HomeMy WebLinkAboutDixon Eng. & Oshkosh/ Warranty Inspection W�
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: Joseph Hoban, P.E. Date: May 15, 2017
Dixon Engineering,Inc. Subject: Executed Agreement
5307 South 92nd Street, Suite 125 Warranty Inspection(pry) of 750,000
Hales Corners, WI 53130 Gallon Southwest H dro illar
Please find: ® Attached ❑ Under Separate Cover
F1Copy of Letter ® Contracts ❑ Amendment ❑ Report F-1Agenda
Meeting Notes ❑ Photos [❑ Mylars ❑ Change Order ❑ Plans
❑ Specifications ❑ Estimates ❑ Diskette ❑ Zip Disk ❑ Other
Quantity Description
1 Executed Agreement
These are being transmitted as indicated below:
❑ For Approval ® For Your Use ❑ As Requested ❑ For Review&Comment
Remarks:
Enclosed is the executed agreement for the warranty inspection of the 750,000 gallon Southwest
Hydropillar. A City of Oshkosh Purchase Order will follow shortly. Please reference this Purchase
Order on all of your invoices.
City Clerk's Office-Original
Steve Brand-Copy
cc: _File-Original Signed:
Tracy . aylo
I:\Engineering\Tracy Taylor\Steve Brand Agreements\Dixon Eng\Warranty Insp-SW WtrTwr\Dixon LOT-Executed Agreement 5-15-17.docx
AGREEMENT
This AGREEMENT, made on the qday of r 2017, by and between the
CITY OF OSHKOSH, party of the first part, hereinafter 4rred to as CITY, and DIXON
ENGINEERING, INC., 5307 South 92nd Street, Suite 125, Hales Corners, WI 53130, party of the
second part,hereinafter referred to as the CONSULTANT,
WITNESSETH:
The CITY and the CONSULTANT, for the consideration hereinafter named, enter into the
following AGREEMENT for WARRANTY INSPECTION (DRY)OF 750,000 GALLON SOUTHWEST
HYDROPILLAR.
ARTICLE I. PROJECT MANAGER
A. Assignment of Project Manager. The CONSULTANT shall assign the following
individual to manage the PROJECT described in this AGREEMENT:
Joseph T.Hoban,P.E.—Senior Project Engineer
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 Il. CITY REPRESENTATIVE
The CITY shall assign the following individual to manage the PROJECT described in this
AGREEMENT:
Stephan M.Brand—Public Works Utility Bureau Manager
ARTICLE IIt. SCOPE OF WORK
The CONSULTANT shall provide the services described in the CONSULTANT's Scope of
Services. The 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 remain the
property of the CITY.
l:\Engineering\Tracy Taylor\Steve Brand AgreementsWixonEng\WarrantyInsp-SW Wtr Page 1 of
Twr\Agreement_4-24-I7.docx
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.
ARTICLE V. 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 the CONSULTANT reasonably relied upon and are incorporated into the
record drawings.
ARTICLE VI. 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 VII. 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.
The CONSULTANT shall perform the services under this AGREEMENT with reasonable
diligence and expediency consistent with sound professional practices. The CITY agrees 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 VIII. 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
I:\Engineering\Tracy Taylor\Steve Brand Agreements\Dixon Eng\Warranty Imp-SW Wtr Page 2 of 5
Twr\Agreement_4-24-17.docx
2. CONSULTANT's Schedule A dated April 21,2017 and attached hereto
In the event 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 IX. 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:
• Lump Sum Not to Exceed$1,500 (One Thousand Five Hundred Dollars).
B. Method of Payment. The CONSULTANT shall submit itemized monthly statements
for services. The CITY shall pay the CONSULTANT within thirty (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.
ARTICLE X. HOLD HARMLESS
The CONSULTANT covenants and agrees to protect and hold the City of Oshkosh harmless
against all actions, claims, and demands which may be to the proportionate extent caused by or
result from the intentional or negligent acts of the CONSULTANT,his/her agents or assigns,his/her
employees, or his/her subcontractors related however remotely to the performance of this
AGREEMENT or be caused or result from any violation of any law or administrative regulation,and
shall indemnify or refund to the CITY all sums including court costs, attorney fees, and punitive
damages which the CITY may be obliged or adjudged to pay on any such claims or demands within
thirty (30) days of the date of 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
I:\Engineering\Tracy Taylor\Steve Brand Agreements\Dixon Eng\Warranty Insp-SW Wtr Page 3 of 5
Twr\Agreement_4-244Tdoex
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 XI. INSURANCE
The CONSULTANT agrees to abide by the attached City of Oshkosh Insurance Requirements.
ARTICLE XII. 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 ten (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 XIII. 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. The 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.
ARTICLE XIV. SUSPENSION DELAY OR INTERRUPTION OF WORK
The CITY may suspend, delay, or interrupt the services of CONSULTANT for the
convenience of the CITY. In such event, CONSULTANT's contract price and schedule shall be
equitably adjusted.
l:\Engineering\Tracy Taylor\Steve Brand Agreements\Dixon Eng\Warranty Insp-SW Wtr Page 4 of 5
Twr\Agreement_4-24-17.do"
ARTICLE XV, NO THIRD-PARTY BENEFICIARIES
This AGREEMENT gives no rights or benefits to anyone other than the CITY and
CONSULTANT and has no third-party beneficiaries.
In the Presence of: CONSULTANT
By:
Y/'z S��/7
(Seal of Consultanttj f.0 4' ✓Ole ci t,
�6? ..
if a Corporation) (Specify Title)
By:
(Specify Title)
CITY OF OSHK
By:
(Witness) ][a aA c or of Public Works
./w
l:\Engineering\Tracy Taylor\Steve Brand Agreements\Dixon Eng\Warrantylnsp-SWWtr
T%vr\Agreement_4-24-17.docx Page 5 of 5
}2EC XvE�%
SCHEDULE A
Warranty Inspection (Dry) a M7
750,000 Gallon Southwest Hydropillar, #49-71-06-03p s3
Oshkosh, Wisconsin T o P t'a t3 t.I C N\'No,,KS��'� a11�;CONStN
gStlttO`lt, V
A. Scope of Services Performed by Owner(Drained):
1. Drain the water storage tank(hereinafter referred to as tank)prior to the arrival of
DIXON. (Arrival time to be mutually agreed upon by the Owner and DIXON.)
B. Scope of Services Performed by DIXON(Drained):
1. Inspect the tank's interior coating for compliance with warranty requirements of
prior interior painting contract.
2. Review all interior surfaces for corrosion and/or damage, and qualify damage for
repairs. All repairs are to be quantified by extrapolation of a measured area and
compared with warranty requirements.
3. Inspect the exterior coating.
4. Review all exterior appurtenances for damage due to corrosion.
5. Review exterior of the exposed foundations.
6. Review all health aspects of the tank, including screening of the vent, overflow
pipe, and other possible contamination sources.
7. Prepare and submit a letter report(2 copies) documenting all items found that
meet or fail to meet warranty requirements and recommendations for repair.