Loading...
HomeMy WebLinkAboutDudek; 2011-12-22; UTIL848UTIL848 AGREEMENT FOR ENVIRONMENTAL SERVICES FOR THE CORRUGATED METAL PIPE REPLACEMENT PROGRAM (DUDEK) THIS AGREEMENT is made and entered into as of the eslQ^ day of Dg?cg/yl6gr^ , 20 / / . 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 contractor that is experienced in environmental permitting. B. Contractor has the necessary experience in providing professional services and advice related to preparing technical reports, documentation, and advice to permit the construction of two storm drain pipelines and headwalls in an environmentally sensitive area. 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 three (3) years from the date first above written. The City Manager may amend the Agreement to extend it for two (2) additional one (1) year periods or parts thereof in an amount not to exceed thirty thousand dollars ($30,000) per Agreement year. Extensions will be based upon a satisfactory review of Contractor's performance, City needs, and appropriation of funds by the City Council. The parties will prepare a written amendment indicating the effective date and length of the extended Agreement. 4. TIME IS OF THE ESSENCE Time is of the essence for each and every provision of this Agreement. 5. COMPENSATION The total fee payable for the Services to be performed during the initial Agreement term will be twenty eight thousand forty four dollars ($28,044). 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". City Attomey Approved Version 5/12/11 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. 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. City Attorney Approved Version 5/12/11 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-:VH". 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. 10.1.3 Workers' Comoensation 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 fi' City's Initials '71 jrs following the date of completion of the work. I I If box is checked. Professional Liability tor's Initials Insurance requirement is waived 10.2. Additional Provisions. Contractor will ensure that the policies of insurance required under this Agreement contain, or are endorsed to contain, the following provisions: 10.2.1 The City will be named as an additional insured on 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. City Attorney Approved Version 5/12/11 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 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 Sherri Howard Name Vipal Joshi Title Associate Engineer Title Senior Project Manager Department Utilities Address 603 Third Avenue City of Carlsbad Encinitas, CA 92024 Address 1635 Faraday Avenue Phone No. 760-942-5147 Carlsbad, CA 92008 Phone No. 760-602-2756 City Attorney Approved Version 5/12/11 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 Contractor shall file a Conflict of Interest Statement with the City Clerk in accordance with the requirements of the City of Carlsbad Conflict of Interest Code. The Contractor shall report investments or interests in all four categories. 17. GENERAL COMPLIANCE WITH LAWS Contractor will keep fully informed of federal, state and local laws and ordinances and regulations which in any manner affect those employed by Contractor, or in any way affect the performance of the Services by Contractor. Contractor will at all times observe and comply with these laws, ordinances, and regulations and will be responsible for the compliance of Contractor's services with all applicable laws, ordinances and regulations. Contractor will be aware of the requirements of the Immigration Reform and Control Act of 1986 and will comply with those requirements, including, but not limited to, verifying the eligibility for employment of all agents, employees, subcontractors and consultants whose services are required by this Agreement. 18. DISCRIMINATION AND HARASSMENT PROHIBITED Contractor will comply with all applicable local, state and federal laws and regulations prohibiting discrimination and harassment. 19. DISPUTE RESOLUTION If a dispute should arise regarding the performance of the Services the following procedure will be used to resolve any questions of fact or interpretation not 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 fonwarded to both parties involved along with recommended methods of resolution, which would be of benefit to both parties. The representative receiving the letter will reply to the letter along with a recommended method of resolution within ten (10) business days. 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 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 City Attorney Approved Version 5/12/11 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 othenwise 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 seg., 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 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 5/12/11 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 DUDEK, a California corporation (sign here) /t/fs/ff Oudek Frank Dudek 1^1 CITY OF CARLSBAD, a municipal corporation of the State of California By: /^sj/city Manager of^Mayer-or DivtsiofhBirectef-. as authorized by the City Manager (print name/title) 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 BY: ' Jfe^(^City At^iey^ City Attomey Approved Version 5/12/11 DUDEK EXHIBIT A r f December 2, 2011 211000-30010 Sherri Howard Associate Engineer City of Carlsbad - Utilities Engineering Division 1635 Faraday Avenue Carlsbad, California 92008 Subject: Proposal for Environmental Services for the Corrugated Metal Pipe Replacement Program, City of Carlsbad, California Dear Ms. Howard As requested, Dudek is providing this letter to provide environmental consulting services pertaining to the Corrugated Metal Pipe Replacement Program located at two different locations in the City of Carlsbad, California. One project is located at the intersection of Highland Drive and Adams Street; the other project is located between Hoover Street and designated open space adjacent to the Agua Hedionda Lagoon. It is our understanding that the City of Carlsbad (City) has requested the following services to support evaluation of the project under the Cahfomia Environmental Quality Act (CEQA) and applicable City regulations: 1) a general biological reconnaissance survey, including vegetation mapping and a jurisdictional delineation, 2) preparation of a biological resources technical report to identify existing biological resources onsite, impacts associated with the proposed project and appropriate mitigation measures, as specified in the Guidelines for Biological Studies (Technology Associates 2008), 3) a cultural resources search and report, and 4) review of the current design in terms of developing the least impactive design with the greater post-construction benefit to the natural environmental while maintaining a soundly engineered structure and minimizing the potential for future maintenance. The scope of work and cost estimate for these services is provided below. SCOPE OF WORK Task 1 Biological Resources Evaluation and Report Literature Review Dudek will review the California Natural Diversity Database (CNDDB), U.S. Fish and WildHfe Service (USFWS), City Habitat Management Plan (HMP), any applicable local coastal plan and Dudek's intemal records from prior projects in the area prior to conducting the site visit in order to identify special-status species that are known to occur or may potentially occur within the proposed project site. Sherri Howard Subject: Environmental Services Proposal for the Corrugated Metal Pipe Replacement Program, City of Carlsbad, California Biological Reconnaissance Survey Dudek will conduct a general biological reconnaissance survey of the project area to create a baseline biological resources map with vegetation communities and conspicuous special-status species. Vegetation communities on site will be mapped on a 100-scale topographic map or aerial photograph of the project area. During this field survey, a general inventory of plant and animal species detected by sight, calls, tracks, scat, or other signs will be compiled, as well as a determination of potential sensitive species that could occur on the project site. Observable sensitive resources, including perennial plants and conspicuous wildlife (i.e., birds and some reptiles) commonly accepted as regionally sensitive by the California Native Plant Society, California Department of Fish and Game (CDFG), and USFWS, will be mapped and later digitized into a geographic information systems (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 immediately following the survey regarding the results of this assessment. If suitable habitat is present, focused surveys for sensitive species may be recommended 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. Jurisdictional Delineation A jurisdictional delineation will be conducted within the project boundary in order to delineate areas under the jurisdiction of the CDFG pursuant to Sections 1600-1603 of the California Fish and Game Code, under the jurisdiction of the U.S. Army Corps of Engineers (ACOE) pursuant to Section 404 of the federal Clean Water Act (CWA), under jurisdiction of Regional Water Quality Control Board (RWQCB) pursuant to CWA Section 401 and the Porter-Cologne Act, and under the jurisdiction of the Califomla Coastal Commission (CCC) under the Cahfomia Coastal Act. The ACOE jurisdictional wetlands delineation will be conducted in accordance with the 1987 U.S. Army Corps of Engineers Wetland Delineation Manual (TR Y-87-1), the Interim Regional Supplement to the Corps of Engineers Wetland Delineation Manual: Arid West Region (ACOE 2008), and Rapanos guidance (ACOE and EPA 2007); hydrology, vegetation, and soils will be examined at potential wetland sites and will be recorded on wetland determination data forms. A predominance of hydrophytic vegetation, where associated with a stream channel, will be used to define CDFG-regulated riparian vegetation. The limits of areas under the jurisdiction 211000-30010 DUDEK 2 December 2011 Sherri Howard Subject: Environmental Services Proposal for the Corrugated Metal Pipe Replacement Program, City of Carlsbad, California of the RWQCB generally match those areas delineated as ACOE-jurisdictional. However, stream channels with evidence of an ordinary high water mark (OHWM) that lack connectivity to waters of the U.S. may be considered to be under the jurisdiction of RWQCB and CDFG but not under the jurisdiction of ACOE. CCC jurisdiction will be based on presence on any one of the three wetland criteria. Wetlands jurisdiction may also be detemiined by the mean high tide elevation of Agua Hedionda Lagoon if this elevation intersects the study area. The extent of wetland features will be determined in the field by collecting data using a GPS unit; these shapes will be transferred to topographic base, and a GIS coverage will be created. The results of the jurisdictional delineation will be incorporated into the biological resources technical report. Biological Resources Technical Report The results of the general biological resources survey and jurisdictional delineation will be presented in a biological resources technical report. The report will include a discussion of the survey methodology and adequacy. Vegetation communities and special-status biological resources will be described in terms of their regional significance and presence onsite. Dudek will obtain information regarding 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 biological impacts associated with project implementation, minimization and avoidance measures, and, if any significant impacts are identified, Dudek will provide recommendations for mitigation which would reduce impacts to below significant levels. Graphics will be prepared to illustrate the location of the site, the existing biological conditions and the proposed project footprint. The report will be prepared in accordance with the Guidelines for Biological Studies (Technology Associates 2008). A draft of the report will be provided to the City of Carlsbad prior to preparation of the final document. This includes one (1) round of revisions requested by the City of Carlsbad. Additional revisions can be conducted for an additional fee if necessary. Cost for Task 1 $14,028 Task 2 Cultural Resources Dudek archaeologists will prepare an Archaeological Survey Report (ASR) consistent with City requirements. The ASR will provide the needed technical detail to provide support for the CEQA compliance document. . . r> ..r 211000-30010 DUDEK 3 December 2011 Sherri Howard Subject: Environmental Services Proposal for the Corrugated Metal Pipe Replacement Program, City of Carlsbad, California Background Research The ASR will assemble existing information regarding all previous cultural resources investigations within the project area and immediate vicinity. This work will include an archaeological resources records search of the storm drain project at the South Coastal Information Center, California Historical Resources Information System (CHRIS), San Diego State University. The records search will identify the location of any recorded cultural resources (including prehistoric and historic archaeological sites) and previously completed archaeological surveys within and immediately adjacent to the project site. Field Survey Dudek will conduct an intensive pedestrian survey (Phase I) of the proposed storm drain replacement corridor. The survey ground surfaces will be inspected in no greater than 10-meter (30-feet) wide transects. Native American Heritage Commission The ASR will include a requested search of the Native American Heritage Commission (NAHC) Sacred Land File to determine if any cultural resources are listed within the project area. No consultation of individual Native American contacts provided by the NAHC will be undertaken at this time. ASR Preparation The ASR will provide the following discussion: • Summarize background research and results of field survey relative to the presence/absence of prehistoric and historic archaeological resources. • Present impacts on cultural resources and mitigation, as needed. • One round of ASR revisions will be provided. AssuiTjpf/ons The intensive pedestrian survey will not identify any previously unrecorded archaeological sites. In the event that an archaeological site is identified during the intensive survey, Dudek will provide an estimate of time required to record its extent on appropriate State Department of Parks and Recreation (DPR) site record forms. Cost for Task 2 $7,154 211000-30010 DUDEK 4 December 2011 Sherri Howard Subject: Environmental Services Proposal for the Corrugated Metal Pipe Replacement Program, City of Carlsbad, California Task 3 Design Review and Resource Agency Consultation Dudek will review the proposed project design and provide comments on avoidance of biological and cultural resources and how to achieve the best environmental conditions post-project. Dudek staff involved in the design review will include a senior engineer, a senior restoration specialist, and a senior biologist/regulatory permitting specialist. Design considerations that will be evaluated include avoidance of existing special-status resources, altemate location for outfall structure including providing an additional setback and recommendations for design of a bioswale or similar permanent Best Management Practice (BMP) feature to enhance water quality and habitat. This task also includes up to two (2) project meetings with project engineers and/or City staff and one (1) pre-application meeting with resource agencies. Cost for Task 3 $6,863 SUMMARY All work for Tasks 1 through 3 will be billed on a time-and-materials basis not to exceed $27,420. Direct costs are billed at a 15% markup and are anticipated to be approximately $624. The total cost, including labor costs and direct costs, would be $28,044. These costs will be billed in accordance with Dudek's schedule of charges that is in place at the time that the work is conducted. Dudek's 2011 Schedule of Charges is attached for your review. With your approval, we will send our standard contract agreement. We are prepared to begin immediately upon receipt of the signed agreement and necessary maps. We look forward to working with you. Sincerely, anager/Ecologist Att.: Project Budgeting Spreadsheet Dudek's 2011 Schedule of Charges cc: Patricia Schuyler, Dudek David Stone, Dudek Shawn Shamlou, Dudek 211000-30010 DUDEK 5 December 2011 PROJECT BUDGETING SPREADSHEET CITY OF CARLSBAD - ENVIRONMENTAL SERVICES FOR THE CORRUGATED METAL PIPE REPLACEMENT PROGRAM Enviro Enviro Senior Enviro Enviro Specialist Specialist Project Specialist/ GIS Specialist Planner Planner Manager/ Archaeologist Specialist Planner Project Publications Employee Type VI III Specialist i III III VI Manager Principal Assistant II Total t 180 ITT^ Hrs. ODCsi Total $ Task 1: Biology Surveys/Report 18 60 4 8 4 94 $27.50 $14,028 Task 2: Cultural Records Search/Survey/Report 8 32 4 44 $514 $7,154 Tasl< 3: Design Review and Meetings 12 12 2 2 8 4 40 $83 $6,863 Total Hours 30 72 10 32 6 8 8 4 4 178 n/a n/a TOTAL LABOR & DIRECT COSTS $5,400 $10,080 $2,000 $4,480 $840 $1,440 $1,360 $900 $360 n/a $624 $28,044 Other Direct Costs DUDEK DUDEK 2011 STANDARD SCHEDULE OF CHARGES ENGINEERING SERVICES Project Director $225.00/hr Principal Engineer III $210.00/hr Principal Engineer II $198.00/hr Principal Engineer I $190.00/hr Senior Project Manager $180.00/hr Project Manager $170.00/hr Senior Engineer III $160.00/hr Senior Engineer II $155.00/hr Senior Engineer I $145.00/hr Project Engineer IV $135.00/hr Project Engineer III $125.00/hr Project Engineer II $115.00/hr Project Engineer I $100.00/hr Project Coordinator $80.00/hr Engineering Assistant $75.00/hr ENVIRONMENTAL SERVICES Principal $225.00/hr Senior Project Manager/Specialist II $210.00/hr Senior Project Manager/Specialist I $200.00/hr Environmental Specialist/Planner VI $180.00/hr Environmental Specialist/Planner V $160.00/hr Environmental Specialist/Planner IV $150.00/hr Environmental Specialist/Planner III $140.00/hr Environmental Specialist/Planner II $130.00/hr Environmental Specialist/Planner I $120.00/hr Analyst $100.00/hr Planning Research Assistant $80.00/hr ARCHAEOLOGICAL SERVICES Senior Project Manager/Archaeologist II $210.00/hr Senior Project Manager/Archaeologist I $200.00/hr Environmental Specialist/Archaeologist VI ..$180.00/hr Environmental Specialist/Archaeologist V...$160.00/hr Environmental Specialist/Archaeologist IV..$150.00/hr Environmental Specialist/Archaeologist III ..$140.00/hr Environmental Specialist/Archaeologist II ...$130.00/hr Environmental Specialist/Archaeologist I ....$120.00/hr Archaeologist Technician II $70.00/hr Archaeologist Technician I $50.00/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 $140.00/hr Construction Engineer $135.00/hr On-site Owner's Representative $130.00/hr Construction Inspector III $125.00/hr Construction Inspector II $115.00/hr Construction Inspector I $105.00/hr Prevailing Wage Inspector $135.00/hr HYDROGEOLOGICAL SERVICES Principal $220.00/hr Sr. Environmental Engineer $190.00/hr Sr. Hydrogeologist/Sr. Proj Mgr $170.00/hr Project Manager $155.00/hr Associate Hydrogeologist/Engineer $140.00/hr Hydrogeologist IV/Engineer IV $125.00/hr Hydrogeologist Ill/Engineer III $115.00/hr Hydrogeologist ll/Engineer II $105.00/hr Hydrogeologist I/Engineer I $95.00/hr Technician $95.00/hr DISTRICT MANAGEMENT & OPERATIONS District General Manager $175.00/hr District Engineer $160.00/hr Operations Manager $150.00/hr District Secretary/Accountant $85.00/hr Collections System Manager $95.00/hr Grade V Operator $100.00/hr Grade IV Operator $85.00/hr Grade III Operator $80.00/hr Grade II Operator $63.00/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 Tectinical/Drafting/CADD Services 3D Graphic Artist $150.00/hr Senior Designer $130.00/hr Designer $120.00/hr Assistant Designer $115.00/hr GIS Specialist IV $150.00/hr GIS Specialist III $140.00/hr GIS Specialist II $130.00/hr GIS Specialist I $120.00/hr CADD Operator III $115.00/hr CADD Operator II $110.00/hr CADD Operator I $95.00/hr CADD Drafter $80.00/hr CADD Technician $70.00/hr SUPPORT SERVICES Technical Editor III $140.00/hr Technical Editor II $125.00/hr Technical Editor I $110.00/hr Publications Assistant III $100.00/hr Publications Assistant II $90.00/hr Publications Assistant I $80.00/hr Clerical Administration II $80.00/hr Clerical Administration I $75.00/hr Forensic Engineering - Court appearances, depositions, and interrogatories as expert witness wiii be biiied at 2.00 times normal rates. Emergency and Holidays - iWinimum ctiarge of two tiours wili be biiied 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 current IRS allowable rates. 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, 2011