Loading...
HomeMy WebLinkAboutItem No. 07 PSA HSIP Cycle 9 Traffic Signal Improvements Project Page 1 of 2 REPORT TO CITY COUNCIL To:Honorable Mayor and Members of the City Council From:Jason Simpson, City Manager Prepared by:Remon Habib, City Engineer Date:June 13, 2023 Subject:Professional Services Agreement to Provide Construction Engineering & Inspection Services for the Highway Safety Improvement Program (HSIP) Cycle 9 Traffic Signal Improvements Project Recommendation Approve and Authorize the City Manager to execute a Professional Services Agreement with Transtech Engineers, Inc. for $170,020 to provide construction engineering & inspection services for the Highway Safety Improvement Program (HSIP) Cycle 9 Traffic Signal Improvements Project, plus an additional 10% contingency, in final form as approved by City Attorney. Background The City applied for and received federal Highway Safety Improvement Program (HSIP) Cycle 9 grant funding to design and construct improvements at ten (10) existing traffic signals throughout the City. Part of the HSIP Cycle 9 grant funds includes costs for construction engineering and inspection services. Plans have been finalized, the project has been advertised, and the project was awarded to Select Electric, Inc. during the May 23rd, 2023 Council meeting. Due to the rigorous and time-consuming document control requirements for federally funded projects, City Staff solicited proposals from consultants to provide construction engineering and inspection services for the duration of the project. Construction for the project is anticipated to be completed early 2024. Discussion Consultant Proposals were secured via the City’s electronic bidding portal PlanetBids on May 9, 2023. The City received five (5) proposals from qualified consultants. After review of all proposals, City Staff recommends approving Transtech Engineer’s, Inc.’s proposal for $170,020 and execute an agreement to provide construction engineering & inspection services for the City’s HSIP Cycle 9 Traffic Signal Improvements Project. Fiscal Impact Professional Services Agreement Transtech Engineers Page 2 of 2 5 1 2 Professional Services Agreement will result into a cost of $170,020 plus an additional 10% in contingency for a not to exceed amount of $187,022. The costs associated with this agreement are programmed within the City’s CIP budget. Attachments Attachment 1- Agreement Exhibit A- Proposal Attachment 1- Agreement.pdf Page 1 AGREEMENT FOR PROFESSIONAL SERVICES Transtech Engineers, Inc. Construction Engineering & Inspection Services for HSIP Cycle 9 Traffic Signal Improvements Project This Agreement for Professional Services (the “Agreement”) is made and entered into as of June 13, 2023, by and between the City of Lake Elsinore, a municipal corporation (‘‘City") and Transtech Engineers, Inc., a Corporation ("Consultant"). RECITALS A. The City has determined that it requires the following professional services: Construction Engineering & Inspection Services for HSIP Cycle 9 Traffic Signal Improvements Project B. Consultant has submitted to City a proposal, dated May 9, 2023 attached hereto as Exhibit A (“Consultant’s Proposal”) and incorporated herein, to provide professional services to City pursuant to the terms of this Agreement. C. Consultant possesses the skill, experience, ability, background, certification and knowledge to perform the services described in this Agreement on the terms and conditions described herein. D. City desires to retain Consultant to perform the services as provided herein and Consultant desires to provide such professional services as set forth in this Agreement. AGREEMENT 1. Scope of Services. Consultant shall perform the services described in Consultant’s Proposal (Exhibit A). Consultant shall provide such services at the time, place, and in the manner specified in Consultant’s Proposal, subject to the direction of the City through its staff that it may provide from time to time. 2. Time of Performance. a. Time of Essence. Time is of the essence in the performance of this Agreement. The time for completion of the professional services to be performed by Consultant is an essential condition of this Agreement. Consultant shall prosecute regularly and diligently the professional services contemplated pursuant to this Agreement according to the agreed upon performance schedule in Consultant’s Proposal (Exhibit A). b. Performance Schedule. Consultant shall commence the services pursuant to this Agreement upon receipt of a written notice to proceed and shall perform all services within the time period(s) established in the Consultant’s Proposal (Exhibit A). When requested by Consultant, extensions to the time period(s) specified may be approved in writing by the City Manager. Page 2 c. Term. The term of this Agreement shall commence upon execution of this Agreement and shall continue until the services and related work are completed in accordance with the Consultant’s Proposal (Exhibit A). 3. Compensation. Compensation to be paid to Consultant shall be in accordance with the fees set forth in Consultants’ Proposal (Exhibit A), which is attached hereto and incorporated herein by reference. In no event shall Consultant’s compensation exceed One Hundred Seventy Thousand Twenty dollars ($170,020.00) without additional written authorization from the City. Notwithstanding any provision of Consultant’s Proposal to the contrary, out of pocket expenses set forth in Exhibit A shall be reimbursed at cost without an inflator or administrative charge. Payment by City under this Agreement shall not be deemed a waiver of defects, even if such defects were known to the City at the time of payment. 4. Method of Payment. Consultant shall promptly submit billings to the City describing the services and related work performed during the preceding month to the extent that such services and related work were performed. Consultant’s bills shall be segregated by project task, if applicable, such that the City receives a separate accounting for work done on each individual task for which Consultant provides services. Consultant’s bills shall include a brief description of the services performed, the date the services were performed, the number of hours spent and by whom, and a description of any reimbursable expenditures. City shall pay Consultant no later than forty-five (45) days after receipt of the monthly invoice by City staff. 5. Background Checks. At any time during the term of this Agreement, the City reserves the right to make an independent investigation into the background of Consultant’s personnel who perform work required by this Agreement, including but not limited to their references, character, address history, past employment, education, social security number validation, and criminal or police records, for the purpose of confirming that such personnel are lawfully employed, qualified to provide the subject service or pose a risk to the safety of persons or property in and around the vicinity of where the services will be rendered or City Hall. If the City makes a reasonable determination that any of Consultant’s prospective or then current personnel is deemed objectionable, then the City may notify Consultant of the same. Consultant shall not use that personnel to perform work required by this Agreement, and if necessary, shall replace him or her with a suitable worker. 6. Suspension or Termination. a. The City may at any time, for any reason, with or without cause, suspend or terminate this Agreement, or any portion hereof, by serving upon the Consultant at least ten (10) days prior written notice. Upon receipt of such notice, the Consultant shall immediately cease all work under this Agreement, unless the notice provides otherwise. If the City suspends or terminates a portion of this Agreement such suspension or termination shall not make void or invalidate the remainder of this Agreement. b. In the event this Agreement is terminated pursuant to this Section, the City shall pay to Consultant the actual value of the work performed up to the time of termination, provided that the work performed is of value to the City. Upon termination of the Agreement pursuant to this Section, the Consultant will submit an invoice to the City, pursuant to Section entitled “Method of Payment” herein. Page 3 7. Plans, Studies, Documents. a. Ownership of Documents. All plans, studies, documents and other writings prepared by and for Consultant, its officers, employees and agents and subcontractors in the course of implementing this Agreement, except working notepad internal documents, shall become the property of the City upon payment to Consultant for such work, and the City shall have the sole right to use such materials in its discretion without further compensation to Consultant or to any other party. Consultant shall, at Consultant’s expense, provide such reports, plans, studies, documents and other writings to City upon written request. City shall have sole determination of the public’s rights to documents under the Public Records Act, and any third- party requests of Consultant shall be immediately referred to City, without any other actions by Consultant. b. Licensing of Intellectual Property. This Agreement creates a nonexclusive 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 that all subcontractors agree in writing that City is granted a nonexclusive 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. City shall not be limited in any way in its use of the Documents & Data at any time, provided that any such use not within the purposes intended by this Agreement shall be at City’s sole risk. c. Confidentiality. All ideas, memoranda, specifications, plans, procedures, drawings, descriptions, computer program data, input record data, written information, and other Documents & 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 under this Agreement. Nor shall such materials be disclosed to any person or entity not connected with the performance of the services under this Agreement. 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 relating to project for which Consultant’s services are rendered, or any publicity pertaining to the Consultant’s services under this Agreement in any magazine, trade paper, newspaper, television or radio production or other similar medium without the prior written consent of City. 8. Consultant’s Books and Records. a. Consultant shall maintain any and all ledgers, books of account, invoices, vouchers, canceled checks, and other records or documents evidencing or relating to charges for services, or expenditures and disbursements charged to City for a minimum period of three (3) years, or for any longer period required by law, from the date of final payment to Consultant to this Agreement. Page 4 b. Consultant shall maintain all documents and records which demonstrate performance under this Agreement for a minimum period of three (3) years, or for any longer period required by law, from the date of termination or completion of this Agreement. c. Any records or documents required to be maintained pursuant to this Agreement shall be made available for inspection or audit, at any time during regular business hours, upon written request by the City Manager, City Attorney, City Auditor or a designated representative of these officers. Copies of such documents shall be provided to the City for inspection at City Hall when it is practical to do so. Otherwise, unless an alternative is mutually agreed upon, the records shall be available at Consultant’s address indicated for receipt of notices in this Agreement. d. Where City has reason to believe that such records or documents may be lost or discarded due to dissolution, disbandment or termination of Consultant’s business, City may, by written request by any of the above-named officers, require that custody of the records be given to the City and that the records and documents be maintained in City Hall. Access to such records and documents shall be granted to any party authorized by Consultant, Consultant’s representatives, or Consultant’s successor-in-interest. 9. Independent Contractor. a. Consultant is and shall at all times remain as to the City a wholly independent contractor pursuant to California Labor Code Section 3353. The personnel performing the services under this Agreement on behalf of Consultant shall at all times be under Consultant’s exclusive direction and control. Neither City nor any of its officers, employees, or agents shall have control over the conduct of Consultant or any of Consultant’s officers, employees, or agents, except as set forth in this Agreement. Consultant shall not at any time or in any manner represent that it or any of its officers, employees, or agents are in any manner officers, employees, or agents of the City. Consultant shall not incur or have the power to incur any debt, obligation, or liability whatsoever against City, or bind City in any manner. b. Notwithstanding any other federal, state and local laws, codes, ordinances and regulations to the contrary and except for the fees paid to Consultant as provided in the Agreement, Consultant and any of its employees, agents, and subcontractors providing service under this Agreement shall not qualify for or become entitled to, and hereby agree to waive any claims to, any compensation, benefit, or any incident of employment by City, including but not limited to eligibility to enroll in PERS as an employee of City and entitlement to any contribution to be paid by City for employer contribution and/or employee contributions for PERS benefits. 10. PERS Eligibility Indemnification. In the event that Consultant or any employee, agent, or subcontractor of Consultant providing services under this Agreement claims or is determined by a court of competent jurisdiction or the California Public Employees Retirement System (PERS) to be eligible for enrollment in PERS as an employee of the City, Consultant shall indemnify, defend, and hold harmless City for the payment of any employee and/or employer contributions for PERS benefits on behalf of Consultant or its employees, agents, or subcontractors, as well as for the payment of any penalties and interest on such contributions, which would otherwise be the responsibility of City. 11. Interests of Consultant. Consultant (including principals, associates and professional employees) covenants and represents that it does not now have any investment or interest in real property and shall not acquire any interest, direct or indirect, in the area covered Page 5 by this Agreement or any other source of income, interest in real property or investment which would be affected in any manner or degree by the performance of Consultant’s services hereunder. Consultant further covenants and represents that in the performance of its duties hereunder no person having any such interest shall perform any services under this Agreement. Consultant is not a designated employee within the meaning of the Political Reform Act because Consultant: a. will conduct research and arrive at conclusions with respect to his/her rendition of information, advice, recommendation or counsel independent of the control and direction of the City or of any City official, other than normal agreement monitoring; and b. possesses no authority with respect to any City decision beyond rendition of information, advice, recommendation or counsel. (FPPC Reg. 18700(a)(2).) 12. Professional Ability of Consultant. City has relied upon the professional training and ability of Consultant to perform the services hereunder as a material inducement to enter into this Agreement. Consultant shall therefore provide properly skilled professional and technical personnel to perform all services under this Agreement. All work performed by Consultant under this Agreement shall be in accordance with applicable legal requirements and shall meet the standard of quality ordinarily to be expected of competent professionals in Consultant’s field of expertise. 13. Compliance with Laws. a. Consultant shall comply with all local, state and federal laws and regulations applicable to the services required hereunder, including any rule, regulation or bylaw governing the conduct or performance of Consultant and/or its employees, officers, or board members. b. Consultant represents that it has obtained and will maintain at all times during the term of this Agreement all professional and/or business licenses, certifications and/or permits necessary for performing the services described in this Agreement, including a City business license. 14. Licenses. Consultant represents and warrants to City that it has the licenses, permits, qualifications, insurance and approvals of whatsoever nature which are legally required of Consultant to practice its profession. Consultant represents and warrants to City that Consultant shall, at its sole cost and expense, keep in effect or obtain at all times during the term of this Agreement, any licenses, permits, insurance and approvals which are legally required of Consultant to practice its profession. Consultant shall maintain a City of Lake Elsinore business license. 15. Indemnity. a. Indemnification for Professional Liability. To the fullest extent permitted by law, Consultant shall indemnify, defend and hold harmless City and any and all of its officials, employees and agents (“Indemnified Parties”) from and against any and all claims, losses, liabilities, damages, costs and expenses, including attorney’s fees and costs, to the extent they arise out of, pertain to, or relate to the negligence, recklessness, or willful misconduct of the Consultant. Consultant’s duty to defend shall consist of reimbursement of defense costs incurred Page 6 by City in direct proportion to the Consultant’s proportionate percentage of fault. Consultant’s percentage of fault shall be determined, as applicable, by a court of law, jury or arbitrator. In the event any loss, liability or damage is incurred by way of settlement or resolution without a court, jury or arbitrator having made a determination of the Consultant’s percentage of fault, the parties agree to mediation with a third party neutral to determine the Consultant’s proportionate percentage of fault for purposes of determining the amount of indemnity and defense cost reimbursement owed to the City. b. Indemnification for Other Than Professional Liability. Other than in the performance of professional services and to the full extent permitted by law, Consultant shall indemnify, defend and hold harmless City, and any and all of its employees, officials and agents from and against any liability (including liability for claims, suits, actions, arbitration proceedings, administrative proceedings, regulatory proceedings, losses, expenses or costs of any kind, whether actual, alleged or threatened, including attorneys’ fees and costs, court costs, interest, defense costs, and expert witness fees), where the same arise out of, are a consequence of, or are in any way attributable to, in whole or in part, the performance of this Agreement by Consultant or by any individual or entity for which Consultant is legally liable, including but not limited to officers, agents, employees or sub-consultants of Consultant. Consultant shall not be liable to third parties for any liability exempted by statute. c. General Indemnification Provisions. Consultant agrees to obtain executed indemnity agreements with provisions identical to those set forth here in this section from each and every sub-consultant or any other person or entity involved by, for, with or on behalf of Consultant in the performance of this Agreement. In the event Consultant fails to obtain such indemnity obligations from others as required here, Consultant agrees to be fully responsible according to the terms of this section. Failure of City to monitor compliance with these requirements imposes no additional obligations on City and will in no way act as a waiver of any rights hereunder. This obligation to indemnify and defend City as set forth here is binding on the successors, assigns or heirs of Consultant and shall survive the termination of this Agreement or this section. 16. Insurance Requirements. a. Insurance. Consultant, at Consultant’s own cost and expense, shall procure and maintain, for the duration of the contract, unless modified by the City’s Risk Manager, the following insurance policies. i. Workers’ Compensation Coverage. Consultant shall maintain Workers’ Compensation Insurance and Employer’s Liability Insurance for his/her employees in accordance with the laws of the State of California. In addition, Consultant shall require each subcontractor to similarly maintain Workers’ Compensation Insurance and Employer’s Liability Insurance in accordance with the laws of the State of California for all of the subcontractor’s employees. Any notice of cancellation or non-renewal of all Workers’ Compensation policies must be received by the City at least thirty (30) days prior to such change. The insurer shall agree to waive all rights of subrogation against City, its officers, agents, employees and volunteers for losses arising from work performed by Consultant for City. In the event that Consultant is exempt from Worker’s Compensation Insurance and Employer’s Liability Insurance for his/her employees in accordance with the laws of the State of California, Consultant shall submit to the City a Certificate of Exemption from Workers Compensation Insurance in a form approved by the City Attorney. Page 7 ii. General Liability Coverage. Consultant shall maintain commercial general liability insurance in an amount not less than one million dollars ($1,000,000) per occurrence for bodily injury, personal injury and property damage. If a commercial general liability insurance form or other form with a general aggregate limit is used, either the general aggregate limit shall apply separately to the work to be performed under this Agreement or the general aggregate limit shall be at least twice the required occurrence limit. Required commercial general liability coverage shall be at least as broad as Insurance Services Office Commercial General Liability occurrence form CG 0001 (ed. 11/88) or Insurance Services Office form number GL 0002 (ed. 1/73) covering comprehensive General Liability and Insurance Services Office form number GL 0404 covering Broad Form Comprehensive General Liability. No endorsement may be attached limiting the coverage. iii. Automobile Liability Coverage. Consultant shall maintain automobile liability insurance covering bodily injury and property damage for all activities of the Consultant arising out of or in connection with the work to be performed under this Agreement, including coverage for owned, hired and non-owned vehicles, in an amount of not less than one million dollars ($1,000,000) combined single limit for each occurrence. Automobile liability coverage must be at least as broad as Insurance Services Office Automobile Liability form CA 0001 (ed. 12/90) Code 1 (“any auto”). No endorsement may be attached limiting the coverage. iv. Professional Liability Coverage. Consultant shall maintain professional errors and omissions liability insurance appropriate for Consultant’s profession for protection against claims alleging negligent acts, errors or omissions which may arise from Consultant’s services under this Agreement, whether such services are provided by the Consultant or by its employees, subcontractors, or sub consultants. The amount of this insurance shall not be less than one million dollars ($1,000,000) on a claims-made annual aggregate basis, or a combined single limit per occurrence basis. b. Endorsements. Each general liability and automobile liability insurance policy shall be with insurers possessing a Best’s rating of no less than A:VII and shall be endorsed with the following specific language: i. Notwithstanding any inconsistent statement in any required insurance policies or any subsequent endorsements attached thereto, the protection offered by all policies, except for Workers’ Compensation, shall bear an endorsement whereby it is provided that, the City and its officers, employees, servants, volunteers and agents and independent contractors, including without limitation, the City Manager and City Attorney, are named as additional insureds. Additional insureds shall be entitled to the full benefit of all insurance policies in the same manner and to the same extent as any other insureds and there shall be no limitation to the benefits conferred upon them other than policy limits to coverages. Page 8 ii. This policy shall be considered primary insurance as respects the City, its elected or appointed officers, officials, employees, agents and volunteers. Any insurance maintained by the City, including any self-insured retention the City may have, shall be considered excess insurance only and shall not contribute with it. iii. This insurance shall act for each insured and additional insured as though a separate policy had been written for each, except with respect to the limits of liability of the insuring company. iv. The insurer waives all rights of subrogation against the City, its elected or appointed officers, officials, employees or agents. v. Any failure to comply with reporting provisions of the policies shall not affect coverage provided to the City, its elected or appointed officers, officials, employees, agents or volunteers. vi. The insurance provided by this Policy shall not be suspended, voided, canceled, or reduced in coverage or in limits except after thirty (30) days written notice has been received by the City. c. Deductibles and Self-Insured Retentions. Any deductibles or self-insured retentions must be declared to and approved by the City. At the City’s option, Consultant shall demonstrate financial capability for payment of such deductibles or self-insured retentions. d. Certificates of Insurance. Consultant shall provide certificates of insurance with original endorsements to City as evidence of the insurance coverage required herein. Certificates of such insurance shall be filed with the City on or before commencement of performance of this Agreement. Current certification of insurance shall be kept on file with the City at all times during the term of this Agreement. 17. Notices. Any notice required to be given under this Agreement shall be in writing and either served personally or sent prepaid, first class mail. Any such notice shall be addressed to the other party at the address set forth below. Notice shall be deemed communicated within 48 hours from the time of mailing if mailed as provided in this section. If to City: City of Lake Elsinore Attn: City Manager 130 South Main Street Lake Elsinore, CA 92530 With a copy to: City of Lake Elsinore Attn: City Clerk 130 South Main Street Lake Elsinore, CA 92530 If to Consultant: Transtech Engineers, Inc. Attn: Ahmad Ansari 13367 Benson Ave Chino, CA 91710 Page 9 18. Assignment and Subcontracting. The parties recognize that a substantial inducement to City for entering into this Agreement is the professional reputation, experience and competence of Consultant and the subcontractors listed in Exhibit B. Consultant shall be fully responsible to City for all acts or omissions of any subcontractors. Assignments of any or all rights, duties or obligations of the Consultant under this Agreement will be permitted only with the express consent of the City. Consultant shall not subcontract any portion of the work to be performed under this Agreement except as provided in Exhibit B without the written authorization of the City. If City consents to such subcontract, Consultant shall be fully responsible to City for all acts or omissions of those subcontractors. Nothing in this Agreement shall create any contractual relationship between City and any subcontractor nor shall it create any obligation on the part of the City to pay or to see to the payment of any monies due to any such subcontractor other than as otherwise is required by law. 19. Waiver. Waiver of a breach or default under this Agreement shall not constitute a continuing waiver of a subsequent breach of the same or any other provision under this Agreement. 20. Litigation Expenses and Attorneys’ Fees. If either party to this Agreement commences any legal action against the other party arising out of this Agreement, the prevailing party shall be entitled to recover its reasonable litigation expenses, including court costs, expert witness fees, discovery expenses, and attorneys’ fees. 21. Mediation. The parties agree to make a good faith attempt to resolve any disputes arising out of this Agreement through mediation prior to commencing litigation. The parties shall mutually agree upon the mediator and share the costs of mediation equally. If the parties are unable to agree upon a mediator, the dispute shall be submitted to JAMS or its successor in interest. JAMS shall provide the parties with the names of five qualified mediators. Each party shall have the option to strike two of the five mediators selected by JAMS and thereafter the mediator remaining shall hear the dispute. If the dispute remains unresolved after mediation, either party may commence litigation. 22. 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. 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. 23. 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. Page 10 24. 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 16000, et seq., ("Prevailing Wage Laws"), which require the payment of prevailing wage rates and the performance of other requirements on "public works" and "maintenance" projects. Consultant agrees to fully comply with all applicable federal and state labor laws (including, without limitation, if applicable, the Prevailing Wage Laws). It is agreed by the parties that, in connection with the Work or Services provided pursuant to this Agreement, Consultant shall bear all risks of payment or non-payment of prevailing wages under California law, and Consultant hereby agrees to defend, indemnify, and hold the City, and its officials, officers, employees, agents, and volunteers, free and harmless from any claim or liability arising out of any failure or alleged failure to comply with the Prevailing Wage Laws. The foregoing indemnity shall survive termination of this Agreement. 25. Severability. If any term or portion of this Agreement is held to be invalid, illegal, or otherwise unenforceable by a court of competent jurisdiction, the remaining provisions of this Agreement shall continue in full force and effect. 26. Controlling Law Venue. This Agreement and all matters relating to it shall be governed by the laws of the State of California and any action brought relating to this Agreement shall be held exclusively in a state court in the County of Riverside. 27. 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 to bind each respective party. The City Manager is authorized to enter into an amendment or otherwise take action on behalf of the City to make the following modifications to the Agreement: (a) a name change; (b) grant extensions of time; (c) non- monetary changes in the scope of services; and/or (d) suspend or terminate the Agreement. 28. Counterparts. This Agreement may be executed in several counterparts, each of which shall constitute one and the same instrument and shall become binding upon the parties when at least one copy hereof shall have been signed by both parties hereto. In approving this Agreement, it shall not be necessary to produce or account for more than one such counterpart. 29. Entire Agreement; Incorporation; Conflict. This Agreement contains the entire understanding between the parties relating to the obligations described herein. All prior or contemporaneous understandings, agreements, representations and statements, oral or written, are superseded in total by this Agreement and shall be of no further force or effect. Consultant’s Proposal is incorporated only for the description of the scope of services and/or the schedule of performance and no other terms and conditions from such proposal shall apply to this Agreement unless specifically agreed to in writing. In the event of conflict, this Agreement shall take precedence over those contained in the Consultant’s Proposal. 30. Amendments. This Agreement may be modified or amended only by a written document executed by both Consultant and City and approved as to form by the City Attorney. [Signatures on next page] Page 11 IN WITNESS WHEREOF, the parties have caused this Agreement to be executed on the date first written above. “CITY” CITY OF LAKE ELSINORE, a municipal corporation City Manager ATTEST: City Clerk APPROVED AS TO FORM: City Attorney Assistant City Manager “CONSULTANT” Transtech Engineers, Inc., a Corporation By: Ahmad Ansari Its: Contract Principal Attachments: Exhibit A – Consultant’s Proposal Exhibit B – List of Subcontractors EXHIBIT A EXHIBIT A CONSULTANT’S PROPOSAL [ATTACHED] EXHIBIT B EXHIBIT B LIST OF SUBCONTRACTORS [ATTACHED] Technical Proposal Highway Safety Improvement Project Cycle 9 Traffic Signal Improvements Construction Engineering & Inspection Services CITY PROJECT No. Z10066 FEDERAL PROJECT NUMBER Project No. 5074(020) Submitted By TRANSTECH Engineers, Inc. Contact Person for this Proposal: Ahmad Ansari, PE, Principal E: ahmad.ansari@transtech.org C: 949-702-5612; O: 909-595-8599 Submitted To City of LAKE ELSINORE Engineering Department 130 S. Main Street Lake Elsinore, CA 92530 Attn.: Remon Habib, PE, City Engineer Submittal Requirement: Via PlanetBids https://pbsystem.planetbids.com/portal/14272/bo/bo-detail/104617 www.transtech.org 855.595.2495 (toll-free) TABLE OF CONTENTS TECHNICAL PROPOSAL Highway Safety Improvement Project, Cycle 9, Traffic Signal Improvements Construction Engineering & Inspection Services CITY PROJECT No. Z10066, FEDERAL PROJECT NUMBER Project No. 5074(020) Our proposal is submitted in the format and with RFP Section “SUBMITTAL REQUIREMENTS, A. RFP FORMAT AND CONTENT”, as specified below: • RFPs should be typed and submitted on 8.5-inch x 11-inch pages. Charts and schedules may be included in 11” x 17” format, which will be counted as 2 pages and included in the maximum total page count of 50 pages. • RFPs should be concise and not include any elaborate or unnecessary promotional materials. • The page limit does not include the outside cover, table of contents, resumes, section dividers, and cover letters. • All pages shall be sequentially numbered, and each section should be separate. • RFPs should include a complete table of contents for the entire RFP with respective page numbers opposite each topic that is included. Our proposal follows the same section and sub-section order as specified in the RFP as listed below: Section Page A. LETTER OF TRANSMITTAL A.1 – A.2 B. TECHNICAL PROPOSAL (per RFP limited to 50 pages) B.1 – B.36 a. Qualifications, Related Experience and References of Offeror B.1 (1) Financial Condition B.1 (2) Similar Experience B.1 (3) References B.10 b. Proposed Staffing and Project Organization B.11 (1) Staff Experience and Credentials B.11 (2) Resumes for Project Manager and Key Personnel B.11 (3) Key Personnel and Sub-consultants Task Responsibilities B.23 (4) Sub-consultants Qualifications B.24 (5) Project Organization Chart B.24 (6) Key Personnel Statement B.25 (7) Key Personnel References B.26 c. Project Understanding and Approach B.27 (1) Project Scope and Approach B.27 (2) Recommendations for any Additional Services B.36 (3) Staffing Plan B.36 (4) Any Special Issues or Problems that may be encountered B.36 C. REQUIRED FORMS C.1 – C.12 D. COST PROPOSAL (Per RFP requirement, submitted separately) E. DBE PARTICIPATION E.1 –E.1 F. INSURANCE F.1 – F.1 A. LETTER OF TRANSMITTAL TECHNICAL PROPOSAL Highway Safety Improvement Project, Cycle 9, Traffic Signal Improvements Construction Engineering & Inspection Services CITY PROJECT No. Z10066, FEDERAL PROJECT NUMBER Project No. 5074(020) A. LETTER OF TRANSMITTAL A.1 TECHNICAL PROPOSAL Highway Safety Improvement Project, Cycle 9, Traffic Signal Improvements Construction Engineering & Inspection Services CITY PROJECT No. Z10066, FEDERAL PROJECT NUMBER Project No. 5074(020) May 9, 2023 City of LAKE ELSINORE Engineering Department 130 S. Main Street Lake Elsinore, CA 92530 Attn.: Remon Habib, PE, City Engineer Submittal Requirement: Via PlanetBids: https://pbsystem.planetbids.com/portal/14272/bo/bo-detail/104617 TECHNICAL PROPOSAL Highway Safety Improvement Project, Cycle 9, Traffic Signal Improvements Construction Engineering & Inspection Services CITY PROJECT No. Z10066, FEDERAL PROJECT NUMBER Project No. 5074(020) Dear Mr. Habib: Transtech is pleased to submit this Proposal for the subject project and services. Company Profile: Established in 1989, Transtech (a California Corporation) is a multi-disciplinary engineering consulting firm. Transtech has been in business 33 years. Transtech is currently providing municipal services to approximately 70 agencies. One of the unique qualifications of Transtech is that we serve a number of public agencies as municipal contract service providers. Our resources include approximately 200 staff members. Experience in similar Projects: Transtech has extensive experience in managing federally funded projects, including several HSIP Funded Projects in compliance with LAPM. In the past few years, we managed approx. 40 federally funded projects, including 22 HSIP Projects listed below: Following are few examples of similar projects managed by Transtech: 1. HSIP Cycle 4, Traffic Signal Improvements at Various Locations, City of Commerce (Fed. Funded) ($1M) 2. HSIP Cycle 5, Martin Luther King Jr Blvd TS Improvements, City of Lynwood (Fed. Funded) ($0.5M) 3. HSIP Cycle 6, Traffic Signal Improvements at Atlantic Ave, City of Cudahy (Fed. Funded) ($1M) 4. HSIP Cycle 6, Traffic Signal Improvements at Santa Anita and Fern, City of S. El Monte (Fed. Funded) ($0.75M) 5. HSIP Cycle 6, Traffic Signal Improvements at Tyler and Thienes, City of S. El Monte (Fed. Funded) ($($0.75M) 6. HSIP Cycle 6, Traffic Signal Improvements at Peck and Rush, City of S. El Monte (Fed. Funded) ($1M) 7. HSIP Cycle 6, El Monte Ave, Temple City Blvd, and Various Citywide Locations (Fed. Funded) ($2.8M) 8. HSIP Cycle 7, Pedestrian Safety Improvements at Salt Lake Ave, City of Cudahy (Fed. Funded) ($0.5M) 9. HSIP Cycle 7, Traffic Interconnect System Upgrades Citywide, City of Commerce (Fed. Funded) ($1M) 10. HSIP Cycle 7, Traffic Signal Improvements at Santa Anita-Central, City of S. El Monte (Fed. Funded) ($1M) 11. HSIP Cycle 7, Traffic Signal Left Turn Phasing Improvement, City of Culver City (Fed. Funded) ($1M) 12. HSIP Cycle 7, Traffic Signal Improvements at Hellman-Alhambra-Garfield, City of Monterey Park (Fed. Funded) ($1.5M) www.transtech.org About TRANSTECH Video Highlight: CLICK HERE A. LETTER OF TRANSMITTAL A.2 TECHNICAL PROPOSAL Highway Safety Improvement Project, Cycle 9, Traffic Signal Improvements Construction Engineering & Inspection Services CITY PROJECT No. Z10066, FEDERAL PROJECT NUMBER Project No. 5074(020) 13. HSIP Cycle 7, Traffic Signal Improvements at Mission and Ivar, City of Rosemead (Fed. Funded) ($0.5M) 14. HSIP Cycle 7, Firestone Blvd ITS Improvements, City of Norwalk (Fed. Funded) ($1.5M) 15. HSIP Cycle 9, Traffic Signal Improvements on Garfield Ave, City of Monterey Park (Fed. Funded) ($1M) 16. HSIP Cycle 9, Citywide Traffic Signal Improvements, City of S. El Monte (Fed. Funded) ($1M) 17. HSIP Cycle 9, Citywide Traffic Safety Improvement, City of Placentia (Fed. Funded) ($1.3M) 18. HSIP Cycle 9, Atlantic-Carlin Traffic Signal Improvements, City of Lynwood (Fed. Funded) ($0.75M) 19. HSIP Cycle 9, Imperial-Atlantic Traffic Signal Improvements, City of Lynwood (Fed. Funded) ($0.75M) 20. HSIP Cycle 10, Traffic Interconnect System Upgrades Citywide, City of Commerce (Fed. Funded) ($2M) 21. HSIP Cycle 10, Traffic Signal Improvements at Garvey-Durfee-Michael Hunt, City of S. El Monte (Fed. Funded) ($1M) 22. HSIP Cycle 10, Traffic Signal Improvements at Various Locations, City of West Covina (Fed. Funded) ($4.5M) RFP required fic Statements and Information: • Addenda Acknowledgement: Transtech is registered as RFP holder on Planet Bids and has downloaded all information posted. • Proposal Validity: The proposal shall remain valid for a period of not less than 180 days from the date of submittal. • Authorized Signature: Persons with signatures signing this Letter of Transmittal are authorized to bind Transtech to the terms of the RFP. • Information True and Correct: By the letter of transmittal, Transtech is attesting that all information submitted with the RFP is true and correct. • Subconsultants: Transtech has 2 sub-consultants. MTGL, Inc. For Materials Testing and Inspection Support; and Avant-Garde, Inc. for Federal and Labor Compliance Support. Both subconsultants are verified DBE firms. Thank you for the opportunity to submit this proposal. If you have any questions or need additional information, please contact us. Respectfully submitted, Ahmad Ansari, PE, Contract Principal Okan Demirci, PE, QSD/P, Principal Project Manager E: ahmad.ansari@transtech.org; C: 949-702-5612 E: okan.demirci@transtech.org; C: 714-319-613 B. TECHNICAL PROPOSAL TECHNICAL PROPOSAL Highway Safety Improvement Project, Cycle 9, Traffic Signal Improvements Construction Engineering & Inspection Services CITY PROJECT No. Z10066, FEDERAL PROJECT NUMBER Project No. 5074(020) B. TECHNICAL PROPOSAL B.1 TECHNICAL PROPOSAL Highway Safety Improvement Project, Cycle 9, Traffic Signal Improvements Construction Engineering & Inspection Services CITY PROJECT No. Z10066, FEDERAL PROJECT NUMBER Project No. 5074(020) a. Qualifications, Related Experience and References of Offeror (1) Financial Condition Transtech has been in business for over 3 years and has been and is in excellent financial condition. There are no conditions (e.g., bankruptcy, pending litigation, planned office closures, impending merger) that may impede Transtech’s ability to complete the project. (2) Similar Experience Experience in similar Projects: Transtech has extensive experience in managing federally funded projects, including several HSIP Funded Projects in compliance with LAPM. In the past few years, we managed approx. 430 federally funded projects, including 22 HSIP Projects listed below: Following are few examples of similar projects managed by Transtech: 1. HSIP Cycle 4, Traffic Signal Improvements at Various Locations, City of Commerce (Fed. Funded) ($1M) 2. HSIP Cycle 5, Martin Luther King Jr Blvd TS Improvements, City of Lynwood (Fed. Funded) ($0.5M) 3. HSIP Cycle 6, Traffic Signal Improvements at Atlantic Ave, City of Cudahy (Fed. Funded) ($1M) 4. HSIP Cycle 6, Traffic Signal Improvements at Santa Anita and Fern, City of S. El Monte (Fed. Funded) ($0.75M) 5. HSIP Cycle 6, Traffic Signal Improvements at Tyler and Thienes, City of S. El Monte (Fed. Funded) ($($0.75M) 6. HSIP Cycle 6, Traffic Signal Improvements at Peck and Rush, City of S. El Monte (Fed. Funded) ($1M) 7. HSIP Cycle 6, El Monte Ave, Temple City Blvd, and Various Citywide Locations (Fed. Funded) ($2.8M) 8. HSIP Cycle 7, Pedestrian Safety Improvements at Salt Lake Ave, City of Cudahy (Fed. Funded) ($0.5M) 9. HSIP Cycle 7, Traffic Interconnect System Upgrades Citywide, City of Commerce (Fed. Funded) ($1M) 10. HSIP Cycle 7, Traffic Signal Improvements at Santa Anita-Central, City of S. El Monte (Fed. Funded) ($1M) 11. HSIP Cycle 7, Traffic Signal Left Turn Phasing Improvement, City of Culver City (Fed. Funded) ($1M) 12. HSIP Cycle 7, Traffic Signal Improvements at Hellman-Alhambra-Garfield, City of Monterey Park (Fed. Funded) ($1.5M) 13. HSIP Cycle 7, Traffic Signal Improvements at Mission and Ivar, City of Rosemead (Fed. Funded) ($0.5M) 14. HSIP Cycle 7, Firestone Blvd ITS Improvements, City of Norwalk (Fed. Funded) ($1.5M) 15. HSIP Cycle 9, Traffic Signal Improvements on Garfield Ave, City of Monterey Park (Fed. Funded) ($1M) 16. HSIP Cycle 9, Citywide Traffic Signal Improvements, City of S. El Monte (Fed. Funded) ($1M) 17. HSIP Cycle 9, Citywide Traffic Safety Improvement, City of Placentia (Fed. Funded) ($1.3M) 18. HSIP Cycle 9, Atlantic-Carlin Traffic Signal Improvements, City of Lynwood (Fed. Funded) ($0.75M) 19. HSIP Cycle 9, Imperial-Atlantic Traffic Signal Improvements, City of Lynwood (Fed. Funded) ($0.75M) 20. HSIP Cycle 10, Traffic Interconnect System Upgrades Citywide, City of Commerce (Fed. Funded) ($2M) 21. HSIP Cycle 10, Traffic Signal Improvements at Garvey-Durfee-Michael Hunt, City of S. El Monte (Fed. Funded) ($1M) 22. HSIP Cycle 10, Traffic Signal Improvements at Various Locations, City of West Covina (Fed. Funded) ($4.5M) Experience in Diverse Types of Projects: B. TECHNICAL PROPOSAL B.2 TECHNICAL PROPOSAL Highway Safety Improvement Project, Cycle 9, Traffic Signal Improvements Construction Engineering & Inspection Services CITY PROJECT No. Z10066, FEDERAL PROJECT NUMBER Project No. 5074(020) Transtech has extensive experience in providing Construction Management and Inspection Services for a variety of projects, such as: • Street Rehabilitation and Reconstruction • Traffic Signal and Street Lighting • ADA Improvements • Water, Drainage, Sewer Improvements • Bridges • Parks and Playgrounds • Parking Structures • Community Centers • Libraries • City Halls • Fire Stations • Renovation of Historic Buildings Washington Boulevard Widening and Reconstruction Project ($40M): Transtech provided CM/CI/Resident Engineer, Inspector, Office Engineer Services. The project included widening and reconstruction of 2.7 miles of Roadway, Traffic Signals, Street Lighting, Landscape, Improvements at I-5 and at 710 Freeways ramps. The project was federally funded and was managed in compliance with Caltrans Local Assistance Procedures Manual. The project was also a Caltrans Oversight Project. AWARD: This project was recognized as one of the projects of the year as part of the 2017 American Public Works Association (APWA) BEST Award, in the category of Transportation Projects. Rosemead Boulevard Improvements Project ($20M): Located in the City of Temple City, this was a Federally Funded project. Funding also included METRO Measure R and Prop C Funds. Transtech provided Project, Program, Construction Management, Resident Engineer, Inspection, Federal Compliance, Labor Compliance and Office Engineer Services. The project included protected bike lanes, widening and reconstruction of 2 miles of roadway. AWARD: The project has achieved numerous awards including a 2013 Planning Excellence in Implementation Award from the American Planning Association, the 2014 Quality of Life Merit Award from the American Society of Landscape Architects, the 2014 Merit Award for Urban Design from the California Council of the AIA and was voted one of the “best 10 new bike lanes of 2014” from the PeopleforBikes organization. Atlantic Boulevard Corridor Improvement Project ($20M): This was a Federally Funded project in the City of Commerce. Transtech provided turnkey services included construction management, resident engineer, inspection, office engineer, and funds coordinator. The project was a major street reconstruction and beautification project along Atlantic Boulevard which improved mobility for pedestrians, trucks, and vehicles as well as provided corridor beautification with landscaped medians and other elements. AWARD: This project was recognized as one of the projects of the years as part of the 2020 American Public Works Association (APWA) Project of the Year Award, in the category of Transportation Projects. B. TECHNICAL PROPOSAL B.3 TECHNICAL PROPOSAL Highway Safety Improvement Project, Cycle 9, Traffic Signal Improvements Construction Engineering & Inspection Services CITY PROJECT No. Z10066, FEDERAL PROJECT NUMBER Project No. 5074(020) Cactus Avenue and Nason Street Improvements and 135’ Span Bridge Project ($21M): This project was part of the State Local Partnership Program SLPP Grant in the City of Moreno Valley ($21M). Transtech provided construction management, resident engineer, inspection, and office engineer services. AWARD: This project was recognized with a project achievement award by the Construction Management Association of America (CMAA) for Construction Management Services under the Public Works Category for $11M-$50M ranged projects. Eastern Avenue Rehab Project ($1.5M): Located in the City of Commerce, this project was funded through City’s Measure AA Funds. The project involved Full Depth Reclaimed Pavement Rehabilitation. Transtech prepared the PS&E, as well as provided construction management, resident engineer, inspection, labor compliance and office engineer services. AWARD: This project was recognized as one of the projects of the year awards as part of the 2017 Outstanding Local Streets and Roads Project Award Program in the Category of Roads for Efficient & Sustainable Road Maintenance, Construction & Reconstruction Projects. Rte 71/Mission Bl Grade Separation Project ($40M): This project was a Federally Funded project located the City of Pomona and included construction of a bridge/grade separation. Transtech provided construction management, resident engineer, inspection, labor compliance and office engineer services. Caltrans was the oversight/jurisdictional Agency. 26th Street Rehab and Metrolink Station ($1M): This project was Federally Funded in the City of Commerce and included rehabilitation of 26th Street, and Metrolink Station parking lot rehab, station platform improvements, landscape and lighting. Transtech prepared the PS&E, as well as provided construction management, resident engineer, inspection, labor compliance and office engineer services. ATP Citywide Crosswalk and Pedestrian Safety Improvement Project ($1.2M): Located in the City of Cudahy, this project included safe routes to school pedestrian safety improvements near schools and pedestrian activity centers. Transtech prepared the PS&E, as well as provided construction management, resident engineer, inspection, labor compliance and office engineer services. B. TECHNICAL PROPOSAL B.4 TECHNICAL PROPOSAL Highway Safety Improvement Project, Cycle 9, Traffic Signal Improvements Construction Engineering & Inspection Services CITY PROJECT No. Z10066, FEDERAL PROJECT NUMBER Project No. 5074(020) El Monte, Temple City Blvd, and Various Citywide Locations HSIP Projects ($1.8M): Located in the City of Temple City, this project was a Federally Funded through Highway Safety Improvement Project (HSIP) program. It included asphalt roadway resurfacing, markings & striping, traffic safety improvements such as updated traffic signal heads and speed radar feedback signs, and updated street signage. Transtech prepared the PS&E, as well as provided construction management, resident engineer, inspection, labor compliance and office engineer services. Middleton Street Elementary School Safe Routes to School Improvements Project ($500K): Located in the City of Huntington Park, this project was part of the Safe Route to School program and included pedestrian safety improvements, bulb outs, ADA compliant PCC curb ramps, sidewalk improvements, updated signage, striping and markings. Transtech prepared the PS&E, as well as provided construction management, resident engineer, inspection, labor compliance and office engineer services. Slauson Avenue ADA Improvements and Tree Replacement Project ($1.5M): Located in the City of Commerce, this project was funded through City’s Measure AA Funds. The project included removal of 149 overgrown Ficus trees that displaced the sidewalk in some areas up to 2 feet high and replaced them with new ADA compliant sidewalk and planted 433 drought tolerant trees in their place. Transtech prepared the PS&E, as well as provided construction management, resident engineer, inspection, labor compliance and office engineer services. Parking Lot Improvements Projects ($550K): Located in the City of Temple City, this project included new parking lot signage, asphalt resurfacing, construction of trellis, new lighting, electrical vehicle charging station infrastructure, landscaping, and drainage. Transtech provided design, construction management, and inspection services. Bogert Trail Bridge Widening Project ($5M): Located in the City of Palm Springs, this project was a Federally Funded project. Transtech provided construction management, resident engineer, inspection, labor compliance and office engineer services. The project involved bridge widening, retrofit, and beautification elements. B. TECHNICAL PROPOSAL B.5 TECHNICAL PROPOSAL Highway Safety Improvement Project, Cycle 9, Traffic Signal Improvements Construction Engineering & Inspection Services CITY PROJECT No. Z10066, FEDERAL PROJECT NUMBER Project No. 5074(020) City of Alhambra Civic Center Library Project ($25M): Transtech provided plan check, inspection, construction management, and owner representative services, the project included construction of a 45,000 SF Library with an underground parking garage. Mosaic Parking Structure (City Project-Project Value: $6M): Transtech provided design/build program manager, construction manager, full plan review as well as inspection services of for this development which includes 5 story parking structure. This project is located in Alhambra. Renaissance Plaza ($15M): This project was located in the City of Alhambra and included a parking structure, 10 plex movie theater, retail, and plaza. Transtech served as the City’s Building Official, Plan Checker and Inspector for this project including construction manager of the parking structure, public plaza, and other improvements. Rosewood Community Center ($25M): Transtech was retained by the City of Commerce to take over the management of this multimillion-dollar facility which was 2 years behind schedule. Within 5 months, Transtech brought the construction to substantial completion level allowing the City to start the move- in process, and 2 months after, the facility was opened for public use. Garfield Avenue Parking Structure ($8.5M): This project included a 5-story level, 600 space parking structure as part of the Alhambra Redevelopment Agency and Downtown Redevelopment. Transtech provided plan check, inspection, construction management and owner representative services. Riverside County Transportation Commission, Corona Main Street Metrolink Parking Structure and Pedestrian Bridge (25M): This project is in Corona and included 6 level, approximately 1,000 space parking structure, and a pedestrian bridge over railroad tracks. Transtech provided inspection and construction management services for the construction of this federally funded project. B. TECHNICAL PROPOSAL B.6 TECHNICAL PROPOSAL Highway Safety Improvement Project, Cycle 9, Traffic Signal Improvements Construction Engineering & Inspection Services CITY PROJECT No. Z10066, FEDERAL PROJECT NUMBER Project No. 5074(020) City of San Bernardino Santa Fe Depot/Metrolink Parking Structure and Historic Santa Fe Depot Renovation Project ($25m): The project involved 3- level parking structure for 350 cars, and historic Santa Fe Depot Renovation for adoptive reuse of 60,000 sf historical Train Depot. Transtech provided building code plan check, constructability review, building code inspection, construction management, construction inspection, materials testing/inspection, and program management services for these 2 projects. Citywide Parks Improvement Project ($2.5M): This project included installation of park equipment (playground, picnic shelters, benches), construction of ADA improvements, and various PCC improvements at 13 parks in the City of Monterey Park. Transtech provided CIP project management which included bid package preparation, project management and coordination. Salt Lake Park Splash Pad Project ($1M): This project was located at Salt Lake Park in the City of Huntington Park. Transtech provided construction management, resident engineer, inspection, and office engineer services. Cascades Waterfall Renovation Project ($600K): This project included the renovation of the Cascades Waterfall landmark in Monterey Park, which included lighting, plastering of the fountain, painting, ADA improvements, PCC walkway improvements, and landscaping. Transtech provided CIP project management which included bid package preparation, project management and coordination. Lugo Park, Soccer Field and Park Improvements Project ($1.6M): This project was partially funded through CDBG funds in the City of Cudahy. Transtech prepared the PS&E as well as provided construction management and inspection services for a regulation soccer field with artificial turf on existing baseball field, DG walking path, landscaping, parking lot expansion, concrete plaza, lighting, drainage, bathroom and concession stand ADA improvements. Garvey Ranch Basketball Court Improvements ($200K): This project included construction of new PCC basketball court installation, striping, basketball hoops, fence, and PCC walkway in Monterey Park. Transtech provided bid package preparation, project management and coordination. B. TECHNICAL PROPOSAL B.7 TECHNICAL PROPOSAL Highway Safety Improvement Project, Cycle 9, Traffic Signal Improvements Construction Engineering & Inspection Services CITY PROJECT No. Z10066, FEDERAL PROJECT NUMBER Project No. 5074(020) COMPANY QUALIFICATIONS Company Profile: Established in 1989, Transtech (a California Corporation) is a multi-disciplinary engineering consulting firm. Transtech has been in business for over 33 years and is providing municipal services to approximately 70 public agencies. Multi-Disciplinary Municipal Engineering Consulting Firm: Transtech is a multi-disciplinary municipal engineering consulting firm. Our service capabilities include: • Building & Safety Services, Building Official Building Inspection, Plan Check • Civil Engineering, • Staff Augmentation • CIP Program Management • Construction Management and Inspection • Federally Funded Project Management • Grant Writing • CDBG Project Management • City Engineer, City Traffic Engineer, Development Review, Public Works Engineering, Plan Check, Inspection • Labor Compliance • Planning Support • Traffic and Transportation Planning and Eng • Water Resources Engineering • Surveying, Mapping, ALTA, Right-of-way Eng • Emergency, Support Services Currently, we are providing Municipal, Services to approximately 70 Agencies: City of Temple City  City Engineering Services: City Eng, Traffic Eng, Development/Public Works Plan Check, Map and Plan Check, Permit Inspection, Design, CIP and Construction Management, PW Insp, Fed Proj Management  Building & Safety Services: Building Official, Plan Review, Insp, Permit Tech City of Alhambra  City Engineering Services: City Eng, Traffic Eng, Development/Public Works Plan Check, Map and Plan Check, Permit Inspection, Design, CIP and Construction Management, PW Insp, Fed Proj Management  Building & Safety Services: Building Official, Plan Review, Insp, Permit Tech B. TECHNICAL PROPOSAL B.8 TECHNICAL PROPOSAL Highway Safety Improvement Project, Cycle 9, Traffic Signal Improvements Construction Engineering & Inspection Services CITY PROJECT No. Z10066, FEDERAL PROJECT NUMBER Project No. 5074(020) City of Commerce  City Engineering Services: City Eng, Traffic Eng, Development/Public Works Plan Check, Map and Plan Check, Permit Inspection, Design, CIP and Construction Management, PW Insp, Fed Proj Management  Building & Safety Services: Building Official, Plan Review, Inspection, Permit Tech City of Big Bear Lake  Building & Safety Services: Building Plan Review  Engineering Services: Traffic Eng, Development/Public Works Plan Check, Map and Plan Check, Design, CIP and Construction Management, PW PC/Insp, Fed Proj Management City of Maywood  City Engineering Services: City Eng, Traffic Eng, Development/Public Works Plan Check, Map and Plan Check, Permit Inspection, Design, CIP and Construction Management, PW Insp, Fed Proj Management  Building & Safety Services: Building Inspection, Permit Technician City of Chino  CIP Management Services: Transtech is City’s Contract CIP Manager for major Public Works Projects City of Ontario  CIP Management Services: Transtech is City’s Contract CIP Manager for major Public Works Projects City of Monterey Park  City Engineering Services: City Eng, Traffic Eng, Development/Public Works Plan Check, Map and Plan Check, Permit Inspection, Design, CIP and Construction Management, PW Insp, Fed Proj Management  Building & Safety Services: Building Official, plan check and as-needed inspection City of Montebello  Project and Construction Management: Project and Construction Management, Inspection  Building & Safety Services: Building Official, plan check and as-needed inspection Bear Valley Community Services District  District Engineering Services/CIP Management: Engineering Support, Traffic Engineering, CIP Management City of South Pasadena  Building & Safety Services: Building Official, Plan Review, Inspection, Permit Tech City of Seal Beach  Building & Safety Services: Building Official, Plan Review, As-needed Inspection City of Azusa  Building & Safety Services: Building Official, Building Plan Review, As-needed Insp San Manuel Indian Reservation  Building & Safety Services: Building Official, Plan Review, Inspection San Manuel Casino  Building & Safety Services: Building Official, Plan Review, Inspection City of Placentia City of South El Monte  City Engineering Services: City Eng, Traffic Eng, Development/Public Works Plan Check, Map and Plan Check, Permit Inspection, Design, CIP and Construction Management, PW Insp, Fed Proj Management  Building & Safety Services: Building Official, Plan Review, As-needed Inspection, As-Needed Permit Technician City of West Covina  City Engineering Services: City Eng, Traffic Eng, Development/Public Works Plan Check, Map and Plan Check, Permit Inspection, Design, CIP and Construction Management, PW PC, Fed Proj Management  Building & Safety Services: Building Official, Plan Review, Inspection, Permit Technician City of Rosemead  City Engineering Services: City Eng, Traffic Eng, Development/Public Works Plan Check, Map and Plan Check, Permit Inspection, Design, CIP and Construction Management, PW Insp, Fed Proj Management  Building & Safety Services: Building Official, Plan Review, Insp, Permit Tech City of Pico Rivera  City Engineering and CIP Management Services: City Engineer and CIP Management. City of Bell  Building & Safety Services: Building Official, Plan Review, Inspection, Permit Technician City of Cudahy  CIP Management and Engineering Services: Traffic Eng, Design, CIP and Construction Management, PW Insp, Fed Proj Management  Building & Safety Services: Plan Review. City of Hawaiian Gardens  Building and Safety Services: Building Official, Plan Review, Inspection, Permit Technician City of Downey  Building & Safety Services: Plan Review, Inspection County of Riverside  Building & Safety Services: Plan Review, Inspection San Bernardino County Housing Authority  On-call Services: As-Needed Support City of San Bernardino  On-call Services: Traffic Engineering, Constr. Management City of El Monte  On-call Services: Engineering Support, Traffic Engineering, Construction Management, Development/Public Works Plan Check, Map and Plan Check County of Los Angeles  Building & Safety Services: Plan Review, Inspection City of Norwalk  Building & Safety Services: Plan Review City of Hermosa Beach  Plan Check Services: Dev Plan Check City of Banning  Public Works Plan Check: PW Plan Check and Pw Inspection B. TECHNICAL PROPOSAL B.9 TECHNICAL PROPOSAL Highway Safety Improvement Project, Cycle 9, Traffic Signal Improvements Construction Engineering & Inspection Services CITY PROJECT No. Z10066, FEDERAL PROJECT NUMBER Project No. 5074(020)  On-call PM/CM and Development/PW Plan Check: On- call services City of Rialto  City Traffic Engineering and PW Inspection Services: City Traffic Engineering, PW Inspection services City of Culver City  On-call Engineering Services: Eng Services City of Santa Ana  On-call Services: Building and Safety Plan Check, Inspection, Eng and Tech Support Services City of Chino Hills  On-call Services: Engineering City of Pasadena  On-call Engineering Services: Engineering Services City of Rancho Palos Verdes  CIP Project Management: CIP/Fed Proj Management  Building & Safety Services: Plan Review, Inspection. City of Lawndale  PW Staffing and Project Management Services: PW Staffing and Project Management Services Riverside County Economic Development Agency  On-call Services: Eng, Building Evaluations, & Surveying City of Lancaster  On-call Services: Plan Check, Inspection, Traffic Eng, Staff Augmentation, and Tech Support Services City of Palm Desert  City Traffic Engineering Services: City Traffic Engineering City of Irwindale  On-call Services: Constr. Management and Insp Services City of Lynwood  On-call Services: Engineering, CIP and Construction Management. City of Yorba Linda  Traffic Engineering Services: On-call Traffic Engineering City of Anaheim  Engineering Services: Engineering Services City of Lake Forest  CIP Project Management: CIP/Fed Proj Management Large Pool of Experienced Staff: Transtech has a large pool of well experienced staff and resources readily available to provide requested services, and respond to requests in a timely, efficient, and cost-effective manner. Our staff and resources include approximately 200, including building officials, plan checkers, inspectors, permit technicians, engineers, project managers, designers, plan checkers, inspectors, construction managers, traffic and transportation analysts, technicians, support personnel. One of the unique qualifications of Transtech is that we serve public agencies as municipal contract service providers, including Contract City Engineer, City Traffic Engineer, Building Official, CIP Manager, Planner and in other capacities. We have extensive experience working with Public Agencies in similar assignments. We are accustomed to working with governmental agencies, and have a good understanding of public agency issues, procedures, and policies. Several of our staff members are former City Engineers, Public Works Directors. Our team includes experienced staff members who have worked for CALTRANS and are intimately familiar with the standards and procedures, project development and approval process, and requirements. One of our Sr. Staff Member is former Deputy Director of Caltrans District 7. Experience in Federally Funded Projects and Grants: We have extensive experience in the management and administration of federally funded projects. In the past few years, we managed over 30 federally funded projects. Our staff members have completed Caltrans Resident Engineer Academy for Federally Funded Projects. We follow guidelines and procedures of Caltrans Local Assistance Procedures Manual (LAPM). Our team has proven track record in obtaining outside grants for its client cities. Our staff works with our client cities to find potential funding sources, and to prepare competitive applications for various programs. We have obtained extensive amount of funds for our client cities. Experience in various types of Projects: Transtech has experience in various types of projects, such as: • Street Rehabilitation and Reconstruction • Traffic Signal and Street Lighting • Parking Structures • Community Centers B. TECHNICAL PROPOSAL B.10 TECHNICAL PROPOSAL Highway Safety Improvement Project, Cycle 9, Traffic Signal Improvements Construction Engineering & Inspection Services CITY PROJECT No. Z10066, FEDERAL PROJECT NUMBER Project No. 5074(020) • ADA Improvements • Water, Drainage, Sewer Improvements • Bridges • Parks and Playgrounds • Libraries • City Halls • Fire Stations • Renovation of Historic Buildings Community Benefit Enhancement (CBE): Supporting civic and community activities demonstrates Transtech’s commitment to the progress, health, and well-being of the communities we serve. This is something that we take pride in as a company. In services and partnership with our client Cities, we have a proven record of active engagement in City and Community events. This includes involvement or presence at City programs or events, supporting local businesses through the chamber, youth events, hosting workshops, sports, scholarship opportunities, community service, managing homelessness challenges, public safety, crime prevention, or any other community benefit that the City wishes us to be a part of. Our goal is not just to serve as a consultant (which is what we are best at) but to also be an active partner with our clients and further enhance the City’s reputation as an ideal community. (3) References Client Name: City of South El Monte (Year started and completed: 2018 – Ongoing Service) • Services Provided: City Engineer, Traffic Engineer, CIP Design, Construction Management, Inspection, Public Works Plan Checks, Federally Funded Project Management, Building and Safety Plan Check, Inspection • Contact: Rene Salas, City Manager; T: 626-579-6540, Ext. 3040; E: rsalas@soelmonte.org Client Name: City of Temple City (Year started and completed: 2012 – Ongoing Service) • Services Provided: Services Provided: City Engineer, Traffic Engineer, CIP Design, Construction Management, Inspection, Public Works Plan Checks, Federally Funded Project Management, Building and Safety Plan Check, Inspection, as needed Permit Technician • Contact: Bryan Cook, City Manager; T: 626-285-2171; E: bcook@templecity.us Client Name: City of Commerce (Year started and completed: 2003 – Ongoing Service) • Services Provided: City Engineer, Traffic Engineer, CIP Design, Construction Management, Inspection, Public Works Plan Checks, Federally Funded Project Management, Building and Safety Plan Check, Inspection, Permit Technician • Contacts: Vilko Domic, Assistant City Manager ; T: 323-722-4805; E: vilkod@ci.commerce.ca.us Client Name: City of West Covina (Year started and completed: 2019 – Ongoing Service) • City Engineer, Traffic Engineer, CIP Design, Construction Management, Inspection, Public Works Plan Checks, Federally Funded Project Management, Building and Safety Plan Check, Inspection, Permit Technician • Contact: David Carmany, City Manager; T: 626-939-8401 E: dcarmany@westcovina.org Client Name: City of Ontario (Year started and completed: 2019 – Ongoing Service) • Services Provided: Management of CIP and Staff Augmentation Services • Contact: Tito Haes, Public Works Director, T: 909-365-2625; E: THaes@ontarioca.gov B. TECHNICAL PROPOSAL B.11 TECHNICAL PROPOSAL Highway Safety Improvement Project, Cycle 9, Traffic Signal Improvements Construction Engineering & Inspection Services CITY PROJECT No. Z10066, FEDERAL PROJECT NUMBER Project No. 5074(020) b. Proposed Staffing and Project Organization (1) Staff Experience and Credentials We have extensive experience in the management and administration of federally funded projects. In the past few years, we managed approx. 40 federally funded projects, including 22 HSIP Projects. Our staff members have completed Caltrans Resident Engineer Academy for Federally Funded Projects. We follow guidelines and procedures of Caltrans Local Assistance Procedures Manual (LAPM). Our team has proven track record in obtaining outside grants for its client cities. Our staff works with our client cities to find potential funding sources, and to prepare competitive applications for various programs. We have obtained extensive amount of funds for our client cities. Additionally, after funds are awarded to a client, our experienced staff provides assistance to ensure compliance with applicable funding program requirements, including preparing necessary clearance approvals (environmental, utilities, ROW), processing E-76 authorizations, and managing project. Our team includes experienced staff members who have worked for CALTRANS and are intimately familiar with the standards and procedures, project development and approval process, and requirements. We serve as Contract City Engineer, City Traffic Engineer, CIP Manager, PW Director, Building Official, Building Inspector, Plans Examiner/Plan Checker, Permit Technician, Public Works Inspector, Construction Manager, Construction Inspector, Designer, Federally Funded Project Manager and in other capacities for a number of public agencies. We are accustomed to working with governmental agencies, and have a good understanding of public agency issues, procedures, and policies. (2) Resumes for Project Manager and Key Personnel RESUME – PRINCIPAL PROJECT MANAGER OKAN DEMIRCI, PE, QSD, QSP, MBA, Principal Project Manager Education • MBA, Brandeis University, Massachusetts Mr. Demirci has approximately 15 years of experience. Mr. Demirci serves as Assistant Public Works Director, City Engineer, CIP Program Manager, Resident Engineer at Transtech’s Contract Cities and provides technical and management support. Mr. Demirci completed Caltrans Resident Engineer Academy and is very familiar with the management and administration of federally and state funded projects in compliance with Caltrans Local Assistance Procedures Manual (LAPM). Mr. Demirci works as CIP Program Manager at various Transtech’s Contract Cities, and manages various capital improvement programs including state and federal funded programs such as CDBG, HSIP, ATP, Metro Call for Projects, SR2S, etc. Mr. Demirci’s experience also includes working as Resident Engineer, Project Manager and Construction Manager on various CIP projects (including federal and state funded projects) from project inception to closeout. He has a broad knowledge of municipal government operations, including preparation and presentation of staff reports/resolutions to city councils, committees B. TECHNICAL PROPOSAL B.12 TECHNICAL PROPOSAL Highway Safety Improvement Project, Cycle 9, Traffic Signal Improvements Construction Engineering & Inspection Services CITY PROJECT No. Z10066, FEDERAL PROJECT NUMBER Project No. 5074(020) • BS, Engineering, Sabanci University, Turkey Registration • Registered Civil Engineer • Qualified Stormwater Designer and Practitioner (QSD/QSP) • Cal OSHA 10-hour Construction Certified • CalOES SAP Evaluator Highlights • Serves as CIP Program Manager, Assistant Public Works Director and City Engineer at Transtech’s Contract Cities. • Completed Caltrans Resident Engineer Academy, very familiar with the management and administration of federally funded projects in compliance with Caltrans Local Assistance Procedures Manual (LAPM). and interaction with public, various city departments, city council and other governmental agencies. Examples of his project experience includes: City of Maywood, Contract City Engineer: Mr. Demirci prepared staff reports, resolutions, PS&E packages, RFPs, master plans, oversees City CIP program including managing consultant contracts. Highlighted projects are: • Annual Pavement Rehabilitation. Asphalt rehab, accessibility improvements. Cost: $2m. • Streetlight LED Conversion Project. Installation of new SL service, conduits, poles and fixtures at various locations. Cost: $1m • Slauson Traffic Congestion Relief Project. Intersection widening at major City corridor, including R/W acquisition, traffic signal modification, asphalt and concrete improvements. Cost: $10m. City of Commerce, CIP Manager/Resident Engineer: Mr. Demirci prepared PS&E packages, RFPs, staff reports, manages planning, design, bidding, construction, construction close out, and state/federal projects grant closeout activities. Highlighted projects are: • Washington Boulevard Widening and Reconstruction Project (Federally Funded). Transtech provided CM/Resident Engineer, Inspector, Office Engineer Services. The project includes widening and reconstruction of 2.7 miles of Roadway (including approx. 3,500 tons rubberized AC overlay). The project is federally funded and being managed in compliance with Caltrans Local Assistance Procedures Manual. Cost: $38m • City’s Annual Pavement Management Program: Managed City’s PMP since 2015. He coordinated in preparation of bid packages following recommendations from PMP and managed projects in PE and CE phases. Cost: $9.5m • Slauson Avenue ADA Improvements and Tree Replacement Project: Served as Project Manager for this ADA Improvements and tree replacement project. Cost: $1.2m. City of South El Monte, Assistant City Engineer/CIP Program Manager/Resident Engineer: Mr. Demirci coordinated Capital Improvement Projects (CIP) program at the City. As part of his responsibility, Mr. Demirci prepared PS&E packages, coordinated planning, bidding, design, construction, project close out, and state/federal projects grant closeout activities. Mr. Demirci also coordinated professional services procurement by preparing RFPs, and oversees various consultants on City’s CIP program. Highlighted projects are: • HSIP Cycle 6 & 7 Program: Managed 5 separate Traffic Signal, Lighting and Street Improvements Federally funded HSIP projects through all phases including federal grant management, design phase, construction phase, project closeout, federal grant closeout. Cost $3m • Federal CDBG Program: Managed City’s FY 17/18, 18/19, 19/20 CDBG projects through all phases including federal grant management, design phase, construction phase, project closeout, federal grant closeout. Cost $2m City of Chino, CIP Project Manager/Resident Engineer: Mr. Demirci prepared PS&E packages, coordinated bid advertisement, bid opening, bid analysis, contract award, pre-construction meetings, provided construction management as resident engineer, coordinated project close out, and state/federal projects grant closeout activities. Mr. Demirci also coordinated professional services procurement by preparing RFPs and oversees various consultants on City’s CIP program. Highlighted projects are: B. TECHNICAL PROPOSAL B.13 TECHNICAL PROPOSAL Highway Safety Improvement Project, Cycle 9, Traffic Signal Improvements Construction Engineering & Inspection Services CITY PROJECT No. Z10066, FEDERAL PROJECT NUMBER Project No. 5074(020) • Eastside Water Treatment Facility: Expansion of the treatment capacity from 3,500 gpm to 7,000 gpm which includes pre-filters, Granular Activated Carbon (GAC) vessels, and an ion exchange system, construction of dual brine pipelines. Cost: $20m. • Riverside Dr Street Rehab: Asphalt reconstruction, storm drain installation, ADA improvements (curb&gutter, sidewalk, curb ramps), traffic signal improvements. Cost: $7.5m • Citywide Alley Paving Improvements, Federally Funded (CDBG): Asphalt pavement, various concrete improvements (sidewalk, driveway, curb ramp, sidewalk, etc.). Cost: $0.5m • El Prado Rd Reconstruction Project: Asphalt full depth reclamation (FDR), concrete improvements (sidewalk, curb ramp, curb & gutter, etc.), traffic signal, signing and striping. Cost: $3.0m City of Monterey Park, Acting City Engineer/CIP Manager: Mr. Demirci prepared PS&E packages, coordinated bid advertisement, bid opening, bid analysis, contract award, pre-construction meetings, provided construction management as resident engineer, coordinated project close out, and state/federal projects grant closeout activities. Mr. Demirci also coordinated professional services procurement by preparing RFPs and oversees various consultants on City’s CIP program. Highlighted projects are: • Parks & Rec Master Plan Development and Construction of Improvements at 13 parks (including picnic shelters, playgrounds, irrigation systems installations and ADA improvements). Cost $1.5m • Citywide Parking Lot Reconstruction and Various City Facility Restoration/Maintenance (including Cascades Waterfall Restoration, City Pool Maintenance, Various other City facility maintenance). Cost $2.5m City of Temple City, CIP Program Manager/Assistant City Engineer: Mr. Demirci prepared PS&E packages, coordinated bid advertisement, bid opening, bid analysis, contract award, pre-construction meetings, provided construction management as resident engineer, coordinated project close out, and state/federal projects grant closeout activities. Mr. Demirci also coordinated professional services procurement by preparing RFPs and oversees various consultants on City’s CIP program. Highlighted projects are: • City’s Annual Pavement Management Program: Prepared and managed City’s PMP since 2013. He coordinated in preparation of bid packages following recommendations from PMP and managed projects in PE and CE phases. Annual cost: $1.5m • Pedestrian and Bike Safety Improvements on Temple City Blvd, El Monte and Various Locations Citywide (HSIP Federally Funded): Worked as project manager in PE and CE phases of federally funded projects. These projects were managed in compliance with applicable federal requirements. Cost: $1.5m • Council Chambers Renovation and ADA Improvements Project: Served as Project manager, the improvements included complete reconstruction/renovation of the Council Chambers with new seating, dais, carpet, lighting, AV system, and new ADA compliant bathrooms, new ADA compliant access to the building. Cost $0.5m. • Rosemead Safety and Enhancement and ADA Improvements Project: Served as the Office Engineer for the Rosemead Safety and Enhancement Project. The project included widening and reconstruction of 2 miles of Rosemead Boulevard, including new medians, bike lanes, signals, sidewalks, curb&gutter, street lighting, landscape, street scape. The project is federally funded and is managed in compliance with Caltrans Local Assistance Procedures Manual. Cost $20m. City of Cudahy, CIP Manager/Resident Engineer: Mr. Demirci prepared PS&E packages, coordinated bid advertisement, bid opening, bid analysis, contract award, pre-construction meetings, construction phase B. TECHNICAL PROPOSAL B.14 TECHNICAL PROPOSAL Highway Safety Improvement Project, Cycle 9, Traffic Signal Improvements Construction Engineering & Inspection Services CITY PROJECT No. Z10066, FEDERAL PROJECT NUMBER Project No. 5074(020) coordination, post construction project close out, and state/federal projects grant closeout activities. Highlighted projects are: • Pedestrian Safety Improvements, (ATP Funded): Served as Project Manager for this federally funded $1.0m project. Project includes construction of pedestrian safety improvements such as curb extensions, installation of traffic devices, signs, striping. • Lugo Park, Soccer Field Project (CDBG Federally Funded): Served as Project Manager for this $1.6m federally funded project. Project includes construction of a regulation new soccer field with artificial turf on existing baseball field, DG walking path, landscaping, parking lot expansion, concrete plaza, lighting, drainage, bathroom and concession stand ADA improvements. The project is CDBG federally funded and being managed in compliance with applicable CDBG requirements. Cost $1.6m RESUME – KEY PERSONNEL EARL FRASER, QSP, Sr. Field Construction Manager/Supervising Inspector Registration • Registered Construction Inspector by American Construction Inspectors Association. • QSP (Construction General Permit Qualified SWPPP Practitioner). • CalOES SAP Evaluator Highlights • 30 years of experience. • Served as Construction Inspector on a number of Projects. • Served as Contract Public Works Inspector for the City of Adelanto for various street, water, sewer, storm drain projects. • Experience includes inspecting local roads, pavement rehab, ADA, grading wet and dry utilities Mr. Fraser has over 30 years of experience. He is a Registered Construction Inspector by American Construction Inspectors Association. He is also certified as QSP (Construction General Permit Qualified SWPPP Practitioner). His experience includes construction management and inspection of grading, pavement rehabilitation (asphalt and concrete), ADA/accessibility, wet and dry utilities (storm drain, sewer, water), traffic signal improvements. He also coordinates public works encroachment permit inspections as Sr. Inspector at Transtech’s Contract Cities. As Sr. Inspector/Construction Manager, he performs a wide variety of tasks to ensure the project progresses on schedule, is in compliance with approved plans and specifications, and effective communication and information flow is maintained with project participants. He has inspected projects that are funded with State and Federal Funds and is familiar with Caltrans LAPM for Contract Administration. Examples of his project experience as Sr. Inspector/Construction Manager includes: • Traffic Signal Improvements (HSIP Cycle 6) at Various Locations, City of South El Monte: Installation of traffic signal improvements, left turn phasing, concrete improvements, pedestrian safety. Cost: $2.0m (Federally funded) • La Ballona Safe Routes to School Improvements, City of Culver City: Pedestrian safety improvements, traffic signal and HAWK installation, accessibility improvements (sidewalk, curb ramp, curb, & gutter), pavement rehabilitation, signage and striping. Cost: $3.5m. • Valley-Linden Roadway Improvements, City of Rialto: Pavement rehabilitation, concrete improvements (sidewalk, curb, curb ramp). Cost: $1.5m • FY 19/20 Pavement Rehab, City of Commerce: Citywide pavement rehabilitation (AC full depth reclamation), concrete improvements (sidewalk, curb, curb ramp). Cost: $3.0m. • FY 19/20 Pavement Rehab Las Tunas Rd, City of Temple City: AC rehabilitation, concrete improvements (sidewalk, curb, curb ramp). Cost: $2.5m. • FY 19/20 Pavement Rehab, City of Cudahy: AC rehabilitation, concrete improvements (sidewalk, curb, curb ramp). Cost: $1.5m. • FY 17/18, 19/20, 20/21 Pavement Rehab, City of West Covina: Citywide pavement rehabilitation, concrete improvements (sidewalk, curb, curb ramp). Cost: $5.0m. • FY 19/20 Pavement Rehab, City of Maywood: Citywide pavement rehabilitation, concrete improvements (sidewalk, curb, curb ramp). Cost: $1.5m. • CDBG Various Restroom Improvements, City of Cudahy: Facility improvements, accessibility improvements at various facilities. Cost: $0.5m (Federally funded). • CDBG Sr. Center Facility Improvements, City of West Covina: Facility improvements, utilities, accessibility improvements at Sr. Center. Cost: $0.5m (Federally funded). • Brewster Ave Water and Sewer Improvements, City of Lynwood: Installation of B. TECHNICAL PROPOSAL B.15 TECHNICAL PROPOSAL Highway Safety Improvement Project, Cycle 9, Traffic Signal Improvements Construction Engineering & Inspection Services CITY PROJECT No. Z10066, FEDERAL PROJECT NUMBER Project No. 5074(020) waterline, sewerline, and street rehabilitation, AC reconstruction, concrete improvements. Cost: $2.0m. • Agnes Ave Water and Sewer Improvements, City of Lynwood: Installation of waterline, sewerline, and street rehabilitation, AC reconstruction, concrete improvements. Cost: $3.0m. • Primrose Park Improvements, City of Temple City: Construction of new playground, restroom facility, site furnishings, utilities, grading, and site improvements. Cost: $3.0m. • Contract Public Works Inspector, City of Adelanto: Assist the Department of Public works with the public works inspections and project management during the installation of Water, Sewer, Storm Drain and street construction within the City's right of way and easements. Assist the City engineer with preconstruction meetings, reviews submittals, and prepares inspection field reports. • Field Inspector, Middle College, Little Mountain, Roosevelt II, Alessandro and Lankershim Schools for the City of San Bernardino Unified School District: Assisted in the review of shop drawings, and provided hands on storm water sewer and water construction support and field liaison between the contractor and the design team. • Field Inspector and Design Support, City of Grand Terrace Pico Park Ball Field: Provided hands on construction support and field liaison between the contractor and the design team. • Mr. Fraser’s prior experience also includes working as a General Engineering Contractor, responsible for over 100 construction projects, which included the construction of wet and dry utilities from 1" water to 72" storm drain, pavement, traffic control and other relevant improvements. CRAIG M. WHEELER, Sr. Inspector Registration • Licensed A General Eng. Contractor • NASSCO-Certified Inspector (Pipeline, Lateral and Manhole Assessments) Highlights • 30 years of experience. • Served as Construction Inspector on a number of Projects. • Experience includes inspection local roads, Mr. Wheeler has over 35 years of experience in engineering and construction in both the public and private sectors. He has provided project management and inspection services on a wide variety of public works projects, including street, traffic signal, street lighting, water, sewer, storm drain, and parks and landscaping improvements. As a project manager and construction inspector, Mr. Wheeler’s responsibilities include site observation and construction quality assurance and control, ensuring general site safety, preparing daily reports, photo documentation, monitoring SWPPP and BMP implementation, providing daily updates to the City project manager, providing recommendations and responses for contractor RFIs, assisting with submittal and shop drawing reviews, tracking quantities, and conducting progress payment reviews. Mr. Wheeler also has experience in inspecting federally funded projects to ensure compliance with the Caltrans Local Assistance Procedures Manual. Some of the major projects where Mr. Wheeler has served as Public Works Inspector are as follows: Contract Public Works Inspector CITY OF ROSEMEAD | ROSEMEAD, CA Provided inspections as contract City Inspector for various public works projects. Contract Public Works Inspector CITY OF RIALTO | RIALTO, CA Provided inspections as contract City Inspector for various public works projects. Peck and Rush Traffic Signal Improvements, HSIP, Federally Funded CITY OF SOUTH EL MONTE | SOUTH EL MONTE, CA Construction Inspector. Mr. Wheeler provided construction inspection services. Project included new traffic signal, concrete and asphalt improvements; project is federally funded. Cost: $1m. La Ballona Safe Routes to School Improvements, Federally Funded B. TECHNICAL PROPOSAL B.16 TECHNICAL PROPOSAL Highway Safety Improvement Project, Cycle 9, Traffic Signal Improvements Construction Engineering & Inspection Services CITY PROJECT No. Z10066, FEDERAL PROJECT NUMBER Project No. 5074(020) pavement rehab, ADA, grading wet and dry utilities • Cal OSHA 10 Hour Construction Certified CITY OF CULVER CITY | CULVER CITY, CA Construction Inspector. Pedestrian safety improvements, traffic signal and HAWK installation, accessibility improvements (sidewalk, curb ramp, curb & gutter), pavement rehabilitation, signage and striping. Cost: $3.5m. AT&T Fiber Backbone Improvements SAN MANUEL BAND OF MISSION INDIANS | HIGHLAND, CA Construction Inspector. Installation of telecommunications infrastructure. Cost: $3.5m. FY 19/20 Pavement Rehab CITY OF CUDAHY | CUDAHY, CA Construction Manager/Inspector: AC rehabilitation, concrete improvements (sidewalk, curb, curb ramp). Cost: $1.5m. Agnes Ave Street Improvements CITY OF LYNWOOD | LYNWOOD, CA Construction Manager/Inspector: Installation of new waterline, sewerline, asphalt concrete reconstruction, concrete curb ramps, sidewalk, curb & gutter, signage and striping. Cost: $3.5m. 2019 Residential and Arterial Pavement Improvement, I-159/I-139 CITY OF TORRANCE | TORRANCE, CA Construction Inspector. Mr. Wheeler provided construction inspection services on this citywide street improvement project. Scope of work includes reconstruction of existing PCC sidewalks, driveways, curb and gutter, and ADA curb ramps; street reconstruction and resurfacing; crack sealing and slurry sealing; utility adjustments; traffic loop replacement; and traffic signage and striping. Public Works Inspector (Staff Augmentation) CITY OF NEWPORT BEACH | NEWPORT BEACH, CA Public Works Inspector. Mr. Wheeler provided construction inspection services for City projects and private improvements/encroachments within public the right-of-way. His duties included: construction observation, public contract administration, project meeting attendance, utility coordination, minimizing traffic impacts, construction staking and surveying, material testing, project documentation, record drawings, and permit system record keeping. Alicia Parkway Rehabilitation CITY OF ALISO VIEJO | ALISO VIEJO, CA Construction Inspector. Mr. Wheeler provided construction inspection services for the rehabilitation of Alicia Parkway from Pacific Park Drive to Laguna Court. The scope of work included street reconstruction and resurfacing, utility adjustments, traffic loop replacement, and traffic signage and striping. FY 2017-18 Street Rehabilitation CITY OF LA HABRA HEIGHTS | LA HABRA HEIGHTS, CA Construction Inspector. Mr. Wheeler provided construction inspection for this citywide street rehabilitation project. Scope of work included street reconstruction and resurfacing; utility adjustments; and traffic signage and striping. CDBG Asphalt Repairs and Asphalt Overlays FY 2017. CDBG Accessible Pedestrian Signal Project CITY OF ALISO VIEJO | ALISO VIEJO, CA Construction Inspector. Mr. Wheeler provided daily inspection/documentation services for the City’s CDBG Accessible Pedestrian Signals Project. Beltway Operational Improvements CALTRANS | BAKERSFIELD, CA B. TECHNICAL PROPOSAL B.17 TECHNICAL PROPOSAL Highway Safety Improvement Project, Cycle 9, Traffic Signal Improvements Construction Engineering & Inspection Services CITY PROJECT No. Z10066, FEDERAL PROJECT NUMBER Project No. 5074(020) Construction Inspector. Mr. Wheeler provided construction inspection services for excavation, grading and placement of aggregate base, installation of metering devices, installation of traffic signals and lighting, installation of electrical conduit and pull boxes, placement of K-Rail and channelization devices, removal of a temporary pump station, and demolition of PCC ribbon gutter. This $48M Caltrans project encompassed improvements to safety and traffic operations along the SR-58 corridor east of SR-99 to Cottonwood Road, and at the SR-99/Ming Avenue Interchange. The project also included operational improvements to interchange ramps and the construction of auxiliary lanes, retaining walls and sound walls. University Drive Widening (Campus to MacArthur) CITY OF IRVINE | IRVINE, CA Construction Inspector. Mr. Wheeler provided construction inspection services for the University Drive Widening (from Campus Avenue to MacArthur Boulevard) project, which includes parkway improvements, street and traffic signal improvements, storm drain improvements, water improvements, and landscape and irrigation for the adjacent bike trail. Our services include bid management, construction management, daily inspection services and project closeout. The Tracks at Brea – Segment No. 4 CITY OF BREA | BREA, CA Construction Inspector. Mr. Wheeler served as Construction Inspector on this federally funded $3.5M trail improvements project. Scope of work included contaminated soil remediation/removal, rough grading (export, import, on-site cut/fill), construction of decomposed granite pedestrian path, construction of AC bike path, on-site and off- site utilities (water, sewer, and storm drain), lighting, landscaping, irrigation, and site furnishings. CDBG Asphalt Repairs and Asphalt Overlays FY 2017 CITY OF MISSION VIEJO | MISSION VIEJO, CA Construction Inspector. Mr. Wheeler provided construction inspection services for the City’s CDBG Asphalt Repairs and Asphalt Overlays Project for various streets. This project included full-depth asphalt repairs, asphalt grinding, engineered paving mat interlayer placement, asphalt overlay, traffic control and traffic signal loops, raising of manholes and valves, and striping. Annual Pavement Preservation Program FY 2018-19 and 2015-16 CITY OF YORBA LINDA | YORBA LINDA, CA Construction Inspector. Mr. Wheeler provided construction inspection services for the City’s Annual Pavement Preservation Project. This project included full-depth asphalt repairs, asphalt grinding and overlay, crack sealing, slurry sealing, traffic signal loops, raising of manholes and valves, and striping. FY 2015-2016 Annual Citywide Sidewalk Repairs CITY OF SANTA MONICA | SANTA MONICA, CA Construction Inspector. Mr. Wheeler served as Construction Inspector on this $900K citywide sidewalk repairs project. The scope of work included reconstruction of sidewalks, driveways, curb, gutter, and ADA curb ramps. Manhattan Beach Water Line and Street Improvements CITY OF MANHATTAN BEACH | MANHATTAN BEACH, CA Construction Inspector. Mr. Wheeler served as Construction Inspector on the paving portion of this citywide water line improvements project. The scope of work included full-width grind and overlay on all of Terrazzo Place, Longfellow Drive, and Ronda Drive from Kuhn Drive to Altura Way. Harbor Boulevard Median and Landscape Improvements CITY OF COSTA MESA | COSTA MESA, CA B. TECHNICAL PROPOSAL B.18 TECHNICAL PROPOSAL Highway Safety Improvement Project, Cycle 9, Traffic Signal Improvements Construction Engineering & Inspection Services CITY PROJECT No. Z10066, FEDERAL PROJECT NUMBER Project No. 5074(020) Construction Inspector. Mr. Wheeler provided inspection services for the landscape and irrigation improvements on Harbor Boulevard from Merrimac Way to Fair Drive. The project included removal of trees, replacement of curbs, gutters, city sidewalks, commercial driveways, ADA ramps and other related works. Citywide Sewer Repairs CITY OF WEST HOLLYWOOD | WEST HOLLYWOOD, CA Alternate Construction Inspector. Mr. Wheeler provided construction inspection services for this citywide sewer repair and rehabilitation project. The project included sewer cleaning, pre- and post-construction CCTV video surveys, sewer line point repairs and reconstruction, and sewer line CIPP lining. Emergency Storm Drain Repair CITY OF TORRANCE | TORRANCE, CA Construction Inspector. Mr. Wheeler provided inspection services for the repair of the storm drain pipeline located at Madison Street and Serra Drive. The project included excavation and removal of an 18-inch collapsed reinforced concrete pipe (RCP), including bedding material; sub-grade compaction; new crushed aggregate base; and base course asphalt and finished course asphalt. The project included shoring and traffic control, potholing existing utilities, and AC paved repair area. Mr. Wheeler received and reviewed submittals and requests for information (RFIs). Concrete Repair Program, East Side Phase VI (CDBG) CITY OF WEST HOLLYWOOD | WEST HOLLYWOOD, CA Construction Inspector. Mr. Wheeler provided construction inspection services for the repair and/or replacement of concrete at various locations throughout the City. Work included the removal and replacement of broken or damaged PCC sidewalks, curbs, gutter, residential driveways, intersection cross gutter, curb ramps on street corners to meet ADA guidelines, and all appurtenant work. Bedford Canyon Road Realignment CITY OF CORONA | CORONA, CA Project Manager/Site Superintendent. Mr. Wheeler served as Project Manager/Site Superintendent on this project. The scope of work consisted of a roadway realignment, including demolition, grading, AC paving, traffic signal improvements, channelization, signage and striping. Mr. Wheeler developed SWPPP and traffic control plans for the project. Mr. Wheeler coordinated Caltrans encroachments, easements and utility relocation. Ontario Avenue Median Improvements CITY OF CORONA | CORONA, CA Project Manager. Mr. Wheeler served as project manager on this street improvement project. The scope of work consisted of a roadway widening and resurfacing; reconstruction of the raised median (including landscaping, irrigation, and decorative paving); installation of traffic signals, controllers and controller cabinets; installation of street lighting; construction of a block retaining wall; reconstruction of sidewalks, driveways, curb, gutter, and ADA curb ramps; and traffic striping and signage. SR-60/Market Street Improvements CITY OF RIVERSIDE | RIVERSIDE, CA Project Manager. Mr. Wheeler served as project manager on the widening of the eastbound off-ramp of State Highway 60 at Market Street, as well as street improvements to Market Street. The scope of work included roadway widening and resurfacing; installation of traffic signals, reconstruction of sidewalks, driveways, curb, gutter, and ADA curb ramps; installation of cable fencing; landscaping and irrigation; and traffic striping and signage. FDR - Multiple Locations B. TECHNICAL PROPOSAL B.19 TECHNICAL PROPOSAL Highway Safety Improvement Project, Cycle 9, Traffic Signal Improvements Construction Engineering & Inspection Services CITY PROJECT No. Z10066, FEDERAL PROJECT NUMBER Project No. 5074(020) CITY OF WESTMINSTER | WESTMINSTER, CA Project Manager. Mr. Wheeler served as project manager on this project. The scope of work included full-depth reclamation projects consisting of the pulverization of existing AC pavement and underlying aggregate base, and cement treatment, grading and AC overlay of existing residential, secondary and arterial streets. Mr. Wheeler supervised daily operations and coordinated work with the general contractor and agency. Mr. Wheeler coordinated labor, equipment and materials. Orangewood Avenue Improvements CITY OF GARDEN GROVE | GARDEN GROVE, CA General Superintendent. Mr. Wheeler served as general superintendent on this project. The scope of work consisted of the removal and replacement of PCC and sewer manholes between Euclid Avenue and 9th Street. Work included demolition, grading, AC paving, traffic control, channelization, curb and gutter, drive approaches, ADA access ramps, signage and striping. Mr. Wheeler managed all phases of construction, coordinated easements and utility relocation, and coordinated subcontractors. He conducted meetings with adjacent residents and businesses, city engineers, and public works officials and maintained compliance with all project plans and specifications. Rimpau Park CITY OF CORONA | CORONA, CA Construction Manager. Mr. Wheeler developed SWPPP and traffic control plans for the project. He managed all phases of construction. The project consisted of the construction of a new park, including demolition, grading, PCC curb, curb and gutter, mow strip, playgrounds, shade structures, athletic fields, landscaping, street lighting, AC paving, traffic signal improvements, channelization, signage and striping. Mr. Wheeler coordinated easements and utility relocation, as well as subcontractors. Mr. Wheeler conducted meetings with adjacent residents and businesses, city engineers, and public works officials and maintained compliance with all project plans and specifications. AIRPORTS LAX Terminal Fuel Access Transmission Line Installation and Taxiway Paving Improvements LOS ANGELES WORLD AIRPORTS AND COUNTY OF LOS ANGELES | LOS ANGELES, CA Construction Manager. Mr. Wheeler provided Construction Management Services for the LAX Terminal 5 Fuel Access Transmission Line Installation and Taxiway Paving Improvements project. During a five-year development period at a cost of $125M, the facilities were consolidated into a central fuel farm at the airport. The scope of work included the design and build of a 600,000-barrel fuel storage facility that integrated oil company facilities and new storage capacity with the existing fuel hydrant systems. It featured 15 large storage tanks and a state-of-the-art filtration system, as well as 18 pumps that dispense fuel at a rate of 1,200 gallons per minute. It has an on-airport capacity of more than 600,000 barrels of fuel and is fed by four pipelines from a variety of fuel supply sources. Three off-airport storage locations provide an additional capacity of 1.5 million barrels. The system brought fuel directly to hydrants at Terminals 1-4 and included R&R of PCC and Asphalt. Borrego Valley Airport Soil Stabilization and Pavement Rehabilitation SAN DIEGO COUNTY | BORREGA SPRINGS, CA Construction Manager. Mr. Wheeler provided Construction Management Services for the Borrego Valley Airport Soil Stabilization and Pavement Rehabilitation project. The scope of work included cement-treated soil (CTS), static mitigation, asphalt paving, and PCC improvements for the construction of a new helipad. B. TECHNICAL PROPOSAL B.20 TECHNICAL PROPOSAL Highway Safety Improvement Project, Cycle 9, Traffic Signal Improvements Construction Engineering & Inspection Services CITY PROJECT No. Z10066, FEDERAL PROJECT NUMBER Project No. 5074(020) CLEMENTE ELIZALDE, Traffic Signal Inspector Education • San Bernardino Valley College, with a Major in Radio/Television, Communications and Electronics • Chaffey College, with a major In Industrial Electricity, Motor starters and Operational amplifiers Registration • Certified in Traffic Signals maintenance and repair as an International Municipal Signal Association “IMSA” level III Technician Highlights • Over 30 years of experience with the City of San Bernardino, Traffic Signal Maintenance Department Mr. Elizalde has over 30 years of experience in Traffic Signal Systems inspection, maintenance and installation. Experience: City of San Bernardino, 1985 to 2018, Traffic Signal Maintenance Department, various positions: • Street Lighting Electrician • Traffic Signal Technician II • Traffic Signals Technician III • Street Signal/Lighting and Signs Supervisor Responsibilities and duties performed included: • Planed, organizes, supervised, assigned, inspected and participated in the work of staff engaged in the construction, installation, inspection, maintenance and repair of traffic signals, traffic signal coordinated systems, flashing beacons, street lighting systems and various electrical equipment and facilities; develops and implements budgets related to traffic lighting, signals, signs, and street light infrastructure. • Assisted in the drafting of staff reports to City Council as it relates to traffic signal and lighting infrastructure, and performed related duties as assigned. • Supervised apprentice and journey-level electricians and traffic signal technicians. • Planned, prioritized, assigned, supervised, inspected and participated in the work of staff and/or contractual forces performing construction, installation, maintenance, inspection, diagnosis and repair of traffic signal and street lighting systems including traffic sensing mechanisms, traffic signal and street lighting circuits, Type 170 signal controllers, relays, electronic controllers, control switches, single and multi-phase motors, and other electrical equipment; makes detailed checks of traffic signals and street lighting systems to locate trouble or causes of failure. • Established schedules and methods for providing efficient traffic signals and lighting services. • Developed and implemented a preventive maintenance program for all traffic signal devices, street lighting systems and related equipment within the City's jurisdiction. • Collaborated with developers, the Engineering Division, and utility companies regarding future construction and/or new projects. • Assisted in emergencies as necessary to include serving on an on-call status. • Prepared reports as requested related to traffic signals and lighting infrastructure. Knowledge of: • Principles, methods and equipment used in the installation, maintenance, testing and repair of electrical and electronic traffic signal equipment and devices. • Practices, methods, techniques, tools and equipment used in the installation, maintenance and repair of street lighting systems. • Electrical power distribution, circuitry and motor control system design as it relates to traffic signal and lighting equipment. • Traffic signal operations and timing parameters. • Safe work methods and safety regulations pertaining to the work. Ability to: • Use modern, state-of-the-art precision and diagnostic instruments to test, calibrate and repair complex electrical and electronic devices and equipment. • Read and interpret blueprints, drawings, specifications and manuals. • Prepare clear, concise and comprehensive correspondence, reports and other written materials. B. TECHNICAL PROPOSAL B.21 TECHNICAL PROPOSAL Highway Safety Improvement Project, Cycle 9, Traffic Signal Improvements Construction Engineering & Inspection Services CITY PROJECT No. Z10066, FEDERAL PROJECT NUMBER Project No. 5074(020) • Test, diagnose, and repair complex electrical and/or electrical equipment and systems. • Ensure compliance with all local, state, and federal regulations related to traffic signals, street signals, and related infrastructure in accordance with Manual on Uniform Traffic Control Devices (MUTCD) regulations. NORMAN CAESAR M. BACULINAO, PE, TE, Sr. Traffic Engineer Education • BS Civil Engineering Registration • Registered Civil Engineer • Licensed Traffic Engineer Highlights • Over 30 years of past experience in Traffic Engineering. • Strong Traffic Signal System Operation experience including management of Traffic Management Centers or TMC. • Technology oriented, highly computer literate and working knowledge of new (Intelligent Transportation System) ITS standards, the System Engineering Process; Traffic Signal System Integration, Video Detection, CCTV systems, twisted pair communication system, fiber optic cables, Ethernet, Light Emitting Diode (LED) signals, Red Light Camera Systems, etc.; Served as webmaster for ITE-Southern California Section. Mr. Baculinao has over 30 years of experience in Traffic Engineering. Summary of qualifications • Over 30 years of professional engineering experience. • Served as subject matter expert for the Board of Professional Engineers & Land Surveyors for Traffic Engineering Registration Exams; Testified as expert witness for the City of Pasadena in deposition or in the courts as part of claims and litigations; Served as member of the California Highway Safety Improvement Program (HSIP) Advisory committee representing Urban Counties-(2017-2020). • Excellent track record in obtaining Federal, State and other Grants. • Public presentation experience to neighborhood and community organization, City Council, and professional (ITE) meetings. • Strong Traffic Signal System Operation experience including management of Traffic Management Centers or TMC. • Technology oriented, highly computer literate and working knowledge of new (Intelligent Transportation System) ITS standards, the System Engineering Process; Traffic Signal System Integration, Video Detection, CCTV systems, twisted pair communication system, fiber optic cables, Ethernet, Light Emitting Diode (LED) signals, Red Light Camera Systems, etc. • Experienced in dealing with Caltrans and other agencies on multi-jurisdiction projects. Work experience 2017 – 2020 County of Ventura, Ventura, CA Traffic Engineering Manager II • Served as the County Traffic Engineer responsible for daily traffic operations, issuing traffic orders for traffic control devices, road closures and review and approval of temporary traffic control. • Managed the Central Control System, Annual ADT programs, Speed Limit Updates, Speed Management Program, Countywide Traffic Collision Database System; Partnered with 9 cities within the County for various projects; Interfaced with Navy Public Works Engineer including Caltrans Engineers; Prepared and submitted grants; Request for Qualifications (RFQ) or Proposal (RFP). 2001 – 2017 City of Pasadena, Pasadena, CA Traffic Engineering Manager (Principal Engineer) • In-charge of the Traffic Engineering Division, including a state-of-the art, multi- million-dollar Traffic Management Center, Neighborhood Traffic Management Program, and large Special Event Traffic Management. • Directly supervised a staff of 10, consisting of 1 senior engineer, 1, Senior Planner 3 associate engineers, 2 assistant engineers, 2 engineering aides, and 1 staff assistant, with operating budget of over 1 million. • Prepared and monitored Grants. • Attended Commission and City Council, & neighborhood meeting on traffic issues. • Overall Project Manager for several Transportation CIP Projects. 1995 – 2001 City of Santa Clarita Santa Clarita, CA Associate Traffic Engineer • Involved in the day-to-day traffic operations, i.e., responding to citizen requests, traffic calming, accident monitoring, traffic control device inventory, etc. B. TECHNICAL PROPOSAL B.22 TECHNICAL PROPOSAL Highway Safety Improvement Project, Cycle 9, Traffic Signal Improvements Construction Engineering & Inspection Services CITY PROJECT No. Z10066, FEDERAL PROJECT NUMBER Project No. 5074(020) • Responsible for Traffic Signal Operations in the City. This includes some responsibilities related to Maintenance and coordination with adjacent jurisdiction. • Managed the installation of a Traffic Management Center from scratch; Obtained several grants in the process to fund the project. • Plan checking, signal plans, striping plans, traffic control plans, street improvement plans including special events. • Managed traffic related Capital Improvement Projects, i.e., traffic signals, interconnect, CCTV systems, LED signal installation, etc. • Preparing Agenda Reports for City Council. 1991 – 1995 City of Stockton, Stockton, CA Assistant Traffic Engineer • Heavily involved in the daily traffic operations which entail responding to Citizen requests related to traffic. • Mainly responsible for traffic signal operation; Managed the City's VMS 220 Signal System; Obtained 4 Grants for the City. • Assisted in the Study to upgrade/replace outdated signal system. 1989 – 1991 City of Roseville, Roseville, CA Assistant Engineer/Civil Engineer/Senior Civil Engineer • Construction Engineer for many traffic projects, i.e., Signal Installation Projects, including Speed humps program, etc. • Traffic Signal Design including preparation of signing and striping plans. • Project manager for several road and flood control maintenance projects 1988 – 1989 Systems Management & Dynamics Philippines Part-Time Jr Consultant (Public Transportation Planning) • Managed the data collection and analysis of a major Public Transportation Route Rationalization Study in three regions of the Southern Philippines. • Surveys performed were Boarding and Alighting Survey, O-D Survey, Bus/"Jeepney" Occupancy Study. The purpose of the study is to determine # of Operators on each Public Transit Route to improve Level of Service while maintaining profitability for the highly regulated but Independent Private Operators. • Summarized and presented results to the Franchise Regulatory Board. Certificate Course in Traffic Engineering & Management • Finished six-month, 40-hour week training in Traffic Engineering Management in the University's Transport Training Center. • 1989 – Present UC Berkeley Extension, etc. at various Cities, California. Completed Courses • Traffic Engineering Fundamentals; Traffic Signal Design; Various Signal Timing Courses including Passer2, Transyt 7F & Synchro, etc... • Highway Capacity Course from Northwestern University. • Attended several Project Management courses including leadership seminars, Project Supervision, Supervisor’s Workshop, Labor Relations, Family Leave Act, Performance Evaluation, etc. • Attended several ITS related class such as SYSTEM ENGINEERING and CONFIGURATION MANAGEMENT sponsored by FHWA. Membership and affiliation • Member of Institute of Transportation Engineer (ITE), and Traffic Signal Association (TSA) – Southern California section. • Current Research Panel Member (Active) for NCHRP 03-125 “Evaluation of Change and Clearance Intervals Prior to the Flashing Yellow Arrow Permissive Left-Turn Indication”. • Former member of the Arterial ITS Working Group of the Los Angeles County Metropolitan Transportation Authority (METRO). B. TECHNICAL PROPOSAL B.23 TECHNICAL PROPOSAL Highway Safety Improvement Project, Cycle 9, Traffic Signal Improvements Construction Engineering & Inspection Services CITY PROJECT No. Z10066, FEDERAL PROJECT NUMBER Project No. 5074(020) Papers or publications • "Video Detection-Is it ready to replace loops?" 1998 District 6 ITE meeting, San Jose, CA. • “Signal Timing Solutions to Address Safety Issues” 2002 District 6 ITE meeting, Palm Desert, CA. • “Signal System Implementation with LRT Interface - Pasadena Experience”, 2005 District 6 ITE Meeting, Kalispell, MT. (3) Key Personnel and Sub-consultants Task Responsibilities Staff Role/Responsibility OKAN DEMIRCI, PE, QSD, QSP, Project Manager Project Controls and RE Support EARL FRASER, QSP, Registered Construction Inspector, Sr. Field CM/Supervising Inspector Inspection Oversight and Support CRAIG WHEELER, Sr. Inspector Inspection CLEMENTE ELIZALDE, Sr. Traffic Signal Inspector, IMSA Level III Certified Traffic Signal Inspector NORMAN CAESAR M. BACULINAO, PE, TE, Sr. Traffic Operations Engineer Technical Oversight and RE Support AHMAD ANSARI, PE, Sr. Engineer Contract Principal MTGL, Inc. (DBE Firm) Materials Testing and Inspection Support AVANT-GARDE, INC., (DBE Firm), Funding and Labor Compliance Support AHMAD ANSARI, PE, Contract Principal Education • BS Civil Engineering & Architecture, USC • Resident Engineer Academy, Caltrans Registration • Registered Civil Engineer Mr. Ansari, a Principal at Transtech, provides any contractual or technical support and QC/QA if and when needed. Mr. Ansari has over 30 years of past experience in City and County Public Works and has worked at several municipalities in Southern California. Public Works and City/County Engineering past positions held • County of Orange - Administrative Manager II; City of Moreno Valley - Public Works Director/City Engineer; City of Rialto - Public Works Director/City Engineer; City of Perris - Public Works Director; City of Pomona - Deputy Public Works Director/Assistant City Engineer; City of Burbank - Senior Civil Engineer He has managed CIP Programs and Public Works Operations, and served as the responsible in charge of numerous multi-disciplinary teams, including: • Capital Improvement Program project management and delivery • Real Property/Right of Way acquisition and management • Traffic and Transportation engineering • Private Development/Entitlement process review and approval • Maintenance and Operations including roads, storm drains, sewers, parks, facilities, traffic signals, signs/striping, fleet • Special Districts, Landscape/Lighting Assessment • Electric Utility B. TECHNICAL PROPOSAL B.24 TECHNICAL PROPOSAL Highway Safety Improvement Project, Cycle 9, Traffic Signal Improvements Construction Engineering & Inspection Services CITY PROJECT No. Z10066, FEDERAL PROJECT NUMBER Project No. 5074(020) (4) Sub-consultants Qualifications • MTGL, Inc. (DBE Firm), Materials Testing and Inspection Support (www.mtglinc.com) MTGL, Inc. was formed in 1993 by a group of seasoned professionals. We provide Geotechnical Investigations and Construction Quality Control/Assurance. As an independent third party, MTGL ensures that the current standards and codes are followed. MTGL furnishes field, site and plant inspections for all construction materials. We conduct physical laboratory testing for all of the materials that are placed during these inspections and investigations. MTGL, Inc. is a California corporation and is a registered woman-owned, minority owned, and community business enterprise (WBE/MBE/CBE). MTGL provides geotechnical engineering, soils/materials inspections, and laboratory testing services. We have over 100 employees and three offices throughout Southern California, including: • Anaheim • Riverside • San Diego Our laboratories currently operate in compliance with ASTM standards. We are certified by the DSA, CBC, CCRL, AASHTO, County and City of Los Angeles, and Caltrans. • MTGL currently provides: • Materials Testing & Engineering • Geotechnical Investigation, Testing and Consultation • Special & Deputy Inspection • Laboratory Services • Environmental Services • AVANT-GARDE, INC., (DBE Firm), CDBG Funding and Labor Compliance Support (www.agi.com.co) Avant-Garde provides program management services with an emphasis on labor compliance, funding administration, grant development and management, compliance management, and community outreach. Avant Garde has a successful track record providing similar services to several public agencies, including many City’s in LA County, as well as METRO. (5) Project Organization Chart Following anticipate schedule is provide in the RFP: The field construction duration is 90 working days. Based on the above schedule assumption, following information is provided for various staff members who B. TECHNICAL PROPOSAL B.25 TECHNICAL PROPOSAL Highway Safety Improvement Project, Cycle 9, Traffic Signal Improvements Construction Engineering & Inspection Services CITY PROJECT No. Z10066, FEDERAL PROJECT NUMBER Project No. 5074(020) are anticipated to be available during the construction duration of the project. (6) Key Personnel Statement Key personnel will be available to the extent proposed for the duration of the required services and acknowledging that no person designated as "key" shall be removed or replaced without the prior written concurrence of the City. x EARL FRASER, QSD, Sr. Field CM and Supervising Inspector, Field Oversight and Support CRAIG WHEELER, Sr. Inspector, Field Oversight and Support CLEMENTE ELIZALDE, Traffic Signal Inspector (IMSA Level III certified), Project Controls and RE Support NORMAN CAESAR M. BACULINAO, PE, TE, Sr. Traffic Operations Engineer, Technical Support AHMAD ANSARI, PE Contract Principal OKAN DEMIRCI, PE, QSD, QSP Principal Project Manager SUB-CONSULTANTS: MTGL, Inc. (DBE Firm), Materials Testing and Inspection Support (www.mtglinc.com) AVANT-GARDE, INC., (DBE Firm), Funding and Labor Compliance Support (www.agi.com.co) Our resources include approximately 200 staff members. We serve as Contract City Engineer, City Traffic Engineer, CIP Manager, PW Director, Building Official, Building Inspector, Plans Examiner/Plan Checker, Permit Technician, Public Works Inspector, Construction Manager, Construction Inspector, Designer, Federally Funded Project Manager and in other capacities for a number of public agencies. ENGINEERING DEPARTMENT REMON HABIB, PE, CITY ENGINEER B. TECHNICAL PROPOSAL B.26 TECHNICAL PROPOSAL Highway Safety Improvement Project, Cycle 9, Traffic Signal Improvements Construction Engineering & Inspection Services CITY PROJECT No. Z10066, FEDERAL PROJECT NUMBER Project No. 5074(020) (7) Key Personnel References Please contact any of the references for staff reference check. AHMAD ANSARI, PE Sr. Engineer Contract Principal OKAN DEMIRCI, PE, QSD, QSP Principal Project Manager EARL FRASER, QSD Sr. Field CM and Supervising Inspector Field Oversight and Support CRAIG WHEELER Sr. Inspector CLEMENTE ELIZALDE Traffic Signal Inspector (IMSA Level III certified) NORMAN CAESAR M. BACULINAO, PE, TE Sr. Traffic Operations Engineer Technical Support Client Name: City of South El Monte (Year started and completed: 2018 – Ongoing Service) • Services Provided: City Engineer, Traffic Engineer, CIP Design, Construction Management, Inspection, Public Works Plan Checks, Federally Funded Project Management, Building and Safety Plan Check, Inspection • Contact: Rene Salas, City Manager; T: 626-579-6540, Ext. 3040; E: rsalas@soelmonte.org Client Name: City of Temple City (Year started and completed: 2012 – Ongoing Service) • Services Provided: Services Provided: City Engineer, Traffic Engineer, CIP Design, Construction Management, Inspection, Public Works Plan Checks, Federally Funded Project Management, Building and Safety Plan Check, Inspection, as needed Permit Technician • Contact: Bryan Cook, City Manager; T: 626-285-2171; E: bcook@templecity.us Client Name: City of Commerce (Year started and completed: 2003 – Ongoing Service) • Services Provided: City Engineer, Traffic Engineer, CIP Design, Construction Management, Inspection, Public Works Plan Checks, Federally Funded Project Management, Building and Safety Plan Check, Inspection, Permit Technician • Contacts: Vilko Domic, Assistant City Manager ; T: 323-722-4805; E: vilkod@ci.commerce.ca.us Client Name: City of West Covina (Year started and completed: 2019 – Ongoing Service) • City Engineer, Traffic Engineer, CIP Design, Construction Management, Inspection, Public Works Plan Checks, Federally Funded Project Management, Building and Safety Plan Check, Inspection, Permit Technician • Contact: David Carmany, City Manager; T: 626-939-8401 E: dcarmany@westcovina.org Client Name: City of Ontario (Year started and completed: 2019 – Ongoing Service) • Services Provided: Management of CIP and Staff Augmentation Services • Contact: Tito Haes, Public Works Director, T: 909-365-2625; E: THaes@ontarioca.gov B. TECHNICAL PROPOSAL B.27 TECHNICAL PROPOSAL Highway Safety Improvement Project, Cycle 9, Traffic Signal Improvements Construction Engineering & Inspection Services CITY PROJECT No. Z10066, FEDERAL PROJECT NUMBER Project No. 5074(020) c. Project Understanding and Approach (1) Project Scope and Approach PROJECT: The City of Lake Elsinore is inviting proposals from qualified consultants to provide project construction engineering & inspection services for the City’s upcoming HSIP Cycle 9 Traffic Signal Improvements Project. The project involves upgrading ten (10) existing traffic signals throughout the City. The City has finalized the environmental and PS&E phases. The plans were prepared by KOA. As part of the Traffic Signal Upgrades, the project scope includes related ADA ramps, AC and other incidental work. B. TECHNICAL PROPOSAL B.28 TECHNICAL PROPOSAL Highway Safety Improvement Project, Cycle 9, Traffic Signal Improvements Construction Engineering & Inspection Services CITY PROJECT No. Z10066, FEDERAL PROJECT NUMBER Project No. 5074(020) The construction aspect of the Project was advertised, and bids were opened on April 5, 2023. The City plans to award the project to the lowest responsive bidder on May 23, 2023. Soon after the Award, the City will provide a Limited Notice to Proceed to the Contractor to order long lead items after submittal approvals. The City expects construction to begin during the Summer of 2023 depending on long lead items delivery dates. The Contractor shall complete all work within 90 Working Days from the date of commencement of work specified in the Notice to Proceed. B. TECHNICAL PROPOSAL B.29 TECHNICAL PROPOSAL Highway Safety Improvement Project, Cycle 9, Traffic Signal Improvements Construction Engineering & Inspection Services CITY PROJECT No. Z10066, FEDERAL PROJECT NUMBER Project No. 5074(020) SCOPE OF WORK: The RFP includes a detailed scope of work as follows: 1. Construction Management Consultant’s construction management shall be conducted to ensure timely progress reporting and billing, accurate project record keeping, monitoring of costs, progress, deliverables and adherence to quality standards. Internal project coordination meetings shall be conducted monthly through office meetings, conference calls and exchange of emails, to maintain good project communication. The Consultant’s construction manager shall closely coordinate with the City’s Resident Engineer for all aspects of the project. Document Control: All daily reports, Weekly Statement of Working Days (WSWD’s), submittal reviews, RFI reviews, change order requests, certified payroll reviews, and correspondence materials shall be logged, and filed according to a project-specific document control system. Weekly Statement of Working Days: Consultant shall prepare a WSWD for each working week utilizing Caltrans Local Assistance Procedures Manual Exhibit 16-A. This form shall be signed by the Resident Engineer and emailed over to the Contractor following each working week. Contractor’s Progress & Invoicing: Consultant shall keep track of completed work and review Contractor’s invoices for payment by the City. Caltrans Exhibit 16-Y from the Local Assistance Procedures Manual (LAPM) shall be filled out by the Consultant for each pay item for each invoice submitted by the Contractor. Submittal Reviews: Consultant shall review all submittals from the Contractor for contract compliance and approval. Material submittals include, but are not limited to, all traffic signal components (video detection cameras, pre-emptive equipment, LED signal heads, pedestrian signal heads, pedestrian push buttons, pull boxes, conduit, poles/foundations, street name signs, luminaires, etc.), traffic control plans, striping, pavement markings, concrete, asphalt, and detectable warning surfaces. Other contract submittals that the Consultant shall review for approval include schedules and traffic control plans. Certificates of Compliance: Consultant shall review all material Certificates of Compliance (CoC’s) submitted by the Contractor. Consultant shall also verify all material CoC’s are submitted and approved prior to installation. RFI Reviews: Consultant shall review RFI’s that are submitted by the Contractor. Consultant shall coordinate RFI responses with the City when applicable. Change Order Request Reviews: Consultant shall review change orders submitted by the Contractor. Consultant shall coordinate change order reviews with the City. All approvals and/or rejections of change orders will be determined by the City. Labor Compliance and Certified Payroll Reviews: Consultant shall review all certified payroll documents are submitted by Contractor and in accordance with federal requirements. Accounting and Invoicing Procedures: Consultant shall follow general City and Caltrans accounting and billing requirements. All man-hours, direct and indirect costs shall be tracked. B. TECHNICAL PROPOSAL B.30 TECHNICAL PROPOSAL Highway Safety Improvement Project, Cycle 9, Traffic Signal Improvements Construction Engineering & Inspection Services CITY PROJECT No. Z10066, FEDERAL PROJECT NUMBER Project No. 5074(020) Cost Control: Project costs shall be verified on a monthly basis. Cost-to- date, estimated actual percent completed, and estimated budget to complete by the individual task at each invoicing period will be documented. Deliverables: Monthly Invoices, Progress Reports, Schedule Updates and Document Logs Meetings: As a minimum, the Consultant shall schedule and attend meetings as follows: a. Pre-Construction meeting with the Contractor b. Progress meetings with the Contractor This task shall include general management and coordination with the City, Consultant Team, Caltrans, regulatory agencies, and other key stakeholders. Project meetings shall be conducted to maintain good project communication in purposeful and concise meetings. Project coordination shall be established by frequent progress review meetings or conference calls. Project meetings at City Hall or by conference calls shall be conducted. A meeting agenda shall be prepared in advance by the Consultant. All action items listed in the minutes shall be reviewed at each meeting. Other typical procedures including preparing progress reports; posting project issues to all individuals; mitigating all independent check and review comments; clearing communication lines to maintain the project schedule. Project Manager and key task leaders or engineers shall attend the meetings. Deliverables: Meeting Agendas, Meeting Minutes, and Coordination Memorandums 2. Construction Inspection Consultant’s construction inspection shall perform all required inspections, labor compliance interviews, and daily reports necessary for the Project. The Consultant’s construction inspector shall closely coordinate with the City’s Resident Engineer for all aspects of the project. Daily Reports: Inspector shall perform and document all daily reports per Caltrans Local Assistance Procedures Manual Forms Exhibit 16-C. Names and classifications of the Contractor’s and sub-Contractor’s laborers, operators, etc. shall be listed on the daily reports for each project location for each day. Hours spent by each laborer for each bid item task shall be clearly labeled. Equipment types utilized by the Contractor each day shall also be identified. Labor Compliance Employee Interviews: Inspector shall interview each of the Contractor’s employees’ trades (Laborer, Operator, etc.) once per month utilizing Caltrans Local Assistance Procedures Manual Exhibit 16-N. Each sub-contractor trade shall be interviewed as well once per month. Contractor’s Progress & Invoicing: Inspector shall keep track of completed work and review Contractor’s invoices for payment by the City. Caltrans Exhibit 16-Y from the Local Assistance Procedures Manual (LAPM) shall be filled out by the Consultant for each pay item for each invoice submitted by the Contractor. Punchlist & Project Close-Out: Inspector shall develop a project punchlist for the Contractor to complete prior to project close-out. All traffic signal items need to be functioning properly and verified with the City’s signal technicians and maintenance team. The City utilizes County of Riverside Transportation Department for signal maintenance. B. TECHNICAL PROPOSAL B.31 TECHNICAL PROPOSAL Highway Safety Improvement Project, Cycle 9, Traffic Signal Improvements Construction Engineering & Inspection Services CITY PROJECT No. Z10066, FEDERAL PROJECT NUMBER Project No. 5074(020) 3. Geotechnical & Materials Testing Services Consultant shall coordinate all geotechnical & materials testing services for the Project on an as-needed basis. A field technician will be required throughout the construction contract period. The field technician shall be available within two (2) days of written notification by the Contractor or City. All personnel must be knowledgeable of, and comply with, all applicable local, Caltrans and Federal regulations; cooperate and consult with the City and local agency officials during the course of the contract; and perform other duties as may be required to assure that the construction is being performed in accordance with permit requirements, the project plans, and specifications. Consultant shall keep records and document the work as directed by the Resident Engineer. APPROACH: Project Execution Approach: We have a structured approach to execute projects in an efficient manner that makes Transtech capable of providing the City with an efficient and quality product. Transtech has established guidelines and policies, including written manuals on quality control, project management, and design procedures for its staff and for its contract cities. These guidelines ensure a consistent approach to the execution of assignments undertaken by our organization in compliance with City’s specific procedures, standards and requirements. The following paragraphs describe our general approach to deliver projects in an efficient and cost-effective manner. • Project Management: Our approach is to provide proactive management and attempt to identify potential issues and problems in advance and take corrective actions before they become problems. This requires extensive hands- on knowledge, experience and management skills of the people involved in managing the project. Our team members have extensive experience and proven track record in managing large and complex projects and bringing them to a completion on time and within budget. • Approach to Cost Control and Change Orders: We evaluate project costs and develop feasible mitigation measures to minimize additional costs. We work as a team to solve problems or make modifications in the field to address unforeseen conditions or owner generated changes in a cost-effective manner. • Approach to Scheduling and Timely Completion of Project and Schedule Recovery: The baseline schedule should properly identify the project scope, critical path, project milestones, target dates, phases and sequences of work, and activity durations. When significant activities show that they are slipping from the baseline, we work with the contractor to develop recovery plans. • Management of Documents: We use an electronic file management system. All construction forms, daily dairies, weekly statement of working days, etc. are stored in our electronic file system, and are per Caltrans documentation system. We provide these documents at the end of the project to the client in organized files as well as pdf files. • Safety and Security: We hold meetings with the contractor to review and discuss safety and security requirements, OSHA conformance, emergency security and safety procedures, and enforce security and safety responsibilities. • Funding Closeout: We prepare necessary closeout documentation required by the funding agencies, submit final reimbursement documentation, follow-up on the reimbursements, and final funds balance report. • Project Closeout: We recognize that closeout is an important part of the construction process. It signifies that the new facility structure is ready to use. We methodically handle all closeout tasks to ensure a smooth transition from construction to occupancy. • Methodology for Communication to Inform City on Work Progress: Key project team members will attend periodic project progress meetings with City staff throughout the project duration. • Electronic common project information and file sharing platform: We create and provide access to project participates a common project information and file sharing platform. Work Plan/Scope of Work: For construction contract administration, we follow guidelines described in Caltrans Local Assistance Procedures Manual (LAPM). Maintaining complete and accurate files is a very important aspect of managing federally funded projects. Generally, whenever the local agency is unable to produce requested data or information, it is assumed by reviewing personnel that the required actions were either never B. TECHNICAL PROPOSAL B.32 TECHNICAL PROPOSAL Highway Safety Improvement Project, Cycle 9, Traffic Signal Improvements Construction Engineering & Inspection Services CITY PROJECT No. Z10066, FEDERAL PROJECT NUMBER Project No. 5074(020) performed or not properly recorded. Organized project files can minimize these negative assumptions. Organization and content of the project file is one indicator of effective and efficient management of the project by the resident engineer. Caltrans Local Assistance Procedures (LAPM): LAPM has been prepared to aid California local agencies scope, organize, design, construct and maintain their public transportation facilities when they seek Federal Highway Administration (FHWA) funded federal- aid or state funding. This manual describes the processes, procedures, documents, authorizations, approvals and certifications, which are required in order to receive federal-aid and/or state funds for many types of local transportation projects. Chapter 16 of LAPM covers the topics beginning with project supervision, contract time, subcontractors, Engineer’s daily reports, projects files, construction records and procedures, safety provisions, labor compliance, equal opportunity employment, disadvantaged business enterprise, contract change orders, material sampling and testing, and traffic safety in the highway and street zones. Maintaining complete and accurate files is a very important aspect of managing federally funded projects. Generally, whenever the local agency is unable to produce requested data or information, it is assumed by reviewing personnel that the required actions were either never performed or not properly recorded. Organized project files can minimize these negative assumptions. Organization and content of the project file is one indicator of effective and efficient management of the project by the resident engineer. FOR REFERENCE, FOLLOWING IS A SUMMARY OF LAPM “CHAPTER 16-ADMINISTER CONSTRUCTION CONTRACTS” ON FEDERALLY FUNDED PROJECTS: On Federally Funded Projects, the process shall comply with and follow policies and procedures described in the Caltrans Local Assistance Procedures Manual (LAPM) with special attention to Chapter 16 to ensure the project complies with federal funding requirements. Bidding: Bidding phase is covered in Chapter 15 of LAPM. The administering agency is required to retain the following completed documents for the successful bidder in the project file: • Exhibit 15-G1: Construction Contract DBE Commitment • A list of bidders and total amounts bid with an item-by-item breakdown • The Non-collusion Affidavit • Exhibit 15-I: Local Agency Bid Opening Checklist Contract Award: The contract award is a critical milestone for all federal-aid projects. At this point, the administering agency must have a complete financial package assuring adequate funding for the project. The administering agency shall award federal-aid contracts on the basis of the lowest responsive and responsible bidder. It is the administering agency’s responsibility to assure that all successful bidders are licensed contractors upon award of any contract incorporating State or federal-aid funds. No project shall be advertised for bids, nor shall any project work (by contract or other than contract) be undertaken, and no materials shall be purchased on any federal-aid project, prior to issuance of Authorization to Proceed by Caltrans or the FHWA. Violation of this requirement will result in the project ineligible for federal funding. Post-Award Reviews: The administering agency should conduct post-award bid evaluations to assure against bid rigging. An adequate number of projects awarded over a sufficient time period should be evaluated. A period of approximately 5 years should be selected for an initial evaluation to determine if any abnormal competitive bid patterns exist. Award Package: Prior to submitting the first invoice for the construction phase, and within sixty (60) days of contract award. Resident Engineer: The Resident Engineer (RE) responsibilities include to identify changes in work activities, approve of alternate methods of construction, issue field orders, draft change orders, and file project records. Pre‐Construction Meeting: Coordinate and hold a pre‐construction meeting between the City, including all relevant City department representatives, the design engineer, and the chosen contractor. Attendees may also include representatives from Metro, Caltrans, RR, utility companies, Police and Fire Departments, PW Maintenance, Various other City Departments as necessary, Regulatory Agency Representatives, and any other Stake Holders as necessary. This B. TECHNICAL PROPOSAL B.33 TECHNICAL PROPOSAL Highway Safety Improvement Project, Cycle 9, Traffic Signal Improvements Construction Engineering & Inspection Services CITY PROJECT No. Z10066, FEDERAL PROJECT NUMBER Project No. 5074(020) includes identifying a meeting location, preparing an agenda, attendance and participation in the pre‐construction conference. Prepare meeting minutes for distribution to attendees. Contract Administration: Assign Resident Engineer (RE) administers the construction contract. Project Files: The project files should contain all data pertinent to the work and to the requirements of the specifications. In general, project files will support: • adequacy of file control • conformance to contract specifications, and • contract payments to the contractor Organization of Files: Project files should be organized in a format similar order to include the information listed below: 1. Award Package 2. Project Personnel 3. Correspondence 4. Weekly Statement of Working Days 5. Quality Assurance 6. Engineer’s Daily Reports 7. Photographs 8. Contract Item Pay Quantity Documents 9. Monthly Progress Payment Item Quantity Calculation Sheet, or similar 10. Change Orders (CO) 11. Progress Pay Estimates and Status of Funds 12. Labor Compliance and Equal Employment Opportunity (EEO) records 13. Disadvantaged Business Enterprise (DBE) Records Construction Observation and Inspection: Assign an inspector to the project for inspection for the duration of construction. The Inspector shall be primarily responsible for the day‐to‐day observation of construction activities, including coordination of all construction methods, compliance with National Pollutant Discharge Elimination System (NPDES) / Storm Water Pollution Prevention Plan Best Management Practices, proper implementation of traffic control according to the latest California Manual on Uniform Traffic Control Devices and project plans, and verification that the overall work is completed in conformance with contract documents and applicable standards. Consultant Inspector will enforce compliance with contract terms through performance measurements, progress pay assessment, coordination, and progress meetings. Inspector will also monitor the Contractor’s progress of work and compare the progress of work against the approved baseline schedule. Inspector shall have required experience to inspect all elements of the project, including civil improvements, traffic signal improvements, roadway lighting systems, landscaping and irrigation, signing and striping, traffic control, and shall provide other elements included in the construction project. Daily Reports: On federally funded projects, the LPA must write daily reports to document the work in progress. These daily reports may be written by the construction inspector, the Assistant RE and/or the RE, as project and staffing needs dictate. The daily report must document what work was performed, where and how it was performed, and who performed it. The details would be sufficient so that someone not familiar with the project could re-create the events that occurred and review of the contractor’s costs to perform the work in a manner similar to force account. The report would also document significant events or conversations, and activities performed to ensure contract compliance. Contract Time Monitoring: Review working days, contract time requirements, and document time extensions according to the requirements set forth in the bid specifications. Any contract time extension approvals should only be made if the justification demonstrates a delay to the controlling item(s) of work in the contractor’s schedule. We will maintain a written record of project progress. This record should indicate factors which may affect the work, such as, weather conditions, utility delays, strikes or labor disputes, and material shortages. Based on these factors a record of working days should be maintained, including Weekly Statement of Working Days. Payment Source Documents: Prepare source documents to support payments made to the contractor. Labor Compliance: Conduct random spot interviews with the Contractor’s employees and subcontractor’s employees on the project. On average, one report per week for each operation being performed is anticipated. The interview shall contain information similar to Caltrans Form CEM‐2504. B. TECHNICAL PROPOSAL B.34 TECHNICAL PROPOSAL Highway Safety Improvement Project, Cycle 9, Traffic Signal Improvements Construction Engineering & Inspection Services CITY PROJECT No. Z10066, FEDERAL PROJECT NUMBER Project No. 5074(020) Quality Assurance: Oversee that materials incorporated into the project are in conformance with the contract specifications and the City’s Quality Assurance Program (QAP). On certain projects an Independent Assurance (IA) may be required under federal guidelines. The IA program consists of activities that are unbiased and are an independent evaluation of all the sampling and testing procedures used in the acceptance program. Progress Meetings: Once the Contractor is on site, arrange and conduct bi‐weekly progress meetings with the City, Contractor, and other relevant project contributors. Public Outreach: During construction, provide public outreach support for the City to nearby residents and businesses to provide project information, schedule, and street closure information to affected residents and businesses and other members of the public. Project Punch List: Conduct a final compliance inspection with the contractor and prepare a final list of items to be completed or corrected. Record Drawings: Coordinate preparation of record drawings for the Project to ensure that markups provided by the Contractor and Consultant Inspector are integrated by the design engineer into project as‐built plans and cross‐ checked with construction submittals, RFIs, and change orders. Acceptance Testing (AT) and City’s QAP: For the Acceptance Testing (AT), per approved City’s QAP, use materials laboratory certified to perform the required. The tests results are used to ensure that materials incorporated into the project are in compliance with the contract specifications. Testing methods will be in accordance with the CT Methods or a national recognized standard (i.e., AASHTO, ASTM, etc.) as specified in the contract specifications. Sample locations and frequencies may be in accordance with the contract specifications. If not so specified in the contract specifications, samples shall be taken at the locations and frequencies as shown in City’s approved QAP. Final Report of Expenditures: As described in Chapter 17 of LAPM, the local agency is responsible for preparing and submitting to the DLAE the final report documents which collectively constitute the Final Report of Expenditures. The final report provides key information required to initiate timely project closure and payment. The Report of Expenditures is required to be submitted within 6 months of project completion or completion of the last federally reimbursable phase if no Federal funds are utilized for Construction. PROJECT CONTROLS: Schedule Control: Transtech has a proven track record for completing projects on time. As part of our role as Project Managers is to develop, review, update and manage the project schedules and confirm that tasks are scheduled within reasonable and appropriate timeframes. We constantly review, monitor and update the schedule to confirm it is in compliance with the original schedule and that related coordination with external/3rd parties/regulatory agencies/utility companies, etc. are on track. If the look ahead schedule is not in compliance with the original schedule, we take appropriate actions to avoid potential delays. Our approach to Scheduling and Timely Completion of Project and Schedule Recovery includes having the contractor prepare a baseline schedule, which identifies the project scope, critical path, project milestones, target dates, phases and sequences of work, and activity durations. When significant activities show that they are slipping from the baseline, we work with the contractor to develop recovery plans. Cost Control and Change Order Management: We evaluate project costs and develop feasible mitigation measures to minimize additional costs. We work as a team to solve problems or make modifications in the field to address unforeseen conditions or owner generated changes in a cost-effective manner. A number of different factors can influence Costs and the development of Change Orders on projects, which can result from either foreseen or unforeseen conditions. Our approach and strategy is structured based on minimizing cost and schedule impacts, while evaluating change orders in a timely, fair and equitable manner. B. TECHNICAL PROPOSAL B.35 TECHNICAL PROPOSAL Highway Safety Improvement Project, Cycle 9, Traffic Signal Improvements Construction Engineering & Inspection Services CITY PROJECT No. Z10066, FEDERAL PROJECT NUMBER Project No. 5074(020) Our initial evaluation of a change order request incudes various elements: • Is the proposed change order necessary to complete the work as contemplated at the time the plans and specifications were approved? • Is the proposed work already covered in the contract? • What is the overall impact on the planned work? • Will the proposed change order affect or change the contractor’s planned method of performing the work? • Will the ordered change cause a work-character change? • Will the contract time be affected? • What are the impacts of adjusting contract time? • What methods of payment should be used? • Are there sufficient contingency funds? If not, can additional funds be obtained soon enough to prevent delays? • Does the proposed change adhere to the approved environmental document, existing permit conditions, utility obligations, and right-of-way agreements? Approach to efficient change order resolution: • For the negotiations to be successful, it is important that the owner and the contractor be objective in their analysis of the cost and time to complete the work scope that is defined by the potential Change Order. Frequently, the process suffers because of differing personalities and from heightened emotions. To be productive, the focus of the negotiations should remain on the factual circumstances that are related to the Change Order. • During negotiations, disagreements are often experienced, which can impede the progress for finalizing the Change Order. It is important to actively resolve any disputes as they develop so that an accord between parties can be reached in a timely manner. This attention by the parties will help to minimize the filing of claims on a project. • It is advantageous to both the owner and the contractor that potential Change Orders on a project are processed in a fair, equitable, and timely manner. The failure to do so most often results in an increased probability of extended disputes and claims between the owner and the contractor. Project Partnering: Based on project’s size and complexity, Project Partnering may also be considered: • Partnering is a relationship between the owner and the contractor, formed in order to effectively complete the contract to the benefit of both parties. Through trust, cooperation and teamwork, the goal is to resolve conflicts at the lowest possible level. • Generally, the costs related to Project Partnering are shared between the owner and the contractor. If formal Project Partnering is desired, it should be specified in the contract specifications. Informal partnering may also be beneficial and does not require contract provisions to be implemented. QC/QA Our QC/QA approach is similar to guidelines included in Caltrans Construction Quality Assurance Program (CQAP), which was developed by Caltrans for highway construction projects. The role of the CQAP is to provide confidence that the quality of the materials and workmanship incorporated into highway construction projects conforms to the requirements of the plans and specifications. Quality assurance encompasses materials and construction activities on a project and directly impacts the service life of a transportation facility. The elements of an acceptable quality assurance program include quality control by the contractor, acceptance sampling and testing and inspection by the Implementing Local Agency, independent assurance, qualified personnel, accredited laboratories, and a dispute resolution process. These elements work together to ensure an effective quality assurance program. While the Implementing Local Agency may use its own program when authorized by Caltrans; however, Caltrans retains authority for the project and performs independent quality assurance to ensure that the implementing agency’s quality assurance activities result in projects being developed in accordance with Caltrans standards, policies, B. TECHNICAL PROPOSAL B.36 TECHNICAL PROPOSAL Highway Safety Improvement Project, Cycle 9, Traffic Signal Improvements Construction Engineering & Inspection Services CITY PROJECT No. Z10066, FEDERAL PROJECT NUMBER Project No. 5074(020) practices, and the quality control plan provided by the project sponsor. For local agency projects, the local agency does construction contract acceptance. Caltrans then accepts the project from the local agency. (2) Recommendations for any Additional Services None. (3) Staffing Plan We designate a qualified Project Manager. In addition, our Supervising Inspector visits the job sits to perform field checks and oversight of the field inspector. Our Office Engineers provide document control and maintain project files and documentation in compliance with Caltrans LAPM. Our designated subconsultants provide Labor and Compliance, and Materials Testing and Inspection Services, Our approach is to provide proactive management and attempt to identify potential issues and problems in advance and take corrective actions before they become problems. This requires extensive hands-on knowledge, experience and management skills of the people involved in managing the project. Our team members have extensive experience and proven track record in managing large and complex projects and bringing them to a completion on time and within budget. (4) Any Special Issues or Problems that may be encountered 2 locations are close to I-15 ramps. C. REQUIRED FORMS TECHNICAL PROPOSAL Highway Safety Improvement Project, Cycle 9, Traffic Signal Improvements Construction Engineering & Inspection Services CITY PROJECT No. Z10066, FEDERAL PROJECT NUMBER Project No. 5074(020) C. REQUIRED FORMS C.1 TECHNICAL PROPOSAL Highway Safety Improvement Project, Cycle 9, Traffic Signal Improvements Construction Engineering & Inspection Services CITY PROJECT No. Z10066, FEDERAL PROJECT NUMBER Project No. 5074(020) 05/09/2023 Okan Demirci, PE, QSD/P Transtech Engineers, Inc. 1000062980 6/30/2025 13367 Benson Avenue; Chino, CA 91710 909-595-8599 909-590-8599 Professional Engineer Licenses 12/19/2018 C. REQUIRED FORMS C.2 TECHNICAL PROPOSAL Highway Safety Improvement Project, Cycle 9, Traffic Signal Improvements Construction Engineering & Inspection Services CITY PROJECT No. Z10066, FEDERAL PROJECT NUMBER Project No. 5074(020) Okan Demirci, PE, QSD/P Principal Project Manager 05/09/2023 Addenda Acknowledgement: Transtech is registered as RFP holder on Planet Bids and has downloaded all information posted. C. REQUIRED FORMS C.3 TECHNICAL PROPOSAL Highway Safety Improvement Project, Cycle 9, Traffic Signal Improvements Construction Engineering & Inspection Services CITY PROJECT No. Z10066, FEDERAL PROJECT NUMBER Project No. 5074(020) C. REQUIRED FORMS C.4 TECHNICAL PROPOSAL Highway Safety Improvement Project, Cycle 9, Traffic Signal Improvements Construction Engineering & Inspection Services CITY PROJECT No. Z10066, FEDERAL PROJECT NUMBER Project No. 5074(020) Notary Certification of Attachment B: C. REQUIRED FORMS C.5 TECHNICAL PROPOSAL Highway Safety Improvement Project, Cycle 9, Traffic Signal Improvements Construction Engineering & Inspection Services CITY PROJECT No. Z10066, FEDERAL PROJECT NUMBER Project No. 5074(020) Okan Demirci, PE, QSD/P Principal Project Manager 05/09/2023 N/A Transtech Engineers, Inc. C. REQUIRED FORMS C.6 TECHNICAL PROPOSAL Highway Safety Improvement Project, Cycle 9, Traffic Signal Improvements Construction Engineering & Inspection Services CITY PROJECT No. Z10066, FEDERAL PROJECT NUMBER Project No. 5074(020) C. REQUIRED FORMS C.7 TECHNICAL PROPOSAL Highway Safety Improvement Project, Cycle 9, Traffic Signal Improvements Construction Engineering & Inspection Services CITY PROJECT No. Z10066, FEDERAL PROJECT NUMBER Project No. 5074(020) C. REQUIRED FORMS C.8 TECHNICAL PROPOSAL Highway Safety Improvement Project, Cycle 9, Traffic Signal Improvements Construction Engineering & Inspection Services CITY PROJECT No. Z10066, FEDERAL PROJECT NUMBER Project No. 5074(020) 10 Locations Transtech Engineers, Inc. City of Lake Elsinore 15% Federal/Labor Compliance 36060 Advanced Avant-Garde Corp; Ana Lenoue; 909-979-6586 8.82% Materials Testing and Inspection 33843 MTGL, Inc.; Marianne Sierra; 714-632- 2999 6.47% 15.29 05/09/2023 Okan Demirci, PE, QSD/P Principal Project Manager 909-595-8599 HSIP Cycle 9, Traffic Signal Impr. Construction Engineering & Inspection Services, City Proj No. Z10066, Fed Proj No. 5074(020) C. REQUIRED FORMS C.9 TECHNICAL PROPOSAL Highway Safety Improvement Project, Cycle 9, Traffic Signal Improvements Construction Engineering & Inspection Services CITY PROJECT No. Z10066, FEDERAL PROJECT NUMBER Project No. 5074(020) 05/09/2023 Okan Demirci, PE, QSD/P Principal Project Manager 909-595-8599 C. REQUIRED FORMS C.10 TECHNICAL PROPOSAL Highway Safety Improvement Project, Cycle 9, Traffic Signal Improvements Construction Engineering & Inspection Services CITY PROJECT No. Z10066, FEDERAL PROJECT NUMBER Project No. 5074(020) Transtech will meet the required 18% DBE participation for the project. We have 2 DBE subconsultants in our team: • MATERIALS TESTING AND INSPECTION SUPPORT: (DBE/WBE Firm); www.mtglinc.com • FUNDING / LABOR COMPLIANCE SUPPORT: AVANT GARDE, Inc. (DBE/WBE Firm); www.agi.com.co 15% Fed Proj No. 5074(020) 5/9/2023 C. REQUIRED FORMS C.11 TECHNICAL PROPOSAL Highway Safety Improvement Project, Cycle 9, Traffic Signal Improvements Construction Engineering & Inspection Services CITY PROJECT No. Z10066, FEDERAL PROJECT NUMBER Project No. 5074(020) C. REQUIRED FORMS C.12 TECHNICAL PROPOSAL Highway Safety Improvement Project, Cycle 9, Traffic Signal Improvements Construction Engineering & Inspection Services CITY PROJECT No. Z10066, FEDERAL PROJECT NUMBER Project No. 5074(020) D. COST PROPOSAL Per RFP requirement, submitted separately TECHNICAL PROPOSAL Highway Safety Improvement Project, Cycle 9, Traffic Signal Improvements Construction Engineering & Inspection Services CITY PROJECT No. Z10066, FEDERAL PROJECT NUMBER Project No. 5074(020) E. DBE PARTICIPATION COST PROPOSAL Highway Safety Improvement Project, Cycle 9, Traffic Signal Improvements Construction Engineering & Inspection Services CITY PROJECT No. Z10066, FEDERAL PROJECT NUMBER Project No. 5074(020) TECHNICAL PROPOSAL Highway Safety Improvement Project, Cycle 9, Traffic Signal Improvements Construction Engineering & Inspection Services CITY PROJECT No. Z10066, FEDERAL PROJECT NUMBER Project No. 5074(020) E. DBE PARTICIPATION E.1 The RFP states: The City has established a DBE goal for this contract of 15%, as reflected in the attached Exhibit 10-I, Notice to Proposers DBE Information. Proposers are required to fill-out and include applicable DBE Forms listed under Section 4” Additional Forms” Transtech has 2 DBE sub-consultants and meets City’s required DBE participation level. • AVANT-GARDE, INC., (DBE Firm), CDBG Funding and Labor Compliance Support (www.agi.com.co) • MTGL, Inc. (DBE Firm), Materials Testing and Inspection Support (www.mtglinc.com) Required DBE Forms are included in Proposal Section C. REQUIRED FORMS. F. INSURANCE TECHNICAL PROPOSAL Highway Safety Improvement Project, Cycle 9, Traffic Signal Improvements Construction Engineering & Inspection Services CITY PROJECT No. Z10066, FEDERAL PROJECT NUMBER Project No. 5074(020) F. INSURANCE F.1 TECHNICAL PROPOSAL Highway Safety Improvement Project, Cycle 9, Traffic Signal Improvements Construction Engineering & Inspection Services CITY PROJECT No. Z10066, FEDERAL PROJECT NUMBER Project No. 5074(020) Following is Transtech’s current Insurance Certificate. If selected by the City for this project, we will appreciate the opportunity of having our Attorney discuss the final contract language to ensure our insurance is in compliance with current laws and regulations and meets the City’s requirements with the City’s Attorney. Following items may be discussed: • For insurability purposes, any duty to defend which is not expressly deleted or defined as a reimbursement to the extent of the adjudicated negligence will present insurability issues. • Insurance may not cover payment for any of the City’s’ defense related cost prior to a final determination of liability or to pay any amount that exceeds Contractor’s finally determined percentage of liability based upon the comparative fault of Contractor. Consultant should reimburse all reasonable attorneys’ fees as part of City’s total damages tied directly to Consultant’s determined percentage of fault. • For insurability purposes, one of the most important contract terms is to ensure the word "negligent" is evident in the indemnity clause. Absent a negligence trigger for claims, a client or owner could present claims with no allegations of negligence, and the professional liability may have coverage implications. Inserting "negligent" acts, errors, or omissions can help make the entire indemnity subject to an appropriate standard of care. • Many contracts use phrases such as: “arising out of or in connection with". This can allow the certificate holder to assert claims that vaguely involve our scope of services. By replacing such phrases with "but only to the extent actually caused by", the claimant must establish that the negligence was the proximate cause of the damage, otherwise known as direct causation, would be insurable. For insurability purposes, we suggest limiting the obligation to only those parties with whom we have the contract, or who are in direct contractual privity to the project owner. Cost Proposal Highway Safety Improvement Project Cycle 9 Traffic Signal Improvements Construction Engineering & Inspection Services CITY PROJECT No. Z10066 FEDERAL PROJECT NUMBER Project No. 5074(020) Submitted By TRANSTECH Engineers, Inc. Contact Person for this Proposal: Ahmad Ansari, PE, Principal E: ahmad.ansari@transtech.org C: 949-702-5612; O: 909-595-8599 Submitted To City of LAKE ELSINORE Engineering Department 130 S. Main Street Lake Elsinore, CA 92530 Attn.: Remon Habib, PE, City Engineer Submittal Requirement: Via PlanetBids https://pbsystem.planetbids.com/portal/14272/bo/bo-detail/104617 www.transtech.org 855.595.2495 (toll-free) TABLE OF CONTENTS TECHNICAL PROPOSAL Highway Safety Improvement Project, Cycle 9, Traffic Signal Improvements Construction Engineering & Inspection Services CITY PROJECT No. Z10066, FEDERAL PROJECT NUMBER Project No. 5074(020) Our proposal is submitted in the format and with RFP Section “SUBMITTAL REQUIREMENTS, A. RFP FORMAT AND CONTENT”, as specified below: • RFPs should be typed and submitted on 8.5-inch x 11-inch pages. Charts and schedules may be included in 11” x 17” format, which will be counted as 2 pages and included in the maximum total page count of 50 pages. • RFPs should be concise and not include any elaborate or unnecessary promotional materials. • The page limit does not include the outside cover, table of contents, resumes, section dividers, and cover letters. • All pages shall be sequentially numbered, and each section should be separate. • RFPs should include a complete table of contents for the entire RFP with respective page numbers opposite each topic that is included. Our proposal follows the same section and sub-section order as specified in the RFP as listed below: Section Page A. LETTER OF TRANSMITTAL A.1 – A.2 B. TECHNICAL PROPOSAL (per RFP limited to 50 pages) B.1 – B.50 a. Qualifications, Related Experience and References of Offeror B.1 (1) Financial Condition B.1 (2) Similar Experience B.3 (3) References B..4 b. Proposed Staffing and Project Organization B.12 (1) Staff Experience and Credentials B.12 (2) Resumes for Project Manager and Key Personnel B.13 (3) Key Personnel and Sub-consultants Task Responsibilities B.13 (4) Sub-consultants Qualifications B.19 (5) Project Organization Chart B.19 (6) Key Personnel Statement B.19 (7) Key Personnel References B.19 c. Project Understanding and Approach B.19 (1) Project Scope and Approach B.12 (2) Recommendations for any Additional Services B.13 (3) Staffing Plan B.13 (4) Any Special Issues or Problems that maybe encountered B.19 C. REQUIRED FORMS C.1 – C.4 D. COST PROPOSAL (Per RFP requirement, submitted separately) D1. – D.4 E. DBE PARTICIPATION E.1 –E.4 F. INSURANCE F.1 – F.4 A. LETTER OF TRANSMITTAL TECHNICAL PROPOSAL Highway Safety Improvement Project, Cycle 9, Traffic Signal Improvements Construction Engineering & Inspection Services CITY PROJECT No. Z10066, FEDERAL PROJECT NUMBER Project No. 5074(020) COST PROPOSAL TECHNICAL PROPOSAL Highway Safety Improvement Project, Cycle 9, Traffic Signal Improvements Construction Engineering & Inspection Services CITY PROJECT No. Z10066, FEDERAL PROJECT NUMBER Project No. 5074(020) May 9, 2023 City of LAKE ELSINORE Engineering Department 130 S. Main Street Lake Elsinore, CA 92530 Attn.: Remon Habib, PE, City Engineer Submittal Requirement: Via PlanetBids: https://pbsystem.planetbids.com/portal/14272/bo/bo-detail/104617 COST PROPOSAL Highway Safety Improvement Project, Cycle 9, Traffic Signal Improvements Construction Engineering & Inspection Services CITY PROJECT No. Z10066, FEDERAL PROJECT NUMBER Project No. 5074(020) Dear Mr. Habib: As required, Cost Proposal is submitted separately. Thank you for the opportunity to submit this proposal. If you have any questions or need additional information, please contact us. Respectfully submitted, Ahmad Ansari, PE, Contract Principal Okan Demirci, PE, QSD/P, Principal Project Manager E: ahmad.ansari@transtech.org; C: 949-702-5612 E: okan.demirci@transtech.org; C: 714-319-613 www.transtech.org About TRANSTECH Video Highlight: CLICK HERE D. COST PROPOSAL Per RFP requirement, submitted separately COST PROPOSAL Highway Safety Improvement Project, Cycle 9, Traffic Signal Improvements Construction Engineering & Inspection Services CITY PROJECT No. Z10066, FEDERAL PROJECT NUMBER Project No. 5074(020) COST PROPOSAL Highway Safety Improvement Project, Cycle 9, Traffic Signal Improvements Construction Engineering & Inspection Services CITY PROJECT No. Z10066, FEDERAL PROJECT NUMBER Project No. 5074(020) D. COST PROPOSAL D.1 Classification Classification Classification Classification Sr. Eng, PM, RE Project Management and Controls CM, Sr. Supervising Inspector Inspector Office Eng/Insp Support Av. Hrly Rate Av. Hrly Rate Av. Hrly Rate Av. Hrly Rate $195 $170 $165 $145 4 8 8 16 36 $5,780 Field Constructon Duration specified in RFP 90 work days 45 90 360 360 855 $135,675 4 1 1 10 16 $2,565 53 99 369 386 907 $10,335 $16,830 $60,885 $55,970 $144,020 $11,000 6.47%$11,000 $15,000 8.82%$15,000 $170,020 360 360 FEE PROPOSAL Total Fee Total Hours Construction Phase Services Pre-Construction Phase Services Inspector Office Eng/Insp Support During 90 working day construction duration, it is assumed that on some days the work may be light and not require high level inspection, and simpler inspections can be done by a staff member with lower billing rate to maintain a cost effective approach. For budget estimate, 2 different staff levels are used to maintain 8 hours/day staff presence during 90 day construction duration. Above level of effort, durations and staff classifications and their hourly rates are average, and may be adjusted/re-allocated between staff and tasks as necessary depending on actual work progress and needs. Post-Construction Phase Services (Project Close-out) Total Hours (Transtech) Total Fee (Transtech) Total Estimated Budget (Transtech + Subconsultants) Su b - C o n s u l t a n t s Bu d g e t Al l o c a t i o n MTGL, Inc. (DBE Firm) DBE Goal 15.00%DBE Participation 15.29% AVANT-GARDE, INC., (DBE Firm) COST PROPOSAL Highway Safety Improvement Project, Cycle 9, Traffic Signal Improvements Construction Engineering & Inspection Services CITY PROJECT No. Z10066, FEDERAL PROJECT NUMBER Project No. 5074(020) D. COST PROPOSAL D.2 Federal/Labor Compliance 36060 Advanced Avant-Garde Corp; Ana Lenoue; 909-979-6586 $15,000 Materials Testing and Inspection 33843 MTGL, Inc.; Marianne Sierra; 714-632- 2999 $11,000 2 $26,000 $26,000 15.29% 10 Locations Transtech Engineers, Inc. City of Lake Elsinore HSIP Cycle 9, Traffic Signal Impr. Construction Engineering & Inspection Services, City Proj No. Z10066, Fed Proj No. 5074(020) 15% 05/09/2023 Okan Demirci, PE, QSD/P Principal Project Manager 909-595-8599 COST PROPOSAL Highway Safety Improvement Project, Cycle 9, Traffic Signal Improvements Construction Engineering & Inspection Services CITY PROJECT No. Z10066, FEDERAL PROJECT NUMBER Project No. 5074(020) D. COST PROPOSAL D.3 Straight OT(1.5x)OT(2x)From To Ahmad Ansari $213.41 $320.12 $426.83 1/1/2022 12/31/2022 $90.00 Contract Principal $219.82 $329.73 $439.63 1/1/2023 12/31/2023 $92.70 3.00% Principal Engineer $226.41 $339.62 $452.82 1/1/2024 12/31/2024 $95.48 3.00% Okan Demirci $213.41 $320.12 $426.83 1/1/2022 12/31/2022 $90.00 Project Manager $219.82 $329.73 $439.63 1/1/2023 12/31/2023 $92.70 3.00% $226.41 $339.62 $452.82 1/1/2024 12/31/2024 $95.48 3.00% Sr. Inspector $154.13 $231.20 $308.27 1/1/2022 12/31/2022 $65.00 $158.76 $238.13 $317.51 1/1/2023 12/31/2023 $66.95 3.00% $163.52 $245.28 $327.04 1/1/2024 12/31/2024 $68.96 3.00% Office Engineer $144.65 $216.97 $289.29 1/1/2022 12/31/2022 $61.00 $148.99 $223.48 $297.97 1/1/2023 12/31/2023 $62.83 3.00% $153.46 $230.18 $306.91 1/1/2024 12/31/2024 $64.71 3.00% Hourly Billing Rates BILLING INFORMATION CALCULATION INFORMATION Name/Job Title/Classification Effective Date of Hourly Rate Actual or Avg. Hourly Rate % or $ Increase Hourly Range - for Classifications Only Not Applicable Not Applicable Not Applicable Not Applicable 115.57% 33.16% 82.41% 10% 05/09/2023 Transtech Engineers, Inc. X City Proj No. Z10066, Fed Proj No. 5074(020 COST PROPOSAL Highway Safety Improvement Project, Cycle 9, Traffic Signal Improvements Construction Engineering & Inspection Services CITY PROJECT No. Z10066, FEDERAL PROJECT NUMBER Project No. 5074(020) D. COST PROPOSAL D.4 Principal 05/09/2023 CONSTRUCTION MANAGEMENT, INSPECTION AND MATERIALS TESTING SERVICES Ali Cayir COST PROPOSAL Highway Safety Improvement Project, Cycle 9, Traffic Signal Improvements Construction Engineering & Inspection Services CITY PROJECT No. Z10066, FEDERAL PROJECT NUMBER Project No. 5074(020) D. COST PROPOSAL D.5 As required per the RFP, following is Transtech’s Hurly Rates for all staff classifications. Field Technician $80 -$90 Labor Compliance Analyst $140 -$145 Engineering Technician $90 -$100 Funds Coordinator $145 -$155 Assistant CAD Drafter $100 -$115 Office Engineer $140 -$150 Senior CAD Drafter $115 -$130 Construction Inspector $135 -$145 Associate Designer $130 -$145 Senior Construction Inspector $145 -$155 Senior Designer $145 -$160 Construction Manager $155 -$175 Design Project Manager $180 -$190 Resident Engineer $175 -$190 Assistant Engineer $110 -$120 Associate Civil Engineer $135 -$145 Public Works Inspector $135 -$145 Senior Civil Engineer $190 -$210 Senior Public Works Inspector $145 -$155 Traffic Analyst Technician $95 -$105 Supervising PW Inspector $155 -$165 Associate Traffic Analyst $140 -$150 Senior Traffic Analyst $150 -$160 Survey Analyst $140 -$145 Professional Transportation Planner $160 -$175 Senior Survey Analyst $145 -$150 Traffic Engineer Technician $90 -$100 2-Man Survey Crew $330 -$340 Associate Traffic Engineer $135 -$145 Survey & Mapping Specialist $175 -$185 Traffic Engineer $160 -$175 Licensed Land Surveyor $200 -$210 Senior Traffic Engineer $175 -$195 Project Manager $175 -$195 Funds Analyst $140 -$145 Senior Project Manager $195 -$215 Senior Funds Analyst $145 -$155 Deputy City Engineer $160 -$180 Grant Writer $160 -$170 City Engineer $180 -$195 Funds & Grant Project Manager $180 --$190 Principal Engineer $195 -$215 Community Development Technician $75 -$85 Permit Technician $70 -$80 Planning Technician $85 -$95 Plan Check Technician/Analyst $100 -$120 Assistant Planner $95 -$115 Building Inspector $120 -$125 Associate Planner $115 -$135 Senior Inspector $125 -$135 Senior Planner $135 -$160 Plans Examiner/Checker $135 -$150 Planning Manager $160 -$180 Plan Check Engineer $150 -$160 Deputy Building Official $150 -$160 Administrative/Clerical $65 --$75 Building Official $160 -$170 Project Accountant $75 --$85 TRANSTECH ENGINEERS, INC. SCHEDULE OF HOURLY RATES Effective through June 30, 2023 Rates are average ranges, negotiable and can be adjusted to establish a fee for each assignment based on the specific project’s scope, when such projects are identified by the City. The above fees are increased each year July 1st automatically by the percentage change Los Angeles-Long Beach-Anaheim California Consumer Price Index-All Urban Consumers (“CPI-U”) for the preceding twelve-month period as calculated for February by the U.S. Department of Labor Bureau of Labor Statistics and published by the United States Bureau of Labor Statistic. FUNDING & GRANT WRITING PLANNING ADMINISTRATIVE STAFF SURVEY AND MAPPING PUBLIC WORKS INSPECTION BUILDING & SAFETY ENGINEERING CONSTRUCTION MANAGEMENT