HomeMy WebLinkAbout32012 / 82-17July 15, 1982
�� 17 RESOLU'FION
PURPOSE: AUTHORIZE CONSULTANT TO COMPLETE SEWER SYSTEM EVALUATION SURVEY
INITIATED BY: DEPARTMENT OF PUELIC WORKS
WtiEREAS, the City of Oshkosh has received a USEPA Grant Amendment to
its current Facilities Planning Grant for a Sewer System Evaluation Survey;
and
WHEREAS, the City Manager and the director of Public Works have nego-
tiated a satisfactory Engineering Agreement Amendment, hereafter referred
to as Task Order No. 4, with the Consulting Engineering Firm of Howard
Needles Tammen � Bergendoff for providing of services to perform the Sewer
Svstem Evaluaticu Sur•;ey; and
WHEREAS, this Task Order No. 4 specifies that the work shall proceed
on a subtask by subtask basis, to be further authorized as needed to main-
tain progress of the work; and
WHEREAS, the initial Subtask Order No. 4-1 is for physical survey
work, which has been completed; and
WHEREAS, Sub-Task Order No. 4-2 will complete Task Order No. 4, the
Sewer System Evaluation Survey, and is estimated to cost $343,745.00; and
WHEREAS, Federal Regulations require that formal authorization to pro-
ceed be issued to the Consultant prior to commencing such work;
NOW, THEREFORE, BE IT RESOLVED by the Common Council of the City of
Oshkosh that the proper City officials are hereby authorized and directed
to execute Suti-Task Order No. 4-2, and further to issue Notice to Proceed
with Sub-Task Order No. 4-2 to the Consultant, Howard Needles Ta�en & _.
Ber$endoff.
SE IT FURTHER RESOL�IED that money for this purpose is hereby appro-
priated from Account No. 355-145, EPA Clean Water Work in Progress, and
9ccount No. 950-55Q, Sewer IIr_i_lity Prefe�sio.^.a?. Services, �11 *.aithin the
1982 budget.
- 17 -
SUBkiITTED $Y
APPR07ED
SUB-TASK ORDER N0. 4-2
TO SUPPLEMENTAL TASI� ORDER N0. 4
COh1PLETION Oe SSES
4-1.0 Puroose
���
The purpose of this Sub-Task Qrder tdo. 4-2 is to estab-
lish scope, schedule and payment provisions for the
complecion of all renaining elcr�ents of the Sewer System
Evaluation Survey Supplemental Task order No. 4.
4-2 Sco�e
4-2.1 The scope of the work to be performed under this Sub-
Task order shzll be in accordance o:ith the provisions
contained in Sections 4-2.1.2, 4-2,1.4, 4-2.2.2, �+-2.2.4
of Supplemental Task order No. 4.
4-2,2 The Consultant will perform the folloti�ng work in accord-
ance with USEPP. guidelines in Sewer Districts E, F, G,
A, U, S, T, Af;, AB, AD, AG, AI, AJ and AY, as shown on
Attachinent "A", and as described further herein.
Project Manag=mer?t - Consultant shail continue t.o pro-
vide adequate supervision and mana�ement to ensure that
work is performed in a cost effective and timely manner.
Flow, Groundiaater and Rainfall 1•fonitoring - Con�ultant-
shall continue to maintain and operate semi-p°rmanent
flow monitoring stations at or near the follouing loca-
tions:
a. Lake View Lift Station.
b. Inlet to Hazel Street Intercep',;or.
c. Outlet of th= IIaldwin Avenue Znte�rceptor.
d. Outlet of Irving Avenue Interceptcr.
e. Irving and Hazel Diversion Chamber Discharge.
f. Menominee Parl; Lift Station Bypass Pump dischar�e.
g. uiscnarge to Iiar,c�r�inee °ark Lift S'ta�ion.
-�-
��7
h. Inlet to Winnebago Street Znterceptor Line.
i. Discharge from Area South of Menominee Park Lift
Station.
j. Inlet to Ceape Street Interceptor Line.
k. Inlet to State Street Lift Station.
1. Discharge of State Street Hypass Pumps (2).
m. 24th and Doty Bypass.
n, Discharge from 19th Avenue Interceptor.
o. South Main Lift Station.
p. South Main Lift Station Bypass PumP.
q. 17th and Doty Hypass.
r. Inlet to Nebraska Street Interceptor.
s. Upstream end of Nebraska Street Interceptor.
t. Upstream end of South Interceptor at potential river
crossing discharge point.
u. �th and Iowa Diversion Cham6er.
v. Discharge point of Michigan Street Interceptor.
x. Discharge point of Iowa Street Interceptor.
x. Discharge from Ohio Street Interceptor.
y. Discharge point of South Interceptor.
Consultant shall continue to maintain and operate a rain
gauge, and 11 well points in the study area to monitor
rainfall and groundwater levels during the flow monitor-
ing period.
Flow Correlation - Consultant shall continue to corre-
late findings from the semi-permanent flow meters, rain
gauge, and well points, to ensure that accurate results
are obtained from each installation, and from the entire
study area.
-2-
��%
Manhole and Sewer Inspection - Consultant shall, based
on intensive floN monitoring results, inspect all man-
holes and sewer lines in the study area. Consultant
shall prepare and use a data sheet to record pertinent
information about each manhole and sewer line inspected.
Inspection procedures shall include visual survey within
each manhole, and lamping of connecting lines.
Smoke Testing - Consultant shall, based on intensive
flow monitoring results, perform smoke testing in those
segments of sewers where inflov sources such as roof
leaders, cellar, yard and area drains, foundation
drains, abandoned building sewers, faulty connections,
illegal connections, structural damage, leaking joints,
and overflow points in the sewer systems are suspected.
Dyed Water Testing - Consultant shall perform dyed uater
testing in segments of sewers where storm seuer sec-
tions, stream sections, ditch sections and/or ponding
areas are located near or above the sanitary sewer
segments which are suspected of contributing significant
3nfiltration and infloK to the sanitary sewers.
Problem Reporting - Consultant shall continuously report
problems found in each segment of sewer to the City.
Sewer Cleaning and Television Inspection - Consultant
shall prepare a list of seWer segments requiring clean-
ing and internal inspection; shall assist the City ia
soliciting proposals for such work; and shall supervise
the conduct of such work. Actual sewer cleaning�.and.
telev3sion inspection work will be authorized under a
__ __.._,:-_.._ . , _... _ _ .
separe�e futu�e Sub-Task Order.
Report Preparation - Consultant shall prepare a final
report which includes:
A description of all the tasks performed, covering
the purpose of conducting each task, the methods and
equipment used, the location of the study area
and/or the sections of sewer lines investigated;
A summary of all the results gathered during the
investigation;
A cost-effectiveness analysis to determine the
portion of sewer sections which can be cost-
effectively rehabilitated and the infiltration/
inflow which is expected to remain in the sewer
system after rehabilitation;
—3—
. �/�
A proposed sewer system rehabilitation program and
its related costs; and
Documentation of all the field data gathered during
the investigation.
4-3 Schedule
4-3.1 The work under this Sub-Task Order shall commence upon
receipt by the Consultant of an executed copy of this
Sub-Task order 4-2 and written authorization to proceed
from the City to the Consultant. The SSES Report will
be ready for submittal to the State and Federal Agencies
by September 30, 1982, if authorization to proceed is
granted by July 15, 1982.
4-4.0 Minority Business Enterprises (MBE)
An MBE subconsultant has been retained to assist in the
data gathering portions of this sub-task. Level of
effort will be consistent with the 12� MBE utilization
goal of the City of Oshkosh, and is illustrated on the
EPA Form 5700-41, Attachment "D". The selected sub-
consultant is Carey & Associates.
4-5.0 Payment
4-5.1 Payment for the work defined under this Sub-Task Order
shall be on the basis of a cost-plus fixed fee as de-
fined by EPA, and in accordance with the general pro-
visions described in Article 8.1.1 of the Consultant's
Agreement dated June 10, 1979, between the City and the
Consultant.
4-5.2 The estimated direct labor costs, indirect costs, other
direct costs, and profit are itemized in the attached
EPA Form 5700-41 (2-76), with attached schedules. Total
charges for this Sub-Task order will not exceed
5343,745.00 unless a change in scope occurs as defined
in Section 4.2 of this Subagreement, and unless agreed
to in writing.
-4-
J
�� %
IN WIT'IGSS WHEREOF, ti:e parties hereto have caused this Sub—Task
Order 170. 4-2 to be executed th� year and the day belo:+ writte�
by their pro�,er officer� and represertati-ves.
In Presence Of: CITY OF OSHKOSH, WISCONSIti
A Flunicipal Corporation
�
Approved as to Form:
City Attorney
(E8-28)
William D. Frueh, City Manager
HOl•IARD NEEDLES TAhit4EN & BE.'-.GETlDOFr'
ENGINEERS, ARCHI'fECTS � PL6�7�+liRS
�9 , �� ,_..,,.�"
� :'%` 1�_.: � � � f.
Harvey�k, Hamrond, Associate
—5—
E �
L .-F
O
� y
C
O N
O E
t�- .0
tf� U
N
N
N
C
N
� I
O �
m
6
,..1 O
Z
F
CJ 2
4] Lzl
� � N
H � �
� � �
�
]C S
�n z
l� 4 G
� F �
W 0.1
F �
ti N
.]
C
F
O
F
'-I
�
�ri
L
m
�..i
d
L
U
v
N
C
N
L .-f
O O
_� .N
C C
3�
� V
�
F
C
�
� .'i
O U
y ..i
c
L S:
O U
v
F
J i
y d
�. CJ
F
ll -�
� �
- C
.. 4]
J
J L
J U
L [4
� �
� C
� �
L '.�
2
G-1 F
o z
� w
O
�:,
`.G .�
V1 W
C
F
O O
L(1 O
ti m
O
O
O O
O O
O O
111 O
N
O O
O O
N ?
�� %
O O O O O O
o O o O V1 0
� O t+l M N oJ
� � N �D
O O
O O
O O O
O L'1 lfl
N N
��
��
O j O
� I O
O
� �
O O O O O O
O O O O O � O
tf� W N O N
M
O O O O O O O � O
O O O � � O O O
m N � -�
C
O
.-i G C M
rt O 4. O y
� <p •r+ O •.i c0 � t'S
1�.. +> +� ts� C O i.
'O C U G c� C �.i .,1 CJ
' G.-1 �p N O ti •N C VI C 0.
� � �c ra c a.� a� ,� c. m•.. c o c�
c o r_ c m m co x. c� m v> o�,, c.
W :. +i �..+ L� �� 1� ri N�.a V; .-_
-�` - C, -J ' �-i r'J i^� �.5 U r -
U J O ri _ C.> ..- �< ' J`
CJ ta� � L � O L C' �C G •.-� L F G1 L L .-] CV
•n [�7 3 Cl •.i .G U� :L - � .Y. 'O + ? CJ 0. 'U O 4 I
O G O+� x= C 3 7 �t o G+ c� ^-,7 v) 0. 0. F C..^
L l� r-I �] O � U V] G1 4 "c" :>. N C� C C a C> O W
P. .°J I+. y.-_ f�•� .`<: O V1 C1 F V: cJ H Vl C F �-+
�
� �
5700 FORiI
ATTACHFIENT tf2
9a. Travel
..
ITE!; 9. OTHER DZRGCT COSTS
SUB—TASK ORDER t;C. 1J-1
(1) Transport2tion .
(a) Two Fizld Crew Vans — Fully equipped
with safety equipment, tools, etc.,
includin� es*_imated mileage — costs
charged to project or. direet cost
basi�. Estimated direct cost is
$�150/month x 5 months $ 4,500
(b) Personal or company vehicle mileage
at $0.20/mil>
Two round trips per week from
Milw2u�e� to Oshkosh a� 200 miles/
trip x.20 x 2C weeks $ 1,600
(2) Per Diem —$20/day food and miscellaneous
expense allowa:�ce, actual cost for apart—
ment rental and utilities.
Two two—man field crews plus one field
engineer at an estimated cost of $30 per
day/person x 150 days $18.000
Travel Subtotal
Equipment, Materials, Supplies
Materials, supplies, freight, postage, etc.
?rints, photographs, copies (field reports,
plans, etc.)
Printing — SSES docunents — i0 copies/1000
pages each
Comouter charges — C?M network
Equipment rental and repair
Flow metering equiprn�nt
20 A'arsh h',eBirney Modei 265 VMPIS
Flowmeters with accessories C
$180/month/meter x 3 montha
t4eter repairs and accessories
Equipment Subto*al
(E8-3o>
$24,100
$ 6,000
$ 1.500
S 3,000
:�•
$10,E30v
S 1,200
523.300
J
COST OR PRICE $UMMARY FORMAT FOR SUBAGREE:'.ENT$ UNDER U.S. EPA GRANTS Form Approved
(See accompanying instructions belore cotrpleting this forrr) O.tiB No. 158-RGf3-i
PART 1•GENERAL
1. GRANTEE 3. GRAHT NUMBER
City of Oshkosh, Wisconsin C550431
3. NAME OF CONTRACTOR OR SUBCOHTRIICTOR 4. O�TE OL PROPOSA�
Howard Needles Tarrmen & Bergendoff 6/18/82
S. ADDRE55 OF CONTRACTOR OF Sl1BCONTRACTpR (lnclu4� ZIP coGe) 6. TYPE OF SE9VICE T O BE iURN15HED
Sewer System Evaluation Survey
6815 West Capitol Drive Completion of Survey
Ntilwaukee, Wisconsin 53216 SuirTask Order No. 4-2 of
Supplementary Task order No. 4
PART II.COST SUMMARY
ESTI- NOURIY ESTIMATED
7. DIRECT I.ABOR (Sy�Nly Lber c�feaoriu) MATED RATE COST TOTALS
XOURS
Pro 'ect Mana er 4 s s -
Office Field En ineer 3200 1. 44 ' .
Senior Technician 00
Jimior Technician 600 6.05
Secretarial 600 6.60 , . : �
DiRECT LABOR TOTAL• � �� � �� � � 5 HH 1SO
!. �NDIRECT COSTS (Sp�e(ly Indi��et rore pool�) R�TE * B�SE = E5TIMATED
COST
a ary e at sts S 8 550 s 33 649
nera er ea sts . 8 88 550 77 924
INDIRECT COSTS TOTAI: � � � � . -� � 5 111,573
9. OTMER OIRECT COSTS
ESTIMATED
a. Tn�vEL COST
�» TRtNSPORT1T10N See Attachment No. 2) 6
�z� PER DIEM (See Attachment No. 2) S 18 00
TRA�ELSUBTOTAL: � � �-- � '- S �
b. EOLJIPMENT, MATERMlS, SUPPLIES (Specily e�fepo�)nJ QTY COST ESTIMATED �
COST � �..t,...
(See Attacivnent No. 2 s s
EOUIPMENT SUBTOTAL: � �� •� � ���� - �
23 � -
0. SUBCONTRACTS ESTIMATED � �
C.
Minorit Business Ente rise (MBE) s 59 500'!
Groimd Water Monitor Installation
SUBCONTRACTSSUBTOTAL• � 5 GO Z
d. OTMER (SpeeffY ufepori��) ESTIMATED .. .
COST
S .
OTHER SUBTOTAL: - .. . � � 5 ��
e.�OTHERDIRECTCOSTSTOTAL: . ' � �� "_,.ys lO],(j�Q
�a. TOT�L ESTIM�TED COST ^ � 3O%,%Z3
11. PROFIT S 36 022 �
�Z. TO7AL PRICE 343,745
E PA Form 5700•�1 (i•76) . P�GE � OF 5
i3.
— _._..r,.......__..�..Y._�.FAi2T (�� .Pf.'I�Cf$U4��:;....:..
COMPET�TOR'S UTALOG 115TING5, IN-h10L5E e5TI�1FTGE, Pa:CR 0"'�TES
pnCicete Lesie fo. p:,,-�� c .... •ep
PAf27 IV -CER"i tFICA � IC:�S
MM:Y.ET
PRiCE151
i �s
F cp•^ cetl
'../ .;:.p:•,:
-L�_
16. CONTRACTO:;' �
14e. HAS 0. FEDE��A� AG'eNCV OR A FEDEPFLLY CEF-,Fi�U 5?Ai'E OR LOCP.L rtGENCY r ER:ORM_D ANY RFV�EN' OF v�UR
ACCOUNTS OR aECORDSIN CONNECTION YIiTN A4Y OTHER FEC[�'.PL GkANT OP CONTRACT NITHIN TME ?l.ST TwEW'c �!JnTeS
� YE$ O NO (II'�)ca'� SIVC A�r�[ aZ�:C55 nn3!C)GAhO.�C PYTb[IO� fGV1�Winb` 01I1CCf
Defense Contrzct Audit f�gency
Kansas City Oiiice, St. I.ouis Eranch, Chicago R��ion
3675 South Noca1_�nd Ro�:d
Indepei � lence , F`.0 64055 ( 816 ) 374-G273
�Cp,TN15 SUIdMnRY CONFpp„�,S NITH THE FOLLONING COiT P9INCIPLES
1 4 c.
This proposal i.s suSmitted (or use in conner.tion with and in response to (1) Y2q11�5t frOm ti�'�(�_
C1tj� Of �S}1�:051'1� ��'1SCOriSlri . This is to certife to the best o( m�� kno�vledee
and belief that the cost a�e pricing data summ2:ized h�;ein are complete, ccrrent; and accura:e as of
(2). .TtIR� :Lf�, 1��� and tha! a financial management capability exists to fully a�d acr,;-
ratelyaccount torth� fi^,rci�l transactions undzr this pro;^ct. I fuctS=; certify that I understar.d that tl��e
subagceem=:nt o�ice mav be subject to do�znv:a:d renegotiation and/or recoupment whe:e th_ above cost �c�
pricing daia }lave been determinec, as a result of audit; no: to have been comple'" current and zccura;e e�>
of the date above. , �j
(3) � � �°� y� x" �' � � // ---
�yl �.��_�� ".�t�.^� , —
OATE OF EXECUTiON �SILNATUFE OF FHO705L'.: �
Associate
TITLE OF PFO�O'_Eft
16. G�AYTEE "�.EVIE0.ER
I certity that I have revia•x�ed !he cost/price sum�nar}� set focth i�erein and the pro�osed cos;s�yrice �p��e: r
acceptable ior snU�grc�r,.ent award.
D4TE OF EnECVT10N
15. EPn HEV�Ew[W ;!! appiicab!e)
DaiE O: ExECVTiON
EPA Fcrm 5700-Gt (2-;6)
SIGNATUFE OF ftcyl[ME."i
Cit�PS�r�_er _
11ii�E O� :<<viEV�--_
$IGNPTUFE OF REVIE�'.�r
TiTIE Oi REV:EV:�=F
9
{
FFG2 t CP_$
�
r-I
�
i
�
.a
�
N �
� N
O +�
U N
�
vm
N
•�-I Sa
Sa N
0 3
p � N
r.�ND
+� S�
O N �
1� r-I Ul
Q
G � �
� � �
��I U •.�I
+� +�
� O rt3
rl +� �
O �
Ul +� N
N C D
[L' N W
�
�
v
�
¢
�
o b
� v
� ��
F�
O Fi
H �
U
�
O
.�
�
�
N
�
T
�
N
'-I
�
a
�
n
�,,
h��''
C�
� x
u
�'� ri
� U
. �
�
.�
U