Loading...
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CERTIFY that the above is a full, tru and correct copy of Resolution No. , and that the same has not been amended or repealed.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-