Loading...
HomeMy WebLinkAboutAecom Technical Services Inc; 2017-07-10; TRAN1577TRAN1577 AGREEMENT FOR AGUA HEDIONDA CREEK CHANNEL STREAMBANK RESTORATION PROJECT POST CONSTRUCTION LONG-TERM MONITORING AND REPORTING SERVICES AECOM TECHNICAL SERVICES, INC. AGREEMENT is made and entered into as of the J O·tJ'J day of ----"'~-}-l-.,__""""'-=t-----' 20).j, by and between the CITY OF CARLSBAD, a municipal corpora I0n, (" . , and AECOM TECHNICAL SERVICES, INC., a California corporation, ("Contractor"). RECITALS A. City requires the professional services of a consultant that is experienced in post construction environmental monitoring, reporting and resource agency permit compliance. B. Contractor has the necessary experience in providing professional services and advice related to post construction environmental monitoring, reporting and resource agency permit compliance. 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 herein, City and Contractor agree as follows: 1. SCOPE OF WORK City retains Contractor to perform, and Contractor agrees to render, those services (the "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 three (3) years from the date first above written. The City Manager may amend the Agreement to extend it for one (1) additional one (1) year periods or parts thereof. 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 will be sixty-seven thousand ninety-five dollars ($67,095). No other compensation for the Services will be allowed except for items covered by subsequent amendments to this Agreement. If the City elects to extend the Agreement, the amount shall not exceed thirty thousand dollars ($30,000) per Agreement year. The City reserves the right to withhold a ten percent (10%) retention until City has accepted the work and/or Services specified in Exhibit "A". City Attorney Approved Version 4/1 /15 TRAN1577 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 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 the 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 the 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 The City reserves the right to employ other Contractors in connection with the Services. 9. INDEMNIFICATION Contractor agrees to indemnify and hold harmless the City and its officers, 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 herein caused by any negligence, recklessness, or willful misconduct of the Contractor, any subcontractor, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable. The parties expressly agree that any payment, attorney's fee, costs or expense City incurs or makes to or on behalf of an injured employee under the City's self-administered workers' compensation 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. 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 City Attorney Approved Version 4/1 /15 2 TRAN1577 carrier is required to have a current Best's Key Rating of not less than "A-:Vll"; 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 Coverage and Limits. Contractor will maintain the types of coverage and minimum limits indicated below, unless the 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 the City as an additional insured. 10.1.1 Commercial General Liability Insurance. $2,000,000 combined single-limit per occurrence for bodily injury, personal injury and property damage. If the submitted policies contain aggregate limits, general aggregate limits will apply separately to the work under this Agreement or the general aggregate will be twice the required per occurrence limit. 10.1.2 Automobile Liability. (if the use of an automobile is involved for Contractor's work for City). $1,000,000 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 The City will be named as an additional insured on Commercial General Liability which shall provide primary coverage to the City. 10.2.2 Contractor will obtain occurrence coverage, excluding Professional Liability, which will be written as claims-made coverage. 10.2.3 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 City Attorney Approved Version 4/1 /15 3 TRAN1577 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 three (3) years from the date of final payment under this Agreement. 13. 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. 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. 15. 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. For City Name Sherri Howard Title Associate Engineer Department Public Works City of Carlsbad Address 1635 Faraday Av Carlsbad, CA 92008 Phone No. 760-602-2756 For Contractor Name Aaron Andrews Title Project Manager Address 401 West A Street, Suite 1200 San Diego, CA 92101 Phone No. 619-610-7600 Email aaron.andrews@aecom.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. City Attorney Approved Version 4/1 /15 4 TRAN1577 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. The Contractor shall report investments or interests in all four categories. 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. 18. DISCRIMINATION AND HARASSMENT PROHIBITED Contractor will comply with all applicable local, state and federal laws and regulations prohibiting discrimination and harassment. 19. 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 at law. 20. TERMINATION In the event of the 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. Either party upon tendering thirty (30) days written notice to the other party may terminate this Agreement. In this event 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. City Attorney Approved Version 4/1 /15 5 TRAN1577 21. 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. 22. 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. 23. JURISDICTION AND VENUE 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. 24. 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. 25. 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. Ill Ill Ill City Attorney Approved Version 4/1 /15 6 TRAN1577 26. 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. CONTRACTOR AECOM TECHNICAL SERVICES, INC., a California corporation By: ,Lili~ By: '/2A'I (sign here) -~ v\ -cN"") V1 <.(. (print name/title) ' (sign here) / d ,leN ~ o l1![r (print name/title) "' /1,Y~IDiAIT CITY OF CARLSBAD, a municipal corporation of the State of California By: /11 J . ! 7}(,e,,vin Crawford ~ty Manager I . I./ ATTEST: 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 Chairman, President, or Vice-President Group B Secretary, Assistant Secretary, 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: CELIA A. BREWER, City Attorney BY: _l!r~cJ_1 d_-------,_-_ ~s+. Beputy City Attorney City Attorney Approved Version 4/1 /15 7 Exhibit A AECOM 619.610.7600 tel A:COM 401 West A Street Suite 1200 619.610.7601 fax March 29, 2017 Ms. Sherri Howard City of Carlsbad 1635 Faraday Avenue Carlsbad, California 92008 San Diego, CA 92101 www.aecom.com Subject: Post Construction Restoration Monitoring and Reporting Agreement for Agua Hedionda Creek Stream bank Stabilization Project (previously known as Farol Court Drainage Improvement Project Carlsbad Purchase Order No. 129182) Dear Ms. Howard: AECOM Technical Services, Inc. (AECOM) is currently under contract with the City of Carlsbad (City) for environmental services support for the Agua Hedionda Creek Stream bank Stabilization Project (Project). The construction and installation phase of the project was completed on December 20, 2016 and AECOM has been conducting the required monitoring to date under the existing contract. Per the City's request, AECOM is pleased to submit this scope of work and cost estimate to continue to provide the City post- construction restoration monitoring and reporting on the section of bank that was repaired within Agua Hedionda Creek for the remainder of Year 1 through 3 (May 1, 2017 through December 19, 2019). This post-construction work would be authorized as a new contract. Our fee proposal is $67,095. The proposed scope of work including assumptions, schedule, and fee estimate are provided in Attachment A. A detailed cost proposal is provided as Attachment B. If you have any questions regarding this scope of work and cost estimate, please do not hesitate to contact Aaron Andrews at aaron.andrews@aecom.com or 619.610.7600. Sincerely, {L~~ Aaron Andrews Project Manager Attachments: Attachment A -Scope and Fee Estimate Attachment B -Detailed Cost Proposal Teri Fenner Vice President, Authorized Signatory 8 Exhibit A ATTACHMENT A AGUA HEDIONDA CREEK STREAMBANK STABILIZATION PROJECT RESTORATION MONITORING AND REPORTING The scope, fee and schedule for Years 1 through 3 Restoration Monitoring and Reporting is described below. The Project will restore a section of Agua Hedionda Creek on the Comen property by removing existing grouted rip-rap, controlling erosion by reducing incoming storm water velocity, replacing the culvert outfall ramp with ungrouted rip-rap, and replanting the stream banks with native riparian habitat. The Project has built two crib walls (one on either side [upstream and downstream] of the existing culvert) using cut tree logs. The cribs have been planted with native riparian plant species to support the long-term stabilization of this section of stream bank. This contract is to provide monitoring and reporting support for the restoration element of the project in accordance with the Revegetation and Plant Establishment Plan and Notes, Sheets 1-2. Balance Hydrologies, Inc. October 7, 2015. SCOPE OF WORK 1. Task 1 -Restoration Monitoring and Reporting Year 1 Year 1 of the Project's restoration program started on December 20, 2016 with the completion of construction and plant installation, and will end on December 19, 2017. The 6 month plant establishment period (PEP) started at the completion of plant installation and is expected to end June 20, 2017. AECOM has been providing the required monitoring during the current period under a previous contract, but those funds are minimal and that monitoring will end in April. During the remainder of the Project's 6-month PEP, an AECOM restoration ecologist will conduct monthly qualitative site visits and one quantitative site visit at the end of the PEP. For the remainder of Year 1 (through December 19, 2017), the restoration ecologist will conduct 2 quarterly qualitative site visits and one quantitative site visit and prepare an annual report for submittal to the agencies. During the 6-month PEP, the restoration ecologist will be responsible for a visual estimate of plant survival and condition during qualitative visits. At the end of the 6-month PEP, the restoration ecologist will assess the need for potential remedial planting during the fall/winter of 2017/2018. Remedial recommendations will be provided as necessary and replanting will occur at the seasonally appropriate time. Following each qualitative site visit during the PEP and the remaining 2.5 years, the restoration ecologist will send the City an observation report detailing topics such as replacement of dead or diseased plants, weeding, irrigation scheduling, erosion control needs, trash removal, and pest control. In addition, the restoration ecologist will coordinate with the maintenance contractor for the following: • Scheduling upcoming maintenance based on the needs and priorities of the restoration site • Identifying any problems, including erosion and occurrence of invasive nonnative species Restoration Monitoring and Repoirting A-1 9 AECOM Exhibit A • Providing support to field maintenance crew in the identification of native and nonnative species • Determining an irrigation schedule (for a given period of time) based on seasonal and annual variation in rainfall, native plant water requirements, and site-specific conditions (e.g., soil condition and slope) A PEP Memorandum will be prepared at the satisfactory completion of the 6-month PEP for City submittal to US Army Corps of Engineers (USACEO), Regional Water Quality Control Board (RWQCB) and California Department of Fish and Wildlife (CDFW). The PEP Memorandum will include figures, qualitative and quantitative data results, representative photographs, a review of the site's progress compared to the success standards, and recommendations for the remainder of Year 1. The PEP Memorandum will be provided to the City within 2 weeks of completion of the PEP. AECOM will respond to 1 round of comments from the City and provide a final PEP Memorandum within 1 week of receiving City comments. The Year 1 Annual Monitoring Memorandum will be prepared by AECOM and submitted to the City within 30 days of the end of the project year, for City submittal to the resource agencies. The Annual Monitoring Memorandum will include figures, qualitative and quantitative data results, representative photographs, a review of the site's progress compared to the success standards, and recommendations for the remainder of Year 1. AECOM will respond to 1 round of comments from the City and provide a final memorandum within 2 weeks of receiving City comments. All reports will be provided in digital format (PDF and Word files). No hard copies will be provided. 2. Task 2 -Restoration Monitoring and Reporting Year 2 During Year 2 an AECOM will conduct 4 quarterly qualitative site visits and one quantitative site visit and prepare an annual report for submittal to the agencies. Year 2 will start on December 20, 2017 and end on December 19, 2018. The Year 2 Annual Monitoring Memorandum will be prepared by AECOM and submitted to the client within 30 days of the end of the project year, for City submittal to the resource agencies. The Annual Monitoring Memorandum will include figures, qualitative and quantitative data results, representative photographs, a review of the site's progress compared to the success standards, and recommendations for the remainder of Year 3. AECOM will respond to 1 round of comments from the City and provide a final memorandum within 2 weeks of receiving City comments. All reports will be provided in digital format (PDF and Word files). No hard copies will be provided. 3. Task 3 -Restoration Monitoring and Reporting Year 3 During Year 3 an AECOM biologist will conduct 4 quarterly qualitative site visits and one quantitative site visit and prepare an annual report for submittal to the agencies. Year 3 will start on December 20, 2018 and end on December 19, 2019. Restoration Monitoring and Repoirting A-2 10 AECOM Exhibit A The Year 3 Annual Monitoring Memorandum will be prepared by AECOM and submitted to the client within 30 days of the end of the project year. The Annual Monitoring Memorandum will include figures, qualitative and quantitative data results, representative photographs, a review of the site's progress compared to the final success standards. AECOM will respond to 1 round of comments from the City and provide a final memorandum within 2 weeks of receiving City comments. AECOM will coordinate with the USACE and San Diego RWQCB regarding project sign-off, assuming performance criteria have been achieved (see below). Assumptions: • Site visits will be conducted within 4 hours including drive time. • During the 6-month PEP it is expected that no more than 3 visits with the City will occur (3 visits total). • In the remaining period following the 6 month PEP (2.5 years), site visits with the City and/or agencies are expected to be conducted no more than two times per year and an additional on-site meeting with the City and agencies for the purpose of project sign off will be conducted at the end of Year 3 (6 visits total). • Achievement of success criteria is the responsibility of the City's Contractor (Habitat West). If success criteria are not met at the end of Year 3, a contract modification would be necessary for AECOM to continue monitoring/reporting for the project Schedule and Deliverables This project is expected to last over three years of restoration monitoring and reporting, the start date for this contract is May 1, 2017 (assuming NTP is received in writing by the City on this day and contract terms are identical to that in place for existing work) and is expected to end January 30, 2019. Annual reports will be submitted no later than 30 days after the end of the project year each restoration year. Fee Estimate The fee to perform the scope of work described above is $67,095. A tabular summary by task is provided below, and a detailed breakdown by task in spreadsheet form is provided in Attachment B. The rates shown on the spreadsheet are valid through 2017 and subject to 3% annual escalation. AECOM may add billing categories or modify staff classifications over time, in consultation with the City. Task 1. Year 1 Monitorinq and Reportinq 2. Year 2 Monitorinq and Reportinq 3. Year 3 Monitorinq and Reportinq Total Estimated Cost Restoration Monitoring and Repoirting A-3 11 Estimated Cost $27,250 $18,223 $21,721 $67,095 AECOM ATTACHMENT B DETAILED COST PROPOSAL Restoration Monitoring and Repoirting B-1 12 Exhibit A AECOM Exhibit A Agua Hedionda Creek Streambank Restoration Monitoring Submitted by: AECOM March 29, 2017 Task 1 Task2 Task 3 I Total Year 1 Year2 Year 3 Monitoring/Reporting Monitoring/Reporting Monitoring/Reporting AECOM Rate Hours Costs Hours Costs Hours Costs Hours Costs Project Director $ 185.00 6 $1,110.00 3 $571.65 3 $588.80 12 $2,270.45 Restoration Ecologist (Project Manager) $ 135.00 150 $20,250.00 100 $13,905.00 120 $17,186.58 370 $51,341.58 GIS Specialist II $ 120.00 8 $960.00 8 $988.80 8 $1,018.46 24 $2,967.26 Word Processor II/Technical Editor $ 105.00 16 $1,680.00 8 $865.20 8 $891.16 32 $3,436.36 Project Controls $ 120.00 10 $1,200.00 5 $618.00 5 $636.54 20 $2,454.54 ~25;200.00 k' 124 $16,948.6f Cost Cost Reprograph ics/Photo Copies $25.00 2 $50.00 1 $25.00 1 $25.00 4 $100.00 Vehicle Use (Rental $100 + $25 gas) $ 125.00 16 $2,000.00 10 $1,250.00 11 $1,375.00 37 $4,625.00 PROJECT EXPENSES COST $2,050.00 $1,275.00 $1,400.00 $4,625.00 COM MARKUP ON EXPENSES 0 $0.00 $0.00 $0.00 0 $0.00 13