HomeMy WebLinkAboutGremmer & Associates, IncLY
& A550CIATE5, INC.
ub..,... C0N5ULTING ENGINEER5
# .
June 5, 2008
City of Oshkosh
215 Church Avenue
P.O. Box 1130
Oshkosh, WI 54902 -1130
93 South Pioneer Road, Suite 300
Fond du Lac, WI 54935
Phone 920 - 924 -5720
Fax 920- 924 -5725
Attention: Mr. David Patek, PE
Director of Public Works
Subject: Proposal for Engineering Services
Sanitary Sewer / Watermain Design — Washburn, Koeller, Oshkosh & STH 21
Dear Mr. Patek:
Thank you for the opportunity to propose on the sanitary sewer and water main relocation design
resulting from the upcoming USH 41 expansion project. We have enjoyed working with you on the
previous Washburn Street project, 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 sanitary sewer and water main design services to
accommodate the upcoming USH 41 expansion project. The approximate location and lineal footage of
sanitary sewer and water main is as follows (see Exhibit A for a schematic map):
700' watermain at Witzel / Washburn / USH 41(includes bore under Witzel)
1350' watermain along Washburn Street (includes bore under Sawyer Creek)
450' watermain under USH 41 (includes 2 bores under USH 41 )
2000' watermain along Koeller /Oshkosh Street
1100' watermain along STH 21
Replacement of hydrants along Washburn Street ( "flipping" to other side of the street)
1450' sanitary along Washburn Street
370' sanitary under USH 41 (just south of Sawyer Creek — includes bore under USH 41)
1450' sanitary along Oshkosh Avenue and south of Oshkosh Avenue (behind apartments)
550' sanitary along STH 21
A more detailed scope of work is as follows. Items not specifically mentioned below shall be considered
additional services.
Fond du Lac, WI Stevens Point, WI
1. Survey.
a. Provide topographic and utility survey for areas not previously surveyed for the USH 41
project.
2. Utility Design.
a. Preliminary /final utility design for utilities as shown in Exhibit A.
i. Water main plan and profile.
ii. Sanitary sewer plan and profile.
iii. Roadway restoration plans.
b. Bid documents (one set of originals — assume 1 /2 size plans).
i. 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.
ii. ENGINEER will provide an electronic copy of the final plans to the OWNER
(AutoCad format).
c. Quantities and Engineer's Estimate.
3. DNR Coordination.
a. Permitting for municipal sanitary sewer and watermain extensions.
4. Coordination / Meetings.
a. 'Meet with the OWNER as necessary throughout the design process.
OWNER RESPONSIBILITY
1. Payment of any necessary governmental application / review fees.
2. Water main / sanitary sewer sizing requirements.
3. Proposed fire flow information (per Citywide modeling) necessary for DNR submittal.
4. Soil borings.
ADDITIONAL SERVICES
1. Preparation of any required easements.
2. Construction staking, construction observation, or construction assistance.
3. Preparation /submittal for a Wisconsin Department of Natural Resources Notice of Intent (NOI)
for stormwater discharges associated with land disturbing activities.
4. Attendance at a City of Oshkosh Plan Commission or City Council Meeting.
5. Lift station design.
GREMMER
& ASSOCIATES, INC,
COMPENSATION
Gremmer & Associates, Inc. not -to- exceed fee, including reimbursables, for the work described in the
scope of work section of this document is $3 8,000.
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 May 1, 2008, Exhibit B.
Invoices 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 May 1, 2008, Exhibit B.
GENERAL TERMS AND CONDITIONS
ENGINEER will perform services in accordance with the attached General Terms and Conditions dated
May 1, 2008, Exhibit C.
CHANGE OF SCOPE
If the execution of this proposal is delayed past July 15, 2008 by factors beyond the control of the
ENGINEER, or if the Scope of Services is change, the timing and compensation of this proposal shall be
renegotiated.
AUTHORIZATION AND TIMING
The receipt of a signed copy of this proposal shall be considered as authorization to proceed with the
services described. The project is currently scheduled for a bid opening in late 2008.
If this proposal is acceptable, please sign below and return one copy to me for our files.
Gremmer & Associates, Inc.
_ 1 kFMMER
-3 s & A55ociATE5, INC,
President
For the OWNER: City of Oshkosh
-Z. 7 40tyan Date
City C1e.k
_ t
Date
r"
i
.f t d
City.A orney Date
1
4CoMe
Date
& A590CIATES, INC.
Exhibit B
GREMMER & ASSOCIATES, INC.
PROFESSIONAL SERVICES FEE SCHEDULE
May 1, 2008 to April 30, 2009
ProjectManager ................................................................................................
............................... $105.00/hour
ProjectEngineer ..................................................................................................
............................... $95.00/hour
Senior Designer / Civil Engineer III ...................................................................
............................... $85.00/hour
Registered Land Surveyor / Survey Crew Chief ................................................
............................... $82.00 /hour
Civil Engineer II / Engineering Specialist III .....................................................
............................... $75.00/hour
Civil Engineer I / Engineering Specialist II ........................................................
............................... $62.00/hour
Engineering Specialist I / Civil Engineering Technician III ..............................
............................... $55.00/hour
Civil Engineering Technician II .........................................................................
............................... $52.00 /hour
CivilEngineering Technician I ...........................................................................
............................... $48.00/hour
OfficeServices ....................................................................................................
............................... $42.00/hour
Mileage......................................................................................................... ...............................
Current IRS rate
Meals, lodging, air travel,
telephone supplies, postage .......................................................................................
............................... At Cost
Printing Services
Photocopies.................................................................................... ...............................
$0.10 /impression
Large Format Plots (black & white) .........................................................
............................... $ /S.F.
LargeFormat Plots ( color) ........................................................................
............................... $ /S.F.
Mylar.........................................................................................................
............................... $2.00 /S.F.
Printing Services (Outside Service) ..........................................................................
............................... At Cost
Photographs.............................................................................................
............................... $0.79 /each
Slides........................................................................................................
............................... $0.89 /each
ExpertWitness ..................................................................................................
............................... $200.00/hour
or $1,000 /day
plus expenses
Note: Office Services, Civil Engineering Technician, and Engineering
Specialist I 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 C
GREMMER & ASSOCIATES, INC.
GENERAL TERMS AND CONDITIONS
May 1, 2008 to April 30, 2009
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, fires, 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. Termination of the agreement by the Owner or Gremmer & Associates shall be effective upon seven
(7) days written notice to the other parry. 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 of termination.
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.
1 of 1