Loading...
CONTRACT 7005 Professional Services AgreementAgreement No. 7005 r, PROFESSIONAL SERVICES AGREEMENT BETWEEN THE CITY OF EL SEGUNDO AND Z & K CONSULTANTS ENG 24-36: ON -CALL CONSTRUCTION MANAGEMENT AND ENGINEERING SUPPORT SERVICES This AGREEMENT is entered into this 25th day of June, 2024, by and between the CITY OF EL SEGUNDO, a municipal corporation and general law city ("CITY") and Z & K CONSULTANTS, a California Corporation ("CONSULTANT"). 1. CONSIDERATION.. A. As partial consideration, CONSULTANT agrees to perform the work listed in the SCOPE OF SERVICES, below; B. As additional consideration, CONSULTANT and CITY agree to abide by the terms and conditions contained in this Agreement; C. As additional consideration, CITY agrees to pay CONSULTANT a sum not to exceed $50,000 annually in each fiscal year for CONSULTANT's services. CITY may modify this amount as set forth below. Unless otherwise specified by written amendment to this Agreement, CITY will pay this sum as specified in the attached Exhibit "A," which is incorporated by reference. 2. SCOPE OF SERVICES. A. CONSULTANT will perform services listed in the attached Exhibit "A," which is incorporated by reference. B. CONSULTANT will, in a professional manner, furnish all of the labor, technical, administrative, professional and other personnel, all supplies and materials, equipment, printing, vehicles, transportation, office space and facilities, and all tests, testing and analyses, calculation, and all other means whatsoever, except as herein otherwise expressly specified to be furnished by CITY, necessary or proper to perform and complete the work and provide the professional services required of CONSULTANT by this Agreement. 3. PERFORMANCE STANDARDS. While performing this Agreement, CONSULTANT will use the appropriate generally accepted professional standards of practice existing at the time of performance utilized by persons engaged in providing similar services. CITY will continuously monitor CONSULTANT's services. CITY will notify CONSULTANT of -1 _ Rev 4118/24 Agreement No. 7005 any deficiencies and CONSULTANT will have fifteen (15) days after such notification to cure any shortcomings to CITY's satisfaction. Costs associated with curing the deficiencies will be borne by CONSULTANT. 4. PAYMENTS. For CITY to pay CONSULTANT as specified by this Agreement, CONSULTANT must submit a detailed invoice to CITY which lists the hours worked and hourly rates for each personnel category and reimbursable costs (all as set forth in Exhibit "A") the tasks performed, the percentage of the task completed during the billing period, the cumulative percentage completed for each task, the total cost of that work during the preceding billing month and a cumulative cash flow curve showing projected and actual expenditures versus time to date. 5. NON -APPROPRIATION OF FUNDS. Payments due and payable to CONSULTANT for current services are within the current budget and within an available, unexhausted and unencumbered appropriation of the CITY. In the event the CITY has not appropriated sufficient funds for payment of CONSULTANT services beyond the current fiscal year, this Agreement will cover only those costs incurred up to the conclusion of the current fiscal year. 6. FAMILIARITY WITH WORK. A. By executing this Agreement, CONSULTANT agrees that it has: Carefully investigated and considered the scope of services to be performed; ii. Carefully considered how the services should be performed; and ii. Understands the facilities, difficulties, and restrictions attending performance of the services under this Agreement. B. If services involve work upon any site, CONSULTANT agrees that CONSULTANT has or will investigate the site and is or will be fully acquainted with the conditions there existing, before commencing the services hereunder. Should CONSULTANT discover any latent or unknown conditions that may materially affect the performance of the services, CONSULTANT will immediately inform CITY of such fact and will not proceed except at CONSULTANT's own risk until written instructions are received from CITY. 7. TERM. The term of this Agreement will be from July 1, 2024 to June 30, 2027. Unless otherwise determined by written amendment between the parties, this Agreement will terminate in the following instances: A. Completion of the work specified in Exhibit "A"; -2- Rev 4/18/24 Agreement No. 7005 B. Termination as stated in Section 15. 8. TIME FOR PERFORMANCE.. A. CONSULTANT will not perform any work under this Agreement until: CONSULTANT furnishes proof of insurance as required under Section 22 of this Agreement; and ii. CITY gives CONSULTANT a written notice to proceed. B. Should CONSULTANT begin work on any phase in advance of receiving written authorization to proceed, any such professional services are at CONSULTANT's own risk. 9. TIME EXTENSIONS. Should CONSULTANT be delayed by causes beyond CONSULTANT's control, CITY may grant a time extension for the completion of the contracted services. If delay occurs, CONSULTANT must notify the Manager within forty-eight hours (48 hours), in writing, of the cause and the extent of the delay and how such delay interferes with the Agreement's schedule. The Manager will extend the completion time, when appropriate, for the completion of the contracted services. 10. CONSISTENCY. In interpreting this Agreement and resolving any ambiguities, the main body of this Agreement takes precedence over the attached Exhibits; this Agreement supersedes any conflicting provisions. Any inconsistency between the Exhibits will be resolved in the order in which the Exhibits appear below: A. Exhibit A: Proposal for Services and rates 11. CHANGES. CITY may order changes in the services within the general scope of this Agreement, consisting of additions, deletions, or other revisions, and the contract sum and the contract time will be adjusted accordingly. All such changes must be authorized in writing, executed by CONSULTANT and CITY. The cost or credit to CITY resulting from changes in the services will be determined in accordance with written agreement between the parties. 12.TAXPAYER IDENTIFICATION NUMBER. CONSULTANT will provide CITY with a Taxpayer Identification Number. 13. PERMITS AND LICENSES. CONSULTANT, at its sole expense, will obtain and maintain during the term of this Agreement, all necessary permits, licenses, and certificates that may be required in connection with the performance of services under this Agreement. 14. WAIVER. CITY's review or acceptance of, or payment for, work product prepared by CONSULTANT under this Agreement will not be construed to operate as a waiver of any rights CITY may have under this Agreement or of any cause of action arising from -3- Rev 4/18/24 Agreement No. 7005 CONSULTANT's performance. A waiver by CITY of any breach of any term, covenant, or condition contained in this Agreement will not be deemed to be a waiver of any subsequent breach of the same or any other term, covenant, or condition contained in this Agreement, whether of the same or different character. 15.TERMINATION. A. Except as otherwise provided, CITY may terminate this Agreement at any time with or without cause. B. CONSULTANT may terminate this Agreement at any time with CITY's mutual consent. Notice will be in writing at least thirty (30) days before the effective termination date. C. Upon receiving a termination notice, CONSULTANT will immediately cease performance under this Agreement unless otherwise provided in the termination notice. Except as otherwise provided in the termination notice, any additional work performed by CONSULTANT after receiving a termination notice will be performed at CONSULTANT" own cost; CITY will not be obligated to compensate CONSULTANT for such work. D. Should termination occur, all finished or unfinished documents, data, studies, surveys, drawings, maps, reports and other materials prepared by CONSULTANT will, at CITY's option, become CITY's property, and CONSULTANT will receive just and equitable compensation for any work satisfactorily completed up to the effective date of notice of termination, not to exceed the total costs under Section 1(C). E. Should the Agreement be terminated pursuant to this Section, CITY may procure on its own terms services similar to those terminated. F. By executing this document, CONSULTANT waives any and all claims for damages that might otherwise arise from CITY's termination under this Section. 16.OWNERSHIP OF DOCUMENTS. All documents, data, studies, drawings, maps, models, photographs and reports prepared by CONSULTANT under this Agreement are CITY's property. CONSULTANT may retain copies of said documents and materials as desired, but will deliver all original materials to CITY upon CITY's written notice. CITY agrees that use of CONSULTANT's completed work product, for purposes other than identified in this Agreement, or use of incomplete work product, is at CITY's own risk. 17. PUBLICATION OF DOCUMENTS. Except as necessary for performance of service under this Agreement, no copies, sketches, or graphs of materials, including graphic art work, prepared pursuant to this Agreement, will be released by CONSULTANT to any other person or public CITY without CITY's prior written approval. All press releases, -4- Rev 4/18/24 Agreement No. 7005 including graphic display information to be published in newspapers or magazines, will be approved and distributed solely by CITY, unless otherwise provided by written agreement between the parties. 18.INDEMNIFICATION. A. CONSULTANT agrees to the following: I. Indemnification for Professional Services. CONSULTANT will save harmless and indemnify and at CITY's request reimburse defense costs for CITY and all its officers, volunteers, employees and representatives from and against any and all suits, actions, or claims, of any character whatever, brought for, or on account of, any injuries or damages sustained by any person or property resulting or arising from any negligent or wrongful act, error or omission by CONSULTANT or any of CONSULTANT's officers, agents, employees, or representatives, in the performance of this Agreement. ii. Indemnification for other Damages. CONSULTANT indemnifies and holds CITY harmless from and against any claim, action, damages, costs (including, without limitation, attorney's fees), injuries, or liability, arising out of this Agreement, or its performance. Should CITY be named in any suit, or should any claim be brought against it by suit or otherwise, whether the same be groundless or not, arising out of this Agreement, or its performance, CONSULTANT will defend CITY (at CITY's request and with counsel satisfactory to CITY) and will indemnify CITY for any judgment rendered against it or any sums paid out in settlement or otherwise. B. For purposes of this section "CITY" includes CITY's officers, officials, employees, agents, representatives, and certified volunteers. C. It is expressly understood and agreed that the foregoing provisions will survive termination of this Agreement. D. The requirements as to the types and limits of insurance coverage to be maintained by CONSULTANT as required by Section 222, and any approval of said insurance by CITY, are not intended to and will not in any manner limit or qualify the liabilities and obligations otherwise assumed by CONSULTANT pursuant to this Agreement, including, without limitation, to the provisions concerning indemnification. -5- Rev 4118/24 Agreement No. 7005 19.ASSIGNABILITY. This Agreement is for CONSULTANT's professional services. CONSULTANT's attempts to assign the benefits or burdens of this Agreement without CITY's written approval are prohibited and will be null and void. 20.INDEPENDENT CONTRACTOR. CITY and CONSULTANT agree that CONSULTANT will act as an independent contractor and will have control of all work and the manner in which is it performed. CONSULTANT will be free to contract for similar service to be performed for other employers while under contract with CITY. CONSULTANT is not an agent or employee of CITY and is not entitled to participate in any pension plan, insurance, bonus or similar benefits CITY provides for its employees. Any provision in this Agreement that may appear to give CITY the right to direct CONSULTANT as to the details of doing the work or to exercise a measure of control over the work means that CONSULTANT will follow the direction of the CITY as to end results of the work only. 21.AUDIT OF RECORDS. CONSULTANT will maintain full and accurate records with respect to all services and matters covered under this Agreement. CITY will have free access at all reasonable times to such records, and the right to examine and audit the same and to make transcript therefrom, and to inspect all program data, documents, proceedings and activities. CONSULTANT will retain such financial and program service records for at least three (3) years after termination or final payment under this Agreement. 22.INSURANCE. A. Before commencing performance under this Agreement, and at all other times this Agreement is effective, CONSULTANT will procure and maintain the following types of insurance with coverage limits complying, at a minimum, with the limits set forth below: Commercial general liability: Professional Liability Business automobile liability Workers compensation Limits $1,000,000 $1,000,000 $1,000,000 Statutory requirement B. Commercial general liability insurance will meet or exceed the requirements of ISO-CGL Form No. CG 00 01 11 85 or 88. The amount of insurance set forth above will be a combined single limit per occurrence for bodily injury, personal injury, and property damage for the policy coverage. Liability policies will be endorsed to name CITY, its officials, and employees as "additional insureds" under said insurance coverage -6- Rev 4/18/24 Agreement No. 7005 and to state that such insurance will be deemed "primary" such that any other insurance that may be carried by CITY will be excess thereto. Such endorsement must be reflected on ISO Form No. CG 20 10 11 85 or 88, or equivalent. Such insurance will be on an "occurrence," not a "claims made," basis and will not be cancelable or subject to reduction except upon thirty (30) days prior written notice to CITY. C. Professional liability coverage will be on an "occurrence basis" if such coverage is available, or on a "claims made" basis if not available. When coverage is provided on a "claims made basis," CONSULTANT will continue to renew the insurance for a period of three (3) years after this Agreement expires or is terminated. Such insurance will have the same coverage and limits as the policy that was in effect during the term of this Agreement, and will cover CONSULTANT for all claims made by CITY arising out of any errors or omissions of CONSULTANT, or its officers, employees or agents during the time this Agreement was in effect. D. Automobile coverage will be written on ISO Business Auto Coverage Form CA 00 01 06 92, including symbol 1 (Any Auto). E. CONSULTANT will furnish to CITY duly authenticated Certificates of Insurance evidencing maintenance of the insurance required under this Agreement and such other evidence of insurance or copies of policies as may be reasonably required by CITY from time to time. Insurance must be placed with insurers with a current A.M. Best Company Rating equivalent to at least a Rating of "A:VII." F. Should CONSULTANT, for any reason, fail to obtain and maintain the insurance required by this Agreement, CITY may obtain such coverage at CONSULTANT's expense and deduct the cost of such insurance from payments due to CONSULTANT under this Agreement or terminate pursuant to Section 15. 23. USE OF SUBCONTRACTORS. CONSULTANT must obtain CITY's prior written approval to use any consultants while performing any portion of this Agreement. Such approval must approve of the proposed consultant and the terms of compensation. 24.INCIDENTAL TASKS. CONSULTANT will meet with CITY monthly to provide the status on the project, which will include a schedule update and a short narrative description of progress during the past month for each major task, a description of the work remaining and a description of the work to be done before the next schedule update. 25. NOTICES. All communications to either party by the other party will be deemed made when received by such party at its respective name and address as follows: -7- Rev 4/18/24 Agreement No. 7005 If to CONSULTANT: Attention: Crystal Fraire Z & K Consultants 473 E. Carnegie Drive, Ste. 200 San Bernardino, CA 92400 l::'hone 951-310-7470 Email cfraire@zandkconscltants.com If to CITY: Attention: Arianne Bola City of El Segundo 30 Bain St. El Segundo„ CA 90245 [:'hone 310-524-2364 Email abola(elsegundo.org Any such written communications by mail will be conclusively deemed to have been received by the addressee upon deposit thereof in the United States Mail, postage prepaid and properly addressed as noted above. In all other instances, notices will be deemed given at the time of actual delivery. Changes may be made in the names or addresses of persons to whom notices are to be given by giving notice in the manner prescribed in this paragraph. 26. PROHIBITED USE OF ARTIFICIAL INTELLIGENCE. A. Restriction on Artificial Intelligence Usage. CONSULTANT must not utilize, employ, or incorporate any form artificial intelligence, machine learning, or other similar technologies (collectively, "Al") in the provision of professional services in this Agreement without CITY's express written consent. B. Exclusions. The Al prohibition set forth directly above will not apply to general business tools and software that may have Al components but are not directly involved in the execution or delivery of professional services that this Agreement covers, provided that such tools and software do not significantly impact the quality or nature of such services. C. Notification. CONSULTANT must promptly notify CITY, in writing, of any proposal to employ Al in connection its provision of services to the CITY under this Agreement. CITY will have the sole discretion to grant or deny such proposal. 27. CONFLICT OF INTEREST. CONSULTANT will comply with all conflict of interest laws and regulations including, without limitation, CITY's conflict of interest regulations. 28. SOLICITATION. CONSULTANT maintains and warrants that it has not employed nor retained any company or person, other than CONSULTANT's bona fide employee, 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 CONSULTANT's bona fide employee, any fee, commission, percentage, brokerage fee, gift or other consideration contingent upon or resulting from the award or making of this Agreement. -8- Rev 4/18/24 Agreement No. 7005 Should CONSULTANT breach or violate this warranty, CITY may rescind this Agreement without liability. 29.THIRD PARTY BENEFICIARIES. This Agreement and every provision herein is generally for the exclusive benefit of CONSULTANT and CITY and not for the benefit of any other party. There will be no incidental or other beneficiaries of any of CONSULTANT's or CITY's obligations under this Agreement. 30.INTERPRETATION. This Agreement was drafted in, and will be construed in accordance with the laws of the State of California, and exclusive venue for any action involving this agreement will be in Los Angeles County. 31. COMPLIANCE WITH LAW. CONSULTANT agrees to comply with all federal, state, and local laws applicable to this Agreement. 32. ENTIRE AGREEMENT. This Agreement, and its Attachments, sets forth the entire understanding of the parties. There are no other understandings, terms or other agreements expressed or implied, oral or written. This Agreement will bind and inure to the benefit of the parties to this Agreement and any subsequent successors and assigns. 33. RULES OF CONSTRUCTION. Each Party had the opportunity to independently review this Agreement with legal counsel. Accordingly, this Agreement will be construed simply, as a whole, and in accordance with its fair meaning; it will not be interpreted strictly for or against either Party. 34. SEVERABILITY. If any portion of this Agreement is declared by a court of competent jurisdiction to be invalid or unenforceable, then such portion will be deemed modified to the extent necessary in the opinion of the court to render such portion enforceable and, as so modified, such portion and the balance of this Agreement will continue in full force and effect. 35. AUTHORITY/MODIFICATION. The Parties represent and warrant that all necessary action has been taken by the Parties to authorize the undersigned to execute this Agreement and to engage in the actions described herein. This Agreement may be modified by written amendment. CITY's executive manager, or designee, may execute any such amendment on behalf of CITY. 36. ELECTRONIC SIGNATURES; SIGNATURE AUTHORITY. This Agreement may be executed by the Parties on any number of separate counterparts, and all such counterparts so executed constitute one Agreement binding on all the Parties notwithstanding that all the Parties are not signatories to the same counterpart. In accordance with Government Code § 16.5, the Parties agree that this Agreement, Agreements ancillary to this Agreement, and related documents to be entered into in connection with this Agreement will be considered signed when the signature of a party is delivered by electronic transmission. Such electronic signature will be treated in all respects as having the same effect as an original signature. CONSULTANT warrants -9- Rev 4/18/24 Agreement No. 7005 that its signatory (or signatories, as applicable) to this Agreement has the legal authority to enter this Agreement and bind CONSULTANT accordingly. 37. CAPTIONS. The captions of the paragraphs of this Agreement are for convenience of reference only and will not affect the interpretation of this Agreement. 38.TIME IS OF ESSENCE. Time is of the essence for each and every provision of this Agreement. 39. FORCE MAJEURE. Should performance of this Agreement be prevented due to fire, flood, explosion, acts of terrorism, war, embargo, government action, civil or military authority, the natural elements, or other similar causes beyond the Parties' reasonable control, then the Agreement will immediately terminate without obligation of either party to the other. 40.STATEMENT OF EXPERIENCE. By executing this Agreement, CONSULTANT represents that it has demonstrated trustworthiness and possesses the quality, fitness and capacity to perform the Agreement in a manner satisfactory to CITY. CONSULTANT represents that its financial resources, surety and insurance experience, service experience, completion ability, personnel, current workload, experience in dealing with private consultants, and experience in dealing with public agencies all suggest that CONSULTANT is capable of performing the proposed contract and has a demonstrated capacity to deal fairly and effectively with and to satisfy a public CITY. [Signatures on next page] -1 0- Rev 4/18/24 Agreement No. 7005 IN WITNESS WHEREOF the parties hereto have executed this contract the day and year first hereinabove written. CITY OF EL SEGUNDO Z & K CONSULTANTS ( Darrell Ge a Name. -Crystal Fraire City Manager Title: President ATT : � �,M1 Tracy We6Ver, City Clerk APPROVED AS TO FORM: MARK D. HENSLEY, City Attorney Na : Js ine Faqih Title: Sec ary Taxpayer ID No. 80-0359298 Joa uin q quez, Assistant City Attorney 4, Insurance Reviewed biy: -11- Rev 4/18/24 Agreement No. 7005 Agreement No. 7005 June 25, 2024 City of El Segundo 350 Main Street, El Segundo, CA 90245 Attn: Lifan Xu, PE, City Engineer Subiect: As -Needed Construction Management, Program/Project Management, and Engineering Services Dear Mr. Xu, Z&K Consultants Inc. (Z&K) proudly presents our proposal to the City of El Segundo for As -Needed Construction Management, Program Management, (Project Management, and Engineering 'Services. Z&K is a certified Disadvantaged Business Enterprise (DBE), Women's Business Enterprise (WBE), and Small Business Enterprise (SBE) In Southern California. Z&K specializes in the provision of Construction Management and Inspection, Project Management, Program Management, Construction Management, Construction Administration, Construction Inspection, Plan Review, Pre - Construction Inspection, Staff Augmentation, and other Professional Engineering Consulting Services. Understanding of Work to The Done � The Z&K Team has been working diligently to understand eveEy aspect of the City's projects including reviewing the budget and Capital Improvement Plan. This involvement provides us with a deeper understanding of the challenges and the key elements that the City's projects may be facing, as well as familiarity with the site and nearby stakeholders. This knowledge and preliminary legwork will help us to hit the ground running and help the contractor understand the project better, preventing possible issues that may arise. Quality of Staff for Work to be Done 1I Z&K is proposing the same ex erienced 'team members that successfully managed Capital Improvement and Public Works Projects involving: • Water & Wastewater Projects • Bridge & Roadway Widening Projects • Street & Sidewalk Improvement Projects • Facilities & Buildings Projects • Recreation & Park Projects • Utility & Pipeline Projects Z&K works proactively and diligently with City staff to successfully deliver projects under budget while mitigating numerous unforeseen delays. We have created unique staffing plan to meet the City's needs and expectations for this Project. - - - -, irgigggloultiggligi ILA Z&K has a deep bench of gualifled personnel accustomed to working with City Public Works projects and procedures and are experienced to efficiently complete the City CIPs. Our team members' unmatched experience in similar services of similar projects makes the Z&K team uniquely qualified to provide the requested services. Our Team has the education and certifications related to Public Works Construction; knowledge of Standards and Practices of Public Works Construction; and knowledge of state and federal regulations and procedures related to Public Works Construction. The work will be completed 100% by in-house staff and we do not have any subconsultants. Experience with Similar Kinds of Work U Z&K has successfully delivered over 70 similar Contracts and currentl holds 55 tin-CaIIIAs-Needed Contracts serving in a similar capacity over the past 5 years for Municipal, County, and State Agencies. The Z&K team will act seamlessly as an extension of City staff and is prepared to provide the requested services. We have a track record of performing excellent services on similar contracts through saving significant time and cost from identification of the various critical elements controlling the project schedule to providing alternate practical solutions. Our team members' unmatched experience in similar services of similar projects makes the Z&K team uniquely qualified to provide the requested services. Demonstrated Technical Ability and Scope � Z&K's keys to success on this contract includes our responsiveness, understanding of the City's needs caDability and availability of ualified staff and our historically successful comprehensive manaciement anaroach for on -call, multiple -task, multiple -year contracts. Z&K will commit sufficient resources to adequately handle varying workloads that may result from multiple task orders progressing simultaneously, but technical strengths and resources are only of value if those resources can be well managed. The Z&K approach to effective project management starts with scope, schedule, and budget development, signed contracts, and kickoff meetings. The management concepts for the duration of each task and the overall contract are then organized around a core framework of communication, coordination, thorough documentation, and quality control for each submittal on each task. 03CONSULTANTS BUILDING SOLUTIONS Agreement No. 7005 The Z&K Team has significant local experience to the City and community, unmatched experience to perform Construction Management and Inspection Services, and have highly skilled, multi -disciplined, and technical staff with extensive similar project experience. Z&K commits to providing our best services and all related services for timely project corn: letion. We will dedicate the necessary resources to complete each assignment on time and within budget. Our key personnel will be assigned to the project for the entire duration and will not be removed or replaced without concurrence from the City. We maintain close attention to our clients by tracking our contract budgets and schedules. Our team is available, committed, and eager to begin work on these projects. The Z&K Team is prepared to quickly provide exceptionally qualified personnel. The personnel identified bring specific and extensive field experience and have the qualifications required in the RFP. Our team can assist the City with all aspects of the requested services. Our team members have s ecialiized ex erience in, theseservices for public agencies and have 100% commitment to the City's Projects. Our proposed key personnel are familiar with the City's upcoming projects and know the community well. The Z&K Team has carefully examined the project's requirements to identify key personnel best suited to deliver excellent construction management and inspection services for this contract. The Z&K Team offers many unique strengths and advantages, including: >> Z&K is a Disadvantaged Business Enterprise (DBE), Women's Business Enterprise (WBE), and Small Business Enterprise (SBE). Z&K works extensively with numerous local cities and agencies providing similar services to the RFP. Many of these contracts have multiple extensions. Z&K has a great depth of resources with over 50 Construction Managers, Inspectors, and Project Managers on -staff. Our team has an available depth or resources and expertise on similar projects. Our team has reviewed the City's projects and have extensive similar experience. We have current and in- depth knowledge of the project types and has delivered over 500 projects similar to the upcoming projects that the City of El Segundo anticipates. Key Personnel possess all necessary licenses and registrations required for this project. Z&K Team provides better personnel quality because our Team is multi -disciplined and have construction and have engineering and contracting backgrounds. Our team currently holds over 55 On-Call/As-Needed Contracts with local cities and agencies, including, but not limited to, the following: » City of Alhambra City of Aliso Viejo City of Beaumont o City of Bell City of Burbank City of Carson City of Chino City of Compton City of Corona City of Costa Mesa City of Eastvale City of El Segundo City of Hemet City of Irvine City of Irwindale >> City of Laguna Beach » City of Lake Forest City of La Mirada » City of Lancaster >> City of Manhattan Beach x. City of Moreno Valley >> City of Newport Beach » City of Norco >> City of Norwalk » City of Oceanside » City of Palm Desert City of Pomona » City of Rancho Pales Verdes City of Riverside City of Rosemead City of San Bernardino » City of San Marino >> City of Santa Monica >> City of South Gate >> City of Placentia >> City of Torrance >> Caltrans D5, D8, D9 & D11 >> County of Los Angeles >> County of Riverside Transportation Department County of San Bernardino Long Beach Water Department Riverside Public Utilities City of Signal Hill o City of Downey o City of Fontana City of Pico Rivera I will serve as the contact person for the full duration of the contract, and I am authorized to bind the firm to the terms of the proposal and execute legal documents on behalf of the firm. By signing below, I attest that all information submitted with the proposal is true and correct. The Submittal and rate sheet will remain valid for a period of not less than 90 calendar days from the date of submission. Sincerely, C 2- ro4z Crystal Fraire, PE I President, Z&K Consultants Inc. 17130 Van Buren Blvd. I Suite 122 1 Riverside, CA 92504 951.310.7470 1 cfraire@zandkconsultants.com CONSULTANTS BUILDING SOLUTIONS Agreement No. 7005 SCOPE OF WORK Z&K Consultants Inc. has an exceptional recordof success providing program/project management, construction management, and engineering services for public agencies is abundantly qualified to manage the City's projects. The Z&K Team will provide the following tasks, at a minimum„ for the City of El Segundo; • Be proficient in preparing Requests for Proposals for design consultant selection • Develop criteria for design consultant selection, evaluate candidates and make recommendations • Prepare contracts for the selected design consultants • Prepare a master project budget and schedule • Monitor and review design consultants' progress, budget and schedule, review plans and. technical specifications for completeness and constructability • Perform a pre -construction survey, prepare bidding documents; monitor and facilitate design consultants' plan checking with all pertinent agencies • Perform constructability review • Prepare a master list for all plan check comments and responses • Review the Engineer's Estimate for accuracy • Provide value engineering reviews • Provide reports for grant requirements • Assist in bidding of projects • Assist in Prequalification of bidders • Provide response to bidders during bidding period • Provide bid analysis • Conduct reference checks on the low bidder • Conduct state license and insurance checks on low bidder • Make recommendation for the successful bidder • Prepare contract for the successful bidder • Manage the design and construction process using the City's Project Management Software and forms as requested by the City • Review contract required documents from the successful bidder • Identify design/construction alternatives that may be employed to reduce Project duration and costs and minimize conflicts between the proposed improvements and existing site improvements. • Review contractor's monthly payment request and make recommendation for payment • Coordinate the surveying, materials testing and inspection needs of the project • May provide construction inspection, surveying, hydrant flow testing, and materials testing services • Monitor the inspection, surveying, and materials testing budget • Provide construction estimating • Review, negotiate and make recommendations for change orders • Review, respond and facilitate response to Request For Information (RFI) • Review and facilitate submittals and shop drawings • Provide and maintain logs for RFls, change orders, submittals, Request For Quotations, Correction Notices, Stop Work Notices, and related construction documents Coordinate and facilitate coordination with utility companies and contractor • Review contractor certified payroll for accuracy • Provide videotape and photographic documentation of project site prior to and during construction, including video inspection of utilities • Prepare weekly construction progress report to the City • Monitor, evaluate and report contractor's labor compliance • Monitor, evaluate and report contractor's environmental compliance including preparing the Stormwater Multiple Application and Report Tracking System (SMARTS) reports; update and upload them into the online database Review contractor's safety program • Provide Construction General Permit Qualified SWPPP Practitioner (QSP) and/or Qualified SWPPP Developer (QSD) support • Prepare project punch -list • Issue correction notices for deficiencies found, and monitor and enforce all corrective action as necessary. Obtain all record (As -Built) drawings, contract required documents, lien releases, and written warrantees • Prepare project and construction management procedures manual • Host Partnering sessions with the Construction Contractor • Coordinate collecting all documents needed for Project closure including guarantees, warranties, O&M manuals, affidavits, released bonds and waivers, etc. • Document potential contractor claims and respond to contractor potential claim correspondence citing specific contract documents, codes, etc. • Prepare analysis of potential claims and make recommendations regarding their settlement • Negotiate with contractor and assist the City to facilitate claim resolution Agreement No. 7005 STATEMENT OF QUALIFICATIONS Z&K has successfully delivered over 70 similar Contracts Z&K Consultants Inc. and currently holds 55 On-Call/As-Needed Contracts T e of Firm California C Corporation serving in a similar capacity over the past 5 years for Princi al Supervisor Crystal Fraire, PE, QSD/QSP Municipal, County, and State Agencies. Z&K understands the Telephone Number 951.310.7470 nature of as -needed contracts and has the depth of resources Email Address cfraire zandkconsultants.com and expertise required to properly service those contracts. Our proposed Z&K team has successfully delivered numerous similar projects, ahead of schedule and under budget. Z&K has identified a multidisciplinary team to deliver excellent services for the City's upcoming Projects. The Z&K team knows the importance of providing qualified and experienced personnel, capable of working independently, that arrive on -site properly equipped and have the necessary safety and technical training to start work with no learning curve. ORGANIZATION CHART Construction Administration, Professional Engineering Consulting Services, The Z&Khas • • ous On -Call Services contractsNcal municipalit .w • Page 4 of 11 Agreement No. 7005 TEAM QUALIFICATIONS/EXPERIENCE Z&Khas carefully selected this ^A-Teanfand has committed our most qualified staff for the duration ofthe contract. The project team is committed 100% to this contract and all proposed personnel will be available the requested services as required by the City. Our staff will deploy efforts as the project schedule and construction activities dictate, We will reallocate staff hours, when possible, for cost savings to the City. By using highly qualified multi -disciplined personnel, we are able to provide a cost of service well under industry standard. Resumes available upon request. Zack Faqih, PE, QSD/P.UNSCE,CBO,kCC Cmrt'I Senior Construction Manager Mr. Faqih has over 33 years of experience in the Construction Management, Construction Inspection, Project Management, and Contract Administration of capital improvement and public works projects. Mr. Faqih'o experience extends to interfacing and coordinating with the Counties, Cities, Funding Agencies. He has excellent skills in the review and control project cost and ochedu|e, coordinate and oouiat in negotiating change orders, maintain pnojeotaa-bui|to. managing multiple oubconou|tantuand inspection staff. Mr. Foqih'mexperiunce extends to interfacing and coordinating with the Cm|tnono-LocalAuoiotonme Pnugnom, Counties, Cities, and Funding Agencies. Mr. Faqih has is |CC certified and experience in bhdgea, otneeto, infrastructure mainbwnance, inhanchongoa, aidmwa|ko, obnnn dnoino, traffic oi0na|n, parks, and buildings. He has excellent skills in understanding construction oontnocto, reviewing and controlling project coat and ochedu|e, coordinating and assisingt in negotiating change orders, ensuring timely review of critical path method (CPM) schedule to track any changes in critical path and delays, managing multiple subconsultants, and supervising inspection staff. Mr. Paqih^mextensive list mfcertifications/licenses include: xProfessional Engineer, P.E.State ofCA, #C57S58 oCertified Building Official, C.B.O..#3741 xCertified Special Inspector for Structural Welding xCertified Plans Examiner, |.C.B.O..#102O345'GO xCertified Special Inspector for Structural Steel oCertified Plumbing Inspector, |.C.B.O.#1O2O345-38 oCertified Special Inspector for Reinforced Concrete oOSHA 3OHour Construction Safety &Health oCertified Mechanical Inspector oCertified Emergency Inspector xCertified Electrical Inspector, |.C.B.O.#1O2O345-2O oC.Q.B.PCertified Green Building Inspector vSVVPPP(C>GO)&({lSP).Certificate #22055 xCertified Special Inspector for Fire Proofing oCertified Accessibility Inspector/Plans Examiner Amer Jekher.PE, MBA I Senior Projmct(PrmgmoowManager & Senior Construction Manager Mr. Jakherover 3Gyears in public service and 15yeore as a department head for agencies throughout Southern California. He has extensive experience with DOJ compliance and all phases of the project life cycle (p|mnnin0, design, jurisdictional approvm|a, construction, and project close-out). Mr. Jakherham expertise in all aspects of the CEQA process. Over his oonumr. Mr. Jokhar has managed over$9O0K4 in C|Pprojects aoodepartment head and Senior Program/Project Manager. Mr. Jokhmralso excels ingrant -�-�-�- funding, extraterritorial agreements, California Code of Regulations Tide 15, California Building Code. Co|tnana standards and pnuoedunun. Gnuenbook. and Board of State and Community Corrections obondnndo. Mr. Jakher has served as m department head for the City of Chino, Beaumont. Colton, and Vidon/iUe and has served as a Senior Project Manager/Principal Engineer for Banning, Baldwin Park, and Lynwood. Mr. Jakhermanaged the capital improvement program atChino totaling over $18OK4. Mr. Jakher has managed the following project types: pavement rehabilitation, utility pnojecte, water infrastructure pnojectn, trash treatment control devices pnojecto. AOA impnovements, ohormvvabar improvement pnojacto, bui|dinge, detention faoi|iUen, honpitm|a, wabur/waotawaber, water treatment p|anto, bridgeo, bridge nap|acemantu, roadway wideningn, hoopiba|o, deve|opment, storm drain improvamente, parks and faoi|iUeo, street impromamentm, pipe|ineo, wells, and lift stations. Mr. Jnkher is also a licensed contractor that is very experienced with construction of buildings. NadeenmSymd,PE, QSD/P I Senior Project Manager & Senior Construction Manager Mr. Gyed has over20 years of experience in project manogemmnt, construction managoment, civil engineering, and traffic engineering, with expertise in Capital Improvement Program (CIP) development and management. He has opant2O+ years in engineering and implementing wuhouo C|P projects for muniuipa|itimn, including the oiUae of San Bennavdino. E| yWonba. Flia|bu. Fmntana, Cumona, Diamond Bar. San yWar000. and Baldwin Perk. These capital projects have included street improvement, pavement nehabi|itaUonn, slurry oeo|, traffic oigna|. AOA impnovementy, pedestrian nafaty, concrete work including oidawn|k, curb. guttar. AD/\ ramps, grade separations, interchanges, lift ataUono, sewer and water oymtamo, park rehabilitation and municipal buildings. Mr. 8ymd participates in developing department budgebo, conducts training and performance evaluations to staff, establishes an Assessment District for construction of sewer main line and streetlights, develops master plans for citywide projects, and he successfully applies for various grants. Page om11 Agreement No. 7005 Thomas Dawson, CBO, ICC Certified I Senior Construction Manager Mr. Dawson has over 28 years of experience in public works and capital improvement projects, and has provided construction management, construction inspection, project management, and contract administration for many capital improvement projects, involving stormwater infiltration systems, park improvements, parking lot rehabilitations, AC and concrete paving, storm drain improvements, building construction, playground equipment installation, lighting systems, electrical systems, concrete improvements, stormwater chambers, irrigation systems, landscaping, site furniture installation, exercise equipment installation sports fields and courts installation, and block wall fencing installation. Mr. Dawson has a thorough understanding of Cal -OSHA practices and procedures, ADA and Caltrans ADA requirements, as well as extensive knowledge of Caltrans construction practices. Brittany Duhn, PE, QSD/P I Senior Project Manager Ms. Duhn has extensive experience in project management, program management, construction management, office engineering, contract administration, document control, and labor compliance oversight. She has successfully managed streets, CIPs, Public Works Projects, Water/Wastewater % Projects, bridges, bike trails, drainage improvements, parks, buildings, open space ace amenities, landscaping, traffic signals, playground equipment, shade structures, and sports fields projects. She has managed over $500M in Projects during the design and construction phases. She has excellent skills in understanding construction contracts, review and control project cost and schedule, coordinate and assist in negotiating change orders, provide project updates to the client, ensure timely review of critical path method (CPM) schedule to track any changes in critical path and delays, maintain project as-builts, managing multiple subconsultants and supervise inspection staff. She has provided Project Management services for all stages of projects, from design to construction. Anthony Flores, BSCE I Senior Construction Manager, Scheduler/Estimator Mr. Flores is currently running the City of Chino Construction Management Program and has been managing this program for over 2 years. Mr. Flores has experience in project management, construction management, contracting, field investigation, project management, and quality control for numerous capital improvement projects and federally funded projects, involving CIPs, Public Works Projects, Water/Wastewater Projects, bridges, bike trails, drainage improvements, parks, buildings, open space amenities, landscaping, traffic signals, playground equipment, shade structures, and sports fields projects. Mr. Flores has a thorough understanding of Cal -OSHA practices and procedures, ADA and Caltrans ADA requirements, as well as extensive knowledge of Caltrans construction practices, physical characteristics and properties of highway construction materials, and approved methods and equipment used in making physical tests of construction materials. Ed Nylund, QSP, CESSWI I Senior Construction Manager Mr. Nylund has over 34 years of experience providing quality control and quality assurance with extensive experience on of numerous major capital improvement projects including transmission mains, new wells, tanks, reservoirs, water and wastewater treatment plants, pipelines, lift stations, booster pump stations, bridges, street improvements, retaining walls, dewaterin 9 P g g, parks and facilities, landscaping and irrigation t improvements, utility installation, roadway widenings, grade separations, masonry walls, storm drain projects, roadway projects, street rehabilitations, and large-scale water and wastewater projects. Lisa Naslund, PE, QSD/P I Senior Project Manager & Construction Manager Ms. Naslund has over 28 years of project management experience for various major capital improvement projects. Ms. Naslund has extensive experience performing design reviews, constructability reviews, scheduling, managing consultants, interfacing with permitting agencies, reviewing billings and contracts for scope of work, pre paring arin9 staff re ports, orts preparing gRFPs preparing and administering stering bids, performing hydrology calculations, preparing SWPPP, plan check, and designing and preparing tract and parcel maps. r Pernilla Brandt, BSCE I Senior Project Manager �:� Ms. Brandt is a seasoned civil engineer with over 20 years of experience in engineering design and management specializing in municipal, commercial and residential projects. Extensive experience in all 9 P 9� P P 1 P aspects of engineering project leadership including strategic planning, engineering and architectural specifications and drawings, scheduling, resource allocations, reporting, and cross -functional team collaboration. Continually exceeds expectations by building valuable relationships and works well with people at all levels of an organization including management, team members, contractors, and clients. Page 6 of 11 Agreement No. 7005 *Multiple Contract Extensions Page 7 of 11 Agreement No. 7005 FIRM EXPERIENCE Z&K has over 70 similar on -call contracts within the last 5 years and currently holds 55 active on -call contracts with cities and agencies throughout Southern California. Below are highlight of three current on -call contracts with references: City of San Bernardino I Public Works Department 290 North D Street San Bernardino, CA 92401 Alex Qishta, PE, Director of Public Works (Since moved to the City of Yucca Valley) Phone: (760) 369-0801 agishta@yucca-valley.org Firm's Role: Project Management, Construction Management, Construction Inspection Relationship to Client: On -Call Consultant Start: 08/2019 Complete: Ongoing Value: $5M Dollar Value of Services: ~$150M DESCRIPTION OF SERVICES: The Z&K Team provides Project Management, Construction Management, and Construction Inspection Services for the City of San Bernardino projects from the inception through design and during construction, for over 5 years, which generally includes the following steps: Assist in pre -qualification of bidders; provide response to bidders during bidding period; provide bid analysis; conduct reference check on the low bidder; conduct state license check on low bidder; make recommendation for the successful bidder; prepare contract for the successful bidder; review contract required documents from the successful bidder; conduct all aspects of construction management; review contractor's compliance with permit requirements; review contractor's schedule; verify the contractor's as -built plans and schedule; provide as -built schedules; review contractor's monthly payment request; coordinate the surveying, testing, and inspection needs of the project; monitor the inspection, surveying, and testing; budget, review, negotiate, and make recommendations for change orders; review, respond and facilitate responses to Request For Information (RFI); review and facilitate submittals and shop drawings; provide and maintain logs for RFI's, change orders, submittals, Request For Quotations, Work Directives, Correction Notices, Stop Work Notices, Weekly Statement of Working Days and related construction documents; coordinate and facilitate coordination with utility companies and contractor; review certified payroll from contractor; provide videotape and photographic documentation of project site prior to and during construction; prepare weekly construction progress report to the City; monitor contractor's labor compliance; review contractor's safety program; prepare project punch -list; prepare all documentation needed for project closeout including reviewing/coordinating the preparation of record drawings. PROJECTS • Mt. Vernon Bridge Replacement Project • State Street Extension Phase I Baseline to 16th Street Project • 2nd Street Bridge Replacement at Warm Creek Project • 40th Street Widening from Johnson to Electric Avenue Project • "H" Street Widening from Kendall to 40th Street Project • Sierra Way Storm Drain Project • Kendall Drive Slope Stabilization Rehabilitation Project • Citywide Pavement Rehabilitation Project (SB1) • Parking Lot Improvement at Various Locations Project • ATP Cycle 2 — Safe Routes to Schools Project at Three (3) Locations Project • Playground Equipment Replacement for Six Parks • Nicholson Neighborhood Park Improvements Project • Seccombe Lake Park And Perris Hills Park • Street Rehabilitation Program (30+ Major City Streets) Page 8 of 11 Agreement No. 7005 City of Chino I Public Works Department 13220 Central Ave, Chino, CA 91710 Michele Hindersinn, PE, QSD/P, Principal Engineer Phone: (909) 334-3513 mhindersinn cif ofcNno.or Firm's Role: Program Management, Project Management, Construction Management, Construction Inspection Relationship to Client: On -Call Consultant. Start: 07/2020 Complete: Ongoing Value: $5.5M Dollar Value of Services: --160M min TIP Construction Managemeesprojectsover a years•m the inception through design and during construction. PROJECTS Transportation Projects R2401 Euclid Bridge ST-061 Pine Avenue Extension ST-203 Pine Avenue Widening & Pine/Euclid Intersection NC231 Slurry Seal Program ST232 - Kimball Ave. Preserve Improvements ST241 Ramp Improvements ST203 - Pine Widening ST233 - Yorba Ave Improvements G6220 - Alley Improvements • ST 232 Kimball Ave Widening and SD Improvements • SD211 - 11th Street/B Street Project • ST232 - Kimball Ave Street Improvement Project Chino HS Improvements MS 222 Slurry Seal Program MS 202 & ST 221 Chino Avenue Accessibility and Curb Ramp Improvements at 15th,17th and 19th Streets and Norton Avenue PCC Walk and Curb Ramps NC231 Schaefer Ave Localized Asphalt Repairs • Localized Asphalt Repairs Various Locations Enterprise Fund Projects • WA224 - B Street Alley Water Main Line Replacement Project • WA223 - Russell .Ave Waterline Replacement Project • Yorba Ave. & Eucalyptus Ave Sewer Main • SD223 - Chino Avenue Storm Drain Improvement Plan System • SD222 - Philadelphia Street and Monte Vista Avenue Storm Drain Extension Project • State Street Water Treatment Plant • WA214 — Well 17 Equipping Project • WA224 - B Street Alley Water Main Line Replacement Project • R7200 Masonry Block Wall at Chino Police Depart • Yorba Ave Street Improvements — From Midblock between Chino Ave to Schaefer Ave • F Street, G Street, 5th Street - Street Improvements • City Hall EMT Parking Lot Improvements • Fern & Eucalyptus Traffic Signal Modifications SN231 - Ailey Rehabilitation Project CA - Pioneer St. from Monte Vista to 5th St. SN221 - FY 21/22 Alley Reconstruction Project G6220 - CDBG Alley Project, East-West North Chino Avenue • SN231 - Alley Rehabilitation Project - Pioneer St from Monte Vista Ave to 5th St. FY21/22 Alley Reconstruction Project Kimball/El Prado/Central Traffic Improvement Project • MS202 - ADA Grievance 21-004 Curb Ramps at Olive Place & Walnut Avenue • Madison St & Kellogg Ave Gap Closure • Alley Sanitation Rehab 20-21 Phase I,II,III • Wells 4 & 6 Treatment Plant Project • WA223 - Russell Ave Waterline Replacement Project • WA17B - Chino Quad 1.2 • Yorba Ave & Eucalyptus Ave Sewer Main Line Replacement Project • WA221 & WA222 - Central Avenue and Dupont Avenue Waterline Project • WA211 - Well 11 Pipeline Project • WA231 - Wells 4 & 6 Treatment Plant • WA233 Well 20 Bonvew/Schaefer • D4215 Prado Inundation Area Remediation - Watertight Sewer Manhole Page 9 of 11 Agreement No. 7005 City of Long Beach I Long Beach Utilities Department 1800 E. Wardlow Road, Long Beach, CA 90807 Dennis Santos, PE, Engineering Manager Phone: (562) 570-2324 Dennis.Santos@lbwater.org Firms Role: Program Management, Construc Construction Inspection Relationship to Client: Start: 10/2021 Complete: Ongoing Value: -$3.5M Management, Project Lion Management, & On -Call Consultant Dollar Value of Services: -$118M DESCRIPTION OF SERVICES The 2&K Team provides Program Management, Project Management, and Construction Management Services for Long Beach Water Department (LBWD) projects from the inception through design and during construction, which generally includes the following steps: Assist in pre -qualification of bidders; provide response to bidders during bidding period; provide bid analysis; conduct reference check on the low bidder; conduct state license check on low bidder; make recommendation for the successful bidder; prepare contract for the successful bidder; review contract required documents from the successful bidder; conduct all aspects of construction management; review contractor's compliance with permit requirements; review contractor's schedule; verify the contractor's as - built plans and schedule; provide as -built schedules; review contractor"s monthly payment request; coordinate the surveying, testing, and inspection needs of the project; monitor the inspection, surveying, and testing; budget, review, negotiate„ and make recommendations for change orders; review„ respond and facilitate responses to Request For Information (RFI); review and facilitate submittals and shop drawings;. provide and maintain logs for RFI's, change orders, submittals, Request For Quotations, Work Directives, Correction Notices Stop Work Notices, Weekly Statement of Working Days and related construction documents; coordinate and facilitate coordination with utility companies and contractor; review certified payroll from contractor; provide videotape and photographic documentation of project site prior to and during construction; prepare weekly construction progress report to the City; monitor contractor's labor compliance; review contractor's safety program; prepare project punch -list; prepare all documentation needed for project closeout including reviewing/coordinating the preparation of record drawings. PROJECTS * LADW'P Haynes Generating Station Sewer Pipeline Project ($20M) * LADWP Haynes Generating Station RecycledWater Pipeline Project ($17M) * 0-0750: 2021 New Wells Project ($25M) * MC-522.3: Golden Ave Water Main Replacement ($5M) * Well: Commission 22A ($3M) * EO-3501: 32nd St BPS Rehabilitation ($9M) • 0-0751: LBWD OWTP-1 and GWTP-2 New Wells ($12M') • REO-02.08 Alamitos Tank 19 and 20 Conversion ($6M) • 0-0748: NLB-13 & NLB-14 Equipping ($5M) • Groundwater Treatment Plant FIVAC Replacement Project ($8M) • EO-3585: LBWD Admin Bldg Roof Improvements ($1M) • 2021 Four New Wells - Ell Dorado 1, El Dorado 2, Citizens 8A, Commission 23 ($22M) New Wells Alamitos 9A and Alamitos 14 ($12M) * New Wells Comm 23A and Comm 26 ($11 M) * Water Main Replacement - Spinnaker Bay Ph 1 ($.4M) * 5-25 Sewer Lift Station Rehabilitation ($4M) * S-8 :Sewer Lift Station Rehabilitation ($4M) * Sanitary Sewer Rehabilitation and Replacement Projects 7 & 8 ($2M/$2M) • Cathodic Protection Phases 5 & 6 ($1.5 1.5M) * Large Valve Replacement FY22/23 (Willow St) ($1 M) 0-0745. West. Coast Basin Well Equipment ($2M) EO-3583: JWJ Reservoir Chemical Dosing System ($3M) • EO-3557: Cathodic Protection Phase 6 ($2M) Page 10 of 11 Agreement No. 7005 COSTPROPOSAU City of El Segundo 35QMain Street, BSegundo, CAQ0245 Attn: LifmnXu. PE, City Engineer SubiectStaff Augmentation for Construction Management, Program/Project Management, and Engineering Sapxicao Dear Mr. Xu. Z&K Consultants Inc. (Z&K) proudly presents our cost proposal to the City of El Segundo for S�taff Augmentation for Construction Management, Program Management, Project Management, and Engineering Services. Rates included in our fee proposal contains fully billable rates. All overhead costs are included. All insurance will be in force at the time of contract execution. Z&K has carefully selected this "A -Team" and committed our most qualified staff for the duration of the contract to deliver successful projects. We -understand the importance of meeting budgets and schedules; we have a strategic plan in place bodeliver projects. Z&PCConsultants, Inc Hourly Rates: Senior Principal Project Manager ^.--..~..---~.~.~..................... ~^........ ................... ~............. ............. ...... $178 �1�� Senior Pn�mctK8anager-----.-_._-...--..~.-..._.'~.~.-.^_...__-~.~.-._._~~._~_~-~~.-_.-.~..~^.-_-~ �1�� Pr�eoty�mnager ----....--~~..-_-~._.~-_~.~-_._..,.~.-.-.^^~.~-~^...~.-~~.....---.^~.-_--~, --- �1�� Sanior�onntn�nUon yWonager---.......-.--...._---~-~.--._~~..~-.~...~-.-^.... ~...'-_.~~...---~...-,-~^-. --..-.-~~~--~.~.~'.'~.~~~'.-.~_-~~~~~~-^_~~~-_.^~~_~.~~~_~~.$160 Construction_-_�-"---. Labor Compliance Officer $138 -----._.~....--~...^.~--~.~..-..~~~.-.-_~~~_--_~._-_.^^_-__~.---.-. �1�� Scheduler/Estimator ------^.._..-._.~.~.~...-~^..~~---~..---.-..~..-.-._.~.^.._-~~_-_-~`^....-._.._ -- ~.�1�� Surveyor-----_-~~_-_~~~-.-.~~_--~~~-.~_~~--~'~.~_'_~~~----^~.__~ -------.. ���� DronePilot ----------.-~..~~.-._..~~~-..-.-~.^_.-~_^~..,-._~~._--_~~~._-_.^~~.~~~~_-.'-~. _. ���� SVVPPP/Em�nunmento Speo�Uot_~_..-.---...-.-....^.-~_~...-_-.~.._~--.~_.~.~.-~.-.^-_~....~.~~-_^~^ _ ���� LandscapeArchbe�......--_~...~-__~...~..~~~...---~...~.--_-.~.~-..~^...~~_.-.-..~~.--_^_~----............. f� Senior �Stnu�undEngnear.....-._~..~-...~.~....^--_~~.~.-.-.~~.._-_.~.~-_..�/ '''�^~~v ---"- ---"'- Pub|icRelaU-~_.. onm/Commun�yOutn*ac�~_.-_..,. .~.._............ ~~~~--.~~..._-_.~.~.~__.~-.._.~_-_ $135 Overtime rates are billed atY.5x the regular rate and double time rates are 2x the regular rates. Rates shall be increased by 3% per annum,. Z&K Consultants commits that all assigned ��n�����d����d��p��� approval. Key /v�/bmamm0a�ebnthe extent proposed for the duration wfthe contract. Our proposed and fully committed team is fully capable and exceptionally qualified. | will nen/m as the contact person for the full duration on the contract and | am authorized to bind the firm to the terms of the prmpoma|Bysigning below, |mMaotthat aUinformation oubmidadiotrue and accurate. This proposal ohaUremain valid fora period of - not |mao than 90 days from the date of submittal. The payment terms shall be net thirty (30) days. We are excited about this opportunity to serve the City and are committed to the successful completion the CUty,m important projects. Sincerely, Cr Crystal nuire, PE I President, Z&K Consultants Inc. 17.30Van Buren Blvd. | Suite 1221Riverside, CA025O4 951.310.74701mfrmino@zendkoonou|tontm.omm U����� ��n^����^��u~m��m~vn~n BUILDING SOLUTIONS Agreement No. 7005