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