Loading...
99-112 Resolution No. 99-112 RESOLUTION AUTHORIZING EXECUTION OF A PROFESSIONAL SERVICES AGREEMENT WITH QST ENVIRONMENTAL, INC. FOR TESTING SERVICES OF UNDERGROUND TANK SITES BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF ELGIN, ILLINOIS, that Joyce A. Parker, 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 testing of underground tank sites at the Wing Park Maintenance Facility, Spartan Meadows Maintenance Facility, Bluff City Cemetery and Crystal Street Maintenance Facility, a copy of which is attached hereto and made a part hereof by reference. sl Kevin Kelly Kevin Kelly, Mayor Presented: April 14 , 1999 Adopted: April 14, 1999 Omnibus Vote: Yeas 6 Nays 0 Attest: s/ Dolonna Mecum Dolonna Mecum, City Clerk PROFESSIONAL SERVICES AGREEMENT THIS AGREEMENT is made and entered into this 15T4 day of April, 1999 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 The Spartan Meadows Maintenance Facility, The Wing Park Maintenance Facility, The Bluff City Cemetery, and The Crystal Street Maintenance Facility. Whereas, Consultant is an expert in the relevant environmental 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 qualified personnel to perform the services set forth under the QST Environmental, Inc. proposal dated January 27, 1999, 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, Consultant shall be paid a fee for such services at the rate set forth in Exhibit A which is attached hereto and incorporated by reference herein. Said fee shall not exceed $18, 600 . 00 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 . 3 . Rights in Results of Services The results of Consultant' s services under this agreement 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 performed 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. 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 term of this agreement, 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 obligations under this agreement . 5 . 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 assumed under the provisions of this agreement, and (2) that such party shall not be or act as an agent or employee of City, not 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 obligations 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 otherwise, 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 City. Consultant has no authority to assume or create any commitment or obligation on behalf of or to bind City in any respect whatsoever. B . Licenses and Permits Consultant shall obtain any and all licenses and permits required by federal, state, or local statutes, regulations 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 hereunder, 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 April 13, 1999 . (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 April, 13, 1999 . 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 . 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 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 communications, 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 day of April, 1999 . CITY OF ELGIN QST ENVIRONMENTAL, INC . By By: � vl� 3 3a 1 UU Joyce A. Parker ,/' p City Manager Tit e :�ou� y'� l li 1 Attest : Dolonna Mecum, City Clerk 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 (830 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. By: fe Date 3 30 99 MAR-22-99 MON 12:45 PM CITY OF ELGIN/CITY MGR, FAX NO. 18479315610 P. 08/19 City of Elgin, Illinois Certification Requirements Please submit all required forms and documentation, fully completed and signed, with your proposal. No Vronosal_yA1J be accepted wlthgut this informati`oar. A. To assure compliance with the City of Elgin's Af nnative Action Ordinance, all contractors and vendors, herein referred to as "bidders", are requested to submit the following information: I. Workforce analysis using the enclosed Bidder's Employee Utilization form. 2. Provide the information required by Item #3 on the employee utilization form if the answer to Question #2 on the form is "Yes". 3. Provide a written commitment outliiung 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. To assure compliance with the City of Elgin's Sexual Harassment Ordinance, all bidders must submit a signed sexual harassment form enclosed with the Invitation to Bid. C. 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. D. 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. E. The successful bidder agrees that upon acceptance by the City of Elgin, 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, Assoc.ignature/Title SSOC. V;cp Pivs��"' QST En Company Name vironmental, Inc. Address 5440 N. Cumberland Ave . , Ste. 111 Chicago, IL 60656 Phone Number (773) 693-6030 FEIN No. 06- 1278275 hiAR-22-99 MON 12:45 PM CITY OF ELGIN/CITY MGR, FAX NO, 18479315610 P. 09/19 City of Elgin, Illinois 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 Equal Employment Officer. 2. Clearly identify the bidder's recruitment area and the percentage of minorities and females in the area's population and labor force. 3. Set out what the bidder has done and has set as a goal to ensure the recruitment of minority and female employees, 4- Set out the bidder's specific goals to recruit minorities and females for training programs or other similar opportunities available through the bidder's organization. S• 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, and selection and hiring of job applicants for the bidder. 7. Clearly show that the bidder shall require all subcontractors, if any, to submit a written commitment complying with the above requirements of their affirmative action plan to the City of Elgin. 8. Clearly state the bidder agrees that: "Bidder (company name) shall not discriminate against any employee or applicant on the basis of race, color, religion, sex, national origin, age, place of birth, ancestry, marital status, or disability (physical or mental) wluch will not interfere with the performance of the job in question." MAR-22-99 MON 12:46 PM CITY OF ELGIN/CITY MGR. FAX NO. 18479315610 P. 10/19 BIDDER'S EMPLO'Y'EE UTILIZATION FORM This report is mqui d by the City of Elgin and TT1ISt be submitted before the contract can be awarded. Chapter 3.12.1000 Affirmative Action - City Contracts 1. Name axed Address of Bidder Description of Project QST Environmental, Inc. UST hivesl7 'giw'S Q 5440 N. Cumberland Ave Ste. Ill e �W S -Chicago, IL 60656 1013 CKIMCORIES Totod Whites Blacks Hispanics Asians or A.ineric:in Minority 1'elnale Employees Pacific Indians W Fop) (All Islanders C�lc$oric:) M r M / F M / r M n M F % ' Example Managrrs 18 3 5 3 2 4 1 55.6% 44.476 (10/18) (R/ltt) t r a 1S j rc 30, ti pie 7 ` 6 3 ie r CtA Illy I i oc�c/c 100C/C c TOT 1_3 l 1 -7 7 3 Signature or Company Official 'iltic Telephone Number Date Signed l'age 7/lu•t *ssae vu of-/- 773 693 lO3o 313, 9 2. HRve r been awarded a bid by the City of Elgin? you Yes No 3. if the answer to question#2 is Yes, please submit a copy of the Employee Utili7Atiort Form that was submitmd with your last sucecssful bid along wltli a filly complctcd copy of this form, 4, if the Statistical data provided above shows under-utfib-Ation of minorities and/or fentalcs, please slibmit, according to the guideline provided In the attached document, a written commitment to provi(le equal employment opportunity. NOTE: In the event that a contractor or veci(lor, etc., fails to comply with the fair cmpl0ymC41t Arhd Af mnittive action provisions of the City of Elgin, the City amongst other actions may cancel, terminate, or suspend the contrAct in whole or in part_ MAR-22-99 MON 12:46 PM CITY OF ELGIN/CITY MGR, FAX NO. 18479315610 P. 11/19 City of Elgin, Illinois nescription of Groups for Classification :Purposes White: all persons hawing origins in Europe, North America, or the Middle East Black: all persons having origins in any of the Black racial groups of Africa Hispanic: all persons of Mexican, Puerto Rican, Cuban, Central South American, or other Spanish culture or origin, regardless of race Asian American: all persons hawing origins in the par East, Southeast Asia, the Indian subcontinent, or the Pacific Islands American Indian: all persons having origins in any of the original peoples of North America and who maintain cultural identification through tribal affiliation or community recognition 03/29/99 16:33 $309 693 5594 ESE CORPORATE 0001 03/29 11/99 08:25 773 693 8426 QST 444 CORP HR 1Q006 _ MAR-22-99 MON 12:47 PM CITY OF ELGIN/CITY MGR, FAX NO. 18479315610 P. 12/19 n i City of Elgin, Illinois Sexual Harassment -- Policies and Progralus Effective filly I, 1993, every party to arty contract with the City of Elght aild every cligillle bidder is rcqulmd to ltAve wrilttc1%semral harassment policies that include, at a inhitmum, the following it►fannai tat: (I) the illegality of sexual harassment (ii) the defhtitiatt of sexual haransrncnt utt(icr state Iaw (iii) a tleauiption of sexual 111MtNMIC11t, 11611711%t:1lAlttplcs (lv) tile veluloes intantxl cv,11 tlaint process ittc:la(llctg lie aaltics (v) the legal mcourse, investigative.Raul coruplRint process available Wroilgli the 1111tnals Department of Haman Rights, antl the Illinois 1•Iunt11n lugltts Coltuni niort (vi) threc:tlans oat how to carttnet the depttrtancatt Rrtd c:omtnission (oil) protectiost agRictat rclailatiott As provt ed by Section 0.10J of she I Itnnan Rights Act I hereby afiirm that the organization which 1 mprment has in place sexual harmsa,nent policies which include the required infonnattion set forth above, and i hereby agree to furnish the City of L'Igin- Human Resources Department with st copy of a policies if they so request. - Sigttatumr!'itic ����� Company Date z 9 Sexual lutrassument is defined as follows: "Scxuai itatassrncnt" means ally uttwelconte sexual advances or requests for sexual favors or any taortduet of a sexual nature when(1) sttbluissitm to such couduct is made either explicitly or implicitly a tent,or cot1dition of an individual's employment, (2) submission to or ral"tivtt Of such ootxhcct by all Individual is used as a basis for crnployment dctislorts a0ectittg such Indivkhtul,or(3) sueit curtduct hits the purpose or cffcct of substantially tutelfering with art indlvlthtal's work performance yr crcating an intimidati tig. hostile, or offeltsive workbig envitoltlttant. Any tittestions by contracting lutrties or eligible bidders aostcerning compliance with these Imquiumutcnts should lac directed to the City of Elght-Human Resources Department at (947) U;31.SGit3. henAmy agr4to fully lndmei oily and hold the City of Wgin harmless from any and all liability, loss or damaga including costs of defense or claim, demands, cost of judgment against it arising from any sexual harm arnent complaint resulting from the act of any memiier of my organization in the performance of this contract. Signaturcl Title ��•'-" - Cotnpany Ui/ rt Date. 01/27/99 14:35 $773 693 6426 QST Q002 ENVIRONMENTAL January 27, 1997 Mr. Raymond I.1 Moller Director of City Properties and Services City of Elgin 150 Dexter Court Elgin,II.. 60120 RE: Proposal for Consulting and Engineering Services for UST Site Closure Activities at Four Sites in Elgin,Hinois Proposal W 559-9999.999-0017 Dear Mr.Moller: QST Environmental Inc. (QST)is pleased to submit the enclosed our proposal to perform consulting and engiriemng services related to underground storage tank(UST)site closures on behalf of the City of Elgin (City). Our proposal provides a scope of work that covers the tasks outlined in your Bid solicitation on January 14, 1999. It is QST's understanding that the City of Elgin is seelang closure of four(4)former underground storage tank(UST)sites. The USTs were removed in November 1998 by Metro Environmental Contractors,Inc. (Metro)under the oversight of Earth Tech Inc. (Earth Tech). All four sites have reported releases and are in the Leaking Underground Storagjgank(LUST)Program The bid request separates the work scope int t ree categories: 1. Review of the UST removal oversight reports. 2. Proposed investigatimItesting plan to determine extent of containment at each site. 3. Oversight of retrediation activities for each site. 5440 N.Cumberland Ave.,Ste. 111,Chicago,IL 60656,Phone 773.693.6030,FAX 773.693.6039 Formerly Environmental Science&Engineering,Inc. 01/27/99 14:36 $773 693 6426 QST Q003 Mr. Raymond FL Moller City of Elgin January 27, 1999 Page 2 We appreciate this opportunity to submit our proposal and are confident we can provide the required services to you satisfaction and look forward to worldng with the City of Elgin on this project. Please contact the undersigned if you have any questions or need additional information. Sincerely, QST ENVIRONMENTAL INC. Eric R. Powley rJohn .Nard=a P.E. Senior Environmental Scientist Associate Vice President Mrs„ s9 12WS.pm 01/27/99 14:36 $773 693 6426 QST Q004 City of Elgin Proposal for Consulting and Engineering Services 1.0 Project Understanding A brief description of the site conditions as described in the UST removal reports provided by the City are as follows: Wing Park Maintenance Facility • 1-650 gallon gasoline UST(removed 11/16/1998). • Sand backfill, clay surrounding soils. • Strong Petroleum odors present,no free product,no groundwater. • Reported release-Incident Ns 982831 Spartan_Meadows Golf Course Maintenance Facility • 1-650 gallon gasoline UST(removed 11/17/1998). • Excavated soils consist of mostly sand. • Petroleum odors and staining present,no free product,groundwater present at 4ft. below grade. • Reported release-Incident N4 982838 Bluff Cily Cemet= • 1-650 gallon gasoline UST(removed 11/17/1998). • Saved"backfill,clay surrounding soils. • Strong petroleum odors are staining present, no free product,no groundwater. • Reported release-Incident N4 982840 Clystal Street Maintenance Facility • 1-6000 gallon of gasoline(removed 11/16/1998). • 1-6000 gallon of diesel(removed 11/16/1998). • Sand backfill, clay surrounding soils. • Strong petroleum odors and staining present,no free product,no groundwater. • Reported release-Incident N"982827 MI2605.pro 1 QST Environmenla(In6. 01/27/99 14:37 $773 693 6426 QST fM005 City of Elgin Proposal for Consulting and Engineering Services 2.0 Scope of Work 2.1 Report Review QST will review each of the four UST removal reports as well as any other pertinent information available to become familiar with site conditions. QST assumes that all reports and documentation necessary to perform this review will be made available by the City. 2.2 Initial Site Investigation Following the initial site inspection and data review,QST will to perform a subsurface sampling program at each of the sites to obtain samples which would represent excavation confirmation sampling locations. QST recommends that field sampling be conducted at each of the four sites at locations that are representative of the former excavation walls and base. This sampling can be effectively accomplished with the use of a direct push(Geoprobe)sampling technique which will be able to obtain the soil samples in the vicinity of the former UST excavations. QST will obtain a minimum of six(6)samples(one from each former side wall location and two from the bottom of the former excavation- representative of each tank end). Soil samples will be field screened with a photoionization detector(PID)for the presence of organic vapor. Prior to commencing field work at any site, a Health and Safety Plan will be developed for QST personnel to address personal protection, decontamination, and other health and safety issues. The plan will consider conditions relevant to the site and will be reviewed by QST's Health and Safety Officer. QST employees working on the sites will have completed the OSHA 40-hour hazardous materials operations and safety training required by 29 CFR 1910.120. QST will collect confirmation and/or closure samples at each site to document the site status. Soil samples will be collected in laboratory supplied jars and will be kept on ice for delivery to the laboratory. Mf2W5.pm 2 QST EnWronmmtollnc. 01/27/99 14:38 $773 693 6426 QST Cij006 City of Elgin Proposal for Consulting and Engineering Services Laboratory services will be performed by an accredited laboratory with substantial experience with environmental analysis in accordance with SW-846 methods. It is estimated that six(6)samples will be collected from each tank installation(12 from Crystal Street facility)for a total of thirty(30)samples for benzene,ethylbenzene,toluene and xylenes(BETX) analysis and six(6)samples for polynuclear aromatic hydrocarbons(PNA)analysis. Indicator parameters and method numbers for anticipated sampling activities are provided in the table below: p'u2... gv a N ' 1 Gasoline,unleaded BTEX Compounds' SW 8020 24 Diesel Fuel BTEX Compounds' . SW 8020 6 PNA Compounds' SW 8310 6 'For a complete list of chemical analytes we 35 IAC Part 732. 'All methods to be in accordance with SW 846. Recommendations for site closure will be made based on the extent of contamination,site location and geology,and related factors. Potential options for work scopes to achieve closure include: • Excavate and remove contaminated soils. • Conduct additional soil borings/groundwater sampling. • Initiate Site Classification in accordance with 35 Ill. Adm. Code Part 732. 2.3 Remediation Oversight and Closure Reports For the purpose of this proposal, QST assumes that remediation of the sites can be accomplished by excavation of contaminated soil. QST will prepare a specification for such excavation work and provide field oversight For estimating purposes,QST's bid includes coordination and preparation of remediation activities,and one day of oversight at each of the four locations. Additional oversight would be charged on a unit rate basis(Section 4.1). QST understands that previous investigation activities at the City Maintenance Garage on Crystal St indicated that a considerable volume of soil was estimated to be removed in order to remediate the site. Due to the elapsed time since the investigation work was performed and the significant changes in the regulatory requirements under 99012605.pro 3 QST Envirmmenlallno. '01/27/99 14:39 $773 693 6426 QST Q007 City of Elgin Proposal for Consulting and Engineering Services TACO,which may permit higher cleanup objectives,the site necessitates a current evaluation of soil impacts in order to estimate a soil remediation volume. Depending on the extent of contamination,the Site Classification process can be performed in lieu of soil excavation and disposal. The costs associated with Site Classification, soil excavation and disposal or other additionally required scopes of work are not included in this proposal. Due to the uncertainty of the extent and quantity of contamination,QST has provided a base cost and unit rates for remediation oversight, as requested by the City. Additional options such as Site Classification and/or a Tier 2 evaluation may provide cost effective closure alternatives to excavation and disposal of contaminated soil,depending on the sample results obtained. QST will prepare a separate report for each site to document the UST closure activities. Each report will be prepared with the Illinois EPA 45-Day Report Forms. The contents of the report will provide background information regarding the site,description of field activity,sample analytical results,data interpretation,conclusions,and recommendations. Data assessment will follow the Tiered Approach to Corrective Action Objectives(TACO)found at 35111. Adm. Code Part 742 as a basis for determining applicable cleanup objectives. Each report will describe the extent of contamination,actual and/or potential contaminant migration routes, and justification for closure. The previously performed tank removal activities will be documented to include narrative description and techniques employed. UST removal permits,UST certification of destruction laboratory analytical reports,and chain-of-custody documents will be included as required. QST assumes that necessary items and information(ie.,UST certificate of destruction)will be provided in order to complete the required 45-Day Reports. 3.0 Schedule QST has adequate staff resources to perform the required scope of work in a timely fashion to achieve the City's goal of obtaining closure for all sites. QST estimates that multiple sites can be scheduled on the same day for sample collection due to the relatively close proximity of the sites. The sampling effort is estimated to take two days. Analytical testing will require two weeks. The 45-Day Reports are anticipated to be completed approximately two weeks from receipt of analytical results. Schedules can be adjusted as necessary to meet the requirements of the city. 99 I M05.pm 4 QST Enwronmentallnc. 01/27/99 14:40 $773 693 6426 QST Q008 t City of Elgin Proposal for Consulting and Engineering Services 4.0 Compensation QST will perform field sampling and environmental consulting services as described herein on a time and expense basis in accordance with the QST's standard Terms and Conditions. Subcontracted services(sample analyses)will be performed on a unit cost basis for additional materials and/or services in excess of the base bid amounts. A breakdown of the base scope of services is as follows: 2.1 Report Review $975.00 2.2 Initial Site Investigation(includes all 4 sites) $4,825.00 • Geoprobe Field Sampling,Health and Safety Plan and Project Coordination • Analytical Services -30 samples for BETX -6 samples for PNAs 2.3 Remediation Oversight/Closure Reports $ 12,800.00 • Field Oversight(includes 4 days) • Project Management and Report Preparation(includes all 4 sites) Total Estimated Cost 6 00 4.1 Unit Rates The following unit costs will cover QST's work to oversee the excavation and removal of contaminated soil to remediate the site(s), and subsequent soil samples that may be required in addition to the base bid as outlined above: • QST Oversight and Equipment $ 995.00/day • BETX analysis S 65.00/sample • PNA analysis $ 150.00/sample • Geoprobe Sampling Equipment $ 1,600.00/day 99012605.pro 5 QST Envrronmentallnc. City of Elgin Agenda Item No. March 1, 1999 TO: Mayor and Members of the City Council FROM: Joyce A. Parker, City Manager SUBJECT: Environmental Testing Services at Four Underground Tank Sites PURPOSE The purpose of this memorandum is to present to the Mayor and members of the City Council a proposal for environmental testing services at four city-owned sites where underground fuel tanks were recently removed. BACKGROUND In November 1998, underground storage tanks were removed at the Wing Park Maintenance Facility, the Spartan Meadows Maintenance Facility, the Bluff City Cemetery and the Crystal Street Maintenance Facility. During the tank removals, the office of the Illinois State Fire Marshall determined that the four sites were contaminated. A report summarizing the results of the tank removal was prepared and a 20-day report was submitted to the Illinois Environmental Protection Agency (IEPA) . Additional testing is required in order to define the extent of the contamination, develop a remediation program and address the additional reporting requirements of the IEPA. Requests for proposals were submitted to the City' s five pre-qualified environmental firms which requested that each firm prepare a scope of services in order to address the testing and remediation needs at the four sites . Each firm responded in the following fashion: Firm Scope of Services Cost I . QST 1 . Historic data review. $ 18, 600 2 . Sampling and testing - 6 soil samples each site - Lab tests 3 . Preparation of specs for exca- vation of contaminated soil, if necessary, or the recommendation of a tiered approach to site closure . 4 . Oversight for soil excavation and report writing. Environmental Testing Services March 1, 1999 Page 2 II . ATC 1 . Historic data review. $ 22, 200 2 . 6 borings and 3 groundwater samples and lab tests at each site. 3 . Remediation specifications and report preparation. Remediation may involve soil removal or the recommendation of a tiered approach to site closure . III . Arcadis, 1 . Historical data review. $ 34 , 360 Geraghty 2 . 45-day report . & Miller 3 . Free product report - if required. 4 . Site classification work plans and budget . 5 . Implementation of site classifi- cation work plan and budget . G . Tier 2 evaluation and corrective action plan. IV. Clayton 1 . 45-day report . $ 76, 800 2 . Eligibility and deductibility to application. $116, 800 3 . Early action reimbursement package. 4 . Site classification work plan and budget . 5 . Site classification investigation. G . Site classification report . 7 . Site classification reimbursement package. V. Enviro- 1 . Historic data review. Time and Kinetics 2 . Define extent of contamination. Materials 3 . Anticipated oversight require- ments, summary report and 45- day report . The remediation efforts at one or more of the four sites may require going beyond the excavation and removal of contaminat- ed soils. If so, additional consulting costs would be re- quired for the development of a site closure proposal for the IEPA. COMMUNITY GROUPS/INTERESTED PERSONS CONTACTED None . FINANCIAL IMPACT `J QST Environmental has submitted the lowest proposal fee at $18, 600 . Expenses related to the proposed environmental services shall be charged to Risk Management Fund, account number 630-0000-796 . 30-71 . Recently, additional funds have Environmental Testing Services March 1, 1999 Page 3 been credited to this Fund due to reimbursements from the IEPA Leaking Underground Storage Tank Fund. A budget amendment may be required in order to accurately reflect this proposed expenditure . Expenses related to the review and remediation of the above-mentioned sites are eligible for reimbursement under the Leaking Underground Storage Tank Fund. LEGAL IMPACT None . ALTERNATIVES None . RECOMMENDATION Staff recommends that the City Council authorize the execution of a Professional Services Agreement with QST Environmental for environmental services related to the contamination- associated work on the above-mentioned city-owned property at a price not to exceed $18, 600 . Re ectfully submitted, �. L. Jo a Parker City Manager amp