HomeMy WebLinkAboutD-Max Engineering; 2012-04-05; PEM867PEM867
AGREEMENT FOR MUNICIPAL FACILITY STORM WATER
COMPUANCE INSPECTION SERVICES
(D-MAX ENGINEERING, INC.)
AGREEMENT is made and entered into as of the ^^5^Zy ^jgy of
2012, by and between the CITY OF CARLSBAD, a municipal
corpbration, ("City"), and D-Max Engineering, Inc., a California corporation, ("Contractor") for
Municipal Facility Storm Water Compliance Inspection Services.
RECITALS
A. City requires the professional services of a consulting firm that is experienced in
municipal storm water compliance inspections.
B. Contractor has the necessary experience in providing professional services and
advice related to municipal storm water compliance inspections.
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. The City Manager may amend the Agreement to extend it for one (1) additional one (1)
year period or parts thereof in an amount not to exceed twenty thousand dollars ($20,000) per
Agreement year. Extensions will be based upon a satisfactory review of Contractor's
performance, City needs, and appropriation of funds by the City Council. The parties will
prepare a written amendment indicating the effective date and length of the extended
Agreement.
4. TIME IS OF THE ESSENCE
Time is of the essence for each and every provision of this Agreement.
5. COMPENSATION
The total fee payable for the Services to be performed during the initial Agreement term will be
fourteen thousand seven hundred and thirty dollars ($14,730). No other compensation for the
Services will be allowed except for items covered by subsequent amendments to this
Agreement. The City reserves the right to withhold a ten percent (10%) retention until City has
accepted the work and/or Services specified in Exhibit "A".
Incremental payments, if applicable, should be made as outlined in attached Exhibit "A".
City Attorney Approved Version 2/17/12
1
6. STATUS OF CONTRACTOR
Contractor will perform the Services in Contractor's own way as an independent contractor and
in pursuit of Contractor's independent calling, and not as an employee of City. Contractor will be
under control of City only as to the result to be accomplished, but will consult with City as
necessary. The persons used by Contractor to provide services under this Agreement will not
be considered employees of City for any purposes.
The payment made to Contractor pursuant to the Agreement will be the full and complete
compensation to which Contractor is entitled. City will not make any federal or state tax
withholdings on behalf of Contractor or its agents, employees or subcontractors. City will not be
required to pay any workers' compensation insurance or unemployment contributions on behalf
of Contractor or its employees or subcontractors. Contractor agrees to indemnify City within
thirty (30) days for any tax, retirement contribution, social security, overtime payment,
unemployment payment or workers' compensation payment which City may be required to
make on behalf of Contractor or any agent, employee, or subcontractor of Contractor for work
done under this Agreement. At the City's election. City may deduct the indemnification amount
from any balance owing to Contractor.
7. SUBCONTRACTING
Contractor will not subcontract any portion of the Services without prior written approval of City.
If Contractor subcontracts any of the Services, Contractor will be fully responsible to City for the
acts and omissions of Contractor's subcontractor and of the persons either directly or indirectly
employed by the subcontractor, as Contractor is for the acts and omissions of persons directly
employed by Contractor. Nothing contained in this Agreement will create any contractual
relationship between any subcontractor of Contractor and City. Contractor will be responsible for
payment of subcontractors. Contractor will bind every subcontractor and every subcontractor of
a subcontractor by the terms of this Agreement applicable to Contractor's work unless
specifically noted to the contrary in the subcontract and approved in writing by City.
8. OTHER CONTRACTORS
The City reserves the right to employ other Contractors in connection with the Services.
9. INDEMNIFICATION
Contractor agrees to indemnify and hold harmless the City and its officers, officials, employees
and volunteers from and against all claims, damages, losses and expenses including attorneys
fees arising out of the performance of the work described herein caused by any negligence,
recklessness, or willful misconduct of the Contractor, any subcontractor, anyone directly or
indirectly employed by any of them or anyone for whose acts any of them may be liable.
The parties expressly agree that any payment, attorney's fee, costs or expense City incurs or
makes to or on behalf of an injured employee under the City's self-administered workers'
compensation is included as a loss, expense or cost for the purposes of this section, and that
this section will survive the expiration or earty 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-:VH". OR
City Attorney Approved Version 2/17/12
with a surplus iine insurer on the State of California's List of Eligible Surplus Line Insurers
(LESLI) with a rating in the latest Best's Key Rating Guide of at least "A:X".
10.1 Coverages and Limits.
Contractor will maintain the types of coverages and minimum limits indicated below, unless Risk
Manager or City Manager approves a lower amount. These minimum amounts of coverage will
not constitute any limitations or cap on Contractor's indemnification obligations under this
Agreement. City, its officers, agents and employees make no representation that the limits of
the insurance specified to be carried by Contractor pursuant to this Agreement are adequate to
protect Contractor. If Contractor believes that any required insurance coverage is inadequate,
Contractor will obtain such additional insurance coverage, as Contractor deems adequate, at
Contractor's sole expense.
10.1.1 Commercial General Liabilitv Insurance. $1,000,000 combined single-limit
per occurrence for bodily injury, personal injury and property damage. If the submitted policies
contain aggregate limits, general aggregate limits will apply separately to the work under this
Agreement or the general aggregate will be twice the required per occurrence limit.
10.1.2 Automobile Liabilitv (if the use of an automobile is involved for
Contractor's work for City). $1,000,000 combined single-limit per accident for bodily injury and
property damage.
10.1.3 Workers' Compensation and Emplover's Liabilitv. Workers' Compensation
limits as required by the California Labor Code. Workers' Compensation will not be required if
Contractor has no employees and provides, to City's satisfaction, a declaration stating this.
10.1.4 Professional Liabilitv. 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.
Q If box is checked. Professional Liability
City's Initials Contractor's Initials Insurance requirement is waived.
10.2. Additional Provisions. Contractor will ensure that the policies of insurance required under
this Agreement contain, or are endorsed to contain, the following provisions:
10.2.1 The City will be named as an additional insured on 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.
10.2.3 This insurance will be in force during the life of the Agreement and any
extensions of it and will not be canceled without thirty (30) days prior written notice to City sent
by certified mail pursuant to the Notice provisions of this Agreement.
10.3 Providing Certificates of Insurance and Endorsements. Prior to City's execution of this
Agreement, Contractor will furnish certificates of insurance and endorsements to City.
10.4 Failure to Maintain Coverage. If Contractor fails to maintain any of these insurance
coverages, then City will have the option to declare Contractor in breach, or may purchase
replacement insurance or pay the premiums that are due on existing policies in order to
City Attorney Approved Version 2/17/12
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. Citv reserves the right to require, at anytime, complete
and certified copies of any or all required insurance policies and endorsements.
11. BUSINESS LICENSE
Contractor will obtain and maintain a City of Cartsbad 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 City
during normal business hours to examine, audit, and make transcripts or copies of records and
any other documents created pursuant to this Agreement. Contractor will allow inspection of all
work, data, documents, proceedings, and activities related to the Agreement for a period of
three (3) years from the date of final payment under this Agreement.
13. OWNERSHIP OF DOCUMENTS
All work product produced by Contractor or its agents, employees, and subcontractors pursuant
to this Agreement is the property of City. In the event this Agreement is terminated, all work
product produced by Contractor or its agents, employees and subcontractors pursuant to this
Agreement will be delivered at once to City. Contractor will have the right to make one (1) copy
of the work product for Contractor's records.
14. COPYRIGHTS
Contractor agrees that all copyrights that arise from the services will be vested in City and
Contractor relinquishes all claims to the copyrights in favor of City.
15. NOTICES
The name of the persons who are authorized to give written notices or to receive written notice
on behalf of City and on behalf of Contractor under this Agreement.
For Citv For Contractor
Name James Wood Jr. Name Arsalan Dadkhah, Ph.D., P.E.
Title Senior Environmental Specialist Title Principal
Property &
Environmental
Department Management Address 7220 Trade Street, Suite 119
City of Carisbad San Diego, CA 92121
Address 1635 Faraday Ave. Phone No. 858-586-6600
Cartsbad, CA 92008 Email arsalan@dmaxinc.com
PhoneNo. 760-602-7584
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.
City Attorney Approved Version 2/17/12
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 Cartsbad Conflict of Interest Code. The Contractor shall report
investments or interests in all four categories.
17. GENERAL COMPLIANCE WITH LAWS
Contractor will keep fully informed of federal, state and local laws and ordinances and
regulations which in any manner affect those employed by Contractor, or in any way affect the
performance of the Services by Contractor. Contractor will at all times observe and comply with
these laws, ordinances, and regulations and will be responsible for the compliance of
Contractor's services with all applicable laws, ordinances and regulations.
Contractor will be aware of the requirements of the Immigration Reform and Control Act of 1986
and will comply with those requirements, including, but not limited to, verifying the eligibility for
employment of all agents, employees, subcontractors and consultants whose services are
required by this Agreement.
18. DISCRIMINATION AND HARASSMENT PROHIBITED
Contractor will comply with all applicable local, state and federal laws and regulations prohibiting
discrimination and harassment.
19. DISPUTE RESOLUTION
If a dispute should arise regarding the performance of the Services the following procedure will
be used to resolve any questions of fact or interpretation not otherwise settled by agreement
between the parties. Representatives of Contractor or City will reduce such questions, and their
respective views, to writing. A copy of such documented dispute will be 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
City Attorney Approved Version 2/17/12
work performed to the termination date; however, the total will not exceed the lump sum fee
payable under this Agreement. City will make the final determination as to the portions of tasks
completed and the compensation to be made.
21. COVENANTS AGAINST CONTINGENT FEES
Contractor warrants that Contractor has not employed or retained any company or person, other
than a bona fide employee working for Contractor, to solicit or secure this Agreement, and that
Contractor has not paid or agreed to pay any company or person, other than a bona fide
employee, any fee, commission, percentage, brokerage fee, gift, or any other consideration
contingent upon, or resulting from, the award or making of this Agreement. For breach or
violation of this warranty, City will have the right to annul this Agreement without liability, or, in
its discretion, to deduct from the Agreement price or consideration, or otherwise recover, the full
amount of the fee, commission, percentage, brokerage fees, gift, or contingent fee.
22. CLAIMS AND LAWSUITS
By signing this Agreement, Contractor agrees that any Agreement claim submitted to City must
be asserted as part of the Agreement process as set forth in this Agreement and not in
anticipation of litigation or in conjunction with litigation. Contractor acknowledges that if a false
claim is submitted to City, it may be considered fraud and Contractor may be subject to criminal
prosecution. Contractor acknowledges that California Government Code sections 12650 et seg..
the False Claims Act applies to this Agreement and, provides for civil penalties where a person
knowingly submits a false claim to a public entity. These provisions include false claims made
with deliberate ignorance of the false information or in reckless disregard of the truth or falsity of
information. If City seeks to recover penalties pursuant to the False Claims Act, it is entitled to
recover its litigation costs, including attorney's fees. Contractor acknowledges that the filing of a
false claim may subject Contractor to an administrative debarment proceeding as the result of
which Contractor may be prevented to act as a Contractor on any public work or improvement
for a period of up to five (5) years. Contractor acknowledges debarment by another jurisdiction
is grounds for City to terminate this Agreement.
23. JURISDICTIONS AND VENUE
Any action at law or in equity brought by either of the parties for the purpose of enforcing a right
or rights provided for by this Agreement will be tried in a court of competent jurisdiction in the
County of San Diego, State of California, and the parties waive all provisions of law providing for
a change of venue in these proceedings to any other county.
24. SUCCESSORS AND ASSIGNS
It is mutually understood and agreed that this Agreement will be binding upon City and
Contractor and their respective successors. Neither this Agreement or any part of it nor any
monies due or to become due under it may be assigned by Contractor without the prior consent
of City, which shall not be unreasonably withheld.
25. ENTIRE AGREEMENT
This Agreement, together with any other written document referred to or contemplated by it,
along with the purchase order for this Agreement and its provisions, embody the entire
Agreement and understanding between the parties relating to the subject matter of it. In case of
conflict, the terms of the Agreement supersede the purchase order. Neither this Agreement nor
any of its provisions may be amended, modified, waived or discharged except in a writing
signed by both parties.
///
City Attorney Approved Version 2/17/12
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
D-MAX ENGINEERING, INC., a California
corporation
CITY OF CARLSBAD, a municipal
corporation of the State of California
By: By:
(sign here)
(print name/title)
Gity Manager or Mayor or Division Director
as authorized by the City Manager
David Hauser. Director
Property & Environmental Management
(print name/titlej
If required by City, proper notarial acknowledgment of execution by contractor must be
attached. If a corporation. Agreement must be signed by one corporate officer from each of the
following two groups.
Group A
Chairman,
President, or
Vice-President
Group B
Secretary,
Assistant Secretary,
CFO or Assistant Treasurer
Otherwise, the corporation must attach a resolution certified by the secretary or assistant
secretary under corporate seal empowering the officer(s) signing to bind the corporation.
APPROVED AS TO FORM:
RONALD R. BALL, City Attorney
Assistant City AttornejA
City Attorney Approved Version 2/17/12
D-MAX Engmeering, Inc.
Consultants in Water & Environmental Sciences
Exhibit "A"
March 21,2012
Project No. 20121 IW
James Wood, Jr.
City of Carlsbad
Department of Public Works
1635 Faraday Avenue
Carlsbad, CA 92008
Re: Municipal Facilities Storm Water Compliance Inspection Program
City of Carlsbad, California
Dear Mr. Wood:
D-MAX Engineering, Inc. (D-MAX) is pleased to submit this proposal to assist the City of
Carisbad (City) in conducting compliance inspections of the City's high priority municipal
facilities. The facilities to be inspected are grouped into three tiers: 21 Tier I, 13 Tier II,
and 9 Tier III facilities. Work will be conducted in accordance with the San Diego
Regional Water Quality Control Board (RWQCB) Municipal National Pollutant Discharge
Elimination System (NPDES) Permit, Order No. R9-2007-0001 (Municipal Permit).
Project Approach
Inspection Coordination
We will schedule inspection appointments with all Tier I facility contacts, as well as Tier II
facilities requiring City assistance for access. Contact information will be provided to us
by the City. Other facilities will not be notified prior to inspection; inspectors will conduct
unannounced visits to evaluate the day-to-day conditions that are in place.
Site Inspection
The site inspection procedure involves a thorough examination of the facility and all
outdoor activities that have the potential to generate urban runoff pollution. We will use
the inspection forms that were used during last year's inspection program, which are
attached to this submittal. Note that the inspection form for the Tier III sites is somewhat
shorter than the form for the Tier I and Tier II sites. The site inspection includes the
following steps.
Pre-lnspection
Prior to beginning the site inspection, our inspector will complete Section A. "Contact
Information"oi the inspection form using information in the municipal facilities list provided
by the City. This information includes facility name, address, telephone number, and the
name of the responsible party (if available). Initial observations will also be conducted at
this time and documented in Section C. "Initial Observations." The inspector will identify
the nearest water bodies, approximate distance to water bodies, and the sensitivity and
pollutants of concern. Observations of surface runoff drainage pattern and the
7220 Trade Street • Suite 119 • San Diego, CA 92121 • (858) 586-6600 • Fax (858) 586-6644
James Wood, Jr.
City of Carlsbad
March 21, 2012
Page 2
approximate area of pervious and impervious surface will also be recorded. The City will
be notified if the site visit results in recommended changes to the municipal inventory.
Meet With Responsible Party
Our inspectors will visit sites during normal business hours. D-MAX personnel will have
company-issued photo identification, which will be worn during inspections. Upon
meeting the responsible party, our inspector will re-introduce the storm water program
and the purpose of the inspection. We will use this opportunity to provide education to
the responsible party regarding storm water compliance. The re-introduction to the
program will recap a brief overview of the federal and state water quality laws, local
requirements, impacts of urban runoff, the concept of Best Management Practices
(BMPs), and a description of the local water bodies and pollutants of concern.
SWPPP Assessment
After the introductory meeting, if the facility has a Storm Water Pollution Prevention Plan
(SWPPP), our inspector will review the document. The following components of the
SWPPP will be assessed:
Overview of Site Map, Site Description, and Objectives
Storm Water Pollution Prevention Team
Potential Sources of Pollutants
Best Management Practices (Structural and Non-Structural)
Record Keeping and Reporting
Any recommended changes to the SWPPP will be included in Section D of the inspection
form, "SWPPP Review."
BMP Assessment
During the next portion of the inspection process, our inspector will conduct a thorough
walk-through of the facility, preferably accompanied by the manager/responsible party, to
inspect all areas exposed to storm water and evaluate existing BMPs and their
effectiveness. Typical areas of activity assessed during this phase of the inspection
include material storage areas, processing areas, loading and unloading areas, waste
storage or disposal areas, vehicle maintenance and washing areas, and parking areas.
If specific BMPs are not implemented or are found to be ineffective, additional BMPs will
be recommended. The BMP evaluation and summary of observations will be recorded on
the inspection form in Section E, "BMP Assessment." Photographs will be taken to
document BMP deficiencies.
If conditions at the site warrant immediate action (e.g., an active illegal discharge or storm
water ordinance violation is observed), the City will be promptly notified via the Storm
Water Hotline (760-602-2799). All other corrective actions will be summarized in Section
G of the inspection form.
BMP and Knowledge Assessments
The criteria used to assess facility contacts storm water knowledge and BMP
implementation is described on the following page.
James Wood, Jr.
City of Carlsbad
March 21, 2012
Pages
Knowledge Score
1. Individual has never heard of the storm water program, requirements, or BMPs.
This individual does not know what BMPs are or understand how to implement
them.
2. Individual has a general awareness of water quality issues, but does not
understand the requirements of the storm water program, BMPs, or pollution
prevention.
3. Individual has a general understanding of storm water issues (I've heard
something about that"), but not specific storm water requirements or BMPs
required for the facility.
4. Individual has a clear understanding of BMPs but may not have a clear awareness
of the connection between pollution prevention and water quality.
5. Individual demonstrated an in depth knowledge of the storm water program and
BMPs consistent with the facility's activities and operations.
BMP Score
1. An illegal discharge was noted during the inspection. Follow-up actions required.
2. BMPs have not been implemented. Several violations were noted during the
inspection; however, an illegal discharge was not observed. A detailed inspection
report and/or written warning was issued.
3. BMPs have been implemented throughout the site, but not properiy or adequately
maintained. Violations were noted during the inspection and a verbal warning
was issued. A detailed inspection report or written Warning Notice may follow.
4. BMPs implemented effectively; however, minor violations associated with
communal areas or good housekeeping practices (i.e. dumpsters open, leaves in
the parking lot, etc.) were noted during the inspection.
5. All BMPs implemented effectively.
Storm Water Quality Inspection Summary and Conclusion
At the completion of the walk-through, the inspector will summarize the recommended
corrective actions and/or violations listed on the last page of the inspection form and
discuss the feasibility of any recommendations with the responsible party.
Final Documentation
Inspection forms will be reviewed by office staff and a scanned copy will be e-mailed to
the City's storm water account (stormwater0>carlsbadca.gov) within two business days of
the inspection. Relevant photographs of BMP deficiencies will be attached to the e-mail.
Within 10 business days of the program's completion, a final inspection report will be
prepared. The report will include an overall program summary and site-specific
inspection summaries.
James Wood, Jr.
City of Carlsbad
March 21, 2012
Page 4
Schedule
D-MAX will conduct the inspection services described above according to the following
schedule:
• We anticipate commencing the inspection program within two weeks of receiving
the Notice to Proceed from the City.
• Within two business days of completing each inspection, scanned copies of
inspection forms will be e-mailed to the storm water account.
• The City's Storm Water Hotline will be contacted immediately if any active illegal
discharges are observed, or if any storm water conditions are considered to be a
threat to human or environmental health.
• For compliance purposes, inspections will be completed within one month of
receiving the Notice to Proceed from the City.
• A final inspection summary report will be submitted within 10 business days of
completing inspections.
Cosf Estimate
We propose to conduct the above scope of services on a time and materials basis, not to
exceed $14,730, in accordance with the attached Schedule of Fees. Costs per inspection
are $428.00 for Tier I, $335.00 for Tier II, and $154.11 for Tier III facilities. This cost
includes coordination with the City, site inspections, mileage, review of the data by office
staff, and report preparation.
Please feel free to contact us with any questions regarding this submittal.
Sincerely,
D-MAX Engineering, Inc.
Arsalan Dadkhah, Ph.D., P.E.
Principal
SCHEDULE OF FEES
January 1, 2012
This Schedule of Fees will be adjusted periodically. The new fee schedule will apply to all
existing and new work.
LABOR
Classification
Drafter
Technician
Senior Technician
Staff Scientist/Engineer I
Staff Scientist/Engineer II
Hourlv Rate
65
65
75
85
92
Assistant Project Scientist/Engineer 100
Project Scientist/Engineer 110
Senior Scientist/Engineer 120
Principal Scientist/Engineer 140
Field and hourly services will be
charged portal to portal from our office,
with a two-hour minimum.
Appearance as expert witnesses at
court trials, mediation, arbitration
hearings and depositions will be
charged at $200/hour. Time spent
preparing for such appearances will be
charged at the above standard hourly
rates.
OTHER CHARGES
Subcontracted services, such as sub
consultants, outside testing, drilling, and
surveyors, will be charged at cost plus
15%. Other project-specific costs, such
as rentals, expendable or special
supplies, special project insurance,
permits and licenses, shipping,
subsistence, tolls and parking, outside
copying/printing, etc., will be charged at
cost plus 15%. Mileage will be charged
at a rate of $0.57 per mile.
Client will be responsible for any
applicable taxes in addition to the fees
due for Services.
SF-1