HomeMy WebLinkAbout05-217.doc
JULY 12,2005
05-217
RESOLUTION
(CARRIED
7-0
LOST
LAID OVER
WITHDRAWN
PURPOSE:
APPROVE PROPOSAL FOR ENGINEERING DESIGN SERVICES
STREET CONSTRUCTION I WASHBURN STREET
INITIATED BY:
PUBLIC WORKS DEPARTMENT
BE IT RESOLVED by the Common Council of the City of Oshkosh that the attached
Proposal with Gremmer & Associates, Inc. for a relocated segment of Washburn Street in
the southwest quadrant of USH 41 and STH 21 is hereby approved and the proper City
officials are hereby authorized to execute and deliver the agreement in substantially the
same form as attached hereto, any changes in the execution copy being deemed approved
by their respective signatures, and said City officials are authorized and directed to take
those steps necessary to implement the terms and conditions of the Agreement.
BE IT FURTHER RESOLVED that money for this purpose is hereby appropriated
from:
Acct No. 315-0410-6450-00000 -- Street Improvement Fund - Engineering
Services
July 8, 2005
City of Oshkosh
215 Church Avenue
P.O. Box 1130
Oshkosh, WI 54902-1130
Attention:
Mr. David Patek, PE
Director of Public Works
Subject:
Proposal for Engineering Services
Washburn Street
Dear Mr. Patek:
Thank you for the opportunity to propose on the Washburn Street relocation proj ect. We have enj oyed
working with you on past projects, and look forward to continuing to provide quality engineering
services to you on this project. Hereinafter, the City of Oshkosh will be referred to as the OWNER, and
Gremmer & Associates, Inc., the ENGINEER. .
SCOPE OF WORK
The general scope of work for the project is to provide design services for a relocated segment of
Washburn Street in the southwest quadrant of USH 41 and STH 21. The proj ect starts at the existing
STH 21/W estowne intersection and extends for a total length of approximately 2,600 feet before tying
back into existing Washburn Street. The project will be designed and constructed with 100% City of
Oshkosh funds; therefore the design of the project will not need to follow the WisDOT process. A more
detailed scope of work is as follows. Items not specifically mentioned below shall be considered
additional services.
1. Survey.
a. Provide a topographic survey of the project area.
b. Provide existing right-of-way survey for parcels not surveyed under the USH 41 / STH
21 project.
2. Agency Coordination.
a. DNR Coordination. ENGINEER will coordinate with DNR concerning NR 151
(stormwater and water quality) issues and obtain any necessary permits. It is assumed
that the 2 small existing stormwaterponds at the intersection of Westowne/STH 21 are
the only potential wetlands along the project corridor, but that impacts can be avoided.
Therefore, coordination with DNR and Army Corps of Engineers concerning wetland
impacts is not included in the project scope and if needed, shall be considered extra
services. .
3. Utility Coordination.
a. ENGINEER shall coordinate with existing utility companies to identify any potential
utility conflicts, and to obtain a relocation work plan, if necessary. OWNER will draft
and execute any necessary conveyance documents.
- 1-
4. Roadway Design.
a. Horizontal alignment will be based on the alignment provided by the OWNER.
b. Storm sewer will be designed to drain to existing outlets initially, but will be evaluated
with respect to the future drainage and stormwater plans for the proposed USH 41 / STH
21 interchange.
c. Location of the proposed sanitary sewer and watermain will be conceptually evaluated as
a part of this contract. Design of the sanitary sewer and watermain will be a part of a
future contract, and if necessary shall be considered extra services.
d. Design of any stormwater management HMP' s required by the DNR as a result of the
NR 151 process. These stormwater management BMP's will be evaluated with respect
to any future storm water BMP's that are being considered for the proposed USH 41/
STH 21 interchange.
e. Traffic signal loop detector conduit and pull box layout, for future signalization.
f. Traffic control plans/details.
g. Quantities and Engineer's Estimate.
h. Bid documents (one set of originals - assume 12 size plans). Bid documents will include
final plans and a spec book which will include all necessary contract forms and
specification documents for the OWNER to bid out the project (Bid Form, Agreement,
General Conditions, General Specifications, Roadway and Utility Specifications, etc.).
OWNER will handle document reproduction, plan distribution, maintaining a bidders
list, and bid opening. The ENGINEER will be available to answer questions that arise
during the bidding process. .
1. ENGINEER will provide an electronic copy of the final plans to the OWNER (AutoCadd
format).
5. Right-of-Way Plat.
a. Scope of the right-of-way plat is for approximately 16 tax parcels.
b. Title searches from the ongoing USH 41/ STH 21 project will be utilized for the plat.
Any additional title searches necessary shall be considered extra services.
c. The ENGINEER shall field locate and temporarily mark the new right of way boundaries
in a manner which will facilitate the appraisal of all affected parcels.
d. The ENGINEER shall monument the new right of way boundaries after r/w negotiations
are complete.
e. The ENGINEER shall provide Right-of-Way Plat and parcel descriptions for the project.
The OWNER will prepare the conveyance documents, and provide negotiation, appraisal
and acquisition services for the project.
f. Preparation of an acquisition stage relocation plan shall be considered extra services.
6. Coordination / Meetings.
a. Meet with the OWNER and/or WisDOT as necessary throughout the design process.
ENGINEER shall obtain any necessary permits from the WisDOT.
OWNER RESPONSIBILITY lOUT OF SCOPE WORK
1. Payment of any necessary governmental application / review fees.
2. Construction staking or construction inspection services.
3. Public Information Meeting.
4. Additional title searches or title search updates.
5. Soil borings.
-2-
COMPENSATION
Gremmer & Associates, mc. not-to-exceed fee, including reimbursables, for the work described in the
scope of work section of this document is $70,398.50.
The ENGINEER shall prepare monthly invoices based on a "time and materials" basis for the project, in
accordance with the attached Professional Services Fee Schedule, dated January 1, 2005, Exhibit A.
mvoices shall be paid by the OWNER within 30 days of OWNER'S receipt of an invoice for
ENGINEER'S professional services rendered.
Additional services, at the request of the OWNER, will be billed according to the attached Professional
Services Fee Schedule, dated January 1, 2005, Exhibit A.
GENERAL TERMS AND CONDITIONS
ENGINEER will perform services in accordance with the attached General Terms and Conditions dated
January 1,2005, Labeled Exhibit B.
CHANGE OF SCOPE
lithe execution of this proposal is delayed past July 15,2005 by factors beyond the control ofthe
ENGINEER, or if the Scope of Services is change, the timing and compensation of this proposal shall be
renegotiated.
A UTH 0 RIZA TI 0 N AND TIMIN G
The receipt of a signed copy of this proposal shall be considered as authorization to proceed with the
services described. The current schedule calls for a right-of-way plat in late fall, 2005, with a completion
date for construction in October 2006.
,
If this proposal is acceptable, please sign below and return one copy to me for our files.
Sincerely,
Thomas Lanser, PE
President
Gremmer & Associates, Inc.
For the OWNER: City of Oshkosh
Name
Date
- 3 -
Exhibit A
GREMMER & ASSOCIATES, INC.
PROFESSIONAL SERVICES FEE SCHEDULE
January 1, 2005
Project Manager ..................... ........... .............. ..... ........ ...... ......... ............... ............ ................. ........... $95.00/hour
Project Engineer..............................................................................................................;.................. $85.00/hour
Senior Designer / Civil Engineer ill.....................................;............................................................ $75.00/hour
Registered Land Surveyor ................................................................................................................. $75.00/hour
Civil Engineer IT ... ........ ................... ................ ............ ............. ............. .... ........ ................. ......... ...... $65.00/hour
Civil Engineer I.................................................................................................................................. $58.00/hour
Engineering Specialist ............................................ ........................................................................... $53.00/hour
Civil Engineering Technician IT ........................................................................................................ $49.00/hour
Civil Engineering Technician I ..................:...................................................................................... $45.00/hour
Office Services......................................................................,............................. ......... ...................... $38.00/hour
Mileage..... ...... "'" ....................... ......... ... .......... ... .... .......... ......... ............. ................ ............. ..... ........".. $0.45/mi1e
Meals, lodging, air travel,
telephone, supplies, postage .............................................. ........................................................................At Cost
Printing Services
Photocopies .................................................................................................................. $0.1 O/impression
Large Format Plots (black & white).......................... ............................ .................................. $1.00/S.F.
Large Format Plots (color) ...................................................................................................... $2.00/S.F.
Mylar ........................... ....... ...... .......... ...... ........ ................ ........................................... ............ $2.00/S.F.
Printing Services (Outside Service) .........................................................................................................At Cost
Photographs ........................................ ..................................................................... ................$0.79/each
Slides ..............................,... """"""""'" ..................................................................................$0.89/each
Expert Witness ...................................................................................................................... ........... $200.00/hour
or $l,OOO/day
plus expenses
Note: Office Services, Civil Engineering Technician 1 & 2, and Engineering Specialist are paid
time and one-half their actual wage for overtime. The respective billed rate will be approximately
17% higher than the published rate to account for the overtime rate.
Exhibit B
GREMMER & ASSOCIATES, INC.
GENERAL TERMS AND CONDITIONS
January 1, 2005
1.
This agreement, upon execution by both parties hereto, can be amended only by written instrument
signed by both parties. As the project progresses, facts uncovered may reveal a change in direction,
which may alter the scope. Gremmer & Associates will promptly inform the Owner in writing of
such situations so that changes in this agreement can be negotiated as required.
2.
Costs and schedule commitments shall be subject to renegotiation for delays caused by the Owner's
failure to provide specified facilities or information,. or for delays caused by unpredictable
occurrences, including without limitation, fITes, floods, riots, strikes, unavailability of labor of
materials, delays or defaults by suppliers or materials or services, shutdowns, acts of God or the
public enemy, or acts or regulations of any governmental agency. Temporary delay of services
caused by any of the above, which results in additional costs beyond those outlined, may require
renegotiation of this agreement.
3.
Gremmer & Associates will maintain insurance coverage in the following amounts:
Worker's Compensation
General Liability
General Aggregate
Operations / Injury
Automobile Liability
Liability / Injury
Property Damage
Professional Liability Insurance
Umbrella Liability Insurance
Statutory
$2,000,000
$1,000,000
$1,000,000
Value or Repair
$1,000,000
$2,000,000
4.
Tennination of the agreement by the Owner or Gremmer.& Associates shall be effective upon seven
(7) days written notice to the other party. The written notice shall include the reasons and details for
termination. Gremmer & Associates will prepare a final invoice showing all charges incurred
through the date oftermination.
5.
Gremmer & Associates intends to serve as the Owner's professional representative for those services
as defined in this agreement and to provide advice and consultation to the Owner as a professional.
Any opinions of probable project costs, approvals, and other decisions made by Gremmer &
Associates for the owner are rendered on the basis of experience and qualifications and represent our
professional judgment.
6.
This agreement shall not be construed as giving Gremmer & Associates the responsibility or
authority to direct or supervise construction means, methods, techniques, sequence, or procedures of
construction selected by contractor or subcontractors, or the safety precautions and programs incident.
to the work of the contractors or subcontractors.
10f1