HomeMy WebLinkAboutE-11 Staff Report - Library Project Management Services CONSENT ITEM
E-11
TO: HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL
VIA: SERGIO GONZALEZ, CITY MANAGER
FROM: NICO DE ANDA-SCAIA, DEPUTY CITY MANAGER
DATE: FEBRUARY 18, 2025
SUBJECT: AWARD OF PROFESSIONAL SERVICES AGREEMENT WITH TRANSTECH
ENGINEERING, INC. TO PROVIDE PROJECT AND CONSTRUCTION
MANAGEMENT SERVICES FOR THE AZUSA LIBRARY CRITICAL
INFRASTRUCTURE AND MODERNIZATION PROJECT
BACKGROUND:
In January of 2024, the Azusa City Library was awarded a competitive grant through the California
State Library ‘Building Forward Facilities Improvement Program’ in the amount of $6,497,703. This
grant program funds capital projects for public library buildings that address critical maintenance needs,
safety upgrades, improve energy efficiency and sustainability, extend digital access, and expand
physical access to library facilities. The City of Azusa previously approved and allocated a required
local match amount of $3,248,847 toward this project, for a total project estimate of $9,746,550.
In June of 2024, the City awarded a Professional Services Agreement with IDS Group in an amount not-
to-exceed $822,639 for design-related consulting services for the Azusa Library Critical Infrastructure
and Modernization Project. This project is currently in its final stages of construction document
development, plan check and permitting support. In advance of bidding the project for construction, staff
engaged in discussions with one of the City’s on-call consultants, Transtech Engineering, LLC., to
provide a proposal for project/construction management support services. Staff received Transtech’s
final, negotiated proposal on February 11, 2025.
The recommended action awards a Professional Services Agreement to Transtech Engineering, Inc., in
an amount of $429,200.00 for project/construction management support consulting services for the
Azusa Library Critical Infrastructure and Modernization Project. These services will be implemented in
the following stages: pre-construction support, construction management, and post-construction phase
services through project close-out.
RECOMMENDATIONS:
Staff recommends the City Council take the following actions:
Approved
City Council
February 18, 2025
Library Modernization Project - Professional Services Agreement
February 18, 2025
Page 2
1) Award a Professional Services Agreement with Transtech Engineering, Inc. for
Project/Construction Management consultation services, including pre-construction, construction
management, and post-construction phase coordination services through project close-out, in an
amount not to exceed $429,200.00;
2) Authorize staff to administratively approve up to a 10% or $42,920 contingency for
unanticipated project change orders; and
3) Authorize the City Manager to execute an Agreement with Transtech Engineering, Inc., in a
form acceptable to the City Attorney, on behalf of the City, subject to non-substantive changes
made by the City Manager and City Attorney, including any contingency amendments.
ANALYSIS:
The current Azusa City Library building opened in 1959. Since that time, no major improvements have
been made to the building with the exception of limited flooring and bathroom upgrades in 2019, and the
replacement of HVAC units in 2023. Various critical maintenance, energy efficiency, accessibility, and
infrastructure improvements are necessary at this time to ensure long-term continuity of programs and
quality services for the community.
Toward this end, the City conducted a building assessment in 2023 and applied for and was awarded
state grant funding for the ‘Azusa Library Critical Infrastructure and Modernization’ Project in 2024.
This project will be a full-scale renovation of the library, including major structural and design
improvements to both the exterior and interior of the building.
Over the past several months, the City’s integrated design consultant, IDS Group, and city staff have
worked together to develop the project’s design plans, specifications, cost estimates, and construction
documents. The project is currently in its final stage of construction document development, plan check
and permitting. In advance of bidding the project out for construction, which is anticipated to begin in
March/April 2025, the City desires to enter into a professional services agreement with Transtech
Engineering, Inc. for project/construction management support services through completion of the
project.
Transtech is currently a pre-approved vendor included on the City’s on-call list for professional services
related to building plan review, inspection services, staff augmentation, CIP project and program
management, and construction management services. Following the review and careful consideration of
proposals received by the City’s on-call consultants, as well as one additional firm that also specializes
in library renovation projects, staff determined Transtech to be the preferred consultant for this project
as their qualifications, relevant project experience, overall capacity, fees, and accessibility were most
aligned with the City’s needs.
Pending Council’s consideration and approval, Transtech’s services will be implemented in the
following stages: pre-construction support, construction management, and post-construction phase
services through project close-out. Staff plans to return at future meetings for Council approvals related
to authorization to bid the project for construction, award of construction contract, 3rd party specialty
inspection/material testing, and purchase of FF&E, among other items.
Library Modernization Project - Professional Services Agreement
February 18, 2025
Page 2
FISCAL IMPACT:
The Azusa City Library was awarded a grant in the amount of $6,497,703 through the California State
Library (CSL) Building Forward Facilities Improvement Program for this project. Council accepted
grant funds and approved $3,248,847 in additional required local match funding at their November 20,
2023 Regular Meeting – for a total approved project budget of $9,746,550.
The recommended action awards a contract to Transtech Engineering, Inc., in the amount of
$429,200.00 for project/construction management services associated with this project. An additional
$42,920.00 (10% of the contract) is requested for contingency, for a total not-to-exceed amount of
$472,120.00. Construction management costs are an allowable expense under the State library grant, and
the cost of this agreement will be paid out of approved and budgeted project funding sources. The
following is a summary of approved budget funding sources for this project: $6,497,703 from CSL grant
under account 2830511086-7125/51024A-7125 (City has already received $3,248,852 of this amount);
$2,500,000 (including $2,000,000 in General Fund CIP and $500,000 from the General Fund Excess
Reserves) under account 1080000510-7125/51023A-7125; and $748,847 in public benefit funds under
account 2440739082-6625/51024B-6625. Upon Council approval, staff will charge this contract under
account 2830511086-7125/51024A-7125 as permitted by the grant draw-down guidelines.
Prepared by: Reviewed by:
Nico De Anda-Scaia Robert Delgadillo, P.E.
Deputy City Manager Director of Public Works/City Engineer
Reviewed and Approved:
Sergio Gonzalez
City Manager
Attachments:
1) Proposal for Project & Construction Management Services – Transtech Engineering, Inc.
2) Professional Services Agreement – Transtech Engineering, Inc.
Cover Letter
Azusa Library Improvement Project, Construction Management Service
February 11, 2025
City of AZUSA
213 E Foothill Boulevard
Azusa, CA 91702
Attn: Nico De Anda-Scaia, Deputy City Manager
Azusa Library Improvement Project Construction Management Services
Dear Mr. De Anda-Scaia:
As requested, Transtech is pleased to submit this Construction Management Service Level and Budget Estimate
for Azusa Library Improvement Project.
Established in 1989, Transtech (a California Corporation) is a multi-disciplinary engineering consulting firm.
Transtech has been in business for over 35 years and is providing municipal services to approximately 80
public agencies.
Transtech has a large pool of well experienced staff and resources readily available to provide requested
services, and respond to requests in a timely, efficient, and cost-effective manner. Our staff and resources
include approximately 200 staff, including building officials, plan checkers, inspectors, permit technicians,
engineers, project managers, designers, plan checkers, inspectors, construction managers, traffic and
transportation analysts, technicians, support personnel.
Transtech is a multi-disciplinary municipal engineering consulting firm. Our service capabilities include:
• Building & Safety Services, Building Inspection, Plan
Check, Building Evaluations, City Building Official, Code
Enforcement
• Civil Engineering,
• Staff Augmentation
• CIP Program Management
• Construction Management and Inspection
• Federally Funded Project Management
• Grant Writing
• CDBG Project Management
• City Engineer, City Traffic Engineer, Development
Review, Public Works Engineering, Plan Check,
Inspection
• Labor Compliance
• Planning Support
• Traffic and Transportation Planning and Engineering
• Water Resources Engineering
• Surveying, Mapping, ALTA, Right-of-way Engineering
• Emergency, Support Services
Transtech has experience in various types of projects:
• Parking Structures
• Community Centers
• City Halls, Libraries
• Fire Stations
• Master Planned Development
• Streets
• Utilities, Water, Drainage, Sewer
• ADA Improvements
• Traffic Signals
• Street Lighting
• Bridges
• Parks and Playgrounds
Thank you for the opportunity to submit this information. Should you have any questions, or require additional
information, please contact the undersigned,
Sincerely,
Ali Cayir
Ali Cayir, PE, PE, Principal
E: Ali.cayir@transtech.org; C: 714-883-8677
About Transtech Video Highlight: CLICK HERE
www.transtech.org
Azusa Library Improvement Project, Construction Management Service
Table of Contents
Table of Contents
Section Page
1. Project Understanding 1
2. Budget Request from City and Transtech’s Response 3
3. Typical Scope of Services 5
4. Service Approach 7
5. Staff Qualifications and Resumes 11
6. Similar Experience 18
7. References 23
Azusa Library Improvement Project, Construction Management Service
Proposal 1
1. Project Understanding
Project Information (summary from Architectural Plan Shet G-001):
Proposed Improvements (Info from Architectural Plan):
State Library Grant (found on State Library Grant Program Web-site):
The project has received $6,497,703 Grant from State’s “Building Forward: Library Facilities Improvement
Program, Round 2”.
Plan Approval Status:
Plans are in review. One of the items that will need to be cleared is LA County Fire Prevention requirement
regarding Fire Sprinkler System. LA County serves as City’s Fire Department, and performs Fire Plan Check
and Inspection. The Code states for newly constructed Libraries exceeding 12,000 sf. of floor area or with an
Azusa Library Improvement Project, Construction Management Service
Proposal 2
occupant load of 300 or more, fire sprinklers are required. The architect will need to clear how the County
Fire will apply this code requirement to this project.
Few Preliminary Observations from Architectural Plans:
Plan Sheet A-131, NOTE 1: REMOVE ROOF SHEETING IN ITS ENTIRETY
Further clarification/detail from the Architect about staging of
roof sheeting removal and reinstallation will help the bidders
prepare their bids and schedule, and eliminate any
misunderstanding that the contractor can remove entire roof
sheeting first and then start re-sheeting. The roof sheeting is
generally removed in sections and replaced, especially in the perimeter areas to maintain continuous connection of roof diagram to
building walls.
Plan Sheet S-003: STRUCTURAL AND SPECIAL INSPECTION
Azusa Library Improvement Project, Construction Management Service
Proposal 3
2. Budget Request from City and Transtech’s Response
Following is our Appr. Staff Time/Budget Allocation Estimates:
Project Phase Total Hrs Total Fees
Ave. Rate $225 Ave. Rate $175
Appr. %:10.00%Appr. %:5.00%
Appr. Hrs:32 Appr. Hrs:16
Appr.. Budget::$7,200 Appr.. Budget::$2,800
Ave. Rate $225 Ave. Rate $175
Appr. %:50.00%Appr. %:50.00%
Appr. Hrs:1,040 Appr. Hrs:1,040
Appr.. Budget::$234,000 Appr.. Budget::$182,000
Ave. Rate $225 Ave. Rate $175
Appr. %:2.50%Appr. %:2.50%
Appr. Hrs:8 Appr. Hrs:8
Appr.. Budget::$1,800 Appr.. Budget::$1,400
2,144 $429,200
Months
16 $3,200
Project Close-
out Phase
Support
Assumed
Duration
Sr. PM, CM PM, CM, Project Control
Assumed
Duration
13
2 Appr. Staff Hrs/Budget Allocation Appr. Staff Hrs/Budget Allocation
Appr. Staff Hrs/Budget Allocation Appr. Staff Hrs/Budget Allocation
Months
Assumed
Duration
2
Months
Approx. Staff Time/Budget Allocation Estimates
Plan Sheet S-003 S shows structural observation and inspection requirements. It is assumed Structural Engineer of Record (IDS) would
do the structural observations. There maybe some concrete testing and insp. by 3rd party, as well as welding. Re Welding, it appears,
because of the amount of wood framing, field spot weld may not be feasible, and most steel connections may have to be done off-site
or connected via bolting. There maybe concrete, rebar, etc. special inspections necessary. The City, as the owner would be
responsible to retain specialty inspectors.
Above rates and hrs are average, and may vary within phases as necessary based on work flow and conditions to provide efficient and
cost effective services.
Totals
48 $10,000
2,080 $416,000
Pre-Construction
Phase Support
Construction
Phase Support
Sr. PM, CM
Appr. Staff Hrs/Budget Allocation
PM, CM, Project Control
PM, CM, Project Control
Appr. Staff Hrs/Budget Allocation
Sr. PM, CM
Azusa Library Improvement Project, Construction Management Service
Proposal 4
STRUCTURAL OBSERVATION AND SPECIAL INSPECTION:
• PLAN SHEET S-003 S SHOWS STRUCTURAL OBSERVATION AND SPECIAL INSPECTION REQUIREMENTS.
• PER THE PLANS, STRUCTURAL ENGINEER OF RECORD (SEOR) IS IDS, AND IT IS ASSUMED IDS WILL DO THE STRUCTURAL
OBSERVATIONS.
• THERE MAYBE SOME CONCRETE, REBAR, ETC. SPECIAL INSPECTIONS NECESSARY, AS WELL AS WELDING INSPECTION (NOTE RE
WELDING: IT APPEARS, BECAUSE OF THE AMOUNT OF WOOD FRAMING, FIELD SPOT WELD MAY NOT BE FEASIBLE, AND MOST
STEEL CONNECTIONS MAY HAVE TO BE DONE OFF-SITE OR CONNECTED VIA BOLTING.
• CITY SHOULD CONSIDER ALLOCATING A BUDGET FOR SPECIAL INSPECTION SERVICES.
PRE-DEMO HAZ-MAT REPORTS:
We had our Haz-Mat consultant do a cursory look at the Haz-Mat and Lead Paint Reports provided by the City.
Following Limited Haz-Mat and Lead Paint Reports were prepared by VERT and TITAN:
1. Limited asbestos survey report - performed on September 9, 2024, by VERT Environmental (VERT):
• Only the brown/white acoustical ceiling tiles in the library were tested. No asbestos detected,
• No mention of any substrate material or how the tiles were attached to the ceiling (glued-on, nailed-on, etc.).
• The substrate material may also contain asbestos.
• If glued-on, the glue/adhesive may contain asbestos.
• The report is limited only to the materials and areas tested.
• No photos included in the report
2. Limited asbestos survey report - performed on November 28, 2018, by TITAN Environmental Solutions (TITAN):
• Plaster and skim coat material were tested in the break room and cubicle room #2. No asbestos detected. The report does not
specify if the samples were collected on walls or ceilings.
• Tan carpet mastic was tested in Cubicle rooms #1 & #2, hallway, and classroom. No asbestos detected.
• 12”x12” off-white vinyl floor tiles and black mastic were tested in the server room. Both materials were confirmed to contain
asbestos. Removal of this material must be performed. The tiles were reported to be in damaged condition. Current updated
condition assessment is required. If damaged, a special SCAQMD Rule 1403 Procedure 5 (P5) plan may be required.
• Green vinyl cove base and tan/brown mastic was tested in the breakroom and cubicle #2. No asbestos detected.
• The report is limited only to the materials and areas tested.
• The survey is 6 years old. The SCAQMD may require an updated inspection/report to ensure the condition of the material have
not changed and no new material has been introduced.
• No photos included in the report
3. Limited lead survey report - performed on November 28th, 2018, by TITAN:
• Only the plaster wall and vinyl cove base material in cubicle room #2 and break room, as well as wall and floor material in the
break room restroom were tested.
• The green vinyl cove base in cubical room #2 had low detectable levels of lead. Removal of this material
• The green and tan ceramic wall and floor tiles in the breakroom restroom were confirmed lead glazed. Removal of this material
requires a licensed and CA Dept of Public Health (CDPH) certified lead abatement contractor under full isolation/containment
protocol.
• The report is satisfactory as a preliminary limited lead surface coating assessment, but only applies to the tested surfaces and
locations.
City should consider following:
A. The above limited asbestos and lead survey reports may not be sufficient for this project. The SCAQMD may not accept the limited
reports. OSHA also requires a full lead assessment prior to renovation work. A comprehensive asbestos and lead identification
survey should be considered to include all interior suspect material and surface coatings, roof, and exterior, etc.
• Suspect asbestos material include plaster and finish coats with gypsum lath, drywall & joint compound and/or skim coat, vinyl
floorings, backings and adhesives, mirror adhesives, wall paper or other wall covering glue/adhesives, ceramic tile grout and
underlayments, vinyl cove base adhesives, hardwood floor adhesives, floor and wall cavity & substrates vapor barriers, window
putty/glazing, textured wall/ceiling material, acoustical spray applied ceiling material, blown-in attic insulation, vermiculite
insulation in attic and wall cavities, heating air duct air duct related component insulation, furnace insulation, roofing material
layers and mastics, exterior stucco layers, domestic hot water pipe insulation, heater exhaust flue pipes, toilet sewer gas exhaust
flue pipes, kitchen exhaust hoods, wall cavity insulation, structural steel fireproofing, gaskets, boiler insulation, concrete masonry
unit grout/mortar, concrete slab expansion joint caulkings, concrete, asphalt, fire brick grout and mortar, and many more.
• Suspect lead surface coatings.
B. Destructive exploration should be considered in wall and ceiling cavities as well as floor substrates to identify and test all hidden
suspect material that could be impacted by the planned renovation activities.
C. A Universal Hazardous Material/Waste assessment should be considered to identify and enumerate suspect fluorescent light
bulbs/tubes, ballasts, lead-acid batteries, mercury thermostats, Polychlorinated Biphenyl (PCB) oils, electronics, and more.
Azusa Library Improvement Project, Construction Management Service
Proposal 5
3. Typical Scope of Services
1. Pre-Construction Phase Services
Provide Support and assistance to City:
• Final bid package compilation.
• Bid advertisement.
• Pre-bid meeting.
• Coordinating with Design Architect for preparation of Addenda in in response to questions
received from bidders.
• Bid analysis.
• Contract Award Process.
• Pre-Construction conference with selected contractor and stake holders.
• Baseline schedule review.
• Coordinating with the Architect the review and approval of pre-submittals (RFI’s, Shop Drawings,
submittals.)
• Preparing Meeting notes and other documentation for the pre-construction activities performed.
2. Construction Phase Services
Provide support and assistance to City:
• Project Documentation.
• Project/Schedule/Cost Review.
• Change Order Review.
• Daily Reports.
• Construction Observation.
• Contract Time Monitoring.
• Labor Compliance.
• Quality Assurance.
• Progress Meetings.
• Project Punch List.
• Library Grant Reporting.
• Daily Reports (Provide/Review)
• Progress Meetings (minimum once/month on site and otherwise virtual. Include meeting
notes and documentation)
• Processing/circulation of RFIs and submittals and maintaining log of these.
• Confirm GC is maintaining proper redline set through construction phase
• Project budget/expense tracking
• Contract administration/Submittal procedures
• Evaluate and facilitate change order reports
• Coordination of FF&E purchase and installation
Azusa Library Improvement Project, Construction Management Service
Proposal 6
3. Post-Construction Phase Services
Provide support and assistance to City:
• Final punch list completion.
• Move-in to facility.
• Project Close-out.
• Transfer of Project Documents.
• Verify completeness of proper redline set that was kept current throughout the
construction phase prior to release to IDS group.
• Initial Start-up and testing.
• Year-end walk through (at conclusion of warranty period - typically 11th mo.)
Azusa Library Improvement Project, Construction Management Service
Proposal 7
4. Service Approach
STRUCTURED APPROACH:
We have a structured approach to execute projects in an efficient manner that makes Transtech capable
of providing the city with an efficient and quality product. Transtech has established guidelines and policies,
including written manuals on quality control, project management, and design procedures for its staff and
for its contract cities. These guidelines ensure a consistent approach to the execution of assignments
undertaken by our organization in compliance with City’s specific procedures, standards and requirements.
The following paragraphs describe our general approach to deliver projects in an efficient and cost-effective
manner. A project specific approach will be provided for each assigned project and will become part of
the specific contract for the specific project.
• Project Management: Our approach is to provide proactive management and attempt to identify
potential issues and problems in advance and take corrective actions before they become problems.
This requires extensive hands-on knowledge, experience and management skills of the people involved
in managing the project. Our team members have extensive experience and proven track record in
managing large and complex projects and bringing them to a completion on time and within budget.
• Approach to Cost Control and Change Orders: We evaluate project costs and develop feasible mitigation
measures to minimize additional costs. We work as a team to solve problems or make modifications in
the field to address unforeseen conditions or owner generated changes in a cost-effective manner.
• Approach to Scheduling and Timely Completion of Project and Schedule Recovery: The baseline
schedule should properly identify the project scope, critical path, project milestones, target dates, phases
and sequences of work, and activity durations. When significant activities show that they are slipping
from the baseline, we work with the contractor to develop recovery plans.
• Management of Documents: We use an electronic file management system. All construction forms, daily
dairies, weekly statement of working days, etc. are stored in our electronic file system, and are per
Caltrans documentation system. We provide these documents at the end of the project to the client in
organized files as well as pdf files.
• Safety and Security: We hold meetings with the contractor to review and discuss safety and security
requirements, OSHA conformance, emergency security and safety procedures, and enforce security and
safety responsibilities.
• Funding Closeout: We prepare necessary closeout documentation required by the funding agencies,
submit final reimbursement documentation, follow-up on the reimbursements, and final funds balance
report.
• Project Closeout: We recognize that closeout is an important part of the construction process. It signifies
that the new facility structure is ready to use. We methodically handle all closeout tasks to ensure a
smooth transition from construction to occupancy.
• Methodology for Communication to Inform City on Work Progress: Key project team members will attend
periodic project progress meetings with City staff throughout the project duration.
• Electronic common project information and file sharing platform: We create and provide access to
project participates a common project information and file sharing platform.
PROJECT CONTROLS:
Project controls are essential to keep complex construction projects on budget and on time. They help teams
and stakeholders identify emerging risks early, before they become expensive, time-consuming problems.
With advance warning, these issues can be mitigated or avoided altogether. Project controls also give
leadership the data they need to set realistic expectations, manage subcontractors, and plan with
confidence. During the course of a project, program and project managers use controls to monitor time and
cost expenditures and compare them to project lifecycle forecasts. They also rely on them to coordinate
onsite execution with the milestones established during the design, procurement, entitlement, and pre-
construction stages. The benefits of project controls are many. When they are put in place and used
appropriately, they contribute to increased efficiency, decrease in delays and cost overruns, and fewer
claims and costly litigation.
Azusa Library Improvement Project, Construction Management Service
Proposal 8
Our staff has experience with various document control software systems including Procore, Autodesk
ConstructWare (which has now become Construction Cloud), and Primavera P6. In our experience all major
control software programs work basically the same way and adapting from one software offering to another
has a fairly small learning curve. Because the specific software is generally a choice made by the prime
contractor, our staff is ready to partner with any user of any program. That said, not all projects require the
‘fire power’ associated with an expensive, sophisticated control system. Sometimes an intelligently designed
filing system that stores basic Word, Excel, PDF, and email documents in the cloud is all a project really needs.
ISSUES TRACKING:
An issue tracking system provides an easy way to document issues, assign responsible party, and view the
status of how the issue resolution is progressing. Complete documentation of issues is critical to mitigate risks
on current projects and prevent similar issues on future projects. When issue tracking is integrated with the
project management system, all documentation, and communications related to the project become
centralized to provide complete transparency into project status.
MANAGING, NEGOTIATING, AND INCORPORATING CHANGES IN PROJECT SCOPE:
Our approach and strategy are structured based on minimizing cost and schedule impacts, while evaluating
change orders in a timely, fair and equitable manner.
A number of different factors can influence the development of Change Orders on projects, which can result
from either foreseen or unforeseen conditions and may include:
• Design Modifications; Errors and Omissions; Changed Conditions; Additional/Reduced Work Scope;
Owner-Directed Schedule Acceleration or Slowdown; Work Sequencing; Adjustments to Unit Pricing;
Force Majeure Delays; Added Cost Incentives; Delayed, Denied, or Restricted Access to a Project
Site; Inappropriate Rejection of the Contractor’s Work; Delays to Owner-Supplied Services and
Materials
Our initial evaluation of a change order request incudes various elements:
• Is it already covered in the contract? Is it necessary to complete the work? Impact on the planned
work? Will it affect or change the contractor’s planned method of performing the work? Will it cause
a work-character change? Impact on the contract time? Methods of payment? Are there sufficient
contingency funds? If not, can additional funds be obtained soon enough to prevent delays?
Impacts on any regulatory conditions, permits, utilities, etc.
Change Order Documentation:
• We prepare the change order in a clear, concise, and explicit manner. A change orders should be
easily understood by third parties reviewing it what work was performed without further explanation.
Project Partnering: Based on project’s size and complexity, Project Partnering may also be considered:
• Partnering is a relationship between the owner and the contractor, formed in order to effectively
complete the contract to the benefit of both parties. Through trust, cooperation and teamwork, the
goal is to resolve conflicts at the lowest possible level.
COORDINATION WITH CITY:
Key project team members will attend periodic project progress meetings with City staff throughout the
project duration. We will maintain and establish and maintain a close working relationship with City staff. We
will manage assigned projects, carefully control costs and resources, and complete assigned work on
schedule. We will provide progress reports to the city at regular intervals.
Methods/Procedures for Developing /Publishing Project Status Reports/Records:
Project status reporting is another area where the solution should be tailored to the size and scope of the
project being managed and the actual reporting product anticipated by the city. In addition to the size and
scope of the project, the actual point in time of the project matters. For example, project status reporting for
a design building project that is currently preparing bridging documents will be significantly different from the
Azusa Library Improvement Project, Construction Management Service
Proposal 9
report that would be prepared once construction has commenced.
TRANSTECH PROJECT CONTROLS SYSTEM
Transtech has developed its in-house Project Control Procedures and System, follow guidelines Following is
the link to Transtech’s Project Control Procedures and System:
https://www.dropbox.com/scl/fi/ovqszv2odb0egxp6qdo3f/CIP-Filing-System-Index-v20240212.100-
003.pdf?rlkey=rart96lbt7yif4qka3y5tck1n&dl=0
Azusa Library Improvement Project, Construction Management Service
Proposal 10
Azusa Library Improvement Project, Construction Management Service
Proposal 11
5. Staff Qualifications and Resumes
STAFF QUALIFICATIONS
Large Pool of Staff with Diversified Experience:
Transtech has a large pool of well experienced staff and resources readily available to provide requested
services, and respond to requests in a timely, efficient, and cost-effective manner. Our staff and resources
include approximately 200 staff, including engineers, project managers, designers, inspectors, construction
managers, traffic and transportation analysts, city engineers, city traffic engineers, building officials, plan
checkers, inspectors, permit technicians, engineers, project managers, designers, inspectors, construction
managers, traffic and transportation analysts, technicians, support personnel.
Transtech has a large pool of well experienced staff with credentials and certifications and proven track
record in providing building and safety services in a timely, efficient, cost-effective and customer friendly
manner:
• Transtech staff members have extensive experience and in-depth knowledge of applicable codes
and regulations. Our staff members are certified by the International Code Council (ICC).
• Our staff members are involved in many local and national International Code Council (ICC) and
California Building Officials (CALBO) committees and are involved in the development of local and
national guidelines and codes for Building and Safety.
• Our staff and resources include approximately 200 staff, including project managers, civil engineers,
designers, traffic and transportation analysts, technicians plan and map checkers, surveyors,
inspectors, construction managers, building officials, building plans examiners, building inspectors,
planners and support personnel.
• One of the unique qualifications of Transtech is that we serve public agencies as municipal contract
service providers. Several of our senior staff members have previously worked for Public Agencies in
various capacities, such as Public Works Director, City Engineer, City Traffic Engineer, CIP Manager,
Building Official, Planner, and various other capacities.
• We have extensive experience working with Public Agencies in similar assignments. We are
accustomed to working with governmental agencies, and have a good understanding of public
agency issues, procedures, and policies.
Licenses and Certificates of the Firm and Staff Members in Diversified Fields:
Our staff members are certified by the International Code Council (ICC). We have staff who have reached
the highest possible level of code administration with the Master Code Professional designation certification
from the ICC.
Following are various ICC certifications held by various staff members:
Building Official Certifications:
Certified Master Code
Professional
Building Code Official
Building Official
Plan Check Certifications:
Residential Building Plans
Examiner
Commercial Building Plans
Examiner
Inspection Certifications:
Combination Inspector
Commercial Building Inspector
Residential Building Inspector
Accessibility Inspector
Commercial Energy Conservation
Inspector
Electrical Inspector
Commercial Electrical Inspector
Residential Electrical Inspector
California Commercial Plumbing
Inspector
California Residential Mechanical
Inspector
California Residential Mechanical
Inspector
Additional Inspection Certifications:
IAPMO Plumbing, Mechanical
Inspector
Fire Code Inspector
Fire Inspector II
Azusa Library Improvement Project, Construction Management Service
Proposal 12
California Building Plans
Examiner
Certified Sustainability
Professional
CalGreen Plans Examiner
Accessibility Plans Examiner
Commercial Energy
Conservation Plans Examiner
Residential Plans Examiner
Mechanical Plans Examiner
Plumbing Plans Examiner
Electrical Plans Examiner
Residential Energy Conservation
Inspector
Residential Building Inspector
Residential Mechanical Inspector
Mechanical Inspector
Commercial Mechanical Inspector
Plumbing Inspector
CalGreen Inspector
Building Inspector CBC
Building Inspector UBC
Plumbing Inspector UPC
California Building Inspector
California UST Inspector
Permit Technician Certification:
Permit Technician
CACEO Certified Code Enforcement
Officer
State of California Safety Assessment
Program:
CalOES SAP Evaluator
In addition, some of our staff members are certified as Fire Plan Checkers and Inspectors,
Engineering Licenses and Certificates of the Firm and Staff Members in Diversified Fields:
Several of our engineers are licensed as Professional Engineers by the State of California Board for Professional
Engineers, Land Surveyors, and Geologists (BPELSG). Our staff professional licenses, registrations and
certifications include:
• PE (Licensed Civil Engineer
• TE (Licensed Traffic Engineer)
• PLS (Licensed Land Surveyor)
• QSD (Construction General Permit Qualified SWPPP Practitioner)
• QSP (Construction General Permit Qualified SWPPP Developer)
• QISP (Industrial General Permit Qualified Industrial Stormwater Practitioner)
• PMP (Professional Transportation Planner)
• RSP (Registered Safety Professional)
• CASp (Certified Access Specialist)
• PMP (Certified Project Management Professional)
• CPSWQ (Certified Professional in Storm Water Quality
• CPESC (Certified Professional in Erosion and Sediment Control)
• LEED AP (Professional with specialty credential with knowledge in green building practices
• Registered Construction Inspector by American Construction Inspectors Association
• Certified International Municipal Signal Association “IMSA” level III Technician
Our staff members are involved in many local and national International Code Council (ICC) and California
Building Officials (CALBO) committees, and are involved in the development of local and national guidelines
and codes for Building and Safety:
• Chair; ICC Sustainability Membership Council
• Chair; ICC LA Basin Chapter Inspection Committee
• Commissioner; ICC Codes & Standards Council
• Commissioner; CALBO Green Committee
• Commissioner; ICC/CALBO CA Exam Committee
• Commissioner; CALBO Outreach/Communications
Committee
• ICC Los Angeles Basin Chapter Board of Directors
• ICC Building Officials Membership Governing Council
• ICC Code Development Committee Vice Chair
• ICC Technology/Web Advisory Group
• IAS Accreditation Committee
• ICC LA Chapter Accessibility Committee
• Commissioner; CALBO State Licensing Boards Committee
Unique Qualifications:
One of the unique qualifications of Transtech is that we serve public agencies as municipal contract service
providers, including Contract City Engineer, City Traffic Engineer, Building Official, CIP Manager, Planner and
in other capacities.
Azusa Library Improvement Project, Construction Management Service
Proposal 13
Experience in Working with Public Agencies/Cities:
We have extensive experience working with Public Agencies/Cities in similar assignments. We are
accustomed to working with governmental agencies, and have a good understanding of public agency
issues, procedures, and policies. Several of our staff members are former City Engineers, Public Works
Directors.
Experience in working with CALTRANS:
Our team includes experienced staff members who have worked for CALTRANS and are intimately familiar
with the standards and procedures, project development and approval process, and requirements. One of
our Sr. Staff Member is former Deputy Director of Caltrans District 7.
Experience in Federally Funded Projects:
We have extensive experience in the management and administration of federally funded projects. In the
past few years, we managed over 30 federally funded projects. Our staff members have completed Caltrans
Resident Engineer Academy for Federally Funded Projects. We follow guidelines and procedures of Caltrans
Local Assistance Procedures Manual (LAPM).
RESUMES
Following are our staff members, who are anticipated to be available during the construction of this project.
Please note we have additional staff members who may serve as back-up when a primary staff member is
not available,
ROBERT QUINTERO, Contract Manager
Education
• BS Urban & Regional Planning; MBA
Registrations/Certifications
• Licensed General Contractor B
Highlights
Mr. Quintero has over 25 years of experience in government relations, city administration, city planning,
public works and utility coordination. Throughout his career, Mr. Quintero has demonstrated strong
leadership, project management, and comprehensive understanding of municipal government operations.
He has successfully managed complex projects and engaged with various stakeholders to achieve positive
outcomes for the communities he has served. He has a broad knowledge of municipal government
operations, including preparation and presentation of staff reports/resolutions to city councils, committees
and interaction with public, various city departments, city council and other governmental agencies. Mr.
Quintero has participated on numerous multi-disciplinary teams dealing with the planning and execution of
public works projects. He has served as the Project Manager for the design, construction, and management
of a variety of projects, including Parking Structure, Fir Station, Public Works and Infrastructure; Civic
Center/City Hall Expansion; Community Center; Grade Separation
Mr. Quintero’s recent experience includes:
• City of Ontario, Fire Station #1, Transtech is serving as PM/CM improvements (currently under construction,
completion late spring 2025)
• City of Ontario, Fire Dept. Admin Building, Transtech is serving as PM/CM (currently under construction,
completion early 2026)
• City of Ontario, City Hall Annex, Design-Build Parking Structure, Transtech is serving as PM/CM (currently
under construction, completion mid 2025)
• City of Rancho Palos Verdes, Land Slide, Utility Service Alternatives Review and Management.
Mr. Quintero’s experience also includes working for a public agency in various capacities, including as
Director of Public Services/Public Work and Assistant City Administrator. Mr. Quintero also worked at Southern
California Edison (SCE) as Director of Government Relations.
Azusa Library Improvement Project, Construction Management Service
Proposal 14
HANI NASR, PMP, Sr. Project/Construction Manager
Education
• BS, Mechanical Power Engineering
Registrations/Certifications
• PMP (Project Management Professional) #3794024
• Autodesk Certified Professional
• OSHA 30 & OSHA 10
• CPR
• Inspector Certification. B2
• QC & QA
• Project Delays & Damages
• Constructability Review
• Risk Management
• Confined Space
Highlights
Mr. Nasr is a certified Project Management Professional (PMP) with an extensive background in construction
management. He holds a bachelor’s degree in mechanical power engineering and has over 20 years of
experience managing multimillion-dollar projects.
With a strong engineering foundation, Mr. Nasr has developed expertise across multiple construction
disciplines, including MEP systems, general contracting, and construction estimating. His proficiency in cost
estimation and bid preparation has contributed to securing and executing successful projects. His
comprehensive knowledge and hands-on experience enable him to lead projects effectively while ensuring
strict adherence to budgetary and scheduling requirements.
Mr. Nasr has a proven track record of ensuring projects adhere to stringent quality, safety, and budgetary
standards, and applies his demonstrated expertise in project management and stakeholder communication
to enhance project outcomes and contribute effectively to a dynamic team environment.
Notable Projects:
• City of Temple City, Construction/Project Manager, City Hall Roof Structural improvements/Upgrades and
Roof Replacement (Value: $3.5M)
• San Bernardino Unified School District-SBCUSD F19-01 Prop 39 EEP3 (Value: $4M)
• Chaffey Community College (Improvement Project) -( Value: $1 M)
• Ontario HS with Chaffey Joint School District- Mechanical Plant- (Project value: $2 M)
• Fullerton College - Data Room Improvement (Value: $400K)
• Irvine Valley College (HVAC & Roofing Replacement for 5 Buildings & Powerhouse) -(Project Value: $ 7M)
• MacArthur Hotel (Eleven-Story Historic Building Improvement)- (Value: $100 M)
• Oasis International School/UAE – (Value: $ 30 M)
• Drinking Water Plant- Lusaka/ Zambia (Value: $ 1.2 M)
• Multi-Million-Dollar Luxury Homes in Dubai
• Orange HS Gym Renovation (Value: $3M)
• OCTA Bus Station Improvements/ Anaheim (Value: $1M)
• Irvine USD Measure Series 3 Expansion Projects (Value: $1.2M)
• Hemet HVAC Replacement Multi Sites (Value: 6 Schools / $5M)
• Long Beach Robinson K-8 Academy HVAC LBUSD Rehabilitation (Value: $4M)
• El Monte-Rosemead Adult School Admin HVAC Unit Replacement (Value: $500K)
• CJUHSD Ontario HS Chiller Replacement (Value: $600K)
• Lawndale EUSD - Carson ES - 2021 Measure L Heat Pump (Value: $500K)
• Caltech - Young Health Center Improvement (Value: $500K)
• Chino Valley USD - Country Springs & Rolling Ridge ES Alterations (Value: $700K)
KEITH WYATT, Sr. Project/Construction Manager (PM, CM Support)
Education
• BA, UC Irvine, CA
Registrations/Certifications
Azusa Library Improvement Project, Construction Management Service
Proposal 15
• 10-Hr, 30-Hr. OSHA
• SWPPP Certified
• FEMA Training: IS-3, IS-100.PWb, IS-200.b, IS-325, IS-552, IS-556, IS-700.a, IS-800.a, IS-803, IS-806, IS-809, IS-907
• ICC: Building, Electrical, Mechanical, Plumbing
Highlights
Mr. Wyatt has approximately 25 years of experience in the construction field in building and
engineering/public works projects. He has worked in the capacity of superintended, project manager and
construction manager for consulting firms, as well as construction companies. In these capacities, he has
been involved in a wide variety of private and public works construction projects in Type A (General
Engineering) and Type B (Building). The projects include, but not limited to, construction of new buildings,
seismic upgrades, ADA upgrades, TI improvements, site development, roads, parking facilities, utilities, etc.
The type of buildings include community centers, schools, hospitals, warehouses, distribution centers, and
various other projects. He has managed projects under Design-Bid-Build, Design-Build, Construction
Manager/GC at Risk, Multi-Prime delivery methods. He has extensive experience in all phases of projects,
including planning/development, entitlement and permitting bidding, construction, close-out, full-life cycle,
project workflow, operations/systems development, scheduling, estimating, cost and budget control,
contract negotiations, change order management, bid preparation, safety.
He has worked for Construction Management Consultants and General Contractors in various capacities
(Director of Construction, Project Manager, Construction Manager, Owner Representative, Construction
Superintendent) at various firms: Vanir Construction Management Inc., San Bernardino, CA ; Millie and
Severson Construction, Los Alamitos, CA; KCS West, a Kajima USA Group Company, Los Angeles, CA; Neff
Construction), Ontario, CA; Douglas E. Barnhart, Inc., San Diego, CA; Oakview Construction, Calimesa, CA
Few examples of various projects representative of his experience include:
• Served as on-site Project Superintendent/Field Construction Manager for Rancho Cucamonga Central
Park (50 acre site), Sr. Center Community Building (57,000 sq ft) in Rancho Cucamonga. Cost $21 million.
• Served as on-site Project Lead Superintendent for LAPD Sheriff Stations.
o $14 million Lakewood Sheriff Station Remodel and addition to the existing Station.
o $34.5 million LAPD Harbor Replacement Station.
• Served as Owner’s Representative, On-site Project Manager, Construction Manager for Dignity Health St.
Bernardine Medical Center. Delivered under Design Build (DB) method, $105 million.
• Served as on-site Project Superintendent, Project Manager/Construction Manager for Amazon Distribution
Center in San Bernardino, CA. This project involved Renovation and TI of a 700,000 sq ft warehouse, and
added 34,000 sq ft of office area, $19.2 million.
• Served as on-site Project Superintendent, Project Manager/Construction Manager for Maimonides
Academy in West Hollywood, $17.3 million.
• Served as Owner’s Representative, On-site Project Manager, Construction Manager for Patton State
Hospital - Highland CA DGS project performed for DSH, $33 million.
• Served as on-site Project Superintendent, Project Manager/Construction Manager for several projects for
Corona/Norco Unified School Districts, Ontario.
o Vicentia Elementary, Coronita Elementary, Lincoln Elementary. $19 million.
o LA Sierra High School Athletic Fields. Myra Linn Elementary and Valley View Elementary. New
administration buildings and electrical upgrades. $17M.
o Norte Vista High School, Arizona Middle School, Loma Vista Middle School. New classroom additions.
$23M.
RYAN BRESLER, Sr. Project/Construction Manager (PM, CM Support)
Education
• Associate of Arts Degree, Crafton Hills College Yucaipa
Certification
• Project Manager Program Certificate, University of California Riverside
• 30 Hour OSHA Training
Highlights
Mr. Bressler has over 25 years of experience in Project Management. His extensive background in Project
Management demonstrates across various projects including construction, education, healthcare, and
infrastructure. His diverse experience has demonstrated expertise in managing projects of various sizes and
Azusa Library Improvement Project, Construction Management Service
Proposal 16
complexities. Mr. Bressler’s track record reflects strong leadership, organizational skills, and the ability to
deliver successful outcomes within budget and schedule constraints.
Currently, Ryan is Transtech’s CM for the construction of Fire Department Administration Building for the City
of Ontario (project completion early 2026). He is also providing CM support on the FS #1 construction project.
His Experience includes:
San Manuel Mission Indians Senior Project Manager overseeing the East Reservation Infrastructure Project
(SCE & AT&T) ($6 million.
Pinner Construction Project Manager responsible for managing the Dale Junior High School and Polaris
Remodel project worth $45 million.
CCK & Associates, Inc. Senior Project Manager overseeing several projects including:
• Hemet Valley Hospital Cath Lab Remodel + Additional MEP Systems for Peripheral Areas worth 9 million
• Pomona Valley Hospital renovations, 6th Floor Conversion from SNF to Med/Surg Telemetry- $11.4 million,
(3) Cath Labs- $8.5 million, CT scan- $ 2.3 million, Converting DOU to ICU-3- $12.5 million & 2019 Project
Budgeting - $23.6 million budget
LAH Builders, Inc. Senior Project Manager involved in projects such as California Hospital Medical Center
Remodel and Whittier Hospital Switch Gear Replacement, with budgets ranging from $800,000 to $1 million.
ISEC, Inc. Project Manager handling projects including:
• Children’s Hospital in LA Specialty Medical Equipment Package worth 10 million
• Roosevelt High School Door, Frame, Hardware and Specialty Package worth $ 5 million
• St. Jude Medical Center Millwork, DFH, Lab Equipment- worth $5.9 million
• Cottage Hospital at Santa Barbara, Millwork and Lab Equipment worth $ 2.1 million
• Robert F. Kennedy Community Schools in LA, Millwork, DFH and Lab Classrooms- worth $15.6 million
Calvary Chapel of Redlands / Rock Construction Project Manager overseeing the construction of a
Concrete Tilt-up sanctuary and core and shell project worth $12.3 million.
Obershaw/Hill Enterprises Project Manager responsible for projects such as Arrowhead Executive Suites and
custom homes, each valued at $1 million.
Whiting-Turner Contracting Company Project Engineer involved in various projects with budgets ranging
from $2 m to $27 m.
OKAN DEMIRCI, PE, QSD, QSP, MBA, Sr. Engineer (PM, CM, Project Controls Management Support)
Education
• BS in Engineering
Registrations/Certifications
• Registered Civil Engineer
Highlights
Mr. Demirci has approximately 12 years of experience. Mr. Demirci serves as Assistant Public Works Director,
City Engineer, CIP Program Manager at Transtech’s Contract Cities and provides technical and
management support. Mr. Demirci completed Caltrans Resident Engineer Academy, very familiar with the
management and administration of federally and state funded projects in compliance with Caltrans Local
Assistance Procedures Manual (LAPM). Mr. Demirci works as CIP Program Manager at various Transtech’s
Contract Cities and manages various capital improvement programs including state and federal funded
programs. Mr. Demirci’s experience also includes working as Resident Engineer, Project Manager and
Construction Manager on various projects (including federal and state funded projects). He has a broad
knowledge of municipal government operations, including preparation and presentation of staff
reports/resolutions to city councils, committees and interaction with public, various city departments, city
council and other governmental agencies.
ADAM TALBOT, Associate Engineer (PM, CM, Office Eng, Project Controls Support)
Education
• BA California Polytechnic State University, San Luis Obispo
Highlights
Mr. Talbot has approximately 10 years of experience in the construction. He has extensive experience in all
phases of projects, including planning/development, entitlement and permitting bidding, construction,
close-out, full-life cycle, project workflow, operations/systems development, scheduling, cost and budget
Azusa Library Improvement Project, Construction Management Service
Proposal 17
control, contract negotiations, change order management, bid preparation, safety. He has worked in the
capacity of Office Engineer and Construction Manager/Project Manager/Owner Representative, for
construction and consulting firms. In these capacities, he has been involved in a wide variety of facilities,
commercial office, luxury retail, mixed use/multifamily, and data center projects. The projects include, but
not limited to corporate office buildouts, tenant improvements, historical renovations, cost/program
management, etc. He has managed a variety of facilities and construction projects, ranging from $30K to
over $30 million in budget, which involved coordination, processing and approvals by Planning, Engineering
and Building Departments of Local Agencies/Municipalities.
Recently, Mr. Talbot managed following recent projects at Transtech:
• Temple City, City Hall Roof and HVAC Equipment Replacement Project
• Temple City, $3.5M).Temple City, Street Rehab Project (Temple City, $7M)
• Temple City, Park/Live Oak Park Projects (Temple City, $4.5M)
Prior to joining Transtech, Mr. Talbot has worked in the capacity of Office Engineer and Construction
Manager/Project Manager/Owner Representative, for construction and consulting firms.
• Turner & Townsend Construction Los Angeles, CA, Senior Project Manager
• Gardiner & Theobald Construction Los Angeles, CA, Project Manager
• Big Wave Window, LLC San Gabriel, CA , Operations Manager
• MM Enterprises, LLC Los Angeles, CA, Security Project Manager
• Regent L.P. Beverly Hills, CA, Facilities Manager
• Apple, Inc. Pasadena, Glendale, San Luis Obispo, CA, Facilities & Operations Lead
GREGORY AHERN, ICC Certified Building, Fire Inspector (QC/QA Inspection Support)
Education
• Associates of Science Degree – Public Works Construction - Citrus Community College
• FT 101: Fire Protection Organization, FT 102: Fire Prevention Technology, FT 103: Fire Protection Equipment
System, FT104: Building Construction/Fire Protection, FT 105: Fire Behavior & Combustion – Hancock
Community College
Registrations/Certifications
• ICC Certified Residential Building Inspector, ICC Certified Residential Mechanical Inspector, ICC Certified
Residential Plumbing Inspector. ICC Fire Inspector I, ICC California UST Inspector Certification
• Hazardous Waste Operator and Emergency Operations Certification (HAZWOPER)
• Aboveground Petroleum Storage Tank Inspector Certification EPA (APSA)
Highlights:
Mr. Ahern has over twenty years’ experience inspecting commercial development in the City of Glendale.
He has in depth experience inspecting high rise mixed use development projects, as well as industrial projects.
Azusa Library Improvement Project, Construction Management Service
Proposal 18
6. Similar Experience
We have experience in various types of projects:
• Street Rehabilitation and Reconstruction
• Traffic Signals
• Street Lighting
• Water, Drainage, Sewer Improvements
• Utilities
• ADA Improvements
• Bridges Parking Structures
• Community Centers
• Libraries
• City Halls
• Fire Stations
• Police Stations
• Parks and Playgrounds
Few Examples of Vertical Projects:
City of Ontario, Fire Station #9 and Offsite Improvements ($15M):
Transtech provided project and construction management, and
owner representative services. The project included construction of
Fire Station and Off-site Improvements (new roads, utilities, TS, etc.).
City of Whittier, Uptown Parking Structure ($12M): The project
involved construction of a 4 story, 450 stall parking structure, and
includes elements such as bicycle and motorcycle parking and
provisions for future photovoltaic panels. The project was delivered
as DBB. Transtech served as Construction Manager. This project is
located in Whittier.
Renaissance Plaza ($15M): This project is located in the City of
Alhambra and included a parking structure, 10 plex movie theater,
retail, and plaza. Transtech served as the City’s Building Official, Plan
Checker and Inspector for this project including construction
manager of the parking structure, public plaza, and other
improvements.
Rosewood Community Center ($25M): Transtech was retained by
the City of Commerce to take over the management of this
multimillion-dollar facility which was 2 years behind schedule. Within
5 months, Transtech brought the construction to substantial
completion level allowing the city to start the move-in process, and
2 months after, the facility was opened for public use.
City of Ontario, C-Block Parking Structure ($13M) (DB Delivery):
Transtech provided project and construction management, and
owner representative services. The project included construction 5
level, approximately 400 space parking structure
Riverside County Transportation Commission, Corona Main Street
Metrolink Parking Structure and Pedestrian Bridge (25M): This project
is in Corona and included 6 level, approximately 1,000 space parking
structure, and a pedestrian bridge over railroad tracks. Transtech
provided inspection and construction management services for the
construction of this federally funded project.
City of Alhambra Civic Center Library Project ($30M): Transtech
provided plan check, inspection, construction management, and
owner representative services, the project included construction of
a 45,000 SF Library with an underground parking garage.
Azusa Library Improvement Project, Construction Management Service
Proposal 19
City of San Bernardino Santa Fe Depot/Metrolink Parking Structure
and Historic Santa Fe Depot Renovation Project ($25M): This project
included The Parking Structure involved the construction of a 3-level
parking structure for 350 cars. Historic Santa Fe Depot Renovation
involved renovation for adoptive reuse of 60,000 sf historical Santa
Fe Train Depot.
Few Examples of Park Projects:
Ontario Great Park. ($100M): Project
is being delivered under DBB
delivery. Transtech is City’s PM/CM
City of Temple City, Primrose Park
($4M, Prop 68 Funding): Project
included constructing a new park with
playground, landscaping, parking lot,
lighting, drainage, ADA.
City of Monterey Park, Citywide
Parks Improvement Project
($6.5M): Project included
playground, picnic shelters,
benches, ADA at 13 parks.
City of Commerce/Caltrans, I-5
Freeway/Washington Bl SB on and off
Ramps Landscape Improvements
($3M, Federally Funded): Project
included, Landscape, Improvements
at I-5 and at 710 Freeways ramps.
City of Alhambra, Almansor Park
Improvements Project ($2.5M): Project
included basketball courts, restroom
facilities, shade structure, drainage
systems, lightings, landscaping,
walkways.
City of Cudahy, Soccer Field and
Park Improvements Project ($2M,
CDBG Funded): Project included
new soccer field with artificial turf,
landscaping, parking lot, lighting,
drainage, ADA.
Examples of Street Improvements/Infrastructure (Type A-Engineering) Projects:
Washington Boulevard Widening and Reconstruction Project ($40M):
Transtech provided CM/CI/Resident Engineer, Inspector, Office
Engineer Services. The project included widening and reconstruction
of 2.7 miles of Roadway, Traffic Signals, Street Lighting, Landscape,
Improvements at I-5 and at 710 Freeways ramps. The project was
federally funded and was managed in compliance with Caltrans
LAPM. The project was also a Caltrans Oversight Project.
Rosemead Boulevard Improvements Project ($20M): Located in the
City of Temple City, this was a Federally Funded project. Transtech
provided Project, Program, Construction Management, Resident
Engineer, Inspection, Federal Compliance, Labor Compliance and
Office Engineer Services.
Atlantic Boulevard Corridor Improvement Project ($20M): This was a
Federally Funded project in the City of Commerce. Transtech
provided Project, Program, Construction Management, Resident
Engineer, Inspection, Federal Compliance, Labor Compliance and
Office Engineer Services. The project was a major street
reconstruction and beautification project along Atlantic Boulevard
Azusa Library Improvement Project, Construction Management Service
Proposal 20
Rte 71/Mission Bl Grade Separation Project ($40M): This project was a
Federally Funded project located the City of Pomona and included
construction of a bridge/grade separation. Transtech provided
construction management, resident engineer, inspection, labor
compliance and office engineer services. Caltrans was the
oversight/jurisdictional Agency.
Bogert Trail Bridge Widening Project ($5M): Located in the City of Palm
Springs, this project was a Federally Funded project. Transtech
provided construction management, resident engineer, inspection,
labor compliance and office engineer services. The project involved
bridge widening, retrofit, and beautification elements.
Few Examples of Building and Safety Projects:
Agency: CITY OF AZUSA
Project: The Orchard Mix-Use-Development. (Valuation $55 m). The
project included Mixed-use project including 163 residential units,
23,000 S.F. of retail, Laemmle Theater, and parking garage.
Transtech Services:
• Building Plan Check/Inspection.
• Transtech serves as the City’s Contract Building Official, Plan
Checker, Inspector.
Agency: CITY OF ALHAMBRA
Project: Main Street Collection (Valuation $23 m). This development
includes 4-story mixed-use project with 8,200 s ft retail space, 52 condos,
9 live/work units, 19 townhomes, and 6 shopkeeper units.
Transtech Services:
• Building Plan Check/Inspection.
• Transtech serves as the City’s Contract Building Official, Plan
Checker, Inspector, City Engineer, City Traffic Engineer.
Agency: CITY OF ONTARIO
Project: City’s Minor League Baseball Stadium Project (Valuation $100 M)
Transtech Services:
Project Building Official, Building Plan Check, Inspection.
Agency: SAN MANUEL BAND OF MISSION INDIANS TRIBE AND CASINO
Project: Casino Expansion/Development (Valuation $700 m): This
project involves Casino’s expansion program, which includes casino
renovation, new hotel, entertainment center, parking structure,
pedestrian bridges, alignment of entry and exit roads, and various other
improvements.
Transtech Services: Building Plan Check/Inspection, Fire Plan Check.
Transtech serves as the Tribe’s and Casino’s Contract Building Official,
Plan Checker, Inspector.
Agency: TEJON INDIAN TRIBE
Project: Hard Rock Casino and Resort (Valuation $1.2. Billion). Phase I,
Casino; Phase II, 13 Story High-Rise Resort, Hotel and Hard Rock Love
Entertainment Menu.
Transtech Services:
• Project Building Official, Building Plan Check, Inspection, Fire Plan
Check.
Examples of Street Rehab/Paving Projects:
• Since 2013, Annual Street Rehab Program, City of Temple City ($15M)
Azusa Library Improvement Project, Construction Management Service
Proposal 21
• Since 2019, Annual Street Rehab Program, City of West Covina ($10M)
• Since 2018, Annual Street Rehab Program, City of South El Monte ($3M)
• Since 2018, Annual Street Rehab Program, City of Cudahy ($5M)
• Since 2015, Annual Street Rehab Program, City of Commerce ($24M)
• Since 2019, Annual Street Rehab Program, City of Maywood ($2M)
• FY 20/21 Annual Street Rehab Project, City of Placentia ($4.5M)
• Riverside Dr Street Rehab Project, City of Chino ($7.5M)
• El Prado Rd Reconstruction Project, City of Chino ($3M)
• Roadway Improvements at Brewster, Agnes, Alberta, First, Franklin, City of Lynwood, ($7M)
• 30 HSIP and ATP Projects for various Cities (Fed. Funded) ($30M)
• 20 CDBG Projects for various Cities (Fed Funded)Projects ($20M)
• Cactus/Nason Street Impr. and 135’ Span Bridge Project, City of Moreno Valley (SLPP Funded) ($20M)
Examples of Water, Sewer SD Projects:
Project Name: State Street Water Treatment Facility Project (SRF/State Funded) (WA-212)
Project Owner: City of Chino
Project Cost: $34.0m
Project includes construction of a centralized water treatment plant (WTP) at the City’s Reservoir 5 and Well 14 sites
located on State Street and Benson Ave in the City of Montclair. The proposed project is anticipated to include cartridge
filters, GAC, IX, and chlorination equipment for a total treatment capacity of 4,000 gpm. In addition, the project includes
a 3,800 LF brine disposal pipeline connecting to the Non-recoverable Waste System operated by IEUA and LA County
Sanitation, a connection to the City of Montclair sewer system, and a 7,000 LF raw water transmission main from Well 12
to the State Street site.
Services Provided: Project management.
Status: Project design was completed, construction is anticipated to start in Summer 2024.
Project Name: Well 17 Equipping Project (WA-214)
Project Owner: City of Chino
Project Cost: $4.0m
Project includes construction of water treatment equipment at City owned Well 17 facility, and related work.
Services Provided: Project management.
Status: Project design was completed, construction is anticipated to start in Summer 2024.
Project Name: Central Avenue and Dupont Avenue Water Mainline Replacement Project
Project Owner: City of Chino
Project Cost: $4.5m
Project includes construction of new water mainline (6” to 18” PVC), service laterals, manholes, meters, valves and related
waterline appurtenances, roadway rehabilitation, signage and striping improvements.
Services Provided: Project management and construction management.
Status: Construction was completed in 2024.
Project Name: Large Advanced Metering Infrastructure (AMI) Replacement Project
Project Owner: City of Lynwood
Project Cost: $0.2m
Project includes construction of new sensus large meters (AMI) at various locations Citywide.
Services Provided: Project management, construction management, construction inspection.
Status: Construction was completed in 2024.
Project Name: Eastside Water Treatment Facility (EWTF) Expansion Project (SRF/State Funded) (WA-19C)
Project Owner: City of Chino
Project Cost: $15m
Project includes the expansion of the treatment capacity at the EWTF from 3,500 gallons per minute (gpm) to 7,000 gpm
which includes pre-filters, Granular Activated Carbon (GAC) vessels, and an ion exchange system, construction of dual
Azusa Library Improvement Project, Construction Management Service
Proposal 22
brine pipelines to convey the brine waste resulting from the treatment process from the EWTF to a lateral connecting to
the Santa Ana Watershed Protection Agency’s Inland Empire Brine Line (IEBL).
Services Provided: Project management.
Status: Construction was completed in 2023.
Project Name: Eastside Water Treatment Facility (EWTF) Offsite Brine Discharge Line Project (WA-19C)
Project Owner: City of Chino
Project Cost: $4.3m
Project includes the construction of offsite dual brine pipelines to convey the brine waste resulting from the treatment
process from the Eastside Water Treatment Facility to a lateral connecting to the Santa Ana Watershed Protection
Agency’s Inland Empire Brine Line (IEBL). The lateral is owned and operated by the Inland Empire Utilities Agency (IEUA).
Services Provided: Project management.
Status: Construction was completed in 2023.
Project Name: Water Improvement at Nocolet, Cottonwood, George, 12th & 14th St
Project Owner: City of Banning
Project Cost: $1.7m
Project includes construction of 5,000 linear feet water main (4” to 12” DIP), service laterals, manholes, meters, valves and
related waterline appurtenances, roadway rehabilitation, signage and striping improvements.
Services Provided: Project management, construction management, construction inspection.
Status: Construction was completed in 2023.
Project Name: Azusa Avenue Lift Station Construction
Project Owner: City of West Covina
Project Cost: $4.5m
Project includes construction of a lift station on Azusa Avenue, and related appurtenances.
Services Provided: Project management.
Status: Construction was completed in 2023.
Project Name: Street, Water, Sewer Improvements on Agnes Avenue
Project Owner: City of Lynwood
Project Cost: $1.5m
Project includes construction of 2,200 linear feet water main (4” to 12” DIP), service laterals, manholes, meters, valves and
related waterline appurtenances, roadway rehabilitation, signage and striping improvements.
Services Provided: Project management, construction management, construction inspection.
Status: Construction was completed in 2021.
Project Name: Roadway Improvements at Brewster Avenue
Project Owner: City of Lynwood
Project Cost: $1.5m
Project includes construction of new water main (12” DIP), service laterals, manholes, meters, valves and related waterline
appurtenances, roadway rehabilitation, signage and striping improvements.
Services Provided: Project management, construction management, construction inspection.
Status: Construction was completed in 2021.
Project Name: Water Improvements at Alberta, First, Franklin Streets
Project Owner: City of Lynwood
Project Cost: $1.5m
Project includes construction of 5,000 linear feet water main (6” to 8” DIP), service laterals, manholes, meters, valves and
related waterline appurtenances, roadway rehabilitation, signage and striping improvements.
Services Provided: Project management, construction management, construction inspection.
Status: Construction was completed in 2021.
Azusa Library Improvement Project, Construction Management Service
Proposal 23
7. References
CITY OF ONTARIO
Address: 1333 S. Bon View Avenue, Ontario CA, 91761
Contact: Dan Beers, Design & Construction–Principal Project Manager
T: 909-395-2806
E: Dbeers@ontarioca.gov
Service Duration: Started in 2024 – Ongoing Service
Services Provided: Capital Project Management, Construction Management, Inspection.
CITY OF ALHAMBRA
Address: 111 South First Street, Alhambra, CA 91801
Contact: Lucy Garcia, Assistant City Manager
T: 626-570-5032
E: lgarcia@cityofalhambra.org
Service Duration: Started in 1993 – Ongoing Service
Services Provided: Building & Safety Services (Building Official, Plan Check, Inspection, Permit Issuance);
City Engineering Services; Traffic Engineering; CIP Management; Construction
Management and Inspection; Federally Funded Project Management; Engineering
Design; Public Works Permit Inspections; Map Check.
CITY OF COMMERCE
Address: 2535 Commerce Way, Commerce CA 90040
Contact: Vilko Domic, Assistant City Manager
T: 323-722-4805
E: vilkod@ci.commerce.ca.us
Service Duration: Started in 2015 – Ongoing Service
Services Provided: Building & Safety Services (Building Official, Plan Check, Inspection, Permit Issuance);
City Engineering Services; Traffic Engineering; CIP Management; Construction
Management and Inspection; Federally Funded Project Management; Engineering
Design; Public Works Permit Inspections; Map Check.
CITY OF MONTEREY PARK
Address: 320 West Newmark Ave, Monterey Park, CA 91754
Contact: Inez Alvarez, City Manager
T: 626-307-1255
E: cmo@montereypark.ca.gov
Service Duration: Started in 2013 – Ongoing Service
Services Provided: Building & Safety Services (Building Official, Plan Check, Inspection, Permit Issuance);
City Engineering Services; Traffic Engineering; CIP Management; Construction
Management and Inspection; Federally Funded Project Management; Engineering
Design; Public Works Permit Inspections; Map Check.
Azusa Library Improvement Project, Construction Management Service
Proposal 24
CITY OF MONTEBELLO
Address: 1600 W. Beverly Boulevard, Montebello, CA 90640
Contact: Joseph Palombi, Planning & Community Development Director
T: 323-887-1200
E: JPalombi@montebelloca.gov
Service Duration: Started in 2022 – Ongoing Service
Services Provided: Building & Safety Services (Building Official, Plan Check, Inspection, Permit Issuance);
City Engineering Services; Traffic Engineering; CIP Management; Construction
Management and Inspection; Federally Funded Project Management; Engineering
Design; Public Works Permit Inspections; Map Check.
CITY OF ROSEMEAD
Address: 8838 Valley Boulevard, Rosemead, CA 91770
Contact: Ben Kim, City Manager
T: 626-569-2169
E: bkim@cityofrosemead.org
Service Duration: Started in 2022 – Ongoing Service
Services Provided: Building & Safety Services (Building Official, Plan Check, Inspection, Permit Issuance);
City Engineering Services; Traffic Engineering; CIP Management; Construction
Management and Inspection; Federally Funded Project Management; Engineering
Design; Public Works Permit Inspections; Map Check.
CITY OF SOUTH EL MONTE
Address: 1415 Santa Anita Avenue, South El Monte, CA 91733
Contact: Rene Salas, City Manager
T: 626-579-6540
E: rsalas@soelmonte.org
Service Duration: Started in 2018 – Ongoing Service
Services Provided: Building & Safety Services (Building Official, Plan Check, Inspection, Permit Issuance);
City Engineering Services; Traffic Engineering; CIP Management; Construction
Management and Inspection; Federally Funded Project Management; Engineering
Design; Public Works Permit Inspections; Map Check.
CITY OF WEST COVINA
Address: 1444 West Garvey Avenue South, West Covina, CA 91790
Contact: Paulina Morales, City Manager
T: 626-939-8401
E: pmorales@westcovina.org
Service Duration: Started in 2019 – Ongoing Service
Services Provided: Building & Safety Services (Building Official, Plan Check, Inspection, Permit Issuance);
City Engineering Services; Traffic Engineering; CIP Management; Construction
Management and Inspection; Federally Funded Project Management; Engineering
Design; Public Works Permit Inspections; Map Check.
Azusa Library Improvement Project, Construction Management Service
Proposal 25
FOLLOWING ARE FEW REFERENCE LETTERS:
Azusa Library Improvement Project, Construction Management Service
Proposal 26
Azusa Library Improvement Project, Construction Management Service
Proposal 27
Azusa Library Improvement Project, Construction Management Service
Proposal 28
Azusa Library Improvement Project, Construction Management Service
Proposal 29
Azusa Library Improvement Project, Construction Management Service
Proposal 30
Azusa Library Improvement Project, Construction Management Service
Proposal 31
Azusa Library Improvement Project, Construction Management Service
Proposal 32
Azusa Library Improvement Project, Construction Management Service
Proposal 33
DRAFT
CITY OF AZUSA
PROFESSIONAL SERVICES AGREEMENT
1. PARTIES AND DATE.
This Agreement is made and entered into this ____ day of ________________, 20___ by
and between the City of Azusa, a municipal corporation organized under the laws of the State of
California with its principal place of business at 213 East Foothill Boulevard, Azusa, California
91702 (“City”) and Transtech Engineers Inc. with its principal place of business at 13367 Benson
Avenue, Chino, CA. 91710 (“Consultant”). City and Consultant are sometimes individually
referred to herein as “Party” and collectively as “Parties.”
2. RECITALS.
2.1 Consultant.
Consultant desires to perform and assume responsibility for the provision of certain
professional services required by the City on the terms and conditions set forth in this Agreement.
Consultant represents that it is experienced in providing project construction management services
to public clients, is licensed in the State of California, and is familiar with the plans of City.
2.2 Project.
City desires to engage Consultant to render such services for the AZUSA LIBRARY
CRITICAL INFRASTRUCTURE AND MODERNIZATION PROJECT (“Project”) as set forth
in this Agreement.
3. TERMS.
3.1 Scope of Services and Term.
3.1.1 General Scope of Services. Consultant promises and agrees to furnish to
the City all labor, materials, tools, equipment, services, and incidental and customary work
necessary to fully and adequately supply the professional Engineering consulting services
necessary for the Project (“Services”). The Services are more particularly described in Exhibit
“A” attached hereto and incorporated herein by reference. All Services shall be subject to, and
performed in accordance with, this Agreement, the exhibits attached hereto and incorporated
herein by reference, and all applicable local, state and federal laws, rules and regulations.
3.1.2 Term. The term of this Agreement shall be from March 3, 2025 through
project completion and end of the warranty period, unless earlier terminated as provided herein.
Consultant shall complete the Services within the term of this Agreement, and shall meet any other
established schedules and deadlines. The Parties may, by mutual written consent, extend the term
of this Agreement if necessary to complete the Services.
3.2 Responsibilities of Consultant.
3.2.1 Control and Payment of Subordinates; Independent Contractor. The
Professional Services Agreement – Transtech Engineers, Inc.
Page 2 of 19
Services shall be performed by Consultant or under its supervision. Consultant will determine the
means, methods and details of performing the Services subject to the requirements of this
Agreement. City retains Consultant on an independent contractor basis and not as an employee.
Consultant retains the right to perform similar or different services for others during the term of
this Agreement. Any additional personnel performing the Services under this Agreement on behalf
of Consultant shall also not be employees of City and shall at all times be under Consultant’s
exclusive direction and control. Consultant shall pay all wages, salaries, and other amounts due
such personnel in connection with their performance of Services under this Agreement and as
required by law. Consultant shall be responsible for all reports and obligations respecting such
additional personnel, including, but not limited to: social security taxes, income tax withholding,
unemployment insurance, disability insurance, and workers’ compensation insurance.
3.2.2 Schedule of Services. Consultant shall perform the Services expeditiously,
within the term of this Agreement, and in accordance with the Schedule of Services set forth in
Exhibit “B” attached hereto and incorporated herein by reference. Consultant represents that it
has the professional and technical personnel required to perform the Services in conformance with
such conditions. In order to facilitate Consultant’s conformance with the Schedule, City shall
respond to Consultant’s submittals in a timely manner. Upon request of City, Consultant shall
provide a more detailed schedule of anticipated performance to meet the Schedule of Services.
3.2.3 Conformance to Applicable Requirements. All work prepared by
Consultant shall be subject to the approval of City.
3.2.4 Substitution of Key Personnel. Consultant has represented to City that
certain key personnel will perform and coordinate the Services under this Agreement. Should one
or more of such personnel become unavailable, Consultant may substitute other personnel of at
least equal competence upon written approval of City. In the event that City and Consultant cannot
agree as to the substitution of key personnel, City shall be entitled to terminate this Agreement for
cause. As discussed below, any personnel who fail or refuse to perform the Services in a manner
acceptable to the City, or who are determined by the City to be uncooperative, incompetent, a
threat to the adequate or timely completion of the Project or a threat to the safety of persons or
property, shall be promptly removed from the Project by the Consultant at the request of the City.
The key personnel for performance of this Agreement are as follows:
Robert Quintero, Contract Manager
Hani Nasr, PMP, Sr. Project/Construction Manager
3.2.5 City’s Representative. The City hereby designates Director of Public
Works, Robert Delgadillo or his designee, to act as its representative for the performance of this
Agreement (“City’s Representative”). City’s Representative shall have the power to act on behalf
of the City for all purposes under this Contract. Consultant shall not accept direction or orders
from any person other than the City’s Representative or his or her designee.
Professional Services Agreement – Transtech Engineers, Inc.
Page 3 of 19
3.2.6 Consultant’s Representative. Consultant hereby designates Allen Cayir,
PE, President, or his/her designee, to act as its representative for the performance of this Agreement
(“Consultant’s Representative”). Consultant’s Representative shall have full authority to represent
and act on behalf of the Consultant for all purposes under this Agreement. The Consultant’s
Representative shall supervise and direct the Services, using his/her best skill and attention, and
shall be responsible for all means, methods, techniques, sequences and procedures and for the
satisfactory coordination of all portions of the Services under this Agreement.
3.2.7 Coordination of Services. Consultant agrees to work closely with City staff
in the performance of Services and shall be available to City’s staff, consultants and other staff at
all reasonable times.
3.2.8 Standard of Care; Performance of Employees. Consultant shall perform all
Services under this Agreement in a skillful and competent manner, consistent with the standards
generally recognized as being employed by professionals in the same discipline in the State of
California. Consultant represents and maintains that it is skilled in the professional calling
necessary to perform the Services. Consultant warrants that all employees and subcontractors shall
have sufficient skill and experience to perform the Services assigned to them. Finally, Consultant
represents that it, its employees and subcontractors have all licenses, permits, qualifications and
approvals of whatever nature that are legally required to perform the Services, including a City
Business License, and that such licenses and approvals shall be maintained throughout the term of
this Agreement. As provided for in the indemnification provisions of this Agreement, Consultant
shall perform, at its own cost and expense and without reimbursement from the City, any services
necessary to correct errors or omissions which are caused by the Consultant’s failure to comply
with the standard of care provided for herein. Any employee of the Consultant or its sub-
consultants who is determined by the City to be uncooperative, incompetent, a threat to the
adequate or timely completion of the Project, a threat to the safety of persons or property, or any
employee who fails or refuses to perform the Services in a manner acceptable to the City, shall be
promptly removed from the Project by the Consultant and shall not be re-employed to perform any
of the Services or to work on the Project.
3.2.9 Period of Performance. Consultant shall perform and complete all Services
under this Agreement within the term set forth in Section 3.1.2 above (“Performance Time”).
Consultant shall also perform the Services in strict accordance with any completion schedule or
Project milestones described in Exhibits “A” or “B” attached hereto, or which may be separately
agreed upon in writing by the City and Consultant (“Performance Milestones”). Consultant agrees
that if the Services are not completed within the aforementioned Performance Time and/or
pursuant to any such Project Milestones developed pursuant to provisions of this Agreement, it is
understood, acknowledged and agreed that the City will suffer damage.
3.2.10 Laws and Regulations; Employee/Labor Certifications. Consultant shall
keep itself fully informed of and in compliance with all local, state and federal laws, rules and
regulations in any manner affecting the performance of the Project or the Services, including all
Cal/OSHA requirements, and shall give all notices required by law. Consultant shall be liable for
all violations of such laws and regulations in connection with Services. If the Consultant performs
any work knowing it to be contrary to such laws, rules and regulations and without giving written
notice to the City, Consultant shall be solely responsible for all costs arising therefrom. Consultant
Professional Services Agreement – Transtech Engineers, Inc.
Page 4 of 19
shall defend, indemnify and hold City, its officials, directors, officers, employees and agents free
and harmless, pursuant to the indemnification provisions of this Agreement, from any claim or
liability arising out of any failure or alleged failure to comply with such laws, rules or regulations.
3.2.10.1 Employment Eligibility; Consultant. By executing this
Agreement, Consultant verifies that it fully complies with all requirements and restrictions of state
and federal law respecting the employment of undocumented aliens, including, but not limited to,
the Immigration Reform and Control Act of 1986, as may be amended from time to time. Such
requirements and restrictions include, but are not limited to, examination and retention of
documentation confirming the identity and immigration status of each employee of the Consultant.
Consultant also verifies that it has not committed a violation of any such law within the five (5)
years immediately preceding the date of execution of this Agreement, and shall not violate any
such law at any time during the term of the Agreement. Consultant shall avoid any violation of
any such law during the term of this Agreement by participating in an electronic verification of
work authorization program operated by the United States Department of Homeland Security, by
participating in an equivalent federal work authorization program operated by the United States
Department of Homeland Security to verify information of newly hired employees, or by some
other legally acceptable method. Consultant shall maintain records of each such verification, and
shall make them available to the City or its representatives for inspection and copy at any time
during normal business hours. The City shall not be responsible for any costs or expenses related
to Consultant’s compliance with the requirements provided for in Section 3.2.10 or any of its sub-
sections.
3.2.10.2 Employment Eligibility; Subcontractors, Consultants, Sub-
subcontractors and Subconsultants. To the same extent and under the same conditions as
Consultant, Consultant shall require all of its subcontractors, consultants, sub-subcontractors and
subconsultants performing any work relating to the Project or this Agreement to make the same
verifications and comply with all requirements and restrictions provided for in Section 3.2.10.1.
3.2.10.3 Employment Eligibility; Failure to Comply. Each person
executing this Agreement on behalf of Consultant verifies that they are a duly authorized officer
of Consultant, and understands that any of the following shall be grounds for the City to terminate
the Agreement for cause: (1) failure of Consultant or its subcontractors, consultants, sub-
subcontractors or subconsultants to meet any of the requirements provided for in Sections 3.2.10.1
or 3.2.10.2; (2) any misrepresentation or material omission concerning compliance with such
requirements (including in those verifications provided to the Consultant under Section 3.2.10.2);
or (3) failure to immediately remove from the Project any person found not to be in compliance
with such requirements.
3.2.10.4 Labor Certification. By its signature hereunder, Consultant
certifies that it is aware of the provisions of Section 3700 of the California Labor Code which
require every employer to be insured against liability for Workers’ Compensation or to undertake
self-insurance in accordance with the provisions of that Code, and agrees to comply with such
provisions before commencing the performance of the Services.
Professional Services Agreement – Transtech Engineers, Inc.
Page 5 of 19
3.2.10.5 Equal Opportunity Employment. Consultant represents that it is
an equal opportunity employer and it shall not discriminate against any subconsultant, employee
or applicant for employment because of race, religion, color, national origin, handicap, ancestry,
sex or age. Such non-discrimination shall include, but not be limited to, all activities related to
initial employment, upgrading, demotion, transfer, recruitment or recruitment advertising, layoff
or termination. Consultant shall also comply with all relevant provisions of City’s Minority
Business Enterprise program, Affirmative Action Plan or other related programs or guidelines
currently in effect or hereinafter enacted.
3.2.10.6 Air Quality. To the extent applicable, Consultant must fully
comply with all applicable laws, rules and regulations in furnishing or using equipment and/or
providing services, including, but not limited to, emissions limits and permitting requirements
imposed by the South Coast Air Quality Management District (SCAQMD) and/or California Air
Resources Board (CARB). Although the SCAQMD and CARB limits and requirements are more
broad, Consultant shall specifically be aware of their application to "portable equipment", which
definition is considered by SCAQMD and CARB to include any item of equipment with a fuel-
powered engine. Consultant shall indemnify City against any fines or penalties imposed by
SCAQMD, CARB, or any other governmental or regulatory agency for violations of applicable
laws, rules and/or regulations by Consultant, its subconsultants, or others for whom Consultant is
responsible under its indemnity obligations provided for in this Agreement.
3.2.10.7 Water Quality.
(A) Management and Compliance. To the extent applicable,
Consultant’s Services must account for, and fully comply with, all local, state and federal laws,
rules and regulations that may impact water quality compliance, including, without limitation, all
applicable provisions of the Federal Water Pollution Control Act (33 U.S.C. §§ 1300); the
California Porter-Cologne Water Quality Control Act (Cal Water Code §§ 13000-14950); laws,
rules and regulations of the Environmental Protection Agency, the State Water Resources Control
Board and the Santa Ana Regional Water Quality Control Board; the City’s ordinances regulating
discharges of storm water; and any and all regulations, policies, or permits issued pursuant to any
such authority regulating the discharge of pollutants, as that term is used in the Porter-Cologne
Water Quality Control Act, to any ground or surface water in the State.
(B) Liability for Non-compliance. Failure to comply with the
laws, regulations and policies described in this Section is a violation of law that may subject
Consultant or City to penalties, fines, or additional regulatory requirements. Consultant shall
defend, indemnify and hold the City, its directors, officials, officers, employees, volunteers and
agents free and harmless, pursuant to the indemnification provisions of this Agreement, from and
against any and all fines, penalties, claims or other regulatory requirements imposed as a result of
Consultant’s non-compliance with the laws, regulations and policies described in this Section,
unless such non-compliance is the result of the sole established negligence, willful misconduct or
active negligence of the City, its officials, officers, agents, employees or authorized volunteers.
(C) Training. In addition to any other standard of care
requirements set forth in this Agreement, Consultant warrants that all employees and
subcontractors shall have sufficient skill and experience to perform the Services assigned to them
Professional Services Agreement – Transtech Engineers, Inc.
Page 6 of 19
without impacting water quality in violation of the laws, regulations and policies described in this
Section. Consultant further warrants that it, its employees and subcontractors will receive adequate
training, as determined by City, regarding the requirements of the laws, regulations and policies
described in this Section as they may relate to the Services provided under this Agreement. Upon
request, City will provide Consultant with a list of training programs that meet the requirements
of this paragraph.
3.2.11 Insurance.
3.2.11.1 Time for Compliance. Consultant shall not commence Services
under this Agreement until it has provided evidence satisfactory to the City that it has secured all
insurance required under this section. In addition, Consultant shall not allow any subcontractor to
commence work on any subcontract until it has provided evidence satisfactory to the City that the
subcontractor has secured all insurance required under this section.
3.2.11.2 Minimum Requirements. Consultant shall, at its expense, procure
and maintain for the duration of the Agreement insurance against claims for injuries to persons or
damages to property which may arise from or in connection with the performance of the
Agreement by the Consultant, its agents, representatives, employees or subcontractors. Consultant
shall also require all of its subcontractors to procure and maintain the same insurance for the
duration of the Agreement. Such insurance shall meet at least the following minimum levels of
coverage:
(A) Minimum Scope of Insurance. Coverage shall be at least as
broad as the latest version of the following: (1) General Liability: Insurance Services Office
Commercial General Liability coverage (occurrence form CG 0001); (2) Automobile Liability:
Insurance Services Office Business Auto Coverage form number CA 0001, code 1 (any auto); and
(3) Workers’ Compensation and Employer’s Liability: Workers’ Compensation insurance as
required by the State of California and Employer’s Liability Insurance. The policy shall not
contain any exclusion contrary to the Agreement, including but not limited to endorsements or
provisions limiting coverage for (1) contractual liability (including but not limited to ISO CG 24
26 or 21 29); or (2) cross liability for claims or suits by one insured against another.
(B) Minimum Limits of Insurance. Consultant shall maintain
limits no less than: (1) General Liability: 1,000,000 per occurrence for bodily injury, personal
injury and property damage. If Commercial General Liability Insurance or other form with general
aggregate limit is used including, but not limited to, form CG 2503, either the general aggregate
limit shall apply separately to this Agreement/location or the general aggregate limit shall be twice
the required occurrence limit; (2) Automobile Liability: $1,000,000 per accident for bodily injury
and property damage; and (3) Workers’ Compensation and Employer’s Liability: Workers’
Compensation limits as required by the Labor Code of the State of California. Employer’s
Liability limits of $1,000,000 per accident for bodily injury or disease. Defense costs shall be paid
in addition to the limits.
(C) Notices; Cancellation or Reduction of Coverage. At least
fifteen (15) days prior to the expiration of any such policy, evidence showing that such insurance
coverage has been renewed or extended shall be filed with the City. If such coverage is cancelled
Professional Services Agreement – Transtech Engineers, Inc.
Page 7 of 19
or materially 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. In the event any policy of insurance required under this Agreement does not comply
with these specifications or is canceled and not replaced, the City has the right but not the duty to
obtain the insurance it deems necessary and any premium paid by the City will be promptly
reimbursed by Consultant or the City may withhold amounts sufficient to pay premium from
Consultant payments. In the alternative, the City may suspend or terminate this Agreement.
3.2.11.3 Professional Liability. Consultant shall procure and maintain,
and require its sub-consultants to procure and maintain, for a period of five (5) years following
completion of the Project, errors and omissions liability insurance appropriate to their profession.
Such insurance shall be in an amount not less than $1,000,000 per claim, and shall be endorsed to
include contractual liability. Defense costs shall be paid in addition to limits.
3.2.11.4 Insurance Endorsements. The insurance policies shall contain
the following provisions, or Consultant shall provide endorsements on forms supplied or approved
by the City to add the following provisions to the insurance policies:
(A) General Liability. The general liability policy shall include
or be endorsed (amended) to state that: (1) using ISO CG forms 20 10 and 20 37, or endorsements
providing the exact same coverage, the City of Azusa, its directors, officials, officers, employees,
agents and volunteers shall be covered as additional insured with respect to the Services or ongoing
and complete operations performed by or on behalf of the Consultant, including materials, parts or
equipment furnished in connection with such work; and (2) using ISO form 20 01, or endorsements
providing the exact same coverage, the insurance coverage shall be primary insurance as respects
the City, its directors, officials, officers, employees, agents and volunteers, or if excess, shall stand
in an unbroken chain of coverage excess of the Consultant’s scheduled underlying coverage. Any
excess insurance shall contain a provision that such coverage shall also apply on a primary and
noncontributory basis for the benefit of the City, before the City’s own primary insurance or self-
insurance shall be called upon to protect it as a named insured. Any insurance or self-insurance
maintained by the City, its directors, officials, officers, employees, agents and volunteers shall be
excess of the Consultant’s insurance and shall not be called upon to contribute with it in any way.
Notwithstanding the minimum limits set forth in Section 3.2.11.2(B), any available insurance
proceeds in excess of the specified minimum limits of coverage shall be available to the parties
required to be named as additional insureds pursuant to this Section 3.2.11.4(A).
(B) Automobile Liability. The automobile liability policy shall
include or be endorsed (amended) to state that: (1) the City, its directors, officials, officers,
employees, agents and volunteers shall be covered as additional insureds with respect to the
ownership, operation, maintenance, use, loading or unloading of any auto owned, leased, hired or
borrowed by the Consultant or for which the Consultant is responsible; and (2) the insurance
coverage shall be primary insurance as respects the City, its directors, officials, officers,
employees, agents and volunteers, or if excess, shall stand in an unbroken chain of coverage excess
of the Consultant’s scheduled underlying coverage. Any insurance or self-insurance maintained
by the City, its directors, officials, officers, employees, agents and volunteers shall be excess of
the Consultant’s insurance and shall not be called upon to contribute with it in any way.
Professional Services Agreement – Transtech Engineers, Inc.
Page 8 of 19
Notwithstanding the minimum limits set forth in Section 3.2.11.2(B), any available insurance
proceeds in excess of the specified minimum limits of coverage shall be available to the parties
required to be named as additional insureds pursuant to this Section 3.2.11.4(B).
(C) Workers’ Compensation and Employers’ Liability
Coverage. The insurer shall agree to waive all rights of subrogation against the City, its directors,
officials, officers, employees, agents and volunteers for losses paid under the terms of the
insurance policy which arise from work performed by the Consultant.
(D) All Coverages. Each insurance policy required by this
Agreement shall be endorsed to state that: (A) coverage shall not be suspended, voided, reduced
or canceled except after thirty (30) days (10 days for nonpayment of premium) prior written notice
by certified mail, return receipt requested, has been given to the City; and (B) any failure to comply
with reporting or other provisions of the policies, including breaches of warranties, shall not affect
coverage provided to the City, its directors, officials, officers, employees, agents and volunteers.
Any failure to comply with reporting or other provisions of the policies including breaches of
warranties shall not affect coverage provided to the City, its officials, officers, employees, agents
and volunteers, or any other additional insureds.
3.2.11.5 Separation of Insureds; No Special Limitations; Waiver of
Subrogation. All insurance required by this Section shall contain standard separation of insureds
provisions. In addition, such insurance shall not contain any special limitations on the scope of
protection afforded to the City, its directors, officials, officers, employees, agents and volunteers.
All policies shall waive any right of subrogation of the insurer against the City, its officials,
officers, employees, agents, and volunteers, or any other additional insureds, or shall specifically
allow Consultant or others providing insurance evidence in compliance with these specifications
to waive their right of recovery prior to a loss. Consultant hereby waives its own right of recovery
against City, its officials, officers, employees, agents, and volunteers, or any other additional
insureds, and shall require similar written express waivers and insurance clauses from each of its
subconsultants.
3.2.11.6 Deductibles and Self-Insurance Retentions. Any deductibles or
self-insured retentions must be declared to and approved by the City. Consultant shall guarantee
that, at the option of the City, either: (1) the insurer shall reduce or eliminate such deductibles or
self-insured retentions as respects the City, its directors, officials, officers, employees, agents and
volunteers; or (2) the Consultant shall procure a bond guaranteeing payment of losses and related
investigation costs, claims and administrative and defense expenses.
3.2.11.7 Subconsultant Insurance Requirements. Consultant shall not
allow any subconsultants to commence work on any subcontract relating to the work under the
Agreement until they have provided evidence satisfactory to the City that they have secured all
insurance required under this Section. If requested by Consultant, the City may approve different
scopes or minimum limits of insurance for particular subconsultants. The Consultant and the City
shall be named as additional insureds on all subconsultants’ policies of Commercial General
Liability using ISO form 20 38, or coverage at least as broad.
Professional Services Agreement – Transtech Engineers, Inc.
Page 9 of 19
3.2.11.8 Acceptability of Insurers. Insurance is to be placed with insurers
with a current A.M. Best’s rating no less than A:VIII, licensed to do business in California, and
satisfactory to the City.
3.2.11.9 Verification of Coverage. Consultant shall furnish City with
original certificates of insurance and endorsements effecting coverage required by this Agreement
on forms satisfactory to the City. The certificates and endorsements for each insurance policy
shall be signed by a person authorized by that insurer to bind coverage on its behalf, and shall be
on forms provided by the City if requested. All certificates and endorsements must be received
and approved by the City before work commences. The City reserves the right to require complete,
certified copies of all required insurance policies, at any time.
3.2.11.9 Reporting of Claims. Consultant shall report to the City, in
addition to Consultant’s insurer, any and all insurance claims submitted by Consultant in
connection with the Services under this Agreement.
3.2.12 Safety. Consultant shall execute and maintain its work so as to avoid injury
or damage to any person or property. In carrying out its Services, the Consultant shall at all times
be in compliance with all applicable local, state and federal laws, rules and regulations, and shall
exercise all necessary precautions for the safety of employees appropriate to the nature of the work
and the conditions under which the work is to be performed. Safety precautions as applicable shall
include, but shall not be limited to: (A) adequate life protection and life saving equipment and
procedures; (B) instructions in accident prevention for all employees and subcontractors, such as
safe walkways, scaffolds, fall protection ladders, bridges, gang planks, confined space procedures,
trenching and shoring, equipment and other safety devices, equipment and wearing apparel as are
necessary or lawfully required to prevent accidents or injuries; and (C) adequate facilities for the
proper inspection and maintenance of all safety measures.
3.2.13 Accounting Records. Consultant shall maintain complete and accurate
records with respect to all costs and expenses incurred under this Agreement. All such records
shall be clearly identifiable. Consultant shall allow a representative of City during normal business
hours to examine, audit, and make transcripts or copies of such records and any other documents
created pursuant to this Agreement. Consultant shall allow inspection of all work, data, documents,
proceedings, and activities related to the Agreement for a period of three (3) years from the date
of final payment under this Agreement.
3.3 Fees and Payments.
3.3.1 Compensation. Consultant shall receive compensation, including
authorized reimbursements, for all Services rendered under this Agreement at the rates set forth in
Exhibit “C” attached hereto and incorporated herein by reference. The total compensation shall
not exceed Four Hundred Twenty-Nine Thousand Two Hundred Dollars ($429,200.00) without
written approval of the City Council. Extra Work may be authorized, as described below, and if
authorized, will be compensated at the rates and manner set forth in this Agreement.
3.3.2 Payment of Compensation. Consultant shall submit to City a monthly
itemized statement which indicates work completed and hours of Services rendered by Consultant.
Professional Services Agreement – Transtech Engineers, Inc.
Page 10 of 19
The statement shall describe the amount of Services and supplies provided since the initial
commencement date, or since the start of the subsequent billing periods, as appropriate, through
the date of the statement. City shall, within 45 days of receiving such statement, review the
statement and pay all approved charges thereon.
3.3.3 Reimbursement for Expenses. Consultant shall not be reimbursed for any
expenses unless authorized in writing by City.
3.3.4 Extra Work. At any time during the term of this Agreement, City may
request that Consultant perform Extra Work. As used herein, “Extra Work” means any work which
is determined by City to be necessary for the proper completion of the Project, but which the parties
did not reasonably anticipate would be necessary at the execution of this Agreement. Consultant
shall not perform, nor be compensated for, Extra Work without written authorization from City’s
Representative.
3.3.5 Prevailing Wages. Consultant is aware of the requirements of California
Labor Code Section 1720, et seq., and 1770, et seq., as well as California Code of Regulations,
Title 8, Section 16000, et seq., (“Prevailing Wage Laws”), which require the payment of prevailing
wage rates and the performance of other requirements on “public works” and “maintenance”
projects. If the Services are being performed as part of an applicable “public works” or
“maintenance” project, as defined by the Prevailing Wage Laws, and if the total compensation is
$1,000 or more, Consultant agrees to fully comply with such Prevailing Wage Laws. City shall
provide Consultant with a copy of the prevailing rates of per diem wages in effect at the
commencement of this Agreement. Consultant shall make copies of the prevailing rates of per
diem wages for each craft, classification or type of worker needed to execute the Services available
to interested parties upon request, and shall post copies at the Consultant’s principal place of
business and at the project site. Consultant shall defend, indemnify and hold the City, its elected
officials, officers, employees and agents free and harmless from any claim or liability arising out
of any failure or alleged failure to comply with the Prevailing Wage Laws.
3.4 Termination of Agreement.
3.4.1 Grounds for Termination. City may, by written notice to Consultant,
terminate the whole or any part of this Agreement at any time and without cause by giving written
notice to Consultant of such termination, and specifying the effective date thereof, at least seven
(7) days before the effective date of such termination. Upon termination, Consultant shall be
compensated only for those services which have been adequately rendered to City, and Consultant
shall be entitled to no further compensation. Consultant may not terminate this Agreement except
for cause.
3.4.2 Effect of Termination. If this Agreement is terminated as provided herein,
City may require Consultant to provide all finished or unfinished Documents and Data and other
information of any kind prepared by Consultant in connection with the performance of Services
under this Agreement. Consultant shall be required to provide such document and other
information within fifteen (15) days of the request.
3.4.3 Additional Services. In the event this Agreement is terminated in whole or
Professional Services Agreement – Transtech Engineers, Inc.
Page 11 of 19
in part as provided herein, City may procure, upon such terms and in such manner as it may
determine appropriate, services similar to those terminated.
3.5 Ownership of Materials and Confidentiality.
3.5.1 Documents & Data; Licensing of Intellectual Property. This Agreement
creates a non-exclusive and perpetual license for City to copy, use, modify, reuse, or sublicense
any and all copyrights, designs, and other intellectual property embodied in plans, specifications,
studies, drawings, estimates, and other documents or works of authorship fixed in any tangible
medium of expression, including but not limited to, physical drawings or data magnetically or
otherwise recorded on computer diskettes, which are prepared or caused to be prepared by
Consultant under this Agreement (“Documents & Data”). All Documents & Data shall be and
remain the property of City, and shall not be used in whole or in substantial part by Consultant on
other projects without the City's express written permission. Within thirty (30) days following the
completion, suspension, abandonment or termination of this Agreement, Consultant shall provide
to City reproducible copies of all Documents & Data, in a form and amount required by City. City
reserves the right to select the method of document reproduction and to establish where the
reproduction will be accomplished. The reproduction expense shall be borne by City at the actual
cost of duplication. In the event of a dispute regarding the amount of compensation to which the
Consultant is entitled under the termination provisions of this Agreement, Consultant shall provide
all Documents & Data to City upon payment of the undisputed amount. Consultant shall have no
right to retain or fail to provide to City any such documents pending resolution of the dispute. In
addition, Consultant shall retain copies of all Documents & Data on file for a minimum of fifteen
(15) years following completion of the Project, and shall make copies available to City upon the
payment of actual reasonable duplication costs. Before destroying the Documents & Data
following this retention period, Consultant shall make a reasonable effort to notify City and
provide City with the opportunity to obtain the documents.
3.5.2 Subcontractors. Consultant shall require all subcontractors to agree in
writing that City is granted a non-exclusive and perpetual license for any Documents & Data the
subcontractor prepares under this Agreement. Consultant represents and warrants that Consultant
has the legal right to license any and all Documents & Data. Consultant makes no such
representation and warranty in regard to Documents & Data which were prepared by design
professionals other than Consultant or its subcontractors, or those provided to Consultant by the
City.
3.5.3 Right to Use. City shall not be limited in any way in its use or reuse of the
Documents and Data or any part of them at any time for purposes of this Project or another project,
provided that any such use not within the purposes intended by this Agreement or on a project
other than this Project without employing the services of Consultant shall be at City’s sole risk. If
City uses or reuses the Documents & Data on any project other than this Project, it shall remove
the Consultant’s seal from the Documents & Data and indemnify and hold harmless Consultant
and its officers, directors, agents and employees from claims arising out of the negligent use or re-
use of the Documents & Data on such other project. Consultant shall be responsible and liable for
its Documents & Data, pursuant to the terms of this Agreement, only with respect to the condition
of the Documents & Data at the time they are provided to the City upon completion, suspension,
abandonment or termination. Consultant shall not be responsible or liable for any revisions to the
Professional Services Agreement – Transtech Engineers, Inc.
Page 12 of 19
Documents & Data made by any party other than Consultant, a party for whom the Consultant is
legally responsible or liable, or anyone approved by the Consultant.
3.5.4 Indemnification. Consultant shall defend, indemnify and hold the City, its
directors, officials, officers, employees, volunteers and agents free and harmless, pursuant to the
indemnification provisions of this Agreement, for any alleged infringement of any patent,
copyright, trade secret, trade name, trademark, or any other proprietary right of any person or entity
in consequence of the use on the Project by City of the Documents & Data, including any method,
process, product, or concept specified or depicted.
3.5.5 Confidentiality. All Documents & Data either created by or provided to
Consultant in connection with the performance of this Agreement shall be held confidential by
Consultant. All Documents & Data shall not, without the prior written consent of City, be used or
reproduced by Consultant for any purposes other than the performance of the Services. Consultant
shall not disclose, cause or facilitate the disclosure of the Documents & Data to any person or
entity not connected with the performance of the Services or the Project. Nothing furnished to
Consultant which is otherwise known to Consultant or is generally known, or has become known,
to the related industry shall be deemed confidential. Consultant shall not use City’s name or
insignia, photographs of the Project, or any publicity pertaining to the Services or the Project in
any magazine, trade paper, newspaper, television or radio production or other similar medium
without the prior written consent of City.
3.6 General Provisions.
3.6.1 Delivery of Notices. All notices permitted or required under this Agreement
shall be given to the respective parties at the following address, or at such other address as the
respective parties may provide in writing for this purpose:
Consultant:
Transtech Engineers, Inc.
13367 Benson Avenue
Chino, California 91710
Attn: Allen Cayir, PE, President
City:
City of Azusa
213 E. Foothill Blvd.
Azusa, CA 91702
Attn: Nico De Anda-Scaia, Deputy City Manager
Such notice shall be deemed made when personally delivered or when mailed,
forty-eight (48) hours after deposit in the U.S. Mail, first class postage prepaid and addressed to
the party at its applicable address. Actual notice shall be deemed adequate notice on the date actual
notice occurred, regardless of the method of service.
3.6.2 Indemnification.
Professional Services Agreement – Transtech Engineers, Inc.
Page 13 of 19
3.6.2.1 Scope of Indemnity. To the fullest extent permitted by law,
Consultant shall defend, indemnify and hold the City, its directors, officials, officers, employees,
volunteers and agents free and harmless from any and all claims, demands, causes of action, costs,
expenses, liability, loss, damage or injury of any kind, in law or equity, to property or persons,
including wrongful death, in any manner arising out of, pertaining to, or incident to any alleged
acts, errors or omissions of Consultant, its officials, officers, employees, subcontractors,
consultants or agents in connection with the performance of the Consultant’s Services, the Project
or 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, to the extent Consultant's Services are subject to 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.
3.6.2.2 Additional Indemnity Obligations. Consultant shall defend, with
legal counsel chosen by City, at Consultant’s own cost, expense and risk, any and all claims,
actions or other proceedings of every kind covered by Section 3.6.2.1 that may be brought or
instituted against City or its directors, officials, officers, employees, volunteers and agents.
Consultant shall pay and satisfy any judgment, award or decree that may be rendered against City
or its directors, officials, officers, employees, volunteers and agents as party of any such claim,
suit, action or other proceeding. Consultant shall also reimburse City for the cost of any settlement
paid by City or its directors, officials, officers, employees, agents, or volunteers as part of any such
claim, suit, action or other proceeding. Such reimbursement shall include payment for City’s
attorneys’ fees and costs, including expert witness fees. Consultant shall reimburse City and its
directors, officials, officers, employees, agents, and/or volunteers, for any and all legal expenses
and costs incurred by each of them in connection therewith or in enforcing the indemnity herein
provided. Consultant’s obligation to indemnify shall survive expiration or termination of this
Agreement and shall not be restricted to insurance proceeds, if any, received by the City, its
directors, officials officers, employees, agents, or volunteers.
3.6.3 Governing Law; Government Code Claim Compliance. This Agreement
shall be governed by the laws of the State of California. Venue shall be in Los Angeles County.
In addition to any and all contract requirements pertaining to notices of and requests for
compensation or payment for extra work, disputed work, claims and/or changed conditions,
Consultant must comply with the claim procedures set forth in Government Code sections 900 et
seq. prior to filing any lawsuit against the City. Such Government Code claims and any subsequent
lawsuit based upon the Government Code claims shall be limited to those matters that remain
unresolved after all procedures pertaining to extra work, disputed work, claims, and/or changed
conditions have been followed by Consultant. If no such Government Code claim is submitted, or
if any prerequisite contractual requirements are not otherwise satisfied as specified herein,
Consultant shall be barred from bringing and maintaining a valid lawsuit against the City.
3.6.4 Time of Essence. Time is of the essence for each and every provision of
this Agreement.
3.6.5 City’s Right to Employ Other Consultants. City reserves right to employ
other consultants in connection with this Project.
3.6.6 Successors and Assigns. This Agreement shall be binding on the successors
Professional Services Agreement – Transtech Engineers, Inc.
Page 14 of 19
and assigns of the parties.
3.6.7 Assignment or Transfer. Consultant shall not assign, hypothecate, or
transfer, either directly or by operation of law, this Agreement or any interest herein without the
prior written consent of the City. Any attempt to do so shall be null and void, and any assignees,
hypothecates or transferees shall acquire no right or interest by reason of such attempted
assignment, hypothecation or transfer.
3.6.8 Construction; References; Captions. Since the Parties or their agents have
participated fully in the preparation of this Agreement, the language of this Agreement shall be
construed simply, according to its fair meaning, and not strictly for or against any Party. Any term
referencing time, days or period for performance shall be deemed calendar days and not work days.
All references to Consultant include all personnel, employees, agents, and subcontractors of
Consultant, except as otherwise specified in this Agreement. All references to City include its
elected officials, officers, employees, agents, and volunteers except as otherwise specified in this
Agreement. The captions of the various articles and paragraphs are for convenience and ease of
reference only, and do not define, limit, augment, or describe the scope, content, or intent of this
Agreement.
3.6.9 Amendment; Modification. No supplement, modification, or amendment
of this Agreement shall be binding unless executed in writing and signed by both Parties.
3.6.10 Waiver. No waiver of any default shall constitute a waiver of any other
default or breach, whether of the same or other covenant or condition. No waiver, benefit,
privilege, or service voluntarily given or performed by a Party shall give the other Party any
contractual rights by custom, estoppel, or otherwise.
3.6.11 No Third Party Beneficiaries. Except to the extent expressly provided for
in Section 3.6.7, there are no intended third party beneficiaries of any right or obligation assumed
by the Parties.
3.6.12 Invalidity; Severability. If any portion of this Agreement is declared
invalid, illegal, or otherwise unenforceable by a court of competent jurisdiction, the remaining
provisions shall continue in full force and effect.
3.6.13 Prohibited Interests. Consultant maintains and warrants that it has not
employed nor retained any company or person, other than a bona fide employee working solely
for Consultant, to solicit or secure this Agreement. Further, Consultant warrants that it has not
paid nor has it agreed to pay any company or person, other than a bona fide employee working
solely for Consultant, any fee, commission, percentage, brokerage fee, gift or other consideration
contingent upon or resulting from the award or making of this Agreement. Consultant further
agrees to file, or shall cause its employees or subconsultants to file, a Statement of Economic
Interest with the City’s Filing Officer as required under state law in the performance of the
Services. For breach or violation of this warranty, City shall have the right to rescind this
Agreement without liability. For the term of this Agreement, no member, officer or employee of
City, during the term of his or her service with City, shall have any direct interest in this
Agreement, or obtain any present or anticipated material benefit arising therefrom.
Professional Services Agreement – Transtech Engineers, Inc.
Page 15 of 19
3.6.14 Cooperation; Further Acts. The Parties shall fully cooperate with one
another, and shall take any additional acts or sign any additional documents as may be necessary,
appropriate or convenient to attain the purposes of this Agreement.
3.6.15 Attorney’s Fees. If either party commences an action against the other
party, either legal, administrative or otherwise, arising out of or in connection with this Agreement,
the prevailing party in such litigation shall be entitled to have and recover from the losing party
reasonable attorney’s fees and all other costs of such action.
3.6.16 Authority to Enter Agreement. Consultant has all requisite power and
authority to conduct its business and to execute, deliver, and perform the Agreement. Each Party
warrants that the individuals who have signed this Agreement have the legal power, right, and
authority to make this Agreement and bind each respective Party.
3.6.17 Counterparts. This Agreement may be signed in counterparts, each of
which shall constitute an original.
3.6.18 Entire Agreement. This Agreement contains the entire Agreement of the
parties with respect to the subject matter hereof, and supersedes all prior negotiations,
understandings or agreements. This Agreement may only be modified by a writing signed by both
parties.
[SIGNATURES ON NEXT PAGE]
Professional Services Agreement – Transtech Engineers, Inc.
Page 16 of 19
CITY OF AZUSA TRANSTECH ENGINEERS, INC.
By: By:
Sergio Gonzalez Allen Cayir, PE.
City Manager President
Attest:
Jeffrey L. Cornejo Jr.
City Clerk
[If Corporation, TWO SIGNATURES,
President OR Vice President AND Secretary,
AND CORPORATE SEAL OF
CONTRACTOR REQUIRED]
Approved as to Form:
Best Best & Krieger LLP By:
Name:
City Attorney
Title:
EXHIBIT “A”
SCOPE OF SERVICES
The Scope of Services is attached herein.
See Proposal;
to be included in final executed document.
EXHIBIT “B”
SCHEDULE OF SERVICES
The Scope of Services shall be completed in accordance with the timeline attached herein.
See Proposal;
to be included in final executed document.
EXHIBIT “C”
COMPENSATION
The Cost Proposal is attached herein.