HomeMy WebLinkAboutMINUTES - 10171995 - C21 TO: BOARD OF SUPERVISORS, AS THE GOVERNING BODY OF THE CONTRA COSTA
COUNTY FLOOD CONTROL AND WATER CONSERVATION DISTRICT '
FROM: J. MICHAEL WALFORD, CHIEF ENGINEER
DATE: OCTOBER 17, 1995
SUBJECT: APPROVE CONSULTING SERVICES AGREEMENT WITH WOODWARD-CLYDE
CONSULTANTS, INC. FOR TECHNICAL ASSISTANCE TO THE NATIONAL POLLUTANT
DISCHARGE ELIMINATION SYSTEM (NPDES) PERMIT PROGRAM
Project No.: 0929-6X7055
SPECIFIC REQUEST(S)OR RECOMMENDATION(S)&BACKGROUND AND JUSTIFICATION
I. Recommended Action:
APPROVE and AUTHORIZE the Chief Engineer to execute the consulting services agreement with
Woodward-Clyde Consultants, Inc. to perform administrative and technical services to fulfill the
requirements of the NPDES Permits for municipal stormwater discharges issued by the San Francisco
Bay and Central Valley Regional Water Quality Control Boards to Contra Costa County, seventeen
(17) incorporated cities and the Contra Costa County Flood Control and Water Conservation District.
II. Financial Impact:
The contract cost is $95,000.00. The cost shall be funded by the cities and County proportionate to
their respective populations. Contra Costa County's share will be approximately $18,050.00 (19%)
financed by their stormwater utility assessments.
III. Reasons for Recommendations and Background:
The United States Environmental Protection Agency issued National Pollutant Discharge Elimination
System (NPDES) Regulations for stormwater discharges on November 16, 1990. These regulations
required Contra Costa County, its incorporated cities and the Contra Costa County Flood Control and
Water Conservation District to obtain NPDES Permits for their stormwater discharges. The Permits
seek to significantly reduce or eliminate all pollutants from entering the waters of the San Francisco
Bay - Delta Region.
Continued on Attachment: X SIGNATURE:
_RECOMMENDATION OF COUNTY ADMINISTRATOR
RECOMMENDATION OF BOARD COMMITTEE
APPROVE —OTHER
SIGNATURE(S):
ACTION OF BOARD ON [`� �7J q9$ APPROVED AS RECOMMENDED_OTHER_
V07OF SUPERVISORS
,/ UNANIMOUS (ABSENT )
AYES: NOES:
ABSENT: ABSTAIN:
DPF:sI i hereby certify that this is a true and correct copy of
an action taken and entered on the minutes of the
g:FLDCTL\npdes\BO\WWC Board of Supervisors on the date shown.
ATTESTED:`
Contract: Donald P. Freitas(510) 313-2373 PHIL BATCHELOR,Clerk of the'3oard
Orig. Div: Public Works (NPDES) of supervisors and County Administrator
Woodward-Clyde Consultants C z
October 17, 1995
Page Two
III. Reasons for Recommendations and Background: (cont.)
The Joint Municipal NPDES Permits were granted on September 15, 1993 by the San Francisco Bay
Regional Water Quality Control Board and January 29, 1994 by the Central Valley Regional Water
Quality Control Board covering all of the incorporated and unincorporated areas of Contra Costa
County (except the City of Brentwood).
Woodward-Clyde Consultants, Inc. has provided technical services to the Program since its inception.
This contract would continue to provide the necessary technical services for the 1995-96 Fiscal Year.
The Management Committee composed of the nineteen (19) municipal representatives unanimously
recommends approval of this agreement. The technical services provided by Woodward-Clyde
Consultants, Inc. are specialized and critical to the success of the overall Program.
IV. Consequences of Negative Action:
If the consulting services agreement with Woodward-Clyde Consultants, Inc., is not approved, then
all municipalities will be in non-compliance with the Joint Municipal NPDES permits issued by the San
Francisco Bay and Central Valley Regional Water Quality Control Boards. Potentially, fines totaling
$10,000 per day and $20.00 per gallon of stormwater discharge for all affected entities could be
imposed.
CONSULTING SERVICES AGREEMENT
si. Special Conditions. These Special Conditions are incorporated below by reference.
(a) Public Agency:Contra Costa County Flood Control and Water Conservation District
(b) Consultant's Name&Address: Woodward-Clyde Consultants
500 12th St. Suite 100
Oakland, CA 94607-4014
(c) Project Name, Number&Location: Contra Costa Clean Water Program-Technical&Monitoring Services, Project No. 0929-6X7055
(d) Effective Date: 09/01/95 (e) Payment Limit(s):$95,000.00
(f) Completion Date(s):06/30/96
(g) Federal Taxpayer's I.D. or Social Security Number: 94-1716908
2. Signatures. These signatures attest the parties'agreement hereto:
PUBLIC AGENCY CONSULT
By: J. Michael Walford 000
Public Works Director/ By: '
Chief Engineer Designate official capacity in the business
Type of Business(sole proprietorship,
government agency, partnership, corporation,etc.)
If Corporation, State of Incorporation:
B
(Designate official capacity in the business)
Not o-Consultant: For porations,the contract must be signed by'two officers. The first signature must be that of the chairperson of the board,
president or vice-president;the second signature must be that of the secretary, assistant secretary, chief financial officer or assistant treasurer. (Civ.
Code, Sec. 1190 and Corps. Code. Sec. 313.) The acknowledgment below must be signed by a Notary Public.
CERTIFICATE OF ACKNOWLEDGMENT
State of California )
County of )
f►a,(n,- ) ss.
On the date written below,before me,the undersigned Notary Public,personally appeared the person(s)si n' g above for Consultant,personally known
to me (brprave�t6Vki��e i ) to be the person(s) whose name(s) a�r subscribed to the within instrument and
acknowledged to me that)8'�/s`i g he executed the same in} r e' authorized capacity(ies),and that y ei signature(s)on the instrument
the person(s), or the entity upon ehalf of which the person(s)ac d,executed the instrument.
WITNESS m��y,,hand
��and official s11
eal. /
Dated:�Tvr �, �PFs MARYANNE H. $AYAO /�//
w e m Comm.#1025867 Not Public
° NOTARY PUBLIC.CALIFORNIA
° Alameda Courtly
(Notary's Seal) c4<IFOPN P My Comm.Expires May
3. Parties. Effective on the above date,the above-named Public Agency and Consultant mutually agree and promise as follows:
4. Employment. Public Agency hereby employs Consultant, and Consultant accepts such employment, to perform the professional services
described herein, upon the terms and in consideration of the payments stated herein.
5. Scope of Service. Scope of service shall be as described in Appendix A, attached hereto and made a part hereof by this reference.
6. Report Disclosure Section. Any document or written report prepared hereunder by Consultant, or a subcontractor, for Public Agency shall
contain,in a separate section,the numbers and dollar amounts of this contract and all subcontracts relating to the preparation of such document
or written report, provided that the payment limit specified in Sec. 1(e)exceeds$5,000. When multiple documents or written reports are the
subject or products of this agreement,the disclosure section may also contain a statement indicating that the total contract amount represents
compensation for multiple documents or written reports.
7. Insurance. Consultant shall, at no cost to Public Agency, obtain and maintain during the term hereof: (a)Workers'Compensation Insurance
pursuant to state law; (b)Professional Liability Insurance with minimum coverage of$1.000.000.00 and a maximum deductible of$250.000.00;
and(c)Comprehensive General Liability Insurance, including blanket contractual(or contractual liability)coverage,broad form property damage
coverage,and coverage for owned and non-owned vehicles,with a minimum combined single limit coverage of$1.000.000.00 for all damages
due to bodily injury,sickness or disease,or death to any person,and damage to property, including the loss of use thereof, arising out of each
accident or occurrence,and naming Public Agency,Contra Costa County, City of Antioch, City of Clayton, City of Concord,Town of Danville,
City of EI Cerrito,City of Hercules,City of Lafayette,City of Martinez,Town of Moraga, City of Orinda,City of Pinole, City of Pleasant Hill, City
of Richmond, City of San Pablo, City of San Ramon, City of Walnut Creek, its/their governing bodies, officers and employees as additional
insureds. Consultant shall promptly furnish to Public Agency certificates of insurance evidencing such coverage and requiring 30 days'written
notice to Public Agency of policy lapse,cancellation or material change in coverage.
8. Payment. Public Agency shall pay Consultant for professional services performed at the rates shown in Appendix B attached hereto,which
include all overhead and incidental expenses,for which no additional compensation shall be allowed. Notwithstanding the foregoing,those
incidental expenses specifically itemized in Appendix B shall be reimbursable by Public Agency to Consultant, provided that Consultant submits
copies of receipts and, if applicable,a detailed mileage log to Public Agency. In no event shall the total amount paid to Consultant exceed the
payment limit(s)specified in Sec. 1(e)without prior written approval of the Public Agency. Consultant's billing statements shall be submitted
at convenient intervals approved by Public Agency and shall list,for each item of services,the employee categories, hours and rates. Payment
will be made within thirty(30)days after receipt of each statement.
9. Status. The Consultant is an independent contractor, and shall not be considered an employee of Public Agency.
10. Time for Completion. Unless the time is extended in writing by Public Agency,Consultant shall complete all services covered by this Agreement
no later than the Completion Date(s)listed above.
11. Record Retention and Auditing. Except for materials and records delivered to Public Agency, Consultant shall retain all materials and records
prepared or obtained in the performance of this Agreement, including financial records, for a period of at least five years after Consultant's
receipt of the final payment under this Agreement. Upon request by Public Agency, at no additional charge, Consultant shall promptly make
such records available to Public Agency,or to authorized representatives of the state and federal governments, at a convenient location within
Contra Costa County designated by Public Agency, and without restriction or limitation on their use.
12. Documentation. Consultant shall prepare and deliver to Public Agency at no additional charge,the items described in Appendix A to document
the performance of this Agreement and shall furnish to Public Agency such information as is necessary to enable Public Agency to monitor the
performance of this Agreement.
13. Ownership of Documents. All materials and records of a finished nature, such as final plans, specifications, reports, and maps„prepared or
obtained in the performance of this Agreement,shall be delivered to and become the property of Public Agency. All materials of a preliminary
nature, such as survey notes, sketches, preliminary plans, computations and other data, prepared or obtained in the performance of this
Agreement,shall be made available, upon request,to Public Agency at no additional charge and without restriction or limitation on their use.
14. Extra Work. Any work or services in addition to the work or services described in Appendix A shall be performed by Consultant according to
the rates or charges listed in Appendix B. In the event that no rate or charge is listed for a particular type of extra work, Consultant shall be
paid for the extra work at a rate to be mutually agreed on prior to commencement of the extra work. In no event shall Consultant be entitled
to compensation for extra work unless a written authorization or change order describing the work and payment terms has been executed by
Public Agency prior to the commencement of the work.
15. Payment Retention. Public Agency shall retain ten percent (10%) of the monies due the Consultant as security for the fulfillment of this
Agreement. After the Consultant has completed each task as identified in Appendix"A” under this Agreement, submitted final billing, and the
Public Agency has found the work to be accurate,the Public Agency will pay all withheld funds. Payment of withheld funds will be made within
thirty(30)days of completing this work and submittal of a final billing. A retention will not be withheld for any"on-call"work.
16. Termination by Public Agency. At its option, Public Agency shall have the right to terminate this Agreement at any time by written notice to
Consultant,whether or not Consultant is then in default. Upon such termination, Consultant shall,without delay, deliver to Public Agency all
materials and records prepared or obtained in the performance of this Agreement, and shall be paid,without duplication, all amounts due for
the services rendered up to the date of termination.
17. Abandonment by Consultant. In the event the Consultant ceases performing services under this Agreement or otherwise abandons the project
prior to completing all of the services described in this Agreement, Consultant shall,without delay, deliver to Public Agency all materials and
records prepared or obtained in the performance of this Agreement, and shall be paid for the reasonable value of the services performed up
to the time of cessation or abandonment, less a deduction for any damages or additional expenses which Public Agency incurs as a result of
such cessation or abandonment.
18. Breach. In the event that Consultant fails to perform any of the services described in this Agreement or otherwise breaches this Agreement,
Public Agency shall have the right to pursue all remedies provided by law or equity. Any disputes relating to the performance of this Agreement
shall not be subject to non-judicial arbitration. Any litigation involving this Agreement or relating to the work shall be brought in Contra Costa
County, and Consultant hereby waives the removal provisions of Code of Civil Procedure Section 394.
19. Compliance with Laws. In performing this Agreement, Consultant shall comply with all applicable laws, statutes, ordinances, rules and
regulations,whether federal, state or local in origin.
20. Assignment. This Agreement shall not be assignable or transferable in whole or in part by Consultant,whether voluntarily, by operation of law
or otherwise;provided, however,that Consultant shall have the right to sub-contract that portion of the services for which Consultant does not
have the facilities to perform so long as Consultant notifies Public Agency of such subcontracting prior to execution of this Agreement. Any
other purported assignment,transfer or sub-contracting shall be void.
21. Endorsement on Plans. Consultant shall endorse all plans, specifications,estimates, reports and other items described in Appendix A prior
to delivering them to Public Agency.
22. Patents and Copyrights. The issuance of a patent or copyright to Consultant or any other person shall not affect Public Agency's rights to the
materials and records prepared or obtained in the performance of this Agreement. Public Agency reserves a license to use such materials and
records without restriction or limitation,and Public Agency shall not be required to pay any additional fee or royalty for such materials or records.
The license reserved by Public Agency shall continue for a period of fifty years from the date of execution of this Agreement, unless extended
by operation of law or otherwise.
23. Indemnification. Consultant shall defend, indemnify, save and hold harmless Public Agency, Contra Costa County, City of Antioch, City of
Clayton, City of Concord, Town of Danville, City of EI Cerrito, City of Hercules, City of Lafayette, City of Martinez, Town of Moraga, City of
Orinda,City of Pinole,City of Pleasant Hill,City of Richmond, City of San Pablo,City of San Ramon, City of Walnut Creek, its/their governing
bodies,officers and employees from any and all claims,costs and liability for any damages, injury or death arising directly or indirectly from,
or connected with, the services provided hereunder and due to, or claimed or alleged to be due to, negligence or willful misconduct of
Consultant, its officers, employees, agents, sub-consultants, or any person under its direction or control,save and except claims or litigation
arising through the sole negligence or sole willful misconduct of Public Agency,and will make good to and reimburse the indemnitees for any
expenditures, including reasonable attorney's fees, the indemnitees may make by reason of such matters and, if requested by any of the
indemnitees,will defend any such suits at the sole cost and expense of Consultant.
24. Heirs.Successors and Assigns. Except as provided otherwise in Section 20 above,this Agreement shall inure to the benefit of and bind the
heirs, successors,executors, personal representatives and assigns of the parties.
25. Public Endorsements. Contractor shall not in its capacity as a contractor with Public Agency publicly endorse or oppose the use of any
particular brand name or commercial product without the prior approval of the Public Agency's governing board. In its Public Agency Contractor
capacity, Contractor shall not publicly attribute qualities or lack of qualities to a particular brand name or commercial product in the absence
of a well-established and widely-accepted scientific basis for such claims or without the prior approval of the Public Agency's governing board.
In its Public Agency contractor capacity,Contractor shall not participate or appear in any commercially-produced advertisements designed to
promote a particular brand name or commercial product, even if Contractor is not publicly endorsing a product, as long as the Contractor's
presence in the advertisement can reasonably be interpreted as an endorsement of the product by or on behalf of Public Agency.
Notwithstanding the foregoing, Contractor may express its views on products to other contractors,the Public Agency's governing board, its
officers, or others who may be authorized by the Public Agency's governing board or by law to receive such views.
26. Proiect Personnel. In performing the services under this Agreement, Consultant shall use the personnel listed in Appendix C, attached hereto
and made a part hereof by this reference. Changes in project personnel may only be made with Public Agency's written consent,and Consultant
shall notify Public Agency in writing at least thirty(30)days in advance of any proposed change. Any person proposed as a replacement shall
possess training, experience and credentials comparable to those of the person being replaced.
Attachments:Appendix A,Appendix B,Appendix C
Form approved by County Counsel(8/93)
g:\FLDCTL\NPDES\wwcesal.gen
APPENDIX "A"
CONTRA COSTA CLEAN WATER PROGRAM
SCOPE OF WORK (FY 1995-96)
This scope of work was prepared by Woodward-Clyde Consultants for the Contra Costa
Clean Water Program (Program) for Fiscal Year 1995-96. The term of the contract will
extend to June 30, 1996. Individual tasks will be initiated by Woodward-Clyde Consultants
only upon receipt of written pre-approval by the Program Manger. The schedule for
completion of tasks will also be agreed upon before work is initiated.
The scope of work and budget are:
Task 1 Project Administration $ 5,000
Task 2 General Technical Support $15,000
Task 3 Laboratory Testing (Flood Control District) $ 50,000
Task 4 Chemical and Toxicity Analysis/Technical Support $ 25,000
(Flood Control District)
Total Budget $ 95,000
TASK 1 Project Administration ($5,000)
This task will cover the Project Manager's time in administering the contract, including
weekly review of labor and other direct costs charged to the contract, review and approval
of monthly invoices, filing, and communicating with the Program on technical progress,
schedule and budget.
TASK 2 General Technical Support($15,000)
Woodward-Clyde Consultants will provide general technical support to the Program,
including attending Management Committee meetings, providing information and materials
developed by other Programs or agencies, providing technical guidance and
recommendations based on our experience in other programs, providing technical support
in development of long term strategy, and supporting the Program's participation in
regional and state organizations and activities (e.g., BASMAA, Regional Monitoring Plan).
Woodward-Clyde Consultants will assist the Program, as requested, in attending meetings
with regulators, providing regulatory information from other programs or from other
agencies, including United States Environmental Protection Agency headquarters, and
interpreting the implications of other existing or emerging regulations for the Program.
This task will also include developing separate scopes of work (task orders) in response
to Program requests.
TASK 3 Laboratory Testing ($50,000)
Subtask 3A Laboratory Testing ($ 45.0001
Woodward-Clyde Consultants will subcontract to a chemical and toxicity testing
laboratory(ies) whose selection will be subject to the approval of the Program. The
contract between the laboratory and Woodward-Clyde Consultants will specify the
following.
The laboratory will be responsible for bottle cleaning, preparation, and delivery to Flood
Control District staff prior to each monitoring event. The laboratory will coordinate and
communicate with Flood Control District staff as appropriate prior to, during and following
monitoring events. Laboratory will conduct testing in strict accordance to chain of custody
forms and quality assurance and quality control (QA/QC) requirements. Within six (6)
weeks of receipt of samples, the laboratory, will submit to Woodward-Clyde Consultants
the laboratory report summarizing the analysis results for water quality and toxicity samples
and additional QA/QC samples (e.g., duplicate samples, equipment blanks, matrix spike
samples). The report will be in both hard copy and diskette in a format specified by
Woodward-Clyde Consultants.
Subtask 3B Laboratory Oversight & Quality Assurance ($5.000)
Woodward-Clyde Consultants will review the laboratory results for accuracy, consistency,
and compliance with the quality assurance and quality control specifications in the
laboratory contract. Woodward-Clyde Consultants will negotiate with the laboratories to
clarify issues and reanalyze questionable results. After each storm event, Woodward-
Clyde Consultants will summarize QA/QC findings in a memorandum to the Program.
TASK 4 Chemical and Toxicity Data Analysis, Interpretation, and Preparation of
Water Quality Portion of Annual Report ($25,000)
Woodward-Clyde Consultants will interpret the water quality and toxicity testing data and
will conduct statistical analyses, correlations testing, and comparisons with criteria and
standards as appropriate. Results will be provided in tables, graphs and text for the water
quality portion of the Annual Monitoring Report.
Assumptions: Budget in Tasks 3 and 4 assumes that there will be five events monitored
at two stations using flow composite samplers (10 data sets) and five events monitored at
one stations using "equal depth integrated" (EDI) sampling during the beginning, rising,
peak and falling portion of the hydrograph (15 data sets).
WCCScope
09/26/95
APPENDIX B `
NORTHWEST OPERATING GROUP
1994 SCHEDULE OF FEES AND CHARGES
CONTRA COSTA COUNTY FLOOD CONTROL AND
WATER CONSERVATION DISTRICT
The following describes the basis for compensation for services performed during the calendar
year 1994. This Schedule of Fees and Charges will be adjusted annually on January 1 of each
subsequent year to reflect merit and economic salary increases, and changes in the expected
level and mode of operations for the new year. The new Schedule of Fees and Charges will
apply to existing and new assignments.
PERSONNEL CHARGES
The charge for all time required in the performance hearings, and depositions, will be charged at the
of the Scope of Services, including office, field and above.standard hourly rates.
travel time, will be at the Unit Price Hourly Rates
set forth below for the labor classifications Charges for contract personnel under W C
indicated. supervision and using W C facilities will be made
according to the hourly rate corresponding to their
classification.
Labor Classification Hourly Rate
Clerk/Office Assistant $ 35 A maximum of eight (8) hours travel time per day
Technical Typist/Word Processor 57 will be charged for travel.within the continental
Editor 62 United States.
Drafter/Illustrator 62
Sr. Drafter/Mustrator 72 Overtime(hours worked in excess of eight(8)hours
Technician 77 per day)by exempt personnel will be charged at the
Senior Technician/Lab/Field Supervisor 80 above straight time hourly rate. Overtime by non-
Assistant Staff Professional 51 exempt personnel (classifications identified with an
Staff Professional 83 asterisk "*") will be charged at 1.3 times the above
Sr. Staff Professional 88 hourly rates.
Assistant Project Professional 98
Project Professional 113 Special project accounting reporting and financial
Senior Project Professional 129 services, including submission of invoice support
Consulting Professional 136 documentation will be charged at the rate of$45 per
Sr. Consulting Professional 144 hour.
Principal/Sr. Principal Professional 150
W-C LABORATORY SERVICES
When W C staff appear as expert witnesses at court
trials, arbitration hearings, and depositions, The charges for laboratory testing performed at W C
their time will be charged at $250/hour. All time facilities are set forth in the Schedule of W-C
spent by personnel preparing for such trials, Laboratory Testing Charges.
This fee schedule contains confidential business information and is
not to be copied or distributed for any purpose other than
the use intended in this contract or proposal.
-J
Woodward-Clyde �®
c.WPDOCSVRO=(ADGONZAOMIC0413a.sctM Side 1 of 2 MM59 OW
1994 SCHEDULE OF FEES AND CHARGES APPENDIX B
OTHER PROJECT CHARGES '
Subcontracts and Equipment Rental Vehicles and Mileage
The cost of services subcontracted by W-C to others, The mileage charge for personal vehicles used on project
including but not limited.to, chemical analysis, test borings, assignments will be the then current mileage rate established
specialty contractors, surveyors, consultants, and equipment by the Internal Revenue Service for tax purposes. The mark-
rental;e.g.,backhoes,bulldozers,and test apparatus,etc.,will up associated with Other Project Non-Salary Expenses shall
be charged at cost plus 12%. apply to these charges.
Other Proiect Non-Salary Expenses W-C owned vehicles used on project assignments will be
Other costs incurred by W-C, which are directly identifiable charged at the following rental and mileage rates without
to the project, including, but not limited to: vehicle rental; markup•
subsistence; fares of public carriers; special supplies and/or Rate Rate/
equipment; fees and special project insurance; permits and Vehicle Type Hourly Daily Weekly Monthly Mile
licenses;shipping charges;tolls and parking;special drafting,
stenographic,or printing supplies, including outside printing Pickup $6.00 $45.00 5175.00 $�00.00 $0.45
$8.00 S45.00 S225.00 S1100.00 $0.45
of photographs,photostats,blueprints,etc.,will be charged at V81r "`I Drive $10.00 $60.00 $300.00 $1200.00 0.45
cost plus 12%.
Minimtun charge is 4 hours.
Communications
The cost of communications including telephone, telex, PAYMENT AND INTEREST CHARGES
facsimile, courier services, postage, express mail and
incidental copying costs will be charged at a flat rate of 3% W-C shall submit progress invoices to Client in duplicate
of total gross labor charges. showing the services performed during the invoice period and
Computers the charges therefore.
The charge for use of in-house computers for analytical Within thirty(30)days after receipt of an invoice,Client shall
calculations, database management, graphics generation, pay the full amount of the invoice; however,if Client objects
Computer Aided Design and Drafting (CADD), Geographic to all or any portion of any invoice,it shall so notify W-C of
Information Systems (GIS),modeling applications and other the same within fifteen (15) days from date of receipt of
similar functions is as follows:
invoice and shall pay that portion of the invoice not in
Network PC $15.00/hr dispute. The parties shall immediately make every effort to
CADD $25.00/hr settle the disputed portion of the invoice. Client shall pay an
GIS $35.00/hr additional charge of one and one-half percent (1-1/2%) per
month for any payment made more than thirty(30)days after
Mini Computer $50.00/hr receipt of the invoice. The additional charge shall not apply
In addition to the above,there will be a charge of$5.00 each to any disputed portion of any invoice resolved in favor of the
for paper plot and $15.00 each for mylar plot generated by Client.
the CADD and GIS systems. Client shall reimburse W-C for any sales, use, and value
added taxes that apply to the Services. Such reimbursement
Document Reproduction shall be in addition to the compensation due for services.
In-house reproduction will be charged at the following rates: Any attorney's fees, court costs, and other related expenses
Size Black & White Color incurred by W-C in collecting delinquent invoice amounts
8-1/2 x 11 $0.15/page $1.25/page shall be paid by Client.
11 x 14 $0.15/page $1.50/page
11 x 17 $0.17/page $2.00/page
Specialized Equipment
The use of specialized W-C equipment will be the fixed rental
rates set forth in the Schedule of W-C Specialized Equipment
Charges.
c wPoocspRoJECr(AocorzAo)\v,co4,sascfnz Side 2 of 2 M0805940940
APPENDIX C
PROJECT PERSONNEL
NAME LABOR CLASSIFICATION
Peter Mangarella, PL.D., P.E. Sr. Consulting Professional
Chow Lee, Ph.D. Project Professional
Phil Mineart, P.E. Senior Project Professional
Karen Boyd Assistant Project Professional
Gwen Rodriguez Assistant Staff Professional
Anita Gonzalez Technical Typist
Terry Cooke Project Professional
JFKen Susilo, P.E. Assistant Project Professional
Nancy Gardiner Senior Project Professional
Dave Gowing Staff Professional
Sujatha Singh Staff Professional
Stephan Asselin, P.E. Assistant Project Professional
Fm Ramos Staff Professional
cAwpdocsl(adgava0)91c0413b.apc/1 080594 12:59pm
's