Loading...
HomeMy WebLinkAboutBrown and Caldwell/15-03 . y CITY OF OSHKOSH DEPARTMENT OF PUBLIC WORKS 215 CHURCH AVENUE, P.O. BOX 1130, OSHKOSH, WI 54903-1130 PHONE: (920)236-5065 FAX(920)236-5068 LETTER OF TRANSMITTAL To: Mr. Jim Bachhuber Date: January 14, 2015 Brown and Caldwell Sub'ect: Executed Agreement 8383 Greenway Boulevard Design & Bid Support Services for Suite 600 Fernau Avenue Watershed/North Middleton, WI 53562 Main Street Area Detention Basin Contract 15-03 Please find: � Attached ❑ Under Separate Cover ❑ Copy of Letter � Contracts ❑ Amendment ❑ Report ❑ Agenda ❑ Meeting Notes ❑ Photos ❑ Mylars ❑ Change Order ❑ Plans ❑ Specifications ❑ Estimates ❑ Diskette ❑ Zip Disk ❑ Other Quantit Descri tion 1 Executed A reement These are being transmitted as indicated below: ❑ For Approval � For Your Use ❑ As Requested ❑ For Review&Comment Remarks: Enclosed is a copy of the executed agreement for the design and bid support services for the Fernau Avenue Watershed/North Main Street Area Detention Basin. Please reference Res. No. 15-11 on all of your invoices. If you have any questions, please contact us. � . �.�,� �� `� � �� � _ i��t� City Attorney's Office—Copy �`;, City Clerk's Office—Original ';- cc: _ File —Original Signed: Tra . Taylor I:1Engineering12015 CONTRACTS\15-03 Fernau Ave WtrshedlProje�InformationlContract Info115-03 B8C LOT-Des&Bid Support Agreemnt_1-14-15.docx AGREEMENT r— THIS AGREEMENT, made on the � day of n� �' , 2015, by and between the CITY OF OSHKOSH, party of the first part, hereinafter ref red to as CITY, and BROWN AND CALDWELL, 8383 Greenway Boulevard, Suite 600, Middleton, WI 53562, party of the second part, hereinafter referred to as the CONSULTANT, WITNESSETH: That the CITY and the CONSULTANT, for the consideration hereinafter named, enter into the following AGREEMENT for DESIGN AND BID SUPPORT SERVICES FOR FERNAU AVENUE WATERSHED/NORTH MAIN STREET AREA DETENTION BASIN. ARTICLE I. PROJECT MANAGER A. Assignment of Project Manager. The CONSULTANT shall assign the following individual to manage the PROJECT described in this AGREEMENT: Jim Bachhuber– Midwest Area Stormwater Practice Leader 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 AGREEMENT: James Rabe, P.E., CPESC–Civil Engineering Supervisor ARTICLE III. SCOPE OF WORK The CONSULTANT shall provide the services described in the CONSULTANT's Scope of Services. CITY may make or approve changes within the general Scope of Services in this AGREEMENT. If such changes affect CONSULTANT's cost of or time required for performance of the services, an equitable adjustment will be made through an amendment to this AGREEMENT. All reports, drawings, specifications, computer files, field data, notes, and other documents and instruments prepared by the CONSULTANT as instruments of service shall become property of the CITY upon payment for those documents by the CITY to the CONSULTANT, and shall remain the property of the CITY. ARTICLE IV. STANDARD OF CARE The standard of care applicable to CONSULTANT's services will be the degree of skill and diligence normally employed by professional consultants or consultants performing the same or similar services at the time said services are performed. CONSULTANT will re-perForm any services not meeting this standard without additional compensation. I:\Engineering�2015 CONTRACTS\15-03 Fernau Ave Wlrshed\Project_Information\ConVact Into\15-03 Page 1 of 5 B&C Agreemnt-des&Bid Support Serv_1231-14.docx ARTICLE V. OPINIONS OF COST, FINANCIAL CONSIDERATIONS, AND SCHEDULES In providing opinions of cost, financial analyses, economic feasibility projections, and schedules for the PROJECT, CONSULTANT has no control over cost or price of labor and materials; unknown or latent conditions of existing equipment or structures that may affect operation or maintenance costs; competitive bidding procedures and market conditions; time or quality of performance by operating personnel or third parties; and other economic and operational factors that may materially affect the ultimate project cost or schedule. Therefore, it is understood between the parties that the CONSULTANT makes no warranty that the CITY's actual project costs, financial aspects, economic feasibility, or schedules will not vary from CONSULTANT's opinions, analyses, projections, or estimates. ARTICLE VI. RECORD DRAWINGS Record drawings, if required, will be prepared, in part, on the basis of information compiled and furnished by others. CONSULTANT is not responsible for any errors or omissions in the information from others that the CONSULTANT reasonably relied upon and that are incorporated into the record drawings. ARTICLE VII. CITY RESPONSIBILITIES 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 VIII. CITY'S INSURANCE CITY will maintain property insurance on all pre-existing physical facilities associated in any way with the PROJECT. CITY will provide (or have the construction contractor(s) provide) a Builders Risk All Risk insurance policy for the full replacement value of all project work including the value of all onsite CITY-furnished equipment and/or materials associated with CONSULTANT's services. Upon request, CITY will provide CONSULTANT a copy of such policy. ARTICLE IX. TIME OF COMPLETION The work to be perFormed under this AGREEMENT shall be commenced and the work completed within the time limits as agreed upon in the CONSULTANT's Scope of Services. I:\Engineering�2015 CONTRACTS\15-03 Fernau Ave Wtrshed\Project_Information\Contract Info\15113 Page 2 of 5 B&C Agreemnt-Des 8 Bid Support Serv_1231-14.docx 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 X. COMPONENT PARTS OF THE AGREEMENT This AGREEMENT consists of the following component parts, all of which are as fully a part of this AGREEMENT as if herein set out verbatim, or if not attached, as if hereto attached: 1. This Instrument 2. CONSULTANT's Scope of Services dated December 29, 2014 and attached hereto In the event that any provision in any of the above component parts of this AGREEMENT conflicts with any provision in any other of the component parts, the provision in the component part first enumerated above shall govern over any other component part which follows it numerically except as may be otherwise specifically stated. ARTICLE XI. PAYMENT A. The Agreement Sum. The CITY shall pay to the CONSULTANT for the performance of the AGREEMENT the total sum as set forth below, adjusted by any changes hereafter mutually agreed upon in writing by the parties hereto: • Time and Materials Not to Exceed $79,400 (Seventy-Nine Thousand Four Hundred Dollars). • Attached fee schedule shall be firm for the duration of this AGREEMENT. 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. D. Indirect Costs. Indirect costs such as computer time, printing, copying, cell phone charges, telephone charges, and equipment rental shall be considered overhead and shall not be invoiced separately to the PROJECT. E. Expenses. Expenses may be billed with up to a maximum of 10% mark-up. All invoices with expenses shall include supporting documentation of the expense. Failure to include the supporting documentation will result in the reduction of payments by the amount of those expense(s) not including documentation. I:\Engineering�2015 CONTRACTS\15-03 Fernau Ave Wtrshed\Project_Information\ConVact Info\15-03 Page 3 of 5 B&C Agreemnl-Des&Bid Support Serv_12-31-14.docx ARTICLE XII. HOLD HARMLESS The CONSULTANT covenants and agrees to protect and hold the City of Oshkosh harmless against all actions, claims, and demands to the proportionate extent caused by or resulting from the intentionally wrongful or negligent acts of the CONSULTANT, his/her agents or assigns, his/her employees, or his/her subcontractors related to the pertormance of this AGREEMENT or be caused or result from any violation of any law or administrative regulation, and shall indemnify to the CITY for all sums including court costs, attorney fees, and damages of any kind which the CITY may be obliged or adjudged to pay on any such claims or demands upon the CITY's written demand for indemnification or refund for those actions, claim, and demands caused by or resulting from intentional or negligent acts as specified in this paragraph. Subject to any limitations contained in Sec. 893.80 and any similar statute, of the Wisconsin Statutes, the CITY further agrees to hold CONSULTANT 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 re-use of the documents without consent where such liability is founded upon or grows out of the acts or omission of any of the officers, employees or agents of the City of Oshkosh while acting within the scope of their employment. ARTICLE XIII. INSURANCE The CONSULTANT agrees to abide by the attached City of Oshkosh Insurance Requirements. ARTICLE XIV. 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 AGREEMENT 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 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. ARTICLE XV. RE-USE OF PROJECT DOCUMENTS All reports, drawings, specifications, documents, and other deliverables of CONSULTANT, whether in hard copy or in electronic form, are instruments of service for this PROJECT, whether the PROJECT is completed or not. CITY agrees to indemnify CONSULTANT and CONSULTANT's officers, employees, subcontractors, and affiliated corporations from all claims, damages, losses, and costs, including, but not limited to, litigation expenses and attorney's fees arising out of or related to the unauthorized re-use, change, or alteration of these project documents. I:\Engineenng�2015 CONTRACTSN5-03 Fernau Ave Wtrshed\Project_Information\Contract Info\15-03 � Pa9e 4 Of 5 B&C Agreemnt-Des 8 Bid Support Serv_12-31-14.docx ARTICLE XVI. SUSPENSION, DELAY, OR INTERRUPTION OF WORK CITY may suspend, delay, or interrupt the services of CONSULTANT for the convenience of CITY. In such event, CONSULTANT's contract price and schedule shall be equitably adjusted. ARTICLE XVII. NO THIRD-PARTY BENEFICIARIES This AGREEMENT gives no rights or benefits to anyone other than CITY and CONSULTANT and has no third-party beneficiaries. In the Presence of: CONSULTANT ���I gy: ������-��--� (Seal of Consultant !1 f�e D,lr»'�� if a Corporation) (Specify Title) By: (Specify Title) CITY OF OSHKOSH ,�a;� -P�-.�.k. By: �-��-�--i�'���---' (Witness) Mar A. Rohloff, City Mana er �a..-c� � � An . � �� � �.� d• � � (Witness) � Pamela R. Ubrig, City Cler �1 v APP OVED: I hereby certify that the necessary provisions have been made to pay the liability which will accrue under this AGREEMENT. � y orney �(�i'1 C,. �rr 1(�/� City Comptroller I:\Engineering�2015 CONTRACTS\15-03 Fernau Ave Wtrshed\Projed_Information\Contract Info\15-03 Page 5 of 5 B8C Agreemnt-Des&Bid Support Serv_1231-14.docx Attachment A: North Main Street Area Detention Basin Design Project 12/29/14 �������`��� ATTACHMENT A SCOPE OF SERVICES ���- �'� � ���� Fernau Avenue Watershed North Main StreetArea Detention Basin `�r�' `` -� `' -� Design and Bid Support ��`�"�"�������� °� ��� ,"�� ��, City of Oshkosh Overview This scope of services describes the tasks that will be conducted by Brown and Caldwell (BC or Consultant)to develop construction drawings and specifications for the above referenced project (project)in the City of Oshkosh,WI. Construction documents will include design drawings and specifications utilizing the City of Oshkosh (City) standard specifications format. The general project area is shown on Figure 1, attached to this document. The main goals of the project are: 1) Provide storm water management in compliance with Municipal Code Chapter 14 and State regulations (NR 151)for a portion of TIF District 27 served by this project. 2) Reduce storm water pollution and flooding from storm water runoff within the Fernau Avenue watershed. Task 9 Meefings and Projecf Management BC will meet with the City to conduct the following face-to-face project meetings at Oshkosh City HaIL 1. Design services Kick-Off meeting. 2. 30%design review meeting. 3. 60% design review meeting. 4. 90% design review meeting. Included in the meetings is preparation of agenda, conducting the meeting, and preparing meeting summaries. The face-to-face meetings will include up to two (2) BC staff and may include other stakeholders, at the city's discretion. In addition to the four(4) meetings listed above, three (3)web-based meetings are budgeted to discuss project questions and decisions as needed. Task 2 Survey 1. BC will work with a survey subconsultant to collect survey information necessary to assist in the design of the detention basin and storm sewer network model. The survey will include the following steps listed below. The survey area is the project site as outlined on the attached Figure 1. a) Utilize NAVD 88 vertical datum and NAD 1983 Harn Wisconsin CRS Winnebago County horizontal datum. b) Contact Diggers Hotline to arrange for utility locates within the project area. c) Topographic survey of sufficient detail to develop a 1,0 foot contour map. d) Collect horizontal and vertical information within the project area including: back of curb, sidewalk, underground utilities (as located through Diggers Hotline), manhole rims (sanitary, storm, and other utilities), water valves, water hydrants, overhead utilities, driveway entrances, pavement joints,trees, property irons, and street lights. e) Property lines, existing easements and right-of-way lines will be compiled and included in the survey CAD file. . f) Conduct sanitary and storm sewer measure downs with field drawings for all manholes within project area, plus the next upstream manhole. Main St Storm Water Basin Design Scope v7.docx 1 Attachment A: North Main Street Area Detention Basin Design Project 12/29/14 g) Photographs showing the condition of the inside of each manhole. h) Street cross sections including elevations of back of curb, flow line, and road crown shall be conducted every 25 feet within the project area. i) Street cross sections with all data identified in Task 2.1.h plus features within ten feet outside of the ROW shall be collected every 50 feet within the project area. j) Verify culvert invert, opening size, material, length, and upstream/downstream wingwall data for the channel crossing on Jackson Street and Main Stre�t. (Note:this information was previously collected and may not need to be re-surveyed). k) Survey channel cross sections data between Jackson Street and Main Street the center of channel,toe of slope and top of slope for north bank. I) Survey storm sewer easement between Jackson Street and detention basin site including 10 feet north of the north easement boundary. m) Deliverab�es for survey task shall include: a. AutoCAD Civil 3D format(dwg file). b. Text file including point number, x,y,z location and point description and c. Survey field notes. d. Manhole measure down data sheets in PDF format. e. Digital photographs for each manhole. 2. BC has budgeted one field visit during the survey process to review and verify survey needs with subconsultant and City staff. Task 3 System Modeling 1. BC will conduct two modeling efforts using XP-SWMMTM and WinSLAMMT"'. The purpose of the models are to: a) Size the detention basin, outlet structures, and storm sewers; determine basin configuration, (stage/storage and stage discharge),water surface elevations under selected design. b) Use WinSLAMM to calculate the Total Suspended Solids (TSS)and Total Phosphorus (TP)control provided by the storm water facility under the designed conditions, and c) Generate the data necessary for filing the WDNR permit application. 2. XP-SWMMT"' will be used to route flows to the storm water detention basin, and size the storm water detention basin and outlet structure to meet the City's peak flow control requirements.The existing model for the Fernau Avenue SWMP created by BC will be utilized for this effort. Appropriate updates will be made to this model for design of the storm water facility. To document the performance of the detention basin for meeting watershed wide flood control the following storm events will be modeled: 1-, 2-, 5-, 10-, 25-, 50-and 100-year, 3- hour duration with rainfall depths and distribution from Midwest Climate Center Bullefin 71. The model will also be run for the June 12-13, 2008 storm event. The XP-SWMM model will also be used to document the performance of the detention basin to meet Municipal Code Chapter 14 and WDNR NR151peak flow requirements. 3. WinSLAMM will be used to aid in the design and document the pollution control achieved to meet local and state requirements. Task 4 Prepare Construction Drawings Prepare construction documents for the project, the inlet storm sewer between Jackson Street and the detention basin, the inlet storm sewer from detention basin,the low-flow, and high-flow detention basin outlet storm sewers. Plan and profile sheets will be prepared all storm sewers 1. A gravity storm sewer will be designed for the following locations: a) East from Jackson Street(north of the channel)to the detention basin b) In Main Street: Main St Storm Water Basin Design Scope v7.docx 2 Attachment A: North Main Street Area Detention Basin Design Project 12/29/14 i. Detention basin inlet storm sewer ii. Detention basin outlet storm sewer(s)to channel. iii. Main Street storm sewer within the project area shown on Figure 1. 2. Detention basin design a) The storm water facility design will, to the maximum extent practical, include these features: i. Minimum permanent pool depth of five feet. ii. 3:1 side slopes below the permanent pool. iii. 4:1 side slopes above the permanent pool. iv. Safety shelf around the perimeter of the storm water facility that is a minimum of 10 feet wide constructed 12 inches below the permanent pool elevation. v. Velocity dissipation at the inlets and outlet. b) The final detention basin construction plans will include: i. Storm water facility grading sheet. ii. Cross sections of the storm water facility. iii. Erosion and sediment control sheet meeting WDNR's and City's standards to reduce soil loss from construction. iv. One (1) reinforced concrete outlet structure details including grating and flow control weirs and orifices. v. Landscaping sheet. Probable landscape features include: • Emergent plants (plugs)on the safety shelf • Native/wetland plant seed mixture along the shoreline • Native plant seed mixture on the side slopes • Low mow vegetation beyond the side slopes to the extent of the project area 3. Prepare pavement restoration plan and profile sheet(s)for street(s)with storm sewer construction taking place. a) Show top of curb and flow line of gutter profiles in a separate profile view for west side of street b) Label slopes in profile view. c) Provide station and spot elevations on the gutter flow line at 50 foot intervals, high points, and low points. 4. Additional requirements for the construction drawings are: a) All plan sheets shall be scalable ANSI D (22 x 34) and at 11 x 17 inch size b) All full size plan and profile sheets shall be scaled at 1 inch equals 20 feet in plan view and 1 inch equals 2 feet in profile. c) Detention Basin drawings shall not exceed 1 inch equals 50 feet, and shall be scalable with an Engineer's Scale at half size and full size. d) Construction drawings shall contain adequate information to allow the City to perform construction staking/layout without the use of the CAD files. 5. BC will prepare design drawings for 30, 60 and 90 percent City review. The final set of design drawings will consist of the following design sheets (with estimated number of plan sheets): � a) Cover Sheet(1) b) Legend/General Notes (1) c) Grading Plan. (1 -2) d) Erosion Control Plan. (1 —2) e) Landscaping and Restoration Plan. (1 —2) f) Detention Basin Cross Section Plan. (1) g) Structural Plans and Details for inlet and/or outlet structures. (2) h) Storm Sewer Plan and Profile i. Inlet from Jackson Street(2) ii. Main Street inlet(1 —2) iii. Main Street Outlet(1) i) Details (1 —2) Two sets of the complete drawings will be submitted to the City. A digital copy will be provided on Main St Storm Water Basin Design Scope v7.docx 3 Attachment A: North Main Street Area Detention Basin Design Project 12/29/14 CD or through secure internet download sites. The digital copy of the drawings will include full size(22"x34")and half size (11"x17") PDF's of the plans as well as the CAD Files. Task 5 Contract Book BC will prepare the following sections of the contract book utilizing the City of Oshkosh format. The City will compile the sections from the Consultant and assemble the Contract Book. 1. Official Notice to Contractors. 2. Proposal. 3. Special Conditions which are required by the project to supplement city standard specifications A digital copy of the documents listed above prepared by the Consultant will be provided in PDF, Microsoft Word and Excel formats. All other required documents will be provided by the City of Oshkosh. Task 6 WDNR Permif Application BC will prepare the following permit applications Wisconsin Department of Natural Resources (WDNR) permits: 1. DNR Consolidated Permit Application Form, including construction and post-Construction Attachments (NOI). 2. Written Storm Water Management and Erosion and Sediment Control Plan in accordance with NR 151 and NR 216. 3. BC will prepare a Chapter 30 permit application for a construction of a detention basin within 500 feet of a navigable waterway and for the storm sewer outfall to the navigable waterway. BC will prepare the above permits for the WDNR's electronic submittal process and the City will submit the applications. Task 7 Opinion of Probable Cost BC will prepare an opinion of probable cost for the proposed construction of the storm water facility and gravity storm sewers based upon the 90°/a drawings. Task 8 Bidding During BC will answer questions during the bidding process and provide other services as requested by the City within the budget for this task. Twelve (12) hours of staff time have been budgeted for this task. Assumptions: The scope and budget for this project were developed based on the following conditions and assumptions. 1. The Client agrees to: a) Meet with BC representatives, if required, and make timely decisions regarding design details, b) Provide full information as to Client requirements for the Project, obtain necessary approvals and permits,attend Project-related meetings, provide interim reviews on an agreed-upon schedule, make decisions on project alternatives, and generally participate in the Project to the extent necessary to allow BC to pertorm the Services, c) Pay all permit and review fees that may be required directly to the appropriate agency, d) Assemble bid documents, advertise for bids, prepare agenda if required, and recommend award of contract, and e) Provide construction inspection and construction administration. 2. Budget for survey task assumed snow free conditions. 3. Geotechnical investigations will be conducted under a separate contract by the City. It is further Main St Storm Water Basin Design Scope v7.docx ¢ Attachment A: North Main Street Area Detention Basin Design Project 12/29/14 assumed the geotechnical investigations will meet the requirements of the WDNR Technical Standard 1001 and also provide information on groundwater conditions and elevations. It is also assumed that the City will provide the full geotechnical report to BC for use in the project. 4. The only permits to be prepared by the Consultant are under this project are listed in Task 6. Preparation of other federal, state,or local permits are not included in this scope of work. 5. This project is not defined as a dam under state regulations. 6. Property boundary survey work(CSM)is not included in Task 2. 7. Property boundary work, not included under Task 2,will be conducted by a City contracted surveyor under separate contract for the acquisition and easement work associated with this project, and that information will be made available at no cost to the project. 8. Wetland delineations are not a part of this scope of work. Wetland delineations will be conducted under a separate contract by the City. The City will provide the final delineation report to BC. 9. The budget for design services assumes that no regulatory wetlands exist on the project site. 10. The budget for design services assumes that no regulatory archaeological sites exist on the project site. 11. The soil excavated to construct any component of the project is assumed to be free of toxic sediments or hazardous materials; therefore soil sampling for toxicity and environmental remediation is not included in this scope. 12. The City is responsible for all reproduction costs related to the drawings and specification documents for the contractor bidding process. 13. Task 8 assumes up to 12 hours of support time. If support exceeds budgeted time, an amendment will be processed to fund additional support time needed. 14. Public informational meetings are not part of the scope. 15. BC will foliow the City's drawing layout format from previous storm water detention basin designs and BC's CAD standards. 16. BC will not provide on-site construction observation services for this project. 17. This scope of work will be completed in 2015. Project Budget: BC proposes to perform the work as described in the Scope of Services on a time and materials basis for a fee not to exceed $79,400.00. A detailed breakdown by task is provided below, however individual task budgets may vary so long as the total budget is not exceeded without express written agreement from the City. Phase Phase Description Labor gudget Hours 1 Meetin s/PM 141 $19,400 2 Surve " 20 $9,500 3 S stem Modelin 46 $5,900 4 Prepare Construction Drawin s 192 $24,500 5 Pre are Contract Book 64 $7,100 6 WDNR Permit A lications 56 $7,200 7 O inion of Probable Costs 28 $4,200 8 Biddin Su ort 12 $1,600 TOTAL 559 $79,400 "Survey includes subconsultant costs Main St Storm Water Basin Design Scope v7.docx 5 �����:.,�_�,�.�4��;n�,_�1 Brown and Caldwell Schedule of Hourly Bllling Rate - 2015�����' '� � ���� I�►�l�"i-. C)f� I:,()f3l.�t;: lNt��tK:: ,� NI;t�C)f�l�>If�! . • • O�Ece/Suppart Servtces I 3G0-S65 Word Procossoi! ' DrafterTrainee Fletd Seiv�CeTechnictan f $62 567 ` - Offfce/Support Selvices il � AsslstantDrafter ReldServiceTechnfdanlf WordProcessorll g63-�68 ' Otffce/Support Serviccs lll .,.Dra(�er . Accountantl � Eng�nQeringAtda - : Feld S.enriceTechnician III .,` Word Ptocessorlll; S�i5 ' Inspection.Aide ! Offlce/SupportSenricesW : Eogineerl Geologist/Hydrogeologistl SeNor Draher Accountant 11 Seniorlllustrator Scfentfstl WordProcessorN "�8��8� inspector l Senlor Field Service Technleian Eng9rteerll : ACCOUntant ltl ', Inspectortl:♦. Gaologisf/Hydrogeologistl! ` AreaBus,inessOperat[o��Mgr gBB-Sii9 ' , �e.ad Drafte►-` Scienttst II :Teciinicat Wrfter ; , - " � LeadlAustrator WordProcessingSupervlsor ' , Engfneerlll _ _ Inspectorlli Geologist/Hydrogeologlstili AccountantlV SeniorDesigner Sclenllstlll AdministrativeManager $105-5139 Supervlsing Drafter St[pe►vising IIIusGator � Senio►Engneer. P�ineipai Designer SenlorGeotagst/Hydrogeolog�si gentor7echn►cai Wdter , f,330 5149.; SeulorCohstmcttonEnglneer SeniarScleniist : Senlor Engnoor A�fncipaf Engitteer p�i�clpal GeoingistJHydrogeolog(st Ptlncipal ConstrucUon fngineer p��cipai Scientist Corp.ContractAdministrator $150-S1�8 Supervising Designar . Supe►visingEn�neer ' Supe.rvtsingSci.entist, ' � . Supervis(ngConstr.Engineer SupervtsingGeologfst/ , � AsslstanfCoatrolfer, . . ". ,.giG8-5189.; ' $upei�singEng+neer ' SupenisingHydrogeologsf - ManagingEnglneer ManagingGeolOgist/HydrOg¢0lOgSt AreaBusOpsMgrlV $180-5212 Managing Scfentist � ChtefEn�lneor `ChlefScientist ' Fxecudve Englneer Cor�Marketing Comm.Mgr.-` 5200 5225 � Vice President ' ���ef Geologist/Hydrageolagist � The rates�rov�ded in tlds table appiyirom lanuary 1-December 31,2015. ,4coR°� CERTIFICATE OF LIABILITY iNSURANCE DATE(MM/DD/YYYI� �.� 5/31/2015 10/28/2014 THIS 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 BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE 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). , PRODUCEH Lockton Companies _ NAMEacT 444 W.47th Street,Suite 900 RECEIVED P"o"E F^X Kansas City MO 64112-1906 MA,� E : A/C No: �g16�96�-9��� ADDRESS: JAN ���OjS INSURERS AFFORDINGCOVERAGE NAICN iNSUaER n:Hartford Fire Insurance Com an 19682 �NSURED BROWN AND CALDWEL�EPT OF PUBLIC WORKS �NSURER B:H o Insu c o t e ' west 3 4 1310104 �D I.TS WHOLLY OWNE����fi��S CONSIN iNSUReR c:St.Paul Fire and Marine Insurance Com an 24767 AND A�FILIATES INSURER D:LIO ds of London 201 NORTH CIVIC DRIVE,SUTTE I LS INSURER E: WALNUT CREEK CA 94596 INSURER F: COVERAGES * CERTIFICATE NUMBER: 13177147 REVISION NUMBER: ��X 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. INSR - ADDL SUBR POLICY EFF POLICY EXP LTR TYPE OF INSURANCE INSD NND POLICY NUMBER MM/�D MM/DD/YYY � LIMITS A X COMMERCIAL GENERAL LIABILITY y N 37C$EQU1172 S/31/2014 5/31/2015 EACH OCCURRENCE ,�OOO.00O DAMAGE TO RENTED CLAIMS-MADE X OCCUR PREMISES(Ea occurrence) E 2����OQ MED EXP An one erson ��0 PERSONAL&ADV INJURY $ 2,�000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENER,4L AGGREGATE $ 4 OO OOO POLICY ❑X JECT Xa LOC PRODUCTS-COMP/OP AGG 4 OOO O OTHER: $ ,� AUTOMOBILE LIABILITY y N 37CSEQU1173 5/31/2014 5/31/2015 S (Ea accident) 2,000.��� X ANY AUTO BODILY INJURY(Per person) $ �� � ALL OWNED SCHEDULED - BODILY INJURY Per accident AUTOS AUTOS AONO-SWNED PROPERTY DAMAGE $ ���,�' X HIREDAUTOS X $ �'����� C X UMBRELLA LIAB X OCCUR Y N ZLTP-1OR71075-14-NF S/31/2014 S/31/2015 EACH OCCURRENCE 3 2,000,000 EXCESS LIAB CLAIMS-MADE AGGREGATE S OO OOO DED FETENTION$ $ B WORKERS COMPENSAT�ON _ AND EMPLOYERS'LIABILITY N 37WNQU1170 S/31/2014 S/31/2015 X STATUTE ER A ANY PROPRIETOR/PARTNER/EXECUTIVE Y�N 37WBRQU1171 S/31/2014 S/31/2015 OFFICER/MEMBER EXCLUDED? � N/A E.L.EACH ACCIDENT $ �1 OOO OO (Mandatory in NH) E.L DISEASE-EA EMPLOYEE $ 1 ����� If yes,describe under � . DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICV LIMIT $ 1 OOO OOO D PROFESSIONAL N N LDUSA1400482 5/31/2014 5/31/2015 $1,000,000 PER CLAIM& LIABII-ITI' AGGREGATE DESCRIPT70N OF OPERATIONS/LOCATIONS/VEHICLES (ACORD 101,Additional Remarks Schedule,may 6e attached if more space is required) RE:GENERAI.STORMWATER SERVICES FOR 2015,BC SID:57251. CTI'Y OF OSHKOSH,AND TTS OFFICERS,COUNCIL MEMBERS,AGENTS,EMPLOYEES AND AU'IHORIZ.ED V OLUNTEERS ARE ADDTITONAL INSURED ON A PRIMARY AND NON-CONTRIBUTORY BASIS ON GENERAL,AUTO AND EXCESS/UMBRELLA LIABII.ITY COVERAGE,Wf�RE REQUIItED BY WRITTEN CONTRACT AND SUB7ECT TO Tf�TERMS AND CONDITIONS OF Tf�POLICY. TfIIRTY DAYS NOTICE OF CANCELI.ATION BY THE ATSURF.R WII.L BE PROVIDED TO TIiE CERTIFICATE HOLDER WITH RESPECT TO Tf�GENEIL4L,AUTO,PROFESSIONAL LIABIIITY AND WORKERS COMPINSATTON POLICIES CERTIFICATE HOLDER CANCELLATION See Attachments 13177147 OSH-1 H SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE CTTY OF OSHKOSH THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. ATTN:JAMES RABE ZIS CHTTRCH AVE. qUTHORIZED REPRESENTATJuE OSHKOSH WI 54903 ��� /�!I ,�6`�X� O 1988-2014 ACORD CORPORATION. All rights reserved. ACORD 25(2014/01) The ACORD name and logo are registered marks of ACORD Named Insured: BROWN AND CALDWELL AND ITS WHOLLY OWNED SUBSIDIARIES Policy Number: 37CSEQU1172 Policy Term: 5/31/2014 to 5/31/2015 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED BY CONTRACT OR AGREEMENT- OPTION II This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name of Additional Insured Person(s) or Designated Project(s) or Location(s) of Or anization s : Covered O erations: ALL ALL Information re uired to com lete this Schedule, if not shown above, will be shown in the Declarations. A. Section II-Who Is An Insured is amended to include as an additional insured the person(s)or organization(s)shown in the Schedule above with whom you agreed in a written contract or written agreement to provide insurance such as is afforded under this policy,.but only to the extent that such person or organization is liable for"bodily injury", "property damage"or"personal and advertising injury"caused by: 1. Your acts or omissions or the acts or omissions of those acting on your behalf: � a. In the performance of your ongoing operations for such additional insured at the project(s)or location(s)designated in the Schedule; b. In connection with your premises owned by or rented to you and shown in the Schedule; or C. In connection with "your work"for the addifional insured at the project(s) or location(s)designated in the Schedule and included within the "products-completed operations hazard", but only if: (1) The written contract or agreement requires you to provide such coverage to such additional insured at the project(s)or location(s)designated in the Schedule; and (2) This Coverage Part provides coverage for"bodily injury"or"property damage" included w�ithin the"products-completed operations hazard". 2. The acts or omissions of the additional insured in connection with their general supervision of your operations at the projects or locations designated in the Schedule. B. The insurance afforded to these additional insureds applies only if the "bodily injury"or"property damage"occurs, or the"personal and advertising injury"offense is committed: 1. During the policy period; and 2. Subsequent to the execution of such written contract or written agreement; and 3. Prior to the expiration of the period of time that the written contract or written agreement requires such irisurance be provided to the additional insured. Attachment Code:D465358 Certificate ID: 13177147 However, this provision does not apply to the extent that you have agreed in a written contract or written agreement that this insurance is primary and non-contributory with the additional insured's own insurance. 6. Knowledge Of An Occurrence, OfFense, Claim Or Suit Paragraphs 1. and 2. apply to the additional insured only when such "occurrence", offense, claim or"suit" is known to: " a. The additional insured that is an individual; b. Any partner, if the additional insured is a partnership; C. Any manager, if the additional insured is a limited liability company; - d. Any"executive officer"or insurance manager, if the additional insured is a corporation; e. Any trusfee, if the additional insured is a trust; or f. Any elected or appointed official, if the additional insured is a political subdivision or public entity. F. Other Insurance With respect to insurance provided to the additional insured shown in the Schedule, the Other Insurance Condition Section IV-Conditions is replaced by the following: 1. Primary Insurance a. Primary Insurance When Required By Contract This insurance is primary if you have agreed in a written contract or written agreement that this insurance be primary. If other insurance is also primary we will share with all that other insurance by the method described in 3. below. b. Primary And Non-Contributory To Other Insurance When Required By Contract If you have agreed in a written contract or written agreement that this insurance is primary and non-contributory with the additional insured's own insurance, this insurance is primary and we will not seek contribution from that other insurance. Paragraphs a. and b. do not apply to other insurance to which the additional insured has been added as an additional insured or to other insurance described in paragraph 2. below. 2. Excess Insurance This insurance is excess over any of the other insurance, whether primary, excess, contingent or on any other basis: a. Your Work . That is Fire, Extended Coverage, Builder's Risk, Installation Risk or similar coverage for"your work'; b. Premises Rented to You That is fire, lightning or explosion insurance for premises rented to you or temporarily occupied by you with permission of the owner; � C. Tenant Liability That is insurance purchased by you to cover your liability as a tenant for"property damage"to premises rented to you or temporarily occupied by you with permission of the owner; d. Aircraft,Auto Or Watercraft If the loss arises out of the maintenance or use of aircraft, "autos"or watercraft to the extent not subject to Exclusion g. of Section I -Coverage A- Bodily Injury And Property Damage Liability; e. Property Damage To Borrowed Equipment Or Use Of Elevators If the loss arises out of"property damage"to borrowed equipment or the use of elevators to the extent not subject to Exclusion j. of Section I -Coverage A-Bodily Injury Or Property Damage Liability;or f. When You Are Added As An Additional Insured To Other Insurance Attachment Code:D465358 Certificate ID: 13177147 Named Insured: BROWN AND CALDWELL AND ITS WHOLLY OWNED SUBSfDIARIES Carrier: Hartford Fire Insurance Company Policy Number: 37CSEQU1173 Policy Term: 5/31/2014 fo 5/31/2015 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM Any person or organization whom you are required by contract to name as additional insured is an "insured" for LIABILITY COVERAGE but only to the extent that person or organization qualifies as an "insured" under the WHO IS AN INSURED provision of Section II - LIABILITY COVERAGE. SCHEDULE Attachment Code:D465338 Certificate ID: 13177147