Loading...
HomeMy WebLinkAboutReso 49-1987 RESOLUTION NO. 49-87 CITY COUNCIL, CITY OF SOUTH SAN FRANCISCO, STATE OF CALIFORNIA A RESOLUTION AUTHORIZING EXECUTION OF AN AGREEMENT WITH WILSON, IHRIG & ASSOC., INC. TO PROVIDE ACOUSTICAL, ARCHITECTURAL AND CONSTRUCTION MANAGEMENT SERVICES FOR THE AIRCRAFT NOISE INSULATION PROGRAM PHASE III, PROJECT NO. PB-83-5 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 an Agreement entitled, "Consultant Services Agreement, Public Works, for Architectural and Construction Management services in connection with the Aircraft Noise Insulation" Project No. PB-83-5, Phase III between the City of South San Francisco and Wilson, Ihrig and Associates. A copy of the Agreement is attached as Exhibit "1". 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 regulair meeting held on the 13th day of May , 1987, by the following Yore: AYES: Councilmembers John "Jack" Drago. Richard A. Haffev, Gus Nicolopulos, NOES: Roberta Cerri Teglia, and Mark N. Addiego ~None ABSENT: None C1 ty C1 erk . VV~_%O~,~ &AS~iKT/ATE$0Ni. 1 City of South San Francisco-Phase III EXHIBIT "1" RESOLUTION NO. 49-87 CONTRACT FOR PROFESSIONAL CONSULTING SERVICES IN CONNECTION WITH THE sOUTH SAN FRANCISCO AIRCRAFT NOISE INSULATION PROJECT -- PHASE III -- 6 Agril 1987 I F · · . VV~_%O~,~&~~S,~. 2 City of South San Francisco-Phase III CONTRACT FOR PROFESSIONAL CONSULTING SERVICES IN CONNECTION WITH THE AIRCRAFT NOISE INSULATION PROJECT - PHASE III CITY OF SOUTH SAN FRANCISCO The following is an agreement between the CITY OF SOUTH SAN FRANCISCO, 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 - Phase III; 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 III, hereinafter referred to as the "Project". NOW, THEREFORE, 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 consul%ants 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 $113,880.23. These costs are further delineated in Appendix B. City of South San Francisco-Phase III 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. 4. Progress 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 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 schedule= "The 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 City Engineer in writing of the cause of the delay within ten (10) calendar days from the beginning ~f such delay, an4 the.' City Engineer'shall ascertain the facts regarding the cause and extent of the delay and his findings thereon shalI be final'and conclusive:" DevelOp Plans and Specifications and perform pre-construction noise measurements 170 calendar days after receipt of Notice to Proceed. Perform post-construction noise measurements within 45 days after completion of al~'construction. Prepare a Project Report 75 calendar days after completion of all construction. 6. Project Representation: Consultant and City hereby designate David P. Walsh and City Engineer, City of South San Francisco, 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 Agreement. Project representation may be changed upon the mutual agreement of the City and Consultant. 7. Responsibil'ities of City: The City shall: Set~ct 65 residences to be insulated and provide overall direction to the Consultant. ~t~O~.~&~TES. ~C. 4 City of South San Francisco-Phase III bo Assist Consultant by placing at his disposal available information pertinent to the project including previous reports and other data relative to the project; all of which Consultant may utilize upon in performing the services agreed upon. 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. Review progress schedules and make determination regarding their acceptability. e. Review and approve Consultant's payment requisitions. 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 del'ineated in Appendix A, the Scope of Work will have changed and the fixed fee will be subject ko renegotiation. A supplemental' agreement or.~amendment to this. Agreement' shall then be entered into delineating the-addition'al'work, associated provisions, and compensation for same. The supplemental' agreement or amendment to this Agreement shall be preferably executed prior to Consultant performing said additional' work; however, should this not be possible in the interest of time, City shall give Consultant 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= me 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 VVILSO~, II..IRK3 & ASSC~.IATES. I~C:. 5 City of South San Francisco-Phase III 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 fin&l' 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 this contract or any interest or obligation therein without the prior written consent of City, and then on~'upon such terms and conditions 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 obl'igation. 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. Commercial General Liability Insurance: In an amount not less than FIVE HUNDRED THOUSAND DOLLARS ($500,000.00) for injuries including, but not%~imited to death to any one person and subject to the same limit for each person, in an amount not lass than ONE MILLION DOLLARS ($1,000,000.00) on account of any one occurrence. Non-owned automobile insurance in an amount not%l%ss than FIVE HUNDRED THOUSAND DOLLARS ($500,000.00) to be maintained during the Iife 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 LiabiIity 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, .aDd Consultant. against damages sustained by reason of any acf~On 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. VVILSON, IHRIG & ASSOCIATES. 6 City of South San Francisco-Phase III 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 l'imit of liability afforded hereunder is exhausted." 13. ResponsibiIit¥ of the Parties: 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 ommissions of the Consultant, including Consu/~ant'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'clHims, demands, damages, liabilities, costs, 'expenses, incZ~ding 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· In the event of concurrent negl'igence of City, its officers, agents and/or employees and Consultant, its officers, agents, employees, contractors or subcontractors, then the liabil'ity for any and all claims for personal' injury (including death) and property %~L~DN,~&A_~OCIATES. ~C. 7 City of South San Francisco-Phase III damage, and the cost of defending same, inc. l~ding attorneys 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 as 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. Responsib'it$ties of Consultant: 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 whats.ever. be At all times during the term of this Agreement, Consultant shall be an independent contractor and shall not be an employee of City. All products of ConsUltant shall become the property of the City and shall'be del'iv,red 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. Workerst 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 Ca~ifornia requiring every employer to be insured against liability for workerst compensation or to undertake self-insurance in accordance with the provisions of that Code, and certifies that Consultant City of South San Francisco-Phase II! 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, ConsU1%ant 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 prevail~ng party in any action b=ought 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 ~l~use. 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. 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 directly pertinent to the project, for the purpose of making audits, examinations, excerpts, and transcriptions. Consultant. is to maintain all'required records for three years after the City makes final payment and all other pending matters are closed. WILSON, II-IRK; & A.SSOCJATES, INC. 9 City of South San Francisco-Phase III de Title VI and Minority Business Enterprise Assurances are hereby included in the contract. (See Appendix D.) · 20. Avreement Contains All Understanding= This document, together w~th 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. Ail provisions of this Agreement are expressly made conditions. This Agreement 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 May 13. 1987 has caused its corporate name to be affixed hereto and the Consultant has hereto set their hands and corporate name the 19th day of Ma~ , 19 RT, at South San Francisco, California. CIT~By ~_~ SOUTH~ Q~' ~~ ~SAN FRANCISCO, CALIFORNIA WILSON, IHRIG & ASSOCIATES, INC. / ~org. e Pa~l s n, P . . ~'Presxdent Armin T. Wright Vice President Approved as to Form: City ,Attorney Attest: City Clerk ~ ~LSON,~RK~&ASSOC/A~S,I~C. A-1 City of South San Francisco-Phase III APPENDIX A SCOPE OF SERVICES - PHASE III ~L~ON,~&~~S.~. A-2 City of South San Francisco-Phase III 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 and after modifications to determine the effectiveness of the modifications. Construction Contract Administration Services, if requested by the City, will be negotiated late= as additional services. 1.1 Introduction The overall 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, with assistance from the City, will attend a preliminary public meeting with the owpers of those 65 homes selected by the City. At, this meeting the nature of-the study will be described and explained,'guestions 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 I - 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. ~tSON,~RK~&ASSOOATES,~C. A-3 City of South San Francisco-Phase III 1.2.2 Task 2 - Community Liaison and Structure Selection :WIA and CSDA will attend a public meeting with the 65 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 all the necessary information. As a part of this task, we will select 10 homes that will be used for a more detailed study to evaluate the acoustical effectiveness of the modifications. 1.2.3 Task 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 10 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 and 1/3 octave band noise reduction achieved by each structure. b) Report A report will be prepared to document the A-weighted and 1/3-octave band noise reduction tests performed on the 10 structures selected for detailed study. 1.2.4 Task 4 - Identify Noise Insulation Measures a) Structure Evaluation Each of the 65 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. V~LSON,~&~TES,~. A-4 City of South San Francisco-Phase III b) 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 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. c) 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 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. 1.2.6 Task 6 - Prepare Plan and Specifications Based on the noise mitigation measures recommended by WIA for 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. 1.2.7 Task 7 - Assist in Bid Process CSDA will assist the City in obtaining qualified bids from contractors by answering all bidder questions and ~,~JG&~~3,~C. A-5 City of South San Francisco-Phase III evaluating the bids. It is assumed that the City will prepare 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. In addition to the noise measurements, WIA will interview the occupants of the improved residences to determine their subjective evaluation of the insulation improvement that has been achieved. These interviews will be a very important element in evaluating the true benefit of the 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, the subjective evaluations of the residents, and conclusions. The City will be provided with a total of 25 copies of the ..Final Report. ~ WILSON, H~&~TES. t~. B-1 City of South San Francisco-Phase III APPENDIX B BREAKDOWN OF COST AND HOURS BY TASKS ~L~DN,~R~S&ASSOC~V6,~C. B-2 City of South San Francisco-Phase III Labor projections 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 estimates are based on the hourly rates for each category of WIA and CSDA personnel, based on the current salaries for different labor 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. TABLE Task lABOR ESTIMATES (HOURS) FOR WILSON, IHRIG & ASSOCIATES, INC. Estimated Man-Hours for Each Labor Category Project Technical Pr incipal Manager Technician Secretary 1. Initiate and Prepare Project Schedule 2. Con~nunity Liaison and Structure Selection 3. Pre-Construction Noise Measurements 4. Inspect and Identify Noise Insulation Measures for 65 Selected Homes 5. Provide Preliminary Cost Estimates Prepare Plans and Specifications 7. Post-Construction Noise Measurements 8, Prepare Final Report 9. Assist in Bid Precessing TOTAL HOURS BY L~BOR CATEGORY: 11 12 29 ' 39 5 42 16 137 189 9 9 13 31 -- 5 42 16 20 45 6.5 6.5 235.5 415.5 2O Total Hours Per Task 23 68 63 346 18 44 63 111 13 749 TABLE II IABOR ESTIMATES (HOURS) FOR CORLETT~ SKAER ~ DE~)TO ARCHITECTS, INC. Task Estimgted~an-Houts for Each Labor Category ProJec~ Project Draftsman Draftsman Principal Manager Architect Secretary Jl J2 1. Initiate ~nd Prepare Project -- Schedule 2. Co~nunity Liaison ~nd Structure -- Selection 3. Pre-Construction Noise -- Measurements 4. Inspect and Identify Noise 9.5 Insulation Measures for 65 Selected Homes 5. Provide Preliminary Cost -- Estimates 6. Prepare Plans and Specifications 17.5 7. Post-Construction Noise -- Measurements 8. Prepare Final Report 5 9. Assist in Bid Submittals 5 TOTAL HOURS BY LABOR CATEGORYs 37 18 35 35 60.5 14.5 67.5 100 294 19.5 168 168 28.5 .... 11 32 6.5 242 454 26 168 168 Total Hours Per Task 18 35 105 32 767 33.5 54.5 1095 %%~5ON.~R~&AiqDCJAT~.~dC. B-5 City of South San Francisco-Phase III TABLE III SUMMARY OF COST ESTIMATES Task Estimated Fees for Services Provided by: Wilson, lhrig & Corlett, Skaer and Associates, Inc. DeVoto Architects,Inc. 1. Initiate and Prepare Project Schedule 2. Community Liaison and Structure Selection 3. Pre-Construction Noise Measurements 4. Inspect and Identify Noise Insulation Measures for 65 Selected Homes 5. Provide Preliminary Cost Estimates 6. Prepare Plans and Specifications 7. Post-Construction Noise Measurements 8. Prepare Final Report 9. Assist in Bid Processing Subtotal - Professional Fees= 1,733.13 $ 5,123.42 $ 4,299.74 $ 25,470.72 $ 1,356.44 1,302.74 $ 2,533.10 · $ 6,051.40 $ 3,941.14 $ 3,314.13 $ 33,172.89 $ 4,299.74 6,986.26 $ 2,550.29 979.65 $ 2,914.24 $ 53,563.23 $ 52,465.80 Direct Expenses= Printing, Telephone, Travel and Computer Charges, etc. (including 12% profit) 3,057.60 $ 4,793.60 TOTAL ESTIMATED COST: 56,620.83 $ 57,259.40 City of South San Francisco-Phase III APPENDIX C STATEMENT OF CLARIFICATION OF OVERHEAD RATES WI. SON, I-I~&ASSOCJATES, I~. C-1 City of South San Francisco-Phase III APPENDIX C STATEMENT OF CLARIFICATION OVERHEAD RATES Ce 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. TheConsultant, 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 Engineer's actual data. Determination of overhead rates for each period by the Consultant 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 audit. Allowability of costs shall be determined in accordance with the provisions of 41 CFR 1-15.2 and 1-15.4. The results of each determination shall be set forth in a modification to this contract, which shgll specify: (1) agreed 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 established. To prevent substantial over- or underpayment, and to 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. WILSO~,IHRIG&~TES.~. D-1 City of South San Francisco-Phase III APPENDIX D FEDERAL ASSURANCES ~.~&~7~.~C. D-2 City of South San Francisco-Phase III APPENDIX D CONTRACTOR CONTRACTUAL REQUIREMENTS TITLE VI ASSURANCES During the performance of this contract, the contractor, for itself, its assignees and successors in interest (hereinafter referred to 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 (hereinafter, "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 reference and 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 of subcontractors, including procurements of materials and leases of equipment. The contractor shall not participate either directly or indirectly in the discrimination prohibited by Section 21.5 of the Regulations, including employment practices when the ~ontract covers a program set forth in Appendix B of the Regulations. 3. Solicitations for Subcontracts, Including Procurements of Materials and 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 or leases of equipment, each potential subcontractor or supplier shall 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 information and reports required by the Regulations or directives issued pursuant thereof and shall permit access to its books, records, accounts, other sources of information, and its facilities as may be determined by the sponsor or the Federal Aviation Administration (FAA) to be pertinent to ascertain compliance 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. ~m~ON,~ &Af~(]C3AT~.mC. D-3 City of South San Francisco-Phase III 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 FAA may determine to be appropriate, including, but not limited to: a. withholding of payments to the contractor under the contract until the contractor complies; and/or b. cancellation, termination, or suspension of the contract, in whole or in part. 6. Incorporation of Provisions. The contractor shall include the provisions of paragraphs 1 through 5 in every subcontract, including procurements 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 contractor 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 litigation to protect the interests of the sponsor and, in addition, the contractor may request the United States to enter into such- litigation to protect the interests of the United States. MINORITY BUSINESS ENTERPRISE (MBE) ASSURANCES 1. Policy. 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 take all 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. VVILSC~,~ &~SOC~TE$,I~C. E-1 City of South San Francisco-Phase III APPENDIX E SCHEDULE WL~DN, I~G&ASSOC~S.~C. E-2 City of South San Francisco-Phase III A Project Schedule is presented indicating the expected completion dates for each of the major tasks outlined in Appendix A: Scope of Services. The Project Schedule has been prepared with the assumption that a Notice to.Proceed is received by 1 June 1987. PROJECT SCHEDULE TASK YEAR/MONTH 1987 1988 J J A S O N D J F M A M J J A 1. Initiate and Prepare Project Schedule 2. Select l0 Houses for Detailed Stud~ and Attend Public Meeting 3. Monitor pre-construction Noise Levels 4. Identify Noise Insulation Measures 5. Provide Preliminary Cost Estimates 6.* Prepare Plans and Specifications 7. Assist in Bid Process 8.** Observe Construction, Approve Contractor's Invoices',-'and Liaison with Homeowners 9. Monitor Post-Construction Noise Levels 10. Prepare Project Report ll. Conferences as required · Attendance at Public Meetings * Final drawings to be completed 60 days after approval of preliminary construction estimates by the City ** Work performed under separate construction contract 0 t 'TI %~tSON, H~&ASSOC/ATES,~C. F-1 City of South San Francisco-Phase III APPENDIX F CONSULTANT SERVICES COSTS AC 150/5100-1&A Appendix 3 APPENDII 3. CONSULTANT SERVICES COSTS Direct Salary Costs Title Hours Rate/Noum ~ost ($) Principal 235.5 25.42 Project Manager 415.5 25.36 Technicia~. 32 16.03 Technical Secretary 66 15.31 5,986.41 10,537.08 512.96 1,010.46 Others as appropriate Total Direct Salary Costs Labor and General & Administrative Overhead · $._,18.046.9[ PereentaEe of Direct Salary ~osts 165 % 29,777.40 Direct Nonsalary Expenses Trsn~sportation 260 Per Diem Printing 520 Testing ConSultants 0the~: cOmputer/ 1,950 Data Analysis System & Telephone Total Direct Nonsalary Expenses $ 2,730.00 Subtotal of Items 1, Z, and 3 Fkxed Payment 50,554.31 6,066.52 12 $ Of Item Subcontract costs (specify) 57,259.40' Total Cost Items ~, 5, plus 6 $113.880.23 For item Z, the consultant should submit a statement of auditable overhead expenses, certified by the consultant's auditor, the sponsor's auditor, the state's auditor, or a Federal government auditor. FIGURE 1. Estimated Cost for Consultants' Services (Design Phase) APPENDIX 3. CONSULTANT SERVICES COSTS AC 150/5100-1&A Appendix 3 .1. Direct Salary Costs Title Hours Prinuipal 37 Project Manager 242 Project Architect 454 Draftsman 336 Clerical 26 Others as appropriate Rate/Hour Cost ($) 38.70 1,431.90 28.72 6,950.24 17.00 7,718.00 12.82 4,307.52 15.85 412.10 Total Direct Salary Costs Labor end General & Administrative Overhead · Percentage of Direct Salary 6osts 125 % Direct Nonsalary Expenses Transportation 260 Per Diem 3.120 PrintinE TestinE Consultants Other 900 Total Direct Nonsalary Expenses Subtotal of Items 1, Z, and 3 Fixed Payment 12 % of Item ~ Subcontract costs (specify) Total ~ost $ 20,819.76 $ 26,024.70 4,280.00 51,124.46 6,134.94 Items 4, 5, plus 6 $ 57,259.40 For ~tem ~, the consultant ~hould submit a statement of auditable overhead expenses, certified by the consultant's auditor, the s~onsor's auditor, the state's auditor~ or a Federal ~ove~nmen~ auditor. FIGURE 1. ..; Estimated Cost for Consultants' Services (Design Phase)