Loading...
HomeMy WebLinkAboutSpecialty Engineering Group, LLC AGREEMENT THIS AGREEMENT, made on the 22.-lay of March 2011, by and between the CITY OF OSHKOSH, party of the first part, hereinafter referred to as CITY, and SPECIALTY ENGINEERING GROUP, LLC, 6214 Putnam Road, Madison, WI 53711, hereinafter referred to as the CONSULTANT, WITNESSETH: That the City and the Contractor /Consultant, for the consideration hereinafter named, enter into the following agreement. The Contractor /Consultant's proposal is attached hereto and reflects the agreement of the parties except where it conflicts with this agreement, in which case this agreement shall prevail. ARTICLE I. PROJECT MANAGER A. Assignment of Project Manager. The Consultant shall assign the following individual to manage the project described in this contract: Bruce Flater, SEG 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: David Vickman, Transit Coordinator ARTICLE III. SCOPE OF WORK The Consultant shall provide the services described in the Consultant's Proposal. The Consultant may provide additional products and/or services if such products /services are requested in writing by the Authorized Representative of the City. 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 1 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. COMPONENT PARTS OF THE CONTRACT This contract consists of the following component parts, all of which are as fully a part of this contract as if herein set out verbatim, or if not attached, as if hereto attached: 1. This Instrument 2. Consultant's Proposal In the event that any provision in any of the above component parts of this contract 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 VII. PAYMENT A. The Contract Sum. The City shall pay to the Consultant for the performance of the contract the total sum of $1,800.00, adjusted by any changes hereafter mutually agreed upon in writing by the parties hereto. B. Method of Payment. The Consultant shall submit itemized monthly statements 2 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 VIII. CONSULTANT TO HOLD CITY HARMLESS The Consultant covenants and agrees to protect and hold the City of Oshkosh harmless against all actions, claims and demands of any kind or character whatsoever which may in any way be caused by or result from the intentional or negligent acts of the Consultant, his agents or assigns, his employees or his subcontractors related however remotely to the performance of this Contract 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. ARTICLE IX. INSURANCE The Consultant agrees to abide by the attached City of Oshkosh Insurance Requirements. ARTICLE X. 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 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. 3 In the Presence of: CONSULTANT By. 6 e,"12 % ,-6_/ /ka vna r e (Seal of Consultant (Specify Title) if a Corporation.) By: (Specify Title) CITY OF OSHKOSH By: ��� 7o--/ e7 (7/ Mar A. Rohloff, City Manag -r (With ess) LL . AL- And: A! r♦� _ 41. kA4P (WitnIss) Pamela R. Ubrig, City Cler� APPROVED: I hereby certify that the necessary provisions have been made to pay the liability which will ICAlkA4v)--) accrue under this contract. City Atto /4-44PYCft dtroller p 4 Specialty Engineering Group LLC Fwd, En0e.ape 6 2 1 4 P u t n a m R o a d It s u l i i n, g M a d i s o n , W I 5 3 7 1 1 E r; a i ■ e e r t n Tel•608- 957 -2393 Fax•608- 273 -3025 March 18, 2011 Mr. David Vickman electronic only - no hard copy to follow City of Oshkosh - Transportation Division DVickman @ci.oshkosh.wi.us 926 Dempsey Trail Oshkosh, WI 54902 Re: Proposal for Construction Administration Services Roof System Replacement Project Oshkosh Transit Facility Oshkosh, Wisconsin Dear Mr. Vickman: Pursuant to your request, Specialty Engineering Group LLC, hereinafter referred to as SEG, is pleased to submit the following proposal to the City of Oshkosh - Transportation Division hereinafter referred to as Owner, for Construction Administration services of the proposed roof system replacement at the subject location. SEG proposes the following scope of services: CONSTRUCTION ADMINISTRATION • SEG will provide Construction Administration Services for the project commencing at the receipt of contractor proposals. Construction Administration Services will include: o Review of contractor's project submittals. o Recommendations regarding necessary changes to include in the contract. o Review of the contractor's application for payment. o Review of requested manufacturer warranties. • SEG will conduct an on -site Project Pre - Construction Meeting with the Contractor and Owner to review the project and Owner requirements and conditions. • A qualified representative of SEG will make periodic (min. 6 visits) Site Visits to observe the quality and progress of the work and will apprise the Owner of construction activities and issues that may arise. • SEG will prepare a Punch List of deficient or outstanding items at substantial completion. • SEG will assemble a project closeout package for the Owner. COMPENSATION Professional Fees Compensation for professional services, described above and pursuant to the attached SEG General Conditions (SEG -GC) shall be on a lump sum fee basis. • Construction Administration services will be provided for the lump sum fee of One Thousand Eight Hundred Dollars ($1,800.00). It will be invoiced upon project completion. Reimbursable Expenses Reimbursable expenses are in addition to fees for professional services and represent SEG's out - of- pocket expenses made in the interest of the project not included in the base fee per the attached General Conditions. Reimbursable expenses will be invoiced at cost; SEG anticipates no reimburseable expenses on this project. AUTHORIZATION If this proposal meets with your understanding of the project requirements and is agreeable to you, kindly indicate your acceptance by signing and returning it with along with a purchase order, if applicable) to SEG and keep one original for your file. Upon receipt of an executed proposal or purchase order, SEG will proceed with scheduling the work. Should you have any questions regarding this proposal, please do not hesitate to call. We appreciate this opportunity to serve you and look forward to working with you on this project. A C C EP T E D Yours truly, City of Oshkosh - Transportation Division Specialty Engineering Group, LLC Oshkosh, Wisconsin By: Title: John Hoenick Account Manager Date: cc: Mr. Bruce Flater Attachment: SEG General Conditions City of Oshkosh - Transportation Division March 18, 201 1 Specialty Engineering Group, LLC Page 2 of 2 Proposal #4423 GENERAL CONDITIONS TO THE CONTRACT 1. PARTIES AND SCOPE OF WORK: Specialty Engineering Group, LLC (herein after referred to as SEG) shall include said company, and its subcontractors performing the work. "Work" means the specific SEG services as set forth in the proposal. Unless otherwise stated in writing, the Client assumes sole responsibility for determining whether the quantity and the nature of the work ordered by the Client is adequate and sufficient for the Client's intended purpose. The authorization of the work by the Client shall constitute acceptance of the terms of the proposal and these General Conditions. 2. TESTING: Any necessary testing of existing or newly installed materials shall be done outside of the accepted proposal terms and the costs of these tests will be born by the Client. 3. SCHEDULING OF WORK: The services set forth in the proposal will be accomplished in a timely, workmanlike and professional manner by SEG personnel as per the prices quoted. 4. ACCESS TO SITE: Client will arrange and provide such access to the sites as is necessary for SEG to perform the work. 5. RESPONSIBILITY: SEG's work shall not include determining, supervising or implementing the means, methods, techniques, sequences or procedures of construction. SEG shall not be responsible for evaluating, reporting or affecting job conditions concerning health, safety or welfare. SEG's work or failure to perform same shall not In any way excuse any contractor, subcontractor or supplier from performance of its work in accordance with the contract documents. 6. SERVICES: SEG's services will be performed and documents prepared in accordance with its proposal, Client's acceptance thereof, these General Conditions, and with generally accepted principles and practices in performing its professional services. SEG will use that degree of care and skill ordinarily exercised under similar circumstances by members of its professions. Statements made in SEG's reports are opinions based upon professional judgment and are not to be construed as representations of fact. 7. PROVISIONS SEVERABLE: In the event any of the provisions of these general conditions should be found to be unenforceable it shall be stricken and the remaining provisions shall be enforceable. 8. SEG shall have no responsibility for the presence, discovery, removal or exposure of persons to hazardous materials of any kind, including asbestos or other toxic substances. GENERAL CONDITIONS Specialty Engineering Group LLC Client#: 15361 STRPARTNE ATE (MM /DD/YYYY) ACORDr. CERTIFICATE OF LIABILITY INSURANCE D 3/15/2011 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). PRODUCER CONTACT NAME: Euclid Insurance Services, Inc PHONE 630 694 -3700 FAX (A/C, No, Ext): (A/C, No): 234 Spring Lake Drive E-MAIL ADDRESS: Itasca, IL 60143 PRODUCER CUSTOMER ID #: 630 694 -3700 INSURER(S) AFFORDING COVERAGE NAIC # INSURED INSURER A: Valley Forge Insurance Company 20508 Specialty Engineering Group, LLC INSURER B: Continental Insurance Company 35289 350 W Ontario St Ste 200 INSURER C: Continental Casualty Company 20443 Chicago, IL 60654 INSURER D : American Casualty Co- Reading PA 20427 INSURERE: Argonaut Insurance Company 19801 INSURER F : COVERAGES CERTIFICATE NUMBER: 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. LTR R TYPE OF INSURANCE • NSR UBR POLICY NUMBER (MM1DD EFF MM!DD EXP LIMITS LTSR D A GENERAL LIABILITY Y Y 1075621326 08/17/2010 08/17/2011 EACH OCCURRENCE $1,000,000 DAMAGE TO RENTED X COMMERCIAL GENERAL LIABILITY ' PREMISES (Ea occurrence) $300,000 CLAIMS -MADE X OCCUR MED EXP (Any one person) $10,000 X Additional Insured - PERSONAL & ADV INJURY $1,000,000 Primary /Non - Contr. GENERAL AGGREGATE $2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP /OP AGG $2,000,000 7 POLICY X WI : LOC $ B AUTOMOBILE LIABILITY Y N 2091440753 08/17/2010 08/17/2011 COMBINED SINGLE LIMIT $ (Ea accident) 1,000,000 ANY AUTO BODILY INJURY (Per person) $ ALL OWNED AUTOS BODILY INJURY (Per accident) $ SCHEDULED AUTOS , PROPERTY DAMAGE X HIRED AUTOS (Per accident) $ X NON -OWNED AUTOS , $ $ C X UMBRELLA LIAB X OCCUR Y N 2078533539 08/17/2010 08/17/2011 EACH OCCURRENCE $5,000,000 EXCESS LIAB CLAIMS -MADE AGGREGATE $5,000,000 DEDUCTIBLE $ RETENTION $ $ D WORKERS COMPENSATION Y WC175621343 08/17/2010 08/17/2011 X TO STATU- OTH- AND EMPLOYERS' LIABILITY TORY I IMITS FR ANY PROPRIETOR/PARTNER/EXECUTIVE NIA E.L. EACH ACCIDENT $1,000,000 OFFICER/MEMBER EXCLUDED? (Mandatory in NH) E.L. DISEASE - EA EMPLOYEE $1,000,000 If yes, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT $1,000,000 E Architects /Engrs. IAE1107201 09/16/2010 09/16/2011' $2,000,000 each claim 1 Prof. Liability annual aggregate DESCRIPTION OF OPERATIONS 1 LOCATIONS / VEHICLES (Attach ACORD 101, Additional Remarks Schedule, if more space is required) Professional Liability is written on a 'claims made' policy form. (See Attached Descriptions) CERTIFICATE HOLDER CANCELLATION City of Oshkosh SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Attn: City Clerk ACCORDANCE WITH THE POLICY PROVISIONS. 215 Church Ave PO Box 1130 AUTHORIZED REPRESENTATIVE Oshkosh, WI 54903 -1130 3w, a. m 1988 -2009 ACORD CORPORATION. All rights reserved. ACORD 25 (2009/09) 1 of 2 The ACORD name and logo are registered marks of ACORD #S348752/M313331 LJC DESCRIPTIONS (Continued from Page 1) The following coverages apply provided that the named insured has agreed to provide these coverages because of a written contract or agreement: Blanket Additional Insured and Waiver of Subrogation coverage for General Liability via form SB- 146968 -A. Blanket Additional Insured coverage for Auto Liability via form CA 00 01 03 06. Blanket Additional Insured coverage for Umbrella Liability via form G- 15057 -C. Blanket Waiver of Subrogation coverage for Workers Compensation via form WC 00 03 13. Blanket Additional Insured coverage, on a primary and non - contributory basis, is provided to the City of Oshkosh, and it's officers, council members, agents, employees and authorized volunteers with respect to General Liability provided that the named insured has agreed to provide this coverage because of a written contract or agreement via the provisions of SB- 146968 -A. Additional Insured coverage is provided to the above named additional insureds on a primary basis with respect to Auto Liability via the provisions of ISO Business Auto Coverage form CA 00 01 03 06. AMS 25.3 (2009/09) 2 of 2 #S348752/M313331