HomeMy WebLinkAboutReso 27-1981RESOLUTION NO. 27-81
CITY COUNCIL, CITY OF SOUTH SAN FRANCISCO, STATE OF CALIFORNIA
A RESOLUTION AUTHORIZING CONTRACT AMENDMENT
NO. 8 TO "AGREEMENT, CONSULTING ENGINEERING
SERVICES IN CONNECTION WITH A PROGRAM OF
WASTEWATER TREATMENT FACILITY UPGRADING,
SOLIDS MANAGEMENT AND SANITARY SEWER SYSTEM
EVALUATION SURVEYS, PROJECT C-06-1235,
'PROJECT C-06'1267"
WHEREAS, the City Council of the City of South San Francisco, lead
agency for Projects C-06-1235 and C-06-1267, authorized the execution of
"Agreement, Consulting Engineering Services in Connection with a Program of
Wastewater Treatment Facility Upgrading, Solids Management and Sanitary Sewer
System Evaluation Surveys, Project C-06-1235, Project C-06-1267," dated
April 19, 1977, by Resolution No. 30-77, adopted March 23, 1977; and
WHEREAS, the City Council of the City of South San Francisco, as lead
Agency, authorized execution of Contract Amendment No. 1 on the 16th day of
November, 1977; Contract Amendment No. 2 on the 4th day of January, 1978;
Contract Amendment No. 3 on the 7th day of June, 1978; Contract Amendment No.
4 on the 4th day of April, 1979; Contract Amendment No. 5 which is subject to
ratification at a later date; Contract Amendment No. 6 on the 7th day of
November, 1979; Contract Amendment No. 7 on the 21st day of November, 1979; and
WHEREAS, this Amendment No. 8 will provide for an adjustment to the
allowable direct fee to account for additional unanticipated complexity of work
and to the overhead rates for 1978, 1979 and provisional 1980 rate in accordance
with a recent audit by the Federal government, as described in the Staff Report,
dated March 18, 1981, and its attachments;
NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of South
San Francisco that:
·
1. Execution of Contract Amendment No. 8. The City Council of the City
of South San Francisco, as lead agency of the projects above enumerated, does
hereby authorize the execution of Contract Amendment No. 8 to "Agreement
Consulting Engineering Services in Connection with a Program of Wastewater
Treatment Facility Upgrading, Solids Management and Sanitary Sewer System
Evaluation Surveys, Project C-06-1235, Project C-06-1267," whiCh Contract Amend-
ment No. 8 is attached hereto as Exhibit "A."
2. Cost of Local Agency Share. The cities of South San Francisco and
San Bruno shall bear the local agency's share of cost in accordance with the
Joint Powers Agreement Formula.
3. Authorized Signatures. Robert S. Yee, Director of Public Services,
is hereby authorized to execute Contract Amendment No. 8 to "Agreement, Con-
sulting Engineering Services in Connection with a Program of Wastewater Treat-
ment Facility Upgrading, Solids Management and Sanitary Sewer System Evaluation
Surveys, Project C-06-1235, Project C-06-1267" on behalf of the cities and the
participating agencies.
4. City Clerk's Endorsement. The City Clerk is authorized to endorse
on the face of the Agreement executed as of April 19, 1977, herein more parti-
cularly described, the following' "Amendment No. 8, adoPted 3/18/81 . See
Contract Amendment No. 8."
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 18th day of March ,
1981, by the following vote:
2,
AYES:
NOES:
ABSENT:
Councilmen Ronald G. Acosta, Mark N. Addiego, Emanuele N. Damonte,
Gus Nicolopulos; and Councilwoman Roberta Cerri Teglia
None
None
ATTEST:
City C1
3,
CONTRACT FOR PROFESSIONAL ENGINEERING SERVICES
IN CONNECTION WITH THE DESIGN OF CENTRIFUGE
SLUDGE DEWATERING FACILITIES
AMENDMENT NO. 8
The following is an amendment to the agreement dated April 19, 1977
between the CITY OF SOUTH SAN FRANCISCO, CALIFORNIA and RETA/NOLTE
ASSOCL&TES.
The following changes are made to the Agreement. 1) to adjust the
allowable direct fee to account for additional.unanticipated complexity
of work, and 2) the adjusted overhead rates for 1978, 1979 and provisional
1980 rate in accordance with a recent audit by the federal government.
1. The final overhead rate for 1979 shall be 1.669. The
provisional overhead rate for 1980 shall be 1.669.
2. On page 2 of Amendment No. 7 to the Contract, change the
first sentence to read "The payment under the Cost-Plus
Fixed Fee method of contract is estimated to be $17,758.36
direct labor, $29,638.70 indirect costs, $4,200 subcontract
costs, $6,183.67 profit, for a total price of $57,780.73.
3. In Exhibit B, remove the EPA Form 5700-41 dated November 8,
1979 and replace it with the attached EPA Form 5700-41 dated
January 12, 1981.
IN WITNESS WHEREOF, the City of South San Francisco, State of
California, as authorized by
at its meeting held on h'as caused its
corporate name to be affixed hereto by the
of said City and Consulting Engineer have hereto set their hands and
corporate name the day of , 1981.
CALIFORNIA
By
GEORGE S. NOLTE AND ASSOCIATES
_
Win Westfall //
CONTRACT FOR PROFESSIONAL ENGINEERING SERVICES
IN CONNECTION WITH THE DESIGN OF CENTRIFUGE
SLUDGE DEWATERING FACILITIES
AMENDMENT NO. 8
The following is an amendment to the agreement dated April 19, 1977
between the CITY OF SOUTH SAN FRANCISCO, CALIFORNIA and RETA/NOLTE
ASSOCIATES.
The following .changes are made to the Agreement 1) to adjust the
allowable direct fee to account for additional unanticipated complexity
of work, and 2) the adjusted overhead rates for 1978, 1979 and provisional
1980 rate in accordance with a recent audit by the federal government.
I. The final overhead rate for 1979 shall be 1.669. The
provisional overhead rate for 1980 shall be 1.669.
2. On page 2 of Amendment No. 7 to the Contract., ehange the
first sentence to read "The payment under the Cost Plus
Fixed Fee method of contract is estimated to be $17,758.36
direct labor, $29,638.70 indirect costs, $4,200 subcontract
costs, $6,183.67 profit, for a total price of $57,780.73.
3. In Exhibit B, remove the EPA Form 5700-41 dated November 8,
1979 and replace it with the attached EPA Form 5700-41 dated
January 12, 1981.
IN WITNESS WHEREOF, the City of South San Francisco, State of
California, as authorized by
at its meeting held on has caused its
corporate name to be affixed hereto by the
of said City and Consulting Engineer have hereto set their hands and
corporate name the day of , 1981.
CALIFORNIA
By
GEORGE S. NOLTE AND ASSOCIATES
/
COST OR PRICE SUMMARY F ,,,AA FOR SUBAGREEMENTS U'NDER U..'EPA GRANTS
(See accompanying instructions before completing this form,)
Form Approved
OMB No. 158-R0144
PART I-GENERAL
f-- · GRANTEE 2. NUMBER
GRAN~
x City of South San Francisco C-06-1235-120
RETA/Nolte and. Associates January 13.~ 1981
5. ADDRESS OF CONTRACTOR OR SUBCONTRACTOR (Include ZIP code) 6. TYPE OF SERVICE TO BE FURNISHED
120 Burlingame Office Center
1633 Old Bayshore Highway -.
Bur!ingame, California 94010
Step 2 Services
Centrifuge Facilities
?. DIRECT LABOR ($pecl~ I&bor cate~orle~
Engineer/Manager
Senior Engineer
Assistant Engineer
Draftsperson
Administrative Assistant
Assoc£ate Engineer
DIRECT LABOR TOTAL:
8. INDIRECT COSTS ¢Specily indirect cost poola)
PART II;COST SUM~MARY
EST'I- HOURLY
MATED
HOURS RATE
48 $ 18.51
598 15.80
412 8.65
240 8.00
88 7.02
120 11.00
Burden
General and Adm__inistrative
/ --"- ' INDIRECT COSTS TOTAL:
I ' ,/
~. 9. OTHER DIRECT COSTS
a. ~,^VEL Included in indirect costs
TRAVEL SUBTOTAL:
(1) THANSPORTATIC'N
_
(2) PER o,E~
b. EQUIPMENT, MATERIALS, SUPPLIES (Specify categories)
Printing and Data System Charges
EQUIPMENT SUBTOTAL:
C. SUBCONTRACTS
Electrical Engineer
SUBCONTRACTS SUBTOTAL:
RATE x BASE =
45% S 17,758.36
121.9% 17,758.36
· ESTIMATED.
COST
S 8~8.40
9,448.40
3,563.80
1,920. O0
617.76
1,320,00
· .
..
ESTIMATED
COST
$7,991 .?R
ESTIMATED
COST
ESTIMATED
COST
1,ooo_
OTY
$
_.- .
COST
TOTALS-
~...?-- ..;. ..' . ....
L?,.~,~,,',", ..... ':, ; ::':,; -' ',
,.S 17,758. '~6
~,,,,,, ;, ,., ,~ ..... ,,.,,,~,,,,.~.,,,,,~., ....
· ~ .,,,, ,., ~., ,, ,.. ,, ,~, ;,,,,:..
,.,¢',,' ...... ~ ,,~. ,, t;;,~,~,",:.'~ ~
' ~" 'c',; ' ',- , ,'?~.,,, ,,,?.~ .A,,,,.
,, ,, ,,. ,.
, ?;:'..' ....: .. .".. i:..'.:" :':..: :...... · '
, , ,", :. ,' ,,
,,,,,i~L';., ,:' ,, ,~ i ,, , .' -~,,,,
'~? 't', , ~' ',/, ". ".7 ~"
';. ,f, ~,? ..... . ..
1,000
ESTIMATED
COST
$ 3,200 .__
$ 3. ?00
d. OTHER (Spec~!y categories)
ESTIMATED
COST
OTHER SUBTOTAL:
e.; OTHER DIRECT COSTS TOTAL:
TOTAL ESTIMATED COST
11. PROFIT
12. TOTAL PRICE
PA Form 5700-41 (2-76)
.: $
· ,
· i....,,~s 4,200.00
S5~,597.06
-~ 6,183.67
$57~780.73
PAGE 1 OF 5
PART III -PRICE SUMMARY
COMPETITOR'S CATALOG LISTINGS, IN-HOUSE ESTIMATES, PRIOR QUOTES
(Indicate basle Eot price colzrperison)
OMB IVo~. Jr58-ROl14
MARKET PROPOSED
PRICE(S) PRICE
PART IV-CERTIFICATIONS
14. CONTRACTOR
14a. HAS A FEDERAL AGENCY OR A FEDERALLY CERTIFIED STATE oR LOCAL AGENCY PERFORMED ANY REVIEW OF:'YOUR
ACCOUNTS OR RECORDS IN CONNECTION WITH ANY OTHER FEDERAL GRANT OR CONTRACT WITHIN THE I=AST TWELVE MONTHS/
[~ YES r-'] No (~g "Yea" give n4me address and telephone number ol review, lng oEllce)
Hr. Warren T.um
Defense Contract Audit Agency August 1980
415-732-.2710, Ext. 3175
14b..THIS SUMMARY CONFORMS WITH THE FOLLOWING COST PRINCIPLES
As contained in 41 CFR 1-15.4
'This proposal is submitted for use in connection with and in response to (1)
· This is to certify to the best' of my knowledge
and belief that the cost and pricing data summarized herein are complete, current, and accurate as of
(2), January 13, 1981 and that a financial management capability exists to fully and accu-
rately account forthe financial transactions under this project. I further certify that I ut~derstand that the
subagreement price may be subject to downward renegotiation and/or recoupment where the above cost and
pricing data have bee. n determined, as a result of audit,'not to have b~ee~plete, cstrrent and accurate as
/,,/ ,, . .
- .
14. GR~%NTEE REVIEWER
· certify '~-"' l..havc ;cvicw--.d the cost/oHc-, summary set forth herein and the proposed costs/price appear
i* ';' --~" ' ~' ' - ' ,
acceptable for ~ub~greement award,
-C
DATE ~)F EXECUTION
SIGNATURE OF' REVlI:'WER
.EPA R~.VIEWER (Ilapplicable)
TIT/£ OF R£VIEWIER
DATE OF' EXECUTION
SIGNATURE OF REVIEWER
EPA Form 5700-41 (2-76)
TITI. E OF* REVIEWER
)
PAGE 2 OF 5