Loading...
HomeMy Public PortalAbout013-Sanitary Headworks ImprovemeAGREEMENT THIS AGREEMENT made and entered into this /D -Aday of Fe. & . , 2004, by and between the City of Richmond, Indiana, a municipal corporation acting by and through its Sanitary District (hereinafter referred to as the "City") and The Gale Tschuor Co., Inc., 2401 N Executive Park Drive, Yorktown, IN 47396 (hereinafter referred to as the "Contractor"). SECTION I. STATEMENT AND SUBJECT OF WORK City hereby retains Contractor to perform work in connection with the Headworks Improvement Proj ect. A Certain Bid Specifications dated November 3, 2003, has been made available for inspection by Contractor, is on file in the office of the Richmond Sanitary District, and is hereby incorporated by reference and made a part of this Agreement. Contractor agrees to abide by the same and shall perform all work described in the Bid Specifications, including any addendum to such specifications. The response of Contractor to said Bid Specifications is attached hereto as Exhibit A, which Exhibit is dated January 13, 2004, consists of five (5) pages, and is hereby incorporated by reference, made a part of this Agreement, attached hereto and marked as "Exhibit A." Should any provisions, terms, or conditions contained in any of the documents attached hereto as Exhibits, or in any of the documents incorporated by reference herein, conflict with any of the provisions, terms, or conditions of this Agreement, this Agreement shall be controlling. Contractor shall complete all work within the "Contract Time" described in paragraph one (1) of Exhibit A. The Contractor shall furnish all labor, material, equipment, and services necessary for the proper completion of all work specified. Contractor has inspected the job site and warrants that it is familiar with all of its natural features and conditions. No work shall commence until the City is in receipt of any required bonds and certificates of insurance, and until a purchase order has been issued by the Purchasing Department, SECTION II. STATUS OF CONTRACTOR Contractor shall be deemed to be an independent contractor and is not an employee or agent of the City of Richmond. The Contractor shall provide, at its own expense, competent supervision of the work. SECTION III. COMPENSATION City shall pay Contractor a sum not to exceed One Million Eight Hundred Five Thousand Dollars ($1,805,000.00). Such sum shall be paid within a reasonable time following Contractor's completion of all work required by this Agreement. SECTION N. TERM OF AGREEMENT This Agreement shall become effective when signed by all parties and shall continue in effect until completion of the project. Notwithstanding the term of this Agreement, City may terminate this Agreement in whole or in part, for cause, at any time by giving at least five (5) working days written notice specifying the Contract No. 13-2004 Page 1 of 5 effective date and the reasons for termination which shall include but not be limited to the following: a. failure, for any reason of the Contractor to fulfill in a timely and workmanlike manner its obligations under this Agreement, including but not limited to, all work specified in the Bid Specifications dated November 3, 2003, and any addendum to such Bid Specifications; b. submission by the Contractor to the City of reports or information that is incorrect or incomplete in any material respect; c. ineffective or improper use of funds provided under this Agreement; d. suspension or termination of the grant funding to the City under which this Agreement is made; or e. unavailability of sufficient funds to make payment on this Agreement. In the event of such termination, the City shall be required to pay a reasonable sum for all work performed prior to the effective date by Contractor, but shall be relieved of any other responsibility herein. This Agreement may also be terminated by either the City or the Contractor, in whole or in part, by mutual Agreement setting forth the reasons for such termination, the effective date, and in the case of partial termination, the portion to be terminated. SECTION V. INDEMNIFICATION AND INSURANCE Contractor agrees to obtain insurance and to indemnify the City for any damage or injury to person or property or any other claims which may arise from the Contractor's conduct or performance of this Agreement, either intentionally or negligently; provided, however, that nothing contained in this Agreement shall be construed as rendering the Contractor liable for acts of the City, its officers, agents, or employees. Contractor shall as a prerequisite to this Agreement, purchase and thereafter maintain such insurance as will protect it from the claims set forth below which may arise out of or result from the Contractor's operations under this Agreement, whether such operations by the Contractor or by any sub -contractors or by anyone directly or indirectly employed by any of them, or by anyone for whose acts the Contractor may be held responsible. Coverage Limits A. Worker's Compensation & Statutory Disability Requirements B. Employer's Liability $100,000 C. Comprehensive General Liability Section 1. Bodily Injury $300,000 each occurrence $300,000 aggregate Section 2. Property Damage $100,000 each occurrence D. Comprehensive Auto Liability Section 1. Bodily Injury $300,000 each person Page 2of5 $300,000 each occurrence Section 2. Property Damage $100,000 each occurrence E. Comprehensive Umbrella Liability $1,000,000 each occurrence $1,000,000 each aggregate SECTION VI. COMPLIANCE WITH WORKER'S COMPENSATION LAW Contractor shall comply with all provisions of the Indiana Worker's Compensation law, and shall, before commencing work under this Agreement, provide the City a certificate of insurance, or a certificate from the industrial board showing that the Contractor has complied with Indiana Code Sections 22-3-2-5, 22-3-5-1 and 22-3-5-2. If Contractor is an out of state employer and therefore subject to another state's worker's compensation law, Contractor may choose to comply with all provisions of its home state's worker's compensation law and provide the City proof of such compliance in lieu of complying with the provisions of the Indiana Worker's Compensation Law. SECTION VII. PROHIBITION AGAINST DISCRIMINATION A. Pursuant to Indiana Code 22-9-1-10, Contractor, any sub -contractor, or any person acting on behalf of Contractor or any sub -contractor shall not discriminate against any employee or applicant for employment to be employed in the performance of this Agreement, with respect to hire, tenure, terms, conditions or privileges of employment or any matter directly or indirectly related to employment, because of race, religion, color, sex, disability, national origin, or ancestry. B. Pursuant to Indiana Code 5-16-6-1, the Contractor agrees: That in the hiring of employees for the performance of work under this Agreement of any subcontract hereunder, Contractor, any subcontractor, or any person acting on behalf of Contractor or any sub -contractor, shall not discriminate by reason of race, religion, color, sex, national origin or ancestry against any citizen of the State of Indiana who is qualified and available to perform the work to which the employment relates; 2. That Contractor, any sub -contractor, or any person action on behalf of Contractor or any sub -contractor shall in no manner discriminate against or intimidate any employee hired for the performance of work under this Agreement on account of race, religion, color, sex, national origin or ancestry; That there may be deducted from the amount payable to Contractor by the City under this Agreement, a penalty of five dollars ($5.00) for each person for each calendar day during which such person was discriminated against or intimidated in violation of the provisions of the Agreement; and 4. That this Agreement may be canceled or terminated by the City and all money due or to become due hereunder may be forfeited, for a second or any subsequent violation of the terms or conditions of this section of the Agreement. C. Violation of the terms or conditions of this Agreement relating to discrimination or intimidation shall be considered a material breach of this Agreement. Page 3 of 5 SECTION VIII. COMMON CONSTRUCTION WAGE The Contractor shall pay, and also require any subcontractor to pay wage rates, on the work covered by this Agreement which shall not be less than the prescribed scale of wages determined by the City of Richmond in the document titled "Common Wage Determination," which document is dated April 1, 2003, consists of five (5) pages, is attached hereto, incorporated by reference, made a part of the Agreement, and marked as "Exhibit B". SECTION IX. MISCELLANEOUS This Agreement is personal to the parties hereto and neither party may assign or delegate any of its rights or obligations hereunder without the prior written consent of the other party. Any such delegation or assignment, without the prior written consent of the other party, shall be null and void. This Agreement shall be controlled by and interpreted according to Indiana law and shall be binding upon the parties, their successors and assigns. This document contains the entire Agreement between the parties, although it may be altered or amended in whole or in part at any time by filing with the Agreement a written instrument setting forth such changes signed by both parties. Further, both parties expressly agree that this document supersedes any previous discussion, negotiation, or communication relating to the subject matter in this Agreement. This Agreement may be simultaneously executed in several counterparts, each of which shall be an original and all of which shall constitute one and the same instrument. The parties hereto submit to jurisdiction of the courts of Wayne County, Indiana, and any suit relating to this Contract must be filed in said courts. The parties specifically agree that no arbitration or mediation shall be required prior to the commencement of legal proceedings in said Courts. Any person executing this Contract in a representative capacity hereby warrants that he/she has been duly authorized by his or her principal to execute this Contract. In the event of any breach of this Agreement by Contractor, and in addition to any other damages or remedies, Contractor shall be liable for all costs incurred by City in its efforts to enforce this Agreement, including but not limited to, City's reasonable attorney's fees. In the event that an ambiguity, question of intent, or a need for interpretation of this Agreement arises, this Agreement shall be construed as if drafted jointly by the parties, and no presumption or burden of proof shall arise favoring or disfavoring any party by virtue of the authorship of any of the provisions of this Agreement. Page 4 of 5 IN WITNESS WHEREOF, the parties have executed this Agreement at Richmond, Indiana, as of the day and year first written above, although signatures may be affixed on different dates. "CITY" THE CITY OF RICHMOND, INDIANA by and through its Board of Sanitary Commissio By: President Date: APPROV14�� a6�44� Sarah L. Hutton, Mayor Date: "CONTRACTOR" THE GALE TSCHUOR CO., INC. M 2A, PAWAR1,04-4 /4-019900- � Title:_ �//C/F. �.e gl ruT Date: f 2 - /I nD Page 5 of 5 PROJECT IDENTIFICATION THIS BID IS SUBMITTED TO Headworks Improvements The Richmond Sanitary District 1. The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with OWNER in the form included in the Contract Documents to perform and furnish all Work as specified or indicated in the Contract Documents for the Contract Price and within the Contract Time of 365 calendar day and in accordance with the other terms and conditions of the Contract Documents. 2. Bidder accepts all of the terms and conditions of the Notice to Contractors, Invitation to Bid and Instructions to Bidders, including without limitation those dealing with the disposition of Bid security. This Bid will remain subject to acceptance for ninety (90) days after the day of Bid opening. 3. In submitting this Bid, Bidder represents, as more fully set forth in the Agreement and the Contract Documents: (a) Bidder has examined copies of all the Bidding Documents and of the following Addenda (receipt of all which is hereby acknowledged): Date One Number 17-Nov-2003 (b) Bidder has familiarized itself with the nature and extent of the Contract Documents, Work, site, locality, and all local conditions and Laws and Regulations that in any manner may affect cost, progress, performance or furnishing of the Work. (c) Bidder has studied carefully all reports and drawings of subsurface conditions and drawings of physical conditions, of the extent the technical data contained in such reports and drawings upon which Bidder is entitled to rely. (d) Bidder has obtained and carefully studied (or assumes responsibility for obtaining and carefully studying) all such examinations, investigations, explorations, tests and studies _(in addition to or to supplement those referred to in (c) above) which pertain to the subsurface or physical conditions at the site or otherwise may affect the cost, progress, performance or furnishing of the Work as Bidder considers necessary for the performance or furnishing of the Work at the Contract Price, within the Contract Times and in accordance with the other terms and conditions of the Contract Documents; and no additional examinations B-1 i7 PACE 1 —OF.� d investigations, explorations, tests, reports or similar information or data are or will be required by Bidder for such purposes. (e) Bidder has reviewed and checked all information and data shown or indicated on the Contract Documents with respect to existing Underground Facilities at or contiguous to the site and assumes responsibility for the accurate location of said Underground Facilities. No additional examinations, investigations, explorations, tests, reports or similar information or data in respect of said Underground Facilities are or will be required by Bidder in order to perform and furnish the Work at the Contract Price, within the Contract Time and in accordance with the other terms and conditions of the Contract Documents. (f) Bidder has correlated the results of all such observations, examinations, investigations, explorations, tests, reports and studies with the terms and conditions of the Contract Documents. (g) Bidder has given ENGINEER 'written notice of all conflicts, errors or discrepancies that it has discovered in the Contract Documents and the written resolution thereof by ENGINEER is acceptable to Bidder. (h) This Bid is genuine and not made in the interest of or on behalf of any undisclosed person, firm or corporation and is not submitted in conformity with any agreement or rules of any group, association, organization or corporation; Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid; Bidder has not solicited or induced any person, firm or corporation to refrain from bidding; and Bidder has not sought by collusion to obtain for itself any advantage over any other Bidder or over OWNER. 4. Bidder will complete the work, excluding alternate items for the lump sum price shown below and including the Major Equipment Items as identified on page B-3. TOTAL LUMP SUM BID: I, %L D, O 00 . CC:, (Figures) (W 5. Bidder agrees that the Work will be substantially complete within 320 calendar days and completed and ready for final payment within 3W callVd�r ys of the date of notice to proceed. Bidder accepts the provisions in the Agree ent as to rqurdated damages in the event of failure to complete Work on time. 6. The following documents are attached hereto and made a condition of this Bid: (a) Completed Forni 96 (Revised 2000) (b) Required Bid Security -- PAGE MAJOR EQUIPMENT ITEMS 1. Bidders shall include in their Lump Sum Contract Price one of the listed Suppliers of material or equipment and shall circle the Supplier (A, B, or C) included in their Bid. Should Bidder fail to indicate which Supplier is included in the Lump Sum Contract Price, Bidder shall furnish Supplier A. 2. A substitute may be offered by Bidder by writing in the name of a proposed Supplier, in the blank labeled (substitute) and the cost to be deducted from the Lump Sum Contract Price if the substitute is accepted. When writing in a substitute, Bidder shall also circle the listed Supplier (A, B, or C) used in preparing their Bid. Major Equipment Schedule: Specification Section Description of Item Supplier Deduct if Acceptable Substitute 11323 Grit Removal System Smith & Loveless $ N/A. 11327 Grit Washing Equipment Tru Grit by Parkson Corporatio $ N/A 11330 Fine Screen Equipment Parkson Hycor $ N/A NO SUBSTITUTES! I:mcj 0 ALTERNATES Bidder provides the following additive alternate prices for OWNBR's consideration: Alternate 1 — Existing Structural Demolition (Reference Section 01230, Part 3, Section 3.01 A) (written) Dollars ($ d ) (figures) Add Thirty (30) calendar days for Alternate 1. UNDISTRIBUTED ITEMS Bidder provides the following unit prices for quantities of additional work, which may become necessary, for OWNER's consideration: Undistributed Item 1 - Over Excavation and Fill $ 42.00 / Cy B-4 A . PAGE V 1' .5_ . I SUBMITTED on -January 13 , 2004. If Bidder is: An Individual By. (Seal) (Individual's Name) doing business as Business address: Phone No.: A Partnershi By: (Seal) (Firm Name) (General Partner) Business address: Phone No.: A Corporation By: The Gale Tschuor Co., Inc. (Seal) (Corporation Name) (Title) A nda .Jester, Secretary Business address: 2401 N. Executive Park Drive, P.O. Box 278 Yorktown IN 47396 Phone No.: [7651 759-6280 Fax No.: [7651 759-6293 A Joint Venture By:_ Address: (Name) (Name) Address: (Each joint venture must sign. The manner of signing for each individual, partnership and corporation that is a party to the joint venture should be in the manner indicated above.) B-5 v �. CITY; Richmond COUNTY; Wayne = STATE; INDIANA We, the undersigned Committee, appointed purmant to (IC) 5-16-7, do fix and determine the "Common Construction Wage" scales to apply on; City of Richmond; 1,Digester Project Phase 2; 2*rimary Works rehab; 3) Stright Line & Smith Lane Storm Sewer Improvements; 4) Sylvan Nook Lift Station; 5) N. W. 13th St Interceptor, 6) Hartman Ditch Rehab; 7) Sheridan St Underpass; 8) Headworks Rehab. (Job Classifications attached) CLASSIFICATION CLASS BASE -RATE FR]NGE. PER HOUR BENEFITS Asbestos Workers Skilled 19.80 5.25 Semi -Skilled 15.84 5.25 Un-Skilled 11.88 5.25 Boilermakers Skilled 24.75 u 7.76 Semi -Skilled 19.80 7.76 Un-Skilled 14.85 7.76 Bricklayers Skilled 22.81 7.43 Semi -Skilled 21.80 7.43 Un-Skilled 11.40 7.43 Carpenters Skilled 19.78 7.13 Semi -Skilled 18-14 - 7.13 Un Skilled 13.61 7.13 Carpet Layers Skilled 22.78 7.13 Semi -Skilled 18.14 7.13 Un-Skilled 13.61 7.13 Cement Masons Sk Med 20.00 6.15 Semi -Skilled 16:00 6.15 Un-Skilled 12.00 6.15 Drywall Installers Skilled 22.78 7.13 Semi -Skilled 18.14 7.13 Un Skilled 13.61 7.13 Dynamite .Men Skilled 16.42 4.54 Electricians Skilled 25.05 8.45 Semi -Skilled 20.04 8.45 Elevator Constructors Glaziers Hod Carriers Iron -workers Laborers Millwrights Mortar Mixers Operating engineers Group I Group H Group IV Un-Skilled 15.03 8.45 Skiked 27.07 10.22 Semi -Skilled 18.95 8.95 Un-Skilled 13.54 5.41 Skilled 21.00 3.71 Semi -Skilled 16.80 3.71 Un Skilled 12.60 3.71 Semi -skilled 17.38 530 Skilled 20.14 8.65 Semi -Skilled 16.11 8.65 Un-Skilled 12.08 8.65 ' Skilled 17.88 5.30 Semi -Skilled 17.38 5.30 Un-Skilled 16.88 530 Skilled 21.88 8.28 Semi -Skilled 16.64 8.28 Un Skilled 12.50 828 Skilled 17.38 - 530 91diled 23.55 7.95 Semi Skilled 18.08 7.95 Un-Skilled 13.56 7.95 Skilled 20.60 7.95 Semi -Skilled 17.32 7.95 Un-Skilled, 12.99 7.95 Skilled 19.60 7.95 Semi -Skilled 15.72 7.95 Un-Skilled 11.79 7.95 Slcdled 16-20 7.95 Semi -Skilled 13.29 7.95 Un-Skilled 9.97 795 y Painters: RollMnish Skilled Semi -Skilled Un-Skilled Spray/Sandblast Skilled Semi -Skilled Un-Skilled ' Piledriver Skilled Semi -Skilled Un-S1dI1ed Plumbers & Pipefitters Skilled ' Semi -Skilled Un-Skilled Plasterers Skilled Semi -Skilled Un Skilled Pointers/Cleaaers/Caulkers Skilled Semi -Skilled Un-Skilled Roofers Skilled Semi -Skilled Un-Skilled Sheet Metal Workers Skilled . Semi -Skilled Un-Skilled Sound & Communication tech. Skilled - Semi -Skilled Un Skilled Sprinkler Fitters Skilled Semi -Skilled Un Skilled Stone Masons Skilled Semi -Skilled Un-Skilled 18.05 3.60 14.44 3.60 10.83 3.60 1855 3.67 14.44 3.67 10.83 3.67 22.78 7.13 18.14 7.13 13.61 7.13 24.15 8.32 1930 8.32 14.47 8.32 20.00 6.15 16.00 6.15 12.00 - 6.15 20.24 6.15 16.19 6.15 12.14 6.15 20.96 6.20 1.8,86 6.20 11.53 _ 620 25.22 10.49 20.18 10.49 15.13 10.49 19.55 525 17.63 5.25 11.73 5._5 22.04 5.85 17.63 5.85 13.22 5.85 22.81 7.43 16.59 7.43 12.44 7.43 W Terrazzo Skilled 26.48 6.27 Semi -Skilled 23.83 627 Un-Skilled 11.92 627 Tile & Marble Setters Skilled 26.13 627 Semi -Skilled 23.51 6.27 Un Skilled 11.75 6.27 Teamsters over 3 ton Skilled 16.80 247.00 r week ' _ per _ Teamsters 3 ton Sc under Skilled 16.80 247.00 per week t Teamsters/Single Axle Skilled 16.80 247.00 per week Teamsters/ Tandem Axle Skilled 17.00 247.00 Per week Teamsters/Tri Axle Skilled 1720 247.00 per week Teamsters/ Four Axle Skilled 17.25 247.00 per week , Teamsters/ Semi Trailers Skilled 17.15 247.00 per week Trick Driver Mechanics Skilled 17.15 247.00 per. week Warehousemen Skilled 16.30- 247.00 per week All Apprentices As approved by U.S. Dept. Of Labor —Bureau of Apprenticeship & Training Other hourly Compensations may consist of Employee Fringe Benefits purchased by the employer such as Health Insurance, Pension Benefits, Apprenticeship Training and ETC. Or the equivalent amount may be employee's hourly wage. Stipulation as to the employment of apprentices: Apprentices will be permitted to work at less than the pre -determined rate for the classification of work they perform when they are employed pursuant to and -individually registered in a BONA -FIDE APPREN"1'ICESHIP program registered with the U.S. Department. of Labor, Bureau of Apprenticeship and Training. Their wage rate will ._ be their individual warranted percentage of the hemin listed skilled classification prevailing wage rate. Apprentices shall be permitted to work only as the ratio to journeymen in the apprenticeship program standards State. Absence of wage determination for the class of Semi -Skilled - workers in a ag and Un Skilled particular classification is the result of the -committee's de#ezmination that the prevailing practice in immediate locality is no to use Semi -Skilled or Un-Skilled workers in that classification. on ' construction sites. The attached Job Classification Document, Statewide classification and description determining rates for building construction. Completely describes each job Classification which is contained on this Scale. This Document is the only reference which is applicable to determining the job Classification on an individual worker and must be referred to when assigning a classification to a worker. REPRESENTING THE GOVERNOR OF INDIANA T R. SENTING AWARDING AGENCY TAXPAYER;REP E i G COUNTY CONEVHSSIONERS; REPRESENTING THE AWARDING AGENCY & INDUSTRY; REPRESENTING THE INDIANA STATE AFL-CIO; Dated this I ST . Day of April 2003