HomeMy WebLinkAboutReso 22-1984RESOLUTION N0.22-84
A RESOLUTION AUTHORIZING EXECUTION OF
AN AGREEMENT FOR PROFESSIONAL SERVICES
WITH EARTH METRICS, INC. FOR THE AIR-
PORT NOISE INSULATION ,PROJECT
that-
BE IT RESOLVED by the City Council of the City of South San Francisco
1. Execution of Agreement.
Execution of an Agreement entitled "contract for Professional
Engineering Services in Connection with the Aircraft Noise Insulation Project,
City of South San Francisco" is hereby authorized and a copy of said Agreement
is attached hereto as Exhibit "A."
2. Signatures
The Mayor is authorized to execute said Agreement on behalf of the
City, and the City Clerk attest his signature thereto.
I hereby certify that the foregoing Resolution was regularly introduced
and adopted, by the City Council of the City of South San Francisco at a re.qular
meeting held on the 22nd day of February , 1984, by the following
vote:
AYES'
NOES'
ABSENT'
Councilmembers Mark N. Addiego, Emanuele N. Damonte, Richard A. Haffey,
Gus Nicolopulos; and Roberta Cerri Teglia
None
None
City Clerk
EXHIBIT "A" T-O RESOLUTION NO. 22-84
-,
CONTRACT FOR PROFESSIONAL ENGINEERING SRRVICES
IN CONNECTION WITH THE ...
AIRCRAFT NOISE INSULATION PROJECT
CITY OF SOUTH SAN FRANCISCO
The following is an agreement between the CITY OF SOUTH SAN FRANCISCO,
CALIFORNIA, hereinafter referred to as "City" and EARTH METRICS INCORPORATED,
a California corporation, hereinafter referred to as CONSULTANT.
WHEREAS, City is performing an Aircraft Noise Insulation Project; and
WHEREAS, CONSULTANT is qualified and experienced as a coNSULTANT in
matters connected therewith, and has offered services for the purposes
specified in this agreement; and
WHEREAS, in the judgement of the City Council of said City ~t~ is
necessary and advisable to employ the services of said CONSULTANT for said
purpose in connection with the proposed Aircraft Noise Insulation Project,
hereinafter referred to as the "Project".
·
· NC~, THEREFORE, in consideration of the prOmises hereinafter made and
exchanged, the parties hereto agree as follows:
1. F~p]oyment of Consul t~nt: city agrees to employ Consultant and
Consultant agrees to perform services for City in accordance with the
provisions hereinafter contained in this Agreement.
Consultant shall serve as citY's professional representative in those
phases of the Project to which this Agreement applies, and will give
consultation and advice to City during the performance of 'said services.
Consultant may employ the services of outside consultants and subcon-
tractors as is deemed necessary to complete work under this Agreement, if
first approved in writing by City. It is agreed that Group t/Architecture,
Research and Planning, Inc., is approved as a subcontractor.
2. Scope of Services: The Consultant shall provide basic and special
services as described in the attached Appendix A.
3. payment for ~erviees: In.consideration of the faithful performance
of this Agreement by Consultant, City agrees to pay Consultant, on a cost plus
fixed fee basis, for direct labor costs, allowable indirect costs, incidental
direct expenses and appropriate profit on these costs to an amount not to
exceed $67,677. These costs are further delineated in Appendix B.
Costs in excess of the amounts estimated herein, except for costs
resulting from changes in overhead rates, shall not be incurred by Consultant
without prior written approval by City.
~. Pro~ress PaymentS: Consultant shall submit bills to the City every
month for work done in accordance with this Agreement.
Bills shall be due and payable to the Consultant within thirty days from
the f~te of City's receipt thereof. Bills shall be itemized to show direct
cos,~ indirect costs, subcontract costs and prorated fixed fee.
5. Time of Performance: Consultant shall commence immediately upon~
rec~eS~t of a Notice to Proceed from city, and shall complete all work required
her-aSL in accordance with the following schedule:
"Th~ CONSULTANT shall complete the following items of work within the.
time specified, commencing upon issuance of the Notice to Proceed by the
city, except that CONSULTANT will not be held responsible for delay
caused by acts of God or of the public enemy, acts of the City, fires,
floods, epidemics, quarantine restrictions, freight embargoes, strikes
not based upon unfair, labor practices, or delays of Subcontractors due
to such causes, provided that the CONSULTANT will notify the Director of
P~blic Services in writing of the cause of the delay within ten (10)
calendar days from the beginning of such delay, and the Director of
Public Services shall ascertain the facts regarding the cause and extent
of the delay and his findings thereon shall be final and conclusive:"
Phase I Plans and Specifications 84 calendar days after receipt of
Notice to Proceed
Phase I Interim Report 45 calendar days after completion of all
construction on Phase I residences.
Phase I Interim Report 45 calendar days after completion of all
construction on Phase I schools
6. Project Representation: Consultant and City hereby designate C.
'Mic~aa! Hogan and Director of Public Services, City of South San Francisco,
res~e_~tively, as representatives who shall be totally responsible for ¢oordina-
tin.~ tke efforts of their respective party with regard to the performance of
the ~rk as set forth under this Agreement. Project representation may be
cha~e~ upon the mutual agreement of the City and Consultant.
7. Responsibilities of City:
~ne City shal.l:
Provide coordination with residences and schools and perform public
relations as to the Project.
b. Assist Consultant by placing at his disposal available information
pertinent to theproject including previous reports and other data
relative to the project; all of which Consultant may utilize upon in
performing the services agreed upon.
c. ~ne City shall schedule times mutally agreeable to the CONSULTANT
and participating property owners for the purpose of conducting
sound attenuation studies at locations selected by the CONSULTANT.
The City will cooperate with the CONSULTANT in securing timely
access to the properties.
Review progress schedules and make determination regarding their
acceptability.
e. Review and approve Consultant's payment requisitions.
f. Perform Grant Administration Services for obtaining and complying.
with all conditions of approval contained in any grants, rules,
regulations or guidelines pertaining to 'the Project.
8. Additior~] Work: For any work directed by the City which is not
delineated in Appendix A, the Scope of Work' will have changed and the fixed
fee will be subject to renegotiation. A supplemental agreement or amendment
to this Agreement shall then be entered into delineating the additional work,
associated provisions, and compensation for same. The supplemental agreement
or amendment to this Agreement shall be preferably executed prior to Consult-
ant performing said additional work; however, should this not be possible in
the interest of 'time, City shall give Consultant written authorization for per-
formance of services while the necessary documents'are prepared.
9. ~er~D~t~on of A~eement: This Agreement may be terminated by the
City upon ten (10) days written notice.
If this Agreement is terminated for any reason dUring any PhaSe,
Consultant shall be paid for the reasonable value of services performed by him
up to the time of such termination. Said reasonable value to be determined in
the following manner:
a~ Value of direct labor will be the Consultant's payroll cost for
service rendered to the date of termination. Indirect labor will be
based on the appropriate contract rates and overhead factor.
b. Value of subcontracts will be the cost for subcontract work incurred
by Consultant. to the date of termination.
c. Value of profit will be a percentage of the contract fee for profit
based on the percent expenditure of Consultant's total estimated
direct labor at the time of termination.
See paragraph 19 of this agreement for an explanation of termination by
default.
Except as indicated above, Consultant services for the work shall
terminate 90 days after final acceptance of the Project or by mutual agreement
of the City and Consultant. This contract may be extended beyond that date by
mutual agreement of the City and Consultant.
10. Non-Ass~gnabflity: Consultant shall not assign or transfer this
contract or any interest or obligation therein without the prior written
consent of City, and then only upon such terms and conditions as City may set
for th in w ri ti ng.
11. Waiver: In the event that either City or Consultant shall at any
time or times waive any breach of this Agreement by the other, such waiver
shall not constitute a waiver of any other or succeeding breach of this
Agreement, whether of the same or any other oonvenant, condition or obligation.
12: ?nsurance: The CONSULTANT shall take out and maintain during the
life' of this Agreement the following policies .of insurance:
(a) Worker's Compensation and employers' liability insurance in the
statutory amount, as applicable.
(b) ~ubl f c. ~,~ab~ 1 tty Trasurance: In an amount not. less than FIVE
HUNDRED THOUSAND DOLLARS ($500,000.00) for injuries including, but
not limited to death to any one person and subject to the same
limit for each person, in an amount not less than ONE ~[ILLION
DOLLARS ($1,000,000.00) on account of any one occurrence.
(c) Property D~m.,ge Insurance: In an amount not less than F/VE HUNDRED
THOUSAND.DOLLARS ($500,000.00) for damage to the property of each
person on account of any one occurrence.
.
(d) Contractual ;.~ab~] ~ty Insurance: Consultant shall take out and
maintain during the life of this Agreement an insurance policy in
the amount of at least ONE MILLION DOLLARS ($1,000,000.00),
insuring City, its elective and appointive boards, commissions,
officers, agents and employees, and Consultant against damages
sustained by reason of any action or actions at law or in
provisions thereof, or by reason of any contractual liability, or
alleged contractual liability on a~y contract, entered into by
Consultant and/or any of its agents or employees.
(e) It is agreed that the insurance required by Subsections b, .e and d
shall be extended to include the City of South San Francisco, its
elective and appointive boards, officers, agents and employees,
wiith respect to operations performed by the Consultant, as des-
cribed herein. Evidence of this insurance described above shall be
provided to City Attorney as to form, amount and carrier. The
policy of insurance shall also contain a provision indicating .that
such insurance shall not be reduced or 'cancelled except upon thirty
(30) days written notice to City. In addition, the following
endorsement shall be made on said policy of insurance.
"Notwithstanding any other provisions in this policy, the
insurance afforded hereunder to the City of South San
Francisco shall be primary as to ar~' other insurance or
reinsurance covering or available to the City of South San
Francisco, and such other insurance or reinsurance shall not
be required to contribute to any liability or loss until and
unless the approximate limit of liability afforded hereunder
is exhausted."
13. ~espons~ b~ 1 ~ ty of the 3_~rt~ es:
(a) Consultant shall indemnify, hold harmless and, at City's request
defend City, its employees, agents, officers, Boards and
Commissions, whether elected or appointed, from and against all
claims, demands, damages, liabilities, costs, expenses, including~
reasonable attorneys fees or obligations, for or in connection with
any personal injury (including death) and/or property damage
resulting from the negligent acts, errors or omissions of the
Consultant,. including Consultant's contractors, subcontractors,
employees, agents or representatives in connection with Consultant's
performance under this agreement,
(b) City shall indemnify, hold harmless and, at consultant's request
defend Consult&nt, its employees, agents and officers from and
against all claims, demands, damages, liabilities, costs, expenses,
including reasonable attorneys fees or obligations, for or in
connection with any personal injury (including death) and/or
property damage resulting'from the negligent acts, errors or
omissions of City, its employees, officers or agents in connection
with City's obligations under this agreement.
(c) In the event of concurrent negligence~of City,i its officers, agents
and/or employees and Consultant,. its officers, agents, employees,
contractors or subcontractors, then the liability.for any and all
~claims for personal injury (including death) and property damage,
and the cost of defending same, including attorneys fees, arising
out of performance of this agreement shall be apportioned'under the
California theory of comparative negligence as-established present,
ly, or as may hereafter be modified.
14. Notices: Ail notices hereinafter shall be in writing and shall be
sent by certified or registered mail, postage prepaid, addressed as follows:
TO CITY:
DIRECTOR OF PUBLIC sERVICES
City of South San Francisco
400 Grand Avenue
South San Francisco, California 94080
TO CONSULTANT:
C. Michael Hogan
EARTH METRICS INCORPORATED
859 Cowan Road~
Burlingame,' CA 94010
15. ~ResponSibil.ities of Consu. ltant:
a. Consultant shall have no authority, express or implied, to act on
behalf of City in any capacity whatsoever as an agent. Consultant shall
have no authority, express or implied, pursuant to this Agreement to
bind City to any obligation whatsoever.
b. At all times during the term of this Agreement, Consultant shall be
an independent contractor and shall not be an employee of City.-
c. Ail products of Consultant shall become the property of the City and
shall be delivsred to the City not later than thirty (30) days after
the termination date of this Agreement unless an earlier time is
specified for a particular product.
d. The Consultant shall provide necessary coordination between his
subconsultants and Government Agencies.
1,6. Non-Discrimination: No discrimination shall be made by Consul'tant
in the employment of persons to work under this contract because of race,
color, national origin, ancestry, sex, or religion of such person.
17. Workers' Compensation: Consultant, by .executing this contract,
certifies that Consultant is aware of the provisions of Sections 3700 et seq.
of the Labor Code of the State of California requiring every employer to be
insured against liability for workers' compensation or to undertake self-
insurance in accordance with the provisions of that Code, and certifies that
Consultant will comply with such provisions, before commencing the performance
of the work of this contract. A certificate of insurance for said policy
sh~l be deposited with the City when the Consultant executes this Agreement.
In case any work is sublet, Consultant shall require subcontractor
similarly to provide worker's compensation insurance for all of the latter's
employees, unless such employees are covered by the protection afforded by
Consultant. Consultant indemnifies City for any damages resulting to City
from failure of either Consultant or any subcontractor to take out or maintain
such insurance.
18. Costs ~nd Attorney's Fee~: The prevailing party in any action ·
brought to enforce or construe the terms of this Agreement may recover from
the other party its reasonable costs and attorney's fees expended in
connection with such an action.
19. FAA Mandatory Contract Provjst on~:
a. Violation or Breach of Contract by Consultant.
A violation or Breach of Contract by Consultant shall be grounds for
the City to terminate the Contract for reason of default of the contract
(see b. belcw).
b. Termination by Default.
If the termination is due to the failure of the Consultant to
fulfill his contract obligations, the City may~ take over the
work and prosecute the same to completion by contract or
otherwise.
2. If, after notice of termination for failure to fulfill contract
obligations, it is determined that the Consultant had not so
failed, the termination shall be deemed to have been effected
for the convenience of the City. In such event, adjustment in
the contract price shall be made as provided in paragraph (a) of
this clause.
The rights and remedies of the City provided in this clause are
in addition to any other rights and remedies provided by law or
under this contract.
c. The City, the Federal Aviation Administration, the Comptroller
General of the United States, or any of their duly authorized
representatives shall have access to any books, documents, papers,
(
and records of Consultant which are d/rectly pertinent' to the
project, for the purpose of mak/ng audits, examinations, excerpts,
and transcriptions. Consultant is to maintain ali. required records
for three years after the City makes f'ina/ payment and all other
pending matters are closed.
d. Title VI and Hinority Business Enterprise Assurances are hereby
included in the contract, (See Appendix D..)
20. A~e~,ent Co~at-~ ~- ~1 1 Underst2n~ n=: This document, tozether with
'the attached Appendices A through D, represents the entire and integrated
Agreement between City and Consultant and supercedes all prior negotiations,.
representations, or agreenents, either written or ora/. This document may be
amended only by written instrument, signed by both City and Constcltant. All
provislons of this Agreement are expressly made condit~ons. This Agreement
shall be governed by the laws of the State of Californ/a.
IN WITNESS WHEREOF, the City of South San Francisco, State of California
as authorized by the City COuncil at its meeting held on~~4/~.~_ .c~ ./..~/~'
has caused its corporate name to be affixed hereto bT' the Director of Public
Service and City Clerk of said~ ¢ity~ and the ~9.nsultant have hereto set theSr
hands and corporate name the ~ f~ day of ///~~-~// , ~ 9~,. at
South San Francisco, California.
CITY OF SOUTH SAN FRANCISCO, CALIFORNIA
By
Mark.' Addiego
Mayor
EARTH METRICS INCORPORATED
Attest
PRESIDENT
By
- SECRETAI~¥'
APPENDIX A
OVERVT=jW CF PRQJF. CT PH.~?u~Ts
SCOPE OF SERVICES
The objective of the work is to reduce interior sound levels of selected
struct~es within the 65 and 70 CNEL contour zones which would produce an
equ/va!ent 45 CNEL standard.
The Sco_~e ~f Work on the project will be conducted in two phases:
Phase I: Pilot Program, Zone 70 and Zone 65.
Phase I will be to select and insulate one house of each category and the
St. ~eronica's School and the Ponderosa Elementary School. It ~s estimated
that 'approximately 15 homes and the' t~o schools will be treated in Phase I.
Phase II: Completion of Zone 70 and additional homes ~n Zone 65.
In P~ame II, the remaining homes in the 70 CNEL contour will be ~ompleted
and mom_e additional hc~es within the 65 CNEL will be insulated. In
addition, any remedial work to Phase I construction will be done. It is
esti~nated that approximately 65 homes will be treated in Phase II4
The bas~ tasks to be performed in each phase are:
- Prepare detailed schedule and categorize residences.
- Pre construction and post construction noise monitoring.
- Identify soundproofing measures.
- _~roFide cost estimates.
- ?repare plans and specifications.
- assist in the bid process.
- Construction administration.
- ~epo~t preparation.
DETA.~,ED T;:.BK~ OF PHAGE I: PILQT PROGRAM
~A. _ PFe-oa:e De.tail ed Phase I .~ched_u] e/Ca tegoF~ze ~esj d~ence~
- Prepare detailed schedule for Phase I. Schedule to be in working days
frc~ Notice to Proceed.
- Coordination with staff of the City of South San F~ancisco.
- .~ttend a maximum of three public meetings as requested by the city.
A-1
C~ordination with other public agencies, especially FAA, California
Department of Aeronautics, San Mateo County, AbUC and San Francisco
International Airport, California Department of Education, Office of
the State Architect, South San Francisco Unified School District, St.
Veronica's School and the California Department of Health.
Utilize the established boundaries of residential areas potentially
affected by airport noise including differentiation of 65 and 70 CNEE
zones, in order to conduct a visual survey of housing types and loca-
tions by automobile tour of the affected neighborhoods..
Define preliminary boundaries for dwelling unit categories which have
similar housing, types, age, and noise exposure. D~aw theme
preliminary boundaries on camera ready 8 1/2 by 11 inch maps to be
supplied by the city.
Inspect Phase I candidate residences and schools by exterior visual
means and broadly categorize residences by location, construction, etc.
Sho~ on map, or by other acceptable means, the location and addresses
of the Phase I candidate residences.
Recommend at least one example of each residential category for
treatment in Phase I.
Define the criteria for selecting the Phase I houses.
Select 15 different' dwelling unit categories for further analysis under
Phase I. Provide color photographs of example dwelling units within
each category and photographs of St. Veronica's and Ponderosa Elemen-
tary Schools. Total photos shall be 15 in number and four by six
inches in size..
Inspect the interiors of' each residence to be monitored (plus both
schools) within each selected dwelling unit category (the city shall
cooperate with rights of entry). Prepare a brief narrative description
of acoustically relevant construction features (e.g., age, roof type,
condition, exterior type.) of these units with emphasis upon describing
features expected to be common to the other members of the same
dwelling unit category.
Describe sound level exposures of each dwelling unit category including
salient features of aircraft takeoff and landing patterns that could
uniquely affect each group due to flight patterns, topography, building
orientation, building design and condition.
Based upon the above inspection and residental categorization, Consul-
tant will recommend final (Phase I) residences to be insulated in Phase
I. These recommendations will be based upon an emphasis .of (a) reason-
able sampling of residential areas and types, (b) ability to produce
successful insulation results, (c) strong numerical representation of
dwelling units within the 65 and 70 CNEL zones, and (d) input from the
city and from interested citizen volunteers.
A-2
,Prepare a brief summary report on this work element estimating the
number of dwelling units in each dwelling unit category, and setting
forth the above narrative of construction features expected to be
common to the group. Recommend one specific dwelling unit in each 15
dwelling unit category to be treated acoustically in Phase I.
R. No~ se Mon~ tor~ n~
Mon~ tot Preconstruct~ on No~ se T.eve] s ~ n Ho~es ~nd School $
Conduct sound level readings inside and outside of the 15 residences, one in
each of the selected dwelling unit groups, (plus both schools). Results will
be reported in Decibel differences. Readings will be taken in the geometric
center of the principal bedroom of each dwelling unit at a height of four feet
above floor ~level. Readings will also be taken exterior to the same bedroom
at a distance of 10 to 20 feet from the exterior wall as far as feasible from'
other walls or obstructions at a' height of four feet. In the case of each
school, two different interior measurement locations will be taken in repre-
sentative classrooms. The exterior measurement should lie in the direction of
the predominant aircraft operating pattern from the subject dwelling unit.
The city will endeavor to provide access to the dwelling units selected by
Consultant. The following specific tasks will be conducted.
Selection of a time period when considerable aircraft activity exists.
·
Coordinate clock time with the airport computer clock.
Monitoring for one hour at each residence or school location during
aircraft operations. A minimum of two aircraft flyovers departing from
runway 28 (through gap between San Bruno Mtn. and Skyline Blvd. ) will
be measured for each location.
Determination of indoor and outdoor hourly noise level for the specific
hour measured.
- Determination of attenuation of structure (outdoor to indoor).
Observation of-types of aircraft movements over the time period
moni toted.
Where deemed necessary by both the city and the Consultant, monitoring
will be conducted for a second hour to insure accuracy of results.
For simultaneous exterior and interior sound level measurements, two
identical measuring systems will be used. The measuring systems in-
clude. ·
Bruel & Kjaer Type 4145 Condenser ~[icrophone
Bruel & Kjaer Type 2619 ~[icrophone Amplifier
Bruel & Kjaer Type 4426 Noise Level Analyzer
·
A-3
Reduce all field monitoring tests to yield present values of sound
attenuation and values for the present interior CNEL level at each
residence and school.
Utilize existing available reduced data from past airport noise monitor-
ing results at San Francisco International Airport in order to aid in
the interpretation of on site monitoring above. (The city' will
cooperate in making available to consultant past CNEL contours and
noise data summaries in possession of other agencies. )
Produce a locational key map from the base map, illustrating locations
of Phase I residences and schools.
- Produce a summary table of'indoor and outdoor sound levels at each
residence and school. For the purposes of this study, a single indoor
and outdoor location per residence will be chosen for all analysis
purposes (For each school two interior locations will be monitored).
· .
Moni tor Post Construct~ on No1 se Level s
Consultant will conduct a follow up testing program to document the effective- -
ness of acoustical treatments rendered, as follows:
Visit all modified dwelling units after installation of acoustic
insulation remedies and perform indoor and outdoor measurements as
defined in pre construction monitoring.
- Reduce data as defined above and prepare a su~mary of results.
Identify and explain any inconsistencies with predictions. (Where
necessary work with contractor to augment or correct treatments to
resi de ncc s ).
Provide color, four inch by six inch photographs of the treated units
(one each per unit).
C. Identi fy ~o'proprf ate soundproofing Measures
Analyze alternative methods (with consideration given to achieving cost
effectiveness) of soundproofing each of the 15 Phase I residences
addressed above (and for the two schools) and determine an appropriate
method of soundproofing for each.
Description of items of work to be performed for soundproofing
including performance standards for hardware elements (e.g., STC rating
of glazing, type and method of application of caulking, type of
mechanical ventilation).
Statement of expected resultant outdoor to indoor attenuation attained
by the. soundproofing for each of the residences and schools. In the
case of schools, differentiate expected results in different school
interior areas, where applicable. Two different interior locations per
school will be used.
Detailed analysis of ventilation system requirements (e.g., baffling,
l'ocalized controls, etc. ).
For each residence or school consider the tradeoffs tn benefit versus
cost of the following acoustical treatments:
Level 1. Provide a package of the simplest acoustical remedies
including caulking, window' alteration, weatherstripping, and other
straightforward sealing and insulaton measures.
Level 2. Provide a package of intermediate acoustical remedies
including Level 1 remedies and also including m~re extensive
measures such as full roof and wall insulation, reconstruction of
door and window openings, addition of fixed widows and meehancial
~ventilation systems, minor structural reinforcement of roof wall
seams, and roofing repairs.
Level 3. Provide a package of extensive acoustic-al remedies
including Level 2 remedies and also including major reconstruction
of foundation wall seams, major reroofing, relocation of doors and
windows.
(For the purpose of cost estimation of the person h~s in this
contract, it has been assumed that most residences are expected to be
treated within Level 1' and Level 2 limitations. )
D. Provide Cost W. st~mates
Provide detailed construction cost estimates which can be used to
define bid items.
Consider expected and known inflation since base period (Phase I)
actual data.
- . Consider use of bulk discounts on commonly applied i~ems (e.g., c~ulk,
solid core doors, glazing, weatherstripping).
- Coordinate with PG&E energy conservation program.
- Develop unit costs for recurring and reproducible items of work. ·
Prepare P1 ans a~d Specificati ons
Survey each recommended dwelling chosen for Phase I consideration to
determining its floor plan. Notations will be nade to the size, type,
and composition of key elements such as doors, glazing, and other exter-
nal penetrations of the exterior skin of the building. Provide color
photographs of the exterior facades of all of the pilot program build-
ings, and potential acoustical problems will be noted. These dra~ings
will be completed according to an 8 1/2 by 11 inch format and dr~n on
printed sheets with typical notes and legends also shown.
A-5
Determine specific architectural sound attenuation measures to be
applied to each residence and school selected in Phase I, including an
investigation and determination of architectural details.
Prepare plans and specifications for each residence and school to be
modified.
Prepare standard plans and details for future use. If-city uses plans
for any purpose beyond the specific 15 residences and two schools for
which the plans are developed, the Consultant shall be notified.
Consultant may retain a copy of all plans and details for Consultants
general future business purposes.
Develop construction detail drawings, 'indicating the work to be accom-
plished, in a handbook (standard plans) fashion such that all details
required to retrofit all the dwellings and schools will form the com-
plete handbook document. Only those applicable details for a parti-
cular dwelling will be employed for use in the set of construction doc-
uments for that respective unit. For example, a house might include
Details Numbered 3, 4, 7, and 22 while another dwelling might need
Details Numbered 3, 8, 19, and 23. Thus the handbook is a guide for
establishing what details would be ultimately needed to attain the
reduction required for all building skins.
Coordinate with appropriate agencies, including the City Building
Division, State Architect, FAA, etc.
Specifications to be broken down by bid item,- where applicable and
appropriate.
Choose standard plans as appropriate for each residences.
Complete specifications for all the applicable sections of work to be
included in the overall construction. These specifications will follo~
the Construction Specifications Institute (CSI) format and again will
be a master handbook by which the Consultant will be able to choose the
applicable specification sections for a given construction on a dwelling
or school. In reality, only the sections pertaining to a particular
building will form the basis for the construction bid for that building.
1~. Ass~ st ~n Bid Process
Consolidate plans and specifications, and provide seventy five (75)
copies of the contract documents to assist the City in the City's
preparation of a bid package.
- Prepare a construction cost estimate to match each set of drawings.
Attend pre bid cor~gerence and bid opening session.
Attend one follow up meeting with the city staff to assist the city in
the analysis of bids and to provide recommendation for bid acceptance.
(The contract itself will be written by the City under a separate agreement.
The contractor will not be a subcontractor to Consultant. )
G. Construction Administration
- Perform technical supervision and coordination with the contractor for
conformance with Plans and Specifications.
- Coordinate the Construction inspection procedure with the City Building
Inspection Department and with the Office of the State Architect, in.
the case of the two school buildings.
- Review the contractor's schedule for conformance with the Plans and
Specifications.
- The CONSULTANT shall provide full time Project Representation at the
site for approximately eight hours per work d~y for a period of eight
(8) weeks. The CONSULTANT shall become familiar with the progress and
quality of the Work and determine if the.Work is proceeding in ac-
cordance with the Contract Documents. On the basis of on-site observa-
tions, the CONSULTANT shall keep the CITY informed of the progress and
quality of the Work, utilizing daily job reports and shall endeavor to
guard the CITY against def~ts and deficiencies in the Work of the
Contractor.
- The CONSULTANT shall determine the amounts owing to the Contractor
based on observations at the site and on evaluations of the
Contractor"s Applications for Payment, and shall issue Certificates for
Payment in such amounts, as provided in Plans and Specifications.
- The CONSULTANT'shall render written interpretations necessary for the
proper execution and progress of the Work. within seven calendar days
upon written request from CITY. Further, the CONSULTANT shall.render
written interpretations within seven calend&r days on all claims,
disputes and other matters in question relating to the execution or
progress of th~ Work or the interpretation of the Plans and
Sp9cifications.
- The CONSULTANT shall reject work and notify the City of such Work which
does not conform to the Plans and Specifications.
- The CONSULTANT shall review or t~<e other appropriate action upon the
Contractor's submittals'such as Shop Drawings, Product Data and
Samples, for conformance with the Plans and Specifications of the Work
and with the information in the Plans and Specifications. Such action
shall be taken with reasonable promptness so as to cause no delay. The
CONSULTANT's review of a specific item shall not indicate review of an
'assembly of which the item is a component.'
- The CONSULTANT shall prepare Change Orders for the CITY's approval and
execution in accordance with the Plans and Specifications, and shall
have auth'ority to order minor changes in the %'iork which are not incon-
sistent with the intent of the Plans and Specifications and which do
not involve either an adjustment in the Construction Contract Bid Price
or an extension of the Construction Time.
A-7
The CONSULTANT shall visit work sites to determine the Dates of
Substantial Completion and .final completion, shall receive and forward
to the CITY for the CITY's review written warranties and related
documents required by the Contract Document and assembled by the'
Contractor, and shall issue a final Certificate fop Payment.
The extent .of the duties, responsibilities and limitations of authority
of the CONSULTANT during construction shall not be modified or extended
without written consent of the CITY, the Contractor and the CONSULTANT.
]~. Report Prep~rati on/Commu~t ty Re1 ati ons
Provide Interim Eva] uat~ on Report
- Synthesize data on methods and results (including photographs).
- Analyze the effectiveness versus cost of acoustical treatments con-.
dueted.
Provide recommendations regarding expected applicability to other_
dwelling units in each dwelling unit category.
Provide an estimate of the total number of dwelling unit categories to
be established in order to cover all residences in the South San
Francisco 65 to 70 CNEL zones.
Provide recommendations as to the desirability of alteration of con-
tracting procedures for .other dwelling units.
Provide procedural recommendations for the next state of acoustical and
architectural analysis and implementation of the noise reduction
program.
Prepare an interim report for residential cabegories in 75 copies ·
compiling and analyzing data on:
a. Methods/results
b. Future applicability of methods.
Prepare an addendum to the interim report for the tWo schools receiving
noise attenuation improvements, and provide 75 copies of this addendum
compiling and analyzing data on:
a. Methods/results
b. Future applicability of methods.
PUBL~_C._~,~TICI PAT ION
The city will take the lead role in the' public participation program. Appen-
dix E indicates the basic task allocation and schedule. The city will inter-
face directly on receiving all property c~ners questions. ~ter conferring
with the Consultant on any homeowner inquiry, the city will respond as needed
to the homeowner. On difficult eases, the Consultant will be available to con-
fer with individual homeowners. The Consultant will attend a maximum of three
evening public hearings or meetings during the total program.
A-8
~ ~)ETt;~,ED TA~ .~.~F. TT: COMmOTIOn{ OF ZONE ?0 AND ADDT~ONAT. HOME. S TN ZONY. ~5
This contrzct does not explicitly cover work in Phase II. However, the Phase
II work is understood to be an integral continuing aspect of this Noise
Insulation Pro, am. Therefore, a brief description of this Phase II Program.
is set forth in the following.
~ne procesm undertaken in Phase II will be analogous to most aspects of the
tasks in P~_=_~e I. Prominent differences are reflected in the intent of. Phase
II to build upon the successful track record of Phase I in order to produce as
many succem~.-Tul acoustically treated residences, as feasible within the program
time and ~zf._~etary constraints. In particular, the Consultant will have
gained s~fi~ent information in Phase I to have identified the residences
which are ~t straightforward to acoustically insulate. 'While one of 'the
objectives of Phase I was a limited sampling of residence types, Phase II will
concentrat~ upon addressing dwelling units that have the least risk to satis-
factory noise insulation treatment.
Due to time znd cost objectives, it will be essential to' require the
contractor *~o adhere to a rigid logistical schedule. The' Consultants will
plan this loEistical strategy into the selection of residences for treatment
in Phase ~ The success of this strategy will depend upon (i) technical
ability of a cluster of proximate residences to respond to similar architec-
tural trea~nt to yield ~5 CNEL interior levels, (ii) timely agreement of
property c~ners to participate in the program, and (iii) the Consultants and
contractor's logistical plan,
A final re~ort will document all procedures and methods used, data collected
and a des~--2ption of soundproofing conducted in Phase II.
APPENDIX B
SUJTH SAN FRANCISCO AIRCRAFT NOISE INSULATION PROJECT
COST BREAKDOWN BY TASK
EARTH METRICS HOURS
SES SES ES ES ES ET
II I III II I
GROUP ~ HOURS
O~HER
SE PP TA DIRECT
COSTS
TOTAL
Phase I Residences
Task A · 17
Task B 2
Task C 21
· Task D 10
Task E 4
Task F 7
Task G 28
Task H _17 10 _~1
7 16 4
2 110
18 275 19 15 15 2 ;4
2 1 5 7 27
5 3 31 78
~ '~ ~ 9
147 - 28 1;47
_32 _2.8
$ 90 $ 3,104
522 4,, 341
2 313 13,414
79 3,052
49 42 2,188 10,485
40 1,632
25 2;46 15,526
__ 863 . 6,995
Subtotal 106 48 585 19 15 15 120 297 51 67 $4,341 $58,548
Phase I St. Veronica's School
Task A 2 I $ 7 $ 235
Task B 13 43 459
Task C 1 2 19 2 1 1 1 I 25 1,035
Task D I 2 2 6 236
Task E 1 1 3 6 4 ~ 176 968
Task F 1 1 1 I ~ 221
Task G 2 11 2 11 I 19 1,129
Task H 1..~ __A .... _Z _2 ~_ 69 479
Subtotal 9 3 50 2 I 1 10 23 4 5' 369 ;4,762
Phase I Ponderosa Elementary School
Task A I I I 6 217
Task B 12 35 ~19
Task C 2' I 18 I I I I I 22 965
Task D I 1 I 2 6 263
Task E I I 2 6 3 ~ 151 817
Task F 1 I 1 3 187
Task G 2 10 2 10 I 18 1,055
Task H' __1. _1 __1 .... _2 _2 _ .~ _~ ;4~
Subtotal 9 3 ~3 I I I 9 22 ;4 5 301 $ ;4,367
Total
Phase I 124 54 678 22 17 17 139 342 59 77 $4,991 $67,6~7
Phase II
..
The Phase II hours and costs are to be determined after Phase I is well under
way in order to provide the most accurate estimates possible.
B-!
APPENDIX C
STATE!~ENT OF CLARIFICATION
OVERHEAD RATES
(a) The allowable indirect costs, under this contract shall be obtained by
applying overhead rates to direct labor costs or to other bases agreed
upon by the City and the Consultant, as specified below.
·
(b~ The Consultant, as soon as possible, but not later than six months after
the expiration of his fiscal year, shall submit to the City a proposed
final~overhead rate or rates for that period based on the Consulting En-
gineer's actual data. Determination of overhead rates for each period by
the Consultant and the City shall be undertaken as promptly as practica-
kle after receipt of the Consultant's proposal, Final determination of
these overhead rates shall be based upon final audit.
(c) Al' "-~' '"
=o,.=~lxt~ of costs shall be determined in accordance with the provi-
s~ons of ~1 CFR 1-15.2 and 1.15.~.
The results of each determination shalI be set forth in a modification to
t. his contract, which shall specify: (I) the agreed final rates; (2) the
b--'=~=o._ to which the rates apply; and (3) the periods for which the rates
apply.
(e; Pe::~ir~ establishment of final overhead rates for any period, the Consult-
ant s?.all be reimbursed ~t negot!ate~ provisional rates as provided in
the contract, subject to appropriate adjustment when the final rates for
that perXod are established. To prevent substantial over- or underpay-
,~:~--n',..~ a~?J to ao~.iy either retroactively or prospectively,, provisional
rates may, at the request of 'either party, be revised by mutual agree-
~ent. Any. such revision of negotiated provisional rates provided in the
--~-~ shall be -~t forth in a modification of this contract
~'--.'-~.~.~ais ti,z.~ is charged only when directly applied to the proJcot and
~!.sn charges are baa. ed On actual salary plus the sa~ multipliers as
other employees.
C-i
A]'PtlN~D IX D
APPEN~DIX 2. CON~/~ACTOR CON~5tAC~dAL iLEQU~~,'TS
AC 150/5100-14
Appendix
TITLE VI ~.~SUPJ~NC~
Doting ~he p_~rformance of this contract, the cont_~actor, fcr ~tself, its
~signe%s and successors in interest {hereinafter zeferred to ms th_~
'contractor") agrees as follows:
1. ~O.-.-p!Jance with Regulations. ~n.~ contractor shall cc~aply with
f3, e R_~gulations ~elative to nondiscr~inftion in federally ar~$i~ted program~
of the Depar~:ent of T~an-s_portatton {h=_reinafter, ~DOT') Title 49, Code of
Federal Re~u!ations, P~t ~1, as t~hey may ba In~en~ed frc~ tfm~_ to time,
{!{.=reinafter referred to ~s the R_~ulations), which are b_~rein incorporatea
by referenc-e zund made a part of this contract~
2, Ho__~di~crinin~tion. The ~%ntractor, with re?.ard to fha ~.ork
forned by it durin~ the con~act, ~hall not discr~inate on the 9rounds of
race, color, or n~tlonal origin in the s~lection ~d retention
~actors,. including pr~urements of l~terials and leases of ~t~ent. The
~:~actor shall not ~rticlpate either directly or indirectly in the
d]s~r~ination prohibited by u~ction 21.5 of ~e Rtgulatlons, including
e;~pl~ent practices %~hen the ~n~act c-overs a pr~r~ set forth
appendix B of ~e ~4~ul~tions.
3. Sc. llc!tations for Subcontracts, Includ!n_~ Procuremants of
~:~-ter!a!~-'-~r~.d Bqut .~?~ent. in a~ solicitations either by c~pe{ittve biddinu
or n~otietion ~:ade by ~e ~n~actor for work to
contraet~ ~n~!uding pr~ure~ents of m~terials or leases of ~gui~ent, each
~r~tentia~ ~'~ntr~ctor or supplier sha~ be notified by
~e ~n~ctor's obff~tf~ns ~nd~r this contact
to no:~di~.c-~ination cn ~e grounds of race, color, or national or~gin.
· 4.' I_~,fo-_.-matj_e.n mhd P.e~_?~_ts. The contractor shall provide all lnfor-
'~at!c.n .~.r:d ~eforts required L? +~ l~e~ul~tions or dlrectiv~s i~sued i~rsu~.nt
~reto ~nd shall pe~tt access to its ~ks, records, accounts,
sources of information, ~nd its facilities as may be dete~in~d by ~e
~on~or or ~e FeStal Aviation Administration (FkA) to ~ p~rttnent to
a~certain ccnp!!an~ with such R~ulations, orders, ~d instructions.
%~ere any ].~,~o_n~tlon required of a ~n~actor ~s in the exclusive
p-~ssessJ.~n of ~noth~r ~ho fails or refuses to furnish ~s infori~tion,
the con,actor shall ~o certify to the z~nsor or th~ F~-%, as appropriate,
~.'%d sha'~ set forth.-what efforts it has made to obtain th~ ~nformation.
5. Sa::ct]ons for ~.'.o_.Q__co~_l_iance. In the event of the c~ntractor's
nonco~:~]ia~nce' w~th the nond{scrimination provisions of. this contract, the
5?:,nsor sh-~ll impose, such contract sanctions as it or the F;~A F..~_y deter-
'~'ne~.~ [o be appropriate, including, but not limited to--
(a) withholding of p~.yments to the contractor un,er the contract
until the c~ntractor c~::.p!tes, and/or .
D-1
{b) cancellation, termination, or mu~p~ns!on of the contract,
~-n -.-l:ole or ~n part.
6- .)h)c?rporatien of Prov_{slons. The pontractor nh-~li fnuiud~ the
p~!on~ ef paragraphs 1 ~rough 5 ~ ovary s~Dn~a~t, ~ncluain~
pr~ur~ents of materials
Re~ulzttons or directfvzs l~suea F~rsuant .~hereto. ~ ~n~uctor mha~
tak~ such action ~lth res~ct
in=lu~in~ r;~nctio~ for
event a c~n~actor.~~ ~n~lved ~, ~ ~ ~eaten~d ~!th, ~tf~atfon
c~n~actor may request ~e s~~ %o ~nter ~nto su~ ~tigation to
~n.e~es,s Of ~he s~ns~ ~d, in addition, ~e ~ntractor
._~, en~.r into such lftfg~tion to protect
Mi~DP~TY ~USI/N'ES$ DN~I?~3~ [:.iSE) ASSUk%NCES
~h~t n~nor.{~y buu~ness enterprLges az d~fined ~n 49 C~. Part 23 shall have
~ t-h~ [%%x~'~ op~rtun~t~ to ~rt~cfpate fn th~ ~rform~nc~ of pDntracts
finch-m-cd fn %~ole or in ~rt ~th Federal f~ds ~d~r ~ agreement.
Con~t-cfu~ntly, ~h~ ~'-~
.-~ requlr~nts of 49 C~ P0lt 23 ai~ly
2 :'9.:'__ ~u~tion~_ ~e ~ntrast~ a]r~ to ensure th-t._
~I e.'~te ~r~=s a~ ~f~ned ~n 49 ~ Part 23 have the ~'~=x~'~ op~r-
tun]~v to m~rticIDate ~n ~he D~rforn~nc~ of ~ntracts smd s~ntrac~
~fn~d fn Yh-~!~ or fn part ~'tth FuS~ral funds ~ ~ ~ =
.-=n.. In ~i~ rc~ard, al! ~ntractors o'ha)l take a~ n~ssary and rea-
~.an ..... h 49 ~ P~t 23 to unsure that n~nority
........ on the basis of ra~,
c~n~ acts.
::O-E- in Appendix D of this contract, the wo~d CO:.;T~L:,t:TOR shall be interpreted
·
~s E-~.'tr, V..etrics Inc
D-2
· APPENDIX E
SCHEDULE
OF PRINCIPAL PUBLIC
R~ATIONS
TASKS
Pre[:z:-e a list of
candidate volunteer
ho-._', e ~.¢ nets
Choco~-~ preferred resi-
de~'~ces with second
ch 0'~ ce s in e-'_, se pri-
nary choices are not
ay a! ]. ab! e
:-:5.': ! to property ~ners
t :;. z'.cque~'.t participation
Receive final list of
p~-,- erty ~.;ners agree-
Sah~;dule residences fo:'
r.o! .~ pre
Fir~!~?, performanae of'
noi ,~ ? ~aord tcrins
S,~.Leduie re;-idences for
noi ~': D~st' monitoring
_R~,~PD]I~s.,~J ..E PARTY
City
Consul tant
City
City
City
Consul tant
City
DATE (DAYS AFTER
10
2O
36
5~
Five days. after
substantial eom-
pietion of each
phase construe-
ti on
E-1
CONTRACT PRICING PROPOSAL
(RESEARCH A.%'D DEI'ELOP,ME.N'T)
form is for u~e when (i) submission of coet or pricing da~
~FICE ADDRESS
859 C°wan Road
Burlingame, CA. 94010
~VlS~O~S) AND ~1~S) WHERE WOR~ IS 10 BE P~RFORM~D
~ut~ngame, CA
DIRECT M&TERIAL (Ite,~ize o~ l:~l~it ,4)
O~ce of M~,nn~ement and Budget
Approval No. 29-RO184
PAGE NO. NO. OF PAGES
Aircraft Noise Insulation Project.
TO, At A~OUN! OF PROPOSAL
$
DETAIL DESCRIPTION OF COST ELEMENTS
~. PURCHASED PARTS
&. SUBCONTRACTED ITEMS
i. OZHER--(I) RAW M.&TERiAL
(2) Y~R STANDARD CO~RCIAL ITE~
(J) I~ERDIVISIO~AL 1R~SFERS (Al olbe~ t~ ~ozl)
2. /,~ATERIAL OvERHEaD~ (R~te %o\',~
3. OmEO L~,~OR ($J>rdJr.~)
Senior Environmental Scientist II
Senior ~vironmental Scientist I
Environmental Scientist III
Environmental Scientist II
Environmental Scientist I
Environmental Technic ian
~O'IML DIRf'CT LAROR
4. LA~OR OVERHEAD fS~ecJf7 De, art,uccel ~r Co~I Cr~sler)~
TO'I AL LABOR Ol'ERIIF-.4l)
5, SP~Cla, L TES11~G (I.,h.linj /~el~ -.oft ~t Gorer~.,~eut
6. SPECIAL EOUIPMENT (If ~l~recl cl;a~, e) (he,,~ze o~ I:vl;ib;t A)
_
7. TR~¥EL (If ~recl ¢l~rge) (C, fre ~e~ih o~ ,~ll~l~#~
See Exhibit 9
_
~. T IL~NSPORTATION
b. PER DIEM OR SUBStSIENCE
CO~SULTAN~S ( l~t,~t~/~ -l~,r~ost- r~te )
Group 4
fEE OR PROFII'
TOTAL DIRECT MATERI.4L
GOVl SOf..ICII'ATIOq'4 NO.
TOTAL
''-f~,~' EST COSTt
EST
COST
..~..~...,..~.,.. ,..... -; ......-,..,.v ..A~
::~:!:.' T:::.-:~.:..:::'k-:.'.:~:::-:i:
:::.-..-,....:. .. · :...
.:. :..-.........- ., .:- . .... -.
:- · ~.:.':i.? · ' ' ..'.." '.:~ "-..]
'-;~!i~:!;.,...~;' , ... ::.ili~i: ~:2
· ,.-;;~;' , · ..
':i'
ESTIMATED RATE/ EST
HOURS HOUR COST
124 32.96 4087
54 26.46 1429
678 12.50 8475
22 9.52 209
· 17 7.58 129
17 6.00 102
O.H. RATE X ~ASE =
1.75
TOTAl. SPECIAL TE.T'I'I.%'G
.... ~.::i::~:.:..
.j ?:?~?:...: :.?:.{~:".'::'!
':.~::;?:,':'i ......... ' ': ?'"":,
,.:i?iii~;.!i!...-' ....::.:.:..:~
· - :.-.~
·
: .v · 4 14431
ESI COST (.I) . i?..:.: .... :::..:.
:.
:???.': ... ..... ...
~ .i' · ......; - ~.-" .-.:.
· .
.
, ....
.' .,:' '.' 18039
·
........
.... ..
EST COS! (,~) i':".:::' ' '-
. .
~,~ .... .
?.:..:,?':.: ...
-:-i::.-']<ii~i::::?:: i:.x.'i:!-..i...-': .::!:. :.;
-- ::'::!":!:!' ?:-:::":':iF ! · !::.'!'i ':-~:': :-': ~
To'rA i. 'rR.~, '~:t. : ?.:?;:?-'?:'i:!~:;!?- ---
EsT COST (z ~ . ::: ?::i:::.~:- - :.:'2¥:
· . ..:~
28605
-
· 1:/:?:, .
::~:~ .-: ........:..
: . ...:. .
'~'o'~'.~. c'o~'.¥u~.'r.~ ~"~'s - ' ..:...: 28605
· ..: ..
, 2146
REFER-
ENCE:
TUT.41o I~.~'l i ~,l.4'1'i:1)
*I'O'i'.4L ES*'/*'I ',1.4'1'1,1) C*O.~*'I' A.'~D FEE UR PROI:IT
!
63221
-
4456
~: ,676.77
OPTIONAl· FORM 60
~¢ncr~! .~r~s~t~
~-IOl
znd reRects our best eslimztr, as of this dsle0 in s¢cordznc¢ with thc Jnstru~'tion~ t. Offeror: and th~ Foomotc, which
TYPED NAME ~ TITLE
·
COST EL NO.
9.
9.
9.
9.
$1§NAIURE
~EM DESCRI~N
Acoustical. g~u~ pme~
Print in g
Co~uter.Supplies & Other
Other Supplies .
550. , ..
220 ....
950
~..
..
L HAS ANY EXECUTI'~E AGENCY OF THE UNITED STATES GOVERNh~NT I~RFORMED AI~Y REVIEW OF YOUR ACCOUt4JS, OR RECORD~ I~ CONNECTION WITH, A~ OT~I
~VERN~T f~i~ CONT~ ~ SU~C~TRA~ WITHIN THE P~T 1WELVE M~HS~
TIEL~ ~ttOt~f. I~UA*.B~R / E gTE N~IOI,4
IlL ~ Y~ ~EQU~
,o,o,~ co.~
v. ~ ~s ~s~
OPTiOnAL l:OkM 60 (10-? i )
OPTIO.~^L FORM 60 (i0-?1 ~
EXHIBIT 9
~ -
CONTRACT PRICING PROPOSAL
( RESEA RCtl ,4 ND DEVELOP31E,V,T)
This form is for u~e when (~) submission of cost or pric;ng data (~ee £PR I-3.807-3) is
(~r/ substitution for the Optional Form 59 is authorized by thc contracting officer.
NA~,~ OF OFFEROR SUPPLIES AI,4D/OR SERVICES TO I~E EURNISHED
.$
Group 4/Architecture, Research, & PlanninR ~nc. Architectural Design Services
HOME OF. F~CE ADDRESS
457 Forkes Blvd.
So. San Francisco, CA 94080
I~vISION~SI AND LOCA11ON(S} WHERE WORK IS 10 BE PERFORMED 1OIAL AMOUNT Ot~ I~OPOSA~
DETAIL DESCRIPTION OF COST ELEMENTS
-.
1. DIRECT MATERIAL (ilewlze ee Ex'l~;bil ,4)
'~ PURCHASED PARTS
b. SUBCONTRACTED ITEMS '
¢. OTHER~(I) RAW MATER)AL
(2) yOUR STANDARD COM,k~RCIAI. ITEM.5
(J) IhrlERDIVISIONAL TRANSFERS (Al other lade ¢osl)
TO Tel L DI R EC T .~4.4 TERI.4 L
ESTIMATED
HOURS
1'39
3/~2
59
77
office of Management and Budge~
Approval No. 19-RO!84
,
PAGE NO. NO. OF tAChES
2. ARAIERI~L OVERHEAD~ (Rate
a. OmE~ LASOR
l~rinr ipal
Tochn~cn~
O.H. RAIE
1
;O'IAL DIRI. CT LABOR
4. LABOR OVERHEAD ($1~es'if~t De,~urt)ne~tl or Cost C. etiler)'
TO'IAI. i..4FIOR Oi'I:RIIEAD
$ SPECIAL TESTle, IG (lmhtd~n$ field work ~t Go,'er,t,eent i.stallatia.:)
b. PER DIEM OR SU~SISIENCE
TOTAl. SPECIAl. TESTING
'1'0'1'41. 'I'R.~ I 'EI.
a. CONSULTANTS (ideetif)--p. rpose--rate )
'fO*i'.4 I. £0 X:.S;Ul.*l .'t %'7%*
GO¥1 $OLICII'ATION NO.
TOTAL RE F E R-
· $T COS1 ItS) EST COST' ENCE:
9. OTHER DIREC1 COSTS (Itemize o,~ Ex6iAit ,4)
10.
II. GE~cr,~,AL AND ADMINISTRATI'/~ EXPENSE (Rate
~12~OY~TIES ' . .
..
14 ~EE O~ P~IT
HOUR COST ($) ...!:::::.:' ::.'!:i:.:"
:' '.:':]:' ~?:' 7.*, - ":"'-'~
18 ~ 61~6 !'?'":-!?':
- -., -:,~,
.
. · .:.:...'11' . . .... '-...
· . .....-'~, -, ',11366
X BASE -- EST COST ($) .... -]" :- '. '..' '"')'i'
11366 l 1904 --: .i:--.:.- ""',:- ';...:.
..-.??~?~...-..;;:! _
:': ?; :':"> :-': -' -: ;:.L'
.... 4'' ':'"" :"
: ' ...:~ .
.' .': ':.'..... , :
~ . .. · .... ! 1,904
~ST COST ($) : !':::~ ......... :.' ' ~:
~-,. ~.-
L..;:'-:-::,... --_ ' .::i:i'::
~' c'!'..:':: ::'. ' '
._
-. .
' ~s~ COST !S) :.--.;':..:'"
.
.'..'.:;... · ._ .:
c-~ -
·: .:,.. ::-....-
:.:. :-
~ . -:< ;.. - ...... :.."
~, .,._
: . - ~ -.-.i 28~ 5
_
TO*/.41. I)IREC"I* CO.¥'i' AN'L} OI'I*fRIII!AI)
% o/,osr ctr,,,r,tt ,%'0~. )'
*I'O*I'.4L ES'i'I ~.4'l'LI) (.O.¥*!'
'I'OT.4L F.$71 ~fA'l'l~l) CO.~'I' A~D FEE OR PROFIT'
v
I
26115
~4~o .
,28§05
OPTIONAl. FORM GO
Octo~,¢r 19; I
¢,;ent'taJ ~r vi~t-s
FPR
5060-101
and refir¢~s o~¥ best e~tim,~) a~ of this da[t, in a¢curdanc¢ ~ith thc Ifl)trucl,un~ ~,, Off~-rurs .nd thc Fo~lno~-~ ~hlch fullu,~.
· TYPED NA~ Al'aD TITLE ' SIGNATURE
CrouD 4
COST EL NO.
7.
DATE C~ SU~I$SION
EXHIBIT A--SUPPORTING SCHEDULE (Specify. 1/;Gore space h needed, ase rerersr)
ITEM DESCRIPTION (b'ee footnote :~)
Travel to Sacramento
9. Photography
9. Printing
EST COST ($J
6].8
227
2200
I. HAS ANY EXECUTIVE AGENCY OF THE UNITED STATES GOVERN~EN1 PERFORMED ANY REVIEW OF YOUR ACCOUN1$ Ot~ RECORDS IN CONNECTION WITH ANY OTHER
GOVERNMENT PRI~.E CONTRACT O~ SUBCONTRACT WITHIN THE PAST TWELVE MOhrfHS?
N~.E AND ADORESS OF REVlE'WIh,IG OFFICE AND INDIVIDUAL
'~ELE PHOhlE HUMBER/EX'TENSION
il. WILL YOU REOUIRE THE USE OF ANY GOVERN~RENIT PROPERTY iN THE PERFORMANCE Ol: THIS PROPOSED CONTRAC1T ·
~ Y~ ~E~UIRE G~VERN~E~T CONTRA~ FINANCING 10 PERFORM THIS PROPOSED C~TRA~?
PkOPOSED CO~EA~?
See R~f~r~r for Instr~ct/on~ an~ Footnotes
2
OPTIONAl. FORM 60 (10-'21)