HomeMy WebLinkAboutFGM Architects Fire Dept Training Facility Pre-Design Study 2019 rw '
ORIGINAL
City „ , 35(09
of
Oshkosh
PROFESSIONAL SERVICES AGREEMENT
THIS AGREEMENT, made on the 10t day of JULY, 2019 by and between the CITY OF OSHKOSH,
WISCONSIN, hereinafter referred to as CITY, and FGM ARCHITECTS, 219 NORTH MILWAUKEE
STREET, SUITE 325,MILWAUKEE,WI 53202,hereinafter referred to as the CONSULTANT.
WITNESSETH:
That the CITY and the CONSULTANT, for the consideration hereinafter named, enter into the
following Agreement.
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 Professional Services Proposal and Cost Proposal dated July 3, 2019, 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.
CITY REPRESENTATIVE
The CITY shall assign the following individual to manage this Agreement:
(JON URBEN, GENERAL SERVICES MANAGER)
SCOPE OF WORK
The CONSULTANT shall provide the services described in the CONSULTANT's attached Professional
Services Proposal. CITY may make or approve changes within the general Scope of Services contained
within the Professional Services Proposal and in this AGREEMENT.If such changes affect CONSULTANT's
cost or time required for performance of the services, an equitable adjustment will be made through an
amendment to this AGREEMENT.
City Hall,215 Church Avenue P.O.Box 1 130 Oshkosh,WI 54903-1 1 30 http://www.ci.oshkosh.wi.us
•
RECORDS AND INSTRUMENTS OF SERVICE
All reports, drawings, software, data, computer files, and other materials, documents and instruments
prepared by the CONSULTANT as instruments of service shall remain the property of the CITY. Any
document related to this agreement, whether in electronic or paper form,is considered a public record
and shall be provided to the City upon request. The CONSULTANT may provide the City with an
explanation of why they believe any document should not be released to the public. The City shall make
all final determinations regarding the existence or release of any document related to this agreement.
TERM AND TERMINATION
A. Term. This Agreement shall commence upon the date indicated above and shall terminate on
December 31, 2019, unless terminated earlier by one of the parties as provided below,except that CITY
may extend this Agreement,upon written notice to CONSULTANT.
B. Termination.
1. For Cause. If either party shall fail to fulfill in timely and proper manner any of the obligations under
this Agreement, the other party shall have the right to terminate this Agreement by written notice. In
this event,the CONSULTANT shall be entitled to compensation to the date of delivery of the Notice.
2.For Convenience. The CITY may terminate this Agreement at any time by giving written notice to the
CONSULTANT no later than 30 calendar days before the termination date.
TIME OF COMPLETION
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
CONSULTANTs 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, or failure of
performance by the CITY. 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.
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.
ASSIGNMENT
CONSULTANT shall not have the right to assign this Agreement without the written prior consent of
the City.
INDEPENDENT CONSULTANT
CONSULTANT is an independent CONSULTANT and is not an employee of the CITY.
COOPERATION IN LITIGATION AND AUDITS
CONSULTANT shall fully and completely cooperate with the City, the City's insurer, the City's
attorneys,the City's Auditors or other representative of the City(collectively,the"City"for purposes of
this Article) in connection with (a) any internal or governmental investigation or administrative,
regulatory, arbitral or judicial proceeding (collectively "Litigation") or internal or governmental Audit,
with respect to matters relating to this Agreement; other than a third party proceeding in which
CONSULTANT is a named party and CONSULTANT and the City have not entered into a mutually
acceptable joint defense agreement.
Such cooperation may include,but shall not be limited to,responding to requests for documents and/or
other records, and making CONSULTANT's employees available to the City (or their respective
insurers, attorneys or auditors) upon reasonable notice for: (i) interviews, factual investigations, and
providing declarations or affidavits that provide truthful information in connection with any Litigation
or Audit; (ii) appearing at the request of the City to give testimony without requiring service of a
subpoena or other legal process; (iii) volunteering to the City all pertinent information related to any
Litigation or Audit; and (iv)providing information and legal representations to auditors in a form and
within a timeframe requested.
City shall reimburse CONSULTANT for reasonable direct expenses incurred in connection with
providing documents and records required under this paragraph and may require, at the City's sole
discretion,such expenses to be documented by receipts or other appropriate documentation. Reasonable
direct expenses include costs, such as copying, postage and similar costs; but do not include wages,
salaries, benefits and other employee compensation. CONSULTANT shall not be entitled to additional
compensation for employee services provided under this paragraph.
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.
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.
CONSULTANT may reasonably rely upon the accuracy,timeliness,and completeness of the information
provided by CITY.
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.
PAYMENT
A. The Agreement Sum. The CITY shall pay to the CONSULTANT for the performance of the
Agreement the not-to-exceed amount of$16,950.00 as outlined in the Consultant's Cost Proposal attached
hereto.
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.
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, its agents or assigns, its employees, or its
SUBCONSULTANTs related 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 C1'1'Y 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 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), which
may be to the proportionate extent caused by or result from the intentional or negligent acts of the CITY,
its agents or assigns, its employees, or its SUBCONSULTANTs related to the performance of this
Agreement or be caused or result from any violation of any law or administrative regulation,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.
It is the intention of the parties to this Agreement that each party shall be solely responsible for its own
actions and activities and the actions and activities of its own officers,employees and agents while acting
within the scope of their employment
INSURANCE
The CONSULTANT agrees to abide by the attached City of Oshkosh Insurance Requirements for Professional
Services.
WHOLE AGREEMENT/AMENDMENT
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.
NO THIRD-PARTY BENEFICIARIES
This AGREEMENT gives no rights or benefits to anyone other than CITY and CONSULTANT and has
no third-party beneficiaries.
AGREEMENT NOT TO BE CONSTRUED AGAINST ANY PARTY
This Agreement is the product of negotiation between the parties hereto and no term, covenant or
provision herein or the failure to include a term, covenant or provision shall be construed against any
party hereto solely on the basis that one party or the other drafted this Agreement or any term,covenant
or condition contained herein.
NO WAIVER
Failure of either party to insist upon the strict performance of terms and provisions of this agreement,or
any of them, shall not constitute or be construed as a waiver or relinquishment of that party's right to
thereafter enforce such term or provision,and that term of the provisions shall continue in full force and
effect.
NON-DISCRIMINATION
The Operator agrees not to discriminate in its operations under this Agreement on the basis of race,color,
creed, age, and gender, or as otherwise prohibited by law. A breach of this covenant may be regarded
as a material breach of this Agreement
SEVERABILITY
If any term, covenant, condition or provision of this agreement shall be invalid or enforceable, the
remainder of this agreement shall not be affected thereby the remainder of the agreement shall be valid
and enforceable to the fullest extent permitted by law.
CHOICE OF LAW AND VENUE
The laws of the State of Wisconsin shall govern the interpretation and construction of this Agreement.
Winnebago County shall be the venue for all disputes arising under this Agreement.
IN WITNESS WHEREOF, the City of Oshkosh, Wisconsin,has caused this contract to be sealed
with its corporate seal and to be subscribed to by its City Manager and City Clerk and countersigned by
the Comptroller of said City, and CONSULTANT hereunto set its hand and seal the day and year first
above written.
In the Presence of: CONSULTANT
N e of Compan /Firm ref RA tc itr
By: I.dicL.1f tr
LCeNtr
(Seal of CONSULTANT (Specify Title) ad2- \WL0-
if a Corporation.)
,t)pp,r;
CITY OF OSHKOSH
By:
ark A. Rohloff, City Manager
fitness)
-
And:
�Mitness) Pamela R. Ubrig, City Clerk
APPROVED: I hereby certify that the necessary
provisions have been made to pay
the liability which will accrue under
X•of,/-
this contract
omey
City Comptroller
FGM ARCHITECTS
Proposal for
Architectural Services
for
City of Oshkosh
Fire Department Training Facility Pre-Design Study
Oshkosh, Wisconsin
Submitted to:
City of Oshkosh
Mr. Mark Rohloff
City Manager
215 Church Avenue, Room 405
Oshkosh, Wisconsin 54903
By:
FGM ARCHITECTS INC.
219 North Milwaukee Street,Suite 325
Milwaukee, WI 53202
July 3, 2019
219 earth Milwaukee 2tr or
Wisconsin 53202
414.3.6.7282 PHONE
tgmarchitects.cam
FGM ARCHITECTS
1.0 SCOPE OF PROJECT
The City of Oshkosh would like an Architectural Firm, specializing in architectural
programming and design of municipal fire stations, to prepare a program, project
budget and project schedule for the new Fire Department Training Facility to be
located in the former National Guard Armory Building. The building and lot are
located at 221 N Sawyer St., Oshkosh, WI.
As part of the pre-design programming, the City will be provided a concept analysis
for the relocation of existing City departments' storage to an off-site location.
The goal of the project is to provide the City with an informational foundation which
will be used to move forward with the full design and construction of the new Fire
Department Training Facility.
The City of Oshkosh is hereinafter referred to as the Owner.
2.0 SCOPE OF ARCHITECT'S SERVICES
FGM Architects Inc., hereinafter referred to as FGM or Architect, shall provide the
following Consulting Services for the Project:
2.1 Pre-Design Study
FGM is to prepare a needs assessment report for the Police Department which will
include the following:
2.1.1 Provide programming, project budget, and project timeline/schedule.
2.1.2 Outside consultants are not included as part of this phase.
2.1.3 Project documentation and implementation (Design Development,
Construction Documents, Construction Administration) will be covered under
a future Project.
3.0 ARCHITECT'S COMPENSATION
The City of Oshkosh shall compensate FGM Architects for consulting services
rendered in connection with the Project under this Proposal as follows:
3.1 For all Consulting Services as described in Section 2.0 above,we propose the
following Lump Sum Fee including Reimbursable Expenses as defined within this
Proposal (Local travel (travel less than 100 miles), phone, fax, and printing of review
sets for design review shall not be charged as a Reimbursable Expense):
Fire Department Training Facility Pre-Design Study $16,950.00
3.2 For any Additional Services authorized in writing by the Owner beyond the scope of
this Proposal, FGM shall be compensated on the basis of the hourly rates described in
the attached Hourly Rate Schedule for the professional and technical employees
engaged on the Project plus Reimbursable Expenses.
FGM ARCHITECTS
3.3 The compensation above includes all reimbursable expenses.
3.4 Payments
3.4.1 Payments shall be made by the Owner to FGM upon receipt of FGM's invoice
in accordance with the State of Wisconsin Prompt Payment Statute.
3.4.2 Non-payment of invoices shall constitute grounds for discontinuing service.
4.0 Additional Requirements
4.1 It is assumed that the existing conditions plan will be the 8.5xl 1 plan provided by the
City will be used for the pre-design project.The architect will review field conditions
against this plan. A full field verification of the as-built conditions of the plan are not
included in this project,and will be addressed as part of a future Project
Authorization.
4.2 Architect will assist the City in coordination and review of soil boring /geotechnical
proposals for design considerations in the existing parking lot.This consultant would
be contracted direct with the City.
FGM ARCHITECTS
5.0 Form of Agreement
5.1 For this project, your signature on the bottom of this proposal will serve as our
contractual agreement. If this proposal is acceptable to you, please sign the bottom
of this letter,which will authorize FGM to proceed with the work.
We look forward to this opportunity to again be of service to the City of Oshkosh.
Sincerely,
FGM ARCHITECTS INC.
tf11.0.:12kr
Brian Wright, AIA, LEED AP Andrew M yo, AIA
Principal-in-Charge Project Manager
Proposal Accepted By:
City of Oshkosh Representative Title Date
FGM ARCHITECTS
HOURLY RATE SCHEDULE Effective November 1, 2018*
Where the fee arrangements are to be on an hourly basis, the rates shall be those that
prevail at the time services are rendered. Current rates are as follows:
Principal $250.00
Arch IV $195.00
Arch III 150.00
Arch II 120.00
Arch I 90.00
Intern 65.00
Interior Designer IV $185.00
Interior Designer III 145.00
Interior Designer II 120.00
Interior Designer I 85.00
Landscape Architect $160.00
Project Administrator III $1 10.00
Project Administrator II 85.00
Project Administrator I 75.00
*Rates are subject to adjustment each November 1st.
r
•
City
of
Oshkosh
July 10, 2019
Brian Wright,Principal, Principal-in-Charge&Project Manager
FGM Architects
219 North Milwaukee Street, Suite 325
Milwaukee,WI 53202
Dear Brian:
The City of Oshkosh is pleased to accept your proposal from FGM Architects for professional services to
conduct a training facility assessment for our Fire Department. Enclosed are the contracts for this project.
The contract is for a not-to-exceed amount of$16,950.00. I would ask you review the contract;sign both
copies where indicated and mail the hard copies back to me:
City of Oshkosh
Attn: Jon G.Urben, General Services
P.O.Box 1130
Oshkosh,WI 54903-1130
We require a certificate of insurance from your firm. Attached are our insurance requirements for
professional services agreements. Please send me an updated certificate meeting these requirements.
We are excited to begin this project. When you can,let's coordinate the specifics so I can begin scheduling
dates and times with Fire Chief Mike Stanley. Any other questions please let me know.
Sincerely,
Jon G.Urben, CPPO,FMP
General Services Manager
City of Oshkosh
jurben@ci.oshkosh.wi.us
(920) 236-5100
cc Mark Rohloff, City Manager
John Fitzpatrick,Assistant City Manager/Director of Administrative Services
Mike Stanley, Fire Chief
City Hall,215 Church Avenue P.O.Box 1130 Oshkosh,WI 54903-1130 http://www.ci.oshkosh.wi.us