Loading...
HomeMy WebLinkAboutRau & Associates, Inc. 2013-01-30 ��t 013vi3 � �I AGREEMENTFOR , PROFESSIONAL CONSULTING SERVICES This Agreement, made and entered into this 30th day of Januarv, 2013 ("Effective Date"), by and between CITY OF UKIAH, CALIFORNIA, hereinafter referred to as "City" and Rau and Associates, Inc., a corqoration organized and in good standing under the laws of the state of California, hereinafter referred to as "ConsultanY'. RECITALS This Agreement is predicated on the following facts: a. City requires consulting services related to providing surveying services for the Grace I Hudson Museum b. Consultant represents that it has the qualifications, skills, experience and properly licensed to provide these services, and is willing to provide them according to the terms of this Agreement. c. City and Consultant agree upon the Scope-of-Work and Work Schedule attached hereto as Attachment "A", describing contract provisions for the project and setting forth the completion dates for the various services to be provided pursuant to thisAgreement. TERMS OF AGREEMENT 1.0 DESCRIPTION OF PROJECT 1.1 The Project is described in detail in ttie attached Scopeof-Work(Attachment"A"). I 2.0 SCOPE OF SERVICES II 2.1 As set forth in Attachment"A". I 2.2. Additional Services. Additional services, if any, shall only proceed upon written agreement between City and Consultant. The written Agreement shail be in the form of an Amendment to this Agreement. 3.0 CONDUCTOF WORK 3.1 Time of Completion. Consultant shall commence performance of services as required by the Scope-of-Work upon receipt of a Notice to Proceed from City and shall complete such services by March 1, 2013. Consultart shall complete the work to the City's I reasonable satisfaction, even if contract disputes arise or Consultant contends it is I entitled to further compensation. 4.0 COMPENSATION FOR SERVICES 4.� Basis for Comqensation. For the performance of the professional services of this Agreement, Consultant shall be compensated on a time and expense basis not to i exceed a guaranteed maximum dollar amount of $8,798.00. Labor charges shall be , based upon hourly biliing rates for the various classifications of personnel employed by Consultant to perform the Scope of Work as set forth in the attached Attachment B, Sitl� PiolVV.yNinnmam��'manba?O.SOOA P/�41':I OI'l . l which shall include all indirect costs and expenses of every kind or nature, except direct I expenses. The direct expenses and the fees to be charged for same shall be as set forth in Attachment B. Consultant shall complete the Scope of Work for the not-to- exceed guaranteed maximum, even if actual time and expenses exceed that amoun[. 4.2 Chanqes. Should changes in compensation be required because of changes to the Scope-of-Work of this Agreement, the parties shall agree in writing to any changes in compensation. "Changes to the Scope-of-Work" ineans different activities than those descnbed in Attachment "A" and not additional time to complete those activities than the parties anticipated on the date they entered this Agreement. ' 4.3 Sub-contractor Pavment. The use of sub-consultants or other services to perform a portion of the work of this Agreement shall be approved by City prior to commencement of work. The cost of sub-consultants shall be included within guaranteed not-to-exceed amount set forth in Section 4.1. 4.4 Terms of Pavment. Payment to Consultantfor services rendered in accordance with this contract shall be based upon submission of monthly invoices for the work satisfactorily perFormed prior to the date of the invoice less any amount already paid to Consultant, which amounts shall be due and payable thirry (30) days after receipt by City. The invoices shall provide a description of each item of work performed, the time expended to perform each task, the fees charged for that task, and the direct expenses incurred and billed for. Invoices shall be accompanied by documentation sufficient to enable City to determine progress made and to support the expenses claimed. 5.0 ASSURANCES OF CONSULTANT 5.1 Indeqendent Contractor. Consultant is an independent contractor and is solely responsible for its acts or omissions. Consultant (including its agents, servants, and employees) is not the Cily's agent, employee, or representative for any purpose. It is the express intention of the parties hereto that Consulhant is an independent contractor and not an employee, joint venturer, or partner of City for any purpose whatsoever. City shall have no right to, and shall not control the manner or prescribe the method of accomplishing those services contracted to and performed by Consultant under this Agreement, and the general public and all governmental agencies regulating such activity shall be so informed. Those provisions of this Agreement that reserve ultimate authority in City have been � inserted soley to achieve compliance with federal and state laws, rules, regulations, and interpretations thereof. No such provisions and no other provisions of this Agreement shall be interpreted or construed as creating or establishing the relationship of employer and employee between Consukant and City. Consultant shall pay all estimated and actual federal and state income and self- employment taxes that are due the state and federal government and shall furnish and pay worker's compensation insurance, unemployment insurance and any other benefits required by law for himself and his employees, if any. Consultant agrees to indemniFy and hold City and its officers, agents and employees harmless from and against any claims or demands by federal, state or local government agencies for any such taxes or benefits due but not paid by Consultant, including the legal costs associated with I defending against any audit, claim, demand or law suit. i I sm i+�rs.�.,�s,en�����.�w.,�,�e+o,aoos � rnc;e�ur� I - - I Consultant warrants and represents that it is a properly licensed professional or I professional organization with a substantial irnestment in its business and that it maintains its own offices and staff which it will use in performing under this Agreement. 5.2 Conflict of Interest. Consultant understands that its professional responsibility is solely � to City. Consultant has no interest and will not acquire any direct or indirect interest that �I would conflict with its performance of the Agreement. Consultant shall not in the performance of this Agreement employ a person having such an irterest. If the City Manager determines that the Consultant has a disclosure obligation under the City's local conflict of interest code, the Consultart shall file the required disclosure form with the City Clerk within 10 days of being notified of the City Manager's determination. 6.0 INDEMNIFICATION 6.1 Insurance Liabilitv. Without limiting Consultart's obligations arising under Paragraph 6.2 I Consultant shall not begin work under this Agreement until it procures and maintains for the full period of time allowed by law, surviving the termination of this Agreement I insurance against claims for injuries to persons or damages to property, which may arise from or in connection with its performance under this Agreement. A. Minimum Scope of Insurance Coverage shall be at least as broad as: 1. Insurance Services Office ("ISO) Commercial General Liability Coverage Form No. CG 20 10 10 01 and Commercial General Liability Coverage — Completed Operations Form No. CG 2037 10 01. 2. ISO Form No. CA 0001 (Ed. 1/87) covering Automobile Liabilily, Code � "any auto"or Code 8, 9 if no owned autos and endorsement CA 0025. 3. Worker's Compensation Insurance as required by the Labor Code of the State of California and Employers Liability Insurance. 4. Errors and Omissions liability insurance appropriate to the consultant's profession. Architects' and engineers' coverage is to be endorsed to include contractual liabili[y. B. Minimum Limits of Insurance Consultantshall maintain limits no less than: ' 1. General Liabilitv $9,000,000 combined single limit per occurrence for I� bodily injury, personal injury and property damage including operations, I products and completed operations. If Commercial General Liability � Insurance or other form with a general aggregate limit is used, the general aggregate limit shall apply separately to the work performed under this Agreement, or the aggregate limit shall be twice the prescribed per occurrence limit. 2. Automobile Liabilitv: �1,000,000 combined single limit per accident for bodily injury and property damage. cm a�ors.��siw��..�����o-uo����mQ�o_�aoe enccioFv - - I I ', 3. W rker's Com ensation and Em lo ers Liabili : Worker's com ensation I • � r v � limits as required by the Labor Code of the State of California and Employers Liability limits of$1,000,000 per accident. 4. Errors and Omissions liabili[v: $1,000,000 per occurrence. ! C. Deductibles and Self-Insured Retentions Any deductibles or self-insured retentions must be declared to and approved by the City. At the option of the City, either the insurer shall reduce or eliminate such deductibles or self-insured retentions as respects to the City, its officers, officials, employees and volunteers; or the Consultant shall procure a bond guaranteeing payment of losses and related investigations, claim administration and defense expenses. ii D. Other Insurance Provisions The policies are to contain, or be endorsed to contain, the following provisions: 1. General Liabilitv and ALtomobile Liabiftv Coveraqes a. The City, it officers, officials, employees and volunteers are to be covered as additional insureds as respects; liability arising out of activities performed by or on behalf of the Consultant, products and completed operations of the Consultant, premises owned, occupied or used by the Consultant, or automobiles owned, hired or borrowed by the Consultant for the full period of time allowed by law, surviving the termination of this Agreement. The coverage shall contain no special limitations on the scopeof-protection afforded to the City, its officers, officials, employees or volunteers. b. The ConsultanYs insurance coverage shall be primary insurance as respeds to the City, its officers, oificials, employees and volunteers. Any insurance or self-insurance maintained by the i City, its officers, officials, employees or volunteers shall be in I excess of the ConsuKanYs insurance and shall not contribute with it. c. Any failure to comply with reporting provisions of the policies shall not affect coverage provided to the City, its officers, officials, employees or volunteers. d. The ConsuRanYs insurance shall apply separately to each insured against whom claim is made or suit is brought, exceptwith respect to the limits of the insurer's liability. 2. Worker's Compensation and Emplovers Liabilitv Coveraqe The insurer shall agree to waive all rights of subrogation against the City, its officers, officials, employees and volunteers for losses arising from ConsultanYs performance of the work, pursuant to this Agreement. sa..r,ars.-.:,�:«<m.���->��,..�,�,�zo.zoos . Pnceaor� i i 3. Professional Liabiitv Coverape I If written on a claims-made basis, the retroactivity date shall be [he effective date of this Agreement. The policy period shall extend from March 1, 2013 thru March 1, 2014. 4. All Coverack:s Each Insurance policy required by this clause shall be endorsed to state that coverage shall not be suspended, voided, canceled by either party, reduced in coverage or in limits except after thirry (30) days prior written notice by certified mail, return receipt requested, has been given to the City. E. Acceptabili[v of Insurers Insurance is to be placed with admitted California insurers with an A.M. BesYs rating of no less than A-for financial strength, AA for long-term credit rating and AMB-1 for short-term credit rating. F. Ver'rfication of Coveraae Consultant shall furnish the City with Certificates of Insurance and with original Endorsements effecting coverage required by this Agreement. The Certificates and Endorsements for each insurance policy are to be signed by a person authorized by that insurer to bind coverage on its behalf. The CeRifcates and Endorsements are to be on forms provided or approved by the City. Where by statute, the Citys Workers' Compensation - related forms cannot be used, equivalent forms approved by the Insurance Commissionera�e to be substituted. All Certificates and Endorsements are to be received and approved by the City before Consultant begins the work of this Agreement. The City reserves the right to require complete, certified copies of all required insurance policies, at any time. If Consultant fails to provide the coverages required herein, the City shall have the right, but not the obligation, to purchase any or all of them. In that event, the cost of insurance becomes part of the compensation due the contractor after notice to Consultant that City has pad the premium. G. Subcontractors Consultant shall include all subcontractors or sub-consultants as insured under its policies or shall furnish separate certificates and endorsements for each sub- contractor or sutrconsultar�. All coverage for sub-contractors or sub-corsultants shall be subject to all insurance �equirements setfoRh in this Paragraph 6.1. 6.2 Indemnification. Notwithstanding the foregoing insurance requirements, and in addition thereto, Consultant agrees, for the full period of time allov�d by law, surviving the termination of this Agreement, to indemnify the City for any claim, cost or liability that arises out of, or pertains to, or relates to any negligent act or omission or the willful misconduct of Consultant in the performance of services under this contract by Consultant, but this indemnity does not apply to liability for damages for death or bodily injury to persons, injury to property, or other loss,arising from the sole negligence, willful misconduct or defects in design by the City, or arising from the active negligence of the Ciry. s�e-n�h,.cs.u�.Y�=���.n�����»ta�o.'uw vnceyot'� - j "Indemnify," as used herein includes the expenses of defending against a claim and the payment of any settlement or judgment arising out of lhe claim. Defense costs include all costs associated with defending the claim, including, but not limited to, the fees of attorneys, investigators, consultants, experts and expert witnesses, and litigation expenses. References in this paragraph to City or Consuitant, include their officers, employees, agents, and subcontracbrs. 7.0 CONTRACT PROVISIONS 7.1 Ownershio of Work. All documents furnished to Consultant by City and all documents or reports and supportive data prepared by Consultant under this Agreement are owned and become the property of the City upon their creation and shall be given to City immediately upon demand and at the completion of ConsultanCs services at no additional cost to City. Deliverables are identified in the Scope-of-Work, Attachment "A". All documents produced by Consultant shall be furnished to City in digital format and hardcopy. Consultant shall produce the digital format, using software and media approved by City. 7.2 Governinq Law. Consuftant shall comply with the laws and regulations of the United States, the State of California, and all local governments having jurisdiction over this Agreement. The interpretation and enforcement of this Agreement shall be governed by California law and any action arising under or in connection with this Agreement must be filed in a Court of competent jurisdiction in Mendocino County. 7.3 Entire Aqreement. This Agreement plus its Attachment(s) and executed Amendments set forth the entire understanding between the parties. 7.4 Severabiitv. If any term of this Agreement is held invalid by a court of competent jurisdiction,the remainder of this Agreement shall remain in effect. 7.5 Modifcation. No modification of this Agreement is valid unless made with the agreement of both parties in writing. 7.6 Assiqnment. ConsultanYs services are considered unique and personal. ConsulTant shall notassign, transfer, or sub-contract its interest or obligation under all or any portion of this Agreement without City's prior written consent. 7.7 Waiver. No waiver of a breach of any covenant, term, or condition of this Agreement shall be a waiver of any other or subsequent breach of the same or any o[her covenant, term or cond'Rion or a waiver of the covenant,term or conddion itself. 7.8 Termination. This Agreement may only be terminated by either party: 'I) for breach of the Agreement; 2) because funds are no longer available to pay Consultant for services provided underthis Agreement; or 3) City has abandoned and does not wish to complete the project for which Consultant was retained. A party shall notify the other party of any alleged breach of the Agreement and of the action required to cure the breach. If the breaching party fails to cure the breach within the time spec'rfied in the notice, the contract shall be terminated as of that time. If terminated for lack of funds or abandoronent of the project, the contract shall terminate on the date notice of termination is given to Consultant City shall pay the Consultant only for services se-v��rs.�hR..n.��r u�.��e.�ta.�noa I'l�4F.4 UI'] �_ - I II i ! performed and expenses incurred as of the effective termination date. In such event, as a condition to payment, Consultant shall provide to City all finished or unfinished documents, data, studies, surveys, drawings, maps, models, photographs and reports prepared by the Consultant under this Agreement. Consultant shall be entitled to i receive just and equitable compensation for any work satisfactorily completed i hereunder, subject to off-set for any direct or consequential damages City may incur as a result of ConsultanYs breach of contract. 7.9 Duqlicate Oriqinals. This Agreement may be executed in duplicate originals, each ' bearing the original signature of the parties. When so signed, each such document shall be admissible in administrative or judicial proceedings as proof of the terms of the Agreement beiween the parties. 8.0 NOTICES Any notice given under this Agreement shall be in writing and deemed given when personally delivered or deposited in the mail (certified or registered) addressed to the parties as follows: CITY OF UKIAH RAU AND ASSOCIATES, INC. DEPT. OF COMMUNITY SERVICES MR. GEORGE C. RAU, P.E. 300SEMINARYAVENUE 100 NORTH PINESTREET UKIAH, CALIFORNIA 95482-5400 UKIAH, CA 95482 9.0 SIGNATURES IN WITNESS WHEREOF, the parties have executed this Agreement the Effective Date: I CONSULTANT i BY. �%✓G'� ;�i�'G<< :�v '�'��; ` Date PRINT NAME: ✓��il�"!� ' !-.`-%�•=•' ��F. - "j.< " IRS IDN Number � CITY OF UKIAH � ' BY: � � � / Date ' CITY MANAGER ATTEST / �( 6 ���� � � ��C� � i�� �lsli:3 i CITY CLERK Date i sm r,aia�.m��,�.=m-no�<��,��a,'-uan vnce�or� � i GEORGEC'RAU.FE. � ` N��.�.Gi.">���Y �� �� I � � i � � JAVIERJ.PAII AND ASSOCIATES INC. �.:L'�u!odul N i y��—_..��.._...�..._�.� .��������..��.��_��T�� aoce�vwceHr,r+.e. ��,�p�ENGI��[ERS�LA�\�D SURVBYOFS CpTMYA,MCKEON,P.E. January 24, 20�3 Mary Horger, Purchasing Supervisor ' City of Ukiah 411 West Clay Street I Ukiah, C/�95462 �� m ho rger@cityofu k iah.com RE: FEE PROPOSAL FOft GRACE HUDSON MUSEUM APN 002-281-26; 431 S. MAIN STREET, UKIAH Dear Ms. Horger: This is lo respond to your request for proposal dated January 13, 2013 for surveying services in �'I connection with the referenced project , Task 1: Base Sco�e of Services ' 1, We will be locate the property corners of the referenced property. Where the property corners do ' not exisl, we will set replacemenl corners, since all of the corners were monumented previously by a map filed in Map Case 2, Drawer 38, Page 47, Mendocino County Records. The deed referenr.e is 1980 and the map is dated August, 1981, so it assumed there were no additions fo the properry since 1980. Corner Records will have to be filed with the County Surveyor's Office � for each monument replaced. ?. A topographic map will 6e prepared of the entire grounds, including: a) Buildings and Structures— building outline, comers,window localions, doorway localions, and projected roof outlines. b) Trees over 6"dbh and spot elevafions a� base of trees. c) Driveway and walkway details(elevations and layout)at points of enUy[o the property. d) Right of Way lines along Clay Street Frontage and Main Street Frontage, toge�her with edge of curbs, flowlines of gutters, and back of sidewalks with elevations at 50 foot intervals. e) Outllne of existing paths and shrub beds, with spot elevalions, and locatlons o` monuments/plaques. f) Existing fencelines showing angle points and points at 50 foot intervals or midpoints between angle points. �7) Contours at 6" (0.5 foot) interoals, with spot elevalions at doorways, building comers, paths and driveway entrances or walkway entrances to the grounds. h) Utility location based upon visi6le utility elements and upon maps of the various utilities and upon any building plans available. Natural gas, electrical, sanitary seever, fire protection water main and hydrants, telephone, drainage structures and open channels, and a spring are induded. The sprinkler irrigation lines are not included, although visible sprinkler heads wiil be mapped. �.) Layout of existing parking lot. Deliverables: CAD drawings in electronic format(Civil 3D)and 3 hard copies of[he map. 100 NORTH PINE STREET • � UKIAH,CALIFORNIA 95482 • 707•462-6536 • FA%707-463-2729 wWw.rauantlassoacom I J i Mary Ho�gcr,January 24,20t3 Pa9e 2 �, I OAtional 7ask : Titlo Report and Easemnnt Survev I Usually, when a bullding is to be expanded or constructed, a title report is obtained to discover if there are any easements of record which may affect ihe building plans. Although this task has not been included, Rau and Associates, Inc. can perform the task and add the mapping of any easemznts to ihe map described above. Experience in the Area Rau and Associates, Inc. has been in business for 50 years in the City of Ukiah. Many records of surveys �. and ALTA maps have been prepared over this time period. Surveys have recently been completed on . ihe railroad sta�ion just north of this project, and along t�e railroad right-of-way, where iwo of [he I monumenls of the boundary for the requested survey have been found (2013). Our surveys are set up on � the California Grid System, which makes it easy to convert into data entry for the City GIS system. We i propose to use the same basis for the Grace Hudson Museum Project. ', i Additional laformation Reduired from City ', • Any construction drawings of Museum Buildings(may show utility routes to lhe buildings from the ' streel or from other parts of the building which can be added to tne map specified.) �I • Any construclion drawings ot ihe parking lot(may show tlreinage structures) • Any public utility maps relevant to[he subject property. � • Title Report if the optional task is desired. A cost to add easemeMs cannot be estimated until the �� Title Report is reviewed. i Pr000sed Maximum Not-to-excead Foe � We propose to perform the survey work and produce Ihe deliverables for a fee �ot to exceed$6,788.The cost of replacement of any missing monuments is $670 each, inclutlir.g Corner Record and setting the monument. This cost is in addition to base mapping fee of 56,788. If if is a;sumed that three monuments will have to be replaced and three wrner records prepared and filed, the total nol-b-exceed amount is $8.798. Pronosed Schedule � It is anticipated that it will take us approximately 2 weeks to camolete and submit the Base Preliminary Topographic and Boundary Survey Map for review by City of Ukiah after we have be2n authorized to proceed. We anticipate corcpleting any required changes to lhe submitted Preliminary Map within three working days of receipt of comments. Schedule of Fees: Attached Thank you ror this opportunity to be of service. I I I � Mary Horgr.r,January 24.2013 Page 3 UBfY IfUIY y0Uf5, .� Q�pFESSr�h, ;:;r'%�i;i< <- fr�.2cc-. 4.� (�GE � ��F ; ��� R'yG� George C. Rau, President , �' 6E710.• m Rau and Associates, Inc. '�, � Erp,�9-30•'��'� � Registered Civii Engineer 21908 * c �„ * Expires 09-30-2013 Attachment: sj.F�1FCHN�� r Schedule of Fees#31 q�F pp�py�F� i �TYdc_tl�-t:i..i� `� � „ SCfiEDULE OF FEES -Table 31 �i[ec2ive Octooer 1,29t2 � Registe,rod Civil Gngineer Prir.�ioal $7gL,pp/ry�_ Sanior Fteyie:efaa C1vil Enginee� 145.00lhr. AssoCiate Civil E.^,gine2r 11.0.001hr. Frcjact Nlanage, 102.ODf�.r. L=_rd Sun�eyor 90.001;^.r. �abSorvey Manager ?12.00ihr. Stzf`. Gnaineed�taff Suneyor �4.00ihr. 'Na�ar Poltuliur.Cor3ra7 D.!anagc-r(P4�/) i40,00/hr_ QSOlUSP Specia!ist(i\on FVJ) 110.00lhr_ Instrumer�t OpE:rator(PVJ) 104.00;hr. .Rudman(PW) 3200Inr. Materials Tester InciuAing P'N(m,iqea�gaupe chrs�ge may 5pply) 116.00Ihr. Consirurtion Irspedor(PW) 128.00,"hr. 7echnlcian IV 72.OQ�hr. � Technician til h6.00!hr_ Te;:nnici2r,��.�� 34.00rhr. :echnician I 38AU�hr. A6minisiratior, ��8.00lnr. Vehicfe Use(suqjeci to change due to Internal Revenuc Stantlards� 0.555Irnile butsida Services uvcr 31;JC-0 Cast f 5°0 OUtsld'v SerAc��Gniier S1,Pi00(Aggregdle alnpur�.) Cos!+15ia Expert Wifnc:ss/Testiorony 2f Trial,Deposi!ion,Ar6itratim 5250.00/nc(4 hour minimum) Laboratory 7ests: :tu�� � �� i , , �cur, � Hn � $45.00lea- � zd Ci:y b u i i�--.'i � t6'�I il ua b�ru����ip ar"e3} 35.00iea. San�Equivaleo=(C7t�A 2171 110DOIca. Sieve Analysis�Coarsc.4ggregate,(CTM 202) 50.00;ez. Sieve Analysis-F(ne Aggregale(C7M 7.02) UC.00,'ea. Atazimum�n�Lensii,(AS7�d L'1557} I ."Noltl 205.0�/ea. I e"'N1olr� 235.00/ea I ?�laximum Dry Deosiy(ASTM D698) 190.00!ea. . Maxl;lwm Wet Densiry(CTib12�e) 235.00lea. i Uni[W d�ghi cf Agqraga;e (CTM 212) � hAafhoc A o-:3 SS.00iea. MeE�od C 39.00lea. Crushed Perticle Analysis(�:��n 2G5) u7AGlea. Geanne.ss Va�ue(C7�t 22'1 67.00,�ea. Durability Ind2z-Coarse (G7M 229) 740.00lea. Dura6ility Intleri-Fnc(CTtif 229) 220.CC!ea, ' Spa.ilie Graviq�&Absorptior(CT�e1 206) 90.00;ca. Plastwi!y fndex f.�ST�1A 4316) 162.CO/ea- ' Ex;,ans'ion Icdez!U�C Staatlard t9-2) 1�O.00le�- Uni[VJeiyht o;Fresn C�ncrcte(C7M 518) Technician Ho�rly Rate 6all Penetraf:on(C I U�h33) Technician Houdy Ra?e Air Conienl of Resh Conr.rete(CTM 504) Tecnnic�an Hourly Ratr. Samplc('reparaC�.on Tim?c Technfcian Houdy Ra[e Specia! G-quipn�eF�t Rates: Supplemental Billings: Gomp�ler,Aidctl�esir,n Su1!�var- 510.00Ihr. Enqineering Copies 24 X 36 51.00lshee� ^fuciaar3c.:cF $1001perday` "agineeCn�Copies 1aX23 52.00lshee[ A!!Terc.=.In Vcd�.ICL-. $45.OGIper tl2y A�sessor's tdap Capies 32.(l0/eh=et G?S Equ�prner�t 5600;per day' S�.;rvey Monuments 53AOleach Rc�oti: lota SLiion 520Clperday' Sleei Fence Po5[5 SB.00.!cach 'Or,e Day Minimum Char�e Invoices vail. !�e re��de:etl monthly, as a fina'� or proy^ress hilling, whir.hever appl{e=, antl are payable �pon r°cc�pi, m°�tess a rrtuiva!!y axeptnnle paymsnt schedule has beec est�:b➢shed. Late rees zt a ra�r oF 1 %% por monlli, comi,:teJ anc chargcd n��on'�.hty on the unpaid balances, shall be payable on accounts nct p2`:d wi:hin 30 days fro�n involce d�:E-