HomeMy WebLinkAboutmartinriley architects-engineers�-Iv�-
Ole,i�i r���
PROFESSIONAL SERVICS AGREEMENT: ARCHITECTUAL/ENGINEERING SERVICES
FOR TRANSIT OFFICE ADDITION AND REMODELING
THIS AGREEMENT, made on the 11T" DAY OF DECEMBER, 2015, by and behveen the
CITY OF OSHKOSH, party of the first part, hereinafter referred to as CITY, and
MARTINRILEY ARCHITECTS-ENGINEERS, 2169 CARLTON ROAD, OSHKOSH WI
54904 hereinafter referred to as the CONSULTANT,
WITNESSETH:
That the City and the CONSULTANT, forthe consideration hereinafternamed, enter
into the following Agreement. The CONSULTANT's proposal is also attached hereto and
reflects the agreement of the parties except where it conflicts with the CITY'S terms within
this agreement, in which case this agreement shall prevail.
AflTICLE I. PROJECT MANAGER
A. Assignment of Project Manager. The CONSULTANT shall assign the
following individual to manage the project described in this contrect:
(MATTHEW WIEDENHOEFT, PROJECT MANAGER, MARTINRILEY)
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:
(JIM COLLINS, TRANSPORTATION DIRECTOR, CITY OF OSHKOSH)
ARTICLE III. SCOPE OF WORK
The CONSULTANT shall provide services described in the CONSULTANT's proposal
dated NOVEMBER 17, 2015 (THIS ATTACHED AS EXHIBIT A). The CONSULTANT
may provide additional products and/or services if such products/services are
requested in writing by the Authorized Representative of the City. If anything in the
CONSULTANT'S proposal conflicts with this agreement, the provisions in this
agreement shall govern.
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 OCTOBER 31, 2016 unless both parties agree to
extend this completion date in writing.
ARTICLE VI. PAYMENT
A. The Contract Sum.
The City shall pay to the CONSULTANT for the performance of the contract the sum
of 529,473.00 ITwentv-nine thousand Four hundred Seventv-three dollars and 00/001
adjusted/�by any cha�ges hGreafter mutually agreed upon in writing by the parties
hereto. yl�PS K-� Mb-�ubles pu--PropaSi,.¢ �c�t,,�,�.q�,,.,._
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 reasonls) for withholding payment.
C. Additional Costs. Costs for additional services 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 VII. 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
subCONSULTANTs related however remotely to the performance of this Contract or be
caused or result from any violation of any law or administrative regulation, and shall
indemnify or refund to the City all sums including court costs, attorney fees and
punitive damages which the City may be obliged or adjudged to pay on any such
claims or demands within thirty (30) days of the date of the City's written demand for
indemnification or refund.
ARTICLE VIII. INSURANCE
The CONSULTANT shall provide insurance for this project that includes the City of
Oshkosh as an additional insured. (THIS ATTACHED AS EXHIBIT B) If applicable, the
CONSULTANT is responsible for meeting all insurance requirements. The CITY does
not waive this requirement due to its inaction or delayed action in the event that the
CONSULTANT's actual insurance coverage varies from the Insurance required.
ARTICLE IX. 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 /CONSULTANT
By: �/
r f %�
�o. o���- ,�a�
ISeal of CONSULTANT Specify Title) S
if a Corporation.)
(Specify Title)
CITY OF OSHKOSH
����� ���� /�� By: �y�--��/ct�-K�-l1
7L1�/ " _ Mar A. Rohloff, City Manager
IWitness)
1 And: � �
itness) Pamela R. Ubrig, Ci y lerk
APPROVED: I hereby certify that the necessary
, 1 provisions have been made to
� pay the liability which will accrue
� ��_ under this contract.
ity At ey
�1'�rr'�i1,�Ct�.1�M
City Comptroller
EXHIBIT A
��II��
MARTINRILEY
6 November 2015 ��°���� �
James Collins
Transportation Dire<[or
City of Oshkosh Transportation Department
926 Dempsey Trail
Oshkosh, W154902
Telephone: (920) 232-5341
EmaiC DVickman(aci oshkosh wi us
RE: Transit Center Addition and Remodeling
Dear Mc Collins,
Maaiu+Raev is confident we can provide the Ciry o( Oshkosh with the professional services required to produce [he
modifica[ions and addition outlined in scheme [wo o( the 2011 Space Needs Assessment.
Understandin¢ of the Proiett
We have reviewed [he information originally outlined in the assessment and understand the project to be
modificatiom to the offices at the Dempsey Street address induding building envelope, sVUCture, intenor
partitions, electricaf, mechanical and pWmbing. Scheme two modifications incWde an addi[ion to the front of the
building of approximatery 200 square feet for a vestibule accessible to patmns, and additional office space for the
administrative assistanL Additionally it indudes moving [he kitchenette, removal of some interior CMU par[itions,
new storefront to provide a training room, reloca[ion of the director's office and modifications m o[her offices and
the addition o! a corridor wall to alfow a separate empfoyee en Vance [o the building. The changes also include
door and parcition relocation, new strucmral beams and headers in areas where foad bearing walts are removed
or moaified and electrical and mechanical modifications.
Proiect Aooroach
Team:
• MnanNRi�v for architec[ura! and MEP.
• Larson Engineering forstructuraf and civil.
Our team wil! work with the Transportation Department to ensure proper integration with the ezis[ing buifding.
Matthew Wiedenhoeft, AIA wiLL be the pnncipal in charge and the main point of contac[.
We will review existing documents pertaining to [he space and pertorm omsite field work. Initial investigation and
field work is m be performed by Matthew Wiedenhoeft and Robert Grapentin of MnarwRi�tv, and Kirk Havedand
of Larson Engineering. These team members will documen[ current conditions, assess details and surrounding
elements which may affect or be affected by Ihe renova[ions outtined above and develop plans and specifications
for the renovation and addition. These will be reviewed with the 7ransportation Department to ensure all desired
elements and space modifications are incorporated before proceeding to cons[ruction documents. This review will
incWde the planned modifications to mechanical, electrica( and pWmbing systems and will outline materials and
equipment planned !or the project as well as Floor, wafl, ceiling trea[ments, windows, roofing and bnck choices.
Construc[ion documents will be assembfed in accordance wi[h curren[ mdes of [he State of Wismnsin. Plans for
the addition shall be submitted [o entities having jurisdiction for review and approvaL Construction documents
wiLL indude both plans and written specifications and will inmrporate the City of Oshkosh "front end" documents.
The City o( Oshkosh wilt advertise and bid�out the project to area contrac[ors. The project [eam wifl con[inue to
answer questions thmugh the course of the bidding process, will mnduc[ a pre�bid walk-through and will assemble
addenda. Construction administration wilf indude review o( submittafs and shop drawings and on-site visits by
each member of the design team at phases of installation relared to their particufar specialry. Since the project
is immwn Mar[inRiley plans to make site visits more [han once a week.
:155 Czr'.ron 2caG OsiiRSSh, V,'I - pho 92016]3o0C - raer;ii. iiley.mm
Oualifications
In addition ro performing ehe original assessment for [he Oshkosh Transportation Department in 2011, Matthew
Wiedenhceft's experience includes Sub-district and Unit buildings for [he Indiana Departmen[ of Transporta[ion,
renovacion projec[s for the Fort Wayne In[emational Airport, and renova[ion work for Winnebago County.
Kirk Haverland is a licensed stmctural engineer in the sta[e of Wismnsin. His background indudes numerous
projectz for the State of Wisconsin as we0. as County and (oca( govemments.
Dale Smuck is a licensed enqineenng systems designer in the Sta[e of Wisconsin and has worked success(uLLy on
past projects with Federa! Housing Authorities in Wisconsin and the upper MidwesL Dale's resume also indudes
renova[ion of offices and transporta[ion buildings as well as new cons[ruction.
Resumes of these and other team members are incWded in this proposal.
MnarinRaev is a Midwest architecmra! and engineenng firm with offices in Indiana and Wisconsin. The Mnarir+Ri�Er
team has been providing guidance to dien[s [hroughou[ the Mid-West for ove� 25 years, servicing corpora[ions,
school districts, higher education, commercial, federal, state, and municipat clients. MnanNPo�EV has LEED-
AP staff, registered roofing <onsultants, licensetl asbestos inspecmrs and statt accredi(ed fw constmction and
demofi[ion waste reryding by WasteCAP. Informa[ion rega�ding key team members and project expenence are
attached for your review and consideratlon.
Upon award o! this mntract we will work in accordance with the schedule outlined in [his proposal and as modified
tor the mutual benefif o( both part�es. Thank you for your consderation of Maarr�Raev arcfiiixts-engineers. Should
you have any further questions or require additional informa[ion pfease feel free to contact me at 920.267.3600
(office) or 920179.6895 (mobile). We look forv✓ard [o serving you.
Respectfully submitted,
MaanNRaev archi[ec[s-engineers
/���.��"�.- �^�.�i�k� /
Matthew Wiedenhoett, AIA, LEED
2169 Carlto�� koad Oshkos�, WI - pho 920.26]3600 - martin-iitey.mm
SCHEDULE: We otfer the folfawing schedule for your review and mmment
Finalize con[rac[s with the City of Oshkosh
Review existing do<uments, existing building plans and smpe
• City to provide any existing building plans
• MartinRiley to review report and scrope with Transportation Depatlmenl
• Reviewof programmatic requirements and goals
• Determination of work to be selFperformed by Ihe City (Electncal, Stud wall construction)
• Conductinitialfieldworkincludingverifcationofineasurementsforbaseplans,mechanical,
electncal, plumbing, stmctural, civil
• Detertnine Ha site surveywill be required 8 if so, contractfor this service,
Prepare BIM model and base plans for MEP and structuraf
Review schematic plans wi[h owner and inmrpora[e any modifications
Develop design & specifications for matenals & equipmen[,
review material choires with owner
Prepare constraction documen[s (plans and specifica[ions)
90% CD milestone review with the Oshkosh Department o! Transportation
Receive owner comments and inwrporace into final bid documents
Prepare and release final bid documents (City of Oshkosh to release for hidding)
Conduct pre-bid meeting with mntractors on-si[e, answer questions, prepare addenda
Bid due date, bid opening, recommendations to the owner
Remove personnel fmm their offices and relocate to another area (owner soft ms2s)
• Transpodation �irector
• ExecutiveAssistant
• Clencal/Sales
• TransitDiredor
Construction con[racts signed, pre-contractual obfigations submitted by mntractor
Contracror to commence consVUCtion and renovation work
Subs[antial comple[ion
Final mmpletion, displaced personnel move inm their new office spaces
December 15, 2015
December 1544, 2015
January 4-8, 2016
January 71-15, 2016
February 1-5, 2076
February 8-26, 2016
March 1-4, 2016
March 7-11, 2016
March 14-18, 2016
March 2145, 2016
Apri! 4-8, 2076
April22, 2076
April 25-29, 2016
May 21-25, 2016
Augus[ 15-19, 2016
September 5-9, 2016
FEE PROPOSAL: MartinRiley will perPorm the work outlined in this proposal for a sum of $29,473 pfus expenses.
Reimbursable Expenses shafl incWde: Mifeage, submittal fees to entities having jurisdiction, pnnting of hard mpy sets,
surveys, soi! borings, and other testing services �
• Sub-consNtantinvoicesandReimbursableexpensesshallbeinvoicedataateo/1.15%.
• MartinRileyMileageisinvoicetlat$.63permile.
Project Schedule and Fee Proposal iv
�� 0 CERTiFICATE OF LIABILITY INSURANCE � s�a�sois
TXIS GERTIFIGATE IS ISSUED AS A MATfER OF INFORMATION ONLY AND LONFERS NO RIGHTS UPON iHE CERTIFICATE HOLDER THIS
CERTIFICATE O�ES NpT AFFIRtaATNEIY OR NEGATIYELY AMENO, E%TEND OR ALTEft THE COYERAGE AFFOft�ED 8Y TNE POLICIES
BELOW. THI$ CERTIFICATE OF INSURANGE OOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER�S�. AUTHORIZEO
REPRESENTATIVE OR PRODUCER AND THE CERTIFICATE HOLDER.
IMPORTANT: It tha <ertNicau ho{tlet Is an A�DITIONAL INSURED, tM poliry�{es� must be entlwsed. It SUeROGATION IS WAIYED, suqaet a
tM1a brmn antl contlitions ai tM1e policy, certaln pallcles may lequlro an antlomemenL A sletement on tM1la certl9cate tloaa not mnfer riBhk �o t�e
ISU Staxart� firimnai, Petezs 6 Company
3'102 Rupp Dxive
Fort wayne Ix C6815
iusuneo
Martin Pilpy Inc, �BA:
Maztiv Riley Architects Engineers
2169 Carlton Road
Oshkosh WI 54904
COVERAGES LERTIFICATE NOMBER:1
THIS IS TO CEftTIFY THAT THE PO�ICIES OF INSUftANCE LISTE
INDICATEO. NOT�MTHSTFNOING ANY REDUIREMENT, TERM OF
CERTIFlCNTE MAY BE ISSUEO OR MAY PERTAIN. THE MSURAI
EXC W SIONS ANO CON�ITIONS OF SUCH POLICIES LIMITS SHOV
L
�A AOEOFINSUMNCE PoL
X LOMMERGPLOEYERFLWBILIIY
p CWMSAIFOE S�OLLUF
% I 3100186510
GEML RGGRE WTE LIMITAPPLIES GEft:
Po���. o PEo- ❑ �o�
,�EA
auTOMOeneune�un
p pNVAVtO
µLON1JE� SCHEDIILE�
WT� NON-0JMEp
K NIRE�AVi05 K qpT05
X UMBRELtAWO X OWUR
0 E%CESSWB �WMS-M
C
LOW HAVE 9EEN IS511ED TO TME
NoITION OF ANT CONTRACT OR i
AFFORDE� BV iHE P011C1Eb OE
AY HAVE BEEN REDUCE� 6T PAI�
5)9/2015 I SJ9/0016
f TO WHICM THIS
ALL THE 1ERM5,
1
�
���EO ���,. , �
E
eooavw�vav�vnp.,.o�� s
K I 3300386510 5/9h�15 5/9/2016 BO�ILYInJVRY1Pa�Wamp i
eP GE0.NOPMAOE S
5/9/3015 I 5/9/3016
oescaienox o� oaew.noxs � iocenaxsr�wcies �nco�+o+a�. �aamo.n n.mw s��.ama m.r...a.<o.a � me�.w=. i. �a.�m
City of Oehkosn, and its offieara, couneil membexs, agents, amployeas antl auNOrizetl volunteera are
liatetl ae an AtldiCional InauTed.
Certificatea o£ Insurance accepGable Co U�e City oY Oshkoeh shall be ¢ubmiGted piiot to commencement of
the vozk to No applicable City tlepartment. Theee cartificates ahall contain a proviaion that coveiaga
aYfordad untlez tha policies will not be canceled os non renewed until at least 30 days' pxior vrit[en
notice has baen givpn to the City Clerk - City of Oshkoth.
City of Oshkosh
Attn City Clerk
215 Church Avenue
PO Box 1130
Oshkoah, WI 54903-1130
IS 9iimaeL, CPCO/KELLI
OO 1988�Y014 Ap
The ACORO name antl logo ara reB�slered marks o(ACORD
SNOtILO ANY OF THE RBOVE DESCftIBEO POLIqES BE CANCELLEO 6EFORE
THE EXPIPATION �ATE TXEREOF, HOTILE WILL BE D£WERED IN
NCCOR�ANCE WITH iXE POLICV PROVISIONS.
AGORD 36 (2016I01)
INS025�zm�oi�
! . �a➢�i... -�