Loading...
HomeMy WebLinkAbout34136 / 86-335October 16, 1986 # 335 RESOLUTION (CARRIED LOST LAID OVER WITHDRAWN ) PURPOSE: AMEND HNTB TASK ORDERS # 6, 7, 9 and 10 INITIATED BY: DEPARTMENT OF PUBLIC TaORKS BE IT HEREBY RESOLVED by the Common Council of the City of Oshkosh that the proper City officials are directed and authorized to execute the attached letter agreement with Howard Needles Tammen & Bergendoff to amend Task Orders Nos. 6, 7, 9 and 10 as outlined therein. Money for this purpose is appropriated from Account No. 349-145 -- Sanitary Sewer Construction Fund/Construction in Progress. - 19 - SU$MITfiED BY APPRQU�,'� � �' ��'-� J RESOLUTION # 335 HOWARD NEEDLES TAMMEN 8. BERGEN�OFF September 30, 1986 Mr. Gerald Konrad, P.E. Director of Public Works City of Oshkosh 215 Church Avenue Post Office Box 1130 Oshkosh, WI 549�2 Re: City of Oshkosh Sewer System Rehabilitation Project Request for Task Order Amendments Dear Mr. Konrad: The purpose of this letter is to request amendment of Supplemental Task Order (S.T.O.) Nos. 6, 7, 9 and 10 to the Agreement between the City of Oshkosh, Wisconsin and Howard Needles Tammen & Bergendoff for Consultant Services in connection with improvements to the sewerage system. These task orders are all involved with biddinq and construction services for Phases lA and ls of the project, and are more fully described below. The amendment we are requesting is to reduce the maximum cost authocized for Supplemental Task Order Nos. 6, 9 and 10, and increase the maximum cost authorized for Supplemental Task Order No. 7. Supplemental Task Order No. 7 covered construction engineering services for Contracts 85-01, 02, 03 and 07, starting in the spring of 1985 and continuing through the fall of 1986. The scope of these services expanded significantly due to the addition of $964,596 worth of rock removal wor' in Contract No. 85-01. The following discussions swtmarize the purposes and status of each of the Supplemental Task Orders involved. Supplemental Task Order No. 6 covered construction bidding services for the Phase lA conttacts, includinq Contract Nos. 85-01, 02, 03 and 07. All the work included in this task order was completed for $24,754.13, which is $1,434.87 less than the authorized maximum amount of $26,189. Supplemental Task Order No. 7 covered construction engineering services for the Phase lA centracts. These services included resident engineering and cunstruction observation, operations and maintenance manual preparation, ArcMNCli E�pinwn Pbnn�n OM Put P4ra - Sulb 600.11Z70 Wwt P�rt Vlace. Mlhwk�e. W4eonW 5123�. �1� i5i2�00 7�rbwn Jemas E Finn PE. Paul L. Meinaman 7E. GararG F. Foa PE. Brownnp Lrow PE, Cliatles T. Henngan PE. Daniel J. Watkins PE. Daniei J. Spiga� PE. Jonn l Conon PE. Francis X. HaY PE. RoOen S. Coma PE, Doreltl A. Dupias PE. William Lova AIA. RoOerl D. Millar PE. Jemes L Tunie. Jr. PE. Hupn E Sc�ml PE. Cary C. Goodma� AIA. GorGa� H. _larey. J�. PE I IarveY K. Hammma. A. PE Auotl�M Danlel J. Appel PE, flo0erl W. Rictartls PE. Don R. OrI PE. PreOeritM H. $IerOenz PE. floEerl 9. Kdlmar PE. Keneall T. Gncoln CPA. Jack P Shead PE. Ro�ens W. $milhem PE Ric�ara D. Beckmen PE. Harry D. Benassa PE. Ra10� E. Roeiwn PE. Cecii P. �omts PE, Slep�en G. GotlGa�O PE, S�ameY I. Masl PE, PoDen W. Ar¢ia PE. Walier Sherko PE. Jemes O. Russeli PE. Ross L Jensen AIA. Frenk T. Lamm 7E, Aleaender F. 51a0y PE, lohn W. Wqhl VE Ronaid W. Aarons AIA, H. Jerom¢ Butler VE. Ble�se M. Grriere PE. Mic�ael P. Inpardia PE, Berrurtl L. Prince 7E, Slepfren e. Ouinn PE. Saul A. Jacoos PE, Jam¢s A. Smhq Ronala F. Tumer AIA, C. F�a� Harschec IIL Evn'q M. Miller FAfA, Douglas C. Mynre PE. CaN d. �deP�ea AE. Danie� F. Becke� PE AicTa�tl L Faman AIA OMIw AlexenEria. VA. Allente, GA, Austin, T%. Baton Rouqe, U Boston. MA. Casper. WY, C�etl¢Slon. NN. G�iGago, IL. Cleveland. OH, DallaS, T%, Denver, CO. FairlielG. NJ, Mous�on, T%, InGianapdis. IN, Kensas Ciry, MQ lexirplon. KV. Lexmgmn. 1AA. Los Arge�es. CA. Miami. FL Mewau�ee. W�, Minneapoi�s. MN, Newerk.OE. NewVOrk. NY, OrleMO, F� O.erlarM Park KS. P�iletlelpha. PA. POcenix, AZ. Ra1egR NC. Seanle, WA, Tampa. F� Tulsa, OK - 19a - RESOLUTION # 335 Mr. Gerald Konrad, P.E. September 30, 1986 Page 2 preparation of project and payment documentation, shop drawing review and other incidental related services. A major increase in the amount of work in construction of 60—inch diameter sewer in Eighth Avenue resulted in significantly more resident engineering time involved with documenting progress and costs. The cost of the additional construction engineerinq services required due to the rock removal was $10,358. Other unanticipated construction engineering services were required for design and construction of drainage sewers at the Broad Street Pump Station site, and continuing engineering services beyond the dates of final completion to obtain project submittals, assist with fine tuning of instrumentation and control systems, and review the Contractors' performance of "punch" list work items. As a result, the authorized maximum cost of $351,538 for this task order has been exceeded. Supplemental Task Order No. 9 covered engineering services associated with bidding Contract Nos. 86-09, OS and 06 for Phase 1B. With the exception of additional soils investigation work, the scope of this task order is very similar to that of Supplemental Task Order No. 6. All work included was completed for a final cost of $19,848.93, which is $2,249.07 less than the authorized maximum amount of $22,098. Supplemental Task Order No. 10 covered the same services described above for Supplemental Task Order No. 7, except that they applied to the Phase 1B contracts. Nearly all activities included in No. 10 are already complete, and are expected to cost somewhat less t�ian the maximum authorized cost of $179,399. We propose to amend Supplemental Task Order Nos. 6 and 9 to reduce the maximum cost plus fixed fee amount to the invoiced amounts already paid by the City, or $24,754.13 and $19,848.93, respectively. This essentially changes the payment basis for these Supplemental Task Orders from "cost plus fixed fee" to "cost plus fixed fee rate," and finalizes them. We also request your authorization to increase the maximum cost for Supplemental Task Order No. 7 by an amount not to exceed the combined unspent balances of Supplemental Task Order Nos. 6, 9 and 10, or the cost of additional work required, whichever is ieast. This also effectively changes the payment basis for Supplemental Task Order Nos. 7 and 10 to "cost plus fixed fee rate" and does not increase the total maximum authorized cost for the Phase lA and 1B construction engineering task orders. This amendment does allow unspent funds authorized for Phase 1B work to be applied to Phase lA activities. The amendment also reduces the fixed fee amount for the underspent Supplemental Task Orders to a fixed rate amount of actual cost incurred instead of a fixed rate amount of maximum cost authorized. - 19b - RESOLUTION # 335 Mr. Gerald Konrad, P.E. September 30, 1986 Page 3 If the amendment provisions proposed and requested above ace satisfactory to the City of Oshkosh, please forwatd one copy of this letter amendment with the appropriate signatures to HNTB. As always, we are available to discuss any aspect of this project with you at your convenience in person, or by telephone at 359-2300. Very truly yours, HdWARD NEEDLES TAhII+IIN & BERGINDOFF ., l,1•�,,IL�c J�� t Manager AUTHORIZED BY: �'�L�"`7� L��xs���6lld' Ha�vay K. hammond, P.E. Partner CITY OF OSHKOSH, WISCONSIN, A Municipal Corporation Wi iam D. Frueh, City Manager Donna C. Secwas, City C erk APPROVED AS TO FORM: City Attorney — I hereby certify that the necessary provisions have been made to pay the liability which will accrue under this contract. E war A. Nokes, City Comptroller Jt �1/k f HNTB N0. 6378(ENV 3/22) - 19c - Date Date Date i� c'� C� 3 C) ➢ O �+ rF 7J - i �G O ."L7 � Q i-+ O c-� ro m z � � p .. � .. � .� O� ➢ D O �G O N � l0 N -� � O� U� -- cn n (n C � N � fD E � � N � Q -s m 3 2 [/� fD O �G � E in i+ a cF d � N � a � -i Z A o+ fD (D N (D � � d d Q O lD �� � N � d �. � --i rr � fl, p� N � fi � .+. Qi N O � � � V 20 v� � W O �D fD �. � � a � fl 7 fD h d � � d � p O � � � � N � W W Cn