Loading...
HomeMy WebLinkAboutHGM Architecture, Inc/24th Boat launch PROFESS/ONAL SERV/CES AGREEMENT.• ARCH/TECTURAL/ENG/NEER/NG SERV/CES FOR RENOVAT/ONS OF THE 24TH AVENUE BOAT LAUNCH RESTROOM FAC/L/TY THIS AGREEMENT, made on the 9T"day of January, 2015, 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 976, 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, 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 interior design services described in the Consultant's "Proposal for Architectural Design and Bid Specification Service 24'n Avenue Boat Launch Restrooms Renovation HGM Architecture, Inc. P0115" dated 12/29/14 and attached as Exhibit A. 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 August 1 , 2015 unless both parties agree to extend the completion date in writing. ARTICLE II1. PAYMENT A. The Contract Sum. The City shall pay to the Consultant for the performance of the contract the sum of $4,800, 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. 6. 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 as the City of Oshkosh's Professional Services Insurance Requirements as a separate document. The consultant's certificate of insurance for this project is attached as Exhibit B. 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. 3 < In the Presence of: CONSULTANT � By: � (Seal of Consultant (Specify Title) if a Corporation.) By: (Specify Title) CITY OF OSHKOSH l�t ✓ BY. �'" , ��� Mark A. R hloff, City Manager (Wit ess) '� _'.. — C� And: (VC%itness) . ' qn�el� � J c��c�c-� I, ��0�-�� �'�� r� . APPROVED: I hereby certify that the necess- ary provisions have been made to pay the liability which will accrue under this contract. City Atto ey ;� , n►�nr� Finance irector 4 � � �X����� � Proposal for Architectural Design and Bid Specification Service 24th Avenue Boat Launch Restrooms Renovation City of Oshkosh Parks Department December 29, 2014 PD11,5 ��� ARC�I-IITEC;TL.;IZE in�.. Scope of Services HGM Architecture, Inc. proposes to provide the following services to provide architectural and engineering design services to renovate the 24''' Avenue Boat Ramp Restroom Facilities. o Inspect the existing building to determine basic architecture, plumbing, mechanical, and electrical systems. Take required measurements of those systems in order to prepare documents for the renovation of the facilities. Prepare revised floor plans and details to upgrade. ■ The plumbing and ventilation systems ■ Specify new toilet fixtures, light fixtures ■ Specify new toilet partitions and toilet room accessories ■ Specify new interior floor,wall,ceiling finishes ■ Electrical lighting, security control electronics in cooperation with the city electrical department ■ Create an alternative design to construct a new roof system for the building The project will be designed in accordance with State, local, and ADA requirements. This scope of services will lead to a set of documents for use by City staff to receive quotations for renovation of the 24"' Ave. Restroom facility. Our staff proposes to meet with the Parks Department staff as often as may be necessary to develop the final documents. Those documents will be reviewed at meetings with requested departments prior to release for bidding. Deliverables to the Parks Department and others for this project will include: - Necessary preliminary printed plans to facilitate review of designs - Necessary printed plans for final approval for all agencies and departments - One digital copy of plans and specifications for the City to receive quotations - One set of digital record drawings f�t�ll>-� H�M ARC,�_ICTE:C;TL;R�:, 1r,�. Proposed Project Schedule HGM Architecture, Inc. has reviewed the Parks Department's suggested project schedule. It is our understanding that the Parks Department would like to have the project completed this summer. We would like to propose this schedule: - Award of contract of architectural services by January 20, 2015. - Hold meetings to review the interior plans, details, systems and exterior roof concept. Scheduling of ineetings and holding discussions with all who will have a stake in the project will have to be completed by February 28. During this period we will be preparing plans and specifications. The documents will be ready far release on March first. - Set a bid period of two weeks, opening bids during mid- March. Award contract by April 1s1. During the period February 1 to mid-March, City staff will complete suggested demolition. When City staff begins demolition, portable toilet facilities for men and women will have to be set at the site and remain until project completion. - We believe construction can be completed in four months. Construction will require three months and be substantially completely by late June. Project close out, punch list completion,and final paper work will take up to four weeks. PO11�-? ,Ci�.�rM �1RC;Il[T�C;Tt1R�: ;r��:. Proposal for Professional Services HGM Architecture, Inc. is pleased to present for consideration, our proposed professional fees for the renovation of the 24"' Avenue Restroom Facility. The proposal is based on the scope of services and schedule 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 assumes that bidding/construction contract will be as a single prime contract for construction. HGM Architecture, Inc. proposes to provide professional services for a lump sum fee of four thousand eight hundred dollars ($4,800.00). This lump sum fee is through the pre-construction meeting with contractors at the start of construction. The Parks Department staff will provide construction administration services including on site observation, payment requests,and project close out requirements. Additional services are based on these hourly rates. Principals $125.00/hour Associate Architect $90.00/hour Junior Draftsperson $65.00/hour Administrative $35.00/hour Electrical Engineer $125.00/hour Mechanical Engineer $125.00/hour Should the City of Oshkosh Parks Department request consultation services after the preconstruction meeting, services will be invoiced at $125.00/hour to address questions by contractors,visit site ar meet with Department staff. Reimbursable expenses for distribution for advertising, and printing of documents if provided and paid for by HGM Architecture, Inc. will be invoiced at cost plus 10%. Should the City of Oshkosh pay fees directly for these expenses no markup will be required. Respectfully submitted, RonaC�A Hansche Ronald D. Hansche HGM Architecture,Inc. 1'(�!1�-_3 H�ar� f1R(_�;�-I [T�:(;TL;R�: ir��. . , � ��`/Jl�l � �J . DATE(MMIDDMlYY) � ° CERTIFICATE OF LIABILITY INSURANCE 12/8/2014 A�D IVELY OR NEGATIVELY AMEND, EXTEND OR ALTEE�EEN�THE�ISSUING�NSD RER(S)TAUT ORZIED THIS CERTIFICATE IS ISSUED AS TMATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UP�N THE CERTIFICATE HOLDER. THI CERTIFICATE DOES NOT AFFIRMA BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. ain olicies may require an endorsement. A statement on this certificate does not confer rights to the IMPORTANT: If the certificate fiolder ie�n ADDITIONAL INSURED,the policy(ies)must be endorsed. If SUBROGATION IS WAIVED,subject to t e terms an d co n d i t i o n s o f t h e p o l i c y, c P certificate holder in lieu of such endorsement(s) CPNTACT - R�i'�'�I'���.� NAMB FAX (877)737-8498 P R O D UCER i� P ONE �gg8)780-5381 AIC No: WILLIS OF ILLINOIS,INC. �c "° "'` E4MAIL Certificate hanover.com 233 S WACKER DR,StJITE 2000 D E C 1 5 2014 ADDRESS: NAIC# � . INSURER S)AFFORDING COVERAGfi 31534 CHICAGO, IL 60606 —_- i suRER A: Citizens Ins Co of America r, . � 22292 suReRS: Hanover Insurance Co INSURED HGM ARCHITECTURE INC iNSURERC: C/O RONALD D HANSCHE AIA iNSURER o: INSURER E: 805 N MAIN STREET INSURER F: OSHKOSH,WI 54901 REVISION NUMBER: COVERAGES CERTIFICATE NUMBER: ANY REQUIREMENT, TERM OR CONDITION OF ANY COPOLICIE9 DEOSCREBEDOHEREEN IS SUBJECTPTO ALL�HETERMS THIS IS TO CERTIFY THAT THEG OLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERI INDICATED. N07WITHSTANDIN CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY T � POLICY EFF POLICY EXP LIMITS EXCLUSIONS AND CONDITIONS OF SUCH Aoo�IueR LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAI INSR 7ypEOFINSURANCE POLICYNUMBER MM/DD/YWY MM/DD/YWV �CHOCCURRENCE $ �,OOO,OOO LTR � . q q N D � GENERALLIABILIT' pREMISES Eaoccurtence S 300,000 X COMMERCl4L GENERAL LIABIUTY� .. ' �. " ��� '.' � � � MED EXP(Any one person) b 5,000 �occuR � � OBC 9708857 02 1o/osl2o14 10/09/2015 000,000 A CL41MS-MADE . - PERSONAL BADV INJURY ��� � . � . � � _ GENERALAGGREGAiE- 5 Z,OOO,OOO � . - � PRODUCTS-COMPIOPAGG 5 2,000,000 � � 5 GEN'L AG6RE�G�AIE LIMIT APPIIES PER: � POLICY�^ I JR� LOC E�aBCIdeD SINGLE LJMIT � �,���,��� AUTOMOBILE LIABILIiY �� BODILY INJURY(Per perwn) a qNY AUTO OBC 9708857 02 10/09/2014 10/09/2015 BODILY INJURY(Per accident) S ALL OWNED SCHEDULED pROPERTY DAMAGE � A AUTOS NON-0WNED - Per acddent I X HIRED AUTOS X AUTOS § EACH OCCURRFNCE y 2,000,000 X UMBRELV+LIAB X OCCUR �� �0/09/2014 10/09/2015 AGGREGATE 5 2,000,000 OBC 9708857 02 E A EXCESSLIAB CWMS-MADE � _ V�STATU- OTH- DED RETENTIONS . . X TOR IMIT . R �,OOO,OOO WORKERS COMPENSATION E.L.EACH ACCIDENT b ANDEMPLOYERS'LIABILITY �/�/HC925234903 09�01/2014 09/01�2015 �,�Q�,��� - ANYPROPRIETOWPARTNER/EXECUTIVEY❑ N�A� E.LDISEASE-EAEMPLOYE 5 B OFFICEJMEMBER EXCLUDE07 � (Mandatory in NH) E.L DISEASE-POLICY LIMIT 5 1,000,000� If yes,describe under . �� LHC 9771037 02 11/26/2014 11/2s/2o15 $1,000,000 per Claim/$2,000,000 Aggre g Architects and Engineers Liability $5,000 Deductibl DESCRIPTION OF OPERATIONS!LOCATION51 VEHICLES (Attach ACORD 1�'I,Additional Remarks Schedule,if more space is required) City of Oshkosh,its offi ementaunEndorsebment).Add tio aPl�sueed is paimary and nolncontr butory to the extent peov ded by form 391e 158g nd conditions of form 391-1586 (General Liability Suppl rY CANCELLATION CERTIFICATE HOLDER City of Oshkosh SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE Attn: Holly Magrady THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN 215 Church Avenue 1100 North Glebe, Suite 500 ACCORDANCE WITH THE POLICY PROVISIONS. Oshkosh,WI �J49O� qUTHORIZE�REPRESENTATIVE T �i�'��'���f � O 1988-2�10 ACORD CORPORATION. All rights reserved.