Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
McMahon Associates (Quiet Zone)
CITY OF OSHKOSH LEGAL DEPARTMENT 215 CHURCH AVENUE, P.O. BOX 1130, OSHKOSH, WI 54903-1130 PHONE: (920)236-5115 FAX(920) 236-5106 LETTER OF TRANSMITTAL To: McMahon. Date: August 18, 2011 1445 McMahon Drive Project: Quiet Zone P.O. Box 1025 From: Carol Marchant, Admin. Assistant Neenah, WI 54957-4284 Re: Agreement Attn: Michael R. Simon Please find: ® Attached ❑ Under Separate Cover ❑ Copy of Letter ® Contracts ❑ Amendment ❑ Report ❑ Agenda ❑ Meeting Notes ❑ Photos ❑ Mylars ❑ Change Order LI Plans El Specifications ❑ Estimates El Diskette ❑ Zip Disk El Other Quantity Description 1 Signed Agreement These are being transmitted as indicated below: ❑ For Approval ® For Your Use ❑ As Requested ❑ For Review&Comment Remarks: Signed: 42h4 l cc: City Clerk(original) Transportation Dept. (copy) File (copy) AGREEMENT THIS AGREEMENT, made on the 5th day of August 2011, by and between the CITY OF OSHKOSH, party of the first part, hereinafter referred to as CITY, and MCMAHON ASSOCIATES, INC., P.O. Box 1025, Neenah, WI 54957-1025, hereinafter referred to as the CONSULTANT, WITNESSETH: That the City and the Consultant, for the consideration hereinafter named, enter into the following agreement. ARTICLE I. PROJECT MANAGER A. Assignment of Project Manager. The Consultant shall assign the following individual to manage the project described in this contract: Mike Simon, P.E. B. Changes in Project Manager. The City shall have the right to approve or disapprove of any proposed change from the individual named above as Project Manager. The City shall be provided with a resume or other information for any proposed substitute and shall be given the opportunity to interview that person prior to any proposed change. ARTICLE II. CITY REPRESENTATIVE The City shall assign the following individual to manage the project described in this contract: Christopher Strong, P.E., Director of Transportation ARTICLE III. SCOPE OF WORK The Consultant shall provide the services described in the City's Scope of Work, which is attached to this Agreement. Consultant shall obtain advanced written approval of any subcontractors to be used on the project. The Consultant may provide additional products and/or services if such products/services are requested in writing by the Authorized Representative of the City. 1 • Submit permits to County (and Wisconsin Department of Natural Resources, if necessary) Time and expense estimated at $500 • Support staff in coordination with FRA, CN, Winnebago County and others as needed Time and expense estimated at $500 • Assist in the bidding process for completion of improvements (add to an existing City paving contract) Time and expense estimated at $1,600 • Prepare record drawings Time and expense estimated at $850 The use of the word "estimate" is used solely for the purposes of providing the parties with a breakdown of costs for elements comprising the scope of this project, and is not intended to state or imply the existence of any time and materials component within this project, or to state or imply that the City will be obligated to pay amounts in excess of the "total sum" identified above, except in those circumstances where changes are mutually agreed upon in writing. B. Method of Payment. The Consultant shall submit itemized monthly statements for services. The City shall pay the Consultant within 30 calendar days after receipt of such statement. If any statement amount is disputed, the City may withhold payment of such amount and shall provide to Consultant a statement as to the reason(s) for withholding payment. C. Additional Costs. Costs for additional services shall be negotiated and set forth in a written amendment to this agreement executed by both parties prior to proceeding with the work covered under the subject amendment. ARTICLE VII. CONSULTANT TO HOLD CITY HARMLESS The Consultant covenants and agrees to indemnify and hold the City of Oshkosh harmless against actions, claims and demands of any kind or character to the extent caused by or resulting from the intentional or negligent acts of the Consultant, his agents or assigns, his employees or his subcontractors related to the performance of this Contract or be caused or result from any violation of any applicable law or applicable administrative regulation, and shall indemnify the City for all sums including court costs, reasonable attorney fees and punitive damages which the City may be obliged or adjudged to pay on any such claims or demands to the extent caused by or resulting from the intentional or negligent acts of the Consultant, or its employees, subcontractors, suppliers, and agents, within thirty (30) days of the date of the City's 3 All reports, drawings, specifications, computer files, field data, notes and other documents and instruments prepared by the Consultant as instruments of service shall remain the property of the City. ARTICLE IV. CITY RESPONSIBLITIES The City shall furnish, at the Consultant's request, such information as is needed by the Consultant to aid in the progress of the project, providing it is reasonably obtainable from City records. To prevent any unreasonable delay in the Consultant's work the City will examine all reports and other documents and will make any authorizations necessary to proceed with work within a reasonable time period. ARTICLE V. TIME OF COMPLETION The work to be performed under this contract shall be commenced and the work completed within the time limits as mutually agreed upon between the parties at the kickoff meeting. The Consultant shall perform the services under this agreement with reasonable diligence and expediency consistent with sound professional practices. The City agrees that the Consultant is not responsible for damages arising directly or indirectly from any delays for causes beyond the Consultant's control. For the purposes of this agreement, such causes include, but are not limited to, strikes or other labor disputes; severe weather disruptions or other natural disasters, failure of performance by the City, or discovery of any hazardous substances or differing site conditions. If the delays resulting from any such causes increase the time required by the Consultant to perform its services in an orderly and efficient manner, the Consultant shall be entitled to an equitable adjustment in schedule. ARTICLE VI. PAYMENT A. The Contract Sum. The City shall pay to the Consultant for the performance of the contract the total sum of $15,450.00, adjusted by any changes hereafter mutually agreed upon in writing by the parties hereto. This total sum is the highest amount to be paid by the City, and is inclusive of all fees, costs, and expenses incurred by Consultant for the project, whether such amounts are incurred by Consultant itself, or incurred by any of the Consultant's subcontractors, suppliers, or agents. Following is a summary of anticipated engineering costs: • Develop plans and specifications, including existing topographic survey Lump Sum = $12,000 2 written demand for indemnification. These terms shall be enforced regardless of whether actions, claims, and any resulting injuries claimed may be considered "material." These terms shall be interpreted broadly in protecting the interests of the City of Oshkosh. . ARTICLE VIII. INSURANCE The Consultant agrees to abide by the attached City of Oshkosh Insurance Requirements. ARTICLE IX. TERMINATION A. For Cause. If the Consultant shall fail to fulfill in timely and proper manner any of the obligations under this Agreement, the City shall have the right to terminate this Agreement by written notice to the Consultant. In this event, the Consultant shall be entitled to compensation for any satisfactory, usable work completed. B. For Convenience. The City may terminate this contract at any time by giving written notice to the Consultant no later than 10 calendar days before the termination date. If the City terminates under this paragraph, then the Consultant shall be entitled to compensation for any satisfactory work performed to the date of termination. This document and any specified attachments (including the Scope of Work dated June 23, 2011 ; Insurance Requirements for the City of Oshkosh revised March 31 , 2011; McMahon / City of Oshkosh General Terms and Conditions dated August 5, 2011 , and McMahon Reimbursable Expenses Schedule dated January 10, 2011) contain all terms and conditions of the Agreement and any alteration thereto shall be invalid unless made in writing, signed by both parties and incorporated as an amendment to this Agreement. In the event of a conflict in terms and conditions, this AGREEMENT and any attachment to this agreement provided by the City will prevail over any attachment provided by the Consultant. 4 In the Presence of: CONSULTANT By: �� , c c F� _7t2q -rmry (Seal of Consultant (Specify Title) if a Corporation.) / ,�By: if_4 L4 i4 .i Ui,iA Proece /l�(Mlef^ (Specify Title) CITY OF OSHKOSH I ,- By: ._.}4 170,1 G,4� 2; � ' �i' 4 / 4�V 2 Mar A. Rohloff, City Manager ( fitness) --).0 IL,/ A.- And C1_ - L lib ( r�/tness) Pamela R. Ubrig, Ci "Clerk APPROVED: I hereby certify that the necessary provisions have been made to pay the ....\ I�j-it ' liability which will accrue under this I.& t • contract. i Attorney P-W4- Si-ea4 ) City a Comptroller 5 Design and Construction Management Services City of Oshkosh Quiet Zone SCOPE OF WORK DESIGN AND CONSTRUCTION MANAGEMENT SERVICES CITY OF OSHKOSH QUIET ZONE I. Background The City of Oshkosh currently has a"pre-rule"quiet zone which covers train activity through most of the corporate limits of the City of Oshkosh. The Oshkosh Common Council approved, as a part of the 2011 Capital Improvement Program,the development of a new quiet zone at the northern end of the City on the Canadian Northern main line, at crossings which were not located in the pre-rule quiet zone. The crossings included in this proposed quiet zone are: • Snell Road • Butler Avenue • County Highway Y The City used the Federal Railroad Administration's (FRA) Quiet Zone Calculator to assess the risk index at these crossings. The calculator's determination is that there are not currently sufficient safety protections at these crossings to support a quiet zone. It is the City's understanding that safety improvements should be made to each of these crossings in order to make these crossings eligible for quiet zone designation. City staff has met with representatives from FRA, CN, and the Wisconsin Department of Transportation to assess potential alternatives for reducing the risk index at these crossings. The proposed improvements to each crossing are as follows. • Snell Road: Install a QwickKurbmi (or similar product) on the centerline west of the crossing to a distance of 100'. Widen roadway to the extent affordably feasible over the length of the QwickKurbTm segment. i. It is the City's understanding that improvements made to the west approach will not be required at the east approach of the Snell Road crossing in order to be eligible for quiet zone designation. Improvements at the east approach are not included with the scope of services for this project. ii. The roadway widening"to the extent affordably feasible"will be based on the following criteria that would affect the project budget: 1. Widening will need to stay within the existing road right-of-way; no acquisition or easements will be required. 2. The existing flashing signals and gates will likely need to remain in their current location in order to meet project budget requirements. In addition, the crossing surface width will likely need to remain relatively close to its current width. City of Oshkosh Department of Transportation June 23,2011—Page 1 Design and Construction Management Services City of Oshkosh Quiet Zone 3. Other physical features that could limit the width of widening include the steepness of fill slopes, wetlands, existing sidewalk locations, etc. • Butler Avenue: Install a 6"median,minimum width two feet, from the western gate arm to 100 feet west; and install a 6"median,minimum width two feet, from the eastern gate arm to the intersection of Butler Avenue and County Highway A. Widen roadway 2-3 feet on either side of either approach(to the extent affordably feasible)to increase lane width. i. It is the City's understanding that improvements made to the west approach will not be required at the east approach of the Snell Road crossing in order to be eligible for quiet zone designation. Improvements at the east approach are not included with the scope of services for this project. ii. The roadway widening"to the extent affordably feasible" will be based on the following criteria that would affect the project budget: 1. Widening will need to stay within the existing road right-of-way;no acquisition or easements will be required. 2. The existing flashing signals and gates will likely need to remain in their current location in order to meet project budget requirements. In addition,the crossing surface width will likely need to remain relatively close to its current width. 3. Other physical features that could limit the width of widening include the steepness of fill slopes,wetlands, existing sidewalk locations, etc. • County Highway Y: Extend the existing concrete median west of the crossing so that its length is a minimum of 100',maintaining the same 6"median height. According to communication the City received from the FRA,it appears that these improvements would be adequate to reduce the risk index such that a quiet zone could go into effect. II. Purpose The City seeks to retain a local consulting firm to provide design and construction management- related services for this quiet zone request. The specific design should follow the outline of the improvements described in Section I and should reflect constraints or opportunities provided by field conditions. In general,the design should seek to make these crossings as safe as possible within the amount of funding available in the project construction budget(approximately $40,000). The design-related services shall include: • Develop plans and specifications, including existing topographic survey. Plans will consist of the following sheets: a) Title sheet that will include all three locations. b) Typical section for each roadway. c) A plan/profile sheet for each roadway City of Oshkosh Department of Transportation June 23,2011—Page 2 Design and Construction Management.Services City of Oshkosh Quiet Zone d) Cross section sheets for Snell and Butler. e) Construction details. • Submit permits to County(and Wisconsin Department of Natural Resources [DNR],if necessary) 1. A permit for working within the Winnebago County highway right-of-way will be required on CTH Y. 2. At this time it is anticipated that a DNR Notice of Intent (NOI)permit will not be required. DNR coordination will consist of submitting preliminary plan information and one on-site meeting if required. • Support staff in coordination with FRA, CN,Winnebago County and others as needed 1. The intent is to assist the City with coordination on an as requested basis. No formal scope has been provided for this service at this time. • Assist in the bidding process for completion of improvements(perhaps folding it into a change order into an existing City paving contract) 1. The compensation portion of this agreement is based on preparing the bidding documents necessary to add this project to an existing City contract. The intent is not to provide the bidding services necessary to let this work as"stand alone"project. Bidding documents will consist of an itemized list of quantities and special provisions for any items not covered by the City's standard specifications. 2. The City will provide all permit applications, flagging requirements, safety training requirements, and other requirements of the CN Railroad that the contractor will be required to follow. These items will be obtained by the City as part of their on-going coordination with the CN Railroad, and inserted into the contract documents. The City hopes to have the construction activity added on to an existing City paving contract. If the City is not able to do that,the consultant shall also provide the following construction management-related servicesl: • Construction staking • Onsite construction observation • Preparation of record drawings • Review of Contractor pay requests • Prepare recommendation of payment requests to the City The City is responsible for administering the process to obtain the quiet zone. 1 These services are not included in the compensation portion of this agreement. If required these services will be provided on a time&expense basis in accordance with the attached fee schedule. City of Oshkosh Department of Transportation June 23,2011—Page 3 Design and Construction Management Services City of Oshkosh Quiet Zone III. Project Schedule The City seeks to engage the consultant as soon as possible to start this work, in order to allow construction activity to occur as a part of this construction season. The Consultant anticipates completing the initial topographic survey and drafting the base sheets within approximately 2 weeks of authorization to proceed. A kick-off meeting will then be held with City staff to review existing conditions and to establish the schedule for the remainder of the project. IV. Deliverables During the course of the project,the consultant shall provide the City with the following deliverables: • Four(4)print draft plan sets • Four(4) sets of bidding documents • 1 digital copy of the final design plan set in its original software format • 1 high resolution PDF copy of the final design plan set for reproduction purposes • 1 high resolution PDF copy of the record drawings. V. Items Not Included The following items are not included in the project scope of services: • Right-of-way services for acquisition or easements. • Wetland delineation or mitigation plans. City of Oshkosh Department of Transportation June 23,2011—Page 4 August 5,2011 McMAHON McMAHON 1 CITY OF OSHKOSH ENGINEERS ARCHITECTS 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. 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 alter 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. 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 occurrences such as fires,floods,riots,labor strikes,or acts of God or the public enemy. . 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%. 6. 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 shall be submitted to nonbinding mediation,if an agreement cannot be reached by Owner and McMahon. 7. Termination, with or without cause, of this Agreement by the Owner or McMahon shall be effective upon 10 days written notice to the other party. The written notice shall include the reasons and details for termination. 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-days written notice,suspend its services without further obligation or liability to the Owner,provided fees paid to that date have been earned,unless,within such 10-day period,the Owner remedies such violation to the reasonable satisfaction of McMahon. 8. Re-use of any documents or AutoCAD representations pertaining to this project by the Owner for any other unrelated project shall be at the Owner's risk. 9. 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. 10. 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. 11. 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 12. 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. 13. The Owner shall be responsible for maintenance of the structure,or portions of the structure,which have been completed and have been accepted for it: 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. C:\Documents and Settings\msimon\Local Settings\Temporary Internet Files\Content.Outlook131778DPC\McMahon-City of Oshkosh GTC CITY REV 8-05- 11.doc ® A�o DATE(MMIDD/YYYY) CERTIFICATE OF LIABILITY INSURANCE 7/27/2011 ITHIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES 'ELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED EPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must be endorsed. If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT NAME: John Savickas Willis of Illinois, Inc. PHONE FAX (NC.No.Ext1:312-288-7700 (A/C.N0):312-234-0643 233 S. Wacker Drive E-MAIL Suite 2000 ADDRESS:john.savickascEwillis.com Chicago IL 60606 INSURER(S)AFFORDINGCOVERAGE NAICN INSURER A:Travelers Property & Casualty Compa 25674 INSURED INSURERB:TraVelers Indemnity Company of Amer 25666 McMAHON INSURERC:Liberty Insurance Underwriters Inc 19917 P.O. Box 1025 INSURERD: Neenah WI 54957 INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER:2127621375 REVISION NUMBER: THIS IS TO CERTIFY THAT 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.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. IN SR TYPE OF INSURANCE INSR SWVD POLICY NUMBER I(M�DIYYYY) (MMI CDOIYYYY) LIMITS B GENERAL LIABILITY 6807282L910TZA12 ' /1/2011 8/1/2012 EACH OCCURRENCE $1,000,000 X DAMAGE TO RENTED 1 $1,000,000 COMMERCIAL GENERAL LIABILITY PREMISES(Ea occurrence) CLAIMS-MADE X OCCUR MED EXP(Anyone person) $10,000 — PERSONAL&ADV INJURY $1,000,000 GENERAL AGGREGATE $2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OP AGG $2,000,000 POLICY. JECT LOC i $ AUTOMOBILE LIABILITY BA7276L62612GRp 8/1/2011 6/1/2012 COMBINED SINGLE LIMIT (Ea accident) $1,000,000 X BODILY INJURY(Per person) {$ ANY AUTO _ ALL OWNED SCHEDULED BODILY INJURY(Per accident)i $ AUTOS _ AUTOS NON-OWNED - I PROPERTY DAMAGE $ HIRED AUTOS AUTOS (Per accident) B X UMBRELLA LIAB l OCCUR XSMCU28I06Y575IND12 8/1/2011 8/1/2012 EACH OCCURRENCE $5,000,000 EXCESS LIAB { CLAIMS-MADE { AGGREGATE !$5,000,000 DED X RETENTION$10,000 $ A WORKERS COMPENSATION XJUB8847Y26112 8/1/2011 8/1/2012 X WCSTATU- I OTH AND EMPLOYERS'LIABILITY Y/N TORY LIMITS I ER i ANY PROPRIETOR/PARTNER/EXECUTIVE N/A E.L.EACH ACCIDENT j $500,000 OFFICER/MEMBER EXCLUDED? (Mandatory in NH) I E.L.DISEASE-EA EMPLOYE $500,000 If yes,describe under ! ! DESCRIPTION OF OPERATIONS below ! E.L.DISEASE-POLICY LIMIT $500,000 C Professional A5E1972870111 !8/1/2011 8/1/2012 $3,000,000 per claim Liability $5,000,000 aggregate I 1 DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES (Attach ACORD 101,Additional Remarks Schedule,if more space is required) Additional Insured-General Liability is included per form CG D3 81 09 07, as required by written contract, but only as respects liability arising out of the activities performed by or on behalf of the named insured. Additional Insured - General Liability and Automobile Liability: City of Oshkosh, and its Officers, Council Members, Agents, Employees and authorized Volunteers CERTIFICATE HOLDER CANCELLATION 30 days (10 for non-payment) SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN City Of Oshkosh ACCORDANCE WITH THE POLICY PROVISIONS. City Clerk 215 Church Avenue, PO Box 1130 AUTHORIZED REPRESENTATIVE J77``�s I Oshkosh WI 54903-1130 of ©1988-2010 ACORD CORPORATION. All rights reserved. ACORD 25(2010/05) The ACORD name and logo are registered marks of ACORD McMAHON REIMBURSABLE EXPENSES SCHEDULE - 201 1 ENGINEERS ARCHITECTS McMAHON I NEENAH, WISCONSIN DATED: JANUARY 10,2011 Description Rate 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 $0.07/Image Photocopy Charges-Color/8X"x 11" $0.45/Image Photocopy Charges-Color/8X"x 14"and 11" x 17" $0.75/Image Facsimile Machine $1.50/Page Commercial Travel 1.1 of Cost Computer Time $10.00/Hour Computer Time-AutoCAD $15.00/Hour Delivery/Shipping 1.1 of Cost Meals& Lodging 1.1 of Cost Mileage $0.55/Mile Mileage-Truck/Van $0.85/Mile ..... ............ .. ... ........ ..... ............. ..................................................................... Review&Submittal Fees 1.1 of Cost Outside Consultants 1.12 of Cost Photographs& Models 1.1 of Cost All Terrain Vehicle $60.00/Day ..... ............ .... ............ .... .......... ................................................................ Global Positioning System (GPS) $21.00/Hour Robotic Total Station $20.00/Hour Survey Hubs $0.20/Each .................. ....... ........... ........................................................................ Survey Lath $0.45/Each Survey Paint $4.50/Can Survey Ribbon $1.50/Roll . ............................................................................................................................................................................................................. Survey Rebars- 1%" $10.00/Each Survey Rebars-%" $3.00/Each Survey Iron Pipe-1" $2.75/Each Survey Plastic or Fiberglass Fence Post -1" $2.00/Each Survey Fence Post-2" $6.00/Each CORPORATE HEADQUARTERS Survey Steel Fence Post 1" $3.00/Each Survey Cotton Spindle $1.00/Each Street Address: 1445 MCMAHON DRIVE Misc. Reimbursable Expenses& Project Supplies 1.1 of Cost NEENAH,WI 54956 Mailing Address: P.O. BOX 1025 NEENAH,WI 54957-1025 (920)751-4200 TELEPHONE (920)751-4284 FAX E-MAIL: MCM @MCMGRP.COM WEB SITE: WWW.MCMGRP.COM McMAHON FEE SCHEDULE - 201 1 ENGINEERS ARCHITECTS McMAHON NEENAH, WISCONSIN DATED: MARCH 29,2011 Labor Classification Hourly Rate Senior Project Manager $120.00 Project Manager I $116.00 Project Manager-H $88.00 Vice President/Surveyor $111.00 Senior Surveyor $86.00 Surveyor $79.00 Surveyor Assistant-I $68.00 Surveyor Assistant-II $56.00 Senior Electrical Engineer $110.00 Senior Project Engineer $109.00 Project Engineer-I $101.00 Project Engineer-II $91.00 Project Engineer-Ill $86.00 Project Engineer-IV $73.00 Senior Engineering Technician- I $86.00 Senior Engineering Technician- II $77.00 .............. .. .... .... .... ......... ...... .......... ... ... .... .... .................... Engineering Technician-I $70.00 Engineering Technician -II $58.00 Environmental Specialist- II $52.00 Environmental Specialist- Ill $47.00 Erosion Control Technician $62.00 On-Site Erosion Observation $57.00 Landscape Architect $116.00 Services subcontracted will be billed to the Senior Architect $109.00 owner at invoice cost plus 12%. Architect $94.00 Architectural Intern- I $90.00 Use of special equipment,such as computers,television and sewer cleaning Architectural Intern II $86.00 Architectural l. . . .... devices,soil density testers,flow meters, Architectural Intern-III $73.00 samplers,dippers,etc.,will be charged to Architectural Intern-V $36.00 the project per the standard Equipment ...i. . . . Rate Schedule,which is available upon Senior Ecologist $101 00 request. Senior Hydrogeologist $101.00 G.I.S. Specialist $89.50 This Fee Schedule is subject to revisions Environmental Scientist-I $86.00 due to labor rate adjustments and interim staff or corporate changes. Environmental Scientist II $64.00 Public Finance Specialist $86.00 Senior Draftsperson $81.00 Draftsperson $67.00 Graphic Artist $67.00 CORPORATE HEADQUARTERS Senior Administrative Assistant $56.00 Street Address: Administrative Assistant $48.00 1445 MCMAHON DRIVE Intern $36.00 NEENAH,WI 54956 On-Site Project Representative $50.00 Mailing Address: Principal $141.00 P.O.BOX 1025 NEENAH,WI 54957-1025 (920)751-4200 TELEPHONE (920)751-4284 FAX E-MAIL: MCM @MCMGRP.COM WEB SITE: WWW.MCMGRP.COM OfHKOJH ON THE WATER Insurance Requirements for the City of Oshkosh Revised: March 31, 2011 Original: January 14, 2011 1/14/11 City of Oshkosh Insurance Requirements INTRODUCTION It is important that the City of Oshkosh is adequately protected from loss due to the negligence of others (contractors, suppliers, vendors, etc.) who are working for, with, or on behalf of the City of Oshkosh. To help achieve this goal, the City of Oshkosh requires that other parties carry a certain level of insurance that will protect, defend and indemnify the City from losses arising out of their activities or from their products. The following standards have been established to help provide direction and consistency for City of Oshkosh Departments. Until the appropriate certificate of insurance verifying the required coverage is obtained, the City of Oshkosh will NOT be issuing a license, permit or entering into a contract. Insurance requirements for jobs or activities such as asbestos abatement, pollution clean up, oil recycling, hazardous waste removal, or any new contract or activity where it is not clear what level of insurance should be required will be determined by the City Attorney and the Safety & Risk Management Coordinator. The City Attorney and/or the Safety & Risk Management Coordinator are responsible for the review of all certificates of insurance to determine if they meet the insurance requirements. There may be times when an organization or contractor can not meet the insurance requirements. Any significant variance from the standards must be authorized by the City Attorney and/or the Safety & Risk Management Coordinator. 1/14/1 1 CITY OF OSHKOSH INSURANCE REQUIREMENTS IV. PROFESSIONAL SERVICES LIABILITY INSURANCE REQUIREMENTS The Contractor shall not commence work on subcontract until proof of insurance required of the Subcontractor has been provided to the applicable City department before the contract or purchase order is considered for approval by the City. It is hereby agreed and understood that the insurance required by the City of Oshkosh is primary. coverage and that any insurance or self insurance maintained by the City of Oshkosh, its officers, council members, agents, employees or authorized volunteers will not contribute to a loss. All insurance shall be in full force prior to commencing work and remain in force until the entire job is completed and the length of time that is specified, if any, in the contract or listed below whichever is longer. 1. PROFESSIONAL LIABILITY A. Limits (1) $1,000,000 each claim (2) $1,000,000 annual aggregate B. Must continue coverage for 2 years after final acceptance for service/job 2. GENERAL LIABILITY COVERAGE A. Commercial General Liability (1) $1,000,000 each occurrence limit (2) $1,000,000 personal liability and advertising injury (3) $2,000,000 general aggregate (4) $2,000,000 products—completed operations aggregate B. Claims made form of coverage is not acceptable. C. Insurance must include: (1) Premises and Operations Liability (2) Contractual Liability (3) Personal Injury (4) Explosion, collapse and underground coverage (5) Products/Completed Operations must be carried for 2 years after acceptance of completed work (6) The general aggregate must apply separately to this proiect/location 3. BUSINESS AUTOMOBILE COVERAGE A. $1,000,000 combined single limit for Bodily Injury and Property Damage each accident B. Must cover liability for Symbol #1 - Any Auto" — including Owned, Non-Owned and Hired Automobile Liability. IV- 1 1/14/11 4. WORKERS COMPENSATION AND EMPLOYERS LIABILITY— "If" required by Wisconsin State Statute or any Workers Compensation Statutes of a different state. A. Must carry coverage for Statutory Workers Compensation and an Employers Liability limit of: (1) $100,000 Each Accident (2) $500,000 Disease Policy Limit (3) $100,000 Disease— Each Employee 5. ADDITIONAL PROVISIONS A. Acceptability of Insurers - Insurance is to be placed with insurers who have an A.M. Best rating of no less than A- and a Financial Size Category of no less than Class VI, and who are authorized as an admitted insurance company in the state of Wisconsin. B. Additional Insured Requirements — The following must be named as additional insureds on the General Liability and Business Automobile Liability coverage arising out of project work...City of Oshkosh, and its officers, council members, agents, employees and authorized volunteers. On the Commercial General Liability Policy, the additional insured coverage must include Products — Completed Operations equivalent to ISO form CG 20 37 for a minimum of 2 years after acceptance of the work. This does not apply to Professional Liability, Workers Compensation and Employers Liability. C. Certificates of Insurance acceptable to the City of Oshkosh shall be submitted prior to commencement of the work to the applicable City department. These certificates shall contain a provision that coverage afforded under the policies will not be canceled or non renewed until at least 30 days' prior written notice has been given to the City Clerk —City of Oshkosh. IV- 2