) is pleased to submit this Fee Schedule to the City of Newport Beach to
provide comprehensive municipal traffic and transportation engineering services on an on -call basis.
Willdan's Schedule of Hourly rates reflects our rates through June 30, 2027.
We are offering our Design Manager, Mr. Reggie Greene to be billed at a reduce rate of $180 per hour
for as -needed staff augmentation services.
I am the individual authorized to negotiate a contract for the proposed services with the City of Newport
Beach on behalf of Willdan and can be reached by mail at Willdan Engineering, 2401 East Katella
Avenue, Suite 300, Anaheim, CA 92806; by phone at (562) 447-6844; or by email at
vmunoz@willdan.com.
We thank you for the opportunity to submit our proposal for on -call traffic/transportation services and
look forward to continuing our service to the City in this capacity. If there are any questions regarding
this proposal, please contact Mr. Jeffrey Lau at (562) 364-8526 or via e-mail at jlau@willdan.com.
Respectfully submitted,
ILLD' N ENGINEERING
Vanessa Murioz, E, TE
President
714.940.6300 1 800.424.9144 1 fax: 714.940.4920 1 2401 East Katella Avenue, Suite 300, Anaheim, California 92806-5909 1 www.willdan.com
W WILLDAN
Technical Aide 1
$81
Technical Aide 11
$103
Technical Aide 111
$120
CAD Operator 1
$128
CAD Operator II
$148
CAD Operator III
$165
GIS Analyst 1
$168
GIS Analyst 11
$184
GIS Analyst III
$191
Environmental Analyst 1
$144
Environmental Analyst 11
$161
Environmental Analyst 111
$171
Environmental Specialist
$185
Designer 1
$173
Designer 11
$179
Senior Designer 1
$188
Senior Designer II
$197
Design Manager'
$196
Senior Design Manager
$206
Project Manager 1
$186
Project Manager II
$207
Project Manager 111
$217
Project Manager IV
$234
Principal Project Manager
$238
Program Manager 1
$197
Program Manager 11
$209
Program Manager 111
$228
Assistant Engineer 1
$141
Assistant Engineer 11
$157
Assistant Engineer III
$166
Assistant Engineer IV
$175
Associate Engineer 1
$184
Associate Engineer 11
$192
Associate Engineer 111
$196
Senior Engineer 1
$199
Senior Engineer II
$204
Senior Engineer 111
$207
Senior Engineer IV
$211
Supervising Engineer
$219
Traffic Engineer I
$219
Traffic Engineer 11
$234
City Engineer 1
$234
City Engineer 11
$238
Deputy Director
$243
Director
$249
Principal Engineer
$270
WILLDAN ENGINEERING
Schedule of Hourly Rates
Effective July 1, 2024 to June 30, 2027
Assistant Code Enforcement
S106
Officer
Code Enforcement Officer
$121
Senior Code Enforcement Officer
$143
Supervisor Code Enforcement
$173
Fire Plans Examiner
$173
Senior Fire Plans Examiner
$189
Fire Inspector
$159
Senior Fire Inspector
$173
Fire Marshal
$204
Plans Examiner Aide
$114
Plans Examiner
$173
Senior Plans Examiner
$189
Assistant Construction Permit
$121
Specialist
Construction Permit Specialist
$128
Senior Construction Permit
$150
Specialist
Supervising Construction Permit
$159
Specialist
Assistant Building Inspector
$143
Building Inspector
S159
Senior Building Inspector
$173
Supervising Building Inspector
$189
Inspector of Record
$202
Deputy Building Official
$205
Building Official
S210
Plan Check Engineer
$205
Supervising Plan Check Engineer
$215
Principal Project Manager
$238
Deputy Director
S243
Director
S249
CDBG Technician
$86
CDBG Specialists
$103
CDBG Analyst
$122
CDBG Coordinator
$152
CDBG Manager
$183
Housing Program Coordinator
$151
Planning Technician
$130
Assistant Planner
$162
Associate Planner
$176
Senior Planner
$200
Principal Planner
$208
Planning Manager
$221
Deputy Director
$243
Director
$249
'Mr. Reggie Greene to be billed at a reduced rate of 51e01hour for as-naeded staff augmentation iorvicee.
Labor Compliance Specialist
S146
Labor Compliance Manager
$183
Utility Coordinator
$167
Office Engineer 1
$147
Office Engineer 11
$160
Assistant Construction Manager
$167
Construction Manager
$185
Senior Construction Manager
$201
Resident Engineer 1
$208
Resident Engineer II
$216
Project Manager IV
$234
Deputy Director
$243
..Director _.. _. - - - - __-..
S249
INSPECTION SERVICES
Public Works Observer'"
$131
Public Works Observer'"'
5159
Senior Public Works Observer"
$143
Senior Public Works Observer "'
$159
Survey Analyst I
S147
Survey Analyst II
$169
Senior Survey Analyst
S187
Supervisor - Survey & Mapping
$203
Principal Project Manager
$238
Assistant Landscape Architect
5153
Associate Landscape Architect
$176
Senior Landscape Architect
$193
Principal Landscape Architect
S204
Principal Project Manager
S238
•
Administrative Assistant 1
$99
Administrative Assistant II
S120
Administrative Assistant III
S140
Project Accountant 1
$112
Project Accountant II
S132
Project Controller 1
$140
Project Controller II
S158
For Non -Prevailing Wage Project ' For Prevailing Wage Project
Mileage/Field Vehicle usage will be charged at the rate in accordance with the current FTR mileage reimbursement rate, subject to negotiation.
Additional billing classifications may be added to the above listing during the year as new positions are created. Consultation in connection with litigation and court appearances
will be quoted separately. The above schedule is for straight lime. Overtime will be charged at 1.5 times, and Sundays and holidays, 2.0 times the standard rates- Blueprinting,
reproduction, messenger services, and printing will be invoiced at cost plus fifteen percent (15%). A sub consultant management fee of fifteen percent (15%) will be added to
the direct cost of all sub consultant services to provide for the cost of administration, consultation, and coordination. Valid July 1, 2024 thru June 30, 2027, thereafter, the rates
may be raised once per year to the value between the 12-month % change of the Consumer Price Index for the Los Angeles/Orange CountylSacramentolSan Francisco/San
Jose area and five percent. For prevailing wage classifications, the increase will be per the prevailing wage increase set by the California Department of Industrial Relations.
W",
Rev 05. 01.2024V02
Fee Scehdule for On -Call Professional TrafficfTransportation Engineering Services
EXHIBIT C
INSURANCE REQUIREMENTS — PROFESSIONAL SERVICES
Provision of Insurance. Without limiting Consultant's indemnification of City,
and prior to commencement of Work, Consultant shall obtain, provide and
maintain at its own expense during the term of this Contract, policies of
insurance of the type and amounts described below and in a form satisfactory
to City. Consultant agrees to provide insurance in accordance with
requirements set forth here. If Consultant uses existing coverage to comply
and that coverage does not meet these requirements, Consultant agrees to
amend, supplement or endorse the existing coverage.
2. Acceptable Insurers. All insurance policies shall be issued by an insurance
company currently authorized by the Insurance Commissioner to transact
business of insurance in the State of California, with an assigned
policyholders' Rating of A- (or higher) and Financial Size Category Class VII
(or larger) in accordance with the latest edition of Best's Key Rating Guide,
unless otherwise approved by the City's Risk Manager.
3. Coverage Requirements.
A. Workers' Compensation Insurance. Consultant shall maintain
Workers' Compensation Insurance providing statutory benefits and
Employer's Liability Insurance with limits of at least one million dollars
($1,000,000) each employee for bodily injury by accident and each
employee for bodily injury by disease in accordance with the laws of
the State of California.
Consultant shall submit to City, along with the certificate of insurance, a
Waiver of Subrogation endorsement in favor of City, its City Council,
boards and commissions, officers, agents, volunteers and employees.
B. General Liability Insurance. Consultant shall maintain commercial
general liability insurance, and if necessary excess/umbrella liability
insurance, with coverage at least as broad as provided by Insurance
Services Office form CG 00 01, in an amount not less than two million
dollars ($2,000,000) per occurrence, four million dollars ($4,000,000)
general aggregate. The policy shall cover liability arising from
premises, operations, personal and advertising injury, and liability
assumed under an insured contract (including the tort liability of
another assumed in a business contract).
C. Automobile Liability Insurance. Consultant shall maintain automobile
insurance at least as broad as Insurance Services Office form CA 00
01 covering bodily injury and property damage for all activities of
Consultant arising out of or in connection with Work to be performed
under this Contract, including coverage for any owned, hired, non -
owned or rented vehicles, in an amount not less than one million
Willdan Engineering Page C-1
dollars ($1,000,000) combined single limit for each accident.
D. Professional Liability (Errors & Omissions) Insurance. Consultant shall
maintain professional liability insurance that covers the Services to be
performed in connection with this Agreement, in the minimum amount
of two million dollars ($2,000,000) per claim and four million dollars
($4,000,000) in the aggregate. Any policy inception date, continuity
date, or retroactive date must be before the Effective Date of this
Agreement and Consultant agrees to maintain continuous coverage
through a period no less than three years after completion of the
Services required by this Agreement.
E. Excess/Umbrella Liability Insurance. If any Excess or Umbrella
Liability policies are used to meet the limits of liability required by this
contract, then said policies shall be "following form" of the underlying
policy coverage, terms, conditions, and provisions and shall meet all of
the insurance requirements stated in this contract, including, but not
limited to, the additional insured and primary & non-contributory
insurance requirements stated herein. No insurance policies
maintained by the City, whether primary or excess, and which also
apply to a loss covered hereunder, shall be called upon to contribute to
a loss until the Consultant's primary and excess/umbrella liability
policies are exhausted.
4. Other Insurance Requirements. The policies are to contain, or be endorsed
to contain, the following provisions:
A. Waiver of Subrogation. All insurance coverage maintained or procured
pursuant to this Contract shall be endorsed to waive subrogation
against City, its City Council, boards and commissions, officers,
agents, volunteers and employees, or shall specifically allow
Consultant or others providing insurance evidence in compliance with
these requirements to waive their right of recovery prior to a loss.
Consultant hereby waives its own right of recovery against City, and
shall require similar written express waivers and insurance clauses
from each of its subcontractors.
B. Additional Insured Status. All liability policies including general liability,
products and completed operations, excess/umbrella liability, pollution
liability, and automobile liability, if required, but not including
professional liability, shall provide or be endorsed to provide that City,
its City Council, boards and commissions, officers, agents, volunteers
and employees shall be included as additional insureds under such
policies.
C. Primary and Non -Contributory. Consultant's insurance coverage shall
be primary insurance and/or the primary source of recovery with
respect to the City, its City Council, boards and commissions, officers,
Willdan Engineering Page C-2
agents, volunteers and employees. All liability coverage shall apply on
a primary basis and shall not require contribution from any insurance
or self-insurance maintained by City.
D. Notice of Cancellation. All policies shall provide City with thirty (30)
calendar days' notice of cancellation or nonrenewal of coverage (except
for nonpayment for which ten (10) calendar days' notice is required) for
each required coverage.
5. Additional Agreements Between the Parties. The parties hereby agree to
the following:
A. Evidence of Insurance. Consultant shall provide certificates of
insurance to City as evidence of the insurance coverage required
herein, along with a waiver of subrogation endorsement for workers'
compensation and other endorsements as specified herein for each
coverage. All of the executed documents referenced in this Contract
must be returned to City within ten (10) regular City business days after
the date on the "Notification of Award". Insurance certificates and
endorsements must be approved by City's Risk Manager prior to
commencement of performance. Current certification of insurance
shall be kept on file with City at all times during the term of this
Contract. The certificates and endorsements for each insurance policy
shall be signed by a person authorized by that insurer to bind coverage
on its behalf. At least fifteen (15) days prior to the expiration of any
such policy, evidence of insurance showing that such insurance
coverage has been renewed or extended shall be filed with the City. If
such coverage is cancelled or reduced, Consultant shall, within ten
(10) days after receipt of written notice of such cancellation or reduction
of coverage, file with the City evidence of insurance showing that the
required insurance has been reinstated or has been provided through
another insurance company or companies. City reserves the right to
require complete, certified copies of all required insurance policies, at
any time.
B. City's Right to Revise Requirements. The City reserves the right at any
time during the term of the Contract to change the amounts and types
of insurance required by giving Consultant ninety (90) calendar days'
advance written notice of such change. If such change results in
substantial additional cost to Consultant, City and Consultant may
renegotiate Consultant's compensation.
C. Right to Review Subcontracts. Consultant agrees that upon request,
all agreements with subcontractors or others with whom Consultant
enters into contracts with on behalf of City will be submitted to City for
review. Failure of City to request copies of such agreements will not
impose any liability on City, or its employees. Consultant shall require
and verify that all subcontractors maintain insurance meeting all the
requirements stated herein, and Consultant shall ensure that City is an
Willdan Engineering Page C-3
additional insured on insurance required from subcontractors. For
CGL coverage, subcontractors shall provide coverage with a format at
least as broad as CG 20 38 04 13.
D. Enforcement of Agreement Provisions. Consultant acknowledges and
agrees that any actual or alleged failure on the part of City to inform
Consultant of non-compliance with any requirement imposes no
additional obligations on City nor does it waive any rights hereunder.
E. Requirements not Limiting. Requirements of specific coverage
features or limits contained in this Section are not intended as a
limitation on coverage, limits or other requirements, or a waiver of any
coverage normally provided by any insurance. Specific reference to a
given coverage feature is for purposes of clarification only as it pertains
to a given issue and is not intended by any party or insured to be all
inclusive, or to the exclusion of other coverage, or a waiver of any type.
If the Consultant maintains higher limits than the minimums shown
above, the City requires and shall be entitled to coverage for higher
limits maintained by the Consultant. Any available proceeds in excess
of specified minimum limits of insurance and coverage shall be
available to the City.
F. Self -Insured Retentions. Any self -insured retentions must be declared
to and approved by City. City reserves the right to require that self -
insured retentions be eliminated, lowered, or replaced by a deductible.
Self-insurance will not be considered to comply with these
requirements unless approved by City.
G. City Remedies for Non -Compliance. If Consultant or any subconsultant
fails to provide and maintain insurance as required herein, then City
shall have the right but not the obligation, to purchase such insurance,
to terminate this Agreement, or to suspend Consultant's right to
proceed until proper evidence of insurance is provided. Any amounts
paid by City shall, at City's sole option, be deducted from amounts
payable to Consultant or reimbursed by Consultant upon demand.
H. Timely Notice of Claims. Consultant shall give City prompt and timely
notice of claims made or suits instituted that arise out of or result from
Consultant's performance under this Contract, and that involve or may
involve coverage under any of the required liability policies. City
assumes no obligation or liability by such notice, but has the right (but
not the duty) to monitor the handling of any such claim or claims if they
are likely to involve City.
Consultant's Insurance. Consultant shall also procure and maintain, at
its own cost and expense, any additional kinds of insurance, which in
its own judgment may be necessary for its proper protection and
prosecution of the Work.
Willdan Engineering Page C-4
to
0
co
E
w
d
CD
M
df
C
•�
raj
co
� O
c
U
cm
c
c
+�
W
LU
c
®
c
I
i
�
I
I
v
I
d] -
SO
c
sco
I
�
0
•o
m
ra
OL
�
a
`j
�p
,
L
I
a
l
I
U
i
U
G7
i
i
�
I
Ui
C
-
W
cn
c
I
�
E
o
v
UJ
d
co
i
i
I
II ICI
i
�
I
it
I
i
I
i
I
i
'
�
4
vi
a
js
p
� I