Loading...
HomeMy WebLinkAboutDudek; 2015-05-12;AGREEMENT FOR WATER QUALITY TESTING AND REPORTING SERVICES FOR THE CROSSINGS GOLF COURSE DUDEK THIS AGREEMENT is made and entered into as of the l^il^ day of tAau , 20 by and between the CARLSBAD PUBLIC FINANCING AUTHORITYC'CPFA"), and Dudek, a California corporation, ("Contractor"). RECITALS A. CPFA requires the professional services of a firm that is experienced with water quality monitoring and reporting at The Crossings at Carlsbad golf course. B. Contractor has the necessary experience in providing professional services and advice related to water quality monitoring and reporting. C. Contractor has submitted a proposal to CPFA and has affirmed its willingness and ability to perform such work. NOW, THEREFORE, in consideration of these recitals and the mutual covenants contained herein, CPFA and Contractor agree as follows: 1. SCOPE OF WORK CPFA 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 Executive Director of the CPFA may amend the Agreement to extend it for one (1) additional one (1) year period or parts thereof. Extensions will be based upon a satisfactory review of Contractor's performance, CPFA needs, and appropriation of funds by the CPFA. The parties will prepare a written amendment indicating the effective date and length ofthe 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 not exceed twenty nine thousand nine hundred and eighty dollars ($29,980). No other compensation for the Services will be allowed except for items covered by subsequent amendments to this Agreement. If the CPFA elects to extend the Agreement, the amount shall not exceed thirty thousand dollars ($30,000) per Agreement year. The CPFA reserves the right to withhold a ten percent (10%) retention until CPFA has accepted the work and/or Services specified in Exhibit "A". CPFA Attorney Approved Version 4/1/15 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 CPFA. Contractor will be under control of CPFA only as to the result to be accomplished, but will consult with CPFA as necessary. The persons used by Contractor to provide services under this Agreement will not be considered employees of CPFA for any purposes. The payment made to Contractor pursuant to the Agreement will be the full and complete compensation to which Contractor is entitled. CPFA will not make any federal or state tax withholdings on behalf of Contractor or its agents, employees or subcontractors. CPFA 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 CPFA within thirty (30) days for any tax, retirement contribution, social security, overtime payment, unemployment payment or workers' compensation payment which CPFA 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 CPFA election, CPFA 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 CPFA. If Contractor subcontracts any of the Services, Contractor will be fully responsible to CPFA for the acts and omissions of Contractor's subcontractor and ofthe 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 CPFA. 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 CPFA. 8. OTHER CONTRACTORS The CPFA reserves the right to employ other Contractors in connection with the Services. 9. INDEMNIFICATION Contractor agrees to indemnify and hold harmless CPFA 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 CPFA incurs or makes to or on behalf of an injured employee under the CPFA's self-administered workers' compensation is included as a loss, expense or cost for the purposes ofthis section, and that this section will survive the expiration or eariy termination ofthis Agreement. 10. INSUF^NCE 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 CPFA Attorney Approved Version 4/1/15 line insurer on the State of California's List of Approved Surplus Line Insurers (LASLI) with a rating in the latest Best's Key Rating Guide of at least "A:X"; OR an alien non-admitted insurer listed by the National Association of Insurance Commissioners (NAIC) latest quarteriy listings report. 10.1 Coverage and Limits. Contractor will maintain the types of coverage and minimum limits indicated below, unless the Risk Manager or CPFA 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. CPFA, 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. The full limits available to the named insured shall also be available and applicable to the CPFA as an additional insured. 10.1.1 Commercial General Liabiiitv Insurance. $2,000,000 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 Liabiiitv. (if the use of an automobile is involved for Contractor's work for CPFA). $1,000,000 combined single-limit per accident for bodily injury and property damage. 10.1.3 Workers' Compensation and Employer's Liabiiitv. Workers' Compensation limits as required by the California Labor Code. Workers' Compensation will not be required if Contractor has no employees and provides, to CPFA's satisfaction, a declaration stating this. 10.1.4 Professional Liabiiitv. 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 CPFA will be named as an additional insured on Commercial General Liability which shall provide primary coverage to the CPFA. 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 ofthe Agreement and any extensions of it and will not be canceled without thirty (30) days prior written notice to CPFA sent by certified mail pursuant to the Notice provisions of this Agreement. 10.3 Providing Certificates of Insurance and Endorsements. Prior to CPFA's execution of this Agreement, Contractor will furnish certificates of insurance and endorsements to CPFA. 10.4 Failure to Maintain Coverage. If Contractor fails to maintain any of these insurance coverages, then CPFA 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 CPFA to obtain or CPFA Attorney Approved Version 4/1/15 maintain insurance and CPFA 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. CPFA reserves the right to require, at any time, complete and certified copies of any or all required insurance policies and endorsements. 11. BUSINESS LICENSE Contractor will obtain and maintain a City of Carisbad 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 cleariy identifiable. Contractor will allow a representative of CPFA 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 CPFA. 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 CPFA. 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 CPFA and Contractor relinquishes all claims to the copyrights in favor of CPFA. 15. NOTICES The name of the persons who are authorized to give written notice or to receive written notice on behalf of CPFA and on behalf of Contractor under this Agreement. For CPFA For Contractor Name Liz Ketabian Name Doug Gettinger Title Park Planning Manager Title Habitat Restoration Specialist Department Parks and Recreation Address 605 Third Street CPFA of Carisbad Encinitas, CA 92024 Address 799 Pine Ave, Suite 200 Phone No. 760-479-4253 Carisbad, CA 92008 Email dgettinger@dudek.com Phone No. 760-434-2978 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. CPFA Attorney Approved Version 4/1/15 16. CONFLICT OF INTEREST Contractor shall file a Conflict of Interest Statement with the CPFA Clerk in accordance with the requirements of the CPFA of Carisbad 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 ofthe requirements ofthe 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 Sen/ices the following procedure will be used to resolve any questions of fact or interpretation not othenwise settled by agreement between the parties. Representatives of Contractor or CPFA 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 fonwarded to the CPFA Manager. The CPFA 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 CPFA 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 ofthe Contractor's failure to prosecute, deliver, or perform the Services, CPFA may terminate this Agreement for nonperformance by notifying Contractor by certified mail of the termination. If CPFA decides to abandon or indefinitely postpone the work or services contemplated by this Agreement, CPFA 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 CPFA and all work in progress to CPFA address contained in this Agreement. CPFA will make a determination of fact based upon the work product delivered to CPFA and of the percentage of work that Contractor has performed which is usable and of worth to CPFA in having the Agreement completed. Based upon that finding CPFA 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 CPFA, Contractor will assemble the work product and put it in order for proper filing and closing and deliver it to CPFA. Contractor will be paid for work performed to the termination date; however, the total will not exceed the lump sum fee CPFA Attorney Approved Version 4/1/15 payable under this Agreement. CPFA 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 ofthis Agreement. For breach or violation of this warranty, CPFA 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 CPFA 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 CPFA, 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 CPFA 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 CPFA to terminate this Agreement. 23. JURISDICTION 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 CPFA and Contractor and their respective successors. Neither this Agreement nor any part of it nor any monies due or to become due under it may be assigned by Contractor without the prior consent of CPFA, 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 ofthe 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. CPFA Attorney Approved Version 4/1/15 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 CARLSBAD PUBLIC FINANCING AUTHORITY, a joint powers authority By: (sign here; L Dudek Frank Dudek Divisio irectoiCasJj^thorized by the CPFA Manager Chris Hazeltine (print nam^Bj^ej^fdenf ATTEST: BARBARA EN Secretary to th By: ^ (sign here) Dudek If required by CPFA, 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: CELIA^-BFJ^^^CPFA Attorney BY: '^.f^fifssistant Special Counsel CPFA Attorney Approved Version 4/1/15 ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of 'bJtAO J On APyUL ^V, ao/r before me, l>/>^/£L Idu, Nti^M Pi^SUC (insert name and title of the officer) personally appeared F/IA^K^ 7>uD6rK A'^£> ^UJ£ CUu^i^S who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s)/^are subscribed to the within instrument and acknowledged to me that Jje/^hfe/they executed the same in his/her/their authorized capacity(ies), and that by j>f€/Ja6r/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature (Seal) DANiELKiL i caMM.#2016308 m MolMyl^iMo^alll^ £; SAN OIEOO COUNTY EXHIBIT "A" SCOPE OF SERVICES Task 1 Quarterly Water Quality Monitoring Dudek shall collect three quarteriy water samples from two permanent surface sample stations and two groundwater well locations in Macario Canyon at The Crossings at Carisbad golf course, as specified in the City of Carlsbad Municipal Golf Course Water Quality Monitoring Plan, dated November 18, 2004 (P&D Environmental). The collected water samples will be transmitted to testing laboratories using standard chain of custody protocols for the specified chemical analysis and toxicity testing. Copies ofthe laboratory test results will be forwarded to Kemper Sports and the City of Carisbad once test results are received. Dudek will advise Kemper Sports of any exceedance of monitoring thresholds in accordance with the Water Quality Plan and once approved, Dudek will notify the California Coastal Commission staff, as required by the permits. Task 2 Water Quality Monitoring Annual Reports Dudek shall prepare the annual water quality monitoring report for 2015, which will also include the results of sampling done in late 2014, summarizing the water quality monitoring test results for submission to the executive director ofthe California Coastal Commission, as required by the Coastal Development Permit. A draft copy of this annual report shall be submitted to Kemper Sports and the City of Carisbad for review and comment prior to submission to the California Coastal Commission. One round of edits to respond to comments is included in this scope and cost estimate. Deliverables Three quarteriy water quality monitoring test results One annual report documenting and discussing the 2015 annual water quality test results. Total Costs for Tasks 1 & 2 Dudek will be compensated for completing the above tasks and deliverables in an amount not to exceed $29,980. The above compensation includes all labor, mileage, laboratory fees, courier service, document production, and color reproduction that will be required to complete the scope of work. All work will be billed on a time-and-materials basis not to exceed the total fee outlined above. Additional services requested by the city beyond this scope of work to be billed on a time-and- materials basis upon the city's written request and authorization to perform said additional work and per the attached standard fee schedule. CPFA Attorney Approved Version 4/1/15 DUDEK 2014 STANDARD SCHEDULE OF CHARGES ENGINEERING ^RVICES Project Director $25D.00/hr Principal Engineer III $220.00/hr Principal Engineer II $210.00/hr Principal Engineer I $200.00/hr Program Manager $200.00/hr Senior Project Manager $190.00/hr Project Manager $185.00/hr Senior Engineer III $180.00/hr Senior Engineer II $170.00/hr Senior Engineer I $160.00/hr Project Engineer IV/Technician IV $150.00/hr Project Engineer Ill/Technician III $135.00/hr Project Engineer ll/Technician II $120.00/hr Project Engineer I/Technician I $105.00/hr Project Coordinator $85.00/hr Engineering Assistant $75.00/hr ENVIRONMENT/UL SERVICES Principal $225.00/hr Senior Project Manager/Specialist il $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 COASTAL PLANNING/POLICY SERVICES Senior Project Manager/Coastal Planner II $210.00/hr Senior Project Manager/Coastal Planner I $200.00/hr Environmental Specialist/Coastal Planner VI $190.00/hr Environmental Specialist/Coastal Planner V $170.00/hr Environmental Specialist/Coastal Planner IV $160.00/hr Environmental Specialist/Coastal Planner 111 $150.00/hr Environmental Specialist/Coastal Planner II $140.00/hr Environmental Specialist/Coastal Planner I $130.00/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 111 $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 DUDEK COMPLIANCE SERVICES Compliance Director $200.00/hr Compliance Manager $140.00/hr Compliance Project Coordinator $100.00/hr Compliance Monitor $90.00/hr HYDROGEOLOGICAL SERVICES Principal $235.00/hr Sr. Hydrogeologst Ill/Engineer III $200.00/hr Sr. Hydrogeologist ll/Engineer II $180.00/hr Sr. Hydrogeologist l/Engineer I $165.00/hr Hydrogeologist V/Engineer V $150.00/hr Hydrogeologist IV/Engineer IV $130.00/hr Hydrogeologist IH/Engineer Hi $120.00/hr Hydrogeologist ll/Engineer II $110.00/hr Hydrogeologist I/Engineer I $100.00/hr Technician $100.00/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 Technical/Drafting/CADD Services 3D Graphic Artist $150.00/hr Senior Designer $135.00/hr Designer $125.00/hr Assistant Designer $120.00/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 $85.00/hr CADD Technician $75.00/hr SUPPORT SERVICES Technical Editor III $140.00/hr Technical Editor 11 $125.00/hr Technical Editor I $110.00/hr Publications Assistant 111 $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 will be billed at 2.00 times normal rates. Emergency and Holidays - Minimum charge of Iwo hours will be billed al 1.75 times the nomial 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 cosl Invoices.Lata Charges. — All fees will be billed lo Client monthly and shall be due and payable upon receipt. Invoices are delinquent it not paid within thirty (30) days from tha date of the invoice. Client agrees lo pay a monthly late charge equal to one percent (1%) per month of the outstanding balance until paid in full. Annual increases - Unless IdentKed otherwise, these standard rates will increase 3% annually. Effective January 1, 2014 Donna Heraty From: Donna Heraty Sent: Tuesday May 12, 2015 11:21 AM To: 'dgettinger@dudek.com' Cc: Jennifer Marinov; Shelley Collins; Sherry Freisinger Subject: Form 700 - Conflict of Interest Dear Consultant: Regarding your agreement with the City of Carlsbad for water quality testing and reporting services for The Crossings Golf Course - // your agreement states: 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 interest in all four categories. It has been determined by the City Clerk's Office that you are not required to file a Conflict of Interest Statement for this agreement with the City of Carlsbad. A copy of this email will be added to your file memorializing this decision. Should you have any questions, please do not hesitate to contact me. Kindest regards, Ccityof Carlsbad Shelley Collins, CMC Assistant City Clerk City Clerk's Office City of Carisbad 1200 Carlsbad Village Drive Carisbad, CA 92008-1949 www.carisbadca.gov 760-434-2917 I Shellev.Collins@carisbadca.gov Conne^tvwt/; us Facebook | Twitter | You Tube j Flickr | Pinterest | Enews