Loading...
96-52 Resolution No. 96-52 RESOLUTION AUTHORIZING EXECUTION OF AN AGREEMENT WITH ATEC & ASSOCIATES (206-280 South Grove Avenue) BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF ELGIN, ILLINOIS, that Richard B. Helwig, City Manager, and Dolonna Mecum, City Clerk, be and are hereby authorized and directed to execute a Professional Services Agreement on behalf of the City of Elgin with ATEC & Associates for consulting services in connection with the groundwater remediation system located at 206-280 South Grove Avenue, a copy of which is attached hereto and made a part hereof by reference. s/ Kevin Kelly Kevin Kelly, Mayor Presented: February 28, 1996 Adopted: February 28, 1996 Omnibus Vote: " Yeas 7 Nays 0 Attest: sl Dolonna Mecum Dolonna Mecum, City Clerk PROFESSIONAL SERVICES AGREEMENT THIS AGREEMENT is made and entered into this yc day of 1996 , by and between the City of Elgin, Illinois, a municipal corporation (hereinafter referred to as "City" ) , and ATEC Associates, Inc . , an Indiana corporation (hereinaf- ter referred to as "Consultant" ) . Whereas, the City has determined it to be in its best interests to obtain the assistance of an expert environmental consultant concerning the environmental conditions located at 206-280 South Grove Avenue; and Whereas , Consultant is an expert in the relevant environ- mental sciences, and desires to render Consultant services to the City. NOW, THEREFORE, in consideration of the mutual promises and covenants contained herein, the receipt and sufficiency of which is hereby acknowledged, the parties hereto hereby agree as follows : 1 . Scope of Work Consultant shall provide and direct the necessary quali- fied personnel to perform the services described in the proposals for environmental consulting services associat- ed with the operation and maintenance of the groundwater remediation system located at 206-280 South Grove Ave- nue, which description is attached hereto and incorporat- ed by reference herein as Attachment IV. 2 . Term This agreement shall have a term commencing on March 1, 1996 and ending on February 28, 1997 . This agreement may be terminated by City at such time as City may elect, provided that the effective date of such termina- tion shall not be earlier than seven (7 ) days following the mailing of written notice of termination to consul- tant at the address provided herein. Upon receipt of a notice of termination, consultant shall deliver to City the work product or other results obtained by consultant up to that time. 3 . Fee So long as Consultant is discharging its obligations hereunder to the reasonable satisfaction of City, Consul- tant shall be paid a fee for such services at the rate set forth in Table 1 which is attached hereto and incor- porated by reference herein. Said fee shall not exceed $31,476 .40 in total for all tasks combined. Said fee shall be payable within 60 days of receipt by City of an itemized invoice for services rendered by Consultant. 4 . Rights in Results of Services The results of Consultant' s services under this agree- ment shall be the exclusive property of City, and all documents ( including without limitation, all writings, drawings, blueprints, pictures, recordings, computer or machine-readable data, and all copies or reproductions thereof) which describe or relate to the services per- formed or to be performed pursuant to this agreement or the results thereof, including without limitation all notes, data, reports or other information received or generated in the performance of this agreement shall be the exclusive property of City and shall be delivered to City upon request (except for one copy, which may be retained by Consultant for its confidential files) . No articles, papers, treatises, or presentations related to or in any way based upon or associated with the services performed pursuant to this agreement shall be presented or submitted for publication without the prior written consent of City. 5 . Other Agreements Consultant warrants that it is not a party to any other existing or previous agreement which would prevent Con- sultant from entering into this agreement or which would adversely affect Consultant' s ability to perform servic- es under this agreement. During the term of this agree- ment Consultant shall not, without the prior written consent of City, perform services for any persons, firm or corporation other than City if such services could foreseeably lead to a conflict with Consultant ' s obliga- tions under this agreement. 6 . Subcontracting If Consultant intends to hire or retain any person, firm or corporation to perform services under this agreement, Consultant shall first secure the written agreement of such party that such party ( 1) shall assume and agree to be bound by the same obligations as Consultant has as- sumed under the provisions of this agreement, and (2) that such party shall not be or act as an agent or em- ployee of City, nor assume or create any commitment or obligation on behalf of nor bind City in any respect whatsoever. Consultant shall provide City with a copy of each such written agreement. 7 . Assignment Neither this agreement nor any of the rights or obliga- tions hereunder may be assigned or otherwise transferred by Consultant, nor shall the benefits of this agreement inure to the benefit of any trustee in bankruptcy, re- ceiver or creditor of Consultant, except as may be re- quired by law, whether by operation of law or otherwise, without the prior written consent of City. Any attempt to assign or transfer this agreement or any rights here- under without such consent shall be null and void and of no force or effect. B . Independent Contractor Consultant is and shall perform its services under this agreement as an independent contractor, and shall not be deemed an agent, employee or legal representative of City. Consultant has no authority to assume or create any commitment or obligation on behalf of or to bind City in any respect whatsoever. 9 . Licenses and Permits Consultant shall obtain any and all licenses and permits required by federal, state, or local statutes, regula- tions or ordinances necessary for the performance of its services pursuant to this agreement. 10 . Compliance with Laws Consultant shall at all times impose work orders on its employees and subcontractors which are designed to as- sure that they comply with all applicable federal, state and local laws and regulations ( including, but not limit- ed to, occupational safety and environmental protection statutes and regulations) in performing services hereun- der, and shall comply with any directions of governmen- tal agencies and City relating to site safety, security, traffic or other matters . 11 . Indemnification of Client Consultant shall defend and indemnify City from and against any and all claims for damages, causes of ac- tion, suits or other liability arising out of the perfor- mance of this agreement for City where such liability is caused by the negligent act, error or omissions of con- sultant, its agents, employees or assigns, or any person or organization for whom Consultant is legally liable. 12 . Consultant' s Insurance Consultant shall obtain and maintain the following poli- cies of insurance: ( 1) Worker' s compensation and occupational disease insurance in amounts required under the laws of the State of Illinois; (2 ) Comprehensive general liability and automobile liability insurance for bodily injury, death or loss of or damage to property of third persons in the minimum amount of $1 million per occurrence which policy shall name City as additional insureds . Consultant shall furnish to City of Elgin certified copy of such policies on or before February 28, 1996 . ( 3) Professional liability insurance for errors and omissions in the minimum amount of $1 million per occurrence. Consultant shall furnish to the City a Certificate of Insurance as evidence of such policy on or before February 28, 1996 . 12 . Right of Entry City shall provide for Consultant' s right to enter from time to time property owned by City or other(s) in order for Consultant to fulfill the scope of services, pursuant to the attached authorization form. 14 . Severability If any portion of this agreement, or application thereof to any person or circumstance, shall to any extent be deemed to be invalid, void, or otherwise unenforceable for any rea- son, the remainder of this agreement, and the application of such provision to persons or circumstances other than those as to which it is held invalid, shall not be affected there- by, and each provision of this agreement shall be valid and shall remain in full force and effect. 15 . Governing Law This agreement shall be subject to and governed by the laws of the State of Illinois . 16 . Additional Provisions This agreement includes those additional provisions contained in Attachments I , II , III and IV. 17 . Entire Agreement This agreement contains the entire understanding and agreement between the parties hereto with respect to the subject matter hereof and supersedes all previous communica- tions , negotiations and agreements, whether oral or written, between the parties hereto with respect to such subject mat- ter, and no additions to or modifications of this agreement or waiver of any provisions of this agreement shall be bind- ing on either party unless made in writing and executed by City. The terms and conditions set forth herein are accepted as of this �d day of 14filZLF� 1996 . CITY OF ELGIN ATEC & ASSOCIATES By: 1 1 By: Richard B. Helwig City Manager Title: Attest: D o�lonna Mecum�City rk ATTACHMENT I Consultant Certified that: 1 . The undersigned firm certifies that it is not delinquent in the payment of any tax administered by the Department of Revenue except for tax it is contesting in accordance with the procedures established by the appropriate reve- nue act. 2 . The undersigned firm certifies that the firm is not barred from making an offer to contract as a result of a violation of 720 ILCS 5/33E-3 or E-4 . 3 . The undersigned firm certifies that the firm shall com- ply, where applicable, with the Prevailing Wage Act ( 820 ILCS 130/0 . 01, et seq. ) 4 . The undersigned firm certifies that the firm shall com- ply with the City' s contract compliance ordinance relat- ing to Affirmative Action. B Y: U_Date . `� /Z / /96 ATTACHMENT II City of Elgin CONTRACT COMPLIANCE AFFIRMATIVE ACTION INFORMATION To assure compliance with the City of Elgin' s contract compli- ance ordinance, all contractors and vendors, herein referred to as "bidders" , are requested to submit the following Affir- mative Action information: 1 . Work Force Analysis using the enclosed bidder' s employee utilization form. 2 . Provide the information required by item #3 on the em- ployee utilization form if the answer to question 2 on the form is 'yes ' . 3 . Provide a written commitment outlining the steps that the bidder plans to take in the area of recruitment and promotion of minorities and female to assure equal em- ployment opportunity. (A coy of the bidder' s affirma- tive action plan may be submitted in lieu of this re- quirement. ) CITY OF ELGIN EQUAL EMPLOYMENT WRITTEN COMMITMENT GUIDELINE The written commitment required in item #4 of the "Bidder' s Employee Utilization Form" shall : 1 . Set out the name and phone number of the bidder' s Affir- mative Action Officer. 2 . Clearly identify the bidder' s recruitment area and the percentage of minority and female in the area ' s popula- tion and labor force. 3 . Set out what the bidder has done and has set as goal to be done to recruit minority and female employees . 4 . Set out the bidder' s specific goals to recruit minority and female for training programs or other similar oppor- tunities available through the bidder' s organization. 5 . Indicate bidder' s consent to submit to the City of Elgin upon request, statistical data concerning its employee composition and recruitment efforts anytime during the term of the contract. 6 . Show bidder' s consent to distribute copies of the writ- ten commitment to all persons who participate in recruit- ment, screening, referral, selection and hiring of job applicants for the bidder. 7 . Clearly show that the bidder shall require all subcon- tractors, if any, to submit a written commitment meeting the above requirements or their affirmative action plan to the City of Elgin. 8 . Clearly state that the bidder agrees that: "Bidder (ATEC Associates, Inc . ) shall not discriminate against any employee, or applicant for employment be- cause of race, color, religion, sex, ancestry, national origin, place of birth, age or physical handicap which will not interfere with the performance of the job in question. " ATTACHMENT III CITY OF ELGIN SEXUAL HARASSMENT POLICY The Consultant certifies that it has in writing sexual harass- ment policies that include, at a minimum, the following infor- mation: ( i) the illegality of sexual harassment; ( ii) the definition of sexual harassment under state law; ( iii) a description of sexual harassment, utilizing examples ; ( iv) the vendor' s internal complaint process including penalties; (v) the legal recourse, investigative and complaint pro- cess available through the Illinois Department of Human Rights , and the Illinois Human Rights Commission; (vi) directions on how to contact the department and commis- sion; (vii ) protection against retaliation as provided by Section 6-101 of the Human Rights Act. A copy of the policies shall be provided to the Department of Human Rights upon request. P.A. 87-1257 . Sexual harassment is defined as follows : "Sexual harassment" means any unwelcome sexual advances or requests for sexual favors or any conduct of a sexual nature when ( 1) submission to such conduct is made either explicitly or implicitly a term or condition of an individu- al ' s employment, (2 ) submission to or rejec- tion of such conduct by an individual is used as the basis for employment decisions affect- ing such individual, or ( 3) such conduct has the purpose or effect of substantially inter- fering with an individual ' s work performance or creating an intimidating, hostile or offen- sive working environment. By: Date: BIDDER'S EMPLOYEE - UTILIZATION FORM This report is required by the City of Elgin and shall be submitted before the contract can be awarded. Chapter 3.12.1000 Affirmative Action = City Contracts 1. Name and Address of Bidder Description of Project A��,c� �SSo�-\`P�'CES I+r1C. ©PE�TIon1S A,.t9 �If�NTe'N�NC� 1-7-777 F IVLe; �+�? NAT Z t7F �EM�DIV+Tio,J SYSTEM /9T 190— IL_ 60$I$ 270 S.,)V &ruLlr �oMpPr;vy W;vF - �s �� r/2219� Total American JOB CATEGORIES Employees Blacks Hispanics Asians Indian. Other Minority Female 0 f k u\5 cuua s 157 30 0 2_ t r /Ss 2(A c +e-55j0 n(JS 272 153 5 3 1 q 7 5 / D ;2SV 5Z q2- 2S o 520 3S alts 3 I� 0 136 13 g'/. %. i2 ILA I IZ 1 O 9 D 1 2- 2r / raft Wor erg 2 O / p 1 p 23 o O %. L, ier 33 0 0 1 2. a 30 L q. 1 /. TOTALS 133rD (o 7,, .31 / �l �e�al 166 �epha®e Ro. Date Sped Pate ���I(�-�d7 X01_. .2. Have you ever been awarded a bid by the City of Elgin? .= YE S . = NO a. if the answer to *2 is yes. please submit' a copy of the 2% 10706 Utilization Form that was submitted with your MY successful bid along with a f%�Ll1y completed Copy of this form 4. If the' statistical. data provided' above shows under utilization of *minority and/or female. please submit. according to the guideline provided in the attached document. a written commitment to provide equal employment opportunity. NOTE: In the event that a contractor or vendor. etc. fails to Comply with the fair employment and affirmative action provisions of the .City of Elgin. the City amongst other actions may cancel. terminate or suspend the, contract in whole or in part. Rev. 6/15/92 BIDDER'S EMPLOYEE - UTILIZATION FORM This report is required by the City of Elgin and shall be submitted before the contract can be awarded. Chapter 3.12.1000 Affirmative Action = City Contracts 1. Name and Address of Bidder Description of Project A c�G �SSoC k+,_Ies INC_ 0Pe(2A-n0tJS a•49 M&1NTE11J6NC-1F 17-7-1 �v�e Pr . NAT Z c) �EMEDIWTto, SYSTEM fYT nw.1��L5 CjCrtov� I L 60$IS 25o SOUTH CrrL0VF AyelvuT'. Total Americas JOB CATEGORIES Employees Blacks Hispanics Asians Indian Other Hiaority Finale T, wls 8 1 '7 , i % � 3'/. w�cs 1 O C7 O • � o d i o 0o Y. f• t WOr �f Q O 4 O o O TOTALS q famP+al ama ad T& tekpb m Ro. We 4 Nev -X,%)w I(�-7 .19. Have you ever been awarded a bid by the City of Elgin? .ET YES . = NO S. It the answer to #2 is yes. please submit' a copy of the li Employes Utization !'orzn that at was subitted with your last successful bid along with a fliny completed Copy Of this torn_ L. If the statistical. data provided' above shows under— utilization of minorityy and/or female. please submit. aocordint to the tuidiline provided in the attached document. a written commitment to provide equal employment opportunity. NOTE: In the event that a contractor or vendor. etc. fails to comply with the fair employment and affirmative action rovisions of the .City of Elgin. the City amongst other actions may oancel. terminate or suspend the contract in whole or in part. Rev. 6/15/92 CERTIFICATE OF INSURANCE CSR BM DATE(MM/DD,YY' ATECA-1 03/31/95 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE Pritchard & Jerden, Inc. HOLDER.THIS CERTIFICATE DOES NOT AMEND, EXTEND OR 3 Piedmont Center, Suite 700 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Atlanta GA 30305-4604 COMPANIES AFFORDING COVERAGE R. Michael Newman COMPANY 404-238-9090 A Aetna Casualty & Surety INSURED COMPANY B ATEC Associates, Inc. COMPANY 8665 Bash Street C P 0 Box 501970 Indianapolis IN 46250-1970 coDANY COVERAGES 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 CONTRACT OR 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. CO TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION LIMITS LTR DATE(MM/DD/YY) DATE(MM/DD/YY) GENERAL LIABILITY GENERAL AGGREGATE L 4,000,000 • $ COMMERCIAL GENERAL LIABILITY 11GL5007422SUA 04/01/95 04/01/96 PRODUCTS-COMP/OPAGG S 4,000,000 CLAIMS MADE ®OCCUR PERSONAL&ADV INJURY S 2,000,000 OWNER'S&CONTRACTOR'S PROT EACH OCCURRENCE S 2,000,000 $ Contractual Liab. FIRE DAMAGE(Any one fire) $ 50,000 $I$,C'II MED EXP(Any one Person) S 51000 AUTOMOBILE LIABILITY S • $ MY AUTO 11FJ1185965SIIA 04/01/95 04/01/96 COMBINED SINGLE LIMIT 2,000,000 ALL OWNED AUTOS BODILY INJURY S SCHEDULED AUTOS (Par Peron) $ HIRED AUTOS BODILY INJURY S $ NON-OWNED AUTOS (Per accident) PROPERTY DAMAGE 5 GARAGE LIABILITY AUTO ONLY-EA ACCIDENT S ANY AUTO OTHER THAN AUTO ONLY EACH ACCIDENT S AGGREGATE S EXCESS LIABILITY EACH OCCURRENCE $ 8,000,000 A $ UMBRELLA FORM 11XS24817521SCA 04/01/95 04/01/96 AGGREGATE $ 81000,000 OTHER THAN UMBRELLA FORM S A WORKERS COMPENSATION AND $I STATUTORY LIMITS EMPLOYERS*LIABILITY EACH ACCIDENT $ 11000,000 THE PROPRIETOR/ INCL 11C722398SIIF 04/01/95 04/01/96 DISEASE-POLICY LIMIT $ 1,000,000 PARTNERS/EXECUTIVE OFFICERS ARE: EXCL DISEASE-EACH EMPLOYEE $ 11000,000 OTHER DESCRIPTION OF OPERATiONS/LOCATIONSNEHCLIFS/SPECIAL ITEMS cc: All ATEC Associates Offices CERTIFICATE HOLDER ATION SAMPLE- SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE SAMPLE * * * SAMPLE * * * * * EXPIRATION DATE THEREOF,THE ISSUING COMPANY WILL ENDEAVOR TO MAIL * SAMPLE * * * SAMPLE * * * * 3 0 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, * * SAMPLE * * * SAMPLE Or * * * * * SAMPLE * * * SAMPLE BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY * * * * +►' * SAMPLE * Or OF ANY KIND UPON THE COMPANY,ITS AGENTS OR REPRESENTATIVES. AUTHORIPF REPRESENTATIVE. �) ACORD 265.(3/93): 1`/'J1�/ BACO CORPORATION 1993 ATEC Associates, Inc. _ 2777 Finley Road,Unit 6 Downers Grove,Illinois 60515 (708)916.7272, FAX(708)916.7013 February 6, 1996 City of Elgin 150 Dexter Court Elgin, Illinois 60120-5555 Attn: Raymond H. Moller Director of Business Services RE: Reporting, Operation, and Maintenance Proposal Groundwater Remediation System 206 - 280 South Grove Avenue Elgin, Illinois ATEC Proposal Number 52-73057 Dear Mr. Moller: ATEC Associates, Inc. (ATEC) is pleased to submit this proposal to provide environmental consulting services regarding the reporting requirements and operation and maintenance (O&M) of the groundwater remediation system at the above-referenced site. This proposal addresses the following operational requirements for the period of one year: ► quarterly reporting requirements of the Corrective Action Plan (CAP) approved by the Illinois Environmental Protection Agency (IEPA); ► permit requirements by the Fox River Water Reclamation District (FRWRD)to discharge groundwater to FRWRD's sanitary sewer; and ► system maintenance deemed necessary and system maintenance described in the Operations and Maintenance Plan of March 8, 1995. SCOPE OF WORK TASK 1 - Quarterly Reporting to.IEPA required by CAP ATEC proposes to prepare quarterly reports for submittal to the IEPA describing the operation of the groundwater remediation system. The quarterly reports will show the system's capture zone. Demonstrating the capture zone of the system requires obtaining groundwater elevations from each monitoring well, extraction well, and the Fox River. Special safety precautions must be employed due to the potential for explosive vapors in the extraction vaults. Four quarterly reports are required through April 1997. p:\07lpropou1173057 American Testing and Engineering Corporation Consulting Environmental,Geotechnicai and Offices in Major U.S. Cities/Since 1958 Materials Engineers Mr. R. Moller February 6, 1996 Page 2 TASK 2 - FRWRD Permit Requirements It should be noted that the FRWRD permit expired on January 31, 1996. The new permit has been applied for, and ATEC anticipates no substantial changes. ATEC proposes to provide the following services regarding the requirements of the FRWRD permit: ► calibrate monthly the LEL meter in the sewer where groundwater is discharged ► sample discharge semi-annually ► submit compliance reporting semi-annually ► calibrate the flowmeter semi-annually ► provide an ATEC representative on-call 24 hours a day TASK 3 - Anticipated Operations and Maintenance ATEC proposes to conduct O&M visits monthly to check that the groundwater remediation system is operating properly. During these visits, ATEC will complete the following activities: ► complete O&M logs ► pump out water accumulating in the vaults ► calibrate monthly the LEL sensors in each extraction well vault and the discharge manhole. Special safety precautions will be employed during calibration due to the potential for explosive vapors and toxic vapors in the discharge manhole. Four additional visits have been budgeted for "unscheduled maintenance" that may arise including the following: ► winterize system (including insulating pipes) as necessary ► restart system after shutdowns Rust fouling of the groundwater remediation system pipes is apparent. Eventually, the pipes will require cleaning by a sewer contractor, but when such cleaning may become necessary has not been determined. It may be prudent to provide a contingency cost of $3,000.00 to cover miscellaneous maintenance expenses due to pipe fouling, pump failure, or equipment damage. This contingency cost has not been included in the budget. VAG7*Wo,rA73057 Mr. R. Moller February 6, 1996 Page 3 COSTS ATEC proposes to perform the scope of work on a time and materials basis. The attached table provides an opinion of probable cost for the project. Should additional activities beyond the scope of work be deemed necessary, ATEC will notify the City of Elgin. No additional activites will be performed without written approval from the City of Elgin. Additional work will be performed at the rates specified in the attached table. Thank you for considering ATEC for this project; we look forward to your decision. Please do not hesitate to contact us at (708) 916-7272 with any questions regarding this proposal. Sincerely, American Testing and Engineering Corporation dba ATEC Associates, Inc. Ro r Masson Kurt Winters Project Engineer, ETT Senior Project Manager Dave Paholak District Manager attachments: opinion of cost bid package p:%G7\propos&1\73W7 CITY OF ELGIN Operation and Maintenance of Groundwater Remediation System in 1996 Fcbr ary 1. 1996 ESTIMATED UNR NUMBER OF TASK DESCRIPTION ME UNIT RATE I UNITS TOTALS 1 QUARTERLY REPORTING TO III 1.1 Measuremerd of Groundwater Pro' ct M er Per Hour T 00 10143 Z !160.00 Elevsalons Pro' ct E ineer/Scientist I Per Hour 00 10916 6 560.00 E inev/Scientist I Per Hour 00 10927 8 $300 00 Vehicle Per Da 00 11726 1 $55.00 k,terf_. Probe Per Da $50.00 12706 1 $50.00 Co nfined Space meter Per Da $75.00 11910 1 $75.00 Materials and Supplies Cost+ 10% $1.10 12421 9 $9 $1,009.90 Sub-Total for One Event $4 039.60 Sub=Total Task 1.1 4*writs 1.2 Written Report Project Manager Per Hour $80.00 10443 2 $160.00 Project E 60 ineer/Scientist I Per Hour $ .00 10916 16 $960 00 CAD Draftsman Per Hour $42.00 10985 4 $168.00 Clerical Per Hour $30.00 10982 2 $60.00 Materials and Su s Cost+ 10% $1.10 12421 18 $19.80 $1,367.80 Sub-Total for One Event $5,471. Sub-Total Task 1.2 4 events $9,510.80 TOTAL TASK 1 COST ' r2.1 FRWRD PERMRTING REOUIREMENTS Discharge Sampling Project Manager Per Hour $80.00 10443 1 $80.00 Project Engineer/Scientist I Per Hour $60.00 10916 S $300.00 E ineer/Scientist I Per Hour $50.00 10927 6 $300.00 Vehicle Per Day $55.00 11726 1 $55.00 Discharge Sample Analysis Each $853.00 907001 1 $853.00 Confined S ace meta Per Da $75.00 11910 1 $75'00 Sampling Su I es Cost+ 10% $1.101 S $5.50 $1,668.50 Sub-Total for One Event _ Sub=Total Task 2.1 2 evert$* $13,337.00 2.2 Compliance monitoring report Project M er Per Hour $80.00 10443 2 $180.00 Project Engineer/Scientist I Per Hour $60.00 10916 4 $240.00 En ineer/Scientist I Per Hour $50.00 10927 8 $400.00 Clerical Per Hour $30.00 10982 2 $50.00 Material I Cost+ 10% $1.10 12-4-2-11 27 $29.70 $889.70 Sub-Total for One Report Sub-Total Tssk 2.2 2 re its $1,779.4D 2.3 Calibration of Discharge Meters Pro' ct E ineer/Scientist I Per Hour $60.00 10916 4 $240.00 Subcontrsctor Cost+ 10% $1.10 10962 110 $121.00 Material Cost+ 10% $1.101 124211 101 $11.00 Sub-Total for One Event $372.00 Sub-Total Task.2.3 2 calibrations* $744.00 TOTAL TASK 2 COST $51860.40 3 OPERATION AND MAINTENANCE 3.1 Calibration of L EL sensors Project Manager Per Hour 180.00 1 D443 1.5 $120.00 Project En ineeriScientist I Per Hour $60.00 10916 6 $480.00 Engine r/Scientist I Per Hour $50.00 10927 8 $400.00 Vehicle Per Da $55.00 11726 1 $55.00 Sum Pump Per Da $15.00 11215 1 $15.00 Confined Space meter Per Da $75.00 11910 1 1 $75.00 Calibration es Per bottle $68.20 907002 0.5 $34.10 Material 8 Su lies Cost+ 10% $1.10 12421 S $5.50 Sub-Total for One Event $1,184.60 Sub-Told Task 3.1112 everts $14,$60.20 3.2 Additional O&M Visits Project E ineer/Scientist I Per Hour $60.00 1()9181_ 1 160.00 Engineer/Scientist I Per Hour I S50.001 10927 L $200.00 Vehicle Per Da $55,001 11728 1 1 $55.00 Sub-Total for One Event $315'00 Sub=Told Task 3:2 14 eyes s '$1890.00 TOTAL TASKS C.OST $16,105.20 Total Project Cost $31,476.40 i:\07,p ropotatt73057.wk 1 MAR-27-96 WED 11 :36 CITY OF ELGIN/CITY MGR. FAX NO. 17089315610 P. 02 CITY OF ELGIN, ILLINOIS AFFIRMATIVE ACTION/CERTIFICATION REQUIREMENTS Please submit the completed and signed forms along with your proposal . No proposal will be accepted without this information. A. To assure compliance with the City of Elgin's Affirmative Action Ordinance, all contractors and vendors, herein referred to as "bidders", are requested to submit the following information: 1. Workforce Analysis using the enclosed Bidder's Employee Utilization form. 2 . Provide the information required by Item 13 on the employee utilization form if the answer to Question 2 on the form is "yes" . 3 . Provide a written commitment outlining the steps that the bidder plans to take in the area of recruitment and promotion of minorities and females to assure equal employment opportunity. (A copy of the bidder's affirmative action plan may be submitted in lieu of this requirement. ) B. The undersigned certifies that the offerer is not delinquent in the payment of any tax administered by the Illinois Department of Revenue unless there is a pending proceeding contesting the tax. C. The undersigned certifies that the offerer is not barred from offering on this solicitation as a result of a conviction for the violation of State law prohibiting bid--rigging or bid rotating. D. The successful Bidder agrees that upon acceptance by the City, the executed Invitation to Bid along with all instructions, conditions, and specifications attached thereto constitute a binding contract which may be enforced by the City. Si nature/Title\ tw� g �— ,+� \ Company Name �7 E� 1��-:OC_c- ZAC Address 7 7 7 e a, v\-,L `ti ev�S W 1e ,_X_Cr o�i_l S� Phone Number 7�'S `') 16- -7Q7-)- FEIN No. 35 - ZZ'82�3 Rev. 4/20/94 • Agenda Item No. February 7 , 1996 TO: Mayor and Members of the City Council FROM: Richard B. Helwig, City Manager SUBJECT: Operations for south Grove Agreement Associates Remediation System PURPOSE The purpose of this memorandum is to request that the Mayor and members of the City Council operation authorize maintenancem services ATEC and Associates for P stem. for the South Grove Avenue Ground Water Remediation Sy BACKGROUND was required by IEPA to install a groundwater The City remediation system as p art of the environmental remediation process that was designed and implemented at the South Grove riverboat site. ATEC designed and installed the groundwater system. Installation of the groundwater system began in the fall of 1994 . Start up of the system occurred in March of 1995 . ATEC has continued to monitor the performance of the a ou dthe ter system, undertake any necessary repairs and p required documentation to the IEPA and the Fox River Water Reclamation District. The City solicited quotes for profes- sional services from four environmental firms for the operat- ing and maintenance services. Enviro-Kenetics, Ries Environ- mental and Environmental Service and Engineering chose not to submit quotes. ATEC and Associates did submit a proposal . The proposed agreement with ATEC take1996e from evious agreement which ends on February 29, their services for a twelve month period. ATEC's environmental services covered by the proposal include: 1. Quarterly reports to IEPA 2. Fox River Water Reclamation District Permit Requirements . ATEC Agreement February 7, 1996 Page 2 3. System maintenance deemed necessary and system maintenance described in the Operations Maintenance Plan of March 8, 1995 . The months operations o erating the maintenance groundwater sremediation last system eleven was Gaon P $35,000. COMMUNITY GROUPS/INTERESTED PERSONS CONTACTED None. FINANCIAL IMPACT The contract cost is $31,476 .40 . Expenses related to this agreement will be charged to the South Grove Tax Increment Financing Fund, account number 260-0000-791 .745-99, Miscella- neous Services, project number 179511. Sufficient dollars exist within the Fund to pay for this expenditure. These costs are eligible for reimbursement should funds become available under the LUST Program. The paperwork . bursement will be submitted to IEPA. LEGAL IMPACT None. RECOMMENDATION Authorize City es for Manager eration and agreement services for ATEC and Associates operation forthe South Grove Groundwater Remediation System. (Reis ctfully submitted, V W day Raymond H. Moller Director of Business Services and Properties IBS. Richard B. Helwig City Manager RHM/skg Attachment ATEC Associates, Inc. r%v2777 Finley Road,Unit 6 Downers Grove,Illinois 60515 (706)916-7272, FAX(706)916-7013 February 6, 1996 City of Elgin 150 Dexter Court Elgin, Illinois 60120-5555 Attn: Raymond H. Moller Director of Business Services RE: Reporting, Operation, and Maintenance Proposal Groundwater Remediation System 206 - 280 South Grove Avenue Elgin, Illinois ATEC Proposal Number 52-73057 Dear Mr. Moller: ATEC Associates, Inc. (ATEC) is pleased to submit this proposal to provide environmental consulting services regarding the reporting requirements and operation and maintenance (O&M) of the groundwater remediation system at the above-referenced site. This proposal addresses the following operational requirements for the period of one year: ► quarterly reporting requirements of the Corrective Action Plan (CAP) approved by the Illinois Environmental Protection Agency (IEPA); ► permit requirements by the Fox River Water Reclamation District(FRWRD)to discharge groundwater to FRWRD's sanitary sewer; and ► system maintenance deemed necessary and system maintenance described in the Operations and Maintenance Plan of March 8, 1995. SCOPE OF WORK TASK 1 - Quarterly Reporting to IEPA required by CAP ATEC proposes to prepare quarterly reports for submittal to the IEPA describing the operation of the groundwater remediation system. The quarterly reports will show the system's capture zone. Demonstrating the capture zone of the system requires obtaining groundwater elevations from each monitoring well, extraction well, and the Fox River. Special safety precautions must be employed due to the potential for explosive vapors in the extraction vaults. Four quarterly reports are required through April 1997. p:w7\prapoW\M7 American Testing and Engineering Corporation Consulting Environmental, Geotechnical and Offices in Major U.S.Cities/Since 1958 Materials Engineers Mr. R Moller February 6, 1996 Page 2 TASK 2 - FRWRD Permit Requirements It should be noted that the FRWRD permit expired on January 31, 1996. The new permit has been applied for, and ATEC anticipates no substantial changes. ATEC proposes to provide the following services regarding the requirements of the FRWRD permit: ► calibrate monthly the LEL meter in the sewer where groundwater is discharged ► sample discharge semi-annually ► submit compliance reporting semi-annually ► calibrate the flowmeter semi-annually ► provide an ATEC representative on-call 24 hours a day TASK 3 - Anticipated Operations and Maintenance ATEC proposes to conduct O&M visits monthly to check that the groundwater remediation system is operating properly. During these visits, ATEC will complete the following activities: ► complete O&M logs ► pump out water accumulating in the vaults ► calibrate monthly the LEL sensors in each extraztion well vault and the discharge manhole. Special safety precautions will be employed during calibration due to the potential for explosive vapors and toxic vapors in the discharge manhole. Four additional visits have been budgeted for "unscheduled maintenance" that may arise including the following: ► winterize system (including insulating pipes) as necessary ► restart system after shutdowns Rust fouling of the groundwater remediation system pipes is apparent. Eventually, the pipes will require cleaning by a sewer contractor, but when such cleaning may become necessary has not been determined. It may be prudent to provide a contingency cost of $3,000.00 to cover miscellaneous maintenance expenses due to pipe fouling, pump failure, or equipment damage. This contingency cost has not been included in the budget. p:W7*r*pooA73057 E Mr. R. Moller February 6, 1996 Page 3 COSTS ATEC proposes to perform the scope of work on a time and materials basis. The attached table provides an opinion of probable cost for the project. Should additional activities beyond the scope of work be deemed necessary, ATEC will notify the City of Elgin. No additional activites will be performed without written approval from the City of Elgin. Additional work will be performed at the rates specified in the attached table. Thank you for considering ATEC for this project; we look forward to your decision. Please do not hesitate to contact us at (708) 916-7272 with any questions regarding this proposal. Sincerely, American Testing and Engineering Corporation dba ATEC Associates, Inc. 1� Ro Kurt Winters Project Engineer, EIT Senior Project Manager Dave Paholak District Manager attachments: opinion of cost bid package p:WN-p-sA73057 CITY OF ELGIN Operation and Maintenance of Groundwater Remediation System in 1996 ary 1,1996 ESTIMATED UNIT I NUMBER OF TASK DESCRIPTION ITEM UNIT RATE UNITS TOTALS 1 QUARTERLY REPORTING TO EPA 1.1 Measuromer+t of Groundwater Projed Manager Per Hour $80.00 10443 2 $160.00 Elevolions Project Engineer/Scientist I Per Hour $W.00 10016 6 $360.00 Engineer/Scientist I Per Hour $30.00 10927 6 =300.00 Vehicle Per Da $55.00 11728 1 $55.00 Interface Probe Per Da $50.00 12706 1 $50.00 Confined Space meter Per Da $73.00 11910 1 $75.00 Materials and Supplies Cost+ 10% $1.10 12421 9 $9.90 Sub-ToW for One Event $1,009.90 $ub-ToW Taek 1.1 J4 events) $4,030.80 1.2 Written Report Pro Manager Per Hour $80.00 10443 2 $180.00 Project Engineer/Scientist 1 Per Hour $80.00 10916 18 $980 00 CAD Draftsman Per Hour 542.00 10985 4 $166.00 Clerical Per Hour $30.00 10982 2 $60.00 Materials and Supplies Cost+ 10% $1.101 12421 18 $19.80 Sub-Total for One Event $1,361.80 Bub-ToW Task 1.2 4 events - $5,471.20 TOTAL TASK 1 COST T $9,510.80 2 1 FRWRD PERMITTING REQUIREMENTS 2.1 Discharge Sampling Project Manager Per Hour $80.00 10443 1 $80.00 Project Engineer/Scientist I Per Hour $60.00 10916 S $300.00 Engineer/Scientist I Per Hour $50.00 10927 8 $300.00 Vehicle Per Da $55.00 11728 1 $55.00 Discharge Sample Analysis Each $853.00 907001 1 $853.00 Confined Space meter 1P er Da $75.001 119101 $75.00 Sampling Supplies Cost+ 10% 1 $1.101 12421 S $5.50 Sub-Total for Ons Event $1,668.50 Sub-ToW Task 2.1 2 events =3337.00 2.2 Compliance monitoring report Project M arwkgtr Per Hour $80.00 10443 2 $160.00 Project Engineer/Scientist I Per Hour $60.00 10916 4 $240.00 E ineer/Scientist I Per Hour $50.00 10927 8 $400.00 Clerical Per Hour $30.00 10982 2 $60.00 Material Cost+ 10% $1.10 12421 27 $29.70 Sub-TOW for One Report $889'70 Sub=ToW Task 2.2 2 re ;1,779.40 2.3 Calibration of Discharge Meters Project Engineer/Scientist 1 Per Hour $60.00 1 10916 4 $240.00 Subcontractor Cost+ 10% $1.10 10982 110 $121-00 Material Cost+ 10% 1 $1.101 12421 10 $11.00 Sub-ToW for One Event $372.00 Sub-Total Task 2.3 2 calibrations $744-00 TOTAL TASK 2 COST $5,860.40 3 OPERATION AND MAINTENANCE 3.1 Calibration of LEL sensors Project Manager Per Hour $80.00 10443 1.5 $120-00 Project Engineer/Scientist I Per Hour $60.00 10916 8 $480.00 Engineer/Scientist I Per Hour $50.00 10927 8 $400.00 Vehicle Per Da $33.00 11726 1 $55.00 Sumppump Per Da $15.00 11213 1 $15.00 Confined Space meter I Per Da $75.001 119101 $73.00 Calibration gas 68 Per bottle S .2D 1 9070021 0.3 $34.10 Mabrial 3 Supplies I Cost+ 10% $1.101 12421 S $5.50 Sub-Total for One Event $1,184.80 f47blel Task 3.1;.12 events $14 21520 3.2 Additional O&M visits Projoct Engineer/Scientist I Per Hour $60.00 1 10916 1 $60.00 Engineer/Scientist I Per Hour $50-001 10927 4 $200.00 Vehicle Per Day 255.001 117261 $55.00 Sub-Total for One Event $315-00 "-Total Task 3-214 ewnls ;1 890.00 TOTAL TASK'$COST $16,105.20 Total Project Cost $31,476.40 1:107propo*473057.wk1