Loading...
HomeMy Public PortalAbout024-2015 - Sanitary & Stormwater - Delucio - Emergency on call repairORIGINAL AGREEMENT THIS AGREEMENT made and entered into this ! __I_ day of Pe_bfVaf 2015, by and between the City of Richmond, Indiana, a municipal corporation acting by and ough its Board of Sanitary Commissioners and its Storm Water Management Board (hereinafter referred to as the "City") and Mike DeLucio & Son, Inc., 3436 Chester Blvd., Richmond, Indiana 47374 (hereinafter referred to as the "Contractor"). SECTION 1. STATEMENT AND SUBJECT OF WORK City hereby retains Contractor for the performance of construction services for emergency repair work for the Richmond Sanitary District and/or Storm Water Management Board on an on -call, as -needed basis. A Request for Quotes dated January 9, 2015 has been made available for inspection by Contractor, is on file in the office of the Sanitation Department, and is attached hereto as Exhibit "A," consisting of three (3) pages, which Exhibit is hereby incorporated by reference and made a part of this Agreement. Contractor agrees to abide by the same. The response of Contractor to said Request for Quotes is dated January 22, 2015 and is attached hereto as Exhibit "B," consisting of one (1) page, which Exhibit is hereby incorporated by reference and made a part of this Agreement. Contractor shall provide, as needed and requested, all equipment and services listed on Exhibit `B." 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. The Contractor shall furnish all labor, material, equipment, services and warranties 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 II. STATUS OF CONTRACTOR Contractor shall be deemed to be an independent contractor and is not an employee or agent of the City of Richmond. The Contractor shall provide, at its own expense, competent supervision of the work. SECTION III. COMPENSATION City shall pay Contractor a sum per construction service component, listed in Exhibit "A," utilized, as -needed, delivered, in accordance with the prices quoted by the Contractor in Exhibit "B," for the term of the Agreement. Materials will be reimbursed as provided in the specifications attached in the Request for Quotes incorporated in this Agreement by reference. Contract No. 24-2015 Page 1of6 A SECTION IV. TERM OF AGREEMENT This Agreement shall become effective January 1, 2015 and shall continue in effect through December 31, 2015. 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 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. Coverap-e Limits A. Worker's Compensation & Statutory Disability Requirements B. Employer's Liability $100,000 Page 2 of 6 C. Comprehensive General Liability Section 1. Bodily Injury Section 2. Property Damage D. Comprehensive Auto Liability Section 1. Bodily Injury Section 2. Property Damage $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 E. Comprehensive Umbrella Liability $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 VII. COMPLIANCE WITH INDIANA E-VERIFY PROGRAM REQUIREMENTS Pursuant to Indiana Code 22-5-1.7, Contractor is required to enroll in and verify the work eligibility status of all newly hired employees of the contractor through the Indiana E-Verify program. Contractor is not required to verify the work eligibility status of all newly hired employees of the contractor through the Indiana E-Verify program if the Indiana E-Verify program no longer exists. Prior to the performance of this Agreement, Contractor shall provide to the City its signed Affidavit affirming that Contractor does not knowingly employ an unauthorized alien in accordance with IC 22-5-1.7-11 (a) (2). In the event Contractor violates IC 22-5-1.7 the Contractor shall be required to remedy the violation not later than thirty (30) days after the City notifies the Contractor of the violation. If Contractor fails to remedy the violation within the thirty (30) day period provided above, the City shall consider the Contractor to be in breach of this Agreement and this Agreement will be terminated. If the City determines that terminating this Agreement would be detrimental to the public interest or public property, the City may allow this Agreement to remain in effect until the City procures a new contractor. If this Agreement is terminated under this section, then pursuant to IC 22-5-1.7-13 (c) the Contractor will remain liable to the City for actual damages. Page 3of6 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 DISCRINIINATION 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; That Contractor, any sub -contractor, or any person action on behalf of Contractor or any sub -contractor shall in no manner discriminate against or intimidate any employee hired for the performance of work under this Agreement on account of race, religion, color, sex, national origin or ancestry; That there may be deducted from the amount payable to Contractor by the City under this Agreement, a penalty of five dollars ($5.00) for each person for each calendar day during which such person was discriminated against or intimidated in violation of the provisions of the Agreement; and 4. That this Agreement may be canceled or terminated by the City and all money due or to become due hereunder may be forfeited, for a second or any subsequent violation of the terms or conditions of this section of the Agreement. C. Violation of the terms or conditions of this Agreement relating to discrimination or intimidation shall be considered a material breach of this Agreement. Page 4 of 6 SECTION X. RELEASE OF LIABILITY Contractor hereby agrees to release and hold harmless the City and all officers, employees, or agents of the same from all liability which may arise in the course of Contractor's performance of its obligations pursuant to this Agreement. SECTION XI. MISCELLANEOUS This Agreement is personal to the parties hereto and neither party may assign or delegate any of its rights or obligations hereunder without the prior written consent of the other party. Any such delegation or assignment, without the prior written consent of the other party, shall be null and void. This Agreement shall be controlled by and interpreted according to Indiana law and shall be binding upon the parties, their successors and assigns. This document constitutes the entire Agreement between the parties, although it may be altered or amended in whole or in part at any time by filing with the Agreement a written instrument setting forth such changes signed by both parties. By executing this Agreement the parties agree that this document supersedes any previous discussion, negotiation, or conversation relating to the subject matter contained herein. This Agreement may be simultaneously executed in several counterparts, each of which shall be an original and all of which shall constitute but one and the same instrument. The parties hereto submit to jurisdiction of the courts of Wayne County, Indiana, and any suit arising out of this Contract must be filed in said courts. The parties specifically agree that no arbitration or mediation shall be required prior to the commencement of legal proceedings in said Courts. By executing this Agreement, Contractor is estopped from bringing suit or any other action in any alternative forum, venue, or in front of any other tribunal, court, or administrative body other than the Circuit or Superior Courts of Wayne County, Indiana, regardless of any right Contractor may have to bring such suit in front of other tribunals or in other venues. Any person executing this Contract in a representative capacity hereby warrants that he/she has been duly authorized by his or her principal to execute this Contract. In the event of any breach of this Agreement by Contractor, and in addition to any other damages or remedies, Contractor shall be liable for all costs incurred by City in its efforts to enforce this Agreement, including but not limited to, City's reasonable attorney's fees. In the event that an ambiguity, question of intent, or a need for interpretation of this Agreement arises, this Agreement shall be construed as if drafted jointly by the parties, and no presumption or burden of proof shall arise favoring or disfavoring any party by virtue of the authorship of any of the provisions of this Agreement. Page 5of6 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: j-, -"� ue Miller, President Date: THE CITY OF RICHMOND, INDIANA by and through its Storm Water Management Board By:<Zjj� r dent ue Miller, Vice President V15�� Gilbert Klose, em er Date: A llul� APPROVED: " ' Sarah L. Hutton, Mayor Date: "CONTRACTOR" MIKE DELUCIO & SON, INC. By: -� Printed: Title: G eh Date: Z - Page 6 of 6 PRICE REQUEST OF ♦� O b o t � i CITY OF MCHMOND DEPARTM WF OF SANITATION 2380 LIBERTY AVENLI&RICIINIDND, INDIANA 47374 PHOMW (765) 983-7450•FAX(765) 962-2669 THIS IS NOT AN ORDER VENDOR INSTRUCTIONS This is a request for a price for the services of materials described below. Any additional specifications may be Mike DeLucio & Sons attached hereto. This is NOT an order and the City reserves the right to accept a8 or part, or decline the entire proposal. 3436 Chester Blvd. Please complete your full name and phone number below with signature; itemize all prices and charges where Richmond, IN 47374 requested; and attach any explanation for any substitution to speaficalions altered. Relum In a sealed envelope, M care of Richmond Sanitary District Board of Commissioners to the administration building at the address above by the specified date and time to be considered. DATE: REPLY MUST BE IN BY: PAYMENT TERMS: DELIVERY REQUIRED - January 9, 2015 January 27, 2015 by 10:OOAM UPON RECEIPT OF INVOICE DELIVERED DESCRIPTION This is a request for quotes for Construction Services for Emergency Repairs. Please see attached specifications. All E-Verify requirements and Indiana Local Preference Claims will apply to this quote. Please include a Certificate of Insurance, which must include Worker's Compensation, and Warranty Information with quote. Return the quote in a sealed envelope addressed to: Richmond Sanitary District Denise Johnson, Customer Svc Mgr 2380 Liberty Avenue Richmond, IN 47374 Re: Construction Services for Emergency Work Please Itemize all charges on attached Bid Sheet. If you have any questions please call Elijah Welch at 765-983-7483. STATE TAX EXEMPTION # 003121909-001 Richmond 94nitary District NAME OF FIRM QUOTING: nc AUTHORQEO BY SIGNATURE TITLE 1-22- ►5 DATE --7(OS-- q te2-Cc,1c PHONE NUMBER EXHIBIT � SAGE 2015 Construction Services for Emergency Repairs Scope of Work December 4, 2014 l . This specification is intended for emergency or other incidental work within the sanitary or stormwater collection system, the WWTP or other areas of responsibility of the Richmond Sanitary District. It will be awarded to a Contractor but only used on an as -needed basis. No amount of work can be guaranteed as part of this contract. This work typically consists of point repairs made on storm or sanitary sewers but may include other work as needed. 2. The contractor is required to respond by arriving on -site no later than 1 hr after requested to assess equipment and manpower needs. The contractor is then required to have equipment and crews on -site no later than 3 hrs from initial call. Request for service may be made both during and after normal working hours. 3. More than one contractor may be issued a contract under this specification. Bids will be analyzed and a list will be put together naming which contractor will be called first. The contractor shall submit a list including the types of work they are capable of completing and the experience they have had with each. They shall also submit a list of at least 3 references that may be called. The list, the references, and the individual bid prices will be used to determine who would be considered the lowest, most responsive, and most responsible bidder and who would then get the first call on a particular type of work. If the first called contractor is unable to complete the work or unable to meet the required response time due to issues such as current equipment allocation, the next Contractor on the list will be called. RSD reserves the right to allow work under this contract to be done by a contractor who is already on -site where emergency work is needed. The on -site contractor must already be under contract for emergency work with RSD and will not be allowed to charge mobilization/demobilization for work done with equipment or crews already on -site. 4. A list of emergency names and emergency phone numbers will be requested from the Contractor(s) who are awarded this contract. The first name on the list will be called first. If that person is unable to be reached the next name on the list will be called until all names are exhausted. If nobody from the first contractor's list is able to be immediately reached the RSD will start calling the next contractor in line. The contractor must supply RSD with up to four (4) emergency contacts but no less than two (2). 5. RSD will purchase required materials to be used under existing RSD PO's if possible or RSD may supply the material from their own inventory. If the contractor supplies material to be used during repair, RSD will reimburse the Contractor at a rate no greater than COST plus 10%. RSD will require copies of supplier invoices before.payment is made. If material used is taken from the 1EXH1131TPAGE 0f= Contractor's inventory and no supplier paperwork is available, RSD will receive a quote from one of their regular material suppliers to obtain a fair market value for the product. This quote will be used to pay the contractor for materials used from their inventory. 6. All bids shall include a unit price and a mobilization/demobilization price for each bid item. The mobilization/demobilization cost will be paid once per project for each item used. No bid items will qualify for multiple mobilization/demobilization billings on a single project, even if the project takes multiple days to complete. All equipment or man power will be billed hourly or daily with no minimums. Mobil ization/Demobilization costs shall include travel time to and from the job -site. All hourly rates apply only to time spent on -site and while the equipment is being used. 7. Prices for 2 man, 3 man, and 4 man crews shall include all hand and small power tools, tool or service trucks, operators (other than dump truck), supervisors, laborers and traffic control. 8. RSD staff will work with the Contractor to determine the extent of each project and how the repairs will be made. Repairs will be made per standard city specifications where applicable. 9. The fee for services/equipment provided outside the scope of what has been included in this price request will be negotiated on a case -by -case basis at the time of service. 10. The contract will start on January 1, 2015 and last through December 31, 2015. All prices within this bid shall remain the same through the contract. 11. All work completed under this contract shall be warranted for a period no less than one (1) year. .EXHifsly -� 1i_ PAGE. J OF�j Item No. Description 1 2 Man Crew 2 3 4 5 6 7 8 9 10 11 12 2015 CONSTRUCTION SERVICES FOR EMERGENCY REPAIR WORK BID SHEET 12/412014 Units Fir 3 Man Crew Hr 4 Man Crew Hr Tri-Axle Dump Truck with Driver Hr Tandcm Axle Dump Truck with Driver Hr Backhoe without Operator Hr Excavator without Operator (30,000 to 44,000 lb) Hr Excavator without Operator (45,000 to 80,000 lb) Hr Payloader without Operator fir Trench Box (0 -10 ft Deep) Day Trench Box (10 - 20 ft Deep) Day Vac Truck w/Jetter _- r1 0 GT —VA t oN L-1 tir 2015 Unit Price Mobilization/Demobilization S 100•UG $ N (A $ 150. oo $ 1g 111 - $ 200,c') $ NIIq $ 1 00. 00 S N $ S so, C,0 $ 00 - C) $ '7 5. Oo. Ov s g 5 , CIO $ C, $ 6 5. 00 $ 2 O Cs . o G $ 1 00.Oo $ 1 w. 0C $ TDO, oa $ 2.a0. CS() $ (po.oy $ 0. 00 I have received addendum number(s) and the prices in this bid reflect these changes/clarifications. �eLo&tio � (�o.n Contractor 2-2- —2 c)6 Authorized Signature Date