Loading...
HomeMy WebLinkAboutDudek; 2015-09-21; TRAN1274AGREEMENT FOR ENVIRONMENTAL SERVICES DUDEK TRAN1274 s--- THis AGREEMENT is made and entered into as of the .J:/ / day of --~-Ao'-lr'--'--~""""'.........._--'----' 2015, by and between the CITY OF CARLSBAD, a municipal ration, ("City"), and DUDEK, a California corporation, ("Contractor"). RECITALS A. City requires the professional services of a firm that is experienced in identification of local bats and procedures to exclude them from an area. B. Contractor has the necessary experience in providing professional services and advice related to establishing and maintaining bat exclusionary efforts. C. 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. 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 eight thousand nine hundred fifty dollars ($8,950). 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 (1 0%) 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. City Attorney Approved Version 4/1/15 TRAN1274 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. 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-:VII"; OR with a surplus 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 quarterly listings report. 10.1 Coverage and Limits. Contractor will maintain the types of coverage and minimum limits indicated below, unless the Risk Manager or City Manager approves a lower amount. These minimum amounts of coverage City Attorney Approved Version 4/1/15 2 TRAN1274 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. The full limits available to the named insured shall also be available and applicable to the City as an additional insured. 1 0.1.1 Commercial General Liabilitv 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. 1 0.1.2 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. 1 0.1.3 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. 1 0.1.4 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: 1 0.2.1 The City will be named as an additional insured on Commercial General Liability which shall provide primary coverage to the City. 10.2.2 Contractor will obtain occurrence coverage, excluding Professional Liability, which will be written as claims-made coverage. 1 0.2.3 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 any time, complete and certified copies of any or all required insurance policies and endorsements. City Attorney Approved Version 4/1/15 3 TRAN1274 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 notice or to receive written notice on behalf of City and on behalf of Contractor under this Agreement. For City Name Sherri Howard Title Associate Engineer Department Public Works City of Carlsbad Address 1635 Faraday Avenue Carlsbad, CA 92008 Phone No. 760-602-2756 For Contractor Name Paul Lemons Title Biologist Address 605 Third Street Encinitas CA 92024 Phone No. 760-479-4238 Email plemons@dudek.com 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, City Attorney Approved Version 4/1/15 4 TRAN1274 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 forwarded to both parties involved along with recommended methods of resolution, which would be of benefit to both parties. The representative receiving the letter will reply to the letter along with a recommended method of resolution within ten (10) business days. If the resolution thus obtained is unsatisfactory to the aggrieved party, a letter outlining the disputes will be forwarded to the City Manager. The City Manager will consider the facts and solutions recommended by each party and may then opt to direct a solution to the problem. In such cases, the action of the City Manager will be binding upon the parties involved, although nothing in this procedure will prohibit the parties from seeking remedies available to them at law. 20. TERMINATION In the event of the Contractor's failure to prosecute, deliver, or perform the Services, City may terminate this Agreement for nonperformance by notifying Contractor by certified mail of the termination. If City decides to abandon or indefinitely postpone the work or services contemplated by this Agreement, City may terminate this Agreement upon written notice to Contractor. Upon notification of termination, Contractor has five (5) business days to deliver any documents owned by City and all work in progress to City 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, City Attorney Approved Version 4/1/15 5 TRAN1274 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 acknowledges debarment by another jurisdiction is grounds for City 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 City 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 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. Ill Ill Ill Ill Ill Ill Ill City Attorney Approved Version 4/1/15 6 TRAN1274 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 By: ~>b~S> '\ ,?... \ s; (sign here) June Colfins Executive Vice f?Ri)sident (print name/titlt:fudek CITY OF CARLSBAD, a municipal corporation of the State of California 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: CELIA A. BREWER, City Attorney City Attorney Approved Version 4/1/15 7 DUDEK MAIN OFFICE 605 THIRD STREET EI~CI,J!TAS, CALIFORNIA 92024 T/609425 47 T800450 1818 F76063l0164 August 19, 2015 Sherri Howard 1635 Faraday Avenue Carlsbad, CA 92008 Exhibit "A" Subject: Environmental Consulting Services Proposal, Bat Exclusion Project, City of Carlsbad, County of San Diego, California Dear Ms. Howard: Thank you for the opportunity to provide this proposal for the Bat Exclusion Project located in the City of Carlsbad, County of San Diego, California. Based on our initial site evaluation and discussions, Dudek understands that a bat exclusion effort is needed for the bat-occupied manhole that is planned for improvements. The manhole is located near the intersection of Laguna Drive and Roosevelt Street, Carlsbad. Additionally, we understand that construction will not be conducted until approximately late May, 2016, which will be the middle of next year's bat breeding season. Therefore, the exclusion materials will need to be monitored and maintained for approximately seven months until work is conducted. To support this process, a scope of work and cost estimate is provided below. SCOPE OF WORK TASK I: INITIAL BAT EXCLUSION EFFORT Dudek will conduct a bat exclusion effort over a one-week period in early October, after the completion of the 2015 bat breeding season. To avoid potential adverse effects on bats, the exclusion will be conducted prior to the hibernation season which starts approximately the middle to late October or early November, depending on regional weather and temperature. This task includes up to four visits during the initial exclusion week to build and install the exclusion materials, and monitor bats exiting the 48" pipe at the lagoon which connects to the manhole vault supporting bats. Bats shall be excluded using one-way doors made from clear plastic sheeting or other appropriate materials attached to the upper half of the pipe in a configuration that will humanely allow bats to exit but not return. Monitoring will be conducted one hour prior to WWW.DUDEK.COM Ms. Sherri Howard Subject: Proposal for Environmental Consulting Services, Bat Exclusion Project, Carlsbad, San Diego County, California sunset to two hours after sunset to observe bats exiting the pipe. After each monitoring period, materials will be configured as needed to ensure that bats cannot re-enter the pipe when they return. The exclusion curtains (or other appropriate materials) shall be installed approximately eight months prior to construction to allow time for the bats to leave, and to employ alternative bat exclusion methods if the curtains are not fully effective. It is recommended that at the end of this initial week of exclusion work that the manhole is checked as soon as possible to verify that no bats remain in the manhole vault. The results of this task will be documented in a site observation report, summarizing the results of this initial one-week exclusion effort, and submitted via email. Estimated cost for Task 1 ....................................................................... $3,500.00 TASK 2: MONITORING After the initial exclusion effort described above, Dudek will conduct seven monthly monitoring visits from November through May to ensure that exclusion materials remain intact. To ensure that the materials are functioning effectively, the manhole will need to be checked either visually or through video monitoring to verify that no bats remain. This task includes seven monthly visits plus up to three additional visits to check the site after heavy weather events for a total of I 0 visits. For cost purposes Dudek assumes an average of three hours per visit for a total of 30 hours over this seven month period. Additionally, a half hour has been allocated for preparation of each of the 1-page site observation report for a total of five hours to document the I 0 monitoring visits. Site observation reports will be submitted via email. Modifications to the bat exclusion methods shall be implemented as needed within the budget outlined in this scope to minimize impacts to roosting bats and ensure they are excluded from the occupied manhole. If additional work is required beyond this scope of work, a contract augment can be prepared to provide any additional services necessary. Estimated cost for Task 2 ....................................................................... $5,450.00 Cost Summary Dudek will complete Tasks I and 2 on a time-and-materials basis in an amount not to exceed $8,950.00. These costs include $400.00 for direct costs including exclusion materials and mileage. These costs are based on Dudek's 20 IS Schedule of Charges, attached for your records. Any work conducted in 2016 would be based on Dudek's 2016 Schedule of Charges. Additional services not covered under this scope of work, such as agency coordination, project meetings, focused surveys, etc., can be provided under a separate proposal, as needed. No work in excess of the proposed fee or outside of the proposed scope will be conducted without written authorization from the client. Task I can be completed within two weeks of receiving a signed contract and approval to proceed. DUDEK 2 August 19,2015 Ms. Sherri Howard Subject: Proposal for Environmental Consulting Services, Bat Exclusion Project, Carlsbad, San Diego County, California Dudek appreciates the opportunity to propose on this project. If approved, Dudek will forward a contract for signature. We look forward to working with you on this project. Dudek biologist Paul Lemons will lead this effort. Please do not hesitate to contact Paul Lemons at 760-479- 4238 or plemons@dudek.com with any questions. Sincerely, Project Manager I Senior Wildlife Biologist Dudek Att: 2015 Schedule of Charges Cc: Paul Lemons, Dudek DUDEK 3 August 19, 20 IS DUDEK 2015 STANDARD SCHEDULE OF CHARGES ENGINEERING SERVICES Project Director ..................................................................... $255.00/hr Principal Engineer Ill ............................................................. $225.00/hr Principal Engineer 11 ............................................................. $215.00/hr Principal Engineer I .............................................................. $205.00/hr Program Manager ................................................................ $205.00/hr Senior Project Manager ........................................................ $195.00/hr Project Manager ................................................................... $190.00/hr Senior Engineer 111 ................................................................ $185.00/hr Senior Engineer II ................................................................ $175.00/hr Senior Engineer I ................................................................. $165.00/hr Project Engineer IV /Technician IV ........................................ $155.00/hr Project Engineer Ill/Technician Ill ......................................... $140.00/hr Project Engineer 11/Technician II ........................................... $125.00/hr Project Engineer 1/Technician 1 ............................................. $110.00/hr Project Coordinator. ................................................................ $85.00/hr Engineering Assistant ............................................................. $75.00/hr ENVIRONMENTAL SERVICES Principal ............................................................................... $235.00/hr Senior Project Manager/Specialist 11 ..................................... $220.00/hr Senior Project Manager/Specialist 1 ...................................... $21 0.00/hr Environmental Specialist/Planner VI ..................................... $190.00/hr Environmental Specialist/Planner V ...................................... $170.00/hr Environmental Specialist/Planner IV ..................................... $160.00/hr Environmental Specialist/Planner Ill ..................................... $150.00/hr Environmental Specialist/Planner II ...................................... $130.00/hr Environmental Specialist/Planner I ....................................... $120.00/hr Analyst Ill ............................................................................. $11 0.00/hr Analyst II .............................................................................. $1 00.00/hr Analyst I ................................................................................. $90.00/hr Planning Assistant II ............................................................... $80.00/hr Planning Assistant 1 ................................................................ $70.00/hr COASTAL PLANNING/POLICY SERVICES Senior Project Manager/Coastal Planner 11 ........................... $215.00/hr Senior Project Manager/Coastal Planner 1 ............................ $205.00/hr Environmental Specialist/Coastal Planner VI ........................ $195.00/hr Environmental Specialist/Coastal Planner V ......................... $175.00/hr Environmental Specialist/Coastal Planner IV ........................ $165.00/hr Environmental Specialist/Coastal Planner Ill ........................ $155.00/hr Environmental Specialist/Coastal Planner II ......................... $145.00/hr Environmental Specialist/Coastal Planner I .......................... $135.00/hr ARCHAEOLOGICAL SERVICES Senior Project Manager/Archaeologist 11 ............................... $21 0.00/hr Senior Project Manager/Archaeologist!. ............................... $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 1 .............................. $120.00/hr Environmental Specialist/Paleontologist Ill ........................... $160.00/hr Environmental Specialist/Paleontologist II ............................ $140.00/hr Environmental Specialist/Paleontologist I ............................. $120.00/hr Paleontological Technician 111 ................................................. $80.00/hr Paleontological Technician 11 .................................................. $70.00/hr Paleontological Technician I ................................................... $50.00/hr Archaeologist Technician 11 ..................................................... $70.00/hr Archaeologist Technician 1 ...................................................... $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 111 ...................................................... $125.00/hr Construction Inspector 11 ....................................................... $115.00/hr Construction Inspector 1 ........................................................ $1 05.00/hr Prevailing Wage Inspector .................................................... $135.00/hr DUDEK COMPLIANCE SERVICES Compliance Director............................................................ $200.00/hr Compliance Manager ........................................................... $140.00/hr Compliance Project Coordinator. .......................................... $1 00.00/hr Compliance Monitor ............................................................... $90.00/hr HYDROGEOLOGICAL SERVICES Principal ............................................................................... $235.00/hr Sr. Hydrogeologist IV/Engineer IV ....................................... $215.00/hr Sr. Hydrogeologist Ill/Engineer 111 ......................................... $200.00/hr Sr. Hydrogeologist 11/Engineer 11. .......................................... $180.00/hr Sr. Hydrogeologist 1/Engineer !. ............................................ $165.00/hr Hydrogeologist VI/Engineer VI ............................................ $150.00/hr Hydrogeologist V/Engineer V ............................................... $140.00/hr Hydrogeologist IV/Engineer IV ............................................. $130.00/hr Hydrogeologist Ill/Engineer 111 .............................................. $120.00/hr Hydrogeologist 11/Engineer II ................................................ $11 0.00/hr Hydrogeologist 1/Engineer 1 .................................................. $100.00/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 Ill 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 11. .......................................... $55.00/hr Collection Maintenance Worker 1. ........................................... $40.00/hr OFFICE SERVICES Technica//Orafting/CADD Services 3D Graphic Artist... ............................................................... $150.00/hr Senior Designer ................................................................... $140.00/hr Designer .............................................................................. $130.00/hr Assistant Designer ............................................................... $125.00/hr GIS Specialist IV .................................................................. $150.00/hr GIS Specialist Ill .................................................................. $140.00/hr GIS Specialist II ................................................................... $130.00/hr GIS Specialist 1 .................................................................... $120.00/hr CADD Operator 111 ................................................................ $120.00/hr CADD Operator 11. ................................................................ $115.00/hr CADD Operator 1 .................................................................. $100.00/hr CADD Drafter ......................................................................... $90.00/hr CADD Technician .................................................................. $80.00/hr SUPPORT SERVICES Technical Editor 111 ................................................................ $140.00/hr Technical Editor 11 ................................................................. $125.00/hr Technical Editor I ................................................................. $11 0.00/hr Publications Specialist 111 ...................................................... $100.00/hr Publications Specialist 11 ......................................................... $90.00/hr Publications Specialist 1 .......................................................... $80.00/hr Clerical Administration 11. ........................................................ $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 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 current IRS allowable rates. Per diem where overnight stay is involved is charged at cost lnvoices,Late Charges. -All tees 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. Annual Increases -Unless identified otherwise, these standard rates will increase 3% annually. Effective January 1, 2015 Kathy Hamilton From: Sent: To: Cc: Subject: Dear Consultant: Kathy Hamilton Tuesday, September 29, 2015 1:47 PM 'plemons@dudek.com' Sherri Howard; Shelley Collins; Donna Heraty (Donna.Heraty@carlsbadca.gov) Form 700 -Conflict of Interest -It has been determined by the City Clerk's Office that you are not required to file a Conflict of Interest Statement Regarding your agreement with the City of Carlsbad for identification of local bats and procedures to exclude them from an area- If 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. Please disregard the email you received earlier today. Should you have any questions, please do not hesitate to contact me. Kindest regards, Shelley Collins, CMC Assistant City Clerk City Clerk's Office City of Carlsbad 1200 Carlsbad Village Drive Carlsbad, CA 92008-1949 www.carlsbadca.gov 760-434-2917 I Shelley.Collins@carlsbadca.gov Facebook I Twitter I You Tube I Flickr I Pinterest I Enews 1