Loading...
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