HomeMy WebLinkAboutmcmahon 09-15 2009 infiltration/inflow reduction programProfessional Engineering Services for
2009 Infiltration/inflow
Reduction Program
Prepared For The
OJ KOV'H
CITY OF OSHKOSH
Wisconsin
r)
r)
f7�
r)
D Fff.,
L9
'12
APR 2 9 2009 LZ
CITY CLERK'S OFFICE
MARCH 6, 2009
Revised: March 30, 2009
McM. No. M0032-990002
CCS:car
March 6, 2009
Revised: March 30, 2009
Re: City of Oshkosh
2009 Infiltration/ Inflow Reduction Program
McM. No. M0032- 990002
Dear Mr. Gohde:
Thank you for meeting with us concerning the City of Oshkosh's efforts to minimi
Infiltration/ Inflow (I /I) into your sanitary sewer system. McMAHON is pleased to submit
this Proposal Agreement to the City for assistance in identifying and addressing I / I. This
Proposal Agreement is based on the issues we discussed at our March 25th meeting. This is a
serious commitment to analyze and remediate the 240 miles of sanitary sewer in the City.
This project proves the City's long -term commitment in making the sanitary sewer collection
system more efficient to provide the least unit cost for system users.
The enclosed Proposal Agreement includes our Statement of Understanding, Scope of
Services, Items Not Included in the Scope of Services, Project Approach, Responsibilities of
the City, Schedule, Compensation, Project Team, and Project Experience.
We believe McMAHON is uniquely qualified to perform these services for the City. We
have provided Sewer System Evaluation Surveys for many communities in the Fox River
Valley, including the Village of Kimberly, the Cities of Kaukauna and Neenah, and the Town
of Neenah. Our knowledge of sanitary sewer studies and possible remediation methods is
unsurpassed.
We are currently celebrating our 100th year of providing engineering services to
municipalities such as the City of Oshkosh. We were established as a municipal engineering
firm in 1909 and the majority of our business continues to be municipal engineering.
McMAHON 1445 McMAHON DRIVE NEENAH,WI 54956 Mailing P.O. BOX 1025 NEENAH,WI 54957 -1025 ,
PH 920.751.4200 FAX 920.751.4284 MCM @MCMGRP.COM WWW.MCMGRP.COM
1909 — 2009
Mr. Steven Gohde, P.E.
Assistant Director of Public Works
City of Oshkosh
215 Church Avenue
�,.
P.O. Box 1130
Oshkosh, WI 54903 -1130
Re: City of Oshkosh
2009 Infiltration/ Inflow Reduction Program
McM. No. M0032- 990002
Dear Mr. Gohde:
Thank you for meeting with us concerning the City of Oshkosh's efforts to minimi
Infiltration/ Inflow (I /I) into your sanitary sewer system. McMAHON is pleased to submit
this Proposal Agreement to the City for assistance in identifying and addressing I / I. This
Proposal Agreement is based on the issues we discussed at our March 25th meeting. This is a
serious commitment to analyze and remediate the 240 miles of sanitary sewer in the City.
This project proves the City's long -term commitment in making the sanitary sewer collection
system more efficient to provide the least unit cost for system users.
The enclosed Proposal Agreement includes our Statement of Understanding, Scope of
Services, Items Not Included in the Scope of Services, Project Approach, Responsibilities of
the City, Schedule, Compensation, Project Team, and Project Experience.
We believe McMAHON is uniquely qualified to perform these services for the City. We
have provided Sewer System Evaluation Surveys for many communities in the Fox River
Valley, including the Village of Kimberly, the Cities of Kaukauna and Neenah, and the Town
of Neenah. Our knowledge of sanitary sewer studies and possible remediation methods is
unsurpassed.
We are currently celebrating our 100th year of providing engineering services to
municipalities such as the City of Oshkosh. We were established as a municipal engineering
firm in 1909 and the majority of our business continues to be municipal engineering.
McMAHON 1445 McMAHON DRIVE NEENAH,WI 54956 Mailing P.O. BOX 1025 NEENAH,WI 54957 -1025 ,
PH 920.751.4200 FAX 920.751.4284 MCM @MCMGRP.COM WWW.MCMGRP.COM
1909 — 2009
s
Page 2
March 6, 2009
Revised: March 30, 2009
Mr. Steven Gohde, P.E.
Assistant Director of Public Works
City of Oshkosh
What does this mean to the City of Oshkosh?
■ Your time is valuable, and resources are limited. During this process, you do not want to
settle for a boilerplate solution. Our Team members have gone through this process
before, and bring that experience to the decision making process to help you make
creative, timely and informed decisions.
■ You need to make the right decisions. This project will significantly impact the City for
years to come. We recognize the significance of your decisions, and are prepared to
respond with the strongest and most experienced Team.
■ You want a comfortable working relationship with the people you have selected for this
project. You may have a professional working relationship with the Project Team
members, but we want you to have enough confidence in us to provide a high comfort
level. You will be spending many hours with our Team; analyzing the many decisions
that will be required. Our objective is not only to develop a professional relationship, but
also personal relationships which will last beyond this project and make working on this
project an enjoyable experience.
We appreciate the opportunity to provide you with this Proposal Agreement and we look
forward to working with you on this project. If you have any questions concerning this
Proposal Agreement, please feel free to call me at your convenience.
Very truly yours,
McMAHON
4�x Z
Carl C. Sutter, P.E.
Vice President
W
CCS:car
Enclosure: Proposal Agreement
Professional Engineering Services for
2009 Infiltration /Inflow Reduction Program
0 Prepared For The
Q/HK07R CITY OF OSHKOSH
HON
ENGLNEERS 'ARC:HITECTS
Statement of Understanding
The City of Oshkosh has experienced major flooding over the past several years
as a result of inadequacies in the sanitary sewer collection system. In the
flooding events of 2008, several basement backups occurred along with street
flooding. Flows to be treated at the wastewater treatment facility have
increased by eight to ten times average flow during some periods of wet
weather.
The City sanitary sewer collection system comprises of the following:
■ 240 Miles of Gravity Sanitary Sewer Main
■ 17 Sanitary Lift Stations
■ 8 Major Sanitary Lift Stations (included in 17 total stations)
■ 5 Outlying Sanitary Districts Providing Flow into the City System
In order to address this problem, the City has budgeted $250,000 in 2009 for
services to determine problems within the sanitary sewer system and initiate
system repairs. The City would like to utilize these funds in both the
engineering and construction areas.
In order to determine and isolate the worst areas, we will start by placing flow
monitoring equipment at the following locations:
• Nebraska Street South of West 8th Avenue (36 -inch)
• Dempsey Trail (42 -inch)
• North Campbell Road North of River Crossing (27 -inch)
• 48 -inch Interceptor on North Side of River (by Railroad Avenue)
• Ceape Avenue East of Broad Street (60 -inch)
Flows will be monitored for a three month period.
Proposal Agreement For Professional Engineering Services
2009 INFILTRATION /INFLOW REDUCTION PROGRAM
Prepared For The City of Oshkosh
0
Statement of Understanding (continued)
At the completion of this monitoring period, the flows will be analyzed and
reviewed to determine if one particular basin (or basins) should be targeted for
further study.
In addition, McMAHON will perform manhole observations and prepare
manhole reports for the manholes in these areas:
• West 20th Avenue (South Koeller Street to Capital Drive)
• South Koeller Street (West 20th Avenue to West South Park Avenue)
• The Sanitary Manhole Sealing Area Depicted on the Enclosed Map
• The areas of the Island View, Northside, Prairie Court, County 'Y', and
Snell basins as shown on the enclosed map.
• The Sawyer Creek basin.
Please refer to the enclosed map for locations.
We will also perform an analysis of the gravity portion of the Sawyer Creek
basin. This analysis will include review of the existing plans and topographic
survey of the manhole locations including rim elevations and pipe invert
elevations.
By reviewing all of this information the City will be able to determine any type
of construction projects to undertake in 2009 and obtain sufficient information
to determine the next steps to be taken in analysis of Infiltration /Inflow (I /I)
into the system. This effort is not addressed in this Proposal Agreement, but
would be part of a future work effort.
Scope of Services
The proposed Scope of Services for this project is listed below:
Flow Monitoring
(estimated at 5 locations for 12 weeks)
■ Coordinate and perform flow monitoring at the following locations:
v Nebraska Street South of West 8 11, Avenue (36 -inch)
v Dempsey Trail (42 -inch)
v North Campbell Road North of River Crossing (27 -inch)
v 48 -inch Interceptor on North side of River (by Railroad Avenue)
v Ceape Avenue East of Broad Street (60 -inch)
McMAHON
ENGINEERS ARCHITECTS.
Proposal Agreement For Professional Engineering Services
2009 INFILTRATION /INFLOW REDUCTION PROGRAM
Prepared For The City of Oshkosh
Scope of Services (continued)
• Furnish, install, and maintain flow monitoring equipment at determined
sites for a period of 12 weeks. Equipment will be capable of measuring
flows in a surcharged condition.
• Visit flow meters weekly.
• Summarize flow monitoring data.
• Calculate the I/I rates in the sub - basins using the flow monitoring data.
• Utilize Wisconsin Department of Natural Resources (DNR) criteria for
determining if the inflow and /or infiltration rates are excessive.
• In areas with excessive inflow or infiltration, recommend investigative
techniques for determining I/1 sources. Techniques may include:
v Wet Weather Observations
v Smoke Testing
v Manhole inspections
v Building inspections
v Night -time flow observations
v Sewer and lateral televising
v Dye testing
• Prepare report based on information obtained.
• Meet with City staff to review report.
Manhole Inspections
(West 20th Avenue, South Koeller Street, Sanitary Manhole Sealing Area, Island
View, Northside, Prairie Court, County 'Y', and Snell Basins)
(estimated at 525 manholes)
• Observe condition of sanitary sewer manhole and provide a report and
photographs of each manhole (sample report included).
• Document the following in the report:
v Materials of construction.
v Type of lid.
v Susceptibility to ponding.
v Depth of manhole.
v Structural condition.
v Location of leaks.
v Presence or absence of chimney seals and their condition.
McMAHON Proposal Agreement For Professional Engineering Services
® 2009 INFILTRATION /INFLOW REDUCTION PROGRAM
Prepared For The City of Oshkosh
Scope of Services (continued)
• Photographs and reports shall be entered into a database available to City
personnel. This database will be transferable to the City Geographic
Information System (GIS). A sample report is attached.
• Prepare report based on information obtained.
• Meet with City staff to review report.
Sawyer Creek Basin Sanitary Sewer Analysis:
• Review existing sanitary sewer plans. .
• Provide topographic survey of manholes in basin including:
v Manhole Location
v Rim Elevation
v Pipe Invert Elevation
• Determine pipe capacities based on recorded conditions.
• Provide night time flow monitoring during anticipated times of high
groundwater to determine 1/I sources.
• Prepare report showing the over capacity points within the system. Make
recommendations for additional study to be undertaken or rehabilitation
work to be completed.
Project Approach
In order to provide a substantial amount of money to actual sanitary sewer
rehabilitation, McMAHON proposes allocating the $250,000 budget in the
following manner:
• Flow Monitoring $19,200
• Manhole Inspections $47,900
• Sawyer Creek $9,100
• Additional Engineering or Construction $173,800
• Total: $250,000
McMAHON
Proposal Agreement For Professional Engineering Services
2009 INFILTRATION /INFLOW REDUCTION PROGRAM
Prepared For The City of Oshkosh
McMAHON
r
Project Approach (continued)
McMAHON has been providing engineering services since 1909. We
understand the importance of laying the groundwork for future I/1 reduction
activities while also showing the City residents the rehabilitation effort has
started. Therefore, there is flexibility built into the program to allow the City to
address its most pressing needs within the 1/1 program.
All services performed by McMAHON will be completed through our Neenah
office. We will provide all of the services with none of the work (including
flow monitoring and manhole inspection) being subcontracted to other firms.
We will provide the City of Oshkosh with one point of contact for all questions
on this project.
We have made meeting the project schedule and communication a matter of
course within our projects by paying attention to details. We will continue to
do so in this project.
Items Not Included in the Scope of Services
The following items are not included in the proposed Scope of Services:
■ Preparation of informational material to be distributed to property owners.
■ Meetings with property owners.
Responsibilities of the City of Oshkosh
This Proposal Agreement is based on the City providing the following:
■ A person or persons to act as a contact person for each phase.
■ Aerial photographs or maps of the City.
■ GIS data and required database format for the sanitary sewer system.
■ Sanitary sewer televising.
■ Sanitary sewer plans of the study areas.
Proposal Agreement For Professional Engineering Services
2009 INFILTRATION /INFLOW REDUCTION PROGRAM
Prepared For The City of Oshkosh
Schedule
McMAHON proposes the following schedule for the services to be provided:
- ■ If the project is awarded by April 3, 2009, flow monitoring and manhole
inspections would begin as soon as allowed by the City. Flow monitoring
would continue for a three -month long period with a summary report being
prepared and submitted within two months after completion of flow
monitoring.
■ McMAHON will complete manhole inspections within two months after
contract approval by the City. Review with City staff would occur within
!" two months after manhole inspections are completed.
Compensation
McMAHON proposes to provide the services outline in this Proposal
Agreement on a time and expense (not to exceed) basis as outlined below:
■ Flow Monitoring $19,200
■ Manhole Inspections $47,900
■ Sawyer Creek Basin Analysis $9,100
■ Total $76,200
McMAHON will invoice the City of Oshkosh monthly for services provided.
All services provided under this Proposal Agreement would be in accordance
with McMAHON General Terms and Conditions, dated January 20, 2009.
McMAHON
Proposal Agreement For Professional Engineering Services
2009 INFILTRATION /INFLOW REDUCTION PROGRAM
Prepared For The City of Oshkosh
Project Teams
' The following individuals are proposed as your Project Team:
■ Carl C. Sutter, P.E.
Bachelor of Science degree, Civil & Environmental Engineering, 1981
' University of Wisconsin — Madison
28 years experience
■ Chad T. Olsen, P.E.
? Bachelor of Science degree, Environmental Engineering, 1994
> Michigan Technological University
14 years experience
' ■ Sam J. Pociask
Master of Science degree, Resource Analysis / Emphasis G.I.S., 2002
St. Mary's University, Winona MN
6 years experience
Carl Sutter will be the client representative. He will receive information from
the City and disseminate this information to the appropriate person for
response. He will be the main point of contact and will provide overview on
this project.
'^ Chad Olsen will be the project manager for the flow - monitoring portion of the
•-� project.
Sam Pociask will provide the G.I.S. information to the City for the completed
' projects.
Project Experience
McMahon has provided the following Sanitary Sewer Evaluation Survey
services for municipalities and utilities in the Fox River Valley area:
■ Village of Allouez
v Performed flow monitoring.
f ,. e v Performed wet and dry weather manhole inspections.
v Reviewed sanitary sewer cleaning & televising program.
v Compared sanitary sewer flows to potable water consumption.
v Prepared rehabilitation recommendations.
v Prepared plans and specifications for manhole replacement and sewer
lining and replacement.
v Performed smoke testing.
MCMAHON
' Proposal Agreement For Professional Engineering Services
2009 INFILTRATION /INFLOW REDUCTION PROGRAM
Prepared For The City of Oshkosh
. i
4
MCMAHON
.ENGINEERS ARCHITECTS
Project Experience (continued)
■ City of Brillion
v Performed wet and dry weather manhole inspections.
v Performed smoke testing of sanitary sewer system.
Prepared plans and specifications for manhole repair and replacement
along with installation of bolt down covers and chimney seals.
■ Grand Chute Sanitary District # 2
e Performed wet and dry weather manhole inspections.
r Prepared rehabilitation recommendations.
v Prepared plans and specifications for manhole repair.
v Prepared and administered sanitary sewer televising contract.
■ Village of Kimberly
T Performed flow monitoring.
T Performed wet and dry weather manhole inspections.
e Reviewed sanitary sewer cleaning & televising program.
r Compared sanitary sewer flows to potable water consumption.
v Prepared rehabilitation recommendations.
v Prepared plans and specifications for manhole replacement and sewer
lining and replacement.
v Performed smoke testing.
v Performed dye testing.
Y Prepared and administered sanitary sewer televising contract.
v Performed on -site review of businesses contributing high I/I flows.
■ City of Kaukauna
Y Performed flow monitoring.
■ City of Neenah
Y Performed flow monitoring.
v Performed night -time manhole inspections.
■ Town of Neenah
v Performed night -time manhole inspections.
v Completed I/I investigation, reduction and elimination guidelines.
Proposal Agreement For Professional Engineering Services
2009 INFILTRATION /INFLOW REDUCTION PROGRAM
Prepared For The City of Oshkosh
ENGINEERS \ ARCHITECJS
To indicate acceptance of this Proposal Agreement, please sign below and
return one copy to our office.
Owner:
City of Oshkosh
Wisconsin
(Authorized Signature)
44P,K X 9a#4 Co Yq/WfGEK
Title 1 ---1
4- - L - 2co-,
Date
Date
..'Jy oe U"i, that ��hr- eoessary provis;ons
"c, if ',made to pay the liability whJ,dh vJ111
Engineer:
C. C 0 In r 2-L Tt
McMahon C-Q���
Neenah, Wisconsin iz ' or w I r
�, -73 1 0 '2 1-
Carl C. Sutter, P.E. Date
Vice President
Attachments: General Terms & Conditions
2009 Fee Schedule
2009 Reimbursable Expense Schedule
im
INEMM,
Proposal Agreement For Professional Engineering Services
2009 INFILTRATION/INFLOW REDUCTION PROGRAM
Prepared For The City of Oshkosh
{
�
{
�g9
�A
R
nZ N f
e i' � aiw.�t 'f'e i sfi, ,�e�x ,.. '- � f � ✓ $ Y r '� � �i
—
h
t Y �
a
2 t ¢ — ---
�>�'�
a } � T;
� i� �5s r ,. H } �� � ��'
J3n
� w I
""'
0
a+ s
C TS � �A� STONE,
OK
BROO KVI CT.
R.
NO CT.
L y =s t BLAKE CT.
Y fi �
zr- MEADOWBRC}C)K
a c'
b E 6 CT.
u r�
NICOLE CT.
j WH. CT.
I TY CT. GRACELAND CT.
I GOLDEN E.
Z
. BEY AVM:
z
A VE. F—
KINCAID co
AM AX/F r) W � 0
SAWYER CREEK BASIN M.H. INSPECTIONS
OSHKOSH, WISCONSIN
ID: PM20091MCM WISIOSHKOSH- PRAIRIE CT SAN SEWER SYSTEM.PPT CCS:Imk
r
nZ N f
e i' � aiw.�t 'f'e i sfi, ,�e�x ,.. '- � f � ✓ $ Y r '� � �i
—
h
t Y �
a
2 t ¢ — ---
�>�'�
a } � T;
� i� �5s r ,. H } �� � ��'
J3n
� w I
""'
0
a+ s
C TS � �A� STONE,
OK
BROO KVI CT.
R.
NO CT.
L y =s t BLAKE CT.
Y fi �
zr- MEADOWBRC}C)K
a c'
b E 6 CT.
u r�
NICOLE CT.
j WH. CT.
I TY CT. GRACELAND CT.
I GOLDEN E.
Z
. BEY AVM:
z
A VE. F—
KINCAID co
AM AX/F r) W � 0
SAWYER CREEK BASIN M.H. INSPECTIONS
OSHKOSH, WISCONSIN
ID: PM20091MCM WISIOSHKOSH- PRAIRIE CT SAN SEWER SYSTEM.PPT CCS:Imk
rn
0
Z
C:
PROGRE
,
11-7 �J
PROG
i D R.
GR
- - - - - - - - - -
fn
z
. . . . . . . . . ..............
o"
;o -Z
�P:7
- irn
>
m
rte m. 0
'o
r
!71
A
rvg— 7=
r
D
GR
- - - - - - - - - -
. . . . . . . . . ..............
o"
;o -Z
�P:7
- irn
>
rte m. 0
'o
!71
A
D
HA
EISI
,
�R N Ok
78F
DICKINS
MARICOPA DR.
AVE.
In
-t2 (a2
ry
cl z
Lu
cr- VV
Z �DON 0 1
M LL T
< ry z
U J
CT.
ro W 0
C
IL
o
U)
w
W
01
c o
U)
�il B DGjjR
01' HIGH
1-0
I AK DR. 1
U)
co
r)
z
GTUJI
f
LU
L
LLJ
LU
ell% I ,� zoz�
IM
CAPITAL DR.
RM
wma1 M%m
0 WE
1.
KNAPP ST.
McMAHON MANHOLE INSPECTION FORM
Manhole I.D. #
Inspector: Rodney Manthey / Joe Sturm
Manhole Location 15:107 (19)
Date: 316/07 Location:
Weather: Dry Paved:
Temperature: Unpaved: ❑
.................. . ........................ . ... . ......... ............................................................................................... ............. ................ Missing ............ .
Mi n g El
COVER
LID Gasket: Yes ❑ o ...... . ............... . .............................
Pick Holes: Open ❑ Concealed M
Pick Hole Plugs: Yes ❑ Missing ❑ N/A ❑
Susceptible To Flooding: Yes ❑ No 0
If Yes, Drainage Area: S.F.
Susceptible To Run Off: Yes ❑ No [D
If Yes, Drainage Area: — S.F.
Comments: Standard NF Casting – Good Condition
........................................ .............................................................................................. ............ o ...... . ................................................................ . ......................... . . . .
FRAME ..............................................
Misaligned: Yes ❑ No M inches offset
Evidence Of Leaks: Yes ❑ No ❑
Comments: Good Condition
........................... . ........................... . ........................................................ ................. I ............................ ..............................
ADJUSTING RINGS Type:
. ................................
.............................
; .....................
............................................
Concrete Rings
Yes
F
No
❑
Concrete Block
Yes
❑
No
F
Mortar In Joints
Yes
❑
No
F
Height
in.
Rubber Boot/Chimney Sea] Yes
❑
No
❑
Evidence Of Leaks:
Yes
❑
No
❑
Comments:
........................... ........ .................................................................................
M Uff
MANHOLE CONE Riff Evidence Of Cracks:
❑
Yes
.....................................................................................................................
❑
No
Comments:
Evidence Of Leaks: Yes 0 No ❑
Comments: Concrete construction, Mortar needs attention – Boot
Leaks: Check Later
........ ..............................................................................................................................................................................................
MANHOLE BASE & FLOWLINE Base Structural & Flowline Condition: Good Condition
Level: 2" Bench
Evidence Of Leaks: Yes ❑ No 0
Comments:
Recommendations For Repair:
Notes:
Manhole Construction: Brick ❑ Concrete Block ❑ Precast ❑ Fiberglass ❑
Manhole Depth to Flowline: Ft.
Pipe Inlet: Size: Material:
Pipe Outlet: Size: Material:
Debris In Manhole: Yes ❑ No ❑ Type:
McAlAHON McMAHON / City of Oshkosh April 24 ,2009
GENERAL TERMS & CONDITIONS
1. McMahon will bill the Owner monthly with net payment due in 30 -days. Past due balances shall be subject to a service charge at a rate of 1.0% per month.
In addition, McMahon may, after giving 48 -hours notice, suspend service under any Agreement until the Owner has paid in full all amounts due for services
rendered and expenses incurred. These expenses include service charges on past due invoices, collection agency fees and attorney fees incurred by
McMahon to collect all monies due McMahon. McMahon and Owner hereby acknowledge that McMahon has and may exercise lien rights on subject
property.
2. The stated fees and Scope Of Services constitute our best estimate of the fees and tasks required to perform the services as defined. This Agreement,
upon execution by both parties hereto, can be amended only by written instrument signed by both parties. For those projects involving conceptual or
process development services, activities often cannot be fully. defined during initial planning. As the project progresses, facts uncovered may reveal a
change in direction, which may after the Scope. McMahon will promptly inform the Owner in writing of such situations so changes in this Agreement can be
negotiated, as required.
3. The stipulated fee is firm for acceptance by the Owner for 60 -days from date of Agreement publication.
4. Costs and schedule commitments shall be subject to. re- negotiation 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 or materials, delays or defaults
by suppliers of materials or services, process 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 re- negotiation of this Agreement.
5. Reimbursable expenses incurred by McMahon in the interest of the project including, but not limited to, equipment rental will be billed to the Owner at cost
plus 10% and sub - consultants at cost plus 12 %. When McMahon, subsequent to execution of an Agreement, finds that specialized equipment must be
purchased to provide special services, the cost of such equipment will be added to the agreed fee for professional services only after the Owner has been
notified and agrees to these costs..
6. McMahon will maintain insurance coverage in the following amounts:
Worker's Compensation ..................................... ............................... ......................Statutory
General Liability
Bodily Injury - Per Incident / Annual Aggregate .............. $1,000,000 / $2,000,000
Automobile Liability
BodilyInjury ..................................... ............................... .....................$1,000,000
Property Damage ................................................. ............................... $1,000,000
Professional Liability Coverage ............................................ ............................... $2,000,000
McMahon shall maintain a minimum amount of insurance coverage consistent with the Citys Insurance Requirements for Professional Liability Providers, a
copy of which is attached hereto, except the requirement of 1.B., which states that McMahon must continue coverage for 2 years after final acceptance for
service/job, shall not apply in this instance."
7. The Owner agrees to provide such legal, accounting and insurance counseling services as may be required for the project for the Owner's purpose. All
unresolved claims, disputes and other matters in question between the Owner and McMahon may be submitted to mediation, if an agreement cannot be
reached by Owner and McMahon.
8. Termination of this Agreement by the Owner or McMAHON shall be effective upon 10 calendar days written notice to the other party. The written notice.
shall include the reasons and details for termination, Payment for satisfactorily performed services is due as stated in paragraph 1. If the Owner defaults in
any of the Agreements entered into between McMAHON and the Owner, or if the Owner fails to carry out any of the duties contained in these terms and
conditions, McMAHON may, upon 10 calendar days written notice, suspend its services without further obligation or liability to the Owner unless, within
such 10 calendar day period, the Owner remedies such violation to the reasonable satisfaction of McMAHON.
9. Re -use of any documents or AutoCAD representations pertaining to this project by the Owner for extensions of this project or on any other project shall be
at the Owner's risk. Subject to any limitations contained in Sec. 893.80 and any similar statute, of the Wisconsin Statutes, Owner further agrees to hold
McMahon harmless from any and all liability, including claims, demands, losses, costs, damages, and expenses of every kind and description (including
death), or damages to person or property arising out of reuse of the documents or AutoCAD representations by the Owner or by others acting through the
Owner where such liability is founded upon or grows out of the acts or omission of any of the officers, employees or agencies of the Owner while acting
within the scope of their employment.
10. Purchase Orders - in the event the Owner issues a purchase order or other instrument related to the Engineer's services, it is understood and agreed that
such document is for Owner's internal accounting purposes only and shall in no way modify, add to or delete any of the terms and conditions of this
Agreement. If the Owner does issue a purchase order, or other similar instrument, it is understood and agreed that the Engineer shall Indicate the purchase
order number on the invoice(s) sent to the Owner.
11. McMahon will provide all services in accordance with generally accepted professional practices. McMahon will not provide or offer to .provide services
inconsistent with or contrary to such practices nor make any warranty or guarantee, expressed or implied, nor to have any.Agreement or contract for
services subject to the provisions of any uniform commercial code. Similarly, McMahon will not accept those terms and conditions offered by the Owner in
its purchase order, requisition or notice of authorization to proceed, except as set forth herein or expressly accepted in writing.. Written acknowledgment of
receipt, or the actual performance of services subsequent to receipt, of any such purchase order, requisition or notice of authorization to proceed Is
specifically deemed not to constitute acceptance of any terms.or conditions contrary to those set forth herein.
12. McMahon . 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 McMahon for the Owner are
rendered on the basis of experience and qualifications, and represent our professional judgment.
13. This Agreement shall not be construed as giving McMahon the responsibility or authority to direct or supervise construction means, methods, techniques,
sequence or procedures of construction selected by Contractors or %Subcontractors, or the safety precautions and programs incident to the work of the
Contractors or Subcontractors.
14. The Owner shall be responsible for maintenance of the structure, or portions of the structure, which have been completed and have been accepted for its
Intended use by the Owner. All structures are subject to wear and tear, and environmental and man -made exposures. As a result, all structures require
regular and frequent monitoring and maintenance to prevent damage and deterioration. Such monitoring and maintenance is the sole responsibility of the
Owner. McMahon shall have no responsibility for such issues or resulting damages.
I. D. �ADMINISTRATIOMMCb1- WI%GTC'SIOSHKOSH%I -I GTC'S.DOC
j
N
ENGINEERS ARCHITECTS
FEE SCHEDULE - Year 2009
McMAHON
Neenah, Wisconsin
SeniorProject Manager ............................................................................... ............................... ................................................................................_........
$118.00
_..............._.._._.........
^^
Corporate Headquarters
P roj ect... M a n a g e r...-... 1 . ............................................................................................................................................................................
Street Address:
Vice President Surveyor ............................................ ............................... ............................................_._............................._.._........_....._........._._.._
1445 McMahon Drive
Senior rveyor ..................._._..............................................._............_...........................................................................................
Neenah, WI 54956
.. u, rveyo r
_S ......................................................................................._._................................................................... ...............................
$77.00 ..............
.._Surveyor Assistant...-.._. ............................................... ..... .... ............................................................... . ................................................................
Mailing Address:
^*,
P.O. Box 1025
Senior Electrical Engineer ............................._........................._......._.-._
Neenah, WI 54957 -1025
._Senior Project Engineer .............................................................................................................................................
..........._..........._.._.... ...._..._$_107.00........_._._
Project.. En. ginee_ r....-..........._ .................................................._..-.........._.................................................................................._...
(920)751 -4200 Telephone
..._P roJ ect.. Engineer....-...... .............................................................................................................................................................................._
(920)751 -4284 FAX
Project... E n....i n ee r....-............. ........................................................._................................................................_................................._............
E -Mail:
Project En - IV
mcm @mcmgrp.com
`
$84.00 „
_._. _..
Senior En..g.ineerin..9.._ Technician ....-.._ 1_ ........ ............................... .......... ... ...............................
Web Site:
Engineering Technician - I .......... .. . . .. .......
vvvvvv.mcmgrp.com
FEE SCHEDULE - Year 2009
McMAHON
Neenah, Wisconsin
SeniorProject Manager ............................................................................... ............................... ................................................................................_........
$118.00
_..............._.._._.........
Project.. Mana. ger...-.._ I ................_.................................................._..............._............................................................._........
............................_.. ..._._.._..._$_
P roj ect... M a n a g e r...-... 1 . ............................................................................................................................................................................
.........._...._....._.._._.._$ 86 . 00 ....._ _._.....
Vice President Surveyor ............................................ ............................... ............................................_._............................._.._........_....._........._._.._
$109.00
........_....._........._._.._.
Senior rveyor ..................._._..............................................._............_...........................................................................................
....................._.._.._... ....._.__$
.. u, rveyo r
_S ......................................................................................._._................................................................... ...............................
$77.00 ..............
.._Surveyor Assistant...-.._. ............................................... ..... .... ............................................................... . ................................................................
_ .... ...... _$
Surve y or Assistant - II
.... . _
........................................... ...................................................................................................................................................................
$ 55 .50
..........................._._. ._ ..._._.._............_.._._....
Senior Electrical Engineer ............................._........................._......._.-._
$108.00
..........._.......__._........ _....
._Senior Project Engineer .............................................................................................................................................
..........._..........._.._.... ...._..._$_107.00........_._._
Project.. En. ginee_ r....-..........._ .................................................._..-.........._.................................................................................._...
......................_.._..... ......._.._.$ .........
..._P roJ ect.. Engineer....-...... .............................................................................................................................................................................._
._...._._.._............__$ 00 ._......... _._
Project... E n....i n ee r....-............. ........................................................._................................................................_................................._............
........._..................._. $ 85 .:00_._..............
Project En - IV
........
Senior Engineering Technician - I
$84.00 „
_._. _..
Senior En..g.ineerin..9.._ Technician ....-.._ 1_ ........ ............................... .......... ... ...............................
.. _.......................... _. $
Engineering Technician - I .......... .. . . .. .......
......... . ....... _ _ ._. ........... . $69.00
_._._ ..._..
. ..E... inee.rin..9.. Technician....-... 11 ....................................................................__..............._._................................._..
_.
...................._.._._.._.. ..._....._$
Erosion Control Technician
................................................................................................................................................................................_................................._.........................-..............._....._.........
$61.00
......._........_._............
Landscape Architect
._._ .... ............_.............. -... ..........................-......................_................................._..................................................................._.............................._......._._............_.._..........
$114.00
....._....._....._.._._.._.....
Senior Architect
............................................................................................................................................................... _._. ........................ ........... .............. ........... _ ...............
$107.00
_ ................... . ........... ........_............ - .... _ ........ ........_._._.- ... .........
..... .
. ........ ....... ....... .......... ................................................................................................................................................._.................................................._............................._........
... ._............_._.._.._ ........_......................
Architectural Intern - 1
........................._._................_................................................................................................_.............................................................................._................................._........_............_.._._............_..
$92.00
............_._.._......._.....
Architectural Intern - 11
...................... . .................................................................................................................................................................. . _ ........................................................._
$85.00
.._............_._.......... .._.._._.._..------- ._._....._.
Architectural . ctural Intern - 111
................................................................................................................................ .............................. ..................................................
$72.00
.........................-........_ ._ .._ ............... _........_. ........... ....
.._ Senior.. H. ydrogeologist .................................................................................................................._.... ............................._.
$99.00
_ ........ _._ ......
t ..................................... ............................... ........................................................._.............................................
.._.........................._. _. _$
Environmental Scientist - 1
. ........... ._.._............_._._....
Environmental ................................................... _ ................................._ ............. .... .........................._............................
............................... _._.._....-- ........... ........... ._......
Public Finance._ S. pecj alist ................................_ ................................. _ ...........................................
_._
_._. ............................. _._. ........... _ ............... __$
Senior_ Draftsperson ........................................................................... ..............._. ......._._ ..............................................._........................._................_._._............
$79.00
.............._._._..........._
Draftsperson$ 1-11.1 .................................................................................................................................................._._................................._........_.._._........_.............
.._.._._........._._.._....._._
Senior Administrative Assistant
............. ........... . ........ ........_ .......... ............................. .... ......... ...................... ...._.................................................._............_._.......................... _._. ...........
$55.00
_ ................ _._. ..................... ....... _. ....... _._.._.......... ......_. ....... _._.............
Administrative Assistant
.... .............. ........................................ _ ......................................................................................... _ ..............................................................................
$47.00
_ ............ _._......................_.._._.._. ... ............ _ .... ........... ........... - ......
On -Site Project Representative
$49.00
Principal $138.00
Services subcontracted will be billed to the owner at invoice cost plus 12%.
Use of special equipment, such as computers, television and sewer cleaning devices,
soil density testers, flow meters, samplers and dippers, etc., will be charged to the
project per the standard equipment rate schedule, which is available upon request.
This Fee Schedule is subject to revisions due to labor rate adjustments and interim
s taff o r co changes.
Dated: January 7, 2009
Revised: January 20, 2009
W: \WP \Administrative \McM -WI \2009 \Fee- McM -WI (2009) - Rv.doc
REIMBURSABLE EXPENSES SCHEDULE
- Year 2009
McMAHON
Neenah, Wisconsin
corporate Headquarters
Street Address:
1445 McMahon Drive
Neenah, WI 54956
Mailing Address:
P.O. Box 1025
Neenah, WI 54957 -1025
(920)751 -4200 Telephone
(920)751 -4284 FAX
Large Format Paper Copies
• Up To 24" x 36"
E -Mail:
• Larger Sizes
mcm @mcmgrp.com
• Color - 17" x 22"
$4.50 /sheet
• Color - 22" x 34"
Web Site:
• Color - 36" x 24"
vvvvw.mcmgrp.com
f
$20.00 /sheet
Large Format Paper Copies
• Up To 24" x 36"
$0.60 /Sheet
• Larger Sizes
$0.30 /L. F.
• Color - 17" x 22"
$4.50 /sheet
• Color - 22" x 34"
$10.00 /sheet
• Color - 36" x 24"
$15.00 /sheet
• Color - 36" x 48"
.. ............. ............. . ................ - ....... _ ........... _.._. .............. _ ... ..... _ ..... _._. .... _.._ ........ _._.._. ... _.._ ..... _........._........ _. ... . ............... _............_.._._..........................._....................................................................................................
$20.00 /sheet
Photocopy Charges - Black & White
_........_.._._._._ ..........._.._....._....._..................._._._..........................._.........................................
....... ... ........................ .......................... ............. ..................... .. _.. .._._......... ._........_.. ....
$0.06 /Image
........................ ...............................
Ph otocopy Cha rge s - Co lor / 8 1 /2 " x 11"
.. ..._ ........ ......................... ... _........__
. ..._......._..-..............._.._._............................_._......
_._........... $0.45 /Image
.
.................................._............... ...............................
Photocopy Charg . . 1 ......... ...... . .
........ . ............................. ................
. ..
.
Facsimile Machine
$1.50 /Pa 9 e
- ......... ...................._ ._.._I......._.._......._._.. -- ---....-._.._...._.._........_............ ............ ....._.............. ....... _ ............... _.._._.._ ............
Commercial Travel
_.._._ ...................................................................................................... _..........
1.1 of Cost
_._ ..........................._........_._.._........_..............._.......__.__._.._._.___.__.._........_....._....._.-........_._.._....._.-.._.-............_.._._.....-._._............_..-._..................................................................................
Computer Time
_ .. ....... ..... . ............ . ............... . ............... _ ..... _.._ ........ _._..__._ .................... ........................ ......... ............. ....--..........._.._._........_. ...
..........................._...
$10.00 /Hour
_ ....... ....._._........._._............ .... _._...................._._. ................. .._ ................ ...............
. . _........_._ .................. .................. .... - ........ -- - -- .......................... _ ....... .._ .. ..........._....._..............._.._._ .._ ............_.._._-
.. ................ . ................... _...................._....................................................
Delivery /Shipping
_..........._. .................._....._._.........._.._...._.._..._..._....._._....._....._.-........_._............_....._........_..........._.._........_._.._............_..._.._................................................_......................................
1.1 of Cost
Meals & Lodging
.........._....................
1.1 of Cost
............. - ......_.....--.-.. .._. ..................... .... .. --....._._...._._........_._.._...._.._....._....._._............_.._._........_._......_...._.._._._..........................._._.......................................................
Mileage..........._. ...._._........_._.._........_. _._.___.-._. _._.._._.
..............._._.............
$0.50 /Mile
- .............................._.........................._......................._.. ............................_..
Mileage - Truck/Van
... ........... ... ......... ._........-..............._................. .............................. ........_......... ........ ..... ........ ...._....._ ....... .-- ........ _._ .........................
$0.75 /Mile
..........._.._ ..... _........................................._........................ ...... ...................... ..._.....
ReimbursableE . . ...._._ ._.._..._._.... _ . . . .................... .......... .._....._.._._.... -- ----..........._.._...._........
.. .._ .._......................................................._...................... ._._...........................
Outsi
....... .__.._........_._.._ .............._....._._............_.._........_._........._........._...._....._.._............_.._.................................................................................
Photographs & Models
...............................
1. 1 of Cost
......_ ._.._........_............_..... ......_............. ......_. ... _.- ..._..._....._....._._.._........_............_._....._....._....._._.._._........_._. ..........._.._._......._......
AllTerra
.................. ................._.. ............ ... ....._._.......................
............. _........_.._ . .......... .............. ._ ........ ._.._...._.._........_....._....._._..........._ .._...._.._._.._....._._.._........_.._ . _ .._ ............
Global Positioning System (GPS)
_ ...........:....._........._._.._........_............_._........__.._._._..-----........_..............._....._._..........._.._._....._._._........................._._.._............_.._._..........................._.........................................................
.._ ........_............................................................................... ...............................
$20.00 /Hour ................_..............
Robotic Total Station
$20.00 /Hour
_......._.._._....._.._._................... ......_....._._._....- ._........_...__....._._....._....._.._...._.._._.._...._.-............_.._._....._._._............_.._._.._....._..................................................................._.....
Survey Hubs
...................... -.........._._._.._...._..__...__....._....._._....._..............._.._._......._._....._..............._.._._........._._.._.._._....._._.._.............................._...................._......................._.....
..................._...........
$0.20 /Each ...............................
Su .. . ........._........_ . _.._........_....._ ........ ........ . ...._..............._ ........_.._._....... ._..............._ ....._....._._.._. ..........._.._._........_
..................................._ . .................. _
SurveyPaint .
. ..............................................._._............... ....._.........................
Survey Ribbon __.._...._._ .........................................................................................................................._............
_.. . .._....._._.......-
.--- ...._.. _........_ --- - ---._..
$1.50 /Roll ......._.._._..................
Survey Rebars - 1
_........_........_._ ................._........._..........._.._........_....._....._._....._._......................_.._........_._.._....._ ..............._.._........_._. _ ............
$10.00 /Each
Survey Rebars - 3 /4"
_._ .... .__ ................... ._ ............._....--........_._.. _._._.._....._....-- ___..._._._ - --------- ._..... _. ... _ ......... _ .... .__.._. ...... .._.. ........... _.._._......_......_.._._.._
$3.00 /Each
............... ..................................................... .... .......................... _.......
Surve ...._.._........_._ ................_....._._.- .... .._... .. .......... ...._.._...._.._._............_............_.._._................_.._._
..................................... . .......... _ ............ . ....................................... _..........
Su . Fence Post - 1" .... ...................... ........... ............................ ...... ...........
........................... ....................... . . _ ................ _ ..... _ ........................... _...
Survey Fence Post - 2"
................_....._._._.._._._.._........_....._....._....._._..._--.-_--._._......._._
._._ _._....._... ........... _ ..... _._..__._.....--............_._..... ... ............
$6.00 /Each .....................
._._._.........._. .......... ........_._...................._._ .................. .. _ .........
Survey Steel Fence Post - 1"
........_._........._._.._...._.._ ................. ............_.._...._.._..._.._......._. ......... - ..... ................. ............ _.__....._. ............. ._..-._.._._._......_._.._....._._............._.................................
$3.00 /Ea
Survey Cotton Spindle
$1.00 /Each
Dated: January 14, 2009
W: \WP\Administrative \McM -WI \2009 \Reim- McM -WI (2009).doc
ACORD CERTIFICATE OF LIABILITY INSURANCE Ii/
4 2009 '
PRODUCER
Willis HRH - The Architects & Engineers Group
ale Road
425 N. Martingale
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
Suite 1100
POLICY EFFECTIVE
POLICY EXPIRATION
DATE fMM1DD1YY)
Schaumburg IL 60173
INSURERS AFFORDING COVERAGE
NAIC#
INSURED
INSURERA:Travelers Property & Casualty
5674
INSURER B: Liberty Insurance Underwriter
19917
McMahon Associates, Inc.
INSURER c: Travelers Indemnity Company CoMpany o
25666
Mr. Vic Lutz
P.O. Box 1025
Neenah WI 54957
INSURER D:
PERSONAL &ADV INJURY
$
INSURER E:
VVYCRMV G�7
THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED.
NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE
TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY H AVE BEEN _REDU BY PAID CLAI MS.
INSR
ADDT
BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER
POLICY NUMBER
POLICY EFFECTIVE
POLICY EXPIRATION
DATE fMM1DD1YY)
LIMITS
C
X
GENERAL LIABILITY
X COMMERCIAL GENERAL LIABILITY
CLAIMS MADE a OCCUR
6807282L910TIA09
1/1/2009
1/1/2010
EACH OCCURRENCE
$ 1,000, 000
DAMAGE TO RENTED
PREMISES Ea occurence
$300,000
MED EXP (Any one person)
$5,000
PERSONAL &ADV INJURY
$
X Ac9cll Tn.
per
CGD 3 810 9 0 6
GENERAL AGGREGATE
$2, 000,000
GEN'LAGGREGATE LIMITAPPLIES PER:
PRODUCTS - COMP /OP AGG
$2
POLICY X PRO- LOC
C
AUTOMOBILE
LIABILITY
ANY AUTO
BA7276L62609GRP
1/1/2009
1/1 /2010
COMBINED SINGLE LIMIT
(Ea accident)
$1,000,000
X
BODILY INJURY
(Per person)
$
ALLOWNEDAUTOS
SCHEDULED AUTOS
HIRED AUTOS
NON -OWNED AUTOS
_ ry
D E.;
_ _
h ,
-�i _ �+'
� �
Lil
X
BODILY INJURY
(Peraccident)
$
X
PROPERTY DAMAGE
(Per accident)
$
AP
CJ Lo
7 �06�
GARAGE
LIABILITY
Fry r
AUTO ONLY -EA ACCIDENT
$
OTHERTHAN EA ACC
AUTO ONLY: AGG
$
ANYAUTOa
�`�
C Ty
»^
9th .• rVj
„-�
$
C
EXCESSlUMBRELLALIABIL
OCCUR 7 CLAIMS MADE
dWr�w.m'YR
XSMCUP8106Y575IND09
1 r�2'0 "09 " "'"`
� 010
EACHOCCURRENCE
AGGREGATE
$ 5 ,00 0 1 ,000
$5, 000,000
X
$
DEDUCTIBLE
�_,
$
RETENTION.— :$
A
.
WORKERS COMPENSATION AND
XJUB 8 8 4 7Y2 61 O 9
1/ 1/ 2 0 0 9
.
1/ 1/ 2 0 1 O
X T O
RYL IMIT O F IR
E.L. EACH ACCIDENT
$50
EMPLOYERS' LIABILITY
ANY PROPRIETOWPARTNER/EXECUTIVE
OFFICER/MEMBER EXCLUDED?
E.L. DISEASE - EA EMPLOYEE
$ 5 0 0 0 0
E.L. DISEASE - POLICY LIMIT
$5
If yes, describe under
SPECIAL PROVISIONS below
B
OTHER
A EE1972870108
7/17/2008
7/17/2009
Professional
$3,000,000 per claim
Liability
$5,000,000 aggregate
DESCRIPTION OF OPERATIONS / LOCATIONS /VEHICLES / EXCLUSIONS ADDED BY ENDORSEMENT / SPECIAL PROVISIONS
*Except for non - payment, 10 days. Additional Insured - General Liability is included per form CG D3 81 09 06, as required
b y written contract, but only as respects liability arising out of the activities performed by or on behalf of the
n amed insured.
A dditional Insured - General Liability and Automobile Liability:
C ity of Oshkosh, and its Officers, Council Members, Agents, Employees and authorized
V olunteers
�I^A — "^I n=c CANC 1 C - 11ON
ACORD 25 (2001/08) 19 AliVMU%'VRrVR.l1IIVI 1 aoo
-
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED
BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER
City Of Oshkosh
WILL ENDEAVOR TO MAIL *30 DAYS WRITTEN NOTICE TO THE
City Clerk
CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO
215 Church Avenue, PO Box 1130
Oshkosh WI 54903 -1130
SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON
THE INSURER, ITS AGENTS OR REPRESENTATIVES.
AUTHORIZED REPRESENTATIVE
ACORD 25 (2001/08) 19 AliVMU%'VRrVR.l1IIVI 1 aoo