Loading...
HomeMy WebLinkAboutPROPOSAL- OFD 15 AE SEH 12-16-25 Engineers | Architects | Planners | Scientists Short Elliott Hendrickson Inc., 425 West Water Street, Suite 300, Appleton, WI 54911-6058 920.380.2800 | 888.413.4214 | 888.908.8166 fax | sehinc.com SEH is 100% employee-owned | Affirmative Action–Equal Opportunity Employer December 4, 2025 RE: Fire Station #15 - Schematic Design Options Mr. Michael Blank City of Oshkosh Oshkosh, WI 54903 Dear Michael: Short Elliott Hendrickson Inc. (SEH®) appreciates the opportunity to submit this proposal to The City of Oshkosh (Client) for professional architectural and engineering services as required for the proposed renovations to Fire Station #15 in Oshkosh, WI (Project). Below, you will find our understanding of the project, an outline of the scope of services we propose, and an explanation of the basis of compensation. PROJECT TEAM: Short Elliott Hendrickson Inc. (SEH®) shall be working as a consultant to The City of Oshkosh (Client), and all correspondence and billing shall be sent to The City of Oshkosh directly. SEH® and its consultants will communicate directly with, and answer directly to The City of Oshkosh. 1. SEH® Principle In Charge is: Trevor Frank, AIA, NCARB, LEED AP, PMP 2. SEH® Project Manager is: Mark Zvitkovits, AIA, LEED GA PROJECT UNDERSTANDING: This proposal is based on program requirements outlined in the Capital Improvement Program (CIP) for 2026. It was determined that these needs were determined by previous administration, however, the direction is to proceed forward with the same goals as outlined in previous correspondence dating back to April, 2025. This proposal is for Schematic Design services including a preliminary cost estimate & construction phasing plan. Based on conceptual designs that will be embellished from the previous study and test fit, this project will include the following: 1. Upgrades and alterations to Fire Station to include: a. Complete demolition and renovation of the sleeping quarters b. Complete demolition and removal of existing men’s & women’s locker rooms c. Construction of (12) single use sleeping spaces d. Construction of new Wellness Room for nursing mothers e. Renovation of the existing Day Room (Lounge) f. Construction of (5) Handicap Accessible Gender-Neutral Toilet/Shower Rooms g. Reconfiguration/construction of a Janitors Room and Linen and Supply Rooms h. Reconfiguration/construction to the HVAC system to feed the individual sleeping rooms i. Installation of windows in new bunk rooms j. Further Discussions with the AHJ (E Plan Review and City of Oshkosh regarding the need for an elevator addition) Docusign Envelope ID: 2ADEF7A9-9E66-4D03-82A0-F763AC9AEE38 Mr. Michael Blank City of Oshkosh Page 2 Engineers | Architects | Planners | Scientists Short Elliott Hendrickson Inc., 425 West Water Street, Suite 300, Appleton, WI 54911-6058 920.380.2800 | 888.413.4214 | 888.908.8166 fax | sehinc.com SEH is 100% employee-owned | Affirmative Action–Equal Opportunity Employer k. Floor plan layout with added elevator shaft on exterior of building if determined a requirement by the AHJ or OFD and City staff. l. Estimates of probable cost with inflation escalators for work completed beyond 2026. m. Any potential impacts to the first level of the station to accommodate changes on the upper levels. n. A staging and phasing plan for browning out the station during renovation. Tasks: 1. Develop Schematic Design drawings and coordinate with project team. 2. Perform Code analysis/review and coordination. 3. Develop a construction Phasing Plan. 4. Develop a Schematic Design Level Cost Estimate. Professional Services Included:  Architectural / Project Management (SEH) 1. Architectural Scope: a. Schematic Design – coordinate with City personnel to define the scope as it aligns with the schedule & budget. Develop Schematic Design level drawings/sketches defining spatial requirements ensuring compliance with code standards as well as owner’s preference for potential layouts  Schematic Level Floor plans  Schematic Interior Elevations  Schematic Exterior Elevations  Preliminary Cost Estimate (Price per square foot) PRELIMINARY SCHEDULE: Assuming no changes in scope and timely responses from the owner, we anticipate a time frame as outlined below; Scope of Services this contract  Project Kick off: …………………………………………………………….Within 2 weeks of Contract  Complete Schematic Design:……….………………………………………………………March, 2026 Future anticipated schedule should the City decide to proceed with the services described in the schedule below;  Complete Design Development…………………………………………………………….…July, 2026  Complete Construction Documents:……..……………………………………………November, 2026  Bidding Negotiations:….…………………………………………………………………..January, 2027  Construction Commencement:..……………………………………………………………March, 2027  Construction Completion:..……………………………………………………………….January, 2028 Upon approval of this proposal, and signed contract to follow, SEH will begin work immediately on this project and will work with client to have this phase of work completed in a timely manner based on the schedule above. CLIENT’S RESPONSIBILITY: The client agrees to meet with SEH to review proposed plans and provide feedback on design and to make timely decisions to keep the design process on schedule. Docusign Envelope ID: 2ADEF7A9-9E66-4D03-82A0-F763AC9AEE38 Mr. Michael Blank City of Oshkosh Page 3 Engineers | Architects | Planners | Scientists Short Elliott Hendrickson Inc., 425 West Water Street, Suite 300, Appleton, WI 54911-6058 920.380.2800 | 888.413.4214 | 888.908.8166 fax | sehinc.com SEH is 100% employee-owned | Affirmative Action–Equal Opportunity Employer ASSUMPTIONS / NOT INCLUDED: 1. SEH assumes no Civil Engineering will be required for this exercise. 2. No specific sustainable features (Geothermal, Photo PV, Water reclamation) are required aside from current standard applications. 3. No 3-dimensional rendering to show intent of the renovation. 4. No geotechnical exploration is required. 5. No survey services are required. Existing finished floor elevation will be matched for the renovation. 6. No interior design services are required for finish selection or FFE procurement/coordination 7. No Environmental Engineering Design (i.e. asbestos abatement) 8. Construction Document Phase Services are not part of this proposal. 9. Bidding and Negotiation Phase services are not part of this proposal. 10. Construction administration services are not part of this proposal. 11. Any work not specifically mentioned in the above Scope of Work. PROPOSED FEE Our base fee for these services shall be on a Lump Sum Basis. Monthly invoices will be based upon work completed in the calendar month prior to the invoice date for a fee of $17,875.00 This fee includes reimbursable expenses such as mileage, printing cost, etc. We estimate reimbursable expenses to be approximately $175.00. ADDITIIONAL SERVICES If 3-Dimensional Renderings are necessary, those services will be considered additional services and completed upon approval and notification by the City of Oshkosh. Fees for these added services will be billed as a lump sum fee of $3,500.00. Please let me know if this proposal meets your approval, after which our standard contract will be forwarded to you for your signature. If you have any questions or concerns regarding this proposal, please contact me at 920.585.4320. We look forward to working with the City of Oshkosh on this long-anticipated project. Sincerely, Trevor M. Frank, NCARB, AIA, PMP, LEED AP Sr. Architect / Project Manager (Lic. WI, AZ, GA, IA, IL, IN, MI, MN, NC, ND, OH, SD, VA) Docusign Envelope ID: 2ADEF7A9-9E66-4D03-82A0-F763AC9AEE38