Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
RECON Environmental Inc; 2026-03-23;
Page 1 City Attorney Approved Version 9/3/2025 AGREEMENT FOR AS-NEEDED ENVIRONMENTAL SERVICES RECON ENVIRONMENTAL, INC. THIS AGREEMENT (“Agreement”) is made and entered into as of the _______ day of _______________, 2026, by and between the City of Carlsbad, California, a municipal corporation ("City") and RECON Environmental Inc., a California corporation, ("Contractor"). RECITALS A.City requires the professional services of a consultant that is experienced in environmental services for private development projects, advanced planning projects, and special projects. B.City issued Request for Proposals No. 26-03 (RFP 26-03)m and Contractor submitted a proposal demonstrating its qualifications, willingness, and ability to perform the required professional services. NOW, THEREFORE, in consideration of these recitals and the mutual covenants contained in this Agreement, City and Contractor agree as follows: 1.SCOPE OF WORK City retains Contractor to perform, and Contractor agrees to render, those services ("Services") that are defined in attached Exhibit "A," which is incorporated by this reference in accordance with this Agreement’s terms and conditions. 2.STANDARD OF PERFORMANCE While performing the Services, Contractor will exercise the reasonable professional care and skill customarily exercised by reputable members of Contractor's profession practicing in the Metropolitan Southern California area and will use reasonable diligence and best judgment while exercising its professional skill and expertise. 3.TERM The term of this Agreement will be effective for a period of five (5) years from the date first written above. 4.TIME IS OF THE ESSENCE Time is of the essence for each and every provision of this Agreement. 5.COMPENSATION The total fee payable for the Services to be performed during the initial Agreement term shall not exceed seventy-five thousand dollars ($75,000) per agreement year. No other compensation for the Services will be allowed. Payment terms are Net 30 unless otherwise provided in Exhibit “A” or agreed to in writing by the parties. City reserves the right to withhold a ten percent (10%) retention until City has accepted the work and/or Services specified in Exhibit "A." Incremental payments, if applicable, should be made as outlined in attached Exhibit "A." 6.STATUS OF CONTRACTOR Contractor will perform the Services in Contractor's own way as an independent contractor and in pursuit of Contractor's independent calling, and not as an employee of City. Contractor will be under the control Docusign Envelope ID: D5DB4D18-2A56-4907-9762-C01461360376 23rd March Page 2 City Attorney Approved Version 9/3/2025 of City only as to the result to be accomplished but will consult with City as necessary. The persons used by Contractor to provide services under this Agreement will not be considered employees of City for any purposes. The payment made to Contractor pursuant to this Agreement will be the full and complete compensation to which Contractor is entitled. City will not make any federal or state tax withholdings on behalf of Contractor or its agents, employees or subcontractors. City will not be required to pay any workers' compensation insurance or unemployment contributions on behalf of Contractor or its employees or subcontractors. Contractor agrees to indemnify City within thirty (30) days for any tax, retirement contribution, social security, overtime payment, unemployment payment or workers' compensation payment which City may be required to make on behalf of Contractor or any agent, employee, or subcontractor of Contractor for work done under this Agreement. At City’s election, City may deduct the indemnification amount from any balance owing to Contractor. 7.SUBCONTRACTING Contractor will not subcontract any portion of the Services without prior written approval of City. If Contractor subcontracts any of the Services, Contractor will be fully responsible to City for the acts and omissions of Contractor's subcontractor and of the persons either directly or indirectly employed by the subcontractor, as Contractor is for the acts and omissions of persons directly employed by Contractor. Nothing contained in this Agreement will create any contractual relationship between any subcontractor of Contractor and City. Contractor will be responsible for payment of subcontractors. Contractor will bind every subcontractor and every subcontractor of a subcontractor by the terms of this Agreement applicable to Contractor's work unless specifically noted to the contrary in the subcontract and approved in writing by City. 8.OTHER CONTRACTORS City reserves the right to employ other Contractors in connection with the Services. 9.INDEMNIFICATION Contractor agrees to defend (with counsel approved by City), indemnify, and hold harmless the City and its officers, elected and appointed officials, employees and volunteers from and against all claims, damages, losses and expenses including attorney’s fees arising out of the performance of the work described in this Agreement caused by any negligence, recklessness, or willful misconduct of Contractor, any subcontractor, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable. If Contractor’s obligation to defend, indemnify, and/or hold harmless arises out of Contractor’s performance as a “design professional” (as that term is defined under California Civil Code Section 2782.8), then, and only to the extent required by California Civil Code Section 2782.8, which is fully incorporated in this Agreement, Contractor’s indemnification obligation shall be limited to claims that arise out of, pertain to, or relate to the negligence, recklessness, or willful misconduct of Contractor, and, upon Contractor obtaining a final adjudication by a court of competent jurisdiction. Contractor’s liability for such claim, including the cost to defend, shall not exceed Contractor’s proportionate percentage of fault. The parties expressly agree that any payment, attorneys fee, costs or expense City incurs or makes to or on behalf of an injured employee under City’s self-administered workers’ compensation program is Docusign Envelope ID: D5DB4D18-2A56-4907-9762-C01461360376 Page 3 City Attorney Approved Version 9/3/2025 included as a loss, expense or cost for the purposes of this section, and that this section will survive the expiration or early termination of this Agreement. 10.INSURANCE Contractor will obtain and maintain for the duration of the Agreement and any and all amendments, insurance against claims for injuries to persons or damage to property which may arise out of or in connection with performance of the services by Contractor or Contractor’s agents, representatives, employees or subcontractors. The insurance will be obtained from an insurance carrier admitted and authorized to do business in the State of California. The insurance carrier is required to have a current Best's Key Rating of not less than "A-:VII"; OR with a surplus line insurer on the State of California’s List of Approved Surplus Line Insurers (LASLI) with a rating in the latest Best’s Key Rating Guide of at least “A:X”; OR an alien non-admitted insurer listed by the National Association of Insurance Commissioners (NAIC) latest quarterly listings report. 10.1 Coverages and Limits. Contractor will maintain the types of coverage and minimum limits indicated below, unless Risk Manager or City Manager approves a lower amount. These minimum amounts of coverage will not constitute any limitations or cap on Contractor's indemnification obligations under this Agreement. City, its officers, agents and employees make no representation that the limits of the insurance specified to be carried by Contractor pursuant to this Agreement are adequate to protect Contractor. If Contractor believes that any required insurance coverage is inadequate, Contractor will obtain such additional insurance coverage, as Contractor deems adequate, at Contractor's sole expense. The full limits available to the named insured shall also be available and applicable to City as an additional insured. 10.1.1 Commercial General Liability (CGL) Insurance. Insurance written on an “occurrence” basis, including personal and advertising injury, with limits no less than $2,000,000 per occurrence. If a general aggregate limit applies, either the general aggregate limit shall apply separately to this project/location or the general aggregate limit shall be twice the required occurrence limit. 10.1.2 Automobile Liability. (if the use of an automobile is involved for Contractor's work for City). $2,000,000 combined single-limit per accident for bodily injury and property damage. 10.1.3 Workers' Compensation and Employer's Liability. Workers' Compensation limits as required by the California Labor Code. Workers' Compensation will not be required if Contractor has no employees and provides, to City's satisfaction, a declaration stating this. 10.1.4 Professional Liability. Errors and omissions liability appropriate to Contractor’s profession with limits of not less than $1,000,000 per claim. Coverage must be maintained for a period of five years following the date of completion of the work. 10.2 Additional Provisions. Contractor will ensure that the policies of insurance required under this Agreement contain, or are endorsed to contain, the following provisions: 10.2.1 City will be named as an additional insured on Commercial General Liability which shall provide primary coverage to City. 10.2.2 Contractor will obtain occurrence coverage, excluding Professional Liability, which will be written as claims-made coverage. Docusign Envelope ID: D5DB4D18-2A56-4907-9762-C01461360376 Page 4 City Attorney Approved Version 9/3/2025 10.2.3 If Contractor maintains higher limits than the minimums shown above, City requires and will be entitled to coverage for the higher limits maintained by Contractor. Any available insurance proceeds in excess of the specified minimum limits of insurance and coverage will be available to City. 10.2.4 This insurance will be in force during the life of the Agreement and any extensions of it and will not be canceled without thirty (30) days prior written notice to City sent by certified mail pursuant to the Notice provisions of this Agreement. 10.3 Providing Certificates of Insurance and Endorsements. Prior to City's execution of this Agreement, Contractor will furnish certificates of insurance and endorsements to City. 10.4 Failure to Maintain Coverage. If Contractor fails to maintain any of these insurance coverages, then City will have the option to declare Contractor in breach or may purchase replacement insurance or pay the premiums that are due on existing policies in order to maintain the required coverages. Contractor is responsible for any payments made by City to obtain or maintain insurance and City may collect these payments from Contractor or deduct the amount paid from any sums due Contractor under this Agreement. 10.5 Submission of Insurance Policies. City reserves the right to require, at any time, complete and certified copies of any or all required insurance policies and endorsements. 11.BUSINESS LICENSE Contractor will obtain and maintain a City of Carlsbad Business License for the term of the Agreement, as may be amended from time-to-time. 12.ACCOUNTING RECORDS Contractor will maintain complete and accurate records with respect to costs incurred under this Agreement. All records will be clearly identifiable. Contractor will allow a representative of City during normal business hours to examine, audit, and make transcripts or copies of records and any other documents created pursuant to this Agreement. Contractor will allow inspection of all work, data, documents, proceedings, and activities related to the Agreement for a period of four (4) years from the date of final payment under this Agreement. 13.OWNERSHIP OF DOCUMENTS All work products produced by Contractor or its agents, employees, and subcontractors pursuant to this Agreement is the property of City. In the event this Agreement is terminated, all work product produced by Contractor or its agents, employees and subcontractors pursuant to this Agreement will be delivered at once to City. Contractor will have the right to make one (1) copy of the work product for Contractor’s records. 14.COPYRIGHTS Contractor agrees that all copyrights that arise from the services will be vested in City and Contractor relinquishes all claims to the copyrights in favor of City. Docusign Envelope ID: D5DB4D18-2A56-4907-9762-C01461360376 Page 5 City Attorney Approved Version 9/3/2025 15.NOTICES The names of the persons who are authorized to give written notice or to receive written notice on behalf of the City and on behalf of Contractor under this Agreement are: For City: For Contractor: Title Senior Management Analyst Name Leah Boyer Dept Community Development Title Contract Manager Address CITY OF CARLSBAD Address 3111 Camino del Río North, Ste 600 1635 Faraday Ave San Diego, CA 92108 Address Carlsbad, CA 92008 Phone (619) 308-9333 x152 Phone (442) 339-2615 Email lboyer@reconenvironmental.com Each party will notify the other immediately of any changes of address that would require any notice or delivery to be directed to another address. 16.CONFLICT OF INTEREST Contractor shall file a Conflict-of-Interest Statement with the City Clerk in accordance with the requirements of the City of Carlsbad Conflict of Interest Code. Contractor shall report investments or interests as required in the City of Carlsbad Conflict of Interest Code. Yes ☐ No ☒ If yes, list the contact information below for all individuals required to file: Name Email Phone Number 17.GENERAL COMPLIANCE WITH LAWS Contractor will keep fully informed of federal, state, and local laws and ordinances, and regulations which in any manner affect those employed by Contractor, or in any way affect the performance of the Services by Contractor. Contractor will at all times observe and comply with these laws, ordinances, and regulations and will be responsible for the compliance of Contractor's services with all applicable laws, ordinances and regulations. Contractor will be aware of the requirements of the Immigration Reform and Control Act of 1986 and will comply with those requirements, including, but not limited to, verifying the eligibility for employment of all agents, employees, subcontractors and consultants whose services are required by this Agreement. Docusign Envelope ID: D5DB4D18-2A56-4907-9762-C01461360376 City Attorney Approved Version 10/23/2025 Page 6 18.SEVERABILITY If any term or portion of this Agreement is held to be invalid, illegal, or otherwise unenforceable by a court of competent jurisdiction, the remaining provisions of this Agreement shall continue in full force and effect. 19.CALIFORNIA AIR RESOURCES BOARD (CARB) ADVANCED CLEAN FLEETS REGULATIONS Contractor’s vehicles with a gross vehicle weight rating greater than 8,500 lbs. and light-duty package delivery vehicles operated in California may be subject to the California Air Resources Board (CARB) Advanced Clean Fleets regulations. Such vehicles may therefore be subject to requirements to reduce emissions of air pollutants. For more information, please visit the CARB Advanced Clean Fleets webpage at https://ww2.arb.ca.gov/our-work/programs/advanced-clean-fleets. 20.DISCRIMINATION, HARASSMENT, AND RETALIATION PROHIBITED Contractor will comply with all applicable local, state and federal laws and regulations prohibiting discrimination, harassment, and retaliation. 21.DISPUTE RESOLUTION If a dispute should arise regarding the performance of the Services, the following procedure will be used to resolve any questions of fact or interpretation not otherwise settled by agreement between the parties. Representatives of Contractor or City will reduce such questions, and their respective views, to writing. A copy of such documented dispute will be forwarded to both parties involved along with recommended methods of resolution, which would be of benefit to both parties. The representative receiving the letter will reply to the letter along with a recommended method of resolution within ten (10) business days. If the resolution thus obtained is unsatisfactory to the aggrieved party, a letter outlining the disputes will be forwarded to the City Manager. The City Manager will consider the facts and solutions recommended by each party and may then opt to direct a solution to the problem. In such cases, the action of the City Manager will be binding upon the parties involved, although nothing in this procedure will prohibit the parties from seeking remedies available to them by law. 22.TERMINATION In the event of Contractor's failure to prosecute, deliver, or perform the Services, City may terminate this Agreement for nonperformance by notifying Contractor by certified mail of the termination. If City decides to abandon or indefinitely postpone the work or services contemplated by this Agreement, City may terminate this Agreement upon written notice to Contractor. Upon notification of termination, Contractor has five (5) business days to deliver any documents owned by City and all work in progress to City address contained in this Agreement. City will make a determination of fact based upon the work product delivered to City and of the percentage of work that Contractor has performed which is usable and of worth to City in having the Agreement completed. Based upon that finding City will determine the final payment of the Agreement. City may terminate this Agreement by tendering thirty (30) days written notice to Contractor. Contractor may terminate this Agreement by tendering thirty (30) days written notice to City. In the event of termination of this Agreement by either party and upon request of City, Contractor will assemble the work product and put it in order for proper filing and closing and deliver it to City. Contractor will be paid for work performed to the termination date; however, the total will not exceed the lump sum fee payable under this Agreement. City will make the final determination as to the portions of tasks completed and the compensation to be made. Docusign Envelope ID: D5DB4D18-2A56-4907-9762-C01461360376 City Attorney Approved Version 10/23/2025 Page 7 23.COVENANTS AGAINST CONTINGENT FEES Contractor warrants that Contractor has not employed or retained any company or person, other than a bona fide employee working for Contractor, to solicit or secure this Agreement, and that Contractor has not paid or agreed to pay any company or person, other than a bona fide employee, any fee, commission, percentage, brokerage fee, gift, or any other consideration contingent upon, or resulting from, the award or making of this Agreement. For breach or violation of this warranty, City will have the right to annul this Agreement without liability, or, in its discretion, to deduct from the Agreement price or consideration, or otherwise recover, the full amount of the fee, commission, percentage, brokerage fees, gift, or contingent fee. 24.CLAIMS AND LAWSUITS By signing this Agreement, Contractor agrees that any Agreement claim submitted to City must be asserted as part of the Agreement process as set forth in this Agreement and not in anticipation of litigation or in conjunction with litigation. Contractor acknowledges that if a false claim is submitted to City, it may be considered fraud and Contractor may be subject to criminal prosecution. Contractor acknowledges that California Government Code Sections 12650 et seq., the False Claims Act applies to this Agreement and provides for civil penalties where a person knowingly submits a false claim to a public entity. These provisions include false claims made with deliberate ignorance of the false information or in reckless disregard of the truth or falsity of information. If City seeks to recover penalties pursuant to the False Claims Act, it is entitled to recover its litigation costs, including attorney’s fees. Contractor acknowledges that the filing of a false claim may subject Contractor to an administrative debarment proceeding as the result of which Contractor may be prevented to act as a Contractor on any public work or improvement for a period of up to five (5) years. Contractor acknowledges debarment by another jurisdiction is grounds for City to terminate this Agreement. 25.JURISDICTION AND VENUE This Agreement shall be interpreted in accordance with the laws of the State of California without regard to, or application of, choice of law rules or principles. Any action at law or in equity brought by either of the parties for the purpose of enforcing a right or rights provided for by this Agreement will be tried in a court of competent jurisdiction in the County of San Diego, State of California, and the parties waive all provisions of law providing for a change of venue in these proceedings to any other county. 26.SUCCESSORS AND ASSIGNS It is mutually understood and agreed that this Agreement will be binding upon City and Contractor and their respective successors. Neither this Agreement nor any part of it nor any monies due or to become due under it may be assigned by Contractor without the prior consent of City, which shall not be unreasonably withheld. 27.THIRD PARTY RIGHTS Nothing in this Agreement should be construed to give any rights or benefits to any party other than City and Contractor. 28.ENTIRE AGREEMENT This Agreement, together with any other written document referred to or contemplated by it, along with the purchase order for this Agreement and its provisions, embody the entire Agreement and understanding between the parties relating to the subject matter of it. In case of conflict, the terms of the Agreement supersede the purchase order. Neither this Agreement nor any of its provisions may be amended, modified, waived or discharged except in a writing signed by both parties. This Agreement may be executed in counterparts. Docusign Envelope ID: D5DB4D18-2A56-4907-9762-C01461360376 City Attorney Approved Version 10/23/2025 Page 8 29.AUTHORITY The individuals executing this Agreement and the instruments referenced in it on behalf of Contractor each represent and warrant that they have the legal power, right and actual authority to bind Contractor to the terms and conditions of this Agreement. Executed by Contractor this___________ day of _______________________, 2026. RECON ENVIRONMENTAL INC., a California corporation CITY OF CARLSBAD, a municipal corporation of the State of California By: By: (sign here) Geoff Patnoe City Manager Robert Hobbs – President (print name/title) ATTEST: By: SHERRY FREISINGER, City Clerk (sign here) By: Gina Sisson – CFO/Treasurer Morgen Fry Assistant City Clerk (print name/title) APPROVED AS TO FORM: CINDIE K. McMAHON, City Attorney BY: ________________________________________ C. Dalton SorichAssistant City Attorney March12th Docusign Envelope ID: D5DB4D18-2A56-4907-9762-C01461360376 3/20/2026 3/20/2026 3/23/2026 G. Project Understanding, Overview, and Approach Understanding RECON understands what it takes to provide outstanding on-call environmental planning services to local agencies, particularly the City’s Planning Division. We appreciate this opportunity to continue our work with the City. To further our commitment to the City, we have assembled a team that will excel in meeting the City’s various needs and provide the following services for the City: Assist the City by reviewing and analyzing discretionary applications, CEQA documents, and technical reports; Conduct peer reviews within a two- to three-week period so that the City will be able to meet its 30-day review deadlines; Ensure private and public development projects are in compliance with CEQA requirements; Prepare and/or assist with the preparation of technical surveys and reports; Coordinate with project applicants, other City departments, and/or agencies upon the City’s discretion in order to complete projects in a timely manner; Assist with the preparation for and attendance at public hearings and presentations; Conduct independent research on various land use and planning issues, technical subjects, and/or environmental planning issues, and; Conduct construction and post-construction monitoring on project development sites to meet mitigation and/or restoration requirements. RECON understands the need to be responsive to and supportive of City staff in providing value-added services that will assist the Planning Division with all types of planning and environmental review tasks. EXHIBIT 'A' SCOPE OF SERVICES AND FEE SCHEDULE Docusign Envelope ID: D5DB4D18-2A56-4907-9762-C01461360376 Project Approach for As-Needed Services RECON has proven technical and management procedures in place for optimum efficiency on as-needed contracts, which can be customized as necessary to meet the unique needs of individual clients. Having completed over 100 as-needed contracts and thousands of task orders over the past 20 years, we fully understand the contract needs and quality assurance and schedule control measures required for successful contract execution. This allows us to provide customized service in every stage of the process, from task order development to project initiation through completion. A successful approach to an as-needed contract requires a designated point of contact for all task orders, an understanding of the client’s needs and goals, effective management of all personnel and resources, and a commitment to communication with the client and team members. At RECON, we provide our project managers with the tools and training to be highly efficient and competent on as-needed contracts in order to meet our public agency clients’ needs and serve as an extension of your own staff. The steps below are the foundation of our on-call project management procedures. RECON’s typical project management workflow is illustrated in the following chart. Technical Approach Our multidisciplinary team will address a full range of environmental issues during project planning and design through project approval, implementation, and mitigation. The following table outlines our technical approaches: Task Order Project Initiation Implementation Deliverables Completion •Projectunderstanding •Scope of work •Budget •Schedule •Subs/staffing •Kickoff meeting •Work plandefined •Projectmilestones •Communicationprotocols •Proactivecommunication •Status updates •Depth ofresources •Responsive andsolution-oriented •Technicalreviews •Qualitycontrol •Report &graphicsproduction •Timelysubmittals •Project goalsmet •Defensibledocuments •Agencyapprovalsobtained •Clientsatisfaction Docusign Envelope ID: D5DB4D18-2A56-4907-9762-C01461360376 REC O N ••• V ~ 0 • ~::&"" EE Environmental Planning/Studies RECON Approach Third-Party Peer Reviews RECON’s environmental planners and technical specialists are well-versed in providing third-party peer reviews on a variety of projects. Our standard approach is to perform a thorough read-through of the environmental and/or technical documents, taking into consideration the City’s Informational Bulletin 150, significance thresholds, planning documents and ordinances, and the CEQA Guidelines. For technical reports, our specialists will draw on their understanding of local, state, and federal regulations and protocols specific to their resource topic. We will provide clear and constructive feedback and commentary on the document or report and summarize our general findings in a cover letter. Should concerns arise during our review, we will make these concerns known to the City in a timely matter. Agency Coordination Coordination with City staff and various departments Knowledgeable of City’s procedures, policies, and guidelines for implementing CEQA Interjurisdictional coordination with adjacent jurisdictions and agencies Our professional environmental staff is very knowledgeable in implementing CEQA for public-facing projects that have stakeholder involvement or require concurrence from resource agencies, including the CCC, USACE, Regional Water Quality Control Board (RWQCB), CDFW, and USFWS. Our growing regulatory department has first-hand experience working with regulators such as USACE and can provide streamlining advice to jurisdictions and project applicants seeking advice on navigating the review and permitting protocols for these agencies. RECON also has experience leading multiagency planning efforts and coordinating with both public and private stakeholders and has working relationships with adjacent jurisdictions and other municipalities operating in the County, such as the City of Oceanside, City of Encinitas, City of San Marcos, VWD, California State Parks, San Diego Gas & Electric, and SANDAG. For projects that involve Federal Highway Administration funding, RECON also has experience ensuring reports meet the formatting and content requirements for agencies such as Caltrans. Public Hearings & Planning Commission/City Council Support Technical expertise at public meetings RECON environmental planners, biologists, archaeologists, and noise, air quality, and GHS specialists are well versed in supporting public meetings, including Planning Commission and City Council hearings. In addition, Ninyo & Moore, Fehr & Peers, Heritage, and Saving Sacred Sites are all able to provide an additional layer of technical support at these meetings. RECON planners and specialists are especially adept at providing public presentation and outreach skills while maintaining respectful working relationships with municipality and agency staff. Docusign Envelope ID: D5DB4D18-2A56-4907-9762-C01461360376 REC O N ••• --- Environmental Planning/ Studies RECON Approach Environmental IS/Environmental Documentation Experienced with the following type of documents: Categorical Exemptions IS/MND Environmental Impact Report (EIR) MMRP Finding of No Significant Impact (FONSI) Environmental Assessments (EA) Environmental Impact Statements (EIS) RECON’s environmental analysts have extensive experience preparing multidisciplinary environmental documents under CEQA, NEPA, and related local, state, and federal regulations. Our strong understanding of applicable laws and procedures ensures efficient, accurate, and defensible documentation. When CEQA review is required, RECON works closely with the City to define project scope and determine the appropriate level of environmental documentation. We routinely support clients in applying Categorical Exemptions and preparing Notices of Exemption for maintenance and other exempt activities. For non-exempt projects, we prepare Initial Studies supported by secondary research or project-specific technical analyses. Based on the results, we prepare Negative Declarations, MNDs, or EIRs when impacts cannot be reduced to less than significant. EIRs may address issues such as biological resources, cultural resources, air quality, noise, hydrology, transportation, and other CEQA topic areas identified through project scoping. RECON will also work with City staff to determine appropriate project alternatives for analysis. Following public review, RECON assists the City in preparing responses to comments and finalizing environmental documents, including revisions to the draft and preparation of the MMRP. If federal funding or approval is involved, we can prepare joint CEQA/NEPA documents or standalone NEPA analyses, depending on agency requirements. RECON’s staff has experience preparing EAs, FONSIs, EISs, and a variety of joint CEQA-NEPA documents. Because of our strong understanding of environmental review processes, we are also very adept at preparing concise, clear, and quality peer reviews of CEQA and NEPA documents. Mitigation and Monitoring Plans Biological and cultural resource MMRPs Habitat restoration MMRPs RECON can also prepare, implement, and track an MMRP. The MMRP contains a list of legally defensible mitigation measures and monitoring programs required for each identified significant environmental impact. RECON develops mitigation measures that provide flexibility for changing circumstances and technology while providing a clear implementation trigger and mechanisms for maintaining the effectiveness of the mitigation. RECON’s biological and cultural resource monitors have experience with a variety of public- and private-sector projects. RECON field staff proactively monitor and consult with contractors to help avoid problems before they occur. Our recommendations balance a clear and defensible adherence to the MMRP with the need to proceed Docusign Envelope ID: D5DB4D18-2A56-4907-9762-C01461360376 REC O N Environmental Planning/ Studies RECON Approach with construction on schedule and in accordance with construction plans. Our monitoring team also includes restoration specialists who are experienced in evaluating performance standards for wetland and upland mitigation and providing adaptive management recommendations to ensure project success. Preparation of Technical Studies Cultural resources Air quality/GHG Noise Biological Resources Technical Reports Aquatic Resources Delineations RECON has a team of technical professionals that include archaeologists and historians; air quality and GHG specialists; acousticians; biologists; and wetland, endangered species, and coastal permitting specialists. The technical staff are involved early in the process to identify the proper approach to the evaluation of project effects and possible design measures that can be front-loaded, thereby avoiding or minimizing significant impacts. When design and planning studies are conducted as part of a project, RECON has assisted the local jurisdiction with finding real solutions that can be developed and integrated into implementation plans and programs. Cultural Resources RECON’s cultural resources staff is experienced in field surveys, significance testing, data recovery excavation, documentation of historic resources, historic research, construction monitoring, and Native American consultation, including assistance with Assembly Bill 52 compliance. RECON archaeologists are knowledgeable about CEQA, NEPA, Section 106 of the National Historic Preservation Act (NHPA), the Archaeological Resources Protection Act, and the Native American Graves Protection and Repatriation Act regulations. Staff archaeologists include RPAs and qualified archaeological monitors who have completed surveys and construction monitoring for residential and commercial developments in the City. Air Quality and GHG Analysis With ever-increasing attention and legislation related to air quality and GHG emissions, RECON can provide an evaluation of project construction and operation, incorporating or recommending emission reduction measures to assist the City in meeting and documenting progress toward regional targets. RECON’s air quality and GHG specialists are experienced in evaluating conformance with state and federal criteria pollutant standards and potential increases in criteria air pollutants resulting from public and private development projects and from changes in traffic on roadways. Docusign Envelope ID: D5DB4D18-2A56-4907-9762-C01461360376 REC O N Environmental Planning/ Studies RECON Approach Noise Analysis RECON’s acousticians can also model construction and operation noise based on the City’s noise ordinance. Similar to other services provided by RECON, the team will start with constraints and modeling, complete technical reports, and can also see the project through construction monitoring and compliance. Biological Resources RECON employs one of the largest groups of biologists in southern California, which allows us to provide high-quality and comprehensive biological technical reports. RECON provides third party reviews, biological surveys and monitoring services. Our biologists have strong credentials, including decades of experience writing biological technical reports for public-sector clients, including Carlsbad. We understand the complexities of biological impact analysis and work closely with our GIS staff to ensure accurate and precise data is presented in our reports. We also understand the importance of the City’s Habitat Management Plan in implementing the MHCP and are well-versed in various mitigation ratios, and requirements related to habitat creation versus substantial restoration of impacts to sensitive natural communities. We’ve also worked closely with our sub-consultant Spurlock to develop conceptual restoration plans for public projects in Carlsbad. Aquatic Resources Delineations RECON’s regulatory permitting group specializes in aquatic resources delineations and reports. Our focused regulatory specialists are trained by RECON’s regulatory permitting director, Shanti Santulli, who has reviewed and conducted hundreds of delineations and aquatic resources delineation reports (ARDR) on behalf of USACE during her time as a USACE senior regulator/team lead, during multiple peer reviews as a consultant, and also as a wetland delineation instructor with the Wetland Training Institute. RECON’s regulatory specialists conduct their formal aquatic resources delineations, including wetlands and non-wetland waters, per agency-approved methodologies and guidance including the 1987 Corps of Engineers Wetland Delineation Manual, 2008 Regional Supplement to the Corps of Engineers Wetland Delineation Manual: Arid West Region (Version 2.0), 2025 National Ordinary High Water Mark Field Delineation Manual for Rivers and Streams, 2024 Stream Duration Assessment Methods for the Arid West and Western Mountains of the United States of America, 2025 USACE Recommended Minimum Standards for Aquatic Resource Delineation Docusign Envelope ID: D5DB4D18-2A56-4907-9762-C01461360376 REC O N Environmental Planning/ Studies RECON Approach Reports (Minimum Standards), and the State Wetland Definition and Procedures for Discharges of Dredged or Fill Material to Waters of the State. CDFW. With RECON’s extensive knowledge of field delineation and ARDR requirements, our staff are well-suited and experienced in conducting peer reviews of ARDRs to ensure these reports meet the agencies needs for efficient review and permitting processes. Agency Permitting RECON has experience with the types of aquatic resource and endangered/threatened species permits and notifications that may be required for City projects. RECON’s regulatory specialists have prepared and processed federal, state, and local permit applications and successfully obtained permits under Sections 404 and 401 of the Clean Water Act and Streambed Alteration Agreements from the CDFW under Section 1600 of the California Fish and Game Code. RECON’s long-standing relationships with USACE, CDFW, and the RWQCB are invaluable in processing the regulatory permits in a timely manner. Our regulatory specialists have worked on several on-call contracts and have a practical hands-on understanding of the sensitive species, policies, procedures, and regulations of federal and state resource agencies. Where projects require coordination with additional federal agencies such as USFWS, RECON will ensure that the schedule and regulatory documents meet the necessary requirements to ensure an efficient process. We assist with Section 7 consultations, Section 10(a) incidental take permits, and Section 2081 permits under the federal and state endangered species acts for projects that do not have coverage through a Natural Communities Conservation Plan. Biological Surveys Surveys in accordance with: City’s Guidelines for Biological Studies Habitat Management Plan for Natural Communities in the City RECON biologists have experience in conducting general biological resource surveys within the City and throughout southern California. All biological resources are surveyed and evaluated in accordance with the City of Carlsbad’s Guidelines for Biological Studies (2008) and the Habitat Management Plan for Natural Communities in the City of Carlsbad (2004). RECON biologists also have the necessary permits and experience for conducting surveys for HMP covered species, including (but not limited to) San Diego fairy shrimp, Riverside fairy shrimp, burrowing owl, coastal California gnatcatcher, least Bell’s vireo, and rare plants. Most of our biologists hold ESA recovery permits from the USFWS and/or scientific collecting permits from the CDFW allowing us to provide specialized surveys for these and other threatened and endangered species. Docusign Envelope ID: D5DB4D18-2A56-4907-9762-C01461360376 REC O N Environmental Planning/ Studies RECON Approach Biological Monitoring Identification and inventories of biological resources Long-term management of conserved open spaces RECON has provided and continues to provide restoration planning and implementation services throughout the City under several contracts, both with the City and with private clients. RECON implemented and is now maintaining the habitat mitigation for the Poinsettia 61 development, which includes onsite mitigation areas within an approximately 35-acre onsite preserve, and offsite mitigation areas at the City-owned Aviara Park and Veterans Park. RECON also implemented and is now maintaining a mitigation project within the Carlsbad Oaks North preserve; the mitigation is associated with the Santianna Senior Living facility. Additionally, RECON provides preserve management and monitoring services for The Ranch HOA, which includes quarterly monitoring visits and as-needed targeted invasive species control. Finally, RECON was contracted by the City to prepare the mitigation plan for the Veterans Memorial Park project. As part of these projects, RECON regularly coordinates with the City’s Environmental Sustainability Department, the City’s Park and Recreation Department, and with several of the City’s preserve managers, including the San Diego Habitat Conservancy and the Center for Natural Lands Management. Several of RECON’s projects were featured during the City’s HMP annual meeting in 2025. Sustainability Research Greenhouse gas inventories Climate Action Plans RECON’s expertise has been sought after on master plans, general plans, transportation plans, roadway and bridge improvements, and other sustainable community strategies. RECON specialists have prepared program-level GHG analysis for a variety of planning documents in the southern California region that include emission inventories, GHG emission calculations, and an analysis of GHG reduction measures and plan consistency. RECON has also prepared project-level GHG analyses within the City to include construction and operational GHG emission calculations as well as preparation of the City’s CAP Consistency Checklist, which was most recently revised in 2024. Docusign Envelope ID: D5DB4D18-2A56-4907-9762-C01461360376 REC O N Project Management Approach Ms. Boyer will serve as Contract Manager and primary point of contact for this on-call environmental services contract. With extensive experience supporting public agencies, including the City with our existing contract, Ms. Boyer brings strong environmental planning expertise, a clear understanding of local priorities, and excellent communication and critical-thinking skills. She will provide attentive, responsive project management and maintain consistent coordination with City’s contract administrator and planning staff throughout each task order. Ms. Spar will serve as the Technical Advisor, ensuring appropriate staffing, providing senior-level technical oversight, and leading Quality Assurance (QA)/Quality Control (QC) for all deliverables. She will support strategic decision-making and confirm that each task is completed within its authorized scope, schedule, and budget. Ms. Boyer and Ms. Spar will be supported by RECON’s team of project managers, technical specialists, and trusted subconsultants, enabling the City to access fully integrated environmental services as an extension of City staff. Before task order preparation, Ms. Boyer and Ms. Spar will coordinate with City staff to confirm project needs, priorities, and expected outcomes. For each task order, Ms. Boyer will prepare a detailed scope, schedule, and cost estimate for City review, relying on RECON’s in-house and subconsultant technical expertise to ensure compliance with City, state, and federal environmental requirements. Once a task begins, Ms. Boyer will convene a kickoff meeting to confirm communication protocols, refine scope, establish the project schedule, and identify any data needs. She will maintain regular check-ins with the project team to track milestones, discuss emerging issues, and develop timely solutions to avoid delays. Task managers will be assigned based on the nature and complexity of each task order. For larger efforts, additional technical specialists may support the task manager. Support staff will be assigned to field work, GIS, graphics, and report preparation to ensure all deliverables progress efficiently and concurrently. As the Contract Manager, Ms. Boyer will coordinate with the task managers to maintain close communication with the City through calls, emails, virtual meetings, and progress updates. Any changes to the scope of work will be discussed with and approved by the City prior to implementation. Assumptions for City-Provided Services RECON looks forward to maintaining a collaborative and communicative partnership with the City, working closely with staff to ensure all environmental needs are fully met. With the combined expertise of our in-house specialists and trusted subconsultants, we provide comprehensive, full-service support across all tasks. As part of this partnership, we rely on the City to facilitate certain administrative responsibilities, such as publishing, processing, and printing public notices for environmental documents, while we focus on delivering high-quality technical work and responsive project management. Leah Boyer, Contract Manager RECON Environmental, Inc. 3111 Camino del Rio North, Suite 600 San Diego, CA 92108 (619) 308-9333 x152lboyer@reconenvironmental.com RECON CONTACT Docusign Envelope ID: D5DB4D18-2A56-4907-9762-C01461360376 REC O N LABOR CATEGORY FY26 Rates Optional Year 1 Option Year 2 ENVIRONMENTAL 3% Increase 3% Increase ENVIRONMENTAL PRINCIPAL $260.00 $267.80 $275.83 ENVIRONMENTAL DIRECTOR $240.00 $247.20 $254.62 ENVIRONMENTAL PROGRAM MANAGER $225.00 $231.75 $238.70 SENIOR PROJECT MANAGER $210.00 $216.30 $222.79 SENIOR $195.00 $200.85 $206.88 ASSOCIATE PROJECT MANAGER $180.00 $185.40 $190.96 ASSOCIATE $165.00 $169.95 $175.05 BIOLOGICAL FIELD COORDINATOR $155.00 $159.65 $164.44 ANALYST III $150.00 $154.50 $159.14 ANALYST II $137.00 $141.11 $145.34 ANALYST I $123.00 $126.69 $130.49 ASSISTANT $109.00 $112.27 $115.64 RESOURCE MONITOR $97.00 $99.91 $102.91 RESTORATION RESTORATION DIRECTOR $225.00 $231.75 $238.70 RESTORATION SPECIALIST $180.00 $185.40 $190.96 RESTORATION PROJECT MANAGER $167.00 $172.01 $177.17 RESTORATION ASSOCIATE $155.00 $159.65 $164.44 RESTORATION ANALYST $137.00 $141.11 $145.34 RESTORATION ASSISTANT $109.00 $112.27 $115.64 FIELD DIRECTOR $150.00 $154.50 $159.14 FIELD SUPERVISOR $105.00 $108.15 $111.39 FIELD COORDINATOR $75.00 $77.25 $79.57 FIELD ASSISTANT $75.00 $77.25 $79.57 FOREMAN*$85.00 $87.55 $90.18 FIELD CREW CHIEF*$75.00 $77.25 $79.57 FIELD SPECIALIST TECHNICIAN*$68.00 $70.04 $72.14 FIELD TECHNICIAN*$64.00 $65.92 $67.90 SUPPORT DRONE OPERATOR $180.00 $185.40 $190.96 GIS SUPERVISOR $160.00 $164.80 $169.74 GIS SPECIALIST $135.00 $139.05 $143.22 GIS TECHNICIAN $110.00 $113.30 $116.70 PRODUCTION SUPERVISOR $140.00 $144.20 $148.53 PRODUCTION SPECIALIST III $115.00 $118.45 $122.00 PRODUCTION SPECIALIST II $107.00 $110.21 $113.52 EXPERT WITNESS $340.00 $350.20 $360.71 SENIOR PROJECT ACCOUNTANT/CONTRACTS $165.00 $169.95 $175.05 ASSOCIATE PROJECT ACCOUNTANT/CONTRACTS $126.00 $129.78 $133.67 *Rates applicable to private customers only. Federal and State prevailing wage and local living wage bill rates vary by geographic region. Unless otherwise agreed upon, RECON shall charge, at cost, for vehicles and mileage, out-of-town transportation and expenses, reproduction, delivery charges, and the use of GPS units and tablets, noise meters, and UAV/drone. Docusign Envelope ID: D5DB4D18-2A56-4907-9762-C01461360376 REC O N NINYO & MOORE, A SOCOTEC COMPANY Ninyo & Moore | City of Carlsbad, As-Needed Environmental Services, RFP 26-03 | P03-01411 | November 20, 2025 Schedule of Fees Hourly Charges for Personnel Professional Staff Year 1 Year 2 Year 3 Principal Engineer/Geologist/Environmental Scientist/Certified Industrial Hygienist ....................... $250 $257.50 $265.23 Senior Engineer/Geologist/Environmental Scientist ......................................................................... $235 $242.05 $249.31 Senior Project Engineer/Geologist/Environmental Scientist ............................................................ $220 $226.60 $233.40 Project Engineer/Geologist/Environmental Scientist ........................................................................ $210 $216.30 $222.79 Senior Staff Engineer/Geologist/Environmental Scientist ................................................................ $200 $206.00 $212.18 Staff Engineer/Geologist/Environmental Scientist ............................................................................ $180 $185.40 $190.96 GIS Analyst ....................................................................................................................................... $160 $164.80 $169.74 Technical Illustrator/CAD Operator ................................................................................................... $140 $144.20 $148.53 Field Staff* Certified Asbestos/Lead Technician ................................................................................................. $220 $226.60 $233.40 Field Operations Manager ................................................................................................................ $150 $154.50 $159.14 Nondestructive Examination Technician (UT, MT, LP) .................................................................... $145 $149.35 $153.83 Supervisory Technician ..................................................................................................................... $140 $144.20 $148.53 Special Inspector (Concrete, Masonry, Structural Steel, Welding, and Fireproofing) ..................... $135 $139.05 $143.22 Senior Technician ............................................................................................................................. $135 $139.05 $143.22 Technician ......................................................................................................................................... $130 $133.90 $137.92 Administrative Staff Information Specialist ........................................................................................................................ $120 $123.60 $127.31 Geotechnical/Environmental/Laboratory Assistant ........................................................................... $120 $123.60 $127.31 Data Processor ................................................................................................................................. $ 95 $97.85 $100.79 Other Charges Concrete Coring Equipment (includes technician) .................................................................................................. $ 190/hr Anchor Load Test Equipment (includes technician) ............................................................................................... $ 190/hr GPR Equipment ....................................................................................................................................................... $ 180/hr Inclinometer ............................................................................................................................................................. $ 100/hr State of California Prevailing Wage Surcharge ....................................................................................................... $ 30/hr Hand Auger Equipment ........................................................................................................................................... $ 80/hr Rebar Locator (Pachometer) ................................................................................................................................... $ 25/hr Vapor Emission Kit .................................................................................................................................................. $ 65/kit Nuclear Density Gauge ........................................................................................................................................... $ 12/hr X-Ray Fluorescence ................................................................................................................................................ $ 70/hr PID/FID .................................................................................................................................................................... $ 25/hr Air Sampling Pump .................................................................................................................................................. $ 10/hr Field Vehicle ............................................................................................................................................................ $ 15/hr Expert Witness Testimony ....................................................................................................................................... $ 450/hr Direct Expenses ......................................................................................................................................... Cost plus 15 % Special equipment charges will be provided upon request. Notes Our field services, are charged at a 4-hour minimum, and 8-hour minimum for hours exceeding 4 hours. Overtime rates at 1.5 times the regular rates will be charged for work performed in excess of 8 hours in one day Monday through Friday and all day on Saturday. Rates at twice the regular rates will be charged for all work in excess of 12 hours in one day, all day Sunday and on holidays. *Field services that may be subject to prevailing wage in accordance with AB 1768 and Prevailing Wage Determinations, will be subject to a prevailing wage surcharge as shown in our Schedule of Fees. Our rates will be adjusted in conjunction with the increase in the Prevailing Wage Determination during the life of the project, as applicable. The terms and conditions are included in Ninyo & Moore’s Work Authorization and Agreement form. Docusign Envelope ID: D5DB4D18-2A56-4907-9762-C01461360376 CA16PN Ninyo & Moore | 2025 Laboratory Testing Schedule of Fees for Laboratory Testing SOILS CONCRETE Atterberg Limits, D 4318, CT 204 .............................................................. $ 170 Compression Tests, 6x12 Cylinder, C 39 ................................................... $ 35 California Bearing Ratio (CBR), D 1883 .................................................... $ 550 Concrete Mix Design Review, Job Spec ..................................................... $ 300 Chloride and Sulfate Content, CT 417 & CT 422 ..................................... $ 175 Concrete Mix Design, per Trial Batch, 6 cylinder, ACI ............................... $ 850 Consolidation, D 2435, CT 219 .................................................................. $ 300 Concrete Cores, Compression (excludes sampling), C 42 ....................... $ 120 Consolidation, Hydro-Collapse only, D 2435 ............................................ $ 150 Drying Shrinkage, C 157 .............................................................................. $ 400 Consolidation – Time Rate, D 2435, CT 219 ............................................ $ 200 Flexural Test, C 78 ....................................................................................... $ 85 Direct Shear – Remolded, D 3080 ............................................................ $ 350 Flexural Test, C 293 ..................................................................................... $ 85 Direct Shear – Undisturbed, D 3080 ......................................................... $ 300 Flexural Test, CT 523 ................................................................................... $ 95 Durability Index, CT 229 ............................................................................. $ 175 Gunite/Shotcrete, Panels, 3 cut cores per panel and test, ACI ................ $ 275 Expansion Index, D 4829, IBC 18-3 .......................................................... $ 190 Lightweight Concrete Fill, Compression, C 495 ......................................... $ 80 Expansion Potential (Method A), D 4546 .................................................. $ 170 Petrographic Analysis, C 856 ...................................................................... $ 2,000 Geofabric Tensile and Elongation Test, D 4632 ....................................... $ 200 Restrained Expansion of Shrinkage Compensation .................................. $ 450 Hydraulic Conductivity, D 5084 .................................................................. $ 350 Splitting Tensile Strength, C 496 ................................................................. $ 100 Hydrometer Analysis, D 6913, CT 203 ...................................................... $ 220 3x6 Grout, (CLSM), C 39 ............................................................................. $ 55 Moisture, Ash, & Organic Matter of Peat/Organic Soils ........................... $ 120 2x2x2 Non-Shrink Grout, C 109 ................................................................. $ 55 Moisture Only, D 2216, CT 226 ................................................................. $ 35 Moisture and Density, D 2937 ................................................................... $ 45 ASPHALT Permeability, CH, D 2434, CT 220 ............................................................ $ 300 Air Voids, T 269 ............................................................................................ $ 85 pH and Resistivity, CT 643 ......................................................................... $ 175 Asphalt Mix Design, Caltrans (incl. Aggregate Quality) ............................. $ 4,500 Proctor Density D1557, D 698, CT 216, AASHTO T-180 ........................ $ 220 Asphalt Mix Design Review, Job Spec ....................................................... $ 180 Proctor Density with Rock Correction D 1557 .......................................... $ 340 Dust Proportioning, CT LP-4 ........................................................................ $ 85 R-value, D 2844, CT 301 ........................................................................... $ 375 Extraction, % Asphalt, including Gradation, D 2172, CT 382 .................... $ 250 Sand Equivalent, D 2419, CT 217 ............................................................. $ 125 Extraction, % Asphalt without Gradation, D 2172, CT 382 ........................ $ 150 Sieve Analysis, D 6913, CT 202 ................................................................ $ 145 Film Stripping, CT 302.................................................................................. $ 120 Sieve Analysis, 200 Wash, D 1140, CT 202 ............................................. $ 100 Hveem Stability and Unit Weight D 1560, T 246, CT 366 ......................... $ 225 Specific Gravity, D 854 ............................................................................... $ 125 Marshall Stability, Flow and Unit Weight, T 245 ......................................... $ 240 Thermal Resistivity (ASTM 5334, IEEE 442) ............................................ $ 925 Maximum Theoretical Unit Weight, D 2041, CT 309 .................................. $ 150 Triaxial Shear, C.D, D 4767, T 297 ........................................................... $ 550 Moisture Content, CT 370 ............................................................................ $ 95 Triaxial Shear, C.U., w/pore pressure, D 4767, T 2297 per pt ................ $ 450 Moisture Susceptibility and Tensile Stress Ratio, T 238, CT 371 ............. $ 1,000 Triaxial Shear, C.U., w/o pore pressure, D 4767, T 2297 per pt ....................... $ 350 Slurry Wet Track Abrasion, D 3910 ............................................................. $ 150 Triaxial Shear, U.U., D 2850 ...................................................................... $ 250 Superpave, Asphalt Mix Verification (incl. Aggregate Quality) .................. $ 4,900 Unconfined Compression, D 2166, T 208 ................................................. $ 180 Superpave, Gyratory Unit Wt., T 312 .......................................................... $ 100 Superpave, Hamburg Wheel, 20,000 passes, T 324 ................................. $ 1,000 MASONRY Unit Weight sample or core, D 2726, CT 308 ............................................. $ 100 Brick Absorption, 24-hour submersion, 5-hr boiling, 7-day, C 67 ............ $ 70 Voids in Mineral Aggregate, (VMA) CT LP-2 .............................................. $ 90 Brick Compression Test, C 67 ................................................................... $ 55 Voids filled with Asphalt, (VFA) CT LP-3 .................................................... $ 90 Brick Efflorescence, C 67 ........................................................................... $ 55 Wax Density, D 1188................................................................................... $ 140 Brick Modulus of Rupture, C 67 ................................................................. $ 50 Brick Moisture as received, C 67 ............................................................... $ 45 AGGREGATES Brick Saturation Coefficient, C 67 .............................................................. $ 60 Clay Lumps and Friable Particles, C 142 ................................................... $ 180 Concrete Block Compression Test, 8x8x16, C 140 ................................. $ 70 Cleanness Value, CT 227 ............................................................................ $ 180 Concrete Block Conformance Package, C 90 .......................................... $ 500 Crushed Particles, CT 205 ........................................................................... $ 175 Concrete Block Linear Shrinkage, C 426 .................................................. $ 200 Durability, Coarse or Fine, CT 229 .............................................................. $ 205 Concrete Block Unit Weight and Absorption, C 140 ................................ $ 70 Fine Aggregate Angularity, ASTM C 1252, T 304, CT 234 ....................... $ 180 Cores, Compression or Shear Bond, CA Code ........................................ $ 70 Flat and Elongated Particle, D 4791 ........................................................... $ 220 Masonry Grout, 3x3x6 prism compression, C 39 ..................................... $ 45 Lightweight Particles, C 123 ........................................................................ $ 180 Masonry Mortar, 2x2 cube compression, C 109 ....................................... $ 35 Los Angeles Abrasion, C 131 or C 535 ....................................................... $ 200 Masonry Prism, half size, compression, C 1019 ...................................... $ 120 Material Finer than No. 200 Sieve by Washing, C 117 .............................. $ 90 Masonry Prism, Full size, compression, C 1019 ...................................... $ 200 Organic Impurities, C 40 .............................................................................. $ 90 Potential Alkali Reactivity, Mortar Bar Method, Coarse, C 1260 ............... $ 1,250 REINFORCING AND STRUCTURAL STEEL Potential Alkali Reactivity, Mortar Bar Method, Fine, C 1260 .................... $ 950 Chemical Analysis, A 36, A 615 ................................................................. $ 135 Potential Reactivity of Aggregate (Chemical Method), C 289 ................... $ 475 Fireproofing Density Test, UBC 7-6 .......................................................... $ 90 Sand Equivalent, T 176, CT 217 ................................................................. $ 125 Hardness Test, Rockwell, A 370 ............................................................... $ 80 Sieve Analysis, Coarse Aggregate, T 27, C 136 ........................................ $ 120 High Strength Bolt, Nut & Washer Conformance, Sieve Analysis, Fine Aggregate (including wash), T 27, C 136 ................ $ 145 per assembly, A 325 ............................................................................. $ 150 Sodium Sulfate Soundness, C 88 ............................................................... $ 450 Mechanically Spliced Reinforcing Tensile Test, ACI ................................ $ 175 Specific Gravity and Absorption, Coarse, C 127, CT 206 ......................... $ 115 Pre-Stress Strand (7 wire), A 416 .............................................................. $ 170 Specific Gravity and Absorption, Fine, C 128, CT 207 .............................. $ 175 Reinforcing Tensile or Bend up to No. 11, A 615 & A 706 ...................... $ 75 Structural Steel Tensile Test: Up to 200,000 lbs., A 370 ......................... $ 90 ROOFING Welded Reinforcing Tensile Test: Up to No. 11 bars, ACI ....................... $ 80 Roofing Tile Absorption, (set of 5), C 67 ..................................................... $ 250 Roofing Tile Strength Test, (set of 5), C 67 ................................................ $ 250 Special preparation of standard test specimens will be charged at the technician’s hourly rate. Ninyo & Moore is accredited to perform the AASHTO equivalent of many ASTM test procedures. Docusign Envelope ID: D5DB4D18-2A56-4907-9762-C01461360376 Fehr & Peers reserves the right to change these rates at any time with or without advance notice. 2025-2026 (July 2025 through June 2026) Hourly Billing Rates Classification Hourly Rate Principal $280.00 - $460.00 Senior Associate $240.00 - $335.00 Associate $215.00 - $290.00 Senior Engineer/Planner $165.00 - $240.00 Engineer/Planner $140.00 - $200.00 Senior Engineering Technician $160.00 - $255.00 Senior Project Accountant $125.00 - $190.00 Senior Project Coordinator $135.00 - $225.00 Project Coordinator $120.00 - $190.00 Technician $155.00 - $195.00 Intern $100.00 - $160.00 Other Direct Costs / Reimbursable Expenses are invoiced at cost plus 10% for handling. Personal auto mileage is reimbursed at the current IRS approved rate (70 cents per mile as of Jan 2025). Technology & Security Fee (software licensing, hardware upgrades, secure data storage, etc.) are invoiced and calculated as a percentage of monthly project labor. Docusign Envelope ID: D5DB4D18-2A56-4907-9762-C01461360376 Fehr&Peers Fehr & Peers reserves the right to change these rates at any time with or without advance notice. 2026-2027 (July 2026 through June 2027) Hourly Billing Rates Classification Hourly Rate Principal $288.40 - $473.80 Senior Associate $247.20 - $345.05 Associate $221.45 - $298.70 Senior Engineer/Planner $169.95 - $247.20 Engineer/Planner $144.20 - $206.00 Senior Engineering Technician $164.80 - $262.65 Senior Project Accountant $128.75 - $195.70 Senior Project Coordinator $139.05 - $231.75 Project Coordinator $123.60 - $195.70 Technician $159.65 - $200.85 Intern $103.00 - $164.80 Other Direct Costs / Reimbursable Expenses are invoiced at cost plus 10% for handling. Personal auto mileage is reimbursed at the current IRS approved rate (70 cents per mile as of Jan 2025). Technology & Security Fee (software licensing, hardware upgrades, secure data storage, etc.) are invoiced and calculated as a percentage of monthly project labor. Docusign Envelope ID: D5DB4D18-2A56-4907-9762-C01461360376 Fehr&Peers Fehr & Peers reserves the right to change these rates at any time with or without advance notice. 2027-2028 (July 2027 through June 2028) Hourly Billing Rates Classification Hourly Rate Principal $297.05 - $488.01 Senior Associate $254.62 - $355.40 Associate $228.09 - $307.66 Senior Engineer/Planner $175.05 - $254.62 Engineer/Planner $148.53 - $212.18 Senior Engineering Technician $169.74 - $270.53 Senior Project Accountant $132.61 - $201.57 Senior Project Coordinator $143.22 - $238.70 Project Coordinator $127.31 - $201.57 Technician $164.44 - $206.88 Intern $106.09 - $169.74 Other Direct Costs / Reimbursable Expenses are invoiced at cost plus 10% for handling. Personal auto mileage is reimbursed at the current IRS approved rate (70 cents per mile as of Jan 2025). Technology & Security Fee (software licensing, hardware upgrades, secure data storage, etc.) are invoiced and calculated as a percentage of monthly project labor. Docusign Envelope ID: D5DB4D18-2A56-4907-9762-C01461360376 Fehr&Peers H E R I T A G E A R C H I T E C T U R E & P L A N N I N G 363 FIFTH AVENUE SUITE 300 SAN DIEGO, CA 92101 TEL: 619.239.7888 HERITAGEARCHITECTURE.COM SCHEDULE OF FEES Job Description Hourly Rates Principal $300.00/Hour Associate Principal $270.00/Hour Project Manager/Architect $250.00/Hour Project Historian/Architectural Historian $250.00/Hour Specification Writer $200.00/Hour Assistant Historian $150.00/Hour Designer/Draftsperson $150.00/Hour Field Assistant $140.00/Hour Research Assistant $120.00/Hour Clerical $120.00/Hour Heritage schedule of fees is valid for 12 months. If the project extends beyond 12 months, Heritage reserves the right to increase the fee schedule by 3% on an annual basis. General Terms Hourly rates include provisions for normal overhead costs including benefits, office rental, utilities, insurance, clerical services, and equipment. Reproduction, travel outside of San Diego County, and other non-labor direct costs are billed at cost plus 15%. Automobile travel outside a 30 mile radius from Heritage’s office will be billed at the most current IRS Standard Mileage Rate (SMR). Other Consultants Employed by the Client Coordination of services from consultants employed by the Client usually generates additional coordination work for Heritage Architecture & Planning, not included in the fee. Heritage will provide a separate fee proposal to the Client if additional coordination is necessary. Terms of Payment Heritage’s Schedule of Fees is valid for 12 months. All fees are fixed lump sum unless noted otherwise. Payments for services shall be made monthly in proportion to services performed. Payments are due and payable upon presentation of Heritage’s invoice. Amounts unpaid 30 days after the invoice date shall bear interest at 10% per month or in the absence thereof at the legal rate prevailing from time to time at Heritage’s principal place of business. The Client shall not withhold amounts from Heritage’s compensation to impose a penalty or liquidated damages on Heritage, or to offset sums requested by or paid to contractors for the cost of changes in the Work, unless Heritage agrees or has been found liable for the amounts in a binding dispute resolution proceeding. Docusign Envelope ID: D5DB4D18-2A56-4907-9762-C01461360376 H H E R I T A G E A R C H I T E C T U R E & P L A N N I N G 363 FIFTH AVENUE SUITE 300 SAN DIEGO, CA 92101 TEL: 619.239.7888 HERITAGEARCHITECTURE.COM Reimbursable Expenses Reimbursable Expenses described below will occur, as necessary, and be billed by Heritage on an itemized statement specifying the type of service and/or the material provided, copies of receipts, if applicable, the position of the person providing the service, the person’s hourly rate, the time spent and the cost incurred to provide the service. Funding for the reimbursable expenses is provided to pay Heritage for the various duties described below that do not lend themselves to precise estimation, and for that reason is not included in the Basic Services. Reimbursable Expenses, however, are essential to aid Heritage in the performance of the Basic Services and Additional Services, when authorized. •Printing and reproduction as required by the Consultant. •Automobile Mileage/Travel related costs. •Equipment rental. •Research related costs/fees. •Report reproduction and expendable supplies. •Laboratory Paint Analysis •Chain of Title Docusign Envelope ID: D5DB4D18-2A56-4907-9762-C01461360376 H Saving Sacred Sites A California Non-Profit Corporation 1889 Sunset Drive • Vista, California 92081 (760)724-8505 • FAX (760) 724-2172 November 20, 2025 Saving Sacred Sites Rate Schedule 2025: Billing rate is $80.00 an hour for one monitor, plus IRS current standard rates to date (which are subject to change).655. If you should have any questions please feel free to contact me. Best, Cami Mojado Cultural Resource Management Specialist & Project Director Saving Sacred Sites | Vista, CA Mobile: (760) 917-1736 cmslrmissionindians@gmail.com Docusign Envelope ID: D5DB4D18-2A56-4907-9762-C01461360376 S P U R L O C K 2122 Hancock Street San Diego, California 92110 619.681.0090 spurlock-land.com S T A N D A R D H O U R L Y R A T E S Spurlock Landscape Architects will provide professional services at the following hourly rates: Principal 225.00 / hour Project Manager 175.00 / hour Job Captain 150.00 / hour Landscape Designer 125.00 / hour Administrator 90.00 / hour Intern 75.00 / hour Annual increase of 3% rates current as of March 2025 Docusign Envelope ID: D5DB4D18-2A56-4907-9762-C01461360376 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. INSURER(S) AFFORDING COVERAGE INSURER F : INSURER E : INSURER D : INSURER C : INSURER B : INSURER A : NAIC # NAME:CONTACT (A/C, No):FAX E-MAILADDRESS: PRODUCER (A/C, No, Ext):PHONE INSURED REVISION NUMBER:CERTIFICATE NUMBER:COVERAGES IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. OTHER: (Per accident) (Ea accident) $ $ N / A SUBR WVD ADDL INSD THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THISCERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. $ $ $ $PROPERTY DAMAGE BODILY INJURY (Per accident) BODILY INJURY (Per person) COMBINED SINGLE LIMIT AUTOS ONLY AUTOSAUTOS ONLY NON-OWNED SCHEDULEDOWNED ANY AUTO AUTOMOBILE LIABILITY Y / N WORKERS COMPENSATION AND EMPLOYERS' LIABILITY OFFICER/MEMBER EXCLUDED?(Mandatory in NH) DESCRIPTION OF OPERATIONS belowIf yes, describe under ANY PROPRIETOR/PARTNER/EXECUTIVE $ $ $ E.L. DISEASE - POLICY LIMIT E.L. DISEASE - EA EMPLOYEE E.L. EACH ACCIDENT EROTH-STATUTEPER LIMITS(MM/DD/YYYY)POLICY EXP(MM/DD/YYYY)POLICY EFFPOLICY NUMBERTYPE OF INSURANCELTRINSR DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) EXCESS LIAB UMBRELLA LIAB $EACH OCCURRENCE $AGGREGATE $ OCCUR CLAIMS-MADE DED RETENTION $ $PRODUCTS - COMP/OP AGG $GENERAL AGGREGATE $PERSONAL & ADV INJURY $MED EXP (Any one person) $EACH OCCURRENCE DAMAGE TO RENTED $PREMISES (Ea occurrence) COMMERCIAL GENERAL LIABILITY CLAIMS-MADE OCCUR GEN'L AGGREGATE LIMIT APPLIES PER: POLICY PRO-JECT LOC CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) CANCELLATION AUTHORIZED REPRESENTATIVE ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. CERTIFICATE HOLDER The ACORD name and logo are registered marks of ACORD HIREDAUTOS ONLY 6/24/2025 Cavignac451 A Street, Suite 1800San Diego CA 92101 Certificate Department 619-234-6848 619-234-8601 certificates@cavignac.com Continental Insurance Company 35289 RECONEN001 Amer Cas. Co of Reading, PA 20427RECON Environmental, Inc.3111 Camino del Rio N Ste 600San Diego, CA 92108 National Fire Insurance CO. of Hartford 20478 Indian Harbor Insurance Co.36940 1509012896 A X 1,000,000 X 1,000,000 15,000 1,000,000 2,000,000 X Y 7034143706 7/1/2025 7/1/2026 2,000,000 A 1,000,000 X X X 7034143723 7/1/2025 7/1/2026 A X X 10,000,00070341437547/1/2025 7/1/2026 10,000,000 X 10,000 BC XYWC 7 34143740WC 7 34143737 7/1/20257/1/2025 7/1/20267/1/2026 1,000,000 1,000,000 1,000,000 ADD Business Personal PropertyProfessional LiabilityPollution Liability 7034143706PEC005703205PEC005703205 7/1/20257/1/20257/1/2025 7/1/20267/1/20267/1/2026 LimitEach Claim/AggregateEach Claim/Aggregate $1,225,000$2M/$4M$2M/$4M RE: All Projects. Additional Insured coverage applies to General Liability for The City of Carlsbad/CMWD per policy form. Waiver of subrogation applies toWorkers Compensation per policy form. Professional Liability - Claims made form, defense costs included within limit. Excess/Umbrella policy follows form overunderlying policies: General Liability, Auto Liability & Employers Liability (additional insured and waiver of subrogation apply when afforded on underlyingpolicies). Property - Special form, replacement cost. If the insurance company elects to cancel or non-renew coverage for any reason other than nonpayment ofpremium they will provide 30 days notice of such cancellation or nonrenewal. The City of Carlsbad/CMWDc/o EXIGIS Insurance Compliance ServicesP.O. Box 947Murrieta CA 92564 Docusign Envelope ID: D5DB4D18-2A56-4907-9762-C01461360376 ACORD® I ~ I ~ □ □ ~ ~ Fl □ □ ~ ~ ~ ~ ~ ~ ~ ~ H I I I I I □ I &1$3$5$02817 7034143706 The Continental Insurance Co. RECON Environmental, Inc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³DULVLQJRXWRI´ODQJXDJH WKHQSDUDJUDSKDERYHLVGHOHWHGLQLWVHQWLUHW\DQGUHSODFHGE\WKHIROORZLQJ LVDPHQGHGWRLQFOXGHDVDQDQ\SHUVRQRURUJDQL]DWLRQZKRP\RXDUHUHTXLUHGE\WRDGGDVDQDGGLWLRQDOLQVXUHGRQWKLVEXWRQO\ZLWKUHVSHFWWROLDELOLW\IRU RUDULVLQJRXWRIWKDWLVVXEMHFWWRVXFK Docusign Envelope ID: D5DB4D18-2A56-4907-9762-C01461360376 &1$3$5$02817 7034143706 The Continental Insurance Co. RECON Environmental, Inc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ocusign Envelope ID: D5DB4D18-2A56-4907-9762-C01461360376 &1$3$5$02817 7034143706 The Continental Insurance Co. RECON Environmental, Inc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ocusign Envelope ID: D5DB4D18-2A56-4907-9762-C01461360376 &1$3$5$02817 $UFKLWHFWV(QJLQHHUV DQG 6XUYH\RUV *HQHUDO /LDELOLW\([WHQVLRQ (QGRUVHPHQW E\WKH LQGHPQLWHH DW WKH ,QVXUHU V UHTXHVW ZLOO EH SDLG DV GHIHQVH FRVWV6XFK SD\PHQWV ZLOO QRW EH GHHPHG WR EH GDPDJHV IRU SHUVRQDO DQG DGYHUWLVLQJ LQMXU\DQG ZLOO QRW UHGXFH WKH OLPLWV RI LQVXUDQFH &7KLV 3(5621$/$1'$'9(57,6,1*,1-85</,0,7('&2175$&78$//,$%,/,7<3URYLVLRQ GRHV QRW DSSO\ LI &RYHUDJH %±3HUVRQDO DQG $GYHUWLVLQJ ,QMXU\/LDELOLW\LV H[FOXGHG E\DQRWKHU HQGRUVHPHQW DWWDFKHG WR WKLV &RYHUDJH 3DUW 7KLV 3(5621$/$1'$'9(57,6,1*,1-85<&2175$&78$//,$%,/,7<3URYLVLRQ GRHV QRW DSSO\WR DQ\ SHUVRQ RU RUJDQL]DWLRQ ZKR RWKHUZLVH TXDOLILHV DV DQ DGGLWLRQDO LQVXUHG RQ WKLV &RYHUDJH 3DUW 3523(57<'$0$*(±(/(9$7256 $8QGHU &29(5$*(6&RYHUDJH $±%RGLO\,QMXU\DQG 3URSHUW\'DPDJH /LDELOLW\WKH SDUDJUDSK HQWLWOHG ([FOXVLRQV LV DPHQGHG VXFK WKDW WKH 'DPDJH WR <RXU 3URGXFW ([FOXVLRQ DQG VXESDUDJUDSKV DQG RI WKH 'DPDJH WR 3URSHUW\([FOXVLRQ GR QRW DSSO\WR SURSHUW\GDPDJH WKDW UHVXOWV IURP WKH XVH RI HOHYDWRUV %6ROHO\IRU WKH SXUSRVH RI WKH FRYHUDJH SURYLGHG E\WKLV 3523(57<'$0$*(±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±&29(5$*(6 $ $1' %LV DPHQGHG DV IROORZV $3DUDJUDSK ELV DPHQGHG WR GHOHWH WKH OLPLW VKRZQ IRU WKH FRVW RI EDLO ERQGV DQG UHSODFH LW ZLWK D OLPLWDQG %3DUDJUDSK GLV DPHQGHG WR GHOHWH WKH OLPLW RI VKRZQ IRU GDLO\ ORVV RI HDUQLQJV DQG UHSODFH LW ZLWK D OLPLW 81,17(17,21$/)$,/85(72 ',6&/26(+$=$5'6 ,I WKH 1DPHG ,QVXUHG XQLQWHQWLRQDOO\IDLOV WR GLVFORVH DOO H[LVWLQJ KD]DUGV DW WKH LQFHSWLRQ GDWH RI WKH 1DPHG ,QVXUHG V &RYHUDJH 3DUWWKH ,QVXUHU ZLOO QRW GHQ\FRYHUDJH XQGHU WKLV &RYHUDJH 3DUW EHFDXVH RI VXFK IDLOXUH :$,9(5 2)68%52*$7,21 %/$1.(7 8QGHU &21',7,216WKH FRQGLWLRQ HQWLWOHG 7UDQVIHU 2I 5LJKWV 2I 5HFRYHU\$JDLQVW 2WKHUV 7R 8V LV DPHQGHG WR DGG WKH IROORZLQJ 7KH ,QVXUHU ZDLYHV DQ\ULJKW RI UHFRYHU\WKH ,QVXUHU PD\KDYH DJDLQVW DQ\SHUVRQ RU RUJDQL]DWLRQ EHFDXVH RISD\PHQWV WKH ,QVXUHU PDNHV IRU LQMXU\RU GDPDJH DULVLQJ RXW RI WKH 1DPHG ,QVXUHG V RQJRLQJ RSHUDWLRQVRU \RXU ZRUN LQFOXGHG LQ WKH SURGXFWVFRPSOHWHG RSHUDWLRQV KD]DUG +RZHYHUWKLV ZDLYHU DSSOLHV RQO\ZKHQ WKH 1DPHG ,QVXUHG KDV DJUHHG LQ ZULWLQJ WR ZDLYH VXFK ULJKWV RI UHFRYHU\LQ D ZULWWHQ FRQWUDFW RU ZULWWHQ DJUHHPHQWDQG RQO\LI VXFK FRQWUDFW RU DJUHHPHQW 3ROLF\ 1R 7034143706 &1$;; 3DJH RI CONTINENTAL CASUALTY COMPANY ,QVXUHG 1DPH RECON Environmental, Inc. &RS\ULJKW &1$$OO 5LJKWV 5HVHUYHG ,QFOXGHV FRS\ULJKWHG PDWHULDO RI ,QVXUDQFH 6HUYLFHV 2IILFH ,QF ZLWK LWV SHUPLVVLRQ :$,9(5 2)68%52*$7,21 %/$1.(7 Docusign Envelope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±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nvironmental, Inc. &RS\ULJKW &1$$OO 5LJKWV 5HVHUYHG ,QFOXGHV FRS\ULJKWHG PDWHULDO RI ,QVXUDQFH 6HUYLFHV 2IILFH ,QF ZLWK LWV SHUPLVVLRQ Docusign Envelope ID: D5DB4D18-2A56-4907-9762-C01461360376 CNA iiiiiiii -!!!!!!!!!!!!!!! -- Docusign Envelope ID: D5DB4D18-2A56-4907-9762-C01461360376 II Policy No. WC 7 34143740 Docusign Envelope ID: D5DB4D18-2A56-4907-9762-C01461360376 CNA II Policy No. WC 7 34143737 Docusign Envelope ID: D5DB4D18-2A56-4907-9762-C01461360376 CNA II