Loading...
HomeMy WebLinkAboutT.R. Karrels and Associates & Oshkosh, Restroom Ren. r » , Oshkosh PROFESSIONAL SERVICES AGREEMENT RESTROOM RENOVATION—TEICHMILLER PARK THIS AGREEMENT, made on the 31st day of MARCH, 2017, by and between the CITY of OSHKOSH, hereinafter referred to as CITY, and T.R. KARRELS AND ASSOCIATES, 1934 ALGOMA BLVD., OSHKOSH WI 54901,hereinafter referred to as the CONSULTANT. WITNESSETH: That the CITY and the CONSULTANT, for the consideration hereinafter named, enter into the following Agreement. COMPONENT PARTS OF THE AGREEMENT This Agreement consists of the following component parts, all of which are as fully a part of this Agreement as if herein set out verbatim, or if not attached, as if hereto attached: 1. This Instrument 2. Consultant's Professional Services Proposal dated MARCH 17,2017, and attached hereto. In the event that any provision in any of the above component parts of this Agreement conflicts with any provision in any other of the component parts, the provision in the component part first enumerated above shall govern over any other component part which follows it numerically except as may be otherwise specifically stated. CITY REPRESENTATIVE The CITY shall assign the following individual to manage this Agreement: CHAD DALLMAN,CITY OF OSHKOSH,ASSIST DIRECTOR OF PARKS SCOPE OF WORK i The CONSULTANT shall provide the services described in the CONSULTANT's attached Professional Services Proposal. CITY may make or approve changes within the general Scope of Services contained within the Professional Services Proposal and in this AGREEMENT. If such changes affect CONSULTANT's cost or time required for performance of the services, an equitable adjustment will be made through an amendment to this AGREEMENT. i City Hall,215 Church Avenue P.O.Box 1 130 Oshkosh,WI 54903-1130 http://www.cl.oshkosh.wi.us i RECORDS AND INSTRUMENTS OF SERVICE All reports, drawings, software, data, computer files, and other materials, documents and instruments prepared by the CONSULTANT as instruments of service shall remain the property of the CITY. Any document related to this agreement, whether in electronic or paper form, is considered a public record and shall be provided to the City upon request. The contractor may provide the City with an explanation of why they believe any document should not be released to the public. The City shall make all final determinations regarding the existence or release of any document related to this agreement. TERM AND TERMINATION A. Term. This Agreement shall commence upon the date indicated above and shall terminate on AUGUST 11,2017, unless terminated earlier by one of the parties as provided below. B. Termination. 1. For Cause. If either party shall fail to fulfill in timely and proper manner any of the obligations under this Agreement, the other party shall have the right to terminate this Agreement by written notice. In this event, the CONSULTANT shall be entitled to compensation to the date of delivery of the Notice. i i'. 2. For Convenience. The CITY may terminate this Agreement at any time by giving written notice to the CONSULTANT no later than 30 calendar days before the termination date. TIME OF COMPLETION The CONSULTANT shall perform the services under this Agreement with reasonable diligence and expediency consistent with sound professional practices. The CITY agrees that the CONSULTANT is not responsible for damages arising directly or indirectly from any delays for causes beyond the CONSULTANT's control. For the purposes of this Agreement, such causes include, but are not limited to, strikes or other labor disputes, severe weather disruptions or other natural disasters, or failure of performance by the CITY. If the delays resulting from any such causes increase the time required by the CONSULTANT to perform its services in an orderly and efficient manner, the CONSULTANT shall be entitled to an equitable adjustment in schedule. SUSPENSION DELAY OR INTERRUPTION OF WORK CITY may suspend, delay, or interrupt the Services of CONSULTANT for the convenience of CITY. In such event, CONSULTANT's contract price and schedule shall be equitably adjusted. ASSIGNMENT Contractor shall not have the right to assign this Agreement without the written prior consent of the City. INDEPENDENT CONTRACTOR CONSULTANT is an independent contractor and is not an employee of the CITY. COOPERATION IN LITIGATION AND AUDITS Contractor shall fully and completely cooperate with the City, the City's insurer, the City's attorneys, the City's Auditors or other representative of the City (collectively, the "City" for purposes of this Article) in connection with(a) any internal or governmental investigation or administrative, regulatory, arbitral or judicial proceeding (collectively "Litigation") or internal or governmental Audit, with respect to matters relating to this Agreement; other than a third party proceeding in which Contractor is a named party and Contractor and the City have not entered into a mutually acceptable joint defense agreement. Such cooperation may include,but shall not be limited to, responding to requests for documents and/or other records, and making Contractor's employees available to the City (or their respective insurers, attorneys or auditors) upon reasonable notice for: (i) interviews, factual investigations, and providing declarations or affidavits that provide truthful information in connection with any Litigation or Audit; (ii) appearing at the request of the City to give testimony without requiring service of a subpoena or other legal process; (iii) volunteering to the City all pertinent information related to any Litigation or Audit; and (iv) providing information and legal representations to auditors in a form and within a timeframe requested. City shall reimburse Contractor for reasonable direct expenses incurred in connection with providing documents and records required under this paragraph and may require, at the City's sole discretion, E' such expenses to be documented by receipts or other appropriate documentation. Reasonable direct E expenses include costs, such as copying, postage and similar costs; but do not include wages, salaries, benefits and other employee compensation. Contractor shall not be entitled to additional E € compensation for employee services provided under this paragraph. E [ STANDARD OF CARE The standard of care applicable to CONSULTANT's Services will be the degree of skill and diligence normally employed by professional CONSULTANTs or consultants performing the same or similar (' Services at the time said services are performed. CONSULTANT will re-perform any services not meeting this standard without additional compensation. CITY RESPONSIBILITIES The CITY shall furnish, at the CONSULTANT's request, such information as is needed by the CONSULTANT to aid in the progress of the project, providing it is reasonably obtainable from City records. CONSULTANT may reasonably rely upon the accuracy, timeliness, and completeness of the information provided by CITY. 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. PAYMENT A. The Agreement Sum. The CITY shall pay to the CONSULTANT for the performance of the Agreement the amount as outline in the Cost portion of the Consultant's Professional Services Proposal. 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. HOLD HARMLESS The CONSULTANT covenants and agrees to protect and hold the City of Oshkosh harmless against all actions, claims, and demands which may be to the proportionate extent caused by or result from the ] intentional or negligent acts of the CONSULTANT, its agents or assigns, its employees, or its 1 subcontractors related to the performance of this Agreement or be caused or result from any violation of any law or administrative regulation, and shall indemnify or refund to the CITY all sums including court costs, attorney fees, and punitive damages which the CITY may be obliged or adjudged to pay on any such claims or demands within thirty (30) days of the date of the CITY's written demand for indemnification or refund for those actions, claim, and demands caused by or resulting from intentional or negligent acts as specified in this paragraph. Subject to any limitations contained in Sec. 893.80 and any similar statute, of the Wisconsin Statutes, the City further agrees to hold CONTRACTOR harmless from any and all liability, including claims, demands, losses, costs, damages, and expenses of every kind and description (including death), which may be to the proportionate extent caused by or result from the intentional or negligent acts of the CITY, its agents or assigns, its employees, or its subcontractors related to the performance of this Agreement or be caused or result from any violation of any law or administrative regulation, where such liability is founded upon or grows out of the acts or omission of any of the officers, employees or agents of the City of Oshkosh while acting within the scope of their employment. It is the intention of the parties to this Agreement that each party shall be solely responsible for its own actions and activities and the actions and activities of its own officers, employees and agents while acting within the scope of their employment INSURANCE The CONSULTANT agrees to abide by the attached City of Oshkosh Insurance Requirements for Professional Services. WHOLE AGREEMENT/AMENDMENT 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. NO THIRD-PARTY BENEFICIARIES This AGREEMENT gives no rights or benefits to anyone other than CITY and CONSULTANT and has no third-party beneficiaries. AGREEMENT NOT TO BE CONSTRUED AGAINST ANY PARTY This Agreement is the product of negotiation between the parties hereto and no term, covenant or I provision herein or the failure to include a term, covenant or provision shall be construed against any party hereto solely on the basis that one party or the other drafted this Agreement or any term, covenant or condition contained herein. i NO WAIVER i I Failure of either party to insist upon the strict performance of terms and provisions of this agreement, or any of them, shall not constitute or be construed as a waiver or relinquishment of that party's right to thereafter enforce such term or provision, and that term of the provisions shall continue in full force and effect. NON-DISCRIMINATION The Operator agrees not to discriminate in its operations under this Agreement on the basis of race, color, creed, age, and gender, or as otherwise prohibited by law. A breach of this covenant may be regarded as a material breach of this Agreement SEVERABILITY If any term, covenant, condition or provision of this agreement shall be invalid or enforceable, the remainder of this agreement shall not be affected thereby the remainder of the agreement shall be valid and enforceable to the fullest extent permitted by law. CHOICE OF LAW AND VENUE E s The laws of the State of Wisconsin shall govern the interpretation and construction of this Agreement. Winnebago County shall be the venue for all disputes arising under this Agreement. IN WITNESS WHEREOF, the City of Oshkosh, Wisconsin, has caused this contract to be sealed with its corporate seal and to be subscribed to by its City Manager and City Clerk and countersigned by the Comptroller of said City, and CONSULTANT hereunto set its hand and seal the day and year first above written. In the Presence of: CONTRACTOR By: a�M04 e,�&t.4.LL (Seal of Contractor (Specify Title) if a Corporation.) CITY OF OSHKOSH By: Mark A. R'ohloff, City Manager KI(Witness) And: (Witness) Pamela R. Ubrig, City Clerk APPROVED: I hereby certify that the necessary provisions have been made to pay the liability which will accrue under this contract 'City"Atk;r'hey City Comptroller e n gi i n e e r • ` associates se c� rchi e c t March 17,2017 City of Oshkosh, Parks Department 805 Witzel Avenue Oshkosh,WI 54902 Attn: Chad Dallman Assistant Director, Parks Department RE: Restroom Renovation—Teichmiller Park Crane Street—Oshkosh,WI Dear Chad, T.R. Karrels&Associates, SC is pleased to present this proposal for design services for the above-referenced project. PROJECT DESCRIPTION The proposed project will consist of providing construction documents, plan review submittal and required onsite observation for this project. This building is an existing 625 SF masonry structure with a wood truss roof system. Work consists of interior renovations/alterations including mechanical and electrical work as part of the base bid and exterior improvements to the roofing,fascia and soffits as an alternate bid. SCOPE OF SERVICES Services shall include the following; j Design Development Phase • Meet with Owner to understand program • Preliminary drawings • State Building code review as necessary for project • Discuss with consultants ➢ Electric ➢ Meet with owner to review findings i Construction Documents Phase • Architectural Drawings ➢ Plans i ➢ Elevations } ➢ Building Sections ➢ Wall Sections ➢ Details • Send drawings to consultants ➢ Electrical • Final review of our drawings • Coordinate our drawings with consultants • Edit Specifications Obtain Approvals Phase • Complete building plan review forms for submittal • Print 4 sets of plans and submit to City of Oshkosh Inspections Office for review/approval Competitive Bidding Phase i • Help with advertise for bidding j • Organize plan holders list and contacts • Answer questions during bidding 1934 Algoma Blvd I Oshkosh VVI 54901 P 920.426.4470 F 920.426.8847 i 1 • Issue Addendum • Review(receive)Bids with owner-select contractor Construction Phase • On site observation • Certify contractor request for payments • Provide punch list • Provide completion statement Review of Shop Drawings Phase • Doors/Frames • Hardware • Plumbing • Electrical ITEMS EXCLUDED FROM SCOPE OF SERVICES: • Cost of document reproduction • State and local plan review fees • State and local permits • Estimating • Printing and distribution of plans to bidders • Certify contractor pay requests • Provide project closeout/punchlist COMPENSATION: I Compensation for Architectural/Structural Services to be as follows: A lump sum fee of$5,300.00 An alternate fee of$900.00 for Construction Administration (includes, onsite observation, review of contractor pay requests and project closeout requirements). If additional services are required or requested, they will be provided on a time and material basis based on the following hourly rates: I Engineering/Principal: $97/hr Architectural: $88/hr Cad Drafting: $78/hr Architect in Training: $65/hr Sincerely, i i i : T.R. Karrels&Associates, SC Tom Karrels, PE E Owner Enc: ! i I 2 j Ac Ra® CERTIFICATE OF LI DATE(MMIDDJYYYY) �-- ABILITY INSURANCE 03/31/2017 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 1-800-527-9049 CONTACT Holmes Murphy & Assoc - WI NAME: Paula Dixon PHONE FAX 800-527-9049 A/C No Ext), A/C No 10 E. Doty Street, Suite 800 EMAIL ADDRESS: Madison, WI 53703 INSURERS AFFORDING COVERAGE NAIC# INSURED INSURERA: BEAZLEY INSURANCE COMPANY INC 37540 T.R. Karrele & Associates, S.C. INSURER B: INSURER C: 1934 Algoma Boulevard INSURER D: Oshkosh, WI 54901 INSURER E: COVERAGESINSURER F: CERTIFICATE NUMBER:49495262 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED ND ABOVE FOR THE POLICY IOD INDICATED, NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT AMEOR OTHER DOCUMENT WITH RESPECT TO PERTHIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES WHICH 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 LTR TYPE OF INSURANCE POLICY NUMBER POLICY EFF POLICY EXP '.. COMMERCIAL GENERAL LIABILITY MM/DD/YYYY MM/DD/YYYY LIMITS '.. EACH OCCURRENCE $ CLAIMS-MADE 0 OCCUR DAMAGE TO RENTED PREMISES Ea occurrence $ MED EXP(Any one person) $ GENT AGGREGATE LIMIT APPLIES PER: PERSONAL&ADV INJURY $ POLICY ]PRO- THER: LOC GENERAL AGGREGATE $ '.. PRODUCTS-COMP/OP AGG $ O '. AUTOMOBILE LIABILITY $ _ COMBINED SINGLE LIMIT $ ANY AUTO Ea accident ALL OWNED SCHEDULED BODILY INJURY(Per person) $ AUTOS AUTOS BODILY INJURY Per accident AUTOS NON-OWNED ( ) $ HIRED -. AUTOS PROPERTY DAMAGE $ Per accident UMBRELLA LIAB OCCUR $ EXCESS LIAB CLAIMS-MADE EACH OCCURRENCE $DED RETENTION — AGGREGATE $ $ _ WORKERS COMPENSATION $ AND EMPLOYERS'LIABILITY Y/N SPETATUTE ERH ANY PROPRIETOR/PARTNER/EXECUTIVE -- OFFICER/MEMBER EXCLUDED? N/A E.L.EACH ACCIDENT (Mandatory in NH) $ If yes,describe under E.L.DISEASE-EA EMPLOYE $ DESCRIPTION OF OPERATIONS below A Professional LiabilityV15JN7160701 E.LDISEASE-POLICY Claims Made LIMIT $ 12/24/16 12/24/18 Each Claim 1,000,000 Aggregate 1,000,000 DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached If more space Is required) Re: 17002 M-Teichmiller Park Restrooms The professional liability policy contains a 30 day notice of cancellation in favor of the City of Oshkoch as required by written contract with the insured, per policy terms and conditions. i CERTIFICATE HOLDER CANCELLATION i LAttn- osh SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION. DATE THEREOF, NOTICE WILL BE DELIVERED IN lerk ACCORDANCE WITH THE POLICY PROVISIONS. venueAUTHORIZED REPRESENATIVE 54903-1130 USA I ACORD t ©1988-2014 ACORD CORPORATION. All rights reserved. amcneillwi 25(2014101) The ACORD name and logo are registered marks of ACORD cnei 49495262 I � I j