Loading...
HomeMy Public PortalAbout076-2021 - Clark Dietz - sewer relocation design AGREEMENT THIS AGREEMENT made and entered into this /3*day of fv/y ,2021,and referred to as Contract No. 76-2021 by and between the City of Richmond, Indiana, a municipal corporation acting by and through its Board of Sanitary Commissioners(referred to as the"City"), and Clark Dietz, Inc., 8900 Keystone Crossing, Suite 475, Indianapolis, IN 46240 (hereinafter referred to as the"Contractor"). SECTION I. STATEMENT AND SUBJECT OF WORK City hereby retains Contractor for the work described on Exhibit "A" attached hereto and incorporated by reference herein, which is Contractor's proposal to the work described herein, consisting of five(5)pages,with such work generally being related to the professional engineering services related to the design of the sewer relocation for the Indiana Department of Transportation's U.S.Highway 27 bridge replacement over North E Street in Richmond,Indiana. 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 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 according to the hourly rates sets forth within Exhibit"A";however,the total compensation under this Agreement shall not exceed the sum of Fifty-eight Thousand Two Hundred Thirty-five Dollars and 00/100($58,235.00). 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; 1 I Page 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 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 2 I Page 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 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 VIII. 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 3 I Page 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: 1. 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. 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. 4 I Page 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. 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" "CONTRACTOR" The City of Ri ond,Indiana,by and through Clark Dietz,Inc. its Board of tary Commissioners By: A..._ 6:7-1 .--- ue Mil , sident (Printed): az1 B,. _ - 'resi�ent Title: Sr. Vice Pres at. / 7 `►- Dated: 07//3/020?-/ Stiens,Member Dated: 6 - ..t/ APPROVED: e Snow, ' Dated: d `� /2 & t ------ 5 I Page APPENDIX A—ENGINEER'S PROPOSAL TO AGREEMENT FOR ENGINEERING SERVICES BETWEEN RICHMOND SANITARY DISTRICT AND CLARK DIETZ,INC. SANITARY SEWER RELOCATION DESIGN SERVICES US 27 OVER NORFOLK SOUTHERN RAILROAD AND LOCAL STREETS RICHMOND,INDIANA A. Project Description INDOT is planning to replace the US 27 bridge over the Norfolk Southern Railroad tracks and local streets(from N.D Street to approximately N.F Street)in Richmond,Indiana with INDOT providing design review/approval,bidding, and funding.The INDOT Des.No. is 1702941. Parsons is the bridge designer for the project. During the design of the bridge replacement project,it has been determined that portions of the existing sanitary sewer system along the project route will need to be relocated. These sanitary sewers are owned and operated by Richmond Sanitary District(OWNER). The parties involved have agreed to have INDOT pay for the relocation of the sanitary sewers and to have this work completed as part of the INDOT construction project. To segregate the cost of the sanitary sewer relocation, separate design plans, specifications, and bid/pay items must be developed so the cost of the RSD improvements can be allocated and tracked separately from the other roadway improvements. Because of Clark Dietz' role as design engineer for other road improvements and utility relocations along the US 27 corridor through Richmond,the OWNER desires Clark Dietz to prepare construction plans for the relocation of the affected sanitary sewers. B. Scope 1.0 Design Services 1.1 Project Management 1.1.1 Complete Project Management activities including project initiation, progress reporting to Client,invoicing, and general project team coordination. 1.2 Quality Assurance/Quality Control(QA/QC) 1.2.1 Prepare QA/QC plan for project. 1.2.2 Perform independent(in-house third party)review of draft construction bid documents for the relocated sanitary sewer. Exhibit A EXHIBIT'N-Page 1 of 5 1.3 Project Meetings and Meeting Minutes 1.3.1 Prepare for and conduct the following meetings: - Initial meeting with OWNER. - Progress meetings with OWNER and/or Parsons(assume 4 in addition to 50%and final design field check meetings). - Field review at 50%design. - Final design review field check. 1.3.2 Prepare meeting minutes. 1.4 Design Documents 1.4.1 50%design documents: - Obtain CADD files and survey data from Parsons and create base sheets. - Obtain supplemental survey data to obtain additional information. - Prepare draft plan and profile and details drawings. - Provide added coordination with other utilities as needed. - Prepare preliminary opinion of probable construction cost. - Assemble draft 50%design documents and submit to OWNER. 1.4.2 Final design documents: - Prepare final plan and profile and details drawings. - Prepare final opinion of probable construction cost. - Assemble final design documents and submit to OWNER. 1.5 Peiiuit Applications 1.5.1 Prepare IDEM Sanitary Sewer Construction permit application. 2.0 INDOT Coordination of Bid Documents 2.1 INDOT Coordination of 50%Design Documents 2.1.1 Coordinate with INDOT to determine format and content for construction bid documents for sanitary sewer relocation work,including draft pay item list and special provisions. 2.1.2 Draft design and coordination to account for traffic control and phasing. 2.1.3 Incorporate sanitary sewer relocation plans into the draft INDOT bid documents. 2.1.4 Incorporate INDOT and Parsons review comments. 2.2 INDOT Coordination of Final Design Documents 2.2.1 Coordinate final design document requirements with INDOT,including final pay item list and special provisions. 2.2.2 Final design and coordination to account for traffic control and phasing. 2.2.3 Incorporate sanitary relocation plans into the final INDOT bid documents. EXHIBIT'A'-Page 2 of 5 3.0 Construction Phase Services 3.1 Respond to questions during construction(assume 5 RFIs). 3.2 Review shop drawing submittals(assume 6 submittals and follow up re-submittals). 3.2 Attend two(2)designer site visits during the construction of the sanitary sewer to review general conformance with the contract documents(does not include full or part time construction inspections services). C. Schedule Submittal of 50%Design Documents: No later than August 31,2021 Submittal of Final Design Documents: No later than December 31,2021 (Note:Schedule for submittal of Final Design Documents assumes a minimum of 30 calendar days for completion following receipt of written 50%Design review comments.) D. Assumptions/Conditions This agreement is subject to the following assumptions/conditions: 1. This Agreement and any legal actions concerning its validity,interpretation and performance shall be governed by the laws of the State of Indiana. 2. This agreement does not include the preparation of right-of-way or temporary construction easement drawings,descriptions or negotiation/acquisition services. 3. This agreement does not include full or part time construction inspection or resident project representative services unless added to the scope through an amendment to this agreement. 4. This agreement does not include geotechnical investigations,beyond those already obtained as part of the INDOT roadway design portion of this project. 5. Local permits for this project(street cuts,utility relocations,etc.)will be obtained as part of the INDOT roadway design project. 6. No Federal or State permits are required for the sanitary sewer relocation portion of the project beyond the IDEM construction permit included in Scope item 1.5. 7. OWNER will provide ENGINEER with its standard detail drawings in CADD or PDF format and standard technical specifications in MS Word format related to the sanitary sewer construction. E. Compensation Compensation to Clark Dietz for services rendered by employees working on the Project in accordance with B. Scope of this Appendix will be at the hourly billing rates shown in the attachment,"Schedule of General Billing Rates". The total compensation authorized by this Agreement will not exceed$58,235.00 without prior written authorization. The Fee Estimate spreadsheet is attached for information purposes only. EXHIBIT'A'-Page 3 of 5 SCHEDULE OF GENERAL BILLING RATES CLARK DIETZ,INC. January 1,2021 TITLE HOURLY RATE Engineer 7 215.00 Engineer 6 195.00 Engineer 5 175.00 Engineer 4 155.00 Engineer 3 140.00 Engineer 2 125.00 Engineer 1 115.00 Technician 5 150.00 Technician 4 140.00 Technician 3 120.00 Technician 2 100.00 Technician 1 90.00 Clerical 90.00 Notes: The rates in this schedule will be reviewed and adjusted as necessary but not sooner than 12 months after the date listed above. Rates include actual salaries or wages paid to employees of Clark Dietz plus payroll taxes, FICA,Worker's Compensation insurance,other customary and mandatory benefits,and overhead and profit. EXHIBIT'A'-Page 4 of 5 x X O)i O Y O .. 0000,0 0 0)0 0 0 0 000 00 .0 O O LL) ... 10 CO .m. O C')O) N N(O(O O) LL7 C)CO a(O O CA C•)(O CO O LL) N O)W m 60 M .m m O ., a O) (O LL) (O_O O) O n r O M O)a-- O)a O LL) '3 O(- (O h N p ~ F- a N C7 N a Oi(» M 69 69 69 Q 69 0 (A 69 69 69 69 0069 69 69 69 (A 69 69 69 6969 69 t9 I CC O N m r,co o `m Cth C) c 6 co CO Lq C O O O O O O O O O O O O 6- m a 0 co O Oa O O �N- a VO' N CO CO N CO') V O coCO CO _(X 006969 V3 VT 69 69 69 EA f9 69 V3 ca. to '3 D N c') O N N N N N N N 0 e 6) to c U L vi c E o o r o No N F- ~ m S co R O o N a O t CO O a N F W ~ N o 0 01 N N w a w w u Ow o S CC CC Z U CO C s-Na wa 2 ' r as as Na a CO 07 W 0. 6• O W• ,N a (9 o O 0 • d o Ls, OZ a) o .c UQ c v LLi y F- Z rn a lo m O w w E9 w 0 2 z o F- O Q N Z 'Of C. a s N Ns- n N `m W } ZYD W ism W Ko -lz••7 OZ 3 la y LL F W re O ' C o co N Z O Z C co O m m m as m a- N ,_N a N a N N N a h a N N N O co ,r •to N FF yZZO a, c a N .- mN Q D 0 W = W._ .69 Z • O00 � ia .,ao • O (n U U W Z `.. C N N a N W N 10 cO (0 � � � .a•C Q: o to CC W a z •_N - - N ILI cu a) y gU E t 71 a' o w m mwF- a N en m C o Z a m E O } W � m o= 3 > > O U v, a - E m0 m O m 2 Q J F-▪ 0 0 m 2 7 82 0 m•O rn •o Q I- Z ❑ 'y m n. w N co= vi w'.eo 'u m F- 0 Q 2coM o c n E m m w w O a) ceu- N c 42 `�° c 'm .n w 'm m.o m-o 0 OO•o E o 'O 0 m N m d c c O.R z Z m 7 ") cn E w m m v E v o m 0 m 7 m A'O ° 7 '0 0 .m.. C Q m y --G O`-Oo E .m-. O c W -cim m n 0 m n m .N. .m-.C-o c 3 C.o 'O co Z y"O Gl O'O N 1° E . 0D2° m .y. $ u! m N W c 2 m o 0 0 o g E ° o 0 E ac) o F- .5 p o, 7 7 "r O c m -o m z r m m L) a y.c a2 $a-o o m m c o E E 0 0 E. 0 y.m - a m E N = o-o o o c 0 E m lI O d Z u 3 m 0 3 '> m N m o c c rn c o o a c '9 `o 0 2 d p > C E V8 2 0 y 0 c= N O C C N �F- N E 9 S C 0 C c E'v c m •y )0'3 0,n U) ) tom E o_•3 E'n o.o R c O O 0 y E 0m o)p c (o) m U m c o= E 3 (Li m O a m o`m v` c `^ E=Z c Z FU m m c'2 2 m' z n v a) o o N m-0 E �Q m-0 - a m 40 40 o o m.c :°O LL.m-o v y.-U ac) m-o m y `m g 0 O N m c m.o o m d o o E O a o m v 'o O , c E E v s `m a `m E `m `m E❑0 3 0 m Z`0 c 0 c ur v, c O a_8-2 m 2 o m •m c m m 0 8 N rn m m w n c o c 0 m c= c g o N m c m o: m e 5?8 a o N N m - m 3 15 rn... m E o .. m �aiiii E c'v� 00aUaQ �a.aQ mm w mm'm m y m �•m N m G) c E O)`J i o l o d a1 0 i i i i i . O i i , 0 c c g O O C c-g O m M 7 G o)g m m C m m E"o c'6'O „ d a.:a E d 7 N N m E 7 0 o o_7 o m o O o o `o m `o 2 o a N N O c, N m 20 E `) U O c O O m U U 0 0 c 0 m 0 N W mg0aa`a �n. a0Lo •u. c0005500LL.0 -o.N.. o U CA 0 0„ .r � . ,- Ma = .0 Z s-:=NNmC7 c7.y, V 0O c-c-'-,-0 N NN O y> co ( d• 7 •- z NNN NZ NNN `�m �(AO a. •O Q 0 W On_ N O a O - N aN,-N N Y O m- - c- - ZN N Or)C') 0o c) w a Zoo O c.00 o a J _ J m- N C7 0 EXHIBIT'A'-Page 5 of 5