HomeMy WebLinkAboutBOLDT Cost Benefit Analysis Parks & Forestry Building 2017PROFESSIONAL SERVICES AGREEMENT
THIS AGREEMENT, made on the 121h day of September, 2017, by and between the CITY of OSHKOSH,
hereinafter referred to as CITY, and BOLDT TECHNICAL SERVICES, 2525 N. ROEMER ROAD, P.O.
BOX 419, APPLETON, WI 54912-0419, 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 August 18, 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:
Jon G. Urben, General Services Manager
SCOPE OF WORK
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.
City Hall, 215 Church Avenue P.O. Box 1 130 Oshkosh, WI 54903-1130 http://www.ci.oshkosh.wi.us
*
31
I ME
k3
Oshkosh
PROFESSIONAL SERVICES AGREEMENT
THIS AGREEMENT, made on the 121h day of September, 2017, by and between the CITY of OSHKOSH,
hereinafter referred to as CITY, and BOLDT TECHNICAL SERVICES, 2525 N. ROEMER ROAD, P.O.
BOX 419, APPLETON, WI 54912-0419, 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 August 18, 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:
Jon G. Urben, General Services Manager
SCOPE OF WORK
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.
City Hall, 215 Church Avenue P.O. Box 1 130 Oshkosh, WI 54903-1130 http://www.ci.oshkosh.wi.us
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
December 31, 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.
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,
such expenses to be documented by receipts or other appropriate documentation. Reasonable direct
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 compensation
for employee services provided under this paragraph.
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 of $7,500.00 as outlined 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
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
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.
NO WAIVER
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
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
Name o a4y/Firm
By:
—
Q :!Q7 C
(Seal of Contractor (Specify Title)
if a Corporation.)
APPROVED:
A torney
CITY OF OSHKOSH
By:
Mark A. Aohloff, City Manager
And:
Pamela R. Ubrig, City Clerk
I hereby certify that the necessary
provisions have been made to pay
the liability which will accrue under
this contract
City Comptroller
Owner: City of Oshkosh
Project Name: Cost Benefit Analysis for the Parks and Forestry Building
Project Location: Oshkosh, WI
To: John Urben, Manager, General Services Division
City of Oshkosh
Date: August 18, 2017
920-73a-+3321 phcvxi
viv,w Ldd! uxn
Boldt Technical Services (BTS) appreciates the opportunity to submit this proposal for this Cost Benefit
Analysis Proposal for the Parks and Forestry Building.
The City of Oshkosh is looking to complete a Cost Benefit Study for The Parks and Forestry Building
(Idaho and Witzel), This Study will compare the maintence and repalcement costs verses a new facility.
Services Provided by Boldt Technical Services
BTS proposes to provide the following services:
1. Provide an Estimate of Probable cost of repair or replacement of the existing building systems.
2. Provide an Estimate of Probable cost of a new faciltiv.
3. Create a Cost Benefit Analysis.
4. Attend one Council Workshop. Meet with City Council to discuss any questions or comments about
the study.
Services Provided by Others / Clarifications
The following services and items are not included in base pricing provided here. Note: these services
can be provided for additional cost upon request.
1. Concept plans of exisitng and new facility by owner.
2. Any additional time beyond the Council workshop will be completed on a time and material basis or
a revised contract, which ever is preferred by the City of Oshkosh.
Schedule
BTS anticipates the following schedule.
Submit Proposal...................................................................... September 6, 2017
Notice to Proceed (NTP)......................................................... September 8, 2017 (anticipated)
Cost Benefit Study Complete, Review w/ Owner .................... 3-4 weeks after NTP
PROJECT DEVELOPMENT / PROGRAM & DESIGN MANAGEMENT / VALUE MANAGEMENT / COMMISSIONING
B E Y O N D
A Deowon U Me Ba0at Camp ny
r(
a ¢} !{1:25
Technical Services
YEARS
X1525 N R,xmin Rawl
P,O Sox 4111
iur�eiL'E;3ri,1,Vt `w � tl C�i t �i
Proposal
for Cost Benenfit Analysis Revised
Owner: City of Oshkosh
Project Name: Cost Benefit Analysis for the Parks and Forestry Building
Project Location: Oshkosh, WI
To: John Urben, Manager, General Services Division
City of Oshkosh
Date: August 18, 2017
920-73a-+3321 phcvxi
viv,w Ldd! uxn
Boldt Technical Services (BTS) appreciates the opportunity to submit this proposal for this Cost Benefit
Analysis Proposal for the Parks and Forestry Building.
The City of Oshkosh is looking to complete a Cost Benefit Study for The Parks and Forestry Building
(Idaho and Witzel), This Study will compare the maintence and repalcement costs verses a new facility.
Services Provided by Boldt Technical Services
BTS proposes to provide the following services:
1. Provide an Estimate of Probable cost of repair or replacement of the existing building systems.
2. Provide an Estimate of Probable cost of a new faciltiv.
3. Create a Cost Benefit Analysis.
4. Attend one Council Workshop. Meet with City Council to discuss any questions or comments about
the study.
Services Provided by Others / Clarifications
The following services and items are not included in base pricing provided here. Note: these services
can be provided for additional cost upon request.
1. Concept plans of exisitng and new facility by owner.
2. Any additional time beyond the Council workshop will be completed on a time and material basis or
a revised contract, which ever is preferred by the City of Oshkosh.
Schedule
BTS anticipates the following schedule.
Submit Proposal...................................................................... September 6, 2017
Notice to Proceed (NTP)......................................................... September 8, 2017 (anticipated)
Cost Benefit Study Complete, Review w/ Owner .................... 3-4 weeks after NTP
PROJECT DEVELOPMENT / PROGRAM & DESIGN MANAGEMENT / VALUE MANAGEMENT / COMMISSIONING
City of Oshkosh Cost Benefit Study
September 6, 2017
Page 2 of 2
Pricing
BTS proposes to provide a cost benefit analysis described herein for a lump sum price of $7500.
Proposal Acceptance
Information and pricing presented in this proposal is valid for a period of 30 days from the date of the
proposal. After this time, BTS reserves the right to re-evaluate the proposal and adjust accordingly.
We appreciate the opportunity to present this proposal and look forward to working with you on this
project. Should you have any questions, or require further information, please feel free to contact me at
920/225-6217.
Respectfully Submitted,
Eric P. Bauman, AIA, NCARB, LEED AP BD+C
Senior Architect
cc: David Sachs, Doug Haas
PROJECT DEVELOPMENT I PROGRAM & DESIGN MANAGEMENT / VALUE MANAGEMENT / COMMISSIONING