HomeMy WebLinkAboutReso 6-1987 RESOLUTION N0.6-87
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 II, 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 II 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
regular meeting held on the 28th day of January , 1987, by the
following vote.
AYES:
Councilmembers John "Jack" Draoo. Richard A. Haffey, Gus Nicolopulos,
and Roherta Cerri Teglia
NOES: None
ABSENT: Councilmemher Mark N. Addiegn
City Clerk
EXHZBZTJTO RESOLUTZON NO. 6,-"
1
City o~ ~outh San Fz&ncisco
CONTRACT FOR PROFESSIONAL CONSULTING SERVICES
IN CONNECTION WITH THE
SOUTH SAN FRANCISCO AIRCRAFT NOISE INSULATION PROJECT
-- PHASE II --
20 January 1987
2
City of ~outh San ~ran¢ls¢o
CONTRACT FOR PROFESSIONAL CONSULTING SERVICES
IN CONNBCTION #IT~ TI~
AIRCRAFT NOISE INSULATION PROJECT - PHASE
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 II; 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
#HERF~S, 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 II, 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 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 C~nsultant shall provide basic
and special services as described ~n 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
$87,590.13. These costs are further delineated in Appendix B.
Ii
3 City of South San Francisco
Costs in excess of the amounts est/mated herein, except for
costs resulting from changes in overhead rates, shall not be
incurred by Consultant without prior written approval by City.
4, Progress Palments~ 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:
UThe 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 Cod 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 [rom the beginninglof 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:u
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 all construction. Prepare a Project
Report 75 calendar days after completion of all
construction.
6. Project Representation: Consultant and City hereby
designate David P. #alsh 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. Responsibilities of City:
The City shall:
a. Select 50 residences to be insulated and provide overall
direction to the Consultant.
4
City og ~outh San Francisco
bo
Assist Consultant by placing st his disposal available
information pertinent to the project including previous
reports and other data relative to the project; all of
vh/ch Consultant may utilLze upon in Performing the
services agreed upon.
The City shall assist in scheduling times mutually
agreeable to the CONSULTAN? and participating property
owners for the purpose of conducting sound attenuation
and structure evaluation studies at locations selected by
the CONSUL?AN?. The City will cooperate with the
CONSULTS? in securing timely access to the properties.
Review progress schedules and makedetermination
regarding their acceptability.
e. Review and approve Consultantts payment requisitions.
Perform Grant ~dministration Services for obtaining and
complying with all conditions of approval contained in
any 9rants, rules, regulations or guidelines pertaining
to the Project.
8. Additional Work3 For any work directed by the City which
is not delineated in Appendix A, the Scope Of Work will have
changed and the fixed fee will be subject tO renegotiation. A
supplemental agreement or amendment to thisiAgreement shall then
be entered into delineating the additional work, associated
provisions, and compensation for same. The supplemental agreement
o£ amendment to this Agreement shall be preferably executed prior
to Consultant performing said additional wo~k~ 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 Vritten notice·
If this Agreement is terminated for ar~y reason during any
phase, Consultant shall be paid for the reasonable value of
services performed by him up to the time .fi such termination.
Said reasonable value to be determined in the following manner:
Value of direct labor will be the Consultantts payroll
cost for service rendered to the date of termination.
Indirect labor will be based on the appropriate contract
rates and overhead factor.
bo
Value of subcontracts will be the cost for subcontract
work incurred by Consultant to the date of termination.
5
City of South San Francisco
c. Value of profit wiX1 be a percentage of the contract fee
for profit based on the percent expenditure of
Consultant°s total estimated directlabor at the time of
termination.
See paragraph 19 of this agreement for: an explanation of
termination by default.
Except as indicated above, Consultant iservices 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 this contract or any interest or obligation therein
without the prior written consent of City, and then only upon such
terms and conditions as City may set forth in writing.
11. Waiver~ In the event that eitheriCity 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. lnsurance~ ~he CONSULTANT shall take out and maintain
during the life of this Agreement the follOwing policies of
insurance=
Worker's Compensation and employers' liability insurance
in the statutory amount, as applicable.
Public Liability lnsurance~ In an a~ount not less than
FI'~E HUNDRED THOUS~ID 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 NILLION DOLLARS! ($1,000,000.00) on
account of any one occurrence.
Property Damage Insurance= In ani a~ount not less than
FIVE HUND~ THOUSAND DOLLARS ($5i00,000.00) 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 iof this Agreement an
insurance policy in the amount o~ at least ONE MILLION
DOLlaRS ($1,000,000.00), insuring City, its elective and
appointive boards, co~missions, officers, agents and
employees, and Consultant against damages sustained by
reason of any action or actions at law or in provisions
thereof, or by reason of any contractual liability, or
alleged contractual liability on any contract, entered
into by Consultant and/or any of its agents or employees.
City of South San Francisco
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 pe~forned by the Consultant, as described
herein. Evidence of this insurance deacribed above shall
be provided to City Attorney aa to .form, amount and
carrier. The policy of insurance ;hall also contain a
provision indicating that such insurance shall not be
reduced or cancelled except upon t~l~ty (30) days written
notice to City. In addition, the .~ollowing endorsement
shall be made on said policy of insurance.
UHotwithstanding any other provisions in this
policy, the insurance afforded hereunder to the City
of South San Francisco shall ~e primary as to any
other insurance or reinsurance covering or available
to the City of South San Fran~.isco, 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=
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 o~ in connection with
any personal injury (including de~th) and/or property
damage resulting from the negligent acts, errors or
ommissions of the Consultant, inckuding Consultant's
contractors, subcontractors, employees, agents or
representatives in connection with Consultant's
performance under this Agreement.
b. City shall indemnify, hold harmless and, at Consultant's
request defend 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.
In the event of concurrent negligence of City, its
officers, agents and/or employees and Consultant, its
officers, agents, employees, contractors or
subcontractors, then the liability for any and all claims
for personal injury (including death) and property
7
City of South San Francisco
damage, end the cost of defending :.aaa, including
attorneys fees, arising out of performance of this
agreement shall be apportioned under the California
theory of comparative negligence a established
presently, or as may hereafter be :~dified.
14. Notices: A~i notices
shall be sent by certified or
addressed as follows:
hereinafter :~hall be in writing and
registered ma:l, postage prepaid,
TO CITY:
CITY RNGINEBR
City of South Sa~ 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:
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.
be
At all times during the term of this Agreement,
Consultant shall be an independent contractor and shall
not be an employee of City.
Ce
All 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.
de
The Consultant shall provide necessary coordination
between his Subconsultants and Government Agencies.
16. Non-Discrimination: No discrimination shall be made by
Consultant in the emplolment of persons to work under this
contract because of race, color, national origin, ancestry, sex,
or religion of such person.
17. workers' Compensation: Consultant, by executing this
contract, certifies that Consultant is aware of the provisions of
Sections 3700 et seq. of the Labor Code of the State of California
requiring every employer to be insured against liability for
workers' compensation or to undertake self-insurance in accordance
with the provisions of that Code, and certifies that Consultant
City 'of 8outh San francisco
will comply with such provisions before comtmncing the performance
of the work of this contract. & certificat* of insurance for said
policy shall be deposited with the City whet, the Consultant
executes this Agreement.
In c~se 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 ~o 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 b~ Consultant
& 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 ard 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 ~ader 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.
WIbSON, IHR~&~SOC~TES, INC. 9 City of South San Francisco
d. Title VI and Minority Business Enterprise Assurances are
hereby included in the contract. (See Appendix D.)
20. Agreement Contains Ail Understanding: This document,
together with 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
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 ~f~-~8./~F~ has caused its corporate name to be
affi~ h~ret~ and the Consultant has heretg set their hands and
corporate name the ~ ~ day of .~Z,~~.- , 19F7 , at
South San Francisco, California. (~/ ' ~
CITY OF SOUTH SAN FRANCISCO, CALIFORNIA
WILSON, I~RIG & ASSDCIATES, INC.
By
Armin T. Wright
Vice President
Approved as to Form:
City Attorney
Attest:
City
10
City of South San Pr&ncisco
APPENDIX A
SCOPE OF SERVICES
11
City of South San Francisco
1. PROJECT #ORE PLAN
Presented below is an outline of the approach that our tea~ will
take to achieve the goals of the scope~ - -of work given in the RFP and
as discussed during our meetings in December 1986 and January 1987.
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 perfo~smnce of the
acoustical measurements, both before and after ~odifications to
determine the effectiveness of the modificatilons. Construction
Contract Administration Services, if requested by the City, will be
negotiated later as additional services.
Introduction
The overall administration of the p~oject will be handled by
#ilson, Ihrig & Associates, Inc. (WlA) with assistance from
Corlett, Skaer and DeVoto A~chitects, Inc. (CsDA) o An important
part of our administration plan is a monthlyl, progress report
summarizing the technical progress and costs~to-date.
As a part of the public involvement and liaison program, WlA and
CSDA, with assistance from the City, will attend a preliminary
public meeting with the owners of those 50 h~mes 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 d[istributed. WlA and
CSDA will contact those homeovners who were Unable to attend the
public meeting and explain the nature of the{ study.
1.2 Technical Services
The technical and administrative services wei 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 develo~ a mutually acceptable
schedule for the project. This schedule will be updated as
required in the ~onthly progress reports. CSDA will
concentrate on the architectural elements involved in this
project. '
12
City of South San Francisco
1.2.2
Task 2 - Community Liaison and Stru0ture Selection
#lA and CSDA will attend a public m'eting with the $0
homeowners selected by the City to -nswer any questions and
concerns raised by the interested homeowners.
During the initial meeting, we will distribute a
questionnaire regarding the times w~ich 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 o! the project and obtain
all the necessary information.
As a paEt of this task, we will select 8 homes that rill be
used for a more detailed study to evaluate the acoustical
effectiveness of the modifications.
1.2.3
]..2.4
Task 3 - Pre-Construction Noise MealuEements
a) Noise Reduction Heasurements .
Recordings of interior and exter:or aiEcraft flyover
noise will be made for a minimum 'of five aiEcraft at
each of the 8 structures selected for detailed testing
and evaluation. '
The recorded data will be analyzed in teems of EneEgy
Equivalent Sound Levels (Leq) to l. provide A-weighted
and 1/3 octave band noise reduction achieved by each
structure.
b) Repot t
A report will be prepared to doc~ent the A-weighted
and 1/3-octave band noise reduction tests performed
on the 8 structures selected for detailed study.
Task 4 - Identify Noise
a) Structure Evaluation
Insulation Heasures
Each of the $0 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,i window types, door
types, and any otheE significant !sound tEansmission or
leakage paths.
13
City of South San Francisco
1.2.5
b) Treatment Identification
Specific noise insulation measures will be identified
for each of the selected structures. #lA w/il provide
information on the procedures required and CSD& will
concentrate on the architectural .aspects of the
including the determination of ~ajterials, construction
and installation methods, and ph&sLng 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 tbs various weak
elements of the structure. For exauple, 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.
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. CSD& w;ll prepare
preliminary construction cost esttm&tes for the selected
structures based on the noise control ~easures 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
for each structure, CSDA will prepare plans and
specifications suitable for bidding~ The City will be
provided with a total of 50 copies 9f the plans and
specifications.
14
City of South San Francisco
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
evaluating the bids. It is assumed that the City will
prepare ill bid forms and announcements. #lA 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 vii1! be repeated.
Comparing the "before" and "after" noise measurements
will provide a clear indication of ithe effectiveness of
the remedial noise insulation measures. In addition to
the noise measurements, WIA will lnlterview 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 inlconjunction with CSDA.
The report will sununarize the noise insulation measures
that w~re installed, the installation cost, the
acoustzcal performance, experience!with the construction
e[fort, the subjective evaluationsiof the residents, and
conclusions. The City will be provided with a total of
25 copies of the Final Report.
City of South San Francisco
APPENDIX B
BREAKDOWN OF COST AND HOURS By TASKS
City of ~outh ~an ~rancisco
Labor pro~ectiona for each of the tasks by labor category are
presented on Table I foe services provided by #IA and in Table II
for services provided by CSDA.
The cost estimates for each of the tasks are sunuarized in ?able
III. ~
The fee estLnates are based on the hourly rates for each category
of #IA and CSDA personnel, based on the current salaries fo~
different labor categorLes,
The Consultant Services Costs are suu~arize¢ in Appendix F. The
direct expenses are presented in Table III Lnd 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.
TABLK !
Task
LABOR EST%NATES (HOURS) FOR #XLSOI, XHRXG & ASSOCXATES, ZtiC:.
gstluated Man-Hours ~or gachLabor Category
Princlpa! ConeuXtent Technician Technics%
Secretary
1. Xnitlate and Prepare Pro,eot
ScheduXs
2. Cosmunit¥ Liaison and Structure
8.$ g --
30 --
23
4
3. Pre-Construction Nolle 32
#eaourenent$
4. Znepeot and Zdenttry NoVae %0t %40
XnsuXatlon Neasurea ~or 50
Selected Hemal
5. Provide Pre%lathery Cost 7
Estimates
6. Prepare Plans and Spa¢l£1catfons %0 24
7. Foot-Construction Noise 4 32
IleaSur~snts
6.S
8. Prepare Plea% Report 20 40
9. Assist in Bid Pre~saing $ S
TOTAL HOURS BY LABOR CATBGORYs' X82.$ 3%8.5
%S
iZ.S --
35
Yotal
Boers
Teak
53
48.5
256
X3.5
34
48.5
iO
576
TABLB Z! .L~BOR ESTZHATKS (HOURS) FOR CORL~TT, SKAKR AND DEVOTO AIK:HXTB~FS, X~.
Task ~fn~/peZ Pro~ec~
~nagec ArQhL~eQ~
Initiate and prepare Pro~eo~ --
Schedule
2. CommunLty LiaLnofl and Structure -- 26.5 -- --
Selection
3. Pre-C:ons~ructfofl #aLoe
4, Znsp~c~ and Xdentif¥ Boise 7.S 26.5 46.5
XnsuZation Boaoures for 50
Selected Hoates
S. Provide Preliminary ¢os~ -- Il 52 --
Estimates
....
-- -- lO.S
~ost-Cons~ruo~ion #aloe
l. Prepare ~Lna! Report 4
9. Asa/st in Bid Subm/ttale 4,0 6.5 24.S S,0 -- -- 41
0
TA~LB III
Task
i. Xnltiste and Prepare ProJeot
Schedule
3. CommunLty Liaison and Structure
Selection
3. Pre-Construction Noise
#eanurnnnflts
4. Znspaot and Zdnntlfy Noise
Znsuletion Nossurss for SO
Selected liomms
5. Provide PrelLmlnsry Coat
Estimates
7. Post-Construction Mime
Nealurelmntl
SOletaRY 0r COST~STXHATES .~
Estimste~ rems for Services ProvLded byt
#iXson, Xhrlg s Corlett, Skeet end
Asses/stem; Inc. DeVote Architects,Inc. ~
$ X,318.75 $ I,OX3.XS
3,993.45 $ 1,917.80
$ 3,300.19
$ 18,839.05 $ 4,507.00 ~-*
$ 1,016.22
$ 3,023.75
$ 2,560.98 $ 26,039.?X
$ 3,305.19 -~*
9. Assist in Bid Processing ~ ?03.~0 $ 3,294.S0
Subtotal - Professions1 Fanes $ 41,203.43 $ 40,674.70
$ 3.3t0.00
printing, Telephone, PreveX
and Computer Charges, etc.
(including X2t profit)
$ 2,302.00
44,034.70
TOTAL ~I*XNAT~D COSTs
43,555.43
2O
City of South
San Francisco
APPENDIX C
STATEMENT OF CLARIFICATION OF OVERHEAD RATES
21
aPPENDIX C
City of South
~&n Fr ancisco
STATEMENT OF CLARIFICATION
OVERHEAD I~ATES
The allowable indirect costs under thl~ contract shall be
obtained by applying overhead rates to direct labor costs or
to other bases agreed upon by the City and the Consultant, as
specified below.
b. The Consultant, as soon as possible, but not later than six
months after the expiration of his fiscal year, shall submit
to the City a proposed final overhead =ate or rates for that
period based on the Consulting Enginee:'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.
c. 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 shall specify~ (1) the
agreed final rates~ (2) the bases to which the rates apply;
and (3) the periods for which the rates apply.
Pending establisl~aent 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 tLat period are
established. To prevent substantial over- or underpayment,
and to apply either retroactively or prospectively,
provisional rates Ray, at the request of either party, be
revised by mutual agreement. Any such revision of negotiated
provisional rates provided in the con=tact 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.
Ctty og South San Fr&nctsco
APPBHDZX D
FEDERAL ASSURANCES
23
APPENDIX D
~outh San Francisco
CONTRACTOR CONTRACTUAL REQU:~TS
TITLE VI ASSURANCES
During the performance of this contract, t~e contractor, for
itself, its assignees and successors in in=wrest (hereinafter
referred to as the 'contractor') agrees as
1. Compliance with Regulations. The contractor shall comply with
the regulations relative to nondiscrimination in Federally
assisted programs of the Department of Tra~sportation
(hereinafter, 'DOT') Title 49, Code of Federal Regulations, Part
21, as they may be a~ended 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 origir in the selection and
retention of subcontractors, including procurements of materials
and leases of equilment. The contractor shall not participate
either directly or indirectly in the disc~tmination prohibited by
Section 21.5 of the Regulations, lncludin~ emplo~ent practices
when the contract covers a progra~ set forth in Appendix B of the
Regulations.
3. Solicitations for Subcontracts, Inclu~ing Procurements of
Materials and Equip~ent. In all solicitat:ions, either by
competitive bidding or negotiation made by the contractor for work
to be performed under a subcontract, incl~ding procurements of
materials or leases of equipment, each po~ential subcontractor or
supplier shall be notified by the contrac=or of the contractor's
obligations under this contract and the Regulations relative to
nondiscri~ination on the grounds of race, color, or national
origin.
4. Information and Reports. The contrac=or 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 tn[or:ration, and its
facilities as may be determined by the. sponsor or the Federal
Aviation l%dministration (F~) to be perti~ent to ascertain
compliance with such Regulations, orders, and instructions. ~here
any infor~ation required of a contractor is in the exclusive
possession of another who fails or refuse~ to furnish this
information, the contractor shall so certify to the sponsor or the
FAA, as appropriate, and shall set forth ~hat efforts it has made
to obtain the infor~ation.
24 City* og ~outh San Francisco
5. Sanctions for Noncompliance. In the event o~ the contractor*s
noncompliance with the nondisc£imination provisionm of this
contract, the sponmor shall lmpome much contract manctionm am it
or the F~t may determine to be appropriate, including, but not
limited tom
a. withholding of payments to the contractor under the
contract until the contractor complies~
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 le&ses of equipment,
unless exempt by the Requlations or directaves issued pursuant
thereto. The contractor shall take such action vith respect to
any subcontract or procurement as the sponsor or the F~may
direct as a means of enforcing such provisions includin9 sanctions
for noncompliance. Provided, however, tha= 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 Uaited States to enter
into such litigation to protect the interests of the United
States.
MINORITY BUSINESS ENTERPRISE (MBE) ASSUI~J~CRS
1. Policy. It is the policy of the Department of T~ansportation
(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 ~BE requirements of
49 CFR Part 23 apply to this aqreement.
2. I~BE Obligation. The contractor agrees to ensure that minority
business enterprises as defined in 49 CFR Part 23 have the maximu~
opportunity to participate in the performance of contracts and
subcontracts financed in whole or in part eith 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 maximu~ opportunity to compete for an~ 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.
City of Sou~h 8an
Francisco
APPENDIX
SCHEDULE
City Of ~OUth
San Francisco
& Pro~ect Schedule is presented lndicatin9 the expected completion
dates for each of the na~or tasks outlined in APl~ndix A! Scope of
Services. The Pro~ect Schedule has been prepared with the
assumption that a Notice to Proceed is received by 1 February ~987,
X987. '
ii. N & N ,1 J & S 0 II D ? · N
Xnitiate and Prepare Pro~eot ScheduXe
mumm
S~l·ot 8 ~oune· for DetnLled Study
and Attend PubXlo Meting
Nonltor Prs-Conutruotion Boles Level·
4. identify IEoi·m %nmulatio~ Measure·
$. Provide Preliminary coot lstimatuu'
7. A··l·t in Bid Pro,es·
$*** Observe Con·truotion, Approve Contraotor*· -
,,.;l;.' ' 't-~.;,; ;ti,,; Li ' L; i ............................
10. Prepare Pro~eot Report :
· Atte~nnee mt ~blio IMetinga
· flflol drovings to be coapl~tod 60 days after approval of
prsllminfry oonutruatlon estimates ~ the City
· * ~rk ~rfor~ under oeperotE ~nstruotion ~ntraot
City of South San F,&flcisco
APPENDIX F
CONSULTANT SERVICES COSTS
.29
AC
Appendix 3
APPENDIX 3. CONSULTANT ~BVXCI~ COSTS
o
Direot Salary Costa
,Title " ~ou~8 hte/Bouf Cost ($)
Pl*inol~ 182.S 28.42 4,639.18
consultant 318.5 25.36 8,077.16
Technician 25 16.03 400.75
Technical 8ecze~a~ $0 15.3! 765.50
Others an appropria~e
Labor and General & Admiuist~ative Overhead
Peroentage
' ~A~eot Honsalar7 Expenses
Transpot-~ation 2o0
Per Dieu
Testing
Other
Data Anal¥ois "
Sya~em & ~elephone
1,500
TotaX M2.oot l~onsa1M'7 Expenses
2, and3 "
$ 13,882.86
$ ~.9o6. ~
2.100.00
38.88a.?a
4,666.65
FXGURE 1.
Estiuated Coot fo~ Conoultanto' Sarviees
(Design Phase)
3O
Append~ 3
o
lq. tXe ~, h~e/Bou~ C.et
Pld.2M~pal 29 ' 38. ?0 ~, :L22.30
Pro:Jec~ Manager 185. S 28.72 S, 327. ~
~~ ~~ 349 17. ~ 5,933.~
~~ 2S8 12.82 3,307.56
~e~ 20 1S.8S
To~al M2~ot Mart Costa
Labor and General f, Ad-*n*st~attve Overboad ·
$ 16, IX)?. 42
M~ot Ilonselw7 l:x~enses
~or ~Ael
Te. tial
~bt~tal ~i' Xtem
2OO
2,400
7O0
To~al Dlreet JJonoalar2 Exz~noes $ 3,300.00
'and 3 " $ 39,316.?0
'F',.xod l~t ~ 4,728.0o
.Subooutz.aot uts (apeoi~7)
To~al Co~t
Ztems Il; 5, plus 6 4, 44,034.70
For iten 2, tho oonoultant should aul~Lt a stateue~t of auditable ovarhead
expenses, eertifled by. the oonsultant's auditor, the sponsor's auditor, the
state's auditor, or a Federal governaent auditor.
FIGURE 1. Estimted Coot for Consultants' 8er-Sees (IMo~n Phase)