HomeMy WebLinkAboutBellinger Foster Steinmetz; 2004-08-26;i. ...
AMENDMENT NO. I TO EXTEND THE AGREEMENT FOR DESIGN OF STAGECOACH PARK
SYNTHETIC TURF FIELD SERVICES
Bellinger, Foster, Steinmetz
This Amendment No. / is entered into and effective as of the /I& day of
&US7 200s, extending the agreement dated August 26, 2004 (the
"Agreement") by and between the City of Carlsbad, a municipal corporation, ("City"), and
Bellinger, Foster, Steinmetz, (a Partnership) ("Contractor") (collectively, the "Parties").
A. The Parties desire to extend the Agreement for a period of One-Year and;
NOW, THEREFORE, in consideration of these recitals and the mutual covenants
contained herein, City and Contractor agree as follows:
1. The Agreement, as may have been amended from time to time, is hereby
extended for a period of One-Year ending on August 25,2006.
2. All other provisions of the Agreement, as may have been amended from time to
time, shall remain in full force and effect.
3. All requisite insurance policies to be maintained by the Contractor pursuant to the
Agreement, as may have been amended from time to time, shall include coverage for this
Amendment.
... ...
...
...
...
... ...
...
...
...
...
...
...
1
City Attorney Approved Version W5.22.01
4. The individuals executing this Amendment and the instruments referenced 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 hereof of this Amendment.
CITY OF CARLSBAD, a municipal
@ Manager&Mayw
(pi7nt' n ame/tit le)
/%&V@. ~*Fs~.ilBLy ATTEST:
(e-rdiit address) -
**By: LORRAINE M. WO
City Clerk
(sign here)
(print name/title)
(e-mail address)
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 R. BALL, City Attorney
BY: j Deputy City Attorne
2
City Attorney Approved Version #05.22.01
AGREEMENT FOR DESIGN OF STAGECOACH PARK SYNTHETIC TURF FIELD
SERVICES
Bel I i nger Foster Steinmetz
THIS AGREEMENT is made and entered into as of the AG-kX, day of
, 20&, by and between the CITY OF CARLSBAD, a municipal
ity"), and Bellinger Foster Steinmetz, a Partnership, ("Contractor").
RECITALS
A. City requires the professional services of a Landscape Architect that is
6. Contractor has the necessary experience in providing professional
C. Selection of Contractor is expected to achieve the desired results in an
D. Contractor has submitted a proposal to City and has affirmed its
experienced in Synthetic Turf Sports Field Design.
services and advice related to Design of Synthetic Turf Installation at Stagecoach Park.
expedited fashion.
willingness and ability to perform such work.
NOW, THEREFORE, in consideration of these recitals and the mutual covenants
contained herein, City and Contractor agree as follows:
1. SCOPE OF WORK
City retains Contractor to perform, and Contractor agrees to render, those services (the
"Services") that are defined in attached Exhibit "A', which is incorporated by this
reference in accordance with this Agreement's terms and conditions.
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 Year from the date first
above written. The City Manager may amend the Agreement to extend it for One
additional One year periods or parts thereof in an amount not to exceed Sixty-eight
Thousand dollars ($68,000.00) per Agreement year. Extensions will be based upon a
satisfactory review of Contractor's performance, City needs, and appropriation of funds
by the City Council. The parties will prepare a written amendment indicating the
effective date and length of the extended Agreement.
4.
Time is of the essence for each and every provision of this Agreement.
TIME IS OF THE ESSENCE
5. COMPENSATION
City Attorney Approved Version #04.01.02
I
The total fee payable for the Services to be performed during the initial Agreement term
will be Sixtv-eight Thousand dollars ($68,000.00). No other compensation for the
Services will be allowed except for items covered by subsequent 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
City Attorney Approved Version #04.01.02
2
including attorneys fees arising out of the performance of the work described herein
caused in whole or in part by any willful misconduct or negligent act or omission of the
Contractor, any subcontractor, anyone directly or indirectly employed by any of them or
anyone for whose acts any of them may be liable.
The parties expressly agree that any payment, attorney's fee, costs or expense City
incurs or makes to or on behalf of an injured employee under the City's self-
administered workers' compensation is included as a loss, expense or cost for the
purposes of this section, and that this section will survive the expiration or early
termination of this Agreement.
IO. 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-:VI.
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 Liabilitv. 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
3
10.1.4 Professional Liability. Errors and omissions liability appropriate to
Contractor’s profession with limits of not less than $1,000,000 per claim. Coverage must
be maintained for a period of five years following the date of completion of the work.
10.2. Additional Provisions. Contractor will ensure that the policies of insurance
required under this Agreement contain, or are endorsed to contain, the following
provisions:
10.2.1 The City will be named as an additional insured on General
Liability.
10.2.2 Contractor will obtain occurrence coverage, excluding Professional
Liability, which will be written as claims-made coverage.
10.2.3 This insurance will be in force during the life of the Agreement and
any extensions of it and will not be canceled without thirty (30) days prior written notice
to City sent by certified mail pursuant to the Notice provisions of this Agreement.
10.3 Providing Certificates of Insurance and Endorsements. Prior to City’s execution
of this Agreement, Contractor will furnish certificates of insurance and endorsements to
City.
10.4 Failure to Maintain Coverage. If Contractor fails to maintain any of these
insurance coverages, then City will have the option to declare Contractor in breach, or
may purchase replacement insurance or pay the premiums that are due on existing
policies in order to maintain the required coverages. Contractor is responsible for any
payments made by City to obtain or maintain insurance and City may collect these
payments from Contractor or deduct the amount paid from any sums due Contractor
under this Agreement.
10.5 Submission of Insurance Policies. City reserves the right to require, at anytime,
complete and certified copies of any or all required insurance policies and
endorsements.
11. BUSINESS LICENSE
Contractor will obtain and maintain a City of Carlsbad Business License for the term of
the Agreement, as may be amended from time-to-time.
12. ACCOUNTING RECORDS
Contractor will maintain complete and accurate records with respect to costs incurred
under this Agreement. All records will be clearly identifiable. Contractor will allow a
representative of City during normal business hours to examine, audit, and make
transcripts or copies of records and any other documents created pursuant to this
Agreement. Contractor will allow inspection of all work, data, documents, proceedings,
4 City Attorney Approved Version #04.01.02
and activities related to the Agreement for a period of three (3) years from the date of
final payment under this Agreement.
13. OWNERSHIP OF DOCUMENTS
All work product produced by Contractor or its agents, employees, and subcontractors
pursuant to this Agreement is the property of City. In the event this Agreement is
terminated, all work product produced by Contractor or its agents, employees and
subcontractors pursuant to this Agreement will be delivered at once to City. Contractor
will have the right to make one (1) copy of the work product for Contractor’s records.
14. COPYRIGHTS
Contractor agrees that all copyrights that arise from the services will be vested in City
and Contractor relinquishes all claims to the copyrights in favor of City.
15. NOTICES
The name of the persons who are authorized to give written notices or to receive written
notice on behalf of City and on behalf of Contractor under this Agreement.
For Citv: For Contractor:
Name Dale A. Schuck Name Larry Foster
Title Public Works Supervisor Title Partner
Department P.W. / Gen. Services
City of Carlsbad Monterey, CA 93940
Address 299 Cannery Row
Address 405 Oak Avenue Phone No. (831) 646-1383
Carlsbad, CA 92008
Phone No. 1760) 434-2949
Each party will notify the other immediately of any changes of address that would
require any notice or delivery to be directed to another address.
16. CONFLICT OF INTEREST
City will evaluate Contractor’s duties pursuant to this Agreement to determine whether
disclosure under the Political Reform Act and City’s Conflict of Interest Code is required
of Contractor or any of Contractor’s employees, agents, or subcontractors. Should it be
determined that disclosure is required, Contractor or Contractor’s affected employees,
agents, or subcontractors will complete and file with the City Clerk those schedules
specified by City and contained in the Statement of Economic Interests Form 700.
Contractor, for Contractor and on behalf of Contractor’s agents, employees,
subcontractors and consultants warrants that by execution of this Agreement, that they
have no interest, present or contemplated, in the projects affected by this Agreement.
City Attorney Approved Version #04.01.02 5
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 (1 0) 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.
6 City Attorney Approved Version #04.01.02
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 7
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. ... ...
... ...
... ...
... ...
... ...
... ...
... ...
... ...
... ...
... ...
... ...
8 City Attorney Approved Version #04.01.02
26. AUTHORITY
The individuals executing this Agreement and the instruments referenced in it on behalf
of Contractor each represent and warrant that they have the legal power, right and
actual authority to bind Contractor to the terms and conditions of this Agreement.
CONTRACTOR CITY OF CARLSBAD, a municipal
corporation of the State of California
*BY (sign here By:&&L
City Manager or Mayor
* **By: (sign here) I
(print n ame/t it le)
(e-mail address)
WCL%RL44M7W
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
Othetwise, the corporation must attach a resolution certified by the secretary or
assistant secretary under corporate seal empowering the officer(@ signing to bind the
corporation.
APPROVED AS TO FORM:
RONALD R. BALL, City Attorney
By: I
' Deputy City Ahrney
City Attorney Approved Version #04.01.02 9
CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT
State of California
Name@) of Signer@)
0 personally known to me
proved to me on the basis of satisfactory
evidence
to be the person(s) whose name(s) Mare
subscribed to the within instrument and
acknowledged to me thatAe/sk/they executed
the same in hk&er/their authorized
capacity(ies), and that by k/her/their
signature(s) on the instrument the person(s), or
the entity upon behalf of which the person(s)
acted, executed the instrument.
Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent
fraudulent removal and reattachment of this form to another document.
Document Date:
Signer(s) Other Than Named Above:
Capacity(ies) Claimed by Signer
0 Partner - 0 Limited 0 General
0 Attorney-in-Fact
3 Guardian or Conservator
Signer Is Representing:
0 1999 National Notary Association * 9350 De Soto Ave., P.0 Box 2402 Chatsworth, CA 91313-2402 www.nationalnotaryorg Prd. No, 5907 Reorder Call Toll-Free 1-800.876-6827
EXHIBIT “A”
SCOPE OF SERVICES
STAGECOACH PARK SYTHETIC TURF FIELD DESIGN
Design Services
1. Provide pre-design survey of the field.
2. Provide plans for grading, earthwork quantities, utility relocation, drainage
installation and all other associated construction of the project. The
designer shall provide partial submittals for review at 75%, 90% and 100%
completion for review by the City of Carlsbad. Final plans are to be
provided on Mylar sheets sized 24” x 36” in an acceptable format to the City
of Carlsbad, wet stamped by a Licensed Landscape Architect, and
AutoCAD drawings are to be provided. After construction, the Architect will
conform the Mylar drawings to the record conditions based upon the
Construction Contractor’s representation of the actual construction and
shall erase the originals and show all changes with clouding and deltas.
3. The Architect shall provide a set of AutoCAD drawings showing the record
conditions. The City of Carlsbad agrees that these Construction Document
Plans that are provided in an electronic format are provided as a courtesy
to the City of Carlsbad and do not constitute the professional work product
of the architect. Only the signed paper prints constitute the Architect’s
professional work product and because the electronic file may be altered,
the paper prints must be referred to for the original and correct information.
If there are any differences between the signed paper prints and the
electronic file, the paper prints shall control. The Architect shall not be held
responsible for any modifications made to the electronic file or for any
information derived from the electronic file that have not been reviewed,
signed and sealed by the Architect.
4. Provide specifications and bid documents including bid alternatives and
construction estimates for engineered base versus polymer stabilized base
construction methods, in-fill rubber versus in-fill rubber and sand blended
materials, synthetic turf infield versus standard earthen infield materials,
drainage methods and materials, artificial turf and rubber materials
specifications, permeability specifications, warranty specifications and
advice on other alternative construction issues. The designer shall provide
partial submittals for review at 75%, 90% and 100% completion for review
by the City of Carlsbad.
City Attorney Approved Version #04.01.02
10
5. Attend meetings including design meetings with City Staff, Pre-construction
meetings, Project meetings when appropriate, and a Project Review
meeting at the end of the project to discuss various aspects of the project
and provide feedback for future synthetic turf projects in the City of
Carlsbad.
Construction Support
1.
2.
3.
4.
Review technical submittals including synthetic turf and pad systems, infill
rubber and/or sand, engineered base materials, drainage materials, liner
materials, and any other specialty items needed for the completion of the
field.
Provide as needed construction advice as requested to the Project
manager on ongoing project issues.
Perform review of the manufacture of the turf at the manufacturing plant
prior to shipment to the project.
Perform field reviews of the project prior to installation of drainage system
and prior to installation of synthetic turf. Perform final reviews of the
installed field and provide G-max compliance testing for the City.
Prosecution of Work
1. The design firm shall prosecute the work and shall complete the design
phase within 120 days after the Notice to Proceed is issued. The
Contractor shall not be held responsible for delays beyond their reasonable
control .
2. Construction of the project is tentatively scheduled for January 2005.
Construction support is tentatively scheduled to end in June 2005.
Compensation
Compensation Schedule shall be as follows:
1. Conceptual Design
2. Preliminary Design
3. Construction Documents
None
$1 0,500.00
$34,500.00
City Attorney Approved Version #04.01.02
11
4. Bidding and Construction Support $1 5,000.00
5. Survey $3,500.00
6. Reimbursable Budget
Total Compensation Not to Exceed
$4 , 500.00
$68,000.00
Hourly Rates and Reimbursable Expenses
Per attached Standard Schedule of Compensation dated October 2003. All costs
for photography, printing, special delivery, insurance certificate charges,
horticultural soils analysis, City business licenses and fees, consultant services,
and all other costs directly related to the project will be billed as a reimbursable
expense at cost plus a fifteen percent administrations charge.
(Schedule Attached)
City Attorney Approved Version #04.01.02
12
Standard Schedule of Compensation
Ocfober 2003
GENERAL
The following list of fees and reimbursable expense items shall be used in providing
services within our agreement and may be annually adjusted, upon issuance of an
updated Standard Schedule of Compensation:
Principal
Associate
Project Manager
Landscape Architect
Assis tan t
Designer
Word Processor/Clerical
$135 /hour
$97 /hour
$90/hour
$80 /hour
$75 /hour
$&/hour
$52 /hour
ADDITIONAL SERVICES
Any additional presentations, drawings or documents not identified in the Scope of
Services will be considered additional services. Additional services are provided only
with prior authorization and on an hourly basis unless otherwise approved.
REIMBURSABLE EXPENSES
All costs for photography, printing and plotting, special delivery, insurance certificate
charges, local business licenses, sales tax, assessments, fees, mileage, CADD and visual
simulation ancillary costs, such as data transfers, tapes and outside services, consultants,
and all other costs directly related to the project will be accounted as a reimbursable
expense at our cost plus a fifteen percent administration charge.
299 Cannery Row, Monterey CA 93940 - PH 831.646.1383 + FX 831.373.8653 EM go@bfsla.com - LIC CLA 3099