HomeMy WebLinkAbout4.12 Kolb Park Landscape Architecture Services 600 -,50
CITY OF DUBLIN
AGENDA STATEMENT
CITY COUNCIL MEETING DATE: July 21 , 1987
SUBJECT Kolb Park Landscape Architectural Services
EXHIBITS ATTACHED A) Agreement for Landscape
Architectural Services for Kolb Park
B) Addendum to Agreement
RECOMMENDATION Authorize Mayor to Execute the Addendum.
FINANCIAL STATEMENT: Reduction in Landscape Architect Contract costs will
be offset by City Public Works inspection costs .
DESCRIPTION At the September 22 , 1986 meeting of the Dublin City
Council , the Council approved the Agreement for Landscape Architectural
Services for Kolb Park (Exhibit A) and authorized the Mayor to execute the
Agreement.
To date , the Consultant has completed all of those duties under Section III
with the exception of Subsection G.
Staff and Consultant met to discuss the performance of inspection services
for Kolb Park outlined in Subsection G. As a result of that meeting , it was
agreed that the consultant should focus inspection efforts on quality
control and that City inspectors would verify compliance with the park plans
and specifications , and City public works standards . It was further agreed
that Section III Subsection G of the Agreement should be revised to reduce
the Consultant inspection and project administrative cost to an , amount not
to exceed $4, 500. This would reduce the cost of the original contract by
$5 , 800.
It is the recommendation of Staff that the Council approve the addendum and
authorize the Mayor to execute the Addendum.
----------------------------------------------------------------------------
COPIES TO:
ITEM N0. / o-_
r
S
h r
CITY OF DUBLIN
AGREEMENT FOR LANDSCAPE ARCHITECTURAL SERVICES :
KOLB PARK _ ..
THIS AGREEMENT, made -and entered into this —day of September, .
1986 at Dublin, County of Alameda, . State. off—California, by and
between City of Dublin through its : duly elected or appointed.
officers, hereinafter called "CITY" and.: Singer & Hodges,' Inc. ,
hereinafter called "CONSULTANT" . .
WITNESSETH: That the CONSULTANT for and. in Sponsideration• of the
covenants, conditions, agreements and to
of the CITY
herein expressed, does hereby agree -to - furnish to the CITY
services and materials, as follows:
SECTION I PROJECT COORDINATION
(A) City
The City Manager ' will be the representative of CITY for all
purposes under this Agreement-- Diane Lowart, Recreation
Director hereby is designated as the PROJECT MANAGER for the
City Manager and shall supervise the progress and execution
of this Agreement and shall be assisted by Lee S. Thompson,
PROJECT ENGINEER. : .
(B) Consultant
Consultant shall assign a PROJECT. DIRECTOR to have overall
responsibility for the progress, and execution of this
Agreement for CONSULTANT. The assignment of personnel shall
be consistent with the proposal submitted by the Consultant
(Exhibit A) . Should circumstances or- conditions subsequent
to the execution of this Agreement -require a substitution,
the personnel substituted shall be' subject to the prior
written approval of the' PROJECT ENGINEER.
SECTION II - SCOPE OF PROJECT
The scope of the project to be executed by CONSULTANT under
this Agreement is as described in Exhibit "A" attached
hereto and made a part hereof.
SECTION III - DUTIES OF CONSULTANT
(A) Design
The total park design shall include items numbered 1 through
4 in Section II 'of Exhibit A. This shall include the usual
professional services of civil, electrical engineering,
landscape architecture, and irrigation as applicable.
(B) Design to Conform to Masterplan
The City Council has adopted a Park Masterplan which
provides preliminary outlines for the development of Kolb
Park. The CITY shall make the Masterplan, supporting
conditions, calculations, sketches, diagrams, and other
useful documents available for use by CONSULTANT. The final
design, plans and specifications shall reasonably conform
to the adopted Masterplan.
(C) Preliminary Plans
CONSULTANT shall prepare preliminary plans, cost estimate
and outline specification. A minimum of five (5) copies of
the documents shall be submitted for review and approval by
PROJECT ENGINEER.
_ _. __ _. .- .. .. ... ..... ,...............ter fT'I19...�nT��wM.±......rT1Y411.11.r"1A 1:•ilWllfOTIC CI'A. ��r 1Z t%-V7 1Sr.A7 n17 ni11'f.`1Pr 7&-1 V S:y:�..ef•. 1t�'•...._ ..
(D) Presentation of Preliminary Plans
CONSULTANT shall ' coordinate .with CITY staff a presentation
of the preliminary plans.
(E) Construction Documents :
-Based on the review and refinements made - by the PROJECT
ENGINEER and PROJECT MANAGER, CONSULTANT shall proceed with
the preparation of bid documents, plans, specifications, and
cost estimate.
. (F) Assistance with Bid Process
The CITY may request the assistance of the CONSULTANT during
the bid process . This may include attendance at the pre-bid
conference, analyzing 'bid submittals, and participation in
the pre-construction conference. CONSULTANT •shall be
available to answer inquiries regarding the plans . &
specifications by contractors and the CITY during -the
bidding period.
(G) Construction. Administration
During the 18 week (90 working day) construction period,
CONSULTANT shall provide on-site construction inspection in
order to determine that the progress and quality of
construction work is in conformance with the construction
documents . This shall include items numbered 5 and 6 in
-Section II of Exhibit A. In . the event that actual
construction exceeds the estimated 90 working day
construction period, CONSULTANT shall be compensated for
additional time needed for construction
,inspection/administration at the hourly rates indicated in
Section V (C) .
SECTION IV - COMPLETION DATE
All services pertaining to said work described in Section
III (A-F) above, shall be completed within 105 working days
of a notice to proceed being issued by the CITY. All
services pertaining to said work described in section III
(G) above, shall be dependent upon the length of -the
construction contract, but in no event shall CONSULTANT
submit "Record .Specifications and Record Drawings" later
than 10' working days after completion of construction.
SECTION V - COSTS
(A) Compensation; Method of Payment
1. The fee for the services indicated in this Agreement
shall be $32, 500 (based on a construction budget of
$560, 000-$640, 000 ) .
2 . Bills shall be submitted monthly based on the progress
of work.
3 . Net payment is 30 (thirty) days.
4 . The CITY shall retain 10% of the billing, said
retention shall be paid to CONSULTANT with final
payment upon successful completion of the scope of work
outlined in the Agreement.
(B) Reimbursable Expenses
1 . Reimbursable expenses are in addition to the
compensation for services and include actual
expenditures made by or on behalf of CONSULTANT in the
interest of the project for the expenses listed as
follows :
(a) Expense of additional reproductions, postage and
other documents not included in this Agreement.
-2-
(b) If authorized in advance by CITY, : expense of
overtime work requiring higher than .regular ••rates .
(c) Expense 'of any additional renderings, models and .
mock-ups requested by the CITY not included in
this Agreement.
(C) Additional Services`.
1. Any extra services in addition to those' -indicated in
this Agreement shall be . billed at the hourly rates
listed below in addition to , the fee indicated in
Section V above.
Senior Principal $65. 00 per hour
Principal $55.00 per hour
Associate $50 .00 per hour
Construction Inspector $40 .00 per hour
Draftsperson $40.00 per .hour
Clerical $25.00 per hour
SECTION VI - OWNERSHIP OF DOCUMENTS
The CITY shall have full .and complete access to CONSULTANTS
calculations, drawings, specifications and other documents .
during progress of work. All such documents prepared by
CONSULTANT shall become the property of the - CITY upon
completion of the project or termination of this Agreement.
The CONSULTANT may retain a copy of all material produced by
CONSULTANT pursuant to this Agreement for use in its general
business activities. Should the CITY desire to use the work
completed under this Agreement for purposes other than those
intended under this Agreement, the CITY will notify
CONSULTANT in writing prior to any other reuse of said
"documents.
SECTION VII - DUTIES OF CITY
(a) CITY shall provide full information regarding its
requirements for the project.
(b) CITY shall examine documents submitted by CONSULTANT
and shall render decisions pertaining thereto promptly,
. to avoid unreasonable delay in the progress , of
CONSULTANT' s work.
(c) CITY shall furnish environmental, structural,
mechanical and other laboratory tests, inspections and
reports as required by law or by the contract
documents.
(d) The . services, information, .surveys and reports
required above shol be furnished at CITY's expense,
and CONSULTANT shall be entitled to rely upon the
accuracy thereof.
(e) If CITY observes or otherwise becomes aware of any
fault or defect in the project or nonconformance with
the contract documents, CITY shall give prompt written
notice thereof to CONSULTANT.
(f) CITY shall furnish information required by CONSULTANT
as expeditiously as possible.
SECTION VIII - INTEREST OF CONSULTANT: CONSULTANT INDEPENDENT OF
CITY
In accepting this Agreement, CONSULTANT covenants that it
presently has no interest, and shall not acquire any
interest, direct or indirect, financial or otherwise, which
would conflict in any manner or degree with the performance
of the services hereunder. CONSULTANT further covenants
that, in the performance of this Agreement, no subcontractor
or person having such an interest shall be employed.
-3
CONSULTANT certifies that no one who has or will have any
financial interest under this Agreement is an officer or
employee of CITY.
SECTION IX - OUTSIDE CONSULTANTS
CONSULTANT shall be responsible for employing all outside
consultants (subconsultants) necessary ,to aid CONSULTANT in
the performance of the services listed in Section III of
this Agreement; provided, however, that ' all such
subconsultants shall receive prior approval of CITY in
writing and shall remain acceptable to CITY during the term
of this Agreement.
SECTION X - INDEMNITY
CONSULTANT agrees to indemnify, hold harmless and defend
CITY, its officers, agents, 'and employees, from and against
any and all claims, demands or liability of any sort which
may arise out of the negligent acts, errors, omissions or
other breach of duty by the CONSULTANT, its subconsultants,
if any, employees or agents.
SECTION XI - INSURANCE
(A) Liability Insurance
CONSULTANT, at is sole cost and expense, shall obtain and
maintain in full force and effect throughout the entire term
of this Agreement the insurance coverage, insuring not only
CONSULTANT, but also (with the exception of workers '
compensation and employer' s liability insurance) , CITY, its
officers, agents, and employees, and each of them but only
.in regard to this project. Limits of said policy shall be
deemed acceptable by the City Attorney.
Certificates of such insurance, shall be filed with CITY' s
approval, within ten (10) days thereafter. Said
certificates shall be subject to the approval of the City
Attorney and shall contain an endorsement stating that said
insurance is primary coverage and will not be cancelled or
altered by the insurer without thirty (30) days prior
written notice to CITY of such cancellation or alteration,
and that the City of Dublin is named as an additional
insured (except , in policies of professional liability
insurance) . Current certificates of such insurance shall be
kept on file at' all times during the term of Agreement.
(B) Workers ' Compensation
CONSULTANT certifies that it is aw?re of the provisions of
the Labor Code of the State of California which require
every employer to be insured against liability for workers '
compensation or to undertake self-insurance in accordance
with the provisions of that code, and it certifies that it
will comply with such provisions before commencing the
performance of the work of this Agreement.
SECTION XII - AGREEMENT BINDING
The terms , covenants, and conditions of this agreement shall
apply to, and shall bind, the heirs, successors, executors,
administrators, assigns, and subcontractors of both parties.
SECTION XIII - NONASSIGNABILITY
(A) Personal Services of Consultant
Both parties hereto recognize that this agreement is for the
personal services of CONSULTANT and cannot be transferred,
assigned, or subcontracted . by CONSULTANT without the prior
written consent of CITY.
-4-
nr+Wl rwr{lii/HLiw'✓iSZiYi'14b.:wi.IN.a...ir.W+w'aii.W7w...hwr;:ti..S...:.r.:4.%.e.UrY.r:MYLFLy..r%. :w+uYf.+.w-i..i,ittKf... sU... r. •.s.uttvvW+M. v...vR.r. e.-rt.av
I y+
(B) Services of Subconsultants and Their Employees
CONSULTANT shall . be responsible for employing. '.or engaging
':..,.• all persons necessary-: .to. perform ' the services ':of.,CONSULTANT
hereunder. No subconsultant of . CONSULTANT '.. will be
recognized by CITY as such; rather, all .subconsultants ' are
deemed to be employees of. CONSULTANT, and it agrees to be
responsible for their performance. CONSULTANT 'shall ' give
its personal attention to :the fulfillment of the provisions
of this Agreement . by ' all of its .;'employees ., and
subconsultants, if any, and shall keep the :work sunder. its
control. If any . employee' or subconsultant-of CONSULTANT - '-
fails or refuses to carry qut the provisions of this
Agreement or appears to ..be incompetent or to act in a
disorderly or improper manner, . he ?or she shall be
discharged immediately from the work .under _ this . Agreement
on demand of CITY. is
SECTION XIV - RELIANCE UPON PROFESSIONAL SKILL OF CONSULTANT
It is mutually understood and agreed by and between the
' parties hereto that CONSULTANT is skilled in the
professional calling necessary to perform the work agreed to
be done hereunder and that CITY relies upon the skill of
CONSULTANT to do and perform the work in the most skillful
manner, and CONSULTANT agrees to thus perform the work. The
acceptance of CONSULTANT's work by CITY does not . operate as
a release of CONSULTANT from said obligation.
SECTION XV - TERMINATION OF AGREEMENT
This Agreement may..be terminated at any time for breach and
CITY may terminate unilaterally and without cause upon
thirty (30) days , written notice to the CONSULTANT.
-Additionally, CITY reserves the right to . terminate the
agreement in the event that negotiations for the purchase of
the Kolb Park property are not substantially completed
-within sixty (60) working days of execution of agreement.
All work performed pursuant to the Agreement and prior to
the date of termination may be claimed for reimbursement,
upon audit and verification of the work completed, pursuant
to the schedule of rates in Section V(C) .
ATTEST:
City, Clerk CITY OF DUBLIN, Maydt
SINGER & ODGE , If.
.r
SINGER & HODGES, Inc.
LANDSCAPE ARCHITECTURE 1512 FRANKLIN STREET
OAKLAND, CA 94612
(415)891-9669
July 17, 1986 _
Ms . Diane Lowart
Director of Recreation
City of Dublin
Post Office Box 2340
Dublin, California 94568
RE: Kolb and Dolan Parks
Dear Diane:
The firm of Singer & Hodges, Inc., Landscape Architects, is pleased to submit
our qualifications and proposal to provide landscape architectural services for
the development of both the Kolb and Dolan Parks. Singer & Hodges, Inc. has an
extensive background in park and recreation planning, and related public works
projects. The firm has developed special expertise in site planning and urban
design, and has worked successfully with community groups, city staffs, public
commissions and councils. Principals, Ronald Hodges and I have over twenty
years of experience each in the profession of Landscape Architecture. Our asso-
ciates and professional staff also have wide ranging experience in landscape
planning and design.
We are pleased to have been invited to submit the following proposal and hove
that it provides a clear statement of our qualifications and consulting
approach. We look forward to the possibility of working with you again.
If you have any questions, please feel free to contact me.
Sincerely,
94- -
Philip Singer
SINGER & HODGES, INC.
PS/bj s
Enclosures
i
i
. j
i
PHILIP SINGER,ASIA RONALD HODGES,ASLA JOHN MONTAGUE.ASLA
Fle ivrauon No 1756
FleODUauon No. u7S C
.. .... .. _ .... ........-.r..�.,.....yY,P^-r'i.•.., .win. .. ._... � ..�......... .. `r• - -
Egli a % ,
PROPOSAL INFORMATION
1. FEE SCHEDULE
Hourly Rates: Senior Principal $65.00 per hour
Principal $55.00 per hour
Associate $50.00 per hour
Construction Inspector $40.00 per hour
Draftsperson $40.00 per hour
Clerical $25.00 per hour
2. FEE PROPOSAL AND TIME SCHEDULE
A. Kolb Park:
The fee is based on a construction budget of $560,000.00 to
$640,000.00. The proposed fee for the Services, Items 1 through 6, as
described in the invitation for proposal , would be as follows:
(1) Preliminary plans, cost estimate, and outline
specification for review and approval . . . . . . . . .$ 3,200.00
(2) Presentation of preliminary construction
plans and coordination with city staff . . . . . . . . . 500.00
(3) Preparation of bid documents, plans, speci-
fications and cost estimate . . . . . . . . . . . . . . .17,000.00"
(4) Assistance to City during bid process . . . . . . . . . . 1,500.00
(5) Weekly construction inspection on an hourly
basis; assume 18 weeks. Allow eight
hours per week (includes travel time)* . . . . . . . . 5,800.00
(6) Construction administration; assumes six hours
per week for construction inspection
administration* . . . . . . . . . . . . . . . . . . . 4,500.00
The fee for Items 1 through 4, design development and working drawings
is $22,200. The fee for Items 5 and 6, construction inspection and
administration, is $10,300. Please see note (*) below.
Project Schedule for Kolb Park: •
(1) Preparation of preliminary plans, out-
- line specifications and cost estimates,
including meetings with staff 3 to 5 weeks
(2) Preparation of final working 8�awings,
r specifications and bid documents 8 to 10 weeks
(3) Bid Period/And Notice to Proceed 4 to 6 weeks
(4) Project construction 90 working days
(Approximately 4-1/2 months)
B. Dolan Park:
The fee is based on a construction budget of $310,000.00 to
$360,000.00. The proposed fee for the- Services, Items 1 through 6, as
described in the invitation for proposal , would be as follows:
(1) Preliminary plans , cost estimate, and outline
specification for review and approval . . . . . . . . .$ 2,500.00
(2) Presentation of preliminary construction
plans and coordination with city staff . . . . . . . . . 500.00
(3) Preparation of bid documents, plans, speci-
fications and cost estimate . . . . . . . . . . . . . .10,500.00
(4) Assistance to City during bid process . . . . . . . . . . 1,000.00
(5) Daily construction inspection on an hourly
basis; assume 12 weeks . Allow eight
hours per week (includes travel time)* . . . . . . . . . 3,800.00
(6) Construction administration; assumes six hours
per week for construction inspection
administration* . . . . . . . . . . . . . . . . . . . . . 4,300.00^
The fee for Items 1 through 4, design development and working drawings,
is $14,500. The fee for Items 5 and 6, construction inspection and
administration, is $8,100. Please see note (*) below.
Project Schedule for Dolan Park:
(1) Preparation of preliminary plans, out-
line specifications and cost estimates,
including meetings with staff 3 to 4 weeks
(2) Preparation of final working drawings,
specifications and bid documents 6 to 8 weeks
(3) Bid Period/And Notice to Proceed 4 to-6 weeks
(4) Project construction 60 working days
(Approximately 3 months)
*NOTE: At this stage, it is difficult to anticipate the exact amount of
work required for, the construction administration and inspection, process.
Singer & Hodges, Inc. would be willing to provide these services based on a
mutually agreeable lump sum fee or on an hourly, as-needed basis.
J
C. Combined Kolb and Dolan Project:
In the event Singer & Hodges, Inc. is awarded both the Kolb and Dolan
projects, the fee for professional services would be reduced to reflect
the combined review, coordination and meeting time. The fee for items
1 through 4 preliminary plans, working drawings, and specifications and
assistance during bidding for both the combined Kolb and Dolan projects
would be $29,900. This represents a savings of $6,800. The fee for
construction inspection and administration could also be reduced by as
much as 15% if both projects were combined.
Landscape Architectural services, preliminary design and working
drawings and specifications for the combined Dolan and Kolb projects
would be produced in approximately the same time frame as the Kolb pro-
ject.
3. PROPOSED PROJECT LEADER
Philip Singer, Principal and President of Singer & Hodges, Inc., a
registered Landscape Architect in California, will act as project leader.
He received a Bachelor of Landscape Architecture degree from the University
of California, Berkeley, in 1965. Mr. Singer began his professional career
with the nationally recognized firm of John Carl Warnecke, where he served
as a designer on a number of campus and planning projects, including work
on the University of California, Berkeley campus, the revitalization of the
San Francisco downtown area, and Asilomar State Park.
From 1966 to 1971, Mr. Singer was an Associate, Project Manager and.
Designer with the firm of Ribera & Sue Landscape Architects in Oakland.
While associated with Ribera -& Sue, he designed and managed numerous award
winning park and recreation projects throughout California and Arizona. He
has also been a guest lecturer on topography, grading and park design at
the University of California, Berkeley, from 1975 through 1982; and he con-
ducted seminars on park design for the California Park and Recreation
Society in 1975 and 1980.
! Mr. Singer has been the coordinating principal for the majority of park
work undertaken by Singer & Hodges, Inc., including the recently completed
City of Dublin Park System Masterplan. In 1983 Phil Singer served as
president of the Northern California Chapter of the American Society of
Landscape Architects.
4. ADDITIONAL PERSONNEL
Ronald Hodges, Principal and Vice President of Singer & Hodges, Inc. will
oversee the irrigation and planting design. Ronald Hodges graduated from
the University of California, Berkeley, with a Bachelor of Landscape
Architecture degree in 1968. Mr. Hodges has an extensive background in
plant horticulture and is an accomplished sculptor. He was an Associate,
Designer and Project Manager of several. award winning park and environmen-
tal planning projects while affiliated with the firm of Ribera and Sue from
1966 to 1972. Mr. Hodges is a registered Landscape Architect in
California.
John Montague, Principal of Singer & Hodges, Inc. is a graduate of Syracuse
University, and the State University of New York, College of Environmental
Science and Forestry, receiving a Bachelor of Science degree in 1976 and a
Bachelor of Landscape Architecture degree in 1977. John is a registered
Landscape Architect in the State of California and has practiced with the
firm of Singer & Hodges, Inc. for the past five years. Prior to joining
Singer & Hodges , Inc. , he was associated with the landscape architectural
firms of- John Sue Associates and Melvin Lee Associates. John Montague has
served as Project Manager and Designer on .a number of park and recreation
and commercial projects. An active member of the Northern California
Chapter of the American Society of Landscape Architects, John Montague ser-
ves as editor of the Chapter Quarterly Professional Journal . Since 1982,
John has been lecturer for the Grading and Drainage portions of the state
licensing exams seminars sponsored by the American Society of Landscape
Architects.
Tom Rogers, Engineering Consultant, will provide electrical engineering
services as necessary. Mr. Rogers has a great deal of experience in the
area of park and recreational lighting. Mr. Rogers has worked for a number
of local communities, including Redwood City, Sunnyvale, Mountain View,
Daly City, Walnut Creek, Oakland, etc. Recently, Tom Rogers collaborated
° with Singer & Hodges, Inc. on the lighting design for the Sellick Community
Park in South San Francisco and the Downtown Park North project in Palo
. Alto.
5. FIRM BACKGROUND/FINANCIAL STABILITY
Sinner & Hodges , Inc. has considerable experience in park and recration
planning and urban design. From the firm' s beginning in 1972, up to the
present, Singer & Hodges, Inc. has provided professional services,
including master planning,. preliminary design, and the preparation of
contract documents. In addition, the firm has developed specialized exper-
tise in historical restoration, site development, urban design,
recreational programing and environmental planning. Singer & Hodges ,..
Inc. ' s staff size , which includes three Principals, two Associates, four
staff Landscape Architects and two Administrative Assistants is of adequate
size to perform all of the necessary services in a timely and efficient _
manner.
Recently, Singer & Hodges, Inc. has completed two interesting and complex
city parks , the Hoover School Park in Redwood City, and Downtown Park North
for the City of Palo Alto. Contractor bids for both projects were slightly
below our estimate, allowing the City to completely develop each site and
add additional optional facilities. .
In addition to preparation of working drawings and specifications, Singer &
Hodges , Inc. provided complete construction inspection/administration ser-
vices for the Downtown Park North project in Palo Alto. Please contact Mr.
James Harrington , City of Palo Alto Engineering Project Manager, (415)
329-2693, and Mr . Peter Griffiths , Director of Parks and Recreation , (415)
364-6060, for reference.
sr
i
i
Singer & Hodges, Inc. has an excellent financial record. The firm was
established in Oakland in 1972. Singer & Hodges, Inc. banks at Summit
Bank, (2969 Broadway, Oakland,-CA 94612, contact Ms. Shirley Nelson,
President) , where the firm has a long and well established credit history.
In addition, Singer & Hodges, Inc. has a line of credit available to use as
necessary. Additional specific financial information will be furnished
upon request.
I
w
P •"
_ ___ ...........
CITY OF DUBLIN
ADDENDUM TO THE AGREEMENT FOR
LANDSCAPE ARCHITECTURAL SERVICES
KOLB PARK
Singer & Hodges, Inc . , CONSULTANT, and the City of Dublin, CITY,
hereby ammend The Agreement For Landscape Architectural Services
For Kolb Park dated September 22, 1986 as follows :
SECTION III (G) shall be replaced by the following:
During the 16 week ( 80 working days) construction period,
CONSULTANT shall provide 16 on-site construction inspections
in order to determine that the progress and quality of
construction work is in conformance with the construction
documents . During the 90 day maintenance period, CONSULTANT
shall provide 4 on-site inspections to insure that the
contractor is performing maintenance in accordance with the
technical specifications outlined in the Notice to
Contractors . In the event that actual construction exceeds
the 80 working day construction period, or if additional
inspections are deemed necessary by the CITY, CONSULTANT
shall be compensated for additional time needed at the
hourly rates indicated in Section V (C) .
SECTION V (A) , 1 . , shall be replaced by the following:
The fee for services indicated in Section III, Subsections
A-F shall be $22, 200 . Subsection G shall be billed at the
hourly rates indicted in Section V (C) , but shall not exceed
$4 , 500 .
DATED:
ATTEST:
City Clerk
CITY OF DUBLIN, MAYOR
SINGER & HODGES, INC.