Loading...
HomeMy Public PortalAbout106-2016 - Sanitary - Lochmueller - Design a new Lift StationAGREEMENT THIS AGREEMENT made and entered into this day of , 2016, and referred to as Contract No. 106-2016 by and between the City of Ric ond, Indiana, a municipal corporation acting by and through its Board of Sanitary Commissioners (referred to as the "City"), and Lochmuller Group, 3502 Woodview Trace, Suite 150, Indianapolis, IN 46278 (hereinafter referred to as the "Contractor"). SECTION I. STATEMENT AND SUBJECT OF WORK City hereby retains Contractor for the work described on Exhibits "A" attached hereto with such work generally being related to the evaluation and design of the "Hayes Lift Station" and "Far North Lift Station." The engineering services to be rendered shall include those services set forth on Exhibit "B" attached hereto and incorporated by reference herein. The Contractor shall provide services relative to preliminary engineering evaluations; topographic survey data collection; geotechnical investigations; preliminary engineering reports; designing and permitting; bidding; and construction management and inspection, all of which are applicable to both of the above - referenced Lift Stations, with such general services including those specific services listed within each general category which are more specifically set forth on Exhibit "B" of this Agreement. Requests for Proposals for the above -referenced project have been made available for inspection by Contractor, and are on file in the office of the Department of Sanitation for the City of Richmond, Indiana, consisting of one (8) pages, which is attached hereto and incorporated by reference herein as Exhibit "A". The response of Contractor to said Request for Proposals is attached hereto and incorporated by reference herein as Exhibit "B", consisting of six (6) typewritten pages, which includes Appendices A-D. Should any provisions, terms, or conditions contained in any of the documents attached hereto and incorporated by reference herein as Exhibits, conflict with any of the provisions, terms, or conditions of this Agreement, this Agreement shall be controlling. The Contractor shall furnish all labor, material, equipment, and services necessary for the proper completion of all work specified. Contractor shall submit statements or bills monthly. No performance of services shall commence until the following has been met: 1. The City is in receipt of any required certificates of insurance and/or warranties; 2. The City is in receipt of any required affidavit(s) signed by Contractor in accordance with I.C. § 22-5-1.7-11(a)(2); and 3. A purchase order has been issued by the Purchasing Department. SECTION 11. 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 1 1 Page Contract No. 106-2016 City shall pay Contractor at the rates indicated in Exhibit `B"; with the rates being particularly set forth on Appendix D to such Exhibit. SECTION IV. TERM OF AGREEMENT This Agreement shall become effective when signed by all of the parties hereto. 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 thirty (30) days written notice specifying the effective date and the reasons for termination which shall include but are not be limited to the following: a. failure, for any reason of the Contractor to fulfill in a timely manner its obligations under this Agreement; b. submission of a report, other work product, or advice, whether oral or written, by the Contractor to the City that is incorrect, incomplete, or does not meet reasonable professional standards 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. 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. This Agreement may also be terminated by either the City or the Contractor, without cause, by giving at least thirty (30) days written notice to the other party. In the event of termination of this Agreement, the City shall be required to make payment for all work performed prior to the date this Agreement is terminated, but shall be relieved of any other responsibility herein. 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 2 1 Page A. Worker's Compensation & Statutory Disability Requirements B. Employer's Liability $100,000 C. Comprehensive General Liability Section 1. Bodily Injury $1,000,000 each occurrence $2,000,000 aggregate Section 2. Property Damage $1,000,000 each occurrence D. Comprehensive Auto Liability Section 1. Bodily Injury $1,000,000 each person $1,000,000 each occurrence Section 2. Property Damage $1,000,000 each occurrence E. Comprehensive Umbrella Liability $1,000,000 each occurrence $1,000,000 aggregate F. Malpractice/Errors & Omissions Insurance $1,000,000 each occurrence $2,000,000 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. COMPLIANCE WITH INDIANA E-VERIFY PROGRAM REQUIREMENTS Pursuant to Indiana Code 22-5-1.7, Contractor is required to enroll in and verify the work eligibility status of all newly hired employees of the contractor through the Indiana E-Verify program. Contractor is not required to verify the work eligibility status of all newly hired employees of the contractor through the Indiana E-Verify program if the Indiana E-Verify program no longer exists. Prior to the performance of this Agreement, Contractor shall provide to the City its signed Affidavit affirming that Contractor does not knowingly employ an unauthorized alien in accordance with IC 22-5-1.7-11 (a) (2). In the event Contractor violates IC 22-5-1.7 the Contractor shall be required to remedy the violation not later than thirty (30) days after the City notifies the Contractor of the violation. If Contractor fails to remedy the violation within the thirty (30) day period provided above, the City shall consider the Contractor to be in breach of this Agreement and this Agreement will be terminated. If the City determines that terminating this Agreement would be detrimental to the public interest or public property, the City may allow this Agreement to remain in effect until the City procures 3 1 Page a new contractor. If this Agreement is terminated under this section, then pursuant to IC 22-5- 1.7-13 (c) the Contractor will remain liable to the City for actual damages. SECTION VIIL IRAN INVESTMENT ACTIVITIES Pursuant to Indiana Code (IC) 5-22-16.5, Contractor certifies that Contractor is not engaged in investment activities in Iran. In the event Board determines during the course of this Agreement that this certification is no longer valid, Board shall notify Contractor in writing of said determination and shall give contractor ninety (90) days within which to respond to the written notice. In the event Contractor fails to demonstrate to the Board that the Contractor has ceased investment activities in Iran within ninety (90) days after the written notice is given to the Contractor, the Board may proceed with any remedies it may have pursuant to IC 5-22-16.5. In the event the Board determines during the course of this Agreement that this certification is no longer valid and said determination is not refuted by Contractor in the manner set forth in IC 5-22-16.5, the Board reserves the right to consider the Contractor to be in breach of this Agreement and terminate the agreement upon the expiration of the ninety (90) day period set forth above. SECTION IX. 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: l . 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; 3. 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. 4 1 Page SECTION X. RELEASE OF LIABILITY Contractor hereby agrees to release and hold harmless the City and all officers, employees, or agents of the same from all liability which may arise in the course of Contractor's performance of its obligations pursuant to this Agreement. SECTION XI. 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 constitutes 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. By executing this Agreement the parties agree that this document supersedes any previous discussion, negotiation, or conversation relating to the subject matter contained herein. This Agreement may be simultaneously executed in several counterparts, each of which shall be an original and all of which shall constitute but one and the same instrument. The parties hereto submit to jurisdiction of the courts of Wayne County, Indiana, and any suit arising out of 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. By executing this Agreement, Contractor is estopped from bringing suit or any other action in any alternative forum, venue, or in front of any other tribunal, court, or administrative body other than the Circuit or Superior Courts of Wayne County, Indiana, regardless of any right Contractor may have to bring such suit in front of other tribunals or in other venues. 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. [Signatures to Follow on Page 6] 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. 5 1 Page "CITY" "CONTRACTOR" The City of Richmond, Indiana, by and through its Board of i Commissioners Sue Miller, President C Amaa-Baksh' Stiens, Member Dated: APPROVED: 7!�X—,M�ayor Dated: Lochmuller Group By: (Printed): �9 �2L (�, A",7 z v Title: �rdl6,. ,Iz- U? Dated: l,/ i /z as 6 1 Page o " DAVE SNOW �y u o Mayor WILLIAM N. HARRIS Director CITY OF RICHMOND DEPARTMENT OF SANITATION 2380 LIBERTY AVENUE•RICHMOND, INDIANA 47374 PHONE (765) 983-7450•FAX (765) 962-2669 May 24, 2016 Lochmuller Group Attn: Todd Trinkle 3502 Woodview Trace, Suite 150 Indianapolis, IN 46278 Re: Request for Proposals Hayes Lift Station and Far North Richmond Lift Station Improvement Project The Richmond Sanitary District is seeking the assistance of an engineering consultant to complete an evaluation, design and prepare construction documents for the rehabilitation of two lift stations owned and operated by the Richmond Sanitary District. Please review the attached RFP and, if interested in this work, please present a proposal as outlined. Thanks, Elijah W. Welch, P.E. District Engineer Richmond Sanitary District REQUEST FOR PROPOSAL RICHMOND SANITARY DISTRICT ENGINEERING SERVICES FOR LIFT STATION IMPROVEMENTS HAYES LIFT STATION AND FAR NORTH RICHMOND LIFT STATION IMPROVEMENT PROJECT 2016 The Richmond Sanitary District is seeking a detailed proposal for a professional consultant, (Herein after referred to as ENGINEER) to provide engineering services for the Richmond Sanitary District. Respondents to this Request for Proposal (RFP) shall comply with the Terms and Conditions contained herein. This RFP is composed of six (6) parts as follows: Part 1 — Background Part 2 — Information Available from the Richmond Sanitary District Part 3 — Proposed Scope of Work Part 4 — Deliverables Part 5 — Form and Content of Technical Proposal Part 6 — Submittal Requirements PART 1— BACKGROUND The Richmond Sanitary District owns and operates multiple lift stations, two of which are in need of rehabilitation. The Hayes Lift Station was built in approximately 1994 and is located at 355 Gravel Pit Road as shown in Figure 1. It is currently a duplex station using 60 HP Vaughn Model S4R submersible pumps. This station runs for approximately 4.65 hours per day and discharges through an 8-inch and 6" DIP PVC forcemain. It receives residential, commercial and industrial discharges. RSD plans to demolish and rebuild the station. The Far North Richmond Lift Station was built in approximately 1977 and is located at 3923 Chester Blvd. as shown in Figure 2. It is currently a duplex station using 11.3 HP Peabody Barnes Model 4SE-L submersible pumps. This station runs for approximately 3.6 hours per day and discharges through a 6-inch PVC forcemain. It receives primarily residential discharge. RSD plans to replace all pumps, controls, interior piping and valves (including in valve vault) and re -use, if possible, the wet well and valve vault. It will be a requirement of the Engineer to determine if any existing structures are of usable size and condition or if new concrete structures are required. PART 2 — INFORMATION AVAILABLE FROM THE RICHMOND SANITARY DISTRICT The following information is enclosed and/or available upon request: Exhibit A 1. Existing pumping equipment information (to be confirmed by ENGINEER during field inspections). 2. Sewer mapping (with limited details). 3. Plans from installation or latest upgrade at each station. A guided tour and pre -proposal meeting attended by members of the District staff will be held at your request and scheduled within a reasonable time frame. The District will obtain and provide the following information during the design process: 1. District preferences on pumps, other equipment, instrumentation and controls. 2. Performance (run-time and pump down) data of existing lift station as available and upon request. PART 3 — PROPOSED SCOPE OF WORK The following shall be considered as the "baseline" Scope of Work. The associated "Technical and Fee Proposal" shall be based upon this Scope and any other work the ENGINEER would expect to be required to complete this project. The Scope of Work is as follows. Section A — Preliminary Engineering Evaluation ENGINEER shall conduct a preliminary engineering evaluation. Tasks shall involve, but are not necessarily limited to the following for both Hayes and Far North Richmond Lift Stations: • Perform a field survey including vertical and horizontal data of lift station and collection system information and gather other existing lift station data as required for design. RSD personnel can assist in locating and opening station as well as pull pumps for inspection by ENGINEER. • Calculate the system head curve and capacity requirements (Hayes Lift Station may require additional capacity — to be discussed during this process). • Select a submersible pump from a reputable manufacturer (Flowserve or equal), capable of transporting the discharges from domestic sources. • Perform storage calculations and determine wet well dimensions and/or evaluate existing infrastructure. • Prepare cost opinions for the options investigated above. • Compile findings with a recommendation into a Preliminary Engineering Report and present to the Richmond Sanitary District staff. Section B — Design and Permitting Exhibit A • ENGINEER shall prepare design drawings and related supporting data that are suitable for approval by the Indiana Department of Environmental Management (IDEM), the Indiana Department of Natural Resource (IDNR) and any other necessary regulatory agencies. The design must be appropriate for construction purposes and incorporate RSD telemetry equipment and practices. • All necessary design areas such as structural, mechanical, electrical and instrumentation and control to replace each station must be addressed. Tasks shall involve, but are not necessarily limited to the following. • Prepare design drawings. • Prepare technical specifications. • Perform design basis calculations. • Prepare narratives for submittal to permitting agencies and submit for approval and permits as required. • Provide additional services necessary for agency approval. • Prepare Engineer's final cost estimate Section C — Bid Administration ENGINEER shall provide limited bid administration services. Tasks shall involve, but are not necessarily limited to the following. • Assist in preparing construction bid documents by providing all technical specifications and plans. Front end documents shall be provided by RSD. • Attend, facilitate and prepare minutes of pre -bid meeting. • Prepare and provide any addenda to the District for distribution. • Review bids and make recommendations for bid award Section D — Construction Management and Inspection • Provide minimal on -site construction inspection services. • Review shop drawings and make recommendations. • Attend, facilitate and prepare minutes for pre -construction meeting. • Assure delivery and review of Guarantees, Certificates and Maintenances and Operations manuals. • Perform final inspection and be on -site during station startup and assist in preparing punch list. Note: The Richmond Sanitary District reserves the right to self -perform all or portions of Section D. PART 4 — DELIVERABLES Exhibit A ENGINEER shall deliver at a minimum the following: Section A — Preliminary Engineering Evaluations • Preliminary Engineering Report with Cost Opinions Section B — Design and Permitting • Design drawings • Technical specifications • Design basis calculations • Submittal of Permits to necessary agencies (pass through of permit fees) through approval through permitting agencies Section C — Bid Administration • Pre -bid meeting • Prepare addenda • Bid tabulations and recommendations for bid award Section D — Construction Management and Inspection • Shop drawing review • Pre -construction meeting minutes • Inspection reports, punch -lists, etc • Review of as -built drawings from Contractor's field mark-up. PART 5 — FORM AND CONTENT OF TECHNICAL AND FEE PROPOSAL Respondents to this RFP shall submit a Technical and Fee Proposal which shall be organized and include information as follows: Section 1 — Company Introduction identifying at a minimum all parties involved in response to the RFP. Section 2 — Project Understanding identifying at a minimum the respondent's understanding of the Scope of Work. This section may also include a discussion of respondent's use of equipment, innovation technologies, alternative work strategies and comments upon the Scope of Work as contained in this RFP. Section 3 — Project Schedule • Assume a Notice to Proceed date of August 1, 2016. • Propose an estimated schedule for submittal of your required deliverables Exhibit A Section 4 — Project Team identifying the key staff members of the respondent's firm who will be dedicated to the project, including a description of each member's roles and responsibilities on this project. Resumes shall be provided for each key staff member. Section 5 — Related Project Experience identifying no more than three (3) of your most recent past, similar projects. The information shall include at a minimum, a description of the work, the client's name, the client's contract representative and telephone number and the schedule within which the engineering and design work was completed. Section 6 — Agreement with Insurance Requirements shall be stated along with any exceptions. The successful respondent shall be required to name the Richmond Sanitary District as an additional insured. Section 7 — Proposal Fee Tabulation. The Fee Tabulation shall be structured based upon the work items as identified in Part 3 of this RFP. A tabulated Probable Opinion of Cost shall be prepared to address each Scope item. Respondents may propose fees based upon unit price, lump sum, hourly rate, or any combination thereof. For Section D (Construction Management and Inspection) provide hourly rates for each staff member. Cost-plus fees must include estimated man-hours by labor classification by task, estimated of other direct costs, overhead and profit allowances, etc. Unit price items must identify the estimated number of units associated with the unit price. The final tabulation of costs shall be considered a "Not to Exceed" fee. Respondents submitting alternative Scope of Work strategies for consideration must submit separate fee tabulation for each alternative Scope of Work. PART 6 — SUBMITTAL REQUIREMENTS Three bound copies of the "Technical and Fee Proposal" shall be submitted to the Richmond Sanitary District no later than June 10, 2016. Proposals shall be delivered to: Richmond Sanitary District Attn: Elijah W. Welch, P.E. 2380 Liberty Avenue Richmond, IN 47374 The Richmond Sanitary District reserves the right to reject any parts and/or your entire proposal. Exhibit A .10 9 CL®CHi1 AUEL1LER �G�OUP Mr. Elijah W. Welch, P.E. District Engineer Richmond Sanitary District 2380 Liberty Avenue Richmond, IN 47374 Subject: Scope and Fee for Far North and Hayes Lift Station Design Project Mr. Welch, Thank you for giving Lochmueller Group the opportunity to provide design services on the above -named project. We are providing our scope and fee based on the proposal provided to the Richmond Sanitary District on June 10a', 2016. In addition, we have added the following Items requested In the email we received from RSD on July 215% 2016. • Shed Enclosure (included in the Design and Permitting line Item) • On -Site Backup Generator (Hayes lift station only, distributed in Design and Permitting, Bid Administration, and Construction Management & Inspection) • Geotechnicai Investigation (Separate line item added) Find attached the following: • Appendix A: Scope of Services • Appendix B: information to be Provides€ by owner • Appendix C: Schedule • Appendix D: Fee Please let us know If you have any questions. We look forward to working with you on this important project for RSD. Sincerely, Jeff DeWitt, P.E. Director of Water Resources 3502 Woodview Trace, Suite 1S0 Indianapolis, Indiana 46268 PHONE 317.222-3880 • TOIL FREE. SU.B30.6977 Exhibit B RICHMOND SANITARY DISTRICT HAYES LIFT STATION & FAR NORTH LIFTSTATION IMPROVEMENTS PROJECT ENGINEERING SERVICES APPENDIX A SCOPE OF SERVICES A) PRELIMINARY ENGINEERING EVALUATION 1) CONSULTANT shall conduct a Project Kickoff Meeting with the client. 2) TOPOGRAPHIC SURVEY DATA COLLECTION a) CONSULTANT shall perform the topographic survey data collection of the existing conditions required to adequately design the proposed improvements. In addition, CONSULTANT shall provide horizontal and vertical control points that will be avallable to the contractor during the construction phase of the project. b) CONSULTANT shall locate existing utilities within the defined survey limits using observed evidence along with the Indiana Underground Plant Protection Service (IUPPS). 3) GEOTECHNICAL INVESTIGATION a) CONSULTANT shall coordinate with a qualified geotechnical firm to perform one (1) soil boring per site (Hayes Lift Station and Far North Richmond Lift Station) and geotechnical investigation of the two sites and summarize findings in a report. 4) PRELIMINARY ENGINEERING REPORT a) CONSULTANT shall perform engineering calculations to determine the necessary pump station improvements. b) CONSULTANT shall prepare a report summarizing the evaluation that Include the following sections: (I) Introduction (11) Current Situation (iii) Future Situation (iv) Evaluation of Alternatives (v) Recommended Alternative B) DESIGN AND PERMITTING 1) Design and Permit Submittal CONSULTANT shall: a) Perform final engineering calculations and provide to OWNER. b) Submit final drawings for the proposed facilities. The following final drawings shall be included as part of the design submittal: (i) Title Sheet (ii) Location Sheet with Control Points and Benchmarks (iii) Site Plan for the Hayes & Far North Lift Stations (iv) Detail Sheets for the Hayes & Far North Lift Stations (v) Electrical, Instrumentation, & Control Sheets. c) Submit final Technical Specifications that include the following: Exhibit B Front End Documents for Bidding Requirements pl) Standard General Conditions (either FJCDC or standard from RSD if available) (iii) Site Work Specifications (iv) Equipment Specifications (v) Concrete Structure Specification (vi) Electrical, Instrumentation, & Control Specifications d) Submit a full -project opinion of probab'.e construction costs. e) Prepare the application for an IDEM construction permit. f) Prepare the application for the Construction in a Floodplain permit, if required. g) Submit three (3) hard copy sets (full size and half-size) and an electronic version (PDF) of all documents to the OWNER for review and comment C) BIDDING PHASE CONSULTANT shall perform the following as requested by the OWNER: 1) Prepare the final construction documents for bidding, including the advertisement for bidding. 2) Provide all final construction and bidding documents to the owner In the following quantities and format: 4 hard copy sets (full size and half-size), an electronic version in both PDF and AutoCAD format. 3) Perform the following services: a) Reproduce bid documents for distribution by the OWNER b) Prepare agenda, conduct, and prepare minutes for a pre -bid conference to be held at a location determined by the OWNER. c) Provide technica: clarification to questions during bid time and prepare addenda as required to document required construction documentation changes. d) Review and evaluate bids and prepare bid tabulation. e) Prepare recommendation to OWNER regarding award of construction contract. D) CONSTRUCTION MANAGEMENT & INSPECTION The CONSULTANT shall perform the following services for the construction period specified in the Contract Documents as requested by the OWNER: 1) Prepare agenda, conduct, and prepare minutes for a pre -construction conference to be held at a location determined by the OWNER. 2) Provide inspection including up to three (3) visits to the site by the construction inspector. 3) Review shop drawings, diagrams, illustrations, samples and schedules, the results of tests and inspections, and other data which the contractor is required to submit to demonstrate conformance with the design concept of the PROJECT. 4) Furnish a set of reproducible (and digital — PDF and Auto CAD) record prints of the construction plans, based on prints marked by the contractor, to show those changes made during construction which the CONSULTANT considers significant. 5) Provide prompt written notice to OWNER whenever CONSULTANT becomes aware of defects or changed circumstances in the PROJECT. 5) Make a final technical inspection of the PROJECT with the OWNER's representative. 7) Provide certification as to completion of the PROJECT according to the approved Contract Documents. Exhibit B APPENDIX B INFORMATION AND SERVICES TO BE PROVIDED BY OWNER A) DAILY RUN TIMES FOR PUMPS B) RECORD DRAWINGS OF EXISTING PUMP STATONS C) PREVIOUS PLANNING DOCUMENTS (LTCP, MASTER PLANS, ETC,) D) OWNER REPRESENTATIVE E) SITE ACCESS F) LAND ACQUISITION SERVICES G) PERMIT FEES Exhibit B Within one week of Notice to Proceed ring Submittal Within 30 days of Notice to Proceed 'miffing Within 90 days of Notice to Proceed Per RSD Direction istration Per RSD Direction Exhibit B APPENDIX D FEE Preliminary Engineering Evaluation: $13,800 Lump Sum Design and Permitting: $41,100 Lump Sum Sid Administration: $5,300 Hourly + Reimbursable Construction Management & Inspection: $12,800 Hourly + Reimbursable Geotechnical Investigation $4,460 Reimbursable Total: $77,460 (Not -to -Exceed) Rates for Construction Management & Inspection: 1. Project Manager: $180/hr 2. Project Engineer: $150/hr 3. Electrical Engineer: $120/hr 4. Construction Inspector: $100/hr 5. Design Technician: $70/hr Mileage: $0.50 per mile Reimbursable Expenses: Cost+ 10% Exhibit B AFFIDAVIT The undersigned being duly sworn upon his oath, now says that I, Carl D. Camacho, Vice President/Regional Manager, at Lochmueller Group, Inc., do hereby state that Lochmueller Group, Inc. does not knowingly employ unauthorized aliens and participates in the E-Verify Program when it hires new employees to confirm their work eligibility. I swear or affirm, under the penalties for perjury, that the foregoing statements are true. LOCHMUELLER GROUP, INC. Carl D. Camacho, P.E. Vice President/Regional Manager ACORN® `� CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) 9/14/2016 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 endorsements . PRODUCER German American Insurance 4424 Vogel Rd Evansville IN 47715 CONTACT KathyBeasley athy B alley PHONE . FAX 888-840-5705 /C No E-MAIL . kathy.beasley@germanamerican.com INSURERS AFFORDING COVERAGE NAIC # INSURER A: Cincinnati Insurance Company 10677 INSURED INSURER B : INSURER C : Lochmueller Group, Inc. 6200 Vogel Rd. Evansville IN 47715 INSURERD: INSURER E : INSURER F : CnVFRAr;FS CERTIFICATE NUMBER: 1183714303 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID.CLAIMS. INSR LTR TYPE OF INSURANCE INSD WVD POLICY NUMBER POLICY EFF MM/DD/YYYY POLICY EXP MM/DD/YYYY LIMITS A X COMMERCIAL GENERAL LIABILITY CLAIMS -MADE �X OCCUR Y EPP 0370632 1/24/2016 1/24/2017 EACH OCCURRENCE $1,000,000 DAMAGE To RENTE PREMISES (E. occcurence) $500,000 MED EXP (Any one person) $10,000 PERSONAL & ADV INJURY $1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: POLICY FX] jECT LOC OTHER: GENERALAGGREGATE $2,000,000 PRODUCTS - COMP/OP AGG $2,000,000 $ A AUTOMOBILE LIABILITY X ANY AUTO ALL OWNED SCHEDULED X HIRED AUTOAUTOS S X NON -OWNED AUTOS Y EPP 0370632 1/24/2016 1/24/2017 BINED I E LIMIT Ea Maccident $1,000,000 BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE Per accident $ $ A X UMBRELLA LIAB EXCESS LIAB X OCCUR CLAIMS -MADE Y EPP 0370632 1/24/2016 1/24/2017 EACH OCCURRENCE $6,000,000 AGGREGATE $6,000,000 DED X RETENTION$0 $ A WORKERS COMPENSATION ANDEMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE Y / N OFFICER/MEMBER EXCLUDED? (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below N / A EWC 0370630 1/24/2016 1/24/2017 X I PER OTH- STATUTE ER E.L. EACH ACCIDENT $1,000,000 E.L. DISEASE - EA EMPLOYE $1,000,000 E.L. DISEASE - POLICY LIMIT 1 $1,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) Project: Hayes Lift Station & Far North Lift Station Improvements. Richmond Sanitary District is an additional insured. CERTIFICATE HOLDER Richmond Sanitary District 2380 Liberty Ave. Richmond IN 47374 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE ,ua,Kc - !N. A.,,M "m vv- (U 198S-2014 AGUKD cUKFrURA I IUN. An rlgnis reserves. ACORD 25 (2014/01) The ACORD name and logo are registered marks of ACORD