Loading...
HomeMy WebLinkAbout32822 / 84-11R E V I S E D April 19, 1984 Ikll RESOLUTION (CARRIED LOST LAID OVER WITHDRAWN ) PURPOSE: APPROVE AGREEMENT FOR CONSULTANT SERVICES IN CONNECTION TO THE SEWERAGE SYSTEM INITIATED BY: DEPARTMENT OF PUBLIC WORKS BE IT RESOLVED by the Common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 with Howard Needles Tammen & Bergendoff of Milwaukee, Wisconsin,to perform work designated in Subtask Order 5-1 to Supplemental Task Order No. 5- Pre-Design Work, for an agreed amount of $12,351.00. BE IT FURTHER RESOLVED that money for this purpose is hereby appro- priated from Account No. 950-560 - Sewer Utility - Professional Services. SUBMITTED BY APPROVED s-i.a J-S. 1 J-S.2 J-S..s RESOLUTION # 11 SUPPLEMENTRL TASK ORDER NO. 5 TO THE RGREEMENT DATED 6/20/7� bETWEEN THE CITY OF OSHKOSH IN THE STATE OF WISCONSIN GI�l7 HOWRRD NEEDLES TFIMMEN & RERGENDOFF FOR CONSULTRNT SERVICES IN CONNECTION WITH IMPROVEMENTS TO THE SEWERRGE SYSTEM Purpr�se The pur•p�se nf this S�applerner�tal Task Order is to establish sc��pe, schedule and payment provisions for the engineering design of the sewerage systern facilities as mc+re specifically described here i r�. This task order� shall be further- divided intc Subtask Or•ders, each of which shall establish a sc�pe� schedule� and payment pr�visior�s. Cor�sultant shall r�at comrnence wcrk or� any task defined by this Task Order agreemer�t until the pertinent Subtask Order agr•eement has been author•ized by the City. It shall be agreed that the initial scr�pe of this entire Task. Order shall be based upar� the results of the Facilities Plan Repart as submitted to the DNR in January of 1984. 5-1.4 Rgreement by the City to the provisi�ns of this Task Order dc,es not obligate the City to the Consultant for funding or a�_ithorizatior� of any pari.ion of th;s work un+il such time that the City authorizes an appr-opriate Subtask Order as defined her�e i n. 5-2.0 Scope The scope of the wc�rk to be performed under this Supplemental Task Order shall be in accordance with the general provisions described in the Agreement betweer� the City of Oshkc�sh ar�d Hc,war�d Needles Tarnmen & Bergendoff� dated June 20, 1979, Article 2.1.3. "Up��r� receipt c�f the CITY'S writteri author•izati�ri tc� pr•�ceed with the Desigr� Phase� the CONSULTANT shall: Prepare the required contract f�rrns incl�_�ding pr��pc�sal fc�rms and n�tice t� bidders� dr•awirigs, technical specificati�r�s and ��ther- decuments as r•equired to complete the Cor�struction Cr�ntract Documents, ir� accordance with the USEPR Step � reg�alations, ar�d as further defir�ed in supplernental task or�der,s." - 12a - RESOLUTION � 11 The Consultant will per�fr_�rrn the f��llowir�g Subtasks f�r� the car�tracts defir�ed as Facilities Plar� Phase 1 w��r•k. 5.2.1 Per-foT-rn Su6task. Or^deT• Nr�, 5-1, which sha;i cor�sist of th��se items necesssar,y to c��rnplete pr•ior- tn ir�itiati�m� _�f act�aal desigr� w�rk. This wnrk shall cc�nsist of the f��llawing eler�ier�ts. Pr-o�ect managemer�t necessar•y t:� coordir�ate �r�d rnonitnr• the Subtask Order^ elements. Obtainir�g all utility ir�fr_�r-matic�r� along the Phase 1 sewer• alignment� arid at the Phase 1 purnping stati�%n sites. Flow monitor-ir�g d�_ir•irig the Spr•ir�g seas��r� at 4 selected sites fr_r• a total of c^Q� oionitoring days per• statior�. Obt�ining and c��c�rdiriation ��f ground s�irvey, paneling, manhr_�le marking, and aeri�l phc�togr-aphy f��r th��se Phase 1 at�eas for which such inforrnatiori has nr�t already been obtair�ed. 5-'�.2 Perf�r•m Subtask Or•der 5-�, which shall cc�r�sist ��f desigr� phase wr_rk as descr�ibed bel��w f��r those cor�tracts ider�tified ir� the Facilities Plari as Cc�nstruction G�ritr-acts 1� 2, .;, 4, S� 6� R 7. These cor�tracts will consist c�f the cor�structi��r� of approximately 'c'�,000 feet of gravity sewer at depths ��f 13' t�� cE' ; a 5¢�0' i�.�n5 dual f�rce main river cr��asin99 a �5 mgd aewage p�_�mping stati�an; and the recc.nstruction of an existing sewage p�_impir�g stati��n. 5-c.3 The fcllt�wir�g elernents �f work. shall be per-fc�r-med for S�.ibtas!{. Order• 5-2. Perfor-m pro,7ect �drnir�istratiori ar�d niar�agemer�t tasks� iricludir�g such planning, sched�.iling, budgeting, and m��nitoring as rnay bE necessar^y tr_� ens_u�e that the pr��,7ect deliverables ar�e c��rnpleted �n sched�.ile, �n b�adget, and of the necessary q�_iality and quar�tity sc� as to meet the r�eeds r_�f the City, and of the reviewir�g Agencies. Prepare a Design S�unmary Rep� �rt fcm each ma�� �r element r_�f the pro�ect which meets the ir�tent of the Wisconsin Rdrnir�istr•ative Code, and the appr-�val of the City ar�d ager�cy r•eviewers. Prepare Cor�tr�act D��curnerits� arid specificati��ns ir� sufficier�t quar�tity, and assist the City in advertisir�g� biddir�g� tabulating� and prepar^ing biddir�g r^ep��rts for the ager�cies. Prepare detailed engineer^ir�g pl�r� sheets s�.iit�ble f��r• biddir�� ar�� construction of the sewers� the river cr��ssing, and the p�_impiny st at i or�s. Prepare detai led cost est irnates for each c� �ntract pr-ior t� � bidding� including subrnittals t�� the ager�cies ar�d the City. Pr^epare a Prelirninary Plan r_�f Operaticm in accnrdance with Wisconsin Gdministr^ative Code requir�emerits for• the r�ew facilities. - 12b - RESOLUTION # 11 After cc�mpletian of the cust estimates, revise the existir�g L•ser Charge Rep�r,t data, and submit a r�ew report to the anencies ar�d the City which docurner�ts the impact or� the existir�g User- Charge system of the proposed re�nstruction w��rk. 5-3.Q Schedule S-3. 1 The wcrk under this Supplernental Task Order• shall cornrner�ce �apor� receipt by the C�nsultant of ar� executed copy of tne Supplerner�tal Task Order� ar� executed copy of a S�_ibtask Or�der-� ar�d wr•itter� author•izatior� to proceed front the City to the Cr_�nsultant. 5-3.2 Rttachrner�t "R" cor�tair�s ar� estirnated schedule, duration uf apprc�ximately 5 moriths tc� puir�t of contract dc�cuments, specificati_�r�s, ar�d plar�s agencies for• review. S-4. 0 s-s. a Mir�ority Rusiness Enterprises (MSE) with a pr-���ect s�_i6rnittal ��f to the St�te An MEE subconsultar�t has beer� T-etair�ed to assist in the desigr� wor-k porticns of the s�_ib-t�sks. Level of eff��rt will be consisterit with the 12� MPE utiliz�tiar� goal ��f the City of Oshkash, ar�d is illustrated or� the Wiscc�r�sir� Fur�d 57Q�0 forrn, attachment "B". The selected subc��nsultant is Dikita Enterprises. Payment 5-5. 1 Payment fcir the work defined iander this S�_ipplemental Task Or�der� and under all subsequent Subtasl< Or�ders, shall be �r� the basis of a cost plus fixed fee in accordar�ce with the ger�eral provisi��r�s described in article 8.1. 1 ��f the Consultant Ser-vices Agreerner�t betweer� the City and Ccrosultant dated Jime �0� 197'3. J�J.L� The estirnated dir�ect labor c��sts, indir-ect cc�sts, other direct costs, and pr•ofit will be iternized ir� the Subtask. Or•der Wisc�nsin Fund 5750 for•ms, and ar� the attachrner�ts ir�cidental t_� thase fc�r•ms. IN WITNESS WHEREOF� the parties hereto have caused this Supplerner�tal Task Or•der No. 5 to be executed the year ar�d the day below wr,itter� by their^ pr-oper officers and representatives. In Presence Of: CITY OF OSHKOSH, WISCONSIN A Municipal Cc�r•por•atian HOWARD NEEDLES TAMMEN R BERGENDOFF — 12c — Date Date Date Date ..�. SURTRSF: ORDER 5-i TO SUPPLEMENTRL TRSK ORDER NO. 5 PRE-DESIGN WORK 5-1.0 Purpose RESOLUTZOra # il The purpose of this Subtask or�der N�. 5-1 is tc� establish scc�pe, schedule and payment pr^c,visiGns for the Pre-Design work required prior• to ir�itiatior� of desigr� c�f the Phase 1 sewer systern components identified in Task Or^der• N�. 5. 5-2.1 Sc�pe The scope of the work to be perforrned under this Subtask Order shall be in accordance with the provisi�_�ns centained in secti��n 5-2. 1 of Supplerner�tal Task Order Nc,. 5. 5-3.1 The Consultant will: 5-3.1.1 Pro,7ect Managernent-C�nsultant shall provide the necessary management t� ensur-e perfor�mance c�f the belnw listed tasks �r� schedtile, c�n b�_�dget� and r_�f s�afficier�t q�_iality as tc� er�sure their intended usage. 5-3. 1.2 Utility Informatic�n-Cc+nsultar�t will ebtair� sanitary sewer•, stc�rrn sewer, telephone, electr^ic, and water� utility ir�fc�rmatic�n in the forrn of as-buiit drawir�gs alrng the propnsed sewer� aligrirner�ts, and at the proposed purnp statian sites. To the exter�t possible, such utility ir�formation will be field verified thraugh on-site inspection and measurement. 5-3. 1.3 Flow Manitoring-Consultant shall install, c�per•ste� ar�d mair�tair� four Marsh-McBirney VMFM flow meter^s at strategic lacations ��r� the existing sewer systern. The d�ta frc,m these meters shall be used to verify and supplemer�t SSES flow data and calc�_�latir_�r�s. This work shall be conducted dur-ing the Spring of 1984� and shall not exceed a total t�f 2@ meter days per• stat ior�. 5-3.1.4 perial Photography-Consult�nt shall obtain the ser•vices of� ar�d coordinate the effarts of a qualified aerial mapping firm, for� the purpose of obtair�irig current aerial phutography of the sewer line route. This ph�tography shall be used to pr�duce the plar� view portions af the sewer design pl�ns. Work shall ir�clude ground survey, paneling, and mar�h��le marking necessary pr-i��r t�� aerial photagraphy, and actu�l aerial photogr�phy work. 5-4.1 Schedule 5-4.1.1 The w�rk under this Subtask Order shall commer�ce upor�r,eceipt by the consultant of an executed c�py of this Subtask Or^der•. Executior� af this Subtask Order by the Ruthorized Represer�tative of the City shall constitute authorization to proceed. 5-4. 1.2 This w�rk shall take nc� more_th��� four� weeks to ccrnplete fr�c�rn the I i J RESOLUTION # 11 0 date of authorization by the City. 5-5.1 Payment 5-5. 1. 1 Payrner�t for the wor•k defined under- this Subtask �r•der shall be on the basis of a cost plus fixed fee in acc�r^dance with the general provisions described ir� article 8. 1. 1 of the Cc�ns�altar�t Services Agreement 6etween the City and Consultant dated June 20, 1979. 5-.°,.1.2 The estimated direct labor costs, ir�direct casts, other direct costs� and pr•ofit are itemized in the attached S�_ibtask Or�der Wisc�nsin Fund 5700 f�rriis, and or� the attachmer�ts incidental to those f��rms. IN WITNESS WHEREOF� the parties hereto have caused this Subtask Order No. 5-1 to be executed the year and the day below wr�itten by their- pr-oper officer^s and represent�tives. In Presence Of: CITY OF OSHKOSH, WISCONSIN R Muriicipal Cc�rporati��r� Date ------- - Date Date --------- ------ Date HOWRRD NEEDLES TRMMEN & RERGENDOFF ENGINEERS, RRCHITECTS, & PLANNERS aY--------------------------------- ------ Harvey K. Hammand� RssUCiate Date Approved as to form: ----------------------- ------ City Attorney Date - 12e - RESOLUTION # 11 Date ----------------------------------- ---------- Date HOWARD NEEDLES TAMMEN & bERGENDOFF ENGINEERS, RRCHITECTS, & PLANNERS- by--------------------------------- ------ Harvey K. Hammond, Associate Date Approved as to form: ----------------------- ------ City Rttorney Date - 12f - J 5-1.0 5-2.1 5-3. 1 SUbTASK ORDER 5-2 TO SUPPLEMENTRL TASK ORDER NO. 5 DESIGN W�RK Purpose RESOLUTION # 11 The purpose of this Subtask Order^ Na. S-� is to establish scope� schedule and payment provisions fcr the wor�k required to c�mplete the desi gn phase fc�r coristruct ien coritracts 1� 2, 3, 4, 5, 6, & 7. Scope The scope of the work. to be perfr_�rrned under this Subtask. Order• shall be ir� accc+rdar�ce with the pr-ovisions c�r�tained in sectiar� 5-c.2 of Supplemental Task Or-der Nc�. 5. The Consultant will: 5-3. 1. 1 Prc��ect Mar�agement-Cons�.iltant shall pr-�vide the necessary managemer�t to ensure perfc�rmar�ce of the belaw listed tasks or� schedule, on budget, and af sufficier�t q�_iality as to er�s�_ire their- intended usage. 5.3.i.c Design Sumrnary Report-Consult�nt shall prepare a design surnrnary repcir•t. This report shall be prepared ir� acc�rdarice with the requirerner�ts cf the Wiscc�r�sin Rdministrative C��de, ar�d shall include the fc�llowing w��r•k elernents. A compreher�sive review of the flows ar�d prelimir�ary desigr� wr�r-k. contained in the Facilities Plan shall be conducted. As a part of this review� detailed utility ir�forrn�tior� shall be fzctor-ed intu the sewer alignment determir�ations in order- to finalize sewer pr,efiles. Ir� addition� field reconnaisance irifr,rritztir_�n will be considered in selecti�r� ��f the final hr_�ri�ontal alignment. Upor� select ion c,f detai led �1 igr�rnents� manh��le lncat ior�s, ar�d cross connections to existing lines, final design tab�_ilatior�s will be prepar-ed foT• all c�f the sewer cc�r�tracts. Upon final determir�atian �f the desigr� flc�ws ar�d criteria, fir�al design calculations for the purnping statians will be per•frrrned. R11 tabulations accordance with checklists� and plan sets. and calculatir_�ns will be for^rnatted ar�d bo�_ind ir� Depar•trnent of Naturai Res_�urces guidar�ces ar�d will be for•war-ded f��r review tr_� the DNR with the 5-3.1.3 Cantract Dacuments� Plar�s� & Specificatinr�s-Cor�sultar�t shall prepare contract dc�cumer�ts and specificati�r�s for, Constructiun Contracts 1� ^c� 3, 4, 5, 6� & 7. These d�c�_uner�ts shal l be prepared ir� accordance with State �nd Local practices ar�d procedures. This wnrk. shall include the followir�g elerner�ts. City and State st�r�dards and r^equir�ements shall be reviewed and I _ 12� _ J RESOLUTION # 11 incorporated intc� the Cor�tr-act Dacurnents ar�d Technical Specificati�ns. Techr�ical specificatic+r4s shall be pr-epar•ed as requir�ed, ar�d ir� sufficient detail as t� permit the obtair�ing af hids f��r- the sewers, pumping st�tians and ather facilities. Plan sheets shall be prepared for the sewer•s� river cr��ssir�g, River Crossing Pumping Staticn� ar�d the Sc�uth Main P�_irnping Station. These plar� sheets shall include plan, pr-�file, detail, and standard sheets as r�ecessar•y tc� c�6tair� c��rnplete �r�d accurate bids for each of the c��ntr-acts; t�� obtain gr^ant f�ar�ding far- these contracts by satisfying DNR ar�d other� ager�cy requir•erner�ts; ar�d t_� obtain required per^mits by both the City and the Contract��rs frc�6i outside ager�cies arid entities. 10 sets of Cantract Documents shall be pr•epared f�r each contract� printed ar�d bound for review purpr_�ses. 5-3.1.4 Cost Estimate-Cons�altant shall pr•epare a Cost Estirnate Repor-t for use by the City ir� prepar-atior� for biddir�g� deterrninatic�r� cf financial program req�airements, ar�d grant funding applicatior� pr^eparati�n. This work shall iriclude the f_�llowir�g elements. Unit costs and meth�ds �f cost estimation will be developed, docurnented, reviewed with the City, and incor^pc�rated ir�t�� the report. Material and labcr quantities will be estimated� ar�d tabulated ir� such a manner as to create the necessary Bid Dr�cumer�t Pid fr_�r�rns. Unit costs will then be applied tc� these quantitiea fc�r• determination �f estimated contract costs, a»d fcir� inclusior� ir� the report. R cash flow ar�alysis will be perforrned fc�r the c�mstructir�r� period for financial pr•ogram purp��ses, and fr_�r- use with the gr�ant application. This analysis will be ir�carporated int�� the repor•t. 5 c�pies of the repc�rt will be pr�duced prir_�r to bidding. This report will then be updated up��n completi�n of bidding, and 5 final sets will be produced. 5-3.1.5 Plan af Operation- R preliminar�y Plan of Operati�n Repnr•t coverir�g all of the phase 1 c�nstructic�n cor�tract facilities will be prepar•ed in accordance with DNR guidelines. This wc�r^k. will include the fallowing elernents. DNR requirements for this rep��T•t will be reviewed and incorporated intc this report. Existing City procedur^es and practices wiil be r•eviewed, and either incorparated into this rep�rt, or recornmendatir�ns t� modify these practices will be discussed with the City. 10 sets of this repart will be pr^ep�red for use by the City� ar�d for review by the DNR. - 12h - ' . RESOLUTION # 11 5-3.1.6 User Charge Repart-The Cor�sultant will pr�epar�e a User Charge Report which updates the City's existing rep_�rt with the anticipated impact on the City's user charge oP the constr�acti��r� of all of the phase 1 c�onstr-uctior� work. This w�rk, shall inc2�_ide the following elemerh s. _ DNR requir•ements ar�d the existing City user char•ge prograrn, ordinances� and rate str-ucture will be reviewed for compatibility. Upor� cornpletian of the Engineerir�g estirnates, the c��st impact of the proposed cor�struction w�rk will be incorporated into the user charge pr�ogram analysis to enrble preparatior� c�f the initial rep�rt. This report will be updated upon receipt c�f act�aal bids for the constructior� wark. 5 sets of a Pr-elirniri�ry User Charge Rep�rt review by the City and the DNR. 5 cc�pies will be produced upan receipt �,f bids. 5-4.1 Schedule wi 11 be produced f� �r of the Final Rep��rt 5-4. 1. 1 The w�rk under this Subtask Order shall cornrner�ce up��n r�eceipt by the consultant of an executed copy of this Subtask Or•der. Executic�n of this Subtask Or^der by the R�athorized Represer�tative ef the City shall constit�ate auth�r-izatic�n to pr•oceed. 5-4. 1. 2 5-5. 1 This work shall take nc� mor-e thar� five rnc�nths to cornplete fr��rn the date of authorizatic�r� by the City. Payment 5-5.1.1 Paymer�t f�r the work defined under this Subtask Order• shall be on the basis of a cost plus fixed fee in acc��rdar�ce with the gener•al provisions descr•ibed in ar•ticle 8. 1. 1 af the Cc�ns�altar�t Services Rgreement between the City and Consultar�t dated Jur�e ^c0, 1979. J-J.1.2 The estimated direct labor cc�sts, indirect costs� other• dir-ect costs and profit are iternized in the attached Subtask Order Wiscc�r�sin Fund 57�0 forms, ar�d or� the attrchmer�ts ir�cider�tal t� those forms. IN WITNESS WHEREOF, the parties hereta have caused this S�_ibtask Order- No. 5-2 to be executed the year and the day below written by their prc�per officers ar�d representatives. In Presence Of: CITY OF OSHKOSH, WISCONSIN A M�micipal Cc�rpc+ratiar� - 12i - Date Date RESOLUTION # 11 ENGINEERS, ARCHITECTS, & PLANNERS HY--------------------------------- ------ Harvey K. Hamrnand, Associate _ Date Approved as to form: ----------------------- ---------- City Flttorney Date - 12j - PROJECT PLRN: CITY OF OSHK�SH SEWER PROJECT ---------------------------------------- ENGINEERING MANHOUR ESTIMATE-SUMMRRY IPROJ M6R ----------------------------------------� DELIVERpBLE BY SUB-TRSK ORDER IMpNHOURS ----------------------------------------�-------- SUB-TRSK ORDER 5-1 (PRE-DESIGN WORK) I PROJECT MANR6EMENT I 20 OBTRIN UTILITY INFORMRTION I 5 FLOW MONITORING 1 5 COORDINRTION OF RERIR� WORK I 5 SUH-TASK ORDER 5-2 (CONTRACTS 1��,3) I PROJECT MANRGEMENT I 46@ DESIGN SUMMpRY I 70 CONTRRCT DOCUMENTS & SPECIFICRTIONSI 105 COST ESTIMqTE I 15 PLRN OF OPERRTION I 45 USER CHRRGE REPORT 1 50 PLAN AND PROFILE SHEETS I 65@ 70TAL ALL SUBTRSK ORDERS I 1430 RESOLUTION # 11 ENGINEER TECH SECRETRRY MRNHOURS MANHOURS MANHOURS TOTALS - 12k - 5 30 20 0 155 435 ea 10@ 140 1270 2235 5 40 1�0 85 60 45 5 5 31a0 3465 10 0 35 sa 100 20 20 40 10 2B5 40 35 65 5 E15 360 700 160 170 235 5030 7415 CITY OF OSHKOSH-SEWER PROJECT TASK ORDER 5-1 PRE-DESIGN WORK ----------------------------- DIRECT LRBOR PROJECT MRNq6ER ENGINEER TECHNICIRN SECRETRRY DIRECT LABOR TOTRL INDIRECT COSTS SRLARY RELATED COSTS GENERRL OVERHERD COSTS INDIRECT COSTS TDTRL OTHER DIRECT COSTS TRRVEL TRqNSPORTpTION TRRVEL SUHTOTR� EQUIP., MATLS.� SUPPLIE5 REPRODUCTIONS PRINTING EQUIPMENT RENTAL EQUIPMENT SUBTOTAL SUBCONTRRCTS SURVEY & MAPPING S�BCONTRqCTS TOTAL OTHER DIRECT COSTS TOTAL TOTqL ESTIMRTED COST PROFIT TOTAL PRICE RESOLUTION # 11 RS RRTE EST COST TOTRLS 35 521.00 f735 55 $14.0@ 5770 45 f12.00 f54@ 10 f8.00 fB0 RRTE X HA5E= EST COST 0.4149 52,125 388z 0.8111 32�125 E1,724 - 121 - QTY COST 80 512.00 EST COST 520� 4200 EST COST �50 S50 L960 E1,060 EST COST 54,750 f4,750 t2,125 82,605 46,01Q 810,74@ f1,611 512, 351 WISCONSIN FUND 5700 FORM ITEM 9. OTHER DIRECT COSTS SU6-TqSK ORDER 5-2 ITEM 9A. TRpVEL (1) TRpNSPORTRTION (R) PERSONRL VEHICLE MILEp6E RT �0.20/MILE ONE ROUND TRIP PER WEEK FROM MILWAUKEE TO DSHK�SH AT 2@0 MILES/TRIP X 26 WEEKS (B) COMPRNY VEHICLE MILERGE AT f0.30/MILE FULLY EQUIPPED SURVEY DR METERIN6 FIELD VRN. 5 ROUND TRIPS FROM MILWAUKEE TO OSHKOSH AT 200 MILES/TRIP (2) PER DIEM 1-2 MAN FIELD CREW FOR RECON. AND F�OW METERING FOR 30 DRYS RT 440/DAY TRRVEL SUHTOTRL 98. EQUIPMENT, MATERIRLS, SUPPLIES MATERIRLS d SUPPLIES MISC. FIE�D TOOL5 & MFITERIRLS REPRODUCTIONS 100 SETS OF REVIEW F1ND BID PLANS/CONTRtiCT PHOTO REPRODUCTION DURIN6 DESI6N PRINTING 10 3ETS OF SPECIFICATIONS/CONTRRCT 10 5ETS OF DESIGN REPORTS COMPUTER CHRR�ES 5 RUNS OF SMM3 PRD6RRM EQUIPMENT SUBTOTAL -- __ UNITS UNIT COST szae �a.ze 1000 50. 30 3@ f40. a@ RESOLUTION # 11 TOTAL si, e4e. ee 5300.00 51�200.Q0 E2,540.0@ $1 � 000. Qi0 70 �50. 00 �3, 500. 00 80 f35. Q0 S2, 800. 00 175000 $�.05 EB,750.Q0 i2aa se. i0 si�m. Qa - 12m - 5 Ec50.00 t1,250.�0 _ -:� �. . -----�-��I7, f20.00 ---------------------------------------I ENGINEERING MRNHOUR ESTIMATE-DETAILED IPROJ MGR ---------------------------------------I SUBTASK ORDER 5-2 iMRNH0UR5 ' ---------------------------------------�---------- PROJECT MRNR6EMENT I PROJECT PLANNING I 15@ MONITORIN� I 200 REVIEW MEETINGS I 60 RSSIGNMENTS I 50 DESIGN SUMMARY I REVIEW FLOWS I 10 REVIEW DESIGN 1 10 OBTRIN UTILITY INFO I 10 PLOT SEWER PROFILES I 10 PREPARE DESIGN TABULATIONS I IN PRODUCE REPORT I 10 OBTAIN DNR pPPROVRL I 10 CONTRRCT DOCUMENTS & SPECIFICATIONSI REVIEW CITY STRNDRRDS I 2Q INCORPORRTE STRTE REQUIREMENTS I 20 PREPRRE SPECIFICATIONS 1 35 PRODUCE DOCUMENTS I 30 COST ESTIMRTE I TABULATE QUANTITIES I 5 DEVELOP UNIT COSTS I 5 PRODUCE REPORT I 5 PLRN OF OPERRTION I REVIEW DNR REQUIREMENTS 1 10 REVIEW EXISTIN� CITY PROCEDURES I 10 PREPARE REP�RT 1 20 PRODUCE REPORT I 5 USER CHRRGE REPORT I REVIEW DNR REQUIREMENTS I 10 REVIEW EXISTING CITY PROGRRM I 1@ INCORPORATE NEW COSTS I 1@ PREPRRE REPORT I 10 PRODUCE REPORT I 10 PLAN AND PROFILE SHEETS I FINRLIZE SEWER LRYOUTS 1 45 FINRLIZE STRTIDN DESIGNS I 30 INCORPORATE UTILITY/SURVEY INFO I 35 REVIEW �RYDUT WITH CITY I 30 FINALIZE EQUSPMENT SELECTION I 2Q PLOT FINRL PROFILES I 30 STRUCTUAL DESIGN I 250 ELECTRICRL/MECHpNICAL DESIGN I 100 SHEET LAYOUT I 20 FINAL DRRFTIN6 I 40 PLRN SET PRODUCTION I 1@ REVIEW WITH CITY qND DNR I 40 I---------- TOTqLS I 1395 RESOLUTION # 11 ENGINEER TECH 5ECRETARY MANHOURS MRNHOURS MRNHOURS - 12n - 40 50 2@ 1@ 10 10 10 5 25 20 40 20 20 40 30 20 10 5 40 1@ 10 25 7@ 10 3Q0 10 4@ 40 40 40 30 10 5 20 3@ 40 10 5 20 20 40 40 20 5 100 100 100 20 60 160 310 300 4@ 20 20 40 2180 100 50 210 2Q 190 350 B0 690 1330 80 TOTAL MRNHOURS 200 260 90 65 35 3a 70 70 6N 65 3@ 45 iea 345 iee zia B5 35 20 40 30 4a 60 20 4Q 30 30 5@ 50 40 75 10 3420 275 z45 18Q 345 sa iaa 3B0 910 4B� 750 1390 110 90 7270 WISCONSIN F�ND 5700 FORM ENGINEERING TRSK ORDER N0. 5-2 DESIGN WDRK ------------------------------ DIRECT LABOR PROJECT MANRGER ENGINEER TECHNICIAN SECRETqRY DIRECT LABOR TOTRL INDIRECT COSTS SRLRRY RELATED COSTS GENERRL DVERHEAD COSTS INDIRECT CO5TS TDTRL OTHER DIRECT COSTS TRRVEL TRRNSPORTRTION PER DIEM TRRVEL SUBTOTA� EQUIP., MATLS., SUPPLIES MATERIALS & SUPPLSES REPRODUCTIONS PRINTING COMPUTER CHRR6ES EQUIPMENT SUBTOTRL SUBCONTRRCTS MBE SURVEY & MRPPING SOILS INVESTIGRTIONS SUBCONTRRCTS TOTpL OTHER OTHER SUBTOTpL OTHER DIRECT COSTS TOTRL TOTAL ESTIMRTED COST PROFIT T�TRL PRICE RESOLUTION # 11 MANHOURS RRTE E5T COST 1395 521.00 529,295 2180 f14.00 f30,52D 3420 E12.00 541,040 275 SB.00 52�20a RRTE X BRSE= EST COST 0.4149 f123,055 542�758 0.B111 f103�055 $83,588 QTY - 120 - COST EST COST f1,340 �1,2Q0 L2,540 EST COST 31�00� 3fi,300 $8�87� si,��a f17,420 EST COST f42�033 f9,775 $3�420 $55�228 EST COST f0 TOTALS �103,a55 f126�345 575�188 f304,589 f45�688 3350,277 c� � a N• '� �c '� N• � N � F-' � F� � � � �i X \ � ~ � . � � �- .__ ._ _____ ., c� � ao �y �+ �J V• H O CT] � Cj•• H 9 O � N a � ty 0 -� ro rn �3 m r�o v9 � c � '3 F'• O Qq N cD � � 9 � N• � � � �3 �n <D �+ C] (D [D O � � � m � � m cr O cT M F'• O o �s � ca cr o O � � �� �� �� � � � � m � F� N ;a t`� -� .� d� r�