Loading...
2400 - General Technologies & Solutions (GTS) - Engineering Services For the Preparation of Plans, Specifications and Estimates For Mission Dr: Pedestrain Hybrid Beacon Systems Projectr1 C2 5001 PROFESSIONAL SERVICES AGREEMENT ENGINEERING SERVICES FOR THE PREPARATION OF PLANS, SPECIFICATIONS AND ESTIMATES FOR MISSION DRIVE: PEDESTRIAN HYBRID BEACON SYSTEM PROJECT (GENERAL TECHNOLOGIES & SOLUTIONS (GTS)) PARTIES AND DATE. This Agreement is made and entered into this j4+ -h Day ofToAe; 2022 (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 Blvd., Rosemead, California 91770 ("City") and General Technologies & Solutions (GTS) with its principal place of business at 1055 W 7th Street, Suite 3300, Los Angeles, CA 90017 ("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 Engineering Services for the Preparation of Plans, Specifications and Estimates 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 a Consultant to render such ongoing professional Engineering Services for the Preparation of Plans, Specifications and Estimates for Mission Drive: Pedestrian Hybrid Beacon System Project ("Services") as set forth in this Agreement. TERMS. 3.1 Scope of Services and Term. r") r) 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 Engineering Services for the Preparation of Plans, Specifications and Estimates services necessary for the Project, herein referred to a "Services". The Services are more particularly described in Exhibit "A" 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 from the Effective Date shown above to December 31, 2024, 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 r) r) other personnel of at least equal competence upon written approval of City. In the event 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 Rawad Hani, 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 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 Twenty Nine Thousand Nine Hundred and Ninety Dollars ($29,990) and in accordance with consultant's proposal dated June 7, 2022. 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 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 r) r) Documents/ Data and other information of any kind prepared by Consultant in connection 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: General Technologies & Solutions (GTS) 1055 W 7th Street, Suite 3300 Los Angeles, CA 90017 Attn: Rawad Hani Tel: (213) 267-2332 CITY: City of Rosemead 8838 Valley Boulevard Rosemead, CA 91770 Attn: Michael Chung Director of Public Works Tel: (626) 569-2150 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 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 0 (! 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 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 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. r) 0 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 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. [Signatures on next Page] 0 CITY OF ROSEMEAD 6'e� -_��/ z Ben Ki ity Manager Dat Attest: &v Ericka Hernnaez, City Clerk Oe Approved as to Form: Fhb N gadhel Richman City Attorney 11 GENERAL TECHNOLOGIES & SOLUTIONS Name: &AW AZ OA+.t] Title: A. Jc,OAL- p,r 0EX (if Corporation, TWO SIGNATURES, President OR Vice President AND Secretary, AND CORPORATE SEAL OF CONTRACTOR REQUIRED] 'Y:- &IIY12-2� Date Title: r) EXHIBIT A r-) SCOPE OF SERVICES/ RATE SCHEDULE PROPOSAL FOR: CITY OF ROSEMEAD ENGINERING SERVICES FOR MISSION DRIVE: PEDESTRIAN HYBRID BEACON SYSTEM PROJECT LACMTA PROJECT ID# MM4701.08 RFP NO. 2022-08 GTS.220405 77,77 d 3- e I City of Rosemead Public Works Department Date: June 7, 2022 SUBJECT: City of Rosemead Engineering Services for the Preparation of PS&E CP for Mission Drive: Pedestrian Hybrid Beacon System Project F9 Dear Mr. Chung and the City of Rosemead Selection Committee: On behalf of General Technologies and Solutions (GTS), I am pleased to submit our proposal for the City of Rosemead Engineering Services for the Preparation of PS&E for Mission Drive: Pedestrian Hybrid Beacon System Project (LACMTA Project ID# MM4701.08, RFP No. 2022-08). GTS provides traffic engineering, transportation planning, parking, and technology solutions for public agencies and institutions across Southern California. We work with several cities and institutions, and understand the importance of responsiveness while ensuring top-quality deliverables. We have carefully reviewed the RFP, and investigated the street layout and condition at the intersection to assess the existing conditions first-hand and develop this proposal. As such, our project understanding and approach illustrated in detail in the following pages are informed by these findings, as well as our keen understanding of and experience with similar projects across Southern California. GTS will bring our experience with Metro -funded projects to life as we support the City to deliver this project on-time and within budget. I will be your project manager and main point of contact for this project, and will manage and coordinate the day-to-day activities of our proposed team. I have served in similar capacities for various projects most recently in the City of Carson (Metro and HSIP-funded projects including two HAWK signals), City of Santa Monica (ATP -funded signal modification of 20th Street and the 1-10 Off -ramp), City of Los Angeles (modifying and designing new signals), City of Torrance (new signal design of Lincoln Ave and Arlington Ave), City of San Bernardino (delivering on traffic signal upgrades at 40 intersections), and City of Rancho Palos Verdes (helping with signal design and operations), among several others. Our other team members were meticulously selected to ensure responsiveness on every task. We have worked previously with all teaming partners and are ready to hit the ground running on this project. Our team's combined experience allows us to work collaboratively with your staff, covering all elements of the scope of services identified in the RFP. GTS hopes that you will find our quality, diversity, and responsiveness beneficial to the City. We appreciate your consideration of the GTS team and look forward to working with you. Sincerely, Rawad Hani, PE, TE 1055 W 7th Street, Suite 3300 Los Angeles, CA 90017 rawad.hani@gentecsol.com 213 267 2332 Q 0 TABLE OF CONTENT" Cover Letter 1 Approach & Scope of Work 3 Project Team, Key Personnel & Resumes 12 Company Qualifications References 16 19 Contract & Insurance Requirements 20 Cost Proposal (Separate Cover) -- GENERAL TECHNOLOGIES & SOLUTIONS 0 11. GENERAL )osal for: Mission Drive: Pedestrian Hybrid Beacon System ProjectJ SOLUTECHT NOLOGONS IES 6 Approach & Scope of Work Project Understanding The City of Rosemead (City) is seeking a qualified professional engineering firm to perform traffic engineering design at the intersection of Mission Drive and Newby Avenue. The main purpose of this project would be to improve and enhance pedestrian safety in and around the intersection given its role serving the Rosemead Park and High School among other destinations. The RFP calls for engineering services to prepare plans, specifications, and estimates (PS&E) for a pedestrian hybrid beacon system, often referred to as High-intensity Activated crossWalK (HAWK) beacon, at the intersection of Mission Drive and Newby Avenue. The project is funded by Measure M Multi -Year Subregional Plan —Active Transportation Program. GTS has carefully studied the provided request for proposal (RFP) and conducted a field review to evaluate first-hand the street conditions and existing traffic control devices at the project intersection and nearby junctions. The GTS team has carried -out numerous similar projects with new signalized intersections, geometric modifications, and street improvements that aim at improving traffic safety and operations, reducing delay and greenhouse gas emissions. Our recent project work in other locations such as City of Santa Monica, City of Los Angeles, City of Torrance, City of San Bernardino, City of Lake Elsinore, and several others are presented in this proposal. In addition most recently, GTS completed a City of Carson Metro -funded bicycle path design which included traffic engineering design of two new HAWK signals along the Dominguez Channel within budget and on-time per City's schedule. GTS is also aware of the recent concerns associated with cut -through and speeding traffic using Newby Avenue from Rosemead Blvd to Mission Drive and the City's proposed interventions. We truly understand the needs for the improvements as well as potential issues which are illustrated in the following section. 3osal for: Mission Drive: Pedestrian Hybrid Beacon System Project fI Preliminary Review and Observations After a careful review of the RFP, two senior GTS team members reviewed the street layout and conditions at the intersection of Mission Drive and Newby Avenue and nearby intersections. While the HAWK signal is not a challenging traffic engineering design, determining the associated street modifications is one of vital elements for the purposes of reducing the pedestrian related collisions. Our preliminary field review revealed the following observations: b An existing yellow crosswalk at Mission Drive with pedestrian crossing signs. Push buttons, available on either side of mission, trigger solar powered LED blinkers mounted on the signs as well as in -pavement yellow flashing devices. Crosswalk with in -pavement yellow flashing devices Image of existing intersection looking west No existing left -turn lanes from Mission Drive to Newby Avenue or to the Rosemead Park driveways. Moreover, no yield lines exist for guiding vehicles to yield or stop for pedestrians crossing at the crosswalk. Clear and thick tire marks were observed along the curb face for eastbound right - turn movements from Mission to Newby (southwest corner of the intersection). D A nearest street lighting is approximately 20 - feet away from the existing crosswalk. Moreover, since the goal of project is to improve the pedestrian crossing and road user safety, GTS researched the 10 -year collision data from 2012 to 2021 using the UC Berkeley Traffic Injury Mapping System (TIMS) which displays the SWITRS collision data. The preliminary review showed within 300 ft of the intersection, three collisions two of which involve a pedestrian injury and one which involves a bicycle injury. Our approach to addressthe above considerations is presented below. Quality Assurance and Control Brief The GTS team is focused on quality deliverables and continuous improvement. We have a formal Quality Assurance program in place for all of our transportation engineering and design projects. Our design plans will be field verified, peer reviewed and reviewed by senior staff member during the design preparation. A constructability review in the field will be carried out for the final plan prior to City's approval. Formal quality control checklists and/or plan review comments are employed to control the quality of deliverables. Project Approach Our typical approach to funded engineering design projects is to provide comprehensive engineering services that maximize the use of funds for construction and equipment purchases, while minimizing the design costs and risks of schedule overruns. GTS builds on its proven experience and expertise to deliver the required services. )osal for: Mission Drive: Pedestrian Hybrid Beacon Based on our field observations, review of collision data, and previous experience, the following elements of our specific approach for this project are highlighted: The proposed HAWK beacon system requires limit lines and red and yellow lights to direct the approaching traffic to stop. The HAWK also includes pedestrian push buttons with indications to allow pedestrians to make the call to cross and follow the indications. These elements of the system are aimed at improving the safety of both pedestrians and road users. However, in addition to the above and to further address the safety concerns (given proximity to the park and high school), GTS will work with the City to investigate curb extensions that shorten the crossing distance. Curb extensions (sometimes referred to as bulb -outs) benefit the most vulnerable users such as the elderly, mothers with baby strollers, physically challenged pedestrians, wheel -chair users, etc. If sufficient budget is an issue, the curb extension can be striped with temporary traffic devices to guide the road users to travel along the striped area. A temporary implementation sometimes allows the community to experience the proposed improvement before it becomes permanent infrastructure. 2. At the southeast corner of the subject intersection, multiple tire marks are clearly evident on the sides of the existing curb 0 GENERAL CFTECHNOLOGIES a SOLUTIONS (along Mission and Newby) as shown in the following images. GTS proposes performing proper turning templates to analyze and modify the striping for both receiving and approach lanes as well as the parking restriction along Newby Avenue near the project intersection. Tire marks at the southwest corner along Mission Drive Tire marks at the southwest corner along Newby Avenue 3. GTS will also work with the City to propose measures that can reduce the skew of Newby approach at the intersection. This can improve the sight distances for vehicles stopping at Newby and waiting for gaps in the east -west traffic direction along Mission. Moreover, the modified striping and parking restrictions can help improve vehicular path for traffic approaching Newby Avenue avoiding rear tires hitting the existing curb or even property damage. E Proposal for: Mission Drive: Pedestrian Hybrid Beacon 4. A Safety light should be considered to provide direct lighting and improve nighttime visibility at the crosswalk. Per our field review, the nearest existing street light is at approximately 200 -feet from the existing crosswalk. In addition to the above considerations, other considerations will be elaborate on during the early stages of the project related to turn lanes and school/park considerations. At GTS, we believe our clients are our partners and we value this teamwork. We will work collaboratively with the City throughout the various delivery stages of the project as illustrated below. Task 1 - Project Management GTS will coordinate with the City to develop a Project Development Team (PDT) that includes: City staff, GTS Team, and other agency representatives if needed. GTS will schedule and attend a kick-off meeting and monthly PDT meetings to discuss issues pertinent to the analysis and design of the project. We will also be responsible for preparing agendas and minutes for all meetings and activities. A monthly progress report, which includes accomplished tasks for the month, anticipated progress for the next month, pending issues and actions, and updated schedule along with other necessary supporting data will be attached. Project schedules will be updated itemizing activities and subtasks to support project milestones for City's review prior to distributing to the PDT meeting participants. A digital and hard copy of the schedule will be submitted to the City. Our project manager (Rawad Hani) will be responsible for the project management, resource allocation, and ensuring that all project tasks are being completed on time and under budget. A total of seven meetings are proposed in this task. The City required all proposed work to be completed and submitted per schedule from the date of issuance of the official Notice to Proceed. Our proposed schedule for completion of the project based on the City's requirements is shown in the following pages. If there are any GENERAL TECHNOLOGIES S SOLUTIONS unforeseen issues during the project preparation, we will notify the City and revise the schedule per agreement. Task 1 Deliverables: • Work plan (PDT included) and monthly progress report » Schedule • Agenda and minutes for each meeting Task 2 - Preliminary Engineering 2.1 Record Data and Right -of -Way Verification Prior to preparing a base plan for the street improvement and traffic engineering design, GTS will obtain copies of as -built drawings, utility right-of-way map, collision data and other available database/information pertaining to the project from the City and other associated agencies. If collision data is not available, GTS may obtain data from highway patrol and/or SWITRS (Statewide Integrated Traffic Records System). We will verify right-of-way information at project intersection with City's available right- of-way map and/or Los Angeles County on-line Assessor Map as part of base plan preparation and determination of temporary construction easement. 2.2 Field Visit and Survey GTS team believes a detailed field review and inventorywith as -built plan verification will provide a good base plan. The base plan is in turn the backbone of a high-quality design plan and will result in higher efficiencies (less time and costs). The field review will be performed within 300 -feet of the intersection along each approach. The review will include identifying field and design constraints, visibility and safety issues, verifying as -built information, and observing general site conditions. The existing curb ramps at the project intersection will be part of field review to verify the condition, size, slope, and criteria which meets the current ADA requirement. We will document our findings with notes and photos taken as part of our field review. 2.3 Utility Coordination and Map GTS will request from the City the existing utility a for: Mission Drive: Pedestrian Hybrid Beacon System information and contact list of utility companies with facilities at the project intersection. We will request utility maps and compile underground and above ground utilities in a separate digital file. This file will be referenced into all relevant design plans and clearly labeled to identify utility type, size, and owner. This will allow us to identify any potential impacts and modify the design as necessary. We will also send a notification to all utility companies within the project limits after receiving City comments on the 60% submittal, and/or final design stage for their review to determine if there are any possible conflicts within the proposed improvements. GTS will work closely with the utility companies and other City departments to resolve conflicts prior to final design. A communication log will be preserved throughout the project and provided to the City upon request. GTS will provide coordination with Southern California Edison (SCE) for the service cabinet (pedestal) and/or point of connection (POC). 2.4 Preliminary Plan GTS will analyze as -built plans, field review documents, collision patterns, visibility and safety issues, and street layouts to propose HAWK signal alternatives and recommendations. The alternatives will be shown on conceptual plans for City's review and selection of optimal design approach. A base plan will be prepared with as -built plans, land survey (optional — refer to optional task 6.1), and field -verified existing improvements per the City's required format. Our preliminary field review revealed possible visibility issues for the approach lanes with multiple hit marks shown previously. GTS will run turning templates with full-size vehicles and possibly delivery trucks at the subject location; this will be analyzed along with existing street layout, available collision data, field notes, visibility and other safety issues to provide recommendations that improve the intersection. A concept plan with two revisions is scoped in this task and a cost estimate for each concept will be provided. M Task 2 Deliverables: Field notes and photos Land survey (optional) in PDF and AutoCAD Concept plan Task 3 — Plans, Specifications and Estimates (PS&E) GTS will prepare PS&E to accommodate the construction requirements for the proposed improvements at the intersection of Mission Drive and Newby Avenue. Based on our understanding of the RFP and preliminary field review, we anticipate producing plans for the following: Signing and Striping Plan —to improve vehicle mobility, pedestrian, bicycle and vehicle safety, and accommodate of the proposed HAWK signalized crossing requirements. » Traffic Signal Plan — to propose a HAWK signalized intersection including agreed-upon traffic signal improvements and operations based on the developed recommendations. » Street Improvement Plan — to accommodate ADA compliant curb ramps and possible pavement modification design at the project intersection. GTS will provide construction documents and design plan conforming to the City's required standards and manuals which included but no limited to latest ADA, City and Caltrans standard plans and specifications. The design plans will be prepared per City's required format, agreed- upon scale and notes and submitted for 90%, and 100%. 3.1 Street Improvement Plan GTS will verify and modify the existing curb ramps and design new curb ramps to comply with ADA guidelines. The plans will clearly show the limits of construction area, curb and gutter, curb ramp grades, crosswalk area pavement modification. Plans will be prepared at 1"=10' or City agreed- upon scale for subject street improvements. M )osal for: Mission Drive: Pedestrian Hybrid Beacon S' 3.2 Singing and Striping Plan GTS will provide a signing and striping design at the intersection of Mission Drive and Newby Avenue. The plan will show existing and proposed improvements. The plan will show center line, right of way, existing and proposed street improvements and notes. We will prepare the plan in accordance with the City's format and standards and at 1" = 40' or other scale agreed- upon with the City. 3.3 Traffic Signal Pian GTS will prepare HAWK signal design at the intersection of Mission Drive and Newby Avenue by utilizing the as -built plans, survey, field investigation data, and proposed signal phasing. The plan will include the centerline, right-of- way, relevant existing street improvements, and existing traffic controls. We will provide a detailed traffic signal plan per the format, standards, and specifications agreed-upon with the City. The plan will propose approved signal phases, clearly identify all existing and proposed traffic signal equipment and safety lights to correspond the overall design intent and shown existing and proposed improvements. The traffic signal plan will be 1"= 20' scale unless directed otherwise. 1. GENERAL TECHNOLOGIES d SOLUTIONS Constructabllity Field Review Prior to the final plan submittal, GTS will contact DigAlert to mark the existing utility locations at the project intersection. Two senior GTS team members will perform constructability field review to compare the proposed improvement locations with the existing street conditions and marked utilities to verify the final design. We will mark the locations of the proposed foundations reflecting the size and location at each corner of the project intersection. An example from a recent project is provided in the following exhibit where the findings will be documented. A report of findings and potential issues will be submitted to the City with recommendations for City's determination. A constructability field review should reduce the risks of unforeseen seen issues and conflicts. Utility Verification and Coordination The utility verification initially starting at base preparation and will be continued during the PS&E processing period for the final design and approval. More details can be found in Task 2.3. 3.4 Specifications and Cost Estimates GTS will prepare the technical specifications using the City's boilerplate template and required format. We will use the City and Caltrans required standards and specifications. The PS&E quantity Constructability Review showing DigAlertmarkings and GTS marking of proposed foundations n )osal for: Mission Drive: Pedestrian Hybrid Beacon takeoff list, engineering cost estimate, and bid document will be prepared using City and Caltrans required format and language. We will apply market construction costs for each bid item to quantities measured. Cost estimate will be derived from a combination of available sources including available Caltrans published data, Los Angeles County Public Works Department bid history, recent bid prices from other local projects, and any other data that the City may choose to provide for our use. Adetailed quantity takeoff list of the proposed improvements will be provided to the City as part of engineering cost estimate service. The cost estimates will be submitted at the 60%, 90% and 100% design stages. GTS will update the cost estimates based on the refinement of the quantities throughout the project. Task 3 Deliverables: » 90% and 100% PS&E design plans and cover sheet, submittals 3 sets in paper (24'X36") per stage and electrical files » Final (100% Complete) PS&E design plan and cover sheet, submitted in Mylar, PDF (24"x36") and AutoCAD » Cost Estimates and format with the 60%, 90% and 100% and final design stages and specification will be submitted in 100% ad final design stages. Both will be submitted in paper and electronic format (MS Word or City required format) » List of utility research and confirmation letters » Bid sheet with line -item descriptions, in PDF and MS Word format » Stamped final construction cost estimate in PDF and excel format Task 4 — Bidding and Construction Support 4.1 Bidding Assistance GTS will provide bidding assistance support services during pre -construction phase. We will attend pre-bid meeting, answer the questions, respond to request information, and prepare addendum during the construction bidding process regarding the design and specifications. GENERAL CFTECHNOLOGIES 4 SOLUTIONS If there are omissions or conflicts in the design prior to the award to contractor, GTS will provide a plan revision. 4.2 Construction Support GTS will provide construction support services for this project during construction. These services include, but are not limited to attending a construction kick-off meeting, responding to questions during the construction, reviewing contractor submittals, responding to contractor's requests for information (RFIs) or Change Request (CR), revising design plans per CR, maintaining a log of all changes to approved plan set, reviewing and making recommendations to Contract Change Order (CCO), and providing progress reports to Caltrans. We will attend up to 4 construction site meetings during the construction duration. Task 4 Deliverables: » Meeting agenda, minutes and correspondences for bidding and construction phase services » Contractor submittals review » Response to RFI's » Plan revisions » Recommendation to CCO (if any) Task 5 — Prepare Record Drawings (As-Builts) After the completion of project construction and if the City requested, we will request the redline markings prepared by the project inspectors and/ or contractors on the signed design plans, for preparation of as -built plans. The as -built plans will be signed and submitted to the City for the completion of the project Task 5 Deliverables: » As -Built Plans in City required format Task 6 — Optional Tasks Based on our previous experience, we realize that such projects sometimes encounter additional service requirements. In an effort to pre-empt such requirements, we have included the following tasks as optional in our proposal. 11 Proposal for: Mission Drive: Pedestrian Hybrid Beacon 6.1 Intersection Realignment and Curb Extensions We are aware of the current budget constraints, however, If the City is thinking of realigning the intersection, constructing curb extensions and moving the crosswalk as needed, we anticipate that a full topographic field survey of the full intersection will be required to design the street/intersection improvement PS&E for bidding and construction, including curb and gutter, pavement, curb ramp and driveway improvements. In addition, curb extensions may require the relocation of existing catch basins (2 max.) which if they are LA county facilities, may also require preparation of storm drain catch basin relocation plans and profiles and a LA County flood control permit/processing through EpicLa. Preparation of hydrology and hydraulics, if required, is not included herewith. 6.2 Potholing Services If the underground condition requires a potholing for utility conflicts, we have included on our team C Below who can provide these services and whom we have worked with before. Potholing is also known as vacuum excavation and is used for the purpose of identifying the axis of an underground utility. When the utility is revealed, the type of material and utility size are documented. The data collected during these excavations are beneficial in all phases of construction. Based upon the soils conditions or scope, C Below will choose to use air or water to create the pothole. Potholes made to expose facilities encased in concrete, will stop at the encasement. The top of the encasement will then be recorded as the top of the facility. After documenting our findings, each pothole will be backfilled, compacted, and a perm -a -patch or hot patch will be provided depending upon client specifications. A potholing report complete with photographs are provided at the conclusion of the job documenting the location, utility found, depth to top of pipe, utility size, material and the soil conditions. If no utility is found within the predetermined depth of the pothole, it will be considered a dry hole. Additional holes may be 0 GENERAL TECHNOLOGIES & SOLUTIONS necessary to provide a positive location of the utility. The task includes 2 potholes at the project intersection. 6.3 Signal Timing If requested, GTS will prepare a signal timing sheet at the intersection of Mission Drive midblock crossing to accommodate the proposed HAWK signal operation, signal timing per current CA MUTCD and other requirements. The nearby signalized intersections are more than 600 -feet away. At this time, the signal coordination may not be necessary; however, GTS will discuss with the City to provide signal coordination if there is existing signal interconnect and/or the peak hour traffic is extreme along Mission Drive at the project intersection. In preparation of signal coordination, we will obtain the existing signal timing sheet at the neighboring intersection, Rosemead Boulevard and Encinita Avenue on Mission Drive for analysis to provide timing coordination if needed. However, if there are peak -hour turning movement traffic count data available at the neighboring intersection, a simulation and optimization traffic analysis will be performed by using Synchro software. We will prepare and submit the signal timing per City required format for approval. Task 6 Deliverables: A Topographic land survey in CAD and PDF format N Potholing document m Signal timing sheet 0 eB 0 0 m■ ■ ■■.■ OMEN MEMO MEMO ■■ .■ ■ ■ ... ■■O �m■ a■ lillsim ■ ■■■. ■■■■ MEMO O■■■ ■■■■ ■.■■ ■■■■ .■■■ O■ ■■ ■■ ■ ■ ■ ■ ■M■ ■.. ■.■ ■M■ N■ w■ 0 m ■ O■.■ ■O■■ ■■■■ MEN .■■■ ■■■■ ■■.■ ■■■■ .■■■ ■ ■ ■ ■ ■ ■ ■ ■ MEN ■■■ ■.■ ■■■ m w m C ■ ■ ■ O ■ ■ MEMO MEMO ■■N. .■■O MEMO ■■.■ N■■. ONE NONE N.■■ OMEN MEMO ■ ■ ■ ■ ■ ■ . ■ ■ ■ ■ ■ ■■■ ■■■ MEE ■■■ ■■■ ■■N w �w m■ © ■ ■ ■■.■ ■■■■ MEMO OMEN ■■M■ ■ ■ ■ ■ ■ . ■■N ONE ■.. MEMO �® ® w ■ ■ ■ ■ .■■■ O■■■ O.■■MEMO ■■■. ■■■■ ■■■O ■■■N MEMO ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ON .■O MEN ■.. ■■E ■■■■ m I■ s m ® m �■ ■ ■ ■ ■ MEMO MEMO .00■ .ON■ .■■■ .■■. ■■■■ ■■■■ OMEN MEMO .... ME MM ■ ■ ■■ .■ ■ ■ ■ ■ M ■ ■ ■■■ ■■■ ■■■ ENE ... ■ME C m M . ■ .■EN MEMO ■■■. .O■■ MEMO MEMO O. ■ . . . ■ .■■ .■■ .ME w ..■■ MEMO ■ ■ .■E �m w ■ ■ ■ ■■■■ MEMO .M■■ ■■■■ ■■■■ ■O ■M ■. ■ ■ . .ME ■■■ ■■■ ■.■■ wi M ■ ME ■■ i . M •••• -ja:ME ME ■. M . i■■ . Im N ME M M®� M -jmw iii. ii M iME ■ ■ .■ .. ■ ' . No ■O ■ ■ .■■ .■■ �� ME ME E MMM. M .N M .ME m M .■ N ■.. ■■■ � Im .O■■ ' . M■ M EWE MEME ■ MEMS MEM. M. M. . . MM■M EE ONE m �© MEMS®® .... E.. MEMO ■■■■ NONE M. M. M. . . . MEN MEN MEE IMEME • MEM E.■■ OMEN M. ■■ . . MEE M.. • ■■M. M■■■ MEMO .... M. ■. . . ME. .. )osal for: Mission Drive: Pedestrian Hybrid Beacon C5- J GENERAL iC5TECHNOLOGIES & SOLUTIONS Project Team, Key Personnel & Resumes GENERAL GTSti l d S i l h l Technologies es anouons TECHNOLOGIES & Gg (GTS) CW SOLUTIONS www.gentecsoLcom GTS provides mobility solutions for all road uses: pedestrian, bicycle, transit, auto, and freight modes. We employ state-of-the-art technologies to provide innovation in: • Traffic Engineering • Multi -Modal Planning » Parking n Systems Engineering GTS was established with the goal of helping public agencies leverage advanced technology in transportation. We believe in the power of technology to effect meaningful change in our local neighborhoods and communities. Smart cities are the future, offering unlimited opportunities for smart government technology. GTS brings together our understanding of smart technology solutions (what's on the horizon) with community needs and goals (what's in demand). At GTS results matter as much as the way getting there. We support our clients throughout the whole project lifecycle, including communicating mobility initiatives, technology goals, and strategies to stakeholders at all levels. GTS currently works across Southern California with Los Angeles Metro, Caltrans, LADOT, Los Angeles County, and the cities of Santa Monica, Torrance, Pomona, West Hollywood, Moorpark, San Bernardino, Moreno Valley, Glendale among others on transportation planning, parking, and systems engineering tasks ranging from CEQA transportation analysis to traffic signal design and modification, data analytics, revitalization plans, safety studies and traffic control. C Below (Potholing Services) a BELOW wwwxbetow.com `vim SUBSURFACE IMAGING C Below offers professional locating and mapping services throughout Southern California. Our highly experienced technicians utilize the most advanced equipment in the industry. We locate horizontal and vertical locations of underground utilities including water, gas power, waste, communications, and cable/TV. Many different methods are used to locate these utilities. These methods include GPR (ground penetrating radar), CCN, utility locators, electromagnetic locators, and potholing. Accurate information is vital in planning and can prevent costly delays from damages caused by cutting, coring, drilling, or digging in areas congested by unforeseen hazards in concrete, masonry, and underground. Information can be provided in the form of pull box or electrical reports, potholing reports, underground mapping, 3D modeling, CAD drawings or simply marking surfaces. C Below has been in the utility locating business for ten years and employs the most experienced technicians in the industry, some with over ten years of experience. C Below currently has over forty five employees, including thirty technicians, the sales department, a Project Engineer, a surveyor, and a CAD technician. i cz C- L C: O 4-0 cz .N C- cz 2 0 � 10-\ 2E,/ �\ cz \) \} /) \) \ E \ )\ )/ ]/ /\ { E 5@ >a %G =a \E E q§ / 3E e 2E,/ �\ cz \) ca E \ )\ U- EDUCATION » BE Civil Engineering, American University • MS Civil Engineering, American University REGISTRATIONS Civil Engineer in CA, WA, and FL n Traffic Engineer in CA » PTOE - Professional Traffic Operations Engineer PTP - Professional Transportation Planner » RSP1 - Road Safety Professional 1 AREAS OF EXPERTISE Traffic Engineering Parking Analysis n Transportation Planning N Transportation Technology Applications GENERAL TECHNOLOGIES & SOLUTIONS PROFILE Rawad is a traffic engineer and transportation planner with 20 years of experience. He specializes in traffic engineering, parking studies, and technology applications. Rawad 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 design project experience includes the cities of San Bernardino, Lake Elsinore, Carson, Commerce, Santa Monica, Los Angeles, Glendora, Irvine, Buena Park, and Cathedral City where he successfully delivered on numerous signal designs and modifications. Rawad understands the importance of striking the right balance between mobility and safety and has helped transportation agencies achieve effective solutions. EXPERIENCE x City of Carson Dominguez Channel Bicycle Path - Project manager leading signing and striping, and traffic signal design services (2 new HAWK signals). x Figueroa St and Victoria St/190th St Traffic Signal Design (HSIP), Carson, CA - Led the traffic signal design for this HSIP project (included topographic survey, utility investigation, potholing, and working with Caltrans, LADOT and the City. San Bernardino Traffic Signal Upgrades (HSIP), San Bernardino, CA - Managed the traffic signal upgrades for 40 intersections which included various safety, operations, and accessibility upgrades. Hermosa Beach Traffic Engineering Studies and Bicycle Lane Designs, Hermosa Beach, CA - Project manager for the on-call services. Carried out the bicycle designs in the downtown as well as parklet designs. y City of Santa Monica, Bergamot Expo Rail Station Pedestrian and Bicycle Connection, Santa Monica, CA - Led the traffic engineering tasks (including signal designs) for closing a key bike and pedestrian network gap. : Melrose Ave Fiber Optic Communications and Signal Design, West Hollywood, CA - Led the communications and signal design services as part of this complete streets project. a 8888 Washington Blvd, Culver City, CA- Led the signal modifications, signing and striping and street lighting services for this project which included various off-site improvements and striping bicycle lanes. Traffic Signal Design of Glenoaks Blvd and Randall St and modifications at Bradley Ave & Penrose St and Glenoaks Blvd and Tuxford St, Los Angeles, CA - Led the signal design and modifications at these locations to meet LADOT requirements. Arlington Ave and Lincoln Ave New Signal Design, City of Torrance - Managed the signal design and street lighting services for this new signalized intersection m City of Irvine, Adaptive Signal Control Pilot and Probe Data Analysis, Irvine, CA - Managed the on-call with the City of Irvine. • Coachella Valley Association of Government ITS Plan Peer Review - Leading a third part independent review of the CVAG ITS master plan including signal synchronization, regional communications, controllers, and systems engineering. Central Ave (SR74) and Ardenwood Way Intersection Modification, Lake Elsinore, CA- Managed the signal modification and signing and striping designs associated with widening of SR74. Date Palm Dr and Victoria Dr Conceptual Signal Modification Plan, Cathedral City, CA - Developed a conceptual signal modification plan per the conditions of approval of a local project at the southeast corner of the intersection. Kamal has over 12 years of experience specializing in transportation planning and municipal traffic engineering projects. He has been the project engineer for projects in the Cities of Signal Hill, Downey, Seal Beach, Stanton, Norwalk, Long Beach, Cypress, and San Diego. He has participated in a variety of traffic related research, analyzed traffic signal timing projects and conducted various traffic impact reports utilizing software such as SYCNHRO, HCS, CORSIM, and VISSIM. His project experience includes corridor traffic signal synchronization, traffic management, timing plans, traffic studies, concept alternatives, bikeway projects, intersection improvements, roadway widening, highway ramp improvements, traffic signal design, and AHRP projects. EXPERIENCE On -Call Traffic Engineering Services Worked on PS&E preparation for street and intersection improvement projects, plan checking, prepared and reviewed various traffic studies including traffic signal warrants, safety analysis, traffic impact study, neighborhood traffic calming studies, and traffic management plans for the City of Signal Hill, City of Downey, City of Norwalk, and City of Stanton. Traffic Design Prepared and reviewed various traffic signal design, interconnect design, signing and striping, and traffic control plans. Civil Design Worked on street widening, drainage design and site grading projects. Cassandra provides traffic engineering and design services ranging from signal designs to signing and striping, traffic control plans, and street lighting. Her recent experience includes the collection of data and creation of design plans for resurfacing projects, bike path projects, and traffic signal upgrade projects. Cassandra strives to improve communities through implementation of safe and effective methods of transportation. EXPERIENCE • San Bernardino Traffic Signal Upgrades, San Bernardino, CA Created plans for the relocation, replacement and/or upgrade of traffic signal equipment including vehicle heads, pedestrian heads, and pedestrian push buttons for multiple intersections in the San Bernardino region N Traffic Signal Design of Figueroa St and Victoria St / 190th St, Carson, CA Performed a field visit and prepared plans for the installation of poles, curbs, video detection cameras and other traffic signal equipment at an intersection within the City of Carson. b Dominguez Channel Bicycle Design, Carson, CA Performed a field visit along multiple corridors for the purpose of implementing bike routes and bike lanes to join disconnected portions of the Dominguez Channel Bike Path. Created signing and striping plans for all connecting sections along the channel and paved street roads. • Burbank Resurfacing Program - Signing & Striping Restoration and Loop Replacement Plans, Burbank, CA Worked on creating signing and striping plans as well as loop replacement plans for multiple corridors pending resurfacing within the City of Burbank. n Eastman Ave/Medford Project, Los Angeles, CA Performed a field visit and provided notes for two signalized intersections in the City of Los Angeles. 0 )osal for: Mission Drive: Pedestrian Hybrid Beacon GENERAL TECHNOLOGIES & SOLUTIONS Company Qualifications City of Carson Dominguez Channel Bicycle Design GTS provided traffic engineering design services for both Phase I and Phase II of the City of Carson bicycle design project. GTS services included supporting the conceptual design elements of the project as well as the design development to produce the final plans, specifications, and estimates. GTS carried out the design of signing and striping as well as traffic signal designs and or modifications. The design is per the requirements of the California Manual of Uniform Traffic Design as well as the Highway Design Manual. The design is geared to address safety, operational, and accessibility considerations with a special focus on vulnerable modes of transportation. Contracting Agency: City of Carson Reference Information: Ryan Kim I Traffic Engineer I rkim@carson.ca.us 1310.952.1700 x1815 Traffic Signal Design of Figueroa St and Victoria GTS is providing traffic engineering signal upgrade services for the signalized intersection of Figueroa St and Victoria St / 190th St in the City of Carson. GTS is carrying out various safety, operational, and accessibility upgrades as part of this design. This HSIP-funded project will provide protected left -turn signal phases at all legs of the subject intersection, safety improvements for road users and pedestrians, and ADA -compliant curb ramp design. The design services include coordination with the City of Los Angeles (which has shared jurisdiction at the intersection) as well as with Caltrans for funding administration purposes. St / 190th Street (HSIP Funded) IFNI Contracting Agency: City of Carson Reference Information: Ryan Kim I Traffic Engineer I rkim@carson.ca.us 1310.952.1700 x1815 City of San Bernardino Traffic Signal Upgrade PS&E Services (HSIP Funded) GTS provided traffic engineering signal upgrade services for 40 of the 224 signalized intersections in the City of San Bernardino where various safety, operational, and accessibility upgrades are required. This HSIP-funded project will replace or install new equipment to the existing traffic signal system which include traffic signal head improvements, pedestrian signal head improvements, and pedestrian pushbutton improvements among others. Contracting Agency: City of San Bernardino (GTS is a sub to Kimley-Horn) Reference Information: Azzam Jabsheh I City Traffic Engineer I jabsheh_az@sbcity.org 1909.384.7272 A ^'1 GENERAL )osal for: Mission Drive: Pedestrian Hybrid Beacon System Project TSOLUECHNOLOGIES & Santa Monica 20th Street Connection (Caltrans Funded) GTS carried out the traffic engineering tasks for this City of Santa Monica project that is closing a key bike and ' pedestrian network gap and serving as critical linkage between the Michigan Avenue Neighborhood Greenway (MANGO) and Bergamot Expo Station. The project posed , the challenge of designing as closely as possible to Caltrans Highway Design Manual standards with limited space available for improvements. GTS worked closely and tirelessly with Caltrans and the City on developing- and testing various alternatives that are acceptable to both agencies. GTS performed the traffic analysis, truck turning analysis, traffic signal design, signing and striping design, and traffic control plans. GTS also designed the street lighting and emergency blue light phone services over a 4G network. Prior to this project our team members also assisted the City with video detection standardization and the design of the electronic parking guidance for the downtown area. GTS worked on this project with both of our team members, Rock Miller and JMC2. Contracting Agency: City of Santa Monica Reference Information: Joseph SanClemente I Principal Transportation Planner I joseph.sanclemente@smgov.net 1310.458.2204 "Thank you for all your timely and hard work. You have continually gone above and beyond what is expected." - John Cruikshank, Project Manager City of Hermosa Beach Transportation Planning and Traffic Engineering On -Call GTS is providing transportation planning and traffic engineering on-call services to the City of Hermosa Beach. We assisted the City in its COVID-19 relief efforts to support small businesses by providing parklet designs used for outdoor dining. GTS produced plans, specifications and estimates (PS&E) for road dieting and installing Class II bicycle facilities in the downtown area (Hermosa Ave and Pier Ave) to provide space for walking, biking, and outdoor dining while ensuring social distancing. At the time of this proposal we have provided the design of over seventeen parklets and carried out the traffic engineering feasibility study of closing a right turn slip lane. Contracting Agency: City of Hermosa Beach Reference Information: Douglas Krauss I Project Manager I dkrauss@hermosabeach.gov 1 310.750.3603 "GTS have been an absolute pleasure to work with. They have been extremely responsive, especially during the difficult period of the pandemic. They are a very knowledgeable and capable consulting firm and have proven to be very cost effective. They came through during a difficult time to assist our city with a very challenging project and has continued to be a tremendous resource and partner in this and other projects." -Douglas Krauss, Project Manager (City of Hermosa Beach) for: Mission Drive: Pedestrian Hybrid Beacon System City of West Hollywood, Melrose Complete Street Communications Design GTS provided electric vehicle (EV) charging stations and communications design services for Phase I of this complete street project in the WEHO Design District. The major project goals included advancing the adoption of EV and bringing fiber to the data center at City Hall, traffic signal cabinets, City bus shelters and bus stops, lighting poles and/or smart poles that will be used for Wi-Fi access points and other Smart City applications. Phase I included 12 Level II EV charging stations and associated infrastructure and services; 432 strands of fiber along with innerduct products for future expansion, pull boxes, splice vaults, and distribution cabinets; and outdoor wireless access points including power feeds, enclosures, and media converters. GTS is currently working on Phase II of the project which includes traffic signal (including highway safety lights), In Road Warning Lights (IRWL), street lighting, landscape lighting, EV charging stations, and fiber optic improvement plans. Client: Kabbara Engineering Reference Information: Leah Kabbara I leah@kabbara.net 1714.744.9400 Sun Valley Traffic Signal Design and Modifications, Los Angeles, CA As part of the B -permit, GTS prepared a new traffic signal design at Randall St and Glenoaks Blvd and modification plans for the intersections of Penrose St and Bradley Ave and Tuxford St and Glenoaks Blvd. The plans will depict all proposed and existing traffic signal equipment (traffic signal controller cabinets, signal standards, mast arms, vehicle heads, and pedestrian heads) and loop detectors. The traffic signal plans also show proposed and existing traffic signal conduits, pull boxes, interconnect/ video fiber, splice boxes, loop detectors, service feed, and proposed traffic signal phasing, as necessary. Additionally, traffic signal plans also reference existing, proposed, and (to be) removed pavement delineation, traffic signage, safety lighting, and utilities to accommodate the proposed traffic signal design modification and installation. The proposed traffic signal plans are designed at a scale of 1"=20' per the LADOT standards and engineering requirements. GTS also prepared signing and striping and street lighting designs as part of this project. Client: Facility Builders & Erectors Reference Information: Dwight Becker 1714.577.8060 City of Rancho Palos Verdes Transportation and Traffic Engineering On -Call GTS is providing transportation and traffic engineering on-call services to the City of Rancho Palos Verdes. We have carried over 10 different task orders. For example, GTS worked with the City on the traffic signal design review at the intersection of Palos Verdes Drive E & Palos Verdes Drive S. The scope included recommendations to enhance the aesthetics at the said location by presenting signal elements that better blend with the surroundings. GTS carried out various signal design, striping, and traffic calming projects. GTS also assisted with the traffic engineering and circulation analysis for several schools in Rancho Palos Verdes (Silver Spur Elementary, Soleado Elementary, Ridgecrest Intermediate, and Vista Grande Elementary). Our scope of work included working jointly with the City and the schools to confirm the current challenges through site observations of the drop-off and pick-up areas and surrounding streets, analysis of the prevailing conditions and providing recommendations for improvement, and documentation of findings. Contracting Agency: City of Rancho Palos Verdes Reference Information: Ramzi Awwad I Public Works Director I rawwad@rpvca.gov 1310.544.5275 n posal for: Mission Drive: Pedestrian Hybrid Beacon City of Carson Ryan Kim I Traffic Engineer t. 310.952.1700 x1815 I e. rkim@carson.ca.us GENERAL TECHNOLOGIES& SOLV TIONS Project: Traffic Signal Design of Figueroa St and Victoria St / 190th Street, Carson, CA; Dominguez Channel Bicycle Design, Carson, CA City of Hermosa Beach Douglas Krauss I Environmental Programs Manager t. 310.750.3603 1 e. dkrauss@hermosabeach.gov Project: Hermosa Beach Transportation Planning and Traffic Engineering On -Call, Hermosa Beach, CA City of San Bernardino Azzam Jabsheh I Traffic Engineer t. 909.384.7251 1 e. jabsheh_az@sbcity.org Project: City of San Bernardino Traffic Signal Upgrade PS&E Services City of Rancho Palos Verdes Ramzi Awwad I Public Works Director t. 310.544.5275 1 e. rawwad@rpvca.gov Project: Rancho Palos Verdes Transportation and Traffic Engineering On -Call, Rancho Palos Verdes (2021 - Ongoing) City of Santa Monica Joseph San Clemente I Principal Transportation Planner t. 310.458.2204 1 e. joseph.sanclemente@smgov.net Project: Santa Monica 20th Street Connection, Santa Monica, CA )osal for: Mission Drive: Pedestrian H Beacon System Project GENERAL TECHNOLOGIES& SOLUTIONS GTS has reviewed the Standard City Contract and Insurance Requirements and will comply with all aspects of the Agreement. a 0 GENERAL TECHNOLOGIES & SOLUTIONS Our Commitment to the !tY of Rosemead We will provide the City with the team most capable of developing innovative solutions based on local needs and, equally important, effectively communicating these solutions. In providing quality service to the City, the GTS team will focus on: ✓ Responsiveness ✓ Clear Communications ✓ Meeting established deadlines ✓ Maintaining positive working relationships ✓ Providing creative, yet implementable solutions COST PROPOSAL FOR: t CITY OF ROSEMEAD ENGINERING SERVICES FOR MISSION DRIVE: PEDESTRIAN HYBRID BEACON SYSTEM PROJECT LACMTA PROJECT ID# MM4701.08 RFP NO. 2022-08 GTS.220405 a F u W_ O K d F W H CAh 2 O u W y to 7 0 S CO f%1 d = LL Z Q N W c W 0. W C D Z O N 0 Q W x W H 09 LL O U N u 0 0 0 0 0 0 0 0 0 0 0 0 o e N 00 _o„ o 'owe 000 00 0 p N N P m Q m m R O O N m N N M :ISO'J w n„ N Nw wwww— wwe = P tR W N P IE40l r us O O O a a a a a N N N N » 1507 N09tl1 6 'a 1tl101 n w svnOH ltllol (Ieuopd0) AsmnS Puel o (leuopd0) Su!1o49od N N leoljal7 r aAlaeJ}SIYIWPtl M N O 42aulSu3 O ry N b m M N 4ue4sls5tl � N e Jaaul8u3 N w n �aSeueW 7astla - _ o �a8euey� ;oalWd lednuud N 7 O O u I � FQ- O o � Y to a E 9 E E E Z o a o Q O_ C N N N Abp ry N W 'e O G — s E o Z > O A a A A F a ae w 3 A qns. c O a E m Z b d Y d N O r v N V mn u n U O n O a c v N ' �J w y E n u `O ea v c o 'QN' O .� o: Q o m O U J O C — o K CL 7 a N F Nom- m U J m 7 w O N— 4 u N (J N N m << V 0) f) 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 than $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 e) n 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: 1. 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. n, 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 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. M rr)- 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 Ll Ll A� o® CERTIFICATE OF LIABILITY INSURANCE DATE(MMIDOYYYI 10/1/2023 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). PRODUCER Greyling Ins. Brokerage/EPIC 3780 Mansell Rd. Ste. 370 Alpharetta GA 30022 CONTACT NAME: ACEC Certificate $ ecialist PHONEF=.AX . 770-552-4225 No: AOORILgreyiingcerts@greyling.com IN SURERSAFFORDIIGCOVEMGE NAIC0 GEN L AGGREGATE LIMIT APPLIES PER INSURER A: Sentinel Insurance Company, Ltd. 11000 PRODUCTS-COMPIOPAGG $4,000,000 INSURED GENETEC General Technologies and Solutions GTS 11900 W Olympic Blvd Ste 450 INsuReFt a: Hartford Accident and IndemnityCompany 22357 R1suRenc: Hartford Fire Insurance Company 19682 INSURER D: The Travelers Indemnity Company25658 Los Angeles CA 90064 NSU RER E: 10/12023 NSURERF: Ea Bie�^fSINGLE LIMIT $1,000,000 COVERAGES CERTIFICATE NUMBER: 892100178 REVISION NUMBER: 23-24 THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. ILTR' TYPE OF INSURANCE L LTR POLICY NUMBER MWDDY�) MMIDD EXP LI$RS A X COMMERCIAL GENERAL LIABILITY 20SBWBA8819 10/112023 10/1/2024 CIAIM$-MADE OCCUR EACH OCCURRENCE $2,000,000 _ PREMISES(En000tmencei 1 $1,000,000 MED EXP(Any one person) $10,000 PERSONAL S ADV INJURY $2,000,000 GENERAL AGGREGATE $4,000,000 GEN L AGGREGATE LIMIT APPLIES PER POLICY LK JJECOT F]LOC PRODUCTS-COMPIOPAGG $4,000,000 S OTHER: B AUTOMOBILE LIABILITY 20UEGEI6738 10/12023 10/1/2024 Ea Bie�^fSINGLE LIMIT $1,000,000 BODILY INJURY (Per Pensm) S X ANY AUTO OWNED SCHEDULED AUTOS ONLYAUTOS BODILY INJURY (Per accident) $ X HIRED X NON-0CVMED AUTOS ONLY AUTOS ONLY PROPERTY DAMAGE $ JPer a dent $ i j UMBRELLA UAB OCCUR EACH OCCURRENCE S AGGREGATE S EXCESS UAB_ CUJMSMADE DED RETENTION$ $ C WORKERSCOMPENSATION AND EMPLOYERS'LIABILRY Y/N 20WEGAH7ALD 10/112023 10/1/2024 X STATUTE ER E.L. EACH ACCIDENT $1,000,000 ANYPROPRIETOR/PMTNERIFXECUnVE OFFICERRAEMBEREXCLUDED7 Q NIA E.L. DISEASE - EA EMPLOYEE $1,000,000 (Mandatory In NH) If yes, isscribe under DESCRIPTION OF OPERATIONS bobs E.L. DISEASE -POLICY LIMIT $1,000000 D Professional Uamity 107585100 3/12023 10/12024 Per Claim $2,000,000 A9Pe9ete $2,000,000 I DESCRIPTION OF OPERATIONS / LOCATIONS I VEHICLES (ACORD 101, Additional Remarks Schedule, may M attached B more spew Is nn uired) Re: Mission Drive: Pedestrian Hybrid Beacon System Project CERTIFICATE HOLDER CANCELLATION © 1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016/03) 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 City of Rosemead Rosemead CA 91770-0000 AUTHORIZED REPRESENTATIVE © 1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD