Loading...
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