HomeMy WebLinkAboutDudek; 2010-05-24; PWENG764AGREEMENT FOR ENVIRONMENTAL SERVICES
FOR LA GOLONDRINA SEWER EXTENSION
(DUDEK)
THIS AGREEMENT is made and entered into as of the d day of
&.# 3 20/D - , by and between the CITY OF CARLSBAD, a municipal
corporation, ('kity"), and DUDEK, a California corporation, ("Contractor").
RECITALS
A. City requires the professional services of an Environmental Consultant
that is experienced in biological construction monitoring.
B. Contractor has the .necessary experience in providing professional
services and advice related to biological construction monitoring.
C. Selection of Contractor is expected to achieve the desired results in an
expedited fashion.
D. 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 one (1) year from the date
first above written. The City Manager may amend the Agreement to extend it for one (1)
additional one (1) year periods or parts thereof. Extensions will be based upon a
satisfactory review of Contractor's performance, City needs, and appropriation of funds
by the City Council. The parties will prepare a written amendment indicating the
effective date and length of the extended Agreement.
4. TIME IS OF THE ESSENCE
Time is of the essence for each and every provision of this Agreement.
City Attorney Approved Version #05.06.08
5. COMPENSATION
The total fee payable for the Services to be performed during the initial Agreement term
will be twenty nine thousand five hundred ten dollars ($29,510). 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 andlor Services specified in Exhibit "A.
Incremental payments, if applicable, should be made as outlined in attached Exhibit "A.
6. STATUS OF CONTRACTOR
Contractor will perform the Services in Contractor's own way as an independent
contractor and in pursuit of Contractor's independent calling, and not as an employee of
City. Contractor will be under control of City only as to the result to be accomplished,
but will consult with City as necessary. The persons used by Contractor to provide
services under this Agreement will not be considered employees of City for any
purposes.
The payment made to Contractor pursuant to the Agreement will be the full and
complete compensation to which Contractor is entitled. City will not make any federal or
state tax withholdings on behalf of Contractor or its agents, employees or
subcontractors. City will not be required to pay any workers' compensation insurance or
unemployment contributions on behalf of Contractor or its employees or subcontractors.
Contractor agrees to indemnify City within thirty (30) days for any tax, retirement
contribution, social security, overtime payment, unemployment payment or workers'
compensation payment which City may be required to make on behalf of Contractor or
any agent, employee, or subcontractor of Contractor for work done under this
Agreement. At the City's election, City may deduct the indemnification amount from any
balance owing to Contractor.
7. SUBCONTRACTING
Contractor will not subcontract any portion of the Services without prior written approval
of City. If Contractor subcontracts any of the Services, Contractor will be fully
responsible to City for the acts and omissions of Contractor's subcontractor and of the
persons either directly or indirectly employed by the subcontractor, as Contractor is for
the acts and omissions of persons directly employed by Contractor. Nothing contained
in this Agreement will create any contractual relationship between any subcontractor of
Contractor and City. Contractor will be responsible for payment of subcontractors.
Contractor will bind every subcontractor and every subcontractor of a subcontractor by
the terms of this Agreement applicable to Contractor's work unless specifically noted to
the contrary in the subcontract and approved in writing by City.
8. OTHER CONTRACTORS
The City reserves the right to employ other Contractors in connection with the Services.
City Attorney Approved Version #05.06.08
2
9. INDEMNIFICATION
Contractor agrees to indemnify and hold harmless the City and its officers, officials,
employees and volunteers from and against all claims, damages, losses and expenses
including attorneys fees arising out of the performance of the work described herein
caused by any negligence, recklessness, or willful misconduct of the Contractor, any
subcontractor, anyone directly or indirectly employed by any of them or anyone for
whose acts any of them may be liable.
The parties expressly agree that any payment, attorney's fee, costs or expense City
incurs or makes to or on behalf of an injured employee under the City's self-
administered workers' compensation is included as a loss, expense or cost for the
purposes of this section, and that this section will suwive 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 or damage t~-~ro~ert~
which may arise out of or in connection with performance of the sewices 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-:VIIU. OR with a surplus 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 City Attorney 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 Liability 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 Liability (if the use of an automobile is involved for
Contractor's work for City). $1,000,000 combined single-limit per accident for bodily
injury and property damage.
City Attorney Approved Version #05.06.08
3
10.1.3 Workers' Compensation and Em~loyer's Liability. Workers'
Compensation limits as required by the California Labor Code. Workers' Compensation
will not be required if Contractor has no employees and provides, to City's satisfaction, a
declaration stating this.
10.1.4 Professional Liability. Errors and omissions liability appropriate to
Contractor's profession with limits of not less than $1,000,000 per claim. Coverage must
be maintained for a period of five years following the date of completion of the work.
10.2. Additional Provisions. Contractor will ensure that the policies of insurance
required under this Agreement contain, or are endorsed to contain, the following
provisions:
10.2.1 The City will be named as an additional insured on General
Liability.
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 Providinq Certificates of lnsurance 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 Coveraqe. If Contractor fails to maintain any of these
insurance coverages, then City will have the option to declare Contractor in breach, or
may purchase replacement insurance or pay the premiums that are due on existing
policies in order to maintain the required coverages. Contractor is responsible for any
payments made by City to obtain or 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 anytime,
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
City Attorney Approved Version #05.06.08
4
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 Mark Biskup Name Callie Ford
Title Associate Engineer Title Bioloqist
Department Enqineerinq Address 605 Third Street
City of Carlsbad Encinitas, CA 92024
Address 1635 Faradav Avenue Phone No. (760) 942-5147
Carlsbad, CA 92008
Phone No. (760) 602-2763
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.
16. CONFLICT OF INTEREST
City will evaluate Contractor's duties pursuant to this Agreement to determine whether
disclosure under the Political Reform Act and City's Conflict of Interest Code is required
of Contractor or any of Contractor's employees, agents, or subcontractors. Should it be
determined that disclosure is required, Contractor or Contractor's affected employees,
agents, or subcontractors will complete and file with the City Clerk those schedules
specified by City and contained in the Statement of Economic Interests Form 700.
City Attorney Approved Version #05.06.08
Contractor, for Contractor and on behalf of Contractor's agents, employees,
subcontractors and consultants warrants that by execution of this Agreement, that they
have no interest, present or contemplated, in the projects affected by this Agreement.
Contractor further warrants that neither Contractor, nor Contractor's agents, employees,
subcontractors and consultants have any ancillary real property, business interests or
income that will be affected by this Agreement or, alternatively, that Contractor will file
with the City an affidavit disclosing this interest.
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 Sewices 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 sewices 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
that the sewices required by this Agreement.
18. DISCRIMINATION AND HARASSMENT PROHIBITED
Contractor will comply with all applicable local, state and federal laws and regulations
prohibiting discrimination and harassment.
19. DISPUTE RESOLUTION
If a dispute should arise regarding the performance of the Services the following
procedure will be used to resolve any questions of fact or interpretation not otherwise
settled by agreement between the parties. Representatives of Contractor or City will
reduce such questions, and their respective views, to writing. A copy of such
documented dispute will be forwarded to both parties involved along with recommended
methods of resolution, which would be of benefit to both parties. The representative
receiving the letter will reply to the letter along with a recommended method of
resolution within ten (10) business days. If the resolution thus obtained is unsatisfactory
to the aggrieved party, a letter outlining the disputes will be forwarded to the City
Manager. The City Manager will consider the facts and solutions recommended by each
party and may then opt to direct a solution to the problem. In such cases, the action of
the City Manager will be binding upon the parties involved, although nothing in this
procedure will prohibit the parties from seeking remedies available to them at law.
20. TERMINATION
In the event of the Contractor's failure to prosecute, deliver, or perform the Services,
City may terminate this Agreement for nonperformance by notifying Contractor by
certified mail of the termination. If City decides to abandon or indefinitely postpone the
work or services contemplated by this Agreement, City may terminate this Agreement
upon written notice to Contractor. Upon notification of termination, Contractor has five
(5) business days to deliver any documents owned by City and all work in progress to
City Attorney Approved Version #05.06.08
6
City address contained in this Agreement. City will make a determination of fact based
upon the work product delivered to City and of the percentage of work that Contractor
has performed which is usable and of worth to City in having the Agreement completed.
Based upon that finding City will determine the final payment of the Agreement.
Either party upon tendering thirty (30) days written notice to the other party may
terminate this Agreement. In this event and upon request of City, Contractor will
assemble the work product and put it in order for proper filing and closing and deliver it
to City. Contractor will be paid for work performed to the termination date; however, the
total will not exceed the lump sum fee payable under this Agreement. City will make the
final determination as to the portions of tasks completed and the compensation to be
made.
21. COVENANTS AGAINST CONTINGENT FEES
Contractor warrants that Contractor has not employed or retained any company or
person, other than a bona fide employee working for Contractor, to solicit or secure this
Agreement, and that Contractor has not paid or agreed to pay any company or person,
other than a bona fide employee, any fee, commission, percentage, brokerage fee, gift,
or any other consideration contingent upon, or resulting from, the award or making of
this Agreement. For breach or violation of this warranty, City will have the right to annul
this Agreement without liability, or, in its discretion, to deduct from the Agreement price
or consideration, or otherwise recover, the full amount of the fee, commission,
percentage, brokerage fees, gift, or contingent fee.
22. CLAIMS AND LAWSUITS
By signing this Agreement, Contractor agrees that any Agreement claim submitted to
City must be asserted as part of the Agreement process as set forth in this Agreement
and not in anticipation of litigation or in conjunction with litigation. Contractor
acknowledges that if a false claim is submitted to City, it may be considered fraud and
Contractor may be subject to criminal prosecution. Contractor acknowledges that
California Government Code sections 12650 et sea., the False Claims Act applies to
this Agreement and, provides for civil penalties where a person knowingly submits a
false claim to a public entity. These provisions include false claims made with deliberate
ignorance of the false information or in reckless disregard of the truth or falsity of
information. If City seeks to recover penalties pursuant to the False Claims Act, it is
entitled to recover its litigation costs, including attorney's fees. Contractor acknowledges
that the filing of a false claim may subject Contractor to an administrative debarment
proceeding as the result of which Contractor may be prevented to act as a Contractor
on any public work or improvement for a period of up to five (5) years. Contractor
acknowledges debarment by another jurisdiction is grounds for City to terminate this
Agreement.
23. JURISDICTIONS AND VENUE
Any action at law or in equity brought by either of the parties for the purpose of
enforcing a right or rights provided for by this Agreement will be tried in a court of
competent jurisdiction in the County of San Diego, State of California, and the parties
City Attorney Approved Version #05.06.08
7
waive all provisions of law providing for a change of venue in these proceedings to any
other county.
24. SUCCESSORS AND ASSIGNS
It is mutually understood and agreed that this Agreement will be binding upon City and
Contractor and their respective successors. Neither this Agreement 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 conflict, the terms of the Agreement supersede the purchase order.
Neither this Agreement nor any of its provisions may be amended, modified, waived or
discharged except in a writing signed by both parties.
City Attorney Approved Version #05.06.08
8
26. AUTHORITY
The individuals executing this Agreement and the instruments referenced in it on behalf
of Contractor each represent and warrant that they have the legal power, right and
actual authority to bind Contractor to the terms and conditions of this Agreement.
CONTRACTOR CITY OF CARLSBAD, a munic~pal
DUDEK, a California coen coryz Szrrnia
/
*By: - By:
whey' City Manager pr Mayor or Authorized Siqnatorv -
-&- '~onxt, <)A-
(print nameltitle) ATTEST:
n&me-odn ,nn, .- - k~- - - (e-mail address)
Dudek
(print narn
\co\\.\h3 ca -2s b LeL. CChh/7
-(e-rnail address)
If required by City, proper notarial acknowledgment of execution by contractor
must be attached. If a Corporation, Agreement must be signed by one corporate
officer from each of the following two groups.
*Group A. **Group B.
Chairman, Secretary,
President, or Assistant Secretary,
Vice-president CFO or Assistant Treasurer
Otherwise, the corporation must attach a resolution certified by the secretary or
assistant secretary under corporate seal empowering the officer(s) signing to bind the
corporation.
APPROVED AS TO FORM:
RONALD R. BALL, City Attorney
By:
City Attorney Approved Version #05.06.08
EXHIBIT A
Scope of Work
Environmental Services Proposal, La Golondrina HDD Sewer
Extensions
Task 1 Surveys
Task la Focused Survey for California Gnatcatcher
In order to comply with Biological Mitigation Measure I (BIO-I), as stated in the Dudck's 2008
Biological Resource Technical Report for the project, Dudek will conduct focused surveys for
the California gnatcatcher (Polioptila calijornica calijornica), a federally threatened species, in
areas supporting suitable habitat within the project area and adjacent areas. Dudek conducted
general biological reconnaissance surveys for the La Golondrina HDD Sewer Extension in 2008
(Dudek 2008). Coastal sage scrub is abundant in the survey area and is suitable to support this
spccies. There is approximately 0.53 acre of coastal sage scrub in the project areas. The City of
Carlsbad is enrolled in California's Natural Community and Conservation Planning (NCCP)
Program. In addition, the project areas are located within the Carlsbad Habitat Management Plan
(HMP) existing Hardline Conservation Areas and work conducted in these areas must comply
with the HMP Guidelines (City of Carlsbad 2004).
Dudek biologists holding federal permits to conduct gnatcatcher surveys
will perform these surveys according to the guidelines adopted by the
U.S. Fish and Wildlife Service (USFWS 1997). The USFWS guidelines
specify that for areas under NCCP jurisdiction, such as the City of
Carlsbad, each area potentially supporting gnatcatchers be surveyed a
minimum of three times at a minimum interval of 7 days, to obtain an
5,.8{> l>UI. I*<[;
~..~:N'<ll>f:UA 1 ION
Last survey must be
conducted within 3
days of construction
start date
adequate accuracy of counts. As specified in the USFWS guidelines, Dndek will not conduct
surveys when the air temperatures are below 55°F or above 95"F, or if winds are stronger than
15 miles per hour, as bird activity (and consequently, detectability) typically declines during
these adverse weather conditions
Data will be collected on the number of individual gnatcatchers and habitat characteristics,
including slope, elevation, dominant vegetation types, and habitat disturbances. The locations of
any observed gnatcatchers will be mapped on the aerial photograph overlaid onto topographic
mapping and then digitized using ArcGIS.
DUDEK 210000-30010
April 2010
Exhibit A lcontinuedl
Based on the vegetation mapping conducted in 2008, there is an estimated 0.53 acre of suitable
coastal sage scrub habitat for California gnatcatcher in the La Golondrina project area. In
addition, suitable areas adjacent to the project boundary will be surveyed. Three site visits within
suitable habitat would be required; therefore, with 1 person-day per survey round, 3 person-days
will be necessary to adequately survey the area. Per HMP Guidelines, the last survey must he
conducted no more than three days prior to construction. Upon detection of any gnatcatcher
locations, the City will be notified imrnediatcly and advised as to potential affect the location
may have on construction (e.g., noise limitations).
A focused survey letter rcport documenting the methods and results of this survey will be
prepared in accordance with the USFWS requirements.
Task 1b Pre-Construction Nesting Bird Survey
Dudck will conduct a prc-construction nesting bird survey for the La Golondrina HDD Sewer
Extension area to identify the presence of any nesting birds subject to regulation under the
Migratory Bird Treaty Act (MBTA), including raptors and other listed species such as least
Bell's vireo (Vireo belli pusillus). Dudek biologists will inspect vegetation in the immediate
vicinity of the project area to identify the prcsence of active nests. Any avian nesting behavior
(i.e., territorial defense, transport of nesting material or food for young, etc.) observed will be
monitored to determine if an active nest is present within the selected survey area. Dudek will
record all bird species identified on the site during the surveys. Dudek will conduct the pre-
construction nesting bird survey concurrent with California gnatcatcher surveys. Following
completion of the pre-construction survcys, Dudek will prepare a survey letter rcport
documenting the methods, results, and recommendations of the survey.
If active nests arc located on the site, Dudek biologists will document the species and the status
of the nests. Dudek will notify the site construction manager immediately of any active nest(s)
identified. The active nest(s) would be flagged in the field for avoidance. Dudek would provide
recommendations for avoidance if active nests arc dctccted.
Therc are approximately 1.63 acres of vegetation communities in the La Golondrina project area
that Dudek will survey for nesting birds. Bccausc of the relatively small project arca, the nesting
bird survey does not represent an additional cost.
Cost Estimate for Task 1 ................................................................................................... $2,750.00
DUDEK 210000-30010
April 2010
Exhibit A (Continued)
Task 2 Project Biological Construction Monitoring
Dudek will provide biological compliance monitoring during initial construction process in order
to rcview the limits of work and best management practices (BMPs) prior to commencement of
construction and to periodically check the compliancc of environmental regulations.
A Dudek biological monitor will be on site to ensure construction equipment rcmains within the
proposcd impact areas, avoids impacts to the California adolphia (Adolphia californica)
population (a covered species in the City's HMP), southern willow scrub, and coastal and valley
freshwater marsh (both wctland communities covered in the City's HMP and regulated by statc
and federal agencies), and does not enter adjacent habitats. In addition, the biological monitor
will periodically survey for nesting birds and other wildlife. Dudek will oversee installation and
weekly inspection of any fencing or other measures designed to prevent erosion and runoff into
sensitive habitat areas.
Due to the possibility that nesting birds may be active in areas within 500 feet of the project,
noise monitoring may be required to comply with BIO-1. BIO-1 states that noise levels shall be
maintained below 60 dBA hourly Leq within 500 feet of breeding habitat occupied by listed
species. Dudek's acoustician will bc available to conduct monitor noise levels on two occasions;
an initial measurement to obtain a baselinc noisc lcvel and a second visit to determine the noise
level with implementation of any recommended attenuation (i.e., noise walls).
Dudck understands that construction of the project may require daily monitoring during the
project staging and drilling of pilot hole (estimated at a maximum of 10 working days) and twice
a week monitoring during the remainder of construction (estimated at a maximum of 12
additional wccks). For budget estimation purposes, Dudek assumes that monitoring will require
up to 4 hours per day. Dudek will provide Observation Reports documenting any compliance
issues observed. The Observation Reports will bc provided to the City and construction
management. A final letter report will be prepared upon the completion of construction
monitoring activities, summarizing the monitoring completed and documcnting overall
compliance of the project with biological mitigation measures.
Cost Estimate for Task 2 ................................................................................................. $22,600.00
Task 3 Meetings and Project Management
Dudek will attend up to one pre-construction meeting, provide project management services to
the client (project coordination, project survey updates, and correspondence), and respond to any
issues of concern during the estimated 4-month work period.
Cost Estimate for Task 3 ................................................................................................... $3,410.00
DUDEK 210000-30010
April 2010
Exhibit A (Continued)
COST SUMMARY
Dudek will complete the scope of work, including Tasks 1 through 3 described above, on a time-
and-materials basis not to exceed $29,510.00. This includes $28,760.00 for labor and $750.00 for
reimbursable direct costs. Direct costs include field equipment, reproduction costs, and mailing
costs. As noted in the schedule of charges, direct costs will bc billed at cost plus 5%. All work
will be billed in accordance with our 2010 Standard Schedule of Charges, a copy of which is
attached.
If any additional surveys are required beyond the scopc of work, a separate proposal will be
prepared.
REFERENCES
City of Carlsbad. 2004. Habitat Management Plan for Natural Communities in the City of
Carlsbad. December 1999, as Amended. Final Approval November 2004.
Dudek. 2008. Biological Technical Report,for the La Golondrina and El Fuerte Street HDD
Sewer Extensions, Sun Diego County, California. Prepared for City of Carlsbad. Prepared
by Dudek: Encinitas, California. Novcmbcr 2008.
USFWS (U.S. Fish and Wildlife Service). 1997. Coastal California Gnatcatcher (Polioptila
californica californica) Presence/Absence Survey Guidelines. Carlsbad, California.
February 28, 1997.
DUDEK 210000-30010
April 2010
DUDEK
2010 STANDARD SCHEDULE OF CHARGES
Engineering Services Hydrogeological Services
Proiect Director ....................................... ..$225.00/hr Princioal .................................................... $220,0O/hr ~ ~~~~~~~~ . ~~~
Program Manager ....................................... $215,OO/hr
Principal Engineer II .................................... $195.00/hr
Principal Engineer I ..................................... $19OOO0/hr
Senior Project Manager ............................ $180.001hr
Project Manager .......................................... $165.00/hr
Senior Engineer Ill ..................................... $155,0Olhr
Senior Engineer II .................................... ...$150.OO/hr
Senior Enaineer I ...................................... $140.00/hr -
Project Engineer IV ................................ .....$130.001hr
Project Engineer Ill ..................................... $1 15.00/hr
Project Engineer II ....................................... $105.00/hr
Project Engineer I ........................................ $100.00/hr
Project Coordinator ...................................... $8OOO0/hr
Engineering Assistant ............................ ..$75,0O/hr
Right-of-way Management Services
Principal ROW Manager .............................. $185.00/hr
ROW Project Manager ................................ $150.001hr
ROW Senior Engineer ................................. $14OOO0/hr
ROW Engineer ............................................ $130.00/hr
ROW Technician ........................................ $1 15.00/hr
ROW Research Analyst .............................. $8OO0O/hr
Environmental Services
Principal ...................................................... $220.00/hr
Senior Project ManaqerlSpecialist II ........... $200001hr
........................ Sr. ~ivironmental Engineer 5190.00/hr
Sr. HydrogeologisUSr. Proj Mgr ................... $17OOO0/hr
Project Manager .......................................... $155.00/hr
Associate Hvdroaeolo~isffEnaineer ............ $140.001hr
nydrogeoog st Vl~nGneer IV .............. $12500/hr
......... Hyarogeoog st ,llrEng neer Ill $115 OO/hr
......... Hyarogeoog st II,Eng neer I ..$10500/nr
...... Hvdroaeo oa st ItEna neer I $95 OOlnr .- - -
Technician ..................................................... $95.00/hr
District Management 8 Operations
District General Manager ................... .. ...... $17500/hr
District Engineer ............................................. $16000/hr
Operations Manager ..................................... $150.00/hr
District Secretary/Accountant .......................... $85.00/hr
Collections System Manager ......................... $95.00/hr
Grade V Operator
Grade IV Operato
Grade ill Operato
Grade II Operator
Grade I Operato
O~erator in Train
~b~~ect on Ma ntenince Worder 41 $55 OOlnr
Co lect4on Mamtenance Wor~er I $40 OOlnr
Office Services
Senor ~ro]ect ~anagerl~peca ,st I.. ... St90 OOmr Technical/Drafi,ng/CADD Servrces
Environmental Spec a sbP anner V . . S175 OOsnr 3D Gra~h c An st ........... S150 OOlnr
Environmental SpecialisffPlanner V ............ $155.00/hr Senior Designer .......................................... $130.00/hr
Environmental SpeciaiisUPlanner IV ........... $140.00/hr Desianer ................................................. $120001hr
Envoronmental Spec al sUPlanner 111. . $130 OO/nr Ass itant Des~gner .... $1 15 OOlnr
Env ronmentac Specal sUPlanner II $120.001nr GIs S~ecla 1st IV .... ......... $140.00lnr
Environmental SoecialistlPlanner 1 .............. $1 10.001hr - ~,~~~ ~~
Analyst .......................... ... ........................ $95.00/hr
Planning Research Assistant ........................ $75.00/hr
Archaeoloaical Services ~ ~ ~- ~~ -~~~~
Senior Project Manager/Archaeologist II ... 5200.00lhr
Senior Proiect ManaaerIArchaeoloaist 1 ...... $190.00/hr
~nv~ronm&tal specal s~~rcnaeoi~lst VI $175 W~nr
Environmental Spec al sUArchaeooglst V $155 O01nr
Envtronmentac Spec al sUArchaeo ogst IV $140 OOlnr
Env ronmenta Spec al sUArchaeo og~st 111 $130 OOlnr
Env ronmenta Spec~al~stlArchaeolog st 11 $120 O01hr
Env ronmenta. Soecta isvArcndeoloqlst 1 $1 10 OOthr -
Archaeologist Technician II ........................... $70,OO/hr
Archaeologist Technician I ............................ $50.00/hr
Construction Management Services
PrincioalIManaaer ....................................... $195.00lhr -
Senior Construction Manager ..................... $180.00/hr
Senior Project Manager ............................... $16OO0O/hr
Construction Manager ................................. $15OOO0/hr
Project Manager .......................................... $140.00/hr
Resident Engineer ................................... $140.00/hr
Construction Engineer ................................. $135.00/hr
On-site Owner's Representative ................. $130.OO/hr
Construction lnsaector Ill ............................ $125.00/hr
GIs Specialist Ill ............................................ $130.00/hr
.......................................... GIs Specialist II $120.00/hr
GIs Specialist I ............................................. $1 10.00/hr
.......................................... CADD O~erator Ill $150.00/hr
CADD ber rat or II ........................................... $lOO.OO/hr
CADD Oaerator I ........................................ $85.00/hr
CADD Drafler ................................................... $80.00/hr
CADD Technician ............................................. $70.001hr
Support Services
Technical Editor Ill ............................ .. ......... $140.00/hr
Technical Editor II ........................................... $120.00/hr
Technical Editor I ......................................... $100.00/hr
Publications Assistant Ill ................................... $95.00/hr
Publications Assistant II .................................... 585.001hr
Publications Assistant I ................................... $75.00/hr
Clerical Administration II .................................. $80.00/hr
Clerical Administration I ................................... $70.00/hr
Forensic Engtnoo.ng - C0.n appearances depas'.uns an0 n:erroga:arles as
oxpen n lness 6 bc o Cu a1 2 00 : mes norma rates
Emeraensv and Holldavr - M n m.m Lnarae of ruo nn.rs m 30 D eU at 1 75
timesihe &ma1 rate. .
Material and Outside Services - Subcontractors, rental of rpeclal equipment,
special reproductions and blueprinting, outside data processing and computer Sewices etc, are charged at 115 times the dlred cast.
Travel Expenses - Mileage at 55.5 cents per mile. Per diem where Overnight
stav is involved is char04 at mnt ......... - --- ~ ~~- Constr,cton Inspector I . . . . S115OO~nr Invoices. Lsls Charges. . A fees H oe 0 ea '0 C an: monln b and sha I oe
........ Construct on Inspector I S105 OOsnr u.o ano pabnoe .pon rew pl lhlro ces are ael#nquenl tf not pa u r :n n in my .JUI
S135001nr UJ)S from rhe aale of inc nva w C en! agrees lo pa, a monln y late charge Preval Ing Wage Inspector aa.8 :o one percen I"., per man% of lno o.ls:and ng oaance .n: pa" n fb
DUDEK Effective January 1,2010