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)