Loading...
HomeMy WebLinkAbout34124 / 86-319October 2, 1986 # 319 RESOLUTION (CARRIED LOST LAID OVER WITHDRAWN ) PURPOSE: APPROVE AGREEMENT WITH HNTB/SUPPLEMENTAL TASK ORDER NO. 14 INITIATED BY DEPARTMENT OF PUBLIC WORKS BE IT RESOLVED by the Common Council of the City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 �