Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
TRANSTECH Engineers, Inc. - 2025-12-16
�aN1INGTp 2000 Main Street, •o`er��°"'° '2m� Huntington Beach,CA � 9n q 92648 -_, Cityof Huntington ton Beach 9""$''`--_ � g APPROVED 6-0-1 �.yi, `\�oe (TWINING-ABSENT) File #: 25-929 MEETING DATE: 12/16/2025 REQUEST FOR CITY COUNCIL ACTION SUBMITTED TO: Honorable Mayor and City Council Members SUBMITTED BY: Travis Hopkins, City Manager VIA: Chau Vu, Director of Public Works PREPARED BY: Joseph Pinel, Capital Projects Administrator Subject: Approve and authorize execution of Professional Services Contracts for On-Call Construction Management, Materials Testing and Inspection Services with Cannon Corporation; FCG Consultants Inc.; Griffin Structures, Inc.; Interwest Consulting Group, Inc.; MCK Americas, Inc.; Southstar Engineering & Consulting, Inc.; SYRUSA Engineering, Inc.; Totum Corp; and TRANSTECH Engineers Inc. Statement of Issue: The Public Works Department requires professional construction management, materials testing, and inspection services on an on-call or as-needed basis to support staff in the management, inspection, and testing of local, state, and federally funded capital improvement projects, most of which are identified in the annual Capital Improvement Program (CIP). To meet this need, the Department advertised a Request for Proposal (RFP) for these services and recommends awarding on-call Construction Management, Materials Testing and Inspection Services contracts. Financial Impact: Funding for the use of these contracts is included in the Public Works budget, including the Capital Improvement Program (CIP). Each approved CIP project includes a budget that allocates sufficient funds for construction management, materials testing, and inspection services. No funds will be expended under these contracts unless approved as part of the City's annual budget. The recommended actions do not require any additional funding. Recommended Action: 'If A) Approve and authorize the Mayor and City Clerk to execute $2,500,000 Professional Services Contract between the City of Huntington Beach and Cannon Corporation for On-Call Construction Management, Materials Testing and Inspection Services; and B) Approve and authorize the Mayor and City Clerk to execute $2,500,000 Professional Services Contract between the City of Huntington Beach and FCG Consultants Inc. for On-Call City of Huntington Beach Page 1 of 5 Printed on 12/10/2025 powered by LegistarT" t,, 1 File #: 25-929 MEETING DATE: 12/16/2025 Construction Management, Materials Testing and Inspection Services; and 4 C) Approve and authorize the Mayor and City Clerk to execute $1,500,000 Professional Services Contract between the City of Huntington Beach and Griffin Structures, Inc. for On-Call Construction Management and Inspection Services; and *D) Approve and authorize the Mayor and City Clerk to execute $2,500,000 Professional Services Contract between the City of Huntington Beach and Interwest Consulting Group, Inc. for On -Call Construction Management, Materials Testing and Inspection Services; and vKE) Approve and authorize the Mayor and City Clerk to execute $1,500,000 Professional Services Contract between the City of Huntington Beach and MCK Americas, Inc. for On-Call Construction Management and Inspection Services; and F) Approve and authorize the Mayor and City Clerk to execute $2,500,000 Professional Services Contract between the City of Huntington Beach and Southstar Engineering & Consulting, Inc. for On-Call Construction Management, Materials Testing and Inspection Services; and c G) Approve and authorize the Mayor and City Clerk to execute $2,500,000 Professional Services Contract between the City of Huntington Beach and SYRUSA Engineering, Inc for On-Call Construction Management, Materials Testing and Inspection Services; and H) Approve and authorize the Mayor and City Clerk to execute $1,500,000 Professional Services Contract between the City of Huntington Beach and Totum Corp for On-Call Construction Management and Inspection Services; and I) Approve and authorize the Mayor and City Clerk to execute $2,500,000 Professional Services Contract between the City of Huntington Beach and TRANSTECH Engineers, Inc for On-Call Construction Management, Materials Testing and Inspection Services. Alternative Action(s): Do not authorize the contracts and direct staff accordingly. Analysis: To efficiently manage the City's growing Capital Improvement Program (CIP), the City utilizes on-call professional service contract agreements with pre-qualified firms that provide specialized services on an as-needed basis. These contracts allow staff to quickly assign work when specific projects or increased workloads arise, without committing to a guaranteed minimum amount of work. This approach provides both flexibility and cost efficiency, enabling the City to meet service demands without adding permanent staff. Each year, the City undertakes an extensive CIP that includes a wide range of infrastructure improvements requiring engineering and construction support. Many projects demand construction management, materials testing, inspection, and regulatory compliance services that extend beyond internal staff capacity. Engaging qualified external consultants allows the City to ensure projects are delivered efficiently, safely, and in full compliance with federal and state standards. City of Huntington Beach Page 2 of 5 Printed on 12/10/2025 powered by LegistarTM ,de /y/ IMM'l file 598 File #: 25-929 MEETING DATE: 12/16/2025 In response to an expanded CIP budget, from $35 million to $63 million, the City anticipates the need for an increased number of on-call contracts to meet the additional workload and project complexity over the next three years. Such large projects and developments include multiple lift stations, water wells, arterial street rehabilitations, bridge rehabilitations, traffic signal and lighting projects, facility rehabilitation, and park projects. In addition to CIP construction management and inspection services, these contracts also cover inspection duties for the Development Section. These duties include inspecting utility permits and larger development projects funded through developer impact fees. Procurement Process To proactively prepare for this workload, the City issued a Request for Proposal (RFP) on June 13, 2025, seeking firms to provide On-Call Construction Management, Materials Testing, and Inspection Services. The RFP covered a range of disciplines including project management, materials testing, design-build, and progressive design-build services. The solicitation process followed procedures established in Chapter 3.03 of the Huntington Beach Municipal Code (HBMC), governing the selection of professional service providers, and complied with the federal Brooks Act and California Senate Bill 419. The City received twenty-seven (27) proposals in response. A three-member evaluation panel- composed of representatives from the Public Works Department-reviewed and ranked the submittals based on qualifications and relevant experience. The request for Council action associated with the June 13, 2025 RFP for On-Call Construction Management, Materials Testing, and Inspection Services was presented in two phases. The first group of nine qualified consultants-consisting of firms currently providing active on-call services for City construction projects-was approved at the November 18, 2025 Council meeting. The remaining nine consultants represent newly selected on-call firms. The Public Works Department consistently attracts highly qualified firms for such RFPs, resulting in a competitive and robust selection process. Based on evaluation results, staff recommends awarding nine (9) on-call contracts to provide additional support for the City's capital improvement program. The nine firms listed would help reduce potential interruptions in construction services. Additionally, approval of the firms listed would provide a total of eighteen firms, enabling competitive proposals and greater availability of specialized construction services. Recommended Firms The current recommended firms are: Cannon Corporation; FCG Consultants Inc.; Griffin Structures, Inc.; Interwest Consulting Group, Inc.; MCK Americas, Inc.; Southstar Engineering & Consulting, Inc.; SYRUSA Engineering, Inc.; Totum City of Huntington Beach Page 3 of 5 Printed on 12/10/2025 powered by Legistarr" 599 File #: 25-929 MEETING DATE: 12/16/2025 Corp; and TRANSTECH Engineers, Inc. Funding and Contract Terms Funding for these services will be drawn from Public Works project and program budgets. Work will be assigned through individual task orders on a time-and-materials basis, with consultants compensated only upon completion of assigned tasks. Projects that currently use Construction Management, Materials Testing, and Inspection consultant task orders include Heil Pump Station, Admiralty Bridge, Humboldt Pump Station, Traffic Signal Installations, Sunset Beach Sewer, to name a few. Projects upcoming that will use construction management and inspection include Humboldt Bridge, McFadden Lift Station, Davenport Lift Station, Water Well projects, Street Overlays/Rehabilitation, Downtown Street Lighting, Traffic Signals, and include inspection support for Development permitting. On-call contracts will be activated only when project demands exceed available City staff capacity. Each contract will have a three-year term and a not-to-exceed amount, with no guaranteed work. All expenditures under these agreements remain subject to City Council approval through the annual budget process. Environmental Status: Not Applicable Strategic Plan Goal: Non Applicable - Administrative Item Attachment(s): 1. Request for Proposals (RFP) 2. Cannon Corporation Contract Summary 3. Professional Services Contract with Cannon Corporation 4. FCG Consultants Inc. Contract Summary 5. Professional Services Contract with FCG Consultants Inc. 6. Griffin Structures, Inc. Contract Summary 7. Professional Services Contract with Griffin Structures, Inc. 8. Interwest Consulting Group, Inc. Contract Summary 9. Professional Services Contract with Interwest Consulting Group, Inc 10. MCK Americas, Inc. Contract Summary 11. Professional Services Contract with MCK Americas, Inc. City of Huntington Beach Page 4 of 5 Printed on 12/10/2025 powered by LegistarTM 600 File #: 25-929 MEETING DATE: 12/16/2025 12. Southstar Engineering & Consulting, Inc. Contract Summary 13. Professional Services Contract with Southstar Engineering & Consulting, Inc. 14. SYRUSA Engineering, Inc. Contract Summary 15. Professional Services Contract with SYRUSA Engineering, Inc. 16. Totum Corp Contract Summary 17. Professional Services Contract with Totum Corp 18. TRANSTECH Engineers, Inc. Contract Summary 19. Professional Services Contract with TRANSTECH Engineers, Inc. 20. PowerPoint Presentation City of Huntington Beach Page 5 of 5 Printed on 12/10/2025 powered by LegistarTA1 601 �0NT I N G To �DUNi l REQUEST FOR PROPOSAL FOR ON-CALL CONSTRUCTION MANAGMENT,MATERIALS TESTING, and INSPECTION SERVICES. Public Works Department CITY OF HUNTINGTON BEACH Released on May 15th,2025 ON-CALL CONSTRUCTION MANAGEMENT SERVICES and MATERIALS INSPECTION SERVICES 602 REQUEST FOR PROPOSAL (RFP) 1. BACKGROUND The City of Huntington Beach ("City") Public Works Depaitaient is seeking experienced consultant firms to assist the City's staff in the following service category, to perform Construction Management and Material Inspection services for any City related projects and activities. Qualified firms shall provide construction management consulting services on an "on-call"basis for projects assigned during the term of the contract. The contract will be for a minimum 3-year term.The City will issue task orders for each project based upon the scope-of-services; qualifications, work schedule,and reasonableness of the fee. For task orders greater than $30,000 City may typically solicit proposals from 2 or more qualified consultants for City funded projects. 2. SCHEDULE OF EVENTS This Request for Proposal will be governed by the following estimated schedule: Release of RFP May 15, 2025 Deadline for Written Questions May 30,2025 by 4pm Responses to Questions Posted on Web June 6,2025 Proposals are Due June 13th, 2025 by 4pm Interviews, if Necessary 3rd Week of July Proposal Evaluation Completed and Notification August 2025 Approval of Contract September 2025 3. SCOPE-OF-WORK BY SERVICE CATEGORY In general,the consultant shall perform consulting services on an"on-call"basis for projects assigned by the City. The scope-of-work for any one project may involve all phases of project development and may include but, is not limited to the following: A. Construction Management The City is seeking experienced Construction Management firms to assist the City's staff in providing Construction Management and Inspection Services for a wide variety of capital improvement projects. The City anticipates a steady amount of construction activity in the next 3 years for various public works infrastructure projects, including and not limited to: pump stations, lift stations, curb and gutter, sidewalks,pipelines,traffic signals, structures,road rehabilitation, and bridge retrofits. In addition, the City anticipates consistent construction activity on City facilities, including fire stations, police department facilities and substations, community centers,beach and park restrooms, libraries, and city hall facilities. This vertical construction work will involve various tenant improvements (TI), general office and building remodel and renovations,superstructure and subgrade structural retrofits, 603 new building construction, security and fire system modifications, and building mechanical, electrical, and plumbing (MEP) improvements. The successful firm will be responsible for all professional related Construction Management and Inspection services. In addition to traditional Design-Bid-Build projects,the City is planning to utilize Design-Build(DB) and Progressive Design-Build (PDB) delivery methods for applicable infrastructure and facility projects. As such, the City seeks firms with demonstrated experience in managing DB and/or PDB projects, including coordination between designers and contractors, early-phase constructability review, and support for collaborative project delivery models. Selected firms may be assigned task orders that align with these delivery methods and will be expected to provide services that support both early-phase and post-award construction management functions under DB or PDB frameworks. Interested films shall address in their qualification statements, their firms ability to provide the following services if selected by the City. The successful firm will be expected to provide these services for locally funded CIP projects. The City prefers those qualified firms assigned to its projects,that the Construction Manager hold a certification,Project Manager Professional or Certified Construction Manager(PMP or CCM)by a nationally recognized professional Construction Management organization. B. Construction Materials Testing The City is seeking experienced Construction Material Testing firms to assist the City's staff in providing Construction Material Testing services for a wide variety of local funded capital improvement construction projects. The City anticipates a steady amount of construction activity in the next 3 years for various public works infrastructure projects, including and not limited to: traffic signals, pump stations, curb and gutter,' sidewalks, pipelines, structures, road rehabilitation,.reservoirs, and bridge retrofits. The successful firm will be responsible for all professional related Construction Material Testing services. In addition, the City anticipates consistent construction activity on City facilities,including fire stations, police department facilities and substations, community centers, beach and park restrooms, libraries, and city hall facilities. This vertical construction work will involve various tenant improvements (TI), general office and building remodel and renovations,superstructure and subgrade structural retrofits,new building construction, security and fire system modifications, and building mechanical, electrical, and plumbing (MEP) improvements. The successful firm will be responsible for all professional related Construction Management and Inspection services. Administrative: 1. Perform a"third"party constructability review of the project plans and specifications prior to the preconstruction conference and identify potential problems that may need attention before construction starts. Provide reviews and comments from ADA compliance perspective. 2. Review project permit requirements. 3. Prepare and conduct Pre-Construction Meetings. 4. Provide coordination of project activities and prepare reports and documents, as necessary, for City review and action. 604 5. Maintain at the consultant's local office, on a current basis; a record copy of all contracts, drawings, specifications, addenda, change orders and other modifications, in good order and marked to record all changes made during construction; shop drawings, product data; samples; submittal; purchases; materials; equipment; applicable handbooks; maintenance and operating manuals and instructions; other related documents and revisions which are relevant to the contract work. 6. Provide weekly status reports to the City as required. 7. Review laboratory, shop and mill test reports of materials and equipment, and coordinate as required with Design Engineers. 8. Utilize the City's Virtual Project Manager(VPM)platform to perform project management duties and maintain project updates. A proprietary Excel-based tracking database may be made available to the consultant for the purpose of retrieving pertinent information (e.g., logs,payment applications, working day statements)throughout the course of the assignment. Direct input into the City's internal tracking system(PTS)by outside agents is will be allowed on an as needed basis. 9. Monitor contractor and subcontractor compliance with State labor law and paperwork requirements including certified payroll, conducting spot interviews with employees on the project,preparing daily reports listing employee, labor classifications, hours worked and equipment on project, maintaining evidence of apprentices employed on the project, spot checking payrolls to ensure that applicable Davis-Bacon or State prevailing wage rates are paid and ensuring that contractor has posted all required posters,notices and wage determination at the job site. 10. Administer the construction contract in conformance with the requirements set forth in the project Plans and Specifications including applicable requirements from Caltrans Standard Plans and Specifications. 11. Receive, log and respond to Contractor Request-for-Information(RFI's). 12. Conduct weekly construction progress meetings with contractor, subcontractors, City staff, design engineer, sub-consultants, affected outside agencies, general public,business owners, other consultants, etc. to discuss matters such as procedures,progress,problems, and scheduling. Prepare and distribute meeting minutes. 13. Coordinate and monitor all inspection activities. 14. Maintain an open door policy and meet with general public as needed regarding the construction and make recommendations to address their concerns. 15. Receive and process all shop drawings,project data, samples, and other submittals to the design engineer for review. Establish and implement procedures for expediting the processing and approval of submittal. 16. Coordinate submittal review with design engineer on an as needed basis. 17. Coordinate with the City Engineer and other city departments. 18. Document all claims and maintain for account records. Provide all necessary documentation and support to the City in settling claims. 19. Administer implementation of project's traffic control plans and perform weekly review for conformance to approved plan. 20. Coordinate and schedule construction surveying. 21. Coordinate testing requirements and scheduling of material testing. 22. Review and analyze the contractor's cost loaded/resource loaded baseline project schedule for critical path, activity logic sequences,realistic durations, constraints, schedule of values and schedule of delivery for products with long lead time which includes submittal process. Work with contractor (weekly)to maintain the project schedule updates to show current conditions and suggest revisions as required that will be congruent with monthly progress 605 pay requests. 23. Recommend necessary or desirable changes in the construction contractor's scope of work to City. Review and evaluate contractor's request for changes. Negotiate with contractor and submit recommendations to City supported by field data related to any additional work. If change orders are accepted by City,prepare change orders for signature and authorization by the City. Maintain a log of change requests. 24. Oversee contractor maintains "As-Built"project schedule. 25. Review pay requests and provide recommendation for contractor payments. 26. Coordinate the transition for beneficial occupancy of the project by City of Huntington Beach. 27. Coordinate any training sessions required for City staff 28. Conduct regular coordination meetings with property owners and business owners. 29. Construction Closeout- Consultant shall provide the following project closeout services: • Administer and coordinate fmal inspections. • Coordinate the correction and completion of the work. • Assist City in determining when the project or a designated portion thereof is substantially complete. • Calculate the amount of final payment due prime contractor. • Obtain evidence of certification of all lien releases. • Assist City with filing the project "Notice-of-Completion" (NOC). • Secure and transmit to City,required guarantees. • Issue the notice of substantial completion and process the notice'of completion. • Coordinate any startup requirements. • Deliver all equipment manuals, special equipment, spare parts, catalogs, and other materials required by specifications. • Collect all as-built data from contractors or consultants. • Make recommendation for the release of retention. • Provide construction management documents and records to the City. C.Inspection: 1. Review contract documents,plans and permits. 2. Attend the pre-construction meetings. 3. Monitor and enforce construction noticing requirements, including but not limited to SWPPP requirements. 4. Maintain field diary(bound workbooks) during construction, including equipment,labor and materials, a cumulative record of quantities constructed, daily and weekly reports, working day reports, change order documentation,photographs and other documentation. 5. Monitor the contractor's fugitive dust,control plan and ensure the contractor using approved haul routes and they are kept clean. 6. Ensure compliance with the construction contract by continuously monitoring, evaluating, approving or rejecting the contractor's work in accordance with the approved construction contract documents. 7. Determine that the contractor's work is being performed in accordance with the requirements of the contract documents. Endeavor to guard City against defects and deficiencies in the work. As called out, require special inspection or testing, or make recommendations to City regarding special inspection or testing of work not in accordance with the provisions of the contract documents whether or not such work is fabricated, installed or completed. 606 8. Provide and maintain a digital photographic history of the progress of the project. Photos will also be taken of the following: 1. City-furnished equipment 2. Showing existing conditions prior to construction. 3. Disputed work items. 4. Work that has to be duplicated,replaced, or removed. 5. Completed work. 6. Extra Work. 9. Record the progress of the project.Maintain a daily log containing a record of weather, contractor and subcontractor's work on site, contractor and subcontractor's equipment ' with hours on site,number and names of workers with hours on site,work accomplished, problems encountered, and other relevant data. Provide copies of daily logs to City as required. Include information on contractor and the entire project, showing percentages of completion. Daily Reports should be detailed enough to support Time and Material payments for the contractor's work in case of future disputes. 10. During the course of construction,maintain one set of plans with markings and dimensions in red ink to denote field changes or other corrections to support as-built drawings. 11. Maintain copies of all permits needed to construct the project, certifications and enforce special requirements of each. D.Labor Compliance: 1. Inform contractor of prevailing wage requirements, reporting, and applicable wage determinations at preconstruction meeting. 2. Provide Davis-Bacon& State Wage compliance monitoring and/or reporting in accordance with current California DIR procedures 3. Respond to DIR inquiries/requests 4. Provide administrative, clerical and investigative services, from pre-bid through project closeout. 5. Review contractor submitted payrolls for accuracy of calculated wage rates, benefits and overtime hours as compared to the applicable wage determination. 6. Perform site investigations during the course of the construction contract, completing questionnaires to determine if employees are treated fairly according to the California Labor Code and Davis-Bacon and Related Acts regulations. 7. Coordinate if California DIR in resolving non-compliance issues. 8. Submit a fmal report to the City upon completion of each project summarizing any identified discrepancies and resolutions to those discrepancies affecting the project. 9. Defend certified payroll audits if conducted by controlling agency. E. Construction Materials Testing 1. The consultant shall be responsible for all the tests as required by the Caltrans Standard Specifications and the Project Special Provisions. 2. The consultant shall perform the materials testing services in accordance with the City's approved Quality Assurance Program (QAP) (See Appendix E), California Department of Transportation, Construction Manual, Chapters 3, "Control of Materials" and Chapter 6, "Sample Types and Frequencies."The consultant shall provide for initial"Samples and Tests" on materials proposed for use in the project The firm shall provide for "Acceptance Tests" on materials that will be incorporated into the work. Sampling should begin as soon as 607 material is delivered or in place. Sampling shall continue as work progresses. 3. The consultant shall conduct all testing in a Caltrans Certified Laboratory, or equivalent. All sampling and testing shall be done by personnel and laboratory with the appropriate accreditation for the testing and sampling designated to perform. Proof of the appropriate accreditation shall be submitted for approval by the City. 4. Provide a qualified technician as necessary to conduct density tests as required. The tests will be performed with a nuclear densometer in accordance with ASTM D2922 or sand cone in accordance with ASTM D1556. Maximum density curves (ASTM D1557) will be performed on various material types as they are encountered. 5. Provide an ACI-certified technician as necessary to make sets of concrete cylinders as needed and perform slump tests for minor concrete and bridge structure concrete. 6. Perform compression strength tests on concrete cylinders in accordance with ASTM C39 for bridge structure concrete. 7. Consultant shall keep records of all samples and tests in the project files as permanent job records. Materials incorporated into the project, represented by failing tests, must be documented in the project files also. Test results shall cite applicable contract requirements, test and/or analytical procedures used. Provide actual results and include a statement that the item tested or analyzed conforms or fails to conform to specified requirements. Test results shall be signed by a testing laboratory representative authorized to sign certified documentation and forward to the City. 8. Testing Plan and Log shall be maintained by the Consultant. The QC Manager shall record on the Test Plan and Log the date the test was conducted, the date the test results were forwarded to the Engineer, remarks and acknowledgement that an accredited or Engineer approved testing laboratory was used. Submit a copy of the updated Test Plan and Log with the Contract Quality Control Report each month. 9. Maintain a rework Items list of work performed that does not comply with the Contract. The Contractor shall be responsible for including on this list items needing rework including those identified by the Engineer. 10. Maximum density tests shall be performed at the job site unless otherwise approved by the City Engineer. 11. Consultant shall keep records of all samples and tests in the project files as permanent job records. Materials incorporated into the project, represented by failing tests, shall also be documented in the project files. 12. Consultant shall use the most economical mode of transportation available consistent with the time element involved. • 13. Project Certification — Send a materials certification memorandum to the Public Works Contract Administrator, City of Huntington Beach, upon completion of the project. File a copy of the memorandum in the job files. Note all non-conforming materials on the memorandum. This includes materials accepted at reduced pay factors. 14. A California licensed engineer shall sign the materials certification memorandum. 15. Any Non-Compliance results of materials shall be reported to the City's Project Manager and City Project Inspector within twenty four(24)hours from the time of sampling. 4. CITY RESPONSIBILITIES • Furnish a task order or scope-of-work request and provide general direction as needed for each project assigned. • Furnish available record drawings of existing facilities within the City's jurisdiction. • Furnish templates of construction plans and specifications acceptable to the City. 608 • Furnish Owner supplied equipment for specific capital improvement projects. 5. PROPOSAL FORMAT GUIDELINES Interested consultants are to provide the City with a thorough proposal using the following guidelines: • Proposal shall be typed, concise, no more than 20 pages of information, and no more pages than indicated in the following sections, excluding the Index/Table of Contents, tables, charts, forms, and graphic exhibits. Resumes of key personnel are not counted toward the page limitation if inserted at the end of the proposal. • 12-point font size and 1.5 point line spacing is required for typed portions of the letters and proposal sections except smaller fonts are allowed for tables, charts, and exhibits. The inclusion of 11"by 17" sheets are allowed if folded to fit the proposal. • Consultants are required to complete Exhibit A: Pre-Qualification Form and included in the proposal. Teaming is allowed. • Cover Letter (2 pages max.) A cover letter must summarize key elements of the proposal. An individual authorized to bind the consultant must sign the letter. The cover letter must include the address and telephone number of the consultants' Project Managers' office located nearest to Huntington Beach that will provide the project deliverables directly to the City. Each proposal will adhere to the following order and content of sections (A-D). Proposals must be straightforward, concise, and provide "layman" explanations of technical terms that are used. Emphasis must be concentrated on conforming to the RFP instructions, responding to the RFP requirements. Proposals, which appear unrealistic in the terms of technical commitments, lack of technical competence or are indicative of failure to comprehend the complexity and risk of this contract may be rejected. The following proposal sections are to be included in the consultant's response: A.Cover Letter(2 pages max. and not included in page count) A cover letter must summarize key elements of the proposal.An individual authorized to bind the consultant must sign the letter. The cover letter must include the address and telephone number of the consultants' Project Managers' office located nearest to Huntington Beach that will provide the project deliverables directly to the City. B. Vendor Application Form Complete Appendix A,"Request for Proposal-Vendor Application Form"and include this behind the cover letter. (Vendor Application Form will not be counted toward the page count.) C. Pre-Qualification Form(Exhibit A) The following Pre-Qualification Form must be included in the consultants proposal, behind the Vendor Application Form(See Appendix A). On Exhibit A: Pre-Qualification Form, consultant must indicate if they are willing, or unwilling, or unable to execute the Agreement as drafted(See Appendix B) as well as providing the insurance requirements (See Appendix C). (Pre-Qualification Form will not be counted toward the page count.) D. Service Category Firm Qualifications This section should be organized by service category. The information requested in this section must describe the qualifications of the firm and key staff performing projects preferably similar to Huntington Beach Public Works infrastructure and facility projects within the past seven(7) years 609 in Orange County/Los Angeles County to demonstrate competence to perform these services. Information shall include: 1) Summarize the firm's demonstrated capabilities, including length of time that your firm has provided the services being requested in this Request-for-Proposal. 2) The key personnel, sub-consultants that have participated on named projects and their specific responsibilities and years of experience with respect to this scope of work. 3) Provide at least three separate preferably Orange County/Los Angeles County public agency references that have received similar services from your firm. The City reserves the right to contact any of the organizations or individuals listed. Information provided shall include: • Name of Project, preferably Orange County/Los Angeles County Public Agency, Agency Primary Contact, email and telephone number. • Brief project description (i.e. miles of street rehabilitation, construction cost, building project scope, etc.) • Project Manager on the project who also is the PM on the proposal and key personnel • Start/Finish (months &years) 4) Provide a brief synopsis of the proposal summarizing the firm's unique qualities and the overall benefit of the proposal for the City and your understanding of the services. 5) Include relevant experience supporting Design-Build and/or Progressive Design-Build project delivery. Provide a summary of past DB/PDB projects including owner type, delivery structure, CM role, and lessons learned. 6) Resumes (do not count towards page limit but recommend be limited to 15 pages) Preferred Staffing Provide an organization chart which lists all key individual(s) who will be working on infrastructure and facility projects, indicating the functions that each will perform. The organization chart shall include the proposed Construction Manager,which will be the single point , of contact for the Consultant for this service category. Include resumes for all key personnel as indicated in section above, along with copies of any pertinent certifications. • Construction Manager has a PMP or CCM certification • Public Works Inspectors certified in Public Works infrastructure; concrete, sewer,water, and paving. • Facility Inspectors certified in California Building Code (CBC); California Commercial Electrical, California Commercial Plumbing, California Commercial Mechanical, California Commercial Building • Project Scheduler experienced both in using the latest Primavera and Microsoft Project software and defining/analyzing work breakdown structure,time impact analysis, and critical path analysis. Upon award and during the contract period, if the consultant chooses to assign different personnel to the project, the consultant must submit their names and qualifications including information listed above to the City for approval before they begin work. Understanding&Methodology Section This section must describe your understanding of the City's objectives to be accomplished, innovative approaches, and solutions to similar projects that would be undertaken by the City, and 610 detailed descriptions of efforts your firm will undertake to achieve client satisfaction. Refer to Scope-of-Work of this RFP. For similar projects the City's 2024/2025 CIP can be viewed at; https://huntingtonbeachca.gov/departments/public_works/engineering/major projects.php E. Rate Sheet Salary information shall be included in the RFP of all proposed positions including materials and/or tools needed in the performance of duties. Rate sheets shall include a four(4)year, locked, cost rate table, referencing the index in which increases are associated. Interested proposers shall submit a detailed hourly rate schedule, which is to be uploaded under the Cost File in PlanetBids. If sub-contracting, surveying, the rate structure for those services shall be included. Sub-Contracting, and Sub-Consultants shall have a maximum markup of 10%. 6. PROCESS FOR SUBMITTING PROPOSALS City typically will advertise the RFP through PlanetBids.com. Interested firms are to provide the City with a thorough proposal package using the following instructions: a. Download RFP Via the PlanetBids.com web site for the City as shown below, you will register and download the RFP. http://www.planetbids.com/HuntingtonBeach/BidsOnline.cfin b. Submission of Proposal Package Complete written proposals must be submitted electronically in PDF file format via the Planetbids.com website no later than 4:00 p.m. (P.S.T) on June 13, 2025. Proposals will not be accepted after this deadline. Standard mail, faxed or e-mailed proposals will not be accepted. Proposals shall be prepared with sufficient details to allow for thorough evaluation and comparative analysis. Proposals will not be accepted after this deadline.Faxed or e-mailed submissions will not be accepted. Proposals shall be prepared with sufficient details to allow for thorough evaluation and comparative analysis. Proposals will not be accepted after this deadline. Faxed or e-mailed submissions will not be accepted. c. Inquires Questions about this RFP must be submitted prior to the specified deadline, and must be directed in writing, via e-mail via PlanetBids Q&A tab no later than 4pm, May 30, 2025 for response. 7. EVALUATION CRITERIA The City's evaluation and selection process is based upon Qualifications Based Selection (QBS) for professional services. The City may use some or all of the following criteria in its evaluation and comparison of proposals submitted. The criteria listed are not necessarily an all-inclusive list. The order in which they appear is not intended to indicate their relative importance. The ranking will consist of the basic proposal for clarity and following all directions. Additionally, points will be 611 awarded for Qualifications, Understanding and Methodology, and Staffing in each category. The consultants in the top ranking will have References Checked, Local Preference Check, and an Interview, if necessary. A. Proposal Clarity-Use of terms and explanation throughout are understandable. (10 points) B. Firm Qualifications - Experience of the firm, experience with projects of similar scope, complexity, and magnitude for preferably other Orange County/Los Angeles County public agencies. (25 points) C. Staffing - Experience of the project manager and other key individuals assigned to the project. Educational background,work experience, and related consulting experiences. (25 points). D. Understanding & Methodology - Firm has an understanding of the work to be done, successful implementation and shows effort in completing projects efficiently and accurately. (15 points) E. Reference Check (10 points) The City may also contact and evaluate the consultant's and sub- consultant's references; contact any consultant to clarify any response; contact any current users of a consultant's services; solicit information from any available source concerning any aspect of a proposal; and seek and review any other information deemed pertinent to the evaluation process. F. Interview (15 points). After written proposals have been reviewed, discussions with prospective firms may or may not be required. If scheduled, the oral interview or video/voice conference interview, at the City's discretion, will be a question/answer format for clarifying the intent of any portions of the proposal. The individual from your firm that will be directly responsible for carrying out the contract, if awarded, must be present at the oral interview or video/voice conference interview. G. Local Preference Check (5 bonus points). The consultant will earn, 5 bonus points for having an office located in the city and a valid City Business License issued a minimum of 6 months prior to the RFQ release date. H. Experience with Design-Build/Progressive Design-Build delivery methods and ability to support early-phase project collaboration(5 bonus points) A ranking will be performed with the subtotal score for each category and only the top contenders will be considered further. I. A Notification of Intent to Award may be sent to the consultant selected. Award is contingent upon the successful negotiation of final contract terms. Negotiations shall be confidential and not subject to disclosure to competing consultants unless an agreement is reached. If contract negotiations cannot be concluded successfully, the City may negotiate a contract with the next highest scoring consultant or withdraw the RFP. J. Business License - The Consultant will be required to have a valid City Business License. https://cros3.revize.coin/revize/huntingtonbeachca/DocumentsBusiness/Licenses%20Permits%20& %20CodeBusiness%20License/FORMS/Standard-Business-License-Application%202024.pdf K. Interview - After written proposals have been reviewed, discussions with prospective firms may or may not be required. If scheduled, the oral interview or video/voice conference interview, at the City's discretion, will be a question/answer format for clarifying the intent of any portions of the proposal. The individual from your firm that will be directly responsible for carrying out the contract, if awarded, must be present at the oral interview or video/voice conference interview. The City reserves the right to waive informalities and to contract with multiple firms or reject all proposals at its sole discretion. Consultants are encouraged to keep their proposals brief and relevant to the specific work required. 612 8. GENERAL REQUIREMENTS Insurance Requirements City Resolution 2008-63 requires that licensees, lessees, and vendors have an approved Certificate of Insurance (not a declaration or policy) on file with the City for the issuance of a permit or contract. Within ten (10) consecutive calendar days of award of contract, successful consultant must furnish the City with the Certificates of Insurance proving coverage as specified in Appendix C. The consultant is encouraged to contact its insurance carriers during the qualifications submittal stage to ensure that the insurance requirements can be met if selected for negotiation of a contract agreement. • Standard Form of Agreement The consultant will enter into an agreement with the City based upon the contents of the RFP and the consultant's response. The City's standard form of agreement is included. The consultant shall carefully review the agreement, especially the indemnity and insurance provisions, as the standard form of agreement will not be changed, and must be accepted as is. Assuming the consultant is agreeable with no exceptions, a statement to that effect shall be included in the qualifications submittal. Disclaimer This RFP does not commit the City to either issue an RFP, award a contract, or to pay any costs incurred in the preparation of the RFP response. The City reserves the right to extend the due date for the RFP, accept or reject any or all proposals submittals received as a result of this request, negotiate with any qualified consultant or cancel this RFP in part or in its entirety without penalty. Assigned Representatives The City .will assign a responsible representative to administer the contract and to assist the consultant in obtaining information. The consultant shall also assign a responsible representative (project manager) and an alternate, who shall be identified in the RFP response. The consultant's representative will remain in responsible charge of the consultant's duties from the notice-to- proceed through project completion. If the consultant's primary representative should be unable to continue with the project, then the alternate representative identified in the RFP response shall become the project manager.Any substitution of representatives or sub-consultants identified in the RFP response shall first be approved in writing by the City's representative. The City reserves the right to review and approve/disapprove all key staff and sub-consultant substitution or removal, and may consider such changes not approved to be a breach of contract. 613 EXHIBIT A Pre-Qualification Form 614 PRE-QUALIFICATION FORM ON-CALL CONSTRUCTION MANAGEMENT and MATERIALS INSPECTION CONSULTING SERVICES - ijçJa_ .•.f,�Y:"t �� �(tir?Yy.4 •}r. si:aya„"fit=Tu+:ptj�fmgys�m<.K-- ^::; irt�['«. a•;%"r•,'.e:'34�;'7=1: %?7;'S�'rw•;•i;,,s rFriS, ,t tt> .." ;IL— ,,.9 .A"' .a.H,ax e, ,y s. -,m,:f•�s, >.kyt;•,a;.„ :lr.•,`•''�',:., a 4 '`tuft, r-s: : It !'' -t ;a: �." :: :r rt.,'i g./,..s` 4Fr, , �' a. ��' ? S, ®,.Ra rr, c'uiv��'�;1%�'�`�?'��' :-��t-ti' "' :�^O 1J�' Yy ?k.. '.icg;.q�'�? .o."..ti f a✓Frt:.�srx^ ,;,s,.y. _sa a' err .sr?.t. .sy. Jl;,V1;, ,.o-' q >;sFltr=•=u,., `<�"�:.;.�.,: 4� .,"K., zr,k i.ai�;;.tc' ^.,�'-p�.^�-'' ':., yf'"�,r.•..P.�.N n'"t6�.;:`t?'.�..4�. d.4.. -`<,t..a., .�:�.,-,:+:' ..,;.'0"4•7'..,i�.,ik,F;ti�,_ Y�`'^ .�. H-, v;s.,,.•as.. - .7�,.tx tS�:^va-�F n,t`n.,.a- -•-.1:';:, r;3..•.�`::,., n,5�„ 1, ,r, ';i+rsr��rrxcG's�'' iq-,�rt 1 ^lr.,;..�,,.rs•>,.., .�; t.. ;`. „'- ai S x .t,s�rr ',r c• d°g? s .ri,n i -„� �.„)v. % ,.; i1 :aa' t aa..: .. , �iij rJ�r : ,,,: •x�:,b q C �.r:��..:s'.:��:v`+st`;¢"•,rL�-.'vwb�:�Yiii,a�i.:n:+r�.::'�L:�: A. Construction Management Yes/No (Initial)Consultant is willing to execute the Agreement as drafted(See Appendix B). (Initial)Consultant is able to provide the insurance as required(See Appendix C). Firm Name: - Firm Address: Signature: Date: 615 I APPENDIX A Vendor Application Form 616 REQUEST FOR PROPOSAL VENDOR APPLICATION FORM TYPE OF APPLICANT: NEW ❑CURRENT VENDOR Legal Contractual Name of CorpQration: Contact Person for Agreement: Corporate Mailing Address: City, State and Zip Code: E-Mail Address: Phone: Fax: Contact Person for Proposals: Title: E-Mail Address: Business Telephone: Business Fax: Is your business: (check one) ❑NON PROFIT CORPORATION ❑FOR PROFIT CORPORATION Is your business: (check one) ❑CORPORATION [LIMITED LIABILITY PARTNERSHIP ❑INDIVIDUAL ❑SOLE PROPRIETORSHIP ❑PARTNERSHIP ❑UNINCORPORATED ASSOCIATION 617 Names & Titles of Corporate Board Members (Also list Names &Titles of persons with written authorization/resolution to sign contracts) Names Title Phone Federal Tax Identification Number: City of Huntington Beach Business License Number: (If none,you must obtain a Huntington Beach Business License upon award of contract.) City of Huntington Beach Business License Expiration Date: 618 APPENDIX B Agreement as Drafted 619 Exhibit B — Draft Contract PROFESSIONAL SERVICES CONTRACT BETWEEN THE CITY OF HUNTINGTON BEACH AND FOR THIS AGREEMENT ("Agreement") is made and entered into by and between the City of Huntington Beach, a municipal corporation of the State of California, hereinafter referred to as "CITY," and , a hereinafter referred to as "CONSULTANT." WHEREAS, CITY desires to engage the services of a consultant to ; and Pursuant to documentation on file in the office of the City Clerk, the provisions of the Huntington Beach Municipal Code, Chapter 3.03, relating to procurement of professional service contracts have been complied with; and CONSULTANT has been selected to perform these services, NOW, THEREFORE, it is agreed by CITY and CONSULTANT as follows: 1. SCOPE OF SERVICES CONSULTANT shall provide all services as described in Exhibit "A," which is attached hereto and incorporated into this Agreement by this reference. These services shall sometimes hereinafter be referred to as the "PROJECT." CONSULTANT hereby designates who shall represent it and be its sole contact and agent in all consultations with CITY during the performance of this Agreement. 2. CITY STAFF ASSISTANCE CITY shall assign a staff coordinator to work directly with CONSULTANT in the performance of this Agreement. 3. TERM; TIME OF PERFORMANCE agree/surfnet/professional svcs mayor 5/19-204082 620 Time is of the essence of this Agreement. The services of CONSULTANT are to commence on , 20_(the "Commencement Date"). This Agreement shall automatically terminate three (3) years from the Commencement Date, unless extended or sooner terminated as provided herein. All tasks specified in Exhibit "A" shall be completed no later than from the Commencement Date. The time for performance of the tasks identified in Exhibit "A" are generally to be shown in Exhibit "A." This schedule may be amended to benefit the PROJECT if mutually agreed to in\writing by CITY and CONSULTANT. In the event the Commencement Date precedes the Effective Date, CONSULTANT shall be bound by all terms and conditions as provided herein. 4. COMPENSATION In consideration of the performance of the services described herein, CITY agrees to pay CONSULTANT on a time and materials basis at the rates specified in Exhibit "B," which is attached hereto and incorporated by reference into this Agreement, a fee, including all costs and expenses,not to exceed Dollars ($ ). 5. EXTRA WORK In the event CITY requires additional services not included in Exhibit "A" or changes in the scope of services described in Exhibit "A," CONSULTANT will undertake such work only after receiving written authorization from CITY. Additional compensation for such extra work shall be allowed only if the prior written approval of CITY is obtained. 6. METHOD OF PAYMENT CONSULTANT shall be paid pursuant to the terms of Exhibit "B." 7. DISPOSITION OF PLANS, ESTIMATES AND OTHER DOCUMENTS CONSULTANT agrees that title to all materials prepared hereunder, including, without limitation, all original drawings, designs, reports, both field and office notices, calculations, computer code, language, data or programs, maps, memoranda, letters and other documents, shall belong to CITY, and CONSULTANT shall turn these materials over to CITY upon expiration or agree/surfnet/professional svcs mayor 5/19-204082 621 termination of this Agreement or upon PROJECT completion, whichever shall occur first. These materials may be used by CITY as it sees fit. 8. HOLD HARMLESS A. CONSULTANT hereby agrees to protect, defend, indemnify and hold harmless CITY, its officers, elected or appointed officials, employees, agents and volunteers from and against any and all claims, damages, losses, expenses, judgments, demands and defense costs (including, without limitation, costs and fees of litigation of every nature or liability of any kind or nature) arising out of or in connection with CONSULTANT's (or CONSULTANT's subcontractors, if any) negligent (or alleged negligent) performance of this Agreement or its failure to comply with any of its obligations contained in this Agreement by CONSULTANT, its officers, agents or employees except such loss or damage which was caused by the sole negligence or willful misconduct of CITY. CONSULTANT will conduct all defense at its sole cost and expense and CITY shall approve selection of CONSULTANT's counsel. This indemnity shall apply to all claims and liability regardless of whether any insurance policies are applicable. The policy limits do not act as limitation upon the amount of indemnification to be provided by CONSULTANT. B. To the extent that CONSULTANT performs "Design Professional Services" within the meaning of Civil Code Section 2782.8, then the following Hold Harmless provision applies in place of subsection A above: "CONSULTANT hereby agrees to protect, defend, indemnify and hold harmless CITY and its officers, elected or appointed officials, employees, agents and volunteers, from and against any and all claims, damages,losses,expenses, demands and defense costs(including, without limitation, costs and fees of litigation of every nature or liability of any kind or nature) to the extent that the claims against CONSULTANT arise out of,pertain to,or relate to the negligence, recklessness, or willful misconduct of CONSULTANT. In no event shall the cost to defend charged agree/surfnet/professional svcs mayor 5/19-204082 622 to CONSULTANT exceed CONSULTANT's proportionate percentage of fault. However, notwithstanding the previous sentence, in the event one or more other defendants to the claims and/or litigation is unable to pay its share of defense costs due to bankruptcy or dissolution of the business, CONSULTANT shall meet and confer with CITY and other defendants regarding unpaid defense costs. The duty to indemnify, including the duty and the cost to defend, is limited as provided in California Civil Code Section 2782.8. C. Regardless of whether subparagraph A or B applies, CITY shall be reimbursed by CONSULTANT for all costs and attorney's fees incurred by CITY in enforcing this obligation. This indemnity shall apply to all claims and liability regardless of whether any insurance policies are applicable. The policy limits do not act as a limitation upon the amount of indemnification to be .provided by CONSULTANT. 9. PROFESSIONAL LIABILITY INSURANCE CONSULTANT shall obtain and furnish to CITY a professional liability insurance policy covering the work performed by it hereunder. This policy shall provide coverage for CONSULTANT's professional liability in an amount not less than One Million Dollars ($1,000,000.00) per occurrence and in the aggregate. The above-mentioned insurance shall not contain a self-insured retention without the express written consent of CITY; however an insurance policy "deductible" of Ten Thousand Dollars ($10,000.00) or less is permitted. A claims-made policy shall be acceptable if the policy further provides that: A. The policy retroactive date coincides with or precedes the initiation of the scope of work (including subsequent policies purchased as renewals or replacements). B. CONSULTANT shall notify CITY of circumstances or incidents that might give rise to future claims. agree/surthet/professional svcs mayor 5/19-204082 623 CONSULTANT will make every effort to maintain similar insurance during the required extended period of coverage following PROJECT completion. If insurance is terminated for any reason, CONSULTANT agrees to purchase an extended reporting provision of at least two (2) years to report claims arising from work performed in connection with this Agreement. If CONSULTANT fails or refuses to produce or maintain the insurance required by this section or fails or refuses to furnish the CITY with required proof that insurance has been procured and is in force and paid for, the CITY shall have the right, at the CITY's election, to forthwith terminate this Agreement. Such termination shall not effect Consultant's right to be paid for its time and materials expended prior to notification of termination. CONSULTANT waives the right to receive compensation and agrees to indemnify the CITY for any work performed prior to approval of insurance by the CITY. 10. CERTIFICATE OF INSURANCE Prior to commencing performance of the work hereunder, CONSULTANT shall furnish to CITY a certificate of insurance subject to approval of the City Attorney evidencing the foregoing insurance coverage as required by this Agreement; the certificate shall: A. provide the name and policy number of each carrier and policy; B. state that the policy is currently in force; and C. shall promise that such policy shall not be suspended, voided or canceled by either party, reduced in coverage or in limits except after thirty (30) days' prior written notice; however, ten (10) days' prior written notice in the event of cancellation for nonpayment of premium. CONSULTANT shall maintain the foregoing insurance coverage in force until the work under this Agreement is fully completed and accepted by CITY. The requirement for carrying the foregoing insurance coverage shall not derogate agree/surthet/professional svcs mayor 5/19-204082 624 from CONSULTANT'S defense, hold harmless and indemnification obligations as set forth in this Agreement. CITY or its representative shall at all times have the right to demand the original or a copy of the policy of insurance. CONSULTANT shall pay, in a prompt and timely manner, the premiums on the insurance hereinabove required. 11. INDEPENDENT CONTRACTOR CONSULTANT is, and shall be, acting at all times in the performance of this Agreement as an independent contractor herein and not as an employee of CITY. CONSULTANT shall secure at its own cost and expense, and be responsible for any and all payment of all taxes, social security, state disability insurance compensation, unemployment compensation and other payroll deductions for CONSULTANT and its officers, agents and employees and all business licenses, if any, in connection with the PROJECT and/or the services to be performed hereunder. 12. TERMIIrTATION OF AGREEMENT All work required hereunder shall be performed in a good and workmanlike manner. CITY may terminate CONSULTANT's services hereunder at any time with or without cause, and whether or not the PROJECT is fully complete. Any termination of this Agreement by CITY shall be made in writing, notice of which shall be delivered to CONSULTANT as provided herein. In the event of termination, all finished and unfmished documents, exhibits, report, and evidence shall, at the option of CITY, become its property and shall be promptly delivered to it by CONSULTANT. 13. ASSIGNMENT AND DELEGATION This Agreement is a personal service contract and the work hereunder shall not be assigned, delegated or subcontracted by CONSULTANT to any other person or entity without the prior express written consent of CITY. If an assignment, delegation or subcontract is approved, all agree/surfnet/professional svcs mayor 5/19-204082 625 approved assignees, delegates and subconsultants must satisfy the insurance requirements as set forth in Sections 9 and 10 hereinabove. 14. COPYRIGHTS/PATENTS CITY shall own all rights to any patent or copyright on any work, item or material produced as a result of this Agreement. 15. CITY EMPLOYEES AND OFFICIALS CONSULTANT shall employ no CITY official nor any regular CITY employee in the work performed pursuant to this Agreement. No officer or employee of CITY shall have any financial interest in this Agreement in violation of the applicable provisions of the California Government Code. 16. NOTICES Any notices, certificates, or other communications hereunder shall be given either by personal delivery to CONSULTANT's agent (as designated in Section 1 hereinabove) or to CITY as the situation shall warrant, or by enclosing the same in a sealed envelope, postage prepaid, and depositing the same.in the United States Postal Service, to the addresses specified below. CITY and CONSULTANT may designate different addresses to which subsequent notices, certificates or other communications will be sent by notifying the other party via personal delivery, a reputable overnight carrier or U. S. certified mail-return receipt requested: TO CITY: TO CONSULTANT: City of Huntington Beach ATTN: 2000 Main Street Huntington Beach, CA 92648 agree/surfiiet/professionalsvcs mayor 5/19-204082 626 17. CONSENT When CITY's consent/approval is required under this Agreement, its consent/approval for one transaction or event shall not be deemed to be a consent/approval to any subsequent occurrence of the same or any other transaction or event. 18. MODIFICATION No waiver or modification of any language in this Agreement shall be valid unless in 1 writing and duly executed by both parties. 19. SECTION HEADINGS The titles, captions, section, paragraph and subject headings, and descriptive phrases at the beginning of the various sections in this Agreement are merely descriptive and are included solely for convenience of reference only and are not representative of matters included or excluded from such provisions, and do not interpret, define, limit or describe, or construe the intent of the parties or affect the construction or interpretation of any provision of this Agreement. 20. INTERPRETATION OF THIS AGREEMENT The language of all parts of this Agreement shall in all cases be construed as a whole, according to its fair meaning, and not strictly for or against any of the parties. If any provision of this Agreement is held by an arbitrator or court of competent jurisdiction to be unenforceable, void, illegal or invalid, such holding shall not invalidate or affect the remaining covenants and provisions of this Agreement. No covenant or provision shall be deemed dependent upon any other unless so expressly provided here. As used in this Agreement, the masculine or neuter gender and singular or plural number shall be deemed to include the other whenever the context so indicates or requires. Nothing contained herein shall be construed so as to require the commission of any act contrary to law, and wherever there is any conflict between any provision contained herein and any present or future statute, law, ordinance or regulation contrary to which agree/surinet/professional svcs mayor 5/19-204082 627 the parties have no right to contract, then the latter shall prevail, and the provision of this Agreement which is hereby affected shall be curtailed and limited only to the extent necessary to bring it within the requirements of the law. 21. DUPLICATE ORIGINAL The original of this Agreement and one or more copies hereto have been prepared and signed in counterparts as duplicate originals, each of which so executed shall, irrespective of the date of its execution and delivery, be deemed an original. Each duplicate original shall be deemed an original instrument as against any party who has signed it. 22. IMMIGRATION CONSULTANT shall be responsible for full compliance with the immigration and naturalization laws of the United States and shall, in particular, comply with the provisions of the United States Code regarding employment verification. 23. LEGAL SERVICES SUBCONTRACTING PROHIBITED CONSULTANT and CITY agree that CITY is not liable for payment of any subcontractor work involving legal services, and that such legal services are expressly outside the scope of .services . contemplated hereunder. CONSULTANT understands that pursuant to Huntington Beach City Charter Section 309, the City Attorney is the exclusive legal counsel for CITY; and CITY shall not be liable for payment of any legal services expenses incurred by CONSULTANT. 24. ATTORNEY'S FEES In the event suit is brought by either party to construe, interpret and/or enforce the terms and/or provisions of this Agreement or to secure the performance hereof, each party shall bear its own attorney's fees, such that the prevailing party shall not be entitled to recover its attorney's fees from the nonprevailing party. agree/surfnet/professional svcs mayor 5/19-204082 628 25. SURVIVAL Terms and conditions of this Agreement, which by their sense and context survive the expiration or termination of this Agreement, shall so survive. 26. GOVERNING LAW This Agreement shall be governed and construed in accordance with the laws of the State of California. 27. SIGNATORIES Each undersigned represents and warrants that its signature hereinbelow has the power, authority and right to bind their respective parties to each of the terms of this Agreement, and shall indemnify CITY fully for any injuries or damages to CITY in the event that such authority or power is not, in fact,held by the signatory or is withdrawn. 28. ENTIRETY The parties acknowledge and agree that they are entering into this Agreement freely and voluntarily following extensive arm's length negotiation, and that each has had the opportunity to consult with legal counsel prior to executing this Agreement. The parties also acknowledge and agree that no representations, inducements, promises, agreements or warranties, oral or otherwise, have been made by that party or anyone acting on that party's behalf, which are not embodied in this Agreement, and that that party has not executed this Agreement in reliance on any representation, inducement, promise, agreement, warranty, fact or circumstance not expressly set forth in this Agreement. This Agreement, and the attached exhibits, contain the entire agreement between the parties respecting the subject matter of this Agreement, and supersede all prior understandings and agreements whether oral or in writing between the parties respecting the subject matter hereof. agree/surfnef/professionalsvcs mayor 5/19-204082 629 29. EFFECTIVE DATE This Agreement shall be effective on the date of its approval by the City Council. This Agreement shall expire when terminated as provided herein. IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be executed by and through their authorized officers. CONSULTANT, CITY OF HUNTINGTON BEACH, a municipal corporation of the State of COMPANY NAME California Mayor By: print name City Clerk ITS: (circle one)Chairman/PresidentNice President INITIATED AND APPROVED: AND By: print name ITS: (circle one)Secretary/Chief Financial Officer/Asst. Secretary-Treasurer REVIEWED AND APPROVED: City Manager APPROVED AS TO FORM: City Attorney agree/surthet/professional svcs mayor 5/19-204082 630 EXHIBIT "A" A. STATEMENT OF WORK: (Narrative of work to be performed) B. CONSULTANTS' DUTIES AND RESPONSIBILITIES: C. CITY'S DUTIES AND RESPONSIBILITIES: D. WORK PROGRAM/PROJECT SCHEDULE: 631 EXHIBIT `B" Payment Schedule (Hourly Payment) A. Hourly Rate CONSULTANT'S fees for such services shall be based upon the following hourly rate and cost schedule: B. Travel Charges for time during travel are not reimbursable. C. Billing 1. All billing shall be done monthly in fifteen (15) minute increments and matched to an appropriate breakdown of the time that was taken to perform that work and who performed it. 2. Each month's bill should include a total to date. That total should provide, at a glance, the total fees and costs incurred to date for the project. 3. A copy of memoranda, letters, reports, calculations and other documentation prepared by CONSULTANT may be required to be submitted to CITY to demonstrate progress toward completion of tasks. In the event CITY rejects or has comments on any such product, CITY shall identify specific requirements for satisfactory completion. 4. CONSULTANT shall submit to CITY an invoice for each monthly payment due. Such invoice shall: A) Reference this Agreement; B) Describe the services performed; C) Show the total amount of the payment due; D) Include a certification by a principal member of CONSULTANT's firm that the work has been performed in accordance with the provisions of this Agreement; and E) For all payments include an estimate of the percentage of work completed. Upon submission of any such invoice, if CITY is satisfied that CONSULTANT is making satisfactory progress toward completion of tasks in accordance with this Agreement, CITY shall approve the invoice, in which event payment shall be made within thirty (30) days of receipt of the invoice by CITY. Such approval shall not be unreasonably withheld. If CITY does not approve an invoice, CITY shall notify CONSULTANT in writing of the reasons for non-approval and the schedule of performance set forth in Exhibit "A" may at the option,of CITY be suspended until the parties agree that past performance by CONSULTANT is in, or has been brought into compliance, or until this Agreement has expired or is terminated as provided herein. 632 5. Any billings for extra work or additional services authorized in advance and in writing by CITY shall be invoiced separately to CITY. Such invoice shall contain all of the information required above, and in addition shall list the hours expended and hourly rate charged for such time. Such invoices shall be approved by CITY if the work performed is in accordance with the extra work or additional services requested, and if CITY is satisfied that the statement of hours worked and costs incurred is accurate. Such approval shall not be unreasonably withheld. Any dispute between the parties concerning payment of such an invoice shall be treated as separate and apart from the ongoing performance of the remainder of this Agreement. • 633 EXHIBIT "B" Payment Schedule(Fixed Fee Payment) 1. CONSULTANT shall be entitled to monthly progress payments toward the fixed fee set forth herein in accordance with the following progress and payment schedules. 2. Delivery of work product: A copy of every memorandum, letter, report, calculation and other documentation prepared by CONSULTANT shall be submitted to CITY to demonstrate progress toward completion of tasks. In the event CITY rejects or has comments on any such product, CITY shall identify specific requirements for satisfactory completion. 3. CONSULTANT shall submit to CITY an invoice for each monthly progress payment due. Such invoice shall: A) Reference this Agreement; B) Describe the services performed; C) Show the total amount of the payment due; D) Include a certification by a principal member of CONSULTANT's firm that the work has been performed in accordance with the provisions of this Agreement; and E) For all payments include an estimate of the percentage of work completed. Upon submission of any such invoice, if CITY is satisfied that CONSULTANT is making satisfactory progress toward completion of tasks in accordance with this Agreement, CITY shall approve the invoice, in which event payment shall be made within thirty (30) days of receipt of the invoice by CITY. Such approval shall not be unreasonably withheld. If CITY does not approve an invoice, CITY shall notify CONSULTANT in writing of the reasons for non-approval and the schedule of performance set forth in Exhibit "A" may at the option of CITY be suspended until the parties agree that past performance by CONSULTANT is in, or has been brought into compliance, or until this Agreement has expired or is terminated as provided herein. 4. Any billings for extra work or additional services authorized in advance and in writing by CITY shall be invoiced separately to CITY. Such invoice shall contain all of the information required above, and in addition shall list the hours expended and hourly rate charged for such time. Such invoices shall be approved by CITY if the work performed is in accordance with the extra work or additional services requested, and if CITY is satisfied that the statement of hours worked and costs incurred is accurate. Such approval shall not be unreasonably withheld. Any dispute between the parties concerning payment of such an invoice shall be treated as separate and apart from the ongoing performance of the remainder of this Agreement. 634 PROFESSIONAL SERVICES CONTRACT BETWEEN THE CITY OF HUNTINGTON BEACH AND FOR Table of Contents • 1 Scope of Services 1 2 City Staff Assistance 2 • 3 Term; Time of Performance 2 4 Compensation 2 5 Extra Work 2 6 Method of Payment 3 7 Disposition of Plans, Estimates and Other Documents 3 8 Hold Harmless 3 9 Professional Liability Insurance 4 10 Certificate of Insurance 5 11 Independent Contractor 6 12 Termination of Agreement 6 13 Assignment and Delegation 6 14 Copyrights/Patents 7 15 City Employees and Officials 7 16 Notices .7 17 Consent 8 18 Modification 8 19 Section Headings 8 20 Interpretation of this Agreement 8 21 Duplicate Original 9 22 Immigration 9 23 Legal Services Subcontracting Prohibited 9 24 Attorney's Fees 10 25 Survival 10 26 Governing Law 10 27 Signatories 10 28 Entirety 10 29 Effective Date 11 • 635 APPENDIX C City's Insurance Requirements 636 CITY OF HUNTINGTON BEACH INSURANCE REQUIREMENTS Huntington Beach City Council Resolution No.2008-63 requires submittal of certificates of insurance evidencing the following minimum limits with a California admitted carrier with a current A.M.Best'sRating of no less than A:VIL Any deductible other than those allowed in this matrix,self-insured retentions or similar forms of coverage limitations or modifications must be approved by the Risk Manager and City Attorney of the City of Huntington Beach. NOTE: Waivers and/or modifications are discouraged and will be considered only under extraordinary circumstances. Vendor Type Minimum Insurance Requirements Professional Liability Design Professionals: Professional service contractors who Minimum of$1,000,000 per occurrence and in contract with the City and/or provide architectural and/or the aggregate.Allows up to$10,000 deductible. engineering services to the City. Professional Services: Services that involve the exercise of professional discretion and independent judgment based on an advanced or specialized knowledge, expertise or training gained by formal studies or experience or services which are not readily or efficiently procured by competitive bidding pursuant to HB Muni Code 3.02. Services includes but is not limited to those services provided by appraisers,architects,attorneys,engineers,instructors, insurance advisors,physicians and other specialized consultants. Claims made policies are acceptable if the policy further provides that: 1) The policy retroactive date coincides with or precedes the professional services contractor's start of work (including subsequent policies purchased as renewals or replacements). 2)The professional services contractor will make every effort to maintain similar insurance during the required extended period of coverage following project completion,including the requirement of adding all additional insureds. 3)If insurance is terminated for any reason,professional services contractor agrees to purchase an extended reporting provision of at least two(2)years to report claims arising from work performed in connection with this agreement or permit. 4)The reporting of circumstances or incidents that might give rise to future claims. FIB Insurance Matrix revised 10-27-08 1 of 1 637 Ill �� I N e CITY OF HUNTINGTON BEACH o� dy RCA Contract Agreement Summary �`��F;B:LL:a� < ;.2,,l` COONTV C9F GENERAL INFORMATION DATE PRESENTED REQUESTING DEPARTMENT December 16, 2025 PW-Engineering INSURANCE STATUS STAFF CONTACT[S] In Review (Risk Management) David Fait, Patrick Bannon, Joseph Pine! CONTRACT INFORMATION TOTAL COMPENSATION TERM OF CONTRACT/AGREEMENT NTE $2,500,000 3-years VENDOR NAME+TYPE OF SERVICE TRANSTECH will serve as an FULL SERVICE on-call professional, specializing in construction management, materials testing, and inspection. Consultant will serve as CM's, provide testing, and inspectors during various construction projects and will support City staff in a nonpermanent capacity. TYPE OF AGREEMENT(Professional Services,Service Agreement) On-call Professional Services Agreement (Construction Management, Materials Testing and Inspection Services). PROCUREMENT On-call, as-needed, city-funded. There is no obligation to pay for on-call consultant, unless proposal is accepted by City. Maintaining multiple on-call contracts allows for competitive pricing and increases the availability of construction support services for various projects and disciplines. SCOPE OF WORK On-call CM, Material Test, and Inspection Services for various CIP funded projects. Scope of work is clearly defined in each individual project proposal/requistion. Specific services are listed in consultants proposal and may vary due to each individual consultants capacity to perform such services. OTHER:Bonds,Special Contract Terms,Emergency Consultants serve on an as-needed basis with limits to contract duration and predetermined not-to-exceed amounts. EB CITY OF HUNTINGTON BEACH 1215 PROFESSIONAL SERVICES CONTRACT BETWEEN THE CITY OF HUNTINGTON BEACH AND TRANSTECH ENGINEERS, INC. FOR ON-CALL CONSTRUCTION MANAGEMENT, MATERIALS TESTING, AND INSPECTION SERVICES THIS AGREEMENT ("Agreement") is made and entered into by and between the City of Huntington Beach, a municipal corporation of the State of California, hereinafter referred to as "CITY," and,TRANSTECH ENGINEERS, INC., a hereinafter referred to as "CONSULTANT." WHEREAS, CITY desires to engage the services of a consultant to perform on-call construction management, materials testing and inspection services; and Pursuant to documentation on file in the office of the City Clerk, the provisions of the Huntington Beach Municipal Code, Chapter 3.03, relating to procurement of professional service contracts have been complied with;and CONSULTANT has been selected to perform these services, NOW, THEREFORE, it is agreed by CITY and CONSULTANT as follows: 1. SCOPE OF SERVICES CONSULTANT shall provide all services as described in Exhibit "A," which is attached hereto and incorporated into this Agreement by this reference. These services shall sometimes hereinafter he referred to as the "PROJECT." CONSULTANT hereby.designates Ahrnad Ansri who shall represent it and • be its sole contact and agent in all consultations with CITY during the performance of this Agreement. 25-17168/393266 I of 12 2. CITY STAFF ASSISTANCE CITY shall assign a staff coordinator to work directly with CONSULTANT in the performance of this Agreement. 3. TERM; TIME OF PERFORMANCE Time is of the essence of this Agreement. The services of CONSULTANT are to commence on 12_0 , 2025 (the "Commencement Date"). This Agreement shall automatically terminate three (3) years from the Commencement Date, unless extended or sooner terminated as provided herein. All tasks specified in Exhibit "A" shall be completed no later than two (2) years from the Commencement Date.. The time for performance of the tasks identified in Exhibit "A" are generally to be shown in Exhibit "A." This schedule may be amended to benefit the PROJECT if mutually agreed to in writing by CITY and CONSULTANT. In the event the Commencement Date precedes the Effective Date, CONSULTANT shall be bound by all terms and conditions as provided herein. 4. COMPENSATION In' consideration of the performance of the services described herein, CITY agrees to pay CONSULTANT on a time and materials basis at the rates specified in Exhibit "B," which is attached hereto and incorporated by reference into this Agreement, a fee, including all costs and expenses, not to exceed Two Million Five Hundred Thousand Dollars ($2,500,000.00). 5. EXTRA WORK . In the event CITY requires additional services not included in Exhibit "A" or changes in the scope of services described in Exhibit "A," CONSULTANT will undertake such work only after receiving written authorization from CITY. Additional 25-17168/393266 2 of 12 compensation for such extra work shall be allowed only if the prior written approval of CITY is obtained. 6. METHOD OF PAYMENT CONSULTANT shall be paid pursuant to the terms of Exhibit "B." 7. DISPOSITION OF PLANS, ESTIMATES AND OTHER DOCUMENTS CONSULTANT agrees that title to all materials prepared hereunder, including, without limitation, all original drawings, designs, reports, both field and office notices, calculations, computer code, language, data or programs, maps, memoranda, letters and other documents, shall belong to CITY, and CONSULTANT shall turn these materials over to CITY upon expiration or termination of this Agreement or upon PROJECT completion, whichever shall occur first. These materials may be used by CITY as it sees fit. 8. HOLD HARMLESS A. CONSULTANT hereby agrees to protect, defend, indemnify and hold harmless CITY, its officers, elected or appointed.officials, employees, agents and volunteers from and against any and all claims, damages, losses, expenses, judgments, demands and defense costs (including, without limitation, costs and fees of litigation of every nature or liability of any kind or nature) arising out of or in connection with CONSULTANT's (or CONSULTANT'S subcontractors, if any) negligent (or alleged negligent) performance of this Agreement or its failure to comply with any of its obligations contained in this Agreement by CONSULTANT, its officers, agents or employees except such loss or damage which was caused by the sole negligence or willful misconduct of CITY. CONSULTANT will conduct all defense at its sole cost and expense and CITY shall approve selection of CONSULTANT's counsel. This indemnity shall 25-1 7168/393266 3 of 12 apply to all claims and liability regardless of whether any insurance policies are applicable. The policy limits do not act as limitation upon the amount of indemnification to be provided by CONSULTANT. B. To the extent that CONSULTANT performs "Design Professional Services" within the meaning of Civil Code Section 2782.8, then the following Hold Harmless provision applies in place of subsection A above: "CONSULTANT hereby agrees to protect, defend, indemnify and hold harmless CITY and its officers, elected or appointed officials, employees, agents and volunteers, from and against any and all claims, damages, losses, expenses, demands and defense costs (including,'without limitation, costs and fees of litigation of every nature or liability of any kind or nature) to the extent that the claims against CONSULTANT arise out of, pertain to, or relate to the negligence, recklessness, or willful misconduct of CONSULTANT. In no event shall the cost to defend charged to CONSULTANT exceed CONSULTANT's proportionate percentage of fault. . However, notwithstanding the. previous sentence, in the event one or more other defendants to the claims and/or litigation is unable to pay its share of defense costs due to bankruptcy or dissolution of the business, CONSULTANT shall meet and confer with CITY and other defendants regarding unpaid defense costs. The duty to indemnify, including the duty and the cost to defend, is limited as provided in California Civil Code Section 2782.8. C. Regardless of whether subparagraph A or B applies, CITY shall be reimbursed by CONSULTANT for all costs and attorney's fees incurred by CITY in enforcing this obligation. This indemnity shall apply to aII claims and liability regardless of whether any insurance policies are applicable. The policy limits do not act as a limitation upon the amount of indemnification to be prodded by CONSULTANT. 25-17168/393266 4 of 12 9. PROFESSIONAL LIABILITY INSURANCE CONSULTANT shall obtain and furnish to CITY a professional liability insurance policy covering the work performed by it hereunder. This policy shall provide coverage for CONSULTANT's professional liability in an amount not less than One Million Dollars ($1,000,000.00) per occurrence and in the aggregate. The above- mentioned insurance shall not contain a self-insured retention without the express written consent of CITY; however an insurance policy ."deductible" of Ten Thousand Dollars ($10,000.00) or less is permitted. A claims-made policy shall be acceptable if the policy further provides that: A. The policy retroactive date coincides with or precedes the initiation of the scope of work (including subsequent policies purchased as renewals or replacements). B. CONSULTANT shall notify CITY of circumstances or incidents that might give rise to future claims. CONSULTANT will make every effort to maintain similar insurance during the required extended period of coverage following PROJECT completion. If insurance is terminated for any reason, CONSULTANT agrees to purchase an extended reporting provision of at least two (2) years to report claims arising from work performed in connection with this Agreement. If CONSULTANT fails or refuses to produce or maintain the insurance required by this section or fails or refuses to furnish the CITY with required proof that insurance has been procured and is in force and paid for, the CITY shall have the right, at the CITY's election, to forthwith,terminate this Agreement. Such termination shall not effect Consultant's right to be paid for its time and materials expended prior to notification 25-17168/393266 5 of 12 • of termination. CONSULTANT waives the right to receive compensation and agrees to indemnify the CITY for any work performed prior to approval of insurance by the CITY. : • 10. CERTIFICATE OF INSURANCE Prior to commencing performance of the work hereunder, CONSULTANT • shall furnish to CITY a certificate of insurance subject to approval of the City Attorney evidencing the foregoing insurance coverage as required by this Agreement; the certificate • shall: • A. provide the name and policy number of each carrier and policy; B. state that the policy is currently in force; and C. shall promise that such policy shall not be suspended, voided or canceled by'either party, reduced in coverage or in limits except • 'after thirty (30) days' prior written notice; however, ten (10) days' prior written notice in the event of cancellation for nonpayment of premium. CONSULTANT shall.maintain the foregoing insurance coverage in force . until the work under this Agreement is fully completed and accepted by CITY. . The requirement for carrying the foregoing insurance coverage shall not • derogate from CONSULTANT's defense, hold harmless and indemnification obligations as set forth in this Agreement. CITY or its representative shall at all times have the right to demand the original or a copy of the policy of insurance. CONSULTANT shall pay, in a . • .• prompt and timely manner, the premiums on the insurance hereinabove required. 11. INDEPENDENT CONTRACTOR CONSULTANT is, and shall be, acting at all tithes in the performance of .this Agreement as an independent contractor herein and not as an employee of CITY. 25-17168/393266 6 of 12 • CONSULTANT shall secure at its own cost and expense, and be responsible for any and all payment of all taxes, social security, state disability insurance compensation, unemployment compensation and other payroll deductions for CONSULTANT and its officers, agents and employees and all business licenses, if any, in connection with the PROJECT and/or the services to be performed hereunder. 12. TERMINATION OF AGREEMENT All work required hereunder shall be performed in a good and workmanlike manner. CITY may terminate CONSULTANT's services hereunder at any time with or without cause, and whether or not the PROJECT is fully complete. Any termination of this Agreement by CITY shall be made in writing, notice of which shall be delivered to CONSULTANT as provided herein. In the event of termination, all finished and unfinished documents, exhibits, report, and evidence shall, at the option of CITY, become its property and shall be promptly delivered to it by CONSULTANT. . 13. ASSIGNMENT AND DELEGATION This Agreement is a personal service contract and the work hereunder shall not be assigned, delegated or subcontracted by CONSULTANT to any other person or entity without the prior express written consent of CITY. If an assignment, delegation or subcontract is approved, all approved assignees, delegates and subconsultants must satisfy the insurance requirements as set forth in Sections 9 and 10 hereinabove. 14. COPYRIGHTS/PATENTS CITY shall own all rights to any patent or copyright on any work, item or material produced as a result of this Agreement. 25-17168/393266 7 of 12 15. CITY EMPLOYEES AND OFFICIALS CONSULTANT shall employ no CITY official nor any regular CITY employee in the work performed pursuant to this Agreement. No officer or employee of CITY shall have any financial interest in this Agreement in violation of the applicable provisions of the California Government Code. 16. NOTICES Any notices, certificates, or other communications hereunder shall be given either by personal delivery to CONSULTANT's agent (as designated in Section 1 hereinabove) or to CITY as the situation shall warrant, or by enclosing the same in a sealed envelope, postage prepaid, and depositing the same in the United States Postal Service, to the addresses specified below. 'CITY and CONSULTANT may designate different addresses to which subsequent notices, certificates or other communications will be sent by notifying the other party via personal delivery, a reputable overnight carrier or U. S. certified mail-return receipt requested: TO CITY: TO CONSULTANT: City of Huntington Beach TRANSTECH Engineers, Inc. ATTN: Director of Public Works ATTN: Ahmad Ansari 2000 Main Street 13367 Benson Avenue Huntington Beach, CA 92648 Chino, CA 91710 17. CONSENT When CITY's consent/approval is required under this Agreement, its consent/approval for one transaction or event shall not be deemed to be a consent/approval to any subsequent occurrence of the same or any other transaction or event. 25-17168/393266 8 of 12 • • 18. MODIFICATION • No waiver or modification of any language in this Agreement shall be valid unless in writing and duly executed by both parties. • 19. SECTION HEADINGS The titles, captions, section,paragraph and subject headings, and descriptive phrases at the beginning of the various sections in this Agreement are merely descriptive • and are included solely for convenience of reference only and are not representative of matters included or excluded from such provisions, and do not interpret, define, limit or describe, or construe the intent of the parties or affect the construction or interpretation of any provision of this Agreement. • • 20. INTERPRETATION OF.THIS AGREEMENT The language of all parts of this Agreement shall in all cases be construed as a whole, according to its fair meaning, and not strictly for or against any of the parties. If any provision of this Agreement is held by an arbitrator' or court of competent jurisdiction to be unenforceable, void, illegal or invalid, such holding shall not invalidate or affect the .remaining. covenants and provisions of this Agreement. No covenant or provision shall be deemed dependent upon any other unless so expressly provided here. • • As used in. this.Agreement, the masculine or neuter gender and singular or plural number . shall be .deemed to include the other whenever the context so indicates or requires. Nothing contained herein shall be construed so as to require the commission of any act contrary to law, and wherever there is any conflict between any provision contained herein and any present or future statute, law, ordinance or regulation contrary to which the parties have no right to contract, then the latter shall prevail, and the provision of this Agreement • 25-17I68/393266 9 of 12 • which is hereby affected shall be curtailed and limited only to the extent necessary to bring it within the requirements of the law. 21. DUPLICATE ORIGINAL The original of this Agreement and one or more copies hereto have been prepared and signed in counterparts as duplicate originals, each of which so executed shall, irrespective of the date of its execution and delivery, be deemed an original. Each duplicate original shall be deemed an original instrument as against any party who has signed it. 22. IMMIGRATION CONSULTANT shall be responsible for full compliance with the immigration and naturalization laws of the United States and shall, in particular, comply with the provisions of the United States Code regarding employment verification. 23. LEGAL SERVICES SUBCONTRACTING PROHIBITED CONSULTANT and CITY agree that CITY is not liable for payment of any Subcontractor work involving legal services, and that such legal services are expressly outside the scope of services contemplated hereunder. CONSULTANT understands that pursuant to Huntington Beach City Charter Section 309, the City Attorney is the exclusive legal counsel for CITY; and CITY shall not be liable for payment of any legal services expenses incurred by CONSULTANT. 24. ATTORNEY'S FEES In the event suit is brought by either party to construe, interpret and/or enforce the terms and/or provisions of this Agreement or to secure the performance hereof, each party shall bear its own attorney's fees, such that the prevailing party shall not be entitled to recover its attorney's fees from the nonprevailing party. 25-17168/393266 10 of 12 25. SURVIVAL Terms and conditions of this Agreement,•which by their sense and context survive the expiration or termination of this Agreement, shall so survive. • 26. GOVERNING LAW • • This Agreement shall be governed.and construed in accordance with the laws of the State of California. • • 27. SIGNATORIES • Each undersigned represents and warrants that its signature hereinbelow has • the power, authority and right to bind their respective parties to each of the terms of this • Agreement, and shall indemnify CITY fully for any injuries or damages to CITY in the • event that such authority or power is not, in fact, held by the signatory or is withdrawn. 28. ENTIRETY The parties• acknowledge and agree that they are entering into this Agreement freely and voluntarily following extensive arm's length negotiation, and that each has had the opportunity to consult with legal counsel prior to executing this Agreement. The parties also acknowledge and agree that no representations, inducements, promises, agreements or warranties; oral or.otherwise, have been made by that party or • • anyone acting on that patty's behalf, which are not embodied in this Agreement, and that that party has not executed this Agreement in reliance on any representation,.inducement, . • promise, agreement, warranty, fact or circumstance not expressly set forth in this • Agreement. ' This Agreement, and the attached exhibits, contain the entire agreement between the parties respecting the subject matter of this Agreement, and supersede all prior • understandings and agreements whether oral or in writing between the parties respecting • the subject matter hereof. • 25-17168/393266 11 of 12 29. EFFECTIVE DATE This Agreement shall be effective on the date of its approval by the City Attorney. This Agreement shall expire when terminated as provided herein. IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be executed by and through their authorized officers. CONSULTANT, CITY OF HUNTINGTON BEACH, TRANSTECH ENGINEERS, INC. a municipal corporation of the State of California By:_ Manager print name ITS: (circle one)Chairma eresiden ice President INITIATED D P E AND Director o ublic Works By: LLB/ /17 APPROVED AS TO FORM: 5y41, 09Y/A A print name ITS: (circle one C9 hid Financial Officer/Asst. �> Secretary—Treasurer City ttorney E 14 Date c �,`J✓ -Pt, RECEIVE ND FILE: ((TR Eat 1988 "5°ratlon tY91). - -- CA.USA 1 �� �...C19 City lerk Date i/g/ 25-17168/393266 12 of 12 EXHIBIT "A" A. STATEMENT OF WORK: (Narrative of work to be performed) CONSULTANT shall provide consulting services on an"as-needed"basis for projects to be determined during the term of the agreement. During the term of the agreement, CITY may elect to solicit proposals from CONSULTANT. CITY shall issue task order for each project based upon the scope of services, work schedule, and fee proposal submitted to CITY for its review and approval. B. CONSULTANT'S DUTIES AND RESPONSIBILITIES: CONSULTANT'S duties and responsibilities shall be per CONSULTANT'S State of Qualification (Exhibit A),consistent with the City of Huntington Beach's Request for Qualifications for On-Call Construction Management, Inspection and Material Testing. Upon award, and the contract period,the CONSULTANT can choose to assign different personnel to the project, CONSULTANT must submit the names and qualifications of these staff to CITY for approval before commencing work. C. CITY'S DUTIES AND RESPONSIBILITIES: 1. Furnish scope of work request for each project. 2. Furnish construction plans and specifications to the CONSULTANT 3._ City shall issue a task order for each project based upon scope of services, work schedule, and fee proposal submitted. D. WORK PROGRAM/PROJECT SCHEDULE: A project schedule will be developed for each project assigned by CITY. EXHIBIT A • EXHIBIT "B" Payment Schedule (Hourly Payment) A. Hourly Rate CONSULTANT'S fees for such services shall be based upon the following hourly rate and cost schedule: SEE ATTACHED EXHIBIT B • B. Travel. Charges for time during travel are not reimbursable C. Billing 1. All billing shall be done monthly in fifteen (15) minute increments and matched to an appropriate breakdown of the time that was taken to perform that work and who performed it. 2, Each month's bill should include a total to date. That total should provide, at a glance, the total fees and costs incurred to date for the project, 3. A copy of memoranda, letters, reports, calculations and other documentation prepared by CONSULTANT may be required to be submitted to CITY to demonstrate progress toward completion of tasks. In the event.CITY rejects or has comments on any such product, CITY shall identify specific requirements for satisfactory completion. 4. CONSULTANT shall submit to CITY an invoice for each monthly payment due. Such invoice shall: A) Reference this Agreement; B) Describe the services performed; C) Show the total amount of the payment due; D) Include a certification by a principal member of CONSULTANT's firm that the work has been performed in accordance with the provisions of this Agreement; and E) For all payments include an estimate of the percentage of work completed. • Upon submission of any such invoice, if CITY is satisfied that CONSULTANT is making satisfactory progress toward completion of tasks in accordance with this Agreement, CITY shall approve the invoice, in which event payment shall be made within thirty (30) days of receipt of the invoice by CITY. Such approval shall not be unreasonably withheld. If CITY does not approve an.invoice, CITY shall notify CONSULTANT in writing of the reasons for non-approval and the schedule of performance set forth in Exhibit "A" may at the option of CITY be suspended until the parties agree that past performance by CONSULTANT is in, or has been brought into compliance, or until this Agreement has expired or is terminated as provided herein. 5. Any billings for extra work or additional services authorized in advance and in writing by CITY shall be invoiced separately to CITY. Such invoice shall contain all of the information required above, and in addition shall list the hours expended and hourly rate charged for such time. Such invoices shall be approved by CITY if the work performed is in accordance with the extra work or additional services requested, and if CITY is satisfied that the statement of hours worked and costs incurred is accurate. Such approval shall not be unreasonably withheld. Any dispute between the parties concerning payment of such an invoice shall be treated as separate and apart from the ongoing performance of the remainder of this Agreement. Submitted To City of HUNTINGTON BEACH 40,�sr O : ORPQA47�:• " d' t� iik `cF •F8' ...:tr P '•\<_Q�o� Technical Proposal -..-ouNr1 G�,, ON-CALL CONSTRUCTION MANAGEMENT, MATERIALS TESTING SERVICES, and . -t. INSPECTION SERVICES . .. . . ..„, . . , ,. A, 4 ' . , tire TRANSTECI l Est. 1989 www.transtech.org 41P.c. - 855.595.2495 (toll-free) le"'- ii Submitted By Transtech Engineers, Inc. Contact Person for this Proposal: Ahmad Ansari, PE, Principal E: ahmad.ansari(a,transtech.orq C: 949-702-5612 1231 Table of Contents Our proposal is submitted in the format specified in "RFP Section 5. PROPOSAL FORMAT GUIDELINES". Section Page A. Cover Letter (limited to 2 pages, not included in page count) 1 - 2 B. Vendor Application Form (not included in page count) 3- 4 C. Pre-Qualification Form (not included in page count) 5 - 5 D. Service Category Firm (total pages count limited to 20) 6 - 25 D.1. QUALIFICATIONS 6 1. Similar Experience erience 6 P who participated in Similar Projects 11 2. Key Personnel and Sub-Consultants p p j 3. References 14 4. Unique Qualifications 16 5. Experience in Design-Build and/or Progressive Design-Build Project Delivery 17 6. Resumes (Please see Appendix — Resumes (not included in page count) 18 D.2. PREFERRED STAFFING 19 1. Project Organization Chart 19 2. Preferred Staffing Qualifications 20 D.3. UNDERSTANDING & METHODOLOGY SECTION 21 1. Understanding 21 2. Methodology 22 E. Rate Sheet (submitted separately) 26 - 26 Appendix — Resumes (not included in page count) 27 - 40 ON-CALL / CONSTRUCTION MANAGEMENT,MATERIALS TESTING SERVICES,and INSPECTION SERVICES TRANSTECh 1232 Technical Proposal 1 A. Cover Letter(limited to 2 pages, not included in page count) AboutTRAN$TECH Video K HERE CLICK HERE June 13, 2025 TRANSTECII Est 1989 Cityof HUNTINGTON BEACH www.transfech.org 855.595.2495(toll-free) Technical Proposal for ON-CALL CONSTRUCTION MANAGEMENT, MATERIALS TESTING SERVICES, and INSPECTION SERVICES Transtech is pleased to submit this proposal for the subject services. This Cover Letter provides the information specified in City's RFP, and an executive summary of our qualifications. Company Profile: Established in 1989, Transtech (a California Corporation) is a multi-disciplinary engineering consulting firm. Transtech has been in business for over 36 years and is providing municipal services to approximately 90 public agencies. Our service capabilities include: . Building & Safety Services, Building Inspection, Plan Check, . City Engineer, City Traffic Engineer, Development Building Evaluations, City Building Official, Code Enforcement Review, Public Works Engineering, Plan Check, . Civil Engineering Inspection . Staff Augmentation . Planning Support . CIP Program Management . Traffic and Transportation Planning and Engineering . Construction Management and Inspection . Water Resources Engineering . Federally Funded Project Management and Grant Writing . Surveying, Mapping, ALTA, ROW Eng . Labor Compliance We have experience in a variety of projects, such as: . Street Rehabilitation and Reconstruction . ADA Improvements . City Halls . Traffic Signals . Bridges Parking Structures . Fire Stations . Street Lighting . Community Centers . Police Stations . Water, Drainage, Sewer Improvements . Libraries . Parks and Playgrounds . Utilities Large Pool of Staff with Diversified Experience: 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 250 professionals. Experience with Caltrans: Our team includes experienced staff members who have worked for Caltrans and are AIIP4c ON-CALL L. s ```> CONSTRUCTION MANAGEMENT,MATERIALS TESTING SERVICES,and INSPECTION SERVICES TRants7ECH 1233 Technical Proposal 2 intimately familiar with the standards and procedures, project development and approval process, and requirements. Experience in Federally and State Funded Projects: 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. Experience in Grants: 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 Design-Build Projects: We have extensive experience in Design-Build Project Delivery (California Public Contract Code, Division 2, Part 3. Contracting by Local Agencies; Chapter 4. Local Agency Design-Build Projects). In the last 3 years,we have completed 2 DB projects, and currently have 2 in progress. Delivered DB Projects include: 2 parking structures (DB Delivery, $50M, 1st PS competed, 2nd PS scheduled for completion by August 2025) Specialty Subconsultants: Our team also includes specialty subconsultants (we have worked with these firms): • Materials Testing and Inspection Support: Geo-Advantec, Inc. www.qeoadvantec.com - Funding I Labor Compliance Support: Avant Garde, Inc. (DBE/WBE Firm); www.agi.com.co • Shane L. Silsby, PE. DB/PDP Projects Advisor(Former Director of Orange County Public Works); Silsby Strategic Advisors, www.silsby-sa.com Community Involvement: We are proud to support civic and community activities,which demonstrates our commitment to the progress, health, and well-being of the communities we serve. In services and partnership with our client cities, we have a proven record of active engagement in City and Community events, programs, causes, and initiatives. Our goal is not just to serve as an engineering consultant which is what we are best at, but activity partnering with our clients, to further enhance the City's reputation as an ideal community to live, invest, work, and play in. Thank you for the opportunity to submit this proposal. Should you have any questions, or require additional information, please contact the undersigned. Sincerely Transtech Engineers, Inc. Ahmad Ansari, PE, Contract Principal kan emirci, PE, QSD/P, MBA, Principal Constr. Manager E: Ahmad.ansaritranstech.orq; C: 949-702-5612 E: okan.demircitranstech.org; C: 714-319-6137 ON-CALL zoo ThANSIEcII CONSTRUCTION MANAGEMENT, MATERIALS TESTING SERVICES,and INSPECTION SERVICES 1234 Technical Proposal 3 B. Vendor Application Form (not included in page count) REQUEST FOR PROPOSAL VENDOR APPLICATION FORM TYPE OF APPLICANT: XNEW =CURRENT VENDOR Legal Contractual Name of Corporation: TRANSTECH Engineers, Inc. Contact Person for Agreement: Ahmad Ansari, PE, Principal Coiporate Mailing Address: 13367 Benson Avenue City.State and Zip Code: Chino,CA 91709 E-Mail Address: rfp v(�transtech.orq Phone: 909-595-8599 Fax: 909-590-8599 Contact Person for Proposals: Ahmad Ansari, PE, Principal TitlePrincipal E-Mail Address:Ahmad.ansari(a)transtech.orq Business Telephone: C:949-702-5612 Business Fax: 909-590.8599 Is your business: (check one) =NON PROFIT CORPORATION )(FOR PROFIT CORPORATION Is your business:(check one) )(CORPORATION =LIMITED LIABILITY PARTNERSHIP :INDIVIDUAL :SOLE PROPRIETORSHIP =PARTNERSHIP =UNINCORPORATED ASSOCIATION 400"'44 ON-CALL -.-- • CONSTRUCTION MANAGEMENT,MATERIALS TESTING SERVICES,and INSPECTION SERVICES TRANSIEck 1235 Technical Proposal 4 Names&Titles of Corporate Board Members (Also list Names&Titles of persons with written authorization/resolution to sign contracts) Names Title Phone Allen Cayir, PE President 909-595-8599 Ahmad Ansari, PE Principal 909-595-8599 Sybil Cayir Secretary 909-595-8599 Okan Demirci, PE,QSD/P Principal 909-595-8599 Federal Tax Identification Number: 954314745 City of Huntington Beach Business License Number: (If none.you must obtain a Huntington Beach Business License upon award of contract.) City of Huntington Beach Business License Expiration Date: (� -;; ON-CALL CONSTRUCTION MANAGEMENT,MATERIALS TESTING SERVICES,and INSPECTION SERVICES TRANSTECH 1236 Technical Proposal 5 C. Pre-Qualification Form (not included in page count) PRE-QUALIFICATION FORM ON-CALL CONSTRUCTION MANAGEMENT and MATERIALS INSPECTION CONSULTING SERVICES SERVICE CATEGORY PROPOSING?YIN (circle) A. Construction Manacement 0'No X (Initial)Consultant is willing to execute the Agreement as drafted(See Appendix B). X (Initial)Consultant is able to provide the insurance as required(See Appendix C). TRANSTECH Engineers, Inc. Firm Name: 13367 Benson Avenue, Chino, CA 91710 Firm Address: Signature: Date: 6-13-25 a 1r-a ON-CALL CONSTRUCTION MANAGEMENT,MATERIALS TESTING SERVICES,and INSPECTION SERVICES TRANSTECH 1237 Technical Proposal 6 D. Service Category Firm (total pages count limited to 20) D.1. QUALIFICATIONS 1. Similar Services/Projects Experience Our service capabilities include: • Building & Safety Services, Building Inspection, Plan Check, . City Engineer, City Traffic Engineer, Development Building Evaluations, City Building Official, Code Enforcement Review, Public Works Engineering, Plan Check, • Civil Engineering Inspection • Staff Augmentation . Planning Support • CIP Program Management • Traffic and Transportation Planning and Engineering • Construction Management and Inspection . Water Resources Engineering • Federally Funded Project Management and Grant Writing • Surveying, Mapping, ALTA, ROW Eng • Labor Compliance Transtech has experience in various types of projects, such as: . Street Rehabilitation and Reconstruction • ADA Improvements . City Halls • Traffic Signals • Bridges Parking Structures • Fire Stations • Street Lighting . Community Centers • Police Stations • Water, Drainage, Sewer Improvements . Libraries . Parks and Playgrounds • Utilities We have managed large and complex projects,which involved multiple stakeholders,departments, agencies and jurisdictions, with a proven track record of competing projects within schedule and budget. FOLLOWING ARE EXAMPLES OF VARIOUS TYPES OF PROJECTS WHICH DEMONSTRATE OUR DIVERSIFIED EXPERIENCE: EXAMPLES OF STREET/INFRASTRUCTURE(TYPE A-ENGINEERING)PROJECTS: • Since 2013,Annual Street Rehab Program,City of Temple City($15M) • Since 2019,Annual Street Rehab Program, City of West Covina($10M) • Since 2018,Annual Street Rehab Program,City of South El Monte($3M) • Since 2018,Annual Street Rehab Program,City of Cudahy($5M) • Since 2015,Annual Street Rehab Program,City of Commerce($24M) • Since 2019,Annual Street Rehab Program,City of Maywood($2M) • 30 HSIP and ATP Projects for various Cities(Fed. Funded)($30M) / ON-CALL CONSTRUCTION MANAGEMENT,MATERIALS TESTING SERVICES,and INSPECTION SERVICES TRANSTECk 1238 Technical Proposal 7 g Washington Boulevard Widening and Reconstruction Project ($40M): • . , =1 : 'I Transtech provided CM/Cl/Resident Engineer, Inspector,Office Engineer Services. _ ' y The project included widening and reconstruction of 2.7 miles of Roadway,Traffic - pomp, F, Signals, Street Lighting, Landscape, Improvements at 1-5 and at 710 Freeways • a , +► ramps. The project was federally funded and was managed in compliance with -t '. 4 '' Caltrans Local Assistance Procedures Manual. The project was also a Caltrans . ... -�:•-r- , Oversight Project. . . • . _> , - ,, . ,, Rosemead Boulevard Bike Lanes and Street Improvements Project ($20M): • ,ti, . , • 4..: - Located in the City of Temple City, this was a Federally Funded project. Funding f tlf 1 a r., 4 '. also included METRO Measure R and Prop C Funds.Transtech provided Project, I-I . ' • ' . $ lir`,i Program, Construction Management, Resident Engineer, Inspection, Federal ' ' _• a,• . ; Compliance, Labor Compliance and Office Engineer Services.The project included - t,, e ` = h)'Iz. protected bike lanes,widening and reconstruction of 2 miles of roadway. Atlantic Boulevard Corridor Improvement Project($20M):This was a Federally Funded project in the City of Commerce. Transtech provided turnkey services It included construction management, resident engineer, inspection, office engineer, l4 411 .<$ a and funds coordinator. The project was a major street reconstruction and A•. • ,�_.. ,R r 0tr i. " " beautification project which improved mobility for pedestrians,trucks, and vehicles Rte 71/Mission BI 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 ill ill arlI,► _� '" engineer, inspection, labor compliance and office engineer services. Caltrans was • the oversight/jurisdictional Agency. , .- ,..,.„„7_ - Bogert Trail Bridge Widening Project($5M):Located in the City of Palm Springs, '"�" -` -::-*'..._r: this project was a Federally Funded project. Transtech provided construction ,. management, resident engineer, inspection, labor compliance and office engineer _ a +ri/�""� services.The project involved bridge widening,retrofit,and beautification elements. .....iiiiiiiist 1 26th Street Rehab and Metrolink Station ($1M): This project was Federally 1�. •ti; � : t w.I , • Funded in the City of Commerce and included rehabilitation of 261h Street, and •-_.,� -- _ Metrolink Station parking lot rehab, station platform improvements, landscape and lighting. Transtech provided construction management, resident engineer, inspection, labor compliance and office engineer services. . ATP Citywide Crosswalk and Pedestrian Safety Improvement Project($1.2M): ^= :.__.z . ..k i. ,'r * Located in the City of Cudahy,this project included safe routes to school pedestrian ,.� - . �-- a y: safety improvements near schools and pedestrian activity centers. Transtech .- - _ -+ _ provided construction management, resident engineer, inspection, labor compliance and office engineer services. EXAMPLES OF PARK PROJECTS: - • 4... .,' : #1111r4141WMIP J.''kir"- i w,r + '. L ': .g, , I l„ , s.„ PROP�,,, - - .i,�a'* _, ' .. „..... 3 ..4 L ,,�r ,„,.....„ s_ ..,......,.:. • ,, .• i _ .�..-, j .'1.;Dti lr\rs. Ontario real Par DB es gn•Bid•Build City of Temple City, Primrose Park ($4M, City of Monterey Park,Citywide Parks Project). ($45M): Project is being delivered Prop 68 Funding): Project included Improvement Project ($6.5M): Project under DBB delivery. Transtech is City's constructing a new park with playground, included playground, picnic shelters, PM/CM landscaping, parking lot, concrete plaza, benches,ADA at 13 parks. (� • ON CALL CONSTRUCTION MANAGEMENT, MATERIALS TESTING SERVICES,and INSPECTION SERVICES TiQanrsr, 1239 Technical Proposal 8 lighting,drainage,ADA. ." , •N ,. S`NlR"" ^, N.- .- ' .. .. .aye s ,..,. ..,, ,, .7,,, N `moo T 4` A `- ". _ r _ y , , ,,,.:_._,,, ,_. ,..... . .. City of Commerce/Caltrans, 1-5 City of Alhambra, Almansor Park City of Cudahy,Soccer Field and Park FwyNVashington BI SB on and off Ramps Improvements Project ($2.5M): Project Improvements Project ($2M, CDBG Landscape Improvements ($3M, included basketball courts,restroom facilities, Funded): Project included new soccer Federally Funded): Project included LS shade structure, drainage systems, lightings, field with artificial turf, landscaping, Improvements at 1-5 Fwy ramps. landscaping,walkways. plaza,lighting,drainage,ADA. �c F '`� �� ' iR}'- i k N. k'' I i .� i re ,= ). .w fi•s . City of Huntington Park, Salt Lake Park City of Fontana, South Fontana Park City of Temple City, Pocket Splash Pad Project($1M):Project included ($15M): Project included an 18-acre park with Park/Parking Lot Impr Project ($1M): installation of splash park. 4 artificial turf soccer/football fields, sports Project included new park/parking lot, lighting,playground/tot lot,walking path, trellis,landscaping.drainage,lighting. EXAMPLES OF WATER,SEWER,STORM DRAIN PROJECTS: • State Street Water Treatment Facility Project(SRF/State Funded)(WA-212),City of Chino; Project Cost:$34.0m • Well 17 Equipping Project(WA-214),City of Chino; Project Cost: $4.0m • Central Avenue and Dupont Avenue Water Mainline Replacement Project,City of Chino; Project Cost: $4.5m • Eastside Water Treatment Facility(EWTF)Expansion Project(SRF/State Funded)(WA-19C),City of Chino; Project Cost:$15m • Water Improvement at Nocolet,Cottonwood,George, 12th&14th St,City of Banning; Project Cost:$1.7m • Project Name:Azusa Avenue Lift Station Construction,City of West Covina; Project Cost: $4.5m EXAMPLES OF VERTICAL(TYPE B-BUILDING)PROJECTS: t City of Ontario, Fire Station #9 and Offsite Improvements ($15M): Transtech 64 provided project and construction management,and owner representative services. '4 � The project included construction of Fire Station and Off-site Improvements (new M om. t. t i roads, utilities,TS,etc.). City of Ontario,Fire Station#1 and Fire Department Administration Building ''` ($65M): Transtech provided project and construction management, and owner •... lit representative services.The project included construction of new Fire Station and a _ `""""--=� Fire Department Administration Building. New FS is scheduled for completion by 't.,� August 2025.Fire Department Administration Building is scheduled for completion `.'� _ '` by May 2026 (: �_ � r City of Whittier, Uptown Parking Structure ($12M): The project involved _ construction of a 4 story,450 stall parking structure, and includes elements such ' , I - as bicycle and motorcycle parking and provisions for future photovoltaic panels. ,,d.,- The project was delivered as DBB. Transtech served as Construction Manager. ;t aks This project is located in Whittier. ^` ON-CALL ' CONSTRUCTION MANAGEMENT, MATERIALS TESTING SERVICES,and INSPECTION SERVICES TRANSTECk 1240 Technical Proposal 9 , ; r ;,N. . Renaissance Plaza ($15M): This project is located in the City of Alhambra and - • •-' included a parking structure, 10 plex movie theater, retail, and plaza. Transtech ' . • 'r "' '' ` served as the City's BuildingOfficial, Plan Checker and Inspector for this project F )till } r``s{� i ,. h P P 1 t� `- i including construction manager of the parking structure, public plaza, and other 1 To t ,-, improvements. - , ` -,\ _ ._-- Rosewood Community Center($25M): Transtech was retained by the City of %,,� ~�� $ ' _r Commerce to take over the management of this multimillion-dollar facility which 1 y a * ', ' • • • . was 2 years behind schedule.Within 5 months,Transtech brought the construction }�, ' Y ..w `� 6• irl 1, to substantial completion level allowing the city to start the move-in process, and k� �' - 2 months after,the facility was opened for public use. ' ,— 0 A1, City of Ontario, C-Block Parking Structure($13M)(DB Delivery): Transtech r i I ' I V, provided project and construction management, and owner representative u ),; 4 services. The project included construction 5 level, approximately 400 space �� parking structure ��, . ate-'' -- Riverside County Transportation Commission,Corona Main Street Metrolink s;/� Parking Structure and Pedestrian Bridge(25M): This project is in Corona and }-0 included 6 level, approximately 1,000 space parking structure, and a pedestrian ""« " 4 bridge over railroad tracks. Transtech provided inspection and construction :—„ ,- management services for the construction of this federally funded project. ,mot " :: City of Alhambra Civic Center Library Project($30M):Transtech provided plan check,inspection,construction management, and owner representative services, the project included construction of a 45,000 SF Library with an underground , --".7 MIS parking garage. City of San Bernardino Santa Fe Depot/Metrolink Parking Structure and '' Historic Santa Fe Depot Renovation Project($25M): This project included The I : , ry Parking Structure involved the construction of a 3-level parking structure for 350 i '' I „M cars. Historic Santa Fe Depot Renovation involved renovation for adoptive reuse " g ! • ' of 60,000 sf historical Santa Fe Train Depot. EXAMPLES OF BUILDING AND SAFETY PROJECTS: sa • ; i' • t; - 31er t `.1` Agency: CITY OF AZUSA 1 I ;i aj� _ -i "�` ; ' I< Project:The Orchard Mix-Use-Development.(Valuation$55 m).The project $, " & rr. ' ;'�j included Mixed-use project including 163 residential units,23,000 S.F.of retail, 'j Laemmle Theater,and parkinggarage. Transtech Services: ! 1,411\ I - ' ` �. Building Plan ChecklInspection, - ' • Transtech serves as the City's Contract Building Official, Plan Checker, Inspector. - F-- Agency: CITY OF ALHAMBRA ".., ; ' -f Project: Main Street Collection (Valuation $23 m). This development includes 4- '`�,`'. '' story mixed-use project with 8,200 s ft retail space, 52 condos, 9 live/work units, 19 a` , ' I townhomes,and 6 shopkeeper units. $ , *s 4 , 1 IA N Transtech Services: fi ,, Y '_ 4 co .„11111a, • Building Plan Check/Inspection. . ! _ "• "` .`'. ,� • Transtech serves as the City's Contract Building Official, Plan Checker, ' ii' . '' •' . . Inspector, City Engineer, City Traffic Engineer. Agency: CITY OF WEST COVINA � $ !I. c Project: Asteria Residential Development (Valuation $40 m). This development ,.! , ry- • includes 158-unit residential homes ii� • Building Plan Check/Inspection. ' J • Transtech serves as the City's Contract Building Official, Plan Checker, Inspector, City Engineer, City Traffic Engineer. :-_.. ON-CALL :±iorrS= CONSTRUCTION MANAGEMENT,MATERIALS TESTING SERVICES,and INSPECTION SERVICES Tir4NSTECh 1241 Technical Proposal 10 Agency: SAN MANUEL BAND OF MISSION INDIANS TRIBE AND CASINO «. Project:Casino Expansion/Development(Valuation$700 m):This project involves 1, .` Casino's expansion program, which includes casino renovation, new hotel, 1 l i i 1 , entertainment center,parking structure,pedestrian bridges,alignment of entry and exit I , i• ll g 1At, ' roads, and various other improvements. i,,.. r Transtech Services: v� ' I1 • Building Plan Checkllnspection, Fire Plan Check. }f Transtech serves as the Tribe's and Casino's (they are 2 separate entities) - _ .4. .x 4, i . r, . . rr in I Contract Building Official,Plan Checker, Inspector. 1t Agency:CITY OF WEST COVINA ''` ' Project: Medical Center Building(Valuation$20 m).This project is a new Medical ,•i `� p`. Office Building of approximately 55,000 sf that will operate 24/7 providing a radiation i IA 1 oncology department and infusion department. x., jt ?�•t►It ., Transtech Services: FY �r _. , • Building Plan Check/Inspection. i i, " - ---- • Transtech serves as the City's Contract Building Official, Plan Checker, Inspector, City Engineer, City Traffic Engineer. Agency:CITY OF CARSON Project: The District at South Bay(Valuation$175 m).This development includes Industrial Buildings on 73 acres with 5 industrial building with 1,5 million sq ft and t Country Mart project including 5 restaurant / retail buildings, 4 drive through )0 ; , : } restaurants on an approximate 11-acre site.There will be a park component. ''• $i. ,; ,. Transtech Services: II I'. R , • Building Plan Check/Inspection. 0.il4iii[ :- wish lli,y -h, •. II ' • Transtech serves as the City's Contract Building Official, Plan Checker, Inspector,City Engineer, City Traffic Engineer. ' �.► Agency: CITY OF ONTARIO ...� Project:City's Minor League Baseball Stadium Project(Valuation$100 M) ' ,F • Transtech Services: .` s.- . fi— ,I, • Project Building Official,Building Plan Check,Inspection. " Agency:SNOQUALMIE INDIAN TRIBE,WASHINGTON Project: Casino expansion (Valuation $195 m). This development includes 5 phases with 1,188,000 sq ft to include casino remodel, podium, hotel tower, parking "' -y►- r'1 structure,valet parking. "" .. Transtech Services: - - ;,d _. —1 • Project Building Official,Building Plan Check, Inspection,Fire Plan Check. „„''`+ , . 'w Agency:TEJON INDIAN TRIBE :-- "-t sin,t1.r " Project: Hard Rock Casino and Resort(Valuation$1.2.Billion).Phase I, Casino; Phase II, 13 Story High-Rise Resort,Hotel and Hard Rock Love Entertainment "' Menu. -- — •*•►•., Transtech Services: t �.- L a - • Project Building Official, Building Plan Check, Inspection,Fire Plan Check. . woo ..,.,; vex ON CALL _, CONSTRUCTION MANAGEMENT, MATERIALS TESTING SERVICES,and INSPECTION SERVICES TRANS7Edi 1242 Technical Proposal 11 2. Key Personnel and Sub-Consultants who participated in Similar Projects REFERENCE PROJECT 1: Local Agency Low Impact Development (LID)IStormwater Capture/Greenway Project City of South El Monte, Merced Avenue Greenway Improvements Phase I ($12M) ' f -, < L • Installation of Low Impact Development(LID)and(BMPs)within the street right-of-way - '.11..;„? that slow,capture,treat,and infiltrate storm water runoff. $' .,, -- ;' • Roadway resurfacing, reconstruction of concrete curb ramps, sidewalks, curb, and X � t., „,A:*` ,,,, gutter. Project Start and Completion Date: - .,11 4v. January 2024 To December 2024(Anticipated completion) ,A. t Transtech's Role in the project: 4 ''.,,R � .,6 siI CM, CI, Office Engineer, Materials Testing/Inspection, Labor Compliance, thru sub- i •,•“:,s,-r" consultants. ,;� ;� � , ' + r. Transtech Project Staff: `' 5 r Z . A' < Okan Demirci, PE, PM/CM/RE; Earl Fraser, QSP, Field Construction Manager/Sr. - " `4 Supervising Inspector, Robert Garcia, Sr. Inspector; Rudolph Rodriguez, EIT, Office t,,,. r Engineer.a , . Subconsultants: GEO-ADVANTEC,Materials Testing and Inspection Support � °� • '."' AVANT GARDE (DBE/WBE Firm),Grant/State/Federal Labor Compliance Support Reference Contact: ,;,,a ;' "�� '` ' }z City of South El Monte -. I•- Rene Salas, City Manager;T:626-579-6540;E:rsalas@soelmonte.org ham-•, .+ Reason why this reference project demonstrates our ability: This project is representative of our experience in a project that includes various types of improvements,such as street widening,paving,,street paving,stormwater capture, LID/BMP,sidewalk,traffic signal,striping. The project also included outside funding, is managed in compliance with Caltrans Local Assistance Procedures Manual(LAPM). The work included close coordination with utility companies due to extensive undergrounding work as well as public relations with business and residents. REFERENCE PROJECT 2: Local Agency Street Rehab Project City of Temple City, FY 23/24 Street Rehab Program ($4M) City of Temple City FY 23/24 Street Rehab Program($4M) — C, _ •i,,► 'a' '1 I • Improvements included rehabilitation of various streets. 4998 Santa ' • 1.5 M sf of street pavement rehabilitated. ' El Monte CA f . C&G,sidewalk,ADA improvements at various locations. United Stat- t . Project Start and Completion Date: October 2022 To April 2023 t. Transtech's Role in the project: Transtech provided CM, CI, Office Engineer, Materials Testing/Inspection-thru sub '.F I Services - Transtech Project Staff: "' Ali Cayir Principal PM/CM; Okan Demirci, PE, CM/RE/Project Controls; Earl Fraser, A `.`M Sr. Inspector; Furkan Cetinkale, Office Engineer Subconsultants: GEO-ADVANTEC,Materials Testing and Inspection Support AVANT GARDE (DBE/WBE Firm),Grant/State/Federal Labor Compliance Support —�eik ON CALL j ' EI CONSTRUCTION MANAGEMENT,MATERIALS TESTING SERVICES,and INSPECTION SERVICES TRANSTEC 1243 Technical Proposal 12 Reference Contact: City of Temple City Bryan Cook,City Manager;T:626-285-2171; E:bcooktemplecity.us Reason why this reference project demonstrates our ability: This project is representative of our experience in a city-wide street rehabilitation project on multiple residential streets, which required close coordination and public relations with residents,as they were impacted daily. Notices were distributed for each street in advance of construction, public information and project updates were constantly posted on City's web site. REFERENCE PROJECT 2: HSIP Federal Funded Project City of South El Monte, Traffic Signal improvements at Various Intersections Highway Safety Improvements ($1.5M) ,� • Improvements included Traffic Signal, Street Light, Accessibility Improvements .� •• ii• i. i .1.44 (sidewalk,curb ramps,curb&gutter). n ' " Project Start and Completion Date: n ` F" ''r� April 2022 To November 2022 . i ,. ;. ""`++weim,;, Transtech's Role in the project: r Transtech provided CM, CI, Resident Engineer, Office Engineer, Materials . Testing/inspection-thru sub,Federal Fund Management Services IIIIIIIIIIIhbr Transtech Project Staff: Okan Demirci, PE, PM/RE; Earl Fraser, QSP, Construction Manager, Jeffrey Hirsh, Sr. Inspector;Rudolph Rodriguez,EIT,Office Engineer nu42= z�zrz . • Subconsultants: .14• GEO-ADVANTEC,Materials Testing and Inspection Support AVANT GARDE(DBE/WBE Firm),Grant/State/Federal Labor Compliance Support • Reference Contact: City of South El Monte II IIIPIIIII! . Rene Sales, City Manager;T:626-579-6540, Ext.3040; W',+ .; i. E:rsalassoelmonte.orq " Mrrti ' 'fit 31 ' l r i :.., Reason why this reference project demonstrates our ability: - I. . <;. This project is representative of our experience in federally funded projects, more —J -= = ,- - specifically HSIP Projects. Project was managed in compliance with Caltrans LAPM. The project was audited by Caltrans Local Assistance and received excellent passing recommendation. REFERENCE PROJECT 3: Regional Project, Multi-Agency (Local City, Caltrans, METRO, Los Angeles County, CTC) City of Commerce,Washington Boulevard Widening and Reconstruction Project($40M) • Improvements included widening and reconstruction of 2.7 miles of Roadway, Traffic Signals,Street Lighting,Landscape,as well as Improvements at 1-5 and at 710 Freeways ramps. • • Project was a Caltrans Oversight Project(project included Freeway Ramps at 1-5 and 'I 710 Freeways). j A . - AWARD: This project was recognized as one of the projects of the year as part of the , APWA BEST Award, in the category of Transportation Projects. 11,3 . . " '" Project Start and Completion Date: _ ;...r••► L , ,e ' September 2015—September 2018 Transtech's Role in the project: Transtech provided CM, Cl, Resident Engineer, Office Engineer, Materials Testing/inspection-thru sub, Federal Fund Management Services. /� ' ON-CALL +area CONSTRUCTION MANAGEMENT,MATERIALS TESTING SERVICES,and INSPECTION SERVICES TRANSTFCIf 1244 Technical Proposal 13 Transtech Project Staff: Ali Cayir Principal PM/CM;Okan Demirci, PE,CM/RE/Project Controls;Jeffrey Hirsh, Sr. Inspector Subconsultants: GEO-ADVANTEC,Materials Testing and Inspection Support AVANT GARDE(DBE/WBE Firm),Grant/State/Federal Labor Compliance Support Reference Contact: City of Commerce Vilko Domic,Assistant City Manager;T:323-722-4805; E:vilkod(aici.commerce.ca.us Reason why this reference project demonstrates our ability: This project is representative of our experience in large scale regional projects where not only Local City,but also Caltrans and METRO was involved. Also,the project had multiple funding sources, including Local, Federal, State TCIF, METRO Measure R and C. Project was managed in compliance with Caltrans LAPM. REFERENCE PROJECT 4: DB (Design-Build) Delivery Project City of Ontario, C-Block Parking Structure($13M) • The project included construction 5 level, approximately 400 space parking structure Project Start and Completion Date: ' 'W March 2021 To December 2022 �CMom" � F Transtech's Role in the project: 1O' , �� . Transtech provided Owner Rep,CM, CI,Office Engineer Services. II 411, Transtech Project Staff: i ':: � Ali Cayir, PE, Principal PM, Craig Melicher, PE, CM; Okan Demirci, PE, Project 4) ! , t Controls;Jeffrey Hirsh,Sr. Inspector; Brian Cervantes,Office Engineer. _ _ - —_►--' Reference Contact: - • City of Ontario Dan Beers, Principal Project Manager, PW Dep; T: 909-395-2806; E: dbeers(a ontario.gov Reason why this reference project demonstrates our ability: This project is representative of our experience in DB(Design-Build)Delivery method, and on vertical Construction. REFERENCE PROJECT 5: Park Project City of Temple City, Primrose Park($4M, Prop 68 Funding) • The project included Project included constructing a new park with playground, 'j 1++'r landscaping,parking lot,concrete plaza,lighting,drainage,ADA. ,Add i 11 P Project Start and Completion Date: , 1 pa 6i, August 2021 To April 2022 Transtech's Role in the project: ;I .: Transtech provided CM,CI,Office Engineer Services. Transtech Project Staff: trr- Ali Cayir, PE, Principal PM; Okan Demirci, PE, Project Controls; Jeffrey Hirsh, Sr. Inspector;James Pagani,Office Engineer. • Subconsultants: GEO-ADVANTEC,Materials Testing and Inspection Support AVANT GARDE(DBE/WBE Firm),Grant/State/Federal Labor Compliance Support Reference Contact: City of Temple City Adam Matsumoto, Parks and Rec Director; T: 626-285-2171; E: amatsumotojtemplecity.us —__ 7 ON-CALL +a• CONSTRUCTION MANAGEMENT, MATERIALS TESTING SERVICES,and INSPECTION SERVICES TRANSTEC/I 1245 Technical Proposal 14 Reason why this reference project demonstrates our ability: This project is representative of our experience in park projects,and in Proposition 68 Funding. 3. References CITY OF ONTARIO (Year started and completed: 2019—Ongoing Service) Contact: Dan Beers, Design & Construction Director; T: 909-395-2806; E: dbeersna ontario.gov Services Provided: CIP Management; Construction Management; Inspection Sample Projects: • C-Block and D Block Parking Structure($40M)(DB Delivery) • Fire Station No.1 ($21M) • Fire Department Administration Building($31.6M) • Annual SD Repairs,FS 9 and Off-site Improvements • Euclid Properties Demo and site reconstruction CITY OF COMMERCE Contact: Ernie Hernandez, City Manager; T: 323-722-4805; E: ehernandez a(�ci.commerce.ca.us Service Duration: Started in 2015—Ongoing Service Services Provided: CIP Management; Construction Management; Inspection; Federally Funded Project Management; Building & Safety; City Engineering; Traffic Engineering; Engineering Design; Public Works Permit Inspections; Map Check Sample Projects: • Since 2015,Annual Street Rehab Program($24M):City's Annual Pavement Management Program.The project includes asphalt concrete pavement rehabilitation, pedestrian accessibility improvements (curb ramps, sidewalks, curb and gutter), signage and striping. Transtech provided design, project management,construction management and inspection services. • Washington Boulevard Widening and Reconstruction Project($40M):Transtech provided CM/Cl/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 1-5 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. • 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. CITY OF MONTEREY PARK Contact: Inez Alvarez, City Manager; T: 626-307-1255; E: ialvarez MontereyPark.ca.gov Service Duration: Started in 2013—Ongoing Service Services Provided: CIP Management; Construction Management; Inspection; Federally Funded Project Management; Building & Safety; City Engineering; Traffic Engineering; Engineering Design; Public Works Permit Inspections; Map Check ` ON-CALL CONSTRUCTION MANAGEMENT,MATERIALS TESTING SERVICES,and INSPECTION SERVICES TRANSTECIf 1246 Technical Proposal 15 Sample Projects: • Since 2022,Annual Street Rehab Program ($21M):Transtech provided project design, project management, construction management and inspection for the projects.Projects included slurry seal,overlay,including pedestrian accessibility improvements(curb ramps,sidewalks, curb and gutter),signage and striping. • Monterey Pass Emergency Waterline Replacement Project($8.2 M): Transtech provided project management that included overseeing design, construction of 2x12" waterline installation, replacement of all meters, backflow devices, fire lines, storm drain replacement, coordination with utilities,public interaction and notification. • Northeast Water Main Replacement Project(Phases 1,2,3)($7M):Transtech provided design review,project management,construction management and inspection for the installation of waterlines,replacement of all meters,backflow devices,fire lines,coordination with utilities, public interaction and notification. • Sewerline CIPP and Manhole Rehabilitation Project ($1M): Transtech provided design, bid advertisement, project management, , construction management and inspection for the lining of 20,000 ft of sewer main, including initial video assessment, public notification, lateral clearing. CITY OF SOUTH EL MONTE Contact: Rene Salas, City Manager; T: 626-579-6540; E: rsalas©soelmonte.orq Service Duration: Started in 2018—Ongoing Service Services Provided: CIP Management; Construction Management; Inspection; Federally Funded Project Management; Building & Safety; City Engineering; Traffic Engineering; Engineering Design; Public Works Permit Inspections; Map Check Sample Projects: • Since 2018,Annual Street Rehab Program($8M): City's Annual Pavement Management Program.The project includes asphalt concrete pavement rehabilitation, pedestrian accessibility improvements (curb ramps, sidewalks, curb and gutter), signage and striping. Transtech provided design,project management,construction management and inspection services. • Merced Avenue Greenway Phase I Improvements ($12M): Transtech provided CM/Cl/Resident Engineer, Inspector, Office Engineer Services. The project included stormwater improvements (catch basins, manholes, LID), pedestrian accessibility(curb ramps, sidewalks, curb and gutter).asphalt roadway reconstruction, signage and striping. • Various Traffic Signal Improvements Project, HSIP Cyc 6-7-9-10-11 ($9M): Transtech provided CM/Cl/Resident Engineer, Inspector, Office Engineer Services. The project included traffic signal modifications, pedestrian accessibility improvements, signage and striping at various locations Citywide.The projects were federally funded and were managed in compliance with Caltrans Local Assistance Procedures Manual. CITY OF WEST COVINA Contact: Milan Mrakich, Acting City Manager; T: 626-939-8401; E: mmrakich@westcovina.org Service Duration: Started in 2019—Ongoing Service Services Provided: CIP Management; Construction Management; Inspection; Federally Funded Project Management; Building & Safety; City Engineering; Traffic Engineering; Engineering Design; Public Works Permit Inspections; Map Check Sample Projects: • Since 2019,Annual Street Rehab Program($11M):City's Annual Pavement Management Program.The project includes asphalt concrete pavement rehabilitation, pedestrian accessibility improvements (curb ramps, sidewalks, curb and gutter), signage and striping. Transtech provided design,project management,construction management and inspection services. • Sewer Main Replacement-Azusa Ave and Citrus($0.5M):The project included replacement of sewer mainline,manholes,meters,valves and related appurtenances, roadway rehabilitation, signage and striping improvements. Transtech provided project management, construction management and inspection services. • Traffic Signal Improvements at 10 Intersections,HSIP Cycle 10($3.8M):Transtech provided CM/Cl/Resident Engineer,Inspector,Office Engineer Services. The project included traffic signal modifications, pedestrian accessibility improvements,signage and striping at various locations Citywide.The projects were federally funded and were managed in compliance with Caltrans Local Assistance Procedures Manual. ON-CALL . —J -� TRANSTEC/I CONSTRUCTION MANAGEMENT,MATERIALS TESTING SERVICES,and INSPECTION SERVICES 1247 Technical Proposal 16 CITY OF LYNWOOD Contact: Julian Lee, City Manager; T: 310-603-0220; E: jlee(a)lynwoodca.gov Service Duration: Started in 2019—Ongoing Service Services Provided: CIP Management; Construction Management; Inspection; Federally Funded Project Management; City Engineering; Traffic Engineering; Engineering Design; Public Works Permit Inspections; Map Check Sample Projects: • Street,Water, Sewer Improvements on Agnes Avenue($1.5M): Transtech provided construction management, resident engineer, and inspection services. The project included construction of 2,200 linear feet water main (4"to 12" DIP), service laterals, manholes, meters, valves and related waterline appurtenances,roadway rehabilitation,signage and striping improvements. • Roadway Improvements at Brewster Avenue($1.5M):Transtech provided construction management, resident engineer, and inspection services. The project included construction of new water main (12" DIP), service laterals, manholes, meters, valves and related waterline appurtenances,roadway rehabilitation,signage and striping improvements • Water Improvements at Alberta, First, Franklin Streets($1.5M): Transtech provided construction management, resident engineer, and inspection services. The project included construction of 5,000 linear feet water main (6" to 8" DIP), service laterals, manholes, meters, valves and related waterline appurtenances,roadway rehabilitation, signage and striping improvements. 4. Unique Qualifications 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, Project Manager, Program Manager, Owner Representative, Construction Manager, Planner and in other capacities. We are accustomed to working with public agencies and have a good understanding of public agency procedures and policies. Several of our staff members are former Public Works Directors,City Engineers, Building Officials,CIP Managers.We have extensive experience in preparing staff reports and presentations to City Council, Boards and public,and in communicating effectively with diverse audiences and stakeholders at public forums. Value Added Service. Because Transtech is a multi-disciplinary service firm and provides building plan check and inspection among many services to many local agencies, if needed, our staff can also supplement/support Agency staff, for code required plan check and inspection efforts. Value Added to City of Huntington Beach for Enhanced Strategic Assistance by our sub-consultant Shane L.Silsby, PE. DB/PDP Projects Advisor(Former Director of Orange County Public Works); P3 Experience. As one of only three executive sponsors for the County of Orange responsible for the negotiation of the public-private partnership (P3) for the initial phases of the Civic Center Facilities ON-CALL ms►', CONSTRUCTION MANAGEMENT,MATERIALS TESTING SERVICES,and INSPECTION SERVICES TRANSTECH 1248 Technical Proposal 17 Strategic Plan, Mr. Silsby provides unmatched experience as a public official implementing an externally financed legacy initiative within a conservative agency. This multi-phase effort required extensive engagement with elected officials, multiple departments, and private sector experts to creative funding plans to leverage varied public I private revenue streams. Mr. Silsby has also been contracted to provide similar services as an external consultant to the California cities of Santa Ana, Hermosa Beach, Sunnyvale, and Vallejo. Grant Funding Opportunities. Mr. Silsby has unique expertise to effectively research, review, and analyze all of the applicable grant programs proposed to support the infrastructure necessary to deliver the Prado Shooting Park Renovation Project implementation plan. Mr. Silsby understands how to implement multi-year external funding strategies through the identification of an organization's long-and short-term goals, the priorities of the proposed projects or phases, and the strengths and limitations of available municipal resources and operational procedures. Procurement for Design and Construction Services. The Orange County Executive Officer tapped Mr. Silsby to update and standardize County of Orange policies and procedures involving public procurements. This comprehensive effort, impacting every County department, resulted in the County Board of Supervisors approving the initial Design and Construction Procurement Policy Manual to ensure countywide standardization and oversight of the design and construction contracting processes. Through this process, Silsby introduced, enhanced, and codified the alternative delivery methods of Design-Build and Construction Manager At-Risk while consolidating procurement activities. 5. Experience in Design-Build and/or Progressive Design-Build Project Delivery We have extensive experience in Design-Build Project Delivery (California Public Contract Code, Division 2, Part 3. Contracting by Local Agencies; Chapter 4. Local Agency Design-Build Projects). In the last 3 years, we have completed 2 DB projects, and currently have 2 in progress. Delivered DB Projects include: 2 parking structures (DB Delivery, $50M, is! PS competed, 2nd PS scheduled for completion by August 2025). Our scope and responsibilities included coordination of DB Bridging Documents, preparation DB Pre-qualifications and RFP/Bid Packages for pre-qualified firms, DB proposals evaluation and selection of the Final DB Entity, Management of Entitlement Phase, Pre Construction Phase, Construction Management, Inspection and Owner Representative Services. PDB (Progressive Design Build) Delivery is a hybrid delivery method that combines the early contractor involvement benefits of general contractor with the all-inclusive responsibilities of design-build. Under PDB delivery, the owner has ON-CALL CONSTRUCTION MANAGEMENT, MATERIALS TESTING SERVICES,and INSPECTION SERVICES TRANS-TECH 1249 Technical Proposal 18 one contract with the PDB Team for the entire project. The owner is better able to influence the design and the PDB Team is able to provide constructability and cost feedback to the owner agency as the design develops. This contracting method enables an open dialog and iterative process between the Owner Agency and the PDB Team to refine and decide on the final scope, schedule, and costs of the contract deliverables. PDB uses a two-phased qualification-based selection process, requiring the owner agency and PDB Team to progress the design together, toward a final scope, schedule, and budget. The PDP method is best used for complex construction projects. Following is a typical PDB Timeline and Flow: RFQ PDP Team PHASE 1 GMP If PHASE 2 Process Selection Project Proposa YFS CONSTRUCTION Process Development If 1_JJQ J OFF- Bid Advertisement RAMP and Contractor CONSTRUCTION Proceed with Selection Process 6. Resumes Please see Appendix — Resumes (not included in page count) ON-CALL CONSTRUCTION MANAGEMENT, MATERIALS TESTING SERVICES,and INSPECTION SERVICES TRANSTECH 1250 Technical Proposal 19 D.2. PREFERRED STAFFING itir 0,11 I N G To L Project Organization Chart ...••�•.. 9 � •. AHMAD ANSARI, PE V:;,) .; • -7-:' OKAN DEMIRCI, PE, QSD, QSP, MBA Sr.Engineer ``��'' Sr. Engineer (Contract Principal) �UNTY 0'";11 �'} (Principal Construction Manager) yAli Il Field CM and Inspection PM/CM/RE Project/Document Controls . Su«tort Staff Su, s ort_Staff Support Staff AZITA FAKOORBAYAT, PE, Sr. Engineer(PM/CM/RE Support) MICHAEL ACKERMAN, PE, QSD, QSP, QISP, Sr. Engineer(PM/CM/RE Support) MICHAEL LLOYD, PE, TE, QSD, QSP, Sr. Engineer(PM/CM/RE Support) ROBERT QUINTERO, Sr. Project Manager(Utility Coordination/PM Support) EARL FRASER, QSP, Field Construction Manager/Inspector(Field PM/CM/CI Support) ROBERT MINES, Field Construction Manager/Inspector(Field PM/CM/CI Support) JEFFREY HIRSH, Field Construction Manager/Inspector(Field PM/CM/CI Support) CRAIG M. WHEELER, Field Construction Manager/Inspector(Field PM/CM/CI Support) JOE LARA, QSP, Field Construction Manager/Inspector(Field PM/CM/CI Support) KEITH WYATT, Field Construction Manager/Inspector(Field PM/CM/CI Support) RYAN BRESSLER, Field Construction Manager/Inspector(Field PM/CM/CI Support) JAMES PAGANI, Field Construction Manager/Inspector(Field PM/CM/CI Support) ROBERT RUIZ, Inspector(Inspection Support) ROBERT GARCIA, Inspector(Inspection Support) ANDY CARLTON, Inspector(Inspection Support) CLEMENTE ELIZALDE, Inspector(Inspection Support) DUANE THAN TUT, Inspector(Inspection Support) MARIO MAGLIOCCHETTI, Inspector(Inspection Support) FURKAN CETINKALE, Associate Engineer(Office Engineer/PM/CM/Project Controls/Inspection Support) ADAM TALBOT, Associate Engineer(Office Engineer/PM/CM/Project Controls/Inspection Support) RUDOLPH RODRIGUEZ, EIT, Associate Engineer(Office Engineer/PM/CM/Project Controls Support) BRIAN CERVANTES, MBA, Associate Engineer(Office Engineer/PM/CM/Project Controls Support) LEONARDO MARTINEZ, Associate Engineer(Office Engineer/PM/CM/Project Controls Support) JEFFREY KAO, PE, CBO, CASp, Sr. Engineer(Constructability Review-ADA Review Support) DENNIS TARANGO, CBO, ICC Certified Plan Examiner(Constructability Review-Building Review Support) BAHMAN JANKA, TE, Sr. Traffic Engineer(Traffic Control Engineering Review Support) ALI F. ZAGHARI, PE, PMP, Sr. Engineer(PM/Coordination Support in Caltrans Permit Involved Projects) Sub-Consultants Materials Testing and Inspection Support: Geo-Advantec, Inc. www.geoadvantec.com Funding / Labor Compliance Support: Avant Garde, Inc. (DBE/WBE Firm); www.agi.com.co Shane L. Silsby, PE, DB/PDP Projects Advisor(Former Dir. of OC PW); Silsby Strategic Advisors, www,silsby-sa.com ON-CALL •, CONSTRUCTION MANAGEMENT, MATERIALS TESTING SERVICES,and INSPECTION SERVICES TRANSTFCFl 1251 Technical Proposal 20 2. Preferred Staffing Qualifications The RFP lists the following referred staffing qualifications • Construction Manager has a PMP or CCM certification • Public Works Inspectors certified in Public Works infrastructure; concrete, sewer, water, and paving. • Facility Inspectors certified in California Building Code (CBC); California Commercial Electrical, California Commercial Plumbing,California Commercial Mechanical, California Commercial Building • Project Scheduler experienced both in using the latest Primavera and Microsoft Project software and defining/analyzing work breakdown structure, time impact analysis,and critical path analysis. Transtech Staff Members have Licenses and Certificates in Diversified Fields, including the above required licenses/certifications: Engineering Licenses and Certificates of the Firm and Staff Members in Diversified Fields:Several of our engineers are licensed as Professional Engineers by the State of California Board for Professional Engineers, Land Surveyors, and Geologists(BPELSG). Our staff professional licenses, registrations and certifications include: . PE(Licensed Civil Engineer . PMP(Certified Project Management Professional) . TE(Licensed Traffic Engineer) . CPSWQ(Certified Professional in Storm Water . PLS(Licensed Land Surveyor) Quality . QSD (Construction General Permit Qualified SWPPP . CPESC (Certified Professional in Erosion and Practitioner) Sediment Control) . QSP (Construction General Permit Qualified SWPPP . LEED AP (Professional with specialty credential with Developer) knowledge in green building practices • QISP (Industrial General Permit Qualified Industrial . Registered Construction Inspector by American Stormwater Practitioner) Construction Inspectors Association . PMP(Professional Transportation Planner) . Certified International Municipal Signal Association • RSP(Registered Safety Professional) "IMSA" level III Technician • CASp(Certified Access Specialist) Building and Safety ICC Certifications: We have staff who have reached the highest possible level of code administration with the Master Code Professional designation certification from the ICC. In addition, some of our staff members are certified as Fire Plan Checkers and Inspectors, as we provide these services to some agencies. Following are various ICC certifications held by various staff members: Building Official Electrical Plans Examiner Building Inspector CBC Certifications: CA Safety Assessment Program: Building Inspector UBC Certified Master Code CalOES SAP Evaluator Inspection Plumbing Inspector UPC Professional Certifications: CA Building Inspector • Building Code Official Combination Inspector CA Commercial Plumbing Inspector • Building Official Commercial Building Inspector CA Residential Mechanical Plan Check Certifications: i Residential Building Inspector Inspector • Residential Building Plans Accessibility Inspector CA Residential Mechanical Inspector Examiner Commercial Energy Conservation Additional Inspection Certifications: • Commercial Building Plans Inspector IAPMO Plumbing, Mechanical Examiner Electrical Inspector Inspector . California Building Plans Commercial Electrical Inspector Fire Code Inspector ON-CALL CONSTRUCTION MANAGEMENT,MATERIALS TESTING SERVICES,and INSPECTION SERVICES TRANSTECh 1252 Technical Proposal 21 Examiner Residential Electrical Inspector r Fire Inspector II Certified Sustainability Residential Energy Conservation California UST Inspector Professional Inspector Permit Technician Certification: • CalGreen Plans Examiner Residential Building Inspector Permit Technician • Accessibility Plans Examiner Residential Mechanical Inspector CACEO Certified Code Enforcement • Commercial Energy Mechanical Inspector Officer Conservation Plans Examiner Commercial Mechanical Inspector FEMA: IS 100, 200, 241, 242, 275, • Residential Plans Examiner Plumbing Inspector 700, 288, 800, 08-A, 1900 .' Mechanical Plans Examiner CalGreen Inspector Fire Plan Checker and Inspector Plumbing Plans Examiner D.3. UNDERSTANDING & METHODOLOGY SECTION 1. Understanding The City is seeking experienced consultant firms to assist the City's staff in the following service category, to perform Construction Management and Material Inspection services for any City related projects and activities. Qualified firms shall provide construction management consulting services on an'on-call"basis for projects assigned during the term of the contract. The contract will be for a minimum 3-year term. The City will issue task orders for each project based upon the scope-of-services; qualifications, work schedule, and reasonableness of the fee. The City anticipates a steady amount of construction activity in the next 3 years for various public works infrastructure projects, including and not limited to: pump stations, lift stations, curb and gutter, sidewalks, pipelines, traffic signals, structures, road rehabilitation,and bridge retrofits. In addition, the City anticipates consistent construction activity on City facilities, including fire stations, police department facilities and substations, community centers, beach and park restrooms, libraries, and city hall facilities. This vertical construction work will involve various tenant improvements (TI), general office and building remodel and renovations, superstructure and subgrade structural retrofits, new building construction, security and fire system modifications, and building mechanical, electrical, and plumbing (MEP) improvements. The successful firm will be responsible for all professional related Construction Management and Inspection services. In addition to traditional Design-Bid-Build projects, the City is planning to utilize Design-Build (DB) and Progressive Design-Build (PDB)delivery methods for applicable infrastructure and facility projects.As such,the City seeks firms with demonstrated experience in managing DB and/or PDB projects, including coordination between designers and 060.44, ON-CALL CONSTRUCTION MANAGEMENT,MATERIALS TESTING SERVICES,and INSPECTION SERVICES TimNsTEck 1253 Technical Proposal 22 contractors,early-phase constructability review, and support for collaborative project delivery models. Selected firms may be assigned task orders that align with these delivery methods and will be expected to provide services that support both early-phase and post-award construction management functions under DB or PDB frameworks. 2. Methodology Following is our approach to provide the requested services in an efficient and cost effective manner: Structured 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. A project specific approach will be provided for each assigned project and will become part of the specific contract for the specific project. • 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, rt t ON-CALL CONSTRUCTION MANAGEMENT,MATERIALS TESTING SERVICES,and INSPECTION SERVICES TRANSTECk 1254 Technical Proposal 23 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. Project Delivery, Planning and Execution: Project delivery, on time and on budget, may involve the process steps listed below: . Active involvement early in the project and a thorough understanding of the agency's goals and objectives. . Management of scope and quality(i.e., is the available budget and the desired scope consistent and feasible?). . Identify deliverables, phasing, and overall project schedule. (This specifically includes project closeout procedures. Never wait until the last minute to define expectations for project completion.) . Creation of a basic work breakdown structure. (This is also the time to consider potential alternatives.) . Identification of the critical activities and the required path from beginning to successful completion. . Assembly of necessary and effective team members. . Identify the owner of the project and the project point of contact. . Identification of critical stakeholders and definition of their respective roles. . Establish the total project budget and the total project schedule. . Identification of milestone events required to evaluate and/or verify project performance. . Identify, assesses likelihood, mitigate, and assign potential risks. . Define quality control procedures, including code required special inspection and testing. . Define quality assurance procedures, including review and acceptance of special inspection reports and testing results. . Monitor costs against the established budget and guard against unfunded scope creep. . Monitor actual progress against the established project schedule. To be cost effective, the management of projects should be tailored to the actual project. Steps and processes that are required for some projects are not necessarily required to all projects. For the same reason,staffing should be tailored to meet the needs of the specific project, and available staffing should be shared among multiple projects where increased ON-CALL .� CONSTRUCTION MANAGEMENT,MATERIALS TESTING SERVICES,and INSPECTION SERVICES TRANSIECII 1255 Technical Proposal 24 efficiency can be achieved. Project Controls: Our staff has experience with various document control software systems including Procore,Autodesk ConstructWare (which has now become Construction Cloud), and Primavera P6. In our experience all major control software programs work basically the same way and adapting from one software offering to another has a fairly small learning curve. Because the specific software is generally a choice made by the prime contractor, our staff is ready to partner with any user of any program. That said, not all projects require the 'fire power' associated with an expensive, sophisticated control system. Sometimes an intelligently designed filing system that stores basic Word, Excel, PDF, and email documents in the cloud is all a project really needs. Quality Assurance Program: We believe that quality control is the setting of minimum standards and/or quality requirements for the specific project. Quality assurance is the means by which the quality control measures will be monitored and/or enforced. We also believe that quality control and quality assurance measures need to be developed jointly with the client. To effectively establish quality control measures, we must understand the Agency's specific expectations and/or level of desired quality for the specific project. Once the expectations have been defined, and the quality control measures established, the quality assurance measures can be established. A significant part of establishing the quality assurance measures includes the timing of the measure. QC/QA can only be effective when the measures are applied and/or evaluated in a timely manner. During construction, an effective Quality Assurance Program will ensure the materials and workmanship incorporated into project conform to the requirements of the contract plans and specifications including approved changes. Managing, Negotiating, And Incorporating Changes in Project Scope: Our approach and strategy are structured based on minimizing cost and schedule impacts,while evaluating change orders in a timely,fair and equitable manner. A number of different factors can influence the development of Change Orders on projects, which can result from either foreseen or unforeseen conditions and may include: • Design Modifications; Errors and Omissions; Changed Conditions; Additional/Reduced Work Scope; Owner- Directed Schedule Acceleration or Slowdown; Work Sequencing; Adjustments to Unit Pricing; Force Majeure Delays;Added Cost Incentives; Delayed, Denied,or Restricted Access to a Project Site; Inappropriate Rejection of the Contractor's Work; Delays to Owner-Supplied Services and Materials Our initial evaluation of a change order request incudes various elements: • Is it already covered in the contract? Is it necessary to complete the work? Impact on the planned work? Will it affect or change the contractor's planned method of performing the work? Will it cause a work-character change? Impact on the contract time? Methods of payment? Are there sufficient contingency funds? If not,can additional t,040,44 ON-CALL ° CONSTRUCTION MANAGEMENT,MATERIALS TESTING SERVICES,and INSPECTION SERVICES TRANSTECEh 1256 Technical Proposal 25 funds be obtained soon enough to prevent delays? Impacts on any regulatory conditions, permits, utilities, etc. Change Order Documentation: • We prepare the change order in a clear, concise, and explicit manner. A change orders should be easily understood by third parties reviewing it what work was performed without further explanation. 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. Contract Administration (Caltrans LAPM)For Federally Funded Projects(Primarily Transportation/Infrastructure Projects): For construction contract administration,we follow guidelines similar to described in Caltrans Local Assistance Procedures Manual(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 and state 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. t'1J ON-CALL 1 CONSTRUCTION MANAGEMENT,MATERIALS TESTING SERVICES,and INSPECTION SERVICES TRANS-TECH 1257 Technical Proposal 26 E. Rate Sheet (submitted separately) `/i"°4-` ON-CALL i.. CONSTRUCTION MANAGEMENT,MATERIALS TESTING SERVICES,and INSPECTION SERVICES TRANS-IC-Cif 1258 Technical Proposal 27 Appendix — Resumes (not included in page count) y AHMAD ANSARI, PE, Sr.Engineer(Contract Principal) Education • BS in Engineering, MBA Registrations/Certifications . Registered Civil Engineer Highlights Mr. Ansari has over 30 years of past experience in City and County Public Works and has worked at several municipalities in Southern California, including: . 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. OKAN DEMIRCI,PE,QSD,QSP, MBA,Sr. Engineer(Principal Project Manager) Education . BS in Engineering, MBA Business Admin Registrations/Certifications - Registered Civil Engineer • Caltrans Resident Engineer Academy Highlights 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. He 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. Following are few examples of projects Where Mr. Demirci served in various capacities, including Project Manager, Construction Manager, Resident Engineer: • Slauson Traffic Congestion Relief Project (Federally Funded), City of Maywood. Intersection widening at major City corridor, including R/W acquisition, traffic signal modification, asphalt and concrete improvements. Cost:$10m. o Washington Boulevard Widening and Reconstruction Project (Federally Funded), City of Commerce/Caltrans.Widening and reconstruction of 2.7 miles of Roadway(including approx. 3,500 tons rubberized AC overlay), median construction, street lights, SCE undergrounding, ADA improvements, landscaping, and hardscaping. Cost: $40m. • Rosemead Boulevard Improvements Project (Federally Funded), City of Temple City. Roadway widening and reconstruction of 2 miles of roadway (including approx. 6,000 tons rubberized AC overlay), class IV bike lanes, ADA improvements, street lighting, beautification, landscaping, and hardscaping. Cost:$20m. • Eastside Water Treatment Facility(Federally Funded), City of Chino. Expansion of water treatment facility(the treatment capacity from 3,500 gpm to 7,000 gpm),includes pre-filters, Granular Activated Carbon (GAC) vessels, and an ion exchange system, construction of dual brine pipelines. Cost: $20m. • 30 HSIP Traffic Signal Improvements at Various Transtech Client Cities(Federally Funded).Worked as Resident Engineer on various HSIP funded Traffic Signal Improvements projects for various Transtech Client Cities. Cost: $40m. ON-CALL . , CONSTRUCTION MANAGEMENT,MATERIALS TESTING SERVICES,and INSPECTION SERVICES TRANSTECI! 1259 Technical Proposal 28 15 ATP Pedestrian Safety and Safe Routes to School Improvement Projects at Various Transtech Client Cities(Federally Funded).Worked as Resident Engineer on various pedestrian safety projects for various Transtech Client Cities. Cost: $35m. 7 MICHAEL ACKERMAN, PE, QSD, QSP, QISP, Sr. Engineer (PM/CM/RE/Eng and Constructability Review ' Support) Education . BS in Engineering Registrations/Certifications . RE Academy, Caltrans ▪ Water Pollution Control Compliance on Construction Sites for RE, Caltrans . Construction Program Management Workshop, FHWA . Field Office Procedures Course, Caltrans . California Work Zone Inspection—High Speed, Caltrans . Asphalt Concrete Inspection and Rehabilitation Strategies, Caltrans Highlights Mr. Ackerman has over 20 years of experience. At Transtech, he has been working as a Sr. Engineer at various Transtech City Engineering Contracts. He has served at various Cities under Transtech's City Engineering Contracts, including Temple City, Huntington Park, and Alhambra. He has a broad knowledge of municipal government operations, including preparation and presentation of staff reports/resolutions to city councils, committees and interaction with public, various city departments, city council and other governmental agencies. Mr. Ackerman's experience also includes working at Caltrans and other agencies: o Caltrans District 8: Mr. Ackerman was a civil transportation engineer for Caltrans District 8 where he was involved in the design and construction of various projects. • City of San Bernardino: Mr. Ackerman was involved in various projects, including Development Review and Plan Check, Design and Project Management. • City of Huntington Park: Mr.Ackerman worked as contract City Engineer under Transtech's municipal services contract and later as City Engineer and Interim Director of Public Works under the City. AZITA FAKOORBAYAT, PE, Sr. Engineer(PM/CM/RE Support) Education . BS in Civil Engineering Registrations/Certifications . Registered Civil Engineer Highlights Ms. Fakoorbayat has over 25 years of experience. She has a broad knowledge of municipal government operations, including preparation and presentation of staff reports/resolutions to city councils, committees and interaction with public, various city departments, city council and other governmental agencies. Contract CIP Project Manager, City of Chino:_As contract CIP Project Manager, coordinate various CIP projects throughout project design phase, including concrete, asphalt, storm drain, sewer, water, grading, traffic signal, accessibility. Conduct design review, PS&E review, constructability and biddability review, and manage design phase of various CIP projects, and manage and coordinate various CIP projects with various design engineers to ensure project design phases are completed within time and budget, and proceed with construction. Public Agency Experience: • Principal Engineer, City of Costa Mesa, CA • As Principal Engineer, perform a broad range of highly complex and professional; • Civil Engineer I, Pierce County Public Works Utilities and Transportation • Services, Design Section, Tacoma, WA • Assistant City Engineer, City of Sumner, Sumner, WA �'�'i., _._. ON-CALL • CONSTRUCTION MANAGEMENT,MATERIALS TESTING SERVICES,and INSPECTION SERVICES TRANSTECH 1260 Technical Proposal 29 Private Consulting Experience: • Senior Project Manager,Afb Group, Laguna Niguel, Ca • Senior Project Manager, Berryman&Henigar, Santa Ana, Ca • Project Manager, CNC Engineering, Newport Beach, Ca • Senior Design Engineer/Project Manager, Harding Lawson Associates Group Inc., Bellevue, Wa MICHAEL DAVID LLOYD, PE,TE,QSD, QSP,Sr. Engineer(PM/CM/RE Support) Education • MS Civil Engineering, Texas A&M University . BS Civil Engineering, Southern Methodist University . MS Public Policy, Georgetown University Registrations/Certifications • Licensed Civil Engineer • Licensed Traffic Engineer • QSD, QSP Highlights Mr. Lloyd has over 30 years of experience, including working in both public and private sector. He has a broad knowledge of municipal government operations, including preparation and presentation of staff reports/resolutions to city councils, committees and interaction with public, various city departments,city council and other governmental agencies. Mr. Lloyd has worked for the City of Moreno Valley for 25 years and been responsible for the programming, designing and delivery of multi-disciplinary capital improvement program projects, and served in various capacities as: • Assistant City Manager responsible for Public Works and Community Development Departments . Public Works Director . City Engineer Land Development Division Manager . Land Development Engineer . Sr. Engineer . Civil Design Engineer . Traffic Engineer • CIP Project Manager • Construction Manager As part of his responsibilities, Mr. Lloyd has: . Maintained regular communications with developers and business owners working within the City to ensure satisfactory project progress. • Represented the City at WRCOG committees. . Oversaw upgrades to Accela/Digital Plan Room that streamlined the submittal process. . Oversaw the restructuring of Moreno Valley Utility and staffing of new positions. . Assisted with the restaffing of the Business and Safety Division, Planning Division, and Community Enhancement Division. . Ensured City Council priorities are addressed in a timely manner with positive outcomes. . Oversaw Department's preparation and submittals for various grant applications consistent with City Council priorities and the CIP. EARL FRASER,QSP, Field Construction Manager/Inspector(Field PM/CM/CI Support) Education AO E t_' . Various Professional Seminars Registrations/Certifications ' frowN,rr '? ON-CALL • CONSTRUCTION MANAGEMENT,MATERIALS TESTING SERVICES,and INSPECTION SERVICES TRnivsrECh 1261 Technical Proposal 30 • Registered Construction Inspector by American Construction Inspectors Association . QSP (Construction General Permit Qualified SWPPP Practitioner). Highlights 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: • Firestone Blvd, Alondra Blvd, Studebaker Rd Traffic Signal Improvements Project, HSIP Cycle 7 (Federally Funded), City of Norwalk: Traffic signal improvements (poles, mast arms, controllers, conduits), accessibility improvements, signage and striping. Cost: $6.0m. • Traffic Signal Improvements HSIP Cycle 6 (Federally Funded) 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 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 "`/r+"+k`: ON-CALL -; _ CONSTRUCTION MANAGEMENT,MATERIALS TESTING SERVICES,and INSPECTION SERVICES TRANSTECk 1262 Technical Proposal 31 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. ROBERT MINES, Field Construction Manager/Inspector(Field PM/CM/CI Support) Education UCLA, Certificate in Construction Management . Ventura College, Psychology Highlights Mr. Mines has approximately 35 years of experience in general engineering/public works and building construction projects. He has worked as construction management and project inspector for a number of agencies including LA Metro, City of LA Public Works, City of LA Airports and City of LA Water and Power. His experience includes all types of public works improvements including pavement rehabilitation (asphalt and concrete), water, sewer, storm drain, traffic signals, striping, grading, utilities. Mr. Mines has knowledge of standards and procedures for public agencies,including the Green Book, Caltrans,and has extensive experience in traffic control, safety and OSHA compliance requirements. He has knowledge of standards and procedures for public agencies, including the Green Book, Caltrans, and has extensive experience in traffic control, safety and OSHA compliance requirements. Mr. Hirsh also has experience in inspecting federally funded projects to ensure compliance with the Caltrans LAPM. Prior to joining Transtech, Mr. Mines worked for the City of Los Angles Public Works Department, and for City of Los Angeles Water and Power for approx. 30 years. Mr. Mines' experience as construction manager, project manager and public works inspector includes: • FY 23-24 Pavement Rehabilitation Project, City of Commerce: Pavement rehabilitation (asphalt), concrete curb and gutter, sidewalk,curb ramps, signage and striping and related work. Project Cost:$8.0 M. • Clean California Cycle 1 City Beautification Project, City of Commerce: Concrete landscape medians, irrigation, pavement rehabilitation, signage and striping. Cost: $1.5 M. • Citywide Traffic Signal Improvements (HSIP), City of Commerce: TS modifications at various signalized intersections. Cost: $2.2 M. • Senior Construction Manager& Inspector, MARRS Corp • Project Superintendent I Thorpe Development West • Construction Inspector, City of Los Angeles/Public Works • Underground Distribution Construction Mechanic, City of Los Angeles/Water and Power • Maintenance and Construction Helper, City of Los Angeles/Airports • Special Program Assistant, City of Los Angeles/Recreation and Parks l JEFFREY HIRSH, Field Construction Manager/Inspector(Field PM/CM/CI Support) Education SDSU, College Level Classes Registrations/Certifications . Cal OSHA 10 hour construction certified . Construction Site Storm Water Training Highlights Jeffrey Hirsh has approximately 25 years of experience in general engineering/public works and building construction projects. He has worked in the capacity of foreman, site superintendent and project manager. In these capacities,he has been involved in a wide variety of private and public works construction projects in Type ON-CALL CONSTRUCTION MANAGEMENT,MATERIALS TESTING SERVICES,and INSPECTION SERVICES TRANSIECh 1263 Technical Proposal 32 A(General Engineering)and Type B (Building)construction. He has knowledge of standards and procedures for public agencies, including the Green Book, Caltrans, and has extensive experience in traffic control, safety and OSHA compliance requirements. Mr. Hirsh also has experience in inspecting federally funded projects to ensure compliance with the Caltrans LAPM. Following are examples of projects where Mr. Wheeler served as the Project Inspector and provided on-site CM Support: • Washington Boulevard Widening and Reconstruction Project(Federally Funded), City of Commerce • Temple City HSIP Project, Traffic Signal Imp and Pavement Rehab (Federally Funded), City of Temple City • City-Wide Annual Street Rehab Project, City of Commerce . La Ballona Safe Routes to School (Federally Funded), City of Culver City • Uptown Parking Structure, City of Whittier . Garvey Park Facility Improvements . Lugo Park Artificial Turf Soccer-Field and Park Project in the City of Cudahy • Metrolink Station Improvements, City of Commerce Jeffrey's prior experience includes: 2013-2014, PSBI Parking Structure Construction • Sr. Superintendent Construction of a 6-level parking structure for the City of Alhambra. 1995-2013, Harwood Homes, Inc. . Vice President - Construction/Forward Planning Managed 35 Development Projects - SFR/Multi- Unit/Commercial . Raw land development through onsite construction, including final and post occupancy. Supervised all aspects of planning, development and construction processes. • Responsible for construction of 2000+ single family homes. . Responsible for construction of 850+ attached units. . Successfully developed and completed multiple commercial project sites including strip centers and a large, automated car wash facility. • Supervised 20+ Construction Superintendents. . Compliance Management for all codes, conditions and ordinances. 1992-1995, Overland Company • Site Superintendent—SFR Tract Home Development 1985-1992, Cambridge Development • Site Superintendent/Assistant Superintendent CRAIG M. WHEELER, Field Construction Manager/Inspector(Field PM/CM/CI Support) Education . BA Registrations/Certifications . NASSCO-Certified Inspector (Pipeline, Lateral and Manhole Assessments); Licensed A General Eng. Contractor Highlights Mr. Wheeler has more than 30 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. His experience includes pavement rehab, ADA, sidewalk, curb&gutter, grading, wet and dry utilities, roadway reconstruction and resurfacing, bridge construction and rehabilitation, water and sewer lines, RCP or RCB storm drains, pump stations, booster pump stations, street lights, traffic signals-new and upgrade/modifications, parks, parking lots, structures and other related types of projects. 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, (_r ON-CALL CONSTRUCTION MANAGEMENT,MATERIALS TESTING SERVICES,and INSPECTION SERVICES TRAMSTECH 1264 Technical Proposal 33 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. He has inspected projects that are funded with State and Federal Funds and is familiar Caltrans LAPM for Contract Administration. Following are examples of projects where Mr. Wheeler served as the Project Inspector and provided on-site CM Support: . 2019 Residential and Arterial Pavement Improvement, I-159/1-139; City of Torrance • Public Works Inspection (Staff Augmentation); City of Newport Beach • Alicia Parkway Rehabilitation; City of Aliso Viejo • FY 2017-18 Street Rehabilitation; City of La Habra Heights • Beltway Operational Improvements; Caltrans ' Bakersfield • University Drive Widening (Campus to MacArthur); City of Irvine • The Tracks at Brea—Segment No. 4; City of Brea • CDBG Asphalt Repairs and Asphalt Overlays FY 2017; City of Mission Viejo • Annual Pavement Preservation Program FY 2018-19 and 2015-16; City of Yorba Linda . FY 2015-2016 Annual Citywide Sidewalk Repairs; City of Santa Monica • Manhattan Beach Water Line and Street Improvements; City of Manhattan Beach . Harbor Boulevard Median and LS Improvements; City of Costa Mesa • Citywide Sewer Repairs; City of West Hollywood • Emergency Storm Drain Repair; City of Torrance • Concrete Repair Program, Phase VI (CDBG); City of West Hollywood . Bedford Canyon Road Realignment; City of Corona • Ontario Avenue Median Improvements; City of Corona • SR-60/Market Street Improvements; City of Riverside . Rimpau Park; City of Corona • LAX Terminal Fuel Access Transmission Line Installation and Taxiway Paving Improvements • JOE LARA, QSP, Field Construction Manager/Inspector(Field PM/CM/CI Support) Education • * • Courses in Public Works—Citrus College • Courses in Civil Engineering —Mount San Antonio College Registrations/Certifications • OSHA 30-Hour Construction Safety& Health (License#34-602288731) . Metrolink Railroad Safety Trained (License# 1448816) • Public Works Certificate Level 1 • QSP Certification Training • Public Works Construction Inspection • General Engineering A Contractors License (License#825064) Highlights Mr. Lara has approximately 35 years of experience, of which 25 years has been working as the Public Works Inspector for the Orange County Sanitation District and City of Pomona, in the public sector. Mr. Lara led cross functional teams of construction workers and staff to ensure that construction, rehabilitation, and installation aligns with given plans, specifications, contracts, and regulations. His experience includes inspecting of all types of public works construction project: roadway construction, pavement rehabilitation, signals, grading, storm drains, sewer mains, concrete structures, sidewalks, and gutters. He also worked on county, state and federal funded projects. He has knowledge of standards and procedures for public agencies, including the Green Book, Caltrans, and has extensive experience in traffic control, safety and OSHA compliance requirements. Mr. Lara also has experience in inspecting federally funded projects to ensure compliance with the Caltrans Local Assistance Procedures Manual. He also has extensive experience in communicating/working with the public/adjacent property owners, and being proactive in dealing with complaints and comments and minimizing project impacts. ''`-ZioP CONSTRUCTION MANAGEMENT,MATERIALS TESTING SERVICES,and INSPECTION SERVICES TRANSTEC{! 1265 Technical Proposal 34 NilKEITH WYATT, Field Construction Manager/Inspector(Field PMICMICI Support) Education . BA, UC Irvine, CA Registrations/Certifications • Union Carpenter Apprenticeship School • 10-Hr, 30-Hr. OSHA • SWPPP Certified . FEMA Training: IS-3, IS-100.PWb, IS-200.b, IS-325, IS-552, IS-556, IS-700.a, IS-800.a, IS-803, IS-806, IS- 809, IS-907 . ICC: Building, Electrical, Mechanical, Plumbing . OSHA 30 Hour Trained Highlights Mr. Wyatt has approximately 25 years of experience in in the construction field in building and engineering/public works projects. He has worked in the capacity of superintended, project manager and construction manager for consulting firms, as well as construction companies. In these capacities, he has been involved in a wide variety of private and public works construction projects in Type A (General Engineering) and Type B (Building). The projects include, but not limited to, construction of new buildings, seismic upgrades, ADA upgrades, TI improvements, site development, roads, parking facilities, utilities, etc. The type of buildings include community centers, schools, hospitals, warehouses, distribution centers, and various other projects. He has managed projects under Design-Bid-Build, Design-Build, Construction Manager/GC at Risk, Multi-Prime delivery methods. He has extensive experience in all phases of projects, including planning/development,entitlement and permitting bidding, construction, close-out, full-life cycle, project workflow, operations/systems development, scheduling, estimating, cost and budget control, contract negotiations, change order management, bid preparation, safety. Few examples of various projects representative of his experience include: . Served as on-site Project Superintendent/Field Construction Manager for Rancho Cucamonga Central Park (50 acre site), Sr. Center Community Building (57,000 sqft) in Rancho Cucamonga. Cost$21 million. . Served as on-site Project Lead Superintendent for LAPD Sheriff Stations. o$14 million Lakewood Sheriff Station Remodel and addition to the existing Station. o$34.5 million LAPD Harbor Replacement Station. . Served as Owner's Representative, On-site Project Manager, Construction Manager for Dignity Health St. Bernardine Medical Center. Delivered under Design Build (DB) method, $105 million - Served as on-site Project Superintendent, Project Manager/Construction Manager for Amazon Distribution Center in San Bernardino, CA. This project involved Renovation and TI of a 700,000 sqft warehouse,and added 34,000 sqft of office area, $19.2 million. . Served as on-site Project Superintendent, Project Manager/Construction Manager for Maimonides Academy in West Hollywood, $17.3 million. . Served as Owner's Representative, On-site Project Manager, Construction Manager for Patton State Hospital - Highland CA DGS project performed for DSH, $33 million. . Served as on-site Project Superintendent, Project Manager/Construction Manager for several projects for Corona/Norco Unified School Districts, Ontario. o Vicentia Elementary, Coronita Elementary, Lincoln Elementary. $19 million. o LA Sierra High School Athletic Fields. Myra Linn Elementary and Valley View Elementary. New administration buildings and electrical upgrades. $17M. o Norte Vista High School,Arizona Middle School, Loma Vista Middle School. New classroom additions. $23M. E - RYAN BRESLER, Field Construction Manager/Inspector(Field PM/CM/CI Support) so Education: �! • Associate of Arts Degree, Crafton Hills College Yucaipa e ON-CALL t. w"` CONSTRUCTION MANAGEMENT, MATERIALS TESTING SERVICES,and INSPECTION SERVICES TRANSIEdl 1266 Technical Proposal 35 Certification: • Project Manager Program Certificate, University of California Riverside • 30 Hour OSHA Training Highlights: Mr. Bressler has over 25 years of experience in Project Management. His extensive background in Project Management demonstrates across various projects including construction, education, healthcare, and infrastructure. he has been involved in a wide variety of private and public works construction projects in Type A (General Engineering) and Type B (Building). Few examples of various project: • San Manuel Mission Indians: Senior Project Manager overseeing the East Reservation Infrastructure Project (SCE &AT&T) ($6 million. • Pinner Construction: Project Manager responsible for managing the Dale Junior High School and Polaris Remodel project worth $45 million. • CCK & Associates, Inc.: Pomona Valley Hospital renovations, 6th Floor Conversion from SNF to Med/Surg Telemetry-$11.4 million, (3) Cath Labs-$8.5 million, CT Scan- $2.3 million, Converting DOU to ICU-3- $12.5 million & 2019 Project Budgeting - $23.6 million budget • Calvary Chapel of Redlands / Rock Construction: Project Manager overseeing the construction of a Concrete Tilt-up sanctuary and core and shell project worth $12.3 million. • Whiting-Turner Contracting Company • Project Engineer involved in various projects including office buildings, casino kitchen remodel, and mall expansion, with budgets ranging from $2 million to $27 million. JAMES PAGAN!, Field Construction Manager/Inspector(Field PM/CM/CI Support) 0 Education: • , tueg Registrations/CertificBAo cherColle ations: BCSP Constr. Health and Safety Technician; CalOES SAP Evaluator; DSA Certified Accessibility Specialist; FEMA Training: IS-3, IS-100.PWb, IS-200.b, IS-325, IS-552, IS-556, IS-700.a, IS-800.a, IS-803, IS-806, IS-809, IS-907; ICC: Building, Electrical, Mechanical, Plumbing; OSHA 30 Hour Trained Highlights: Mr. Pagani has approximately 15 years of experience in public works construction management and inspection. Mr. Pagani has thorough knowledge and understanding of construction both on the jobsite and in the office, experience working with the various trades, designers, and managers of many different types of projects. Examples of his project experience as Public Works Inspector/Construction Manager includes: City of Rialto, Public Works Encroachment Permit Inspections; City of South El Monte, Public Works Encroachment Permit Inspections; Primrose Park Improvements, City of Temple City; FY 20/21 Pavement Rehab, City of West Covina; Previous Experience-Koury Engineering, Combination Inspector. r ROBERT RUIZ, Inspector(Inspection Support) 4 V 0 Education: 4. • Mt. San Antonio College, General Education • California State University, Sacramento - Home Courses-Water Distribution Systems Operation and Maintenance, Water Treatment Plant Operations • Storm Water Training Highlights: Mr. Ruiz has approximately 30 years of experience in general engineering/public works and building construction projects. He has worked in the capacity of foreman,site superintendent and project manager. In these capacities, he has been involved in a wide variety of private and public works construction projects in Type A (General Engineering) and Type B (Building) construction. Mr. Ruiz worked as with a number of agencies, including Federal Highways, State of California, County of Riverside, County of San Bernardino, County of Riverside, San CONSTRUCTION MANAGEMENT, MATERIALS TESTING SERVICES,and INSPECTION SERVICES TRANSTECl/ 1267 Technical Proposal 36 Bernardino, EVMWD, Coachella Valley Water District, Golden State Water and other Special Districts throughout California. He has knowledge of standards and procedures for public agencies, including the Green Book, Caltrans, and has extensive experience in traffic control, safety and OSHA compliance requirements. Mr. Ruiz also has experience in inspecting federally funded projects to ensure compliance with the Caltrans Local Assistance Procedures Manual. He also has extensive experience in communicating/working with the public/adjacent property owners, and being proactive in dealing with complaints and comments and minimizing project impacts. ROBERT GARCIA, Inspector(Inspection Support) * Education: I" • California State University, Los Angeles, Continuing Education/Public Works Construction Inspection Course • California State University,Sacramento, Water Program/Operation and Maintenance of Wastewater Collection Systems Highlights: Mr. Garcia has approximately 30 years of experience, of which 20 years has been working as the City Public Works Inspector for the City of Palmdale. His experience includes inspecting of all types of public works construction project: roadway construction, pavement rehabilitation, signals, grading, storm drains, sewer mains, concrete structures, sidewalks, and gutters. He also worked on county, state and federal funded projects. Mr. Garcia provided public works inspection services to the following Transtech client Cities: City of Hesperia, City of Commerce, City of Maywood, City of Cudahy. cANDY CARLTON, Inspector(Inspection Support) i Education: • Computer Science, California State University, Fullerton Highlights: Mr. Carlton has approximately 15 years of experience, of which 5 years are in Inspection. Mr. Carlton works as Public Works Inspector capacity at various Transtech client cities, which include Temple City, Commerce, South El Monte as Public Works Inspector issuing encroachment permits to various public works projects. His inspection experience in this capacity includes steel, masonry, concrete sidewalks, curb ramps, curb & gutter, driveways, on-site&off-site grading,trenching,traffic control measures,and street pavement. Recent projects representative of Mr. Carlton's recent PW inspection experience include: City of Pico Rivera, METRO, Hot Spots Intersection Improvements Rosemead Boulevard at Slauson Avenue; City of Commerce, Atlantic Boulevard Improvements as part of METRO Call for Projects; City of South Gate, Safe Routes to School (SR2S) Cycle 10 Improvements Project. CLEMENTE ELIZALDE, Inspector(Inspection Support) 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 Registrations/Certifications . Certified International Municipal Signal Association "IMSA" level III Technician Highlights Mr. Elizalde has over 30 years of experience in general engineering/public works projects. He has worked in the capacity of signals technician, supervisor, and public works inspector. He has knowledge of standards and procedures for public agencies, including the Green Book, Caltrans,and has extensive experience in traffic signal systems inspection, maintenance and installation, traffic control, safety and OSHA compliance requirements. Mr. Elizalde also has experience in inspecting federally funded projects to ensure compliance with the Caltrans Local Assistance Procedures Manual. His experience as public works inspector at Transtech includes: . HSIP Cycle 7, Firestone Blvd ITS Improvements, City of Norwalk (Fed. Funded) ($2.0M): Traffic signal `e ` ON-CALL _ / -- •%�r�� = CONSTRUCTION MANAGEMENT,MATERIALS TESTING SERVICES,and INSPECTION SERVICES TRAM TEck 1268 Technical Proposal 37 improvements (poles, mast arms, controllers, conduits), accessibility improvements, signage and striping. Transtech provided construction management/inspection services. . HSIP Cycle 7, Traffic Signal Improvements at Alondra Blvd, City of Norwalk (Fed. Funded) ($2.0M): Traffic signal improvements (poles, mast arms, controllers, conduits), accessibility improvements, signage and striping. Transtech provided construction management/inspection services. . HSIP Cycle 7,Traffic Signal Improvements at Studebaker Road,City of Norwalk(Fed. Funded)($2.0M):Traffic signal improvements (poles, mast arms, controllers, conduits), accessibility improvements, signage and striping. Transtech provided construction management/inspection services. Prior to joining Transtech, Mr. Elizalde worked at the City of San Bernardino. FURKAN CETINKALE,Associate Engineer(Office Engineer/PMICM/Project Controls Support) pi- Education • BS Engineering, MS Engineering Management(both CalPoly Pomona) Highlights Mr. Cetinkale has approximately 7 years of experience in the construction. He has extensive experience in all phases of projects, including planning/development, entitlement and permitting bidding, construction, close-out, full-life cycle, project workflow, operations/systems development, scheduling, cost and budget control, contract negotiations, change order management, bid preparation, safety. He has worked in the capacity of Office Engineer and Deputy Construction Manager/Project Manager/Owner Representative, for consulting firms. In these capacities,he has been involved in a wide variety of private healthcare projects in OSHPD 1 &3 categories. The projects include, but not limited to, construction of new buildings, seismic upgrades, medical equipment replacement, medical office build-outs, TI improvements , site development, etc. The type of buildings include hospitals, outpatient clinics, digital imaging centers various other projects. He has managed a variety of healthcare projects, ranging from $50K to over $85 million in budget, which involved coordination, processing and approvals by Planning, Engineering and Building Departments of Local Agencies/Municipalities; California Department of Public Health(CDPH);California Office of Statewide Health Planning and Development(OSHPD) [OSHPD became the Department of Health Care Access and Information(HCAI);Occupational Safety and Health Administration (OSHA). He also worked on Infrastructure projects, most recently Street Rehab Project(Temple City, $4M), Grand Park Project Phase I Demolition and Haz-Mat Abatement(Ontario, Phase I$5M, Total Project Development Estimated $90M). Skills: MS Project, MS Visio, Procore, E-Builder, Primavera, Bluebeam ADAM TALBOT,Associate Engineer(PM, CM, Office Eng, Project Controls Support) 1"* Education . BA California Polytechnic State University, San Luis Obispo Highlights Mr. Talbot has approximately 10 years of experience in the construction. He has extensive experience in all phases of projects, including planning/development, entitlement and permitting bidding, construction, close-out, full-life cycle, project workflow, operations/systems development, scheduling, cost and budget control, contract negotiations, change order management, bid preparation, safety. He has worked in the capacity of Office Engineer and Construction Manager/Project Manager/Owner Representative, for construction and consulting firms. In these capacities, he has been involved in a wide variety of facilities, commercial office, luxury retail, mixed use/multifamily,and data center projects. The projects include, but not limited to corporate office buildouts, tenant improvements, historical renovations, cost/program management, etc. He has managed a variety of facilities and construction projects, ranging from$30K to over$30 million in budget,which involved coordination, processing and approvals by Planning, Engineering and Building Departments of Local Agencies/Municipalities. ON-CALL i _ CONSTRUCTION MANAGEMENT,MATERIALS TESTING SERVICES,and INSPECTION SERVICES TRANSTECk 1269 Technical Proposal 38 RUDOLPH RODRIGUEZ, EIT, Associate Engineer(Office Engineer/PM/CM/Project Controls Support) Education �.� . B.S Civil Engineering, Cal Poly Pomona t Highlights Mr. Rodriguez has approximately 5 years of experience in Public Works Engineering, and Transportation and Traffic Engineering. He works in the Public Works Department/City Engineering at Transtech's client Cities assisting City Engineers and Public Works Directors. He also serves as Office Engineer on construction projects and assists Resident Engineers and Construction Managers with contract administration, document control, contract compliance. He also assists at the public works permit counter and in permit issuance. BRIAN CERVANTES, MBA, Associate Engineer(Office Engineer/PM/CM/Project Controls Support) 3, Education - • MBA, Cal Poly Pomona • B.S Civil Engineering, Cal Poly Pomona Highlights Mr. Cervantes has approximately 4 years of experience in Public Works Engineering, and Transportation and Traffic Engineering. He works in the Public Works Department/City Engineering at Transtech's client Cities assisting City Engineers and Public Works Directors. He also serves as Office Engineer on construction projects and assists Resident Engineers and Construction Managers with contract administration, document control, contract compliance. He also assists at the public works permit counter and in permit issuance. LEONARDO MARTINEZ, Associate Engineer(Office Engineer/PM/CM/Project Controls Support) • - Education • B.S Civil Engineering, Cal Poly Pomona I • Associate of Science in Engineering, Cerritos College Highlights Mr. Martinez has approximately 5 years of experience He works at various Cities under Transtech's Municipal Services Contracts in support of Transtech's City Engineers, Project Managers and Construction Managers. His experience includes CIP management support, Inspection support, coordination with City Departments, Utility Companies, Caltrans, other Regulatory Agencies, Developers, Consultants, Contractors, and overall management and coordination support for a variety projects from design thru plan review and approvals and construction. Recently, Mr. Talbot managed following recent projects at Transtech: • Temple City, City Hall Roof and HVAC Equipment Replacement Project • Temple City, $3.5M).Temple City, Street Rehab Project(Temple City, $7M) • Temple City, Park/Live Oak Park Projects(Temple City, $4.5M) Prior to joining Transtech, Mr. Talbot has worked in the capacity of Office Engineer and Construction Manager/Project Manager/Owner Representative, for construction and consulting firms. • Turner& Townsend Construction Los Angeles, CA, Senior Project Manager • Gardiner&Theobald Construction Los Angeles, CA, Project Manager • Big Wave Window, LLC San Gabriel, CA , Operations Manager • MM Enterprises, LLC Los Angeles, CA, Security Project Manager • Regent L.P. Beverly Hills, CA, Facilities Manager • Apple, Inc. Pasadena, Glendale, San Luis Obispo, CA, Facilities & Operations Lead JEFFREY KAO, PE, CBO, CASp, Sr. Engineer(Constructability Review-ADA Review Support) Education • MS, BS Civil Engineering, Cal Poly ON-CALL . VilleCONSTRUCTION MANAGEMENT,MATERIALS TESTING SERVICES,and INSPECTION SERVICES TRANSTECIf 1270 Technical Proposal 39 Registrations/Certifications • Registered Civil Engineer; CASp . ICC Certified Building Official, California Building Plans Examiner, CalGreen Inspector, CalGreen Plans Examiner, Mechanical Plans Examiner, Plumbing Plans Examiner, Building Inspector Highlights Mr. Kao has over 20 years of experience and has been working at Transtech as Deputy Building Official, Senior Plans Examiner, On-Site Over the Counter Plans Examiner and performed plan checks for a variety of residential and commercial projects in Cities of Alhambra, South Pasadena, and Temple City. Mr. Kao has broad knowledge of building and safety operations, including working in the capacity of Deputy Building Official and Plans Examiner. His past experience includes working as a structural engineer for 4 years at a structural design firm. BAHMAN JANKA, TE, Sr. Traffic Engineer(Traffic Control Engineering Review Support) *. Education . MS, BS in Civil Engineering Registrations/Certifications • Registered Traffic Engineer Highlights Mr. Janke has over 35 years of experience in Traffic Engineering and Transportation Planning. He has served as City Traffic Engineer and Transportation Director for public agencies, including: • City of Pasadena, California: Transportation Administrator; City of Santa Clarita, California: City Traffic Engineer; City of Fremont, California: Associate Transportation Engineer; City of Palo Alto, California: Associate Transportation Engineer; Entranco Engineers, Bellevue, Washington: Transportation Engineer. ALI F.ZAGHARI, PE, PMP, Sr. Engineer(PM/Coordination Support in Caltrans Permit Involved Projects) Education . MS, BS in Civil Engineering ' Registrations/Certifications . Registered Civil Engineer Highlights Mr. Zaghari has over 35 years of experience in Transportation Management & Operations at various capacities in the California Department of Transportation (Caltrans). His career path includes a number of key managerial positions in Caltrans leading to his last position as the Deputy District Director (DDD) for Traffic Operations at Caltrans District 7 in Los Angeles. As a member of District 7 Executive Team, Mr. Zaghari was responsible for policy, development and implementation of the traffic operations assets and the safe mobility of all users of the State Highway System (SHS) consisting of approximately 1500 center miles of freeways and conventional highways in Los Angeles and Ventura counties. He managed an operating budget of approximately $70M encompassing both operations management and capital outlay support needs. The organization under his leadership included critical functions such as Intelligent Transportation Systems (ITS), Traffic Design, District Traffic Manager(DTM), Corridor Management, System Performance, and Encroachment Permits. ON-CALL 4' CONSTRUCTION MANAGEMENT,MATERIALS TESTING SERVICES,and INSPECTION SERVICES TRAWL-CFI 1271 Technical Proposal 40 SUBCONSULTANTS: • GEO-ADVANTEC, Inc, www.qeoadvantec.com - Materials Testing and Inspection Support Geo-Advantec offers comprehensive services in various areas from site feasibility evaluation thought project completion for a wide range of projects and services, which include: Geotechnical Eng.; Eng. Geology; Geotechnical Earthquake Eng.; Geotechnical Instrumentation; Pavement Eng.; Forensic Geotechnical Eng.; Grading Monitoring and Field Testing; Soils & Materials Laboratory Testing; Special Inspection Services. Geo-Advantec owns a certified laboratory accredited by AMRL (ASSHTO Materials Reference Laboratory), in conformity to the requirements of the AASHTO Accreditation Program(AAP),AASHTO R-18,ASTM D3740 and ASTM E329;CCRL(Cement and Concrete Reference Laboratory); Caltrans; DSA(the Department of the State Architects); Army Corp of Engineers. • AVANT GARDE, Inc. (DBE/WBE Firm); www.agi.com.co—Grant/State/Federal Labor Compliance Support Established 15 years ago, Avant-Garde is a progressive full-service public agency firm. The firm is working with various programs and projects throughout the entirety of Southern California, including counties of Los Angeles, Riverside, Orange, and San Bernardino. (Transtech has worked with this subconsultant before.) • Shane L. Silsby, PE. DB/PDP Projects Advisor(Former Director of Orange County Public Works); Silsby Strategic Advisors, www.silsby-sa.com Silsby Strategic Advisors was launched in 2022 by Shane L. Silsby, PE., Former Director of Orange County Public Works, to create an independent strategic resource for local governments and their constituents to access for creative solutions, based upon years of complex public and private sector experience. The firm focuses on interactions between a government and its various agencies to support transactions such as horizontal integration (between 9 agencies at the same level—i.e.,cities)and vertical integration(between agencies at different levels—i.e., city versus state)to facilitate increased efficiency,communication, and work flows to better serve jurisdictional constituents within key lines of business. ON-CALL CONSTRUCTION MANAGEMENT,MATERIALS TESTING SERVICES,and INSPECTION SERVICES TRANSTECh 1272 EXHIBIT "B" Payment Schedule (Hourly Payment) A. Hourly Rate CONSULTANT'S fees for such services shall be based upon the following hourly rate and cost schedule: SEE ATTACHED EXHIBIT B B. Travel. Charges for time during travel are not reimbursable C. Billing 1. All billing shall be done monthly in fifteen (15) minute increments and matched to an appropriate breakdown of the time that was taken to perform that work and who performed it. 2. Each month's bill should include a total to date. That total should provide, at a glance, the total fees and costs incurred to date for the project. 3. A copy of memoranda, letters, reports, calculations and other documentation prepared by CONSULTANT may be required to be submitted to CITY to demonstrate progress toward completion of tasks. In the event CITY rejects or has comments on any such product, CITY shall identify specific requirements for satisfactory completion. 4. CONSULTANT shall submit to CITY an invoice for each monthly payment due. Such invoice shall: A) Reference this Agreement; B) Describe the services performed; C) Show the total amount of the payment due; D) Include a certification by a principal member of CONSULTANT's firm that the work has been performed in accordance with the provisions of this Agreement; and E) For all payments include an estimate of the percentage of work completed. Upon submission of any such invoice, if CITY is satisfied that CONSULTANT is making satisfactory progress toward completion of tasks in accordance with this Agreement, CITY shall approve the invoice, in which event payment shall be made within thirty (30) days of receipt of the invoice by CITY. Such approval shall not be unreasonably withheld. If CITY does not approve an invoice, CITY shall notify CONSULTANT in writing of the reasons for non-approval and the schedule of performance set forth in Exhibit "A" may at the option of CITY be suspended until the parties agree that past performance by CONSULTANT is in, or has been brought into compliance, or until this Agreement has expired or is terminated as provided herein. 1273 5. Any billings for extra work or additional services authorized in advance and in writing by CITY shall be invoiced separately to CITY. Such invoice shall contain all of the information required above, and in addition shall list the hours expended and hourly rate charged for such time. Such invoices shall be approved by CITY if the work performed is in accordance with the extra work or additional services requested, and if CITY is satisfied that the statement of hours worked and costs incurred is accurate. Such approval shall not be unreasonably withheld. Any dispute between the parties concerning payment of such an invoice shall be treated as separate and apart from the ongoing performance of the remainder of this Agreement. 1274 Fee Proposal 2 E. Rate Sheet (submitted separately) EXHIBIT B Following is Transtech Fee Schedule for all staff classifications: TRANSTECH ENGINEERS, INC. SCHEDULE OF HOURLY RATES Effective:July 1,2025-June 30,2026 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. ENGINEERING CONSTRUCTION MANAGEMENT Field Technician $91 - $101 Labor Compliance Analyst $155 - $165 Engineering Technician $101 - $112 Funds Coordinator $160 - $171 Assistant CAD Drafter $112 - $128 Office Engineer $155 - $165 Senior CAD Drafter $128 - $144 Construction Inspector $149 - $160 Associate Designer $144 - $160 Senior Construction Inspector $160 - $171 Senior Designer $160 - $176 Construction Manager $181 - $197 Design Project Manager $203 - $213 Resident Engineer $197 - $213 Assistant Engineer $123 - $133 PUBLIC WORKS INSPECTION Associate/Staff Engineer $155 - $171 Public Works Inspector $149 - $160 Senior Civil Engineer $213 - $235 Senior Public Works Inspector $160 - $171 Traffic Analyst Technician $106 - $118 Supervising PW Inspector $171 - $181 Associate Traffic Analyst $160 - $171 SURVEY AND MAPPING Senior Traffic Analyst $171 - $181 Survey Analyst $160 - $165 Professional Transportation Planner $181 - $197 Senior Survey Analyst $165 - $171 Traffic Engineer Technician $101 - $112 2-Man Survey Crew $368 - $384 Associate/Staff Traffic Engineer $155 - $171 Survey&Mapping Specialist $197 - $213 Traffic Engineer $181 - $197 Licensed Land Surveyor $224 - $235 Senior Traffic Engineer $197 - $218 FUNDING&GRANT WRITING Project Manager $197 - $218 Funds Analyst $155 - $160 Senior Project Manager $218 - $235 Senior Funds Analyst $160 - $171 Deputy City Engineer $181 - $203 Grant Writer $176 - $181 City Engineer $203 - $218 Funds&Grant Project Manager $197 - $208 Principal Engineer $218 - $240 PLANNING BUILDING&SAFETY Community Development Technician $85 - $96 Permit Technician $80 - $91 Planning Technician $96 - $106 Plan Check Technician/Anatyst/Supervisor $133 - $149 Assistant Planner $106 - $128 Building Inspector $123 - $139 Associate Planner $128 - $149 Senior Inspector $133 - $149 Senior Planner $155 - $176 Plans Examiner/Checker $149 - $165 Planning Manager $181 - $203 Plan Check Engineer $160 - $181 ADMINISTRATIVE STAFF Deputy Building Official $171 - $181 Administrative/Clerical $75 - $85 Building Official $176 - $192 Project Accountant $85 - $96 The above fees are increased each year July 1st automatically by the percentage change Los Angeles-Long Beach-Anaheim Califomia(or applicable region)Consumer Price Index-All Urban Consumers("CPI-U')for the preceding twelve-month period as calculated for February by the U.S. Department of Labor Bureau of Labor Statistics and published by the United States Bureau of Labor Statistic. 1275 A DATE(h91d/DD/YYYY) CERTIFICATE OF LIABILITY INSURANCE 11/27/2025 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT NAME Sandy Peters _. AssuredPartners Design Professionals Insurance Services, LLC PHONE FAX 3697 Mt. Diablo Blvd Suite 230 (NC.No.Ext):626-696-1901 (A/C.No): Lafayette CA 94549 DRESS; CertsGesignPro@AssuredPartners.com INSURER(S)AFFORDING COVERAGE _. NAIC# License#:600374$ INSURER A Travelers Casualty and Surety Co of America 31194 INSURED TRANENG-09 INSURER B:Travelers Property Casualty Company of America 25674 Transtech Engineers, Inc. 909-595-8599 INSURER C:The Travelers Indemnity Company of Connecticut 25682 13367 Benson Ave INSURER D:Hartford Casualty Insurance Company 29424 Chino CA 91710-3009 INSURERE: INSURER F: COVERAGES CERTIFICATE NUMBER:1300849156 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. -- INSR TYPE OF INSURANCE ADDL SUER POLICY EFF POLICY EXP LIMITS LTR INS° WVD POLICY NUMBER (MMIDD/YYYY) IMM/DD/YYYY) B X COMMERCIAL GENERAL LIABILITY Y Y 6805H737478 12/31/2025 12/31/2026 EACH OCCURRENCE $1,000,000 DAMAGE TO RENTED CLAIMS-MADE LX I OCCUR PREMISES(Ea occurrence) $1,000,000 X Contractual Liab MED EXP(Any one person) S 10,000 Included PERSONAL d ADV INJURY $1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $2,000,000 POLICY X E X LOC PRODUCTS-COMP/OP AGG $2,000,000 OTHER: S C AUTOMOBILELIADILITY Y Y BA3R067451 12/31/2025 12/31/2026 COMBINED SINGLE LIMIT $1,000,000 (Ea accident) ANY AUTO BODILY INJURY(Per person) $ OWNED SCHEDULED BODILY INJURY(Per accident) $ AUTOS ONLY AUTOS X HIRED X NON-OWNED PROPERTY DAMAGE $ AUTOS ONLY AUTOS ONLY (Per accident) X $ NoOwnedAutos i B X UMBRELLA LIAB X OCCUR Y Y CUP4F17434A 12/31/2025 12/31/2026 EACH OCCURRENCE $5,000,000 EXCESS LIAB CLAIMS-MADE AGGREGATE $5,000,000 DED X RETENTION S n $ D WORKERS COMPENSATION Y 57WEGAA508A 9/1/2025 9/1/2026 X AND EMPLOYERS'LIABILITY STATUTE OTH- ER Y/N ANYPROPRIETOR/PARTNER/EXECUTIVE N/A E.L.EACH ACCIDENT $1,000,000 OFFICER/MEMBER EXCLUDED? (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE S 1,000,000 If yes,DESCRIPTION IPTION OF er 0. E.L.DISEASE-POLICY LIMIT S 1,000,000 DESCRIPTION OF O ERATIONS below A Profess anal'Ltabhty 107328311 12/31/2025 12/31/2026 Per Claim $2,000,000 Aggregate Limit $4,000,000 DESCRIPTION OF OPERATIONS I LOCATIONS/VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached If more space is required) ( , Insured owns no company vehicles;therefore,hired/non-owned auto is the maximum coverage that appljqPPPOVED AS TO FORM The following policies are included in the underlying schedule of insurance for umbrella/excess liability:General Liability/Auto Liability/gmp(oyers ' Liability/Employee Benefits Liability. Project:On-Call Construction Management,Materials Testing.and Inspection Services. 0y_: MICHAEL. J.VIGLIOTTA CITY ATTORNEY CITY OF HUNTINGTON BEACH CERTIFICATE HOLDER CANCELLATION 30 Day Notice of Cancellation SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. City of Huntington Beach 2000 Main Street AU PRES ATIVE Huntington Beach CA 92648 ,!a Pugotel ©1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD POLICY NUMBER:BA-3R067451-25-47-G • ISSUE DATE:11-14-25 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. NOTICE OF CANCELLATION OR NONRENEWAL PROVIDED BY US This endorsement modifies insurance provided under the following: ALL COVERAGE PARTS INCLUDED IN THIS POLICY SCHEDULE CANCELLATION: Number of Days Notice: 60 WHEN WE DO NOT RENEW(Nonrenewal): Number of Days Notice: 1 PROVISIONS B. If we do not renew this policy for any legally A. If we cancel this policy for any legally permitted permitted reason other than nonpayment of reason other than nonpayment of premium, and a premium, and a number of days is shown for number of days is shown for Cancellation in the When We Do Not Renew (Nonrenewal) in the Schedule above, we will mail notice of Schedule above, we will mail notice of cancellation at least the number of days shown nonrenewal at least the number of days shown for Cancellation in such Schedule before the for When We Do Not Renew (Nonrenewal) in effective date of cancellation. such Schedule before the effective date of nonrenewal. IL T3 20 05 19 ©2019 The Travelers Indemnity Company.All rights reserved. Page 1 of 1 POLICY NUMBER: 6805H737478 ISSUE DATE: 12/31/2025 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED PERSON OR ORGANIZATION - NOTICE OF CANCELLATION OR NONRENEWAL PROVIDED BY US This endorsement modifies insurance provided under the following: ALL COVERAGE PARTS INCLUDED IN THIS POLICY SCHEDULE CANCELLATION: Number of Days Notice: 30 WHEN WE DO NOT RENEW(Nonrenewal): Number of Days Notice: 30 PERSON OR ORGANIZATION: ANY PERSON OR ORGANIZATION TO WHOM YOU HAVE AGREED IN A WRITTEN CONTRACT THAT NOTICE OF CANCELLATION OR NONRENEWAL OF THIS POLICY WILL BE GIVEN, BUT ONLY IF: 1. YOU SEND US A WRITTEN REQUEST TO PROVIDE SUCH NOTICE, INCLUDING THE NAME AND ADDRESS OF SUCH PERSON OR ORGANIZATION, AFTER THE FIRST NAMED INSURED RECEIVES NOTICE FROM US OF THE CANCELLATION OR NONRENEWAL OF THIS POLICY; AND 2. WE RECEIVE SUCH WRITTEN REQUEST AT LEAST 14 DAYS BEFORE THE BEGINNING OF THE APPLICABLE NUMBER OF DAYS SHOWN IN THIS SCHEDULE. ADDRESS: THE ADDRESS FOR THAT PERSON OR ORGANIZ- ATION INCLUDED IN SUCH WRITTEN REQUEST FROM YOU TO US. PROVISIONS B. If we do not renew this policy for any legally A. If we cancel this policy for any legally permitted permitted reason other than nonpayment of reason other than nonpayment of premium,and a premium, and a number of days is shown for number of days is shown for Cancellation in the When We Do Not Renew (Nonrenewal) in the Schedule above, we will mail notice of Schedule above, we will mail notice of cancellation to the person or organization shown nonrenewal to the person or organization shown in such Schedule. We will mail such notice to the in such Schedule. We will mail such notice to the address shown in the Schedule above at least the address shown in the Schedule above at least the number of days shown for Cancellation in such number of days shown for When We Do Not Schedule before the effective date of cancellation. Renew(Nonrenewal) in such Schedule before the effective date of nonrenewal. IL T4 00 05 19 0 2019 The Travelers Indemnity Company.All rights reserved. Page 1 of 1 6805H737478 COMMERCIAL GENERAL LIABILITY POLICY NUMBER: • THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s)Or Organization(s): Any person or organization that you agree in a written contract to include as an additional insured on this Coverage Part for"bodily injury"or"property damage"included in the"products- completed operations hazard", provided that such contract was signed and executed by you before, and is in effect when,the bodily injury or property damage occurs. Location And Description Of Completed Operations Any project to which an applicable contract described in the Name of Additional Insured Person(s)or Organization(s)section of this Schedule applies. Information required to complete this Schedule, if not shown above,will be shown in the Declarations. Section II — Who Is An Insured is amended to in- location designated and described in the schedule of dude as an additional insured the person(s) or or- this endorsement performed for that additional in- ganization(s) shown in the Schedule, but only with sured and included in the"products-completed opera- respect to liability for"bodily injury"or"property dam- tions hazard". age"caused, in whole or in part, by"your work"at the CG 20 37 07 04 12/31/2025 ©ISO Properties, Inc., 2004 Page 1 of 1 CG T8 OX XX XX DATE OF ISSUE: • 6805H737478 COMMERCIAL GENERAL LIABILITY POLICY NUMBER THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Names of Additional Insured Person(s)or Organization(s): Any person or organization that you agree in a written contract to include as an additional insured on this Coverage Part, provided that such written contract was signed by you before,and is in effect when,the "bodily injury"or"property damage"occurs or the"personal injury"or"advertising injury"offense is committed. Location of Covered Operations: Any project to which a written contract with the Additional Insured Person(s)or Organization(s) in the Schedule applies. (Information required to complete this Schedule,if not shown above,will be shown in the Declarations.) A. Section II —Who Is An Insured is amended to in- This insurance does not apply to"bodily injury"or dude as an additional insured the person(s) or "property damage" occurring, or "personal injury" organization(s) shown in the Schedule, but only or "advertising injury" arising out of an offense with respect to liability for"bodily injury","property committed,after: damage", "personal injury" or "advertising injury" 1. All work, including materials, parts or equip- caused,in whole or in part,by: ment furnished in connection with such work, 1. Your acts or omissions;or on the project (other than service, mainte- 2. The acts or omissions of those acting on your nance or repairs) to be performed by or on behalf; behalf of the additional insured(s)at the loca- tion of the covered operations has been corn- in the performance of your ongoing operations for pleted; or the additional insured(s) at the location(s) desig- 2 That portion of "your work" out of which the nated above. injury or damage arises has been put to its in- B. With respect to the insurance afforded to these tended use by any person or organization additional insureds, the following additional exclu- other than another contractor or subcontrac- sions apply: tor engaged in performing operations for a principal as a part of the same project. CG D3 61 03 05 Copyright zuuo ie St. Paul Travelers Companies, Inc.All rights reserved. Page 1 of 1 CG T8 OX XX XX Includes copyrighted material of Insurance Services Office, Inc.with its permission. DATE OF ISSUE: i I Policy#680511737478 COMMERCIAL GENERAL LIABILITY c. Method Of Sharing a. The statements in the Declarations are If all of the other insurance permits contribution accurate and complete; by equal shares, we will follow this method also. b. Those statements are based upon Under this approach each insurer contributes representations you made to us; and equal amounts until it has paid its applicable c. We have issued this policy in reliance upon limit of insurance or none of the loss remains, your representations. whichever comes first. The unintentional omission of, or unintentional error If any of the other insurance does not permit in, any information provided by you which we relied contribution by equal shares, we will contribute upon in issuing this policy will not prejudice your by limits. Under this method, each insurer's rights under this insurance. However, this provision share is based on the ratio of its applicable limit does not affect our right to collect additional of insurance to the total applicable limits of premium or to exercise our rights of cancellation or insurance of all insurers. nonrenewal in accordance with applicable insurance d. Primary And Non-Contributory Insurance If laws or regulations. Required By Written Contract 7. Separation Of Insureds If you specifically agree in a written contract or Except with respect to the Limits of Insurance, and agreement that the insurance afforded to an any rights or duties specifically assigned in this insured under this Coverage Part must apply on Coverage Part to the first Named Insured, this a primary basis, or a primary and non- insurance applies: contributory basis, this insurance is primary to a. As if each Named Insured were the only other insurance that is available to such insured Named Insured; and which covers such insured as a named insured, and we will not share with that other insurance, b. Separately to each insured against whom claim provided that: is made or"suit"is brought. (1) The"bodily injury'or"property damage"for 8. Transfer Of Rights Of Recovery Against Others which coverage is sought occurs; and To Us (2) The "personal and advertising injury" for If the insured has rights to recover all or part of any which coverage is sought is caused by an payment we have made under this Coverage Part, offense that is committed; those rights are transferred to us.The insured must subsequent to the signing of that contract or do nothing after loss to impair them.At our request, agreement by you. the insured will bring "suit" or transfer those rights to us and help us enforce them. 5. Premium Audit 9. When We Do Not Renew a. We will compute all premiums for this Coverage If we decide not to renew this Coverage Part,we will Part in accordance with our rules and rates. mail or deliver to the first Named Insured shown in b. Premium shown in this Coverage Part as the Declarations written notice of the nonrenewal advance premium is a deposit premium only.At not less than 30 days before the expiration date. the close of each audit period we will compute If notice is mailed, proof of mailing will be sufficient the earned premium for that period and send proof of notice. notice to the first Named Insured. The due date for audit and retrospective premiums is the date SECTION V—DEFINITIONS shown as the due date on the bill. If the sum of 1. "Advertisement" means a notice that is broadcast or the advance and audit premiums paid for the published to the general public or specific market policy period is greater than the earned segments about your goods, products or services premium, we will return the excess to the first for the purpose of attracting customers or Named Insured. supporters. For the purposes of this definition: c. The first Named Insured must keep records of a. Notices that are published include material the information we need for premium placed on the Internet or on similar electronic computation, and send us copies at such times means of communication; and as we may request. b. Regarding websites, only that part of a website 6. Representations that is about your goods, products or services By accepting this policy, you agree: for the purposes of attracting customers or supporters is considered an advertisement. Page 16 of 21 O 2017 The Travelers Indemnity Company.All rights reserved. CG T1 00 02 19 Includes copyrighted material of Insurance Services Office.Inc.with its permission. • Policy# 6805H737478 COMMERCIAL GENERAL LIABILITY occupational therapist or occupational that is available to any of your "employees" therapy assistant, physical therapist or for"bodily Injury" that arises out of providing speech-language pathologist; or or failing to provide "incidental medical (b) First aid or "Good Samaritan services" services" to any person to the extent not by any of your"employees"or"volunteer subject to Paragraph 2.a.(1) of Section II — workers", other than an employed or Who is An Insured. volunteer doctor. Any such "employees" K. MEDICAL PAYMENTS—INCREASED LIMIT or"volunteer workers"providing or failing The following replaces Paragraph 7. of to provide first aid or "Good Samaritan SECTION III—LIMITS OF INSURANCE: services"during their work hours for you will be deemed to be acting within the 7. Subject to Paragraph 5. above, the Medical scope of their employment by you or Expense Limit is the most we will pay under performing duties related to the conduct Coverage C for all medical expenses of your business. because of "bodily Injury" sustained by any 3. The following replaces the last sentence of one person,and will be the higher of: Paragraph 5. of SECTION iII — LIMITS OF a. $10,000; or INSURANCE: For the purposes of determining the b. The amount shown in the Declarations of applicable Each Occurrence Limit, all related this Coverage Part for Medical Expense acts or omissions committed in providing or Limit. failing to provide "Incidental medical L. AMENDMENT OF EXCESS INSURANCE services", first aid or "Good Samaritan CONDITION—PROFESSIONAL LIABILITY services" to any one person will be deemed The following is added to Paragraph 4.b., to be one"occurrence". Excess Insurance, of SECTION IV — 4. The following exclusion is added to COMMERCIAL GENERAL LIABILITY Paragraph 2., Exclusions, of SECTION I — CONDITIONS: COVERAGES — COVERAGE A — BODILY INJURY AND PROPERTY DAMAGE This insurance is excess over any of the other LIABILITY: insurance, whether primary, excess, contingent Sale Of Pharmaceuticals or on any other basis, that is Professional Liability or similar coverage, to the extent the "Bodily injury" or "property damage" arising loss is not subject to the professional services out of the violation of a penal statute or exclusion of Coverage A or Coverage B. ordinance relating to the sale of pharmaceuticals committed by, or with the M. BLANKET WAIVER OF SUBROGATION — knowledge or consent of the insured. WHEN REQUIRED BY WRITTEN CONTRACT 5. The following is added to the DEFINITIONS OR AGREEMENT Section: The following is added to Paragraph 8„ Transfer "Incidental medical services"means: Of Rights Of Recovery Against Others To Us, of SECTION IV — COMMERCIAL GENERAL a. Medical, surgical, dental, laboratory, x- LIABILITY CONDITIONS: ray or nursing service or treatment, If the insured has agreed in a written contract or advice or Instruction, or the related agreement to waive that Insured's right of furnishing of food or beverages;or b. The furnishing or dispensing of or recovery against any person or organization, we medical, dental, or surgical ofsu drugses or waive our right of recovery against such person appliances. or organization, but only for payments we make because of: 6. The following is added to Paragraph 4.b., a. "Bodily injury" or "property damage" that Excess Insurance, of SECTION IV — occurs;or COMMERCIAL GENERAL LIABILITY CONDITIONS: b. "Personal and advertising injury" caused by This Insurance is excess over any valid and an offense that is committed; collectible other insurance, whether primary, subsequent to the signing of that contract or excess, contingent or on any other basis, agreement. CG D3 79 0219 ©2017 The Travelers Indemnity Company.AN rights reserved. Page 5 of 6 includes copyrighted material of Insurance Services Office,Inc.with its permission. • 1k: THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT - CALIFORNIA Policy Number:57WEGAA5O8A Endorsement Number: Effective Date:09/01/2025 Effective hour is the same as stated on the Information Page of the policy. Named Insured and Address: Transtech Engineers, Inc. 13367 Benson Ave Chino, CA 91710-3009 We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule. (This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us.) You must maintain payroll records accurately segregating the remuneration of your employees while engaged in the work described in the Schedule. The additional premium for this endorsement shall be 2%of the California workers'compensation premium otherwise due on such remuneration. SCHEDULE Person or Organization Job Description Any person or organization from whom you are required by written contract or agreement to obtain this waiver of rights from us S.°V44ePs. P4°4441j"" Countersigned by Authorized Representative • Form WC 04 03 06 (1)Printed in U.S.A. Policy Expiration Date:09/01/2026 Policy# BA3R067451 COMMERCIAL AUTO THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT•CAREFULLY. BLANKET WAIVER OF SUBROGATION This endorsement modifies insurance provided under the following: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM The following replaces Paragraph A.5., Transfer of required of you by a written contract executed Rights Of Recovery Against Others To Us, of the prior to any "accident" or`loss", provided that the CONDITIONS Section: "accident" or "loss" arises out of the operations 5. Transfer Of Rights Of Recovery Against Oth- contemplated by such contract. The waiver ap- ers To Us plies only to the person or organization desig- We waive any right of recovery we may have nated in such contract. against any person or organization to the extent CA T3 40 02 15 ©2015 The Travelers Indemnity Company.All rights reserved. Page 1 of 1 Includes copyrighted material of Insurance Services Office,Inc.with its permission. • Policy: BA3R067451 COMMERCIAL AUTO THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY, BLANKET ADDITIONAL INSURED This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM The following is added to Paragraph a. in A.1., Who between you and that person or organization, that is Is An Insured, of SECTION II— COVERED AUTOS signed by you before the "bodily injury" or "property LIABILITY COVERAGE in the BUSINESS AUTO damage"occurs and that is in effect during the policy COVERAGE FORM and Paragraph e:in A.1.,Who Is period, to name as an additional insured for Covered An Insured, of SECTION II — COVERED AUTOS Autos Liability Coverage, but only for damages to LIABILITY COVERAGE in the MOTOR CARRIER which this insurance applies and only to the extent of COVERAGE FORM, whichever Coverage Form is that person's or organization's liability for the conduct part of your policy: of another"insured". This includes any person or organization who you are required under a written contract or agreement CA T4 37 02 16 ©2016 The Travelers Indemnity Company.All rights reserved. Page 1 of 1 • Includes copyrighted material of Insurance Services Office,Inc.with its permission. .,,,,,r.......,. "1' . ‘,,\ TINGProfessional � Services ,s‘ 0 \ ,.•• ORPOR ••.• , Contracts for On -Call ••• \v4 A TFD ••• Construction Management, --- ___ , -- , ,typ?;,--- _-_---7- Materials Testing , and ' 1 ________ 27_ __ __ le Inspection Services . _--„-_-_-_:___ - • ___ ___ _ _ __ . 1 ---- = -- _ ` __ -- ; Department of Public Works - — i n,4, t December 16 , 2025 4`-• ---/- --- ,7 ''- - - - ----, ,$), ...•- , - - 0 •••••,:, 19;::•.• sees I 0 °OUNTN � P 1286 BAC KG RO U N D The Public Works Department requires professional construction management, materials testing and inspections services on an on-call or as-needed basis to support staff in the management, inspection, and testing of local, state, and federally funded capital improvement projects, most of which are identified in the annual Capital Improvement Program (CIP). As such, Public Works advertised a Request for Proposal (RFP) for these services. The RFP covered multiple construction management disciplines, including project management, special inspections, design-build and progressive design-build. The City in the past (2021-2025) has had existing on-call consulting firms to provide support and is proposing a similar selection of on-call consultants from this RFP Selection. t '" ' A 0 i 1 • I#<i,�\•NTINGT /�i • + r / ( I. al _ ; _ yyi f, , �( r i 1 r ter' � 4 � :!Y`�` y:�.;.Z�,w+�: , _ _..•_. ;O: .y - _' = ouNTY 0;i/# 1287 NEED/WHY/ BENEFITS CIP includes various infrastructure projects and programs that require construction management support. Many of these projects involve design work or specialized studies that City staff are unable to complete internally. Additional responsibilities beyond staff capacity include construction management, performing inspections and testing, and ensuring compliance with federal and state regulations. /�i NT I......T 'I 0` .•tORPORgTF•��•?5 \� '• 1 CpuNT`1 0%/#1 1288 RFP Selection Matrix I # Firms Construction I Inspection Material Testing NTE Management 1 Accenture Infrastructure and Capital Projects, LLC X X $1,500,000.00 2 Ardurra Group, Inc. X X X $2,500,000.00 3 Berg&Associates, Inc. X X X $2,500,000.00 4 Cannon Corporation X X X $2,500,000.00 s Certerra RMA Group X X X $2,500,000.00 6 Dudek X X $1,500,000.00 7 FCG Consultants Inc. X X X $2,500,000.00 8 GHD Inc. X X X $2,500,000.00 9 GMU Geotechnical, Inc. X $1,000,000.00 10 Griffin Structures, Inc. X X $1,500,000.00 11 Harris &Associates, Inc. X X X $2,500,000.00 12 MCK AMERICAS INC X X $1,500,000.00 13 Interwest Consulting Group X X X $2,500,000.00 14 Psomas X X $1,500,000.00 15 Southstar Engineering&Consulting, Inc. X X X $2,500,000.00 16 SYRUSA Engineering, Inc. X X X $2,500,000.00 17 Totum Corp X X $1,500,000.00 18 Transtech Engineers, Inc. X X X $2,500,000.00 19 Ally Construction Services $0.00 20 Bowman Consulting Group Ltd. $0.00 21 Crede Construction Advisory LLC $0.00 22 Fountainhead Consulting Corporation $0.00 23 GCS Construction Management $0.00 24 H W Lochner $0.00 25 Ledesma &Meyer Construction Co., Inc. $0.00 26 Pinner Construction Co, Inc - $0.00 27 Willdan Engineering $0.00 1289 RECOMMENDATION Approve and authorize the Mayor and City Clerk to execute Professional Services Contracts between the City of Huntington Beach and the nineteen (9) firms (listed below) for On-Call Construction Management, Materials Testing, and Inspection Services. Cannon Corporation; FCG Consultants Inc.; Griffin Structures, Inc.; Interwest Consulting Group, Inc.; MCK Americas, Inc.; Southstar Engineering & Consulting, Inc.; SYRUSA Engineering, Inc.; Totum Corp; and TRANSTECH Engineers, Inc. The City does not guarantee any amount of work to awarded vendors as these services are on an "as-need" basis. �,� N1iNcr <I o ' 1r (` •.•\Nc,pRPORgrf1;%%% \ =r,��NT1' �P ## 1290 f- rz- ` Questions .• .. ..„. . .. .....,_. _... ...,. . . ..,,,,„:„... ... ,.. : • .,. . ., � r ,,,-,,,- . ,......,.....„.,,,,,.. ,...,„..., . 4,..,..c.„..„.. ..„.„ .„ . • . ... , . ... . .k ,cti 1 I r f / ...... . ..„,......,„:„... ..,.._ . i . `.1 ,'• I , . , , ,s.,....t, _. ,,,..,.c .... • . ...„, ,u, ,, ...„.. __ .-,.....-.‘ ,.,- ...... r..._ I 4. if 1 4 EP. : i l• ilf-10 Z-Z1= -'.-:%.1--- ' , i''l; :,a 4e.' - ) . ,. .- -‘ .r • ter �. • N .. y,� r A M 1291