Loading...
HomeMy WebLinkAboutIntergovernmental Agreement, Winnebago Cty.Wittman & Oshkosh si CITY OF OSHKOSH DEPARTMENT OF PUBLIC WORKS MAY I ala .215 CHURCH AVENUE, P.O. BOX 1130, OSHKOSH, Wi 54903-1130 PHONE: (920) 236-5065 FAX(920) 236-5068 LETTER OF TRANSMITTAL To: Mr. Peter Moll Date: May 13, 2016 Wittman Regional Airport Subject: Amendment to Intergovernmental 525 West 2011 Avenue Agreement between Winnebago Oshkosh, WI 54902-6871 County for Wittman Regional Airport and City of Oshkosh Please find: ® Attached ❑ Under Separate Cover ❑ Copy of Letter ❑ Contracts ® Amendment ❑ Report ❑ Agenda ❑ Meeting Notes ❑ Photos ❑ Mylars ❑ Change Order ❑ Plans ❑ Specifications ❑ Estimates ❑ Diskette ❑ Zip Disk ❑ Other Quantity Description 1 Signed Amendment to Intergovernmental Agreement These are being transmitted as indicated below: ❑ For Approval ❑ For Your Use ® As Requested ❑ For Review& Comment Remarks: Enclosed is a copy of the executed amendment to the intergovernmental agreement. If you have any questions, please contact us. City Clerk's Office-Original cc: _File-Copy Signed: *TL. Taylor 1:1Englneering12015 CONTRACTS115-10 Glatz Crk Relief SwTWroec Informatlon%CorrespondencelLOTs115.10 Moll LOT-Inlergodt CAL5.13-16.docz AMENDMENT TO INTERGOVERNMENTAL AGREEMENT BETWEEN WINNEBAGO COUNTY FOR WITTMAN REGIONAL AIRPORT AND CITY OF OSHKOSH WHEREAS, the Common Council for the City of Oshkosh authorized and directed proper City Officials to enter into an Intergovernmental Agreement with Winnebago County for Wittman Regional Airport for the construction of a storm sewer pipeline; and WHEREAS,the Wisconsin Department of Transportation Bureau of Aeronautics is administering the construction contact and requires payment of local funds in advance of paying the Contractor; and WHEREAS the Contractor encountered changes in conditions from the bidding documents as detailed in the attached CHANGE ORDER NO. 3. NOW,THEREFORE, IT IS AGREED by and between the parties to this agreement that the Intergovernmental Agreement between the parties is hereby amended as follows: 1. The payment shall be increased by$373,542.39 to an estimated $2,171,542.39 for the City's storm sewer pipeline. 2. All rights and responsibilities under the Intergovernmental Agreement not specifically amended by this agreement shall remain in effect. IN WITNESS WHEREOF,the parties heretofore have caused this Amendment to be signed by the proper persons of each party, and their corporate seals, if any,to be hereunto affixed. Dated this of 2016. WINNEBAGO COUNTY CITY OF OSHKOSH By:. G'/�/il il.� By: CSG Mark L. Harris,County Executive Mak A. Rohloff, City Manager B r B Y• Y• usan T. Ertmer,County Clerk Paras ity Jerk Approved as to Form: By: . I�, x nM � rcn By: Q,,a- Trena Larson, Finance Director ohn Bodnar, Corporation Counsel Approvems to Form: B LyhWA. Lorens n, City Attorney �'/ r r ��� ��� C�7�ti. ��, ����� �� ��� � a� h STATE OF WISCONSIN DEPARTMENT OF TRANSPORTATION BUREAU OF AERONAUTICS CHANGE ORDER CI4ANGE ORDER NO.: 3 PROJECT: Taxiway R Reconstruction AIRPORT: Wittman Regional CONTRACT NUMBER: AIP 3-55-0061-34 CONTRACTOR: Vinton Construction Company ORIGINAL CONTRACT AMOUNT:$4,269,088.97 REVISED AMOUNT:$6,282,765.76 (Inc.CO Vs) 1 -$1,618,906.40 (Inc.CO#1's) 2-$ 0.00 (Inc.CO Vs) 3-$ 394,770.39 DESCRIPTION OF WORK INCLUDED IN CONTRACT: Relocate and reconstruct Taxiway B parallel to Runway 9-27.Work includes grading,base aggregate,culverts and storm sewer,concrete pavement,electrical, landscaping,pavement marking. Changes Ordered: • Remove Item S-4700"Jack and Bore 18"steel water main casing pipe;complete as specified"from Alternate B work • Remove 15.53 VF from the bid quantities for Item S-2542"Furnish and install Standard Storm Sewer Manhole(9' Diameter);Complete as specified" • Remove Item S-2487'Install 84"Storm Sewer Casing Pipe by Trenchless Methods;Complete as Specified" • Remove 96.9 LF from the bid quantities for Item S-2108"Furnish and Install 66"Storm Sewer; Complete as Specified" • Add Item S-1700"Sawing Existing Pavement"with a total quantity of 450 LF • Add Item S-2008'Furnish and Install 8-Inch Diameter Storm Sewer"with a total quantity of 130 LF. • Add item S-2044"Furnish and Install 15-Inch RCP Class III Storm Sewer"with a total quantity of 23 LF • Add Item S-2056"Furnish and Install 21-Inch RCP Class III Storm Sewer"with a total quantity of 21 LF. • Add Item S-2854"Connect Lateral to Existing Storm Sewer Main;Complete as Specified"with a total quantity of IEach. • Increase the quantity of Item S-2960"Rock Excavation,Complete as specified"from 625 CY to 4800 CY. • Add Item S-2997 "Install Double 48-Inch Storm Sewer Casing Pipe by Trenchless Methods"with a total quantity of 96.9 LF • Add Item S-2998 "Furnish and Install Storm Sewer Junction Chamber"with a total quantity of 2 Each • Add Item S-2999"Furnish and install Standard Storm Sewer Manhole(12' Diameter);Complete as specified"with a total quantity of 15.53 VF • Add Item S-4237"Furnish and Install 8"45 degree waterinain bend"with a total quantity of 4 Each • Add Item S-4710"Jack and Bore 18"steel water main casing pipe through bedrock;complete as specified". Wittman Regional Airport ATP 3-55-0061-34 Reason for Change Order: • Items S-4700 and S-4710:The watennain needed to be bored through bedrock/hardpan material in order to keep(lie required depth below ground surface.The new item includes an updated price for the boring. • Items S-2542 and S-2999:Storm Sewer Manhole G12 could not be cast/constructed as shown in the plans as a 9' diameter manhole due to the angle of the pipes entering and exiting the manhole. A 12'diameter manliole will be required. • Item S-4237:The watermain elevation was raised to get over the existing bedrock and subsequently conflicted with a culvert pipe on the east side of the railroad tracks.The 45 degree bends will allow the contractor to build the watennain underneath the culvert pipe. • Items S-2044 and S-2056:The two items for concrete pipe will be added to the Alternate B work using the same bid prices as in the Base Bid.Two existing storm sewer pipes needed to be reconnected into MH G9 and the work could not be considered incidental to the manhole. • Item S-2960:The rock excavation quantity needed to be increased because bedrock was encountered from Manhole G12 to Manhole G7.This bedrock elevation differed from what was shown in the storm sewer plan and profile. • Item S-2487"Install 84"Storm Sewer Casing Pipe by Trenchless Methods;Complete as Specified"is being replaced with Win S-2997"Install Double 48-Inch Storm Sewer Casing Pipe by Trenchless Methods"because the proposed 84"casing pipe is being replaced by two 48"casing pipes.The change is being made to meet requirements set forth by the railroad and to keep the project on schedule as much as possible. • Item S-2108"Furnish and Install 66"Storm Sewer;Complete as Specified"is being reduced.This pipe was originally being placed in the 84"casing pipe.The 96.9 LN of pipe is no longer necessary,and the new dual 48"casing pipes will serve as the carrier pipes for the storrnwater. • Item S-2998 "Furnish and Install Storm Sewer Junction Chamber"is needed to serve as a transition between the 66"storm sewer pipe and the dual 48"casing pipes.This transition is needed on both sides of the railroad tracks. • Items S-2008 and S-2854 are needed to connect an existing inlet on the east side of Taxiway A to the proposed storm sewer trunk line.This connection was not shown in the plans. CONTRACT PRICE CONTRACT TIME ❑Not Changed ® Not Changed ®Increased by$394,770.39 ❑Increased by(days)Days ❑Decreased by$($) ❑ Decreased by(days)Days ENGINEER Approval Recommended by: Title: Resident Engineer Date: CONTRACTOR The foregoing change,work affected thereby,is subject to all contract stipulations and covenants. Accepted by: 'Title: Date: Wittman Regional Airport AIP 3-55-0061-34 BUREAU OF AERONAUTICS NAA approval required: ® No ❑Yes The foregoing change involves a federal grant and an addition or deletion of wort:in the basic grant scope or a time extension where liquidated damages may be involved,or a modification Of die Standard FAA construction specifications. Recommend Approval: Title: Date: Approved by: Title:Director Date: FEDERAL AVIATION ADMINISTRATION Approved by: Title: Date: Wittman Regional Airport AIP 3-55-0061-34 CHANGE ORDER COST/PRICE ANALYSIS Change Order No. 3 This change order impacts DBE commitments: ❑XNo ❑ Yes, Explain: Engineer's Estimate: See Attached. Contractor's Quote: See Attached Analysis: See Attached. I have reviewed the contractor's prices for the change order above and find that it is reasonable for the associated work, Consultant—OMNNI Associates jcm 568dev,doUr.05/03/E 3 Wittman Regional Airport AIP 3-55-0061-34 0 0 (D o co 0 0 0 0 0 0 0 0 0 0 0 O 00 o m Ln o h 0 0 0 o a t7 n o N (o o (o o N co Lo N o Lo o o dT o o N rn N (D Lf) 03 O O co h Lf)r L.c)h<7 O In O O O O N C? O h h O C>Lf) N co L()O 0) d O C+J (D O (D h Cl) O W M W d O h M •i10 fh -f 69 M w i r N O O O O O Ln O 00 000 O O O O 0 0 O O O O h (D m0 O O O O O O O C W d w O N O O !l)N O00O O O O O (D M (fl O Ef3 C] f[HT h 00 N O O O I((nn �� L��pp 0N 00 OD LO 0 (0 69 U3 64 Q%CD Lf CO 49 49 O � L6 N d9 O O (oO W O O O O 0 0 0 0 Lf) n O LA m O M O CA Ln O Ph 0 Q O't O M It O M co o (D O N h co Ln N o L.f)'d(0 V O O M O O N co O O 00 h Ln to h N Lo (A d O O N M O h h O O L N co(D 0) *- N O f O O h CO O O G9 M 0 d G Ln h d O U � co H3 ( Vt 64 L(f+�)E.(ML.()�� M fFl o O M 69 EA 64 4fli <A f1) EA N O O O O O Ln O O O O O O O 0 0 O 0 0 O a t` (o ulrnf7jo 0000 0 .- o L U W M (ND O 69 M d NW�� m - pop N 00 co Ln VD d3 ff> N 64 d m M M (fl C-j a (A ^ w w to N nj ffl 61) 6v 9) rui CD C? O C07 N N r n(N LM d 00 W i!1 W L(] c O } 0 J Q z aa LL LL LL ¢ a J J J J WL�LLw > � J O U Cl) LLJ� o ¢w w ro O w � a 0 W w 6) J .w.! N 0 ww W LLJ Z U) (j) z0 O w w m W 0 w ir Q WJ Z (n w CC) � z F- LU Lii i s IL ¢ a Leif U m az ga uj w oCO W zzw w � Ov >- U) Q w � w w�� N � ¢ fn z w cn LLLL � a w z ui nw— O cwi3 c[ w ft p — W 0 (n C7 ww d d� v�iww0) ww � a g z IL w O U U N a"�w a 0 — O < < Lu m m wccu' auvi ` �wU x w O z � z LU U z zc F-M zcn V a C) io wa F- Q w r x F- � ¢ zwui o � w U) w w co N U UJ CO co w ¢ O J w — J w J J J O o Z J J w J F r E CL J {fj u' J � Y) ¢ J J J � C)90 J � -1 to n C) .(;r 0 H w 1¢- -•� � H H F¢- -) Z d L¢- F¢- J �o w '¢ o pN cc z ad z w z Z Z Z � �wZ z � zwa � m Orn O m N - - — W L-J_. _. p � � 0 0 27a — y� C Q (n Q o CU p o c!) o o o� a �jC� dO o 00 N 0.5,— •- (y o z Z •- m z z z W ¢p Z Z •- Z Op U c O O C ld ¢ cow ¢ D x ¢ ¢ ¢ Ll ¢ ¢ ^ ¢ a Y •Q PAS oi]C $ .x_x - _ = waw a w = z xU V Xor 7cw s C () 3 N y (n JJ (nN ¢ w fn f!7 fnw W wJ(n {J} � cn < 0 V m c E oLn •c Z � !¢ CL- M c C) w iv 0Z � z � UF¢' a < a XD U jc77 ch (n O a O = Q ¢ n. o ¢ � aO w0Z»¢ 0 ¢ w o d } 7 N H. LL — C) LL D � Cn f-- C)} w LL LL U Q fL`.LL LL a W -7 m Z CL m m c p U o c UL�i1 •v (o h N o '2 o co V co V 0 h 00 m h o O .- O G V LO Ln (00 6) m CO Ln h N C, O O co Cn CA W CA N h a U N v N CV N 't N N N Cif N N N N d d 0 fr Z 0 m cr N vi U) Q w CIO cis co (n m(b to to to 0 f�n ¢ 0 L � U W N U C U U) C 5 Ul a%U C3 .L a U � U O � U a N � } CJ Q z a � N •C N U o Cl) N LLI C) -0 N ' ` U j N O W U U U U m o Y E Y •ti 2 4 U z O O D Q O a m 0 m m d) zo _ m m m m o 3 O N U C ca w ca0 ui P a. tri U U U U 0 0 cd 7 O N d y N O O 0 0 7 C c0 U C R ,cz r U O N N N N '06 U -0 'CS •t7 ' CY C b o (ti cd c0 M O ai Y U N U E E E E a N E o a a 0 c c0 0 E E E E tN a r r c) in E QO _ - y f c M V) 3 0 c p d G -6 'C7 :2 -A i 6 v1� tU N L U U O.O -O m m m m 7. Rt `y U L p ¢ c o N (D Val) 0 N a) 3 0 3� ca co v 3 _, ca f[f E Y7 O L N 0 0 LO m rn a CL3 0 0 c o ti 3 Q 0) CL � .ca o . o._ c -C a"o m a N c mOC 0[L o c m.� ¢) .2 0 .2 m o m c (3 .0 �' c c o 0'c 0 Q 0 U Z N V O Y a Y Gl Y O. a) C O N d 41 -O O 76 N U U U c4 cd N cd.� •- c�C c C ^ ro 0 -C cEv � m 0 ro 0 � UQ f o uCX 2 ` c o E q .� � ? o CD i C\- 2i DW �U) 20) 2U) °' z0- z 3 H U '- O. ZU n. O U (� U W o 00 cp N o i-, co rn N o 0 O O O L!) 'd LO (D o) 0) O C) O Z m H Y 't7 N N N N N N N Cm�f V a z oa � cn w d) v) w cn U) d) W v)(1) cn O aC O � ¢ o VINTON CONSTRUCTION COMPANY.—Road Contractors An Equal Opportunity Employer " TTOIN, P,O, Box 9987 V,. ,,1.N 27061 N. Rapids Road Manitowoc, Wisconsin 54229-9987 Office 920-8$2.0376 Fax 920-682.2838 Atin ; Jason Marks/Aaron Stewart r 1919 31201� Ornnnin Associates Re, Wittman Regional Airport AIF'3-55-0069.34 Taxiway B Reconstructlon ORION �- RE: Alternate B City of Oshkosh storm Sewer Jason Based on the rock conditions the Casing bore has now changed to a full face rock bore. Please find attached the increased costs associated with these changed conditions; Rock Bore 24"steel Water Main Casing 80,00 LF $800,00 $64,000.00 Reduction In Bid Item Jack& Bore 18"Steel Water Main Casing 80.00 i F -$500.00 -$40,000,00 Afet increase $24,000.00 If you-have any questions please feel to call. Sincerely, Ronald J, Rabolne Vinton Constructlon Co. pages Bore Master Email additional Information RE: Wittman Airport Watermain Installation Page I of 1 RE: Wittman Airport Watermain Installation Gulbronson, Peter P. [pgulbronson@ci,oshkosh.wl,us] Sent:Friday,December 18,2015 2:31 PM To: Jason Marks That fits within our range of$300 to$350 per last email. I'm good with the price Pete From.Jason Marks[mailto:Jason.Marks@omnnl.com] Sent: Friday,December 18,2015 2:21 PM To. Gulbronson, Peter P. Subject: FW:Wittman Airport Watermain Installation Pete,here's Vinton's price for the 45 degree watermain bends. Jason - -- —-- -—-- ---- ---— --- ----------- From- ----From-Lyle Wettstein[mall Ito:lwettsteln vintonwis.com] Sent:Wednesday,December 16,2015 4:41 PM To:Jason Marks Subject: Fwd:Wittman Airport Watermain Installation Sent from my!Phone Begin forwarded message: From:"Joel Fielding"<jflelding@_v„intonwls.com> Date:December 16,2015 at 3:18:19 PM CST To:<Iwettstein@vintonwis.com> Subject:Wittman Airport Watermain Installation Lyle, Here is the price on 8"45*Bend. 8"-45*Bend+Accessories(Bolts,Gasket,and D.I.Mega-lug) $210.10 Labor $100.00 $310.10 Joel This email is subject to OMNNI Associates,Inc.Electronic File Disclaimer.For full disclaimer see http:/h�i%,�v.omnni.org/legal/OMNNI Email Disclaimer.pol littps:Hi naii.oinniii.coin/owa/?ae=Item&t=IPM,Note&id=RgAAAABLI-i%2f6SftvfSKzH... 12/21/2015 VINTON CONSTRUCTION COMPANY...Road Contractors � c An Equal Opportunity Employer ¢ � y P.O. Box 1987 O 2705 N. Rapids Road``� Manitowoc,Wisconsin $4221-1987 a Office 824-682-0376 Fax 920-682-2838 Attn ; Jason Marksl Aaron Stewart 10/14/2015 Omnnin Associates Re: Wittman Regional Airport AiP 3-55-0061-34 Taxiway B Reconstruction RE: Alternate B City of Oshkosh Storm Sewer Jason Per discussions the costs for upsizing Storm Sewer Manhole G-12 due the 9' Dia. Manhole as bid not being able to work at this location are as follows: OPTIOfV 9 Furnish and Install a Standard Storm Manhole (12'Dia.) 15.53 VF $2,395.00 $37,194,35 Reduction in Bid Item Furnish and install a Standard Storm Manhole (9' Dia.) -15.53 VF $862.00 -$13,386.86 Net Increase $23,807.49 OPTION 2 Furnish and Install a Box Storm Manhole (10'x 10') 15.53 VF $3,275.00 $50,860.75 Reduction in Bid Item -15.53 VF $862.00 -$13,386.86 Net Increase $37,473.$9 If you have any questions please feel to call. Sincerely, Ronald J. Rabolne Vinton Construction Co. RE: Wittman Storm Serer Manhole G-12 Page l of I RE: Wittman Storm Sewer Manhole G-12 Rabe, James E. Drabe@ci.oshkosh,wims] Sent,Thursday,November 05,2015 2:40 PM To: Jason Marks Cc. Aaron Stewart; Ron Raboine Irraboine@vintonwis.com]; Lyle Wettstein(Vinton)(Iwettstein@vintonwis.com) You can proceed with the round manhole. Thank you, James From:Jason Marks [maHto:Jason.Marks@omnni.comj Sent:Wednesday, October 21, 2015 1.0:09 AM To: Rabe,James F. <jrabe@ci.oshkosh.wi.us> Cc:Aaron Stewart<Aaron.Stewart@omnni.com>; Ron Raboine<rraboine@vintonwis.com>; Lyle Wettstein (Vinton) (Iwettstein@vintonwis.com)<Iwettstein@vintonwis.com> Subject:Wittman Storm Sewer Manhole G-12 James,see attached for the cost impacts for the two options for resizing Manhole 12. Let us know if you would like to discuss. Jason From: Ron Raboine (Vinton) [mailto:rraboine@vintonwis.com] Sent: Wednesday, October 21, 2015 10:07 AM To: Aaron Stewart; Jason Marks Cc: Iwettstein@vintonwis.com Subject, _ Guys Please find attached the cost changes for MH G-12 (two options) Let me know ROn This email is subject to OMNNI Associates, Inc. Electronic File Disclaimer. For full disclaimer see litt ://Nvww.ottinni.oi /le al/OMNNI Email Disclaimer•, df littps:Hniail.ortirrni.com/o va/?ae=item&t=IPM.Note&id=RgAAAABLH%2f6SfN,fSKzH... 12/21/2015 VINT®N CONSTRUCTION COMPANY...Road Contractors An Equal Opportunity Employer `� JOAd P.O. Box 1987 IN.M2T . 7D5 N. Rapids Road ``` Manitowoc,Wisconsin 54221-1987 Office 920-682-0375 1 Fax 920-682-2838 Attn : Jason Marks/Aaron Stewart 1/21/2016 Omnnin Associates Re: Wittman Regional Airport AIP 3-55-0061-34 Taxiway B Reconstruction i RE: Alternate 6 City of Oshkosh Storm Sewer Jason Per the Plan furnished by the city of Oshkosh we have come up with the following costs for the proposed changes changes to the storm sewer crossing under the Railroad Tracks ADDED Bid items poubie 48" Steel Casings 96.90 LF $5,476.00P$530,624.40 Junction Chambers 2,00 Ea $32,978.006.00 Total Adds $ 596,580.40 Reduction in Bid Items/Quantities Install 84" Storm Sewer Casing -75.00 LF $7,830.00 -$587,250.00 Furnish and Install 66"Storm Sewer -96.90 LF $269.00 -$26,066.10 Total Deletions -$613,316.10 Net Change -$16,736.70 I If you have any questions please feel to call. Sincerely, Ronaid J. Raboine Vinton Construction Co.