Loading...
HomeMy WebLinkAboutRECON Environmental Inc; 2026-04-13; Page 1 City Attorney Approved Version 5/30/2025 AGREEMENT FOR VETERANS MEMORIAL PARK AS-NEEDED CONSTRUCTION ADMINISTRATION SERVICES RECON ENVIRONMENTAL, INC. THIS AGREEMENT (“Agreement”) is made and entered into as of the ______________ day of _________________________, 20___, 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 construction‑phase support services for public park projects, including assistance with Requests for Information, bidding inquiries, and construction‑related coordination. B. Contractor has the necessary experience in providing professional services and advice related to construction phase administration and coordination with design consultants, including support for updates to landscape and irrigation plan documents. C. Contractor has submitted a proposal to City and has affirmed its willingness and ability to perform such work. 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 two (2) years from the date first above written. The City Manager may amend the Agreement to extend it for one (1) additional term of two (2) years or parts of a year. Extensions will be based upon a satisfactory review of Contractor's performance, City needs, and appropriation of funds by the City Council. The parties will prepare a written amendment indicating the effective date and length of the extended Agreement. 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 forty-five thousand dollars ($45,000) per Agreement year. No other compensation for the Services will be allowed except for items covered by subsequent amendments to this Agreement. If City elects to extend the Agreement, the amount shall not exceed forty-five thousand dollars ($45,000) per Agreement year. Docusign Envelope ID: 25716EFA-B584-4E3F-9E8A-8869946E5CBB April 13th 26 Page 2 City Attorney Approved Version 5/30/2025 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. CONSTRUCTION MANAGEMENT SOFTWARE Procore Project Management and Collaboration System. This project may utilize City’s Procore (www.procore.com) online project management and document control platform. The intent of utilizing Procore is to reduce cost and schedule risk, improve quality and safety, and maintain a healthy team dynamic by improving information flow, reducing non-productive activities, reducing rework and decreasing turnaround times. Contractor is required to create a free web-based Procore user account(s) and utilize web-based training / tutorials (as needed) to become familiar with the system. Unless the Engineer approves otherwise, Contractor shall process all project documents through Procore because this platform will be used to submit, track, distribute and collaborate on project. If unfamiliar or not otherwise trained with Procore, Contractor and applicable team members shall complete a free training certification course located at http://learn.procore.com/procore-certification-subcontractor. Contractor is responsible for obtaining Contractor’s own Procore support, as needed, either through the online training or reaching out to the Procore support team. It will be the responsibility of Contractor to regularly check Procore and review updated documents as they are added. There will be no cost to Contractor for use of Procore. It is recommended that Contractor provide mobile access for Windows, iOS located at https://apps.apple.com/us/app/procore-construction-management/id374930542 or Android devices located at https://play.google.com/store/apps/details?id=com.procore.activities with the Procore App installed to at least one on-site individual to provide real-time access to current posted drawings, specifications, requests for information, submittals, schedules, change orders, project documents, as well as any deficient observations or punch list items. Providing mobile access will improve communication, efficiency, and productivity for all parties. The use of Procore for project management does not relieve Contractor of any other requirements as may be specified in this Agreement. 7. 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 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. Docusign Envelope ID: 25716EFA-B584-4E3F-9E8A-8869946E5CBB Page 3 City Attorney Approved Version 5/30/2025 8. 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. 9. OTHER CONTRACTORS City reserves the right to employ other Contractors in connection with the Services. 10. INDEMNIFICATION Contractor agrees to defend (with counsel approved by City), indemnify, and hold harmless City and its officers, elected and appointed officials, employees and volunteers from and against all claims, damages, losses and expenses including attorneys 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 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. 11. 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. Docusign Envelope ID: 25716EFA-B584-4E3F-9E8A-8869946E5CBB Page 4 City Attorney Approved Version 5/30/2025 11.1 Coverages and Limits. Contractor will maintain the types of coverages 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. 11.1.1 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. 11.1.2 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. 11.1.3 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. 11.1.4 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. 11.2 Additional Provisions. Contractor will ensure that the policies of insurance required under this Agreement contain, or are endorsed to contain, the following provisions: 11.2.1 City will be named as an additional insured on Commercial General Liability which shall provide primary coverage to City. 11.2.2 Contractor will obtain occurrence coverage, excluding Professional Liability, which will be written as claims-made coverage. 11.2.3 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. 11.2.4 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. 11.3 Providing Certificates of Insurance and Endorsements. Prior to City's execution of this Agreement, Contractor will furnish certificates of insurance and endorsements to City. 11.4 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 Docusign Envelope ID: 25716EFA-B584-4E3F-9E8A-8869946E5CBB Page 5 City Attorney Approved Version 5/30/2025 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. 11.5 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. 12. 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. 13. 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. 14. OWNERSHIP OF DOCUMENTS All work product 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. 15. 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. 16. NOTICES The name of the persons who are authorized to give written notice or to receive written notice on behalf of City and on behalf of Contractor under this Agreement are: For City: For Contractor: Name Nick Stupin Name Katy Chappaz Title Park Planning Manager Title Project Manager Dept Parks & Recreation Address 3111 Camino Del Rio North, Suite 600 CITY OF CARLSBAD San Diego, CA 92108 Address 3096 Harding St. Phone 619-308-9333 Carlsbad, CA 92008 Email kchappaz@reconenvironmental.com Phone 442-339-2527 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. Docusign Envelope ID: 25716EFA-B584-4E3F-9E8A-8869946E5CBB City Attorney Approved Version 5/30/2025 Page 6 17. 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 Katy Chappaz kchappaz@reconenvironmental.com 619-308-9333 ext. 199 Meagan Olson molson@reconenvironmental.com 619-308-9333 ext. 119 18. 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. 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 Docusign Envelope ID: 25716EFA-B584-4E3F-9E8A-8869946E5CBB City Attorney Approved Version 5/30/2025 Page 7 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 at 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. 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 attorneys 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. Docusign Envelope ID: 25716EFA-B584-4E3F-9E8A-8869946E5CBB City Attorney Approved Version 5/30/2025 Page 8 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. [signatures on following page] Docusign Envelope ID: 25716EFA-B584-4E3F-9E8A-8869946E5CBB City Attorney Approved Version 5/30/2025 Page 9 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 _______________________, 20____. CONTRACTOR CITY OF CARLSBAD, a municipal corporation of the State of California RECON Environmental, Inc., a California corporation By: By: (sign here) Kyle Lancaster, Parks & Recreation Director Robert Hobbs, CEO (print name/title) ATTEST: By: SHERRY FREISINGER, City Clerk (sign here) By: Gina Sisson, CFO Deputy / Assistant City Clerk (print name/title) If required by City, proper notarial acknowledgment of execution by contractor must be attached. If a corporation, Agreement must be signed by one corporate officer from each of the following two groups. Group A Group B Chairman, Secretary, President, or Assistant Secretary, Vice-President CFO or Assistant Treasurer Otherwise, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering the officer(s) signing to bind the corporation. APPROVED AS TO FORM: CINDIE K. McMAHON, City Attorney BY: _____________________________ Deputy / Assistant City Attorney Docusign Envelope ID: 25716EFA-B584-4E3F-9E8A-8869946E5CBB 2607April bitAA S iSSbiA, An Employee-Owned Company 3111 Camino del Rio North, Suite 600, San Diego, CA 92108-5726 | 619.308.9333 | reconenvironmental.com SAN DIEGO | OAKLAND | TUCSON | SAN ANTONIO January 30, 2026 Irina Kutman City of Carlsbad Parks & Recreation Department 3096 Harding Street Carlsbad, CA 92008 Reference: Veterans Memorial Park – Construction Phase As-Needed Professional Services (RECON P10839) Dear Irina Kutman, RECON Environmental, Inc. (RECON) is pleased to submit the enclosed scope of work and cost proposal to provide as-needed professional services during construction of the Veterans Memorial Park project. As-needed professional services may include: a.Responding to Requests for Information (RFI), bidding inquiries, and clarifications during the biddingphase, as directed by the City of Carlsbad (City). b.Delivering as-needed Construction Administration services, as directed by the City and subject towritten approval. The contract amount to complete these tasks is not to exceed $45,000. RECON proposes to perform these services on a time-and-materials basis. The RECON rate sheet is attached. RECON will continue to work with Spurlock Landscape Architects, as-needed, for updates to stamped CAD-based landscaping and irrigation plans and specifications. Should unforeseen circumstances arise requiring additional time and, therefore, additional fees, we will notify you of these circumstances immediately. If you would like us to proceed with the work, please sign the enclosed agreement and return to the attention of Gina Sisson, gsisson@reconenvironmental.com. Thank you and please call if you have any questions. Sincerely, Katy Chappaz Restoration Project Manager EXHIBIT A SCOPE OF SERVICES AND FEE Docusign Envelope ID: 25716EFA-B584-4E3F-9E8A-8869946E5CBB REC O N An Employee-Owned Company 3111 Camino del Rio North, Suite 600, San Diego, CA 92108-5726 | 619.308.9333 | reconenvironmental.com SAN DIEGO | OAKLAND | TUCSON | SAN ANTONIO MINIMUM STANDARD RATE SCHEDULE LABOR CATEGORY .................................................................................................................................................................... RATE ENVIRONMENTAL ENVIRONMENTAL PRINCIPAL ........................................................................................................................................................ $260.00 ENVIRONMENTAL DIRECTOR ......................................................................................................................................................... $240.00 ENVIRONMENTAL PROGRAM MANAGER .................................................................................................................................. $225.00 SENIOR PROJECT MANAGER .......................................................................................................................................................... $210.00 SENIOR ................................................................................................................................................................................................... $195.00 ASSOCIATE PROJECT MANAGER ................................................................................................................................................... $180.00 ASSOCIATE ........................................................................................................................................................................................... $165.00 BIOLOGICAL FIELD COORDINATOR ............................................................................................................................................. $155.00 ANALYST III ............................................................................................................................................................................................ $150.00 ANALYST II ............................................................................................................................................................................................. $137.00 ANALYST I .............................................................................................................................................................................................. $123.00 ASSISTANT ............................................................................................................................................................................................. $109.00 RESOURCE MONITOR ........................................................................................................................................................................ $97.00 SUPPORT DRONE OPERATOR ............................................................................................................................................................................. $180.00 GIS SUPERVISOR .................................................................................................................................................................................. $160.00 GIS SPECIALIST ..................................................................................................................................................................................... $135.00 GIS TECHNICIAN .................................................................................................................................................................................. $110.00 PRODUCTION SUPERVISOR ........................................................................................................................................................... $140.00 PRODUCTION SPECIALIST III .......................................................................................................................................................... $115.00 PRODUCTION SPECIALIST II ........................................................................................................................................................... $107.00 EXPERT WITNESS ................................................................................................................................................................................. $340.00 SENIOR PROJECT ACCOUNTANT/CONTRACTS ..................................................................................................................... $165.00 ASSOCIATE PROJECT ACCOUNTANT/CONTRACTS .............................................................................................................. $126.00 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. Personnel rates are in effect from July 1, 2025, through June 30, 2026. Increases occur annually on July 1. Docusign Envelope ID: 25716EFA-B584-4E3F-9E8A-8869946E5CBB REC O N SPURLOCK 2122 Hancock Street San Diego, California 92110 619.681.0090 spurlock-land.com STANDARD HOURLY RATES 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 rates current as of March 2025 Docusign Envelope ID: 25716EFA-B584-4E3F-9E8A-8869946E5CBB 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 7/14/2025 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 788752731 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 City of Carlsbad/CMWD per policy form. Waiver of subrogation applies to WorkersCompensation 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. City of Carlsbad/CMWDc/o EXIGIS Insurance Compliance ServicesP.O. Box 947Murrieta CA 92564 Docusign Envelope ID: 25716EFA-B584-4E3F-9E8A-8869946E5CBB 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: 25716EFA-B584-4E3F-9E8A-8869946E5CBB &1$3$5$02817 7034143706 The Continental Insurance Co. RECON Environmental, Inc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ocusign Envelope ID: 25716EFA-B584-4E3F-9E8A-8869946E5CBB                             &1$3$5$02817 7034143706 The Continental Insurance Co. RECON Environmental, Inc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ocusign Envelope ID: 25716EFA-B584-4E3F-9E8A-8869946E5CBB &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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±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nvironmental, 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: 25716EFA-B584-4E3F-9E8A-8869946E5CBB CNA iiiiiiii -!!!!!!!!!!!!!!! -- Docusign Envelope ID: 25716EFA-B584-4E3F-9E8A-8869946E5CBB II Policy No. WC 7 34143740 Docusign Envelope ID: 25716EFA-B584-4E3F-9E8A-8869946E5CBB CNA II Policy No. WC 7 34143737 Docusign Envelope ID: 25716EFA-B584-4E3F-9E8A-8869946E5CBB CNA II