Loading...
97-167 Resolution No. 97-167 RESOLUTION AUTHORIZING EXECUTION OF A PROFESSIONAL SERVICES AGREEMENT WITH QST ENVIRONMENTAL, INC. BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF ELGIN, ILLINOIS, that pursuant to Elgin Municipal Code Section 5 . 02 . 020B( 6) the City Council hereby finds that an exception to the requirements of the procurement ordinance is necessary and in the best interest of the city; and BE IT FURTHER RESOLVED that Robert O. Malm, Interim 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 QST Environmental, Inc . for environmental remediation services at Fox Bluff Corporate Center Lot 43, a copy of which is attached hereto and made a part hereof by reference. s/ Kevin Kelly Kevin Kelly, Mayor Presented: June 25, 1997 Adopted: June 25, 1997 Omnibus Vote: Yeas 7 Nays 0 Attest: s/ Dolonna Mecum Dolonna Mecum, City Clerk JlN-11-97 WED 16:26 CITY OF ELGIN/CITY MGR. FAX N0, 18479315610 P. 02 PROFESSIONAL SERVICES AGREEMENT THIS AGREEMENT is made and entered into this vLzAday of June, 1997 , by and between the City of Elgin, Illinois, a municipal corporation (hereinafter referred to as "City") , and QST Environmental , Inc. , a Delaware corporation (hereinafter 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 Lot 43 in Fox Bluff Corporate Center, Kane County, Illinois. 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 perform and direct the necessary quali- fied personnel to perform the services set forth under the QST Environmental, Inc. proposal dated June 4, 1997 , a copy of which is attached hereto and made a part hereof as Exhibit A. 2 . 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 ire Exhibit A wh'_ch is attached hereto and incorporated by reference herein. Said fee shall not exceed $35,025 . 00 in total for all tasks combined. Said fee shall be payable within 50 days of receipt by City of an itemized invoice for services rendered by Consultant. 3 . Rights in Results of Services The results of Consultant' s services under this agreement shall be the exclusive property of City, and all docu- ments (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 t JON-11-97 WED 16:26 CITY OF ELGIN/CITY MGR. FAX NO. 18479315610 P. 03 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. 4 . Other Agreements Consultant warrants that it is not a party to any other existing or previous agreement which would prevent Consultant from entering into this agreement or which would adversely affect Consultant 's ability to perform services under this agreement. During the terry, of this agreement, Consultant shall not, without the prior written consent of City, perform services for any per- sons, firm or corporation other than City if such servic- es could foreseeably lead to a conflict with Consultant ' s obligations under this agreement. 5 . Subcontractina 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 assumed under the provisions of this agreement, and (2) that such party shall not be or act as an agent or employee of City, nor assume or create an 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. 6 . 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, receiver or creditor of Consultant, except as may be .required by law, whether by operation of law or other- wise, without the prior written consent of City. Any attempt to assign or transfer this agreement or any rights hereunder without such consent shall be null and void and of no force or effect. 7 . 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 JINN-11-97 WED 16:27 CITY OF ELGIN/CITY MGR, FAX NC, 18479315610 P. 04 City. Consultant has no authority to assume or create any commitment or obligation on behalf of or to bind City in any respect whatsoever. 8 . 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. 9 . Compliance with Laws Consultant shall at all times impose work orders on its employees and subcontractors which are designed to assure that they comply with all applicable federal , state and local laws and regulations (including, but not limited to, occupational safety and environmental protection statutes and regulations) in performing services hereun- der, and shall comply with any directions of governmental agencies and City relating to site safety, security, traffic or other matters. 10 . Indemnification. of Client Consultant shall defend and indemnify City from and against any and all claims for damages, causes of action, suits or other liability arising out of the performance of this agreement for City where such liability is caused by the negligent act, error or omissions of consultant, its agents, employees or assigns, or any person or organization for whom Consultant is legally liable. 11 . Consultant's Insurance Consultant shall obtain and maintain the following policies 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 June 12, 1997. ( 3) Professional liability insurance for errors and omissions in the minimum amount of $1 million per occurrence. Consultant shall furnish to the City a JYN-11-97 WED 16:28 CITY OF ELGIN/CITY MGR. FAX NO. 18479315610 P. 05 Certificate of Insurance as evidence of such policy on or before June 12, 1997. 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. 13. Severabi l i ty 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 reason, 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 thereby, and each provision of this agreement shall be valid and shall remain in full force and effect. 14 . Governing Law This agreement shall be subject to and governed by the laws of the State of Illinois. 15. Additional Provisions This agreement includes those additional provisions contained in Attachments I, II , III and IV. 16, 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 commu- nications, negotiations and agreements, whether oral or written, between the parties hereto with respect to such subject matter, and no additions to or modifications of this agreement or waiver of any provisions of this agreement shall be binding on either party unless made in writing and executed by City. The terms and conditions set forth herein are accepted as of this a� _ day of June, 1997 . CITY OF LGIN QS'' ENVIRONMENTAL, INC. BY'- f - - — By R - --- o t Ma.lm Int rim City Manager Title ✓ . JUN-11-97 WED 16:28 CITY OF ELGIN/CITY MGR. FAX NO. 18479315610 P. 06 Attest: Do onna Mecum, C ty Clerk- JIM-11-97 WED 16:29 CITY OF ELGIN/CITY MGR. FAX N0. 18479315610 P. 07 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 revenue 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 comply, where applicable, with the Prevailing Wage Act ( 820 ILCS 130/0.01 , et seq. ) 4 . The undersigned firm certifies that the firm shall comply with the City's contract compliance ordinance relating to Affirmative Action. Date:— jUNI -11-97 WED 16:29 CITY OF ELGIN/CITY MGR. FAX N0, 18479315610 P. 08 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 inf,ornation required by item #3 on the employee utilization form if the answer to question 2 on -he 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 employment opportunity. (A copy of the bidder's affirma- tive action plan may be submitted in lieu of this re- quirement. ) JON-11-97 WED 16:30 CITY OF ELGI.N/CITY MR. FAX N0, 18479315610 P. 09 CITY OF ELGIN EQUAL EMPLOYMENT WRITTTrN COMMITMENT GUIDELINE The written commitment required in itein #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 written commitment to all persons who participate in recruitment, screening, referral , selection and hiring of job appli- cants for the bidder. 7 . Clearly shoe, 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: QST Ghvirovnn+evt44 "Bidder (-Am-Ee Asseeiabes, Inc. ) shall not discriminate against any employee, or applicant for employment because 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. " JUN-11-97 WED 16:30 CITY OF ELGIN/CITY MGR. FAX NO. 18479315610 P. 10 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 information: ( 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 process available through the Illinois Department of Human Rights, and the Illinois Human Rights Commis- sion; (vi) directions on how to contact the department and commission; (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. 87-1.257 . 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 individual 's employment, and (2 ) submission to or rejec- tion of such conduct by an individual is used as the basis for employment decisions affecting such individual, or (3) such conduct has the purpose or effect of substan- tially interfering with an individual's work performance or creating an intimidating, hostile or offensive working environment. Date: Ti7:7'36y-�,6a3g 'aE:'a-7 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 3.12.1400 Affirmative Action — City Contracts 1. Name and Address of Bidder Description of Project OS EHV%lroow-* 4v-( 4.LeO.AA -IVd So# 1 19-C(AMIOe ♦e 2►Meal i a i .OLal ADericaz �4B CATEGORIES Employees Blacks dispan:es Asians Indian Other Minority Female F IS 1 Y t V Y f Y 1 t x iu S g I O 0 O Br- c e 8 Geri c p� -QpmaR oss TOTALS )q 35 39U al compul ONW ad Wk TeiOM IND. Ode mped lF CL 773 03 6o� It. Have rota ever boon awarded a bid by the City of Elgin? M) YES = NO a. tf the answer to NE is yea, please submit a. copy of the NV10700 VtllizatiozY Form that was submitted with your ouooesorw bid along with & 1%�21y completed copy of this lorzn. 4. tf the statistical data provided above shove under- ut111zat10n Of rr"norityy and/or female. F3ease subsait. a000rdinits to the guideline previded la A attached document, a written aomrnItment to provide equal employment opportraaity. NOTii;s to the event that e• contractor or vondor. *to. fails to o0rng17 with the fair employment and afrirrzsative action provielono of the City of Zloin. the City amongst, other actioras may VAnoel. terminate or suspend the contract in wmole or in part. Uv. 6115/'92 ENVIRONMENTAL June 4, 1997 Mr. Raymond H. Moller Director of City Properties and Services City of Elgin 150 Dexter Court Elgin, IL 60120 Subject: Soil Remediation McLean Boulevard - Lot 43 Dear Ray: In response to your request for an updated proposal regarding the soil remediation of Site 43 at McLean Boulevard, QST Environmental (QST) is submitting this proposal to perform the soil remediation work. The recommended remediation work is based on a site investigation identifying an area of the site adjacent to the former water tower where soils have been impacted by petroleum hydrocarbons. The volume of impacted soil is estimated to be within the range of 550 to 700 cubic yards. QST recommends that the soil be excavated and disposed of off-site at an approved landfill. This remediation technique appears to be the quickest method to clean up the site and allow the developer to continue planned site improvements. The following presents QST's proposed scope of work to implement the soil remediation program. SCOPE OF WORK Task 1 - Soil Removal Specification and Bidding Services QST has prepared a specification for the excavation, transportation and disposal of the impacted soils. Four competitive bids have been received from qualified subcontractors. See attached list of bids received for comparison of costs. The previous low bid contractor was Environmental Protection Industries, but their original bid quote has expired and has been revised. As such, the current low bid contractor is Metro Environmental Contractors, Inc. QST proposes to use Metro as a subcontractor to perform the work at this time. The revised subcontractor costs are valid until July 2, 1997. 97030409.PRO 5440 N.Cumberland Ave.,Ste. 111.Chicago,11-60656,Phone 773.693.6030,FAX 773.693.6039 A CILCORP COMPANY Mr. Ray Moller City of Elgin June 4, 1997 Page 2 Task 2 - Soil Removal Oversight QST will perform field oversight activities to include the following: • Prepare a site specific health and safety plan for QST personnel involved in the soil remediation work. The field activities will be conducted in a Level D program. QST will also verify that the selected subcontractor has a Health and Safety Plan in place as required before the start of work. QST does not assume the responsibility for the subcontractor's health and safety program. • QST will provide technical oversight during the performance of the soil excavation. Technical oversight will consist of field screening the soils and directing the subcontractor to remove impacted soils. A photoionization detector (PID) meter will be used to provide on-site field screening for organic vapors. The field effort is anticipated to take four(4) days. • QST will monitor the subcontractor's removal of contaminated soils from the site to verify quantities. This will be accomplished by checking load counts and obtaining manifests for soil removed from the site and disposed of at the landfill. • At the conclusion of the soil removal, QST will collect and analyze six soil samples to confirm removal of impacted materials. Samples will be analyzed for benzene, ethylbenzene, toluene and xylene(BTEX)in accordance with EPA Method 8020. Laboratory analysis will be performed in accordance with the methods contained in U.S. EPA's Test Methods for Evaluating Solid Wastes, 3rd Edition (SW-846). Upon collection, each soil sample jar will be labeled with the site name, sample location, date, and time and placed in an iced cooler. The sample cooler will then be sent via overnight courier to the analytical laboratory. Sample preservation and chain-of-custody protocol will be maintained. Task 3 - Soil Remediation Work(Subcontracted) The soil remediation subcontractor, Metro, will provide excavation, transportation and disposal of 700 cubic yards of hydrocarbon-impacted soil. Non-contaminated soil will be left on site. Subcontractor will remove the concrete pad near the base of the former water tower if necessary to access contaminated soil. Concrete will be left on site for disposal as construction debris by others. Contractor will control excavation water as necessary to continue excavation. However, transportation and disposal of contaminated water is not included in the base scope of work. No backfill of final site grading will be performed. 97030409.PRO Mr. Ray Moller City of Elgin June 4, 1997 Page 3 Task 4 - Report QST will prepare a letter report to document the results of the soil remediation work. The report will combine the findings of the Environmental Site Investigation previously performed and documentation of the soil removal activities. The report will contain a discussion of field observations and results, soil boring logs, and analytical data and waste manifests. One copy of the draft report and five copies of the final report will be furnished. PROJECT SCHEDULE The proposed tasks will be initiated within three days of notification to proceed. It is anticipated that the soil excavation work will take no more than five working days. QST will attempt to schedule the work as quickly as possible but to avoid precipitation that may cause the excavations to collect water. A draft report will be delivered within one week of completion of final laboratory analyses. COST ESTIlAATE QST proposes to perform the work described herein on a time and expense basis with an estimated fee of$35,025.00. A breakdown of the estimated cost is as follows: Task 1 - Soil removal specifications, bidding, subcontractor selection and coordination. $850.00 Task 2 - QST Field Oversight Services $4,525.00 Field Labor (assumes 4 days @ $806.25/day) $3,225.00 Laboratory Seances $ 750.00 Field Equipment and Other Direct Costs $ 550.00 Task 3 - Subcontractor Services $27,500.00 Soil excavation,transportation and disposal of petroleum contaminated soils. Maximum soil quantity 700 cubic yards. Task 4 - Report $ 2,150.00 The final report will incorporate a written report for the investigation work previously performed and the closure documentation associated with the soil removal work. TOTAL ESTEWATED COST $35,025.00 9703OQ9.PRO G Mr. Ray Moller City of Elgin June 4, 1997 Page 4 UNIT COSTS If additional soil needs to be removed above the estimated base quantity (700 CY), or if groundwater is encountered that must be disposed of, the following unit costs shall apply: 1. Disposal of petroleum contaminated water from excavation dewatering (If necessary) 50.56/gal. 2. Additional cost for excavation, hauling and disposal of contaminated soil in excess of 700 cubic yards $40.70/CY 3. Deduct price for excavation, hauling and disposal of contaminated soil less than 700 cubic yards 531.00/CY TERMS AND CONDITIONS Terms and conditions for performance of work is proposed on the basis of the professional services agreement between the City of Elgin and QST dated June 10, 1993. All subcontracted items identified herein reflect QST's general and administrative costs (10%) associated with subcontracted services. QST will commence services immediately upon the receipt of notice to proceed or purchase order referencing this letter proposal. QST looks forward to the opportunity to provide the soil remediation services described in this proposal for the City of Elgin. Please to not hesitate to call on us if you have any questions or need any additional information. Sincerely, QST ENVIRONMENTAL r�4 74 . Nardozzi, P.E. Project Manager JMN/jmn ESE Proposal No.559-7999999.0047 97030409.PRO CITY OF ELGIN SOIL EXCAVATION, HUALING AND DISPOSAL MCLEAN BOULEVARD/SITE 43 BID ANALYSIS BIDDER. BASE,BID RANK UNIT RATES LANDFILL EXCEPTIONS A .. . B' CY CY 1. Metro Environmental $27,500 1 $40.70 $31.00 BFI-Mallard Lake or Wheeling, IL Countryside-Grayslake 2. Vergan Environmental, Inc. $33,000 2 $42.90 $44.00 Community Landfill-Morris Lemont, IL 3. Fidelity Environmental $34,150 3 $45.80 $45.57 Community Landfill-Morris Concrete demo Q W7.501day Crestwood, IL 4. Environmental Protection Industries $25,000 $37.00 $33.00 BFI-Mallard Lake Previous Bid-Not Valid South Holland, IL $34,650 4 $49.50 $42.50 BFI-Mallard Lake Current Valid Bid Unit Price A=Excavation, hauling&disposal>700 cubic yards-Add Price Unit Price B=Excavation, hauling&disposal<700 cubic yards-Deduct Price CY=Cubic Yards QST Environmental,Inc. ELG-MCL.WK3