Loading...
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