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(CARRIED LOST LAID OVER WITHDRAWN )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�