HomeMy WebLinkAboutT Y Lin International; 2013-07-29; UTIL1023UT1L1023
AGREEMENT FOR CIVIL ENGINEERING SERVICES
(T.Y. LIN INTERNATIONAL)
THIS AGREEMENT is made and entered into as of the / day of
7/ / / 20 /5. by and between the CARLSBAD MUNICIPAL WATER
DISTf^lCT, a^ublic Agency organized under the Municipal Water Act of 1911, and a Subsidiary
fri^t of the City of Carisbad, ("CMWD"), and T.Y. LIN INTERNATIONAL, a California
:6rporation, ("Contractor").
RECITALS
A. CMWD requires the professional services of a civil engineering firm that is
experienced in civil construction.
B. Contractor has the necessary experience in providing professional services and
advice related to construction support forthe Park Drive Improvement Project.
C. Contractor has submitted a proposal to CMWD and has affirmed its willingness
and ability to perform such work.
NOW, THEREFORE, in consideration of these recitals and the mutual covenants
contained herein, CMWD and Contractor agree as follows:
1. SCOPE OF WORK
CMWD 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 Manager may amend the Agreement to extend it for one (1) additional
one (1) year period or parts thereof in an amount not to exceed thirty thousand dollars ($30,000)
per Agreement year. Extensions will be based upon a satisfactory review of Contractor's
peri^ormance, CMWD needs, and appropriation of funds by the CMWD Board of Directors. The
parties wiil 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
twenty thousand nine hundred twenty four dollars ($20,924). No other compensation for the
Services will be allowed except for items covered by subsequent amendments to this
Agreement. CMWD reserves the right to withhold a ten percent (10%) retention until CMWD
has accepted the work and/or Services specified in Exhibit "A".
Incremental payments, if applicable, should be made as outlined in attached Exhibit "A".
General Counsel Approved Version 5/3/13
1
6. STATUS OF CONTRACTOR
Contractor will perform the Services in Contractor's own way as an independent contractor and
in pursuit of Contractor's independent calling, and not as an employee of CMWD. Contractor wili
be under control of CMWD only as to the result to be accomplished, but wili consult with CMWD
as necessary. The persons used by Contractor to provide services under this Agreement will not
be considered employees of CMWD for any purposes.
The payment made to Contractor pursuant to the Agreement will be the full and complete
compensation to which Contractor is entitled. CMWD will not make any federal or state tax
withholdings on behalf of Contractor or its agents, employees or subcontractors. CMWD wiii 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 CMWD
and the City of Carisbad within thirty (30) days for any tax, retirement contribution, social
security, overtime payment, unemployment payment or workers' compensation payment which
CMWD may be required to make on behalf of Contractor or any agent, employee, or
subcontractor of Contractor for work done under this Agreement. At CMWD's election, CMWD
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
CMWD. If Contractor subcontracts any of the Services, Contractor will be fully responsible to
CMWD 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 CMWD. Contractor wili 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 CMWD.
8. OTHER CONTRACTORS
CMWD reserves the right to employ other Contractors in connection with the Services.
9. INDEMNIFICATION
Contractor agrees to indemnify and hold harmless CMWD and the City of Carisbad, their
officers, officials, employees and volunteers from and against all claims, damages, losses and
expenses including attorneys fees arising out of the performance of the work described herein
caused by any negligence, recklessness, or willful misconduct of the Contractor, any
subcontractor, anyone directly or indirectly employed by any of them or anyone for whose acts
any of them may be liable.
The parties expressly agree that any payment, attorney's fee, costs or expense CMWD or the
City of Carisbad incurs or makes to or on behalf of an injured employee under the their 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 peri'ormance of the services by Contractor or Contractor's
agents, representatives, employees or subcontractors. The insurance will be obtained from an
General Counsel Approved Version 5/3/13
insurance carrier admitted and authorized to do business in the State of California. The
insurance carrier is required to have a current Best's Key Rating of not less than "A-:VII", OR
with a surplus line insurer on the State of California's List of Eligible Surplus Line Insurers
(LESLI) with a rating in the latest Best's Key Rating Guide of at least "A:X".
10.1 Coverages and Limits.
Contractor will maintain the types of coverages and minimum limits indicated below, unless the
Risk Manager or Executive 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. CMWD, its officers, agents and employees make no representation that
the limits of the insurance specified to be carried by Contractor pursuant to this Agreement are
adequate to protect Contractor. If Contractor believes that any required insurance coverage is
inadequate. Contractor will obtain such additional insurance coverage, as Contractor deems
adequate, at Contractor's sole expense.
10.1.1 Commercial General Liabilitv Insurance. $1,000,000 combined single-limit
per occurrence for bodily injury, personal injury and property damage. If the submitted policies
contain aggregate limits, general aggregate limits will apply separately to the work under this
Agreement or the general aggregate will be twice the required per occurrence limit.
10.1.2 Automobile Liabilitv (if the use of an automobile is involved for Contractor's
work for CMWD). $1,000,000 combined single-limit per accident for bodily injury and property
damage.
10.1.3 Workers' Compensation and Emplover's Liability. Workers' Compensation
limits as required by the California Labor Code. Workers' Compensation will not be required if
Contractor has no employees and provides, to CMWD'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 ofthe work.
I I If box is checked, Professional Liability
CMWD's Initials Contractor's Initials Insurance requirement is waived.
10.2. Additional Provisions. Contractor will ensure that the policies of insurance required under
this Agreement contain, or are endorsed to contain, the following provisions:
10.2.1 CMWD will be named as an additional insured on Commercial General
Liability which shall provide primary coverage to CMWD.
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 CMWD
sent by certified mail pursuant to the Notice provisions of this Agreement.
10.3 Providing Certificates of insurance and Endorsements. Prior to CMWD's execution of
this Agreement, Contractor will furnish certificates of insurance and endorsements to CMWD.
General Counsel Approved Version 5/3/13
10.4 Failure to Maintain Coverage. If Contractor fails to maintain any of these insurance
coverages, then CMWD 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 CMWD
to obtain or maintain insurance and CMWD 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. CMWD 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 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
CMWD 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 CMWD. 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 CMWD. 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 CMWD and
Contractor relinquishes all claims to the copyrights in favor of CMWD.
15. NOTICES
The name of the persons who are authorized to give written notices or to receive written notice
on behalf of CMWD and on behalf of Contractor under this Agreement.
For CMWD
Name Sherri Howard
For Contractor .
Name Greg Keppler
Title Associate Engineer Title Project Manager
Carlsbad Municipal Water District
Address 1635 Faraday Avenue
Carisbad, CA 92008
Phone 760-602-2756
Address 404 Camino del Rio South, Suite 700
San Diego, CA 92108
Phone
E-mail
619-692-1920
Greg.keppler@tylin.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.
General Counsel Approved Version 5/3/13
16. CONFLICT OF INTEREST
Contractor shall file a Conflict of Interest Statement with the City Clerk in accordance with the
requirements of the City of 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
peri^ormance 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 ofthe requirements ofthe 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 othen^/ise settled by agreement
between the parties. Representatives of Contractor or CMWD 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 Executive Manager. The Executive 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 Executive 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, CMWD
may terminate this Agreement for nonperformance by notifying Contractor by certified mail of
the termination. If CMWD decides to abandon or indefinitely postpone the work or services
contemplated by this Agreement, CMWD 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 CMWD and all work in progress to CMWD address contained in this
Agreement. CMWD will make a determination of fact based upon the work product delivered to
CMWD and of the percentage of work that Contractor has performed which is usable and of
worth to CMWD in having the Agreement completed. Based upon that finding CMWD 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 CMWD, Contractor will assemble the work
product and put it in order for proper filing and closing and deliver it to CMWD. Contractor will be
paid for work performed to the termination date; however, the total will not exceed the lump sum
General Counsel Approved Version 5/3/13
fee payable under this Agreement. CMWD 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, CMWD will have the right to annul this Agreement without liability, or,
in its discretion, to deduct from the Agreement price or consideration, or othenA/ise 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 CMWD
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 CMWD, it may be considered fraud and Contractor may be subject to
criminal prosecution. Contractor acknowledges that California Government Code sections
12650 et seg.. the False Claims Act applies to this Agreement and, provides for civil penalties
where a person knowingly submits a false claim to a public entity. These provisions include
false claims made with deliberate ignorance of the false information or in reckless disregard of
the truth or falsity of information. If CMWD seeks to recover penalties pursuant to the False
Claims Act, it is entitied 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 CMWD 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 CMWD 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 CMWD, 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.
General Counsel Approved Version 5/3/13
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
T.Y. LIN INTERNATIONAL, a California
corporation
By: /
CARLSBAD MUNICIPAL WATER DISTRICT,
a Public Agency organized under the
Municipal Water Act of 1911, and a
Subsidiary District of the City of Carisbad
(sign here)
1^^ Cx^i<^ r%eKig>Kj /jice ye&\v^r
(print name/titfe)
President di"^xecutive Manager
or Division Director as authorized by the
Executive Manager
By:
(sign here)
(print name/title)
If required by CMWD, 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, General Counsel
By:.
A A. BREWER, General Cour
Assistant GeneralCounsel
General Counsel Approved Version 5/3/13
CORPORATE AUTHORIZATION
F.R. Clark Femon, Vice President of T.Y. Lin Intemational (the "Corporation"), a Califomia corporation,
is a duly elected and appointed officer ofthe Corporation and holds fiill corporate authority to enter into
any contracts and execute Bid Forms on behalf of the Corporation.
In witness whereof, I have caused this instrument to be executed and the corporate seal to be hereunto
affixed in the City of San Francisco, U.S. A. on the 22"^ day of January, 2013.
Corporate
Seal T.Y. Lin Intemational
Veronica Fennie
Assistant Secretary
TYLIISilNTERNATIONAL ^^^,3,^ ^
enqineers j pbnnets j scientists
July 11, 2013
Ms. Sherri Howard
Associate Engineer
City of Carlsbad Utilities Department
1635 Faraday Avenue
Carlsbad, CA 92008
T.Y. Lin International (Consultant) is very pleased to provide this proposal to the City of
Carlsbad Utilities Department (City) for construction phase related services to the Park Drive
Wateriine Improvements and Northwest Quadrant Storm Drain Project.
It is our understanding that the contractor. Schilling Paradise, is under contract with the City
now and that the construction phase of the project will commence very soon.
Scope of Engineering Services
Once a written Notice-to-Proceed is provided the City, the work to be performed by the
Consultant will consist of the foUowing tasks:
Task 1. Meetings. The Consultant will attend a kickoff meeting and project meetings at
the project site to discuss items that cannot be resolved through the submittal
and review process. Three meetings are assumed: one (1) kickoff meeting and
two (2) project field meetings.
Task 2. Review Submittals. The Consultant will review contractor-prepared shop
drawings, product submittals and certificates of compliance as described in the
General Provisions and make a recommendation for action. Submittals reviewed
by the Consultant and returned to the CM will be marked. The Consultant will
mark each submittal with an inked stamp signature of the reviewer and the date
of submittal review as follows:
1. Conforms.
2. Conforms as Noted.
3. Make Corrections As Noted.
4. Revise and Resubmit.
5. Rejected.
6. Submit Specified Item.
7. No Action Taken.
The Consultant assumes that the action categories above are sufficient. The
Consultant will review submittals, recommend submittal action and return
submittals to the CM. The Consultant will retain one (1) copy of each submittal
for the Consultant's records. It is assumed that submittals will be transmitted
electronically to and from the CM and Consultant. It has been assumed that
twenty (20) submittals will be reviewed for the purposes of estimating the level
of effort.
404 Camino del Rio South, Suite 700 | San Diego, California 92108 | T 619.692.1920 | F 619.692.0634
Scope of Work
Park Drive Wateriine Improvements
and Nortliwest Quadrant Storm Drain Project
July 11, 2013
Page 2 of 3
Task 3. Response to Contractor-Submitted Requests for Information (RFI's). The
Consultant will review and respond to RFI's forwarded from the CM in order to
clarify or provide additional information to the contractor. It has been assumed
that twelve (12) RFIs will be responded to for the purposes of estimating the level
of effort. RFIs and responses will be transmitted electronically.
Task 4. Provide clarification sketches. The Consultant will provide up to six clarification
(6) sketches that are used to resolve conflicts or clarify items in the contract
documents. Sketches will be transmitted electrorucally.
Task 5. Record Drawings. The Consultant will incorporate redline mark-ups, or "As-
builts", generated in the field during construction by the CM to be included in
the record drawings. Record drawings will be prepared on Mylar and submitted
to the City upon completion of the project.
Task 6. Project Management. The Consultant Project Manager will track internal
progress of the project and prepare, review, and submit invoices.
Deliverables and Schedule
The Consultant will work diUgently to respond to and review RFIs and submittals as quickly as
possible. Typically, RFIs will be retumed within three to five (3-5) business days of receipt.
Typically, clarification sketches will be provided within two to three (2-3) working days of a
request. Shop drawings and submittals will be returned within fifteen (15) business days of
receipt. This assumes that the shop drawings and submittals are complete and are submitted in
accordance with the project specifications. If submittal reviews require revisions resulting from
redline comments or are incomplete, the contractor shall resubmit them. Re-submittals will
typically be returned within fifteen (15) business days after receipt of the re-submittal. This
schedule assumes that all the comments were addressed and incorporated prior to re-submittal
back to the Consultant. This proposal assumes construction duration from August 1, 2013 to
December 31,2013.
Work not Included
The following items of work, if required, are not included in fhe scope of services of this
proposal:
1. Review of submittals by any agency or entity other than fhe City of Carlsbad Utilities
Department or their designated representative
2. Storm Water Quality enforcement
3. Environmental studies or documentation
4. Permits, fees, or inspections
5. Public information or public outreach effort required for the scope of services
404 Camino del Rio South, Suite 700 | San Diego, California 92108 | T 619.692.1920 | F 619.692.0634
Scope of Work
Park Drive Wateriine Improvements
and Northwest Quadrant Storm Drain Project
July 11, 2013
Page 3 of 3
Fees for Engmeering Services
The fee (Attachment 1) for the conshruction phase services in the above described work will be
provided on a time and materials basis for a total amount not to exceed $20,924. Invoices will
be submitted on a monthly basis for the services completed through the end of the billing
period.
Thank you for the opportunity to submit this scope and fee proposal. If you have any questions,
please contact me at 760-390-8444
Sincerely,
^eppier/ HE.
Project Manager
I)
Clark Femon, P.E.
Vice President
404 Camino del Rio South, Suite 700 | San Diego, California 92108 1 T 619.692.1920 j F 619.692.0634
Attachment 1
Project: Park Drive Wateriine and Surface Improvements
Client: City of Carlsbad Utilities Department
Scope: Construction Phase Support
Date: 7/10/2013
ENGtNEERiNG SERVICES - CONSTRUCTION PHASE SERVICES
CLASSIFICATION
LABOR Superv Senior Design Admin LABOR
Engr Engr Tech II Assist (Fully Burdened)
Task Description $216.00 $160.00 $125.00 $50.00 HOURS COST
1 Meetings 6 6 $960
2 Review Submittals 44 44 $7,040
3 Respond to RFIs 16 16 $2,560
4 Provide Clarification Sketches 8 8 $1,280
5 Prepare As-builts 4 8 32 4 48 $6,344
6 Project Management 4 10 14 $2,464
Labor Totals: 8 92 32 4 136 $20,648
OTHER DIRECT COSTS Units Quantity Unit Cost Amount
Auto Mileage Miles 210 $0.60 $126
Shipping/Delivery EA 3 $29.00 $87
Otiier - Mylars EA 9 $7.00 $63
Total ODCs: $276
TOTAL FEE. BASIC SERVICES: $20,924
TYLININTfiF^ \JAHONAl_
SCHEDULE OF FEES - 2013
BRIDGE
Principal Engineer • $250.00
Supervising Engineer $216.00
Senior Engineer $160.00
Engineer II $145.00
Engineer I $130.00
Assistant Engineer $120.00
Design Technician III $140.00
Design Technician II $125.00
Design Technician I $78.00
CONSTRUCTION
Senior Construction Engineer II $177.00
Senior Construction Engineer I $151.00
Construction Engineer $135.00
Assistant Construction Engineer $114.00
Vehicle MUeage $0.60/miie
Construction Engineers/Inspectors are provided with trucks equipped with rotating amber safety beacons and toolboxes containing
the necessary hand tools required during construction inspections. Specialty equipment, if required, may be billed separately.
Hourly charges include provision for normal office overhead costs, such as office rental, utilities, iiwurance, clerical services,
equipment, normal supplies and materials, and in-house reproduction services. Other expenses such as special consultants or
purchased outeide services will be billed at cost plus 10 percent Unless otherwise provided for in the conhract, all hourly rates are
subject to 4% annual escalation on Jantiary 1*».