Loading...
2200 - RKA Consulting Group Design Walnut Grove/Valley Phs 2AGREEMENT FOR PROFESSIONAL DESIGN SERVICES (WALNUT GROVE AVENUE PHASE 2 AND VALLEY BOULEVARD ROADWAY IMPROVEMENTS PROJET) This AGREEMENT FOR PROFESSIONAL DESIGN SERVICES ("AGREEMENT") is made and entered into effective as of January 27, 2026, by and between the CITY OF ROSEMEAD, a general law city, located at 8838 East Valley Boulevard, Rosemead CA 91770 ("CITY") and RIA Consulting Group, located at 398 Lemon Creek Drive, Suite E, Walnut, CA, 91789 ("CONSULTANT"). WITNESSETH: For and in consideration of the promises and of the mutual covenants and agreements herein contained, said parties hereby agree as follows: RECITALS. This AGREEMENT is made and entered into with respect to the following facts: A. CITY requires professional Engineering and Design services ("SERVICES"); and B. On July 15, 2025, CITY issued Request for Proposals No.2025-06 ("RFP") to obtain professional Engineering and Design services for the CITY, and based on review and rating of RFPs received CONSULTANT was selected; and C. CONSULTANT is qualified to provide those certain services to the CITY necessary for the SERVICES; and, therefore, the Rosemead City Council has elected to engage the services of CONSULTANT upon the terms and conditions hereinafter set forth. 2. SCOPE OF SERVICES. A. CONSULTANT shall furnish to the City all labor, materials, tools, equipment, services, and incidental customary work necessary to fully and adequately perform those services described in CONSULTANT's Proposal for Services dated September 4, 2025, ("PROPOSAL") consistent with the CITY's Request for Proposals dated July 15, 2025 ("RFP") attached hereto as Exhibits "A" and "B" respectively and hereby incorporated by reference. To the extent that Exhibits A and B are proposals from CONSULTANT, such proposals are incorporated only for the description of the scope of services and no other terms and conditions from any such proposal shall apply to this AGREEMENT. Design Professional Services contract over 50K 12/2025 Form 4916-4581-9220 v] B. Performance of the SERVICES specified herein is made an obligation of CONSULTANT under this AGREEMENT, subject to any changes made subsequently upon the mutual written agreement of the parties. C. The scope of services to be performed by CONSULTANT under this AGREEMENT shall include, but not be limited to, those services specified in Paragraph 2A hereof. D. If there is a conflict between any of the provisions of the AGREEMENT and Exhibit A, this AGREEMENT shall have priority in the interpretation of the Parties rights and obligations under this AGREEMENT. 3. PERFORMANCE STANDARDS. While performing this AGREEMENT CONSULTANT will use the appropriate generally accepted professional standards of practice existing at the time of performance utilized by persons engaged in providing similar services. CONSULTANT shall cooperate with CITY if CITY opts to monitor CONSULTANT's services. CITY will notify CONSULTANT of any deficiencies and CONSULTANT will have fifteen (15) days after such notification to cure any shortcomings to CITY's satisfaction. Costs associated with curing the deficiencies will be borne by CONSULTANT. 4. FAMILIARITY WITH WORK. A. By executing this AGREEMENT, CONSULTANT agrees that, to the best of CONSULTANT's knowledge and belief, CONSULTANT has (i) Carefully investigated and considered the scope of services to be performed; (ii) Carefully considered how the services should be performed; and (iii) Understands the facilities, difficulties, and restrictions attending performance of the services under this Agreement. B. If services involve work upon any site, CONSULTANT agrees that CONSULTANT has or will investigate the site and is or will be fully acquainted with the conditions there existing, before commencing the services hereunder. Should CONSULTANT discover any latent or unknown conditions that may materially affect the performance of the services, CONSULTANT will immediately inform CITY of such fact and will not proceed except at CONSULTANT's own risk until written instructions are received from CITY. 5. CITY SUPERVISION. The Director of the Department of Public Works of CITY, or the Director's designee, shall have the right of general supervision of all work performed by CONSULTANT and shall be the CITY's agent with respect to obtaining CONSULTANT's compliance hereunder. No payment for any services rendered under Design Professional Services contract _2_ over 50K 12/2025 Fonn 4916-4581-9220 v this AGREEMENT shall be made without the prior approval of the Director of Public Works or the Director's designee. 6. FEE. Compensation to CONSULTANT for the total services to be rendered pursuant to this AGREEMENT shall be in an amount not to exceed $565,680.00. 7. EXTRA SERVICES. Notwithstanding any other provision herein, no extra services shall be rendered by CONSULTANT under this AGREEMENT unless such extra services first shall have been authorized in writing by the CITY. Any such services so authorized shall be paid by the CITY at rates approved of by the CITY. 8. PAYMENT BY CITY. A. Compensation. Subject to any limitations provided in the Contract Documents, City agrees to pay CONSULTANT as full consideration for the faithful performance of all of the Work the total amount of Five Hundred Sixty-five Thousand Six Hundred Eighty Dollars ($565,680.00) ("Compensation"). B. Monthly Invoice. CONSULTANT must furnish City with an invoice for the Work performed in accordance with the Contract Documents. CONSULTANT may not submit invoices more often than once every 30 days. C. City Review of Invoices. City will review each invoice and determine whether the Work performed is in accordance with the Contract Documents. The Director may require CONSULTANT to provide a release of all undisputed Contract amounts contained in the invoice. D. Disputes on Invoices. If City disputes any item on an invoice, City will give CONSULTANT notice stating the reasons for the dispute. The Parties will meet and confer in good faith to attempt to resolve the dispute. E. 30 Days to Pay Invoice. Except as to any charges for the Work performed that the City disputes, City will cause CONSULTANT to be paid within 30 days of the date of the invoice or the date that CONSULTANT furnishes City with a release of all undisputed Contract amounts, whichever occurs later. F. Partial Invoices. In the event there is any claim specifically excluded by CONSULTANT from the operation of any release, City may retain an amount not to exceed the amount of the excluded claim. G. No Additional Compensation. Said compensation shall cover all expenses, losses, damages, and consequences arising out of the nature of the work during its progress or prior to its acceptance including those for well and faithfully completing the work and the whole thereof in the Design Professional Services contract -3- over 50K 12/2025 Form 4916-4581-9220 vl manner and time specified in the contract documents, and also including those arising from actions of the elements, unforeseen difficulties or obstructions encountered in the prosecution of the work, suspension or discontinuance of the work, and all other unknowns or risks of any description connected with the work. 9. TERM. The term of this AGREEMENT shall expire on January 27, 2028, unless sooner terminated as provided in Section 12 herein or unless extended in writing by the parties hereto. The CITY may extend said time of completion for delays caused by circumstances beyond the control of either party to this AGREEMENT. Should the consulting contract extend beyond the estimated time for completion of said services, CITY hereby reserves the right to continue CONSULTANT's services hereunder with any and all fees for such additional services to be compensated by the CITY at rates approved by the CITY. 10. DISPUTES AND REMEDIES. A. Claims, disputes, and other matters in question between the Parties arising out of or relating to this AGREEMENT or the breach thereof, must be resolved by the following procedure: (i) CITY and CONSULTANT will exercise their best efforts to resolve disputes through the development of a consensus. A meeting may be requested by CITY or CONSULTANT at any time for the purpose of resolving a dispute. A determination by CITY'S Director of the Department of Public Works will be made within two (2) weeks after a meeting to resolve the dispute; (ii) If unresolved within thirty (30) days, then City Manager, or his or her or her designee, will make a final determination; (iii) Following the City Manager's final determination, the Parties may submit any unresolved matters to non-binding mediation. The parties may, but are not required to be, represented by counsel in mediation; (iv) If the Parties do not agree to mediation, or if mediation does not resolve the Parties' dispute, the matter may be pursued in Los Angeles County Superior Court, or the United States District Court, Central District of California, if federal jurisdiction exists. B. The Parties' rights and remedies under this Agreement are in addition to any other rights and remedies provided by law. 11. PREVAILING WAGE. CONSULTANT is aware of the requirements of California Labor Code Section 1720, et seq., and 1770, at seq., as well as California Code of Regulations, Title 8, Section 1600, et seq., ("Prevailing Wage Laws"), which require Design Professional Services contract -4- over 50K 12/2025 Form 4916-4581-9220 v 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 the total compensation is $1,000 or more, CONSULTANT agrees to fully comply with such Prevailing Wage Laws. The CITY shall provide CONSULTANT with a copy of the prevailing rates of per diem wages in effect at the commencement of this Agreement. CONSULTANT 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 the Consultant's principal place of business and at the project site. CONSULTANT shall defend, indemnify and hold the CITY, 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. 12. TERMINATION OF AGREEMENT. The CITY may terminate this AGREEMENT upon giving a ten (10) day advance written notice of such termination to CONSULTANT. In that event, the City Manager, or his or her designee, based upon work accomplished by CONSULTANT prior to notice of such termination, shall determine the amount of fees to be paid to CONSULTANT for such services based upon accepted accounting practices. This finding by the City Manager, or his or her designee, shall be considered by the Rosemead City Council and the Council's determination shall be final and conclusive as to the amount of such fee. 13. INDEPENDENT CONTRACTOR. CONSULTANT shall act as an independent contractor in the performance of the services provided for in this AGREEMENT and shall furnish such services in CONSULTANT's own manner and method and in no respect shall CONSULTANT be considered an agent or employee of the CITY. 14. OWNERSHIP OF DOCUMENTS. All financial documents, data, studies, and reports prepared by CONSULTANT under this AGREEMENT are CITY's property. CONSULTANT may retain copies of said documents and materials as desired, but will deliver all original materials to CITY upon CITY's written notice. CITY agrees that use of CONSULTANT's completed work product, for purposes other than identified in this AGREEMENT, or use of incomplete work product, is at CITY's own risk. CITY will indemnify and hold CONSULTANT harmless for any use of the work product other than as contemplated by this AGREEMENT. 15. PUBLICATION OF DOCUMENTS. Except as necessary for performance of service under this AGREEMENT, no copies, sketches, or graphs of materials, including graphic art work, prepared pursuant to this Agreement, will be released by CONSULTANT to any other person or city without CITY's prior written approval. All press releases, including graphic display information to be published in newspapers or magazines, will be approved and distributed solely by CITY, unless otherwise provided by written agreement between the parties. 16. NONASSIGNMENT. This AGREEMENT is not assignable either in whole or in part by CONSULTANT without the written consent of CITY. Design Professional Services contract _5J_ over 50K 12/2025 Form 49164581-9220 vl 17. TAXPAYER IDENTIFICATION NUMBER. CONSULTANT will provide CITY with a valid Taxpayer Identification Number. 18. PERMITS AND LICENSES. CONSULTANT, at its sole expense, will obtain and maintain during the term of this AGREEMENT, all necessary permits, licenses, and certificates that may be required in connection with the performance of services under this Agreement. 19. INDEMNIFICATION. CONSULTANT hereby agrees to the following: A. Indemnification for Design Professional Services. To the fullest extent allowed by law (including without limitation California Civil Code Sections 2782 and 2782.8), CONSULTANT will save harmless and indemnify CITY and, at CITY's request, reimburse defense costs for CITY and all its officers, volunteers, employees and representatives from and against any and all suits, actions, or claims, of any character whatever, brought for, or on account of, any injuries, including death or damages sustained by any person or property resulting or arising from any negligent or wrongful act, error or omission by CONSULTANT or any of CONSULTANT's officers, agents, employees, volunteers or representatives, in the performance of this Agreement. For purposes of this section "CITY' includes CITY's officers, officials, employees, agents, representatives, and volunteers. B. It is expressly understood and agreed that the foregoing provisions will survive termination of this Agreement. C. CITY does not, and shall not, waive any rights against CONSULTANT which it may have by reason of the aforesaid hold -harmless AGREEMENT because of the acceptance by CITY or the deposit with CITY by CONSULTANT, of any of the insurance policies hereinafter described in this AGREEMENT. D. The aforesaid hold -harmless AGREEMENT by CONSULTANT shall apply to all damages and claims for damages of every kind suffered, or alleged to have been suffered, by reason of any of the aforesaid operations of CONSULTANT, or any subcontractor of CONSULTANT, regardless of whether such insurance policies shall have been determined to be applicable to any of such damages or claims for damages. E. Notwithstanding any provision of this Agreement to the contrary, design professionals shall be required to defend and indemnify the City only to the extent allowed by Civil Code Section 2782.8, namely for claims that arise out of, pertain to, or relate to the negligence, recklessness, or willful Design Professional Services contract -s- aver 50K 1212025 Form 4916-4581-9220 v misconduct of the design professional. The term "design professional" includes licensed architects, licensed landscape architects, registered professional engineers, professional land surveyors and the business entities which offer such services in accordance with the applicable provisions of the Business and Professions Code. F. The provisions of this section do not apply to Claims occurring as a result of the CITY's sole negligence or willful acts or omissions. In the event of any dispute between CONSULTANT and CITY, as to whether liability arises from the sole or active negligence of the CITY or its officers, employees, or agents, CONSULTANT will be obligated to pay for CITY's defense until such time as a final judgment has been entered adjudicating the CITY as solely or actively negligent. CONSULTANT will not be entitled in the absence of such a determination to any reimbursement of defense costs including but not limited to attorney's fees, expert fees, and costs of litigation. 20. INSURANCE. CONSULTANT shall not commence work under this contract until CONSULTANT shall have obtained and shall maintain for the entire term of the AGREEMENT all insurance required by this AGREEMENT and such insurance shall have been approved by CITY as to form, amount and carrier, nor shall CONSULTANT allow any subcontractor of CONSULTANT to commence work on any subcontract until all similar insurance required of the subcontractor of CONSULTANT shall have been so obtained and approved. Any delays caused by CONSULTANT's or its subcontractors' failure to procure or maintain required insurance are inexcusable and shall not be a basis for extending the time for completion, and the CITY shall not be liable for reimbursing CONSULTANT for costs due to such delay. A. WORKERS' COMPENSATION INSURANCE. CONSULTANT shall take out and maintain, during the life of this contract, Workers' Compensation Insurance and Employer's Liability Insurance for all of CONSULTANT'S employees employed to perform the SERVICES as described section 2 of the AGREEMENT; and, if any work is sublet, CONSULTANT shall require the subcontractor of CONSULTANT similarly to provide Workers' Compensation Insurance and Employers' Liability Insurance in accordance with the laws of the State of California, Section 3700 for all of the latter's employees, unless such employees are covered by the protection afforded by CONSULTANT. If any class of employees engaged in work under this AGREEMENT is not protected under any Workers' Compensation law, CONSULTANT shall provide and shall cause each subcontractor of CONSULTANT to provide adequate insurance for the protection of employees not otherwise protected. CONSULTANT shall indemnify CITY for any damage resulting to it from failure of either CONSULTANT or any subcontractor of CONSULTANT to take out or maintain such insurance. Design Professional Services contract _7_ over 50K 1212025 Form 4916-4581-9220 vl (i) Workers Compensation Insurance in the amount of not less than Statutory Limits set by the State of California. (ii) Employer's Liability Insurance in the amount of not less than ONE MILLION DOLLAR ($1,000,000). B. COMMERCIAL GENERAL LIABILITY, PROFESSIONAL LIABILITY, AND AUTOMOBILE LIABILITY INSURANCE. (i) Commercial General Liability Insurance. CONSULTANT shall maintain commercial general liability insurance with coverage at least as broad as Insurance Services Office form CG 00 01, in an amount not less than $1,000,000 per occurrence, $2,000,000 general aggregate, for bodily injury, personal injury, and property damage. The policy must include contractual liability that has not been amended. Any endorsement restricting standard ISO "insured contract" language will not be accepted. (ii) Professional Liability (Errors & Omissions) Insurance. CONSULTANT shall maintain professional liability insurance that covers the Services to be performed in connection with this agreement, in the minimum of $1,000,000 per claim and in the aggregate. Any policy inception date, continuity date, or retroactive date must be before the effective date of this agreement and CONSULTANT agrees to maintain continuous coverage through a period no less than three years after completion of the services required by this agreement. (iii) Automobile Liability Insurance. CONSULTANT shall maintain automobile insurance at least as broad as Insurance Services Office form CA 00 01 covering bodily injury and property damage for all activities of the CONSULTANT arising out of or in connection with work to be performed under this agreement, including coverage for any owned, hired, non -owned, or rented vehicles, in an amount not less than $1,000,000 combined single limit for each accident. C. PROOF OF INSURANCE. CONSULTANT shall provide certificates of insurance and required endorsements to CITY as evidence of insurance coverage required herein. Insurance certificates and endorsements must be approved by CITY prior to the commencement of work. Current certification of insurance shall be kept on file with CITY for the contract period and any additional length of time required thereafter. CITY reserves the right to require complete, certified copies of all required insurance policies, at any time. Design Professional Services contract -$- over 50K 12/2025 Form 4916-4581-9220 vl D. NOTICE TO COMMENCE WORK. The CITY will not issue any notice authorizing CONSULTANT or any subcontractor to commence work under this AGREEMENT until CONSULTANT has provided to the CITY Clerk the proof of insurance as required. E. DURATION OF COVERAGE. CONSULTANT shall procure and maintain for the contract period, and any additional length of time required thereafter, insurance against claims for injuries to persons or damages to property, or financial loss which may arise from or in connection with the performance of work hereunder by CONSULTANT, their agents, representatives, employees, or subconsultants. PRIMARY/NONCONTRIBUTING. Coverage provided by CONSULTANT shall be primary and an insurance or self-insurance procured or maintained by CITY shall not be required to contribute with it. The limits of insurance required herein may be satisfied by a combination of primary and umbrella or excess insurance. Any umbrella or excess insurance shall contain or be endorsed to contain a provision that such coverage shall also apply on primary and non-contributory basis for the benefit of CITY before the CITY's own insurance or self-insurance shall be called upon to protect it as named insured. G. CITY'S RIGHTS OF ENFORCEMENT. In the event any policy of insurance required under this agreement does not comply with these specifications or is canceled and not replaced, CITY has the right but not the duty to obtain the insurance it deems necessary, and any premium paid by CITY will be promptly reimbursed by CONSULTANT or CITY will withhold amounts sufficient to pay premium from CONSULTANT'S payments. In the alternative, CITY may cancel this agreement. H. ACCEPTABLE INSURERS. All insurance policies shall be issued by an insurance company currently authorized by the Insurance Commissioner to transact business of insurance or is on the List of Approved Surplus Line Insurers in the State of California, with an assigned policyholder's Rating of A- (or higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition of Best' Key Rating Guide, unless otherwise approved by the Director of Human Resources & Risk Management. WAIVER OF SUBROGATION. All insurance coverage maintained or procured pursuant to this agreement shall be endorsed to waive subrogation against CITY, its elected or appointed officers, agents, officials, employees, representatives and volunteers or shall specifically allow CONSULTANT or others providing insurance evidence in compliance with these specifications to waive their right of recovery prior to a loss. CONSULTANT hereby waives its own right of recovery against Design Professional Services contract over 50K 12/2025 Form 4916-4581-9220 v I CITY and shall require similar written express waivers and insurance clauses from each of its subconsultants. J. ENFORCEMENT OF CONTRACT PROVISIONS (NON ESTOPPEL). CONSULTANT acknowledges and agrees that any actual or alleged failure on part of the CITY to inform CONSULTANT of non-compliance with any requirement imposes no additional obligations on the CITY nor does it waive any rights hereunder. K. REQUIREMENTS NOT LIMITING. Requirements of specific coverage features or limits contained in this section are not intended as limitation on coverage, limits or other requirements, or a waiver of any coverage normally provided by any insurance. Specific reference to a given coverage feature is for purposes of clarification only as it pertains to a given issue and is not intended by any party or insured to be all inclusive, or to the exclusion of other coverage, or a waiver of any type. If the CONSULTANT maintains higher limits than the minimums shown above, the CITY requires and shall be entitled to coverage for the higher limits maintained by the CONSULTANT. Any available insurance proceeds in excess of the specified minimum limits of insurance and coverage shall be available to the CITY. L. NOTICE OF CANCELLATION. CONSULTANT agrees to oblige its insurance agent or broker and insurers to provide the CITY with a thirty (30) day notice of cancellation (except for nonpayment for which a ten (10) day notice is required) or nonrenewal of coverage for each required coverage. If any of the CONSULTANT'S insurers are unwilling to provide such notice, then CONSULTANT shall have the responsibility of notifying the CITY immediately in the event of CONSULTANT'S failure to renew any of the required insurance coverages, or insurer's cancellation or nonrenewal. M. ADDITIONAL INSURED STATUS. General Liability, Automobile Liability, and umbrella/excess liability insurance policies shall provide or be endorsed to provide that CITY and its officers, officials, employees, agents, representatives, and volunteers shall be additional insureds under such policies. N. PROHIBITION OF UNDISCLOSED COVERAGE LIMITATIONS. 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. O. SEPARATION OF INSUREDS. A severability of interests provision must apply for all additional insureds ensuring that CONSULTANT'S insurance shall apply separately to each insured again whom claim is made or suit Design Professional Services contract _10- over 1Q_over 50K 12/2025 Form 4916-4581-9220 v is brough, except with respect to the insurer's limits of liability. The policy(ies) shall not contain any cross -liability exclusions. P. PASS THOUGH CLAUSE. CONSULTANT agrees to ensure that its subconsultants, subcontractors, and any other party who is brough onto or involved in the project/service by CONSULTANT (hereinafter collectively "subcontractor'), provide the same minimum insurance coverage and endorsements required of CONSULTANT. CONSULTANT 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. However, in the event CONSULTANT'S subcontractor cannot comply with this requirement, which proof must be submitted to the CITY, CONSULTANT shall be required to ensure that its subcontractor provide and maintain insurance coverage and endorsements sufficient to the specific risk of exposure involved with subcontractor's scope of work and services, with limits less than required of the CONSULTANT, but in all other terms consistent with the CONSULTANT's requirements under this agreement. This provision does not relieve the CONSULTANT' of its contractual obligations under the agreement and/or limit its liability to the amount of insurance coverage provided by its subcontractors. This provision is intended to solely provide CONSULTANT with the ability to utilize a subcontractor who may be otherwise qualified to perform the work or services but may not carry the same insurance limits as required of the CONSULTANT under this agreement given the limited scope of work or services provided by the subcontractor. CONSULTANT agrees that upon request, all agreements with subcontractors, and others engaged in this project, will be submitted to CITY for review. Q. CITY'S RIGHT TO REVISE SPECIFICATIONS. The CITY reserves the right to at any time during the term of the contract to change the amounts and types of insurance required by giving the CONSULTANT ninety (90) days advance written notice of such change. If such change results in substantial additional cost to the CONSULTANT, the CITY and CONSULTANT may renegotiate the CONSULTANT'S compensation. R. SELF-INSURED RETENTIONS. Any self-insured retentions must be declared to and approved by CITY. CITY reserves the right to require that self-insured retentions be eliminated, lowered, or replaced by a deductible, or require proof of ability to pay losses and related investigations, claim administrative, and defense expenses within the retention through confirmation from the underwriter. S. TIMELY NOTICE OF CLAIMS. CONSULTANT shall give CITY prompt and timely notice of claims made or suits instituted that arise out of or result from CONSULTANT'S performance under this agreement, and Design Professional Services contract over 50K 12/2025 Form 4916-4581-9220 vi that involve or may involve coverage under any of the required liability policies. T. ADDITIONAL INSURANCE. CONSULTANT shall also procure and maintain, at this own cost and expense, any additional kinds of insurance, which in its own judgment may be necessary for its proper protection and prosecution of the work. 21. NON-DISCRIMINATION. CONSULTANT shall not discriminate in its recruiting, hiring, promotion, demotion or termination practices on the basis of race, religious creed, color, national origin, ancestry, physical disability, mental disability, medical condition, marital status, sex, age, or sexual orientation in the performance of this AGREEMENT and shall comply with the provisions of the California Fair Employment and Housing Act as set forth in Part 2.8 of Division 3, Title 2 of the California Government Code; the Federal Civil Rights Act of 1964, as set forth in Public Law 88- 352, and all amendments thereto; Executive Order 11246; and all administrative rules and regulations issued pursuant to such acts and order. 22. UNAUTHORIZED ALIENS. CONSULTANT hereby promises and agrees to comply with all of the provisions of the Federal Immigration and Nationality Act (8 USCA 1101, et seq.), as amended; and, in connection therewith, shall not employ unauthorized aliens as defined therein. Should CONSULTANT so employ such unauthorized aliens for the performance of work and/or services covered by this AGREEMENT, and should the Federal Government impose sanctions against the CITY for such use of unauthorized aliens, CONSULTANT hereby agrees to, and shall, reimburse CITY for the cost of all such sanctions imposed, together with any and all costs, including attorney's fees, incurred by the CITY in connection therewith. 23. CONFLICT OF INTEREST. CONSULTANT will comply with all conflict of interest laws and regulations including, without limitation, CITY's conflict of interest regulations. 24. WAIVER. Waiver by any party hereto of any term, condition, or covenant of this AGREEMENT shall not constitute the waiver of any other term, condition or covenant hereof. 25. ATTORNEY'S FEES. If litigation is reasonably required to enforce or interpret the provisions of this AGREEMENT, the prevailing party in such litigation shall be entitled to an award of reasonable attorney's fees, in addition to any other relief to which it may be entitled. 26. BINDING EFFECT. This AGREEMENT shall be binding upon the heirs, executors, administrators, successors and assigns of the parties hereto. 27. PROVISIONS, CUMULATIVE. The provisions of this AGREEMENT are cumulative and in addition to and not in limitation of any rights or remedies available to CITY. Design Professional Services contract -12- over 50K 12/2025 Form 4916-4581-9220 vl 28. NO PRESUMPTION REGARDING DRAFTER. The parties acknowledge and agree that the terms and provisions of this AGREEMENT have been negotiated and discussed between the parties and their attorneys, and this AGREEMENT reflects their mutual AGREEMENT regarding the same. Because of the nature of such negotiations and discussions it would be inappropriate to deem any party to be the drafter of this AGREEMENT; therefore, no presumption for or against validity or as to any interpretation hereof, based upon the identity of the drafter, shall be applicable in interpreting or enforcing this AGREEMENT. 29. ASSISTANCE OF COUNSEL. Each party to this AGREEMENT warrants to each other party as follows: A. That each party either had the assistance of counsel or had counsel available to it, in the negotiation for, and execution of, this AGREEMENT, and all related documents; and, B. That each party has lawfully authorized the execution of this AGREEMENT. 30. MODIFICATION. This AGREEMENT shall not be modified except by written agreement of the parties. 31. GOVERNING LAW. This AGREEMENT shall be interpreted and construed according to the laws of the State of California. 32. NOTICE. Whenever it shall be necessary for either party to serve notice on the other regarding this AGREEMENT, such notice may be furnished in writing by either party to the other and shall be served by personal service as required in judicial proceedings or by certified mail, postage prepaid, return receipt requested, addressed to the parties as follows: CITY: Sam Gutierrez Director of Public Works City of Rosemead 8838 E. Valley Blvd. Rosemead, CA 91770 Tel: (626) 569-2158 Email: sgutierrez@rosemeadca.gov CONSULTANT: Cody Howing RKA Consulting Group 398 Lemon Creek Drive, Suite E, Walnut, CA, 91789 Tel: (909) 594-9702 Email: chowing@rkagroup.com Design Professional services contract -13- over 50K 12/2025 Form 4916-4581-9220 vl Notice will be deemed effective on the date personally delivered or transmitted by facsimile. If the notice is mailed, notice will be deemed given three days after deposit of the same in the custody of the United States Postal Service, postage prepaid, for first class delivery, or upon delivery if using a major courier service with tracking capabilities. Changes may be made in the names or addresses of persons to whom notices are to be given by giving notice in the manner prescribed in this paragraph. Changes may be made in the names or addresses of persons to whom notices are to be given by giving notice in the manner prescribed in this paragraph. 33. FORCE MAJEURE. Neither party shall be responsible for delays or failures in performance resulting from acts beyond the control of the offending party. Such acts shall include, but not be limited to, acts of God, fire, flood, earthquake, or other natural disaster, nuclear accident, explosion, war, terrorist attack, embargo, strike, lockout, riot, freight embargo, public regulated utility, or government statutes or regulations superimposed after the fact. Notwithstanding the foregoing, this provision shall only have effect if written notice of the force majeure event is given by the party claiming such excuse for delay within ten days of the commencement of such event. 34. ELECTRONIC TRANSMISSION OF AGREEMENT AND SIGNATURE. The Parties agree that this AGREEMENT may be signed and transmitted by electronic mail by either/any or both/all Parties, and that such signatures shall have the same force and effect as original signatures, in accordance with California Government Code section 16.5 and Civil Code section 1633.7. 35. RECORD AUDIT. In accordance with Government Code section 8546.7, records of both the CITY and the CONSULTANT shall be subject to examination and audit by the CITY for a period of three (3) years after final payment. IN WITNESS WHEREOF, the parties hereto have caused this AGREEMENT to be executed on its effective date by their respective officers duly authorized on their behalf. "CITY" CITY OF ROSEMEAD, a G6 -neral Law City ATTEST: F_ricka Hernandez, City Clerk Ben Kim, Ci Manager APPROVED AS TO FORM: Rachel Richman, City Attorney Design Professional Services contract -14- over 50K 12/2025 Form 49164581-9220 vl By -64,010 Design Professional Services contract -14- over 50K 12/2025 Form 49164581-9220 vl "CONSULTANT" RKA CONSULTING GROUP TAXPAYER ID #: 953759733 By Print ody How' Title: Principal- - arge/Owner/Director of Engineering Design Professional Services contract -15- over 50K 12/2025 Form 49164581-9220 A Exhibit A Proposal Design Professional Services contract over 50K 1212025 Forrn 4916-0581-9220 vl City of Rosemead Proposal for: Engineering and Design Services for the Preparation of Plans, Specifications and Estimates for Walnut Grove Avenue Resurfacing Phase 2 (Project #21030) and Valley Blvd Resurfacing (Project #21031) — RFP No. 2025-06 September 4, 2025 Submitted to: Submitted by: City of Rosemead RKA Consulting Group Public Works Department 398 Lemon Creek Drive, Suite E Attention: Romany Basilyous Walnut, CA 91789 City Engineer www.rkagroup.com 8838 E. Valley Boulevard (909) 594-9702 Rosemead, CA 91770 Rim CONSULTING GROUP September 4, 2025 City of Rosemead Department of Public Works Romany Basilyous, City Engineer 8838 E. Valley Boulevard Rosemead, CA 91770 RKA CONSULTING GROUP 398 Lemon Creek Drive, Suite E Walnut, California 91789 www.rkagroup.com office: (909) 594-9702 1 Fax: (909) 594-2658 Re: Proposal for Engineering and Design Services for the Walnut Grove Avenue Resurfacing Phase 2 and Valley Boulevard Resurfacing Project (RFP No. 2025-06) Dear Romany, On behalf of RKA Consulting Group (RKA), we are pleased to submit our proposal for the City of Rosemead (City) Engineering and Design Services for the Walnut Grove Avenue Resurfacing Phase 2 (Project #21030) and Valley Boulevard Resurfacing Phase 2 Project (Project #21031). These projects represent a comprehensive set of corridor enhancements that go beyond pavement rehabilitation to deliver safer, more functional, and more attractive streetscapes. In addition to restoring roadway conditions, the improvements will integrate new bicycle facilities, enhanced medians, and gateway treatments—investments that will improve mobility, elevate public safety, and reinforce community identity along two of Rosemead's most significant commuter corridors. Alignment with Rosemead's Goals. Our team shares the City's commitment to enhancing infrastructure, safety, mobility, and the community environment. This project offers a valuable opportunity to improve Pavement Condition Index (PCI) ratings, extend roadway life, and integrate aesthetic and functional elements, such as medians, bicycle and pedestrian accommodations, and traffic flow improvements. Our designs will align with the City's transportation and beautification goals, incorporating entry monuments and enhanced medians that reflect Rosemead's community identity. Proven Expertise/Relevant Experience. With decades of experience serving municipalities across Southern California, our team brings a proven record of delivering roadway improvement projects similar in scale and complexity to this initiative. In addition to technical design capabilities, we bring extensive knowledge with federally funded projects through Surface Transportation Program - Local (STP -L) funding and Highway Safety Improvement Program (HSIP), requiring compliance with Caltrans LAPM procedures, labor standards, and grant documentation. This project will be led by Bobby Lin, P.E., QSD, a licensed civil engineer, who brings over 15 years of municipal infrastructure expertise, including pavement rehabilitation, pedestrian facility design, PS&E development, and community outreach. Bobby has an strong record of partnering with agencies, navigating design challenges, and delivering cost-effective solutions that align with city goals. Commitment to Partnership & Quality. We approach every project as a partnership, collaborating closely with City staff and stakeholders while thoughtfully incorporating community needs and minimizing impact. Every submittal will go through out internal internal Quality Assurance/Quality Control (QA/QC) program, ensuring plans are accurate, constructible, and cost-effective to support a smooth bid process and successful project delivery. Thank you for the opportunity to present our proposal. We look forward to working with the City of Rosemead to deliver lasting improvements for the community. Sincerely, RKA Consulting Group Ca� ) Cody Hog P.E., QSD Principal-in-Charge/Owner/Director of Engineering chowing@rkagroup.com I Direct: (909) 532-5031 Table of Contents Cover Letter Approach, Scope of Work, and Schedule Project Team, Key Personnel and Resumes 16 Company Qualifications References 29 33 Standard City Contract and Insurance Requirements 38 Addenda Acknowledgment 39 Cost Proposal Submitted Separate RKA CONSULTING GROUP Approach, of Work and Schedule CONSULTING GROUP RKA CONSULTING GROUP Project Understanding The City of Rosemead is seeking a qualified consultant to provide comprehensive Engineering and Design Services for the Walnut Grove Avenue Resurfacing Phase 2 (Project #21030) and Valley Boulevard Resurfacing (Project #21031) projects. Together, these efforts will deliver critical infrastructure upgrades along two of the City's most heavily traveled arterial corridors: • Walnut Grove Avenue -from Marshall Street to San Gabriel Boulevard • Valley Boulevard -from Charlotte Avenue to Eaton Wash (West City Limit to East City Limit) Existing Conditions Valley Boulevard is classified as a major arterial roadway that traverses the City of Rosemead from west to east, with project limits extending from the west City limit at Charlotte Avenue (bordering San Gabriel) to the east City limit at Eaton Wash (bordering El Monte). This corridor serves as Rosemead's primary business district, supporting a wide range of commercial activity and providing direct access to numerous retail, dining, and service establishments. Notable destinations along the corridor include Gold World Plaza, Empire Commercial Center, Rosemead City Hall, the Savannah Cemetery, and the corporate headquarters of The Gill Corporation International. The roadway cross section is generally consistent throughout the corridor, and includes two travel Lanes in each direction with on -street parking and sidewalks on both sides. The opposing directions of travel are separated by a striped two-way left -turn median lane. Walnut Grove Avenue is classified as a minor/major arterial roadway running north -south through the City, with project limits extending from Marshall Avenue at the north end to San Gabriel Boulevard at the south end. This corridor serves numerous residential neighborhoods and apartment complexes and provides direct access to both the 1-10 and SR -60 freeways. Notable destinations along the segment include Willard Elementary School, the Rosemead Education Center, Southern California Edison Headquarters, Whittier Narrows Golf Course, and Walmart. The roadway section consists of two travel lanes with sidewalks along both sides for the entire segment. Separation between opposingtraffic varies, including simple centerline striping, striped medians, and raised landscaped medians. Several segments also include curbside parking areas. RKA` CONSULTING GROUP These corridors are essential to Rosemead's transportation network, functioning as primary commuter routes, commercial spines, and gateways to the community. Both roadway segments provide connections to regional routes such as 1-10 and SR -60, and serve a mix of residential, commercial, and institutional land uses. The planned improvements will address pavement rehabilitation, accessibility, multimodal connectivity, and corridor aesthetics—supporting the City's vision for safe, sustainable, and visually distinctive roadways. Project Improvements RKA assumes the project will include the following improvements: • Design & implement pavement rehabilitation & maintenance along both corridors • Evaluate and design replacement of non-compliant ADA curb ramps along both corridors • Evaluate and design replacement of damaged concrete flatwork, including sidewalk, curb, curb & gutter, and gutters along both corridors • Design and installation of Colored Concrete Crosswalks at major intersections along both corridors • Evaluation and Design of New On -Street Bicycle Facilities along both corridors • Design and Installation of New Raised Medians with Stormwater Capture Capabilities along Valley Boulevard only • Design and Installation of Stormwater Capture Facilities within Existing Medians along Walnut Grove Avenue only • Design and Installation of City Entry Monuments at Three total locations along Valley Boulevard (west and east City limits plus one additional location) • Design and Installation of Overhead Flashing Beacon for LA County Fire Station 42 on Valley Boulevard The overarching goal of this project is to develop a complete, coordinated, and constructible Plans, Specifications, and Estimate (PS&E) package that has been reviewed and approved by all required regulatory agencies. This PS&E will be fully ready for bidding, enabling the City to move seamlessly into the construction phase using STP-Lfederal funding. By combining technical excellence and a strong understanding of constructability,we will deliver a design package that supports the City's vision while minimizing construction impacts and maximizing long-term value. Project Approach RKA's approach to the Walnut Grove Avenue Resurfacing Phase 2 and Valley Boulevard Resurfacing projects is built around the understanding that successful project delivery requires more than simply meeting technical requirements—it demands careful planning, clear communication, and strategic design decisions that anticipate construction needs and community priorities. The following highlight's our approach to the critical elements of the project that will be essential to achieving the City's objectives. Bike Facility Design The City's 2010 General Plan and 2012 Bicycle Transportation Plan identify both Valley Boulevard and Walnut Grove Avenue as priority bicycle corridors, recognizing their strategic role in connecting neighborhoods, commercial districts, and community facilities. To support this vision, our team will conduct a feasibility assessment to determine the most appropriate bicycle facility type for each corridor. This assessment will be guided by the Caltrans Highway Design Manual, the NACTO Urban Bikeway Design Guide, and current safety and design research. RKA CONSULTING GROUP As part of our proposal effort, RKA has already performed a preliminary feasibility assessment by evaluating the existing cross sections along both corridors. For both segments, it is assumed that existing curb -to -curb widths and on -street parkingwill be maintained: Valley Blvd (Typical cross section throughout project limits) 76' OUTER TRAVEL LANE I TRAVEL W GAKNG UNE FACE TO CURB TRAVEL I OUTER TRAVEL UNE LANE W/ =WOE PAKNIG L.J VALLEY BLVD EXISTING CROSS SECTION 76' (CURB FACE TO CURB FACE) Y V 10' 11' 10' 11' 10' S' Y PAWING SL TRAVEL ;RAVEL NEW RAGED TRAVEL TRAVEL BL PAWING LANE LAE MEDIA LAE LANE Walnut Grove Ave (Three distinct typical sections throughout project limits) 64' (CURB FACE TO CURB FACE) 12' 11' 10' 11' 20' TRAVEL TRAVEL TVA.T TRAVEL OUTER TRAVEL UNE LANE LANE STRIPED LAE W/ CURBSIDE BL TRAVEL MEDIA AV PARKING TRAVEL - _ LANE LANE WALNUT GROVE AVE EXISTING CROSS SECTION A 64'(CURB FACE TO CURB FACE) 64' (CURB FACE TO CURB FACE) 16' 2' BUFFER,3' 10' 11' 14' 2' BUFFER TRAVEL 5' 10'10' TRAVEL LANE 10' 10' LAE LAE BL TRAVEL TRAVEL AV TRAVEL TRAVEL BL PAWING LANE LANE LAE AIE LANE UNE _ _ _ _ _ lJ WALNUT GRO�A�EXIS�NG _ _ _ CROSS SECTION A 64' (CURB FACE TO CURB FACE) 16' 1 11' 10' 11' 14' TRAVEL TRAVEL TT1LT TRAVEL TRAVEL LANE UNE STRIPED LAE LAE GAVEL TRAVEL MEDIA AV TRAVEL n- LAE LANE LAE WALNUT GROVE AVE EXISTING CROSS SECTION B " (CURB FACE TC CURB FACE) 64' (CURB FACE TO CURB FACE) 20' 2' BUFFER 12' 20' OUTER TRAVEL LANE 2' BUFFER IIII �J 1Ij�5' W/ CURSSIOE IC! UNE 10' SL jIl GAVEL TRAVEL TRAVEL AV TRAVEL LAE LAE LANE LAE LAE AIE I _ _ _ _ _ _ _ _ _ - _ _ _ _ _ u u WALNUT GROVE CROSS SECON B 64' (CURB FACE TO CURB FACE) 20' 12' 12' 20' OUTER TRAVEL LANE TRAVEL TRAVEL OUTER ;RAKE UNE W/ CURSSIOE LAE UNE W/ CURBSIDE PARKING SL PARKING PARKING fL- _ _ _ _ LL..JJ WALNUT GROVE - _ _ _ AVE EXISTING - - _ CROSS _ _ - - SECTION C 64' (CURB FACE TO CURB FACE) 7' 1 S' 10' IV 10' 10' 5' 7' PAWING BL TRAVEL TRAVEL TRAVEL TRAVEL SL PARKING I UNE LAE UNE LAE _ WALNUT _ _ _ GROVE _ _ _ AVE PROPOSED _ _ CROSS _ _ _ SECTION _ _ u C u 3 RKA CONSULTING GROUP The assessment indicates that at a minimum, Class II bike lanes are feasible along both Valley Boulevard and Walnut Grove Avenue, with opportunities for Class II buffered lanes or Class IV separated bikeways along Sections A and B of Walnut Grove Avenue. It is important to note that these facilities would require the use of narrower -than -standard travel lanes for arterial roadways. RKA will work collaboratively with the City to refine these concepts, evaluate trade-offs between mobility, safety, and community priorities, and determine the preferred bicycle facility type to advance into final design. Raised Medians and Stormwater Capture Design The introduction of raised landscaped medians along Valley Boulevard and the enhancement of existing medians along Walnut Grove Avenue present an opportunity to address multiple City objectives within a single design element—traffic safety, corridor aesthetics, and stormwater quality improvement. From a traffic operations standpoint, raised medians will replace the existing two-way left -turn lane along Valley Boulevard, reducing mid -block conflicts and calming traffic. From an aesthetic perspective, the landscaped medians will serve as prominent visual elements along two of Rosemead's most significant corridors, creating visually distinctive, climate -appropriate, and Low -maintenance landscapes that reinforce the City's identity. Our approach integrates functionality, sustainability, and aesthetics to deliver durable, high -impact public realm improvements. • Climate -Appropriate Planting– Median planting palettes will emphasize drought -tolerant, native, and regionally adapted species that provide seasonal color, texture, and ecological benefits while minimizing water use and long-term maintenance. • Cohesive Streetscape Design — Planting, hardscape, and irrigation will be coordinated with City Entry Monuments and adjacent roadway improvements to ensure visual consistency and functional integration. Equally important, the medians will be designed as green infrastructure, capturing and treating roadway runoff through features such as bioretention areas, curb cuts, and rain gardens. These measures will comply with Los Angeles County stormwater standards, support the City's MS4 Permit compliance, and contribute to long-term water quality improvement. By combining traffic safety improvements, aesthetic enhancements, and stormwater management into a unified design, this element will transform the corridors into safer, greener, and more distinctive public spaces while advancingthe City's transportation, sustainability, and environmental stewardship goals Pavement Rehabilitation Based on the RFP -reported Pavement Condition Index (PCI) ranges Valley Blvd: 64-80 and Walnut Grove Ave: 57-80— both corridors are generally in Fair to Good condition. RKA's performed a pre -proposal field walk and visually confirmed these conditions, with distress concentrated at intersection approaches, utility trench crossings, and isolated wheel -path areas. Therefore, our baseline treatment strategy is a mill and overlay with localized structural dig -outs, targeted to address base failures while preserving serviceable sections and minimizing disruption. 2 City Entry Monument Signs RKA CONSULTING GROUP In support of this assumption and to fully explore the pavement rehabilitation options, our geotechnical subconsultant (Sladden Engineering) will perform existing pavement coring and R -Value testing as outlined in the Geotechnical & Pavement Evaluation task. The resulting geotechnical report will confirm overlay thickness, dig -out depths, and any Locations where heavier rehabilitation (e.g., FDR/partial reconstruction) is warranted. The project will create City entry monuments that serve as iconic gateway features and integral components of the streetscape. Our Landscape Architect subconsultant, MIG brings experience designing entry monumentation for the Cities of Pico Rivera and Downey, will develop designs that reflect Rosemead's cultural diversity, civic pride, and unique identity. • Distinctive Gateway Identity- Each monument will be designed to establish a strong sense of arrival, using forms, materials, and lighting that align with the City's character while providing Long-term durability and ease of maintenance. • Integrated Streetscape Elements- Monuments will be coordinated with adjacent median landscaping, irrigation, and stormwater features to create a cohesive visual experience along Valley Boulevard. • Storytelling Through Design - Opportunities for incorporating cultural motifs, community history, and artistic detailing will be explored to ensure the monuments are more than signage—they will serve as lasting symbols of community heritage and pride. By embedding these design features into the physical infrastructure of the corridor, the entry monuments will function as both wayfinding elements and placemaking landmarks, supporting the City's vision for a welcoming and unified public realm. 5 RKA CONSULTING GROUP Caltrans Local Assistance While the design phase will be funded locally, the construction phase will utilize Surface Transportation Program - Local (STP -L) funds, which require adherence to the Caltrans Local Assistance Procedures Manual (LAPM). Buildingthese requirements into the design process is essentialto secure construction authorization and avoid delays. RKAwill lead coordination with Caltrans District 7 Local Assistance, serving as the City's single point of contact and aligning submittals with the project schedule. We will guide the City from environmental clearance through the Request for Authorization (RFA) and E-76 obligation, ensuring all prerequisites are in place—NEPA/CEQA clearance, right-of-way and utility certifications (anticipated within existing ROW), and a PS&E package that conforms to federal -aid provisions. Our team includes Federal Funding Lead, Michael Lee, PE, QSD, who brings deep, hands-on experience with District 7 processes and will navigate agency reviews, consolidate comments, and keep documentation complete and audit -ready so funds are obligated on time. Additional information on our Funding Support Services is located in Section 3- Company Qualifications. Project Constructability The RKA team possesses expert understanding of the construction processes that will be integral to delivering a project that can be built efficiently and with minimal disruption to each corridor's businesses and institutions. Valley Boulevard, in particular, is a thriving commercial district with high volumes of customer, delivery, and transit activity, making business access and clear phasing considerations critical to the success of the project. Our design approach will incorporate constructability-focused strategies from the outset, including: • Phasing -Aware Design - Developing plans that accommodate logical construction sequencing to minimize lane closures and maintain two-way traffic where possible. • Clear & Constructable Construction Documents - Providing well -coordinated PS&E documents that reduce the likelihood of contractor uncertainty, change orders, and schedule impacts. • Coordination with Adjacent Projects and Events - Awareness of City event schedules, utility company work, and nearby construction to avoid cumulative disruptions to businesses and traffic flow. • Materials & Construction Methods - Evaluate the use of materials and construction methods that can be installed more quickly while maintaining durability and performance, such as fast -setting concrete mixes, precast median components, and optimized pavement rehabilitation techniques to reduce the number of working days. By applying construction knowledge and material selection strategies during the design phase, we ensure the improvements can be delivered with the least possible impact to corridor operations, preserving the economic vitality of local businesses while achieving the City's project goals. Scope of Work Task 1 - Project Management 1.0 - Project Management & Coordination RKA CONSULTING GROUP Our team's Project Manager, Bobby Lin, PE, QSD will serve as the primary liaison with City staff and will oversee all aspects of project delivery, including coordination of the design team and subconsultants, schedule and budget management, and adherence to the approved project scope. The project schedule will be developed and maintained in Microsoft Project, with updates provided to reflect progress, City review timelines, and key milestones. Monthly progress reports and invoices will be submitted in accordance with City requirements to ensure transparency and accountability. 1.1 - Project Progress Meetings • Predesign (Kick -Off) Meeting -Upon receipt of the Notice to Proceed, RKA will schedule and conduct an in-person kick-off meeting with City staff to introduce key personnel, confirm project scope and objectives, present the project schedule and milestone goals, and establish project expectations. • Biweekly Progress Meetings- We will coordinate and lead bi-weekly progress meetings (via Microsoft Teams) with City staff to review current work status, upcoming tasks, design issues, and any required City input. These meetings will provide a structured forum for addressing challenges early, tracking schedule adherence, and ensuring alignment with project objectives. • Design Review Meetings - RKA will facilitate design review meetings with City staff at the ConceptuaU30%, 60%, 90%, and 100% design milestones. The Conceptual/30% meetings will focus on evaluating design alternatives, potential constraints and impacts (utilities, ROW, access, drainage), and cost implications, with the objective of selecting a preferred alternative to advance into final design. The 60%, 90%, and 100% meetings will confirm design progress, review consolidated City comments, and agree on required revisions for the next submittal. Agendas and meeting minutes will be prepared for each meeting. 1.2 -Public Forum Meetings The project team will attend three (3) community workshops and one (1) City Council meeting, as needed, to present the conceptual designs developed for this project. Feedback from each meeting will be documented, reviewed with City staff, and incorporated into the design to ensure the final plans reflect community input and Council direction. Task 2 - Project Data Collection & Topographic Survey 2.0- Project Data Collection & Existing Documents Review RKA will request and review all City -provided existing as -built drawings, utility records, and relevant studies to develop a thorough understanding of existing conditions within the project limits. This review will serve as the foundation for preliminary design and will ensure that critical existing infrastructure is accounted for in the PS&E development. 2.1 -Topographic Survey RKA's subconsultant, Kelsoe & Associates, will perform topographic survey services for this project. The survey will establish horizontal and vertical control at 50 -foot intervals along both project corridors and will locate all existing above -ground features within the City right-of-way. The survey will also depict roadway centerlines, right-of-way boundaries, and property lines in accordance with record maps and assessor's data. 2.2 -Field Reviews Our design team will conduct a comprehensive field review of both project corridors to verify existing conditions against survey data. This field verification will confirm design assumptions, identify potential conflicts, and ensure that all existing deficiencies—such as pavement distress, ADA compliance gaps, and drainage issues—are documented and addressed in the design. 7 RKA CONSULTING GROUP 2.3 -Utility Potholing Services (Optional) As an optional service, RKA's subconsultant, Kana Subsurface Engineering, will perform utility potholing services to verify the horizontal and vertical location of underground facilities that may conflict with the proposed improvements. These tasks include: • Performing vacuum excavation for up to twelve (12) selected locations to expose utilities, measure size and depth, and record material type. • All locations are assumed to be within existing roadway pavement. Backfill with native and cold asphalt will be provided at each location. • Preparing a Potholing Summary Report documenting findings, including photographs and field data. Task 3 - Utility & Stake Holder Coordination 3.0 - Utility Coordination & Base Mapping RKA will obtain an initial list of existing utilities within the project limits using DigAlert and the City's Database. We will prepare Utility "A" Letters on behalf of the City to send to utility companies within the project limits. The Utility "A" Letters will include a project description and request utility record maps to understand utilities within the project limits. Our team will track the date, contact person, phone number, and the documents received from utility companies in a Utility Coordination Matrix. This matrixwill be updated and provided to the Cityto provide a status update of utility information received. To document the existing utility conditions within the project area, RKA will develop a Utility Base Map using survey information, field inventory, record drawing information, and underground utility maps provided by utility owners. We will prepare Utility "B" Letters to reflect the proposed improvements and to verify the locations of facilities as incorporated into the Utility Base Map. Potential conflicts will be identified, and follow-up will be conducted to resolve the conflicts or to coordinate relocation requirements. The matrix will be updated to capture this coordination. Following the 60% submittal, our team will prepare Utility "C" Letters to notify the owners and coordinate the utility contract documents in circumstances where facility adjustments and/or relocations are required. The matrix will be updated to capture utility coordination. 3.1 - LA County Coordination It is assumed that project improvements will likely impact Angeles County -owned facilities. RKA will coordinate directly with the Los Angeles County Department of Public Works (LACDPW) for review and approval of design elements impacting County infrastructure. This includes: • Channel Overcrossing Structures -Coordination will be required for proposed improvements at the Rubio Wash crossing on Valley Boulevard and the Alhambra Wash crossing on Walnut Grove Avenue. It is assumed that no major structural modifications will be necessary, and that work will be limited to pavement rehabilitation and striping within the bridge deck limits. • County Storm Drain Facilities -The design of new stormwater capture features along Valley Boulevard and Walnut Grove Avenue may require tie-ins or modifications to existing Los Angeles County storm drain facilities within the project limits. Any proposed connections, adjustments to inlet structures, or modifications to existing conveyance lines will be reviewed and coordinated with the County to ensure capacity is maintained, hydraulic performance is not adversely impacted, and maintenance access is preserved. 8 4PPROACH, SCOPE OF WORK & SCHEDULE CONSULTING GROUP RKA will serve as the primary liaison for all County -related coordination, including: • Preparing and submitting submittal packages to LACDPW for review and approval • Responding to County review comments and incorporating approved revisions into the PS&E. • Maintaining a County Coordination Log documenting correspondence, review dates, approvals, and outstanding items. Our goal will be to obtain timely County approvals to avoid delays in the PS&E schedule and ensure the final design is fully compliant with LACDPW permitting requirements. 3.2 -Caltrans Coordination The project improvements at the northern end of Walnut Grove Avenue will impact facilities within Caltrans jurisdiction, including the 1-10 on- and off -ramps and the freeway undercrossing structure. Our team will coordinate directly with Caltrans District 7 to ensure that all proposed improvements are reviewed and approved in accordance with Caltrans standards and permitting requirements. RKA will serve as the primary liaison for all Caltrans coordination, including: • Preparing and submitting design plans, technical exhibits, and supporting documentation for Caltrans review. • Coordinating with the District Permit Office to determine requirements for encroachment permits and related approvals. • Respondingto Caltrans review comments and revising plans as necessary to achieve compliance with applicable design and operational standards. RKA will lead all efforts to obtain timely Caltrans approvals and encroachment permit clearance, ensuringthe project remains on schedule and the final PS&E is fully compliant with Caltrans design, safety, and operational requirements. 3.3 -Third -Parry Coordination We will provide as -needed support for coordination with third -party stakeholders whose facilities or jurisdictions are impacted by the project improvements. This includes coordination with LA County Fire Station 42 regarding the design and placement of the proposed overhead flashing beacons, as well as coordination with the Cities of San Gabriel and El Monte to address potential transitions and continuity at the project/City limits. Task 4 -Traffic Analysis RKA's subconsultant, Gentecsol (GTS), will provide traffic analysis services in support of the proposed improvements including: 4.0 - Data Collection GTS will perform a field visit to observe operations along the corridor. Traffic counts will then be collected as such: • Average Daily Traffic Counts and speeds along Valley Blvd (using tube counts) at up to 2locations • Turning Movement Counts including Pedestrian and Bicycle Volumes at up to 25 intersections in the study area (8 hours per location, typical weekday) 4.1 -Traffic Analysis Report GTS will assess the existing signalized intersections as well as the improvement conditions whereby adding raised medians will result in more left and u -turns at existing signalized intersections. This task will advise on protected left turn treatments and extension of left turn pocket lanes as well as Locations where maintaining left turn lanes in and out of businesses or minor streets is recommended. 9 RKA CONSULTING GROUP We will obtain traffic signal timing sheets from the City and the analysis will be carried out per the methodologies from the 7th Edition of the Highway Capacity Manual (HCM). Analysis is assumed at be up to 25 intersections including those signal, minor streets, and driveways. GTS will obtain, from SWITRS, a dataset of geolocated crash data for the most recent available five-year period. The followingvariables will be analyzed, cross -tabulated, and summary statistics provided: • Locations of crashes • Severity of crashes (Fatal, Severe Injury, Other Visible Injury, Complaint of Pain, Property Damage Only) • Crash type (such as rear -end, head-on, sideswipe, fixed object, etc.) • Movement preceding collision • Contributing factors • Transportation modes involved (such as automobile, pedestrian, bicycle, truck, transit, etc.) This will allow us to develop a baseline assessment of crashes throughout the study area. The baseline assessment will include an analysis of systemic and specific safety needs. Following this analysis, GTS will develop (and verify) the set of safety countermeasures to address the safety problems identified in the analysis. A draft traffic analysis report provided and finalized after one round of review/comments from the City. 4.2 Traffic Index (TI) Calculations (Optional) As an optional task, GTS can provide traffic index calculations per the requirements of the Highway Design Manual. Classified Traffic Counts per FHWA classification guidelines will be collected at up to 2locations and will be used for TI Calculations. Task 5 — Geotechnical & Pavement Evaluation 5.0—Geotechnical Work & Report RKXs subconsultant, Sladden Engineering, will provide geotechnical & pavement evaluation services to include the following: • Field investigation coring the existing asphalt pavement in thirty-eight (38) locations within Walnut Grove Avenue and thirty (30) locations within Valley Boulevard. The existing asphalt pavement thickness will be measured in each core location and the subgrade soil will be sampled. Samples of the subgrade soil will be obtained for laboratory testing. In addition, cursory observations of the pavement conditions will be performed, and the existing pavement conditions will be photo documented. • Percolation testing will be performed in up to four (4) locations within Walnut Grove Ave and twelve (12) locations within Valley Blvd to be determined by the City to evaluate the percolation/infiltration potential of the near -surface soil in areas for stormwater infiltration design. Testing will be performed within shallow test bores in accordance with County of Los Angeles standard (GS200.1). • Laboratory testing will be performed on subgrade soil samples to determine soil characteristics and pertinent engineering properties that should be considered in an engineering evaluation. Testing will include soil classification, in-place moisture/density testing and R -Value determination. 10 %PPROACH, SCOPE OF WORK & SCHEDULE CONSULTING GROUP A formal report will be prepared summarizing our findings. The report will include thickness measurements of the existing asphalt and base material, descriptions of the subgrade soil conditions, descriptions of the existing asphalt pavement conditions and recommendations regarding the competency of the existing pavement, and recommendation for pavement reconstruction including the feasibility of Full -Depth Reclamation (FDR) or Partial removal/overlays in lieu of complete pavement reconstruction. The report will also include descriptions of our percolation testing procedures and discussions regarding our test results. Task 6 - Preliminary Design 6.0 - Preliminary Concepts Design Development To evaluate the feasibility of new bicycle facilities along both Valley Boulevard and Walnut Grove Avenue, RKA will prepare a conceptual design exhibit on satellite aerial comparing existing and proposed cross sections for each segment. The evaluation and concept development will be guided by the Cattrans Highway Design Manual, the NACTO Urban Bikeway Design Guide, and recognized industry best practices to ensure the proposed configurations meet current safety, operational, and multimodal accessibility standards. RKA's subconsultant, MIG, will: • Develop three (3) distinct median landscape design concepts illustrating planting palettes, tree species, and irrigation strategies that meet drought -tolerant, low -maintenance, and water -quality objectives. • Develop three (3) distinct City entry monument sign concepts addressing scale, materials, lighting, and integration with median landscaping to create cohesive and visually prominent gateway features. • Prepare conceptual plans over aerial base maps illustrating: • Planting palettes for medians, emphasizing climate -appropriate and native species. • Tree selection and placement strategies to maximize shade and reduce urban heat island effects. • Integration of stormwater management features such as rain gardens, curb cuts, and infiltration planters. • Monument sign placement, size, and visual prominence along the corridor. • Prepare up to three (3) typical cross sections depicting median landscaping and monument integration with roadway improvements. All conceptual plans will be prepared for City review and for use in presentations, workshops, and City Council meetings. Feedback from these forums will be incorporated into the refined concepts to be advanced in the 30% design phase. 6.1 -Hydrology/Hydraulics Analysis RKA will prepare a technical memorandum to evaluate and support the recommended stormwater capture devices proposed along Valley Boulevard and Walnut Grove Avenue. The analysis will be based on the 85th percentile design storm event in accordance with Los Angeles County and MS4 permit requirements. The memorandum will assess applicable Best Management Practices (BMPs) for feasibility, sizing, and performance to capture and treat pollutants of concern, with a focus on bioretention, curb cuts, and infiltration planters integrated within the proposed medians.Findings from this analysis will guide the preliminary and final design of stormwater features to ensure compliance with regional water quality standards while supporting the City's long-term maintenance objectives. 11 RKA CONSULTING GROUP 6.2 - 30% Plans & Estimate Upon receipt of the topographic survey and right-of-way boundary base mapping, and utilizing feedback from the preliminary design phase, ourteam will prepare 30% design plans for both project corridors. These plans will illustrate: • Existing topography, facilities, and boundary linework with noted impacts & potential Easement or R/W needs from proposed design elements. • Limits of pavement rehabilitation improvements. • Horizontal layout of proposed raised medians along Valley Boulevard. • Preliminary design of stormwater capture facilities. • Proposed locations and types of curb ramps to be upgraded for ADA compliance. • Proposed locations of colored concrete crosswalk construction. • Proposed locations of City entry monuments. • Preliminary striping layouts, including bicycle facility concepts. • Preliminary design & renderings as needed of overhead flashing beacons for LA County Fire Station 42. • Proposed median and streetscape landscaping plans. At the 30% stage, no vertical design will be provided. A 30% conceptual cost estimate will accompany the plans to establish preliminary budgetary parameters for the project. Task 7 -STP -L Federal Funding Compliance 7.0 -Environmental Clearance Given the project improvements—pavement rehabilitation and maintenance, ADA upgrades, median landscaping with stormwater features within existing ROW, and the addition of on -street bicycle facilities without adding automobile lanes or changing traffic patterns—this project is anticipated to qualify for a Categorical Exemption under CEQA and a Categorical Exclusion under NEPA. RKA will shepherd the City through the Caltrans Local Assistance environmental process to obtain clearance in support of STP -L funding. We will serve as a single point of contact, coordinate with Caltrans District 7, prepare the PES and other supporting documentation as appropriate, and align reviews with the project schedule. As the City's partner, we will assist with CEQA filing, address agency feedback promptly, and ensure any environmental commitments are clearly reflected in the PS&E so the project is ready for federal authorization. 7.1 - Request for Authorization (RFA) RKA will guide the City through the Caltrans Local Assistance Request for Authorization (E-76) needed to obligate STP -L construction funds and obtain Authorization to Advertise. We will serve as the City's single point of contact with the District Local Assistance Engineer, align the RFA submittal with the project schedule, and confirm that all prerequisites are in place—approved NEPA CE and filed CEQA NOE, right-of-way and utility certifications (anticipated within existing ROW), and a PS&E package that conforms to federal -aid requirements. RKAwill assemble a complete RFA package, coordinate reviews, and promptly address comments so authorization is secured without impacting bid timing. 12 RKA CONSULTING GROUP Task 8 -Construction Documents (PS&E) 8.0 - Plans Upon completion of the City's review of the 30% plans and estimate—and confirmation of the preferred conceptual design alternatives—RKA will advance the project into final design and develop bid -ready construction plans. Plan submittals will be provided at the 60%, 90%, and 100% milestones. The anticipated plan set will include the following sheets: The plans will be developed with the following assumptions: • Plans will be prepared in accordance with the latest City, SPPWC (Greenbook), Caltrans, and CA MUTCD standards. • Sheet size will be 24" X 36", produced in AutoCAD (with PDFs for review at each submittal). • No corridor -wide roadway profiles will be included on Street Improvement sheets; vertical profile adjustments for CL or TC are not anticipated given roadwaywidth with remain existing and pavement rehabilitation is assumed to be mill -and -overlay and . • Median top -of -curb profiles will be provided for new medians along Valley Blvd to establish vertical control. • 40 curb ramps were identified as non-compliant. Upgrades will be shown primarily with only case and type on plans. Up to 20 full construction details will be provided for constrained locations (ROW, utilities, grading). • Driveways are assumed to not be subject to ADA evaluation and replacements will occur only at locations identified by the City, with plans only showing case and type. 8.1 -Construction Cost Estimates RKA will prepare construction cost estimates for the 60%, 90%, and 100% submittals. Estimates will be organized by bid items consistent with the plan set and special provisions. Quantity takeoffs and supporting calculations will be maintained and can be provided upon request. 8.2 -Technical Specifications RKA will prepare Technical Specifications using the latest APWA Standard Specifications for Public Works Construction (Greenbook) and City formatting, supplemented with project -specific Special Provisions. RKA will assist in assembling the complete specifications package for bidding and construction. 13 RKA CONSULTING GROUP The technical specifications will be developed with the following assumptions: • The City is assumed to provide front-end boilerplate specifications • RKA will assist in assembling the complete specifications package for bidding and construction • The specifications submitted at 60% will only include document outline indicating proposed sections and special provisions. • The specifications submitted at 90% and 100%: will be fully detailed technical specifications aligned with the final plans and engineer's estimate. Task 9 — Bidding & Construction Support 9.0 Bidding Support Our team will provide support to the City during the bidding and advertisement period to ensure that prospective contractors have clear and accurate information. Our team will: • Respond to Requests for Information (RFIs) from bidders and log questions and responses for City records. • Prepare addenda, as necessary, to clarify or revise the contract documents. • Attend and participate in the pre-bid meeting and job walk, if requested by the City. 9.1 Construction Support We will support the City throughout the construction phase to ensure design intent is maintained and to assist with timely resolution of contractor inquiries. Our services will include: • Attending the pre -construction conference and up to five (5) jobsite or progress meetings, as requested by the City. • Responding to contractor RFIs related to the contract plans and specifications. • Reviewing and providing responses/approvals to contractor submittals and shop drawings for materials and equipment, as requested by the City. • Providing ongoing coordination and technical support to City staff to address design -related issues that arise during construction. Task 10 —Prepare Record Drawings (As-Builts) 10.0 As-Builts Development Upon completion of construction, RKA will prepare record drawings based on red -lined as -built information provided by the contractor and verified by the City. These as -built drawings will reflect field conditions and changes made during construction, and will be submitted in both electronic (PDF and AutoCAD) and hard copy format forthe City's permanent records. Scope Exclusions The following services are excluded from this project's scope of work but can be included as part of an addendum: - Right-of-way Services — RKA will identify all R/W needs. Not permanent acquisitions are assumed but construct easements may be needed. City will obtain TCEs from adjacent property owners - Construction Management services - Environmental studies - Traffic signal design • Traffic Control Plans 14 City of Rosemead Professional Design Services for Valley Blvd & Walnut Grove Ave Resurfacing Project Project Schedule ID Task Name _ Duration Start _ 4 10 25 11 25 JIZL25 1 25 2126 _t4 6 SL6_ _ 16966_ _ 17/26 18126 19/26 110/26 luzN 12 26 J_ la�__ 1.2/27 1327 14/27 1 5/2_7 16/27 17L27 —L8/27 10/3 - - - - 1 Note to Proceed (NTP) Issued 0 days Fri 10/3/25 Design Phase (Obtain RFA) 246 days Fri 10/3/25 Task 1- Project Management 246 days Fri 10/3/25 Project Management, Coordination, & Meeting 246 days Fri 10/3/25 Project Kickoff Meeting 5 days Mon 10/6/25 Public Forum Meetings 30 days Mon 11/24/25 Task 2 —Topographic Survey & Field Review 80 days Mon 10/13/25 Data Collection & Document Review 10 days Mon 10/13/25 Topographic Survey & Basemapping 80 days Mon 10/13/25 Field Review 5 days Mon 10/13/25 Task 3 - Utility & Stakeholder Coordination 220 days Mon 10/13/25 Utility A Letters & Base Mapping 30 days Mon 10/13/25 Utility B & C Letters 60 days Mon 5/4/26 LA County Coordination 60 days Mon 5/25/26 Caltrans Coordination 60 days Mon 5/25/26 Third-Party Coordination 60 days Mon 5/25/26 Task 4 - Traffic Impact Studies 60 days Mon 10/13/25 Data Collection 15 days Mon 10/13/25 Traffic Anaylsis & Report 45 days Mon 11/3/25 Task 5 - Geotechnical & Pavement Evaluation 45 days Mon 10/13/25 Traffic Control Plans & Permits 15 days Mon 10/13/25 Geotechnical Field & Lab Work 10 days Mon 11/3/25 Geotechnical Report 20 days Mon 11/17/25 Task 6 - Preliminary Design 100 days Mon 10/27/25 Conceptual Design Development 20 days Mon 10/27/25 Finalize Conceptual Design 15 days Mon 1/5/26 Hydrology/Hydraulics Analysis 15 days Mon 12/15/25 30% Plans & Estimate 15 days Mon 2/2/26 30% Review Period w/ City Meeting 15 days Mon 2/23/26 Task 7 - STP-L Federal Funding Compliance 130 days Mon 3/16/26 Environmental Clearance 60 days Mon 3/16/26 E-76 Support Documentation 60 days Mon 6/8/26 Request for Authorization (RFA) 10 days Mon 8/31/26 Task 8 -Construction Documents (PS&E) 120 days Mon 3/16/26 60% PS&E Development & Submittal 35 days Mon 3/16/26 60% Review Period 15 days Mon 5/4/26 90% PS&E Develoment & Submittal 30 days Mon 5/25/26 90% Review Period 15 days Mon 7/6/26 100% PS&E Development & Submittal 25 days Mon 7/27/26 Bidding & Construction Phase 205 days Mon 10/5/26 Task 9 - Bidding & Construction Support 190 days Mon 10/5/26 Bid Support 20 days Mon 10/5/26 Construction Support 120 days Mon 1/11/27 Task 10 - Prepare Record Drawings (As-Builts) 15 days Mon 6/28/27 As-Builts Development 15 days Mon 6/28/27 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 15 Personnel Resumes RKA CONSULTING GROUP RKA CONSULTING GROUP Project Team Our dedicated project team combines extensive municipal experience with specialized expertise in roadway design, resurfacing, plan, specifications, and estimates (PS&E) and funding compliance. The team are accustomed to collaborating on a diverse range of project types for multiple municipalities and is capable of adjusting staffing and resources as needed to meet project demands and deadlines. With consistent guidance from our experienced leadership team, the RKA team bring strategy, flexibility, technical skills, and commitment to ensure efficient and high quality project delivery. PRINCIPALS -IN -CHARGE Cody Howing, PE, QSD David Gilbertson, PE, TE, PLS Key Personnel CITY OF ROSEMEAD Romany Basilyous, City Engineer PROJECT MANAGERS Bobby Lin, PE, QSD Alternate: Michael Lee, PE, QSD Key Personnel PROJECT ENGINEERS Juan Salazar, PE Diego Diego, EIT Samuel Kala, EIT FUNDING & COMPLIANCE LEAD Michael Lee, PE, QSD QUALITY CONTROL Cesar Ortiz, PE, TE, QSD Key Personnel 16 SUBCONSULTANT PARTNERS Key Personnel LAND SURVEY Kelsoe & Associates Bob Kelsoe, PLS GEOTECHNICAL Sladden Engineering Brett Anderson, PE LANDSCAPE DESIGN MIG,Inc. Oscar Johnson, PLA TRAFFIC GTS Rawad Hani, PE POTHOLING Kana Subsurface Engineering M. Tauaese Jr. 16 Project Team Overview A focused team, built for Rosemead's goals. Led by Project Manager Bobby Lin, PE, QSD, our team blends municipal roadway design expertise, federal funding compliance experience, and creative corridor enhancement skills. We have successfully delivered roadway resurfacing, raised median and multimodal improvement projects for cities across Southern California. Each member is selected for their specialized role, ensuring accurate, constructible, and cost-effective plans that support the City's vision for mobility, safety, and civic pride. Resumes of the key staff are located in this section. David Gilbertson, PE, QSD- Owner & President Role: Executive Support & Senior Advisor As President, Dave provides hands-on Leadership and oversight, applying 39+ years of civil engineering experience and technical expertise to guide projects and build trusted client relationships and deliver solutions that are practical and sustainable. Dave is one of the owners of RKA and serves as City Engineer for several municipal clients. For this contract, he will provide behind -the -scenes executive support to the Principal -in -Charge, offering depth of expertise in municipal coordination, traffic engineering and infrastructure project delivery. Cody Howing, PE, QSD-Owner, Principal -in -Charge & Director of Engineering Role: Executive Oversight & Quality Assurance As one of the owners, Cody will provide executive -level oversight to ensure all deliverables meet Rosemead's design intent, schedule, and budget objectives. With over 18+ years of experience delivering roadway, median, and corridor improvement projects for Southern California municipalities, Cody offers a steady hand in guiding project direction. Cody directs the engineering department and provides technical direction, strategic oversight and support for the team throughout the project Lifecycle. He will be hands-on for this project, providing direct support to the project manager and engineering team with technical direction and best practices. RKA CONSULTING GROUP Bobby Lin, PE, QSD-Senior Project Manager Role: Project Lead & Design Coordination Bobby will serve as the City's primary point of contact, overseeing all aspects of design coordination, schedule management, and agency communications. With over 15+ years of experience, Bobby specializes in high -visibility, multi -faceted corridor improvement projects, including raised medians, gateway features, and multimodal enhancements. Bobby is skilled at navigating design challenges, building strong partnerships with agency staff, and delivering solutions that align with the City's mobility, safety, and beautification goals. Michael Lee, PE, QSD—Municipal Services Manager Role: Regulatory Compliance & Grant Support Michael will manage all funding and compliance requirements for this federally funded project, ensuring alignment with Caltrans LAPM procedures, HSIP guidelines, labor compliance standards, and grant documentation needs. He brings 13+ years of extensive experience guiding municipal clients through the regulatory process, safeguarding eligibility for reimbursement and supporting timely approvals. His attention to detail in documentation and reporting will help the City maintain compliance while advancing project delivery. Cesar Ortiz, PE, TE, QSD- Engineering Manager Role: Quality Control With 10+years of civil engineering experience, Cesar leads a wide range of roadway improvement efforts, including pavement rehabilitation, signing and striping improvements, ADA compliance upgrades, and intersection enhancements. Additionally, Cesar's expertise spans to storm drain systems, water and sewer infrastructure, grading design, and traffic signal enhancements including traffic control design. Cesar has served both on our team and on the client side with the City, bringing valuable insight from both perspectives. He will partner with the team to support design development and will review all major milestones through our internal QA/QC process, ensuring plans are accurate, constructible, and cost-effective before submission to the City. 17 RKA CONSULTING GROUP Subconsultants We partner closely with trusted subconsultants, outlined below, to support specialty services required for project specific needs. Resumes for key personnel are enclosed in this section. Kelsoe &Associates Contact Information: Robert Kelsoe, President Land Survey Subsconsultant (951) 736-07551 bobk@team-kelsoe.com Kelsoe & Associates, is a full-service land surveying firm serving private and public sector clients throughout the Western United States with licenses in California, Nevada, and Utah. Founded in 1994, their team provide comprehensive surveying services with approximately 25 professionals and 8 survey crews dedicated to meet the needs of clients. Services include: Boundary surveys, topographic surveys, as -built surveys, constryction staking/layout, construction planning, preparing maps, aerial topographic surveys Sladden Engineering Contact Information: Brett Anderson, President Geotecnhical Subsconsultant (714) 523-0952 1 banderson@sladdenengineering.com Sladden Engineering, is a full-service geotechnical engineering firm, founded in 1959, serving private and public sector clients throughout Southern California. They assist governmental agencies, developers, construction managers with a wide spectrum of civil engineering services. Services include: Pavement coring, subgrade soil investigation, laboratory testing, report preparation Moore lacofano Goltsman, Inc. (MIG) Contact Information: Oscar Johnson, PLA, Principal Landscape Subsconsultant (714) 871-1188 1 oscarj@migcom.com MIG, has been providing landscape architecture services for the past 40 years to public, private and nonprofit agencies worldwide, delivering design to outdoor spaces for various human activities. MIG offers site assessment, programming, concept and schematic design, feasibility analysis, irrigation and planting design, construction Services include: Streetscapes and corridors, ecological design and landscape architecture, irrigation and planting design, environmental and regional planning General Technologies and Solution (GTS) Contact Information: Rawad Hani, PE, Project Manager Traffic Engineering Subsconsultant (714) 878-64641 rawad.hani@gentecsol.com General Technologies and Solutions (GTS), provides mobility solutions for all road uses including: pedestrian, bicycle, transit, auto, and freight modes. GTS was established with the goal of helping public agencies leverage advanced technology in transportation. Services include: Traffic Engineering, Multi -modal Planning, Systems Engineering and Safety Kana Surface Engineering (KSE) Contact Information: Malouamaua Tauaese Jr., Manager Subsurface Utility (909) 204-5987 1 mtauaese@kse.construction Engineering Subsconsultant Kana Surface Engineering (KSE), is a certified Disabled Veteran -Owned Construction Company (DVBE) that provides underground utility and other general construction services throughout California. The company's team utilizes modern tools and technology for subsurface utility engineering services, including utility locating and non-destructive air vacuum potholing. Services include: Utility locating, air vacuum potholing, and flag pole design and installation 18 PROJECT TEAM, RKA` David Gilbertson, P.E., T.E., P.L.S. CONSULTING GROUP President and Principal -in -Charge Qualifications B.S.C.E. California State Polytechnic University, Pomona, CA P.E. - Registered Civil Engineer, CA RCE 46624 T.E. -Traffic Engineer, CATE2365 39+ P.L.S. - Professional Land Surveyor, CA 6941 Years of Specialized Disciplines: Traffic Signal Design, Traffic Operations & Data Experience Analysis, Land Development, Grading and Drainage System Design, Infrastructure Design, Roadway Improvements, ADA Compliance, Right -of -Way Engineering, City Engineering, Capital Improvement Program Management, City Surveyor, Quality Control, Assessment Districts Engineering Professional Summary David Gilbertson, P.E., T.E., P.L.S., is a seasoned professional engineer, traffic engineer, and Licensed land surveyorwith over 39 years of experience in municipal engineering and Capital Improvement Program (CIP) management. As President and Principal at RKA Consulting Group, Dave leads the project team, prioritizing quality control and strategic advice to guarantee project success. Dave brings a valued combination of technical expertise, leadership, and a practical, solutions -focused approach to infrastructure projects. He delivers consistently ensuring client satisfaction, community safety, and high standards of quality and performance. Dave currently holds leadership roles such as City Engineer, City Surveyor and Traffic Engineer for several Southern California cities, including Bradbury, Norco, San Dimas and Walnut. Additionally, his expertise includes roadway improvements, traffic signal design, grading, land development, assessment districts and managing capital budgets. Experience • City and Traffic Engineer, City of Walnut: Responsible for the City's Capital Improvement Program, which includes the design and implementation of all capital projects. Supervises the review and plan checking of all subdivisions and development projects. Responsible for the analysis and implementation of traffic systems, signal timing, and roadway improvements to enhance public safety and optimize traffic flow. Serves as the primary point of contact and liaison for city staff and project stakeholders. • City Engineer, Cities of Bradbury, Norco, San Dimas: Leads the design and management of all Capital Improvement Programs, conducts surveys and data analysis for planning and construction of projects, and directs the review and plan checking of subdivisions and development projects. As City Engineer, serves as technical advisor to city leadership, attends council and public meetings, and takes a proactive approach to addressing resident concerns. • Contract Engineer, City of Covina: Provides development review and plan checking services for subdivisions and private development projects in the City of Covina, ensuring compliance with municipal codes and regulations. • La Puente Road Rehabilitation Project, City of Walnut: Led citywide street rehabilitation project with direct oversight of specifications, plans, and cost estimate. As part of the City's Pavement Management Program (PMS), this project consisted of 1 mile of mill and overlay improvements including concrete improvements, signing and striping, and traffic loop replacements. 19 RKA CONSULTING GROUP Cody Howing, P.E., QSD Director of Engineering and Principal -in -Charge Qualifications B.S.C.E. California State Polytechnic University, Pomona, CA Professional Summary Cody Howing, P.E., QSD, is a licensed civil engineer with over 18 years of experience in municipal engineering, Capital Improvement Program (CIP) management, NPDES compliance and storm -water management. As Director of Engineering and Principal at RKA Consulting Group, Cody manages the team, advises on project strategies, and provides guidance to ensure the successful delivery of all projects. Cody currently holds leadership roles as City Engineer for the cities of Duarte and La Verne, managing capital budgets, infrastructure design, construction, assessment districts and development reviews. Additionally, his expertise includes roadway improvements, traffic signal design, grading, and land development. Cody brings an extensive background in federal and state funding compliance, effectively managing project scopes to meet regulatory requirements. Cody is a trusted partner and experienced resource for developing and implementing infrastructure solutions to support city goals, surpass community expectations and adhere to all regulatory standards. Experience • City Engineer, Cites of Duarte and La Verne: Responsible for the City's Capital Improvement Program (CIP), including the design, infrastructure planning, budgeting, and implementation of all capital projects. Responsible for coordination with developers, reviews plans for municipal compliance, and serves as the primary point of contact and liaison for stakeholders and staff. As City Engineer, he serves as technical advisor to city leadership, attends council and public meetings, and takes a proactive approach to addressing resident concerns. • Garfield Avenue Water and Street Improvement Project, City of South Pasadena: Responsible for construction management and public works inspection for water main replacement, pavement resurfacing, and ADA curb ramp upgrades. Implemented fusible PVC pip slip -lining into riveted steel pipes and restored curb, gutter, and sidewalks impacted by tree root systems. Worked collaborativelyto support the city in enhancing streets and improving sidewalk safety, benefiting both residents and visitors. • Major Street Rehabilitation, City of Pomona: Managed comprehensive street rehabilitation including pavement overlays, cold central plant recycling, median construction, landscaping, and infiltration trench installation. Coordinated with partners such as Caltrans, SCRAA, and local businesses, with a focused approach to residents to ensure smooth project execution and satisfaction. 20 REA - Caltrans Resident Engineer Academy Cert. of Completion 18+ v P.E. - Registered Civil Engineer, CA RCE 86054 QSD - Qualified SWPPP Developer, CA C86054 Years of Specialized Disciplines: Roadway Improvements, Right -of -Way Engineering, Experience ADA Compliance, Infrastructure Design, Federal and State Funding Compliance, NPDES Compliance & Storm -water Management, Grading and Drainage System Design, Right -of -Way Engineering, City Engineering, Capital Improvement Program Management, Construction Management, Quality Control, Assessment Districts Engineering Professional Summary Cody Howing, P.E., QSD, is a licensed civil engineer with over 18 years of experience in municipal engineering, Capital Improvement Program (CIP) management, NPDES compliance and storm -water management. As Director of Engineering and Principal at RKA Consulting Group, Cody manages the team, advises on project strategies, and provides guidance to ensure the successful delivery of all projects. Cody currently holds leadership roles as City Engineer for the cities of Duarte and La Verne, managing capital budgets, infrastructure design, construction, assessment districts and development reviews. Additionally, his expertise includes roadway improvements, traffic signal design, grading, and land development. Cody brings an extensive background in federal and state funding compliance, effectively managing project scopes to meet regulatory requirements. Cody is a trusted partner and experienced resource for developing and implementing infrastructure solutions to support city goals, surpass community expectations and adhere to all regulatory standards. Experience • City Engineer, Cites of Duarte and La Verne: Responsible for the City's Capital Improvement Program (CIP), including the design, infrastructure planning, budgeting, and implementation of all capital projects. Responsible for coordination with developers, reviews plans for municipal compliance, and serves as the primary point of contact and liaison for stakeholders and staff. As City Engineer, he serves as technical advisor to city leadership, attends council and public meetings, and takes a proactive approach to addressing resident concerns. • Garfield Avenue Water and Street Improvement Project, City of South Pasadena: Responsible for construction management and public works inspection for water main replacement, pavement resurfacing, and ADA curb ramp upgrades. Implemented fusible PVC pip slip -lining into riveted steel pipes and restored curb, gutter, and sidewalks impacted by tree root systems. Worked collaborativelyto support the city in enhancing streets and improving sidewalk safety, benefiting both residents and visitors. • Major Street Rehabilitation, City of Pomona: Managed comprehensive street rehabilitation including pavement overlays, cold central plant recycling, median construction, landscaping, and infiltration trench installation. Coordinated with partners such as Caltrans, SCRAA, and local businesses, with a focused approach to residents to ensure smooth project execution and satisfaction. 20 PROJECT TEAM, KEY PERSONNEL RKA Bobby Lin, P.E., QSD CONSULTING GROUP Senior Project Manager Qualifications B.S.C.E. University of California Irvine, CA P.E. - Registered Civil Engineer, CA -RCE 85563 15+ QSD - Qualified SWPPP Developer, CA C85563 Years of Specialized Disciplines: Roadway Rehabilitation, Active Transportation Design, ADA compliance &Accessibility Improvements, Utility Experience Coordination, Construction Support, Project Management, Quality Control Professional Summary Bobby Lin, P.E., QSD, is a seasoned Civil Engineer with over 15 years of experience managing public infrastructure design projects throughout Southern California. As a Project Manager, he has led a wide range of roadway improvement efforts, including pavement rehabilitation, pedestrian facility design, ADA compliance upgrades, and intersection enhancements. He possesses a deep understanding of municipal design standards and is highly proficient in the application of Greenbook specifications. Recognized for his technical expertise and collaborative leadership style, Bobby fosters trusted relationships with agency staff, stakeholders, and multidisciplinary design teams. His commitment to responsive communication and efficient project delivery has consistently resulted in cost-effective solutions that align with client goals and community needs. His leadership continues to drive the advancement of resilient and accessible public infrastructure. Experience • Commercial Street Improvements and Roadway Rehabilitation, City of Santa Fe Springs: Led the PS&E development for the rehabilitation of Shoemaker Avenue, Springdale Avenue, Wakeman Street, and John Street within a heavilytrafficked commercial district. Oversaw the design and implementation of Full Depth Reclamation (FDR) as the pavement rehabilitation approach. The scope of work also included redesigning curb and gutter profiles to eliminate drainage deficiencies and reconstructing pedestrian facilities to meet current ADA standards. • Chino Hills Parkway Pavement Rehabilitation, City of Chino Hills: Managed the PS&E development forthe rehabilitation of approximately three miles of Chino Hills Parkway, a major arterial serving both the City of Chino Hills and the City of Chino. The project involved implementing pavement rehabilitation strategies including slurry seal and grind -and -overlay treatments. Additional improvements included ADA -compliant curb ramp design, updated signing, and striping plans. Bobby led coordination efforts between both jurisdictions to ensure seamless design integration and consistent standards across city boundaries. • 2023-24 Annual Arterial Pavement Rehabilitation Project, City of Burbank: Directed the PS&E development for the rehabilitation of three major arterial roadways Verdugo Avenue, Victory Boulevard, and Alameda Avenue—throughout the City of Burbank. The project implemented grind -and -overlay resurfacing to improve pavement condition across all corridors. Additional scope included ADA -compliant curb ramp design, pavement dig -outs, and removal and reconstruction of deteriorated sidewalks and driveways. Outdated striping was redesigned to current standards, improving vehicular guidance, safety, and functionality. 21 Michael Lee, P.E., QSD Municipal Services Manager RKA CONSULTING GROUP Qualifications B.S.C.E. California State Polytechnic University, Pomona, CA P.E. - Registered Civil Engineer, CA -RCE 90601 1$+ QSD - Qualified SWPPP Developer, CA C90601 Certifications: REA- Caltrans Resident Engineer Academy Cert. of Years of Completion Experience Specialized Disciplines: Municipal Infrastructure Design & Management, Complete Streets & Multimodal Design, Right -of -Way Acquisition, Sewer and Storm Drain, PS&E Development, Construction Management, Community Outreach & Stakeholder Communication, Regulatory and Grant Management Professional Summary Michael Lee, P.E., QSD, is a licensed civil engineer with over 13 years of expertise in municipal infrastructure projects. Michael leads design development, plan preparation, and cost estimating for many of our city clients, white also providing in -office hours several times a week to closely partner with municipal staff. His portfolio includes large-scale, complex projects such as street rehabilitation, bicycle lane enhancements, and pedestrian crossing improvements and most recently, roundabouts. Known for his proactive, solutions -focused approach, Michael delivers strategic, cost-effective design solutions to challenging conditions, including utility conflicts and traffic signal integration, ensuring project goals are met without compromising efficiency or safety. He brings specialized expertise in federal and state compliance, including Caltrans LAPM processes, HSIP programs, labor compliance, and grant management, positioning him as a trusted partner in achieving regulatory alignment and maximizing funding opportunities. Michael's diverse background and collaborative style make him a valuable asset in delivering infrastructure improvements that enhance mobility, safety, and community quality of life. Experience • Complete Streets, Major Street 2015 Metro Call Project, City of Pomona: APWA Project of the Year (2022): Managed the $9.9M "Complete Street" project, including paving restoration, pedestrian improvements, and a bi-directional Class IV cycle track with bike -only signals. The project featured the full reconstruction of Valley Boulevard using sustainable Full Depth Reclamation (FDR). Coordinated with Caltrans and Cal Poly Pomona, managed change orders within limits, and ensured successful grant reimbursement. • District 4 And 5 Rehabilitation Project, City of Pomona: Served as Project Manager and led coordination for all federal compliance with federal construction authorization and CEQA/NEPA environmental clearances. Managed the design for concrete repair, asphalt overlay, and right-of-way clearances to ensure timely completion of critical rehabilitation efforts. • Duarte Active Transportation Safety Project, City of Duarte: Led project management to ensure federal funding compliance, collaborating with several agencies including Caltrans and the California Transportation Commission (CTC). The project included sidewalk improvements and striping upgrades with new bike lanes to enhance pedestrian and cyclist safety. • Mt. Olive Lane Sewer Project, City of Bradbury: Administered the design and construction management forthe extension of public sewer on Mt. Olive Lane using HDD and trenchless techniques to minimize surface disruptions. This project also included creating a sewer reimbursement district for the City. Led the design and supported public outreach meetings, utility coordination, stakeholder communication, bidding, and construction management. 22 Cesar Ortiz, P.E., T.E., QSD Engineering Manager RKA CONSULTING GROUP Qualifications B.S.C.E. California State Polytechnic University, Pomona, CA P.E. - Registered Civil Engineer, CA -RCE 92742 10+ T.E. -Traffic Engineer, CA, TE- 3131 Years of QSD - Qualified SWPPP Developer, CA C92742 Experience Certifications: Water Treatment Operator (T2 45748), Water Distribution Operator (D3 56149) Specialized Disciplines: Active Transportation Design, ADA Compliance, City Engineering, Land Development, Traffic Engineering, Construction Management, Quality Control Professional Summary Cesar Ortiz, P.E., T.E., QSD, has over 10 years of experience in civil engineering, managing public infrastructure design projects throughout Southern California. As Engineering Manager at RKA, he has led a wide range of roadway improvement efforts, including pavement rehabilitation, signing and striping improvements, ADA compliance upgrades, and intersection enhancements. Cesar's expertise spans to storm drain systems, water and sewer infrastructure, grading design, and traffic signal enhancements including traffic control design. Previously, as Principal Engineer for the City of Buena Park, Cesar managed the City's Capital Improvement Program (CIP). Currently, Cesar serves as the Deputy City Engineer for the City of Baldwin Park, with primary focus on land development and City engineering services. Serving as a key resource for quality assurance and control, Cesar provides technical advisement and strategic direction to address project challenges, implement best practices and guide subconsultants, with a focus on aligning outcomes with the City's goals and ensuring project success. Experience • Deputy City Engineer, City of Baldwin Park: Contract Deputy City Engineer, supervising all land development review, issues grading permits, and administering subdivision reviews to ensure compliance and smooth coordination between multiple stakeholders including developers, planning, building and public works departments. Attends the City Council meetings and provides reporting and analysis to management. • Garay Avenue Rehabilitation Project, City of Pomona: Provided strategic direction for the design of over two miles of roadway construction including median improvements, lighting upgrades, the rehabilitation of 8 traffic signals and the implementation of a Class II bike lanes. Collaborated with Caltrans to manage and coordinate improvements within the designated right-of-way, contributing to the effective management of a key intersection segment. • Residential Streets Pavement Rehabilitation, Area 5 Project, City of Downey: Managed project scope through detailed pavement condition assessments to prioritize rehabilitation needs, enabling strategic budget allocation and cost-effective delivery within financial requirements. Awards APWA: 2024- Southern California Chapter - Emerging Leader of the Year ASCE: 2025 - Orange County Chapter- Civil Engineer of the Year, Private Sector ASCE: 2025- MLAB Chapter- Outstanding Civil Engineer in Private Sector 23 PROJECT TEAM, KEY PERSONNEL RKA Kelsoe & Associates CONSULTING GROUP Subconsultant Partner - Land Surveying Services Robert Kelsoe, PLS INEIKELSOE� Qualifications B.S.C.E. California State Polytechnic University, Pomona, CA 20+ PLA- Registered Landscape Architect, CA -6481 Years of Project Partner: President Experience Contact Information: (951) 736-0755 or bobk@team-kelsoe.com Professional Summary Robert Kelose is a Licensed Land Surveyor with over three decades of experience in the land surveying industry. He earned his licensure in 1993 and, in 1994, co-founded Kelsoe & Associates, where he currently serves as President. Under her leadership, the firm has grown from a single employee to a team of 25 professionals operating eight fully equipped survey crews. Kelsoe & Associates specializes in providing comprehensive land surveying services to municipalities and public agencies across Southern California, including design surveys, engineering support, and construction staking. Robert brings deep expertise in public works infrastructure projects, right-of-way engineering, and expert witness consulting. His commitment to precision, reliability, and client service has positioned Kelsoe & Associates as a trusted partner in the region's development and infrastructure initiatives. Experience with RKA » City of Covina, Covina Heights Resurfacing Project » City of Covina, Street Resurfacing- Clover et al » City of Duarte, ATP Cycle 4 Duarte Pedestrian Access » City of Duarte, Striping Improvements Duarte & Highland » City of Duarte, Huntington Drive Survey & Utility Research » City of Duarte, Royal Oaks Stop Sign Warrant Analysis » City of La Verne, Mainiero Square Improvements City of La Verne, Public Safety Parking Enhancements » City of La Verne, Arrow Hwy Urban Greening Grant Project City of La Verne, White Avenue Street Rehabilitation » City of Norco, Valley View- 3rd to 4th » City of Norco, Fourth Street- Sierra Avenue to Temescal Avenue » City of Pomona, Street Rehabilitation Districts 4 and 5 » City of Pomona, Cycle 4 ATP » City of Pomona, Garey Avenue Rehabilitation - Aliso to Monterrey Avenue » City of San Dimas, Horsethief Canyon Equestrian Center Improvements 24 Sladden Engineering Subconsultant Partner - Geotechnical Services Brett Anderson, PE Qualifications B.S.C.E. Colorado State University M.S. Geotechnical Engineering, University of Utah 30♦ P.E. - Registered Civil Engineer, CA -RCE 45389 Years of RE.- Registered Civil Engineer, AZ -RCE 25283 Experience Project Partner: President and Principal -in -Charge RKA CONSULTING GROUP 0 Contact Information: (714) 523-0952 or banderson@staddenengineering.com Professional Summary Brett Anderson, RE.,has over 30 years of geotechnical experience since receiving his Master of Science in Geotechnical Engineering. Brett's knowledge and expertise includes "hands-on" experience during field exploration operations and extensive construction testing and monitoring experience. This includes valuable design and construction experience on all types of projects including: • Large and small land developments, • various developments for commercial and residential purposes, • Hospitals, • Schools, • Airports. • Bridges, • Waste -water reclamation facilities Experience As Principal Geotechnical Engineer for Sladden Engineering: • Authors and reviews geotechnical engineering reports and proposals • Manages the subsurface exploration operations for these studies • Initiates laboratory testing • Performs engineering analysis of laboratory data, and • Provides design parameters for site preparation, foundations, and other improvements relevant to the projects • Manages the Indio office and Sladden Engineering's Coachella Valley operations. 25 PROJECT TEAM, KEY PERSONNEL AND RESUMES R MIG CONSULTING GROUP Subconsultant Partner - Landscape Design Services Oscar Johnson, PLA Qualifications B.S.C.E. California State Polytechnic University, Pomona, CA 30+ PLA -Registered Landscape Architect, CA -6481 Project Partner: Principal -in -Charge Years of Contact Information: (714) 871-3638 ext. 4090 or oscarj@migcom.com Experience Professional Summary Oscar Johnson has always had a passion ford rawing and creating, and he has been fulfilling it as a landscape designer and project manager for over two decades. From multi million dollar sports facilities to intimate neighborhood parks, Oscar has designed and managed construction for a variety of public and private projects throughout California. With his meticulous attention to detail and his dedication to longevity, he develops construction details and design specifications that are cost-effective and can be built to last. He is adept in establishing a camaraderie with clients, colleagues, and contractors to shepherd projects from design to ribbon -cutting. Oscar is proactive in reducing risks and applying new technologies and materials to his designs. He describes himself as "a build -a -better -mousetrap type of person." who takes the Big Picture and fills in the fine lines. While his work has benefited people in many communities, Oscar particularly providing physical, mental, and emotional stimulation to children with disabilities through his projects, enabling them to interact with nature and with others. Experience Pico Rivera Streetscape, Pico Rivera, CA Firestone Boulevard, Downey, CA >> Anaheim Coves, Phases 1 and 2, Anaheim, CA Adlena, Byerrum, and Valencia Parks Renovation, Fullerton, CA » Apollo, Wilderness, Golden, and Dennis -the -Menace Parks, Downey, CA » Campus Park Design Activation, Oxnard, CA >> Deer Canyon Park Preserve, Anaheim, CA • Grace Park, Long Beach, CA • Lambert Park, El Monte, CA » Liberty Park Renovation, Cerritos, CA » Landscape Maintenance Assessment District Services, Yorba Linda, CA » Mendez Tribute Monument Park, Westminster, CA » Mesa Marin Sports Park, Bakersfield, CA Parks and Recreation Facilities Master Plan, Westminster, CA » Heritage Park Master Plan, Irvine, CA » Veterans Sports Park at Tustin Legacy, Tustin, CA Wishing Tree Park, West Carson, CA » 25 Parks Sites Improvements, Westminster, CA » Westlake Village Community Park, Westlake Village, CA 26 RKA CONSULTING GROUP General Technologies and Solutions (GTS) Subconsultant Partner - Traffic Study Services Rawad Hani, PE, TE, PTOE, PTP GTS W Qualifications Bachelor & Master of Civil (Transportation Focus) Engineering—American University 22+ Professional Civil Engineer (CA, WA, FL)/ Professional Traffic Engineer (CA) Years of Project Partner: Project Manager Experience Contact Information: (714) 878-6464 or rawad.hani@gentecsol.com Website: www.kse.com.construction Professional Summary Rawad is a traffic engineer and transportation planner with over 22 years of experience. He specializes in traffic engineering, parking studies, and technology applications. He has managed engineering design projects in the US and internationally where he advised public, private, and institutional clients. His recent experience includes assisting local governments across Southern California with projects ranging from signal designs to street lighting, traffic studies, parking management strategies and others. His project experience includes the cities of Buena Park, Newport Beach, Irvine, Santa Monica, Torrance, Los Angeles, Hermosa Beach, Commerce, and Carson among several others. Rawad understands the importance of striking the right balance between mobility and safety and has helped transportation agencies achieve effective solutions. Experience • City of Rosemead, Mission and Newby HAWK Signal, Role Project: Manager • City of Rosemead, Signing and Striping Design for various City streets, Role Project: Manager • City of Torrance, Arlington and Lincoln Traffic Signal Design, Signing and Striping, and Street Lighting, Role: Project Manager • City of Torrance, Downtown Revitalization Plan, Active Transportation Planning, Safety and Parking Analysis, Role: Transportation and Parking Lead • City of Rancho Palos Verdes, Various Rectangular Rapid Flashing Beacon (RRFBs). Role: Project Manager. • City of Los Angeles, Hollywood Walk of Fame Signing and Striping; Role: Project Manager • City of Los Angeles, Sun Valley signal modifications designs, signing and striping; Role: Project Manager • City of Villa Park Nichols Ave and Serrano Avenue Rectangular Rapid Flashing Beacon; Role: Project Manager. • City of Santa Monica, Bergamot Expo Rail Station Pedestrian and Bicycle Connection. Role: Traffic Engineering Lead. • City of West Hollywood: Melrose Design District signal design, street lighting, fiber optic design, Role: Project Manager 27 RK k) CONSULTING GROUP Kana Subsurface Engineering Subconsultant Partner- Potholing Services Matouamaua Tauaese Jr. Qualifications 20+ Project Partner: Manager Contact Information: (909) 204-5987 or info@kseconstruction.com Years of Website: www.kse.com.construction Experience Professional Summary A results -driven construction and project management professional with 20 + year industry experience and over 10 years with Kana, Matouamaua has extensive experience in estimating, field coordination, and operational oversight. Proven ability to manage complex projects from bid to closeout, ensuring alignment with budget, schedule, and safety standards. Skilled in cross -functional collaboration with field teams, accounting, and clients to deliver high-quality outcomes. Core Responsibilities • Lead project estimation and bid preparation for new opportunities. • Coordinate awarded contracts with field personnel to ensure accurate execution and cost tracking. • Oversee procurement of materials and scheduling of equipment to meet project timelines. • Monitor production, sales, and contribute to work -in -progress (WIP) reporting. • Prepare final project reports and documentation for internal and client use. Key Skills • Leadership and team coordination across project lifecycles. • Business development focused on client retention and acquisition. • Administrative expertise in accounting, safety compliance, and contract management. • Strong focus on safety and loss prevention for both company and client operations. • Proficient in scheduling personnel, equipment, and project timelines. Experience with RKA • City of Covina, Sewer Installation Project- Zone 10 » City of Norwalk, Holifield Park Parking Lot 28 Company Qualifications RKA CONSULTING GROUP About Us Founded in 1981, RKA Consulting Group, is a California- based multidisciplinary civil engineering and municipal services firm. We have proudly provided services to more than 65 cities and public agencies throughout southern California. With 40 professionals, we specialize in street rehabilitation, transportation engineering, capital improvement, traffic design, storm -water, municipal infrastructure, and construction management. Additionally, RKA provides comprehensive Building & Safety services, including plan check, permit review, and building inspection, serving as an extension of municipal staff. With decades of experience, RKA brings proven expertise in supporting local agencies including Monterey Park and South Pasadena demonstrating our local experience, adaptability and commitment to excellence. A few of our long standing clients include cities of Covina, Norco, La Verne, Duarte, and Walnut. Our team is known for managing fast -faced, multi -project environments while maintaining regulatory compliance, budget discipline, and community trust. We have experience partnering with Rosemead and will be ready to move forward quickly, as we already understand the City's processes, preferences, and standards. Our team is committed to working together with the City to bring engineering principles to life by enhancing infrastructure, improving public safety and supporting accessibility and mobility throughout the community. Core Services We specialize in a wide range of municipal civil engineering services, including: • City Engineering • Capital Improvement Projects • Roadway Design & Rehabilitation • ADA Compliance & Accessibility Improvements • Plans, Specifications, & Estimates (PS&E) • Traff ic Engineering & Signal Improvements • Water, Storm Drain, Sewer Infrastructure • Utility Coordination • Plan Check, Permitting & Construction Support • Land Development • Regulatory Compliance • Federally Funded Project Management • Building& Plan Check Services RKA CONSULTING GROUP F Firm at a Glance • Legal Name: RKA Consulting Group • Headquarters: 398 Lemon Creek Drive, Suite E Walnut, CA, 91789 • Contact: (909) 594-9702 • Website: www.rkagroup.com • Email: chowing@rkagroup.com • Founded: 1981 • Employees: 40 • Cities Served: 65+ • Certified CA Corp. License: #C1155995 • Small Business License: #53690 Ownership & Leadership RKA is owned and led by three principals, David Gilbertson, P.E., T.E., P.L.S. (President), Cody Howing, P.E., QSD (Director of Engineering), and Raymond Tao, P.E. (Director of Building and Safety), who remain actively involved in day-to-day project oversight. They collectively bring decades of expertise and experience serving municipal clients, remaining accessible, and committed to setting high standards across every project. RKA Mission RKA's mission is to exceed client expectations by delivering reliable, high-quality, and cost-effective solutions rooted in technical expertise. RKA Core Values • Quality and Integrity • Client -Focused Services • Innovation and Sustainability • Collaborative Partnerships Our Commitment to Excellence We are dedicated to exceptional customer service and responsiveness, ensuring the City's needs are met through clear communication, timely action, and customized solutions for each project. As a smaller, locally rooted firm, we work respectfully and collaboratively with City staff, residents, and stakeholders, bringing a solutions- oriented approach that builds trust and fosters strong relationships. We manage projects with professionalism, proactive communication, and genuine care for the communities we serve. 29 COMPANYRKA CONSULTING GROUP CONiULTINC ORVlY► � �` RKA Organization We take pride in maintaining a well-balanced and agile organization structure that supports responsiveness and quality at every level. The below structure outlines our core departments, leadership team and staffing resources. The team of approximately forty (40) professionals are primarily based at our main headquarters located in Walnut, California, with additional team members, supporting full-time roles and dedicated hours at our client agencies. Department Key Roles Staff Count Principals/Owners Executive Leadership, Professional Engineers, Department Directors 3 Administration Office Operations, HR, Finance, Marketing, Intern 5 Engineering Professional Engineers, Project Managers, Designers, Construction 18 Managers, Public Works Inspectors, Interns Buildin and Safe g 'y Plan Check Engineers, Plans Examiners, Building Inspectors, Permit 12 Technicians, Intern Our Services Our professional services are rooted in civil engineering, with specialized expertise across core disciplines that support infrastructure and development projects. These include: Municipal Engineering • Capital Improvement Planning • Contract City Engineering • Development Review • Public Works Administration Traffic Engineering • Intersection Design • Signal Design & Timing Optimization • Traffic Calming Measures • Traffic Studies & Analysis Land Development • Site grading & drainage design • Land surveying& mapping • Tentative& final tract maps • Parcel maps & lot line adjustments Construction Administration • Bid and contract support • Submittal and RFI review • Change order evaluation • Project Coordination • Utility Coordination Stormwater & Environmental Compliance • NPDES compliance & reporting • Stormwater Pollution Prevention Plans (SWPPP) • Low Impact Development (LID) Regulatory Compliance • Grant Administration • CEQA/NEPA • Federal grant compliance- FHWA & Caltrans processes • Documentation & reporting Street/Roadway Improvements • Pavement Rehabilitation & Resurfacing • Complete streets design • ADA upgrades & Safety • Curb, gutter & sidewalk design Water, Sewer, and Storm Drain Infrastructure • Hydrology and Hydraulic Studies • Sewer Main Improvements • Water Pipeline Replacements Public Facilities and Parks • ADA Upgrades • Community Infrastructure • Parking Lot Expansions • Park Renovations and Upgrades 30 RKA CONSULTING GROUP Local Project Experience We have successfully completed numerous roadway improvement projects similar to Rosemead's Resurfacing Phase 2, combining pavement rehabilitation, median beautification, and multimodal enhancements for high-volume corridors. The list below highlights selected projects from cities across Southern California that demonstrate our relevant expertise. Client Project Construction Cost City of Chino SN211 Alley Rehab FY 2020-21 Phase II $1.5 million City of Covina Street Resurfacing - Cloveretal $760,000 City of Covina 2021-22 Street Rehabilitation Project $1.7 million City of Covina Badillo St Rehabilitation Project $1 million City of Downey Pavement Rehabilitation - Area 5 $5 million City of La Verne FY 22-23 Residential Resurfacing $2.6 million City of Pomona Major Street Rehabilitation - 2015 Metro $10.5 million City of Pomona Street Rehabilitation District 4 and 5 $1.75 million City of Pomona Garey Ave Rehab -Aliso to Monterey Ave $8.3 million City of Pomona Street Improvement & Walking Steps Rehab $1.2 million City of Walnut Amar Road Rehabilitation, Phase III $1.2 million City of Walnut La Puente Road Pavement Rehabilitation 2022/23 $1.2 million City of Walnut Valley Blvd Rehabilitation $4.3 million City of Walnut Temple Avenue - Median Improvements $85,000 Community Benefit Commitment RKA is committed to contributing to the well-being of the communities we serve. We pledge to actively volunteer in City -approved programs that align with local priorities and community values. • Chamber of Commerce Membership— We have an active membership in the City of Rosemead Chamber of Commerce to support business and civic collaboration. We plan to participate and stay involved when possible to support the growth and longevity of the City. • City and School Events — We pledge to volunteer in school outreach programs, career days, and Local community events. • Future Engagement— Ongoing pledge to partner with City staff to identify and support meaningful opportunities for public involvement. Our team views this as a long-term partnership, ensuring that our contributions extend beyond technical services into visible, measurable community benefit. 31 Federal, State, and Grant Funding Support Services RKA CONSULTING GROUP Proven capabilities in • Caltrans Local Assistance Procedures Manual (LAPM), • Local Assistance Program Guidelines (LAPG), and • City's grant responsibilities including Highway Safety Improvement Program (HSI P) guidelines, Surface Transportation Program- Local (STPL) funding requirements, Active Transportation Program (ATP), Community Development Block Grant Program (CDBG) and federal labor standards/ procedures. We have comprehensive understanding in assisting the City by preparing, coordinating, and submitting documentation required to obtain and process Federal, State and Regional Grant funding sources. We ensure the City adheres to the timelines, documentation, deliverables and performance requirements detailed in the Caltrans Local Assistance Program Guidelines (LAPG) and Local Assistance Program Manual (LAPM) programs. We aim to minimize risk, optimize the use of public funding, and foster transparency and trust within the communities we serve. Caltrans, LAPM Guidelines Compliance 1. Expertise in LAPM procedures, including funding applications, E-76 authorization and PS&E package preparation. 2. Preparation and submittal of complete E-76 funding obligation packages, including: • NEPA/CEQA environmental clearance documentation including: • Right -of -Way certifications • PS&E package review and approval 3. Coordination with District Local Assistance Engineers for approvals and milestone tracking. 4. Coordination to ensure funding obligation before expenditure deadlines, protecting against lapses. S. Reimbursement Processing during construction 6. Final Project Closeout Package submittal as outlined in the LAPM 7. Project Documentation in preparation for audit support. File documentation and attendance availability to answer Questions as necessary Project Experience Grant Implementation and Management 1. Develop Grant Management Plans, includingtimelines, deliverables, eligible/ineligible reimbursement costs, and performance metrics. 2. Monitor project progress and track expenditures to ensure compliance with grant requirements and budget constraints. 3. Prepare and submit or assist with timely progress reports to funding agencies, as required. 4. Adapt to changes in project needs and making the necessary amendments to grant requirements Grant Documentation Ensure proper documentation are retained and available for any requested project audits. Labor Compliance Standards • Davis -Bacon Act and California prevailing wage compliance monitoring. • Contractor/subcontractor certified payroll review. • On-site interviews and documentation for labor compliance audits. • City of Covina, HSIP In Pavement Flashing Crosswalk Project HSIPL-5118 (02 1) • City of Pomona, Multi -Neighborhood Pedestrian & Bicycle Improvements Cycle 4 ATPL- 5070 • City of La Verne, Wheeler Avenue Pavement Rehabilitation Project; STPL -5149 (018) • City of Pomona, Street Rehabilitation, District 4 and 5; STPL-5070 (038) • City of Walnut, La Puente Road Pavement Rehabilitation; STPL- 5353 (011) RKA CONSULTING GROUP RKA CONSULTING GROUP Experience Across Southern California Over the years, RKA has successfully provided municipal consulting services to the following local agencies: • Artesia • Baldwin Park • Beverly Hills • Bradbury • Buena Park • Carson • Cathedral City • Chino • Chino Hills • Claremont • Coachella Client References • Covina • Corona • Desert Hot Springs • Diamond Bar • Downey • Duarte • Fontana • El Centro • Glendora • Indio • La Quinta • La Verne • Pomona • Lawndale • Rosemead • Manhattan Beach • San Dimas • Monrovia • San Gabriel • Montebello • San Marino • Monterey Park • Sierra Madre • Moreno Valley • Signal Hill • Norwalk • South Gate • Palm Springs • Stanton • Pasadena • Torrance • Pico Rivera • Temple City sgarwick@sandimasca.gov • Walnut RKA proudly partners with local agencies, offering services from city engineering to full-service municipal engineering. We are committed to providing exceptional service to our clients. The client references listed below can attest to table our team's technical expertise, reliability, and performance. They are available to provide additional insight into our capabilities and successful project delivery. Agency Name _ Contact Informati Melissa Barcelo, Director of Public Works - _ City of Walnut 1981 -Current mbarcelo@ci.walnut.ca.us (44 Years) (909) 595-5605 City of La Verne Danny Wu, Director of Public Works 1988 -Current dwu@laverneca.gov (37 Years) (909) 596-8726 i City of Duarte Stephanie Sandoval, Public Works Manager 1999 -Current ssandoval@accessduarte.com (26 Years) ! (626) 357-7931 City of San Dimas Shari Garwick, Public Works Director 2006 -Current sgarwick@sandimasca.gov (23 Years) (909) 394-6260 City of Norco Sam Nelson, Public Works Director 2004 -Current snelson@ci.norco.ca.us (21 Years) (951) 270-5607 City of Covina j Rafael Fajardo, City Engineer/Public Works Direct 2015 -Current rfajardo@covinaca.gov (10 Years) (626) 384-5400 33 RKA CONSULTING GROUP Garey Avenue Rehabilitation - Aliso Street to Monterey Avenue Project Relevance • Pavement Rehabilitation Design • Landscaped Medians • ADA Compliant Sidewalks & Ramps • Funding Compliance • Traffic Signal Upgrades • Utility and Agency Coordination • Public Outreach Construction Cost: $8.3 million Project Highlights & Impact • Aligned with City Goals • Improved Pedestrian Routes • Enhanced Mobility • Community Beautification • Funding Compliance • Partnership and Responsiveness • Timely Delivery Our team provided comprehensive design engineering services for the Garay Avenue Rehabilitation project, helping the City of Pomona achieve its goals for mobility, beautification, and infrastructure reliability. The project improved roadway conditions, enhanced pedestrian access and routes, and introduced beautification elements that contributed to a more functional and attractive corridor. The team developed the Plans, Specifications, and Estimates (PS&E) to convert the roadway into a four -lane divided street, incorporating new landscaped medians with irrigation improvements. As the lead consultant, we supported the urgent project requirements and funding deadlines to support the project funding compliance and reimbursements. By managing the project through design, compliance, and coordination with all stakeholders, including subconsultants, we delivered constructible, cost-efficient solutions which supported timely delivery and long-term community benefit. Project Reference Matt Pilarz, P.E., Principal Civil Engineer matt.pilerz@pomonaca.gov 1 (909) 620-2281 Sub -Consultant Partnership Geotechnical: Geo-Advantec Topographic Survey: Ketose & Associates Traffic Study: Kittleson & Associates Public Outreach: VMA Communications Potholing: Kana Subsurface Engineering Landscape Design: Withers & Sandgren Street Lighting: Vector Engineering 34 RKA CONSULTING GROUP Amar Pavement Rehabilitation Project Phase 3 Project Relevance • Pavement Rehabilitation Design • ADA Compliant Sidewalks & Ramps • Sustainable Storm water Solutions • Plans, Specifications, & Estimate (PS&E) • Utility and Agency Coordination • Bid Documents • Construction Management & Inspection Project Highlights & Impact • Aligned with City Goals & Mission to Enhance Civic Pride • Extended Roadway Lifespan • Enhanced Mobility • Environmental Sustainability • Partnership and Responsiveness • Timely Delivery Construction Cost: $1.3 million On behalf of the City of Walnut, RKA designed the Plans, Specifications, and Estimate (PS&E) for the street rehabilitation of Amar Road from Creekside Drive to Nogales Road, which consisted of the rehabilitation of 0.75 miles of the existing pavement surface. As part of the City's Pavement Management Program, the project aimed to extend the roadway's lifespan through resurfacing and rehabilitation and support the City's mission to enhance civic pride by ensuringthe City is well maintained. The scope of work involved concrete repairs (sidewalks, curb ramps, curbs and gutters, bus pads), full -depth removal and replacement of asphalt pavement, base material, and subgrade at intersections, full -depth reclamation (FDR) of all traveled lanes, grinding existing asphalt, pulverizing subgrade, cement treatment, paving with rubberized hot mix, installing traffic Loop detectors, and striping. This project also included structural Best Management Practices (BMP) device installation including bio -filtration tree wells at two locations. These green street features will support improved water quality for storm water runoff generated by the street as a continued effort to preserve natural resources and to comply with the City's MS4 permit Watershed Management Program. In addition to the design and PS&E, our team managed the design, bid outreach, bid analysis, project award, construction management, and inspection. Project Reference Melissa Barcelo, Public Works Director mbarcelo@cityofwalnut.org 1 (909) 595-5605 35 RKA CONSULTING GROUP Regional Commuter Bicycle Gap Closure Project - ATPL-5149(019) Project Relevance • Active Transportation • Multimodal Connectivity w/ Bicycle Infrastructure • ADA Compliant Sidewalks & Ramps • Funding Compliance • Traffic Signal Upgrades • Utility and Agency Coordination Construction Cost: $1.3 million Project Highlights & Impact • Aligned with City Goals • Improved Mobility & Accessibility • Expanded Connectivity • Roadway Sustainability • Funding Compliance • Partnership and Responsiveness • Timely Delivery RKA partnered with the City of La Verne to provide civil engineering services including professional design, funding compliance management, construction management, and inspection services. The work consisted of constructing bicycle lanes and traffic signal improvements throughout the City, using available federal Active Transportation Program Project (ATP) funds. The project improvements included curb ramp improvements, cold mill and pavement overlays, traffic signal improvements, signing and striping to install Class II bicycle Lanes to close critical gaps in an integrated bicycle network spanning the northeastern San Gabriel Valley. Duringthe course of the project, multiple stakeholder coordination was executed smoothly with Caltrans, local businesses, residents, and other City Departments. The citywide initiative was completed in December 2020 and delivered transformative improvements to mobility, safety, and accessibility across the community. Project Reference Ken Domer, City Manager kdomer@cityoflaverne.org 1 (909) 596-8726 RKA CONSULTING GROUP ATP Cycle 4 Pedestrian Access and Bicycle Improvement Project (Active Transportation Safety Project) Project Relevance • Active Transportation • Multimodal Connectivity w/ Bicycle Infrastructure • ADA Compliant Sidewalks & Ramps • Funding Compliance • Utility and Agency Coordination • Resident Outreach Project Highlights & Impact • Aligned with City Goals • Improved Mobility & Accessibility • Expanded Connectivity • Roadway Sustainability • Funding Compliance • Partnership and Responsiveness • Timely Delivery Construction Cost: $2.5 million RKA delivered comprehensive pedestrian and bicycle safety enhancements along Central Avenue, Evergreen Street, and key freeway underpasses for the City of Duarte. This Active Transportation Program (ATP) Cycle 4 project included construction of new sidewalks to meet all ADA -compliance requirements, new signing and striping to increase safety for pedestrian and bicyclists, improvements to pedestrian corridors with the widening of pathways and installation of pedestrian -scale lightingfor improved safety. A critical scope of the project included the reconstruction of the pedestrian and bicyclist connection corridor south of the 210 Freeway, which included installation of anew 10' concrete masonary unit block wall and lighting to increase visibility and security. Our team provided the complete design and preparation of construction plans and specifications to guide FS Contractors, Inc. through every phase of work. Our construction management and engineering oversight ensured that all improvements were delivered to the highest standards of quality, fully aligned with City specifications and expectations. We successfully administered the project's state and federal ATP funding, ensuring full compliance with all regulatory requirements and maintaining accurate, timely reporting through the project lifecycle. Project Reference Stephanie Sandoval, Public Works Manager ssandovai@accessduarte.com 1 (626) 357-7931 37 Standard City Contract uirements Insurance RKA CONSULTING GROUP RKA CONSULTING GROUP Standard City Contract and Insurance Requirements RKA Consulting Group has reviewed the City of Rosemead's Standard Professional Services Agreement and Insurance Requirements, which were included as an attachment to RFP No. 2025-06. RKA confirms its ability and willingness to complywith all aspects of the Agreement and meet the specified insurance requirements upon award of the contract. We have no exceptions or comments at this time and are prepared to execute the City's standard agreement. AC Rd CERTIFICATE OF LIABILITY INSURANCE G"-"A30""m 8/132025 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: N tine certificate bolder is an ADDITIONAL INSURED, the policyties) most have ADDITIONAL INSURED provisions or Be endomaid. N SUBROGATION IS WAIVED, subject to the terms and conditions of the Policy, certain policies may repute MI endorsement A statement on this certificate does not conter rights to the certificate holder In lieu of such IlWonemanUsl. L'MIGpfJ3t AmlredPartim"n Professionals Insurance Services, LLC 3697 ML. Diablo Blvd Ne 230 - Dan Stl1u2e PIMIE ltd -202-0390 Lafayette CA 94549 Mu CeraiDesignProdliAssuredPartners.com M f IFFaIeYe[OYFIMGE IWC. X La WE11CMLGENEMLIMBMfY Travelers Property Casually, ofAmenca 25674 Munn RXACONSe1 RNA Conemoll ['reirig kGroup 398 Lemon Creek Drive, Suite E iv abbess B: The Travelers Indemnity Company of Connecticut 25652 MIse3Lc: XL Insurance 37865 HwOordCasualtyinsummComparry 29626 Waled CA 91789 MVIMt E: MaR91F: COVERAGES CERTIFICATE NUMBER: 747975877 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LLSIEO BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR TIE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REWIREMENi, TERM OR COHDITON OF ANY CONrRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TEAMS, EXCLUSIONS AND CONNTiONS OF SUCH POLICIES. LIMITS SHOWH MAY HAVE BEEN REDUCED BY PAM CLAIMS. FOR PROPOSAL USE ONLY t1rt R3YUMM[EmanpoLUCy M 4RMFfMATNE MRMgI 0013 A X La WE11CMLGENEMLIMBMfY Wp1HBTe8'13 &1/125 BI124"e FJ{XOCCUiREMLE $2,000,00C, ClAa15YA0E O OCM f 100000D X CmnmulLw alio f%P tMyw ) 3low M1uYC PER9DNAL{AW NJUtY f 2,00%010 GENLAGfiREMTI:WRAPPUFS PER. GEIHMLA6aE(ifTE 34000000 PoLICY�4 LOC PROWCi3-CWP/OPAGG 3/.0.V 000 S GTIHt e AUTOMOBIIElMMU1Y BA2913A95A wirm 9'1(2026 SIIMT 0 A14YAIfm 9001LYNAfty(Rv ) 3 BCOILY YLWY(h,p My) S OW!® SCI®IRED Aum5 a1LT MITos s X "RED X Nwflr o AUTOS ONLY .W RIMY S IIrIBRELA LIAR OLLUR EACHOUMINVICf AQGETATE 3 FXCEPS LM8 CIAMSMNE NEG RETBRMHS s G noaualscpreBxrAllaN NO MBIOYMMLMBl11Y YIN �qyl ❑ NIA STWEGBVOC85 a17ID25 Wt!!@5 X ELFKYIIEAIAI 1000000 E10.5FASE-FA HRL 31,000,000 Nae (ablw Ntd X�a�M ud� pESGRPRpI CFOF£MTNML ptls E1. DGf13E-PoLCTLYn 31000,000 C Prvwaoneladl3Y pPR5M7101 SHIMS tWRo26 Pa Cwe 51.000.000 p leel.rm 52.000.000 rvm�.s,pix3 Lvalfidesa; NtlrlCepdMfiaSHowned Inured mansams no company therefore, aautoIM10Yis the maximum that applies. aximumTcoverageeecoveragege CERTIFICATE HOLDER CANCELLATION 30 Day Notice of CanaHlabon ®19862015 ACORD CORPORATION. All rights reserved. ACORD 25 (201 6183) The ACORD name and logo we registered marks of ACORD 38 TIOIILDANY ESBE CANCELLEDRED ATE TDESCRIBED TILE ION THE EIa1MT10N INIE HEREOF, NOTICE WILL BE DELIVERED IN IN FOR PROPOSAL USE ONLY ACCORDANCEvaDI lIEPOIICY PRONSIONS. M 4RMFfMATNE ®19862015 ACORD CORPORATION. All rights reserved. ACORD 25 (201 6183) The ACORD name and logo we registered marks of ACORD 38 Addenda Acknowledgment RKA*49 CONSULTING GROUP RKA CONSULTING GROUP DEPARTMENT OF PUBLIC WORKS CITY OF ROSEMEAD CALIFORNIA OFFICIAL NOTICE Request for Proposal DESIGN SERVICES FOR ENGINEERING AND DESIGN SERVICES FOR THE PREPARATION OF PLANS, SPECIFICATIONS AND ESTIMATES FOR WALNUT GROVE AVENUE RESURFACING PHASE 2 AND VALLEY BLVD RESURFACING PROJECT ADDENDUM NO. 1 The following changes to the Solicitation for proposals for the above project shall be incorporated into the project plans and specifications. The Consultant firm shall sign this page as acknowledgment of receipt of Addendum No. 1 and attach it to the proposal. Authorized Signct6 39 CITY OF S RKA*A ENGINEERING DE AND DESIGNGN SERVICES FOR SE CONSULTING GROUP WALNUT GROVE AVENUE RESURFACING PHASE 2 AND VALLEY BLVD RESURFACING PROJECT RFP NO. 2025-06 Fee Proposal -Rev4 Project I Engineering Survey Geotechnical LS & Irrigation Traffic Analysis Potholing Concept Project Principal Manager Project Engineer Technician (Sub) (Sub) (Sub) (Sub) (Sub) Rendering (Sub) Total Fee $210/hr $150/hr $180/hr $110/hr Kelsoe Sladden MIG GTS Kana RFD Task I - Project Management 1.0 -Project Management and Coordination 201 1601 1 1 1 33,000.00 1.1 -Project Progress Meetings 41 301 301 1 1 $ 10,740.00 1.2- Public Forum Meetings 4 121 12 $ 4,800.00 Task 2 -Project Data ,& 2.0 - Project Data Collection Existing Documents Review 41 20 401 80 $ 19,240.00 2.1 -Topographic Survey $ 90,000 $ 90,000.00 2.2 -Field Review 4 20 20 20 $ 9,640.00 2.3- Traffic Data Collection $ 22,000.00 1 $ 22,000.00 2.3- Potholing Services (12 Locations Tota t w/Report) $ 15,000.00 $ 15,000.00 Task 3 - Utility & Stake Holder Coordination 3.0— Utility Coordination & Base Mapping 21 81 401 80 $ 04 16,660.00 3.1— LA Cou my Coordination 21 201 201 40 $ 11,420.00 3.2— Caltrans Coordination 21 201 401 40 $ 71$ 14,420.00 3.3—Third-Party Coordination 21 101 101 201 1 1 1 5,920.00 Design 6.0— Bicycle La nes Feasiblity Analysis 21 101 401 40 $ 12,620.00 6.1-30%Plans&Estimate 10 50 801 120 $ 36,300.00 6.2- Preliminary Landscape Conceptual Design $ 17,500 $ 17,500.00 6.3- Preliminary Monument Signs Conceptual Design $ 10,000 $ 10,000.00 Compliance 7.0— Environmental Clearance1 21 201 401 80 $ 18,820.00 7.1—Request for Authorization (RFA) 2 40 40 80 $ 22,420.00 ,Task 8 -Construction Documents 8.0—Construction Plans 60%, 90%, 100% 1 321 136 4281 420 1 141,600.00 8.1—Construction Plans 60%, 90%, 100% (Fire Station Crossing Sheets) 4 4 12 40 $ 7,760.00 Task 9- Bidding& Construction Support 9.0 -Bidding Support Lul 101 201 20 $ 9.1- Construction Support 10 40 40 80 $ "1100 Task 10- Prepare Record Drawings 10.0-As-Builts Development 2 10 40 40 $ 12,620.00 Base Scope Total Hours &[ 118 620 952 1200 $ 90,000 $ - $ 27,500 $ 22,000 $ 565,680.00 11 Optional Scope Tasks Geotechnical Work & Report $ 78,000 $ 78,000.00 Traffic Analysis Report $ 66,000.00 $ 66,000.00 Traffic Index (TI) Calculation $ 2,300.00 $ 2,300.00 Hydrology/Hydraulics Analysis 4 4 20 40 $ 8,960.00 Conceptual Design 3D Rendering (1 Per Corridor) $ 7,000.00 $ 7,000.00 Construction Plans 60%, 90%, 100°/% (Median & LS/Irrigation Sheets) 4 40 40 80 $ 48,200 $ 71,040.00 Optional Scope Total Hours & Feel 2081 10421 18621 2420 $ 90,000 $ 78,000 1 $ 103,200 1 $ 90,300 1 1 1 $ 233,300.00 Scope Totalw/Optional Tasks $ 798,980.00 Exhibit B Request for Proposals Design Professional Services contract -17- over 17_over 50K 12/2025 Form 4916-4581-9220 v I CITY OF ROSEMEAD REQUEST FOR PROPOSALS FOR ENGINEERING AND DESIGN SERVICES FOR THE PREPARATION OF PLANS, SPECIFICATIONS AND ESTIMATES FOR WALNUT GROVE AVENUE RESURFACING PHASE 2 AND VALLEY BLVD RESURFACING PROJECT RFP NO. 2025-06 SUBMITTALS: Electronic proposal submittal through the City of Rosemead Vendor Portal hosted by PlanetBids at: https://pbsystem.planetbids.com/portal/54150/portal-home Proposal shall be submitted through the PlanetBids Vendor Portal no later than Tuesday. August 19. 2025 at 02:00 Dm CONTACT PERSON Romany Basilyous, City Engineer City of Rosemead 8838 E. Valley Boulevard Rosemead, California 91770 (626) 569-2154, rbasilvous(o)citvofrosemead.ora TO PARTICIPATE IN THIS REQUEST FOR PROPOSAL, VENDORS MUST CREATE AN ACCOUNT ON PLANETBIDS OR LOG IN TO AN EXISTING ACCOUNT. PROPOSALS MUST BE RECEIVED ELECTRONICALLY VIA PLANETBIDS. PROPOSALS RECEIVED AFTER THE TIME AND DATE STATED ABOVE SHALL NOT BE CONSIDERED. Please direct any questions or concerns regarding this RFP on the City's PlanetBids Vendor Portal no later than August 8, 2025, at 5:00 pm. Answers to submitted questions will be posted on Planetbids. This RFP is posted on the City's website and Vendor Portal Hosted by PlanetBids at: https://Dbsystem.planetbids.com/portal/54150/portal-home Please review the requirements of the RFP and submit your proposal by the date specified. Issued by: Department of Public Works, City of Rosemead Page 1 CITY OF ROSEMEAD REQUEST FOR PROPOSALS FOR ENGINEERING AND DESIGN SERVICES FOR THE PREPARATION OF PLANS, SPECIFICATIONS AND ESTIMATES FOR WALNUT GROVE AVENUE RESURFACING PHASE 2 AND VALLEY BLVD RESURFACING PROJECT A. INTRODUCTION/OBJECTIVE The purpose of this Request of Proposals (RFP) is to select the most -qualified Consultant to provide Engineering and Design Services for the Preparation of Plans, Specifications and Estimates for Walnut Grove Avenue Resurfacing Phase 2 (Project #21030) and Valley Boulevard Resurfacing Project (Project #21031) RFP No. 2025- 06. The City seeks to obtain these services under a Professional Services Agreement. B. BACKGROUND ABOUT THE CITY The City of Rosemead is an urban suburb located in the San Gabriel Valley, 10 miles east of downtown Los Angeles. It is bounded on the north by the cities of Temple City and San Gabriel, on the west by Monterey Park, Alhambra, and the unincorporated Los Angeles County, on the south by Montebello, and by EI Monte and South EI Monte on the east. The City is 5.5 square miles (2,344 -acres) in size. Rosemead is a working-class suburb with a diverse population base. According to the 2021 Census, the City had a population of 50,245. The estimated makeup of the City was 4.7% White, 0.3% African American, 60.3% Asian, 33% Hispanic/Latino (of any race), and 0.7% Non -Hispanic Other. As a substantially built -out city, Rosemead only added 259 residents to its population during the last decade (2000-2010). Rosemead's appeal as a new kind of small town in the heart of an urban environment is accomplished by honoring tradition, uniting in diversity, and evolving for the future. This is evident in Rosemead's Key Organizational Goals which aim to: improve public areas including infrastructure and community facilities; enhance public safety and the overall community environment and opportunities for residents through programs, services, education, and recreation; and ensure the City's financial stability in order to continually meet these goals and provide basic services to the community. Rosemead Boulevard, Walnut Grove Avenue, San Gabriel Boulevard, and Del Mar Avenue are the major north -south roadways within the City. All four major north -south roads provide connections to interstate 10. In addition, San Gabriel Boulevard connects to SR -60 within the southern area of the City. Valley Boulevard, Garvey Avenue, Graves Avenue, and Rush Street are the major east -west roadways within the City. Although these arterials often act as relief valves to the freeways during peak Page 2 commute periods, they also provide good alternative travel routes to destinations throughout the San Gabriel Valley. Currently, there is no raised center median on Valley Boulevard. (See Exhibit 1 on page 13 of this document for Roadway Classification Map). The existing bicycle route network within Rosemead, and the potential future bicycle network, is illustrated in the 2010 Rosemead General Plan Update (See Exhibit 2 on page 14 of this document for Existing Bicycle Routes and Potential Future Routes). As stated in the 2010 Rosemead General Plan Update "Circulation Element" and Bicycle Transportation Plan "Final Draft, April 24, 2012", it is ideal to place bicycle lanes on low-volume roadways that traverse the City. Valley Boulevard and Walnut Grove Avenue are both identified as a potential bicycle route in the 2010 Rosemead General Plan Update. No further study has been conducted to confirm that Valley Boulevard and Walnut Grove Avenue will be appropriate for the provision of bicycle facilities. See Exhibit 3 on page 1 for a view of project limits. The existing raised center medians along Walnut Grove Avenue between Valley Boulevard and San Gabriel Boulevard currently consist of medians with a mix of cobble stone and trees. These existing raised center medians were installed in 2015 and consisted of a mix of cobble stone, shrubs, flowers, mulch, and trees. There are no current raised center medians located along Valley Boulevard from west City limit to east City limit. C. DESCRIPTION OF PROJECT AND SERVICES The purpose of this Request of Proposals (RFP) is to select the most -qualified Consultant to provide Engineering and Design Services for the Preparation of Plans, Specifications and Estimates for Walnut Grove Avenue Resurfacing Phase 2 (Project #21030) and Valley Boulevard Resurfacing Project (Project #21031) RFP No. 2025- 06. The City seeks to obtain these services under a Professional Services Agreement. The proposed design services will be funded through local municipal funds. Surface Transportation Program - Local funding (STP -L federal funding) will be utilized for the construction phase of this project. Total funds available for construction phase and all soft costs (design, construction management & inspection, etc.) combined is $6.4m The project is located on the following street segments: • Walnut Grove Avenue, a Minor/Major Arterial roadway south of Marshall Street to San Gabriel Boulevard (Current Pavement Condition Index 'PCP' ranging between 57 to 80) • Valley Boulevard, a Major Arterial roadway between Charlotte Avenue (west city limit) and Eaton Wash (east city limit) (Current PCI ranging between 64 to 80) The project general scope includes the following within the project area: Page 3 • Pavement rehabilitation and maintenance. • Pedestrian accessibility improvements (curb ramp reconstruction to bring all curb ramps to current ADA compliance). • Sidewalk, curb, curb and gutter repairs as needed. • Colored concrete crosswalk construction at major intersections. • Construct raised center medians along Valley Boulevard from west City limit to east City limit. Raised center medians shall include drought tolerant landscape and irrigation. • Design runoff and stormwater capture improvements for the proposed raised center medians along Valley Boulevard and for the existing raised center medians along Walnut Grove Avenue from Valley Boulevard to San Gabriel Boulevard. Raised center medians shall be designed to capture runoff, prevent erosion, biotreat, retain moisture in the soil, and provide new native climate appropriate landscapes. Design shall include water quality benefits such as treating runoff by installing rain garden and planters, thus eliminating water discharge into the storm drain system. • Construct City Entry Monuments in the proposed raised center medians at both ends (City limits) on Valley Boulevard. (Minimum of three Monuments) • Evaluate the feasibility of and implementation of bicycle facilities along Valley Boulevard and along Walnut Grove Avenue. • Signage and striping to include bicycle lanes once feasibility is determined. • Design of overhead flashing beacons for the LA County Fire Station 42 located at 9319 Valley Boulevard, Rosemead, CA 91770. The primary objective of the project is to have the selected engineering consultant provide a complete PS&E (plans, specifications and estimates) approved by all involved jurisdictional and regulatory agencies and is ready for construction bidding for the improvements outlined in this RFP and within project limits shown on Exhibits 1 through 3. The scope of work generally includes: Task 1. Project Management a. Attend a pre -design (kick-off) meeting with City staff after the award of contract to conduct introductions, discuss scope of work, information needed from various City departments, overall schedule, and the implementation process. b. Coordinate bi-weekly progress conference calls with City staff to update the City of the project progress, and schedule status. This is also a time for the Consultant to ask any questions to the City or bring up any design issues encountered. c. Coordinate meetings to review the preliminary design, 60%, 90% and 100% submittals with City staff. d. Provide a detailed project schedule with continuous updates, and executive summary of project status to be submitted with each monthly invoice. e. Maintain continuous awareness of the status of each task as it proceeds and make Page 4 provisions to expedite project progress and resolve any difficulties that may impede progress. f. Attend a minimum of three (3) workshops and One (1) City Council meeting to present City Entry Monument design and proposed bicycle lanes to the audience. g. Quality Assurance and Control Procedures (QA/QC): Implement quality assurance procedures to ensure that project deliverables meet or exceed the required standards. Conduct regular reviews and audits to identify areas for improvement and ensure compliance with project goals. Task 2. Preliminary Engineering a. Environmental review to align with STP -L funding requirements, including the necessary technical documents for Environmental (E-76). b. Right -of -Way. All work is assumed to be within existing public ROW. The design consultant shall perform research on available right-of-way maps, assessor parcel maps, and easement information within the project limits. Based on this information, existing ROW information shall be shown on the plans. If any TCEs (Temporary Construction Easements) are necessary, the consultant shall show them on the plans. The City will obtain TCEs from adjacent property owners. c. Bicycle facilities. Provide further study to confirm the feasibility of bicycle facilities and their locations within the project limits. As previously mentioned, Valley Boulevard and Walnut Grove Avenue would be appropriate for the provision of bicycle facilities. If determined appropriate, bicycle facilities should be incorporated into the design. d. City Entry Monuments. Provide design and renderings of a minimum of three design options for City Council to choose from and then incorporate the selected option in the design. e. Raised Center Medians. Incorporate raised center median design on Valley Boulevard from east to west City limits. Improvements shall include drought - tolerant landscaping and irrigation features while meeting the City's Stormwater and water quality objectives and goals. f. Design runoff and stormwater capture improvements for the proposed raised center medians along Valley Boulevard and for the existing raised center medians along Walnut Grove Avenue from Valley Boulevard to San Gabriel Boulevard. Raised center medians shall be designed to capture runoff, prevent erosion, biotreat, retain moisture in the soil, and provide new native climate appropriate landscapes. Design shall include water quality benefits such as treating runoff by installing rain garden and planters, thus eliminating water discharge into the storm drain system. g. Conduct Infiltration Tests that align with Los Angeles County Guidelines for Geotechnical investigation and reporting Low Impact Development Stormwater infiltration. The location(s) of proposed percolation tests shall be coordinated with City Staff. h. Hydrology/hydraulics: provide results and recommendations for water quality resulting from an analysis of the 85th percentile design storm and BMPs to capture and treat pollutants of concern. i. Overhead Flashing Beacons. Provide design and renderings for an overhead Page 5 flashing beacon system for LA County Fire Station 42 located at 9319 Valley Boulevard, Rosemead, CA 91770. j. Review base data documents including as -built improvement plans, utility information, survey information, and other available record data. k. Coordinate with utility companies and issue Utility Notices. I. Conduct necessary field surveys to assess existing conditions of the project area. m. Provide additional field survey and topographic work necessary to complete the design effort. n. Conduct geotechnical engineering investigation, perform asphalt cores to determine existing roadway structural section (flexible/rigid), and prepare pavement analysis report to provide roadway rehabilitation recommendations. o. Develop preliminary design. Conduct a total of THIRTY (30) cores within the limits of Valley Boulevard and a total of THIRTY-EIGHT (38) cores within the limits of Walnut Grove Avenue. p. Prepare Preliminary construction plans and preliminary details to include options for construction of the project. Preliminary plans will indicate, but not be limited to the pavement repairs, including limits of mill and overlay, full depth reconstruction, asphalt type (ARHM or Traditional), localized deep patch locations, City entry monuments, bicycle facilities, raised center median improvements that will incorporate design for runoff and stormwater capture improvements as detailed under Task 2 (see Task "e" through task "h"). q. Prepare Preliminary cost estimate. Cost estimate shall include options (Identify special conditions that might create conflicts or change orders during construction and identify how to resolve these issues). r. Provide an optional cost for conducting potholes per each and consider a number of TWELVE (12) potholes. Task 3. Plans, Specifications & Estimate a. Upon receiving comments on the preliminary design plans and addressing them to the satisfaction of the City staff and stakeholders, the consultant shall proceed with Task 3. Plans, Specifications and Estimate (PS&E) shall be provided at levels of completion of approximately 60%, 90% and 100%. b. The City will provide review comments at the 60%, and 90% design phases. c. It is expected 100% plans will be complete and include comments and input from all stakeholders and appropriate City staff. Once the 100% PS&E is complete by addressing all comments to the satisfaction of City staff and other stakeholders, consultant will submit the wet sealed Mylar and digitally signed PDF set. d. Technical Specifications shall be furnished using the latest edition of Microsoft Word for Windows. The Consultant shall prepare the Specifications per City requirements and utilizing the Standard Specifications for Public Works Construction ("Greenbook"). e. Estimate shall be prepared in spreadsheet format using Microsoft Excel. f. The Consultant shall create a comment matrix to verify all City comments are addressed with each submittal. g. PS&E or construction bid package shall comply with the funding source & permitting requirements. Page 6 h. Construction Allocation Authorization per Local Assistance Procedures Guidelines: The selected design consultant scope of work shall include preparation of necessary technical documents, including necessary LAPG Forms for construction allocation after completion of PS&E Package, and all documents as necessary to provide the City an approved bid package ready for bid advertisement. Task 4. Bidding and Construction Support a. Respond to Requests for Information (RFIs) during the project advertisement period, and log questions and responses. b. Prepare project addenda. c. Attend the pre -construction meeting, job walk, and job -site meetings when requested by the City over the course of the construction schedule (assume 5 meetings). d. Provide responses to the Contractor's RFIs about the plans and specifications when requested by the City. e. Provide responses and approvals to the Contractor's submittals for materials and shop drawings when requested by the City. Task 5. Prepare Record Drawings (As-Builts) a. Prepare as -built drawings based on field red -lined as -built information provided by the City's Construction Contractor. The above tasks are provided as general guidance to the proposing firms. The proposers shall review the RFP and attached documents and conduct any other documents review, research and field reviews as they deem necessary, and provide a detailed scope of services as part of their proposals. It is the consultant's responsibility to identify all necessary missing tasks and components and provide all necessary services as required and in compliance with the Project Funding Application, Project Funding Agreement, permitting agencies, this RFP and all applicable standards and requirements, and provide the City with a complete set of PS&E Bid Package approved by all regulatory and involved agencies. D. PROPOSAL SUBMISSION Proposals will be accepted as follows: Hard copy Proposal Submittals: Proposals shall be submitted in 2 separate sealed envelopes as follows: 1. Technical Proposal, 3 bound copies and 1 PDF file on thumb drive 2. Cost Proposal, 1 bound copy and 1 PDF file on thumb drive Hard copy proposals shall be addressed to: Page 7 City of Rosemead -City Hall City Clerk's Office 8838 E. Valley Boulevard. Rosemead, CA 91770 Attn : Ericka Hernandez, City Clerk Electronic Proposal Submittals: Electronic proposal submittal shall be made through the City of Rosemead's Vendor Portal hosted by PlanetBids at: hftl)s:Hpbsystem.i)lanetbids.com/r)ortal/54150/i)ortal-home Proposal submittal due date is: August 19"', 2025, by 2:OOP.M. Late Proposals will not be accepted. It is the sole responsibility of the Bidder to see that their bid is submitted in proper time. Any proposal received after the scheduled closing time for receipt of proposals will be returned to the Bidder unopened. Faxed, emailed, or proposals submitted in a format other than specified will be rejected. To expedite the evaluation of the proposals, it is mandatory that the instructions and format contained in this RFP be expressly followed. Any submission of proposals that does not follow the instructions and format, and/or fails to comply with the requirements set forth in this RFP, in the sole opinion of the City of Rosemead, may be judged non-responsive and rejected by the City from further consideration. The City reserves the right to reject any and all proposals. The City will not be liable for, nor pay any costs incurred by responding firms relating to the preparation of the proposal. E. CONSULTANT SELECTION SCHEDULE Release of Requests for Proposals Submittal of Questions (Deadline) Response to Questions Proposal Due Date Proposal Review/Evaluation Optional Interview (if required) Tentative City Council award Page 8 July 15, 2025 August 8, 2025, by 5:00 pm August 14, 2025 August 19, 2025, by 2:00 pm September 2025 September 2025 September 9, 2025 Tentative Start date September 2025 Consultant shall provide the completed PS&E (plans, specifications and estimates) approved by all involved jurisdictional and regulatory agencies and ready for construction bidding within 4 months of City's issuance of Notice to Proceed. F. STANDARD CITY CONTRACT AND INSURANCE REQUIREMENTS City's Standard Professional Services Agreement is provided as Attachment. Please review and provide any comments you have. City does not guarantee that any revisions to contract will be accepted. G. CONSULTANT SELECTION METHODOLOGY The City will evaluate the Proposals submitted and select the most qualified consultant. In evaluating the Proposals, the City may consider the following factors: CRITERIA CATERGORIES: MAX POINTS. Experience and Qualifications: Demonstrated experience providing municipal -scale design services conducting contracts of similar scope and complexity. Include 30 certifications, licenses, etc. References and Past Performance: Quality of performance on similar contracts 20 (minimum 3 references), including client satisfaction, timeliness, and responsiveness. Responsiveness and Completeness: Proposal is well -organized, with all requested information included and thoroughness of proposal. A demonstrated understanding of 25 the objectives and a strategy to meet the contract requirements. Pricing and Cost Proposal: Competitiveness and reasonableness of cost, including hourly rates. Provide fee schedule. 10 Demonstration of Innovation: Innovation and technologies that improve outcomes and efficiencies for the City. 10 Community Benefit: Commitment to participate in City -approved community service (e.g., school events, Earth Day planting, Chamber of Commerce membership). 5 Total Possible Points 100 Page 9 During the evaluation process, the City may also contact listed references (or request additional references), and include the feedback received in the evaluation factors listed above as applicable. H. PROPOSAL SUBMITTAL FORMAT Proposal shall be submitted in the format specified below: Cover Letter: Provide an executive summary of your proposal Table of Contents: Provide contents of proposal with page number references foreach proposal section listed below. Section 1. Approach, and Scope of Work: Provide your understanding of the project, scope of work, and describe your approach in providing services. Section 2. Project Team, Key Personnel and Resumes: Provide an organization chart showing the names and responsibilities of key personnel and subconsultants. Provide resumes of all key personnel identified in the organization chart. Section 3. Company Qualifications: Provide qualifications of your company, and emphasize similar services provided, and local experience. Section 4. References: Provide a minimum of three (3) Public Agency references for similar projects completed within the last five (5) years. Section 5. Standard City Contract and Insurance Requirements: Proposers shall review the attached Standard City Contract and Insurance Requirements and provide a statement that they will comply with all aspects of the Agreement or provide any comments that they would like the City to consider. Section 6. Addenda Acknowledgement: If any Addenda is issued by the City, they shall be acknowledged in this section. Cost Proposal In a separate sealed envelope, please submit a not to exceed cost proposal listing a detailed cost for each task and sub -task; including work classification, rate, and estimated hours for each subtask of work. The general Scope of Services outlined herein is only provided as a guide in this Request for Proposals. Consultants shall provide a detailed Scope of Services in their submitted Technical Proposal as necessary to reflect the method and procedure in which they intend to provide the required professional services, consistent with the general Scope of Services. Provide your firm's current Hourly Fee Rates for staff classifications who might work Page 10 on this project. I. PROTEST PROCEDURES This section sets forth the protest remedies available with respect to the RFP. Each prospective consultant, by submitting its Proposal, expressly recognizes the limitation on its rights to protest contained herein, and expressly waives all other rights and remedies. Each prospective consultant agrees that the decision on any protest, as provided herein, will be final and binding on the protestant. All protests and related statements described in this section shall be submitted to: City of Rosemead -City Hall 8838 E. Valley Boulevard. Rosemead, CA 91770 Attn: Ericka Hernandez, City Clerk J. DEBRIEFING Proposers who submit a proposal in response to the RFP shall be notified in writing when the proposer was not selected to receive further consideration. K. PUBLIC RECORDS ACT Proposals may be subject to public disclosure under the California Public Records Act and other public records laws, and by submitting a proposal, the proposer waives all rights to confidentiality of any information submitted in the proposal and agrees to any and all such disclosures required or permitted by law. Proposals become the property of the City when submitted and by submitting a proposal, the proposer agrees that the City may use any information, documentation or writing contained in the proposal for any the City purpose. L. PRE -CONTRACTUAL EXPENSES RESPONDING TO THE RFP PREPARATION The City is not liable for any pre -contractual expenses incurred by any proposer or by any selected consultant. Each proposer shall protect, defend, indemnify, and hold harmless the City from any and all liability, claims, or expenses whosever incurred by, or on behalf of, the entity participating in the preparation of its response to this RFP. Pre -contractual expenses are defined as expenses incurred by proposers and the selected consultant, if any, in: ■ Preparing and submitting information in response to this RFP • Negotiations with the City on any matter related to this procurement ■ Costs associated with interviews, meetings, travel or presentations ■ All other expenses incurred by a proposer/consultant prior to the date of award and a formal notice to proceed. Page 11 The City reserves the right to amend, withdraw and cancel the RFP. The City reserves the right to reject all responses to this request at any time prior to contract execution, or only award a partial. M. QUESTIONS REGARDING THIS RFP Please direct questions or concerns regarding this RFP on the City's PlanetBids Vendor Portal by August 8th, 2025, by 5:00 p.m. Answers to submitted questions will be posted on PlanetBids. This RFP is posted on the City's website and Vendor Portal Hosted by PlanetBids at: hftos:Hpbsystem.i)lanetbids.com/i)ortal/54150/portal-home Page 12 Exhibit 1 Roadway Classification Map - City Boundary Freeway ----- Railroad Major Arterial .� Minor Arterial ......... Collector Page 13 Exhibit 2 Existing Bicycle Routes and Potential Future Routes —-- City Boundary ---. Existing Class l Bike Trail ----- Railroad Potential New Bike Lanes Page 14 Exhibit 3 Walnut Grove Ave. Phase 2 and Valley Boulevard. Project limits — — — City Boundary Freeway ----- Railroad Major Arterial Minor Arterial ......... Collector Page 15 RSFMFAI? General Plan r a ai Grando� Ave. w `•� Azusa Rd. e" 61 Lower � c > m I \ 3 � 1 Df San Bernardino Fwy. Hellman Ave. PI: I Erne on � f i Ave. Graves Ave. a -� Rush St. — t ... Em g _A y4j0� i is — � I ,� m a aft Pomona Fwy. P° m �+ if N t m — — — City Boundary Freeway ----- Railroad Major Arterial Minor Arterial ......... Collector Page 15 Attachment A - Standard City Contract and Insurance Requirements Page 16 PROFESSIONAL SERVICES AGREEMENT [INSERT TYPE OF PROFESSIONAL SERVICE] [INSERT COMPANY NAME] 1. PARTIES AND DATE. This Agreement is made and entered into this this Day of _, 20 (Effective Date) by and between the City of Rosemead, a municipal organization organized under the laws of the State of California with its principal place of business at 8838 E. Valley Boulevard., Rosemead, California 91770 ("City") and [INSERT COMPANY] a [INSERT TYPE OF ENTITY - CORPORATION, PARTNERSHIP, SOLE PROPRIETORSHIP OR OTHER LEGAL ENTITY] with its principal place of business at [INSERT ADDRESS] ("Consultant'). City and Consultant are sometimes individually referred to herein as "Party" and collectively as "Parties." 2. RECITALS. 2.1 Consultant. Consultant desires to perform and assume responsibility for the provision of certain professional services required by the City on the terms and conditions set forth in this Agreement. Consultant represents that it is experienced in providing [INSERT TYPE OF SERVICE] consulting services to public clients, is licensed in the State of California and is familiar with the plans of City. 2.2 Project. City desires to engage Consultant to render such ongoing professional [INSERT NAME OF PROJECT] ("Services") as set forth in this Agreement. 3. TERMS. 3.1 Scope of Services and Term. 3.1.1 General Scope of Services: Consultant promises and agrees to furnish to the City all labor, materials, tools, equipment, services, and incidental and customary work necessary to fully and adequately supply the professional [INSERT TYPE Attachment A - Page 1 OF SERVICES] services necessary for the Project, herein referred to a "Services". The Services are more particularly described in Exhibit [INSERT EXHIBIT LETTER] attached hereto and incorporated herein by reference. All Services shall be subject to, and performed in accordance with, this Agreement, the exhibits attached hereto and incorporated herein by reference, and all applicable local, state and federal laws, rules and regulations. 3.1.2 Term. The term of this Agreement shall be for a [INSERT WRITTEN YEARS] [(INSERT YEAR IN NUMBER)] year period from the Effective Date shown above, with [INSERT WRITTEN YEARS] [(INSERT YEARS)] extension at the sole and absolute discretion of the City, unless earlier terminated as provided herein. Consultant shall complete the Services within the term of this Agreement and shall meet any other established schedules and deadlines. 3.2 Responsibilities of Consultant. 3.2.1 Control and Payment of Subordinates; Independent Contractor. The Services shall be performed by Consultant or under its supervision. Consultant will determine the means, methods and details of performing the Services subject to the requirements of this Agreement. City retains Consultant on an independent contractor basis and not as an employee. Consultant retains the right to perform similar or different services for others during the term of this Agreement. Any additional personnel performing the Services under this Agreement on behalf of Consultant shall also not be employees of City and shall at all times be under Consultant's exclusive direction and control. Consultant shall pay all wages, salaries, and other amounts due such personnel in connection with their performance of Services under this Agreement and as required by law. Consultant shall be responsible for all reports and obligations respecting such additional personnel, including, but not limited to: social security taxes, income tax withholding, unemployment insurance, disability insurance, and workers' compensation insurance. 3.2.2 Schedule of Services: Consultant shall perform the Services expeditiously, within the term of this Agreement. Consultant represents that it has the professional and technical personnel required to perform the Services in conformance with such conditions. In order to facilitate Consultant's conformance with the Schedule, City shall respond to Consultant's submittals in a timely manner. Upon request of City, Consultant shall provide a more detailed schedule of anticipated performance to meet the Schedule of Services. 3.2.3 Conformance to Applicable Requirements: All work prepared by Consultant shall be subject to the approval of City. 3.2.4 Substitution of Key Personnel: Consultant has represented to City that certain key personnel will perform and coordinate the Services under this Agreement. Should one or more of such personnel become unavailable, Consultant may substitute other personnel of at least equal competence upon written approval of City. In the event Attachment A - Page 2 that City and Consultant cannot agree as to the substitution of key personnel, City shall be entitled to terminate this Agreement for cause. As discussed below, any personnel who fail or refuse to perform the Services in a manner acceptable to the City, or who are determined by the City to be uncooperative, incompetent, a threat to the adequate or timely completion of the Project or a threat to the safety of persons or property, shall be promptly removed from the Project by the Consultant at the request of the City. 3.2.5 City's Representative: The City hereby designates the City Manager, or his or her designee, to act as its representative for the performance of this Agreement ("City's Representative"). City's Representative shall have the power to act on behalf of the City for all purposes under this Agreement. Consultant shall not accept direction or orders from any person other than the City's Representative or his or her designee. 3.2.6 Consultant's Representative: Consultant hereby designates [INSERT NAME], or his/her designee, to act as its representative for the performance of this Agreement ("Consultant's Representative"). Consultant's Representative shall have full authority to represent and act on behalf of the Consultant for all purposes under this Agreement. The Consultant's Representative shall supervise and direct the Services, using his/her professional skill and attention, and shall be responsible for all means, methods, techniques, sequences and procedures and for the satisfactory coordination of all portions of the Services under this Agreement. 3.2.7 Coordination of Services: Consultant agrees to work closely with City staff in the performance of Services and shall be available to City's staff, consultants and other staff at all reasonable times. 3.2.8 Standard of Care; Performance of Employees: Consultant shall perform all Services under this Agreement in a skillful and competent manner, consistent with the standards generally recognized as being employed by professionals in the same discipline in the State of California. Consultant represents and maintains that it is skilled in the professional calling necessary to perform the Services. Consultant represents that all employees and subcontractors shall have sufficient skill and experience to perform the Services assigned to them. Finally, Consultant represents that it, its employees and subcontractors have all licenses, permits, qualifications and approvals of whatever nature that are legally required to perform the Services, including a City business License, and that such licenses and approvals shall be maintained throughout the term of this Agreement. As provided for in the indemnification provisions of this Agreement, Consultant shall perform, at its own cost and expense and without reimbursement from the City, any services necessary to correct errors or omissions which are caused by the Consultant's failure to comply with the standard of care provided for herein. 3.2.9 Laws and Regulations: Consultant shall keep itself fully informed of and in compliance with applicable local state and federal laws, rules and regulations in any manner affecting the performance of the Project or the Services, including all Cal/OSHA requirements, and shall give all notices required by law. Consultant shall be liable for all violations of such laws and regulations in connection with Services. If the Attachment A - Page 3 Consultant performs any work knowing it to be contrary to such laws, rules and regulations and without giving written notice to the City, Consultant shall be solely responsible for all costs arising therefrom. Consultant shall indemnify and hold City, its officials, directors, officers, employees and agents free and harmless, pursuant to the indemnification provisions of this Agreement, from any liability to the extent found to be arising out of any failure to comply with such laws, rules or regulations. 3.2.10 Insurance: Consultant shall maintain prior to the beginning of and for the duration of this Agreement insurance coverage as specified in Exhibit B attached to and part of this agreement. 3.2.11 Safety: Contractor shall execute and maintain its work so as to avoid injury or damage to any person or property. In carrying out its Services, the Consultant 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 its 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 life saving 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. 3.3 Fees and Payments. 3.3.1 Compensation: Consultant shall receive compensation, including authorized reimbursements, for all Services rendered under this Agreement and shall not exceed [INSERT WRITTEN AMOUNT] Dollars [(INSERT NUMERIC AMOUNT)] and in accordance with consultant's proposal dated [INSERT DATE]. Consultant's proposal is hereby incorporated and found in Exhibit "A". Extra Work may be authorized in writing, as described below, and will be compensated at the rates and manner set forth in this Agreement. 3.3.2 Payment of Compensation: Consultant shall submit to City a monthly itemized statement which indicates work completed and hours of Services rendered by Consultant. The statement shall describe the amount of Services and supplies provided since the initial commencement date, or since the start of the subsequent billing periods, as appropriate, through the date of the statement. City shall, within 30 days of receiving such statement, review the statement and pay all approved charges thereon. 3.3.3 Reimbursement for Expenses: Consultant shall not be reimbursed for any expenses unless authorized in writing by City. 3.3.4 Extra Work: At any time during the term of this Agreement, City may request that Consultant perform Extra Work. As used herein, "Extra Work" means any Attachment A - Page 4 work which is determined by City to be necessary for the proper completion of the Project, but which the parties did not reasonably anticipate would be necessary at the execution of this Agreement. Consultant shall not perform, nor be compensated for, Extra Work without written authorization from City's Representative. 3.3.5 Prevailing Wages: Consultant is aware of the requirements of California Labor Code Section 1720, et seq., and 1770, et seq., as well as California Code of Regulations, Title 8, Section 1600, et seq., ("Prevailing Wage Laws"), which require the payment of prevailing wage rates and the performance of other requirements on "public works" and "maintenance" project, as defined by the Prevailing Wage Laws, and if the total compensation is $1,000 or more, Consultant agrees to fully comply with such Prevailing Wage Laws to the extent they are applicable to Consultant. City shall provide Consultant with a copy of the prevailing rates of per diem wages in effect at the commencement of this Agreement. Consultant 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 the Consultant's principal place of business and at the project site. Consultant shall defend, indemnify and hold the City, 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. 3.4 Accounting Records. 3.4.1 Maintenance and Inspection: Consultant shall maintain complete and accurate records with respect to all costs and expenses incurred under this Agreement. All such records shall be clearly identifiable. Consultant shall allow a representative of City during normal business hours to examine, audit, and make transcripts or copies of such records and any other documents created pursuant to this Agreement. Consultant shall allow inspection of all work, data, documents, proceedings, and activities related to the Agreement for a period of three (3) years from the date of final payment under this Agreement. 3.5 General Provisions. 3.5.1 Termination of Agreement. 3.5.1.1 Grounds for Termination: City may, by written notice to Consultant, terminate the whole or any part of this Agreement at any time and without cause by giving written notice to Consultant of such termination, and specifying the effective date thereof, at least seven (7) days before the effective date of such termination. Upon termination, Consultant shall be compensated only for those services which have been adequately rendered to City, and Consultant shall be entitled to no further compensation. Consultant may not terminate this Agreement except for cause. 3.5.1.2 Effect of Termination: If this Agreement is terminated as provided herein, City may require Consultant to provide all finished or unfinished Documents/ Data and other information of any kind prepared by Consultant in connection Attachment A - Page 5 with the performance of Services under this Agreement. Consultant shall be required to provide such document and other information within fifteen (15) days of the request. 3.5.1.3 Additional Services: In the event this Agreement is terminated in whole or in part as provided herein, City may procure, upon such terms and in such manner as it may determine appropriate, services similar to those terminated. 3.5.2 Delivery of Notices: All notices permitted or required under this Agreement shall be given to the respective parties at the following address, or at such other address as the respective parties may provide in writing for this purpose: CONSULTANT: [INSERT COMPANY NAME] [INSERT ADDRESS] Attn: [INSERT PRIMARY CONTACT] Tel: [INSERT PHONE NUMBER] CITY: City of Rosemead 8838 Valley Boulevard Rosemead, CA 91770 Attn: [INSERT CITY CONTACT] Such notice shall be deemed made when personally delivered or when mailed, forty- eight (48) hours by certified mail or deposit in the U.S. Mail, first-class postage prepaid and addressed to the party at its applicable address. Actual notice shall be deemed adequate notice on the date actual notice occurred, regardless of the method of service. 3.5.3 Ownership of Materials and Confidentiality. 3.5.3.1 Documents & Data; 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, and other intellectual property embodied in plans, specifications, studies, drawings, estimates, and other documents or works of authorship fixed in any tangible medium of expression, including but not limited to, physical drawings or data magnetically or otherwise recorded on computer diskettes, which are prepared or caused to be prepared by Consultant under this Agreement ("Documents & Data"). Consultant shall require all subcontractors to agree in writing that City is granted a non-exclusive and perpetual license for any Documents & Data the subcontractor prepares under this Agreement. Consultant represents and warrants that Consultant has the legal right to license any and all Documents & Data. Consultant makes no such representation and warranty in regard to Documents & Data which were prepared by design professionals other than Consultant or provided to Consultant by the City. The Documents & Data are intended for use solely with respect to the project for which Attachment A - Page 6 they were prepared. Any reuse or modification by City shall be at City's sole risk 3.5.3.2 Confidentiality: All ideas, memoranda, specifications, plans, procedures, drawings, descriptions, computer program data, input record data, written information, and other Documents and Data either created by or provided to Consultant in connection with the performance of this Agreement shall be held confidential by Consultant. Such materials shall not, without the prior written consent of City, be used by Consultant for any purposes other than the performance of the Services. Nor shall such materials be disclosed to any person or entity not connected with the performance of the Services or the Project. Nothing furnished to Consultant which is otherwise known to Consultant or is generally known, or has become known, to the related industry shall be deemed confidential. Consultant shall not use City's name or insignia, photographs of the Project, or any publicity pertaining to the Services or the Project in any magazine, trade paper, newspaper, television or radio production or other similar medium without the prior written consent of City. 3.5.4 Cooperation; Further Acts: The Parties shall fully cooperate with one another, and shall take any additional acts or sign any additional documents as may be necessary, appropriate or convenient to attain the purposes of this Agreement. 3.5.5 Attorney's Fees: If either party commences an action against the other party, either legal, administrative or otherwise, arising out of or in connection with this Agreement, the prevailing party in such litigation shall be entitled to have and recover from the losing party reasonable attorney's fees and all costs of such action as part of prevailing party's total damages as determined by court of competent jurisdiction or as agreed upon by the parties in settlement. 3.5.6 Indemnity and Defense. a. Indemnity and Defense To the fullest extent permitted by law, Consultant shall indemnify and hold harmless Agency and any and all of its officials, employees and agents ("Indemnified Parties") from and against any and all losses, liabilities, damages, costs and expenses, including legal counsel's fees and costs, to the extent caused by the negligent or wrongful act, error or omission of Consultant, its officers, agents, employees or subconsultants (or any agency or individual that Consultant shall bear the legal liability thereof) in the performance of services under this agreement. Consultant's duty to indemnify and hold harmless Agency shall not extend to the Agency's sole or active negligence. b. Duty to Defend In the event the Agency, its officers, employees, agents and/or volunteers are made a party to any action, lawsuit, or other adversarial proceeding arising from the performance of the services encompassed by this agreement, and upon demand by Agency, Consultant shall defend the Agency at Consultant's cost or at Agency's option, to Attachment A - Page 7 reimburse Agency for its costs of defense, including reasonable attorney's fees and costs incurred in the defense of such matters to the extent the matters arise from, relate to or are caused by Consultant's negligent acts, errors or omissions. Payment by Agency is not a condition precedent to enforcement of this provision. In the event of any dispute between Consultant and Agency, as to whether liability arises from the sole or active negligence of the Agency or its officers, employees, or agents, Consultant will be obligated to pay for Agency's defense until such time as a final judgment has been entered adjudicating the Agency as solely or actively negligent. In no event shall the cost to defend charged to the design professional exceed the design professional's proportionate percentage of fault. 3.5.7 Entire Agreement: This Agreement contains the entire Agreement of the parties with respect to the subject matter hereof, and supersedes all prior negotiations, understandings or agreements. This Agreement may only be modified by a writing signed by both parties. 3.5.8 Governing Law: This Agreement shall be governed by the laws of the State of California. Venue shall be in Los Angeles County. 3.5.9 Time of Essence: Time is of the essence for each and every provision of this Agreement. 3.5.10 City's Right to Employ Other Consultants: City reserves right to employ other consultants in connection with this Project. 3.5.11 Successors and Assigns: This Agreement shall be binding on the successors and assigns of the parties. 3.5.12 Assignment or Transfer: Consultant shall not assign, hypothecate, or transfer, either directly or by operation of law, this Agreement or any interest herein without the prior written consent of the City. Any attempt to do so shall be null and void, and any assignees, hypothecates or transferees shall acquire no right or interest by reason of such attempted assignment, hypothecation or transfer. 3.5.13 Construction; References; Captions: Since the Parties or their agents have participated fully in the preparation of this Agreement, the language of this Agreement shall be construed simply, according to its fair meaning, and not strictly for or against any Party. Any term referencing time, days or period for performance shall be deemed calendar days and not work days. All references to Consultant include all personnel, employees, agents, and subcontractors of Consultant, except as otherwise specified in this Agreement. All references to City include its elected officials, officers, employees, agents, and volunteers except as otherwise specified in this Agreement. The captions of the various articles and paragraphs are for convenience and ease of reference only, and do not define, limit, augment, or describe the scope, content, or intent of this Agreement. 3.5.14 Amendment; Modification: No supplement, modification, or amendment of Attachment A - Page 8 this Agreement shall be binding unless executed in writing and signed by both Parties 3.5.15 Waiver: No waiver of any default shall constitute a waiver of any other default or breach, whether of the same or other covenant or condition. No waiver, benefit, privilege, or service voluntarily given or performed by a Party shall give the other Party any contractual rights by custom, estoppel, or otherwise. 3.5.16 No Third Party Beneficiaries: There are no intended third party beneficiaries of any right or obligation assumed by the Parties. 3.5.17 Invalidity; Severability: If any portion of this Agreement is declared invalid, illegal, or otherwise unenforceable by a court of competent jurisdiction, the remaining provisions shall continue in full force and effect. 3.5.18 Prohibited Interests: Consultant maintains and warrants that it has not employed nor retained any company or person, other than a bona fide employee working solely for Consultant, to solicit or secure this Agreement. Further, Consultant warrants that it has not paid nor has it agreed to pay any company or person, other than a bona fide employee working solely for Consultant, any fee, commission, percentage, brokerage fee, gift or other consideration contingent upon or resulting from the award or making of this Agreement. Consultant further agrees to file, or shall cause its employees or subconsultants to file, a Statement of Economic Interest with the City's Filing Officer as required under state law in the performance of the Services. For breach or violation of this warranty, City shall have the right to rescind this Agreement without liability. For the term of this Agreement, no member, officer or employee of City, during the term of his or her service with City, shall have any direct interest in this Agreement, or obtain any present or anticipated material benefit arising therefrom. 3.5.19 Equal Opportunity Employment: Consultant represents that it is an equal opportunity employer and it shall not discriminate against any subcontractor, employee or applicant for employment because of race, religion, color, national origin, handicap, ancestry, sex or age. Such non-discrimination shall include, but not be limited to, all activities related to initial employment, upgrading, demotion, transfer, recruitment or recruitment advertising, layoff or termination. Consultant shall also comply with all relevant provisions of City's Minority Business Enterprise program, Affirmative Action Plan or other related programs or guidelines currently in effect or hereinafter enacted. 3.5.20 Labor Certification: By its signature hereunder, Consultant certifies that it is aware of the provisions of Section 3700 of the California Labor Code which require every employer to be insured against liability for Worker's Compensation or to undertake self- insurance in accordance with the provisions of that Code, and agrees to comply with such provisions before commencing the performance of the Services. 3.5.21 Authority to Enter Agreement: Consultant has all requisite power and authority to conduct its business and to execute, deliver, and perform the Agreement. Each Party warrants that the individuals who have signed this Agreement have the legal Attachment A - Page 9 power, right, and authority to make this Agreement and bind each respective Party. 3.5.22 Counterparts: This Agreement may be signed in counterparts, each of which shall constitute an original. 3.6 Subcontracting. 3.6.1 Prior Approval Required: Consultant shall not subcontract any portion of the work required by this Agreement, except as expressly stated herein, without prior written approval of City. Subcontracts, if any, shall contain a provision making them subject to all provisions stipulated in this Agreement. CITY OF ROSEMEAD Ben Kim, Acting City Manager Attest: Ericka Hernandez, City Clerk Approved as to Form: Rachel Richman City Attorney [INSERT COMPANY NAME] By: Date Name: Title: Date [If Corporation, TWO SIGNATURES, President OR Vice President AND Secretary, AND CORPORATE SEAL OF CONTRACTOR REQUIRED] By: Name: Date Title: Attachment A - Page 10 EXHIBIT A SCOPE OF SERVICES/ RATE SCHEDULE/RESUME Attachment A - Page 11 EXHIBIT B INSURANCE REQUIREMENTS Prior to the beginning of and throughout the duration of the Work, Consultant will maintain insurance in conformance with the requirements set forth below. Consultant will use existing coverage to comply with these requirements. If that existing coverage does not meet the requirements set forth here, Consultant agrees to amend, supplement or endorse the existing coverage to do so. Consultant acknowledges that the insurance coverage and policy limits set forth in this section constitute the minimum amount of coverage required. Any insurance proceeds available to City in excess of the limits and coverage required in this agreement and which is applicable to a given loss, will be available to City. Consultant shall provide the following types and amounts of insurance: Commercial General Liability Insurance. Consultant shall maintain commercial general liability insurance with coverage at least as broad as Insurance Services Office form CG 00 01, in an amount not less than $1,000,000 per occurrence, $2,000,000 general aggregate, for bodily injury, personal injury, and property damage. The policy must include contractual liability that has not been amended. Any endorsement restricting standard ISO "insured contract" language will not be accepted. Business Auto Coverage on ISO Business Auto Coverage form CA 00 01 including symbol 1 (Any Auto) or the exact equivalent. Limits are subject to review, but in no event to be less that $1,000,000 per accident. If Consultant owns no vehicles, this requirement may be satisfied by a non -owned auto endorsement to the general liability policy described above. If Consultant or Consultant's employees will use personal autos in any way on this project, Consultant shall provide evidence of personal auto liability coverage for each such person. Workers Compensation on a state -approved policy form providing statutory benefits as required by law with employer's liability limits no less than $1,000,000 per accident or disease. Excess or Umbrella Liability Insurance (Over Primary) if used to meet limit requirements, shall provide coverage at least as broad as specified for the underlying coverages. Any such coverage provided under an umbrella liability policy shall include a drop down provision providing primary coverage above a maximum $25,000 self-insured retention for liability not covered by primary but covered by the umbrella. Coverage shall be provided on a "pay on behalf basis, with defense costs payable in addition to policy limits. Policy shall contain a provision obligating insurer at the time insured's liability is determined, not requiring actual payment by the insured first. There shall be no cross - liability exclusion precluding coverage for claims or suits by one insured against another. Coverage shall be applicable to City for injury to employees of Consultant, subconsultants or others involved in the Work. The scope of coverage provided is subject to approval of Attachment A - Page 12 City following receipt of proof of insurance as required herein. Limits are subject to review but in no event less than $1 Million per occurrence. 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 consultant and "Covered Professional Services" as designated in the policy must 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 Named Insured. The policy retroactive date shall be on or before the effective date of this agreement. Insurance procured pursuant to these requirements shall be written by insurers that are admitted carriers in the state of California and with an A.M. Bests rating of A- or better and a minimum financial size VII. General conditions pertaining to provision of insurance coverage by Consultant. Consultant and City agree to the following with respect to insurance provided by Consultant: Consultant 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 (or otherwise consistent with the insurer's endorsement). Consultant also agrees to require all contractors, and subcontractors to do likewise. 2. No liability insurance coverage provided to comply with this Agreement shall prohibit Consultant, or Consultant's employees, or agents, from waiving the right of subrogation prior to a loss. Consultant agrees to waive subrogation rights 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 Contractor 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 the 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. Attachment A - Page 13 6. All coverage types and limits required are subject to approval, modification and additional requirements by the City, as the need arises. Consultant 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 of the coverages required and an additional insured endorsement to Consultant'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 Consultant or deducted from sums due Consultant, at City option. 8. Certificate(s) are to reflect that the insurer will provide 30 days notice to City of any cancellation of coverage. A ten (10) day notice to City shall apply to nonpayment of premiums. Consultant agrees to require its insurer to modify such certificates to delete any exculpatory wording stating that failure of the insurer to mail written notice of cancellation imposes no obligation, or that any party will "endeavor" (as opposed to being required) to comply with the requirements of the certificate. 9. It is acknowledged by the parties of this agreement that all insurance coverage (except Professional Liability and Workers' Compensation) required to be provided by Consultant or any subcontractor, is intended to apply first and on a primary, noncontributing basis in relation to any other insurance or self-insurance available to City. 10. Consultant agrees to ensure that subcontractors, and any other party involved with the project who is brought onto or involved in the project by Consultant, provide the same minimum insurance coverage required of Consultant. Consultant 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. Consultant agrees that upon request, all agreements with subcontractors and others engaged in the project will be submitted to City for review. 11. Consultant agrees not to self -insure or to use any self-insured retentions or deductibles on any portion of the insurance required herein and further agrees that it will not allow any contractor, subcontractor, Architect, Engineer or other entity or person in any way involved in the performance Attachment A - Page 14 of work on the project contemplated by this agreement to self -insure its obligations to City. If Consultant'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 Consultant, which may include reduction or elimination of the deductible or self-insured retention, substitution of other coverage, or other solutions. 12. The City reserves the right at any time during the term of the contract to change the amounts and types of insurance required by giving the Consultant ninety (90) days advance written notice of such change. If such change results in substantial additional cost to the Consultant, the City will negotiate additional compensation proportional to the increased benefit to City. 13. 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. 14. Consultant acknowledges and agrees that any actual or alleged failure on the part of City to inform Consultant 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. 15. Consultant 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 or not 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. 16. Consultant 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 Consultant's insurance agent to this effect is acceptable. A certificate of insurance and/or additional insured endorsement as required in these specifications applicable to the renewing or new coverage must be provided to City within five days of the expiration of the coverages. 17. The provisions of any workers' compensation or similar act will not limit the obligations of Consultant under this agreement. Consultant expressly agrees not to use any statutory immunity defenses under such laws with respect to City, its employees, officials and agents. Attachment A - Page 15 18. 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 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. 19. 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. 20. The requirements in this Section 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 Section. 21. Consultant 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 Consultant 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. Consultant agrees to provide immediate notice to City of any claim or loss against Consultant 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 Attachment A - Page 16 A�® CERTIFICATE OF LIABILITY INSURANCE DAT1/10/201YVYY) 11/10/2026 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCERONTACT AssureclPartners Design Professionals Insurance Services, LLC 3697 Mt. Diablo Blvd Suite 230 Lafayette CA 94549 NAME: Dant $ChUIZe PHONE 714-202-0390 FAXMICNo: EMAIL ADDRESS: CeftsDesignPro@AssuredPartnem.com INSURERS AFFORDING COVERAGE NAIC# Y INSURER A: Travelers Property Casualty Company of America 25674 icense#: 6003745 INSURED RKACONS41 RKA Consulting Group 398 Lemon Creek Drive, Suite E Walnut CA 91789 INSURER B: The Travelers Indemnity Company of Connecticut 25682 INSURERC: XL Specialty Insurance Company 37885 INSURERD: Hartford Casualty Insurance Company 29424 INSURER E: INSURER F: RNT DAMA ET E COVERAGES CERTIFICATE NUMBER: 1860602699 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE ADDL SUBR POLICY NUMBER LICY EFF MMIDDIYYYY POLICY EXP MM/DD LIMITS A X COMMERCUILGENERALLIABILITY V Y 680JH979833 9/1/2025 9/1/2026 EACH OCCURRENCE $2,000,000 RNT DAMA ET E CL%tAIMS-MAGE OCCUR PREMISES Ea owunEDence $1,000,000 X Contractual Led MED EXP (Any one parson) $10,000 Included PERSONAL &ADV INJURY $2,000,000 GENT AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $4,000,000 POLICY [fl JET I LOC PRODUCTS - COMP/OPAGG $4,000,000 OTHER: $ B AUTOMOBILE LIABILITY Y Y BA2SO3695A 9/1/2025 9/1/2026 COMBINED SINGLE LIMIT $1,000,000 Ea acddent ANY AUTO BODILY INJURY (Per person) $ OWNED F7 SCHEDULED BODILY INJURY (Per accident)accident)$ AUTOS ONLY AUTOS X HIRED NON-0WNED PROPERTY DAMAGE $ AUTOS ONLY AUTOS ONLY Pq Per accident UMBRELLA LIMOCCUR EACH OCCURRENCE $ EXCESS LIMB CIAIMS-MADE AGGREGATE $ DED I I RETENTION$ I I $ D WORKERS COMPENSATION Y 57WEGBVOC6S 9/1/2025 9/1/2026 XIPER STATUTE ER AND EMPLOYERS'LIABILRY YIN ANVPROPRIETOWPART,IER/EXECUTIVE E.L. EACH ACCIDENT $1,000,000 OFFICERIMEMBEREXCLUDED'I ❑ N/A (Mandatory In NH) E.L. DISEASE - EA EMPLOYEE $1,000,000 If yes, describe under DESCRIPTION OF OPERATIONS below EL.DISEASE - POLICY LIMIT $1,000,000 C Professional Liability DPR5047101 9/1/2025 9/111026 Per Garn $1,000,000 Aggregate Limit $2,000,000 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space Is required) Insured owns no company vehicles; therefore, hired/non-owned auto is the maximum Coverage that applies. Project: City of City of Rosemead- Walnut Grove Avenue Resurfacing Phase 2 & Valley Blvd. Resurfacing Pro ect, RFP #2025-06. City of Rosemead, its officials, employees and agents are named as an additional insured as respects genera liability and auto liability as required per written contract. General Liability is Primary/Non-Contributory per policy form wording. Auto Liability is Primary per policy form wording. Insurance coverage includes waiver of subrogation per the attached endorsement(s). CFRTIFICATF HOLDER CANCELLATION 30 Dav Notice of Cancellation ©1988.2015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016103) The ACORD name and logo are registered marks of ACORD SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. City of Rosemead 8838 E. Valley Boulevard Rosemead CA 91770 pUTpREPRESENTATWE nn O� ©1988.2015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016103) The ACORD name and logo are registered marks of ACORD 6801H979833 POLICY NUMBER: COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s): Any person or organization that you agree in a written contract to include as an additional insured on this Coverage Part for "bodily injury" or "property damage" included in the "products - completed operations hazard", provided that such contract was signed and executed by you before, and is in effect when, the bodily injury or property damage occurs. Location And Description Of Completed Operations Any project to which an applicable contract described in the Name of Additional Insured Person(s) or Organization(s) section of this Schedule applies. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. Section II — Who Is An Insured is amended to in- clude as an additional insured the person(s) or or- ganizations) shown in the Schedule, but only with respect to liability for "bodily injury" or "property dam- age" caused, in whole or in part, by "your work" at the location designated and described in the schedule of this endorsement performed for that additional in- sured and included in the "products -completed opera- tions hazard". CG 20 37 07 04 09/01/2025 © ISO Properties, Inc., 2004 Page 1 of 1 CG T8 0X XX XX DATE OF ISSUE: 6801H979833 POLICY NUMBER COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Names of Additional Insured Person(s) or Organization(s): Any person or organization that you agree in a written contract to include as an additional insured on this Coverage Part, provided that such written contract was signed by you before, and is in effect when, the 'bodily injury' or "property damage' occurs or the "personal injury' or "advertising injury' offense is committed. Location of Covered Operations: Any project to which a written contract with the Additional Insured Person(s) or Organization(s) in the Schedule applies. (Information required to complete this Schedule, if not shown above, will be shown in the Declarations.) A. Section II — Who Is An Insured is amended to in- clude as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury', "property damage', "personal injury" or "advertising injury' caused, in whole or in part, by: 1. Your acts or omissions; or 2. The acts or omissions of those acting on your behalf; in the performance of your ongoing operations for the additional insured(s) at the location(s) desig- nated above. B. With respect to the insurance afforded to these additional insureds, the following additional exclu- sions apply: This insurance does not apply to "bodily injury' or "property damage" occurring, or "personal injury" or "advertising injury" arising out of an offense committed, after: 1. All work, including materials, parts or equip- ment furnished in connection with such work, on the project (other than service, mainte- nance or repairs) to be performed by or on behalf of the additional insured(s) at the loca- tion of the covered operations has been com- pleted; or 2. That portion of "your work" out of which the injury or damage arises has been put to its in- tended use by any person or organization other than another contractor or subcontrac- tor engaged in performing operations for a principal as a part of the same project. CG D3 6103 05 CopyrighFHUMe St. Paul Travelers Companies, Inc. All rights reserved. Page 1 of 1 CG T8 OX XX XX Includes copyrighted material of Insurance Services Office, Inc. with its permission. DATE OF ISSUE: Policy # 680IH97033 COMMERCIAL GENERAL LIABILITY c. Method Of Sharing a. The statements in the Declarations are If all of the other insurance permits contribution accurate and complete; by equal shares, we will follow this method also. b. Those statements are based upon Under this approach each insurer contributes representations you made to us; and equal amounts until it has paid its applicable c. We have issued this policy in reliance upon limit of insurance or none of the loss remains, your representations. whichever comes first. The unintentional omission of, or unintentional error If any of the other insurance does not permit in, any information provided by you which we relied contribution by equal shares, we will contribute upon in issuing this policy will not prejudice your by limits. Under this Method, each insurer's rights under this insurance. However, this provision share is based on the ratio of its applicable limit does not affect our right to collect additional of Insurance to the total applicable limits of premium or to exercise our rights of cancellation or insurance of all insurers. nonrenewal in accordance with applicable insurance d. Primary And Non -Contributory Insurance If laws or regulations. Required By Written Contract > Separation Of Insureds If you specifically agree in a written contract or Except with respect to the Limits of Insurance, and agreement that the insurance afforded to an any rights or duties specifically assigned in this insured under this Coverage Part must apply on Coverage Part to the first Named Insured, this a primary basis, or a primary and non- insurance applies: contributory basis, this insurance is primary to a As if each Named Insured were the only other insurance that is available to such insured Named Insured; and which covers such insured as a named insured, and we will not share with that other insurance, b. Separately to each insured against whom claim provided that: is made or "suit' is brought. (1) The "bodily injury' or "property damage" for 8. Transfer Of Rights Of Recovery Against Others which coverage is sought occurs; and To Us (2) The "personal and advertising injury" for If the insured has rights to recover all or part of any which coverage is sought is caused by an payment we have made under this Coverage Part, offerse that is committed; those rights are transferred to us. The insured must subsequent to the signing of that contract or do nothing after loss to impair them. At our request, agreement by you. the insured will bring "suit" or transfer those rights to us and help us enforce them. 5. Premium Audit 9. When We Do Not Renew a. We will compute all premiums for this Coverage If we decide not to renew this Cove rage Part, we will Part in accordance with our rules and rates. mail or deliver to the first Named Insured shown in b. Premium shown in this Coverage Part as the Declarations written notice of the nonrenewal advance premium is a deposit premum only. At not less than 30 days before the expiration date. the close of each audit period we will compute If notice is mailed, proof of mailing will be sufficient the earned premium for that period and send proof of notice. notice to the first Named Insured. The due date for audit and retrospective premiums is the date SECTION V — DEFINITIONS shown as the due date on the bill. If the sum of 1. "Advertisement" means a notice that is broadcast or the advance and audit premiums paid for the published to the general public or specific market policy period is greater than the earned segments about your goods, products or services premium, we will return the excess to the first for the purpose of attracting customers or Named Insured. supporters. For the purposes of this definition: c. The first Named Insured must keep records of a. Notices that are published include material the information we need for premium placed on the Internet or on similar electronic computation, and send us copies at such times means of communication; and as we may request. b. Regarding websites, only that part of a website 6. Representations that is about your goods, products or services By accepting this policy, you agree: for the purposes of attracting customers or supporters is considered an advertisemerd. Page 16 of 21 ® 2017 The Travelers Indemnity Company. All rights reserved. CG T1 00 02 19 Includes copyrighted material of Insurance Services Office, Inc. with its permission. Policy # 6e01H979933 occupational therapist or occupational therapy assistant, physical therapist or speech-language pathologist; or (b) First aid or "Good Samaritan services" by any of your "employees" or "volunteer workers", other than an employed or volunteer doctor. Any such "employees" or "volunteer workers" providing or failing to provide first aid or "Good Samaritan services" during their work hours for you will be deemed to be acting within the scope of their employment by you or performing duties related to the conduct of your business. 3. The following replaces the last sentence of Paragraph 5. of SECTION III — LIMITS OF INSURANCE: For the purposes of determining the applicable Each Occurrence Limit, all related acts or omissions committed in providing or failing to provide "incidental medical services", first aid or "Good Samaritan services" to any one person will be deemed to be one "occurrence". 4. The following exclusion is added to Paragraph 2., Exclusions, of SECTION I — COVERAGES — COVERAGE A — BODILY INJURY AND PROPERTY DAMAGE LIABILITY: Sale Of Pharmaceuticals "Bodily injury" or "property damage" arising out of the violation of a penal statute or ordinance relating to the sale of _> pharmaceuticals committed by, or with the knowledge or consent of the insured. 5. The following is added to the DEFINITIONS Section: "Incidental medical services" means: a. Medical, surgical, dental, laboratory, x- ray or nursing service or treatment, advice or instruction, or the related furnishing of food or beverages; or b. The furnishing or dispensing of drugs or medical, dental, or surgical supplies or appliances. 6. The following is added to Paragraph 4.b., Excess Insurance, of SECTION IV — COMMERCIAL GENERAL LIABILITY CONDITIONS: This insurance is excess over any valid and collectible other insurance, whether primary, excess, contingent or on any other basis, COMMERCIAL GENERAL LIABILITY that is available to any of your "employees" for "bodily injury" that arises out of providing or failing to provide "incidental medical services" to any person to the extent not subject to Paragraph 2.a.(1) of Section II — Who Is An Insured. K. MEDICAL PAYMENTS — INCREASED LIMIT The following replaces Paragraph 7. of SECTION III — LIMITS OF INSURANCE: 7. Subject to Paragraph 5. above, the Medical Expense Limit is the most we will pay under Coverage C for all medical expenses because of "bodily injury" sustained by any one person, and will be the higher of: a. $10,000; or b. The amount shown in the Declarations of this Coverage Part for Medical Expense Limit. L. AMENDMENT OF EXCESS INSURANCE CONDITION — PROFESSIONAL LIABILITY The following is added to Paragraph 4.b., Excess Insurance, of SECTION IV — COMMERCIAL GENERAL LIABILITY CONDITIONS: This insurance is excess over any of the other insurance, whether primary, excess, contingent or on any other basis, that is Professional Liability or similar coverage, to the extent the loss is not subject to the professional services exclusion of Coverage A or Coverage B. M. BLANKET WAIVER OF SUBROGATION — WHEN REQUIRED BY WRITTEN CONTRACT OR AGREEMENT The following is added to Paragraph 6., Transfer Of Rights Of Recovery Against Others To Us, of SECTION IV — COMMERCIAL GENERAL LIABILITY CONDITIONS: If the insured has agreed in a written contract or agreement to waive that insured's right of recovery against any person or organization, we waive our right of recovery against such person or organization, but only for payments we make because of: a. "Bodily injury" or "property damage" that occurs; or b. "Personal and advertising injury" caused by an offense that is committed; subsequent to the signing of that contract or agreement. CG D3 79 02 19 O 2017 The Travelers Indemnity Company. All rights reserved. Page 5 of 6 Includes copyrighted material of Insurance Services Office, Inc. with its permission. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT - CALIFORNIA Policy Number: 57WEGBVOC6S Endorsement Number: Effective Date: 09/01/2025 Effective hour is the same as stated on the Information Page of the policy. Named Insured and Address: RKA Consulting Group 398 Lemon Creek Drive, Suite E Walnut, CA 91789 We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule. (This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us.) You must maintain payroll records accurately segregating the remuneration of your employees while engaged in the work described in the Schedule. The additional premium for this endorsement shall be 2 % of the California workers' compensation premium otherwise due on such remuneration. SCHEDULE Person or Organization Job Description Any person or organization from whom you are required by written contract or agreement to obtain this waiver of rights from us "O�3Countersigned by Authorized Representative Form WC 04 03 06 (1) Printed in U.S.A. Policy Expiration Date: 09/01/2026 Policy: BA2S03695A COMMERCIAL AUTO THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BLANKET ADDITIONAL INSURED This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM The following is added to Paragraph c. in A.1., Who Is An Insured, of SECTION II — COVERED AUTOS LIABILITY COVERAGE in the BUSINESS AUTO COVERAGE FORM and Paragraph e. in A.1., Who Is An Insured, of SECTION II — COVERED AUTOS LIABILITY COVERAGE in the MOTOR CARRIER COVERAGE FORM, whichever Coverage Form is part of your policy: This includes any person or organization who you are required under a written contract or agreement between you and that person or organization, that is signed by you before the "bodily injury" or "property damage" occurs and that is in effect during the policy period, to name as an additional insured for Covered Autos Liability Coverage, but only for damages to which this insurance applies and only to the extent of that person's or organization's liability for the conduct of another "insured". CA T4 37 02 16 © 2016 The Travelers Indemnity Company. All rights reserved. Page 1 of 1 Includes copyrighted material of Insurance Services Office, Inc. with its permission. Policy # BA2S03695A COMMERCIAL AUTO THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BLANKET WAIVER OF SUBROGATION This endorsement modifies insurance provided under the following: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM The following replaces Paragraph A.5., Transfer of required of you by a written contract executed Rights Of Recovery Against Others To Us, of the prior to any "accident" or "loss", provided that the CONDITIONS Section: "accident" or "loss" arises out of the operations 5. Transfer Of Rights Of Recovery Against Oth- contemplated by such contract. The waiver ap- ers To Us plies only to the person or organization desig- We waive any right of recovery we may have nated in such contract. against any person or organization to the extent CA T3 40 02 15 © 2015 The Travelers Indemnity Company. All rights reserved. Page 1 of 1 Includes copyrighted material of Insurance Services Office, Inc. with its permission. Policy # BA2S03695A 4. Loss Payment — Physical Damage Cover- ages At our option, we may: a. Pay for, repair or replace damaged or sto- len property; b. Return the stolen property, at our ex- pense. We will pay for any damage that results to the "auto" from the theft; or c. Take all or any part of the damaged or stolen property at an agreed or appraised value. If we pay for the "loss", our payment will in- clude the applicable sales tax for the dam- aged or stolen property. 5. Transfer Of Rights Of Recovery Against Others To Us If any person or organization to or for whom we make payment under this Coverage Form has rights to recover damages from another, those rights are transferred to us. That person or organization must do everything necessary to secure our rights and must do nothing after "accident" or "loss" to impair them. B. General Conditions 1. Bankruptcy Bankruptcy or insolvency of the "insured" or the "insured's" estate will not relieve us of any obligations under this Coverage Form. 2. Concealment, Misrepresentation Or Fraud This Coverage Form is void in any case of fraud by you at any time as it relates to this Coverage Form. It is also void if you or any other "insured", at any time, intentionally con- ceals or misrepresents a material fact con- ceming: a. This Coverage Form; b. The covered "auto"; c. Your interest in the covered "auto" or d. A claim under this Coverage Form. 3. Liberalization If we revise this Coverage Form to provide more coverage without additional premium charge, your policy will automatically provide the additional coverage as of the day the re- vision is effective in your state. 4. No Benefit To Bailee — Physical Damage Coverages We will not recognize any assignment or grant any coverage for the benefit of any per - COMMERCIAL AUTO son or organization holding, storing or trans- porting property for a fee regardless of any other provision of this Coverage Form. 5. Other Insurance a. For any covered "auto" you own, this Coverage Form provides primary insur- ance. For any covered "auto" you don't own, the insurance provided by this Cov- erage Form is excess over any other col- lectible insurance. However, while a cov- ered "auto" which is a "trailer" is con- nected to another vehicle, the Covered Autos Liability Coverage this Coverage Form provides for the "trailer" is: (1) Excess while it is connected to a mo- tor vehicle you do not own; or (2) Primary while it is connected to a covered "auto" you own. b. For Hired Auto Physical Damage Cover- age, any covered "auto" you lease, hire, rent or borrow is deemed to be a covered "auto" you own. However, any "auto" that is leased, hired, rented or borrowed with a driver is not a covered "auto". c. Regardless of the provisions of Para- graph a. above, this Coverage Form's Covered Autos Liability Coverage is pri- mary for any liability assumed under an "insured contract". d. When this Coverage Form and any other Coverage Form or policy covers on the same basis, either excess or primary, we will pay only our share. Our share is the proportion that the Limit of Insurance of our Coverage Form bears to the total of the limits of all the Coverage Forms and policies covering on the same basis. 6. Premium Audit a. The estimated premium for this Coverage Form is based on the exposures you told us you would have when this policy be- gan. We will compute the final premium due when we determine your actual ex- posures. The estimated total premium will be credited against the final premium due and the first Named Insured will be billed for the balance, if any. The due date for the final premium or retrospective pre- mium is the date shown as the due date on the bill. If the estimated total premium exceeds the final premium due, the first Named Insured will get a refund. CA 00 01 10 13 © Insurance Services Office, Inc., 2011 Page 9 of 12