Loading...
HomeMy WebLinkAboutCO 2025-059 - Z&K Consultants, Inc____________ Vendor Initials PSA with Professional Liability Insurance (non-design) Page 1 Last Revised: 10/02/13 AGREEMENT FOR PROFESSIONAL SERVICES THIS AGREEMENT is made and entered into this 6th day of May, 2025, by and between the City of Rancho Cucamonga, a municipal corporation (“City”) and Z&K Consultants, Inc., a California Corporation (“Consultant”). RECITALS A.City has heretofore issued its request for proposals to perform the following professional services: Construction Management and Inspection Services for the Heritage Park Bridge Replacement Project (“the Project”). B.Consultant has submitted a proposal to perform the professional services described in Recital “A”, above, necessary to complete the Project. C.City desires to engage Consultant to complete the Project in the manner set forth and more fully described herein. D.Consultant represents that it is fully qualified and licensed under the laws of the State of California to perform the services contemplated by this Agreement in a good and professional manner. AGREEMENT NOW, THEREFORE, in consideration of performance by the parties of the mutual promises, covenants, and conditions herein contained, the parties hereto agree as follows: 1.Consultant’s Services. 1.1 Scope and Level of Services. Subject to the terms and conditions set forth in this Agreement, City hereby engages Consultant to perform all technical and professional services described in Recitals “A” and “B” above, including, but not limited to construction management and inspection services for the Heritage Park Bridge Replacement Project, all as more fully set forth in the Consultant’s proposal, dated April 24, 2025 and entitled “Scope of Work”, attached hereto as Exhibit “A”, and incorporated by reference herein. The nature, scope, and level of the services required to be performed by Consultant are set forth in the Scope of Work and are referred to herein as “the Services.” In the event of any inconsistencies between the Scope of Work and this Agreement, the terms and provisions of this Agreement shall control. 1.2 Revisions to Scope of Work. Upon request of the City, the Consultant will promptly meet with City staff to discuss any revisions to the Project desired by the City. Consultant agrees that the Scope of Work may be amended based City of Rancho Cucamonga CONTRACT NUMBER 2025-059 Docusign Envelope ID: D97D13DA-71B6-4FDD-A86B-B8F4C70E44BD ____________ Vendor Initials PSA with Professional Liability Insurance (non-design) Page 2 Last Revised: 10/02/13 upon said meetings, and, by amendment to this Agreement, the parties may agree on a revision or revisions to Consultant’s compensation based thereon. A revision pursuant to this Section that does not increase the total cost payable to Consultant by more than ten percent (10%) of the total compensation specified in Section 3, may be approved in writing by City’s City Engineer without amendment. 1.3 Time for Performance. Consultant shall perform all services under this Agreement in a timely, regular basis consistent with industry standards for professional skill and care, and in accordance with any schedule of performance set forth in the Scope of Work. 1.4 Standard of Care. As a material inducement to City to enter into this Agreement, Consultant hereby represents that it has the experience necessary to undertake the services to be provided. In light of such status and experience, Consultant hereby covenants that it shall follow the customary professional standards in performing the Services. 1.5 Familiarity with Services. By executing this Agreement, Consultant represents that, to the extent required by the standard of practice, Consultant (a) has investigated and considered the scope of services to be performed, (b) has carefully considered how the services should be performed, and (c) understands the facilities, difficulties and restrictions attending performance of the services under this Agreement. Consultant represents that Consultant, to the extent required by the standard of practice, has investigated any areas of work, as applicable, and is reasonably acquainted with the conditions therein. Should Consultant discover any latent or unknown conditions, which will materially affect the performance of services, Consultant shall immediately inform City of such fact and shall not proceed except at Consultant’s risk until written instructions are received from the City Representative. 2.Term of Agreement. The term of this Agreement shall be one (1) year(s) and shall become effective as of the date of the mutual execution by way of both parties signature (the “Effective Date”). No work shall be conducted; service or goods will not be provided until this Agreement has been executed and requirements have been fulfilled. Parties to this Agreement shall have the option to renew in one (1) year(s) increments to a total of three (3) years, unless sooner terminated as provided in Section 14 herein. Options to renew are contingent upon the City Manager’s approval, subject to pricing review, and in accordance to all Terms and Conditions stated herein unless otherwise provided in writing by the City. 3. Compensation. 3.1 Compensation. City shall compensate Consultant as set forth in Exhibit A, provided, however, that full, total and complete amount payable to Consultant Docusign Envelope ID: D97D13DA-71B6-4FDD-A86B-B8F4C70E44BD ____________ Vendor Initials PSA with Professional Liability Insurance (non-design) Page 3 Last Revised: 10/02/13 shall not exceed $409,400 (four hundred nine thousand four hundred dollars), including all out of pocket expenses, unless additional compensation is approved by the City Engineer, City Manager or City Council. The Consultant's fee schedule is provided in Exhibit B. City shall not withhold any federal, state or other taxes, or other deductions. However, City shall withhold not more than ten percent (10%) of any invoice amount pending receipt of any deliverables reflected in such invoice. Under no circumstance shall Consultant be entitled to compensation for services not yet satisfactorily performed. The parties further agree that compensation may be adjusted in accordance with Section 1.2 to reflect subsequent changes to the Scope of Services. City shall compensate Consultant for any authorized extra services as set forth in Exhibit A. 4. Method of Payment.4.1 Invoices. Consultant shall submit to City monthly invoices for the Services performed pursuant to this Agreement. The invoices shall describe in detail the Services rendered during the period and shall separately describe any authorized extra services. Any invoice claiming compensation for extra services shall include appropriate documentation of prior authorization of such services. All invoices shall be remitted to the City of Rancho Cucamonga, California. 4.2 City shall review such invoices and notify Consultant in writing within ten (10) business days of any disputed amounts. 4.3 City shall pay all undisputed portions of the invoice within thirty (30) calendar days after receipt of the invoice up to the not-to-exceed amounts set forth in Section 3. 4.4 All records, invoices, time cards, cost control sheets and other records maintained by Consultant relating to services hereunder shall be available for review and audit by the City. 5.Representatives. 5.1 City Representative. For the purposes of this Agreement, the contract administrator and City’s representative shall be Krystal Lai, Associate Engineer, or such other person as designated in writing by the City (“City Representative”). It shall be Consultant’s responsibility to assure that the City Representative is kept informed of the progress of the performance of the services, and Consultant shall refer any decisions that must be made by City to the City Representative. Unless otherwise specified herein, any approval of City required hereunder shall mean the approval of the City Representative. 5.2 Consultant Representative. For the purposes of this Agreement, Crystal Fraire is hereby designated as the principal and representative of Consultant authorized to act in its behalf with respect to the services specified herein and make all Docusign Envelope ID: D97D13DA-71B6-4FDD-A86B-B8F4C70E44BD ____________ Vendor Initials PSA with Professional Liability Insurance (non-design) Page 4 Last Revised: 10/02/13 decisions in connection therewith (“Consultant’s Representative”). It is expressly understood that the experience, knowledge, capability and reputation of the Consultant’s Representative were a substantial inducement for City to enter into this Agreement. Therefore, the Consultant’s Representative shall be responsible during the term of this Agreement for directing all activities of Consultant and devoting sufficient time to personally supervise the services hereunder. Consultant may not change the Responsible Principal without the prior written approval of City. 6. Consultant’s Personnel. 6.1 All Services shall be performed by Consultant or under Consultant’s direct supervision, and all personnel shall possess the qualifications, permits, and licenses required by State and local law to perform such Services, including, without limitation, a City business license as required by the City’s Municipal Code. 6.2 Consultant shall be solely responsible for the satisfactory work performance of all personnel engaged in performing the Services and compliance with the standard of care set forth in Section 1.4. 6.3 Consultant shall be responsible for payment of all employees’ and subcontractors’ wages and benefits, and shall comply with all requirements pertaining to employer’s liability, workers’ compensation, unemployment insurance, and Social Security. By its execution of this Agreement, Consultant certifies that it is aware of the provisions of Section 3700 of the California Labor Code that require every employer to be insured against liability for Worker's 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. 6.4 Consultant shall indemnify, defend and hold harmless City and its elected officials, officers and employees, servants, designated volunteers, and agents serving as independent contractors in the role of City officials, from any and all liability, damages, claims, costs and expenses of any nature to the extent arising from Consultant’s violations of personnel practices and/or any violation of the California Labor Code. City shall have the right to offset against the amount of any fees due to Consultant under this Agreement any amount due to City from Consultant as a result of Consultant’s failure to promptly pay to City any reimbursement or indemnification arising under this Section 6. 7. Ownership of Work Product. 7.1 Ownership. All documents, ideas, concepts, electronic files, drawings, photographs and any and all other writings, including drafts thereof, prepared, created or provided by Consultant in the course of performing the Services, including any and all intellectual and proprietary rights arising from the creation of the same (collectively, “Work Product”), are considered to be “works made for hire” for the benefit of the City. Upon payment being made, and provided Consultant is not in breach of this Agreement, all Work Product shall be and remain the property of City without Docusign Envelope ID: D97D13DA-71B6-4FDD-A86B-B8F4C70E44BD ____________ Vendor Initials PSA with Professional Liability Insurance (non-design) Page 5 Last Revised: 10/02/13 restriction or limitation upon its use or dissemination by City. Basic survey notes, sketches, charts, computations and similar data prepared or obtained by Consultant under this Agreement shall, upon request, be made available to City. None of the Work Product shall be the subject of any common law or statutory copyright or copyright application by Consultant. In the event of the return of any of the Work Product to Consultant or its representative, Consultant shall be responsible for its safe return to City. Under no circumstances shall Consultant fail to deliver any draft or final designs, plans, drawings, reports or specifications to City upon written demand by City for their delivery, notwithstanding any disputes between Consultant and City concerning payment, performance of the contract, or otherwise. This covenant shall survive the termination of this Agreement. City’s reuse of the Work Product for any purpose other than the Project, shall be at City’s sole risk. 7.2. Assignment of Intellectual Property Interests: Upon execution of this Agreement and to the extent not otherwise conveyed to City by Section 7.1, above, the Consultant shall be deemed to grant and assign to City, and shall require all of its subcontractors to assign to City, all ownership rights, and all common law and statutory copyrights, trademarks, and other intellectual and proprietary property rights relating to the Work Product and the Project itself, and Consultant shall disclaim and retain no rights whatsoever as to any of the Work Product, to the maximum extent permitted by law. City shall be entitled to utilize the Work Product for any and all purposes, including but not limited to constructing, using, maintaining, altering, adding to, restoring, rebuilding and publicizing the Project or any aspect of the Project. 7.3 Title to Intellectual Property. Consultant warrants and represents that it has secured all necessary licenses, consents or approvals to use any instrumentality, thing or component as to which any intellectual property right exists, including computer software, used in the rendering of the Services and the production of the Work Product and/or materials produced under this Agreement, and that City has full legal title to and the right to reproduce any of the Work Product. Consultant shall defend, indemnify and hold City, and its elected officials, officers, employees, servants, attorneys, designated volunteers, and agents serving as independent contractors in the role of City officials, harmless from any loss, claim or liability in any way related to a claim that City’s use is violating federal, state or local laws, or any contractual provisions, relating to trade names, licenses, franchises, patents or other means of protecting intellectual property rights and/or interests in products or inventions. Consultant shall bear all costs arising from the use of patented, copyrighted, trade secret or trademarked documents, materials, software, equipment, devices or processes used or incorporated in the Services and materials produced under this Agreement. In the event City’s use of any of the Work Product is held to constitute an infringement and any use thereof is enjoined, Consultant, at its expense, shall: (a) secure for City the right to continue using the Work Product by suspension of any injunction or by procuring a license or licenses for City; or (b) modify the Work Product so that it becomes non- infringing. This covenant shall survive the termination of this Agreement. Docusign Envelope ID: D97D13DA-71B6-4FDD-A86B-B8F4C70E44BD ____________ Vendor Initials PSA with Professional Liability Insurance (non-design) Page 6 Last Revised: 10/02/13 8. Status as Independent Contractor. Consultant is, and shall at all times remain as to City, a wholly independent contractor. Consultant shall have no power to incur any debt, obligation, or liability on behalf of City or otherwise act as an agent of City. Neither City nor any of its agents shall have control over the conduct of Consultant or any of Consultant’s employees, except as set forth in this Agreement. Consultant shall not, at any time, or in any manner, represent that it or any of its officers, agents or employees are in any manner employees of City. Consultant shall pay all required taxes on amounts paid to Consultant under this Agreement, and to defend, indemnify and hold City harmless from any and all taxes, assessments, penalties, and interest asserted against City by reason of the independent contractor relationship created by this Agreement. Consultant shall fully comply with the workers’ compensation law regarding Consultant and Consultant’s employees. 9. Confidentiality. Consultant may have access to financial, accounting, statistical, and personnel data of individuals and City employees. Consultant covenants that all data, documents, discussion, or other information developed or received by Consultant or provided for performance of this Agreement are confidential and shall not be disclosed by Consultant without prior written authorization by City. City shall grant such authorization if applicable law requires disclosure. All City data shall be returned to City upon the termination of this Agreement. Consultant’s covenant under this Section shall survive the termination of this Agreement. This provision shall not apply to information in whatever form that is in the public domain, nor shall it restrict the Consultant from giving notices required by law or complying with an order to provide information or data when such an order is issued by a court, administrative agency or other legitimate authority, or if disclosure is otherwise permitted by law and reasonably necessary for the Consultant to defend itself from any legal action or claim. 10. Conflict of Interest. 10.1 Consultant covenants that it presently has no interest and shall not acquire any interest, direct or indirect, which may be affected by the Services, or which would conflict in any manner with the performance of the Services. Consultant further covenants that, in performance of this Agreement, no person having any such interest shall be employed by it. Furthermore, Consultant shall avoid the appearance of having any interest, which would conflict in any manner with the performance of the Services. Consultant shall not accept any employment or representation during the term of this Agreement which is or may likely make Consultant “financially interested” (as provided in California Government Code §§1090 and 87100) in any decision made by City on any matter in connection with which Consultant has been retained. 10.2 Consultant further represents that it has not employed or retained any person or entity, other than a bona fide employee working exclusively for Consultant, to solicit or obtain this Agreement. Consultant has not paid or agreed to pay any person or entity, other than a bona fide employee working exclusively for Consultant, any fee, commission, gift, percentage, or any other consideration contingent upon the execution of Docusign Envelope ID: D97D13DA-71B6-4FDD-A86B-B8F4C70E44BD ____________ Vendor Initials PSA with Professional Liability Insurance (non-design) Page 7 Last Revised: 10/02/13 this Agreement. Upon any breach or violation of this warranty, City shall have the right, at its sole and absolute discretion, to terminate this Agreement without further liability, or to deduct from any sums payable to Consultant hereunder the full amount or value of any such fee, commission, percentage or gift. 10.3 Consultant has no knowledge that any officer or employee of City has any interest, whether contractual, noncontractual, financial, proprietary, or otherwise, in this transaction or in the business of Consultant, and that if any such interest comes to the knowledge of Consultant at any time during the term of this Agreement, Consultant shall immediately make a complete, written disclosure of such interest to City, even if such interest would not be deemed a prohibited “conflict of interest” under applicable laws as described in subsection 10.1. 11. Indemnification. 11.1 Professional Services. In the connection with its professional services, the Consultant shall defend, indemnify, and hold the City, and its elected officials, officers, employees, servants, volunteers, and agents serving as independent contractors in the role of City officials, (collectively, “Indemnitees”), free and harmless with respect to any and all damages, liabilities, losses, reasonable defense costs or expenses (collectively, “Claims”), including but not limited to liability for death or injury to any person and injury to any property, to the extent the same arise out of, pertain to, or relate to the negligence, recklessness, or willful misconduct of the Consultant or any of its officers, employees, subcontractors, consultants, or agents in the performance of its professional services under this Agreement. Consultant shall pay all reasonable defense costs and expenses, including actual attorney’s fees and experts’ costs incurred in connection with such defense. 11.2 Other Indemnities. In connection with all Claims not covered by Section 11.1, and to the maximum extent permitted by law, the Consultant shall defend, hold harmless and indemnify the Indemnitees with respect to any and all Claims including but not limited to Claims relating to death or injury to any person and injury to any property, which arise out of, pertain to, or relate to the acts, omissions, activities or operations of Consultant or any of its officers, employees, subcontractors, subconsultants, or agents in the performance of this Agreement. Consultant shall defend Indemnitees in any action or actions filed in connection with any such Claims with counsel of City’s choice, and shall pay all costs and expenses, including actual attorney’s fees and experts’ costs incurred in connection with such defense. The indemnification obligation herein shall not in any way be limited by the insurance obligations contained in this Agreement provided, however, that the Contractor shall have no obligation to indemnify for Claims arising out of the sole negligence or willful misconduct of any of the Indemnitees. 11.3 Nonwaiver of Rights. Indemnitees do not, and shall not, waive any rights that they may possess against Consultant because of the acceptance by City, or the Docusign Envelope ID: D97D13DA-71B6-4FDD-A86B-B8F4C70E44BD ____________ Vendor Initials PSA with Professional Liability Insurance (non-design) Page 8 Last Revised: 10/02/13 deposit with City, of any insurance policy or certificate required pursuant to this Agreement. 11.4 Waiver of Right of Subrogation. Except as otherwise expressly provided in this Agreement, Consultant, on behalf of itself and all parties claiming under or through it, hereby waives all rights of subrogation against the Indemnitees, while acting within the scope of their duties, from all claims, losses and liabilities arising out of or incident to activities or operations performed by or on behalf of the Consultant. 11.5 Survival. The provisions of this Section 11 shall survive the termination of the Agreement and are in addition to any other rights or remedies which Indemnitees may have under the law. Payment is not required as a condition precedent to an Indemnitee’s right to recover under this indemnity provision, and an entry of judgment against Consultant shall be conclusive in favor of the Indemnitee’s right to recover under this indemnity provision. 12. Insurance. 12.1 Liability Insurance. Consultant shall procure and maintain in full force and effect for the duration of this Agreement, insurance against claims for injuries to persons or damages to property which may arise from or in connection with the performance of the services hereunder by Consultant, and/or its agents, representatives, employees and subcontractors. 12.2 Minimum Scope of Insurance. Unless otherwise approved by City, coverage shall be at least as broad as: (1) Insurance Services Office Commercial General Liability coverage (occurrence form CG 0001). (2) Insurance Services Office form number CA 0001 (Ed. 1/87) covering Automobile Liability, code 1 (any auto). (3) Worker’s Compensation insurance as required by the State of California, and Employer’s Liability Insurance. (4) Professional Liability insurance in a form approved by the City, having, at City’s option, an extended reporting period of not less than three (3) years; or professional liability insurance shall be maintained for a period of three (3) years after completion of the Services which shall, during the entire three (3) year period, provide protection against claims of professional negligence arising out of Consultant’s performance of the Services and otherwise complying with all applicable provisions of this Section 12. Docusign Envelope ID: D97D13DA-71B6-4FDD-A86B-B8F4C70E44BD ____________ Vendor Initials PSA with Professional Liability Insurance (non-design) Page 9 Last Revised: 10/02/13 The policy shall be endorsed to include contractual liability to the extent insurable. 12.3 Minimum Limits of Insurance. Consultant shall maintain limits no less than: (1) Commercial General Liability: $2,000,000 per occurrence for bodily injury, personal injury and property damage. Commercial General Liability Insurance with a general aggregate limit shall apply separately to this Agreement or the general limit shall be twice the required occurrence limit. (2) Automobile Liability: $2,000,000 per accident for bodily injury and property damage. (3) Employer’s Liability: $1,000,000 per accident and in the aggregate for bodily injury or disease and Workers’ Compensation Insurance in the amount required by law. (4) Professional Liability: $1,000,000 per claim/aggregate. (5) The Insurance obligations under this agreement shall be the greater of (i) the Insurance coverages and limits carried by the Contractor; or (ii) the minimum insurance requirements shown in this Agreement. Any insurance proceeds in excess of the specified limits and coverage required which are applicable to a given loss, shall be available to the City. No representation is made that the minimum insurance requirements of this Agreement are sufficient to cover the obligations of the Contractor under this Agreement. 12.4 Deductibles and Self-Insured Retentions. Any deductibles or self- insured retentions must be declared to and approved by the City and shall not reduce the limits of coverage. City reserves the right to obtain a full certified copy of any required insurance policy and endorsements. 12.5 Other Insurance Provisions. (1) The commercial general liability and automobile liability policies are to contain the following provisions on a separate additionally insured endorsement naming the City, its officers, officials, employees, designated volunteers and agents serving as independent contractors in the role of City officials as additional insureds as respects: liability arising out of activities performed by or on behalf of Docusign Envelope ID: D97D13DA-71B6-4FDD-A86B-B8F4C70E44BD ____________ Vendor Initials PSA with Professional Liability Insurance (non-design) Page 10 Last Revised: 10/02/13 Consultant; products and completed operations of Consultant; premises owned, occupied or used by Consultant; and/or automobiles owned, leased, hired or borrowed by Consultant. The coverage shall contain no limitations on the scope of protection afforded to City, its officers, officials, employees, designated volunteers or agents serving as independent contractors in the role of City officials which are not also limitations applicable to the named insured. (2) For any claims related to this Agreement, Consultant’s insurance coverage shall be primary insurance as respects City, its officers, officials, employees, designated volunteers and agents serving as independent contractors in the role of City or officials. Any insurance or self- insurance maintained by City, its officers, officials, employees, designated volunteers or agents serving as independent contractors in the role of City officials shall be excess of Consultant’s insurance and shall not contribute with it. (3) Consultant’s insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the insurer’s liability. (4) Contractor shall provide immediate written notice if (1) any of the required insurance policies is terminated; (2) the limits of any of the required polices are reduced; (3) or the deductible or self insured retention is increased. In the event of any cancellation or reduction in coverage or limits of any insurance, Contractor shall forthwith obtain and submit proof of substitute insurance. Should Contractor fail to immediately procure other insurance, as specified, to substitute for any canceled policy, the City may procure such insurance at Contractor’s sole cost and expense. (5) Each insurance policy, required by this clause shall expressly waive the insurer’s right of subrogation against City and its elected officials, officers, employees, servants, attorneys, designated volunteers, and agents serving as independent contractors in the role of City officials. (6) Each policy shall be issued by an insurance company approved in writing by City, which is admitted and licensed to do business in the State of California and which is rated Docusign Envelope ID: D97D13DA-71B6-4FDD-A86B-B8F4C70E44BD ____________ Vendor Initials PSA with Professional Liability Insurance (non-design) Page 11 Last Revised: 10/02/13 A:VII or better according to the most recent A.M. Best Co. Rating Guide. (7)Each policy shall specify that any failure to comply with reporting or other provisions of the required policy, including breaches of warranty, shall not affect the coverage required to be provided. (8)Each policy shall specify that any and all costs of adjusting and/or defending any claim against any insured, including court costs and attorneys' fees, shall be paid in addition to and shall not deplete any policy limits. (9)Contractor shall provide any and all other required insurance, endorsements, or exclusions as required by the City in any request for proposals applicable to this Agreement. 12.6 Evidence of coverage. Prior to commencing performance under this Agreement, the Consultant shall furnish the City with certificates and original endorsements, or copies of each required policy, effecting and evidencing the insurance coverage required by this Agreement including (1) Additional Insured Endorsement(s), (2)Worker’s Compensation waiver of subrogation endorsement, and (3) General liability declarations or endorsement page listing all policy endorsements. The endorsements shall be signed by a person authorized by the insurer(s) to bind coverage on its behalf. All endorsements or policies shall be received and approved by the City before Consultant commences performance. If performance of this Agreement shall extend beyond one year, Consultant shall provide City with the required policies or endorsements evidencing renewal of the required policies of insurance prior to the expiration of any required policies of insurance. 12.7 Contractor agrees to include in all contracts with all subcontractors performing work pursuant to this Agreement, the same requirements and provisions of this Agreement including the indemnity and insurance requirements to the extent they apply to the scope of any such subcontractor’s work. Contractor shall require its subcontractors to be bound to Contractor and City in the same manner and to the same extent as Contractor is bound to City pursuant to this Agreement, and to require each of its subcontractors to include these same provisions in its contract with any sub- subcontractor. 13. Cooperation. In the event any claim or action is brought against City relating to Consultant’s performance or services rendered under this Agreement, Consultant shall render any reasonable assistance and cooperation that City might require. City shall compensate Consultant for any litigation support services in an amount to be agreed upon by the parties. 14.Termination. City shall have the right to terminate this Agreement at any time for any or no reason on not less than ten (10) days prior written notice to Docusign Envelope ID: D97D13DA-71B6-4FDD-A86B-B8F4C70E44BD ____________ Vendor Initials PSA with Professional Liability Insurance (non-design) Page 12 Last Revised: 10/02/13 Consultant. In the event City exercises its right to terminate this Agreement, City shall pay Consultant for any services satisfactorily rendered prior to the effective date of the termination, provided Consultant is not then in breach of this Agreement. Consultant shall have no other claim against City by reason of such termination, including any claim for compensation. City may terminate for cause following a default remaining uncured more than five (5) business days after service of a notice to cure on the breaching party. Consultant may terminate this Agreement for cause upon giving the City ten (10) business days prior written notice for any of the following: (1) uncured breach by the City of any material term of this Agreement, including but not limited to Payment Terms; (2) material changes in the conditions under which this Agreement was entered into, coupled with the failure of the parties to reach accord on the fees and charges for any Additional Services required because of such changes. 15.Notices. Any notices, bills, invoices, or reports authorized or required by this Agreement shall be in writing and shall be deemed received on (a) the day of delivery if delivered by hand or overnight courier service during Consultant’s and City’s regular business hours; or (b) on the third business day following deposit in the United States mail, postage prepaid, to the addresses set forth in this Section, or to such other addresses as the parties may, from time to time, designate in writing pursuant to the provisions of this Section. All notices shall be addressed as follows: If to City: If to Consultant: Rancho Cucamonga Engineering Services Department Krystal Lai, Associate Engineer 10500 Civic Center Drive Rancho Cucamonga, CA 91730 Z&K Consultants, Inc. Crystal Fraire, President 17130 Van Buren Blvd, #122 Riverside, CA 92504 16.Non-Discrimination and Equal Employment Opportunity. In the performance of this Agreement, Consultant shall not discriminate against any employee, subcontractor, or applicant for employment because of race, color, creed, religion, sex, marital status, national origin, ancestry, age, physical or mental handicap, medical condition, or sexual orientation. Consultant will take affirmative action to ensure that subcontractors and applicants are employed, and that employees are treated during employment, without regard to their race, color, creed, religion, sex, marital status, national origin, ancestry, age, physical or mental handicap, medical condition, or sexual orientation. Docusign Envelope ID: D97D13DA-71B6-4FDD-A86B-B8F4C70E44BD ____________ Vendor Initials PSA with Professional Liability Insurance (non-design) Page 13 Last Revised: 10/02/13 17. Assignment and Subcontracting. Consultant shall not assign or transfer any interest in this Agreement or subcontract the performance of any of Consultant’s obligations hereunder without City’s prior written consent. Except as provided herein, any attempt by Consultant to so assign, transfer, or subcontract any rights, duties, or obligations arising hereunder shall be null, void and of no effect. 18 Compliance with Laws. Consultant shall comply with all applicable federal, state and local laws, ordinances, codes and regulations in force at the time Consultant performs the Services. 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. The applicable prevailing wage rate determinations can be found at http://www.dir.ca.gov/dlsr/DPreWageDetermination.htm 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. 19. Non-Waiver of Terms, Rights and Remedies. Waiver by either party of any one or more of the conditions of performance under this Agreement shall not be a waiver of any other condition of performance under this Agreement. In no event shall the making by City of any payment to Consultant constitute or be construed as a waiver by City of any breach of covenant, or any default which may then exist on the part of Consultant, and the making of any such payment by City shall in no way impair or prejudice any right or remedy available to City with regard to such breach or default. 20. Attorney’s Fees. In the event that either party to this Agreement shall commence any legal action or proceeding to enforce or interpret the provisions of this Agreement, the prevailing party in such action or proceeding shall be entitled to recover its costs of suit, including reasonable attorney’s fees and costs of experts. 21. Exhibits; Precedence. All documents referenced as exhibits in this Agreement are hereby incorporated in this Agreement. In the event of any material discrepancy between the express provisions of this Agreement and the provisions of any document incorporated herein by reference, the provisions of this Agreement shall prevail. Docusign Envelope ID: D97D13DA-71B6-4FDD-A86B-B8F4C70E44BD ____________ Vendor Initials PSA with Professional Liability Insurance (non-design) Page 14 Last Revised: 10/02/13 22.Applicable Law and Venue. The validity, interpretation, and performance of this Agreement shall be controlled by and construed under the laws of the State of California. Venue for any action relating to this Agreement shall be in the San Bernardino County Superior Court. 23.Construction. In the event of any asserted ambiguity in, or dispute regarding the interpretation of any matter herein, the interpretation of this Agreement shall not be resolved by any rules of interpretation providing for interpretation against the party who causes the uncertainty to exist or against the party who drafted the Agreement or who drafted that portion of the Agreement. 24.Entire Agreement. This Agreement consists of this document, and any other documents, attachments and/or exhibits referenced herein and attached hereto, each of which is incorporated herein by such reference, and the same represents the entire and integrated agreement between Consultant and City. This Agreement supersedes all prior oral or written negotiations, representations or agreements. This Agreement may not be amended, nor any provision or breach hereof waived, except in a writing signed by the parties which expressly refers to this Agreement. IN WITNESS WHEREOF, the parties, through their respective authorized representatives, have executed this Agreement as of the date first written above. Consultant Name: Z&K Consultants, Inc. By: ______________________________ Name Date ______________________________ Title City of Rancho Cucamonga By:________________________________ Name Date _________________________________ Title By: ______________________________ Name Date ______________________________ Title (two signatures required if corporation) L. Dennis Michael, MayorCrystal Fraire, President Jamine Pate, Secretary Docusign Envelope ID: D97D13DA-71B6-4FDD-A86B-B8F4C70E44BD 5/9/2025 | 9:41 AM PDT 5/9/2025 | 9:42 AM PDT 5/13/2025 | 11:44 AM PDT ____________ Vendor Initials PSA with Professional Liability Insurance (non-design) Last Revised: 10/02/13 EXHIBIT A SCOPE OF SERVICES Docusign Envelope ID: D97D13DA-71B6-4FDD-A86B-B8F4C70E44BD SCOPE OF WORK Z&K Consultants, Inc. is proud to present a detailed and comprehensive scope of work that outlines the construction management and inspection services to be provided under this on-call contract. Our approach is tailored to address the City of Rancho Cucamonga’s specific requirements, emphasizing quality, safety, and compliance. Each service area is designed to ensure seamless project execution, clear communication among stakeholders, and adherence to project timelines and budgets. Below is a detailed breakdown of the services Z&K will provide. PROJECT MANAGEMENT AND ADMINISTRATION Establish and maintain effective project management and communication throughout the project. Coordinate all work efforts between the Contractor, the City, any subconsultants and other parties such as, but not limited to, the SBCFCD. | Our team will establish and maintain comprehensive project management and communication protocols to ensure the smooth execution of the Heritage Park Bridge Replacement Project. This includes serving as the primary liaison between all stakeholders, facilitating clear communication channels with the City of Rancho Cucamonga, the contractor, and subconsultants. Z&K Consultants will also coordinate with external agencies such as the San Bernardino County Flood Control District (SBCFCD) to ensure all regulatory requirements are met. By proactively managing coordination efforts, our team will mitigate risks, streamline communication, and ensure timely resolution of project issues. We will implement a structured communication framework to ensure that all project updates, concerns, and decisions are communicated efficiently. Our communication plan will include regular updates to stakeholders, clear documentation of discussions, and proactive engagement with involved agencies to ensure project requirements are met effectively. This will prevent miscommunication and allow for prompt issue resolution. Schedule and facilitate the pre-construction meeting and weekly project progress meetings. Consultant will be responsible for providing meeting agendas, recording and distributing meeting minutes within three working days as well as tracking completion of action items. | Z&K Consultants will organize and facilitate a comprehensive pre- construction meeting to establish clear roles, project objectives, and communication protocols. This meeting will serve as the foundation for aligning the entire project team and clarifying expectations. Our team will outline project goals, roles and responsibilities, key milestones, and communication methods to ensure everyone is prepared for construction activities. Throughout construction, Z&K Consultants will conduct weekly progress meetings to track ongoing work, discuss challenges, and strategize upcoming tasks. Detailed agendas will be prepared before each meeting to ensure clear and efficient discussions. Within three working days, we will distribute meeting minutes summarizing key decisions, timelines, and assigned action items. Z&K Consultants will actively follow up on these items to ensure timely completion and accountability among all stakeholders. Prepare monthly progress reports including status of construction activities, potential areas of concern, key activities for the upcoming month, overview of submittals, RFIs and change order status, and construction management budget status. | Our team will prepare detailed monthly progress reports to provide City staff with a clear overview of project progress. These reports will outline completed activities, highlight potential areas of concern, and forecast key activities planned for the following month. Each report will also include a summary of pending and approved submittals, RFIs, and change orders, ensuring all critical elements are tracked effectively. Additionally, each report will contain a budget summary, detailing construction management costs and identifying any potential budgetary concerns. By providing comprehensive and transparent updates, Z&K Consultants will ensure City staff have the necessary information to make informed decisions. Prepare and distribute the Weekly Statement of Working Days Reports. | Z&K Consultants will prepare and submit Weekly Statement of Working Days Reports to track the project's working days against the approved contract schedule. These reports will document the number of working days utilized, remaining days, and any project delays. If delays or schedule deviations occur, we will collaborate closely with the contractor to implement corrective measures and maintain project progress. Maintain and organize complete project files. | Our team will maintain an organized system for storing and managing all project documentation. This includes detailed records of contracts, RFIs, submittals, inspection reports, change orders, and meeting minutes. Each file will be categorized, labeled, and securely stored to allow for easy access by City staff. Z&K Consultants will implement digital record-keeping practices using Virtual Project Manager (VPM) or alternative software to ensure secure backup and streamlined retrieval of project documents. Docusign Envelope ID: D97D13DA-71B6-4FDD-A86B-B8F4C70E44BD Monitor certified payroll reports and ensure correct wage rates are being used and the certified payrolls are submitted to the DIR. The Consultant will be responsible for identifying, monitoring, and managing resolution of labor compliance matters. | Labor compliance monitoring has been removed from Z&K’s scope and is assumed to be performed by the City. Review the baseline project schedule. Identify with the contractor any current or potential delays to the completion schedule, inconsistencies or issues with the schedule logic and sequencing, and require appropriate contractor corrective action, including submittal or recovery schedules, where appropriate or advisable. | Upon receipt of the contractor’s baseline schedule, Z&K Consultants will conduct a comprehensive review to ensure alignment with project goals and contract timelines. Our team will analyze the schedule for sequencing issues, logic flaws, or potential delays that could impact the project's critical path. If discrepancies or concerns are identified, we will collaborate with the contractor to implement corrective actions, including revised sequencing plans or recovery schedules. This proactive approach will ensure the project stays on track and mitigate risks of schedule slippage. Review of the Contractor’s monthly schedule updates to ensure actual work progress is properly accounted for, including any approved Change Orders. | Our team will thoroughly review the contractor’s monthly schedule updates to confirm that reported progress aligns with on-site observations and work completed. Z&K Consultants will evaluate schedule adjustments for accuracy, ensuring all Change Orders are incorporated into updated timelines. By identifying discrepancies early, we will help prevent delays and maintain accurate forecasting for project milestones. Review, analyze and make recommendations to City staff on contractor time extensions/requests. | Z&K Consultants will conduct a thorough review of all contractor time extension requests, analyzing the justification and potential impact on the project timeline. Our team will evaluate supporting documentation, verify the causes of delays, and assess whether additional time is warranted. Recommendations for approval, modification, or denial will be provided to City staff to ensure requests are justified, well-documented, and aligned with project objectives. Receive and review the Contractor’s monthly progress payment requests, including quantify calculations. Review the progress of construction, observe work in place and stored materials, and evaluate the percentage complete of each activity shown on the Contractor’s construction schedule. Make recommendations to City staff on progress payments. | Z&K Consultants will review all monthly progress payment requests to ensure payment values align with verified on-site progress. Our team will evaluate the percentage of work completed, verify quantities reported, and inspect materials stored on-site. Any discrepancies will be addressed before preparing a comprehensive payment recommendation for City staff. This rigorous review process will ensure payments are accurate, justified, and aligned with actual progress. Coordinate the receipt and storage of contractor- installed materials and equipment. Note: Contractor will be responsible for secure storage of materials and equipment. | While the contractor will maintain responsibility for securing materials, Z&K Consultants will coordinate the receipt, inspection, and tracking of delivered materials. Our team will confirm that materials meet project specifications and ensure appropriate storage procedures are followed to protect materials from damage or theft. Detailed records of material deliveries will be maintained to support inventory control and ensure readiness for installation. Prepare a list of expected submittals for review, including technical and non-technical submittals. | To streamline the submittal review process, Z&K will prepare a comprehensive list of expected submittals based on project specifications. This proactive approach will help track required documentation and ensure timely reviews to avoid project delays. Receive, log, review, and track all submittals and shop drawings per the contract documents. Reviews to be completed within one week of receipt. | Our team will implement a structured process for receiving, logging, and tracking all submittals and shop drawings. Reviews will be conducted within one week of receipt to ensure rapid responses and minimize schedule impacts. Each review will assess compliance with contract specifications and project requirements. Respond, log and process all Requests for Information (RFIs) and Request for Clarifications (RFCs). Review contract documents and provide direction to the Contractor on technical and non-technical issues. For issues addressing the design intent, Consultant shall consult and coordinate an appropriate response with the City Engineer. | Z&K Consultants will manage all RFIs and RFCs, maintaining a detailed log to track submissions and responses. We will provide timely responses to technical and non-technical inquiries to maintain project flow. For design intent issues, we will collaborate closely with the City Engineer to ensure responses align with project objectives. Evaluate all contractor Change Order proposals for time and price and make recommendations to City Staff. Provide an independent opinion for cost of changes. Assist City Staff in the negotiation of Change Order cost and time extensions, and requirements for documenting Change Orders, and document packaging pertaining to Change Orders. Change orders performed on a time and materials basis shall be verified daily by the CM. | Z&K Consultants will thoroughly evaluate all contractor Change Order proposals, assessing both cost and time implications. Our team will review supporting documentation, perform independent cost analyses, and assess potential impacts on the project schedule. Each Change Order will be carefully analyzed for justification, pricing accuracy, and alignment with project objectives. We will provide City staff with comprehensive recommendations regarding approval, modification, or denial of each proposal. Docusign Envelope ID: D97D13DA-71B6-4FDD-A86B-B8F4C70E44BD For Change Orders performed on a time and materials (T&M) basis, Z&K Consultants will verify the contractor's daily labor, equipment, and materials usage to confirm accuracy and avoid discrepancies. We will proactively engage in negotiations with the contractor to ensure that approved Change Orders are cost-effective, properly documented, and implemented without compromising project progress. Z&K will maintain clear and thorough documentation of all Change Order activities to support audit requirements and ensure full accountability. Our team will evaluate all Change Order proposals by conducting independent cost assessments and reviewing potential impacts on the project schedule. We will assist City staff in negotiations to ensure that Change Orders are fair, justified, and cost-effective. All Change Orders will be carefully documented to maintain accountability. Monitoring and enforcing the site for adherence to the project plans, specifications, environmental compliance (including storm water pollution prevention controls), permits and safety procedures continuously throughout construction. | Our inspection team will perform daily site visits to monitor construction activities, ensuring adherence to project plans, environmental compliance requirements, and safety standards. We will provide ongoing reports to City staff, ensuring all potential compliance issues are promptly addressed. Consultant must use a Construction Management Software to develop and track submittals, requests, payments, etc. The City has a license to Virtual Project Manager (VPM) that can be made available for the Consultant to use at no cost. If the Consultant elects to use another software, the proposal must outline which software is being proposed and City staff must have access to this software. If there is an added cost for this software, it must be included in the Consultants proposed fee schedule under section 5.0. | Z&K Consultants will utilize the City's licensed Virtual Project Manager (VPM) software to manage and track project activities efficiently. This platform will allow for streamlined submission of RFIs, progress payments, change orders, and project correspondence. If an alternative software is proposed, we will ensure the City has full access to the platform and provide a comprehensive cost breakdown within our fee schedule. Our use of VPM or equivalent software will ensure all project data is documented, stored securely, and easily accessible for the City to review and manage project activities in real time. INSPECTION AND MATERIALS TESTING Provide full-time, qualified inspectors for all improvements for the duration of the contract. The inspectors’ qualifications and experience shall be submitted to the City for acceptance prior to inspection. Any changes of inspection staff need to be approved by the City in advance. | Z&K will provide full-time inspection coverage through a coordinated schedule between the Senior Construction Inspector and the Assistant Structures Representative/Senior Structures Inspector. Only one inspector will be on-site at any given time, with no overlap, to ensure cost-efficiency while maintaining service quality. Our inspector will be selected based on their extensive experience in public works, bridge improvements, and infrastructure projects. The inspector will possess the necessary certifications and qualifications to meet the City's requirements, and their credentials will be submitted to the City for review and approval prior to deployment. Our inspector will maintain an ongoing presence at the project site to ensure work is conducted in accordance with contract documents and industry standards. They will actively engage with the contractor's team, monitoring daily activities, ensuring compliance with project specifications, and identifying any potential issues requiring correction. Should the need arise to replace or change the inspector during the project, Z&K Consultants will promptly submit the new inspector's qualifications to the City for review and approval, ensuring seamless continuity of inspection services. A structural inspector is required for any structural work. They must be a registered structural engineer in the State of California or have certifications issued by ICC, ACI or equivalent. | For structural elements of the project, Z&K Consultants will provide a qualified structural inspector who meets the City’s requirements. Our assigned structural inspector will be a licensed professional with extensive experience in structural construction oversight. The assigned structural inspector will conduct thorough inspections of all structural components, including foundation elements, reinforced concrete, and structural steel. Our team will ensure all materials, processes, and installations adhere strictly to approved project plans, specifications, and industry best practices. Monitoring and enforcing contract required traffic control and environmental compliance. | Ensuring proper traffic control and environmental compliance is a priority for Z&K Consultants. Our inspectors will conduct continuous monitoring of the project site to verify that contractually required traffic control measures are implemented correctly. This includes reviewing traffic control plans, inspecting signage, barricades, and detours, and confirming that pedestrian and vehicular safety are maintained at all times. In addition to traffic control oversight, our inspectors will monitor environmental compliance requirements, including adherence to stormwater pollution prevention plans (SWPPP), dust control measures, and other environmental regulations. Our team will collaborate with the contractor to promptly address deficiencies to minimize environmental risks and ensure compliance with local, state, and federal regulations. Provide documentation of construction activities, duration of activities, labor resources, and equipment allocation. | Z&K Consultants will provide comprehensive documentation of all construction activities to ensure detailed project records are maintained. Our inspectors will track and document daily activities, including the start and completion times for each major task, the number of laborers on-site, and the types of equipment utilized throughout the day. By maintaining these records, we will provide the City with an accurate and organized account of project progress and resource utilization. Docusign Envelope ID: D97D13DA-71B6-4FDD-A86B-B8F4C70E44BD Our inspectors will also ensure that any deviations from the planned construction sequence, unexpected delays, or unforeseen site conditions are recorded and communicated to the City promptly. This transparent documentation approach will support effective project management and facilitate timely decision-making. Provide daily construction activity reports, labor resources, on-site equipment, and work conditions including photographic records of the project during construction. | Z&K Consultants will prepare and submit detailed daily inspection reports that comprehensively document construction progress. These reports will include a clear description of all construction activities performed each day, providing an overview of the tasks completed, their duration, and any key milestones achieved. Our reports will also identify all labor resources present on-site, specifying crew sizes, trades, and assigned roles to provide a clear understanding of workforce deployment. In addition to labor documentation, we will include a detailed record of on-site equipment, noting the types of machinery in use, their operational status, and any idle periods. Each report will also include a summary of weather conditions and other environmental factors that could potentially affect construction progress. To further enhance documentation, Z&K Consultants will include photographic records capturing significant construction milestones, site conditions, and critical installations. These photographs will provide a visual reference that complements the written report, ensuring City staff has comprehensive and transparent documentation of daily activities. Our reports will be submitted to the City at the end of each workday to ensure that all project stakeholders remain informed and aware of project status, ongoing activities, and any emerging issues requiring attention. Perform Materials Testing per project specifications including but not limited to placement of all steel reinforcement, placement of all structural concrete, all field welding, and all other required compaction and geotechnical testing. | Z&K Consultants will coordinate and oversee all required materials testing in accordance with project specifications. Our inspector will be present during all critical construction activities to ensure proper oversight and quality assurance. During the placement of steel reinforcement, the inspector will confirm correct bar spacing, alignment, and concrete cover to meet structural requirements. For all structural concrete placements, the inspector will verify the proper mix design, curing procedures, and finish quality to ensure durability and performance. Additionally, our inspector will monitor field welding operations, ensuring weld quality, joint preparation, and welder certifications comply with project specifications. The inspector will also oversee compaction efforts to confirm compliance with geotechnical standards for soil stability and load-bearing capacity. Throughout these activities, our inspector will coordinate closely with the contractor’s team and testing agencies to ensure all testing is performed to specification and that test results are documented promptly. Any identified deficiencies will be addressed immediately to maintain construction momentum and project quality standards. All Materials Testing shall be conducted by qualified and approved testing laboratories. Testing shall include material sampling, material testing, conformance testing, data review, and reporting. Provide the City immediate notification of any failure to meet the requirements of the contract documents. | All materials testing will be conducted by independent, qualified laboratories that meet industry standards for certification and accuracy. Z&K Consultants will coordinate with these laboratories to schedule testing, confirm proper sampling techniques, and ensure that testing is conducted in accordance with project specifications. Our team will oversee the sampling and testing process, ensuring accurate data collection, material conformance evaluation, and timely reporting. In the event that any test results indicate non-compliance or material failure, Z&K Consultants will notify the City immediately to determine appropriate corrective actions. Our proactive response will minimize delays and ensure all materials meet required performance standards before incorporation into the project. Provide detailed Testing Closeout Report summarizing the results of all testing. | Upon project completion, Z&K Consultants will prepare a comprehensive Testing Closeout Report that documents all materials testing activities conducted throughout the project. This report will include a detailed summary of each test performed, ensuring the City has a clear record of the testing scope and outcomes. Copies of laboratory test results and certifications will be included to provide verifiable evidence that materials met project specifications. If any tests required re-evaluation or corrective actions, those details will be clearly documented, along with descriptions of the steps taken to resolve issues and achieve compliance. The report will also provide a final assessment confirming that all tested materials conform to the project's requirements, ensuring the structural integrity and long-term performance of the completed infrastructure. This Testing Closeout Report will serve as a vital reference for the City’s project records, offering transparency and accountability for all testing activities conducted. By delivering a clear and organized final report, Z&K Consultants will support the City's ability to close out the project efficiently and with confidence. CONSTRUCTION CLOSE OUT Coordinate and conduct a construction completion walk through to verify completion of contract and all related items of work within seven days of substantial completion. | Z&K Consultants will coordinate and lead a comprehensive construction completion walkthrough within seven days of substantial completion. During this walkthrough, our team will collaborate with City staff, the contractor, and other relevant stakeholders to inspect all project elements and verify that work aligns with approved plans, specifications, and contract requirements. This walkthrough will focus on identifying incomplete or deficient items requiring attention before project acceptance. By proactively identifying these issues, we will ensure the contractor addresses outstanding items efficiently, minimizing delays in achieving final completion. Docusign Envelope ID: D97D13DA-71B6-4FDD-A86B-B8F4C70E44BD Prepare a “punch list” of items pending substantial and final completion of the project for City Staff review and concurrence. Verify to City Staff the contractor’s completion and corrective action for each punch-list item and recommend actions in event of Contractor’s failure to take corrective action or other necessary actions relative to said punch list. | Following the construction completion walkthrough, Z&K Consultants will prepare a comprehensive punch list that outlines all outstanding tasks necessary to achieve both substantial and final completion. This punch list will include detailed descriptions of incomplete, deficient, or defective work, along with corresponding corrective actions. The punch list will be submitted to City staff for review and concurrence. Z&K Consultants will actively track the contractor’s progress in addressing punch list items, verifying each correction for completeness and quality. If the contractor fails to take corrective action or requires guidance, our team will recommend appropriate steps to City staff to facilitate resolution. This proactive approach will ensure that no outstanding items are overlooked during project closeout. Receive and review project record drawings and as-builts and assist the Contractor in the filing of these documents with City Staff. AutoCAD and PDF Format required. | Z&K Consultants will oversee the submission, review, and verification of the project’s record drawings and as-built documentation. Our team will carefully review these records to confirm that all design changes, field adjustments, and utility modifications are accurately documented. The as-built drawings will be cross-referenced with construction records and inspection reports to ensure they provide an accurate reflection of the completed project. Z&K Consultants will assist the contractor in preparing and submitting the as-built drawings in both AutoCAD and PDF formats, ensuring they meet the City’s documentation requirements. Monitor permit and agency signoffs within two weeks of substantial completion. | To ensure all regulatory requirements are fulfilled, Z&K Consultants will actively monitor the status of permit and agency signoffs throughout the closeout process. Within two weeks of substantial completion, our team will work closely with the contractor and regulatory agencies to confirm that all necessary approvals are obtained. We will proactively address outstanding items or compliance concerns to facilitate a smooth and timely project closeout. Turn over all project files, correspondence, and documentation to the City. | At project completion, Z&K Consultants will compile and deliver a comprehensive project archive to the City. This archive will include all relevant documentation such as inspection reports, progress updates, submittals, RFIs, meeting minutes, correspondence, and change order documentation. Our detailed and organized project file will provide the City with a complete record of project activities, supporting future maintenance, reference, and audits. Prepare a list of warranty items, including the warranty period and repair procedures to the City. | To support the City in managing post-construction maintenance and repairs, Z&K Consultants will prepare a detailed list of all warranty- covered components. This list will clearly identify the warranty period, along with detailed procedures for initiating repairs. Our team will ensure the City is fully informed of each warranty's scope, ensuring clarity on coverage terms and points of contact for repair services. Review final payment and closeout change orders within one week of substantial completion. | Z&K Consultants will review the contractor's final payment application and any remaining change orders within one week of substantial completion. Our team will carefully examine the contractor’s submitted quantities, invoices, and supporting documentation to ensure that payment requests align with completed work and approved contract changes. Any discrepancies will be addressed promptly to ensure accurate and fair financial closure. Prepare a final summary report within one week of final completion. | Within one week of project completion, Z&K Consultants will prepare and submit a comprehensive final summary report. This report will provide an overview of project milestones, notable achievements, and key challenges encountered during construction. The report will also outline final budget details, schedule adherence, and any unresolved issues requiring City attention. This comprehensive summary will serve as a valuable reference for City staff and provide closure on all project-related matters. Complete and process Notice of Completion forms. | Z&K Consultants will prepare and submit the official Notice of Completion forms to finalize the project. Our team will ensure all required documentation is accurate, complete, and compliant with City requirements. We will also track the status of the recorded Notice to ensure proper documentation of the project's completion. This step will mark the official transition from construction to the maintenance and warranty period. Through this comprehensive and proactive approach to construction closeout, Z&K Consultants will ensure the Heritage Park Bridge Replacement Project is finalized efficiently, with all outstanding issues resolved, proper documentation provided, and the City fully supported through the completion process. Docusign Envelope ID: D97D13DA-71B6-4FDD-A86B-B8F4C70E44BD QA/QC PROCEDURES To ensure the successful execution of the Heritage Park Bridge Replacement Project, Z&K Consultants, Inc. has developed a comprehensive Quality Assurance/Quality Control (QA/QC) program that encompasses all project phases—pre-bid, construction, and post-construction. This structured approach ensures that all project deliverables meet or exceed the City’s expectations for safety, quality, and compliance with applicable standards and regulations. Below is a summary of our QA/QC procedures tailored specifically to the unique requirements of this project. Pre-Bid Phase | Utility coordination will also take place during this phase to prevent conflicts during construction, and pre- construction photos and videos will document the site’s existing conditions. By addressing these elements early, we can minimize potential delays and ensure the project is set up for success. Construction Phase | The construction phase is the most critical period for implementing QA/QC procedures. Z&K will oversee weekly progress meetings, maintain detailed inspection logs, and review contractor submittals for compliance with approved plans and specifications. Given the project's complex structural elements, we will provide heightened oversight for key milestones, including CIDH Pile Installation, Bridge Deck Construction, Retaining Wall Construction, Irrigation and Landscaping, and Electrical and Lighting. Throughout the construction phase, our team will actively track quantities, process RFIs, and monitor change orders to maintain financial transparency and control. Safety and traffic control procedures will be strictly enforced to protect workers, residents, and stakeholders. Additionally, progress photos and daily inspection reports will be maintained to provide a clear record of the contractor’s activities and any challenges encountered. Post-Construction Phase | In the post-construction phase, Z&K will conduct a thorough final inspection and walk-through with City staff and other stakeholders. Punch lists will be issued, and the contractor’s as-built drawings will be reviewed for accuracy, particularly for critical features such as electrical conduit layouts, drainage facilities, and landscape improvements. Our team will ensure that all project documentation, including photographs and final reports, is delivered to the City in a well-organized format. Final pay requests and certificates of completion will be processed promptly to close out the project efficiently. Commitment to Quality | Z&K’s QA/QC procedures are designed to mitigate risks, maintain project integrity, and ensure compliance with all relevant codes and regulations. From the pre-bid phase through project completion, our team’s meticulous attention to detail and proactive communication will ensure that the Heritage Park Bridge Replacement Project is delivered on time, within budget, and to the highest standards of quality. This approach reflects our commitment to meeting the City’s goals and ensuring a safe, durable, and aesthetically appealing bridge for the community. A table summarizing the activities, descriptions, and deliverables is provided below for clarity and easy reference. Pre-Bid Phase Activity Description Deliverable Coordinate with Utility Companies Meet and coordinate with all utility companies. Meeting agenda / minutes Photo & Video Take pre-construction photos and videotape conditions. Photos & video Project Schedule/ Long Lead Items Evaluate proposed schedule for construction duration and cost. Construction Schedule Preconstruction Meeting Arrange a preconstruction meeting with agencies, contractor, and utility companies and address all concerns. Meeting agenda and minutes Construction Phase Weekly Progress and Schedule Meeting Conduct weekly meetings to discuss schedule, change orders, new issues, submittal status, RFI's & safety. Meeting agenda and minutes Deficiency Log Maintain a log of non-compliant work items. Deficiency Log Process Submittals Review and track all submittals for completeness & constructability. Submittal Approval Log Track Quantities Track quantities of completed/force account work for payment. List of Quantities Process Requests for Information (RFI) Answer the Contractor’s RFI, ensure that the designer explains design RFI. RFI Logs Review Contract Change Orders (CCO) Review CCO's proposed by the contractor. Recommend needed CCO's. Track cash flow for CCO's. Logs of potential and issued CCO's Claims Administration Perform claims administration, coordination and monitoring claims, response preparation, logging claims, and tracking claims status. Potential claims and financial impact to the City Weekly Statement of Working Days Issue a Weekly Statement of Working Days, showing days remaining, and rainy days. Weekly Statement of Working Days Docusign Envelope ID: D97D13DA-71B6-4FDD-A86B-B8F4C70E44BD Environmental Compliance Review and enforce requirements stipulated in permits issued by regulatory and environmental agencies. Maintain/update the master ECR for project compliance. Reports & inspection Progress Payments Review contractor's payment requests, verify completed quantities Certified Pay Request Project Documentation Maintain a project Uniform Filing System. Electronic files, project files/logs Project Schedule Review contractor's baseline, monthly, and "look-ahead" submittals. Notify all parties of deviations from the schedule. Project Schedules, Correspondence Permits/Easement Utility relocations Continuation of pre-construction activities. Assist in coordination and scheduling of utility work. Permits easements, relocated utilities SWPPP & Safety Assist and review, approve and monitor of the Contractor’s SWPPP. Review, monitor, document and enforce contractor safety procedures for compliance with laws and regulations. SWPPP Review, conduct regular safety/tailgate meetings Quality Assurance / Inspection Inspect work to ensure compliance with contract documents. Reject unacceptable work using Deficiency Log. Observe the work of special inspectors when required. Daily Inspection Reports. NCR & Deficiency Log Progress Photos Continue taking pictures to document the contractor's progress and any problems. Pictures labeled with a log Community Outreach Respond to citizens and business owner’s concerns. Minimize complaints Daily Inspection Reports Document contractor’s daily operations and provides daily diaries. Daily Reports, field measurement Traffic Control Review contractor’s traffic control and lane closure request, obtains CT closure approval, establish an agreement/contract with CHP’s. Conduct regular meetings Post Construction Phase Final Inspection Conduct a final inspection/walk-through including maintenance and service personnel. Issue preliminary and final punch list. Coordinate with City and Caltrans. Punch lists and Notice of Completion "As-Built" Drawings Review Contractor's redline drawings, submit to the designer. As-built redline drawings Dispute Resolution As requested, aids in resolving any outstanding disputes. Negotiation/ arbitration Project Files Deliver all project files including photographs. Complete Final Report and Funding Reimbursement application. Project files/e-files Final Inspection Conduct a final inspection/walk-through including maintenance and service personnel. Issue preliminary and final punch list. Coordinate with City and Caltrans. Punch lists and Notice of Completion Final Pay Request, Certificate of Completion Process the contractor's final payment request, issue a Certificate of Completion, obtain applicable permits and a Project Final Report. Final Pay Request, Certification of Completion Docusign Envelope ID: D97D13DA-71B6-4FDD-A86B-B8F4C70E44BD ____________ Vendor Initials PSA with Professional Liability Insurance (non-design) Last Revised: 10/02/13 EXHIBIT B FEE SCHEDULE Docusign Envelope ID: D97D13DA-71B6-4FDD-A86B-B8F4C70E44BD FEE SCHEDULE R2 April 24, 2025 City of Rancho Cucamonga, Procurement Division 10500 Civic Center Drive, Rancho Cucamonga, CA 91730 Subject: Fee Schedule for Construction Management and Inspection Services for The Heritage Bridge Replacement Project (RFP #24/25-010) Dear Evaluation Committee, Z&K Consultants Inc. (Z&K) proudly presents our cost proposal to the City of Rancho Cucamonga. Our expected not-to- exceed total fee for these as-needed services is in the amount of $409,394.80. We understand that the fee will be negotiated with the selected firm and shall include all necessary resources including labor, material, and transportation required to provide the services outlined. Z&K Consultants based our cost proposal on the scope of work provided in the RFP. All prevailing wage requirements will be followed by the team. All team members are in conformance with the State of California Labor compliance requirements. Rates included in our Cost Proposal are fully billable rates. All overhead costs are included. All insurance will be in force at the time of contract execution. Below is a table with the hourly rate schedule: Z&K Consultants, Inc Hourly Rates: Resident Engineer .......................................................................................................................................... $240.00 Senior Construction Inspector ........................................................................................................................ $198.00 Assistant Resident Engineer .......................................................................................................................... $165.00 Danken Hourly Rates: Structures Representative .............................................................................................................................. $275.00 Assistant Structures Rep/Sr Structures Inspector .......................................................................................... $222.65 Converse Hourly Rates: Material Testing and Geotechnical Services ................................................................................................. Attached Overtime rates are billed at 1.5x the regular rate and double time rates are 2x the regular rates. Rates shall be increased by 3% per annum. Z&K Consultants commits that all assigned personnel will not be removed or replaced without prior City approval. Key personnel will be available to the extent proposed for the duration of the contract. Our proposed and fully committed team is fully capable and exceptionally qualified. Our cost proposal assumes the following: • 8 hours on average a week for the Resident Engineer • 6 hours on average a week for the Assistant Resident Engineer • 130 total hours for the Structures Representative • 432 total hours for the Assistant Structures Rep/Sr Structures Inspector • 688 total hours for the Senior Construction Inspector. • All other services are as needed to be utilized as the project dictates. Z&K has carefully selected this "A-Team" and committed our most qualified staff for the duration of the contract to deliver a successful project. We understand the importance of meeting budgets and schedules; we have a strategic plan in place to deliver projects with such benchmarks in mind. Our proposed team members are recognized as experts in Construction Management and Inspection services and will provide “turn-key” Construction Management and Inspection services for the City’s Project. I will serve as the contact person for the full duration on the contract and I am authorized to bind the firm to the terms of the proposal. By signing below, I attest that all information submitted is true and accurate. This proposal shall remain valid for a period of not less than 90 days from the date of submittal. The payment terms shall be net thirty (30) days. Sincerely, Crystal Fraire, PE Principal-in-Charge 17130 Van Buren Blvd. #122, Riverside, CA 92504 Phone. 951.310.7470 | cfraire@zandkconsultants.com Docusign Envelope ID: D97D13DA-71B6-4FDD-A86B-B8F4C70E44BD NOT-TO-EXCEED FEE SCHEDULE The fee proposal is based on a not-to-exceed fee for a construction period of 140 working days total. CITY OF RANCHO CUCAMONGA, PUBLIC WORKS DEPARTMENT CONSTRUCTION MANAGEMENT AND INSPECTION SERVICES FOR THE HERITAGE BRIDGE REPLACEMENT PROJECT (RFP #24/25-010) Task/ Classification Resident Engineer (Hrs) Structures Representative* (Hrs) Ast Structures Rep/ Sr Structural Inspector* (Hrs) Senior Construction Inspector (Hrs) Assistant Resident Engineer (Hrs) Material Testing Services* (Hrs) Total Cost Hourly Rate $240.00 $275.00 $222.65 $198.00 $165.00 - Pre-Construction Services Pre-Construction Meeting 2 2 2 2 6 0 $ 2,861.30 Set up project files and documentation tracking 0 0 0 0 10 0 $ 1,650.00 Coordinate with SBCFCD, City, and other stakeholders 10 0 0 10 2 0 $ 4,710.00 Mobilization support and initial site documentation 0 0 0 12 4 0 $ 3,036.00 Process and track submittals & shop drawings 20 12 24 0 10 0 $ 15,093.60 Subtotal 32 14 26 24 32 0 $ 27,350.90 4.2.1. Project Management and Administration Weekly Meetings 28 28 8 28 42 0 $ 28,675.20 Maintain project files and documentation tracking 0 0 0 0 72 0 $ 11,880.00 Coordinate with SBCFCD, City, and other stakeholders 28 12 6 0 14 0 $ 13,665.90 Prepare reports & WSWD 56 8 8 0 14 0 $ 19,731.20 Structural Quality Assurance and Compliance Oversight 0 20 16 0 0 0 $ 9,062.40 Labor Compliance 0 0 0 0 0 0 $ - Schedule Coordination & Review 28 12 12 0 0 0 $ 12,691.80 CCOs / RFIs / Quantity Sheets & Independent Cost Estimates 56 20 24 0 14 0 $ 26,593.60 Review and recommend progress payment applications 28 8 8 12 12 0 $ 15,057.20 Subtotal 224 108 82 40 168 0 $ 137,357.30 4.2.2. Inspection and Material Testing Bridge Quality Control Field Inspections 0 0 308 0 0 0 $ 68,576.20 Field Inspection 0 0 0 662 0 0 $ 131,076.00 Material Testing 0 0 0 0 0 $24,800.00 $ 24,800.00 Subtotal 0 0 308 662 0 $24,800.00 $ 224,452.20 4.2.3. Construction Close Out As-Built Documentation & Review 6 2 4 10 2 0 $ 5,190.60 Punch List & Final Walkthrough 6 2 4 8 0 0 $ 4,464.60 Permit/Agency Signoffs and Warranty Items 4 0 4 2 2 0 $ 2,576.60 Notice of Completion & Final Report 6 2 2 2 4 0 $ 3,491.30 Project Files, Correspondence, & Documentation Close Out 2 2 2 2 16 0 $ 4,511.30 Subtotal 24 8 16 24 24 0 $ 20,234.40 Total Hours 280 130 432 750 224 $ 24,800.00 Total Cost $67,200.00 $35,750.00 $96,184.80 $148,500.00 $36,960.00 $24,800.00 $409,394.80 *Subconsultant per the above rate schedule The above hours in the table are an estimate of total hours for each team member per task. The total subtask hours will change as the City and the project dictate. Our team will redistribute hours as necessary throughout the project. Our proposed and fully committed team is fully capable and exceptionally qualified. They have held many leadership roles and supervisory management positions in many local agencies including the private and public sectors. All can multi-task, are multi-disciplined, and have a full understanding of all aspects of the proposed project requirements. Docusign Envelope ID: D97D13DA-71B6-4FDD-A86B-B8F4C70E44BD Converse Consultants GLT2025 CONVERSE CONSULTANTS Schedule of Fees – Geotechnical Laboratory Testing Compensation for laboratory testing services will be made in accordance with this fee schedule which includes test report(s) and engineering time. Costs of tests not on this schedule will be by quote and/or in accordance with our current hourly fee schedule. The rates are based on non-contaminated soil. A surcharge will be charged for handling contaminated material, which will be determined based on the project. This fee schedule is valid through December 31, 2025. IDENTIFICATION AND INDEX PROPERTIES TESTS Visual Classification, ASTM D2488 ................................... 15.00 Engineering Classification, ASTM D2487 ......................... 20.00 Moisture Content and Dry (bulk) Density, ASTM D2216 and D2937 ............................................. 20.00 Moisture Content, ASTM D2216 .................................. 15.00 Shrinkage Limit, ASTM D4943 .......................................... 85.00 Atterberg Limits, ASTM D4318 Several points ............................................................ 150.00 One Point ..................................................................... 50.00 Particle Size Analysis, ASTM D6913 Fine Sieve, from +#200 to #4 ..................................... 100.00 Coarse and Fine Sieve, from #200 to 3 in .................. 180.00 Hydrometer ................................................................ 120.00 Percent Passing #200 Sieve, ASTM D1140 ...................... 80.00 Specific Gravity Fine, passing #4 sieve, ASTM D854 ............................ 90.00 Coarse, retained on #4 sieve, ASTM C127 .................. 90.00 Sand Equivalent Test, ASTM D2419 ............................... 110.00 Double Hydrometer Dispersion, ASTM D4221 ................ 150.00 COMPACTION AND BEARING STRENGTH Standard Proctor Compaction, ASTM D698 or ASTM D1557 Method A or B ............................................................ 200.00 Method C, 6” mold ...................................................... 200.00 California Impact Method, Caltrans 216 .......................... 200.00 R-value, ASTM D2844 and CTM301 ............................... 250.00 California Bearing Ratio (CBR), ASTM D1883 1 Point ........................................................................ 530.00 3 Points ...................................................................... 750.00 Relative Density 0.1 Cubic Foot Mold ................................................... 200.00 0.5 Cubic Foot Mold ................................................... 300.00 SHEAR STRENGTH Torvane/Pocket Penetrometer .......................................... 25.00 Direct Shear Quick Test .................................................................... 75.00 Consolidated, Drained, granular soil, ASTM D3080 ........................................................ 200.00 Consolidated, Drained, fine grained soil, ASTM D3080 ........................................................ 250.00 Consolidated, Undrained, fine grained soil ................. 200.00 Residual Strength, per cycle ........................................ 60.00 Remolded Specimens .................................................. 60.00 STATIC UNIAXIAL AND TRIAXIAL STRENGTH TESTS (PER POINT) Unconfined Compression, ASTM D2166 ........................ 150.00 Unconsolidated, Undrained, ASTM D2850 ..................... 160.00 Consolidated, Undrained, per point ................................ 700.00 Consolidated, Drained, per point .................................... 700.00 With Pore Pressure Measurement, per load ................... 150.00 Remolded Specimen ......................................................... 90.00 CONSOLIDATION (ASTM2435) AND SWELL COLLAPSE (ASTM D4546) TESTS 8 Load Increments .......................................................... 220.00 Additional Load Increment ................................................ 50.00 Time-Ratio, per load increment ......................................... 90.00 Single Point, collapse test ................................................. 90.00 Single Load Swell, ASTM D4546 Ring Sample, Field Moisture ......................................... 90.00 Ring Sample, Air Dried ................................................. 90.00 Remolded Sample .............................................................. 60.00 Expansion Index Test, UBC 29-2/ASTM D4829 ................130.00 HYDRAULIC CONDUCTIVITY TESTS Constant Head, ASTM D2434 ...........................................250.00 Falling Head Flexible Wall, ASTM D5084 .........................300.00 Triaxial Permeability, EPA 9100 ........................................350.00 Remolded Specimen .......................................................... 60.00 CHEMICAL TESTS Corrosivity (pH, resistivity, sulfates, chlorides) ..................220.00 Organic Content, ASTM D2974 .......................................... 80.00 Conditions: Unit rates presented on this fee schedule are for routinely performed geotechnical laboratory tests. Numerous other earth material physical tests can be performed in our geotechnical laboratories, including rock core, soil cement and soil lime mixture tests. Tests not listed can be quoted upon request. Prices are based on the assumption that samples are uncontaminated and do not contain heavy metals, acids, carcinogens and/or volatile organics which can be measured by an organic vapor analyzer or photoionization detector with a concentration greater than 50 parts-per-million (ppm). Quoted testing fees are based on the assumption that no protective clothing will be required to handle samples. If Level D protective clothing will be required during handling of samples (as defined in Federal CFR Part 1910.120), then a 40% increase in fees presented in this schedule will be applied. Level C protective clothing will be a 60% increase in fees. Converse will not handle samples that require either Level B or Level A protection in our geotechnical laboratories. Contaminated samples will be returned to the client. Uncontaminated samples will be disposed of 30 days after presentation of test results. The client must disclose the source of samples. Samples imported from out of state will be incinerated after testing in accordance with requirements of the United States Department of Agriculture. Soil samples obtained within the State of California currently designated quarantine areas will also be incinerated in accordance with the requirement of the State of California, Department of Food and Agriculture, Division of Plant Industry, Pest Exclusion. A $5.00 incineration fee will be added to each sample that is required to be incinerated in accordance with State and Federal law. Test results requiring plots will be presented in a publishable format generated from computer programs. Otherwise, raw test numbers will be presented. A minimum laboratory fee of $50.00 will be charged to present and mail test results. Beyond the standard U.S. Mail delivery, specialized transmittal will be charged at additional cost (e.g., Federal Express, UPS, etc.). Geotechnical testing does not include engineering and/or geologic review and analysis. Typical turnaround for geotechnical laboratory testing is two weeks (or roughly ten working days). To expedite test turnaround to five working days, a 50% increase in the fees in this schedule will be applied. Many geotechnical tests require at least one week to perform in accordance with ASTM or other standard specifications. Fees presented in this schedule for relatively undisturbed direct shear, consolidation or expansion pressure tests are based on the assumption that 2.416-inch inside diameter brass ring samples will be provided to the geotechnical laboratory for testing. Remolded specimens will be compacted in standard 2.5-inch outside diameter brass rings for direct shear, consolidation and expansion pressure tests. All fees presented in this schedule are based on the assumption that the client will deliver samples to our laboratory at no additional cost to Converse. Invoices will be issued monthly and are payable on receipt unless otherwise agreed upon. Interest of 1.5% per month (but not exceeding the maximum allowed by law) will be payable on any amount not paid within thirty days; payment thereafter to be applied first to accrued interest and then to the principle unpaid amount. The Client shall pay any attorneys' fees or other costs incurred in collecting any delinquent amounts. Docusign Envelope ID: D97D13DA-71B6-4FDD-A86B-B8F4C70E44BD Converse Consultants MTS2025 CONVERSE CONSULTANTS Schedule of Fees – Materials Laboratory Testing Compensation for laboratory testing services will be based on rates in accordance with this fee schedule which includes test report(s) and engineering time. Costs of tests not on this schedule will be by quote and/or in accordance with our current hourly fee schedule. Our services will be performed in accordance with the General Conditions. This fee schedule is valid through December 31, 2025. AGGREGATES Moisture Content, ASTM D2216 .............................................. 15.00 Particle Size Analysis Coarse, ASTM C136, each ............................................... 100.00 Coarse and Fine, ASTM C136 & C137), each .................. 180.00 Specific Gravity & Absorption Coarse Aggregate, ASTM C127 ......................................... 85.00 Fine Aggregate, ASTM C128 ............................................. 85.00 Unit Weight per Cubic Foot, ASTM C29 ............................. 75.00 Soundness, Sodium or Magnesium, ASTM C88, each ..... 200.00 Potential Alkali Reactivity, ASTM D289 ............................ 300.00 Freeze Thaw Soundness .................................................. 175.00 Los Angeles Abrasion, per class, ASTM C131, C535 ....... 220.00 Sand Equivalent, ASTM D2419 ........................................ 110.00 Lightweight Particles, ASTM C123, each ............................ 85.00 Clay Lumps & Friable Particles, ASTM C142, each .......... 120.00 Stripping Test, ASTM D1664, each .................................... 85.00 Organic Impurities, ASTM C40 ........................................... 75.00 Durability ...................................................................... By Quote CONCRETE TESTS Laboratory Trial Batch, ASTM C192 .................................. By Quote Laboratory Mix Design, Historical Data .............................. By Quote Compression Test, 6”x12” Cylinder, ASTM C39, each ............. 50.00 Lightweight Concrete Compression ...................................................................... 50.00 Unit Weight ......................................................................... 50.00 Specimen Preparation, Trimming or Coring, each ................... 60.00 Bond Strength, ASTM C321 Prepared by Converse...................................................... 150.00 Prepared by Others ............................................................ 80.00 Core Compression Test, ASTM C12, each .............................. 80.00 Flexure Test, 6”x6” Beams, ASTM C78, each ........................ 110.00 Modulus of Elasticity, Static, ASTM C469, each .................... 150.00 Length Change, ASTM C157, 3 bars, 5 readings each, up to 26 days .................................................................... 320.00 Splitting Tensile, 6”x12” Cylinders, each .................................. 80.00 Field Concrete Control (sampling, slump, temperature, cast 4 cylinders, molds, cylinder pick-up, within 10 miles of office, stand-by extra), ASTM/UBC, hourly rate schedule, or each cylinder .................................................. 95.00 Field Concrete Control (same as above plus air content test), ASTM/UBC, each cylinder .................................................. 95.00 Hold Cylinder ........................................................................... 10.00 Cylinder Mold, sent to job site but not cast by Converse or returned to Converse ............................................................ 5.00 MASONRY (ASTM C140, E447, UBC STANDARD 24-22) Moisture Content, as received, each ........................................ 20.00 Absorption, each ...................................................................... 50.00 Compression, each .................................................................. 55.00 Shrinkage, ASTM C426, each ............................................... 100.00 Net Area and Volume, each ..................................................... 25.00 Masonry Blocks, per set of 9 .................................................. 450.00 Masonry Core Compression, each........................................... 55.00 Masonry Core Shear, each ...................................................... 55.00 Masonry Core Trimming, each ................................................. 55.00 Compression Test, grouted prisms, 8”x8”x16”, each .............. 120.00 Compression Test, grouted prisms, 12”x16”x16”, each .......... 130.00 Compression Test 2”x4” Mortar Cylinder, each ................................................ 40.00 3”x6” Grout Prisms, each .................................................... 40.00 2” Cubes, ASTM C109, each .............................................. 40.00 Cast by Others ......................................................................... 40.00 Mortar or Grout Mix Designs .............................................. By Quote FIREPROOFING TESTS Oven Dry Density, per sample ................................................. 70.00 MOISTURE EMISSION TEST Moisture Emission Test Kit ......................................................70.00 ASPHALTIC CONCRETE Stability, Flow, and Unit Weight, ASTM D6927 .....................200.00 Marshall ASTM D1559, ASTM D2726 ...................................200.00 Measured Maximum Specific Gravity of Mix, ASTM D2041, Rice Method, each ............................................................95.00 Void Analysis of Cores or Marshall Specimens, Calculations Only, ASTM D3203, set of 2 or 3 ...................60.00 Laboratory Mixing of Asphalt & Concrete, per sample .............75.00 Complete Asphalt Concrete Mix Design Hveem or Marshall ...................................................... By Quote Extraction of Asphalt and Gradation, ASTM D2172, Method B, or California 310, including ash correction, each .............210.00 Extraction of Rubberized Asphalt & Gradation, each .............250.00 Specific Gravity, ASTM D2726 or ASTM D1188 Uncoated ...........................................................................95.00 Coated .............................................................................105.00 Immersion-Compression .......................................................400.00 Particle Coating, ASTM D2489 ...............................................60.00 Stripping, ASTM D1664 ..........................................................70.00 Moisture or Volatile Distillates in Paving Mixtures, or Materials Containing Petroleum Products or By-Products .....................................................................220.00 Retained Strength, ASTM D1074/D1075, 6 specimens ..... By Quote Retained Stability, Mil, Std, 520A, Method 104, 6 specimens ................................................................ By Quote CBR, ASTM D1883, including M/D Curve, 1 point ................350.00 Asphalt Temperature ...............................................................15.00 STRUCTURAL STEEL Tensile Test #9 Bar or Smaller, each ......................................60.00 Bend Test #9 Bar or Smaller, each .........................................60.00 Tensile Test #10 Bar or Greater, each ..................................280.00 Tensile Test #14 Bar, each ...................................................310.00 Rebar Coupler Tensile Test ..................................................100.00 Tensile Test, Welded #9 Bar or Smaller, each ......................100.00 Tensile Test, Welded #10 Bar or Greater, each ....................280.00 Tensile Test, Welded #14 Bar, each .....................................310.00 Tensile Test, Mechanically Spliced, #9 Bar or Smaller, each ................................................................................180.00 Tensile Test, Mechanically Spliced, #10 Bar or Greater, each ................................................................................350.00 HIGH STRENGTH BOLT, NUT, AND WASHER TESTING Wedge Tensile Test, A490 Bolts Under 100,000 lbs., each ..................................................65.00 Over 100,000 lbs., each ....................................................75.00 Wedge Tensile Test, A325 Bolts Under 100,000 lbs., each ..................................................70.00 Tensile Test, Anchor Bolts, tested with displacement transducers, each ............................................................300.00 Nut Hardness, Proof & Cone Proof Load Test, each ...............50.00 Washer Hardness, each ..........................................................40.00 A325 or A490, Bolt Hardness Only, each ................................40.00 Bolt A325 or A490 Wedge Tensile Under 100,000 lbs. & Hardness, each ...............................90.00 Over 100,000 lbs. & Hardness, each ...............................100.00 Bolt, Nut & Washer, all tests per set with bolts Under 100,000 lbs. ..........................................................300.00 Over 100,000 lbs. ............................................................380.00 See Schedule of Fees – Geotechnical Laboratory Testing for soil testing. Hourly rates are available upon request. Field Laboratory rates are available upon request. Listed unit rates are based upon the assumption that samples will be delivered to our laboratory at no cost to Converse. Docusign Envelope ID: D97D13DA-71B6-4FDD-A86B-B8F4C70E44BD Converse Consultants PW2025 CONVERSE CONSULTANTS Prevailing Wage Schedule of Fees Personnel Introduction It is the objective of Converse Consultants to provide its clients with quality professional and technical services and a continuing source of professional advice and opinions. Services will be performed in a manner consistent with that level of care and skill ordinarily exercised by members of the profession currently practicing in the same locality under similar conditions. This fee schedule is valid through December 31, 2025. Hourly Charges for Personnel Staff assignments will depend on personnel availability, job complexity, project site location, and experience level required to satisfy the technical requirements of the project and to meet the prevailing standard of professional care. Field Technical Services (all including vehicle and equipment) Construction Inspector – ACI/ICC and/or AWS/CWI certified (concrete, post-tension, masonry, structural steel, fireproofing; includes concrete batch plant and local steel fabrication inspections) ............................... $150 DSA Masonry Inspector ........................................................................................................................................................... 150 Non-Destructive Testing Inspector (ultrasonic, magnetic particle, dye penetrant, skidmore, pull testing, torque testing, Schmidt hammer, and pachometer) .......................................................................................................... 155 Coring Technician .................................................................................................................................................................... 150 Soils Technician (soil, base, asphalt concrete, and moisture emission testing) ....................................................................... 150 Sample Pick-Up ......................................................................................................................................................................... 60 Professional Services (consultation for field and office, if requested) Staff Professional ................................................................................................................................................................... $140 Senior Staff Professional .......................................................................................................................................................... 145 Project Professional ................................................................................................................................................................. 155 Project Manager ....................................................................................................................................................................... 160 Senior Professional .................................................................................................................................................................. 180 Principal Professional ............................................................................................................................................................... 210 Principal Consultant ................................................................................................................................................................. 225 Laboratory Testing Laboratory Technician ...................................................................................................................................................... Per Test (see Geotechnical Laboratory Testing and Materials Testing Services fee schedules.) Laboratory Supervisor .............................................................................................................................................................. $85 Office Support Clerical/Word Processing ......................................................................................................................................................... $80 Drafting ....................................................................................................................................................................................... 85 CAD Operator/Drafting Manager ................................................................................................................................................ 90 Overtime and special shift rates for Field Services personnel are determined in accordance with Prevailing Wage law. Travel time to and from the job site will be charged at the hourly rates for the appropriate personnel. Expenses 1. Exploration expenses (drilling, trenching, etc.) are charged at cost plus fifteen percent. 2. Travel and subsistence expenses (transportation, room and board, etc.) for individuals on projects requiring travel and/or living 50 miles away from the project site are charged at cost plus fifteen percent. 3. Automobile and truck expenses are charged at cost plus fifteen percent (rentals) or at the current IRS milage rate per mile for company-owned vehicles traveling between principal office and project. 4. Other out-of-pocket direct project expenses (aerial photos, long-distance telephone calls, permits, bonds, outside printing services, tests, etc.) are charged at cost plus fifteen percent. Invoices 1. Invoices will be submitted to the Client on a monthly basis, and a final bill will be submitted upon completion of services. 2. Payment is due upon presentation of invoice and is past-due thirty days from invoice date. In the event Client fails to make any payment to Converse when due, Converse may immediately cease work hereunder until said payment, together with a service charge at the rate of eighteen percent per annum (but not exceeding the maximum allowed by law) from the due date, has been received. Further, Converse may at its sole option and discretion refuse to perform any further work irrespective of payment from Client in the event Client fails to pay Converse for services when said payments are due. 3. Client shall pay attorneys’ fees or other costs incurred in collecting any delinquent amount. General Conditions The terms and provisions of the Converse General Conditions are incorporated into this fee schedule as though set forth in full. If a copy of the General Conditions does not accompany this fee schedule, Client should request a copy from this office. Docusign Envelope ID: D97D13DA-71B6-4FDD-A86B-B8F4C70E44BD