Loading...
HomeMy Public PortalAbout150-2020 - I&D - TRC Environmental Corp. - Phase 1 & 2 Evironmental Site Assement - Former Warfield Oil SitePROFESSIONAL SERVICES AGREEMENT THIS AGREEMENT made and entered into this 1 a +k day of a vem `er , 2020, and referred to as Contract No. 150-2020, 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 conduct a Phase I and Phase II Environmental Site Assessment for the former Warfield Oil site (hereinafter "Project"). The proposal of Contractor, dated March 25, 2020, is attached hereto as Exhibit "A", which Exhibit consists of six (6) pages, and is hereby incorporated by reference and made a part of this Agreement. Contractor shall perform all work and provide altservices 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. SECTION H. 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. Contract No.150-2020 Page 1 of 7 SECTION III. COMPENSATION The Contractor shall be paid a total amount not to exceed Forty-eight Thousand Five Hundred Dollars and Zero Cents ($48,500.00), 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, but shall be relieved of any other responsibility herein. 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. This Agreement may also be terminated by the City if a force-majeure event occurs and the results or aftereffects of said event causes the performance of this Agreement to become impossible or highly impracticable. Said event or results or aftereffects of said event would include events or effects which the parties to this Agreement could not have anticipated or controlled. Examples of a force-majeure event, or its results, would include, but would not be Page 2 of 7 limited to, events such as an Act of God, an Act of Nature, an Act of Law, or an Emergency Act of Executive Enforcement of the Federal government, the State of Indiana, or local government. 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 conduct or performance of this Agreement, either intentionally or negligently; 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 Limits A. Worker's Compensation & Statutory Disability Requirements B. Employer's Liability $100,000 C. Comprehensive General Liability Section 1. Bodily Injury $1,000,000 each occurrence $2,000,000 aggregate Section 2. Property Damage $1,000,000 each occurrence D. Comprehensive Auto Liability Section 1. Bodily Injury $1,000,000 each person $1,000,000 each occurrence Section 2. Property Damage $1,000,000 each occurrence E. Comprehensive Umbrella Liability $1,000,000 each occurrence $2,000,000 each aggregate F. Malpractice/Errors & Omissions Insurance $1,000,000 each occurrence $1,000,000 each aggregate Page 3 of 7 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 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 22-5-1.7-1 1'(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. MAN 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. Page 4 of 7 SECTION IX. PROHIBITION AGAINST DISCREVENATION 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. B. Pursuant to Indiana Code 5-16-6-1, the Contractor agrees: 1. 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; 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. RELEASE OF LIABILITY Contractor hereby agrees to release and hold harmless the City and all officers, employees, or agents of the same from all liability which may arise in the course of Contractor's performance of its obligations pursuant to this Agreement. Page 5 of 7 SECTION XI. 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 parry. Any such delegation or assignment, without the prior written consent of the other parry, 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 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. [Signature Page to Follow.] Page 6 of 7 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 parry 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. LIM "CITY" THE CITY OF RICHMOND, INDIANA by and through its Board of Public Works and Safety Vicki Robinson, President By: m—OT69--� ily almer, Member i By: Matt Evans, Member "CONTRACTOR' TRC ENVIRONMENTAL CORP. 10475 Crosspoint Boulevard, Suite 250 Indianapolis, IN 46256 B y: tx' - � Printed: D6w,4,/q1 q, SAY Title: bllG o APPROVED: Date: Sn r Date: Page 7 of 7 �X TRC 6602 E. 75th St., Suite 520 T 317.517.2616 Indianapolis, IN 46250 TRCcompanies.com March 25, 2020 City of Richmond 50 North 5t' Street Richmond, Indiana 47374 Attention: Ms. Beth Fields Reference: ASTM Phase I Environmental Site Assessment (ESA) and Phase II ESA Former Warfield Oil Property 1102 N F Street in Richmond, Indiana TRC Proposal No. 389243.9990 Dear Ms. Fields: At your request, TRC Environmental Corporation (TRC) is pleased to provide this proposal for the performance of Phase I and Phase I I Environmental Site Assessments (ESAs) at the former Warfield Oil property in Richmond, Indiana (Site). TRC understands that the approximately 0.892- acre Site is comprised of one parcel, Wayne County Indiana parcel number 89-16-33-130-809.000-030, and contains three vacant structures. The Site is currently abandoned and was formerly utilized as a petroleum storage and commercial distribution facility. TRC further understands that this Phase I and Phase II ESAs are being performed in anticipation of the potential property transfer to the City of Richmond. TRC understands that the City of Richmond will utilize existing US EPA Brownfield grant funding for the assessment of the Site. As such, the Phase I ESA will be conducted in compliance with the All Appropriate Inquiry (AAI) Final Rule at 40 CFR Part 312. The AAI Final Rule provides that ASTM International Standard E 1527-13 ("Standard Practice for Environmental Site Assessments: Phase I Environmental Site Assessment Process") is consistent with the requirements of the final rule and can be used to satisfy the statutory requirements for conducting AAI. AAI may be conducted in compliance with the ASM E 1527-13 standard to obtain protection from potential liability under the Comprehensive Environmental Response, Compensation, and Liability Act (CERCLA) as an innocent landowner, a contiguous property owner, or a bona fide prospective purchaser. The Phase II ESA will be performed in accordance with the Indiana Department of Environmental Management's (IDEM's) Remediation Program Guide (IDEM 2012) and the most recent IDEM Closure Screening Levels (IDEM 2019). The Phase II activities will also be conducted with input from the Indiana Brownfield Section of the Indiana Finance Authority to optimize grant funding utilization. PROPOSED SCOPE OF SERVICES Phase I ESA Health and Safety Considerations TRC subscribes to Occupational Safety and Health Administration (OSHA) and United States Environmental Protection Agency (US EPA) mandated health and safety standards. Because of the 389243.9990 PRP/sap Ms. Beth Fields City of Richmond TRC Proposal No. 389243.9990 March 25, 2020 Page 2 wide range of potential exposures for our employees, TRC will make conservative judgments as to potential health risks at this Site. These potential health risks as well as monitoring and personal protective equipment considerations will be documented in a Site -specific Health & Safety Plan (HASP) to be prepared by TRC for this project. The services outlined in this proposal are offered on the basis of utilizing Level D health and safety protection (including coveralls, safety shoes, hard hats, and eye protection). The HASP will be reviewed and signed by all TRC employees who will don the appropriate protection specified in the HASP when entering the Site to perform Phase I and Phase II ESA activities. Phase l ESA Scope of Work The purpose of this Phase I ESA is to identify Recognized Environmental Conditions (RECs) at the Site, as defined by the ASTM E 1527-13 standard. The scope of services for this proposed Phase I ESA includes the following tasks: • Perform a Site and vicinity reconnaissance; • Conduct historical source reviews and provide descriptions of historical Site conditions; • Conduct reviews of environmental database and regulatory agency records; • If the Site or any adjoining property is identified on one or more of the standard environmental record sources identified in the ASTM E 1527-13 standard, Section 8.2.1, pertinent regulatory files and/or records associated with the listing may be reviewed. If, in the environmental professional's opinion, such a review is not warranted, the environmental professional will explain in the report the justification for not conducting the regulatory file review; and, • Prepare a report summarizing findings, opinions, and conclusions. According to the ASTM E 1527-13 standard, a Phase I ESA is considered valid if completed within 180 days prior to the date of acquisition of the subject property. If the Phase I ESA is completed between 180 days and one year of the date of acquisition, several components of the assessment will need to be updated. Phase l ESA Cost Assumptions This cost estimate for the Phase I ESA assumes the following: • Access to the Site and all on -site structures will be coordinated by the Client or Client representative; • The Site visit (including travel time) can be conducted in one eight -hour day by one TRC professional; • The Site property matches the description above and does not differ in operations, size or setting; • TRC will have timely, complete and unobstructed access to the Site; • Shouldthe schedule be changed or project be put on "hold" by the Client, all costs incurred by TRC up to the notification of change of schedule or "hold" status will be billed to the Client. Additional fees that TRC may incur once the project has resumed will also be billed to the Client in addition to the below -quoted fee; and, • No delays beyond TRC's control will be encountered in performing the scope of services such as unforeseen travel circumstances, inclement weather, and conditions deemed unsafe by TRC personnel, etc.; 389243.9990 PRP/sap 1 j TrOK Ms. Beth Fields City of Richmond TRC Proposal No. 389243.9990 March 25, 2020 Page 3 • TRC understands that the User associated with this Phase I ESA proposal is the City of Richmond. A standard questionnaire consistent with Appendix X.3 of the ASTM E 1527-13 standard is included with this proposal and is to be completed by the User and returned to TRC before the Site reconnaissance is conducted. II. Phase II ESA Investigation Sampling and Analysis Plan Preparation Prior to conducting any field sampling activities, TRC will prepare a Site -specific Sampling and Analysis Plan (SAP) for review and approval by the US EPA. The SAP will include soil, ground water and waste sampling procedures as well as laboratory analytical procedures. The SAP will be linked directly to the Quality Assurance Plan (QAP) previously prepared by TRC and approved by the US EPA for the City of Richmond's Brownfield Program. Upon review and approval by the City, the SAP will be submitted to US EPA for approval prior to initiating Phase II ESA activities. Geophysical Survey Following SAP approval, the Phase II ESA field program will be initiated with a Geophysical Survey to identify subsurface features and utilities to assist with soil boring and ground water monitoring well placement. The Geophysical Survey will include a ground penetrating radar (GPR) survey utilizing mobile field equipment. A subsurface map of the Site will be generated in real time and utilized to identify subsurface anomalies which may require additional evaluation. The deliverable for this survey will be the subsurface map generated at the conclusion of the onsite GPR activities. Soil Investigation A total of eight soil borings, using a track mounted or truck mounted Geoprobe, will be advanced to evaluate potential petroleum impacts at the Site. Soil will be screened at four foot (4 ft) intervals to a maximum depth of twenty (20) feet below surface grade (ft bsg), or first encounter of ground water in each boring. Final soil boring placement will be selected to identify potential environmental impacts to soil and ground water at the Site from the findings of the Phase I ESA and Geophysical Survey. A TRC scientist will describe the subsurface material encountered in each boring, including an estimate of grain size concentrations, color, moisture content, cohesiveness, and other parameters (such as odor, the recognition of fill material, angularity, shape, structure, sorting, grading, evidence of organic content, and a genetic judgment). Soil samples from each interval will be placed into a Ziploc bag for headspace organic vapor (HSO) analysis. Soil borings will be field screened utilizing a MultiRAE, which is equipped with a photo -ionization detector (PID) with a 10.6eV bulb that measures the relative presence or absence of organic vapors. Two soil samples will be selected from each boring for laboratory analysis; the sample which exhibits the greatest potential for petroleum impacts (odors, discoloration, highest PID reading) and the deepest sample from the base of each boring. If potential petroleum impacts are evident at 20 ft bsg in any boring, the boring will be extended in depth until soil impacts appear to decrease or ground water is encountered. Each sample will properly logged, containerized and shipped to Eurofins/TestAmerica Laboratory in North Canton, Ohio (TestAmerica) for analysis of: Volatile Organic Compounds, including all Napthalenes (VOCs) by GC/MS Method SW846 826013; Polycyclic Aromatic Hydrocarbons (PAHs) by GC/MS Method SW846 8270 SIM; Lead by GC/MS Method SW846 6010 and Lead Scavengers including ethylene dibromide or 1,2 dibromoethane, and 1,2-dichloroethane. 389243.9990 PRP/sap Y TI�� Ms. Beth Fields City of Richmond TRC Proposal No. 389243.9990 March 25, 2020 Page 4 Ground Water Investigation If ground water is encountered, three (3) soil borings, selected based upon the Phase I ESA findings and field observations during the Phase II ESA, will be converted to two-inch (2") PVC monitoring wells with 10 ft of 0.10 slotted well screen and approximately 10 ft of riser. Filter sand will be placed in the annulus of the boring around the screen and capped with a bentonite seal one foot above the top of the screen. The remainder of the annular space around the PVC riser will be filled with hydrated bentonite powder or chips to approximately 18 inches bsg. The remaining 18 inches will be filled with cement/ bentonite grout and the monitoring well installation will be completed with a steel flush mount cover installed in a 12 inch by 12 inch concrete pad. Each ground water monitoring well will be developed utilizing standard operating procedures at the time of installation. The top of casing in each monitoring well will be surveyed by a licensed Indiana surveyor for use in determining depth to ground water for hydrogeologic shallow ground water flow evaluation. Following at least a 24"hour stabilization period, ground water samples will be collected from each ground water monitoring well utilizing low flow sampling techniques and forwarded to TestAmerica for analysis of: VOCs by GUMS Method SW846 826013; PAHs by GUMS Method SW846 8270 SIM; and, Lead by GC/MS Method SW846 6010 and Lead Scavengers including ethylene dibromide or 1,2 dibromoethane, and 1,2-dichloroethane. Project Sample Labeling, Packaging and Shipping All soil and ground water samples will be labeled immediately after collection. Sample labels will include pertinent information and can include the project name, sample identification, sample date, time sample collection began, time sample collection ended and analyses requested. A signed and dated custody seal will be placed over the opening of the shipping containers. All samples will be collected under appropriate chain -of -custody procedures. Samples will be shipped overnight in the laboratory provided containers and coolers to TestAmerica. Decontamination Procedures Sampling tools will be decontaminated using a non -phosphate cleaning detergent and a distilled water wash/scrub and distilled water rinse. The tools will be decontaminated prior to the installation of the next sample probe and/or ground water monitoring well. Polyethylene tubing from ground water sampling activities will be discarded after the collection of project samples. Phase 11 ESA Cost Assumptions This cost estimate for the Phase II ESA assumes the following: • Access to the Site and all on -Site structures will be coordinated by the Client or Client representative. • The initial Phase II ESA field program will be completed by a single TRC Field Representative in five, 8-hour workdays. • The Phase II ESA will include the collection and analyses of 16 soil samples and three ground water samples for VOC, PAHs and Lead/Lead scavenger analyses. Additional sample analyses for these COC will be provided at a cost of $305 per sample. • A total of nine 55-gallon drums of soil and three 55-gallon drums of purge and development water will be generated during this investigation. It is assumed that this material is non -hazardous and can be disposed as such. If waste characterization indicates that this material is hazardous, you will be notified and provided an adjusted disposal fee. 389243.9990 PRP/sap vJ TRC Ms. Beth Fields City of Richmond TRC Proposal No. 389243.9990 March 25, 2020 Page 5 • No delays beyond TRC's control will be encountered in performing the scope of services such as unforeseen travel circumstances, inclement weather, and conditions deemed unsafe by TRC personnel, etc. III. Reports Electronic DRAFT documents for the SAP, Phase I and Phase II ESA reports will be issued for your review and comment. Soil and ground water analytical results will be compared to applicable IDEM Closure Screening Levels for remedial consideration. If additional Site investigation is required to delineate subsurface contamination, the DRAFT Phase II ESA report will include a scope and fee for these activities. If subsurface contamination is sufficiently delineated for the Phase II ESA activities, remedial alternatives will be provided for consideration and development of a Corrective Action Plan. Upon receipt and consideration of your comments regarding the DRAFT reports, the FINAL reports will be issued to the City and the US EPA upon your authorization. The FINAL reports will be provided electronically as a portable document format (PDF). IV. Schedule TRC can complete the above scope of work when authorization to proceed is received from the City and timely access to the Site is obtained by TRC. It is anticipated that the Phase I ESA will be completed within 45 days following receipt of authorization to proceed. The Phase II ESA as described above will be completed in 60 to 90 days following completion of the Phase I ESA. V. Cost Charges for services and reimbursable expenses will be based on a time and materials basis. Phase l ESA We propose a time and materials cost of $6,800 for the services outlined in the above scope of work for the Phase I ESA. Phase 11 ESA We propose a time and materials cost of $41,700 for the services outlined in the above scope of work for the Phase II ESA. These estimates may change if additional work or any other services not specifically included in the scope of work are requested or required. If TRC determines these estimated amounts to be insufficient to complete the scope of work, TRC will provide an estimate of the additional cost for authorization. The estimated cost given above includes the production of an electronic copy of the reports to be provided to the Client. The cost includes addressing comments from one client or client representative review of the DRAFT reports. Should additional reviews of the DRAFT reports be necessary, or additional CD copies or paper copies be requested by the Client, the additional expenses will be provided for your authorization. 389243.9990 PRP/sap i� TrZC 3 Ms. Beth Fields City of Richmond TRC Proposal No. 389243.9990 March 25, 2020 Page 6 The Client agrees to pay for all services and reimbursable expenses in accordance with the existing contract between TRC and the City of Richmond for US EPA Brownfield Assessment Services and the attached fee schedule. VI. Closing If this scope of services and associated fees are acceptable, please sign below and return to the undersigned. We thank you and look forward to working with you on this project. Please do not hesitate to contact us should you have any questions. Sincerely, TRC Environmental Corporation Joseph P. Bruns Project Manager Enclosures: Phase I User Questionnaire TRC Fee Schedule Brooks R. Bertl, PEE., P.G Principal Consultant I hereby certify that I am authorized to enter into this agreement on behalf of the City of Richmond, Indiana for the services and fees included in TRC Proposal Number 389243.9990, and accept and agree that services will be rendered to the City of Richmond by TRC in accordance with the existing contract for US EPA Brownfield Assessment services. Name, Title (please print) Client Name (please print) Signature Date 389243.9990 PRPlsap 'i TIr�C Client#: 25380 TRCCOMPA ACORD,. CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DD/YYYY) 3/22/2020 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer any rights to the certificate holder in lieu of such endorsement(s). PRODUCER Greyling Ins. Brokerage/EPIC 3780 Mansell Road, Suite 370 Alpharetta, GA 30022 NAME: Jerry Noyola A/C N , E, l : 770-552-4225 FAX No): 866-550-4082 E-MAIL no re Iln ADDRESS: er ry Yola @g Y g•com INSURER(S) AFFORDING COVERAGE NAIC # INSURERA: National union Fire Ins. CO. 19445 INSURED TRC Environmental Corporation TRC Companies, Inc.; 21 Griffin Road North Windsor, CT 06095 INSURER B : XL Specialty Insurance Co. 37885 INSURERC: Lexington Insurance Company 19437 INSURER D : New Hampshire Ins. CO. 23841 AIU Insurance Company INSURERE: P Y 19399 INSURER F: Steadfast Insurance Company 26387 COVERAGES CERTIFICATE NUMBER: 20-21 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE ADDL INSR SUB WVD POLICY NUMBER POLICY EFF MM/DD/YYYY POLICY EXP MM/DD/YYYY LIMITS A X COMMERCIAL GENERAL LIABILITY CLAIMS -MADE ® OCCUR Contractual Liab. 5341999 4/01/2020 04/01/2021 EACH OCCURRENCE $1 OOO 000 PREMISES Ea RENTED $500,000 X MED EXP (Any one person) $25,000 PERSONAL & ADV INJURY $1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRO - POLICY [ X1 JECT ® LOG OTHER: GENERAL AGGREGATE $2,000,000 PRODUCTS - COMP/OP AGG $ 2,000,000 $ A A AUTOMOBILE LIABILITY ANY AUTO OWNED SCHEDULED AUTOS ONLY AUTOS HIRED NON -OWNED AUTOS ONLY X AUTOS ONLY 4773667 AOS ( ) 4773668 (MA) 4/01/2020 0410112020 04/01/2021 04/01/2021 COMBINED SINGLE LIMIT Ea accident $2,000, 000 X BODILY INJURY (Per person) $ X BODILY INJURY (Per accident) $ PROPDAMAGE (per. ident $ $ B C X X UMBRELLA LIAB EXCESS LIAB X OCCUR CLAIMS -MADE US00075712LI20A 080877671 4/01/2020 4/01/2020 04/01/2021 04/01/2021 EACH OCCURRENCE $9 00O 000 AGGREGATE $9 000 000 DED I X RETENTION $1 O 000 $ D E WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETORIPARTNERIEXECUTIVE Y / N OFFICER/MEMBER EXCLUDED? � (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below N / A 022298274(AOS) 022298275 (CA) 4/01/2020 4/01/2020 04/01/2021 04101 /2021 X PET E OR E.L. EACH ACCIDENT $1 000,000 E.L. DISEASE - EA EMPLOYEE $1,000,000 I E.L. DISEASE - POLICY LIMIT $1,000,000 F Prof. Liab. incl. Poll. Liab. PECO19684304 4/01/2020 04/01/2021 Per Claim $5,000,000 Aggregate $5,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) Umbrella Follows Form with respects to General Liability, Automobile Liability & Workers Compensation. l a a9l1I9J a;1 For Proposal Only SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE P Y THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE ©1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016/03) 1 of 1 The ACORD name and logo are registered marks of ACORD #S2065194/M2063667 JNOY1 Affidavit of Employment Eligibility Verification The Contractor, TRC Environmental, Inc., affirms under the penalties of perjury that Contractor does not knowingly employ an unauthorized alien. If Contractor is self-employed and does not employ any employees, Contractor verifies he or she is a United States citizen or qualified alien. The Contractor has not knowingly employed or contracted with an unauthorized alien and shall not retain an employee or contract with a person that the Contractor subsequently learns is an unauthorized alien. Pursuant to Indiana Code 22-5-1.7, Contractor has enrolled in and verified the work eligibility status of all newly hired employees of the contractor through the applicable Federal and State E-Verify programs. The Contractor has required Contractor's subcontractors to certify to the Contractor that the subcontractor does not knowingly employ or contract with an unauthorized alien and that the subcontractor has enrolled and is participating in the E-Verify program. The Contractor will maintain this certification throughout the duration of the term of a contract with a subcontractor. I hereby verify under the penalty of perjury that the foregoing statement is true. Dated this 20th day of January, 2021, I � Z': '�' sig ature) Donald A. Fay, Vice President (printed name)