HomeMy WebLinkAboutPW proposal for engineering services sanitary sewer & water main design 9th ave/washburn/koeller/CTH k (20th ave) 200993 5. Pioneer Road
Suite 300
Fond du Lac, WI 54935
Phone (920) 924 -5720
Fax (920) 924 -5725
August 14, 2009 '.
City of Oshkosh
61 ,
215 Church Avenue i ® 2309
P.O. Box 1130
Oshkosh, WI 54902 -1130
Attention: Mr. Steve Gohde, PE
Assistant Director of Public Works
Subject: Proposal for Engineering Services
Sanitary Sewer / Water Main Design
9th Avenue /Washburn Street /Koeller Street /CTH K (20 Avenue)
Dear Mr. Gohde:
Thank you for the opportunity to work on the sanitary sewer and water main relocation design at the 9th
Avenue/USH 41 interchange, and CTH K (20 Avenue) overpass, resulting from the upcoming USH 41
expansion project. We have enjoyed working with you on previous City sewer and water main 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 sanitary sewer and water main relocation design
at the 9th Avenue/USH 41 interchange, and CTH K (20 Avenue) overpass, resulting from the upcoming
USH 41 expansion project. The project includes both a City let and WisDOT let project. The
approximate location and lineal footage of sanitary sewer and water main is as follows (see Exhibit A for
a schematic map of the 91h Avenue interchange work):
City let prroiect:
600' watermain crossing Washburn Street and USH 41 (includes bores under USH 41)
2400' watermain along Koeller Street
1700' sanitary along Koeller Street
600' watermain crossing USH 41 (CTH K — includes bore under USH 41)
Miscellaneous adjustments
WisDOT let project:
700' watermain along Koeller Street
450' watermain along Ninth Avenue
400' sanitary along Koeller Street
Irrigation system for 2 roundabouts 9
Miscellaneous adjustments
Avenue /Washburn and 9 Avenue/Koeller intersections
-1-
Fond du Lac, WI Stevens Point, WI
t
A more detailed scope of work is as follows. Items not specifically mentioned below shall be considered
additional services.
Survey.
a. Provide topographic and utility survey for areas not previously flown (or revised since
flown) for the USH 41 project, and all connection points.
2. Utility Design.
a. Preliminary /final utility design (one set of originals — assume % size plans).
i. Water main plan and profile.
ii. Sanitary sewer plan and profile.
iii. Roadway restoration plans.
iv. Traffic control plans
b. Specifications.
i. Specifications and advertisement for City let project.
ii. Specifications for WisDOT let project.
c. Quantities and Engineer's Estimate (including breakdown for WisDOT utility
agreement).
3. DNR Coordination.
a. Permitting for municipal sanitary sewer and watermain extensions.
b. Preparation /submittal for a Wisconsin Department of Natural Resources Notice of Intent
(NOI) for stormwater discharges associated with land disturbing activities.
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. Preparation of the bid documents, document reproduction, plan distribution, maintaining a
bidders list, and bid opening.
5. Hazardous materials investigations.
6. Archaeological/historical investigations.
7. Soil borings, if required.
ADDITIONAL SERVICES
1. Preparation of any required easements.
2. Construction staking, construction observation, or construction assistance.
3. Attendance at a City of Oshkosh Plan Commission or City Council Meeting.
& A550CIATE5, 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 $44,000.
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, 2009, 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, 2009, Exhibit B.
GENERAL TERMS AND CONDITIONS
ENGINEER will perform services in accordance with the attached General Terms and Conditions dated
May 1, 2009, Exhibit C.
CHANGE OF SCOPE
If the execution of this proposal is delayed past August 31, 2009 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.
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.
_ 3 _ & A550CIATE6, 1 NC.
For the OWNER: City of Oshkosh
4: i --- A �� �- Z
Ciq Manager Date
P
s
City Clerk Date
City A rney Date
/, . ,.
Comptro le Date
— 4 — & A58CICIATE5, INC.
b
Exhibit B
GREMMER & ASSOCIATES, INC.
PROFESSIONAL SERVICES FEE SCHEDULE
May 1, 2009 to April 30, 2010
ProjectManager .................................................................................. ...............................
$110.00/hour
ProjectEngineer .................................................................................... ...............................
$95.00/hour
Senior Designer / Civil Engineer III ................................ ............................... .....................
85.00/hour
Registered Land Surveyor / Survey Crew Chief .................................. ...............................
$82.00 /hour
One -man Survey Crew with GPS ....................................................... ...............................
$120.00/hour
Civil Engineer II / Engineering Specialist III ....................................... ............................... $77.00/hour
Civil Engineer I / Engineering Specialist II .......................................... ............................... $65.00/hour
Engineering Specialist I / Civil Engineering Technician III ................ ............................... $58.00/hour
Civil Engineering Technician 11 ........................................................... ............................... $55.00/hour
Civil Engineering Technician I ............................................................. ............................... $50.00/hour
OfficeServices ...................................................................................... ...............................
$45.00/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) ........................................... ...............................
$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
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.
a
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 or materials, delays or defaults by
suppliers of 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.
GREMMER & ASSOCIATES, INC.
GENERAL TERMS AND CONDITIONS
May 1, 2009 to April 30, 2010
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.
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
Exhibit C
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 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 of
termination.
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.
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
3Ad