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