Loading...
Signed Contracts_Bee Branch Creek Restoration_Asbetstons InspectionsMasterpiece on the Mississippi TO: Michael C. Van Milligen, City Manager FROM: Gus Psihoyos, City Engineer 01 DATE: March 24, 2010 � SUBJECT: Bee Branch Creek Restoration Project Asbestos Inspections Attached is the Short,Form Improvement Contract between the City of Dubuque and Environmental Management Services of Iowa, Inc. (Dubuque, Iowa) for the required asbestos inspections of the 70± structures that are part of the deconstruction phase of the Bee Branch Creek Restoration Project. The funding source for these services will be from the Bee Branch Creek Restoration Project, Land Acquisition with Improvements CIP (7201654/73111), with a current balance of $2,108,669.25. Upon execution of the noted contract, please return to the Engineering office. Attach. Dubuque krail All- AmericaClty 1111 I �ro 2007 CITY OF DUBUQUE, IOWA SHORT FORM IMPROVEMENT CONTRACT City of Dubuque Engineering Department 50. W. 13 Street Dubuque, IA 52001 (563) 589 -4270 (563) 589 -4205 FAX THIS IMPROVEMENT CONTRACT (the Contract), made in triplicate, between the City of Dubuque, Iowa (City), by its City Manager, through authority conferred upon the City Manager by its City Council (City) and Environmental Management Services of Iowa, Inc. (Contractor) of the City of (Contractor Name) 5170 Wolff Road #2, Dubuaue, Iowa 52002 -2563 (Contractors Address - City and State) PROJECT TITLE: Bee Branch Creek Restoration Project — Asbestos Inspections For and in consideration of the mutual covenants herein contained, the parties hereto agree as follows: CONTRACTOR AGREES: 1. To furnish all material and equipment and to perform all labor necessary for (the Project): asbestos inspections of up to 70 residential and commercial structures along the Bee Branch corridor. Upon completion of the inspections, EMSI shall provide inspection reports which will include an inspection summary listing the amount, description, and location of asbestos materials found in the structures. Price: Approximately 4.5 hours per structure at $55.00 per hour plus Approximately 20 samples to be collected/ analyzed per structure at $11.00/ sample The Project shall be constructed to the existing grades and to any revised grades as described in this Project contract; in strict accordance with the requirements of the laws of the State of Iowa and ordinances of the City of Dubuque relating to public works, and in accordance with the Contract Documents which provisions and documents are each and all hereby referred to and made a part of this Contract just as much as if the detailed statements thereof were repeated herein. Page 1 of 4 2. Contract Documents shall mean and include the following: This Improvement Contract; all ordinances and resolutions heretofore adopted by the City Council having to do with the Project; the Contractor's Proposal; and the conditions described in the Contract, including any Special Conditions, Plans and Specifications and General Requirements as adopted by the City Council for the Project. 3. All materials used by the Contractor in the Project shall be the best of their several kinds and shall be put in place to the satisfaction of the City Manager. 4. Five percent (5 %) of the Contract price may be retained by the City for a period of thirty (30) days after final completion and acceptance of the Project by the City Manager to pay any claim that may be filed within said time for labor and materials done and furnished in connection with the performance of this Contract and for a longer period if such claims are not adjusted within that time, as provided in Iowa Code Chapter 573. The City shall also retain additional sums to protect itself against any claim that has been filed against it for damages to persons or property arising through the prosecution of the work and such sums shall be held by the City until such claims have been settled, adjudicated or otherwise disposed of. 5. The Contractor has read and understands the Project Specifications and has examined and understands the project description described in Section 1 and any attached Special Conditions herein referred to and agrees not to plead misunderstanding or deception because of estimates of quantity, character, location or other conditions surrounding the same. 6. The Contractor shall fully complete the Project under this Contract on or before May 14, 2010 (DATE) 7. To the fullest extent permitted by law, the Contractor shall indemnify and hold harmless the City from and against all claims, damages, losses and expenses, including but not limited to attorneys' fees, arising out of or resulting from performance of the Contract, provided that such claim, damages, loss or expense is attributable to bodily injury, sickness, disease or death, or injury to or destruction of property (other than the Project itself) including loss of use resulting there from, but only to the extent caused in whole or in part by negligent acts or omissions of the Contractor, the Contractor's subcontractor, or anyone directly or indirectly employed by the Contractor or the Contractor's subcontractor or anyone for whose acts the Contractor or the Contractor's subcontractor may be liable, regardless of whether or not such claim, damage, loss or expense is caused in part by a party indemnified hereunder. 8. Unless otherwise specified in the Contract Documents, prior to the commencement of any work on the Project and at all times during the performance of this Contract, the Contractor shall provide evidence of insurance which meets the requirements of the City's Insurance Schedule for Artisan Contractors or General Contractors. THE CITY AGREES: Upon the completion of the Contract, and the acceptance of the Project by the City Manager, the City agrees to pay the Contractor as full compensation for the complete performance of this Contract, the amount determined for the total number of units completed at the unit prices stated in the Contractor's Proposal and less any liquidated damages provided for in the Contract Documents. The number of units stated in the contract, special conditions and contractors Page 2 of 4 proposal is approximate only and the final payment shall be made by the work covered by the Contract. THE MAXIMUM CONTRACT AMOUNT SHALL BE LIMITED TO AN INCREASE OF 10 % OF THE ABOVE LISTED ESTIMATED AMOUNT. By: CITY OF DUBUQUE, IOWA Michael C. Van Milligan City Manager CONTRACT ESTIMATED AMOUNT $ 30,000.00 3 /-0 /d Date Page 3 of 4 By: CONTRACTOR: rdwifo ivve -a( (Iatg gemetn - Serj��e5 Contractor Q t pijo.. til�S. 3 Signature / Date MA-AK kL Printed Name itle CONTRACTOR ACKNOWLEDGEMENT OF ATTACHED SPECIAL CONDITIONS: By: `22044, 3! Signature v Date Printed Name Title A t, tiebod iso The following special conditions shall apply to this Project: Contractor shall maintain the attached insurance requirements during the duration of the contract period. Page 4 of 4 REV. 12.1/06 THE ANY PCRTAN, POLICES. 11 A POLICIES N(OIAREMENT, OF Ir2.1URAMC LISTED BELOW HAVE SEEN 1S'3LED TO TILE INSURED TERM OR COFJDfT)CII OF ANY CONTRACT OR OTTER C O:OW THE INSURANCE AFFORDED BY THE POLICES Ducal9ED HEREIN ACGR LNTTS BHCANN MAY HAVE BEEN REDUCE() ET PAD CLAWS, NAMED A9oAE NT 1 RESPECT M SUBJECT TO ALL EFi�L7ry CA IJtOOri n� 01.01.10 FOR THE POLICY TO INN CH 7H® THE TER MC, . EXCLUSTO PEICOO DJCICATEO HOTIATT113TANcfNO CERTIFICATE NAY CE ISSUED 15 ANO CONOITIOt OR MY OF 31)17{ Vat err IwS1..RAN'1 PCNiIUL U IITY Z 0041r0;4:444 GE.I:AAI Luaur' �+ --�n1 CIAJI4S vaoe g occur bps POLICY Ill -1R 12 EMP4345905 LibliTS 01.01.11 l' 4l OG.IM11*l. S 2.rXU.010 - --- gu1tYoxv+e. «cwln ell t sot= JtPD DP fA +1A1A••) 41tOE I'M y 414 p 1 D_OCO PERSO4AL 3 AJY1IkAmy t 2.071.43 CQllrRCI{rs RSIIL*iO+t 1.Il1li+t OSNI AL AC,G1t AAtt S 2,033 OW y!NL A,xotecATL OM APSLAS PIA ,7 POLICY fPAOJEC7 n ICs.: 1WA6LL:19• L0IP.r.A' ACC S 2 0 30 . Q:1) Au1 n. e L4atire ALL VA NrOAJIQ *cm oust O AUTOS tiUNGY,NEU AU'C'I Cpu wNLD "o++vi l/_1 r Its. Z 1 bum r AYAO<r f NH. MnrW Fk?:ILY I:JUk+ dK K<dh'� 1 ...ROVER rY 0+1.4+:1e tVr NSWAL I GAAA0C L/AatRY j A,I,r AUTO I Atrw EA ACLIQLNT 1 G 0111Y oT FC1lt to AG6 1 Ml. hGY .c.:, t CtCEStNLLMICLLI IJAIR T' LKO V 0 CL A.LtS UAtt. OFOLICRU,.A I /WWI:DCA S ■ ■ Oct1 6:c1 Cw :r 1 SRC GAT I 8 pt gr iscl LItIra8 n WCS -348- 347375.019 07- 08 -0'9 AtY FMPMYTC+4+NFTNCwLACCLITI.L ( Of rKONACUEKR LAtAVoco V A 01.0141 ti ,,, H , YY4+5 ECV.L PACV19Cna T.Ae,. 1 Mark Hogan- Pies. exCl 07 -08 -10 6 J I 4 ACCal IV 1 507,400 EL [AWE•LALLIIQILL I t 500.010 I t C+STAFr Mil 4::` WT. 1 549.100 A 07w0 1 121=MP 43459 05 01 -01 -10 t Protes*.ona1 LJabtllty i Ctairns Maoe Form 01 -01 -11 82,000,000 Pet Claitr1 Ct4 Rrl soi1Or 0PSILATl*I f LOOM PONS 4 Vatiaa..12 ACICtc isfLRLN FSAJIIN 1 IPLGAt PRCNIIAlV1 L ____________. AC D CERTIFICATE OF LIABILITY INSURANCE Pltoplroat Meyers Jenk Insurance Agency PO Box 323 Dyersville tows 52049 563 -875 -8096 11461.111E C O /ERN:1E CERTFICATE HOLDER ACORO 26 (20110E) Environmental Management &a 'vets of IA Inc. 5170 Wolff Rd 02 Dubuque, IA 52002 -2563 TILES CERTIFICATE IS ISSUED AS A MATTER OF INKbRMATJON ONLY AND CONFERS NO MOWS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAC3E AFFORDED BY THE POLICES BELOW INSURERS AFPORDING CGvERA4E I or e INS 1dUPCR C 1 /41.FrOi L IN9USE14 B Liberty Mures 134/Mt A ANh 3 Cio.tty M;urnnto Coupsn) 1212912009 CANCELEATION For Information and bidding purposes only. swa JLO aver or TIE Above (*scree= rooms 6r W µ;CL L 14 Et'rtyet 1141 emulA /lm DATi TN RISCO, 41* 4PJ11.40 $l1JLSRWLl. 4 1AVryt rostra 30 GAYS vourrsu NOME 10 T .e Gifu res ie NOLOeR rAAItO 10 1.W LC, F, (4111 VAMLLJRL T000 SO •11A.L IMPOSE 10 OBLIGATION OR L1ABtJ TY CF ANr I. 10 UPO I ThE !I SUP EA rrs AOE4ITH 0R REM Ova".vas AU140U30 AV IIERIMA7M Coleen Deutmeyer iJ ACCORD CORPORATION ins 1.I Ei. ..C.Y3CrIt3t'LrMtL41 LOCUM .V t. ottri :44uit) TO 1 1 1 1. IhRlJRLDM4RL1A137Y1 T0 4 !Pt P 3CT PCH ,001.ICRItOPQr.h1111S.:knl1 .L+Y TEECVYYILIOR1. 1 LII11011 CO'+C,I{TtCli Cr Atre 00111 i1tCT OR0:1ca DQP,jugni well IlC::CT 10 141 +0 TN• Cl1N1U'II.{rt "AY uC 13 3L,I0 Q It WAY rt4TA N, r.t ,4 ,,R OCE RPrCoCC D WY TK l 1 1 X0 3 1PN14 too 1'Or TO Att 111E ICRMT C' CLU':40rit Pr•:.. Cste.94;4RY. QT S_'V,;,. raC¢F ACCpCCAIt Lrillls IFI.7A•IWAY F114S OtEN ft:0JC(D 11 r Pas:'., Cr...::113 - ,� _..R�._ ___.._ ._._ II } ' 1 L I 11P3R0 LTR LN3RO ' GENE t... TYPE OF WSJRAHCE ■ F•aK YhUl18RK i^ r! 0544111 Y !F E E MOC1 Y1 LR+T$ ' r ~~ RAL LLIRCJTY CC+trL1C Al OL +,ERAS tJ,D1l:Y I CLXtW3 LLACC CCOA __. I ] I IF+yrl OC,:iY� - -.� i r.LYITTUNTLYT7"'-- -1-'- I lh? EV!,�.kAOA I • NEGC AP GC^T s'a ;Alt,: • PlAr$CNAL & try mAa1 C.:JN? 1 PF.E•CY_C:u. E.NPCC ACC • $ I 4.0C:.+tulT£ LIWT xFFLE: r`0. l' tlCY ' 1 c 1 ■ AUTOLIOIILt A "-- _ X . ')---El LMIRLETY ANY JAA30 F63002 4:LC14',ED ALTOS S„ 1QEA.UED i NE.1447Y.RU A4 CAA 12/28/09 12/28/10 C4+l133,+:::31‘,0.1 L1L•r I a«s4taq a l000OQG 31000000 1,4, L 1 R Y c•OC,c, It:.VA'i 1 PA:04.411 c:,V.tr„ 11000000 GJJlAOI I I tussTY ANY 3,,J10 j ' AU1DD&V • F A ACC k:1 ,1 ' OT1iRTHI LA PC( i 1 ' AUIO ou.Y Aii 1 ' I L ( CI33+UA'i11ELLA LLAINUIY j {Xj; Uk _ I "1.A111.1164.� i - aD.CTiat r R- IiNT.Ot. 3 3+!_r1 CCJSJRRf u & '. Ai76frl1 AT ,_ _.,_._ _. _ .. w0P3RER3 e0wIPERIATEN A nO LW PLOrt1.3.0Msr.ITY Ak4J1A IIt1cROX4 :1JAltC CLIINI Chht+ultLOtit tn.U.DtD' R� M,Yi VOk I STSt tAL Cir,7u¢t>: to a+ ' � ......1F1......, ■_. r. . ,Ii.11I , IR - - - LL C.SEAJL Af V =; ?ryt __ __ ____ _ __ • _ El DES A36- t'J.CY 1 I O1N:IR I CELC4►1:ICw Of OPERA RCVS I LOCA13O1+8 , VDIICI. C3 J IkCLV3oNI ACGLO IN D•OOIUIMINT 7I►I PPOV1SOrI 2000 PACE TRAILER 43 SRVT 40LW54431Y1 AcoR© CERTIFICATE OF LIABILITY INSURANCE OP ID M130 ENVIR -1 DATE IV evorf1'YYI 12/17/09 PRODUCER Ludovissy and Associates 787 West Locust Dubuque LA 52001 Phone : 563-556-6661 Fax :563- 588 -4756 MSURER$AFFO COVERAGE musts 'mom* Acui S170 T a:wo E' it0.gdManagowont Sorva Dubugva Iii 52002 THIS CERTIFICATE IS ISSUED AS A MATTER RA INFORMATION ONLY AND CONFERS NO RFOHTS UPON THE CERTIFICATE HOLDER THI$ CERTIFICATE DOES NOT AMEND, E%TENO OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. e4URtk t\tuitr4 D M0U .E4 E - .....,. ..... ., .. NAKAI 14184 COVERAGES ACORD 21 f2091MS] INFORMATION PURPOSES NFORLI LA CANCELLATIOt1 SINNED ANY OE 1116 ADOVF OF &CRp C0 POLN?11 Gre Cf.--3CE LLEC OFFC.IE TIE FtP%1(41'0 . DiTI THILMOr, i/R TESLTAG W30ILE74 BILL EIt7IJN:R To LM. 30 cAY31Y14 rTIN 6'01 ETO THE CESTIFI:.l1t KII.DEA HAWED 10 THE LE /1,11VI FANUr& 10 0D10 SMLL UIPDSi NO 0DU01110N OR MORAY Cs ANY END UPC IRE INSVRRERL RI AGENTS 01 PIME3EWTATVEL AIM lcx StrRtttYJ 4) ACORD CORPQRAfON 1918