Loading...
HomeMy WebLinkAbout31529 / 81-08September 3, 1981 Furc?uSc: lNITIATED BY: V I S E D N8 AU7ri0niZ� CuriSU�TAivT TO BEGIN SEWER SYSTEM EVALUATION SURUEY DEPARTMEN7 OF PUBLIC WORKS RESOLUTION WNEREAS, the City of Oshkosh has received a USEPA Grznt Amer.dment to its turrent Facilities Planning Grant for a Sewer Systern Evaluation Survey; and W4ERE,4S, the City Manager and the Director of ?ublic Works have negotiated a satisfactory Engineering Agreement Mendment, hereafCer referrzd to as Task Order No. 4, with the Consulting Engineering firm of Howard Needles Tammen � Bergendoff for providing of services to perform the Sewer System Evaluation Survey; and WNEREAS, this Task Order No. 4 specifies that the work shall proceed on a subtask by subtask basis, to be further authorized as needed to maintain progress of the work; and WHEREAS, the initial Subtask Order rio. 4-� is for physical survey work which is estimated to ccst $1b6,257; and WHEREAS, Federal Regulations require that formal autfiorization to proceed be issued to the Consultant prior to commencing such work, NOW, 7NEREFORE, BE 1T RESOLVED by the Common Council of the City of Oshkosh that the proper City officials are hereby authorized and directed to execute �Task Order No. 4, and Subtask Order No. 4-i, and further to issue Notice to Proceed with Sub-Task Order No. 4-1 to the Consultant, Howard Needles Tammen b Bergendoff. BE IT FURTHER RESOLVED that money for this purpose is hereby appropriated from �cce;:.ot No. :55-)l�:, EPR Cle�n Sf�3C0r l��rk .., ?-cgre s, ard ,4cco_r.: ^!o. °5^-554, Sewe� Utility Professional Services, ali within the�1981 budget_ �i� � � ..... ... rV�✓�/ /Y� � ; t SUB-TASK ORDER N0. 4-1 TO SUPPLEMENTAL TASK ORDER N0. 4 NORTH SIDE PHYSICAL SURVEY b-1.0 Purpose The purpose of this Sub-Task Order No. 4-1 is to establish scope, schedule and payment provisions for the physical survey of sewer systems components in targeted sewer districts as an element of the Sewer System Evaluat.ion Survey Supplemental Task Order No. 4. 4-2.0 Scope 4-2.1 The scope Task Order contained No. 4. of the work to be performed under this Sub- shall be in accordance with the provisions in Section 4-2.1.1 of Supplemental Task Order 4-2.2 The Consultant will: 4-2.2.7 Physical survey - Consultant shall conduct a physical survey in accordance with USEPA guidelines in Sewer Districts E, F, G, H and U, as shown on attachment "A", and as described further herein. Mobilization - Consultant shall plan and mobilize crews and equipment sufficient in quantity and quality to perform the work described in this subagreement. Project 1•tanagement - Consultant shall provide adequate supervision and management to ensure that work is performed in a cost effective and timely manner. Aboveground Inspection - Consultant shall investigate the general conditions of the specified sewer dis- tricts, such as topography, streets, alleys, and access to manholes; shall locate potential problem areas, such as uaterways, river crossings, and natural ponding areas; and shall select the key manholes for additional floN measurement and groundwater monitoring. Semi-permanent meters - Consultant shall install, maintain, and operate semi-permanent flow monitoring stations at or near the following locations: a. Lake View Lift Station. b. Outlet of the Balduin Avenue Interceptor. c. Baldwin and Hazel Bypass Pump Discharge. d. Outlet of Irving Avenue Interceptor. e. Irving and Nazel Diversion Chamber Discharge. f. Menomonee Park Lift Station Bypass Pump Discharge. g. Discharge of Menomonee Park Lift Station. h. Inlet to Winnebago Street Znterceptor Line. i. Inlet to Ceape Street Interceptor Line. j. Inlet to State Street Lift Station. k. Discharge of State Street Bypass Pumps (2). These stations shall be operated for the entire period of time that the Consultant is performing a21 Supple- mental Task Order No. 4 work in this portion of the study area. Sewer district temporary intensive flow monitoring - Consultant shall install, on a sewer district by sewer district basis, meters to isolatie each district from other districts, and to monitor flows on sewer segments of no more than 4000' lengths, for at least one rain- fall event. Rain Gauge and well points - Consultant shall install, maintain, and operate a rain gauge, and a well point in each district studied to monitor rainfall and ground- water levels during the intensive flow monitoring period. Flow correlation - Consultant shall correlate findings from the semi-permanent flow meters, intensive district flow meters, rain gauges, and well points, to ensure that accurate results are obtained from each district, and from the entire study area. Manhole and sewer inspection - Consultant shall, based on intensive flow monitoring results, inspect all manholes and sewer lines in those segments of sewer in which sources of infiltration and inflow are suspected. 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. Report - Consultant shall prepare a preliminary report which documents all Nork performed during the physical _---_� _ __._.� . -__. _ I 4.2.2.2 survey in each sewer district, and which provides justification for all subsequent rainfall simulation Nork to be performed. Quantities The table shown as Attachment "B" shall form the basis of the estimate of costs of this scope of work. Sub— stantial increases or decreases in quantities shown on this table shall form the basis for amendment of this scope oi work ior this Sub—Task Order. 4,3.0 SCHEDULE 4.3•1 The work under this Sub—Task receipt by the Consultant of Sub—Task Order, notification approval of the scope of this authorization to proceed from tant. Order shall commence upon an executed copy of this of the City by the DNft of Sub—Task, and written the City to the Consul— R-4.0 MINORITY BUSINESS ENTERPRISES (MBE) An MBE subconsultant has been retained to assist in data gathering work. Level of effort is illustrated on the EPA form 5700-41, attachment "C", The selected MBE firm is Polytech, Inc. 4-5.0 PAYME::T 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 defined by EPA and in accordanee with the general , provisions described in Article 8.1.1 of the Consul— tant's Agreement dated June 10, 1979 between the City and the Consultant. u-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 $166,257 unless a change in scope occurs as defined in section u,2.2.2 of this Subagreement, and unless agreed to in writing. . , IN WITNESS WHEREOF, the parties hereto have caused this Sub—Task Order No. 4-1 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 William D. Frueh, City Manager HOWARD NEEDLES TAMt4EN & BERGENDOFF ENGINEERS, ARCHITECTS & PLANNERS B y � �� Harvey K. Hammond, Associate Approved as to Form: City Attorney � , � � Q � _ � W Q � C� (7 Q lt. � Q � F� �J � `�" � _� ; �l s` - . 1 i �'�, . . � ' ig � . a�', � � _��r ..�� . � yol �. 1 =t r. r:_� .. . _ �:. __ 'd-- .- _. � r S!V_ � a�J �' a I : N i� �. . �_ � ��. � o, a . N W J O Q O V d y� a 0 c c e J 6 � � ;�11 I^I': I I ( _._� ^ - Z�_�� � i. =.� . ��u '�! _a� — �� �• _ �. �� _�r_::, _�i iLQ �i�i:l d.= i. .�=�� /�� -Q`LL� � —s� � J���,Q� , `-�� . �nn-,- r'�� _a_—=� ��� _��;�J�- =;'' l,- -' _.—_. J' i� C-I _.-' - 'p i � _ '� .a= _st �Q��I _�� - -�-Q"=. -_—_, j�� � �.:� �^ �.,,�,� _ _ [��,\\ � <I �� i � . +� �� 1 i ;;�� � ,i � ��� �� / /� I�� ��JCLL_'�� �I I ILIJ...i'� '�J �LiJ�JL� =\ � S'._-- � t L�. 1 -ir� `V -�rnr ��. L � ,'-7� �Ln� c �I / u� �, �'_' A q UJU � � J�!'J�. LiDUULL��L ^ ❑CC7 �'��0 ` ii �.� P9500Ht1rT-' � `�.^ \ �" �, �� � i ��CG(^"` , � �� ,�, - . I II �. � � ,��U ��I 1l�f'f �-lf -`. . �. ' � ��n,��,��— ��:����^^ \ .,, � ;� . li _���' �. � -���- �:- _ . � ��'I ,;��'�� I� �'�j,��..�;�" =- � j�� K-',�=� : ° � � `��= '� T �T _�r 1=.�� ;OI C�^. �,\ \ � m � � �.L 'd^ -wi 1�I��i q i ��f:^- I'l^.' n0 .. �_ : �-2' i Y.2 �-- ' - J H E " � ° , ;� � � ^ �: ,� ��� t ;.�,�. It 1 u: O� . w �. �.: q��� Y� t e . : � c k� �, . :: e ��' ; q.1� \ ot ^u m.^�i(� s'. �� { _ \ h ��' � ^ ` i w � > .. i-- � �m�� � � �✓' � � . �, • , 2 � ATTACHt4EtJT "B" BASIS OF SCOPE FOR SU8—TASK OftDER N0. 4-1 ITEM O1 Mobilization 02 Project Management 03 Above—Ground Inspection 0�1 Installation, Mainte— nance, and Operation of Semi—Permanent Flow Monitor Stations QUANTITY OR BASIS OF SCOPE Based on mobilization of two fully equipped field crews, complete with vans, meters, safety eGuipment, and tools. Based on providing a field engineer on a full time basis, and a senior project manager on a part time basis. Based on walking each street in each designated sewer district, photo— graphing significant findings, and preparing sewer line segment reports for future usage. Work effort based on of sewer line footage of 714,212 ft. (21.63 miles). Based on installation of 17 flow monitoring stations, and operation for a period of 6 months. 05 Installation and Opera— Based on installation and operation tion of Temporary of flow meters at 58 separate loca— Intensive Flow Monitor— tions for a maximum of 10 days per ing Stations location (580 meter days). 06 Rain Gauge and Well Point Installation and Operation Based on installation of 5 rain gauges and 5 well points. Gauges and points will be operated in each district during the time that inten— sive flow monitoring is occurring in that district. Two gauges and points will be operated on a semi— permanent basis for six months. � , Q7 Flow Correlation 08 Manhole and Sewer Inspection 09 Report Estimated flow correlation work is based on the need to correlate data from all of the monitoring stations and other instruments during the entire six month monitoring period. Based on inspecting all of the man— holes in the targeted sewer districts. Total manholes to be inspected are 615. Based on an engineering estimate of time and expense required to produce the report. � � . � irrR�z�! COST OR PRICE SUMMARY FORMAT FOR SUBAGREEMENT$ UNDER U.S. EPA GRANTS Form ApprotrJ (See nccorr.panying instructions 6e/ore cor%pletin� this lorrr,) 0,t1B No. 158-RG111 PARTI•GENERAL i. GRANTEE 3. GRNNT NUMBER City of Oshkosh, Wisconsin C550431 3. NAME OF CONTRACTOA OR SU�CONTRACTOR 4. OFTE OF PROP054L . Howard Needles T�mmen & Berqendoff 4-6-81 5. ADORE55 Of CONTRAGTOR OR SUBCONTRACTOR (Includa Z!P eode) 6. TVPE O: SERVICE TOBE FURNISNED 6815 W. Capitol Drive Sewer System Evaluation Survey ' Milwaukee, Wisconsin 53216 Physical Survey Sub-Task Order Cdo. 4-1 of Su lementarv Task Order No. 4 � PART II-COST SUMMARY � See Attach ��1 ESTI• HOUFLV ESTIMATED 7. pIREGT LABOR (Sp�cl(y LDor ut�porie�) MATED RATE COST T07ALS MOURS Pro'ect Mana er 460 516.50 S 7 590 Office Field En ineer 710 12.50 S 875 : Senior Technican 1050 10.50 11 02 Junibr Technican 960 5.50 5 280 " Secretarial 220 6.00 i 320 DiRECT IABOR TOTAL � � - 5 3L O9C !. INDIRECT CO5T5 (Sp�elly Intlixcf coa(pS22 Attach ��z RATE x BASE = ESTIMATED _ COST Salar Related Costs 0.3II534 090 5 General Overhead Costs 0.88 34 090 2 9 INDIREC7 CO575 TOTAL: . � i4 " ' 9. OTNEA D�AECT COST$ . ESTIMATE� . •. TRAVEL COST � -�� (1) TRANSPORT/�TION S22 Attachment [VO. 3 8 99Fi � (2> PER o�EM See Attachment No. 3 sz2 750 TRA�EL SUBTOTAL: " '� 531 746 � � - SeP Attach i73 esriMnTeo b. EpU1PMENT, MATERIALS, SUPPLIES (Specify ea�egoriesJ QTY COST COST Flow meters S S?1 600 Photos, pamphlets 1 000 Dtiscellaneous 1 500 EqUIPMENT SUBTOTAL: �� 24 100 � � C.SUBCONTRACTS ESTIMATE� � , COST Polytech, Inc. 518 000 Ground water moni�or Installation 1 S00 •' SUBCOHTRACTS SUBTOTAL: � S19 SOO d. OTMER (Spstlfy uNQodu) ESTIMATED . ' COST S - . ....._._.. . �. . . OTHER SUBTOTAL• � - � � S �.' OTHER DIRECT CO5T5 TOTAL: ' �� y�:i S 75 346 �0. TOTAL ESTINATED COST 51 SZ ?SQ �1. PROFIT 1 � RF� �x. TOTAL FRI[E 16Ei , 257 EP� Fo.in 5700-�1 (3•76) P�GE � OF 5 - � . Form AOProveC � o.��r no. �sc-rzo�a.e PART �II • PRICE SUMMARY � �j COMPETITOR'S CATALOG LISTINGS, IN-HOUSE ESTIMATES, PRIOR OUOTE$ MARKET PPOPOSED ' (lndimfs 6eei� /or price compednon) � pq��E�s� PRIC£ � . � � . � � . . . . .. . � , �. . �. . . . . .. $ PART IV•CERTIFICATIONS ��. GONTRACTOR lf�. MAS A FEOERAL AGENCY OR A FEDEPALLY CERTIFIED STATE OR LOCA� AGENCV PERFORMED ANY REVIEw OF VOUR ACCOUNTS OR RECORDS IN CONNECTION WITH ANY OTMER FECERAL GRANT OR CONTRACT WITHIN THE PAST TWELVE MONTMS' �1 YES Q No (If •'Ye�•' Q/ve neme eddroea snd teleAhons number o! revlewing o/flce) U.S. Department of Transportat.'.oti Federal Highway Administration-Region Seven Kansas City, Missouri 64141 816-926-7563 1<p.TH15 SUMMARY CONFORMS WITH TME FO�LOWING COST PRIkCIPLES � Uc. 'Ihis proposal is submitted ior u�e in connection with and in response to (1) 1"equest £T`om the Ci_ty c�f nshknGl-� , Wi �rnnci n : This is to certify to the best of my knowledge and belieE Ihat the cost and pricing data summarized herein are complete, current, and accurate as of i2)� Apt^11 6. 1 9R1 and that a financial management capability exists to fully and accu- ratelyaccount forthe financial transactions under this project. I further certify that I understand that the subagreement price may be subject to downward renegotiation and/or recoupment where ihe above cost and pricing data have been determined, as a result of audrt, not to have been complete, current and accurate as ofthe dale above. • (3) April 6, 1981 G�?yi/I�if� DI.TE OF E%ECUTION SIGN4TURE OF GROPOSEF Asso^i.ate T�TLE OF PROPOSER 1�. GPINTEE REVIEWEF ' I certify that I have reviewed the cost!price summary set forth herein and the proposed costs/price appear acceptabie for �nbagreement award. . � X D�TE OF E%ECUT�ON 81GN�TURE OF REViEnER � TITLE OF REVtEN'ER 16. EPA REVIEMER (!( �pyiiuele) . D�TE Oi E%ECUTiON � SIGNATURE OF REV�EWER � TiTLE OF AEViEwER E P4 Ferm S)OOJI (7-)6) - PAGE 2 oF 5 5700 Form Attachment /!1 ITQ1 7. DIRECT LABOR SUB-TASK ORDER N0. 4-1 T,nY,cv �,nr�,c.o MANHOURS ELEMENT Project Office/Field Senior Field Junior Field Management Engineering Technician Technician Secretarial TOTAL Ot - Mobilization 30 20 20 10 20 100 02 - Project Hanagement 150 20 80 250 03 - Above Groimd Inspection 20 80 40 146 04 - Semi-Permanent Monitoring Stations a. Installation 10 b. Operation 20 U� - Sewer District Intensive Flow Monitoring a. Installation 10 b. Operation 20 06 - Rain Gauge and Well Points a. Installation 10 b. Operation 10 07 - Flow Correlation 80 08 - Mar.hole and Sexer Inspection 20 09 - Report Preparation 80 Total Manhours 450 ' 3� 20 120 $0 20 20 120 80 100 710 80 40 200 120 40 20 40 450 1050 :• 200 120 uo 20 450 �.� 200 120 53� 340 110 7� 20 260 1000 100 280 220 3yo0 To From C�h�o�T F': 3�'� � ���a`� c;� HO�NAFlO NEEDLES TAMMEN B BERGENOOFF Office Engineers/Office Managers K. T. Lincoln � ` `� FHL,IA Au3ited :°:4 Ove.-head Perce�tages and Projected Percentages Through 1982 Interoffice Correspondence Date May 20, 1980 Enclosed a*e cepi�s for your office of the follouing t::o ove:head schedules together with their related projec[ion graphs: Summary of Breakdown of Allowable Salary-Related and General Overhead Costs Expressed as Percentages of Direct Payroll Charged to Jobs for Year Ended December 31, 1979. • Actual and Projected Branch Office Overhead Allowable under Federal Procurement Regulations Expressed as a Percentage of Direct Payroll Charged to Jobs. - Su�ary and Breakdown of Allowable Salary-Related and General Overhead Costs Expressed as Percentages of Direct Straight Time Payroll Charged to Jobs for Year Ended December 31, 1979. Actual and Projected Branch Office Overhead Allowable under Fede:al Procurement Regulations Expressed as a Percentage of Direct Straight Time Payroll charged to jobs. Since it is normally desirable to submit printed schedules and projection graphs, we will be happy to furnish an additional supply if you will advise � the quant�ty needed. It would be appreciated if you would i�ediately advise all personnel in your office involved in preparing proposals and billings of the availability of the current schedule. The schedules are those schedules referred to in paragraph 4b of APM 67A and the graphs are those referred to in paragraph 3 of APM 67B. Copies of these schedules and graphs will be distribuced later as part of the revision to APD1 67. The schedules represenk the FHWA approved overhead percentages for 1979 as audited and approved by Region 7 of the Federal Fiighway Administration. The graphs present the approved percentages for the past ten years and approved projections for 1980, 1981 and 1982. The schedules and graphs should be used for all proposals. Billings should not be adjusted unCil we receive the official approval letter. ! The letter confirming the approval of [he 1979 overhead percentages has not been received from FH�v'A a[ this time, but a copy of the approval letter will be furnished [o you for your files as soon as it is received. A1[hough the official approval letter has not been received, the approval of these rates can be verified by any client by contacting the Regional Audit Manager of Region 7 in Kansas City, Missouri. KfL16g cc: Par[nersJAssociates Encls. c��o�ar>st+u V�'�•� HOWARD NEEDLES TAMMEN & BERCENDOFF Summary and Breakdown of Allowable Salary-Related and General Overhead Costs Expressed as Percentages of Direct Payroll Charged to Jobs for Year Ended December 31, 1979 Item and Accoun*_ N�mbers Salary-Related Costs 1. Holidays, Sick Leave and Vacation (901-904) 2. Eoployees' Group Insurance (905, 911) 3. Workmen's Compensation Insurance and Social Security, Unemployment and Disability Taxes (906-908, 910) 4. Miscellaneous Employee Benefits and Retirement Plan (909, 912) 5. Foreign National Employee Benefits (913, 914) 6 7 8. 9. 10. 11. 12. Tota2 Salary-Rela[ed Costs General Overhead Costs Partner, Affiliate, Consultant and Employee Services (840, 841, 842, 875, 994) Staff, Administrative, Secretarial and Clerical Salaries Not Chargeable to Specific Projects (920-923, 925, 926) Rent, Utilities, Maintenance and Supplies (930-935) General, Public and Professional Liability Insurance (940-943) Personal Pzoperty and Miscellaneous Taxes (945, 946) Precontract Costs (822, 823) Depreciation, U.S. Expatriate Expenses, Amortization of Lease- hold Improvements, Professional Services, Professional IIues and Licenses, Moving Expenses, Mailing and Shipping Expenses, Telephone and Telegraph, Professional Development, Tuition Reimbursement, Miscellaneous Expenses and Service Department Costs (820, 821, 960-962, 965-968, 980-983, 985-991, 996, 998, 846, 847) Total General Overhead Costs To[al Overhead Costs rOTES: Percent of Direct Payroll Costs 12.15 7.24 9.30 4.20 .07 7.80 16.00 15.47 4.78 .29 12.85 14.18 32.96 71.37 104.33 a. Direct payroll costs are those Branch Office Salaries charged directly to a project. b. Item and Accoun[ N�bers refer to internal accounting procedures. c. Yercentages shown are for calendar year 1979 and will be used for a partial payment of fees. Final determination of fees will be based on actual overhead unless final billing is made prior to end of year, in which case overhead percentages of prior year will be used. d. Partners' Compensation is included in overhead costs at a rate of $50.00 per hour for 1,900 hours per partner. e. Salary-Related and General Overhead Costs as shown conform with approved business and accounting practices and include only items allowed by Federal Procurement Regula- tions, all as audi[ed und approved by FHWA for calendar years 1967 through 1979. Prepared 5/12/80 � � � � � �: 1;0 14y 130 ,zo ,�� ,�� � � ACTUAL AND PROJECTED BRANCH OFFICE OVERHEAD ALLOWAB�E UNDER FEDERAL PROCUREMENT REGULATfONS cX?RESSED AS A PERCENTAGE OF DIRECT PAYROLL CHARGED TO JOBS �- �--�--- ■-----------�- ■---_-----_--- ■_---_-------- .---_--------- ■ � � ■ � ■ ��i��������� : � . ■ ��������� y" , ■����������i .. ■�������.������� ������II � � � ��� ■�����I`/��!r�..�� /��� ■����� %���n��� ■����l��������� ■���� ..-/ ���,\/,���� ■����.�/��� ` ��� ■����� '" "'' ��� ,. �. �� ■���//����� �� ���/�� ' ■� ,... � '�..-� ■/"`": . - • • ' . . ... .. . ... . . .. f�. ■r����� � - • - • � . . -. �r����� . _ ... . .� . .. � . - -.. .. -. i��■�ii�i . . . _ . . .. _ . ����oa 1970 1971 1972 1973 1974 1975 1976 1977 1978 1919 iyuu iacs� iaaz _ Prepared by Finance Department. Kansas City,, Missouri. May 12. 1980 5700 Form Attachment 03 ITEM 9. OTHER DIRECT COSTS SUB—TASK ORDER tJO. 4-1 9a. Travel (1) Transportation (a) Two Field Crew Vans — Fully equipped with safety equipment, tools, etc., including estimated mileage — leased to project on direci cost basis for $650/month X 6 months $ 7,$00 (b) Personal or Company Vehicle mileage at $0.23�mile 2 Round trips per week from Milwaukee to Oshkosh at 200 miles/trip X.23 X 26 weeks $ 1,196 (2) Per Diem 2— 2 man field crews plus 1 field engineer at $35 per day/person X 130 days $22,750 Travel Subtotal 9b. Equipmen�, Mater:als, S�pplies $31,746 (1) Flow metering equipment leased to project 20 Marsh t4eBirney Model 265 VMFM Flowmeters with accessories @$180/month/meter X 6 months $21,600 (2) Photos, maps, phamphlets for public information $ 1,000 (3) Misc. Expenses for Consumable Items, Tools, Etc. Equipment Subtotal $ 1.500 $zu,�oo . i . �: SUPPLEMENTAL TASK ORDER N0. 4 TO THE AGRFRMENT DATED 6/20/79 BETIJEEN THE CITY OF OSHKOSH IN THE STATE OF WISCONSIN AND HOWARD NEEDLES TAMMEN & BERGENDOFF FOR CONS(1LTANT SERVICES IN CONNECTION WITH IMPROVEMENTS TO THE SEWERAGE SYSTEM 4-1.0 Purpose The purpose of this Supplemental Task Order is to esta- blish scope, schedule and payment provisions for a Sewer System Evaluation Survey as more specifically described herein. 4-1.1 This task order shall be further divided into Sub-Task Orders, each of which shall establish a scope, sched- ule, and payment provisions, which shall be based on the findings ef the previous Sub-Task Order, or other such approved 3r.fcrmation as nay be available. 4-1.2 Consultant shall not commence work on any task defined by this Task Order agreement until the pertinent Sub- . Task Order has been authorized by the City. 4-1.3 It shall be agreed that the initial scope of this entire Task Order shall be based upon the results of the Infiltration and Inflow Analysis Report. This initial scope shall be for purposes of establishing a USEPA Grant budget only, and shall be modified as necessary as each Sub-Task Order provides more perti- nent and detailed information about actual field condi- tions. 4-1.4 Agreement by the City to the Provision of this Task Order does not obligate the City to the Consultant for funding or authorization of any portion of this work until such time that the City authorizes an appropriate Sub-Task Order as defined herein. -2.0 Scooe The scope of the uork to be performed under this Supplemental Task Order shall be in accordance With the general provisions described in the Agreement between 4-2.1 the City of Oshkosh and Howard Needles Tammen & Bergendoff, dated June 20, 1979, Article 2.2.12. "Providing other services not otherwise provided for in this Agreement including services normally furnished by the City as described in 3.0, City's Responsibilities." North Side Tasks The Consultar.t will perform the following sub—tasks in the sewer distric*s no^th cf tha Fox Rive: as speci:ied in each Sub—Task Order, U-2.1.1 Perform Sub—Task Order No. 4-1, which shall consist of a physical survey of sewer districts as specified further in Sub—Task Order No. 4-1. This work shall consist oi the following elements. Above—ground inspection to investigate the general conditions of the selected districts, such as topo— graphy, streets, alleys, and access to manholes; locate potential problem areas, such as waterways, river crossings, and natural ponding areas; and to select the key manholes for additional flow, rainfall, and g:'ound— uater measurements. Flow monitoring to establish a long term record of flows into and/or out of major intercep�ors, pumping stations, and bypasses which have been identified in the facilities plan as needing elimination, replacement or reinforcement if no sewer rehabilitation work is done. Flow monitoring on an intensive, short duration basis in each district to capture at least one rainfall event to permit the identification of specific segments of sewer requiring further investigation. Manhole and sewer inspection to determine the actual physical condition of the sewer system in those seg— ments of each district identified as needing additional investigation by the flow monitoring work. Continuously report problems found in each segment of sewer to the City. Preparation of a preliminary report documenting find— ings of the Physical Survey, and justifying the scope of the next Sub—Task Order — RainfalZ Simulation. 4-2.1.2 Perform Sub—Task Order No. 4-2, which shall consist of rainfall simulation in those segments of sewers identi— fied in 4-2.2.1.06. This work shall consist of the following elements. __ _ _ q-2.1.3 Smoke Testing shall be performed in those segments of seuers where inflow sources such as roof leaders. cellar, yard and area drains, foundation drains, aban— doned building sewers, faulty connections, illegal connections, structural damage, leaking joints, and overflow points in the sewer systems are suspected. Dyed Water Testing shall be performed in sewers where storm sewer sections, stream ditch sections and/or ponding areas which near or above the sanitary sewer segments of contributing significant infiltration the sanitary sewers. segments of sections, are located are suspected and inflow to Continuously report problems found in each segment of sewer to the City. Preparation of a preliminary report documenting find— ings of the rainfall simulation, and justifying the scope of the next Sub—Task Order — Preparatory Cleaning and Internal Inspection. Perform Sub—Task Order No. 4-3, which shall consist of preparatory sewer cleaning and internal inspection. based on the findings of 4-2.2.2.04. Preparatory cleaning shall be performed on those sewer segments ahich prese7t obvious potential for excess infiltration/inflow, where the causes, sources and magnitudes of I/I have not been identified by the techniques employed in previous sub—tasks, Internal inspection utilizing television inspection, physical inspeetion, and air pressure testing as deter— mined to be necessary by the conclusions of the pro— ceeding Sub—Task Orders. Continuous reporting of problems located in the City. Preparation of a preliminary report documenting find— ings. 4-2.1.4 Perform Sub—Task Order No. 4-4 which shall consist of the preparation of a survey report containing the following: 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 in— vestigation; A cost-effectiveness analysis to determine the portion of sewer sections which can be cost-effectively rehabi- litated and the infiltration/inflow which is expected to remain in the sewer system after rehabilitation; A proposed sewer system rehabilitation program and its related costs; Documentation of all the field data gathered during the investigation. 4-2,2 South Side Tasks The Consultant will perform the following Sub-Tasks in t�e sewer districts south of the Fox River as specified in each Sub-Task Order. 4-2.2.1 Perform Sub-Task Order No. 4-5, which shall consist of a physical survey of sewer districts as specified further in Sub-Task Order No. 4. This work shall consist of the following elements, Above-ground inspection to investigate the general conditions of the selected distriets, such as topo- graphy, streets, alleys, and access to manholes; locate potential problem areas, such as waterways, river crossings, and natural ponding areas; and to select the key manholes for additional fiow, rainfall, and ground- water measurements. Flow monitoring to establish a long term record of flows into and/or out of major intereeptors, pumping stations, and bypasses which have been identified in the facilities plan as needing elimination, replacement or reinforcement if no sewer rehabilitation work is done. Flow monitoring on an intensive short duration basis in each district to capture at least one rainfall event to permit the identification of specific segments of sewer requiring further investigation. Manhole and sewer inspection to determine the actual physical condition of the sewer system in those seg- ments of each district identified as needing additional investigation by the flow monitoring aork. Continuously report problems found in each segment of sewer to the City. Preparation of a preliminary report documenting find- ings of the Physical Survey, and justifying the scope of the next Sub-Task Order - Rainfall Simulation. m 4-2.2.2 Perform Sub—Task Order No. 4-6, which shall consist of rainfall simulation in those segments of sewers identi— fied in 11-2.3.1.06. This work shall consist of the following elements. Smoke Testing sha11 be performed in those segments of sewers where inflow sources such as roof leaders, cellar, yard and area drains, foundation drains, aban— doned building sewers, faulty connections, illegal connections, structural damage, leaking joints, and overflow points in the sewer systems are suspected. Dyed Water Testing shall be performed in segments of sewers where storm sewer sections, stream sections, ditch sections and/or ponding areas which are located near or above the sanitary sewer segments are suspected oF contributing significant infiltration and inflow to the sanitary sewers. Continuous2y report problems found in each segment of sewer to the City. Preparation of a preliminary report documenting find— ings of the rainfall simulation, and justifying the scope of the next Sub—Task Order — Preparatory C1-eaning and Internal Inspection. 4-2.2.3 Perform Sub—Task Order No. 4-7, wniah shall consist of preparatory sewer cleaning and internal inspection, based on the findings of 4-2.3•2.04, 4-2.2.4 Preparatory cleaning shall be performed on those sewer segments which present obvious potential for excess infiltration/inflow, where the causes, sources and magnitudes of I/I have not been identified by the techniques employed in previous sub—tasks. Internal inspection utilizing television inspeetion, physical inspection, and air pressure testing as deter— mined to be necessary by the conclusions of the pro— ceeding Sub—Task Orders. Continuous reporting of problems located in the City. Preparation of a preliminary report documenting find— ings. Per£orm Sub—Task the preparation following: Order No. 4-8 which shall consist of of a survey report containing the 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 andlor the sections of sewer lines investigated; A summary of all the results gathered during the in— vestigation; A cost—effectiveness analysis to determine the portion of sewer sections which can be cost—effectively reha— bilitated and the ir.filtration/ inflcw whic� is ex— pected to remain in the sewer system after rehabili— tation; A proposed sewer system rehabilitation program and its related costs; Documentation of all the field data gathered during the investigation. A-4.0 Schedule 4-3.t The work under this Supplemental Task Order shall commence upon receipt by the Consultant of an executed copy of the Supplemental Task Order, an executed copy of a Sub—Task Order, notification of the City by the USEPA of a Step t grant Amendment Award, and written authorization to proceed from the City to the Consultant. 4-3.Z Attachme.^.� "B" contair.s an estirated schedule, with a project duration of approximately 12 months to point of submittal of the Survey Report to the State and Federal agencies.for review. 4-4.0 Minority Business Enterprises (MBE) Att MBE subconsultant has been retained to assist in the data gathering portions o£ the sub—tasks. Level of effort will be consistent with the 12A MBE utilization goal of the City of Oshkosh, and is illustrated on the EPA form 5700-41, Attachment "D��. The selected sub— consultant is Polytech, Inc. 4-5.0 Payment u-5.7.1 Payment for the work defined under this Supplemental Task Order, and under all subsequent Sub—Task Orders, shall be on the basis of a cost plus fixed fee for Sewer System Evaluation Survey work as defined by EPA and in accordance with the general provisions described in Artfcle 8.1.1 of the Consultant Services Agreement between the City and Consultant dated June 2�, 1979• 4-5.1.2 The prelimina:y estinated direct labor costs, indirect costs, other direct costs, and profit are itemized in the attached EPA Form 5700-41 (2-76). Actual final estimated costs and total charges shall be specified and approved in each Sub—Task Order as each Sub—Task Order's scope is defined. ZN WITNESS WHEREOF, the parties hereto have caused this Supplemental Task Order No. 4 to be executed the year and the day below written by their proper officers and representatives. In ?resence Of: CITY OF OSHKOSH, WISCONSIN 9 Mu^icipal Co.^pora±ior. William D. Frueh, City Manager Approved as to Form: ity Attorney HOWARD NEEDLES TAMM£N & BERGENDOFF ENGINEERS, ARCHITECTS & PLANNERS B Y ' C�iGl�.6 _� Harvey K. Hammond, Associate CQST OR PRICE SUMMARY �ORMAT FOR SUBAGREEMENi S UNt7ER 11.5. EPA GRANTS Form Approred (See accorr,panying instructions belore comple�rn� rhis /orrr) OtIB No. 158-P,G141 PARTI-GENERAL I i.vRANTEE City of Oshkosh 3.NAMEOFCONTRpCTOR ORSUBGONTRAGTOR Howarci Neec.ies Tammen & o S. ADORE55 OF CONTRACTOF OR SIIBCOHTFACTOR (!nc 6815 W. Capitol Drive Pdi2waukee, WI 5321n 7. Ll1RECT 4ABOR (Syscfl� 7sbo� tetegorisq 1 ior Technician retarial ZfY eode) ESTI- MATED HOURS � 2, GRANS NVMBER C550431 6. DATE OF PROPOSA�. 4-6-81 6. TYPE Of SERVIGE TO BE FURNISNE� Sewer System Evaluation Surve Supplemental Task Order No. 4 NOURLY RATE � . � DIRECT IABOR TOTAL: � ��� 0. INDIRECT CO5T5 (Spvclry In3lret< roat yoo7n) RATE x BASE _ Salarv Related Costs _ 0.385150 42( INDIRECT COSTS TO7AL: � � �. � � . 9. OTHEH DIFECT CO5T5 i. TRAVEI. � �i�T A 5 OR TON 20 ��� miles al. 0.22/mile �z� PER o�EM 10 ersons x$35/da x 30 week TRA`/ELSUB70TALa �� ' b, EQUIPMENT. MATERIALS. SUPPLIES (Specily eerogories) QTY Full e ui ed vet-iicles at �500 mo x 8 months 5 flow meter rentals fcr l; mo. 20 consumables and re orts EOU�PMENT SUSTOTAL: � t.SUHCONTRACTS Polytech, Inc Groundwater m , d. OTMER (Sysclly t.�•Qod.�) MBE SUBCONTRACTSSUBTOTAL: � � � OTHERSUBTOTAL:� e} OTHER DIREGT C0575 TOTAL: iD.TOTAL ESTIMATED COST ' 11. PkOF1T i1. TOUL PRICE � E PA r o.�n 57�0•{1 i2-76) . EST�MATE� COST ESTIMATED C05T � . ESTIMATED COST 4 400 552 , 500 ' S56 900 COST ESTIMATEO COST s ,000 ea 20 000 . 125 ea 42 00 18 000 80 500 ESTIMATED COST S �io 000 3 000 83,OG0 ESTIMATED COST $ j 1 TOTA�S >150.!2� _� : � • 5l 89 . �i3� o-.r:� •.i-r:. I i. 560,350 PA�.E 1 OF 5 � orm npyro.e O.M1IR A'o. !ig-Hn1JJ � PART 111 -PRICE SUMMARY � 13: C. MPETITOR'S CATALOG LISTINGS, IN-MOUSE ESTIMATES. PRIOR QUOTES MARKET PPO�OSEO � (fndicero beaie !or prlce compviaen) PqICE(51 PRICE ' • . . � " . -... . . . �.r . _ . - ..� � , :.� . '�.. . . ..'. .�. � .� .�...-�. ,:.: � � �.:m., , , �..... . $ PART_IV-CERTIFICATIONS 7Y. CCNTRACTOR - I4�_ yA5 A FEOEFAL AGENCY OR A FEDEPALLY CEftTIFiED STATE OR LOCAL AGENCY PERFORMED ANY REVIEw OF YOUR ACCOUNTS OR RECOR�S IN CONNECTION WITH NNY OTHER FECERAL GRANT OR CONTRACT WITHIH THE PAST TWELVE MONTHST � YES Q NO (!f •'ye�" Qfve neme eddreea end tefephone number nf reviewing oflice) - U.S. Department of Transportation Federal Highway Administration-Region Seven Kansas City, MO 64141 816-926-7563 14D.TNIS SUMMARY CO4FORMS WITM THE FOLIOwING COST PRIhCIPLES � � I 6 c. Thic proposal is submitred :or use in connection with and in response to (1) request from 'the City of Cshkosh, t^JiSCOnsin . This is to certif}• to the best of my knowledge and Leiief tiiat the cost and pricing da[a summacized herein are complete, curreni, and sccura.e as of (2J _ Aprll 6, 1981 and that a financial managemertt capability exists to fully and accu- tatelyaccourtt forthe financial transactions vnder this project. I further rertify that I understand that [he subagreement price may be subject lo downward renegotiation and/or recoupmen[ where the above cost and pricing data have been determined, as a result o( audi[, not to have been compleL°, cucrent and accurate as o( the date above. � (3) Anril 6. 1981 � ��,yfif/, ,, DATE OF EXECUTION . SIGNATURE OF PROPOSER � . - As�cx�i �tP . TITLE OF GqOPOSER 16. GPI.NTEE REVIEWER I certify that I have revlewed the cost/price summary set forth herein and the proposed costs�price appear acceptable for �ubagreement award. X OATE OF E%ECUT�ON �iGNATURE OF REVIEWEF TITLE Dc RFVi£wER � 16. EPA ftEV1EMER (ff �ppliuD(e) pATE OF E%ECUTION , SiGNATURE OF REV�ENER TITIE OF REV�EwER rwyL L U� � ..._...... . . . . . � . . _ �_ T. . ___. ...... ___.._�._�._.�....��IYYr� 0 0 0 0 0 . . . . G C� � W N ; 7' xl H (t') S 'il fn N a r N � f'. 'LJ W (D K �G Gl. O 'd N � N fp 'Z N � �y F'. c� O �+ N n H C" � u f11 'Sf � O di i� F�-� Vi N � R^ C/� CR I N N H � '2 "'j � C < N C' F+ N cr N N 'C t'. 'S C r O 3 µ 3 N O N 3 0 0 0 0 0 . . . . -y CT C W N --� � � H CI'� 7J "'O VJ N a 1� N 5 1�• O 'O N � f�i1 fD `t (p 7 �y F�• c' (� N- ol !� H cr � r m N � � ca N r � m � a� cn �n m N H B 'S '% � C < N ty' F�' N c'' N N � ! u 'Y cT O 7 w � N O r a � C Q � H N N � O '2 ❑. N -s bN � �� rt lO n n I� O < Iv m n L � v � � W • N IT m v I� �a � �3 v �` C � N 1`` C ID W � y C [•7 'd � r�°^ b m 3 (n m�tn zcnH a H H H H Y b7 �C H t-� 3 (/� y HC`l'�s1�S a C t�J 3 cnaor�m vcrrncz cxr.� oaxm z H O m o � � zz zm oc . � C �� � � �i, qp � � � � � QN CJ a� � .N � �' ya +, .. w b cn o w � o � � � S. -ri f+ O +? O N �� � H U � ra O �6 . � � {.� O O N 'rl � � £ � , . . \;�, �!.` y.• � ��� � � � � M � � v � � Sa r�i U � � � U