Loading...
Proposal - GHD Inc.GHD | City of La Quinta | Avenue 52 at Jefferson Roundabout Improvements Project 1 Proposal for Avenue 52 at Jefferson Roundabout Improvements Submitted to City of La Quinta January 27th, 2025 GHD | City of La Quinta | Avenue 52 at Jefferson Roundabout Improvements Project 2 January 27th, 2025 Carley Escarrega, Administrative Technician City of La Quinta Public Works Department 78495 Calle Tampico La Quinta, CA 92253 RE: Proposal for Avenue 52 at Jefferson Roundabout Improvements – City Project No. 2024-10 Dear Selection Committee, The overall purpose of this project is to evaluate the existing roundabout at the intersection of Avenue 52 and Jefferson and identify improvements that can enhance safety and functionality for all users. Once the evaluation is complete, the City wishes to produce construction ready plans, specifications and estimates (PS&E) for the improvements to the existing roundabout. The existing intersection is a single lane roundabout with right-turn by pass lanes in all directions. Jefferson Avenue is striped as two lanes with trap right turn lanes and Avenue 52 is striped as a single lane. Approach speeds on the roundabout are relatively high, and the City’s general plan identifies that future expansion of both roads is necessary. With this in mind, GHD will focus on improvements that improve the functionality today with the understanding that future expansion of the roundabout will be necessary. This could potentially include a 2-lane roundabout to accommodate the additional lanes necessary. To accomplish this, the City is seeking a team with a proven track record in not only providing designs that convert vehicle-centric streets into human- centered destinations, but actually seeing them implemented from paper to pavement and transform the community. With GHD Inc.'s (GHD’s) global recognition as roundabout experts and local roots, we can create a beautiful intersection for the City centered on safety and efficiency that will substantially benefit the local community. GHD has formed a seasoned, award-winning roundabout design team that is best suited to most efficiently provide this element to improving the way of life for the community. Below are key values the GHD team have previously brought and will continue to provide to the City and Project that we believe will be critical to success: Team steeped in roundabout delivery and Southern California experience. Our team has a passion for seeing our designs come to life. Our team, led by 21-year veteran project manager, Steven Latino, PE, TE, will be joined by key staff such as Lindsey Van Parys, PE, QSD/P, who has dedicated her career to delivering roundabout projects for local agencies since 2009 – most notably, the American Public Works Association (APWA) National Project of the Year Award-winning La Quinta Village Complete Streets Project. Additional team members include Ronald Boyle, PE, who is a pioneer of roundabouts in California and has been providing expert roundabout designs, peer reviews and key to leading the evolution of modern roundabout for many local agencies and California Department of Transportation (Caltrans) since the early 2000’s; Brittany Zambrano, PE, QSD, a San Diego-based roundabout designer who has worked on multiple roundabouts in the last two years; and Meha Bola, who brings extensive experience managing public outreach for major infrastructure projects. Simply put, our team takes projects from paper to pavement. GHD has constructed and designed more roundabouts than any other firm locally. GHD’s California transportation team alone has been involved with more than 260 roundabouts in just the last 5 years. Through this we have seen roundabouts of all sizes and shapes, we have seen well designed roundabouts, GHD At a Glance Legal Name of Firm: GHD Inc. – A California Corporation Years in Business: 96 Years Performing Design Services: 96 Taxpayer ID: 98-0425935 Corporate Address: 320 Goddard Way, Suite 200, Irvine, CA 92618 Contact Person: Steven Latino, PE, TE 320 Goddard Way, Suite #200 Irvine, CA 92618 T: 657.622.4920 C: 951.252.4916 E: steven.latino@ghd.com GHD Inc. 320 Goddard Way, Suite 200 Irvine, CA 92618 www.ghd.com GHD | City of La Quinta | Avenue 52 at Jefferson Roundabout Improvements Project 3 and roundabouts with challenges, providing us with unparalleled insight into what it takes to design a roundabout that meets the communities needs and provide the safety and operational benefits to all users. With 100+ staff between our San Diego and Irvine offices, and the addition of Steven Latino to directly serve the Coachella Valley, GHD’s staff live, work, and play in the local communities of Southern California. A project approach/work plan to bring innovation and project delivery on schedule. Our approach begins with a design that is set up for success. As part of the overall project, this design must stand alone as well as factor in the ultimate plan, allowing the project to maximize the immediate benefit and accommodate the future. Public consensus is a critical component, and our team has also successfully led many challenging public outreach campaigns. This team has an immense amount of experience in listening to community concerns, responding to them in a meaningful way, and turning "high emotion" community sentiment into general project approval and community consensus. We specialize in breaking down technical information and presenting it in ways that can be understood by all. Lindsey Van Parys is a principal of the firm and authorized to negotiate and contractually bind the company. We have reviewed the City’s standard service agreement and would like to discuss some minor modifications. These modifications are incorporated into this proposal as Appendix C. This proposal is a firm offer for a period of 90 days from the date submitted. We acknowledge receipt of Addendum #1 (dated December 19th, 2024) and Amendment #2 (dated January 17, 2025). Lindsey and Steve are thrilled to have the opportunity to again work with the City of La Quinta and continue to provide the City and its residents with the best engineering services possible, and work again in the Gem of the Desert. We are eager to leverage our experience to help you move forward in achieving your vision for the existing roundabout, and are truly committed to exceeding your expectations. Thank you for this opportunity. Regards, Lindsey Van Parys, PE, QSD/P Steven Latino, PE, TE A GHD Principal Project Manager 916.245.4220 951.252.4916 lindsey.vanparys@ghd.com steven.latino@ghd.com GHD | City of La Quinta | Avenue 52 at Jefferson Roundabout Improvements Project 4 Table of Contents 2. References of California Government Agencies 5 3. Staffing and Project Organization 9 About GHD 9 Committed to You 9 Repeat Business 9 Project Team 10 Key Personnel 11 4. Subcontracting Services 14 KDM Meridian 14 5. Project Understanding and Approach 15 6. Scope of Services 20 Task 1 – Project Management 20 Task 2 – Evaluation of Existing Roundabout 20 Task 3 – Utility Coordination 21 Task 4 – Topographic Survey/Field Review 22 Task 5 – Conceptual Design Plan 22 Task 6 – Drainage Study 23 Task 7 – Final Engineering Design Plans 23 Task 8 – Specifications and Cost Estimates 24 Task 9 – Bid/Construction Support 24 7. Project Schedule 25 Appendices Appendix A: Resumes Appendix B: Required Forms Appendix C: Standard Agreement Modifications GHD | City of La Quinta | Avenue 52 at Jefferson Roundabout Improvements Project 5 2. References of California Government Agencies GHD has been active in the design and development of numerous high visibility, fast-track engineering projects in California for over 50 years. We are a recognized leader in the design of multi-discipline projects. Sensitive to community and agency concerns, we offer strong project management to keep projects on schedule and within budget. GHD’s “total project” expertise and service-oriented approach will be vital to the execution of work required for this contract. We are equally adept at large or small project delivery and have extensive experience in delivering trail projects similar to the Avenue 52 at Jefferson Roundabout Improvements Project. The projects listed here demonstrate the technical capabilities and experience of our project team. Please find client references included with the detailed project descriptions. Avenue 64 Complete Streets Pasadena, CA City of Pasadena Michael Vartanians, Engineer T: 626.744.4265 E: mvartanians@cityofpasadena.net Years: 2021 – 2024 Staff:  Brittany Zambrano  Erika Hall  Lindsey Van Parys  Lucas Piper  Ron Boyle  Tom Hessel Summary: GHD successfully delivered the design of the project and construction was completed in October 2024. The Avenue 64 Complete Streets project at the intersections of Avenue 64 with Burleigh Drive and Cheviotdale Drive aimed to address significant safety and accessibility issues for non- motorized users. The pre- project conditions included limited sight distance, high-speed traffic, and inadequate pedestrian access, which posed considerable risks. The City, in collaboration with GHD and various stakeholders, implemented a multi-benefit solution that included roundabouts, bulb-outs, median islands, sidewalks, curb ramps, crosswalks, lighting, flashing beacons, and landscaping. These improvements were designed to enhance safety for all roadway users, reduce traffic speeds, and improve drainage conditions. One of the key challenges was the expansive pavement area at the Avenue 64/Burleigh Drive intersection, which required innovative design solutions to accommodate residential driveways and emergency vehicle access. GHD addressed these challenges by creating a not-so-round roundabout with a shared raised drive isle and implementing an above-ground drainage plan to reduce utility conflicts and costs. The project, funded by the City and Los Angeles County Metro Transportation Authority Measure M Funds, was completed in October 2024 and is expected to transform the area into a safer and more sustainable environment. Kelly and Park Drive Complete Streets Carlsbad, CA City of Carlsbad Brandon Miles, Associate Engineer T: 760.579.3321 E: brandon.miles@carlsbadca.gov Years: 2017 - Current Staff:  Brittany Zambrano Kelly Drive is located between El Camino Real and Park Drive and divided by Hillside Drive. The characteristics of Kelly Drive includes single family residential to the north of Hillside Drive and Kelly Elementary School to the south. City staff worked with the school and parents at Kelly Elementary School to implement painted traffic circles at Park Drive and Hillside Drive as well as a pedestrian crossing island with a marked crosswalk in front of the school to temporarily help with speeding, school GHD | City of La Quinta | Avenue 52 at Jefferson Roundabout Improvements Project 6  Erika Hall  Lindsey Van Parys Summary: GHD was selected to continue delivering the Kelly/Park Roundabout PS&E and GHD is awaiting City Council approval of our contract to begin work on that Phase. operations, and parking. This project proposes a road diet with improvements to all modes of travel enhancing the complete streets components already in place. This project proposes to create a balanced multi-modal transportation network for all users, requiring reconfiguration of both Kelly Drive and Park Drive to create a complete street and provide trail linkage from El Camino Real to Agua Hedionda Lagoon in coordination with the City Trails system. Aspects to consider shall include but not be limited to the following: ♦ Traffic calming ♦ Variety of land uses along the project ♦ Residential ♦ Parks ♦ School ♦ Future improvements ♦ Trail connectivity in coordination with City Trails system ♦ Way finding signage ♦ Emergency vehicle response San Francisco Bay Trail – Doolittle Drive Southern Segment Oakland, CA East Bay Regional Park District Ren Bates, Capital Program Manager T: 510.544.2302 E: rbates@ebparks.org Years: 2016 - 2023 Staff:  Lucas Piper  Michael Pitcock  Lindsey Van Parys Summary: GHD completed the initial Phase 1 work for the project; however, the scope was expanded to include later phases of work and is currently in design. The Doolittle Drive Southern Segment Project aims to enhance safety and connectivity along approximately 2,800 feet of Doolittle Drive (SR 61) from Swan Way to Langley Street in Oakland. The project includes shifting the alignment of SR 61 west by about three feet, constructing eight-foot-wide shoulders in both directions, and adding a barrier-separated Class I Bike Path along the northbound shoulder. This will create a continuous pedestrian and bicycle connection between MLK Jr. Regional Shoreline and Swan Way, closing a gap in the existing Bay Trail. Additionally, the boat launch parking area will be resurfaced and restriped, and the existing two-lane boat launch will be replaced. GHD was chosen as the Prime to provide comprehensive services, including land survey, CEQA review, Caltrans supporting technical memos, engineering, and resource agency permitting from preliminary design through construction support. The project faced challenges such as Caltrans coordination and schedule constraints. Initially, a 90% elevated pathway concept was postponed due to environmental concerns, leading to a change to an in-line trail under an extended grant application. GHD utilized its expertise in maritime and coastal, environmental, and visualization, along with survey, civil, and electrical engineering. GHD | City of La Quinta | Avenue 52 at Jefferson Roundabout Improvements Project 7 The project outcome included buy-in from Caltrans on the new alignment, finalizing the Draft Environmental Document for Circulation, and the Caltrans Draft Project Approval Document. GHD will help secure permits and procure right of way dedications and easements by the end of the year to meet the February 2021 grant funding deadline for the ATP grant funds. This project, valued at $1.5 million, ran from August 2016 to August 2023 and was commissioned by the East Bay Regional Park District. De Portola Road/Jedediah Smith Road Roundabout Temecula, CA City of Temecula Nick Minicilli, Senior Traffic Engineer T: 951.693.3917 E: nick.minicilli@temeculaca.gov Years: 2024 - Current Staff:  Brittany Zambrano  Lindsey Van Parys  Lucas Piper  Meha Bola  Michael Pitcock  Ron Boyle  Steven Latino  Tom Hessel Summary: GHD has completed the 60% Plans and Estimates and is currently progressing the 90% PS&E package. Anticipated completion is May 2025. The De Portola Road/Jedediah Smith Road Roundabout project aims to address the city’s growing traffic congestion and enhance roadway safety. This project involves the construction of a modern roundabout designed to calm traffic, accommodate non-motorized users, and maintain the rural character of the area. Key features include expanded splitter islands and increased roadway deflection to gradually slow approaching vehicles, as well as an oval-shaped roundabout for improved vehicle entry angles and a smaller footprint. Additionally, the project incorporates angled crosswalks and bicycle ramps to enhance visibility and ease of use for pedestrians and cyclists. The City retained GHD to provide preliminary design, public outreach with the surrounding community and final plans, specifications and estimates for the proposed intersection improvements. Community engagement and consensus building are central to the project’s success. GHD recently engaged the community in the first outreach meeting, receiving valuable feedback about the concerns of the proposed improvements and how to address design concerns for the adjacent property owners. While many of the concerns involve traditional neighborhood traffic issues (i.e. speeding, safety) and additional complexity at this location is the fact that the area is equestrian heavy. All design aspects not only need to accommodate the riding of horses in and around the roundabout, but also the increased trailer usage when designing key features of the roundabout. In addition, GHD was able to accommodate the design of the roundabout within the existing City right-of-way, requiring only temporary construction easements to construct the project. GHD | City of La Quinta | Avenue 52 at Jefferson Roundabout Improvements Project 8 Roundabout Peer Review Services Monterey County, CA Transportation Agency for Monterey County (TAMC) Todd Muck, Executive Director T: 831.521.8389 E: todd@tamcmonterey.com Years: 2023 - Current Staff:  Kamesh Vedula  Lindsey Van Parys  Meha Bola Summary: GHD is currently under contract to provide these services through an on-call with TAMC. GHD is providing on-call roundabout design peer review that includes the prepartion of roundabout concepts, modeling and optimizing roundabouts designed by others, alternatives, preparation of community outreach graphics and materials, review of preliminary engineering, review of PS&E submitals and each stage of PS&E. For the first task order, GHD provided roundabout design peer review for the SR 156/Castroville Boulevard Interchange project and provided ICE level 1 and 2 analyses for each of the three proposed roundabout designs. GHD also provided roundabout peer review and preliminary recommended geometrics based on minimum lanes with acceptable LOS and queue lengths for the roundabout concepts for the State Route 68 Scenic Corridor roundabouts at nine intersections spanning nine miles of the highway. GHD | City of La Quinta | Avenue 52 at Jefferson Roundabout Improvements Project 9 3. Staffing and Project Organization About GHD GHD provides transportation planning and engineering, environmental, advisory, digital, and construction services to private and public sector clients. Operating globally and delivering services locally, we offer clients the ability to develop a working relationship with our local staff while having access to our global experience base. Put simply, we work where our clients work. Our business model is to work internationally and deliver locally. Firm Information Established in 1928, GHD is a wholly owned subsidiary - a privately held international engineering firm owned by our people and operating across five continents. We are one of the world’s leading professional services companies operating in the global markets of Transportation, Water, Energy & Resources, Environment, and Property & Buildings. Our people can offer decades of knowledge, as well as a deep understanding of the challenges facing businesses and communities today. We deliver projects with high standards of safety, quality, and ethics across the entire asset value chain. Driven by a client service-led culture, we connect the knowledge, skill, and experience of our people with innovative practices, technical capabilities, and robust systems to create lasting community benefits. GHD Office Locations Globally, we employ more than 12,000 people in 200 offices and have delivered in more than 90 countries. In North America, our resources include 4,000 people with more than 130 locations across the region. Our business model is to work internationally and deliver locally. Put simply, we work where our clients work. Committed to You GHD is dedicated to understanding and helping our clients achieve their goals. We are committed to sustainable development, safety, and innovation. We care for the wellbeing of our people, assist communities in need, and conduct business in an ethical and environmentally responsible manner. We can also offer our clients the confidence and peace of mind that comes from the fact that GHD is ranked #27 in the “500 Design Firms 2024” by Engineering News- Record in 2024. Repeat Business The cornerstone of our business is our client-centered culture and teamwork-based approach known as “One GHD”. We are proud of our long tradition of repeat, local government clients. A full 90% of our clients are municipal agencies or government entities, and 75% of our work comes from repeat clients. We believe this illustrates not only our knowledge of specialized engineering disciplines, but also our willingness to listen and respond to individual client needs. Each of our project managers is an advocate for his or her client through the design, permitting, and construction process. GHD | City of La Quinta | Avenue 52 at Jefferson Roundabout Improvements Project 10 Project Team GHD Team Structure and Members Based on our understanding of your project needs, we propose a team structure that spans the anticipated needed services. The organizational chart below details our proposed team, including disciplinary-based roles tailored to your project. Many of our team members have worked together on other projects and additional staff may be called on if needed/desired. Resumes We have also provided full, detailed resumes for all key staff on our organizational chart in Appendix A. Continuity of Personnel We are committed to keeping the same project team we are proposing. Should an unexpected change result in a team member being unavailable to serve the City on this project, we are backed with the resources of a global network. No changes will be made to the project team without consent by the City. Organizational Chart GHD Proposes an Award Winning Team GHD | City of La Quinta | Avenue 52 at Jefferson Roundabout Improvements Project 11 Key Personnel GHD's team of professionals have the experience, resources, and vision to deliver a project that achieves community goals and can be successfully designed. Our team members were vetted based on demonstrated technical ability and track record, availability, and passion for the project. The team is structured for streamlined and effective leadership, close coordination with the City of La Quinta, and delivery of innovative solutions based on experience and creativity. Each of our key team members brings specialized expertise that addresses critical components of the project and has experience on projects of a similar nature. Many of the team members have worked together assisting public agencies on similar project throughout California. Below are abbreviated biographies demonstrating why each key staff member has been chosen for this team by highlighting applicable capabilities and experience. In addition to technical ability, each team member has sufficient availability to commit the amount of time needed to make your project a success. Resumes for all key staff are presented in Appendix A. Lindsey Van Parys, PE, QSD/P Project Director, QA/QC Lead, Public Outreach Years of Experience: 17 years Lindsey will be your project director/principal-in-charge and will be actively involved to confirm that your expectations and project requirements are fulfilled. She will oversee schedule adherence, technical review, and ongoing communication and overall quality control in collaboration with Bryan Stone. Lindsey is a GHD principal and project director who provides overall support and guidance on project operations. For the past 17 years, she has focused her career on helping local agencies improve safety and equity in their communities through implementing a variety of transportation projects including roundabouts, complete streets/streetscapes, multi-use trails, roadway and highway improvements, and many other types of projects. She has expertise in delivering projects from the conceptual stage through to construction. Steven Latino, PE, TE Project Manager Years of Experience: 21 years Steven will be your project manager and the primary point-of-contact for the City of La Quinta. He will lead the overall effort to complete your project on-time and on-budget. He will be responsible for project administration, invoicing, project schedule, technical review, scheduling and directing staff and sub consultants and meetings. He will work collaboratively with you and our team to deliver a successful project. Steven has focused his career on providing services to local municipalities throughout Riverside and San Bernardino Counties. His experience as both a public and private employee provides a unique approach to project delivery. During his career, Steven has taken numerous projects from concept to completion, which provides a keen sense of awareness to the agencies’ needs. He believes that spending time in the field and familiarizing his team with the project before design kicks off and during the design process eliminates future challenges. This experience allows Steven to visualize the construction during the design phase eliminating constructability challenges and alleviating potential for unnecessary change orders. GHD | City of La Quinta | Avenue 52 at Jefferson Roundabout Improvements Project 12 Ron Boyle, PE Technical Advisor Years of Experience: 36 years Ronald (Ron) Boyle serves as lead designer and provides Quality Control/Quality Assurance (QA/QC) on a variety of public works and private projects in California, where his specialties in roundabouts, interchange, and roadway design are required. He has over 42 years of design experience and 32 years of project management experience and is skillful at working with state and local agency staff. Ron has been involved in the planning design or construction of over 100 roundabouts, many of which were the first of their type in communities requiring extensive public outreach. In addition to playing a lead role on projects, he provides peer review of roundabout projects, including those developed by private developers, local agencies, and Caltrans. Brittany Zambrano, PE, QSD Assistant Project Manager Years of Experience: 9 years Brittany is a civil engineer and project manager working out of GHD’s San Diego office. She has nine years of experience working on a variety of civil engineering projects, which have included site development, roadway and pavement design, roundabouts, pedestrian, and bicycle facilities, signing and striping plans, composite utilities, drainage, and erosion control elements. She has worked on public works projects for local government agencies and private developments. Proficient in Civil3D, Brittany is a detail-oriented professional with strong organizational and communication skills. Kamesh Vedula, PE, TE Traffic Lead Years of Experience: 23 years Kamesh Vedula has over 23 years in the disciplines of transportation engineering, planning, and modeling. His present roles include Principal-in-Charge, Business Development, Project Manager, and Transportation Operations Leader, depending on project needs. Kamesh is an Intersection Control Evaluation (ICE) specialist, completing numerous ICE projects within a majority of Caltrans Districts and conducting ICE analyses/training classes in Caltrans District 11 and Headquarters. His project management experience includes Caltrans Project Study Report-Project Development Support (PSR-PDS), Project Approval/Environmental Documents (PA/ED), ICE studies, roundabout planning/design, advanced roundabout operations analyses/design, complete streets studies, corridor studies, traffic impact studies, and traffic safety studies. Michael Pitcock, PE Civil Lead Years of Experience: 6 years Michael Pitcock joined GHD after graduating from California State University in 2019. He works on a variety of project types including roadway extensions, widenings, and rehabs; Intersections; Interchanges and Multimodal improvements. Michael’s primary focuses are alternatives intersections and California state highway infrastructure, GHD | City of La Quinta | Avenue 52 at Jefferson Roundabout Improvements Project 13 having worked on more than 30 roundabout projects and dozens of projects on the California State Highway System. Michael prepares, concepts, designs, and documents for all project phases, from feasibility studies to full Plans Specs and Estimate (PS&E). Michael specializes in the Caltrans approvals process having developed multiple Project Study Reports, Project Reports and other memorandums required for approvals (Intersection Control Evaluation, Design Standards Decision Documents and Stormwater Data Reports). Michael uses this experience, across multiple project phases, to address potential conflicts in future phases ahead of time, streamlining other phases. Lucas Piper, PLA, QSD/P Landscape Lead Years of Experience: 17 years Lucas is a registered landscape architect with over 17 years of design and project management experience. He has worked on a wide variety of projects ranging from private development, institutional and civic, parks and trails, roadway corridors and intersections, and habitat restoration. Lucas is a qualified SWPPP Developer/Practitioner and has worked on several stormwater pollution management, stabilization, and low impact development projects. He is well experience in a wide range of design and consulting processes and services including site analysis; site planning; geospatial analysis; conceptual design development; 3D renderings; public outreach, construction document Plans, Specifications, and Estimates (PS&E); and SWPPP development Meha Bola Public Outreach Lead Years of Experience: 26 years Meha is a management consultant who draws on elements of her background in civil engineering, organizational and social psychology, and management consulting. She has directed and collaborated on projects including organizational assessment and design, strategic communications, facilitation and engagement, business process improvement, benchmarking, knowledge management, technology selection and implementation, and performance measurement. She has worked with public and private clients across North America, Australia-New Zealand, and the Pacific, as well as across the asset lifecycle, including capital program planning and delivery, and asset management, maintenance, and operations. Meha uses a wide range of skills, including facilitation, training, and coaching to meet your most pressing business challenges. Avenue 64 and Burleigh Roundabout, Pasadena California GHD | City of La Quinta | Avenue 52 at Jefferson Roundabout Improvements Project 14 4. Subcontracting Services We have augmented GHD’s multi-disciplinary in-house resources with specialist subconsultants for survey services. We have worked with KDM Meridian on similar project types and know that they are committed to upholding GHD’s standards for deliverables, safety and conduct. KDM Meridian Role: Topographic Survey/Mapping KDM Meridian, a California corporation and Small Business Enterprise, is a professional land surveying firm specializing in Global Positioning System (GPS), conventional land surveying, terrestrial LiDAR, topography, bathymetric and tidal surveys, land services, and Geographic Information System (GIS) integration. A look at GHD’s roundabout optimization process of a design by others Challenges with proposed designs by others, identified by GHD Revised design by GHD to improve safety and operations GHD | City of La Quinta | Avenue 52 at Jefferson Roundabout Improvements Project 15 5. Project Understanding and Approach We know the Avenue 52 Roundabout at Jefferson (Avenue 52 roundabout) has been an ongoing challenge for the City of La Quinta. Originally installed as a multilane roundabout with right turn bypass lanes in the early 2000’s, which – at the time – was pioneering for roundabouts and shows the innovative and forward-thinking nature of the City of La Quinta. Prior to 2000 roundabout design was based on roundabouts “across the pond” in the United Kingdom, Australia, and other European Countries. While safety data showed roundabouts were safe and reliable, these countries had a mix of roundabouts and traffic circles (think National Lampoon’s European Vacation and the famous Big Ben/Parliament scene). In the late 1990’s engineers began applying international design concepts, modifying them to suit U.S. needs. It was not until the year 2000 that first official guide for roundabout design by the was published by the Federal Highway Administration (FHWA): "Roundabouts: An Informational Guide" (the Guide). This guide marked the first unified, comprehensive approach tailored specifically to the U.S., incorporating lessons from both domestic experience and international best practices. However, as with anything new, there are always lessons learned, both positive and negative. The Avenue 52 roundabout was based on this first guide for roundabouts, well before engineers knew the difference between different circular intersections and before we learned all circular intersections cannot be treated equally. Over the years, engineers recognized the difference between roundabouts, traffic circles, rotaries, traffic calming circles, mini roundabouts, turbo roundabouts and more. It is evident to us that the Avenue 52 roundabout was based on design principles based on the European traffic circles, which commonly feature larger diameter roundabouts with large central islands, no deflection on entry and sweeping bypass lanes for turning vehicles. Which created faster than desired speeds, entry path overlap issues (often leading to higher collision rates), setting up the driver to feel more like they are merging with traffic at the circulatory roadway rather than yielding, and does not accommodate our most vulnerable road users – those using the intersection on foot on a bike. As a result, drivers faced challenges navigating the original design. In 2010, FHWA published the second edition of the Guide, National Cooperative Highway Research Program (NCHRP) Report 672: “A Guide For Roundabouts, 2nd edition”. This new guide marked a significant evolution in roundabout design based on a decade of data collected and even better tailored to U.S. needs, helping engineers better address complex, multimodal, and high-traffic situations. As a result of the on-going challenges at the roundabout and new guidance, the city undertook modifications in 2015 to simplify the roundabout. The modifications included reducing the approaches to a single lane, using striping – which is easily ignored by drivers - and updating signage to improve clarity and safety. This modification kept the right bypass lanes, which is great for moving vehicles, but does not slow drivers down, which negatively impacts the safety of cyclists and pedestrians. While the modifications improved safety over what was experienced prior, the City and GHD recognize the intersection requires additional improvements to further improve safety and meet current ADA and roundabout design standards. Based on collision data run between January 1, 2016 to today the Transportation Injury Mapping System (TIMS) and the Statewide Integrated Traffic Records System (SWITRS), the intersection is still the second highest intersection in the City for number of collisions, as shown to the left and below. GHD | City of La Quinta | Avenue 52 at Jefferson Roundabout Improvements Project 16 This project is unique in its opportunity to expand upon safety and improve traffic flow, while maximizing the existing infrastructure of the roundabout to minimize costs and minimize construction detours while accommodating the ever- growing traffic demands of Coachella Valley. To supplement our industry recognized expertise in roundabout design, we have assembled a team well versed in roundabout design and with relevant experience in the vicinity of this project with the completion of the La Quinta Villages Complete Street Projects. If selected to deliver this project, where will start? It starts at the ground level: fact finding. In line with the Request for Proposals (RFP), we will start with a field meeting and a pre-design meeting, where we will clarify the objectives of the project, get a thorough understanding of the constraints, discuss the existing challenges at the intersection, and understand observed/recorded driver behavior. From here we will evaluate the existing roundabout. Twenty years ago, the analysis presumably identified the demands this intersection was facing and determined it needed to be a multilane roundabout. Since that time the City has grown, traffic patterns and demands have changed. To understand what the true need is now, we will conduct a review of traffic counts (which include motorized and non- motorized traffic alike), turning movements, speed data, detailed collision data in addition to what is already available through TIMS/SWITR, and more to better understand what the existing conditions are and to develop what the ideal lane configuration would be for this intersection. We know the traffic volumes are high, but our traffic team will analyze whether the intersection would operative more effectively as a multilane roundabout, as a hybrid (multi lane in some direction but single lane in others), and if the right bypass lanes are needed or can be reduced/removed. If additional data is needed to conduct this analysis, we will collect that additional data by obtaining updated traffic counts and speed surveys. Once we have established the ideal lane configuration we will dive into the geometrics of the intersection and provide up to three concepts to modify the existing roundabout to be compliant with the 2023 NCHRP Report 1043: “Guide for Roundabouts (2023)”, which supersedes the NCHRP Report 672. Why dive into the geometrics and not safety? When analyzing a roundabout, focusing on its geometrics rather than directly on safety allows us to address the root cause of safety outcomes. The geometry of a roundabout—such as entry deflection, lane widths, and central island size—dictates critical factors like vehicle speeds, driver behavior, and conflict points. These elements inherently influence the roundabout’s safety performance. By refining the geometrics, we can proactively design for optimal speed control, clear navigation, and minimized collision potential, effectively embedding safety into the roundabout’s foundation. Thus, geometry becomes the basis upon which safety is built, rather than an isolated consideration. Roundabout Geometric Improvements The existing roundabout is functional but lacks adequate vertical control of the fastest paths. The current geometry of the roundabout does not effectively enforce the fastest path speeds, which is critical for ensuring safety. In the current configuration there are striped zones which appear to be intended for speed reduction, however the definition of the fastest path requires the assumption that drivers will ignore traffic laws and striping. The fastest path—the trajectory a single vehicle can take through the roundabout at the highest speed—has the greatest influence on safety because excessive speeds increase the likelihood and severity of crashes. When the geometry fails to adequately control speeds along this path, it compromises the roundabout’s ability to reduce crash rates and improve safety outcomes. Addressing geometric deficiencies is essential to improve safety of the intersection. The extremely large diameter of the existing roundabout exacerbates safety concerns by allowing higher circulating and exiting speeds, which disproportionately impact the safety of pedestrians and cyclists. Larger roundabouts often fail to enforce speed control, particularly for vehicles exiting the roundabout, creating conditions where pedestrians and cyclists are exposed to faster-moving traffic at crossings. These vulnerable road users are less protected than motorists and rely heavily on low vehicle speeds for safe navigation. Without appropriate geometric constraints to moderate speeds, the roundabout's design undermines its ability to safely accommodate all modes of transportation, making improvements essential to protect the most at-risk users. GHD | City of La Quinta | Avenue 52 at Jefferson Roundabout Improvements Project 17 One of recommendations we will surely provide in all three of the proposed modification alternatives is adding in entry deflection using elevated materials (like a curb) and introducing reversing curvature to the existing medians along the approaches to the roundabout can help control driver behavior by reducing speeds before entering the circulating roadway. This is particularly critical given the adjacent roadways have high speed approaches. Without these speed reductions, the risks to pedestrians and cyclists increase significantly, as higher speeds not only reduce driver reaction times but also amplify the severity of potential conflicts at crossings. Properly designed medians are therefore essential for enhancing safety and ensuring the roundabout functions effectively for all users. Safety for all users of the roundabout is critical to GHD’s design process. We don’t just prioritize the experience of drivers, but also the experience and potential protections that can be put in place for pedestrians and cyclists. The Avenue 52 corridor has dedicated bike lanes on both the east and west sides of the existing roundabout, however it lacks bike ramps up to the shared use path, forcing cyclists to take the roundabout as a vehicle. By adding bike ramps on the entrances and exits of the roundabout - as shown to the right - cyclists have options based on their experience and comfort level with roundabouts to take the intersection as a vehicle or as a pedestrian. Additionally, there are opportunities leading up to the roundabout to have a dedicated bike lane separated from the roadway by a small median or other raised element, effectively creating a Class IV bikeway. In addition to the bicycle safety, this would provide additional vehicle deflection which would introduce additional speed reduction into the roundabout while allowing a straightforward path for cyclists. Another opportunity to improve safety for cyclists who opt to traverse the roundabout as a vehicle would be to add in “Sharrow” pavement markings within the circulating and turn lanes as shown in the example to the left. Regarding pedestrian safety, we see several opportunities for improvements. Currently, the pedestrian crossings at each leg of the roundabout are longer than necessary. The existing crossings have four separate lanes of traffic one must navigate per crossing. We see several ways pedestrian safety can be improved. A few of those are: eliminating the right turn bypass lanes (if warranted by the traffic analysis), adding in pedestrian refuges between crossings (like what was done at the southeast corner of the Calle Sinaloa/Avenue 52/Avenida Bermudas roundabout, shown below), or providing curb extensions – just to name a few. With any of these improvements, the roundabout crossing lengths can be reduced significantly, allow for greater predictability and safer crossings. Bike ramp at the GHD designed California Blvd. at Frist St. roundabout in Napa, Ca. Sharrow pavement markings at the California Blvd. at Frist St. roundabout in Napa, Ca. Pedestrian accommodations at the right bypass lane of Calle Sinaloa/Ave. 52/Ave. Bermudas Roundabout GHD | City of La Quinta | Avenue 52 at Jefferson Roundabout Improvements Project 18 Accommodating larger vehicles The existing Avenue 52 roundabout currently does not truly accommodate large vehicles, as there is no existing truck apron at the central island. Adding in a truck apron will not only improve access for trucks and trailers, but will also help to control circulating vehicle’s speeds further improving safety of the roundabout. As part of our analysis and proposed recommendations for geometric modifications, we will be proposing to install a truck apron similar to those on the Village roundabouts and like the one shown to the right. Right Sizing the Roundabout As noted in the beginning of this understanding, the roundabout was originally designed as a multilane roundabout, but reduced to a single lane to help improve safety and reduce speeds. As part of our approach to improving this intersection, we are proposing to conduct a traffic analysis to determine the correct number of lanes needed now, and in the future. Like we said before, drivers often ignore paint and will utilize the entire paved surface regardless of what the roadway is striped for, and this increases the speeds at which they can navigate the roundabout. This is the issue with constructing multilane roundabouts when the traffic demand is not there. However, when the traffic warrants a multilane roundabout, the function well as vehicles will stay in their lanes when other vehicles are next to them. This is why we strongly recommend constructing roundabouts with only the number of lanes needed based on the demand opening day. What if the traffic study suggests that a single lane or a hybrid will work for a few years, but as growth continues, will need an additional lane in just a few years? We have a solution for that! The image on the left shows two roundabouts right next to a large development that was slowly expanding. The roundabout at Foxboro Pkwy/Leisure Town Rd/Vanden Rd. was opened as a single lane roundabout and was intended to stay a single lane for 5- 10 years and then opened to a two lane roundabout for the Leisure Town/Vanden leg while maintaining the single lane on the other approaches. We designed the intersection to be a hybrid roundabout. However, to ensure that it would operate safely, efficiently and effectively until the time the extra lane was needed, we designed “temporary” improvements that allowed the drainage and pedestrian/bicycle facilities to be constructed in the ultimate locations so that when the demand was there, the conversion to a multilane roundabout would have minimal cost to the City. GHD | City of La Quinta | Avenue 52 at Jefferson Roundabout Improvements Project 19 We did this by designing doweled in curbs with curb cuts to drainage inlets and backfilled between the “temporary” doweled curb and the permanent curb with rock, shown in the photo to the left. When the time comes that the roundabout needs to be widened the doweled curb and rocks can be removed, the striping revised, and then the City will have a second lane. We will evaluate this as an option if the traffic study reveals a similar need for the City. Or if the City would like to open it as a single lane for a short time while drivers get used to the configuration and open it to a multilane after a few months, we can look at even more temporary options, like Zebra Curbs or planters like the images shown below. Landscaping A good central island design serves several functions related to traffic direction and speed management, contributing to safety and efficiency. While the Roadrunner Statue and large palm trees partially obscure the through view at the roundabout, the central island is not mounded and does not block a drivers view through the middle of the roundabout. We want to block the through view because, in a roundabout, the conflicting traffic movement is the left, not through the intersection. As a part of the proposed work, GHD has looked at the existing landscaping along the corridors. At this time, without any existing plans, it is assumed that the project will install new landscaping and modify the existing irrigation or install new. Surveying KDM Meridian will execute this project through a structured and phased workflow designed to deliver high-quality data efficiently. KDM intends to utilize UAV flights to collect aerial imagery and base mapping. This will minimize impacts to the traveling public while providing high-quality orthophotos at a mapping scale of 1”=20’ with 1-foot contours. This initial work will be the basis for the conceptual design and will be ultimately adequate for the final design. In addition, KDM will provide a phased approach to the survey work as the project progresses. An additional ground augmentation survey will be conducted upon completion of the preliminary design to provide tailored information for critical design refinements and elements. GHD | City of La Quinta | Avenue 52 at Jefferson Roundabout Improvements Project 20 6. Scope of Services Task 1 – Project Management GHD will be responsible for general project management, project coordination, monitoring progress for adherence to schedule and budget, reporting on progress, and administering the project, including interfacing with the City of La Quinta and other stakeholders. GHD will be required to attend to project related meetings and provide appropriate coordination. For budgeting purposes, it is assumed this project will be completed within 18 months. If the project extends beyond that time frame, additional project management time may need to be negotiated. Anticipated Meetings include:  Pre-Design meeting to clarify design objectives (virtual)  Field walk followed by kickoff meeting with the City to discuss the proposed work plan and special concerns, held at City offices  Virtual monthly PDT meetings (up to 16 meetings)  Up to two HOA meetings with the City  Up to two City Council meetings  Final design scoping meeting (see Task 5) GHD will also prepare monthly summary reports, invoicing and schedule updates as necessary. Deliverables: Meeting agendas, meeting minutes, monthly summary report with invoice, schedule updates Task 2 – Evaluation of Existing Roundabout Data Collection and Evaluation GHD will review all existing material provided by the City including original project plans, as built plans, revised plans, collision data, traffic counts, speed surveys, lighting analysis previously performed, and any other documentation the City believes may help inform the analysis. It is assumed all materials will be provided electronically. Data collection is not included in this scope of services, except for survey services which is covered under a different task. However, if there is missing or not enough data available to conduct the assessment, GHD will advise the City and adjustments to the scope and fee can be made to address any lacking information. Based on this data GHD will perform a safety and operational analysis on the Ave. 52 roundabout. GHD’s analysis will begin with a traffic operations analysis to determine the appropriate lane geometrics based on existing traffic data and expected growth. Traditional forecasting will not be done on the project, however, traffic volumes will be escalated to an agreed upon future year based on available existing forecasting models or industry standard practices based on average population growth within the Coachella Valley. The evaluation will also be conducted on the geometric design of the existing intersection and will include the following: Fast path Sight distances (corner, stopping, and intersection) Entry and view angles Design vehicle accommodation Approach geometry Central and splitter island design, including landscape Signing Pavement delineation Non-motorized user accommodations Curb design and material choices Lighting (assumes lighting analysis conducted during the design will be provided by the City) Bicycle/Pedestrian accommodations ADA accessibility GHD | City of La Quinta | Avenue 52 at Jefferson Roundabout Improvements Project 21 The analysis will be rooted in assessing adherence to roadway and roundabout established guidelines, standards, and design principles, based on the most current roundabout design guidelines, NCHRP Report 1043: “Guide for Roundabouts (2023)”. Draft & Final Roundabout Evaluation Report GHD will develop a draft and final report in which existing conditions are documented, findings of the analysis presented, and countermeasure recommendations which aim to address identified deficiencies and/or to improve overall safety of the intersection will be provided. The proposed modifications and/or safety countermeasure suggestions will be based upon current design principals, crash modification factor for collision trends, and best practices which includes Human Factor considerations in understanding the road user’s ability to interpret and process potential conflicts. Anticipated Report Content: Background and methodology Summary of data review Traffic analysis Geometric analysis results Recommended improvements: o Recommended lane configurations o Suggested geometric design modifications Conclusion The recommended geometric design modifications will be provided in written format with examples of the modifications, if applicable. Examples are anticipated to be real implemented examples or plan markup examples. The conceptual designs are not included in this task but are included in task 4. It is assumed one round of comments will be provided on the draft document, GHD will address the comments and provide a final version of the report for the City’s files and use. Deliverables: Draft and Final electronic copies of the Roundabout Evaluation Report Assumptions: Traffic study will rely upon City’s existing traffic counts and traffic data of the intersection. GHD can provide traffic count services under an additional scope and fee. Task 3 – Utility Coordination GHD will provide utility coordination for the Avenue 52 at Jefferson Roundabout Project. This will consist of the initial contact with the utility companies, notifying them of a potential project, and requesting their facility maps for the project area. The utilities known to operate in the vicinity of the project will be contacted and engaged throughout design. Utility notices will be submitted via electronic copy to the City Project Manager for transmittal to recipients on City letterhead. Utility Requests Prepare initial request of utility information for as-built plans, Prepare utility claim of rights for right of way occupation Utility coordination Prepare conflict mapping New service (landscape controller to separate city portion) Relocations identified Coordination with CVWD Deliverables: Utility notices, utility matrix Assumptions: Relocations and designs will be done by each utility purveyor, City will provide letterhead and submit utility notices to the utility purveyors GHD | City of La Quinta | Avenue 52 at Jefferson Roundabout Improvements Project 22 Task 4 – Topographic Survey/Field Review Topographic Survey KDM Meridian will provide comprehensive surveying services to support the design of the Avenue 52 Roundabout Improvement Project. The work will focus on delivering accurate and detailed mapping and control to meet all design and regulatory requirements. 1. Establish Survey Control a. Locate sufficient record monuments to define the project’s centerline and right-of-way. b. Establish reference stations and control points tied to published horizontal and vertical datums. c. Set aerial targets for UAV flights, ensuring precise georeferencing for mapping products. 2. UAV and Aerial Mapping a. Conduct UAV flights to collect high-resolution aerial imagery. b. Process imagery to produce a seamless orthophoto and 3D surface model of the 16-acre survey area. c. Generate topographic maps at 1"=20' scale with 1-foot contour intervals, suitable for design. 3. Ground Augmentation Surveys a. Conduct targeted ground surveys to collect supplemental data where aerial methods may lack coverage (e.g., obscured or heavily vegetated areas). b. Map additional features or refine detail during later design phases. 4. Utility Mapping a. Locate and map visible surface indications of utilities within the survey limits. b. Provide (as an optional service) additional subsurface utility information to be collected during ground augmentation surveys based on design needs. Field Review Upon completion of the survey and base mapping, GHD will schedule a field walk with the design team and City representatives to review site conditions and discuss any potential conflicts and design concepts. At a minimum, a base map shall be readily available with all survey data shown. Deliverables: Basemap Task 5 – Conceptual Design Plan Based upon the discussions with the City during the project kickoff meeting, field review, and Roundabout Evaluation Report – which includes the traffic analysis - GHD will prepare up to three conceptual design plans. The conceptual design will be generally focused on the horizontal elements of the design. It is assumed one round of comments will be provided on the draft exhibits, GHD will address the comments and provide a final version of the exhibits. Conceptual landscaping will be provided based on input from the City for the proposed improvements. These concepts, up to three, will show planting design, the proposed pathway and any decorative paving, inert material and decorative ground cover patterns, and potential areas of enhancement (if the City wishes to pursue this, i.e. lighting or artwork). The draft landscape concepts will be submitted for review after the initial review of the draft conceptual design. GHD will address one round of comments and prepare final exhibits. The landscape concept is not intended to establish the final design but capture landscape opportunities and document the impact on cost, schedule and scope. GHD will also submit planning level estimates for each of the three conceptual designs and each of the landscape concepts. These will be submitted with the final drafts of the exhibits. Upon the City’s selection of the preferred design, GHD will finalize the landscape concepts and preliminary layouts. Pertinent roundabout design checks will be performed, including a fastest path analysis, truck turn analysis, and stopping sight distance calculations. GHD will create an exhibit for the impacted HOA based on the preferred design as well as assist the City with the preparation of up to two power point presentations for meetings with the HOA. GHD | City of La Quinta | Avenue 52 at Jefferson Roundabout Improvements Project 23 As an optional service, GHD can generate a 3D visualization of the preferred roundabout concept. If desired, GHD can provide an additional scope and fee for this service. Deliverables: Concept Design Plans – Horizontal Alignment; Conceptual Landscape Plans; Preliminary Cost Estimates, HOA focused Exhibit, HOA focused power point presentation(s). Task 6 – Drainage Study GHD will prepare a drainage report that will analyze the impact of the proposed project on the existing drainage system. The goal will be to minimize changes to the existing drainage system so that there will be no significant impact when the project is constructed. Deliverables: Drainage Report Task 7 – Final Engineering Design Plans As the extent of the geometric design and the preferred design is unknown at this time, GHD has provided the following scope based on our robust experience in delivering roundabout projects. However, it is anticipated that after the preferred alternative is selected, the scope and fee associated with all final design and Bid/Construction Phase work be revised to reflect the actual engineering and supporting work needed to complete this project. GHD will provide complete engineering design services including preparation of final plans 35%, 65%, 90, Final Bid Set Plans. The plans will include the following plan sheets. Should additional sheets be required additional scope and fee may be needed. Sheet Description Number of sheets Included in 35% Included in 65% Included in 90% and Final Title sheet 1 X X X General Notes 1 X X X Survey Project Control 1 X X X Key Map and Line Index 1 X X Typical sections 5 X X Demolition 6 X X Layout 8 X X X Roundabout Profiles 4 X X Construction Details 16 X X Drainage plans, profiles and details 16 X X Utility Plans 8 X Erosion Control Plans and details 9 X Pavement Delineation Plans 5 X1 X X GHD | City of La Quinta | Avenue 52 at Jefferson Roundabout Improvements Project 24 Signing Plans and Details 6 X1 X X Landscape and Irrigation 32 X X X Total Sheets 119 32 102 119 1 While the RFP stated that the pavement delineation and signing plans are not required at the 35% stage, we strongly encourage the City to include those plans at the early submittal. Unlike traditional intersections, for roundabouts striping and signing plays a crucial role in influencing driver behavior and improving operations and safety and should be considered from the start of a roundabout project. Deliverables: PDF submittals of Improvement plans as indicated in table above. Assumptions: Traffic Control Plans will not be part of GHD’s Design and will be a requirement of the contractor during construction. Geotechnical investigations are not included in this scope of work as it is assumed that no major removal or additional of Task 8 – Specifications and Cost Estimates Prepare General and Technical Special Provisions per City of La Quinta requirements for bidding by the City in accordance with City requirements. City will provide current boilerplate specifications and Special Provisions will be prepared using Greenbook format (supplemented by Caltrans for Traffic Signal Modifications). Deliverables: Specifications (65%, 90% and Final); List of Bid Items, Quantity Calculations and Construction Cost Estimates (35%, 65%, 90%, and Final). Assumptions: The planning level cost estimate prepared as part of the conceptual design will be updated for the 35% submittal and a bid item list will not be included in the 35% submittal. Task 9 – Bid/Construction Support As the extent of the geometric design and the preferred design is unknown at this time, GHD has provided the following scope based on our robust experience in delivering roundabout projects. However, it is anticipated that after the preferred alternative is selected, the scope and fee associated with all final design and Bid/Construction Phase work be revised to reflect the actual engineering and supporting work needed to complete this project. Bid Support GHD will provide Bid Support for the proposed project. This includes review of RFIs, attendance of a pre-bid meeting and issuance of addendums as required. RFIs will be responded to with 48 hours of receipt by GHD from the City. Deliverables: Response to RFI, RFI Log, Addendums/Adjustments to the Plans as needed Assumptions: GHD has budgeted up to 40 hours for Bid Support, if additional time becomes necessary this will constitute additional work and be negotiated with the City. Construction Support GHD will provide construction support for the proposed project. This includes the review of RFIs, attendance to a pre- construction/kickoff meeting and issuance of addendums/plan modifications as needed. GHD will also review contractor material submittals for compliance with the project specifications. Upon completion of the project, GHD will provide as- built documentation to the City. Deliverables: Responses to RFIs, Responses to Contractor Submittals, Addendums/Plan Modifications, As-Built Documentation (Plans). Assumptions: GHD has budgeted up to 160 hours for Construction Support with the following assumptions: Submittals will be reviewed and returned within 72 hours of receipt by GHD from the City. Any submittal that does not meet contract specifications requiring additional reviews will be considered additional work. GHD will make sure this provision is clear in the contract documents and paid for by the Contractor. Attendance to the pre-construction meeting will be in person, no additional meetings are included. If additional time becomes necessary beyond the hours provided, this will constitute additional work and be negotiated with the City. GHD | City of La Quinta | Avenue 52 at Jefferson Roundabout Improvements Project 25 7. Project Schedule Appendix A Resumes Lindsey Van Parys | Project Director & QA/QC T 916.245.4220 | E lindsey.vanparys@ghd.com www.ghd.com Lindsey Van Parys PE, QSD/P Project Director & QA/QC Location Sacramento, CA Experience 17 years Qualifications/Accreditations – BS, Civil Engineering, California State University, Sacramento, CA, 2009 – BS, Health Science and Spanish, California State University, San Jose, CA, 2004 – Civil Engineer, CA #79989, FL #83571, AZ #79530 – Qualified Stormwater Pollution Prevention Plan (SWPPP) Developer/Practitioner, CA #23897 Key technical skills – Project Management – Roundabout & Complete Street Design – Complete Streets – Public Education and Outreach – Grant Writing Memberships – Transportation Research Board: Standing Committee on Roundabouts – Institute of Transportation Engineers, International Coordinating Council, Co-Chair – Women’s Transportation Seminar – Association of Civil Engineering Companies (ACEC), Member, Caltrans D3 Professional Liaison Committee Relevant experience summary Lindsey Van Parys is a GHD principal and project director who provides overall support and guidance on project operations. For the past 17 years, she has focused her career on helping local agencies improve safety and equity in their communities through implementing a variety of transportation projects including roundabouts, complete streets/streetscapes, multi-use trails, roadway and highway improvements, and many other types of projects. She has expertise in delivering projects from the conceptual stage through to construction. Often, she steers community education and outreach for a variety of contentious projects throughout the region, collaborating with stakeholders, local businesses, agencies (especially Caltrans), and the public to build popular acceptance and ultimately construct the project without unnecessary impacts. Lindsey has been with GHD since 2012 and works on projects across North America. She also has experience in preparing various successful grant applications for a variety of different grant programs such as, Active Transportation Program, Highway Safety Improvement Project, and Congestion Mitigation and Air Quality. North State Street Intersection Improvements at Highway 101 Southbound Ramps and KUKI Lane Preliminary Engineering and Environmental Document (PA/ED) and Plans, Specifications, and Estimate (PS&E) Project Director Mendocino County Department of Transportation | Mendocino County, CA GHD performed the alternatives analysis for North State Street corridor, which resulted in a preferred alternative which would eventually convert six intersections to roundabouts, incorporating complete street design elements along the corridor. Two of those intersections were the North State Street intersections with the US 101 southbound on ramps and with KUKI Lane, which were selected to be the first phase of the overall corridor improvement plan to be advanced to environmental clearance and PS&E phases. Oversaw the preliminary engineering and environmental clearance phase of the project as Project Manager, ultimately transitioning to the Project Director role for the PS&E phase. Russell/Arlington Roundabout Project Project Manager City of Davis | Davis, CA Responsible for preparation of a traditional roundabout alternative, a roundabout alternative with a Class IV Lindsey Van Parys | Project Director & QA/QC T 916.245.4220 | E lindsey.vanparys@ghd.com www.ghd.com pathway, and a signal alternative. On the approaches to the Russel/Arlington intersection, the project will implement a road diet, pedestrian improvements, and crosswalk enhancements. Environmental clearance through California Environmental Quality Act (CEQA), final design of the preferred alternative, and ultimate construction support services are also be included. Sutter Street Extension Project Project Manager City of Jackson | Jackson, CA Provided a feasibility analysis for the potential to extend Sutter Street from its current terminus at the Argonaut Dam and connecting it to Hoffman Street. Analyzed the feasibility and benefit-cost to reroute traffic from the residential Hoffman Street by extending Sutter Street which would provide a safer access to the adjacent highway by means of the signal at the existing Sutter Street/Highway 88/Highway 49 intersection. Analyzed various previous alignments which included signalized intersections and stop controlled intersections. Also provided a new roundabout alternative for consideration. Included community outreach and presentations to City Council, Planning Commission, and the public. Once the feasibility analysis was completed, led the development of preliminary plans and preliminary environmental analysis for the preferred alignment of the roadway extension which consisted of an alignment that minimized impacts to private parcels, maintained the signalized intersection at Highway 49, modified a partially stop controlled intersection, a new roundabout intersection at Hoffman Street, a new connection to Sutter Street, water line and sewer line relocation, and 20’ tall retaining wall layouts. Oversaw significant coordination with the DTSC and EPA on adjacent projects. Avenue 64 Complete Streets Project Project Manager City of Pasadena, Pasadena, CA Delivered the design of a roundabout intersection at Avenue 64 and Burleigh Drive, as well as an intersection bulb out with medians at Avenue 64 at Cheviotdale Drive in addition to other complete street, traffic calming, bicycle, and pedestrian enhancements for the entrance into the City of Pasadena from Los Angeles. Led the team in designing a custom roundabout at Burleigh Drive to reduce vehicle speeds while providing full access to adjacent driveways completely within the City right of way while still accommodating property/driveway access and providing a space for refuse pickup, parking and more. Included water quality design, utility relocation, completed roadway resurfacing, lighting, outreach with property owners, and coordination with emergency responders. Bell Road/Interstate 80 (I-80) Interchange Environmental and Design Services Project Manager Placer County | Auburn, CA Oversaw delivery of the PA/ED phase of the project which analyzed various interchange configuration alternatives to improve operations, safety, and access to transit not only at the Bell Road/I-80 interchange, but also at the adjacent frontage roads, Musso Road and Bowman Road. Oversaw and prepared various technical investigations, project approval reports, technical memorandum, project documentation, Initial Study/Mitigated Negative Declaration (IS/MND), and project report. Coordinated stakeholder and community outreach. Recommended delivery of a new roundabout interchange that brings Bowman Road and Musso Road into the intersection, resulting in one five-leg and one four-leg roundabout. GHD was retained to deliver the PS&E phase of the project. Overseeing delivery of the final design packages for this congested interchange. Includes roundabouts, retaining walls, water quality improvements, landscaping, lighting, utility relocation and coordination, right of way engineering and acquisition, public outreach, property owner coordination, Caltrans coordination, preparation of a maintenance agreement, and more. Blackie Road Extension Project Director County of Monterey | Castroville, CA Overseeing delivering of a roadway extension of the existing Blackie Road to connect to a new SR 156/Castroville Boulevard interchange being constructed by Caltrans. Work includes obtaining environmental clearance and developing alternatives which includes identifying the least environmentally damaging viable alignment to connect the existing terminus of Blackie Road to the roundabout at the interchange. City of La Quinta Complete Street/Road Diet Active Transportation Program (ATP) Application Project Manager City of La Quinta | La Quinta, CA Responsible for the overall delivery of the environmental documentation, PS&E, right of way and utility clearance for this ATP project. The project, spanning a total of three miles, consisted of three complete street corridors, five roundabouts, pedestrian facilities, shared use paths, buffered bicycle lanes, golf cart facilities, water quality infrastructure, and landscape/beautification elements. Also coordinated stakeholder outreach, one-on-one meetings with impacted property owners and business owners and performed community outreach. Coordinated utility relocations with six different utility purveyors and coordinated with two adjacent projects constructed concurrently with the complete street project. Steven Latino | Project Manager T 657.622.4920 | M 951.252.4916 | E steven.latino@ghd.com www.ghd.com Steven Latino PE, TE Project Manager Location Irvine, CA Experience 21 years Qualifications/Accreditations – MBA, Business Administration, University of Redlands, Redlands, CA, 2018 – BS, Civil Engineering, Purdue University, West Lafayette, IN, 2003 – Civil Engineer, CA #73430 – Traffic Engineer, CA #2902 Key technical skills – Public Works/Transportation – Design, Project Delivery – Project Specifications (Caltrans/Greenbook) Memberships – American Public Works Association, Board, 2023 - Present) – Institute of Transportation Engineers, Riverside and San Bernardino Counties Board, 2009-2012, 2021- 2024 Relevant experience summary Steven Latino has focused his career on providing services to local municipalities throughout Riverside and San Bernardino Counties. His experience as both a public and private employee provides a unique approach to project delivery. During his career, Steven has taken numerous projects from concept to completion, which provides a keen sense of awareness to the agencies’ needs. He believes that spending time in the field and familiarizing his team with the project before design kicks off and during the design process eliminates future challenges. This experience allows Steven to visualize the construction during the design phase eliminating constructability challenges and alleviating potential for unnecessary change orders. Jackson Street Complete Streets* Project Manager City of Indio | Indio, CA | 2023-2024 | $5,365,086 The City of Indio successfully received roughly $5 million through the Clean California Grant program to beautify Jackson Street from Kenner Avenue to Avenue 45 (approximately 0.75 miles). The intent of the project is to visually transform Jackson Street to encourage pedestrians and bicyclists to use the corridor. Through an existing on-call agreement, provided Plans, Specifications, and Estimate (PS&E) for the proposed improvements. The work includes upgrading sidewalk, Americans with Disabilities Act (ADA) ramps and driveways, installation of an artistic shade structure, Big Belly trash cans and upgrading landscaping and irrigation throughout the project. As part of the project, the City is installing a decorative shade structure that was designed by an artist. Responsible to coordinate the design of the structure with the artist and worked with a structural engineering team to assist the artist with the design of the steel used for the work, as well as foundation design for the proposed structures. The artist has created a dedicated website for “Shadowalk” and can be seen here: https://civic.space/shadowalk/ Led the team to perform a site visit with the City and Artists to determine the best locations to install the structure, as well as identified deficiencies in sidewalk and ADA improvements along the corridor. As part of the curb ramp revisions, several crosswalks and intersections required upgrading and modifications to bring them into compliance with ADA. Additionally, the City worked with the team to perform the necessary public outreach as required through the grant funding opportunities. The PS&E has been completed, and the City closed bids in December of 2023. The project is under construction and is anticipated to be complete around the end of 2024. Steven Latino | Project Manager T 657.622.4920 | M 951.252.4916 | E steven.latino@ghd.com www.ghd.com Warner Trail Improvement Project – Phase 1* Project Manager City of Indian Wells | Indian Wells, CA | 2023 | $1,750,000 Contracted to provide professional engineering services related to the Warner Trail Improvement Project in the City of Indian Wells. The primary purpose of this project was to provide exploratory borings and analysis of a storm drain that led to several roadway failures s. In addition to storm drain repairs, the improvements upgrading curb ramps, providing pavement rehabilitation recommendations and design, providing traffic signal modifications to accommodate a new right turn lane at the intersection of Fred Waring Drive and Warner Trail, and providing updates to the school driveways to better facilitate traffic during release times. Worked with the City and staff at Gerald R. Ford Elementary to coordinate improvements and acquire the necessary right of way, easements, and permission to enter and construct and complete the improvements. In order to meet the necessary time frame for construction, worked with the city to purchase long-lead items like the traffic signal pole, to avoid delays in construction. Additionally, the team worked with Coachella Valley Water District to coordinate their non-potable water line project through the site prior to construction of the final pavement work. Construction duration was short since it was planned to be done in the summer to avoid school traffic. Club Drive Complete Streets* Project Manager City of Indian Wells | Indian Wells, CA | 2023 | $875,750 Led a team to prepare PS&E for the Club Drive Complete Streets Project. The project consisted of new sidewalks, ADA-compliant curb ramps and upgrading the bicycle facilities on Club Drive to connect pedestrians and bicyclists to a nearby shopping center. A new walkway within the private shopping center will also be designed to ensure a final smooth connection is provided. Michael Baker prepared a landscape concept plan with upgraded drought tolerant landscaping and accent lighting to accent the existing Palm Trees and serve as a gateway feature to the Indian Wells Country Club. Led the team to prepare concept alternatives for the project and presented them to stakeholders at a public outreach meeting. Then assisted the city in selecting a preferred alternative based on nearby business owners and the community feedback received. One design challenge was providing a new sidewalk directly adjacent to the guard booth entrance of the Indian Wells County Club. The entrance has a canopy with a tight vertical clearance so larger vehicles cannot access through this lane. Developed creative solutions that still provide access for larger vehicles but also provide a sidewalk for pedestrians all within city right of way without requiring extensive reconstruction to the guard booth. Also tasked with coordinating these changes with the city's Fire Access Maintenance District which operates as a separate department within the City. Another component to this project was developing a pavement rehabilitation strategy because the pavement condition on Club Drive is heavily deteriorated with excessive cracking. Worked with Aragon Geotechnical to undertake borings and prepare different pavement rehabilitation strategies ranging from grind and overlay to full depth replacements. Armagosa Creek Recreation Trail Project – Clean California Grant* Project Manager City of Lancaster | Lancaster, CA | 2023-2024 | $5 million Led the design team that designed the City of Lancaster’s Clean California Grant project along Armagosa Trail. The preliminary stages of design included value engineering, as the City initially wanted to install a bridge over Avenue I; however, it was deemed too costly and complex. Instead, the team worked with the City and Caltrans to look at an at-grade signal that could be actuated by trail users. The project was left off at 95% completion, with the team completing Plans, Specs and Estimates; however, the City determined that they needed to acquire additional funding to assist with their local match. When constructed, the trail will include new fencing/block walls, pedestrian and bicycle facilities, and improvements to each of the at-grade crossings in order to facilitate safe bicycle and pedestrian crossings. Genevieve/Ralston Street Light Circuit Upgrades* Project Manager City of San Bernardino | San Bernardino, CA | 2023 | $2,045,000 Responsible for the design of two new street lighting circuits to replace existing high voltage circuits. The existing circuits had exceeded their service live and have existing street light standards that do not meet current design standards and are non-functional. Mr. Latino met with the City numerous times in the field to determine the best course of action, including abandoning the existing conduit systems to avoid costly change orders during construction. The team completed an updated lighting analysis to recommend new spacing of street light standards based on Illuminating Engineering Society Standards. The new street lighting is energy efficient Light-Emitting Diode (LED) lighting. * = Work performed while at another firm Ronald Boyle | Technical Advisor T 916.918.0630 | E ron.boyle@ghd.com www.ghd.com Ronald Boyle PE Technical Advisor Location Roseville, CA Experience 42 years Qualifications/Accreditations – BS, Civil Engineering, California Polytechnic State University, San Luis Obispo, CA, 1982 – Civil Engineer, CA #46387 Key technical skills – Roundabouts, Interchange, and Roadway Design – Peer Review of Roundabout Projects Memberships – American Public Works Association Relevant experience summary Ronald (Ron) Boyle serves as lead designer and provides Quality Control/Quality Assurance (QA/QC) on a variety of public works and private projects in California, where his specialties in roundabouts, interchange, and roadway design are required. He has over 42 years of design experience and 32 years of project management experience and is skillful at working with state and local agency staff. Ron has been involved in the planning design or construction of over 100 roundabouts, many of which were the first of their type in communities requiring extensive public outreach. In addition to playing a lead role on projects, he provides peer review of roundabout projects, including those developed by private developers, local agencies, and Caltrans. State Route (SR) 68 Scenic Corridor Intersection Control Evaluations (ICE)/Plans, Specifications, and Estimates (PS&E) Quality Control & Geometric Design TAMC, Caltrans District 5 | Monterey County, CA Performed the geometric layouts and quality control under contract to TAMC for this Caltrans led project for corridor improvements SR 68 between Salinas and Monterey. Improvements include modification of nine intersections, eight of which will be converted to roundabouts. Project is currently in 65 % PS&E. SR 29, First Street, and Second Street Roundabouts along California Boulevard Project Manager, Lead Designer City of Napa | Napa, CA Performed project management, public outreach, and led design and plan production for three closely spaced roundabouts at SR 29 and First Street northbound ramps and California Boulevard at First Street and Second Street. Plans were processed through Caltrans Office Engineer and construction was completed in 2019 at a cost of $11.2 million. US 50 - Pioneer Trail Roundabout Lead Designer County of El Dorado | Meyers, CA As subconsultant to NCE, developed the roundabout geometrics, assisted with public outreach effort, and oversaw production of the approval documents for this heavily used intersection in the Tahoe basin. Project Approval/Environmental Documents (PA/ED) phase to follow. SR 26/SR 28 (North Lake Boulevard) Western Approach Roundabout Lead Designer County of Placer | Kings Beach, CA Performed the geometric layouts and the overall quality control for a hybrid multi-lane roundabout at this currently signalized intersection. Pleasant Hill Road/Olympic Boulevard Roundabout PS&E Project Manager City of Lafayette | Lafayette, CA Ronald Boyle | Technical Advisor T 916.918.0630 | E ron.boyle@ghd.com www.ghd.com Managed the design and construction of a compact urban roundabout within a very aggressive schedule (18 months from concept to construction completion) that also included a public outreach and approval component. The project gained approval of the design from the City Circulation Committee with plan reviews from the City and Contra Costa County. Construction was completed in the winter of 2017 at a cost of $1.7 million. Rocklin Road “Complete Street” Roundabout Corridor Improvement Project Manager, Lead Designer City of Rocklin | Rocklin, CA Project entailed a complete street corridor through six intersections, including two I-80 freeway ramp intersections. The corridor was divided into three projects, each utilizing federal Congestion Mitigation and Air Quality (CMAQ) funds and included extensive public outreach, right of way acquisitions, and utility relocations. Construction of the first two roundabouts, Meyers Street ($1.8 million) and Grove Street ($2 million) was completed in 2014. SR 116/SR 121 Roundabout Intersection Roundabout Designer Sonoma County | Sonoma County, CA As subconsultant to Parsons Transportation, developed the roundabout geometrics, assisted with the public outreach effort, and oversaw plan production for a multi- lane roundabout at this congested rural intersection of two state routes. Design included high-speed approaches and phasing of improvements. Scheduled for construction. Tank Farm Road at Orcutt Road Roundabout Intersection Roundabout Designer City of San Luis Obispo | San Luis Obispo, CA Prepared roundabout geometrics for a new single-lane roundabout at this semi-rural intersection with high- speed approaches. SR 49/Main Street Roundabout Intersection PS&E Principal-in-Charge City of Plymouth | Plymouth, CA Oversaw the roundabout concept development to reduce right of way impacts and improve operations and safety at this stop-controlled intersection. Assisted with Resolution of Necessity hearings and right of way acquisition process, PS&E production, as well as client and agency coordination for this federally-funded, fast- tracked project. Construction was completed in 2018. City of Palmdale Roundabout at 40th Street East/East Avenue S-8 Roundabout Designer JT Engineering | Palmdale, CA Prepared roundabout geometrics for a new hybrid lane roundabout at this semi-rural intersection with high- speed approaches. Antelope Creek Drive/Galleria Circle Roundabout Quality Control & Design Review City of Roseville | Roseville, CA Performed the geometric layouts and the overall quality control for a multi-lane roundabout and two closely spaced, coordinated traffic signals within the Westfield Galleria Mall. Construction completed in 2007. La Quinta Village Complete Street, a Road Diet Project Quality Control & Design Review City of La Quinta | La Quinta, CA Reviewed the preparation of three complete street corridors including five roundabouts, a road diet to reduce travel lanes to provide bicycle lanes, and various pedestrian crossing improvements outlined in the Active Transportation Program Grant Application prepared by GHD. Project scheduled for construction. Comox Road at Glacier View Drive and Aiken Street Roundabout Intersection Roundabout Designer Town of Comox | Vancouver Island, BC Prepared roundabout geometrics for a new single-lane roundabout combining two offset, T-intersections. Sacramento International Airport: Elkhorn Boulevard and Lindberg Drive at Crossfield Drive Quality Control, Geometric Design County of Sacramento | Sacramento, CA Performed the geometric layouts and quality control for the modification of two intersections. Plans include a single-lane roundabout at Linberg Drive and a multilane roundabout at the new Elkhorn Boulevard extension. Brittany Zambrano | Assistant Project Manager T 949.585.5266 | E brittany.zambrano@ghd.com www.ghd.com Brittany Zambrano PE, QSD Assistant Project Manager Location San Diego, CA Experience 9 years Qualifications/Accreditations – BS, Civil Engineering, Loyola Marymount University, Los Angeles, CA, 2015 – Civil Engineer, CA #89410 – Qualified Stormwater Pollution Prevention Plan (SWPPP) Developer Key technical skills – Site Development – Roadway and Pavement Design – Project Management Memberships – American Society of Civil Engineers – Engineers without Borders Relevant experience summary Brittany Zambrano is a civil engineer and project manager working out of GHD’s San Diego office. She has nine years of experience working on a variety of civil engineering projects, which have included site development, roadway and pavement design, roundabouts, pedestrian, and bicycle facilities, signing and striping plans, composite utilities, drainage, and erosion control elements. She has worked on public works projects for local government agencies and private developments. Proficient in Civil3D, Brittany is a detail-oriented professional with strong organizational and communication skills. South Carlsbad Boulevard Climate Adaptation Project Civil Engineer City of Carlsbad | Carlsbad, CA Served as a Civil Engineer for a State Coastal Conservancy-funded project that seeks to retreat a two- mile segment of Highway 101 to a more resilient location and revision abandoned coastal lands to activate the space for public uses (active/passive recreation and access), restore habitat and utilize nature-based shoreline protection elements to slow the of the erosion of the bluffs. The project involves extensive stakeholder and community engagement, alternatives development and feasibility analysis to identify a preferred Climate Adaptation Plan for the relocated segment of highway. Provided design assistance related to conceptual roundabout and signalized intersection options as well as a realignment of Carlsbad Boulevard while maintaining existing coastal access. She worked directly with internal teams leading the project from GHD’s Maritime and Coastal group in order to deliver innovative multimodal concepts to the City that would best serve the community. Kelly and Park Drive Road Diet and Roundabouts Civil Engineer City of Carlsbad | Carlsbad, CA Kelly Drive is located between El Camino Real and Park Drive and divided by Hillside Drive. This project proposes a road diet with improvements to all modes of travel. The project also proposed upgrades to two existing intersections with painted traffic circles, one as an urban compact roundabout and the other as a bulbout intersection. The improvements create a complete street with bicycle and pedestrian facilities and provide trail linkage from El Camino Real to Agua Hedionda Lagoon in coordination with the City Trails system. The project included challenges, such as reducing congestion and red zone parking during school drop-off and pick-up times, environmental permitting, and limited right of way. Provided quality control and design coordination at the end of the project helping to create innovative design changes for public outreach support to the City. Brittany Zambrano | Assistant Project Manager T 949.585.5266 | E brittany.zambrano@ghd.com www.ghd.com West Texas Complete Streets Project Assistant Project Manager, Civil Engineer City of Fairfield | Fairfield, CA Responsible for the design and Plans, Specifications, and Estimate (PS&E) deliverables for approximately one mile of street improvements that includes bicycle, and pedestrian and motor vehicle safety features and enhancements, such as a Class IV bike lane, widened sidewalk/road diet, raised median in certain portions of the corridor, signal modifications and the installation of a new pedestrian midblock crossing with a rectangular rapid flashing beacon. Avenue 64 Complete Streets Project Civil Engineer, Design Lead City of Pasadena | Pasadena, CA The project entails design of roundabout and other complete street traffic calming, bicycle, and pedestrian enhancements for residential area. Led the design team, including roadway geometry and storm drainage, client coordination, subconsultant coordination, utility conflict outreach and financial oversight. Artesia Great Boulevard Complete Streets Project Civil Engineer City of Long Beach | Long Beach, CA | 2020 - Ongoing The proposed project will address ongoing vehicular congestion issues as well as improve bicycle, pedestrian, and transit elements through a complete street upgrade of 1.2 miles of an urban arterial boulevard. Responsible for design and construction document production of roadway restoration, sidewalk and striping plans, Americans with Disabilities Act (ADA) compliance, utilities coordination, and digital design deliveries. Gaffey Street Intersection Improvements Lead Designer Los Angeles Department of Transportation (LADOT), Los Angeles Bureau of Engineering (LABOE) | Los Angeles, CA Sub: RRM Design Group. Served as Lead Designer in the update of multiple curb ramps for ADA compliance and the addition of bulb-outs along Gaffey Street for the LADOT. Directed junior staff in developing plans for submittals to both the LADOT and LABOE. Keiser Avenue Reconstruction Civil Engineer City of Rohnert Park | Rohnert Park, CA A multiple phase, ongoing project including new composite utilities and the road widening of Keiser Avenue between Snyder Lane and Kerry Road. Project also includes composite utility updates on Snyder Lane and options for a future traffic signal or roundabout between Snyder Lane and Keiser Avenue. Scope includes environmental compliance, a Basis of Design (BOD) report, right of way support, the preparation of plans, specifications, construction estimate, and construction support. Thompson Creek Trail – Tully Road to Quimby Road Staff Engineer City of San Jose | San Jose, CA (Identified as Reach 1 trail segment in the Thompson Creek Master Plan.) Served as part of the design team for this 3,400 linear-foot trail adjacent to Thompson Creek and the Santa Clara Valley Water District maintenance road. Elements of the project included the design of a 16- foot-wide trail, retaining walls, formal trailheads, utilities, erosion, and sediment control, signing and striping, associated improvements, and coordination with the adjacent Valley Transportation Authority project. Thompson Creek Trail – Quimby Road to Aborn Court Staff Engineer City of San Jose | San Jose, CA (Identified as Reach 2 trail segment in the Thompson Creek Master Plan.) Served as part of the design team for this 4,400 linear-foot trail segment atop an existing levee. The project included demolition, grading, erosion and sediment control, signage and striping, and landscape design. Coyote Creek Trail Design Staff Engineer City of San Jose | San Jose, CA This scenic trail is planned to be one of the longest in San Jose’s trail network, ultimately extending from the Bay to the City’s southern boundary. Prepared construction documents consisting of grading, pavement, and habitat protection control designs for the trail segment from Brokaw Road to Union Pacific Railroad. Guadalupe River Trail (Coleman Undercrossing) Design Staff Engineer City of San Jose | San Jose, CA This 600 linear-foot trail connected two City of San Jose trail systems at the intersection of Almaden Expressway and Coleman Road. Prepared construction documents consisting of grading, pavement, civil details, and erosion control designs for the Coleman Road undercrossing on the southern portion of the Guadalupe River Trail System. Kamesh Vedula | Traffic Lead T 916.918.0622 | E kamesh.vedula@ghd.com www.ghd.com Kamesh Vedula PE, TE Traffic Lead Location Roseville, CA Experience 23 years Qualifications/Accreditations – MS, Transportation, Kansas State University, Manhattan, KS, 2004 – BS, Civil Engineering, Nagarjuna University, Bapatla, India, 2000 – Civil Engineer, CA #79926 – Traffic Engineer, CA #2546 Key technical skills – Roundabout Planning/Design – Transportation Planning, Transportation Engineering – Travel Demand Modeling and Master Planning – Traffic Operations Analysis, Traffic Circulation Studies, Traffic Impact Studies, Traffic Impact Fees Memberships – N/A Relevant experience summary Kamesh Vedula has over 23 years in the disciplines of transportation engineering, planning, and modeling. His present roles include Principal-in-Charge, Business Development, Project Manager, and Transportation Operations Leader, depending on project needs. He oversees the workload balance of the transportation planning/engineering group and coordinates with other groups and regions to level staff resources. Kamesh is an Intersection Control Evaluation (ICE) specialist, completing numerous ICE projects within a majority of Caltrans Districts and conducting ICE analyses training classes in Caltrans District 11 and Headquarters. His project management experience includes Caltrans Project Study Report-Project Development Support (PSR-PDS), Project Approval/Environmental Documents (PA/ED), ICE studies, roundabout planning/design, advanced roundabout operations analyses/design, complete streets studies, corridor studies, traffic impact studies, and traffic safety studies. Kamesh oversees daily operations, including team meetings, scheduling, invoicing, and client coordination through active communication. Streets West of Downtown Traffic Analysis Project Engineer City of Napa | Napa, CA Project included an analysis of the traffic operational conditions using BluFax for the streets west of downtown to assess potential changes to travel patterns, including a reversal of the one-way couplet and allowing two-way traffic on streets west of downtown, which are currently one-way streets. Old Redwood Highway Complete Street Improvement and Design Traffic Engineer City of Cotati | Cotati, CA Responsible for traffic study to address the transportation impacts associated with the proposed Village Main Street roadway improvement project that proposes to improve Old Redwood Highway Corridor to a pedestrian-oriented two-lane facility for use in completing the project’s California Environmental Quality Act (CEQA) environmental documents. Rohnert Park Citywide Roundabout Circulation Study Traffic Engineer City of Rohnert Park | Rohnert Park, CA Responsible for travel time runs, preparation of calibrated operations model to match field conditions, and proposing mitigations to improve traffic operations. Kamesh Vedula | Traffic Lead T 916.918.0622 | E kamesh.vedula@ghd.com www.ghd.com Rocklin Road Complete Street Corridor Improvement Master Plan and PS&E Project Engineer C&C Construction, Incorporated, City of Rocklin | Rocklin, CA Preparation of Roundabout Feasibility Report (RFR). Synchro, SIDRA, Rodel, and VISSIM software were utilized to quantify the performance criteria for various study alternatives for this project entailing a complete street corridor through six intersections, including two I- 80 freeway ramp intersections. The Meyers Street and Grove Street roundabout was constructed. Rohnert Park Expressway Corridor Study TIS and Roadway Rehabilitation Traffic Engineer City of Rohnert Park | Rohnert Park, CA Oversaw travel time runs and responsible for preparation of calibrated operations model to match field conditions and propose mitigations to improve traffic operations. Eastside Transportation Corridor Improvement Study Principal-in-Charge Fresno County, CA Served as Principal-in-Charge overseeing a diverse, five-firm project team to develop comprehensive report on existing transportation conditions, future needs, and network recommendations to improve multimodal transportation in rural, eastern Fresno County. Provided QA/QC on traffic modeling and recommendations development. Antelope Creek Drive/Galleria Circle Roundabout Planning and Simulation Project Engineer Westfield Corporation | Roseville, CA Preparation of traffic operations report in support of the feasibility report. Synchro, Sidra, and VISSIM software were utilized to quantify the performance criteria for study alternatives for a multi-lane roundabout and two closely-spaced, coordinated traffic signals within the Westfield Galleria Mall. Constructed completed in 2007. Fancher Creek Drive/Fowler Avenue Roundabout Evaluation Project Engineer Centex Homes, Lance-Kashian | Fresno, CA Responsible for preparation of RFR. SIDRA and Rodel software were utilized to quantify the performance criteria for the roundabout alternative. Foxboro Parkway/Vanden Road Roundabout Traffic Analysis and Design Traffic Engineer City of Vacaville | Vacaville, CA Assisted with the traffic operation analysis and memorandum, preliminary 15% design, VISSIM model analysis, and the Roundabout Design Technical Memorandum. Golden State Boulevard/Berkeley Avenue Roundabout Concept Study Project Engineer County of Stanislaus | Stanislaus County, CA Prepared concept report. Sidra, Rodel, and VISSIM software utilized to quantify the criteria for the roundabout alternative. Leisure Town Road/Vanden Road Roundabout Traffic Analysis and Design Traffic Engineer City of Vacaville | Vacaville, CA Assisted with the traffic analysis and preliminary layout, 65% PS&E and the Final PS&E. I-10/Cherry Valley Boulevard Roundabout Interchange Feasibility Analysis Project Engineer TKE Engineering | Calimesa, CA Responsible for identification of roadway/intersection geometry, profile, preparation of feasibility study, cost estimates, and recommended the intersection control to meet 20-year design volumes. Bay Street/High Street Intersection Feasibility Study Project Engineer City of Santa Cruz | Santa Cruz, CA Prepared traffic forecasts and traffic operations report in support of the Intersection Feasibility Report. Synchro, Sidra, HCS, and VISSIM software were utilized to quantify the performance criteria for study alternatives. Grapefruit Boulevard and 4th Street Roundabout Feasibility Study Project Manager Riverside County Transportation Department | Riverside County, CA Responsible for preparation of the roundabout feasibility study. Highland Avenue Roundabout Peer Review Traffic Engineer City of Highland | Highland, CA Assisted with roundabout peer review. Michael Pitcock | Civil Lead T 916.865.0930 | E michael.pitcock@ghd.com www.ghd.com Michael Pitcock PE Civil Lead Location Roseville, CA Experience 5 years Qualifications/Accreditations – BS, Civil Engineering, California State University, Sacramento, CA, 2019 – Civil Engineer, CA #93542 Key technical skills – Roundabout Intersection Design – Alternative Intersection Design – Interchange Design – Highspeed Roadway Design – Traffic Calming & Complete Streets Memberships – N/A Relevant experience summary Michael Pitcock joined GHD after graduating from California State University in 2019. He works on a variety of project types including roadway extensions, widenings, and rehabs; Intersections; Interchanges and Multimodal improvements. Michael’s primary focuses are alternatives intersections and California state highway infrastructure, having worked on more than 30 roundabout projects and dozens of projects on the California State Highway System. Michael prepares, concepts, designs, and documents for all project phases, from feasibility studies to full Plans Specs and Estimate (PS&E). Michael specializes in the Caltrans approvals process having developed multiple Project Study Reports, Project Reports and other memorandums required for approvals (Intersection Control Evaluation, Design Standards Decision Documents and Stormwater Data Reports). Michael uses this experience, across multiple project phases, to address potential conflicts in future phases ahead of time, streamlining other phases. Ralston Avenue Circulation and Safety Engineer City of Belmont | Belmont, CA Assisted with the preparation of preliminary engineering for either a roundabout or a signal at the intersection of Ralston Avenue and Laxague Drive, the entrance to Notre Dame de Namur University. Orchard Avenue Extension Feasibility Study Engineer County of Mendocino | Mendocino County, CA Assisted with the preparation of a feasibility study for a proposed road extension in Mendocino County, just north of Ukiah. The project goal is to address the needs of future developments and to alleviate traffic along the State Street corridor and US 101 to provide additional access and alternative routes through the greater Ukiah Valley area. The Orchard Avenue complete street improvements will extend from the existing north-south roadway at Brush Street to Lake Mendocino Drive. Riverford Road/ State Route (SR) 67 Intersection Control Evaluation (ICE) Study Engineer Marathon Construction Corporation | San Diego County, CA Assisted with the preparation of the roundabout and signal alternatives and analysis for the ICE report in conformance with Caltrans standards. SR 121 at 8th Street East Intersection Improvements Project Project Engineer Sonoma County Transportation Authority | Schellville, CA Michael Pitcock | Civil Lead T 916.865.0930 | E michael.pitcock@ghd.com www.ghd.com Prepared Geometric Design for both build alternatives, including one signalized alternative and roundabout alternative. Led the preparation of the Project Study Report (PSR)-Project Development Support (PDS) and numerous project attachments including the Design Alternatives and the project cost estimate. This project aims to provide long awaited improvements to a high traffic intersection which have been in limbo for decades. This project is a fast-paced project aimed to initiate Caltrans oversight allowing for additional funding to be pursued to provide longstanding vehicular and pedestrian traffic improvements to Sonoma and the surrounding area. SR 121 Napa 5-Way Intersection Improvements Project Engineer City of Napa | Napa County, CA | Ongoing Leading the preparation of the design of two modern roundabouts, replacing the existing, substandard, signalized intersection at Route 121, 3rd Street, Coombsville Road, and East Avenue in the City of Napa. This project required adherence to the Caltrans Project Development Procedures Manual, Highway Design Manual, and other Caltrans guidelines, to facilitate the completion of a Project Report under tight schedule constraints. This project would provide critical circulation improvements for all modes of transportation, streamlining access for nearby businesses and schools. I-80/Gilman Roundabout Interchange PA/ED Engineer Parsons, Alameda County Transportation Commission | Berkeley, CA Aided in providing preliminary design aspects for two multi-lane, five-leg roundabouts located at each side of an I-80 ramp, intersecting adjacent local roads. SR 99/Eaton Road Roundabout Highway Safety Improvement Program (HSIP), Roundabout PS&E Engineer City of Chico | Chico, CA Assisted with the Three-Dimensional (3D) modeling of proposed improvements, used as basis of design and grading SR 99 on- and off-ramps to Caltrans Highway Design Manual criteria, and assisted in the preparation of project plans per the Caltrans Plans Preparation Manual. Memorial Way/Oleander Avenue, Roundabout PS&E Lead Engineer - Segment 2 City of Chico | Chico, CA Prepared the geometric design and three-dimensional design on a single-lane, three-leg roundabout at the intersection of Memorial Way and Oleander Avenue. this project upgrades the existing stop-controlled intersection to a modern roundabout, providing necessary safety improvements to a high pedestrian volume area. This project is part of a larger multimodal infrastructure project in Chico, slated to begin construction later this year. SR 245 West Cajon Ave Intersection Lead Engineer City of Woodlake | Woodlake, CA Prepared modifications and optimizations to the Roundabout Alternative and prepared the 3D design and oversaw the plan production for a five-leg roundabout in the city of Woodlake. In conjunction with the preparation of the project plans, a Design Engineering Evaluation Report was prepared to satisfy Caltrans’ requirements. La Quinta Village Complete Street, a Road Diet Project Engineer City of La Quinta | La Quinta, CA Assisted with the preliminary estimates and design for three complete street corridors that would have five roundabouts and several road diet improvements. Project included roundabouts, water quality infrastructure, pedestrian and bicycle facilities, and landscape/beautification elements. Donner Pass Road/East Jibboom Street/Stockrest Springs Roundabout Engineer Town of Truckee | Truckee, CA Assisted with the project plans and environmental document for a proposed single-lane modern roundabout with bus stops and connections to a bike trail in Truckee. The project is in conjunction with and in support of a local development of multi-family housing and hotel adjacent to the project site on Donner Pass Road at East Jibboom Street/Stockrest Springs Road intersection. Lucas Piper | Landscape Architect T 916.918.0626 | E lucas.piper@ghd.com www.ghd.com Lucas Piper PLA, QSD/P Landscape Architect Location Roseville, CA Experience 17 years Qualifications/Accreditations – Bachelor of Landscape Architecture, University of Oregon, Eugene, OR, 2006 – Professional Landscape Architect, CA #5873, AZ #78972, PA #LA003512 – Qualified Stormwater Pollution Prevention Plan (SWPPP) Developer/Practitioner, CA #25768 Key technical skills – Project Management – Site Planting and Design – Drought Tolerant Planting and Irrigation Design – Irrigation and Low Impact Development (LID) – Three-Dimensional (3D) Models and Visualizations Memberships – American Society of Landscape Architects Relevant experience summary Lucas Piper is a registered landscape architect with over 17 years of design and project management experience. He has worked on a wide variety of projects ranging from private development, institutional and civic, parks and trails, roadway corridors and intersections, and habitat restoration. Lucas is a qualified SWPPP Developer/Practitioner and has worked on several stormwater pollution management, stabilization, and LID projects. He is well experience in a wide range of design and consulting processes and services including site analysis; site planning; geospatial analysis; conceptual design development; 3D renderings; public outreach, construction document Plans, Specifications, and Estimates (PS&E); and SWPPP development. North State Street Roundabout Landscape Architect City of Ukiah, Caltrans District 1 | Ukiah, CA Landscape architecture lead for the development of a landscape concept package for a double roundabout which featured minimal center island planting, but meandering patterns of inert material, and LID areas for on-site stormwater treatment. Landscape architecture work also included the development of a Visual Impact Assessment Report that inventoried and assessed the visual resources and impacts to these resources as a result of the proposed design. VIA report included development of illustrative plans, visuals, and written analysis. The VIA was approved by Caltrans in 2024. Bell Road Interchange Roundabout Project Landscape Architect Placer County | Auburn, CA Responsible for landscape architecture design of a six- legged roundabout at Bell Road that includes the Bowman Road intersection and the Interstate 80 (I-80) westbound ramps intersection and a second five-legged roundabout at Bell Road that includes the I-80 eastbound ramps intersection and the Musso Road intersection. Completed the Minor Visual Impact Assessment for environmental services, as well as provided 3D models and visualizations showing change in the landscape for public presentation and environmental review. Woodlake Roundabout Landscape Architect City of Woodlake | Woodlake, CA | 9/2023 - 10/2023 Landscape architect QA/QC and team lead, supporting a team of landscape architects and engineers for the design of a roundabout at the intersection of Cajon Avenue and Valencia Boulevard for the City of Woodlake. The project was located within Caltrans right of way and required a high level of coordination and Lucas Piper | Landscape Architect T 916.918.0626 | E lucas.piper@ghd.com www.ghd.com communication to produce a complete and approved construction document set. Individual responsibility included review and team management for the development of project planting plans, irrigation plans, and landscape layout plans. First Street and Second Street Roundabouts along California Boulevard Landscape Architect City of Napa | Napa, CA The landscape design on this project involved the landscaping of three separate roundabouts and associated parkway corridors connecting the downtown area from a main freeway entrance to the City. A large detention basin and bio-swales along the parkways were included in the landscape design. Challenges included preparing PS&E documents to strict Caltrans format and design standards while also incorporating specific design standards desired by the City. La Quinta Complete Streets, a Road Diet Project Landscape Architect City of La Quinta | La Quinta, CA Assisted in the preparation of the streetscape design for five roundabouts, and an approximate half mile of roadway. Desert plant materials, indigenous or adaptable to the area were incorporated in the design. Each roundabout represents a different planting theme. Water quality swales/basins were incorporated in many of the parkway strips to provide stormwater detention and water quality Best Management Practices (BMPs). California Boulevard/Taft Street Roundabout Landscape Architect City of San Luis Obispo | San Luis Obispo, CA Served as Landscape Architect of Record for the preparation of the landscape PS&E documents for a roundabout at the intersection of California Boulevard and Taft Street in San Luis Obispo. Assisted with LID water detention and bioswale planning and design, as well as constructability analysis. Hermosa Street/Westwood Avenue Roundabout Intersection Landscape Architect City of Lindsay | Lindsay, CA Responsible for development of the planting and irrigation preliminary design, exhibits, plan sheets, cost estimates, and specifications. Coordinated utility needs for on-site irrigation booster pump and controller. Landscaping included the planting and irrigation design of the roundabout center island, splitter islands, medians, and roadside landscaping between sidewalk and road corridor. Tank Farm Road/Orcutt Road Roundabout Right of Way and Design Services Landscape Architect City of San Luis Obispo | San Luis Obispo, CA Served as Landscape Architect of Record for the preparation of the landscape PS&E documents for a roundabout at the intersection of Tank Farm Road and Orcutt Road in San Luis Obispo. Assisted with LID water detention basin planning and design as well as erosion control seeding and BMP design. Unique design challenges included the use and modification of existing City irrigation smart controllers and satisfying required water detention needs. Donner Pass Road/East Jibboom Street/Stockrest Springs Roundabout Landscape Architect Town of Truckee | Truckee, CA Responsible for the preparation of the landscape PS&E package for a roundabout project at the intersection of Truckee Way, East Jibboom Street, and Stockrest Springs Road in Truckee, California. Plant materials were selected for their sustainability, low maintenance, color/texture, and hardiness/freeze tolerance. Responsible for providing the City with construction level PS&E for a project that would provide an attractive landscape able to handle the season maintenance operations and harsh climate. Avenue 64 Complete Streets Project Landscape Architect City of Pasadena, Pasadena, CA Provided Landscape Architecture design support for a roundabout intersection at Avenue 64 and Burleigh Drive. Other project improvements included complete street design, traffic calming, bicycle, and pedestrian enhancements for the entrance into the City of Pasadena from Los Angeles. The project entails design elements that allow full vehicle movements for the three residential driveways that are protected from the roundabout intersection. The civil design looked to improve the safety of the intersection, while the proposed landscape design and plant material choices looked to transform a field of concrete to a safer and sustainable intersection. Primary responsibilities included design support, Quality Assurance/Quality Control (QA/QC) review, and bid/construction services. Meha Bola | Public Outreach Lead T 213.476.6253 | E meha.bola@ghd.com www.ghd.com Meha Bola Public Outreach Lead Location Irvine, CA Experience 26 years Qualifications/Accreditations – MS, Organizational and Social Psychology, London School of Economics and Political Science, London, UK, 2019 – MS, Environmental Engineering, University of California, Berkeley, CA, 2001 – BS, Civil and Environmental Engineering, University of California, Los Angeles, CA, 1998 – IAP2 Way in Challenging Contexts, International Association for Public Participation, Vancouver, BC, 2024 – IAP2 Way in Designing and Applying Methods in Public Participation and Engagement, Vancouver, BC, 2024 Key technical skills – Organizational effectiveness – Organizational culture – Strategy and organizational/operating model design – Organizational transformation, behavioral change, cultural change, and change management – Applied organizational psychology (e.g., judgment and decision making, cognitive biases, psychological safety, wellbeing, and behavioral nudges) – Business process design and improvement – Strategic communications – Stakeholder engagement – Capital program planning and management – Capital project planning and management – Infrastructure and technology asset management Memberships – Global Association of Applied Behavioral Scientists – Society of Industrial and Organizational Psychology – American Psychological Association – Society for Evidence Based Organizational Consulting Relevant experience summary Meha is a management consultant who draws on elements of her background in civil engineering, organizational and social psychology, and management consulting. She has directed and collaborated on projects including organizational assessment and design, strategic communications, facilitation and engagement, business process improvement, benchmarking, knowledge management, technology selection and implementation, and performance measurement. She has worked with public and private clients across North America, Australia-New Zealand, and the Pacific, as well as across the asset lifecycle, including capital program planning and delivery, and asset management, maintenance, and operations. Meha uses a wide range of skills, including facilitation, training, and coaching to meet your most pressing business challenges. Strategic Communications and Social Psychology for Small Water System Connection Program Community Engagement SME State of California Water Resources Control Board | Sacramento, CA | 2023-Present GHD provides technical assistance to small and rural communities by the $3B/yr public agency providing $700M+ of funding through the Safe and Affordable Funding for Equity and Resilience (SAFER) drinking water program. The purpose of the program is to provide safe, reliable, and affordable drinking water to those who are in rural areas, economically disadvantaged, or connected to small water systems that do not comply with Meha Bola | Public Outreach Lead T 213.476.6253 | E meha.bola@ghd.com www.ghd.com regulatory requirements., GHD’s assistance is provided through intermediary grant recipients as well as direct contracts with the State. Meha provides expert advice on methods to increase voluntary uptake or manage resistance. She is also the lead reviewer for all digital and printed outreach materials. Strategic Communications and Social Psychology for Scenic Route 68 Corridor Improvements Engagement Consultant Transportation Agency for Monterey County | Salinas, CA | 2023 For the $2 million public agency working closely with Caltrans, provided guidance to proactively inform and engage with diverse and multi-cultural communities who live along and use the corridor. Meha’s responsibilities included overseeing creation of website and workshop content, as well as reviewing digital video renderings of proposed improvements from an audience perspective. Project is in environmental planning phase. Strategic Communications and Social Psychology for Fort Ord Recreational Trail and Greenway Engineering Design – California Ave Engagement Consultant Transportation Agency for Monterey County | Salinas, CA | 2023 For the $2 million public agency working with Caltrans and the City of Marina, provided support to proactively inform and engage with diverse communities with an interest in a transportation corridor improvement project. Meha’s responsibilities included overseeing development of a strategic communication plan and communications content, preparing the client and GHD technical team for public meetings, and coaching the client and GHD technical team when problems arise. Project is beginning final design phase. Strategic Communications and Social Psychology for Fort Ord Recreational Trail and Greenway Engineering Design – Canyon Del Rey Engagement Consultant Transportation Agency for Monterey County | Salinas, CA | 2021-2023 For the $2 million public agency working with Caltrans, the City of Del Rey Oaks, and the Monterey peninsula Regional park District, provided support to overcome negative public perception and adversarial relationships with a vocal minority who opposed routing of the trail through their neighborhoods, threatening to derail the grassroots project created by residents throughout the County. Relying on both her experience in public engagement and knowledge of psychology, Meha’s responsibilities included developing a strategic communication plan and communications content, reviewing subconsultant deliverables, and coaching the client on how to engage with community opponents. Resulted in narrowly overcoming a ballot initiative designed to halt project during final design. Construction is underway. Community Engagement for NextGen Bus Transportation Plan Community Engagement Consultant and Facilitator Los Angeles County Metropolitan Transit District | Los Angeles, CA | 2019 Facilitated workshop for a $6+ billion transit agency, one of the largest in the U.S., with participation by executives and community leaders to develop metrics to evaluate progress in advancing social equity following planned major system overhaul. Internal Engagement, Process Improvement, and Benchmarking for Airport Noise Management System Project Manager, Facilitator, and Consultant | Los Angeles World Airports | Los Angeles, CA | 2016-2017 For the $7 billion agency that operates Los Angeles International Airport, managed project to proactively plan for skyrocketing numbers of noise complaints by residents of surrounding communities. Benchmarked approaches, technology, and staffing levels with the largest airports in the US, UK, and Australia. Conducted internal interviews and facilitated series of internal workshops with executives and managers across the organization to build support and identify needs, potential improvements, and barriers to change. Resulted in avoiding worst-case scenario experienced by other major airports. Internal and External Engagement for Link Utilities for Water, Wastewater, and Stormwater Strategies Facilitator and Engagement SME City of Spokane Integrated Capital Management Department | Spokane, WA | 2022-present As part of development of multiple 20-year capital programs, provided guidance to develop and execute Communications and Engagement Plans for internal and external stakeholders. Goal is to collect input and build support among stakeholders for both the approach and content of plans. Facilitated 10+ stakeholder meetings and workshops, both virtual and in-person, and advised other members in meeting and workshop design. Created a board game for stakeholders to play while learning about Appendix B Required Forms PRIVILEGED & CONFIDENTIAL The Power of Commitment | Request for Disclosure of Litigation History – GHD Inc. 1 20 December 2024 Re: Request for Disclosure of Litigation History – GHD Inc. To whom it may concern: Due to the commercial sensitivity and confidentiality of any litigation in which GHD may have been involved, GHD is not at liberty to disclose the information sought. However, we point out that as a component of its prudent risk management practices, GHD obtains high quality professional liability insurance in the world market, and domestically in the U.S., to provide cover in the industries in which it operates. As a consequence of engaging in business, there are sometimes claims asserted that may or may not give rise to litigation. The details and progress of any such claims are by necessity commercially sensitive and remain in confidence. We are able to inform you that there have been claims notified in the normal course of business, none of which we believe are material to the services which are the subject of your RFQ. There are however presently no significant ongoing contract failures, no criminal matters, and there have been no judgments against GHD Inc. within the last 10 years. GHD is able to disclose the following information regarding litigation with prior projects, including the nature and result: Nature of Litigation Status/ Result Claim from the Government of Guam in relation to issues arising from the closure of the Ordot Dump. GHD disagrees with the assertions against it as stated in the lawsuit. Ongoing. Claim from City of Santa Rosa related to a contract for design and construction support services. The city sought indemnity related to excess construction costs. Dismissed. Claim related to personal injury of a third party on a landfill site for which GHD performed professional services. HWMA sought indemnity for damages claimed by injured party. Dismissed. Claim related to a contract for design and construction management services. City sought damages for additional construction costs. Dismissed. Claim from Annapolis Citizens Class Overcharged for Water-Sewer alleging that GHD’s public client overcharged citizens for utilities. Dismissed at early stage; No merit or basis for the claims, asserted by a single resident unhappy with rate increases For further information regarding GHD’s claims history, kindly contact GHD’s Counsel, Scott Weiner, to arrange for a confidential disclosure. Sincerely, Scott R. Weiner, Esq. Assistant General Counsel – U. S P: 602.216.7222 E: scott.weiner@ghd.com Page 11 of 13 ATTACHMENT 2 INSURANCE REQUIREMENTS ACKNOWLEDGEMENT Must be executed by proposer and submitted with the proposal I, ________________________________________ (name) hereby acknowledge and confirm that __________________________________ (name of company) has reviewed the City’s indemnification and minimum insurance requirements as listed in Exhibits E and F of the City’s Agreement for Contract Services (Attachment 1); and declare that insurance certificates and endorsements verifying compliance will be provided if an agreement is awarded. I am _________________________________ of ______________________________, (Title) (Company) Commercial General Liability (at least as broad as ISO CG 0001) $1,000,000 (per occurrence); $2,000,000 (general aggregate) Must include the following endorsements: General Liability Additional Insured General Liability Primary and Noncontributory Commercial Auto Liability (at least as broad as ISO CA 0001) $1,000,000 (per accident) Personal Auto Declaration Page if applicable Errors and Omissions Liability $1,000,000 (per claim and aggregate) Worker’s Compensation (per statutory requirements) Must include the following endorsements: Worker’s Compensation Waiver of Subrogation Worker’s Compensation Declaration of Sole Proprietor if applicable Page 12 of 13 ATTACHMENT 3 NON-COLLUSION AFFIDAVIT FORM Must be executed by proposer and submitted with the proposal I, ________________________________________ (name) hereby declare as follows: I am _________________________________ of ______________________________, (Title) (Company) the party making the foregoing proposal, that the proposal is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the proposal is genuine and not collusive or sham; that the proposer has not directly or indirectly induced or solicited any other proposer to put in a false or sham proposal, and has not directly or indirectly colluded, conspired, connived, or agreed with any proposer or anyone else to put in a sham proposal, or that anyone shall refrain from proposing; that the proposer has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the proposal price of the proposer or any other proposer, or to fix any overhead, profit, or cost element of the proposal price, or of that of any other proposer, or to secure any advantage against the public body awarding the agreement of anyone interested in the proposed agreement; that all statements contained in the proposal are true; and, further, that the proposer has not, directly or indirectly, submitted his or her proposal price or any breakdown thereof, or the contents thereof, or divulged information or data relative hereto, or paid, and will not pay, any fee to any corporation, partnership, company, association, organization, proposal depository, or to any member or agent thereof to effectuate a collusive or sham proposal. I declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct. Proposer Signature: __________________________________________________ Proposer Name: __________________________________________________ Proposer Title: __________________________________________________ Company Name: __________________________________________________ Address: __________________________________________________ Page 13 of 13 ATTACHMENT 4 ACKNOWLEDGEMENT OF RECEIPT OF ADDENDA Must be executed by proposer and submitted with the proposal; If no addenda has been issued, mark “N/A” under Addendum No. indicating Not Applicable and sign ADDENDUM NO. SIGNATURE INDICATING RECEIPT ` Appendix C Standard Agreement Modifications Summary of Changes to Agreement: a. Section 1.1 has few onerous and uninsurable terms, we will need to request an exception to define the standards. Words such as “first class” or similar are uninsurable terms. b. Section 1.6 this is also a SOC section, but it has similar issues with wording, and 2nd half the paragraph elevated the SOC, which we need to request to strike. c. Section 3.1 seek some modification here to carve out reasons beyond GHD’s control. d. Exhibit A Addendum to Agreement should be struck from the agreement as it pertains to work not performed as a part of this contract. e. Exhibit F has few minor edits such as adding reasonable to attorney fees, etc. Also, I recommend we seek to add a reference to 2782.8 to F.1.a. to further clarify our duty to defend. California Limited Liability Corporation, etc], with a place of business at [insert type of business entity, e.g. sole proprietorship, and AGREEMENT FOR CONTRACT SERVICES THIS AGREEMENT FOR CONTRACT SERVICES (the “Agreement”) is made and entered into by and between the CITY OF LA QUINTA, (“City”), a California municipal corporation, (“Contracting Party”). The parties hereto agree as follows: 1. SERVICES OF CONTRACTING PARTY. 1.1 Scope of Services. In compliance with all terms and conditions of this Agreement, Contracting Party shall provide those services related to , as specified in the “Scope of Services” attached hereto as “Exhibit A” and incorporated herein by this reference (the “Services”). Contracting Party represents and warrants that Contracting Party is a provider of first-class work and/or services and Contracting Party is experienced in performing the Services contemplated herein and, in light of such status and experience, Contracting Party covenants that it shall follow industry standards in performing the Services required hereunder, and that all materials, if any, will be of good quality, fit for the purpose intended. For purposes of this Agreement, the phrase “industry standards” shall mean those standards of practice recognized by one or more first-class firms performing similar services under similar circumstances. the services shall be performed in a manner consistent with the level of care and skill ordinarily exercised by members of Contracting Party’s profession practicing in the same discipline and locality under similar circumstances. 1.2 Compliance with Law. All Services rendered hereunder shall be provided in accordance with all ordinances, resolutions, statutes, rules, regulations, and laws of the City and any Federal, State, or local governmental agency of competent jurisdiction. 1.3 Wage and Hour Compliance, Contracting Party shall comply with applicable Federal, State, and local wage and hour laws. 1.4 Licenses, Permits, Fees and Assessments. Except as otherwise specified herein, Contracting Party shall obtain at its sole cost and expense such licenses, permits, and approvals as may be required by law for the performance of the Services required by this Agreement, including a City of La Quinta business license. Contracting Party and its employees, agents, and subcontractors shall, at their sole cost and expense, keep in effect at all times during the term of this Agreement any licenses, permits, and approvals that are legally required for the performance of the Services required by this Agreement. Contracting Party shall have the sole obligation to pay for any fees, assessments, and taxes, plus applicable penalties and interest, which may be imposed by law and arise from or are necessary for the performance of the Services required by this Agreement, and shall indemnify, defend (with counsel selected by City), and hold City, its elected officials, officers, employees, and agents, free and harmless against any such fees, assessments, taxes, penalties, or interest levied, assessed, or imposed against City hereunder. Contracting Party shall be responsible for all subcontractors’ compliance with this Section. -2- 1.5 Familiarity with Work. By executing this Agreement, Contracting Party warrants that (a) it has thoroughly investigated and considered the Services to be performed, (b) it has investigated the site where the Services are to be performed, if any, and fully acquainted itself with the conditions there existing, (c) it has carefully considered how the Services should be performed, and (d) it fully understands the facilities, difficulties, and restrictions attending performance of the Services under this Agreement. Should Contracting Party discover any latent or unknown conditions materially differing from those inherent in the Services or as represented by City, Contracting Party shall immediately inform City of such fact and shall not proceed except at Contracting Party’s risk until written instructions are received from the Contract Officer , or assigned designee (as defined in Section 4.2 hereof). 1.6 Standard of Care. Contracting Party acknowledges and understands that the Services contracted for under this Agreement require specialized skills and abilities and that, consistent with this understanding, Contracting Party’s work will be held to an industry standard of quality and workmanship. Consistent with Section 1.5 hereinabove, Contracting Party represents to City that it holds the necessary skills and abilities to satisfy the industry standard of quality as set forth in this Agreement. Contracting Party shall adopt reasonable methods during the life of this Agreement to furnish continuous protection to the Services performed by Contracting Party, and the equipment, materials, papers, and other components thereof to prevent losses or damages, and shall be responsible for all such damages, to persons or property, until acceptance of the Services by City, except such losses or damages as may be caused by City’s own negligence.Contracting party shall perform the services in a manner consistent with the level of care and skill ordinarily exercised by members of the Contracting Party’s profession practicing in the same discipline and locality under similar circumstances. The performance of Services by Contracting Party shall not relieve Contracting Party from any obligation to correct any incomplete, inaccurate, or defective work at no further cost to City, when such inaccuracies are due to the negligence of Contracting Party. 1.7 Additional Services. In accordance with the terms and conditions of this Agreement, Contracting Party shall perform services in addition to those specified in the Scope of Services (“Additional Services”) only when directed to do so by the Contract Officer, or assigned designee, provided that Contracting Party shall not be required to perform any Additional Services without compensation. Contracting Party shall not perform any Additional Services until receiving prior written authorization (in the form of a written change order if Contracting Party is a contractor performing the Services) from the Contract Officer, or assigned designee, incorporating therein any adjustment in (i) the Contract Sum, and/or (ii) the time to perform this Agreement, which said adjustments are subject to the written approval of Contracting Party. It is expressly understood by Contracting Party that the provisions of this Section shall not apply to the Services specifically set forth in the Scope of Services or reasonably contemplated therein. It is specifically understood and agreed that oral requests and/or approvals of Additional Services shall be barred and are unenforceable. Failure of Contracting Party to secure the Contract Officer’s, or assigned designee’s written authorization for Additional Services shall constitute a waiver of any and all right to adjustment of the Contract Sum or time to perform this Agreement, whether by way of compensation, restitution, quantum meruit, or the like, for Additional Services provided without the appropriate authorization from the Contract Officer, or assigned designee . -3- Compensation for properly authorized Additional Services shall be made in accordance with Section 2.3 of this Agreement. 1.8 Special Requirements. Additional terms and conditions of this Agreement, if any, which are made a part hereof are set forth in “Exhibit D” (the “Special Requirements”), which is incorporated herein by this reference and expressly made a part hereof. In the event of a conflict between the provisions of the Special Requirements and any other provisions of this Agreement, the provisions of the Special Requirements shall govern. 2. COMPENSATION. 2.1 Contract Sum. For the Services rendered pursuant to this Agreement, Contracting Party shall be compensated in accordance with “Exhibit B” (the “Schedule of Compensation”) in a total amount not to exceed Dollars ($ ), for the life of the Agreement, encompassing the Initial and any Extended Terms (the “Contract Sum”), except as provided in Section 1.7. The method of compensation set forth in the Schedule of Compensation may include a lump sum payment upon completion, payment in accordance with the percentage of completion of the Services, payment for time and materials based upon Contracting Party’s rate schedule, but not exceeding the Contract Sum, or such other reasonable methods as may be specified in the Schedule of Compensation. The Contract Sum shall include the attendance of Contracting Party at all project meetings reasonably deemed necessary by City; Contracting Party shall not be entitled to any additional compensation for attending said meetings. Compensation may include reimbursement for actual and necessary expenditures for reproduction costs, transportation expense, telephone expense, and similar costs and expenses when and if specified in the Schedule of Compensation. Regardless of the method of compensation set forth in the Schedule of Compensation, Contracting Party’s overall compensation shall not exceed the Contract Sum, except as provided in Section 1.7 of this Agreement. 2.2 Method of Billing & Payment. Any month in which Contracting Party wishes to receive payment, Contracting Party shall submit to City no later than the tenth (10th) working day of such month, in the form approved by City’s Finance Director, an invoice for Services rendered prior to the date of the invoice. Such invoice shall (1) describe in detail the Services provided, including time and materials, and (2) specify each staff member who has provided Services and the number of hours assigned to each such staff member. Such invoice shall contain a certification by a principal member of Contracting Party specifying that the payment requested is for Services performed in accordance with the terms of this Agreement. Upon approval in writing by the Contract Officer, or assigned designee, and subject to retention pursuant to Section 8.3, City will pay Contracting Party for all items stated thereon which are approved by City pursuant to this Agreement no later than thirty (30) days after invoices are received by the City’s Finance Department. 2.3 Compensation for Additional Services. Additional Services approved in advance by the Contract Officer, or assigned designee, pursuant to Section 1.7 of this -4- Agreement shall be paid for in an amount agreed to in writing by both City and Contracting Party in advance of the Additional Services being rendered by Contracting Party. Any compensation for Additional Services amounting to five percent (5%) or less of the Contract Sum may be approved by the Contract Officer, or assigned designee. Any greater amount of compensation for Additional Services must be approved by the La Quinta City Council, the City Manager, or Department Director, depending upon City laws, regulations, rules and procedures concerning public contracting. Under no circumstances shall Contracting Party receive compensation for any Additional Services unless prior written approval for the Additional Services is obtained from the Contract Officer, or assigned designee, pursuant to Section 1.7 of this Agreement. 3. PERFORMANCE SCHEDULE. 3.1 Time of Essence. Time is of the essence in the performance of this Agreement. Execpt for reasons beyond Contracting Party’s control, If the Services not completed in accordance with the Schedule of Performance, as set forth in Section 3.2 and “Exhibit C”, it is understood that the City will suffer damage. 3.2 Schedule of Performance. All Services rendered pursuant to this Agreement shall be performed diligently and within the time period established in “Exhibit C” (the “Schedule of Performance”). Extensions to the time period specified in the Schedule of Performance may be approved in writing by the Contract Officer, or assigned designee. 3.3 Force Majeure. The time period specified in the Schedule of Performance for performance of the Services rendered pursuant to this Agreement shall be extended because of any delays due to unforeseeable causes beyond the control and without the fault or negligence of Contracting Party, including, but not restricted to, acts of God or of the public enemy, fires, earthquakes, floods, epidemic, quarantine restrictions, riots, strikes, freight embargoes, acts of any governmental agency other than City, and unusually severe weather, if Contracting Party shall within ten (10) days of the commencement of such delay notify the Contract Officer, or assigned designee, in writing of the causes of the delay. The Contract Officer, or assigned designee, shall ascertain the facts and the extent of delay, and extend the time for performing the Services for the period of the forced delay when and if in the Contract Officer’s judgment such delay is justified, and the Contract Officer’s determination, or assigned designee, shall be final and conclusive upon the parties to this Agreement. Extensions to time period in the Schedule of Performance which are determined by the Contract Officer, or assigned designee, to be justified pursuant to this Section shall not entitle the Contracting Party to additional compensation in excess of the Contract Sum. 3.4 Term. Unless earlier terminated in accordance with the provisions in Article 8.0 of this Agreement, the term of this agreement shall commence on , 2024, and terminate on , 20 (“Initial Term”). This Agreement may be extended for additional year(s) upon mutual agreement by both parties (“Extended Term”), and executed in writing. -5- 4. COORDINATION OF WORK. 4.1 Representative of Contracting Party. The following principals of Contracting Party (“Principals”) are hereby designated as being the principals and representatives of Contracting Party authorized to act in its behalf with respect to the Services specified herein and make all decisions in connection therewith: (a) Name Telephone No.: Email: (b) Name Telephone No.: Email: It is expressly understood that the experience, knowledge, capability, and reputation of the foregoing Principals were a substantial inducement for City to enter into this Agreement. Therefore, the foregoing Principals shall be responsible during the term of this Agreement for directing all activities of Contracting Party and devoting sufficient time to personally supervise the Services hereunder. For purposes of this Agreement, the foregoing Principals may not be changed by Contracting Party and no other personnel may be assigned to perform the Services required hereunder without the express written approval of City. 4.2 Contract Officer. The “Contract Officer”, otherwise known as [ENTER NAME OF DEPARTMENT MANAGER OR DIRECTOR] or assigned designee may be designated in writing by the City Manager of the City. It shall be Contracting Party’s responsibility to assure that the Contract Officer, or assigned designee, is kept informed of the progress of the performance of the Services, and Contracting Party shall refer any decisions, that must be made by City to the Contract Officer, or assigned designee. Unless otherwise specified herein, any approval of City required hereunder shall mean the approval of the Contract Officer, or assigned designee. The Contract Officer, or assigned designee, shall have authority to sign all documents on behalf of City required hereunder to carry out the terms of this Agreement. 4.3 Prohibition Against Subcontracting or Assignment. The experience, knowledge, capability, and reputation of Contracting Party, its principals, and its employees were a substantial inducement for City to enter into this Agreement. Except as set forth in this Agreement, Contracting Party shall not contract or subcontract with any other entity to perform in whole or in part the Services required hereunder without the express written approval of City. In addition, neither this Agreement nor any interest herein may be transferred, assigned, conveyed, hypothecated, or encumbered, voluntarily or by operation of law, without the prior written approval of City. Transfers restricted hereunder shall include the transfer to any person or group of persons acting in concert of more than twenty five percent (25%) of the present ownership and/or control of Contracting Party, taking all transfers into account on a cumulative basis. Any attempted or purported assignment or contracting or subcontracting by Contracting Party without City’s express written approval shall be null, void, and of no effect. No approved -6- transfer shall release Contracting Party of any liability hereunder without the express consent of City. 4.4 Independent Contractor. Neither City nor any of its employees shall have any control over the manner, mode, or means by which Contracting Party, its agents, or its employees, perform the Services required herein, except as otherwise set forth herein. City shall have no voice in the selection, discharge, supervision, or control of Contracting Party’s employees, servants, representatives, or agents, or in fixing their number or hours of service. Contracting Party shall perform all Services required herein as an independent contractor of City and shall remain at all times as to City a wholly independent contractor with only such obligations as are consistent with that role. Contracting Party shall not at any time or in any manner represent that it or any of its agents or employees are agents or employees of City. City shall not in any way or for any purpose become or be deemed to be a partner of Contracting Party in its business or otherwise or a joint venture or a member of any joint enterprise with Contracting Party. Contracting Party shall have no power to incur any debt, obligation, or liability on behalf of City. Contracting Party shall not at any time or in any manner represent that it or any of its agents or employees are agents or employees of City. Except for the Contract Sum paid to Contracting Party as provided in this Agreement, City shall not pay salaries, wages, or other compensation to Contracting Party for performing the Services hereunder for City. City shall not be liable for compensation or indemnification to Contracting Party for injury or sickness arising out of performing the Services hereunder. Notwithstanding any other City, state, or federal policy, rule, regulation, law, or ordinance to the contrary, Contracting Party and any of its employees, agents, and subcontractors providing services under this Agreement shall not qualify for or become entitled to any compensation, benefit, or any incident of employment by City, including but not limited to eligibility to enroll in the California Public Employees Retirement System (“PERS”) as an employee of City and entitlement to any contribution to be paid by City for employer contributions and/or employee contributions for PERS benefits. Contracting Party agrees to pay all required taxes on amounts paid to Contracting Party under this Agreement, and to indemnify and hold City harmless from any and all taxes, assessments, penalties, and interest asserted against City by reason of the independent contractor relationship created by this Agreement. Contracting Party shall fully comply with the workers’ compensation laws regarding Contracting Party and Contracting Party’s employees. Contracting Party further agrees to indemnify and hold City harmless from any failure of Contracting Party to comply with applicable workers’ compensation laws. City shall have the right to offset against the amount of any payment due to Contracting Party under this Agreement any amount due to City from Contracting Party as a result of Contracting Party’s failure to promptly pay to City any reimbursement or indemnification arising under this Section. 4.5 Identity of Persons Performing Work. Contracting Party represents that it employs or will employ at its own expense all personnel required for the satisfactory performance of any and all of the Services set forth herein. Contracting Party represents that the Services required herein will be performed by Contracting Party or under its direct supervision, and that all personnel engaged in such work shall be fully qualified and shall be authorized and permitted under applicable State and local law to perform such tasks and services. -7- 4.6 City Cooperation. City shall provide Contracting Party with any plans, publications, reports, statistics, records, or other data or information pertinent to the Services to be performed hereunder which are reasonably available to Contracting Party only from or through action by City. 5. INSURANCE. 5.1 Insurance. Prior to the beginning of any Services under this Agreement and throughout the duration of the term of this Agreement, Contracting Party shall procure and maintain, at its sole cost and expense, and submit concurrently with its execution of this Agreement, policies of insurance as set forth in “Exhibit E” (the “Insurance Requirements”) which is incorporated herein by this reference and expressly made a part hereof. 5.2 Proof of Insurance. Contracting Party shall provide Certificate of Insurance to Agency along with all required endorsements. Certificate of Insurance and endorsements must be approved by Agency’s Risk Manager prior to commencement of performance. 6. INDEMNIFICATION. 6.1 Indemnification. To the fullest extent permitted by law, Contracting Party shall indemnify, protect, defend (with counsel selected by City), and hold harmless City and any and all of its officers, employees, agents, and volunteers as set forth in “Exhibit F” (“Indemnification”) which is incorporated herein by this reference and expressly made a part hereof. 7. RECORDS AND REPORTS. 7.1 Reports. Contracting Party shall periodically prepare and submit to the Contract Officer, or assigned designee, such reports concerning Contracting Party’s performance of the Services required by this Agreement as the Contract Officer, or assigned designee, shall require. Contracting Party hereby acknowledges that City is greatly concerned about the cost of the Services to be performed pursuant to this Agreement. For this reason, Contracting Party agrees that if Contracting Party becomes aware of any facts, circumstances, techniques, or events that may or will materially increase or decrease the cost of the Services contemplated herein or, if Contracting Party is providing design services, the cost of the project being designed, Contracting Party shall promptly notify the Contract Officer, or assigned designee, of said fact, circumstance, technique, or event and the estimated increased or decreased cost related thereto and, if Contracting Party is providing design services, the estimated increased or decreased cost estimate for the project being designed. 7.2 Records. Contracting Party shall keep, and require any subcontractors to keep, such ledgers, books of accounts, invoices, vouchers, canceled checks, reports (including but not limited to payroll reports), studies, or other documents relating to the disbursements charged to City and the Services performed hereunder (the “Books and Records”), as shall be necessary to perform the Services required by this Agreement and -8- enable the Contract Officer, or assigned designee, to evaluate the performance of such Services. Any and all such Books and Records shall be maintained in accordance with generally accepted accounting principles and shall be complete and detailed. The Contract Officer, or assigned designee, shall have full and free access to such Books and Records at all times during normal business hours of City, including the right to inspect, copy, audit, and make records and transcripts from such Books and Records. Such Books and Records shall be maintained for a period of three (3) years following completion of the Services hereunder, and City shall have access to such Books and Records in the event any audit is required. In the event of dissolution of Contracting Party’s business, custody of the Books and Records may be given to City, and access shall be provided by Contracting Party’s successor in interest. Under California Government Code Section 8546.7, if the amount of public funds expended under this Agreement exceeds Ten Thousand Dollars ($10,000.00), this Agreement shall be subject to the examination and audit of the State Auditor, at the request of City or as part of any audit of City, for a period of three (3) years after final payment under this Agreement. 7.3 Ownership of Documents. All drawings, specifications, maps, designs, photographs, studies, surveys, data, notes, computer files, reports, records, documents, and other materials plans, drawings, estimates, test data, survey results, models, renderings, and other documents or works of authorship fixed in any tangible medium of expression, including but not limited to, physical drawings, digital renderings, or data stored digitally, magnetically, or in any other medium prepared or caused to be prepared by Contracting Party, its employees, subcontractors, and agents in the performance of this Agreement (the “Documents and Materials”) shall be the property of City and shall be delivered to City upon request of the Contract Officer, or assigned designee, or upon the expiration or termination of this Agreement, and Contracting Party shall have no claim for further employment or additional compensation as a result of the exercise by City of its full rights of ownership use, reuse, or assignment of the Documents and Materials hereunder. Any use, reuse or assignment of such completed Documents and Materials for other projects and/or use of uncompleted documents without specific written authorization by Contracting Party will be at City’s sole risk and without liability to Contracting Party, and Contracting Party’s guarantee and warranties shall not extend to such use, revise, or assignment. Contracting Party may retain copies of such Documents and Materials for its own use. Contracting Party shall have an unrestricted right to use the concepts embodied therein. All subcontractors shall provide for assignment to City of any Documents and Materials prepared by them, and in the event Contracting Party fails to secure such assignment, Contracting Party shall indemnify City for all damages resulting therefrom. 7.4 In the event City or any person, firm, or corporation authorized by City reuses said Documents and Materials without written verification or adaptation by Contracting Party for the specific purpose intended and causes to be made or makes any changes or alterations in said Documents and Materials, City hereby releases, discharges, and exonerates Contracting Party from liability resulting from said change. The provisions of this clause shall survive the termination or expiration of this Agreement and shall thereafter remain in full force and effect. -9- 7.5 Licensing of Intellectual Property. This Agreement creates a non-exclusive and perpetual license for City to copy, use, modify, reuse, or sublicense any and all copyrights, designs, rights of reproduction, and other intellectual property embodied in the Documents and Materials. Contracting Party shall require all subcontractors, if any, to agree in writing that City is granted a non-exclusive and perpetual license for the Documents and Materials the subcontractor prepares under this Agreement. Contracting Party represents and warrants that Contracting Party has the legal right to license any and all of the Documents and Materials. Contracting Party makes no such representation and warranty in regard to the Documents and Materials which were prepared by design professionals other than Contracting Party or provided to Contracting Party by City. City shall not be limited in any way in its use of the Documents and Materials at any time, provided that any such use not within the purposes intended by this Agreement shall be at City’s sole risk. 7.6 Release of Documents. The Documents and Materials shall not be released publicly without the prior written approval of the Contract Officer, or assigned designee, or as required by law. Contracting Party shall not disclose to any other entity or person any information regarding the activities of City, except as required by law or as authorized by City. 7.7 Confidential or Personal Identifying Information. Contracting Party covenants that all City data, data lists, trade secrets, documents with personal identifying information, documents that are not public records, draft documents, discussion notes, or other information, if any, developed or received by Contracting Party or provided for performance of this Agreement are deemed confidential and shall not be disclosed by Contracting Party to any person or entity without prior written authorization by City or unless required by law. City shall grant authorization for disclosure if required by any lawful administrative or legal proceeding, court order, or similar directive with the force of law. All City data, data lists, trade secrets, documents with personal identifying information, documents that are not public records, draft documents, discussions, or other information shall be returned to City upon the termination or expiration of this Agreement. Contracting Party’s covenant under this section shall survive the termination or expiration of this Agreement. 8. ENFORCEMENT OF AGREEMENT. 8.1 California Law. This Agreement shall be interpreted, construed, and governed both as to validity and to performance of the parties in accordance with the laws of the State of California. Legal actions concerning any dispute, claim, or matter arising out of or in relation to this Agreement shall be instituted in the Superior Court of the County of Riverside, State of California, or any other appropriate court in such county, and Contracting Party covenants and agrees to submit to the personal jurisdiction of such court in the event of such action. 8.2 Disputes. In the event of any dispute arising under this Agreement, the injured party shall notify the injuring party in writing of its contentions by submitting a claim therefore. The injured party shall continue performing its obligations hereunder so long -10- as the injuring party commences to cure such default within ten (10) days of service of such notice and completes the cure of such default within forty-five (45) days after service of the notice, or such longer period as may be permitted by the Contract Officer, or assigned designee; provided that if the default is an immediate danger to the health, safety, or general welfare, City may take such immediate action as City deems warranted. Compliance with the provisions of this Section shall be a condition precedent to termination of this Agreement for cause and to any legal action, and such compliance shall not be a waiver of any party’s right to take legal action in the event that the dispute is not cured, provided that nothing herein shall limit City’s right to terminate this Agreement without cause pursuant to this Article 8.0. During the period of time that Contracting Party is in default, City shall hold all invoices and shall, when the default is cured, proceed with payment on the invoices. In the alternative, City may, in its sole discretion, elect to pay some or all of the outstanding invoices during any period of default. 8.3 Retention of Funds. City may withhold from any monies payable to Contracting Party sufficient funds to compensate City for any losses, costs, liabilities, or damages it reasonably believes were suffered by City due to the default of Contracting Party in the performance of the Services required by this Agreement. 8.4 Waiver. No delay or omission in the exercise of any right or remedy of a non-defaulting party on any default shall impair such right or remedy or be construed as a waiver. City’s consent or approval of any act by Contracting Party requiring City’s consent or approval shall not be deemed to waive or render unnecessary City’s consent to or approval of any subsequent act of Contracting Party. Any waiver by either party of any default must be in writing and shall not be a waiver of any other default concerning the same or any other provision of this Agreement. 8.5 Rights and Remedies are Cumulative. Except with respect to rights and remedies expressly declared to be exclusive in this Agreement, the rights and remedies of the parties are cumulative and the exercise by either party of one or more of such rights or remedies shall not preclude the exercise by it, at the same or different times, of any other rights or remedies for the same default or any other default by the other party. 8.6 Legal Action. In addition to any other rights or remedies, either party may take legal action, at law or at equity, to cure, correct, or remedy any default, to recover damages for any default, to compel specific performance of this Agreement, to obtain declaratory or injunctive relief, or to obtain any other remedy consistent with the purposes of this Agreement. 8.7 Termination Prior To Expiration of Term. This Section shall govern any termination of this Agreement, except as specifically provided in the following Section for termination for cause. City reserves the right to terminate this Agreement at any time, with or without cause, upon thirty (30) days’ written notice to Contracting Party. Upon receipt of any notice of termination, Contracting Party shall immediately cease all Services hereunder except such as may be specifically approved by the Contract Officer, or assigned designee. Contracting Party shall be entitled to compensation for all Services rendered prior to receipt of the notice of termination and for any Services -11- authorized by the Contract Officer, or assigned designee, thereafter in accordance with the Schedule of Compensation or such as may be approved by the Contract Officer, or assigned designee, except amounts held as a retention pursuant to this Agreement. 8.8 Termination for Default of Contracting Party. If termination is due to the failure of Contracting Party to fulfill its obligations under this Agreement, Contracting Party shall vacate any City-owned property which Contracting Party is permitted to occupy hereunder and City may, after compliance with the provisions of Section 8.2, take over the Services and prosecute the same to completion by contract or otherwise, and Contracting Party shall be liable to the extent that the total cost for completion of the Services required hereunder exceeds the compensation herein stipulated (provided that City shall use reasonable efforts to mitigate such damages), and City may withhold any payments to Contracting Party for the purpose of setoff or partial payment of the amounts owed City. 8.9 Attorneys’ Fees. If either party to this Agreement is required to initiate or defend or made a party to any action or proceeding in any way connected with this Agreement, the prevailing party in such action or proceeding, in addition to any other relief which may be granted, whether legal or equitable, shall be entitled to reasonable attorneys’ fees; provided, however, that the attorneys’ fees awarded pursuant to this Section shall not exceed the hourly rate paid by City for legal services multiplied by the reasonable number of hours spent by the prevailing party in the conduct of the litigation. Attorneys’ fees shall include attorneys’ fees on any appeal, and in addition a party entitled to attorneys’ fees shall be entitled to all other reasonable costs for investigating such action, taking depositions and discovery, and all other necessary costs the court allows which are incurred in such litigation. All such fees shall be deemed to have accrued on commencement of such action and shall be enforceable whether or not such action is prosecuted to judgment. The court may set such fees in the same action or in a separate action brought for that purpose. 9. CITY OFFICERS AND EMPLOYEES; NONDISCRIMINATION. 9.1 Non-liability of City Officers and Employees. No officer, official, employee, agent, representative, or volunteer of City shall be personally liable to Contracting Party, or any successor in interest, in the event or any default or breach by City or for any amount which may become due to Contracting Party or to its successor, or for breach of any obligation of the terms of this Agreement. 9.2 Conflict of Interest. Contracting Party covenants that neither it, nor any officer or principal of it, has or shall acquire any interest, directly or indirectly, which would conflict in any manner with the interests of City or which would in any way hinder Contracting Party’s performance of the Services under this Agreement. Contracting Party further covenants that in the performance of this Agreement, no person having any such interest shall be employed by it as an officer, employee, agent, or subcontractor without the express written consent of the Contract Officer, or assigned designee. Contracting Party agrees to at all times avoid conflicts of interest or the appearance of any conflicts of interest with the interests of City in the performance of this Agreement. -12- No officer or employee of City shall have any financial interest, direct or indirect, in this Agreement nor shall any such officer or employee participate in any decision relating to this Agreement which effects his financial interest or the financial interest of any corporation, partnership or association in which he is, directly or indirectly, interested, in violation of any State statute or regulation. Contracting Party warrants that it has not paid or given and will not pay or give any third party any money or other consideration for obtaining this Agreement. 9.3 Covenant against Discrimination. Contracting Party covenants that, by and for itself, its heirs, executors, assigns, and all persons claiming under or through them, that there shall be no discrimination against or segregation of, any person or group of persons on account of any impermissible classification including, but not limited to, race, color, creed, religion, sex, marital status, sexual orientation, national origin, or ancestry in the performance of this Agreement. Contracting Party shall take affirmative action to ensure that applicants are employed and that employees are treated during employment without regard to their race, color, creed, religion, sex, marital status, sexual orientation, national origin, or ancestry. 10. MISCELLANEOUS PROVISIONS. 10.1 Notice. Any notice, demand, request, consent, approval, or communication either party desires or is required to give the other party or any other person shall be in writing and either served personally or sent by prepaid, first-class mail to the address set forth below. Either party may change its address by notifying the other party of the change of address in writing. Notice shall be deemed communicated forty-eight (48) hours from the time of mailing if mailed as provided in this Section. To City: CITY OF LA QUINTA Attention: 78495 Calle Tampico La Quinta, California 92253 To Contracting Party: 10.2 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 this Agreement or any other rule of construction which might otherwise apply. 10.3 Section Headings and Subheadings. The section headings and subheadings contained in this Agreement are included for convenience only and shall not limit or otherwise affect the terms of this Agreement. 10.4 Counterparts. This Agreement may be executed in counterparts, each of which shall be deemed to be an original, and such counterparts shall constitute one and the same instrument. -13- 10.5 Integrated Agreement. This Agreement including the exhibits hereto is the entire, complete, and exclusive expression of the understanding of the parties. It is understood that there are no oral agreements between the parties hereto affecting this Agreement and this Agreement supersedes and cancels any and all previous negotiations, arrangements, agreements, and understandings, if any, between the parties, and none shall be used to interpret this Agreement. 10.6 Amendment. No amendment to or modification of this Agreement shall be valid unless made in writing and approved by Contracting Party and by the City Council of City. The parties agree that this requirement for written modifications cannot be waived and that any attempted waiver shall be void. 10.7 Severability. In the event that any one or more of the articles, phrases, sentences, clauses, paragraphs, or sections contained in this Agreement shall be declared invalid or unenforceable, such invalidity or unenforceability shall not affect any of the remaining articles, phrases, sentences, clauses, paragraphs, or sections of this Agreement which are hereby declared as severable and shall be interpreted to carry out the intent of the parties hereunder unless the invalid provision is so material that its invalidity deprives either party of the basic benefit of their bargain or renders this Agreement meaningless. 10.8 Unfair Business Practices Claims. In entering into this Agreement, Contracting Party offers and agrees to assign to City all rights, title, and interest in and to all causes of action it may have under Section 4 of the Clayton Act (15 U.S.C. § 15) or under the Cartwright Act (Chapter 2, (commencing with Section 16700) of Part 2 of Division 7 of the Business and Professions Code), arising from purchases of goods, services, or materials related to this Agreement. This assignment shall be made and become effective at the time City renders final payment to Contracting Party without further acknowledgment of the parties. 10.9 No Third-Party Beneficiaries. With the exception of the specific provisions set forth in this Agreement, there are no intended third-party beneficiaries under this Agreement and no such other third parties shall have any rights or obligations hereunder. 10.10 Authority. The persons executing this Agreement on behalf of each of the parties hereto represent and warrant that (i) such party is duly organized and existing, (ii) they are duly authorized to execute and deliver this Agreement on behalf of said party, (iii) by so executing this Agreement, such party is formally bound to the provisions of this Agreement, and (iv) that entering into this Agreement does not violate any provision of any other Agreement to which said party is bound. This Agreement shall be binding upon the heirs, executors, administrators, successors, and assigns of the parties. [SIGNATURES ON FOLLOWING PAGE] -14- IN WITNESS WHEREOF, the parties have executed this Agreement as of the dates stated below. CITY OF LA QUINTA, a California Municipal Corporation JON McMILLEN, City Manager City of La Quinta, California Dated: CONTRACTING PARTY: By: Name: Title: ATTEST: MONIKA RADEVA, City Clerk City of La Quinta, California By: Name: Title: APPROVED AS TO FORM: WILLIAM H. IHRKE, City Attorney City of La Quinta, California Exhibit A Last revised summer 2017 2. Performance Standards: [TO BE PROVIDED BY STAFF] OR [See Attached] 1. Services to be Provided: Exhibit A Scope of Services [TO BE PROVIDED BY STAFF (include location of work)] Exhibit A ADDENDUM TO AGREEMENT Re: Scope of Services If the Scope of Services include construction, alteration, demolition, installation, repair, or maintenance affecting real property or structures or improvements of any kind appurtenant to real property, the following apply: 1. Prevailing Wage Compliance. If Contracting Party is a contractor performing public works and maintenance projects, as described in this Section 1.3, Contracting Party shall comply with applicable Federal, State, and local laws. Contracting Party is aware of the requirements of California Labor Code Sections 1720, et seq., and 1770, et seq., as well as California Code of Regulations, Title 8, Sections 16000, et seq., (collectively, the “Prevailing Wage Laws”), and La Quinta Municipal Code Section 3.12.040, which require the payment of prevailing wage rates and the performance of other requirements on “Public works” and “Maintenance” projects. If the Services are being performed as part of an applicable “Public works” or “Maintenance” project, as defined by the Prevailing Wage Laws, and if construction work over twenty- five thousand dollars ($25,000.00) and/or alterations, demolition, repair or maintenance work over fifteen thousand dollars ($15,000.00) is entered into or extended on or after January 1, 2015 by this Agreement, Contracting Party agrees to fully comply with such Prevailing Wage Laws including, but not limited to, requirements related to the maintenance of payroll records and the employment of apprentices. Pursuant to California Labor Code Section 1725.5, no contractor or subcontractor may be awarded a contract for public work on a “Public works” project unless registered with the California Department of Industrial Relations (“DIR”) at the time the contract is awarded. If the Services are being performed as part of an applicable “Public works” or “Maintenance” project, as defined by the Prevailing Wage Laws, this project is subject to compliance monitoring and enforcement by the DIR. Contracting Party will maintain and will require all subcontractors to maintain valid and current DIR Public Works contractor registration during the term of this Agreement. Contracting Party shall notify City in writing immediately, and in no case more than twenty-four (24) hours, after receiving any information that Contracting Party’s or any of its subcontractor’s DIR registration status has been suspended, revoked, expired, or otherwise changed. It is understood that it is the responsibility of Contracting Party to determine the correct salary scale. Contracting Party shall make copies of the prevailing rates of per diem wages for each craft, classification, or type of worker needed to execute the Services available to interested parties upon request, and shall post copies at Contracting Party’s principal place of business and at the project site, if any. The statutory penalties for failure to pay prevailing wage or to comply with State wage and hour laws will be enforced. Contracting Party must forfeit to City TWENTY-FIVE DOLLARS ($25.00) per day for each worker who works in excess of the minimum working hours when Contracting Party does not pay overtime. In accordance with the provisions of Labor Code Sections 1810 et seq., eight (8) hours is the legal working day. Contracting Party also shall comply with State law requirements to maintain payroll records and shall provide for certified records and inspection of records as required by California Labor Code Section 1770 et seq., including Section 1776. In addition to the other indemnities provided under this Agreement, Contracting Party shall defend (with counsel selected by City), indemnify, and hold City, Exhibit A its elected officials, officers, employees, and agents free and harmless from any claim or liability arising out of any failure or alleged failure to comply with the Prevailing Wage Laws. It is agreed by the parties that, in connection with performance of the Services, including, without limitation, any and all “Public works” (as defined by the Prevailing Wage Laws), Contracting Party shall bear all risks of payment or non-payment of prevailing wages under California law and/or the implementation of Labor Code Section 1781, as the same may be amended from time to time, and/or any other similar law. Contracting Party acknowledges and agrees that it shall be independently responsible for reviewing the applicable laws and regulations and effectuating compliance with such laws. Contracting Party shall require the same of all subcontractors. 2. Retention. Payments shall be made in accordance with the provisions of Article 2.0 of the Agreement. In accordance with said Sections, City shall pay Contracting Party a sum based upon ninety-five percent (95%) of the Contract Sum apportionment of the labor and materials incorporated into the Services under this Agreement during the month covered by said invoice. The remaining five percent (5%) thereof shall be retained as performance security to be paid to Contracting Party within sixty (60) days after final acceptance of the Services by the City Council of City, after Contracting Party has furnished City with a full release of all undisputed payments under this Agreement, if required by City. In the event there are any claims specifically excluded by Contracting Party from the operation of the release, City may retain proceeds (per Public Contract Code § 7107) of up to one hundred fifty percent (150%) of the amount in dispute. City’s failure to deduct or withhold shall not affect Contracting Party’s obligations under the Agreement. 3. Utility Relocation. City is responsible for removal, relocation, or protection of existing main or trunk-line utilities to the extent such utilities were not identified in the invitation for bids or specifications. City shall reimburse Contracting Party for any costs incurred in locating, repairing damage not caused by Contracting Party, and removing or relocating such unidentified utility facilities. Contracting Party shall not be assessed liquidated damages for delay arising from the removal or relocation of such unidentified utility facilities. 4. Trenches or Excavations. Pursuant to California Public Contract Code Section 7104, in the event the work included in this Agreement requires excavations more than four (4) feet in depth, the following shall apply: (a) Contracting Party shall promptly, and before the following conditions are disturbed, notify City, in writing, of any: (1) material that Contracting Party believes may be material that is hazardous waste, as defined in Section 25117 of the Health and Safety Code, that is required to be removed to a Class I, Class II, or Class III disposal site in accordance with provisions of existing law; (2) subsurface or latent physical conditions at the site different from those indicated by information about the site made available to bidders prior to the deadline for submitting bids; or (3) unknown physical conditions at the site of any unusual nature, different materially from those ordinarily encountered and generally recognized as inherent in work of the character provided for in the Agreement. Exhibit A (b) City shall promptly investigate the conditions, and if it finds that the conditions do materially so differ, or do involve hazardous waste, and cause a decrease or increase in Contracting Party’s cost of, or the time required for, performance of any part of the work shall issue a change order per Section 1.8 of the Agreement. (c) in the event that a dispute arises between City and Contracting Party whether the conditions materially differ, or involve hazardous waste, or cause a decrease or increase in Contracting Party’s cost of, or time required for, performance of any part of the work, Contracting Party shall not be excused from any scheduled completion date provided for by this Agreement, but shall proceed with all work to be performed under this Agreement. Contracting Party shall retain any and all rights provided either by contract or by law which pertain to the resolution of disputes and protests between the contracting Parties. 5. Safety. Contracting Party shall execute and maintain its work so as to avoid injury or damage to any person or property. In carrying out the Services, Contracting Party shall at all times be in compliance with all applicable local, state, and federal laws, rules and regulations, and shall exercise all necessary precautions for the safety of employees appropriate to the nature of the work and the conditions under which the work is to be performed. Safety precautions as applicable shall include, but shall not be limited to: (A) adequate life protection and lifesaving equipment and procedures; (B) instructions in accident prevention for all employees and subcontractors, such as safe walkways, scaffolds, fall protection ladders, bridges, gang planks, confined space procedures, trenching and shoring, equipment and other safety devices, equipment and wearing apparel as are necessary or lawfully required to prevent accidents or injuries; and (C) adequate facilities for the proper inspection and maintenance of all safety measures. 6. Liquidated Damages. Since the determination of actual damages for any delay in performance of the Agreement would be extremely difficult or impractical to determine in the event of a breach of this Agreement, Contracting Party shall be liable for and shall pay to City the sum of One Thousand dollars ($1,000.00) as liquidated damages for each working day of delay in the performance of any of the Services required hereunder, as specified in the Schedule of Performance. In addition, liquidated damages may be assessed for failure to comply with the emergency call out requirements, if any, described in the Scope of Services. City may withhold from any moneys payable on account of the Services performed by Contracting Party any accrued liquidated damages. Exhibit B With the exception of compensation for Additional Services, provided for in Section 2.3 of this Agreement, the maximum total compensation to be paid to Contracting Party under this Agreement is not to exceed ($ ) (“Contract Sum”). The Contract Sum shall be paid to Contracting Party in installment payments made on a monthly basis and in an amount identified in Contracting Party’s schedule of compensation attached hereto for the work tasks performed and properly invoiced by Contracting Party in conformance with Section 2.2 of this Agreement. Exhibit B Schedule of Compensation Exhibit C Exhibit C Schedule of Performance Contracting Party shall complete all services identified in the Scope of Services, Exhibit A of this Agreement, in accordance with the Project Schedule, attached hereto and incorporated herein by this reference. Exhibit D Exhibit D Special Requirements [insert Special Requirements or indicate “None” if there are none] Exhibit E Exhibit E Insurance Requirements E.1 Insurance. Prior to the beginning of and throughout the duration of this Agreement, the following policies shall be maintained and kept in full force and effect providing insurance with minimum limits as indicated below and issued by insurers with A.M. Best ratings of no less than A-VI: Commercial General Liability (at least as broad as ISO CG 0001) $1,000,000 (per occurrence) $2,000,000 (general aggregate) Must include the following endorsements: General Liability Additional Insured General Liability Primary and Non-contributory Commercial Auto Liability (at least as broad as ISO CA 0001) $1,000,000 (per accident) Auto Liability Additional Insured Personal Auto Declaration Page if applicable Errors and Omissions Liability $1,000,000 (per claim and aggregate) Workers’ Compensation (per statutory requirements) Must include the following endorsements: Workers Compensation with Waiver of Subrogation Workers Compensation Declaration of Sole Proprietor if applicable Contracting Party shall procure and maintain, at its cost, and submit concurrently with its execution of this Agreement, Commercial General Liability insurance against all claims for injuries against persons or damages to property resulting from Contracting Party’s acts or omissions rising out of or related to Contracting Party’s performance under this Agreement. The insurance policy shall contain a severability of interest clause providing that the coverage shall be primary for losses arising out of Contracting Party’s performance hereunder and neither City nor its insurers shall be required to contribute to any such loss. An endorsement evidencing the foregoing and naming the City and its officers and employees as additional insured (on the Commercial General Liability policy only) must be submitted concurrently with the execution of this Agreement and approved by City prior to commencement of the services hereunder. Contracting Party shall carry automobile liability insurance of $1,000,000 per accident against all claims for injuries against persons or damages to property arising out of the use of any automobile by Contracting Party, its officers, any person directly or Exhibit E indirectly employed by Contracting Party, any subcontractor or agent, or anyone for whose acts any of them may be liable, arising directly or indirectly out of or related to Contracting Party’s performance under this Agreement. If Contracting Party or Contracting Party’s employees will use personal autos in any way on this project, Contracting Party shall provide evidence of personal auto liability coverage for each such person. The term “automobile” includes, but is not limited to, a land motor vehicle, trailer or semi-trailer designed for travel on public roads. The automobile insurance policy shall contain a severability of interest clause providing that coverage shall be primary for losses arising out of Contracting Party’s performance hereunder and neither City nor its insurers shall be required to contribute to such loss. Professional Liability or Errors and Omissions Insurance as appropriate shall be written on a policy form coverage specifically designed to protect against acts, errors or omissions of the Contracting Party and “Covered Professional Services” as designated in the policy must specifically include work performed under this agreement. The policy limit shall be no less than $1,000,000 per claim and in the aggregate. The policy must “pay on behalf of” the insured and must include a provision establishing the insurer’s duty to defend. The policy retroactive date shall be on or before the effective date of this agreement. Contracting Party shall carry Workers’ Compensation Insurance in accordance with State Worker’s Compensation laws with employer’s liability limits no less than $1,000,000 per accident or disease. Contracting Party shall procure and maintain Cyber Liability insurance with limits of $1,000,000 per occurrence/loss which shall include the following coverage: a. Liability arising from the theft, dissemination and/or use of confidential or personally identifiable information; including credit monitoring and regulatory fines arising from such theft, dissemination or use of the confidential information. b. Network security liability arising from the unauthorized use of, access to, or tampering with computer systems. c. Liability arising from the failure of technology products (software) required under the contract for Consultant to properly perform the services intended. d. Electronic Media Liability arising from personal injury, plagiarism or misappropriation of ideas, domain name infringement or improper deep- linking or framing, and infringement or violation of intellectual property rights. e. Liability arising from the failure to render professional services. Exhibit E If coverage is maintained on a claims-made basis, Contracting Party shall maintain such coverage for an additional period of three (3) years following termination of the contract. Contracting Party shall provide written notice to City within ten (10) working days if: (1) any of the required insurance policies is terminated; (2) the limits of any of the required polices are reduced; or (3) the deductible or self-insured retention is increased. In the event any of said policies of insurance are cancelled, Contracting Party shall, prior to the cancellation date, submit new evidence of insurance in conformance with this Exhibit to the Contract Officer. The procuring of such insurance or the delivery of policies or certificates evidencing the same shall not be construed as a limitation of Contracting Party’s obligation to indemnify City, its officers, employees, contractors, subcontractors, or agents. E.2 Remedies. In addition to any other remedies City may have if Contracting Party fails to provide or maintain any insurance policies or policy endorsements to the extent and within the time herein required, City may, at its sole option: a. Obtain such insurance and deduct and retain the amount of the premiums for such insurance from any sums due under this Agreement. b. Order Contracting Party to stop work under this Agreement and/or withhold any payment(s) which become due to Contracting Party hereunder until Contracting Party demonstrates compliance with the requirements hereof. c. Terminate this Agreement. Exercise any of the above remedies, however, is an alternative to any other remedies City may have. The above remedies are not the exclusive remedies for Contracting Party’s failure to maintain or secure appropriate policies or endorsements. Nothing herein contained shall be construed as limiting in any way the extent to which Contracting Party may be held responsible for payments of damages to persons or property resulting from Contracting Party’s or its subcontractors’ performance of work under this Agreement. E.3 General Conditions Pertaining to Provisions of Insurance Coverage by Contracting Party. Contracting Party and City agree to the following with respect to insurance provided by Contracting Party: 1. Contracting Party agrees to have its insurer endorse the third party general liability coverage required herein to include as additional insureds City, its officials, employees, and agents, using standard ISO endorsement No. CG 2010 with an edition prior to 1992. Contracting Party also agrees to require all contractors, and subcontractors to do likewise. 2. No liability insurance coverage provided to comply with this Agreement shall prohibit Contracting Party, or Contracting Party’s employees, or agents, from waiving the right of subrogation prior to a loss. Contracting Party agrees to waive subrogation rights Exhibit E against City regardless of the applicability of any insurance proceeds, and to require all contractors and subcontractors to do likewise. 3. All insurance coverage and limits provided by Contracting Party and available or applicable to this Agreement are intended to apply to the full extent of the policies. Nothing contained in this Agreement or any other agreement relating to City or its operations limits the application of such insurance coverage. 4. None of the coverages required herein will be in compliance with these requirements if they include any limiting endorsement of any kind that has not been first submitted to City and approved of in writing. 5. No liability policy shall contain any provision or definition that would serve to eliminate so-called “third party action over” claims, including any exclusion for bodily injury to an employee of the insured or of any contractor or subcontractor. 6. All coverage types and limits required are subject to approval, modification and additional requirements by the City, as the need arises. Contracting Party shall not make any reductions in scope of coverage (e.g. elimination of contractual liability or reduction of discovery period) that may affect City’s protection without City’s prior written consent. 7. Proof of compliance with these insurance requirements, consisting of certificates of insurance evidencing all the coverages required and an additional insured endorsement to Contracting Party’s general liability policy, shall be delivered to City at or prior to the execution of this Agreement. In the event such proof of any insurance is not delivered as required, or in the event such insurance is canceled at any time and no replacement coverage is provided, City has the right, but not the duty, to obtain any insurance it deems necessary to protect its interests under this or any other agreement and to pay the premium. Any premium so paid by City shall be charged to and promptly paid by Contracting Party or deducted from sums due Contracting Party, at City option. 8. It is acknowledged by the parties of this agreement that all insurance coverage required to be provided by Contracting Party or any subcontractor, is intended to apply first and on a primary, non-contributing basis in relation to any other insurance or self-insurance available to City. 9. Contracting Party agrees to ensure that subcontractors, and any other party involved with the project that is brought onto or involved in the project by Contracting Party, provide the same minimum insurance coverage required of Contracting Party. Contracting Party agrees to monitor and review all such coverage and assumes all responsibility for ensuring that such coverage is provided in conformity with the requirements of this section. Contracting Party agrees that upon request, all agreements with subcontractors and others engaged in the project will be submitted to City for review. 10. Contracting Party agrees not to self-insure or to use any self-insured retentions or deductibles on any portion of the insurance required herein (with the exception of professional liability coverage, if required) and further agrees that it will not Exhibit E allow any contractor, subcontractor, Architect, Engineer or other entity or person in any way involved in the performance of work on the project contemplated by this agreement to self-insure its obligations to City. If Contracting Party’s existing coverage includes a deductible or self-insured retention, the deductible or self-insured retention must be declared to the City. At that time the City shall review options with the Contracting Party, which may include reduction or elimination of the deductible or self-insured retention, substitution of other coverage, or other solutions. 11. The City reserves the right at any time during the term of this Agreement to change the amounts and types of insurance required by giving the Contracting Party ninety (90) days advance written notice of such change. If such change results in substantial additional cost to the Contracting Party, the City will negotiate additional compensation proportional to the increased benefit to City. 12. For purposes of applying insurance coverage only, this Agreement will be deemed to have been executed immediately upon any party hereto taking any steps that can be deemed to be in furtherance of or towards performance of this Agreement. 13. Contracting Party acknowledges and agrees that any actual or alleged failure on the part of City to inform Contracting Party of non-compliance with any insurance requirement in no way imposes any additional obligations on City nor does it waive any rights hereunder in this or any other regard. 14. Contracting Party will renew the required coverage annually as long as City, or its employees or agents face an exposure from operations of any type pursuant to this agreement. This obligation applies whether the agreement is canceled or terminated for any reason. Termination of this obligation is not effective until City executes a written statement to that effect. 15. Contracting Party shall provide proof that policies of insurance required herein expiring during the term of this Agreement have been renewed or replaced with other policies providing at least the same coverage. Proof that such coverage has been ordered shall be submitted prior to expiration. A coverage binder or letter from Contracting Party’s insurance agent to this effect is acceptable. A certificate of insurance and an additional insured endorsement is required in these specifications applicable to the renewing or new coverage must be provided to City within five (5) days of the expiration of coverages. 16. The provisions of any workers’ compensation or similar act will not limit the obligations of Contracting Party under this agreement. Contracting Party expressly agrees not to use any statutory immunity defenses under such laws with respect to City, its employees, officials, and agents. 17. Requirements of specific coverage features, or limits contained in this section are not intended as limitations on coverage, limits or other requirements nor as a waiver of any coverage normally provided by any given policy. Specific reference to a Exhibit E 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 limiting or all-inclusive. 18. These insurance requirements are intended to be separate and distinct from any other provision in this Agreement and are intended by the parties here to be interpreted as such. 19. The requirements in this Exhibit supersede all other sections and provisions of this Agreement to the extent that any other section or provision conflicts with or impairs the provisions of this Exhibit. 20. Contracting Party agrees to be responsible for ensuring that no contract used by any party involved in any way with the project reserves the right to charge City or Contracting Party for the cost of additional insurance coverage required by this agreement. Any such provisions are to be deleted with reference to City. It is not the intent of City to reimburse any third party for the cost of complying with these requirements. There shall be no recourse against City for payment of premiums or other amounts with respect thereto. 21. Contracting Party agrees to provide immediate notice to City of any claim or loss against Contracting Party arising out of the work performed under this agreement. 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. Exhibit F Exhibit F Indemnification F.1 Indemnity for the Benefit of City. a. Indemnification for Professional Liability. When the law establishes a professional standard of care for Contracting Party’s Services, to the fullest extent permitted by law, Contracting Party shall indemnify, protect, defend (with counsel selected by City), and hold harmless City and any and all of its officials, employees, and agents (“Indemnified Parties”) from and against any and all claims, losses, liabilities of every kind, nature, and description, damages, injury (including, without limitation, injury to or death of an employee of Contracting Party or of any subcontractor), costs and expenses of any kind, whether actual, alleged or threatened, including, without limitation, incidental and consequential damages, court costs, reasonable attorneys’ fees, litigation expenses, and fees of expert consultants or expert witnesses incurred in connection therewith and costs of investigation, to the extent same are caused in whole or in part by any negligent or wrongful act, error or omission of Contracting Party, its officers, agents, employees or subcontractors (or any entity or individual that Contracting Party shall bear the legal liability thereof) in the performance of professional services under this agreement. With respect to the design of public improvements, the Contracting Party shall not be liable for any injuries or property damage resulting from the reuse of the design at a location other than that specified in Exhibit A without the written consent of the Contracting Party. If Contracting Party’s obligation to defend, indemnify, and/or hold harmless arises out of Conultant’s performance of “design professional” services (as that term is defined under Civil Code 2782.8) then, and only to the extent required by Civil Code section 2782.8, which is fully incorporated herein, Contracting Party’s indemnification obligation shall be limited to claims that arise out of, pertain to, or relate to the negligence, recklessness, or willful misconduct of the Contracting Party, and, upon Consultant obtaining a final adjudication by a court of competent jurisdiction, Contracting Party’s liability for such claim, including the cost to defend, shall not exceed the Conultant’s proportionate percentate at fault. b. Indemnification for Other Than Professional Liability. Other than in the performance of professional services and to the full extent permitted by law, Contracting Party shall indemnify, defend (with counsel selected by City), and hold harmless the Indemnified Parties from and against any liability (including liability for claims, suits, actions, arbitration proceedings, administrative proceedings, regulatory proceedings, losses, expenses or costs of any kind, whether actual, alleged or threatened, including, without limitation, incidental and consequential damages, court costs, reasonable attorneys’ fees, litigation expenses, and fees of expert consultants or expert witnesses) incurred in connection therewith and costs of investigation, where the same arise out of, are a consequence of, or are in any way attributable to, in whole or in part, the performance of this Agreement by Contracting Party or by any individual or entity for which Contracting Party is legally liable, including but not limited to officers, agents, employees, or subcontractors of Contracting Party. c. Indemnity Provisions for Contracts Related to Construction (Limitation on Indemnity). Without affecting the rights of City under any provision of this agreement, Exhibit F Contracting Party shall not be required to indemnify and hold harmless City for liability attributable to the active negligence of City, provided such active negligence is determined by agreement between the parties or by the findings of a court of competent jurisdiction. In instances where City is shown to have been actively negligent and where City’s active negligence accounts for only a percentage of the liability involved, the obligation of Contracting Party will be for that entire portion or percentage of liability not attributable to the active negligence of City. d. Indemnification Provision for Design Professionals. 1. Applicability of this Section F.1(d). Notwithstanding Section F.1(a) hereinabove, the following indemnification provision shall apply to a Contracting Party who constitutes a “design professional” as the term is defined in paragraph 3 below. 2. Scope of Indemnification. When the law establishes a professional standard of care for Contracting Party’s Services, to the fullest extent permitted by law, Contracting Party shall indemnify and hold harmless City and any and all of its officials, employees, and agents (“Indemnified Parties”) from and against any and all losses, liabilities of every kind, nature, and description, damages, injury (including, without limitation, injury to or death of an employee of Contracting Party or of any subcontractor), costs and expenses, including, without limitation, incidental and consequential damages, court costs, reimbursement of reasonable attorneys’ fees, litigation expenses, and fees of expert consultants or expert witnesses incurred in connection therewith and costs of investigation, to the extent same are caused by any negligent or wrongful act, error or omission of Contracting Party, its officers, agents, employees or subcontractors (or any entity or individual that Contracting Party shall bear the legal liability thereof) in the performance of professional services under this agreement. With respect to the design of public improvements, the Contracting Party shall not be liable for any injuries or property damage resulting from the reuse of the design at a location other than that specified in Exhibit A without the written consent of the Contracting Party. 3. Design Professional Defined. As used in this Section F.1(d), the term “design professional” shall be limited to licensed architects, registered professional engineers, licensed professional land surveyors and landscape architects, all as defined under current law, and as may be amended from time to time by Civil Code § 2782.8. F.2 Obligation to Secure Indemnification Provisions. Contracting Party agrees to obtain executed indemnity agreements with provisions identical to those set forth herein this Exhibit F, as applicable to the Contracting Party, from each and every subcontractor or any other person or entity involved by, for, with or on behalf of Contracting Party in the performance of this Agreement. In the event Contracting Party fails to obtain such indemnity obligations from others as required herein, Contracting Party agrees to be fully responsible according to the terms of this Exhibit. Failure of City to monitor compliance with these requirements imposes no additional obligations on City and will in no way act as a waiver of any rights hereunder. This obligation to indemnify and defend City as set forth in this Agreement are binding on the successors, assigns or heirs of Contracting Party and shall survive the termination of this Agreement.