HomeMy WebLinkAbout34124 / 86-319October 2, 1986 # 319 RESOLUTION
(CARRIED LOST LAID OVER WITHDRAWN )
PURPOSE: APPROVE AGREEMENT WITH HNTB/SUPPLEMENTAL TASK
ORDER NO. 14
INITIATED BY DEPARTMENT OF PUBLIC WORKS
BE IT RESOLVED by the Common Council of the City of Oshkosh
that the attached agreement with Howard Needles Tammen & Bergendoff,
being Supplemental Task Order No. 14 to the Agreement dated 6-20-79,
is hereby approved and that the proper City officials are hereby
authorized and directed to execute same.
BE IT FURTHER RESOLVED that money for this purpose is
hereby appropriated from:
Account No. 349145 - Sanitary Sewer Construction Fund/
Construction in Progress
StiSNIT'f'P.'D EY ..-,---'�-----"�"'�-.
APPROVED
- 30 -
�^�w
:l�.�t !��
��
RESOLUTION # 319
SUPPLEMENTAL TASK ORDIIt N0. .
TO Tt� r+GxEEh�td'P nATED 6/20/79
BE'iWEEN THE CITY OF OSHKOSH
IN THE STATE OF WISC�ISIN
HOWARD NEIDLES TAP'Q�[Q & BERGIIJDOFF
FOR CONSULTANT SERVICES IN COIa]ECTION
WITH IMPROVEMENTS TO THE SEWERAGE SYSTEM
14-1.0 Purpose
The purpose of this Supplemental Task Order is to establish scope, schedule
and paynent provisions for Stap 2, design wark, associated with Phase 2A of
the Sewer System Rehabilitation Program as more specifically described
herein. Phase 2A includes sewer interceptor Segment 23 in Eleventh Avenue
from Georgia Street to Michigan Street; in Michigan Street from Eleventh to
Eighth Avenues, in Ohio Street from Eleventh Avenue south approximately two
hundred feet, and in Tenth Avenue from Michigan Street west approximately
three hundred feet.
19-1.1 Consultant shall not commence work on any task defined by this Task
Order agree�nt until advance commitment for Step 2 funding has been made
by the State of Wisconsin Department of Natural Resources Bureau of Water
Grants and authorization to proceed has been received from the City.
14-1.2 Agreement by the City to the provisions 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 the work
defined herein to proceed.
14-1.3 The Consultant will subcontract for soils borinq and analytic
services with STS Consultants, Ltd., as in previous project Task Orders.
The Consultant shall not retain the services of any additional Sutr
consultant for assistance with the tasks described herein without
authorization by the City of Oshkosh.
14-2.0 Scope
The scope of the work to be performed under this Supplemental Task Order
shall be in accordance with the general provisions described in the
Agreement between the City of Oshkosh and Howard Needles Tammen &
Bergendoff, dated June 20, 1979, Article 2.1.3 and 2.1.3.1:
"Design Phase. LTpon receipt of the CITY's written authorization to proceed
with the Design Phase, the CONSULTANT shall:
"Prepare the required Contract forms including proposal forms and notice to
bidders, drawings, technical specifications and other documents as required
to complete the Construction Contract Documents, in accordance with the EPA
Step 2 regulations, and as further defined in supplemental task orders."
Task Order No. 14-1
Htdl'1B N0. 00140(ENV 3/15)
- 30a -
RESOLUTION #319
14-2.1 7rie CONSULTANT will provide the following engineering services
under this Supple�ntal Task Order for the Phase 2A portion of the program
service area within Districts AB and AK south of the Fox River:
14-2.1.1 PR0.7ECT MANAGII+�N'P - Consultant shall provide overall management
services to assist the City with the administration of Step 2 activities
for the Phase 2A program area, overall management of the below listed
tasks, and coordination of submittal and submittal reviews with the
Departa�ent of Natural Resources.
14-2.1.2 RECOI�II9AISSANCE SURVEY - Consultant shall obtain record drawing
data for existing facilities including sanitary sewer, storm sevrer, water,
telephone, electric, gas and street lighting utilities for incorporation
into the design documents. Consultant shall also collect topographic and
location survey data using USGS datum and state plane coordinates
previously established in the project area within the entire riqhts-of-way
of the projecL design area. This ir.cludes Eleventh Avenue from two-hundred
feet west of Georgia Street to two-hundred feet east of Michigan Street,
Georgia Street for a distance of one-hundred feet north and south of
Eleventh Avenue, Ohio Street for distances one-hundred feet north and
five-hundred feet south of Eleventh Avenue, Michigan Street from one-
hundred feet south of Eleventh Avenue north to Eighth Avenue, Tenth Avenue
from Ohio Street to one-hundred feet east of Michigan Street, and Ninth
Avenue from one-hundred feet west to one-hundred feet east of Michigan
Street. Data collection will be done using electronic surveying equipanent
and applied to CAD plan preparation and production. To the extent possi-
ble, existing utility information provided by record drawing data will be
field verified through on-site inspection and measurement.
14-2.1.3 SOILS HORINGS AND REPORT - Consultant shall conduct a subsurface
soils investigation in the project design area to include borings in not
less than five locations to a depth of not less than tvrenty-five feet, or
refusal if rock is encountered. Boring logs shall indicate soils types and
general classifications throughout the depth of the borings, and in summary
will indicate the relative likelihood of encountecing significant bedrock
during project construction activities. This work will be conducted by STS
Consultants, Ltd. , as a Subconsultant to t�TrB.
14-2.1.4 S�+TER DESIC�I - Consultant shall review hydraulic data previously
prepared for I/Z, SSES and Facility Planning efforts for design application
and reaffirm previous design flows for the Segment 23 sewec intercepcors;
complete hydraulic sizing and vertical alignment determinations; finalize
horizontal alignment and manhole design in consideration of other existing
utilities and known soils information; and prepare a Design Report su�
marizing the design data in accocdance with Wisconsin FUnd requirements.
14-2.1.5 CONTRP.CT DOCUNgT1TS AND SPECIFICATIO[VS - Consultant shall prepare
contract doclunents and specifications for the Phase 2A Construction
Contract. These documents shall be prepared in accordance with State and
Local practices, procedures, and requirements, and derived from the
Contract Documents and Specifications previously prepared as part of this
Sewer System Rehabilitation Project. Ten copies of these documents will be
printed anl bound for review purposes. A good quality reproducible set of
the Contract Documents and Specifications will be provided to the City for
bidding acyd construction printing and distribution.
Task Order No. 14-2
HI�7B N0. 00140 ( PS1V 3/15 )
- 30b -
RESOLUTION # 319
14-2.1.6 C�JSTRUCTION PLANS - Consultant shall incorporate survey and
design data described in Supplemental Task Order No. 14 items 19-2.1.2,
14-2.1.3 and 14-2.1.4 into Constcuction drawings including plan, profile,
detail and standard sheets as necessary to obtain complete and accurate
bids for the contract; to obtain grant funding for the contract by
satisfying DNR and other agency requirements; and to obtain required
permits by both the City and the Contractors from outside agencies and
entities. These drawings shall be prepared using primarily electronic
survey and design techniques, but will not include photo-base plan sheets.
Ten sets of the Contract Documents will be printed and bound for review
purposes. Oriqinal ink-on-mylar drawings will be delivered to the City for
bidding and construction plan production after agency approval has been
given.
14-2.1.7 COI�ISTRUCTI�I COST ESTIMATES - Consultant shall prepare a Cost
Estimate Report for use by the City in preparation for bidding, determina-
tion of financial program requirements, and grant funding application
preparation. This work shall include preparation of estimated material and
labor quantities tabulated in such a manner as to create the necessary Bid
Document Bid focros. Estimated unit or lump sum cost prices will then be
applied to these quantities for determination of estimated contract costs,
and for inclusion in the report. Five copies of this report will be
produced for submittal to the City and grant agency.
The Consultant has no control over the cost of labor, materials, equipment
or services furnished by others, or over the contractor(s) methods of
determing prices, or over competitive bidding or market conditions. Its
opinions of probable project cost and construction cost provided herein are
made on the basis of its experience and qualifications and represent its
best judgert�ent as an experienced and qualified professional engineer,
familiar with the construction industry. The Consultant cannot and dces
not guarantee that proposals, bids or actual project or construction cost
will not vary from opinions of probably cost prepared by it.
14-2.1.8 PLAN OF OPERATION/USER CHARGE REPORT - Consultant shall prepare a
Preliminary Plan of Operation covering the Phase 2A construction activity
in accordance with DNR guidelines. This plan includes developanent of an
overall project Step 2 and Step 3 implementation plan including project
milestones. [A User Charqe Report, or amendment of the existinq User
Charge System is not included within the scope of Supplemental Task Order
No. 14. Final approval of +�e UCS b�� the DNR-BWG is anticipated in fall of
1986. Cost impact of this project will be incorporated into 1987-1988 UCS
review and revisions by the City.]
14-3.0 Schedule
The vrork under this Supplemental Task Order shall co�ence upon receipt by
the Consultant of an execvted copy of the Supplemental Task Order, and
authorization to proceed from the City to the ConsUltant. Preparation of
contract documents will be completed for su�ittal to the review agency
within eight weeks from the date of Authorization to Proceed. �e services
to be provided herein will conclude upon the regulatory agency's notice of
approval of the suh�nitted Step 2 documents.
Task Qrder No. 14-3
HIaPB N0. 00140(F�1V 3/15)
- 30c -
RESOLUTION # 319
14-4.0 Small or Minority Business Enterprises (t�E)
Small or minocity business enterprise involvement in this limited scope
task order is impractical and not cost-effective. Substantial small and
minority business i�volvement has been maintained throuqhout the entire
Phase 1 portion of the program, and will be pursued throughout subseq�ent
Step 3 activities.
14-5.0 Payment
19-5.1 Payment for the work defined under this Supplemental Task Ordec
shall be on the basis of a cost plus fixed fee in accordance with the
general provisions described in Article 8.1.1 of the Consultant Services
Agreement between the City and Consultant dated June 20, 1979. Total
charges for this Supplemental Task Order will not exceed $24,529, unless
otherwise agreed to in writing,
14-5.2 The estimated direct labor costs, indirect costs, other direct
costs, and profit will be itemized in the Supplemental Task Order COST OR
PRICE SUP49ARY FORMAT FOR SUBAGREEMENTS UNDER WISCONSIN E'UND GRANTS form,
and on the attachments incidental to those forms.
IN WITNESS WHEREOF, the parties have caused this Supplemental Task Order
No. 14 to be executed the year and the day below written by their proper
officers and representatives.
in Presence Of:
CITY OF OSHKOSH, WISC�I51N, A Municipal Corporation
Mr. Wi iam D, Frue , City Manager Date
Mrs. Donna C. Serwas, City C er Date
Task Order No. 14-4
HI9'iB N0. 00140(ENV 3/15)
- 30d -
HCJNII.RD NEIDLES TAI+A'fE[Q & BERGENDOFF
BY �r.V/'.fa��- "! � !!, f�s'���'�,
Mr. �'r . Lamm,� cia�e—
�
Approved as to Form:
By
City Attorney
I hereby certify that the necessary provisions
have been made to pay the liability which will
accrue under this contract.
RESOLUTION # 319
� Z3 / �
✓ Date
Date
Mr. r A. No es, City Comptro er Date
Task Order No. 14-5
FIIVTB N0. 00140(ENV 3/15)
- 30e -
�
f
� n° ao °a-o �o
t-i' r+ A� O_ �"O tn
�G O 7J �--� N 3 -5 •
Q . � O � fD O
� �' � � Z Z 3 ( D W
fD •• O 20
'S N • � t0
T. =a + y W lt]
� <O A� N
m v � co
. o� cn -a to �
rn � m
n�
V O c+
.� M
M E
� .�•
V1 c+ �%�
C �
� 2 �?
� O #
� a t�
(D -S
� a
�+
d Z
.� �
�
� d
d �
N �
F �