Loading...
HomeMy WebLinkAbout32843 / 84-14.,,� SUBTASK ORDER 5-2 TO SUPPLEt4ENTAL TASK ORDER N0. 5 DESIGN WORK 5-1.0 Purpose RESOLUTION N 14 The purpose of this Subtask Order No, 5-2 is to establish scope, schedule and payment provisions for the work required to complete the design phase for construction contracts 1, 2, 3, �, 5, 6, & 7. 5-2.1 Scope The scope of the work to be performed under this Subtask Order shall be in accordance with the provisions contained in section 5-2.2 of Supplanental Task Order No. 5. 5-3.1 The Consultant will: 5-3.1.1 Project Management - Consultant shall provide the necessary man- agement to ensure performance of the below listed tasks on sched- ule, on budget, and of sufficient quality as to ensure their intended usage. 5.3.1.2 Design Summary Report - Consultant shall prepare a design summary report. This report shall be prepared in accordance with the requirements of the Wisconsin Administrative Code, and shall include the followina work elements. A comprehensive reviear of the flows and preliminary design work contained in the Facilities Plan shall be conducted, As a part of this review, detailed utility information shall be factored into the sewer alignment determinations in order to finalize sewer profiles, Zn addition, field reconnaisance information will be considered in selection of the final horizontal alignment. Upo❑ selection of detailed alignments, manhole locations, and cross connections to existing lines, final design tabulations will be prepared for all of the sewer contracts. Upon final determination of the design flows and criteria, final design calculations for the pumping stations will be performed. All tabulations accordance with checklists, and plan set;s, and calculations will be formatted and bound in Department of Natural Resources guidances and will be forwarded for review to the llNR with the 5-3.1.3 Contract Documents Plans & Specifications - Consultant shall prepare contract doc�ments a��d specifications for Construetion _�_ - 16a - RESOLUTION # 14 Contracts 1,2,3,4,5,6,� 7. These documents shall be prepared in accordance with State and Local practices and procedures. This work shall include the following elements. City and State standards and requirements shall be reviewed and incorporated into the Contract Documents and Technical Specifi- cations, Technical specifications shall be prepared as required, and in sufficient detail as to permit the obtaining of bids for the sewers, piunping stations and other facilities. Plan sheets shall be prepared for the sewers, river crossing, River Crossing Pumping Station, and the South Main Pumping Sta- tion. These plan sheets shall include plan, profile, detail, and standard sheets as necessary to obtai❑ complete and accurate bids for each of the contracts; to obtain grant funding for these contracts by satisfying DNR and other agency requirements; and to obtain required permits by both the City and the Contractors from outside agencies and entities. Ten sets of Contract Docwnents shall be prepared for each con- tract, printed and bound for review purposes. 5-3.1.4 Cost Estimate - Consultant shall prepare a Cost Estimate Report for use by the City in prepzration for bidding, determination of financial progran require�ents, and grant funding application preparation. This work shall include the following elements. Unit costs and methods of cost estimation will be developed, documented, reviewed with the City, and incorporated into the report. Material and labor quantities will be estimated, and tabulated in such a manner as to create the necessary Bid Document Bid forms. Unit costs will then be applied to these quantities for deter- mination of estimated contract costs, and for inclusion in the report. A cast� flow analysis will be performed for the construction period for financial progran purposes, and for use with the grant appli- cation. This analysis will be incorporated into the report, Five copies of the report will be produced prior to bidding. This report will then be updated upon completion of bidding, and five final sets will be produced, 5-3.1.5 Plan of Operation - A Preliminary Plan of Operation Report cover- ing all of the Phase 1 construction contract facilities will be prepared in accordance with DNR guidelines. This �nrk will include the following elements. -2- - 16b - � RESOLUTION # 14 DNR requirements for this report will be reviewed and incorporated into this report. Existing City procedures and practices will be reviewed, and either incorporated into this report, or recommendations to modify these practices will be discussed with the City. Ten sets of this report will be prepared for use by the City, and for review by the DNR. 5-3.1.6 User Charge Report - The Consultant will prepare a User Charge Report uhich updetes the City's existing report with the antici- pated impaet on the City's user charge of the construction of all of the Phase 1 construction work. This work shall include the following elements. DNR requirements and the existin� City user charge program, ordi- nances, and rate structure will be reviewed for compatibility. Upon completion of the Engineering estimates, the cost impact of the proposed construction work will. be incorporated into the user charge program analysis to enable preparation of the initial report. This report will be updated upon receipt of actual bids for the construction work. Five sets of a Preliminary User Charge Report will be produced for review by the City and the D2JR. Five copies of the Final Report will be produced upon receipt of bids. 5-�.1 Schedule 5-4.1.1 The work under this Subtask Order shall commence upon receipt by the consultant of an executed copy of this Subtask Order. Execu- tion of this Subtask Order by the Authorized Representative of the City shall constitute authorization to proceed. 5-4,1.2 This �,nrk shall take no more than five months to complete from the date of authorization by the City. 5-5.1 Payment 5-5.1.1 Payment for the �rk defined under this Subtask Order shall be on the basis of a cost plus fixed fee in accordance with the general provisions described in article 8.1.1 of the Consultant Services Agreement between the City and Consultant dated June 20, 1979. 5-5.1.2 The estimated direct labor costs, indirect costs, other direct costs and profit are itemized in the attached Subtask Order Wis- consin Eund 5700 forins, and on the attachments incidental to those fortns. -3- - 16c - RESOLUTION # 14 IN WITNESS WHEREOF, the parties hereto have caused this Subtask Order No, 5-2 to be executed the year and the day below written by their proper officers and representatives. In Presence Of: CITY OF OSHKOSH, WISCONSIN, A Municipal Corporation Date Date Date Date HO�ARD NEEDLES TAMMEN & BERGENDOFF ENGINEERS, ARCHITECTS, & PLANNERS BY �'Y/�r� y(/ V L�/ Harve K. Hammond, Associate Date Approved as to Form: � City Attorney Date HiJTB No. 0140 (CONPRO-1/22) -4- - 16d - .,,r RESOLUTION # 14 sECr�oN G. COST OR PRICE SUMMARY FORMAT FOR SUBAGREENiENTS UNDER WISCONSIN FUND GRANTS (See eccompanying instrvclions Lefore complefing this (orm) PARTI•GENERAI 1. GRANTEE �. GRAHT NUNSER Ci.ty of Oshkosh C550431/04-71-L845-79-317 ]. NAME OF CONTRACTOR OR SUBCONTRACTOR 1. DATE OF FROPOSAL I Hcward Needles Tammen & Ber endoff 4� Z 4 5. ADDRE55 Oi CONTRACTOR OF SUBCONTRRCTOR (:nelud� L!P eod.) 6. TYPE OF SE0.VICE TO BE FURNISMEO H�1TB 6815 West Capitol Drive Basic Engineering Services - Milwaukee, Wisconsin 53216 Plans & Specifications II PART II•COST iUMMARY ESTI- „pURLV ESTIMATE� I 7. DIRECT L�BOR (SOeclfy Lbor uNyorle�) MATED RATE COST TO 1 AL.S NCURS Pro'ect Mana er 1395 S 21.00 S 29 295 �� �` �" {�; 4 k�. Enoinecr 2180 14.00 30 520 � r"���` ` r�r�..� � Technician 3420 12.00 41 040 -:x� Secretary 275 8.00 2 200 `� `�"' �. � � , � +; q��- ' 'i DIRECT LABOR TOTAL: :�� � � "�`�51 3 r � rc � G. INOIRECT CO5T5 (Speclly lnd/roct co�f poo7�) RATE • BASE = ESCOSTTED ( ��' / � : ? R��; Salarv related costs .4749 5103 O55 1 42 7 �,''" �'' s�*r;i General overhead costs .Slll 103 O55 83 5 !,`. <'` � . _.,s., �� INDIRECT CO5T5 TOTAL: �" = {� � ... .. . ....�.°Y_^ f.^�°—�^' 9. OTHER OIFECT COSTS �� � � ESTIMATED r p:��, i. TRAVEL . ' .- GOST ..,y�{.. 1,340 �.; -r '�!. I� TR/.NSPORTI.TION V U �- f 1 20o i� x ;^a �2� PER O�[1d � TRAVELSUBTOTAL: S f`'�� 1 °�� ��'� r�,� b, EQUIPMENT, MATERIALS� SUPPLIES (Sy�d(y c�teQwle• QTV . COST � ESTIMATED - y ' y % COST �,:_ r:. Materials and Su lies � � S f 1 � �' ��� �,' ��' i a, �i i Re. roductions � `� � � .=:z Yrincir.; . . ; ;`, r <; R': a= Computer Char es 1�Sa t" ��`- EOUIPMENT SU�TOTAL: 7 4� 4 �� r t : � '� i; C.SUBCONTRACTS ESTIMATED y� COST � ; i"F' MBE . . i � 542 039� � �� . } "`� �° Survev & �fapping �� � 9 77 . ?� ?` �ra; Soils Investi ations �� 4 �� f+r:i SUBCONTRACTS SUBTOTALi ;.�w . SSS 228 ,j -�'; ��'�',� ESTIM�TED � �3 y 2�,:° d. OTMER (Specl(y c�bQoN��) � COST '� k�.�� f � �a; F i �___�...__---.._____. _ i F r, � —y ' «„� \ O7HER SUBTOTAL: � '"�A r � �`g .,,� k , 1 I.,.:,u ?.z" °M . e, OTHER DIRECT COSTS TOTAL� i' F �_;y� '� '"�S Z;Z, 1 R4 �o. TOTAL ESTIMATED GOST � �04 SS9 ii. raoFir `�"�_--�--°.°°--__ 45,68fi 1z. TO7AL FRICE 3 � � - 16e - ONR PAGE 12 \ RESOLUTION # 14 PART �II -PRICE SUMMARY � 3 COMPETITOR'S CATALOG LISTINGS, IN•HOUSE ESTIMATES, PRIOR QUOTES MARKET PROPOSED (IndluN ba�b lorpilu coop�rboa) PRICEI51 PRiCE $.h'Y `� t'��1: �5�.� Y(�y .��(�..k -- �' �'S#,�1 6:. �,. � � i✓����' � `�. .;� %,.e.. f ' 1 ni`..�.� ;�(. w tl +ll., ... aPS .{,� ;,,.. J� M: C.� w �t �{f �. / `'� � w�..�> � �, ` m � 4 4 �� .. q:. }•� �� 4 J �•_ r : �` ��5. 4 j } J �: : ii y `p„ca,r�+ �f �l � i'• i�-f �w� w.L.W..�.. •'patMn � :� .. � .� PART IV •CERTIFICATIONS i<. CONTRACTOR It�. M�5 A FE�ERA� AGENCY OR � FE�ERALLY CERYIFIEu STATE OR LOCA� �GENCV PERfORMED AHY pEVIEW OF YOUR �CCOUHTS Ok RECORDS IN CONNECTION WITH ANY OTNER fECERAI GRANT OR CONTP�CT MITHIN THE P�ST TWELVE MONTH51 � vES Q r�o (I( "Ye�^ phe n�me �ddrou �nd t�lwhone n�ber o/ nolew(np olOce) Defense Contract Audit Agency 302 West Lexington, Room 232 Inde endence, MO 64050 816/�74-6213 IIb.TH15 SUMMARV CONFOFMS WITH TNE FOLIOWING COST PFINCIPLES Federal Procurement Re ulations and 41 CFR 1-152 and 1-15.4 u�. This proposal is submitted for use in connection with and in response to (I) Ci[y of Oshkosh . This is to certify to the best of my knowledge and belief [hat the cost and pricing data summarized herein are complete, current,' and accurate as of (Z)� A�ril 19, 1984 and 4hat a financial management capability exists to fully and accu- rately account for the (inancial transactions under this project. I further certify that I understand that the subagreement price may be subject to downward renegotiation and/or recoupment where the above cost and pricing data have been determined, as a result of audit, not [o have been complete, curcent and accurate as of [he date above. � (3) April 19, 1984 pATE OF E%CCUTION� 5 NATURE OF PROPOSER Harvey C. Hammond, P.E. — Associate HOW9RD NEEDLES TAMMEN & BERGENDOFF ' TITLE OF PROPOSEft 15.GRANTEE REVIEWER I certify thet I have reviewed the cost/price summary set Eorth herein end the proposed cests/price appeac acceptable fot �ubagreement award. DATE OF ExECUnOr+ SIGNATUREOF AUTHORIZED REPqESENTATN[ l'I7LE OF AVTHORIZED REPRESENTATIVE - 16f - DNR PAGE 13 r RESOLUTION # 14 ENGINEERING MANHDUR ESTIMATE-SUMMARY IPROJ MGR ENGINEER TECH SECRETARY ----------------------------------------i DELIVERABLE BY SUB-TASK ORDER IMRNHOURS MANH�URS MANHOURS MANHOURS ----------------------------------------�--------------------------------------- SUB-T�SK ORDER 5-1 (PRE-DE5I6N WORK) 1 PROJECT MANR6EMENT I �0 5 5 10 OBTAIN UTILITY INFORMpTION I 5 30 0 F�OW MONITORING I 5 20 40 COORDINATION OF RERIRI WORN I 5 SUB-TGSK ORDEft 5-2 (CONTRRCTS 1,2,3) I PROJECT MANRGEMENT I 460 0 120 35 DESIGN 5UMMRRY I 70 155 85 50 CONTRRCT DOCUMENTS � 3PECIFICRTION51 105 435 60 100 COST ESTIMRTE I 15 80 45 20 PLAN DF OPERRTION I 45 100 5 20 USER CHRRGE REPORT I 50 140 5 40 PLRN AND PROFI�E SHEETS I 650 1270 3100 10 TOTAL RLL SUBTAS:C ORDEP.S I 1430 2235 3465 285 0 - 16g - TOTA�S 40 35 65 5 615 360 700 160 170 235 5030 7415 EN^uINEERING MANHOUR ESTIMqTE-DETAILED IPROJ MGR ---------------------------------------I SUBTASK ORDER 5-2 IMANHOURS ---------------------------------------�-------- PROJECT MANAGEMENT i PROJECT PLANNING I 150 MONITORING I 200 REVIEW MEETINGS I 60 AS5I6NMENTS I 50 DESIGN SUMMARY I REVIEW FLOW5 I 10 REVIEW DESI�N I 10 OBTAIN UTILITY INFO I 10 PLOT SEWER PROFILES I 10 PREPRR£ DESIGN TAbU�ATI0N5 I 10 PRODUCE REPORT I 10 GBTAIN DNR APPROVAL I 10 CONTRACT DOCUMENTS & SP'cCIFICATIONSI REVIEW CITY STRNDRRDS 1 20 INCOkPORATE STRTE REQUIREMENTS I 20 PREPGRE SPECIFICATIONS I 35 PRODllCE DQCUMENTS I 30 COST ESTIMATE I TAPiJLATE Q�RNTITIES I 5 DEV�LQP UNIT CO5TS I 5 PRODUCE REPORT I 5 PLRN OF OPERRTION I REVIEW DNR REQUIREMENTS I 10 REVIEW EXISTING CITY PROCEDURES I 10 PREPRRE REPORT I 20 PRODUCE REPORT I 5 USER CHARGE REPORT I REVIEW DNR REQUIREMENTS I 10 REVIEW EXISTIN6 CITY PROGRAM I 10 INCOR�ORA7E NEW COSTS I 10 PREPRRE REPORT I 10 PRODUCE RcPORT 1 10 PLAN qND PROFILE SHEETS I FINRLIZE SEWER LRYOUTS I 45 FINR�IZE 5TATION DESI6NS I 30 INCORPORRTE UTILITY/SURVEY INFO I 35 REVIEIJ LAYOUT WITH CITY I 30 FINRLIZE EQUIPMENT SELECTION I 2� PLOT FINRL PROFILES I 30 STRUCTURAL DESIGN I 250 ELECTRICAL/MECHRNTCAL DESIGN I 1�0 SHEE7 LRYDUT I 20 FINRL DRAF7ING I 40 PLAN SET PRODUCTION I 1@ REVIEW WITH CITY pND DNR I 4N I------- 70TALS I 1395 - 16h - ENGINEER RESOLUTION # 14 TECH SECRETARY TOTAL MANH�URS MANHOURS MANHO�RS MANHOURS 40 J0 20 10 1@ 10 10 5 25 20 40 20 20 40 30 20 10 5 40 10 10 25 70 10 3N0 10 40 40 1@0 40 40 J0 10 5 2� 30 40 1@ 5 20 22 42 40 20 100 100 100 20 60 16� 31Q 300 40 2� 20 40 � 1�0 50 210 za 190 �J� 80 690 1330 80 20 20 40 r,. 2180 3420 c^75 220 260 90 65 35 30 70 70 60 65 30 45 100 �45 210 85 35 40 3N 40 60 40 30 aa 50 sa 75 245 iaa 345 50 ime 300 910 480 75N 1390 110 90 727@ «. WISCONSIN FUND 5700 FORM ITEM 9. OTHER DIRECT COSTS SUB—TRSK ORDER 5-2 ITEM 9A. TRRVEL (1) TRANSPORTATION (�) PERSDNRL VEHICLE MILEA6E RT 30.20/MILE ONE ROUND TRIP PER WEEK FROM MILWA�KEE TO OSHKOSN RT 200 MILES/TRIP X 26 WEEKS (B) COMPANY VEHICLE MILERGE RT 50.30/MILE FULLY EOUIPPED SURVEY VAN. 5 ROUND TRIPS FROM MILWAUKEE TO OSHKOSH AT 200 MILES/TRIP (2) PER DIEM 1—^c MAN FIELD CREW FOR RECON. FOR 30 DAYS AT S40/DRY TRAVEL SUHTOTAI 9B. EQUIPMENT, MRTERIAL5� SUPPLIES MRTERIRLS & SUPPLIES MISC. FIELD TOOLS & MATERIALS REPRODUCTIONS il SETS OF REVIEW PLRNS/CONTRACT PHOTO REPRDDUCTION DURING DESIGN PRINTING iN0 SETS OF SPECIFICATIONS/CONTRACT it� SETS OF DESI6N REPORTS COMPUTER CHARGES 5 RUNS OF SMM3 PROGRAM EQUIPMENT SUBTOTRL — 16i — UNITS UN 5200 30.20 1000 E0.30 Ki'.�i'fo�sI.] 70 350.00 80 $35.N0 175000 50.05 12�Q �0.10 RESOLUTION N 14 51��40.00 ... .c 51,200.00 $2�540.00 51�000.00 R3,500.00 $2�800.Q0 �8,750.00 5120.00 5 $250.00 $1,250.00 $17�4^c0.00 ---------------------------------- I ENGINEERING MRNFi�UR ESTIMATE—DETAILED IPROJ MGR ------°--- ----------°-------1 SUBTRSH ORDER 5-2 114ANHOURS ' ---------------------- --_--- � —'-__--'—__. PROJECT MANAGEMENT � PRDIECT PLANNIN6 I 150 MONITORING � 2� REVIEW MEETINGS � 6� A5SIGNMENTS � SS DESIGN SUMt4ARY � REVIEW FLOWS 1 10 REVIEW DESIGN I 10 OBTAIN UTILITY INFO 1 10 PLOT SEIdER PROFILES I 10 PREPRkE DESIGN TpBULRTIONS I 10 PRODUCE REPORT I 10 OHTAIN DNR APPROVRL I 10 C�NTRRCT DDCUMENTS & SPECIPICA7ION51 REVIEW CITY STpNDARDS 1 20 INCORPORRTE STATE REQUIREMENTS 1 20 PREPARE SPECIFICRTIONS I 35 PRODUCE DOCUMENTS I 3� COST ESTIMpTE I TLiEULRTE QURNTITIES I 5 DEVElOP UNIT COSTS 1 5 PRODUCE RHf'�RT I 5 P�AN OF OPERA7ION I R[VEEW DNR REi3UIREMEN75 I 10 REVIEW EXISTIN� CITY PROCEDURES I 10 PREPARE REPORT I 2-� PRODUCE REP�RT l 5 USER CHARGE REP�RT I REVIEW DNR RECUIREMENTS I 10 REVIEW EXISTING CITY PROGRAM I 10 INCDRPORATE NEW COSTS I 10 PR[PARE REPORT I 10 PRODUCE REPORT I 10 PLAN RND PROFILE SHEETS I FINALIZE SEWER LAYOUTS I � 45 FINRLIZE STRTION DESIGNS I 30 INCORPORATE UTILITY/SURVEY INFO I 35 REVIEU LRYOUT WITH CITY I 30 FINALIZE EQUIPMENT SELECTION I 20 PLOT FINAL PROFILES I 30 STRUCTURL DESIGN I 25@ ELECTRICAL/MECHRNICAL DESI6N 1 100 SHEET �pYOUT I 20 FINAL DRAFTIMG 1 40 PLRN SET PRODUCTION I 10 REVIEW WITH CI7Y AND DNR I 40 � __��_r TOTALS I 1395 ENGINEER RESOLUTION # 14 TECH SECRETARY TOTAL MANHOURS MANHOURS MANHDURS MANHOURS — 16j — 40 SJ 20 10 10 10 1� 5 200 26iD 90 65 25 35 28 3� 48 20 7� ao ao �o 30 20 60 1� 5 40 65 10 10 38 25 70 10 300 10 40 48 40 40 30 10 5 45 100 345 iee 2ia BS 35 20 40 20 30 40 10 5 � 20 20 20 40 ae 20 5 40 100 tao 100 20 60 160 310 300 40 29 20 40 10� se 210 20 190 350 80 690 1330 A0 10 2180 3420 275 30 40 60 A0 30 30 50 50 75 245 iea 345 50 iC0 380 910 4B0 �50 139@ 110 90 727� WISCQNSIN FUND 5700 FORM ENGINEERING TASK ORDER N0. 5-Z DESIGN WORK DIRECT LABOft �--W� �_ PROJECT MANA6ER EN6INEER 7[CHNICIAN S[CRETARY DIRECT LRBOR TOTAL INDIRECT COSTS SALARY RELA7ED G7ST5 GENERAL OVERHERD COSTS INDIRECT COSTS TOTAL OTHER DIRECT COSTS TRAVEL TRaNSPORTATION PER DIEM TRRVEL SUHTOTAL EQUIP.� MATLS.� SUPPLIES MATERIRLS b SUPPLIES R[PRODUCTIONS PRINTING COMPUTER CHARGES EQUIPMENT SUBTOTAL SUBCONTRACTS MBE SURVEY b MAPPING SOILS INVESTIGATIO�S S'JSCONTRRCTS TOTqL OTHER OTHER SUBTOTAL �THER DIRECT COSTS TOTAL TOTRL ESTIMATED COST PROFIT TOTRL PRICE 9 RESOLUTION $ 14 MANHOURS RRTE EST COST 1395 L21.00 429�295 2180 Sl�t.09 530�520 3420 i12.@0 541�040 275 E8.00 42�200 RqTE X BASE= EST COST 0.9149 8103�055 542,75A 0.�111 5103�055 f83�588 - 16k - QTY COST EST COST 51,340 51�200 f2�540 EST COST 81�000 L6�300 f8�B70 si,2s0 417�420 EST COST E42�033 59�775 53�420 455� 226 EST COST [3? TOTAL5 5103�055 5125�345 f75�1B8 f304,589 f45�688 f350,277 1 May 3, 1984 (CARRIED PURPOSE: INITIATED BY R E V I S E D #14 RESOLUTION LOST LAID OVER � WITHDRAWN ) APPROVE AGREEMENT FOR CONSULTANT SERVICES IN CONNECTION WITH THE SEWERAGE SYSTEM DEPARTMENT OF PUBLIC WORKS BE IT RESOLVED by the Common Council of the City of Oshkosh that the proper City officials are hereby authorized and directed to enter into the attached agreement (Sub-Task Order 5-2) with Howard Needles Tammen & Bergen- doff of Milwaukee, Wisconsin, for engineering work for the sanitary sewer system, for an agreed amount of $350,277 00. BE IT FURTHER RESOLVED that money for this purpose is hereby appropriated from Account No, 950-560 - Sewer Utility - Professional Services, SUBMITTED BY APPROVED — 16 — e._M.....__.........� � C: . � i.�.,,._...a.....,.......�.--.-, A � � �• w cr �c � w c� � N � N �5 � � � � � � ` � � � �� ao � � � r• Ho b7 � d.. a `C O m �3 � � z3 �5 0 C � � � cr �3 W m � O �s a �, i N Iw�-.--�---- — — . .,- . ,....__ ..:; .�I�. � . ._ .,s.W,. ..�.�-,-.:>-.-..ww..+.._...o . . � � � a N � �� i �a :� 1� t2