Loading...
HomeMy Public PortalAbout112-2012 - Grw Engineers- south 16 lift stationPROFESSIONAL SERVICES AGREEMENT THIS AGREEMENT made and entered into this 20 � day of 1411 tru -S T , 2012 and referred to as Contract No. 112-2012, by and between the City of Richmond, Indiana, a municipal corporation acting by and through its Board of Sanitary Commissioners (hereinafter referred to as the "City") and GRW Engineers, Inc., 7112 Waldemar Drive, Indianapolis, Indiana 46268 (hereinafter referred to as the "Contractor"). SECTION I. STATEMENT AND SUBJECT OF WORK City hereby retains Contractor to provide professional engineering services associated with the design, bidding, and construction phases for City's South 16"' Street Lift Station Upgrades Project. Contractor's Proposal is attached hereto as Exhibit "A," which Exhibit is dated August 20, 2012, consists of five (5) pages, and is hereby incorporated by reference and made a part of this Agreement. Contractor shall perfonn the work and provide the services described in Exhibit "A." Should any provisions, teens, 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 perform all work herein in a timely manner, conforming to all applicable professional standards. The Contractor shall furnish all labor, material, equipment and services necessary for the proper completion of all work specified. 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 signed by Contractor in accordance with Indiana Code 22.5-1.7-11(a)(2);and 3. A purchase order has been issued by the Purchasing Department. SECTION H. 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. City shall pay Contractor hourly rates, reimbursable expenses, and lump sure fees as set forth in Exhibit "A," in a total amount not to exceed Forty -One Thousand Five Hundred Seventy Dollars and Zero Cents ($41,570.00) for the complete and satisfactory perfonnance of the work required hereunder. Contract No. 112-12 Page I of 5 SECTION W. TERM OF AGREEMENT This Agreement shall become effective when signed by all parties and shall continue in effect until the completion of the project. Notwithstanding the tenn 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 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 manner and/or competent manner its obligations under this Agreement, b. submission by the Contractor to the City of reports that are 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 make prorated payment for all work performed prior to the date this Agreement is terminated, 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 Page 2 of 5 $100,000 C. Comprehensive General Liability Section 1. Bodily Injury Section 2. Property Damage D. Comprehensive Auto Liability Section 1. Bodily Injury Section 2. Property Damage E. Comprehensive Umbrella Liability $1,000,000 each occurrence $2,000,000 aggregate $1,000,000 each occurrence $1,000,000 each pei son $1,000,000 each occurrence $1,000,000 each occurrence $1,000,000 each occurrence $1,000,000 each aggregate F. Malpractice/Errors & Omissions Insurance $1,000,000 each occurrence $2,000,000 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 VH. 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 afFin-ning 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 rernain liable to the City for actual damages. Page 3 of 5 SECTION VIII. 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. SECTION IX. RELEASE OF LIABUTY 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 X. 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. Page 4 of 5 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 connmencement 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 ux 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" THE CITY OF RICHMOND, INDIANA by and through its Board of Sanitary Commissioners By: _ Richard Bodiker, President Date: 9 I/- / A APPROVE . 4,4 64& Sarah L. Hutton, Mayor Date: "CONTRACTOR" GRW ENGINEERS, 1NC. By: Printed name{ 06711 id k, (_ v l s llaa ) Title: 1d i G2- r f e s rc1e4-i J Date: 9- 57— / Z- Page 5 of 5 7112 Waldemar Drive Engineering Arlington, TX Indianapolis, IN 46268 Architecture Cincinnati, OH Tel 311 / 347-3650 Planning Coluanbus, 4H Fax 3171347-3656 GIs Knoxville, TN Ariation Consultants Lmington, ICY GRW Fsagiueeas, luc. r Louisville, KY Nashville, TN August 20, 2012 Mr. Elijah Welch, P.E. District Engineer Richmond Sanitary District 2380 Liberty Avenue Richmond, IN 47374 Re: Richmond Sanitary District South 164 Street Lift Station Upgrades Proposal for Engineering Services Dear Mx. Welch: GRW Engineers, Inc. (GRW) is pleased to present this proposal for eag Deering services associated with the design, bidding, and construction phase services for the South 166 Street Lift Station Upgrades Project. Based on our 8/14/12 visit to the lift station site, discussions with you regarding project scope, and review of the preliminary information received to elate, GRW proposes the following scope, schedule, and fees, for this project; Scope of Work Pmliminary En ineerin Evaluation I. Perform records review including existing drawings, specifications, planning reports, nameplate information, operating records, operator interviews, historical O&M records, etc.; 2. Review property boundary information and sewer line easement records; 3. Establish peak design flow conditions by determining existing/future wastewater flows for the service area; 4. Coordinate with District staff to perform wetwell drawdown tests of existing lift station, pressure gauge tap readings of existing force train (if available), and interior forcemain television (for material and size determination); 5, Perform interior %vtwell dimension measurements as necessary; 6. Develop and evaluate feasible lift station design and force main size, location and routing alternatives; including re -use of existing wetwell; 7. Conduct on -site inspection of existing facilities and routing; 8. Perform preliminary lift station hydraulic calculations for Taft station design, pump selection, and force main sizing in accordance with Ten State ,Standards; 9. Develop preliminary cost estimates for District review and comment. DesiEn Phase 1, Perform geotechnical/subsurface investigations and recommendations at lift station site and/or along forcemain routing; 2. Coordinate all utility 'crossings and conflicts of the proposed project with the various affected utilities, EXHIBIT (_ PAGE _J OF -� Rictrrnond Sanitary District South 104 Street Lift Station Upgrades 8/20/12 3. Perform civil/site, sanitary/process, mechanical, structural, electrical, and instrumentation/control design, including replacement of wetwell structure if deemed necessary by District; 4. Submit preliminary (50-7590 design) set of engineering drawing And specifications for District review and comment. Hold review meeting of design plants and specifications with the District; 5. Prepare and submit IDEM sanitary sewer construction permit application (Note: IDNR construction in a floodway permit and IDEM Rule S erosion control permi are not anticipated for this project and leave not been included in GRW :s scope of work; local pennits by Contractor); G. Prepare engineer's final cost estimate for District evaluation; 7. Submit final set of engineering drawings & specifications in accordance with District standards Nate: GRW has assumed that this project is bid as one construction package). Note: The following itents are not included in GRW's Design scope of work: a Laud and Easement Services SCADAITelemetry design Permit application fees, if applicable Bidding Services 1. Coordinate with District for bid advertisement in local newspaper; 2. ,Answer all questions from bidders regarding bid documents and provide written addenda accordingly; 3. Attend pre -bid meeting at District office and distribute meeting minutes to al l attendees; 4. Assist the District staff in bid evaluation and preparation of certified bid tabulation; 5. Provide written bid recommendation to District staff. Note. District to package all drawings, specifications, and front ends for bid advertisetneat �ftartding to be through District capital funds and not through state or federal loart/grarrt programs); print and distribute all bid docwnents to prospective bidders; and maintain and distribute updated planholder's list. Construction Management Services 1. Provide general construction administration assistance including answering questions from District and/or Contractor throughout construction; 2. Review and distribute all shop drawings, samples, and product submittals for conformance with contract documents (a total of 40 shop drawings has been assumed); 3. Perform substantial completion site visit and distribute punchlist to District. Note: GRW has assurr:ed that the constractiort project will be 150 days in duration to substantial completion and 30 days beyond substantial completion forfrnal acceptance, weather dependent. Construction Management Service tasks not included in GR W's scope of work: E Review, compile, and distribute contract documents between District .and Contractor btcluding Perforrttance and Payment Bonds, Notice of Award, Notice to Proceed, Agreements, Certificates of Insurance, etc.; Attend pre -construction conference arDistrict's office and distribute meeting minutes; Attend progress meetings at job site with Contractor and. District including distribution of meeting ntuzxYes; a Review equipment O&M manuals) for coti onnance with contractdocunrerzis; EXHIBIT -A- PAGE -!-OF :5:_ Richmond Sanitary District South 16" Street Lift Siation Upgrades 8/20112 s Supervise the resident project representative (RPR); 6 Review change orders and make recommendation to the District for approval; O Review progress payments and make recommendation to the Districi for approval; G Verify punch list completion and make recomunaaufation of final acceptance to the District, 0 Complete and subinil record drawingslas-btdltsforDistrict's records. Construction Inspection Services (Hourly not -to -exceed) L Not included in GRW's scope of work. District to self -perform all construction inspection services, Schedule Based on the scope of work, and District's desire to award the construction contract by the end of this year, the following schedule is proposed: Activity Notice to Proceed (NTP) o Complete Geotechnical Investigation • Complete Topographic Surveying e Complete Prelim. Engineering Evaluation • Complete Prelirninary (50-75%) Design e Hold Design Review Meeting o Complete Final Design e IDEM Permit Submittal IDEM Permit Approval $ Bid Phase Notice of Award Construction Completion Date 8/28/12 (assumed) 9/17/12 (20 days following NTP) 2, 9/17/1(20 days following NTP) 9127112 (30 days following NTP) 10/27/12 (60 days following NTP) 11/02/12 (66 days following NTP) 11/26/12 (90 days following NTP) i 1/26/12 (90 days Following NTP) Jan. 2013 (est. 45-60 days Following permit submittal) San. —,Feb. 2013 (dates TBD) Feb. 201.3 (date TBD) TBD (based on final scope) Fees As compensation for the above described services, GRW-mspectfully requests the following fees, broken down by the various scope of work categories (all individual fees below are considered "not to exceed" without prior authorization from Owner): Base Contract Preliminary Engineering Evaluation = e Final Design (Lift Station only, exist, wetwell) Biddin; Services= Construction Administration = Additional Services, if necessary Final Design -Force Main Rep tacement m Final Design — Wetwell Replacement Geotechnical Investigation = Topographic Field Surveying = $3,775.00 (lump sum) $11.,675.00 (lump sum) $3,100.00 (lump sum.) $9,870.00 (Hourly) (see attached Hourly hate Schedule) $3,075.00 (lamp suns) $3,070.00 (lump sum) $2,000.00 (lump sum)*--t $S (lump sum) ht �r✓5 �tz.�M1 IEXHI13IT-A- PAGE OF Richmond Sanitary Aistrics South 16'b Sweet Lift Station Upgrades Sn-0112 (**) to be perfomied by AI( & Wilzig Engineering and assumes one (1) 40 ft. deep boring at the lift stalion site. and one (1) 10 ft. deep boring along theforcemain route. (+-r) to be performed by GRW and includes lift sradon site and forcemaia routing to be completed ander one mobilization to facilitate project schedule, I trust the information provided is sufficient to meet your needs at this time. Should you need any additional information or clarification of this proposal, please feel free to contact me. at 317-347-3650 or email dwells @_cTwinc,com. Sincerely, G W ENGINEERS, INC. D Len S. dells, P.E., ,BCEE Project Manao r Attachment. GRW Hourly Rate Schedule EXHIBIT -6_ PAGE q. OF � CONFIDENTIAL GRW Engineers, Inc. Hourly Rate Schedule January 2012 CATEGORY Rate Emit Principal $185.00 Hour Expert Witness $170.00 Hour Engineer VII $175.00 Hour Engineer VI $155.00 - Hour Engineer V $140.00 Hour Engineer IV $125.00 Hour Engineer III $110.00 Hour Engineer 11 $95.00 Hour Engineer I $85.00 ' Hour .Architect V $150.00 Hour Architect IV $135m Hour Architect III $I00.00 Dour Architect II $80.00 Hour Architect 1 $65.00 Hour Senior Planner $145.00 Hour Planner $95.00 Hour Senior Designer $125.00 Hour Designer/Technician V $120.00 Hour Designer/Technician IV $100.00 Hour Designer/Technician III $90.00 Hour Designer/Technician II $80.00 Hour Designer/Technician I $65.00 Hour Designer/Technician Trainee $55.00 Hour Construction Manager $115.00 Hour Senior RPR $90.00 Hour RPR - 111 $75.00 Hour RPR - II $70.00 Hour RPR - I $60.00 Hour Survey Manager/Land Surveyor $125.00 Hour Party Chef $90.00 Hour Surveyor $50.00 Hour Survey Assistant $40.00 Hour 2-Man Survey Crew (w/equipment} $175.00 Hour Administrative/Clerical $50.00 Hour Vileage charged at current IRS mileage reimbursement rate. )ut of pocket expenses charged at actual cost. Cerox copies charged at $ 0.10 each and Drawing copies at $1.00 each >ubcontractors charged at 1.10 multiplier. EXHIBIT --q- PAGE 5 OF 5