Loading...
HomeMy WebLinkAbout29. 12-245 MAY 9, 2012 12-245 RESOLUTION (CARRIED___7-0____ LOST _______ LAID OVER _______ WITHDRAWN _______) PURPOSE: AWARD ENGINEERING AGREEMENT TO KUENY ARCHITECTS LLC FOR DESIGN / BIDDING / CONSTRUCTION MANAGEMENT SEVICES RELATED TO THE UPGRADE OF THE CENTRAL GARAGE ($604,000.00) INITIATED BY: DEPARTMENT OF PUBLIC WORKS WHEREAS, the Common Council through Resolution 12-215 at its April 24, 2012 meeting authorized City staff to proceed with plans to replace the existing City of Oshkosh Central Garage with a new facility in the same area, which is the south side of Witzel Avenue between Ohio Street and Idaho Street; WHEREAS, the City previously retained Kueny Architects to perform a comprehensive space analysis for the space necessary to consolidate and house existing operations and to allow for future growth / expansion; WHEREAS, given Kueny Architects’ skills and knowledge of this project they are in the best position to advance this project in a timely and efficient manner and therefore are the best candidate to perform the functions outlined in the attached Agreement; NOW, THEREFORE, BE IT RESOLVED by the Common Council of the City of Oshkosh that Kueny Architects be retained to continue working on and advancing the City’s Central Garage project as described in the attached Agreement, and that City staff is authorized to enter into a contract with Kueny Architects in a form substantially similar to the Agreement attached hereto. CITY HALL 215 Church Avenue P.O.Box 1130 Oshkosh,Wisconsin 54903-1130 City of Oshkosh . Of HKOIH MEMORANDUM DATE: May 4, 2012 TO: Honorable Mayor and Members of the Common Council FROM: David C. Patek, Director of Public Workscf) RE: Award of Engineering Services Agreement to Kueny Architects, LLC (Kueny) for Design/Bidding/Construction Management Services Related to Upgrade of the Central Garage BACKGROUND The Common Council has approved the Witzel Avenue location as the site for this project per Resolution 12-215. Kueny has created a conceptual design for this project and the next phase would be to create construction plans, advertise for bids, and complete the upgrade. ANALYSIS The next phase will include building layout, preparation of plans/specifications, obtain local/state permits, advertise for bids, construction management, final inspection, and warranty period inspections. We plan on obtaining initial input for this project from the Sustainability Advisory Board (SAB) in June. We will also update the SAB regarding sustainable features included in the project at their August meeting. FISCAL IMPACT Kueny has calculated an estimated project cost of$19.67 million for this project. This amount includes an allowance for environmental remediation in the amount of $3.5 million, as well as a project contingency of $2,566,144 or 15% (see attached). The project is anticipated to be completed over the 2012 to 2014 time frame. The 2012-2016 Capital Improvement Program (CIP) had proposed $3.0 million per year for the anticipated time frame for this project based on information developed in 1998. The design/construction management agreement with Kueny is estimated at $604,000. The CIP has $1.1 million of funding from previous borrowings which covers this expenditure. RECOMMENDATION I recommend approval of the agreement with Kueny Architects, LLC. Approved, Mark A. Rohloff City Manager Attachment H.\tracyt\Tracy's Files Streets-Sanitation-Central Garage\Field Operations Facility\Rohloff Memo to CC-Kueny Arch CA-Des&Const Mgmt 5-4-12.docx I1 ILO M 0 0 0 0 0 0 0 0 0 0 O CO 0 0 0 0 0 0 O O O O O O M .i n 0•0 0 0 0 0 •0 0 0 0 0 0 O • 1D t0 rl } i!1 N N O M p 0 0 0 0 M M CO N M VI a0 to l0 to O O u1 co a-1 O o 0 0 0 0 to' V1 O d� .� 01 al I. t0 M a0 Q .-1' U .--I 1� co IA d� O cT O O u 1 O to I, rl c t!1 �0 N 141 CO N 01 in O O O N r1 1/1 tD 01 CO 01 aJ i" V? i/1• i/4 CO I� t0 in .--4 t0 01 i/t iA iR 01 1� r 01 Q N N E y N W co 0 0 7 O O O O O O to N N a0 oo 01 co I� to to U1 4.0 a) iR 1/1 1.4 1.4 1/- i/? u L a C Y u fa Lil- o a! l0 O E Y N u W 0 N d Omi.' , o o cc> l0 0 M 0 t�11 e�-I N l00 a�-i 7 G ^ M 0 .-I-I .�-I N L YN .-! e'1 a-I C V IJ1 O O v 9E, 0 >■ O .0 1D N VI VI 0 t o :.a C `^ O C 47 O co U u O L IT) VI Ce C o �, 3 N 0. o t 7 O U aJ i0 a .Q •C c U 2 -0 a) O. o a1 z v Lo O CU c0 to m L N \ O U,1 N Q D D 0 O m `n c ) io m m v a) aJ CC CC �, O N (13 a1 CO v. U a+ a+ N >,. E o: C O a`i c O C a/ aa) u v aci U c N �O J.+ to fa C ±+ L C C C LL C C N C 'c _ 7 al C'A W 7 7 7 •a V a! a) a) a) co (a d Cl, 0 0 C C U LL U- LL tuil j u C .- C �N.I •V '6 LL L C a) NN-1 CMi a�-I II c� N c� Q 1a \ C C 7 0 0 0 0 0 1/1 O G > C 2 Vf J Q W W CO U 0.. N N N AGREEMENT THIS AGREEMENT, made on the day of , 2012, by and between the CITY OF OSHKOSH, party of the first part, hereinafter referred to as CITY, and KUENY ARCHITECTS, L.L.C., 10505 Corporate Drive, Suite 100, Pleasant Prairie, Wisconsin 53158, 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. The CONSULTANT's Proposal (Scope: Item 3 — Design Development Phase; Item 4 — Construction Documents Phase; Item 5 — Permits, Approvals, and Funding Administration; Item 6 — Bidding and Negotiation Phase; Item 7 — Construction Phase-Project Consultation Services; Item 8 — Project Close-Out; and Item 9 — Post Construction) and the City of Oshkosh's Request for Qualifications for Design/Planning Services for the Public Works Field Operations Facility are attached hereto and reflects the agreement of the parties except where they conflict 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 Agreement: Jon P. Wallenkamp —Associate 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: David C. Patek, P.E. — Director of Public Works 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. H:\tracyt\Tracy's Files\Streets-Sanitation-Central Garage\Field Operations Facility\Kueny Arch Des&Const Mgmt Sery Agreement 5-4-12.docx Page 1 of 4 ARTICLE IV. 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 V. 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 CITY's Request for Qualifications. 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 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. City of Oshkosh Request for Qualifications for Design/Planning Services for the Public Works Field Operations Facility 3. Consultant's Proposal 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. H:ltracyt\Tracy's Files\Streets-Sanitation-Central Garage\Field Operations Facility\Kueny Arch Des&Const Mgmt Sery Agreement_5-4-12.docx Page 2 of 4 ARTICLE VII. 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 $604,000 (Six Hundred Four Thousand Dollars). • Attached fee schedules 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. ARTICLE VIII. CONTRACTOR 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 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. ARTICLE IV. 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. H:ltracyt\Tracy's Files\Streets-Sanitation-Central GaragelField Operations Facility\Kueny Arch Des 8 Const Mgmt Sery Agreement_5-4-12.docx Page 3 of 4 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. In the Presence of: CONSULTANT By: (Seal of Consultant (Specify Title) if a Corporation.) By: (Specify Title) CITY OF OSHKOSH By: (Witness) Mark A. Rohloff, City Manager And: (Witness) Pamela R. Ubrig, City Clerk APPROVED: I hereby certify that the necessary provisions have been made to pay the liability which which will accrue under this Agreement. City Attorney City Comptroller H:Itracyt\Tracy's Files\Streets-Sanitation-Central GaragelFieid Operations Facility\KuenyArch Des&Const Mgmt Sery Agreement_5-4-12.docx Page 4 of 4