Loading...
HomeMy WebLinkAbout1980-05-06; City Council; Resolution 61681 1 2 3 4 5 6 7 8 9 XC 11 12 12 14 1E 1E 17 1€ 1: 2c 21 22 2: 24 2E 2E 27 2E RESOLUTION NO. 6168 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF CARLSBAD, PLEMENT TO THE BASIC AGREEMENT TO PROVIDE CRITICAL PATH SERVICES FOR PHASE I11 BETbJEEM THE CITY OF CARLSBAD AND VISTA SANITATION DISTRICT, BUENA SANITATION DISTRICT, SAN TRICT AND ENCINITAS SANITARY DISTRICT, AND AUTHORIZING THE MAYOR TO EXECUTE SAID SUPPLEMENT ON BEHALF OF THE CITY CALIFORNIA, APPROVING AND AGREEING TO THE FOURTEENTH SUP- MARCOS COUNTY WATER DISTRICT, LEUCADIA COUNTY WATER DIS- BE IT RESOLVED by the City Council of the City of Carlsbad as follows: 1. That the City of Carlsbad does hereby approve and agree to the Fourteenth Supplement to the Basic Agreement to Provide Critical Path Services for Phase 111, a copy of which is attached and incorporated by reference herein 2. That the Mayor of the City of Carlsbad is hereby authorized and di- rected to execute on behalf of the City of Carlsbad the Fourteenth Supplement to the Basic Agreement to Provide Critical Path Services for Phase 111. PASSED, APPROVED AND ADOPTED by the City Council of the City of Carlsbad, at a regular meeting held the 6th day of May , 1980, by the follow- ing vote, to wit: AYES: Councilmen Packard, Anear, Lewis, Councilwoman Casler and NOES: None Kul chin ATTEST : ALETHA L. RAUTENKRANZ, CITY CLERK2 (SEAL) FOURTEENTH SUPPLEMENT TO BASIC AGREEMENT TO PROVIDE CRITICAL PATH SERVICES FOR PHASE I11 This Fourteenth Supplement to Basic Agreement is made and entered into as of the day of , 1980, by and among: VISTA SANITATION DISTRICT ("Vista"), a county sanitation district, whose governing board is the City Council of the City of Vista; CITY OF CARLSBAD ("Carlsbad") , a municipal corporation; BUENA SANITATION DISTRICT ("Buenal') , a county sanitation district, whose governing board is the Board of Supervisors of San Diego County; SAN MARCOS COUNTY WATER DISTRICT (Tan Marcos"), a county water district; LEUCADIA COUNTY WATER DISTRICT ("Leucadia"), a county water district; and ENCINITAS SANITARY DISTRICT ("Encinitas"), a sanitary district. RECITALS WHEREAS, the aforesaid public agencies have entered into a joint powers, agreement, pursuant to Chapter 5 of Division 7 of Title I of the Government Code for the joint exercise of powers relating to the acquisition, construction, operation and maintenance of facilities for the transmission, treatment, and disposal of sewage, which facilities comprise a single system of sanitation works and includes expansion of such facilities by virtue of a project commonly known as Phase I11 enlargement of and upgrading of the Encina Water Pollution Control Facility; and WHEREAS, engineering design and construction management .for the afore- said enlargement and upgrading is presently in progress; and WHEREAS, said enlargement and upgrading is presently in progress; and WHEREAS, said enlargement and upgrading will require construction contracts having substantial monetary value and will require scheduling, co- ordination, and management review; and __ t ;L Y 0' WHEREAS, it is in the best interests of all the public agencies which are a party hereto that the services of a critical path consultant be provided for the Phase 111 enlargement and upgrading; and MHEREAS, at a regular meeting of the joint advisory committee held on March 26, 1980, a motion was duly made, seconded and unanimously adopted that Vista Sanitation District be authorized to enter into the agreement attached hereto marked Exhibit "A"; and WHEREAS, the said proposed contract attached hereto marked Exhibit "A" is in accordance with the Amendment to Title 40 of the Code of Federal Regu- lations, Part 35, as published in the Federal Register of December 17, 1975; and WHEREAS, the parties to the aforesaid joint powers agreement are receiving a grant from the United States Environmental Protection Agency for a substantial portion of the said Phase I11 enlargement and upgrading; and WHEREAS,,by a duly authorized and executed supplemental agreement to the aforesaid joint powers agreement the Vista Sanitation District has been appointed and is presently acting as administrator of the Phase I11 enlargement and up- grading ; and WHEREAS, said Vista Sanitation District requires the approval of all parties to the aforesaid joint powers agreement in order to enter into a contract for critical path services authority for said Phase I11 enlargement and upgrading . NOW THEREFORE, IN CONSIDERATION OF THE PROMISES AND MUTUAL COVENANTS AND AGREEMENTS HEREIN CONTAINED, THE PARTIES HERETO AGREE AS FOLLOWS: Section 1: That the Board of Directors of the Vista Sanitation District be, and is hereby authorized to enter into a contract for critical path services with J, A. Boyd & Associates. , -2- e in the form and substance as that attached hereto and marked Exhibit "A". Section 2: That the parties hereto agree that any costs required for critical path services by the contract described in Section 1 above which are in excess of the grant to be received by the parties hereto from the United States Environmental Protection Agency for Phase I11 enlargement and upgrading shall be shared in the same proportion as provided in Section 4 of the Seventh Supplement to the Basic Agreement for Engineering Services. Section 3: This agreement may be executed in counterparts, and upon execution thereof by all of the parties set forth on Page 1 hereof, each counterpart shall be deemed an original. IN WITNESS WHEREOF, each party hereto has caused this Fourteenth Supplement to Basic Agreement to be signed'by its respective officials heretofore duly authorized by the legislative bodies thereof. Approved by Resolution VISTA SANITATION DISTRICT No. on By: Chairman Approved by Resolution . NO. CPIM on dR/b,/po Approved by Board Order BUENA SANITATION DISTRICT No. on By : Clerk, Board of Supervisors Approved by Roll Call SAN MARCOS COUNTY WATER DISTRICT Vote on by: President Approved by Resolution by: LEUCHDIA COUNTY WATER DISTRICT Secretary No. ,on By: By : President Secret a ry -3- Adopted by Resolution No * on ENCINITAS SANITARY DISTRICT By ; Pres i dent By : Secretary -7 -4- Exh i b i t "A" 0 AGREEMENT FOR CRITICAL PATH SERVICES BETWEEN VISTA SANITATION DISTRICT AND J. A. BOYD & ASSOCIATES FOR PHASE 111 ENLARGEMENT AND UPGRADING OF THE ENCINA WATER POLLUTION CONTROL FACILITY day of , 1980, by and between the VISTA SANITATION DISTRICT, a county THIS AGREEMENT, made and entered into as of the sanitation district, hereinafter referred to as "District" or "Owner", and J. A. Boyd & Associates referred to as "Consul tant" . , a Ca7 i fornia corporati on, herei naf ter WITNESSETH: WHEREAS, the District has planned for critical path services for the Phase I I I En1 argement and Upgradi ng of the Enci na Water Pol 7 ution Control Facility (hereinafter referred to as the "Project"); and WHEREAS, District and other public agencies have entered into a Joint Powers Agreement, pursuant to Chapter 5 of Division 7 of Title 1 of the Govern- ment Code for the joint exercise of powers and the acquisition, construction, and operation of facilities for the transmission, treatment, and disposal of sewage which facilities comprise a single system of sanitation works and includes any expansion of such facilities by virtue of the project which is the subject of this agreement; and aforesaid Joint Powers Agreement, District has been, and presently is, authorized to enter into this Agreement as well as to act as the administrator in connection with the subject Project; and Water Pollution Control Facility (WPCF) to meet environmental protection require- ments of applicable regulatory bodies; and tection Agency for the proposed project, and desires that this Agreement shall be in accordance with the Amendments to Title 40 of the Code of Federal Regula- tions, Part 35, as published in the Federal Register of December 17, 1975, and WHEREAS, by a duly authorized and executed Supplemental Agreement to the WHEREAS, it is necessary and desirable to expand and upgrade the Encina 7 WHEREAS, District is receiving a grant from the U. S. Environmental Pro- WHEREAS, Consultant has avai 1 ab1 e and offers to provide personnel and NON, THEREFORE, District and Consultant agree as follows: 1. SCOPE OF CRITICAL PATH SERVICES: Consultant agrees to perform those services which are more particularly faci 1 i ties necessary to accomplish the work within the required time; described hereafter. duties of Consul tant shall not be construed to exceed those services specifi- cally set forth herein. Unless modified in writing by the party to be charged, A. PLANNED CRITICAL PATH SERVICES: Consultant agrees' to perform those tasks described in Exhibit "A" Planned Critical Path Services, which is attached hereto and incorporated herein by reference. vided below in Article 111. 11. AUTHORIZATION,PROGRESSAND COMPLETION: Specific authori zati on to proceed wi th the work described i n Exhi bi t Compensation for planned services shall be as pro- "A" shall be grantedin writing by the District. .The Consultant shall not proceed with the work without such authorization. the date of commencement of the work arid the schedule of progress and completion. Such authorization shall set forth 111. COMPENSATION: For the services described in Exhibit "A" which are to be performed by the Consultant, the District agrees to pay, and the Consultant agrees to accept, compensation in accordance with the schedules set forth in Exhibit "B". Compen- sation of non-direct salary costs shall be as set forth in the written authoriza- tion for special services or as specifically detailed in Exhibit "B". IV. RESPONSIBILITY OF CONSULTANT: The Consultant is employed to render a professional service only and any payment made to it is compensation solely for such services as it may render in the scheduling, coordination, and management review of the praject. Consultant makes no warranty, either expressed or implied, as to its findings, recommendations, specifications, or professional advice other than they were promulgated after following a practice usual to the engineering profession. The Consultant shall indemnify and hold the District and all of its officers, principals, agents and employees harmless from all liability for injuries to persons or damage to property which arise from negligent acts or omissions by the Consultant and/or any crf its subcontractors in performing ser- vices under this Agreement. The - 2- V. INTEGRATION: Subject' to the provisions of Paragraph X hereof, this Agreement represents the entire understanding of District and Consultant as to those matters contained herein. with respect to those matters covered hereunder. modified or altered except in writing signed by the party to be charged. No prior oral or written understanding shall be of any force or effect This Agreement may not be VI. OWNERSHIP OF DOCUMENTS: A? 1 plans, studies , sketches, drawings and specifications as herei n required are the property of the District whether the work for which they are made be executed or not. In the event this contract is terminated, all documents, plans, specifications, and drawings of the facility shall be delivered forthwith to the District VII. SUBCONTRACTS: Consultant shall not subcontract any portion of the under this project unless prior written approval is granted Project Officer. Consultant shall negotiate and administer accordance with Provision I1 of Appendix C-1 to 40 CFR Part work to be performed from District's subcontracts in 35, Subpart E as published in the Federal Register on December 29, 1976. be responsible to the District for the actions and omissions of persons and firms performing subcontract work. Nothing contained in this contract shall create any contractual relation- ship between any subcontractor of the Consultant and the District. shall bind every subcontractor and every subcontractor of a subcontractor by the tems of this contract applicable to his work unless specifically noted to the contrary in the subcontract in question approved in wri ting by the District. The Consuitant shall The Consultant . VIII. DISTRICT'S PROJECT OFFICER: The District's Project Officer, who shall be empowered to act for the District in accordance with the provisions of this Agreement, where such acts are not contrary to law or District ordinances, shall be the General Manager of the Encina Water Pollution Control Facility. IX. GQNSULTANT S PROJECUFFICER: The Consultant's Project Officer, who shall be empowered to act for the Consultant in accordance with this Agreement in all matters relating to the tech- nical administration of services to be provided, shall be as named in Exhibit "A". Consultant Team members are named in Exhibit "A" Planned Critical Path Services and shall not be changed except with written approval of the District. -3- X. The "Required Provisions - Consul ting Engineer Agreements" as published €PA REQUIRED TERMS AND CONDITIONS: in the Federal Register dated December 29, 1976, as Appendix C-I to Part 35 of Title 40 of the Code of Federal Regulations, are attached hereto and incorporated herein by reference as Exhibit 'IC". XI. TIME IS OF ESSENCE: It is understood and agreed that time is of the essence in the perfor- mance of this Agreement in that should the services agreed herein to be performed by Consultant not be completed within the time set f0rt.h for such performance in the schedule of completion pursuant to Article 11, District would thereby become exposed to the loss of grants from the State of California and the United States Government to the extent of eighty seven and one-half percent (87%) of the ultimate cost of Proj.ect Construction, resulting in consequential damages to District. XII. EFFECTIVE DATE: This Agreement shall be effective on and from the day and year first above written. OWNER: VISTA SANITATION DISTRICT By: Bernard Rappaport, Chairman ATTEST : Jean Brooks O'Brien, Clerk CONSULTANT: J. A. Boyd & Associates By: Joe Boyd, President APPROVED AS TO FORM: WALKER & GANN - By: Roy H. Gann, Counsel for the J ai n t Advisory Commi t tee - 4- e i bi t "A" ENCINA NPCF PHASE I I I IMPROVEHENTS AND ADDITIONS SCOPE OF WORK FOR CRITICAL PATH SERVICES CRITICAL PATH SERVICES In providing Critical Path services the Consultant should propose how a Critical Path Method Scheduling and computerized cost requisition system will be generated and maintained, in conjunction with the progress of the work. The owner states that the following conditions be met for each contract by the Consultant: A. B. C. D. E. F. Prepare and submit for approval within (30) days after the notice to proceed, a complete CPM Network Diagram, showing details of mobiliz- ation, procurement, and construction during the first ninety (90) calendar days wi.th each work item having a label number; description of work; shown in working days ranging from 3 to 20 in duration; a dollar value; with no activity exceeding 100,000 dollars, except for purchased items; and designation as to craft or supplier. Within 5 days the Owner will notify the Consultant of acceptance or rejection of the 30 day interim CPM schedule. jection of the schedule, the Consultant will resubmit a revised diagram within 5 days. In the event of re- Within 60 calendar days of Notice to Proceed to the Contractor, the Consultant shall cause to be submitted a complete CFM network schedule demonstrating completion of all the contract work within the contract time. gained from the 30 day interim CPM schedule and will show a71 of the logic, including restraints for trades, equipment, and other resources and conditions which will apply to the execution of the work as scheduled. This schedule will take into account the experience Within 14 calendar days after receipt of the complete CPM schedule, the Owner will review the complete CFM schedule, and notify the Consultant of acceptance or rejection. the Consultant shall revise the complete CPM schedule, and resubmit to the Owner within 7 days. Owner and, if found to be as previously agreed upon, will be accepted. In the event of rejection by the Owner, The resubmission will be reviewed by the The accepted complete CPM schedule shall constitute the project work -schedule until subsequently revised or updated. The Consultant will furnish the Gwner with a cost allocation for a17 items detailed in the CPM schedule totaling to the contract price. allocation of costs is required for all CPM network submittals. The Consultant will have obtained from the Contractor the cost allocation distribution. The -1- 0 e G. H. I. 3. K. L. Based on the approved cost allocation, the Owner will prepare a pay request form for monthly progress payments. be made unless supported by this payrent request form completed on a monthly basis to indicate percentage complete to date for all items of work for which payment is requested. No payments will Cost allocation for all items detailed in the CPM schedule will be re- vi sed and submi tted with acy revised CPM diagrams, including subnet- works for Change Order work, as required. All construction cost allocations will include a prorata distribution for overhead and profit and no seperate item will be allowed for over- head or prof i t. Construction cost a1 location for mobilization work may be included in mobilization work activities. The cost of bonds and insurance will be considered as an allocated part of overhead. Each activity in the CPM schedule will contain the following informa- tion and be placed on the diagram according to the accompanying legend: a. Description of the work, not more than 32 characters, including spaces. b. Responsibility or trade code. c. Area or location codes. d. Duration (in work days). Once a month the Consultant shall meet with the Owner to review and update the CPM schedule according to the actual progress of the job. At this meeting the Consultant shall submit the updated or revised CPM schedule and supporting data. be reviewed: At the meeting the following shall a. Actual finish dates of completed activities. b. Remaining duration on work activities in progress and on work activities for which the work has not yet started. c. Logic, time, and cost data for Change Orders that are to be incorporated into the pl ans . d. Revision to logic, durations, manpower, equipment, or other resources, which may be required. e. At the meeting, the Consultant shall submit a narrative report of the progress of the work including a description of problem areas, current anticipated delaying factors and their estimated impact on performance of other activities and completion dates and an explanation of corrective action taken or proposed. -2- ENCINA WPCF PHASE 111 IMPROVEMENTS AND ADDITIONS SCOPE OF WORK - FOR CRITICAL PATH SERYICES CONSTRUCT1 ON A. SUPPLY AND DELIVERY CONTRACTS: GENERAL: The District plans to issue four supply and delivery contracts, as described in succeeding paragraphs. design, fabrication and delivery of specific items of equipment for the project. In addition, provisions will be made for storage of the equipment until permanent foundations, to be prepared under the associated construction contracts, are ready. The equipment supply and delivery contracts will also contain provisions for furnishing the services of installation and comissioning engineers. Each contract will include provisions for CONTRACT 1: CONTRACT 2: This Contract has been incorporated into Contract 7/9. Contract 2 will be for the supply and delivery of Pour contin- uous belt filter presses for dewatering anaerobically digested wastewater solids. Under the Owner's schedule, the contract was advertised on October 10, 1979, bids were opened on December 20, 1979, Notice of Award will be issued on or before March 2, 1980, and the equipment will be delivered to the vicinity of the Encina WPCF for storage on or before November 28, 1980. CONTRACT 3 & 4: CONTRACT 3: These Contracts have been incorpwated into one Contract. . Contract 3 will be for the supply and delivery of two internal combustion engi ne-driven generators complete with cool ing and silencing equipment and related controls, two internal combustion engine-driven blowers complete with cooling and silencing equipment and related controls and three motor driven blowers with associated appurtenances. Under the District's schedule, the con- tract was advertised on November 9, 1979, bids were opened on December 20, 1979, Notice of Award will be issued on or before March 20, 1980, Notice to P?.:seed will be issued on or before March 27, 1980, and the equipment will be delivered Lo the vicinity of the Encina WPCF for storage on or before October 30, 1980. Contract 4 is for the supply of four multistage aeration air blowers. Under the District's schedule, the contract was advertised on November 9, 1979, bids were opened on December 20, 1979, Notice of Award will be issued on or before March 20, 1980, Wetice to Proceed will be issued on or before March 27, 1980, and the equipment will be delivered to the vicinity of the Encina MPCF for storage on or before October 30, 1980. CONTRACT 4: CONTRACT 5: Contract 5 is for the supply and delivery of three mechanically cleaned bar screens. on October 10, 1979, bids were opened on November 29, 1979, Notice of Award will be issued on or before February 28, 1980, Notice to Proceed will be issued on or before March 7, 1980, and the equipment will be delivered to the vicinity of the Encina WPCF for storage prior to installation on or before November 28, 1980. Under the District's schedule the contract was advertised -3- .. CONTRACT 6: Contract 6 is for the supply anG de very 0, equipment for the dissolved air flotation thickeners, including pressurization pumps and air saturation tanks. According to the District's schedule, the contract was advertised on November 19, 1979, bids were opened on December 20, 9979, Notice of Award will be issued or, or before March 20, 1980, Notice to Proceed will be issued on or before March 27, 1980, and the equipment will be delivered to the vicinity of the Encina NPCF for storage on or before January 30, 1981. B. CONSTRUCTION CONTRACTS: GENERAL: The District intends to issue three contracts for construction of various portions of the permanent facilities for the project, as described in succeeding paragraphs. For the most part, each contract will include pro- visions for earthwork, concrete, metalwork, architectural trim, plumbing, pip- ing, mechanical work, electrical and instrumentation work, and testing and comissioning of the completed facilities. CONTRACT 7 & 9: These contracts have been incorporated into one Contract. CONTRACT 7: Contract 7 will be for the preparation of the site for later construction of permanent buildings and process units as well as construction of permanent stomdter control facilities. Under the District's schedule, the contract was advertised for bids on January 2, 7980, bids will be opened on March 5, 1980, Notice of Award will be issued on or before May 5, 1980, Notice to Proceed will be issued on or before May 12, 7980, and construction will be comp'lete on or before May 15, 1981. CONTRACT 8: for the Encina WPCF. The operations building will include offices, the plant laboratory, facilities for the plant operating staff and the plant operations center. Under the District's schedule, the contract will be advertised for bids on March 5, 1980, bids will be opened on April 4, 1980, Notice of Award will be issued on or bdfore June 2, 1980, Notice to Proceed will be issued on or before June 30, 1980, and construction will be complete on or before July 1 , 1981. Contract 8 is for the construction of the operations building CONTRACT 9: Contract 9 is for the construction of the secondary treat- ment faci 1 ities for the Enci na WPCF , including aeration tanks , secondary sedimentation tanks, mixed liquor and return activated sludge (RAS) convey- ance facilities, pumps, aeration equipment, and all related electrical work. Under the District's schedule, the contract was advertised for bids on January 2, 1980, bids will be opened on March 5, 1980, Notice of Award will be issued on or before May 5, 1980, Notice to Proceed will be issued on or before May 12, 1980, and construction will be ccmplete on or before May 15, 1981. CONTRACT 10 & 11: CONTRACT 10: These contracts have been incorporated into one Contract. Contract 10 is for the construction of the sludge dewatering and thickening facilities for the Encina WPCF, including all enclosures, ven- ti 1 ation sys terns, el ectri cal sys terns, pumps, compressors, and appurtenant equip- ment. Under the District's schedule, the contract will be advertised for bids on June 1, 1980, bids will be opened on August 1, 1980, Notice of Award will be issued on or before October 2, 198G, Notice to Proceed will be issued on or before October 7, 1980, and construction will be complete on or before October 1, 1982. -4- CONTRACT 11 : Contract 11 is for the construction of the remainder of the including the haadworks building, power building, digestion system, project, improvements and additions, plant-wide electrical distribution and instru- mentation, the effluent pumping station, and the commissioning work which will place all equipment furnished under the preceeding ten contracts into full operation. Under the District's schedule, the contract will be advertised for bids on June 1 , 1980, bids will be opened on Augues 1 , 1980, Notice of Award will be issued on or before October 2, 1988, Notice to Proceed will be issued on or before October 7, 1980, and construction will be complete on or before October 1, 1982. -5- I Exhibit €3 _- COMPENSATION FOR SERVICES TO BE PROVIDED AS PART OF THE AGREEMENT FOR CRITICAL PATH SERVICES BETWEEN VISTA SANITATION DISTRICT J. A. BOYD & ASSOCIATES A CALIFORNIA CORPORATION FOR PHASE Ill ENLARGEMENT AND UPGRADING OF THE ENCINA WATER POLLUTION CONTROL FACILITY. .'r -I AND '. J. A. BOYD & ASSOCIATES will be compensated for services on the following basis: DIRECT LABOR COST, plus THAN A RATE OF 1.30 TIMES DIRECT LABOR, plus OTHER DIRECT COSTS plus INDIRECT COSTS AT A RATE EQUAL TO THE RATE RECOMMENDED BY EPA AUDIT, BUT IN NO EVENT LESS A FEE OF 15% OF THE TOTAL OF THE ABOVE. The team to be assigned to this work will include, but not necessarily be limited to: J. A. Boyd, principal $ 30.00 hour J. P. Schagen, AIA, Consultant 16.00 hour J. Ghardashem, Consultant 16.00 hour D. M. Russo, Consu I tan t I 2 .OO hour C. Lehane, Technical 6.00 hour The rates quoted are effective as of the date of this contract, and will be subject to review and adjustment by J. A. Boyd & Associates within the term of this assignment. Estimated average rates have been used in the estimate of costs below and on the 5700 form. Estimated hours projected by J. A. Boyd & Associates for services for the period May I, I980 through October 3 I, I982 are: J. A. Boyd Consul tan ts Technical A Page 2 360 hours 1000 hours I50 hours Other direct costs including computer and travel costs will be billed as expended. J. A. Boyd & Associates will be reimbursed for the use of its corporate aircraft for round trips betweeil San Francisco and the project at a rate equivalent to the current single round trip airfare between Son Francisco and San Diego, using PSA fares as the standard. Travel costs for this agreement are limited to expenditures for round trips between Son Francisco and the project site, on the basis of I '/2 round trips per month, average, plus five additional round trips during the initial development of schedules with contractors. The total reimbursement for services for J. A. Boyd & Associates for the period from May I, I980 through October 3 I, 1982, is not to exceed $147,36 I. €PA 5700 form dated March 21, I980 is attached.. This Agreement shall be effective on and from the day and year as shown on Exhibit "A". OWNER: VISTA SANITATION DlSTRlCT BY: Bernard Rappaport, Chairman ATTEST: Jean Brooks O'Brien, Clerk APPROVED AS TO FORM: WALKER & GANN BY: Roy H. Gann, Counsel for the Joint Advisory Committee. .- -. -- C-OSY OR PRICE SUMh\ARY FOi?K!?OR SUBAGREEMENTS UNDER U.S. €PA GRANTS Form Approi*cd (See nccorxpnying instructions before compieting this form) OSiB NO. ISS-ROIJI PART I-GENERAL \ 1. GRANTEE 2. GRANT NUMBER VISTA SANITATION DISTRICT J. A. BOYD & ASSOCIATES 3/21/80 2423 Chestnut Street San Francisco, California 94123 3. NAME OF CONTRACTOR OR SUBCONTRACTOR 4. DATE OF PROPOSAL 5. ADDRESS OF CONTRACTOR OR SUBCONTRACTOR (Include ZIP coda) 6. TYPE OF SESVICE TO 8E FUSNISHEO Critical Path Services I PART II-COST SUMMARY I TOTALS ESTIMATED COST ESTI- MATED HOURS 1 RATE 7. DIRECT LABOR (Specfly labor categorieu) ESTIMATED 2. TRAVEL 11. PROFIT 1s 19271 12. TOTAL PRICE 147301 - E PA Form 5700-41 (2-76) PAGE I OF 5 i. COMPETITOR’S CATALOG LISTINGS. IN-HOUSE ESTIMATES. PRIOR QUOTES MARKET PPOPOSED (Indicate bar13 (or price comportson) PRICE(S1 PRICE 3. I I ’. I 1 1 I I 1s PART IV -CERTIFICATIONS 1. -___ 4. CONTRACTOR 4a. HAS A FEDERAL AGEN IED STATE OR LOCAL AGENCY PERFOSMEO ANY REVIEW OF YOUR ACCOUNTS OR RECORDS 1’: CONNECTION WITH ANY OTHER FECERAL GRANT OR CONTRACT WITHIN THE PAST TWELVE MONTHS a YES “0 (If “Yes” give name address and telephone number of reviewing office) Rate proposed is provisional. EPA audit scheduldfor 4/4/80 _I_ 4b .THIS SUMMARY CONFORMS WITH THE FOLLOWING COST PRINCIPLES 40 CFR Part 35, subpart E 4c. This proposal is submitted for use in connection with and in response to (1) RFP for CPM Services . 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 (2A 3/31/80 rately account for the financial transactions under this project. I further certify that I understand that the subagreement price may be suhject to downward renegotiation and/or reccupnent where the above cost and pricing data have been determined, as a result of audit, not to have been complete, current and accurate as of the date above. and that a financial management capability exists to fully and accu- /g&+!! (3) 3/2f/80 DATE OF EXECUTION SIGNA URE OF PROPOSER TITLE OF PROPOSER v Ld-d 14. GPANTEE REVIEWER I certify that 1 have teviewed the cost/price summary set forth herein and the proposed costs/price appear acceptable for ;ti bngreemeiit award / DATE OF EXECUTION SIGNATURE OF REVIEWER TITLE OF REVIEWER 16. €PA REWlEWER (If appliCEbl0) .‘ DATE OF EXECUTION SlGNATURE OF REV,lCWER TITLE OF REVIEWER - PACE 2 OF Exhibit "C" ., I. -- Title 4.0-Protection "I tnv;rontt-v.b'. PROTECTION AGENCY CHAPTER I--ENVIH(INMLNT~.~ Et;OCHARER O---CRAMTS It'RL 655-21 PAnf 3SSTATE AND LOCAL ASSISTANCE , StrbJgreemontr Urider Cr.lnts for ion- struct;orP of Treatmerit Works; Tcchnicri Amendmenlo .. .,, .. I .. >. . . .: .. .. . a LQVrrlO r.0 VISIOX &---CON YULTlNO &4C U L P I M 0 A L= LLY L' M7S 1. Oonad. 2. Re%pon\'blllL.I Of the Cn;lIieO?. 1. Ssopd of work. 4. Ch-r.Zt% 6. Termrnrflop. e. RcmcLILta. ' 7. Paymriit. 8. Rofocl drrlgp 0. Audit; LCC- LO r~ordr. Io. Rice rrductlon lor dcfcctlie cod a? 11. BubzontroCLr. 11. Labor rundrrda. Pt. Equrl cn.plo/ment OpporlunltJ. 14. Ut:ll~~~log of mall or mlnorlty bul- 1% Covenant rgblnst conllngtnt lea 16. Orilullla. 17. PulonU. 18. Cupyrlsttr and rljhb Ira dsu, (a) 7%. Owner bnd thu Enginerr %grr* ' prlclnl: dab. nw. . 1. GrNl2LL thb) tho folloulng provlrlcnr shall spplr lo the ):PA &r&nt-ell~lble work Io br pcrformed undrr ehlr rgrcrment and that auch pro- rlrlan. rhall auprratC4 an). connicllng pro- vlcloru ol thb nyrrcmtnt. (b) The work unCrr thlo ajirrrmtnt L fundrd In par; by a Grant lram the U 8. En- ~irortmrntrl Prn1r:ian A&eircy. ].lelther the Unltrj States nur tho US. EnvbronmanU Brateecton Agency (htrcicalttr. 'EPA") Im a pmrtp KO -1s sgrrcmrtit. fhLI ayrecnirnL Pbtch covers grnct-tllglblo Work IS sub)ect to rcgulstlans rontrlncd In 40 CrW 350038. SJ93f. and 35939 In cdecr ore the cbh of ex~utlon of lhls agreement. A* uraQ In thru elsuxa. the words "th daIe or executlon of thb agrssment" mats tho da-a of oxccutlpn ai thts rprecmint and my rubroqutnt modidatSon OK the term*. cornpcnrbllocl of mope of bcrvlceo pcrLlnrnt Lo unprrformod Work. (5) 7%. rlghtr and ramdlea of the owner provldrd for la Lhcv cliulai ue In addltlon to soy oCher rlchl, ana resitdles provlded by law or under thls sgrcement. c-1 . . . ...