Loading...
18-117 Resolution No. 18-117 RESOLUTION AUTHORIZING EXECUTION OF AN AGREEMENT WITH O'BRIEN& GERE ENGINEERS, INC. FOR ENVIRONMENTAL REMEDIATION INCLUDING SOIL REMEDIATION AND ASSOCIATED SERVICES REGARDING THE CITY-OWNED PROPERTIES LOCATED AT 464 MCBRIDE 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 Engineers, Inc. for environmental remediation including soil remediation and associated services regarding the city-owned properties located at 464 McBride 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: October 24, 2018 Adopted: October 24, 2018 Omnibus Vote: Yeas: 8 Nays: 0 Attest: s/Kimberly Dewis Kimberly Dewis, City Clerk AGREEMEE.NT THIS AGREEMENT is made and entered into this 24 day of October,2018,by and between the CITY OF ELGIN, an Illinois municipal corporation (hereinafter referred to as "CITY")and O'Brien&Gere Engineers, Inc., a New York corporation(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 464 McBride 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: I. 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 464 McBride Street and 520 McBride Street, Elgin, Illinois as outlined in CONSULTANT'S proposal therefor dated September 25,2018,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. 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 mayretain 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 ofall 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 Forty Four Thousand Three Hundred Five Dollars($1,044,305). Such total fee and the components thereof are set forth in Attachment A. 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 - 2 - CITY to inspect and audit all data and records of the CONSULTANT forwork 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 ofthe CONSULTANT's workunderthis Agreement is completed. A determination of completion shall not constitute a waiver ofany 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 onlyto the extent that such changes are included in writing signed by the CITY and the CONSULTANT. Regardless ofthe 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. 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 - 3 - 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 by law,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, including, 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 ofthe 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. 12. INSURANCE 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 - 4 - 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,ofthe presenceofany sensory,mental orphysical 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 ofpay or other forms of compensation and selection fortraining,including apprenticeship. ' 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 on 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 - 5 - 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 except by written amendment duly executed by the parties. Each party agrees 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. - 6 - 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; 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. - 7 - 26. WRITTEN COMMUNICATIONS All recommendations and other communications bythe 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 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 - 8 - 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 ENGINEERS, INC.: By: Richard G. Kozal, City-Mer B Attest: e/Print: John M. Nardozzi 9e: Sr. Managing Engineer City Clerk Approved by Brian E. White, Sr. Vice President 10/3/18 F:4xga1 Depf Agreement\O'Brien&Gere Engineers Agr-464&520 McBride-10-1-I 8.docx - 9 - ATTACHMENT A SCOPE OF SERVICES ATTTACH M E NT A DIFE-11 CBG There's a way September 25,2018 Mr.William A.Cogley Corporation Counsel City of Elgin 150 Dexter Court Elgin,IL 60120 Via email:t ogley w(ocityofelgin.urg Subject: Proposal for Soil Remediation Services Elgin Salvage and Supply Company-464 McBride Street Seigle's Home and Building Site-520 McBride Street OBG File No. 51685 Dear Mr.Cogley: O'Brien&Gere Engineers,Inc.(OBG) is pleased to submit this proposal to provide soil remediation services at both the former Elgin Salvage and Supply Company(Elgin Salvage)site located at 464 McBride Street and the Seigle's Home and Building site located at 520 McBride Street.These parcels border each other on the Fox River and are immediately north of the former Elgin Public Works Yard located at 40 Ann Street.The scope of services outlined herein provides for the implementation of soil remediation work that has been approved by Illinois Environmental Protection Agency(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. PROJECT BACKGROUND ELGIN SALVAGE AND SUPPLY COMPANY-464 MCBRIDE STREET The former Elgin Salvage site was investigated in 2005 and significant soil remediation was conducted in 2005 and 2006.The site advanced within the Illinois Site Remediation Program(SRP) to a point where a Supplemental Remedial Action Completion Report(SRACR)dated March 30,2009 was submitted to the Illinois Environmental Protection Agency(EPA).This report requested a No Further Remediation(NFR)letter for the site.Following completion of the remediation and investigation work,as series of review letters and responses were submitted between the Illinois EPA and the City of Elgin. A Supplemental Site Investigation(SSI) Report was submitted to Illinois EPA on December 18,2017.The SSI Report was submitted to document and evaluate additional site investigation data that was collected to respond to Illinois EPA's last set of comments(May 25,2016),with the goal of arriving at a site closure strategy that will meet the requirements of the SRP.OBG's report was approved by IEPA on February 5,2018 and the proposed remediation work is ready to be implemented. SEIGLE'S HOME AND BUILDING SITE—520 MCBRIDE STREET The Seigle's site is also enrolled in the Illinois EPA SRP.At the time of the original site investigation in July 2002, the City of Elgin had acquired the property and leased the site facilities to Seigle's Home and Building Company. Supplemental site investigation work was performed in July 2005.The City of Elgin submitted a report entitled 0 300 5 Wacker Drive,Suite 1300 OBG Chicago,IL 60606 P 312 465-1740 www.obg.com Updated Supplemental Site Investigation Report/Remediation Objectives Report/Remedial Action Plan(Updated SIR/ROR/RAP)prepared by Terracon Consultants,Inc.and dated April 15,2009.A letter response to comments issued by the Illinois IEPA was prepared on April 26,2009.The Updated SIR/ROR/RAP outlined a remediation plan to address identified contamination so that the site could be redeveloped in the future for residential use. These documents were approved for implementation by the IEPA on October 22,2009. Since late 2009,the approved remediation plan has not been implemented as funding was not available to proceed with the necessary remediation work.A Vapor Intrusion(VI)Addendum was submitted to Illinois EPA on February 11,2015.The addendum re-evaluated the site data in an effort to satisfy changes to the Tiered Approach to Corrective Action Objectives(TACO) regulations;notably those related to the indoor inhalation pathway.On March 10,2015,Illinois EPA responded indicating that the evaluation performed demonstrated compliance and that remediation of the site could proceed. Based on the noted approval of the proposed Remedial Action Plans for both sites,the Illinois EPA is indicating its approval to proceed with remedial activities according to the approved plans. CONSTRUCTION PLANNING AND COMPARISON TO COST ESTIMATE In July 2018,the City authorized OBG to prepare plans and specifications to obtain competitive bids from qualified subcontractors to perform the remediation work.Bid documents were issued to six potential subcontractors on September 7,2018.A pre-bid meeting was held and various questions were responded to through addenda.Responsive bids from four contractors were received on September 21,2018. OBG has evaluated the bids received and finds that the proposed costs reflect a good bidding climate for this work.Two of the bids received were below the estimated costs prepared by OBG and two were higher.The lowest responsive bidder,Stiles,Inc.,came in with costs that are approximately 23%lower than OBG's engineering estimate for the soil remediation portion of the work.In OBG's opinion,this favorable bidding result is attributable to combining the work at both the 464 McBride Street and 520 McBride Street site into one larger project,thus gaining an improved cost efficiency.A tabulation of the bids is presented in Attachment A. Other costs associated with the project varied from the estimate. For example,laboratory costs were higher than originally anticipated.This variance was due to specifying faster laboratory turnaround time so that the field work can be executed more efficiently by the subcontractor. In total,the overall costs presented herein are approximately$296,390,or 22%less than the total estimated project cost,including contingencies,as presented in March 2018. 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 approved Remedial Action Plans(RAP)that have been reviewed and approved by Illinois EPA for each site.To gain efficiency of the field implementation,the work on the 464 McBride Street and 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. TASK 700—SOIL REMEDIATION—SUBCONTRACTOR SERVICES Based on the receipt of competitive bids from four potential subcontractors,OBG has selected Stiles,Inc.of Loves Park,Illinois to perform the soil remediation work.Stiles,Inc.'s bid proposal was received timely on September 21,2018 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.Further,Stiles, Inc.has conducted similar soil remediation projects for the City of Elgin such as the 502 North Grove Avenue site OBG I THERE'S A WAY © 2018. ALL RIGHTS RESERVED 1 2 September 25,2018 rai Elgin-Soil Remediation Proposal posal-CRM 51685-Final 180925.docx for which an NFR letter was successfully obtained as well as for UST removal work at Festival Park.In the opinion of OBG,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 complete set of bidding documents prepared by OBG(Soil Remediation,464&520 McBride Street,Elgin,Kane County,Illinois,issued September 7,2018),which is incorporated herein by reference.An overall summary of the remediation scope of work is presented in the tables below: A. 464 McBride Street Site(Former Elgin Salvage Yard) Primary e Estimia`ted Excavation Area Constituents • th •lume(CY) Disposal • Concern (Tons) AOC#2 PCBs, Lead 2,180 6-14 410 930 AOC#9A Lead, mercury 1,600 0-7 270 610 Total 3,780 680 1,540 Backfill Volume 790 CY(1,130 Tons) Topsoil Volume 70 Tons Disposal Subtitle D Landfill—Non-Hazardous Groundwater Collection and off-site disposal of up to 42,000 gallons of impacted groundwater B. 520 McBride Street Site(Former Seigle's Home&Building) Primary Estimated D . ConstituentsExcavation Area • .lume(CY) Disposal • Surface(FT) Concern (Tons) SRA#1 Lead, PCBs, PNAs, 8,030 6-8 3,000 6,790 (Below TCLP Lead 5.0) and metals SRA#1 PNAs, PCBs,and 1,050 6-8 320 730 (Above TCLP Lead 5.0) metals__ PNAs,xylenes, SRA#2 magnesium 14,200 3-6 3,740 8,460 _ VOCs,SVOCs,and SRA#3A 990 3-4 220 500 pesticides SRA#3B VOCs,SVOCs,and 3,170 3-4 710 1,610 pesticides Total 27,440 7,990 18,090 Backfill Volume 9,190 CY(13,150 Tons) Topsoil Volume 550 Tons Concrete Demolition 240 Tons and Disposal Disposal After stabilization of soils in SRA#1,all soils are scheduled for Subtitle D Landfill— Non-Hazardous subject to further testing post-stabilization. OBG I THERE'S A WAY © 2018. ALL RIGHTS RESERVED 3 September 25,2018 Elgin-Soil Remediation Proposal-CRM 51685-Final 180925.docx The disposal facility selected for this project will be the Orchard Hill 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. TASK 710—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 Remedial Action Plans,and obtain necessary field documentation that will allow for the preparation of Remedial Action Completion Reports(separate reports for each site)consistent with the requirements of the Illinois Site Remediation Program(SRP).Specifically,our scope of services will include: At the outset of the project,OBG will prepare a health and safety plan in accordance with OSHA 1910.120 to address the field activities to be performed by OBG personnel.OBG will provide general monitoring of the Subcontractor's health and safety program to ensure that the requirements for completion of a health and safety plan are implemented in accordance with the specifications. OBG will coordinate with the Subcontractor to arrange for the location of public utilities through JULIE in the vicinity of the work areas. F 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 8 weeks on a full- time basis(8 hour per day).The anticipated start date is October 29,2018 and the substantial completion date is projected to be December 28,2018.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. OBG will review submittals from the subcontractor.Submittals are expected to include the proposed work schedule,sequence of work,subcontractor's health and safety plan,information related to materials to be incorporated-into the work(i.e.,backfill documentation). 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,and environmental sampling. 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. • 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. k 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. OBG I THERE'S A WAY © 2018. ALL RIGHTS RESERVED 1 4 September 25,2018 Elgin-Soil Remediation Proposal-CRM 51685-Final 180925.docx Monitoring the implementation and analytical results of the lead stabilization process performed by the Subcontractor to ensure that soils disposed of off-site meet the regulatory thresholds for Subtitle D landfill disposal(i.e.,TCLP lead<5.0 mg/L). Conduct wipe samples of the existing concrete slab and foundation on 520 McBride Street in approximately 8 locations to assess whether the concrete is impacted and will need to be disposed of as non-hazardous waste or whether it can be broken up on-site and reused as backfill. 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. 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. Review each application for payment. Reconcile any discrepancies with the subcontractor before processing payments. r 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. Provide sufficient senior level review of the work activity by a Professional Engineer so that the signatory requirements for the Remedial Action Completion Report to be submitted to the Illinois EPA are met in accordance with prevailing standards of the engineering profession. 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 and groundwater sampling supplies,Personal Protective Equipment (PPE) (Level D)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 720-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 approved Remedial Action Plans and in general accordance with SRP requirements.OBG has selected TestAmercia Laboratory to provide the analytical services. The scope of the laboratory services is summarized as follows: Soil Confirmation Samples-Each of the five excavation areas will have soil confirmation samples collected with the number of samples and analytical parameters as specified in the RAPs.Since the soil excavation work will be directed on the basis of obtaining acceptable sample results that meet TACO residential criteria, OBG I THERE'S A WAY © 2018. ALL RIGHTS RESERVED 1 5 September 25,2018 Elgin-Soil Remediation Proposal-CRM 51685-Final 180925.docx an allowance is included for up to 2O%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. E Concrete Wipe Samples-On the 520 McBride Street site the remediation work includes the demolition of the existing concrete foundation and floor slab that remains on site.As the subcontractor pulls up the concrete slab,observations of staining will be made by OBG and wipe samples will be collected and analyzed to determine if the concrete is suitable for reuse on site as backfill.If some of the concrete can be reused,then a cost savings will accrue to the City as compared to disposing of the concrete as impacted material. 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. The total analytical budget is estimated at$26,487.Please note that TestAmerica's pricing was somewhat higher than the lowest bid for laboratory services.OBG recommends use of TestAmerica because their laboratory is within the Chicagoland area and they provide local courier service.The other laboratories require shipment of samples to out of state facilities which consumes approximately one-day turnaround for each set of samples.The ability to achieve consistent turnaround times to maintain construction progress and the avoidance of shipping outweigh the difference in price.A detailed summary of laboratory costs is provided in Attachment B. TASK 730-REMEDIAL ACTION COMPLETION REPORT AND SITE SURVEY Following completion of the remediation work,OBG will prepare Remedial Action Completion Reports(RACR) to document the work completed and present the analytical data to demonstrate that the sites qualify for issuance of a No Further Remediation(NFR)from the IEPA.Separate reports will be prepared for 464 McBride Street and 520 McBride Street as each site is enrolled in the SRP as a distinct site.The RACRs 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 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 effort may be required. Further,response to any comments issued by IEPA will be addressed as additional work as such effort cannot be estimated at this time. To complete the RACRs,OBG will commission new site surveys and legal descriptions of each site by a registered land surveyor.This work will be performed by A.J.Coulson,PC.The development of new site legal descriptions is required for recording of the NFR letter and will be included in the RACR reports. COST ASSUMPTIONS Ik OBG's proposed costs are based on the soil and material quantities reflective of the subcontractor's base 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 OBG I THERE'S A WAY © 2018. ALL RIGHTS RESERVED 1 6 September 25,2018 Elgin-Soil Remediation Proposal-CRM 51685-Final 18092S.docx via Change Order.The City will be advised of the progress of the work in relation to the planned soil and material quantities. Groundwater 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.OBG will endeavor to manage groundwater costs within the planned budget and advise the City if conditions are not as anticipated. t 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.Due to the age of existing site data,new waste characterization sampling will need to be performed to confirm this assumption.In addition,soils within SRA#1 on 520 McBride Street are planned to be amended on-site with a stabilization agent to allow them to be classified as non-hazardous. This proposal does not include costs for payment or performance bonding of the selected subcontractor. WORK NOT INCLUDED Costs associated with the project that are levied by IEPA 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 IEPA 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$1,044,305,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 TEPA report preparation.The proposed costs are in alignment with the Remediation Cost Estimates provided to the City in March 2018.A breakdown of the costs for each site is as follows: Task No. . • •. Effort Estimated Cost _ 7_00 ___Soil Remediation Subcontractor Services 8 Weeks On-site $884,384 _ 710 Remediation Oversight and Construction Engineering_Services _ 838(hours) $105,516 _ 720_ -Laboratory Analytical Services $26,487 730 _Remedial Action Completion Report and Site Survey_ 210(hours) _$27,919__ Total $1,044,305 Please see Attachment C for a detailed breakdown of costs for all project tasks. TERMS AND CONDITIONS Services will be performed in accordance with the Agreement between the City of Elgin and OBG dated July 25, 2018.The City will amend the existing contract to incorporate this proposal and the approved funding.All services will be invoiced in accordance with OBG's Preferred Fee Schedule. 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 eight 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 October 29,2018,it is expected that substantial completion IDBG I THERE'S A WAY © 2018. ALL RIGHTS RESERVED 1 7 September 25,2018 rai Elgin-Soil Remediation Proposal-CRM 51685-Final 180925.docx 3 of the work can be achieved by December 21,2018.With anticipated cold weather,final site restoration and soil stabilization may need to be completed in early Spring 2019. If this proposal meets with your approval,work may be initiated by returning a signed copy of the attached Service Order(Attachment D). 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 or via email at juhn.Nardozzi(u,obr..c( ,,if you have any questions regarding this proposal. Sincerely, O'BRIEN&GERE ENGINEERS,INC. AA Jo n M.Nardozzi,PE P ncipal Engineer Cc: Robert C.Woodruff,OBG Attachments: Attachment A Subcontractor Bid Tabulation Attachment B Laboratory Costs Attachment C Summary of Estimated Costs Attachment D Service Order 4 \\Server27-01\W Drive\Marketing\Proposals\Site Investigation Remediation\Elgin City of\Soil Remediation-464 McBride&520 McBride\51685-Elgin Soil Remediation\Elgin- Soil Remediation Proposal-CRM 51685-Final 180925.docx 08G I THERE'S A WAY © 2018. ALL RIGHTS RESERVED 1 8 September 25,2018 Elgin-Soil Remediation Proposal-CRM 51685-Final 180925.docx SOIL REIVIEDIATION SERVICES-464&520 MCBRIDE STREET I PROPOSAL Attachment A Subcontractor Bid Tabulation OBG THERE'S A WAY ATTACHMENT A City of Elgin Soil Remediation Subcontractor Bid Tabulation BMs Due 9/11/1018 No.BMs Reque.bd fi No.BMs Received 4 Stiles,Inc. Temic.E-4-0.1 Service. RW Collins Grand Slam OBG Estimate-March Bid Ilam Description Est.Oty Unit Bid Unit Price Total Price Bid Wit Rtes Total Prloe BId UnItPdce TOM Price Bid UMt Klee ToW Pdee 2018 481 McBdda Sosat Al Sde Pmp B General Co M-s 1 LS (2.00000 S2,000.00 536,700.00 1136,700.00 $15,950.00 $15,950.00 940,710.00 $40,710.OD A2 Nbsb Cher.--t-d LaMll Acceptance 1 LS $1000.00 51,00000 $4,221,00 $4,220.00 51.000.00 $1,000.00 $500.00 $50000 A3 E-.bon 8 Sib W.,k AOC 32 Ovenwrden Exc.Stockplirg 8 Rept. 620 CV $10.00 $6.200.00 333.00 (20,460.00 $3.95 $2,449.00 $20.00 $12,400.00 Remeda0on Areas Soil Exc.E Handh, 680 CV $1000 $6,800.00 $17.00 $11,560.00 $5.75 63,910.00 $15.00 $10,200.00 Al T­ nsporlat-3 Disposal-Nan-Haz 1,540 Tons $23.50 $36.190.00 $38.00 $58,520.00 $22.75 $35,035.00 536.00 $55,440.00 A5 8ac1,fi8,CA6 1.130 Torn $13.50 $15,25500 $11.00 $46.33D.DD $16.85 $19.040.50 $20.00 $22,$DD.00 A6 Slte Restorabon$Close Out 70 Tons 1130.00 $2,100.00 5161.00 511 270.00 $3525 $2,467.50 $45.00 $3,150.00 64 Hd buBbtal-4Mc8e,Base Bid $89,545.00 $109080.00 $79852.00 3145000.00 $107,968 320 McBdda SOeat Bi Sib Prep$Genanl Con,lft- 1 LS $2000.00 $2,DUD.00 $39,100.00 $39.100.00 $37,000.OD $37,OOD.00 $50,650.00 $50,650.00 B2 Waete Characbnneon 3 Landfill Acceptance 1 LS 51,000.00 f1.000.0D $13,300.00 $13,300.00 51,00000 504.0 1,00 $500.00 $500.00 83 F.-bon 6 Sib Nbrk ,oil Ea.--3 He Wing ]990 CV $10.00 $799(10.(10 $15.00 $119,850.00 $5.75 $45,942.50 515.00 $119,850.00 Lead z.- 320 $22.00 57040.W $60.00 619,200.00 $2925 $9.360.00 580.OD $25,800,00 Conaeie Dolt-6 Disposal 240 $10.(10 $2.400.00 533.00 $7,920.00 322.75 $5460.00 $12500 $30000.00 McBride coast Asphah R-I 3 Disposal 3,500 SF 5020 $700.00 $2.00 57,000.00 51.10 $3.850.00 $3.00 $10,500.00 B4 T,anspo.-B Deposal-Non-H. 18,090 Tons $23.50 $425.115.00 338.00 5687.42D.00 :22.75 $411,547.04 $38.00 11651,210.00 B5 Backfill,CA6 13,150 Tore $13.50 $177.525.00 53200 (420,8((.00 (16.85 $221.577.50 $21.00 $263,OW.OD B6 Site Restorat in f Gose Out 550 Tom 1130.00 316.50000 Sao.00 3N 000.00 53525 $19.387.50 545.00 $24,750.00 Subtotal-464 McBride,Ba.e BM $71218000 57356590.00 $755125.00 $1176090.00 SM931.002 AV-WSupplaman Bid hams Ct Conaeb Demo aW Reuse OnS,I. 240 Tons $15.00 $3.600.00(Not Used) $15.00 $10,800.00(Not Used) 524.00 $5.760.OD(Not U-i) 595.00 1122800.00(Not Wad) C2 Onsite Frac Tank 1 L6 32,100.00 32,100.00 117200.00 $ 7,200.00 (7,500.00 117,500.00 115.000.(10 $5,000.00 C3 OB-Ske Nbter Diaposal.NOMbi 42000 Gal 50.48 $20.160.00 $0.60 $25,200.00 $0.55 523.100.00 $0.45 $18,900 OD $350.00 Subtotal-ABemab BM Bems $25.060.00 $43 20000 sm. .00 $47.050.00 Ind.in Above rand To W,VaU1 2&C3 03,985.00 $1,580,050.00 $1,032,970. .22.621/. No•.e- B,...Not Submft,a O-., US Ecology Er- No..W.- ntadBid..W.tron Cased on the subwntrecfnr'a bid msb vrdhout mark Was compared to OBG's based subcorm-d costs v.Mout mn6rgenaes ind W etl. SOIL REMEDIATION SERVICES-464& 1 MCBRIDE STREET PROPOSAL Attachment B Laboratory Costs OBG THERE'S A WAY Attachment B City of Elgin Soil Remediation Laboratory Bid -Test America Quote Date: 9/20/2018 TestAmerica Bid Item Description 48 Hr STD TAT 464 McBride Street Soil Confirmation Samples $4,300.00 $2,492.50 Subtotal -464 McBride, Base Bid $4,300.00 $2,492.50 520 McBride Street Soil Confirmation Samples $14,525.00 $8,300.00 Concrete Wipe Samples $1,312.50 $750.00 Groundwater Samples $3,753.75 $2,145.00 Waste Mgmt Fee $187.50 $187.50 Subtotal -520 McBride, Base Bid $19,778.75 $11,382.50 Mark Up 10.00% TOTAL $24,079 $13,875 GRAND TOTAL $26,500.00 $15,300.00 Notes While each lab was requested to provide 2-day sample turnaround, only TestAmerica's lab does not require shipping of samples to out of state locations, OBG's original estimate was based on standard laboratory turnaround time, which is typically 7 to 10 business days. SOIL REIVIEDIATION SERVICES-464&520 MCBRIDE STREET PROPOSAL Attachment C Summary of Estimated Costs OBG Me THERE'S A WAY ATTACHMENT C-SUMMARY OF • CLIENT: City of Elgin 9/25/2018 PROJECT DESCRIPTION: Soil Remediation-464&520 McBride Street PROJECT/PROPOSAL: CRM#51685/Sales#70561 Task Number: Task 700 Task 710 Task 720 Task 730 Oversight& Laboratory RACR&Site Task Description: Soil Rem-Sub Svcs Construction Engr Services Survey TOTAL PERSONNEL Project Manager 2 Hours _ 0 _ 80 0 20 _ 100 $183 Costs !^0 14640 0 3660 $18,300 Project Manager 1 Hours 0 20 0 0 20 $150 Costs 0 3000 0 0 $3,000 Engineer 3 _ Hours _ 0 0 0 18 18 $146 Costs 0 0 0 2628 �^ $2,628 Engineer _Hours _ _ 0 190 0 60 250 $103 _Costs 0 19570 0 6180 $25,750 Scientist 2 Hours 0 0 0 16 16 $109 Costs 0 0 0 1744 $1,744 Scientist 1 Hours 0 474 0 24 498 $88 costs 0 41712 0 2112 $43,824 Field Technician 1Hours 0 _ 20 0 0 20 $72_ Costs �0 1440 0 0 $1,440 Business Professional 1 _ Hours _ 0 0 0 24 _ _24 $93 Costs 0 0 0 2232 $2,232 Scientist 1 _ Hours _0 40 0 _ 30 70 $84 Costs 0 3360 0 2520 $5,880 Business Professional 1 Hours 0 6 0 6 12 $71 Costs 0 426 0 426 $852 Administrative Assistant 3 Hours 0 8 0 12 20 $71 Costs 0 568 0 852 $1,420 Hours 0 838 0 210 1,048 SUBTOTAL LABOR Costs $0 $84,716 $0 $22,354 $107,070 Administrative 6.0% Fee $0 $5,083 $0 $1,341 $6,424 „s�mm.ry G 10/1/2018 CLIENT:City of Elgin PROJECT/PROPOSAL:CRM#51685/Sales#70561 OBG PROJECT MANAGER:J.Nardozzi Task Number: Task 700 Task 710 Task 720 Task 730 Oversight& Laboratory RACR&Site Task Description: Soil Rem-Sub Svcs Construction Engr Services Survey TOTAL EXPENSES GW Sampling Supplies $0 $363 $0 $0 $363 Field Equipment(PID,H&S,Dusttraks.) $0 $8,200 $0 $0 $8,200 PPE Supplies $0 $1,657 $0 $0 $1,657 Vehicles/Mileage $0 $4,217 $0 $0 $4,217 SUBTOTAL EXPENSES $0 $14/{37 $0 $0 $14,437 REBILLABLES Lodging $0 $0 $0 $0 $0 Meals $0 $0 $0 $0 $0 Travel(Air,Train,Bus,Cab) $0 $0 $0 $0 $0 Rental Vehicles LO LO LO LO 5.0%Fee $0 $0 $0 $0 $0 Sub Total $0 $0 $0 $0 $0 Per Diem:Meals&Expenses(GSA OvernigFGSA Rates: No Fee $0 $1,280 $0 $0 $1,280 Per Diem:Meals&Expenses(GSA Day Rate GSA Rates: No Fee $0 $0 $0 $0 $0 Sub Total $0 $1,280 $0 $0 $1,280 Misc.Proj.Materials/Supplies(shipping) $0 $0 $0 $0 $0 10.0%Fee $0 $o $0 $0 $0 Sub Total $D $0 $o $0 50 SUBTOTAL REBILLABLES $0 $1,280 $0 $0 $1,2-80- SLI • Number of Cost Der Laboratory Analytical Services samples Sample Soil Confirmation Samples-464 McBride 48 Hr TAT $0 $0 $4,300 $0 $4,300 Soil Confirmation Samples-520 McBride 48 Hr TAT $0 $0 $14,525 $0 $14,525 Concrete Wipe Samples-520 McBride Std TAT $0 $0 $1,313 $0 $1,313 Groundwater Samples-520/464 McBride Std TAT $0 $0 $3,754 $0 $3,754 Waste Management Fee $0 $0 $188 $0 $188 Analytical Subtotal 0 0 $0 $0 $24,079 $0 $24,079 Soil Remediation Subcontractor Stiles,Inc. 464 McBride $69,545 $0 $0 $0 $69,545 Stiles,Inc. 520 McBride $712,180 $0 $0 $0 $712,180 Stiles,Inc. Alt.Bid Items C2&C3 $22,260 $0 $0 $0 $22,260 SUBCONSULTANT SERVICES A.J.Coulson,PC-Site Survey&Legal Description 464 McBride $0 $0 $0 $1,920 $1,920 A.J.Coulson,PC-Site Survey&Legal Description 520 McBride $0 $0 $0 $1,920 $1,920 Subtotal $803,985 $0 $24,079 $3,840 $831,904 Administrative Fee 10.0%Fee $80,399 $0 $2,408 $384 $83,190 SUBTOTAL SUB.SERVICES $884,384 $0 $26,487 $4,224 $915,094 Cost Summary 9/25/2018 SOIL REIVIEDIATION SERVICES-464&S20 MCBRIDE STREET I PROPOSAL Attachment D Service Order 4 OBG THERE'S A WAY EZiH[BiT A SERVICE ORDER TO PROFESSIONAL SERVICES kGRE EKIENTT Service Order No.: 4 Date: September 25,2018 Project No.: 70235 Proposal No.: 50275 This Service Order to Professional Services Agreement is by and between: O'BRIEN&GERE ENGINEERS INC. CFTY OF ELGIN 234 W.Florida Street 5d'Floor 150 Dexter Court Milwaukee,W1 53204 and Elgin,11L 60120 Telephone: 414 837-3607 Telephone: 84 937 6633 Facsimile: 414 837-3608 email: co le • walcityofelgig.org 'OBG' " Project Title. Soil Remediation Services—464&520 McBride Street Scope of Work: As outlined in OBG's September 24,2018 proposal,these services include the implementation of soil remediation services at the 464 McBride and 520 McBride Street sites,the former Elgin Salvage and Supply Company and the Seigle's Home and Building site,respectively.Services include OBG's remediation oversight,subcontracted costs for soil excavation and disposal,laboratory analytical services,preparation of site surveys and legal descriptions and preparation of two Remedial Action Completion Reports. Estimated Budget: Twill ctiF�' Estimated Budget 700 Soil Remediation—Subcontractor Services $894,394 710 Oversight&Constr.Engineering $105,516 720 Services $26,487 730 RACR Report and Survey!Tzgal Description $27,919 TotaF Budget S1,0 5 The total costs will be based on the actual quantity of work encountered in the field and the unit rates submitted by the subcontractor. Schedule: The work schedule is based on a maximum of eight weeks of field wodJoversight. The anticipated start date is October 26, 2018 and substantial completion will be attained by December 21,201 S. The Scope of Work,Estimated Budget,and Schedule described above and authorized by this Service Order will be performed in accordance widi the terms and conditions contained in the Agreement between O'Brien&Gere Engineers,Inc. (OBG)and the City of Elgin dated July 25,2018.The OBG remittance email address is:Accounts-Receivable[NNobg corn. Agreed to by: O'BRMN&GERE ENGINEERS,INC. CITY O IN M /,0/04/Zoog G io/Za/lois ignature Date Signature Date ohn M.Nardozzi Richard G. Kozal Name Name Sr.Managing Engineer City Manager Title Title [Exhibit A-Service Order to Client Professions[Services A r OBG lE Agreement 11;0924.doc] 1