Loading...
HomeMy WebLinkAbout06 APPROVE CONSULTANT SERVICES AGREEMENT FOR CONSTRUCTION MANAGEMENT SERVICES TUSTIN LEGACY PROJECTSDocusign Envelope ID: ECC776D0-50E5-49AD-B095-50BB8D28F930 AGENDA • RT s� MEETING DATE: TO FROM: FEBRUARY 4, 2025 ALDO E. SCHINDLER, CITY MANAGER Agenda Item Reviewed: fta� City Manager Finance Director MICHAEL GRISSO, DIRECTOR OF PUBLIC WORKS SUBJECT: APPROVE CONSULTANT SERVICES AGREEMENT FOR CONSTRUCTION MANAGEMENT SERVICES TUSTIN LEGACY PROJECTS SUMMARY: Staff is recommending the City Council approve a Consultant Services Agreement with Z & K Consultants to provide necessary construction management services for the upcoming construction of the Legacy Park Improvements, Neighborhood D South - Phase 2 Package 2 Improvements, and Armstrong Pedestrian Bridge projects. The agreement will also enable the City to move forward with pre -construction activities including a final constructibility review prior to the upcoming bid process for each project. RECOMMENDATION: It is recommended that the City Council: 1. Approve the Consultant Services Agreement (CSA) with Z & K Consultants for Construction Management Services and authorize the City Manager to execute the Agreement on behalf of the City, subject to approval as to form by the City Attorney. 2. Authorize the City Manager to approve change orders up to ten percent of the negotiated cost to address unforeseen conditions. FISCAL IMPACT: Sufficient funds have been appropriated in the Fiscal Year 2024-2025 Capital Improvement Program Budget. The purposed Consultant Services Agreement with Z & K Consultants includes a not to exceed total compensation amount of $1,575,250.00, unless the agreement is amended by the City Manager in accordance with Recommendation 2 above. Docusign Envelope ID: ECC776D0-50E5-49AD-B095-50BB8D28F930 City Council Agenda Report Construction Management Services February 4, 2025 Page 2 CORRELATION TO THE STRATEGIC PLAN: These projects advance Goal A of the City of Tustin Strategic Plan regarding Economic and Neighborhood Development by making improvements to existing parks including a pedestrian bridge to expand recreational activities and by making improvements to existing infrastructure in Neighborhood D South. Specifically, the combined projects implement Strategy 1 which, among other items, is to develop critical phases of Tustin Legacy. BACKGROUND AND DISCUSSION: Connectivity throughout Tustin Legacy, including park linkages and pedestrian bridges over major thoroughfares, has been a hallmark of the Tustin Legacy planning documents. Specific design elements of the Legacy Park Improvements (CIP 20083), Neighborhood D South Phase 2 Package 2 Improvements (CIP 70256), and Armstrong Pedestrian Bridge (CIP 70257) projects have been ongoing since 2019. Due to the geographic overlap between these three capital projects and the complex nature and structural requirements for construction of the pedestrian bridge, staff prepared a Request for Proposals (RFP) for construction management services. The RFP was released on October 17, 2024, and eight (8) proposals were received on the due date of December 5, 2024. Team members representing Real Property, Parks & Recreation, and Public Works departments rated each of the proposals and interviewed the three (3) top rated proposers. The rating team determined that Z & K Consultants was the most qualified firm to provide the construction management services required for this project. City staff negotiated with Z & K Consultants for the desired consulting services and the fee for this work has been deemed fair and reasonable. The proposed consultant will provide pre -construction, construction and post construction management services as part of this contract. The major tasks covered under this agreement are a constructability review, a pre -construction survey of the site, construction oversight, inspection, quality assurance, and material testing services. V%-1 "_0 �---`r Michael Grisso Director of Public Works Attachments: 1. Consultant Service Agreement (including Request for Proposal, Z & K Consultants Proposal and Fee Proposal) Docusign Envelope ID: ECC776D0-50E5-49AD-B095-50BB8D28F930 CONSULTANT SERVICES AGREEMENT THIS AGREEMENT FOR CONSULTANT SERVICES, is made and entered into this day of 20 , by and between the CITY OF TUSTIN, a municipal corporation, hereafter referred to as "City", and Z & K Consultants, a California Corporation, hereinafter referred to as "Consultant". RECITALS WHEREAS, City requires the services of a consultant to furnish the necessary Construction Management services for the Legacy Park Ph. 3 (CIP 20083), N-D South Ph. 2 Package 2 (CIP 70256), and Armstrong Ped Bridge (CIP 70257) Projects, hereinafter referred to as "Project"; and WHEREAS, City has prepared a Request for Proposal (RFP) dated October 2024, a copy of which is attached hereto, marked as Exhibit "A" and is by this reference incorporated into this Agreement; and WHEREAS, in response to City's RFP, Consultant has submitted to City a proposal dated December 5, 2024, a copy of which is attached hereto marked as Exhibit "B" and is by this reference incorporated into this Agreement; and WHEREAS, Consultant is qualified to provide the necessary services for the Project and desires to provide said services to City; and WHEREAS, City desires to retain the services of Consultant for said Project. NOW, THEREFORE, for the consideration and upon the terms and conditions hereinafter set forth, the parties agree as follows: AGREEMENT Section 1: Scope of Consultant's Services Consultant shall perform all work necessary to complete in a manner satisfactory to City, the services set forth in Exhibit "A" and Exhibit "B" in accordance with the terms and conditions of this Agreement. Docusign Envelope ID: ECC776D0-50E5-49AD-B095-50BB8D28F930 Section 2: Order of Precedence In the event of a conflict between or among any of the documents comprising this Agreement, the following order of precedence shall govern the provision in question: 1. This Agreement 2. City's Request for Proposal (Exhibit "A") 3. Consultant's Proposal & Consultant's Fee Proposal (Exhibit "B" & "C") Section 3: Time for Completion The time for completion of the work to be performed by Consultant is an essential condition of this Agreement. Consultant shall prosecute regularly and diligently the work of this Agreement according to reasonable schedules established by the City for various items described and as outlined within Consultant's proposal. Consultant shall not be accountable for delays in the progress of its work caused by any condition beyond its control and without the fault or negligence of Consultant. Section 4: Compensation A. The compensation to be paid under this Agreement shall be as set forth in Exhibit "C". which shall not exceed a total cost of $1.575.250.00. B. Consultant shall submit detailed invoices, based upon the actual work performed accompanied by backup documentation as requested by the City. C. Progress payments for work completed shall be paid by City as the work progresses, within thirty (30) days of the date of Consultant's invoice. D. Consultant shall provide City with a monthly itemization of all work performed, and the fees accrued thereon, in complete and sufficient detail to fully apprise City thereof. Section 5: Independent Contractor Consultant's relationship to City in the performance of this Agreement is that of an independent contractor. Consultant's personnel performing services under this Agreement shall at all times be under Consultant's exclusive direction and control and shall be employees of Consultant and not employees of City. Consultant shall pay all wages, salaries and other amounts due its employees in connection with this Agreement and shall be responsible for all reports and obligations respecting them, such as social security, income tax withholding, unemployment compensation, worker's compensation and similar matters. 2 Docusign Envelope ID: ECC776D0-50E5-49AD-B095-50BB8D28F930 Section 6: Indemnification To the fullest extent permitted by law, Consultant shall defend (at Consultant's sole cost and expense with legal counsel reasonably acceptable to City), indemnify and hold the City, its officials, officers, employees, agents and volunteers, free and harmless from any and all claims, demands, orders, causes of action, costs, expenses, liabilities, losses, penalties, judgments, arbitration awards, settlements, damages or injuries of any kind, in law or in equity, including but not limited to property or persons, including wrongful death, (collectively "Claims") in any manner arising out of, pertaining to, related to, or incident to any alleged acts, errors or omissions, or willful misconduct of Consultant, its officers, directors, employees, subconsultants, subcontractors, agents or invitees in connection with performance under this Agreement, or in any manner arising out of, pertaining to, related to, or incident to an alleged breach of this Agreement, including without limitation the payment of all consequential damages, expert witness fees and attorneys' fees and other related costs and expenses. Notwithstanding the foregoing, and only to the extent that the Services performed by Consultant are subject to California Civil Code Section 2782.8, the above indemnity shall be limited, to the extent required by Civil Code Section 2782.8, to claims that arise out of, pertain to, or relate to the negligence, recklessness, or willful misconduct of the Consultant. Under no circumstances shall the insurance requirements and limits set forth in this Agreement be construed to limit Consultant's indemnification obligation or other liability hereunder. Notwithstanding the foregoing, such obligation to defend, hold harmless and indemnify the City, its officials, officers, employees, agents and volunteers, shall not apply to the extent that such Claims are caused by the sole negligence or willful misconduct of that indemnified party. "These indemnification provisions are independent of and shall not in any way be limited by the insurance requirements of this Agreement. City approval of the insurance required by this Agreement does not in any way relieve Consultant from liability under this section." Section 7: Insurance The City reserves the right to modify these requirements, including limits, based on the nature of the risk, prior experience, insurer, coverage, or other special circumstances. If the existing policies do not meet the insurance requirements set forth herein, Consultant agrees to amend, supplement, or endorse the policies to do so. Without limiting the indemnity provisions of this Agreement, the Consultant shall procure and maintain in full force and effect during the term of this Agreement, the following policies of insurance. 1. Minimum Scope and Limit of Insurance KI Docusign Envelope ID: ECC776D0-50E5-49AD-B095-50BB8D28F930 A. Commercial General Liability (CGL) which affords coverage at least as broad as Insurance Services Office "occurrence" form CG 00 01, including products and completed operations, property damage, bodily injury, and personal & advertising injury with limits no less than $1,000,000 per occurrence. If a general aggregate limit applies, either the general aggregate limit shall apply separately to this project/location or the general aggregate limit shall be twice the required occurrence limit. B. Automobile Liability Insurance with coverage at least as broad as Insurance Services Office Form CA 00 01 covering any auto (Code 1), or if Consultant has no owned autos, coverage for hired autos (Code 8) and non -owned autos (Code 9) with limit no less than $1,000,000 each accident for bodily injury and property damage. C. Workers' Compensation as required by the State of California with statutory limits, and Employer's Liability Insurance with a limit of not less than $1,000,000 per accident for bodily injury or disease. D. Professional Liability with limit of not less than $1,000,000 each claim and $2,000,000 aggregate. Covered professional services shall specifically include all work to be performed under the Agreement and delete any exclusion that may potentially delete coverage for the work to be performed. 2. Endorsements Insurance policies shall not be compliant if they include any limiting provision or endorsement contrary to this Agreement, including but not limited to restricting coverage to the sole liability of consultant, excluding contractual liability or excluding third party over actions. The following endorsements shall be provided to the City. A. Commercial General Liability and Automobile Liability Policies: 1. Additional Insured: The City, its elected officials, officers, employees, volunteers, boards, agents, and representatives are to be covered as additional insureds for the liability and defense of suits or claims arising out of the work or operations performed by or on behalf of Consultant including materials, parts or equipment furnished in connection with such work or operations. The commercial general liability additional insured endorsements shall be at least as broad as ISO Form(s) CG 20 10 11 85; CG 20 10, or CG 20 26. 2. Primary and Non -Contributory: This insurance is primary to and will not seek contribution from any other insurance whether primary, excess, umbrella, or contingent insurance, including deductible, or self-insurance available to the City, its elected officials, officers, employees, volunteers, boards, agents, and representatives as additional insureds. The Commercial General liability primary endorsements shall be at least as broad as ISO CG 20 01 04 13. B. Workers' Compensation: 4 Docusign Envelope ID: ECC776D0-50E5-49AD-B095-50BB8D28F930 Waiver of Subrogation: Any right of subrogation against the City, its elected officials, officers, employees, volunteers, boards, agents, and representatives shall be waived. 3. Insurance Obligations of Consultant The City requires and shall be entitled to the Consultant's broader coverage and/or the higher limits if Consultant maintains broader coverage and/or higher limits than the minimums shown above. Any available insurance proceeds excess of the specified minimum limits of insurance and coverage shall be available to the City. No representation is made that the minimum insurance requirements of this Agreement are sufficient to cover the obligations of Consultant under this Agreement. 4. Notice Of Cancellation Required insurance policies shall not be cancelled or coverage reduced until thirty (30) days written notice of cancellation has been served upon the City, except ten (10) days shall be allowed for non-payment of premium. 5. Waiver Of Subrogation Required insurance policies shall not prohibit Consultant from waiving the right of subrogation prior to a loss. The Consultant shall waive all rights of subrogation against the indemnified parties and policies shall contain or be endorsed to contain such a provision. This provision applies regardless of whether the City has received a waiver of subrogation endorsement from the insurer. 6. Evidence Of Insurance All policies, endorsements, certificates, and/or binders shall be subject to approval by the City as to form and content. These requirements are subject to amendment or waiver only if approved in writing by the City. The City reserves the right to require complete, certified copies of all required insurance policies, including endorsements required by these specifications, at any time. The certificates and endorsements for each insurance policy shall be signed by a person authorized by that insurer to bind coverage on its behalf. At least fifteen (15) days prior to the expiration of any such policy, evidence of insurance showing that such insurance coverage has been renewed or extended shall be filed with the City. If such coverage is cancelled or reduced, Consultant shall, within ten (10) days after receipt of written notice of such cancellation or reduction of coverage, file with the City evidence of insurance showing that the required insurance has been reinstated or has been provided through another insurance company or companies. 7. Self -Insured Retention Self -insured retentions (SIR's) must be declared to and approved by the City. The City may require Consultant to purchase coverage with a lower retention or provide proof of ability to pay losses and related investigations, claim administration, and defense expenses within the SIR. The policy language shall provide, or be endorsed to provide, that the SIR may be satisfied by either the named insured or the City. Self -insured retentions shall be the sole responsibility of Consultant or subcontractor who procured such insurance. The City may deduct from any amounts otherwise due Consultant to fund the SIR. The policy must also provide that defense costs, including the allocated loss adjustment expenses, will satisfy the SIR. Docusign Envelope ID: ECC776D0-50E5-49AD-B095-50BB8D28F930 8. Contractual Liability The coverage provided shall apply to the obligations assumed by Consultant under the indemnity provisions of this Agreement. 9. Failure To Maintain Coverage The Consultant agrees to suspend and cease all operations hereunder during such time as the required insurance coverage is not in effect and evidence of insurance has not been furnished to the City. The City shall have the right to withhold any payment due until the Consultant has fully complied with the insurance provisions of this Agreement. If the Consultant's operations are suspended for failure to maintain required insurance coverage, Consultant shall not be entitled to an extension of time for completion of the work because of production lost during suspension. 10.Acceptability Of Insurers Each such policy shall be from a company or companies with a current A.M. Best's rating of no less than A:VII and authorized to do business in the State of California, or otherwise allowed to place insurance through surplus line brokers under applicable provisions of the California Insurance Code or any federal law. Any other rating must be approved in writing by the City. 11. Claims Made Policies If coverage is written on a claims -made basis, the retroactive date of such insurance and all subsequent insurance shall coincide or precede the effective date of Consultant's initial Agreement with the City and continuous coverage shall be maintained, or an extended reporting period shall be exercised for a period of at least ten (10) years from termination or expiration of this Agreement. 12. Excess Umbrella Liability Policies If any excess or umbrella liability policies are used to meet the limits of liability required by this Agreement, then said policies shall be "following form" of the underlying policy coverage, terms, conditions, and provisions and shall meet all the insurance requirements stated in this Agreement, including, but not limited to the additional insured, primary & non-contributory and waiver of subrogation insurance requirements stated herein. No insurance policies or self-insurance maintained by the City, whether primary, reinsurance or excess, and which also apply to a loss covered hereunder, shall be called upon to contribute to a loss until Consultant's primary and excess/umbrella liability policies are exhausted. 13. Insurance For Subcontractors Consultant shall be responsible for causing subcontractors to purchase the same types and limits of insurance in compliance with the terms of this Agreement, including adding the City as an additional insured, providing primary and non-contributory coverage and waiver of subrogation to the subcontractor's policies. Section 8: Termination of Agreement 1.1 Docusign Envelope ID: ECC776D0-50E5-49AD-B095-50BB8D28F930 A. City and Consultant shall each have the right to terminate any or all of the services covered by this Agreement at any time or any reason by giving ten (10) business days written advance notice to the other party. B. Upon termination of this Agreement, Consultant shall be paid for services rendered by the effective date of the termination. C. Upon termination of this Agreement or completion of the Project, all documents relating to the Project shall become the sole property of City. Should City terminate this Agreement pursuant to subparagraph A. of this Section, Consultant shall within ten (10) business days of receipt of notice of termination, provide City with all documents within Consultant's possession relating to this Agreement and the Project, including but not limited to all completed documents and all drafts of uncompleted documents. Section 9: Notice Any notice allowed or required to be given shall be effective upon personal delivery thereof, or upon depositing thereof in the United States Postal Service, certified mail, upon receipt requested, postage prepaid, addressed as follows: To City: City of Tustin Attn.: Kenny Nguyen, Deputy Director of Public Works/City Engineer 300 Centennial Way Tustin, CA 92780-3715 To Consultant: Z&K Consultants Crystal Fraire, PE 17130 Van Buren Blvd. #122 Riverside. CA 92504 Section 10: Miscellaneous Provisions A. Consultant shall proceed immediately and diligently to perform the services provided for in this Agreement upon receipt of notice from City to proceed therewith. B. No part of this Agreement may be assigned by Consultant without the prior written approval of City. C. This Agreement shall extend to and be binding upon and inure to the benefit of heirs, executors, administrators, successors and assigns of the respective parties hereto. 7 Docusign Envelope ID: ECC776D0-50E5-49AD-B095-50BB8D28F930 D. Consultant shall perform all services required under this Agreement using that degree of care and skill ordinarily exercised under similar conditions in similar localities, and shall be responsible for all errors and omissions for services performed by Consultant under the terms of this Agreement. E. Consultant certifies that there shall be no discrimination against any employee who is employed in the work covered by this Agreement, or against any application for such employment, because of race, religion, color, sex, or national origin including but not limited to, the following: employment, upgrading, demotion or transfer, recruitment, or recruitment advertising, lay-off or termination, rate of pay or other forms of compensation, and selection for training, including apprenticeship. F. This Agreement shall be interpreted in accordance with California Law. The parties agree that the Orange County Superior Court is the exclusive venue for any lawsuits by either party regarding this Agreement. W Docusign Envelope ID: ECC776D0-50E5-49AD-B095-50BB8D28F930 IN WITNESS WHEREOF, this Agreement was executed by the parties on the date and year first above written. ATTEST: Erica N. Yasuda, City Clerk "CITY" CITY OF TUSTIN Aldo Schindler Title Citv Man "CONSULTANT" Z&K Consultants By Crystal Fraire Title Principal -in -Charge 1 Docusign Envelope ID: ECC776D0-50E5-49AD-B095-50BB8D28F930 EXHIBIT "A" REQUEST FOR PROPOSAL Docusign Envelope ID: ECC776D0-50E5-49AD-B095-50BB8D28F930 EXHIBIT A TUSTIN 111[i[ LY BuILDINi; Oup N-rurLE HONORING OUR PAST CITY OF TUSTIN 300 Centennial Way Tustin, California 92780 REQUEST FOR PROPOSALS for Professional Consulting Construction Management Services for Armstrong Ped Bridge (CIP 70257), Legacy Park Ph. 3 (CIP 20083), N-D South Phase 2 Package 2 (CIP 70256) Construction CIP Numbers 70257, 20083, 70256 October, 2024 PROPOSAL SUBMITTALS: Responses to the Request for Proposal (RFP) are to be submitted to: Mark Khudadatov Principal Engineer Public Works Department City of Tustin 300 Centennial Way Tustin, California 92780 no later than 4:00 P. M. on November 22, 2024. The proposal shall be submitted electronically via OpenGov. Proposals received in OpenGov after the specified time will not be accepted. Questions regarding this request will be limited to written form and shall be submitted via OpenGov. Verbal inquiries will not be accepted. The fee proposal shall be uploaded as a separate file from the main proposal in OpenGov. ►Plb- SECTION PAGE I. Introduction 2 II. Project Description 2 III. Tentative Schedule 3 IV. Scope of Work 3 V. Proposal Requirements 13 VI. General Requirements 16 VII. Consultant Evaluation & Selection Process 18 VIII. Administration Specifications 19 IX. Attachments 19 Docusign Envelope ID: ECC776D0-50E5-49AD-B095-50BB8D28F930 CITY OF TUSTIN RFP-An-mtrong Ped Bridge (CIP 70257), Legacy Park Ph.3 (CIP 20033), N-DSouth Phase 2 Package 2 (CIP 70256) October2024 Page 2 INTRODUCTION The City of Tustin is requesting proposals from construction management firms to provide Public Works Department / Engineering Division with construction management services for the planned Armstrong Ped Bridge (CIP 70257), Legacy Park Ph. 3 (CIP 20083), N-D South Phase 2 Package 2 (CIP 70256) Projects. The City intends to contract with the most qualified firm for construction phase services as outlined in Section IV, Scope of Work. It is expected that the contract bid advertisement process for the construction will begin in April 2025 with the construction anticipated to start in June/July 2025. The entire construction period is estimated at 15 months. The project entails construction management services and construction support services for the project including coordination, as may be necessary, with multiple agencies/entities possibly including the Tustin Unified School District (TUSD), the California Department of Toxic Substances Control (DTSC), the Regional Water Quality Control Board (RWQCB), the Southern California Air Quality Management District (SCAQMD), Irvine Ranch Water District (IRWD), Department of Navy (DON) and other utility companies. The project is 100% locally funded utilizing several funding sources. Since the project in certain locations is adjacent to existing residences and schools, coordination and communication with local residences and schools regarding construction delays and closures is a critical concern. Construction Management (CM) services provided by the selected firm are to also include resident engineering and construction inspection services headquartered on the site. The Resident Engineer (RE) and field staff shall be supported with construction check survey and materials testing as a part of the CM team. The City is requesting construction services for pre -construction activities through construction close out as detailed within this RFP. The construction management proposal responses shall separately identify the costs of primary construction management services and also any separately needed construction support services (such as engineering and construction inspection, and materials testing services). The construction management fee proposal shall be broken down per each individual project. The current engineer's estimate for construction of the project is approximately $18.4 million (Legacy Park Ph. 3 (CIP 20083) - $13M, N-D South Phase 2 Package 2 (CIP 70256) - $1.4M, Armstrong Ped Bridge (CIP 70257) - $4M.) II. PROJECT DESCRIPTION The project will consist of a Ped Bridge spanning over and across Armstrong Ave, Legacy Park Ph. 3, and N-D South Phase 2 Package 2. The project is located in Tustin Legacy, in the area generally bound by and adjacent to Warner Ave, Compass Ave, Airship Ave and Armstrong Ave. The said construction project includes (but not limited to) a public park along with its Docusign Envelope ID: ECC776D0-50E5-49AD-B095-50BB8D28F930 CITY OF TUSTIN RFP-An-mtrong Ped Bridge (CIP 70257), Legacy Park Ph.3 (CIP 20033), N-DSouth Phase 2 Package 2 (CIP 70256) October2024 Page3 amenities, a pedestrian bridge spanning over and across Armstrong Ave, cap paving of John Johnson Ave and Veterans Way, signing & striping along John Johnson Ave and Veterans Way, street lighting along John Johnson Ave and Veterans Way, dry utilities, traffic signal and intersection improvements at Warner Ave and Veterans Way. III. TENTATIVE SCHEDULE 10/ 17/24 11/05/24 11/22/24 12/02/24 - 12/19/24 01/21/25 01/30/25 Issuance of Request for Proposals Cut-off date for questions in OpenGov Proposals due in OpenGov Selection process City Council approval Issuance of Notice to Proceed IV. SCOPE OF WORK The Construction Management Firm (CM) shall provide all the services discussed in this section. The consulting services to be provided will include the following general items of work separated into two major tasks; Pre -construction Services (Section A) and Construction Services (Section B) A. Pre -Construction Services Constructability Review - The CM shall perform a "constructability" review of the plans, specifications and estimates provided by each of the design consultants and prepare a report for review, comment, and approval by the City prior to submitting comments to the design consultants. The "constructability" review shall include but not be limited to: • Technical elements of the design • Completeness of the plans and the technical specifications • Compatibility of the plans and the technical specifications • Compatibility of the design packages • Feasibility of the construction staging/phasing 2. Bid Procedure - The CM shall determine, in conjunction with City staff, the most expedient and cost effective bid procedure from a coordination and liability perspective, i.e. whether requiring one, two, or three separate bid packages for the various CIP/construction elements. 3. Review of Contract Documents - The CM shall review all contract documents for consistency with the required construction work scope. The review shall include but not be limited to the appropriateness of the number of working days allowed, the appropriateness Docusign Envelope ID: ECC776D0-50E5-49AD-B095-50BB8D28F930 CITY OF TUSTIN RFP-An-mtrong Ped Bridge (CIP 70257), Legacy Park Ph.3 (CIP 20033), N-DSouth Phase 2 Package 2 (CIP 70256) October2024 Page 4 of the amount of liquidated damages and timely coordination with other agencies. 4. Evaluation of Contractors Bid - The CM shall review all bids submitted, prepare a bid summary sheet of all bids, conduct a reference check on the apparent low bidder and provide a recommendation to the City for bid award. Additional reference checks on the apparent second and third low bidder may also be required. 5. Pre -Construction Conference - The CM shall schedule, notify appropriate parties, and conduct an initial pre -construction meeting with the Contractor. The CM shall also prepare and distribute pre -construction minutes to attendees and other parties. The pre - construction meeting shall cover, as a minimum, the overall project objectives, responsibilities of key personnel and agencies, schedules, schedule of values (bid breakdown), communication protocol, procedures for handling submittals, correspondence, utility relocations, local agency permit requirements, requests for clarification, progress payments, change orders, liquidated damages, inspection requirements, safety issues, emergency response requirements, as -built drawing protocol, and other pertinent topics. The CM shall provide opportunities to have the Contractor's questions answered. The CM shall collect from the Contractor the submittal items required to be submitted at the pre -construction meeting. 6. Perform an independent quantity take -off of all items of work for the projects and make updates to the engineer's estimate for current unit pricing. 7. Identify the elements of construction that could be substituted with more efficient materials and associated methods. 8. Review CEQA for purposes of the expected constructability review and expectations of the projects. Ensure all environmental compliances are met and included in the contract documents (i.e. mitigation measures, permitting agency guidelines, etc). 9. Review all regulatory permits to ensure all permits are met for the projects. B. Construction Services 1. Correspondence, Reports, and Other Project -Related Communication a. Document Standards: The CM shall prepare project correspondence and other forms of communication in accordance with industry standard document control and management procedures. b. Document/Tracking Control: The CM shall manage the receipt, logging, control, tracking, and timely processing of project documents, including but not limited to correspondence and project -related communications, technical documents, shop drawings, calculations, RR's, submittals, manuals, and samples received as part of the Docusign Envelope ID: ECC776D0-50E5-49AD-B095-50BB8D28F930 CITY OF TUSTIN RFP-An-mtrong Ped Bridge (CIP 70257), Legacy Park Ph.3 (CIP 20033), N-DSouth Phase 2 Package 2 (CIP 70256) October2024 Page5 construction process, non-compliance work to be completed, and other tracking logs as requested. It is the City's preference that document control is done via a reputable software platform, which allows City staff, Design Consultants, contractors and other stakeholders to have access in various capacities. All submittals, requests for information (RFIs), schedules, daily and weekly reports, meeting agendas and minutes, as-builts, photos, and various other documents shall be filed, organized, and processed through the software. c. Records: The CM shall maintain records of daily inspection reports with photos, weekly reports, labor compliance, schedule of values, as -built plans, test results, and various documents received from the Contractor, Design Engineer, manufacturers, and others. Also, the CM shall monitor and enforce prevailing wage forms and requirements for conformance to the prevailing wage rates on a weekly basis. Further, the CM shall verify that all Trade personnel listed in the daily log are also listed in the certified payroll and shall conduct weekly employee interviews, one for each trade, and submit verification with the monthly progress payments. 2. Site Conditions and Progress Visual Documentation a. Pre -Construction Documentation: The CM shall review the pre -construction site conditions prior to beginning any construction operation. The CM shall confirm existing conditions within the limits of the work, in adjacent areas, and along access and haul roads. Particular attention shall be given to residences and the school adjacent to the project site. The CM shall compare Contractor's pre -construction site surveys to the site surveys performed under this scope of work and shall note any discrepancies and resolve issues. The CM shall describe in memorandum, submitted prior to the beginning of any construction operation, pre-existing damage identified within the limits of work, in adjacent areas, and along access and haul roads. The CM shall document any damage to public and private improvements incurred during construction operations and meet with owners immediately following discovery of damage to resolve repair requirements and responsibilities. b. Progress and Other Photos: The CM shall take additional photographs to document differing site conditions, change order and claim items, and any special or unique conditions as they arise and incorporate photographs taken by others into the overall photo documentation record of the project. 3. Meetings a. Weekly to Monthly Construction Progress Meetings: The CM shall schedule and conduct construction progress meetings with the Contractor and the City. The CM shall provide meeting agendas and discuss the schedule, near -term activities, clarifications and problems which need resolution, coordination with other Contractors, status of change orders, submittals and RFIs, safety issues, OSHA visits and citations, and other topics. The CM shall identify action items and assign responsibility Docusign Envelope ID: ECC776D0-50E5-49AD-B095-50BB8D28F930 CITY OF TUSTIN RFP-An-mtrong Ped Bridge (CIP 70257), Legacy Park Ph.3 (CIP 20033), N-DSouth Phase 2 Package 2 (CIP 70256) October2024 Page 6 for the action and date action is to be completed. The CM shall prepare minutes of the meetings and include identified action items and review the meeting minutes with the Contractor and obtain the Contractor's concurrence with the content. The CM shall finalize the minutes to the attendees within five calendar days of the meeting. b. Other Meetings: The CM shall attend other construction -related meetings as requested by the City. 4. Shop Drawing and Submittal Reviews a. Submittal Reviews: The CM shall review each submittal received from the Contractor for conformance with the requirements of the drawings and specifications and check each submittal against the Contractor's schedule for potential impacts. The CM shall coordinate required reviews of submittals with the Design Engineer and the City. Submittals of a general nature are to be reviewed and processed by the Design Engineer. The CM shall distribute submittals to appropriate reviewers with dated transmittal letters via the software. b. Submittal Log and Status of Submittals: The CM shall log, track, and monitor shop drawings, calculations, data samples, submittals, and manuals from the Contractor and update the submittal log as items are received and responses given. The CM shall discuss outstanding submittal, RFIs and reviews with the Contractor at the weekly construction meetings. 5. Plan and Specification Interpretation and Control a. Requests for Information JUL. The CM shall coordinate the RFI log and review and respond to Contractor RFI's. The CM shall make every effort to review and provide appropriate response to RFI's prior to involving the Design Engineer. The CM shall distribute RFI's to appropriate staff and coordinate timely response. The CM shall review answers and prepare formal response to Contractor within five calendar days of receipt of response, or as needed to meet schedule requirements. The CM shall respond to Contractor in writing on questions based on a reasonable review of the drawings and specifications for clarification items and record changes in the record specifications and plans. b. Requests for Changes in Design: The CM shall review and respond to requests for design revisions by the Contractor. Responses to requests for design revisions require prior written approval from the City and the Design Engineer. Revisions in design may take the form of value engineering (VE) and shall require extensive research, evaluation, and recommendation from the Design Engineer. The CM shall provide written recommendations, as required. Docusign Envelope ID: ECC776D0-50E5-49AD-B095-50BB8D28F930 CITY OF TUSTIN RFP-An-mtrong Ped Bridge (CIP 70257), Legacy Park Ph.3 (CIP 20033), N-DSouth Phase 2 Package 2 (CIP 70256) October2024 Page 7 c. Field Orders: The CM shall initiate and review field orders when a change in the work is needed to maintain the design intent. The CM shall issue the field order to the Contractor and monitor the work for compliance. The CM shall track the issued field orders in a log and record the changes in the record specifications and plans. If required, the CM shall follow-up with a change order to City within 14 calendar days of mutual agreement with Contractor on pricing and conditions. No change order work shall be authorized by the CM without City approval. d. Substitution Requests: The CM shall coordinate evaluation of "or -equal" or product substitution requests with the Design Engineer, the City, vendors, manufacturers, and others and prepare evaluation and recommendation for "or -equal" or product substitution request. e. Record Drawings and Specifications: The CM shall update continually the plans and specifications as the work progresses. The CM shall incorporate modifications and changes from all sources, such as submittals, RFI's, VE, field orders, extra work, and contract change orders and compare the record drawings and specifications with the Contractor's record drawings and specifications monthly before processing progress payment. 6. Construction Management Administration and Staffing a. Management: The CM shall oversee, perform, and coordinate construction management services as required by the progress of the work. The CM shall Serve as the general liaison between the Contractor and the City. The CM shall prepare reports, letters, and memoranda; conduct meetings; monitor and track the expiration of insurance requirements and obtain updated certificates from the Contractor (City to process through Risk Management); review schedule of values; coordinate sub - consultants, testing, and specialty services; review daily inspection notes and identify and resolve nonconforming items; notify the City of significant problems and discrepancies requiring corrective actions; interpret drawings, specifications, and reference standards; review and analyze the Contractor's monthly construction schedule for accuracy of work completed, reasonableness of forecasted completion, and compliance with contract duration and enforce construction schedule to ensure project is completed within the required timeline; resolve constructability problems; coordinate connections and operations; prepare contract change orders; review and notify the Contractor of test results; review shop drawings and submittals from contractor for compliance and provide a recommendation to the City for approval; investigate claims; review Contractor progress payments and verify measured quantities; prepare project punch list; and all other duties related to construction management as requested by the City. b. Resolution of Day -to -Day Construction Issues: The CM shall oversee resolution of day- to-day construction issues raised by the Contractor and coordinate with the City, Design Engineer, and Contractor on technical issues and concerns, as well as Docusign Envelope ID: ECC776D0-50E5-49AD-B095-50BB8D28F930 CITY OF TUSTIN RFP-An-mtrong Ped Bridge (CIP 70257), Legacy Park Ph.3 (CIP 20033), N-DSouth Phase 2 Package 2 (CIP 70256) October2024 Page8 interpretation of the design documents. The CM shall interface with the City and Design Engineer for resolution of technical issues, processing of change order requests or design changes to reflect actual conditions encountered in the field. 7. Construction Inspection Services a. Inspection: The inspector shall review and familiarize himself/herself with the contract documents, plans, specifications, scope of work, project site, etc. The inspector shall attend all meetings as required, including final design meetings, project kick-off meeting, pre -construction meeting, and progress meetings as required. He/she shall observe earthwork grading, compaction, and surface drainage; review soils compaction reports; and inspect a variety of disciplines, such as bridge, sidewalks, concrete structures, driveways, electrical, curbs and gutters, earthwork, landscape irrigation, etc. The inspector shall ensure construction and materials comply with contract standards and specifications, state laws, local ordinances, NPDES requirements and proper construction practices; require, monitor and document compliance with all contract specifications, including compliance with OSHA and all applicable permitting requirements; be present on a daily basis at the construction site while construction activity is in progress. In the event of an illness or vacation, the inspector shall arrange for a qualified alternate to perform the work. The qualified alternate's experience shall be included in the initial proposal. The inspector shall schedule required materials testing, sampling and provide assistance and direction as needed to technicians performing materials testing; be familiar with proper procedures for hazardous materials abatement, observe removal and have the certifications and ability to sign hazardous materials manifests; verify work is performed in a safe manner by all contractors and subcontractors and report any concerns or instances of non-compliance immediately to the City or issue stop notice for work if the situation is critical; record amounts of materials that are received or used during construction; measure the work completed in -place and verify quantities with the Contractor prior to submission of a payment application; and ensure proper documentation of any change order and/or daily extra reports. The inspector shall prepare daily inspection reports that include at a minimum: the type of personnel on site (subcontractor, contractor, etc.); name, number and classification of employees for each firm; time periods for various activities; the type of work being performed; SWPPP / BMP compliance; equipment on hand; and weather; provide weekly status reports on issues/risks factors, schedule slippages, cost overruns as it relates to construction projects; develop punch list for the City of items that require corrective action; address and resolve complaints as they arise. Report all unresolved issues and potential claims to the CM and City's Project Manager in writing on a daily basis; and coordinate activities and schedules with other entities involved in the construction project. Docusign Envelope ID: ECC776D0-50E5-49AD-B095-50BB8D28F930 CITY OF TUSTIN RFP-An-mtrong Ped Bridge (CIP 70257), Legacy Park Ph.3 (CIP 20033), N-DSouth Phase 2 Package 2 (CIP 70256) October2024 Page9 8. Progress Payments a. Monthly Review: The CM shall conduct monthly schedule and progress payment meetings with the Contractor and coordinate and update the record drawings at this meeting. The result of the meetings shall be the monthly progress payment estimate and updated baseline schedule. The CM shall coordinate the review of the Contractor's monthly progress payment request with City staff and prepare a recommendation stating the proper amount of payment and use the Schedule of Values and actual quantities installed as a basis for the recommendation. b. The CM shall prepare detailed monthly progress reports as part of the invoices for City staff. 9. Contract Change Order Management a. Identify and Track Changes: The CM shall identify and track potential changes to the work. Prepare, log, and monitor Contractor or City initiated changes to the work, extra work, and contract change orders. b. Requests for Cost Proposals: The CM shall request cost proposals from the Contractor for extra work and negotiate final cost. c. Justification of Extra Work or Change: The CM shall prepare written justification and cost estimates for each extra work or change item. Justification shall include a statement of the extra work or change; daily / weekly reports; background leading to issue; resolution alternatives and resolution recommendation for action by the City. d. Prepare Contract Change Orders: The CM shall prepare and submit contract change orders in the City's format to the City for written approval within seven calendar days of the finalization of negotiations. 10. Claims Management a. Identify and Track Claims: The CM shall identify, prepare, log, and monitor Contractor potential claims and report verbal and written claims immediately to the City. The CM shall coordinate claims with the City's Project Manager. b. Resolution Alternative: The CM shall prepare written explanation of each claim with full background of issues, proposed resolution alternatives, and resolution recommendation for action. c. Negotiate and Resolve Claims: The CM shall assist and support the City in resolving claims and disputes, including written responses to Contractor and private parties, giving depositions, assisting with dispute resolution, arbitration and litigation, serving as an expert witness, investigating claims for damages by private sources, design services for replacement of damaged work, and services made necessary by Docusign Envelope ID: ECC776D0-50E5-49AD-B095-50BB8D28F930 CITY OF TUSTIN RFP-An-mtrong Ped Bridge (CIP 70257), Legacy Park Ph.3 (CIP 20033), N-DSouth Phase 2 Package 2 (CIP 70256) October2024 Page10 Contractor default. The CM shall also negotiate claims to an agreed conclusion. All depositions, arbitration and litigation participation and expert witness support, if required, shall be a separate, hourly billable amount and not a part of the base service costs requested by this proposal. d. Private Party Claims: The CM shall investigate claims for damages by private parties and respond in writing within two calendar days of receipt of the claim. The CM shall coordinate the written response with the City's Project Manager and Risk Manager. 11. Quality Assurance a. Inspection of the Work: The CM shall provide inspections to ensure that materials and workmanship are in compliance with the contract documents. City of Tustin inspectors may augment the inspection process at the City's discretion and with a corresponding decrease in the CM inspection budget. The CM shall coordinate delivery, inspect for defects or missing parts, and oversee recording the receipt and storage of equipment. The CM shall inspect construction activities which are identified in the contract documents to be performed at night, weekends, and/or holidays. b. Material Testing and Coordination: The CM shall provide recommendations for scope of material testing services and shall coordinate the work of and be supported by the City's environmental consultants. The CM shall schedule sampling, material testing, and laboratory services in accordance with the methods prescribed in current standards of the American Society for Testing and Materials (ASTM). The standards shall be applicable to the class and nature of the articles or materials under review unless otherwise stipulated in the project specifications or authorized in writing by the City's Project Manager. c. Reports: The CM shall prepare daily reports of the construction activities including weather conditions, Contractor's equipment and manpower, work performed, materials used, site visitors, delays in work and reasons for the delays, safety issues, and deficiencies. Daily oversight and proactive measures shall be provided to ensure compliance with environmental mitigation measures as well as local, state, and federal regulations. The CM shall prepare reports of deviations and non-conformance to specifications and provide responses in accordance with the project specification requirements. d. Revisions to Contractor's Methods: The CM shall discuss appropriate revisions to the methods and procedures used in performing the work. Inspectors may not authorize extra work or approve of work that deviates from the contract documents. Any deviations must be authorized through the RFI process. e. Deviations in the Work: The CM shall advise the City's Project Manager and the Contractor of deviations in the work and document any deviations. The CM shall record deviations that are not corrected and immediately deliver a Notice of Non- Docusign Envelope ID: ECC776D0-50E5-49AD-B095-50BB8D28F930 CITY OF TUSTIN RFP-An-mtrong Ped Bridge (CIP 70257), Legacy Park Ph.3 (CIP 20033), N-DSouth Phase 2 Package 2 (CIP 70256) October2024 Page ll Compliance to the Contractor. The CM shall perform necessary follow-up to resolve Notices of Non -Compliance and include unresolved Notices of Non -Compliance on substantial completion punch lists. f. Pipeline Shutdowns: The CM shall coordinate necessary pipeline shutdowns with IRWD and/or City Water Services staff, to complete connections to existing facilities. 12. Closeout and Acceptance Services a. Operation Testing Plan: The CM shall develop an operational testing plan in consultation with the City, Design Engineer, Contractor, and all appropriate vendors and will coordinate the testing of the equipment and facilities with the City and assist Contractor's personnel as required during the startup phase. b. Punch List: The CM shall prepare detailed project punchlists at substantial completion of the project. Upon correction of deficiencies, the CM shall schedule, coordinate, and conduct a final walk-through prior to the acceptance of work with the City and other parties. The CM shall provide certification of Contractor's compliance on work items specifically requested by the City and verify that work, testing, cleanup, and Contractor demobilization are complete. c. Final Walk -Through: The CM shall schedule, coordinate, and conduct a final walk- through and project review prior to the acceptance of work with the City. d. Recommended Acceptance: The CM shall recommend acceptance of the work in writing in preparation for issuance of the Notice of Completion. e. Closing Out Contract: The CM shall take the lead in negotiating and closing out the construction contract. The CM shall prepare the memorandum to the City recommending acceptance of the project and filing of the Notice of Completion. Final Project Records and Documents: These records must be turned over to the City of Tustin upon completion of the project. 13. Post Construction a. Operations and Maintenance Manuals: The CM shall deliver the Operations and Maintenance Manuals and any spare parts and equipment upon acceptance of the project by the City. The Operations and Maintenance manuals shall include but not be limited to all piping and electrical conduit runs, including wiring diagrams and PID controllers sufficient for facilitating the troubleshooting process; technical data concerning corrosion control, mechanical, electrical, and control equipment installed by the Contractor; manufacturer's recommendations concerning equipment maintenance protocols; and data and maintenance instructions regarding special architectural, engineering, or other unique features provided or Docusign Envelope ID: ECC776D0-50E5-49AD-B095-50BB8D28F930 CITY OF TUSTIN RFP-An-mtrong Ped Bridge (CIP 70257), Legacy Park Ph.3 (CIP 20033), N-DSouth Phase 2 Package 2 (CIP 70256) October2024 Pagel2 used in the project construction. The manuals shall be submitted to the City for review and approval prior to operating any new equipment and accepting the construction contract work. b. Record Drawings Certification: The CM shall review and certify that the Contractor's project record drawings are complete and accurate and provide the drawings to the City's Project Manager. c. Final Payment: The CM shall recommend final payment in the form of release of retention to the Contractor in accordance with contract requirements. The CM shall verify that the Contractor has made all payments to the subcontractors and vendors and that any stop notices or liens have been released. The CM shall obtain a Conditional Waiver of Lien from the Contractor prior to recommending final payment. 14. Extended Services a. Extended Services: The CM shall provide other miscellaneous specialty services as required during construction. Miscellaneous specialty services, which may be required, include but are not limited to: mechanical, electrical, structural, geotechnical and civil supplemental engineering design; witness testing; factory inspections; and noise and air quality monitoring services. The CM will be required to coordinate with the City's geotechnical consultant as it relates to various geotechnical services and activities for the duration of the project. b. Warranty Period Services: The CM shall provide engineering, technical support, and administrative services during the warranty phase of the project (the one year period after the recording of the Notice of Completion). Services shall include but not be limited to an eleven (11) month walk-through of the project/project site to identify items requiring warranty attention and compile warranty information including Contractor's contact information and provide to the City for coordination of all warranty repair work. c. Construction Quality Control Survey Services: The CM shall provide necessary construction field survey to verify the Contractor's survey for the proposed improvements. The CM firm will be required to have a California licensed Land Surveyor as part of the CM team to perform these services. Public Relation/Community Outreach: The CM shall assist the City in support of any specific activities identified in the City's community outreach program where information needs to be provided to residents, businesses, and others impacted by the project. Activities may include periodic construction updates to the City for City's inclusion on the City website and/or City Scene newsletter; construction alerts to the City and project management staff; and resolution of construction -related concerns from affected businesses, residents, and/or the general public. Although the City is attempting to identify the limits and services required, this should not Docusign Envelope ID: ECC776D0-50E5-49AD-B095-50BB8D28F930 CITY OF TUSTIN RFP-An-mtrong Ped Bridge (CIP 70257), Legacy Park Ph.3 (CIP 20033), N-DSouth Phase 2 Package 2 (CIP 70256) October2024 Pagel3 necessarily limit the consultant in the development of a scope it believes is necessary to meet the City's goals and objectives. The Consultant Management Team shall evaluate the final product of the said improvement plans for the project to ensure their constructability and schedules meeting the City's needs and expectations of the community of a well designed and constructed facility. The consultant management team will also be required to provide assistance to the City, their meticulous reviews of said project plans, estimated costs, and schedules for the purpose of competitive bidding, controlling costs and minimizing change orders. To that end, the construction manager will be expected to work closely with the City's design team and construction inspectors throughout the final design phase and construction process. In addition, the construction management team will augment the traditional construction inspection services the City typically uses on public works projects in an effort to control the quality, management, coordination, and administration of the construction of the Armstrong Ped Bridge (CIP 70257), Legacy Park Ph. 3 (CIP 20083), N-D South Phase 2 Package 2 (CIP 70256) Projects. V. PROPOSAL REQUIREMENTS Consultant shall provide construction manager and inspector with significant experience in administering projects similar in magnitude and scope to the abovementioned three projects, especially the pedestrian bridge project. The proposed CM team shall be well versed in all aspects of construction administration including, but not limited to project scheduling, project controls and project management, and partnering and claims resolution in order to ensure project completion on time and within established budget. Consultant shall provide a qualified construction manager and inspector with significant experience in construction inspection of work typical for a variety of municipal construction projects. Consultant shall provide experienced personnel, equipment and facilities to perform the tasks enumerated in this scope of work. The individuals shall have at least the following experience requirements and skills: • Five (5) years of Public Works and construction inspection experience, specifically bridge, paving, trenching, grading, reinforced concrete, concrete flatwork, landscape construction and inspection. • Experience in the required field and identify a minimum of three (3) projects within the last five (5) years for which they have provided construction management and inspection services. Although the City requires no specific format, this section is intended to provide guidelines to the consultant regarding features that the City will look for and expect to be included in the proposal. Docusign Envelope ID: ECC776D0-50E5-49AD-B095-50BB8D28F930 CITY OF TUSTIN RFP-An-mtrong Ped Bridge (CIP 70257), Legacy Park Ph.3 (CIP 20033), N-DSouth Phase 2 Package 2 (CIP 70256) October2024 Page14 1. Content & Format The proposal should include at least the following: • Approach and understanding of the work to be performed. • Team Organization including an organization diagram and time commitment of key staff. • Statement of Qualifications including descriptions of similar projects by key staff to be assigned during the term of the contract. Resumes of key staff. • Schedule of Hourly Rates and fees uploaded as a separate file from the main proposal in OpenGov. Three references of agencies previously contracted with, providing the same or similar services. 2. Approach and Understanding The information provided in this section should describe the firm's approach and work program to meet the city's objectives, technical approach, methodology, and specific tasks and activities that will be performed to address the specific issues and work items. 3. Team Organization The information provided in this section should describe the organization of the project team including sub -consultants and key staff. A project manager and an alternate project manager who will be the prime contact and be responsible for coordinating all activities with the City should be included. An organization diagram showing all key team members and illustrating the relationship between the City, the project manager, key staff, and sub -consultants and a brief description of the role and responsibilities of all key staff and sub -consultants identified in the team organization also should be included. 4. Statement of Qualifications The information provided in this section should describe the qualifications of the firm and key staff in performing projects within the past five years that are similar in scope and size to demonstrate competence to perform these services. The projects listed should be those that the key staff named for this project was responsible for performing services. Docusign Envelope ID: ECC776D0-50E5-49AD-B095-50BB8D28F930 CITY OF TUSTIN RFP-An-mtrong Ped Bridge (CIP 70257), Legacy Park Ph.3 (CIP 20033), N-DSouth Phase 2 Package 2 (CIP 70256) October2024 Pagel5 Information shall include: • Names of key staff that participated on named projects and their specific responsibilities. • The client's name, contact person, addresses, and telephone numbers. • A brief description of type and extent of services provided. • Completion dates (estimated, if not yet completed). • Total costs of the projects. Brief resumes of key personnel who will provide these services demonstrating their qualifications and experience also should be included. Resumes should highlight education, relevant experience, licenses and specific responsibilities for services described. 5. Fee Proposal Compensation for services provided shall be based upon the consultant's detailed fee proposal to furnish the services detailed in the proposal. A Fee Proposal shall be uploaded as a separate file from the main proposal in OpenGov. A work program together with a breakdown of labor hours by employee billing classification together with the cost of non -labor and sub -consultant services shall be included with the fee proposal separately for each of the three projects. The labor breakdown shall be compiled based upon a listing of work tasks that correlates with the consultant's defined scope of work for the project proposal. This information will be used by the City staff to evaluate the reasonableness of the fee proposal and may be used in negotiating the final fee amounts for the contract agreement. The fee proposal of the three (3) top ranked consultants will be opened at the conclusion of the consultant evaluation and selection process. Fees will not be used to determine the ranking of the consultants. The City will negotiate the final fee with the top ranked consultant. Reimbursable expenses shall not be allowed unless negotiated prior to a contract. Price escalations during the contract term are disfavored and will not be allowed unless negotiated prior to execution of contract. Although no public meetings are anticipated, the fee proposal shall include a unit cost for a public meeting (e.g., $/public meeting) in the event a meeting will be required. Docusign Envelope ID: ECC776D0-50E5-49AD-B095-50BB8D28F930 CITY OF TUSTIN RFP-An-mtong Ped Bridge (CIP 70257), Legacy Park Ph. 3 (CIP 20033), N-D South Phase 2 Package 2 (CIP 70256) October2024 Pagel6 The consultant shall prepare progress billings, reflective of the project schedule and the scope of work completed, by line item and description. 6. Statement of Offer & Signature The Proposal shall contain a statement that the proposals are a firm offer for a 90 day period and signed by an individual authorized to act on behalf of the firm. VI. GENERAL REQUIREMENTS 1. Insurance Requirements The consultant shall furnish with the proposal proof of the following minimum insurance coverage. These minimum levels of coverage are required to be maintained for the duration of the project: A. General Liability and Automobile Liability Coverage - $2,000,000 and $1,000,000, respectively, per occurrence for bodily injury and property damage. If Commercial General Liability Insurance or other form with a general limit is used, either the general aggregate limit shall apply separately to this project/location or the general aggregate limit shall be twice the required occurrence limit. Professional Liability Coverage - $2,000,000 per occurrence (note: A "claims made" policy is acceptable). If consultant provides "claims made" coverage, consultant shall also agree in writing either: Purchase Tail Insurance in the amount required by the resulting agreement to cover claims made within five (5) years of completion of consultant's services under the agreement. Maintain professional liability insurance coverage with the same carrier, or with an equivalent carrier in the amount required by the resulting agreement five (5) years after completion of consultant's services under this agreement. The consultant shall provide written evidence of either form by executing the attached letter agreement (Attachment "B") on consultant letterhead. C. Worker's Compensation Coverage - State statutory limits. Deductibles, Self -Insurance Retentions, or Similar Forms of Coverage Limitations or Modifications, must be declared to and approved by the City of Tustin. Docusign Envelope ID: ECC776D0-50E5-49AD-B095-50BB8D28F930 CITY OF TUSTIN RFP-An-mtrong Ped Bridge (CIP 70257), Legacy Park Ph.3 (CIP 20033), N-DSouth Phase 2 Package 2 (CIP 70256) October2024 Pagel7 The consultant is encouraged to contact its insurance carriers during the proposal stage to ensure that the insurance requirements can be met if selected for negotiation of a contract agreement. The City shall be named as Additional Insured and no policy may be modified or cancelled prior to thirty (30) days written notice. Certificates of insurance and insurer endorsements evidencing the required insurance shall be provided. 2. Standard Form of Agreement The consultant will be required to enter into an agreement with the City based upon the contents of the RFP and the consultant's proposal. The City's standard form of agreement is included as Attachment "A". The consultant shall carefully review the agreement, and include with the proposal a description of any exceptions requested to the standard contract. If there are no exceptions, a statement to that effect shall be included in the proposal. 3. Disclaimer This RFP does not commit the City to award a contract, or to pay any costs incurred in the preparation of the proposal. The City reserves the right to extend the due date for the proposal, to accept or reject any or all proposals received as a result of this request, to negotiate with any qualified consultant, or to cancel this RFP in part or in its entirety. The City may require the selected consultant to participate in negotiations and to submit such technical, fee, or other revisions of their proposals as may result from negotiations. 4. Assigned Representatives The City will assign a responsible representative to administer the contract and to assist the consultant in obtaining information. The consultant also shall assign a responsible representative (project manager) and an alternate, who will be identified in the proposal. 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 proposal shall become the project manager. The City's representative shall first approve any substitution of representatives or sub -consultants identified in the proposal in writing. 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. Docusign Envelope ID: ECC776D0-50E5-49AD-B095-50BB8D28F930 CITY OF TUSTIN RFP-An-mtong Ped Bridge (CIP 70257), Legacy Park Ph. 3 (CIP 20033), N-D South Phase 2 Package 2 (CIP 70256) October2024 Pagel8 5. City Business License A city business license will be required of the consultant and any sub -consultants for services under this agreement. VII. CONSULTANT EVALUATION AND SELECTION PROCESS The City's consultant evaluation and selection process is based upon Qualifications Based Selection (QBS) for professional services. The following criteria will be used in evaluating the proposals using a point value system, maximum 100 points, based upon the weighting indicated below: 1. Approach and work plan to achieve specified City objectives (25 points). 2. Familiarity working with regulatory agencies and areas of environmental concern (25 points). 3. Clarity of proposals (5 points). 4. Qualifications and experience of the project manager and other key individuals (20 points). 5. Qualifications and experience of the firm (20 points). 6. Compliance with proposal requirements (5 points). The City may elect to interview a short list of qualified firms or to interview only the top rated firm based upon the proposals submitted for the project. City staff will negotiate a contract with the most qualified firm for the desired consulting services. Should City staff be unable to negotiate a satisfactory contract with the firm considered to be the most qualified, negotiations with that firm shall be formally terminated. Negotiations will then be undertaken with the next most qualified firm. Failing accord with the second most qualified firm, City staff will terminate negotiations and continue the negotiation process with the next most qualified firm in order of their evaluation ranking until an agreement is reached and a firm is selected and an agreement is executed. Additional information related to the consultant selection process will be made available in the future once the City has executed this contract. Please refrain from making any verbal inquires or requests for a formal debriefing related to the subject RFP until the City of Tustin completes the ongoing contract process. Docusign Envelope ID: ECC776D0-50E5-49AD-B095-50BB8D28F930 CITY OF TUSTIN RFP-An-mtrong Ped Bridge (CIP 70257), Legacy Park Ph.3 (CIP 20033), N-DSouth Phase 2 Package 2 (CIP 70256) October2024 Pagel9 VIII. ADMINISTRATION SPECIFICATIONS The City of Tustin's Rights to Proposals All proposals, upon submission to the City of Tustin shall become its property for use as deemed appropriate. By submitting a proposal, the offer covenants not to make any claim for or have any right to damages because of any misinterpretation or misunderstanding of the specification, or because of any misinformation or lack of information. The City of Tustin has the following prerogatives with regard to proposals submitted: • Accept or reject any or all proposals. • Correct any arithmetic errors in any or all proposals submitted. • Utilize any or all of the ideas from proposals submitted. • Change the proposal's due date upon appropriate notification. • Adopt any or the offeror's entire proposal. • Negotiate modifications to the scope and fee with selected offeror prior to contract award. IX. ATTACHMENTS Attachment A - Sample Consultant Services Agreement Attachment B - Tail Insurance Letter Docusign Envelope ID: ECC776D0-50E5-49AD-B095-50BB8D28F930 EXHIBIT "B" CONSULTANT'S PROPOSAL xusign Envelope ID: ECC776D0-50E5-49AD-B095-50BB8D28F930 Our proposed personnel are local to the community and have worked in the City of Tustin and surrounding areas. We are excited to serve the City of Tustin. EXHIBIT B �N Remembering what connects us. Hai — q _ �4 A � ' CITY OF UST PUBLIC WORKS DEPAF REQUEST FOR PROPOSALS FOR PROFESSIONAL CONSULTING CONSTRUCTION MANAGEMENT SERVICES FOR ARMSTRONG PED BRIDGE (CIP 70257), LEGACY PARK PH. 3 (CIP 20083), N-D SOUTH PHASE 2 PACKAGE 2 (CIP 70256) CONSTRUCTION CONSULTANTS DECEMBER 5, 2024 BUILDING SOLUTIONS Docusign Envelope ID: ECC776D0-50E5-49AD-B095-50BB8D28F930 TABLE OF CONTENTS CoverLetter.................................................................................................................................1 Approach and Understanding................................................................................................... 3 TeamOrganization....................................................................................................................28 Statement of Qualifications..................................................................................................... 35 FeeProposal............................................................................................................................. 68 Statement of Offer & Signature............................................................................................... 68 Appendices: Appendix A.................................................................................Addendum Acknowledgement Appendix B..................................................................................................Additional Resumes 1 Docusign Envelope ID: ECC776D0-50E5-49AD-B095-50BB8D28F930 COVER LETTER December 5, 2024 Mark Khudadatov, Principal Engineer City of Tustin, Public Works Department 300 Centennial Way, Tustin, CA 92780 Subject: Proposal for Professional Consulting Construction Management Services — Armstrong Pedestrian Bridge, Legacy Park Phase 3, and N-D South Phase 2 Package Dear Mr. Khudadatov, Z&K Consultants, Inc. (Z&K) is pleased to submit our proposal in response to the City of Tustin's Request for Proposals for Professional Consulting Construction Management Services. As a certified Disadvantaged Business Enterprise (DBE), Women's Business Enterprise (WBE), and Small Business Enterprise (SBE) in Southern California, Z&K specializes in delivering comprehensive Construction Management, Project Management, Construction Inspection, and other Engineering Consulting Services for municipal infrastructure projects. Z&K is committed to supporting the City of Tustin in the successful delivery of the Armstrong Pedestrian Bridge, Legacy Park Phase 3, and N-D South Phase 2 Package projects. Our firm has a strong track record of delivering public works projects that align with the specific goals of municipalities, including timely delivery, community -focused engagement, and strict adherence to budget and quality requirements. Approach and Work Plan to Achieve Specified City Objectives I Z&K has developed a proactive and comprehensive approach tailored to the City of Tustin's objectives for the Armstrong Pedestrian Bridge, Legacy Park Phase 3, and N-D South Phase 2 Package. Our work plan focuses on achieving seamless coordination across all project phases while maintaining a sharp focus on budget control, timeline adherence, and stakeholder satisfaction. This approach ensures that we deliver a project that meets the City's expectations in terms of quality, efficiency, and long-term value. Key components of our approach include: • Constructability Review: Conducting thorough evaluations of plans and specifications to identify potential challenges and ensure project feasibility. • Risk Management: Employing a detailed risk matrix to anticipate, identify, and mitigate potential delays or issues before they arise. • Stakeholder Coordination: Maintaining transparent and consistent communication with City staff, regulatory agencies, and contractors to ensure alignment on project goals. • Technology Integration: Utilizing industry -standard project management tools for documentation, real-time tracking, and efficient communication among all parties involved. Familiarity with Regulatory Agencies and Environmental Concerns I Z&K brings extensive experience in navigating the regulatory landscape associated with public infrastructure projects. We have successfully collaborated with agencies such as the California Department of Toxic Substances Control (DTSC), Regional Water Quality Control Board (RWQCB), and Southern California Air Quality Management District (SCAQMD) to meet regulatory and environmental compliance requirements. Our team understands the importance of ensuring that all necessary permits, mitigation measures, and environmental standards are met throughout the project lifecycle. From pre -construction planning to construction execution, we will ensure that the projects comply with CEQA guidelines, local ordinances, and all relevant environmental regulations. Clarity of Proposal I Our proposal has been crafted to provide a clear, detailed, and comprehensive understanding of the scope of work, project objectives, and deliverables. Each section of our submission is aligned with the RFP requirements and includes well -structured plans to address the unique aspects of the Armstrong Pedestrian Bridge, Legacy Park Phase 3, and N-D South Phase 2 Package. We have included detailed breakdowns of key project elements, a transparent timeline, and an approach that highlights our ability to manage simultaneous projects efficiently. This clarity ensures that the City of Tustin can rely on our expertise to deliver high -quality outcomes without ambiguity or misalignment. Qualifications and Experience of the Project Manager and Key Individuals I The qualifications of our Senior Construction Manager and key team members are perfectly aligned with the complexities of the Projects. Zack Faqih, PE, QSD/P, ICC, CBO, serves as the Senior Construction Manager/Resident Engineer for this project. With over 32 years of experience in managing public infrastructure projects, including more than 10 bridge projects, over 35 park and municipal improvement projects, over 50 street improvement/traffic signal, Zack brings unparalleled expertise in regulatory compliance, risk management, and stakeholder coordination. His leadership ensures seamless project execution while maintaining the highest standards of safety, quality, and efficiency. Scott Walker, PE, QSD/P, serves as the Structures Representative/Lead Structures Inspector. Scott brings deep expertise in structural engineering and inspection, with experience on 200 bridge projects and numerous other structural improvements. His role will be critical in overseeing the integrity of the pedestrian bridge and associated structures, ensuring compliance with engineering standards and project specifications. CONSULTANTS BUILDING SOLUTIONS Page 1 Docusign Envelope ID: ECC776D0-50E5-49AD-B095-50BB8D28F930 Tom Dawson, ICC Certified, CBO, will act as the Lead Construction Inspector. With extensive experience spanning over 28 park projects, 7 bridge projects, and over 40 street improvement and traffic signal projects, Tom has a proven track record of ensuring adherence to construction standards and local regulations. His meticulous attention to detail and hands-on approach will ensure that every phase of the project is inspected thoroughly, ensuring compliance with specifications and safety standards. Together, this highly qualified team, supported by specialists in labor compliance, project administration, and documentation, ensures that every aspect of the project will be managed with precision, attention to detail, and a commitment to exceeding expectations. This collaborative and experienced team is fully prepared to deliver the City of Tustin's projects successfully. Qualifications and Experience of the Firm I Z&K has a proven track record of delivering municipal infrastructure projects on time and within budget. Over the past five years, we have successfully managed more than 60 similar projects, ranging from pedestrian bridges to complex park improvements. This extensive experience demonstrates our ability to handle the unique challenges associated with simultaneous construction projects in urban environments. Our portfolio showcases a strong commitment to excellence, as evidenced by high -quality references from government agencies and our ability to foster collaborative working relationships with clients, contractors, and stakeholders. These qualities ensure that Z&K is well-equipped to manage the Armstrong Pedestrian Bridge, Legacy Park Phase 3, and N-D South Phase 2 Package projects to successful completion. Compliance with Proposal Requirements I Z&K has carefully reviewed the RFP requirements and submitted all necessary documentation to ensure full compliance. Our proposal includes a comprehensive response to the Scope of Work, fee proposals for each individual project, and all administrative details required by the City of Tustin. We understand the importance of adhering to submission guidelines and have ensured that our proposal reflects the City's priorities and expectations. This commitment to compliance reinforces our dedication to delivering a project that aligns seamlessly with the City's vision. The Z&K Consultants, Inc. team brings a unique set of strengths and advantages to the City: Certified Minority -Owned Firm: As a certified Disadvantaged Business Enterprise (DBE), Women's Business Enterprise (WBE), and Small Business Enterprise (SBE), Z&K is committed to fostering diversity and inclusion while contributing to the community's goals for equitable opportunities in public projects. Expert Leadership: Mr. Zack Faqih, our Senior Construction Manager/Resident Engineer, brings over 32 years of experience to this project, with a proven record of delivering more than 35 successful park projects, 10 bridge projects, and 50 street/traffic signal projects. His leadership will ensure that the Armstrong Pedestrian Bridge, Legacy Park Phase 3, and N-D South Phase 2 Package are constructed with precision, safety, and efficiency, addressing every aspect from pedestrian pathways to complex structural elements with the highest level of quality and attention to detail. Highly Qualified Inspection Team: Our inspection team is composed of highly skilled, multi -disciplinary professionals with extensive experience in construction, engineering, and municipal project oversight. This diverse expertise enables us to conduct thorough, precise, and efficient inspections, ensuring strict compliance with all project specifications, including adherence to "The Green Book" standards and applicable local codes. By leveraging their deep knowledge of best practices and regulatory requirements, our team ensures that every phase of the project is executed to the highest quality and safety standards. In -Depth Project Understanding: Z&K has taken a proactive approach by conducting site visits and preparing a comprehensive risk matrix to identify key project challenges and ensure early mitigation. This groundwork allows us to start the project seamlessly and maintain momentum throughout its completion. Z&K will provide weekly drone photos capturing the progress of the site during construction, ensuring comprehensive visual documentation of all activities. Additionally, drone photos and videos showcasing the current site conditions are available here. will serve as the primary contact for all communications related to this proposal and am authorized to obligate Z&K Consultants, Inc. to fulfill its commitments. I agree to update this response to acknowledge any addenda received in the future even if this response has already been submitted. We acknowledge Addendum 1 dated November 22, 2024, and certify that all information provided is accurate and complete. This proposal constitutes a firm offer and will remain valid for 90 days from the date of submittal. We are excited about the opportunity to support the City of Tustin and are committed to the successful and timely completion of this important project. Sincerely, C �� (µlz Crysta ire, PE President/Principal-in-Charge 17130 Van Buren Blvd. #122, Riverside, CA 92504 1 (951) 310-7470 cfraire@zandkconsultants.com I www.zandkconsultants.com rim l� ck Fa ih PE QSD/P q , Senior Construction Manager/Resident Engineer 17130 Van Buren Blvd. #122, Riverside, CA 92504 zfagih@zandkconsultants.com CONSULTANTS BUILDING SOLUTIONS Page 2 Envelope ID: ECC776D0-50E5-49AD-B095-50BB8D28F930 APPROACH AND UNDERSTANDING CONSULTANTS BUILDING SOLUTIONS Page 3 Docusign Envelope ID: ECC776D0-50E5-49AD-B095-50BB8D28F930 APPROACH AND UNDERSTANDING Z&K Consultants, Inc. is committed to delivering the Armstrong Pedestrian Bridge, Legacy Park Phase 3, and N-D South Phase 2 Package projects with precision, efficiency, and adherence to the City of Tustin's objectives. These interconnected projects require meticulous planning and expert execution to address the unique challenges of complex bridge construction, simultaneous project management, and community -focused enhancements. We understand that is expected that the contract bid advertisement process for the construction will begin in April 2025 with the construction anticipated to start in June/July 2025. The entire construction period is estimated at 15 months. Our approach emphasizes collaboration with City staff, contractors, and stakeholders, ensuring that all activities align with the project's technical and functional goals. We are dedicated to completing these projects on time, within budget, and with a commitment to quality, environmental compliance, and community satisfaction. ARMSTRONG PEDESTRIAN BRIDGE (CIP 70257) Z&K Consultants, Inc. understands the Armstrong Avenue Pedestrian Bridge (CIP 70257) as a vital infrastructure project designed to enhance pedestrian connectivity between Tustin Legacy Park Phases 1 and 2. This Cast -In -Place (CIP) Reinforced Concrete through -girder bridge, featuring timber accents, integrated lighting, and terraced planters, blends structural functionality with aesthetic integration into the park environment. The project requires precise planning, execution, and quality assurance to meet the City of Tustin's objectives of safety, durability, and visual harmony. With an estimated construction timeline of 45 weeks, Z&K will ensure adherence to this schedule by applying a proactive approach to risk mitigation, constructability review, and phased execution. PROJECT UNDERSTANDING I The Armstrong Avenue Pedestrian will span Armstrong Avenue, linking two key phases of Tustin Legacy Park. This bridge is more than a functional pedestrian pathway; it is also a statement piece featuring high -quality architectural treatments that integrate seamlessly into the surrounding park environment. Key features of the bridge include: Structural Elements: A CIP reinforced concrete through -girder bridge, incorporating robust design and reinforced footings to support pedestrian loads and aesthetic enhancements. Architectural Treatments: Concrete edge girders with timber accents, a Lithocrete deck finish, and integrated lighting with advanced light sensors for aesthetic appeal and functional safety. Landscaping Integration: Terraced planters along the bridge alignment create a natural transition between the structure and Armstrong Avenue, enhancing its visual integration into the surrounding park setting. KEY CHALLENGES I The project poses unique challenges requiring expert management, including: • The railing system, crafted from timber and stainless steel, features complex geometry requiring precision in design, fabrication, and installation. • The environmental factors associated with wet pile construction will require advanced groundwater management techniques and regulatory compliance for potential contaminants. • The project involves managing interdependencies with adjacent phases of Tustin Legacy Park, requiring careful coordination to avoid delays and disruptions. TIMELINE I The construction of the Armstrong Avenue Pedestrian Bridge is scheduled to begin in June/July 2025. This start date follows the preparation and settlement of the mounding that will support the bridge structure. The construction period is anticipated to span approximately 45 weeks, including Pre -construction mounding settlement and Sequential phases, including foundation work, superstructure construction, and architectural treatments. CONSTRUCTABILITY REVIEW I The Armstrong Avenue Pedestrian Bridge (CIP 70257) is a Cast -In -Place (CIP) Reinforced Concrete through -girder bridge, distinguished by its structural complexity and high architectural demands. Its construction will require advanced planning, detailed evaluation, and a proactive approach to addressing technical, environmental, and logistical challenges. Page 4 Docusign Envelope ID: ECC776D0-50E5-49AD-B095-50BB8D28F930 Bridge Structural and Architectural Features • Structure Type: The bridge's through -girder design is similar to an R/C box girder bridge but requires more intricate formwork due to its complex geometry. • Deck Treatment: The deck will feature a Lithocrete finish, ensuring a durable and visually appealing surface. • Architectural Lighting: Integrated lighting systems with light sensors will enhance functionality while complementing the bridge's modern aesthetic. • Railing Complexity: The most technically demanding element of the bridge is its railing, crafted from timber and stainless steel. The intricate geometry of the railing necessitates precise design, fabrication, and installation processes to achieve the desired results. • CIDH Piles: The foundation will consist of 4-foot diameter piles at the abutments and 6-foot diameter piles at the bents, constructed as wet piles. Key Considerations for Constructability 1. CIDH Pile Installation and Foundation Work I The CIDH piles require special attention to ensure compliance with design specifications and environmental regulations: • Wet Pile Construction: As wet piles will be used, the drilling slurry and placement procedures must align with the Caltrans Foundation Manual. • Discharge Requirements: There is a potential need for baker tanks to discharge slurry into the sewer system instead of the storm drain due to contaminants. While no dewatering is anticipated, compliance with environmental guidelines will be prioritized. • Inspection Protocol: Full-time inspections will verify pile layout, tip and cutoff elevations, reinforcing steel placement, and concrete pour integrity. 2. Structural and Formwork Challenges I The bridge's through -girder design involves more complicated formwork compared to traditional R/C box girders. • Falsework: Falsework openings and restrictions must be clearly identified to prevent delays during the construction process. • Reinforcement Placement: Accurate placement of bar reinforcing steel will be crucial to ensure the integrity of the through -girder structure. 3. Architectural and Finishing Features I The bridge's unique architectural features will require advanced coordination and quality assurance. • Timber and Stainless Steel Railings: These railings feature intricate geometry, demanding precise fabrication and installation to meet both structural and aesthetic requirements. • Lithocrete Deck Treatment: This finish will require careful application and curing processes to achieve the specified durability and appearance. • Lighting Systems: The integration of light sensors and architectural lighting must align with the design intent and functional requirements, requiring thorough inspections during installation. 4. Environmental Compliance and Mitigation • Groundwater Management: While no significant dewatering is expected, the use of wet piles will require proper handling of potential contaminants in accordance with environmental regulations. • CEQA Compliance: All construction activities will adhere to CEQA guidelines, minimizing ecological impacts and ensuring community safety. Plans, Specifications, and Estimate (PS&E) Alignment • Ensure that all quantities in the plans match bid items to avoid discrepancies. • Confirm that technical specifications are detailed and project -specific, covering all aspects of construction, including the unique architectural and structural elements of the bridge. Sequencing and Site Access • Construction sequencing will be optimized to avoid conflicts between foundation, superstructure, and finishing phases. • Access points for materials, equipment, and personnel will be assessed to prevent congestion and ensure efficient operations. Safety and Protection Measures • Protect in Place: Existing utilities and facilities near the construction zone will be identified and safeguarded to prevent damage during contractor operations. • Worker Safety: OSHA -compliant safety protocols will be integrated into all stages of construction, particularly during pile installation and structural work. Deliverables and Outcomes I The constructability review will produce: • A detailed report addressing potential challenges and offering solutions to align construction with requirements. • Updated PS&E documents to reflect necessary adjustments, such as falsework openings, shoring requirements, and environmental mitigation measures. • A coordinated plan with stakeholders to ensure efficient execution of the project. By addressing all elements of the bridge's construction and leveraging our expertise in structural and architectural coordination, Z&K Consultants, Inc. will ensure the Armstrong Avenue Pedestrian Bridge is delivered safely, efficiently, and in alignment with the City of Tustin's expectations. Page 5 Docusign Envelope ID: ECC776D0-50E5-49AD-B095-50BB8D28F930 WORK PLAN I The construction of the Armstrong Avenue Pedestrian Bridge requires a comprehensive and detailed work plan to ensure precise execution, quality assurance, and adherence to environmental and regulatory requirements. The following plan incorporates all relevant tasks from the uploaded materials to address the project's unique challenges effectively. Pre -Construction Activities I The pre -construction phase will focus on ensuring readiness for smooth and efficient execution. Z&K will conduct a comprehensive constructability review to evaluate plans, specifications, and estimates for consistency and alignment. Any scope gaps, misaligned quantities, or technical challenges will be identified and addressed. Submittals and shop drawings will be reviewed by the structures representative to confirm conformance with the designed plans and referenced specifications. Shop drawings involving design calculations will also be reviewed by the design engineer -of -record. To protect existing utilities and facilities, intermittent inspections will verify that all assets near the construction zone are properly safeguarded against contractor operations. Environmental mitigation measures, including groundwater management protocols for wet pile construction, will be finalized in coordination with City staff and regulatory agencies. A detailed project schedule will be developed, outlining critical milestones for CIDH pile installation, deck forming, and finishing phases. Foundation and Substructure Construction I CIDH pile installation will require full-time inspections to verify pile layout, tip and cutoff elevations, slurry usage, and compliance with the approved pile installation plan. Reinforcing steel placement, concrete pours, and hoisting operations will be closely monitored to meet Caltrans standards. For footings and abutments, intermittent inspections will confirm layout, grades, utility blockouts, reinforcing steel, and concrete placement, ensuring alignment with the approved plans. The surface finishes of the substructure components will also be inspected for quality assurance. Superstructure and Architectural Treatments I The construction of the superstructure will include inspections of deck forming, diaphragm placement, and falsework erection. Z&K will ensure all activities align with approved plans and shop drawings. The Lithocrete deck treatment will be carefully applied and cured to ensure durability and aesthetic quality. The timber and stainless steel railings, known for their complex geometry, will be fabricated and installed with precision to meet both structural and design requirements. Integrated lighting systems with advanced light sensors will be installed and tested to verify functionality and alignment with project specifications. Approach slabs and drainage systems will also be inspected, including the treated base placement, concrete placement, and installation of joint seals and barrier rails, to ensure proper integration with the bridge structure. Environmental Management I Groundwater management will be a key focus, particularly with wet pile construction. Protocols will ensure that any discharge from baker tanks complies with sewer system requirements and environmental regulations. CEQA-compliant mitigation measures will be implemented throughout construction to minimize ecological impacts and protect the surrounding environment. Public and Stakeholder Coordination I A key aspect of the Armstrong Avenue Pedestrian Bridge project will be maintaining effective communication with stakeholders and the public. Z&K will ensure consistent updates and engagement to address concerns and minimize disruptions. Regular progress reports, including drone photos and weekly newsletters, will be shared with City staff to provide transparency and facilitate decision -making. Additionally, Z&K will work closely with local residents, businesses, and park users to address any access concerns and ensure safe navigation around the construction site. Public safety measures, such as detour signage and clear communication of construction schedules, will be implemented to maintain positive community relations throughout the project. Post -Construction Activities I As -built changes will be meticulously documented, including field modifications, RFIs, and change orders. Contractor -submitted as -built plans will be reviewed against internal records for accuracy. Independent cost estimates will be provided for any structural -related change orders to verify contractor pricing. A final report summarizing all structural and architectural work will be prepared, including a Caltrans verification form certifying that the construction complies with approved plans and specifications. A comprehensive walkthrough with City staff will address punch list items and ensure all project objectives are met to the City's satisfaction. Quality Assurance I Throughout the project, rigorous quality control measures will be applied. Daily inspection diaries and photographic records will document progress and maintain accountability. Z&K's experienced team will ensure that all elements of the project are executed efficiently, safely, and to the highest standards, delivering a bridge that aligns with the City of Tustin's vision and expectations. This detailed work plan ensures that all phases of the project are executed with precision, minimizing risks while maximizing efficiency and quality. It integrates all relevant items from the provided documentation to deliver a successful and impactful result. Page 6 Docusign Envelope ID: ECC776D0-50E5-49AD-B095-50BB8D28F930 LEGACY PARK PHASE 3 (CIP 20083) Legacy Park Phase 3 (CIP 20083) is a transformative addition to the Tustin Legacy development, designed to build upon the successes of Phases 1 and 2 while introducing new features that enhance community connectivity, recreational opportunities, and environmental sustainability. This phase will serve as a critical link within the park's overall master plan, fostering inclusivity and encouraging community engagement by providing diverse amenities for residents and visitors. PROJECT UNDERSTANDING I Legacy Park Phase 3 is located in Tustin Legacy, bounded by Warner Avenue, Compass Avenue, Airship Avenue, and Armstrong Avenue. This phase will act as a continuation of the linear park model established in earlier phases, connecting key sections of Tustin Legacy and nearby amenities. The project may include the following features, encompassing a variety of amenities typically found in public parks: • Recreational Facilities: Diverse activity areas such as playgrounds, sports courts (e.g., pickleball, basketball), and fitness zones designed to promote physical wellness and community engagement. • Walking and Biking Trails: Well -maintained paths that connect different sections of the park, encouraging sustainable transportation and leisure activities. • Open Green Spaces: Expansive lawns and natural areas ideal for relaxation, picnics, and informal gatherings. • Community Gathering Areas: Shaded plazas, picnic tables, and event spaces to host social activities and foster a sense of community. • Sustainability Features: Native and drought -tolerant plant species, efficient irrigation systems, and environmentally conscious landscaping to promote ecological balance and water conservation. • Lighting and Safety: Energy -efficient lighting throughout the park to ensure safety and usability during evening hours. • ADA Accessibility: Pathways and amenities designed to ensure inclusivity for individuals of all abilities. Tustin Legacy Park is designed as a central corridor that links the various neighborhoods and developments within the Tustin Legacy master plan. The Armstrong Avenue Pedestrian Bridge will further enhance connectivity by linking park phases across Armstrong Avenue. TIMELINE I The construction of the Legacy Park, Phase 3 is scheduled to begin in June/July 2025. This start date follows the Site preparation and grading; Installation of trails , infrastructure, and recreational zones; and Landscaping and finishing. CHALLENGES AND CONSIDERATIONS I The project poses unique challenges requiring expert management, including: • Coordination with Adjacent Projects: Legacy Park Phase 3 must align with ongoing projects in Tustin Legacy, such as the Armstrong Avenue Pedestrian Bridge (CIP 70257) and the N-D South Phase 2 Package 2 (CIP 70256). Careful planning will ensure seamless integration and connectivity. • Community Engagement: Maintaining open lines of communication with residents and stakeholders will be crucial to minimizing disruptions. Public meetings, newsletters, and online updates will provide transparency and encourage community input. • Environmental Compliance: The project will adhere to CEQA guidelines by implementing comprehensive mitigation measures, including erosion control, water conservation practices, and the use of environmentally friendly materials. • Construction Access and Staging: Site logistics will be managed to ensure minimal disruption to surrounding neighborhoods and park users. Clearly marked staging areas, safe access routes, and barrier installations will enhance construction efficiency and safety. Legacy Park Phase 3 represents a pivotal step in completing the vision of Tustin Legacy as a unified, vibrant, and sustainable community. By expanding recreational opportunities, enhancing connectivity, and prioritizing environmental stewardship, this phase will provide a high -quality public space for residents and visitors alike. Through meticulous planning, collaboration with stakeholders, and a commitment to excellence, Legacy Park Phase 3 will further solidify Tustin Legacy's status as a model for modern, community -focused development. CONSTRUCTABILITY REVIEW I The constructability review for Legacy Park Phase 3 (CIP 20083) will ensure the project is executed with efficiency, safety, and alignment with the City of Tustin's objectives. This review focuses on identifying and mitigating potential risks, improving construction methods, and ensuring that all components of the project are feasible, cost-effective, and compliant with design specifications and environmental regulations. The primary purpose of the constructability review is to analyze the project plans, specifications, and estimates (PS&E) for consistency and practicality. Page 7 Docusign Envelope ID: ECC776D0-50E5-49AD-B095-50BB8D28F930 The review will assess construction methods, identify potential conflicts or inefficiencies, and propose solutions to streamline project delivery. This ensures seamless integration of Legacy Park Phase 3 with the previous phases while maintaining quality, adhering to the budget, and meeting the project schedule. 1. Document Review and Scope Alignment • Plans, Specifications, and Estimates (PS&E): Verify that all design documents are consistent, accurate, and complete, ensuring no gaps or ambiguities in the project scope. • Bid Item Quantities: Cross-check quantities in the plans against bid items to confirm alignment and avoid discrepancies that could lead to delays or cost overruns. • Technical Specifications: Ensure that specifications are tailored to the unique elements of Legacy Park Phase 3, including ADA pathways, native landscaping, and recreational features. 2. Construction Sequencing and Phasing • Optimized Workflow: Review the construction phasing plan to ensure logical sequencing of tasks, from grading and utility installation to landscaping and finishing. This includes coordinating overlapping activities, such as trail construction and planting. • Minimizing Disruption: Plan for phased construction to maintain access to surrounding areas and avoid significant disruptions to residents and nearby businesses. • Access and Staging: Evaluate staging areas for materials and equipment to ensure efficient delivery and movement without interfering with ongoing work or surrounding neighborhoods. 3. Site Logistics and Safety • Construction Access: Assess site access routes to accommodate construction vehicles and personnel while ensuring the safety of park users and minimizing impact on surrounding streets. • Protect in Place: Identify existing utilities, facilities, and landscaping elements near the construction zone that must be protected from damage during contractor operations. • Traffic Management: Develop a traffic management plan to address potential disruptions caused by equipment or material transport. 4. Recreational Features and Amenities • Trails and Pathways: Evaluate the design and material specifications for walking and biking trails to ensure durability and ease of maintenance. Special attention will be given to the ADA-compliant design. • Playgrounds and Courts: Review playground equipment, fitness pods, and sports court specifications for safety compliance, installation feasibility, and user -friendliness. • Shaded Plaza and Gathering Areas: Assess the structural design of shaded plazas and community spaces to ensure they meet aesthetic and functional goals. Landscaping and Irrigation Systems • Plant Selection and Layout: Confirm the selection of native and drought -tolerant plants to meet sustainability goals and ensure compatibility with the irrigation system. • Irrigation System Design: Evaluate the efficiency of the proposed irrigation system, ensuring proper water distribution and alignment with local water conservation regulations. Environmental Compliance • Groundwater and Soil Management: Identify potential environmental risks, including groundwater or soil erosion, and recommend mitigation measures to address these concerns. • CEQA Guidelines: Ensure compliance with California Environmental Quality Act (CEQA) requirements and integrate mitigation measures to minimize the project's environmental impact. • Erosion Control: Verify the inclusion of erosion control measures to protect the site during and after construction. Lighting and Electrical Systems • Energy -Efficient Lighting: Assess the placement, type, and integration of energy -efficient lighting systems to enhance safety and visibility while reducing environmental impact. • Electrical Utilities: Confirm the design and routing of electrical utilities to support lighting, recreational amenities, and potential future expansions. Deliverables and Outcomes I The constructability review will produce the following deliverables: • A detailed report identifying potential challenges and offering solutions to streamline construction. • Updated PS&E documents incorporating adjustments based on the review findings. • A construction phasing and sequencing plan that optimizes efficiency while minimizing disruptions. • Recommendations for improving sustainability, safety, and accessibility features. By conducting a thorough constructability review, Z&K Consultants, Inc. will ensure that Legacy Park Phase 3 is delivered efficiently, safely, and in alignment with the City of Tustin's vision for a vibrant, sustainable, and inclusive community space. Page 8 Docusign Envelope ID: ECC776D0-50E5-49AD-B095-50BB8D28F930 WORK PLAN I The development of Legacy Park Phase 3 requires a structured and carefully phased work plan to ensure efficient execution, compliance with environmental and safety standards, and alignment with the City of Tustin's vision for connectivity, sustainability, and community enrichment. This plan encompasses pre -construction, construction, and post - construction activities, with a focus on detailed preparation, seamless integration of amenities, and high -quality project delivery. Pre -Construction Activities I The pre -construction phase will focus on thorough planning, site readiness, and regulatory compliance. Z&K Consultants, Inc. will conduct a comprehensive constructability review to evaluate all plans, specifications, and estimates (PS&E). This review will identify potential scope gaps, technical challenges, and inconsistencies to mitigate risks and ensure smooth execution. The project team will verify the accuracy of bid item quantities and confirm that all ADA requirements for pathways and recreational features are addressed. Site inspections will identify utilities, facilities, and landscaping that require protection during construction, and a detailed logistics plan will be developed to minimize disruption to surrounding neighborhoods and businesses. Additionally, all necessary permits and regulatory approvals, including compliance with CEQA requirements, will be finalized. A key aspect of this phase will be engaging with the community through public meetings, newsletters, and dedicated communication channels to address concerns and provide updates. Resource allocation and scheduling will play a crucial role in the pre - construction phase. A detailed project schedule, outlining milestones for grading, infrastructure installation, and landscaping, will be developed to ensure timely delivery of the park. Resources, including labor, materials, and equipment, will be allocated strategically to optimize efficiency and reduce delays. Construction Activities I The construction phase will begin with site grading and the installation of underground utilities. Proper grading will ensure a stable foundation for pathways, recreational facilities, and landscaping. Utilities, including water, electrical, and drainage systems, will be installed in compliance with local regulations to support the park's functionality and sustainability. The construction of trails and pathways will focus on creating ADA-compliant, durable, and accessible routes for pedestrians and cyclists. Eco-friendly materials will be used to enhance sustainability and minimize maintenance needs. Recreational facilities such as pickleball courts, basketball courts, and fitness pods will be installed with attention to safety, usability, and quality. The construction of shaded plazas and community gathering spaces will prioritize comfort and aesthetics, creating areas for relaxation and social engagement. Landscaping and irrigation will play a key role in achieving the park's sustainability objectives. Native and drought -tolerant vegetation will be planted to reduce water consumption and enhance the park's natural beauty. The installation of efficient irrigation systems with smart water management technology will support long-term sustainability. Soil preparation and erosion control measures will ensure healthy plant growth and protect the site during and after construction. Energy -efficient lighting fixtures will be installed along pathways and recreational zones to enhance safety and usability during evening hours. These fixtures will be integrated with underground electrical utilities, ensuring functionality and alignment with the park's design specifications. Post -Construction Activities I The post -construction phase will ensure the park meets all design specifications and is ready for community use. Comprehensive inspections will be conducted to verify that all trails, facilities, landscaping, and lighting comply with project requirements. ADA-compliant features will be tested to ensure full accessibility. As -built documentation will be prepared to record any changes or modifications made during construction. Contractor - submitted as -built plans will be reviewed for accuracy and consistency with internal records. A final walkthrough with City staff and stakeholders will address punch list items and confirm project completion. A final project report will summarize all construction activities, challenges, and resolutions. This report will include as -built plans, inspection records, and compliance certifications for submission to the City of Tustin. The park will be officially handed over to the City for community use, marking the successful completion of Legacy Park Phase 3. Quality Assurance and Safety I Throughout all phases of the project, Z&K Consultants, Inc. will implement rigorous quality control measures to ensure adherence to design specifications, safety protocols, and environmental standards. Daily inspections, progress tracking, and safety audits will be conducted to maintain a secure construction environment. Real- time adjustments will be made to address unforeseen challenges, ensuring that the project stays on track and meets the highest standards of quality. This work plan ensures that Legacy Park Phase 3 is executed with precision and efficiency, meeting the City of Tustin's goals for sustainability, accessibility, and community engagement. By adhering to this structured plan, Z&K Consultants, Inc. will deliver a high -quality public space that enhances the Tustin Legacy development and serves as a lasting asset for residents and visitors. Page 9 Docusign Envelope ID: ECC776D0-50E5-49AD-B095-50BB8D28F930 N-D SOUTH PHASE 2, PACKAGE 2 (CIP 70256) The N-D South Phase 2 Package 2 (CIP 70256) project represents a critical component in the development of Tustin Legacy, aimed at delivering high -quality infrastructure improvements to support residential, commercial, and recreational growth. This project focuses on enhancing roadways, utility systems, and access points to create a functional and aesthetically integrated urban environment. By addressing the connectivity and infrastructure needs of the growing Tustin Legacy community, this package ensures the seamless transition between planned developments while prioritizing sustainability and safety. PROJECT UNDERSTANDING I N-D South Phase 2 Package 2 (CIP 70256) is a pivotal infrastructure development project within Tustin Legacy, designed to support the region's growing residential, commercial, and recreational needs. This phase encompasses critical roadway and utility improvements to facilitate connectivity between key developments and enhance the area's overall functionality. By focusing on sustainable construction, modern infrastructure, and seamless integration with adjacent projects, this phase plays an essential role in completing Tustin Legacy's master plan. The project will deliver enhanced transportation networks, robust utility systems, and accessible pedestrian and bicycle pathways while incorporating landscaping elements to ensure aesthetic alignment with surrounding areas. The improvements are designed to promote safety, efficiency, and sustainability, benefiting both current and future residents. TIMELINE I The construction of the N-D South Phase 2, Package 2 is scheduled to begin in June/July 2025 and will be completed in the 15-month timeframe with the other two projects. This timeline includes critical activities such as roadway improvements, utility installations, and landscaping. CHALLENGES AND CONSIDERATIONS I The project poses unique challenges requiring expert management, including: 1. Coordination with Adjacent Developments: The project must align with ongoing and future developments in Tustin Legacy, including the Armstrong Avenue Pedestrian Bridge (CIP 70257) and Legacy Park Phase 3 (CIP 20083). Coordination with these projects will ensure seamless integration and avoid disruptions to the construction timeline. 2. Utility Integration: Connecting new utility systems to existing infrastructure will require meticulous planning and execution to minimize service interruptions and ensure compatibility. 3. Traffic Management During Construction: Roadway construction will require careful management of traffic flow to avoid significant disruptions to residents, businesses, and commuters in the area. A detailed traffic control plan, including detours and clear signage, will be essential. 4. Environmental Compliance: Compliance with CEQA regulations will be critical, particularly for stormwater management and landscaping. Mitigation measures must be implemented to protect local ecosystems and minimize environmental impacts during construction. 5. Safety Concerns: Ensuring worker and public safety throughout the construction phase will require OSHA - compliant measures, proper signage, and protective barriers to safeguard against hazards in construction zones. 6. Sustainability Goals: The use of native and drought -tolerant plants, along with efficient irrigation systems, will align the project with the City's sustainability objectives. However, these elements will require close attention during planning and implementation to ensure long-term viability. This structured approach to N-D South Phase 2 Package 2 ensures that the project will be delivered on schedule, meeting the City of Tustin's expectations for high -quality infrastructure while addressing potential challenges effectively. CONSTRUCTABILITY REVIEW I The constructability review for N-D South Phase 2 Package 2 is a critical step in ensuring the project is executed efficiently, safely, and in alignment with design specifications and regulatory requirements. By analyzing project plans, specifications, and schedules, the review will identify potential risks, conflicts, and inefficiencies while proposing solutions to streamline construction processes. The constructability review will evaluate all project elements, including roadway improvements, utility installations, pedestrian and bicycle pathways, and landscaping. The primary focus will be on verifying the feasibility of construction methods, ensuring environmental compliance, and optimizing sequencing and resource allocation. 1. Plans, Specifications, and Estimates (PS&E) Alignment: The review ensures that all project documents are consistent and complete. Bid item quantities are cross-checked against design plans to avoid discrepancies, while technical specifications are assessed for clarity and alignment with the project's unique requirements. 2. Utility Coordination: Utility installations, including water, sewer, and storm drain systems, are reviewed to ensure seamless integration with existing infrastructure. Detailed mapping of utilities is conducted to identify potential conflicts and facilitate efficient installation. 3. Roadway Improvements: The grading, paving, and widening of roadways are evaluated to ensure compliance with design plans and standards. Drainage and intersection designs are reviewed to confirm proper functionality and safety. 4. Pedestrian and Bicycle Pathways: The design of multi -modal pathways is assessed for accessibility and safety. ADA compliance is verified, and the alignment of pathways with surrounding Page 10 Docusign Envelope ID: ECC776D0-50E5-49AD-B095-50BB8D28F930 infrastructure is reviewed to ensure seamless connectivity. 5. Environmental Compliance: Adherence to CEQA guidelines is reviewed with a focus on erosion control, stormwater management, and mitigation measures to minimize environmental impact. Construction methods are evaluated to protect local ecosystems and meet regulatory standards. 6. Sequencing and Site Logistics: Construction phasing plans are analyzed to optimize task sequencing and resource allocation. Staging areas are reviewed to ensure efficient delivery of materials and equipment while minimizing disruptions to surrounding areas. Deliverables I The constructability review will produce: 7. Landscaping and Irrigation: Landscaping plans are reviewed to ensure the selection of native and drought -tolerant plant species aligns with sustainability goals. The irrigation system design is evaluated for efficiency and compatibility with local water conservation standards. 8. Traffic and Safety Management: Plans for traffic control during construction are reviewed to ensure minimal disruption to residents and businesses. Safety measures, including proper signage and protective barriers, are assessed to safeguard workers and the public. • A comprehensive report addressing potential challenges and proposing solutions to enhance project delivery. • Updated PS&E documents reflecting necessary adjustments to plans and specifications. • An optimized construction plan that ensures efficiency, safety, and compliance with the City of Tustin's objectives. By focusing on these key areas, Z&K Consultants, Inc. will ensure that N-D South Phase 2 Package 2 is executed with precision, contributing to the continued growth and success of the Tustin Legacy development. WORK PLAN I The successful delivery of N-D South Phase 2 Package 2 will require a phased and well -structured work plan that incorporates pre -construction, construction, and post -construction activities. This approach ensures project efficiency, safety, and compliance with regulatory and community expectations while supporting the continued growth of Tustin Legacy. Pre -Construction Activities I Pre -construction efforts will begin with a comprehensive constructability review of plans, specifications, and estimates (PS&E) to confirm alignment with the project's objectives. This review will address potential inconsistencies, identify scope gaps, and ensure technical specifications are clear and achievable. Permits and regulatory approvals will also be secured during this phase, including finalizing CEQA compliance documentation and coordinating with utility providers for necessary clearances. Site assessments will play a critical role in identifying existing infrastructure, utilities, and other elements requiring protection during construction. A staging and logistics plan will be developed to optimize construction efficiency and minimize disruption to nearby businesses and residents. Community engagement is another key element of this phase, with public meetings and updates planned to provide transparency and address community concerns. Finally, a detailed construction schedule will be developed, outlining critical milestones and strategically allocating labor, materials, and equipment to meet project timelines. Construction Activities I The construction phase will commence with roadway grading, paving, and widening, ensuring compliance with design specifications and traffic safety standards. Intersection improvements, including signage and striping, will be implemented to enhance vehicular flow and overall safety. Utility installation will follow, with water, sewer, and storm drain systems constructed and inspected for proper placement, material quality, and operational readiness. Pedestrian and bicycle pathways will be constructed as part of the multi -modal transportation network, focusing on ADA compliance and safety. These pathways will be integrated seamlessly with adjacent infrastructure, promoting connectivity and accessibility. Landscaping and irrigation will also be key priorities during this phase, incorporating native and drought - tolerant plants to enhance aesthetics while supporting the City's sustainability goals. Efficient irrigation systems will be installed to maintain landscaping health and conserve water resources. A comprehensive traffic management plan will be executed throughout construction to minimize disruptions, including detours, temporary lane closures, and clear signage. Worker and public safety will be safeguarded through OSHA -compliant measures and routine site inspections. Post -Construction Activities I Upon completing construction, final inspections and testing will be conducted to ensure that all roadways, utilities, pathways, and landscaping comply with project specifications and safety standards. Utility systems will be thoroughly tested for functionality and performance. As -built documentation will be prepared to record any changes or adjustments made during construction, ensuring alignment with project records. The project will conclude with a formal handover, including a final walkthrough with City staff and stakeholders to address punch list items and verify that all project goals have been met. A final report summarizing construction activities, challenges, and resolutions will be submitted alongside all required documentation. Community communication will remain a priority, with updates on the completion of the project and the availability of new infrastructure provided to residents and businesses. Quality Assurance and Safety I Throughout the project, quality assurance measures will be implemented to maintain adherence to design specifications, safety protocols, and environmental standards. Daily inspections and progress tracking will help ensure the project stays on schedule and within budget. Safety audits and real-time adjustments will address unforeseen challenges while maintaining a secure construction environment for workers and the public. Page 11 Docusign Envelope ID: ECC776D0-50E5-49AD-B095-50BB8D28F930 COMPREHENSIVE SITE ASSESSMENT AND KEY OBSERVATIONS As part of our preparation for the Tustin Legacy projects, we conducted a detailed site visit to assess existing conditions and identify potential challenges and opportunities. Our team also utilized drone technology to capture high -resolution photos and videos, providing a comprehensive aerial perspective of the project areas. These observations ensure a thorough understanding of the site's context, infrastructure, and environmental considerations, allowing for proactive planning and mitigation of any potential issues during construction. Below are the detailed findings and key considerations from the site assessment. Airship Avenue I From Compass Avenue heading west toward Armstrong Avenue, the area includes a newly developed multifamily residential community of townhomes and condos, complete with a community pool and recreational facilities adjacent to the park project. This proximity to residential areas necessitates careful planning to mitigate potential disturbances. Key considerations include noise reduction, dust control, and efficient traffic management to minimize construction - related disruptions. Equipment and material storage will need to be strategically located away from the residential areas to avoid inconveniences for the residents. The distance between Compass and Armstrong along Airship Avenue is approximately 1,370 feet, and logistics will need to account for efficient coordination across this stretch. Armstrong Avenue I The project area along Armstrong Avenue is flanked by undeveloped land on both the east and west sides. Infrastructure features include three air -vac locations and several cathodic protection test stations that must be preserved during construction. A critical adjacent facility is the Orange County Sheriff's Regional Training Center, located at the northwest corner of Armstrong and Warner Avenue. Construction activities must be coordinated with the training center staff to ensure that scheduled events and activities, such as Friday morning cadet training runs along adjacent streets, are not disrupted. Construction traffic and material deliveries will need to be carefully timed to avoid conflicts with these activities and ensure minimal impact on the training center's operations. Warner Avenue I From Armstrong Avenue east to Compass Avenue, the area is characterized by undeveloped land, with no residential communities or structures directly adjacent to the project site. Existing infrastructure along Warner Avenue includes curbs, gutters, sidewalks, and irrigation control stations, which will need to be safeguarded during construction. The lack of adjacent developments provides more flexibility for staging and logistics planning. Compass Avenue I Compass Avenue features undeveloped, fenced -in land with no developments adjacent to the project area. This section of the site presents minimal logistical challenges, offering an ideal location for staging and material storage while minimizing disruption to nearby areas. Stormwater and Infrastructure Considerations I A storm drain bio-retention basin has been developed at the southeast corner of Airship and Armstrong Avenue within the project area. Key utility infrastructure is already in place, including water mains, fire hydrants, and electrical transformers, which will need to be integrated into the project while ensuring their protection during construction. The presence of this infrastructure provides a strong foundation for future development but requires close coordination during excavation and construction activities. Environmental Considerations I Environmental monitoring in Tustin Legacy has identified potential chemical plumes in the shallow water aquifer in some areas. While these plumes, as outlined in Environmental Impact Statements (EIS) provided by the Navy in 1999, do not affect potable water supplies or reclaimed irrigation water, they require ongoing monitoring. Aqueous Film -Forming Foam (AFFF) has been identified as a potential pollutant of concern, though no immediate impacts have been reported for the project area. The team will review environmental data and coordinate with regulatory agencies to ensure compliance with all environmental guidelines and standards. General Observations I The site across the Tustin Legacy projects is well -prepared for development, with infrastructure such as water mains, electrical systems, and drainage facilities already in place. The proximity of sensitive areas, including residential communities and the Orange County Sheriff's Regional Training Center, highlights the need for precise planning in traffic management, noise control, and stakeholder coordination. Environmental considerations and existing site features, such as the storm drain bio-retention basin, are well -documented and present manageable challenges with the current project scope. Overall, the site conditions and pre-existing infrastructure provide a solid foundation for the successful execution of all project phases. The site visit and drone assessments for the Tustin Legacy projects revealed key considerations, including the need for noise, dust, and traffic mitigation near residential areas, coordination with the Orange County Sheriff's Regional Training Center, and careful integration of existing utilities and infrastructure. Environmental monitoring and compliance with regulatory standards will ensure safe and efficient project execution. With proactive planning and stakeholder engagement, the site is well -prepared for successful development. Drone photos and videos showcasing the current site conditions are available here. Page 12 Docusign Envelope ID: ECC776D0-50E5-49AD-B095-50BB8D28F930 RISK MANAGEMENT LOG Our team members personally know the residents of the City and are very familiar with the City's Projects. Our Team has performed a comprehensive review of the City's upcoming projects. Our Team has prepared a risk management log which includes potential risks and response strategies based on the project scope and lessons learned. DESCRIPTIONRISK • GENERAL CONSTRUCTION Site Safety and Develop a safety and logistics plan, including physical barriers, safety signage, and dust control. Nearby Facilities Coordinate with facilities like the Orange County Sheriff's Regional Training Center to avoid disruptions. Project Timeline and Implement a phased schedule prioritizing critical path tasks. Align activities such as Scheduling landscaping, utility installation, and structural work to ensure efficiency and reduce downtime. Environmental and Ensure compliance with SWPPP and CEQA requirements. Conduct regular site inspections Stormwater Management and implement BMPs for erosion control and proper drainage systems. Material Availability Procure critical materials, such as timber, stainless steel, concrete, and precast items, in and Cost Control advance. Establish relationships with multiple suppliers and use real-time cost -tracking systems to manage budget risks. Community and Stakeholder Maintain regular communication with nearby residents, businesses, and stakeholders through meetings and updates. Address concerns proactively to avoid disputes or delays. Engagement BRIDGE CONSTRUCTION Bridge Formwork and Ensure falsework and formwork for bridge girders and railing systems align with approved Construction designs. Monitor placement of reinforcing steel and concrete curing processes. Challenges CIDH Piles and Conduct full-time inspections for CIDH pile installations, verifying tip elevations, slurry usage, Foundation Work and concrete placement. Contingency Ians for wet piles and groundwater contamination. Bridge Architectural Ensure precision in the fabrication and installation of architectural elements, including timber Features and stainless steel railings. Confirm alignment with design plans and aesthetic goals Deck Treatment and Apply and cure Lithocrete finishes carefully to ensure durability and visual quality. Conduct Lithocrete Finishes quality checks during and after application to meet project specifications. PARKING AND LANDSCAPING Planting and Verify consistency between planting and irrigation plans and adjust as necessary. Conduct Irrigation Alignment checks to prevent inefficiencies in watering or maintenance. Plant Species Choose hardy, drought -tolerant plant species suitable for high -traffic park areas to reduce Selection maintenance and ensure long-term sustainabilit . Pre -purchase of Identify and procure playground equipment early to avoid delays due to long lead times. MAterials Coordinate with manufacturers to ensure delivery aligns with construction schedules. Pre -order benches, picnic tables, etc. early to prevent delays caused by manufacturing or shipping. Lighting and Procure custom or specialty lighting fixtures, such as bollards and pole lights, early. Coordinate Electrical Equipment with electrical contractors to ensure timely installation. Utilities and Coordinate early for plumbing, electrical systems, and restroom fixtures. Confirm utility hookups Coordination align with construction timelines. Precast Concrete and Pre -order precast concrete elements, such as seating walls and signage, to avoid delays during Custom Structures installation. Confirm finishes and designs early with manufacturers. Water Supply Assess water supply capacity for splash pads, irrigation, and other park features. Coordinate Infrastructure with utility providers to ensure sufficient pressure and availability. UTILITY AND ACCESS Utility Coordination Coordinate closely with utility companies for installations and relocations, including power lines, and Trenching water mains, and stormwater systems. Conduct re -construction site investigations. Site Access and Designate clear staging areas for materials, equipment, and worker parking. Create logistics Staging Areas plans to prioritize locations that won't disrupt activities like concrete pouring or bridge assembl Traffic and Pedestrian Develop a traffic control plan, including detours, signage, and lighting, to prioritize worker and Safety pedestrian safety during road widening and bridge construction. TECHNOLOGY AND QUALITY RISKS Technology and Use BIM for 3D modeling of bridges, pathways, and recreational features. Utilize drone Innovation monitoring for real-time progress tracking and digital inspection tools for efficient reporting. Quality Assurance Schedule independent quality audits and conduct regular sample testing for materials like concrete and Lithocrete finishes. Ensure compliance with all project standards. Page 13 Docusign Envelope ID: ECC776D0-50E5-49AD-B095-50BB8D28F930 PROJECT APPROACH Our approach to the project is grounded in meticulous planning, proactive risk management, and effective collaboration to ensure successful and timely delivery. By integrating detailed constructability reviews, phased scheduling, and cutting -edge technologies, we aim to mitigate potential challenges while maximizing efficiency. Our team will work closely with the City, stakeholders, and contractors to ensure alignment with project objectives, maintaining open communication throughout the lifecycle of the project. We will emphasize sustainability and compliance by adhering to CEQA guidelines, SWPPP requirements, and implementing best practices for environmental management. Leveraging our expertise in managing complex infrastructure projects, we will focus on precision in structural execution, seamless integration of architectural features, and superior quality assurance measures to meet and exceed expectations. This comprehensive approach ensures that the project is delivered within budget, on schedule, and to the highest standards of safety and quality. Environmental And Regulatory Considerations I We will ensure that the Tustin project adheres to environmental regulations and standards to minimize impacts on the surrounding environment and community. CEQA Compliance: The project meets California Environmental Quality Act (CEQA) requirements, including an environmental review and the implementation of mitigation measures to address potential environmental impacts. Stormwater Management: A Stormwater Pollution Prevention Plan (SWPPP) and Best Management Practices (BMPs) will be employed to control runoff and prevent erosion during construction. Tree Protection and Habitat Conservation: The project includes tree replacement for any removals and ensures minimal impact on local wildlife, complying with local ordinances and the Migratory Bird Treaty Act (MBTA). Noise and Air Quality Control: Construction activities will follow local noise ordinances, and dust control measures will be in place to minimize air quality impacts. Water and Energy Efficiency: The project incorporates LED lighting, low -flow irrigation, and drought -tolerant landscaping to reduce resource consumption. Permits and Approvals: Necessary permits, including an NPDES permit, building and grading permits, and ADA compliance, will be obtained to ensure regulatory adherence. Community and Stakeholder Engagement I The City of Tustin is committed to ensuring that the Tustin Legacy Projects will align with the needs and aspirations of the local community. Engagement efforts will include public outreach sessions, surveys, and direct communication with residents, local stakeholders, and nearby businesses to gather input and address concerns. This collaborative approach will ensure that the project incorporates features and amenities that reflect the community's priorities, enhancing its value as a shared public resource. Coordination with adjacent facilities, such as the Orange County Sheriff's Regional Training Center, will ensure that construction activities are planned to minimize disruptions. By maintaining transparency and fostering open dialogue throughout the project, the City will deliver a space that serves as a vital and inclusive asset for all members of the Tustin community Proactive Stakeholder Coordination I Our team will take a collaborative approach, engaging with key stakeholders — including City officials, local community groups, nearby residents, and park users —early and often to ensure alignment with the project's goals. Regular meetings, updates, and open communication channels will allow stakeholders to provide input, address concerns, and stay informed of project milestones. This proactive coordination will ensure that any issues are resolved swiftly, reducing delays and fostering a sense of community ownership and support for the park. Quality Management I Our quality management plan includes strict inspection protocols and continuous monitoring to ensure that all work meets the highest standards of quality and regulatory compliance. Certified inspectors will utilize advanced tools and methodologies to deliver accurate assessments and documentation throughout the project lifecycle. Efficient Resource Allocation I Z&K optimizes resource utilization through adaptive planning and flexible deployment of our multi -disciplinary team. Our engineers, construction managers, and inspectors work efficiently to adjust resources as project demands evolve, ensuring adherence to schedules and cost control. Our team is highly knowledgeable about compliance standards and reporting obligations associated with various funding sources. We ensure all project activities align with the required regulations, protecting the City's funding while delivering successful project outcomes. Tailored Execution for The Project I Our approach is specifically designed to address the unique technical and logistical requirements of the Tustin Legacy Projects, which encompass multiple interconnected initiatives, including the development of park amenities, recreational facilities, pedestrian bridges, and roadway enhancements. With a proven track record in managing similar park, bridge, and public works projects, our team is fully equipped to deliver each project phase on time, within budget, and to the highest standards of quality. Our expertise extends across diverse project elements —such as walking and biking trails, playgrounds, basketball and pickleball courts, landscaped green spaces, and pedestrian connectivity improvements like the Armstrong Avenue Pedestrian Bridge. By ensuring compliance with environmental, safety, and accessibility standards, we will deliver cohesive, community -focused projects that align with the City of Tustin's goals for sustainability, connectivity, and public engagement. Through precise coordination, proactive risk management, and stakeholder collaboration, we are committed to enhancing the quality of life for Tustin's residents and creating vibrant, functional spaces that meet the City's vision for the future. Page 14 Docusign Envelope ID: ECC776D0-50E5-49AD-B095-50BB8D28F930 MANAGEMENT APPROACH Z&K Consultants, Inc. employs a proven professional construction management methodology tailored to meet the unique requirements of the Tustin Legacy Projects, which include park amenities, pedestrian bridges, and roadway enhancements. Our management approach focuses on the key pillars of time, cost, quality, and information management to deliver a safe, high -quality project on time and within budget. By integrating detailed planning, proactive communication, and rigorous oversight, Z&K ensures the success of each project phase while meeting the City of Tustin's goals. Time Management I Effective time management for the Tustin Legacy Projects requires integrating schedules for multiple overlapping projects, including the Armstrong Avenue Pedestrian Bridge and Legacy Park Phase 3. Z&K will review and approve the contractor's baseline schedule, focusing on activity durations, logic ties, and interdependencies between projects. Weekly meetings will ensure alignment of the contractor's three -week -look -ahead schedule with the overall baseline. We will closely monitor milestones such as CIDH pile installation, superstructure forming, and landscaping, flagging potential delays and addressing them immediately. Our proactive approach will ensure each project phase is delivered on time, maintaining overall schedule integrity across interconnected components. Cost Management I For the locally funded Tustin Legacy Projects, Z&K will implement a robust cost management system to ensure accurate billing, prevent cost overruns, and manage potential change orders. Monthly progress billing will be reviewed against the updated cost -loaded CPM schedule, verifying accurate completion percentages for construction activities like bridge installations and park enhancements. Change orders will be carefully tracked and logged, with ongoing discussions during weekly meetings to address cost implications early. By maintaining strict oversight of expenditures and proactively managing unforeseen conditions, Z&K will safeguard the project budget and ensure financial transparency for the City. Quality Management I Z&K's quality management approach is designed to address the unique structural, architectural, and landscaping elements of the Tustin Legacy Projects. Our comprehensive QA program will include inspections for critical activities such as the Lithocrete deck application, timber and stainless steel railing fabrication, and the installation of recreational features like playground equipment and basketball courts. We will review the contractor's quality control procedures to ensure they align with project specifications and standards. Quality issues will be addressed in weekly meetings, with deficiencies logged and corrective actions implemented promptly. Regular internal audits and documentation will ensure compliance with all quality standards, delivering a final product that exceeds expectations. Information Management I Z&K will act as the central hub for all project communication and documentation, streamlining information flow among stakeholders for the Tustin Legacy Projects. Using advanced tools such as drone monitoring and digital inspection platforms, we will provide real-time updates and detailed reporting to the City. All critical documents —such as RFIs, submittals, inspection reports, and meeting minutes —will be tracked and distributed promptly. Weekly construction meetings will include discussions on safety, progress, testing, and unresolved issues, ensuring alignment among all project participants. By maintaining clear and consistent communication, Z&K will minimize delays and foster collaboration throughout the project lifecycle. Codes & Procedures Management I Z&K is well -versed in the codes and standards applicable to the Tustin Legacy Projects, including those governing park, bridge, and roadway construction. Key codes and standards include the California Building Code, California Green Building Code, APWA "Greenbook" Standard Specifications for Public Works Construction, and Caltrans standards and manuals. We will ensure full compliance with the City's grading codes, accessibility requirements, and safety standards throughout construction. Our expertise in navigating these regulations will ensure the project adheres to all local, state, and federal requirements while maintaining the highest levels of safety and efficiency. Some of the requirements are as follows: o Project Construction Documents o California Building Code o California Plumbing Code o California Mechanical Code o California Electrical Code o California Building Energy Efficiency Standards o Title 24, Part 2, 2.5, 3, 4, 5, 6, 11 o California Fire Code o California Residential Code o California Green Building Code o California Disabled Regulations o City Codes & Ordinances o City Grading Code & Manual o APWA "Greenbook" Standard Specifications for Public Works Construction o AWWA Standards o Construction Specifications Institute (CSI) o Underground Construction Standards o Caltrans Standards, Specifications, and Procedures o Caltrans Construction Manual o Caltrans Safety Manual o OSHA Construction Safety Orders 0 10/30-hr OSHA Training Certification o State and Federal Building Codes (Site Accessibility) o County Procedures and Guidelines o Work Area Traffic Control Handbook (WATCH) Manual o Manual of Uniform Traffic Control Devices (MUTCD) o Project Safety Plan (PSP) o Site Health and Safety Plan o Activity Hazard Analysis (AHA) Page 15 Docusign Envelope ID: ECC776D0-50E5-49AD-B095-50BB8D28F930 QA/QC PROCEDURES To ensure the successful execution of the Tustin Legacy Projects, Z&K Consultants, Inc. has developed a comprehensive Quality Assurance/Quality Control (QA/QC) program that encompasses all project phases —pre -bid, construction, and post - construction. This structured approach ensures that all project deliverables meet or exceed the City's expectations for safety, quality, and compliance with applicable standards and regulations. Below is a summary of our QA/QC procedures tailored specifically to the unique requirements of this initiative. Pre -Bid Phase I During the pre -bid phase, Z&K will conduct a detailed review of project documentation, focusing on constructability, bid -ability, and overall design feasibility. Our team will assist the City in finalizing bid documents and evaluating contractor qualifications to ensure that only the most capable teams are selected for the project. Utility coordination will also take place during this phase to prevent conflicts during construction, and pre -construction photos and videos will document the site's existing conditions. By addressing these elements early, we can minimize potential delays and ensure the project is set up for success. Construction Phase I The construction phase is the most critical period for implementing QA/QC procedures. Z&K will oversee weekly progress meetings, maintain detailed inspection logs, and review contractor submittals for compliance with approved plans and specifications. Environmental compliance will be monitored in alignment with CEQA and local regulations, while labor compliance will ensure adherence to prevailing wage laws. Throughout the construction phase, our team will actively track quantities, process RFIs, and monitor change orders to maintain financial transparency and control. Safety and traffic control procedures will be strictly enforced to protect workers, residents, and stakeholders. Additionally, progress photos and daily inspection reports will be maintained to provide a clear record of the contractor's activities and any challenges encountered. Our commitment to rigorous QA/QC measures ensures that construction activities are completed to the highest standards. Post -Construction Phase I In the post -construction phase, Z&K will conduct a thorough final inspection and walk-through with City staff and other stakeholders. Punch lists will be issued, and the contractor's as -built drawings will be reviewed for accuracy. Our team will ensure that all project documentation, including photographs and final reports, is delivered to the City in a well -organized format. Final pay requests and certificates of completion will be processed promptly to close out the project efficiently. By adhering to these QA/QC procedures, we will ensure a smooth transition from construction to operational use. Commitment to Quality I Z&K's QA/QC procedures are designed to mitigate risks, maintain project integrity, and ensure compliance with all relevant codes and regulations. From the pre -bid phase through project completion, our team's meticulous attention to detail and proactive communication will ensure that the Tustin Legacy Projects are delivered on time, within budget, and to the highest standards of quality. This approach reflects our commitment to meeting the City of Tustin's goals and enhancing the community's trust in public infrastructure development. A table summarizing the activities, descriptions, and deliverables is provided below for clarity and easy reference. Pre -Bid Phase Activity Description Deliverable Assist the City in finalizing the bid document, evaluate Review and Coordinate Bidding Phase bidder/qualifications, bid opening/Analysis, and award process with City's PM through City Council Award. Constructability Review for constructability, bid ability and perform value Constructability Review/Quantity engineering. Conduct independent quantity take -off for construction comments/ Construction Takeoff cost. cost Coordinate with Utility Meet with all utility companies responsible for relocating their lines Meeting agenda / minutes Companies and equipment. Photo & Video Take pre -construction photos and videotape conditions. Photos & video Project Schedule/ Evaluate Design Engineer's proposed schedule for construction Construction Schedule Long Lead Items duration and cost. Preconstruction Arrange a preconstruction meeting with agencies, contractor, and Meeting agenda and Meeting I utility companies and address all concerns. Construction Phase minutes Weekly Progress and Conduct weekly meetings to discuss schedule, change orders, new Meeting agenda and Schedule Meeting issues, submittal status, RFI's & safety. minutes Deficiency Log Maintain a log of non -compliant work items. Deficiency Log Process Submittals Review and track all submittals for completeness & constructability. Submittal Approval Log Page 16 Docusign Envelope ID: ECC776D0-50E5-49AD-B095-50BB8D28F930 Track Quantities Track quantities of completed/force account work for payment. List of Quantities Process Requests for Answer the Contractor's RFI, ensure that the designer explains RFI Logs Information (RFI) design RFI. Review Contract Review CCO's proposed by the contractor. Recommend needed Logs of potential and Change Orders (CCO) CCO's. Track cash flow for CCO's. issued CCO's Perform claims administration, coordination and monitoring claims, Potential claims and Claims Administration response preparation, logging claims, and tracking claims status. financial impact to the City Weekly Statement of Issue a Weekly Statement of Working Days, showing days Weekly Statement of Working Days remaining, and rainy days. Working Days Environmental Review and enforce requirements stipulated in permits issued by Compliance regulatory and environmental agencies. Maintain/update the master Reports & inspection ECR for project compliance. Labor Compliance Monitor for compliance with the applicable labor laws and contract Verify Certified Payrolls, requirements, such as prevailing wage requirements. Wages, and Interviews Progress Payments Review contractor's payment requests, verify completed quantities Certified Pay Request Project Documentation Maintain a project Uniform Filing System. Electronic files, project files/logs Project Schedule Review contractor's baseline, monthly, and "look -ahead" submittals. Project Schedules, Notify all parties of deviations from the schedule. Correspondence Permits/Easement Continuation of pre -construction activities. Assist in coordination Permits easements, Utility relocations and scheduling of utility work. relocated utilities Assist and review, approve and monitor of the Contractor's SWPPP. SWPPP Review, conduct SWPPP & Safety Review, monitor, document and enforce contractor safety regular safety/tailgate procedures for compliance with laws and regulations. meetings Disadvantage Assure that the contractor is meeting disadvantage business Prepare Exhibit 9f of Business Enterprise enterprises goals established for the project. Caltrans LAPM monthly Quality Assurance / Inspect work to ensure compliance with contract documents. Reject Daily Inspection Reports. Inspection unacceptable work using Deficiency Log. Observe the work of NCR & Deficiency Log special inspectors when required. Progress Photos Continue taking pictures to document the contractor's progress and Pictures labeled with a log any problems. Community Outreach Respond to citizens and business owner's concerns. Minimize complaints Daily Inspection Reports Document contractor's daily operations and provides daily diaries. Daily Reports, field measurement Traffic Control Review contractor's traffic control and lane closure request, obtains Conduct regular meetings CT closure approval, establish an agreement/contract with CHP's. Post Construction Phase Conduct a final inspection/walk-through including maintenance and Punch lists and Notice of Final Inspection service personnel. Issue preliminary and final punch list. Coordinate Completion with City and Caltrans. "As -Built" Drawings Review Contractor's redline drawings, submit to the designer. As -built redline drawings Dispute Resolution As requested, aids in resolving any outstanding disputes. Negotiation/ arbitration Project Files Deliver all project files including photographs. Complete Final Project files/e-files Report and Funding Reimbursement application. Conduct a final inspection/walk-through including maintenance and Punch lists and Notice of Final Inspection service personnel. Issue preliminary and final punch list. Coordinate Completion with City and Caltrans. Final Pay Request, Certificate of Process the contractor's final payment request, issue a Certificate of Final Pay Request, Certification of Completion Completion, obtain applicable permits and a Project Final Report. Completion Page 17 Pre -Construction Phase. Construction Phase Start -Up and Close -Out Phases Implement Project Management Plan Develop Construction Management Procedures Manual (CMPM) Project Kick -Off Meeting with Department Staff (Project Manager) Review Project Documents • Specifications • Plans • Manuals • Permits • Documentation Requirements Prepare Pre -Construction Meeting • CM Agenda • Daily Report Form Approval • Permit Requirements • Work Requirements • Work Restrictions • Liquidated Damages • Superintendence • Critical Path Submittals • CPM Schedule • Milestones • Facility Shutdowns • Safety CM Responsibilities • Direct Charge of Work Keep the City Project Manager and Staff, and the City Informed • Maintain Compliance with Permits • Maintain Staff Communication • Administer Project Plan • Quality Assurance • Monitor Construction Schedule • Cost Management • Project Team Coordination • Monitor RFIs and RFCs • Review Change Orders • Negotiate Change Orders • Monthly Progress Reports • Submittal Completeness Review • Maintain Submittal Log • Coordinate Training, Start-up and Testing Observation • Review Traffic Plans • Assist, Review, and Negotiation for Extra Work Orders Monitor Project Financial Status CM Responsibilities Keep the City Project Manager and Staff, and City of Encinitas Informed • Maintain Permit Compliance • Maintain Staff Communication • Quality Assurance • Daily Inspection Reports and Digital Documentation • Monitor Safety • Monitor SWPPP • Coordinate Geotechnical, Materials, & Water Sampling Testing • Monitor Traffic Plan • Monitor and Lead Resolution of Day -to -Day Construction and Construction Issues Confirm Materials & Equipment Confirm Installed Materials Against Submittals Construction Survey • Monitor Construction Surveying Consultant Coordination • Geotechnical & Material Testing • CM to coordinate Contaminate Soil Testing, Handling, and Disposal • CM Team to lead and assist with Public Relations and Community Outreach Pre -Construction l Partial Payment Submittal Documentation • Digital Documentation RequestCity Farms and Format Review Partial Payment • Digital VideoRequests CM f Inspector Responsibilities Keep the City Project Manager and Staff, and the City Informed • Maintain Permit Compliance • Maintain Staff Communication • Quality Assurance • Daily Inspection Reports and Digital Documentation • Monitor Safety • Monitor SWPPP • Coordinate Geotechnical, Materials, & Water Sampling Testing • Review and Coordinate the Contractor's Bypass, Shutdown, & Start -Up Plans • Provide Any Other Services as Requested by the City, and Permit Requirements Confirm Materials & Equipment • Confirm Installed Materials Against Submittals • Sample, Test, Impact, and Document All Materials Generated and Produced for the Project Document Construction Deviations • Prepare Estimate of Increased/Decreased Quantities Review Partial Payment Requests Project Final Job Walk • Generate Preliminary Punch List Commissioning • Staff Training • Performance Test Period Record and Submit Record Drawings • Review and Certify Contractor's Project Record Drawings O&M Manuals Final Review • Coordinate Preparation and Verify Completeness of O&M Manuals Final Payment • Check for Preliminary Notices • Check for Liens • Liquidated Damages • Potential Claims • File Final Notice of Completion • Review and Approve Final Payment One -Year Warranty Follow - Up (As Required) • Prepare Warranty Expiration Spreadsheet • Provide Engineering, Technical Support, and Administrative Services during the Warranty Phase Docusign Envelope ID: ECC776D0-50E5-49AD-B095-50BB8D28F930 SCHEDULE SCHEDULE OVERVIEW I The construction of the Armstrong Pedestrian Bridge, Legacy Park Phase 3, and N-D South Phase 2 Package 2 involves critical infrastructure improvements that require meticulous planning, coordination, and execution. Based on the City of Tustin's RFP guidelines and project background, Z&K Consultants has developed an integrated master schedule incorporating key milestones for pre -construction, construction, and post -construction phases. This schedule has been designed to reflect the City's objectives, prioritize efficiency, and accommodate any anticipated challenges. TIMELINE AND MILESTONES 1. Pre -Construction Phase (March 2025 -June 2025): o Bid Advertisement (April 2025): Initiating the contract bid advertisement process, with pre -construction activities commencing shortly after. o Constructability Review: Comprehensive review of plans, specifications, and estimates to address design consistency and identify potential risks. o Coordination with Stakeholders: Engaging with agencies such as Caltrans, Irvine Ranch Water District, and local schools to align project goals. o Permit Acquisition and Environmental Compliance: Finalizing regulatory requirements to mitigate environmental impacts. Construction Phase (July 2025 - September 2026): o Armstrong Pedestrian Bridge (July 2025 - January 2026): With a planned construction period of approximately 45 weeks, key activities include pile installation, abutment construction, girder placement, and the installation of architectural features such as railings and integrated lighting. o Legacy Park Phase 3 (July 2025 - September 2026): This 15-month effort will encompass grading, utility installation, recreational zone construction, and landscaping to create a cohesive park environment. o N-D South Phase 2 Package 2 (July 2025 - December 2025): Focused on roadway and intersection improvements, this segment will improve connectivity and infrastructure within Tustin Legacy. Post -Construction Phase (October 2026): o Final Inspections: Ensuring compliance with design specifications and addressing punch list items. o As -Built Documentation: Preparing detailed records of construction activities and modifications for submission to the City. o Handover to City Staff: Delivering a fully operational and documented project for public use. KEY SCHEDULE CONSIDERATIONS 1. Integration Across Projects: The master schedule accounts for the interdependencies of the three projects. By aligning the timelines and resources for overlapping tasks, we can optimize efficiency while minimizing disruptions. 2. Resource Allocation: Each project is supported by dedicated staff with specialized expertise. For example, the Structures Representative will focus on the pedestrian bridge, while the Senior Landscape Architect will oversee park -related improvements. 3. Risk Mitigation: Proactive identification of potential delays, such as regulatory approvals or supply chain disruptions, has been factored into contingency plans. Regular schedule reviews will ensure adherence to timelines. 4. Stakeholder Communication: Weekly updates and progress meetings will be conducted with City staff and other stakeholders to address challenges promptly and maintain transparency. SCHEDULE DELIVERABLES • Detailed Task Breakdown: Each phase is divided into discrete tasks with specified durations, critical paths, and interdependencies. • Progress Tracking: Tools such as Gantt charts and milestone trackers will be employed to monitor the schedule and identify areas requiring adjustments. • Compliance Reports: Regular submissions to ensure adherence to CEQA, local ordinances, and other regulatory standards. COMMITMENT TO TIMELY DELIVERY I Z&K is committed to delivering the Armstrong Pedestrian Bridge, Legacy Park Phase 3, and N-D South Phase 2 Package 2 projects on schedule while adhering to the highest standards of quality and efficiency. Our detailed schedule integrates all key activities and milestones, enabling proactive management to prevent delays and ensure seamless execution. With a proven track record of delivering complex infrastructure projects on time and within budget, Z&K is confident in our ability to meet the City's expectations. Our experienced team employs industry best practices to manage risks, optimize resources, and maintain clear communication with stakeholders. By prioritizing collaboration and leveraging our expertise, Z&K ensures every project phase aligns with the City's vision. Page 19 Docu, CITY OF TUSTIN REQUEST FOR PROPOSAL (RFP) Armstrong Ped Bridge (CIP 70257), Legacy Park Ph. 3 (CIP 20083), N-D South Phase 2 Package 2 (CIP 70256) Construction CIP Numbers 70257, 20083, 70256 w-j TNP.1 PRECONSTRUCTION SERVICES 4121-Jm-25 244a-25 24-Mar-25, TNP.I PRE60NSTRUCTION SERVICES - _ - MA13]0 GONSIHUGIAUI_IIYHLVILW 2027-Jan-25" 21-Feb-25 CONSTRUCTABILITY REVIEW - - - i A1380 CONSTRUCTABILITYWORKSHOPWRH CRYAND DESIGNER 1 24-F-25 24-Feb25 GONSTRUCTABILRYWORKSHOPWMH CRVAND DESIGNER o A1390 INCORPORATION OF COMMENTS 20 25-Fab-25` 24-Mar-25 0 INCORPORATION OF60 MENTS rj TNP.3 ADMINISTRATION 41401-Apr-25 30-W-26 ... _....... ..... _.. ...._ ........... ........ ............ .. .. '. _..,. ... ...... ........ '... ..... _. .... ._.. ....... _.,. .. ...._... _._... Oct-26,TNIPS ADMINSTRATION �... ... ................ 1jTNP.3.1 NTP CONTRACT MILESTONES 41401-Apr-25 30-0cF26 30-Oct-26,TNP.3.I:NTPCONTRACTMILESTONES A0000 BIDADVERTISING 0 01-Apr-25` ♦ BIDADVERTISING, 01-Ppr-25' . A0100 BIDBDUE 0 06-KW25- ♦ BIDS DUE, 06-May-25' _ '♦ COUNCIL AWARD I ST TUESDAY MEETING IN JUNE, 03Jun-25' .......... ........ ....... ...:....... - START DATE INTO JULY].2025. 01Juk25'......... - .. ......... ... ...... o A0200 COUNCILAWARD 18TTUESDAYMMTING IN JUNE 003Jun-25' o A0300 START DATE NTPJULV ]. 2025 01 WJuF25` o A1030 CONSTRUCTK)NNTP-FROPOSEDCONR CTDURATIONJJLV72025TOOCTOBER 3450]-JuF25' 30-Oct-28 . CONSTRUCTION NTP- FROFOSEDC6NTRACTDURAT1O 30 2026 (15 MONTH DURATION) TNIR3.2 PREPARE/SUBMIT/REVIEW SUBMITTALS 0'23Jur,25 23Jur,25 ♦ 23i1 n-25,TNP.32 PREPARFJSUBMITR2EVIEW SUBMITTALS G A1035 Caa, di Schedule ♦ Can mctan Sd ula 23Jun-25' 0 23Jun-25` o A1010 Dryentl Wa Uliltia Maaiah ♦Dry. tl Wet Wit. Maeials, 23-Jun-25' 023Jun-25` t• A1050 Cmaae Mk Dagns ................. ................. ............... :............. ..:........... .. .�....... .......:. ills MxDes.gns, un-25' ........... ............ ............ ........... ♦I A MaleiAs,23Jun-25` ..... ... ....... ......... ........ .......... ...... .... ........ ........ ............ ............. ................ 0 23Jun-25' w A11DO Ekkd WMaksias 0 23J-25` r. A1110 Landesaid lmgetim Meard. ♦Laid a aitl Irrigation Materials, 23Jun-Jun 023Jun-2Y o A1120 SmAmanNes 0 23Jun-25- ♦ SiM eiilias, 23Jun-V A1130 Cmaae Mb Desgns ♦ Can, am Ms Desgm, 23Jun-25` 0 23Jun-2Y oA1140 AC Mb Dagns ............ .......... ............ ......... ........... ........... ♦ �:..iDagns.23Jun-25' .......... .......... ................... ........ ......... ....... .......... ............ ........... ......... .......... .. .... .. .. .. .. ........... .............. ............. ................ 0 23Jun-25` o A1150 T,,T Signal Equj,menl 023Jun-25- Tr Signd Equipment 23Jun-Jun G A1160 Pedestrian Burge Materials 023Jun-25" ♦Ped 'm Bridge Maaids, 23Jun-25' 02-O-26,TNP.2 CONSTRUCTON yl TNP.2 CONSTRUCTION 26 G M001 Dow tCmtrd 0 WJUF25' ......... ...... ........ ........ ....... �....... ♦ DommentCmpd, 07Ju1-25` .;_.�RFL Change Oldas. Subinitids. DiJl1I-2$' ........ ....... ......... ...... ... ...... .....>..... ..>.. .........>. ............ .......... .......... ......... ........ ... ... ................ ......... ........ .. ................ o A0002 RFI.Change Ord—,Subrrillals 00]JuF25' o A0012 Cmseudion Mmdaing Tracking ♦ Cmstruc6m MpnAaig Trdddng.0]JuF25' 0 WJUF25' G A0022 CPR, Schedule Ramses OnsAe Progress Meetings ♦CPR,ShedueReiew Onsile PmgmasM ngs, 07-JuF25` Mabi¢yim (S hedulel w Change Based m Carpletim of Design and BkMiM Stales) OSJun-26,TNP.2.3 PEDESTRIAN BRIDGE O WJUF25' G A1000 Mobilrstlm (Sd dined W Change Based m Cmp etion dDagn and Bidding Saga) 10 WJuF25` 18JuF25 y TNP.2.$ PEDESTRUIN BRIDGE 230 21JuF25 05Jun-26 G A1400 Abut Sellanent Paiod CanPleted 521JuF25 25JuF25 ........ M—enl Settai ParW CanPlded :............ .. �.. ...... .......>. ............. ............. ............ �...................... r. A1410 Eua eh BridgeAbuMmts and Bants Ee—ad. BndgIsAbuUnents and Bads 1028Jul-25 08-&g-25 A1420 Ddl&Pour48"aM ]2'Diana[a CIDH P. Fantlaicns 2011-Pug-25 DNI&Pwr48"and ]2"D'pmaa CIDH Pile Fa,ntlaions GGL Test CIDH Else OSSelr25 w A1430 GGL Test CIDH Piles 1508-Sep-25 26:6.p ro A1440 PRPS BnidgeAWNmt 1 15 29-Sa,25 F%tPS BiidgeAbulmentl 1]-0ct-25 � A1450 FRPS BritlgeAWtrrnanl4 FRPS Cdumn Batl2 PRPS Cdumn Eatl3 1520-Oct-25 829-Sep-25 1 O9 d-25 0]-Nof25 08-0ct-25 ........... ............. .......... ..... ........ ...... :..... .......... ......... ......FRPSBnd9 Ab FRPS Ctlumn' 2 FRPS,Ctl inn Bmt3 ......4 :... ...:... .. ;.. �A1460 r. A1470 20-0ct-25 r. A1480 Erect Bridge Fassealk FRP BidgaTh%gh Girrlas 1510-Nw-25 2001-D-25 28-N-25 26-0-25 ......... ......... .......... ......... .:.......... .... .�....... ., .;.... ...... •.. .......... ........ �. ......... :... Biip Fdseua8 ... dgmeisE SuPPur68Llhoaae Fln ............. ;... FRP Bidge Thwgh G�Dal .... _.. w A1490 r. AIWO FRP Deck + ldemalials SupPats&Uflh ae Rnhh 25 29-Deo-25 30Jan-Jan r. A1510 Cure Bridge Deck Surface Rnish and Stan Thwgh Gytlem Shp Fdaasa Instal Stainless Sled Raining w/ Bears Thrwgh SW Reling SWpals 28 02-F-26 11-Me-26 10 2&Fab-26 11-Me-26 12 12-Ma-26 27-Mar-26 2030-Ma-28 24-far-28 Cure BridgaPedc rface Finish and Slain Thwgh Girders $MP Fd--rk In3tdl Stainless Steel Railing w/ Bears Thwgh Sled Raing Swwt, w A1520 r. A1530 r. A1540 - A1550 Ins-TntaFrrhit-urai Beans Thwgh Sled Raing Supports 30 30-Ma-26 08-MaY26 ............... .............. ............. .......... ....... .... ... .. ........ .............. ............ ........ ... ... ...... ..Instal Tr arArdita tumd Beans Th-gh Sled Raf gSuppals ... Instal Bridge Ugh&ig F.Wa ..... .. ............ .............. ............. ................ . A1560 Instal Bridge Lghting Feaura 1011-May-26 22-14y26 A15]0 Saddil&Pant On TWOfThwgh Girders 5 25-MW26 29-Ma 26 �B I&Plant On Toj,OfThragh Gltlas: w A1580 Clean &Fnish Bridge 5 01-Jun-26 05Jun-26 ... ....... :..... ...................................... ...... 'Cl�rg aidGiu n9G _ing. .. CIS&Rnish Bridge 02-Od-26,TNP.2.7 LEGACVPARKPH.3 TNIR2.1 LEGACY PARK PH.3 315 21-JuF25 02-W-26 �A1005 CI�in9 and Grabbing, Grading 4521-JuF25 19SeP25 A1010 Instalapm d Dryand Wet UBNes 3022-Sep-25 31-0ct-25 InstaaHon dOryand 0Utllties - - t♦ A1020 Cmaae Inaon en n 65 03-Na+-25 30Jan-28 Cmadelmpmanrn6 0 A1340 SkAmanitise and Inpr—tor 55 02-Feb-26 11-Apr-26 SAeAsnanities and Iwrmerrrmts A1345 ParkSWWra 45 20-Apr-26 19Jun-26 Pak Structures o A1355 Sm LghS�g/Ladscaping 3022-Jun-26 31Ji,56 ............ ............. ........... ........... ......... ....... .:.... ....:. ......... ......... ......... ......... .. ...... :...... ........... ........... ....... .:.SAe Lghhi9d antlscepih9 ..... .......... ............ ............ ................ G A1356 Paddng Ld InnP ante 2003-Aug-26 28-Aug-26 Peldg Ld ImPs its o A1357 Punhl'st 15 14-Sep-26 02-0ct-26 Wnch61 � TNIR2.2 JOHN JOHNSON & VETERANS WY PAVING 115 08-D-25 15-MW26 15-1,1ay26, TJP2.2 JOHN JOHNSON & VETERANS W V PNONG �A1388 Trafp SignalnslaWtlmaWanaantl Vaaans Way 200&Deo-25 02Jan-28 ........ ......... ......... ......... ....... ..:....... ...:.... ......;. ........ ......... .......... ......... ... :......... Train Signal lnsralltAm a Wanner and Veterans Way ...... ......... ... .....:....... 'Rmgh Grading " -- Dry Dry UMAZJCmcraelmPravrlmisdJchn Jhnsm A1376 Rmgh Grading 20 OSJm-26 30Jan-26 Day lltitlileslCmaae lmPrwernmtsdJahn Johnsen 03-Apr-26 A13]] � A138] AC Poring/$tree lm,roernan6 15 06-Ppr-26 24-far-28 AC Ps in /Strad i n,ainsnls A1391 Lisad&S*ng 15 2]-Apr-26 15-May26 LalcutB SNping o A1401 PrgedClsemt 0 15-May26 : Cltsewt Actual Level of Effort O Remaining Work ♦ ♦ Milestone Actual Work Critical Remaining Work 1111100mmmI summary Page 20 Docusign Envelope ID: ECC776D0-50E5-49AD-B095-50BB8D28F930 SCOPE OF WORK APPROACH A. Pre -Construction Services I The Pre -Construction Services are vital to laying a strong foundation for the Tustin Legacy Projects. This phase involves meticulous planning, thorough reviews, and strategic decision -making to ensure that all aspects of the project are well -coordinated and primed for successful execution. Our team is committed to identifying potential challenges early, optimizing designs for constructability, and ensuring full compliance with regulatory requirements. By proactively addressing these elements, we set the stage for a seamless construction process that aligns with the City's objectives and community expectations. 1. Constructability Review: Z&K Consultants, Inc. will conduct a detailed constructability review of the project plans, specifications, and estimates to identify and resolve potential issues before construction begins. Our team will evaluate the technical feasibility, completeness, and compatibility of the design documents, with a specific focus on staging, phasing, and sequencing to ensure the plans align with the project's objectives. Leveraging advanced tools such as Building Information Modeling (BIM), we will visualize the construction process, detect potential clashes, and optimize design elements. The constructability review will culminate in a comprehensive report outlining recommendations to improve efficiency, reduce risks, and streamline the construction process. 2. Bid Procedure: The CM team will collaborate with the City to determine whether the project should be executed under one, two, or three bid packages. This evaluation will consider coordination complexities, overlapping timelines, and contractor liability to ensure efficient execution. Our approach includes analyzing project components to recommend the most practical bid strategy, clearly defining scopes within each package, and aligning them with the City's procurement policies. Z&K will ensure that the bid procedure supports competition while meeting the City's objectives for transparency and contractor accountability. 3. Review of Contract Documents: Z&K will conduct a meticulous review of all contract documents to ensure alignment with the project's scope and goals. The review will verify critical elements such as the number of working days, liquidated damages, and compliance with other agency requirements. Our team will cross-reference the construction scope with the contract terms to identify ambiguities or inconsistencies, ensuring all documents are comprehensive and enforceable. By addressing potential issues early, we help the City avoid disputes and ensure a smooth project start. 4. Evaluation of Contractors' Bids: Z&K will review all submitted bids, conduct detailed comparisons, and prepare a bid summary for the City's consideration. This process includes evaluating bid prices, contractor qualifications, schedules, and references. We will ensure the top bidders are capable of delivering the project to the highest standards and provide a formal recommendation for award. Our thorough evaluation ensures the selection of a contractor who offers both value and expertise, reducing risks during construction. 5. Pre -Construction Conference: The CM team will organize and lead a comprehensive pre -construction meeting involving all stakeholders, including City representatives, contractors, and utility providers. This meeting will address project objectives, schedules, communication protocols, safety procedures, and coordination of submittals. Our team will ensure all parties understand their roles and responsibilities, fostering collaboration and alignment before construction begins. Detailed meeting minutes will document all discussions and action items, providing a clear roadmap for project execution. 6. Quantity Take -Off: Z&K will perform an independent quantity take -off for all items of work to validate the engineer's estimate and identify discrepancies. By analyzing project components in detail, we will provide an updated cost estimate that reflects current market conditions and ensures budget accuracy. This process minimizes the risk of cost overruns and establishes a solid foundation for financial management throughout the project. 7. Material and Method Substitution: Z&K will identify opportunities for substituting materials or construction methods with alternatives that are more efficient, cost-effective, or environmentally friendly. We will evaluate the proposed substitutions to ensure they meet or exceed the project's performance and durability standards. Recommendations will focus on enhancing the project's overall quality while maintaining compliance with specifications and budgetary constraints. 8. Environmental Review: The CM team will ensure all CEQA and environmental requirements are met, including reviewing mitigation measures and regulatory permits. Our approach includes proactively addressing potential environmental challenges, such as groundwater management and compliance with stormwater pollution prevention plans (SWPPP). Z&K will coordinate closely with regulatory agencies to ensure all environmental guidelines are followed, preventing delays and ensuring compliance throughout the project. 9. Regulatory Permits Review: Z&K will review all regulatory permits to verify compliance and ensure that no gaps exist that could delay the project. Our team will work proactively with permitting agencies to resolve any issues, ensuring all necessary approvals are in place before construction begins. This process ensures the project's compliance with all local, state, and federal regulations, facilitating a seamless transition into construction. By diligently addressing each aspect of the Pre -Construction Services, we establish a robust framework that minimizes risks and enhances efficiency for the Tustin Legacy Projects. Our comprehensive approach ensures that all stakeholders are aligned, all regulatory requirements are met, and the project is fully prepared to move into the construction phase with confidence and clarity. Page 21 Docusign Envelope ID: ECC776D0-50E5-49AD-B095-50BB8D28F930 B. Construction Services I The Construction Services phase is where plans and designs are transformed into reality. This phase requires meticulous management, collaboration, and oversight to ensure all aspects of the project are executed safely, efficiently, and to the highest standards of quality. Z&K Consultants, Inc. will provide comprehensive construction management services, addressing each task outlined in the RFP to ensure the successful completion of the Tustin Legacy Projects. Our team will coordinate daily operations, enforce compliance with all regulations, and maintain transparent communication to keep the project on schedule and within budget. 1. Correspondence, Reports, and Other Project -Related Communication a. Document Standards: Z&K will prepare all project correspondence and communication in accordance with industry - standard document control and management procedures. All project documentation will follow consistent formatting, ensuring clear and professional communication among stakeholders. This includes preparing meeting agendas, minutes, weekly updates, and other project -related documents that reflect the project's progress and address any emerging concerns. b. Document/Tracking Control: Z&K will implement and manage a reputable software platform for document control, allowing City staff, Design Consultants, contractors, and other stakeholders access to project records in various capacities. The platform will track and organize all submittals, RFIs, schedules, daily and weekly reports, photos, as- builts, and other critical documentation. By maintaining a centralized system, Z&K ensures timely processing and transparency, minimizing the risk of miscommunication or delays. c. Records: Z&K will maintain comprehensive records of all project -related documents, including daily inspection reports with photos, weekly progress reports, labor compliance documentation, test results, and as -built plans. Our team will enforce prevailing wage compliance by verifying certified payrolls, conducting weekly employee interviews, and ensuring adherence to all labor laws. This documentation will be meticulously filed and cross-checked to maintain accuracy and alignment with the City's standards. 2. Site Conditions and Progress Visual Documentation a. Pre -Construction Documentation: Z&K Consultants, Inc. will thoroughly review and document pre -construction site conditions within the project limits, adjacent areas, and along access and haul roads before any construction operations commence. This will involve detailed surveys to confirm the existing conditions, with a focus on sensitive areas such as residences and schools near the project site. Our team will compare the contractor's pre -construction site surveys against independent surveys conducted as part of our scope of work. Any discrepancies will be noted, resolved, and documented in a pre -construction memorandum, submitted prior to the start of construction. Special attention will be given to identifying and recording pre-existing damage within the work zone, adjacent areas, and along access routes to avoid future disputes. Z&K will ensure that any damage to public or private improvements caused during construction is promptly documented and reported. Immediate communication with affected property owners will follow, and repair responsibilities will be established in a collaborative mannerto maintain positive stakeholder relationships. b. Progress and Other Photos: Z&K will capture comprehensive photographic records throughout the construction phase. This will include documentation of differing site conditions, items related to change orders or claims, and any unique or special circumstances encountered during construction. These photos will serve as visual evidence to support project decisions and claims management. Our team will also integrate photographs taken by other stakeholders into the overall project documentation to maintain a unified and complete photo record. Regular progress photos will be taken to document the project's development, ensuring accountability and providing a clear record of construction activities. This documentation will support decision -making, enhance transparency, and provide valuable visual insights for City staff and other stakeholders. 3. Meetings a. Weekly to Monthly Construction Progress Meetings: Z&K Consultants, Inc. will schedule and conduct regular construction progress meetings with the Contractor and the City. These meetings will be structured to ensure clear communication and effective coordination among all project stakeholders. Meeting agendas will be prepared in advance and will address critical topics, including the project schedule, upcoming activities, clarifications, and resolutions to outstanding issues. Coordination with other contractors, status updates on change orders, submittals, RFIs, safety issues, OSHA visits, and citations will also be discussed. Action items will be clearly identified during these meetings, with responsibilities and completion dates assigned to appropriate parties. Draft meeting minutes, including action items, will be prepared and reviewed with the Contractor to obtain concurrence. Finalized minutes will be distributed to attendees within five calendar days to ensure accountability and follow-through on all action items. b. Other Meetings: In addition to scheduled progress meetings, Z&K will attend other construction -related meetings as requested by the City. This may include coordination meetings with utility providers, regulatory agencies, or stakeholder groups to address specific project needs. Page 22 Docusign Envelope ID: ECC776D0-50E5-49AD-B095-50BB8D28F930 4. Shop Drawing and Submittal Reviews a. Submittal Reviews: Z&K will perform a thorough review of each shop drawing, calculation, data sample, and other submittals provided by the Contractor. These reviews will ensure compliance with the project drawings and specifications, as well as alignment with the Contractor's schedule to identify potential impacts. The Construction Manager will coordinate with the Design Engineer and the City on required submittals, ensuring timely and accurate reviews. Submittals of a general nature will be processed by the Design Engineer, while Z&K will handle the distribution of submittals to the appropriate reviewers using transmittal letters via approved project management software. Through proactive management, Z&K will ensure all submittals are reviewed promptly, avoiding unnecessary delays while maintaining compliance with project requirements. b. Submittal Log and Status of Submittals: Z&K will log, track, and monitor all shop drawings, calculations, samples, submittals, and manuals received from the Contractor. The submittal log will be continuously updated to reflect the status of each item, including dates of receipt, review, and response. Outstanding submittals and RFIs will be discussed during weekly construction meetings to maintain transparency and ensure timely resolution. 5. Plan and Specification Interpretation and Control a. Requests for Information (RFI): Z&K Consultants, Inc. will manage the RFI process to ensure efficient communication and timely resolution of contractor inquiries. Our team will maintain a detailed RFI log, tracking all submissions and responses. When RFIs are received, Z&K will review and respond based on a thorough analysis of the drawings and specifications. For clarification items that fall within the Construction Manager's expertise, we will provide responses directly, minimizing the need to involve the Design Engineer. RFIs requiring further input will be distributed to the appropriate staff for review and timely resolution. Formal responses will be provided to the Contractor within five calendar days of receipt, or as required to meet schedule demands. All RFI responses will be documented in writing and reflected in the record specifications and plans to ensure accurate tracking and implementation. b. Requests for Changes in Design: The CM will review and respond to Contractor requests for design revisions, ensuring that all proposed changes align with the project's goals and maintain the integrity of the design. Requests involving value engineering (VE) will undergo comprehensive evaluation in collaboration with the Design Engineer and City staff. Z&K will provide written recommendations for each request, ensuring that all design changes are thoroughly researched and justified. All design revisions will require prior written approval from the City and the Design Engineer before implementation. c. Field Orders: Z&K will manage field orders to address necessary changes in work that maintain the original design intent. When a field order is issued, we will ensure the Contractor's compliance with the revised scope through careful monitoring and documentation. A dedicated field order log will track all issued orders, and any changes will be incorporated into the record specifications and plans. If pricing or conditions necessitate a formal change order, Z&K will prepare and submit it to the City for approval within 14 calendar days of reaching a mutual agreement with the Contractor. Under no circumstances will change order work proceed without the City's authorization. d. Substitution Requests: Z&K will coordinate the evaluation of product substitution or "or -equal" requests from the Contractor. These evaluations will involve consultation with the Design Engineer, the City, vendors, manufacturers, and other relevant parties. Z&K will prepare a thorough assessment of each substitution request, ensuring compliance with project specifications, and provide a formal recommendation to the City for approval. This process ensures that all substitutions meet or exceed the required standards without compromising quality or functionality. e. Record Drawings and Specifications: Z&K will maintain and update the record drawings and specifications throughout the project. Modifications and changes resulting from submittals, RFIs, VE proposals, field orders, extra work, and contract change orders will be incorporated in real time. To ensure accuracy, Z&K will compare the record drawings and specifications with the Contractor's updates on a monthly basis before processing progress payments. This approach ensures that the final project documentation reflects all changes and is accurate and complete at the time of project closeout. 6. Construction Management Administration and Staffing Management: Z&K Consultants, Inc. will provide comprehensive construction management services, ensuring seamless coordination and oversight throughout the duration of the project. Acting as the primary liaison between the Contractor and the City, Z&K will manage all aspects of construction administration to maintain project progress and ensure compliance with specifications, timelines, and budgets. Our responsibilities will include the preparation of reports, letters, and memoranda to document project activities and issues. We will conduct and manage meetings, including progress meetings, safety reviews, and technical discussions, while tracking the expiration of insurance requirements and obtaining updated certificates from the Contractor in coordination with the City's Risk Management team. Page 23 Docusign Envelope ID: ECC776D0-50E5-49AD-B095-50BB8D28F930 Z&K will review the schedule of values to ensure accuracy and alignment with the project scope, and we will coordinate sub -consultants, testing, and specialty services to support the project's technical and quality assurance needs. Daily inspection notes will be reviewed, and nonconforming items will be promptly identified and addressed, with resolutions documented and communicated to the City. Key administrative tasks will include interpreting drawings, specifications, and reference standards; reviewing and analyzing the Contractor's monthly construction schedule for progress, forecast accuracy, and compliance with contract durations; and enforcing the schedule to ensure timely project completion. Z&K will proactively address constructability issues, coordinate connections and operations, and prepare contract change orders when required. Additionally, Z&K will review shop drawings and submittals for compliance with project requirements, providing recommendations to the City for approval. Claims will be thoroughly investigated, and progress payments will be reviewed and verified against measured quantities to ensure financial accuracy. A comprehensive punch list will be prepared during the closeout phase to finalize the project to the City's satisfaction. b. Resolution of Day -to -Day Construction Issues: Z&K will manage the resolution of day-to-day construction issues raised by the Contractor, working collaboratively with the City, the Design Engineer, and the Contractor to address technical concerns and maintain project momentum. Our team will provide clear and timely interpretations of design documents, helping to resolve questions and prevent delays. For technical issues that require input from multiple stakeholders, Z&K will facilitate discussions and ensure coordination among all parties to achieve practical and efficient solutions. Change order requests or design modifications needed to address field conditions will be processed promptly, with recommendations prepared for City review and approval. By maintaining open lines of communication and addressing challenges as they arise, Z&K will minimize disruptions and ensure the project stays on track. 7. Construction Inspection Services a. Inspection: Z&K Consultants, Inc. will provide dedicated, qualified inspectors who will oversee all aspects of construction to ensure strict adherence to contract standards, specifications, and best practices. The inspector will review and become fully familiar with the project documents, including plans, specifications, and the scope of work, to provide informed and precise oversight throughout the construction process. The inspector will attend all required meetings, including final design meetings, project kick-off meetings, pre -construction meetings, and weekly progress meetings, ensuring alignment with the project's objectives. On a daily basis, the inspector will be present at the construction site during active work hours to observe and document all construction activities. In the event of absence due to illness or vacation, a qualified alternate with relevant experience, as outlined in our proposal, will perform the work seamlessly. Our inspection services will encompass various disciplines such as bridge structures, sidewalks, driveways, electrical components, concrete structures, curbs and gutters, grading, earthwork, and landscape irrigation. The inspector will ensure compliance with all applicable laws, ordinances, and permitting requirements, including OSHA standards, NPDES guidelines, and contract -specific quality standards. The inspector will actively monitor earthwork grading, compaction, and surface drainage, reviewing soils compaction reports for accuracy and compliance. Required materials testing and sampling will be scheduled and supervised, and the inspector will assist and direct technicians performing these tasks. For hazardous material abatement, the inspector will be equipped with certifications to oversee proper procedures and sign hazardous material manifests when necessary. The inspector will diligently record the receipt and use of materials during construction, measure work completed in -place, and verify quantities with the contractor prior to payment application submission. Proper documentation of change orders and daily extra work reports will be maintained to ensure transparency and accuracy. Daily inspection reports will be prepared, detailing the type of personnel on -site (e.g., subcontractors, contractors), employee classifications, activity durations, SWPPP/BMP compliance, weather conditions, and equipment in use. Weekly status reports will highlight potential issues, schedule risks, and cost overruns, keeping the City informed of any deviations from the plan. Punch lists of corrective actions required will be developed and managed to ensure timely resolution before project closeout. Any unresolved issues or potential claims will be reported to the Construction Manager and City's Project Manager in writing on a daily basis. The inspector will address and resolve complaints as they arise and will escalate unresolved matters to ensure timely resolution. The inspector will coordinate construction activities and schedules with other entities involved in the project, maintaining open communication to avoid conflicts and promote efficiency. 8. Progress Payments a. Monthly Review: Z&K Consultants, Inc. will organize and conduct monthly meetings with the Contractor and City staff to review the project schedule and progress payments. During these meetings, the updated baseline schedule and progress payment estimates will be discussed to ensure alignment with actual work completed and installed quantities. The Construction Manager will use the Schedule of Values and verified quantities installed as the foundation for assessing the Contractor's monthly progress payment requests. The CM will review the Contractor's payment application in detail and prepare a formal recommendation, clearly outlining the appropriate payment amount based on completed and compliant work. This process will ensure that payments are accurate, justified, and reflect progress made while safeguarding the City's financial interests. Page 24 Docusign Envelope ID: ECC776D0-50E5-49AD-B095-50BB8D28F930 b. Monthly Progress Reports: In addition to reviewing payment requests, Z&K will prepare comprehensive monthly progress reports to accompany the invoices submitted to the City. These reports will detail project milestones achieved, schedule updates, quantities verified, and any potential risks or discrepancies identified during the payment review process. The progress reports will provide City staff with a transparent and comprehensive view of the project's financial and operational status. 9. Contract Change Order Management a. Identify and Track Changes: Z&K will proactively identify and log any potential changes to the project scope, including both Contractor -initiated and City -initiated changes. Each identified change will be logged and tracked in a dedicated system to monitor progress and ensure transparency throughout the process. This tracking will include changes to the work, extra work, and contract change orders, minimizing the potential for misunderstandings or delays. b. Requests for Cost Proposals: When extra work or changes are identified, Z&K will request detailed cost proposals from the Contractor. These proposals will be thoroughly reviewed, and the CM will negotiate final costs with the Contractor to ensure fair pricing for additional work. Our experienced team will apply industry knowledge to validate cost estimates and achieve value for the City. c. Justification of Extra Work or Change: For every extra work or change item, Z&K will prepare a detailed written justification. This documentation will include a clear statement of the change, supporting information from daily or weekly reports, background leading to the issue, resolution alternatives, and the recommended course of action. This comprehensive approach ensures that all changes are thoroughly analyzed and justified before being presented to the City for approval. d. Prepare Contract Change Orders: Z&K will prepare and submit contract change orders using the City's approved format. These documents will include all negotiated terms, cost estimates, and supporting documentation. The CM will ensure that contract change orders are submitted to the City within seven calendar days of finalizing negotiations, maintaining efficiency and minimizing delays. 10. Claims Management a. Identify and Track Claims: Z&K Consultants, Inc. will proactively monitor and document all potential claims from the Contractor, ensuring immediate communication with the City's Project Manager upon identification. Each potential claim will be logged and tracked in a detailed claims log, which will include information such as claim descriptions, dates, and potential cost implications. Verbal and written claims will be reported to the City promptly to allow for timely resolution and coordinated responses. b. Resolution Alternative: For every claim, Z&K will prepare a comprehensive written explanation that includes the background of the issue, an analysis of its impacts, and a range of resolution alternatives. A formal recommendation for resolution will be provided, focusing on minimizing disruption and costs to the project. By presenting clear and actionable options, Z&K ensures that the City has the necessary information to make informed decisions regarding claim resolutions. c. Negotiate and Resolve Claims: Z&K will assist and support the City in negotiating and resolving claims with the Contractor or private parties. This includes preparing written responses, facilitating discussions, and collaborating on dispute resolution strategies. Our team will provide expertise in dispute resolution, arbitration, and litigation as needed, including depositions and expert witness services. In cases of contractor default or damages to the project, Z&K will coordinate design services for the replacement of damaged work and assist in assessing potential financial impacts. All arbitration and litigation services, including expert witness participation, will be provided on a separate, hourly billable basis, as outlined in the proposal. This ensures flexibility in addressing unforeseen legal challenges while maintaining cost accountability. d. Private Party Claims: Z&K will investigate claims for damages submitted by private parties, ensuring a swift and thorough response within two calendar days of receiving the claim. Each response will be coordinated with the City's Project Manager and Risk Manager to align with the City's policies and procedures. Our team will document the investigation process comprehensively, ensuring all private party claims are handled professionally and fairly to protect the interests of the City. 11. Quality Assurance Inspection of the Work: Z&K Consultants, Inc. will provide comprehensive inspections to ensure all construction materials and workmanship meet the contract specifications. Inspections will cover all aspects of the project, including receipt, delivery, and storage of equipment, as well as daily construction activities, whether performed during the day, night, weekends, or holidays. Inspections will verify the integrity of materials and the compliance of workmanship with the approved plans and specifications. Should the City of Tustin choose to augment inspections with its own staff, Z&K will coordinate efforts seamlessly, reflecting any reductions in the CM inspection budget as appropriate. Page 25 Docusign Envelope ID: ECC776D0-50E5-49AD-B095-50BB8D28F930 b. Material Testing and Coordination: Z&K will provide recommendations for the scope of material testing services and ensure coordination with the City's environmental consultants. Sampling, material testing, and laboratory services will be scheduled and performed in accordance with ASTM standards or other applicable standards stipulated in the project specifications. This ensures all materials used meet the highest industry and regulatory standards, supporting the quality and longevity of the project. Testing results will be thoroughly reviewed, and any deficiencies will be addressed promptly with appropriate corrective actions. c. Report: Z&K will prepare detailed daily reports documenting all construction activities. These reports will include weather conditions, Contractor equipment and manpower, materials used, site visitors, delays and their causes, safety issues, and any deficiencies noted during inspections. Daily reports will also reflect oversight of compliance with environmental mitigation measures and adherence to local, state, and federal regulations. Deviations or non-conformance to specifications will be thoroughly documented, with responses and corrective actions recorded as required by project specifications. d. Revisions to Contractor's Methods: The CM will monitor and review the Contractor's methods and procedures, recommending revisions where necessary to align with the contract documents and project requirements. Z&K inspectors will not authorize extra work or approve deviations from contract documents without the appropriate RFI and approval processes. This ensures all work performed adheres to the approved scope and maintains the project's integrity. e. Deviations in the Work: Any deviations from the approved plans and specifications will be promptly addressed. Z&K will notify the City's Project Manager and the Contractor of such deviations and issue a formal Notice of Non -Compliance when necessary. Unresolved deviations will be included in the punch list at substantial completion, ensuring all deficiencies are rectified before project closeout. Follow-ups on Notices of Non -Compliance will be performed to track resolution and maintain accountability. f. Pipeline Shutdowns: Z&K will coordinate necessary pipeline shutdowns with the Irvine Ranch Water District (IRWD) and/or City Water Services staff to complete connections to existing facilities. These shutdowns will be planned meticulously to minimize disruptions and ensure smooth integration with existing infrastructure. Coordination will include clear communication with all stakeholders, detailed schedules, and adherence to safety protocols. 12. Closeout and Acceptance Services a. Operation Testing Plan: Z&K Consultants, Inc. will collaborate with the City, the Design Engineer, the Contractor, and relevant vendors to develop a comprehensive operational testing plan. This plan will outline the procedures for testing equipment and facilities to ensure they meet operational requirements. Z&K will coordinate and oversee the execution of this plan during the startup phase, assisting the Contractor's personnel as necessary to ensure a smooth transition into operational readiness. b. Punch List: At substantial project completion, Z&K will prepare a detailed punch list identifying any deficiencies or outstanding work. Our team will track and document the correction of these deficiencies, scheduling and conducting a final walk-through upon their resolution. During the walk-through, Z&K will verify that all requested work items, testing, cleanup, and Contractor demobilization have been completed. Certification of compliance for work items specifically requested by the City will be provided, ensuring that all requirements have been met to satisfaction. c. Final Walk -Through: Z&K will organize and lead a comprehensive final walk-through and project review with the City and all relevant stakeholders. This process ensures that the completed project adheres to design specifications and meets the City's expectations before formal acceptance. d. Recommended Acceptance: After confirming that all work has been completed to specification and satisfaction, Z&K will recommend acceptance of the project in writing. This formal recommendation will serve as a precursor to the issuance of the Notice of Completion, providing the City with confidence in the project's readiness. e. Closing Out Contract: Z&K will take the lead in finalizing the construction contract. This includes negotiating any final items, ensuring all contractual obligations are fulfilled, and preparing the memorandum recommending project acceptance. The memorandum will provide all necessary documentation and justification for the City to file the Notice of Completion efficiently. f. Final Project Records and Documents: Z&K will compile all final project records and documents, including as -built drawings, testing results, reports, logs, and other project documentation. These records will be organized and handed over to the City upon project completion, ensuring accessibility for future reference and audits. 13. Post -Construction a. Operations and Maintenance Manuals: Z&K Consultants, Inc. will ensure the delivery of complete and accurate Operations and Maintenance (O&M) Manuals and any spare parts or equipment upon the City's acceptance of the project. These manuals will include comprehensive technical data covering all piping and electrical conduit runs, wiring diagrams, and PID controllers to facilitate troubleshooting. Page 26 Docusign Envelope ID: ECC776D0-50E5-49AD-B095-50BB8D28F930 The manuals will also provide detailed maintenance protocols for all installed equipment, including corrosion control, mechanical, electrical, and control systems. Manufacturer recommendations for equipment maintenance, along with instructions for any special architectural, engineering, or unique project features, will be included. The O&M Manuals will be reviewed and approved by the City prior to the operation of any new equipment or acceptance of construction contract work, ensuring compliance and readiness for long-term operations. b. Record Drawings Certification: Z&K will thoroughly review and certify the Contractor's project record drawings for accuracy and completeness. These drawings will incorporate all modifications, field changes, and as -built conditions to ensure they represent the final construction accurately. Certified record drawings will be submitted to the City's Project Manager for inclusion in the City's permanent project records. c. Final Payment: Z&K will facilitate the final payment process by verifying that all contractual obligations have been fulfilled. This includes confirming that the Contractor has made all required payments to subcontractors and vendors and ensuring the release of any stop notices or liens. A Conditional Waiver of Lien will be obtained from the Contractor before recommending the release of retention. Z&K's thorough verification process ensures that the final payment is made in accordance with contract requirements, safeguarding the City from potential disputes or claims. 14. Extended Services a. Extended Services: Z&K Consultants, Inc. will provide specialized services during construction to address any project - specific needs or challenges that arise. These services may include mechanical, electrical, structural, geotechnical, and civil supplemental engineering design; witness testing; factory inspections; and noise and air quality monitoring. Our team will collaborate with the City's geotechnical consultant to ensure seamless coordination and effective management of geotechnical services throughout the project duration. These extended services will be available on an as -needed basis to address unique project requirements, ensuring quality and compliance with project goals. b. Warranty Period Services: Z&K will provide comprehensive engineering, technical support, and administrative services during the one-year warranty phase following the Notice of Completion. As part of our commitment to ensuring the long- term success of the project, Z&K will conduct an eleven -month walk-through of the project site to identify items requiring warranty attention. A detailed report will be prepared, compiling all warranty items and Contractor contact information for City use in coordinating repairs. This proactive approach ensures that any issues are addressed promptly, safeguarding the integrity and functionality of the completed project. c. Construction Quality Control Survey Services: Z&K will perform field survey services to verify the accuracy of the Contractor's survey for proposed improvements. These services will be conducted by a California -licensed Land Surveyor who is part of our Construction Management team. Our survey services will ensure that all improvements align with the approved plans and specifications, addressing any discrepancies and maintaining the highest standards of quality and precision. Public Relations and Community Outreach Z&K Consultants, Inc. will work closely with the City of Tustin to support and enhance its community outreach efforts, ensuring effective communication with residents, businesses, and other stakeholders impacted by the Armstrong Pedestrian Bridge (CIP 70257), Legacy Park Phase 3 (CIP 20083), and N-D South Phase 2 Package 2 (CIP 70256) projects. Our role will include assisting the City in providing timely and relevant project updates and addressing community concerns to maintain positive relations throughout the project Iifecycle. Community Engagement and Outreach Activities I Z&K will assist in preparing periodic construction updates for the City's website and City Scene newsletter, as well as issuing construction alerts to inform stakeholders of upcoming activities, potential disruptions, and milestones. These updates will ensure transparency and foster community trust in the project. In addition, Z&K will act as a liaison to resolve construction -related concerns from affected businesses, residents, and the general public, working to minimize inconvenience and maintain goodwill. Collaborative Plan Evaluation I Our team will carefully evaluate the final improvement plans to ensure they align with the City's goals and expectations. This includes verifying constructability, reviewing schedules, and confirming that designs meet the community's needs. By conducting meticulous reviews of project plans, cost estimates, and schedules, Z&K will help control costs, ensure competitive bidding, and minimize change orders. Z&K's Construction Management team will work closely with the City's design team and inspectors to maintain alignment throughout the final design phase and construction process, ensuring that the project meets its functional and aesthetic goals. Enhanced Inspection and Construction Management I To support the City's high standards for quality and management, Z&K will augment traditional construction inspection services. This comprehensive approach includes rigorous quality control, effective coordination, and detailed administration of all construction activities across the Armstrong Pedestrian Bridge, Legacy Park Phase 3, and N-D South Phase 2 Package 2 projects. Our team will ensure that all aspects of these projects are executed to the City's expectations, delivering well -designed and constructed facilities that serve the community effectively. Page 27 Docusign Envelope ID: ECC776D0-50E5 49AD B095-50BB8D28F930 emu::. _, - •__ '<" :.. -� eer - _ - Vk � � yam.: �.'*°�, p-d ,� _ ' '®eP= •? - � V a �1 TEAM ORGANIZATION CONSULTANTS BUILDING SOLUTIONS Page28 Docusign Envelope ID: ECC776D0-50E5-49AD-B095-50BB8D28F930 TEAM ORGANIZTION Our team is uniquely positioned to deliver the Armstrong Pedestrian Bridge, Legacy Park Phase 3, and N-D South Phase 2 Package 2 projects with unmatched expertise and a deep commitment to the City of Tustin's goals. Z&K has assembled a highly skilled, multidisciplinary team of professionals, each with specialized licenses and certifications tailored to the specific needs of these projects. This handpicked group brings vast experience and a strong history of successfully executing complex infrastructure projects, ensuring that all objectives are met with precision and efficiency. The Z&K team has a proven track record of collaboration across numerous projects, resulting in a synergy that enhances coordination, optimizes workflows, and promotes innovation. This seamless teamwork allows us to provide all necessary services in-house, leading to significant cost savings and eliminating the need for third -party contractors. Our strategic approach ensures that services such as construction management, inspections, and community outreach are carried out seamlessly, helping us meet or exceed the City's expectations for budget, schedule, and quality. We understand that delivering these projects on time and within budget is of utmost importance to the City. For this reason, our team has developed a tailored plan that prioritizes proactive problem -solving, resource management, and effective communication with all stakeholders. Furthermore, our proposed team members are committed 100% to this contract, ensuring the City of Tustin receives our full attention and expertise throughout the project duration. By selecting Z&K to manage these vital infrastructure projects, the City can be confident in our ability to deliver superior results. We are dedicated to ensuring that the Armstrong Pedestrian Bridge, Legacy Park Phase 3, and N-D South Phase 2 Package 2 projects are completed to the highest standards and in alignment with the community's needs and vision. Together, we will work to achieve the City of Tustin's goals with the utmost professionalism and care. Z&K commits that all assigned personnel will remain dedicated to this project and will not be removed or replaced without prior written City approval. Our proposed team is fully capable, exceptionally qualified, and will be available as proposed for the duration of the contract. With extensive leadership and supervisory experience across both public and private sectors, our team brings unmatched expertise to ensure the success of the City's projects. Page 29 Docusign Envelope ID: ECC776D0-50E5-49AD-B095-50BB8D28F930 KEY PERSONNAL Our team members are multidisciplinary and have numerous licenses and certifications. Our proposed team is exceptionally strong and will ensure the successful delivery of the Project. Z&K has carefully selected this "A -Team" and has committed our most qualified staff for the duration of this contract. We understand the importance of meeting budgets and schedules; we have a strategic plan in place to deliver this project with such benchmarks in mind. Our proposed Z&K team has worked together on numerous projects and share great synergy. Zack Faqih, PE, QSD/P, ICC, CBO, serves as the Senior Construction Manager/Resident Engineer for the Armstrong Pedestrian Bridge, Legacy Park Phase 3, and N-D South Phase 2 Package 2 projects. With over 32 years of experience, Zack has successfully delivered 10 bridge projects, 35 park and municipal improvement projects, and over 50 street improvement/traffic signal modification projects. His extensive expertise includes construction management, budget analysis, contract negotiation, risk management, and stakeholder coordination. Zack's traffic signal and intersection improvement experience includes projects such as the Ramona Avenue and Walnut Avenue Traffic Signal Modifications, Euclid Avenue -State Route 83 Intersection Improvements, and I-215/Van Buren Interchange Improvements. He has a thorough understanding of Caltrans systems and procedures, CEQA/NEPA compliance, and project closure documentation. With a multidisciplinary background in contracting, design, and construction management, Zack's leadership ensures seamless execution across all project phases. His deep knowledge and proven track record of delivering complex infrastructure projects position him as an invaluable asset to the successful delivery of these critical City of Tustin initiatives. LICENSES & REGISTRATION » Professional Engineer, P.E. State of California, C57958 » Certified Accessibility Inspector/Plans Examiner » Certified Building Official, C.B.O., CABO, ICC #3741 » Certified Plans Examiner, I.C. B.O., #1020345-60 » Certified Mechanical Inspector, I.C.B.O. #1020345-40 » Certified Plumbing Inspector, I.C.B.O. #1020345-30 » Certified Electrical Inspector, I.C.B.O. #1020345-20 » SWPPP (QSD) & (QSP) #22055 » OSHA 30 Hour Certification » State Certified HERS Rater » Certified Emergency Inspector » C.G.B.P Certified Green Building Inspector » Certified Special Inspector for Fire Proofing » Certified Special Inspector for Structural Welding » Certified Special Inspector for Structural Steel » Certified Special Inspector for Reinforced Concrete Scott Walker, PE, QSD/P, serves as the Structures Representative/Lead Structures Inspector for the Armstrong Pedestrian Bridge project. With over 30 years of experience and involvement in the successful delivery of more than 200 bridge projects, Scott brings unparalleled expertise in structural engineering and inspection. His portfolio includes major infrastructure projects such as the McKinley Street Grade Separation, Mount Vernon Viaduct, and Hamner Avenue Bridge Replacement, where he played key roles in structural oversight, constructability reviews, and quality assurance compliance. Scott's deep technical knowledge extends to all phases of bridge construction, including (,in"pile foundations, precast girder installations, abutment construction, and structural system analysis. He has extensive experience reviewing shop drawings, ensuring compliance with Caltrans standards, and preparing as -built documentation for complex structures. His ability to anticipate challenges and implement proactive solutions has been critical to the on - time and within -budget delivery of high -profile projects. In addition to his technical expertise, Scott is highly skilled in coordinating with diverse stakeholders, including city officials, contractors, and regulatory agencies, to maintain project alignment and meet stringent safety and quality standards. His leadership will be essential in ensuring the Armstrong Pedestrian Bridge is constructed to the highest engineering specifications, delivering a durable, safe, and visually striking structure for the City of Tustin. Tom Dawson, ICC Certified, CBO, will serve as the Lead Construction Inspector for the Armstrong Pedestrian Bridge, Legacy Park Phase 3, and N-D South Phase 2 Package 2 projects. With over 30 years of experience in quality control and assurance, Tom has successfully delivered 28 park projects, 7 bridge projects, and over 40 street improvement and traffic signal projects. His expertise spans all phases of construction inspection, ensuring strict adherence to local, state, and federal regulations. Tom's notable projects include the Veterans Sports Park at Tustin Legacy, Vista Grande Park Improvements, and the Thermal Community Park. He specializes in public works inspection, construction standards, and meticulous documentation, making him a vital asset in maintaining safety, compliance, and quality on complex projects. His hands-on approach and attention to detail ensure that every phase of the project is thoroughly inspected and executed to the highest standards. As part of this highly qualified team, supported by specialists in labor compliance, project administration, and documentation, Tom will contribute to the seamless and successful delivery of the City of Tustin's projects. His collaborative leadership and proven track record reinforce the commitment to exceeding expectations on these critical infrastructure initiatives. Page 30 Docusign Envelope ID: ECC776D0-50E5-49AD-B095-50BB8D28F930 Brittany Duhn, PE, QSD/P serves as the Project Manager/Office Engineer for the Armstrong Pedestrian Bridge, Legacy Park Phase 3, and N-D South Phase 2 Package 2 projects. With extensive experience in project management, construction management, and contract administration, Brittany has successfully delivered numerous public works and capital improvement projects. Her expertise includes bridges, grade separations, street improvements, water and wastewater infrastructure, and environmental compliance. Brittany's background encompasses over 20 park improvement projects, including the Veterans Sports Park at Tustin Legacy, Vista Grande Park, and Hollydale Community Park Renovation. She has overseen the development of playgrounds, ADA-compliant pathways, irrigation systems, and stormwater management features. Additionally, her bridge -related work includes projects such as the West Mission Bay Drive Bridge and the Bedford Wash Bridge, where she managed permitting, utility coordination, and quality assurance. With a strong command of construction contracts, cost control, and scheduling, Brittany ensures seamless coordination between stakeholders, subconsultants, and regulatory agencies. Her hands-on approach, combined with her technical expertise, positions her as a critical asset in delivering these projects on time, within budget, and to the highest standards. Charles Lamb, RLA, serves as the Senior Licensed Landscape Architect/Inspector for the Armstrong Pedestrian Bridge, Legacy Park Phase 3, and N-D South Phase 2 Package 2 projects. With over 30 years of experience in landscape architecture and construction inspection, Charles has successfully delivered more than 100 park projects and over 15 roadway and bridge projects. Licensed in multiple states, including California, Nevada, Arizona, Virginia, and Utah, he brings a deep understanding of diverse environmental conditions and construction practices. Charles has an extensive portfolio of impactful projects, including the Nicholson Park Improvement Project, Hollydale Community Park Renovation, and Thermal Community Park. His expertise encompasses all phases of project development, from site preparation, grading, and irrigation systems to planting, hardscape, and lighting improvements. Known for his meticulous attention to detail and adaptability, he ensures every project meets aesthetic, functional, and environmental standards. Charles's role on this project involves overseeing landscape design, irrigation installations, and the integration of natural elements with urban structures. His commitment to sustainable practices and innovative solutions will help deliver high - quality, resilient landscapes that enhance the community's outdoor spaces. Charles's leadership and dedication to excellence make him an indispensable asset to the success of these projects. Tommy Russell, a State -Certified Journeyman Electrician, serves as the Senior Traffic Signal/Electrical Inspector for the Armstrong Pedestrian Bridge, Legacy Park Phase 3, and N-D South Phase 2 Package 2 projects. With over 25 years of experience, Tommy has successfully delivered over 50 bridge projects, over 60 traffic signal improvement and intersection projects, and more than 15 park projects, including numerous of the Irvine Great Park projects. Tommy's expertise includes traffic signal installations, bridge electrical systems, street lighting, fiber optic communication networks, and Intelligent Transportation Systems (ITS). He has played a critical role in high -profile projects such as the 1-405/SR-55 HOV Interchange Improvement, the Interstate Route 1-210 Extension Bridges, and the Alton Parkway Extension. His ability to coordinate inspections, review RFIs and submittals, and manage contract change orders ensures compliance with Caltrans standards and local regulations. On this project, Tommy will oversee all traffic signal, electrical, and lighting components, applying his extensive knowledge and hands-on approach to ensure quality and safety. His experience with diverse infrastructure projects and proven track record of excellence make him an invaluable asset to the successful delivery of the City of Tustin's projects. Amber Garcia serves as the Labor Compliance Officer for the Armstrong Pedestrian Bridge, Legacy Park Phase 3, and N-D South Phase 2 Package 2 projects. With extensive experience in document control, labor compliance, and office engineering for capital improvement projects, Amber brings meticulous attention to detail and exceptional organizational skills. Her expertise includes certified payroll review, compliance with Davis -Bacon and state prevailing wage laws, and Caltrans filing systems. Amber has supported numerous high -profile projects, including the Hamner Avenue Bridge and Widening Project, Bedford Wash Bridge, and SR-60 Truck Climbing Lanes Project. She has overseen certified payroll reporting, spot interviews, and ensured adherence to federal and state labor compliance regulations. Her proficiency with platforms such as Procore, EADOC, and Primavera streamlines project documentation and facilitates seamless communication among stakeholders. Amber's hands-on approach, critical thinking, and dedication to excellence make her an invaluable asset to these projects. She ensures that all labor compliance aspects are managed effectively, contributing to the successful and timely delivery of the City of Tustin's infrastructure improvements. Page 31 Docusign Envelope ID: ECC776D0-50E5-49AD-B095-50BB8D28F930 SUBCONSULTANTS �nn�cEn DANKEN CONSTRUCTION ENGINEERING GROUP (STRUCTURES REPRESENTATIVE) 1 Danken Construction Engineering Group is a distinguished firm specializing in structural engineering and construction management, with a focus on bridges, grade separations, and roadway improvements. Their team of licensed professionals excels in structural inspection, shop drawing reviews, and constructability assessments, ensuring that each project adheres to the highest quality and safety standards. Danken has an impressive portfolio of landmark projects, including: • Taylor Yard Pedestrian Bridge: A pivotal project between December 2016 and June 2018 as Resident enhancing connectivity and pedestrian access in the Engineer. region. S. Milliken Avenue Grade Separation Project: As • McKinley Street Grade Separation: A significant Project Manager and Resident Engineer, Danken infrastructure improvement that alleviates traffic managed this project from October 2013 to February congestion and enhances safety. 2017, enhancing traffic flow and safety. • South Milliken Grade Separation in Ontario, CA: • N. Vineyard Avenue Grade Separation Project: Danken provided quality assurance inspection and local Danken led this project as Project Manager and structure representative duties for this overcrossing Resident Engineer from October 2013 to August 2016, near the CA-60 Freeway, completed in 2016. contributing to significant infrastructure improvements. • North Vineyard Grade Separation in Ontario, CA: • Fresno Braided Ramps Design -Build Project: One of Danken contributed to this undercrossing near the California's largest design -build initiatives, with total Ontario Airport, which opened to the public in 2016. project and related costs nearing $70 million. • Date Palm Drive Widening over Whitewater River: Danken oversaw the widening project completed Danken's proven track record and deep industry knowledge make them a trusted partner in delivering complex infrastructure projects that meet stringent quality and safety standards. ZT CONSULTING (SOURCE INSPECTION) I ZT Consulting Group Inc. (ZTC) is a consulting engineering _ firm that is specialized in providing quality assurance and source inspection/audit support services. The ETC majority of our staff has served and completed numerous public projects within the State of California ZT CONSULTING over the past decade. We understand the requirements, challenges, and objectives of public projects. ZTC is experienced in the development and implementation of local agency specific Quality Assurance Program (QAP) or project specific Quality Management Plan (QMP) and Source Inspection Quality Management Plan (SIQMP). ZTC is a certified Small Business (SB) with Metroand registered with the State of California Department of General Services. CONVERSE CONSULTANTS (GEOTECHNICAL & MATERIAL TESTING) I In 1946, Professor Frederick J. ava Converse established Converse Consultants in Pasadena, California to provide the construction industry with geotechnical engineering and geological services. Converse is an employee -owned corporation, with 9 offices and more than 150 employees throughout the United States. Their professional and technical staff includes in- house geotechnical engineers, engineering geologists, environmental scientists, deputy inspectors, laboratory and field technicians, drafting/CAD specialists, and other specialized support personnel. Their laboratories are certified by the Division of the State Architect (DSA), California Department of Transportation (Caltrans), US Army Corps of Engineers, American Association of State Highway and Transportation Officials (AASHTO), and the Cement and Concrete Reference Laboratory (CCRL). DAVID EVANS AND ASSOCIATES, INC. (SURVEYING) I Founded in 1976, David Evans and o Associates, Inc. (DEA) is a recognized leader in the design and management of complex 0 AVID EVANS transportation, land development, energy, and water projects nationwide. The firm includes over 900 -ASSOCIATES — employee owners and maintains 30 offices throughout the US. The mission of DEA's surveying and geomatics team is simple; to be a national leader in collecting, managing, and delivering geographic data solutions to clients. They offer a variety of traditional surveying services along with utilizing the newest technology such as static/mobile laser scanners, sUAS units, and subsurface utility locating and mapping to provide high resolution, detailed information. DEA staff are talented, accomplished, and experienced; and include over 150 technical and professional surveyors. FULCRUM CONSULTANTS (TECHNICAL SUPPORT) I Fulcrum Consultants, Inc. provides FULCRUM Construction and Program Management Services for both small and large-scale heavy civil projects. S°`T""'S They provide key project personnel as well as construction support services for all public agencies in Southern and Central California. They are a Small Business Enterprise (SBE) that prioritizes client satisfaction and fosters a work culture of respect, safety, quality, and a drive for excellence. Page 32 Docusign Envelope ID: ECC776D0-50E5-49AD-B095-50BB8D28F930 RESOURCE ALLOCATION/TIME COMMITMENT OF KEY STAFF Our proposed team for the Armstrong Pedestrian Bridge, Legacy Park Phase 3, and N-D South Phase 2 Package 2 projects is structured to ensure seamless coordination, optimal resource allocation, and exceptional project delivery. The team is led by Senior Construction Manager/Resident Engineer Zack Faqih, who will oversee all three projects and coordinate with the City of Tustin to ensure adherence to schedules, budgets, and quality standards. Amber Garcia will serve as the primary point of contact for labor compliance and documentation, supported by key specialists for each project element. Each team member brings extensive expertise and is strategically allocated to tasks based on their qualifications and the project's unique needs. For example: • Zack Faqih and Brittany Duhn are uniquely multi -disciplined allocated across • Tommy Russell will handle traffic signal and electrical inspections for N-D all pre -construction, construction, and post -construction phases, ensuringg South Phase 2 Package 2, ensuring safe and efficient implementation of signal continuity and leadership throughout. systems and lighting. • Scott Walker, as the Structures Representative/Lead Structures Inspector, will • Tom Dawson will lead quality control and inspection for park, bridge, and street focus on the Armstrong Pedestrian Bridge, overseeing structural elements like improvements, ensuring adherence to all construction standards and safety CIDH pile foundations, precast girder installations, and Caltrans compliance. protocols. • Charles Lamb will guide landscape design and irrigation systems for Legacy • Amber Garcia is engaged for certified payroll and compliance reviews, Park Phase 3, ensuring harmonious integration of natural and urban elements. ensuring labor standards are met. Surveying Services will be performed by David Evans and Associates, Inc. (DEA), utilizing advanced tools like static/mobile laser scanning and subsurface utility mapping for precise data collection and alignment verification. Source Inspection and Quality Assurance will be provided by ZT Consulting Group, Inc. (ZTC), experts in Quality Assurance Programs (QAP) and Source Inspection Quality Management Plans (SIQMP). Their oversight ensures materials and workmanship meet or exceed City standards. Material Testing will be conducted by Converse Consultants, a trusted leader in geotechnical and material testing. With certifications from Caltrans, AASHTO, and others, Converse will verify the durability and safety of all construction components, from bridge elements to paving and landscaping. The organization chart highlights the clear relationship between the City, the project manager, key staff, and sub -consultants, ensuring streamlined workflows. The team's time commitments are carefully planned, with personnel fully dedicated to their assigned tasks. Specialized roles, such as Scott Walker, Tommy Russell, and Charles Lamb, ensure each project element receives the attention it requires. This allocation ensures high efficiency and adherence to the City's expectations. With the synergy of our experienced team and the specialized contributions of DEA, ZTC, and Converse Consultants, we are confident in delivering cost-effective, high -quality results for the City of Tustin. CITY OF • PROFESSIONAL CONSULTING CONSTRUCTION MANAGEMENT SERVICES FOR LEGACY PARK PHASE 3, CIP 20083 Senior Structures Project Senior Senior California Task/ Constructio Representative Senior Manager / Playground Licensed Traffic Labor Licensed Classification n Manager/ /Lead Construction Office Equipment Landscape Signal/ Compliance Surveyor (1- Resident Structures Inspector Engineer Inspector Architect Electrical Officer Person Engineer Inspector Inspector Crew A. Pre - Construction Services (Tasks 32 0 32 12 0 16 8 8 8 164 0 1680 210 0 0 0 63 40 16 0 56 16 48 40 0 0 0 8 0 24 24 0 0 0 0 0 • TOTAL HOURS 220 0 1792 262 48 56 8 71 48 Page 33 Docusign Envelope ID: ECC776D0-50E5-49AD-B095-50BB8D28F930 CITY OF •'DEPARTMENTPROFESSIONAL •NSULTING CONSTRUCTION MANAGEMENT SERVICES FOR ARMSTRONG1 Senior Structures Senior California Project Senior Task/ Constructio Representative Senior Manager Playground Licensed Traffic Labor Licensed Classification n Manager/ /Lead Construction Office Equipment Landscape Signal/ Compliance Surveyor (1- Resident Structures Inspector Engineer Inspector Architect Electrical Officer Person Engineer Inspector Inspector Crew 8 60 8 12 0 0 8 8 8 335 1528 840 210 0 0 0 63 68 16 120 8 16 0 0 0 0 0 8 16 24 24 0 0 0 0 0 TOTAL HOURS 367 1724 880 262 0 0 8 71 76 CITY OF •-DEPARTMENT PROFESSIONAL CONSULTING CONSTRUCTION MANAGEMENT SERVICES FOR N-D SOUTH PHASE 2 PACKAGE 2, CIP 70256 Senior Structures Project Senior Senior California Task/ Constructio Representative Senior Manager/ Playground Licensed Traffic Labor Licensed Classification n Manager/ /Lead Construction Office Equipment Landscape Signal/ Compliance Surveyor (1- Resident Structures Inspector Engineer Inspector Architect Electrical Officer Person Engineer Inspector Inspector Crew "n 8 0 0 12 0 0 16 8 0 ic 76� rvq Services (I ask 115 0 0 210 0 0 1008 63 0 Post- ConstructionC. Services (Tasks 13-14) on 16 0 0 16 0 0 24 0 0 D. Public 44 8 0 0 24 0 0 8 0 0 OutreachCommunity TOTAL HOURS 147 0 0 262 0 0 1056 71 0 Page 34 Docusign Envelope ID: ECC776D0-50E5-49AD-B095-50BB8D28F930 STATEMENT OF QUALIFICATIONS CONSULTANTS BUILDING SOLUTIONS Page 35 Docusign Envelope ID: ECC776D0-50E5-49AD-B095-50BB8D28F930 STATEMENT OF QUALIFICATIONS Z&K Consultants Inc. brings extensive expertise in managing and delivering multifaceted public infrastructure projects, including parks, pedestrian bridges, and roadway improvements, making us uniquely qualified for the Tustin Legacy Projects. Our capabilities span all aspects of development, from recreational facilities such as playgrounds, sports courts, and walking trails, to complex structural projects like pedestrian bridges and advanced landscaping with integrated environmental restoration. We have successfully collaborated with public agencies to enhance community spaces while ensuring the highest standards of accessibility, safety, sustainability, and quality. BRIDGE PROJECTS The Z&K Team has successfully delivered over 35 Bridge Projects in the last 5 years. CITY OF SAN BERNARDINO 1 2ND STREET BRIDGE The 2nd Street Bridge in the City of San Bernardino was a transformative infrastructure project designed to enhance traffic flow, pedestrian access, and safety in the downtown area. This project replaced the existing at -grade railroad crossing with a modern bridge structure, eliminating delays caused by train traffic and improving connectivity between key areas of the city. The new bridge featured a multi -lane roadway for vehicles, along with dedicated pedestrian pathways, enhancing accessibility and promoting multimodal transportation. Its design incorporated aesthetic elements to align with the surrounding urban environment, contributing to the revitalization efforts in the downtown San Bernardino area. The project also addressed key challenges such as utility relocations, traffic management during construction, and coordination with multiple agencies, including local businesses and residents, to minimize disruption. Completed successfully, the 2nd Street Bridge stands as a critical piece of infrastructure that improves safety, reduces traffic congestion, and supports the city's economic growth and urban development initiatives. By fostering greater connectivity and efficiency, this project has significantly benefited both commuters and the broader community of San Bernardino. CITY OF CORONA I BEDFORD WASH BRIDGE The Bedford Wash Bridge in Corona, CA, is a 177-foot-long, five -bay cast -in -place structure constructed for Arantine Hills Holding LP. This critical infrastructure spans the Bedford Wash and was designed to support the growing community's transportation and utility needs. The bridge's abutments are supported by 24-inch cast -in -drilled -hole (CIDH) concrete piling, ensuring durability and stability. In addition to the bridge structure, the project encompassed significant roadwork and utility installations, enhancing connectivity in the area. The bridge integrates multiple utilities within its structure, including two 12-inch ductile iron pipe (DIP) water lines, one 8-inch DIP reclaimed water line, one 8-inch DIP gravity sewer line, CATV conduits, telephone conduits, SCE electrical conduits, and a SCG gas line. This comprehensive utility integration exemplifies the project's multi -functional design, serving both transportation and utility infrastructure needs. The Bedford Wash Bridge stands as a vital component of the local infrastructure, supporting efficient transportation and utility services while addressing the community's long-term development and growth requirements. CITY OF SAN BERNARDINO I MEADOWBROOK PARK PEDESTRIAN BRIDGE The Meadowbrook Park Pedestrian Bridge, located in San Bernardino, served as a vital connector for pedestrian traffic, providing safe access within the local community. Unfortunately, in 2017, the bridge sustained severe damage from a fire, reportedly caused by individuals experiencing homelessness. This incident brought attention to the vulnerability of public infrastructure to various risks, including both environmental and social challenges. Although public information on the progress of the bridge's repair or replacement has been scarce, efforts to restore the bridge remain a top priority. The goal is to ensure the restoration of pedestrian safety and improve the overall accessibility of the area. Page 36 Docusign Envelope ID: ECC776D0-50E5-49AD-B095-50BB8D28F930 The reconstruction of the bridge involves integrating design improvements focused on increasing durability and safety, while also addressing the broader goal of community revitalization. These enhancements may include reinforced materials, better fire -resilient features, and improved security to prevent future damage. The project highlights the importance of proactive urban infrastructure maintenance and the need for collaboration with local agencies to address both the physical and societal challenges facing communities. This reconstruction effort, while centered around restoring the bridge, also offers the opportunity to enhance its role in fostering community connections and accessibility for pedestrians in the area. RCTD I HAMNER AVENUE BRIDGE OVER THE SANTA ANA RIVER The Hamner Avenue Bridge Replacement Project addressed critical safety, PROJECT capacity, and structural issues associated with the aging bridge crossing the • •_ • Santa Ana River. Originally constructed in 1939, the existing two-lane, 676- ScottWalker . • foot -long bridge had a low Sufficiency Rating (SR) of 69.3 and was classified - • Davila,-(951) as "structurally deficient." The superstructure, comprised of reinforced 955-6885, HeDavila@rivco.org concrete T-beams, was supported by concrete pier walls on driven steel piles, Services: RE/SR/Cl Services (Z&K but structural evaluations revealed significant deficiencies, including a high and Danken are majorsubs) risk of liquefaction in the riverbed during a seismic event. The bridge's existing Completion Date: November• profile failed to provide sufficient conveyance for the 100-year flood event, • frequently leading to closures that disrupted traffic flow and emergency response. The replacement bridge was designed to modern seismic and scour criteria, addressing these issues comprehensively. The new six -lane bridge includes three 12-foot lanes and 4-foot shoulders in each direction, separated by a 4-foot curbed median. A 12-foot-wide, barrier -separated trail was also added on the east side to enhance pedestrian and cyclist accessibility. The approach roadways and bridge profile were elevated above the 100-year water surface elevation to ensure continuous operation during flood events. Hamner Avenue now features three 12-foot lanes and 4-foot shoulders in each direction, along with a 5-foot sidewalk on the east side. CITY OF CORONA I MCKINLEY STREET GRADE SEPARATION PROJECT The McKinley Street Grade Separation Project was a transformative $60 million infrastructure development that addressed significant safety and traffic issues in the area. This project constructed a new four -lane overhead grade separation over the BNSF Railway double tracks near McKinley Street's intersection with Sampson Avenue. The project spanned from the SR-91 interchange to Magnolia Avenue and incorporated innovative construction PROJECT• - • techniques to minimize disruptions. A 290-foot simple span network steel tied _ Scott arch bridge was fabricated off -site and transported into place using self-propelled modular transporters (SPMTs), crossing the BNSF railroad tracks, Arlington Channel, and Sampson Avenue. savat.khamphou@coronaca.govServices: RE Services Additional improvements included the construction of connector road facilities in �" the northeast and northwest quadrants of McKinley Street and Sampson Avenue, major ' along with approximately 400 feet of reconstruction on Estelle Street. The project • letion Date: Ongoing also realigned and widened the SR-91 eastbound off -ramp, reconstructed the Construction ' • loop on -ramp, and enhanced the slip on -ramp entrances, ensuring seamless traffic flow and improved connectivity. CITY OF ONTARIO I ONTARIO RANCH BRIDGE The project involved the removal and replacement of an existing bridge with a 160-foot-long, single -span precast wide flange girder bridge, supported on 48-inch diameter cast -in -drilled -hole (CIDH) dry hole piles. To enhance connectivity and community infrastructure, the project included the construction of a bike trail on the west side of Cucamonga Creek, positioned 4 feet below the top of the channel slope. The new bridge structure spans the creek, incorporating a bike path tunnel beneath the western bridge approach embankment. Maintenance access roads were added parallel to Ontario Ranch Road, adjacent to each bridge approach, and separated by retaining walls. Page 37 Docusign Envelope ID: ECC776D0-50E5-49AD-B095-50BB8D28F930 The proprietary retaining wall system, Redi-Rock Walls by CalPortland Cement, was utilized west of the channel along the bike path. These gravity - type retaining walls, featuring precast panels, provided both structural integrity and aesthetic appeal, seamlessly blending with the surrounding landscape. The use of these durable walls ensured stability and support for the bike path, which was integral to the overall design. Sidewalks were constructed atop the approach retaining walls, creating a safe pedestrian pathway. The sidewalks were effectively separated from traffic lanes by a concrete barrier, enhancing safety and ensuring clear demarcation between vehicular and pedestrian zones. This approach not only addressed safety concerns but also contributed to the project's visual harmony, emphasizing both functionality and aesthetics. CITY OF EASTVALE I LIMONITE GAP CLOSURE BRIDGE The Limonite Avenue Gap Closure Bridge Project in Eastvale addressed a critical infrastructure need by constructing a new bridge over the Cucamonga Creek Channel, connecting two previously separated segments of Limonite Avenue. The new bridge features a wide -flanged precast girder design supported by pier wall foundations within the channel, along with decorative concrete barriers, features, and railing. In addition to the bridge, the project included over 1,300 linear feet of cast -in -place retaining walls (Type 1, Type 1 Modified, and Type 5), as well as structural embankments that raised the roadway grade by approximately 10 feet on both sides of the bridge. Comprehensive roadway improvements were made, including asphalt paving, curbs, gutters, sidewalks, a multi -use trail system, pavement delineation, signage, landscaping, and irrigation. The project also involved the reconstruction of 525 linear feet of a 54-inch RCP storm drain system, including catch basins, bio-retention systems, and laterals, ensuring effective stormwater management. CITY OF ONTARIO I EUCALYPTUS AVENUE BRIDGE The Eucalyptus Avenue Bridge project involved the construction of a 162- foot-long, 110-foot-wide single -span precast girder bridge over the PROJECT INFORMATION Cucamonga Creek. This bridge was designed to provide a vital connection Key Sta : Scott Walker between new residential developments and the growing commercial and erence:ryaney,.0. industrial parks in the area, while also enhancing pedestrian accessibility. 2137, blirley@ontarioca.gov The bridge's substructure is supported by sixty 2-foot diameter cast -in -drilled- ces:cesD, hole (CIDH) piles, each extending 35 feet deep. The superstructure consists , , r sub) spanning 160 feet and weighing 198,000 Completion Date: May 2023 pounds, one of the largest prestressed Construction Cost: 5.6M bulb tee girders in California. A unique challenge during the project was the erection of these massive girders. Using a 660-ton Liebherr crane, the girders were carefully lowered from the abutment 2 side, across the channel, and onto the abutment seats. The project's success can be attributed to the team's meticulous attention to detail during the girder erection submittal process, contractor coordination, and robust safety protocols. The bridge is further highlighted by four 16-foot-tall monuments at each corner, with the City of Ontario's logo prominently displayed on illuminated plaques, ensuring both functional and aesthetic value. CITY OF HESPERIA / DMB DEVELOPMENT I SILVERWOOD TRAIL BRIDGES The Silverwood site spans approximately 10,000 acres in the southern part of Hesperia. The first phase of the project proposes the construction of four bridge/culvert structures, identified as Structures 1 through 4. The site is accessed via dirt trails to the south of the intersection of Arrowhead Lake Road and Calpella Avenue, which lead to two northeast -southwest trending canyons where the bridges are to be located. The initial construction includes two twin Silverwood Trail bridges, each 150 feet long and 41'-3" wide. These cast -in -place post -tensioned box girder bridges span Bear Creek. Page 38 Docusign Envelope ID: ECC776D0-50E5-49AD-B095-50BB8D28F930 As these bridges are part of the main road into the development, they will accommodate several backbone utilities, including two 6" gas lines, eight 5" SCE conduits, four 4" TEL conduits, three 3" CATV conduits, six 4" fiber optic conduits, four 2" electrical conduits, a 16" potable water main, a 16" recycled water main, a 24" gravity sewer, and a 30" gravity storm drain. The bridge construction utilizes conventional falsework with buried pads designed to prevent erosion during storm events. CITY OF ONTARIO I MERRILL AVENUE BRIDGE WIDENING The Merrill Avenue Bridge project involved the widening of the existing bridge over Cucamonga Creek to accommodate increased PROJECT INF• " • traffic, particularly from trucks utilizing the route to support nearby businesses. This improvement was essential to reduce congestion Scott and provide better access for growing residential neighborhoods. A _ triple -span precast girder bridge was constructed on both sides of Services: SR/Cl Services (Danken is a major • • • • • • the existing bridge, supported by two piers in the creek channel. no The substructure of the bridge •� _ • is anchored by 2-foot diameter piles, ranging in depth from 40 Construction Cost: ' feet at the abutments to 45 feet deep at the piers. The final bridge design spans 156 feet in length and 110 feet in width, with sidewalks on both sides and two lanes of traffic in each direction. One of the key challenges during construction was the need to build the piers in the channel, which required coordinating work around San Bernardino Flood Control's restricted access during peak rainfall months. As a result, the timing of the cast -in -drilled -hole piles, footings, and walls was critical to ensuring the project remained on schedule and was completed successfully. CITY OF ONTARIO I MERRILL AND EUCLID AVENUE STORM DRAIN IMPROVEMENTS The project involves the construction of 3,415 linear feet of a 12-foot-wide by 10-foot- tall double reinforced concrete box (RCB) storm drain along Merrill Avenue. A custom - designed junction structure will connect the 12'x10' double RCB to a 9'x9' double RCB that will extend west along Merrill Avenue and a 13'x8' RCB that will continue north along Vineyard Avenue. These storm drain improvements span across Merrill, Euclid, Eucalyptus, and Sultana Avenues and include the installation of numerous laterals, PROJECT INFORMATION manholes, and transitions to accommodate the surrounding Scottinfrastructure. The project requires Reference: Bryan Lirley, PE, ' 0' adherence to Caltrans and Greenbook bTir7ey7_05—Marioc- • • v standard plans and specifications to Services: Cl Services (Danken is a ensure quality and compliance with regulatory standards. Once completed, major• • the new storm drain system will effectively manage a large runoff surface Completion- Ongoing area, providing essential drainage capacity to support future residential and Constructionindustrial development in the area, which will significantly reduce the risk of flooding and improve the overall drainage infrastructure for the region. CITY OF LOS ANGELES I TAYLOR YARD PEDESTRIAN BRIDGE The Elysian Valley Pedestrian and Bicycle Bridge project features a 400-foot-long, distinctive orange steel bridge designed for pedestrian and bicycle use. The bridge connects the Elysian Valley community with the planned Taylor Yard G2 River Park on the east side of the Los Angeles River. Supported by abutments and a central concrete pier, the bridge's steel structure stands 30 feet high and 27 feet wide, making it a prominent feature along the river. The structure is built using the lightest and most efficient materials available, including tube steel, wide flange steel, and steel rods. The bridge's frame employs HSS steel members that form rectangular openings, and the bracing is achieved through tension rods that span diagonally in vertical planes. This hybrid frame allows the bridge to maintain its structural integrity while minimizing visual obstruction, offering unobstructed views of the river. Page 39 Docusign Envelope ID: ECC776D0-50E5-49AD-B095-50BB8D28F930 The bridge also incorporates a redundancy system utilizing fracture - critical members, a crucial safety feature that ensures the structure remains functional and secure even in the unlikely event of a failure in one or more of its components. This design approach prioritizes the safety of users while maintaining the integrity of the structure. Furthermore, the bridge's design blends both aesthetics and functionality, offering a visually appealing yet practical solution for pedestrians and cyclists. By considering both the structural needs and the surrounding environment, the bridge not only serves as a vital transportation link but also integrates harmoniously with the natural landscape, enhancing the overall user experience and contributing to the area's aesthetic value. RCTD I JURUPA ROAD / UNION PACIFIC RAILROAD GRADE SEPARATION The Jurupa Road Grade Separation project significantly enhanced safety and PROJECT INFORMATION traffic flow in Jurupa Valley by eliminating the at -grade crossing between Jurupa Road and the Union Pacific Railroad (UPRR) tracks. The project involvedFaqih constructing a four -lane underpass on Jurupa Road beneath the UPRR Hector Davila,-(951) mainline, which required lowering Felspar Street to the east. New bridges were 955-6885, HeDavila@rivco.org built on Van Buren Boulevard and for the UPRR tracks to accommodate two Services: Cl Services (Z&K is a mainline tracks, a siding track, an industrial spur, and provisions for a future major subconsultant) track. Roadway enhancements encompassed landscaping, upgraded traffic Completion Date: Ongoing signals, street lighting, and utility relocations. Further developments comprised constructing a connector road linking Jurupa Road and Van Buren Boulevard, extending 52nd Street between Felspar Street and Van Buren Boulevard, and widening both Van Buren Boulevard and Rutile Street to support new intersections and improved traffic flow. The project also developed multi -use trails, asphalt concrete driveways, curb ramps, and implemented advanced traffic safety measures such as striping, pavement markers, and signage. RCTD I I-215/VAN BUREN INTERCHANGE PROJECT ($32M) The I-215/Van Buren Boulevard Interchange Improvements Project was undertaken by the Riverside County Transportation Department (RCTD) in cooperation with the California Department of Transportation (Caltrans), March Joint Powers Authority (MJPA), and Riverside County Transportation Commission (RCTC). The project was designed to address increasing traffic volumes and support future regional growth. This major infrastructure upgrade reconfigured the existing tight diamond interchange to improve traffic flow and enhance safety. The improvements included the construction of a new eastbound -to -northbound entrance ramp, the realignment and widening of Van Buren Boulevard, and the replacement of existing bridge structures over the railroad and freeway. Additional upgrades involved the minor'' ; } realignment of southbound 1-215, the widening of Van Buren Boulevard and 1-215 Freeway between Cactus Avenue and Harley Knox Boulevard, and the construction of auxiliary lanes along 1-215 between Van Buren Boulevard and Cactus Avenue. Acceleration and deceleration lanes south of Van Buren Boulevard were also added to streamline traffic flow and reduce congestion. The project also incorporated enhancements outside the interchange area, including new traffic signals, street lighting, and decorative landscaping to reflect the area's military heritage. RCTD LIMONITE AVENUE INTERCHANGE PROJECT ($40M) The 1-15/Limonite Avenue Interchange Project in Eastvale, CA, addressed critical infrastructure needs to accommodate existing and future traffic demands due to significant regional growth. The project included the construction of a new eight -lane overcrossing, featuring three through lanes and two turn lanes in each direction. The off-ramps were widened from two to four lanes, and two new loop on -ramps were _ - added, enhancing connectivity and traffic flow. Limonite Avenue was widened to four lanes in each direction between Hamner Avenue and Wineville Avenue, improving access and reducing congestion. The new bridge foundations were supported by _ cast -in -drilled -hole (CIDH) concrete pilings and spread footings, ensuring structural integrity. The project included delivering a range of features, including street and roadway improvements, signalized intersections, roadway excavation, concrete pavement demolition and replacement, drainage system enhancements, utility relocations, street lighting, traffic signal installations, and acceleration and deceleration lanes. Page 40 Docusign Envelope ID: ECC776D0-50E5-49AD-B095-50BB8D28F930 PARK PROJECT The Z&K Team has successfully delivered over 45 Park Projects in the last 5 years. CITY OF TUSTIN I VETERANS SPORTS PARK AT TUSTIN LEGACY ($28M) Z&K Consultants, Inc. was a major subconsultant providing Construction Inspection Services. Veterans Sports Park at Tustin Legacy is a state-of-the-art recreational facility designed to serve the growing community. The project included the development of various sports and recreational amenities aimed at promoting active lifestyles, community engagement, and honoring local veterans. The park features multiple sports fields, - Id_ � including soccer and baseball fields, as well as basketball and tennis courts. There are also designated areas for fitness activities, such as an outdoor fitness zone with exercise equipment, and a large playground area equipped with modern play structures for children _4� of all ages. In addition to the sports and recreational facilities, the park offers a Veterans Memorial Plaza, which serves as a tribute to military veterans, providing a space for reflection and community events. The project also included extensive landscaping, walking and biking trails, picnic areas with shade structures, and new parking facilities to accommodate visitors. Designed to be a multi -use destination, the Veterans Sports Park at Tustin Legacy provides a blend of athletic, social, and commemorative spaces. CITY OF SAN BERNARDINO I NICHOLSON PARK IMPROVEMENT PROJECT The Nicholson Park Project involved a comprehensive overhaul of the park's facilities and infrastructure to better serve the local community. The project featured the selective demolition of outdated structures, followed by grading, drainage, concrete and asphalt paving, fencing, and ballfield renovations. It also included the installation of a new play area, renovation of the existing restrooms, and construction of a new pre -fabricated restroom / snack bar / storage building. Additional improvements consisted of site furnishings, basketball surfacing, shade structures, electrical work, lighting, and the installation of planting and irrigation systems. The park includes baseball diamonds (Little League and Senior League) with a concession stand and restroom, an outdoor basketball court, a playground area, restrooms, a Recreation/Community Center, a picnic shelter, barbecue grills, and community garden. CITY OF SOUTH GATE I HOLLYDALE COMMUNITY PARK RENOVATION PROJECT The renovation of Hollydale Community Park introduced a variety of new elements aimed at enhancing community engagement and park functionality. A PROJECT INF• - • new 1,700 square -foot community center was built, providing space for indoor gatherings and events. The project included the construction of outdoor Duhn "� gathering spaces, a turf lawn complete with a movie screen, a modern Reference: Elias Saikaly, PE, (323) playground, and a water play area, ensuring diverse recreational opportunities a@ _ for children and families. Two picnic areas with shade structures were Services: CM/Cl Services esaikaly@sogate.org along with walking trails and pathways that included fencing and signage for ease of navigation and safety. Additional elements consisted of aCompletion sports court, park signage, and a ' parking lot, all supported by new lighting and landscaping throughout the park to improve aesthetic appeal and functionality. Key sustainability features included the installation of stormwater chambers, and the use of synthetic turf, decomposed granite, and permeable pavers to reduce water usage and promote environmental responsibility. The concrete flatwork provided durable surfaces for various park sections, including pathways, sidewalks, and the playground areas, further enhancing accessibility and usability. CITY OF SOUTH GATE I CIRCLE PARK REHABILITATION PROJECT The Project focuses on enhancing recreational facilities and amenities to better serve the local community. The project includes the installation of a new playground with modern play equipment, exercise stations, and various courts, such as a basketball court, pickleball court, and futsal court. New tube steel fencing, gates, and concrete paving are being installed, along with a variety of hardscape improvements, including the installation of pavers and synthetic grass. Additional features include shaded picnic areas, benches, and picnic tables to provide spaces for community gatherings. The park's landscaping is being enhanced with new trees, plants, and an improved irrigation system to support sustainable green spaces. Page 41 Docusign Envelope ID: ECC776D0-50E5-49AD-B095-50BB8D28F930 CITY OF LA HABRA I VISTA GRANDE PARK IMPROVEMENTS PROJECT The Vista Grande Park Improvements project involved a comprehensive revitalization of the park facilities on a closed municipal landfill. The project included extensive earthwork, installation of asphalt concrete (AC) pavement, and concrete hardscape. New Park amenities that were added included a modular restroom and storage building, a concrete basketball court, and an operations deck for composting. Features installed during the renovation included exercise stations, benches, picnic tables, a gazebo, and shade structures Walking and running trails were developed, complemented by softscape elements like a children's play area, - '- volleyball court, dog park, and turf. Below -grade utilities were also installed as part of the upgrade. Significant modifications to the landfill gas system and park irrigation, along with safety improvements such as solar -powered LED lighting and security gates, were key aspects of the project. CITY OF LAKE FOREST I BORREGO OVERLOOK, REGENCY, AND RANCHO SERRANO PARKS This project encompassed the renovation of three neighborhood parks— Borrego Overlook, Rancho Serrano, and Regency. The renovations aimed to enhance the parks' infrastructure, recreational facilities, and community amenities, bringing them up to modern standards. The scope of work included the installation of new landscaping, upgrades to playground equipment, improvements to sports fields and courts, and the PROJECT INF• - • enhancement of walking paths and picnic areas. Additionally, Dawson, Tom the project focused on Reference: " ry ensuring full compliance with ADA standards. This involved constructing 3490, new pathways, upgrading restrooms, and installing curb ramps to make thenmokarram@lakeforestca.gov parks accessible to all members of the community, including individuals with Services: CM/Cl rvices disabilities. Other features of the project included installing new lighting for CompletionApril improved safety, enhancing irrigation systems to support sustainable Cost:Construction landscaping, and upgrading the parks' overall aesthetic appeal to promote community use and enjoyment. CITY OF LAKE FOREST I ARBOR MINI PARKS IMPROVEMENT PROJECT The Arbor Mini Parks Improvement Project involved revitalizing the park with several community -focused upgrades. The project introduced new playground equipment, creating a safe and engaging space for children to enjoy. Additionally, picnic areas with shade structures were constructed, providing comfortable spaces for family gatherings and community events. Fitness equipment stations were installed to promote health and wellness, encouraging visitors to engage in outdoor exercise. The project also included the renovation of the restroom facilities, enhancing accessibility and user experience. To improve aesthetics and usability, the project featured new landscaping throughout the park, incorporating drought - tolerant plants and a modern irrigation system to ensure sustainable water usage. A splash pad was installed, adding a fun water play element for children. The new lighting system and an expanded parking lot improved safety and convenience for park users. CITY OF LAKE FOREST I VINTAGE AND SUNDOWNER PARKS This project involved the comprehensive renovation of two neighborhood parks, Sundowner and Vintage Parks, with the goal of revitalizing these community spaces and enhancing their functionality and accessibility. The renovations included a wide range of upgrades to the parks' infrastructure, such as the installation of new landscaping designed to improve aesthetics and sustainability through drought -tolerant plantings and efficient irrigation systems. Improvements to existing recreational facilities were a key part of the project, with upgrades made to playgrounds, sports courts, and open spaces to ensure they met modern safety and usability standards. Page 42 Docusign Envelope ID: ECC776D0-50E5-49AD-B095-50BB8D28F930 CITY OF LA QUINTA I SILVERROCK PARK VENUE SITE ($8M) The SilverRock Park Venue Site is a multi -functional event space that seamlessly integrates with the natural desert landscape of the SilverRock Resort. Designed to accommodate a wide variety of events, from concerts and festivals to weddings and community gatherings, the venue features versatile outdoor spaces equipped with ample seating, flexible staging areas, and advanced lighting and sound 1 systems. The site offers stunning views of the Santa Rosa Mountains, and its layout emphasizes open space and a strong connection with nature. Walking paths guide visitors through landscaped gardens, water features, and shaded areas, providing a serene environment for both recreation and relaxation. Sustainability is a key feature of the SilverRock Park Venue Site, with eco-friendly landscaping utilizing native, drought - tolerant plants and efficient irrigation systems. The venue includes shaded picnic areas, upgraded restroom facilities, and expanded parking to accommodate larger events. Thoughtful design elements, such as shade structures and reflective water features, ensure year-round comfort for guests, making the venue not just a recreational space, but a cultural hub that fosters community through public events and social gatherings. CITY OF IRWINDALE I IRWINDALE PARK IMPROVEMENTS PROJECT, PHASE IV & V ($5M) The Irwindale Park Improvements Project, located in the City of Irwindale, included a comprehensive overhaul of park facilities to better serve the community. The project involved significant site work such as grading, landscaping, and the installation of a new irrigation system. The electrical systems were upgraded throughout the park to support the new lighting, security measures, and amenities. Key additions included the construction of two restrooms, two BBQ/picnic shelters, and new recreational facilities like a basketball court. The project also featured the installation of walking and running trails, shaded picnic areas, and enhanced landscaping that incorporated sustainable elements. Improvements to the existing irrigation system ensured efficient water usage, while modern lighting and electrical systems improved the overall safety and accessibility of the park. Throughout the project, special attention was given to sustainable landscaping practices, including drought -tolerant plants and a robust irrigation system. The park's pathways were resurfaced, and new concrete work enhanced accessibility and durability, ensuring that the park remains a functional and welcoming space for years to come. CITY OF COSTA MESA I JACK HAMMET SPORTS COMPLEX IMPROVEMENT PROJECT ($6M) The Jack Hammett Sports Complex Parking Lot project aimed to enhance accessibility and improve the overall functionality of the sports complex. The project involved significant improvements, including the removal and replacement of asphalt pavement, installation of ADA-compliant curb ramps, and the construction of new sidewalks. Additionally, the parking lot was expanded and resurfaced, providing better access and increased capacity for visitors. The project also included upgrades to the drainage system, new striping for parking spaces, and the installation of retaining walls. Electrical improvements were made to support lighting upgrades for the parking areas, ensuring safety and usability during evening hours. The project focused on creating an inclusive environment, addressing ADA compliance, and providing modern, safe facilities for sports complex visitors. DESERT RECREATION DISTRICT I THE THERMAL COMMUNITY PARK PROJECT The Thermal Community Park Project, overseen by the Desert Recreation District, is a major development initiative located at 56-500 Olive Street, Thermal, California. Spanning 10 acres, the project is designed to provide a comprehensive recreational space for the community and is scheduled for completion within 12 months. Key features of the park include sports courts, a baseball field, playground, covered picnic areas, outdoor fitness equipment, a covered stage, restrooms, a splash pad, and ample parking facilities, along with essential lighting for safety and usability. This ambitious project involves extensive site preparation, including tree removal, grading, and the construction of various infrastructure components such as concrete and asphalt paths, storm drainage, water, sewer systems, electrical setups, and installation of both signage and fencing for designated areas. Additionally, the project incorporates landscaping with native plants, decomposed granite pathways, and a dedicated irrigation system to ensure sustainable maintenance of green spaces. CITY OF NEWPORT BEACH I SAN MIGUEL PARK IMPROVEMENT PROJECT The City initiated the San Miguel Park Improvement Project to revitalize and enhance one of its cherished community parks. The project focused on upgrading various park amenities to improve functionality, accessibility, and aesthetics. Key improvements included the renovation of existing playground equipment, installation of new walking paths, enhanced picnic areas with shade structures, and updated landscaping to create a more inviting environment for residents and visitors. In addition to these upgrades, the project addressed accessibility by adding ADA-compliant features such as ramps and pathways, ensuring that the park is inclusive for all members of the community. Lighting and safety features were also improved to increase security and extend the park's usability into the evening hours. Page 43 Docusign Envelope ID: ECC776D0-50E5-49AD-B095-50BB8D28F930 STREET & TRAFFIC SIGNAL PROJECTS The Z&K Team has successfully delivered over 60 Street and Traffic Signal Projects in the last 5 years. CITY OF CARSON I CITYWIDE PAVEMENT REHABILITATION AND SLURRY SEAL PROGRAM This project covers streets across all four districts within the City of Carson, PROJECT• ' • focusing on essential infrastructure improvements for identified roadways, Tom sidewalks, curb ramps, and related assets in need of repair. The scope of work Dawson, includes traffic control, striping, pavement markings, cold milling, leveling course, . _ asphalt rubber hot mix, installation of traffic loop detectors, concrete arodg_ enhancements, and slurry sealing. Services: CM/Cl Services Streets included in the project are OngoingCompletion Date: Dunbrook, Brenner, Eddington Dr, Construction Cost: $8M Galway Ave, Annalee Ave, Elsmere Dr, Weiser Ave, 213th St, 234th St, 228th St, Moneta Ave, 224th PI, 224th St, 222nd St, Kinard Ave, 215th St, Desford St, Dominguez St, Bataan Ave, 223rd St, Martin St, Bach St, Lostine, Pontine Ave, Oakford St, Water St, Abila St, 238th St, Idbel St, 236th St, Catskill Ave, Anchor Ave, Joel St, and Hadler St. CITY OF SAN MARINO I STREET REHABILITATION PROGRAM PHASE 1 & 2 The project included a wide range of improvements, such as roadway and 1�' r pavement reconstruction, concrete enhancements, installation of cross gutters, curbs and gutters, curb ramps, and ADA-compliant upgrades. The work also �. ,Wxr. covered cold milling of asphalt concrete pavement followed by resurfacing with hot mix asphalt (HMA) and asphalt PROJECT INFORMATION rubber hot mix (ARHM). Additional tasks involved clearing and grubbing, localized KeV Staff: Zack Faqih, Tom pavement repairs, and replacement of •. • Duhn impacted traffic striping, pavement Reference: Ambemarkings, legends, loop detectors, and curb painting. Further improvements ashah@cityofsanmarino.org included driveways and driveway approaches, installation of speed humps, Services: CM/Cl Services adjustment of utility frames and grates, inspection and replacement of sewer Ongoing manholes, water valves, water meters, and storm drain manholes, as well as Construction Cost: $1 OM SWPPP preparation and implementation of temporary construction BMPs. CITY OF CORONA I CORONA GREEN ALLEYS IMPROVEMENT PROJECT The Corona Green Alleys Improvement Project aims to transform selected alleyways in the City of Corona into environmentally friendly, functional, and sustainable public spaces. This project includes extensive surface improvements, installation of permeable pavements, and stormwater management features to enhance water quality and reduce urban runoff. Key elements of the work involve unclassified excavation, installation of aggregate base and porous asphalt, sidewalk and driveway construction, and the implementation of landscape elements like green infrastructure and solar lighting fixtures. The project incorporates drainage improvements and sustainable infrastructure elements to reduce the heat island effect, create safe pedestrian zones, and improve alley aesthetics. CITY OF EL SEGUNDO I EL SEGUNDO BOULEVARD IMPROVEMENT PRn_IFrT This project involves the rehabilitation of existing pavement along El Segundo Boulevard between Illinois Street and Isis Avenue, as well as along Nash Street between El Segundo Boulevard and Imperial Highway. The selected rehabilitation approach includes a cement -stabilized base with an asphalt overlay, which will require detours and may cause delays on El Segundo Boulevard during construction. The project includes the installation of curb ramps at intersections along El Segundo Boulevard (Illinois Street, Continental Boulevard, Nash Street, Douglas Street, and Aviation Boulevard) and along Nash Street (Grand Avenue, Mariposa Avenue, Maple Avenue, Atwood Way, a midblock crosswalk, and Imperial Highway). The project also aims to improve bicycle infrastructure, installing approximately 1,020 linear feet of "cycle track". Additionally, ("Sharrows") will be installed in applicable nearby areas. Pw wi_n7 Class III bike route markings Page 44 Docusign Envelope ID: ECC776D0-50E5-49AD-B095-50BB8D28F930 CITY OF COMPTON I ANNUAL RESIDENTIAL STREET REHABILITATION PROJECT, PHASES 1 & 2A This project involved extensive roadway and pavement rehabilitation, along with significant infrastructure upgrades. The scope includes asphalt overlay, concrete improvements, and construction staging, especially at heavily traveled intersections. Additional work comprises traffic control, clearing and grubbing, SWPPP preparation, cold milling, and overlay applications. Pedestrian infrastructure improvements include PCC sidewalks, ADA-compliant enhancements, pedestrian crossings, and speed humps. Further components include the application of slurry seal, HMA pavement, ARHM overlay, AC base course, aggregate base, and full -depth AC slot pavement. The project also encompasses alley intersection upgrades, driveway and driveway approach improvements, landscaping, and irrigation. Utilities are enhanced through the adjustment of manholes, utility covers, water valves, and meters to grade. Additional work includes street lighting installation, traffic loop and bicycle loop detectors, traffic signal modifications, and adjustments of streetlight and traffic signal pull boxes. CITY OF MORENO VALLEY 1 801-0081 CITYWIDE PAVEMENT REHABILITATION PROJECT This project is a citywide rehabilitation of Moreno Valley City streets, involving various pavement and infrastructure improvements. The scope includes cold milling to a depth of 1.5 inches, placing a 1.5-inch asphalt rubber hot mix (ARHM) overlay, curb ramp installations, curb and gutter replacements, cross gutters, and spandrels. It also includes full -depth asphalt removal and replacement, installation of traffic striping and markers, traffic signage, adjustments of existing utility manholes, and asphalt concrete overlay. CITY OF DOWNEY I WOODRUFF AVENUE PAVEMENT REHABILITATION PROJECT The Woodruff Avenue Pavement Rehabilitation Project encompasses the rehabilitation of Woodruff Avenue between Firestone Boulevard and Washburn Road in the City of Downey, California. This includes extensive pavement reconstruction, involving the repair of failed pavement areas, cold milling of existing asphalt, and the installation of both asphalt concrete (AC) base course and asphalt rubber hot mix (ARHM) overlay. Additionally, the project addresses uplifted or damaged concrete infrastructure by replacing substandard curbs, gutters, sidewalks, and driveways to ensure safety and ADA compliance. Enhancements also include the installation of steel conduits and single -mode fiber optic cables for improved communication infrastructure. The work will be completed with adjustments to manhole and valve covers, updated traffic striping and markings, and a comprehensive traffic control plan. This project aims to improve road safety, durability, and overall accessibility for residents and commuters. CITY OF LAGUNA BEACH I ZONES 5 & 11A STREET SLURRY SEAL AND REHABILITATION PROJECT The Zones 5 & 11A Street Slurry Seal and Rehabilitation Project for the City of Laguna Beach involves comprehensive road surface improvements on El Toro Road (Zone 5) and the Diamond -Crestview neighborhoods (Zone 11A). The scope includes mobilization, clearing, and grubbing; saw -cutting and removing damaged asphalt concrete (A.C.) pavement; grinding and overlaying sections with new A.C. pavement; and applying both Type I and Type II slurry seals. Additional tasks involve the replacement of A.C. berms and curbs, installing Caltrans traffic loops, sealing pavement cracks, conducting stormwater pollution prevention measures, updating pavement striping and markings, and making necessary utility adjustments. These enhancements aim to improve roadway durability, safety, and aesthetics, ensuring smoother and safer travel for motorists and pedestrians alike. CITY OF TORRANCE I RESIDENTIAL & ARTERIAL PAVEMENT IMPROVEMENT PROJECT, 1-159/1-139 This project involves comprehensive pavement improvements across a residential neighborhood and four arterial streets in the City of Torrance. The scope of work includes roadway and pavement rehabilitation, concrete improvements, installation of cross gutters, curb and gutter replacement, curb ramp and ADA improvements, and clearing and grubbing. Additional work includes applying slurry seal, cold milling with asphalt concrete (AC) overlay, removal and disposal of existing pavement, and localized pavement repairs. Additional improvements cover tree removal and replacement, asphalt berm replacement, AC base course, installation of PCC (Portland Cement Concrete) sidewalks, PCC driveways and approaches, access ramps, pavement markings and striping on both concrete and asphalt surfaces, installation of raised pavement markers, and City project signage. Specialty elements include the installation of loop detectors, bicycle loop detectors, reconfiguration of sewer piping, water valves, water meters, storm drain manholes, and related features. CITY OF MANHATTAN BEACH I CYCLE 2 STREET IMPROVEMENT PROJECT The Cycle 2 Street Resurfacing Project in the City of Manhattan Beach is a Public Works initiative designed to improve roadway infrastructure across seven key street segments, totaling approximately 6,820 linear feet. The project encompasses 27th Street from Laurel Avenue to Pacific Avenue, Agnes Road from 29th Street to Marine Avenue, Flournoy Road from Ardmore Avenue to 19th Street, 29th Street from Blanche Road to Agnes Road, Flournoy Drive from Valley Drive to 33rd Street, Marine Avenue from Blanche Road to Valley Drive, and 14th Street from Pacific Avenue to Laurel Avenue. For five of these segments, the scope includes constructing rolled curbs and gutters, pavement removal, and new pavement installation. The remaining two segments involve milling the existing pavement surface and applying a new asphalt rubber surface course over pavement fabric. CITY OF CORONA I SHERBORN STREET IMPROVEMENT PROJECT The Sherborn Street Improvement Project in Corona enhanced local infrastructure with comprehensive street upgrades. The project included pavement rehabilitation, curb and gutter installations, and utility improvements, all aimed at boosting accessibility and safety. Landscaping and storm drain enhancements completed the revitalization of this essential roadway. Page 45 Docusign Envelope ID: ECC776D0-50E5-49AD-B095-50BB8D28F930 CITY OF CHINO I PAVEMENT REHABILITATION AND SLURRY SEAL PROGRAM This Project includes street rehabilitation and slurry seal of various streets, including, Pipeline Ave from City Limits to City Limits, Chino Ave from City Limits to City Limits and Schaefer Ave from City Limits to City Limits. Scope of work includes pavement improvements, street resurfacing, crack sealing, slurry seal, localized dig -outs, striping removal/install, and traffic loop detectors. Z&K provided preparation of submittal packages, scheduling, mark outs, meetings, cost control, reviewing RFIs, preparing change order proposals, permits, progress billings, subcontractor coordination, as -built drawings, and final walkthrough/closeout. CITY OF MANHATTAN BEACH I SLURRY SEAL PROJECT NORTH & SOUTH AREAS OF SAND SECTION The Project involves comprehensive pavement and surface improvements. The scope of work includes striping and paint removal, full -depth asphalt removal and replacement, asphalt patchwork, crack sealing, slurry sealing, sealcoat application, and installation of signage and striping. Additional features of the project include the construction of decorative crosswalks, pressure washing for paint removal at playgrounds, and updated pavement markings in the playground areas within the north section of the Sand Section area. CITY OF COSTA MESA I CITYWIDE PARKWAY MAINTENANCE, STREET REHAB, AND SLURRY SEAL PROJECT This citywide street improvement program in the City of Costa Mesa includes extensive street and intersection improvements, ADA ramp upgrades, and the installation of conduit and traffic signal enhancements. The project scope involves mobilization, construction of curb and gutters, sidewalks, driveway approaches, spandrels, cross gutters, and adjustments of manholes and utility covers. Additional work includes procurement and application of Type II slurry seal, crack sealing, installation of traffic signs, striping, pavement markings, traffic markers, speed humps, and the implementation of comprehensive traffic control measures. CITY OF SAN BERNARDINO I STREET REHABILITATION PROGRAM (30+ MAJOR CITY STREETS) The project encompasses extensive pavement and infrastructure improvements for over 30 major streets and multiple intersections across the city. This ongoing project includes roadway and pavement rehabilitation, concrete improvements, installation of cross gutters, curb and gutter replacement, curb ramps, ADA upgrades, and storm drain and pipeline relocations. Additional work involves traffic signal enhancements, comprehensive traffic control, full -depth asphalt removal and replacement, cold milling and AC overlay, slurry seal applications, PCC sidewalk installation, and replacement of existing PCC driveways, driveway approaches, curb ramps, curbs, retaining wall, parkway culverts, and cross gutters. CITY OF NORWALK I CDBG LOCAL STREETS REHABILITATION PROJECT The Local Streets Rehabilitation Project in the City of Norwalk, funded by the Community Development Block Grant (CDBG), focused on enhancing roadway and infrastructure conditions across designated local streets. The project scope included improvements to concrete features such as cross gutters, curbs and gutters, ADA-compliant curb ramps, and intersection upgrades. Additional work involved traffic signal enhancements, installation of bike lanes, coordination with underground utilities, conduit installation, and comprehensive pavement rehabilitation. The project emphasized safety and accessibility improvements, compliance with environmental standards, and efficient coordination with public utilities to support sustainable infrastructure development within the city. CITY OF ALHAMBRA I FY 19-20, 20-21, AND 21-22 STREET REHABILITATION PROJECTS The City of Alhambra's multi -year Street Rehabilitation Projects aimed to enhance roadway infrastructure across various local street segments over three fiscal years. These projects involved comprehensive pavement rehabilitation and concrete improvements for a total of 68 local street segments. Each project was designed to improve accessibility, enhance pavement conditions, and ensure compliance with ADA standards. The scope of work included pavement resurfacing, application of slurry seal treatments, varying depths of cold milling and asphalt overlay, and full -depth pavement removal and reconstruction. Concrete improvements involved the removal and replacement of broken and off -grade sidewalks, curb and gutter repairs, ADA curb ramp upgrades, and the reconstruction of concrete cross gutters and driveway aprons. Additional elements included construction staging, installation of loop detectors, adjustment of manhole and utility covers to grade, and the installation of PCC sidewalks. CITY OF IRWINDALE 1 2021-2022 RESURFACING PROJECT The 2021-2022 Resurfacing Project in the City of Irwindale focused on extensive street resurfacing and infrastructure upgrades to improve roadway safety and functionality. The project included street resurfacing with cold milling and asphalt concrete (AC) overlay, construction of new curbs and gutters, and installation of PCC sidewalks. Key components also involved the installation and configuration of multiple traffic loop detectors, installation of city project signage, preservation of existing city survey monuments, adjustments of manhole and utility covers to grade, and the application of pavement markings and striping. Additional work involved mobilization, traffic control measures, preparation of NPDES compliance plans, coordination with local utilities, and geotechnical and materials testing. CITY OF ALHAMBRA I PEDESTRIAN COUNTDOWN SIGNAL HEAD INSTALLATION PROJECT The Project aims to improve pedestrian safety by installing countdown signal heads at various signalized intersections across the city. This federally funded project will enhance pedestrian crossing experiences and increase visibility and awareness at critical intersections, supporting safer and more efficient urban mobility. Page 46 Docusign Envelope ID: ECC776D0-50E5-49AD-B095-50BB8D28F930 CITY OF CATHEDRAL CITY I TRAFFIC SIGNAL IMPROVEMENTS AT 12 INTERSECTIONS PROJECT The City of Cathedral City's Traffic Signal Improvements at 12 Intersections Project, funded through the Highway Safety Improvement Program (HSIP), is designed to enhance traffic safety and improve pedestrian accessibility across 12 key intersections within the city. This project includes several critical upgrades, such as the installation of advanced dilemma zone detection systems to reduce the likelihood of accidents at signalized intersections. Additionally, the project will introduce protected left -turn phases to increase the safety of turning movements and reduce conflicts with oncoming traffic. Pedestrian safety will be enhanced through the installation of pedestrian countdown signal heads, providing clear and reliable information to pedestrians at each intersection. Moreover, the project will involve the reconstruction of ADA- compliant curb ramps, ensuring that all intersections meet current accessibility standards for individuals with disabilities. These improvements are aimed at reducing traffic -related incidents, improving traffic flow, and ensuring safer access for pedestrians, thereby enhancing the overall safety and efficiency of Cathedral City's transportation network. CITY OF TORRANCE I ANZA/VISTA MONTANA/PCH TRAFFIC SIGNAL AND INTERSECTION IMPROVEMENTS The City of Torrance's Anza/Vista Montana/PCH Traffic Signal and Intersection Improvements project upgraded traffic signals and infrastructure to improve traffic flow and safety. Key upgrades included replacing hardware, installing pedestrian countdown signals, and testing fiber optic communication equipment. The project also added dual left -turn lanes, reconfigured surrounding lanes, and widened the roadway to improve traffic capacity. Left -turn lanes were lengthened, and utilities such as fire hydrants and storm drains were relocated to support the new layout. These improvements aim to reduce congestion and enhance safety for all road users. CITY OF CHINO I RAMONA AVE. AND WALNUT AVE. TRAFFIC SIGNAL & STREET IMPROVEMENTS PROJECT The City of Chino's Ramona Ave. and Walnut Ave. Traffic Signal & Street Improvements Project involved comprehensive upgrades to the city's traffic infrastructure. This included the replacement of traffic signal hardware, installation of pedestrian countdown signals, and improvements to fiber optic communication systems. The project also focused on enhancing the roadways with street and pavement rehabilitation, including slurry sealing, cold milling, and AC overlay. Additional improvements included drainage system upgrades, landscaping, and coordination of utility relocations to support the new infrastructure. These enhancements aimed to improve traffic flow, safety, and the overall functionality of the area. CITY OF CHINO I KIMBALL/EL PRADO/CENTRAL TRAFFIC SIGNAL IMPROVEMENT PROJECT This project encompassed traffic signal hardware replacement, pedestrian countdown signal installation, fiber optic equipment testing, clearing and grubbing, drainage improvements, slurry seal, cold milling, AC overlay, and utility coordination. These enhancements improved intersection functionality, safety, and overall traffic flow in the area. CITY OF CHINO 1 11TH ST. TRAFFIC SIGNAL MODIFICATIONS AND STREET IMPROVEMENT PROJECT Project elements included installing new traffic signal hardware, pedestrian countdown signals, fiber optic communication testing, and general signal hardware updates, as well as pavement reconstruction, concrete repairs, marking, and striping. These improvements increased traffic flow efficiency and accessibility at intersections, ensuring compliance with safety standards. CITY OF CHINO I EUCLID AVENUE STATE ROUTE 83 INTERSECTION PROJECT The project scope involved traffic signal hardware replacement, pedestrian countdown signal installation, fiber optic communication testing, and intersection and lane upgrades. Additional improvements included street and pavement rehabilitation, clearing and grubbing, AC overlay, utility coordination, and drainage enhancements, boosting intersection safety and traffic management along this major route. CITY OF MANHATTAN BEACH I ADVANCED TRANSPORTATION SYSTEM (MBATS) PROJECT The project expands the South Bay Fiber Network, implementing a fiber-optic infrastructure that will enhance traffic signal synchronization along Manhattan Beach's main corridors. This upgrade enables advanced traffic management capabilities, such as real-time monitoring, dynamic signal timing, and future support for autonomous vehicle communication. The project is designed to relieve congestion, optimize traffic flow, and increase the responsiveness of traffic systems throughout the city. CITY OF MANHATTAN BEACH I MANHATTAN BEACH BOULEVARD IMPROVEMENTS PROJECT This project includes upgrades to the traffic signal system at the intersection to support new left -turn pockets and improve overall safety and flow. This project addresses traffic safety and flow issues at the Manhattan Beach Boulevard and Pacific Avenue intersection, where high westbound traffic demand and limited merging space create congestion and sudden braking. The project reconfigures the intersection to include dedicated left -turn pockets in both directions, improving merging distances and enhancing safety for both residents and commuters. CITY OF PALM SPRINGS I HSIP CYCLE 9 TRAFFIC SIGNAL MODIFICATIONS (NINE INTERSECTIONS) PROJECT This federally funded project in Palm Springs focuses on enhancing traffic safety and pedestrian accessibility across nine signalized intersections throughout the city. Key improvements include modifications to existing traffic signals to improve visibility, installation of advanced dilemma zone detection systems, addition of protected left -turn phases, pedestrian countdown signal heads, and upgrades to curb ramps for ADA compliance. Page 47 Docusign Envelope ID: ECC776D0-50E5-49AD-B095-50BB8D28F930 REFERENCES Z&K Consultants, Inc. is proud to provide a list of professional references that highlight our proven track record of successfully managing and delivering projects similar in scope and complexity to the projects. These references demonstrate our commitment to quality, timeliness, and client satisfaction, showcasing our ability to manage diverse construction projects with a focus on community engagement, compliance, and cost efficiency. We encourage you to contact these references to learn more about our expertise and the value we bring to every project. Contact Name: Azzam Jabsheh, PE. TE., Deputy Director of Public Works/City Engineer Address: 290 N D St, San Bernardino, CA 92401 Phone Number: (909) 384-7251 a o a Email Address: jabsheh_az@sbcity.org Services: Construction Management and Inspection Services for the Meadowbrook Park Pedestrian Bridge, 2nd Street Bridge & Nicholson Park Project Contact Name: Hector Davila, Deputy Director `S Address: 4080 Lemon Street, Riverside, CA 92501 Phone Number: (951)955-6885 -�' Email Address: HeDavila@rivco.org Services: Construction Management and Inspection Services for I-215/Van Buren Interchange Proiect and Maqnolia Avenue Grade Separation Proiect Contact Name: Nazila Mokarram, Principal Civil Engineer V ""Ce F",r Address: 100 Civic Center Drive, Lake Forest, CA 92630 Phone Number: (949) 461-3490 Email Address: nmokarram@lakeforestca.gov BE It z° Construction Management and Inspection Services for Various Street Services: Improvement and Park Improvement Proiects Contact Name: Dr. Arlington Rodgers, Jr, Director of Public Works Address: 701 Carson St b24, Carson, CA 90745 R� Phone Number: (310) 847-3500 Email Address: arodgers@carsonca.gov Services: Construction Management and Inspection Services for Various Street Improvement Proiects Contact Name: Cheryl Ebert, PE, City Engineer Address: 350 Main Street, El Segundo, CA 90245 Phone Number: (310) 524-2321 Email Address: cebert@elsegundo.org Services: Construction Management and Inspection Services for El Segundo Street Improvement Project Contact Name: Aftab Hussain, Maintenance Manager (Formerly with City of Beaumont) Address: 400 S Vicentia Ave, Corona, CA 92882 NA Phone Number: (909) 202-5981 Email Address: Aftab.Hussain@coronaca.gov Services: Construction Management and Inspection Services for Bedford Wash Bridae and various Street Improvement Proiects Additional references are available upon request. Page 48 Docusign Envelope ID: ECC776D0-50E5-49AD-B095-50BB8D28F930 Zack Faqih, MSCE, PE, QSD/QSP, ICC, CBO Senior Construction Manager/Resident Engineer CONSULTANTS BUILDING SOLUTIONS Zack Faqih, PE, MSCE, QSD/P, CBO, serves as the Senior Construction Manager/Resident Engineer for the Armstrong Pedestrian Bridge, Legacy Park Phase 3, and N-D South Phase 2 Package 2 projects. With over 32 years of experience, Zack has successfully delivered 10 bridge projects, 35 park and municipal improvement projects, and over 50 street improvement/traffic signal modification projects. His extensive expertise includes construction management, budget analysis, contract negotiation, risk management, and stakeholder coordination. Zack's traffic signal and intersection improvement experience includes projects such as the Ramona Avenue and Walnut Avenue Traffic Signal Modifications, Euclid Avenue -State Route 83 Intersection Improvements, and 1-215/Van Buren Interchange Improvements. He has a thorough understanding of Caltrans systems and procedures, CEQA/NEPA compliance, and project closure documentation. With a multidisciplinary background in contracting, design, and construction management, Zack's leadership ensures seamless execution across all project phases. His deep knowledge and proven track record of delivering complex infrastructure projects position him as an invaluable asset to the successful delivery of these critical City of Tustin initiatives. PARK IMPROVEMENT EXPERIENCE CITY OF TUSTIN, VETERANS SPORTS PARK AT TUSTIN LEGACY (SUBCONSULTANT) I The Zack has successfully Veterans Sports Park at Tustin Legacy is a state- delivered over 35 Park of -the -art recreational facility designed to serve the Improvement Projects growing community. The project included the development of various sports and recreational amenities aimed at promoting active lifestyles, community engagement, and honoring local veterans. The park features multiple sports fields, including soccer and baseball fields, as well as basketball and tennis courts. There are designated areas for fitness activities, such as an outdoor fitness zone with exercise equipment, and a large playground area equipped with modern play structures for children of all ages. The park offers a Veterans Memorial Plaza, which serves as a tribute to military veterans, providing a space for reflection and community events. The project also included extensive landscaping, walking and biking trails, picnic areas with shade structures, and new parking facilities to accommodate visitors. CITY OF LA QUINTA, SILVERROCK PARK VENUE SITE I The SilverRock Park Venue Site is a versatile recreational and event space within the SilverRock Resort, designed to blend with the natural desert landscape and serve as a community hub. It features multi -use outdoor spaces for events like concerts, weddings, and festivals, with flexible staging and seating. The park prioritizes sustainability, incorporating drought -tolerant landscaping, water elements, and efficient irrigation. Walking paths connect scenic views of the Santa Rosa Mountains with shaded picnic areas, upgraded restrooms, and ample parking. Equipped with advanced lighting and sound systems, the venue accommodates diverse events year-round while fostering community engagement. CITY OF LA HABRA, VISTA GRANDE PARK IMPROVEMENTS PROJECT The Vista Grande Park Improvements project involved a comprehensive revitalization of the park facilities on a closed municipal landfill. The project included extensive earthwork, installation of asphalt concrete (AC) pavement, and concrete hardscape. New Park amenities that were added included a modular restroom and storage building, a concrete basketball court, and an operations deck for composting. Additional features installed during the renovation included exercise stations, benches, picnic tables, a gazebo, and shade structures. Walking and running trails were developed, complemented by softscape elements like a children's play area, volleyball court, dog park, and turf. CITY OF SAN BERNARDINO, NICHOLSON PARK IMPROVEMENT PROJECT I The Nicholson Park Project involved a comprehensive overhaul of the park's facilities and infrastructure to better serve the local community. The project featured the selective demolition of outdated structures, followed by grading, drainage, concrete and asphalt paving, fencing, and ballfield renovations. It also included the installation of a new play area, renovation of the existing restrooms, and construction of a new pre -fabricated restroom / snack bar / storage building. Additional improvements consisted of site furnishings, basketball surfacing, shade structures, electrical work, lighting, and the installation of planting and irrigation systems. The park includes baseball diamonds (Little League and Senior League) with a concession stand and restroom, an outdoor basketball court, a playground area, restrooms, a Recreation/Community Center, a picnic shelter, barbecue grills, and a community garden. Page 49 Docusign Envelope ID: ECC776D0-50E5-49AD-B095-50BB8D28F930 CITY OF SOUTH GATE, HOLLYDALE COMMUNITY PARK RENOVATION PROJECT I The renovation of Hollydale Community Park in the City of South Gate introduced a variety of new elements aimed at enhancing community engagement and park functionality. A new 1,700 square -foot community center was built, providing space for indoor gatherings and events. The project included the construction of outdoor gathering spaces, a turf lawn complete with a movie screen, a modern playground, and a water play area, ensuring diverse recreational opportunities for children and families. Two picnic areas with shade structures were incorporated, along with walking trails and pathways that included fencing and signage for ease of navigation and safety. Additional elements consisted of a sports court, park signage, and a parking lot, all supported by new lighting and landscaping throughout the park to improve aesthetic appeal and functionality. Key sustainability features included the installation of stormwater chambers, which help manage rainwater runoff, and the use of synthetic turf, decomposed granite, and permeable pavers to reduce water usage and promote environmental responsibility. The concrete flatwork provided durable surfaces for various park sections, including pathways, sidewalks, and the playground areas, further enhancing accessibility and usability. The project also focused on providing essential park amenities, such as a basketball court, accessible ramps compliant with ADA standards, and the integration of drought - tolerant landscaping and a new irrigation system to ensure efficient water use. CITY OF SOUTH GATE, CIRCLE PARK REHABILITATION PROJECT I The Circle Park Improvement Project focuses on enhancing recreational facilities and amenities to better serve the local community. The project includes the installation of a new playground with modern play equipment, exercise stations, and various courts, such as a basketball court, pickleball court, and futsal court. New tube steel fencing, gates, and concrete paving are being installed, along with a variety of hardscape improvements, including the installation of pavers and synthetic grass. Additional features include shaded picnic areas, benches, and picnic tables to provide spaces for community gatherings. The park's landscaping is being enhanced with new trees, plants, and an improved irrigation system to support sustainable green spaces. The lighting system is upgraded to ensure safety and accessibility during evening hours, and a new parking lot is being constructed to accommodate park visitors. CITY OF IRWINDALE, IRWINDALE PARK IMPROVEMENTS PROJECT, PHASE IV&V I The Irwindale Park Improvements Project Phase IV & V, located in the City of Irwindale, included a comprehensive overhaul of park facilities to better serve the community. The project involved significant site work such as grading, landscaping, and the installation of a new irrigation system. The electrical systems were upgraded throughout the park to support the new lighting, security measures, and amenities. Key additions included the construction of two restrooms, two BBQ/picnic shelters, and new recreational facilities like a basketball court. The project also featured the installation of walking and running trails, shaded picnic areas, and enhanced landscaping that incorporated sustainable elements. Improvements to the existing irrigation system ensured efficient water usage, while modern lighting and electrical systems improved the overall safety and accessibility of the park. Throughout the project, special attention was given to sustainable landscaping practices, including drought -tolerant plants and a robust irrigation system. The park's pathways were resurfaced, and new concrete work enhanced accessibility and durability, ensuring that the park remains a functional and welcoming space for years to come. CITY OF COSTA MESA, JACK HAMMET SPORTS COMPLEX IMPROVEMENT PROJECT I The Jack Hammett Sports Complex Parking Lot and ADA Upgrades project aimed to enhance accessibility and improve the overall functionality of the sports complex. The project involved significant improvements, including the removal and replacement of asphalt pavement, installation of ADA-compliant curb ramps, and the construction of new sidewalks. Additionally, the parking lot was expanded and resurfaced, providing better access and increased capacity for visitors. The project also included upgrades to the drainage system, new striping for parking spaces, and the installation of retaining walls. Electrical improvements were made to support lighting upgrades for the parking areas, ensuring safety and usability during evening hours. The project focused on creating an inclusive environment, addressing ADA compliance, and providing modern, safe facilities. CITY OF LAKE FOREST, ARBOR MINI PARKS IMPROVEMENT PROJECT I The Arbor Mini Parks Improvement Project involved revitalizing the park with several community -focused upgrades. The project introduced new playground equipment, creating a safe and engaging space for children to enjoy. Additionally, picnic areas with shade structures were constructed, providing comfortable spaces for family gatherings and community events. Fitness equipment stations were installed to promote health and wellness, encouraging visitors to engage in outdoor exercise. The project also included the renovation of the restroom facilities, enhancing accessibility and user experience. To improve aesthetics and usability, the project featured new landscaping throughout the park, incorporating drought -tolerant plants and a modern irrigation system to ensure sustainable water usage. A splash pad was installed, adding a fun water play element for children. The new lighting system and an expanded parking lot improved safety and convenience for park users. BRIDGE AND INTERCHANGE EXPERIENCE CITY OF CORONA, BEDFORD WASH BRIDGE AND STREET IMPROVEMENTS I The Meadowbrook Park Pedestrian Bridge, located in San Bernardino, served as a vital Zack has successfully connector for pedestrian traffic, providing safe access within the local community. delivered over 10 Unfortunately, in 2017, the bridge sustained severe damage from a fire, reportedly caused Bridge/interchange by individuals experiencing homelessness. This incident brought attention to the Projects vulnerability of public infrastructure to various risks, including both environmental and social challenges. Although public information on the progress of the bridge's repair or replacement has been scarce, efforts to restore the bridge remain a top priority. The goal is to ensure the restoration of pedestrian safety and improve the overall accessibility of the area. The reconstruction of the bridge involves integrating design improvements focused on increasing durability and safety, while also addressing the broader goal of community revitalization. These enhancements may include reinforced materials, better fire -resilient features, and improved security to prevent future damage. The project highlights the importance of proactive urban infrastructure maintenance and the need for collaboration with local agencies to address both the physical and societal challenges facing communities. This reconstruction effort, while centered around restoring the bridge, also offers the opportunity to enhance its role in fostering community connections and accessibility for pedestrians in the area. Page 50 Docusign Envelope ID: ECC776D0-50E5-49AD-B095-50BB8D28F930 CITY OF SAN BERNARDINO, SECOND STREET BRIDGE OVER WARM CREEK I The 2nd Street Bridge in the City of San Bernardino was a transformative infrastructure project designed to enhance traffic flow, pedestrian access, and safety in the downtown area. This project replaced the existing at -grade railroad crossing with a modern bridge structure, eliminating delays caused by train traffic and improving connectivity between key areas of the city. The new bridge featured a multi -lane roadway for vehicles, along with dedicated pedestrian pathways, enhancing accessibility and promoting multimodal transportation. Its design incorporated aesthetic elements to align with the surrounding urban environment, contributing to the revitalization efforts in the downtown San Bernardino area. The project also addressed key challenges such as utility relocations, traffic management during construction, and coordination with multiple agencies, including local businesses and residents, to minimize disruption. Completed successfully, the 2nd Street Bridge stands as a critical piece of infrastructure that improves safety, reduces traffic congestion, and supports the city's economic growth and urban development initiatives. By fostering greater connectivity and efficiency, this project has significantly benefited both commuters and the broader community of San Bernardino. CITY OF LAGUNA HILLS, MOULTON PARKWAY BRIDGE AT ALISO CREEK I The project consisted of building prestress box girder bridge for the southbound of Moulton Parkway along with widening the Road by 3 lanes to accommodate for the new bridge. Mr. Faqih performed all duties of a Resident Engineer, performed a detailed constructability review, reviewed CEQA documents, reviewed and managed the baseline schedule, negotiated contract change orders, reviewed phasing, reviewed RFIs and submittals, ensured all regulatory permits were current, performed cost analysis, coordinated between the owner, designer, and contractor, maintained accounting records, ran weekly meetings, reviewed and approved progress pay estimates, and checked and approved the falsework for the bridge, developed the 4 scale for the final grades of the bridge deck. As for the road widening, this involved a new structural section AC/AB for the road, set up the grades, sidewalks, ADA ramps, drainage facilities, traffic signals and streetlights. He has also organized and attending progress meetings, negotiated contract change orders, set up daily logs, weekly statements, approved materials submittals and progress payments. CITY OF BUENA PARK, RAILROAD BRIDGE OVER CARBON CREEK CHANNEL I This project involved the replacement of an existing steel plate girder Railroad Bridge for BNSF Railroad over Carbon Creek Channel. The work consisted of removing the existing bridge, constructing a multiplate steel plate shoefly for the trains and construction of the new bridge. Mr. Faqih performed all duties of a Resident Engineer, performed a detailed constructability review, reviewed CEQA documents, reviewed and managed the baseline schedule, negotiated contract change orders, reviewed phasing, reviewed RFIs and submittals, ensured all regulatory permits were current, performed cost analysis, coordinated between the owner, designer, and contractor, maintained accounting records, ran weekly meetings, reviewed and approved progress pay estimates, and checked and approved the falsework for the bridge, developed the 4 scale for the final grades of the bridge deck. As for the road widening, this involved a new structural section AC/AB for the road, set up the grades, sidewalks, ADA ramps, drainage facilities, traffic signals and streetlights. He has also organized and attending progress meetings, negotiated contract change orders, set up daily logs, weekly statements, approved materials submittals and progress payments. Mr. Faqih coordinated the work with the structural section of the railroad to ensure the quality and accuracy that BNSF required. He also went to the steel mill to ensure and inspect that the manufactured steel members for the bridge is in code and is manufactured to the required dimensions. In order to work with the Railroad, Mr. Faqih attended all the required safety classes required by the BNSF Railroad Company and performed all the duties required of the Resident Engineer. CITY OF HUNTINGTON BEACH, BROOKHURST STREET BRIDGE WIDENING AT TALBERT CHANNEL CITY I This project consisted of widening Brookhurst Street Bridge with the street itself for both north and southbound. The project also included the Construction of Concrete Sheet Pile Walls for the Talbert Channel and street widening by adding an extra travel and parking lanes, sidewalks and ADA ramps. The Bridge widening utilized pre -cast, prestressed girders. Due to the close proximity of the Bridge to the ocean (approximately 100 yards); I redesigned it to eliminate the wing walls and replace them by concrete sheet pile walls. In order to support the street, a 300 ft long retaining wall on pile foundation was constructed. Because of Caltrans involvement, Mr. Faqih was interviewed by the Caltrans Structural Section to be pre - qualified to be the Resident Engineer to construct the bridge. Mr. Faqih performed all duties of a Resident Engineer, performed a detailed constructability review, reviewed CEQA documents, reviewed and managed the baseline schedule, negotiated contract change orders, reviewed phasing, reviewed RFIs and submittals, ensured all regulatory permits were current, performed cost analysis, coordinated between the owner, designer, and contractor, maintained accounting records, ran weekly meetings, reviewed and approved progress pay estimates, and checked and approved the falsework for the bridge, developed the 4 scale for the final grades of the bridge deck. As for the road widening, this involved a new structural section AC/AB for the road, set up the grades, sidewalks, ADA ramps, drainage facilities, traffic signals and streetlights. He has also organized and attending progress meetings, negotiated contract change orders, set up daily logs, weekly statements, approved materials submittals and progress payments. Mr. Faqih coordinated the work between the County of Orange Flood Control District, the City of Huntington Beach and Caltrans as the funding and supervising agency for the bridge. He prepared all the final grades for the bridge, reviewed and approved all the materials, submittals, negotiated and settled all the contract change orders, maintained all the daily and weekly logs, generated the Record Drawings/As Built Plans, prepared and approved progress payments and kept all the parties informed of the project progress. CITY OF BUENA PARK BEACH BLVD BRIDGE AT FULLERTON CHANNEL I During the 1994/1995 Flood season, Beach Boulevard in Buena Park, CA (Beach Boulevard is also known as State Route 39) was washed out at Fullerton Creek creating two sink holes of 120 ft X 75 ft on both sides of the bridge; leaving the bridge vulnerable to failure. Mr. Faqih performed all duties of the Resident Engineer. In addition, in coordination with Caltrans Sacramento Structural Section, Mr. Faqih designed a retaining wall system to provide protection for the existing bridge piles and to rebuild the Channel. Upon completion of the design, he was assigned as the resident engineer to build this system as a 24-hour construction operation. He kept both Caltrans and the City of Buena Park advised of the project progress. Due to the emergency that the sink holes created, Mr. Faqih was able to exempt the project from all the required environmental permits from the Army Corp of Engineers, United States Fish and Wildlife, and the California Fish and Game. He assumed all the usual responsibilities for a Resident Engineer on a project. Page 51 Docusign Envelope ID: ECC776D0-50E5-49AD-B095-50BB8D28F930 RCTD, RIVER ROAD BRIDGE REPLACEMENT I This project consisted of the demolition of existing bridge and reconstruction of a new bridge, as well as new approach roadways in, over, and around the Santa Ana River. The project included the relocation of Edison Overhead Transmission and Distribution powerlines, as well as fiber optic lines for the entire length of the project, construction of a 30-inch sewer force main and 3x20-inch water lines, and lines for Time Warner and AT&T. COUNTY OF RIVERSIDE, 1-215/VAN BUREN INTERCHANGE IMPROVEMENT I I-215/Van Buren Interchange Improvement is a $32M project included the realignment of the Van Buren Boulevard, overcrossing bridge over 1-215 freeway, westbound left turn lane and an eastbound dedicated right turn lane over the freeway, replacing existing railroad overcrossing with pre -cast structure. Roadway improvements included a right -turn lane for eastbound to northbound entrance ramp, and two westbound receiving lanes to accommodate the southbound exit ramp, new hook -type ramp, auxiliary lanes added to the mainline and the southbound main lane on 1-215 were widened to the west to accommodate the ultimate configuration of the freeway. Five retaining walls up to 30 feet high were constructed along Railroad tracks/southbound on -ramp, southbound off ramp, north and south sides of Van Buren Blvd/west of the 1-215 freeway, and east of northbound on -ramp to minimize impact the railroad and MARB right-of-way. RCTD, HAMNER AVENUE BRIDGE PROJECT I This project is located on Hamner Avenue on the border between the City of Norco and City of Eastvale, approximately 1,300 feet to the west of the 1-15 Bridge over the Santa Ana River in the City of Eastvale. The project replaces the existing structurally deficient and functionally obsolete 76-year-old bridge with a new, longer, and wider bridge to provide enhanced public safety and traffic circulation in the area. The work will include reconstructing approach roadways, providing necessary channel improvements, and a multi -purpose trail connecting to the existing and proposed regional trails. RCTD, MAGNOLIA AVENUE GRADE SEPARATION I Magnolia Avenue Grade Separation is a $35M project located at Magnolia Ave in the Corona, CA. The project scope was to construct railroad grade separation at the (BNSF) Burlington Northern -Santa Fe Railroad and Magnolia Avenue at Grade crossing including a new four -lane overhead structure (bridge) over existing BNSF tracks supported by 9 bents and 2 abutments. Substructure comprises of 13' diameter x 88'---100' deep CIDH piles (total 18 CIDH piles @ 2 piles per bent). Both bridge approaches are supported by Retaining Wa1Is/MSE Walls systems on both ends, multiple walls systems for pedestrian and vehicular support. Construction of temporary MSE walls, shoring and casing support system to facilitate construction of CIDH piling, stage construction on both approaches and temporary bridge over Arlington channel to support temporary detour at the east end of the project. TRAFFIC SIGNAL AND STREET IMPROVEMENT EXPERIENCE CITY OF CHINO, RAMONA AVE. AND WALNUT AVE. TRAFFIC SIGNAL F' Zack has successfully MODIFICATIONS AND STREET IMPROVEMENTS PROJECT I The project consisted of traffic signal improvements, street and pavement improvements, as well as traffic signal delivered over 50 Street improvements, to a residential neighborhood and four arterial streets for one project, and ' intersection improvements and lane upgrades for the other. Improvements include street and Signal Projects pavement rehabilitation, intersection improvement, clearing and grubbing, slurry seal, cold mill and AC overlay, utility coordination, as well as electrical and lighting improvements, including traffic signal hardware replacement, pedestrian countdown signal hardware installation, replacement and testing of fiber optic communication equipment, boring inspection. The scope also involved drainage improvements, landscaping improvements, AC base course, ARHM pavement, concrete repairs to curb, gutter, sidewalk, driveways and driveway approaches, and replacing markings and striping on concrete and asphalt. CITY OF CHINO, KIMBALL/EL PRADO/CENTRAL TRAFFIC SIGNAL IMPROVEMENT PROJECT I The project consisted of traffic signal improvements, street and pavement improvements, as well as traffic signal improvements, to a residential neighborhood and four arterial streets for one project, and intersection improvements and lane upgrades for the other. Improvements include street and pavement rehabilitation, intersection improvement, clearing and grubbing, slurry seal, cold mill and AC overlay, utility coordination, as well as electrical and lighting improvements, drainage improvements, landscaping improvements, AC base course, ARHM pavement, concrete repairs to curb, gutter, sidewalk, driveways and driveway approaches, and replacing markings and striping on concrete and asphalt. CITY OF CHINO, RAMONA AVE. AND WALNUT AVE. TRAFFIC SIGNAL MODIFICATIONS AND STREET IMPROVEMENTS PROJECT I A series of projects for the City of Chino Ramona Ave and Walnut Ave Traffic Signal Modifications Project. The project consisted of traffic signal improvements, street and pavement improvements, as well as traffic signal improvements, to a residential neighborhood and four arterial streets for one project, and intersection improvements and lane upgrades for the other. Improvements include street and pavement rehabilitation, intersection improvement, clearing and grubbing, slurry seal, cold mill and AC overlay, utility coordination, as well as electrical and lighting improvements, including traffic signal hardware replacement, pedestrian countdown signal hardware installation, replacement and testing of fiber optic communication equipment, boring inspection. The scope also involved drainage improvements, landscaping improvements, AC base course, ARHM pavement, concrete repairs to curb, gutter, sidewalk, driveways and driveway approaches, and replacing markings and striping on concrete and asphalt. CITY OF CARSON, CITYWIDE PAVEMENT REHABILITATION AND SLURRY SEAL PROGRAM I This project covers streets across all four districts within the City of Carson, focusing on essential infrastructure improvements for identified roadways, sidewalks, curb ramps, and related assets in need of repair. The scope of work includes traffic control, striping, pavement markings, cold milling, leveling course, asphalt rubber hot mix, installation of traffic loop detectors, concrete enhancements, and slurry sealing. Streets included in the project are Dunbrook, Brenner, Eddington Dr, Galway Ave, Annalee Ave, Elsmere Dr, Weiser Ave, 213th St, 234th St, 228th St, Moneta Ave, 224th PI, 224th St, 222nd St, Kinard Ave, 215th St, Desford St, Dominguez St, Bataan Ave, 223rd St, Martin St, Bach St, Lostine, Pontine Ave, Oakford St, Water St, Abila St, 238th St, Idbel St, 236th St, Catskill Ave, Anchor Ave, Joel St, and Hadler St. Page 52 Docusign Envelope ID: ECC776D0-50E5-49AD-B095-50BB8D28F930 CITY OF COMPTON, ANNUAL RESIDENTIAL STREET REHABILITATION PROJECT, PHASES 1 & 2A I This project involved extensive roadway and pavement rehabilitation, along with significant infrastructure upgrades. The scope includes asphalt overlay, concrete improvements, and construction staging, especially at heavily traveled intersections. Additional work comprises traffic control, clearing and grubbing, SWPPP preparation, cold milling, and overlay applications. Pedestrian infrastructure improvements include PCC sidewalks, ADA-compliant enhancements, pedestrian crossings, and speed humps. Further components include the application of slurry seal, HMA pavement, ARHM overlay, AC base course, aggregate base, and full -depth AC slot pavement. The project also encompasses alley intersection upgrades, driveway and driveway approach improvements, landscaping, and irrigation. Utilities are enhanced through the adjustment of manholes, utility covers, water valves, and meters to grade. Additional work includes street lighting installation, traffic loop and bicycle loop detectors, traffic signal modifications, and adjustments of streetlight and traffic signal pull boxes. CITY OF SAN MARINO, STREET REHABILITATION PROGRAM PHASE 1 & 2 1 The project included a wide range of improvements, such as roadway and pavement reconstruction, concrete enhancements, installation of cross gutters, curbs and gutters, curb ramps, and ADA-compliant upgrades. The work also covered cold milling of asphalt concrete pavement followed by resurfacing with hot mix asphalt (HMA) and asphalt rubber hot mix (ARHM). Additional tasks involved clearing and grubbing, localized pavement repairs, and replacement of impacted traffic striping, pavement markings, legends, loop detectors, and curb painting. Further improvements included driveways and driveway approaches, installation of speed humps, adjustment of utility frames and grates, inspection and replacement of sewer manholes, water valves, water meters, and storm drain manholes, as well as SWPPP preparation and implementation of temporary construction BMPs. CITY OF MORENO VALLEY, CITYWIDE PAVEMENT REHABILITATION PROJECT I This project is a citywide rehabilitation of Moreno Valley City streets, involving various pavement and infrastructure improvements. The scope includes cold milling to a depth of 1.5 inches, placing a 1.5-inch asphalt rubber hot mix (ARHM) overlay, curb ramp installations, curb and gutter replacements, cross gutters, and spandrels. It also includes full -depth asphalt removal and replacement, installation of traffic striping and markers, traffic signage, adjustments of existing utility manholes, and asphalt concrete overlay. CITY OF CORONA, CORONA GREEN ALLEYS IMPROVEMENT PROJECT I The Corona Green Alleys Improvement Project aims to transform selected alleyways in the City of Corona into environmentally friendly, functional, and sustainable public spaces. This project includes extensive surface improvements, installation of permeable pavements, and stormwater management features to enhance water quality and reduce urban runoff. Key elements of the work involve unclassified excavation, installation of aggregate base and porous asphalt, sidewalk and driveway construction, and the implementation of landscape elements like green infrastructure and solar lighting fixtures. In addition to surface upgrades, the project incorporates drainage improvements and sustainable infrastructure elements to reduce the heat island effect, create safe pedestrian zones, and improve alley aesthetics. CITY OF DOWNEY, WOODRUFF AVENUE PAVEMENT REHABILITATION PROJECT I The Woodruff Avenue Pavement Rehabilitation Project encompasses the rehabilitation of Woodruff Avenue between Firestone Boulevard and Washburn Road in the City of Downey, California. This includes extensive pavement reconstruction, involving the repair of failed pavement areas, cold milling of existing asphalt, and the installation of both asphalt concrete (AC) base course and asphalt rubber hot mix (ARHM) overlay. Additionally, the project addresses uplifted or damaged concrete infrastructure by replacing substandard curbs, gutters, sidewalks, and driveways to ensure safety and ADA compliance. Enhancements also include the installation of steel conduits and single -mode fiber optic cables for improved communication infrastructure. The work will be completed with adjustments to manhole and valve covers, updated traffic striping and markings, and a comprehensive traffic control plan. This project aims to improve road safety, durability, and overall accessibility for residents and commuters. CITY OF LAGUNA BEACH, ZONES 5 & 11A STREET SLURRY SEAL AND REHABILITATION PROJECT I The Zones 5 & 11A Street Slurry Seal and Rehabilitation Project for the City of Laguna Beach involves comprehensive road surface improvements on El Toro Road (Zone 5) and the Diamond -Crestview neighborhoods (Zone 11A). The scope includes mobilization, clearing, and grubbing; saw -cutting and removing damaged asphalt concrete (A.C.) pavement; grinding and overlaying sections with new A.C. pavement; and applying both Type I and Type II slurry seals. Additional tasks involve the replacement of A.C. berms and curbs, installing Caltrans traffic loops, sealing pavement cracks, conducting stormwater pollution prevention measures, updating pavement striping and markings, and making necessary utility adjustments. These enhancements aim to improve roadway durability, safety, and aesthetics, ensuring smoother and safer travel for motorists and pedestrians alike. CITY OF EL SEGUNDO, EL SEGUNDO BOULEVARD IMPROVEMENT PROJECT, PW 23-02 1 This project involves the rehabilitation of existing pavement along El Segundo Boulevard between Illinois Street and Isis Avenue, as well as along Nash Street between El Segundo Boulevard and Imperial Highway. The selected rehabilitation approach includes a cement - stabilized base with an asphalt overlay, which will require detours and may cause delays on El Segundo Boulevard during construction. Additionally, the project includes the installation of curb ramps at intersections along El Segundo Boulevard (Illinois Street, Continental Boulevard, Nash Street, Douglas Street, and Aviation Boulevard) and along Nash Street (Grand Avenue, Mariposa Avenue, Maple Avenue, Atwood Way, a midblock crosswalk, and Imperial Highway). The project also aims to improve bicycle infrastructure, installing approximately 1,020 linear feet of "cycle track". CITY OF CORONA, SHERBORN STREET IMPROVEMENT PROJECT I The Sherborn Street Improvement Project in Corona enhanced local infrastructure with comprehensive street upgrades. The project included pavement rehabilitation, curb and gutter installations, and utility improvements, all aimed at boosting accessibility and safety. Landscaping and storm drain enhancements completed the revitalization of this essential roadway. Page 53 Docusign Envelope ID: ECC776D0-50E5-49AD-B095-50BB8D28F930 Scott D. Walker, PE, QSD/QSP Structures Representative/Lead Structures Inspector DAnKlEn CONSTRUCTION ENGINEERING GROUP Mr. Walker has over 30 years of experience and involvement in the successful delivery of more than 200 bridge projects, Scott brings unparalleled expertise in structural engineering and inspection. His portfolio includes major infrastructure projects such as the McKinley Street Grade Separation, Mount Vernon Viaduct, and Hamner Avenue Bridge Replacement, where he played key roles in structural oversight, constructability reviews, and quality assurance compliance. Scott's deep technical knowledge extends to all phases of bridge construction, including CIDH pile foundations, precast girder installations, abutment construction, and structural system analysis. He has extensive experience reviewing shop drawings, ensuring compliance with Caltrans standards, and preparing as -built documentation for complex structures. His ability to anticipate challenges and implement proactive solutions has been critical to the on -time and within -budget delivery of high -profile projects. In addition to his technical expertise, Scott is highly skilled in coordinating with diverse stakeholders, including city officials, contractors, and regulatory agencies, to maintain project alignment and meet stringent safety and quality standards. His leadership will be essential in ensuring the Armstrong Pedestrian Bridge is constructed to the highest engineering specifications, delivering a durable, safe, and visually striking structure for the City of Tustin. RELEVANT PROJECT EXPERIENCE RCTD, HAMNER AVENUE BRIDGE OVER THE SANTA ANA RIVER I The Hamner Avenue Bridge Replacement Project addressed critical safety, capacity, and structural issues associated with the aging bridge crossing the Santa Ana River. Originally constructed in 1939, the existing two-lane, 676-foot-long bridge had a low Sufficiency Rating (SR) of 69.3 and was classified as "structurally deficient." The superstructure, comprised of reinforced concrete T-beams, was supported by concrete pier walls on driven steel piles, but structural evaluations revealed significant deficiencies, including a high risk of liquefaction in the riverbed during a seismic event. The bridge's existing profile failed to provide sufficient conveyance for the 100-year flood event, frequently leading to closures that disrupted traffic flow and emergency response. The replacement bridge was designed to modern seismic and scour criteria, addressing these issues comprehensively. The new six -lane bridge includes three 12-foot lanes and 4-foot shoulders in each direction, separated by a 4-foot curbed median. A 12-foot-wide, barrier -separated trail was also added on the east side to enhance pedestrian and cyclist accessibility. The approach roadways and bridge profile were elevated above the 100-year water surface elevation to ensure continuous operation during flood events. Hamner Avenue now features three 12-foot lanes and 4-foot shoulders in each direction, along with a 5-foot sidewalk on the east side. CITY OF CORONA, MCKINLEY STREET GRADE SEPARATION PROJECT I The McKinley Street Grade Separation Project was a transformative $60 million infrastructure development that addressed significant safety and traffic issues in the area. This project constructed a new four -lane overhead grade separation over the BNSF Railway double tracks near McKinley Street's intersection with Sampson Avenue. The project spanned from the SR-91 interchange to Magnolia Avenue and incorporated innovative construction techniques to minimize disruptions. A 290-foot simple span network steel tied arch bridge was fabricated off -site and transported into place using self-propelled modular transporters (SPMTs), crossing the BNSF railroad tracks, Arlington Channel, and Sampson Avenue. Additional improvements included the construction of connector road facilities in the northeast and northwest quadrants of McKinley Street and Sampson Avenue, along with approximately 400 feet of reconstruction on Estelle Street. The project also realigned and widened the SR-91 eastbound off -ramp, reconstructed the loop on -ramp, and enhanced the slip on -ramp entrances, ensuring seamless traffic flow and improved connectivity. CITY OF ONTARIO, ONTARIO RANCH BRIDGE I The project involved the removal and replacement of an existing bridge with a 160-foot-long, single -span precast wide flange girder bridge, supported on 48-inch diameter cast -in -drilled -hole (CIDH) dry hole piles. To enhance connectivity and community infrastructure, the project included the construction of a bike trail on the west side of Cucamonga Creek, positioned 4 feet below the top of the channel slope. The new bridge structure spans the creek, incorporating a bike path tunnel beneath the western bridge approach embankment. Maintenance access roads were added parallel to Ontario Ranch Road, adjacent to each bridge approach, and separated by retaining walls. Page 54 Docusign Envelope ID: ECC776D0-50E5-49AD-B095-50BB8D28F930 CITY OF EASTVALE, LIMONITE GAP CLOSURE BRIDGE I The Limonite Avenue Gap Closure Bridge Project in Eastvale addressed a critical infrastructure need by constructing a new bridge over the Cucamonga Creek Channel, connecting two previously separated segments of Limonite Avenue. The new bridge features a wide -flanged precast girder design supported by pier wall foundations within the channel, along with decorative concrete barriers, features, and railing. In addition to the bridge, the project included over 1,300 linear feet of cast -in -place retaining walls (Type 1, Type 1 Modified, and Type 5), as well as structural embankments that raised the roadway grade by approximately 10 feet on both sides of the bridge. Comprehensive roadway improvements were made, including asphalt paving, curbs, gutters, sidewalks, a multi- use trail system, pavement delineation, signage, landscaping, and irrigation. The project also involved the reconstruction of 525 linear feet of a 54-inch RCP storm drain system, including catch basins, bio-retention systems, and laterals, ensuring effective stormwater management. CITY OF ONTARIO, EUCALYPTUS AVENUE BRIDGE I The Eucalyptus Avenue Bridge project involved the construction of a 162-foot-long, 110-foot-wide single -span precast girder bridge over the Cucamonga Creek. This bridge was designed to provide a vital connection between new residential developments and the growing commercial and industrial parks in the area, while also enhancing pedestrian accessibility. The bridge's substructure is supported by sixty 2-foot diameter cast -in - drilled -hole (CIDH) piles, each extending 35 feet deep. The superstructure consists of eleven precast girders, each spanning 160 feet and weighing 198,000 pounds, one of the largest prestressed bulb tee girders in California. A unique challenge during the project was the erection of these massive girders. Using a 660-ton Liebherr crane, the girders were carefully lowered from the abutment 2 side, across the channel, and onto the abutment seats. The project's success can be attributed to the team's meticulous attention to detail during the girder erection submittal process, contractor coordination, and robust safety protocols. The bridge is further highlighted by four 16-foot-tall monuments at each corner, with the City of Ontario's logo prominently displayed on illuminated plaques, ensuring both functional and aesthetic value. CITY OF HESPERIA / DMB DEVELOPMENT, SILVERWOOD TRAIL BRIDGES I The Silverwood site spans approximately 10,000 acres in the southern part of Hesperia. The first phase of the project proposes the construction of four bridge/culvert structures, identified as Structures 1 through 4. The site is accessed via dirt trails to the south of the intersection of Arrowhead Lake Road and Calpella Avenue, which lead to two northeast -southwest trending canyons where the bridges are to be located. The initial construction includes two twin Silverwood Trail bridges, each 150 feet long and 41'-3" wide. These cast -in -place post -tensioned box girder bridges span Bear Creek. As these bridges are part of the main road into the development, they will accommodate several backbone utilities, including two 6" gas lines, eight 5" SCE conduits, four 4" TEL conduits, three 3" CATV conduits, six 4" fiber optic conduits, four 2" electrical conduits, a 16" potable water main, a 16" recycled water main, a 24" gravity sewer, and a 30" gravity storm drain. The bridge construction utilizes conventional falsework with buried pads designed to prevent erosion during storm events. CITY OF ONTARIO, MERRILL AVENUE BRIDGE WIDENING I The Merrill Avenue Bridge project involved the widening of the existing bridge over Cucamonga Creek to accommodate increased traffic, particularly from trucks utilizing the route to support nearby businesses. This improvement was essential to reduce congestion and provide better access for growing residential neighborhoods. A triple -span precast girder bridge was constructed on both sides of the existing bridge, supported by two piers in the creek channel. The substructure of the bridge is anchored by 2-foot diameter piles, ranging in depth from 40 feet at the abutments to 45 feet deep at the piers. The final bridge design spans 156 feet in length and 110 feet in width, with sidewalks on both sides and two lanes of traffic in each direction. One of the key challenges during construction was the need to build the piers in the channel, which required coordinating work around San Bernardino Flood Control's restricted access during peak rainfall months. As a result, the timing of the cast -in -drilled -hole piles, footings, and walls was critical to ensuring the project remained on schedule and was completed successfully. CITY OF ONTARIO, MERRILL AND EUCLID AVENUE STORM DRAIN IMPROVEMENTS I The project involves the construction of 3,415 linear feet of a 12-foot-wide by 10-foot-tall double reinforced concrete box (RCB) storm drain along Merrill Avenue. A custom -designed junction structure will connect the 12'x10' double RCB to a 9'x9' double RCB that will extend west along Merrill Avenue and a 13'x8' RCB that will continue north along Vineyard Avenue. These storm drain improvements span across Merrill, Euclid, Eucalyptus, and Sultana Avenues and include the installation of numerous laterals, manholes, and transitions to accommodate the surrounding infrastructure. The project requires adherence to Caltrans and Greenbook standard plans and specifications to ensure quality and compliance with regulatory standards. Once completed, the new storm drain system will effectively manage a large runoff surface area, providing essential drainage capacity to support future residential and industrial development in the area, which will significantly reduce the risk of flooding and improve the overall drainage infrastructure for the region. CITY OF LOS ANGELES, TAYLOR YARD PEDESTRIAN BRIDGE I The Elysian Valley Pedestrian and Bicycle Bridge project features a 400-foot-long, distinctive orange steel bridge designed for pedestrian and bicycle use. The bridge connects the Elysian Valley community with the planned Taylor Yard G2 River Park on the east side of the Los Angeles River. Supported by abutments and a central concrete pier, the bridge's steel structure stands 30 feet high and 27 feet wide, making it a prominent feature along the river. The structure is built using the lightest and most efficient materials available, including tube steel, wide flange steel, and steel rods. The bridge's frame employs HSS steel members that form rectangular openings, and the bracing is achieved through tension rods that span diagonally in vertical planes. This hybrid frame allows the bridge to maintain its structural integrity while minimizing visual obstruction, offering unobstructed views of the river. The bridge also incorporates a redundancy system utilizing fracture -critical members, a crucial safety feature that ensures the structure remains functional and secure even in the unlikely event of a failure in one or more of its components. This design approach prioritizes the safety of users while maintaining the integrity of the structure. Page 55 Docusign Envelope ID: ECC776D0-50E5-49AD-B095-50BB8D28F930 Thomas Dawson, CBO, ICC Certified Senior Construction Inspector CONSULTANTS BUILDING SOLUTIONS Tom Dawson, ICC Certified, CBO, will serve as the Lead Construction Inspector for the Armstrong Pedestrian Bridge, Legacy Park Phase 3, and N-D South Phase 2 Package 2 projects. With over 30 years of experience in quality control and assurance, Tom has successfully delivered 28 park projects, 7 bridge projects, and over 40 street improvement and traffic signal projects. His expertise spans all phases of construction inspection, ensuring strict adherence to local, state, and federal regulations. Tom's notable projects include the Veterans Sports Park at Tustin Legacy, Vista Grande Park Improvements, and the Thermal Community Park. He specializes in public works inspection, construction standards, and meticulous documentation, making him a vital asset in maintaining safety, compliance, and quality on complex projects. His hands-on approach and attention to detail ensure that every phase of the project is thoroughly inspected and executed to the highest standards. As part of this highly qualified team, supported by specialists in labor compliance, project administration, and documentation, Tom will contribute to the seamless and successful delivery of the City of Tustin's projects. His collaborative leadership and proven track record reinforce the commitment to exceeding expectations on these critical infrastructure initiatives. PARK IMPROVEMENT EXPERIENCE ' Residential' CITY OF TUSTIN, VETERANS SPORTS PARK AT TUSTIN LEGACY (SUBCONSULTANT) I The Veterans Sports Park at Tustin Legacy is a state-of-the- InspectorResidential art recreational facility designed to serve the growing community. The project included the development of various sports and recreational amenities aimed at Inspector promoting active lifestyles, community engagement, and honoring local veterans. Inspector)) CA Residential Plumbing The park features multiple sports fields, including soccer and baseball fields, as well _ as basketball and tennis courts. There are designated areas for fitness activities, such LicenseCertifiBuilding Official CLB No. 674861as an outdoor fitness zone with exercise equipment, and a large playground area OSHA 30 Hour Training equipped with modern play structures for children of all ages. The park offers a Veterans Memorial Plaza, which serves as a tribute to military veterans, providing a space for reflection and community events. The project also included extensive landscaping, walking and biking trails, picnic areas with shade structures, and new parking facilities to accommodate visitors. CITY OF LA QUINTA, SILVERROCK PARK VENUE SITE I The SilverRock Park Venue Site is a versatile recreational and event space within the SilverRock Resort, designed to blend with the natural desert landscape and serve as a community hub. It features multi -use outdoor spaces for events like concerts, weddings, and festivals, with flexible staging and seating. The park prioritizes sustainability, incorporating drought -tolerant landscaping, water elements, and efficient irrigation. Walking paths connect scenic views of the Santa Rosa Mountains with shaded picnic areas, upgraded restrooms, and ample parking. Equipped with advanced lighting and sound systems, the venue accommodates diverse events year-round while fostering community engagement. CITY OF LA HABRA, VISTA GRANDE PARK IMPROVEMENTS PROJECT I The Vista Grande Park Improvements project involved a comprehensive revitalization of the park facilities on a closed municipal landfill. The project included extensive earthwork, installation of asphalt concrete (AC) pavement, and concrete hardscape. New Park amenities that were added included a modular restroom and storage building, a concrete basketball court, and an operations deck for composting. Additional features installed during the renovation included exercise stations, benches, picnic tables, a gazebo, and shade structures. Walking and running trails were developed, complemented by softscape elements like a children's play area, volleyball court, dog park, and turf. Below -grade utilities were also installed as part of the upgrade. Significant modifications to the landfill gas system and park irrigation, along with safety improvements such as solar -powered LED lighting and security gates, were key aspects of the project. DESERT RECREATION DISTRICT, THE THERMAL COMMUNITY PARK PROJECT I The Thermal Community Park Project, overseen by the Desert Recreation District, is a major development initiative located at 56-500 Olive Street, Thermal, California. Spanning 10 acres, the project is designed to provide a comprehensive recreational space for the community and is scheduled for completion within 12 months. Key features of the park include sports courts, a baseball field, playground, covered picnic areas, outdoor fitness equipment, a covered stage, restrooms, a splash pad, and ample parking facilities, along with essential lighting for safety and usability. Page 56 Docusign Envelope ID: ECC776D0-50E5-49AD-B095-50BB8D28F930 This ambitious project involves extensive site preparation, including tree removal, grading, and the construction of various infrastructure components such as concrete and asphalt paths, storm drainage, water, sewer systems, electrical setups, and installation of both signage and fencing for designated areas. Additionally, the project incorporates landscaping with native plants, decomposed granite pathways, and a dedicated irrigation system to ensure sustainable maintenance of green spaces. CITY OF SOUTH GATE, HOLLYDALE COMMUNITY PARK RENOVATION PROJECT I The renovation of Hollydale Community Park in the City of South Gate introduced a variety of new elements aimed at enhancing community engagement and park functionality. A new 1,700 square -foot community center was built, providing space for indoor gatherings and events. The project included the construction of outdoor gathering spaces, a turf lawn complete with a movie screen, a modern playground, and a water play area, ensuring diverse recreational opportunities for children and families. Two picnic areas with shade structures were incorporated, along with walking trails and pathways that included fencing and signage for ease of navigation and safety. Additional elements consisted of a sports court, park signage, and a parking lot, all supported by new lighting and landscaping throughout the park to improve aesthetic appeal and functionality. Key sustainability features included the installation of stormwater chambers, which help manage rainwater runoff, and the use of synthetic turf, decomposed granite, and permeable pavers to reduce water usage and promote environmental responsibility. The concrete flatwork provided durable surfaces for various park sections, including pathways, sidewalks, and the playground areas, further enhancing accessibility and usability. The project also focused on providing essential park amenities, such as a basketball court, accessible ramps compliant with ADA standards, and the integration of drought - tolerant landscaping and a new irrigation system to ensure efficient water use. CITY OF SOUTH GATE, CIRCLE PARK REHABILITATION PROJECT I The Circle Park Improvement Project focuses on enhancing recreational facilities and amenities to better serve the local community. The project includes the installation of a new playground with modern play equipment, exercise stations, and various courts, such as a basketball court, pickleball court, and futsal court. New tube steel fencing, gates, and concrete paving are being installed, along with a variety of hardscape improvements, including the installation of pavers and synthetic grass. Additional features include shaded picnic areas, benches, and picnic tables to provide spaces for community gatherings. The park's landscaping is being enhanced with new trees, plants, and an improved irrigation system to support sustainable green spaces. The lighting system is upgraded to ensure safety and accessibility during evening hours, and a new parking lot is being constructed to accommodate park visitors. CITY OF IRWINDALE, IRWINDALE PARK IMPROVEMENTS PROJECT, PHASE IV&V I The Irwindale Park Improvements Project Phase IV & V, located in the City of Irwindale, included a comprehensive overhaul of park facilities to better serve the community. The project involved significant site work such as grading, landscaping, and the installation of a new irrigation system. The electrical systems were upgraded throughout the park to support the new lighting, security measures, and amenities. Key additions included the construction of two restrooms, two BBQ/picnic shelters, and new recreational facilities like a basketball court. The project also featured the installation of walking and running trails, shaded picnic areas, and enhanced landscaping that incorporated sustainable elements. Improvements to the existing irrigation system ensured efficient water usage, while modern lighting and electrical systems improved the overall safety and accessibility of the park. Throughout the project, special attention was given to sustainable landscaping practices, including drought -tolerant plants and a robust irrigation system. The park's pathways were resurfaced, and new concrete work enhanced accessibility and durability, ensuring that the park remains a functional and welcoming space for years to come. CITY OF COSTA MESA, JACK HAMMET SPORTS COMPLEX IMPROVEMENT PROJECT I The Jack Hammett Sports Complex Parking Lot and ADA Upgrades project aimed to enhance accessibility and improve the overall functionality of the sports complex. The project involved significant improvements, including the removal and replacement of asphalt pavement, installation of ADA-compliant curb ramps, and the construction of new sidewalks. Additionally, the parking lot was expanded and resurfaced, providing better access and increased capacity for visitors. The project also included upgrades to the drainage system, new striping for parking spaces, and the installation of retaining walls. Electrical improvements were made to support lighting upgrades for the parking areas, ensuring safety and usability during evening hours. The project focused on creating an inclusive environment, addressing ADA compliance, and providing modern, safe facilities. CITY OF LAKE FOREST, ARBOR MINI PARKS IMPROVEMENT PROJECT I The Arbor Mini Parks Improvement Project involved revitalizing the park with several community -focused upgrades. The project introduced new playground equipment, creating a safe and engaging space for children to enjoy. Additionally, picnic areas with shade structures were constructed, providing comfortable spaces for family gatherings and community events. Fitness equipment stations were installed to promote health and wellness, encouraging visitors to engage in outdoor exercise. The project also included the renovation of the restroom facilities, enhancing accessibility and user experience. To improve aesthetics and usability, the project featured new landscaping throughout the park, incorporating drought -tolerant plants and a modern irrigation system to ensure sustainable water usage. BRIDGE AND INTERCHANGE EXPEREINCE RCTD, JURUPA ROAD / UNION PACIFIC RAILROAD GRADE SEPARATION I The Jurupa Road Grade Separation project significantly enhanced safety and traffic flow in Jurupa Valley by eliminating the at -grade crossing between Jurupa Road and the Union Pacific Railroad (UPRR) tracks. Page 57 Docusign Envelope ID: ECC776D0-50E5-49AD-B095-50BB8D28F930 The project involved constructing a four -lane underpass on Jurupa Road beneath the UPRR mainline, which required lowering Felspar Street to the east. New bridges were built on Van Buren Boulevard and for the UPRR tracks to accommodate two mainline tracks, a siding track, an industrial spur, and provisions for a future track. Roadway enhancements encompassed landscaping, upgraded traffic signals, street lighting, and utility relocations. Further developments comprised constructing a connector road linking Jurupa Road and Van Buren Boulevard, extending 52nd Street between Felspar Street and Van Buren Boulevard, and widening both Van Buren Boulevard and Rutile Street to support new intersections and improved traffic flow. The project also developed multi -use trails, asphalt concrete driveways, curb ramps, and implemented advanced traffic safety measures such as striping, pavement markers, and signage. RCTD, 1-215/VAN BUREN INTERCHANGE PROJECT I The I-215/Van Buren Boulevard Interchange Improvements Project was undertaken by the Riverside County Transportation Department (RCTD) in cooperation with the California Department of Transportation (Caltrans), March Joint Powers Authority (MJPA), and Riverside County Transportation Commission (RCTC). The project was designed to address increasing traffic volumes and support future regional growth. This major infrastructure upgrade reconfigured the existing tight diamond interchange to improve traffic flow and enhance safety. The improvements included the construction of a new eastbound -to -northbound entrance ramp, the realignment and widening of Van Buren Boulevard, and the replacement of existing bridge structures over the railroad and freeway. Additional upgrades involved the minor realignment of southbound 1-215, the widening of Van Buren Boulevard and 1-215 Freeway between Cactus Avenue and Harley Knox Boulevard, and the construction of auxiliary lanes along 1-215 between Van Buren Boulevard and Cactus Avenue. Acceleration and deceleration lanes south of Van Buren Boulevard were also added to streamline traffic flow and reduce congestion. The project also incorporated enhancements outside the interchange area, including new traffic signals, street lighting, and decorative landscaping to reflect the area's military heritage. CITY OF SAN BERNARDINO, MEADOWBROOK PARK PEDESTRIAN BRIDGE I The Meadowbrook Park Pedestrian Bridge, located in San Bernardino, served as a vital connector for pedestrian traffic, providing safe access within the local community. Unfortunately, in 2017, the bridge sustained severe damage from a fire, reportedly caused by individuals experiencing homelessness. This incident brought attention to the vulnerability of public infrastructure to various risks, including both environmental and social challenges. Although public information on the progress of the bridge's repair or replacement has been scarce, efforts to restore the bridge remain a top priority. The goal is to ensure the restoration of pedestrian safety and improve the overall accessibility of the area. CITY OF CORONA, BEDFORD WASH BRIDGE I The Bedford Wash Bridge in Corona, CA, is a 177-foot-long, five -bay cast -in -place structure constructed for Arantine Hills Holding LP. This critical infrastructure spans the Bedford Wash and was designed to support the growing community's transportation and utility needs. The bridge's abutments are supported by 24-inch cast -in -drilled -hole (CIDH) concrete piling, ensuring durability and stability. In addition to the bridge structure, the project encompassed significant roadwork and utility installations, enhancing connectivity in the area. The bridge integrates multiple utilities within its structure, including two 12-inch ductile iron pipe (DIP) water lines, one 8-inch DIP reclaimed water line, one 8-inch DIP gravity sewer line, CATV conduits, telephone conduits, SCE electrical conduits, and a SCG gas line. This comprehensive utility integration exemplifies the project's multi -functional design, serving both transportation and utility infrastructure needs. The Bedford Wash Bridge stands as a vital component of the local infrastructure, supporting efficient transportation and utility services while addressing the community's long-term development and growth requirements. TRAFFIC SIGNAL AND STREET IMPROVEMENT EXPERIENCE CITY OF COSTA MESA, CITYWIDE PARKWAY MAINTENANCE, STREET REHAB, AND SLURRY SEAL PROJECT This citywide street improvement program in the City of Costa Mesa includes extensive street and intersection improvements, ADA ramp upgrades, and the installation of conduit and traffic signal enhancements. The project scope involves mobilization, construction of curb and gutters, sidewalks, driveway approaches, spandrels, cross gutters, and adjustments of manholes and utility covers. Additional work includes procurement and application of Type II slurry seal, crack sealing, installation of traffic signs, striping, pavement markings, traffic markers, speed humps, and the implementation of comprehensive traffic control measures. CITY OF ALHAMBRA, PEDESTRIAN COUNTDOWN SIGNAL HEAD INSTALLATION PROJECT I The Project aims to improve pedestrian safety by installing countdown signal heads at various signalized intersections across the city. This federally funded project will enhance pedestrian crossing experiences and increase visibility and awareness at critical intersections, supporting safer and more efficient urban mobility. CITY OF CATHEDRAL CITY, TRAFFIC SIGNAL IMPROVEMENTS AT 12 INTERSECTIONS PROJECT I Funded through the HSIP, this project aims to enhance traffic safety across 12 intersections within the City. Key improvements include the installation of advanced dilemma zone detection systems, the addition of protected left -turn phases, pedestrian countdown signal heads, and the reconstruction of ADA-compliant curb ramps. Page 58 Docusign Envelope ID: ECC776D0-50E5-49AD-B095-50BB8D28F930 CITY OF TORRANCE, ANZA/VISTA MONTANA/PCH TRAFFIC SIGNAL AND INTERSECTION IMPROVEMENTS Enhancements included extensive traffic signal upgrades, such as hardware replacement, pedestrian countdown signal installation, replacement and testing of fiber optic communication equipment, and boring inspections. Additional improvements include the addition of dual left -turn lanes, reconfiguration of surrounding lanes, and roadway widening to improve traffic flow. The project also features lengthened left -turn lanes to accommodate more vehicles and utility relocation, such as fire hydrant and storm drain adjustments, to support the new intersection layout CITY OF CHINO, RAMONA AVE. AND WALNUT AVE. TRAFFIC SIGNAL & STREET IMPROVEMENTS PROJECT I The scope included traffic signal hardware replacements, pedestrian countdown signal installations, fiber optic communication upgrades, and electrical improvements. Additional components involved street and pavement rehabilitation, slurry seal, cold milling, AC overlay, drainage improvements, landscaping, and utility coordination. CITY OF CARSON, CITYWIDE PAVEMENT REHABILITATION AND SLURRY SEAL PROGRAM I This project covers streets across all four districts within the City of Carson, focusing on essential infrastructure improvements for identified roadways, sidewalks, curb ramps, and related assets in need of repair. The scope of work includes traffic control, striping, pavement markings, cold milling, leveling course, asphalt rubber hot mix, installation of traffic loop detectors, concrete enhancements, and slurry sealing. Streets included in the project are Dunbrook, Brenner, Eddington Dr, Galway Ave, Annalee Ave, Elsmere Dr, Weiser Ave, 213th St, 234th St, 228th St, Moneta Ave, 224th PI, 224th St, 222nd St, Kinard Ave, 215th St, Desford St, Dominguez St, Bataan Ave, 223rd St, Martin St, Bach St, Lostine, Pontine Ave, Oakford St, Water St, Abila St, 238th St, Idbel St, 236th St, Catskill Ave, Anchor Ave, Joel St, and Hadler St. CITY OF SAN MARINO, STREET REHABILITATION PROGRAM PHASE 1&2 1 The project included a wide range of improvements, such as roadway and pavement reconstruction, concrete enhancements, installation of cross gutters, curbs and gutters, curb ramps, and ADA-compliant upgrades. The work also covered cold milling of asphalt concrete pavement followed by resurfacing with hot mix asphalt (HMA) and asphalt rubber hot mix (ARHM). Additional tasks involved clearing and grubbing, localized pavement repairs, and replacement of impacted traffic striping, pavement markings, legends, loop detectors, and curb painting. Further improvements included driveways and driveway approaches, installation of speed humps, adjustment of utility frames and grates, inspection and replacement of sewer manholes, water valves, water meters, and storm drain manholes, as well as SWPPP preparation and implementation of temporary construction BMPs. CITY OF CORONA, CORONA GREEN ALLEYS IMPROVEMENT PROJECT I The Corona Green Alleys Improvement Project aims to transform selected alleyways in the City of Corona into environmentally friendly, functional, and sustainable public spaces. This project includes extensive surface improvements, installation of permeable pavements, and stormwater management features to enhance water quality and reduce urban runoff. Key elements of the work involve unclassified excavation, installation of aggregate base and porous asphalt, sidewalk and driveway construction, and the implementation of landscape elements like green infrastructure and solar lighting fixtures. The project incorporates drainage improvements and sustainable infrastructure elements to reduce the heat island effect, create safe pedestrian zones, and improve alley aesthetics. CITY OF EL SEGUNDO, EL SEGUNDO BOULEVARD IMPROVEMENT PROJECT, PW 23-02 1 This project involves the rehabilitation of existing pavement along El Segundo Boulevard between Illinois Street and Isis Avenue, as well as along Nash Street between El Segundo Boulevard and Imperial Highway. The selected rehabilitation approach includes a cement - stabilized base with an asphalt overlay, which will require detours and may cause delays on El Segundo Boulevard during construction. The project includes the installation of curb ramps at intersections along El Segundo Boulevard (Illinois Street, Continental Boulevard, Nash Street, Douglas Street, and Aviation Boulevard) and along Nash Street (Grand Avenue, Mariposa Avenue, Maple Avenue, Atwood Way, a midblock crosswalk, and Imperial Highway). The project also aims to improve bicycle infrastructure, installing approximately 1,020 linear feet of "cycle track". Additionally, Class III bike route markings ("Sharrows") will be installed in applicable nearby areas. CITY OF COMPTON, ANNUAL RESIDENTIAL STREET REHABILITATION PROJECT, PHASES 1 & 2A I This project involved extensive roadway and pavement rehabilitation, along with significant infrastructure upgrades. The scope includes asphalt overlay, concrete improvements, and construction staging, especially at heavily traveled intersections. Additional work comprises traffic control, clearing and grubbing, SWPPP preparation, cold milling, and overlay applications. Pedestrian infrastructure improvements include PCC sidewalks, ADA-compliant enhancements, pedestrian crossings, and speed humps. Further components include the application of slurry seal, HMA pavement, ARHM overlay, AC base course, aggregate base, and full -depth AC slot pavement. The project also encompasses alley intersection upgrades, driveway and driveway approach improvements, landscaping, and irrigation. Utilities are enhanced through the adjustment of manholes, utility covers, water valves, and meters to grade. Additional work includes street lighting installation, traffic loop and bicycle loop detectors, traffic signal modifications, and adjustments of streetlight and traffic signal pull boxes. CITY OF PALM SPRINGS, HSIP CYCLE 9 TRAFFIC SIGNAL MODIFICATIONS (NINE INTERSECTIONS) PROJECT This federally funded project in Palm Springs focuses on enhancing traffic safety and pedestrian accessibility across nine signalized intersections throughout the city. Key improvements include modifications to existing traffic signals to improve visibility, installation of advanced dilemma zone detection systems, addition of protected left -turn phases, pedestrian countdown signal heads, and upgrades to curb ramps for ADA compliance. Page 59 Docusign Envelope ID: ECC776D0-50E5-49AD-B095-50BB8D28F930 Brittany Duhn, PE, QSD/QSP Project Manager/Office Engineer CONSULTANTS BUILDING SOLUTIONS Brittany Duhn, PE, QSD/P serves as the Project Manager/Office Engineer for the Armstrong Pedestrian Bridge, Legacy Park Phase 3, and N-D South Phase 2 Package 2 projects. With extensive experience in project management, construction management, and contract administration, Brittany has successfully delivered numerous public works and capital improvement projects. Her expertise includes bridges, grade separations, street improvements, water and wastewater infrastructure, and environmental compliance. Brittany's background encompasses over 20 park improvement projects, including the Veterans Sports Park at Tustin Legacy, Vista Grande Park, and Hollydale Community Park Renovation. She has overseen the development of playgrounds, ADA-compliant pathways, irrigation systems, and stormwater management features. Additionally, her bridge -related work includes projects such as the West Mission Bay Drive Bridge and the Bedford Wash Bridge, where she managed permitting, utility coordination, and quality assurance. With a strong command of construction contracts, cost control, and scheduling, Brittany ensures seamless coordination between stakeholders, subconsultants, and regulatory agencies. Her hands-on approach, combined with her technical expertise, positions her as a critical asset in delivering these projects on time, within budget, and to the highest standards. PARK IMPROVEMENT EXPERIENCE OSHA 30 HourCITY OF LA HABRA, VISTA GRANDE PARK IMPROVEMENTS PROJECT The Vista Grande Park Improvements project involved a comprehensive revitalization of the park facilities on a closed municipal landfill. The project included extensive earthwork, installation of asphalt concrete (AC) pavement, and concrete hardscape. New Park amenities that were added included a modular restroom and storage building, a concrete basketball court, and an operations deck for composting. Additional features installed during the renovation included exercise stations, benches, picnic tables, a gazebo, and shade structures. Walking and running trails were developed, complemented by softscape elements like a children's play area, volleyball court, dog park, and turf. CITY OF SOUTH GATE, CIRCLE PARK REHABILITATION PROJECT I The Circle Park Improvement Project focuses on enhancing recreational facilities and amenities to better serve the local community. The project includes the installation of a new playground with modern play equipment, exercise stations, and various courts, such as a basketball court, pickleball court, and futsal court. New tube steel fencing, gates, and concrete paving are being installed, along with a variety of hardscape improvements, including the installation of pavers and synthetic grass. Additional features include shaded picnic areas, benches, and picnic tables to provide spaces for community gatherings. The park's landscaping is being enhanced with new trees, plants, and an improved irrigation system to support sustainable green spaces. The lighting system is upgraded to ensure safety and accessibility during evening hours, and a new parking lot is being constructed to accommodate park visitors. CITY OF IRWINDALE, IRWINDALE PARK IMPROVEMENTS PROJECT, PHASE IV&V I The Irwindale Park Improvements Project Phase IV & V, located in the City of Irwindale, included a comprehensive overhaul of park facilities to better serve the community. The project involved significant site work such as grading, landscaping, and the installation of a new irrigation system. The electrical systems were upgraded throughout the park to support the new lighting, security measures, and amenities. Key additions included the construction of two restrooms, two BBQ/picnic shelters, and new recreational facilities like a basketball court. The project also featured the installation of walking and running trails, shaded picnic areas, and enhanced landscaping that incorporated sustainable elements. Improvements to the existing irrigation system ensured efficient water usage, while modern lighting and electrical systems improved the overall safety and accessibility of the park. Throughout the project, special attention was given to sustainable landscaping practices, including drought -tolerant plants and a robust irrigation system. The park's pathways were resurfaced, and new concrete work enhanced accessibility and durability, ensuring that the park remains a functional and welcoming space for years to come. CITY OF COSTA MESA, JACK HAMMET SPORTS COMPLEX IMPROVEMENT PROJECT I The Jack Hammett Sports Complex Parking Lot and ADA Upgrades project aimed to enhance accessibility and improve the overall functionality of the sports complex. The project involved significant improvements, including the removal and replacement of asphalt pavement, installation of ADA-compliant curb ramps, and the construction of new sidewalks. Additionally, the parking lot was expanded and resurfaced, providing better access and increased capacity for visitors. The project also included upgrades to the drainage system, new striping for parking spaces, and the installation of retaining walls. Electrical improvements were made to support lighting upgrades for the parking areas, ensuring safety and usability during evening hours. The project focused on creating an inclusive environment, addressing ADA compliance, and providing modern, safe facilities. CITY OF LAKE FOREST, ARBOR MINI PARKS IMPROVEMENT PROJECT I The Arbor Mini Parks Improvement Project involved revitalizing the park with several community -focused upgrades. The project introduced new playground equipment, creating a safe and engaging space for children to enjoy. Additionally, picnic areas with shade structures were constructed, providing comfortable spaces for family gatherings and community events. Fitness equipment stations were installed to Page 60 Docusign Envelope ID: ECC776D0-50E5-49AD-B095-50BB8D28F930 promote health and wellness, encouraging visitors to engage in outdoor exercise. The project also included the renovation of the restroom facilities, enhancing accessibility and user experience. To improve aesthetics and usability, the project featured new landscaping throughout the park, incorporating drought -tolerant plants and a modern irrigation system to ensure sustainable water usage. A splash pad was installed, adding a fun water play element for children. The new lighting system and an expanded parking lot improved safety and convenience for park users. BRIDGE AND INTERCHANGE EXPERIENCE CITY OF CORONA, BEDFORD WASH BRIDGE AND STREET IMPROVEMENTS I The Meadowbrook Park Pedestrian Bridge, located in San Bernardino, served as a vital connector for pedestrian traffic, providing safe access within the local community. Unfortunately, in 2017, the bridge sustained severe damage from a fire, reportedly caused by individuals experiencing homelessness. This incident brought attention to the vulnerability of public infrastructure to various risks, including both environmental and social challenges. Although public information on the progress of the bridge's repair or replacement has been scarce, efforts to restore the bridge remain a top priority. The goal is to ensure the restoration of pedestrian safety and improve the overall accessibility of the area. The reconstruction of the bridge involves integrating design improvements focused on increasing durability and safety, while also addressing the broader goal of community revitalization. These enhancements may include reinforced materials, better fire -resilient features, and improved security to prevent future damage. The project highlights the importance of proactive urban infrastructure maintenance and the need for collaboration with local agencies to address both the physical and societal challenges facing communities. This reconstruction effort, while centered around restoring the bridge, also offers the opportunity to enhance its role in fostering community connections and accessibility for pedestrians in the area. CITY OF SAN BERNARDINO, SECOND STREET BRIDGE OVER WARM CREEK I The 2nd Street Bridge in the City of San Bernardino was a transformative infrastructure project designed to enhance traffic flow, pedestrian access, and safety in the downtown area. This project replaced the existing at -grade railroad crossing with a modern bridge structure, eliminating delays caused by train traffic and improving connectivity between key areas of the city. The new bridge featured a multi -lane roadway for vehicles, along with dedicated pedestrian pathways, enhancing accessibility and promoting multimodal transportation. Its design incorporated aesthetic elements to align with the surrounding urban environment, contributing to the revitalization efforts in the downtown San Bernardino area. The project also addressed key challenges such as utility relocations, traffic management during construction, and coordination with multiple agencies, including local businesses and residents, to minimize disruption. Completed successfully, the 2nd Street Bridge stands as a critical piece of infrastructure that improves safety, reduces traffic congestion, and supports the city's economic growth and urban development initiatives. By fostering greater connectivity and efficiency, this project has significantly benefited both commuters and the broader community of San Bernardino. TRAFFIC SIGNAL AND STREET IMPROVEMENT EXPERIENCE CITY OF CARSON, CITYWIDE PAVEMENT REHABILITATION AND SLURRY SEAL PROGRAM I This project covers streets across all four districts within the City of Carson, focusing on essential infrastructure improvements for identified roadways, sidewalks, curb ramps, and related assets in need of repair. The scope of work includes traffic control, striping, pavement markings, cold milling, leveling course, asphalt rubber hot mix, installation of traffic loop detectors, concrete enhancements, and slurry sealing. Streets included in the project are Dunbrook, Brenner, Eddington Dr, Galway Ave, Annalee Ave, Elsmere Dr, Weiser Ave, 213th St, 234th St, 228th St, Moneta Ave, 224th PI, 224th St, 222nd St, Kinard Ave, 215th St, Desford St, Dominguez St, Bataan Ave, 223rd St, Martin St, Bach St, Lostine, Pontine Ave, Oakford St, Water St, Abila St, 238th St, Idbel St, 236th St, Catskill Ave, Anchor Ave, Joel St, and Hadler St. CITY OF COMPTON, ANNUAL RESIDENTIAL STREET REHABILITATION PROJECT, PHASES 1 & 2A I This project involved extensive roadway and pavement rehabilitation, along with significant infrastructure upgrades. The scope includes asphalt overlay, concrete improvements, and construction staging, especially at heavily traveled intersections. Additional work comprises traffic control, clearing and grubbing, SWPPP preparation, cold milling, and overlay applications. Pedestrian infrastructure improvements include PCC sidewalks, ADA-compliant enhancements, pedestrian crossings, and speed humps. Further components include the application of slurry seal, HMA pavement, ARHM overlay, AC base course, aggregate base, and full -depth AC slot pavement. The project also encompasses alley intersection upgrades, driveway and driveway approach improvements, landscaping, and irrigation. Utilities are enhanced through the adjustment of manholes, utility covers, water valves, and meters to grade. Additional work includes street lighting installation, traffic loop and bicycle loop detectors, traffic signal modifications, and adjustments of streetlight and traffic signal pull boxes. CITY OF SAN MARINO, STREET REHABILITATION PROGRAM PHASE 1 & 2 1 The project included a wide range of improvements, such as roadway and pavement reconstruction, concrete enhancements, installation of cross gutters, curbs and gutters, curb ramps, and ADA-compliant upgrades. The work also covered cold milling of asphalt concrete pavement followed by resurfacing with hot mix asphalt (HMA) and asphalt rubber hot mix (ARHM). Additional tasks involved clearing and grubbing, localized pavement repairs, and replacement of impacted traffic striping, pavement markings, legends, loop detectors, and curb painting. Further improvements included driveways and driveway approaches, installation of speed humps, adjustment of utility frames and grates, inspection and replacement of sewer manholes, water valves, water meters, and storm drain manholes, as well as SWPPP preparation and implementation of temporary construction BMPs. CITY OF MORENO VALLEY, CITYWIDE PAVEMENT REHABILITATION PROJECT I This project is a citywide rehabilitation of Moreno Valley City streets, involving various pavement and infrastructure improvements. The scope includes cold milling to a depth of 1.5 inches, placing a 1.5-inch asphalt rubber hot mix (ARHM) overlay, curb ramp installations, curb and gutter replacements, cross gutters, and spandrels. It also includes full -depth asphalt removal and replacement, installation of traffic striping and markers, traffic signage, adjustments of existing utility manholes, and asphalt concrete overlay. Page 61 Docusign Envelope ID: ECC776D0-50E5-49AD-B095-50BB8D28F930 Charles Lamb, RLA CONSULTANTS BUILDING SOLUTIONS Senior Landscape Architect/ Inspector Charles Lamb, RLA, serves as the Senior Licensed Landscape Architect/Inspector for the Armstrong Pedestrian Bridge, Legacy Park Phase 3, and N-D South Phase 2 Package 2 projects. With over 30 years of experience in landscape architecture and construction inspection, Charles has successfully delivered more than 100 park projects and over 15 roadway and bridge projects. Licensed in multiple states, including California, Nevada, Arizona, Virginia, and Utah, he brings a deep understanding of diverse environmental conditions and construction practices. Charles has an extensive portfolio of impactful projects, including the Nicholson Park Improvement Project, Hollydale Community Park Renovation, and Thermal Community Park. His expertise encompasses all phases of project development, from site preparation, grading, and irrigation systems to planting, hardscape, and lighting improvements. Known for his meticulous attention to detail and adaptability, he ensures every project meets aesthetic, functional, and environmental standards. Charles's role on this project involves overseeing landscape design, irrigation installations, and the integration of natural elements with urban structures. His commitment to sustainable practices and innovative solutions will help deliver high -quality, resilient landscapes that enhance the community's outdoor spaces. Charles's leadership and dedication to excellence make him an indispensable asset to the success of these projects. RELEVANT PROJECT EXPERIENCE CITY OF LA QUINTA, SILVERROCK PARK VENUE SITE I The SilverRock Park Venue Site is a versatile recreational and event space within the SilverRock Resort, designed to blend with the natural desert landscape and serve as a community hub. It features multi -use outdoor spaces for events like concerts, weddings, and festivals, with flexible staging and seating. The park prioritizes sustainability, incorporating drought -tolerant landscaping, water elements, and efficient irrigation. Walking paths connect scenic views of the Santa Rosa Mountains with shaded picnic areas, upgraded restrooms, and ample parking. Equipped with advanced lighting and sound systems, the venue accommodates diverse events year-round while fostering community engagement. RCTD, LIMONITE AVENUE INTERCHANGE PROJECT I The 1-15/Limonite Avenue Interchange Project in Eastvale, CA, addressed critical infrastructure needs to accommodate existing and future traffic demands due to significant regional growth. The project included the construction of a new eight -lane overcrossing, featuring three through lanes and two turn lanes in each direction. The off -ramps were widened from two to four lanes, and two new loop on -ramps were added, enhancing connectivity and traffic flow. Limonite Avenue was widened to four lanes in each direction between Hamner Avenue and Wineville Avenue, improving access and reducing congestion. The new bridge foundations were supported by cast -in -drilled -hole (CIDH) concrete pilings and spread footings, ensuring structural integrity. The project included delivering a range of features, including street and roadway improvements, signalized intersections, roadway excavation, concrete pavement demolition and replacement, drainage system enhancements, utility relocations, street lighting, traffic signal installations, and acceleration and deceleration lanes. RCTD, JURUPA ROAD / UNION PACIFIC RAILROAD GRADE SEPARATION I The Jurupa Road Grade Separation project significantly enhanced safety and traffic flow in Jurupa Valley by eliminating the at -grade crossing between Jurupa Road and the Union Pacific Railroad (UPRR) tracks. The project involved constructing a four -lane underpass on Jurupa Road beneath the UPRR mainline, which required lowering Felspar Street to the east. New bridges were built on Van Buren Boulevard and for the UPRR tracks to accommodate two mainline tracks, a siding track, an industrial spur, and provisions for a future track. Roadway enhancements encompassed landscaping, upgraded traffic signals, street lighting, and utility relocations. Further developments comprised constructing a connector road linking Jurupa Road and Van Buren Boulevard, extending 52nd Street between Felspar Street and Van Buren Boulevard, and widening both Van Buren Boulevard and Rutile Street to support new intersections and improved traffic flow. The project also developed multi -use trails, asphalt concrete driveways, curb ramps, and implemented advanced traffic safety measures such as striping, pavement markers, and signage. CITY OF LA HABRA, VISTA GRANDE PARK IMPROVEMENTS PROJECT I The Vista Grande Park Improvements project involved a comprehensive revitalization of the park facilities on a closed municipal landfill. The project included extensive earthwork, installation of asphalt concrete (AC) pavement, and concrete hardscape. New Park amenities that were added included a modular restroom and storage building, a concrete basketball court, and an operations deck for composting. Additional features installed during the renovation included exercise stations, benches, picnic tables, a gazebo, and shade structures. Walking and running trails were developed, complemented by softscape elements like a children's play area, volleyball court, dog park, and turf. Below -grade utilities were also installed as part of the upgrade. Page 62 Docusign Envelope ID: ECC776D0-50E5-49AD-B095-50BB8D28F930 CITY OF SAN BERNARDINO, NICHOLSON PARK IMPROVEMENT PROJECT I The Nicholson Park Project involved a comprehensive overhaul of the park's facilities and infrastructure to better serve the local community. The project featured the selective demolition of outdated structures, followed by grading, drainage, concrete and asphalt paving, fencing, and ballfield renovations. It also included the installation of a new play area, renovation of the existing restrooms, and construction of a new pre -fabricated restroom / snack bar / storage building. Additional improvements consisted of site furnishings, basketball surfacing, shade structures, electrical work, lighting, and the installation of planting and irrigation systems. The park includes baseball diamonds (Little League and Senior League) with a concession stand and restroom, an outdoor basketball court, a playground area, restrooms, a Recreation/Community Center, a picnic shelter, barbecue grills, and a community garden. CITY OF SOUTH GATE, HOLLYDALE COMMUNITY PARK RENOVATION PROJECT I The renovation of Hollydale Community Park in the City of South Gate introduced a variety of new elements aimed at enhancing community engagement and park functionality. A new 1,700 square -foot community center was built, providing space for indoor gatherings and events. The project included the construction of outdoor gathering spaces, a turf lawn complete with a movie screen, a modern playground, and a water play area, ensuring diverse recreational opportunities for children and families. Two picnic areas with shade structures were incorporated, along with walking trails and pathways that included fencing and signage for ease of navigation and safety. Additional elements consisted of a sports court, park signage, and a parking lot, all supported by new lighting and landscaping throughout the park to improves aesthetic appeal and functionality. DESERT RECREATION DISTRICT, THE THERMAL COMMUNITY PARK PROJECT I The Thermal Community Park Project, overseen by the Desert Recreation District, is a major development initiative located at 56-500 Olive Street, Thermal, California. Spanning 10 acres, the project is designed to provide a comprehensive recreational space for the community and is scheduled for completion within 12 months. Key features of the park include sports courts, a baseball field, playground, covered picnic areas, outdoor fitness equipment, a covered stage, restrooms, a splash pad, and ample parking facilities, along with essential lighting for safety and usability. This ambitious project involves extensive site preparation, including tree removal, grading, and the construction of various infrastructure components such as concrete and asphalt paths, storm drainage, water, sewer systems, electrical setups, and installation of both signage and fencing for designated areas. Additionally, the project incorporates landscaping with native plants, decomposed granite pathways, and a dedicated irrigation system to ensure sustainable maintenance of green spaces. CITY OF SOUTH GATE, CIRCLE PARK REHABILITATION PROJECT I The Circle Park Improvement Project focuses on enhancing recreational facilities and amenities to better serve the local community. The project includes the installation of a new playground with modern play equipment, exercise stations, and various courts, such as a basketball court, pickleball court, and futsal court. New tube steel fencing, gates, and concrete paving are being installed, along with a variety of hardscape improvements, including the installation of pavers and synthetic grass. Additional features include shaded picnic areas, benches, and picnic tables to provide spaces for community gatherings. The park's landscaping is being enhanced with new trees, plants, and an improved irrigation system to support sustainable green spaces. The lighting system is upgraded to ensure safety and accessibility during evening hours, and a new parking lot is being constructed to accommodate park visitors. CITY OF COSTA MESA, JACK HAMMET SPORTS COMPLEX IMPROVEMENT PROJECT I The Jack Hammett Sports Complex Parking Lot and ADA Upgrades project aimed to enhance accessibility and improve the overall functionality of the sports complex. The project involved significant improvements, including the removal and replacement of asphalt pavement, installation of ADA-compliant curb ramps, and the construction of new sidewalks. Additionally, the parking lot was expanded and resurfaced, providing better access and increased capacity for visitors. The project also included upgrades to the drainage system, new striping for parking spaces, and the installation of retaining walls. Electrical improvements were made to support lighting upgrades for the parking areas, ensuring safety and usability during evening hours. The project focused on creating an inclusive environment, addressing ADA compliance, and providing modern, safe facilities. CITY OF LAKE FOREST, ARBOR MINI PARKS IMPROVEMENT PROJECT I The Arbor Mini Parks Improvement Project involved revitalizing the park with several community -focused upgrades. The project introduced new playground equipment, creating a safe and engaging space for children to enjoy. Additionally, picnic areas with shade structures were constructed, providing comfortable spaces for family gatherings and community events. Fitness equipment stations were installed to promote health and wellness, encouraging visitors to engage in outdoor exercise. The project also included the renovation of the restroom facilities, enhancing accessibility and user experience. To improve aesthetics and usability, the project featured new landscaping throughout the park, incorporating drought -tolerant plants and a modern irrigation system to ensure sustainable water usage. A splash pad was installed, adding a fun water play element for children. The new lighting system and an expanded parking lot improved safety and convenience for park users. CITY OF NEWPORT BEACH, SAN MIGUEL PARK IMPROVEMENT PROJECT I The City of Newport Beach initiated the San Miguel Park Improvement Project to revitalize and enhance one of its cherished community parks. The project focused on upgrading various park amenities to improve functionality, accessibility, and aesthetics. Key improvements included the renovation of existing playground equipment, installation of new walking paths, enhanced picnic areas with shade structures, and updated landscaping to create a more inviting environment for residents and visitors. In addition to these upgrades, the project addressed accessibility by adding ADA-compliant features such as ramps and pathways, ensuring that the park is inclusive for all members of the community. Lighting and safety features were also improved to increase security and extend the park's usability into the evening hours. The San Miguel Park Improvement Project supported the City of Newport Beach's mission to provide well -maintained, vibrant public spaces that enhance the quality of life for its residents. Page 63 Docusign Envelope ID: ECC776D0-50E5-49AD-B095-50BB8D28F930 Thomas Russell, Journeyman Electrician Senior Construction/Traffic Signal Inspector CONSULTANTS BUILDING SOLUTIONS Tommy Russell, a State -Certified Journeyman Electrician, serves as the Senior Traffic Signal/Electrical Inspector for the Armstrong Pedestrian Bridge, Legacy Park Phase 3, and N-D South Phase 2 Package 2 projects. With over 25 years of experience, Tommy has successfully delivered over 50 bridge projects, over 60 traffic signal improvement and intersection projects, and more than 15 park projects, including numerous of the Irvine Great Park projects. Tommy's expertise includes traffic signal installations, bridge electrical systems, street lighting, fiber optic communication networks, and Intelligent Transportation Systems (ITS). He has played a critical role in high -profile projects such as the I- 405/SR-55 HOV Interchange Improvement, the Interstate Route 1-210 Extension Bridges, and the Alton Parkway Extension. His ability to coordinate inspections, review RFIs and submittals, and manage contract change orders ensures compliance with Caltrans standards and local regulations. On this project, Tommy will oversee all traffic signal, electrical, and lighting components, applying his extensive knowledge and hands-on approach to ensure quality and safety. His experience with diverse infrastructure projects and proven track record of excellence make him an invaluable asset to the successful delivery of the City of Tustin's projects. PARK IMPROVEMENT EXPERIENCE CITY OF LAKE FOREST, BORREGO OVERLOOK, REGENCY, AND RANCHO SERRANO PARKS I This project encompassed the renovation of three neighborhood parks—Borrego Overlook, Rancho Serrano, and Regency. The renovations aimed to enhance the parks' infrastructure, recreational facilities, and community amenities, bringing them up to modern standards. The scope of work included the installation of new landscaping, upgrades to playground equipment, improvements to sports fields and courts, and the enhancement of walking paths and picnic areas. Additionally, the project focused on ensuring full compliance with ADA standards. This involved constructing new pathways, upgrading restrooms, and installing curb ramps to make the parks accessible to all members of the community, including individuals with disabilities. Other features of the project included installing new lighting for improved safety, enhancing irrigation systems to support sustainable landscaping, and upgrading the parks' overall aesthetic appeal to promote community use and enjoyment. CITY OF LAKE FOREST, ARBOR MINI PARKS IMPROVEMENT PROJECT I The Arbor Mini Parks Improvement Project involved revitalizing the park with several community -focused upgrades. The project introduced new playground equipment, creating a safe and engaging space for children to enjoy. Additionally, picnic areas with shade structures were constructed, providing comfortable spaces for family gatherings and community events. Fitness equipment stations were installed to promote health and wellness, encouraging visitors to engage in outdoor exercise. The project also included the renovation of the restroom facilities, enhancing accessibility and user experience. To improve aesthetics and usability, the project featured new landscaping throughout the park, incorporating drought -tolerant plants and a modern irrigation system to ensure sustainable water usage. A splash pad was installed, adding a fun water play element for children. The new lighting system and an expanded parking lot improved safety and convenience for park users. CITY OF LAKE FOREST, VINTAGE AND SUNDOWNER PARKS I This project involved the comprehensive renovation of two neighborhood parks, Sundowner and Vintage Parks, with the goal of revitalizing these community spaces and enhancing their functionality and accessibility. The renovations included a wide range of upgrades to the parks' infrastructure, such as the installation of new landscaping designed to improve aesthetics and sustainability through drought - tolerant plantings and efficient irrigation systems. Improvements to existing recreational facilities were a key part of the project, with upgrades made to playgrounds, sports courts, and open spaces to ensure they met modern safety and usability standards. CITY OF SOUTH GATE, HOLLYDALE COMMUNITY PARK RENOVATION PROJECT I The renovation of Hollydale Community Park introduced a variety of new elements aimed at enhancing community engagement and park functionality. A new 1,700 square -foot community center was built, providing space for indoor gatherings and events. The project included the construction of outdoor gathering spaces, a turf lawn complete with a movie screen, a modern playground, and a water play area, ensuring diverse recreational opportunities for children and families. Two picnic areas with shade structures were incorporated, along with walking trails and pathways that included fencing and signage for ease of navigation and safety. Page 64 Docusign Envelope ID: ECC776D0-50E5-49AD-B095-50BB8D28F930 Additional elements consisted of a sports court, park signage, and a parking lot, all supported by new lighting and landscaping throughout the park to improve aesthetic appeal and functionality. Key sustainability features included the installation of stormwater chambers, and the use of synthetic turf, decomposed granite, and permeable pavers to reduce water usage and promote environmental responsibility. The concrete flatwork provided durable surfaces for various park sections, including pathways, sidewalks, and the playground areas, further enhancing accessibility and usability. DESERT RECREATION DISTRICT, THE THERMAL COMMUNITY PARK PROJECT I The Thermal Community Park Project, overseen by the Desert Recreation District, is a major development initiative located at 56-500 Olive Street, Thermal, California. Spanning 10 acres, the project is designed to provide a comprehensive recreational space for the community and is scheduled for completion within 12 months. Key features of the park include sports courts, a baseball field, playground, covered picnic areas, outdoor fitness equipment, a covered stage, restrooms, a splash pad, and ample parking facilities, along with essential lighting for safety and usability. This ambitious project involves extensive site preparation, including tree removal, grading, and the construction of various infrastructure components such as concrete and asphalt paths, storm drainage, water, sewer systems, electrical setups, and installation of both signage and fencing for designated areas. Additionally, the project incorporates landscaping with native plants, decomposed granite pathways, and a dedicated irrigation system to ensure sustainable maintenance of green spaces. BRIDGE AND INTERCHANGE EXPEREINCE COUNTY OF ORANGE, FOOTHILL/EASTERN SR 133/261/241 TRANSPORTATION CORRIDOR TOLL ROADS I Project included all facets of electrical construction, Toll Plaza buildings, Traffic Signals, Street Lighting, Sign Lighting, Bridge Electrical/ Communication installation, Directional Boring & Trenching. Fiber Optic Installation & Fusion Splicing, Network Integration for Intelligent Transportation Systems, CCTV & Access Control. COUNTY OF ORANGE, INTERSTATE ROUTE 1-405 / SR- 55 HOV INTERCHANGE IMPROVEMENT I The 1-405/SR-55 HOV interchange concept included additional improvements to improve the flow of traffic on 1-405/55. These improvements included: Construct HOV Flyover bridge lanes from SR-55 Southbound to 1-405 Northbound connector, Construct HOV Flyover bridge lanes from SR-55 Southbound to 1-405 Southbound connector, Construct a HOV Direct Connector along with drop ramps at the 1-405/SR-55 interchange, Construct Traffic management elements such as highway street lighting, with operational control from the Traffic Management Center (TMC) bringing these highways up to full Urban Freeway Standards. COUNTY OF ORANGE, INTERSTATE ROUTE 1-210 EXTENSION BRIDGES @ TOWNE AVE/MOUNTAIN AVE/INDIAN HILL BLVD. OVERCROSSINGS I Caltrans project included constructing (3) new bridges over the New 1-210 Extension Freeway from La Verne to rancho Cucamonga. Our work consisted of installing Dry Utilities in soffit bays, Soffit Lighting, Decorative Street lighting on the bridge rails, Future communication ducts in sidewalk and new Traffic Signal installations. COUNTY OF ORANGE, INTERSTATE ROUTE 1-215 / SR-60 INTERCHANGE WIDENING I This project included widening the existing six lane highway to ten lanes, reconstruction of existing shoulder grades and installing a new median barrier wall. This project included new Ramp metering, Street lighting and fiber TMC communications from Central Ave. north to Route 60- Day St. COUNTY OF ORANGE, INTERSTATE ROUTE 1-405 / JEFFREY RD AND CULVER DR FREEWAY ON -OFF RAMPS OCTA funded the reconstruction of the on and off ramps that are part of the Jeffrey Road and 1-405 Interchange Widening Project by widening the ramps resulting in congestion mitigation and improving traffic operations. COUNTY OF ORANGE, ALTON PARKWAY EXTENSION ORANGE COUNTY PUBLIC WORKS PROJECT I The Alton project and the adjoining County of Orange project were set up to join the existing Alton Parkway Road from Irvine Blvd. in the City of Irvine, through the County of Orange, connecting at the 241 Toll Road in the city of Lake Forest. The Alton project included Signalized intersections, Interconnect, and Street Lighting improvements. COUNTY OF ORANGE, COW CAMP ROAD PHASE 2 - ORANGE COUNTY PUBLIC WORKS PROJECT I Rancho Mission Viejo Development and OC Public Works project included the establishment of an alignment, design, and construction of a new Major Arterial Highway between Antonio Parkway and the Foothill Transportation Corridor ( Los Patrones). Cow Camp Road Phase 2 project constructed four signalized Traffic Signal Intersections. TRAFFIC SIGNAL AND STREET IMPROVEMENT EXPERIENCE COUNTY OF ORANGE, IRVINE GREAT PARK NEIGHBORHOOD TRAFFIC, MOBILITY, STREET REHABILITATION CAPITAL IMPROVEMENT PROJECTS I This transformative project encompassed the design and construction of a comprehensive traffic, mobility, and street rehabilitation system to enhance safety, efficiency, and connectivity throughout the Irvine Great Park neighborhoods. The scope included the installation of 15 new traffic signals, strategically placed to improve traffic flow and reduce congestion at key intersections. In addition, street lighting was installed to enhance visibility and safety for both vehicles and pedestrians, contributing to a safer neighborhood environment. Advanced technologies were integrated into the project, including a fiber communication network and CCTV camera systems installed at all roundabout intersections. These systems enable real-time monitoring and data collection, improving traffic management and supporting the City's broader smart mobility initiatives. The project required careful planning and coordination to Page 65 Docusign Envelope ID: ECC776D0-50E5-49AD-B095-50BB8D28F930 minimize disruption in a bustling residential area while adhering to the City of Irvine's high standards for quality and sustainability. By incorporating innovative solutions and sustainable practices, this project has significantly improved the mobility and quality of life for the Irvine Great Park community, setting a benchmark for future neighborhood infrastructure upgrades. COUNTY OF ORANGE, COW CAMP ROAD PHASE 2 1 The Cow Camp Road Phase 2 project, a collaborative effort between Rancho Mission Viejo Development and Orange County Public Works, involved the design, alignment, and construction of a new major arterial highway connecting Antonio Parkway to the Foothill Transportation Corridor (Los Patrones Parkway). This critical infrastructure project was a key component of the region's long-term mobility strategy, designed to support the growing transportation needs of the surrounding communities and enhance regional connectivity. The project included the construction of four signalized traffic intersections, ensuring smooth traffic flow and improved safety for vehicles, cyclists, and pedestrians. These intersections were equipped with advanced traffic signal systems to optimize traffic management and minimize delays. In addition to the traffic signals, the roadway design incorporated robust safety measures, including dedicated turn lanes, pedestrian crossings, and advanced signage to enhance user experience and safety. Cow Camp Road Phase 2 also focused on sustainable and efficient construction practices. The project team worked diligently to minimize environmental impacts while ensuring compliance with all regulatory requirements. Extensive collaboration among stakeholders, including Rancho Mission Viejo Development, Orange County Public Works, and local agencies, was crucial in delivering this project successfully. CITY OF CORONA, SHERBORN STREET IMPROVEMENT PROJECT I The Sherborn Street Improvement Project in Corona enhanced local infrastructure with comprehensive street upgrades. The project included pavement rehabilitation, curb and gutter installations, and utility improvements, all aimed at boosting accessibility and safety. Landscaping and storm drain enhancements completed the revitalization of this essential roadway. CITY OF CHINO, PAVEMENT REHABILITATION AND SLURRY SEAL PROGRAM I This Project includes street rehabilitation and slurry seal of various streets, including, Pipeline Ave from City Limits to City Limits, Chino Ave from City Limits to City Limits and Schaefer Ave from City Limits to City Limits. Scope of work includes pavement improvements, street resurfacing, crack sealing, slurry seal, localized dig -outs, striping removal/install, and traffic loop detectors. Z&K provided preparation of submittal packages, scheduling, mark outs, meetings, cost control, reviewing RFIs, preparing change order proposals, permits, progress billings, subcontractor coordination, as -built drawings, and final walkthrough/closeout. CITY OF MANHATTAN BEACH, SLURRY SEAL PROJECT NORTH & SOUTH AREAS OF SAND SECTION I The Project involves comprehensive pavement and surface improvements. The scope of work includes striping and paint removal, full - depth asphalt removal and replacement, asphalt patchwork, crack sealing, slurry sealing, sealcoat application, and installation of signage and striping. Additional features of the project include the construction of decorative crosswalks, pressure washing for paint removal at playgrounds, and updated pavement markings in the playground areas within the north section of the Sand Section area. CITY OF CHINO, EUCLID AVENUE STATE ROUTE 83 INTERSECTION PROJECT I The project scope involved traffic signal hardware replacement, pedestrian countdown signal installation, fiber optic communication testing, and intersection and lane upgrades. Additional improvements included street and pavement rehabilitation, clearing and grubbing, AC overlay, utility coordination, and drainage enhancements, boosting intersection safety and traffic management along this major route. CITY OF MANHATTAN BEACH, ADVANCED TRANSPORTATION SYSTEM (MBATS) PROJECT I The project expands the South Bay Fiber Network, implementing a fiber-optic infrastructure that will enhance traffic signal synchronization along Manhattan Beach's main corridors. This upgrade enables advanced traffic management capabilities, such as real-time monitoring, dynamic signal timing, and future support for autonomous vehicle communication. The project is designed to relieve congestion, optimize traffic flow, and increase the responsiveness of traffic systems throughout the city. CITY OF MANHATTAN BEACH, MANHATTAN BEACH BOULEVARD IMPROVEMENTS PROJECT I This project includes upgrades to the traffic signal system at the intersection to support new left -turn pockets and improve overall safety and flow. This project addresses traffic safety and flow issues at the Manhattan Beach Boulevard and Pacific Avenue intersection, where high westbound traffic demand and limited merging space create congestion and sudden braking. The project reconfigures the intersection to include dedicated left -turn pockets in both directions, improving merging distances and enhancing safety for both residents and commuters. CITY OF CHINO, 11TH ST. TRAFFIC SIGNAL MODIFICATIONS AND STREET IMPROVEMENT PROJECT I Project elements included installing new traffic signal hardware, pedestrian countdown signals, fiber optic communication testing, and general signal hardware updates, as well as pavement reconstruction, concrete repairs, marking, and striping. These improvements increased traffic flow efficiency and accessibility at intersections, ensuring compliance with safety standards. Page 66 Docusign Envelope ID: ECC776D0-50E5-49AD-B095-50BB8D28F930 Amber Garcia Labor Compliance Officer CONSULTANTS BUILDING SOLUTIONS Amber Garcia serves as the Labor Compliance Officer for the Armstrong Pedestrian Bridge, Legacy Park Phase 3, and N-D South Phase 2 Package 2 projects. With extensive experience in document control, labor compliance, and office engineering for capital improvement projects, Amber brings meticulous attention to detail and exceptional organizational skills. Her expertise includes certified payroll review, compliance with Davis -Bacon and state prevailing wage laws, and Caltrans filing systems. Amber has supported numerous high -profile projects, including the Hamner Avenue Bridge and Widening Project, Bedford Wash Bridge, and SR-60 Truck Climbing Lanes Project. She has overseen certified payroll reporting, spot interviews, and ensured adherence to federal and state labor compliance regulations. Her proficiency with platforms such as Procore, EADOC, and Primavera streamlines project documentation and facilitates seamless communication among stakeholders. Amber's hands-on approach, critical thinking, and dedication to excellence make her an invaluable asset to these projects. She ensures that all labor compliance aspects are managed effectively, contributing to the successful and timely delivery of the City of Tustin's infrastructure improvements. RELEVANT PROJECT EXPERIENCE CITY OF SAN BERNARDINO, 2ND STREET BRIDGE I The 2nd Street Bridge in the City of San Bernardino was a transformative infrastructure project designed to enhance traffic flow, pedestrian access, and safety in the downtown area. This project replaced the existing at -grade railroad crossing with a modern bridge structure, eliminating delays caused by train traffic and improving connectivity between key areas of the city. The new bridge featured a multi -lane roadway for vehicles, along with dedicated pedestrian pathways, enhancing accessibility and promoting multimodal transportation. Its design incorporated aesthetic elements to align with the surrounding urban environment, contributing to the revitalization efforts in the downtown San Bernardino area. The project also addressed key challenges such as utility relocations, traffic management during construction, and coordination with multiple agencies, including local businesses and residents, to minimize disruption. Completed successfully, the 2nd Street Bridge stands as a critical piece of infrastructure that improves safety, reduces traffic congestion, and supports the city's economic growth and urban development initiatives. By fostering greater connectivity and efficiency, this project has significantly benefited both commuters and the broader community of San Bernardino. CITY OF SAN BERNARDINO, MEADOWBROOK PARK PEDESTRIAN BRIDGE I The Meadowbrook Park Pedestrian Bridge, located in San Bernardino, served as a vital connector for pedestrian traffic, providing safe access within the local community. Unfortunately, in 2017, the bridge sustained severe damage from a fire, reportedly caused by individuals experiencing homelessness. This incident brought attention to the vulnerability of public infrastructure to various risks, including both environmental and social challenges. Although public information on the progress of the bridge's repair or replacement has been scarce, efforts to restore the bridge remain a top priority. The goal is to ensure the restoration of pedestrian safety and improve the overall accessibility of the area. CITY OF SAN BERNARDINO, NICHOLSON PARK IMPROVEMENT PROJECT I The Nicholson Park Project involved a comprehensive overhaul of the park's facilities and infrastructure to better serve the local community. The project featured the selective demolition of outdated structures, followed by grading, drainage, concrete and asphalt paving, fencing, and ballfield renovations. It also included the installation of a new play area, renovation of the existing restrooms, and construction of a new pre -fabricated restroom / snack bar / storage building. Additional improvements consisted of site furnishings, basketball surfacing, shade structures, electrical work, lighting, and the installation of planting and irrigation systems. The park includes baseball diamonds (Little League and Senior League) with a concession stand and restroom, an outdoor basketball court, a playground area, restrooms, a Recreation/Community Center, a picnic shelter, barbecue grills, and community garden. CITY OF SOUTH GATE, CIRCLE PARK REHABILITATION PROJECT I The Project focuses on enhancing recreational facilities and amenities to better serve the local community. The project includes the installation of a new playground with modern play equipment, exercise stations, and various courts, such as a basketball court, pickleball court, and futsal court. New tube steel fencing, gates, and concrete paving are being installed, along with a variety of hardscape improvements, including the installation of pavers and synthetic grass. Additional features include shaded picnic areas, benches, and picnic tables to provide spaces for community gatherings. The park's landscaping is being enhanced with new trees, plants, and an improved irrigation system to support sustainable green spaces. Page 67 Docusign Envelope ID: ECC776D0-50E5-49AD-B095-50BB8D28F930 now +�7114. IL IL F JL '1■,3 i "�,q17 - - 4 ruJ i FEE PROPOSAL & STATEMENT OF OFFER & SIGNATURE CONSULTANTS BUILDING SOLUTIONS Page 68 Docusign Envelope ID: ECC776D0-50E5-49AD-B095-50BB8D28F930 uirements outlined in the City of Tustin's RFP for the Armstrong Pedestrian Bridge (CIP 70257), P 20083), and N-D Sou'b+ _ Phase 2 Package 2 (CIP 70256) projects, Z&K Consultants, Inc. has e Fee Proposal. The Fee ftpo8al has been uploaded as a separate file in Open.Gov to } City's submission guidelines. C ur ee.P tho ' htful�y designed toRrovide tr sparency, accuracy, and compliance with all RFP requirements', It ler `f`s o' b of the Cityis expectations monstrates our commitment to d�li�uering exceptional value e fol►owi on are included: a .} �- • Det Work Program: Awell-defined work,/ins is provided, outlining the tasks and deliverables for each pha the three projects. This program enme t w e City's scope of w.wk and provides dear road 'for successfu1,project execution. 1 • Labor. Breakdown: The Fee Proposal coetail(i"'breakdown of labor hours catego*' _ b �, �. ;I emplo (ling classification. Each task is ass/ ith as�cific labor allo ti on, ensurin' ari� 46;- reso ' ill be utilized. ;7y� �-!-� • Cost o -Labor and Sub -Consultant SeNicesi: A comprehensive breakdown of non -labor hses and iated with sub -consultants is inskided, offering transparehcy i'R'all anticipated expenditures. This ity has a clear understanding of where project resources are, -.Allocated. r lic Meetings: Altl ou A pu ., ings are anticipate we have included a unit-dost to ny meetings that may apse dor to ject term, providingilexibility and foresight. gs: A billing framework is tailed in'thfeNrsur4gly Pal, with line items reflective of the project scope of work completeJ(e s system .v and clear invoicing, aligned with the City's f itl�.4 ts. s 'JT osal reflects Z&K's firm offer foray period ands heres to the City's stipulations regarding es and price escalations.ee Pro. osal ans with the scope of work described in this proposal, in delivery and'cost mane City'of Tustin ts, Inc., understands the importf balancing cost-effectiveness with high -quality services. Our 'd feeoposal demons our ability to rrigotahese du"al objectives while adhering to the City'sments. By integ ng precise labor allqs, thoughtful res6u�'ce planning, and comprehensive billing practices, we provide a clear patf�i ( 'the City to evaluate and negotiate the Fee Proposal with confidence. Sy submitting this detailed Fee Proposal, Z& : Consultants, Inc. reaffirms its commitment to delivering cost-effective, high- lity services that meet and exceed the Cit s ex0e 'tationsv � A EMEKT-OF 11 & 1 GNX E' roposal cydnsCitutes a firm offer.t C. n ult/ _ Inc. (Z&K) to provide the profession services outlined herein of nilip'fy (90) days from the date 6 uuub ission. The undersigned, an authorized r., ntative of Z&K, certifies rm tiq`ri contained in this proposal i�' c rate and,:binding. 1 .J•s j' if yr I' Y All a d Docusign Envelope ID: ECC776D0-50E5-49AD-B095-50BB8D28F930 � . %� �- ,��-_� i\ _ - wry' _ a �-,,,�g-•'�,���, � 5� � �`J -\\°MmOt AL ?? t APPENDIX A ADDENDUM ACKOWLEDGEMENT CONSULTANTS BUILDING SOLUTIONS Docusign Envelope ID: ECC776D0-50E5-49AD-B095-50BB8D28F930 /00 �=-O. 0 ; rw �U�s I November 22, 2024 DEPARTMENT OF PUBLIC WORKS Remembering what connects us. TO: PROSPECTIVE BIDDERS SUBJECT: ADDENDUM NO. #1 RFP for Professional Consulting Construction Management Services for Armstrong Ped Bridge (CIP 70257), Legacy Park Ph.3 (CIP 20083), N-D South Phase 2 Package 2 (CIP 70256) Construction This is a modification to the RFP package for the project referenced above. This Addendum includes the following update: The proposal submission deadline has been revised from November 22 at 4:00 PM to December 5, at 12:00 PM. Sincerely, Z&K Consultants, Inc. acknowledges Addendum No. 1 r�dCadat4v issued on November 22, 2024. Mark Khudadatov, Principal Engineer C-x4-L Crystal Fraire, PE President/Principal-in-Charge Each bidder shall acknowledge receipt of the Addendum in the City's electronic bidding system, ProcureNow. Failure to do so may cause the RFP to be disqualified. 300 Centennial Way, Tustin, CA 92780 • 714-573-3150 • tustinca.org Docusign Envelope ID: ECC776D0-50E5-49AD-B095-50BB8D28F930 -40: APPENDIX B ADDITIONAL RESUMES CONSULTANTS BUILDING SOLUTIONS Docusign Envelope ID: ECC776D0-50E5-49AD-B095-50BB8D28F930 Education -High School Diploma, Redlands East Valley High School, 2004 - OSHA 10 Registration / Certification - PCI Level III, #14594 - ACI I, #1260809 - CWI, #20022691 - NACE 2, #102266 Years with ZTC Total Years of Experience 17 ANDREW SORIA, PCI III, ACI I, CWI, NACE 2 Lead Precast Source Inspector �Z�Tc ZT CONSULTING Andrew is an experienced precast and steel inspector with about 17 years of experience in mix design, concrete placing, sampling, testing, and inspection of precast prestressed concrete girders and steel structures. He is a Precast Concrete Institute Certified Quality Control Level III (PCI III), which is the highest precast inspection certification that an inspector can achieve. He was the Quality Control Manager (QCM) and the lab manager for a large precast fabricator in Highlands, CA. He has managed and performed daily quality control inspections of precast fabrication. He was responsible for developing the concrete mix designs, preparing precast quality control plans (PCQCP), meeting with Caltrans and other public agency's Structural Material Representatives (SMRs) to address their questions, scheduling daily Quality Assurance (CA) inspections, generating RFIs, and resolving non-conformance reports (NCRs) both internal (QC) and from agencies (CIA). He is a Certified Weld Inspector (CWI) and has vast knowledge of steel welding inspection. RELEVANT PROJECT EXPERIENCE QA Inspector for SBCTA SR-210 & Base Line Road San Bernardino County, CA 101/2020 to Present $150M This project consists of making improvements to a portion of SR-210 0.1 mile east of Del Rosa Avenue to Lugonia Ave. These improvements consist of widening inside and outside lanes, the addition of one mixed flow lane in each direction in median, adding auxiliary lanes and acceleration/deceleration lanes at selected locations and improving Base Line Interchange at SR 210 from Sterling Ave to Lugonia Ave in cities San Bernardino, Highland and Redlands. As Quality Assurance (CA) Inspector, Andrew is responsible forthe sampling and release of various materials. QA Inspector for City of Fountain Valley, 1-405 DB, Water Pipe Relocation, Fountain Valley, CAI 12/19 to Present I On -Call ZTC is supporting City of Fountain Valley on QA verification of water pipeline installation, performed by Design -Builder, OC Partners, on 1-405 Design -Build project. ZTC role is steel inspection verification for field welding of water pipes crossing about 8 bridges. Andrew is the field CA steel inspector performing in -process steel inspection. He coordinated the inspection, performed steel inspection, and prepared field reports. QA Inspector, Soundwall Package 11, LACMTA, Los Angeles, CA 103/2017 to 10/2021 1 $56M The project is constructing sound walls along the State Route 170 and Interstate 405 Freeways in the City of Los Angeles and the County of Los Angeles. There are to be eight bridge widenings and 28,592 linear feet of sound wall and retaining walls. Andrew is the project lead QA inspector responsible for column casing welding and coating at jobsite. He performed in -process steel inspection for various column retrofits during course of column assembly for about 6 months. He is supporting other QA inspector in precast concrete inspection of precast prestressed girders. QA Inspector for SBCTA SR-60 Archibald Ave Interchange Ontario, CA 106/2019 to 08/2021 1 $13M The project features new right -turn pockets, additional left -turn pockets onto ramps from Archibald Ave., widening of ramps to accommodate additional lanes and the enhancement of sidewalks, crosswalks, and curb ramps. As Quality Assurance (QA) Inspector, Andrew is responsible for the sampling and release of various materials. QA Inspector for RCTC SR-60 Truck Climbing Lanes Moreno Valley, CA 105/2019 to 05/2020 1 $113M The project consists of the construction of a truck climbing and truck descending lanes, as well as inside and outside shoulders in both eastbound and westbound directions of the State Route 60. As Quality Assurance (QA) Inspector, Andrew is responsible for the sampling and release of various materials. Docusign Envelope ID: ECC776D0-50E5-49AD-B095-50BB8D28F930 2�T�c ZT CONSULTING QA Inspector for RCTD Scott Road/ 1-215 Interchange, Murrieta, CAI 12/2018 to 08/2020 1 $43M The project proposes the construction of improvements to the existing freeway interchange at Scott Road (built in 1979) and the Interstate 215, located within the cities of Menifee and Murrieta in Riverside County. The project will replace the existing Scott Road overcrossing bridge and widen Scott Road to four lanes. The existing ramps will be reconstructed to a modified partial cloverleaf configuration and connect with the widened cross section of Scott Road, adding a northbound loop off -ramp and a southbound loop on -ramp and reconfiguring the existing northbound and southbound off ramps. As Quality Assurance (QA) Inspector, Andrew is responsible for the sampling and release of various materials. QA Inspector for City of Orange Public Works OSO Parkway Orange County, CA 107/2018 to 08/2019 1 $18M The project will construct an overcrossing bridge structure at Oso Parkway and mainline roadway between the southern terminus of the State Route 241 (SR 241) toll road and the northern terminus of the future Los Patrones Parkway. As Quality Assurance (QA) Inspector, Andrew is responsible for the visual inspection of bridge soffits, observing in -process NDE and visually inspecting the interior bays of bridges. QA Inspector for SANDAG Mid -Coast Corridor Transit Project, Sequoia, CA 1 05/17 to 07/19 1 $2.176 The project construction extended the Trolley Blue Line service from Santa Fe depot to Downtown San Diego in City of San Diego, CA. Andrew was the QC/QA precast Inspector for 144 precast prestressed post -tensioned Tub girders of unique design at Oldcastle Precast in Perris CA. He was responsible for observing and verifying the precast prestressed fabrication of Tub girders both straight and curved with post -tension ducts and prestressed strand. Curved girders designed with only PT. Andrew inspected and released a total of 144 girders. He also sampled and tested strands, as well as verified concrete quality. Andrew worked closely with MCTC QCM to address all the specifications requirements (PCQCP, Mix Design, Repair Procedures, etc.) and issues that arose during the precast concrete fabrication. QA Inspector for SBCTA Monte Vista Grade Separation, Montclair, CA 1 08/17 to 08/19 1 $20M The project construction is replacing the at -grade Monte Vista Avenue and UPRR railroad tracks with an overpass in City of Montclair, CA. Andrew was the QA precast Inspector for about 54,000 SF of VISE precast panels (about 2,200 precast panels) at Con -Fab Shafter. He was responsible for overseeing the precast prestressed fabrication of Bulb Tee 1-girders with post -tensions. During a period of two and a half months, Andrew inspected a total of 27 fabricated girders. He also sampled and tested strands, as well as verified concrete quality. Andrew worked closely with SBCTA SMR to address all the specifications requirements (PCQCP, Mix Design, Repair Procedures, etc.) and issues that arose during the precast concrete fabrication. QA Inspector for City of Corona 1-15 & Cajalco Road, Corona, CA 1 07/2017 to 10/2019 1 $56M Project construction widened Cajalco Road from two lanes to six lanes starting from Temescal Canyon Road to Bedford Canyon Road. Andrew inspected precast Mechanical Stabilizing Embankments (MSE) and performed both verification and testing. He also performed sampling verification of anchor banks. QC Manager for RCTD 1-10 and Jefferson Interchange, Indio, CA 1 1/14 to 08/17 1 $56M The project was demolishing the existing bridge and replacing with new six -lane bridge. Andrew was the precast fabricator QCM who managed the QC inspections for fabrication of 23,200 SF (about 1,000 precast panels) of complex precast VISE wall panels which were designed with architectural curvatures in plan and variation in depth. Andrew managed the QC of the precast fabrication and worked closely with the RCTD QA inspectors for third party verifications. Docusign Envelope ID: ECC776D0-50E5-49AD-B095-50BB8D28F930 Education -High School Diploma, San Gabriel High School, 1993 -East Los Angeles Skills Center: Structural Steel Welding -SSTC: High Strength Bolts Seminar Registration / Certification - AWS CWI, #06030191 - PCI. Level 11, #13169 - PCI Level I, #13166 - ACI Concrete Field Testing Grade I, #01049259 - ICC Special Inspector #5261972 - Reinforced Steel - Structural Steel & Bolting - Structural Welding Years with ZTC 6 Total Years of Experience TC ZT CONSULTING DAN CHAN( , CWI, PCI II, NDT UT/MT QA Source Inspector Dan Chang is a QA steel and concrete inspector with about 18 years of inspection experience on highway construction projects. He is a steel and precast inspector with NDT certifications. He has performed steel and concrete fabrication inspections on various materials such as electrical poles, overhead sign structures, steel structures, precast prestressed piles, precast prestressed girders, VISE panels, etc. He has performed structural material sampling on various materials such as welded hoops, anchor bolts, etc. Dan has reviewed various welding quality control submittals and steel fabrication shop drawings. He has spent numerous months in Arizona, performing QA verification inspection on steel bridge fabrication. RELEVANT PROJECT EXPERIENCE CIA Inspector for City of Santa Clarita, Sierra Highway Pedestrian Bridge, Santa Clarita, CA 1 11/17 to 10/2018 1 $3M This project consisted of the construction of a steel pedestrian bridge over Sierra Highway, including the associated approach ramps. Dan was the CIA inspector for the steel bridge fabrication plant located in Arizona. He spent close to 4 months in the shop and performed steel inspection, material verification, weld inspection, camber verification, NDT inspection (UT and MT), weld procedure qualification, among other activities. He performed CIA verification on double -shift shop fabrication by staggering his workload and performing random inspection. CIA Inspector for City of Monterey, SR-68 Holman Highway Roundabout Monterey, CA 1 06/2016 to 04/2017 1 $5.7M The project consisted of constructing a roundabout located on State Route 68 and the Highway 1 southbound exit ramp and the intersection of 17 Mile Drive / Highway 1 southbound entrance ramp. Dan worked as a OA source inspector, inspecting items such as electrical poles, anchor bolts, welded hoops and overhead sign structures. CIA Inspector for SBCTA 1-10 and Pepper Overcrossing, Colton, CAI 03/2016 to 01/2017 1 $10M The project consisted of a replacement overcrossing bridge structure at Interstate 10 (1-10) and Pepper Avenue within the City of Colton and the County of San Bernardino. Dan was a QA Inspector for items such as epoxy coated bars, anchor bolts, high strength bolts, welded hoops and other materials. CIA Inspector for City of Calabasas, Lost Hills Overcrossing, Calabasas, CA 1 06/2015 to 07/2017 1 $22M The project construction included the replacement of the existing 2 lane overcrossing on U.S. Highway 101 with a 5- lane precast prestressed concrete bridge. Dan was the QA inspector responsible for a total of 30 precast prestressed girder fabrication inspection, verification, and release at the precast plant in Bakersfield, CA. He was there for a period of 3 months. CIA Inspector for City of Santa Clarita, Golden Valley Road at SR-14 Santa Clarita, CA 1 03/2015 to 03/2016 1 $6M Docusign Envelope ID: ECC776D0-50E5-49AD-B095-50BB8D28F930 �Z�Tc ZT CONSULTING This project involved widening the existing Golden Valley Road (GVR) bridge from two-lane overpass to six lanes, including two through lanes and one left -turn lane in each direction for access to northbound and southbound SR-14. Dan worked as a CIA source inspector on welded hoops, prestressing components, and other materials. CIA Inspector for RCTD 1-10 and Jefferson Interchange, Indio, CAI 01/2014 to 08/2017 1 $56M The project construction consisted of demolishing the existing bridge and northbound Indio Boulevard overcrossing. It was then replaced with a new six -lane bridge, complete with bicycle lanes on each side and a sidewalk on the northbound side of Jefferson Street at 1-10. Dan worked as a QA source inspector on the project for items such as welded hoops, epoxy coated bars, VISE precast panels, overhead sign structures, light poles, electrical components, and more. CA Inspector for City of Santa Barbara, Cabrillo Bridge Replacement, Santa Barbara, CAI 10/2014 to 10/2016 $10M This project consisted of the replacement of the Cabrillo Bridge in City of Santa Barbara with a precast voided slab bridge. Dan performed CIA precast concrete inspection of voided slabs. He performed pre -pour, port, and post pour inspection at the fabricator shop during fabrication. A total of 40 skewed voided precast prestressed slabs were fabricated in about one month of fabrication time. CA Inspector for City of San Luis Obispo, Los Osos Valley Road Widening at SR-101, San Luis Obispo, CA 1 09/2014 to 12/2015 1 $17M The project construction included the widening of the Los Osos Valley Road (LOVR) at SR-101 and widening the San Luis Obispo Creek. Dan worked as a CIA source inspector on welded hoops, prestressing components, and other materials. CA Inspector for Metrolink, Empire Burbank Avenue Grade Separation and other railroad improvements 07/2014 to 12/2015 1 $39M The Empire Interchange / Interstate 5 Improvement Project was a series of enhancements to the Interstate 5 Freeway, including a new interchange at Empire Avenue. Dan served as a CIA Inspector on this project and provided source inspection support of precast items such as VISE wall panels and precast prestressed concrete piles to AECOM/Sequoia team. On Call Caltrans State -Wide Source Inspection Contract — CIA Source Inspector for Southern California: 05/2012 to 06/2014 1 $12M Dan performed various aspects of visual weld inspection such as observing work done per plan, RFI, change orders and WPS, communicating with steel/welder foreman, superintendent, engineer, IOR inspectors, verifying welders were qualified for the work they performed, qualifying welders on site, reviewing welding procedure specifications (WPS),and monitoring welding parameters such amperage, voltage, wire speed, travel speed, joint configuration and fit -up, and observing welds to meet weld profile per AWS D1.1 or AWS D1.5. Here are a few selected projects: - Caltrans SR-91 Widening - EA: 08-448404 — $125 Million - Caltrans, 1-215 / 1-210 - EA:08-OM94U4 — $165 Million CIA Inspector for State Educational and Public Health Facilities 1 08/2007 to 08/2009 Dan performed special steel and concrete inspection for several State educational and public health facilities. His duties included: CA inspection, sampling high strength and anchor bolts, witnessing, performing, and reviewing charpy-V impact tests, reviewing WPS, and inspecting precast/prestressed concrete piles. Docusign Envelope ID: ECC776D0-50E5-49AD-B095-50BB8D28F930 Education San Diego State University, San Diego, CA -B.S. Civil Engineering, 2017 DERICK HOBBS, CQA, E.I.T. ACI I, PCI II Structural Material Representative / Quality Engineer �Z�Tc ZT CONSULTING Derick is an ASQ Certified Quality Auditor (CQA) who holds an EIT Certification in the State of California with over 5 years of experience. He oversaw review of construction documents, analyzing construction practices and developing critical path analysis while working at the California Department of Transportation, District 11. He also worked as a Project manager, where he oversaw the project permitting, plan corrections and project scheduling. He gained experience assisting in design, management, and construction of projects. Derick has developed knowledge of Caltrans Standard Specifications while working as a Quality Engineer (QE). As QE, Derick has assisted in preparation and implementation of the Source Inspection Quality Management Plan (SIQMP), preparation and implementation of the Quality Management Plan (QMP), preparation of monthly reports, completion of QA material inspection reports, submittal review, Quality Control Plans (QCP) review, performance of facility audits, inspection verification, and material specification. Registration/ RELEVANT PROJECT EXPERIENCE Certification Quality Engineer for RCTC 1-15 Railroad Canyon Interchange Lake Elsinore, CA 105/2020 to - CQA, #72874 Present I $39M - E.I.T. #169854 The project will result in several major changes to the current interchange, including the following: - ACI I two new lanes on Railroad Canyon Road through the interchange, reconstruction of the - PCI II #1812597 northbound diamond ramps to hook ramps to connect to Grape Street, construction of auxiliary Years with ZTC and deceleration lanes on 1-15, and construction of improved pedestrian and bicycle facilities 4 years through the interchange. As the Quality Engineer (QE), Derick is preparing the Source Inspection Total Years of Experience Quality Management Plan (SIQMP) addendums for Caltrans Oversight SMR, implementing the 5 vaarc SIQMP, coordinating and managing QA source inspection, preparing the monthly SIQMP reports, and preparing audit project folders in preparation for Caltrans METS/OSM audits. Quality Engineer for SBCTA SR-210 & Base Line Road San Bernardino County, CA 101/2020 to Present I $150M This project consists of making improvements to a portion of SR-210 0.1 mile east of Del Rosa Avenue to Lugonia Ave. These improvements consist of widening inside and outside lanes, the addition of one mixed flow lane in each direction in median, adding auxiliary lanes and acceleration/deceleration lanes at selected locations and improving Base Line Interchange at SR 210 from Sterling Ave to Lugonia Ave in cities San Bernardino, Highland and Redlands. As the Quality Engineer (QE), Derick is preparing the Source Inspection Quality Management Plan (SIQMP) addendums for Caltrans Oversight SMR, implementing the SIQMP, coordinating and managing QA source inspection, preparing the monthly SIQMP reports, and preparing audit project folders in preparation for Caltrans METS/OSM audits. Quality Engineerfor SBCTA 1-10 & University Street Interchange San Bernardino County, CA 110/2019 to Presentl $3M The scope of the project includes synchronization of signals, roadway widening, and construction of a retaining wall, along University Street between Citrus Avenue and Central Avenue. As the Quality Engineer (QE), Derick is preparing the Source Inspection Quality Management Plan (SIQMP) addendums for Caltrans Oversight SMR, implementing the SIQMP, coordinating and managing QA source inspection, preparing the monthly SIQMP reports, and preparing audit project folders in preparation for Caltrans METS/OSM audits. Quality Engineer for Metro Sound Wall Package 11, Los Angeles, CA1 12/2018 to 10/2021 1 $54M Docusign Envelope ID: ECC776D0-50E5-49AD-B095-50BB8D28F930 2�T�c ZT CONSULTING The project proposes the construction of sound walls along the State Route 170 and Interstate 405 Freeways in the City of Los Angeles and the County of Los Angeles. There are to be eight bridge widenings and 28,592 linear feet of sound wall and retaining walls. As the Quality Engineer (QE), Derick is preparing the Source Inspection Quality Management Plan (SIQMP) addendums for Caltrans Oversight SMR, implementing the SIQMP, coordinating and managing QA source inspection, preparing the monthly SIQMP reports, and preparing audit project folders in preparation for Caltrans METS/OSM audits. Quality Engineer for Scott Road/ 1-215 Interchange, Murrieta, CA 1 12/2018 to 08/2020 1 $43M The project proposes the construction of improvements to the existing freeway interchange at Scott Road (built in 1979) and the Interstate 215, located within the cities of Menifee and Murrieta in Riverside County. The project will replace the existing Scott Road overcrossing bridge and widen Scott Road to four lanes. As the Quality Engineer (QE), Derick is preparing the Source Inspection Quality Management Plan (SIQMP) addendums for Caltrans Oversight SMR, implementing the SIQMP, coordinating and managing QA source inspection, preparing the monthly SIQMP reports, and preparing audit project folders in preparation for Caltrans METS/OSM audits. Quality Engineer for RCTD 1-15 & Limonite Interchange, Eastvale, CA 1 12/2018 to 07/2020 1 $ 48M The project proposes the construction of improvements to the existing freeway interchange at Scott Road (built in 1979) and the Interstate 215, located within the cities of Menifee and Murrieta in Riverside County. The project will replace the existing Scott Road overcrossing bridge and widen Scott Road to four lanes. As the Quality Engineer (QE), Derick is preparing the Source Inspection Quality Management Plan (SIQMP) addendums for Caltrans Oversight SMR, implementing the SIQMP, coordinating and managing QA source inspection, preparing the monthly SIQMP reports, and preparing audit project folders in preparation for Caltrans METS/OSM audits. Quality Engineer for City of Beaumont Potrero Road Interchange Beaumont, CA 1 12/2018 to 06/2019 1 $25M The project consisted of constructing a new State Route 60/Potrero Blvd interchange, and constructing a six -lane overcrossing bridge with center median and bicycle lanes, as well as a connecting ramp on Western Knolls to Potrero Blvd. The freeway was widened at the Western Knolls and SR-60 connection on both the north and south sides. Freeway widening also took place at the current Potrero Bridge location. As the Quality Engineer (QE), Derick prepared the Source Inspection Quality Management Plan (SIQMP) addendums for Caltrans Oversight SMR, implemented the SIQMP, coordinated and managed QA source inspection, prepared the monthly SIQMP reports, and prepared audit project folders in preparation for Caltrans METS/OSM audits. Quality Engineer for SBCTA Monte Vista Grade Separation Montclair, CA 1 08/2017 to 08/2019 1 $20M The project construction consisted of replacing the at -grade Monte Vista Avenue and UPRR railroad tracks with an overpass in the City of Montclair, CA. As the Quality Engineer (QE), Derick prepared the Source Inspection Quality Management Plan (SIQMP) for Caltrans Oversight SMR, implemented the SIQMP, coordinated and managed QA source inspection, prepared the monthly SIQMP reports, and prepared audit project folders in preparation for Caltrans METS/OSM audits. Quality Engineer for City of Los Angeles North Atwater Non -Motorized Multimodal Bridge Los Angeles, CA 1 08/2018 to 11/2019 1 $10M This project was the construction of a cable -stayed steel bridge spanning over LA River supported on a single pier for pedestrian/cyclists, and equestrians. As Quality Engineer (QE), Derick assisted in testing vibration responses to cable stays during various excitement scenarios. Docusign Envelope ID: ECC776D0-50E5-49AD-B095-50BB8D28F930 Education High School Diploma, Santa Ana High School — California - 2001 Registration / Certification - PCI Level I, #12285 - PCI Level II, #12508 David Ramirez, ACI, PCI I, PCI II 2�T�c ZT CONSULTING QA Source Inspector David is an experienced precast concrete inspector with over 12 years of experience in mix design, concrete placing, sampling, testing, and inspection of Precast Prestressed Girders, VISE Panels, Box Culverts, and Prestressed Panels. He is a Precast Concrete Institute Certified Quality Control Level II (PCI II). David started his career in 2009, working as a Quality Control Inspector (QCI) at Pro -Cast Products Inc. in Highland, California. In 2017, he was promoted to Quality Control Manager (QCM), where he managed the QC Lab and testing operations, performing daily quality control inspection of precast fabrication. He was responsible for preparing precast quality control plans (PCQCP), meeting with Caltrans and other public agency's Structural Material Representatives (SMRs) to address their questions, scheduling daily Quality Assurance (CA) inspections, generating RFIs, and resolving non-conformance reports (NCRs) both internal (QC) and from agencies (CIA). RELEVANT PROJECT EXPERIENCE QA Inspector for RCTC Ultimate SR-91 Corridor Improvement Project Orange County, CA 05/2020 to Present I $32M - ACI Concrete Field Testing This portion of the Ultimate SR-91 Corridor Improvement Project is being described as the 91 Grade I Corridor Operations Project (COP). The 91 COP consists of the following project components: NPCA Certified Inspector and adding a general purpose (GP) lane approximately 2 miles in length in the WB direction on SR - Concrete Lab Technician 91 from Green River Road to SR-241. This lane would terminate at SR-241. This would involve Caltrans Certified adding approximately 9 feet of outside widening to SR-91 at some locations and restriping in Years with ZTC others, widening the County Line Creek Bridge, constructing new retaining walls approximately 2 3,200 feet in length and approximately 6 - 28 feet in height on the north side of SR-91, Total Years of Experience reconstructing a portion of Green River Road, and replacing overhead signs. As the QA Inspector 12 (QAI), David is responsible for performing in -process QA verification of MSE precast concrete panels. CA Inspector for SBCTA 1-10 & University Street Interchange San Bernardino County, CA 110/2019 to Present $3M The scope of the project includes synchronization of signals, roadway widening, and construction of a retaining wall, along University Street between Citrus Avenue and Central Avenue. As the QA Inspector (QAI), David is responsible for performing in -process QA verification, sampling and releasing of various materials. QA Inspectorfor RCTC 1-215 & Placentia Interchange Perris, CA 103/2020 to 10/20221 $45M The project will add new ramps on the east and west side of 1-215 in a diamond interchange configuration, shift the East Frontage Road east of the interchange, and close the West Frontage Road. As the QA Inspector (CAI), David is responsible for performing in -process QA verification, sampling and releasing of various materials. QA Inspectorfor RCTD Ave 66 GS Mecca, CA 1 05/2020 to 09/2021 1 $37M The project is in Riverside County from 0.47 miles east of State Route 86 to 0.45 miles west of Johnson Street. The purpose of the project is to provide a grade separated crossing over the existing UPRR, SR-111 and Hammond Road in the Mecca Community that will provide the following benefits: provide a secondary access point to the Community of Mecca, secondary access for emergency vehicles crossing the railroad tracks, and pedestrian facilities that will compliment other active pedestrian projects. Improve goods movement including agribusiness throughout Coachella Valley and safety by reducing train and vehicle/pedestrian conflicts. Docusign Envelope ID: ECC776D0-50E5-49AD-B095-50BB8D28F930 Education University of Southern California, Los Angeles, CA -PhD Civil Engineering, 2006 -M.S. Structural Engineering, 2001 Iran University of Science and Technology, Iran -B.S. Civil Engineering, 1995 Registration / Certification - Registered Civil Engineer, CA, #C71403 - CWI, #11081291 - ACI I, #1226819 - ASQ CQA, # 67819 - PCI III #14342 FARZAD TASBIHGOC, PhD, PE, CQA, CWI, PCI III Source Inspection Manager / Senior Quality Engineer �Z�Tc ZT CONSULTING Farzad is a registered civil engineer with the State of California, Certified Weld Inspector (CWI), and Certified Quality Auditor (CQA) with American Society for Quality (ASQ) with about 20 years of work experience in design, structure construction, and QC/QA on public transportation projects. He has a strong engineering design background with extensive experience in verification inspection, surveillance audits, and quality assurance services. He has assisted numerous local agencies in the design and construction of their public projects. He has developed and implemented QMP, SIQMP, and construction QC/QA specifications on numerous projects. Farzad has a well-earned reputation for his knowledge of Caltrans Standard Specifications and Greenbook specifications within Caltrans METS, District, and Structure Construction. He has extensive working knowledge of welding codes (AWS), weld inspection, and steel fabrication with railroad code (AREMA). He assisted Caltrans steel committee in implementing Electroslag Welding (ESW) requirements in one of the first Caltrans projects utilizing ESW in District 8. RFI FVANT PRnIFCT FXPFRIFNCF Structural Material Representative RCTC SR-91 Corridor Operations Project Riverside & Orange Counties, CA 1 05/2020 to Present I $36M The project will add a new lane to westbound 91 for approximately two miles between the Green River Road on -ramp and the southbound Route 241 connector. As the Structural Material Representative, Farzad is preparing the Source Inspection Quality Management Plan (SIQMP) for Caltrans Oversight SMR, implementing the SIQMP, and coordinating and managing source fabrication, structural material and electrical verification and testing. He also reviews fabrication submittals, such as PCQCPs, Shop Drawings, and Concrete Mix Designs. Structural Material Representative for SBCTA SR-210 & Base Line Road San Bernardino 2016/2017 - Safety Training, County, CA 101/2020to Present $150M 6/ -State of California -Safety This project consists of making improvements to a portion of SR-210 0.1 mile east of Del Rosa Assessment Program - DSW Avenue to Lugonia Ave. These improvements consist of widening inside and outside lanes, the Evaluator ID 64449 addition of one mixed flow lane in each direction in median, adding auxiliary lanes and Years with ZTC acceleration/deceleration lanes at selected locations and improving Base Line Interchange at SR 8 210 from Sterling Ave to Lugonia Ave in cities San Bernardino, Highland and Redlands. As the Structural Material Representative, Farzad is preparing the Source Inspection Quality Total Years of Experience 20 Management Plan (SIQMP) for Caltrans Oversight SMR, implementing the SIQMP, reviewing shop drawings for multiple materials, and coordinating and managing source fabrication, structural material and electrical verification and testing. SMR for RCTC 1-15 Railroad Canyon Interchange Lake Elsinore, CA 105/2020 to Present I $39M The project will result in several major changes to the current interchange, including the following: two new lanes on Railroad Canyon Road through the interchange, reconstruction of the northbound diamond ramps to hook ramps to connect to Grape Street, construction of auxiliary and deceleration lanes on 1-15, and construction of improved pedestrian and bicycle facilities through the interchange. As the Structural Material Representative, Farzad is preparing the Source Inspection Quality Management Plan (SIQMP) for Caltrans Oversight SMR, implementing the SIQMP, and coordinating and managing source fabrication, and structural material and electrical verification and testing. He also reviews fabrication submittals, such as PCQCPs, Shop Drawings, and Concrete Mix Designs. Senior Quality Manager for LACMTA Soundwall Package 11, Los Angeles, CA 1 03/2017 to 10/2021 1 $56M Docusign Envelope ID: ECC776D0-50E5-49AD-B095-50BB8D28F930 TC ZT CONSULTING The project is constructing sound walls along the State Route 170 and Interstate 405 Freeways in the City of Los Angeles and the County of Los Angeles. There are to be eight bridge widenings and 28,592 linear feet of sound wall and retaining walls. Farzad is the project senior quality engineer responsible in the development and implementation of project quality management plans for construction and source. He has reviewed numerous submittals, audit project quality activities, responded to RFIs, review fabricator's QC plans, and performed quality verification on various fabricators. SMR for RCTD Ave 66 Grade Separation Mecca, CA 1 05/2020 to 09/2021 1 $37M The project consists of constructing a new grade separation and roadway to cross the Union Pacific Railroad, State Route 111 (SR111), and Hammond Road from a realigned Avenue 66 in the Community of Mecca, California. As the Structural Material Representative, Farzad is preparing the Source Inspection Quality Management Plan (SIQMP) for Caltrans Oversight SMR, implementing the SIQMP, and coordinating and managing source fabrication, and structural material and electrical verification and testing. He is also responsible for reviewing various submittals including those for MSE Panel Mix Designs. SMR for RCTD Scott Road/ 1-215 Interchange, Murrieta, CA 1 12/2018 to 08/2020 1 $43M The project proposes the construction of improvements to the existing freeway interchange at Scott Road (built in 1979) and the Interstate 215, located within the cities of Menifee and Murrieta in Riverside County. The project will replace the existing Scott Road overcrossing bridge and widen Scott Road to four lanes. The existing ramps will be reconstructed to a modified partial cloverleaf configuration and connect with the widened cross section of Scott Road, adding a northbound loop off -ramp and a southbound loop on -ramp and reconfiguring the existing northbound and southbound off ramps. As the Structural Material Representative, Farzad is preparing the Source Inspection Quality Management Plan (SIQMP) for Caltrans Oversight SMR, implementing the SIQMP, and coordinating and managing source fabrication, and structural material and electrical verification and testing. SMR for RCTD 1-15 & Limonite Interchange, Eastvale, CA 1 12/2018 to 7/2020 1 $ 48M The project proposes replacing the Limonite Avenue overcrossing bridge with an overcrossing that is four lanes to six lanes wide. The existing Limonite Avenue OC will be replaced, the roadway will be widened from four lanes to six lanes, the ramps will be reconstructed to provide a partial clover leaf (Type L-7), and loop ramps will be constructed in the southeast and northwest quadrants. As the Structural Material Representative, Farzad prepared the Source Inspection Quality Management Plan (SIQMP) for Caltrans Oversight SMR, implemented the SIQMP, and coordinated and managed source fabrication, and structural material and electrical verification and testing. SMR for RCTC SR-60 Truck Climbing Lanes Moreno Valley, CA 1 05/2019 to 05/2020 1 $113M The project consists of the construction of a truck climbing and truck descending lanes, as well as inside and outside shoulders in both eastbound and westbound directions of the State Route 60. As the Structural Material Representative, Farzad is preparing the Source Inspection Quality Management Plan (SIQMP) for Caltrans Oversight SMR, implementing the SIQMP, and coordinating and managing source fabrication, and structural material and electrical verification and testing. He also reviews fabrication submittals, such as PCQCPs, Shop Drawings, and Concrete Mix Designs. SMR for SBCTA SR-60 & Central Interchange Ontario, CA 1 06/2019 to 12/2019 1 $26M The SR-60 Central Avenue Interchange project widened Central Avenue to accommodate three through -lanes with provisions for a future lane, two left -turn lanes, standard shoulders, bike path, and sidewalk in both the northbound and southbound directions. The existing eastbound and westbound entrance ramps was also widened to accommodate two general purpose lanes and one high occupancy vehicle (HOV) preferential lane. As the Structural Material Representative, Farzad was responsible for preparing the Source Inspection Quality Management Plan (SIQMP) for Caltrans Oversight SMR, implementing the SIQMP, and coordinating and managing source fabrication, and structural material and electrical verification and testing. Docusign Envelope ID: ECC776D0-50E5-49AD-B095-50BB8D28F930 PAUL MORTSOLF, PCI II, ACI, NACE 1 QA Source Inspector �Z�Tc ZT CONSULTING Paul was the Quality Control Manager (QCM) at Pro -Cast Products for a period of 10 years. He oversaw day to day production, helped keep projects on schedule and sees that everything is produced to the project and state specifications. Job duties included capping and testing cylinders, makingtest cylinders, testing concrete, keeping track of production and making inspection reports. He also worked with QA Inspectors and engineers from Cities and State agencies, such as Caltrans. He has reviewed and made corrections to shop drawings. He has performed QC on various precast components such as lagging panels, MSE wall panels, sound walls, box culverts, septic tanks, holding tanks, grease interceptors, clarifiers, drainage inlets, and prestressed pavement panels. He was responsible for preparing PCQPC, submitting QC reports to contractors, and managing all precast product releases to the jobsite. He worked closely with Caltrans during their facility Education audit process. He has worked on numerous projects, here are few relevant projects: - New York Film Academy • Precast MSE Panels for Caltrans SR-91 Widening (EA:08-448404 $125 Million) Universal Studios, Los Precast Box Culverts for OCTA SR-91 Widening (EA: 12-005704 $36 Million) Angeles, CA, 2009 Precast Prestressed Pavement Panels for Caltrans (EA: 07-295504 $18 Million) - Riverside Adult Education Center, Riverside, CA, 1998 RELEVANT PROJECT EXPERIENCE Registration / QA Inspector for SBCTA SR-210 & Base Line Road San Bernardino County, CA 101/2020 to Present) Certification $150M - ACI Concrete Field This project consists of making improvements to a portion of SR-210 0.1 mile east of Del Rosa Avenue to Testing Grade I Lugonia Ave. These improvements consist of widening inside and outside lanes, the addition of one mixed flow lane in each direction in median, adding auxiliary lanes and acceleration/deceleration lanes at selected - ACI Strength Testing locations and improving Base Line Interchange at SR 210 from Sterling Ave to Lugonia Ave in cities San Technician Bernardino, Highland and Redlands. As Quality Assurance (CA) Inspector, Paul is responsible for the sampling - PCI Level I & II #13901 and release of various materials. - NACE 1, #11420699 Years with ZTC QA Inspector for RCTC SR-60 Truck Climbing Lanes Moreno Valley, CA 105/2019 to 05/2020 1 $113M 4 The project consists of the construction of a truck climbing and truck descending lanes, as well as inside and Total Years of Experience outside shoulders in both eastbound and westbound directions of the State Route 60. As Quality Assurance 15 (CA) Inspector, Paul is responsible for the sampling and release of various materials. QA Inspector for SBCTA SR-60 Archibald Ave Interchange Ontario, CA 106/2019 to 08/2021 1 $13M The project features new right -turn pockets, additional left -turn pockets onto ramps from Archibald Ave., widening of ramps to accommodate additional lanes and the enhancement of sidewalks, crosswalks, and curb ramps. As Quality Assurance (QA) Inspector, Paul is responsible for the sampling and release of various materials. QA Inspector for Guys Gulch Schulmeyer Bridges, Siskiyou County, CA 105/2018 to 09/2018 1 $1.7M Project construction included the construction of a cast in place, reinforced concrete slab bridge on concrete abutments and driven precast concrete piles. Paul was the QA Inspector for precast prestressed pile fabrication and inspected a total of 16 piles at the Kie-Con facility in Antioch, CA. He also sampled and tested strands and performed concrete verification. QA Inspector for City of Beaumont SR- 60 Potrero Road, Beaumont, CAI 10/2017 to 01/2019 1 $25M Project construction included a new 6-lane Potrero Boulevard overcrossing, HOV lanes, realignment of Western Knolls Avenue and removal of connections to SR-60 from Western Knolls. Paul was the QA Inspector for precast prestressed pile fabrication and inspected a total of 172 piles at the Kie-Con facility in Antioch, CA. QA Inspector for Sierra Highway Pedestrian Bridge, City of Santa Clarita, CAI 11/2017 to 10/20181 $3M Project scope included widening of southbound Sierra Highway to construct a right -turn pocket and construction of a steel pedestrian bridge over Sierra Highway. Paul was the QA Inspector for precast concrete walkway panels, 30ft x 11ft wide panels fabrication and inspected total of 10 panels at the Kie-Con facility in Antioch, CA. Docusign Envelope ID: ECC776D0-50E5-49AD-B095-50BB8D28F930 Hashmi Quazi, PhD, PE, GEisa Principal in Charge 91, Dr. Quazi has over 36 years of overall experience and 35 with Converse providing geotechnical engineering services and he has earned a reputation for providing quality work in an honest and ethical manner, on time and within budget. Dr. Quazi provides quality control, budget and technical assistance on various types of projects, including streets, bridges, grade separations, and other related studies. Dr. Quazi along with Converse Consultants has worked on projects with many city and county agencies along with Caltrans. EDUCATION RELEVANT PROJECT EXPERIENCE ■ Ph.D., Civil Engineering, University of Arizona, Riverside County Transportation Commission I Hamner Avenue 1987 Bridge I Norco, California (08/2021 — 06/2022) ■ M.S., Civil Engineering, Principal in Charge/Project Director: Provides technical oversight and Arizona State University, 1982 budget control for the geotechnical observation and materials testing. The ■ B.S., Bangladesh project involved the Interstate 15 (1-15) improvement from approximately Engineering University, 0.60 miles south to 0.60 miles north of the existing Limonite Avenue 1978 crossing. The project extended along Limonite Avenue from Hamner LICENSES & TRAININGS Avenue to Wineville Avenue. The project included replacing the existing ■ California, Civil Limonite overcrossing, widen roadway from four lanes to six lanes, Engineer, #46651 reconstructing the on and off ramps to provide a partial clover leaf and ■ California, Geotechnical constructing loop ramps in the southeast and northwest quadrants. Engineer, #2517 Converse provided Quality Assurance (QA) services for our client to meet Years of Experience: 36 or exceed the Caltrans and project specifications. Years with Current Firm: 35 County of Riverside Transportation Dept. I 1-15 & Limonite Avenue Availability: 30% Bridge I Riverside County, California (06/2018 — 01/2020) Principal in Charge/Project Director: Provides technical oversight and budget control for the geotechnical observation and materials testing. The project involved the Interstate 15 (1-15) improvement from approximately 0.60 miles south to 0.60 miles north of the existing Limonite Avenue crossing (OC) bridge. The project extended along Limonite Avenue from Hamner Avenue to Wineville Avenue. The project included replacing the existing Limonite overcrossing, widen roadway from four lanes to six lanes, reconstructing the on and off ramps to provide a partial clover leaf and constructing loop ramps in the southeast and northwest quadrants. Converse is providing Quality Assurance (QA) services for our client to meet or exceed the Caltrans and project specifications. County of San Bernardino I Dola & Lanzit Ditches Bridge Replacement I San Bernardino, California (0212017 — 12/2018) Principal in Charge/Project Director: Provides technical oversight and budget control for the geotechnical observation and materials testing. The site is located along National Trails Highway in the Ludlow area of San Bernardino County, California. This project proposed to replace bridges at Dola Ditch and Lanzit Ditch in San Bernardino County. The construction project included bridge construction, roadway improvements, utility improvements, guardrails and traffic signal and other electrical improvements. Converse provided Quality Assurance (QA) services for our client to meet or exceed the Caltrans and project specifications. Docusign Envelope ID: ECC776D0-50E5-49AD-B095-50BB8D28F930 Principal Engineer - Dr. Svathasan has over 28 years of overall experience and 8 with Converse providing geotechnical engineering and construction services and he has prepared comprehensive reports with detailed recommendations. He has extensive knowledge of construction projects from managing geotechnical observation and testing, special inspection and material testing, and Caltrans source inspection services on various types of projects, including streets, bridges, grade separations, and other related studies. Dr. Sivathasan has worked on projects with many city and county agencies along with Caltrans. EDUCATION RELEVANT PROJECT EXPERIENCE ■ PhD, Civil Engineering, University of California, Riverside County Transportation Commission I Hamner Avenue Davis, 2002 Bridge I Norco, California (08/2021 — 06/2022) • MS, Civil Engineering, Principal Engineer: Responsible for technicians and inspectors and University of California, Davis, 1997 providing quality assurance for project and source inspection services. • BS, Civil Engineering, The project involved the Interstate 15 (1-15) improvement from University of Peradeniya, approximately 0.60 miles south to 0.60 miles north of the existing Limonite Sri Lanka, 1994 Avenue crossing. The project extended along Limonite Avenue from LICENSES & TRAININGS Hamner Avenue to Wineville Avenue. The project included replacing the ■ California, Civil Engineer existing Limonite overcrossing, widen roadway from four lanes to six No. 63185 lanes, reconstructing the on and off ramps to provide a partial clover leaf ■ California, Geotechnical and constructing loop ramps in the southeast and northwest quadrants. Engineer No. 2708 Converse provided Quality Assurance (QA) services for our client to meet ■ Diplomate in or exceed the Caltrans and ro ect specifications. Geotechnical p p Engineering No. 1169 • CFR 1910.120 OSHA 8- County of Riverside Transportation Dept. I 1-15 & Limonite Avenue Hour Refresher Training Bridge I Riverside County, California (06/2018 — 0112020) ■ CFR 1910.120 OSHA Principal Engineer: Responsible for technicians and inspectors and 40-Hour Training providing quality assurance for project and source inspection services. Years of Experience: 29 The project involved the Interstate 15 (1-15) improvement from Years with Current Firm: approximately 0.60 miles south to 0.60 miles north of the existing Limonite 9 Avenue crossing (OC) bridge. The project extended along Limonite Availability: 20% Avenue from Hamner Avenue to Wineville Avenue. The project included replacing the existing Limonite overcrossing, widen roadway from four lanes to six lanes, reconstructing the on and off ramps to provide a partial clover leaf and constructing loop ramps in the southeast and northwest quadrants. Converse is providing Quality Assurance (QA) services for our client to meet or exceed the Caltrans and project specifications. County of San Bernardino I Dola & Lanzit Ditches Bridge Replacement I San Bernardino, California (02/2017 — 12/2018) Principal Engineer: Responsible for technicians and inspectors and providing quality assurance for project and source inspection services. The site is located along National Trails Highway in San Bernardino County, CA. This project replaced bridges at Dola and Lanzit Ditch. The construction project included bridge construction, roadway improvements, utility improvements, guardrails and traffic signal and other electrical improvements. Converse provided Quality Dr. Mr. Docusign Envelope ID: ECC776D0-50E5-49AD-B095-50BB8D28F930 Antonio Maciel, EIT Senior Staff Engineer/Project Manager Mr. Maciel has 15 years of construction inspection experience involving investigation and engineering analysis. His field experience includes soil investigation and sampling. In his experience, Mr. Maciel has prepared various detailed reports based on field data and observations, laboratory testing and geotechnical engineering principles. Mr. Maciel along with Converse Consultants has worked on projects with many city and county agencies along with Caltrans. EDUCATION RELEVANT PROJECT EXPERIENCE ■ BS, Civil Engineering Structural Engineering Riverside County Transportation Commission I Hamner Avenue Emphasis, California Bridge I Norco, California (08/2021 — 06/2022) State Polytechnic State University, Pomona, Senior Staff Engineer: Managed fieldwork, schedule, budget, and 2008 prepared reports for the construction phase. The project involved the Interstate 15 (1-15) improvement from approximately 0.60 miles south to LICENSES & TRAININGS 0.60 miles north of the existing Limonite Avenue crossing. The project ■ EIT No. 138566, State extended along Limonite Avenue from Hamner Avenue to Wineville Board of Licensure for Professional Engineers Avenue. The project included replacing the existing Limonite and Surveyors, overcrossing, widen roadway from four lanes to six lanes, reconstructing California the on and off ramps to provide a partial clover leaf and constructing loop ramps in the southeast and northwest quadrants. Converse provided Years of Experience: 15 Quality Assurance (QA) services for our client to meet or exceed the Years with Current Firm: Caltrans and project specifications. 12 A—ilabilit • 300/ Y County of Riverside Transportation Dept. I 1-15 & Limonite Avenue Bridge I Riverside County, California (06/2018 — 01/2020) Senior Staff Engineer: Managed fieldwork, schedule, budget, and prepared reports for the construction phase. The project involved the Interstate 15 (1-15) improvement from approximately 0.60 miles south to 0.60 miles north of the existing Limonite Avenue crossing (OC) bridge. The project extended along Limonite Avenue from Hamner Avenue to Wineville Avenue. The project included replacing the existing Limonite overcrossing, widen roadway from four lanes to six lanes, reconstructing the on and off ramps to provide a partial clover leaf and constructing loop ramps in the southeast and northwest quadrants. Converse is providing Quality Assurance (QA) services for our client to meet or exceed the Caltrans and project specifications. County of San Bernardino I Dola & Lanzit Ditches Bridge Replacement I San Bernardino, California (02/2017 — 12/2018) Senior Staff Engineer: Managed fieldwork, schedule, budget, and prepared reports for the construction phase. The site is located along National Trails Highway in San Bernardino County, CA. This project replaced bridges at Dola and Lanzit Ditch. The construction project included bridge construction, roadway improvements, utility improvements, guardrails and traffic signal and other electrical improvements. Converse provided Quality Assurance (QA) services for our client to meet or exceed the Caltrans and project specifications. Docusign Envelope ID: ECC776D0-50E5-49AD-B095-50BB8D28F930 Gerardo Portea Lead Technician Mr. Portea has over 25 years of overall experience and 24 years with Converse Consultants providing field and laboratory testing and inspection services for various roadway, bridge and related transportation projects. Mr. Portea is responsible for providing field and laboratory testing services for soils, aggregates, and concrete. Mr. Portea along with Converse Consultants has worked on projects with Cities, Counties and Caltrans. LICENSES & TRAININGS RELEVANT PROJECT EXPERIENCE Nuclear Gauge Certified ICC - Soil Special Riverside County Transportation Commission I Hamner Avenue Inspectors Bridge I Norco, California (08/2021 — 06/2022) ACI Concrete Field Testing- Grade I Technician: Performed observation and field density testing during Caltrans 125- Sampling construction of the project. The project involved the Interstate 15 (1-15) Highway, Materials & improvement from approximately 0.60 miles south to 0.60 miles north of Products the existing Limonite Avenue crossing. The project extended along Caltrans 216- Relative Limonite Avenue from Hamner Avenue to Wineville Avenue. The project Compaction, soils & Aggregates included replacing the existing Limonite overcrossin widen roadway p g g g� Y Caltrans 231- Relative from four lanes to six lanes, reconstructing the on and off ramps to provide Compaction, Soils & a partial clover leaf and constructing loop ramps in the southeast and Aggregates (Nuclear) northwest quadrants. Converse provided Quality Assurance (QA) services Caltrans 504-Air Content, Freshly Mixed for our client to meet or exceed the Caltrans and project specifications. Concrete, Pressure Caltrans 518- Density of County of Riverside Transportation Dept. I 1-15 & Limonite Avenue Fresh Concrete Bridge I Riverside County, California (06/2018 — 0112020) Caltrans 533- Ball Technician: Performed observation and field density testing during Penetration in Fresh Portland Cement construction of the project. The project involved the Interstate 15 115 p J p J (' ) Concrete improvement from approximately 0.60 miles south to 0.60 miles north of Caltrans 539- Sampling the existing Limonite Avenue crossing (OC) bridge. The project extended Freshly Fixed Concrete along Limonite Avenue from Hamner Avenue to Wineville Avenue. The Caltrans 540- PCC Cylinder Fabrication project included replacing the existing Limonite overcrossing, widen Caltrans roadway from four lanes to six lanes, reconstructing the on and off ramps Caltrans 556- Slump of to provide a partial clover leaf and constructing loop ramps in the Fresh Portland Cement southeast and northwest quadrants. Converse is providing Quality Concrete Caltrans 557- Assurance (QA) services for our client to meet or exceed the Caltrans and Temperature of Freshly project specifications. Mixed Portland Cement Concrete County of San Bernardino I Dola & Lanzit Ditches Bridge with Current Firm: Replacement I San Bernardino, California (02/2017 — 12/2018) Years w Years Experience: Technician: Performed observation and field density testing during 24 construction of the project.. The site is located along National Trails Availability:40% Highway in San Bernardino County, CA. This project replaced bridges at Dola and Lanzit Ditch. The construction project included bridge construction, roadway improvements, utility improvements, guardrails and traffic signal and other electrical improvements. Converse provided Quality Assurance (QA) services for our client to meet or exceed the Caltrans and project specifications. Docusign Envelope ID: ECC776D0-50E5-49AD-B095-50BB8D28F930 Bill Kowalski904 Technician Mr. Kowalski has over 20 years of overall experience and 19 years with Converse Consultants providing field and laboratory testing and inspection services for various roadway, bridge and related transportation projects. Mr. Kowalski is responsible for providing field and laboratory testing services for soils, aggregates, and concrete. Mr. Kowalski along with Converse Consultants has worked on projects with Cities, Counties and Caltrans. LICENSES & TRAININGS RELEVANT PROJECT EXPERIENCE Nuclear Gauge Certified ICC - Soil Special Riverside County Transportation Commission I Hamner Avenue Inspectors Bridge I Norco, California (08/2021 — 06/2022) ACI Concrete Field Testing- Grade I Technician: Performed observation and field density testing during Caltrans 125- Sampling construction of the project. The project involved the Interstate 15 (1-15) Highway, Materials & improvement from approximately 0.60 miles south to 0.60 miles north of Products the existing Limonite Avenue crossing. The project extended along Caltrans 216- Relative Limonite Avenue from Hamner Avenue to Wineville Avenue. The project Compaction, soils & Aggregates included replacing the existing Limonite overcrossin widen roadway p g g g� Y Caltrans 231- Relative from four lanes to six lanes, reconstructing the on and off ramps to provide Compaction, Soils & a partial clover leaf and constructing loop ramps in the southeast and Aggregates (Nuclear) northwest quadrants. Converse provided Quality Assurance (QA) services Caltrans 504-Air Content, Freshly Mixed for our client to meet or exceed the Caltrans and project specifications. Concrete, Pressure Caltrans 518- Density of County of Riverside Transportation Dept. I 1-15 & Limonite Avenue Fresh Concrete Bridge I Riverside County, California (06/2018 — 0112020) Caltrans 533- Ball Technician: Performed observation and field density testing during Penetration in Fresh Portland Cement construction of the project. The project involved the Interstate 15 115 p J p J (' ) Concrete improvement from approximately 0.60 miles south to 0.60 miles north of Caltrans 539- Sampling the existing Limonite Avenue crossing (OC) bridge. The project extended Freshly Fixed Concrete along Limonite Avenue from Hamner Avenue to Wineville Avenue. The Caltrans 540- PCC Cylinder Fabrication ro ect included replacing the existing Limonite overcrossin widen p p g g g Caltrans roadway from four lanes to six lanes, reconstructing the on and off ramps Caltrans 556- Slump of to provide a partial clover leaf and constructing loop ramps in the Fresh Portland Cement southeast and northwest quadrants. Converse is providing Quality Concrete Caltrans 557- Assurance (QA) services for our client to meet or exceed the Caltrans and Temperature of Freshly project specifications. Mixed Portland Cement Concrete County of San Bernardino I Dola & Lanzit Ditches Bridge Replacement I San Bernardino, California (02/2017 — 12/2018) Years of Experience: Technician: Performed observation and field density testing during Years with Current Firm: : 19 construction of the project.. The site is located along National Trails Availability:30% Highway in San Bernardino County, CA. This project replaced bridges at Dola and Lanzit Ditch. The construction project included bridge construction, roadway improvements, utility improvements, guardrails and traffic signal and other electrical improvements. Converse provided Quality Assurance (QA) services for our client to meet or exceed the Caltrans and project specifications. Docusign Envelope ID: ECC776D0-50E5-49AD-B095-50BB8D28F930 ffo- RESUME Robert D. Vasquez, PLS I DEA, Survey Manager RDTCC CXPFPTCnirC RTO Bob has 36 years of land surveying experience. He has served many positions from managing projects, field crews, office support teams, and from 3D laser scanning to developing a new service for subsurface 3D utility mapping. Bob's experience in the public sector, coupled with his broad range of experience with DEA, adds to his overall knowledge of understanding of various rail, airport, highway, . land development, flood control, water, and some unique projects. His project management experience includes managing and negotiating various contract/task orders, public and private clients, using various standards and requirements. Bob is knowledgeable in the preparation of subdivision, rights -of -way and record of survey maps, jurisdictional boundary changes, land adjustments, legal description documents and exhibits, right-of-way engineering, construction surveying, QC surveying, 3D laser scanning, topographic field and boundary survey mapping and subsurface utility locating and mapping. Education Pershing Drive Bikeway, San Diego County, California Certificate, Surveying and On this SANDAG project, DEA was tasked to provide construction Mapping, Rancho Santiago surveying services on this federally funded bikeway project. The 2.3- College mile Pershing Bikeway will improve north -south connectivity for Project and Business people who bike and walk-through Balboa Park and between North Management Courses, Park and Downtown San Diego. SANDAG is leading the effort to University of California complete this project as a component of the Regional Bike Network. Riverside The survey work on this project included photogrammetric mapping, Management Leadership preparing staking notes, performing slope, fence, rough and finish Academy, National University grade, curb, drainage, minor structures, utility major structure staking, setting of right of way, benchmarks, and reference points for Registration replacing any monuments that may be destroyed during construction. Professional Land Surveyor, All staking was performed to Caltrans standards. Bob served as California (7300), 1996 project manager. Professional Affiliations Boulder Avenue Bridge Replacement, Highland, California California Land Surveyors DEA was part of the construction management team to assist in the Association (CLSA) replacement of the Boulder Avenue Bridge at City Creek. The bridge League of California was originally designed and built as two -lanes, and the City of Surveying Organizations Highland proposed to replace the existing bridge with a four -lane (LCSO) bridge. DEA was tasked to provide the team with construction surveying services for street improvements, utility construction, Years with DEA pavement widening, curbs, gutters, sidewalks, and lighting. Services 16 were also provided for slopes, bridge abutments, culverts, and pipes. Bob served as project manager. Years with Other Firms US 395 Widening, San Bernardino County, California 20 As a subconsultant, DEA performed construction surveying services on this project. The first phase of the project to be widened was north of SR-18. The project widened US-395 from Route 18 David Evans and Associates, Inc. Docusign Envelope ID: ECC776D0-50E5-49AD-B095-50BB8D28F930 RESUME i Kr (Palmdale Highway) to Chamberlain Way in Adelanto from two to four lanes, with left -turn pockets, sound walls and standard shoulders. This project extended a bridge at Joshua Wash. The 12.5 miles of the project was constructed in nine phases as funding was identified. Bob served as project manager. Palm Avenue Grade Separation, San Bernardino, California As part of the construction management team, DEA provided construction surveying services on this SBCTA grade separation project. The project involved the construction of a two-lane bridge over the BNSF railroad tracks at Palm Avenue to eliminate the need for motorists and emergency vehicles to wait for trains to pass. The project also provided unimpeded access to warehouse, distribution and industrial facilities located in the area. Bob served as project manager. Jerry C. Woodrow, PLS, CFedS I DEA, Project Surveyor/PLS Party Chief Education Surveying and Engineering Classes, 1976, San Bernardino Valley College Registration Professional Land Surveyor, California (6714), 1992 Certified Federal Surveyor, California (1138), 2007 Years with DEA 21 BRIEF EXPERIENCE BIO Jerry is an associate, senior project surveyor and PLS party chief with DEA and has 47 years of experience in the survey field. A California professional land surveyor and Certified Federal Surveyor, he has worked on a variety of projects including large transportation, bridge, rail, pipeline and land development projects. He is experienced in all aspects of land surveying including construction, boundary, topographic, aerial control, 3D laser scanning, ALTA, and GPS surveying. He is also adept in computing and analyzing survey field data to Caltrans standards, utilizing Caltrans' field coding, and utilizing Microstation and InRoads. Pershing Drive Bikeway, San Diego County, California On this SANDAG project, DEA was tasked to provide construction surveying services on this federally funded bikeway project. The 2.3- mile Pershing Bikeway will improve north -south connectivity for people who bike and walk-through Balboa Park and between North Park and Downtown San Diego. SANDAG is leading the effort to complete this project as a component of the Regional Bike Network. The survey work on this project included photogrammetric mapping, preparing staking notes, performing slope, fence, rough and finish grade, curb, drainage, minor structures, utility major structure staking, setting of right of way, benchmarks, and reference points for replacing any monuments that may be destroyed during construction. All staking was performed to Caltrans standards. Jerry served as project survey and PLS party chief on this project. Years with Other Firms 26 Sepulveda Bridge Widening - QA/QC Surveys, Manhattan Beach, California Under contract with a CM firm, DEA was tasked to provide quality assurance surveys on this project which widening the Sepulveda David Evans and Associates, Inc. Docusign Envelope ID: ECC776D0-50E5-49AD-B095-50BB8D28F930 RESUME i KV Boulevard Bridge. The project included widening the east side of the bridge to provide one additional northbound lane on Sepulveda Boulevard, a shoulder varying from 2 to 8 feet on the east side of the bridge, and 6-foot-wide sidewalks. Seismic retrofit of the existing bridge was required, and the bridge railings in both northbound and southbound directions were also upgraded. Services were performed on an on -call basis. Jerry served as a project surveyor on this project. Los Penasquitos Lagoon Bridge Replacement, San Diego, California The Los Penasquitos Lagoon Bridge is located in the City of San Diego and is part of the LOSSAN rail corridor. The bridge needed to be replaced since it was over 75 years old, far beyond the average industry service life of a bridge. The project involved the replacement of four wooden trestle railway bridges (that cross the Los Penasquitos Lagoon) with modern concrete structures. The project was designed by the North County Transit District (NCTD) and was constructed by SANDAG. As part of the TRC construction management team, DEA was responsible for performing the QA/QC surveys on these bridge structures. Jerry served as the PLS party chief on this project. David Evans and Associates, Inc. Docusign Envelope ID: ECC776D0-50E5-49AD-B095-50BB8D28F930 RESUME Chris M. Dominguez I DEA, Certified Party Chief Z Education General Studies Years with DEA 11 Years with Other Firms 16 BRIEF EXPERIENCE BIO Chris is a certified party chief that has 27 years of experience within Southern California working on public works, educational, commercial, retail and subdivision projects. Chris has provided boundary and topographic surveys for design of subdivisions, topographic surveys for drainage design, aerial control surveys for land development, processing for high precision GPS, ALTA survey of commercial and industrial projects, first order control surveys (horizontal and vertical), and monitorina survevs for movement. Pershing Drive Bikeway, San Diego County, California On this SANDAG project, DEA was tasked to provide construction surveying services on this federally funded bikeway project. The 2.3- mile Pershing Bikeway will improve north -south connectivity for people who bike and walk-through Balboa Park and between North Park and Downtown San Diego. SANDAG is leading the effort to complete this project as a component of the Regional Bike Network. The survey work on this project included photogrammetric mapping, preparing staking notes, performing slope, fence, rough and finish grade, curb, drainage, minor structures, utility major structure staking, setting of right of way, benchmarks, and reference points for replacing any monuments that may be destroyed during construction. All staking was performed to Caltrans standards. Chris served as certified party chief on this project. Los Penasquitos Lagoon Bridge Replacement, San Diego, California The Los Penasquitos Lagoon Bridge is located in the City of San Diego and is part of the LOSSAN rail corridor. The bridge needed to be replaced since it was over 75 years old, far beyond the average industry service life of a bridge. The project involved the replacement of four wooden trestle railway bridges (that cross the Los Penasquitos Lagoon) with modern concrete structures. The project was designed by the North County Transit District (NCTD) and was constructed by SANDAG. As part of the construction management team, DEA was responsible for performing the QA/QC construction surveys on these bridge structures. Chris served as a certified party chief on this project. I-15 Cajalco Interchange Quality Assurance Construction Survey, Corona, California As part of the Southstar Engineering Team, DEA provided quality assurance construction surveys on this project. The project involved the reconstruction of I-15 at Cajalco Road and included improvements to increase the capacity of the bridge and ramps in order to reduce congestion and accommodate projected area growth. David Evans and Associates, Inc. Docusign Envelope ID: ECC776D0-50E5-49AD-B095-50BB8D28F930 EXHIBIT "C" CONSULTANT'S FEE PROPOSAL Docusign Envelope ID: ECC776D0-50E5-49AD-B095-50BB8D28F930 EXHIBIT C 5. FEE PROPOSAL January 16, 2025 Mark Khudadatov, Principal Engineer City of Tustin, Public Works Department 300 Centennial Way, Tustin, CA 92780 Subject: Fee Proposal for Proposal for Professional Consulting Construction Management Services — Armstrong Pedestrian Bridge, Legacy Park Phase 3, and N-D South Phase 2 Package Dear Mr. Khudadatov, Z&K Consultants Inc. (Z&K) proudly presents our cost proposal to the City of Tustin. Our expected not -to -exceed total fee for these as -needed services is in the amount of $1,575,250.00. We understand that the fee will be negotiated with the selected firm and shall include all necessary resources including labor, material, and transportation required to provide the services outlined. Z&K Consultants based our cost proposal on the scope of work provided in the RFP. All prevailing wage requirements will be followed by the team. All team members are in conformance with the State of California Labor compliance requirements. Rates included in our Cost Proposal are fully billable rates. All overhead costs are included. All insurance will be in force at the time of contract execution. Below is a table with the hourly rate schedule: Z&K Consultants, Inc Hourly Rates: Senior Construction Manager/Resident Engineer.......................................................................................... $240.00 Senior Construction Inspector........................................................................................................................ $188.00 Project Manager/Office Engineer................................................................................................................... $168.00 Playground Equipment Inspector................................................................................................................... $179.00 Senior Licensed Landscape Architect............................................................................................................ $220.00 Traffic Signal/Electrical Inspector................................................................................................................... $192.00 LaborCompliance Officer............................................................................................................................... $156.00 California Licensed Surveyor......................................................................................................................... $210.00 Danken Hourly Rates: Structures Representative/Lead Structures Inspector.................................................................................... $265.00 Converse Hourly Rates: Material Testing and Geotechnical Services.................................................................................................Attached Overtime rates are billed at 1.5x the regular rate and double time rates are 2x the regular rates. Rates shall be increased by 3% per annum. Z&K Consultants commits that all assigned personnel will not be removed or replaced without prior City approval. Key personnel will be available to the extent proposed for the duration of the contract. Our proposed and fully committed team is fully capable and exceptionally qualified. The below hours in each table are an estimate of total hours for each team member per task. The total subtask hours are subject to change as the City and the project dictate. Our team will redistribute hours as necessary throughout the project. Our proposed and fully committed team is fully capable and exceptionally qualified. They have held many leadership roles and supervisory management positions in many local agencies including the private and public sectors. All can multi -task, are multi -disciplined, and have a full understanding of all aspects of the proposed project requirements. Z&K has carefully selected this "A -Team" and committed our most qualified staff for the duration of the contract to deliver a successful project. We understand the importance of meeting budgets and schedules; we have a strategic plan in place to deliver projects with such benchmarks in mind. Our proposed team members are recognized as experts in Construction Management and Inspection services and will provide "turn -key" Construction Management and Inspection services for the City's Project. I will serve as the contact person for the full duration on the contract and I am authorized to bind the firm to the terms of the proposal. By signing below, I attest that all information submitted is true and accurate. This proposal shall remain valid for a period of not less than 90 days from the date of submittal. The payment terms shall be net thirty (30) days. Sincerely, C �al� �µ Crystal ire, PE Principal -in -Charge 17130 Van Buren Blvd. #122, Riverside, CA 92504 Phone. 951.310.7470 1 cfraire@zandkconsultants.com CONSULTANTS BUILDING SOLUTIONS Docusign Envelope ID: ECC776D0-50E5-49AD-B095-50BB8D28F930 NOT -TO -EXCEED FEE SCHEDULE The fee proposal is structured as a not -to -exceed amount for a total construction period of 15 months, during which the three projects will be constructed with some overlap. Z&K Consultants has assumed the following timeline for the projects: the Armstrong Pedestrian Bridge Project is anticipated to commence first, with a duration of approximately 9 months. The Legacy Park Phase 3 and N-D South Phase 2 Package 2 projects are expected to begin 2-3 months after the bridge project starts, with the park project lasting 10 months and the street project lasting 4 months. The total effort for all projects is based on these assumptions: • Senior Construction Manager: 4 hours/day 0 Senior Licensed Landscape Architect: As -Needed • Structures Representative /Lead Structures Inspector: Full -Time 0 Traffic Signal/Electrical Inspector: As -Needed • Senior Construction Inspector: Full -Time 0 Labor Compliance Officer: 2 hours/week • Project Manager/Office Engineer: 4 hours/day 0 California Licensed Surveyor: As -Needed • Playground Equipment Inspector: As -Needed 0 Material Testing: As -Needed ALL PROJECTS: ARMSTRONG PEDESTRIAN BRIDGE; LEGACY PARK PHASE 3; AND N-D SOUTH PHSE 2 PACKAGE 2 of Tustin I Public Works DepartmentCity Consulting Construction Management Services for ArmstrongProfessional .. 00 Senior Structures California Construction Representati Senior Project Playground Senior Traffic Labor Licensed Materal Manager / ve / Lead Construction Manager / Equipment Licensed Signal/ Compliance Surveyor (1 Testing Task/ Classification Resident Structures Inspector Office Inspector Landscape Electrical Officer Person Services Total Cost Engineer Inspector Enineer gpector Architect Ins Crew) (Hrs) (Hrs) (Hrs) (Hrs) (Hrs) (Hrs) (Hrs) (Hrs) (Hrs) (Hrs) Hourly Rate $240.00 $265.00 $188.00 $168.00 $179.00 $220.00 $192.00 $156.00 $210.00 - 48 120 48 48 0 16 16 0 0 0 $67,000.00 1260 1544 2184 1260 24 126 40 126 60 $53,414.00 $1,459,198.00 48 60 64 48 0 0 8 0 0 0 $49,052.00 TOTAL HOURS 1356 1724 2296 1356 24 142 64 126 60 - TOTAL $325,440.00 $456,860.00 $431,648.00 $227,808.00 $4,296.00 $31,240.00 $12,288.00 $19,656.00 $12,600.00 $53,414.00 $1,575,250.00 CONSULTANTS BUILDING SOLUTIONS Docusign Envelope ID: ECC776D0-50E5-49AD-B095-50BB8D28F930 ARMSTRONG PEDESTRIAN BRIDGE PROJECT, CIP 70257 of Tustin I Public Works DepartmentCity Consulting Construction Management Services for ArmstrongProfessional .. Senior Structures California Construction Representati Project Senior Playground Senior Traffic Labor Licensed Materal Manager / ve / Lead Manager / Construction Equipment Licensed Signal/ Compliance Surveyor (1 Testing Task/ Classification Resident Structures Office Inspector Inspector Landscape Electrical Officer Person Services Total Cost Engineer Inspector Engineer Architect Inspector Crew) (Hrs) (Hrs) (Hrs) (Hrs) (Hrs) (Hrs) (Hrs) (Hrs) (Hrs) (Hrs) Hourly Rate $240.00 $265.00 $188.00 $168.00 $179.00 $220.00 $192.00 $156.00 $210.00 - 16 120 0 16 0 0 0 0 0 0 $38,328.00 - 441 1544 0 441 0 0 0 44 0 $16,024.20 $611,976.20 16 60 0 16 0 0 0 0 0 0 $22,428.00 TOTAL HOURS 473 1724 0 473 0 0 0 44 0 - TOTAL $113,520.00 $456,860.00 $0.00 $79,464.00 $0.00 $0.00 $0.00 $6,864.00 $0.00 $16,024.20 $672,732.20 CONSULTANTS BUILDING SOLUTIONS Docusign Envelope ID: ECC776D0-50E5-49AD-B095-50BB8D28F930 LEGACY PARK PHASE 3 PROJECT, CIP 20083 City of Tustin I Public Works Department Professional Consulting Construction Management Services for Legacy Park Phase 3 CIP 20083 Senior Structures California Construction Representati Project Senior Senior Traffic Playground Labor Licensed Materal Manager / ve / Lead Manager / Construction Licensed Signal/ Equipment Compliance Surveyor (1 Testing Task/ Classification Resident Structures Inspector Office Inspector Landscape Electrical Officer Person Services Total Cost Engineer Inspector Enineer g Architect Inspector Crew) (Hrs) (Hrs) (Hrs) (Hrs) (Hrs) (Hrs) (Hrs) (Hrs) (Hrs) (Hrs) Hourly Rate $240.00 $265.00 $188.00 $168.00 $179.00 $220.00 $192.00 $156.00 $210.00 - 16 0 24 16 0 16 0 0 0 0 $14,560.00 567 0 1638 567 24 126 0 57 30 $32,048.40 $618,536.40 16 0 32 16 0 0 0 0 0 0 $12,544.00 TOTAL HOURS 599 0 1694 599 24 142 0 57 30 - TOTAL $143,760.00 $0.00 $318,472.00 $100,632.00 $4,296.00 $31,240.00 $0.00 $8,892.00 $6,300.00 $32,048.40 $645,640.40 CONSULTANTS BUILDING SOLUTIONS Docusign Envelope ID: ECC776D0-50E5-49AD-B095-50BB8D28F930 N-D SOUTH PHSE 2 PACKAGE 2 PROJECT, CIP 70256 of Tustin I Public Works DepartmentCity Professional Consulting Construction Management Services for Senior Structures California Construction Representati Senior Project Playground Senior Traffic Labor Licensed Materal Manager / ve / Lead Construction Manager / Equipment Licensed Signal/ Compliance Surveyor (1 Testing Task/ Classification Resident Structures Inspector Office Inspector Landscape Electrical Officer Person Services Total Cost Engineer Inspector Engineer Architect Inspector Crew) (Hrs) (Hrs) (Hrs) (Hrs) (Hrs) (Hrs) (Hrs) (Hrs) (Hrs) (Hrs) Hourly Rate $240.00 $265.00 $188.00 $168.00 $179.00 $220.00 $192.00 $156.00 $210.00 - 16 0 24 16 0 0 16 0 0 0 $14,112.00 252 0 546 252 0 0 40 25 30 $5,341.40 $228,685.40 16 0 32 16 0 0 8 0 0 0 $14,080.00 TOTAL HOURS 284 0 602 284 0 0 64 25 30 - TOTAL $68,160.00 $0.00 $113,176.00 $47,712.00 $0.00 $0.00 $12,288.00 $3,900.00 $6,300.00 $5,341.40 $256,877.40 CONSULTANTS BUILDING SOLUTIONS Docusign Envelope ID: ECC776D0-50E5-49AD-B095-50BB8D28F930 CONVERSE CONSULTANTS Schedule of Fees — Geotechnical Laboratory Testing Compensation for laboratory testing services will be made in accordance with this fee schedule which includes test report(s) and engineering time. Costs of tests not on this schedule will be by quote and/or in accordance with our current hourly fee schedule. The rates are based on non -contaminated soil. A surcharge will be charged for handling contaminated material, which will be determined based on the project. IDENTIFICATION AND INDEX PROPERTIES TESTS Visual Classification, ASTM D2488...................................20.00 Engineering Classification, ASTM D2487 .........................25.00 Moisture Content and Dry (bulk) Density, ASTM D2216 and D2937.............................................25.00 Moisture Content, ASTM D2216..................................20.00 Shrinkage Limit, ASTM D4943..........................................85.00 Atterberg Limits, ASTM D4318 Several points............................................................150.00 OnePoint.....................................................................50.00 Particle Size Analysis, ASTM D6913 Fine Sieve, from +#200 to#4.....................................100.00 Coarse and Fine Sieve, from #200 to 3 in..................180.00 Hydrometer................................................................120.00 Percent Passing #200 Sieve, ASTM D1140 ......................80.00 Specific Gravity Fine, passing #4 sieve, ASTM D854..........................100.00 Coarse, retained on #4 sieve, ASTM C127................100.00 Sand Equivalent Test, ASTM D2419...............................130.00 Double Hydrometer Dispersion, ASTM D4221................150.00 COMPACTION AND BEARING STRENGTH Standard Proctor Compaction, ASTM D698 or ASTM D1557 Method A or B............................................................200.00 Method C, 6" mold......................................................210.00 California Impact Method, Caltrans 216..........................220.00 R-value, ASTM D2844 and CTM301...............................270.00 California Bearing Ratio (CBR), ASTM D1883 1 Point........................................................................530.00 3 Points......................................................................750.00 Relative Density 0.1 Cubic Foot Mold...................................................200.00 0.5 Cubic Foot Mold...................................................300.00 SHEAR STRENGTH Torvane/Pocket Penetrometer..........................................25.00 Direct Shear QuickTest....................................................................75.00 Consolidated, Drained, granular soil, ASTM D3080........................................................220.00 Consolidated, Drained, fine grained soil, ASTM D3080........................................................260.00 Consolidated, Undrained, fine grained soil.................220.00 Residual Strength, per cycle........................................70.00 Remolded Specimens..................................................70.00 STATIC UNIAXIAL AND TRIAXIAL STRENGTH TESTS (PER POINT) Unconfined Compression, ASTM D2166 ........................150.00 Unconsolidated, Undrained, ASTM D2850 .....................160.00 Consolidated, Undrained, per point................................700.00 Consolidated, Drained, per point....................................700.00 With Pore Pressure Measurement, per load ...................150.00 Remolded Specimen.........................................................90.00 CONSOLIDATION (ASTM2435) AND SWELL COLLAPSE (ASTM D4546) TESTS 8 Load Increments..........................................................250.00 Additional Load Increment................................................50.00 Time -Ratio, per load increment.........................................90.00 Single Point, collapse test.................................................90.00 Single Load Swell, ASTM D4546 Ring Sample, Field Moisture ......................................... 95.00 Ring Sample, Air Dried ................................................. 95.00 Remolded Sample.............................................................. 70.00 Expansion Index Test, UBC 29-2/ASTM D4829................130.00 HYDRAULIC CONDUCTIVITY TESTS Constant Head, ASTM D2434...........................................250.00 Falling Head Flexible Wall, ASTM D5084 .........................300.00 Triaxial Permeability, EPA 9100........................................350.00 Remolded Specimen.......................................................... 60.00 CHEMICAL TESTS Corrosivity (pH, resistivity, sulfates, chlorides)..................220.00 Organic Content, ASTM D2974.........................................100.00 Conditions: Unit rates presented on this fee schedule are for routinely performed geotechnical laboratory tests. Numerous other earth material physical tests can be performed in our geotechnical laboratories, including rock core, soil cement and soil lime mixture tests. Tests not listed can be quoted upon request. This fee schedule is valid through December 31, 2024. Prices are based on the assumption that samples are uncontaminated and do not contain heavy metals, acids, carcinogens and/or volatile organics which can be measured by an organic vapor analyzer or photoionization detector with a concentration greater than 50 parts -per -million (ppm). Quoted testing fees are based on the assumption that no protective clothing will be required to handle samples. If Level D protective clothing will be required during handling of samples (as defined in Federal CFR Part 1910.120), then a 40% increase in fees presented in this schedule will be applied. Level C protective clothing will be a 60% increase in fees. Converse will not handle samples that require either Level B or Level A protection in our geotechnical laboratories. Contaminated samples will be returned to the client. Uncontaminated samples will be disposed of 30 days after presentation of test results. The client must disclose the source of samples. Samples imported from out of state will be incinerated after testing in accordance with requirements of the United States Department of Agriculture. Soil samples obtained within the State of California currently designated quarantine areas will also be incinerated in accordance with the requirement of the State of California, Department of Food and Agriculture, Division of Plant Industry, Pest Exclusion. A $5.00 incineration fee will be added to each sample that is required to be incinerated in accordance with State and Federal law. Test results requiring plots will be presented in a publishable format generated from computer programs. Otherwise, raw test numbers will be presented. A minimum laboratory fee of $50.00 will be charged to present and mail test results. Beyond the standard U.S. Mail delivery, specialized transmittal will be charged at additional cost (e.g., Federal Express, UPS, etc.). Geotechnical testing does not include engineering and/or geologic review and analysis. Typical turnaround for geotechnical laboratory testing is two weeks (or roughly ten working days). To expedite test turnaround to five working days, a 50% increase in the fees in this schedule will be applied. Many geotechnical tests require at least one week to perform in accordance with ASTM or other standard specifications. Fees presented in this schedule for relatively undisturbed direct shear, consolidation or expansion pressure tests are based on the assumption that 2.416-inch inside diameter brass ring samples will be provided to the geotechnical laboratory for testing. Remolded specimens will be compacted in standard 2.5-inch outside diameter brass rings for direct shear, consolidation and expansion pressure tests. All fees presented in this schedule are based on the assumption that the client will deliver samples to our laboratory at no additional cost to Converse. Invoices will be issued monthly and are payable on receipt unless otherwise agreed upon. Interest of 1.5% per month (but not exceeding the maximum allowed by law) will be payable on any amount not paid within thirty days; payment thereafter to be applied first to accrued interest and then to the principle unpaid amount. The Client shall pay any attorneys' fees or other costs incurred in collecting any delinquent amounts. Converse Consultants GLT2024 Docusign Envelope ID: ECC776D0-50E5-49AD-B095-50BB8D28F930 CONVERSE CONSULTANTS Schedule of Fees — Materials Laboratory Testing Compensation for laboratory testing services will be based on rates in accordance with this fee schedule which includes test report(s) and engineering time. Costs of tests not on this schedule will be by quote and/or in accordance with our current hourly fee schedule. Our services will be performed in accordance with the General Conditions. This fee schedule is valid through December 31, 2024. AGGREGATES Moisture Content, ASTM D2216..............................................25.00 Particle Size Analysis Coarse, ASTM C136, each ............................................... 120.00 Coarse and Fine, ASTM C136 & C137), each .................. 180.00 Specific Gravity & Absorption Coarse Aggregate, ASTM C127....................................... 115.00 Fine Aggregate, ASTM C128........................................... 175.00 Unit Weight per Cubic Foot, ASTM C29 ............................. 75.00 Soundness, Sodium or Magnesium, ASTM C88, each..... 550.00 Potential Alkali Reactivity, ASTM D289 ............................ 700.00 Freeze Thaw Soundness .................................................. 175.00 Los Angeles Abrasion, per class, ASTM C131, C535....... 375.00 Sand Equivalent, ASTM D2419........................................ 180.00 Lightweight Particles, ASTM C123, each .......................... 300.00 Clay Lumps & Friable Particles, ASTM C142, each.......... 290.00 Stripping Test, ASTM D1664, each .................................... 85.00 Organic Impurities, ASTM C40......................................... 140.00 Durability...................................................................... By Quote CONCRETE TESTS Laboratory Trial Batch, ASTM C192.................................. By Quote Laboratory Mix Design, Historical Data .............................. By Quote Compression Test, 6"x12" Cylinder, ASTM C39, each.............45.00 Lightweight Concrete Compression...................................................................... 45.00 UnitWeight.........................................................................45.00 Specimen Preparation, Trimming or Coring, each ................... 75.00 Bond Strength, ASTM C321 Prepared by Converse...................................................... 250.00 Prepared by Others.......................................................... 150.00 Core Compression Test, ASTM C12, each ............................ 120.00 Flexure Test, 6"x6" Beams, ASTM C78, each ........................ 130.00 Modulus of Elasticity, Static, ASTM C469, each .................... 275.00 Length Change, ASTM C157, 3 bars, 5 readings each, upto 26 days.................................................................... 550.00 Splitting Tensile, 6"x12" Cylinders, each ................................ 110.00 Field Concrete Control (sampling, slump, temperature, cast 4 cylinders, molds, cylinder pick-up, within 10 miles of office, stand-by extra), ASTM/UBC, hourly rate schedule, or each cylinder .................................................. 95.00 Field Concrete Control (same as above plus air content test), ASTM/UBC, each cylinder .................................................. 95.00 HoldCylinder........................................................................... 10.00 Cylinder Mold, sent to job site but not cast by Converse or returned to Converse............................................................ 5.00 MASONRY (ASTM C140, E447, UBC STANDARD 24-22) Moisture Content, as received, each ...................................... 105.00 Absorption, each...................................................................... 85.00 Compression, each..................................................................85.00 Shrinkage, ASTM C426, each...............................................250.00 Net Area and Volume, each ..................................................... 30.00 Masonry Blocks, per set of 9............................................... 1,500.00 Masonry Core Compression, each ......................................... 125.00 Masonry Core Shear, each....................................................245.00 Masonry Core Trimming, each ............................................... 150.00 Compression Test, grouted prisms, 8"x8"x16", each .............. 300.00 Compression Test, grouted prisms, 12"x16"x16", each .......... 425.00 Compression Test 2"x4" Mortar Cylinder, each ................................................ 45.00 3"x6" Grout Prisms, each .................................................... 45.00 2" Cubes, ASTM C109, each..............................................45.00 Castby Others......................................................................... 45.00 Mortar or Grout Mix Designs .............................................. By Quote FIREPROOFING TESTS Oven Dry Density, per sample ................................................. 80.00 MOISTURE EMISSION TEST Moisture Emission Test Kit......................................................85.00 ASPHALTIC CONCRETE Stability, Flow, and Unit Weight, ASTM D6927 .....................500.00 Marshall ASTM D1559, ASTM D2726...................................450.00 Measured Maximum Specific Gravity of Mix, ASTM D2041, Rice Method, each..........................................................350.00 Void Analysis of Cores or Marshall Specimens, Calculations Only, ASTM D3203, set of 2 or 3...................60.00 Laboratory Mixing of Asphalt & Concrete, per sample.............75.00 Complete Asphalt Concrete Mix Design Hveem or Marshall......................................................By Quote Extraction of Asphalt and Gradation, ASTM D2172, Method B, or California 310, including ash correction, each .............455.00 Extraction of Rubberized Asphalt & Gradation, each.............350.00 Specific Gravity, ASTM D2726 or ASTM D1188 Uncoated...........................................................................95.00 Coated.............................................................................125.00 Immersion-Compression.......................................................650.00 Particle Coating, ASTM D2489...............................................95.00 Stripping, ASTM D1664..........................................................85.00 Moisture or Volatile Distillates in Paving Mixtures, or Materials Containing Petroleum Products or By-Products..................................................................... 350.00 Retained Strength, ASTM D107401075, 6 specimens..... By Quote Retained Stability, Mil, Std, 520A, Method 104, 6 specimens................................................................By Quote CBR, ASTM D1883, including M/D Curve, 1 point ................400.00 Asphalt Temperature...............................................................15.00 STRUCTURAL STEEL Tensile Test #9 Bar or Smaller, each......................................60.00 Bend Test #9 Bar or Smaller, each.........................................60.00 Tensile Test #10 Bar or Greater, each..................................300.00 Tensile Test #14 Bar, each...................................................330.00 Rebar Coupler Tensile Test..................................................160.00 Tensile Test, Welded #9 Bar or Smaller, each ......................160.00 Tensile Test, Welded #10 Bar or Greater, each ....................300.00 Tensile Test, Welded #14 Bar, each.....................................330.00 Tensile Test, Mechanically Spliced, #9 Bar or Smaller, each................................................................................210.00 Tensile Test, Mechanically Spliced, #10 Bar or Greater, each................................................................................350.00 HIGH STRENGTH BOLT, NUT, AND WASHER TESTING Wedge Tensile Test, A490 Bolts Under 100,000 lbs., each................................................130.00 Over 100,000 lbs., each..................................................140.00 Wedge Tensile Test, A325 Bolts Under 100,000 lbs., each................................................160.00 Tensile Test, Anchor Bolts, tested with displacement transducers, each............................................................300.00 Nut Hardness, Proof & Cone Proof Load Test, each ...............65.00 Washer Hardness, each..........................................................55.00 A325 or A490, Bolt Hardness Only, each................................55.00 Bolt A325 or A490 Wedge Tensile Under 100,000 lbs. & Hardness, each.............................240.00 Over 100,000 lbs. & Hardness, each...............................280.00 Bolt, Nut & Washer, all tests per set with bolts Under 100,000 lbs ...........................................................400.00 Over 100,000 lbs .............................................................500.00 See Schedule of Fees — Geotechnical Laboratory Testing for soil testing. Hourly rates are available upon request. Field Laboratory rates are available upon request. Listed unit rates are based upon the assumption that samples will be delivered to our laboratory at no cost to Converse. Converse Consultants MTS2024 Docusign Envelope ID: ECC776D0-50E5-49AD-B095-50BB8D28F930 CONVERSE CONSULTANTS Prevailing Wage Schedule of Fees Geotechnical Personnel Introduction It is the objective of Converse Consultants to provide its clients with quality professional and technical services and a continuing source of professional advice and opinions. Services will be performed in a manner consistent with that level of care and skill ordinarily exercised by members of the profession currently practicing in the same locality under similar conditions. This fee schedule is valid through December 31, 2024. Hourly Charges for Personnel Staff assignments will depend on personnel availability, job complexity, project site location, and experience level required to satisfy the technical requirements of the project and to meet the prevailing standard of professional care. Field Technical Services (hourly rate including vehicle and equipment) Construction Inspector — ACl/ICC and/or AWS/CWI certified (concrete, post -tension, masonry, structural steel, fireproofing; includes concrete batch plant and local steel fabrication inspections) ............................... $145 DSAMasonry Inspector...........................................................................................................................................................145 Non -Destructive Testing Inspector (ultrasonic, magnetic particle, dye penetrant, skidmore, pull testing, torque testing, Schmidt hammer, and pachometer)..........................................................................................................150 Coating Inspector/Coring Technician.......................................................................................................................................150 Soils Technician (soil, base, asphalt concrete, and moisture emission testing).......................................................................145 SamplePick-Up.........................................................................................................................................................................60 Professional Services (consultation for field and office, if requested) StaffProfessional................................................................................................................................................................... $145 SeniorStaff Professional..........................................................................................................................................................155 ProjectProfessional.................................................................................................................................................................165 ProjectManager.......................................................................................................................................................................175 SeniorProfessional..................................................................................................................................................................175 PrincipalProfessional...............................................................................................................................................................225 PrincipalConsultant.................................................................................................................................................................235 Laboratory Testing LaboratoryTechnician...................................................................................................................................................... Per Test (see Geotechnical Laboratory Testing and Materials Testing Services fee schedules.) LaboratorySupervisor............................................................................................................................................................ $100 Office Support Clerical/Word Processing......................................................................................................................................................... $90 Drafting....................................................................................................................................................................................... 90 CADOperator/Drafting Manager................................................................................................................................................95 Overtime and special shift rates for Field Services personnel are determined in accordance with Prevailing Wage law. Travel time to and from the job site will be charged at the hourly rates for the appropriate personnel. Expenses 1. Exploration expenses (drilling, trenching, etc.) are charged at cost plus fifteen percent. 2. Travel and subsistence expenses (transportation, room and board, etc.) for individuals on projects requiring travel and/or living 50 miles away from the project site are charged at cost plus fifteen percent. 3. Automobile and truck expenses are charged at cost plus fifteen percent (rentals) or at the current IRS milage rate per mile for company -owned vehicles traveling between principal office and project. 4. Other out-of-pocket direct project expenses (aerial photos, long-distance telephone calls, permits, bonds, outside printing services, tests, etc.) are charged at cost plus fifteen percent. Invoices 1. Invoices will be submitted to the Client on a monthly basis, and a final bill will be submitted upon completion of services. 2. Payment is due upon presentation of invoice and is past -due thirty days from invoice date. In the event Client fails to make any payment to Converse when due, Converse may immediately cease work hereunder until said payment, together with a service charge at the rate of eighteen percent per annum (but not exceeding the maximum allowed by law) from the due date, has been received. Further, Converse may at its sole option and discretion refuse to perform any further work irrespective of payment from Client in the event Client fails to pay Converse for services when said payments are due. 3. Client shall pay attorneys' fees or other costs incurred in collecting any delinquent amount. General Conditions The terms and provisions of the Converse General Conditions are incorporated into this fee schedule as though set forth in full. If a copy of the General Conditions does not accompany this fee schedule, Client should request a copy from this office. Converse Consultants PW2024 Geotech