Loading...
HomeMy WebLinkAboutR3 Consulting Group Inc; 2011-02-09; PWENG745PWENG745 MASTER AGREEMENT FOR SOLID WASTE CONSULTING SERVICES (R3 CONSULTING GROUP, INC.) v _ day ofTHIS AGREEMENT is made and entered into as of the , 2QlO , by and between the CITY OF CARLSBAD, a municipal corporation, heteinafter referred to as "City", and R3 CONSULTING GROUP, INC., a California corporation, hereinafter referred to as "Contractor." RECITALS A. City requires the professional services of a solid waste consultant that is experienced in solid waste consulting and strategic planning services. B. The professional services are required on a non-exclusive, project-by- project basis. C. Contractor has the necessary experience in providing professional services and advice related to solid waste program and service planning and implementation. D. Selection of Contractor is expected to achieve the desired results in an expedited fashion. E. 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. Contractor's obligations with respect to any project granted to Contractor under this Agreement will be as specified in the Task Description for the project (see paragraph 5 below). 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 from the date first above written to June 30, 2015. City Attorney Approved Version #04/03/02 4. PROGRESS AND COMPLETION The work for any project granted to Contractor pursuant to this Agreement will begin within ten (10) days after receipt of notification to proceed by City and be completed within the time specified in the Task Description for the project (see paragraph 4 below). Extensions of time for a specific Task Description may be granted if requested by Contractor and agreed to in writing by the Public Works Director or Deputy City Engineer, as his designee. The Public Works Director or Deputy City Engineer, as his designee will give allowance for documented and substantiated unforeseeable and unavoidable delays not caused by a lack of foresight on the part of Contractor, or delays caused by City inaction or other agencies' lack of timely action. In no event shall a specific Task Description exceed the term of this Agreement. 5. COMPENSATION The cumulative total for all projects allowed pursuant to this Agreement will not exceed one hundred thousand dollars ($100,000) for the first Agreement year, and one hundred thousand dollars ($100,000.00) dollars for the remaining Agreement years. The total amount of the Agreement shall not exceed two hundred thousand dollars ($200,000) for the complete Agreement term. Fees will be paid on a project-by-project basis and will be based on Contractor's Schedule of Rates specified in Exhibit "A". Prior to initiation of any project work by Contractor, City shall prepare a Project Task Description and Fee Allotment (the "Task Description") which, upon signature by Contractor and for City, the City Manager, or Public Works Director, as the designee, will be considered a part of this Agreement. The Task Description will include a detailed scope of services for the particular project being considered and a statement of Contractor's fee to complete the project in accordance with the specified scope of services. The Task Description will also include a description of the method of payment and will be based upon an hourly rate, percentage of project complete, completion of specific project tasks or a combination thereof. 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. City Attorney Approved Version #04/03/02 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 in whole or in part by any willful misconduct or negligent act or omission 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-:V". 10.1 Coverages and Limits. Contractor will maintain the types of coverages and minimum limits indicated below, unless City Attorney 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 Liability 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 3 City Attorney Approved Version #04/03/02 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 City). $1,000,000 combined single-limit per accident for bodily injury and property damage. 10.1.3 Workers' Compensation and Employer's Liability. Workers' Compensation limits as required by the California Labor Code and Employer's Liability limits of $1,000,000 per accident for bodily injury. Workers' Compensation and Employer's Liability insurance will not be required if Contractor has no employees and provides, to City'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. 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 General Liability. 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 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 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 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, City Attorney Approved Version #04/03/02 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 City: For Contractor: Name Sheree Hildebrandt Name Richard Tagore-Erwin Title Solid Waste Manager Title Principal Dept Public Works - Solid Waste CITY OF CARLSBAD Address 1635 Faraday Avenue Address 4811 Chippendale Drive, Ste 708 Carlsbad, CA 92008 Sacramento, CA 95841 Phone No. 760-602-2776 Phone No. 916-576-0306 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 City will evaluate Contractor's duties pursuant to this Agreement to determine whether disclosure under the Political Reform Act and City's Conflict of Interest Code is required of Contractor or any of Contractor's employees, agents, or subcontractors. Should it be determined that disclosure is required, Contractor or Contractor's affected employees, agents, or subcontractors will complete and file with the City Clerk those schedules specified by City and contained in the Statement of Economic Interests Form 700. Contractor, for Contractor and on behalf of Contractor's agents, employees, subcontractors and consultants warrants that by execution of this Agreement, that they have no interest, present or contemplated, in the projects affected by this Agreement. Contractor further warrants that neither Contractor, nor Contractor's agents, employees, subcontractors and consultants have any ancillary real property, business interests or income that will be affected by this Agreement or, alternatively, that Contractor will file with the City an affidavit disclosing this interest. 5 City Attorney Approved Version #04/03/02 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 that the services 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. 6 City Attorney Approved Version #04/03/02 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 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 ciaim 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 7 City Attorney Approved Version #04/03/02 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 #04/03/02 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. Executed by Contractor this day of "D>_, 20 OS . CONTRACTOR: R3 CONSULTING GROUP, INC., a California corporation By:fc (sign here) CITY OF CARLSBAD, a municipal corporation of the State of California By: Manager or Mayor (print name/title) ATTEST: ityClek] vy (print name/title) VP sx:V\oe^ 6 (-.busy . (e-mail address) (Proper notarial acknowledgment of execution by Contractor must be attached. If a corporation, document must be signed by one from each column: Column A Chairman, president or vice-president Column 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.) CITY OF CARLSBAD, a municipal corporation of the State of California APPROVED AS TO FORM: RONALD R. BALL, City Attorney BY: Deputy City Attolney City Attorney Approved Version #04/03/02 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California county of \ ate before me, Name, title of officer - e.g. - "Jane Doe, Notary Public" personally appeared,dm personally known to me ( or proved to me on the basis of satisfactory evidence) to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. WITNESS my hand and official seal.JANET BARILE COMMISSION 1 655683 MyCcnmExpteMarchSI. 201 Og (seal) Signature of Notary Public OPTIONAL INFORMATION1 TITLE OR TYPE OF DOCUMENT DATE OF DOCUMENT NUMBER OF PAGES SIGNER(S) OTHER THAN NAMED ABOVE SIGNER'S NAME SIGNER'S NAME CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of before me, Date Name, title of officer - e.g. - "Jane Doe, Notary Public" personally appeared, ' I chan Tfl 40 Kl -fO^ (V] personally known to me ( or proved to me on the basis of satisfactory evidence) to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. JANET BARILE K WITNESS my hand and official seal. ifeisr!? COMMISSION 1655683 § '-CFWMBIIDCQUNTY , 2010 (seal) Signature of Notary Public OPTIONAL INFORMATION TITLE OR TYPE OF DOCUMENT DATE OF DOCUMENT NUMBER OF PAGES SIGNER(S) OTHER THAN NAMED ABOVE SIGNER'S NAME SIGNER'S NAME EXHIBIT "A" Project Approach General Approach to Solid Waste Management Planning Our integrated solid waste management planning approach is geared toward developing a well designed strategic plan that is based on consideration of a wide range of options. The components of the plan need to: • .Effectively addresses the established goals and objectives; • Receive input and buy-in from key stakeholders, including political bodies (e.g., City Council), as appropriate; and « Be developed with consideration for how they can best be implemented and managed (including developing effective contracting standards and requirements). There are a wide range of programmatic, regulatory, financial and contractual issues and options to consider in developing an effective and integrated solid waste management plan. There are also timing considerations (i.e., short, medium and long term options and objectives) and jurisdictional considerations (i.e., City specific options versus multi-jurisdictional and regional options such as processing of organics, conversion technologies, regional extended producer responsibilities (EPR) and/or take-back ordinances etc.) We understand the opportunities and challenges that face jurisdictions with respect to integrated solid waste management planning. We strive to provide our clients with a clear understanding of the range of alternatives and the pros and cons of those alternatives. One of our primary objectives is to clearly identify priorities related to the implementation of the plan so that available jurisdictional staff time and resources are most effectively focused. Overall priorities should be identified, as well as priorities specific to each individual waste stream. We also strongly believe in working with our clients to set an example for the residents and businesses in their jurisdiction's through sound public agency policies and programs that can serve as models for the residents and businesses. Specific Issues Related to Solid Waste Management Planning in the City The majority of the City of Carlsbad's solid waste stream is collected by its franchised hauler. Accordingly, the role and responsibilities of that hauler, whom ever it may be, is central but not exclusive to solid waste master planning in the City. How the City proceeds with the contracting of the franchised services, whether continuing with a one year evergreen contract with its current hauler, extending that agreement as part of a sole source negotiation process or going out to competitive bid for a new franchise agreement, will dictate certain options and considerations and will be central to the City's future solid waste management system. Other major issues to consider as part of the integrated planning process include: • The City's short, medium and long-term solid waste management objectives (e.g., 75% diversion, zero waste); « The effectiveness of existing solid waste management programs within each waste stream (e.g., residential, commercial, industrial, City facilities) and the remaining diversion potential in those waste streams; • Available opportunities and constraints related to realizing the remaining diversion potential within each waste stream; • The design of the current solid waste rate structure, the current account subscription profile and opportunities for creating additional waste reduction and diversion incentives through revisions to the rate structure; • The role of the City's transfer station; • Opportunities for securing long-term disposal capacity; • Coordination of plan components with the City's Sustainability Guiding Principals; • E-waste, U-waste, Sharps, household hazardous waste, and conditionally exempt small quantity generator (CESQG) hazardous waste management options; • Public policies (e.g., City purchasing and contracting guidelines, mandatory recycling ordinances and/or material bans, EPR resolutions); • Availability of markets for recyclable materials; • Opportunities for City use of recovered / recycled materials (e.g., road base, erosion control, soil amendments); • Potential multi-jurisdictional and regional coordination; • Regulatory requirements and mandates; and • Financing options (e.g., grants, AB 939 fees, increased franchise fees, refuse vehicle impact fees, bonds for capital projects). Sample Work Scopes For purposes of providing the City with additional information on the types of tasks that might be considered in its planning effort we have provided a sample scope of work for a Competitive Procurement Project in Attachment 2 and our current scope of work for the Marin County Zero Waste Management Plan in Attachment 3. Quality Assurance and Schedule Control Measures At R3 we offer a unique approach to managing and executing all of our projects that sets us apart from our competitors. We actively involve at least two of our Principals in all of our major projects. This staffing approach serves several important functions to the benefit of our clients: • Real and effective collaboration of experienced staff throughout the project; « Assurance of availability of senior staff who know the project and can respond to client needs in a prompt manner; and • Multiple senior staff supporting all project requirements and deliverables. For this project we have assigned two Principals of our firm; Richard Tagore-Erwin and William Schoen, who will have primary responsibility for managing and completing all project tasks. Mr. Tagore-Erwin will serve as project manager. He will manage the day-to-day project responsibilities and be the main point of contact with City staff. As project manager he will be responsible for guiding the project through the agreed upon Scope of Work within the schedule and budget parameters. William Schoen will serve as assistant project manager and will serve as a secondary point of contact for City staff. Mr. Tagore-Erwin and Mr. Schoen will be assisted by other qualified staff, who will be assigned based on the specific project task requirements. Our staffing and approach to this project is designed to ensure the following: « Quality performance; • Cost control and ability to complete the project within scope, schedule and budget; • Responsiveness to City staff and project requirements; and • Coordination between Consultant and City staff. Management of Concurrent Tasks/Projects Our active involvement of at least two Principals to all our major projects allows us to effectively manage concurrent project tasks effectively while assuring that we can respond to client needs in a prompt manner. As an example, our current work for the City of San Jose has been ongoing since 2008 and involves a series of eleven (11) different task orders covering a wide range of differing services. All three of our firms partners are actively involved in the project with at least two principals assigned to each task order. We have successfully used this multiple Partner approach on complex projects and propose to use it for the City's project as described above. • 5. Rate Schedule One aspect of the R3 Project Team that we believe sets us apart from most, if not all, of our competitors is the value the City receives from our billing rates, which are among the lowest in the industry for the level of experience provided. We are able to keep our billing rates low because we are a small, focused consulting firm without the overhead associated with our larger competitors, and with the specific goal of providing our clients with the "Best Value and Best Quality of Service" available in the industry. The experience of our Principals and Project Manager is specific to that required for this engagement. Table 1 provides hourly rates of all personnel assigned to work on this project. TABLE 1 Billing Rates and Charges Technical Services R3 Consulting Group, Inc. Project Team Member Richard Tagore-Erwin William Schoen Ric Hutchinson Myriam Arce Steve Grimshaw Carrie Baxter Anthony DeLoney Janet Barile Classification Principal Senior Manager Manager Senior Associate Associate II Associate I Administrative Support Hourly Rate $175.00 $155.00 $150.00 $140.00 $120.00 $100.00 $70.00 L2 Environmental Project Team Member Leslie Lukacs Classification Principal Hourly Rate $125.00 TABLE 1 Billing Rates and Charges Technical Services Reimbursable Expenses Travel, lodging and meals Travel - Private or company car Delivery and other expenses Subcontractors Cost $0.55 per mile, or as adjusted by the IRS Cost Cost + 15% Unless otherwise agreed in writing, fees will be billed monthly at the first of each month for the preceding month and will be payable within 30 days of the date of the invoice. 6. Standard Contract Agreement R3 takes no exceptions to the RFQ including the City's Standard Professional Services Contract. Exhibit A Schedule of Rates and Charges Consulting Group - TECHNICAL SERVICES Principal $175 per hour Senior Manager $155 per hour Manager $150 per hour Senior Associate $140 per hour Associate II $120 per hour Associate I $100 per hour Administrative Support $70 per hour Environmental - Technical Services Principal $125 per hour REIMBURSABLE COSTS Subcontractors Technical Services cost + 15% Travel, lodging and meals cost Travel — Private or company car $0.55 per mile Delivery and other expenses cost PAYMENTS Unless otherwise agreed in writing, fees will be billed monthly at the first of each month for the preceding month and will be payable within 30 days of the date of the invoice.