HomeMy WebLinkAboutRevenue & Cost Specialists LLC; 2006-10-20;AMENDMENT NO. 1 TO AGREEMENT FOR PARTIAL UPDATE OF FEES AND COST
ALLOCATION PLAN SERVICES
(Revenue & Cost Specialists, LLC)
Amendment No. 1 is entered into and effective as of the _ day of
, 2008, amending the agreement dated October 20, 2006 (the_
"A<£«ement>'y by and between the City of Carlsbad, a municipal corporation, ("City"), and
Revenue & Cost Specialists, LLC ("Contractor").
RECITALS
A. The Parties executed Amendment No. 1 to the Agreement for Partial Update of
Fees and Cost Allocation Plan Services; and
B. The Parties desire to alter the Agreement's scope of work to Amendment No. 1 ;
and
C. The Parties have negotiated and agreed to a supplemental scope of work and fee
schedule, which is attached to and incorporated by this reference as Exhibit "A", Scope of
Services and Fee.
NOW, THEREFORE, in consideration of these recitals and the mutual covenants contained
herein, City and Contractor agree as follows:
1 . In addition to those services contained in the Agreement, as may have
been amended from time to time, Contractor will provide those services described in Exhibit "A".
2. City will pay Contractor for all work associated with those services
described in Exhibit "A" on a time and materials basis not-to-exceed $5,000. Contractor will
provide City, on a monthly basis, copies of invoices sufficiently detailed to include hours
performed, hourly rates, and related activities and costs for approval by City.
3. Contractor will complete all work described in Exhibit "A" by November 30,
2008.
4. All other provisions of the Agreement, as may have been amended from
time to time, will remain in full force and effect.
5. All requisite insurance policies to be maintained by Contractor pursuant to
the Agreement, as may have been amended from time to time, will include coverage for this
Amendment.
City Attorney Approved Version #05.22.01
6. The individuals executing this Amendment 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 Amendment.
CONTRACTOR
"By:
(e-mail address)
(sign here)
(print name/title)
(e-mail address)
CITY OF CAR1S
corporation/or th
municipal
te of Caliwnia
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 Br , pity Attorney
Jeputy City Attorney
City Attorney Approved Version #05.22.01
REVENUE & COSJ SPECIALISTS, L.L.C.
2545 Chapman Avenue, Suite 103
Fullerton, California 92831
(714)992-9020
October 9, 2007
David Barnum, Finance Manager
City of Carlsbad
1635 Faraday Avenue
Carlsbad, CA 92008
Dear Dave,
This letter is in response to our phone conversation regarding the City's interest in an
update to the Cost Allocation Plan (CAP).
Scope of Work
RCS will perform the following based on data provided by the City:
1. Obtain CAP Workpapers and Budget or Actual Costs from City.
2. Enter updated information on organizational structure and account codes.
3. Determine if any new subpools need to be created or whether existing
subpools should be deleted.
4. Enter actual cost information for subpools.
5. Obtain updated allocation factors from City.
6. Enter updated allocation factors
7. Prepare a draft CAP report for the City to review.
8. Attend a meeting with staff at the City to review the updated CAP report to
identify any necessary changes.
9. Update the Cost Allocation files for changes identified in Step #8.
10. Print two final CAP reports for both the Total & A87 versions.
City of Carlsbad - CAP Update Proposal Page 2
11. Prepare a set of bound workpapers for the updated CAP.
12. Provide the City with updated data files for the software.
RCS agrees to perform the above work in a timely and professional manner. RCS also
warrants that our software generates accurate results. Nevertheless, it is the City's
responsibility to provide us with accurate numbers for input and to review the results for
reasonableness given staffs knowledge of City operations.
Timing
RCS understands that the City wants the project completed so that the results would be
available by December 31, 2007. RCS agrees that this deadline is reasonable given a
timely start to the project and timely responses from City staff to RCS requests for
information. The following is a project timeline:
STEP(S)
1
2,3,4
5
6,7
8
9,10
11,12
DESCRIPTION
Obtain data from City
Update data files on computer
Obtain final allocation factors from City
Final data entry and preparation of draft in PDF format
Meeting at City to review draft - Week of:
Make final changes to data & prepare final Reports
Return workpapers and files to City
DUE DATE
10-17-07
10-26-07
10-31-07
11-2-07
11-5-07
11-16-07
by 12-31-07
Fixed Fee
RCS agrees to perform the above scope of work for a fixed fee of $5,000 with half billed
upon the completion of step #7 and the balance at the end of the project.
Should the City request any services beyond the above Scope of Work, RCS will bill at
$150 per hour.
Staffing
Rick Kermer will manage the project and perform the work.
City of Carlsbad - CAP Update Proposal Page 3
RCS looks forward to again being of service to the City of Carlsbad.
Sincerely,
RICK KERMER, CPA
President
AGREEMENT FOR PARTIAL UPDATE OF FEES AND COST ALLOCATION PLAN
SERVICES REVENUE & COST SPECIALISTS, LLC
THIS AGREEMENT is made and entered into as of the c day of
, 2006, by and between the CITY OF CARLSBAD, a municipal
corporation, ("City"), and REVENUE & COST SPECIALIST, LLC ("Contractor").
RECITALS
A. City requires the professional services of a contractor that is experienced
in fee updates.
B. Contractor has the necessary experience in providing professional
services and advice related to fee updates.
C. Selection of Contractor is expected to achieve the desired results in an
expedited fashion.
D. 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 Contractor's letter dated August 24, 2006 (attached
Exhibit "A"), which is incorporated by this reference in accordance with this Agreement's
terms and conditions.
2. STANDARD OF PERFORMANCE
While performing the Services, Contractor will exercise the reasonable professional
care and skill customarily exercised by reputable members of Contractor's profession
practicing in the Metropolitan Southern California Area, and will use reasonable
diligence and best judgment while exercising its professional skill and expertise.
3. TERM
The term of this Agreement will be effective for a period of one (1) year from the date
first above written.
4. TIME IS OF THE ESSENCE
Time is of the essence for each and every provision of this Agreement.
5. COMPENSATION
The total fee payable for the Services to be performed during the initial Agreement term
will be at a cost not to exceed thirteen thousand dollars ($13,000). No other
compensation for the Services will be allowed except for items covered by subsequent
City Attorney Approved Version #04.01.02
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".
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 in whole or in part by any willful misconduct or negligent act or omission of the
City Attorney Approved Version #04.01.02
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 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.
City Attorney Approved Version #04.01.02
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.
City Attorney Approved Version #04.01.02
4
12. ACCOUNTING RECORDS
Contractor will maintain complete and accurate records with respect to costs incurred
under this Agreement. All records will be clearly identifiable. Contractor will allow a
representative of City during normal business hours to examine, audit, and make
transcripts or copies of records and any other documents created pursuant to this
Agreement. Contractor will allow inspection of all work, data, documents, proceedings,
and activities related to the Agreement for a period of three (3) years from the date of
final payment under this Agreement.
13. OWNERSHIP OF DOCUMENTS
All work product produced by Contractor or its agents, employees, and subcontractors
pursuant to this Agreement is the property of City. In the event this Agreement is
terminated, all work product produced by Contractor or its agents, employees and
subcontractors pursuant to this Agreement will be delivered at once to City. Contractor
will have the right to make one (1) copy of the work product for Contractor's records.
14. COPYRIGHTS
Contractor agrees that all copyrights that arise from the services will be vested in City
and Contractor relinquishes all claims to the copyrights in favor of City.
15. NOTICES
The name of the persons who are authorized to give written notices or to receive written
notice on behalf of City and on behalf of Contractor under this Agreement.
For City: For Contractor:
Natalia Kornoukhova Rick Kermer
Management Analyst President
Finance Department Revenue & Cost Specialist, LLC
City of Carlsbad 2545 E. Chapman Avenue, Suite 103
1635 Faraday Avenue Fullerton, CA 92831
Carlsbad, CA 92008 Phone No. (714) 992-9020
Phone No. (760) 602-2498 Email rkemer@cs.com
Each party will notify the other immediately of any changes of address that would
require any notice or delivery to be directed to another address.
16. CONFLICT OF INTEREST
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.
City Attorney Approved Version #04.01.02
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.
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.
City Attorney Approved Version #04.01.02
20. TERMINATION
In the event of the Contractor's failure to prosecute, deliver, or perform the Services,
City may terminate this Agreement for nonperformance by notifying Contractor by
certified mail of the termination. If City decides to abandon or indefinitely postpone the
work or services contemplated by this Agreement, City may terminate this Agreement
upon written notice to Contractor. Upon notification of termination, Contractor has five
(5) business days to deliver any documents owned by City and all work in progress to
City address contained in this Agreement. City will make a determination of fact based
upon the work product delivered to City and of the percentage of work that Contractor
has performed which is usable and of worth to City in having the Agreement completed.
Based upon that finding City will determine the final payment of the Agreement.
Either party upon tendering thirty (30) days written notice to the other party may
terminate this Agreement. In this event and upon request of City, Contractor will
assemble the work product and put it in order for proper filing and closing and deliver it
to City. Contractor will be paid for work performed to the termination date; however, the
total will not exceed the lump sum fee payable under this Agreement. City will make the
final determination as to the portions of tasks completed and the compensation to be
made.
21. COVENANTS AGAINST CONTINGENT FEES
Contractor warrants that Contractor has not employed or retained any company or
person, other than a bona fide employee working for Contractor, to solicit or secure this
Agreement, and that Contractor has not paid or agreed to pay any company or person,
other than a bona fide employee, any fee, commission, percentage, brokerage fee, gift,
or any other consideration contingent upon, or resulting from, the award or making of
this Agreement. For breach or violation of this warranty, City will have the right to annul
this Agreement without liability, or, in its discretion, to deduct from the Agreement price
or consideration, or otherwise recover, the full amount of the fee, commission,
percentage, brokerage fees, gift, or contingent fee.
22. CLAIMS AND LAWSUITS
By signing this Agreement, Contractor agrees that any Agreement claim submitted to
City must be asserted as part of the Agreement process as set forth in this Agreement
and not in anticipation of litigation or in conjunction with litigation. Contractor
acknowledges that if a false claim is submitted to City, it may be considered fraud and
Contractor may be subject to criminal prosecution. Contractor acknowledges that
California Government Code sections 12650 et seq.. the False Claims Act applies to
this Agreement and, provides for civil penalties where a person knowingly submits a
false claim to a public entity. These provisions include false claims made with deliberate
ignorance of the false information or in reckless disregard of the truth or falsity of
information. If City seeks to recover penalties pursuant to the False Claims Act, it is
entitled to recover its litigation costs, including attorney's fees. Contractor acknowledges
that the filing of a false claim may subject Contractor to an administrative debarment
proceeding as the result of which Contractor may be prevented to act as a Contractor
on any public work or improvement for a period of up to five (5) years. Contractor
City Attorney Approved Version #04.01.02
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.
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.
CONT
Tsign here)
Rick Kermer. President
CITY OF CARLSBAD, a municipal
corporation-of the State of California
(print name/title)
rkermer@cs.com T\
RAYMOND R.PATCHETT
City Manager
ATTEST:
Eric Johnson. Partner
(print name/title)
eric@ revenuecost.com
(e-mail address)
zb, °
LORfeAINE M. WOOD '
City Clerk
8
City Attorney Approved Version #04.01.02
If a Corporation. Agreement must be signed by one corporate officer from each
of the following two groups.
'Group A. "Group B.
Chairman, Secretary,
President, or Assistant Secretary,
Vice-President 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:
I BALU£ity-Attorney
/WB\
Deputy City Attorney
City Attorney Approved Version #04.01.02
s ,
REVENUE & COST SPECIALISTS, L.L.C.
2545 Chapman Avenue, Suite 103
Fullerton, California 92831
(714)992-9020
August, 24, 2006
David Barnum, Budget Manager
City of Carlsbad
1635 Faraday Avenue
Carlsbad, CA 92008
Dear David,
This letter is in response to our phone conversations over the last several months
regarding the City's interest in performing a partial update. This proposal and price are
identical to the proposal and price given to Cheryl Gerhardt on July 24, 2003.
Scope of Work
RCS will perform the following:
1. Attend an initial meeting with staff to discuss the project goals and
approaches. Obtain updated information on salaries, benefits, operating
expenses and cost allocation factors. If this meeting is unnecessary, City can
use this meeting for RCS to attend the Council worksession discussing the
adoption of the fees.
2. Input updated salary, benefits and cost information into the Municipal
Business System.
3. Input updated allocation factors into the Cost Allocation Module and send
updated data files to the City for printing draft Cost Allocation Plan (CAP)
reports.
4. Attend a meeting with staff to review the updated Cost Allocation reports to
identify any necessary changes.
5. Update the Cost Allocation files for changes identified in Step #4 and send
updated files to the City for printing of final CAP reports.
6. Update service time based on data provided by staff.
Update Proposal - City of Carlsbad Page 2
7. Create new services based on data provided by staff.
8. Update service revenues, units, current fee and description based on data
provided by the City staff. Update service suggested fees based on the
Council-adopted percentage of recovery for each service. Provide staff with
updated files for printing a draft service cost detail report.
9. Attend a meeting at the City to review the draft service cost report and to
obtain any changes necessary to that report.
10. Input revisions based on the meeting in Step #7.
11. Provide staff with updated files incorporating all staff changes for printing the
final service cost detail report.
12. Provide training to staff on the software during trips to the City for the
scheduled meetings in Steps #1, 4, & 9.
RCS agrees to perform the above work in a timely and professional manner. RCS also
warrants that our software generates accurate results. Nevertheless, it is the City's
responsibility to provide us with accurate numbers for input and to review the results for
reasonableness given staff's knowledge of City operations.
Timing
RCS understands that the City wants the project completed so that the results would be
available by December 15, 2006. RCS agrees that this deadline is reasonable given a
timely start to the project and timely responses from City staff to RCS requests for
information.
Fixed Fee
RCS agrees to perform the above scope of work for a fixed fee of $10,350. RCS will bill
$5,000 upon the completion of Step #5 and will bill the balance upon completion of Step
#11. This price and the Proposal are good until September 30, 2006.
Should the City wish RCS to print and bind the two draft (Steps #3 & 8) and final (Steps #5
& 11) reports, RCS will bill the City our actual printing, binding and shipping costs plus a
10% overhead for handling. It is estimated that each report that is bound and shipped
would cost about $30.
Should the City wish that a RCS principal attend any meeting in addition to the three
scheduled meetings in Steps #1,4 & 9, RCS will bill for meeting preparation (if necessary),
travel (two hours) and attendance time at $125 per hour plus $0.445 per mile.
Update Proposal - City of Carlsbad Page 3
Staffing
Rick Kermer will manage the project and attend staff meetings. He will be assisted as
necessary to achieve the project time-line by Eric Johnson, Principal of PCS.
PCS looks forward to again being of service to the City of Carlsbad.
Sincerely,
RICK KERMER, CPA
President