HomeMy WebLinkAboutStone Creek Environmental Consulting 2024-09-09COU No. 2425-110
PAGE 1 OF 7
AGREEMENT FOR
PROFESSIONAL CONSULTING SERVICES
This Agreement, made and entered into this 9th day of September, 2024 (“Effective
Date”), by and between CITY OF UKIAH, CALIFORNIA, hereinafter referred to as "City" and
Stone Creek Environmental Consulting, a Limited Liability Company organized and in good
standing under the laws of the state of California, hereinafter referred to as "Consultant".
RECITALS
This Agreement is predicated on the following facts:
a.City requires consulting services related to Storm Water Support Services, Fiscal Year
24/25.
b.Consultant represents that it has the qualifications, skills, experience and properly
licensed to provide these services, and is willing to provide them according to the terms
of this Agreement.
c.City and Consultant agree upon the Scope-of-Work and Work Schedule attached hereto
as Attachment "A", describing contract provisions for the project and setting forth the
completion dates for the various services to be provided pursuant to this Agreement.
TERMS OF AGREEMENT
1.0 DESCRIPTION OF PROJECT
1.1 The Project is described in detail in the attached Scope-of-Work (Attachment "A").
2.0 SCOPE OF SERVICES
2.1 As set forth in Attachment "A".
2.2. Additional Services. Additional services, if any, shall only proceed upon written
agreement between City and Consultant. The written Agreement shall be in the form of
an Amendment to this Agreement.
3.0 CONDUCT OF WORK
3.1 Time of Completion. Consultant shall commence performance of services as required
by the Scope-of-Work upon receipt of a Notice to Proceed from City and shall
complete such services by 6/30/25. Consultant shall complete the work to the City's
reasonable satisfaction, even if contract disputes arise or Consultant contends it is
entitled to further compensation.
4.0 COMPENSATION FOR SERVICES
4.1 Basis for Compensation. For the performance of the professional services of this
Agreement, Consultant shall be compensated on a time and expense basis not to
exceed a guaranteed maximum dollar amount of $80,000. Labor charges shall be
based upon hourly billing rates for the various classifications of personnel employed by
Consultant to perform the Scope of Work as set forth in the attached Attachment A,
COU No. 2425-110
PAGE 2 OF 7
which shall include all indirect costs and expenses of every kind or nature, except direct
expenses. The direct expenses and the fees to be charged for same shall be as set
forth in Attachment A. Consultant shall complete the Scope of Work for the not-to-
exceed guaranteed maximum, even if actual time and expenses exceed that amount.
4.2 Changes. Should changes in compensation be required because of changes to the
Scope-of-Work of this Agreement, the parties shall agree in writing to any changes in
compensation. "Changes to the Scope-of-Work" means different activities than those
described in Attachment "A" and not additional time to complete those activities than the
parties anticipated on the date they entered this Agreement.
4.3 Sub-contractor Payment. The use of sub-consultants or other services to perform a
portion of the work of this Agreement shall be approved by City prior to commencement
of work. The cost of sub-consultants shall be included within guaranteed not-to-exceed
amount set forth in Section 4.1.
4.4 Terms of Payment. Payment to Consultant for services rendered in accordance with this
contract shall be based upon submission of monthly invoices for the work satisfactorily
performed prior to the date of the invoice less any amount already paid to Consultant,
which amounts shall be due and payable thirty (30) days after receipt by City. The
invoices shall provide a description of each item of work performed, the time expended
to perform each task, the fees charged for that task, and the direct expenses incurred
and billed for. Invoices shall be accompanied by documentation sufficient to enable City
to determine progress made and to support the expenses claimed.
5.0 ASSURANCES OF CONSULTANT
5.1 Independent Contractor. Consultant is an independent contractor and is solely
responsible for its acts or omissions. Consultant (including its agents, servants, and
employees) is not the City's agent, employee, or representative for any purpose.
It is the express intention of the parties hereto that Consultant is an independent
contractor and not an employee, joint venturer, or partner of City for any purpose
whatsoever. City shall have no right to, and shall not control the manner or prescribe the
method of accomplishing those services contracted to and performed by Consultant
under this Agreement, and the general public and all governmental agencies regulating
such activity shall be so informed.
Those provisions of this Agreement that reserve ultimate authority in City have been
inserted solely to achieve compliance with federal and state laws, rules, regulations, and
interpretations thereof. No such provisions and no other provisions of this Agreement
shall be interpreted or construed as creating or establishing the relationship of employer
and employee between Consultant and City.
Consultant shall pay all estimated and actual federal and state income and self-
employment taxes that are due the state and federal government and shall furnish and
pay worker's compensation insurance, unemployment insurance and any other benefits
required by law for himself and his employees, if any. Consultant agrees to indemnify
and hold City and its officers, agents and employees harmless from and against any
claims or demands by federal, state or local government agencies for any such taxes or
benefits due but not paid by Consultant, including the legal costs associated with
defending against any audit, claim, demand or law suit.
COU No. 2425-110
PAGE 3 OF 7
Consultant warrants and represents that it is a properly licensed professional or
professional organization with a substantial investment in its business and that it
maintains its own offices and staff which it will use in performing under this Agreement.
5.2 Conflict of Interest. Consultant understands that its professional responsibility is solely
to City. Consultant has no interest and will not acquire any direct or indirect interest that
would conflict with its performance of the Agreement. Consultant shall not in the
performance of this Agreement employ a person having such an interest. If the City
Manager determines that the Consultant has a disclosure obligation under the City’s
local conflict of interest code, the Consultant shall file the required disclosure form with
the City Clerk within 10 days of being notified of the City Manager’s determination.
6.0 INDEMNIFICATION
6.1 Insurance Liability. Without limiting Consultant's obligations arising under Paragraph 6.2
Consultant shall not begin work under this Agreement until it procures and maintains for
the full period of time allowed by law, surviving the termination of this Agreement
insurance against claims for injuries to persons or damages to property, which may arise
from or in connection with its performance under this Agreement.
A.Minimum Scope of Insurance
Coverage shall be at least as broad as:
1.Insurance Services Office ("ISO) Commercial General Liability Coverage
Form No. CG 20 10 10 01 and Commercial General Liability Coverage –
Completed Operations Form No. CG 20 37 10 01.
2.ISO Form No. CA 0001 (Ed. 1/87) covering Automobile Liability, Code 1
"any auto" or Code 8, 9 if no owned autos and endorsement CA 0025.
3.Worker's Compensation Insurance as required by the Labor Code of the
State of California and Employers Liability Insurance.
4.Errors and Omissions liability insurance appropriate to the consultant’s
profession. Architects’ and engineers’ coverage is to be endorsed to
include contractual liability.
B.Minimum Limits of Insurance
Consultant shall maintain limits no less than:
1.General Liability: $1,000,000 combined single limit per occurrence for
bodily injury, personal injury and property damage including operations,
products and completed operations. If Commercial General Liability
Insurance or other form with a general aggregate limit is used, the
general aggregate limit shall apply separately to the work performed
under this Agreement, or the aggregate limit shall be twice the prescribed
per occurrence limit.
2.Automobile Liability: $1,000,000 combined single limit per accident for
bodily injury and property damage.
COU No. 2425-110
PAGE 4 OF 7
3.Worker's Compensation and Employers Liability: Worker's compensation
limits as required by the Labor Code of the State of California and
Employers Liability limits of $1,000,000 per accident.
4.Errors and Omissions liability: $1,000,000 per occurrence.
C.Deductibles and Self-Insured Retentions
Any deductibles or self-insured retentions must be declared to and approved by
the City. At the option of the City, either the insurer shall reduce or eliminate
such deductibles or self-insured retentions as respects to the City, its officers,
officials, employees and volunteers; or the Consultant shall procure a bond
guaranteeing payment of losses and related investigations, claim administration
and defense expenses.
D.Other Insurance Provisions
The policies are to contain, or be endorsed to contain, the following provisions:
1.General Liability and Automobile Liability Coverages
a.The City, it officers, officials, employees and volunteers are to be
covered as additional insureds as respects; liability arising out of
activities performed by or on behalf of the Consultant, products
and completed operations of the Consultant, premises owned,
occupied or used by the Consultant, or automobiles owned, hired
or borrowed by the Consultant for the full period of time allowed by
law, surviving the termination of this Agreement. The coverage
shall contain no special limitations on the scope-of-protection
afforded to the City, its officers, officials, employees or volunteers.
b.The Consultant's insurance coverage shall be primary insurance
as respects to the City, its officers, officials, employees and
volunteers. Any insurance or self-insurance maintained by the
City, its officers, officials, employees or volunteers shall be in
excess of the Consultant's insurance and shall not contribute with
it.
c.Any failure to comply with reporting provisions of the policies shall
not affect coverage provided to the City, its officers, officials,
employees or volunteers.
d.The Consultant's insurance shall apply separately to each insured
against whom claim is made or suit is brought, except with respect
to the limits of the insurer's liability.
2.Worker's Compensation and Employers Liability Coverage
The insurer shall agree to waive all rights of subrogation against the City,
its officers, officials, employees and volunteers for losses arising from
Consultant's performance of the work, pursuant to this Agreement.
COU No. 2425-110
PAGE 5 OF 7
3. Professional Liability Coverage
If written on a claims-made basis, the retroactivity date shall be the
effective date of this Agreement. The policy period shall extend one (1)
year from the date of final approved invoice.
4. All Coverages
Each Insurance policy required by this clause shall be endorsed to state
that coverage shall not be suspended, voided, canceled by either party,
reduced in coverage or in limits except after thirty (30) days prior written
notice by certified mail, return receipt requested, has been given to the
City.
E. Acceptability of Insurers
Insurance is to be placed with admitted California insurers with an A.M. Best's
rating of no less than A- for financial strength, AA for long-term credit rating and
AMB-1 for short-term credit rating.
F. Verification of Coverage
Consultant shall furnish the City with Certificates of Insurance and with original
Endorsements effecting coverage required by this Agreement. The Certificates
and Endorsements for each insurance policy are to be signed by a person
authorized by that insurer to bind coverage on its behalf. The Certificates and
Endorsements are to be on forms provided or approved by the City. Where by
statute, the City's Workers' Compensation - related forms cannot be used,
equivalent forms approved by the Insurance Commissioner are to be substituted.
All Certificates and Endorsements are to be received and approved by the City
before Consultant begins the work of this Agreement. The City reserves the right
to require complete, certified copies of all required insurance policies, at any
time. If Consultant fails to provide the coverages required herein, the City shall
have the right, but not the obligation, to purchase any or all of them. In that
event, the cost of insurance becomes part of the compensation due the
contractor after notice to Consultant that City has paid the premium.
G. Subcontractors
Consultant shall include all subcontractors or sub-consultants as insured under
its policies or shall furnish separate certificates and endorsements for each sub-
contractor or sub-consultant. All coverage for sub-contractors or sub-consultants
shall be subject to all insurance requirements set forth in this Paragraph 6.1.
6.2 Indemnification. Notwithstanding the foregoing insurance requirements, and in addition
thereto, Consultant agrees, for the full period of time allowed by law, surviving the
termination of this Agreement, to indemnify the City for any claim, cost or liability that
arises out of, or pertains to, or relates to any negligent act or omission or the willful
misconduct of Consultant in the performance of services under this contract by
Consultant, but this indemnity does not apply to liability for damages for death or bodily
injury to persons, injury to property, or other loss, arising from the sole negligence, willful
misconduct or defects in design by the City, or arising from the active negligence of the
City.
COU No. 2425-110
PAGE 6 OF 7
“Indemnify,” as used herein includes the expenses of defending against a claim and the
payment of any settlement or judgment arising out of the claim. Defense costs include
all costs associated with defending the claim, including, but not limited to, the fees of
attorneys, investigators, consultants, experts and expert witnesses, and litigation
expenses.
References in this paragraph to City or Consultant, include their officers, employees,
agents, and subcontractors.
7.0 CONTRACT PROVISIONS
7.1 Ownership of Work. All documents furnished to Consultant by City and all documents or
reports and supportive data prepared by Consultant under this Agreement are owned
and become the property of the City upon their creation and shall be given to City
immediately upon demand and at the completion of Consultant's services at no
additional cost to City. Deliverables are identified in the Scope-of-Work, Attachment "A".
All documents produced by Consultant shall be furnished to City in digital format and
hardcopy. Consultant shall produce the digital format, using software and media
approved by City.
7.2 Governing Law. Consultant shall comply with the laws and regulations of the United
States, the State of California, and all local governments having jurisdiction over this
Agreement. The interpretation and enforcement of this Agreement shall be governed by
California law and any action arising under or in connection with this Agreement must be
filed in a Court of competent jurisdiction in Mendocino County.
7.3 Entire Agreement. This Agreement plus its Attachment(s) and executed Amendments
set forth the entire understanding between the parties.
7.4 Severability. If any term of this Agreement is held invalid by a court of competent
jurisdiction, the remainder of this Agreement shall remain in effect.
7.5 Modification. No modification of this Agreement is valid unless made with the agreement
of both parties in writing.
7.6 Assignment. Consultant's services are considered unique and personal. Consultant
shall not assign, transfer, or sub-contract its interest or obligation under all or any portion
of this Agreement without City's prior written consent.
7.7 Waiver. No waiver of a breach of any covenant, term, or condition of this Agreement
shall be a waiver of any other or subsequent breach of the same or any other covenant,
term or condition or a waiver of the covenant, term or condition itself.
7.8 Termination. This Agreement may only be terminated by either party: 1) for breach of
the Agreement; 2) because funds are no longer available to pay Consultant for services
provided under this Agreement; or 3) City has abandoned and does not wish to complete
the project for which Consultant was retained. A party shall notify the other party of any
alleged breach of the Agreement and of the action required to cure the breach. If the
breaching party fails to cure the breach within the time specified in the notice, the
contract shall be terminated as of that time. If terminated for lack of funds or
abandonment of the project, the contract shall terminate on the date notice of
termination is given to Consultant. City shall pay the Consultant only for services
COU No. 2425-110
PAGE 7 OF 7
performed and expenses incurred as of the effective termination date. In such event, as
a condition to payment, Consultant shall provide to City all finished or unfinished
documents, data, studies, surveys, drawings, maps, models, photographs and reports
prepared by the Consultant under this Agreement. Consultant shall be entitled to
receive just and equitable compensation for any work satisfactorily completed
hereunder, subject to off-set for any direct or consequential damages City may incur as
a result of Consultant's breach of contract.
7.9 Execution of Agreement. This Agreement may be executed in duplicate originals, each
bearing the original signature of the parties. Alternatively, this Agreement may be
executed and delivered by facsimile or other electronic transmission, and in more than
one counterpart, each of which shall be deemed an original, and all of which together
shall constitute one and the same instrument. When executed using either alternative,
the executed agreement shall be deemed an original admissible as evidence in any
administrative or judicial proceeding to prove the terms and content of this Agreement.
8.0 NOTICES
Any notice given under this Agreement shall be in writing and deemed given when
personally delivered or deposited in the mail (certified or registered) addressed to the
parties as follows:
CITY OF UKIAH STONE CREEK ENVIRONMENTAL CONSULTING
DEPT. OF PUBLIC WORKS 8733 LAKEWOOD DRIVE
300 SEMINARY AVENUE SUITE B
UKIAH, CALIFORNIA 95482 WINDSOR, CA 95492
9.0 SIGNATURES
IN WITNESS WHEREOF, the parties have executed this Agreement the Effective Date:
CONSULTANT
__9/10/24___ Date
____________________
Date
BY: __________________________
PRINT NAME: Colleen Hunt______
85-1380973__________________
IRS IDN Number
CITY OF UKIAH
BY:
CITY MANAGER
ATTEST
____________________
CITY CLERK Date
Sep 26, 2024
Kristine Lawler (Sep 26, 2024 11:12 PDT)
Kristine Lawler Sep 26, 2024
Stone Creek Environmental Consulting
8733 Lakewood Drive, Suite B
Windsor, CA 95492
colleen@consultingstonecreek.com
707-318-9415
1 www.consultingstonecreek.com
Date: June 5, 2024
Mr. Tim Eriksen
City of Ukiah
300 Seminary Avenue
Ukiah, CA 95482
Subject: Proposal for Storm Water Support Services, Fiscal Year 2024/2025
Dear Mr. Eriksen:
Stone Creek Environmental Consulting (Stone Creek) is pleased to present this proposal and fee
estimate to provide stormwater support services to the City of Ukiah (City). Colleen Hunt,
owner, is a Certified Professional in Municipal Stormwater Management and brings direct
regulatory compliance experience with municipal stormwater permit requirements. She has
worked with dozens of municipal stormwater Permittees during her time with the Regional
Water Board and for the past six years as a consultant. Colleen has been providing stormwater
assistance to the City since 2020.
The City is subject to requirements of the Regional Water Board’s Waste Discharge
Requirements Order No. R1-2015-0030, National Pollutant Discharge Elimination System
(NPDES) Permit No. CA0025054 for Discharges from the Municipal Separate Storm Sewer
System (MS4) (Permit). The Permit became effective January 6, 2016 and expired on January 5,
2021. The Permit is administratively extended until the Regional Water Board renews the
Permit. Until a new Permit is adopted, the City must continue implementing the requirements of
the expired Permit.
This Scope of Work is to provide the City with ongoing support for stormwater management
requirements, including:
•Construction Site Inspections
•LID Installation and Maintenance Inspections
•Critical Source Inspections
•SMARTs Reporting
•Municipal Staff Training
•Annual Reporting
•Trash Implementation Plan
•Asset Management Planning
ATTACHMENT A
Stone Creek Environmental Consulting
8733 Lakewood Drive, Suite B
Windsor, CA 95492
colleen@consultingstonecreek.com
707-318-9415
2 www.consultingstonecreek.com
Scope of Work
Task 1. Low Impact Development Maintenance Inspections
Permit Section VI.D.12. requires the City to track and inspect all new development and
redevelopment projects with LID BMPs. Inspections are required to be conducted on a two-year
cycle. Post-construction BMPs were last inspected in 2023 and are due again in 2025.
Additionally, any projects completed in 2023 would also need to be inspected in 2025. Under
this task, Stone Creek will assist the City with conducting the required LID inspections. This task
will include inspecting LID BMPs to assess functionality, with particular attention to BMP
maintenance including failure, invasive vegetation, health of desired vegetation and excessive
mowing, vector risk, trash and debris, sediment clogging, improper modifications, solids
removal, pump-out, and blockage. As specified in the Permit, inspections address LID BMPs
that are in the public right of way or at locations that would not require entering private property.
Each inspection will be documented on an inspection checklist, which will include
recommendations for follow-up, as applicable. A photo record of the BMPs will be provided as
part of the inspection summary report.
Budget includes direct costs for mileage and 2NForm licensing fee and assumes inspections for
up to 8 projects.
Task 1. Deliverable: Inspection Reports
Task 2. Critical Source Inspections
During the 2024/2025 Fiscal Year, the City will not need to conduct Critical Source Inspections.
However, we may need to follow up with facilities previously inspected to address any
outstanding corrective actions. The City may also need assistance coordinating with other
departments during the fiscal year in preparation of inspections during future fiscal years. Under
this task, Stone Creek will make a determination of assistance needed to support the City with
Critical Source Inspections and implement those actions.
Task 2. Deliverables: TBD
Stone Creek Environmental Consulting
8733 Lakewood Drive, Suite B
Windsor, CA 95492
colleen@consultingstonecreek.com
707-318-9415
3 www.consultingstonecreek.com
Task 3. Municipal Staff Training
Section G.12. of the Permit requires the City to annually train staff whose interactions, jobs, and
activities may affect stormwater quality. We will provide training on stormwater topics selected
by the City. This may include illicit discharge, non-stormwater discharges, municipal activities
BMP requirements, and/or integrated pest management. Training will be provided in-person or
pre-recorded.
Task 3. Deliverable: Stormwater training, including preparation of a PowerPoint presentation,
training materials, and training documentation records.
Task 4. Annual Report
Section J of the Permit requires the City to submit an Annual Report for each fiscal year. The
Annual Report for the 2023/2024 reporting period is due October 15, 2024. At the beginning of
the new Permit term, the Regional Water Board developed an annual report template for
Permittee use. The template provides a streamlined method for annual reporting. Completing the
template satisfies the annual reporting requirements specified in Section J.
Under this task, we will assist the City with populating the template and gathering information
needed for reporting. The City will need to complete sections of the report with data that is not
readily available to us to adequately complete the report. The City will be responsible for
submitting the final report to the Regional Water Board.
Schedule:
August 16, 2024 Staff to provide data to complete Annual Report
September 15, 2024 Draft Annual Report submitted to the City for review
October 1, 2024 City comments on the draft Annual Report due back to Stone Creek
October 11, 2024 Stone Creek to provide the final Annual Report for submittal to the
Regional Water Board
Assumptions:
• Schedule assumes the Agreement for this Scope of Work will be executed no later
than August 1, 2024.
• City staff provides data to complete the Annual Report according to the schedule.
Task 4 Deliverable: Draft Annual Report; Final Annual Report
Stone Creek Environmental Consulting
8733 Lakewood Drive, Suite B
Windsor, CA 95492
colleen@consultingstonecreek.com
707-318-9415
4 www.consultingstonecreek.com
Task 5. Trash Implementation Plan
The City of Ukiah is participating in the Streets to Creek Trash Pilot program, aimed to study the
results of trash accumulation relative to implementing institutional trash control measures. This
task is to assist the City with its participation in the pilot study. This task will include developing
a project profile to establish the approach to conducting the pilot study, as well as the schedule.
This task will also include implementation of the City’s program. Implementation tasks are
anticipated to include conducting visual trash assessments to document trash conditions at
different project stages, implementing the outreach campaign, and summarizing findings in a
report. Final implementation measures will be based on the final project plan strategy. The task
is dependent on the availability of outreach materials for the Streets to Creeks program.
Task 5. Deliverable: Project Plan. Pilot Study Summary Report.
Task 6. SMARTS Reporting
This task is to assist the city with SMARTS reporting requirements for the Department of Public
Work’s active construction site projects subject to the state construction general permit (CGP).
This includes assistance with the following tasks:
• Preparing permit applications (NOI) and terminations (NOT),
• Creating “ad hoc” monitoring reports within 10 days of monitoring activities,
• Preparing the project annual reports, due September 1, 2024.
This task assumes assistance for SMARTS reporting for up to two projects.
Task 6. Deliverables: TBD based on direction of City.
Task 7. Asset Management
Based on our understanding, all future municipal stormwater permits in the state of California will
include some level of developing an asset management program. Draft permit language for asset
management requirements includes the development of a program in four phases:
• Inventory and mapping
• Characteristics
• Level of service
• Maintenance and improvement planning
Implementing a storm drain infrastructure asset management program is a significant
undertaking that requires substantial time and resources. While the exact requirements included
in the permits are not yet known, it is clear that a full program will be included in the permits and
will need to be incorporated into the City’s stormwater management plan. This task will assist
Stone Creek Environmental Consulting
8733 Lakewood Drive, Suite B
Windsor, CA 95492
colleen@consultingstonecreek.com
707-318-9415
5 www.consultingstonecreek.com
the City with planning an approach and methodology for meeting future permit asset
management requirements.
1. Review of existing data for each asset and determine the data gaps that will need to be
filled to meet inventory mapping requirements and characterization of assets. Findings
will be summarized and presented in a TM.
2. Develop an asset management project plan to strategize the approach to meeting new
permit requirements, including filling data gaps and an implementation schedule. The
asset project plan will be provided to the City in a draft form for input and review. The
project plan will not be finalized until permit requirements are more clearly defined.
Task 7 Deliverables: Asset Management Data Gap Analysis TM; Draft Asset Management
Project Plan.
Task 8. Program Management
This task will include general project management tasks needed to manage the contract properly
and effectively. Tasks will include a project schedule, managing budget, monthly invoicing, and
routine communications with the City, including in-person meetings to report progress and
discuss key recommendations and decisions.
Task 8. Deliverable: Invoices
Cost Recovery Tasks
The following tasks have been identified as cost recovery tasks. Direct hours for each project
will be itemized individually enabling the City to recover those costs directly from the project.
Budget for these tasks will not come out of the City’s funds and therefore have been presented
separately for accounting purposes.
Task 9. Construction Site Inspections
Section VI.F4.e of the Permit requires the City to conduct routine inspections of active
construction site projects which disturb one acre or more of land. Inspections are required to take
place in September, after the first significant rain event, and monthly during the rainy season.
Under this task, we will assist the City with construction site inspections. This includes tracking
the project inventory, conducting inspections, documenting inspection findings, providing
recommendations to improve BMP management, and coordinating follow up with City staff.
Stone Creek will continue to use 2NForm to track construction site projects. Project budget
includes direct costs such as mileage and 2NForm licensing fee. We assume up to five active
construction projects will be included for inspection under this scope of work.
Task 9. Deliverable: Electronic record of inspections.
Stone Creek Environmental Consulting
8733 Lakewood Drive, Suite B
Windsor, CA 95492
colleen@consultingstonecreek.com
707-318-9415
6 www.consultingstonecreek.com
Task 10. Installation Inspections
Section VI.D.12.c. requires the City to inspect all applicable development sites during
installation of post-construction BMPs to ensure proper function. Generally, the inspections
occur during four phases of work:
1. Completion of initial excavation.
2. Placement of aggregate layer.
3. Placement of bioretention soil media.
4. Planting of bioretention plants.
Under this task, Stone Creek is available to conduct installation inspections. It is assumed that
the City will notify Stone Creek when a project is in the process of installing post-construction
BMPs and will provide project contact information so that Stone Creek can make arrangements
for inspections. Direct hours for each project will be itemized individually enabling the City to
recover those costs directly from the project. This task assumes up to two projects needing
installation inspections.
Task 10. Deliverable: Inspection Reports
Stone Creek Environmental Consulting
8733 Lakewood Drive, Suite B
Windsor, CA 95492
colleen@consultingstonecreek.com
707-318-9415
7 www.consultingstonecreek.com
Fee Estimate and Level of Effort
The Scope of Work will be conducted as described above for an estimated not-to-exceed budget
of $80,000 The estimated fee and associated level of effort are summarized below.
Task Level of Effort,
hours Estimated Fee, $
Task 1. LID Maintenance Inspections 30 7,150
Task 2. Critical Source Inspections 10 4,000
Task 3. Municipal Staff Training 12 2,500
Task 4. Annual Report 12 2,500
Task 5. Trash Implementation Plan 40 8,000
Task 6. SMARTS Reporting 40 7,500
Task 7. Asset Management Planning 82 22,750
Task 8. Project Management 14 2,750
City Budget 240 hours 57,150
Task 9. Construction Site Inspections 80 19,000
Task 10. LID Installation Inspections 16 3,850
Cost Recovery Budget 96 hours 23,100
Total 336 hours 80,000
Billing rates for the estimate are provided below. Rates will be valid for the duration of the
contract:
Classification 2024
Quality Assurance $305
Principal Compliance Specialist $275
Compliance Specialist II $193
Compliance Specialist I $174
Field Inspector $185
Intern $110
Administrative Assistance $110
Direct Costs Cost + 10%
Mileage Standard Federal Rate
Stone Creek Environmental Consulting
8733 Lakewood Drive, Suite B
Windsor, CA 95492
colleen@consultingstonecreek.com
707-318-9415
8 www.consultingstonecreek.com
Any services not included in this Scope of Work will be performed only after receiving written
authorization and a corresponding budget augmentation from the City. I am looking forward to
working with you on this important work. Please feel free to contact me at 707-318-9415 or
colleen@consultingstonecreek.com if you have any questions or would like to discuss this
proposal further.
Sincerely,
Colleen Hunt, CPMSM #343
Professional Consultant