HomeMy WebLinkAboutSpecialty Engineering Group LLCRoof Replacement PROFESSIONAL SERVICES AGREEMENT-ENGINEERING SERVICES —
ROOF REPLACEMENTS
THIS AGREEMENT, made on the 17th day of JUNE, 2014 by and between the
CITY OF OSHKOSH, party of the first part, hereinafter referred to as CITY, and
SPECIALTY ENGINEERING GROUP LLC, hereinafter referred to as the CONSULTANT,
WITNESSETH:
That the CITY and the CONSULTANT, for the consideration hereinafter named,
agree as follows: (Note: If anything in the Proposal conflicts with the Request for
Proposals or this document, the provisions in the Request for Proposals and this
document shall govern.)
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, PROJECT MANAGER, STR-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:
(KEVIN SORGE, WWTP SUPERINTENDENT)
ARTICLE III. SCOPE OF WORK
The CONSULTANT shall provide the services described in the CITY'S Request
for Proposals and Proposal of the CONSULTANT. The CONSULTANT bid is attached
as Exhibit A, and is incorporated into this agreement to the extent it does not conflict
with the CITY'S Request for Proposals, or this agreement.
The CONSULTANT shall provide the services described in its proposal attached
hereto and incorporated herein by reference.
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
All work to be performed under this contract shall be completed on or before
OCTOBER 31, 2014 unless the parties agree in writing to extend this date.
ARTICLE III. PAYMENT
A. The Contract Sum.
The CITY shall pay to the CONSULTANT for the performance of the contract the total
sum of $3,200.00 for ROOF REPLACEMENT PROJECT — LAKEVIEW LIFT STATION,
28T"AVENUE LIFT STATION, NORTHSIDE LIFT STATION AND CHEMICAL BUILDING ,
adjusted by any changes as provided in the proposal, or any changes hereafter
mutually agreed upon in writing by the parties hereto.
B. Method of Payment. The CONSULTANT shall submit itemized monthly
statements for services. The CITY shall pay the CONSULTANT within 30 calendar
days after receipt of such statement. If any statement amount is disputed, the CITY
may withhold payment of such amount and shall provide to CONSULTANT a
statement as to the reason(s) for withholding payment.
C. Additional Costs. Costs for additional services shall be negotiated and set
forth in a written amendment to this agreement executed by both parties prior to
proceeding with the work covered under the subject amendment.
ARTICLE IV. CONSULTANT TO HOLD CITY HARMLESS
The CONSULTANT covenants and agrees to protect and hold the CITY 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
2
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 as an
additional insured. The specific coverage required for this project are identified on a
separate document.
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: CONSULTANT
#
Fn
Ad _ By.
(Seal of Contractor (Specify Title)
if a Corporation.)
By:
(Specify Title)
CITY OF OSHKOSH
3
` By: /,G ,( � -
_ t Mark A. Rohloff, City Manager
(Witne s) _ _ __
_A Ar Z L /1?--'6 C And: .. / Al
(Witness) Pamela R. Ubrig, City Cler i
APPROVED: I hereby certify that the necessary provisions
have been made to pay the liability which will
accrue under this contract.
,► A I 0
JOhLY7 \
ttorAN ity Comptroller
4
SPECIALTY ENGINEERING GROUP LLC
122 E.OLIN AVENUE,SUITE 190
411 MADISON.WI 53713 -
F 262 253.4701
www.str-seg.com
June 12, 2014
Mr. Jon Urben electronic only—no hard copy to follow
Director of General Services jurben(c�ci.oshkosh.wi.us
City of Oshkosh
215 Church Street, P.O. Box 1130
Oshkosh,WI 54903-1130
Re: Proposal for Roof Design Services
2014 Roof Replacement Project
Lakeview Lift Station, 28th Avenue Lift Station, Northside Lift Station &Chemical
Building
Dear Mr. Urben:
Pursuant to your request, Specialty Engineering Group LLC(STR-SEG)is pleased to submit the
following proposal to the City of Oshkosh, herein after referred to as Owner,for the roof system
replacement of Roof Area 1 of the Lakeview Lift Station,at 1601 Menominee Drive; Roof Area 1 of the
28th Avenue Lift Station, at 117 W.28th Avenue; and Roof Area 1 of the Northside Lift Station and
Chemical Building at 3155 County Road A, in Oshkosh,Wisconsin. This proposal includes project
design development, preparation of construction documents,and construction administration.
STR-SEG proposes the following scope of services:
DESIGN DEVELOPMENT
• STR-SEG will review the Owner's requirements and related information including, but not
limited to, schedule, budget, service life expectations, warranties, history, building usage,
contractor preferences,and contractor insurance requirements.
• STR-SEG will conduct a pre-design survey of the subject roof and wall areas to evaluate
existing conditions. Based on the survey, recommendations will be made on the scope of work
required along with options and opinions of probable cost.
• STR-SEG will meet with the Owner for a final review to discuss the recommendations and
opinion of probable cost as they relate to the Owner's objectives prior to the start of design.
CONSTRUCTION DOCUMENTS and BIDDING
• STR-SEG will prepare a Specification Package from the data obtained during the design
development phase. The specifications will be nonproprietary, listing quality manufacturers
capable of providing equivalent materials. The package will include a roof plan and details
along with information on proper methods of application for each component of the roof system.
It will be prepared to promote competitive bidding by qualified contractors using STR-SEG-
acceptable products, resulting in a manufacturer's warranty.
• STR-SEG will assist the Owner in preparing the advertisement from which to solicit bids.
• If required, a Pre-bid Meeting will be held at the job site. STR-SEG will attend to answer bidder
questions and make clarifications for equivalent competitive bids.
• STR-SEG will assist in the analysis of the bids.
°-rr am Mr.John Urben
Proposal#5006
oro , June 12,2014
Page 2 of 2
CONTRACT ADMINISTRATION
• STR-SEG will provide contract administration services commencing at project award. These
services will include:
o Review of shop drawings, submittals and change orders.
o Review of permits and licensing.
o Review of the contractor's application for payment and change orders.
o Review of contractor warranties and project closeout documentation.
• STR-SEG will conduct a Project Start-up Meeting to review the project and Owner
requirements and conditions.
• A qualified representative of STR-SEG will make periodic site visits at various times during
construction to observe the quality and progress of the work and will apprise the Owner of
construction activities and issues that may arise.
• STR-SEG will prepare a punch list of deficient or outstanding items at substantial completion.
Upon notification by the contractor that the project is complete we will conduct a final review of
the completed work prior to acceptance.
COMPENSATION
Professional Fees
Compensation for professional services, described above and pursuant to the STR-SEG General
Conditions (STR-SEG-GC) shall be the lump sum fee of Three Thousand Two Hundred Dollars
($3,200.00). Invoicing shall be provided as follows:
• 30%of the total fee upon completion of Design Development.
• 40% of the total fee upon completion of Construction Documents and Bidding.
• 30% due upon completion of project closeout.
Reimbursable Expenses
Reimbursable expenses are in addition to fees for professional services and represent STR-SEG's
out-of-pocket expenses made in the interest of the project not included in the base fee per the
attached General Conditions. They will be invoiced at cost.
AUTHORIZATION
STR-SEG will proceed based on your written acceptance. Please sign and return the Authorization
page along with a purchase order, if applicable,to STR-SEG. Upon receipt we will schedule 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 E P T E D
Yours truly, City of Oshkosh
STR-SEG Oshkosh,Wisconsin
By:
Title:
John Hoenick
Account Manager Date:
Cc: Terry Smith, City of Oshkosh
Bruce Flater, STR-SEG