HomeMy WebLinkAboutReso 1978-94101,
~ ~r!
Form No. 342
Rev. 2/76
RESOLUTION NO. 9410
RESOLUTION OF THE CITY COUNCIL OF~~fi~iE"CITY OF CHULA
VISTA, APPROVING AGREEMENT BETWEEN THE CITY OF CHULA
VISTA AND BARYON-ASCHMAN ASSOCIATES, INC. FOR PROFES-
SIONAL SERVICES TO PREPARE A FEASIBILITY STUDY FOR
CONSTRUCTION OF A TRANSIT CENTER
AND AUTHORIZING THE MAYOR TO EXECUTE SAID AGREEMENT
The City Council of the City of Chula Vista does hereby
reso ve as follows:
NOW, THEREFORE, BE IT RESOLVED that that certain agrQement
bet en THE CITY OF CHULA VISTA, a municipal corporation, and
BART N-ASCHMAN ASSOCIATES, INC., for professional services to prepare
a fe sibility study for construction of a Transit Center
date the 12~z _day of ~~,~„~,- 19 ~g a copy of
whic is attached hereto and incorporated herein, the same as though
full set forth herein be, and the same is hereby approved.
BE IT FURTHER RESOLVED that the Mayor of the City of Chula
Vist be, and he is hereby authorized and directed to execute said
agre ment for and on behalf of the City of Chula Vista.
Presented by
s
q d s1
P
W. J Robens, Director of Public
Work
Approved as to form by
George D. Lindberg, City Attorney
ADOPTED AND APPROVED by the CITY COUNCIL of the CITY OF CHULA
VIST , CALIFORNIA, this 12th day of nP~-Pmr,Ar , 19~R , by
AYESI: Councilmen Ott,., [~r,x•~grlahl„+~~rde,~~'~>>~~v -
NAPE Councilmen rTOnP -
ABSE T: Councilmen
I'
~~ Mayor of the City of Chula Vista
City Clerk ~
STA E OF CALIFORNIA)
COU ~I'Y OF SAN DIEGO) ss .
CIT OF CHULA VISTA)
I~ , City Clerk of the City
of hula Vista, California, DO HEREBY CERTIFY that the above is a full,
tru and correct copy of Resolution No. , and that the same has
not been amended or repealed. DATED
City Clerk
CONTRACT FOR PROFESSIONAL CONSULTANT SERVICES
/ ~-
HIS AGREEMENT, made this 12th day of December 1978, by and
betwe n the CITY OF CHULA VISTA a Municipal Corporation (hereinafter referred to
as ITY"), and BARYON-ASCHMAN ASSOCIATES, INC., A Delaware Corporation, located
at 82 Davis Street, Evanston, Illinois, with a regional office located at
180 S uth Lake Avenue, Pasadena, California (hereinafter referred to as "CONTRACTOR").
HEREAS, CITY desires to engage CONTRACTOR to render certain technical and/or
profe sional services hereinafter described for the preparation of plans, specifi-
catio s, and cost estimates in connection with the location and design of a
trans't transfer center;
HEREAS, CONTRACTOR is qualified and agreeable to render aforesaid technical
and/o professional services;
OW, THEREFORE, in consideration of the foregoing and of the mutual promises
herei after expressed and intending legally to be bound hereby, the parties hereto
do mu ually agree as follows:
Arti le 1. Em to ment Contractor
CITY hereby agrees to engage CONTRACTOR to perform the technical and/or professional
services as hereinafter set forth.
Arti le 2. Sco e of Services
CONTRACTOR shall perform all work necessary to complete in a manner satisfactory
to C TY the services set forth in Appendix A, attached hereto and by reference
inco porated herein and made a part hereof.
Arti le 3. Personnel
A. CONTRACTOR represents that it employs, or will employ, at its own expense,
pers nnel required in performing the service under this Agreement, and as set forth
in A pendix A.
B. Services required hereunder will be performed by CONTRACTOR and all
pers nnel engaged in the work shall be fully qualified and be authorized or
perm tted under State and local law to perform such services. Portions of the
work will be conducted by a subcontractor, Wallace, McHarg, Roberts & Todd, as
set orth in Appendix B.
Arti le 4. Time of Performance
The services of CONTRACTOR are to commemce within fifteen (15) days after
CITY has authorized work to start by the issuance of a Notice to Proceed. The
~y/ -~-
follo~inq tasks will be completed and products submitted to the CITY within the time
set blow based on receipt of Notice to Proceed for each task:
sk
1 - Site Selection
2 - Circulation Analysis
3 - Conceptual Design
4 - Contract Plans
Products Time
Letter Report 3 weeks
with Recommendations
Letter Report 2 weeks
with Recommendations
Site Plan with 3 weeks
Perspective Views
Contract Plans, 4 weeks
Specifications, and
Cost Estimates
Article 5. Reports and Final Reports
CTOR shall submit a progress report once every month to CITY, outlining
the ogress of each task. The final original plans and specifications shall
beco a the property of the CITY.
Arti le 6. Limitation of Cost
he total cost to CITY for the technical and professional services to be
prep red by the CONTRACTOR shall be Seventeen Thousand Dollars ($17,000.00) on a
lump sum basis.
ustment of total cost will be permitted when the CONTRACTOR establishes
and C
ITY, are in agreement that there has been or is to be a significant change in:
(a) scope, complexity or character of the services to be performed;
(b) conditions under which the work is required to be performed; and
(c) duration of work if the change from the time period specified in the
Agreement for completion of the work warrants such adjustment.
Artidle 7. Payment
Once each month, CONTRACTOR shall submit to CITY an invoice for a pro rata
port on of the total project fee. Promptly after receipt of each invoice and after
appr val by the Transit Coordinator, the CITY shall make payment thereon to the
CONT ACTOR, not to exceed Seventeen Thousand Dollars ($17,000.00) lump sum. Invoices
are ue and payable no later than thirty (30) days of invoice date.
Article 8. Records and Audits
-.~
CONTRACTOR shall maintain complete and accurate records with respect to costs
incu~red under this Agreement to include the records supporting cost proposals used
to e ter into a contract with the CITY. All such records shall be maintained on a
gene ally accepted accounting basis and shall be clearly identifiable. CONTRACTOR
,~~a z
shall make avai,labl_e to the representative of CITY, Caltrans, FHWA and UMTA, or their
appoi tees, during normal business hours, all of such books and records, and the
right to examine and audit the same, and to make transcripts therefrom as necessary,
and t e CONTRACTOR shall allow inspection of all work data, documents, proceedings,
and a tivities related to the Agreement for a period of four (4) years from the date
of fi al payment under this Agreement. CONTRACTOR shall maintain records to show
actual time and allowable costs with respect to each task set forth in the Appendix A.
CONTRACTOR shall permit the authorized representatives of CITY, the U.S. Depart-
ment pf Transportation and Comptroller General of the United States to inspect and
audit all data and records of CONTRACTOR relating to his performance under the contract.
Article 9. Compliance with Civil Riclhts Act
uring the performance of this contract, CONTRACTOR agrees as follows:
Equal Employment Opportunity
In connection vrith the execution of this contract, CONTRACTOR shall not
discr'minate against any employee or applicant for employment because of race, religion,
color, sex or national origin. Such actions shall include, but not be limited to the
folio ing: employment, upgrading, demotion, or transfer; recruitment, or recruitment
adver ising; layoff or termination; rate of pay, or other forms of compensation; and
selec ion for training, including apprenticeship.
Nondiscrimination Civil Rights Act of 1964
CONTRACTOR, with regard to the work performed by it after award and prior to
completion of the contract work, will comply with the regulations of the Department of
Transportation relative to nondiscrimination in Federally Assisted programs of the
Department of Transportation (49CFR21).
Solicitations for Subcontracts. Including Procurements of Materials and
Equipment
n all solicitation., either by competitive bidding or negotiation, made by
CONTR~4CTOR for work to be performed under a subcontract, including procurement of
materials or leases of equipment, each potential subcontractor, supplier, or lessor
shall be notified by CONTRACTOR of CONTRACTOR'S OBLIGATIOPJS under this contract and
the R gulations relative to nondiscrimination on the grounds of race, religion, color,
sex o~ national origin.
Information and Reports
CONTRACTOR will provide all information and reports required by the Caltrans, UMTA
or FH~JA Regulations, or orders and instructions issued pursuant thereto, and will
9 yi~~ 3
permit access to its books, records, accounts, other sources of information, and its
facilities as may be determined by CITY, Caltrans or by FHWA to be pertinent to
asce tain compliance with such Regulations, orders, and instructions. Where any
info mation required of a CONTRACTOR is in the exclusive possession of another who
fail or refuses to furnish this information, CONTRACTOR shall so certify to CITY,
UMTA, Caltrans or FHWA as appropriate, and shall set forth what efforts it has made to
obtain the information.
E. Sanctions for Noncompliance
In the event of the CONTRACTOR'S noncompliance with the nondiscrimination
provisions of this contract, CITY shall impose such contract sanctions as CITY may
Bete mine to be appropriate, including, but not limited to:
1. Withholding of payments to CONTRACTOR under the contract until
CONTRACTOR complies, and/or
2. Cancellation, termination, or suspension of the contract, in whole
or in part.
Article 10. Covenant Against Contingent Fees
CONTRACTOR warrants that he has not employed or retained any company or person
to s licit or secure this contract, and that he has not paid or agreed to pay any
comp ny or person any fee, commission, percentage, brokerage fee, gifts, or any other
cons deration, contingent upon or resulting from the award or making of this contract.
For reach or violation of this warranty, CITY shall have the right to annul this
cont act price or consideration, or otherwise recover, the full amount of such
fee, commission, percentage, brokerage fee, gift, or contingent fee.
Arti le 11. General Provisions
Those provisions as set forth in the General Provisions attached hereto are by
refe ence incorporated herein and made a part hereof.
Arti le 12. Subcontractin
CONTRACTOR shall not subcontract any portion of the work required by this
Agre ment, with the exception of work to be subcontracted as delineated in Article 3B,
with ut prior approval of CITY.
`1'
9y/~
N WITNESS WHEREOF, the parties hereto have caused this Agreement to be signed,
by th~ir proper corporate officers and have caused their proper corporate seal to be
hereto affixed the day and year first above written.
CITY OF CHULA VISTA
~~~/
6 /s/
y
Mayor
ATTES
l
z~
Ci lerk
BART - SCHMAN ASSOCIATES, INC.
Its Contractin ficer
Appro ed as to Form:
- ,,-
,; . . ;
,~,.
'-
' ,-
rr
rney
5
y/0
' CERTIFICATION OF CITY OF CHULA VISTA ~ '
I hereby certify that I am the Mayor of the City of Chula Vista and that the
cons lting firm of Barton-Aschman Associates, Inc., or its representative has not
been required, directly or indirectly, as an express or implied condition in
Conn ction with obtaining or carrying out this agreement to:
(a) Employ or retain, or agree to employ or retain, any firm or person, or
(b) Pay, or agree to pay, to any firm, person, or organization, any fee,
cont ibution, donation, or consideration of any kind.
acknowledge that this certificate is to be furnished to the State of California,
and .S. Department of Transportation in connection with this agreement and is subject
to a plicable State and Federal laws, both criminal and civil.
14, 1978
i Q ~ f~
1 ~`~` ~ '
Mayor
~~li;'
CERTIFICATION OF CONSULTANT
repr
180
nor
I hereby certify that I am the Contracting Officer and duly authorized
entative of the firm of Barton-Aschman Associates, Inc., whose address is
uth Lake Ave., Suite 260, Pasadena, California 91101, and that neither I
e above firm I here represent has:
(a) Employed or retained for a commission, percentage, brokerage fee,
contingent fee, or other consideration, any firm or person (other than a bona fide
empl ee working solely for me or the above consultant) to solicit or secure this
agreement;
(b) Agreed, as an express or implied condition for obtaining this contract,
toe loy or retain the services of any firm or person in connection with carrying
out t e agreement, or
(c) Paid, or agreed to pay, to any firm, organization or person (other than
a bon fide employee working solely for me or the above consultant) any fee,
contr'bution, donation, or consideration of any kind for, or in connection with,
procu ing or carrying out the agreement.
acknowledge that this certificate is to be furnished to the City of Chula
Vista State of California and U.S. Department of Transportation, in connection
with his agreement and is subject to applicable State and Federal laws, both
crimi al and civil.
to
_ ~ .
Contracting Offic
7
a~~~
• •
GENERAL PROVISIONS
he following general provision clauses are incorporated herein and made a part
of t is Agreement:
1. hanges in scope or complexity of work
2. pecifications
3. ermination for Convenience of City
4. ermination of Agreement for Cause
5. nterests of Members of Client and Others
6. nterest of Contractor
7. fficials Not to Benefit
8. ubletting or Assignment
9. ublications
10. opyrights
11. onvict Labor
12. nsurance and Mutual Assistance
13. urisdiction
14. uccessors and Assigns
15. wnership of Documents
16. xtension of time for delay
17. esponsibility for claims and liability
18. rbitration of Disputes
~ /U
GENERAL PROVISIONS
Clause 1. Changes in Scope or Complexity of Work
payment for extra services caused by a change in scope or complexity of work
shall be made, unless and until such extra services and a price therefore have been
autho ized in writing and approved by CITY as a supplemental agreement. The supplemental
agree ent shall set forth the changes of work, extensions of time for preparation
and a justment of the fee to be paid by CITY to CONTRACTOR. Redesign or redrafting
neces itated by conditions beyond the control of CONTRACTOR will be considered as
extra work and will be a basis for negotiation of additional fee. No claim for said
additional work shall be made unless specifically authorized in writing by CITY. All
contr versies arising out of the work which cannot be settled by mutual agreement shall
be re olved as provided in the January 1975 Standard Specifications of the California
Depar ment of Public Works, Division of Highways, for the settlement of such disputes.
Claus 2. Specifications
11 specifications, manuals, standards, etc., either attached to this Agreement
or in orporated herein by reference, are deemed to be the issue in effect as of the
date f this Agreeemnt and are binding as to the performance of the work specified
in th's Agreement unless they are changed by written amendment and this Agreement
modif'ed in writing to incorporate such changes.
Claus 3. Termination for Convenience of Cit
ITY may terminate this Agreement at any time by giving written notice to
CONTR CTOR of such termination and specifying the effective date thereof, at least
fifte n (15) days before the effective date of such termination. In that event,
all f'nished or unfinished documents and other materials shall, at the option of the
CITY, become its property. If this Agreement is terminated by CITY as provided
herei CONTRACTOR will be paid an amount which bears the same ratio to the total
compe sation as the services actually performed bear to the total services of the
CONTR CTOR covered by this Agreement, less payments of compensation previously made.
Claus 4. Termination of A reement for Clause
CITY may, subject to the provisions of Paragraph "C" of this Clause 4, by
written notice to CONTRACTOR, terminate the whole or any part of this Agreement in
any o~ the following circumstances:
If CONTRACTOR fails to perform the services called for by this Agreement
within the time(s) specified herein or any extension thereof; or
-9-
y/D
. ~If CONTRACTOR fails to perform the services called for by this Agreement
or fails to make progress as to endanger performance of this Agreement in accordance
with its terms, and in either of these two circumstances does not correct such fail-
ure within a period of ten (10) days (or such longer period as CITY may authorize in
writi g) after receipt of notice from CITY specifying such failure.
In the event CITY terminates this Agreement in whole or in part as provided
in Pa agraph "A" of this Clause 4, CITY may procure, upon such terms and such
manners as it may determine appropriate services similar to those terminated.
Except with respect to defaults of subcontractors, the CONTRACTOR shall not
be li ble for any excess costs if the failure to perform this Agreement arises out
of ca ses beyond the control and without the fault or negligence of CONTRACTOR.
Such auses may include, but are not restricted to, acts of God or of the public
enemy, acts of the Government in either its sovereign or contractural capacity,
fires, floods, epidemics, quarantine restrictions, strikes, and unusually severe
weath r; but in every case, the failure to perform must be beyond the control and
without the fault or negligence of CONTRACTOR.
If this Agreement is terminated as provided in Paragraph "A" of this Clause 4,
CITY y require CONTRACTOR to provide all finished or unfinished documents, data,
studie , services_,drawings, maps, models, photographs, reports, etc., prepared by
CONTRA TOR. Upon termination as provided in Paragraph "A" of this Clause 4,
CONTRA TOR shall be paid the value of the work performed, less payments of compensa-
tion p eviously made.
If, after notice of termination of this Agreement under the provisions of
this C ause 4, it is determined for any reason that CONTRACTOR was not in defualt
under he provisions of this Clause 4, or that the default was excusable under the
provisions of the Clause 4, then the rights and obligation of the parties shall be
the sa a as if the notice of termination has been issued pursuant to Clause 3.
Clause 5. Interest of Members of City and Others
Np officer, member, or employee of CITY and no member of its governing body nor
other ub7ic official of the governing body of the locality or localities in which
the wo k pursuant to this Agreement is being carried out, who exercises any functions
or res onsibilities in the review or approval of the undertaking or carrying out of
the of resaid work shall:
A~ Participate in any decision relating to this Agreement which affects his
person~l interest or the interest of any corporation, partnership, or association
in which he has, directly or indirectly, any interest, or
`~ ~~ -10-
B. Have any interest, direct or indirect, in this Agreement or the proceeds '
ther of during his tenure or for one year thereafter.
Clau e 6. Interest of Contractor
CONTRACTOR hereby convenants that he has, at the time of the execution of this
Agre ment, no interest, and that he shall not acquire any interest in the future,
dire t or indirect, which would conflict in any manner or degree with the performance
of s rvices required to be performed pursuant to this Agreement. CONTRACTOR further
conv Hants that in the performance of this work no person having any such interest
shall be employed.
Clause 7. Officials Not to Benefit
No member of or delegate to the Congress of the United States of America nor
any esident Commissioner shall be admitted to any share or part hereof or to any
bene its to arise herefrom.
Claus 8. Sublettin or Assi nment
either of the parties hereto shall assign, sublet, or transfer his interest
in this Agreement or any portion thereof.
Claus 9. Publications
It is agreed that either or both of the parties hereto may publish at any time,
subje t to the terms of this Agreement, the results of the work conducted hereunder,
provi ed credit is given to the individuals and organizations who conducted and
spons red the work. A copy of each manuscript to be submitted for publication by
eithe of the parties hereto shall be furnished to the other party prior to such
submi Sion for publication and five (5) copies or reprints shall be furnished to the
other party subsequent to publication.
Claus 10. Co ri hts
o reports, maps or other documents produced in whole or in part under this
agree ent shall be the subject of an application for copyright by or on behalf of
CONTR CTOR.
Claude 11. Convict Labor
n connection vrith the performance of work under this Agreement, CONTRACTOR
agree not to employ any person undergoing sentence of imprisonment at hard labor.
Claus 12. Insurance and Mutual Assistance
ach of the parties hereto shall carry insurance to protect him from claims
under workmen's compensation acts; from claims or damages caused by bodily injury,
inclu ing death, to employees and the public; and from claims for property damage.
If an claim related to the performance hereunder be asserted against either party
heretp, the party claimed against shall receive all reasonable assistance from the
othe
~y~~
Clau~e 13. Jurisdiction
Each of the parties hereby binds himself, his partners, successors, assigns
and/ r legal representatives to this Agreement, in respect to all covenants of this
Agre ment.
Clau a 15. Ownership of Documents
Original documents, methodological explanations, computer programs, drawings,
deli ns and reports generated by this Agreement shall belong to and become the
prop rty of CITY in accordance with accepted standard relating to public work
cont acts. Any additional copies will be the responsibility of the CITY.
Clau a 16. Extensions of Time for Dela
(a) If the work is delayed at any time by reason of a suspension ordered by
the ITY or because of any other act of the CITY, or because of neglect by the CITY
with ut contributory fault or neglect on the part of the CONTRACTOR, or if the work
should be delayed at any time by reason of strikes, acts of God, the public enemy,
acts of the CITY, fire, floods, epidemics, quarantine restrictions, freight
emba goes, abnormal force, violence of the elements, or for any other unforeseeable
caus beyond the control and without the fault or negligence of the CONTRACTOR, or
for ny other reason which in the opinion of the CITY is proper justification for
such delay, then the CONTRACTOR shall be entitled to an extension of time
equi alent to the time actually lost by such delay.
(b) The CONTRACTOR shall file a written request with the CITY for extension
of time within 10 days following the beginning of such delay, and failure to do so
shall constitute a waiver thereof; provided, that in case of a continuing cause of
dela on]y one claim will be necessary. The CITY shall decide whether and to what
exte t any extension of time shall be allowed.
(c) A request for an extension of time or the granting of an extension of time
shall not constitute a basis for any claim against the CITY for additional compensation.
The ONTRACTOR shall be deemed to have waived any claim for additional compensation and
does hereby so waive any such claim unless he shall, at the time of filing a request
for n extension of time, likewise file a claim for additional compensation on
acco nt of such delay.
Clause 17. Res onsibilit for Claims and Liabilit
It is expressly understood that in the performance of the engineering services
herein provided for, CONTRACTOR shall be, and is, an independent engineer, and is not
an a ent or employee of CITY. CONTRACTOR has and shall retain the right to exercise
9y,b ;2
full control and supervision of the services, and full control over the employment,
dire tion, compensation and discharge of all persons assisting CONTRACTOR in the
perf rmance of said engineering services hereunder. CONTRACTOR shall be solely
resp nsible and save CITY harmless for all matters relating to the payment of his
empl yees, including compliance with social security, withholding and all other
regulations governing such matter.
Clau e 18. Arbitration of Dis utes
ny controversy or claim arising out of or relating to the provisions of this
Agre ment, or the breach thereof, shall be settled by arbitration at the election
of either party in accordance with the Rules of the American Arbitration Association
at L s Angeles, California and judgement upon the award rendered by the Arbitrators
may e entered in any court having jurisdiction thereof.
13
~ IC
' APPENDIX A ~ '
SCOPE OF SERVICES
A.
CONTRACTOR will:
Provide engineering services required to prepare detailed
construction plans and working specifications for construction of the
PROJ~CT to the satisfaction of the City's Director of Public Works. The
scope of services will include the conduct of the following four tasks:
Task 1 - Site Selection
A brief analysis will be conducted to verify the continued
suitability of locating the transit center near the intersection
of "H" Street and Fifth Avenue or Broadway, to identify and
evaluate candidate sites in the general area, and to recommend
a specific site for the transit center. A preliminary layout
of the transit center would be~required for each specific
alternative candidate site. The site analysis will include, at
minimum, evaluation of: spatial requirements, acquisition cost,
demolition/preparation cost, street access, traffic circulation,
ridership attraction, bus operation, impact on adjacent sites, and
area-wide/regional plans, with particular emphasis given to the
San Diego Metropolitan Transit Development Board's (MTDB) proposed
guideway system and "H" Street station. The end-product of this
task will be a brief letter report describing the findings,
conclusions, and recommendations of the site analysis.
Task 2 - Circulation Analysis
The CONTRACTOR will investigate the traffic circulation and access
issues at the specific selected site in greater detail. This
task will at least include consideration of street access,
particularly on "H" Street, traffic controls, directional
considerations, bus routing, bus parking, possible bus turnout
lanes, pedestrian access and control, proposed MTDB light rail
system and "H" Street station, and area-wide traffic and parking
impacts. The end-product of this task will be a brief letter
report outlining findings, conclusions, and recommendations of
the circulation analysis.
-14-
qNi~'
Task 2 will not begin until the City acts on the recommendations
of the previous task and makes a decision on the actual site
location of the transit center. This is expected to take
between 2 and 6 months. A notice to proceed with task 2 will
then be given to CONTRACTOR by CITY.
Task 3 - Conceptual Design
Task 3 will consist of the work activities associated with the
site planning, landscape treatment, facilities and street
furniture selection and design. This task will define the
physical appearance of the transit center and will establish
the physical facilities to be included on the selected site
location.
The end-product of this task will be a plan and a sufficient
number of perspective views of the proposed transit center to
illustrate its appearance from ground level and the relationship
with its surroundings.
This task will also include preparation of an "Initial Study"
of environmental impact as outlined in State EIR guidelines.
The purpose of which will be to:
(1) Identify environmental impacts;
(2) Enable the project to be modified to mitigate adverse
impacts;
(3) Provide documentation of the factual basis for the
finding in a Negative Declaration of the project
will not have a significant effect on the environment;
or
(4) Focus an EIR, if one is required, on potentially
significant environment effects.
The "Initial Study" will contain in brief form (less than ten
pages):
(1) A description of the project;
(2) An identification of the environmental setting;
(3) An identification of environmental effects by use
of a checklist, matrix, or other method;
(4) A discussion of ways to mitigate the significant
effects identified, if any;
(5) An examination of whether the project is compatible
with existing zoning and plans;
(6) The name of the person or persons who prepared or
participated in the Initial Study.
9y v
-15-
Task 4 - Contract Plans and Specifications
This task includes the preparation of contract plans, speci-
fications, and cost estimates (PS&E) for construction of the
transit center and possible bus turnout lane at the actual site
location chosen by CITY. These documents will include lists
of possible vendors for equipment items and PS&E for fabrication
and installation of equipment, prefabricated structures, etc. The
plans will be at a scale of 1" = 20' and will include all
details necessary for site preparation and demolition work,
utilities work, street reconstruction, drainage, landscaping and
facilities/equipment installation. In addition, this task will
include development of a staging schedule for project completion.
The end-product of this task will be the contract plans,
specifications, and cost estimates.
said
The CONTRACTOR will coordinate site selection, circulation
analysis, and conceptual design with MTDB and the San Francisco
Office of the U.S. Urban Mass Transportation Administration.
A citizen participation process will be conducted by the
CONTRACTOR in the evaluation and selection of the site and
the transit center conceptual design.
Project Plans and Specifications shall be prepared in
accordance with the requirements of the City of Chula Vista.
The specifications to be utilized are the Standard Specifications
for Public Works Construction, as written and promulgated by the
APWA and AGC, except Section 1 through 9 of Part 1, which are
superseded by the provisions of the Standard Specifications
State of California, Department of Public Works, Division of
Highways.
Upon completion of preliminary plans and draft specifications,
documents will be submitted to CITY for review and approval by the
Director of Public Works. After review conferences, approval and accep-
tanc~, final plans and specifications will be prepared. Design review
prini~s of these preliminary and draft documents will be submitted to CITY and
UMTA for approval. After incorporating final review comments into ther
docu ents, the documents will be presented to CITY for final approval and
rete tion. No other construction services will be provided by the CONTRACTOR
unde this agreement.
B.
CITY will:
1. Provide CONTRACTOR with any record information available
in CITY'S files that may be deemed necessary for proper design and
cons ruction engineering of the PROJECT.
2. Participate in the PROJECT primarily for consultation, co-
ordi ation, and review. Reasonable staff time will be made available
for onsultation and meetings regarding design decisions. Limited
staf assistance will be available for work production, on an as-needed
basis subject to availability. It is anticipated that City participa-
tion will not exceed 200 hours and will be limited to the following
areasi:
* consultation, records research, traffic analysis,
and transit operations analysis and evaluations
for Task 1 - Site Selection.
* traffic, parking, and transit operations analysis
for Task 2 - Circulation Analysis.
* consultation u EIR review for Task 3 - Conceptual Design
* records research, utilities coordination, and
field survey for Task 4 - Contract Plans. Sub-
surface investigations and field surveys will
be the responsibility of the CITY.
9~i~ -17-
APPENDIX B
ESTIMATE OF PERSON HOUR REQUIREMENTS AND COST
OF ENGINEERING SERVICES REQUIRED FOR
PLANNING AND DESIGN OF THE
CHULA VISTA TRANSIT CENTER
1.
2.
3.
4.
Engineering Services
DIRECT SALARIES HOURS HOURLY RATE
Principal Consultant/ 127.5 $15.13
Reg. Civil Engineer
Reg. Architect 82.5 16.41
Draftsman 15.0 5.00
Clerical 52.5 5.40
AMOUNT
$1,929.08
1,353.83
75.00
283.50
TOTAL DIRECT SALARIES $3,641.41
Specialized Services
Urban Design/Landscape Architect Subcontractor
Wallace, McHarg, Roberts & Todd
Estimated Direct Expenses
Travel, reproduction, long-distance
telephone, etc.
Summary
A. Total Direct Salaries-Engineering Services
Overhead @ 159.73%
B. Specialized Services
C. Direct Expenses
D. Fixed Fee (10% profit)
$5,109.40
$1,486.99
$3,641.41
5,816.42
5,109.40
1,486.99
945.78
TOTAL ESTIMATED COST $17,000.00
9~%~ -18-
APPENDIX C
OVERHEAD ANALYSIS
BARYON-ASCHMAN ASSOCIATES, INC.
Payroll Burden, General & Administrative
and Overhead for
Fiscal Year ended August 31, 1976
Direct Payroll
Pa rol Burden
Vac tions, Holidays, etc.
Emp oyemnt Taxes
Wor men's Compensation
Gro p Insurance
Pen ion Plan
otal Payroll Burden
Overhead
Tax s, except State & Federal Income
Gen ral Insurance
Sal ries, Administrative, Office & Clerical
Off ce Expense, (Postage, Supplies, Printing)
Acc unting and Legal
Int roffice Travel
Pre ontract Negotiations
Tel phone and Telegraph
Per onnel Procurement
Due Subscriptions, Meetings, Conventions
Dep eciation and Amortization
Ren Utilities and Maintenance
Equ pment Rental
Dat Processing
Man Bement Consulting Fees
Aut mobile Expense
otal Overhead
~otal Overhead and Burden
100.00
17.20
8.88
.68
5.02
1.29
33.07
.15
6.35
57.06
8.58
2.04
3.91
4.04
7.38
1.53
2.89
2.26
23.07
2.75
3.14
.56
.95
126.66
159.73
9N D
-19-