HomeMy WebLinkAbout33094 / 84-09November 15, 1984 �/ 9 RESOLUTION
(CARRIED LOST LAID OVER WITHDRAWN )
PURPOSE: APPROVE AGREEMENT FOR CONSULTANT SERVICES IN
CONNECTION WITH THE SEWERAGE SYSTEM
INTTIATED BY: DEPARTMENT OF PUBLIC WORKS
BE IT RESOLVED by the Common Council of the City of Oshkosh that the
proper City officials are hereby authorized and directed to enter into the
attached agreement (Sub-Task Order No. 6) with Howard Needles Tammen &�Bergen-
doff of Milwaukee, Wisconsin, for engineering work for the sanitary sewer
system, for an agreed amount of $26,189.00.
BE IT FURTHER RESOLVED that money for this purpose is hereby appropriated
from Account No. 950-560 -- Sewer Utility - Professional Services.
SUBMITTED BY
A.PPROVE�
— 12 —
RESOLtiTION # 9
HOWARD NEEDLES TAMMEN 8. BEiaGENDOFF
November 9, �984
Mr. Gerald Ronrad, P.E.
Director of Public Works
City of Oshkosh
215 Church Avenue
P. 0. Boz 1130
oshkosh, NI 54902
Re: Secrer System Rehabilitation Project
Supplemental Task Order No. 6— Bidding Services
Dear Mr. Konrad:
Please find enclosed two signed copies o£ proposed Supplemental Task Order
No. 6 for bidding services. Fifteen copies of this task order have been
previously submitted imder separate cover £or distribution to the members
of the Oshkosh Common Council, and are identical to the enclosed
documents.
This Supplemental Task Order includes the following major elements:
o Continuing Project Management and general assistance through the 1;'.:'•"
bidding phase of the project.
o Completion and final submittal of the Step IIZ Grant Application
for W3sconsin Funds for Construction Contracts 1, 2, 3 and 7.
o Bidding services, including responding to and documenting bidders'
questions and comments, and preparation and issuance of necessary
addenda.
o Assistance with bid evaluation and preparation of Recommendations
£or Contract Awazd to be submitted to the DN?t Bureau of Water
Grants.
Upon approval of this proposed Supplemental Task Order� please execute the
agreement, and return one fully executed copy to us.
Nc�itecb Enqineo� Plannen
68/5 Weel Capild Drive. Milw�ukea. Wlecomin 53t16, NO O6]-P1/0
P�tlnen James F. Finn VE PaW L. Heineman PE. Gerarn F. Fox PE. Bmwning Crow PE. Cna�ies T. Hennman PE Etlgar 0 Joh�son PE. Damel J Waikins FE.
Damel J. Spigai PE, JeM l Collon PE Francis X. Hall PE. Roeert $ Coma GE. Donaltl A. Dupies PE. Willam Love AIA. Winiam C. Meremin PE. RoOen D. Miller PE.
James l Tulna. Jr. PE. Hugn E Scnall PE
�o«I�io Darnei J. Appei PE Ro0er1 W. Rrcnartls PE. Don q. On PE. Fretlenck H. SiaDenz PE. Ro�nt 8 Koitrnar PE Keneall T. L�ncoi� CPA. Jack P. Sneaa PE.
Roeans W SmnOem FE Jau C. Tlrompson PE. Ric�artl � Becxman PE. Jo�n A Eggen AIA Harry p Benossa PE. Ralpn E. Pooison PE Cea� F Covn�s PE.
Slopnzn G Go04ard PE. Marvey N Hammond. Jr PE Slanley I Mav PE. RoDen W Anzia PE Cary C Gaodman AiA. Waiier S�arxo PE. Ga�don H. $ianey. Jr PE.
James O Pusseil PE Rolan� Wa45wortR Jr. PE. Ross L. Jensen AIA. Fmnx T Lamm PE Fiexandn f SilaQy PE. JMn W Wigni �E T�omas K. Oye� PE.
Fonala W Aamns RiA H. Jerome Bu�ler PE Blaise M Carnere PE Mirnaei F I�amia PE Bernam L Prmce GE S�co�en P Omnn GE
p�llte� Aler3ntlnd. Vf\ Alldn�d. GA. BalOn fioug2. LA. BOStOn. MA. CdOe CO�d�. f L. Gd50¢�. �. COaIICS�on. SC. C�afleslon. HN CI1iCdgo. IL. C�eveldnd. OM. OdIIdS. TY,
Oenvai. C0. FartLC�tl. NJ. Hou9on. i%. In4iana0a��s. IN Kansas Cey, MQ Lea�no�on. MA lus Pngeies. CP. Miami. FL MAwauwre. WL AUnneaoous. MN Newarx DE. New vork. NY.
planaa FL Overlan0 Park. KS. PNIa0el0�ia. PA. P�oem.. AZ, Sea�tic. WA. TamOa. FL TWSa. OK. Penang. Maiaysia. Rio tle ,pneno. Branl
— 12a —
RESOLUTION # 9
Mr. Gerald Konrad, P.E.
November 9, 1984
Page 2
Per Article 6-1.1 of Supplemental Task Order No. 6, no work will begin on
any of the tasks described until written authorization to proceed has been
received from the City of Oshkosh.
As always, xe appreciate this opportunity to be of service to the City oF
Oshkosh. Please call if you have any questions or concerns regarding this
submittal.
Very truly yours,
HOWARD NEEDLES TAMMEN & BERGENDOFF
�, � �
Je Mazanec, P.E���
P o �c Manager
I��
Enclosures
HNTB No. 6378 (RIII/31)
- 12b -
*'
SUPPLEMENTAL TASK ORDER N0. 6
TO THE AGREEMENT DATED 6/20/79
BETWEEN THE CITY OF OSHKOSH
IN THE STATE OF WISCONSIN
� =' A ND
HQrlARD NEEDLES TAMMEN � BERGENDOFF
FOR CONSULTANT SERVICES IN CONNECTION
WITH IMPftOVEMENTS TO THE SErlERAGE SYSTEM
— 12c —
RESOLUTION # 9
6-1.0 Purpose
RESOLUTION # 9
The purpose of this Supplemental Task Order is to establish scope,
schedule and payment provisions for engineering assistance during
bidding of the sewerage system facilities construction contracts as
more specifically described herein.
6-1.1 Consultant shall not commence work on any task defined by
this Task Order agreement until authorized by the City,
6-1.2 It shall be agreed that the initial scope of this entire
Task Order shall be based upon a six week bid advertise—
ment period, and 15 Weeks from bid advertisement to con—
tract award.
6-1.3 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 tu�til such
time that the City authorizes the work defined herein.
6-2.7 Scope
The scope of the work to be performed under this Supplemental Task
Order shall be i❑ accordance with the general provisions described
in the Agreement between the City of Oshkosh and Howard Needles
Tammen & Bergendoff, dated June 20, 1979, and further defined in
Articles 2.1.4 and 2.2.1: ��.,.,
"2.1.4 Construction Phase
Upon receipt of the CITY's written authorization to pro—
ceed with the Construction Phase, the CONSULTANT shall:
2.1.4.1 Act as the CITY's representative and observe the construc—
tion work of the Contractor, in accordance with the EPA
Step 3 regulations, and as further defined in supplemental
task.orders.
2.2 ADDITIONAL SERVICES
If authorized in writing by the CITY, the CONSULTANT
agrees to furnish or obtain from others, additional pro—
fessional services in connection with the PROGRAM, as set
forth below, and as further defined in supplemental task
orders.
2.2.1 Preparation of applications and supporting documents for
government grants, loans or advances."
6-3.1 The CONSULTANT will:
6-3•1•1 PROJECT MANAGEMENT — Consultant shall provide overall
management services to assist the City in the bidding,
evaluation, and award phases of the Sewer System Rehabil—
itation Progran.
—1—
— 12d — �
RESOLUTION # 9
6-3•1•2 CONSTRUCTION GRANT APPLICATION — Consultant shall revise
and complete the preliminary Step III Grant Application
and supporting information previously submitted for Con—
struction Contracts 1, 2, 3 and 7 of the SeWer System
Rehabilitation Program, incorporating final design ele—
ments and engineering cost estimates. The Consultant
shall pro��ide additional supporting information as re—
quired by the State of Wisconsin Department of Natural
Resources Bureau of Water C� ants to complete processing of
the application for Wisconsin Fimd Grant monies.
6-3•1•3 CONTRACT BIDDING — Consultant shall assist the City with
advertisement and bidding of Constructioo Contracts 1, 2,
3 and 7 of the SeNer Stijstem Rehabilitation Program,
incluiling the following activities:
a) Consultant shall assist City with finalization and
publication of Bid Advertisements for the above con—
struction contracts.
b) Consultant shall respond to bidders questions and
comments, and document both questions and responses in
writing.
c) Consultant shall assist the City in preparing and
issuing addenda to the above construction contracts as
necessary.
, .';
�K J�
d) Consultant shall assist the City in conducting one
pre—bid conference each for the above construction
contracts for the purpose of exchanging relevant
information w�th any prospective bidders.
e) Consultant shall deliver one (1) reproducible copy of
Contract Documents to the City for each of the four
(4) above construction contracts.
Reproduetion and distribution of Contract Documents
for the above construction contracts is not included
within the scope of this Supplemental Task Order and
will be the responsibility of the City.
6-3•1.4 CONTRACT EVALUATION AND AWARD — Consultant shall assist
the City with evaluation and award of Construction Con—
tracts 1, 2, 3 and 7 of the Seaer Syste;n Rehabilitation
Program, including the following activities:
a) Consultant shall assist the City with bid openings for
each of the above construction contracts, and evalua—
tion of the bid packages based on bidding requirements
established by the Contract !b cuments.
—2—
— 12e — ,
6-4.0 Schedule
6-5.0
6-6.0
RFSOLUTION # 9
b) Consultant shall assist the City in preparation of
Recommendations of Award of each of the above con-
struction contracts, for submittal to the granting
agency for review and approval.
c) Consultant shall assist the City in providing addi-
tional information required by the granting agency for
purposes of revieN of the Recommendations of Award and
issuance of a notice of Ready-to-Allocate Wisconsin
Fund Grant monies.
d) Consultant shall assist the City in awarding the above
construction contracts as approved by the granting
agency.
The Work under this Supplemental Task Order shall commence upon
receipt by the Consultant of an executed copy of the Supplemental
Task Order, and written authorization to proceed from the City to
the Consultant. The services to be provided herein Will conclude
upon the award of the Construction Contracts. The period of per-
formance is not expected to exceed a total of 15 aeeks duration.
Minority Business Enterprises (M8E)
M MBE subconsultant has been retained to assist in responding to
bidders questions and comments for architectural aspects of the
pwnp station designs. Level of effort will be as necessary to
properly respond to bidder's questions. The selected subconsultant
is Tavarez and Associates, Architects, Inc.
Payment
6-6.1 Payment for the work defined under this Supplemental Task
Order, and under all subsequent Subtask Orders, 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 Con-
sultant dated June 20, 1979• Total charges for this
Supplemental Task Order will not exceed $2b,189, unless
agreed to in writing.
6-6.2 The estimated direct labor costs, indirect
direct costs, and profit will be itemized in
Order Wisconsin Fund 5700 Forms, and on the
incidental to those forms.
-3-
- 12f -
costs, other
the Subtask
attachments
RESOLUTION # 9
IN WITNE55 NHEREOF, the parties hereto have caused this Supplemental Task
Order No, 6 to be executed the year and the day beloa r+ritten by their
proper officers and representatives.
In Presence Of: CITY OF OSHKOSH, WISCONSIN
A Municipal Corporation
Approved as to Form:
City Attorney
HNTB No. 6378 (XVI/23)
William D. Frueh, City Manager
HOWARD NEEDLES TAMMEN & BERGENDOFF
ENGINEERS, ARCHITECTS, � PLANNERS
%� �1�� �
Harvey C. Hammond, Associate
—4—
— 12g —
�
RESOLUTION # 9
H N T B Made By: JMM on 08-Nov-84
HOWRRD NEEDLES TRMMEN & BERGENDOFF Job No. 014Q-31-17
Task Order No. 6 Proposal Worksheet - Bidding Assistance Activities
The purp�se of this worksheet is to define a scope of services and costs for pro-
viding grarit appiicati�n and hiddir�g services assistance to the City of Oshkosh for
Construction Contracts 1, 2, 3 and 7 of the Sewer System Rehabilitation Program.
1- PROJECT MpNRGEMENT - Provide pro�ect management assistar�ce through completion
of the Step III 6rant Applicatiur�, pre-bid, bidding, ar�d cvntract award phases
of the pro�ect. This includes continuing liaison with the DNR ar�d keeping the City
informed of pro�ect developments and opti7ns.
2- STEP III 6RANT RPPLICATION - Revise the Step III Grar�t qpplicatior� prepar�ed
with and submitted for the City of Oshkosh to DNR-Grants Suly 30, 1984. DNR-Grants
will begin review of the Step III 6rar�t Applicatiur; as suor� as DNR-Wastewater
has approved the pro�ect contract documents for coristr�actiori biddir�g. It will 6e
necessary, betweer� ncw and the time DNR-Grants begir�s that review, to update the
previous submittal with cost estimates based �n the final approved desigr�s. This
is not a ma�or effort, ar�d should fo11Gw lagically frorn completior� of the Co=t
Estimating Report included in the design task order. It will also be necessary,
after DNR-Grants begins review of the grar�t applicatior�, to provide whatever• addi-
tional information they require. This is difficult ta estirnate, hut should r�i,t
amount ta a rna�or effort.
3- RSSISTpNCE DURIN6 BIDDING - Plar�r•evision resultirig from DNR-Wastewater• review
is included in the desigr� task or•der•. This activity includes assistar�ce with
advertising fc,r hids, documer�t reproductior� ar�d distributi�n as requested, respor�d-
ing ta bidder's questions, issuar�ce ef r�ecessar�y adder�da, and conducting or�e pre-
bid conference fc,r each of the bid pr��ects with the City ar�d prospective bidders.
4- BID EVFILUATION - This activity includes assistar�ce with the bid oper�ing, evalua-
tion of the bids for all four c�ntracts, ar�d assisting the City in the preparatior�
�f a recommer�dati�n for cor�tract awar•d for DNR subrnittal ar�d evaluatic�n, This als�
must include providing DNR-6rants with any additional inforrnatic,n they request
during the bid evaluation phase.
An additional task. order will be negr,tiated to provide c�nstr•uctic+r� services frc�rn
contract award through facility start-up.
The fcllowing cost estimates are self-explanatory� based c�n the criteria stated, ar�d
the assumptian that this task �rder duration will be frorn December 1, 1984 through
March 1, 1985.
Cost Breakdown by Labor Type
and Rctivity
1 - PROJECT MANRGEMENT
This assumes 8 h�urs of activity per
week fr�m the first week of December• to
the middle of March.
2- STEP III 6RRNT RPPLICRTION
tissurnes 24 hrs fc,r revisi�r� ar�d resub-
mittal ta DNR-6rants for C1-C3, and C7.
I Estimated Hours
IPro� Mgr Sr Eng
I-----------------
1
I
I
I 1^c0
I-----------------
I
I
I 24
�-----------------
by Labc,r Type I
Eng Tech/Secl
--------------t
I
I
1
--------------I
I
------------4-I
Estimated
E x per�ses
8150
S'25
- 12h - I
Paoe 1 J
RESOLtiTION # 9
H N T B Made By: TMM �r� 0H-N�v-B4
HOWARD NEEDLES TpMMEN & BER6ENDOFF Jo6 No. 0140-31-17
Task Order No. 6 Proposal Worksheet - Bidding Rssistance Rctivities
Cost breakdawn by Lahor Type I Estimated Hours hy Labar Type 1
and Rctivity IPro� Mgr Sr Eng Eng Tech/5ecl
-----------------------------------------I--------------------------------I
3- RSSISTRNCE DURING BIDDING (ea Cont) I i
C1 - Rssume 1 day of bidder assistance I 1
weekly during a 6 week advertisement I I
peri�d, and one addendurn. I 4 4 56 4 I
I I
C2 - Assume 1/2 day of bidder assistancel I
weekly during a 6 week advertisement I I
period� and one adderidurn. 1 4 16 16 2 I
I I
C3 - Rssume 10 hours of 6idder I I
assistance weekly during a 6 week I I
advertisernent period, and �r�e addendurn. 1 4 80 1� 4 I
I I
C7 - Assurne 1@ hours of bidder I I
assistance weekly durir�g a 6 week I I
advertiserner�t period, and or�e addendum. I 4 80 1^c 4 I
I I
Four pre-bid conferer�ces estimated at 4 I I
h�ur^s each� with 8 hours each for I I
preparatior� ar�d dccurnentatior�. I z4 24 16 4 I
I I
Expenses - four rc,und trips, adder�da I 1
production, and architectural I(Rrchitect is Tavarez and I
subconsultarit casts. IRssociates� Rrchitects, Inc.I 1
-----------------------------------------I--------------------------------I
4- BID EVALURTIDN I 1
Assist the City in evaluating bids for I I
C1-C3, and C7, and preparation Gf an I �
award recommendatiori for DNR subrnittal. I 32 24 8 4 I
-----------------------------------------�-----------------------------�
I Prr�� Mgr Sr Eng Er�g Tech/Sec I
I I
Totals (Hours and Expenses) I 216 228 120 �6 I
I
qve Rate Total La6ar Cost
Labor Type (f/Hr) Hc�urs or Expenses
Pro�ect Manager 816.80 216 �3,62'3
Senior Er�gineer 17.85 c28 4,07�
Engineer 13.91 120 1�670
Technical/Secretary f6.83 c6 177
Expenses N/R N/R $1,525
(Assuraed 1985 haurly rates.)
MRXIMUM TOTFIL TRSK ORDER PRICE:
- 12i -
Estirnated
Expenses
$1,35Q
Expenses
$1,525
Mult Prafit Tr,tal Cast
�.�26 15.0X f9,289
c^.2�6 15.0X 1N,418
2.22E 15.@X 4�274
c^.c26 15.0X 454
1.0Q� 15.0X 1,754
82E, 189
o�„o :
� z ��
N• o a o
�* c � �3
�C �D lC1 H
� r�n z°
N m d..
m �s ..
�s
� � a
� � o
� m �v
� m y
`� `° .,
w
� r rn
\`si
�
�
�
0
�a
roro
'c7 �i
N o
� c
� �
m
�z
N�
�3 m
�a
x' a
N•
O �
R� �
. �
N
� '$
C
rn r•
0
�
�
�
�
m
�
�
��
� -t
��
'��