Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
20-116
Resolution No. 20-116 RESOLUTION AUTHORIZING EXECUTION OF AN AGREEMENT WITH O'BRIEN & GERE, INC. OF NORTH AMERICA FOR PROFESSIONAL SERVICES IN CONNECTION WITH ENVIRONMENTAL REMEDIATION INCLUDING SOIL REMEDIATION AND ASSOCIATED SERVICES REGARDING THE CITY-OWNED PROPERTY LOCATED AT 40 ANN STREET AND 520 MCBRIDE STREET BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF ELGIN, ILLINOIS,that pursuant to Elgin Municipal Code Section 5.02.020B(9) the City Council hereby finds that an exception to the requirements of the procurement ordinance is necessary and in the best interest of the city; and BE IT FURTHER RESOLVED BY THE CITY COUNCIL OF THE CITY OF ELGIN, ILLINOIS, that Richard G. Kozal, City Manager, and Kimberly A. Dewis, City Clerk, be and are hereby authorized and directed to execute an Agreement on behalf of the City of Elgin with O'Brien & Gere, Inc. of North America, for professional services in connection with environmental remediation including soil remediation and associated services regarding the city-owned property located at 40 Ann Street and 520 McBride Street,a copy of which is attached hereto and made a part hereof by reference. s/David J. Kaptain David J. Kaptain, Mayor Presented: August 26, 2020 Adopted: August 26, 2020 Omnibus Vote: Yeas: 9 Nays: 0 Attest: s/Kimberly Dewis Kimberly Dewis, City Clerk AGREEMENT .THIS AGREEMENT is made and entered into this 26th day of August, 2020,-by and between the CITY OF ELGIN, an Illinois municipal corporation (hereinafter referred to as 4'CITY") and O'Brien & Gere, Inc. of North America, a New York corporation, part of Ramboll, and its affiliates (hereinafter referred to as "CONSULTANT"). WHEREAS, the CITY desires to engage the CONSULTANT to furnish certain professional services for environmental remediation including soil remediation and associated services for the CITY owned properties at 40 Ann Street and 520 McBride.Street, Elgin, Illinois (hereinafter referred to as the "PROJECT"); and WHEREAS,the CONSULTANT represents that it is in compliance with Illinois Statutes relating to professional registration of individuals and has the necessary expertise and experience to furnish such services upon the terms and conditions set forth herein below. NOW, THEREFORE, it is hereby agreed by and between the CITY and the CONSULTANT that the CITY does hereby retain the CONSULTANT for and in consideration of the mutual promises and covenants contained herein, the sufficiency of which is hereby acknowledged to perform the services relating to the PROJECT as described herein,subject to the following terms and conditions and stipulations, to-wit: 1. SCOPE OF SERVICES A. All work hereunder shall be performed under the direction of the Corporation Counsel of the CITY, herein after referred to as the"DIRECTOR". B. The CONSULTANT shall provide the environmental remediation including soil remediation and associated services for the CITY owned properties at 40 Ann Street and 520 McBride Street, Elgin, Illinois as outlined in CONSULTANT'S proposal therefor dated July 7, 2020, attached hereto and made a part hereof as Attachment A. In the event of any conflict between the terms of this agreement and Attachment A, the terms of this agreement shall supersede and control. C. For purposes of clarification,the additional services to be provided herein relating to 520 McBride Street, are germane to the original October 24, 2018 agreement between the CITY and the CONSULTANT as signed,and such additional services relating to 520 McBride Street are in the best interest of the CITY and authorized by law. For the purposes of further clarification, the additional services to be provided herein relating to additional efforts for preparing responses letter to the Illinois Environmental Protection.Agency to follow-up on their comments for both soil and groundwater issues for 40 Arm Street, and the additional round of groundwater sampling for 40 Ann Street to be provided herein included in task 240 are germane to the original agreement between the CITY and the CONSULTANT dated August 14, 2019, as signed, and such additional work for 40 Arm Street is in the best interest of the CITY and authorized by law. D. The CONSULTANT agrees to correct or re-perform, without additional cost to the CITY, any Service not performed in accordance with the professional standard of care prevailing at the time and in the place where such Service is performed. 2. SCHEDULE The CONSULTANT shall initiate PROJECT activities upon written authorization from the CITY to proceed. The CONSULTANT will complete the services in a timely fashion based on a mutually acceptable schedule to ensure progress is made on the site. The estimated time for completion, subject to weather conditions, is set forth in CONSULTANT's proposal attached hereto as Attachment A. Neither party shall be liable for loss or damage suffered by the other as a result of any failure or delay in the performance of its obligations under the Agreement caused by a Force Majeure event or circumstance beyond its reasonable control. The party relying on this provision shall give prompt notice to the other party of the event or circumstance and shall take all reasonable steps to resume performance at the earliest possible date. In the event of a Force Majeure, the time for performance of Services shall be extended by the number of days from the date notice is given until performance is able to be resumed 3. WORK PRODUCT All work product prepared by the CONSULTANT pursuant hereto*including, .but not limited to, reports, plans, designs, calculations, work drawings, studies, photographs, models and recommendations shall be the property of the CITY and shall be delivered to the CITY upon request of the DIRECTOR; provided, however, that the CONSULTANT may retain copies of such work product for its records. CONSULTANT*s execution of this Agreement shall constitute CONSULTANT's conveyance and assignment of all right, title and interest, including but not limited to any copyright interest, by the CONSULTANT to the CITY of all such work product prepared by the CONSULTANT pursuant to this Agreement. The CITY shall have the right either on its own or through such other consultants as determined by the CITY to utilize and/or amend such work product. Any such amendment to such work product shall be at the sole risk of the CITY. Such work product is not intended or represented to be suitable for reuse by the CITY on any extension to the PROJECT or on any other project, and such reuse shall be at the sole risk of the CITY without liability or legal exposure to the CONSULTANT. 4. PAYMENTS TO THE CONSULTANT A. The CITY shall reimburse the CONSULTANT for services provided under this Agreement on a time and materials basis with a total fee not to exceed One Million Two Hundred and Seventy-Five Thousand One Hundred and Ninety-Five Dollars (S 1,275,195). Such total fee and the components thereof are set forth in Attachment A. - 2 - B. The CITY shall make periodic payments to the CONSULTANT based upon actual progress within thirty(30)days after receipt and approval of invoice. Said periodic payments to the CONSULTANT shall not exceed the amounts shown in Attachment A, and full payments for each task shall not be made until the task is completed and accepted by the DIRECTOR. 5. INVOICES A. The CONSULTANT shall submit invoices in a format approved by the CITY. B. The CONSULTANT shall maintain records showing actual time devoted and cost incurred. The CONSULTANT shall permit the authorized representative of the CITY to inspect and audit all data and records of the CONSULTANT for work done under this Agreement. The CONSULTANT shall make these records available at reasonable times during the Agreement period and for one (1) year after termination of this Agreement. 6. . TERMINATION OF AGREEMENT Notwithstanding any other provision hereof,the CITY may terminate this Agreement at any time upon thirty(30)days prior written notice to the CONSULTANT. In the event that this Agreement is so terminated, the CONSULTANT shall be paid for services actually performed and reimbursable expenses actually incurred prior to termination, except that reimbursement shall not exceed the amount set forth under Paragraph 4 above. 7. TERM This Agreement shall become effective as of the date the CONSULTANT is given a notice to proceed and, unless terminated for cause or pursuant to Paragraph 6, shall be deemed concluded on the date the CITY determines that all of the CONSULTANT's work under this Agreement is completed. A determination of completion shall not constitute a waiver of any rights or claims which the CITY may have or thereafter acquire with respect to any term or. provision of this Agreement. 8. NOTICE OF CLAIM If the CONSULTANT wishes to make a claim for additional compensation as a result of action taken by the CITY, the CONSULTANT shall give written notice of his claim within fifteen (15) days after occurrence *of such action. No claim for additional compensation shall be valid unless so made. Any changes in the CONSULTANT's fee shall be valid only to the extent that such changes are included in writing signed by the CITY and the CONSULTANT. Regardless of the decision ofthe DIRECTOR relative to a claim submitted by the CONSULTANT, all work required under this Agreement as determined by the DIRECTOR shall proceed without interruption. - 3 - 9. BREACH OF CONTRACT If either party violates or breaches any material term of this Agreement, such violation or breach shall be deemed to constitute a default, and the other party has the right to seek such administrative, contractual or legal remedies as may be suitable to the violation or breach; and, in addition, if either party, by reason of any default, fails within-fifteen(15) days after notice thereof by the other party to comply with the conditions of the Agreement, the other party may terminate this Agreement. Notwithstanding the foregoing, or anything else to the contrary in this Agreement, with the sole exception of an action to recover the monies the CITY has agreed to pay to the CONSULTANT pursuant to Paragraph(s) 4 and/or 8 hereof, no action shall be commenced by the CONSULTANT against the CITY for monetary damages. CONSULTANT hereby further waives any and all claims or rights to interest on money claimed to be due pursuant to this Agreement, and waives any and all such rights to interest which it claims it may otherwise be entitled pursuant to law, including, but not limited to, the Local Government Prompt Payment Act (50 ILCS 501/1, et seq.), as amended, or the Illinois Interest Act(815 ILCS 205/1, et seq.), as amended. The parties hereto further agree that any action by the'CONSULTANT arising out of this Agreement must be filed within one year of the date the alleged cause of action arose or the same will be time-barred. The provisions of this paragraph shall survive any expiration, completion and/or termination of this Agreement. 10. INDEMNIFICATION To the fullest extent permitted bylaw,CONSULTANT agrees to and shall indemnify and hold harmless the CITY, its officers, employees boards and commissions from . and against any and all claims, suits, judgments, costs, attorneys fees, damages or other relief, iricluding, but not limited to, workers' compensation claims; arising out of negligent actions or omissions or willful misconduct of the CONSULTANT in connection herewith, including negligence or omissions of employees or agents of the CONSULTANT arising out of the performance of this Agreement. The provisions of this paragraph shall survive any expiration, completion and/or termination of this Agreement. Each party waives any right it may have against the other at law or in equity to demand or receive consequential or punitive damages. 11. NO PERSONAL LIABILITY No official,director,officer,agent or employee of either Party shall be charged personally or held contractually liable under any term or provision of this Agreement or because of their execution, approval or attempted execution of this Agreement. t - 4 - r 12. INSURANCE The CONSULTANT shall provide, pay for and maintain the following types and amounts of insurance during the term of this Agreement. A. Comprehensive Liability. The CONSULTANT shall provide, pay for and maintain in effect, during the term of this Agreement, a policy of comprehensive general liability insurance with limits of at least $1,000,000 aggregate for bodily injury and $.1,000,000 aggregate for property damage. The CONSULTANT shall deliver to the DIRECTOR a Certificate of Insurance naming the CITY as additional insured. The policy shall not be modified or terminated without thirty(30) days prior written notice to the DIRECTOR. The Certificate of Insurance shall include the contractual obligation assumed by the CONSULTANT under Paragraph 10 entitled "Indemnification". This insurance shall be primary and non-contributory to any other insurance or self- insurance programs afforded to the CITY. There shall be no endorsement or modification of this insurance to make it excess over other available insurance. B. Comprehensive Automobile Liability. Comprehensive Automobile Liability Insurance covering all owned, non-owned and hired motor vehicles with limits of not less than $500,000 per occurrence for bodily injury and/or property damage. C. Combined Single Limit Policy. The requirements for insurance coverage for the general liability and auto exposures may.be met with a combined single limit of $1,000,000 per occurrence subject to a $1,000,000 aggregate. D. Professional Liability. The . CONSULTANT shall carry CONSULTANT's Professional Liability Insurance covering claims resulting from error, omissions or negligent acts with a combined single limit of not less than$1,000,000 per claim.A Certificate of Insurance shall be submitted to the DIRECTOR as evidence of insurance protection. The policy shall not be modified or terminated without thirty (30)days prior written notice to the DIRECTOR. 13. NONDISCRIMINATION In all hiring or employment made possible or resulting from this Agreement,there shall be no discrimination against any employee or applicant for employment because of sex,age, race, color,creed,national origin,marital status,of the presence of any sensory,mental or physical handicap, unless based upon a bona fide occupational qualification, and this requirement shall apply to, but not be limited to, the following: employment advertising, layoff or termination, rates of pay or other forms of compensation and selection for training,including apprenticeship. - 5 - No person shall be denied or subjected to discrimination in receipt of the benefit of any services or activities made possible by or resulting from this Agreement ori the grounds of sex,race,color,creed,national origin,age except minimum age and retirement provisions, marital status or the presence of any sensory, mental or physical handicap. Any violation of this provision shall be considered a violation of a material provision of this Agreement and shall be grounds for cancellation, termination or suspension, in whole or in part, of the Agreement by the CITY. 14. ASSIGNMENT AND SUCCESSORS This Agreement and each and every portion thereof shall be binding upon the successors and the assigns of the parties hereto; provided, however, that no assignment shall be made without the prior written consent of the CITY. 15. DELEGATIONS AND SUBCONTRACTORS Any assignment, delegation or subcontracting shall be subject to all the terms, conditions and other provisions of this Agreement and the CONSULTANT shall remain liable to the CITY with respect to each and every item, condition and other provision hereof to the same extent that the CONSULTANT would have been obligated if it had done the work itself and no assignment, delegation or subcontract had been made. Any proposed subcontractor shall require the CITY's advanced written approval. 16. . NO CO-PARTNERSHIP OR AGENCY This Agreement shall not be construed so as to create a partnership, joint venture, employment or other agency relationship between the parties hereto. 17. SEVERABILITY The parties intend and agreed that,if any paragraph,sub-paragraph,phrase,clause or other provision of this Agreement, or any portion thereof, shall be held to be void or otherwise unenforceable, all other portions of this Agreement shall remain in full force and effect. 18. HEADINGS The headings of the several paragraphs of this Agreement are inserted only as a matter of convenience and for reference and in no way are they intended to define,limit or describe the scope of intent of any provision of this Agreement, nor shall they be construed to affect in any manner the terms and provisions hereof or the interpretation or construction thereof. 19. MODIFICATION OR AMENDMENT This Agreement and its attachments constitutes the entire Agreement of the parties on the subject matter hereof and may not be changed, modified, discharged or extended - 6 - except by written amendment duly executed by the parties. Each partyagrees that no representations or warranties shall be binding upon the other party unless expressed in writing herein or in a duly executed amendment hereof, or change order as herein provided. 20. APPLICABLE LAW This Agreement shall be deemed to have been made in,and shall be construed in accordance with the laws of the State of Illinois. Venue for the resolution of any disputes or the enforcement of any rights pursuant to this Agreement shall be in the Circuit Court of Kane County, Illinois. 21. NEWS RELEASES The CONSULTANT may not issue any news releases without prior approval from the DIRECTOR, nor will the CONSULTANT make public proposals developed under this Agreement without prior written approval from the DIRECTOR prior to said documentation becoming matters of public record. 22. COOPERATION WITH OTHER CONSULTANTS The CONSULTANT shall cooperate with any other consultants in the CITY's employ or any work associated with the PROJECT. 23. INTERFERENCE WITH PUBLIC CONTRACTING The CONSULTANT certifies hereby that it is not barred from bidding on this contract as a result of a violation of 720 ILCS 5/33E et seq. or any similar state or federal statute regarding bid rigging. 24. SEXUAL HARASSMENT As a condition of this contract, the CONSULTANT shall have written sexual harassment policies that include, at a minimum, the following information: A. the illegality of sexual harassment; B. the definition of sexual harassment under state law; C. a description of sexual harassment, utilizing examples; D. the vendor's internal complaint process including penalties; E. the legal recourse, investigative and complaint process available through the Illinois Department of Human Rights, and the Illinois Human Rights Commission; - 7 - F. directions on how to contact the department and commission; G. protection against retaliation as provided by Section 6-101 of the Human Rights Act. A copy of the policies shall be provided by CONSULTANT to the Department of Human Rights upon request 775 ILCS 5/2-105. 25. SUBSTANCE ABUSE PROGRAM. As a condition of this Agreement, CONSULTANT shall have in place a written substance abuse prevention program which meets or exceeds the program requirements in the Substance Abuse Prevention Public Works Project Act at 820 ILCS 265/1 et seq. A copy of such policy shall be provided to the City's Assistant City Manager prior to the entry into and execution of this Agreement. 26. WRITTEN COMMUNICATIONS All recommendations and other communications by the CONSULTANT to the DIRECTOR and to other participants which may affect cost or time of completion, shall be made or confirmed in writing. The DIRECTOR may also require other recommendations and communications by the CONSULTANT be made or confirmed in writing. 27. NOTICES All notices, reports and documents required under this Agreement shall be in writing and shall be mailed by First Class Mail, postage prepaid, addressed as follows: A. As to the CITY: William A. Cogley Corporation Counsel City of Elgin 150 Dexter Court Elgin, Illinois 60120-5555 B. As to the CONSULTANT: John M. Nardozzi, P.E. Principal Engineer O'Brien & Gere Engineers, Inc. 300 S. Wacker Drive, Suite 1300 Chicago, Illinois 60606 - 8 - 28. COMPLIANCE WITH LAWS Notwithstanding any other provision of this Agreement it is expressly agreed and understood that in connection with the performance of this Agreement that the CONSULTANT shall comply with all applicable federal,state, city and other requirements of law, including, but not limited to, any applicable requirements regarding prevailing wages, minimum wage, workplace safety and legal status of employees. Without limiting the foregoing, CONSULTANT hereby certifies, represents and warrants to the CITY that all CONSULTANT's employees and/or agents who will be providing products and/or services with respect to this Agreement shall be legally authorized to work in the United States. CONSULTANT shall also at its expense secure all permits and licenses, pay all charges and fees and give all notices necessary and incident to the due and lawful prosecution of the work, and/or the products and/or services to be provided for in this Agreement. The CITY shall have the right to audit any records in the possession or control of the CONSULTANT to determine CONSULTANT's compliance with the provisions of this paragraph. In the event the CITY proceeds with such an audit the CONSULTANT shall make available to the CITY the CONSULTANT's relevant records at no cost to the CITY. CONSULTANT shall pay any and all costs associated with any such audit. 29. EXECUTION This Agreement may be executed in counterparts, each of which shall be an original and all of which shall constitute one and the same Agreement. This Agreement may be executed electronically and any signed copy of this Agreement transmitted by fax machine or email shall be treated in all manners and respects as an original document. The signature of any party on a copy of this Agreement transmitted by fax machine or e-mail shall be considered for these purposes an original signature and shall have the same legal effect as an original signature. IN WITNESS WHEREOF, the parties hereto have entered into and executed this AGREEMENT effective as of the date and year first written above. CITY OF ELGIN: O'BRIEN & GERE INC. OF NORTH AMERICA: By. Richard G. Kozal, City ManagerD�9�tany signed by Brian E white Brian E W h i te'Date:2020.08.06 09:44:47-04'00' By: Attes Name/Print: Brian E White Title: Executive Director City Clerk F:\Legal Dept\Agreement\O'Brien&Gere Engineers Agr-40 Ann St&520 McBride-8-5-20.docx - 9 - ATTACHMENT A CONSULTANT'S PROPOSAL DATED JULY 7, 2020 go OBG Part of Ramboll July 7,2020 Mr.William A.Cogley Corporation Counsel City of Elgin 150 Dexter Court Elgin,IL 60120 Via email: cogley w0ci1yofelgin.org Subject: Proposal for Soil Remediation Services Former Elgin Public Works Yard-40 Ann Street Seigle's Home and Building Site-520 McBride Street OBG File No. 56023 Dear Mr.Cogley: O'Brien&Gere,Inc.of North America,a Ramboll Company,(hereinafter,OBG)1 is pleased to submit this proposal to provide soil remediation services at the former Elgin Public Works Yard site located at 40 Ann Street.This parcel is located south of the former Elgin Salvage Yard (464 McBride Street)and north of the Gail Borden Library.The scope of services outlined herein provides for the implementation of soil remediation work that has been conditionally approved by the Illinois Environmental Protection Agency(Illinois EPA)and for which OBG has recently prepared bidding specifications and drawings.This proposal is based on receipt of competitive bids from qualified Subcontractors which OBG has evaluated and selected the lowest responsible bidder. Within the scope of this proposal,some additional follow up remediation will be implemented at the 520 McBride Street(Seigle's Home and Building) to respond to outstanding comments from the Illinois EPA.It is anticipated that with the completion of the planned supplemental soil remediation and attainment of affirmative confirmation sample results,this site will be eligible to receive a final No Further Remediation(NFR) letter from Illinois EPA. PROJECT BACKGROUND FORMER ELGIN PUBLIC WORKS YARD-40 ANN STREET The former Elgin Public Works Yard is an approximate 6.6-acre property that is owned by the City of Elgin (City).The site was previously used by the City as its Public Works Yard including vehicle maintenance, equipment storage,salt storage and the Engineering Department facilities.The site was vacated,and existing buildings were demolished in 2009.Since then the site has been vacant land. The City obtained Illinois Brownfield funding and performed environmental investigation between 2006 and 2007.Based on the identification of soil and groundwater impacts,the site was enrolled in the Illinois Site Remediation Program(SRP) in December 2006. More recently,the City retained OBG to conduct a vapor assessment and respond to outstanding questions from the Illinois EPA by conducting supplemental site investigation work.The most recently completed environmental work was documented in a report titled Updated Supplemental Site Investigation/Remedial Action Plan dated January 29,2020. 'O'Brien&Gere, Inc.of North America will be the contracting entity for this proposal and will work in conjunction with its affiliated company,O'Brien&Gere Engineers, Inc.to perform all services outlined herein. 0 300 S Wacker Drive,Suite 1300 CBG Chicago,IL 60606 P 312-465 1740 www.obg.com Illinois EPA reviewed the recent investigation report and provided comments on April 16,2020.OBG has responded to selected comments that impact the soil remediation and,on May 21,2020,Illinois EPA conditionally approved the responses. The objective of this proposal is to implement the soil remediation work as defined in the RAP to advance the site toward closure.As part of the site evaluation and remediation planning process,remedial objectives for the site have been selected to facilitate a mixed-use redevelopment of the property with a residential component. Notwithstanding the completion of the soil remediation outlined herein,further activity will be required to address Illinois EPA's comments regarding groundwater conditions.Based on comments issued by Illinois EPA on April 16,2020,the likely resolution to the groundwater issues will be the expansion of a groundwater ordinance that addresses the potential for off-site migration of contaminants and/or a continued groundwater monitoring program.OBG will provide responses to outstanding items related to groundwater issues as identified under Task 240 of this proposal.. SEIGLE'S HOME AND BUILDING SITE—520 MCBRIDE STREET The Seigle's Home and Building site is also enrolled in the Illinois EPA's SRP.Soil remediation was performed by OBG pursuant to a similar process in late 2018 and early 2019.OBG prepared a Remedial Action Completion Report(RACR) to document the completion of work;however,Illinois EPA commented on one sample that did not meet construction worker remediation objectives.In lieu of accepting an institutional control on the site reflecting the need for a construction worker precaution statement, the City has elected to conduct additional soil remediation in an effort to achieve closure without the construction worker statement.The City has indicated that obtaining site closure with the minimum of site controls is expected to facilitate redevelopment of the property. CONSTRUCTION PLANNING AND COMPARISON TO COST ESTIMATE In August 2019,the City authorized OBG to conduct additional investigation and prepare plans and specifications to obtain competitive bids from qualified Subcontractors to perform the soil remediation work. Bid documents were issued to six potential Subcontractors on March 5,2020 and a pre-bid meeting was held at the site on March 12,2020 to review the scope of work and address questions. Responsive bids from five contractors were received on April 2,2020. OBG has evaluated the bids received and finds that the proposed costs reflect a favorable bidding climate for this project.Two of the bids received were below the estimated costs prepared by OBG by approximately 25%;two bids were very close to the Engineer's Estimate(plus/minus 7%),and one bid was substantially higher than the estimate(plus 31%).The lowest responsive bidder,Stiles,Inc.,came in with costs that are approximately 26% lower than OBG's engineering estimate for the entire scope of work including some alternate bid items.In OBG's opinion,this favorable bidding result is attributable to the timing of the bid at the beginning of the construction season and due to current economic issues.A tabulation of the bids is presented in Attachment A: It is noted that one bidder,Clean Harbors,requested consideration as a Local Business.Although the corporate offices of Clean Harbors are located in Norwell,Massachusetts,OBG was advised that Clean Harbors is the parent company of Safety Kleen which maintains facilities and operations within the City of Elgin and thereby employs people in the area and pays taxes to the City.Without regard to the merits of this firm's home office location,,OBG evaluated the bids by considering a 1%differential to Clean Harbors'bid amount consistent with the City's Local Purchasing Preference ordinance(Elgin Municipal Code 5.08.160).OBG found that consideration of local preference in favor of Clean Harbors did not impact the overall ranking of the five bidders;Clean Harbors was still the third lowest respondent. Other costs associated with the project tracked closely to the estimate. For example,laboratory costs were slightly below the estimated costs and reflected a competitive market for these services. OBG I PART OF RAMBOLL OBG © 2020. ALL RIGHTS RESERVED 1 2 July 7,2020 I`UJI Elgin 40 Ann St Soil Remediation Proposal 2000707.docx Part of Ramboll i SCOPE OF SERVICES OBG will perform the following tasks to implement the soil remediation plan. Please note,the scope of the remediation work is intended to be consistent with the RAP that has been reviewed and approved by Illinois EPA. To gain efficiency of the field implementation,the work on the 40 Ann Street and follow up completion work at 520 McBride Street will be performed as one construction/remediation project with the Subcontractor to reduce mobilization costs and gain cost efficiencies associated with a larger combined volume of remediation work.CBG will track costs separately between each site for invoicing and record keeping purposes. TASK 200—SOIL REMEDIATION—SUBCONTRACTOR SERVICES Based on the receipt of competitive bids from five potential Subcontractors,CBG has selected Stiles'Inc.of Loves Park,Illinois as its proposed Subcontractor to perform the soil remediation work.Stiles,Inc.'s bid proposal was received timely on April 2,2020 and was responsive to the bidding documents issued by OBG.The bids were evaluated for qualifications and demonstration of Bidders'technical ability to meet the project requirements. OBG also reviewed Dun&Bradstreet information which demonstrates that Stiles has a low risk of default and presents a sound financial footing to execute the project. Regarding health and safety statistics,Stiles,Inc. provided documentation of an Experience Modification Rate(EMR) of 0.92,which was deemed acceptable in comparison to industry norms.Stiles,Inc.has conducted similar soil remediation projects for the City of Elgin such as the recently completed soil remediation at 464 McBride Street for which an NFR letter was obtained, 502,North Grove Avenue site for which an NFR letter was successfully obtained,and underground storage tank (UST) removal work at Festival Park. In the opinion of CBG,selection of Stiles,Inc. represents the"best value"to the City for completion of the required remediation work.A tabulation of bids received and evaluated is provided as Attachment A. The Subcontractor bids were submitted pursuant to a set of bidding documents prepared by CBG(Soil Remediation, Former Public Works Yard,40 Ann Street,Elgin,Illinois,issued March 5,2020),which is incorporated herein by reference.An overall summary of the base bid remediation scope of work is presented in the tables below: A.. 40 Ann Street Site(Former Elgin Public Works Yard) �y� y�f� /�� (j��\ UA.C1..b MID (�};{}-y�y�(� '� 1.?3SlAAL•.LL-i.J LS.LLA:,CI.iI.!lL[;.i1l:CJ [:.1 m m �T� "�-"�'^"'�V�^'U D .• 0 SRA#1 PNAs,Arsenic 6,615 8-10 3,010 4,220 SRA#2 PNAs 1,600 4-6 427 600 SRA#3 PNAs,Arsenic, Lead 4,156 4-5 927 1,300 PNAs,Antimony, 4-5/6-8 in SRA#4 Arsenic, Lead 6,951 NW Corner 1,573 2,210 PNAs,Antimony, SRA#5 6,043 8-10 2,805 3,930 Arsenic, Lead SRA#6 PNAs,TPH,VOCs, Lead 7,654 10-12 3,456 4,840 Total 17,100 Backfill Volume 19,200 Tons Topsoil Volume 660 Tons Soil Disposal Subtitle D Landfill—Non-Hazardous Test Pits 6 trenches for purposes of identifying potential USTs Bike Path Restoration 200 LF at 10-foot wide pavement section OBG i PART OF RAMBOLL © 2020. ALL RIGHTS RESERVED 3 July 7,2020 (goOBG Elgin 40 Ann St Soil Remediation Proposal 2000707.docx Part of Ramboll B. 520 McBride Street Site(Former Seigle's Home& Building) L'1.L'CJ�.F17J:.lJll li.lJl:Gf 1:.111X•J� D�W�U �:Il•.11.:1AA1�� -. D • � �. Additional Excavation PNAs,VOCs, and 225 10-12 24 34 at 520-EB-027 Metals(MN) Total 225 24 34 Backfill Volume 100 Tons Topsoil Volume 40 Tons Soil Disposal Subtitle D Landfill—Non-Hazardous The disposal facility selected for this project will be the Orchard Hills Landfill in Davis junction,Illinois.This facility is owned by Advanced Disposal and is a licensed Subtitle D.landfill permitted by the Illinois EPA to accept contaminated soil.All waste disposal anticipated by this project is expected to be disposed of off-site as non-hazardous material. The following additional work items are included in this proposal.The need for these items is subject to field conditions encountered during the remediation work and the work elements will only be authorized to the Subcontractor if warranted. Concrete Demolition 50 Tons Petroleum UST Removal (500 to 1,999 gallon) 1 UST Petroleum UST Removal (2,000 to 4,999 gallon) 1 UST Petroleum UST Removal (5,000 to 8,000 gallon) 1 UST Impacted Soil Excavation,Handling,Transportation and Disposal 600 Tons Backfill (CA-6)Delivery, Placement and Compaction-USTs 690 Tons Site Restoration and Closeout:Topsoil and Seeding—USTs 100 Tons Remove and Replace 24-inch dia.Storm sewer and outlet structure 100 LF Remove and Replace 36-inch dia.storm sewer and outlet structure 100 LF Furnish 21,000 gal.frac tank for on-site groundwater management 1 LS Transport and dispose of groundwater off-site as non-hazardous 42,000 Gal. material at licensed disposal facility. TASK 210—REMEDIATION OVERSIGHT AND CONSTRUCTION ENGINEERING SERVICES During the remediation phase,OBG site representatives will provide oversight of the remediation work to ensure general conformance with the plans and specifications,monitor that the work is conducted to meet the overall objectives of the approved RAPS,and obtain necessary field documentation that will allow for the preparation of a RACR for the 40 Ann Street site consistent with the requirements of the Illinois SRP.For the 520 McBride Street site,a RACR was previously prepared so the supplementalremediation will be documented in a letter report responding to Illinois EPA's comment. OBG I PART OF RAMBOLL (95 © 2020. ALL RIGHTS RESERVED i 4 July 7,2020 OBG Elgin 40 Ann St Soil Remediation Proposal 2000707.docx Part of Ramboll Specifically,our scope of services will include: 13 At the outset of the project,OBG will prepare a health and safety plan(HASP) in accordance with OSHA 1910.120 to address the field activities to be performed by OBG personnel.This will include requirements for personal protection equipment(PPE),social distancing work requirements and disinfecting requirements to follow the State of Illinois COVID-19 executive orders and Center for Disease Control(CDC) recommendations.OBG will provide general monitoring of the Subcontractor's health and safety program to ensure that the requirements for completion of a HASP are implemented in accordance with the specifications. o OBG will coordinate with the Subcontractor to arrange for the location of public utilities through JULIE in the vicinity of the work areas.Further,steps will be taken to contact City of Elgin representatives to request that the City identify any known on-site utilities. E3 One OBG site representative will maintain daily contact with the Subcontractor for each day of work at the site.Based on the selected subcontractor bid,the work will be conducted over a period of 13 weeks(2 weeks for utility clearance and mobilization,10 weeks of full-time work,and one week for demobilization). During the soil remediation phase,work will be conducted on a full-time basis(10 hour per day).The anticipated start date is July 1,2020 and the substantial completion date is projected to be September 25,2020.OBG's site representative will be on-site approximately 40 hours per week with an allotment of 10 hours per week for travel during active construction periods and on a part time basis during initial start-up and final completion checks. a OBG will review submittals from the Subcontractor.Submittals are expected to include the proposed work schedule,sequence of work,Subcontractor's HASP,information related`to materials to be incorporated into the work(i.e.,backfill documentation). a OBG Project Management personnel will be responsible for general project coordination with the City, oversight of the Subcontractor,monitoring of the soil and material quantities to ensure accurate measurement and payment for the work,environmental sampling and on-going evaluation of analytical data to determine whether sample results meet approved remediation objectives. o OBG will monitor work progress and conduct on-site project meetings on a weekly basis during active construction. Progress meetings will be documented in the form of meeting minutes. 13 OBG will provide assistance to the subcontractor by staking out the remediation areas and providing on-site support to monitor the depths and horizonal limits of the excavations.OBG will supply and operate field survey equipment and a handheld Global Positioning System (GPS) unit to verify the size,shape,and location of each excavation area and document same for regulatory reporting purposes. 13 OBG's construction observation services will include: » Confirming the Subcontractor is excavating impacted soils within the designated areas of concern and guiding the.excavation limits based on field observations of contamination,field screening of soils using a photoionization detector(PID),and analysis of confirmation soil samples. » Documenting the Subcontractor's equipment and personnel resources used on-site. » Note any site visitors,inspectors,City representatives,or other persons who may request access to the site.Coordinate directly with and defer questions to a designated representative of the City in the event of any public inquiries or media attention with respect to the work. OBG ( PART OF RAMBOLL © 2020. ALL RIGHTS RESERVED I S July 7,2020 goOBG Elgin 40 Ann St Soil Remediation Proposal 2000707.docx Part of Rambou » Assess the progress of the work for consistency with the project schedule and provide updates to the City as warranted.Immediately notify the City of any serious incidents,unexpected conditions,or unusual occurrences that may arise out of or are associated with the work activity. » Review documentation provided by the Subcontractor to substantiate that all imported fill material is obtained from an acceptable source and is in compliance with Tiered Approach to Corrective Action Objectives(TACO)/SRP requirements(i.e.,imported materials to meet residential clean up requirements). » Obtain,review,and compile waste manifests and/or disposal documentation for all contaminated materials that leave the site.Validate the reported tonnage of disposed soils by conducting reasonable measurements of the excavation areas and associated soil volumes.Ensure disposal locations are consistent with the approved work plan provided by the Subcontractor. 13 OBG will sign waste disposal manifests,or equivalent documents,as impacted soils are removed from the site as agent for the City of Elgin.OBG will request the City's written authorization to sign manifests via execution of a separate waiver form. o Review each application for payment.Reconcile any discrepancies with the Subcontractor before processing payments. 0 Upon request of the Subcontractor,conduct a review of the work to ensure it meets the requirements for substantial completion.Prepare a punch list of any incomplete work.Upon final completion,conduct a final walk through of the sites with a representative of the City. o Provide sufficient senior level review of the work activity by a Professional Engineer so that the signatory requirements for the RACR to be submitted to the Illinois EPA are met in accordance with prevailing standards of the engineering profession. o To support the above oversight effort,the following other direct costs are estimated and included in the proposed budget: Field vehicle with mileage and toll allowance;PID for soil screening,GPS Unit,survey equipment(laser level and rod);soil sampling supplies,Personal Protective Equipment(PPE) (Level D and COVID-19 response measures)and field per diem.Quantities for all equipment are based on the planned project schedule of the selected Subcontractor.Total equipment costs are listed on the detailed cost estimate (Attachment C). TASK 220-SOIL CONFIRMATION SAMPLING AND LABORATORY ANALYTICAL SERVICES OBG will conduct soil confirmation sampling and supplemental sampling at each site to obtain analytical data to support site closure under the SRP program.The sampling will be consistent with the proposed sampling plans that were included in each of the RAPS and in general accordance with SRP requirements.OBG has selected ALS Environmental through a competitive bid process to provide the analytical services. The scope of the laboratory services is summarized as follows: 0 Soil Confirmation Samples-Each of the six excavation areas will have soil confirmation samples collected with the number of samples and analytical parameters as specified in the RAP.Since the soil excavation work N will be directed on the basis of obtaining acceptable sample results that meet TACO residential criteria,an allowance is included for up to 20%of the samples being repeated.That is,samples that initially do not meet clean up criteria will be repeated after additional soil remediation is performed. o Total Petroleum Hydrocarbon(TPH) Samples-As requested by Illinois EPA,TPH analysis will be conducted in each soil remediation area to confirm that no source material remains after completion of the soil excavation.This additional sampling was requested in Illinois EPA's comment letter of April 16,2020. OBG I PART OF RAMBOLL (go © 2020. ALL RIGHTS RESERVED 1 6 July 7,2020 OBG Elgin 40 Ann St Soil Remediation Proposal 2000707.docx Part of Ramboll o Excavation Water- It is expected that groundwater will accumulate in some of the deeper excavations during the remediation process.OBG will sample this water to determine if it can be reasonably discharged on-site as.compared to containerizing the water and arranging for off-site disposal.The proposed remediation plan is based on using on-site discharge of water to save costs;however,a realistic contingency has been included in the event surface sheens or contaminants levels are too high to utilize on-site discharge. The majority of the analytical work will be performed at accelerated laboratory turnaround times(typically 48-hours) in order to maximize the efficiency of the remediation excavation work.Where the sequence of work and Subcontractor's scheduling allows for a longer turnaround time,OBG will use standard turnaround to reduce laboratory costs. A summary of laboratory analytical costs is provided in Attachment B. TASK 230-REPORTING AND REGULATORY COORDINATION Following completion of the remediation work,OBG will prepare a Remedial Action Completion Report(RACR) for the 40 Ann Street site.The RACR will document the work completed and present a comparison of the analytical data to the established remedial objectives and determine whether the completed work satisfies the criteria for issuance of a NFR letter from Illinois EPA.The RACR will follow the outline for such reports as required by the SRP regulations at 35 IAC Part 740. 525 and will be reviewed and signed by a Professional Engineer. The RACR report will include the following sections: o Executive Summary and Site Background 13 Soil Remediation Field Activities o Remediation Results 13 Special Conditions Conclusions The RACR report will be supported by tables summarizing the analytical data,figures indicating the location of confirmation sampling and the completed soil remediation,laboratory analytical reports,photographs,soil disposal documentation,and Illinois EPA forms: For the 520 McBride Street site,a limited letter report will be prepared and submitted as follow up correspondence to indicate the completion of the supplemental remediation and results of the confirmation samples.The letter report will include laboratory analytical reports for the confirmation samples along with required SRP forms.This abbreviated reporting is anticipated since a detailed RACR was previously submitted and reviewed by Illinois EPA. The scope of the work to be presented is based on completion of the base scope of remediation work as outlined herein. In the event additional remediation is needed or significantly more analytical data is needed to demonstrate. site closure,then additional labor effort and expenses may be required.Further,response to any comments issued by Illinois EPA will be addressed as additional work as such effort cannot be estimated at this time. TASK 240-ILLINOIS EPA FOLLOW UP AND RESPONSE ACTIVITY As the remediation phase of the project moves forward,the Illinois EPA has requested certain follow up actions to continue to prepare the site for closure:These items include reassessment of the organic carbon content in soil and preparing a response to outstanding comments from Illinois EPA regarding groundwater conditions. OBG I PART OF RAMBOLL OBG © 2020. ALL RIGHTS RESERVED 7 July 7,2020 Elgin 40 Ann St Soil Remediation Proposal 2000707.docx In response to Illinois EPA's objection to the use of prior site data to determine the fraction of organic carbon (foc)value appropriate to the site,OBG will address this issue by advancing two additional soil borings and will obtain four new soil samples for foc.To fully demonstrate that the sample locations selected for foc determination are unimpacted by contamination,OBG will also sample for VOCs,SVOCs,TPH,pesticides,and PCBs.This sampling will occur at the outset of the project so that the foc results can be resubmitted for Illinois EPA approval along with revised site-specific Tier 2 calculations.This subtask will be performed before soil remediation begins to ensure that the final remediation objectives are determined prior to completing any excavation area. With respect to site groundwater conditions,Illinois EPA has requested further evaluation of off-site contamination for selected metals including manganese,arsenic and iron.OBG will conduct additional review of potable water supply wells in the vicinity of the site and model the extent of theoretical off-site contamination for manganese,iron and arsenic using accepted groundwater modeling equations set forth under the TACO regulations. , Further,to avoid the potential need to notify nearby property owners of groundwater impacts,OBG will conduct a further round of groundwater sampling to confirm the status of these selected metals-manganese,iron,and arsenic. Note that all of these metals are typically associated with naturally occurring metals and are not necessarily related to past historic use of the site.To provide the most favorable representation of groundwater conditions,the sampling will be performed using both filtered and unfiltered samples.Assuming the filtered results are more favorable,OBG will present the results to Illinois EPA based on the filtered results being the closest representation of actual groundwater conditions.This approach will endeavor to demonstrate that off- site impacts are not occurring,or are more limited.This will then reduce or eliminate the area for which a groundwater ordinance will be applied to off-site properties,and thereby reduce the notification of other property owners. As part of this task, OBG will obtain groundwater elevation measurements to support that the direction of groundwater flow remains relatively constant during seasonal changes. For this task,OBG will sample the eight existing on-site monitoring wells that were last sampled by OBG in October 2019. Laboratory analysis is included for 16 samples,both filtered and unfiltered at each monitoring well location. COST ASSUMPTIONS 13 OBG's proposed costs are based on the soil and material quantities reflective of the Subcontractor's bid costs as reflected in the design plans and specifications and summarized herein.OBG will endeavor to manage the work in an effort to keep within the estimated soil quantities and the City will be invoiced on a unit cost basis for the work completed. However,if areas of contamination are encountered that are not known based on the previously completed investigation work,then the quantities may need to be adjusted via Change Order.The City will be advised of the progress of the work in relation to the planned soil and material quantities. 0 Groundwater and/or stormwater management costs may be variable based on the site conditions at the time the remediation work is conducted as groundwater levels can fluctuate over time.Also,precipitation events are variable and may affect water accumulation within excavations.OBG will endeavor to manage water management costs within the planned budget and advise the City if conditions are not as anticipated. 13 Impacted soils and groundwater planned for removal and disposal is expected to be characterized as non-hazardous waste and acceptable for disposal at a licensed Subtitle D landfill. o This proposal does not include costs for acquiring payment or performance bonding for OBG or the selected Subcontractor. OBG PART OF RAMBOLL (96 OBG Re© 2020. ALL RIGHTS RESERVED ( 8 July 7,2020 Elgin 40 Ann St Soil mediation Proposal 2000707.docx Part of Ramboll WORK NOT INCLUDED Costs associated with the project that are levied by Illinois EPA for its review time under the SRP program and the issuance of NFR letters is not included in the costs presented. Further fees associated with recording the NFR letters are excluded.It is anticipated that the City will pay the Illinois EPA fees as part of its contract under the SRP. PROJECT BUDGET OBG proposes to complete the scope of work as described herein on a time and materials/unit cost basis with an estimated not-to-exceed fee of$1,275,194.00,which includes the scope of the Subcontractor's work,OBG's professional labor costs,travel and direct expenses associated with the remediation oversight,laboratory analytical services,and Illinois EPA report preparation.The proposed costs are in alignment with the Remediation Cost Estimates provided to the City in March 2018.A summary of the effort and cost by task is as follows: UC.f1J lAL•.0 - IJC�laS D � 200 Soil Remediation—Subcontractor Services $1,038,750 210 Remediation Oversight and Construction Engineering Services 1,034 $134,047 220 Laboratory Analytical Services $39,138 230 Reporting and Regulatory Coordination 380 $50,967 240 Illinois EPA Follow up and Response Activity 72 $12,292 Total $1,275,194 Please see Attachment C for a detailed breakdown of costs for all project tasks. TERMS AND CONDITIONS It is anticipated that the City will prepare an Agreement with terms and conditions consistent with the current Agreement between the City of Elgin and OBG dated August 14,2019 for work at the 40 Ann Street site.OBG requests that the contracting entity be listed as O'Brien&Gere Inc.of North America.All services will be invoiced in accordance with OBG's Preferred Fee Schedule applicable at the time the services are performed. OBG's 2020 Preferred Fee Schedule is provided as Attachment D. SCHEDULE OBG is prepared to initiate project activities upon written authorization to proceed.OBG will complete the services in a timely fashion based on a mutually acceptable schedule to ensure progress is made on this site. Based upon review of the Subcontractor's proposed schedule,the remediation work will be completed within a period of 13 weeks.Preparation of-submittals and plan documents will precede the field work for a period of approximately two weeks.Based on a start date of August 14,2020,it is expected that substantial completion of the work can be achieved by November 27,2020. OBG I PART OF RAMBOLL (95 © 2020. ALL RIGHTS RESERVED 19 July 7,2020 OBG Elgin 40 Ann St Soil Remediation Proposal 2000707.docx Part of Ramboll We appreciate the opportunity to provide this proposal and look forward to the opportunity of working with you on this project.Please feel free to contact the undersigned at 773-796-4601 (office),630-881-7226 (mobile), or via email at john.Nardozzi@ramboll.comif you have any questions regarding this proposal. Sincerely, O'BRIEN&GERE INC.OF NORTH AMERICA 4oh M.Nardozzi,PE Se or Managing Engineer Attachments: Attachment A Subcontractor Bid Tabulation Attachment B Laboratory Costs Attachment C Summary of Estimated Costs Attachment D 2020 Preferred Fee Schedule OBG PART OF RAMBOLL © 2020. ALL RIGHTS RESERVED 1 10 (95O�� July 7,2020 Elgin 40 Ann St Soil Remediation Proposal 2000707.docx Part of Ramboll 0 Attachment A Subcontractor Bid Tabulation OBG OBG PART OF RAMBOLL 1 l��ll Part of Ramboll ATTACHMENT A City of Elgin Soil Remediation-40 Ann Street and 520 McBride,Elgin,IL Subcontractor Bid Tabulation Bid Due Date 4/212020 No.Bids Requested 6 No.Bids Received 5 Stiles,Inc. Tecnica RW Collins Clean Harbors Summit Environmental CBG-Ramboll 2020 Est. Bid Item Description Est.Qty Unit Bid Unit Price Total Price Bid Unit Price Total Price Bid Unit Price Total Price Bid Unit Price Total Price Bid Unit Price Total Price Bid Unit Price Total Price Base Bid-40 Ann Shoat and 520 McBride Street General Conditions 1 Subcontractor Submittals 1 LS $2,000.00 $2,000.00 $4,100.00 $4,100.00 $500.00 $500.00 $4,299.36 $4,299.36 $3,500.00 $3,500.00 $8,000.00 $8,000.00 2 Site Preparation 8 General Conditions 1 LS $12,500.00 $12,500.00 $26,000.00 $26,000.00 $25,135.00 $25,135.00 $39,671.17 $39,671.17 $95,000.00 $95,000.00 $17,960.00 $17,960.00 3 Landfill Acceptance 1 LS $1,000.00 $1,000.00 $1,000.00 $1,000.00 $1,000.00 $1,000.00 $1,956.52 $1,956.52 $5,100.00 $5,100.00 $1,000.00 $1,000.00 40 Ann Street 4 Impacted Soil Excavation,Handling,Transportation, 17100 Tons $29.50$504,450.00 $43.00 $735,300.00 $28.40 $485,640.00 $41.73 $713,583.00 $46.50 $795,150.00 $42.00 $718,200.00 5 Backfill(CA6)Delivery,Placement and Compaction 19200 Tons $14.50$278,400.00 $22.00 $422,400.00 $17.10 $328,320.00 $15.03 $288,576.00 $27.50 $528,000.00 $18.50 $355,200.00 6 Excavation Test Pits 6 Each $100.00 $600.00 $450.00 $2,700.00 $415.00 $2,490.00 $822.35 $4,934.10 $450.00 $2,700.00 '$600.00 $3,600.00 7 Site Restoration 8 Close Out;Topsoil and Seeding 660 Tons $34.00 $22,440.00 $52.00 $34,320.00 $32.65 $21,549.00 $26.46 $17,463.60 $76.00 $50,160.00 $44.68 $29,488.80 8 Bike Path Restoration 200 LF $65.00 $13,000.00 $67.00 $13,400.00 $44.28 $8,856.00 $21.74 $4,348.00 $85.00 $17,000.00 $125.00 - $25,000.00 n 520 McBride Street 9 Impacted Soil Excavation,Handling,Transportation, 34 Tons $29.50 $1,003.00 $43.00 $1,462.00 $28.40 $965.60 $34.43 $1,170.62 $250.00 $8,500.00 $42.00 $1,428.00 10 Backfill(CA6)Delivery,Placement and Compaction 100 Tons $14.50 $1,450.00 $22.00 $2,200.00 $17.10 $1,710.00 $12.01 $1,201.00 $32.00 $3,200.00 $18.50 $1,850.00 11 Site Restoration 8 Close Out;Topsoil and Seeding 40 Tons $34.00 $1,360.00 $52.00 $2,080.00 $32.65 $1,306.00 $25.55 $1,022.00 $110.00 $4,400.00 $44.68 $1,787.20- Subtotal $1078225.37 Subtotal=Base Bid $838,203.00 $1,244,962.00 $877,471.60 Local Pref.Ad'.$1,067,443.12 3 $1,512,710.00 - $1 163 514:00 Comparison to Engineers Estimate - -28% 740 -25% -8% 30% Atlemoto Bid(toms Al Concrete Demolition and Disposal 50 Tons $125.00 $6,250.00 $58.00 $2,900.00 $44.40 $2,220.00 $50.63 $2,531.50 $150.00 $7,500.00 $45.00 $2,250.00 A2 Petroleum UST Removal:500 to 1999 gallons 1 UST $4,000.00 $4,000.00 $3,900.00 $3,900.00 $4,000.00 $4,000.00 $3,913.04 $3,913.04 $3,000.00 $3,000.00 $3,000.00 $3,000.00 A3 Petroleum UST Removal:2000 to 4999 gallons 1 UST $5,000.00 $5,000.00 $4,400.00 $4,400.00 $4,850.00 $4,850.00 $4,565.22 $4,565.22 $7,500.00 $7,500.00 $4,000.00 $4,000.00 A4 Petroleum UST Removal:5000 to 8000 gallons 1 UST $5,000.00 $5,000.00 $5,500.00 $5,500.00 $5,000.00 $5,000.00 $5,217.39 $5,217.39 $10,000.00 $10,000.00 $5,000.00 $5;000.00 A5 Impacted Soil Excavation,Handling,Transportation, 600 Tons $29.50 $17,700.00 $43.00 $25,800.00 $28.40 $17,040.00 $34.43 $20,658.00 $60.00 $36,000.00 $42.00 $25,200.00 A6 Backfill(CA6)Delivery,Placement and Compaction 690 Tons $14.50 $10,005.00 $22.00 $15,180.00 $17.10 $11,799.00 $20.50 $14,145.00 $32.00 $22,080.00 $18.50 $12,765.00 A7 Site Restoration 8 Close Out;Topsoil and Seeding 100 tons $34.00 $3,400.00 $52.00 $5,200.00 $32.65 $3,265.00 $42.54 $4,254.00 $110.00 $11,000,00 $44.68- $4,468.00 A8 Remove and Replace 24 inch diameter storm sewer 100 LF $145.00 $14,500.00 $100.00 $10,000.00 $121.90 $12,190.00 $83.67 $8,367.00 $95.00 $9,500.00 $82.50 $8,250.00 A9 Remove and Replace 36 inch diameter storm sews, 100 LF $180.00 $18,000.00 $120.00 $12,000.00 $144.90 $14,490.00 $110.83 $11,083.00 $150.00 $15,000.00 $179.00 $17,900.00 A10(4) On-site Frac Tank,21,000 gal capacity 1 LS $2,100.00 $2,100.00 All(4) Transport and dispose of collected water,non-haz. 42,000 Gal. $0.48 $20,160.00 Subtotal $74 734.15 Subtotal-Alternate Bid Items $106.115.00 $84,880.00 $74.854.00 Local Pref.Ad'. $73986.81 $121,5 000 12158000 - $82,833.00 Companson to Engineers Eslimate 26% 2% -10% .11% 411 Gmnd Total $944,318.00 $1,329,842.00 $952,325.60 $1,141,429.92 $1,634,290.00 $1,248,347.00 Comparison to Engineers Estimate -24% 746 -24% -8% 31% Bid Ronk-Lowest=1 1 4 2 - 3 5 Comment:Bidders Not Submitting a Quotation: Grandslam Notes: 1 Bid evaluation based on the subcontractor's bid costs without mark up as compared to OBG's based subcontracted costs without contingencies included. 2 Listed cost does not include 10%overall project contingency as accounted for in OSG's 2020 Engineers Estimate. 3 OBG considered the bid from Clean Harbors based on the City's Local Purchasing Preference by applying a 1%differential in the bid evaluation. 4 Line items added to address IEPA's comments regarding depth of excavation and dismissal of impractical remediation request. 0 Attachment B Laboratory Costs OBG (95 OBG PART OF RAMBOLL Pari of Ramboll Attachment B City of Elgin Soil Remediation Laboratory Bid -ALS Environmental Quote Date: 3/24/2020 ALS Environmental Bid Item Description 48 Hr STD TAT 40 Ann Street Soil Confirmation Samples $25,347.50 $16,898.00. TPH Samples $6,270.00 $4,180.00 Groundwater Disposal $750.00 $750.00 Foc Samples (4) $1,240.00 GW Samples - Filtered/Unfiltered $1,020.00 Subtotal -40 Ann Street, Base Bid $32,367.50 $24,088.00 520 McBride Street Soil Confirmation Samples $952.50 $635.00 Subtotal -520 McBride, Base Bid $952.50 $635.00 Mark Up 10.00% TOTAL $33,320 $24,723 GRAND TOTAL $36,652.00 27,195.30 Notes: 1) Standard TAT = 5 business days 2) Courier pick up service and waste disposal costs are included in based unit rates. 0 s _i Attachment C Summary of Estimated Costs OBGPART OF RAMBOLL � OoBG CLIENT: City of Elgin 4/15/2020 PROJECT DESCRIPTION: Soil Remediation-40 Ann Street&520 McBride Street PROJECT/PROPOSAL: CRM#56023/Sales#74251 OBG PROJECT MANAGER:J.Nardozzi Task Number: Task 200 Task 210 Task 220 Task 230 Task 240 Oversight& Laboratory RACR&Site TEPA foc& Task Description: - Soil Rem-Sub Svcs GW Construction Engr Services Survey Response TOTAL PERSONNEL Rate Project Manager Hours 0 100 0 48 28 176 1.Nardozzi $198 Costs 0 19800 0 9504 5544 $34,848 Project Manager 1 Hours 0 20 0 '0 6 26 T.Lewis $164 Costs 0 3280 0 0 984 $4,264 Engineer Hours 0 0 0 20 0 20 T.Hofmann $160 Costs 0 0 0 3200 0 $3,200 Engineer 2 Hours 0 192 0- 60 0 252 R.Woodruff $115 Costs 0 22080 0 6900 0 $28,980 Engineer 1 Hours 0 564 0 102 18 684 A.Barbeau $99 Costs 0 55836 0 10098 1782 $67,716 Scientist 2 Hours 0 0 0 40 0 40 Goraynskla-Page,Maggie $101 Costs 0 0 0 4040 0 $4,040 Scientist 3 Hours 0 0 0 24 0 24 R.Horan $125 Costs 0 0 0 3000 0 $3,000 Scientist 2 Hours 0 52 0 0 10 62 S.Woods $101 Costs 0 5252 0 0 1010 $6,262 Business Professional 1 Hours _ 0 0 0 36 6 _42 S.Stolz $101 Costs 0 0 0 W 3636 606 $4,242 Administrative Assistant) Hours _ 0 _ 6 0 12 4 _ 22 C.Gonzalez $75 Costs 0 450 0 900 300 $1,650 Administrative Assistant 3 Hours 0 8 0 8 0 16 1.Plamann $75 Costs 0 600 - 0 600 0 $1,200 Hours 0 1,034 0 380 72 1,486 SUBTOTAL LABOR Costs $0 $110,658 $0 $44,398 $10,226 $165,282 Administrative 6.0% Fee $0 $6,639 $0 $2,664 $614 $9,917 SUBTOTAL LABOR WITH ADMINISTRATNE $0 $117,297 $0 $47,062 $10,840 $175,199 Cm S—N G - TlTlmm CLIENT: City of Elgin PROJECT/PROPOSAL:CRM#56023/Sales#74251 Task Number: Task 200 Task 210 Task 220 Task 230 Task 240 Oversight& Laboratory RACR&Site IEPA foc& Task Description: Soil Rem-Sub Svcs Construction Engr Services Survey GW Response TOTAL EXPENSES GW Sampling Supplies $0 $0 $0 $0 $150 $150 Field Equipment(PID,Sampling,GPS) $0 $6,860 $0 $0 $100 $6,960 PPE Supplies $0 $1,826 $0 $0 $0 $1,826 Vehicles/Mileage $0 $5,558 $0 $0 $75 $5,633 SUBTOTALEXPENSES $0 $14,24S $0 $0 $32S $14,570 REBILLABLES Lodging $0 $0 $0 $0 $0 $0 Meals - $0 $0 $0 $0 $0 $0 Travel(Air,Train,Bus,Cab) $0 $0 $0 $0 $0 $0 Safety Audit $0 $600 $0 $0 $0 $600 Rental Vehicles L Lo Lo L 5.0%Fee $0 $30 $0 $0 $0 $30 Sub Total $0 $630 $0 $0 $0 $630 Per Diem:Meals&Expenses(GSA Overnigl GSA Rates: No Fee $0 $1,600 $0 $0 $0 $1,600 Per Diem:Meals&Expenses(GSA Day Ratt GSA Rates: No Fee $0 $0 $0 $0 $0 $0 Sub Total $0 $1,600 $0 $0 $0 $1,600 Misc.Proj.Materials/Supplies(shipping) $0 $250 $0 $50 $50 $350 10.0%Fee $0 $25 $0 $5 $5 $35 Sub Total $0 $275 $0 $55 $55 $385 SUBTOTAL REBILLABLES $0 $2,505 $0 $55 $55 $2,615 SUBCONTRACT SERVICES M=i cost per LaborotoryAnalytical Services samples sample Soil Confirmation Samples-40 Ann Street 48 Hr TAT $0 $0 $25,348 $0 $0 $25,348 TPH Soil Samples-40 Ann Street 48 Hr TAT $0. $0 $6,270 $0 $0 $6,270 Soil Confirmation Samples-520 McBride 48 Hr TAT $0 $0 $953 $0 $0 $953 Groundwater Displ.Sample-40 Ann Street Std TAT $0 $0 $750 $0 $0 $750 GW Samples-8 wells,4 Metals,2 samples per event Std TAT $0 $0 $1,020 $0 $0 $1,020 Foc Samples(4)-foc,VOC,SVOC,TPH,PCBs,Pest. Std TAT $0 $0 $1,240 $0 $0 $1,240 Analytical Subtotal 0 0 $0 $0 $35,580 $0 $0 $35,580 Soil Remediation Subcontractor Stiles,Inc. 40 Ann St. $834,390 $0 $0 $0 $0 $834,390 Stiles,Inc. 520 McBride $3,813 $0 $0 $0 $0 $3,813 Stiles,Inc.. Supplemental Work Items $106,115 $0 $0 $0 $0 $106,115 SUBCONSULTANT SERVICES Site Survey-AJ Coulson $0 $O $0 $3,500 $0 $3,500 ESP Drilling-GeoProbe Resample for FOC $0 $0 $0 $0 $975 $975 Subtotal $944,318 $0 $35,580 $3,500 $975 $984,373 Administrative Fee 10.0%Fee $94,432 $0 $3,558 $350 $98 $98,437 SUBTOTAL SUB.SERVICES $1,038,750 $0 $39,138 $3,850 $1,073 $1,082,810 TOTAL ESTIMATED COSTS $1,038,750 $134,047 $39,138 $50,967 $12,292 $1,275,194 Cost wmman G 7/7rM0 Attachment C City of Elgin Soil Remediation Other Direct Costs Equipment Description Qty Units Unit Rate Total Cost VEHICLES BOATS AND TRAILERS OBG Truck,Heavy Duty_4 WD(Includes Mileage) Full time for site work(10 weeks) 10 Weeks $528.00 $5,280.00 Auto Mileage,Personal Vehicles 8 periodic site visits a 60 miles RT 480 Miles S0.580 5278.40 Subtotal $5,558.40 PPE SUPPLIES Safety Level D Field oversight,1 person,10 weeks 10 Weeks 5175.00 51,750.00 Gloves 4 Boxes 519.06 $76.24 Subtotal 51,826.24 FIELD EQUIPMENT GPS Unit,<1 meter differential Site layout,measurement of excavations, 2 Months $1,500.00 53,000.00 PID Meter,MiniRAE 3000,10.6 eV Excavation monitoring 10 Weeks $300.00 $3,000.00 Survey Laser Level Site layout,measurement of excavations, 10 Weeks $86.00 $860.00 Survey Level/Rod Site layout,measurement of excavations, 0 Weeks $100.00 $0.00 Subtotal 56,860.00 GROUNDWATER SAMPLING Bailer-Disposable GW samples at 520,+Excavation water 0 Each $15.00 $0.00 Locks-Keyed Alike Replace GW MW locks 0 Each $30.50 $0.00 Subtotal 50.00 Total 514,244.64 Field Per Diem(GSA Rate) 1 Person,Full time in Field,Meals&Incidentals 5o Days 532.00 51,600.00 ShippinglDelivery Services 5300.00 0 Attachment D 2020 Preferred Fee Schedule OBG ((1n OBG PART OF RAMBOLL 1 l`_-Jll Part of Ramboll Attachment D QQaa �� ENVIRONMENT & HEALTH O'Brien & Gere Engineers, Inc. - Midwest PREFERRED FEE SCHEDULE Effective through December 31, 2020 Personnel Category Hourly Billing Rates Officer/ Director $180 -.$210 Project/Technical / Division Manager 2 $165 - $200 Project/Technical / Division Manager 1 $135 - $.180 Consultant $140 - $190 Engineer 3/ Scientist 3 $110 - $155 Engineer 2 / Scientist 2 $95 - $120- Engineer 1 / Scientist 1 $80 - $100 Business Professional $70 - $130 Field Technician $65 - $90 Administrative $60 - $80 Project Expenses Travel, lodging, meals, fuel, rental vehicle Cost + 5% Field equipment, supplies, company vehicles, mileage, per diem Per unit rates In-house expenses (e.g., computers, software and support, photocopies, office supplies, 6% of invoiced labor long-distance telephone, postage, project closeout, file storage) Rebillables 1 Vendor expenses (e.g., materials, external drawing and document reproduction, Cost + 10% express delivery, miscellaneous field supplies) } Subcontracted Services Drilling, laboratory, and other subcontractors and subconsultants Cost + 10% Note: A labor multiplier of 1.5 times the normal rate will be used for all staff providing sworn testimony. CONFIDENTIAL 1/1 Preferred