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.