Loading...
HomeMy WebLinkAboutDudek; 2009-12-09; PWENG738PWENG738 AGREEMENT FOR ENVIRONMENTAL AND ENGINEERING SERVICES (DUDEK) THIS AGREEMENT is made and entered into as of the 9 -*- day of . 20_£l, by and between the CITY OF CARLSBAD, a municipal corporation, ("City"), and DUDEK, a California corporation, ("Contractor"). RECITALS A. City requires the professional services of a Consultant that is experienced in Engineering Design and Environmental Analysis. B. Contractor has the necessary experience in providing professional services and advice related to Engineering Design and Environmental Analysis. 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 in an amount not to exceed twenty nine thousand six hundred seventy dollars ($29,670) per Agreement year. Extensions will be based upon a satisfactory review of Contractor's performance, City needs, and appropriation of funds by the City Council. The parties will prepare a written amendment indicating the effective date and length of the extended Agreement. 4. TIME IS OF THE ESSENCE Time is of the essence for each and every provision of this Agreement. 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 six hundred seventy dollars ($29,670). No other compensation for the Services will be allowed except for items covered by subsequent amendments to this Agreement. The City reserves the right to withhold a ten percent (10%) retention until City has accepted the work and/or Services specified in Exhibit "A". Incremental payments, if applicable, should be made as outlined in attached Exhibit "A". 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 9. INDEMNIFICATION Contractor agrees to indemnify and hold harmless the City and its officers, officials, employees and volunteers from and against all claims, damages, losses and expenses including attorneys fees arising out of the performance of the work described herein caused by any negligence, recklessness, or willful misconduct of the Contractor, any subcontractor, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable. The parties expressly agree that any payment, attorney's fee, costs or expense City incurs or makes to or on behalf of an injured employee under the City's self- administered workers' compensation is included as a loss, expense or cost for the purposes of this section, and that this section will survive the expiration or early termination of this Agreement. 10. INSURANCE Contractor will obtain and maintain for the duration of the Agreement and any and all amendments, insurance against claims for injuries to persons or damage to property which may arise out of or in connection with performance of the services by Contractor or Contractor's agents, representatives, employees or subcontractors. The insurance will be obtained from an insurance carrier admitted and authorized to do business in the State of California. The insurance carrier is required to have a current Best's Key Rating of not less than "A-:VM". 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 Coverages 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 10.1.3 Workers' Compensation and Employer's Liability. Workers' Compensation limits as required by the California Labor Code. Workers' Compensation will not be required if Contractor has no employees and provides, to City's satisfaction, a declaration stating this. 10.1.4 Professional Liability. Errors and omissions liability appropriate to Contractor's profession with limits of not less than $1,000,000 per claim. Coverage must be maintained for a period of five years following the date of completion of the work. 10.2. Additional Provisions. Contractor will ensure that the policies of insurance required under this Agreement contain, or are endorsed to contain, the following provisions: 10.2.1 The City will be named as an additional insured on 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 Providing Certificates of Insurance and Endorsements. Prior to City's execution of this Agreement, Contractor will furnish certificates of insurance and endorsements to City. 10.4 Failure to Maintain Coverage. If Contractor fails to maintain any of these insurance coverages, then City will have the option to declare Contractor in breach, or may purchase replacement insurance or pay the premiums that are due on existing policies in order to maintain the required coverages. Contractor is responsible for any payments made by City to obtain or 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 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 City: For Contractor: Name Mark Biskup Name Russ Bergholz Title Associate Engineer Title Senior Project Manager Department Engineering Address 605 Third Street City of Carlsbad Encinitas. CA 92024 Address 1635 Faraday 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 Services by Contractor. Contractor will at all times observe and comply with these laws, ordinances, and regulations and will be responsible for the compliance of Contractor's services with all applicable laws, ordinances and regulations. Contractor will be aware of the requirements of the Immigration Reform and Control Act of 1986 and will comply with those requirements, including, but not limited to, verifying the eligibility for employment of all agents, employees, subcontractors and consultants that the services 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. City Attorney Approved Version #05.06.08 20. TERMINATION In the event of the Contractor's failure to prosecute, deliver, or perform the Services, City may terminate this Agreement for nonperformance by notifying Contractor by certified mail of the termination. If City decides to abandon or indefinitely postpone the work or services contemplated by this Agreement, City may terminate this Agreement upon written notice to Contractor. Upon notification of termination, Contractor has five (5) business days to deliver any documents owned by City and all work in progress to City address contained in this Agreement. City will make a determination of fact based upon the work product delivered to City and of the percentage of work that Contractor has performed which is usable and of worth to City in having the Agreement completed. Based upon that finding City will determine the final payment of the Agreement. Either party upon tendering thirty (30) days written notice to the other party may terminate this Agreement. In this event and upon request of City, Contractor will assemble the work product and put it in order for proper filing and closing and deliver it to City. Contractor will be paid for work performed to the termination date; however, the total will not exceed the lump sum fee payable under this Agreement. City will make the final determination as to the portions of tasks completed and the compensation to be made. 21- COVENANTS AGAINST CONTINGENT FEES Contractor warrants that Contractor has not employed or retained any company or person, other than a bona fide employee working for Contractor, to solicit or secure this Agreement, and that Contractor has not paid or agreed to pay any company or person, other than a bona fide employee, any fee, commission, percentage, brokerage fee, gift, or any other consideration contingent upon, or resulting from, the award or making of this Agreement. For breach or violation of this warranty, City will have the right to annul this Agreement without liability, or, in its discretion, to deduct from the Agreement price or consideration, or otherwise recover, the full amount of the fee, commission, percentage, brokerage fees, gift, or contingent fee. 22. CLAIMS AND LAWSUITS By signing this Agreement, Contractor agrees that any Agreement claim submitted to City must be asserted as part of the Agreement process as set forth in this Agreement and not in anticipation of litigation or in conjunction with litigation. Contractor acknowledges that if a false claim is submitted to City, it may be considered fraud and Contractor may be subject to criminal prosecution. Contractor acknowledges that California Government Code sections 12650 et seq.. the False Claims Act applies to this Agreement and, provides for civil penalties where a person knowingly submits a false claim to a public entity. These provisions include false claims made with deliberate ignorance of the false information or in reckless disregard of the truth or falsity of information. If City seeks to recover penalties pursuant to the False Claims Act, it is entitled to recover its litigation costs, including attorney's fees. Contractor acknowledges that the filing of a false claim may subject Contractor to an administrative debarment proceeding as the result of which Contractor may be prevented to act as a Contractor on any public work or improvement for a period of up to five (5) years. Contractor City Attorney Approved Version #05.06.08 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 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 alifornia corporation (print name/title) Dudek Frank Dudek CITY OF CARLSBAD, a municipal corporation of tog State>0fTCalifornia ^^. -^By: X x^Z^-y o <^^J~ City Manager or Mayor or Authorized Signatory President ATTEST: (sign here Assistant Secretary City C|erk (print name/title) (e-mail 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. Chairman, President, or Vice-President **Group B. Secretary, Assistant Secretary, CFO or Assistant Treasurer Otherwise, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering the officer(s) signing to bind the corporation. APPROVED AS TO FORM: RONALD R. BALL, City Attorney Bv:_ Deputy CtyAttorny ^ n\y City Attorney Approved Version #05.06.08 DUDEK MAIN OFFICE 605 THIRD STREET ENCINITAS, CALIFORNIA 92024 T 760.942.5147 T 800.450.1 8 I 8 F 760 October 30, 2009 209000 Mr. Mark Biskup City of Carlsbad 1635 Faraday Avenue Carlsbad, California 92008 Subject: Proposal for the Evaluation of Pipeline Alignments for the abandonment of the Villas and Vancouver Lift Station in Carlsbad Dear Mr. Biskup: Dudek is pleased to submit this scope of work and cost estimate for engineering and environmental services associated with the proposed pipeline projects located in Carlsbad, California. The City is looking to abandon the existing Vancouver and Villas sewer lift stations by extending gravity flow pipelines to newly developed areas within the vicinity of the existing stations. The proposed project includes evaluating the construction feasibility and preliminary alignment of the new pipelines. Each alignment crosses potentially sensitive environmental lands. Therefore the project includes a biological survey and summary report. In addition, the City is currently having operational challenges with the Villas Lift Station. Dudek will assist the City in evaluating measures to improve operation of the station. The proposed project study area includes two locations: I) north of the intersection of Carlsbad Village Drive and Santa Clara Way and 2) between Tamarack Avenue and Carlsbad Village Drive in Carlsbad, California. It is our understanding that the City of Carlsbad has requested the following services: I) a pipeline alignment study for each location to allow for the abandonment of the existing lift station, 2) a general biological reconnaissance survey, including vegetation mapping; 3) preparation of a biological resources constraints analysis to identify existing biological resources onsite, potential significant impacts associated with the proposed project, potential avoidance and minimization measures, required environmental permitting and appropriate mitigation measures for unavoidable impacts, as specified in the Guidelines for Biological Studies (Technology Associates 2008); and 4) an operational evaluation and recommendation for improving the performance of the Villas Lift Station. The scope of work and cost estimate for these services is provided below. WWW.DUDEK.COM Mr. Mark Riskup Re: Proposal for the Evaluation of Pipeline Alignments for the abandonment of the Villas and Vancouver Lift. Station in Carlsbad, California Task 1: Pipeline Alignment Study Two new pipelines will be considered as part of this study. I: Vancouver LS to Via de Canto 2: Villa LS north to the Simsbury LS The new pipeline alignment from the Vancouver LS to Via de Canto will cross existing SDG&E easement. Dudek will prepare a pipeline alignment study to confirm the optimum alignment considering topography, existing features, limitations imposed by SDG&E and environmental limitations that will be documented as part of Task 2 and 3 of this project. As part of the study, Dudek will assist the City as requested with contacting and meeting with SDG&E. We understand there is a buried fuel pipeline in the project vicinity that must be carefully addressed in the evaluation of the alignment. The new pipeline alignment from the Villas LS to the Simsbury LS will cross several parcels, including the crossing either partially through or behind the Hope Elementary School property. Similarly to above, the alignment will consider topography, existing features and environmental limitations. The alignment study will: Briefly describe the background of the project Define specific goals and critical success factors that must be met May identify alternative alignments that confirm to the goals of the project Identify potential utility, easement or right-of-way challenges Determine the recommended alternative alignment for each pipeline through a decision matrix Provides a planning level estimate of construction costs Dudek will prepare and submit 5 copies of the pipeline alignment study. Estimated Cost for Task / $10,900.00 Task 2: General Biological Reconnaissance Survey and Vegetation Mapping Prior to conducting the survey, Dudek will review the California Natural Diversity Database in order to identify sensitive species that are known to occur or may potentially occur within the proposed project site. Dudek will conduct a general biological resources survey of the entire project study area to create a baseline resources map displaying vegetation communities and conspicuous sensitive species locations. Vegetation communities will be determined by Holland (1986) nomenclature. Vegetation and species mapping will be performed in the field directly onto 100- or 200-scale (I inch =100 feet or 200 feet) topographic or aerial photographic bases and later digitized into a geographic information system (GIS) format using ArcGIS software. During this field survey, a general inventory of all plant and animal species detected by sight, calls, tracks, scat, or other signs will be compiled, as well as a determination of potential DUDEK 209000 2 October 2009 Mr. Mark B/skup Re: Proposal for the Evaluation of Pipeline Alignments for the abandonment of the Villas and Vancouver Lift Station in Carlsbad, California sensitive species which could occur on the project site. Observable sensitive resources including perennial plants and conspicuous wildlife (i.e., birds and some reptiles) with special status or commonly accepted as regionally sensitive by the California Native Plant Society, California Department of Fish and Game, and United States Fish and Wildlife Service will be recorded and later digitized into GIS format and added to the Biological Resources Map. The reconnaissance survey also includes an assessment of suitable habitat for sensitive species. Dudek will notify the City of Carlsbad immediately following the survey regarding the results of this assessment. If suitable habitat is present, focused surveys for sensitive species may be necessary and are not included in this scope of work. Some focused surveys can only be conducted seasonally, depending on the species. However, Dudek will identify any feasible options that will eliminate the need for focused surveys such as through avoidance of project construction during migratory bird seasons. Estimated Cost for Task 2 $4,530.00 Task 3: Preparation of the Biological Resources Constraints Analysis The results of the general biological resources survey will be presented in a letter formatted biological resources constraints analysis. The analysis will include a discussion of the survey methodology and adequacy. Vegetation communities and sensitive biological resources will be described in terms of their regional significance and presence onsite. Dudek will obtain information regarding potential project construction techniques (e.g., impact footprint, noise levels) and long-term operational features (e.g., access locations). With this information, Dudek will draft a discussion of potential biological impacts associated with project implementation, minimization and avoidance measures, and environmental permitting and likely mitigation requirements for unavoidable impacts. Graphics will be prepared to illustrate the location of the site and the existing biological conditions. The analysis will be prepared with specific attention to the requirements presented in the Guidelines for Biological Studies (Technology Associates 2008). These Guidelines discuss the Carlsbad Habitat Management Plan (HMP), which serves as Carlsbad's subarea plan under the Multiple Habitat Conservation Program (MHCP), and it provides guidance for consulting biologists on how to prepare a Biological Resources Technical Report (BTR) and demonstrate compliance with the HMP, MHCP, and CEQA. A draft of the report will be provided to the City of Carlsbad prior to preparation of the final document. This includes one round of revisions requested by the City of Carlsbad. Additional revisions can be conducted for an additional fee if necessary. This task also includes up to two project meetings with project engineers and/or City staff. Estimated Cost for Task 3 $11,930.00 DUDEK 209000 3 October 2009 Mr. Mark Biskup Re: Proposal for the Evaluation of Pipeline Alignments for the abandonment of the Villas and Vancouver Lift Station in Carlsbad, California Task 4: Operational Evaluation of Villas Lift Station The Villas Lift station is currently having issues dealing with solids raging the existing pumps. The City has already been in contact with several pump manufacturers to diagnose the problem. Dudek has recommended an expert in pump station design provide a second opinion on the situation. Dudek's principal pump station engineer Dale Gruel will meet with operational staff on site at the Villas Lift Station to discuss the current operational challenges faced with the lift station. Included during the discussion will be the steps the City has taken for consideration of replacing the existing pumps with grinder pumps to reduce raging issues. Following the meeting, Mr. Gruel will provide a brief summary letter and recommendation based on the discussion with operators, provided replacement pump information, and his past experience working with sewer lift stations. Task 4 is estimated to include up to 12-hours of Mr. Gruel time researching and providing his recommendations. Estimated Cost for Task 4 $2,160.00 COST SUMMARY Dudek will complete the scope of work, including Tasks I thru 4 described above, on a time and materials basis. The proposed labor fee for completion of the work is $ 16,460.00. All work will be billed in accordance with our 2009 Standard Schedule of Charges, a copy of which is attached to this letter. Direct costs include field equipment, reproduction costs, and mailing costs. As noted in the schedule of charges, direct costs will be billed at cost plus 5%. Direct costs are estimated to not exceed $150.00 All work will be billed on a time-and-materials basis with a not-to-exceed $29,670.00, including labor and reimbursable direct costs. If any additional surveys are required after the general reconnaissance survey (e.g., focused plant surveys or focused California gnatcatcher surveys), a separate proposal will be prepared to conduct those surveys. DUDEK 209000 4 October 2009 Mr. Mark Biskup Re: Proposal for the Evaluation of Pipeline Alignments for the abandonment of the Villas and Vancouver Lift Station in Carlsbad, California Please do not hesitate to contact me with any questions or concerns that you may have regarding the context of this proposal at 760.479.4107 or rbergholz@dudek.com. Sincerely. Russ Berghoh Senior Project Manager Dudek Alt 2009 Dudek Schedule of Charges cc Callie Ford, Dudek Vipuljoshi, Dudek Literature Cited Technology Associates. 2008. Guidelines for Biological Studies. Prepared for City of Carlsbad Planning Department. Prepared by Technology Associates: Carlsbad, CA. May 29. DUDEK 209000 5 October 2009 DUDEK 2009 STANDARD SCHEDULE OF CHARGES Engineering Services Project Director $205.00/hr Program Manager $190.00/hr Principal Engineer II $180.00/hr Principal Engineer I $170.00/hr Senior Project Manager $160.00/hr Project Manager $145.00/hr Resident Engineer $135.00/hr Senior Engineer II $135.00/hr Senior Engineer I $125.00/hr Associate Engineer $115.00/hr Project Engineer IV $110.00/hr Project Engineer III $100.00/hr Project Engineer II $95.00/hr Project Engineer I $85.00/hr Field Engineer II $110.00/hr Field Engineer I $100.00/hr Engineering Assistant $75.00/hr Right-of-Way Management Services Principal ROW Manager $170.00/hr ROW Project Manager $140.00/hr ROW Senior Engineer $125.00/hr ROW Engineer $115.00/hr ROW Technician $105.00/hr ROW Research Analyst $75.00/hr Environmental Services Principal $210.00/hr Senior Project Manager/Specialist $195.00/hr Environmental Specialist/Planner VI $170.00/hr Environmental Specialist/Planner V $150.00/hr Environmental Specialist/Planner IV $135.00/hr Environmental Specialist/Planner III $125.00/hr Environmental Specialist/Planner II $110.00/hr Environmental Specialist/Planner I $100.00/hr Analyst $85.00/hr Planning Research Assistant $70.00/hr Construction Management Services Principal/Manager $195.00/hr Senior Construction Manager $180.00/hr Senior Project Manager $160.00/hr Construction Manager $150.00/hr Project Manager $140.00/hr Resident Engineer $135.00/hr Construction Engineer $130.00/hr On-site Owner's Representative $105.00/hr Construction Inspector III $120.00/hr Construction Inspector II $110.00/hr Construction Inspector I $100.00/hr Hydrogeological Services Principal $205.00/hr Practice Manager $185.00/hr Sr. Environmental Engineer $185.00/hr Sr. Hydrogeologist/Sr. Proj Mgr $165.00/hr Project Manager $150.00/hr Associate Hydrogeologist/Engineer $135.007hr Hydrogeologist IV/Engineer IV $120.00/hr Hydrogeologist Ill/Engineer III $110.00/hr Hydrogeologist Il/Engineer II $100.007hr Hydrogeologist I/Engineer I $90.00/hr Technician $85.00/hr District Management & Operations District General Manager $175.00/hr District Engineer $160.00/hr Operations Manager $150.00/hr District Secretary/Accountant $85.007hr Collections System Manager $95.00/hr Grade V Operator $100.00/hr Grade III Operator $80.00/hr Grade I Operator $55.00/hr Operator in Training $40.00/hr Collection Maintenance Worker II $55.00/hr Collection Maintenance Worker I $40.00/hr Office Services Technical/Drafting/CA DD Services 3D Graphic Artist $140.00/hr Senior Designer $120.00/hr Designer $105.00/hr Assistant Designer $85.00/hr GIS Specialist IV $135.00/hr CIS Specialist III $120.00/hr GIS Specialist II $110.00/hr GIS Specialist I $100.00/hr CADD Operator II $95.00/hr CADD Operator I $85.00/hr CADD Drafter $80.00/hr CADD Technician $70.00/hr Surveying Services (Coachella Valley) Professional Land Surveyor $160.00/hr 3-Person Survey Crew $235.00/hr 2-Person Survey Crew $205.00/hr 1-Person Survey Crew $110.00/hr Survey Analyst $110.00/hr Asst. Survey Analyst/CADD Mapper $80.00/hr Support Services Technical Editor III $130.00/hr Technical Editor II $110.00/hr Technical Editor I $90.00/hr Publications Assistant III $90.00/hr Publications Assistant II $80.00/hr Publications Assistant I $70.00/hr Clerical Administration $70.00/hr Forensic Engineering - Court appearances, depositions, and interrogatories as expert witness will be billed at 2.00 times normal rates. Emergency and Holidays - Minimum charge of two hours will be billed at 1.75 times the normal rate. Material and Outside Services - Subcontractors, rental of special equipment, special reproductions and blueprinting, outside data processing and computer services, etc., are charged at 1.15 times the direct cost. Travel Expenses - Mileage at 55 cents per mile. Per diem where overnight stay is involved is charged at cost Invoices, Late Charges. - All fees will be billed to Client monthly and shall be due and payable upon receipt. Invoices are delinquent if not paid within thirty (30) days from the date of the invoice. Client agrees to pay a monthly late charge equal to one percent (1%) per month of the outstanding balance until paid in full. DUDEK Effective January 1, 2009