Loading...
HomeMy WebLinkAboutHGM Architecture, Inc 10/19/2012 AGREEMENT THIS AGREEMENT, made on the 19th day of October, 2012, by and between the CITY OF OSHKOSH, party of the first part, hereinafter referred to as CITY, and HGM Architecture Inc., 805 N. Main Street, P.O. Box 0976, Oshkosh, WI 54903-0976, 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 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: (Ronald D. Hansche, AIA, HGM Architecture, Inc.) 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: (Ray Maurer —Parks Director) ARTICLE III. SCOPE OF WORK The Consultant shall provide the architectural and engineering services described in the Consultant's "Design and Construction Administration Services Abe Rochlin Park and Lake Fly Café Restroom Renovations" proposal dated 9/24/2012. If anything in the Consultant's proposal conflicts with this agreement, the provisions in this agreement shall govern. 1 The Consultant may provide additional products and/or services if such products/services are requested in writing by the Authorized Representative of the City. ARTICLE IV. CITY RESPONSIBLITIES 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 commence immediately and work will be completed no later than March 29, 2013 unless both parties agree to extend the completion date in writing. ARTICLE III. PAYMENT A. The Contract Sum. The City shall pay to the Consultant for the performance of the contract the sum of $7,215, adjusted by any changes hereafter mutually agreed upon in writing by the parties hereto. 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 any additional services are to 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 IV. 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 2 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 V. INSURANCE The Consultant shall provide insurance for this project that includes the City of Oshkosh as an additional insured. The specific coverage required for this project is identified in the City's RFP for this project entitled "Request for Proposals- Architectural Design and Bid Specification Services Abe Rochlin Park Restrooms and Lake Fly Café Restrooms Renovations." ARTICLE VI. 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. In the Presence of: CONSUL TAN7 1 By: ) iii (Seal of Consultant (Specify Title) if a Corporation.) By: (Specify Title) 3 CITY OF OSHKOSH f � , By:�fil It C�-�'� Mark A46.-__Aceof off, City Manager ( itn s) ' tilk ! r (Wi— ' �'/u And: ��� _AIL 0 talitilik u.II tness) Pamela R. Ubrig, City Clerk APPROVED: I hereby certify that the necess- ary provisions have been made to �i�= pay the liability which will accrue ,��, Belk. under this contract. Cit A� , e Y Y •/ Financ Die or 4 Request for Proposals Renovation Design and Bid Specification Services for Abe Rochlin Restrooms and Lake Fly Café Restrooms REQUEST FOR PROPOSALS ARCHITECTURAL DESIGN AND BID SPECIFICATION SERVICES ABE ROCHLIN PARK RESTROOMS AND LAKE FLY CAFÉ RESTROOMS RENOVATIONS I. Introduction The City of Oshkosh, Wisconsin hereby solicits proposals for interior renovation design and bid specification professional services for the restroom buildings in Abe Rochlin Park, 1300 N. Sawyer Street, and Lake Fly Café, 520 Siewert Trail, in Menominee Park. It is the responsibility of the Proposer to carefully read the entire Request for Proposals (hereinafter referred to as the RFP) which contains all provisions applicable to successful completion and submission of a proposal. All proposals, sealed and marked "PROPOSAL FOR ARCHITECTURAL DESIGN AND BID SPECIFICATION SERVICES / ABE ROCHLIN PARK RESTROOMS AND LAKE FLY CAFÉ RESTROOMS RENOVATIONS", must be received by City of Oshkosh, City Clerk's Office, 215 Church Avenue, PO Box 1130, Oshkosh WI 54901 by 2:00 PM on Monday, September 24, 2012. Any proposal received after this time will not be considered. To be complete, each submission shall include three (3) sealed copies of a technical proposal, and one (1) sealed cost proposal. The City will not be liable for any costs incurred by the proposer in responding to this RFP or participating in the RFP process. Such costs are the sole responsibility of the proposer. Please read the attached Notice to Vendors for additional information on this RFP submittal. II. Background and Purpose The Oshkosh Common Council approved $80,000 each (total of$160,000) for these projects (to include all design, bid specifications and construction work) as a part of the City's 2012 Capital Improvement Program. The purpose of this request for proposals is to attract and hire a consulting firm to provide interior renovation design and bid specification services for the renovation of these buildings. The interior renovation design-related services shall include: interior building design (including construction cost estimates), preparation of construction drawings and specifications (including State of Wisconsin prevailing wage rate determination), administering the construction bidding process, and providing a recommendation on selection of a Contractor for construction. City of Oshkosh Parks Department January 17,2012—Page 1 Request for Proposals Renovation Design and Bid Specification Services for Abe Rochlin Restrooms and Lake Fly Café Restrooms Proposal and Project Schedule The following tentative time frame is presented to help the consultant determine the level of effort required to carry out this proposal. Milestone Date Request for Proposals issued August 31, 2012 Deadline to Receive Questions from Proposers September 14, 2012 Posting of Answers to Proposers' Questions September 17, 2012 P4:7°""61,' ,.a• i® D ®te n �'}$`:'. e,?€'',,,,+`i u em Consultant Selection September 28, 2012 Initial Interior Design Plan October 12, 2012 Final Design/Completion of Bid Documents October 26, 2012 Bid Opening November 14, 2012 Award of Construction Contract/Council Mtg. November 27, 2012 Building interior demolition(by City staff) October 22, 2012 Construction begins December 3, 2012 Construction ends March 1, 2013 III. Scope of Services The proposer shall address these elements in developing its proposed scope of work. Tasks Renovation Design The consultant shall design the interior of the building based on input from City staff. The consultant shall work with the City through the design process to ensure that City design, planning and code compliance are adequately incorporated. Based on the City's preliminary review, the consultant shall consider the following (at a minimum) in preparing its design: • ADA, state and local code compliance • Upgrade of plumbing, electrical and HVAC systems • Upgrade windows and doors • Upgrade bathroom fixtures, light fixtures and toilet partitions • Upgrade/improve flooring • Working with Wisconsin Public Service and the City's Electrical Division to accommodate building needs for electrical service City of Oshkosh Parks Department January 17,2012—Page 2 Request for Proposals Renovation Design and Bid Specification Services for Abe Rochlin Restrooms and Lake Fly Café Restrooms The consultant will be expected to provide up to three designs: an initial design plan; a draft design; and a final design. Preparation of Bid Documents Upon review and acceptance of the design by,the City, the consultant shall prepare bid documents for contractors to construct the project. Meeting Attendance The consultant shall work with the City to communicate with City Departments regarding the progress of the renovation project. This will include a minimum of five (5) meetings. The consultant shall support City efforts to mitigate the impacts of construction. Deliverables During the course of the project, the consultant shall provide the City with the following deliverables: • Up to ten(10)print plan sets to facilitate review of the draft design and initial design plan • Up to ten(10) final design plan sets • 1 digital copy of the final design plan set in its original software format • 1 high resolution PDF copy of the final design plan set for reproduction purposes • 1 high resolution PDF copy of the record drawings. IV. Elements of Proposal 1. Statement of Qualifications (firm's history, expertise) Applying consultants must have experience with building construction and renovation. Include a description of your firm identifying your size, location, staffing level, longevity, etc. 2. Name and background of the individual(s)who would be assigned to the project Identify specific personnel that will be assigned to the project and the number of hours each will spend on the project. The list shall be organized to show personnel and time commitments in relation to the activities outlined in the scope of services. Please provide resumes for all staff and identify the individual(s) that will serve as the main contact for assignments. City of Oshkosh Parks Department January 17,2012—Page 3 Request for Proposals Renovation Design and Bid Specification Services for Abe Rochlin Restrooms and Lake Fly Café Restrooms 3. References Please provide the City of Oshkosh with three (3) references where similar projects have been completed in the last three (3)years. 4. Scope of Services/Objectives Describe how services will be provided. Include a detailed listing and description of proposed tasks and deliverables with cost assigned to each task and deliverable, broken down by staff time and duties. Provide a summary of the proposed approach to the project as well as a detailed description of the proposed methodologies to be used to provide the requested services and deliverables. 5. Cost of Services Indicate proposed cost of services including how the costs were determined based on rates, direct costs and a list of charges per classification of employee. Proposed cost of services shall include a detailed budget categorizing expenses by type of service relevant to the scope of the work. Please also provide an estimated fee and billing rate schedule including: fee estimate for the project based on the understanding of the project and services itemized according to project phases and types of service, hourly rate schedule for all assigned personnel, and reimbursable expenses estimate. Provide a "cost not to exceed"figure for the project. VII. SUBMISSION OF PROPOSALS 1. Deadline: Proposals shall be delivered to the City Clerk's Office of City Hall on or before September 24, 2012, 2:00 p.m. CST. The City will not be liable for any costs incurred by the proposer in responding to this RFP or participating in the RFP process. Proposers are encouraged to read the attached "Notice to Vendors" document for additional information on this RFP submittal. 2. Submission of Proposal: An original and three (3) copies of the required qualifications and technical information for the first step must be submitted in sealed envelopes along with a separate sealed envelope (1) containing pricing and addenda acknowledgement (if any) for step two. Proposals must be on standard 8 %2" X 11" paper. All supporting documents must be on paper no larger than 11" X 17". Envelopes are to bear the following information: Addressee: City Manager c/o City Clerk's Office City Hall 215 Church Avenue P.O. Box 1130 City of Oshkosh Parks Department January 17,2012—Page 4 Request for Proposals Renovation Design and Bid Specification Services for Abe Rochlin Restrooms and Lake Fly Café Restrooms Oshkosh, WI 54903-1130 The following notation must appear in the lower left hand corner of each sealed envelope: Envelope One —Qualifications and Technical Informational RFP—Architectural and Bid Specification Services Abe Rochlin Park Restrooms and Lake Fly Café Restrooms Renovations Attn: Ray Maurer, Parks Director Qualifications and Information Envelope Two—Pricing Forms RFP—Architectural and Bid Specification Services Abe Rochlin Park Restrooms and Lake Fly Café Restrooms Renovations Attn: Ray Maurer, Parks Director Pricing Forms Completion and submission of contract forms will constitute an offer by the firm. Execution of the offer by the appropriate City officials will constitute acceptance of the offer by the City. Envelopes containing proposals and related materials received after the September 24, 2012 deadline will not be opened. It is neither the City's responsibility nor practice to acknowledge receipt of any proposal. It is the responder's responsibility to ensure that a proposal is received in a timely manner. City staff will evaluate proposals within two (2) weeks after the scheduled proposal deadline. VIII. EVALUATION PROCEDURE & SELECTION OF FIRM 1. A two-step selection process will be used. The first step will consist of evaluation of qualifications and technical information submitted by the vendor. Interviews may be scheduled with those firms. The second step will consist of opening of the priced proposals from the short-listed firms. 2. The City will select the most qualified firm and will execute a contract with the selected firm. If the City and the selected firm are unable to reach an agreement on the City of Oshkosh Parks Department January 17,2012—Page 5 Request for Proposals Renovation Design and Bid Specification Services for Abe Rochlin Restrooms and Lake Fly Café Restrooms scope of services and/or compensation, the City will terminate discussions and begin negotiations with the second-ranked firm. The City reserves the right to reject any or all proposals. IX. AMENDMENTS,ADDENDA OR QUESTIONS The City of Oshkosh reserves the right to modify or issue amendments to this RFP. If questions result in the modification of this RFP, the written modifications will be distributed to known proposers, or anyone who has indicated an interest in writing a proposal. Questions about this RFP should be directed to: Ray Maurer, Parks Director, Oshkosh Parks Department, City of Oshkosh, 805 Witzel Avenue, Oshkosh, WI 54903, phone: 920-236-5080. All requests for technical interpretations or corrections of this RFP must be received by September 14, 2012. Proposers interested in receiving proposal addenda shall provide an email address to the Parks Director by no later than September 17, 2012. X. INSURANCE REQUIREMENTS Consultants must provide proof of insurance coverage per attached City of Oshkosh Insurance Requirements as part of the RFP submittal. XI. WITHDRAWAL OF PROPOSALS Proposals may be withdrawn by the proposer provided a written request is in the hands of the City Clerk before the proposal opening date and time has passed. Any proposal withdrawn will be returned, unopened, to the proposer after the opening process has been completed. XII. TERM OF CONTRACT The initial term of the contract shall be for the term agreed upon by the parties. Please identify your anticipated time frame for this project. The City anticipates the project to be completed by March 1, 2013. City of Oshkosh Parks Department January 17,2012—Page 6 12/21/11 CITY OF OSHKOSH INSURANCE REQUIREMENTS III. PROFESSIONAL SERVICES LIABILITY INSURANCE REQUIREMENTS The Contractor shall not commence work on contract until proof of insurance required has been provided to the applicable City department before the contract or purchase order is considered for approval by the City. It is hereby agreed and understood that the insurance required by the City of Oshkosh is primary coverage and that any insurance or self insurance maintained by the City of Oshkosh, its officers, council members, agents, employees or authorized volunteers will not contribute to a loss. All insurance shall be in full force prior to commencing work and remain in force until the entire job is completed and the length of time that is specified, if any, in the contract or listed below whichever is longer. 1. PROFESSIONAL LIABILITY A. Limits (1) $1,000,000 each claim (2) $1,000,000 annual aggregate B. Must continue coverage for 2 years after final acceptance for service/job 2. GENERAL LIABILITY COVERAGE A. Commercial General Liability (1) $1,000,000 each occurrence limit (2) $1,000,000 personal liability and advertising injury (3) $2,000,000 general aggregate (4) $2,000,000 products—completed operations aggregate B. Claims made form of coverage is not acceptable. C. Insurance must include: (1) Premises and Operations Liability (2) Contractual Liability (3) Personal Injury (4) Explosion, collapse and underground coverage (5) Products/Completed Operations must be carried for 2 years after acceptance of completed work (6) The general aggregate must apply separately to this proiect/location 3. BUSINESS AUTOMOBILE COVERAGE A. $1,000,000 combined single limit for Bodily Injury and Property Damage each accident B. Must cover liability for Symbol#1 -"Any Auto"—including Owned, Non-Owned and Hired Automobile Liability. • III - 1 12/21/11 4. WORKERS COMPENSATION AND EMPLOYERS LIABILITY—"If" required by Wisconsin State Statute or any Workers Compensation Statutes of a different state. A. Must carry coverage for Statutory Workers Compensation and an Employers Liability limit of: (1) $100,000 Each Accident (2) $500,000 Disease Policy Limit (3) $100,000 Disease— Each Employee 5. UMBRELLA LIABILITY - If exposure exists, provide coverage at least as broad as the underlying Commercial General Liability, Watercraft Liability (if required), Automobile Liability and Employers Liability, with a minimum limit of$2,000,000 each occurrence and $2,000,000 aggregate, and a maximum self-insured retention of$10,000. 6. ADDITIONAL PROVISIONS A. Acceptability of Insurers - Insurance is to be placed with insurers who have an A.M. Best rating of no less than A- and a Financial Size Category of no less than Class VI, and who are authorized as an admitted insurance company in the state of Wisconsin. B. Additional Insured Requirements — The following must be named as additional insureds on the General Liability and Business Automobile Liability coverage arising out of project work...City of Oshkosh, and its officers, council members, agents, employees and authorized volunteers. On the Commercial General Liability Policy, the additional insured coverage must include Products — Completed Operations equivalent to ISO form CG 20 37 for a minimum of 2 years after acceptance of the work. This does not apply to Professional Liability, Workers Compensation and Employers Liability. C. Certificates of Insurance acceptable to the City of Oshkosh shall be submitted prior to commencement of the work to the applicable City department. These certificates shall contain a provision that coverage afforded under the policies will not be canceled or non renewed until at least 30 days'prior written notice has been given to the City Clerk —City of Oshkosh. III - 2 ''L`°"° CERTIFICATE OF LIABILITY INSURANCE DATE(MMDDIYYY) 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 Insurance Agency contact NAME: Information,Including sheet PHONE [ insurance Agent's AX address and PO Box M (A/C.No.Ext): contact Information. kAJC.No): applicable. E-MAIL ADDRESS: INSURER(S)AFFORDING COVERAGE NAIC* INSURER A: ABC Insurance Company NAIC# INSURED Insureds contact information, Including name,address and INSURER B: XYZ Insurance Company NAIC# phone number. INSURER c: LMN Insurance Company NAIC# INSURER D: I huureri's)must have a minimum A.M.Best rating ofA- and a Financial Performance Rating of W orbeller. I INSURER E: 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 AMY 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. INSR ADDL SUBR POLICY EFF i POLICY EXP LTR TYPE OF INSURANCE INSR WVD, POLICY NUMBER (MM/DD/YYY) i (MMIDDIYYY) LIMITS GENERAL LIABILITY • EACH OCCURRENCE $1,000,000 • • General Liability Policy Number Policy effective and expiration date. DAMAGE TO RENTED •COMMERCIAL GENERAL LIABILITY ® 1:1 'Policy I PREMISES(Ea occurrence) $50,000 ® A ❑CLAIMS MADE OCCUR MED EXP(Any one person) $5,000 IN ISO FORM CG 20 37 OR EQUIVALENT - PERSONAL&ADV INJURY $1,000,000 O GENERAL AGGREGATE $2,000,000 • GEN'L AGGREGATE LIMIT APPLIES PER PRODUCTS-COMP/OP AGG $2,000,000 • ❑POLICY ®`JPERCOT-❑LOC $ •• AUTOMOBILE LIABILITY • COMBINED SINGLE LIMIT • • ,(Ea accident) $1,000,000 ®ANY AUTO ® ❑ Auto Liability Policy Number J 'Policy effective end expiration date.' BODILY INJURY(Per person) $ B 0 ALL OWNED SCHEDULED L_I AUTOS AUTOS BODILY INJURY(Per accident) $ _ • ❑HIRED AUTOS NON-OWNED PROPERTY DAMAGE AUTOS (Per accident) $ • I=1 $• ®UMBRELLA LIAB OCCUR ® ❑ EACH OCCURRENCE $2,000,000 A ❑EXCESS LIAB ❑ CLAIMS-MADE 'Umbrella Liability Policy Number' Policy effective and expiration date. AGGREGATE - $2,000,000 ❑DED ®:RETENTION S$10,000 $ C AND EM III LO ER;LIABI RY ❑ ❑ ® WC OTH- TORY LIMITS ER ANY PROPRIETOR/PARTNER/EXECUTIVE • OFFICE/MEMBER EXCLUDED? YIN workers E.L.EACH ACCIDENT $100,000 (Mandatory In NH) N umber Compensation Policy Ply effective and expiration date. If yes,describe under Number E.L.DISEASE-EA EMPLOYEE $100,000 DESCRIPTION OF OPERATIONS below • E.L.DISEASE-POLICY LIMIT $500,000 A PROFESSIONAL LIABILITY ® El • $1,000,000 EACH CLAIM Professional LiabdityPolicy 'Policy effective and expiration date.' $1,000,000 ANNUAL AGGREGATE Number DESCRIPTION OF OPERATIONS!LOCATIONS/VEHICLES(Attach ACORD 101,Additional Remarks Schedule,If more space Is required) Additional Insureds on the Commercial General Liability and Automobile Liability arising out of project work shall be City of Oshkosh,and its officers,council members,agents,employees and authorized volunteers. Certificates of Insurance acceptable to the City of Oshkosh shall be submitted prior to commencement of the work to the applicable City department. These certificates shall contain a provision that coverage afforded under the policies will not be canceled or non renewed until at least 30 days'prior written notice has been given to the City Clerk—City of Oshkosh. CERTIFICATE HOLDER CANCELLATION City of Oshkosh,Attn:City Clerk Insurance Standard III SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE 215 Church Avenue SAMPLE CERTIFICATE CCORDAN E WITH HE P LILY PROMS ONS.L BE DELIVERED IN PO Box 1130 Please indicate somewhere on this Oshkosh,WI 54903-1130 certificate,the contract or project# AUTHORIZED REPRESENTATIVE this certificate is for. ©1988-2010 ACORD CORPORATION. All rights reserved. ACORD 25(2010105) The ACORD name and logo are registered marks of ACORD Ac R® CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DD/YYYY) l._../ 10/11/2012 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: Wilds A&E Group Willis of Illinois PHONE FAX 233 South Wacker Dr. IA/C.No.Extl: (A/C,No): E-MAIL Suite 2000 ADDRESS: Chicago IL 60606 INSURER(S)AFFORDING COVERAGE NAIC N INSURER A:Hudson Insurance Company 25054 INSURED INSURER B:Hanover Insurance HGM Architecture, Inc. INSURER C: Mr. Ronald D. Hansche,AIA INSURER D: 805 North Main Street Oshkosh WI 54902 INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER:2052865279 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. ILTRR TYPE OF INSURANCE NSR yy p POLICY NUMBER POLICY EFF POLICY EXP LIMITS (M MIDD/YWY) (MM/DDIYYYY) B GENERAL LIABILITY Y OBC9708857 10/9/2012 10/9/2013 EACH OCCURRENCE $1,000,000 X COMMERCIAL GENERAL LIABILITY PRSl RENTED PREMISES(TO occurrence) $300,000 CLAIMS-MADE X OCCUR MED EXP(Any one person) $5,000 PERSONAL&ADV INJURY $1,000,000 GENERAL AGGREGATE $2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OP AGG $2,000,000 7 POLICY X jT LOC i $ B AUTOMOBILE LIABILITY Y OBC9708857 10/9/2012 10/9/2013 COMBINED SINGLE LIMIT (Ea accdent) $1,000,000 ANY AUTO BODILY INJURY(Per person) $ ALL OWNED SCHEDULED BODILY INJURY(Per accident) $ AUTOS _ AUTOS X X NON-OWNED PROPERTY DAMAGE $ HIRED AUTOS AUTOS (Per accident) - _ $ B X UMBRELLA UAB X OCCUR Y OBC9708857 10/9/2012 10/9/2013 EACH OCCURRENCE $2,000,000 EXCESS LIAB CLAIMS-MADE AGGREGATE _ $2,000,000 DED RETENTION$ $ B WORKERS COMPENSATION WHC9252349 9/1/2012 9/1/2013 X WC STATU- OTH- AND EMPLOYERS'LIABIUTY Y/N TORY UMITS ER ANY PROPRIETOR/PARTNER/EXECUTIVE E.L.EACH ACCIDENT $1,000,000 OFFICER/MEMBER EXCLUDED? N/A . (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 A Professional Liability AEE7102907 11/26/2011 11/26/2012 $1,000,000 per daim $1,000,000 aggregate DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES(Attach ACORD 101,Additional Remarks Schedule,if more space is required) Additional Insured-General&Auto Liability arising out of project work:City of OshKosh, and its officers,council members,agents, employees and authorized volunteers. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN City of Oshkosh ACCORDANCE WITH THE POLICY PROVISIONS. Attn:City Clerk 215 Church Ave; PO Box 1130 AUTHORIZED REPRESENTATIVE Osh Kosh WI 54903-1103 ,1' ©1988-2010 ACORD CORPORATION. All rights reserved. ACORD 25(2010/05) The ACORD name and logo are registered marks of ACORD Best's Credit Rating Center- Company Information for Hudson Insurance Company Page 1 of 2 Ratings. & Criteria Center Regional Centers:Asia-Pacific i Canada I Europe,Middle East and Africa Home i About Us I Contact Us I Sitemap For ratings and product access Loain I Sion-up a ii`ari•$�azo I=au��. ., <�."�1�`tiz.4hr�" ,-q°;a Ratings&Criteria a Hudson Insurance Company Print this pane () Home »Methodology A.M.Best/:003061 NAIC 0:25054 FEIN/:135150451 »Best's Credit Ratings+ Address:17 State Street 29th Floor Assigned to Mnew,nr, Finandal Strength Rating »Issuer Credit Rating New York,StNY ates 10004 companies »Debt Rating United States tai have,in t A »Advanced Search Web:www.hudsoninsgroup.com opinion, About Best s Credit Ratings+ Phone:212-978-2800 an excellent ability to meet their »Get a Credit Rating+ Fax:212-344-2973 ongoing insurance obligations. a Best's Special Reports Based on A.M.Best's analysis,058364-Fairfax Financial Holdings Limited is the AMB a Add Best's Credit Ratings Search Ultimate Parent and identifies the topmost entity of the corporate structure.View a list To Your Site of operating insurance entities in this structure. a Be stMark for Secure-Rated Insurers Best s Credit Ratings »Contact an Analyst .... _._.. ... ....... ._....._ _. ..._.._ ._._ ......__ .._ ...._ ... ... a Awards and Recognitions View all of the companies assigned this rating as a part of Best's Credit Rating Analyst an AMB Rating Unit. News&Analysis ti .. ....._ ._... .___.... ....___. - Office:A.M.Best Company Financial Strength Rating View Definition Senior Financial Analyst:Gale Guerra Products&Services Rating: A(Excellent) Assistant Vice President:Peter Dickey Industry Information v Financial Size Category: XV(32 Billion or greater) I • Corporate a Outlook: Stable Regulatory Affairs a Action: Affirmed Support&Resources a Effective Date: April 04,2012 a Denotes Urger Reyew Dears Retires Conferences and Events a .Issuer Credit Rating View Deflnition _ { YLong-Term: a Find a Best's Credit Rating Outlook: Stable Enter a Company Name ir�� ? Action: Affirmed I ' Date: April 04,2012 »Advanced Search I Reports and News A.M.Best Rating Services Visit Best's News and Analysis site for the latest news and Dress releases for this company and its A.M.Best Group. ContactIrdarmation a ' AMB Credit Report-Insurance Professional-includes Best's Financial Strength Rating and rationale along with 1 View Rating Definitions _} comprehensive analytical commentary,detailed business overview and key financial data. Report Revision Date:7/26/2012(represents the latest significant change). Select one... S ' Historical Reports are available in AMB Credit Report-Insurance Professional Archive. Best's Executive Summary Reports(Financial Overview)-available in three versions,these presentation style ....r..... reports feature balance sheet,income statement,key financial performance tests including profitability,liquidity and reserve analysis. Data Status:2012 Best's Statement File-P/C,US Contains data compiled as of 10/8/2012 Quality Cross Checked. • Single Company-five years of financial data specifically on this company. • Comparison -side-by-side financial analysis of this company with a peer group of up to five other companies you select. • Composite -evaluate this company's financials against a peer group composite.Report displays both the average and total composite of your selected peer group. Best's Key Retina Guide Presentation Report-includes Best's Financial Strength Rating and financial data as IV provided in the most current edition of Best's Key Rating Guide products.(Quality Cross Checked). AMB Credit Report-Business Professional-provides three years of key financial data presented with colorful charts and tables.Each report also features the latest Best's Ratings,Rating Rationale and an excerpt from our Business Review commentary. Data Status:Contains data compiled as of 10/8/2012 Quality Cross Checked. I Financial and Analytical Products Best's Key Rating Guide-P/C.US&Canada Best's Statement File-P/C.US Best's Statement File-Global Best's Insurance Reports-P/C.US&Canada Best's State Line-P/C.US Best's Executive Summary Report-Comparison-Property/Casualty Best's Executive Summary Report-Composite-Property/Casualty Best's Regulatory Center Best's Insurance Expense Exhibit(IEE)-P/C.US http://www3.ambest-coin/ratings/entities/SearchResults.aspx?URatingld=2227864&b1=0... 10/11/2012 Best's Credit Rating Center- Company Information for Hanover Insurance Company Page 1 of 2 Ratings & Criteria Center Regional Centers:Asia-Pacific I Canada I Europe,Middle East and Africa Home I About Us I Contact Us I Sitemap lap For ratings and product access Login I Sian-uo t�Print this Page (2) Ratings&Criteria v Hanover Insurance Company Home »Methodology A.M.Best R:002225 NAIC■:22292 FEIN is 135129825 a Best's Credit Ratings+ Address:440 Lincoln Street »Financial Strength Rating Assigned to »Issuer Credit Rating Worcester,MA 01653-0002 companies L9EST , »Debt Rating United States that have,in ly Web:www.hanover.com our opinion, Advanced Search Phone:508-853-7200 an excellent ability to meet their »About Best's Credit Ratings+ »Get a Credit Rating+ Fax:508-855-6417 ongoing insurance obligations. Best's Special Reports »Add Best's Credit Search Based on A.M.Bests analysis,058505-The Hanover Insurance Group,Inc.is the AMB To Your Site Ultimate Parent and identifies the topmost entity of the corporate structure.View a list »BestMark for Secure-Rated of operating insurance entities in this structure. Insurers __..___ ..._..... ............ __._ __; �Best's Credit Ratings Contact an Analyst ..._._ ..... ... .._._. .. .._....._. ....... ......._... .._......__... ..... .. ...... ..... .. .. ..... _. a Awards and Recognitions View all of the companies assigned this rating as a part of gist's Credit Rating Analyst an AMB Rating Unit. News&Analysis Flnanclal Stirength.Rating View Definition Office:A.M.Best Company Senior Financial Analyst:Neil Das Gupta&Services Rating: A(Excellent) Assistant Vice President:Joseph A.Burton Industry Information v Financial Size Category: XIV($1.5 Billion to$2 Billion) ............ .............. ... ........ ..... ......... .....__.... Corporate v Outlook: Stable Regulatory Affairs v Action: Affirmed Support&Resources v Effective Date: June 12,2012 I u Denotes Under Renew test's Redng Conferences and Events u issuer Credit Rating View Deflnitton Long-Term: a Find a Best's Credit Rating Outlook: Stable Enter a Company Name ', i Action: Affirmed a Advanced Search Date: June 12,2012 Related Financial and Analytical Data _ A.M.Best Rating Services The following links provide access to related data records that A.M.Best utilizes to provide financial and analytical data on a Contact Information» consolidated or branch basis. 087728 Hanover insurance Company CAB Represents financials for the Canada Branch of this legal entity. View Rating Definitions Select one... .i Reports and News Visit Best's News and Analysis site for the latest news and press releases for this company and its A.M.Best Group. AMB Credit Report-Insurance Professional-includes Best's Financial Strength Rating and rationale along with I comprehensive analytical commentary,detailed business overview and key financial data. Report Revision Date:7/13/2012(represents the latest significant change). Historical Reports are available in AMB Credit Report-Insurance Professional Archive. Best's Executive Summary Reports(Financial Overview)-available in three versions,these presentation style '''" reports feature balance sheet,income statement,key financial performance tests including profitability,liquidity and reserve analysis. Data Status:2012 Best's Statement File-P/C,US Contains data compiled as of 10/8/2012 Quality Cross Checked. • Single Company-five years of financial data specifically on this company. • Comparison -side-by-side financial analysis of this company with a peer group of up to five other companies you select. • Composite -evaluate this company's financials against a peer group composite.Report displays both the average and total composite of your selected peer group. Best's Key Rating'Guide Presentation Report-includes Best's Financial Strength Rating and financial data as 4 provided in the most current edition of Best's Key Rating Guide products.((Duality Cross Checked). AMB Credit Report-Business Professional-provides three years of key financial data presented with colorful charts )? and tables.Each report also features the latest Best's Ratings,Rating Rationale and an excerpt from our Business Review commentary. Data Status:Contains data compiled as of 10/8/2012 Quality Cross Checked. Financial and Analytical Products Best's Kev Rating Guide-P/C.US&Canada Best's Statement File-P/C,US Best's Statement File-Global Best's Insurance Reports-P/C,US&Canada Best's State Line-P/C.US Besfs Executive Summary Report-Comparison-Property/Casualty http://www3.arnbest.com/ratings/entiti es/CompanyPro file.aspx?ambnum=2225&URating... 10/10/2012 Proposal L' Design and Construction Administration Services Abe Rocklin Park and Lake Fly Café Restrooms Renovations City of Oshkosh Parks Department City Manager C/O City Clerk's Office Oshkosh, WI 54901 L3 September 24, 2012 PO3412 MMD& ARCHITECTURE inc. Table of Contents Letter of Introduction ( j Preface History { Project Team J Related Projects References Scope of Services/Objectives/Schedules Proposal for Professional Services Including Certificates of Insurance Attached in separate envelope Labeled envelope Two L� , ii P03412-1 IIGM ARCHITECTURE inc. HGM A R C H I T E C T U R E inc. Ronald D. Hansche AM James J. Groff AM Ray Mauer September 24, 2912 Parks Director 215 Church Ave. Oshkosh, WI 54901 Dear Mr. Mauer: The key to the successful renovation projects at the Abe Rochlin Park and Lake Fly Café toilet facilities will be the ability to reconnect to the existing system and make each facility fully accessible. HGM Architecture, Inc. has recently completed three projects with very similar requirements. The experience gained by our staff on each of those projects will be valuable in making these toilet facilities renovations successful undertakings by the City of Oshkosh Parks Department. HGM Architecture, Inc., as your design and construction administration architects, brings to the Parks Department several attributes that make the departments task much easier. - Immediate availability to respond during the design and construction to questions, problems, and scheduling - The experience gained in working on previous projects with the Parks Department - Extensive experience interpreting ADA requirements and the ability to design accordingly within the confines of existing space. The information that follows expands upon these attributes and details our abilities to maintain projects on schedule and constructed within the budget parameters. Thank you for the opportunity to submit our qualifications and this proposal to provide architectural and engineering services. HGM Architecture, Inc. will be awaiting your review of this material with the hope that our staff can once again be of service to the Oshkosh Parks Department. We want to be your architects. V: v.ly Your , onald D. Hansche HGM Architecture, Inc. Tjw P03412T01 805 North Main Street • P. O.Box 0976 • Oshkosh,WI 54903-0976 • Phone (920)231-6950 • FAX (920)231-4518 Preface j LWe are Problem Solvers! Li Trust and understanding are the basis of a complete and successful project. The client has to be an active participant in the 1 design process. Each project is specifically designed and U f ormulated by understandin g the client's specific and unique needs be they site, aesthetics, materials, technology or economic realities. Architecture Planning 1 Interior Design Historic Preservation Adaptive Reuse -� Life Cycle Analysis 1_ is I P03412-3 ARCHITECTURE inc. L ? j Firm Data and History HGM Architecture,Inc. LJ 805 N.Main Street t Post Office Box 976 Oshkosh,Wisconsin 54903-0976 Telephone: 920.231.6950 Facsimile: 920.231.4518 E-Mail: hgmarch @execpc.com LiContact: Ronald D.Hansche,AIA HGM Architecture, Inc. was founded as a partnership of Theodore H. Li Irion and Leonard H. Reinke in 1952. Their business philosophy was based on the goal to provide quality architectural services to the Fox River Valley area of Wisconsin. In 1969, the firm was incorporated as Irion, Reinke and Associates. With the retirement of T.H. Irion in 1977, the Corporation name was changed to Reinke, Hansche, Last, Inc. Leonard Reinke and George Last both retired in 1989,prompting another L J corporate name change to its present, HGM Architecture, Inc. The principals of the firm are Ronald D. Hansche, AIA and James J. Groff, AIA. As our firm has grown, we have been able to expand our geographic base and increase the size and complexity of our projects while continuing to base our business philosophy on its original foundations of strong communication with our clients and day-to-day quality service. E_J We place great emphasis on the clarity of managing our projects,assigning responsibility,and in documenting project actions and results. We believe that the key to the design of a successful project, from both an operational and economical standpoint, lies in proper planning and design that considers both current and long-term needs. HGM Architecture uses the most modem computer graphic presentations and word processing, which allows each team member to keep on top of, and become involved,informed and committed to each project. r 1 Our present staff consists of three architects and two support personnel along with sub consultants for mechanical and electrical engineering design. P03412-4 RCM ARCHITECTURE inc. Project Team Background of the Individuals assigned to this project ( 1 We have assembled a comprehensive architectural and engineering team, Li custom-tailored to your project type. This team will provide a balance of managerial, design and technical expertise that understands the requirements and objectives of your project. Each team member has been selected not only for his specialized I capabilities, but equally importantly for his availability to serve the LJ schedule of your project. This team, with previous experience working together, will commit to providing you with a quality solution to your architectural problem. As with any successful project, input is needed from those who will be using the facility. We understand that our input is just one part of the overall team effort. Members of the team will include your board/committee members and staff. The most important member of the team is you,the client. Successful projects are created when the client is highly involved in the planning process. In this way, you will gain an in-depth understanding of the resulting facility design and layout. Although we may suggest certain solutions l based on our knowledge of these facilities, your specific needs will be addressed. t J The architectural and engineering project team members have been chosen to ensure that your project receives the following: • A team with the ability and expertise committed to solving your project's scope, schedule and budget requirements. • A team developed with present and future workloads integrated and scheduled to meet your project's requirements. • A team that has worked together successfully in the past, providing previous clients with workable solutions to their specific space needs problems. • A project management approach based on utilizing each team member's area of architectural or engineering expertise. The project team will include several members from our staff and our sub consultants. Resumes of key personnel follow. P03412-5 IFIGht ARCHITECTURE inc. 1f, Ronald D.Hansche,AIA 1 Project Director Ron has over 45 years of experience in architecture. He holds a Bachelor's Degree of Architecture from the Illinois Institute of Technology and has been registered in the State of Wisconsin since 1964. Li He is a member of the following: f • American Institute of Architects • Wisconsin Society of Architects t Ron has been the director/project manager for many of the building projects listed as examples of projects completed by HGM Architecture, Inc. His personal involvement in this facility will be an asset to the ultimate success of the task. His knowledge of the workings of City Councils, County Boards and Public Committees will be a valuable asset. Ron's areas of expertise lie in space planning, project organization and coordination. His experience in this type of project is extensive. One of the recent projects of a similar scope is the toilet room/shower renovations for the Langlade County multi-purpose building. As principal in charge, Ron's major role will be to act as the main contact for this project. He will continue to coordinate all of the architectural and engineering disciplines required for the implementation and successful completion of the rehabilitation of the Abe Rochlin Park and Lake Fly Café Restrooms. Approximately 5%of his time will be occupied by this project during the entire project. P03412-6 IIGM ARCHITECTURE inc. L `j James J.Groff,AIA Budget/Code Architect Jim has been with HGM Architecture, Inc. for 22 years and has over 30 years of experience in the architectural field. He holds a Bachelor's Degree of Architecture from the University of Illinois and is registered in both Wisconsin and Texas. He is a member of the following: • American Institute of Architects • Wisconsin Society of Architects Jim's areas of expertise lie in overall architectural building codes ( analysis,and budgets. Jim's major role in your project will include review of building and analyze codes and ADA requirements. He will also be responsible for budget development throughout the planning, design and construction process. ( His experience in the development of budgets for public facilities is extensive. He has been responsible for the design of the completion of construction budgets for all of the projects listed as recent examples of projects completed by HGM Architecture,Inc. The estimate of Jim's involvement for duration of project: 10% of his 1 time during the design phase. PO3412-7 IIG-M ARCHITECTURE inc. U Corey Wallace Architectural Design Corey has been a member of HGM Architecture,Inc. for over eight years. He holds a Bachelors Degree in Architecture from UW Milwaukee and is licensed as a Wisconsin architect. He has been responsible for preparation of construction documentation, field observation,construction administration and closeouts on several projects. Construction administration is an important phase of any project. That is why one individual is assigned to that phase. Corey will be involved from the beginning phases. During construction he will then be able to draw from the design process to interpret requests for information from the builders. Corey will be responsible for overseeing construction documentation, and working with the document preparation. Overseeing these tasks will provide insight in the actual construction phase requirements of the facilities. u 40% of his time will be required up to award of construction contracts. During the construction phase 10%of his time will be occupied monitoring construction. I_� P03412-8 IIGIVI ARCHITECTURE inc. Table of Organization. i Abe Rocklin Park and Lake Fly Cafe Restrooms Renovations U Oshkosh Common Site Review Committee Sustainability Board J J Council J � � Ra y Mauer 4 L Planning Commission Advisor Parks Board Parks Director ,)L f + Project Design HGMArchitecture Inc. r 1 Project Director Code and Budget Phase HGMArchitecture, Inc. Corey Wallace HGMArchitecture, Inc. Ronald D. Hansche J James J. Groff Construction Administration HGMArchitecture, Inc. L.� Ronald D. Hansche HGM Architecture, Inc. Selected Contractors Staff 1 P03412-9 MGM ARCHITECTURE inc. L Similar Projects A list of recently completed projects that have similarities to the proposed remodeling work for the Abe Rochlin Park and Lake Fly Café U Restrooms: • Phoenix Sports—UW Green Bay L HGM Architecture, Inc. was commissioned to rehab the men's and women's original locker rooms at the Phoenix Sports Center at UW-GB. The project consisted of replacing all toilet room fixtures to comply with ADA requirements and refurbishing the entire area. Refurbishing included: new toilet partitions, new plumbing fixtures, light fixtures, updating the ventilation system, repainting, and new finished flooring in the toilet rooms. This project was recently completed for the 2012 fall semester. The project cost was$275,000.00. Contact: Paul Pinkston UW Green Bay L Green Bay, WI (920)465-2394 • Langlade County—Multi-Purpose Toilets The purpose of this toilet room remodeling was to install new water closets, urinals and new ceiling hung toilet partitions. The old floor i mounted partitions were rusting out at the floor because of continuous pressurized washing. Included in the project was the installation of a new single occupancy shower stall in each toilet room and replacement of the individual lavatories with a multi-station hand wash fixture. Selected water closets were relocated to provide ADA accessible facilitation of each toilet room. The major emphasis for this project was to design and install equipment and materials to withstand vandalism. The heavy use of this facility comes from the Hockey patrons that use the building and the summer stock race fans that use these toilets during the summer racing season. The project cost was $60,000.00. Contact Dan Schremp,Retired Director of Maintenance (715)627-6300 • UW Oshkosh Clow Hall ADA Restroom Renovations Each of these restrooms in this five story building (men's and women's toilet rooms on each floor)were renovated in order to comply with ADA requirements. The toilet room interiors required almost complete demolition to adapt to those specific codes. Work included new fixtures, new lighting, updating of ventilation systems and complete new floor and wall finishes. The project cost was $600,000.00. Contact: Steve Arndt,Facilities Director UW Oshkosh (920)42403102 In addition to these 3 rehabilitation projects, HGM Architecture,Inc.has completed several new toilet facilities that required total ADA compliance. P03412-10 HGM ARCHITECTURE inc. • Showers and Restroom Facility Veterans Memorial Park Langlade County Tom Lazar, Park Director (715)623-6214 s This project contains multi-use showers for a large campsite park. The shower/toilet facility was designed for 120 people. This shower/bathroom facility is fully accessible per ADA requirements. Unique to this facility is the installation of summer floor heat to eliminate sweating of the concrete floors and to heat the building for winter camping. • Fugelberg Park Comfort Station Oshkosh,WI Tom Stephanie,Park Director(Retired) (920)231-236-5000 The Fugelberg project is a comfort station developed through the Oshkosh Parks Department with DNR funding. Primary use is for boaters. The facility also includes expansion potential for fish cleaning stations on each side of the structure. This facility is a " prototype building HGM Architecture, Inc. completed 5 previous L; facilities in different parks in Oshkosh. • Ho Chunk Park Shelter/Concession Bldg./Toilet Facility Black River Falls Ho Chunk Housing and Community Development i--' Neil Whitegull 1116 E.Monowau St. Tomah,WI 54660 (608)374-1251 This project consisted of the development of three functions. The building is to be constructed as the primary restroom facility for two little league baseball diamonds. Added to the facility was a concession stand and seating area for the concession stand. During the design phase, three different concepts were presented with the final one illustrated. The project will be constructed this spring. • Henschke Hillside Lake Access New restroom facility at boat launch site Washington County Cindy Lienss Washington County Planning and Parks Department (262)335-4445 The project was completed in '06. Unique to this structure is the floating of the building. Poor soil conditions necessitated floating the entire structure on two-foot thick pad of Styrofoam. Again this facility is open year round for ice fishermen. P03412-11 lIGIVI ARCHITECTURE inc. L • Camp Susan ADA Accessible Cabin and toilets Langlade County Dan Schremp(Retired) (715)627-6300 A new structure, this special structure housed sleeping areas, toilets and showers for handicapped campers. • L L L PO3412-12 MGM ARCHITECTURE inc. Scope of Services/Objectives We have reviewed the material provided for the proposed restroom renovation projects for toilet rooms at Abe Rochlin Park and Lake Fly Café. HGM Architecture, Inc. is pleased to list the scope of professional services to be provided and the objectives to be achieved. In conjunction with the scope of services we have also provided our proposed schedule to completion after the award of a contract for professional services. The costs proposed for each task are provided in the cost proposal that is included in envelope two. Task 1 Upon selection of HGM Architecture, Inc. to provide architectural services we would request to hold a kick off meeting to gather additional ( data about the project,visit each site with staff, review the schedule, and arrange for the receiving of information to be provided by the Public Works and Parks Department. Task 2 The initial preliminary interior design will be developed as part of the Task 2. We propose to provide conceptual design concept. These concepts will be reviewed by the Parks Department along with probable project costs. It is our suggestion that selected concepts for each site and probable cost be presented to the Parks Board and other groups as soon as possible in order to complete the project within the prepared schedule. During this phase it is assumed the City staff will be completing the necessary demolition work. { Task 3 Upon approval of the Parks Board and Parks Department we would suggest that any other reviews be arranged immediately in order to meet the suggested schedule. In the interim, we would be completing the bid documents for final approval prior to bidding. Department to review the specific specification requirements of the City that will be placed in the bid documents. Task 4 After the opening of bids and review by HGM Architecture, Inc. the project will be presented to the Common Council for award of construction contractors. Once contracts are awarded we will immediately schedule a pre-construction meeting. The actual schedule will be a major discussion point at the initial meeting where a schedule of tasks will be prepared and approved. Construction administration services per instruction of the Parks Department are not required. HGM Architecture, Inc. will attend the preconstruction meeting that will be arranged by the Parks Department. Once construction begins at each site, HGM Architecture, Inc. will be available for consultation. See proposal for professional services. P03412-13 HGM ARCHITECTURE inc. Upon completion,the City of Oshkosh will deliver to HGM Architecture, Inc. marked copies of the documents for each trade. HGM Architecture, Inc. will incorporate that material into the electronic project document file. An electronic PDF copy of the record drawings will be furnished to the City of Oshkosh. 1 ,' Following is our suggested detailed project schedule. LI L } !!P1 P03412-14 HGM ARCHITECTURE inc. Project Schedule U HGM Architecture, Inc. has reviewed the tentative schedule for this project and has prepared this detailed schedule based on the assumption that the contract for professional services will be awarded on Friday September 28th. Week of Oct. 1, Monday: Meet with park staff at each facility to review and determine work to be undertaken by City staff. Determine what if any materials will be required by our staff to facilitate demolition. Review the building program for each building and collect existing documents. Remainder of week prepare initial designs for each building. Prepare demolition drawings and/or memo indicating at which point City demolition will stop. Week of Oct. 8, Monday: Meet with park staff with preliminary plan design for each building. Review material/equipment selections. Receive input from park staff on preliminary plan. Arrange appointment dates for other City department reviews and schedule dates. Thursday: Present probable construction cost budget for approval. 1a Week of Oct. 15 Entire week work on bidding documents and complete by Oct. 19th for City review of plans and specifications. Week of Oct. 22 Monday: Receive review comments from City Departments. Attend review meetings with City Departments. jFriday: Provide electronic documents to City for publication/receipt of bids. During week of October 22nd meet with City demolition crews at sites to verify and monitor demolition to coordinate construction r? documents with what will remain and be as indicated on drawings. Week of Oct. 29 City Purchasing will distribute documents. A/E will have documents review by local or state agencies. Week of Nov. 5 Hold pre-bid walk thru at each site on Tuesday,November 6d'. Verify that demolition work has been completed. Issue addendum if required on Wednesday,November 7th r ` Week of Nov. 12 Open bids on November 14. Review bids and recommend award of contracts. Week of Nov. 26 Tuesday: Award contracts by City Council P03412-15 RG ARCHITECTURE inc. Wednesday: City of Oshkosh will prepare contracts and set preconstruction 3 meeting. J Week of Dec. 3 HGM Architecture, Inc. will attend preconstruction meeting. The Parks Department will review the contractor's schedule, approved j shop drawing, select colors, and administer the construction process and provide minutes of the preconstruction meeting. l-J [1• L U L l_J I Lt If ii I P03412-16 11G-14 ARCHITECTURE inc. Proposal for Professional Services HGM Architecture, Inc. is pleased to present for consideration, our proposed professional fees for the renovation of the Abe Rochlin Park and Lake Fly Café toilet facilities. The proposal is based on the tasks we have outlined and the requirements listed in Request for Proposals. The fee is negotiable based on changes to the proposed Scope of Services. This proposal also assumes that bidding/construction contract will be as a single prime contract for construction. HGM Architecture, Inc. proposes to provide professional services per the outlined tasks as follows: The costs are based on these hourly rates. Services are based on these hourly rates. Principals $120.00/hour Associate Architect $ 60.00/hour Junior Draftsperson $ 50.00/hour Administrative $ 30.00/hour Electrical Engineer $120.00/hour Mechanical Engineer $120.00/hour Professional Fees for Architectural/engineering services Fees as proposed for each task. Task 1 Initial meeting to establish goals, objectives, review schedules,and gather information. $390 Task 2 Preliminary interior design preparation $2,600 Task 3 Preparation of construction documents $3,900 Task 4 Bidding and preparation of contracts$325 Total fee for architectural and engineering services thru award of construction contracts $7,215 Should the City of Oshkosh Parks Department request consultation services after the preconstruction meeting, services will be invoiced at $120.00/hour to address questions by contractors,visit site or meet with the Department. Reimbursable expenses for State and Local inspection fees, advertising fees, and printing of documents if provided and paid for by HGM Architecture, Inc.will be invoiced at cost plus 10%. ' -spe ully s b d, i ' nadD. H. s e HGM Architecture, Inc. P03412-17 IRGAI ARCHITECTURE inc.