HomeMy Public PortalAbout045-2017 - TRC Environmental Corp.- old Reid Hospital demo support servicesPROFESSIONAL SERVICES AGREEMENT
THIS AGREEMENT made and entered into this JIA,' day of f, 2017, and
referred to as Contract No. 45-2017, by and between the City of Richmond, Indiana, a
municipal corporation acting by and through its Board of Public Works and Safety (hereinafter
referred to as the "City") and TRC Environmental Corporation, 10475 Crosspoint Boulevard,
Suite 250, Indianapolis, Indiana, 46256 (hereinafter referred to as the "Contractor").
SECTION I. STATEMENT AND SUBJECT OF WORK
City hereby retains Contractor to provide professional services for the City of Richmond,
Indiana, in connection with certain application, management, and support services for the pre -
demolition, demolition, and remediation of certain unsafe structures located at 1401 and 1403
Chester Boulevard, known as the former Reid Hospital (hereinafter "Project"). The City, by and
through its Unsafe Building Commission, previously issued its Findings of Fact, Action Taken,
and Order (hereinafter "Order") in connection with the unsafe structures, and which Order was
recorded in the offices of the Recorder of Wayne County, Indiana, on December 5, 2014, at
Instrument Number 2014009063. The Order is a Continuous Enforcement Order in accordance
with Indiana Code 36-7-9-1 et seq. as affirmed by the Richmond Unsafe Building Commission.
The proposal of Contractor, dated March 3, 2017, is attached hereto as Exhibit "A", which
Exhibit consists of sixteen (16) pages, and is hereby incorporated by reference and made a part
of this Agreement. Contractor shall perform all work and provide all services described on
Exhibit "A."
Should any provisions, terms, or conditions contained in any of the documents attached hereto as
Exhibits, or in any of the documents incorporated by reference herein, conflict with any of the
provisions, terms, or conditions of this Agreement, this Agreement shall be controlling.
Contractor shall perform all work herein in a timely manner, conforming to all applicable
professional standards.
The Contractor shall furnish all labor, material, equipment, and services necessary for the proper
completion of all work specified.
No performance of services shall commence until the following has been met:
1. The City is in receipt of any required certificates of insurance;
2. The City is in receipt of any required affidavit signed by Contractor in
accordance with Indiana Code 22-5-1.7-11(a)(2); and
3. A purchase order has been issued by the Purchasing Department.
Contract No. 45-2017
Page 1 of 6
SECTION II. STATUS OF CONTRACTOR
Contractor shall be deemed to be an independent contractor and is not an employee or agent of
the City of Richmond. The Contractor shall provide, at its own expense, competent supervision
of the work.
SECTION III. COMPENSATION
The Contractor shall be paid a total amount not to exceed Two Hundred Twenty-five Thousand
Dollars and Zero Cents ($225,000.00), subject to adjustment as indicated in Exhibit A, for
complete and satisfactory performance of the work required hereunder.
SECTION IV. TERM OF AGREEMENT
This Agreement shall be effective when signed by all parties and shall continue in effect until
completion of the Project.
Notwithstanding the term of this Agreement, City may terminate this Agreement in whole or in
part, for cause, at any time by giving at least five (5) working days written notice specifying the
effective date and the reasons for termination which shall include but not be limited to the
following:
a. failure, for any reason of the Contractor to fulfill in a timely manner
its obligations under this Agreement;
b. submission of a report, other work product, or advice, whether oral or written, by the
Contractor to the City that is incorrect, incomplete, or does not meet reasonable
professional standards in any material respect;
c. ineffective or improper use of funds provided under this Agreement;
d. suspension or termination of the grant funding to the City under which this Agreement
is made; or
e. unavailability of sufficient funds to make payment on this Agreement.
In the event of such termination, the City shall be required to make payment for all work
performed prior to the date this Agreement is terminated.
This Agreement may also be terminated, in whole or in part, by mutual Agreement of the parties
by setting forth the reasons for such termination, the effective date, and in the case of partial
termination, the portion to be terminated.
Page 2 of 6
SECTION V. INDEMNIFICATION AND INSURANCE
Contractor agrees to obtain insurance and to indemnify the City for any damage or injury to
person or property or any other claims which may arise from the Contractor's negligence or
willful misconduct during the performance of this Agreement, provided, however, that nothing
contained in this Agreement shall be construed as rendering the Contractor liable for acts of the
City, its officers, agents, or employees. Contractor shall as a prerequisite to this Agreement,
purchase and thereafter maintain such insurance as will protect it from the claims set forth below
which may arise out of or result from the Contractor's operations under this Agreement, whether
such operations by the Contractor or by any sub -contractors or by anyone directly or indirectly
employed by any of them, or by anyone for whose acts the Contractor may be held responsible.
Coverage
A. Worker's Compensation &
Disability Requirements
B. Employer's Liability
C. Comprehensive General Liability
Section 1. Bodily Injury
Section 2. Property Damage
D. Comprehensive Auto Liability
Section 1.
Section 2.
E. Umbrella Liability
Bodily Injury
Property Damage
Limits
Statutory
$100,000
$1,000,000 each occurrence
$2,000,000 aggregate
$1,000,000 each occurrence
$1,000,000 each person
$1,000,000 each occurrence
$1,000,000 each accident
$1,000,000 each occurrence
$2,000,000 each annual aggregate
F. Malpractice/Errors & Omissions Insurance $1,000,000 each claim
$2,000,000 each annual aggregate
SECTION VI. COMPLIANCE WITH WORKER'S COMPENSATION LAW
Contractor shall comply with all provisions of the Indiana Worker's Compensation law, and
shall, before commencing work under this Agreement, provide the City a certificate of insurance,
or a certificate from the industrial board showing that the Contractor has complied with Indiana
Page 3 of 6
Code Sections 22-3-2-5, 22-3-5-1 and 22-3-5-2. If Contractor is an out of state employer and
therefore subject to another state's worker's compensation law, Contractor may choose to
comply with all provisions of its home state's worker's compensation law and provide the City
proof of such compliance in lieu of complying with the provisions of the Indiana Worker's
Compensation Law.
SECTION VII. COMPLIANCE WITH INDIANA E-VERIFY PROGRAM REQUIREMENTS
Pursuant to Indiana Code 22-5-1.7, Contractor is required to enroll in and verify the work
eligibility status of all newly hired employees of the contractor through the Indiana E-Verify
program. Contractor is not required to verify the work eligibility status of all newly hired
employees of the contractor through the Indiana E-Verify program if the Indiana E-Verify
program no longer exists. Prior to the performance of this Agreement, Contractor shall provide
to the City its signed Affidavit affirming that Contractor does not knowingly employ an
unauthorized alien in accordance with IC 22-5-1.7-11 (a) (2). In the event Contractor violates IC
22-5-1.7 the Contractor shall be required to remedy the violation not later than thirty (30) days
after the City notifies the Contractor of the violation. If Contractor fails to remedy the violation
within the thirty (30) day period provided above, the City shall consider the Contractor to be in
breach of this Agreement and this Agreement will be terminated. If the City determines that
terminating this Agreement would be detrimental to the public interest or public property, the
City may allow this Agreement to remain in effect until the City procures a new contractor. If
this Agreement is terminated under this section, then pursuant to IC 22-5-1.7-13 (c) the
Contractor will remain liable to the City for actual damages.
SECTION VIII. IRAN INVESTMENT ACTIVITIES
Pursuant to Indiana Code (IC) 5-22-16.5, Contractor certifies that Contractor is not engaged in
investment activities in Iran. In the event City determines during the course of this Agreement
that this certification is no longer valid, City shall notify Contractor in writing of said
determination and shall give contractor ninety (90) days within which to respond to the written
notice. In the event Contractor fails to demonstrate to the City that the Contractor has ceased
investment activities in Iran within ninety (90) days after the written notice is given to the
Contractor, the City may proceed with any remedies it may have pursuant to IC 5-22-16.5. In
the event the City determines during the course of this Agreement that this certification is no
longer valid and said determination is not refuted by Contractor in the manner set forth in IC 5-
22-16.5, the City reserves the right to consider the Contractor to be in breach of this Agreement
and terminate the agreement upon the expiration of the ninety (90) day period set forth above.
SECTION IX. PROHIBITION AGAINST DISCRIMINATION
A. Pursuant to Indiana Code 22-9-1-10, Contractor, any sub -contractor, or any person acting
on behalf of Contractor or any sub -contractor shall not discriminate against any employee
or applicant for employment to be employed in the performance of this Agreement, with
respect to hire, tenure, terms, conditions or privileges of employment or any matter
directly or indirectly related to employment, because of race, religion, color, sex,
disability, national origin, or ancestry.
Page 4 of 6
B. Pursuant to Indiana Code 5-16-6-1, the Contractor agrees:
That in the hiring of employees for the performance of work under this
Agreement of any subcontract hereunder, Contractor, any subcontractor, or any
person acting on behalf of Contractor or any sub -contractor, shall not discriminate
by reason of race, religion, color, sex, national origin or ancestry against any
citizen of the State of Indiana who is qualified and available to perform the work
to which the employment relates;
2. That Contractor, any sub -contractor, or any person action on behalf of Contractor
or any sub -contractor shall in no manner discriminate against or intimidate any
employee hired for the performance of work under this Agreement on account of
race, religion, color, sex, national origin or ancestry;
3. That there may be deducted from the amount payable to Contractor by the City
under this Agreement, a penalty of five dollars ($5.00) for each person for each
calendar day during which such person was discriminated against or intimidated
in violation of the provisions of the Agreement; and
4. That this Agreement may be canceled or terminated by the City and all money
due or to become due hereunder may be forfeited, for a second or any subsequent
violation of the terms or conditions of this section of the Agreement.
C. Violation of the terms or conditions of this Agreement relating to discrimination or
intimidation shall be considered a material breach of this Agreement.
SECTION X. MISCELLANEOUS
This Agreement is personal to the parties hereto and neither party may assign or delegate any of
its rights or obligations hereunder without the prior written consent of the other party. Any such
delegation or assignment, without the prior written consent of the other party, shall be null and
void. This Agreement shall be controlled by and interpreted according to Indiana law and shall
be binding upon the parties, their successors and assigns. This document constitutes the entire
Agreement between the parties, although it may be altered or amended in whole or in part at any
time by filing with the Agreement a written instrument setting forth such changes signed by both
parties. By executing this Agreement the parties agree that this document supersedes any
previous discussion, negotiation, or conversation relating to the subject matter contained herein.
This Agreement may be simultaneously executed in several counterparts, each of which shall be
an original and all of which shall constitute but one and the same instrument.
The parties hereto submit to jurisdiction of the courts of Wayne County, Indiana, and any suit
arising out of this Contract must be filed in said courts. The parties specifically agree that no
arbitration or mediation shall be required prior to the commencement of legal proceedings in said
Courts. By executing this Agreement, Contractor is estopped from bringing suit or any other
Page 5 of 6
action in any alternative forum, venue, or in front of any other tribunal, court, or administrative
body other than the Circuit or Superior Courts of Wayne County, Indiana, regardless of any right
Contractor may have to bring such suit in front of other tribunals or in other venues.
Any person executing this Contract in a representative capacity hereby warrants that he/she has
been duly authorized by his or her principal to execute this Contract.
In the event of any breach of this Agreement by Contractor, and in addition to any other damages
or remedies, Contractor shall be liable for all costs incurred by City in its efforts to enforce this
Agreement, including but not limited to, City's reasonable attorney's fees.
In the event that an ambiguity, question of intent, or a need for interpretation of this Agreement
arises, this Agreement shall be construed as if drafted jointly by the parties, and no presumption
or burden of proof shall arise favoring or disfavoring any party by virtue of the authorship of any
of the provisions of this Agreement.
IN WITNESS WHEREOF, the parties have executed this Agreement at Richmond, Indiana, as of the
day and year first written above, although signatures may be affixed on different dates.
"CITY"
THE CITY OF RICHMOND,
INDIANA by and through.its
Board of Public Works and Safety
By: /(AD
Vicki Robinson, President
By: 7Z'—'k0
Ric lard Foore, Member
By:
Anthony L. Foster, II, Member
APPROVED: ----
avid M. ayor
Date:�—
"CONTRACTOR"
TRC ENVIRONMENTAL CORP.
10475 Crosspoint Boulevard, Suite 250
Indianapolis, IN 46256
By: cGl
Printed:
Title: l/.c e 1e4N Z
Page 6 of 6
Date:
yS- za
10475 Crosspoint Blvd.
Suite 250
Indianapolis, IN 46256
317 ::17 7616 ,ta:
WWWJFC501UtI05.C.r:'r
March 3, 2017
Ms. Beth Fields
Controller
City of Richmond, Indiana
50 North Fifth Street
Richmond, Indiana 47374
Reference: Demolition Support Activities
Former Reid Hospital
1401 Chester Boulevard
Richmond, Indiana
TRC Proposal No. 246733.9990
Dear Ms. Fields:
TRC Environmental Corporation (TRC) is pleased to submit this updated proposal to provide
technical support to the City of Richmond, Indiana (the City) for the demolition of the former
Reid Hospital located at 1401 Chester Boulevard in Richmond, Indiana. This proposal has been
developed in response to conversations with you and a site visit conducted on December 4, 2015.
We are pleased to offer this assistance to the City. Please contact Brooks Bertl at 317-517-2616
with any questions or to discuss this project further after you have had an opportunity to review
our proposal. To accept this proposal, please issue a Purchase Order for the selected services
outlined in the attached proposal and referencing the negotiated Terms and Conditions between
TRC and the City, dated August 6, 2015.
Sincerely,
TRC Environmental Corporation
Brooks R. Bertl, P.E., P.G.
Principal Consultant
Donald A. Fay
Vice President
Attachments: Proposal, Demolition Oversite Services, Terms and Conditions
246733 9MPM5).docx/sap
EXHIBIT PAGE OF�
The City of Richn-iond, lrdi-IWI
Attachment 1
Proposal
PAGE OF
The City of Richmond, Indiana
Proposal for Demolition Support Services
BACKGROUND
It is TRC's understanding that the City of Richmond is coordinating the demolition of the former
Reid Hospital structure and the redevelopment of the Site following facility demolition. Previous
Site activities performed by others pertaining to this demolition/redevelopment program have
been completed including Phase I Environmental Assessments (ESAs), a Phase II ESA, an
asbestos survey and a hazardous waste inventory. The City of Richmond has requested TRC to
prepare this proposal to apply for Revolving Loan Funds (RLF) from the Indiana Finance
Authority (IFA) and to perform associated pre -demolition activities including an updated
asbestos survey, lead paint survey, universal and hazardous waste inventory and to prepare
removal specifications for any of these materials identified at the Site in accordance with
applicable state and federal regulations. In addition, the City has requested TRC to include
preparation of a post demolition grading plan as part of our proposed site activities. The
purpose of the post demolition grading is to render the Site amenable to future development.
TRC also proposes to provide other demolition support services including; permitting, utility
location and relocation design (if necessary), developing a demolition schedule and budget and
providing community relations support as well as future use planning. Scope and fees for these
activities are also included in this proposal. At your request, TRC can also provide demolition
oversight and/or coordination on behalf of the City. A description of these services is included in
Attachment 2; however, fees for these services will be dependent upon the selected oversight
option and the demolition schedule as determined as part of the base scope of work.
TRC has performed preliminary online Site research and aerial photograph inspection, review of
previously collected Site documentation and conducted a Site visit on December 4, 2015 to
support preparation of the proposal on behalf of the City of Richmond (the City).
SCOPE OF SERVICES
Phase I: Revolving Loan Fund (RFL) Application
Task 1: RLF Application Preparation
The Indiana Brownfield Revolving Loan Fund (RLF) application process requires completion of
an application, developing technical information about the scope of the project, community
involvement, and developing a financial payment structure. The draft application may be
submitted to the Indiana Finance Authority (IFA) after public notice and a 30-day public
comment period.
TRC will prepare the RLF application for submittal to the IFA by the City. It is our
understanding that the City intends to apply for up to $1,000,000 in loan financing from the IFA.
The funds will be utilized to assist with brownfield redevelopment activities associated with the
246733 9990PRP(5).docx/sap
Page 1
EXHIBIT PAGE —OF
The City of Richmond, indi. nn
old Reid Hospital demolition program including, but not limited to asbestos, lead and hazardous
waste management. TRC will prepare the loan application form and documents and present
them to the City for review, approval, authorized signature and submittal to the IFA.
Task 2: Prepare Supporting Technical Information
Specific technical information is required for the RLF application. This information includes a
Remedial Work Plan (RWP), an Analysis of Brownfield Cleanup Alternatives (ABCA), and a
limited review to determine if project is subject to provisions in the National Historic
Preservation Act (NHPA) or National Environmental Policy Act (NEPA).
TRC will prepare this information on behalf of the City as part of the RLF application process.
For the purpose of this proposal and associated cost estimate, it is assumed that an RWP
sufficient in detail to describe the pre -demolition activities that will be covered by the funds will
be sufficient for RLF approval, and that a comprehensive RWP prepared in accordance with the
Indiana Department of Environmental (IDEM) guidelines is not required.
Task 3: Community Relations
RLF required community involvement includes preparation of a site specific Community
Relations Plan (CRP), establishment of a public record repository, 30 days public notice, and
documenting any public comments and changes made to application. TRC will prepare the CRP,
assist with establishment of the public repository (likely the local library) and prepare the public
notice for inclusion in the local newspaper.
It should be noted that the 30 day public notice period must occur before the RLF loan is finalized
with the IFA. It is our understanding that the City wishes to close on the RLF loan by the end of
June 2017. In order to meet this schedule, TRC would need to complete Task 1(RLF Application
Preparation), Task 2 (Prepare Supporting Technical Information), the CRP, establish the public
repository and make public notice by May 30, 2017 to allow a 30 day public notice period before
the end of the year. Meeting this schedule may require that the IFA to provide document review
and approval during the 30 day public notice period. Please note that TRC cannot provide this
assurance on behalf of the IFA.
Phase II: Preliminary Evaluation
Task 1: Asbestos Evaluation
TRC has reviewed the previously prepared Site specific Asbestos Survey. TRC proposes to
update this survey and to prepare bid specifications for asbestos removal from the Site. TRC will
provide an experienced Indiana Certified Asbestos Inspector to conduct the asbestos inspection
of the former Reid Hospital facility and a second team member for safety and security support.
Suspect ACM's will be identified, quantified and sampled in accordance with federal and state
regulatory requirements (40 CFR Part 61, subpart M, 326 IAC 14-10 and 326 IAC 18). The bulk
246733 9990PRP(5).docx/sap
Page 2
EXHIBIT _J�L_ PAGE --d—OF
The City of Richmond, Indiana
sample locations will be submitted to a third -party certified laboratory to determine asbestos
concentrations using polarized -light microscopy (PLM) analysis. For budget purposes we have
estimated the collection of up to 300 bulk samples of suspect ACM's and that the samples will be
analyzed using normal laboratory turnaround time, which is five (5) working days. Roofing
materials will also be sampled during the inspection process. This sample number is based upon
utilizing the laboratory data from the previous asbestos survey of the property.
Upon receipt and interpretation of the laboratory results, TRC will prepare a written Abatement
Plan which will summarize the sampling process, and the analytical results and the findings of
the inspection. The Abatement Plan will be of sufficient detail to secure bids from qualified
asbestos abatement contractors. The Abatement Plan will include specific abatement
requirements and a completed Indiana Department of Environmental Management (IDEM)
Notification of Demolition and Renovation Operations (Notification). The Notification will
require a signature from an authorized representative of the City of Richmond before being
submitted to IDEM.
Task 2: Lead Evaluation
TRC will provide an experienced Indiana Certified Lead Inspector to conduct the lead inspection
of the former Reid Hospital facility and a second team member for safety and security support.
During the course of the inspection, TRC representatives will conduct a surface -by -surface
investigation to determine the presence of lead -based paint in the interior and exterior of the
building located at the Site.
All lead paint testing would be conducted utilizing an Innov —X System X-Ray Fluorescence Lead
Detector (X-Ray FLD). The detector measures the amount of lead, which is recorded in
milligrams per square centimeter (mg/cm2). Paint is considered to be lead -based by HUD and
the EPA if the concentration of lead is equal to or greater than 1.0 mg/cm2. A maximum of five
(5) paint chip samples will be collected to confirm the X-Ray FLD results. Based upon the results
of the X-Ray FLD and confirmatory laboratory sampling, TRC will develop a Lead Based Paint
Abatement Plan which will be of sufficient detail to secure bids from qualified lead abatement
contractors.
Task 3: Hazardous and Regulated Materials Survey
As part of the base scope of work requested by the City, TRC will inspect the site for the presence
of hazardous and universal wastes. TRC will review a previously completed hazardous waste
inventory prepared by IDEM inspectors and use this inventory as a basis for a supplemental site
inspection for hazardous and universal wastes currently accumulated onsite. Once the presence
and approximate amount of hazardous and universal waste material is confirmed, TRC will
develop a Hazardous and Universal Waste Management Plan for use by potential disposal
contractors. The plan will include handling, transportation and disposal options for each
hazardous and universal waste stream identified at the old Reid Hospital Site. The Plan will be
246733 9990PRP(5)_d—/sap
Page 3
EXHIBIT PAGE _ 0 I
T by Git cif Ric:hrnc) d, Indiana
of sufficient detail to secure bids from qualified hazardous and universal waste removal
contractors.
Phase III: Supplemental Evaluations
Task 1: Permitting Requirements
If requested, TRC will develop a matrix of permits required for demolition and future use
scenarios. Upon review and approval of this matrix, TRC will prepare the required permit
applications for the demolition program on behalf of the City. It is anticipated that state permits
from the IDEM relating to asbestos abatement and dust emissions, as well as disposal permits
from selected disposal facilities, will be required. It is not anticipated that any federal or local
permits will be required for the demolition activities.
Task 2: Utility Relocation Requirements
If requested, TRC will determine utility relocation requirements related to the demolition
program. Initially, TRC will contact the Indiana One Call Service to locate all known public
utilities including, but not limited to, electrical, natural gas, water, and telecommunications.
Subsequently, TRC will meet with utility companies not part of the Indiana One Call network
such as the local wastewater utility to identify any additional utility unmarked lines. Finally,
TRC will subcontract a private utility locate company to identify all locatable onsite utilities
utilizing ground penetrating radar, magnetic field tracing and/or other methodology to
determine site specific utilities that could be in conflict with proposed demolition activities. TRC
will compile the utility information to develop a comprehensive Utility Location Plan. This Plan
will be utilized to identify utility shut off requirements in anticipation of demolition activities
and protect utility infrastructure during actual demolition activities.
Task 3: Budget Cost and Schedule Estimates
If requested by the City, TRC will develop budget costs and schedule estimates for reasonable
demolition scenarios including abatement, decommissioning, and demolition of the old Reid
Hospital facility. TRC's budget will also include scrap recovery estimates.
TRC personnel, and possibly one of our trusted demolition advisors, will inspect the old Reid
Hospital Site to estimate the level of effort to demolish the existing facility. The estimate
generated from the Site inspection will be combined with current scrap metal prices to calculate
the estimated recoverable costs. Pricing will be considered preliminary engineering estimates
and will utilize data from the Site visit local demolition contractor market -aria our previous
demolition experience. In addition to the budgetary cost estimate, TRC will develop a MS Project
Level 1 schedule for abatement, decommissioning and demolition of the old Reid Hospital
facility corresponding to the assumed demolition scenario.
246733 9990PRP(5).docx/saP
Page 4
EXH1131T --Lk PAGE __�p OF_V�o
Cityof Richnno nd, 1ndiam
The results of the budgetary cost and schedule estimates will be documented by TRC in a letter
report. If the City elects to proceed with demolition, TRC will provide cost proposals to provide
demolition support services. These services are described below and budgetary estimates are
included in the Fee Proposal included in this transmittal.
Task 4: Future Use Considerations
It is our understanding that the City wishes to sell the former Old Reid Hospital property
following demolition for future development. If requested, TRC will undertake a future land use
evaluation. This evaluation would help to identify the value of the land at the decommissioned
facility for future reuse opportunities. The strategy would consist of two major components:
know the land and its value; and understand the context of the Site including how it relates to
current and future redevelopment in the surrounding area and the opportunities and incentives
associated with redevelopment. TRC will review existing documents and perform a Site visit to
identify potential redevelopment units. The units with high redevelopment potential would be
identified and recommendations made for the further evaluation of their real estate attributes
and the current and future business opportunities in the area.
At a minimum, TRC will provide a grading plan for the Site following demolition activities as
requested by the City. The grading plan will present the property in the best possible
configuration for future Site development. If requested, TRC can supplement the base grading
plan to include full scale landscape features in a colored rendering for a promotional sales tool.
DELIVERABLES
Depending upon the level of support and corresponding tasks contracted to TRC, the following
deliverables will be provided to the City as part of this demolition program:
Phase I - RLF Application
1. Completed RLF Application Form
2. RWP & ABCA
3. CRP
Phase II - Preliminary Evaluation
4. Asbestos Abatement Plan
5. Lead Abatement Plan
6. Hazardous and Universal Waste Management Plan
Phase III - Supplemental Evaluations
1. Demolition Permit Applications
2. Utility Relocation Plan
3. Demolition Cost Estimate and Schedule
4. Future Use Plan, including Grading Plan
246733 9990PRP(5).docx/-p
Page 5
EXHIBIT PAGE OF (v
l-%4.? C-ity of lndli m
FEE PROPOSAL
TRC proposes to perform Phase I, II and III tasks as described above for the lump sum fees
included in the Table below. We are prepared to begin work on this scope of work once we
receive a Purchase Order from the City referencing the previously agreed upon Terms and
Conditions. A copy of these Terms and Conditions is included in Attachment 3 for reference.
EVALUATION PROPOSAL FOR OLD REID
HOSPITAL DEMOLITION SERVICES
ESTIMATED
COST
Phase I - Preliminary Evaluation
Task 1 - RLF Application Preparation
$1,500
Task 2 - Supporting Documentation Preparation
$9,900
Task 3 - Community Relations
$2,300
Phase I Total
$13,700
Phase 11- Preliminary Evaluation
Task 1 - Asbestos Evaluation
$54,900
Task 2 - Lead Evaluation
$33,900
Task 3 - Hazardous and Regulated Material Survey
$17,500
Phase 11 Total
$106,300
Phase III - Supplemental Evaluation
Task 1 - Permitting Requirements
$19,500
Task 2 - Utility Relocation Requirements
$23,400
Task 3 - Budget Cost and Schedule Estimates
$15,500
Task 4 - Future Use Considerations
$16,900
Task 4(a) - Grading Plan
$29,700
Phase III Total
$105,000
ASSUMPTIONS
GQ,ckqd1-TDk-QA: 9 ZZ- 5,om-')
• The cost for Supporting Documentation Preparation includes a limited RWP and not an
IDEM Guidance compliant document;
• The Phase I costs assume that the City will be responsible for IFA submission after
completion of applicable documents by TRC;
• The cost for the Asbestos Evaluation includes lab analysis of up to 300 bulk asbestos samples;
• It is assumed that the onsite Asbestos Evaluation can be completed in one, 40 hour work
week by a two person TRC field crew;
• The cost for the Lead Evaluation includes lab analysis of up to 5 bulk samples;
• It is assumed that the onsite Lead Evaluation can be completed in three, 8 hour work days by
a two person field crew;
• The cost for the Hazardous and Regulated Material Survey includes lab analysis of up to
5 samples for waste characterization including TCLP analysis;
• It is assumed that the onsite Hazardous Waste Survey can to be completed in three, 8 hour
work days by a two person TRC field crew;
246733 99%PRP(5).ao«lsap Page 6
EXHIBIT PAGE-3 OF ��
in"a:
• The cost for the Hazardous Disposal and Regulated Material Survey does not include
disposal facility acceptance or applicable laboratory analyses;
• TRC will prepare permit applications for the City review and signature. The City will be
responsible for submittal of permit applications and associated fees to applicable regulatory
agencies and TRC will not be responsible for permit application fees, approval, nor securing
the applicable permits on behalf of the City;
• TRC will not be responsible for damage to any Site utilities before, during or after demolition
activities;
• Demolition scope and schedule preparation includes a Site inspection to be completed by a
TRC representative and selected demolition contractor in two, 8 hour work days.
If the City desires additional Phase IV - Demolition Services as outlined in Attachment 2, TRC
will develop a cost proposal for the requested services following completion of the Preliminary
Evaluation activities (Phases 1,11 and III).
The 2017 TRC Environmental Standard Rate Schedule is included in Attachment 4 for
consideration of future services not specified above.
OF CONTRACT
TRC proposes to pe the Phase I, Phase 11 and Phase TT er
Conditions of the negotiate Tonal Serv' Bement between TRC and the City, dated
August 6, 2015. A cop of s are included in Attachment 3. To accept
this propos ses I, Phase II and/or III, please issue a referencing the
atterms and Conditions and specifying the selected services outlined a
SCHEDULE
TRC can begin work on the project immediately upon receipt of a written Purchase Order from
the City. In order to have an opportunity to close the RLF loan by June 30, 2017, TRC requests a
Purchase Order by March 10, 2017. This will allow six (6) weeks for completion of Phase I
documents and allow initiation of the 30 day public comment period on or about May 30, 2017.
The site visit (s) for Phases II will be scheduled with the City when appropriate and draft
Asbestos, Lead and Hazardous Waste Management Plans will be submitted to the City within
6 weeks of completion of the site visits. The timing of any subsequent activities will be based
upon the services selected by the City.
HEALTH AND SAFETY CONSIDERATIONS
Safety is our Number One Priority, and TRC will develop a Health and Safety Plan ("HASP") for
the Preliminary Evaluation activities prior to initiating site work at the old Reid Hospital Site.
246733 9990PRP(5).docx/saP
Page 7
JEXHIBIT -Jp� PAGE 0F
The City of Richmond, tn<.tisna
TRC subscribes to Occupational Safety and Health Administration (OSHA) — and United States
Environmental Protection Agency (USEPA) — mandated health and safety standards. Because of
the wide range of potential exposures for our employees, TRC must make conservative
judgments as to potential health risks. The services outlined in this proposal are offered on the
basis of providing Level D health and safety protection (coveralls, safety shoes, hard hats, and
eye protection only). If additional protection is required for TRC employees to perform these
services, then TRC will advise the City of the needed protection and any associated increase in
compensation before proceeding with the work.
246733 9990PRP(5).docx/sap
Page 8
PAGE OF�%
of Richmond, Indiana
Attachment 2
Demolition Over -Sight Services
CXHIEIT N PAGE JI-OF
The City of Rli .,_-hnnorid, Indizan
Phase IV: Demolition Over -Sight Services Options
Option 1 - Owner's Representative Services
If requested to do so, TRC may act as the City's Representative (Owner's Representative) for the
demolition project. As the Owner's Representative, TRC will represent the City's interests and
assist the City in their decision making process for the demolition program using their best
efforts, skills and knowledge. In this role, TRC will assist with contractor selection, review work
plans, safety plans and monitor the design, permitting, and construction schedule for the Project
and shall have regular communication with and facilitate interaction amongst all parties
(the City, Contractor, IDEM, federal and local authorities) to adhere to the project goals for
budget and schedule. TRC will attend project team construction meetings. TRC will be available
on an as -needed basis for phone calls and email review when not on -site. Specific duties include
the following:
1. Contractor Selection: Develop bid specifications, pre -qualify and solicit potential bidders,
conduct pre -bid meeting, receive and review bids, make recommendations and assist the City
with contractor selection.
2. Records Management: Maintain a TRC/City SharePoint site for records management.
3. Notice and Plan Reviews: Assist the City with preparation of contractor documents,
e.g., Notice of Award, Preliminary Schedule, Contract Agreement, Notice to Proceed; and
review of Health and Safety Plan and Demolition Work Plan.
4. Meetings: Schedule and attend weekly progress meetings or other meetings as required.
Prepare, distribute and maintain minutes of project meetings. Participate in presentations of
design to Boards, Committees, elected officials and the public.
5. Reports: Prepare monthly e-mail status reports tracking the project budget, change orders,
schedule, work completed and significant issues.
6. Permits: Monitor the necessary permits and make sure the permitting is proceeding in a
timely fashion.
7. Scheduling: Review and monitor contractor's project schedule and work to resolve any
issues that would delay the completion of the project within the contractual timeframe.
8. Payments and Change Orders: In conjunction with the contractor, and on a schedule to be
established with the City, review and approve the contractor's periodic payment requests,
making sure that items claimed have been satisfactorily completed. In conjunction with the
City, TRC shall review all change order requests, determine their validity and make
appropriate recommendations on their approval or denial.
9. Requests for Information and Clarifications: TRC shall work with the contractor to provide
timely clarifications and interpretations of the contract documents, as needed.
10. Inspections: Conduct sufficient site inspections to verify that the contractor's work is being
completed in a quality manner in accordance with the plans and specifications. Identify field
issues and propose solutions. Notify the City if the contractor is not performing in
accordance with the requirements of the contract documents.
246733 999OMP(5).docx/sap
Page 1
EXHIDIT PAGE Or
The City of f%ichniond, Indiana
11. Air Monitoring: TRC will provide air monitoring during asbestos and hazardous material
abatement at the facility. TRC may also provide an experienced certified industrial hygienist
to perform the necessary testing and inspection services in accordance with Federal, State,
and local standards and regulations.
The -fees for these services will depend upon the results of the preliminary evaluations, permit
requirements and selected contractor schedule.
Preliminary estimates suggest the demolition program could range from $6,000,000 to $10,000,000
based upon previous City information. Owner's Representative Services may be estimated at
approximately 10%. This results in a budgetary estimate of approximately $600,000 to $1,000,000
for these service, for budgetary purposes only.
Option 2 - Turnkey Demolition Services
The most comprehensive role for TRC in the old Reid Hospital demolition project is to provide
turnkey management and construction services on behalf of the City. These services would
include the Pre -Demolition and Demolition services outlined in Option 1 above, in addition to
directly subcontracting the demolition contractor. This role would be selected based the
negotiation of a mutually agreeable contract for services based upon shared risk tolerances.
The -fees for this service will depend upon the results of the preliminary evaluations permit
requirements and willingness of the City to share risk with TRC.
Preliminary estimates suggest the demolition program could range from $6,000,000 to $10,000,000
based upon previous City information. Incorporating a 10% TRC mark-up on sub services results
in an estimated turnkey project cost of $6,600,000 to $11,000,000 for budgetary purposes only.
246733 9990PRP(5).docx/sap
Page 2
i�/�!-iI iT p�GE OF-
w tic, City € f Richmond, Indiana
�EEXW 8iTJ PAGE 0
The City of R..I.,mawt,
Attachment 4
2017 TRC Environmental
Standard Rate Schedule
IEXHISIT-B PAGE VS7 OF Ito
I