HomeMy WebLinkAboutAECOM Technical Services Inc; 2014-09-29; TRAN1126TRAN 1126
AGREEMENT FOR PROFESSIONAL ENVIRONMENTAL SERVICES
AECOM TECHNICAL SERVICES, INC.
/THIS AGREEMENT is made and entered into as of the jay of
Cyly yi y^'/Ui lyy/-^ . 2014, by and between the CITY OF CARLSBAD, a municipal
c^rporarfion, ("(:ity")7and AECOM TECHNICAL SERVICES, INC., a California corporation,
("Contractor").
RECITALS
A. City requires the professional services of a contractor that is experienced in
environmental services.
B. Contractor has the necessary experience in providing professional services and
advice related to biological reporting and documentation in support of resource agency permits
conditional 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 five (5) years from the date first above
written. The City Manager may amend the Agreement to extend it for one (1) additional one (1)
year period or parts thereof in an amount not to exceed thirty thousand dollars ($30,000) per
Agreement 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 will be
seventy six thousand eight hundred dollars ($76,800) at not to exceed fifteen thousand three
hundred sixty dollars ($15,360) per Agreement year. No other compensation for the Services will
be allowed except for items covered by subsequent amendments to this Agreement. 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".
Incremental payments, if applicable, should be made as outlined in attached Exhibit "A".
City Attomey Approved Version 1/30/13
IRAN1126
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 attorney's
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
carrier is required to have a current Best's Key Rating of not less than "A-:V1I". OR with a surplus
City Attorney Approved Version 1/30/13
TRAN 1126
line insurer on the State of California's List of Eligible Surplus Line Insurers (LESLI) with a rating
in the latest Best's Key Rating Guide of at least "A:X".
10.1 Coveraqes 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.
10.1.1 Commercial General Liabilitv Insurance. $1,000,000 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 Liabilitv. (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 Emplover's Liabilitv. 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.
I I If box is checked, Professional Liability
City's Initials Contractor's Initials Insurance requirement is waived
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 Providina 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
City Attorney Approved Version 1/30/13
IRAN1126
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 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 notices or to receive written notice
on behalf of City and on behalf of Contractor under this Agreement.
For Citv For Contractor
Name Sherri Howard Name Michelle Fehrensen
Title Associate Engineer Title AECOM Project Manager
Department Public Works-Utilities Address 1420 Kettner Blvd. Suite 500
City of Carlsbad San Diego, CA 92102
Address 1635 FaradayAvenue Phone No. 619-233-1454
Carlsbad, Ca 92008 Email Michelle.fehrensen@aecom.com
Phone No. 760-602-2756
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 1/30/13
TRAN 1126
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 othenwise 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 fonwarded 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. Ifthe resolution thus obtained is unsafisfactory
to the aggrieved party, a letter oufiining the disputes will be fonwarded to the City Manager. The
City Manager will consider the facts and solufions recommended by each party and may then opt
to direct a solufion 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 nofice 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
determinafion 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 nofice 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 terminafion date; however, the total will not exceed the lump sum fee payable
under this Agreement. City will make the final determinafion as to the portions of tasks completed
and the compensation to be made.
City Attorney Approved Version 1/30/13
IRAN1126
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
confingent upon, or resulfing from, the award or making ofthis Agreement. For breach or violafion
of this warranty, City will have the right to annul this Agreement without liability, or, in its discrefion,
to deduct from the Agreement price or considerafion, or othenwise recover, the full amount ofthe
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 ofthe Agreement process as set forth in this Agreement and not in anficipation
of litigafion or in conjuncfion with lifigafion. Contractor acknowledges that if a false claim is
submitted to City, it may be considered fraud and Contractor may be subject to criminal
prosecufion. Contractor acknowledges that California Government Code secfions 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
informafion. If City seeks to recover penalties pursuant to the False Claims Act, it is entitied to
recover its litigation costs, including attorney's fees. Contractor acknowledges that the filing of a
false claim may subject Contractor to an administrafive 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 jurisdicfion is
grounds for City to terminate this Agreement.
23. JURISDICTIONS AND VENUE
Any acfion 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 jurisdicfion 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 respecfive successors. Neither this Agreement or 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 confiict, 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.
///
///
///
///
City Attorney Approved Version 1/30/13
IRAN1126
26. AUTHORITY
The individuals execufing 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 condifions of this Agreement.
CONTRACTOR
AECOM TECHNICAL SERVICES, INC., a
California corpqtation
By:
CITY OF CARLSBAD, a municipal
corporation of the State of California
(sign here)
(print name/fifie)
City^anaggr or MayoHefteivision piiactoc-
//as authorized by the City Manager
Jim Howell
By:
(sign here)
(print name/fifie)
If required by City, proper notarial acknowledgment of execution by contractor must be attached.
If a corporafion. 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 corporafion.
APPROVED AS TO FORM:
CELIA A. BREWER, City Attorney
BY:
Assistant City Attoriley
City Attorney Approved Version 1/30/13
AECOM Technical Services, Inc.
3995 Via Oro Avenue
Long Beach, CA 90810
T 562.213.4139 F 562.420.2915 www.aecom.com
AECOM TECHNICAL SERVICES. INC.
CERTIFICATE OF ASSISTANT SECRETARY
The undersigned, Sarah M. Sabunas, hereby certifies that she is now and at all times relevant
hereto has been the duly elected and acting Assistant Secretary of AECOM Technical Services,
Inc., a California corporafion, and that the Board of Directors, by resolution dated June 6, 2014,
has authorized Ray Hrenko, Vice President, to execute various written agreements and
instruments, including the contract for the Agua Hedionda Vegetafion Maintenance TRAN1126
project by and between the City of Carlsbad and AECOM Technical Services, Inc. on behalf of
the corporafion or its divisions.
The undersigned does further certify that the foregoing resolution has not been revoked,
amended or modified, and is in full force and effect as of the date hereof.
IN WITNESS WHEREOF, the undersigned has executed this Certificate of Assistant Secretary
and has affixed the corporate seal of this corporafion this 16* day of September, 2014.
AECOM TECHNICAL SERVICES, INC.
Sarah M. Sabunas, Assistant Secretary
Exhibit "A"
i|3nQtJM AECOM ei9.233.1454 tel
^^^^^ 1420 Ketlner Boulevard 619.233.0952 fax
Suite SOO
San Diego. CA 92101
vmw.aeoom.com
September 2,2014
Ms. Sherri Howard
City of Carlsbad
1635 Faraday Avenue
Carlsbad, California 92008
Subject: Revised Scope of Work and Cost Proposal for Monitoring of Vegetation Clearing
Associated with tlie Agua Hedionda Vegetation (Maintenance Project
Dear Ms. Howard:
AECOM Technical Sen/ices, Inc. (AECOM) is pleased to submit this scope ofwork and cost estimate
for biological monitoring of vegetation removal associated with implementation ofthe Agua Hedionda
Vegetation Maintenance Project. The tasks Included in this scope of work will partially fulfill the
requirements ofthe Vegetation Maintenance Plan, City ofCarisbad, Agua Hedionda Creek (between
Cannon Road and El Camino Real Bridges), Carisbad, Califbmia prepared by the City of Carlsbad
Publk; Works Department and AECOM in November 2013, as well as the draft California Department
of Fish and Wildlife (CDFW) Streambed Alteration Agreement (SAA) No. 1600-2013-0302-R5. The
proposed scope ofwork, including assumptions, and a fee estimate are described in detail below.
This work would be prepared via a new contract with the City.
Scope of Work
Task 1 - Annual preconstruction bat survey (once per year for 5 years)
An annual pre-construction bat survey will be conducted by a bat biologist prior to maintenance
activities. The sun/ey will be limited to a single daytime sun/ey and will occur within 7 days prior to
vegetation removal activities. A brief memo on the results of the sun/ey will be prepared to document
findings. This scope ofwork assumes sun/eys will be negative. Consultation with CDFW due to
positive survey results may be provided via a contract amendment.
Task 2 - Annuai monitoring of vegetation removal (5 Years)
Pursuant to the requirements of SAA No. 1600-2013-0302-R5, a qualified AECOM biologist will
oversee the annual removal of vegetation from the portion of Agua Hedionda Creek between Cannon
Road and El Camino Real (project site). Vegetation removal will be conducted once per year for 5
years, and is antk:ipated to take no more than one week each year. At the beginning of each annual
effort, the biologist will mark the limits of the project site with pinflags or flagging. The biologist will
also conduct a worker education program, as outlined in the Agua Hedionda Creek Vegetation
Management Plan, to ensure that on-site personnel are fully informed about the biological resources
associated with the project site. The biologist will be present during vegetation removal activities to
ensure that these activities are confined to the project footprint and to verify compliance with the SAA.
The biologist will dearly mark the 10 mature willow (5a//x spp.) trees that will be retained on-site each
year, will infonn the maintenance crew ofthe significance of these trees, and will monitor trimming of
these trees to ensure its compliance with the SAA. In association with the annual vegetation removal
effort, the biologist will sun/ey the project site for invasive nonnative species and direct the
maintenance crew to remove these species during vegetation removal, if found.
Assumptions:
• Vegetation removal will be conducted by a separate contractor (not included herein) and in
compliance with the restrictions listed in the SAA regarding timing of, methods, and
equipment used for removal. Herbicide use would also comply with the SAA, and the
maintenance crew would provide personnel with a Qualified Applicator's License to oversee
any herbicide use.
• Costs include up to a fijil week (40 hours) of monitoring each year.
/E€OM
Ms. Sherri Howard
City of Carisbad
September 2, 2014
Page 2
Task 3 - Wildlife movement monitoring
The City will maintain wildlife movement cameras and provide the results detected at camera
locafions. AECOM anficipates informafion provided will include at a minimum the species detected
and the date, fime and locafion of detecfion. AECOM will summarize information provided in the
annual monitoring report for the project.
Task 4 - Preparation of annual monitoring letter report (5 Years)
Following the complefion of vegetafion removal each year, the biologist will prepare a monitoring
letter report summarizing the annual maintenance effort. The letter will note the dates of maintenance
activifies, the height of vegetafion prior to removal, the general condition of the willow trees left on-
site, the type of vegetation removed (including invasive species, if present), problems encountered
and their resolution, and any sensitive species observed and their locafions. The letter will be
submitted to the City of Carisbad within one month of the complefion of maintenance acfivities each
year.
Task 5 - Contingency
A confingency budget of $2,500 per year is also included in this contract. Work to be performed under
the confingency task would be on a fime and materials basis, per the attached rate sheet. Tasks
would be completed and at the direcfion ofthe City of Carisbad Project Manager and may include, but
are not limited to, public outreach efforts or addifional field meefings.
Assumptions:
• Sediment survey work required by the SAA is not included in this scope of work.
Fee Estimate
The estimated cost to perform the scope ofwork described above is $76,800. A tabular summary of
costs by year is provided below. The price assumes a fixed-fee contract for all tasks, except the
confingency task which will be billed on a fime and materials basis. Fixed fee tasks will be billed
annually after each submittal of the annual monitoring letter report.
Task
Yearl Year 2 Years Year 4 Year 5
Task
Sept to Oct
2014
Sept to Oct
2015
Sept to Oct
2016
Sept to Qct
2017
Sept to Oct
2018
1. Pre-construction Bat Survey $2,125.00 $2,125.00 $2,125.00 $2,125.00 $2,125.00
2. Monitoring of Vegetation Removal $6,515.00 $6,515.00 $6,515.00 $6,515.00 $6,515.00
3. Wildlife Movement $2,270.00 $2,270.00 $2,270.00 $2,270.00 $2,270.00
4. Annual Monitoring Memorandum $1,950.00 $1,950.00 $1,950.00 $1,950.00 $1,950.00
5. Contingency $2,500.00 $2,500.00 $2,500.00 $2,500.00 $2,500.00
Annual Subtotal $75,360.00 $75,360.00 $75,360.00 $75,360.00 $75,360.00
AECOM
Ms. Sherri Howard
City of Cartsbad
September 2,2014
Page 3
Ifyou have any questions regarding this scope ofwork and cost estimate, please do not hesitate to
contact Michelle Fehrensen at Michelle.Fehrensen@aecom.com or (619) 233-1454.
Sincerely,
Michelle Fehrensen A^ Dick Rol
AECOM Project Manager f Associate Principal
Attachment 1. Standard Schedule of Fees
AECOM
1420 Kettner Boulevard
SuHe 500
San Diego. CA 92101
wvvw.aeoom,cani
619.2331454 lel
619.233.0952 fax
2014 Schedule of Fees
Professional Services
Administrative
Archaeological Technician I
/Archaeological Technician II
Archaeologist/Architectural Historian I
Archaeologist/Architectural Historian II
Archaeologist/Architectural Historian III
Archaeologist/Architectural Historian IV
Archaeologist/Architectural Historian V
Biologist I
Biologist II
Blotoglst III
Biologist IV
Biologist V
Designer I
Designer II
Designer III
Designer IV
Environmental Engineer/Scientist I
Environmental Engineer/Scientist II
Environmental Engineer/Scientist III
Environmental Engineer/Scientist IV
Environmental Engineer/Scientist V
Field Crew
Field Leader
GIS Specialist I
GIS Specialist II
GIS Specialist III
Graphic Artist I
Graphic Artist II
Landscape Architecture I
Landscape Architecture II
Landscape Architecture III
Landscape Architecture IV
Planner I
Planner II
Planner III
Planner IV
Planner V
Principal/Senior Director
Principal ll/Senior Director II
$90
$65
$75
$80
$90
$110
$125
$175
$90
$105
$125
$150
$175
$85
$100
$115
$150
$85
$105
$120
$145
$195
$50
$65
$100
$125
$160
$85
$105
$90
$100
$120
$150
$90
$115
$130
$150
$185
$210
$275
Programmer I $155
Programmer II $185
Project Controls $105
Technical Editor/Word Processor I $90
Technical Edrtor/Word Processor il $105
Other Direct Costs
AECOM 4x4 Vehicle Use $75.00 daily
(gas excluded)
Other reimbursable expenses and subconsultants
will be billed at cost plus 10%. Invoices wili be
submitted on 4-week intervals for wori< in progress
unless othenvise agreed. Invoices are due and
payable within 30 days after Invoice date.
Rates subject to maximum 2 percent annual Increase.
20UAEC(»/ISD Sch»dul» OfFM3.Doc