HomeMy WebLinkAboutReso 14-1988 RESOLUTION NO. 14-88
CITYi COUNCIL, CITY OF SOUTH SAN FRANCISCO, STATE OF CALIFORNIA
A RESOLUTION AUTHORIZING EXECUTION OF CONTRACT
FOR PROFESSIONAL CONSULTING SERVICES IN
CONNECTION WITH THE AIRCRAFT NOISE INSULATION
PROJECT - PHASE IV, PROJECT NO. PB-87-2.
BE IT!RESOLVED by the City Council of the City of South San Francisco,
that:
The City Manager is authorized to execute on behalf of the City a
Contract entitled, "Contract For Professional Consulting Services in
ConnectioniWith The Aircraft Noise Insulation Project - Phase IV", Project
No. PB-87-2 between the City of South San Francisco and Wilson, Ihrig and
Associates~ A copy of the Contract is attached as Exhibit "1".
I he,by certify that the foregoing Resolution was regularly introduced
and adopt~ by the City Council of the City of South San Francisco at a
regular i meeting held on the 27th day of January , 1988, by the
following Vote.
AYES: Councilmembers Mark N. Addiego, Gus Nicolopulos, Roberta Cerri
iTeglia, and Jack Drago
NOES: iNone
ABSTAINED: None
ABSENT: Councilmember Richard A. Haffey
EXHIBIT "1" TO RESOLUTION NO. 14-88
VVILSC~, IHRIG & ASSC~IATES, INC. ].
City of South San Francisco-Phase IV
CONTRACT FOR PROFESSIONAL CONSULTING SERVICES
IN CONNECTION WITH THE
SOUTH SAN FRANCISCO AIRCRAFT NOISE INSULATION PROJECT
-- PHASE IV --
16 November 1987
WII. SOr',~, IHRIG & ASSOCIATES, INC. 2
City of South San Francisco-Phase IV
iCONTRACT FOR PROFESSIONAL CONSULTING SERVICES
IN CONNECTION WITH THE
AIRCRAFT NOISE INSULATION PROJECT - PHASE IV
CITY OF SOUTH SAN FRANCISCO
The following is an agreement between the CITY OF SOUTH SAN
PRANCISCO,i CALIFORNIA, hereinafter referred to as "City" and
WILSON, IHRIG & ASSOCIATES, INC., a California corporation,
hereinafter referred to as CONSULTANT.
WHEREAS, City is performing an Aircraft Noise Insulation
Project - iPhase IV; 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 it
is necessary and advisable to employ the services of said
CONSULTANT for said purpose in connection with the proposed
Aircraft Noise Insulation Project - Phase IV, hereinafter referred
to as the i"Project".
NOW, iTHEREFORE, in consideration of the promises hereinafter
made and exchanged, the parties hereto agree as follows:
1. Employment of Consultant: 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
subcontractors as is deemed necessary to complete work under this
Agreement, if first approved in writing by City. It is agreed
that Corlett, Skaer and DeVoto Architects, 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 Services: 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
$87,585.26. These costs are further delineated in Appendix B.
V%qLSON,~HR~&ASSOCJATES, ~C. 3 City of South San Francisco-Phase IV
Costsi in excess of the amounts estimated herein, except for
costs resuilting from changes in overhead rates, shall not be
incurred by Consultant without prior written approval by City.
4. progress Payments: Consultant shall submit bills to the
City ever~ month for work done in accordance with this Agreement.
. BillS shall be due and payable to the Consultant within
thirty days from the date of City's receipt thereof. Bills shall
be itemized to show direct costs, indirect costs, subcontract
costs and !pro-rated fixed fee.
5. Time of Performance: Consultant shall commence
immediately upon receipt of a Notice to Proceed from City, and
shall complete all work required herein in accordance with the
following ischedule:
"The iCONSULTANT 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 iunfair labor practices, or delays of Subcontractors due
to such causes, provided that the CONSULTANT will notify the
City iEngineer in writing of the cause of the delay within ten
(10) Icalendar days from the beginning of such delay, and the
City!Engineer shall ascertain the facts regarding the cause
and extent of the delay and his findings thereon shall be
final and conclusive:"
iDevelop Plans and Specifications and perform
ipre-construction noise measurements 170 calendar days
I
iafter receipt of Notice to Proceed. Perform
ipost-construction noise measurements within 45 days
iafter completion of all construction. Prepare a Project
iReport 75 calendar days after completion of all
iconstruction.
6. Project Representation: Consultant and City hereby
designate!David P. Walsh and City Engineer, City of South San
Franciscoi respectively, as representatives who shall be totally
responsible for coordinating the efforts of their respective party
with regard to the performance of the work as set forth under this
Agreementi Project representation may be changed upon the mutual
agreementiof the City and Consultant.
7. Responsibilities of City:
The City shall:
a. Select 45 residences to be insulated and provide overall
direction to the Consultant.
City of South San Francisco-Phase IV
b. Assist Consultant by placing at his disposal available
information pertinent to the project including previous
~eports and other data relative to the project; all of
Which Consultant may utilize upon in performing the
Services agreed upon.
c. The City shall assist in scheduling times mutually
agreeable to the CONSULTANT and participating property
owners for the purpose of conducting sound attenuation
and structure evaluation studies at locations selected by
the CONSULTANT. The City will cooperate with the
CONSULTANT in securing timely access to the properties.
d. Review progress schedules and make determination
=egarding 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. Additional 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
supplemenUal 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 Consulnant performing said additional work; however, should
this not be possible in the interest of time, City shall give
ConsultanU written authorization for performance of services while
the necessary documents are prepared. Construction Contract
Administration services are agreed to be additional work.
9. Termination of Agreement: 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.
WlI_SO~,, IHRIG & ASSOCIATES, bNC.
5 City of South San Francisco-Phase IV
Value of profit will be a percentage of the contract fee
or profit based on the percent expenditure of
onsultant'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-Assignability: Consultant shall not assign or
transfer ~his contract or any interest or obligation therein
without the prior written consent of city, and then only upon such
terms andlconditions as City may set forth in writing.
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 covenant, condition or obligation.
12. insurance: 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. Commercial General Liability Insurance: In an amount not
].ess 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 MILLION DOLLARS
1151,000,000.00) on account of any one occurrence·
Non-owned automobile insurance in an amount not less than
FIVE HUNDRED THOUSAND DOLLARS ($500,000.00) to be
maintained during the life of this Agreement.
Property Damage Insurance: In an amount not less than
FIVE HUNDRED THOUSAND DOLLARS ($500,000.00) for damage to
the property of each person on account of any one
Occurrence.
Contractual Liability 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
Wlt~O~,WR~&ASSOC~TES0 N2. 6 City of South San Francisco-Phase IV
employees, and Consultant against damages sustained by
~eason of any action or actions at law or in provisions
thereof, or by reason of any contractual liability, or
alleged contractual liability on any contract, entered
into by Consultant and/or any of its agents or employees.
it is agreed that the insurance required by Subsections
b, c and d shall be extended to include the City of South
San Francisco, its elective and appointive boards,
Officers, agents and employees, with respect to
Operations performed by the Consultant, as described
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 any
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. Responsibility of the Parties:
ae
be
Consultant shall indemnify, hold harmless and, at City's
~equest 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
0mmissions of the Consultant, including Consultant's
Contractors, subcontractors, employees, agents or
representatives in connection with Consultant's
performance under this Agreement.
City shall indemnify, hold harmless and, at Consultant's
request defend Consultant, 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.
WILS(~',~R~ &~SOC~TES, INC. 7 City of South San Francisco-Phase IV
c. Iin the event of concurrent negligence of City, its
~fficers, agents and/or employees and Consultant, its
officers, agents, employees, contractors or
siubcontractors, then the liability for any and all claims
flor personal injury (including death) and property
diamage, and the cost of defending same, including
~ttorneys fees, arising out of performance of this
agreement shall be apportioned under the California
theory of comparative negligence as established
presently, or as may hereafter be modified.
14. Notices: All notices hereinafter shall be in writing and
shall be Sent by certified or registered mail, postage prepaid,
addressed ias follows:
TO CITY:
CITY ENGINEER
City of South San Francisco
400 Grand Avenue
South San Francisco, California 94080
TO CONSULTANT:
David P. Walsh
WILSON, IHRIG & ASSOCIATES, INC.
5776 Broadway
Oakland, California 94618
15. Responsibilities of Consultant:
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.
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 delivered 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.
16. Non-Discrimination: No discrimination shall be made by
Consultant 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
WILSO~<II-IRIG&ASSOCIATES, NC. 8 City of South San Francisco-Phase IV
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 shall 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 and Attorney's Fees: 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 Provisions:
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. below).
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.
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.
iThe City, the Federal Aviation Administration, the
Comptroller General of the United States, or any of their
iduly authorized representatives shall have access to any
ibooks, documents, papers, and records of Consultant which
!are directly pertinent to the project, for the purpose of
imaking audits, examinations, excerpts, and
WlLSON, IHRIG&ASSOClATES, INC. 9 City of South San Francisco-Phase IV
itranscriptions. Consultant is to maintain all required
records for three years after the City makes final
payment and all other pending matters are closed.
iTitle VI and Minority Business Enterprise Assurances are
ihereby included in the contract. (See Appendix D.)
20. iAgreement Contains Ail Understanding: This document,
together Jwith the attached Appendices A through D, represents the
entire and integrated Agreement between City and Consultant and
supercedes all prior negotiations, representations, or agreements,
either written or oral. This document may be amended only by
written instrument, signed by both City and Consultant. All
provisions of this Agreement are expressly made conditions. This
Agreemen~ shall be governed by the laws of the State of
California.
IN WITNESS WHEREOF, the City of South San Francisco, State of
California as authorized by the City Council at its meeting held
on has caused its corporate name to be
affixed hereto and the Consultant has hereto set their hands and
corporate name the day of , 19 , at
South San Francisco, California.
CITY OF SOUTH SAN FRANCISCO, CALIFORNIA
By
WILSON, IHRIG & ASSOCIATES, INC.
By
// - ,~rge Paul WilsOn, Ph.D.
President
Armin T. Wright
Vice President
Approved as to Form:
City Attorney
Attest:
City Clerk
V~LSON, IHRK~&ASSOCJATES, ~. A-1 City of South San Francisco-Phase IV
APPENDIX A
SCOPE OF SERVICES - PHASE IV
WILSON, IHRIG&ASSOCIATES, ~. A-2 City of South San Francisco-Phase IV
1. PROJECT WORK PLAN
Presented below is an outline of the approach that our team will
take to achieve the goals of the project. The work plan includes
initial liaison with the homeowners; preparation of plans and
specifications suitable for obtaining competitive or negotiated
bids from qualified contractors; assisting the City during bid
submittals; and performance of the acoustical measurements, both
before andiafter modifications to determine the effectiveness of
the modifications. Construction Contract Administration Services,
if requested by the City, will be negotiated later as additional
services.
1.1 Introduction
The overal~ administration of the project will be handled by
Wilson, Ihrig & Associates, Inc. (WIA), as prime contractor, with
assistance!from Corlett, Skaer and DeVoto Architects, Inc. (CSDA),
as subcontractor. An important part of our administration plan is
a monthly progress report summarizing the technical progress and
costs-to-date.
As a part Of the public involvement and liaison program, WIA and
CSDA, withi assistance from the City, will attend a preliminary
public meeting with the owners of those 45 homes selected by the
City. At this meeting the nature of the study will be described
and explained, questions and concerns raised by the homeowners will
be answered, and questionnaires relating to the scheduling of site
inspections and noise measurements will be distributed. WIA and
CSDA will Contact those homeowners who were unable to attend the
public meeting and explain the nature of the study.
1.2 Technical Services
The technical and administrative services we propose to provide for
each of the tasks are summarized below.
1.2.1
TaSk 1 - Prepare Project Schedule
We~will work with the City to develop a mutually acceptable
schedule for the project. This schedule will be updated as
required in the monthly progress reports. CSDA will
concentrate on the architectural elements involved in this
project.
VVII_SO%IHRIG&ASSOCIAT£S, INC. A-3 City of South San Francisco-Phase IV
1.2.2
1.2.3
1.2.4
Task 2 - Community Liaison and Structure Selection
WIA and CSDA will attend a public meeting with the 45
homeowners selected by the City to answer any questions and
concerns raised by the interested homeowners.
DUring the initial meeting, we will distribute a
.qUestionnaire regarding the times which are most convenient
tO the homeowners for inspection or for performing
acoustical tests.
If any of the homeowners were unable to attend the initial
meeting, WIA and CSDA will directly contact those
homeowners and discuss the nature of the project and obtain
a~l the necessary information.
AS a part of this task, we will select 8 homes that will be
used for a more detailed study to evaluate the acoustical
effectiveness of the modifications.
T4.sk 3 - Pre-Construction Noise Measurements
a) Noise Reduction Measurements
Recordings of interior and exterior aircraft flyover
noise will be made for a minimum of five aircraft at
each of the 8 structures selected for detailed testing
and evaluation.
The recorded data will be analyzed in terms of
Single-Event Noise Exposure Levels (SENEL) for each
flyover to provide A-weighted noise reduction achieved
by each structure.
b)! Report
A report will be prepared to document the A-weighted
noise reduction tests performed on the 8 structures
selected for detailed study.
T~
sk 4 - Identify Noise Insulation Measures
Structure Evaluation
Each of the 45 structures selected for the study will be
inspected to identify the major noise transmission
.~ paths. The inspection will include such items as wall
constructions, roof construction, window types, door
:types, and any other significant sound transmission or
, leakage paths.
VVILSO,%',IHRIG&AS.q:)CIATES, INC. A-4 City of South San Francisco-Phase IV
b)
c)
Treatment Identification
Specific noise insulation measures will be identified
for each of the selected structures. WIA will provide
information on the procedures required and CSDA will
concentrate on the architectural aspects of the work
including the determination of materials, construction
and installation methods, and phasing of construction.
As part of our evaluation to determine cost-effective
noise mitigation measures, we will, if necessary, use
our customized computer program to determine the overall
expected improvement in the noise reduction capabilities
of various structures typical of the different building
types or categories by improving the various weak
elements of the structure. For example, analysis on
computer can be performed to determine the degree of
sound insulation improvement by changing or improving
the windows only, by changing the patio or entrance
doors only, or by improving doors and windows together.
Report
A brief report will be prepared listing the various weak
points for each of the structures and candidate
acoustical treatments which may be applied.
1.2.5
1.2.6
1.2.7
TaSk 5 - Provide Preliminary Cost Estimates
CoSt estimates for installing the noise insulation measures
will be developed for budgeting purposes and to aid in the
bidding process. CSDA will prepare preliminary
construction cost estimates for the selected structures
based on the noise control measures identified by WIA for
each of the structures.
TaSk 6 - Prepare Plan and Specifications
BaSed on the noise mitigation measures recommended by WIA
fog each structure, CSDA will prepare plans and
specifications suitable for bidding. The City will be
provided with a total of 50 copies of the plans and
specifications.
Ta~
COl
7 - Assist in Bid Process
will assist the City in obtaining qualified bids from
~tractors by answering all bidder questions and
V~LSO,~, ~ &ASSOCJATE$, ~4C. A-5 City of South San Francisco-Phase IV
evaluating the bids. It is assumed that the City will
p~epare all bid forms and announcements. WIA will assist
the City in evaluating the acoustical aspects of the bids.
1.2.8
Task 8 - Post-Construction Noise Measurements
The noise measurements of Task 3 will be repeated.
Comparing the "before" and "after" noise measurements will
provide a clear indication of the effectiveness of the
remedial noise insulation measures.
1.2.9
Task 9 - Project Report
WiA will prepare a final report in conjunction with CSDA.
The report will summarize the noise insulation measures
that were installed, the installation cost, the acoustical
performance, experience with the construction effort, and
conclusions. The City will be provided with a total of 25
copies of the Final Report.
Wll..SO~,IHR~ &~SOCIATES, INC. B-1 City of South San Francisco-Phase IV
APPENDIX B
BREAKDOWN OF COST AND HOURS BY TASKS
WII_q~,IHRIG&ASSOCIAT£S, INC. B-2 City of South San Francisco-Phase IV
Labor profections for each of the tasks by labor category are
presented on Table I for services provided by WIA and in Table II
for services provided by CSDA.
The cost estimates for each of the tasks are summarized in
Table III~
The fee e~timates are based on the hourly rates for each category
of WIA and CSDA personnel, based on the current salaries for
differentilabor categories.
The Consultant Services Costs are summarized in Appendix F. The
direct expenses are presented in Table III and also in Appendix F.
The direct expenses include the costs for producing 50 copies of
the Plans and Specifications and 25 copies of the Final Report.
1. Initiate and Prepare Project
Schedule
7 7 .... 14 ~
2. Community Liaison, Structure 23 30 .... 53
Selection and Meetings
3. Pre-Construction Noise 4 30 12.5
Measurements
4. Inspect and Identify. Noise i01 140
Insulation Measures, and
Layout for 45 Selected Homes
5. Provide Preliminary Cost 7 5
Estimates
6. Prepare Final Plans and 8 23
Specifications
7. Post-Construction Noise 4 30
Measurements
8. Prepare Final Report 18 40
9. Assist in Bid Processing 5 5
TOTAL HOURS BY LABOR CATEGOR¥~
177 310 25
12.5
15 256
-- 1:2
-- 31
-- 46.5
35 93
-- 10
50 562
46.5
TABLE I LABOR ESTIMATES (HOURS) FOR WILSON, IHRIG & ASSOCIATES, INC.
Estimated Man-Hours for Each Labor Category Total
Tas~ ...... Technical Hours
Principal Consultant Technician Secretary Per Task
TABLE II
LABOR ESTIMATES (HOURS) FOIl CORLETT, SKAER AND DEVOTO ARCHITECTS, INC.
Estimated Man-Hours for Each Labor Category Total
Ta~ Project .... Dr al=t sm~n Dr~tsm~n ' bodes
Principal Manager Secretary %1 ~2 Pe~ Task
l. Initiate and Prepare Project 5 ........ 5
Schedule
2. Community Liaison, Structure 20 10 -- 5 -- 35
Selection and Meetings
®
o
Se
Pre-Construction Noise
Measurements
Inspect and Identify Noise
Insulation Measures, and
Layout for 45 Selected Homes
Provide Preliminary Cost
Estimates
Prepare Final Plans and
Specifications
Post-Construction Noise
Measurements
Prepare Final Report
Assist in Bid Submittals
TOT;~/, f~OURS BY LABOR CATEC, ORY~
20 40 20 120 100 300 ~
o
LUMP SUM FEE ~
O
50 180 80 150 -- 460
l0 ........ 10 ~'
15 10 10 .... 35 O
m
120 240 110 275 100 845 ~
TABLE III
SUMMARY OF COST ESTIMATES
Task
1. Initiate and Prepare Project
Schedule
2. Community Liaison, Structure
Selection and Meetings
3. Pre-Construction Noise
Measurements
Estimated Fees for Services Provided by:
Wilson, Ihrig & Corlett, Skaer and
Associates, Inc. DeVoto Architects,Inc.
$ 1,081.1.8 $ 499.97
$ 4,090.42 $ 2,674.84
$ 3,232.97
e
Inspect and Identify Noise
Insulation Measures, and
Layout for 45 Selected Homes
Provide Preliminary Cost
Estimates
Prepare Final Plans and
Specifications
Post-Construction Noise
Measurements
Prepare Final Report
Assist in Bid Processing
Subtotal - Professional Fees:
Direct Expenses:
Printing, Telephone, Travel
and Computer Charges, etc.
(including 12% profit)
TOTAL ESTIMATED COST:
$ 19,306.84 $ 12,339.74
$ 926.91 $ 1,500.00
$ 2,386.23 $ 21,809.10
$ 3,232.97
$ 6,107.10 $ 999.94
$ 772.28 $ 2,319.87
$ 41,136.90
2,335.00
$ 43,485.06
$ 42,143.46
.$ 1,956.74
$ 44,100.20
WILSON, II.-IR~ & ASSOCIATES, INC.
C-1 City of South San Francisco-Phase IV
APPENDIX C
STATEMENT OF CLARIFICATION OF OVERHEAD RATES
WILSON. IHRIG&ASSOCIATES. ~2. C-2 City of South San Francisco-Phase IV
APPENDIX C
STATEMENT OF CLARIFICATION
OVERHEAD RATES
The alilowable 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
specif!ied below.
The COnsultant, as soon as possible, but not later than six
monthsi after the expiration of his fiscal year, shall submit
to thel City a proposed final overhead rate or rates for that'
perio~ based on the Consulting Engineer's actual data.
Determination of overhead rates for each period by the
Consulitant and the City shall be undertaken as promptly as
practicable after receipt of the Consultant's proposal. Final
determination of these overhead rates shall be based upon
final iaudit.
Allowaibility of costs shall be determined in accordance with
the provisions of 41 CFR 1-15.2 and 1-15.4.
The re!sults of each determination shall be set forth in a
modification to this contract, which shall specify: (1) the
agreedi final rates; (2) the bases to which the rates apply;
and (3!) the periods for which the rates apply.
Pending establishment of final overhead rates for any period,
the consultant shall be reimbursed at negotiated provisional
rates as provided in the contract, subject to appropriate
adjustment when the final rates for that period are
establiished. To prevent substantial over- or underpayment,
and roi apply either retroactively or prospectively,
provisional rates may, at the request of either party, be
revised by mutual agreement. Any such revision of negotiated
provisional rates provided in the contract shall be set forth
in a modification of this contract·
Principals time is charged only when directly applied to the
project and then charges are based on actual salary plus the
same multipliers as other employees.
V~I_SON, IHRIG&ASSOCIATES. ~'~. D-1 City of South San Francisco-Phase IV
APPENDIX D
FEDERAL ASSURANCES
WlLSON, IHRIG&ASSOCIATES, INC. D-2 City of South San Francisco-Phase IV
APPENDIX D
CONTRACTOR CONTRACTUAL REQUIREMENTS
TITLE VI ASSURANCES
During the performance of this contract, the contractor, for
itself, ius assignees and successors in interest (hereinafter
referred uo as the "contractor") agrees as follows:
1. Compliance with Regulations. The contractor shall comply with
the regulations relative to nondiscrimination in Federally
assisted programs of the Department of Transportation
(hereinafner, "DOT") Title 49, Code of Federal Regulations, Part'
21, as they may be amended from time to time, (hereinafter
referred to as the Regulations), which are herein incorporated by
referenceland made a part of this contract.
2. NondiScrimination. The contractor, with regard to the work
performed!by it during the contract, shall not discriminate on the
grounds of race, color, or national origin in the selection and
retention'iof subcontractors, including procurements of materials
and leases of equipment. The contractor shall not participate
either di=ectly or indirectly in the discrimination prohibited by
Section 21.5 of the Regulations, including employment practices
when the Contract covers a program set forth in Appendix B of the
Regulations.
3. Solicitations for Subcontracts, Including Procurements of
Materials Jand Equipment. In all solicitations, either by
competitive bidding or negotiation made by the contractor for work
to be performed under a subcontract, including procurements of
materials lot leases of equipment, each potential subcontractor or
supplier ~hall be notified by the contractor of the contractor's
obligations under this contract and the Regulations relative to
nondiscrimination on the grounds of race, color, or national
origin.
4. Information and Reports. The. contractor shall provide all
informati6n and reports required by the Regulations or directives
·
~ssued purlsuant thereof and shall permit access to its books,
records, alccounts, other sources of information, and its
facilitiesJ as may be determined by the sponsor or the Federal
Aviation Ajdministration (FAA) to be pertinent to ascertain
complianceJ with such Regulations, orders, and instructions. Where
any information required of a contractor is in the exclusive
possession of another who fails or refuses to furnish this
information, the contractor shall so certify to the sponsor or the
FAA, as appropriate, and shall set forth what efforts it has made
to obtain the information.
WlI.SON, II~RIG&ASSOCIATES, INC. D-3 City of South San Francisco-Phase IV
5. Sanctions for Noncompliance. In the event of the contractor's
noncompliance with the nondiscrimination provisions of this
contract, ~the sponsor shall impose such contract sanctions as it
or the FA~ may determine to be appropriate, including, but not
limited tO:
a. wilthholding of payments to the contractor under the
oontract uintil the contractor complies; and/or
b. caincellation, termination, or suspension of the contract,
in whole olr in part.
6. IncorPOration of Provisions. The contractor shall include the
provisionsi, of paragraphs 1 through 5 in every subcontract,
including ~rocurements of materials and leases of equipment,
unless exempt by the Regulations or directives issued pursuant
thereto. The contractor shall take such action with respect to
any subcontract or procurement as the sponsor or the FAA may
direct as a means of enforcing such provisions including sanctions
for noncompliance. Provided, however, that in the event a
contractori becomes involved in, or is threatened with, litigation
with a subcontractor or supplier as a result of such direction,
the contractor may request the sponsor to enter into such
litigationi to protect the interests of the sponsor and, in
addition,
into such
States.
the contractor may request the United States to enter
Litigation to protect the interests of the United
4INORITY BUSINESS ENTERPRISE (MBE) ASSURANCES
1. Policyi. It is the policy of the Department of Transportation
(DOT) that!minority business enterprises as defined in 49 CFR
Part 23 shall have the maximum opportunity to participate in the
performance of contracts financed in whole or in part with Federal
funds under this agreement. Consequently, the MBE requirements of
49 CFR Part 23 apply to this agreement.
2. MBE Obligation. The contractor agrees to ensure that minority
business enterprises as defined in 49 CFR Part 23 have the maximum
opportunity to participate in the performance of contracts and
subcontracts financed in whole or in part with Federal funds
provided under this agreement. In this regard, all contractors
shall takelall necessary and reasonable steps in accordance with
49 CFR Part 23 to ensure that minority business enterprises have
the maximum opportunity to compete for and perform contracts.
Contractors shall not discriminate on the basis of race, color,
national origin, or sex in the award and performance of
DOT-assisted contracts.
WILSON, IHRIG & ASSOCIATES, INC.
E-1
City of South San Francisco-Phase IV
APPENDIX E
SCHEDULE
WILSON, IHRK~ & ASSOCIATES, lINC.
City of South San Francisco-Phase IV
A ProjectiSchedule is presented indicating the expected completion
dates for]each of the major tasks outlined in Appendix A: Scope of
Services.] The Project Schedule has been prepared with the
assumption that a Notice to Proceed is received by January 1, 1988.
PROJECT SCHEDULE
TASK
YEAR/MONTH
J F M A M J J A S 0 N D J F M
Initiate and Prepare Project Schedule
Select 8 Houses for Detailed Study
and Attend Public Meeting
Monitor Pre-Construction Noise Levels
Identify Noise Insulation Measures
5. Provide Preliminary Cost Estimates
Prepare Final Plans and Specifications
7. Assist in Bid Process
8.** Observe Construction, Approve Contractor"s Invoices, and Liaison with Homeowners
9. Monitor Post-Construction Noise Levels
10. Prepare Project Report
i1. Conferences
as required
· Attendance at Public Meetings
* Final drawings to be completed 60 days after approval of
preliminary construction estimates by the City
** Work performed under separate construction contract
0
0
WILSON, IHRIG & ASSOCIATES,
F-1
City of South San Francisco-Phase IV
APPENDIX F
CONSULTANT SERVICES COSTS
F-2
AC
Appendix 3
~PPENDIX 3. CONSULTANT SERVICES COSTS
.1.
Direct Salary Costs
Title Hours Rate/Hour
.Principal 177. 26.05
Consultant 310 25.99
Technician 25 16.43
Technical Secretary 50 15.69
Others as appropriate
Cost
4,610.85
8,056.90
410.75
784.50
Total Direct ~alary Costs
Labor and General & Administrative Overhead
Percentage of Direct Salary Costs 165%
3~ 'Direct Nonsalary Expenses
Transportation 200
Per Diem
Printing 40O
Tgsting
Consultants
Other: Computer/ 1,485
Data Analysis
System & Telephone
Subtotal of Items 1, 2, and 3
5. F~xed Payment
12 % of Item ~
6. Subcontract costs (specify)
Total Cost
Total Direct Nonsalary Expenses
$ 13,863.00
$ 22,873.95
$ 2.085.00
$38,825.95
$ 4,659.11
$44,100.20
Items 4, 5, plus 6 $87,585.26
For item 2, the consultant should submit a statement of auditable overhead
expenses, certified by the consultant's auditor, the sponsor's auditor, the
state's auditor, or a Federal government auditor.
FIGURE 1.
Estimated Cost for Consultants' Services (Design Phase)
F-3
A~
Append~.x 3
APPENDIX 3. CONSULTANT SERVICES COSTS
Direct Salary Costs
Title Hours Rate/Hour
.Principal 120 39.68
Project Manager 240 19.84
Draftsman 375 13.89
Clerical 110 12.70
cost ($)
4,760.60
4,761.60
5,208.75
1,397.00
Others as appropriate
Total Direct ~ala~y Costs
16,127.95
~abor and General & Administrative Overhead *
Percentage of Direct Salary Costs 125 %
$ 20,159.94
Direct Nonsalary Expenses
Transportation 200
Per Diem
Printing 1,548
Testing
Consultants.
Other
Total Direct Nonsalary Expenses
Subtotal of Items 1, 2, and 3
Fixed Payment
$ 1,748.00
$ 38,035.89
$ 4,564.31
12 % of Item
Subcontract costs (specify) Cost Consultant's Fees
to Prepare Preliminazy Cost Estimates
Total Cost
Items 4, 5, plus 6
$ 1,500.00
44,100.20
For item 2, the cormultant should submit a statement of auditable overhead
expenses, certified by the consultant's auditor, the sponsor's auditor, the
state's auditor, or a Federal government auditor.
FIGURE 1.
Estimated Cost for Consultants' Services (Design Phase)
January 27, lg88
To: The Honorable City Counct1
Subject: AIRCRAFT NOISE INSULATION PROJECT - PHASE IV, PR(XIECT NO. PB-87-2
ACTION: Adopt a Resolution
RECOMMENDATION:
It is recommended that the City Council adopt a resolution authorizing the
execution of a Contract for Professional Consulting Services in Connection
with the Aircraft Noise Insulation Project - Phase IV, Project No. PB-87-2
with Wilson, Ihrig & Associates, Inc. {WIA).
DISCUSSION:
This contract is for acoustical engineering and architectural design
services for 45 homes. The scope of work is the same as previous contracts
with WIA for Phases II and III, i.e. providing liaisons with homeowners,
inspection of homes to develop noise insulation measures, preparation of
plans and specifications, assistance in the bid process, and noise
measurements on sample homes before and after modifications.
The schedule calls for preliminary work to begin in February, plans and
specifications to be ready in May, and construction to start in July and be
completed in November.
The cost, $87,585.26, is the same as the previous contracts in terms of
percentage of overall project cost. The overall budget for the project will
be approximately as follows:
ITEM COST PERCENT
Design Engineering $87,585 15.6
Construction 387,000 69.0
Contingencies 32,000 5.7
Construction Engineering 20,000 3.6
Construction Inspection 18,720 3.3
Administration 15,570 2.8
TOTAL $560,875 100.0
AS/SS 202 (10/86) 1M
January 27, 1988
TO: The Honorable City Council
RE: AIRCRAFT NOISE INSULATION PROJECT - PHASE IV, PROJECT NO. PB-87-2
Page 2
FUNDING:
The Federal Aviation Administration has reviewed and approved this contract.
This project is funded by our most recent {third) FAA grant {80%), and by
San Francisco Airport {20%).
Mark Lewis
City Manager
/
Deputy !City Manager/
City E~gineer
t
RSY/RDH
:SR12788