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