1983-02-28 - Resolution 1983-05 - APPROVING AN AGREEMENT FOR SUPPLEMENTAL ENGINEERING SERVICES RELATED TO A SEWER SYSTEM EVALUATION SURVEY •
RESOLUTION NO. 83-5-
A RESOLUTION APPROVING AN AGREEMENT FOR SUPPLEMENTAL ENGINEERING •
SERVICES RELATED TO A SEWER SYSTEM EVALUATION SURVEY
WHEREAS, the President and Board of Trustees of the Village of
Buffalo Grove desire to minimize any potential delays in obtaining a
Federal Grant for the construction required to alleviate the problems
identified in the "Sewer System Evaluation Survey Report" prepared for
the Village of Buffalo Grove by Donohue and Associates, Inc., dated
July, 1981; and
WHEREAS, the Illinois Environmental Protection Agency has
recommended that supplemental data on the final sizing of the relief
;.t
sewers proposed be developed in order to minimize the potential for
future delays in the process of obtaining the desired construction
grant; and,
WHEREAS, the approval of an Agreement for Supplemental Engineering
Services is required in order to proceed with the further evaluation
work which has been recommended by the Illinois Environmental Protection
Agency;
NOW, THEREFORE, BE IT RESOLVED by the President and Board of
Trustees of the Village of Buffalo Grove, Cook and Lake Counties,
Illinois as follows:
1. The Contract Amendment from David P. Tulp, P.E., Vice
• President of Donohue and Associates, Inc., addressed to the
President and Board of Trustees of the Village of Buffalo
Grove dated February 23, 1983, a copy of which is attached
•
hereto and made a part hereof, is hereby approved. •
2. The Village President is hereby authorized' and directed to
•
execute the approved Contract Amendment.
•
- AYES: 5 - Marienthal, Stone, O'Reilly, Hartstein, Schwartz
NAYS: 0 - None
• ABSENT: 1 - Gerschefske
PASSED: This 28th day of February , 1983
-
APPROVED: This 28th day of February , 1983
APPROVED:
C- • •••••• Oe" -•'a/ -•
•
Village President
ATTEST:
•
• by `rn .SA LA
Villa re Clerk
Donohuu
February 23, 1983
Honorable President and Board of Trustees
Village of Buffalo Grove
50 Raupp Boulevard
Buffalo Grove, IL 60090
Attn: William Balling, Village Manager
Gregory Boysen, Director of Public Works
Subject: Sewer System Evaluation Survey
Engineering Service Agreement Amendment
Dear President and Trustees:
The Illinois Environmental Protection Agency has requested that final
recommendations for the sizing of the relief sewers proposed in the Sewer
System Evaluation Survey Report, July 1981 by Donohue be made. Toward that
end, we recommend that a two-part program be undertaken. First, additional
flowmetering is recommended to identify peak wet weather flow rates and
critical reaches in the existing sanitary sewers. Secondly, we recommend
development of final relief sewer sizing based on the previous and proposed
additional flowmetering. Therefore, we hereby propose to amend the Engineering
Service Agreement dated June 5, 1978 for the Sewer System Evaluation Survey
for the Village of Buffalo Grove (Grant No. C172230) as follows:
Paragraph 1 shall be amended to include additional subparagraphs E and F as
follows:
"E. The Engineer shall furnish, install, and service three Model
VM265 Marsh-McBirney flowmeters at selected locations in the
sanitary sewer system of Buffalo Grove. Meters shall be operated
for periods of up to three months each. Locations for metering
shall be selected to determine peak wet weather flow rates in the
existing sanitary sewer system and to identify optimum points for
connection of the relief sewer system proposed in the July 1981
Sewer System Evaluation Survey Report by Donohue. It is expected
that up to fifteen locations will be monitored for various periods.
Collection of the data required is dependent upon the occurrence
of a series of significant rainfalls during the monitoring period.
A minimum of ten rainfalls greater than one-half inch (within six
consecutive hours) in amount are necessary to generate an adequate
data base. Also, at least three of the storms must be greater
than one inch in amount. The time period between storms should
be sufficient to allow the existing sewer system to return normal
dry weather flow rate, but not so great as to produce excessively
dry soil conditions. The Engineer shall keep the Owner fully
informed as to the progress of the flowmetering program and the
occurrence of any weather patterns which may adversely affect the
Donohue& Associates,Inc.
2354 Hassell Road
Hoffman Estates,Illinois 60195
Engineers&Architects
3128850451
Donohue
monitoring program. Upon completion of the flowmetering program,
the Engineer shall prepare a letter report summarizing monitoring
techniques, flows observed, and points of critical overloading in
the existing sanitary sewers.
F. The Engineer shall prepare final recommendations for sizing of
the relief sewer system proposed in the July 1981 Sewer System
Evaluation Survey Report by Donohue. Relief sewer sizing shall
be based on the flow monitoring performed for the 1981 Report and
under Paragraph lE of the Engineering Service Agreement. The
Engineer shall prepare layouts of the relief sewers showing
connection points to the existing sanitary sewer system, design
flow rates, pipe sizes, and approximate elevations. The Engineer
shall also prepare preliminary estimates of the construction
costs for the various segments of the proposed relief sewer
system. Owner shall furnish all available data on the existing
sewer system, current per capita water use, ultimate tributary
population projections, per capita water use projections, and
other information as described in Paragraph 6 of the Engineering
Service Agreement. The Engineers recommendations, layouts, and
estimates shall be summarized in a letter report."
Paragraph 2 shall be amended to include subparagraphs A and B as follows:
"A. The services to be performed under Paragraph lE are dependent
upon the occurrence of particular weather patterns beyond the
control of the Engineer. Therefore, no specific completion
schedule shall be set. Rather, the Engineer shall select a
suitable period when the required weather patterns have been
known to occur and make every effort to complete the program
within 120 calendar days. The Engineer shall keep the Owner
fully informed as to actual weather patterns and their effect on
the project schedule.
B. Services performed under Paragraph 1F shall be completed within
60 calendar days not including time required to obtain Owner
furnished data and for Owner reviews."
Paragraph 5, subparagraph El, shall be deleted and the revised subparagraph
El shall be included as follows:
"El. For services under Paragraphs 1A thru 1D, direct labor (manhour)
costs actually incurred times a provisional multiplier of 2.2923
to cover indirect costs; and for services under Paragraphs lE and
1F, direct labor (manhour) costs actually incurred times a provi-
sional multiplier of 2.64 to cover indirect costs (overhead) as
defined in EPA Form 5700-41 (2-76) "Cost or Price Summary Format
for Subagreements Under U.S. EPA Grants" as submitted to the
Owner and attached as a part of this contract, plus;"
Paragraph 5 shall be amended to include additional subparagraphs G and H as
follows:
"G. Compensation for services rendered under Paragraph 1E shall be
the actual cost, not to exceed $24,792. Actual cost shall include
all direct and indirect costs as described in Paragraph 5E. The
actual cost for services provided under Paragraph 1E is based
upon the occurrence of particular weather patterns which are
beyond the control of the Engineer. The Engineer shall keep the
Owner informed of weather patterns which adversely affect the
services provided under Paragraph 1E. Extra costs may be incurred
by the Engineer due to the occurrence of unfavorable weather.
These extra costs shall be considered to be an increased level of
effort in the services to be provided, for which the Engineer
shall be entitled to additional compensation in the amount of
additional actual cost incurred by the Engineer determined as
described in Paragraph 5E. However, the Engineer shall not
expend labor or incur expenses greater than the not to exceed
compensation limit of $24,792 without authorization of the Owner.
H. Compensation for services rendered under Paragraph 1F shall be
the actual cost incurred, not to exceed $14,136. Actual cost
shall include all direct and indirect costs as described in
Paragraph 5E."
Very truly yours,
DONOHUE & ASSOCIATES, INC.
David P. TulP� P.E.
Vice President
DPT/llw
ACCEPTED BY: ACCEPTED BY:
DONOHUE & ASSOCIATES, INC. VILLAGE OF BUFFALO GROVE, ILLINOIS
--/Jt's"."2—
Kei J. Garn tt
Pre dent
ATTEST:
'✓ - �� —
•
• , Y
1 •
1
COST OR PRICE SUMMARY FORMAT FOR SUBAGREEMENTS UNDER U.S. EPA GRANTS.. -Tone Approved'
�► (See accompanying instructions before completing this form) OMB No. 158-R01-14
PARTI.GENERAL
I.GRANTEE 2.GRANT NUMBER
Village of Buffalo Grove C172230
3. NAME OF CONTRACTOR OR SUBCONTRACTOR 4.DATE OF PROPOSAL
Donohue & Associates, Inc. February 23, 1983
5. ADDRESS OF CONTRACTOR OR SUBCONTRACTOR(Include ZIP Code) 6.TYPE OF SERVICE T OBE FURNISHED
2354 Hassell Road Final Relief Sewer Sizing as
Hoffman Estates, IL 60195 described in Paragraph 1F of the
Engineering Service Contract
PART II-COST SUMMARY
ESTI- HOURLY ESTIMATED
7. DIRECT LABOR (Specify labor categories) MATED RATE COST TOTALS
HOURS
Principal 12 s 28.00 S 336.00
Project Manager 104 20.00 2,080.00
Project Engineer 160 12.00 1,920.00
Drafter/Clerical 80 8.00 640.00
•
DIRECT LABOR TOTAL: • .. $ 4,976.00
S. INDIRECT COSTS(Specify indirect cost pools) RATE ■ BASE= ESTIMATED
COST
Overhead 1.64 s 4,976.00 s 8,160.00
INDIRECT COSTS TOTAL: `: _ $ g, Ob
14 OTHER DIRECT COSTS
f. TRa ESTIMATED
COST ;:= _
•
(1) TRANSPORTATION 500 miles @ $0.25 & Airfares to SpringfieldS 850.00 •
(2) PEN DIEM $5/day x 10 days s . 50.00
TRAVEL SUBTOTAL: . 1 S 900.00
b. EQUIPMENT, MATERIALS, SUPPLIES(Specify categories) QTY COST ESTIMATED
COST
S S •
EQUIPMENT SUBTOTAL:
c. 5UECONTRACTS ESTIMATED
COST • '
S
SUBCONTRACTS SUBTOTAL: I S •
•
GI. CThEF (Specify cereiories) ESTIMATED
COST
Printing S 100.00 •
OTHER SUBTOTAL: - S 100.00
e. OTHER DIRECT COSTS TOTAL: - 1 S 1,000.00
1C. 70TAL ESTIMATED COST S 14,136.00
it. t-- FIT S 0
12. TOTAL PRICE s 14,136.00
EPA F c -. �7i.O.41 (;-7L)
PAGE 1 OF 5
PART r cIL_
J• COY.?E71TOR S CATALOG L;;TI',O5. IN-N STIMATES, PRIOR CU0E:T u PPOPOSCO >•
• (' .i C.to Lacis Int prtc i.-an) F PAIL E
1f
PART IV-CERTIFICATIONS
IL. CONTRACTOR
14a. HAS A FEDERAL AGENCY OR A FECEPALLY CERTIFIED STATE OR LOCAL AGENCY PEPFOSY.EC ANY REVIEW CF YOUR
ACCOUNTS OR RECORCS IN CONNECTION WITH ANY OTHER FECERAL GRANT OR CONTRACT THE PAST TWELVE MONTHS:
YES Q NO(II"Yes" give name address and telephone number of reviewing office)
USEPA — Office of Audit
1 North Wacker Drive
Chicago, IL 60606 .
I4b.THIS SUMMARY CONFORMS WITH THE FOLLOWING COST PRINCIPLES
Title 41 Chapter 1 Public Contracts — Property Management
Subpart 1-15.2 & 1-15.4 Federal Procurement Regulations
14e.
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) and that a financial management capability exists to fully and accu-
rately account for the financial transactions under this project. I further certify that I understand that the
subagreement price may be subject to downward renegotiation and/or reccupment 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.
(3) February 23, 1983 J7_
DATE OF EXECUTION SIGNATURE OF P OPOSER
David P. Tulp, P.E.
Vice President
TITLE CF PROtaOSER
14.GRANTEE REVIEWER
I certify that I have reviewed the cost/price summary set forth herein and the proposed costs/price appear
acceptable for snbagreement award.
March 9, 1983
DATE OF EXECUTION SIGNATURE OF REVIEWER
Village President
TITLE OF RE,fIEaER
16. EPA REVIEWER al applicable)
DATE OF EXECUTION SIGNATURE OF REVIEV.(R
TITLE OF REv;EWER
PA Fora,S700.41 (2.70 _. PAGE 2 OF
•
Y �1
r COST OR PRICE SUMMARY FO T FOR SUBAGREEMENTS UNDER U.S.'E'PA GRANTS Form Approved.
P. (See accompanying instructions before completing this lorry.) 011E No. 158-R0144
PART 1.6ENERAL
I.GRANTEE
2.GRANT NUMBER
Village of Buffalo Grove _ C172230
S. NAME OF CONTRACTOR OR SUBCONTRACTOR A. DATE OF PROPOSAL
Donohue & Associates, Inc. February 23, 1983
S. ADDRESS OF CONTRACTOR OR SUBCONTRACTOR(Include ZIP code) 6. TYPE OF SERVICE T O BE FURNISHED
2354 Hassell Road Flow Monitoring as described in
Hoffman Estates, IL 60195 Paragraph 1E of the Engineering
Service Contract
PART II-COST SUMMARY _
ESTI- HOURLY ESTIMATED
7. DIRECT LABOR (Specify labor categories) MATEO TOTALS
HOURS RATE COST
Principal 12 S 28.00 S 336.00
Project Manager 88 20.00 1,760.00
Protect Engineer 80 12.00 960.00
• . Technician 384 8.50 3,264.00 , .
Drafter/Clerical 24 8.00 192.00
DIRECT LABOR TOTAL: - 'S 6,512.00
B. INDIRECT COSTS(Specify indirect cost pools) RATE a BASE= ESTIMATED
COST
Overhead 1.64 S 6.512.00 s 10,680.00
-
INDIRECT COSTS TOTAL: ' ' - _ S 10680.00
II.OTHER DIRECT COSTS r :i
s. ESTIMATED
COST
(1) TRANSPORTATION 1200 miles @ $0.25/mile $ 300.00 •
(2) PER DIEM $5/day x 30 days s . 150.00 :
TRAVEL SUBTOTAL: S 450.00 .
b. EQUIPMENT. MATERIALS, SUPPLIES(Specify categories) QTY COST ESTIMATED
COST
Flowmeters - for 3 months each 3 S 2,200.00 S 6,600.00
Expendable Meter Installation Materials 500.00
EQUIPMENT SUBTOTAL: 7,100.00
C. SUBCONTRACTS ESTIMATED
COST
S ,
•
SUBCONTRACTS SUBTOTAL: 1 . I S
•
d. CThER (Specify c.re; ries) ESTIMATED
COST
Printing s 50.00
OTHER SUBTOTAL: - S 50.00 '
e. OTHER DIRECT COSTS TOTAL: lti S 7,600.00
lc. TOTAL ESTIMATED COST S 24,792.00
11. F-7FIT S 0
Iz. TOTAL PRICE s 24,792.00
EPA F: - ;.G di (:-7L)
PAGE 1 OF 5
PART r •.C_. - t
]. CC`. ETITOR'S CATALOG LI;TING;, tN•1- STiMATES, PRIOR :DOTES r,1 PcOPGSCO
t dicnte Lacis for pric ` J,son) F VAIC
E •
•
•
•
1 '
PART IV-CERTIFICATIONS
IC. CONTRACTOR
14a. 1-,AS A FEDERAL AGENCY OR A FEDERALLY CERTIFIEO STATE OR LOCAL AGE•:CY PERFORYEO ANY REVIEW CF YOUR
ACCOUNTS OR RECORCS IN CONNECTION WITH ANY OTHER FECERAL GRANT OR CONTRACT WIT-.IN THE PAST TAELVE MONTHS:
YES [] NO(If"Yes" give name address and telephone number of revie..ing office)
USEPA — Office of Audit
1 North Wacker Drive
Chicago, IL 60606
I4b.THIS SUMMARY CONFORMS WITH THE FOLLOWING COST PRINCIPLES
Title 41 Chapter 1 Public Contracts — Property Management
Subpart 1-15.2 & 1-15.4 Federal Procurement Regulations
14e.
This proposal is submitted for use in connection with and in response to (I)
. 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) and that a financial management capability exists to fully and accu-
rately account forthe financial transactions under this project. I further certify that I understand that the
subagreement price may be subject to downward renegotiation and/or reccupment where the above cost and
pricing data have been determined, as a result of audit, not to have been compete, current and accurate as
of the date above.
(3) February 23, 1983 Q
OATE OF EXECUTION SIGNATURE OF PROJFOSER
David P. Tulp, P.E.
Vice President
TITLE CF PROPOSER
14.GRANTEE REVIEWER
I certify that I have reviewed the cost/price summary set forth her . and the proposed costs/price appear
acceptable for subagreement award.
March 9, 1983
DATE OF EXECUTION SIGNATURE OF REVIEWER
Village President
TITLE OF REiIE#.ER
16.EPA REVIEWER al applicable)
DATE OF EXECUTION SIGNATURE OF REVIEWER
TITLE OF REV;EwER
:PA F«AI 5700•41 (2.76). PAGE 2 OF $