Loading...
HomeMy Public PortalAbout102-2014 - Metro - Weaver Boos Consultant - Preparation for SRS funds - Carpenter BuildingPROFESSIONAL SERVICES AGREEMENT THIS AGREEMENT made and entered into this day of , 2014, and referred to as Contract No. 102-2014, by and between the City of Richmond, Indiana, a municipal corporation acting by and through its Board of Public Works and Safety (hereinafter referred to as the "City") and Weaver Boos Consultants, LLC, 7121 Grape Road, Granger, Indiana, 46530 (hereinafter referred to as the "Contractor"). SECTION I. STATEMENT AND SUBJECT OF WORK City hereby retains Contractor to provide professional project management services in connection with the remediation work plan implementation for the former Carpenter Manufacturing Site ("Site") in preparation for state revolving fund ("SRF") funded remediation. Said services include, but are not limited to, assisting the City of Richmond Department of Metropolitan Development with the contractor bidding process, evaluation of bids, construction coordination and observations, testing, environmental monitoring, and reporting for the former Site, as more fully described on Contractor's proposal. Activities conducted by Contractor shall comply with all applicable federal and state Brownfield Guidelines as well as any US EPA and IFA requirements, if applicable. Contractor's proposal, consisting of twenty-two (22) pages, dated August 19, 2014, is attached hereto as Exhibit A, which Exhibit is incorporated by reference and made a part of this Agreement. Contractor and City agree to abide by the same. 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 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; 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. Contract No.102-2014 Page 1 of 6 SECTION U. 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 estimated not to exceed One Hundred Forty Thousand Seventeen Dollars and Zero Cents ($140,017.00) for the complete and satisfactory performance of all work described on "Exhibit A". SECTION IV. TERM OF AGREEMENT This Agreement shall be 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 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 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. In the event of such termination, 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. This Agreement may also be terminated, in whole or in part, by mutual Agreement of the parties by 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, Page 2 of 6 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 A. Worker's Compensation & Disability Requirements B. Employer's Liability 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 Limits Statutory $100,000 $1,000,000 each occurrence $2,000,000 aggregate $1,000,000 each occurrence $1,000,000 each person $1,000,000 each occurrence $1,000,000 each occurrence $1,000,000 each occurrence $2,000,000 aggregate F. Malpractice/Errors & Omissions Insurance $1,000,000 per claim $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. Page 3 of 6 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 City determines during the course of this Agreement that this certification is no longer valid, City 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 City that the Contractor has ceased investment activities in Iran within ninety (90) days after the written notice is given to the Contractor, the City may proceed with any remedies it may have pursuant to IC 5-22-16.5. In the event the City 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 City 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: 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; Page 4 of 6 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 AND LMIATIONS OF LIABILITY Contractor hereby agrees to release and hold harmless the City and all officers, employees, or agents of the same from all liability for damages, loss, or claims caused by the negligence of Contractor which may arise in the course of Contractor's performance of its obligations pursuant to this Agreement. The City agrees to limit Contractor's total liability under this Professional Services Agreement, to Contractor's insurance as set forth in Section V and Section X of this Professional Services Agreement. Contractor agrees to, and shall, keep and maintain its insurance at the levels Contractor submitted on its current Certificate of Insurance that was filed with its Proposal, which Certificate is attached hereto as Exhibit B, and said level will remain in place for the duration of the Project and this Professional Services Agreement. Contractor shall submit to City, on the date of the signing of this Professional Services Agreement and annually thereafter, proof of insurance coverage. 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. Page 5 of 6 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. «Clrfy„ THE CITY OF RICHMOND, INDIANA by and through its Board of Public Works and Safety By: ql�k Vicki Robinson, President By: i Richard Foore. Member LM APPROVED: Sarah L. Hutton, Mayor Date: "CONTRACTOR" WEAVER BOOS CONSULTANTS, LLC 7121 Grape Road Granger, IN 46530 By: 14, . Steven M. StantLPG, M ager Date: 5 !`►!� 3G_ Z a ► T Page 6of6 EXHIBIT -.. PAGE OFZZ �EAYER St308 CON�iZ7Z.TANTF3 City of Richmond, Department of Metropolitan Develpment c/o Tony Foster, Executive Director 50 North 5* Street Richmond, IN 47374 Re: Remediation Proiect Management Proposal Supporting Remediation Work Plan Implementation Former Carpenter Manufacturing Site 1340 Rose City Blvd and Vicinity Richmond, Wayne County, Indiana 47374 Dear Mr. Foster: August 19, 2014 Proposal LLCP-004-00-14 Weaver Boos Consultants, LLC (Weaver Boos) appreciates the opportunity to provide this Proposal for services intended to support the successful implementation of the above -referenced project. This proposal describes our approach for providing services appropriate for assisting the City of Richmond Department of Metropolitan Development (the City) with the contractor bidding process, evaluation of bids, construction coordination and observations, testing, environmental monitoring, and reporting for the former Carpenter Manufacturing Site (the Site). BACKGROUND INFORMATION AND PURPOSE This proposal is intended as a continuation of the services recently completed for the Indiana Finance Authority (IFA) / Indiana Brownfields Program (the Program) as described in our Site Investigation and Remediation Work Plan (SI/RWP) dated September 16, 2013. Groundwater and subsurface soil beneath the office building located at 1340 Rose City Blvd was found to be affected by elevated concentrations of petroleum hydrocarbons (benzene, toluene, ethylbenzene, xylenes (BTEX), naphthalene and others). Over 3 feet of light non -aqueous phase liquid appearing to be gasoline was found in groundwater monitoring well (WB-8). The impact of these conditions has included the intrusion of BTEX and relaxed petroleum hydrocarbons into the sanitary sewer system serving the Site and downstream area. The RWP identifies a remedy intended to remove the petroleum hydrocarbon contamination to the extent practicable as a means to mitigate potentially continuing intrusion to the sanitary sewer system. Now that the RWP has been completed and accepted by the Program, several tasks remain to be done in connection with the remediation. Based on our experience with similar public works 7121 Grape Road • Granger, Indiana 46530 • Phone: (574) 271-3447 • Fax: (574) 271-3343 www.weaverboos.com J"H181T �EL PAGE2OFa I City of Richmond, Dept. of Metropolitan Development August 19, 2014 . Page 2 of 10 projects under Indiana Revolving Loan Fund (RLF) process, and further considering our discussions with you, the IFA, and the Program during early 2013, Weaver Boos believes that the tasks appropriate for this project will include the following: 1. Fulfillment of programmatic requirements and documents for the Program, EPA, and RLF. 2. Develop Project Manual and Specifications. 3. Bidding process, including advertisement, pre -bidding, and bid evaluation. 4. Construction coordination, including kick-off meeting, review of contractor submittals, and evaluation of conformance to specifications. 5. Construction, installation, and system commissioning observations. 6. Quarterly performance monitoring and remediation progress reporting for up to 3 years. SCOPE OF SERVICES Weaver Boos has subdivided our proposed services into several tasks to describe and estimate their associated level of effort and cost. The following sections of our proposal outline and describe the services we propose under each task. Task 1 Fulfillment of Programmatic Requirements for Program. EPA. and RLF The following specific programmatic requirements are anticipated by Weaver Boos before the remediation work of a chosen contractor may begin: 1. Analysis of Brownfields Cleanup Alternatives (ABCA) — Weaver Boos will prepare, submit, and finalize this document based on comments that might be received from the IFA, EPA, or the Program. 2. IFA Brownfield Loan Agreement — Weaver Boos will review this agreement to be prepared by the IFA, sign an appropriately prepared Consultant Supplement, and furnish evidence of insurance as required. 3. Decision Memorandum — Weaver Boos will review the technical and factual aspects of a Decision Memorandum to be prepared by the IFA or Program and provide our comments for the IFA's or Program's consideration. X.tws WpMpM *V1CN.aw-M14xWWwarAnCPrWw0LWP-N4-M14(Rev s�s_��ydFx mamma coxsysrra.sncs t City of Richmond, Dept. of Metropolitan Development August 19, 2014 Page 3 of 10 Task 2 — Project Manual and Speci l" ations Weaver Boos will prepare written specifications defining the project requirements and remediation plan elements consistent with the RWP. Weaver Boos understands that the work will be financed through the RLF and so the project specifications will be prepared consistent with the American Recovery and Reinvestment Act of 2009, Public Law 111-5 and bidding requirements of the RLF. Such requirements are expected to include the following: DBE Packet EPA Form 6100-2 EPA Form 6100-3 EPA Form 6100-4 OEE-1 OEE-2 Davis -Bacon Act Suspension and Debarment False Claims Resource Conservation and Recovery Act Copeland "Anti -Kickback" Act Byrd Anti -Lobbying Amendment Notice of Rights to Copyrights The specifications will be formatted generally consistent with Construction Specifications Institute (CSI) organizational system and are anticipated to include the Divisions and Sections listed below. With regard for the equipment, means, and methods to be used to implement the remediation, the specifications will be performance based rather than prescriptive. Instead of specifying particular pump(s) or even the types of pump(s), for example, the specifications will instead list the points at which extraction is needed and an acceptable range of flow rates, drawdown, and vacuum. Instead of listing particular water treatment equipment, the level of acceptable treatment will be specified (i.e., BTEX will be reduced to non -detectable concentrations before discharge to the local sanitary sewer system). DIVISION 00 — BIDDING REQUIREMENTS, FORMS, CONDITIONS Notice to Bidders Instructions to Bidders RLF Requirements and Documents x:iwsg.wvuP-0er-oai��wecr,�rtccr-0o�a�.rn�� a.��r+�.a� EXHIBIT PAGE 4 OF�J City of Richmond, Dept. of Metropolitan Development August 19, 2014 Page 4 of 10 Bid Submittal Checklist Bid Form (Including Schedule of Values) Subcontractor's List Contractor's Agreement Form Modifications to Owner/Contactor Agreement Notice to Proceed and Commencement of Work Bonds and Certificates (EJCDC forms C-610 and C-615) Escrow Agreement General Conditions of the Contract (EJCDC C-700 will be specified unless alternative general terms or conditions are provided by the City) Wage Rates General Requirements DIVISION 01— GENERAL REQUIREMENTS Summary Coordination Field Engineering Allowances Project Meetings Contract Modification Procedures Unit Prices Payment Construction Progress Documentation Submittal Procedures Quality Assurance/Quality Control Temporary Facilities and Controls Protection of Persons and Property Contract Closeout and Project Record Documents DIVISION 02 — SITE WORK Remediation-Derived Waste Environmental Requirements Erosion and Sediment Control K.lWbjmT-pa&UCP-00"&I-'Rkmavd%W®CPinpoodUCP-W400-!!(Rev &J.9-14).dw ooxsvLraxra LLIMBIT _-, L PAGE ") OF22, I City of Richmond, Dept. of Metropolitan Development August 19, 2014 Page 5 of 10 Excavation, Trenching, and Backfilling for Utilities Systems Dual -Phase Free Product Recovery Wells As -Built Survey System Startup, Commissioning, and Performance Demonstration Continuing System Operation DIVISION 03 — CONCRETE Concrete for Minor Structures DIVISION 11— Equipment Air, Vacuum, and Product Collection Equipment DIVISION 13 — SPECIAL CONSTRUCTION Above Ground System Enclosure DIVISION 15 — MECHANICAL Pipelines, Air, Liquid DIVISION 16 — ELECTRICAL Basic Materials and Methods Interior Distribution System Panel Boards Task 3 — Cost Estimate, Advertising. Pre -Bidding, and Bid Evaluation Weaver Boos will prepare an Engineer's estimate of the probable cost to implement the work in conformance with the specifications. Weaver Boos will prepare an advertisement for publication twice in local media and then host a pre -bid meeting with prospective contractors, which is expected to include a visit to the Site. Weaver Boos will review the resulting bids for completeness, responsiveness, and consistency with the Engineer's estimate, and tabulate the results for consideration by the City. Task 4 — Construction Coordination and Conformance with Specifications Weaver Boos proposes to coordinate the Contractor's work as the Engineer -representative of City. This task will include, among other things, regular frequent communications with the City or its designated representative, the Contractor, the Site Owner, and the IDEM or Program's Project Manager. Weaver Boos will review the Contractor's submittals required in the Specifications. Technical submittals will be reviewed and stamped as follows depending upon the information provided by the Contractors: K:,WbgwlPropwmhUl,CP-00"9-14Rk&wmdtW$CPrgwmil.WP-W-00-I4(IPew 8-1944doc Moos CONSTMrf7iTs (EXN18R,� PAGE OFF City of Richmond, Dept. of Metropolitan Development August 19, 2014 Page 6 of 10 1. "Conforms" — Means that no deviations from the design concept are found. 2. "Conforms as Noted" — Means that deviations from the design concept, which have been found, are noted, and the Contractor may proceed accordingly. I "Resubmit" — Means that the submittal must be revised and resubmitted in response to the Engineer's notations. 4. "Does Not Conform" — Means that the submittal does not conform to the design concept or meet the requirements of the Contract Documents. Weaver Boos proposes to coordinate regular periodic project meetings to track progress, plan future work, and keep minutes of periodic project meetings for the project record. Weaver Boos proposes to review the Contractor's pay requests for conformance with the commercial elements of the contract and provide our evaluations to the City as they are required. Lastly, Weaver Boos will provide the Engineering services customary to the final acceptance and close out of the construction contract, including origination of a certificate of substantial completion. Task S — Construction, Installation, and Commissioning Observations Weaver Boos will regularly and frequently observe and document the Contractor's construction activities while Work is being performed at the Site. For estimating purposes we assume that system construction, installation, and commissioning will require not more than six weeks of active work at the Site. Observation of Contractor's activities will include visual observation of the Work to assess conformance with the Specifications and notices to the Contractor in instances of non-conformance, including follow up. 1. Weaver Boos will maintain a written field log of activities observed while we are on Site. Task k b —Quarterly Per Monitoring and Progress Reyorting Weaver Boos proposes that the Contractor will operate and maintain the remediation system on a regularly scheduled and as -needed basis. The Contractor's activities will include regular influent and effluent monitoring as is expected to be required by the City's POTW, the results of which will be reported to the City and to Weaver Boos. Weaver Boos proposes to monitor the remediation system's performance with regard for the removal and reduction of BTEX concentrations in the Site Groundwater and Site sanitary sewer system. Weaver Boos' initial quarterly progress report will be more extensive than subsequent reports in that it will document and illustrate the remediation system as it has been installed. Subsequent quarterly progress reports will document specific activities conducted during the prior quarter and provide the X.IWkSwV pnx*V.LCP-0OY00-N R *maA+XBC Pmp=d LLCP-0W-0014 PUR &19-14).&V JEXHlBlT A PAGE �OFZ2]� City of Richmond, Dept. of Metropolitan Development August 19, 2014 Page 7 of 10 results for groundwater monitoring and sanitary sewer monitoring as tables and maps assessing the extent and concentration of remaining BTEX or free product. Specific performance monitoring activities by Weaver Boos are proposed to include the following: 2. Remedial progress and performance will include quarterly monitoring of the long-term groundwater monitoring wells WB-1 through WB-9 illustrated on the attached Figure 7 (excerpted from our SI/RWP dated September 16, 2013). Sanitary Manholes #6, #7, #8, and #9 will also be monitored on a quarterly basis. The treatment system influent and effluent will also be sampled quarterly to assess the effectiveness of the system and efficiency of the water treatment. Analytical parameters will include benzene, toluene, ethylbenzene, total xylenes and methyl tert-butyl-ether (BTEX/MTBE) to be analyzed according to EPA Method 8260B or 8260C. Field QA/QC will include 1 duplicate, 1 trip blank, and 1 MS/MSD sample. A total of 18 water samples are thus estimated for each quarterly monitoring event. 3. The groundwater levels and free product thickness will be measured in each monitoring well before it is sampled using an electronic interface probe. Additionally, the well head vapor pressure will be measured at each monitoring well using a digital manometer capable of reading to the nearest 0.01 inches of vacuum/pressure. The water levels, free product thickness, and vapor pressures will be recorded to support quarterly assessments of the radius of influence exerted by the remediation wells. The monitoring wells will be sampled using low -flow techniques according to the Weaver Boos' approved field Standard Operating Procedures (SOPs). 4. Before each of the specified sanitary sewer manholes is sampled, its headspace vapor will be checked for potential explosive atmospheres using a lower explosive limit (LEL) meter and the result recorded. If any of the manholes indicates a measurement greater five (5) percent of the LEL, the Richmond Sanitary District and Richmond Fire Department will both be immediately contacted and notified of a potentially unsafe condition. If the explosive vapor concentration is measured at less than 5 percent of the LEL, aqueous flow through each manhole will be sampled for BTEX/MTBE. Flow inside the sanitary manholes will be sampled using a dipper because the depth of flow is typically not more than one inch. Weaver Boos will prepare the quarterly progress reports with the format and content customary for submittal to the IDEM's Leaking Underground Storage Tank (UST) Section. x.•%"S.w, vjcr oo"&I,i weCPhpoW icr-ooi-oo-1r (&-v. s-044)-� COMMUZMAMWO IEXHIBIT A. PAGE _b QF ZZ I City of Richmond, Dept. of Metropolitan Development August 19, 2014 Page 8 of 10 SCHEDULE The professional services for this assignment will be completed in logical order based on the proposed timeline originally provided by the IFA/Program via electronic mail on February 6, 2014. Many of the elements of the proposed timeline represent tasks that will be undertaken by IFA or the Program, such as request for SHPO review, the Community Relations Plan (CRP), loan agreement, EPA submittals, and solicitation of and response to public comments received on the RWP, ABCA, CRP, or SHPO correspondence. Specific tasks on the timeline for which Weaver Boos will be primarily responsible for are listed below, along with due dates that will be met to the extent practicable with consideration for the date our engagement by the City: Item Timeline Due Date 1. Engineer's contract approved: August 28, 2014 2. Draft ABCA provided: Week of September 15, 2014 3. Bid Specifications and Project Manual release date: October 6, 2014 4. Bid Evaluation: Late October, 2014 5. Loan Closes and Site Work may Begin: Early November, 2014 The construction schedule will be largely dependent upon the Contractor selected by the City, but is expected to provide for substantial completion and system commissioning by January 2015. The initial quarterly progress report is anticipated for completion and submittal in April, 2015, to represent activities undertaken and results obtained during 1 Q2015. Subsequent quarterly progress reports will be submitted in the month after the end of the prior quarter. When conformance to approved remedial objectives is satisfactorily demonstrated, the subsequent progress report will provide these results and recommend that remediation be concluded. COST ESTIMATE Based upon our understanding of your objectives, our knowledge of the Property, and the Scope of Services presented, Weaver Boos proposes to provide the services described herein on a unit rate basis, invoicing only for units actually worked, for a budget of $140,017.00. Our itemized cost estimate is attached to show the level of effort for each task. The itemized estimate lists the unit rates for each item currently anticipated to be needed for the services. Subcontracted services (analytical testing) will be invoiced at direct cost to Weaver Boos plus a markup of not more than ten (10) percent. The estimated cost and proposed Scope of Services are based on K.;*%. VZP-o04-00-J4xdk0.oIdWBCa yoWdtuP-N4- I4(JUV.e-is-1+).doc XDCH:00 40*W*rrxlrALKWO JEXHIBIT A PAGE '� 0�`�� City of Richmond, Dept. of Metropolitan Development August 19, 2014 Page 9 of 10 information available to Weaver Boos at this time and consider the following assumptions relative to Site conditions as stated herein: 1. Project Duration (6 weeks in the field for system installation and commissioning). 2. Frequency, number, and analytical parameters for sample(s) proposed. 3. Weaver Boos will be provided reasonable access the Site for the duration of the Services. If conditions change, work extends beyond the scheduled completion date, unforeseen circumstances are encountered, or work efforts are redirected, the cost estimate may require modification. We fully expect to complete the proposed Scope of Services for the stated sum, which will not be exceeded without your prior authorization. Any additional consultation or services authorized by the City beyond the Scope of Services presented in this proposal will be billed in accordance with our standard unit rates. Weaver Boos notes that certain customary fees associated services described herein are not considered fundable through the RLF Process. These specifically include the following costs that the City will agree to reimburse from a separate account: 1. Vehicle mileage in excess of $0.40/mile. Weaver Boos will charge $0.60/mile to cover the prevailing IRS allowable rate (currently $0.56/mile) we reimburse our employees for travel to and from the job site. 2. Per diem at a rate of $30/man day for field work. RLF won't reimburse per diem even though our staff staying locally will need to sustain themselves. AUTHORIZATION Should this proposal meet with your objectives, please indicate your authorization to proceed by signing and returning the attached Proposal Acceptance Sheet to our office. Execution of the attached Proposal Acceptance Sheet will constitute acceptance of the Fee Schedule and General Terms and Conditions, which are included with this proposal. Any modification to this proposal, the Fee Schedule or General Terms and Conditions must be accepted by both parties. This proposal is valid if accepted within 60 days of issuance and for services performed within 365 days of acceptance. After such times, Weaver Boos reserves the opportunity to negotiate (in good faith) equitable adjustments to our listed unit billing rates. x:tiwap�++Agpv�LsvccPoaaooHRicla d��racrgaam�ttcrooaao��M".a-r9-Jr).abc VWJF,LV=xt 300,00 comsraox"ALWWO ff X�H181T ,&- PAGE Vy OF� City of Richmond, Dept. of Metropolitan Development August 19, 2014 Page 10 of 10 Weaver Boos trusts that this proposal is responsive to your current request. If you have any questions or comments concerning this proposal, please do not hesitate to contact us at (574) 271-3447. Very truly yours, Weaver Boos Consultants, LLC Steven M. Stanford, LPG Senior Project Manager Attachments: 1. Figure 7 (Excerpted from SURWP dated September 16, 2013 2. Itemized Cost Estimate 3. Fee Schedule 4. General Terms and Conditions Version 2009 — Al 5. Proposal Acceptance Sheet ICiwa�.tPngpomtrNlCv-o9l-oo-td 1�aidiweC Prxpaml tLCP-oBI-oo-u (Rn: a-/aN}.ax (ter PAGE t of ATTACHMENT 1 Proposed Remediation System Layout in u LL W IFM181T HAMJ2,07F�Wt z ' a � CL k ca yM U Z oC R Ea■ hi u) Ciro cc 1 U- ow aR z m o �UW �11 W V 0 � Z� r a # Y � m W Q a EXHIBIT PAGE J]J-OF ATTACHMENT 2 Itemized Cost Estimate Remediation Project Management and Performance Monitoring Former Carpenter Manufacturing Site 1340 Rose City Blvd and Vicinity Richmond, Mana WEAVER BOOS LABOR Ea QTR Total Total fiery Rate* Unit Task 1 Task 2 Task 3 Task 4 Task 5 Task 6 Hours Cost Principal S175 hr. 2 2 1 1 1 1 8 $1,400 Senior Project Manager $142 hr. 12 40 40 40 40 4 176 $24,992 Senior Project Eaginoa/Scientist $130 hr. 0 s0 Project Manager0 $119 hr. 0 $0 Project EngiMeNScientisdEm. Specialist $103 hr. SO StatfEngineer/Scientisaw. Specialist $93 hr. 16 60 40 8 124 $11,532 Field Enencer/5cientio'Env. Specialist S85 hr. 40 300 24 364 $30,940 EnginewiScientiWEnv. Specialist $76 hr. 0 So CAD Designer u $81 hr. 16 6 22 $1,782 Technical ord Processing S55 hr. 2 1 3 $165 Total Hours 30 120 81 81 341 44 697 Tatal Labor Cost S3,542 S13,016 S9,575 S9,255 S31,355 $4,068 $70,811 SUBCONTRACTOR EXPENSES Ea. QTR Total Total dory Rate' Unit Task 1 Task 2 Task 3 Task 4 Task:5 _ Task 6 Units Cost BTEX Analyses, Water, (Method 8260) $43 ea. 18 18 $774 Total Subcontractor Expenses SO s0 $0 $0 $0 S774 5774 REWBURSABLEEXPENSES lsa. ql-K 1 otal I otat c Rates Unit Task 1 Task 2 Task 3 Task 4 Task 5 Task 6 Units Cost Mileage S0.60 mi. 300 300 300 2000 300 3200 $1,920 Lodging S100 day 1 30 1. 32 S3,200 Per Diem $30 day 1 30 1 32 S960 Photoionization Detector S110 day 10 1 11 $1,210 LEL Meter S30 day 10 1 11 S330 Mim Expenses $l ea. 500 500 1000 50 2050 S2,050 Total Reimbursable Expenses $0 S690 $310 $680 $7,500 $500 $9,670 (wd12 Quarterly Moulton and Prog. Reports): Task 209dptious 1 Progranutatk Requirattatts for Program, EPA, and RLF 2 Project Manual and Specifications 3 Eng. Cost Estirtate, Advertising, Pre -Bidding, and Bid Evaluation 4 Construction Coordination and Conformance with SPcafrcatwns 5 Construction. Installation, and Commissioning Observations 6 Quarterly Perfortrance Mwisoring and Progress Report (Ea. Quarter) • C4tagmimd unite an a timasW hanin and wit be billed n adudly waked. s WEAVER BOOS CONSULTANTS FEESCHEDULE (Effective January 1, 2012) I. PROFESSIONAL STAFF Unit U.S. S a) PrincipaUCorporate Consultant.......................................................................................................w 195.00 b) Senior Project Director....................................................................................................................w 173.00 163.00 c) Project Director...............................................................................................................................Hr 142.00 d) Senior Project Manager .............................................................................................................Hr 130.00 e) Senior Project Engineer/Scientist...................................................................................................Hr 119.00 f) g) Project Manager........................................................................................................................ Project Engmeer/Scientist(Environmental Specialist.......................................................................Hr -w 103.00 h) Staff Engineer/Scientist/Environmental Specialist...........................................................................W 93.00 i) Field Engineer/Scientist/Environmental Specialist.........................................................................W 85.00 76.00 j) Engineer/Scientist/Environmental Specialist...................................................................................w II TECHNICAL STAFF • a) Union Engineering Technician-Journeyman...................................................................................Hr 99.00 b) Union Engineering Technician........................................................................................................Hr 93.00 c) Construction Superintendent............................................................................................................w 93.00 d) Construction Manager.....................................................................................................................Hr 82.00 e) System Specialist III........................................................................................................................Hr 120.00 f) System Specialist II.........................................................................................................................Hr 85.00 g) Sys Specialist I..........................................................................................................................w 76.00 h) System Technician ...........................................................................................................................Hr 71.00 i) Certified Technician ....... ............................................................... ........ .... ...................................... Hr 66.00 j) Senior Engineering Technician........................................................................................................Hr 60.00 k) Engineering Technician I1................................................................................................................Hr 55.00 1) Engineering Technician I.................................................................................................................Hr 43.00 In SUPPORT STAFF a) CAD Designer III.............................................................................................................................Hr 93.00 b) CAD Designer 11..............................................................................................................................Hr 81.00 60.00 c) CAD Designer I...............................................................................................................................Hr w 55.00 d) Technical Assistant .................. ................................................................................................... 55.00 e) Clerical/Word Processing................................................................................................................w IV. SURVEYING 117.00 a) Senior Professional Land Surveyor............................................................................................... W 1.00 b) Professional Land Surveyor............................................................................................................Hr 90.00 c) Survey Project Coordinator.............................................................................................................Hr. 90.00 d) Survey Party Chief........................................................................................................................Hr 135.00 e) Survey Party - 2 Man/Conventional.................................................................................................Hr 175.00 f) Survey Party - 3 Man/Conventional................................................................................................Hr 135.00 Survey Party -1 Man/GPS or Robotic...........................................................................................Hr Survey Party 2 Man/GPS or Robotic Hr 175.00 h) - ............................................................................................ W 215.00 i) Survey Party - 3 Man/GPS or Robotic............................................................................................. V. GENERAL EXPENSES a) Automobile Transportation..............................................................................................................Mr. 0.75 b) Subcontract Service or Rental..........................................................................................................Cost+15% c) d) Report Preparation (outside services)...............................................................................................Cost+15% Outside Services (e.g. photographer, film processing, overnight delivery, etc.).............................Cost+15% e) Per Diem (food and lodging)..........................................................................................................Day 130.00 30.00 f) g) Per Diem (no lodging).....................................................................................................................Day Transportation by Commercial Carrier or Rental Car......................................................................Cost+15% h) Travel Expenses...............................................................................................................................Cost+15% VI. TESTING AND EQUIPMENT RENTAL FEES a) pH, Specific Conductance and Temperature Meter..........................................................................Day .00 b) Peristaltic Filter Pump......................................................................................................................Day 35.00 c) Electric Purge Pump.........................................................................................................................Day 40.00 d) Grundfos Pump Control Box............................................................................................................Day 100.00 e) Water Level Indicator.......................................................................................................................Day 30.00 .Any nmdlcadon to this fee schedule requires the written approval of Weaver Boos Consultants pe.ehg we_&Uvbc&aWdOMOMhVlopooflAuvchmaMs Nord CcatmlVa schWutdcWs Fee sdKe Ian 20114 Pap I of 2 LEXHIBiT X PAGE ]Y F ' - •, WEAVER BOOS CONSULTANTS FEE SCHEDULE (Effective January 1, 2012) Unit U.S. S f) Filter and Hose (for pump)..........................................................................................................Ea 20.00 g) Micropurge Flow Cell and Sonde.....................................................................................................Day 120.00 h) Modified Level "D" (Tyveks, Boots, Glovesyper person/per chg of clothing.................................Ea 50.00 i) Photoionization Detector Meter.......................................................................................................Day 110.00 .1) Nuclear Density Gauge....................................................................................................................Day 60.00 k) Air Sampling Equipment, per pump.................................................................................................Day 50.00 1) Hand Operated Field Probe Equipment............................................................................................Day 25.00 m) ExpIosimeter....................................................................................................................................Day 30.00 n) Gas Analyzer....................................................................................................................................Day 175.00 o) Flame Ionization Detector...........................•....................................................................................Day 250.00 p) Interface Probe.................................................................................................................................Day 50.00 q) ATV.................................................................................................................................................Day 50.00 r) Company Truck................................................................................................................................Day 75.00 s) Hand -Held Field GPS/G 15...............................................................................................................Day 150.00 t) Laser Level.......................................................................................................................................Day 75.00 u) Spatial Imaging Laser Scanner.........................................................................................................Day 500.00 v) Ground Penetrating Radar..........................................................•.....................................................Day 2500.00 w) Geonics EM-61................................................................................................................................Day 500.00 x) Field GPS Unit.................................................................................................................................Day 150.00 y) Electric Generator............................................................................................................................Day 65.00 z) Slug Test Equipment........................................................................................................................Day 200.00 aa) All Weather Key Alike Locks.......................................................................................................... Ea 18.50 bb) Equipment Trailer............................................................................................................................Day 75.00 cc) Fluk MeterNolt Meter/Loop Calibrator...........................................................................................Day 120.00 UNIT PRICE NOTES: 1. All professional, technical, and support staff time and expenses seem in furtherance of the cheer's work will be billed. This includes, but is not limited to, proposal, field, travel, research, technical review and reporting, project management, die=t meeting, and project-apecific administrative time and expenses. 2. An overtime rate of 1.3 times the regular rate is billed for technical and support stafrservioes for work in excess of 40 hours per week, work between 7:00 p.hn. to 5:00 a.m., and work on Saturdays. This ovatime rate is increased to 2.0 times the regular hate for work on Sundays and holidays. 3. Unless otherwise agreed to in writing, a monthly interest charge of 19% per annum, will be charged accruing from the date of invoice, on all invoices not paid within 30 days. 4. The unit rates are subject to periodic modification (typically annually). These rate modifications will be incorporated into long-term projects, unless otherwise addressed in the project contract. 5. Deposition and testimony services are charged at 1.5 times the regular billing rate. GENERAL EXPENSE NOTES: 1. Rates quoted are for expenses only, equipment parcliased on the client's behalf is marked up 2?A. 2. Personnel rates are billed separately from general expenses. 3. Standard no"aposable protective outer -weer or equipment damaged or contaminated by site conditions are billed at replacartent cost plus 30% 4. General expense mark-ups may be negotiated based upon contract size and payment terns. 5. The per diem rates sd forth above are the standard rates we typically use for our technical staff on projects. We reseve the right to modify these rates in high cost areas. 6. Mileage rate is based on gasoline price of $3.50 per gallon. A fuel surcharge may be added if a condition beyond Weaves Boos Consultants control warrants it. TESTING AND EQUIPMENT RENTAL NOTES: 1. Rates for testing and equipment not listed above are available on request. 2. Testing and equipment rental casts are negotiable for specific projects and for on4ite laboratory programs. 3. Laboratory unit prices cover equipment and labor costs to pehform standard test procedurm and laboratory reports with normal turn -around tines. Non-standard testing requirements, supervisory and project management costs, data evaluation costs, and environmental sample disposal costs ate not included in the testing unit prices and are billed separately. 4. Equipment rental rates are for equipment costs only. Transportation, calibration and personnel costs are billed separately. 5. Daily and weddy rates cover a maximum of 10 and 50 boons respectively. 6. SAMPLES WILL NOT BE RETAINED beyond classification and testing unless other arrangements are agreed to in writing. Environmental samples remain the property of the client. Any nsodiflcadon to this fee schedule requlres the written approval of Weaver Boos Consultants %Wkc-d c Xvd0 ewropaadUn.hmcnu NOM Cmu"Ge S hwa Fee Sawa ta" 2012AM Page 2 of 2 Ei:H181T, PAGE OsVFR BOOS CONSULTANTS, LLC General Terms and Conditions Version 2009-A1 Page 1 of 4 These General Terms and Conditions are incorporated by reference into the foregoing Proposal and shall along with the Proposal constitute the agreement (the "Agreement") under which services are to be performed by Weaver Boos Consultants, LLC (WBC) for Client. Unless timely accepted without reservation or change by Client, the Proposal shall remain valid for 90 days after which time it shall expire and been deemed revoked. SECTION 1• SCOPE OF SERVICES a. It is understood that the scope of services and time schedule defined in the Proposal are based on the information provided by Client and certain assumptions based upon WBC's experience and Client's representations. If this information is incomplete or inaccurate, or if unexpected site conditions are discovered, the scope of services and time schedule may change, even as the work is in progress. b. The scope of services shall include all services provided by WBC in its discretion, which are reasonably necessary and appropriate for the effective and prompt fidfillment of WBC'S obligations under the Agreement and all services shall be subject to the provisions of the Agreement, including these General Terms and Conditions and any Supplemental Terms or Conditions incorporated herein. All such services provided shall be invoiced and paid for in accordance with Section 3 below. c. All additional or subsequent work performed for client, shall be subject to these General Terms and Conditions, unless otherwise expressly supeiseded or modified by mutual written agreement of WBC and Client. SECTION 2• CLIENT DISCLOSURES a. It shall be the duty of the Client before and during the project to promptly notify WBC of any known or suspected hazardous substances which are or may be related to the services to be provided Such hazardous substances shall include but not be limited to any substance which posed or may pose a present or potential hazard to human health or the environment, whether contained in product, material, by-product, waste or sample and whether it exists in a solid, liquid, semisolid or gaseous form. b. Following any disclosure as set forth in the preceding paragraph, or if any hazardous substances are discovered or reasonably suspected by WBC after its services are undertaken, and which WBC determines in its discretion substantially change the costs and risks of the project, then WBC may, at its discretion, discontinue its services. C. Client shall timely notify WBC of potential health hazards or nuisances which might arise out of the work by WBC and its contractors and/or subcontractors (hereinafter referred to as subcontractors), and thereafter WBC shall take necessary and reasonable measures to protect its employees against such possible health hazards or nuisances. The reasonable direct costs of such measures shall be borne by the Client. d. The Client shall notify WBC of any other conditions, of which Client is or should reasonably be aware of, which might significantly affect the efficiency or safety of work of WBC. SECTION 3: BILLING AND PAYMENTS a. Unless otherwise specifically provided in the Agreement, billings will be based on the fee schedule referenced in the proposal. WBC shall submit invoices monthly for services performed and expenses incurred and not previously billed on any previous invoice. Payment is due upon receipt. For all amounts unpaid after thirty (30) days of the invoice date Client agrees to pay to WBC a finance charge of one and one-half percent (1 1/20%) per month, eighteen percent (18%) annually, or the legal maximum rate if it is less. The billing rates described in this Agreement may be modified on a periodic basis (typically annually). These modifications will be incorporated into long term projects, unless otherwise addressed in the Proposal. b. The Client shall provide WBC with a clear written statement within fifteen (15) days after receipt of the invoice of any objections to the invoice or any portion or element thereof. Failure to provide such a written statement shall constitute acceptance of the invoice as submitted. Only reasonably disputed sums may be withheld from payment. For purposes of this section, Client may only dispute a charge on the basis that the related services were not performed, or that they were performed in an dcfwdvc manna falling beneath the requisite standard of care. Further, WBC and Client agree to promptly meet, address and resolve invoice disputes. c. The Client's obligation to pay for the services performed under this Agreement is in no way contingent upon other events; including but not limited to Client's ability to obtain financing, zoning, approval of governmental or regulatory agencies, final adjudication of a lawsuit in which WBC is not involved, complete a transaction or successfidly complete the project No deduction shall be made from any invoice an account of penalty, liquidated damages or other sums withheld from payment to WBC. d. If timely payments are not received, then WBC may commence collection activities. It is agreed that all expenses incurred by WBC in obtaining liens, obtaining judgments or collecting any amounts due under the Agreement including the time of WBC employees, at full billing rates, all associated costs, and reasonable attorney's fees shall be recoverable from the Client SECTION a• RIGHT OF ACCESS a. If services to be provided under this Agreement require the agents, employees, or subcontractors of WBC to enter Onto the Project site, Client shall provide timely right of access to the site to WBC, its employees, agents and subcontractors, to conduct the planned field observations and services. WBC shall take reasonable precaution to reduce damage to the site due to its operations, but is not responsible for the cost of restoration for any damage resulting from its operations, unless otherwise provided for in the Proposal. SECTION 5• SAMPLING OR TEST LOCATION a. If the scope of services includes performance of soil borings, or other subsurface excavations by WBC, it is understood that the Client will furnish WBC with a diagram indicating the location and boundaries of the site, and all subsurface structures and utilities. WBC reserves the right to deviate a reasonable distance from the proposed boring location(s). Client recognizes that drilling equipment is large and heavy and understands the risk of site damage. At Client's request and cost, WBC will restore the site to the conditions existing prior to WBC operations if practicable. WBC shall not be liable for damage or injury to or resulting from damage to subterranean structures (pipes, tanks, cables, wires or other utilities and subsurface structures, etc.) which are not called to WBC's [EXH161T_k_ PAGE AVER BOOS CONSULTANTS, LLC General Terms and Conditions Version 2009-AI Page 2 of 4 attention in writing and correctly shown on the diagram(s) furnished or correctly marked at the site. b. Unless otherwise stated, the fees in this proposal do not include costs associated with surveying of the site for the accurate horizontal and vertical locations of tests. Field tests or boring locations described in our report or shown on sketches are based upon information furnished by others and/or estimates made in the field by our representatives. Such dimensions and elevations should be considered as approximations unless otherwise stated. a This agreement may be terminated by WBC if site conditions prevent soil borings or other subsurface excavations by WBC at or near the designated locations, because of either obstructions or safety considerations, and these conditions were not revealed to WBC prior to acceptance of this Agreement. If, in order to complete borings, or other subsurface excavation, to their designated depths, additional work is necessitated by encountering impenetrable subsurface objects, this and all additional work will be charged for at the appropriate is in the fee schedule. d. Any equipment lost or damaged due to site surface or subsurface conditions, and not due primarily to the negligence of WBC or its subcontractors, will be invoiced at cost plus 15 pmenL SECTION 6: SAMPLES a. All materials and samples will be discarded immediately after testing unless the Client advises WBC in writing to the contrary. In such case, the samples will be delivered, shipping charges collected, or stored at owner's expense. b. Client shall have the sole responsibility to dispose of any hazardous substance or regulated contaminant whether the result of or a by-product of sampling or not, in accordance with applicable law. Client shall bear all costs and liabilities associated therewith. c. Client agrees to indemnify, defend and hold harmless WBC from any claims made or asserted against WBC arising out of or related to collection, storage or disposition of samples or materials alleging a failure to comply with any Fedora!, State or local environmental law, regulation or ordinance. ON 7• REPORTS AND OWNERSHIP OF a. With the exception of WBC reports to Client, all documents, including field data, field notes, laboratory test data, calculations and estimates are and remain the property of WBC. Client agrees that all reports and other work furnished to the Client but not paid for in full will be returned to WBC upon demand and will not be used for design, construction, permits, licensing, or any other purpose. b. Documents, including but not limited to, technical reports, field data, field notes, laboratory test data, calculations, and estimates furnished to the Client or its agency pursuant to this agreement are not intended or represented to be suitable for use by third parties or reuse by the Client or to the extensions of the Project or on any other project Any use or reuse without WBC's written consent will be at Client's sole risk and without liability or legal exposure to WBC or to WBC's subcontractor(s). Client shall indemnify and hold harmless WBC and WBC's subcontractor(s) from all claims, damages, losses and expenses including attorneys' fees arising out of or resulting therefrom. SECTION 8: INDEMNITY PROVISIONS a. WBC agrees to indemnify, hold harmless, and defend Client from and against any loss, damage, injury, claim, and liability arising from and to the extent caused by the negligent acts or omissions of WBC, its agents and subcontractors, but subject to the limitations of liability set forth in Section 11 of this Agreement. Further, Client agrees to indemnify, hold harmless, and defend WBC against any loss, damage, injury, claim or liability not caused by or arising from the acts or omissions of WBC. b. Client hereby waives all claims for indemnity and contribution (and related theories) for claims which are otherwise covered (or would be ordinarily covered) when made directly to WBC or its subcontractors under Worker's Compensation insurance provided by WBC or its subcontractors. SECTION 9: STANDARD OF CARE a. WBC represents that the services performed under this Agreement will be performed with the care and skill ordinarily exercised by reputable members of the profession practicing under similar conditions at the same time in the same or similar locality. b. Client recognizes that subsurface conditions may vary from those encountered at the locations when the borings, surveys, or explorations are made by WBC and that the data interpretations and recommendations of WBC's personnel are based solely on the information provided to WBC. WBC will be responsible for those data, interpretations, and recommendations, but shall not be responsible for the interpretation by others of the information developed C. NO OTHER WARRANTY, EXPRESSED OR IMPLIED, 1S MADE OR INTENDED BY RENDITION OF CONSULTING SERVICES OR BY FURNISHING ORAL OR WRITTEN REPORTS OF THE FINDINGS MADE. SECTION 10• INSURANCE a WBC represents that it and its agents, consultants, and subcor►ttactors employed by it, have procti ed Worker's Compensation insurance and that WBC has coverage under liability insurance policies which WBC deems reasonable and adequate. WBC shall furnish certificates of insurance upon request If the Client requests specific inclusions or limits of coverage that are not present in WBC's insurance, the cost of such inclusions or coverage increases, if available, shall be at the expense of the Client SF,CTrnw i t • i iIVIiTATIONS OF LIABILITY a. IT IS AGREED THAT, TO THE FULLEST EXTENT PERMITTED BY LAW, CLIENT WILL LIMIT WBC's TOTAL AGGREGATE LIABILITY TO CLIENT TO $50,000 OR THE AMOUNT OF WBC's FEE WHICH HAS BEEN ACTUALLY PAID TO AND RECEIVED BY WBC, WHICHEVER IS LESS, FOR ANY AND ALL INJURIES, CLAIMS, LOSSES EXPENSES OR CLAIM EXPENSES (INCLUDING ATTORNEY'S AND EXPERT WITNESS FEES) ARISING OUT OF THIS AGREEMENT OR THE SERVICES TO BE PERFORMED PURSUANT TO THIS AGREEMENT FROM ANY CAUSE OR CAUSES. SUCH Em—iaiT PAGE O EAVER BOOS CONSULTANTS, LLC tff yr •, " �"M General Terms and Conditions Version 2009-A1 Page 3 of 4 CAUSES INCLUDE, BUT ARE NOT LIMITED TO, WBC'S NEGLIGENCE, ERRORS, OMISSIONS, STRICT LIABILITY, BREACH OF CONTRACT, STATUTORY LIABILITY, BREACH OF WARRANTY, NEGLIGENT MISREPRESENTATIONS, ENVIRONMENTAL LIABILITY OR OTHER ACTS GIVING RISE TO LIABILITY BASED UPON CONTRACT, TORT OR STATUTE. IT IS EXPRESSLY AGREED THAT THE REMEDY STATED HEREIN IS THE CLIENT'S EXCLUSIVE AND SOLE REMEDY FOR ANY DAMAGE(S) ARISING OUT OF THIS AGREEMENT OR SERVICES TO BE PERFORMED PURSUANT TO THIS AGREEMENT. b. WBC will increase our limitation of liability up to the limits of our available insurance coverage or otherwise to $100.000, whichever is greater, upon client's written request, and for the additional consideration of M. Said request and payment must be received within 14 days of the date of execution of the Proposal and be before arty claim arises. c. The Client further agrees to notify any contractors or subcontractors who may perform work in connection with any design, report or study prepared by WBC of such limitation of liability for breach of contract, errors, omissions or negligence and require as a condition precedent to their performing their work a like limitation of liability on their part as against WBC. d. The Client and WBC agree that neither will be liable to the other for consequential damages incurred due to the fault of the other. Said damages include, but are not limited to, loss of use and lost profits. e. With the exception of actions pertaining to materialmen or mechanic's liens, and if lawful, causes of action between the parties to this Agreement pertaining to acts or failures to act shall be deemed to have accrued and the applicable statutes of limitations shall commence to run on the date the alleged act or failure to act occurred. f. Not withstanding the above, all claims, whether based upon contract, tort, breach of warranty, professional negligence (including errors, omissions or other professional acts), or otherwise, shall be deemed waived unless made by the Client in writing and received by WBC within one (1) year after Client reasonably knew or should have known of its existence, but in no event, shall such claim be asserted by Client lamer than two (2) years after WBCs completion of services with respect to which the claim is made. SECTION 12• ARBITRATION OF DISPUTES a. Claims, disputes or other matters in question between the parties to this Agreement arising out of or relating to this Agreement or the breach thereof shall be subject to and decided by arbitration in accordance with the Construction Industry Arbitration rules of the American Arbitration Association currently in effect, such arbitration to be held in Chicago, Illinois, unless the parties mutually agree otherwise. b. Demand for arbitration shall be filed in writing with the other party to this Agreement and with the American Arbitration Association. A demand for arbitration shall be made within a reasonable time after the claim, dispute or other matter in question has arisen. In no event shall the demand for arbitration be made after the date when institution of legal or equitable proceeding based on such claim, dispute or other matter in question would be barred by applicable statutes of limitations subject to Section 10(e) above. c. No arbitration arising out of our relating to this Agreement shall include, by consolidation, joined or in any other manner, an additional person or entity not a party to this Agreement except by written consent of WBC, Client and any other person or entity sought to be joined d. The award tendered by the arbitrator shall be final, and judgment may be entered upon it in accordance with applicable law in any court having jurisdiction thereof. SECTION 13: TERMINATION a. This Agreement may be terminated by either party upon at least seven (7) days written notice in the event of substantial failure by the other party to perform in accordance with the terms hereof through no fault of the terminating party. Such termination shall not be effective if the substantial failure has been remedied before expiration of the period specified in written notice. b. WBC may terminate this Agreement if the Client suspends WBC's services for more than sixty (60) consecutive days through no fault of WBC's. c. This Agreement may be terminated without cause by either party upon at least sixty (60) days' written notice. d. If this Agreement is terminated, WBC shall be paid for services performed prior to the termination date set forth in the notice plus termination expenses. Termination expenses shalt include costs attributable to personnel and equipment rescheduling and re -assignment and all other costs incurred directly attributable to termination. SECTION 14: MISCELLANEOUS a. In the event that any provision (or portion thereof) herein shall be deemed invalid or unenforceable, the other provisions hereto shall remain in full force and effect, and binding upon the parties hereto. In such event, the provisions found to be invalid shall be deemed to be reformed so that the intent of such provision will be enforced to the maximum extent permitted by applicable law. b. The heading or title of a section is provided for convenience and information and shall not serve to after or affect the provisions included herein. c. All obligations arising prior to the termination of this Agreement and all provisions of this Agreement allocating responsibility or liability between the Client and WBC shall survive the completion of services and the termination of the Agreement d. Unless otherwise provided, the substantial law of the State of Indiana will govern the validity of this agreement, its interpretation and performance, and remedies for contract breach or any other claims related to this agreement. e. WBC shall apply professional judgment in determining the extent to which WBC shall comply with any given standard identified in WBC's documents. Unless otherwise indicated, such compliance, referred to as 'SGGenneral Compliance" specifically excludes consideration of any standard listed as a reference in the text of those standards cited by WBC. f. Unless specifically stated in WBC's Proposal, it is understood the costs for implementation of the work are based on privately owned projects utilizing merit (non -union) wages and employees. Government funded or publicly owned projects that require prevailing wages will have specific fees identified EXHiBrr PAGE K EAVER BOOS CONSULTANTS, LLC •.� General Terms and Conditions Version 2009-A1 Page 4 of 4 in the Proposal. Any job action, strike, or other requirement to use union represented employees will require renegotiation of the costs for performing the work. g. In the event that WBC borrows or uses equipment or machinery, including but not limited to stationary, mobile and non -road mobile equipment, from the Client, it is agreed that the equipment is being rented for the sum of $1.00 and other considerations unless a specific rental agreement is executed by the parties. h. This Agreement may be assigned by WBC to an affiliate company, in whole or in part WBC may also retain persons or entities not in WBC's employ without Client's prior specific consent when such retention is appropriate and customary, including. but not necessarily being limited to, surveyors, drilling subcontractors, testing laboratories, remediation contractors, and specialized consultants. Client shall not assign its duties and obligations hereunder without the prior written consent of WBC. EXHIBTF-iK PAGEzLOM ATTACHMENT 5 WEAVER BOOS CONSULTANTS, LLC 4085 Meghan Beeler Court South Bend, Indiana 46628 Voice: (574) 271-3447 Fax: (574) 271-3343 PROPOSAL ACCEPTANCE SHEET Description of Services: Remediation Project Management Property Address: Former Carpenter Manufacturing Location, 1340 Rose City Blvd and Vicinity Project City/State: Richmond, IN 47374 Weaver Boos Proposal No.: LLCP-W"0-14 Date: August 19, 2014 Client Contract Amount: $140,017.00 Date: For approval and payment of charges, invoices will be charged to the account of Client: City of Richmond, Dept. of Met. De Attention: Mr. Tony Foster Street Address 1: 50 North 5* Street Telephone: 765-983-7211 Street Address 2: Fax: City/State: Richmond, IN Zip Code: 47374 This AGREEMENT is subject to the attached General Terms and Conditions Version 2009 — Al comprising 4 pages and the following special provisions/payment schedule: Weaver Boos Consultants LLC Rronosal No LLCP-004-00-14 dated August 19. 2014. and all attachments thereto. Accepted by: City of Richmond, Dept. of Metropolitan Development By (Signature) By (Type/Print) Title Accepted , 2014 Acknowledge the Terms and Conditions Weaver Boos Consultants, LLC i By (Signature) Steven M. Stanford, LPG By (Type/Print) Manager, South Bend Environmental Operations Title Accepted August 19, 2014 Acknowledge the Terms and Condition '`�`c, ,.R.�i CERTIFICATE OF LIABILITY INSURANCE Page l of 1 9/188/2 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: N the certificate holder is an ADDITIONAL INSURED, the policy(ies)must be endorsed. N 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 endorsement(s). PRODUCER CONTACT Willis of Illinois, Inc. c/o 26 Century Blvd. P. o. Boz 305191 PHONE FAX 77- 4 -7 -4 7-2 78 - ' r fi illi m► o INSURER(S)AFFORDINGCOVERAGE NAICM Nashville, TN 37230-5191 INSURERA:Navigators Specialty Insurance Company 36056-001 INSURED Weaver Hoos Coasultaats, LLC INSURERS: Twin City Fire Insurance Company 29459-001 35 Sast Wacker Suite 12SO INSURERC: INSURER D: Chicago, IL 60601 INSURER E: INSURER F: rnvs:oarrcc f'ERTIFICATF NUMBER* 22063856 REVISION NUMBER:See Remarks 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. IRSR TYPEOFINSURANCE POLICYNUMBER POLICYEFP POLICYEXP LIMITS A GENERAL LIABILITY X COMMERCIAL GENERAL LIABILITY CLAIMS -MADE OCCUR Y CH14NP40A2JOUNC 6/12/2014 6/12/2015 EACH OCCURRENCE $ 1,000,000 DAMAGETO RENTED PREMISES Es ureno1 $ 300,000 MED EXP (Anyone person) [PERSONAL $ 10,000 &ADV INJURY $ 1,000,000 GENERALAGGREGATE $ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PEP: PRODUCTS - COMP/OP AGG $ 2,000,000 $ POLICY � LOC g AUTOMOBILE LIABILITY 83UENPY6107 6/12/2014 6/12/2015 r=NGLELIM11 $ 1,000,000 BODILY INJURY(Per person) $ X ANY AUTO BODILYINJURY(Peracddent) S ALLOWNED AUTOS AUTOS X HIREDAUTOS ISCHEDULED NON -OWNED AUTOS G Peraodde $ $ A UMBRELLALM X OCCUR CH14: OA2JPLNC 6/12/2014 6/12/2015 EACH OCCURRENCE $ 10,000,000 X AGGREGATE $ 10,000,000 EXCESS LIAR CLAIMS -MADE $ DED I X RETENnoN S 10.000 g WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANYPROPRIETORlPAFti1�E71 OFFICER/IMBEREXCLUDED9 L J DE�PTID OF oPERATONS below NIA 83WFAA6884 6/12/2014 6/12/2015 X E.L. EACH ACCIDENT $ 1,000,000 E.L. DISEASE -EA EMPLOYEE $ 1,000,000 E.L. DISEASE - POLICY LIMIT S 1,000,000 A Pollution and Professional Liability 1 CH14NP40A2JOUNC 6/12/2014 6 12 $1,000,000. Each Occurrence/ Per Claim $2,000,000. Each Aggregate DESCRIPTION OF OPERATIONS / LOCATIONs / VEFMCLES (Altaeh Aaord 101, AdcNonal Ralaarhs SeheduK U maa apaee Is requkad) THIS VOIDS AND REPLACES PREVIOUSLY ISSUED CERTIFICATE DATED: 9/18/2014 WITH ID: 22049251 Umbrella policy follows form over the General Liability, Auto Liability & Employers' Liability. City of Richmond is included as an Additional Insured as respects to General Liability. SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. City of Richmond Attn: Tony Foster II, Executive Director AUTHONZED REPRESENTATIVE Department of Metropolitan Development 50 North 5th Street Richmond, IN 47374 w— -- A T #%&1 A 11 -:w1.Lw C011:4517424 Tp1:1IOL030 %;erL:66VoJo00 ev 17VV-w.v...+v.w..............._...._.. .a. �._�----• ACORD 25 (2010105) The ACORD name and logo are registered marks of ACORD E-Verify Affidavit Pursuant to Indiana Code 22-5-1.7-11, the Contractor entering into a contract with the City is required to enroll in and verify the work eligibility status of all its newly hired employees through the )-Verify program. The Contractor is not required to verify the work eligibility status of all its newly hired employees through the E-Verify program if the E-Verify program no longer exists. The undersigned, on behalf of the Contractor, being first duly sworn, deposes and states that the Contractor does not knowingly employ an unauthorized alien. The undersigned further affirms that, prior to entering into its contract with the City, the undersigned Contractor will enroll in and agrees to verify the work eligibility status of all its newly hired employees through the E-Verify program. (Contractor): Weaver Boos Consultants By (Written Signature): (Printed Name): Amy Goeoei (Title): Senior Human Resources Generalist Important Notary Signature and Seal Required in the Space Below STATE OF JWJAI 1 1 S COUNTY OF �V bk M OFFCK VA SS: KR*MY NELSON NOTARY PAW - STATE OF L NM W OGM�----------- S00 E)tPtRgSIVMS Subscribed and sworn to before me this �O _day of - "'o 20 My commission expires: / a q (Signed) Residing in by— County, State of