Loading...
HomeMy WebLinkAbout31282 / 81-28April 16, 5981 R E V I S E D #28 R�SOLiTrICA1 'Y A • tl•171 �]I 01• Y �• �' 1 • BI� : ��71•• yY 171 � • •'l SE IT �LVED by the Conaiun Cotmcil o£ the Gi.ty of Oshkosh that the pzoper City of£i.cials are hexeby authorized and directed to enter into the attached Agreenents with Howard Needles T�mten 5 Bergesidoff. hbney for this purpose is hereby appmpriated fmm the follwring: Ac�wzt No. 863-100 - WatPr Utility 1�aintenance P�i.ng Structures and Accoimt No. 865-100 - Water Utility Maintenance 64ater Treat�nt Stnicture. r:, J,�, �„�., - . -. r,D r^:1 i� > ;'. �J ��i��L � �� � .%.. ; .�..-.... ., _. iE.�f �. . �U�� /. . � �� � AGREEMENT THE CITY OF OSHKOSH IN WINNEBAGO COUNTY AND THE STATE OF WISCONSIN AND HOWARD NEEDLES TAMMEN � BERGENDOFF ENGINEERS, ARCHITECTS, AND PLANNERS FOR PROFESSIONAL SERVICES RELATIVE TO PUBLIC WATER SUPPLY REQUIREMENTS FOR THE CITY OF OSHKOSH This AGREEMENT, entered into this day of , 19$1, between the City of Oshkosh, a municipal body corporate in the State of Wisconsin, herein designated as the City, and Howard �leedles Tammen and Bergendoff, a partnership, organized in accordance with the laws of the State of Missouri, herein designated as the Consultant, with offices at 6815 West Capitol Drive, Milwaukee, Wisconsin 53216 for consulting services. WITNESSETH 'AHEREAS, the City is desirous of maintaining its high quality water supply, and WHEREAS, the City is desirous of insuring that the Water Filtration Plant remain in good operation and repair, and WHEREAS, the City is in need of professional engineering services for insuring continuation of its high quality Water supply, and WHEREAS, the City is desirous of entering into an AGREEMENT with a full service engineering consulting firm which is qualified and experienced to assist the City in implementing the engineering xork as will be defined in Supplemental Task Orders, and WHEREAS, the Consultant represents that they are in compliance with the Wisconsin Statutes relating to the registration of professional engineers and architects, and has signified their willingness to furnish consulting services for the City, as described hereinafter and in each Supplemental Task Order, and WHEREAS, the City agrees to hereby retain the Consultant for consulting services as hereinafter set forth, and agrees to pay the Consultant for such services the fees as set forth in each Approved Supplemental Task Order. 1 � NOW, THEREFORE, in consideration of the premises and of mutual and dependent agreements, the parties hereto agree forth in the follouing pages Which are annexed hereto and part hereof. their��� as set � made a IN WITNESS THEREOF, the parties hereto have caused this Agreement to be executed the year and day belox Written by their proper officers and representatives. IN NITNESS WHEREOF, the parties hereto have caused this Supple— mental Task Order No. 1 to be executed the year and the day below Written by their proper officers and representatives. In The Presence of: HOWARD NEEDLES TAMMEN � BERGENDOFF ENGIN£ERS, ARCHiTECTS � PLANNERS � � 1 (�� � �'64'A/i/L � //A 4..�i4��[� G ohn W. Curtis, P.E. Harve C. ammond, Associate In the Presence of: (Seal of City) CITY OF OSHKOSH, WISCONSIN William D. Frueh, CITY MANAGER CITY CLERK I hereby certify that provisions have been made to pay the liability that xill accrue to the City of Oshkosh, Wisconsin, under the xithin contract. Approved as to form and execution: �.� COMP'LROLL£ > .. GENERAL �i�� �% � A. The work under this Agreement shall consist of performing those phases or portions of the study necessary or incidental to accomplish the description of work, which is elseNhere herein specified. B. Except for those items which are hereinafter designated to be furnished by the City, the Consultant shall furnish all services and labor necessary to conduct and complete the work and shall furnish all necessary materials, equipment, supplies, and incidentals. C. The Consultant shall from time to time during the progress of the work confer with the City. They shall prepare and present such information as may be pertinent and necessary or as may be requested by the City to enable it to pass critical judgment on features of the work. D. At the request of the City, the Consultant during the progress of the work shall furnish information from the study to enable the City to carry out or to proceed with related phases of the study not covered by this Agree— ment, or which may be necessary to enable the City to furnish information necessary so that the Consultant may proceed with further work. E. The Consultant's work will be available for inspection at 6815 West Capitol Drive, Milwaukee, Wisconsin 53216. F. Compliance with all of the foregoing shall be considered to be within the purview of this Agreement and shall not constitute a basis for additional or extra compensation, except as otherwise noted. 2. DESCRIPTION OF WORK The City and the Consultant agree to the Nork activities, which are to be defined in each Supplemental Task Order as approved by the City. Each Supplemental Task Order will include a detailed des— cription of the work scope, the work schedule, and payment provisions including basis of compensation and amount of _ compensation. 3• THE CITY'S RESPONSIBILZTIES To the extent available, the City shall furnish without charge to the Consultant the following: 3 � a� . Existing reports, maps, sketches, drawings cost estimates and other data pertaining to the Consultant work. B. The City shall furnish staff to assist the Consultant fn obtaining data on grades, elevations and dimensions of existing facilities for the orderly progress of the work. C. The City shall examine documents submitted by the Consultant and shall render decisions pertaining thereto promptly, to avoid unreasonable delay in the progress of the Consultant's service. D. The City shall furnish information required of it as expeditiously as necessary for the orderly progress of the work. �!. PROGRESS REPORTS The Consultant shall submit monthly progress reports, which shall present in acceptable form a record of the work by phase accomplished by the Consultant. The report shall also compare actual progress to that scheduled and shall explain what xork is planned Far the next reporting period. 5. PROGRESS PAYMENTS As the work progresses, progress payments shall be payable monthly, all in accordance with progress reports submitted to and approved by the City. Invoices are due and payable upon receipt. Any amount unpaid sixty days from the date of the invoice shall be increased at the rate of one per cent per month for each month or part of the month the amount remains unpaid. 6. COMPENSATION Payment to the Consultant for all work performed in accord— ance with this Agreement shall be on the basis of a lump sum amount, or on the basis of a Cost Plus a Fixed Fee as defined as folloxs: Cost Plus a Fixed Fee is defined as the sum of: the Direct Payroll costs, the Consultant's Indirect costs, Reimbursable expenses, and fixed dollar fee as set forth in Supplemental Task Orders. Direct Payroll costs are defined as the actual salaries paid to the employees of the Consultant for time chargeable to the projects. The Consultant's Indirect Costs are defined as all salary related and general overhead costs as allowed by Federal Procu�ement Regulations. u �a� Reimbursable Expenses are in addition to compensation to the Consultant for his direct services and include .expenditures made by the Consultant, his_ employees or his subconsultants in the interest of the project. Reimbursable Expenses include but are not limited to: A. Expense of transportation, subsistence and lodging when traveling in connection with the project. ; B. Expense of all reproduction, po,stage and handling of Drawings, Specifications, reports or other project— related uork product of the Consultant. C. Expense of computer time including charges for proprie— tary programs. 7. SUBCONSULTANT When authorized by the City, the Consultant will engage the services of appropriate subconsultants for geotechnical field investigations and analysis or other necessary specialized services. 8. AMENDMENTS This Agreement constitutes the entire agreement between the parties, and it shall not be subject to amendment by Nord of mouth or course of dealing or practice, but sha11 be amended only by a subsequent agreement in writing subscribed by the parties hereto. 9. INDEMNITY The Consultant hereby convenants and agrees that he will indemnify and save harmless the City against all liability claims, actions, judgments, costs and expenses, which may in anyways come against them in consequence of the execution and performance of this Agreement as a result of the negligence of the Consultant and his employees. 10. WORKMEN'S COMPENSATION, SOCIAL SECURITY, AND ONEMPLOYMENT TAXES As between the City and the Consultant, this is intended as, and is an independent contract. No partner or employee of the Consultant shall, by reason of this Agreement, become an employee of the City and the Consultant hereby expressly agrees to carry Workmen's Compensation Insurance for the benefit of his employees engaged in work under this contract, in an insurance company duly licensed to transact the business of Workmen's Compensation in the State of Wisconsin. The Consultant shall pay, when due and payable, the Social Security and unemployment taxes imposed by law. 5 11. DEATH OF PpRTNER / / � In the event of the death or incapacity or inability for any other reason of any of the �artners to participate in the performance of the work, the surviving Partners shall complete the work as required under this Agreement. 12. TERMINATZON The City reserves the right to terminate this Agreement at any time by giving the Consultant thirty (30) days' written notice of such termination, addressed to his Milwaukee office. In the event of said termination, the City shall be liable only for the "reasonable value of the services rendered to the date of termination and based uQon fees described herein." ��Reasonable value of services rendered" mea�s dollar value of the percentage of compensation as set forth herein. In the event of termination or completion of this contract, all the orfginal documents shall be surrendered to the City by the Consultant. 73. FINA� SETTLEMENT Unless the Agreement has been terminated prior to the completion of the work as hereinbefore provided, the Agree— ment shall be considered terminated upon completion and acceptance of the work, or upon final payment therefor. The City shall have the right and power to adjust and determine, finally, all questions as to the proper perForm— ance of this Agreement. Should the parties hereto fail to reach agreement on any questions, whatever they may be, not included under the terms of the preceding paragraph, any controversy or claim arising out of or relating to this Agreement, or breach thereof, shall be settled by arbitra— tion. The procedure in any arbitration proceeding or proceedings shall be governed by the applicable provisions of Chapter 298 of the Wisconsin Statutes and aets and laws amendatory thereof and supplemental thereto, and such arbitration provisions of the Wisconsin Arbitration Statutes. All expenses incident to any arbitration proceeding or proceedings shall be paid in equal shares by the parties. � 14. NONDISCRIMINATION IN EMPLOYMENT � / � During the performance of this Agreement, the Consultant, for itself, its assignees, and successors in interest, agrees as follows: A. �'-� C. Compliance xith Regulations The Consultant will comply with any Regulations relative to nondiscrimination in federally—assisted programs of the Department of the Interior, which are herein incor— porated by reference and made a part of this Agreement. Nondiscrimination The Consultant, with regard to the Kork performed by them after award and prior to completion of the work, rrill not discriminate on the grounds of race, color, or national origin in the selection and retention of subcontractors, including procurements of materials and leases of equipment. The Consultant will not participate either directly or indirectly in the discrimination prohibited by the Regulations, including employment practices. Solicitations for Subcontracts, including Procurements of Materials and Equipment In all solicitations, either by competitive bidding negotiation made by the Consultant for work to performed under a subcontract, including procurements materials or equipment, each potential subcontractor supplier shall be notified by the Consultant of Consultant's obligations under this Agreement relative nondiscrimination on the grounds of race, color, national origin. D. Information and Reports or be of or the to or The Consultant will provide all information and reports required by the Regulations, or orders and instruetions issued pursuant thereto, and will per'mit access to its books, records, accounts, other sources of information, and its facilities as may be determined by the City to be pertinent to ascertain compliance with such Regulations, orders and instructions. Where any information required of the Consultant is in the exclusive possession of another consultant who fails or refuses to furnish this information, the Consultant shall so certify to the City as appropriate, and shall set forth what efforts it has made to obtain the information. 7 E. Sanetions for Noncompliance �a� Zn the event of the Consultant's noncompliance with the nondiscrimination provisions of this Agreement, the City shall impose such sanctions as it may determine to be appropriate, including, but not limited to: 1) Withholding of payments to the Consultant under the Agreement until the Consultant's compliance and/or 2) Cancellation, termination, or suspension of the Agreement in whole or in part. 15. ACCESS TO RECORDS The Consultant shall maintain all books, documents, papers, accounting records and other evidence pertaining to costs incurred. These materials sha11 be available for inspection at all reasonable times during the contract period and for three years from the date of final payment under the con— tract. Copies shall be furnished if requested. 16. EXTRA WORK In case it is advisable or necessary in the execution of the work to make any alteration which will increase or diminish the quantity of labor or material or the expenses of the work, such alteration shall not annul or vitiate the con— tract. The Consultant shall furnish the necessary labor, material, and knowledge to complete the work as altered within the time limit originally specified or as extended by the City. Alteration in the work under the contract shall be authorized by a written order from the City. When, in the opinion of the Consultant, such order involves extra uork for which the Consultant in his opinion xill require added compensation, the Consultant shall submit a request in writing to the City requesting payment for such work. The City shall review the Consultant's submittal and, if acceptable, issue a letter form change order as an amendment to this Agreement. Work under such change order shall not proceed unless and until so authorized by the City. The basis of payment or credit resulting from such altered work shall be as set forth in the amendment. 17. EQUAL OPPORTUNITY POLICY The Consultant is an equal opportunity employer and does not discriminate because of race, religion, creed, color, sex, age, handicap, physical condition, developmental disabilities as defined by State Statutes, veteran status, or national 0 , ��� origin. By accepting this Agreement the City acknowledges compliance With Executive Order 11246 of September 24, 1965 and with rules, regulations, and orders pursuant thereto. 18. PROJECT REPRESENTATION BY THE CITY The City shall appoint a Project Coordinator who sha11 be the City's representative for the term of this Agreement. When a Project Coordinator is appointed, the City shall inform the Consultant in writing of the Coordinator's name, address and telephone number. The Project Coordinator shall have complete authority to transmit instructions, receive infor— mation, interpret and define City's policies and decisions with respect to materials, equipment elements and systems pertinent to the Work covered by this Agreement. 0 SUPPLEMENT TASK ORDER N0. 1 TO THE AGREEMENT DATED , BETWEEN THE CITY OF OSHKOSH IN THE STATE OF WISCONSIN AND HOWARD NEEDLES TAMMEN � BERGENDOFF FOR PROFESSIONAL SERVICES RELATIYE TO PUBLIC WATER SUPPLY REQUIREHENYS FOR . THE CITY OF OSHKOSH 1-1.0 Purpose � �i a` The purpose of this Supplemental Task Order is to establish scope, schedule and payment provisions for a study of the condition oF the Water Filtration Plant to identify critical items requiring repair and renovtion, and to develop general recommendations for insuring long term water service to the City. ' 1-2.0 Scope The Consultant will: A. Meet and consult with the designated respresentative of the City for coordinating the City's assistance on Field investigations. B. Assess the xater filtration plant flows, process and its general condition to identify items requiring immediate repair and renovation for keeping the plant funetioning over the next fer+ years without causing unnecessary capital investment, and develop recommendations. The critical items to be considered include, but are not limited to the following: a) D7 c) Hydraulic condition of the raw xater transmission main from the pretreatment basin. Operation of loW service pumps. Condition of lox lift, high lift, and xaste xater meters. 1 C d) Adequacy of alum storage tank. ��� e) Hydraulic condition of suction side of high service pump Nos. 1 through 5. Reviex available City records to assess the water demand and quality requirements. D. Evaluate broad alternatives for water supply and treatment. including continued utilization of the existing xater filtration plant, its modification, and neW facilities. Recommend a program for addressing long term xater supply and treatments requirements. 1-3•0 Schedul� The xork under this Supplemental Task Order shall commence upon receipt by the Consultant of an executed copy of this Supplemental Task Order, and the Work vill be completed xithin four months. Twenty copies of the report xill be furnished to the City. 1-4.0 Payment Payment for the xork defined under this Supplemental Task Order shall be on Lump Sum basis. Total charges for this Supplemental Task Order Nill be $10,000.00. If additional copies of this study report are required they Will be furnished at their reproduction cost. � IN WITNESS WHEREOF, the parties hereto have caused this Suppl■e� mental Task Order No. 1 to be executed the year and the day belou vritte❑ by their proper officers and representatives. In The Presence of: HOWARD NEEDLES TAMMEN � BERGENDOFF ENGINEERS, ARCHZSECTS � PLANNERS In the Presence of: (Seal of City) CITY OF OSHKOSH, WISCONSIN William D. Frueh, CITY MANAGER CZTY CL£RK I hereby certify that provisions have been made to pay the liability that uill accrue to the City of Oshkosh. Wisconsin, under the uithin contract. Approved as to form and execution: CITY ATTORNEY 3 COMPTROLLER a i w � � � N � O � �-I � � !� � ro � � �� m 9 W � 5 � 4� ii 1� �y ,• A� W � N u] i�°' _ ' � �i i� a� 3 � N O� �ri yJ o23 . � � � s� v, w N Di v +� u � ro � �3� � a 0 'L7 � O E i�. 0 vi � 0 � � m v � Qi v � .� � H � c� ' � � � rn ,-+ ` .k Fa �o N r-I r-i U r-I +-I � Fi 1� Q U