HomeMy WebLinkAboutTY Lin International; 2009-04-22;AMENDMENT NO. 1 TO EXTEND THE AGREEMENT
FOR THE STRUCTURAL REVIEW OF CANNON ROAD BRIDGE
(T.Y. LIN INTERNATIONAL)
-t .This Amendment No.1 is entered into and effective as of the # day of
2010, extending the agreement dated April 22, 2009 (the "Agreement") - City of Carlsbad, a municipal corporation, ("City"), and T.Y LIN
INTERNATIONAL, a California corporation, ("Contractor") (collectively, the "Parties").
RECITALS
A. The Parties desire to extend the Agreement for a period of one (1) year.
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 (I) year ending on May 22, 2011.
2. All other provisions of the Agreement, as may have been amended from time !o
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.
City Attorney Approved Version #05.22.01
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.
CONTRACTOR CITY OF CARLSBAD, a municipal
T.Y. LIN INTERNATIONAL, a California corporation of the State of California
cor~oration -
*BY /
2-
BY
/(sign here) f d1ty Manager-r
Joe T~NOL I ! \/I re &rs tdcxrr
(print nameltitle) ATTEST:
- Joe. ~oanivC~@t~Qi~~ .m
(e-hail addregs)
~ba&@,-&p!~n I .~rc
U @mail uddress)
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
Othennrise, 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:
City Attorney Approved Version #05.22.01
2
PWENG681
AGREEMENT FOR ENGINEERING SERVICES
FOR THE STRUCTURAL REVIEW OF THE CANNON ROAD BRIDGE
(T.Y. LIN INTERNATIONAL)
THIS AGREEMENT is made and entered into as of the &2^- day of
2009, by and between the CITY OF CARLSBAD, a municipal
corporation, ("City"), and T.Y. LIN INTERNATIONAL, a California corporation,
("Contractor").
RECITALS
A. City requires the professional services of a structural civil engineering firm
that is experienced in assessment of impacts to bridges from pipelines and review of
associated plans and calculation.
B. Contractor has the necessary experience in providing professional
services and advice related to the proposed desalinated water pipeline impacts to two
(2) bridges at Cannon Road over Macario Canyon.
C. Selection of Contractor is expected to achieve the desired results in an
expedited fashion.
D. Contractor has submitted a proposal to City and has affirmed its
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 (1) year from the date
first above written. The City Manager may amend the Agreement to extend it for one (1)
additional one (1) year period or parts thereof. 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
Time is of the essence for each and every provision of this Agreement.
City Attorney Approved Version #05.06.08
5. COMPENSATION
The maximum fee payable for the Services to be performed during the initial Agreement
term will be billed on a time and materials basis not to exceed seventeen thousand nine
hundred fifteen dollars ($17,915). 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.
City Attorney Approved Version #05.06.08
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
including attorneys fees arising out of the performance of the work described herein
caused by any negligence, recklessness, or willful misconduct 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-:VM". OR with a surplus line insurer on the State of California's List of
Eligible Surplus Line Insurers (LESLI) with a rating in the latest Best's Key Rating Guide
of at least "A:X".
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.
City Attorney Approved Version #05.06.08
10.1.3 Workers' Compensation and Employer's Liability. Workers'
Compensation limits as required by the California Labor Code. Workers' Compensation
will not be required if Contractor has no employees and provides, to City's satisfaction, a
declaration stating this.
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
City Attorney Approved Version #05.06.08
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,
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 City: For Contractor:
Name Eva Plajzer. PE Name Tony Sanchez. PhD. PE
Title Senior Civil Engineer Title Senior Bridge Engineer
Department Public Works T.Y. Lin International
City of Carlsbad Address 5030 Camino de la Siesta
Address 1635 Faraday Avenue Suite 204
Carlsbad. CA 92008 San Diego. CA92108
Phone No. 760-602-2787 Phone No. 619-692-1920
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.
City Attorney Approved Version #05.06.08
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.
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 (10) 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.
City Attorney Approved Version #05.06.08
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 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 #05.06.08
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.
City Attorney Approved Version #05.06.08
8
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
T.Y. Lin International, a California
corporation
*By:
JOEVICE
CITY OF CARLSBAD, a municipal
corporation of the^State of£alifornia
here)City Manager or Mayor
or Authorized Signatory
(print name/title)
3T06NDU @ TVUH . COM
ATTEST:
(e-mail address)
By:
LORRAINE M.
City Clerk
| (sjmail 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:.
Deputy City Attor
9
City Attorney Approved Version #05.06.08
TYLIIMINTERNAIIONAL EXHIBIT "A"
March 13, 2009
Ms. Eva Plajzer, P.E.
Senior Civil Engineer
City of Carlsbad
1635 Faraday Avenue
Carlsbad, CA 92008
Subject: Cannon Road Bridge - Addition of Proposed Waterlines
Dear Eva:
Thank you for contacting us regarding the Cannon Road Bridge over Macario Canyon. T.Y. Lin
International (TYLI) is pleased to provide you with our proposal to provide engineering services to
evaluate the existing bridge. We are very familiar with this bridge, having designed it in 1998 and
recently inspected it as part of the Bridge Preventive Maintenance Plan we developed for the City of
Carlsbad last year.
We understand that Poseidon Resources has approached the City with a request to hang two large
diameter water lines from the existing left and right bridges in conjunction with the construction of
their new desalinization facility. We have conducted a cursory review of the concept sketches that
were provided to the City by Poseidon's engineering consultant and agree that more information
and review is required.
A proposed scope of services is outlined in the attached "Exhibit A - Proposal for Bridge
Engineering Services." This scope includes review of the proposed mounting details and
modifications to the bridge and evaluation of the bridge's capacity to support the additional loads.
This work can be done as a new agreement between the City of Carlsbad and T.Y. Lin International.
The work can be performed on a time and materials basis, using our current billing rates, which are
shown in "Exhibit B - Schedule of Fees." If this is acceptable, please provide an agreement for our
review and signature.
Best regards,
T.Y. Lin Internatioi
Tony Sand
Senior Brid
TS:cb
Enclosures: Exhibit A - Proposal
Exhibit B - Schedule of Fees
Exhibit C - Fee Estimate
5030 Camino de la Siesta, Suite 204 I San Diego, California 92108 I T 619.692.1920 I F 916.692.0634 I www.tylin.com
Exhibit "A"
Proposal
Cannon Road Bridge over Macario Canyon
Addition of Proposed Waterlines
Bridge Engineering Services
Prepared for:
The City of Carlsbad
Prepared by:
T.Y. Lin International
March 13, 2009
Background
The Cannon Road Bridge over Macario Canyon consists of two parallel cast-in-place prestressed box
girder structures. The left and right bridges are symmetrical. Each bridge is 39-9" wide, 4'-0" deep
and has five spans for a total length of 454'-6". The superstructures rise about 45 ft above Agua
Hedionda Creek which runs through the bottom of Macario Canyon. These bridges were designed
by T.Y. Lin International (TYLI), formerly McDaniel Engineering, in 1998. As-built plans dated
February 25, 2002 show utilities located in all eight of the bridge cells.
We understand that the Poseidon Resources Group would like to hang two large diameter
waterlines from the bridges as part of their desalinization project. The City provided us with
conceptual sketches showing the proposed waterlines. The sketches were developed by Poseidon's
engineering consultant, Tetra Tech, and are dated February 2009. The sketches show a proposed 54"
waterline running along the centerline of Cannon Road. Within the bridge limits, the 54" line is
proposed to split into two smaller diameter lines. The sketch provided shows a diameter of either
30" or 36" for these lines. It appears that each bridge would carry one of the proposed waterlines.
Approach to the Work
We understand that the City has requested additional information from Poseidon in the way of
more detailed drawings and structural calculations. At this point, the City has asked that TYLI
provide a proposal to review Poseidon's future submittals. The City would like TYLI to review the
proposed modifications and evaluate if the bridge and bridge components are capable of supporting
the additional loads without detrimental effects.
The following is proposed scope of services for this work.
City of Carlsbad
Bridge Engineering Services
Cannon Road Bridge, Addition of Proposed Waterlines
March 13, 2009
Page 2 of 3
Scope of Services
1. Project Coordination
• Coordinate with City staff
• Coordinate with Poseidon and Poseidon's engineering consultants
• Participate in up to two conference calls
2. Review Submittals for Proposed Waterlines through Bridge
• Review drawings of proposed waterlines through bridge
• Review structural calculations of proposed waterlines through bridge
3. Assess Bridge for Proposed Modifications
• Review bridge as-built plans
• Assess bridge and bridge components for proposed modifications and loads
• Provide City with a letter report of findings and recommendations
• Discuss recommendations with City staff
Assumptions
The scope of work and estimated fee is based on the following assumptions:
• Work is limited to reviewing one concept with up to three review cycles
• Work is limited to reviewing drawings and structural calculations and evaluating the bridge
for the proposed modifications
• Work is limited to evaluation of the existing bridge. Design of retrofit measures or other
modifications to the bridge is not part of the scope
Information to be Provided by Others
The following information, if required, is to be provided to TYLI:
• Correspondence and submittals from Poseidon
• Correspondence from City staff
• Background information, details, loads, structural calculations and other information for the
proposed utilities
• Geotechnical evaluation of the foundation materials and recommendations
City of Carlsbad
Bridge Engineering Services
Cannon Road Bridge, Addition of Proposed Waterlines
March 13, 2009
Page 3 of 3
Work Not Included
The following services have not been included in the proposed fee:
• Design of utilities, utility supports or bridge modifications
• Determination of structural adequacy of proposed utility support system
• Review of more than one concept
• Utility, bridge or bridge modification plans
• Civil and grading plans
• Traffic control and detour plans
• Site inspection
• Construction documents including plans, specifications, and estimates
• Construction support services or construction inspection
• Environmental studies or documents
• Geotechnical engineering
Estimated Fee
We propose to provide our services on a time-and-materials basis. The City will be invoiced
monthly based on expended hours in accordance with our current billing rates as shown in Exhibit
B, "Schedule of Fees." We estimate the fee for the above services will not exceed $17,915. An hourly
breakdown per task is provided in Exhibit C, "Fee Estimate." Work will not be performed in excess
of our estimated fee without the City's written authorization.
Schedule
It is anticipated that the scope of services described above will begin by April 2009 and be completed
within six months. If the work extends beyond 2009, billing rates for services outstanding will be
increased by 5% per year effective January 1 of each year.
2009
SCHEDULE OF FEES
Principal Engineer $230.00
Supervising Engineer $195.00
Senior Engineer II $170.00
Senior Engineer I $145.00
Engineer II $130.00
Engineer I $120.00
Assistant Engineer $110.00
Civil Engineer $100.00
Structural Design Technician III $115.00
Structural Design Technician II $100.00
Structural Design Technician I $75.00
Senior Construction Engineer II $165.00
Senior Construction Engineer I $140.00
Construction Engineer $125.00
Assistant Construction Engineer $105.00
TYLININTERNATIONAL
City of Carlsbad
Cannon Road Bridge - Addition of Waterlines
- Fee Estimate
Client: City of Carlsbad
Consultant: T.Y. Lin International
Project: Cannon Road Bridge - Addition of Waterlines
Activity:
Date:
Bridge Engineering Services
3/13/09
Task
1
1.1
1.2
1.3
2
2.1
2.2
3
3.1
3.2
3.3
3.4
Description
Project Coordination
Coordinate with City staff
Coordinate with Poseidon's consultant
Participate in up to two conference calls
Review Submittals for Proposed Waterlines
Review drawings of proposed waterlines
Review structural calculations of proposed waterlines
Assess Bridge for Proposed Modifications
Review bridge as-built plans
Assess bridge for proposed modifications and loads
Provide City with letter report of recommendations
Meet with City to discuss recommendations
Total Hours:
Rate:
Subtotal:
Estimated Labor Hours
Principal
Engineer
1
1
$230.00
$230
Senior Eng
II
6
6
3
4
8
2
8
8
3
48
$170.00
$8,160
Engineer II
6
8
16
8
24
8
70
$120.00
$8,400
Senior
Constr Eng
II
3
3
6
$165.00
$990
Labor Totals
Hours
6
12
3
15
24
10
35
17
3
125
Amount
$1,020
$1,740
$510
$2,135
$3,280
$1,300
$4,735
$2,550
$510
^
$17,780
REIMBURSABLE EXPENSES
Travel 100 Miles
Lodging/Meals Nights
Plan Reproduction Prints
Photocopies 100 Copies
Postage & Freight 2 Each
Other (Specify)
$0.60
$0.25
$25.00
$60
$25
$50
SUBCONSULTANT SERVICES
Subconsultant 1
Subconsultant 2
Subconsultant 3
Subtotal - REIMBURSABLE EXPENSES
Subtotal - SUBCONSULTANT SERVICES
$135
TOTAL $17,915
Page 1 of 1 Printed: 3/13/2009