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