HomeMy WebLinkAboutDahl Taylor & Associates Inc; 2004-09-16;..
AMENDMENT NO. 1 TO EXTEND AND AMEND AGREEMENT FOR COLE LIBRARY HVAC
DESIGN SERVICES
(Dahl, Taylor & Associates)
This Amendment No. 1 is entered into and effective as of thed?a day of
, 200,,5, extending and amending the agreement dated
September 16, 2004 (the “Agreement”) by and between the City of Carlsbad, a municipal
corporation, (“City”), and Dahl, Taylor & Associates Inc., (“Contractor”) (collectively, the
“Parties”) for Cole Library HVAC Replacement Design Services.
A. The Parties desire to alter the Agreement’s scope of work to include development
of design specifications for the replacement of a centrifugal chiller at the Safety and Service
Center and to extend the Agreement for a period of One -Year; and
B. The Parties have negotiated and agreed to a supplemental scope of work and
fee schedule, which is attached to and incorporated in by this reference as Exhibit “A, Scope of
Services and Fee.
NOW, THEREFORE, in consideration of these recitals and the mutual covenants
contained herein, City and Contractor agree as follows:
1. That the Agreement, as may have been amended from time to time, is hereby
extended for a period of One-Year ending on September 16,2006.
2. In addition to those services contained in the Agreement, as may have been
amended from time to time, Contractor will provide those services described in Exhibit “A’.
3. City will pay Contractor for all work associated with those services described in
Exhibit “A on a time and materials basis not-to-exceed Seven Thousand dollars ($7,000.00).
Contractor will provide City, on a monthly basis, copies of invoices sufficiently detailed to include
hours performed, hourly rates, and related activities and costs for approval by City.
4. Contractor will complete all work described in Exhibit “A by September 16, 2006.
5. All other provisions of the Agreement, as may have been amended from time to
time, will remain in full force and effect.
6. All requisite insurance policies to be maintained by the Contractor pursuant to the
Agreement, as may have been amended from time to time, will include coverage for this
Amendment.
...
...
...
City Attorney Approved Version M5.22.01
1
7. The individuals executing this Amendment and the instruments referenced in it
on behalf of Contractor each represent and warrant that they have the legal power, right and
actual authority to bind Contractor to the terms and conditions of this Amendment.
CITY OF CARLSBAD, a municipal
-
ATTEST:
*c;38+LI
i
LORRAINE M. WOO@ .<$I I1 I I. City Clerk
(print namdtitlep 5,cw~733Ry
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.
*wmwp B.
w-9 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:
peputy City Att6rw
City Attorney Approved Version #05.22.01
2
Ex ti ID Tf "A It
www.dohltoylor.com
engineering@dohltoylor.com
Son Jose
10s Angeles
San Diego
Santa Ana
PIASII ilti*ii*n*
i~*BI5AOI~lsl
4QMC*B**IPIBP
Y D 8 El L * E. P * li * " B
**d%dB*t*tO**
August 4,2005
Mr. Dale A. Schuck
City of Carlsbad Public Works
405 Oak Avenue
Carlsbad, CA 92008
(760) 720-9562Fax
(760) 434-2949
City of Carlsbad Safety Center Chiller Replacement
2560 Orion Way, Carlsbad, CA
Dear Mr. Schuck,
We are pleased to provide you our Engineering Services for the referenced
project. The following project description is our understanding of your request for
engineering services.
Project Description
The Public Safety Center of the City of Carlsbad, located at 2560 Orion Way,
was built 1986. The 90-ton water chiller serving the heating, ventilation and air
conditioning (HVAC) system is almost 20 years old and requires replacement.
The City of Carlsbad is soliciting a proposal to provide engineering support
services for the bid and construction of the chiller replacement project.
Dahl, Taylor & Associates propose to provide following services:
1. Scope of Work Development, sketches, cost estimates and specifications for
the bid documents
2. Participation in the bid walk site visit and review meeting. 3. Bid evaluation.
4. Pre Construction meeting.
5. Submittal and shop drawing review.
6. Support of Request For Information (RFI) submittals.
Compensation
For the above scope of work, we propose the followings fees:
Engineering Services $6.400.00 Not To Exceed
Reimbursable $500.00 estimated
Extra Services
Changes in the scope of work beyond as described above
1
9899 Hibert Street, Suite A San h'ego, CA 921 31 -1 067 e 858.530.2268 * FAX530.2378
Reimbursable Expenses
Reimbursable expenses are in addition to compensation and include actual
expenditures by the Engineer or his employees in the interest of the project. The reimbursable expenses shall include expenses for but not limited to,
reproductions, CADD plotting, printing, express mailing, delivery charges of
drawings, specifications and reports, mileage charges at $0.39 per mile and fees
for securing approvals of authorities having jurisdiction over the project. The
reimbursable expenses will be charged at cost plus 15%.
Invoice and Payments
At the end of each calendar month during which work is performed, Dahl, Taylor
and Associates, Inc. will tender an invoice to you setting forth the amount due.
You shall pay the total amount due under the invoice within thirty (30) days after
receipt of invoices. Accounts over (30) days are subject to a service charge of
1.5% per month on unpaid balances.
Sincerely, w 3.*
Rolando Geniza, P.E.
Manager, San Diego Branch (858) 530-2268 ext. 201
2
AGREEMENT FOR COLE LIBRARY HVAC REPLACEMENT DESIGN SERVICES
DAHL, TAYLOR & ASSOCIATES, INC.
and entered into as of the /6~ day of
between the CITY OF CARLSBAD, a municipal
& ASSOCIATES, INC, a CORPORATION,
("Contractor").
RECITALS
A. City requires the professional services of an Engineer that is experienced
B. 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
in HVAC Retrofitting Design.
services and advice related to HVAC Retrofitting Design.
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 Sixtv-three
Thousand Nine Hundred dollars ($63,900.00) 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
1 City Attorney Approved Version #04.01.02
The total fee payable for the Services to be performed during the initial Agreement term
will be Sixtv-three Thousand Nine Hundred dollars ($63.900.00). 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
(1 0%) 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.
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
IN DEM N l FlC ATlON
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.
10. INSURANCE
Contractor will obtain and maintain for the duration of the Agreement and any and all
amendments, insurance against claims for injuries to persons or damage to property
which may arise out of or in connection with performance of the services by Contractor
or Contractor's agents, representatives, employees or subcontractors. The insurance
will be obtained from an insurance carrier admitted and authorized to do business in the
State of California. The insurance carrier is required to have a current Best's Key Rating
of not less than "A-:VI.
IO. 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 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 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 Liabilitv. 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 wi I I obtain occurrence cove rage, excluding Profess iona I
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
Title: Public Works Supervisor
City of Carlsbad
Address: 405 Oak Avenue
Carlsbad, CA 92008
Phone No.: (760) 434-2949
Name voL& ,UBO m\u
Title 6pmw Hm Am peSmAf~
n cG?a pbPt W(*3 \
Department: General Services Address -949 k!-i m-f sq sy64 .
Phone No. 8% 5 3d -2- 20)
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 (IO) 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
20. TERMINATION
In the event of the Contractor's failure to prosecute, deliver, or perform the Services,
City may terminate this Agreement for nonperformance by notifying Contractor by
certified mail of the termination. If City decides to abandon or indefinitely postpone the
work or services contemplated by this Agreement, City may terminate this Agreement
upon written notice to Contractor. Upon notification of termination, Contractor has five
(5) business days to deliver any documents owned by City and all work in progress to
City address contained in this Agreement. City will make a determination of fact based
upon the work product delivered to City and of the percentage of work that Contractor
has performed which is usable and of worth to City in having the Agreement completed.
Based upon that finding City will determine the final payment of the Agreement.
Either party upon tendering thirty (30) days written notice to the other patty 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
Ag reem en t .
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 f& 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
of execution by contractor
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:
'treputy Citj, dttorney
City Attorney Approved Version #04.01.02
9
EXHIBIT “A”
SCOPE OF SERVICES
Desim Services
1. Attend meetings including design meetings with City Staff, Pre-construction
meetings, Project meetings when appropriate.
2. Provide plans for demolition and removal of equipment, installation of new
equipment, electrical and mechanical modifications, control modifications,
ventilation modifications, building structural repairs, 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
Engineer, and AutoCAD drawings are to be provided. After construction,
the Engineer will conform the Mylar drawings to the As-built conditions and
shall erase the originals and show all changes with clouding and deltas.
The Engineer shall provide a set of AutoCAD drawings showing the As-built
conditions.
3. Provide specifications and assist in preparing bid documents for demolition
and removal of equipment, installation of new equipment, electrical and
mechanical modifications , control mod if ica t ions, ventilation mod ifications ,
building structural repairs, and all other associated construction of the
project, assist in preparing testing and warranty specifications and advise
the Project Manager on other design issues. The designer shall provide
partial submittals for review at 75%, 90% and 100% completion for review
by the City of Carlsbad.
4. Respond to plan check comments as required by reviewing code
authorities. Attend all plan check meetings as required with governing
agencies to obtain approval of plans, if necessary.
Construction Support
1. Review technical submittals including major system components, controls,
specialty materials and any other specialty items needed for the completion
of the project.
2. Provide as needed construction advice to the Project manager on ongoing
project issues.
City Attorney Approved Version #04.01.02
10
3. Perform field inspection during construction for structural stabilization of the
building during demolition for removal and replacement of major system
components.
4. Perform field inspection of the project prior to start-up and testing of the
system. Perform final inspection of the installed HVAC system and review
all compliance testing for the City.
Prosecution of Work
I. The design firm shall obtain and maintain the insurance required by the
City of Carlsbad as detailed on the attached information sheet.
2. The design firm shall prosecute the work and shall complete the design
phase within 180 Working Days after the Notice to Proceed is issued.
3. Construction of the project is tentatively scheduled for early 2005.
Construction support is tentatively scheduled to end in June 2005.
Payment Schedule
1. Design Services 75% $21,000.00
4. Construction Support and Administration $12,000.00
2. Design Services 90% $14,000.00
3. Design Services 100% & Plancheck $12,900.00
Total Fees $59,900.00
Reim bursable Expenses
Reimbursable expenses are in addition to compensation and include actual
expenditures by the Engineer or his employees in the interest of the project. The
reimbursable expenses shall include expenses for but not limited to, reproductions,
CADD plotting, printing, express mailing, delivery charges of drawings, specifications
and reports, mileage charges at $0.35 per mile and fees for securing approvals of
authorities having jurisdiction over the project. The reimbursable expenses will be
charged at cost plus 15%.
Estimate of Reimbursable Expenses $4,000.00
Invoice and Payments
At the end of each calendar month during which work is performed, Dahl, Taylor and
Associates, Inc. will tender an invoice to the City of Carlsbad setting forth the amount due. After approval, the City of Carlsbad shall pay the total amount due under the invoice within thirty (30) days after receipt of invoices. Accounts over (30) days are subject to a service charge of 1.5% per month on unpaid balances.
City Attorney Approved Version #04.01.02
11