Loading...
HomeMy WebLinkAboutR-2025-021 Agreement for Construction Inspection Services with Cook, Flatt & Strobel Engineers, PA RESOLUTION NO. R-2025-021 A RESOLUTION APPROVING AN AGREEMENT FOR CONSTRUCTION INSPECTION SERVICES WITH COOK, FLATT & STROBEL ENGINEERS, PA. WHEREAS, the City of Riverside, Missouri, (the "City") desires to retain construction inspection services for the Vivion Road Trail; and WHEREAS, the City issued a Request for Proposal for Construction Observation & Testing; and WHEREAS,the City received four(4) Proposals in response; and WHEREAS,Cook, Flatt& Strobel Engineers, PA, ("CFS"), submitted a Proposal; and WHEREAS, the Capital Projects and Parks Manager, reviewed the proposals and determined that CFS was qualified; and WHEREAS, the staff recommends to the Board the passage and approval of this resolution approving the Agreement with CFS. NOW,THEREFORE,BE IT RESOLVED BY THE BOARD OF ALDERMEN OF THE CITY OF RIVERSIDE, MISSOURI,AS FOLLOWS: THAT the Board of Aldermen approves the Agreement for Appraisal Services, attached hereto in their substantial form, with CFS; the Mayor is authorized to sign the agreement on behalf of the City. FURTHER THAT the Mayor, the City Administrator, and other appropriate City officials are hereby authorized to take any and all actions as may be deemed necessary or convenient to carry out and comply with the intent of this Resolution and to execute and deliver for and on behalf of the City all certificates, instruments, agreements, and other documents, as may be necessary or convenient to perform all matters herein authorized. PASSED AND ADOPTED by the Board of Aldermen of the City of Riverside, Missouri, the 4th day of March 2025. • K een L. Rose, Mayor ATTEST;. .; Rabin Kincai ; City Clerk AGREEMENT FOR CONSTRUCTION INSPECTION SERVICES n THIS AGREEMENT is entered into as of the ' day of Aa �. , 2025 (the "Effective Date"), by and between Cook, Flatt& Strobel Engineers, PA, having an office at 1421 E 104th Street, Suite 100, Kansas City, MO 64131 (the "Consultant") and the City of Riverside, Missouri, a Missouri municipal corporation (the"City"). WHEREAS,the City desires to engage the Consultant to provide construction inspection services to the City as more fully described in Exhibit A, entitled "Project Services" attached hereto and incorporated herein by reference. NOW, THEREFORE, in consideration of the promises and mutual covenants between the parties and for other good and valuable consideration the receipt of which is acknowledged by the parties,they agree as follows. 1. Term of Agreement. This non-exclusive Agreement shall begin as of the Effective Date and shall continue until terminated as provided herein. 2. Scope of Services. A. General. The Consultant shall provide the Project Services described in Exhibit A. The Consultant is solely responsible for payment of wages, salaries, fringe benefits and other compensation of, or claimed by, the Consultant's personnel in the performance of the Project Services, including, without limitation, contributions to any employee benefit plans and all payroll taxes. 3. Compensation and Invoices. A. The City will pay all proper invoices within thirty (30) days of receipt consistent with the compensation schedule contained in Exhibit A. The following establishes the invoice procedure: 1. All invoices shall contain a narrative entry sufficient to describe the work or task performed and an indication of the person and job classification who performed the work. 2. All expenses, including copying, mileage, and out-of-pocket required to complete the construction inspection work shall be included in the Exhibit A fees. B. The City shall have the right to withhold payment to Consultant for any work not completed in a satisfactory manner until such time as Consultant modifies such work to the satisfaction of the City. 4. The City's Responsibilities. The City shall give prompt notice to the Consultant of any matters of which the City becomes aware that may affect the Project Services of the Consultant. The City shall cooperate with the Consultant in performing the Project Services by making available at reasonable times and places relevant City documents and pertinent City officers and employees to advise, assist, consult and direct the Consultant. The City shall examine documents submitted by the Consultant and render decisions promptly as may be required. 5. Insurance. A. General Provisions. Consultant shall file (by the Effective Date) with the City evidence of liability insurance that is consistent with the amounts set forth below. B. Limits and Coverage. 1. A policy of insurance for Commercial General Liability Coverage shall be provided in the aggregate amount of not less than $3,000,000 for all claims and $3,000,000 per occurrence. A policy of insurance for Automobile Liability Coverage shall also be provided in the amount of not less than $1,000,000 on a combined single limit. The City shall be listed as an additional insured as respects both policies. Neither policy shall not be cancelled, or materially modified so as to be out of compliance with the requirements of this section, or not renewed without thirty (30) days advance written notice of such event being given to the City. 2. The Consultant shall obtain and maintain Workers' Compensation Insurance for a limit of$500,000 for all of their respective employees, and in case any work is sublet, the Consultant shall require any subcontractors to provide Workers' Compensation insurance for all subcontractor's employees, in compliance with Missouri law. The Consultant hereby indemnifies the City for any damage resulting to it from failure of either the Consultant or any contractor or subcontractor to obtain and maintain such insurance. The Consultant shall provide the City with a certificate of insurance indicating Workers' Compensation coverage by the Effective Date. 6. Termination. Any party may terminate this Agreement at any time, with or without cause, by giving thirty(30) days' notice to the other party in writing. In the event of termination, all finished or unfinished reports, or other material prepared by the Consultant pursuant to this Agreement, shall be provided to the City. Upon termination the City shall pay Consultant for all services rendered and costs incurred up through the termination date for any satisfactory work completed on the project prior to the date of termination. 7. Relationship of Parties. It is the intent of the parties that the Consultant shall be an independent contractor in its capacity hereunder. Nothing herein shall be construed to create an employer-employee relationship. All services performed pursuant to this Agreement shall be performed by the Consultant as an independent contractor. The Consultant shall not have the power to bind or obligate the City except as set forth in this Agreement or as otherwise approved by the City in writing. 8. Notices. Any notice, approval or other communication between the City and the Consultant pursuant to this Agreement shall be made in writing and shall be deemed to be effective upon receipt or 2 refusal of service and may be given by personal delivery, courier, reliable overnight delivery or deposit in the United States mail, postage prepaid, registered or certified, return receipt requested, to the address specified below or to such other address as may later be designated by written notice of the other party: The City: Cook, Flatt& Strobel Engineers,PA: City of Riverside Cook, Flatt& Strobel Engineers, PA Attn:Noel Bennion Attn: Adam McEachron 2950 NW Vivion Road 1421 E 104th Street, Suite 100 Riverside,Missouri 64150 Kansas City, MO 64131 nbennion@riversidemo.gov adam m rcfse.com Nothing contained in this section shall be construed to restrict the transmission of routine communications between representatives of the City and the Consultant. 9. Disputes. In the event of a dispute between the City and the Consultant arising out of or related to this Agreement, the aggrieved party shall notify the other parties of the dispute within a reasonable time after such dispute arises in an effort to resolve the dispute by direct negotiation or mediation. During the pending of any dispute, the parties shall continue diligently to fulfill their respective obligations hereunder. 10. Waiver. A waiver by any party of any breach of this Agreement by any other party shall only be in writing. Such a waiver shall not affect the waiving party's rights with respect to any other or further breach or the same kind of breach on another occasion. 11. Severability. The invalidity, illegality, or unenforceability of any provision of this Agreement or the occurrence of any event rendering any portion or provision of this Agreement void shall in no way affect the validity or enforceability of any other portion or provision of this Agreement. Any invalid, illegal or unenforceable provision shall be deemed severed from this Agreement, and the balance of this Agreement shall be construed and enforced as if it did not contain the particular portion or provision held to be invalid, illegal or unenforceable. The parties further agree to amend this Agreement to replace any stricken provision with a valid, legal and enforceable provision that comes as close as possible to the intent of the stricken provision. The provisions of this Section shall not prevent this entire Agreement from being invalidated should a provision which is of the essence of this Agreement be determined to be invalid, illegal or unenforceable. 12. Entire Agreement; Governing Law. This Agreement constitutes the entire and integrated agreement between the parties with respect to the subject matter hereof and supersedes all prior and contemporaneous agreements and negotiations with respect thereto. This Agreement may be amended only by a written instrument signed by all parties. This Agreement shall be governed by the laws of the State of Missouri. In 3 the event this Agreement is litigated, venue shall be proper only in the Circuit Court of Platte County,Missouri. 13. Counterparts. This Agreement may be executed in separate counterparts. 14. Assignment. Neither the City nor the Consultant shall assign any rights or duties under this Agreement without the prior written consent of the other party, which consent may be granted or withheld in such other party's absolute discretion. Nothing contained in this Section shall prevent the Consultant from engaging independent consultants, associates, and subcontractors to assist in performance of the Project Services, provided however, in the event Consultant employs independent consultants, associates, and subcontractors to assist in performing the Project Services, Consultant shall be solely responsible for the negligent performance of the independent consultants, associates, and subcontractors so employed. Each party binds itself and its successors and assigns to all provisions of this Agreement. 15. No Third Party Rights. The provisions of this Agreement shall not be deemed to create any third party benefit hereunder for any member of the public or to authorize any one, not a party hereto, to maintain suit pursuant to the terms of this Agreement. 16. Good Faith Efforts and Cooperation. The parties agree to use good faith efforts in a professional manner in the performance of their services and covenants in this Agreement and to cooperate at all times and coordinate their activities as necessary during the Term of this Agreement to assist in performance of the Project Services and to ensure performance of the Project Services in an efficient and timely manner. 17. Authority. Each party represents to the other parties that it has the power and authority to enter into this Agreement and that the person(s) executing it on its behalf has the power to do so and to bind it to the terms of this Agreement. The Consultant represents that it has taken all action necessary or appropriate to authorize it to execute, deliver and perform this Agreement and to cause it to be binding upon the Consultant. 18. Covenant Against Contingent Fees. The Consultant warrants that the Consultant has not employed or retained any company or person, other than a bona fide employee working for the Consultant,to solicit or secure this Agreement,and that Consultant has not paid or agreed to pay any company or person, other than a bona fide employee, any fee, commission, percentage, brokerage fee, gifts, or any other consideration contingent upon or resulting from the award or making of this Agreement. For breach or violation of this warranty, the City shall have the right to annul this Agreement without liability or, at its discretion, to deduct from the contract price or consideration, or otherwise recover, the full amount of such fee,commission,percentage,brokerage fee,gift, or contingent fee. 4 20. Ownership of Documents. Payment by City to Consultant as provided herein shall vest in City title to all construction inspection reports, studies, analyses, and other paper, documents, computer files, and material produced by Consultant exclusively for the Project Services performed pursuant to this Agreement up to the time of such payments, and the right to use the same without other or further compensation, provided that any use for another purpose shall be without liability to the Consultant. Upon completion of the Project Services, Consultant shall deliver to City possession of all records pertaining to the Project Services. 21. Compliance with Laws. Consultant shall comply with all federal, state, and local laws, ordinances, and regulations applicable to the Project Services. Consultant shall secure all licenses,permits, etc. from public and private sources necessary for the fulfillment of its obligations under this Agreement. 22. Consultant's Endorsement. Consultant shall endorse as necessary all construction inspection reports furnished by it. 23. Indemnification and Hold Harmless. Consultant shall indemnify and hold harmless City and its officers, employees, elected or appointed officials, and attorneys, each in their official and individual capacities, from and against judgments, damages, losses, expenses, including reasonable attorneys' fees, to the extent caused by the negligent acts, errors, omissions, or willful misconduct of Consultant, or its employees, or subcontractors, in the performance of Consultant's duties under this Agreement, or any supplements or amendments thereto. 24. Professional Responsibility. Consultant will exercise reasonable skill, care, and diligence in the performance of its services in accordance with customarily accepted professional construction inspection practices. If Consultant fails to meet the foregoing standard, Consultant will perform at its own cost, and without reimbursement from City, the professional construction inspection services necessary to correct errors and omissions that are caused by Consultant's failure to comply with above standard. 25. Tax Exempt. City and its agencies are exempt from State and local sales taxes. Sites of all transactions derived from this Agreement shall be deemed to have been accomplished within the State of Missouri. 26. Safety. In the performance of the Project Services, Consultant shall comply with the applicable provisions of the Federal Occupational Safety and Health Act, as well as any pertinent federal, state and/or local safety or environmental codes. 27. Anti-Discrimination Clause. Consultant and its agents, employees, or subcontractors shall not in any way, directly or indirectly, discriminate against any person because of age, race, color, handicap, sex, national origin, or religious creed. 5 28. Force Majeure. Neither party will be liable for inadequate performance to the extent caused by a condition (for example, natural disaster, act of terrorism, riot, labor condition) that was beyond the party's reasonable control. IN WITNESS WHEREOF, the Consultant and the City have executed this Agreement as of the Effective Date. (rest of page intentionally left blank) 6 COOK, FLATT & STROBEL CITY OF RIVERSIDE, MISSOURI: ENGINEERS, PA: By: By: Name: Adam Mceachron Name: Kathleen L. Rose Title: Associate/Sr. Eng. Title: Mayor Dated: 2/27/25 Dated: March 4, 2025 ATTEST. Robin Kincaid, City Clerk By: Name: Brian Koral Title: City Administrator Dated: 03/05/25 WORK AUTHORIZATION AFFIDAVIT PURSUANT TO 285.530, RSMVIo STATE OF KANSAS ) ) ss. COUNTY OF SHAWNEE ) BEFORE ME, the undersigned authority, personally appeared ADAM MCEACHRON, who, being duly sworn, states on his oath or affirmation as follows: 1. My name is Adam Mceachron and I am currently the/is; Associate of CFS Engineeris (hereinafter"Contractor"), whose business address is 1100 Cambridge Cir Drive Kansas City, KS and I am authorized to make this Affidavit. 2. I am of sound mind and capable of making this Affidavit, and am personally acquainted with the facts stated herein. 3. Consultant is enrolled in and participates in a federal work authorization program with respect to the employees working in connection with the provision of Construction inspection Services. 4. Consultant does not knowingly employ any person who is an unauthorized alien in connection with the cted services set forth above. Affiant ADAM NCEACHRON Printed Name Subscribed and sworn to before me this 27th day of February 2025. Kimberly Berkey Notary Public Kimberly Berkey, NOTARY PUBLIC MY APPT EXP 2/17/26 STATE OF KANSAS 8 EXHIBIT A Project Services Scope of Services for Vivion Rd Trail TAP 3454(401)—Construction Inspection Services The Consultant will provide construction inspection services in the anticipated quantities shown below in the Total Cost Estimate. The Total Cost Estimate is not a guarantee of project hours and may need to be adjusted more or less by written communication between the City and the Consultant. Total Cost Estimate Field Technician Placement of Reinforcing Steel/ Footing Inspections •Per Hr Per Day Subtotal Trip Charge(RT) Total I 24IHrs $ 95.00 $ 760.00 $ 2,280.00 $ 240.00 $ 2,520.00 Field Tech nidan Placement of Geotextile Fabric& Type 2 rock&retaining wall backfill .Per Hr Per Day Subtotal Trip Charge(RT) Total 3IDays $ 95.00 $ 760.00 $ /60.00 $ 90.00 $ 2,370.00 Field Technician _ Approximately 2,000 CY of concrete Concrete Test including trail,driveway,curb& #of Hrs per test Trip Charge,if per set of 4 retaining wall,1 test per 100 CY Per Hour Subtotal applicable** cylinders Total 36 Tests $ 95.00 3 $ 285.00 $ 30.00 $ 60.00 $ 13,500.00 Concrete sample pick-ups* 18 picks $ 95.00 2 $ 190.00 $ 30.00 $ - $ 3,960.00 Field neer Placement of Temporary Shoring Per Day Subtotal Trip Charge(RT) Total 5 Days $ 1,000.00 $ 1,000.00 $ 30.00 $ 5,150.00 Removal of Temporary Shoring Per Day Subtotal Trip Charge(RT) Total 2 Days $ 1,000.00 $ 1,000.00 $ 30.00 $ 2,060.00 Project Engineer #of Hrs estimated for Project Management Per Hour project Total $ 225.00 10.00 $ 2,250.00 TOTAL $ 31,810.00 'Calculation assumes some concrete pick-ups will coordinate with other testing or observation trips "'Calculation assumes each test is a separate trip The Consultant's rates are provided below. Rates are provided should adjustments need to be made to the above Total Cost Estimate. Rates for placement of reinforcing steel /footing, geotextile, type 2 rock, retaining wall backfill, and concrete inspections are anticipated to be at the Field Technician rate and not the Field Engineer rate. If it is determined that a Field Engineer rate is needed, this adjustment will need to be approved by the City. Inspection of Temporary Shoring is anticipated at the Field Engineer rate unless the Consultant determines that a Field Technician will provide these inspections. 9 RATES Rates for placement of reinforcing steel/footing,geotextile,type 2 rock and retaining wall badcfill inspections: $ Increment Field Technician,with reports' $ 95.00 per hour $ 760.00 daily,8 hours Minimum hours,if applicable 2t hours Field Engineer,with reports 5 125.00 per hour $ 1,000.00 daily,8hours Mnimum hours,if applicable 2 hours Check box If Field Technician or Field Engineer is required for these services: Field Technician Field Engineer X 'It is anticipated that the Field Technician rate and not the Field Engineer rate will be used for these services.If it is determined that a Field Engineer rate is needed,this adjustment will need to be approved by the Oty. ... Concrete Testing". $ Increment Field Technician,with reports' $ 95.00 per hour $ 760.00 daily,8hours Mnimum hours,if applicable 2 hours Field Engineer,with reports per hour daily,8 hours Mnimum hours,if applicable hours Nudear Density Gauge $ 10.00 per hour GeoGauge Modulus/Stiffness Meter 5 20.00 hours .'Hourly rates shall include all charges for determining slump, air content,&temperature as well as fabricating test specimens. Check box if Field Technician or Field Engineer is required for these services. Field Technician Field Engineer X Concrete Laboratory Testing $ Increment Concrete Compressive Strength 7estin8 with report 5 60.00_per set(4) Temporary Shoring $ Increment Field Technician,with reports $ 95.00 per hour $ 760.00 daily,8hours Mnimum hours,if applicable 2 hours Field Engineer,with reports $ 125.00 per hour $ 1,000.00 daily,8hours Minimum hours,if applicable 2 hours Check box if Field Technician or Field Engineer is required for these services: Field Technician Field Engineer X Outer S Increment Trip charge,if not induded in hourly rate $ 30.00 per roundtrip Field Engineer,if needed $ 125.00 per hour Engineering Geologist,if needed $ 185.0 per hour Project Engineer,if needed $ 185.00 per hour Principal Engineer,if needed $ 225.00 per hour Project Management $ Increment If project management fees are anticipated number required please include title of 10.00 of hours project manager,hourly rate,and anticipated number of hours. $ 225.00 per hour Project Manager Title:Senior Engineer I