HomeMy WebLinkAboutDudek Engineering and Environmental; 2015-01-08;AGREEMENT FOR WATER QUALITY TESTING AND REPORTING SERVICES
FOR THE CROSSINGS GOLF COURSE
DUDEK ENGINEERING AND ENVIRONMENTAL
THIS AGREEMENT is made and entered into as of the day of
OanOa^rLf , 20/5". by and between the CARLSBAD PUBLIC FINANCING
AUTHORITY (CPFA), and Dudek Engineering and Environmental, a California Corporation,
("Contractor").
RECITALS
A. CPFA requires the professional services of a firm that is experienced in water
quality monitoring and testing and with the reporting of water quality testing and monitoring at The
Crossings Golf Course.
B. Contractor has the necessary experience in providing professional services and
advice related to ground water quality testing and reporting and is expected to achieve the desired
results in an expedited manner.
C. Contractor has submitted a proposal to Authority and has affirmed its willingness
and ability to perform such work.
NOW, THEREFORE, in consideration of these recitals and the mutual covenants
contained herein, CPFA and Contractor agree as follows:
1. SCOPE OF WORK
CPFA retains Contractor to perform, and Contractor agrees to render, those services (the
"Services") that are defined in attached Exhibit "A", which is incorporated by this reference in
accordance with this Agreement's terms and conditions.
2. STANDARD OF PERFORMANCE
While performing the Services, Contractor will exercise the reasonable professional care and skill
customarily exercised by reputable members of Contractor's profession practicing in the
Metropolitan Southern California Area, and will use reasonable diligence and best judgment while
exercising its professional skill and expertise.
3. TERM
The term of this Agreement will be effective for a period of one (1) year from the date first above
written. The Executive Director of the CPFA may amend the Agreement to extend it for 1
additional 1 year period or parts thereof in an amount not to exceed thirty thousand dollars
($30,000) per Agreement year. Extensions will be based upon a satisfactory review of
Contractor's performance, CPFA needs, and appropriation of funds by the CPFA. The parties will
prepare a written amendment indicating the effective date and length of the extended Agreement.
4. TIME IS OF THE ESSENCE
Time is of the essence for each and every provision of this Agreement.
5. COMPENSATION
The total fee payable for the Services to be performed during the initial Agreement term will be
Eight thousand, nine hundred and ninetv four dollars and ninetv five cents ($ 8,994.95 ). No
other compensation for the Services will be allowed except for items covered by subsequent
amendments to this Agreement. The CPFA reserves the right to withhold a ten percent (10%)
retention until CPFA has accepted the work and/or Services specified in Exhibit "A".
CPFA Attorney Approveci Version 1/30/13
6. STATUS OF CONTRACTOR
Contractor will perform the Services in Contractor's own way as an independent contractor and
in pursuit of Contractor's independent calling, and not as an employee of CPFA. Contractor will
be under control of CPFA only as to the result to be accomplished, but will consult with CPFA as
necessary. The persons used by Contractor to provide services under this Agreement will not be
considered employees of CPFA for any purposes.
The payment made to Contractor pursuant to the Agreement will be the full and complete
compensation to which Contractor is entitled. CPFA will not make any federal or state tax
withholdings on behalf of Contractor or its agents, employees or subcontractors. CPFA will not be
required to pay any workers' compensation insurance or unemployment contributions on behalf
of Contractor or its employees or subcontractors. Contractor agrees to indemnify CPFA within
thirty (30) days for any tax, retirement contribution, social security, overtime payment,
unemployment payment or workers' compensation payment which CPFA may be required to
make on behalf of Contractor or any agent, employee, or subcontractor of Contractor for work
done under this Agreement. At the CPFA election, CPFA may deduct the indemnification amount
from any balance owing to Contractor.
7. SUBCONTRACTING
Contractor will not subcontract any portion of the Services without prior written approval of CPFA.
If Contractor subcontracts any of the Services, Contractor will be fully responsible to CPFA for
the acts and omissions of Contractor's subcontractor and 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 CPFA. Contractor will be responsible
for payment of subcontractors. Contractor will bind every subcontractor and every subcontractor
of a subcontractor by the terms of this Agreement applicable to Contractor's work unless
specifically noted to the contrary in the subcontract and approved in writing by CPFA.
8. OTHER CONTRACTORS
The CPFA reserves the right to employ other Contractors in connection with the Services.
9. INDEMNIFICATION
Contractor agrees to indemnify and hold harmless the CPFA and its officers, officials, employees
and volunteers from and against ail claims, damages, losses and expenses including attorneys
fees arising out of the performance of the work described herein caused by any negligence,
recklessness, or willful misconduct of the Contractor, any subcontractor, anyone directly or
indirectly employed by any of them or anyone for whose acts any of them may be liable.
The parties expressly agree that any payment, attorney's fee, costs or expense CPFA incurs or
makes to or on behalf of an injured employee under the CPFA's self-administered workers'
compensation is included as a loss, expense or cost for the purposes 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 wili 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-:Vir'. OR with a surplus
CPFA Attorney Approved Version 1/30/13
line insurer on the State of California's List of Eligible Surplus Line Insurers (LESLI) with a rating
in the latest Best's Key Rating Guide of at least "A:X".
10.1 Coveraqes and Limits.
Contractor will maintain the types of coverages and minimum limits indicated below, unless Risk
Manager or CPFA Manager approves a lower amount. These minimum amounts of coverage will
not constitute any limitations or cap on Contractor's indemnification obligations under this
Agreement. CPFA, its officers, agents and employees make no representation that the limits of
the insurance specified to be carried by Contractor pursuant to this Agreement are adequate to
protect Contractor. If Contractor believes that any required insurance coverage is inadequate.
Contractor will obtain such additional insurance coverage, as Contractor deems adequate, at
Contractor's sole expense.
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 Liability, (if the use of an automobile is involved for Contractor's
work for CPFA). $1,000,000 combined single-limit per accident for bodily injury and property
damage.
10.1.3 Workers' Compensation and 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 CPFA's satisfaction, a declaration stating this.
10.1.4 Professional Liability. Errors and omissions liability appropriate to
Contractor's profession with limits of not less than $1,000,000 per claim. Coverage must be
maintained for a period of five years following the date of completion of the work.
I I If box is checked. Professional Liability
CPFA's initials Contractor's Initiais 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 CPFA will be named as an additional insured on Commercial General
Liability which shall provide primary coverage to the CPFA.
10.2.2 Contractor will obtain occurrence coverage, excluding Professional
Liability, which will be written as claims-made coverage.
10.2.3 This insurance will be in force during the life of the Agreement and any
extensions of it and will not be canceled without thirty (30) days prior written notice to CPFA sent
by certified mail pursuant to the Notice provisions of this Agreement.
10.3 Providinq Certificates of Insurance and Endorsements. Prior to CPFA's execution of this
Agreement, Contractor will furnish certificates of insurance and endorsements to CPFA.
10.4 Failure to Maintain Coverage. If Contractor fails to maintain any of these insurance
coverages, then CPFA will have the option to declare Contractor in breach, or may purchase
replacement insurance or pay the premiums that are due on existing policies in order to maintain
CPFA Attorney Approveci Version 1/30/13
the required coverages. Contractor is responsible for any payments made by CPFA to obtain or
maintain insurance and CPFA may collect these payments from Contractor or deduct the amount
paid from any sums due Contractor under this Agreement.
10.5 Submission of Insurance Policies. CPFA reserves the right to require, at anytime,
complete and certified copies of any or all required insurance policies and endorsements.
11. BUSINESS LICENSE
Contractor will obtain and maintain a CPFA of Carisbad Business License for the term of the
Agreement, as may be amended from time-to-time.
12. ACCOUNTING RECORDS
Contractor will maintain complete and accurate records with respect to costs incurred under this
Agreement. All records will be cleariy identifiable. Contractor will allow a representative of CPFA
during normal business hours to examine, audit, and make transcripts or copies of records and
any other documents created pursuant to this Agreement. Contractor will allow inspection of all
work, data, documents, proceedings, and activities related to the Agreement for a period of three
(3) years from the date of final payment under this Agreement.
13- OWNERSHIP OF DOCUMENTS
All work product produced by Contractor or its agents, employees, and subcontractors pursuant
to this Agreement is the property of CPFA. In the event this Agreement is terminated, all work
product produced by Contractor or its agents, employees and subcontractors pursuant to this
Agreement will be delivered at once to CPFA. Contractor will have the right to make one (1) copy
of the work product for Contractor's records.
14. COPYRIGHTS
Contractor agrees that all copyrights that arise from the services will be vested in CPFA and
Contractor relinquishes all claims to the copyrights in favor of CPFA.
15. NOTICES
The name of the persons who are authorized to give written notices or to receive written notice
on behalf of CPFA and on behalf of Contractor under this Agreement.
For
CPFA For Contractor
Name Liz Ketabian Name
Title Park Planning Manager Title i|Y>loHt3c ^j^fefewnvgyi Sy^^^^^'^
Department Parks and Recreation Address ^jgO^ "TWI»^<1 ^Shiffeii
CPFA of Carlsbad Brctrvt'fa.'b djV *?"Ztf 2.tj
Address 799 Pine Ave. PhoneNo. '^UO ' ^11-^2. 6 3
Suite 200 Email "DAgiHrVflgr^g "Pudgk- 'Ci»*>\
Phone No. 760-434-2978
Each party will notify the other immediately of any changes of address that would require any
notice or delivery to be directed to another address.
CPFA Attomey Approved Version 1/30/13
16. CONFLICT OF INTEREST
Contractor shall file a Conflict of Interest Statement with the CPFA Clerk in accordance with the
requirements of the CPFA of Carisbad Conflict of Interest Code. The Contractor shall report
investments or interests in all four categories.
17. GENERAL COMPLIANCE WITH LAWS
Contractor will keep fully informed of federal, state and local laws and ordinances and regulations
which in any manner affect those employed by Contractor, or in any way affect the performance
of the Services by Contractor. Contractor will at all times observe and comply with these iaws,
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 othenwise settled by agreement
between the parties. Representatives of Contractor or CPFA will reduce such questions, and their
respective views, to writing. A copy of such documented dispute will be 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. Ifthe resolution thus obtained is unsatisfactory
to the aggrieved party, a letter outlining the disputes will be fonwarded to the CPFA Manager. The
CPFA Manager will consider the facts and solutions recommended by each party and may then
opt to direct a solution to the problem. In such cases, the action of the CPFA Manager will be
binding upon the parties involved, although nothing in this procedure will prohibit the parties from
seeking remedies available to them at law.
20. TERMINATION
In the event of the Contractor's failure to prosecute, deliver, or perform the Services, CPFA may
terminate this Agreement for nonperformance by notifying Contractor by certified mail of the
termination. If CPFA decides to abandon or indefinitely postpone the work or services
contemplated by this Agreement, CPFA may terminate this Agreement upon written notice to
Contractor. Upon notification of termination, Contractor has five (5) business days to deliver any
documents owned by CPFA and all work in progress to CPFA address contained in this
Agreement. CPFA will make a detennination of fact based upon the work product delivered to
CPFA and of the percentage of work that Contractor has performed which is usable and of worth
to CPFA in having the Agreement completed. Based upon that finding CPFA will determine the
final payment of the Agreement.
Either party upon tendering thirty (30) days written notice to the other party may terminate this
Agreement. In this event and upon request of CPFA, Contractor will assemble the work product
and put it in order for proper filing and closing and deliver it to CPFA. Contractor will be paid for
work performed to the termination date; however, the total will not exceed the lump sum fee
CPFA Attorney Approved Version 1/30/13
payable under this Agreement. CPFA will make the final determination as to the portions of tasks
completed and the compensation to be made.
21. COVENANTS AGAINST CONTINGENT FEES
Contractor warrants that Contractor has not employed or retained any company or person, other
than a bona fide employee working for Contractor, to solicit or secure this Agreement, and that
Contractor has not paid or agreed to pay any company or person, other than a bona fide
employee, any fee, commission, percentage, brokerage fee, gift, or any other consideration
contingent upon, or resulting from, the award or making of this Agreement. For breach or violation
of this warranty, CPFA will have the right to annul this Agreement without liability, or, in its
discretion, to deduct from the Agreement price or consideration, or othenwise recover, the full
amount of the fee, commission, percentage, brokerage fees, gift, or contingent fee.
22. CLAIMS AND LAWSUITS
By signing this Agreement, Contractor agrees that any Agreement claim submitted to CPFA must
be asserted as part of the Agreement process as set forth in this Agreement and not in anticipation
of litigation or in conjunction with litigation. Contractor acknowledges that if a false claim is
submitted to CPFA, it may be considered fraud and Contractor may be subject to criminal
prosecution. Contractor acknowledges that California Government Code sections 12650 et seo..
the False Claims Act applies to this Agreement and, provides for civil penalties where a person
knowingly submits a false claim to a public entity. These provisions include false claims made
with deliberate ignorance of the false information or in reckless disregard of the truth or falsity of
information. If CPFA seeks to recover penalties pursuant to the False Claims Act, it is entitled to
recover its litigation costs, including attorney's fees. Contractor acknowledges that the filing of a
false claim may subject Contractor to an administrative debarment proceeding as the result of
which Contractor may be prevented to act as a Contractor on any public work or improvement for
a period of up to five (5) years. Contractor acknowledges debarment by another jurisdiction is
grounds for CPFA to terminate this Agreement.
23. 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 CPFA and
Contractor and their respective successors. Neither this Agreement or any pari: of it nor any
monies due or to become due under it may be assigned by Contractor without the prior consent
of CPFA, which shall not be unreasonably withheld.
25. ENTIRE AGREEMENT
This Agreement, together with any other written document referred to or contemplated by it, along
with the purchase order for this Agreement and its provisions, embody the entire Agreement and
understanding between the parties relating to the subject matter of it. In case of conflict, the terms
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.
CPFA Attorney Approved Version 1/30/13
26. AUTHORITY
The individuals executing this Agreement and the instruments referenced in it on behalf of
Contractor each represent and warrant that they have the legal power, right and actual authority
to bind Contractor to the terms and conditions of this Agreement.
CONTRACTOR CARLSBAD PUBLIC FINANCING
AUTHORITY, a jqjnt powers authority
By:
(sign here)
June Collins
Executive Vice President
(print nanP^Sl)
(print name/title)
Gj^gt^^anagor or Mayor or Division
Director as authorized by the CPFA
Manager
Chris Hazeltine
ATTEST:
^RBARA El
Secretary to t
Ml
If required by CPFA, proper notarial acknowledgment of execution by contractor must be
attached. If a corporation. Agreement must be signed by one corporate officer from each of the
following two groups.
Group A
Chairman,
President, or
Vice-President
Group B
Secretary,
Assistant Secretary,
CFO or Assistant Treasurer
Otherwise, the corporation must attach a resolution certified by the secretary or assistant
secretary under corporate seal empowering the officer(s) signing to bind the corporation.
APPROVED AS TO FORM:
CELIA A. BREWER, CPFA Attomey
BY: Ml rPZ-
Assistant Special CcAjnsel
CPFA Attorney Approved Version 1/30/13
EXHIBIT "A"
SCOPE OF SERVICES
Task 1 Quarterly Water Quality Monitoring
Dudek shall collect one set of quarterly water samples from two permanent surface sample
stations and two groundwater well locations in Macario Canyon at the Crossings at Carlsbad golf
course, as specified in the City of" Carlsbaci Municipal Golf Course Water Quality I\Aonitoring
Plan, dated November 18, 2004 (P&D Environmental). The collected water samples will be
transmitted to testing laboratories using standard chain of custody protocols for the specified
chemical analysis and toxicity testing. Copies of the laboratory test results will be fonwarded to
Kemper Sports and the City of Carisbad once test results are received. Dudek will advise Kemper
Sports of any exceedance of monitoring thresholds in accordance with the Water Quality Plan,
and once approved, Dudek will notify the California Coastal Commission staff, as required by the
permits.
Task 2 Water Quality Monitoring Annual Reports
Dudek shall include the results of the water quality sampling for inclusion in the water quality
monitoring report for 2015, summarizing the water quality monitoring test results for submission
to the executive director of the California Coastal Commission, as required by the Coastal
Development Permit. No annual report will be prepared for 2014.
Deliverables
The following deliverables will be prepared and provided as part of the scope of work: One
quarterly water quality monitoring test results
Total Costs for Tasks 1 &2
Dudek will be compensated for completing the above tasks and deliverables in the amount of
$8,994.25
The above compensation includes all labor, mileage, laboratory fees, courier service, document
production, and color reproduction that will be required to complete the scope of work.
All work will be billed on a time-and-materials basis not to exceed the total fee outlined above.
Additional services requested by the city beyond this scope of work would be billed on a time-
and-materials basis upon the city's written request and authorization to perform said additional
work and per the attached standard fee schedule.
CPFA Attorney Approved Version 1/30/13
DUDEK
2014 STANDARD SCHEDULE OF CHARGES
ENGINEERING SERVICES
Project Director $250.00/Vr
Piincipai Engreer III $220.00/tir
Princ¥)al Engineer 11 $210,00/tT
Principal Engheer I $200.00/hr
Program Manager $200 00/hr
Senior Project Manager $190.00/hr
Project Manager $185 ,00/hr
Senior Engheer 1t1 $180.00/hr
Senior Engneer 11 $170.00/hr
Senior Engheer I $160.00/hr
Project Engineer IV/Technician IV $150 00/hr
Project Engineer lllTTechnician 111 $135.00/hr
Prqect Engineer lyjechnician 11 $120.00/hr
Project Engineer VTechnician 1 $105.00/hr
Inject Coordinator $85.00/hr
Engineerng /Assistant $75.00/hr
ENVIRONMENTAL SERVICES
Prhcipal $225 00/hr
Senior Project Manager/Specialist fl. $210 00/hr
Senior Project Manager/Specialist 1 $200 00/hr
En vironmertal Specialist/Planner VI $180.00/hr
Environmental Specialist/Planner V $160.00/hr
Envronmental Speciaist/Planner IV $150 00/tir
Environmentai Specialist/Planner ITI $140.00/hr
Environmental Specialist/Planner 11 $130.00/hr
Environmerial Specialist/Planner 1 $120 00/hr
Analyst $100 00/hr
Planning Research Assistant $80 00/hr
COASTAL PLANN NG/POLICY SERVICES
Senior Iproject Manager/Coastal Planner II $210.00/hr
Senior Project Manager/Coastal Planner I $200.00/hr
Envronmental SpedaisUCoastal Planner VI $190.00/hr
Enwircrrrental SpedaisUCoastal Planner V $170.00/hr
Environmental SpedalisUCoastal Planner IV $160 00/hr
Environmental SpedalisUCoastal Planner til $150.00/hr
Environmental SpedaisUCoastal Planner 11 $140,00/hr
Environmental SpecifcUCoastalPlanner i $130.00/hr
ARCHAEOLOGICAL SERVICES
Senior Project Manager/Archaeologist II $210,00/hr
Senbr Project Manager/Archaeologist I $200.00/hr
Environmertal Specialist/ArchaeologistVI $180.00/hr
Environmental Specialist/Archaeologist V $160,00/hr
Environmental Specialist/Archaeologist IV $150.00/hr
Environmental Specialist/Archaeologist TH $140 00/hr
Environments^ Specialist/Archaeologist tl $130.00/hr
Environmental SpeciaSst/Archaeologlst 1 $120.00/hr
Archaeologist Technician II $70.00/hr
Archaeologist Technician I $50 OO/tir
CONSTRUCTION MANAGEMENT SERVICES
Principal/Manager $195.00/hr
Senior Constaiction Manager $180.00/hr
Senbr Project Manager $160 00/hr
Construction Manager $150.00/hr
Project Marager $140 00/hr
Resident Engineer $140,00/hr
Gonstruction Engineer $135 00/hr
On-sle Owner's Representative $130.00/hr
Construction Inspector 111 $125 00/hr
Construction Inspector Tl.. $115.00/hr
Construction Inspector 1 $105 00/hr
Prevailhg Wage Inspector $135.00/hr
DUDEK
COMPLIANCE SERVICES
ComplBnce Director _ $200 00/hr
CompBance Manager $140 00/hr
ComplBnce Project Coordinator $100.00/hr
Compliance Monitor $90.00/hr
HYDROGEOLOGICAL SERV CES
Principal $235,00/hr
Sr. Hydrogeologist ll/Engineer iil $200 00/hr
Sr. Hydrogeologist tl/Engheer II $180.00/hr
Sr, Hydrogeologist 1/Engineer I $16500/hr
Hydrogeologist V/Engineer V $150 00/hr
Hydrogeologist IV/Engineer IV
$130.00/hr Hydrogeologist lll/Engheer Ttl
$120,00/hr Hydrogeologist It/Engineer 11
$110,00/hr Hydrogeologist 1/Bigineer
1 $1 OO.OO/hr
Technician $100.00/hr
DISTRICT MANAGEMENTS. OPERATIONS
District General Manager $175.00/hr
District Engineer $160 00/hr
Operations Manager $150.00/tsr
District Secretary/Accountant $85,00/hr
Collections System Manager $95.00/hr
Grade V Operator $100,00/hr
Grade IV Operator $85,00/hr
Grade III Operator $80,00/hr
Grade II Operator $63.00/hr
Grade lOperator $55 00/hr
Operator inTraining $40.00/hr
Collection Maintenance V\forker II $55 00/hr
Collection Maintenance Wortcer I $40,00/hr
OFFICE SERVICES
Technicai!Drafting/CADD Seivices
3D GraphicArtist $150 00/hr
Senior Designer $135 00/hr
•Designer $125.00/hr
Assistant Designer $120.00/hr
GIS Specialist IV $150 00/hr
GIS Specialist Ttl $140,00/h-
CIS Spedaist 11 $130.00/hr
GB Spedafst I SI 20 00/hr
CADD Operator 1fl $115.00/hr
CADD Operator Tl $1 lO.OO/ir
CADD Operator 1 $95.00/hr
CADD Drafter $85,00/hr
CADD Technician $75.00/hr
SUPPORT SERVICES
Technical Editor ill $140.00/hr
Technical Edtor 11 $125.00/hr
Technical Edtor! $110.D0/hr
Publications Assbtant Ht $100.00/hr
l=\jblications Assistant ll $90 00/hr
Publcations Assistant I $80 00/hr
Clerical Administration II $80,00/hr
Clerical Administration I $75 00/hr
Forensic Eingineering ~ Court appearances depositions, and fiterrogatones as expert
witness will be bHIed at 2,00 times normai rates
Errergency afxi Holidays - Minimum ctiarge of two tiours will be billed at 1 75 times ttie
normal rate.
Matefial and Oiiside Services - Subcortractors, rental ot special equipment, special
reproduclions and t)iueprinting. outside data processing and computer services, etc are
ctiarged at 1 15 times ftie direct cost
Travel E xpenses-fyltleage at current IRS allowable rates Per diem where overnigtit stay
IS invdvedis charged at cost
I nvoicesLate Ctiarges. -A It fees will be billed to Client morttily and shall be due and
payable Lpon recept hvoices are delrquent if not paid wittiin ttiirty (30) days from ttie
date of Itie invoice. Client agrees lo pay a monthly late charge equal to one percent (t%)
per month of itie outstanding balance until paid in tui
/Vnjallncf eases - Unless icfentified c(tiei\Mse, thesestaixferdtctes wil inoTease 3% annuaiiy
Effective January 1, 2014